Loading...
HomeMy WebLinkAboutC-2805 - Newport Pier, Newport Pier Repair, Newport Pier Bench ReplacementApril 2, 1992 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 (714) 6443005 John L. Meek Construction Co.,.Inc. 1032 West C St. Wilmington, CA 90744 Subject: Surety: Fireman's Fund Insurance Company Bonds No.: SCR 111 1920 1314 Contract No.: C -2805 Project: Newport Pier and Balboa Pier Repair, and Newport Pier Bench and Handrail Replacement The City Council of Newport Beach on March 9, 1992, accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice has been recorded in accordance with applicable portions of the Civil Code. The Notice was recorded by the Orange County Recorder on March 16, 1992, Reference No. 92- 158359. Sincerely, Wanda E. Raggio City Clerk WER:pm cc: Public Works Department 3300 Newport Boulevard, Newport Beach 9 0 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: 92- 153359 Add. RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 4:00 Other City Clerk MAR 1 6 1992 Tata Y / 7i+ . PM Stec. Fees 3 Citvof New rt por Boulevard 92663 .,,,,0O 4Q O OR $ rvL" RECEIVED "Exempt from recording fees pursuant - APR 2 1992 to Government Code Section 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and John L. Meek Construction Co., Inc. 1032 West C St., Wilmington, CA 90744 as Contractor, entered into a Contract on June 14, 1991 Said Contract set forth certain improvements, as follows: Newport Pier and Balboa Pier Repair, and Newport Pier Bench and Handrail Replacement (C -2805) Work on said Contract was completed on January 14, 1992 and was found to be acceptable on March 9, 1992 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Fireman's Fund Insurance Co., 17542 E. 17th Street, Tustin, CA 92680 BY af,42a u P1 or cs Director VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on / 9 AW at Newport Beach, California. O BY city Clerk ~ ri ��� FO RNI TO: • FROM: SUBJECT: F] City Council BY THE CITY COUNCIL CITY OF NEWPORT BEACH MAR G 3 Public Works Department March 9, 1992 CITY COUNCIL AGENDA ITEM NO. F -11 ACCEPTANCE OF NEWPORT PIER AND BALBOA PIER REPAIR; NEWPORT PIER BENCH AND HANDRAIL REPLACEMENT (C -2805) 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 the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. DISCUSSION: The contract for the subject work has been completed to the satisfaction of the Public Works Department. • The bid price was $166,445.00 Amount of unit price items constructed 168,752.00 Amount of change orders 7,081.00 Total contract cost $175,833.00 The increase in the amount of the unit price items constructed was due to the replacement of one additional pile at the Newport Pier. Two Change Orders were issued. The first, in the amount of $3,569.00 provided for replacement of the remainder of the pier railing adjacent to the Marine Safety Headquarters; deletion of the conduit support posts (new conduit will be attached directly to the pier stringers); staging for work under the pier; and additional nailing of the plastic pile wrap. The second, in the amount of $3,512.00, provided for repair of a cracked brace; easing the edges of the new benches; and shimming of the existing handrail posts to make them plumb. Funds for the project were budgeted in the General Fund, Account No. 7015 - 2800002. is The contractor is John L. Meek Construction Co., Inc. of Wilmington. The contract date of completion was December 6, 1991. The start of the work was delayed pending delivery of the piles and treated timber. At the City's request, work was suspended during the Christmas holidays and completion was further delayed by the Se ra work T�work was completed by January 14, 1992. r r Benjamin B. Nolan Public Works Director 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT Blt'il, CA 92658 -8915 (714) 645 TO: FINANCE DIRECTOR FROM: CITY CLERK DATE: September 12, 1991 SUBJECT: Contract No. C -2805 Description of Contract Newport Pier and Balboa Pier Repair and Newport Pier Bench and Handrail Replacement Effective date of Contract June 14, 1991 Authorized by Minute Action, approved on June 10. 1991 Contract with John L. Meek Construction Co.. Inc. Address 1032 West C Street Wilmington CA 90744 Amount of Contract $166,445.00 "We2I s Le Wanda E. Raggio 7 U City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach :� -_ r I E V. - .. F 1 1 I CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMEN PROPOSAL NEWPORT PIER AND BALBOA PIER REPAIR AND NEWPORT PIER BENCH AND HANDRAIL REPLACEMENT CONTRACT NO. 2805 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, CA 92659 -1768 PR 1.1 The undersigned declares that he has carefully examined the location of the work, that he has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all work required to complete this Contract No. 2805 in accordance with the Plans and Special Provisions, and that he /she will take in full payment therefore the following unit price for the completed item of work, to wit: ---------------------------------------------------- ITEM QUANTITY ITEM DESCRIPTION NO. ---------------------------------------------------- AND UNIT UNIT PRICE WRITTEN IN WORDS 1. Lump Sum Mobilization " @ Flavin Thnucanrl Dollars and Cents Per Lump Sum 2. 810 Remove existing Newport Pier Linear Feet handrail & posts (painted) and replace with treated wood handrail and posts (includes hardware) UNIT TOTAL PRICE PRICE R211111110111 @ Thirty-Fight Dollars and 001100 Cents $ 3 1 8.00 $,780 -0n Per Linear Foot 3. 1,125 Retighten bolts on existing Linear Feet Newport Pier treated wood handrail post (not painted) @ Fi va Dollars and 00 0_0 Cents $ 5.00 $ 5,625.00 Per Linear Foot e • 0 ITEM QUANTITY ITEM DESCRIPTION NO. AND UNIT UNIT PRICE WRITTEN IN WORDS 4. 520 Remove existing Newport Pier Linear Feet wood benches and replace with treated wood benches (includes hardware and removal of abandoned conduits under benches) PR 1.2 UNIT TOTAL PRICE PRICE @ Twenty -Fives Dollars and nn /inn Cents $� $13,nnn_nn Per Linear Foot 5. 125 Install 4" X 6" treated wood Each posts (includes hardware) on Newport Pier @ Ninety-Five Dollars and 00 /100 Cents s-95-no $11.875.00 Per Each 6. 1,360 Replace stringers Board-Feet (see attached Work Schedule) @ Saven Dollars and Fifty Cents $ 7.5n $1fl,7nn_nn Per Board Foot 7. 170 Replace bracing Board Feet (see attached Work Schedule) @ Tweive Dollars and n0 /100 Cents Per Board Foot 8. 5 Replace hairpins Each (see attached Work schedule) $ 12.00 $ 2.040.00 @ Four Hundred Nineteen Dollars and n0�tnn Cents $ 419.00 $ 2.095.00 Per Each i F-1 L 0 PR 1.3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE ------------------------------------------------------------------- 9. 7 Install deck drains Each (see attached Work Schedule) @ One Hundred Dollars and 00 /100 Cents $ 100.00 $ 700.00 Per Each 10. 11 Install shims Each (see attached Work Schedule) @ Sixty Dollars and 00 /100 Cents $ 60.00 $ 660.00 Per Each 11. Lump Sum Miscellaneous repairs (see attached Work Schedule) @ Four Thousand Five Dollars Hundrea and 00 /100 Cents Per Lump Sum 12. 13 Remove existing piles and Each install prewrapped treated piles or polyurethane coated untreated piles; includes removal and replacing, concrete deck, timber planking, bracing, bolts,_ wrapping, and any other miscellaneous appurtenances necessary to replace the pile complete in place (see attached Work Schedule) $4,500.00 @ Five Thousand Six Dollars Hundred inety @nd 00 /100 Cents $5,690.00 $731970.00 Per Each E PR 1.4 One Hundred and Sixty -Six Thousand, Four Dollars Hundred and Forty -Five and 00 /100 Cents $ 166,445.00 TOTAL BID PRICE (WORDS) TOTAL BID PRICE (FIGURES) John L. Meek Construction Co., Inc. 163997 5/31/92 Bidder State Contractor's License No. & Expiration Date Au o ized Signature /Title Date' John I.C. Meek, President 1032 West C Street, Wilmington, CA 90744 213- 830 -6323 Bidder's Address Bidder's Telephone 1. . • Page 2 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS. 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTORS 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON - COLLUSION AFFIDAVIT 6. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10%, of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. The City of Newport Beach will not permit a substitute format for the documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in-the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. In accordance with the California Labor Code (Sections 1770 et seg.) , the Director of Industrial Relations 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. A copy of said determination 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 -7981 inclusive). The Contractor shal.i be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, .,the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 163997 B A Contr's Lic. No. & Classification VZ,X A/ Date John L. Meek Construction Co., Inc. Bid er u o ized Signature /Title Jo n f. Meek, President E • • Page 3 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. Subcontract Work Subcontractor Address 1. 2. 3. 4. 5. 6. 7. B. 9. 10. 