Loading...
HomeMy WebLinkAboutC-1407 - Newport Ocean Pier Pile Replacementwell & Unawtuo CERTIFICATE OF INSURANCE CITY OF NEWPORT BEACH -CITY CLERK .CITY HALL 3300 W. NEWPORT BLVD, NEWPORT BEACH, CALIFORNIA All THIS IS TO CERTIFY as to the existence of insurance, as of the date of execution hereof, with Harbor Insurance — Company, as described belowL. - - - -_\ Name of Assured: JOHN L. MEEK C STRUCTION CO., INC. Address of Assured: 1032`WESt "CI' STREET, WILMINGTON, CALIFORNIA 90744 Location of Risk: JOB: NEWPORT OCEAN PIER POLE REPLACEMENT - CONTRACT NO. 1407 Kind of Insurance: COMPREHENSIVE GENERAL LIABILITY INCLUDING AUTOMOBILE Policy No. 114546 period from MARCH 6, 1973 to MARCH 6, 1974 Limits: Bodily Injury , each person $ 300 ,000 .00 COMBINED SINGLE LIMITS EACH OCCURRENCE BODILY INJURY AND /OR AND /OR' each)6X(X XX $ PROPERTY X9f MXrhXXXXDAMAGE AND IN OCCURRENCE THE AGGREGATE ANNUALLY AS RESPECTS Property Damage_each)4MMK $ THE PRODUCTS XOMXIXXXXXHAZARD COMBINED OCCURRENCE IT IS HEREBY UNDERSTOOD AND AGREED THAT THE CITY OF NEWPORT BEACH IS NAMED AS ADDITIONAL INSURED AS RESPECTS WORK PERFORMED FOR Kind of Insurance: THEM BY JOHN L. MEEK CONSTRUCTION CO„ INC. Policy No. period from to Limits: Bodily Injury each person $ each accident $ aggregate $ Property Damage each accident $ aggregate $ THIS CERTIFICATE OF INSURANCE DOES NOT AMEND, EXTEND OR OTHER - Kind of Insurance: WISE ALTER THE TERMS AND CONDITIONS OF INSURANCE COVERAGE IN POLICY IDENTIFIED ABOVE. Policy No. period from to Limits TEN (10) DAYS Should the above mentioned Policy be cancelled, assigned or changed by the undersigned in such manner as to affect this Certificate, we wi llgive/ written notice to the above named holder of this Certificate; ✓ t$V*afA0 U tagfvMB 901101 9IlOWeF4i8Eitp ¢VFgR�RIFI�ppFF1E8M2R f lall Dated at LOS ANGELES, CALIF, this 0 a,&Ad & E16 1166, u,fu 22ND day of MAY, 1973 Slill CRAWFORD BY June 9. 1972 John L. Meek Construction Co.., Inc. 1033 West "C" Street Wilmington. California Subject: Surety . : Great American insuraaas Company Bond No. : 3577340 Project : Newport.Oceaa Pier Pile Replacement Contract No.: 1407 The City Council on May 22. 1973 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 39 days after Notice of Completion has been filed. Notice of Completion was filed with the Orange Coauty Recorder on May 26. 1973 is Book No. 10144. Page 914. Please notify your surety company that bonds may be released 33 days after recording date. Laws Lagios City Clerk dg cc: Public Works Department CITY OF NEWPORT BEACH CALIFORNIA Date: May 25- 1972 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: City Hall 3300 W. Newport Blvd. Area Code 714 673 -2110 Attached for recordation is Notice of Completion of Public Works project consisting of NamLpmt! orewn Pier PUA Ptngis rement Contract No. r- Pang on Which .john L- Meek construction Co. Was the Contractor and CSrwat Amer4ran Inanr n -e ComRM Was the surety. Please record and return to us. LL: Encl. Very truly yours, Laura Lagios City Cleric City of Newport Beach RECORDED IN OFFICIAL RECORDS OF Ur:ANGE COUNTY, CALIFORNIA 9:05 A.M. MAY 26 1912 J. MLLE CARLYLE, County Recorder 26602 [FR EE 5 NOTICE OF COMPLETION PUBLIC WORKS RECORLA;v" WASE kc-IURN To, REQUESTED BY LAURA LA"10, CIT' CLERIC CITY CF `i�'7! "G i r�EACH 3300 COULEVARD NEWPO-T EACH, CALIF. 92660 To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on N the Public Works project consisting of Newport Ocean r on which John L. Meek Construction Co., Inc. was the contractor, and Great American Insurance Company was the surety, was completed. VERIFICA I, the undersigned, say: CITY OF NEWPORT BEACH c Wbrks Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on May 25, 1972 at Newport Beach, California. VERIFICATION O I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on May 22. 1972 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on May 25. 1972 at Newport Beach, California. 1u I\ z h QT0 ,rt O -f� CD May 22, 1972 MAY 22 1972 TO: CITY COUNCIL By the CITY COUNCIL ^� CITY ec Mr_v"ts^Or BEACH FROM: Public Works Department SUBJECT: ACCEPTANCE OF NEWPORT OCEAN PIER PILE REPLACEMENT (C -1407) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: The contract for the replacement of pilings at the Newport Ocean Pier has been completed to the satisfaction of the Public Works Department. The bid price was: $ 8,870.00 Amount of unit price items constructed: 8,870.00 Amount of change orders: - Total contract cost: 8,870.00 Amount budgeted in Account No. 02- 4197 -222: $12,000.00 The contractor is J. L. Meek Company, Inc, of Wilmington, California. The contract date of completion was March 14, 1972 completed on March 7, 1972. L� eph Devlin lic WoOks Director GPD /ldg The work was 6.wett & QvawthO CERTIFICATE OF INSU City 61kKewport Beach- CV Clerk City Hall 3300 W. Newport Blvd, Newport Beach, California THIS IS TO CERTIFY as to the existence of insurance, as of the c Company, as described below: Name of Assured: John L. Meek Construction Co., Inc. Address of Assured: 1032 West "C" Street Wilmington, California (%2— a Location of Risk: Job: Nev;illinaft-ocean Pier',;Pole Replacement- ContilIIIII No.71407 Kind of Insurance: Liability inclilding autos (All operations) Policy No. 112232 period frol -� 3/6/72 to 3/6/73 Limits: Bodily Injury each person $ 300, 000.00 Combined Single Limits each accident $ aggregate $ Property Damage each accident S aggregate $ It is hereby understood and agreed drat the City of Newport Beach is named as additional insured as