Loading...
HomeMy WebLinkAboutC-2889 - Lido Park Bulkhead ReplacementCITY OF NEWPORT BEACH October 21, 1993 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" St. Wilmington, CA 90744 subject: Surety: Great American Insurance Company Bond No.: 7 27 99 67 Contract No.: C -2889 Project: Lido Park Bulkhead Replacement The City Council of Newport Beach on September 13, 1993, accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice has been recorded in accordance with applicable portions of the Civil Code. The Notice was recorded by the Orange County Recorder on September 30, 1993, Reference No. 93- 0663296. Sincerely, Wanda E. Raggio� City Clerk WER:pm cc: Public Works Department 3300 Newport Boulevard, Newport Beach 0 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: RECEIVED OCT 21 1993 City Clerk /� CITY CLERK City rt Beach NEWPORT BEACH Newport Beach, CAe92663 UOC # 93-0663296 30 —SEP -1993 02 :i9 �FM Recorded in Official Records of Orange County, California Lee R. Brach, County Recorder Page I of 1 fees: $ 0.:-0 Tax: i 0.00 "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" St., Wilmington, CA 90744 as Contractor, entered into a Contract on March 10, 1993 Said Contract set forth certain improvements, as follows: Lido Park Bulkhead Replacement (C -2889) - located in the City of Newport Beach, County of Orange Work on said Contract was completed on June 28, 1993 and was found to be acceptable on September 13, 1993 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 / �44 Pi is ores irec or City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to th Executed on �l at �F- .7 • CITY OF h:E"'r .. FSEP 1 3 1993 41 September 13, 1993 CITY COUNCIL AGENDA ITEM NO. a TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: ACCEPTANCE OF LIDO PARK BULKHEAD REPLACEMENT (C -2889) 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. DISCUSSION: The contract for the replacement of the Lido Park bulkhead has been completed to the satisfaction of the Public Works Department. The bid price was $271,971.00 Amount of unit price items constructed 271,971.00 Amount of change orders None Total contract cost $271,971.00 Funds for the project were budgeted in the General Fund, Account No. 7013 - 98301004. The contractor is John L. Meek Construction Co., Inc. of Long Beach. The contract date of completion was May 28, 1993. To accommodate the private work at 601 Lido Park Drive, the date of completion was extended to June 28, 1993. The work was completed by that date. 61e ')Z Benjamin B. Nolan Public Works Director PD \so CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 CA�'f�� TO: FINANCE DIRECTOR FROM: CITY CLERK DATE: March 10, 1993 SUBJECT: Contract No. C -2889 Description of Contract Lido Park Bulkhead Replacement Effective date of Contract March 10, 1993 Authorized by Minute Action, approved on January 25. 1993 Contract with John L. Meek Construction Co., Inc. Address 1032 West "C" Street Wilmington, CA 90744 Amount of Contract $271.971.00 " s Wanda E. Raggio City.Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach • • • January 25, 1993 CITY COUNCIL AGENDA ITEM NO. 2 TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: LIDO PARK BULKHEAD REPLACEMENT (C -2889) RECOMMENDATIONS: CGw JAN 2 5 1. Approve budget amendments to transfer the Harbor Street End Improvement Program and a portion of the Newport Island Street and Alley Replacement accounts into the Lido Park Bulkhead Replacement account. 2. Award Contract No. 2889 to John L. Meek Construction Co. Inc., for the total bid price of $271,971.00 and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 A.M. on January 12, 1993 the City Clerk opened and read the following bids for this project: BIDDER TOTAL BID PRICE Low John L. Meek Construction Co., Inc. $271,971.00 2. Wakeham- Baker, Inc. 289,289.00 3. Connolly - Pacific Co. 344,975.00 4. Healy Tibbitts Builders, Inc. 370,860.00 The low total bid price is 9% above the Engineer's Estimate of $250,000. The low bidder, John L. Meek Construction Co. Inc., is a well - qualified general engineering contractor who has satisfactorily completed previous contract work for the City. This contract provides for the replacement of a partially collapsed bulkhead which supports the southerly edge of Lido Park and extends from the 601 Lido Park Drive condominiums to the southwesterly wing wall of the Lido Isle bridge (see attached Exhibit "A"). The contract includes the removal and reconstruction of Lido Park site improvements adjacent to the collapsed bulkhead to • Subject: Lido Park January 25, 1993 Page 2 0 Bulkhead Replacement (C -2889) 1) permit reconstruction of the bulkhead, and 2) replace damaged park site improvements. The work will also include importing sand to be placed in the adjacent boat slip area to buttress the new bulkhead. This imported sand will be graded to approximate sand line contours that were provided in the design of the previous bulkhead, and will decrease water depth in the slips adjacent to the bulkhead as compared to that of recent years. The Lido Park Homeowner's Association will be required to temporarily relocate a portion or all of their docks so that the City can reconstruct the bulkhead and regrade sand line contours to the face of the new bulkhead. The Association has been notified that the cost of said relocation is the responsibility of the Association, and that water depths in their boat slips will be decreased. Funds to award this contract are proposed from the following appropriations: Description Lido Park Bulkhead Replacement Harbor Street End Improvement Program Newport Island Street and Alley Repl. • Account No. Amount 7013 - 98301004 $219,000 • 7015 - 98280001 50,000 7013 - 98313010 20,000 Budget amendments to transfer the amounts needed to award the contract and to provide for contingency have peen prepared for Council consideration. The $20,000 Newport Island transfer is recommended since, upon award of that contract (also at this Council meeting) and providing for its contingency, ample funds will remain for the Lido Park bulkhead contingency. The $50,000 Harbor Street End transfer is recommended since the appropriation is designated for work similar to that contained in the Lido Park bulkhead contract. Plans and specifications for the project were prepared by the civil engineering firm of Richard K. Shogren and Associates and the landscape architecture firm of Fennell and