11 12. John I_ Meek Construction Co_, Inc. Bidder / X Gujhoriz d $ignatureyTitle J n.S. eF1ee , Presi ent N i .; • BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, .... ... ... ... .. .. Bon. SCR 708 50 09 Prem included in BBSU Page 4 That we, JOHN L. MEEK CONSTRUCTION CO. TNC_ , as bidder, and FIREMAN'S FUND INSITRANCF. COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN (10 %) PERCENT OF THE TOTAL AMOUNT BID TN - - -- --- Dollars ($ --- - - - - -- ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of PIER REPAIRS NEWPORT 6 BATBOA PTFRC _ Title of Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver to said City the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of contract documents for execution to the above bounden bidder by and from said City, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an individual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 28th day of MAY , 19 91. (Attach acknowledgement of orney -in-Fact) �ftary Publ is Commission Expires: 3���g; OFFICIAL SEAL .. MARIA LUISA R. AGUINALDD Pu6lic-CEd iUMMiE COUNTY MY Camm. &V. March 7. 1805 JOHN L. MEEK CONSTRUCTTON CO. TNC_ Bidder B Aut i ed Signature/Title FIREMAN'S FM INSURANCE COMPANY Surety By Title C.E. PREY, A RNEY -IN -FACT GENERAL. PA ORRNOEY FIREMAN'S FUND INSURANCE COMPANY [NOR' ALLMEN BYTHESE PRESENTS: That FIREMAN'S FUND INSURANCECOMPANY, aCocporation dulyorganizcd and existing under the laws of tine State of California, and having its principal office in the County of Marin, State of California, has made, constituted and appointed, and does by these presents make, constitute and appoint -- C. E. FREY - -- its trueandlawful Atioroey(s)4n -Fad, with full powerand authority berebyconferred in its name, placeand stead, toexecnte, seal, acknowledgeand deliver any and all bonds, undertaking, recognizance mother written obligations in the nature thercof ____ 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 Attorneys) -if -Feet may do in the premises. This power of attorney is granted pursuant to Article VII, Sections 45 and 46 of By -laws of FIREMAN'S FUND INSURANCE COMPANY now in full fora and effect. �Aakle VH. Appointment and Authority of Residme Secrdadn, Attormy -ha Fad sadAgmatr to accept LegaE Promsaad MakeApparanees. Seats 45. Appofatmea4 The Chairman of the Board of Directors, the President, nay Vke PMk mt or nay other person aatboriaM by the Board of Dhtaors, the Chairman of the Board of Directors, the President or any Via -PwWmt any. from due to time, appoint Resident Assistant Secretaries and AltermYs4wFad to replefeat cad act for and on behalf of the Corporation aad Ageass to accept kpl process and make appeanxn for and on behalf of the Carporadoa. Section 46. Asthmfey, The authority of such Reddest Assistant Secretaries, Attormys ti -Fad and Agents shall be as prescribed in the instrument evidencing tkdrappolatmml. Amy such appoiatmestand all astbodtygranted thereby may be revolted at any time by the Board of Directors or by any person empowered to Wake retch appolntmem.^ .. This power of attorney Is signed and seated under and by the authority of the following Resolution adopted by the Board of Directors of FIREMAN'S FUND INSURANCE COMPANY W a mating duly called and held on the 7th day of August, 1964, and 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 maybe affixed or printed on any power of attorney, on any revocation of any power of attorney, or on any certificate reining thereto, by facsimile, and any power of attorney, any revocation of any power of attorney, or certificate bearing such facsimile signature or facsimile seat shall be valid and binding upon the Corporation :, IN UTIFtESS WHEREOF, FIREMAN'S FUND INSURANCE COMPANY has caused these presents to be signed by its Via- President, and its corporate saitobeherenntoaffuedibis 23rd dayof February 19 90 _ FIREMAN'S FUND INSURANCE COMPANY Gi� Z i r STATE OF CALIFORNIA ss. COUNTY OF MARIN On this 23rd day of February 19 90 before me personality came R. D. Farnsworth to me known, who, heft by me duly sworn, did depose and say: that he is Via - President of FIREMAN'S FUND INSURANCE COMPANY, the Corporation dc=''bed in and which exavted the above instrument; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate sal; that it was an affixed by order of the Board of Directors of said Corporation and that he signed his time thereto by like order. IN WITNESS WHEREOF. I have hereunto set my hand and affixed my official scat, the day and year herein first above written. OFFICIAL SEAL J. M. VANDEVORT NOTARY PUBLIC- CALIFORNIA Principal Mice in Narin County My Commissior. Expires Aug. 28, 1992 CERTIFICATE Warr k/ wwK allulsIIIIUuIsIs gag ltIII at1111111619919 II: a I1tllriIIf5 SLATE OFCALIFORNIA U. COUNTY OF MARIN I, the undersigned, Resident Assistant Secretary of FIREMAN'S FUND INSURANCE COMPANY, a CALIFORNIA Corporation, DO HEREBY CERTIFY that the foregoisgand attached POWER OFATTORNEY remains in full form and has not been cooked; and furthermore that-Article VII, Sections 45 and 46 of the By -laws of the Corporation, and the Resolution of the Board of Directors; set forts in the Power of Attorney, are now in force. Signed and scaled at the County of Marin. Dated the m •' day of , 19 _94. 6zg�z� - •`'�' <i N Redetw Aulwm S.0 3W712_FF —Ili7 NONCOLLOSION AFFIDAVIT State of California SS. County of Los Angeles Page 5 John S. Meek , being first duly sworn, deposes and says that he or she is President of John L. Meek Construction Co., Inc. the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, south by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. John L. Meek Construction Co., Inc. Bidder ' I`�'✓ President A o ized Signature /Title Subscribed and sworn to before me this 30 day of May 1991 My commission expires: July 20, 1994 N6Wary P >c OFFICIAL NOTARY SEAL STANLEY S. OHN ° Nolery Public — Catomia LOS ANGELES COUNTY W Comm. ExPir m JUL 20.1994 Page 6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. 1. 1989 City of Redondo Beach (213) 372 -1171 on Redondo Pier Engineering Desi.Alvarez (213) 458 -8721 1987 City of Santa Monica City Engineer on Santa Monica Pier 3. 1983 City.of Newport Beach Engineering (714) 640 -2251 John L. Meek Construction.Co., Inc._ Bidder A thorized Signature /Title Joh 1. Meek, President ••. Page 7 K P X 1 9 Z The following contract documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of mailing Notice of Award to the successful bidder: PAYMENT BOND (Pages 8p& 9) FAITHFUL PERFORMANCE BOND (Pages 10 & 11) CERTIFICATE OF INSURANCE•& ENDORSEMENTS (Pages 12, 13, 14) CONTRACT (Pages 15 & 16) The City of Newport Beach will not permit a substitute format for these contract documents. Bidders are advised to review their. content with bonding, insuring and lega1 agents prior to submission of bid. Payment and faithful performance bonds shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. R Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance.in the State of California, and (2) assigned ._Policyholders' Ratings A- (or higher) and Financial Size Category Class VIII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property- Casualty. Coverages shall be provided as specified in the Standard Specifications f Construction, except as modified by the Special Provisions. The following Workers' Compensation Insurance Certification shall be '. executed and delivered to the Engineer along with a Certificate Of Insurance for workers' compensation prior to City's execution of the Contract: WORKERS' COMPENSATION INSURANCE CERTIFICATION "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or. to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before.commencing the performance of the work of this contract." G Ay 9/ John L. Meek Construction Co., Inc. Date Name of Contractor (Pr ncipa ) C -2805 Contract. Number. razed Signature and Title John S. Meek, President 1( d Ra1Ma Pier Rppair Tit e. of Project and Newpar4t ,Fier Bench and Handrail Replpueant,..., • i 1 EXECUTED IN 4 COUNTE)TS BOND 111 1920 1314 INCLUDED IN FERFOR— Page 8 � UFf K1AANCE BOND MENT 7 8 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted June 10, 1991 .. has awarded to John L. Meek Construction hereinafter designated as the "Principal ", a contract. for Newport Pier and Balboa Pier Repair and Newport Pier Bench and Handrail Replacement Project C -2805 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 its6-subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance 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 One Hundred Sixty -Six Thousand Four 141Yndred and Dollars ($166,445.00 ), Forty -Five and 00 /100 said sum being equal to 100% 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, or other supplies, 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 Unemploy- ment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a- reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. The 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 Payment Bond (Continued) • Page 9 this bond, as required by the Provisions of Sections 3247 et. seq. of the Civil 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 PrinciQal:anld.,, Surety above named, on the 18th day of JUNE "19 John L. Meek Construction Co:, Inc._ (Seat Name of Contractor Principal J, e President Authorized Signature and Title FIREMAN'S FM INSURANCE COIRM Seal) Name of Surety 18752 B. 17th Street Tustin, ddress of Surety By: Signature and TItle of uut o zee Bent ALAN L. BARR, Attorney -in -Fact P.O. Box 19594 Irivne. Address of gent (714)476 -4300 Telephone No. of gent f t i i f i i _ ■1.,; 2 .. m , ■. - / § o ! m £% kJ now E ■ A9 J =2\./ § . ��; & ■!�| ? !E. ■� rn ; / � k `. \%! -! z {' E ,�c;= ■ ! . 4F CZ ƒ . \ \ ■!, \%!