Loading...
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.