HomeMy WebLinkAboutC-3236 - 1999 Balboa Pier RepairsJuly 25, 2000
s •
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
John S. Meek Company, Inc.
1032 West "C" Street
Wilmington, CA 90744
Subject: 1999 Balboa Pier Repair (C -3236)
To Whom It May Concern:
On January 25, 2000, the City Council of Newport Beach accepted the work of the
subject project and authorized the City Clerk to file a Notice of Completion, to
release the Labor & Materials Bond 35 days after the Notice of Completion had
been recorded in accordance with applicable portions of the Civil Code and to
release the Faithful Performance Bond six months after Council acceptance.
The Notice of Completion was recorded by the Orange County Recorder on
January 26, 2000, Reference No. 20000046073. The Surety for the contract is Great
American Insurance Company, and the bond number is 2601979. Enclosed is the
Faithful Performance Bond.
�Sin�ceejrely,
Leilani I. Brown
Deputy City Clerk
cc: Public Works Department
enclosure
3300 Newport Boulevard, Newport Beach
CIT? OF NEWPORT BEACH
March 1, 2000
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
John S. Meek Company, Inc.
1032 West "C" Street
Wilmington, CA 90744
Subject: 1999 Balboa Pier Repair (C -3236)
To Whom It May Concern:
On January 25, 2000, the City Council of Newport Beach accepted the work of the
subject project and authorized the City Clerk to file a Notice of Completion, to
release the Labor & Materials Bond 35 days after the Notice of Completion had
been recorded in accordance with applicable portions of the Civil Code and to
release the Faithful Performance Bond six months after Council acceptance.
The Notice of Completion was recorded by the Orange County Recorder on
January 26, 2000, Reference No. 20000046073. The Surety for the contract is Great
American Insurance Company, and the bond number is 2601979. Enclosed are
the Bidders Bond and the Labor & Materials Payment Bond.
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
LH:cf
cc: Public Works Department
Horst Hlawaty, Construction Engineer
encls.
3300 Newport Boulevard, Newport Beach
• 0 Page 3
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
1999 BALBOA PIER REPAIRS
CONTRACT NO. 3236
BIDDER'S BOND
We, the undersigned Principal and Surety, our successors and assigns, executors, heirs
and administrators, agree to be jointly and severally held and firmly bound to the City of
Newport Beach, a charter city, in the principiiOpm of Ten Percent of the total amount
Bid in Dollars ($ ), to be paid and forfeited to the City
of Newport Beach if the bid proposal of the undersigned Principal for the construction of 1999
BALBOA PIER REPAIRS, Contract No. 3236 in the City of Newport Beach, is accepted by the
City Council of the City of Newport Beach and the proposed contract is awarded to the
Principal, and the Principal fails to duly enter into and execute the Contract Documents for the
construction of the project in the form required within ten days (10) (not including Saturday.
Sunday, and federal holidays) after the date of the mailing of Notice of Award; otherwise this
obligation shall become null and void.
If the undersigned Principal executing this Bond is executing 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.
Witness our hands this 9th day of
John S. Meek Company, Inc.
Name of Contractor (Principal)
Great American Insurance Company
Name of Surety
750 The City Drive
Orange, California
Address of Surety
(714) 668 -3395
Telephone
South, Suite 300
92868
September 1g 99,
Au on d SignaturelIlue
u horized Agent Signature
Janina Monroe, Attorney -In -Fact
Print Name and Title
(Notary acknowledgment of Principal & Surety must be attached)
State of Calif orni2
County of Orange
On 9 -9 -99 before me, V. M. Campbell, Notary Eubl;r•
GATE NAME, TITLE OF OFFICER - E.G., *JANE DOE. NOTARY PUBLIC'
personally appeared Janina Monroe
NAME(S)
0 personally known to me - OR - ❑ 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 acknowledged 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 persons)
CAv'PBELL acted, executed the instrument.
w W LIUMNI. #1200319 D
NOTARY PUBJC-CAUFORNLA Co
ORANGE COUhf1Y WIT E S my hand and official seal.
ro
My Comm. E�ires Nov 25, 2D02 it
OF NWARY
OPTIONAL
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
❑INDIVIDUAL
❑CORPORATE OFFICER
TITLE(S)
❑PARTNER(S) ❑LIMITED
❑GENERAL
CI ATTORN EY -I N -FACT
❑TRUSTEE(S)
❑ GUARDIAN/CONS ERVATOR
❑OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(IES)
DESCRIPTION OF ATTACHED DOCUMENT
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER(S) OTHER THAN NAMED ABOVE
GIW AMERICAN INSURANCE COMPANYO
580 WALNUT STREET • CINCINNATI, OHIO 45202 • 513.369 -5000 • FAX 513.723 -2740
The number of persons authorized by
this power of attorney is not more than No. 0 13868
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, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below.
Name
THOMAS C. McCALL
K.R. VIODES
Address
ALL OF
COSTA MESA,
VICTORIA M. CAMPBELL CALIFORNIA
�gINA MONROE
This ower of Attorney revokes all previous powers issued in behalf of the attorney(s) -in -fact named above.
Limit of Power
ALL
UNLIMITED
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 5th day of February ,1999
Attest
STATE OF OHIO, COUNTY OF HAMILTON — ss:
GREAT AMERICAN INSURANCE COMPANY
On this 5th day of February, 1.999 , before me personally appeared DOUGLAS R. BOWEN, to me
known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the Bond Division of 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 March I, 1991
RESOLVED: That the Division President, the several Division Vice Presidents and Assistant Vice Presidents, or any one ofthem, be
and hereby is authorized, from time to time, to appoint one or more A ttorneys-In -Fact to execute on 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 and any Secretary or Assistant
Secretary of the Company may be affixed by facsimile to any power of attornev or certificate of either given for the execution of any bond,
undertaking, contract orsuretyship, or other written obligation in the nature thereof, such signature and seal when so used being herebyadopted 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 Great American Insurance Company, do hereby certify that the foregoing Power of
Attorney and the Resolutions of the Board of Directors of March I, 1993 have not been revoked and are now in full force and effect.
Signed and sealed this
510295(11/97)
9th day of September , 1999
• r
State of California
County of Los Angeles
On September 14, 1999 before me, Diane Edwards Notary Public.
John S. Meek. personally known to me to be the person whose name
is subscribed to the within instrument and acknowledged to me
that he executed the same in his authorized capacity as
President of the John S. Meek Company, Inc.. and that by his
signature on the instrument the person or the entity upon behalf
of which the person acted, executed the instrument.
..
b..,
`n s
DIANEEDWARDS
F- °f •.
