HomeMy WebLinkAboutC-2877 - Newport Pier and Balboa Pier Repair & Electrical System Replacementsi f
CITY OF NEWPORT BEACH
February 15, 1994
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
John L. Meek Construction Co., Inc.
1032 West "C" Street
Wilmington, CA 90744
Subject: Surety: Great American Insurance Company
Bond No. 7 61 36 62
Contract No.: C -2877
Project: Newport Pier and Balboa Pier Repair and
Electrical System Replacements
The City Council of Newport Beach on January 10, 1994 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 of Completion has been recorded in accordance with
applicable portions of the Civil Code.
The Notice was recorded by the Orange County Recorder on January
27, 1994, Reference No. 94- 0066800.
Sincerely,
Wanda E. Raggio
City Clerk
WER:pm
cc: Public Works Department
3300 Newport Boulevard, Newport Beach
# 94-00"6000
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO: Recorded in Official Records
of Orr,3e frnirty, f_ajifnriiia
lee iraili o- Cotiity 0 2r�rder
City Clerk Tau,:
`{
City of Ne o Beach
3300 Newpor Boulevard
Newport Beach, CA 92663
"Exempt from recording fees pursuant
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" Street, Wilmington, CA 90 as
as
Contractor, entered into a Contract on May 26, 1993
Said Contract set forth certain improvements, as follows:
Newport Pier and Balboa Pier Repair and Electrical System Replacements (C- 2877)-
located in the City of Newport Beach, County of Orange
Work on said Contract was completed on October 27, 1993 ,
and was found to be acceptable on January 10, 1994
by the City Council. Title to said property is vested in the
Owner, and the Surety for said Contract is Great American Insurance
Company, 750 The City Drive South, Orange, CA 92668
BY
Director
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and
correct to the best of my knowledge.
Executed on l r yL
Newport Beach, Califr6rnia.
BY
City Clerk
, at
4ECEVJ�cD
FEB ,,1 1994
CITY CLERK
M KUCH
JAN 1 0
... __ .L1Lq+h — .. and Members
r-�
of the City Council
January 10, 1994
CITY COUNCIL AGENDA
ITEM NO. 10
• FROM: Public Works Department
SUBJECT: ACCEPTANCE OF THE CONTRACT FOR NEWPORT PIER & BALBOA PIER
REPAIRS AND ELECTRICAL SYSTEM REPLACEMENT (C -2877)
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 filed,
in accordance with applicable provisions of the
Civil Code.
DISCUSSION:
The contract for the construction of the subject project
has been completed to the satisfaction of the Public Works
Department.
• The bid price was $219,105.00
Amount of unit price items constructed 219,945.00
Amount of change orders 5,808.23
Total contract cost $225,753.23
The increase in the amount of the unit price items
constructed was due to installing shims on two additional piling
and adding a luminaire adjacent to the Marine Safety Building.
Three Change Orders were issued. The first authorized
the installation of the additional luminaire at the unit price of
$720.00. The second, in the amount of $3,228.13, provided for a
change in the wiring of the ramp hoist motor, trimming some of the
existing rail posts to accommodate the new conduit and installation
of new junction boxes at the base of the Newport Pier. The third,
in the amount of $2,580.10, provided for miscellaneous repairs to
the under -deck structure of the Newport Pier.
Funds for the project were budgeted in the General Fund,
Account No. 7015 - 98280002 and in the Tide and Submerged Lands Fund,
Account No. 7233 - 98280016.
• The contractor is John L. Meek Construction Co. Inc. of
Wilmington.
The contract date of completion
7 co leted on October 27, 1993.
2 a
Benjamin B. Nolan
Public Works Director
was November 1, 1993. The work was
TO:
CITY fAF NEWPORT BRACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 6443005
FINANCE DIRECTOR ,5- 27-y3
FROM: CITY CLERK
DATE: May 27, 1993
SUBJECT: Contract No. C -2877
Description of Contract Newport Pier and Balboa Pier Repair and
Electrical System Replacements
Effective date of Contract May 26, 1993
Authorized by Minute Action, approved on April 26, 1993
Contract with John L. Meek Construction Co., Inc.
Address 1032 West "C" Street
Wilmington, CA 90744
Amount of Contract
" s
Wanda E. Raggio
City Clerk
WER:pm
Attachment
3300 Newport Boulevard, Newport Beach
0 April 26, 1993
CITY COUNCIL AGENDA
ITEM NO.
TO: Mayor and Members of the City Council
•
FROM: Public Works Department
SUBJECT: NEWPORT PIER AND BALBOA PIER REPAIR AND ELECTRICAL
SYSTEM REPLACEMENTS (C -2877)
RECOMMENDATIONS:
1. Consent to relieve Nashat Design and Construction,
Inc. of their apparent low bid because of
significant clerical bid errors in compiling the
bid.
2. Approve a budget amendment transferring $90,000
from the Santa Ana River Sand Hauling account into
the Newport Pier and Balboa Pier Repair account.
3. Award Contract No. 2877 to John L. Meek
Construction, for the Total Bid Price of
$219,105.00, and authorize the Mayor and the City
Clerk to execute the contract.
• DISCUSSION:
At 11:00 A.M. on April 14, 1993 the City Clerk
opened and read the following bids for this project:
BIDDER TOTAL BID PRICE
WITHOUT ADDITIONAL WITH ADDITIONAL
BID ITEM BID ITEM
Low Nashat Des. & Const., Inc. $157,400* $164,400 **
2.
John L. Meek Const. Co.
$209,025
$219,105
3.
Wakeham -Baker Inc.
$210,210
$221,410
* Corrected Total Bid Price is $117,100
** Corrected Total Bid Price is $120,600
• The apparent low bidder, Nashat Design and Construction,
Inc., has submitted a letter requesting to be relieved of their
bid because of numerous clerical bid errors. If their bid total
was recompiled in accordance with the "Instructions To Bidders ",
their award amounts would be $117,100 ($120,600 with additional
bid item). These amounts are approximately 40% below the
Engineer's Estimates of $165,000 ($172,000 with additional bid
item) and 85% below the other two marine contractors. The City
Attorney agrees that Nashat is entitled to be relieved of the
apparent low bid because of the significant clerical errors which
had been made in compiling the bid.
(3J>
Subject: Newport ter and Balboa Pier Repairnd Electrical
System Replacements (C -2877)
April 26, 1993
Page 2
In addition, it appears that Nashat has single family
home, apartment building, and landscape contracting experience,
but none with marine construction. The majority of the work of
this project requires ocean structure and treated timber
experience under environmentally and structurally sensitive
conditions. Were it not for withdrawal of Nashat's bid, staff
would have recommended that the City Council find that Nashat is
not "the lowest responsible bidder ", and that their bid be
rejected.
The second low total bid price (with additional bid
item) is 27% above the Engineer's Estimate of $172,000. The 2nd
bidder, John L. Meek Construction Co., Inc. is a well - qualified
general contractor who has satisfactorily completed previous
contract work for the City and is presently under contract to
replace the bulkhead adjacent to Lido Park.
This project provides for the replacement and repair of
deteriorated piles, structural members, and miscellaneous
connections on the Newport and Balboa Piers. The structural
repairs are per the recommendations contained in an inspection
report dated June 1992 by Don Hellmers Engineering.
The project also provides for replacements of conduit, •
conductors, and lighting on Newport and Balboa piers. The
additional bid item is for luminaire replacements on Newport Pier
only. Funds to award the project are provided in the following
accounts:
Accounts Budget No. Amount
Santa Ana River Sand Hauling 7233- 98313033 $90,000
Newport Pier & Balboa Pier Repairs 7015- 98280002 $79,000
Newport /Balboa Pier Conduit Replacement 7233- 98280015 $36,000
Newport Pier Additional Lighting 7233 - 98280016 $25,000
Total $230,000
The total includes $10,895 (approximately 5 %) for
contingencies. A budget amendment to transfer the amount needed
for award and contingency has been prepared for Council
consideration.
Plans and specifications for the project were prepared •
by the Public Works Department. The estimated date of completion
is October 29, 1993.
Benjamin B. Nolan
Public Works Director
GW:so
CITY CLERK
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92659 -1768
until 11:00 A.M. on the 14th day of April , 1993,
at which time such bids shall be opened and read for
NEWPORT PIER AND BALBOA PIER REPAIR AND ELECTRICAL SYSTEM REPLACEMENTS
Title of Project
2877
�pg,aoOON ?without additional bid item)
$172,000 (with additional bid item)
Engineer's Estimate
Approved by the City Council
this 22 day of March , 1993.
Wanda E. Raggi
City Clerk
Prospective bidders may obtain one set of bid documents at no cost
at the office of the Public Works Department, 3300 Newport Boulevard,
P. 0. Box 1768, Newport Beach, CA 92659 -1768.
For further information, call Gilbert Wong at 644 -3311.