Associates. The contract specifies that all work be completed within 61 calendar days after the commencement of work onsite, or by pril 30, 1993, whichever occurs first. i Benjamin B. Nolan Public Works Director LD:so Attachment • • �Y 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.man the 12thday of January , issi., at whit time such bids shall -be opened and read for LIDO PARK BULKHEAD REPLACEMENT Title of Project C -2889 Contract No. $250,000 gineer s_Estimate I� E5 i this pj %v% y f %JJ% &g� 1992. i 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, 3308 Newport Boulevard, P. 0. Box 1768, Newport Beach, CH 92659 -1768. For further information, call Lloyd Dalton at 644 -3311. Project Manager 0 PR 1.1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL LIDO PARK BULKHEAD REPLACEMENT CONTRACT NO. 2889 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, CA 92659 -1768 Gentlemen: The undersigned declares that he has carefully examined the location of the work, read the Instructions to Bidders and examined the Plans and Special Provisions; that he hereby proposes to furnish all materials and do all the work required to complete Contract No. 2889 in accordance with the Plans and Special Provisions; and that he will take in full payment therefor the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum 2. Lump Sum 3. Lump Sum Mobilization @ Ten Thousand Nine Dollars Hundred Fifty and Nn Cents $10,950.00 Per Lump Sum Traffic Control and Access @ Thirty Five Hirndrad Dollars and Nn Cents $ 3,500.00 Per Lump Sum Sheet File Cofferdam (Shoring) @_FJ nrt) -Sayan Thnucand Dollars Nine Hundred and Nn Cents $47,900.00 Per Lump Sum A 0 ITEM QUANTITY ITEM DESCRIPTION AND NO. AND UNIT UNIT PRICE WRITTEN IN WORDS 0 4. Lump Sum Demolition, Clearing and Disposal UNIT PRICE PR 1.2 TOTAL PRICE @ Thirty -Two Thousand Dollars Four Hundred and No Cents $32,400.00 Per Lump Sum 5. 12 Bulkhead Panel (23 Ft.) Each @ Two Thousand Two Dollars Hundred Eighty and No Cents $2.280.00727.360.00 Per Each 6. 7 Bulkhead Panel (27 Ft.) Each @ Two Thousand Six Dollars Hundred Seventy and No Cents $2.670.00$18.690.00 Per Each 7. 7 Bulkhead Panel (29 Ft.) Each @ Two Thousand Nine Dollars Hundred Eighty -Five and No Cents $2.985.0020.895.00 Per Each 8. Lump Sum End Closure Piece @ Thirty Thousand Two Dollars Hundred Twenty and No Cents $ 3-220.00 Per Lump Sum 9. 108 Coping Lin. Ft. @Two Hundred Dollars and No Cents $ ?00.00$ ?1,600.00 Per Lineal Foot 0 r PR 1.3 ITEM NO. QUANTITY AND UNIT ITEM DESCRIPTION AND UNIT PRICE WRITTEN IN WORDS UNIT TOTAL PRICE PRICE 10. 7 Deadman and Anchor Rod Each @ Three Thousand Three Dollars un re and No Cents $3,300.00$23,100.00 Per Each 11. Lump Sum Dredge and Finish Grade in front of Bulkhead @ Fifteen Thousand Dollars and No Cents $15,000.00 Per Lump Sum 12. Lump Sum Backfill and Finish Grade in back of Bulkhead @ Nine Thousand Eight Dollars Hundred and NO Cents $ 9,800.00 Per Lump Sum 13. 108 Guardrail Lin. Ft. @ Eighty -Two Dollars and No Cents $ 82.00$ 8,856.00 Per Lineal Foot 14. Lump Sum Lido Park Restoration @ Twenty -Eight ThousandDollars Seven Hundred and No Cents $28,700.00 Per Lump Sum 0 E Dollars PR 1.4 and / XV Cents $ 2-/// TOTAL BID PRICE (WORDS) TOTAL BID PRICE (FIGURES) January 11, 1993 John L. Meek Construction Co., Inc. Date Bidder 310 - 830 -6323 's Tel John S. Meek, Presient ed Sionature /Title Class "A ", 163997 1032 West "C" street, Wilmington, CA 90744 Bidder's License Bidder's Address No. S Classification L] INSTRUCTIONS TO BIDDERS Ll 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 9 E Page 2A In accordance with the California Labor Code (Sections 1770 et seg.) , the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). The Contractor 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 Class "A" 163997 Contractor's License No. & Classification John L. Meek Construction Co., Inc. `y 1/11/93 John S. Meek, President Date Authorized Signature /Title 5/91 0 w 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 from the bid for subject State la with pri o Bidder, by signing this des following subcontractors ha the project and that these to the approval of the w. No changes may be ma r approval of the City ignation, certifies that bids ve been used in formulating the subcontractors will be used and in accordance with subcontractors except Beach. Engineer de in these of Newport Subcontract Work Subcontractor 1. R( , 2. l r� /.rc 4. 5. 6. r 7. s. 9. 10. 11. Gz -2.(e4 Address t 12. John L. Meek Construction Co., Inc. .(/ John S. Meek, President Bidder uthorized Signature /Title 5/91 i 0 Page 4 Bond #7 27 95 99 BIDDER'S BOND 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 ($ 10% ) , 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 Lido Park Bulkhead Replacement Contract NO C -2889 (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 mailing 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 31st day of December , 1992. John L. Meek Construction Co., Inc. Bidder (Attach Acknowledgment Of Attorney -In -Fact) Notary Public Commission Expires: 5/91 dent SURETY GREAT AMERICAN INSURANCE By:l)l(Ai lll/IIU1 Q�AANY VICTORIA M CAMPBELL ATTORNEY -IN -FACT certificate of Acknowledgement STATE OF CALIFORNIA County of ORANGE On December 31, 1992 before me, KATHLEEN VIODES personally appeared VICTORIA M CAMPBELL personally known to me to be the person(s) whose name(s) is/m subscribed to the within instrument and acknowledged to me that jWsheloff executed the same ituttis/her /their authorized capacity(fss), and that by A/her /thmv signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. -WITNESS my hand and official seal. 360772.6 -61 r......... ...... .................. .... ...................... .. ......... : ". OF�IrJAL SEAL (Seal) KATHLEEN VIODESi. ;,•�I ­T CRY NUB,IC CALIFORNIA: PB!NCIPAL OFFICE IN ORANGE COUNTY i (__MY.COMMISSION E7(PIRES MAY 4, 1994 0 0 GUM AIVERICA N 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, 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 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. RESOL VED: That the President, the several Vice Presidents and Assistant Vicce Residents, 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 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 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 31st day of December , 1992 S1029M 403/901 0 State of California County of LOS ANGELES 0 NON - COLLUSION AFFIDAVIT ss. Page 5 John S Meek being first duly sworn, deposes and says that he is President of John L Meek Construction Co Inc the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, south by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury that the foregoing is true and correct. John L Meek Construction Co., Inc. President Bidder horized Signature /Title Subscribed and sworn to before me this 1993. Cam/ Notary ublic My Commissio Expires: July 20, 1994 5/91 11th day of January , [SEAL] OFFICIAL NOTARY SEAL STANLEY S. OHN �i Notary PUbk — California LOS ANGELES COUNTY My Com. Explrea JUL 20,1994 E E 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 Richard Shogren and Assoc. Dick Shogren 714- 636 -1620 Work included various Bulkhead repair projects in Newport Beach area 1991 - 1992 Various bulkhead installation projects in the Malibu area for several General contractors. 