(2 . . § ( ! \ \ |E\ � ■ -- . y? _ : \2'. _ 'F N G x c POWEW ARPiEYF AMAN'S FUND INSURANCE COMP KNOW ALLMEN BY THIESEPRFSENTS: That FIREMAN'S FUND INSURANCE COMPANY, aCorporation duly organized and existing under the laws of the State of California, and having its principal office in the County of Morin, State of California, has made, constituted and appointed, and does by these presents make, constitute and appoint - -- ALAN L. BAER - -- itsTfOe'arfdLiWlUfAttbMey(s}fn -Fact, with full power and authority hereby confuted in its name, plamand stead, to execute, seal, acknowledge and deliver any and all bonds, undertaking, recognirances or other written obligations 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 VII, Sections 45 and 46 of By -laws of FIREMAN'S FUND INSURANCE COMPANY now in full form and effect. -Article VD. Appointment and Authority ofRestdeaeSecretarka, Alformy-fs -Fact endAgents toaeapt legal Proem and Make Appearances. Section 45. Appointment. The Chairman of the Board of Directors, the President, aq Vlm- Pnaldeat or any other pecros authorized by the Board of Directors, the Chairman of the Board of Directors, the President or any Vice-Preddenl may, from time to time, appoint Resident Assistant Secretaries and Attmmys4wFact to represent and act for and on behalf of the Corporation and Agents to accept Igdprocess and make appearance for and on behalf of the Corporation. Section 46. Authority. The authority of such Resident Assistant Secretaries, Attoreeyalo-Faet W Agents shall be as prescribed In the bestrament evidencing their appointment. Any such appointment and all authority granted thereby way be revoked U say there 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 FIREMAN'S FUND INSURANCE COMPANY at a meeting duly called and held on the 7th day of August, 1994, and said Resolution has not been amended or repealed: "RESOLVED, that the signature of any Vim - 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, FIREMAN'S FUND INSURANCE COMPANY has caused these presents to be signed by its Via-President. and its corporate saltobehereuntoaffsxedthis 21St day of September 19 90 • H FIREMAN'S FUND INSURANCE COMPANY .1 t. vniu'1jli J� By vtm.taeaamt STATE OF CALIFORNIA COUNTY OF MARIN n. Onthis 21st dayof September ,19 90 , before me personally came R. D. Famsworth tome known, who, being by me duly sworn, did depose and say: that bell Vice - President of FIREMAN'S FUND 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 sited 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 rust above written. OFFICIAL SEAL J. Al. VANDEVORT NOTARY PUBLIC - CALIFORNIA Principal Office in Malin Costly Mr t'orrnidaa fAkes Aue. 21L N93 L/ `t2, yvaar STATE OF CALIFORNIA COUNTY OF MARIN es. I, the undersigned, Resident Assistant Secretary of FIREMAN'S FI l n INSURANCE COMPANY, a CALIFORNIA Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OFATTORNEY remains in full form and has not been revoked; and funhermorethat Article VII, Sections 45 and 46 of the By -laws of the Corporation, and the Resolution of the Board of Directors; sir forth in the Pow \+of Attorney, are now in form. � Signed and sealed at the County of Maria. Doted the y� day of y LA4,k- , 19. L a.Nmr A.tllr aenrrq I 360711- FF-6-89 z EXECUTED IN 4 COTS -;? IOW ALL MEN BY THESVPRESENTS, WHEREAS, the City Council motion adopted June 10, 1991 BOND SCR 111 nnvNl 53,497. has awarded 1920 1314 Page 10 of the City of Newport Beach, State of California,Y_- hereinafter designated as the "Principal ", a contract for Mwnnrt Pier and Ral boll.01t r Repair and Newport Pier Bench and Handrail ReDlacement Project C -2805- 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 CONSTRUC120N CO,, ?NC- I 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 One Hundred Sixty -Six Thousand Four Hundred and Forty -Five Dollars ($166.445.00 ), and 00 /100 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 J c t Faithful Performance Bond (Continual of any such change, extension of time, a ns or additions to the terms of the contract or to the work or to the specific ons: In the event that any principal above named executed this bond as an individual, it is agreed that the death of a4.- 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 18th day of JUNE 19 91 (Seal) Name o ntractor Principa e Meek, President Authorized Signature and Title V FIREMAN`S FUND INSURANCE COMPANY (Seal) Name of Surety J 17542 E. 17th Street Tustin Ca. 92680 Address of Surety g[ AX/riic :Z 6/1 CCG. N Signature and Title of Au t o izec Agent ALAN L. BAER, Attorney-in-Fact.._,,, P.O. -Box 19594, Irvine Ca. 92715 Address of Agent (714)476 -4300 \ Telephone No. of Agent I W...� - IIJ I } \ƒ . ® ® .�� ��� � !■l :;� ;@�� � . . �£ |;' ; §` ■� _ ■1.�.�� ;- 2 � ;O�■El�a�l2 � . §�2j OF § . �f . 1050 sa ! �, � \ ��• 7 � � I� fA ca � �l[ ( ' \. rvi Z6`\ 0 ( / ; ( \ ■ \Z � «\ !a ¢ irl nn LY !0 -t 2: �Ik ■�f� \. . . . y.. >. . . . • .....� a . ,.... s a =�. '.. ... lt. � .. F- 11L Pace 12 CERTIFICATE OF - INSURANCE PRODUCER COMPANIES AFFORDING COVERAGE JARDINE INSURANCE BROKERS, INC. COMPANY LETTER A INSTITUTE OF LONDON UNDERWRITERS 11835 W. OLYMPIC BLVD. LOS ANGELES, CA 90064 (213) 444-3333 COMPANY B LETTER INSURED JOHN L. MEEK CONSTRUCTION CO., INC. 1032 WEST "C" STREET COMPANY C WILMINGTON, CA 90744 LETTER COVERAGES THIS IS TO CERTIFY THAT POLICIES OF 1 E� BELOW HAVE SEEN ISSUED TO THE INSURED NAMED 'ASOVE FOR. PERIOD' INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR OOMDMON OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THEOMR46NCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES AND IS NOT AMENDED. EXTENDED OR ALTERED BY THIS CERTIFICATE 00 LTF TYPE OF INSURANCE POLICY NUMBER EFFECTIVE DATE EXPIRATION DATE ALL LIMITS IN THOUSANDS GENERAL LIABILITY GENERAL AGGREGATE s N/A (OCCURANCE BASIS ONLY) COMMERCIAL PRODUCTSICOMPLETED COMPREHENSIVE OPERATIONS AGGREGATE 1,000, A OWNERS. & CONTRACTORS ❑ BRL 1355 12/17/W PROTECTIVE PERSONAL INJURY s 1,000, CONTRACTUAL FOR SPECIFIC CONTRACT OMPL OPE PRODUCTS/CR. 12/17/91 XCU HAZARDS EACH OCCURANCE s 1,000, E]XBROAD FORM PROP. DAMAGE ❑ SEVERABILITY OF INTEREST FIRE DAMAGE $ CLAUSE (ANY ONE FIRE) 50, ❑ PERSONAL INJURY WITH EMPLOYEE EXCLUSION MEDICAL EXPENSES REMOVED XMARINE (ANY ONE PERSON) AUTOMOBILE LIABILITY COMBINED $ COMPREHENSIVE I SINGLE LIMIT OWNED BODILY INJURY (PER PERSOM BODILY INJURY $ 7 HIRED (PER ACCIDENT) ❑NMOVYNEO PRIG PERTY DA $ EXCESS LIABILITY EACH AGGREGATE UMBRELLA FORM OCCURRENCE OTHER THAN UMBRELLA FORM s s STATUTORY (Subrnit Certificate ) WORKERS* . COMPENSATION EACH ACCIDENT AND S DISEASE - PoucY, LIMIT EMPLOYERS' LIABILITY $ DISEASE - EACH EMPLOYEE LONGSHOREMEN'S AND HARBOR WORKERS' COMPENSATION STATUTORY DESCRIPTION OF OPERATION$ILOCATIONSMHICLES/RESTRICTIONS/SPECIAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH THE FOLLOWING CONTRACT: 1973 FORM $2,500.00 DEDUCTIBLE EACH CLAIM Newport Pier and Balboa Pier Repair and Newport Pier Rpnrh and C-2806 t -acempnt PROJECT TITLE AND9W ift?ER . CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON-REtIEWED. CITY OF NEWPORT BEACH CANCELLED OR COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE P.O. BOX 1768 COMPANY AFFORDING COVERAGE SHALL PROVIDE 30 DAYS MIN. ADVANCE 3300 NEWPORT BLVD. NOTICE TO THE CITY OF NEWPORT BEACH BY REGISTERED MAIL NEWPORT BEACH, CA 92658-8915 ATTENTI Olt-44,PA PRESENTATIVE AqWC,, _-,— / 05,W DATE a Ah ?ace i2 C1;ATiF#CATS OF INSURANCES PAODUCER COMPANIES AFFORDING COVERAGE Anderson y Alderson Insurance arks+ COMPANY LETTER ANortlbrook Property &Casualty 2495 C3mnus Dri GA brine, 92715 Insurance Co (714) 476 -4300 COMPANY g INSURED .ionn L. :Meek COnst-- uct].On Co., Tnc- ILfiTTER 1032 Jest ti 3treet j Wilmington, C.1 90744 I LETTER C COVERAGES:�o TWO S TO CERI FY THAT POUOW OF iNSURAMCfii14iT31 eHDw HAVE TO Tm INSUMED AAM ®'ABOVE FOR 1fiE P000Y PERiDD WOMTEM WrVA17-STANOM ANY FWAF AWr TSW OR COMM ON OF ANY COMM14r OR OTHER OOCUMeff VMRH RESPECT TO WHIOH THS CPFnFrA E MAY BE tSStIEL OR MAY PHRAIK TTEINS RRAMCE AFFORDED EY 7W POUT OESCMMlED HEIM IS SUSJ TO ALL THE TERM6 EORLStO1VB AM O(Ma 0lB OF SUCH FOUOW AM Rt NOr AM®mM EI T6f0EQ OR A{,TERE) BY TM -CERnF l' 7E CO,, T1'PE OF INSURANCE Pgx,Y NuMlER + c' �SIVE FJWRi TTOHI ALL LAMB W THOUSANDS I GENERAL LUl90J1Y ;oxuMANCfi eaSls oW.YI OEIEIAL AaRREBIaE I S comusmAL C COMPFIENE131VE OPEWL�TE I s �� C PROTEC."VE� PEgONAL �tatUMY S -. CONTRACTUAL FOR SPECIFIC COKMAC.• (� . ICOMPR_ OPER. PROOUC XC1 'au'MOS rAG7! OCCtEANL'E n BAQAO FOAM PROP. DAMAGE J '+ C SE SUBMITY OF INTFPE.r FIRE ae S clnusE ONE PEFLSONAL INJURY VATH 3M101LOYEE e(CLUMON MEDICAL ONE PeRsm) r I MI(RVI AUTOMOMILE lit r 1, 00 Q COINIVIE' IEISNE (r s i . A �tIWWm 00496921 11/23./ 0 SOOLYIN.Am Hut® /2391 M ACODO n s PROPEMY IHaN owtlm OAMAIZE : wAGGRE13NM aoeFSR Uh01L1T7 _ , •. ;.....:..: r. "y.,- SACK (� DM8Ae. A FOP1F 1:`:;r..;' * OCCORP,9,CE (� 07HO THAN UMBRELLA FORM �� _".:, srATRTroar : Sub>RiC`:Gel�fi rake WORKER' COMPENSATION. S, r>ACH ACCOEfC AND S - PO,UMIr 0 Il(.'11 EUPIAYER LIABLnY S i O� -EACH EMPLOYEE LONGSHOREMEN'S AND WAR EO WORIO31S' COMPENSAIMIN I STATUTORY . ,' . OESCFWnON OF OPERAiIONSA.00A IT@+IS: ALL oPEPATIoms PeWoa eo FOR THE CITY OFD NEWPORT SEACH SY OR ON BEHALF OF THE NAMED LWAVM al CONNeC7TOPI VOM THE FOLLOWINO COWRACr Newport Pier and Balboa Pier Repair anti Npwnnrl- Dior• Aanrlr anti 4and"a.i1 2PIL:CE=DZ 2304 PMOIECr Tn E AND CONTAACr NUMBER CERTIFICATE HOLDER CANCELLATION .. SHOULD ANY OF THE ABOVE oesamED Pouctes se mcm aetsum. CITY OF NEWPORT BEACH CA Ca ED OR 0OWERMIE REDUCED aeFOW THE OwMnON DATE THE P.C. BOX 1768 COMPANY APPORDING COVERMCE SHUL PROIImE SD DAYS WK ADVANCE MW NEWPORT 3LV0. 