Project Manager
• •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
NEWPORT PIER AND BALBOA PIER REPAIR
AND ELECTRICAL SYSTEM REPLACEMENTS
CONTRACT NO. 2877
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
P.O. Box 1768
Newport Beach, CA 92659 -1768
Gentlemen:
PR 1.1
The undersigned declares that he has carefully examined the
location of the work, has read the Instructions to Bidders, has
examined the Plans and Special Provisions, and hereby proposes to
furnish all materials and do all work required to complete
Contract No. 2877 in accordance with the Plans and Special
Provisions, and will take in full payment therefor the following
unit price, for the work, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. Lump Sum Mobilization and traffic control
@ Eleven Thousand Dollars
and
No Cents $11,000-0
Per Lump Sum
2. Lump Sum Install PVC conduit, conductors,
and all appurtenances complete
in place on the Balboa Pier
@ Twelve Thousand Dollars
Five Hundred and
No Cents $ 12.500.00
Per Lump Sum
3. Lump Sum Install PVC conduit, conductors,
and all appurtenances complete
in place on the Newport Pier
@ Forty -Two Thousand Dollars
and
No Cents $ 42 0.00
Per Lump Sum
PR 1.2
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. 5 Install timber light standard,
Each base and luminaire with arm
complete in place
@ Two Thousand Two Dollars
Hundred and
No Cents $2,200.00$11,000.00
Per Each
5. 120 Replace stringer
Board Feet (see attached Work Schedule)
@ Sixteen Dollars
and
Fifty Cents $ 16.50$ 1.980.00
Per Board Foot
6. 215 Replace bracing
Board Feet (see attached Work Schedule)
@ Fifteen Dollars
and
No Cents $ 15.00 $ 3.225.00
Per Board Foot
7. 744 Replace pile cap
Board Feet (see attached Work Schedule)
@ Seventeen Dollars
and
Fifty Cents $ 17.50 $ 13.020.00
Per Board Foot
8. 32 Replace hairpin
Each (see attached Work Schedule)
@ Four Hundred and Dollars
Fifty -Five and
No Cents $ 455.00 $ 14.560.00
Per Each
1 Vww_�� I
•
•
PR 1.3
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
9. 1 Install hairpin
Each (see attached Work Schedule)
@ Four Hundred and Dollars
Forty and
No Cents $ 440.00 $ 440.00
Per Each
10. 5 Install shims
Each (see attached Work Schedule)
@ Sixty Dollars
and
No Cents $ 60.00 $ 300.00
Per Each
11. 2 Install deck drain
Each (see attached Work Schedule)
@ One Hundred Dollars
and
No Cents $ 100.00 $ 200.00
Per Each
12. 11 Replace existing P.C.C. curb
Linear Feet along the edge of pier
(see attached Work Schedule)
@ One Hundred and Dollars
Fifty and
No Cents $ 150.00 $ 1,650.00
Per Linear Foot
13. Lump Sum Miscellaneous repairs
(see attached Work Schedule)
@ Six Thousand Dollars
Eight Hundred and
No Cents $ 6.800.00
Per Lump Sum
1""
ITEM QUANTITY
NO. AND UNIT
PR 1.4
ITEM DESCRIPTION UNIT TOTAL
UNIT PRICE WRITTEN IN WORDS PRICE PRICE
14. 13 Remove existing pile and
Each install prewrapped treated
pile
@ Six Thousand Nina Dollars
Hundred Fifty and
No Cents
Per Each
$ 6,950.00$ 90,350.00
Two Hundred and Nine Thousand and Twenty Dollars
Five and
No Cents $209,025
TOTAL BID PRICE (WITHOUT ADDITIONAL BID ITEM) TOTAL BID PRICE
(WRITTEN IN WORDS) (FIGURES)
** *ADDITIONAL BID ITEM * **
ITEM No. 15 shall be bid by all bidders, added to the TOTAL BID
PRICE (WITHOUT ADDITIONAL BID ITEM), and entered below. The City
of Newport Beach reserves the right to award Contract No. 2877 to
the lowest responsible bidder for either TOTAL BID PRICE (WITHOUT
ADDITIONAL BID ITEM) written above or TOTAL BID PRICE (WITH
ADDITIONAL BID ITEM) entered below.
15. 14 Remove Existing Luminaire and
Each Install New Holophane "Parkpack"
Luminaire on Newport Pier only
@ Seven Hundred and Dollars
Twenty and
No Cents $720.00 $10.080.00
Per Each
` V i
0 0
Two Hundred and Nineteen Thousand One Dollars
Hundred and Five and
No Cents
TOTAL PRICE (WITH ADDITIONAL BID ITEM)
(WRITTEN IN WORDS)
I0:iR.7
$219.105.00
TOTAL BID PRICE
(FIGURES)
163997 5/31/93
Bidder's Contractor License No. Expiration Date
President 4/14/93
Authorized Signature /Title Date
John L. Meek Construction Co., Inc.
1032 West "C" Street, Wilmington, CA (310) £I30 -6121
Bidder's Address 90744 Bidder's Telephone
INSTRUCTIONS TO BIDDERS
• Page 2
The following documents shall be completed, executed and received
by the City Clerk in accordance with NOTICE INVITING BIDS:
PROPOSAL (Page 1)
INSTRUCTIONS TO BIDDERS (Page 2)
DESIGNATION OF SUBCONTRACTORS (Page 3)
BIDDER'S BOND (Page 4)
NON - COLLUSION AFFIDAVIT (Page 5)
TECHNICAL ABILITY AND EXPERIENCE REFERENCES (Page 6)
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.
The City of Newport Beach reserves the right to reject any or
all bids and to waive any minor irregularity or informality in such
bids. Pursuant to Public Contract Code Section 22300, at the
request and expense of the Contractor, securities shall be
permitted in substitution of money withheld by the City to ensure
performance under the contract. The securities shall be deposited
in a state or federal chartered bank in California, as the escrow
agent.
5/91
• • Page 2A
In accordance with the California Labor Code (Sections 1770 et
seq.) , 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 shall be responsible for insuring compliance
with provisions of Section 1777.5 of the Labor Code Apprenticeship
requirements and Section 4100 et seq. of the Public Contracts Code,
"Subletting and Subcontracting Fair Practices Act."
All documents shall bear
authorized to sign on behalf of
signatures shall be of a coi
authorized by the corporation.
shall be of a general partner.
shall be of the owner.
signatures and titles of persons
the bidder. For corporations, the
-porate officer or an individual
For partnerships, the signatures
For sole ownership, the signature
163997 Class A
Contractor's License No. & Classification
Sohn. L. Meek Construction Co., Inc.
4/14/93
Date
5/91
• •
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. No changes may be made in these subcontractors except
with prior approval of the City of Newport Beach.
Subcontract Work Subcontractor Address
1. Electrical Hoffman Long Beach
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Biohn I_ MaPk Construction Co., Inc
Bidder Authorized Signature /Title
John L. Meek, President
5/91
Page 4
BIDDER'S BOND Bond 117 27 95 99
Premium included in BBSU
KNOW ALL MEN BY THESE PRESENTS,
That we, JOHN L. MEEK CONSTRUCTION CO., INC. as
bidder, and GREAT AMERICAN INSURANCE COMPANY , as
Surety, are held and firmly bound unto the City of Newport Beach,
California, in the sum of TEN PERCENT OF AMOUNT BID-------- - - - - -- Dollars
($ 107 ),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 NEWPORT PIER AND BALBOA PIER REPAIR
(Title of Project and 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) after the date of the mailifig Notice
of Award to the above bounden bidder by and from said City, then
this obligation shall become null and void; otherwise it 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 obligation under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this
7th day of April , 19 93.
John L Meek Construction Co., Inc.
Bidder (Attach Acknowledgment tho ized Signa ure /Title
Of Attorney -In -Fact)
iFotaYry Pub KC
Commissi Expires: July 20, 1994
5791
OFFICIAL NOTARY SEAL
STANLEY S. ONN
1(a Notary Pudic - Calilomia
LOS ANGELES COUNTY
My Comm. EXPkW JUL 20,7994
I � r /
II'ii ..I. iV � � I1 I ''
VICTORIA M. CAMPBELL,
ATTORNEY -IN -FACT
Certificate of kcknowiedgement
STATE OF CALIFORNIA
County of Orange
On April 7, 1993 before me. Itathiee—z Viodes, Notary Public
Dersonady aDpeared Victoria M. .Campbell
pe sona iv known to me ( to be the persona) whose name(s) isme subscribed to the
within instrument and acknowiedged to me thaMPJsheXy executed the same in l/heriiN& authorized capacitvjdak and that by
=her n= slgtaturel so on the instrument the petsonds), or the entity upon behalf of which the person(z) acted. executed the Instrument.
W1=.- S my hana a official sezi. _
/ Q� .............. T� ...OFFICIAL SEAL........^
�2J /rK11 s�� KATHLEEN VIODES
Signature _ (Seal) NOIARY PUBLIC CALIFORNIA:
FRiNCfPAL OFFICE IN i
ORANGE COUNTY i
MY COMMISSIO.N ... E .%.MI.RES .. ...
MAY 4, 1994
.. _ ........... ................... _................. S
• •
GUM AINERICAN INSURANCE COMMY
The number of persons authorized by
this power of attorney is not more than No. 0 13232
FOUR POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and
existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named
below its true and lawful attorney -in -fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and
all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said
Company on any such bond, undertakingor contract of suretyship executed under this authority shall not exceed the limit stated below.
Name Address Limit of Power
THOMAS G. McCALL ALL OF ALL
K.R. VIODES IRVINE, UNLIMITED
VICTORIA M. CAMPBELL CALIFORNIA
MELISSA A. RUSSELL
This Power of Attorney revokes all previous powers issued in behalf of the attomey(s) -in -fact named above.
IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by
its appropriate officers and its corporate seal hereunto affixed this 7th day of August, •1990
Attest
STATE OF OHIO, COUNTY OF HAMILTON — ss:
GREAT AMERICAN INSURANCE COMPANY
On this 7th day of August, 1990 , before me personally appeared WILLIAM J. MANEY, to me
known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the Great American Insurance
Company, the Company described in and which executed the above instrument;that he knows the seal; that it was so affixed by authority of
his office under the By -Laws of said Company, and that he signed his name thereto by like authority.
This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great
American Insurance Company by unanimous written consent dated August 20, 1979.
RESOLVED: That the President, the several Vice Presidents and Assistant Vice Presidents, or any one of them, be and hereby is
authorized, from time to time, to appoint one or more Attorneys -In -Fact to execute in behalf of the Company, as surety, any and all
bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof, to prescribe their respective duties
and the respective limits of their authority; and to revoke any such appointment at any time.
RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers maybe affixed by facsimile
to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract or suretyship, or other
written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original
signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect
as though manually affixed.
CERTIFICATION
1, RONALD C. HAYES, Assistant Secretary of the Great American Insurance Company, do hereby certify that the foregoing
Power of Attorney and the Resolutions of the Board of Directors of August 20, 1979 have not been revoked and are now in full force and
effect.
Signed and sealed this 7th day of April 1993
0 0
Page 5
NON - COLLUSION AFFIDAVIT
State of California )
) ss.
County of Los Angeles )
John S Meek being first duly sworn, deposes and
says that he or she is President of John L Meek Construct ion, 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.
I declare under penalty of perjury that the foregoing is true
and correct.
John L Meek Construction Co., Inc.
Gi�ly
Bidder thorized Signature
/Title
Subscribed and sworn to before me this 13th day of April ,
19 93.
Notary Public
My Commission xpires: July 20, 1994
5/91
[SEAL]
OFFICIAL NOTARY SEAL
STANLEY S. OHN
-i Notary Public — Cakfomia
LOS ANGELES COUNTY
My Comm. Expires 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
For Whom
Person
Telephone
Completed
Performed (Detail)
To Contact
Number
1992
City of Newport Beach
Public Works
Similar contract work
on both Newport and
Balboa Piers
John. L. Meek Construction Co., Inc. President
Bidder u horized Signature /Title
5/91
Page 7
NOTICE TO SUCCESSFUL BIDD
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 (Page 8)
FAITHFUL PERFORMANCE BOND (Page 9)
CERTIFICATE OF INSURANCE (Page 10)
GENERAL LIABILITY INSURANCE ENDORSEMENT (Page 11)
AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT (Page 12)
WORKERS' COMPENSATION INSURANCE CERTIFICATION (Page 13)
CONTRACT (Page 14)
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 legal 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.
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' Rating 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 for Public
Works Construction, except as modified by the Special Provisions.
The 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.
5/91
0
EXECUTED IN QUADRUPLICATE
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS, that
•
Page 8
Bond #7 61 36 62
Premium included in
performance
WHEREAS, the City Council of the City of Newport Beach, State
of California, by motion adopted April Tfi, lg93 has awarded
to�.lnhn I _ Maak f.nn�tri�rtinn fn Tnr_ hereinafter
designated as the "Principal °, a contract for Nawnnrt Pier R Rallpli
Pier �p�air and Flartriral qyc_ Rp�nl�crmPnt(COritYdct No.C�) in
the City of Newport Beach, in strict conformity with the Drawings
and Specifications and other contract documents in the office of
the City Clerk of the City of Newport Beach, and all of which are
incorporated herein by this reference;
WHEREAS, said Principal has executed or is about to execute
Contract No. C -2877 and the terms thereof require the furnishing
of a bond, provid g that if Principal or any of Principal's
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 Great American insurance Company
as Surety, a f' 1y bound unto the City of Newport Beach, in
HBi TEEN THOUSAND ONE HU
the sum of E ------------- - - - - -- -ears $219,105.00 ),
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 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 /her 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 Unemployment Insurance Code with respect to such work or labor,
or for any amounts required to be deducted, withheld and paid over
to the Employment Development Department from the wages of
employees of the Principal and subcontractors pursuant to Section
13020 of the Unemployment Insurance Code with respect to such work
and 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.
5/91
0 0
Page 8A
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 to them or
their assigns in any suit brought upon this bond, as required by
and in accordance with 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 above named Principal and Surety, on the 10th day of
May , 19 93.
i F
Inc.
Name of Contractor ( Principa orized Signature /Title
hn L. Meek, President
GREAT AMERICAN INSURANCE COMPANY
Name of Surety
750 The City Drive South
Orange, CA 92668
Address of Surety
NOTARY ACKNOWLEDGMENTS OF
5/91
Authorized Agent Sign ure
Victoria M. Campbell, Attorney -In -Fact'
714 - 740 -3282
Telephone
AND SURETY MUST BE ATTACHED
Certificate of Acknowledgement
STATE OF CALIFORNIA
County of Orange
On May 10, 1993 before me, I{athleen Viodes, Notary Public
personally appeared Victoria M. Campbell
personally known to me ( to be the person(s) whose name(s) is/im subscribed to the
within instrument and acknowledged to me thaMi'shedt W executed the same in XWher/ iM authorized capacity#vse and that by
IXher /MV signature(sj on the instrument the person(s), or the entity upon behalf of which the person(t) acted, executed the instrument.
WITNESS my ban and official seal.
��— OFfiIC1AL
Signature 71 ?; KATHLEEN VIODES
()
,� „ - -;yy/ i;CT.4RY f'M IC- CALIfnRNIAi
Cws;y,;;t'j r'RNCIPAL OFFICE IN
MiANGE COUNTY i
860^!•661 �,MY_COM MISSION EXPIRES MAY.4�1994�
....................... .
E4ECUTED IN DUPLICATED i •
Page 9
FAITHFUL PERFORMANCE BOND Bond #7 61 36 62
Premium: $3,155.00
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State
of California, by motion adopted April 26. 1993 has awarded
to John L. Meek Construction Co.. Inc. hereinafter
as the Frincivat a
Pier Repair and Electrical Svs. ReDlacement(Contiact No. 9R77 ) in
the City of Newport Beach, in strict conformity with the Contract,
Drawings and Specifications and other contract documents in the
office of the City Clerk of the City of Newport Beach, all of which
are incorporated herein by this reference;
WHEREAS, Principal has executed or is about to execute
Contract No. C -2877 and the terms thereof require the
furnishing of a bond for the faithful performance of the Contract;
NOW, THEREFORE, we, John L. Meek Construction Co., Inc.
as Principal, and Great American Insurance Company
as Surety, ,a e f��mETE boon unt the City of Newport Beach, in
the sum of P� ®E B, 86______ SVbllars ($219,105.00 ),
said sum being equal to 100% of the estimated amount of the
contract, to be paid to the City or its certain attorney, its
successors, and assigns; for which payment well and truly 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, its heirs, executors, administrators,
successors, or assigns, shall in all things stand to and abide by,
and well keep truly and perform the covenants, conditions, and
agreements in the Contract and any alteration thereof made as
therein provided on its part, to be kept and performed at the time
and in the manner therein specified, and in all respects according
to its true intent. and meaning, and shall indemnify and save
harmless the City of Newport Beach, its officers, employees and
agents, as therein stipulated, then this obligation shall become
null and void; otherwise it shall remain in full force and effect.
As a part of the obligation secured hereby., and in addition to
the fact amount specified in this Performance Bond, there shall be
included costs and reasonable expenses and fees, including
reasonable attorneys fees, incurred by the City, in the event it is
required by bringing any action in law or equity to enforce the
obligations of this Bond.
Surety, for value received, 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
5/91
0 0
Page 9A
obligations on this bond, and it does hereby waive notice of any
such change, extension of time, alterations or additions of the
contract or to the work or to the specifications.
This Faithful Performance Bond shall be extended and
maintained by the Principal in full force and effect for six (6)
months following the date of formal acceptance of the Project by
the City.
In the event that the principal executed this bond as an
individual, it is agreed that the death of any such principal shall
not exonerate the Surety from its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by
the Principal and Surety above named, on the 10th day of
May , 1993.
Inc.
Name of Contractor (Principal ) Au orized Signature /Title
JO Mn L. Meek, President nn
GREAT AMERICAN INSURANCE COMPANY
Name of Surety
750 The City Drive South
Orange, CA 92668
Address of Surety
Victoria M. Campbell, Attorney.
714 - 740 -3282
Telephone
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
5/91
In -Fact
e
Certificate of Acknowledgement
STATE OF CALIFORNIA 1
County of Drange
On May 10, 1993 before me, Kathleen Viodes, Notary Public
personally appeared Victoria M. Campbell
personally known to me ( 1 11 to be the persons) whose name(a) mam subscribed to the
within instrument and acknowledged to me thaffltvsheYJW executed the same in 119/her/MU authorized capacity(easj and that,by -
hW her /CNE1f signature(34 on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I
WITNESS my hand d official seal. t— _
/ OF'I CI AL SEAL..........
KATHLEEN VIODES'
Sign X �i V t t7Gf� �1i
g (Seal) J lCT.;RY PUBLIC � CAUf03 NIA
.. y,,'y�i PRINCIPAL OFFICE IN
ORANGE COUNTY
960772-6-91 L.,,MY. COMMISSION EXPIRES MAY 4, 1994
• 0 • 0 •
GUM AUNERICAN INSURANCE COMPANY
The number of persons authorized by
this power of attorney is not more than
FOUR
POWER OF ATTORNEY
No.0 13232
KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and
existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named
below its true and lawful attorney -in -fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and
all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said
Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below.
