Loading...
HomeMy WebLinkAboutC-3798 - Ocean Pier RepairsJ CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC May 22, 2008 John S. Meek Company, Inc. 14732 S. Maple Avenue Gardena, CA 90248 -1934 Subject: Ocean Pier Repairs (C -3798) To Whom It May Concern: On May 22, 2007, 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 one year after Council acceptance. The Labor & Materials Bond was released on June 29, 2007. The Surety for the contract is Great American Insurance Company and the bond number is 176- 74 -12. Enclosed is the Faithful Performance Bond. Sincerely, LaVonne M. Harkless, MMC City Clerk cc: Public Works Department Stephen J. Luy, P.E. enclosure 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us EXECUTED IN QUADRUPLICATE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT OCEAN PIER REPAIRS CONTRACT NO. 3798 BOND NO. 176 -74 -12 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 7150 00 being at the rate of $ 11.30/8.00 thousand of the Contract price. WHEREAS, the City Council of the City of Newport Bti:%O1, Slate of California, by motion adopted, awarded to JOHN S. MEEK COMPANY, INC., hereinafter designated as the "Principal ", a contract for construction of OCEAN PIER REPAIRS, Contract No. 3798 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beach, all of which are iricuipcnaled herein by this reference. WHEREAS. Principal has executed or is about to execute Contract No. 3798 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Great American Insurance Company , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "..Surety "), are held and firmly bound unto the City of Newport Beach, in the sum of Six Hundred Eighty -Seven Thousand, Five Hundred Fifty and 001100 Dollars ($687,550.00) lawful money of the United States of America, said sum being equal to 100 %u of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our hairs, exerutors and administrators, successors, or aeeigns, jointly and severally, firmly by these present. 'I HL CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents 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, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not cxceeding the sum specified in this Bond; uthurwise this obligation shall become null and void. 28 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fPPa. including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety 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 way affect its 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 one (1) year following the date of formal acceptance of the Project by the City. Iii Rte everd that t1w Principal executed (his bond as an mdlvldual, 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 18th day of October . 2006. John S. Meek Co., Inc. (Principal) Great American Insurance Company Name of Surety 750 The City Boulevard South, 5300 Orange, CA 92668 -4940 Address of Surety (714) 740 -3279 Telephone Authorized Signature itle Authorized Agent Signature Rhonda C. Abel, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 29 State of California ACKNOWLEDGEMENT County of Orange On October 18 2006 personally appeared Rhonda C. Abel before me, Jeri Apodaca, Notary Public (here insert name and title of the officer) 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 acknowledge 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 instr '„ .ennr. WITNESS my hand and official seal. Signature ConvrAdon If 169 707 Notary htft - COWWM Ownpo CouN1r (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) 8 LIMITED GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTIT/(IES) s-avbnee vub DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE FRP CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT �'�.�tiS': t:' {-�: G:•�.` ." - -'" - �,.i.'tit:: �T {i'�K`"4'S'GSSS - CY'- G�'t�;:: �(;' �`'f':' + %a:.��',✓ _c? . State of California County of Los Angeles On ia�o fO beforeme, Emily J. White, Notary Public N. an title of 019oar leg..'Jena We. NMq P,tkl personally appeared John S. Meek N..M 01 Syneqal EMILY J. WHITE _ CommWlon # 1513023 Notary Pudk:. Calffomla Los Angeles County My Comm. Expkes Sep 12, 2008 CYpersonally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(&) dare subscribed to the within instrument and acknowledged to met t I h�s}'she /they executed the same in l her /their authorized capacity(ies), an that by &her /their signature(%) on the instrument the person(rz), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. . ry Pudk OPTIONAL Though the information betow is not required by law, it may prow vaWable to persons relywg m ft document and could pmwnt fraudulent mmoW and mattachment of this form to another document Description of Attached Document Title or Type of Document:, ".%wd /14 rei9n.t Document Date: & 0- . 18 '2 0 D Co Number of Pages: ,2 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: John S. Meek ❑ Individual IX Corporate Officer — Title(s): _ ❑ Partner —❑ Limited O General ❑ Attomey -in -Fact ❑ Trustee • Guardian or Conservator • Other: Signer Is President John S. Meek Company, Inc RIGHTTHUMBPNINT'i Of SIGN ER n r; r� t: r, 0 1999 Natiorrel Notary A^.9aMw • 9359N 3 A".. P.O. Boa M • 31%tawa9i, C 91313� • w: x.natlonaIWW..oq Pm . No. 5997 nemtler: Cell Tat .I eT K? CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC June 29, 2007 John S. Meek Company, Inc 1931 N. Gaffey Street, Suite C San Pedro, CA 90731 Subject: Ocean Pier Repairs (C -3798) To Whom It May Concern: i On May 22, 2007, 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 one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on May 25, 2007, Reference No. 2007000339363. The Surety for the contract is Great American Insurance Company, and the bond number is 176 - 74-12. Enclosed is the Labor & Materials Payment Bond. Sin�cerelly,, /f LaVonne M. Harkless, MMC City Clerk cc: Public Works Department Stephen J. Luy, P.E. encl. 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us • EXECUTED IN QUADRUPLICATE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT OCEAN PIER REPAIRS CONTRACT NO. 3798 BOND NO. 176 -74 -12 Premium included in charge for Performance Bond 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 construction of OCEAN PIER REPAIRS, Contract No. 3798 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 Depaittnent or fife City or Newport Beach, all or which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3798 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pdy fur 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 fhA sum of Six Hundred Eighty -Seven Thousand, Five Hundred Fifty and 001100 Dollars ($687,550.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newpui I 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 the-se 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 lahnr thereon of any kind, or for amounts due under the Uncmployment 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 erdoice 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. F. 0 0 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Pond, 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 cxoncratc 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 18th day of October 2006. John S. Meek, Co., Inc. (Principal) Great American Insurance Company Name of Surety 750 The City Boulevard South, #300 Orange, CA 92668 -4940 Address of Surety (714) 740 -3279 Tcicphone Authorized Signature/Title (v Authorized Aqent Signature Rhonda C. Abel, Attorney " in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 27 W 0 0 State of California ACKNOWLEDGEMENT County of Orange On October 18 2006 personally appeared Rhonda C. Abet before me, Jeri Apodaca, Notary Public (here insert name and title of the officer) 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 acknowledge 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 ins JERI APODACA Commbdon s 1693703 WITNESS my hand and official seal. Notoy Public - CoNomio OrarP County Signature / On My Comm.t3gt 0012,201 (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) a LIMITED GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTTY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE a- vuonuc uw FRP r 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles ss. On Cf. !Q dDO(e before me, Ihstily J. White, Notary Public Date Nerve eM Title d q r (e.g., 'Jam O , NIN q W cj personally appeared John S. Keek ,x n: [Xpersonally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(4 whose name(@) (gare subscribed to the within instrument and acknowledged to me that&she /they executed the same in hi er /their uthorized capacity(iss) , and that by hi her /their signature( on the instrument the person(), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official sea]. LL�� yam^ ry �"eryf - OP77ONAL Though me inlomtadon below is not wquired bylaw, it may Prove valuable to parsons retying on 1010 document and could prevent haudulml rom wal and reattachment of this /mm to arolher document. Description of Attached Document Title or Type of Document Date: I D —1 R ^ f7 �e V Number of Pages: Signer(s) Other Than Named Above: a6y c Cep Capacity(ies) Claimed by Signer Signer's Name: John S. Meek ❑ Individual 9 Corporate Officer — Title(s): President ❑ Partner — ❑Limited ❑General • Attorney-in-Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: John S. Meek Company, Inc. RIGI IT THU IMPRINT Cr SL. ^,NER 0 1999 NM Notary MSOrit - 9&% Do aft Aw, P.O. a DHR•Ch9 M. CA 91913QM•wrxnetlo„aFCevraq Pod No. 699] Reorder CNI T01W" 1-99989969Z) U > N aaC xy 0o Ho yo V za �j LO co co 00 Ln N C u� J U O 5 d z ^•�FACH Q, 6 6: O 7' Y� l A.1�7 LP W w a W W4 N I, 0 i 0 - o p- 0 - 0 o — U 0 i0 2 O H m N Z _ 4 + W 4W _ _ LLlC£TW It _ zwoaa w -Z OE) N O O2 wO z — owyja W 01W W Waa OF£U O = U F F = N aCmo FOP¢ F - = a Mw" -AO ovii U � i U o Uza C4 s 1 W GREAT AMERICAN INSURANCE COMPANY® Administratthte Office: 680 WALNUT STREET • CINCINNATI, OHIO 46202. 