respects work performed for.them by John L. Meek .ter -• Kind of Insurance: Construction Co., Inc. Policy No. period from to Limits: Bodily Injury each person $ each accident S aggregate $ Property Damage —each accident $ aggregate $ This certificate of insurance does not amend, extend or otherwise alter the terms and conditions of insurance coverage in policy identified above. Kind of Insurance: Policy No. period from li Limits: Ten (10) days Should the above mentioned Policy be cancelled, assigned or changed by the undersigned in such manner as to affect this Certificate, we will eYW E ive/ written notice to the above named holder of this Certificate; bMijpye} to[ gi7e> of XS[ �ffiftlm�fdlCSkruYa7 Wg7y7fi7C�p (ijcRigFit4rjjo14dF15rir- ]*XX Dated at Los Angeles, California this 6th day of March 1972 SWETT & CRAWFORD BY C GR% l U 5.54H6 -CPS CEO. 8 -69) , CERTIFICATE OF INSURANCE This is to certify that the COMPANY designated above has Issued to the named insured the policy(s) enumerated below, subject to all the terms of such policy(s). This Certificate of Insurance neither affirmatively or negatively amends, extends or alters the coverage afforded by such policy(s). In the event of any material change in or cancellation of the policy(s), the COMPANY will make every effort to notify the certificate holder, but undertakes no responsibility of failure to do so. CERTIFICATE HOLDER AND ADDRESS NAMED INSURED. AND ADDRESS • City of Newport Beach- City Clerk • John L, ,:Meek Construction CO., Inc- City Hall 3300 W. Newport Blvd, 1032 West "C" Street Wilmington, California 90744 Newport Beach, California If certificate holder is a loss payee with respect to the described auto, check here ❑ POLICY NUMBER ❑X ARGONAUT INSURANCE CO *Y LIMITS HOME OFFICE: MENLO PARK, CALIFORNIA ;c2 0- 2 85- 06 5 813 ❑ ARGONAUT - SOUTHWEST INSURANCE COMPANY Statutory HOME OFFICE: BATON ROUGE. LOUISIANA ❑ ARGONAUT:NORTHWEST INSURANCE COMPANY $ 2 000 , 000 each accident HOME OFFICE: BOISE, IDAHO This is to certify that the COMPANY designated above has Issued to the named insured the policy(s) enumerated below, subject to all the terms of such policy(s). This Certificate of Insurance neither affirmatively or negatively amends, extends or alters the coverage afforded by such policy(s). In the event of any material change in or cancellation of the policy(s), the COMPANY will make every effort to notify the certificate holder, but undertakes no responsibility of failure to do so. CERTIFICATE HOLDER AND ADDRESS NAMED INSURED. AND ADDRESS • City of Newport Beach- City Clerk • John L, ,:Meek Construction CO., Inc- City Hall 3300 W. Newport Blvd, 1032 West "C" Street Wilmington, California 90744 Newport Beach, California If certificate holder is a loss payee with respect to the described auto, check here ❑ POLICY NUMBER KIND OF INSURANCE AND COVERAGES LIMITS EXPIRATION ;c2 0- 2 85- 06 5 813 WORKMEN'S COMPENSATION Statutory EMPLOYER'S LIABILITY $ 2 000 , 000 each accident 4/1/73 BODILY INJURY LIABILITY $ ,000 each person — EXCEPT AUTOMOBILE • $ , 000 each accident $ , 000 each occurrence $ 000 a�gregate products PROPERTY DAMAGE LIABILITY $ , 000 each accident — EXCEPT AUTOMOBILE • $ , 000 each occurrence $ , 000 aggregate operations $ , 000 aggregate protective $ r 000 aggregate products $ , 000 aggregate contractual BODILY INJURY LIABILITY $ ,000 each person — AUTOMOBILE e $ , 000 each accident $ , 000 each occurrence PROPERTY DAMAGE LIABILITY $ , 000 each accident — AUTOMOBILE e $ , 000 each occurrence MEDICAL PAYMENTS — AUTOMOBILE $ each person PHYSICAL DAMAGE — AUTOMOBILE — ACTUAL CASH VALUE UNLESS OTHERWISE STATED COMPREHENSIVE $ COLLISION OR UPSET LESS $ deductible FIRE AND THEFT $ IF COMPREHENSIVE LIABILITY, CHECK HERE ❑ Description of Operations, Locations, or Automobiles Covered; or Additional Coverages; or Special Condition. AND ADDRESS • Glassick & McGee Co. 6464 SunrSet Blvd. Los Angeles, California90028 DATED ATos Angeles, Ca, ON March 6th Iq 72 ARGONAUT INSURANCE COMPANY ARGONAUT - SOUTHWEST INSURANCE COMPANY ARGONAUT - NORTHWEST INSURANCE COMPANY EN — S R-2 9 CITY OF NEWPORT BEACH TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. C -1407 Project F'w iKL t Date Jlloo t2ft, ISM Attached are 3 executed copies of subject contract for your files and for transmittal to the contractor. Contractor: John L. ?'eek Construction Co., Inc. Address: 1082 Wwt "C" Strwt, 'Alaingtmg CA 90744 Amount: $ 8,870.00 Effective Date: Resolution No. 7601 LL:dg Att. cc: Finance Department ❑ 1 -28-72 adopted on 1 -10 -72 .J 41(jV71-or CONTRACT NO. 1407 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR NEWPORT OCEAN PIER PILE REPLACEMENT Approved by the City Council on this 13th day of December, 1971 MA Cl eek Construction Ca-- Inc- ontrac or 1032 West "C" Street AM ress Wilmington. California 90744 ,ty Zip e ep one CITY OF NEWPORT BEACH, CALIFORNIA Page 1 NOTICE INVITING BIDS SEALED BIDS will be received at the office the City Clerk, City Hall, Newport Beach, California, until 11:00 A.M. on the wtf h day of January , 1973—, at which time they--w-711 b oopened and read, for performing work as follows: NEWPORT OCEAN PIER PILE REPLACEMENT CONTRACT NO. 1407 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non-collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required and the�ororate Sea'_ shall e affixed to all documents requiring signatures. In the case of a Partnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. Plans and Contract Documents, including Special Provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. A non-refundable charge of $2.00 will be required for each set of Plans and Contract Documents issued to others. It is requested that the Plans and Contract Documents be returned within 2 weeks after the bid opening. The City has adopted the Standard Specifications for Public Works Construction (1970 Edition and Supplements) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue., Los Angeles, California. 