Name Address Limit of Power
THOMAS G. McCALL ALL OF ALL
K.R. VIODES IRVINE, UNLIMITED
VICTORIA M. CAMPBELL CALIFORNIA
MELISSA A. RUSSELL
This Power of Attorney revokes all previous powers issued in behalf of the attorney(s) -in -fact named above.
IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by
its appropriate officers and its corporate seal hereunto affixed this 7th day of August, •1990
Attest
STATE OF OHIO, COUNTY OF HAMILTON — ss:
GREAT AMERICAN INSURANCE COMPANY
On this 7th day of August, 1990 , before me personally appeared WILLIAM J. MANEY, to me
known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the Great American Insurance
Company, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by authority of
his office under the By -Laws of said Company, and that he signed his name thereto by like authority.
This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great
American Insurance Company by unanimous written consent dated August 20, 1979.
RESOLVED: That the President, the several Vice Presidents and Assistant Vice Presidents, or any one of them, be and hereby is
authorized, from time to time, to appoint one or more Attorneys -In -Fact to execute in behalf of the Company, as surety, any and all
bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; to prescribe their respective duties
and the respective limits of their authority; and to revoke any such appointment at any time.
RESOL VED FURTHER: That the Company seal and the signature of any of the aforesaid officers may be affixed by facsimile
to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract or suretyship, or other
written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original
signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect
as though manually affixed.
CERTIFICATION
I, RONALD C. HAYES, Assistant Secretary of the Great American Insurance Company, do hereby certify that the foregoing
Power of Attorney and the Resolutions of the Board of Directors of August 20, 1979 have not been revoked and are now in full force and
effect.
Signed and sealed this
S1029M (03/90)
10th day of May
19 93
AI:111.11. CERTIFICA OF
f,$jl �LC 166UE DATE (MM/DOlYYI
INSURANCE :':°
:,
05/03/93
: LIMIT
ITO >3do
PRODUCE(
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND
6
CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE
Jardine Ins. Brokers L.A. Inc .
DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
11835 W Olympic Blvd - 5th P-1;
POLICIES BELOW.
Los Angeles CA 90064
COMPANIES AFFORDING COVERAGE
LisaCole',
._._._.... ._.._._... ..__._.. .._...... .......... .._ _._. ...._._.
310 - 444 -3333
°�FERY A Lloyds of London / ILU / etal
6
5.......!
..__. ..
.... ... COMPANY B
INSURED
LETTER .. _...
COMPANY C
LETTER
John L. Meek Construction CO.
COMPANY D
Mr. John L. Meek
LETTER _.__... ..
1032 West C St.
...._... _._._... ..._._._. .._._... ...._.._ _._._..
Wilmington CA 90744
LEOTMI'EA Y E
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
LT . TYPE OF INSURANCE POLICY NUMBER POLICY EFECTRAi :POLICY EXgRATON � LIMITS
LTA: : DATE(MM/DDM') : DATE (MM/DD/YY)
GENERAL LIABILITY ( GENERAL AGGREGATE 6N /A
A'.ICOMMERCIAL GENERAL LIABILITY i.BR 3019 ' 12/17/92 12/17/93 PRODUCTS-COMP/OP AGG. 62r000,000
CLAIMS MADE I OCCUR. ! (PERSONAL S ADV. INJURY . 6 1 E 000.000
I : OWNER'S A CONTRACTOR'S PROT. j EACH OCCURRENCE 01,000,000
FIRE DAMAGE (Any oro file) i $Q I QQQ
......
MED. EXPENSE (Any enc penoN 6 5,000
_
AUTOMOBILE LIABILITY
COMBINED SINGLE
:,
:ANY AUTO
: LIMIT
6
ALL OWNED AUTOS
BODILY INJURY
6
SCHEDULED AUTOS
: (Per penonl
.,
HIRED AUTOS
BODILY INJURY
S
' '.NON -OWNED AUTOS
(Per accident)
'6
GARAGE LIABILITY
DISEASE— EACH EMPLOYEE
6
5.......!
: PROPERTY DAMAGE
6
EXCESS LIABILITY EACH OCCURRENCE 6
UMBRELLA FORM AGGREGATE 6
OTHER THAN UMBRELLA FORM
WONAER'S COMPENSATION
OTHER
DESCRIPEON OF OFEIATIONSAOCATIONSIVEHCLES /SMIAL ITEMS
Project Title: C -2877 Newport Pier & Balboa Pier Repair and Electrical
Replacements.
EI
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
!!' EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
? MAIL *30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
CITY OF NEWPORT BEACH +: LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
P. O. BOX 1768 LIABILITY OF ANY KIND UX THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
3300 NEWPORT BLVD. LL�� i1
NEWPORT BEACH CA 92659 -1766 `i': Aurl101N,en REPRES An !,
STATUTORY LIMITS
EACH ACCIDENT
3
AND
.,
DISEASE— POLICY LIMIT
S
EMPLOYERS' UABIUTY
DISEASE— EACH EMPLOYEE
6
OTHER
DESCRIPEON OF OFEIATIONSAOCATIONSIVEHCLES /SMIAL ITEMS
Project Title: C -2877 Newport Pier & Balboa Pier Repair and Electrical
Replacements.
EI
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
!!' EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
? MAIL *30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
CITY OF NEWPORT BEACH +: LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
P. O. BOX 1768 LIABILITY OF ANY KIND UX THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
3300 NEWPORT BLVD. LL�� i1
NEWPORT BEACH CA 92659 -1766 `i': Aurl101N,en REPRES An !,
05/1011993 11:42
213 - 835 -2163
•
J L MEEK CONSTRUCT
PAGE e4
;Page Ii
c_ENERIT. LIAMLITY IN9IMAH2E ENDORSEMENT
It is agreed that:
1. With respect to such insurance as is afforded by the policy
for General Liability, the City of Newport Reach, 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 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 against whom claim
is made or suit is brought, except with
respect to the limits of liability of the
company affording coverage.
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 insured under the indemnification or hold harmless
provision contained 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 explosion hazard,
collapse hazard and underground property hazard (commonly
referred to as "XCU" 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:
r
( ) Commercial ( ) Comprehensive
General Liability 8 1,000,000, each occurrence
S aggregate .
The applicable limit of Contractual Liability for the company
affording coverage shall be reduced by any amount paid as
damages under this endorsement in behalf of the additional
insured(s).
3/91
pl
05/10/1993 11:42 213 -835- 2163 J L MEEK Ca4S1KUCT PAGE 05
Page 11A
The limits of liability as stated in this endorsement shall
not increase the total liability of the company affording
coverage for all damages as the result of any one occurrence
in excess of the limits of liability stated in the policy as
applicable to General Liability Insurance.
6. Should the policy be non- renewed, canceled 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.
Newport Pier and Balboa Pier Repair
7. Designated Contract: an
Project T tie and Contract No.
C -2877
This endorsement is effective 12/17/92 at 12:01 a.m.
and forms a part of Policy No. BR 3019 o f LONT)ON /TT.U/Pral
(Company Affording Coverage).
Insured: JOHN L. *LEER CONSTRUCTION CO.
ISSUING COMPANY L—t—iv-e-
Endorsement
Hy: zed Re
srv1
No.: 3NP
A0019,1k
ANDERSON & ANDERSON INS. BRKRS
2495 CAMPUS DRIVE
IRVINE, CA 92715
714- 476 -4300
John L. Meek Construction Co.
1032 West C Street
Wilmington
CA 90744
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LIST
INDICATED. NO TWIT HST ANDING ANY REOUIREMENT. TERM(
CERTIFICATE MAYBE ISSUED OR MAY PERTAIN. THE INSURI
EXCLUSIONS ANO CONDITIONS OF SUCH POLICIES. LIMITS!
O
TYPl Of MWMIOE I P0.0Y NYMia
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE O OCCUR.
OWNER'S 8 CONTRACTOR'S PROT.
DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFO
POLICES BELOW.
COMPANIES AFFORDING COVERAGE
COMPANY
LETTER A
COWRANY B
CO
AP C
LETTER D
ANY
LE TTTEERR E
BY THE
HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
)N OF ANY CONTRACT OR OT HER DOCUMENT WITH RESPECT TO WHICH THIS
RGED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS.
Y HAVE BEEN REDUCED BY PAID CLAMS.
