HomeMy WebLinkAboutC-1827 - Timber Pile Replacement 1976-77r
TO: CITY COUNCIL
FROM: Public Works Department
February 28, 1977
CITY COUNCIL AGENDA
ITEM NO. H -12
SUBJECT: ACCEPTANCE OF TIMBER PILE REPLACEMENT 1976 -77 (C -1827)
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 timber piling under the Balboa
and Newport Ocean Piers and the bay crossing of the Coast Highway water main
has been completed to the satisfaction of the Public Works Department.
The bid price was: $40,836.00
Amount of unit price items constructed 40,836.00
Amount of change orders 700.35
Total contract cost 41,536.35
Funds were budgeted in the General and Water Funds.
One change order was issued to provide for the repair of additional
pile connections under the Balboa pier.
The design engineering was performed by the Public Works Department.
The contractor is John L. Meek Construction Co., Inc. of Wilmington,
California.
The contract date of completion was December 8, 1976. The contractor
was unable to obtain the treated piling from the Pacific Northwest until Decem-
ber 1, 1976. All work was completed by January 26, 1977.
On February 14, 1977 the contractor presented a claim to the Council
for $7751.68 for additional Workmen's Compensation Insurance premium costs.
The claim was referred to the City Attorney and the Public Works Department
for review and appropriate action. Review of the claim has not yet been com-
pleted, however it is our present opinion that the City is not liable for the
claimed costs.
seph T, vlin
blic WOrk D Director
:hh
By
August 9, 1976
CITY COUNCIL AGENDA
ITEM NO. H -2 (i)
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: TIMBER PILE REPLACEMENT, 1976 -77 (C -1827)
RECOMMENDATION:
Adopt a resolution awarding Contract No. 1827 to John L. Meek
Construction Co., Inc. for $40,836.00 and authorizing the
Mayor and City Clerk to execute the contract.
DISCUSSION:
One bid was received and opened in the office of the City Clerk at
10:30 a.m. on July 27, 1976.
Bidder Amount
John L. Meek Construction Co., Inc., $40,826.00
Wilmington
The bid is 2.1% more than the engineer's estimate of $40,000.
This project provides for the replacement of deteriorated piling and
sway bracing on the Newport and Balboa Ocean Piers, and the installation of
additional support piling on the Pacific Coast Highway Upper Bay Bridge water
line crossing.
The contract cost for the work is as follows:
Newport and Balboa Ocean Piers
14 Piles to be Replaced $30,436.00
Miscellaneous Bracing Repair 2,400.00
Subtotal
Water Main Crossing
5 Piles to be Replaced
TOTAL
$32,836.00
8,000.00
$40,836.00
OF
August 9, 1976
Subject: Timber Pile Replacement, 1976 -77 (C -1827)
Page 2
Funds have been provided for this work as follows:
Newport and Balboa Ocean Piers Budget No. 02- 4195 -100 ($35,000)
Water Main Crossing Budget No. 50- 9297 -122 ($15,000)
The low bidder is well qualified and has satisfactorily performed
similar work for the City in the past.
The estimated date of completion is December 10, 1976. The plans
and specifications were prepared by the Public Works Department.
oseph evlin
ublic s Director
W:jd
E
RESOLUTION NO.
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO JOHN L.
MEEK CONSTRUCTION COMPANY, INC. FOR TIMBER PILE
REPLACEMENT - 1976 -77, CONTRACT NO. 1827
WHEREAS, pursuant to the notice inviting bids for
work in connection with the timber pile replacement - 1976-
1977, in accordance with the plans and specifications hereto-
fore adopted, bids were received on the 27th day of July,
1976, and publicly opened and declared; and
WHEREAS, it appears that the lowest responsible
bidder therefore is John L. Meek Construction Company, Inc.;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of John L. Meek
Construction Company, Inc. for the work in the amount of
$40,836.00 be accepted, and that the contract for the described
work be awarded to said bidder;
BE IT FURTHER RESOLVED that the Mayor and City Clerk
are hereby authorized and directed to execute a contract in
accordance with the specifications, bid and this award on behalf
of the City of Newport Beach, and that the City Clerk be directed
to furnish an executed copy to the successful bidder.
ADOPTED this 9th
ATTEST:
City Clerk
day of August , 1976.
Mayor
DDO /bc
8/4/76
---W-.
c� 9
I? 19'6
By th:) Q(*( CUUrv.
CITY QP 68` MI -AT B:ACH
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: TIMBER PILE REPLACEMENT 1976 -77 (C -1827)
RECOMMENDATIONS:
1. Approve the plans and specifications.
July 12, 1976
CITY COUNCIL AGENDA
ITEM NO.—H-10
2. Authorize the City Clerk to advertise for bids to be
opened at 10:30 A.M. on July 27, 1976.
DISCUSSION:
This project provides for the replacement of deteriorated piling
and sway bracing on the Newport and Balboa Ocean Piers, and the installa-
tion of additional support piling on the Pacific Coast Highway Upper Bay
Bridge water line crossing.
A total of 19 piles will be installed:
Newport Ocean Pier - 12 piles
Balboa it It - 2 "
Water Main Crossing - 5 "
Total 19 piles
The estimated cost of the work is $40,000.00. Funds have been
provided in the 1976 -77 budget.
The plans and specifications were prepared by the Public Works
Department. The estimated date of completion is December 10, 1976.
\ \ L
'Joseph T. Devlin
Public Works Director
�SW: hh
April 14. 1977
John L. Meek Construction Co., Io4..
1032 West "C" Street
Wilmington, CA 90744
Subject: Surety: Fireman's Fund Insurance Co.
Bonds No.: 7083927
Project: Tisitar Pile Replacement 1976 -77
Contract No.: 1837;
Gentleman:
The City Council on February 28, 1977 :accepted the work of subject
Project and authorised the City Clerk to film a Notice of Completion
and to release the bonds 35 days after Notice of Completion has been
filed.
Notice of Completion was filed with the Orange County Recorder on
March 2, 1977, in look No. 2089, Page.850. Please notify your
surety company that bonds may be released 35 days after recording
date.
Doris George
City Clerk
eg
cc: Public Works Department
CO 2897
p! r,1^7 RETURN TO FsTBp
C "i'Y CLERK , By EXEMPT
C TY OF r;E`l "PORT REACH C $
33" rt "A'PORT ECULE'.'A.RD
NEWPORT FE.ACH, CALT. 92663 NOTICF. OF COMPLETION
PUBLIC WORKS
g It 2089 ?G 850
RECORDED IN OFFICIAL RECORDS
OF ORANGE COUNTY, CALIFORNIA
9:05 A.M. AM 2 W7
L wru¢ cunrLE, Co"xWWW
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on February 28, 1977
the Public Works project consisting of Timber Pile Replacement 1976 -77
on which John L. Meek Construction Co., Inc.
was the contractor, and Fireman's Fund Insurance Co.
was the surety, was completed.
CITY OF NEWPORT `BE'ACH��
ubP lic lW ks Director
VERIFICATION
i
I, the undersigned, say:
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 March 1, 1977 at Newport Beach, California.
VERIFICATION
I, the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on February 28, 1977 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 March 1. 1977 at Newport Beach, California.
f n
�, , "T'Y
a •
CITY OF NEWPORT BEACH
CALIFORNIA City Hall
3300 W. Newport Blvd
Date: March 1, 1977
Mr. J. Wylie Carlyle
County Recorder
P. 0. Box 238
Santa Ana, California 92702
Dear Mr. Carlyle:
Attached for recordation is Notice of Completion of Public
Works project consisting of Timber Pile R^gplA ommut 1976 -77
Contract No. 1827 _
on which John L. Meek Construction Co., Inc.was the Contractor
and Fireman's Fund Insurance Co.