613.3608000 • FAX 813- 723 -2740 The number of persons authorized by this power of attorney is not more than SIX No. 0 14079 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 a persons named below its true and lawful attomeyin -&M fa 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 STANLEY C. LYNN ALL OF ALL JAMES A. SCHALLER IRVINE UNLIMITED JANE KEPNER CALIFORNIA NANETTE N ARIELLA -MYERS RHONDA C. ABEL SUZANNL EDWARDS This Power of Attorney revokes all previous powers issued in behalf of the womey(s )-in -fact nenced 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 le day of, JANUARY '2.w. STATE OF OHIO, COUNTY OF HAMILTON - as: GREAT AMERICAN INSURANCE COMPANY DAVII) C. IUCHIN (5733693871) On this I(f° day of JANUARY , 2004, before me personally appeared DAVID C. KITCIIN, to me known, being duly swom, deposes and says that he resides in Cincmnat, Ohio, that he is the Divisional Senior 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 of the said Company; than the seal affixed to the said instrument is such corporate 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 1, 1993. RESOLVED: That the Ddvksion Presid n , the several Division VWe Presdenu and Assistant Vice Presddentr, or any one of them, be and hereby is aurhorleed from Hme to t[me, to appoint one or more Anonreys m -Fact to execute on behalf of the Comparry, as surmy, any and all bonds, w deriakings and contracts ofs iyship, or other written obligations in the nature thereof, to prescribe their respective dudes and the respective limits oftherr authority; and to revoke any such appofnhnent at any time. RESOLVED FURTHER: That ire Company seal and the signature ofarty of doe rdoresad off icers and any Secretary orAmislantSecreasry of Alm Company maybe a,Qired byfacsimile to any power of attorney or wfifiease ofe9hergtvenfor the execution of any bond, undertaking, contractor suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Compaey as the original signature ofsuch officer and due orginal seal of the Company, to be valid and binding upon the Company with the samefamee and elect as though manually affixed CERTIFICATION 1, RONALD C. HAYES, Assistant Secretary of Greet American Insuanco Company, do hereby certify that the foregoing Power of Attorney and die Resolutions of the Board of Directors ofMarch 11, 11 -99933 hhya/c not been revoked and are now in full force and effect. Signed and sealed this WA-4y of, l./. v , V. d O a 610M(11101) 0 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Recorded in Official Records, Orange County Tom Daly, Clerk- Recorder IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIUIIIIIIIIIIIIIIII�IIIIINO FEE 200700033936311:04am 05125107 227 186 N12 1 o.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 "Exempt from recording fees pursuant to Government Code Section 27383" 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, Inc, of San Pedro, California, as Contractor, entered into a Contract on October 24, 2006. Said Contract set forth certain improvements, as follows: Ocean Pier Repairs (C -3798) Work on said Contract was completed, and was found to be acceptable on May 22. 2007, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Great American Insurance Company. tic 6rks Director City ogNewport Beach VERIFICATION certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. ��,, Executed on � g/ at Newport Beach, California. I W..., M / �I L elf li 9 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC May 23, 2007 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 i RE: Notices of Completion (C -3460, C -3562, C -3722, and C -3798) Please record the enclosed Notices of Completion (4) and return them to the City Clerk's office. Thank you. Sincerely, LaVonne M. Harkless, MMC City Clerk Enclosures 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us • 0 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 "Exempt from recording fees pursuant to Government Code Section 27383" 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, Inc, of San Pedro, California, as Contractor, entered into a Contract on October 24, 2006. Said Contract set forth certain improvements, as follows: Ocean Pier Repairs (C -3798) Work on said Contract was completed, and was found to be acceptable on May 22, 2007, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Great American Insurance Company. Director rt Beach VERIFICATION certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. y , Executed on i / l CC�� a 3� a O 7 at Newport Beach, California. ' BY Li i ► City Clerk 0 , Xl/0a -,)-097 CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT C, ` 37V May 22, 2007 TO, HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Stephen Luy 949- 6443330 or sluy @city.newport- beach.ca.us SUBJECT: OCEAN PIER REPAIRS — COMPLETION AND ACCEPTANCE OF CONTRACT NO. 3798 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 1 year after Council acceptance. DISCUSSION: On October 24, 2006, the City Council authorized the award of the Ocean Pier Repairs, Contract No. 3798 to John S. Meek Company for the total contract bid price of $687,550.00. The contract provided for the replacement of deteriorated and or missing cross bracing, stringers, cross bridging, hardware, etc; installation of fiberglass jackets, reinforcement and epoxy grout to stabilize and or repair pier pilings; installation of trowelable epoxy to fill voids and fix cracks in existing structural members of the pier, and performing all related work as required to complete the contract work in accordance with the drawings and specifications. 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: $687,550.00 Total amount of change orders: 102,973.97 Final contract cost: $790,523.97 Ocean Pier Repairs Completion AFAcceptance of Contract No, 3798 May 22, 2087 Page 2 The project called for the issuance of three Change Orders (CO) as follows: CO # Description of Work Amount 1 Replacement of damaged pier lighting conduit $5,524.30 2 Inspection of both piers to assess current conditions for a $30,000.00 future repair contract 3 Additional miscellaneous repairs and maintenance $67,449.67 TOTAL $102,973.97 Funding for these extra costs was available within the project contingency and current Capital Improvement Program budget. The final overall construction cost including the Change Orders was 15 percent over the original bid amount. Other Project Costs: In addition to the primary construction contract, this project involved other project expenses. Total project expenses are summarized as follows: Construction $790,523.97 Construction Inspection $ 1,766.70 Incidentals $ 324.72 Total Project Cost $792,615.39 Environmental Review: This project qualified for a Categorical Exemption pursuant to Section 15301 of the California Environmental Quality Act. This exemption permits maintenance and alteration of existing public facilities with negligible or no expansion of the existing use of the facilities. Funding Availability: Funds for the project were expended from the following accounts: Account Description Account Number Amount Ocean Pier Repairs 7231- C5100836 $757,091.09 Ocean Pier Inspection 7231- C5100153 $ 30,000.00 Streetlight Maintenance 7013- C5300914 $ 5,524.30 Total: $792,615.39 All work was completed on May 2, 2007 which was ahead of the scheduled completion date of June 11, 2007. Prepar by: Submitted b Stephe Luy t en G. Badum Associate Civil Engineer ublic Works Director r 0 CITY OF NEWPORT BEACH - CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 11:00 a.m. on the 11th day of October 2006, at which time such bids shall be opened and read for OCEAN PIER REPAIRS Title of Project Contract No. 3798 $443.000.00 Engineer's Estimate by ffhen G. Badum is Works Director PLAN HOLDER LIST AVAILABLE ON CITY WEBSITE http://www.city.newport- beach.ca.us CLICK: • Online Services • Public Works Contracts Bidding Prospective bidders may obtain one set of bid documents for $20.00 at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663 Contractor License Classification(s) required for this project: "A" For further information, call Stephen Luy, Project Manager at (949) 644 -3330 i 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT OCEAN PIER REPAIRS CONTRACT NO. 3798 TABLE OF CONTENTS NOTICE INVITING BIDS .......................................................... ............................... Cover INSTRUCTIONS TO BIDDERS ........................................................ ..............................3 BIDDER'S BOND .............................................................................. ..............................5 DESIGNATION OF SUBCONTRACTOR(S) ..................................... ..............................6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................7 NON - COLLUSION AFFIDAVIT ........................................................ .............................11 DESIGNATION OF SURETIES ........................................................ .............................12 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL.. 13 ACKNOWLEDGEMENT OF ADDENDA .......................................... .............................15 INFORMATON REQUIRED OF BIDDER ......................................... .............................16 NOTICE TO SUCCESSFUL BIDDER ............................................. .............................19 CONTRACT..................................................................................... .............................20 LABOR AND MATERIALS BOND .................................................... .............................26 FAITHFUL PERFORMANCE BOND ................................................ .............................28 PROPOSAL................................................................................ ............................... PR -1 SPECIALPROVISIONS ................................................................. ...........................SP -1 2 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT OCEAN PIER REPAIRS CONTRACT NO. 3798 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 CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10 percent 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. The successful bidder's security shall be held until the Contract is executed. 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. The i • 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 at 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 by calling the prevailing wage hotline number (415) 703 -4774, and requesting one from the Department of Industrial Relations. 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 at 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 A B HAZ Contractor's License No. & Classification John S. Meek Ccunpany, Inc. Bidder sident Aut zed Signature/Title 10 -10 -06 Date • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT OCEAN PIER REPAIRS CONTRACT NO. 3798 BIDDER'S BOND We, the undersigned Principal and Surely, our successors and assigns, executors, heirs and administrators, agree to be juintly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of TEN PERCENT OF THE TOTAL AMOUNT BID Dollars ($ 10% ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of OCEAN PIER REPAIRS, Contract No. 3798 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 execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notificafion 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 5TH day of OCTOBER . z000. JOHN S. MEEK COMPANY, INC. Name of Contractor (Principal) GREAT AMERICAN INSURANCE COMPANY Name of Surety 750 THE CITY BLVD. SOUTH, SUITE 300 ORANGE, CA 92668 -4940 Addrece of Surety (714) 740 -3279 Telephone RuthQij ed Signaturerritle Authorized Agent Signature RHONDA C. ABEL, ATTORNEY -IN -FACT Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) 0 0 State of California ACKNOWLEDGEMENT Countyof Orange On October 5, 2006 personally appeared Rhonda C. Abel before me, J. Barragan, Notary Public (here insert name and title of the officer) 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 acknowledge to me that he /shelthey 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. l�RRI1G/- em WITNESS my hand and official seal. ConnnYOon# 1635125 cmaill=ll ►io"y "ft • Calllamb Signature W CWW. &""jCn 66 201 (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) e LIMITED GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) 5- 40671GE 1M6 DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE FRP 0 GREAT AMERICAN INSURANCE COMPANYS Administrative Office: 580 WALNUT STREET • CINCINNATI, OHIO 45202 is 513- M9.5000 • FAX 513- 723 -2740 The number of persons authorized by this power of attorney is not more than SIX No. 0 14079 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 anomeyin -fact, for it and in its name, place and shad 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, undeehldng or contract of suretyship executed under this authority shalt not exceed the limit stated below. MIM Address Limit of Power STANLEY C. LYNN ALL OF ALL JAMES A. SCHALLER IRVINE UNLIMITED JANE KEPNER CALIFORNIA NANETI'E MARIELLA -MYERS RHONDA C. ABEL SUZANNE EDWARDS This Power of Attorney revokes all previous powers issued in behalf of the snomey(s) -in -fad 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 10° day of, JANUARY , 2004. STATE OF OHIO, COUNTY OF HAMILTON - ss: GREAT AMERICAN INSURANCE COMPANY VAVIn C.aTCtaN (513,569-3811) On this le day of JANUARY , 2004, before me personally appeared DAVID C. KITCHIN, to me known, being duly sworn, deposes and says that he tesides in Cincinnati, Ohio, that he is the Divisional Senior Vice President of dre Band Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate 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 resolution.; adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated March 1, 1993. RESOL VED; That the Division President, the several Dmisinn Vice presidents and Assistant Pie presidents, or any one of them, be and hereby Is amhortwd, from that to dine, to appoint our or more Aaorntys-tn -Fact to sesente on behalf of the Conipmy,, as surety, any and all bonds, aadertatinga and contracts ofmmouhip, or other written obligations in the nature thereof • to prescribe their retoecthe duties and the respective omits of their authority; and to rewire any such appointment at arty time. RESOLVED FURTHER, • That due Compaty seal and Our signature ofar y of tee aforesaid officers and any Secretary or Assistant Secretary of the Company may be afJbid by facsimile to anyp —of attorney or certificate of either given for the execaton of any bond, ardertakdng, contract or suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Companny as the original sigrramre ofmch g8lcer and the originalseal ofthe Company, to be mlidand binding upon the Company with the same force adeffect = though manuaity afJlTed" CERTIFICATION I, RONALD C. HAYES, Assistant Secretary of Great Americmu Insurance Company, do hereby unity that the foregoing Power of Attorney and the Resolutions of the Board of Directors of March 1, 1993 have not been revoked and ate now in tell force and effect. Signed and sealed this 5th day of, October 2006. S1029T(1101) �......, ... CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles I ss. On 9(2001)00(e before me, Emily J. White, Notary Public Oats Name end Tee of Olflmr (e.g., 'Jam Doe, Nobry NNW) personally appeared John S. Meek EMILY J. WHITE Commlaaion # 1513023 z WC0MMEXPk0$S*P12.2W8j Notary Ra tk - Caftmlu Loa Mpelas County Nwe(a) of signer(a) CYpersonally known to me O proved to me on the basis of satisfactory evidence to be the person(&.) whose name() Ware subscribed to the within instrument and acknowledged to me that 41afthe/they executed the same in his) /her/their authorized capacity(ies), and that by 61 Aier/their signature(s) on the instrument the person(&), or the entity upon behalf of which the person(§) acted, executed the instrument. WITNESS my hand and official seal. a �fi ti re of Nman Paena OPTIONAL Though the information below Is not required bylaw, it may prove valuable to persons retying on the document and could prevent imucUem removal and reattachment of this lomr to anolher document Description of Attached Document Title or Type of Document: f &&Ck, 11? rtio Document Date: 10 - 5.0 (a Number of Pages: f Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: John S. Meek Wom ❑ Individual Top of thumb here (X Corporate Officer — Title(s): President ❑ Partner — ❑ Limited O General ❑ Attorney -in -Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: John S. Meek Company, Inc. 019% Na6mal Notary A66miatbn- 9350 De Sato Aw., P.O. 90x2002- ChataMft. CA 91313�2CO2 - r,w.natbrelnotaryor, Pmd. No. 6907 ReoNer. Call TdWrae 1-600,876lie2'I Best's Rating Center - CompanYInformation for Great American Insure Company View Ratings: Financial_ Strength Issuer Credit Securities Advanced SearCh I Rating Methodology I .- _....� -- -.. ..- ._..._ 1 Great American Insurance Company Search Besl$Ratings lemamOerdGreetpi9edf &1P8C,lnsumrlceG,ry1 (�ew.segWges,lal.telateeivsuGy) AsOpodmculpvniesNmhave.in I j A.NIZOSI 0: 02213 NAIL 0: 16691 FEIN 0: 3106012M celOpinlon, an vxCGldis ahtilybmccll Press Releases PamnrslOC kl-c kerNowYOMS tockEsmvget`D 2SL AF6noNasdagStod,NUMinNASDAOAFG Neil ongoing olon2a'JarsW II't„�II Related Products k Address: 580 Walnut Street. 12th Floor Phone: 513- 369 -5000 oollwkmaas. Cincinnati. OH 45202 Fax: 513- 369 -3600 Industry '8 Regional Web: v_vv greatamericaninsurance core Country Risk Best's Ratings How to Get Rated Financial Strength Ratings View Definitions. Issuer Credit Ratings View Definitions Page I of 2 Other Web Centers: P I Contact an Analyst Rating: A (Excellent) Affiliation Code: p (Pooled) Financial Size Category: KIV (Sl.5 billion to $2 billion) Outlook: Stable Action: Affirmed Effective Date: June 17, 2005 * Denotes Under Review Best's Ratings Long-Teri a Outlook: Stable Action: Assigned Date: June 17, 2005 Reports and News Visit our NewsRoom for the latest 1r ews_pnd pLe�eleases for this company and its A.M. Best Group. ( Best's ;Company Report - includes Best's Financial Strength Rating and rationale along with comprehensive analyt i�1 detailed business overview and key financial data. Report Revision Date: 0712112005 (represents the latest significant change). Historical Reports are available in Best's Company Report Archive. Best's Executive Summary Reports (Financial Overview) - available in three versions, these presentation style in „y-sheet. Income statement, key financial performance tests including profitability, liquidity and reserve analysis, Date Status: 2006 Best's Statement File - PIC, US. Contains data compiled as of 8/2912006 (Quality Cross Checkt • Single Cojrrpany - rive years of financial data specifically on this company. • Comparison - side -by -side financial analysis of this company with a peer group of up to five other companies yc • Composite - evaluate this company's financials against a peer group composite. Report displays both the avers composite of your selected peer group. Note: Adobe Reader is required to view the reports listed above. This software is available free from Adobe_Syslem: option Is also available once the report has been opened using Adobe Reader. Bests Key Rating Guide. Presentation Report - Includes Best's Financial Strength Rating and financial data as on ,4, Rating Guide products. '.