POLIOYEYPEOTwE I POLICY 1"NATNNy LIMITS
A
WORKERY COMPENSATION
MO
EMPLOYERS' LIABLIfY
"1J°`6 "per "T
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNEO AUTOS
GARAGE LIABILITY
CA0496921
11/23/92
11/23/93
COMBINED SINGLE
LIMIT
f
1000000
BODILY INJURY
(Pe' P"...1
:
X
X
BODILY INJURY
We, °PPId"O
f
X
PROPERTY DAMAGE
f
EXCESSLIARLOY
UMBRELLA FORM
EACH OCCURRENCE
f
rA66REGAT,
f
OTHa
(KiWRNMI O►OPaATIONELOOATgMiIYEM NNtiIOEOIAL ITEMS
RE: C -2677 NEWPORT PIER 61 BALBOA PIER REPAIR AND ELECTRICAL REPLACEMENTS
ADDITIONAL INSURED ENDORSEMENT ATTACHED
CITY OF NEWPORT BEACH
P.O. Box 1768
3300 Newport Blvd.
Newport Beech, CA 92659 -1768
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CA
EXPIRATION DATE THEREOF. THE ISSUING COMP
MAL 30 DAYSWRITTENNOTICETOTHECE BUT RT T
LEFT, FAILURE TO MAIL SUCH NOTICE
LIABILITY OF ANY KIND UPON THE COMP 1;T1" TS
e55�4,*e'
A
E THE
IR TO
O THE
)N OR
WORKERY COMPENSATION
MO
EMPLOYERS' LIABLIfY
SIA IU IDH'Y LIM113
EACH ACCIDENT
DISEASE - POLICY LIMIT
f
DISEASE -EACH EMPLOYEE
f
OTHa
(KiWRNMI O►OPaATIONELOOATgMiIYEM NNtiIOEOIAL ITEMS
RE: C -2677 NEWPORT PIER 61 BALBOA PIER REPAIR AND ELECTRICAL REPLACEMENTS
ADDITIONAL INSURED ENDORSEMENT ATTACHED
CITY OF NEWPORT BEACH
P.O. Box 1768
3300 Newport Blvd.
Newport Beech, CA 92659 -1768
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CA
EXPIRATION DATE THEREOF. THE ISSUING COMP
MAL 30 DAYSWRITTENNOTICETOTHECE BUT RT T
LEFT, FAILURE TO MAIL SUCH NOTICE
LIABILITY OF ANY KIND UPON THE COMP 1;T1" TS
e55�4,*e'
A
E THE
IR TO
O THE
)N OR
0 1 • i
.2CA iil'� L_bl 752 - I If;(;H w y lil -: f.5 12:.W 21:1 Ft37
.._IGa— A:idv , -n .1:
Page 12
AUTOMOBILE L•IABIL•ITY INSUH&ffQ ENDORSEMENT
It is agreed that:
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(a) 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."
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
Bodily Injury Liability
Property Damage Liability
(X)) Combined Single Limit
Bodily Injury Liability i
Property Damage Liability
S per person
$ per accident
$ 1,000,000
The limits of liability as 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 in excess of the limits of liability stated in the
policy as applicable to Automobile Liability Insurance.
SM
I�IVv!>1
V( (l' \'1 (:) �/()
:531.1 :hI
\ •f 1.
y...`
•J —�f-1
\.�U.T
�. TIIU PI'`()I)'JJ
)
J.r ate. +J `
J VJJ —JJJ
IILLF\ V� Vi
_T17i
T,
Page 12#
4. should the policy be non - renewed, canceled or coverage reduced
before the expiration date thereof, the Issuing Company shall
provide 70 days' advance notice to the City of Newport Beach
by registered mail, Attention: Public Works Department.
Newport Pier and Balboa Pier Repair
S. Designated Contract: and Electrical System Replacements
Project T t s and Contract No.
C -2877
This endorsement is effective Ma' ". 1993 at 12:01 a.m.
and forms a part of Policy No. CA0496921 of Northbrook Property & Casualty
(Company Affording Coverage).
Insured: JOHN L. MEEK CONSTRUCTION CO., INC. Endorsement No.:
ISSUING COMPANY
By. �is -�►. /P *
Authorized kepresentat ve
Charles R. Fosdick
sm
THIS IS NOT A CERTIFICATE OF COMPLIA CS
Documentation of this wvIrago0hould .\ available from the
Department of Lrbpr, Long shure Divisicz, Office of Warkazal
:mz.pensatibn Programs, 300
island, California by
sin' I
carely
Merp2xet Wnes
MAnAgaz o
USLIN Walrence
0
0
Page 13
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."
4/14/93 John I__ MP_PI(_f.nnctruc +min fn �ji,nnc
Date Name of Contrar (Principal)
C -2877
Contract Number Authors Signature and Title
John . M ek, President
C -2877, Newport Pier & Balboa Pier Repair & Electrical Replacements
Title of Project
5/91
r
Page 14
THIS AGREEMENT, entered into this 02 day of 2z ,
19 ff, by and between the CITY OF NEWPORT BEACH, herein "City,"
and John L. Meek Construction Co., Inc. einafter
"Contractor," is made with reference to the following facts:
A. City has heretofore advertised for bids for the following
described public work:
Newport Pier and Balboa Pier
Repair and Electrical Sys. Replacements C -2877
Title of Project Contract No.
B. Contractor has determined by City to be the lowest
responsible 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 Contractor,
NOW, THEREFORE, the parties hereto agree as follows:
1. Contractor shall furnish all materials and perform all of
the work for the construction of the following described
public work:
Newport Pier and Balboa Pier
h Ir and E�ectriral Sys_ Replacements r -9877
Ti lei of Project Contract No.
which project is more fully described in the contract documents.
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 work as prescribed above, City shall pay to
Contractorthe sum of Twn Niindrarl anri Ninpstae c
Thou aoc�
One Hundred an4 -Five .dollars.& no 1100 This compensation
includes: ($219,105.00)
(a) Any loss or damage arising from the nature of the
work,
(b) Any loss or damage arising from any unforeseen
difficulties or obstructions in the performance of
the work,
(c) Any expense incurred as a result of any suspension
or discontinuance of the work,
but excludes any loss resulting from earthquakes of a
magnitude in excess of 3.5 on the Richter Scale and tidal
waves, and which loss or expense occurs prior to
acceptance of the work by City.
5/91
Page 14A
3. All of the respective rights and obligations of City and
Contractor are set forth in the contract documents. The
contract documents are incorporated herein by reference
as though set out in full and include the following:
(a) Notice Inviting Bids
(b) Instructions to Bidders and documents referenced
therein
(c) Payment Bond
(d) Faithful Performance Bond
(e) Certificate of Insurance and Endorsement
Plans and Special Provisions for Newport Pier & Balboa Pier
Sys R R lacements -
itle of Project Contrac No.
(g) This Contract
(h) Standard Specifications of Public Works
Construction (current Edition) and all supplements
4. Contractor shall assume the defense of, pay all expenses
of defense and hold harmless, City and its officers,
employees and representatives from all claims, loss or
damage, injury and liability of every kind, nature and
description by reason of or arising out of the negligent
or willful conduct of the Contractor, his /her employees,
agents and subcontractors in the performance of the
Project, except such loss or damage caused solely by the
active negligence of City or its officers, employees and
representatives.
IN WITNESS WHEREOF, the parties hereto have caused this
contract to be executed the day and year first written above.
AS TO,FORM:
CITY OF NEWPORT BEACH
John L. Meek Construction Co., Inc.
Name of Contractor
L. Meek, President
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX
FOR
SPECIAL PROVISIONS
NEWPORT PIER AND BALBOA PIER REPAIR
AND ELECTRICAL REPLACEMENTS
1992 -93
CONTRACT NO. 2877
I.
SCOPE OF WORK . . . . . . . . . . . . . . . . . . .
. 1
II.
CLASSIFICATION OF CONTRACTOR'S LICENSE . . . . . .
. 2
III.
COMPLETION, SCHEDULE, AND PROSECUTION OF THE WORK.
. 2
IV.
PAYMENT . . . . . . . . . . . . . . . . . . . . . .
. 3
V.
TRAFFIC CONTROL . . . . . . . . . . . . . . . . . .
. 3
VI.
PUBLIC PROTECTION . . . . . . . . . . . . . . . . .
. 3
VII.
UTILITIES . . . . . . . . . . . . . . . . . . . . .
. 4
VIII.
PIER INSPECTION REPORT AND 1940 CONSTRUCTION PLANS
. 4
IX.
EQUIPMENT ON NEWPORT AND BALBOA OCEAN PIERS. . . .
. 4
X.
WATER . . . . . . . . . . . . . . . . . . . . . . .
. 4
XI.
HARBOR WORKERS' AND LONGSHOREMEN'S INSURANCE . . .
. 4
XII.
CONSTRUCTION DETAILS, ELECTRICAL . . . . . . . . .
. 5
A. Removal of Existing Facilities . . . . . . . .
. 5
B. Laminated Timber Light Standards . . . . . . .
. 5
C. Steel Base for Light Standard. . . . . . . . .
. 6
D. Galvanizing . . . . . . . . . . . . . . . . . .
. 6
E. Luminaires . . . . . . . . . . . . . . . . . .
. 6
F. Fuseholders . . . . . . . . . . . . . . . . . .
. 6
G. Conduit, Fittings, and Conductors. . . . . . .
. 6
H. Bird Control . . . . . . . . . . . . . . . . .
. 7
XIII.
CONSTRUCTION DETAILS, STRUCTURAL . . . . . . . . .
. 7
A. Replacement, Repair, and Removal . . . . . . .
. 7
B. Stringer Replacement Alternative . . . . . . .
. 9
C. Wood Preservatives . . . . . . . . . . . . . .
. 9
D. Polyethylene Wrap . . . . . . . . . . . . . . .
. 9
E. Jetting and Driving Piles. . . . . . . . . . .
.11
F. Fitting . . . . . . . . . . . . . . . . . . . .
.12
G. Timber Piling . . . . . . . . . . . . . . . . .
.13
H. Miscellaneous Repairs . . . . . . . . . . . . .
.13
1"""""f I
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
0
SP 1 of 13
SPECIAL PROVISIONS
i- No. 19111 i~
NEWPORT PIER AND BALBOA PIER REPAIRV
AND ELECTRICAL REPLACEMENTS
1992 -93
CONTRACT NO. 2877
SCOPE OF WORK
The work under this contract consists of furnishing all
labor, equipment, transportation, material necessary to
complete timber pile replacement; miscellaneous
repairs; removing and disposing of the existing conduit
and conductors; installing new timber lighting
standards, luminaries, conduit and conductors; and re-
connecting the new conductors. The work to be done
under an additional item of work consists of the
removal and disposal of the existing luminaries and the
installation of new luminaries on existing poles on the
Newport Ocean Piers.