4ance TTot Tme CDY OF NENPOW aFACU By REMSTEMm MAIL "Revised" NEWPORT BEACH. CA. 92658-8916 8 -26 -91 I )l A&fFHOPIZW REFIRESENTATME . ISSUE DATE 9 0 ?age 13 QTY OF NEWPORT BEACH AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Automobile Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability for damages arising out of the ownership, maintenance or use .of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: _ "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a, claim is made or suit is brought, except with respect to the limits of liability of the company affording coverage." 3. The limits of liability under this endorsement for the additional insureds named in Paragraph 1. of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit: ( ) Multiple limits Bodily Injury Liability S per person Bodily Injury Liability S per accident Property Oamage Liability S (b Combined Single Limit Bodily Injury Liability and 1,000 ,000 Property Damage Liability S The limits of liability a& stated in this endorsement shall not .increase the total liability of the company affording coverage for all damages as the result of any, one accident or occurrence id excess of the limits of liability stated in the policy as, applicable. to Automobile Liability Insurance. 4. Shoult the policy be ran- renewed, cancelled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered nail; Attention:. Public Works.0epartoo t- 5. Designated Contract: Newport Pier' and 841hoa Pier Re al row t. Tit a an ontract No� and Handrail Replacment Project C -2805 This endorsement is effective 6 -25 -91 at 12:01 A.M. and forms. a part or er 8enctr Policy No. CA0496921 of Northbrook 'PnN y R fecualty Tncuranrn CO, �y l'orYrliing verage Insured John L. Meek Construction Co.sn"ge ht No. Producer Charles Fosdick By "�' r Authorized epresentative Page 14 CITY OF NEWPORT BEACH GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as- is afforded:by' the policy for General Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability arising out of operations performed by or.on behalf of the named insureds in connection with the contract designated below or acts and omissions of the additional insureds in connection with its general supervision of such operations. The insurance afforded said addiblonai insureds) shall apply as.primary insurance and.no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is btpught, except with respect to the limits of liability of the company affording coverage;, - .. 3. The insurance afforded by the policy for Contractual Liability Insurance.(subject to the terms, conditions and exclusions - applicable to such insurance) includes liability assumed by. the named insuredlunder the Indemnification or hold harmless provision.con- tained in the written contract designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosloa,04zaq4 collapse hazard and underground property hazard (commonly referred to as "7(CU" hazards) are deleted, 5. The limits of liability under this endorsement for the additional insured(s) named in Paragraph 1. of this endorsement shall be the limits indicated below written on an •Occurrence" basis: _ ( ) Commercial OD Comprehensive General Liability S 1.000,000, each occurrence S 1.000.000, aggregate. _PRODUCTS The applicable limit of Contractual Liability for the company affording coverage shall be reduced by any amount paid 5s damages under this endorsement in behalf of the' additional insured(s). The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all drama es as the result of any one occurrence sn_encess_of, the , limits of liability stated in the polity as applicable to General Liability Insurance. -- - 6. Should the policy be non - renewed, cancelled or coverage reduced before the expiration date thereof, the Issuing,Company shall provide 30 days! advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 7. Designated Contract: Newport Pier. and . Pi% _ Pier Bench andro ndrail Repo. aement program 'C =2805. . This endorsement is effective,�/�gl _ at 12:01 A.M. a e par, Policy No. BRL 1355 of INSTITUTE OF LONDON UNDERWRITERS ampany Affording overage Insured JOHN L. MEEK CONSTRUCTION CO. ENfdorsement No. INC. Producer lA_RTITNF. TNS IRAN( P. BROKF.Rl.;; INC. By CII441,1 Ag . i e e� Auilior a sea a vi`e T �. .. +��— _a'R. -t- .vim.. ...,w...._ .... ._ ._ ... G -_ "'J �s-Y. �v .- ..'..3.:. � _ur�6'esk -� _- -?,. 3i -- _ ..' �,c<'� ..,.�._..c,a:_is� �.;v:' .. �' -. ...:tea STATE • COMPENSATION INSURANCE FUND 1275 MARKET STREET SAN FRANCISCO, CA 9410 3-1410 JUNE 19, 1991 0 _ IN REPLY REFER TO: 4H 901801 CITY OF NEWPORT BEACH JOB: NEWPORT PIER AND BALBOA PIER REPAIR AND PUBLIC WORKS DEPARTMENT NEWPORT PIER BENCH AND HANDRAIL REPLACEMENT P.O. BOX 1768 CONTRACT NO. C -2805 NEWPORT BEACH, CA 92659 -1768 This is to certify that State Compensation Insurance Fund has issued insurance policy number L &H 901801 to JOHN L. MEEK CONSTRUCTION CO., INC. 1032 WEST C STREET Effective Date 05 -08 -91 WILMINGTON, CA 90744 Expiration Date 05 -08 -92 Policy provides coverage against liability under the United States Longshore & Harborworkers' Compensation Act. Midterm cancellation of policy initiated by State Fund is subject to 30 days notice. Additional endorsements and coverages apply as indicated below EMPLOYER'S LIABILITY LIMIT: $3,000,000 PER OCCURRENCE. ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDER'S NOTICE EFFECTIVE 06/19/91 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. THIS IS NOT A CERTIFICATE OF COMPLIANCE Documentation of this coverage should be available from the Department of Labor, Longshore Division, Office of Workers' Compensation Programs, 300 S. Ferry, Room 2525, Terminal Island, California by CURRENT Sincerely Margaret Jones Manager USLQ1 Insurance SCIF 7380 (REV. 2 -86) MAIL ADDRESS: P.O. BOX 807 - SAN FRANCISCO, CA 94101 -0807 STATE COMPENSATION I.N a U RAMC IS ,275 VA . SAN FRANC 1094410 .. JiTNB 18 'b9 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT P.O. BOX 1768 NEWPORT BEACH4.CA 92659 -1768 O : "401801 JOB: NEWPORT PIER ANO SAL�PIER REPAIR AND NEWPORT PIER BENCH AND HANDRAIL REPLACEMENT CONTRACT NO. C -2805 ' r This is to certify that State'Comypmation Insurance Fund has issued insurance policy number L &H 901801 _.'.to JOHN L. MEEK CONSTRUCTION CO., INC. 1032 WEST C STREET Effective Date-* 05 -08 -91 WILMINGTON, CA 90744 -..-;tpiration Date .05 -08 -92 Policy provides coverage against liability under the United States. . Longshore•&;- ftrborworkers_'. Coaipensation.Act:. Midterm cancellation of policy initiated by State Fund is subject to 30 days notice. Additional endorsements and coverages apply as indicated below EMPLOYER'S LIABILITY LIMIT: $3,000,000 PER OCCURRENCE. ENDORSEMENT 4'2065 ENTITLED CERTIFICATE HOLDER'S NOTICE EFFECTIVE 06/19/91 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. THIS IS NOT A CERTIFICATE OF COMPLIANCE,,- Documentation of this coverage should be available from the Department of Labor,' Longshore Division, Office of Workers' Compensation Programs, 300 S. Ferry, Room 2525, Terminal Island, California by CURRENT Sincerely Margaret Jones Manager USL &H Insurance 6 i- r 3CIF 7380 (REV. 2 -86) MAIL ADDRESS P.O. BOX 807 • SAN FRANCISCO CA 941010807 .ti M �-. ,` �-. ,` '•Page 15: , CONTRACT ,r? U n, /f THIS AGREEMENT, entered into this /may of .� , 19., by and between tF�e CI OF OF NEWPORT BEACH, here nafter "City"dna —0 6, c-,. C�3-j �l >`'a�+ Co• Tart, hereinafter "Contractor," is .made with ` reference tote followinq facts. (a) City has heretofore advertised for bids for the following. described public work: Newport Pier and Balboa Pier Repair and Newport Pier Bench. d Handrail eplacertw±nt Titre o o3ect ontrac Ito. (b) Contractorthas been determined by City to be the lowest responsi- ble bidder on said public work, and Contractor's bid, and the compensation set:' forth in this contract, is based upon a careful examination of all plans and.. specifications by Contract '`0`a NOW, THEREFORE, the parties hereto agree.as follows: 1. Contractor shall furnish all materials and perf6raralI of the'work . for the construction of the following described public work: Newport Pier and Balboa Repair and Newport Pier- Bench and Handrail Replacement Title of ect contract ,qio z which project is more fully described:in the contract documents a Contractor " shall perform and complete this work in a good and:workmanlike . manner;,and in accordance with all of the contract documents. 2. As full compensation' for the performance and completion ,of this rk work as prescribed. above, City shall,.pay to Contractor-the sum.ot_!! flu n e aixt -aix inousana tour Hunarea ana: -Fort - Five and o0 100 $ -1.66 4 5 s compensation nc u es.; any .oss or amage ar s ng ram the nature o Tt ell . '' work; (2) any loss or damage arising from any unforeseen difficulties`or obstruc 4; tions in the performance of the work;7(3) any expense incurred as4..result.of any suspension or discontinuance of'.the work; but excludes any , loss resul.ting�froatz earthquakes of a magnitude.in excess of 3.5 on the Richter Scale'andtidalswa`ves , a and which loss or expense occurs prior_to acceptance of the. work by City 3. All of the respective rights and obligations of.City and Contra' r are set forth in the contract documents. The contract documents are,incorpora ed , herein by reference as though set out in full avid include the following (a) Notice Inviting Bids (b) Instruction to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond e Certificate of Insurance and endorsements) k ^,Y r i u _,:.,� _- Ti::, �.... •n.n v1 O rm /1- - -. T t e of Pro ect Contract ti M: (g) This Contract. 