�Data Status: 2005 Financial Data (Quality Cress Checked). Financial and Analytical Products Best's PropenyL asualty Center - Premium. Data $ Reports Bests Kay Rating Gu_de=PLIC _US. &.Canada Best's Statement File -PIC, US Besl's.Statemenl File_ lobal Best's Insurance ReportstsPfC US 8 Canada Best's State Line - PIC, US Best's Insurance Expense Exhib_I_(IEE) - P/C _US Besta SLaIe /Line (Combined Lines). - PIC, US Cu_stormat Servjoe I Product Support I Membef_Cer1ter I Contact Info I Careers About A M. Best I Site Map I Privacy Policy I Segurity. I Terms of Use I Legal 8 Licensing Copyright ® 2006 A.M. Best Company. Inc: All rights reserved. http:// tir�vw3 .ambest.com /ratings[FullProfile .asp ?B1= 0 &AMBNum= 2213 &A]tSrc =1 &Alt... 10111/2006 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT OCEAN PIER REPAIRS CONTRACT NO. 3798 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 Soecifications 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. (Use additional sheets if needed) Subcontractor's Information Bid Item Description of Work %of Number Total Bid Name: Address: Phone: State License Number. Name: Address: Phone: State License Number. Name: Address: Phone: State License Number. John S. Meek Company, Inc. Bidder �Yw Author' fd SignatureTtle 6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT OCEAN PIER REPAIRS CONTRACT NO. 3798 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidders Name John S. Meek Company, Inc. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON - RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $15,000, provide the following information: No.1 Project Name /Number Berths 118 -119 Project Description Tyr Wharf Repair Approximate Construction Dates: From May 10, 2005 To: July 31. 2006 Agency Name Port of Los Angeles Contact Person Donna Ehfiajian Telephone (310) 732 -3689 $2,618,925.00 2,71fi,417.15 Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Approved Change Order work. Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, - briefly explain and indicate outcome of claims. No claims. No. 2 Project Name /Number • • Dam Arch Repair - Spec. No. 2006 -01 Project Description Repair of dam archway Approximate Construction Dates: From9 -15 -06 To: 11 -01 -06 Agency Name Big Bear Municipal Water District Contact Person Sheila Hamilto)i Telephoneg09 ) 866 -5796 Original Contract Amount $614.2555 Final Contract Amount $ in progress If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? if yes, briefly explain and indicate outcome of claims. No claims No. 3 Project Name/Number City of Santa Monica - Heal the Bay Aquarium, Project Description Roof repair of aquarium (under pier) Approximate Construction Dates: From 9/20/06 To: 11/1/06 Agency Name City of Santa Monica Contact Person Alex Parry Telephone ( ) (310) 458 -8721 Original Contract Amount $212 , 840 Final Contract Amount $ in prozress If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. Ll No. 4 Project Name/Number 0 Pier Rehab Phase III Project Description Remove and replace timber stringers, deck piles, braces and handrails Approximate Construction Dates: From 9/2006 To: 3/2007 Agency Name City. of Santa Monica Contact Person Randall Martinez Telephone ( ) ( 310) 6 28-9 362 $1,949,865 Original Contract Amount $ Final Contract Amount $ in progress If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No. 5 Project Name /Number Pier Inspections/ Pier work Project Description Annual Dive Inspections of pilings and various. repairs Approximate Construction Dates: From Ann, ,Ai T Agency Name City o f Redondo Beach Contact Person Mazin Azzawi Telephone ( )(310) 318 -0661 Original Contract Amount $ Final Contract Amount $ Ranges from-73- rom 3 ,000 to $300,000 depending on inspection an or repairs If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No claims. 9 No. 6 Project Name/Number Berths 142 -143 Project Description Timber TAharf Repairs Approximate Construction Dates: From 4/24/06 Agency Name Port of Los Angeles 0 To: 8/31/06 Contact Person Donna Enfiajian Telephone( )(310) 732 -3689 Original Contract Amount $ 743, 875 Final Contract Amount $ 824,197 If final amount is different from original, please explain (change orders, extra work, etc.) Additional work for approved change. orders Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No claims. Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractors current financial conditions. Bidder John S. Meek Canpaay, Inc- Authorized Signaturelride Additional Sheet 10 No. 6 Project Name/Number Project Description Riverside Drive Bridge over Tuiunga Wash Retrofit Approximate Construction Dates: From 1/30/06 Agency Name City of Los Angeles 5/12/06 Contact Person Ka-man Ravandi Telephone( ) (213) 202 -5582 211,180 Original Contract Amount $ Final Contract Amount $ 211,180 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No claims Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shah attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. Bidder John S. Mock Company, Inc. Authorized Signature/Title Additional Sheet 10 No. 6 Project Name /Number Vereda Bikeway Project Description Bikeway undercrossine Approximate Construction Dates: From 2/2006 11/2006 Agency Name City of San Chian Cani strann Contact Person 'dim Tappen Telephone ( ) (794) 835 -6355 Original Contract Amount $1.7M Final Contract Amount $ 1.8M If final amount is different from original, please explain (change orders, extra work, etc.) Change orders of approx. $50,000 issued for additional work. Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. Attach additional sheets if necessary. .Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. Bidder John S. Meek Company, Inc. Authorized Signature/Title Additional Sbeet 10 No. 6 Project Name /Number 182nd St. Bridge Project Description Seismic Retrofit Approximate Construction Dates: From May, 2006 To: in progress Agency Name City of Los Angeles Contact Person Timothy Fu Telephone ( (213) 675 -7899 $1,298,232 Original Contract Amount $ Final Contract Amount $ in progress If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. Bidder Authorized Signaturemtle John S. Meek Company, inc. Additional Sheet 10 No. 6 Project Name/Number Project Description Asilomar /Tramonto Bulkhead and street repair Approximate Construction Dates: From 5/06 Agency Name City of Los Angeles 0 in progress Contact Person 1 3a t; ss C'ae Telephone ( ) ( 213) 847 -0485 Original Contract Amount i55, 35s Final Contract Amount $ in progress If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No claims Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. 1- :rm Jahn S. Meek Company, Inc- Authorized Signature/Title Additional Sheet 10 0 No.6 Project Name/Number Osborne Street Bridge Project Description Bridge replacement Approximate Construction Dates: From 6 /05 To: 3/06 Agency Name City of Los Angeles Contact Person Matt Musuda Telephone ( ) t213> 485 -4531 965,725 Original Contract Amount $ Final Contract Amount $ 815,942. 56 If final amount is different from original, please explain (change orders, extra work, etc.) UnderroAns and reducing change order Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. Bidder John S. Meek Company, Fnc. Authorized Signature/Title Additional Sheet 10 No. 6 Project Name /Number Project Description Sunset Boulevard @ El Medio Remedial slope repair Approximate Construction Dates: From 6/2006 To: 10/2006 Agency Name City of Los Angeles Contact Person Manual Aguilar Telephone ( ) (213) 847 -0486 Original Contract Amount $267, 936 Final Contract Amount $ in Progress If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No claims Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other info ation sufficiently comprehensive to permit an appraisal of the Contractor's current ancial conditions. John S. Meek Company, Inc. Bidder 10 f". Auth ed Signature/Tifle E John S. Meek Company Inc. Resume of Site Supervisor Joe Carrico Joe Carrico has been a Foreman and site supervisor for John S. Meek Company for the past 5 years. He specializes in piers, wharfs and other marine projecting including timber and concrete construction. The following is a abbreviated list of pier projects that he has supervised: Project/Owner Description of Work Ocean Pier Repairs Crew foreman responsible for repairs of the Newport City of Newport Beach and Balboa Piers in 2001/2002. Supervised crews working on timber repairs and concrete deck installation. Wharf Repairs Site supervisor responsible for performing timber US Borax, Wilmington repairs to wharf including pile, stringer and cap repairs. Pier Repairs Crew foreman responsible for strengthening the Santa City of Santa Monica Monica Pier and performing additional repairs to the deck, stringers and pile caps. Berth 118 -119 Wharf Crew foreman / site supervisor responsible for major Repair repairs to Kinder Morgan fueling terminal wharf. Work Port of Los Angeles included pile repairs using jacket and epoxy method, replacement of caps, stringer and deck and repair of various wharf structures. Berth 142 -143 Wharf Site supervisor responsible for rehabilitation of Rehabilitation concrete wharf. The work included installation of steel Port of Los Angeles jackets and rebuilding of concrete piles, shotcrete and epoxy injection on the concrete wharf and other miscellaneous concrete repairs. 