The contract requires the completion of all the work in
accordance with these Special Provisions, the Plans
(Drawing No. E- 5040 -5 and H- 5144 -5), the City's
Standard Special Provisions and Standard Drawings for
Public Works Construction, 1991 Edition; the Standard
Specifications for Public Works Construction, 1991
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 #16 (WCLIB), current
edition.
Copies of the Standard Special Provisions and Standard
Drawings may be purchased at the Public Works
Department for Ten Dollars ($10.00). Copies of the
Standard Specifications may be purchased from Building
News, Inc., 3055 Overland Avenue, Los Angeles,
California 90034, telephone (213) 202 -7775.
1 =
0
0
SP 2 of 13
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. COMPLETION, SCHEDULE AND PROSECUTION OF THE WORK
The Contractor shall complete all pier lighting and
electrical work on this contract within ninety
consecutive calendar day after award (scheduled for
April 26, 1993) and complete all pier structural work
from September 13, 1993 to October 29, 1993. The
Contractor is solely responsible for ordering and
receiving materials to complete pier lighting and
electrical work and pier structural work within the
dates specified above. Equipment, materials, etc. may
not be stockpiled on the piers.
Hours of work shall be 7:00 A.M. - 6:30 P.M. during
the weekdays. No work shall be done during weekends
and holidays. "Holidays" shall be defined as Memorial
Day (May 31st), Independence Day (July 5th), and Labor
Day (September 6th).
The Contractor shall submit a construction schedule to
the Engineer for approval a minimum of five (5) working
days prior to commencing any work. No work shall begin
until a written schedule of work has been approved by
the Engineer.
The Contractor shall schedule his work to allow the
existing lights to remain in service each night.
Commencing on July 27, 1993 for pier lighting and
electrical work and on October 30, 1993 for pier
structural work, the Contractor shall pay to the City,
or have withheld from monies due the Contractor, the
daily sum of $500.00 in lieu of the daily sum of
$250.00 specified in Section 6 -9 of the Standard
Specification (including Saturdays, Sundays and
holidays) for liquidated damages.
The intent of this section of the Special Provisions is
to emphasize to the Contractor the importance of
prosecuting the work in an orderly and preplanned
manner so as to minimize inconvenience and exposure of
to the public to the Contractor's work.
0 W
VA
VI
r-1
u
E
SP 3 of 13
Upon completion of the project, the Contractor shall
provide "As- Built" correction upon a copy of the plans.
The "As- Built" correction plans shall be verified by
the City prior to final payment.
PAYMENT
The unit or lump sum bid for each item of work shown on
the proposal shall be considered as full compensation
for labor, equipment, materials, and all other things
necessary to complete the work in place, and no
additional allowance will be made therefor.
Partial payments for "Mobilization and Traffic Control"
shall be made in accordance with section 10264 of the
California Public Contract Code.
Payment for pile replacement shall include 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).
TRAFFIC CONTROL
Prior to beginning work on the piers, the Contractor
shall submit to the Engineer for his approval 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,
materials, etc. may be stockpiled on the piers.
PUBLIC PROTECTION
The Contractor shall comply with the following
requirements as pertains to public safety during
construction on the piers.
1. Passage of emergency vehicles shall not be blocked
from traversing the length of the pier.
2. Any vehicles necessitating travel in reverse shall
have, with or without a backing alarm, a walking
guide or flagman.
3. All removals shall be cleared from the piers each
day and the area left free and safe for vehicular
and pedestrian travel.
s� =,
VII
VIII
001
V7
0 0
SP 4 of 13
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 to
the Engineer for approval showing methods, material,
and sequences of operation for maintaining utility
services. Electrical splices shall be made only in
pull boxes.
PIER INSPECTION REPORT AND 1940 CONSTRUCTION PLANS
A field inspection of the piers was completed during
June of 1992. The inspection report and the 1940
construction plans for Newport Pier (H- 4957 -5) and
Balboa Pier (H- 4958 -5) are available for review at the
Public Works Department.
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 operate or park equipment on
the piers which will be used that day.
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.
XI. 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.
• •
SP 5 of 13
XII. CONSTRUCTION DETAILS, ELECTRICAL
A. Removal of Existing Facilities
The Contractor shall remove and dispose of all
existing conduit and conductors as shown on the
plans. This work shall include removal of all
fasteners and other appurtenances supporting the
removed items.
Payment for the removal and disposal of the
existing facilities shall be made at the contract
lump sum price regardless of the conduit diameter
and the number of conductors within the conduit.
1. Salvage
If the contract is awarded to include the
additional bid item, the existing luminaries
complete with the mounting arms shall be
salvaged and delivered to the City's
Utilities Yard at 949 West 16th Street. The
Contractor shall be responsible for
protecting all salvaged material against
damage until it is delivered at the City
Yard.
B. Laminated Timber Light Standards
The Contractor shall furnish and install timber
light standards in accordance with the following:
1. Light standards shall be Timber Wood No. 20P4
as manufactured by J.H. Baxter. Manufacture
and treatment shall be as described in the
Baxter Publication dated 11/83.
2. A black aluminum cap shall be installed on
the top of each light standard.
C. Steel Base for Light Standards
The steel used to fabricate the light standard
bases shall conform to ASTM designation A36 and
shall be galvanized as noted below. High strength
bolts shall be used for attaching the base to the
pile cap.
V"
0 6
SP 6 of 13
D. Galvanizing
All steel shapes shown on the plans shall be hot
double- dipped galvanized after fabrication in
accordance with ASTM 123 -73. All welded areas
shall be thoroughly cleaned prior to galvanizing
to remove all slag or other material that would
interfere with adherence of the zinc. All steel
hardware, bolts and nuts shall be hot - dipped
galvanized in accordance with ASTM A 153 -73.
E. Luminaires
The Contractor shall furnish and install the
luminaires and arms on the new poles and, if the
additional bid item is awarded, on the existing
poles as shown on the plans.
The luminaires shall be Holophane "Parkpack ",
Catalog Number PARK 100HP 24HAWHA -PR mounted on
PARK BA4 WH arms. They shall be equipped with loo
Watt high pressure sodium lamps and an integrally
attached photo electric cell, with photocell prism
oriented to north.
F. Fuseholders
Double fuseholders, Tron #HEX -AA or approved
equal, shall be installed in the luminaire
housing. The fuseholders shall be furnished with
5 amp fuses.
G. Conduit, Fittings, and Conductors
1. Conduit and Fittings
The conduit shall be of the sizes and placed
as noted on the plans. Conduit shall be
Schedule 80, UL Listed, and formulated for
direct UV exposure such as Carlon Plus 80.
PVC junction boxes (6" x 6" x 611) shall be
Carlon E989RRR, with E996D or E adaptors.
Expansion couplings shall be Carlon E945D (or
E), or approved equal, and shall be installed
in strict conformance with the manufacturers
recommendations at the locations shown on the
plans. The barrel anchor shall be either PVC
or 18 -8, 16 ga. stainless strap.
l'—"'i
0080
0
0
SP 7 of 13
Conduit wall hangers shall be Carlon E978DC
(or EC), or approved equal, spaced at no more
than 3 feet. Attachment shall be by means of
pan head stainless steel sheet metal screws
of the lengths and sizes shown on the plans.
Rigid connections shall be PVC clamps Carlon
E977DC or EC.
2. Conductors
Insulated conductors shall be stranded copper
conforming to the AWG wire size shown on the
drawings. Within a conduit, the insulation
of each conductor shall be a different solid
color. The bare ground wire in each power
conduit shall be solid copper, No. 8 AWG.
The anemometer cable shall be 4 - #22 shielded.
The water temperature cable shall be 2 - #22
shielded.
H. Bird Control
Bird control strips shall be applied to the tops
of poles, arms and luminaires as shown on the
plans. The strips shall be Nixalite Pigeon and
Seagull Control, #L53, as manufactured by Nixalite
of America, (309) 755 -8771. Attachment of the
strips shall be by means of a bead of silicone
sealant, G.E. #5000, or equal.
CONSTRUCTION DETAILS. STRUCTURAL
A. Replacement, Repair, and Removal
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
removed salvageable.material shall be the City's
property.
a =
• •
SP 8 of 13
The existing 3'h 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 20# asphalt saturated
felt.
The epoxy resin adhesive and method of application
when bonding all new concrete to existing concrete
shall be in accordance with Section 95 -2.03 of the
Caltrans Standard Specifications. Epoxy
manufacture's literature shall be submitted to the
Engineer for approval.
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.l" rough -cut Douglas fir in conformance
with WCLIB Rule #16 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.
0 0
SP 9 of 13
Hardware replacement costs shall be included in
the unit prices for various bid items. 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. 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. In addition, all damaged stringers with
dry rot shall be replaced.