OMM.#1091634 W
m
NOTCARY PVSUC CALIFORNIA -4
;
LOS ANGELES COUNTY Cn
MY Cm M CVt "M&r 70.7000
v
• •
Executed in Four Counterparts PAGE14
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
1999 BALBOA PIER REPAIRS
CONTRACT NO. 3236
BOND NO. 2601979
LABOR AND MATERIALS PAYMENT BOND
WHEREAS., the City Council of the City of Newport Beach, State of California, by motion
adopted, has awarded to John S. Meek Company, Inc., hereinafter designated as the "Principal,"
a contract for construcdcn of 1999 BALBOA PIER REPAIRS, Contract No. 3236 in the City of
Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract
Documents in the office of the Public Works Department 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. 3236 and the
terms thereof require the furnishing of a bond, providing 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 the undersigned Principal, and
Great American Insurance Company duly authorized to transact business under the laws of
the State of California, as Surety, (referred to herein as "Surety") are held firmly bound unto the
City of Newport Beach, in the sum of two hundred sixty-eight thousand, six hundred thirty
and 001100 Dollars ($268,630.00), lawful money of the United States of America, said sum being
equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of
the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors
and administrators, successors, or assigns, jointly and severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's
subcontractors, fail to pay for any materials, provisions, or other supplies, implements or
machinery 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, then the Surety will pay for the same, in an
amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce
the obligations of this 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.
0 •
PAGE 15
The Bond shall inure to the benefit of any and all persons, companies, and corporations
entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action
to them or their assigns in any suft 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 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 29th day of September , 19 99.
John S. Meek Company, Inc. 'L ly) " V %S
Name of Contractor (Principal) ri d SignaturelTitle
Great American Insurance Company
Name of Surety Aut rued Agent Signature
750 The City Drive South, Orange, Ca
Address of Surety
(714) 740 -3287
Telephone
Janina Monroe, Attorney -In -Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
State of
California
County of Orange
0
On September 29, 1999 before me, Patricia M. White, Notary Public
DATE NAME, TITLE OF OFFICER - E.G., 'JANE DOE, NOTARY PUBLIC-
personally appeared Janina Monroe
NAME(5) OF SIGNER(S)
personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be th
person(jar whose name(*- is/aFc— subscribed to the with; -
instrument and acknowledged- to me that 4 /she /&w,.
executed the same in Kee her /t#eif authorized capacity('ie
and that by Pis her /toe f- signatures} on the instrument th;
PAMICIA M. wwE person�S , or the entity upon behalf of which the persons
COMMISOM # 112M
„� t acted, executed the instrument.
omrve MY Cann. Eames MQ 3. M01 .
WITNESS my hand and official seal.
OPTIONAL
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
'CAPACITY CLAIMED BY SIGNER
❑INDIVIDUAL
❑CORPORATE OFFICER
TITLE(S)
❑PARTNER(S) ❑LIMITED
❑GENERAL
12A TTO R N EY -I N -FACT,
❑TRUSTEE(S)
❑GUARDIAN /CONSERVATOR
❑ OTH E R:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTrrY(IES)
DESCRIPTION OF ATTACHED DOCUMENT
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER(S) OTHER THAN NAMED ABOVE
• •
GUM INSURANCE COMPANY°
580 WALNUT STREET • CINCINNATI, OHIO 45202 • 513- 369 -5000 • FAX 513- 723.2740
The number of persons authorized by
this power of attorney is not more than No. 0 13868
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, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below.
Name
THOMAS C. McCALL
K.R. VIODES
Address
ALL OF
COSTA MESA,
VICTORIA M. CAMPBELL CALIFORNIA
f,ANIN� MONROE
This ower o Attorney revokes all previous powers issued in behalf of the attorney(s) -in -fact named above.
Limit of Power
ALL
UNLIMITED
IN WITNESS W H EREOF the GREAT AM ERICAN INSURANCE COM PANY has caused these presents to be signed and attested by
its appropriate officers and its corporate seal hereunto affixed this 5th day of February 1999
Attest
STATE OF OHIO, COUNTY OF HAMILTON — ss:
GREAT AMERICAN INSURANCE COMPANY
On this 5th day of February, 1999 , before me personally appeared DOUGLAS R. BOWEN, to me
known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the Bond Division of Great
American Insurance Company, the Company described in and which executed the above instrument; that lie 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 March I, 1993.
RESOLVED: That the Division President, the several Division Vice Presidents and Assistant Vice Presidents, or any one ofthem, be
and hereby is authorized, from time to time, to appoint one or more Attorneys -ln -Fact to execute on behalfof the Company, as surety, anyand 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 and any Secretary or Assistant
Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond,
undertaking, contract orsuretyship, 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 Great American Insurance Company, do hereby certify that the foregoing Power of
Attorney and the Resolutions of the Board of Directors of March I, 1993 have not been revoked and are now in full force and effect.
Signed and sealed this 29th
510295(11 /97)
day of September 1 1999
0 •
State of California
County of Los Angeles
On September 30, 1999 before me, Dune Edwards Notary Public.
,John s. Meek, personally known to me to be the person whose name
is subscribed to the within instrument and acknowledged to me that
he executed the same in his authorized capacity as President of
the .John S. Meek Comp= y, ?nc.. and that by his signature on the
instrument the person or the entity upon behalf of which the person
acted, executed the instrument.
Recorded in the County of Orange, California
RECORDING REQUESTED BY AND Gary L Granville, Clerk /Recorder
WHEN RECORDED RETURN T0: NO Fee
20000046073 12;59PM 01/26/00
City Clerk 004 00056131 114 59
City of Newport Beach 015 01 0 0.00 0.00 0.00 0.00 0.00 0.00
3300 Newport Boulevard DocOTypes: 015
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 S. Meek Company, of
Wilmington, California, as Contractor, entered into a Contract on September 27, 1999.
Said Contract set forth certain improvements, as follows:
1999 Balboa Pier Repair, C -3236
Work on said Contract was completed on December 10, 1999, and was found to be
acceptable on January 25, 2000, by the City Council. Title to said property is vested in
the Owner, and the Surety for said Contract is Great American Insurance Company.
BY
Public Works 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
i
Executed on ( 2i cz, , . ? (: C ( _ at Newport Beach, California.
BY
City CFerk
•
TO: Mayor and Members of the City Council
FROM: Public Works Department
January 25, 2000
CITY COUNCIL AGENDA
ITEM NO. 12
SUBJECT: 1999 BALBOA PIER REPAIR, CONTRACT NO. 3236,
COMPLETION AND ACCEPTANCE
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the Labor and Materials bond 35 days after the
. Notice of Completion has been recorded in accordance with applicable portions of
the Civil Code.