4. Contractor shall assume the defense of, and .indemnify and hold. harmless, City and its offikers, employees and representatives from all claims, loss or damage, except such lost or damage .proximately caused by the:sole negligence of City or its officers, employees and representatives.: IN WITNESS WHEREOF, the partie's hereto have caused this contract to be executed the day and yeift first above written. Authorized iitle'� Signature and i • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS NEWPORT PIER AND BALBOA PIER REPAIR AND NEWPORT PIER BENCH AND HANDRAIL REPLACEMENT 1990 -91 CONTRACT NO. 2805 I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . 1 II. CLASSIFICATION OF CONTRACTORS LICENSE. . . . . . . . 1 III. TIME OF COMPLETION . . . . . . . . . . . . . . . . . 2 IV. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . 2 V. TRAFFIC CONTROL . . . . . . . . . . . . . . . . . . . 2 VI. UTILITIES . . . . . . . . . . . . . . . . . . . . . . 2 VII. PIER INSPECTION REPORT AND 1940 CONSTRUCTION PLANS . 3 VIII. EQUIPMENT ON NEWPORT AND BALBOA OCEAN PIERS. . . 3 IX. WATER . . . . . . . . . . . . . . . . . . . . . . . . 3 X. HARBOR WORKERS' AND LONGSHOREMEN'S INSURANCE . . . . 3 XI. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . 3 A. General. . . . . . . . . . . . . . . . 3 B. Stringer Replacement Alternative . . . . . . . . 5 C. Railing, Post, Benches and 4" X 6" Support . . . 5 D. Wood Preservatives . . . . 5 E. Alternative to Treated Timber Pile Preservative. 6 F. Polyethylene Wrap. . . . . . . . . . . . . . 8 G. Jetting and Driving Piles. . . . . . . . . . . .10 H. Fitting. . . . . . . . . . . . . . . . . . .11 I. Timber Piling. . . . . . . . . . . . . . .11 J. Miscellaneous Repairs . . . . . . . . . . . . . .12 I CIj CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMEN SPECIAL PROVISIONS • SP 1 of 12 NEWPORT PIER AND BALBOA PIER REPAIR AND NEWPORT PIER BENCH AND HANDRAIL RSPLACBM R,- ----- . `. 1990-91 CONTRACT NO. 2805 'o. 15;111 I SCOPE OF WORK Ply ('IViI iQ \C The work under this contract consists of furnish labor, equipment, transportation, material necessary to complete bench replacement, handrail replacement, timber pile replacement, and miscellaneous repairs on the Newport and Balboa Ocean Piers as shown on Drawing No. H- 5140-S and these Special Provisions, complete and in place. The contract requires the completion of all the work in accordance with these Special Provisions, the Plans (Drawing No. H- 5140 -S), the City's Standard Special Construction, 1988 Edition; the Standard Specifications for Public Works Construction, 1988 Edition, including supplements to date; the applicable portions of the Specifications of the American Wood Preservers' Association (AWPA); the American Society for Testing and Material (ASTM); and West Coast Lumber Inspection Bureau Grading Rule 116 (WCLIB), current edition. Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department for Five Dollars ($5.00). Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 202 -7775. II. CLASSIFICATION OF CONTRACTOR'S LICENSE At the time of bid and until completion of work, the Contractor shall possess a General Engineering Contractor "A" license. In addition, at the start of work and until completion of work, the Contractor shall possess a valid business license issued by the City of Newport Beach. III. IV. V. SP 2 of 12 TIME OF COMPLETION The Contractor shall complete all work on this contract from September 3, 1991 to December 6, 1991, except that all work shall be completed within 45 consecutive calendar days. No work shall be done during weekends and holidays. No work shall begin until a written schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five (5) working days prior to commencing any work. PAYMENT Payment for all incidental items of work not separately provided for in the proposal shall be included in the price bid for other related items of work. TRAFFIC CONTROL 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. The Contractor shall maintain access for vehicular and pedestrian traffic to the pier restaurants and to the Newport Pier Lifeguard Headquarters at all times. In addition, no equipment, vehicles, materials, etc. will be allowed to be stored on the piers, unless approved by the Engineer. VI. UTILITIES Electrical, water, sewer, gas, and telephone services shall be maintained at all times to the restaurants, deck lighting, and the Newport Pier Lifeguard Headquarters. If the existing utilities interfere with construction, the Contractor shall submit drawings showing methods, material, and sequences of operation for maintaining utility services. Electrical splices shall be made only in pull boxes. In addition, the Contractor shall temporarily maintain and support the existing 1" diameter galvanized electrical conduit (which goes through the existing 6" X 6" wooden handrail posts on the eastside of Newport Pier) until the new wooden handrail and 4" X 6" posts have been completed, and the new replacement electrical conduit (to be installed by others) has been completed. 0 0 SP 3 of 12 VII. PIER INSPECTION REPORT AND 1940 CONSTRUCTION PLANS A field inspection of the piers was completed during December, 1989. The inspection report and the 1940 construction plans for Newport Pier (H- 4957 -S) and Balboa Pier (H- 4958 -S) are available for review at the Public Works Department. VIII. EQUIPMENT ON NEWPORT AND BALBOA OCEAN PIERS Vehicles used on the piers shall not exceed a gross weight of 10,000 pounds, nor shall an axle exceed 8,000 pounds unless the vehicle/ equipment is driven over 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 sole expense. In addition, the Contractor will only be allowed to park equipment /vehicles on the pier which he /she plans to use that day. IX. WATER If the Contractor elects to use the City's water, he /she shall arrange for a meter and tender a $500 meter deposit with the City. Upon return of the meter in good condition to the City, the deposit will be returned to Contractor, less a quantity charge for water usage. X. HARBOR WORKERS' AND LONGSHOREMEN'S INSURANCE The Contractor shall provide insurance which complies with the United States Longshoremen and Harbor Workers' Act, which provides benefits greater than the standard Workers' Compensation benefits. XI. CONSTRUCTION DETAILS A. General The Contractor shall verify all dimensions in the field prior to fabrication. The Contractor shall remove and replace the existing concrete decking (including wire reinforcing as shown on the Plans), timber planking, bracing, utilities and appurtenances that may interfere with pile replacement, stringer replacement, etc. All removed unsalvageable material shall be removed from the site and disposed of at the Contractor's expense. All SP 4 of 12 The existing 3J to 4 inch concrete decking shall be neatly sawed approximately 1 inch deep to the limits as shown on the Plans, then removed to full depth with a pneumatic hammer. Replacement reinforcement shall be galvanized WWF 6 X 6 - No.8 overlapped with existing WWF not less than 6 inches between outermost cross wires. Replacement portland cement concrete shall be 560 -C -3250 with a light broom finish over 201 asphalt saturated felt. All scarred existing timber or sawed timber decking shall be field- treated with creosote in accordance with AWPA Standard M4 -84. Damaged or deteriorated timber members designated for replacement shall be carefully removed so as not to damage remaining adjacent members or their connections. All bracings and timber members interfering /damaged to accommodate pile or timber member installations shall be replaced with new "Dense No.1" rough -cut Douglas fir in conformance With WCLIB Rule 116 and treated with creosote in accordance with AWPA Standard C2 -84 (above ground exposure). No splicing of bracing will be allowed. In addition, all piles, bracings and timber members shall be installed with new hardware which has been galvanized after fabrication in accordance with Section 210 -3 of the Standard Specification. The Contractor shall minimize field drilling and cutting of lumber as it exposes untreated wood. Members shall be predrilled /precut whenever possible prior to preservative treatment in order to prevent splitting and pollution, and to insure a tight fit. All cuts, holes, and damaged members after plant treatment shall be field preservation - tested in accordance with AWPA Standard M4 -84. Hardware replacement costs shall be included in the unit prices for various bid time. Bolt replacements shall be 1" diameter with nuts and ogee washers. Hardware shall be galvanized after cutting, forming, bending or welding. Damaged galvanizing shall be treated per Section 210.3.5 of the Standard Specifications. The Contractor shall at all times maintain service and protect in place all existing utilities and conduits throughout the Newport and Balboa Piers. B. C. 0 SP 5 of 