C. Wood Preservatives
Timber repairs (per Work Schedule) and pile
replacements shall be prewrapped with 0.15" min.
thickness polyethylene wrap and dual treated with
(1) creosote or creosote coal tar solution and (2)
ammoniacal copper arsenate (ACA) or chromated
copper arsenate (CCA) prior to construction.
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.
D. Polyethylene Wrap
The Contractor shall prewrap all preservative
treated pile replacements with pre -cut, pre -
drilled, and pre- fabricated high density
polyethylene wrap prior to pile installation.
R' '!
0 0
SP 10 of 13
The polyethylene wrap shall be formulated to
provide maximum resistance to long -term exposure
to marine organisms, rot, and decay of timber
piles. The polyethylene wrap shall be black in
color, smooth, free of wrinkles, pinholes and
other irregularities.
Materials
a. Polyethylene Wrap
The polyethylene wrap shall be 0.15"
min. thickness Poly-pipe 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 with a minimum head
thickness of 0.05 inch, and have a
minimum length of 4 inches.
C. Foam Seals
The foam seals shall be polyurethane
foam (1/21, X 2 ") with an adhesive
backing strip on one side only as
manufactured by Tunnel Manufacturing,
Inc. or approved equal.
Surface Preparation
Polyethylene - wrapped piles shall first be
creosote treated per Section XIII.0 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 -64.
E
0
Installation
0
The polyethylene wrap shall b
manufacturer's specifications
polyethylene wrap shall be 14
16 inch diameters for 14 inch
and 18 inch diameters for 16
piles.
SP 11 of 13
e installed per
Portions of
feet long with
diameter piles
inch diameter
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 feet 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.
Jetting and Driving Piles
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.
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
SP 12 of 13
replaced if it has been damaged, split,
highly compressed, charred or burned, or has
become spongy or deteriorated in any manner.
Under no circumstances will the use of small
wood blocks, wood chips, rope or other
material permitting excessive loss of hammer
energy be permitted.
3. 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.
F. 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.
G
• 0
SP 13 of 13
Timber Piling
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.
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 from the butt
end and 12 inch from the tip end.
H. Miscellaneous Repairs
The "Miscellaneous Repairs" item
the attached "WORK SCHEDULE" for
Balboa Pier. The work shall be
as the original construction.
is listed under
Newport Pier and
in the same manner
BENT NO
2
6
6 -7
10
10
13
15
16
18
18
18
•
WORK SCHEDULE
NEWPORT PIER - MISCELLANEOUS REPAIRS
PILE NO. WORK DESCRIPTION
REMARKS
4 Replace ex. P.C.C. curb along 18" length of
the edge of pier on the east spalling
side per "Curb Repair Detail ".
1 -2 On concrete decking, fill 6" X S p a 1 1 i n g on
6" X 3/4" deep spalling located s u r f a c e o f
5 feet from west side of pier concrete decking
and 3 feet north of Bent No.6
with epoxy cement compound.
1
Replace ex. P.C.C. curb along
12" length of
the edge of pier on the west
spalling
side per "Curb Repair Detail ".
2 -3
Seal 10' long crack at center
of pier
4
Replace ex. P.C.C. curb along
4" X 3" spalling
the edge of pier on the east
along curb
side per "Curb Repair Detail ".
1
Replace ex. P.C.C. curb along
6" X 5" spalling
the edge of pier on the west
along curb
side per "Curb Repair Detail ".
4
Replace ex. P.C.C. curb along
12" length of
the edge of pier on the east
spalling
side per "Curb Repair Detail ".
4
Replace ex. P.C.C. curb along
18" length of
the edge of pier on the east
spalling
side per "Curb Repair Detail ".
4
Replace ex. P.C.C. curb along
6" X 6" spalling
the edge of pier on the east
along curb
side per "Curb Repair Detail ".
2 -3
Grind 1/2" vertical deflection
The center slab
flush with adjacent ex. P.C.C.
joint is offset
slab in a 1/2" by 1' wide
vertically
tapering wedge.
4
Remove ex. vertical bolt
Due to lack of
connecting east edge stringer
threaded length on
to cap and replace with a new
the bolt, missing
longer bolt.
a washer and the
connection is
loose
I� bNOMEW �I
BENT NO. PILE NO. WORK DESCRIPTION REMARKS
19 1 & 4 Remove ex. vertical bolts Due to lack of
connecting west and east edge threaded length on
stringer to cap and replace the bolts, miss a
with a new longer bolts. washer and the
connection is
loose
19 4 Replace
ex. P.C.C. curb along
6" X
6" spalling
the edge
of pier on the east
along
curb
side per
"Curb Repair Detail ".
slab in a 1" by 2' wide
vertically
19 -21 2 -3 Grind 3/4"
vertical deflection
The
center slab
flush with
adjacent ex. P.C.C.
joint
is offset
slab in
a 3/4" by 1.5' wide
vertically
hole to prevent
tapering
wedge.
of the pile cap
from dry rot
21 1 Replace
ex. P.C.C. curb along
6" X
4" spalling
the edge
of pier on the west
along
curb
side per
"Curb Repair Detail ".
side per "Curb Repair Detail ".
21 4 Remove ex. vertical bolt Due to lack of
connecting east edge stringer threaded length on
to cap and replace with a new the bolt, missing
longer bolt. a washer and the
connection is
loose
22
2 -3
Grind 1" vertical deflection
The center slab
flush with adjacent ex. P.C.C.
joint is offset
slab in a 1" by 2' wide
vertically
tapering wedge.
23
1
Clean and plug ex. 3/4"
Clean and plug
vertical hole at the west end
hole to prevent
of the pile cap
from dry rot
23
1
Replace ex. P.C.C. curb along
3" X 3" spalling
the edge of pier on the west
along curb
side per "Curb Repair Detail ".
25
1
Replace ex. P.C.C. curb along
4" X 4" spalling
the edge of pier on the west
along curb
side per "Curb Repair Detail ".
28
1 -2
On concrete decking, fill 6" X
S p a 1 1 i n g on
3" X 3/4" deep spalling located
s u r f a c e o f
3 feet from west side of pier.
concrete decking
30
3
Grind 3/4" vertical deflection
The center slab
flush with adjacent ex. P.C.C.
joint is offset
slab in a 3/4" by 1.5, wide
vertically
tapering wedge.
BENT NO. PILE NO. WORK DESCRIPTION REMARKS
40 3 On concrete decking, fill 6" X S p a 1 1 i n g on
3" X 1/2" deep spalling located s u r f a c e o f
at center of pier. concrete decking
50 -51 1 -18 Clean off all marine growth Piles installed in
1987 between
existing piles has
insufficient
spacing between
piles
52 -53 Tighten horizontal cross brace Ex. bolt is loose
bolt between bent #51 at pile
No.l.
WORK SCHEDULE
BALBOA PIER - MISCELLANEOUS REPAIRS
22 -23 6 Replace ex. P.C.C. curb along
12" length of
the edge of pier, 6' south of
spalling
Bent No. 22 on the east side per
"Curb Repair Detail ".
24 -25 1 Replace ex. P.C.C. curb along
18" length of
the edge of pier on the west
spalling
side per "Curb Repair Detail ".
28 1 Replace ex. P.C.C. curb along
12" length of
the edge of pier on the west
spalling
side per "Curb Repair Detail ".
WORK SCHEDULE
NEWPORT PIER
BENT NO.
PILE NO.
WORK DESCRIPTION
REMARKS
11
4
Replace ex. hairpin; including
Ex. hairpin is
hardware per "Typical Pile
broken
Connection Detail".
14
3
Install shim
Ex. pile has 50%
bearing at cap
with 3/8" gap
17
1
Install shim between pile and
Ex. pile is 1" low
cap.
19
4
Install shim between pile and
Ex. pile is 2" low
cap.
20
2
Cut and install shim between
Ex. pile is 1 -1/2"
pile and cap.
high
22
1
Install shim between pile and
Ex. pile is 2" low
cap.
24
2 -3
Drill hole through ex. P.C.C.
Low spot causes
slab and install drain per
water drainage on
"Typical Drainage Detail ".
center of cap
28
2
Remove ex. pile and replace
Ex. pile has
with new pile, hardware per
s p 1 i t e d and
"Typical Pile Connection
deteriorated 20%
Detail ".
at tidal area,
length = 50'
dia. = 14"
29 -30
1 -5
Replace 4" X 8" X 32'long flat
Ex. flat diagonal
diagonal bracing, located
bracing has 1/2" X
directly beneath the deck.
6 foot long crack
33
4
Remove ex. pile and replace
Ex. pile has
with new pile, hardware per
splited and 90 °6
"Typical Pile Connection
hollow at tidal
Detail ".
area,
length = 55'
dia. = 14"
35
3 & 4
Replace ex. hairpins; including
Ex. hairpin are in
hardware per "Typical Pile
poor condition due
Connection Detail".
to corrosion
1.
0 0
BENT NO. PILE NO. WORK DESCRIPTION
37
W
39
41
41
43
44
46
ULA
M
REMARKS
3
Remove ex. pile and replace
Ex. pile has
hardware per "Typical Pile
with new
pile, hardware per
s p 1 i t e d and
to corrosion
"Typical
Pile Connection
deteriorated 306
in
Detail ".
poor condition
at tidal area,
Connection Detail".
to corrosion
length = 58'
Ex. pile
has
with new pile, hardware per
dia. = 14"
1
Remove ex.
pile and replace
Ex. pile has holes
Detail ".
with new
pile, hardware per
and deteriorated
length = 69'
"Typical
Pile Connection
3016 at tidal area,
Detail ".