1992 Chevron San Pedroo and installation of Sheet piling John L. Meek Construction Co., Inc. �� John s. Meek, President Bidder Authorized Signature /Ti— tle 5/91 i 0 Page 7 NOTICE TO SUCCESSFUL BIDDER 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. 5191 'EXECUTED IN QUADRUPLICATE PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, that BOND # 7 27 99 67 PREMIUM: INCLUDED IN THE PERFORMANCE BOND Page 8 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted January 25, 1993 has awarded to ,john I _ Maak f.nnc�trytinn Cn jn� hereinafter designated as the "Principal ", a contract for _ Lido Park Ri4lkhaad RaRlaramont (Contract No. cam) 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. f_ZRRQ and the terms thereof require the furnishing of a bond, prove 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, �ld f' b ��77����nntt��, the ity of Newport Beach in the sum of� '�D HU MI) �Y-WTHU55% NIIV ' �TTNnuFn SF.VRNTV —M ANn NOI,nn - - - -- ollars ($271,971.00 ), 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 12th day of February , 19 93, John L. Meek Construction, Co. Inc. Name of Contractor (Principal) Authorized Signature /Title _J�o�hh S. Meek, President 11V1MJ b Great American Insurance Company V ,- r ' I • Ca_� �jQbX Name of Surety Authorized Agent Sig ature 750 The City Drive South Victoria M. Campbell, Attorney -In -Fact Orange, CA 92668 714- 740 -3287 Address of Surety Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED , 5/91 Certificate of Acknowledgement STATE OF CALIFORNIA County of Oranges On February 12, 1993 before me, Kathleen Viodes, Notary Public personally appeared__ Victoria M. Campbell personally known to me ( to be the pecsono> whose nameX is/* subscribed to the within instrument and acknowledged to me thaMfl JshedtW executed the same in NWher /l iW authorized capacity(*), and that by =her /LO>#i>; signatures on the instrument the person, or the entity upon behalf of which the petso"A) acted, executed the instrument. WITNESS my hand and official seal .. F o, !riAi SEAL KATHLEEN VIDDES Signature a CALF dNIA Seal ) CPrICE IN Cu!APd; E COUNTY ,,_.MY, CONIMISSION. EXPIRES MAY 4. 1994 . 860.691 ....... CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of LOS ANGELES On Feb 18, 1991efore me, Stanley S Ohn DATE NAME, TITLE OF OFFICER - E.G., 'JANE DOE, NOTARY PUBLIC' personally appeared John S Meek NAME(S) OF SIGNER(S) ❑ personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and ac- OFFICIAL NOTARY SEAL STANLEY S. CHIN F(09 Notary Public — Callfomia LOS ANGELES COUNTY My Conan. Expwa JUL 20,1994 THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Though the data requested here is not required by law, it could prevent fraudulent reattachment of this forth. knowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. SIGNATUR F NOTARY OPTI AL SECTION TITLE OR TYPE OF DOCUMENT, No. 5193 OPTIONAL SECTION CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove -i invaluable to persons relying on the document. ' t INDIVIDUAL ' `.i © CORPORATE OFFICER(S)' President y TITLE(S) j PARTNER(S) E] LIMITED GENERAL ❑ ATTORNEY -IN -FACT TRUSTEE(S) GUARDIAN /CONSERVATOR „( OTHER: v j SIGNER IS REPRESENTING' NAME OF PERSON(S) OR ENTRY(IES) John L Meek Construction Co., Inc. NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 01992 NATIONAL NOTARY ASSOCIATION - 8236 Remmet Ave., P.O. Box 7184 - Canoga Park CA 91309.7184 • EXECUTED IN QUADRUPLICATE • BOND # 7 27 99 67 PREMIUM: $3,916.00 Page 9 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted ,January 95 1993 has awarded tO .lnhn I Mac4 fnnc +rnrtinn rn. 1nr_ hereinafter designated as the "Principal ", a contract for Lido Park Bulkhead Replacement (Contract No. C_2889)1n 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. x_2889 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 elGreat LAmerican IInnslulraancce Company as thessumtof eNUNDREDf�t66L Yb THOA&t N11�1B�itDollars ($271,971 0Beach, In said sum being equal to 100 o 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 12th day of February , 1993. John L. Meek Construction Co., Inc Name of Contractor (Principal) Great American Insurance Company ,! Name of Surety 750 The City Drive South Orange, CA 92668 Address of Surety NOTARY 5/91 OF �O" l� orized Signature /Title '0' n S. Meek, President Author zed Agent Sig`g ature Victoria M. Campbell, Attorney -In -Fact 714 - 740 -3287 Telephone AND SURETY XUBT BE ATTACHED a Certificate of Acknowledgement STATE OF CALIFORNIA County of Crane On February 12, 1993 before me, Kathleen Viodes, Notary Public personally appeared Victoria M. Campbell personally known to me ( to be the perso* whose namek isiKe subscribed to the within instrument and acknowledged to me thaOtishe W executed the same in KVfher /ffAk authorized rapacity(*), and that by bWherlt;= signature(A on the instrument the personX, or the entity upon behalf of which the person% acted, executed the instrument. WITNESS myhand d official seal. Signature X71 �� t'L' f/�D (Seat) 3607712 -6691 ...................................... n. I ...... .. I . OFFICIAL SEAL _� ... VtODES� .,::T:AH PUJJC CALFOAN)A: FR;N-IPAL OFFICE IN OiiA64':E COUNTY MY COMMISSION EXPIRES MAY 4, 1994 [ .......... I.... CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of CALIFORNIA 1 County of LOS ANGELES J(l On efore me, Feb 18, 199 Stanley S Ohn DATE NAME, TITLE OF OFFICER - E.G.,'JANE DOE. NOTARY PUBLIC' personally appeared John S Meek NAME(S) OF SIGNER(S) ❑ personally known to me - OR - (x proved to me on the