Please record and return to us.
Encl.
was the surety.
Very trul yours,
D
Doris is George
Citv Clerk
City of Newport Beach
TO: Public Works Department
FROM: City Clerk
0
Date
SUBJECT: Contract No. 1827
Project Timber Pile Revlace nt /1976 -77
Attached is signed copy of subject contract for transmittal to the contractor.
Contractor:
Address: 1012 went "C" gt., Wilmington, CA 90744
Amount: $ &0OAM
Effective Date: _9-29 -74
Resolution No. AA71
DG:swk
Att.
cc: Finance Department
Doris George
i
0
September 27, 1976
TO; CITY CLERK
FROM; Public Works Department
SUBJECT: Timber Pile Replacement 1976 -77
Contract No. 1827
Attached are four copies of the subject contract documents
as well as the insurance certificates. Please have the contracts
executed on behalf of the City,.retain your copy and the insurance
certificates, and return the remaining copies to this department
for distribution.
Thank you.
/John S. Wolter Yr
Project Manager
JSW;h
Attachments
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
TIMBER PILE REPLACEMENT
CONTRACT NO. 1827
Approved by the City Council this
12th day of July 1976.
t�
SUBMITTED BY:
CITY CLERK
JOHN L. MEEK CONSTRUCTION CO., INC.
Contractor
1032 West "C" Street
ress
Wilmington. California 90744.
City
(21.31 830..6323
Phone
0
l
. .,
9 0 PR of
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
TIMBER PILE REPLACEMENT
1976 -77
CONTRACT NO. 1827
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92663
Gentlemen:
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 -1827 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:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
14 Piles Remove existing piles and furnish and
Each drive double treated Douglas Fir piles.
(51' to 80' long.) Include removal
and replacing concrete deck, timber
planking, bracing, bolts, straps and
any other miscellaneous appurtenances
necessary to replace the piles complete
in place.
@ Two Thousand One Hundred Dollars
Seventy-Four and
No Cents $ 2,174.00 $ 30,436.00
Per Each Pile
5 Piles Furnish and drive creosoted Douglas
Each Fir piles. (48' long.) Include
timber bracing, blocking, bolts,
straps, and any other miscellaneous
appurtenances necessary to install
the piles and support complete in
place.
@ One Thousand Six Hundred Dollars
and
No Cents $ 1,600.00 $ 8,000
Per Each Pile
0 0
WRITTEN IN WORDS
3. Lump Sum Miscellaneous Pile Connections and
bracing repairs per Schedule shown
on plan Sheet #1.
PR2of2
E
Two Thousand Four Hundred Dollars
and
No Cents $ 2,400.00 $ 2,400.00
Lump Sum
TOTAL PRICE WRITTEN IN WORDS: (ITEMS # 1 - 3)
Fnrty Thousand Eight Hundred Thirty -Six Dollars
and
No Cents $ 40.836.00
CONTRACTOR'S LICENSE NO. 163997 JOHN L. MEEK CONSTRUCTION CO. INC..
Bidder's Name
DATE duly 27 1976• S /John L. Meek, President
Authorized Signature
ADDRESS 1037 west "C" Street Wilmington, California 90744.
TELEPHONE N0._/2 830_6323
Page 1
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS will. be received at the office of the City Clerk, City Hall, Newport Beach,
California, until 10 :30 A.M. on the 27 day of July 19 76,
at which time they wil be opened and read, for performing work as follows:
TIMBER PILE REPLACEMENT
1976 -77
CONTRACT NO. 1827
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 an t e _or o�ratee Seal
shall be affixed to all documentss refiring signatures. In the case of a arlr tnership,
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.
One set of 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. It is requested that the plans and contract documents be returned
within 2 weeks after the bid opening.
(cont.)
Page. la
The City has adopted the Standard Specifications for Public Works Construction
(1973 Edition) as prepared by the 5oUthern 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 $5.00 per set.
A standard "Certificate of Insurance for Contract Work for City" form has been
adopted by the City. This form is the only certificate of insurance acceptable
to the City. The successful low bidder will be required to complete this form
upon award of the contract.
For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds,
and Faithful Performance Bonds must be an insurance company or surety company
licensed by the State of California. The companies must also have a current
General Policy Holders Rating of A or better; and a Financial Rating of at least
AAA as per the latest edition of Best's Key Rating Guide (Property - Liability).
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 Resolu-
tion No. 8701 adopted February 9, 1976. 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). The contractor shall be responsible for com-
piiance with Section 1777.5 of the California Labor Code for all apprenticeable
occupations.
The contractor shall post a copy of the prevailing wage rates at the job.site.
Copies may be obtained from the Public Works Department.
The City reserves the right to reject any or all bids and to waive any informality
in such bids.
Revised 3 -22 -76
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 words 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 _
as rtr h9d Check, as er s Check or on
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,Whia
require-every employer to be insured against liability for workmen's compensatitCar.
undertake self - insurance in accordance with the provisions of that code, and_
comply with such provisions before commencing the performance of the work o€ . #s_ conf.+caC;
830 -6323 . JOHN L. MEEK CONSTRUCTION CO., IW-. = =�
Phone Number Bider s Name --
�SEALj ,
li v 27, 1976 S��John,L. Meek. President .
Date 3iutTri zedgnature
Authorized Signature
fnrnnrati nn
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:
John L. Meek President
Don B. Pugh - Vice President
P_ A. Meek - Secretary. Treasurer .
,..pmrcrrrh
PFD ".
�C''•,^ ..
`•
� � �i
��-
n�
,`
� �'
_ J
q=
1 p �`
I. iI
''
l
i.:...
sa + :c
� = -:
�i `.�._ :� ....a3t�ca '�... _: _� :..w_..._._: d,.::r.�;.: z.:.fs'�..... .�:r..r. _;,� , . - ,.�i:3usu
0
The undersigned cer til
listed contractors In'.-
e
will be used for th - I
City Engineer, 4nd iw
specifications. No d
the prior approval of
Item of Work
I .
2.
3.
5.
6.
7.
8.
9.
10.
11.
12.
JOHNI. MEEK M �TR GO.: IN;.
er s j?
Bi ajO
S/John . L. Pult"horize Vipg"nafure
type or urganization
(Individual, Co-partnership jsk,�9'7)
MwPqt "r Strlr
,
Ate;
low
4:4
,
FOR OR SEE.CITY.CLERK'S FILE COPY
That we
and rTRFMANS
BOND #7083400
as Principal,
Surety, are held
and firmly bound unto the Cii r'of;Newport Beach, California the', um Of UN-PERCENT ( }0 %)
aE 7Hr TOTAL AMMINT RTn TN Dollars ($ ----------- ), laalf� 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.
TIMER PTI F RFPI ACEMENT - 1976 -197?, CONTRACT #1827 ,
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.fram
its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 21st day of
_ -...July 19 76
��oipor'ae:S1 (If Corporation)
,�Otfaeh k"led
ement of
tor'eyz fi -Fact
A_,.
wwraw-mmonow
By
JOHN L. MEEK CONSTRUCTION CO., INC.
Principal
S /John.L. Meek, President
FIREMAN'S FUND INSURANCE COMPANY'
Surety,
•• �.
.:: ` ".;
a �p�
rsti�3.� ..�'a6't�k3��'d i�`�..2wfw,.,:+::...'..,_.a._. ,.a���= ��s�.��t.Y.�:�_�x:.��.