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $2.00 per set. City of Newport Beach, California Notice Inviting Bids Page la In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract and has set forth these items in Resolution No. 6982, adopted May 12, 1969. A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). Revised 9 -15 -70 • CITY OF NEWPORT BEACH • PUBLIC WORKS DEPARTMENT NEWPORT OCEAN PIER PILE REPLACEMENT CONTRACT NO. C -1407 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: PR 1 of 1 The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. C -1407 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Move in and Move Out @ One Thousand Dollars and No/100 Cents Lump hum 10 Piles Remove existing piles and Each install double treated Douglass Fir piles furnished by the city (66 ft. to 77 ft. long) including removal and replacing concrete deck, timber planking, bracing,etc. @ Seven Hundred Eighty S v pollars and a Cents eai Per c py e TOTAL AMOUNT WRITTEN IN WORDS: $ $ 1:000.00 11 � 11 Fight Thnucand Fight Hundred rpvpnty Dollars and no /100 Cents $ 8.870.00 uary 3. 1272 Di P C NTR T R Inc- 1032 West "C" St. Wilmington, Calif. /s/ IAN L� Meek _ 0 0 Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the works shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 163997 Classification B -1 SA Accompanying this proposal is Cash, Certified Check, Cashiers Check or Bond in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self - insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. 213 - 830 -6323 John L. Meek Construction Co., Inc. Phone Number Bidders Name (SEAL) ary 3. 1972 s/ ,john . Meek ate Auto pz Signatur ' 1lthorized Sigifature Corporation Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: Page 3 DESIGNATION OF SUB - CONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the sub - contractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these sub - contractors except upon the prior approval of the Engineer. Item of Work Sub - contractor Address 1, NONE 2. 3, 4. 5. 6. 1, 9. 10. 11, John L. Meek Construction Co. Inc. Bidder's Name /s/ John L. Meek Authorized ignature Corporation Type of rgan zation (Individual, Co- partnership or Corp) 1032 West" 'C" Street FO ORIGINAL, SEE CITY CLERK'S FILECOPY . Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, JOHN L. MEEK CONSTRUCTION CO.. INC. _ as Principal, and GREAT AMERICAN INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT (10 %) OF THE AMOUNT.BID Dollars ($ ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of in the City of Newport Beach, is accepted by the City Council- of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 4th day of January , 19--72—. Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) NOTARY PUBLIC: w By William H. McGee i Title Attorney in Fact Iv 0 NON- COLLUSION AFFIDAVIT 0 Page 5 . The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrange- ment or agreement.with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or material - man which is not processed through said bid depository, or which prevent any 'subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no induce- ment or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any. person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomesoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me by this 3rd day of January , 1972 My commission expires: October 27, 1972 /s/ John L. Meek, President. /s/ Eve M. Grana o ary Fu 0 is F•ORIGINAL SEE CITY CLERK'S FILE.PY Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his.financial responsibility. On file with city clerk igne Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. 1971 City of Santa Monica Mr. McAteer 1971 City of San Clemente Mr. Peters _1971 Santa Fe Railroad Mr. King /628 -0111, Ext. 22449 1971 U. S. Navy - Station Lt. Klutz 547 -6875 JOHN L. MEEK CONSTRUCTION CO., INC. /s/ John L. Meek, President Signed • • Page 8 LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California by motion adopted January 10- 1971 has awarded to John L. Meek Construction Co.. Inc hereinafter designated as the "Principal ", a contract for NEWPORT OCEAN PIER-PILE REPLACEMENT (CONTRACT NO. 1407) in the City of Newport.Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies or teams used in, upon,.for, or about the per- formance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We 7011AI L . A..t&-Z—1 ..<,A�17�V �, - C�• /^JC: as Principal, hereinafter designated as the Contractor and GREAT APuEF-CAIl I3:SU ;CE CODQPANY. as Surety, are held firmly bound unto the City of Newport Beach, in the sum of y- ^ /" COUa V-Hy ,rA,da9 ,true sFv:.,ut��, ri�.a�rc,.si..