Ex. hairpin is
length = 60'
hardware per "Typical Pile
poor condition
due
dia. = 14"
1 & 4
Replace ex.
hairpins; including
Ex. hairpins are
is
hardware
per "Typical Pile
poor condition due
at this pile, with
Connection
Detail".
to corrosion
5
Replace ex.
hairpin; including
Ex. hairpin is in
hardware
per "Typical Pile
poor condition due
Connection
Detail".
to corrosion
Replace 2 each 4" X 16" X 22' Ex. stringers
S1E stringers. No.10 and No.11
has excessive dry
rot
3 Replace ex. hairpin; including
Ex. hairpin is
in
hardware per "Typical Pile
poor condition
due
Connection Detail".
to corrosion
3 Replace ex. hairpin; including
Ex. hairpin is
in
hardware per "Typical Pile
poor condition
due
Connection Detail".
to corrosion
1 Remove ex. pile and replace
Ex. pile
has
with new pile, hardware per
splited and
20%
"Typical Pile Connection
hollow at tidal
Detail ".
area,
length = 69'
dia. = 16"
3 Replace ex. hairpin; including
Ex. hairpin is
in
hardware per "Typical Pile
poor condition
due
Connection Detail ".
to corrosion
5 Replace 12" X 12" X 62' long
Ex. cap
is
including hardware per "Typical
deflecting upward
Cap Splice Detail" at pile
at this pile, with
No.S.
apparent 3516
dry
rot
a .
..r I 1 • •
BENT NO. PILE NO. WORK DESCRIPTION
48
nNIEV
CRl
J9
52
52
52
53
REMARKS
8
Remove ex. pile and replace
Ex. pile has holes
with new pile, hardware per
and deteriorated
"Typical Pile Connection
25 °s at mud line,
Detail ".
length = 72'
dia. = 16"
E/S
Remove ex. pile and replace
Ex. fender pile
with new pile, hardware per
has broken off
"Typical Pile Connection
above mud line,
Detail ". In addition, install
length = 72'
wooden bumper unit supplied by
dia. = 16"
the Marine Dept., contact Ray
Garver at (714) 644 -3044.
1
Replace ex. hairpin; including
Ex. hairpin is in
hardware per "Typical Pile
poor condition due
Connection Detail".
to corrosion
1 & 11
Replace ex. hairpins; including
Ex. hairpin are in
hardware per "Typical Pile
poor condition due
Connection Detail".
to corrosion
4
Replace ex. hairpin; including
Ex. hairpin is in
hardware per "Typical Pile
poor condition due
Connection Detail".
to corrosion
6
Install hairpin; including
Missing hairpin
hardware per "Typical Pile
Connection Detail".
6
Drill hole through ex. P.C.C.
Water is seeping
slab and install drain per
through the deck
"Typical Drainage Detail ".
saturating the
stringer in shore
at pile No.6
2 & 4
Replace ex. hairpins; including
Ex. hairpin are in
hardware per "Typical Pile
poor condition due
Connection Detail".
to corrosion
-.,I „ • •
WORK SCHEDULE
10AR- 10NM40:414
BENT NO.
PILE NO. WORK DESCRIPTION
REMARKS
11
3 Replace ex. hairpin; including
Ex. hairpin is
in
hardware per "Typical Pile
poor condition
due
Connection Detail ".
to corrosion
13
2 Replace ex. hairpin; including
Ex. hairpin is
in
hardware per "Typical Pile
poor condition
due
Connection Detail".
to corrosion
14
2 & 3 Replace ex. hairpins; including
Ex. hairpin are in
hardware per "Typical Pile
poor condition
due
Connection Detail ".
to corrosion
15
3 & 4 Replace ex. hairpins; including
Ex. hairpin are in
hardware per "Typical Pile
poor condition
due
Connection Detail".
to corrosion
16
1,2,3,4 Replace ex. hairpins; including
Ex. hairpin are in
hardware per "Typical Pile
poor condition
due
Connection Detail".
to corrosion
17
1,2,3 Replace ex. hairpins; including
Ex. hairpin are in
hardware per "Typical Pile
poor condition
due
Connection Detail".
to corrosion
18
2 Remove ex. pile and replace
Ex. pile
has
with new pile, hardware per
deteriorated,
and
"Typical Pile Connection
is 301 hollow
at
Detail ".
mud line,
length = 47'
dia. = 14"
29
4 Replace ex. hairpin; including
Ex. hairpin is
in
hardware per "Typical Pile
poor condition
due
Connection Detail ".
to corrosion
30
1 & 4 Replace ex. hairpins; including
Ex. hairpin are in
hardware per "Typical Pile
poor condition
due
Connection Detail ".
to corrosion
31
3 Replace ex. hairpin; including
Ex. hairpin is
in
hardware per "Typical Pile
poor condition
due
Connection Detail".
to corrosion
'_` 0 •
BENT NO.
PILE NO.
WORK DESCRIPTION
REMARKS
43
7
Remove ex.
pile
and replace
Ex. pile has split
with new
pile,
hardware per
I and is 20%
"Typical
Pile
Connection
hollow at tidal
Detail ".
area,
length = 72'
dia. = 16"
44 -45
2
Replace
4"
X 8" X
Ex. longitudinal
24' longitudinal diagonal brace.
diagonal brace at
pile No.2 has
broken bolts,
fallen, and
resting on the
t r a n s v e r s e
diagonal brace at
bent No.44
44 -45
6
Replace
4"
X 8" X
Ex. longitudinal
24 longitudinal diagonal brace.
diagonal brace at
pile No.6 is
broken with 90%
missing
45
2
Remove ex.
pile
and replace
Ex. pile has
with new
pile,
hardware per
deteriorated 25%
"Typical
Pile
Connection
at mud line,
Detail ".
length = 75'
dia. = 16"
46
2
Remove ex.
pile
and replace
Ex. pile has 20%
with new
pile,
hardware per
holes at mud line,
"Typical
Pile
Connection
length = 77'
Detail ".
dia. = 16"
46 9 Remove ex. pile and replace Ex. pile has 6' X
with new pile, hardware per 1/4" wide X 6"
"Typical Pile Connection deep split at
Detail ". tidal area and 4'
X 1/4" X 1" deep
split at mud line;
swinging loose and
broken near or
j u s t b e l o w
sandline,
length = 77'
dia. = 16"
47 11 Remove ex. pile and replace Ex. pile has
with new pile, hardware per deteriorated 20006
"Typical Pile Connection at mud line,
Detail ". length = 78'
dia. = 16"
Authorized to Publish Advertisements of all ki udiny public notices by
Decree of the Superior court of Orange County omfa, Number A-6214,
September 29, 1961, and A -24831 June 11, 1
STATE OF CALIFORNIA
County of Orange
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 parry to
or interested in the below entitled matter. I
am a principal clerk of the NEWPORT
BEACH -COSTA MESA 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 on the
following dates:
March 25, 30, 1993
•
PUBLIC NOTICE . i
the 14th day of April,
at which time such
shall be ooened and
Approved .by the f
Cowell this 22 day
March, 1991
Wanda E. -Ragg
City Clerk
Preapectivd bidders r
'oMaln.one sus
of 1131d do
menb'at no cost 'at the
lice of the .Public We
ilevard, P.O. Box 1768,
vport Beach, CA 92859
,a-
11 .further' Infonnailon,
Gllbert Wong (Props
eager) at 644-3311.,',. .
ubllshed Newport
mh- Coatp, VD
those wy
It 30.1993.
T
I declare, under penalty of perjury, that the
foregoing is true and correct.
Executed on March 30 ,199
at Costa M sa, California
Signature
PROOF OF PUBLICATION
•
MAR 2 21993
March 22, 1993
CITY COUNCIL AGENDA
ITEM NO. 17
TO: Mayor and Members of the City Council
FROM: Public Works Department
SUBJECT: NEWPORT PIER AND BALBOA PIER REPAIR AND ELECTRICAL
SYSTEM REPLACEMENTS (C -2877)
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids to
be opened at 11:00 A.M. on April 14, 1993.
DISCUSSION:
This project provides for the replacement and repair of
deteriorated pile, structural members, miscellaneous connections,
• conduit, conductors and lighting on the Newport and Balboa Piers.
An additional bid item provides for luminaire replacements on
Newport Pier only.
The estimated cost of the work is $165,000 without
luminaire replacements and $172,000 with luminaire replacements.
Funds in the amount of $140,000 are appropriated in the current
budget for 1) Newport Pier and Balboa Pier repairs, 2) Newport
and Balboa Piers conduit replacement, and 3) Newport Pier
lighting. If needed to award the project, the additional bid
item (luminaire replacement) will be eliminated from the contract
and /or additional funds will be requested from other accounts.
The contract provides that pier lighting and electrical
work be performed within 90 calendar days after award, and that
structural work be deferred until September 13th. Staff feels
that the lighting and electrical work should not be delayed,
whereas structural work, which may discourage some public use of
the piers, should be delayed.
Plans and specifications for the project were prepared
• by the Public Works Department and per the recommendations
contained in Don Hellmers Engineering's structural report of
June, 1993. The estimated date of completion of all work is
Oc ober 30, 1993.
` f 4�
Benjamin B. Nolan
Public Works Director
G ,�1.