12 Stringer Replacement Alternative If the Contractor elects to leave a damaged stringer in place, a new stringer shall be installed adjacent to the damaged stringer. The method of installation shall be approved by the Engineer. Railing, Post. Benches and 4" X 6" Support Materials shall be constructed from Coast Region Douglas Fir Grade No.l, with a 20% maximum moisture content. All cutting, such as trimming, surfacing, boring, etc., may be done prior to treatment with preservatives. All surfaces of timber shall be incised. Railing nail holes may be predrilled to no more than 1/8 inch (0.125 ") diameter. Because of existing P.C.C. deck and curb displacement and stringer warp, new posts and supports may not fit up vertically to the pier deck stringers. In such event, the Contractor shall install full width galvanized steel or dual- treated wooden shims such that new posts are vertical when bolted tight to their stringer. Galvanized malleable iron washers shall be inserted between bolt heads or nuts and timber posts or stringers. D. Wood Preservatives Timber piling to be installed shall be dual treated piles with polyethylene wrap or the alternative specified hereafter. New railings, posts, benches, and 4" X 6" supports shall be pressure treated with at least 0.25 pcf (1.) ammoniacal copper arsenate (ACA) or (2) chromated copper arsenate (CCA) prior to construction. Timber repairs (per Work Schedule) and pile replacements shall be dual treated with (1) creosote or creosote coal tar solution and (2) ammoniacal copper arsenate (ACA) or chromated copper arsenate (CCA) prior to construction. • • SP 6 of 12 Treated timber shall be delivered with material certificates of compliance and shall bear AWPA stamps of approval. Preservative treatments shall be in accordance with the American Wood Preservers' Association standards C2 -84 (above - ground exposure. In addition, all cuts, bore holes (except predrilled nail holes), and damage to members after plant treatment shall be thoroughly saturated with a field preservative solution in accordance with AWPA Standard M4 -84. E. Alternative To Treated Timber Pile Preservative Property Tensile Strength, 75 degree F Elongation, 75 degree F viscosity, 75 degree F 1. Material As an alternative to chemical treatment and polyethylene wrap, the Contractor may use a two coatings system composed of two separate polyurethane formulations. The base coat (bottom coat) shall be a 35 mils thick "soft" coat of polyurethane which accommodates movement, swelling, and vibration. The second coat (top coat) shall be a 15 mils thick, harder and tougher formulation of polyurethane which resists abrasion and scuffing. The base coat shall be Grove International GS 300 or approved equal, and the top coat shall be Grove International GS 600 or approved equal. The polyurethane shall be a moisture curing, elastomeric, polyether -base with the properties listed below: Base Coat Top Coat Test Method 800 -1000 psi 3500 psi ASTM D 412 600 -800% 175% ASTM D 412 2800 -3000 cps 1500 cps Brookfield 14 Spindle, 20 rpm 2. Surface Preparation The untreated timber piles shall be prepared for coating in accordance with the following: a. Protrusions on surface of piles such as splinters, nails, or rough surfaces must be removed such that no "snags" exist. b. Cracks, checks and kerfs wider than 1/8 inch shall be caulked with a urethane sealant (compatible with coating) to provide a uniform surface. C. Cracks, checks and kerfs wider than 1/4 inch shall be filled with a "backer -roc" or a suitable material approved by the Engineer. SP 7 of 12 Adhesion to 600 lbs. 600 lbs. LAHD II -1 Wood Drying Time 24 hrs. max. 4 hrs. (10 mils dry (tack -free) film) Fire Test Class B Class B ASTM E 108 -58 Hardness 80 -85 95 -100 ASTM D 2240 (Shore A) % Solids 80% min. 65% min. (by weight) Resistance - - - -- 0.4 grams Tabor H -18 to abrasion (max.) wheel 1000 cycles Water - - - -- 1/2 % max. ASTM D 471 Absorption Tear - - - -- 300 lbs. /in.in. ASTM D 624 Resistance Permeability - - - -- 0.01 perm -inch ASTM E 96 2. Surface Preparation The untreated timber piles shall be prepared for coating in accordance with the following: a. Protrusions on surface of piles such as splinters, nails, or rough surfaces must be removed such that no "snags" exist. b. Cracks, checks and kerfs wider than 1/8 inch shall be caulked with a urethane sealant (compatible with coating) to provide a uniform surface. C. Cracks, checks and kerfs wider than 1/4 inch shall be filled with a "backer -roc" or a suitable material approved by the Engineer. SP 8 of 12 3. Application Application of the polyurethane coating shall be in accordance with the following: a. Surface of the timber pile shall be at ambient temperature and a moisture content less than 208 by weight prior to application of coating. Coating a "wet" pile will not be permitted. b. Material shall be applied in conformance with the manufacturer's recommendations. C. The base coat shall have a cured uniform thickness of 35 mils with a tolerance of 5 mils. The top coat shall have a cured uniform thickness of 15 mils with a tolerance of 2 mils. d. After driving, the limits of the polyurethane coating shall be from High Tide (9 feet above Mean Lower Low Water) to a minimum of 5 feet below the mud line. e. In handling polyurethane coated piles, no sharp tools shall be used which can break through or damage the coating. Any qouqes /damages to the top coating greater than three (3) mil shall require recoating. F. Polyethylene Wrag The Contractor shall prewrap all preservative treated pile replacements with the pre -cut, pre - drilled, and pre- fabricated high density polyethylene wrap prior to pile installation. The polyurethane two coating system pile alternative will not require a polyethylene wrap. The polyethylene provide maximum re marine organisms, The polyethylene smooth, free of irregularities. wrap shall be formulated to :sistance to long -term exposure to rot, and decay of timber piles. wrap shall be black in color, wrinkles, pinholes and other 2. 3. i • SP 9 of 12 Materials a. Polyethylene Wrap The polyethylene wrap shall be PolvniDe Piling Covers in kit form as manufactured by Tunnel Manufacturing, Inc. or approved equal. b. Nails The nails shall be stainless steel nails with a 0.20 inch shank diameter, 7/16 - inch head diameter, and have a minimum length of 3 inches. C. Foam Seals The foam seals shall be polyurethane foam (1/2" X 211) with an adhesive backing strip on one side only as manufactured by Tunnel Manufacturing, Inc. or approved equal. Surface Preparation Piles to polyethylene - wrapped shall first be creosote treated per Section D herein. The pile shall then be cleaned of all surface protrusions such as nails, bolts, protruding knots, large splinters and any other surface conditions that might adversely affect a snug fit or could cause an excessive deformation of the polyethylene wrap. After surface preparation is completed, all exposed untreated surfaces shall be retreated in the field with creosote in accordance with AWPA Standard M4 -84. Installation The polyethylene wrap shall be installed per manufacturer's specifications. Portions of polyethylene wrap shall be 14 feet long with 16 inch diameters for 14 inch diameter piles and 18 inch diameters for 16 inch diameter piles. SP 10 of 12 The polyethylene wrap shall be tight, uniform and continuous throughout the length of cover, resulting in a smooth, wrinkle -free, deformation -free and airtight fit. The maximum gap between polyethylene wrap and pile shall be 1/4 inch. After driving, the longitudinal joint of the wrap shall be on landside face of the pile and the polyethylene shall penetrate 5 inch minimum below the mud line. The polyethylene wrap shall be installed using a strap cinching device to assure a completely snug fit against the pile. G. Jetting and Driving Piles 1. Protection of Piles Care shall be taken to avoid damage to the piles when placing 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. Special care shall be taken in supporting battered piles to prevent excess bending stresses in the piles. 2. Driving Helmets and Cushion Blocks A driving helmet or 'cap including a cushion block or cap block of approved design shall be used between the top of the pile and the ram to prevent impact damage to the pile. The driving helmet or cap shall fit snugly on the top of the pile so that the energy transmitted to the pile is uniformly distributed over the entire surface of the pile head. The cushion block may be a solid hardwood block with the grain parallel to the pile axis and enclosed in a close fitting steel housing. The cushion block shall be replaced if it has been damaged, split, highly compressed, charred or burned, or has become spongy or deteriorated in any manner. Under no circumstances will the use of small wood blocks, wood chips, rope or other material permitting excessive loss of hammer energy be permitted. SP li of 12 3. Orientation of Piles The Contractor shall attempt to remove the existing pile to be replaced. In the event that the Engineer deems such removal impossible, the Contractor shall cut off and remove the existing pile at 1 -foot minimum below the sand line. The replacement pile shall then be placed adjacent to the remainder of the existing pile and driven immediately adjacent to the former pile's position along the pile cap. Pile orientation is critical; therefore, special care shall be given to maintain proper orientation during jetting and driving. 