�1
�
�
•��
_ -
: �
rr :_
,,;
.:: ` ".;
a �p�
rsti�3.� ..�'a6't�k3��'d i�`�..2wfw,.,:+::...'..,_.a._. ,.a���= ��s�.��t.Y.�:�_�x:.��.
The bidders, by its officers and agents or rep resentativigf ; pre sent. at the time of
filing this bid, being duly sworn on their oaths say, thW Mither they nor any of
them, have in any way, directly or indirectly, entered ini:¢ any arrangement or agree-
ment with any other bidder, or with any public officer of'- 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 of €iant or affiants or
either of them has not directly or indirectly, entered into any.arrangement or agree-
ment 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 materialman 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 inducement 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 whomsoever 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.
JOHN L. MEEK CONSTRUCTION CO.: INCt.• rr">n
& /John L, Meek.-President =�
Subscribed and sworn to before me
this 21st day of July ,
19 76. .
My commission expires:
April 11. 1977,•
Notary wir,
•
I
77
c>
•
I
77
FOR ORWAL SEE CITY. CLERK'S FILE "COPY Page 6
I
i
STATEMENT OF FINANCIAL RESPONSIBILITY
Tne undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 24 hours after the bid opening if he .
is the apparent low bidder.
On file with City Clerk.
S /John. L. Meek, President
Signed..:.'
sC.. .
r� i r
1976 City of San Clemente Mr. Peter, City Engineer.{
r1
I!
r1
K :I:
. .. .......
Bond No.. #3927
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 August _9. 1976,
has awarded to John L. Meek Construction Co.. Inc.
hereinafter designated as the "Principal ", a contract for
TTMRFR PTI F RFPI Ar.FMFNT- 1976'' -7 ", CONTRACT NO_ 1827
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 of the City of
Newport Beach;
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 John L. Meek Construction Co., Inc.
as Principal, and FIREMAN'S FUND INSURANCE COMPANY
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
TWENTY THOUSAND FOUR HUNDRED EIGHTEEN AND NO /100- - - - - -- Dollars $20,418.00----- - --
said sun 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 above bounden Principal 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 wilt 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.
This bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 3181 of the California Civil Code
so as to give a right of action to them or their assigns in any suit brought upon
0
S
„s'ay...:ti`vwok,r;, �'z.. S• 4'.:'.. .,. - �f�.l�+.."" `-'ac"P.� �.... ...r ,..::ii.,ec- ._...;emu ..,s _._. .,�iy- --
r
0
S
„s'ay...:ti`vwok,r;, �'z.. S• 4'.:'.. .,. - �f�.l�+.."" `-'ac"P.� �.... ...r ,..::ii.,ec- ._...;emu ..,s _._. .,�iy- --
Page 9.
(Labor and Material Bond - Continued)
this bond, as required by the Provisions of Section 4205 of the Government Code of
the State of California.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or the specifications accompanying the same shall in
any wise affect its obligations on this bond, and it does hereby waive notice of any
such change, extension of time, alterations or additions to the terms of the contract
or to the work or to the specifications.
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 19th day of August 19. 76.
aLhnA. Me t - President = (Seal
Nam Con ctor Pr p I -.
thor zed Si ature and Title :
�• I? �aZs� , � • ,�esEl�N49G.
ut oi�i ri ed Signature and Title
FIREMAN'S FUND INSURANCE COMPANY (seal)
Name of Surety
3223 West Sixth Street, Los Angeles; CA 90020
Surety/-
ind Tltle-of ut nor zze6. €nt.
APPELDORN, AttOrriey -1n=_
ANDLER, 1800 Avenue of tff S—t ors #40C
3
(213)553 -2711
Telephone No. of gent
a
0
0
zz
a
0
0
\ \
j 2
/ n
f /
\�
z 3
) m
[ :2
\E )�
ul
:$ 2
\
\ \�
�
\
\
\
\\
��f
@2
\ \)
:7)
7
t
m�3
4J;
\
4
%
R
$
\
/
}
;
\a
)
\t
3>
#
j
(:
) m
[ :2
\E )�
ul
\
\
� � .
Bond.No. 708AJ7
Pxemiu p: 00
... __ Page 10
PERFORMANCE
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted August 9. 1976.
has awarded to .john L. Meek Construction Co.. Inc.
hereinafter designated as the "Principal ", a contract for
TIMBER PILE REPLACEMENT, 1976- 77,1CONTRACT NO. 1827
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 of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We, John L. Meek Construction Co., Inc.
as Principal, and FIREMAN'S FUND INSURANCE COMPANY
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
FORTY THOUSAND EIGHT HUNDRED THIRTY -SIX AND N01100 -------- Dollars ($ 40,836.00-- - - - -),
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, con-
ditions, 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.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions 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
rvT_.
1
�. _
__
��. � ''1
. �:
:�. ^.:. �'.�.._ M..
%' .. _
;�
'0�. ax.. _. .,.�an
I
..:.�. L.:.'eX�� -g
,.I
0 0
Page 11
(Performance Bond - Continued)
of any such change, extension of time, alterations or additions to the terms of the
contract or to the work or to the specifications.
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 19th day of August , 19 76
Name o ontr or (Fri p
orized Signature and.Title
Authorized Signatute and Title
FIREMAN'S FUND INSURANCE COMPANY
.. {Seal)
Name of Surety
3223 West Sixth Street, Los AygA3'es;..C)► 900207
Address of Surety
91gnatu,Wand Title of Authorized Agent
SHE L. APPELDORN, Attorney -in -fact.
EME1T &.CHANDLER
1800 Avenue of the Stars, #400, L.A., CA 90067
ddress of Agent
(213)553 -2711
Telephone No. of Agent
E
- I • .•\ ter.- — ._�- \
luj
\� \
x \ ƒ%2/
f �
\ \
± E
7 }
\\
; y
±«
})
4
(
}�\
�((
� \\
} \{
� })
} \;
\/
}/
^ �\
\ \/
co
_fir\
)e;
�\\
} \
§ )
- @ /
±2�
2&:
)):
{m:
\ \\
\ }\
\ \ \
\ \
\ /
[ \
/ {
{ /
0 0
Page 12
CONTRACT.
THIS AGREEMENT, made and entered i'ni:6 t' sli2ag�jmdy of 197 ,
by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as 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
TIMBER PILE REPLACEMENT. 1976- 77.•CONTRACT NO. 1827
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
therefor 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 may 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.
Ll
0
Page .13
5. Pursuant to the Labor Code of the State of Califorrl,,atie City Council has
ascertained the general prevailing rates of W_Aiem wages'f0r ach craft or type of
workman needed.to execute the contract and a #j Jule containing such information is
included in the Notice Inviting Bids and is'i&rporated 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.
ATTEST:
ty Clerk
CITY OF NEWPORT BEACH, CALIFORNIA
By:
- -
----
Assistant secretary
Title
-�1
r .
... �.
^'` .�'i-
�
�
!'
ice'.
^ _
��
. r
'' (_.
...
/
i..
t
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX-
TO
-
SPECIAL PROVISIONS
FOR
TIMBER PILE REPLACEMENT
1976 -77
-
CONTRACT NO. 1627
SECTION
Page
I.
SCOPE OF WORK . . . . . . . . . . . . . . . . .
. . . . . . . l
II.
SCHEDULE AND COMPLETION OF WORK . . . . . . .
. . . . . . ... 1
III.
PAYMENT . . . . . . . . . . . . . . . .
