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