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT OCEAN PIER REPAIRS CONTRACT NO. 3798 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of Los Angeles John S. Meek being first duly sworn, deposes and says that he or she is n.wci(ipnt of-fohn C Maele rro„ 7�c ^, the party making the foregoing bid; that the bid is not made in the interest of, or o' n 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. declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct John S. Meek Ccnnpany, Inc. Bidder Subscribed and swom to before me this My Commission Expires: 9 -12 -08 Rm si dent rized Signaturefritle 10th day of October _'2006. [SEAL] EMiLYJ. WHITE _ Commission N 1513023 Notary Pub1c . California Los Angeles Count - 1Q1MvCommb0w8eP12,2 0 11 • 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT OCEAN PIER REPAIRS CONTRACT NO. 3798 DESIGNATION OF SURETIES Bidders name John S. Meek Canpany, Inc. Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance /bond type): Broker: AON Agent: Rhonda Abele (949) 608 -6300 1901 Main Street - Ste. 300 Irvine, CA 92614 Surety: Great American Insurance Company 750 The City Boulevard Orange, CA 92868 Agent: Stan Arendts (714) 740 -3279 12 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT OCEAN PIER REPAIRS CONTRACT NO. 3798 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidders Name John S. Meek Company, Inc. Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102. 13 Current Record Record Record Record Record Year of for for for for for Record 2005 2004 2003 2002 2001 Total 2006 No. of contracts 54 61 41 54 40 41 291 Total dollar Amount of Contracts (in 145500 17,500 14,000 13,000 13,000 11,000 83,000 Thousands of $ No. of fatalities 0 0 0 0 0 0 0 No. of lost Workday Cases 2 2 4 4 5 3 20 No. of lost workday cases involving 0 0 0 0 1 1 2 permanent transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102. 13 0 0 Legal Business Name.of Bidder John S. Meek Ccmpany, Inc. Business Address: 1931 No. , ffeU St. - Ste, C 2an Pedro, CA Business Tel. No.: (3JD)830 -&313 State Contractor's License No. and Classification: 709151 A B HAz Title President The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title If bidder is an individual, name and signature of individual must be provided, and, if he is doing business under a fictitious name, the fictitious name must be set forth. If bidder is a partnership or joint venture, legal name of partnership /joint venture must be provided, followed by signatures of all of the partners/joint ventures or of fewer than all of the partners/joint ventures if submitted with evidence of authority to act on behalf of the partnership /joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by notarized signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal. Signatures of partners, join venturers, or corporation officers must be acknowledged before a Notary Public, who must certify that such partners /joint venturers, or officers are known to him or her to be such, and, in the case of a corporation, that such corporation executed the instrument pursuant to its bylaws or a resolution of its Board of Directors. 14 0 • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT OCEAN PIER REPAIRS CONTRACT NO. 3798 ACKNOWLEDGEMENT OF ADDENDA Bidders name John S. Meek Company, Inc. The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Signature W 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT OCEAN PIER REPAIRS CONTRACT NO. 3798 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: John s Meek Company, Inc. Business Address: 1931 No. Gaffey St. - Ste. C San Pedro, CA 90731 Telephone and Fax Number: (310) 830 -6323 California State Contractor's License No. and Class: 709151 A B AAz (REQUIRED AT TIME OF AWARD) Original Date Issued: 5/2/1995 Expiration Date: 7/31/2007 List the name and title /position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: James F. Jilk, General Manager The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone John S. Meek President 1931 No. Gaffey St. - Ste. C (310) 830 -6323 San Pedero, CA 90731 Corporation organized under the laws of the State of its California • • The dates of any voluntary or involuntary bankruptcy judgments against- any principal having an interest in this proposal are as follows: All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: John S. Meek Company, Inc. For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; N/A Briefly summarize the parties' claims and defenses; N/A Have you ever had a contract terminated by the owner /agency? If so, explain. No Have you ever failed to complete a project? If so, explain. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes / ® NO Are any claims or actions unresolved or outstanding? Yes / No N/A 17 • • If yes to any of the above, explain. (Attach additional sheets, ff necessary) N/A Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non - responsive. John S. Meek (Print name of Owner or F of Corporation /Company) John S. Meek Ccmpany, Inc. Bidder Authoyi ed Signature/Title Title 10 -10 -06 Date Subscribed and sworn to before me this 10 day of October [SEAL] 18 2006. 0 • CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles } as. On 10-10 -0 iv before me, Emily J. White, Notary Public DAW Name alM Tda d OKCer (e.g.,'Jam Doo, Nolary Publil personally appeared John S. Meek Name(sl d SigneKsl LXpersonally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(sa whose name(S) ® /are subscribed to the within instrument and acknowledged to me that ®she/they executed FMILY,1. tM{ the same in ins/ er /their authorized Comrn6saion N 1513023 capacity(ies), and that by if s&er /their Notary pubtic . Calif 023 signature(s) on the instrument the person(&), or LOS Angeles C g the entity upon behalf of which the person(t$) MYComm• Expkes SOP 12.2 acted, executed the instrument. WITNESS my hand and official seal. d Notary Pub OPTIONAL Though the information below is not required by law, it may prove valuable to persona relying on the document and could prevent imudulent removal and reattachment of this loan to another document. Description of Attached Document Title or Type of Document: Jli!!,VI aro - %lump �eaak Document Date: 10 -10-0(a Number of Pages: _ 3 Signer(s) Other Than Named Above: Capaclty(ies) Claimed by Signer Signer's Name: John S. Meek ■ r:l ■ ■ ■ Individual Corporate Officer — Title(s): Partner — ❑ Limited ❑ General Attomey -in -Fact Trustee Guardian or Conservator Other: Signer Is President John S. Meek Company, Inc. RIGHT THUN12PRINT OF SIGNER 0 1999 National Notary Asso dabon • 93M Da Soto Ave., P.O. enx 2402 • CnatswoM. CA 91313 402 • w nahon&dary.or9 Pr No. 5907 Reorder. Cell TdFFrae 1-800.8766821 • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT OCEAN PIER REPAIRS CONTRACT NO. 3798 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 shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND 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. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. 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. 19 • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT OCEAN PIER REPAIRS CONTRACT NO. 3798 THIS AGREEMENT, entered into this _ day of , 2006, 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: OCEAN PIER REPAIRS Project Description as described in the Contract Documents. Contract No. 3798 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. 3798, 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. 20 r 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 Six Hundred Eighty-Seven Thousand, Five Hundred Fifty and 001100 Dollars ($687,550.00). 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 Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Stephen J. Luy (949) 644 -3330 F. LABOR CODE 3700 LIABILITY INSURANCE hereby certifies: John S. Meek Co., Inc. 1931 North Gaffey Street, #C San Pedro, CA 90731 310 - 830 -6323 310 - 835 -2163 Fax Contractor, by executing this Contract, "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 original certificates of insurance and with original endorsements effecting coverage required by this Contract. The certificates and endorsements for each insurance oolicv are to be sianed by a person authorized by that 21 0 ! 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 0002 (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 0002 0287 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. 22 • • 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, agents, 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. ii. 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, agents, 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, agents, 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. All of the executed documents referenced in this contract must be returned within ten (10) working days after the date on the "Notification of Award," so that the City may review and approve all insurance and bonds documentation. 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 23 • • 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 direct 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 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. I. 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. J. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. 24 • • 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. CITY CLERK APPR VED AS TO FORM: r .