4. Release the Faithful Performance Bond 6 months after Council acceptance.
DISCUSSION:
On September 27th, 1999, the City Council authorized the award of the 1999 Balboa
Pier Repairs contract to John S. Meek Company, of Wilmington, California. The
contract provided for the removal and replacement of nine timber piles (three under
Ruby's restaurant), pile caps, bracing and wrapping approximately 1400 linear feet of
piles with a protective polyethylene cover. The contract has now been completed to the
satisfaction of the Public Works Department. A summary of the contract cost is as
follows:
Original bid amount: $268,630.00
Actual amount of bid items constructed: 269,247.00
Total amount of change orders: 23,000.00
Final contract cost: $292,247.00
One change order in the amount of $23,000.00 provided for removal and replacement
of two additional piles. These piles were found to be defective after removal of marine
growth by divers during construction.
SUBJECT: 1999 Balboa Pier Repair, ontract No. 3236 - Completion and Acceptance 10
January 25, 2000
Page 2
The increase in the amount of actual bid items constructed over the original bid amount •
resulted from the need for placing additional polyethylene wrap and thereby exceeding
the bid item quantities. The final overall construction cost including change orders was
8.8% over the original bid amount.
Funds for the project were spent from the Tide & Submerged Land Fund account as
follows:
Description
I Account No.
Amount
NPT /BAL Pier Inspection /Replacement
I 7231— C5100153
$292,247.00
All work was completed on December 10, 1999, the scheduled completion date.
Respectfully ;ubmi t
PUBLIC WORKS DEPARTMENT
Don Webb, Director
By: /4/--
Horst Hlawaty, P.E.
Construction Engineer
f:\ users \pbvA shared\ council \fy99 -00 \january- 25\balboa pier c- 3236.doc
1]
P
Ci
• CITY CLERK
CITY OF NEWPORT BEACH
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, P.O. Box 1768
Newport Beach, CA 92658 -8915
until 11:00 a.m. on the 15th day of September. 1999,
at which time such bids shall be opened and read for
1999 BALBOA PIER REPAIRS
Title of Project
Contract No. 3236
$190.000.00
Engineer's Estimate
oved by
Don Webb
Public Works Director
Prospective bidders may obtain one set of bid documents at no cost
at the office of the Public Works Department, 3300 Newport
Boulevard, P. O. Box 1768, Newport Beach, CA 92658 -8915.
For further information, call Stephen Luy, Project Manager at (949) 644 -3330.
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
1999 BALBOA PIER REPAIRS
CONTRACT NO. 3236
TABLE OF CONTENTS
NOTICE INVITING BIDS .......................................................... ............................... Cover
INSTRUCTIONS TO BIDDERS ........................................................ ..............................1
BIDDER'S BOND ............................................................................... ..............................3
DESIGNATION OF SUBCONTRACTOR( S) ...................................... ..............................4
TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................5
NON - COLLUSION AFFIDAVIT ..........................................................
..............................6
NOTICE TO SUCCESSFUL BIDDER ...............................................
..............................7
CONTRACT......................................................................................
..............................8
LABOR AND MATERIALS BOND ....................................................
.............................14
FAITHFUL PERFORMANCE BOND ................................................ .............................16
PROPOSAL................................................................................ ............................... PR -1
SPECIALPROVISIONS ................................................................. ...........................SP -1
0
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
1999 BALBOA PIER REPAIRS
CONTRACT NO. 3236
INSTRUCTIONS TO BIDDERS
PAGE 1
The following documents shall be completed, executed and received by the City Clerk in
accordance with NOTICE INVITING BIDS:
INSTRUCTIONS TO BIDDERS
BIDDER'S BOND
DESIGNATION OF SUBCONTRACTORS
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
NON - COLLUSION AFFIDAVIT
PROPOSAL
2. 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.
3. The City of Newport Beach will not permit a substitute format for the Contract Documents
listed above. Bidders are advised to review their content with bonding and legal agents prior
to submission of bid.
4. 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.
5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to
allow the comparison of total bid prices.
6. 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.
7. 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.
E
Ll
PAGE 2
The securities shall be deposited in a state or federal chartered bank in California, as the
escrow agent.
8. 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).
9. 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".
10. All documents shall bear signatures and titles of persons authorized to sign on behalf of the
bidder. For corporations, the signatures shall be of a corporate officer or an individual
authorized by the corporation. For partnerships, the signatures shall be of a general partner.
For sole ownership, the signature shall be of the owner.
The signature below represents that the above has been reviewed.
709151
Contractor's License No. & Classification
John S. Meek Company, Inc.
Bidder
resident
ed Signature/Title
John S. Meek
9/14/99
Date
0
9
PAGE
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
1999 BALBOA PIER REPAIRS
CONTRACT NO. 3236
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 represents that he /she is fully qualified to and 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.
Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted
for any monies to be withheld to ensure performance under the Contract.
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.
2.
3.
4.
5.
6.
7.
8.
9.
10.
John S. Meek Company, Inc. I /'L-,l �/� / President
Bidder Ayt rized Signature/Title
PAGE 5
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
1999 BALBOA PIER REPAIRS
CONTRACT NO. 3236
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character to that
proposed herein which he /she has performed and successfully completed.
Year Project Person Telephone
Completed Name /Agency To Contact Number
1997 - 1999 Performed work on Balboa and Newport Beach piers
for City of Newport Beach
1999 San Clemente Pier repair
1999 Santa Monica Pier repair
1999 Redondo Beach pier repair
John S. Meek Company, Inc. L. / President
Bidder Authorized Signature /Title
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
1999 BALBOA PIER REPAIRS
CONTRACT NO. 3236
NON - COLLUSION AFFIDAVIT
State of California )
) ss.
Countyof Los )
Angeles
0
PAGE 6
John S. Meek being first duly sworn, deposes and says that he or she is
Press ent of John S. Meek Company , 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 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, sought 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 of the laws of the State of California that the foregoing is true
and correct.
John S. Meek Company, Inc. President
Bidder
Signature/Title
Subscribed and sworn to before me thistj` rday of SEPTF —�7 �36�Z 19
0613y �Zty �
Notary Public
ljS'I 4/44-�,
DIANE EDWARDJS'
COMM, #1091634
NOTARY PUBLIC- CALIFORNIA � LOS ANOELESCOUNTY En
My Comm. F..piraa Mamb 20, 2000
My Commissi n I
E
PAGE
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
1999 BALBOA PIER REPAIRS
CONTRACT NO. 3236
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 receipt
Notice of Award to the successful bidder:
• CONTRACT
• LABOR AND MATERIALS PAYMENT BOND
• FAITHFUL PERFORMANCE BOND
• CERTIFICATE(S) OF INSURANCE
• GENERAL LIABILITY INSURANCE ENDORSEMENT
• AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT
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.
The Labor and Materials Payment Bond and Faithful Performance 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.