. .. 1
IV.
CONSTRUCTION SURVEY . . . . . . . . . .
. . . 2
V.
TRAFFIC CONTROL . . . . . . . . . . .
. . . . . . . . 2
. a. Newport and Balboa Ocean Piers . . . . .
. . . . . . . 2
b. Upper Bay Water Crossing . . . . .
. . . . 2
VI.
PILE INSPECTION . . . . . . . . . . . . .
. . . . . . 2
VII.
EQUIPMENT ON NEWPORT AND BALBOA OCEAN PIERS .
. . . . . . .. 2
VIII.
WATER . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . 2
IX.
PERMITS . .
2
X.
CONSTRUCTION DETAILS . . . . . . . . . . . .
. . . . . . . . 3
A. NEWPORT AND BALBOA OCEAN PIERS . . . . .
. . . . . . . 3
1. General . . . . .
3
2. Jetting and Driving of Piles . . . .
. . . . . . . . . . 3
a. Protection of Piles .
3
b. Driving Helmets and Cushion Blocks
. . . . . . . . . 3
c. Tolerance in Driving . . . . . .
. . . . . . . . . . 4 1
d. Jetting . . . . . . . . . . . . .
. . . . . . . . 4
e. Driving . . . . . . . . . .
. . . . . . . . . . 4
a
n
�x -:' -' -'.::
- - — — .�:.- :_.._.a
u
CITY OF 'NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
. CONTRACT NO. 1827
INDEX Continued
SECTION.
Page
X. CONSTRUCTION DETAILS - Continued
A. NEWPORT AND BALBOA OCEAN PIERS - Continued
3. Fitting . . . . . . . . . . . . . . . . . . . . .
. . 4
4. Timber Piling . . . . . . . . . . . . . . . . . .
. . 4
.
a. Dimensions . . ... . . . . . . . . . . . . . . .
. . 4
b. Steel Banding . . . . . . . . .
. . 4
C. Pressure Treatment . . . . . . . . . . . .
. .. 5
5. Miscellaneous Pile Connections and Bracing Repair . . .
. . .. 5
. B. UPPER BAY WATER CROSSING . . . . . . . . . . . . . . .
5
1. General . ... . . . . . . . . . . . . . . . . . . .
5
2. Jetting . . . . . . . . . . . . . . . . . . . . .
5
3. Fitting . . . . . . . . . . . . .
. . 5.
4. Timber Piling . . . . . . . . . . . . . . ..
. 5.
a. Dimensions . . . . . . . . . . . .
5
b. Pressure Treatment . . . . . . . . . . . .
6
5. Support Bracing and Hardware . . . . . . . . . . .
6 j
u
SP of
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
TIMBER PILE REPLACEMENT
1976 -77
CONTRACT N0, 1827
I. SCOPE OF WORK
The work under this contract consists of furnishing all labor, equipment, trans-
portation, and material necessary to complete timber pile replacement on the
Newport and Balboa Ocean Piers; timber pile installation on the Upper Bay water
crossing; and miscellaneous repairs as shown on Drawing No. H- 5077 -5 complete
and in place.
The work shall be performed in accordance with the Standard Specifications of
the City of Newport Beach; the applicable portions of the Specifications of the
American Wood Perservers' Association (AWPA); American Society for Testing and
Materials (A.SJ.M.); West Coast Lumber Inspection Bureau Grading Rule #16
(W.C.L.I.B.); and these Special Provisions.
The City's Standard Specifications are the "Standard Specifications for Public
Works Construction," (1976 Edition) and are available at Building News, Inc.,
3055 Overland Avenue, Los Angeles, Calif. 90034, Telephone (213) 870 -9871.
Copies of the City's Standard Special Provisions and Standard Drawings may be
purchased from the Public Works Department at a cost of $5.
II.. SCHEDULE AND COMPLETION OF WORK
a General
All work to be completed under this contract shall be completed within
120 calendar days after award of the contract by the City Council. No work
shall be started prior to October 4, 1976.
b. Upper Bay Water Crossing
The work on the Upper.Bay water crossing shall be coordinated with the
City Utility Superintendent. City crews will require 48 hours notice
prior to shutting down and draining the line. Operation of this line,
however, is critical to the City's distribution system and will require
a certain amount of flezibility.in scheduling the shut down.
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.
0
0
SP2of 6
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
a. Newoort and Balboa Ocean Piers
Prior to beginning work on the piers the Contractor shall submit to the
Engineer for his approval a schedule of construction operations.and a written
plan for vehicular barricading and.pedestrian safety. Pedestrian traffic
shall remain open to the end of both piers. The entrance to the Newport
Pier and Lifeguard Station shall remain open to vehicular traffic: The Balboa
Pier and remainder of the. Newport Pier shall be closed to vehicular traffic
with the exception of the Contractor's equipment.
b. Upper Bay Water Crossing
The Contractor's operations shall at no time interfere with the normal vehi-
cular and pedestrian traffic over the Pacific Coast Highway bridge. All. work
shall:be performed from the water side of the bridge.
VI. PILE INSPECTION
A field investigation of the Pier and Upper Bay Water Crossing piling was completed
in February 1975. It'revealed the poor condition of several piles and is..available
for review at the Public Works Department.
VII. EQUIPMENT ON NEWPORT AND BALBOA OCEAN PIERS
.It shall be the responsibility of the Contractor to determine the equipment loads
or wheel loading which can be safely placed on the piers 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.
VIII. WATER
The Contractor shall make his own provisions for obtaining.ind 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)
640 -2221.
IX. PERMITS
All of.the necessary permits will be obtained by the City of Newport Beach
except the Contractor shall have a valid City business license.
The City has applied for an encroachment permit from the California Department
of Transportation for work on the Upper Bay Water Crossing which is connected to
the Upper Bay Bridge on Pacific Coast Highway. The Contractor shall abide with
all of the permit requirements. It is anticipated that this permit will be
obtained in Mid - September.
SP3of6
X... CONSTRUCTION DETAILS -'
:A. NEWPORT AND- BALBOA OCEAN PIERS
1. General
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 replacement. 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 rein-
forcement shall be 6" x 6" x 8 x 8 galvanized welded wire fabric securely
tied to the existing wire reinforcement. Portland cement concrete fur-
nished for the patching shall :be 564 -B -3000 with a light broom finish.
All scarred existing timber or sawed timber decking shall be field treated
with creosote in accordance with A.W.P.A.- M444. :
All bracing removed to accommodate pile installation shalt be replaced to
the size shown on the Plans with new "Dense No. l" rough cut Douglas Fir
in conformance with W.C.L.I.B. Rule. #16, treated with 10 lbs. of creosote
in accordance with A.W.P.A. -C2 -74 (above ground exposure). No splicing
of bracing will be allowed. All removed salvageable bracing shall 'become
the City's property.
All bolts removed from the existing bracing shall be replaced with new
galvanized 1" dia. bolts, nuts, ogee washers, and single curved 4 1/8" x
4 1/8" spiked grid double dip galvanized, in accordance with Section
305 -2.2 and 210 -3 of the Standard Specifications.
The new piling shalt be installed to approximately the same position and
depth as the old piling. The old piling shall be pulled or dut'off at
1' below the mud line.
2.. Jetting and Driving of Piles
a. Protection of Piles
Care shall be taken to avoid damage to the piles when placinq them in
the leads and during the 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 bend-
ing stresses in the pile.