#e'A-- C TTORNEY 25 CITY OF NEWPORT A MuniQikstl7orWra(i JOHN S. MEEK CO., INC. n / By: L A '/ (Corporate Officer) Title: President Print Name: John S. Meek By: (Financial Officer) Title: Print Name: Y • EXECUTED IN QUADRUPLICATE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT OCEAN PIER REPAIRS CONTRACT NO. 3798 BOND NO. 176 -74 -12 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ .,7.150.00 being at the rate of $ 11,30/8.00 thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, Slate of California, by motion adopted, awarded to JOHN S. MEEK COMPANY, INC., hereinafter designated as the "Principal ", a contract for construction of OCEAN PIER REPAIRS, Contract No. 3799 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beach, all of which are inuvrpuiated herein by this reference. WHEREAS. Principal has executed or is ahoiit to execute Contract No. 3798 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Great American Insurance Company ' duly authorized to transact business under the laws of the State of California as Surety (hereinafter ':Surety "), are held and firmly bound unto the City of Newport Beach, in the sum of Six Hundred Eighty-Seven Thousand, Five Hundred Fifty and 001100 Dollars ($687,550.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our hairs, 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 heirs, executors, administrators, successors, or assigns, fall to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents 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, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not cxcecding the sum specified in this Bond; uttierwise this obligation shall become null and void. 28 0 0 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond. there shall be included costs and reasonable expenses and frzas, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety 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 shalt in any way affect its 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 one (1) year following the date of formal acceptance of the Project by the City. In the event that Ilre Principal executed this bond as an rndlvldual, ft 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 18th day of October 2006. John S. Meek Co., Inc. (Principal) Great American Insurance Company Name of Surety 750 The City Boulevard South, #300 Orange, CA 92668 -4940 Address of Surety (714) 740 -3279 Telephone Authorized Signature tle Authorized Agent Signature Rhonda C. Abel, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 29 0 0 State of California County of Orange On October 18 2006 personally appeared Rhonda C. Abel ACKNOWLEDGEMENT before me, Jeri Apodaca, Notary Public (here insert name and title of the officer) 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 acknowledge to me that helshe /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 instrAjO IP _ I I I WITNESS my hand and official seal. Signature OPTIONAL C.onmb>tlon • 16"M ' Not" Pubft - CoWwnia own" courdy My C0"M E I' 1 OC112, 20 (Seal) 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 TRME(S) ❑ PARTNER(S) 8 LIMITED GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ 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 s- aoUIUe voe FRP i _ • CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California l County of Los Angeles } ss. On gel. I9 a a o 6 before me, Emily J . White , Notary Pub"C Name aM Ttk of Offl., (e.g.. "dene Roe. Nolery P.Mej personally appeared John S. Meek Name(a)o13i9nerys) CYnpersonally known to me O proved to me on the basis of satisfactory evidence EMLY J. WHRE _ Commission # 1519029 a Notary Public - CaMomlu Los Angeles County to be the person(s) whose name(c) (Pare subscribed to the within instrument and acknowledged to mtoshe /they executed the same in i her/their authorized capacity(ias), an that by joher /their signature(&) on the instrument the person(, or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. b ra v opryPWk OPTIONAL Though the intomration below is not required by few, d may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: f9 el 19. ;z D o (, � n Number of Pages: A Signer(s) Other Than Named Above: l 7 d�en&cL 660 . Capacity(ies) Claimed by Signer Signer's Name: John S. Meek ❑ Individual Top of ifi mb here IZ Corporate Officer— Title(s): President ❑ Partner -0 Limited ❑ General ❑ Attomey -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: John S. Ileek CaTrpany, Inc. 0 1999 NOWn NM, Aewomhan. 9350 N$ob Are., P.O. eaa 1102 • ChA6 .CA 91313.2W2•vM,mmnaiwme .oM PM, N0, 590] ABD .. Ca11 TOII -P 1-80"76.6eT • EXECUTED IN QUADRUPLICATE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT OCEAN PIER REPAIRS CONTRACT NO. 3798 BOND NO. 176 -74 -12 Premium included in charge for Performance Bond 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 construction of OCEAN PIER REPAIRS, Contract No. 3798 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 thu Cily of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3798 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail lu 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 Comnanv 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 tha sum of Six Hundred Eighty -Seven Thousand, Five Hundred Fifty and 00/100 Dollars ($687,550.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Ncwpu l 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 lahnr 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 erduiue 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 0 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Rond, 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 lime, 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 exoncratc the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surely, on the 18th day of October '2006' John S. Meek, Co., Inc. (Principal) Great American Insurance Company Name of Surety 750 The City Boulevard South, #300 Orange, CA 92668 -4940 Address of Surety (714) 740 -3279 Tcicphone Authorized Signature/Title Authorized Aqent Signature Rhonda C. Abel, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 27 0 State of California ACKNOWLEDGEMENT County of Orange On October 18 2006 personally appeared Rhonda C. Abel before me, Jeri Apodaca, Notary Public (here insert name and title of the officer) 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 acknowledge 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 ins JERI APODACA C nwnWion i 1693703 WITNESS my hand and official seal. Notary Public - COWt*mb Orono* County Signature My Carrlm• t3 pkrrsOct 12, 201 n.r ( n,rr�.nOn (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 nTLE(S) ❑ PARTNER(S) LIMITED ❑ GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTnY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE S- 40671GE 1106 FRP CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles ss. On aPOdG before me, fly J- White, Notary Public Oere Name and Title N OIBrer(e.g.,-J Doe, Nolary NMI personally appeared John S. Meek mMLY m yH P 30 Notary Public - California _ Los Angeles County Qmyc.mm. Expkes Sep 12, 2 Nema(sl0 sigoa (sl GXpersonally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(k whose name(jp) care subscribed to the within instrument and acknowledged to me that&she/they executed the same in h1 /her/their uthorized capacity(iss), and that by hi her /their signature(r) on the instrument the person(,), or the entity upon behalf of which the persorY(s) acted, executed the instrument. WITNESS my hand and official seal. OPTIONAL Though the information below is not required by law, it may prove valuable to persons reMng on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: % C) — I F, — t7 U V _ Number of Pages: Signer(s) Other Than Named Above: (.t 4d Capacity(ies) Claimed by Signer Signer's Name: John S. Meek ❑ Individual IX Corporate Officer — Title(s): _ ❑ Partner —❑ Limited ❑ General ❑ Attomey -in -Fact ❑ Trustee • Guardian or Conservator • Other. Signer Is President John S. Meek Company, Inc RIGHT THUSIBPfiINr OF SIGNeq 0 1999 NNOMI Noto, Ammiaaon • 93M De Bob Av .. P.O. B 9f o2 • CM1a oM, CA 913132402 • w mtlooalnMe PoA No. VW g r. Call Tollfm 1�57"827 0 0 Cl 9 GREAT AMERICAN INSURANCE COMPANY® Administrative Office: 690 WALNUT STREET • CINCINNATI, OHIO 46202' 613. 3696000 • FAX 61 3-729 -2740 The number of persons authorized by this power of attorney is not more then SIX No. 0 14079 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing =der and by virtue of the laws of the State of Ohio, does hereby nominate, canstiNta and appoint the person or persons named below its true and lawful attorneyin -fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and all boads, undertakings and contracts of suretyship, or other written obligations in the no= thereof provided that the liability of the said Company on my such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power STANLEY C. LYNN ALL OF ALL JAMES A. SCHALLER IRVINE UNLIMITED JANE KEPNER CALIFORNIA NANETTE MARIELLA -MYERS RHONDA C. ABEL SUZANNE EDWARDS This Power of Attorney revokes all previous powers issued in behalf of the marricy(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 here =to affixed this )0& day of, JANUARY , 2004. STATE OF OHIO, COUNTY OF HAMILTON - ss: GREAT AMERICAN INSURANCE COMPANY i ,1... . /' - DAVID C. rr" (61336911) On this le day of JANUARY , 2004, before me personally appeared DAVID C. KITCH N, to me known, being duly swum, deposes and says that he resides in Cincinnati, Ohio, that he is the Divisional Senior 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 of the said Company; that the seal affixed to the said instrument is such corporate see]; that it was so atBxed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. C :�Ir G •5::i' �r$lif �� � i 5 LL) •.:' ' � , i This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of0reat American Insurance Company by unanimous written consent dated March 1, 1993. RESOLVED: That the Division President, the several Division Vice Presidents and Assistant Vice Presidents, or any one of them, be and hereby is authorised from time to time, m appoint one or more Artorne)udn -Fact toe ade on behaljof ibe Company, as myery, my and all handy, underok -p and contracts ofsuteryship, or other written obligadons in the nature thereof.