�- Dollars ($ �; X75" o'o ) said sum being one -half of the estimated amount payable by the City of Newport Beach under the terms of the contract, for which.payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or his subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee; to be fixed by the Court as required by the Provisions of Section 4204 of the Government Code of the State of California. • • Page 9 (Labor and Material Bond - Continued). This bond shall inure to the benefit of any and all persons, companies, and corporation entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California. And the said Surety, for value extension of time, alterations to be performed thereunder or affect its obligations on this extension of time, alterations work or to the specifications. received, hereby stipulates and agrees that no change, or additions to the terms of the contract or to the work the specifications accompanying the same shall in any wise bond, and it does hereby waive notice of any such change, or additions to the terms of the contractor or to the In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the /7�v day of 37AiL[l.4,gy , 1971_ . Approved as to form: tyA�i erne � This bond was approved by the City Council of the City of Newport Beach by motion on Attest: City Clerk i' ontra6tor GREAT AMERICAN !i t (Seal) (Sear- C �e� (Seal ) IN FACT. (Seal) W STATE OF CALIFORNIA — } County of LAS 9_rI1Ele5 !7t!-! Janaar-v 1q ?2 On this day of I , in the year before me, Adr4_ -,nT o L. Yelson a Notary Public in and for said state, personally appeared ldillian `?. T5c( ee known to me to be the person whose name is subscribed to the within instrument as the Attorney -in -Fact of the Great American Insurance Company, and acknowledged to me that he subscribed the name of the Great American In- surance Company, thereto and his own name as Attorney -in -Fact. w OF i i:..... n My Commi ssion. expires _ 5959A 12- 661CAiNFORNM�ACK =7r7 i i Notary Public in an or said tate 0 0 Page 10 PERFORMANCE BOND SOW AA• rr77 -2 y0 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted January 10. 1971 has awarded to JOHN L. MEEK CONSTRUCTION CO.. INC. hereinafter designated as the "Principal ", a contract for NEWPORT OCEAN PIER PILE REPLACEMENT (CONTRACT N0. 1407) in the City of Newport Beach, in strict conformity with the drawings and specifications and other contract documents now on file in the office of the City Clerk of the City of Newport Beach. WHEREAS, said Principal has executed or is about to execute said contract and the terms whereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, ?aNV ( ,r,Lr�� ct�NS77yvcTlov G'4, �:vc. as Principal, hereinafter designated as the "Contractor ", and GREAT A r7Cj i T::iOu`u Gi COMPANY As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of Dollars ($ 8 g7u,ov ), said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. Page 11 (Performance Bond - Continued) And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. 4 In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 1724# day of 19 72_ . Approved as to form: ,, , /! City Attorney 14 /( GREAT =1.RTCAN I157 " ?C COMPANY (Seal) ••�•- i-. R:CG[.E &T Ojk Y SN FACT (Seal) Surety rq STATE OF CALIFORNIA ss. County of Los - ",a( eles On this 17th day of am -F,ijT , in the year 1-972 , before me, L. Nt,13on , a Notary l Public in and for said state, personally appeared "- 1c`i'T tii)l. ^e , known to me to be the person whose name is subscribed to the within instrument as the Attorney -in -Fact of the Great .r American Insurance Company, and acknowledged to me that he subscribed the name of the Great American In- surance Compan', thereto and his own name as' ttorneytin -Fact. y: " NoOary Public in and or said ate " My Commission expires -: -' 6959A 12 -66 (CALIFORNIA ACKNOWLEDGEMENT FORM) 0 0 CONTRACT Page 12 THIS AGREEMENT, made and entered into this -2 4;2W- day of , by and between the CITY OF NEWPORT BEACH, California, hereinafter design' ed as 19L, the City, party of the first part, and JOHN L. MEEK CONSTRUCTION CO., INC. hereinafter designated as the Contractor, party of the second part. WITNESSETH- That the parties hereto do mutually agree as follows.- 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of NEWPORT OCEAN PIER PILE REPLACEMENT (CONTRACT NO. 1407) and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the Plans and Specifications therefor; to furnish at his own proper cost and expense all tools, equipment, labor, and materials necessary therefor, (Except such materials, if any, as in the said Specifications are stipulated to be furnished by the City), and to do everything required by this Agreement and the said Plans and Specifications. 2. For furnishing all said materials and labor, tools and equipment, and doing all the work contemplated and embraced in this Agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be encountered in the prosecu- tion of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said Specifications are expressly stipulated to -be borne by the City; and for well and faithfully completing the work and the whole thereof, in the manner Shown and described in the said Plans and Specifications, the City will pay and the Contractor shall receive in full compensation therefore the lump sum price, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the Specifications, named in the bidding sheet of the Proposal, as the case Nay be. 3. The City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to for the price aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the Plans and Specifications, and all amendments thereof, when approved by the parties hereto, or when required by the City in accordance with the provisions of the Plans and Specifications, are hereby incorporated in and made part of this Agreement. Page 13 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the Director of Public Works, and their officers and employees, from all claims, loss, damage, injury, and