basis of satisfactory evidence Though the data requested here is not required by law, it could prevent fraudulent reattachment of this forth. No. 5193 sisiiiiiiiiiiiii OPTIONAL SECTION insiniisis CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document. E] INDIVIDUAL ® CORPORATE OFFICER(S) President TITLE(S) PARTNER(S) 0 LIMITED E] GENERAL ATTORNEY -IN -FACT TRUSTEE(S) GUARDIAN /CONSERVATOR OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) John L Meek Construction NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE Inc. ®1992 NATIONAL NOTARY ASSOCIATION - 8238 Rammet Ave., P.O. eon 7184 - Canoga Park CA 91309.7184 to be the person(s) whose name(s) is /are subscribed to the within instrument and ac- knowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their SEAL signature(s) on the instrument the person(s), . OHN or the entity upon behalf of which the California amARY person(s) acted, executed the instrument. S COUNTY s JUL 20,1994 WITNESS my hand and official seal. SIGNATYKE OF NOTARY OPIANAL SECTION THIS CERTIFICATE MUST BE ATTACHED TO TITLE OR TYPE OF DOCUMENT THE DOCUMENT DESCRIBED AT RIGHT: Though the data requested here is not required by law, it could prevent fraudulent reattachment of this forth. No. 5193 sisiiiiiiiiiiiii OPTIONAL SECTION insiniisis CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document. E] INDIVIDUAL ® CORPORATE OFFICER(S) President TITLE(S) PARTNER(S) 0 LIMITED E] GENERAL ATTORNEY -IN -FACT TRUSTEE(S) GUARDIAN /CONSERVATOR OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) John L Meek Construction NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE Inc. ®1992 NATIONAL NOTARY ASSOCIATION - 8238 Rammet Ave., P.O. eon 7184 - Canoga Park CA 91309.7184 0 • 0 . 0 Gt M AIVERICAN 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 tobe signed and attested by its appropriate officers and its corporate seal hereunto affixed this 7th day of August, 19 90 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. RESOL VED: That the President, the several Vice Presidents and Assistant Vice Residents, 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 may be affixed 6v 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 herebv 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 some force and effect as though manually affixed. CERTIFICATION 1, RONALD C. HAY ES, 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 12th day of February , 19 93 S1029M 103/901 ERTiFICAT -E NS R �°�� ;.• COMPANIES AFFORDING COVERAGE Paooucea JARDINE INSURANCE BROKERS LOS ANGELES, IN(' 11835 W. OLYMPIC BLVD., 5th FLOOR COMPANY INSTITUTE OF LONDON UNDERWRITERS A LOS ANGELES, CA 90064 LETTER AND LONDON COMPANIES (310) 444 -3333 COMPANY B LETTER INSURED JOHN L. MEEK CONSTRUCTION COMPANY 1032 WEST "C" STREET COMPANY C WILMINGTON, CA 90744 LETTER OVER '' to ISSUED o s D � E R ooh INDICATED. NOTW THSTANOING ANY REOURIEMENF, TERM OR CONDITION OF ANY CONTRACT CA 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, OCCLUSIONS, AND CONDITIONS OF SUCH POLICIES AND 15 NOT AMENDED, EKTENOEA OR ALTERED BY THIS CERTIFICATE W LIT TYPE OF INSURANCE POLICY NUMBER EFFECTIVE DATE EXPIRATION DATE ALL LIMITS IN THOUSANDS GENERAL LIABILITY GENERAL AGGREGATE S 2,000, ( OCCURENCE BASIS ONLY) A COMMERCIAL BR3019 12/17/9,12/17/9 PROOUCTS/COMPLETEO s 2000 COMPREHENSIVE OPERATIONS AGGREGATE s s ❑ PO�� ECONTRACTORS PERSONAL INJURY S 1,000, ❑ CONTRACTUAL. FOR SPECIFIC CONTRACT ❑ PRODUCTS /OOMPL OPER EACH OCCURANCE $ 1,000, ❑ XCU HAZARDS ❑ BROAD FORM PROP. DAMAGE SO SEVERARIUTY OF INTEREST FIRE DAMAGE 5 , CLAUSE (ANY ONE FIRM ❑ PERSONAL INJURY WITH EMPLOYEE EXCLUSION MEDICAL EXPENSES S S REMOVED (ANY ONE PERSON) MAWNE AUTOMOBILE LIABILITY COMBINED S COMPREHENSIVE SINGLE LIMIT BODILY.INJURY S OWNED (PER PERSON) BOD(LYINJURY. $ HIRED PER ACCIDENT) ❑NON -OWNED '. :rs P1,ROMAPFATY AGE $ EXCESS LIABILITY EACH AGGREGATE UMBRELLA FORM OCCURRENCE OTHER THAN UMBRELLA FORM : S S STATUTORY •'_ WORKERS' COMPENSATION $ EACH ACCIDENT AND $ DISEASE- POLICY LIMIT EMPLOYERS' LIABILITY S DISEASE -EACH EMPLOYEE LONGSHOREMEN'S AND HARBOR '_ WORKERS' COMPENSATION STAMOIRY z h DESCRIPTION OF OPERATIONS/ LOCATIONSNQUCIES /RESTRICTIONS/SPECIAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNE-a-ION WITH THE FOLLOWING CONTRACT: FORM CG000011188 INCLUDING CGL EXTENSION ENDORSEMENT 7/92, $2,500 DEDUCTIBLE EACH CLAIM. LIDO PARK BULKHEAD REPLACEMENT, C -2889 - PROJECT TITLE AND CONTRACT NUMBER CERTIFICAT OLDER r ' A NOEL TION t '0V a .-..._ _V ^5w -:R w`i't?`. x A 5�:... -. s SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON - RENEWED, CITY OF NEWPORT BEACH CANCELLED OR COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE P.O. BOX 1768 COMPANY AFFORDING COVERAGE SHALL PROVIDE 10 DAYS MIN. ADVANCE 3300 NEWPORT BLVD. NO O THE OF N BEACH BY REGISTERED MAIL NEWPORT BEACH, CA 92659 -1768 A P -' AUTHORtZEEIREPIWAWATNE ISSUE DATE Page 11 GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for General Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability arising out of operations performed by or on behalf of the named insureds in connection with the contract designated below or acts and omissions of the additional insureds in connection with its general supervision of such operations. The insurance afforded said 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. 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named 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: 5/91 (x) Commercial ( ) Comprehensive General Liability $ 1,000,000 each occurrence $ 2,000,000 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). 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. 7. Designated Contract: LIDO PARK BULKHEAD REPLACEMENT, C -2889 Project Title and Contract No. This endorsement is effective 02/19/93 at 12:01 a.m. and forms a part of Policy No. ]SR3U19 of INSTITUTE OF LONDON UNDERWRITERS (Company Affording Coverage). LONDON COMPANIES Insured: JOHN L. MEEK CONSTRUCTION COMPANY Endorsement No.: 2NP ISSUING COMPANY By: Authorized Representative 5/91 AGAPRIL CERTIFICATE t)F; KSUEDAT'E(MM /OO /YY) INSUR,ANCE .: ,..FWCDNOItE ... ,_. _. . .........:: ..............: ......... ANDERSON & ANDERSON INS. BRKRS ... CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE 2495 CAMPUS DRIVE POLICIES BELOW. IRVINE, CA 92715 COWPANIES AFFORDING COVERAGE 714 - 476 -4300 WIMP�ANV A Northbrook Property 8: Ca ualt COMPANY LETTER B INSURED John L. Mack Construction Co. 1032 1032 West C Street COMPANY C Wilmington �TMPAANY D CA 90744 COMPANY LETTER E M THIS IS TO CERTIFY THAT THEPOLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOT WITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OROTHER DOCUMENT WITHRESPECT 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 ANO CONDITIONS OF SUCH POLICIES. LIMITS SHOWNMAY HAVE BEEN REDUCED BY PALO CLAMS. W Ln TYPE OF INVARANCE POLIOYNIIMBOI POLgYEAEOTTYE DATE (YW00 /VV) POLIOYOIRMAT DAZE (NM /OD /Vr) LIMIT OQ/FAAL LIABILITY GENERAL AGGRFWTF IT PRODUCTS - LUMP /OP AGG. 1 COMMERCIAL GENERAL LIABILITY 7 CLAIMS MADE ❑ OCCUR. 