Pursuant to Public Contract Code Section 22300, appropriate securities may be
substituted for any monies to be withheld to ensure performance under the Contract
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 VII (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. Certificates of Insurance and additional insured
endorsements shall be on the insurance company's forms, fully executed and delivered with the
Contract. The Notice to Proceed will not be issued until all contract documents have been
received and approved by the City.
0
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
1999 BALBOA PIER REPAIRS
CONTRACT NO. 3236
CONTRACT
PAGE 8
THIS AGREEMENT, entered into this 27th day of September, 1999, by and between the CITY
OF NEWPORT BEACH, hereinafter "City," and John S. Meek Company Inc., hereinafter
"Contractor," is made with reference to the following facts:
WHEREAS, City has advertised for bids for the following described public work:
1999 BALBOA PIER REPAIRS
Project Description
3236
Contract No.
WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and
Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's
careful examination of all Contract documents, plans and specifications.
NOW, THEREFORE, City and Contractor agree as follows:
A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the
following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's
Bond, Non - Collusion Affidavit, Faithful Performance Bond, Labor and Materials Payment
Bond, Permits, General Conditions, Standard Special Provisions and Standard Drawings,
Plans and Special Provisions for Contract No. 3236, Standard Specifications for Public
Works Construction (current adopted edition and all supplements) and this Agreement,
and all modifications and amendments thereto (collectively the "Contract Documents').
The Contract Documents comprise the sole agreement between the parties as to the
subject matter therein. Any representations or agreements not specifically contained in
the Contract Documents are null and void. Any amendments must be made in writing,
and signed by both parties in the manner specified in the Contract Documents.
B. SCOPE OF WORK Contractor shall perform everything required to be performed, and
shall provide and furnish all the labor, materials, necessary tools, expendable equipment
and all utility and transportation services required for the Project:
All of the work to be performed and materials to be furnished shall be in strict accordance
with the provisions of the Contract Documents. Contractor is required to perform all
activities, at no extra cost to City which are reasonably inferable from the Contract
Documents as being necessary to produce the intended results.
0
0
PAGE 9
C. COMPENSATION As full compensation for the performance and completion of the
Project as required by the Contract Documents, City shall pay to Contractor and
Contractor accepts as full payment the sum of two hundred sixty-eight thousand, six
hundred thirty and 00/100 Dollars ($268,630.00).
This compensation includes:
(1) Any loss or damage arising from the nature of the work,
(2) Any loss or damage arising from any unforeseen difficulties or obstructions in the
performance of the work,
(3) 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.
D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before
making its final request for payment under the Contract Documents, Contractor shall
submit to City, in writing, all claims for compensation under or arising out of this Contract.
Contractor's acceptance of the final payment shall constitute a waiver of all claims for
compensation under or arising out of this Contract except those previously made in writing
and identified by Contractor in writing as unsettled at the time of its final request for
payment.
E. WRITTEN NOTICE Any written notice required to be given under the Contract
Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid,
directed to the address of Contractor and to City, addressed as follows:
CITY
City of Newport Beach John S. Meek Company, Inc.
Public Works Department 1032 West "C" Street
3300 Newport Boulevard Wilmington, CA 90744
Newport Beach, CA 92663 310 - 830 -6323
Attention: Stephen Luy
(949) 644 -3330
F. LABOR CODE 3700 LIABILITY INSURANCE
Contractor, by executing this Contract, hereby certifies:
"I am aware of the provisions of Section 3700 of the Labor Code which requires every
employer to be insured against liability for Workers' Compensation or undertake self -
insurance in accordance with the provisions of the Code, and I will comply with such
provisions before commencing the performance of the work of this Contract."
G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less
than A:VII and insurers must be a California Admitted Insurance Company.
Contractor shall furnish City with certificates of insurance and with original
endorsements effecting coverage required by this Contract. The certificates and
endorsements for each insurance policy are to be signed by a person authorized by that
P:
PAGE 10
insurer to bind coverage on its behalf. All certificates and endorsements are to be
received and approved by City before work commences. City reserves the right to
require complete, certified copies of all required insurance policies, at any time.
Contractor shall procure and maintain for the duration of the contract insurance against
claims for injuries to persons or damages to property which may arise from or in
connection with the performance of the work hereunder by Contractor, his agents,
representatives, employees or subcontractors. The cost of such insurance shall be
included in Contractor's bid.
1. Minimum Scope of Insurance
Coverage shall be at least as broad as:
a) Insurance Services Office Commercial General Liability coverage "occurrence"
form number CG 0001 (Edition 11/85) or Insurance Services Office form number
GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance
Services Office form number GL 0404 covering Broad Form Comprehensive
General Liability.
b) Insurance Services Office Business Auto Coverage form number CA 0001 0187
covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288
Changes in Business Auto and Truckers Coverage forms - Insured Contract.
c) Workers' Compensation insurance as required by the Labor Code of the State of
California and Employers Liability insurance.
2. Minimum Limits of Insurance
Coverage limits shall be no less than:
a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily
injury, personal injury and property damage. If Commercial Liability Insurance or
other form with a general aggregate limit is used, either the general aggregate
limit shall apply separately to this project/location or the general aggregate limit
shall be twice the required occurrence limit.
b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily
injury and property damage.
c) Workers' Compensation and Employers Liability: Workers' compensation limits
as required by the Labor Code of the State of California and Employers Liability.
3. Deductibles and Self- Insured Retentions
Any deductibles or self- insured retentions must be declared to and approved by City.
At the option of City, either: the insurer shall reduce or eliminate such deductibles or
self- insured retentions as respects City, its officers, officials, employees and
volunteers; or Contractor shall procure a bond guaranteeing payment of losses and
related investigations, claim administration and defense expenses.
9 0
PAGE 11
4. Other Insurance Provisions
The policies are to contain, or be endorsed to contain, the following provisions:
a) General Liability and Automobile Liability Coverages
City, its officers, officials, employees and volunteers are to be covered as
additional insureds as respects: liability arising out of activities performed by
or on behalf of Contractor, including the insured's general supervision of
Contractor; products and completed operations of Contractor; premises
owned, occupied or used by Contractor; or automobiles owned, leased, hired
or borrowed by Contractor. The coverage shall contain no special limitations
on the scope of protection afforded to City, its officers, officials, employees or
volunteers.