liability of every kind, nature, and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence; and from any and all claims, loss, damage, injury, and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the day and year first above written. ° CITY OF NEWPORT BEACH, CAL ORNIA ltd By ayor- ATTEST: By,, Title Approved as to form: City Attorney 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT OCEAN PIER PILE REPLACEMENT CONTRACT NO. C -1407 INDEX TO SPECIAL PROVISIONS I. SCOPE OF WORK II. SCHEDULE AND COMPLETION OF WORK III. PAYMENT IV. CONSTRUCTION SURVEY V. TRAFFIC CONTROL AND OBSTRUCTING THE PIER DURING CONSTRUCTION VI. PILE INSPECTION NEWPORT OCEAN PIER VII. EQUIPMENT ON NEWPORT OCEAN PIER VIII. WATER IX. CONSTRUCTION DETAILS A. PLACEMENT OF PILING B. JETTING AND DRIVING OF PILES 1. Protection of Piles 2. Driving Helmets and Cushion Block 3. Tolerance in Driving 4. Jetting 5. Driving C. FITTING D. TIMBER PILING • CITY OF NEWPORT BEACH • SP 1 of 4 PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR NEWPORT OCEAN PIER PILE REPLACEMENT CONTRACT NO. C -1407 I. SCOPE OF WORK The work under this contract consists of furnishing all labor, equipment, trans- portation, and material necessary to complete the Newport Ocean Pier Pile replacement as shown on Drawing No. H- 5056 -S, and in accordance with the Standard Specifications of the City of Newport Beach and these Special Provisions. The city's Standard Specifications are the "Standard Specifications for Public Works Construction," 1970 edition, and are available at Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034. The city's Standard Drawings and Standard Special Provisions may be obtained at the Public Works Department for a fee of $2.00. II. SCHEDULE AND COMPLETION OF WORK The city has arranged for the purchase and delivery of the timber ples to a pile storage area described in Section IX of these Special Provisions. The Contractor shall take possession of the new piles on approximately February 21, 1972 and shall complete installation within 20 days-thereafter. III. PAYMENT Payment for all incidental items of work not separately provided for in this proposal shall be included in the price bid for various items of work and no additional compensation will be made. IV. CONSTRUCTION SURVEY Field surveys for the control of construction shall be the responsibility of the Contractor. Payment for construction survey shall be included in the price bid for the various items of work and no additional compensation will be made. V. TRAFFIC CONTROL AND OBSTRUCTION OF THE PIER DURING CONSTRUCTION Prior to beginning work on the pier the Contractor shall submit to the Engineer for his approval, a schedule of construction operations and a written plan for barricading and pedestrian control. Pedestrian traffic shall remain open to the end of the pier. The pier beyond the life guard station shall be closed to vehicle traffic with exception of the Contractor's equipment. The entrance to the pier and the life guard station shall remain open to vehicular traffic. VI. PILE INSPECTION - NEWPORT OCEAN PIER A field investigation of the Newport Pier piling was completed in September, 1971. It revealed that several piles were in poor condition. This report is available for review at the Public Works Department. VII. VIII. IX 0 EQUIPMENT ON NEWPORT OCEAN PIER • SP2of4 It shall be the responsibility of the Contractor to determine the equipment loads or wheel loading which can be safely placed on the pier during construction, and to provide timber mats or other means of distributing equipment loads adequately. Any damage done by the Contractor to the existing structures shall be repaired at the Contractor's expense. WATER The Contractor shall make his own provisions for obtaining and applying water necessary to perform his work. If the Contractor desires to use available city water, it shall be his responsibility to make arrangements for water purchases by contacting the city's Utility Superintendent, Mr. Tom Phillips, at (714) 673 -2110, extension 267. CONSTRUCTION DETAILS Placement of Piling The Contractor shall remove and replace the existing concrete decking (including wire reinforcing as shown on the Plans), timber planking, bracing, pipelines and other appurtenances that may interfere with the pile replace- ment. All removed unsalvageable materials shall be removed from the site and disposed of at the Contractor's expense. The existing 4 -inch concrete decking shall be neatly sawed approximately 1 -inch deep to the limits as shown on the Plans. Replacement with reinforce- ment shall be 6" x 6" x 8 x 8 galvanized welded wire fabric securely tied to the existing wire reinforcement. Portland cement concrete furnished for the patching shall be 6.0 -6 -3000 with a light brooming finish. All scarred existing timber or sawed timber decking shall be field treated with creosote in accordance with Section 204 -2.3 of the Standard Specifications. All bracing removed to accommodate pile installation shall be replaced to the size shown on the Plans with new construction grade Douglas Fir treated with creosote in accordance with the marine use requirement of Section 204 -2.2.1 of the Standard Specifications. No splicing of bracing will be allowed. All removable salvageable bracing shall become the city's property. All bolts removed from the existing bracing shall be replaced with new double dipped 1" dia, bolts, nuts and ogee washers in accordance with Section 305 -2.2 and 206 -7.1 of the Standard Specifications. Existing