4. Driving Piles Minimum driven penetration of piles below jetted penetration or predrilled hole bottoms shall be 3 feet. The pile hammer shall develop a striking force of at least 15,000 ft. /lbs. and a maximum of 20,000 ft. /lbs. H. Fitting Piles shall be cut off in a smooth horizontal cut at the bottom of pile cap elevation. The piles shall then be creosoted across the cut, fitted with a 16 -gauge galvanized disk and forced. under the pile cap. The pile shall then be shimmed to maximize bearing under the pile cap with creosoted shims, and secured with drift bolts and hairpins. All non - prefabricated holes, such as those for sway bracing, drift pins, etc., shall be treated with creosote per accordance with AWPA Standards M4 and C2, and shall be of a size that will assure a driving fit. I. Timber Piling 1. Dimensions Timber piles shall conform to the requirements of Section 205 of the Standard Specifications. The pile lengths listed in the attached " WORK SCHEDULE" are 3 feet longer than the existing piles to allow for trimming and installation through the deck. 0 0 SP 12 of 12 Steel Banding All piling shall have 3 bands applied after pressure treating. The bands shall be 1 1/4 inch wide, 0.031 inch thick cold - rolled, fully heat - treated, painted and waxed. The strap shall encircle the pile once, tensioned as tight as possible, and clipped with a 2 1/4 inch long, 20 -gauge clip, crimped twice with a notch -type sealer. The straps shall be located at 18 inch and 24 inch form the butt end and 12 inch from the tip end. J. Miscellaneous Repairs The "Miscellaneous Repairs" item is listed under the attached "WORK SCHEDULE" for Newport Pier and Balboa Pier. The work shall be in the same manner as the original construction. 0 WORK SCHEDULE BALBOA PIER BENT NO. PILE NO. WORK DESCRIPTION 1- 2 1 Replace 6 1IX20 ^X22' sie stringer 14 -15 3 Install drain per "Typical Drainage Detail" r REMARKS 75% dry rot Ex. drain holes discharge through decking onto members 17 3 & 4 Replace 1i" & 4" Ex. shims are old shims between pile and cap 26 1 Remove ex. pile and Ex. pile is 50% replace with a new hollow and split, pile, hardware per length = 60' "Typical Pile diameter = 14" Connection Detail" 27 1 Replace hairpin; Ex. hairpin is in including hardware per poor condition "Typical Pile Connection Detail" 29 1 Replace hairpin; Ex. hairpin is in including hardware per fair to poor "Typical Pile Connection condition Detail" 31 2 Install shim Ex. pile is non- bearing (ill gap) 32 1, 2 & 3 Replace hairpin; Ex. hairpin is in including hardware per fair to poor "Typical Pile Connection condition Detail" 34 5 -6 Install two drains per Drain hole under "Typical Drainage fish cleaning Detail" area discharges on braces at the west side of pier, other drain discharges over edge onto west edge stringer 9 0 Balboa Pier Page 2 BENT NO. PILE NO. 34 3 WORK DESCRIPTION Install shim IX4LM11 Ex. pile is 30% bearing on partial epoxy fill 43 10 -11 Install drain per Drain hole "Typical Drainage discharging onto Detail" cap & braces BENT NO. 1- 2 5 -53 8 -28 13 15 -16 19 22 24 24 WORK SCHEDULE NEWPORT PIER 0 PILE NO. WORK DESCRIPTION REMARKS 1 Replace 6 1IX20 "X22' Dry rot sie edge stringer on west side Install 4" X 6" Eastside and end treated wood posts of pier (tempor- ary maintain and support ex. elect conduit) Remove ex. handrail Both sides of & post and replace pier with treated wood handrail & post per Sheet No. 4 of plan 3 Install shim Ex. pile has 508 bearing with 3/8" gap 4 Replace 6 1IX20 "X22' The east side sie edge stringer edge stringer has on east side 508 deterioration for 24" length 4 Install shim The pile has settled downward about 2" 1 install shim The pile has settled downward about 2" 1 Remove ex. pile and Ex. pile is 908 replace with a new hollow, length = pile, hardware per 501, dia. = 14" "Typical Pile Connection Detail" 2 -3 Drill hole through Low spot between ex. P.C.C. slab & bent 24 & 25 install drain per causes water "Typical Drainage drainage on Detail" center of cap Newport Pier Page 2 BENT NO. PILE NO. WORK DESCRIPTION REMARKS 26 3 Remove ex. pile and Ex. pile is 90% replace with a new hollow, length = pile, hardware per 51', dia. = 14" "Typical Connection Detail" 26 5 Remove ex. pile and Ex. pile is 50% replace with a new hollow and is pile, hardware per split, length = "Typical Connection 511, dia. = 14" Detail" 28 -48 Remove ex. wood Both sides of benches & abandoned pier conduit and replace with treated wood benches per Sheet No. 4 of plan 28 -53 Retighten bolts of Both sides of ex. treated wood pier handrail post 29 5 Remove ex. pile and Ex. pile is 25% replace with a new hollow and is pile, hardware per split, length = "Typical Pile 531, dia. = 14" Connection Detail". 29 -30 1 -5 Replace 4 1IX8 1IX32' The cross brace horizontal x -brace has a 1/2 11X6' (rough) long crack 41 2 Replace 4 "X8 "X32' Offshore diagonal diagonal brace brace has a (rough) partial cross grain fracture at Pile No. 2 41 3 Install shim Ex. pile has 50% bearig and a 1" gap 41 2 -3 Replace 6 1IX16 "X20' Ex. stringer has sie stringer No. 10 60% dry rot 48 5 -7 Replace 6 1IX16 1IX20' Ex. stringer is sie stringer 50% dry rot Newport Pier Page 3 BENT NO. PILE NO. WORK DESCRIPTION REMARKS 48 6 Remove ex. pile and Ex. pile is replace with a new hollow at lower pile, hardware per tidal area with "Typical Pile holes in cover Connection Detail" length = 751, dia. = 16" 48 8 Replace hairpin; Ex. hairpin has including hardware corroded approx. per "Typical Pile 25% Connection Detail" 49 12F Remove ex. pile and Ex. fender pile replace with a new has deteriorated pile, hardware per 85% at the mud "Typical Pile line, length = Connection Detail" 761, dia. = 16" 50 16 Remove ex. pile and Ex. pile has replace with a new deteriorated 85$ pile, hardware per at the mud line, "Typical Pile length = 771, Connection Detail" dia. = 16" 50 -51 2 Replace 6 1IX16 1IX20' Ex. stringer is sie stringer cracked 51 4 Install shim Ex. pile is 50% bearing with a 1/2" gap 51 5 Install shim Ex. pile is non- bearing with a 1/4" gap 51 7 Install shim Ex. pile is non- bearing with a 1/2" gap 51 17 Remove ex. pile Ex. pile has and replace with a deteriorated 80% new pile, hardware at the mud line per "Typical Pile length = 791, Connection Detail" dia. = 16" Newport Pier Page 4 BENT NO. PILE NO. WORK DESCRIPTION REMARKS 51 -52 1 Replace ex. edge Ex. stringer has stringer on west side a 508 diagonal grain split 52 2 Replace ex. pile with Ex. pile is a new pile; including broken and has hardware per "Typical moved horizon - Pile Connection tally 1/4" at cap Detail" length = 791, dia. = 16" 52 2 -3 Install 2 drains per "Typical Drainage Detail" 52 2 Remove ex. pile and replace with a new pile, hardware per "Typical Pile Connection Detail" Two deck holes over cap has sat- urated cap Ex. pile is moving horizon- tally at the cap (broken) 52 3 Replace hairpin; Ex. hairpin is including hardware broken at the top per "Typical Pile corner Connection Detail" 52 9 Remove ex. pile and Ex. pile has replace with a new deteriorated at pile, hardware per 758 at the mud "Typical Pile line, length = Connection Detail" 82', dia. = 16" 53 10 Remove ex. pile and Ex. pile has replace with a new deteriorated 708 pile, hardware per at the mud line, "Typical Pile length = 821, Connection Detail" dia. = 16" 53 11 Remove ex. pile and Ex. pile has replace with a new deteriorated 508 pile, hardware per at the mud line, "Typical Pile length = 821, Connection Detail" dia. = 16" ki BENT NO. WORK SCHEDULE BALBOA PIER - MISCELLANEOUS REPAIRS PILE NO. WORK DESCRIPTION X -_ 45 4 -5 Repair cap - install Ex. cap is split 4 1IX12 1IX8' sister on each side of cap with thru bolts WORK SCHEDULE NEWPORT PIER - MISCELLANEOUS REPAIRS BENT NO. PILE NO. WORK DESCRIPTION REMARKS 5 -6 1 Replace ex. P.C.C. 4" length of curb on west side per spalling "Curb Repair Detail" 8 1 Replace ex. P.C.C. 8" length of curb on west side per spalling at the "Curb Repair Detail" cold joint 11 4 Replace ex. P.C.C. 12" length of curb on east side per spalling at the "Curb Repair Detail" cold joint 13 3 Tighten nuts and bolts Nuts are loose on 2- pieces hairpin 14 -17 2 -3 Grind 1" vertical The center slab deflection flush with joint is offset adjacent ex. P.C.C. vertically slab in a 1" by 3' wide tapering wedge 18 4 Install vertical bolt The vertical bolt & washer and tighten that connects the east edge stringer to the cap is missing a washer 19 4 Install vertical bolt The vertical bolt & washer and tighten that connects the edge stringer to the cap is missing a washer 20 3 Install bolt, nut & Ex. nut & washer washer and tighten for diagonal brace has been burned off 21 4 Install vertical bolt The vertical bolt & washer and tighten that connects the east edge stringer to the cap is missing a washer Newport Pier - Miscellaneous Repairs Page 2 BENT NO. PILE NO. WORK DESCRIPTION REMARKS 22 4 Replace ex. P.C.C. 10" length of curb on east side per spalling "Curb Repair Detail" 23 1 Clean out ex. hole Plugged cap, west end will cause dry rot 25 4 Replace ex. P.C.C. 14" length of curb on east side per spalling "Curb Repair Detail" 29 5 Replace ex. P.C.C. 20" of curb and curb & slab on east 1/2 s.f. of slab side per "Curb Repair is missing Detail" 30 1 Clean out ex. hole Plugged cap, west end will cause dry rot 37 1, 3 & 5 Install bolts, nuts Ex. bolts are and washers on diagonal loose brace and tighten 50 -51 1 -18 Clean off all marine Recent piles growth install between existing piles has insufficient spacing between piles 51 1 Install bolt, nut and Ex. bolt at washer on cross brace horizontal cross and tighten brace is loose 52 1 Install bolt, nut and Ex. bolt at washer on cross brace horizontal cross and tighten brace is loose • • • TO: FROM: 6 !UN 1 0 1991 City Council Public Works Department June 10, 1991 CITY COUNCIL AGENDA ITEM NO. F -3(a) SUBJECT: NEWPORT PIER AND BALBOA PIER REPAIR; NEWPORT PIER BENCH AND HANDRAIL REPLACEMENT (C -2805) RECOMMENDATIONS: Award Contract No. 2805 toi%l®hn L. Meek Construction Co., Inc. for the Total Bid Price of $166,445.00 and authorize the Mayor and the City Clerk to execute the contract. At 11:00 A.M. on May 31, 1991, the City Clerk opened and read the following bids for this project: IDDER TOTAL BID PRICE Low John L. Meek Construction Co.,Inc. $166,445.00 2 General Construction Co. $167,474.00 3 H.E. Labaugh Marine Construction $185,637.00 4 Manson Construction & Engineer. Co. $239,366.00 * Corrected Bid Total is $185,528.95. The low total bid price is 7.5% below the Engineer's Estimate of $ 180,000.00. The low bidder is a well - qualified General Contractor who has satisfactorily completed previous contract work for the City. This project provides for the replacement and repair of deteriorated piles, structural members, and miscellaneous connections on the Newport and Balboa Piers. In addition, wooden benches and handrails will be replaced on the Newport Pier. The repairs are per the recommendations contained in an inspection report dated October 1989 by Don Hellmers Engineering. The estimated cost of the work is $180,000. Sufficient funds to award this amount are available in the appropriation for Newport & Balboa Pier Repair and Newport Pier Bench & Handrail, Account No. 02- 4197 -300. The plans and Works Department. The ar September 3, 1991, Benjamin B. Nolan Public Works Director GW:so specifications were prepared by the Public estimated dates of starting and completion and December 6, 1991, respectively. 9 0 (A) TO: City Council FROM: Public Works May 13, 1991 COUNCIL AGENDA NO. f -14 SUBJECT: NEWPORT PIER AND BALBOA PIER REPAIR; NEWPORT PIER BENCH AND HANDRAIL REPLACEMENT (C -280$) 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids- Lo --be n�nc.+di �t 13,An A_M 4n -IL - 3:1► -- 1094 -o DISCUSSION: This project provides for the replacement and repair of deteriorated piles, structural members, and miscellaneous connections on the Newport and Balboa Piers. In addition, wooden benches and handrails will be replaced on the Newport Pier. The repairs are per the recommendations contained in an inspection report dated October 1989 by Don Hellmers Engineering. This contract was postponed due to construction of McFadden Plaza improvements (see attached Agenda Item No. F -3 of October 8, 1990). The estimated cost of the work is $180,000. Sufficient funds to award this amount are available in the appropriation for Newport and Balboa Pier Repairs. The plans and specifications were prepared by the Public Works Department. The estimated dates of starting and completion are September 3, 1991, and December 6, 1991, respectively. 41a- Benjamin B. Nolan Public Works Director GW:so Attachment • TO: FROM: SUBJECT: October 8, 1990 CITY COUNCIL AGENDA ITEM NO. F -13 City Council Public Works Department NEWPORT PIER AND BALBOA PIER REPAIR; NEWPORT PIER BENCH AND HANDRAIL REPLACEMENT, C -2805 Postpone the bid advertisement until May of 1991. DISCUSSION: At its the September 24, 1990, meeting, the City Council approved plans and specifications for the subject contract and established a bid opening date of October 11,1990. After further review, Staff recommends the project be postponed for the following reasons: 1. The construction of McFadden Plaza improvements is • scheduled to start this month and to be completed in April of 1991. A second contractor could not be assured of vehicular and equipment access to work on Newport Pier until the McFadden improvements have been completed. 2. There is no guarantee that McFadden Plaza improvements will be completed as intended in April of 1991. If unforseen circumstances were to delay the plaza completion date, a second contractor may be placing pier pile during the summer months, plus requesting extra compensation for the delay. 3. The pier project can be awarded in June of 1991, with a construction start date after school begins in September and a completion date prior to Thanksgiving. Between June and September the Contractor will have ample time to order and receive timber materials that require a long lead time. 4. It may be desirable to not award sequential contracts • which may impair access to the Newport Pier to the detriment of the end -of -pier restaurant business. 5. There appears to be little additional risk to the structural integrity of the piers if the repair work is oned for 6 months. Benjamin B. Nolan Public Works Director GW:so Orange Coast DailyPlot Orange Coast Daily Pilot • Huntington Beach Independent • Fountain Valley Independent 330 West Bay Street • Costa Mesa, California 92627 • 714 642 -4321 • FAX 714 631.5902 Dear Advertiser: Enclosed please find clipping of your ad from the first publication. If you need to make any changes or corrections, please call me at your earliest convenience. The cost of this publication will be $ 75 . Thanks for your cooperation and patronage. Sincerely, udy etting Manager Legal Advertising Manager R" • TO: City Council FROM: Public Works Department October 8, 1990 CITY COUNCIL AGENDA ITEM NO. F -13 SUBJECT: NEWPORT PIER AND BALBOA PIER REPAIR; NEWPORT PIER BENCH AND HANDRAIL REPLACEMENT, C -2805 RECOMMENDATIONS: Postpone the bid advertisement until May of 1991. DISCUSSION: At its the September 24, 1990, meeting, the City Council approved plans and specifications for the subject contract and established a bid opening date of October 11,1990. After further review, Staff recommends the project be postponed for the following reasons: • 1. The construction of McFadden Plaza improvements is scheduled to start this month and to be completed in April of 1991. A second contractor could not be assured of vehicular and equipment access to work on Newport Pier until the McFadden improvements have been completed. 2. There is no guarantee that McFadden Plaza improvements will be completed as intended in April of 1991. If unforseen circumstances were to delay the plaza completion date, a second contractor may be placing pier pile during the summer months, plus requesting extra compensation for the delay. 3. The pier project can be awarded in June of 1991, with a construction start date after school begins in September and a completion date prior to Thanksgiving. Between June and September the Contractor will have ample time to order and receive timber materials that require a long lead time. 4. It may be desirable to not award sequential contracts which may impair access to the Newport Pier to the • detriment of the end -of -pier restaurant business. 5. There appears to be little additional risk to the / /�/►1sttrruuucc_tural integrity of the piers if the repair work is 4almin ned for 6 months. B. Nolan Public Works Director GW:so TO: FROM: SUBJECT: 46 BY THE SEP 2 41990 City Council Public Works Department • OV . September 24, 1990 CITY COUNCIL AGENDA ITEM NO. F -15 NEWPORT PIER AND BALBOA PIER REPAIR; NEWPORT PIER BENCH AND HANDRAIL REPLACEMENT, C -2805 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for b dw Ltb DISCUSSION: This project provides for the replacement and repair of deteriorated piles, structural members, and miscellaneous • connections on the Newport and Balboa Piers. In addition, wooden benches and handrails will be replaced on the Newport Pier. The repairs are per the recommendations contained in an Inspection Report dated October 1989 by Don Hellmers Engineering. The estimated cost of the work is $180,000. Sufficient funds to award this amount are available in the appropriation for Newport and Balboa Pier Repair and Newport Pier Bench and Handrail, Account No. 02- 4197 -300. The plans and specifications were prepared by the Public Works Department. The estimated date of completion is December 21, 1990. Cdr/ Benjamin B. Nolan • Public Works Director GW:so Authorized to Publish Advertisements oTall kinds including public notices by Decree of the Superior Court of Orange County, California, Number A-6214, September 29, 1961, and A -24631 June 11, 1963 STATE OF CALIFORNIA County of Orange I am a Citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the below entitled matter. I am a principal clerk of the ORANGE COAST DAILY PILOT, a newspaper of general circulation, printed and published in the City of Costa Mesa, County of Orange, State of California, and that attached Notice is a true and complete copy as was printed and published in the Costa Mesa, Newport Beach, Huntington Beach, Fountain Valley, Irvine, the South Coast communities and Laguna Beach issues of said newspaper to wit the issue(s) of: ._September 27, October 1, 1990 I declare, under penalty of perjury, that the foregoing is true and correct. Executed on October 1, at Costa Mesa, California. 0 199— F33,fy 46 RECE /Vf NOY 16 D CITY CLfRK�990 N SRI nFACH PROOF OF PUBLICATION x-02