.b. 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
� ai
SP4of6
grain parallel to the pile axis and enclosed in - aelose- 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 ships, rope or other material
permitting excessive loss of hammer energy be permitted.
c. Tolerance in Driving
All piles.shal.l 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.
d. 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.
e. 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 of least 15,000 ft: /lbs.
and a maximum of 20,000 ft. /lbs.
3. Fitting
After the pile is cut off at the appropriate elevation the cut surface
shall be treated with creosote in accordance with A;W.P:A:- M4 -74. Work-
manship shall be smooth and accurate. Holes for bolts and drift pins
shall be of a size that will insure a driving fit...
4. Timber Piling
a. Dimensions
The timber piles shall be Douglas Fir conforming to ASTM D25 -73.
All piles shall have a minimum diameter of 16" and a maximum diameter
of 18 ", 3' from the butt end; except that piles.64 feet or less in
length shall have a butt diameter of 14 to 16 inches, as indicated
on Sheet T of the Plans: The tip circumference shall be in accordance
with Table l of ASTM D25 -73. The pile lengths shall be the required
lengths as listed in the pile schedule on Pagel of the,Plans.
b. Steel Banding
All piling shall have 3 bands applied after pressure treating. The
bands shall be 1 1/4" wide, .031" thick. cold rolled fully heat. treated,
painted and waxed. The strap shall encircle the`.pile once, tensioned
0
• SP 5 of .6
as tight as possible, and clipped with "a 2 1/4 " _long 20 gauge clip;
crimped twice with a notch type sealer. The straps shall be
located at 78" and 24" from the butt and 12 "from the tip end".
c. Pressure Treatment
All piles shall be dual treated with a copper arsenic Wt and
creosote preservative as per A.W.P.A. -C3 -74 (marine piles for
extreme borer hazard).
5. Miscellaneous Pile Connections and Bracing Repair
The miscellaneous pile connections and bracing repairs shall conform
to those listed in the schedule on Page 1 of the Plans. The work
shall be in the same manner as the original construction.
The bracing shall be new "Dense No. 1" rough cut Douglas Fir in con-
formance with W.C.L.I.B. Rule #16 and 10 lbs of creosote.in accordance
with A.P.W.A. -C2 -74 (above ground exposure) treatment.
All bolts and hardware to be installed shall be double dip galvanized,
in accordance with Section 305 -2.2 and 210 -3.
B. UPPER BAY WATER CROSSING
1. General
The piling inspection (Section VI) indicates the
several adjacent support piling. The Contractor
operations in such a manner as not to disturb th
and by submitting a bid acknowledges that he has
risks arising from the poor piling condition and
bid accordingly.
poor condition of
shall conduct his
?se existing piling
investigated the
has prepared his
2. Jetting
The piles shall be jetted to 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.
Extreme caution shall be exercised when manipulating the pile into
final position to prevent excessive stress in the wood fibers and pro-
tective coating of the pile.
3. Fitting
Fitting shall conform to the requirements of Section X -A -3 of.these
Special Provisions.
4. Timber Piling `
a. Dimensions
The timber piles shall be Douglas Fir conforming to ASTM D25 -73.
All piles shall have a minimum diameter of 16" at 3 from the butt
end. The tip circumference shall be in accordance with Table'..` "
_ � ``
r � t
- -.SR y ��ru.lL'.E
Y _ x _ i7r
nt. 1maN
R _
JY b OT b
F of ASTM D25 -73. The pile.tengtfrs shall be a;s. listed, in -the pile
schedule on Page 1 of the Plans. -
b. Pressure Treatment
The piles shall be pressure treated with creosote preservative as
per A.W.P.A. -C3 -74 (marine use).
5. Support Bracing and Hardware
All bracing shall be installed as shown on the Plans. The work shall
be in the same manner as the original construction..
The timbers shall be new construction grade rough cut Douglas Fir in
conformance with W.C.L.I.B. Rule #16 treated with 10 lbs. of creosote
in accordance with A.W.P.A.- C -2 -74 (above ground exposure)..
All bolts and hardware to be installed as shown on the Plans, shall be
double dip galvanized in accordance with Section 3.05 -2.2 and 210 -3 of
the Standard Specifications.
0
CITY OF NEWPORT BEACH
CERTIFICATE OF INSURANCE FOR CONTRACT W0f FOR CITY
IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY
OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO.
MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE
Project Description: Timber Pile Replacement 1976 -77
Central National Insurance Company of Oma a
Aetna Insurance Company
This is to certify that the Associated International Insurance Company
Name of Insurance Company)
has issued to JOHN L. MEEK CONSTRUCTION CO., INC.
Name of Insured
1032 W. "C" Street
Wilmington, California 90744
(Address of Insure
the policy of liability insurance certified herein.
Ccmpre
CITY CONTRACT ENDORSEMENT
This endorsement is attached to the policy described herein to assure compliance by
the named insured with the terms and provisions of the contract or other agreement(s)
entered into between the insured as contractor and the City of Newport Beach.
The Company amends the policy described herein as follows:
1. It is hereby understood and agreed that the policy to which this certificate
refers may not be cancelled or materially changed until thirty days after
receipt of registered written notice of cancellation or change by the City of
Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92660.
2. The City of Newport Beach, its officers and employees are hereby declared to
be additional insureds in the policy described insofar as they may be held
liable for injuries, death or damage to property excluding the sole negligence
of the City, its officers and employees. It is further agreed that any other
insurance carried by the City, its officers and employees shall not be contrib-
uting or primary with the insurance provided by this policy.
Policy No. $300,000 Combined Single Limits Bodily
COMPREHENSIVE LIAB. Injury and/or PropErty Damage Liabilit,
Combined Single From: 7/29/7 $300,000 Protecti
Limit Bodily Injury CNS 94082 $300,000 Products
or Property Damage To: 7/29/77 $ 300,000 $300,000 Contract
Each Occurrence
iensive Auto Liab. Ins.) 300 0 i S' dj�vLirts Bodily Injury
Umbrella Liability Binder #2038 (3/6/76-77) $1,000,000 Excess of above primary limits
This policy includes at least the following coverages:
a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured
and the Certificate Holder Named above.
b. Owned, Hired and Non -Owned Automobiles.
c. Contractors Protective Liability (When Insured engages Subcontractors).
d. Products Liability or Completed Operations.
e. Explosion and Underground Hazards (when applicable).
f. Personal Injury Hazards.
g. Broad Form Property Damage.
h. Marine or Aviation (when applicable).
Name of Agency or Broker: AVER & ALEMMER, INC.
Address of Agency or Broker: 3550 Wilshire Blvd.; Los Angeles, California 90010
Telephone No. (213) 385 -5211
Countersigned by: j�.i., 6� lye 6co William H. McGee, vice President
Authorized Insurance Company Representative
Effective date of this endorsement: 9/17/ 19 76 , Endorsement No.
Revised
re
lal)
we
ual
and /or
o icy Term L
Limits of Liability
Covera a i
icy No. E
Each Occurrence A
A ggregate
$500,000) $
$ 500,000 Protecti,
$1,000,000 Products
$ 500,000 Contracts
H W C M
MPLETE INFO R T
TION BELO $
Umbrella Liability Binder #2038 (3/6/76-77) $1,000,000 Excess of above primary limits
This policy includes at least the following coverages:
a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured
and the Certificate Holder Named above.
b. Owned, Hired and Non -Owned Automobiles.
c. Contractors Protective Liability (When Insured engages Subcontractors).
d. Products Liability or Completed Operations.
e. Explosion and Underground Hazards (when applicable).
f. Personal Injury Hazards.
g. Broad Form Property Damage.
h. Marine or Aviation (when applicable).