piles shall be pulled or cut off at 1 foot below the mud line. The new piling shall be installed to approximately the samq position and depth. Jetting and Driving of Piles Protection of Piles Care shall betaken to avoid damage to the piles and protective fiber glass wrap (applied by the city) when placing the pile in the leads and during the pile driving operations. Piles shall be laterally supported during jetting and driving, but shall not be unduly restrained from rotation in the leads. Pile orientation is essential and special care shall be taken to maintain the orientation during driving. Special care shall be taken in supporting battered piles to prevent excess bending stresses in the pile. • • SP3of4 2. Driving Helmets and Cushion Blocks A driving helmet or cap including a cushion block or cap block of approved design shall be used between the top of the pile and the ram to prevent impact damage to the pile. The driving helmet or cap shall fit snugly on the top of the pile so that the energy transmitted to the pile is uniformly distributed over the entire surface of the pile head. The cushion block may be a solid hardwood block with the grain parallel to the pile axis and enclosed in a close- fitting steel housing. The cushion block shall be replaced if it has been damaged, split, highly compressed, charred or burned, or has become spongy or deteriorated in any manner. Under no circumstances will the use of small wood blocks, wood chips, rope or other material permitting excessive loss of hammer energy be permitted. 3. Tolerance in Driving All piles shall be driven with a variation of not more than 0.25 inch ,per foot of pile length from the vertical for plumb piles or more than 0.50 inch per foot of pile length from the required angle for batter piles. Extreme caution shall be exercised when manipulating the pile into final position to prevent excessive stress in the wood fibers and protective coating of the pile. 4. Jetting The piles shall be jetted to within 2.0 feet of the specified tip elevation shown on the plan`.. Jetting of the piles shall be in accordance with sound marine construction practice. Two side jets shall be employed to maintain alignment. The method of jetting shall be approved by the Engineer. 5. Driving All piles shall be driven to an equivalent bearing value of 20 tons in accordance with Section 305 -1.5 of the Standard Specifications. The hammer shall develop a striking force of at least 15,000 ft. /lbs. and a maximum of 20,000 ft. /lbs.. C. FITTING After the pile is cut off at the appropriate elevation the cut surface shall be treated with coal tar creosote in accordance with Section 2.1.1 of American Wood Preservers Institute Standard Specifications CS 249 -62. Workmanship shall be smooth and accurate. Holes for bolts and drift pins shall be of a size that will insure a driving fit. All bolts, washers, nuts, drift pins, and straps shall be replaced as shown on the plans with new double dip galvanized hardware. • TIMBER PILING • SP4of4 The dual treated Douglas Fir timber piling will be furnished by the city. These piles will be stored at a pile storage area located on the sand beach adjacent to the northwest end of the McFadden Ocean Front parking lot located between 23rd and 24th Street. The piles are dual treated with a copper arsenic and creosote perservatives, and are known to be more brittle than normally treated timber piles. City forces will apply a third pro- tective fiber glass wrap to the center portion of 2 or 3experimental piles. The Contractor shall exercise care in picking up and transporting all the piling to avoid excessive stresses in the wood fibers and the fiber glass wrapping. Any damage to the piling caused by the Contractor in handling shall be rectified by the Contractor at no cost to the city. The Contractor shall adjust his costs of installation to include the pick up and transporting of the piles from the pile storage area to the installation location. All of the piling have been ordered in lengths approximately 3 feet longer than the lengths shown on the Plans. Butt diameters.of the piles ordered by the city will not exceed 172 ". All piling.will be delivered with two steel straps at the butt and one steel strap at the tip. January 25, 1972 TO: CITY CLERK FROM: Public Works Department SUBJECT: NEWPORT OCEAN PIER PILE REPLACEMENT CONTRACT 1407 Attached are four sets of the subject documents plus the appropriate insurance certificates which have been executed by the contractor. Will you please execute on behalf of the city and retain your copy and the insurance certificates. Return the remaining copies to us for distribution. - -John S. Wolter Project Engineer JSW /bg Att. W. B. GLASSICK CO. WREN & VAN ALEN, INC. THE FITZPATRICK CO. YOUR &T YN INSURANCE ADVISORS 6464 SUNSET BOULEVARD LOS ANGELES, CALIFORNIA 90028 PHONE (213) 466 -9551 January 21, 1972 City of Newport Beach City Hall 3300 W. Newport Boulevard Newport Beach, (5aiifornia Attn1 Lois begrootV-" Public Works Department Gentlemen-" This letter is to confirm that under policy number 108974 and policy number DCL 532384, the following minimum limits are provided. A. Limit of liability for bodily injury or accidental death: Each person $250,000. Each accident $500,000. Aggregate products $500,000. B. Limit of liability for property damage: Each accident $100,000. Aggregate protective $500,000. Aggregate products $500,000. Aggregate contractual $500,000. We trust that this will be satisfactory. Y: PGON90 f�a OF INSURANCE S' v VRP~ ® ARGONAUT