77 PERSONAL B AUY. INJURY = EACH OCCURRENCE IT OWNER'S B CONTRACTOR'S PROT. FIRE DAMAGE (Any one lirel S MED. EXPENSE (Amy one persm S A AUT*MCNILE LIABILITY ANY AUTO CA0496921 11/23/92 11/23/93 CU181NE0 SINGLE LIMIT S 1000000 BODILY INJURY IPer Pe"") S ALL OWNED AUTOS SCHEIRAEG AUTOS X X BODILY INJURY (Per aCeidelt) B HIRED AUTOS NON -OWNED AUTOS X PROPERTY DAMAGE t GARAGE LIABILITY ESOESSLIABLITY EACH OCCURRENCE r UMBRELLA FORM AGGREGATE r OTHER THAN UMBRELLA FORA Womors COAaN9AiATN1N STATUTORY LIMITS EACH ACCIDENT yy DISEASE- POLICY LIMIT S EMPLOVIEW LIABILITY DISEASE -EACH EMPLOYEE 1 OTHER DESMIPTION Of OPMATWNSULOOATN NIZOVELlCLEWSPEC1AL RIMS Re: Lido Park Bulkhead Replacement C -2889 Automobile Liability Insurance Endorsement attached GERTIRICAtE HOLDER. ? CJUiCELtkT10N 1. SHOLAD ANV OF TFtE ABOVE DESCRIBED POLICIES BE CANCEL LEO BE FORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYSWRIT TENNOTICE TO THECERTIFICA T E HOLDERNAMEOTO THE CITY OF NEWPORT BEACH LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR Public Works Department LIABILITY OF ANV KIND UPON THE COMPANY. ITS AGENTSOR REPRESENT ATIVES. P.O. Box 1768 Newport Beach CA 92659-1769 AUTHOR® REPRESENTATIVE _ �./ 144420000 Attn: Lloyd Dalton, Prof Eng ACORD 2EFSt77saj (/� - �A.CORO CO RPORAf101k;T98k .'.: 11 Page 12 It is aqr that: 1. With es act to such insurance as is afforded by the policy Newport 3each, its for tomobile Liability, the city of insureds, but only with offi rs and employees are additional t to liability for damages arising out of the ownership, rasp main nance or use of automobiles (or autos) used by or on beha' ail of the named insured in connection with the contract extended by this endorsement desi aced below. The insurance d additional insured does not apply to bodily injury or to s prop damage arising out of automobiles (1) owned by or lean regi Bred in the name of an additional insured, orated (3) p by or r addi ted by an additional insured, or onal insured. The insurance afforded said additional insu (s) shall apply as primary insurance and no other I ns nce maintained by the City of Newport Beach shall be call upon to contribute with insurance provided by this 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of liability of the company affording coverage." 3. The limits of liability under this endorsement for the add ional insureds named in Paragraph I. of this endorsement she L be the limits indicated below ;or either Multiple Limits or Lngle Limit: ( ) multiple limits Bodily Injury Liability S per person Bodily Injury Liability S per accident Property Damage Liability $ (X) Combined Single Limit Bodily Injury Liability & Property Damage Liability $_1,000,000 Th limits of liability as stated in this endorsement shall no increase the total liability of the company affording co rage for all damages as the result of any one accident or oc rrence in excess of the limits of liability seated in the po cy as applicable to Automobile Liability Insurance. 5/91 Page 12A 4. Shoul the policy be non - renewed, canceled or coverage reduced befor the expiration date thereof, the Issuing Company shall provi 30 days' advance notice to the City of Newport Beach by re stared mail, attention: Public works Department. 5. Desi ted Contract: Lido Park Bulkhead Replacement, C -2889 Protect Title and Contract No. This endoz#ement is effective january at 12:01 a.m. and forms part of Policy No. CA0496921 o Northbrook Property & Casualty (Company Afffording Coverage). Insured: John L. Meek Construction Co. M3dorsement No.: ISSUING ANY Anderson & Anderson Insurance Brokers, Inc. By: Author ed Reoresentat ve 5/" STATE COMPENSATION INSURANCE FUND 1275 MARKET STREET SAN FRANCISCO, CA 94103 -1410 2 -19 -93 CITY OF NEWPORT BEACH ATTN: LLOYD DALTON 3300 NEWPORT BLVD NEWPORT BEACH CA 92660 a IN REPLY REFER TO: 901801 This is to certify that State Compensation Insurance Fund has issued insurance policy number L &H 901801 to JOHN L. MEEK Effective Date 5 -8 -92 DBA:MEEK CONSTRUCTION 1032 WEST "C" STREET Expiration Date 5 -8 -93 WILMINGTON CA 90744 Policy provides coverage against liability under the United States Longshore & Harborworkers' Compensation Act. Midterm cancellation of policy initiated by State Fund is subject to 30 days notice. Additional endorsements and coverages apply as indicated below THIS IS NOT A CERTIFICATE OF COMPLIANCE Documentation of this coverage should be available from the Department of Labor, Longshore Division, Office of Workers' Compensation Programs, 300 S. Ferry, Room 2525, Terminal Island, California by rURRENT Sincerely Margaret Jones Manager USL &Ii Insurance SCIF 7380 (REV. 2 -86) MAIL ADDRESS: P.O. BOX 807 - SAN go 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." 1/20/93 Date C -2889 Contract Number 5/91 John L. Meek Construction Co., Inc. Name of Contractor (Principal) Autho ed Signature and Title Jo S1 Meek, President Lido Park Bulkhead Replacement Title of Project E CONTRACT 0 Page 14 THIS AGREEMENT, entered into this /4a!;L day of , 190, by and between the CITY OF NEWPORT BEACH, herel after "City," and John L. Meek Construction, Co., Inc. , hereinafter "Contractor," is made with reference to the following facts: A. City has heretofore advertised for bids for the following described public work: Lido Park Bulkhead Replacement C -2889 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: �ido Park Bulkhead Replacement C -2889 Title 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 Contractor the sum of Two Hundred Seventy -One i Hundred Seventy -One dollars & no /100.This compensat on inc (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 0 0 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) (d) (e) (f) (g) (h) Payment Bond Faithful Performance Bond Certificate of Insurance and Endorsement(s) Plans and Special Provisions for Lido Park Bulkhead Replacement Title of Project This Contract Standard Specifications Construction (current Edition C -2889 Contract No. of Public Works 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. I 5/91 FORM: CITY 01F NWPORT BEACH A Ku1>rCiPAl Corporation John I_ Meek Construction. Co., Inc. Name of Contractor A razed Signature and Title oh S. Meek, President 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS LIDO PARK BULKHEAD REPLACE] CONTRACT NO. 2889 I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . 1 II. CONTRACTOR'S LICENSES . . . . . . . . . . . . . . . . 1 III. TIME OF COMPLETION . . . . . . . . . . . . . . . . . 1 IV. LIQUIDATED DAMAGES . . . . . . . . . . . . . . . . . 1 V. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . 2 VI. TRAFFIC CONTROL PLAN . . . . . . . . . . . . . . . . 2 VII. "NO PARKING, TOW- AWAY" SIGNS . . . . . . . . . . . . 3 VIII. BOAT RELOCATION . . . . . . . . . . . . . . . . . . . 4 IX. PROTECTION OF PRIVATE PROPERTY AND LIDO PARK . . . . 4 X. WATER . . . . . . . . . . . . . . . . . . . . . . . . 4 XI. CONSTRUCTION SURVEY . . . . . . . . . . . . . . . . . 4 XII. LIDO PARK RESTORATION . . . . . . . . . . . . . . . . 4 XIII. STORAGE AND WORK AREA . . . . . . . . . . . . . . . . 5 XIV. DREDGING AND FINISH GRADING IN FRONT OF BULKHEAD 5 XV. BACKFILLING AND FINISH GRADING IN BACK OF BULKHEAD . . . . . . . . . . . . . . . . . 5 XVI. COLLATERAL WORK AT PRIVATE BULKHEAD OR WITHIN LIDO PARK . . . . . . . . . . . . . . . . . . 6 I. II. III. 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS LIDO PARK BULKHEAD REPLACEMENT CONTRACT NO. 2889 SCOPE OF WORK The work to be done under this contract consists of removing existing bulkheads, planters, walls, walkways, etc. and constructing new items as shown on the plans; regrading in front of and behind the new bulkhead; restoring park site improvements; and performing other incidental items of work as necessary to complete the work in place. All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing Nos. H- 5135 -5 and P- 5148 -5); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (1991 Edition); and (4) the Standard Specifications for Public Works Construction, (1991 Edition, including Supplements). 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. CONTRACTOR'S LICENSES At the time of bid opening and until completion of work, the Contractor shall possess a General Engineering Contractor "A" license. At the start of work and until completion, the Contractor shall possess a Business License issued by the City of Newport Beach. TIME OF COMPLETION The Contractor shall complete all onsite work, including cleanup, within 68 consecutive calendar days, but no later than May 28, 1993. IV. LIQUIDATED DAMAGES Commencing on the 69th consecutive calendar day of onsite work or on May 29, 1993, whichever occurs first, the Contractor shall pay to the City, or have withheld from monies due the Contractor, the daily sum of $500.00 0 • SP 2 of 6 liquidated damages rather than the $250 specified in Section 6 -9 of the Standard Specifications. The Contractor's inability to obtain materials or labor in a timely manner to complete the specified work within these time limits shall not deter assessment of damages. The intent of this Section is to emphasize to the Contractor the importance of prosecuting his work in an orderly, preplanned, continuous sequence to minimize the length of time that Lido Park and adjoining boat slips are closed to use, and to minimize the duration of exposure of the public to the Contractor's work. V. PAYMENT The unit or lump sum price 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. Payment for incidental items of work not separately provided for in the proposal shall be included in the unit prices bid for items of work. Partial payments for "Mobilization" shall be made in accordance with Section 10264 of the California Public Contract Code. VI. TRAFFIC CONTROL PLAN The Contractor shall submit traffic control plans to the Engineer which conform with provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (WATCH), 1990 Edition. These traffic control plans shall be prepared following the same sequence as the actual construction and shall include the following: 1. The location and wording of all signs, barricades, delineators, lights, warning devices, temporary parking restrictions, and any other details required to assure that all boating, pedestrian and vehicular traffic will be handled in a safe and efficient manner with a minimum of inconvenience. 2. A complete and separate plan for each stage of construction proposed by the Contractor showing all items listed under 1. above. 3. Two 12 -foot wide vehicular lanes shall remain open to traffic across the Lido Isle bridge at all times unless otherwise approved by the Engineer. • • SP 3 of 6 4. Pedestrians may be detoured from Lido Park and from the southerly to the northerly walkway along Via Lido. Detours shall be field approved by the Engineer before construction may begin across the southerly walkway at Via Lido or within Lido Park. Traffic control plans shall be submitted to the Engineer for review and approval a minimum of ten (10) working days prior to commencing work. VII. "NO PARKING, TOW - AWAY" SIGNS If the work necessitates temporary prohibition of on- street parking during construction, the Contractor shall furnish, install, and maintain in place "NO PARKING, TOW - AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty (40) hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Department, Traffic Division, at (714) 644 -3740, for verification of posting at least 40 hours in advance of the need of enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12 inches wide and 18 inches high; and (3) be similar in design and color to Sign No. R -38 of the Caltrans Uniform Sign Chart. The Contractor shall print the hours, days and date of closure in 2- inch -high letters and numbers. A sample of the completed sign shall be approved by the Engineer prior to posting. The Contractor shall only post streets with the time and dates that disrupts parking and access. Errors in posting "NO PARKING, TOW - AWAY" signs, false starts, acts of God, strikes, or other alterations of the schedule will require that the Contractor re -post the "NO PARKING, TOW- AWAY" signs. If the work necessitates closure of on- street