Loading...
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