INSURANCE CAM NY HOME OFFICE: MENLO PARK, CALIFORNIA ❑ ARGONAUT - SOUTHWEST INSURANCE COMPANY HOME OFFICE: BATON ROUGE, LOUISIANA ❑ ARGONAUT - NORTHWEST INSURANCE COMPANY HOME OFFICE: BOISE, IDAHO This is to certify that the COMPANY designated above has issued to the named insured the policy(s) enumerated below, subject to all the terms of such policy(s). This Certificate of Insurance neither affirmatively or negatively amends, extends or alters the coverage afforded by such policy(s). In the event of any material change in or cancellation of the policy(s), the COMPANY will notify the certificate holder, bRDC3RWiKOdb29 {aaXeFpaidl6ffiLjffiL7Pd7nFMXa by written notice, ten (10) days prior to cancellation CERTIFICATE HOLDER AND ADDRESS NAMED INSURED AND ADDRESS City of Newport Beach ' City Hall 3300 W. Newport Blvd. Newport Beach, California If certificate holder is a loss payee with respect to the described auto, check here John L. Meek Construction Co. , Inc* ' 1032 West "Ctt Street Wilmington, California 90744 POLICY NUMBER KIND OF INSURANCE AND COVERAGES LIMITS EXPIRATION 0- 273 - 065813 WORKMEN'S COMPENSATION Statutory EMPLOYER'S LIABILITY $ 2 000 , 000 each occident 4/1/72 BODILY INJURY LIABILITY $ ,000 each person — EXCEPT AUTOMOBILE $ , 000 each accident $ ODO each occurrence $ , D00 aggregate products PROPERTY DAMAGE LIABILITY $ , 000 each accident — EXCEPT AUTOMOBILE $ , 000 each occurrence $ , 000 aggregate operations $ , 000 oggr.g.t. protective $ , OOD aggregate products $ , 000 aggregate contractual BODILY INJURY LIABILITY $ , 000 each person — AUTOMOBILE $ . 000 each accident $ , 000 each occurrence PROPERTY DAMAGE LIABILITY $ , 000 each occident — AUTOMOBILE " $ , 000 each occurrence MEDICAL PAYMENTS — AUTOMOBILE $ each person PHYSICAL DAMAGE — AUTOMOBILE — ACTUAL CASH VALUE UNLESS OTHERWISE STATED COMPREHENSIVE $ COLLISION OR UPSET LESS $ deductible FIRE AND THEFT $ _ _ * IF COMPREHENSIVE LIABILITY, CHECK HERE ❑ W. 1 Description of Operations, Locations, or Automobiles Covered; or Additional Coverages; or Special Condition. Newport Ocean Pier Pile Replacement, Contract No. 1407 I PRODUCER AND ADDRESS • g GLASSICK & McGEE CO. 6464 Sunset Blvd. Los Angeles, California 90028 Los Angeles, Ca, _ ON January 17 , 19 12 ARGONAUT INSURANCE COMPANY ARGONAUT - SOUTHWEST INSURANCE COMPANY ARGONAUT - NORTHWEST INSURANCE !OMPANY R EN - SECRETARY UN 0.618 R•2 CERTIFICATE OF INSURANC JYNasr THIS CE TE OF INSURANCE NEITHER AFFIRMATIVELY NOR NEGATIVELY AM EXTENDS OR PP LTERS THE [OVERAGE AFFORDED BY ANY POLICY DESCRIBED HERE( zy UNITED STATES FIRE INSURANCE COMPANY THE NORTH RIVER INSURANCE COMPANY WESTCHESTER FIRE INSURANCE COMPANY INTERNATIONAL INSURANCE COMPANY THIS IS TO CERTIFY TO City of Newport Beach (NAME OF CERTIFICATE - HOLDER) OF City Hall, 3300 W. Newport Blvd„ Newport Beach, California (ADDRESS OF CERTIF!CATE HOLDER) THAT ON THE DATE BELOW THE FOLLOWING DESCRIBED INSURANCE POLICIES, FORCE AND EFFECT: INSURED'S NAME: John L. Meek Construction Co., Inc. ADDRESS: 1032 West "C" Street, CITY & STATE: Wilmington, California ISSUED BY THIS COMPANY, ARE IN FULL THE POLICIES INDICATED HEREIN APPLY WITH RESPECT TO THE HAZARDS AND FOR THE COVERAGES AND LIMITS OF LIA- BILITY INDICATED BY SPECIFIC ENTRY HEREIN, SUBJECT TO ALL THE TERMS OF SUCH POLICIES. HAZARDS POLICY NUMBER EFFECTIVE DATE EXPIRATION DATE COVERAGES AND LIMITS OF LIABILITY BODILY INJURY LIABILITY PROPERTY DAMAGE LIABILITY each person each accident cident aggregat e PREMISES - OPERATIONS S ,000 S ,000 ,000 $ ,000 ELEVATORS $ ,000 $ ,000 Feach .000 XXXX INDEPENDENT CONTRACTORS 5 .000 5 .000 S .000 .000 $ .000 PRODUCTS - COMPLETED OPERATIONS $ ,000 .000 $ ,000 AGGREGATE: $ ,000 XX XXXX CONTRACTUAL -AS DESCRIBED BELOW This ucertifica a of insU ante doe S .000 S .000 $ .000 $ 1000 A Se itions p above is affil .000 _ AUTOMOBILE LIABILITY OWNED AUTOMOBILES alter t! e term coverage in pol --ard con cy identified $ .000 $ .000 XXXX HIRED AUTOMOBILES 5 ,000 Is 0001s .000 1 XXXX NON OWNED AUTOMOBILES S ,000 $ .000 $ .000 XXXX WORKMEN'S COMPENSATION AND EMPLOYERS' LIABILITY COMPENSATION. STATUTORY EMPLOYERS' LIABILIT Y - S ,000 UMBRELLA LIABILITY DCL 532384 9/1/69 9/I/72 $ xomwOX $1, 700, 000. It is hereby understood and agreed that the City of Newport Beach is named as additional insured as respects work performed for them b John L. Meek Construction Co., Inc. j LOCATION AND DESCRIPTION OF OPERATIONS, AUTOMOBILES, CONTRACTS, ETC. (FOR CONTRACTS, INDICATE TYPE OF AGREEMENT, PARTY AND DATE). Job: Newport Ocean Pier Pile Replacement Contract No. 1407. IF POLICY 15 CANCELLED, Ten (10) day City of Newport Beach Or materially than ed Cit Hall WRITTEN NOTICE WILL BE �IVEN TO: Y 3300 W. Newport Blvd. Newport Beach, Califor BY A ✓ .., . y. DATE: 1/17/72 , FM 103.0 4 <PT (REV 12/68) ORIGINAL COPY - City Clerk IVE i l Amu & CrawFord CERTIFICATE OF INSURANCE City of Newport Beach _ City Clerk City Hall 3300 W. Newport Blvd.: Newport Beach, California THIS IS TO CERTIFY as to the existence of insurance, as of the date of execution hereof, with Harbor Insurance Company, as described below: Name of Assured: John L. Meek Construction Co., Inc. 1032 West "C" Street Address of Assured: Wilmington, California. Location of Risk: Liability (All Operations) Job: Newport Ocean Pier Pile Replacement Contract No. 1407 Kind of Insurance: Policy No. 108974 period from 3/6/71 to 3/6/72 Limits: Bodily Injury each person $ 300, 000.00 Combined Single limits each accident $ aggregate $ Property Damage each accident $ aggregate $ It