Name of Agency or Broker: AVER & ALEMMER, INC.
Address of Agency or Broker: 3550 Wilshire Blvd.; Los Angeles, California 90010
Telephone No. (213) 385 -5211
Countersigned by: j�.i., 6� lye 6co William H. McGee, vice President
Authorized Insurance Company Representative
Effective date of this endorsement: 9/17/ 19 76 , Endorsement No.
Revised
re
lal)
we
ual
and /or
Ccmpre
CITY OF NEWPORT BEACH 4P
CERTIFICATE OF INSURANCE FOR CONTRACT WORK FOR CITY
IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY
OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO.
MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE
Project Description: Timber Pile Replacement 1976 -77
Central National Insurance Company of Oma a
Aetna Insurance Company
This is to certify that the Associated International Insurance Company
Name of Insurance ompany
has
issued to JOHN L. MEEK CONSTRUCTION CO., INC.
Name of Insured
1032 W. "C" Street
Wilmington, California 90744
the policy of liability insurance certified herein.
CITY CONTRACT ENDORSEMENT
This endorsement is attached to the policy described herein to assure compliance by
the named insured with the terms and provisions of the contract or other, agreement(s)
entered into between the insured as contractor and the City of Newport Beach.
The Company amends the policy described herein as follows:
1. It is hereby understood and agreed that the policy to which this certificate
refers may not be cancelled or materially changed until thirty days after
receipt of registered written notice of cancellation or change by the City of
Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92660.
2. The City of Newport Beach, its officers and employees are hereby declared to
be additional insureds in the policy described insofar as they may be held
liable for injuries, death or damage to property excluding the sole negligence
of the City, its officers and employees. It is further agreed that any other
insurance carried by the City, its officers and employees shall not be contrib-
uting or primary with the insurance provided by this policy.
Cover \\
\
of No.
Policy Term
Limits of Liability
Each Occurrence
(Minimum:
Aggregate
(Minimum:
$500,000)
$ 500,000 Protecti,
$1,000,000 Products
\\
$ 500,000 Contracti
HOW C
\
MPLETE IN OR;
TION BELOW
Policy No.
$ 300,000 Combined c
Ingle Limits Bodily
COMPREHENSIVE LIAB.
Injury and/or Property
Damage Liabilitl
Combined Single
Limit Bodily Injury
CNS 94082
From: 7/29/7
$300,000 Protecti
$300,000 Products
or Property Damage
To: 7/29/77
$ 300,000
$300,000 Contract
Each Occurrence
aensive Auto Liab.
Ins.) 300 O
r
ombi .S' 1
1.
is Bodily Injury z
Umbrella Liability Binder #2038 (3/6/76 -77) $1,000,000 Excess: of above primary limits
This policy includes at least the following coverages:
a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured
and the Certificate Holder Named above.
b. Owned, Hired and Non -Owned Automobiles.
c. Contractors Protective Liability (',then Insured engages Subcontractors).
d. Products Liability or Completed Operations.
e. Explosion and Underground Hazards (when applicable).
f. Personal Injury Hazards.
g. Broad Form Property Damage.
h. Marine or Aviation (when applicable).
Name of Agency or Broker: ALEXANDER & ALEXANDER, INC.
Address of Agency or Broker:
Telephone No. (213) 385 -5211
Countersigned by:
3550 Wilshire Blvd.; Los Angeles, California 90010
ze
Effective date of this endorsement: 9/17/
Revised
William H. McGee, Vice President
surance Company Representative
19 76 , Endorsement No.
re
ral )
ie
,ral
and /or
CEARTIFICALTE OF INSURANCE
I
This is to cerfify Coveragns under the below policies.
TO:
NAME AND ADDRESS OF INSURED
City of Newport Beach
City Hall
3300 W. Newport Blvd.
Newport Beach, California 92663
JOHN L* MEEK CONSTRUCTION CO., INC.
1032 W. "C" Street
Wilmington, California 90744
COVERAGE
COMPANY AND POLICY NO.
EXPIRATION DATE
LIMITS OF LIACILITY
Workmen's Compensation
Work
Employers Liability
Argonaut Ins. Co.
CC20- 321- 065813
4/1/77
4lG- Statutory ,
EL_
7j`29%77
ODILY INJURY
PROPRTY D /!IAat
f.
_B
$300,000 CcTrbined
Single L'
is Bodily
Comprehensive General
Central National
Ins. Co. of Cmaha .
Each Person
Liability
Binder
Each Accident
Aggregate
Injury and
Damage LiaBility
or Property
8/16/77
$300,000 C
Trbined
Comprehensive Automobile
Aetna Ins. Co.
Single
Injury and
is Bodily
or Property
Each Person
Liability Insurance
Binder
Each Occurrence
Damage Liahility
Umbrella Liability
Associated Inter-
national Ins. Co.
3/6/77
$1,000,000 Excess of
above primary limits
Binder #2038
LOCATION;
Timber Pile Replacement 1976 -77 (Contract No. 1827)
11 NOTICE Of CANCELLATION-- In the event of cancellation or thongs in the above certified Coverages, it is the intention of
the 10daudzvocl to give 10 days written notice of Concellotion or change to: Certificate Holder
above companies
(See teverse side for additional provisions)
!11
ALEXANDER 6 ALE7 WDER, INC.
3550 Wilehirc Boulevard,
Los Angeles Califo��r,,//nia 90010
By �1 IJy` lA.t�. Lr- W C.h
DATE - - 9 /14/76
�i✓TJ.FCw J1 .1. L �`. rA Li OF 1N,9 V *A.i. ` CE
Thir is fo certify Coverados unclor !ho bololy
policios.
TO:
NAME AND ADDRESS Of INSURED
City of Newport Beach
City Hall
JOHN L. MK STf� K CON CTZON CO., INC.
3300 W. Newport Blvd.
1032 W. "C" Street
Newport Beach, California 92663
Wilmington, California 90744
COVERAGE
COMPANY AND POLICY NO,
EXPIRATION DATE
LIMITS OF LIAOILITY
i Workmen's Compensation
Argonaut Ins. Co.
WC- Stotutory
Employers LiDbility
CC20- 321 - 065813
4/1/77
.
EL-
I
7/29/71
SOOILY INJURY
PROo ERTT O /JU.GL
Central National
$300,000 Corrbined
Comprehensive Genorol
Ins. Co. of Omaha.
Each Person
Single Limits
Bodily
Liability
Binder
Each Accident
Injury and
or Property
Aggregate
Damage Li
ility
8/16/77
$300,000 Combined
Comprehensive Automobile
Aetna Ins. Co.
Single
Injury an d
is Bodily
or Property
k=acl Person
Liability Insurance
Binder
Eoch Occurrence
Damage Id
m
Umbrella Liability
Associated Inter -
$1,000,000 Excess of
national Ins. Co.
3/6/77
above primary limits
Binder 12038
LOCATION:
Tinter Pile Replacement 1976 -77 (Contract No. 1827)
NOTICE OF CANCELLATION__ In the event of cancollotion or changa in the above eortified Coveroges,'it is the intention of
tho to give 10 days writton notice of conceilotion
or change to: Certificate Holder
above companies
1 (See f—erse side for additional provisions)
ALEUIMUER 6 ALEX•1NDER, INC.
3550 Wilahire Boulevard.
Loo Ang/elca/ Cali foi'rrnnnia 9�0010
V
BY J f�i_I
DATE /14/76
Approved by.the City Council this
12th day of July, 1976.
r
Pase I.
