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