is hereby understood and agreed that the City of Newport Beach is named as additional insured as respects work performed for them by John L. Kind of Insurance. Meek Construction Co., Inc. Policy No. Limits: Kind of Insurance: Limits period from to Bodily Injury each person $ each accident $ aggregate $ Property Damage each accident $ aggregate $ This certificate of insurance does not amend, extend or obherwise alter the terms and conditions of insurance coverage in policy identified above. Policy No. period from to Ten (10) days Should the above mentioned Policy be cancelled, assigned or changed by the undersigned in such manner as to affect this Certificate, we will Mwofim give/ written notice to the above named holder of this Certif icale; �d47f �Nrx7LiftKe^ tia�' ew' cW14p6D27d�1�Ifg3Lrl000 CCR3C� %7QXify7kMXNpiSrXRiK�6Ner- 3.K* Dated at Los Angeles, California I, r v. J Sae<NS -C FS (ED. 8.691 this 17th day of January 1972 SWETT & CRAWFORD BY �`� CONTRACT NO. 1407 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR NEWPORT OCEAN PIER PILE REPLACEMENT Approved by the City Council on this 13th day of December, 1971 I / SUBMITTED BY: e Construction Cp., Inc on rac or 032 West "C" Street ress Wilmington, California 90744 ity Zip 830 -6323 Telephone �. ! • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT OCEAN PIER PILE REPLACEMENT CONTRACT NO. C -1407 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: PR 1 of 1 The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work requir6d to complete Contract No. C -1407 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: 1. NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Move in and Mgve Out p @ � G/ �d-4S Dollars and i °O Cents Lump Sum 2. 10 Piles Remove existing piles and Each install double treated Douglass Fir piles furnished by the city (66 ft. to 77 ft. long) including removal and replacing concrete deck, tim planking, bracing, tc. @ Dollars and Cents ealh pile T7 AMOUNT WRIT IN WORDS: S Dollars c ' �� and �^ L 106 Cents 3 January 1972 D 1032 West "C" St. Wilmington, Cali ADDRESS oo $ $ �6 0-_ $ 76�7 $ 19 cj $7e . Inc e Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the works shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 163997 Classification B -1 SA. Accompanying this proposal is Bond Cash, Certified Check, Cashiers Check or Bond in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3100 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. X 1 3 830 -6323 John L. Ae] onstruc •'on Co.,.-Inc Phone Number Bidder Na �! 3 January 1972 Date u orize Signatu e Authorized gignature Cor o 0 Type of rganization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: c Page 3 DESIGNATION OF SUB - CONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the sub - contractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these sub - contractors except upon the prior approval of the Engineer. Item of Work 1. 2.. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12 Sub - contractor Address !' 4 / Authorized Signature Type cK Organization (Individual, Co- partnership or Corp) r ss - BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, JOHN L. MEEK CONSTRUCTION CO., INC. and GREAT AMERICAN INSURANCE COMPANY Page 4 as Principal, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT (10 %) OF THE AMOUNT-BID Dollars ($ ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of CONTRACT #C 1407 - Newport Ocean P.Len Pile Reptacement in the City of Newport Beach, is accepted by the City Councils of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 4th day of January , 19 72 . Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) s Surety W.i eCi.am H. McGer Ti. tle At7-nen9u- TH- Fn�f /i STATE OF CALIFORNIA ss. County of Lob Ange u On this 4-t1L day of Januahy , in the year 1972 before me, Adki.enne L. Net6on , a Notary Public in and for said state, personally appeared WiUiam H. McGee , known F to me to be the person whose name is subscribed to the within instrument as the Attorney -in -Fact of the Great American Insurance Company, and acknowledged to me that he subscribed the name of the Great American In- surance Company, thereto and his own name as Attorney-in- Fact. un etn n t nu ent! usr!e [: uea n tern nneull�uttnnm o7 71 cta( -SEAL Notary Public in ana for said State _tOP.NIA My Commission exprress LOS AN,, ' i,�.a i. oUNTY y My Commission Expires Cec. 12, 1972 3 5959A 12 -66 (CA Page 5 . NON- COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any'public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrange- ment or agreement.with' any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or material - man which is not processed through said bid depository, or which prevent any 'subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no induce- ment or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any. person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomesoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me by this day of 19-z4-. Jvv� 0 My commission expires: OFF CIA L' SEAL EVE M. GRANA 0 N, or Fub:k - Col ftmlo PRINCIPAL OFFICE IN LOS ANGELES COUNTY MV COMMISSION EXPIRES OCT. 27, 1972 Notary Public STATEMENT OF FINANCIAL RESPONSIBILITY The-undersigned submits herewith a statement of his.financial responsibility. Z"`7 a �` S 3 6 j gne 0 Page y TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year U) x rn m —1 O �mr�narrraua. PIZ �III��pllll�l�l� ��nn�i�nn��nn m�■eASnnn�n� 5. C -1407 See Contract File for Newport Ocean Pier Pile Replacement Plan