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach,
California, until 10 :30 A.M. on the 27 day of 'July 19 76,
at which time they.wi T be opened and rea -for performing work as s follows:
TIMBER PILE REPLACEMENT
1976 -77
CONTRACT NO. 1827
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 an t e _orpora_te_ Seal
sha be a xed 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.
One set of 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. It is requested that the plans and contract documents be returned
within 2 weeks after the bid opening.
(cont.)
•
0
s
The City has adopted the Standard Specifications for Public Wor
(1973 Edition) as prepared by the Southern California Chap ters
i; Public.Works Association and the Associated General Contractors
- may be obtained from Building News, Inc., 3055 Overland Avenue,
California 90034, (213).870 -9871.
Page la
s Construction
T—IFFNWH can
of America. Copies
Los Angeles,
The City has adopted Standard Special Provisions and Standard Drawings. Copies of
these are available at the Public Works Department at a cost of $5.00 per set.
A standard "Certificate of Insurance for Contract Work for City" form has been
adopted by the City. This form is the only certificate of insurance acceptable
to the City. The successful low bidder will be required to complete this form
upon award of the contract.
For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds,
and Faithful Performance Bonds must be an insurance company or surety company l
licensed by the State of California. The companies must also have a current
General Policy Holders Rating of A or better; and a Financial Rating of at least
AAA as per the latest edition of Best's Key Rating Guide (Property - Liability).
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 Resolu-
tion No. 8701 adopted February 9, 1976. 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). The contractor shall be responsible for com-
pliance with Section 1777.5 of the California Labor Code for all apprenticeable
occupations.
The contractor shall post a copy of the prevailing wage rates at the job.site.
Copies may be obtained from the Public Works Department,
The City reserves the right to reject any or all bids and to waive.any informality
in such bids.
Revised 3 -22 -76
0 •
Page 2
...
- All b ids 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
W
f a discrepancy between words and figures, the words 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.
ye>
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.
s
Licensed in accordance with:the Statutes of the State of California providing for
the registration of Contractors, License No. 163997 Clas91fi cation p -.1 SA'
a
Accompanying this proposal it
Bid .Bond - 10%
i, Certified Check,, "
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 whi
require every employer -to be insured against liability for workmen`s ; compensatio -
undertake self- insurance in accordance with the provisions of that code, and : i
comply with such provisions before commencing the performance of the work ofaC
(213),830=6323 J L. eek
Phone Number r ! ame %+
July 27, 1976
Date
Authorized gnature
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:
John L. Meek — President
Don B. Pugh — Vice President
P. A. Meek — Secretary, Treasurer
iP
r l ��rrr
;.r• f
1
i1
„,;,,. =•.,a.
`\
1 �
••
�\ \ _ r
L
Y I�.i
f - /A.�
_' ^
"'. C
� ~-
- ate.
J_ _
•”
.o � __.. ___ _.... ,. _._ _.
i 1
" ��..
iii_ �
�. �4*
i.�
.=
. _.. i ...
0
tx
.......
�
y s
..........
i...
I •4r�.y.�JS
tx
I/!
Page 7.
TECHNICAL ABILITY AND EXPERIENCE
ttEi�
The undersigned submits.herewith
a statement of the work of similar
character to.
that - proposed herein which::he has.performed
and succes ful'1y comp3eted::
Year
Signed`
Completed For Whom Performed
(Detail) Person-lo. C-ontact
Telephone No
r.
6
"
r
I/!
r
^ h
_Pi sident
Signed`
•!!!tee- esfis'y�
A
g
ry
A
g
ry
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
TIMBER PILE REPLACEMENT
1976 -77
CONTRACT NO. 1827
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92663
Gentlemen:
• PR oft
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 -1827 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:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. 14 Piles Remove existing piles and furnish and
Each drive double treated Douglas Fir piles.
(51' to 80' long.) Include removal
and replacing concrete deck, timber
planking, bracing, bolts, straps and
any other miscellaneous appurtenances
necessary to replace the piles complete
in place.
0"-{ 1444 Dollars
Cents.
Per Each P le
5 Piles Furnish and drive creosoted Douglas
Each Fir piles. (48' long.) Include
timber bracing, blocking, bolts,
straps, and any other miscellaneous
appurtenances necessary to install
the piles and support complete in
place. ( /
@ Dollars
a�
and
Cents $ 6 0 $ &000
Per Each Pile
• • PR2of2
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
3. Lump Sum Miscellaneous Pile Connections and
bracing repairs per Schedule shown
on plan Sheet #1.
t,_ A� GGA --mot .Dollars
and
C`6�d� —&ewtS $ .Z G G
Lump gum
I TOTAL PRICE WRITTEN IN WORDS: (ITEMS # 1 - 3)
CONTRACTOR'S LICENSE NO. 163997
DATE July 27, 1976
ADDRESS 1032 West "C" Street
TELEPHONE NO. (213) 830 -6323
and
Cents $
John X. Meek
California
Co.
f
- iL��
BOND #7083400,
e 4
BI DDE R AOKD- TO. 'ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS
That we, JOHN L. MEEK CONSTRUCTION CO., INC. as Principal,
and FIREXAN.!S FUND
IPANY as Surety ar.e::hel,d
and firmly bound unto the City of Newport'86ach, California, �- -T
It SUM Of, _AN_
OF THE TOTAL AMOUNT
BID IN---- -- ---- -------- Dollars ($------- - - - - - lawful money' of-the 'United
t:
States for the payment of which sum well and truly to be made we bind ourselves
jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden princip0 for the. construction of
TIMBER PILE REPLACEMENT 1976-1977 CONTRACT #1827 .
in the City of Newport Beach, is accepted by the City CoundMof-,sild City, and if the
above bounden principal shall duly enter.into and execute* a. contract for .such construc-.
J n' nviti.ng
tion and,shall execute and deliver the two (2) bonds described the "Notice I
I.
�t Bids" within ten (10) days. (not including Saturday., Sunday and;-.Fedenl Holidays)- fro M
the date of the mailing of a notice to the above bounden prikipal by and:. from'-said City
of. Newport Beach that said contract is.ready for execution.. then this'obligation shall
become.null and void; otherwise it be and remain in full ,forceand effect, and t ., he: amQUInt-,
specified herein shall be forfeited to the said City.
In the event that any principal above named executed this. bond as: an individual,
it is agreed that the death.,of any such principal shall not-exonerate.the.suret
y: from
its obligations under this :bond.
IN WITNESS WHEREOF, we hereunto set out hands and seals- this 21si; day, of
JULY
.19 76
17
Corporate Seal (If Corporation)
J0
C= 4
Pr inc
(Attach acknowledgement of
Attorney-in-Fact)
I V -
V-3
kg:
By
FIREMAN'S FUND INSUkimie-E-Cai[PAxi--
'
`�--�
°
w
�-�---'--_------_
`
i
i
`
kaaz
'
`�--�
°
w
� 7
■
f 2
+?
°»
/
\
9
§
\
"Q
to
(±0
/E
7
|ƒ
! §m J
;
|k�
,
\�§
ko
;�
�$
!
!{
!_ A
�
.
;
{�9
{
-0
i!\
-
z
},
ƒ
i§
{}\
(�c
,__;!
&
\/{
Z
0.
�
(
}
\�
3}
$(\
§\
7
|
f;q
ƒ«
\
();
E§
!
§/
_
!
ƒ
� 7
a
GENERAL
POWER . .