Contractor's insurance coverage shall be primary insurance and /or primary
source of recovery as respects City, its officers, officials, employees and
volunteers. Any insurance or self- insurance maintained by City, its officers,
officials, employees and volunteers shall be excess of the Contractor's
insurance and shall not contribute with it.
iii. Any failure to comply with reporting provisions of the policies shall not affect
coverage provided to City, its officers, officials, employees and volunteers.
iv. Contractor's insurance shall apply separately to each insured against whom
claim is made or suit is brought, except with respect to the limits of the
insurer's liability.
v. The insurance afforded by the policy for contractual liability shall include
liability assumed by contractor under the indemnification /hold harmless
provision contained in this Contract.
b) Workers' Compensation and Employers Liability Coverage
The insurer shall agree to waive all rights of subrogation against City, its officers,
officials, employees and volunteers for losses arising from work performed by
Contractor for City.
c) All Coverages
Each insurance policy required by this clause shall be endorsed to state that
coverage shall not be suspended, voided, canceled, rescinded by either
party, reduced in coverage or in limits except after thirty (30) days' prior
written notice by certified mail, return receipt requested, has been given to
City.
5. Acts of God
Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for
the repairing and restoring damage to Work, when damage is determined to have
been proximately caused by an Act of God, in excess of 5 percent of the Contract
PAGE 12
amount provided that the Work damaged is built in accordance with the plans and
specifications.
6. Right to Stop Work for Non - Compliance
City shall have the right to offer the Contractor to stop Work under this Agreement
and /or withhold any payment(s) which become due to Contractor hereunder until
Contractor demonstrates compliance with the requirements of this article.
H. RESPONSIBILITY FOR DAMAGES OR INJURY
City and all officers, employees and representatives thereof shall not be responsible in
any manner: for any loss or damages that may happen to the Work or any part
thereof; for any loss or damage to any of the materials or other things used or
employed in performing the Work, for injury to or death of any person either workers or
the public; or for damage to property from any cause arising from the construction of
the work by Contractor, or its subcontractors, or its workers, or anyone employed by it.
2. Contractor shall be responsible for any liability imposed by law and for injuries to or
death of any person or damage to property resulting from defects, obstructions or from
any cause arising from Contractor's work on the Project, or the work of any
subcontractor or supplier selected by the Contractor.
3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees
from and against (1) any and all loss, damages, liability, claims, allegations of liability,
suits, costs and expenses for damages of any nature whatsoever, including, but not
limited to, bodily injury, death, personal injury, property damages, or any other claims
arising from any and all acts or omissions of Contractor, its employees, agents or
subcontractors in the performance of services or work conducted or performed
pursuant to this Contract; (2) use of improper materials in construction of the Work; or,
(3) any and all claims asserted by Contractor's subcontractors or suppliers on the
project, and shall include reasonable attorneys' fees and all other costs incurred in
defending any such claim. Contractor shall not be required to indemnify City from the
sole or active negligence or willful misconduct of City, its officers or employees.
4. To the extent authorized by law, as much of the money due Contractor under and by
virtue of the Contract as shall be considered necessary by City may be retained by it
until disposition has been made of such suits or claims for damages as aforesaid.
5. Nothing in this article, nor any other portion of the Contract Documents shall be
construed as authorizing any award of attorneys' fees in any action to enforce the
terms of this Contract, except to the extent provided for in H.3, above.
6. The rights and obligations set forth in this Article shall survive the termination of this
Contract.
EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other
Contract Documents by Contractor is a representation that Contractor has visited the
Project Site, has become familiar with the local conditions under which the work is to be
performed, and has correlated all relevant observations with the requirements of the
Contract Documents.
0
0
Page 13
J. CONFLICT If there is a conflict between provisions of this Contract and any other
Contract Document, the provisions of this Contract shall prevail.
K. WAIVER A waiver by City or any term, covenant, or condition in the Contract
Documents shall not be deemed to be a waiver of any subsequent breach of the same or
any other term, covenant or condition.
IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day
and year first written above.
ATTEST:
I,
CITY
APPROVED AS TO FORM:
CITY OF NEWPORT BEACH
A MunicipA Corporation
By: 4
Dennis D. O'Neil, Mayor
CONTRACTOR
By.
A� rized signature and title
f:\ users\pbw\shared \contract\masters\formal contract master.doc
09/16/99
A � =��• CERTIFOATE OF INSURANICA ISSUE DATE
6 /1999DD YY)
10/06/1999
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO
RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND,
Aon Risk Services, Inc. of Southern California
707 Wilshire Boulevard, Suite 6000
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
Los Angeles, California 90017
(213) 630 -3200
COMPANIES AFFORDING COVERAGE
COMPANY
A CLARENDON NATIONAL INSURANCE CO.
LETTER
CODE SUB -CODE
COMPANY
LETTER B RELIANCE INSURANCE COMPANY
INSURED
COMPANY C
John S. Meek Company, Inc.
1032 West "C" Street
LETTER
COMPANY
Wilmington, CA 90744
D
LETTER
COMPANY E
LETTER
COVERAGES
THIS IS TO CERTIFY THAT 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. THE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
POLICY EXPIRATION
LIMITS
LTR
DATE (MMIDDM
DATE (MMIDDIYI9
GENERAL LIABILITY
GENERALAGGREGATE
$ 2,000,000
A
TNC0698980291
01/0111999
01/01/2000
PRODUCTS-COMPIOPS AGGREGATE
$ 1,000,000
COMMERCIAL GENERAL LIABILITY
CI-AIMS MADE V? OCCURRENCE
PERSONAL 6 ADVERTISING INJURY
g 1,000,000
OWNERS B CONTRACTORS PROTECTIVE
EACH OCCURRENCE.
$ 1,000,000
AGO APLIES PER LOCATION
FIRE DAMAGE (ANY ONE FIRE)
$ 50,000
�X.C,U COVERAGE
MEDICAL E)UPENSE (ANY ONE PERSON)
$ 5,000
AUTOMOBILE LIABILITY
PB8571929
01/01/1999
01/01/2000
1,000,000
ANY AUTO
CSL
BODILY INJURY
ALL OWNED AUTOS
B
SCHEDULED AUTOS
(PER PERSON)
BODILY INJURY
HIRED AUTOS
NON -OWNED AUTOS
(PER ACCIDENT)
GARAGE LIABILITY
PROPERTY DAMAGE
EXCESS LIABILITY
EACH
OCCURRENCE
AGGREGATE
UMBRELLA FORM
$
$
OTHER THAN UMBRELLA FORM
$
$
STATUTORY
WORKERS'COMPENSATION
$ (EACH ACCIDENT)
AND
THIS CERTIFICA
E CANCELS
AND
EMPLOYERS'LIABILITY
SUPERCEDES CE
RTIFICATE
ISSUED
(DISEASE POLICY OMIT)
$ (DISEASE EACH EMPLOYEE)
OTHER
ON;
DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESIRESTRICTIONSISPECIAL ITEMS: 2052234144
CONTRACT NO. 3236 1999 BALBOA PIER REPAIRS
CITY. ITS OFFICERS, OFFICIALS. EMPLOYEES AND VOLUNTEERS ARE ADDED AS ADDITIONAL INSUREDS REGARDING GENERAL LIABILITY AND AUTOMOBILE LIABILITY FOR WORK
PERFORMED BY OR ON BEHALF OF THE NAMED INSURED
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
CITY OF NEWPORT BEACH
PUBLIC WORK DEPARTMENT 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
3300 NEWPORT BLVD. BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
NEWPORT BEACH, CA 92663 OF ANY KIND ON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
ATT: STEPHEN LUY AUTHOR) R SENTATIV
ACORD 25S 131881 (9ACORD CORPORATION 1988
J
0
POLICYNUAfBER TNC0698980291
0
COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS (FORM B)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
Name of Person or Organization:
CITY OF NEWPORT BEACH, ITS OFFICERS, OFFICIALS,
EMPLOYEES AND VOLUNTEERS
SCHEDULE:
CONTRACT NO. 3236 1999 BALBOA PIER REPAIRS
4144
(If no entry appears above, information required to complete this endorsement will be shown in the
Declarations as applicable to this endorsement.)
WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization
shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or
for you.
Primary Insurance Clause:
It is further agreed that the insurance provided by this endorsement is Primary. Other insurance
afforded to the Additional Insured shall be excess of, and does not contribute with, the insurance
provided by this endorsement.
CG 20 10 11185
Includes copyrighted material of Insurance Services Office, Inc. with its permission.
Copyright, Insurance Services Office 1984
.AcORV CERTIFICA-W OF LIABILITY
..
INSU NCgsR LF DATE(MM/DDNY)
OHNS -2 09/30/99
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
PRODUCER
Wood - Gutmann Insurance Brokers
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
License #0679263
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
14192 Franklin Ave., Suite 200
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
Tustin CA 92780 -7044
COMPANY
A American Home Assurance
James E. Gutmann
Phone No. 714- 505 -7000 Fa.No.714- 573 -1770
INSURED
COMPANY
B
COMPANY n�T
C ON (V 5 i.
John S. Meek Company, Inc.
1032 West "C" Street
Wilmington CA 90744
COMPANY
D
COVERAGES -
THIS 1S 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.
CO
LTR'
TYPE OF INSURANCE
POLICY NUMBER POLICY
EFFECTIVE
DATE (MMIDD/YY)
POLICY EXPIRATION
DATE (MMIDDNY)
LIMITS
GENERAL LIABILITY
GENERAL AGGREGATE
E
PRODUCTS - COMP /OP AGG
S
COMMERCIAL GENERAL LIABILITY
1 CLAIMS MADE 0 OCCUR
PERSONAL & ADV INJURY
$
EACH OCCURRENCE
$
OWNER'S 8 CONTRACTOR'S PROT
FIRE DAMAGE (Any one fire)
$
MED EXP(Any one person)
$
AUTOMOBILE
LIABILITY
COMBINED SINGLE LIMIT
S
ANY AUTO
BODILY INJURY
(Per penron)
$
ALL OWNED AUTOS
SCHEDULED AUTOS
BODILY INJURY
(Peracciden[)
$
HIRED AUTOS
NONAWNED AUTOS
I
H'
PROPERTY DAMAGE
E
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
$
OTHER THAN AUTO ONLY:
ANY AUTO
EACH ACCIDENT
$
AGGREGATE
E
EXCESS LIABILITY
EACH OCCURRENCE
S
AGGREGATE
$
UMBRELLA FORM
$
OTHER THAN UMBRELLA FORM
i
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
WC STAMI- OTH-
TORY LIMITS E
EL EACH ACCIDENT
S1, OOO,OOO
A
THE PROPRIETOR/ INCL
PARTNERS/EXECUTIVE
WC5842086
01/01/99
01/01/00
EL DISEASE - POLICY LIMIT
51,000,000
EL DISEASE - EA EMPLOYEE
$1,000,000
OFFICERS ARE: EXCL
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES /SPECIAL ITEMS
*10 days notice of cancellation for non payment of premium.; Waiver of
Subrogation in favor of City, its officers, officials, emptoyees &
volunteers has been requested from carrier; RE: Contract A3236, JSM Job
CERTIFICATE HOLDER
CANCELLATION
NEWP005
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
City of Newport Beach
*30 DAYS WRITTEjTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
Public Works Department
P.O. Box 1768
g AILU OMAIL H NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
Newport Beach CA 92659 -1768
OFA ND N MPAN ITS AGENTS OR REPRESENTATIVES.
RR P ESE V
James E. V _
ACORD 25S (1195)
" ACORD CORPORATION 1988
FA
C3T -05 -99 TUE 04:33 PM FAX N0. 0 P. 01
CCAL- SURANCE
California Insurance License 0256292
--------------------------------------------------------------
COMMERCIAL DEPARTMENT
FAX COVER SHEET
---------------------------------------------------------------
DATE: 1015/1999
TIME: 4:33 PM
TOTAL NO. OF PAGES INCLUDING COVER (7 )
TO FROM
FAX NO.: (949)644 -3305
FAX NO.:
(714)939.1654
COMPANY: City of Newport Beach
SENDER:
Celia James
ATTENTION: Shauna Oyler
PHONE NO.:
(714)940.6828
----------------------------------------------------------------
EMAIL:
c)ames @calsurance.com
RE: Certificate of Insurance
John S. Meek Company
Dear Shallna:
Enclosed Is the checked certificate of insurance for the above - captioned contractor. Please note
the recommendation on the remarks section.
Should you have any questions with regards to this certificate, let me know.
Thank you.
Celia
333 City Boukvard West, Orange. CA 0 ^2868 - P.O. Box 7048, Orange, CA 92863 -7048 - 714.939-0800- 714.939 -1G64
OCT -05 -99 TUE 04:33 PM FAX NO. P. 02
QCAL-SURANCE
CERTIFICATE OF INSURANCE
CHECKLIST
CITY OF NEWPORT BEACH
THIS CHECKLIST IS COMPRISED OF REQUIREMENTS AS OUTLINED ABY THE CITY OF NEWPORT
13EACH.