- to prescribe their respective duties and the respective limits of their authority; and to revolve any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the gfinesald qr=u andmry Secretary orAsistcmt& rotary ofthe Company maybe g0ixed byjacsimile to terry power of attorney or certiloate of either given for the execution of my bong underiakrng, contract or suretyship, mother wrinen obligation in the nature thereof, such signature mid seal when so used being hereby adopted by the Company as the original sib of such officer aW the original seal of the Company, to be valid and baking upon the Company with the same joroe amt e,$ed as though manrally g0tred 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 1, 1993 have not been revoked and are now in full force and effect. Signed and seated this 1 b'ay of, I: f 1029T(11101) ,. 0 CERTIFICATE OF LIABILITY INSURANCE °10124412006 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND Ron Risk Services, Inc. of Southern California CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE 707 Wilshire Blvd.. Suite 6000 DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE Los Angeles. CA 90017 POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # Phone: (213) 630 -3200 INSURED INSURER A: American Home Assurance Co. 19380 INSURER B: Hartford Fire Insuranw Co. 19682 John S. Meek Company, Inc. 1931 N. Gaffey Street Suite C INSURER C: San Pedro, CA 0731 -1265 NSURER 0: USURER E' u COVERAGES - - 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, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. WSR LTR AML INSRD TYPEOF WSYMNCE POLICY NUMBER POLICY EFFCCTNE DATEIwAWNY) POLICY ExPIMT10N DATE II.WIOOIYY UNITS A GENERAL LIABILITY 00419 111/2006 11112007 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED $ 50.000 wY.•ACRGIXL GENERAL LMBUIV LIAIXLa NAOE �/. OCCURRENCE PREMISES Ea Daurcnce MED EXP (Am one paean) E 5.000 L PERSONAL S AM INJURY S 1,000,DDO ❑ GENERAL AGGREGATE $ 2,000,000 GErrt AGGREGATE LIMIT APPLIES PEA: PRODUCTS -COMPMP AGG S 1.000,000 ❑ PoucY :' PRoJECT LOC B J LIABILRY 72UENIL4406 11112006 1/1/2007 COMBINED SINGLE LIMIT $ 1.000,000 -A�UTOMOBILE ANY AUTO (Es aeeMRnO :J vJ ALLOPlNED AUTOS BODILY INJURY $ 111 SGHEDULEDAIReS (Per perwn) r IT/ HIRE) AVTOS BODILY INJURY $ NONM&D AUTOS (Per accident) u SSW Des. CDmyCNI Ea PROPERTY DAMAGE L (P.DCCMeM) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT S ArroAV ID $ U OTHER THAN AGO S AUTO ONLY: AGG EXCESS UMBRELLA LIABILITY EACH OCCURRENCE $ n ocCUR CLAWSIAADE AGGREGATE $ LJ DEWCNELE $ $ T^� L.l Rc 04TION $ I--1 1YCETATIT "—I OTH ER _ WORKERS' COMPENSATION AND l I TORY IS —1 E.L. EACHACCCCIOENT $ EMPLOYERS LIABILITY ANY M0PRIETOR I PARTNEA I EXECmVE EL. DISEASE-FA EMPLOYEE E OFFICERMIEMUREXCtwEDi E.L. DISEASE - POLICY LIMIT E Uc SP- aCMLPROVISIONSM4 ree DESCRIPTION OF OPERATONWLOCATIONWEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS John S. Meek Company 2066107156848 Project: 05 -06 Ocean Pier Repairs - Contract No. 3798 City, its officers, agents, officials, employees and volunteers is included as Additional Insured as respects Liability arising out of operations (work) performed by or on behalf of the Named Insured. The Workers Compensation includes a Waiver of Subrogation as required by contract. The General Liability policy Includes a Per Project Aggregate. The insurance provided shall be primary and any other insurance maintained by the Additional Insured is excess and non - Contributory. 'All per American Home Assurance Company CIVIL Policy ND. 00419' - CERTIFICATE HOLDER, j SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE City of Newport Beach - DPW -. THEREOF THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 1,0_ DAYS WRITTEN NOTICE TO THE Att: Shauna Lyn Oyler, Public Works Specialist CERTIFICATE HOLDER NAMED r0 'THE LEFT. BUT FAILURE TO 00 SO SHALL IMPOSE NO OBLIGATION I OR LIABILITY OF ANY KIND UPON THE INSURER. ITS AGENTS OR REPRESENTATIVES. 3300 Newport Blvd. AUTHORIZED REPRESENTATIVEC�+n Newport Beach. CA 92663 C j - - _' ACORD25' {2001108). � - -_ - .,. --' - - @ACORO. CORPORATION 1988. ,- - ' • POLICY NUMBER: Q0419 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. SCHEDULE name or rerson City, its officers, agents, officials, employees and volunteers I Project: 05 -06 Ocean Pier Repairs - Contract No. 3798 no entry appears above. information reouired 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. 'All per American Home Assurance Company CML Policy No. Q0419' CG 20 10 1185 Copyright, Insurance Services Office, Inc., 1984 0 POLICY NUMBER: 072 UENIL4406 K2 0 COMMERCIAL AUTO CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement effective 10 -1 -06 Named Insured JOHN S. MEEK COMPANY, INC. Countersigned by SCHEDULE Name of Person(s) or Organization(s): (Authorized Representative) CITY OF NEWPORT BEACH, ITS OFFICERS, AGENTS, OFFICIALS, EMPLOYEES AND VOLUNTEERS DEPARTMENT OF PUBLIC WORKS 3300 NEWPORT BLVD. NEWPORT BEACH, CA 92663 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form. CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 1 KAI /f0 -27 -06 (BREA) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED AND RIGHTS OF RECOVERY AGAINST OTHERS This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM A. Any person or organization whom you are required by contract to name as additional Insured Is an "insured" for LIABILITY COVERAGE but only to the extent that person or organization qualifies as an "insured" under the WHO IS AN INSURED provision of Section 11- LIABILITY COVERAGE. B. For any person or organization for whom you are required by contract to provide a waiver of subrogation, the Loss Condition - TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US is applicable. Form HA 9913 0187 printed in U.S.A. 0 0 Col2� ERTIFICATE OF LIABILITY INSURANCE Dam(; /dd/yy) 10/17/2006 Producer AJaanda Vandertlp THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. Wood Gutmann & Bogart Insurance Brokers 15901 Red Hill Ave., Suite 100 THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Tustin CA 92780 INSURER Commerce & Industry Ins. Co. 714 505.7000 www.wgbib.com License No. 0679263 INSURER nsumd INSURER John S. Meek Com pony, Inc. 1931 N. Gaffey St., Suite C San Pedro CA 90731 INSURER INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW A BEEN ISSUED TO THE INSURED NAMED ABOVE PERM 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. NSR LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE POLICY EXPIRATION DATE LIMITS GENERAL LIABILITY EACH OCCURRENCE f FIRE DAMAGE (Any ena Ike) $ COMMERCIAL GENERAL LIAR CLAIMS MODE EJOCCUR DIED EXP are f PERSONAL & ADV INJURY f GENERAL AGGREGATE f PRODUCTS- COMPIOP AGG $ f POLICY 7 ROJECTM LOC AUTOMOBILE LIABILITY ANY AUTO COM&NED SINGLE UMIT S ALL OWNED AUTOS ROMLY INJURY SCHEDULED AUTOS (PW PB19°n) f BODILY INJURY HIRED AUTOS NON -OWNED AUTOS (Per acckkno S PROPERTY DAMAGE (Par accNenU S GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC AUTO ONLY: AGG$ S ANY AUTO EXCESS LIABILITY OCCUR rICLAIMS MADE EACH OCCURRENCE f AGGREGATE f f S DEDUCTIBLE E RETENTION $ WORKERS' COMPENSATION VISTATUTORYLIMIT I IDTHRER A EMPLOYERS' LIABILITY WC 295 -54 -59 1/1/2006 1/1/2007 EL EACH ACCIDENT f ELDISEASE- EAENPLOYEE f EL DISEASE - POLICY LIMIT is I MIN a. Dis/Empl. 1 M/1 M Waiver of Subrogation applies per the attached WC 04 03 06 04 84 form. Request has been sent to the company to add certificate holder to the (30)day Notice of Cancellation to Cart Holders endorsement. Contract # 3798 Ocean Pier Repairs CERTIFICATE HOLDER CANCELLATION Contract # 3798 Ocean PW Repairs SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Newport Beach Attn: Shauna Lyn Oyler - DPW qPIRATION DATE THEREOF, THE ISSUING COMPANY WILL 0WINCOM MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 3300 Newport Blvd Newport Beach CA 92663 iffNX AUTHKIRRED REPRESENTATIVE ` /f-' Lam• %s.w, James E. Gutmann V ACORD 2&S (7197) 0 ACORD CORPORATR7N 7988 0 0 10117/2006 WAIVER OF OUR RIGHTTO RECOVER FROM OTHERS ENDORSEMENT -- CALIFORNIA This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (rhe following "attached dauW needs to be completed only when this endorsement is issued subsequent to preparation of the policy). This endorsement , effective Issued to John S. Meek Company, Inc. By Commerce & Industry Premiums forms a port of Policy No. WC 295 -54-59 We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the schedule. The additional premium for this endorsement shall be 50% of the California workers' compensation premium otherwise due on such remuneration. WC 04 os os Countersigned by (ed4-&4) Authorized Representative: OCT -23 -2006 16:12 FROM: 0 X8 19496443318 - Fax #: 2� r- C'4 1 3 31 g CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach, Date Received: A) - r} 3 �� (O Date Completed: Dept. /Contact Received From: Sent to: Company /Person required to have certificate: GENERAL LIABILITY A. INSURANCE COMPANY; B. AM BEST RATING (A: VII < C_ D. E. F. G. H_ P.1/1 ADMITTED Company (Must be Cal!fomia Admitted): 1 Is Company admitted in California? Yes ❑ No LIMITS (Must be $1M or greater): What is limit provided? !