parking zones, the Contractor shall bag or cover street sweeping signs in the vicinity of the parking zone closures in a manner approved by the Engineer prior to posting "NO PARKING" signs. Upon removal of the "NO PARKING" signs, all street sweeping signs which the Contractor had covered shall be immediately uncovered. If it becomes necessary, the Contractor shall provided uniformed flagmen with radio communications to slow down and route traffic through the construction area. • • SP 4 of 6 All costs for provided traffic control and access, including all requirements as detailed in this Section and as required for this construction project, shall be included in the lump sum price bid for "Traffic Control and Access." VIII. BOAT RELOCATION With 30 calendar days prior notice, the Contractor may request the City to inform harbor permittees adjacent to the work site to remove and relocate the existing boat dock and boats. If they are removed, it is imperative that the boats be allowed to return no later than May 1, 1993, since the boat owners' temporary mooring commitments may expire on or before that date. IX. PROTECTION OF PRIVATE PROPERTY AND LIDO PARR Property lines abutting the proposed improvements are indicated on the plans. Prior to construction, the Contractor shall verify the location of existing buildings, structures, planters, plant materials, irrigation service, walkways, lighting, etc. and shall protect them in place and be responsible for, at his own expense, any damage to them resulting from construction of the improvements. X. WATER If the Contractor elects to use City's water, he 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. CONSTRUCTION SURVEY Field survey for control of construction shall be provided by the Engineer. Staking shall be performed on all items ordinarily requiring grade and alignment at intervals normally required for such construction. All known property corners are shown on the plans. The Contractor shall make every effort not to disturb the corners; however, it a corner is inadvertently disturbed or must be removed in order to accomplish the work, the Engineer will replace said corner at no expense to the Contractor. XII. LIDO PARR RESTORATION Upon completion of bulkhead work the Contractor shall restore irrigation service, landscape plant materials, turf and hardscape in Lido Park as shown on the plans. The date palm shown in the plans on "Grading Plan" shall be removed, stored and cared for during construction, and .t , y • • SP 5 of 6 replaced in its previous location by the Contractor as a component of the park site restoration. Compensation for this work shall be included in the lump sum bid item for "Lido Park Restoration." XIII. STORAGE AND WORK AREA The Contractor may fence off and use whatever portion of Lido Park that he deems necessary for his storage and work area; however, it shall be the Contractor's sole responsibility to maintain irrigation service and to protect landscape plant materials, turf, hardscape and lighting in the unused portion of the park. The Contractor shall secure the entire storage and work area with chain link fencing installed to 6 -foot minimum height. Site use and restoration shall conform with provisions of the plans and Section 7 -9 of the Standard Specifications, "Protection and Restoration of Existing Improvements." Compensation for this work shall be included in the lump sum bid item for "Mobilization." XIV. DREDGING AND FINISH GRADING IN FRONT OF BULKHEAD Dredging and finish grading material must be imported to the site to accomplish the finish sand line contours shown on the plans in "Contour Map." The Contractor may import said material from 1) the beach at Lido Isle Sailing Club across West Lido Channel from the work site, 2) the navigational lane of West Lido Channel, or 3) the Contractor's own source. Dredging and finish grading material shall consist of clean beach sand free of clay size particles and organic material. The Engineer estimates that approximately 150 cubic yards of sand must be imported, placed and finished graded; however, this quantity is only an estimate based upon bottom elevations existing at the time of plan preparation. Accordingly, the Contractor shall be fully responsible for determining by his own field measurement the volume of sand to be imported, placed and finish graded, and shall include all costs to accomplish the finish sand line contours shown on the plans within the lunp sum bid item for "Dredge and Finish Grade in front of Bulkhead." XV. BACKFILLING AND FINISH GRADING IN BACK OF BULKHEAD Backfilling and finish grading material must be imported to the site to accomplish the finish ground line elevations shown in the plans in "Grading Plan." The Contractor may import backfill material from a source of 0 • SP 6 of 6 his choice, except that said backfill shall conform with provisions of the plans and Section 300 -4 of the Standard Specifications, "Unclassified Fill ". The Contractor shall be responsible for determining by his own field measurement the volume of fill to be imported, placed, compacted and finish graded, and shall include all costs to accomplish the finish ground line elevations shown on the plans within the lump sum bid item for " Backfill and Finish Grade in back of Bulkhead." %VI. COLLATERAL WORK AT PRIVATE BULKHEAD OR WITHIN LIDO PARR The Contractor is advised that work will likely be performed simultaneously along the private bulkhead behind the 601 Lido Park Drive Building. The Contractor is also advised that City forces will remove a fan palm from the site during demolition and clearing, and that they may elect to modify irrigation and electrical points of connection concurrent with the Contractor's restoration of Lido Park . Accordingly, the Contractor's proposal shall include costs and considerations to perform work collaterally in the appropriate bid items, and such work shall be performed in accordance with the provisions of Section 7 -7 of the Standard Specifications, "Cooperation and Collateral Work." ./f • TO: FROM: Mayor and Members of the City Council Public Works Department December 14, 1992 CITY COUNCIL AGENDA ITEM NO. 21 SUBJECT: LIDO PARK BULKHEAD REPLACEMENT (C -2889) RECOMMENDATIONS: , 1 4 1992 1. Affirm the Categorical Exemption of Environmental Impact. 2. Approve the plans and specifications. 