DATE RECEIVED: /O C)WM DEPARTMENT /CONTACT RECEIVED FROM:
DATE COMPLETED:J-0/as /q9 SENT TO: If%QMR BY: CEL /R
COMPANYIPERSON REQUIRED TO HAVE CERTIFICATE: tip&Aj ME-"d_
GENERAL LIABILITY:
A. INSURANCE COMPA \l: �IDD/s�/JR%ID/✓AL I,g(�it�3�
B. AM BEST RATING (A VII or areater):A— i {///%
C. %DMITTED COMPANY: ( Must be California Admitted) Is company a fled to California? Yes ✓ No__
D. L[Ml'I "S: (Mug be 51,000,000 or greater) What is limit provided? Va00, - &
E. PRODUCTS AND COMPLETED OPERATIONS: (Must Include) Is it included'? Ycs_✓ No
F. ADDITIONAL NSURDED WORDING TO INCLUDE: ( The City its officers, agents, officials, employees and
volunteers). Is it included" Yes ✓ No
G. PRIMARY AND NON CONTRIBUTORY WORDING: (Must be included) Is it included? Ycs ✓ No
H. CAUTION! ( Confirm that loss or liability of the Named insured is not linuted solely by their negligence.)
Does endorsement include " solely by negligence" wording? Yes No_
I. NOTIFICATION Of CANCELLATION: Although there is a provision that requires notification of cancellation bi
certified mail: per Lauren Farley the City will accept Ole endeavor wording.
II. AUTOMOBILE LIABILITY:
A. INSURANCE COMPANY: Rr",q) BE %(l5OR0,uQE C�OMP/3/�L
B. AM BEST RATING (A VII or ;realer):_ -: X /1!
C. AMvIITTED COMPANY: (IvtUST BE CALIFORNIA ADMITTED) Is company admitted? Yes ✓ No
D. LIMITS: ( Must be 51.000.000 minimum BI & PD and 5500,000 UIv1) What is limits provided ?A —.10 D °DD .
E. ADDITIONAL INSURED WORDING TO INCLUDE: (The City its officers .agents. officials, employees and
volunieers). Is it included:' Ycs _ No ✓
F. PRIMARY AND NON CONTRIBUTORY WORDING: (Must be included). Is it included'? Yes No ✓
G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation b%
ceaifiod mail. per Lauren Farley the City will accept the endeavor wording.
III. WORKERS CONTPENSAI'ION
A. INSURANCE COMPANY:
B. AM BEST RATING (A VII or greater)_._, _
C. LIMITS Simutory y
D. WAVIER OF SUBROGATION (To include). Is it included? Ycs No_✓ >� FOL Lpt11
HAVE ALI, ABOVE REQUIREMF,NTS BEEN MET? Yes No ✓
IF NO, WHICH ITEMS NEED TO BE COMPLETED?
I
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
1999 BALBOA PIER REPAIR
CONTRACT NO. 3236
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard, P. O. Box 1768
Newport Beach, California 92663 -8915
Gentlemen:
PR 1 of 2
The undersigned declares that he has carefully examined the location of the work, has read
the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby
proposes to furnish all materials except that material supplied by the City and shall perform
all work required to complete Contract No. 3236 in accord with the Plans and Special
Provisions, and will take in full payment therefore the following unit prices for the work,
complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
Lump Sum Mobilization
l/W)- Dollars
and
ivo Cents
Per Lump Sum
7 Each Bearing Pile Removal and
Replacement
@ H ✓ Dollar
and
`� -Cents $ %
/l Per Each
`l�Uf�✓ !'l tr'LvP. �✓/= `�,� -.� /f of J� --�.al N�
$ So, J00�_
. • 0 PR2of2
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
3. 2 Each Bearing Pile Stock f
@ Dollars
and
n� Cents $ 2 V `d 0 $ YJ G a
Per Each
4. 1300 L.F. Polyethylene Pile Covers
4- Dollars
and
A Cents $ b 8S�
Per Linear Foote
5. Lump Sum Construction — 1999 Balboa Pier Repairs Dollars
and
iv Cents
Per Lump Sum
6. Lump Sum Construction — Ruby's Restaurant
l� Dollars
and
Cents
Per Lump Sum
TOTAL PRICE IN WRICTTEN / LWORDS
I!
and IV ° Cents
Bidder's Name John S. Meek Company, Inc.
$ -3 23v
$ `S 0 i
4=
C a C 3; 6 ,
Total Price (Figures)
Bidder's Address 1032 West "C" Street, Wilmington. nA 90744
Bidder's Telephone Number 310 -830 -6323
Contractor's License No. & Classification 709L51
9/15/99 1 ,.// President
Date
Signature & Title
0
TO: Mayor and Members of the City Council
C,- 323
September 27, 1999
CITY COUNCIL AGENDA
ITEM NO. 13
C:
FROM: Public Works Department
L = 2 .
SUBJECT: 1999 BALBOA PIER REPAIRS - AWARD OF CONTRACT NO. 3236
RECOMMENDATIONS: APP R^VED
Approve the plans and specifications.
2. Award Contract No. 3236 to John S. Meek Company, Inc. for the Total Bid Price
of $268,630, and authorize the Mayor and the City Clerk to execute the contract.
3. Establish an amount of $26,000 to cover the cost of unforeseen work.
4. Approve a Budget Amendment to transfer $20,000 from the Beach Replenishment
Program (7231- C5100282) to the Balboa Pier Repairs Account (7231- C5100153).
5. Approve a Budget Amendment appropriating $106,130 from the General Fund to
the Balboa Pier Repairs Program.
DISCUSSION:
At 11:00 A.M on September 15, 1999, the City Clerk opened and read the following bids
for this project:
BIDDER TOTAL BID AMOUNT
Low John S. Meek Company, Inc. $268,630
2 American Marine Corp. $334,040
The low total bid amount is 41.38% higher than the Engineer's Estimate of $190,000.
The limited number of bidders, the Construction through Ruby's restaurant, and
specialized nature of the work contributed to the high bid amount. The low bidder, John
S. Meek Company, possesses a General Engineering Contractor's "A" license as
required by the project specifications. John S. Meek Company, Inc. has satisfactorily
completed similar projects for the City.
This project provides for repairs to the Balboa Pier as recommended by Don Hellmers
Engineering in their 1998 -99 Pier Inspection Report. The repairs involve removal and
installation of timber piles, pile caps, corbels and bracing. The project will also involve
the replacement of three piles under Ruby's restaurant. This will necessitate the
0
SUBJECT: 1999 Balboa Pier Repairs —Award of Contract No. 3236
September 27, 1999
Page: 2
removal of the roofing and decking in the restaurant. Due to the needed pier repairs
and the exposure from removal of portions of Ruby's roof, it is imperative to complete
this work prior to the storm season.
The contract specifications provide for completion of all work by December 10, 1999.
The City has met with the managers of Ruby's restaurant and is working with them to
coordinate the construction activities and replacement of damaged pilings under the
restaurant in order to minimize any interference with their operations. In addition, the
managers of Ruby's restaurant have indicated their intention to shut the restaurant
down for a short time during construction in order to make repairs and their own
improvements to the building.