ATTORNEY
THE AMERICAN INSURANCE COMPANY
KNOW ALL MEN BY THESE PRESENTS: That THE AMERICAN INSURANCE COMPANY, a Corporation duly organized and existing
under the laws of the State of New Jersey, and having its Home Office in the City and County of San Francisco, California, has made,
constituted and appointed, and does by these presents make, constitute_�d appoint Ulu" Q. BUKJ----------------
its true and lawful Attorney(s) -in -Fact, with full power and authority hereby conferred in its name, place and stead, to execute, seal,
acknowledge and deliver any and all bonds, undertakings, recognizances or other written obliga-
tions in the nature thereof --------------» --------------------------------------- --- - --
and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the
corporate seal of the Corporation and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s) -in-
Fact may do in the premises.
This power of attorney is granted pursuant to Article VIII, Section 30 egtd 31 of By -laws of THE AMERICAN INSURANCE COMPANY
adopted on the 7th day of May, 1963, and now in full force and effect.
"Article VIII, Appointment and Authority of Resident Assistant Secretaries, and Attorneys -in -Fact and Agents he accept Legal Process and Make
Appearances.
Section 30. Appointment. The Chairman of the Board of Directors, the President, any Vice - President or any other person authorized by the Board
of Directors, the Chairman of the Board of Directors, the President or any Vice - President, may, from time to time, appoint Resident Assistant Secretaries and
Attorneys -in -Fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearances for and on behalf of
the Corporation.
Section 31. Authority. The Authority of such Resident Assistant Secretaries, Attorneys -in -Fact, and Agents shall be as prescribed in the instrument
evidencing their appointment, and any such appointment and all authority granted thereby may be revoked at any time by the Board of Directors or
by any person empowered to make such appointment."
This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors
of THE AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 28th day of September, 1966, and that said
Resolution has not been amended or repealed:
"RESOLVED, that the signature of any Vice - President, Assistant Secretary, and Resident Assistant Secretary of this Corporation_ and
the seal of this Corporation may be affixed or printed on any power of attorney, on any revocation of any power of attorney, or on
any certificate relating thereto, by facsimile, and any power of attorney, any revocation of any power of attorney, or certificate bearing
such facsimile signature or facsimile seal shall be valid and binding upon the Corporation."
IN WITNESS WHEREOF, THE AMERICAN INSURANCE COMPANY has caused these presents to be signed by its Vice - President, and its
corporate seal to be hereunto affixed this 1M day of AliP8t 1967 .
THE (A/M��ICjMIENIST" AN INSURANCE COMPANY
By......................... ............. .. Y'.'.../..........._.._'......_....................................- .........._........_..........
. S. D. ViceVice
STATE OF CALIFORNIA,
ss.
CITY AND COUNTY OF SAN FRANCISCO
On this 17th day of Auguttt , 1967 , before me personally came S. D. MENIST, to me known, who,
being by me duly sworn, did depose and say: that he is Vice - President of THE AMERICAN INSURANCE COMPANY, the Corporation
described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the said
instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Corporation and that he signed his
name thereto by like order.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year herein first above written.
no mmusenglum�nuswnsntwwswn
ETHEL L WATKINS :
NOTARY KKK: - CALIFORNIA :
CITY AND COUNTY OF
SAN FRANCISCO .. Ec
CERTIFICATE
STATE OF CALIFORNIA,
ss.
CITY AND COUNTY OF SAN FRANCISCO
ETHEL L. WATKINS, Notary Public
My commission expires March'2, 1971.
I, the undersigned, Assistant Secretary of THE AMERICAN INSURANCE COMPANY, a NEW JERSEY Corporation, DO HEREBY CER-
TIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked; and furthermore that
Article VIII, Sections 30 and 31 of the By -laws of the Corporation, and the Resolution of the Board of Directors, set forth, in the Power
of Attorney, are now in force.
Signed and sealed at the City and County of San Francisco. Dated the 21
beex
360257(HO) (TA) -5 -67
1976_.
_....._._..._.-._..b
p Z�).. _._ ...... ..___ _....._ ....... _
WINIFRED H. BR_O_ WrNE, Assistant
Secretory
y
�- :... � -•'•� ��� ter 1�' �u-
ps. r
NON -COLE w
The bidders,' by its of fice the time of
filing this bid., being;� fey �r any of
them,: have in..'
any way,-d1rectly, ors U. ente t:or agree -
ment with any other bidder, or wi li. offi ce IdPOR BEACH
Whereby such Affidnt'or affiants or ".
l;"c to such
bidder or public officer anysum of money, "" or io such ether
bidder or public officer, of value uCheaffiant or affiart£s an _
either of them has not:; r indlrecth. `' ant or agree-
ment;with any other binder ilders, -which tends #r,iroy free
competition in the let' ang of '.the contract sought fs tadwit* tts, that E►o -
bid has been accepted from any subcontractor or ma roEfgh arty lrl tfepasiiory,
the By. aws, Rules or Re r ti rs rohlibit o
considering any bid f sub cont"
ra or araterialman which #s not processed
through said bid depository,Y which'prevent: ontractor or Aterfalirlaine.f rom
bidding to any contractor wht es not use the ties df or aiprA < bids. #ro}g er
through such bid de osito
g p ry; that no inducement or any►ar� ter other than.;
that which appears upon the ac
.fe of.the -bid will be`.sn
<; delivered to any person whomsoever to ir♦fluence the.ac a sold bid or w
awarding of the contract, nor. has this bidder any afire r#anditi9 -of any
kind whatsoever, with any person whomsoever to►dy, deliver ttr s%ax� w #tit ark
other person in any way or.Aanner, any of the: >proceeds of ill' tr�ets 5oagitt 5y,-
? this.bid:
Subscribed and sworn to before
this 21stday of JULY
19 76 - -
• .-OFFICIAL SEA -
SHERRY L. APPELDORN
-. - - PRINCIPAL OFFICE IN -
LOS ANGELES COUNTY - - 0 1--C
My commission Expires April 11, 1977
Z ��
r
a.
.dC
y
.f:
t.
^ i T
�� ' � � s . ♦tea^ �,�;,; ..
}
u>
I
Ld
�j
r o m
r �W
J h ?
O La
U
W
W
2
l�ii�wmn
YY�IIAII
IIRIY�IYINI01
Y��IYIIr
nt�itnn�
���nrmmiom�nn�
NIdtlI'YpY��lllll�ll
�1i
Illgllll�
U
W
W
2
By
CITY OAW#IQRX a4Co-;
Z;
0 46
RESOLUTION NO. 8 87 1
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO JOHN L.
MEEK CONSTRUCTION COMPANY, INC. FOR TIMBER PILE
REPLACEMENT - 1976 -77, CONTRACT NO. 1827
WHEREAS, pursuant to the notice inviting bids for
work in connection with the timber pile replacement - 1976-
1977, in accordance with the plans and specifications hereto-
fore adopted, bids were received on the 27th day of July,
1976, and publicly opened and declared; and
WHEREAS, it appears that the lowest responsible
bidder therefore is John L. Meek Construction Company, Inc.;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of John L. Meek
Construction Company, Inc. for the work in the amount of
$40,836.00 be accepted, and that the contract for the described
work be awarded to said bidder;
BE IT FURTHER RESOLVED that the Mayor and City Clerk
are hereby authorized and directed to execute a contract in
accordance with the specifications, bid and this award on behalf
of the City of Newport Beach, and that the City Clerk be directed
to furnish an executed copy to the successful bidder.
ADOPTED this 9th day of August , 1976.
ATTEST:
City Clerk
DDO /bc
8/4/76