3. Authorize the City Clerk to advertise for bids to be opened at -y-12., 1993. r DISCUSSION: This contract provides for the replacement of a partially failed bulkhead which supports the southerly edge of Lido Park and • extends from the 601 Lido Park Drive condominiums to the southwesterly wing wall of the Lido Isle bridge (see attached Exhibit "A"). Staff and the City's consultant, Richard K. Shogren and Associates, determined that the collapsed bulkhead cannot be salvaged for reuse since it is so severely damaged and aged (built ca. 1944); accordingly, Shogren has prepared detailed plans and specifications for the complete removal of the collapsed bulkhead and replacement with a new bulkhead which is engineered to meet current design standards. The contract includes the removal and reconstruction of Lido Park site improvements adjacent to the collapsed bulkhead to 1) permit reconstruction of the bulkhead, and 2) replace the damaged park site improvements. Two large palm trees must be temporarily relocated during construction, then reinstalled along with a new retaining wall, backfill, walkway, planter, irrigation system and plant materials. Except for plant materials, the replacement park improvements will match the existing improvements. Plans and specifications for the new plant materials, irrigation system and palm tree relocation have been prepared by Fennell and • Associates. The work will also include importing sand to be placed in the adjacent boat slip area to buttress the new bulkhead. This imported sand will be graded to approximate sand line contours that were provided in the design of the previous bulkhead, and will decrease water depth in the slips adjacent to the bulkhead as compared to that of recent years. The permittee for the adjacent boat slips, the 601 Lido Park Drive Homeowners Association, has been notified that it will Subject: Lido Park Bulkhead Replacement (C -2889) December 14, 1992 Page 2 • be required to temporarily relocate a portion or all of their docks so that the City can reconstruct the bulkhead and regrade sand line contours to the face of the new bulkhead (see attached copy of letter dated November 18, 1992). The Association has also been notified that the cost of said relocation is the responsibility of the Association, and that water depths in their boat slips will be decreased. The bulkhead failure occurred when the 601 Association had hired a contractor to perform dredging work for the slips near the bulkhead. City staff felt that the dredging work could have contributed to the failure. The Association disagreed, contending that the corroded condition of the tieback rods was primarily responsible. Because of the nearly 50 year old age of the bulkhead, and the obvious severe corrosion which existed in the tieback rods, it is felt that there would be little useful purpose served by attempting to secure compensation from the 601 Association. Shogren's construction estimate totals approximately • $250,000, which could easily vary by as much as ±20% because of the specialized nature of the work and the very limited number of harbor construction contractors that are available to perform the work. Approximately $249,000 remains in budget appropriations for the project. A categorical exemption has been prepared by Staff and approved by the Environmental Affairs Committee. Upon affirmation, the exemption will be filed with the County Clerk. The contract specifies that all work be completed within 61 calendar days after the commencement of work at the site, or by April 30, 1993, whichever occurs first. Benjamin B. Nolan Public Works Director LD:so • Attachments (2) • • CITY OF NEWPORT BEACH P.O. BOX 1768, NEWPORT BEACH, CA 92659-1768 November 18, 1992 Robert Reed Lido Park Drive Homeowner's Association 601 Lido Park Drive unit 8C Newport Beach, CA 92663 Re: City of Newport Beach repair at Lido Island Bridge Dear Mr. Reed: In October, 1992 I corresponded with you regarding the fact that the City is going forward with its bulkhead repair at the Lido Island Bridge. Lloyd Dalton of the City Public Works Department has informed me that approval of this project will be requested at the City Council meeting of December 14, 1992. Bids will be opened January 12, 1993, and we hope the contract will be awarded January 25. It is anticipated that construction could begin about the first of February and the project should take about 60 days from start of construction until finish. I want to again emphasize that the contract will give the contractor the option of doing the construction work either from the land side or from the water side. If water side work is necessary it is quite possible that all portions of the dock at 601 Lido Park Drive will need to be removed. The cost of this removal and the following re- installation will be the responsibility of the Harbor Permittee, Lido Park Homeowner's Association. As I pointed out to you in my letter of September of the nature of the bulkhead repair, it will additional sand to be brought up to the toe thereby reducing the available water depths i n harbor permit. Please refer to that letter for I hope this information will be helpful to you further help please call me at 644 -3044. Sincerely, /Aer+J iE9LGltlyy`. Tony Melum Deputy Director cc: Richard Shogren & Associates Lloyd Dalton 15, 1992, because be necessary for of the bulkhead, and around your details. 3300 Newport Boulevard, Newport Beach If I can be of Authorized to Publish Advertisements of all kil eluding public notices by Decree of the Superior court of Orange County, alifor ia, Number A-6214, September 29, 1961, and A -24831 June 11, 1963 STATE OF CALIFORNIA County of Orange I am a Citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the below entitled matter. I am a principal clerk of the 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: December 18, 22, 1992 I declare, under penalty of perjury, that the foregoing is true and correct. Executed on December 22 egg 2 at Costa lyi" a, California 2 -Z Signature E1os fleemay be of �oun V cil this, by the lof day of leeeraber, 1992. Wands E. Reggio, Prospective bidders may obtain one set of bid doeu- mems at no cost at the of- fice of the Public Works Department, 3300 Newport Boulevard, P. O: Box 1768, Newport Beach, CA 92659• For further information, "I Lloyd Dalton, Proiecl Manager at 604 -3311. _ - - Published Newport Beach - Costa- Mesa. Daily Pilot - December 18,- 27.1 1992. Ftu7291 PROOF OF PUBLICATION N