The current budget provides $148,500 for pier repairs. To provide the additional
funding for this project, it is recommended that funds, in the amount of $20,000, be
unencumbered from the previous pier repair project. In addition, funds in the amount of
$20,000 should be transferred from the Beach Replenishment Program. The balance of
the funding would be advanced from the General Fund. This is a project that may be
eligible for reimbursement from the American Trader Oil Spill Settlement Proceeds if all
the parties to the settlement agree that the pier repairs are an eligible expenditure. In
summary funding is recommended from the following accounts:
Respectfully su itte�d'G_e�
PUBLIC WORKS DEPARTMENT
Don Webb, Director
By:�
Stephdn L'uy,
Associate Civil Engineer
Attachment: Project Location Map
Bid Summary
f:\ users\pbwlshared\ oouncihfy99- 001septemher- 27tpiers o3236.doc
Account Number
Amount
Balboa Pier Repairs (99 -00)
7231- C5100153
$148,500
Balboa Pier Repairs (98 -99)
7231- C5100153
$ 20,000
Beach Replenishment Program
7231- C5100282
$ 20,000
General Fund Budget Amendment
$106,130
Total
$294,630
Respectfully su itte�d'G_e�
PUBLIC WORKS DEPARTMENT
Don Webb, Director
By:�
Stephdn L'uy,
Associate Civil Engineer
Attachment: Project Location Map
Bid Summary
f:\ users\pbwlshared\ oouncihfy99- 001septemher- 27tpiers o3236.doc
S2 Q 0 y~ �/1gNNEC
v
O h
N
m�Q Pq�F /C N x
OC fqN
V
LOCATION MAP
CITY OF NEWPORT BEACH omw* S` DATE
PUBLIC WORKS DEPARTMENT mpftoym
1999 BALBOA PIER REPAIRS
CONTRACT INO. 3236 DRAWING No. EXHIBIT °A°
r
SZ
U W
f
OWO �
LLI
F- a
00
W Y
Z 0
O
LL.3
O�
J
U m
a
a
0
E tii
m �
o
w
f
m
2 J
c
U L
v m
u N
p � �
w O U
JC �
U
°1Nx
u N �
u
Z
Q J
Q C
(OJ W
L
J y
o �
m
m
O �
O J
O C
O d
La
M °a
n .n In
�IW
6 F
Q
trf
m O w z
CA w
Z Q
�G
Z�
t7
Z
H
Z
7
s0
c Q
A
F
I�
h�
m
w
N (�
N Q LL N N
J LLLLII J J J
O
r1i
c
m
I d
w a
E N
U ry
m ce
E O w
C N
� d >
E 1$ C C
C In 1 N 10
d 1 Y L
2 c c L p2 p2
2: N 9 8 U U
�+I NIMI VI NI Vi
E
v
m�a
r
E
E
a
m
m
p8
p
9
C 0 of Newport Beacf NO. BA- 008
BUDGET AMENDMENT
1999 -00 AMOUNT: i12s,13o.00
CT ON BUDGETARY FUND BALANCE:
Increase Revenue Estimates
X Increase Budget Appropriations AND
X Transfer Budget Appropriations
SOURCE:
X from existing budget appropriations
from additional estimated revenues
X from undesignated fund balance
EXPLANATION:
This budget amendment is requested to provide for the following:
Increase in Budgetary Fund Balance
X Decrease in Budgetary Fund Balance
No effect on Budgetary Fund Balance
To transfer $20,000 from the Beach Replenishment Program and appropriate new funds from general fund balance
to the Balboa Pier Repairs Program. Reimbursement may be forthcoming from the American Trader Settlement.
There are no prior budget amendments.
ACCOUNTING ENTRY:
Amount
BUDGETARY FUND BALANCE Debit Credit
Fund Account Description
• 010 3605 Fund Balance Control $106,130.00
REVENUE APPROPRIAT IONS (3601)
Fund /Division Account Description
EXPENDITURE APPROPRIATIONS (3603)
Description
Division Number 7231 Tidelands - Capital
Account Number C5100282 Beach Replenishment Program $20,000.00
Division Number 7231 Tidelands - Capital
Account Number C5100153 Newport/Balboa Pier Inspection/Rep $126,130.00
Division Number
Account Number
• Automadc System Entry.
Signed: eel
Fln'Anci�ill Approval: Finance clot Date
Signed: ,
Administrative App oval: City Manager e
Signed:
City Council Approval: City Clerk Date
(Sy of Newport BeaCA NO. BA- 008
BUDGET AMENDMENT 4 �J
1999 -00 AMOUNT: ;12s,13o.00
FECT ON BUDGETARY FUND BALANCE:
Increase Revenue Estimates
NX Increase Budget Appropriations AND
Transfer Budget Appropriations
SOURCE:
X from existing budget appropriations
from additional estimated revenues
X from undesignated fund balance
EXPLANATION:
Increase in Budgetary Fund Balance
X Decrease in Budgetary Fund Balance
No effect on Budgetary Fund Balance
This budget amendment is requested to provide for the following:
To transfer $20,000 from the Beach Replenishment Program and appropriate new funds from general fund balance
to the Balboa Pier Repairs Program. Reimbursement may be forthcoming from the American Trader Settlement.
There are no prior budget amendments.
ACCOUNTING ENTRY:
BUDGETARY FUND BALANCE
Fund Account Description
010 3605 Fund Balance Control
REVENUE APPROPRIATIONS (3601)
Fund /Division Account Description
EXPENDITURE APPROPRIATIONS (3603)
Division Number
Account Number
Signed:
Approval: Finance
Signed
Manager
Signed: ✓ICIU"t7tt_ M, %JQ.l7%6E
City Council Approval: City Clerk
Amount
Debit Credit
$106,130.00
$20,000.00
Automatic
$126,130.00
i
Date
C
Date
Description
Division
Number
7231
Tidelands - Capital
Account
Number
C5100282
Beach Replenishment Program
Division
Number
7231
Tidelands - Capital
Account
Number
C5100153
Newport/Balboa Pier Inspection /Rep
Division Number
Account Number
Signed:
Approval: Finance
Signed
Manager
Signed: ✓ICIU"t7tt_ M, %JQ.l7%6E
City Council Approval: City Clerk
Amount
Debit Credit
$106,130.00
$20,000.00
Automatic
$126,130.00
i
Date
C
Date
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
January 6, 2000
American Marine Corp.
1500 S. Barracuda Street
Terminal Island, CA 90731
Gentlemen:
Thank you for your courtesy in submitting a bid for the 1999 Balboa Pier Repairs
(Contract No. 3236) in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal for the above mentioned
project. Your cooperation in working with us on this matter is greatly appreciated, and
we hope that you will accept future opportunities to bid on projects of a similiar nature.
Enclosure
Sincerely,
tla
LaVonne M. Harkless, CMC /AAE
City Clerk
3300 Newport Boulevard, Newport Beach