` 6,8.1 ) k2j, 1 pLG PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? tiryes No ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is It Included? kYes ❑ No PRIMARY & NON - CONTRIBUTORY WORDING (Must be included): �1 Is it included? 7(I Yes No CAUTION! (Confine that loss or liability of the named insured is not ff�� limited solely by their negligence) Does endorsement include "solely by negligence° wording? ❑ Yes No NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording, II. AUTOMOBILE LIABILITY A. INSURANCE COMPANY: tft%>' B. AM BEST RATING (A: VII or greater): C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? 5Yes © No D. LIMITS (Must be $1M min. BI & PD and $300,000 UM): What is limits provided? E. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers)_ Is it included? [] Yes No F. PRIMARY & NON - CONTRIBUTORY WORDING (For Waste Haulers only): Is It included? flla- ❑ Yes ❑ No G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. 111- WORKERS' COMPENSATION A. B. C. D. INSURANCE COMPANY: AM BEST RATING (A: VII 4 LIMITS: Statutory WAIVER OF SUBROGATION (To included? Yes © No Yes 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL OCEAN PIER REPAIRS CONTRACT NO. 3798 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: 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. 3798 in accordance 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: 1. Lump Sum Moblilzati n e $ f 1140.41404 @ �t Dollars and Alp Cents Per Lump Sum 2. Lump Sum Newport �Pier Repairs __ - FP J @n4., chu#" fuxxy Dollars and NO Cents Per Lump Sum $ 'k5-RDO o_ fat ?' - $' 7 9010 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Moblilzati n e $ f 1140.41404 @ �t Dollars and Alp Cents Per Lump Sum 2. Lump Sum Newport �Pier Repairs __ - FP J @n4., chu#" fuxxy Dollars and NO Cents Per Lump Sum $ 'k5-RDO o_ fat ?' - $' 7 9010 0 . PR2of2 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. Lump Sum Balboa Pier Repairs fouit h W-tcjyU a-4 i 6,t_0WV4#4 @ da ra( -6A Dollars � Al and " A Cents $ %2-3 1 ?30e- 03 93o '6 Per Lump Sum $ Y% Jrr�'e TOTAL PRICE IN FIGURES BASE BID) TOTAL PRICE IN WRITTEN WORDS (BASE BID) and /f/a Cents ADDITIVE BID ITEMS: ABI #1 Lump Sum CLEAN MARINE GROWTH FROM PILES ON NEWPORTpPIER @ 44&t4", Dollars a and NJ �— o Cents �� 0Do Per Lump Sum ABI #2 Lump Sum CLEAN MARINE GROWTH FROM PILES ON BALBOA PIER Nip!f _d nu t� , @ Dollars Nand co ® Cents $ Per Lump Sum 10 -10 -06 Date (310) 830 -6323 (310) 835 -2163 Bidder's Telephone and Fax Numbers 709151 A B HAZ Bidder's License No(s). and Classilication(s) John. S. Meek Can Tnc.. Bidder President der's Authorized Signature and Title 1 1 No. Gaffey St.. - Ste. C San parinn_ f'A 907:11 Bidder's Address Within seven calendar days after bids are opened, the contractor shall submit to the Engineer a "Schedule of Values" for the two Lump Sum Repairs items in the proposal.,* The Engineer will use said Schedule to calculate monthly progress payments during the term of construction and to pay for units of extra work. License Detail • ® Page 1 of 2 License Detail CALIFORNIA CONTRACTORS 5TA.T.E LLCEN: Contractor License # 709151 DISCLAIMER A license status check provides information taken from the CSLB license data base. Before on this information, you should be aware of the following limitations: • CSLB complaint disclosure is restricted by law (B &P 7124.6). If this entity is subject tc complaint disclosure, a link for complaint disclosure will appear below. Click on the lin button to obtain complaint and /or legal action information. • Per B &P 7071.17, only construction related civil judgments reported to the CSLB are disclosed. • Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. • Due to workload, there may be relevant information that has not yet been entered ont Board's license data base. Extract Date: 10/11/2006 * * * Business Information * * * JOHN S MEEK COMPANY INC 1931 N GAFFEY ST SUITE C SAN PEDRO, CA 90731 -1265 Business Phone Number: (310) 830 -6323 Entity: Corporation Issue Date: 07105/1995 Expire Date: 07/31/2007 * * * License Status * * * This license is current and active. All information below should be reviewed. * * * Classifications * * * Kiili Description FA GENERAL ENGINEERING CONTRACTOR © GENERAL BUILDING CONTRACTOR * * * Certifications * * * n http: / /www2.cslb.ca.gov /CSLB LIBRARY /License+Detai[.asp 10/11/2006 License Detail • • Page 2 of 2 Cert j Description �) HAZ HAZARDOUS SUBSTANCES REMOVAL * * * Bonding Information * * * CONTRACTOR'S BOND: This license filed Contractor's Bond number 184909C in the an $10,000 with the bonding company INDEMNITY COMPANY OF CALIFORNIA. Effective Date: 01101/2004 Contractor's Bonding. History BOND OF QUALIFYING INDIVIDUAL(1): The Responsible Managing Officer (RMO) JOHI MEEK certified that he/she owns 10 percent or more of the voting stock/equity of the corpo bond of qualifying individual is not required. Effective Date: 07/05/1995 * * * Workers Compensation Information * * * This license has workers compensation insurance with the COMMERCE, ,AND INDUSTRY .INSURANCE COMPANY. - 1553 -7 Policy Number: WC2955459 Effective Date: 01/01/2006 Expire Date: 01/01/2007 Workers_ Compensation History Personnel listed on this license (current or disassociated) are listed on other lice Personnel List Other Licenses License Number Request Contractor Name Request Personnel Name Request Saleseerson Request Salesperson Name Request 02006 State of California. Conditipn,q of Use Privacy Policy http: / /www2.cslb.ca.gov /CSLB_LIBRARY /License +Detail.asp 10/11/2006 California Secretary of State - 4fornia Business Search - Corporation 4Sea 0 rch Results Page 1 of 1 Business Search , Corporations Printer Friendly- Paae New search Search Tips Fleld Definitions Status Definitions Name Availability Corporate Records D.uslness_EntItles Record9 Order Form Certmco tes Copies Status Reports FAQS Corporations-ttain Page Site Search ustuze -S Portal O I• (I Lu 97 r— G ROSIIIISS PORTht f .11 • • I t •!.R rx The Information displayed here Is current as of "OCT as, 2006" and is updated weekly. It Is not a complete or certified record of the Corporation. Corporation JOHN S. MEEK COMPANY, INC. Number: C1 763528 Date Filed: 5/12/1995 status: active Jurisdiction: California Address 1931 N GAFFEY ST STE C SAN PEDRO, CA 90731 -1265 Agent for Service of Process JOHN S MEEK 1931 N GAFFEY ST STE C SAN PEDRO, CA 90731 -1265 �', , Printer Friendiy ^I New Search • For Information about certification of corporate records or for additional corporate Information, please refer to Corporate Records. • Blank fields indicate the Information Is not contained In the Computer file. • If the status of the corporation is "Surrender ", the agent for service of process Is automatically revoked. Please refer to California Corporations Code Section 2114 for Information relating to service. upon Corporations that have surrendered. Copyright Q2001 California Secretary of State. Privacy statement, A http: // kepler. ss. ca. gov/ corpdata /ShowAIlList ?QueryCorpNumber =C 1763528 10/11/2006 0 PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS OCEAN PIER REPAIRS CONTRACT NO. 3798 INTRODUCTION 1 1 1 2 2 2 2 3 3 3 3 3 3 3 3 4 4 4 4 PART 1 -- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 2 -1 AWARD AND EXECUTION OF CONTRACT 2 -6 WORK TO BE DONE 2 -12 BACKGROUND INFORMATION 2 -12.1 Previous Investigations 2 -12.2 Beach Topography 2 -12.3 Oceanographical Conditions SECTION 3 CHANGES IN WORK 3 -3 EXTRA WORK 3 -3.2 Payment 3 -3.2.3 Markup SECTION 4 CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing SECTION 5 UTILITIES 5 -2 PROTECTION SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 1 1 1 2 2 2 2 3 3 3 3 3 3 3 3 4 4 4 4 ! 0 6-7 TIME OF COMPLETION 4 6 -7.1 General 4 6 -7.2 Working Days 5 6 -7.4 Working Hours 5 6-9 LIQUIDATED DAMAGES 5 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 5 7 -3 LIABILITY INSURANCE 5 7 -3.1 Additional Insurance Requirements 5 7 -7 COOPERATION AND COLLATERAL WORK 6 7 -8 PROJECT SITE MAINTENANCE 6 7 -8.1 Cleanup and Dust Control 6 7 -8.5 Temporary Light, Power and Water 6 7-8.6 Water Pollution Control 6 7 -8.6.1 Best Management Practices and Monitoring Program 6 7 -9 PROTECTION AND RESTOPRATION OF EXISTING IMPROVEMENTS 7 7 -10 PUBLIC CONVENIENCE AND SAFETY 8 7 -10.1 Traffic and Access 8 7 -10.2 Storage of Equipment and Materials in Public Streets 8 7 -10.3 Street Closures, Detours, Barricades 8 7 -10.4 Public Safety 9 7- 10.4.1 Safety Orders 9 7 -10.5 "No Parking" Signs 9 7 -15 CONTRACTOR LICENSES 9 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS 9 SECTION 9 MEASUREMENT AND PAYMENT 10 9 -3 PAYMENT 10 9 -3.1 General 10 9 -3.2 Partial and Final Payment 10 PART 2--- CONSTRUCTION MATERIALS SECTION 205 PILES 11 205 -1 Timber Piles 11 205 -1.4 Pile Protection 11 205 -1.5 Cleaning Existing Piles of Marine Growth 11 0 • SECTION 206 MISCELLANEOUS METAL ITEMS 11 206-1 Structural Steel, Rivets, Bolts, Pins and Anchor Bolts 11 206 -1.1 Requirements 11 206 -1.1.1 General 11 206 -1.5 Stainless Steel Components 12 SECTION 210 PAINT AND PROTECTIVE COATINGS 12 210 -3 Galvanizing 12 210 -3.1 General 12 210 -3.5 Repair of Damaged Zinc Coating 12 PART 3 - -- CONSTRUCTION METHODS SECTION 304 METAL FABRICATION AND CONSTRUCTION 12 304-1 Structural Steel 12 304-1.1 General 12 304-1.1.1 Shop Drawings 12 304-1.4 Steel structures 12 3041.9 Welding 13 SECTION 305 PILE DRIVING AND TIMBER CONSTRUCTION 13 305-2 Timber Structures and Timber Construction 13 305 -2.1 General 13 305 -2.2 Materials 13 305 -2.3 Workmanship 13 305 -2.7 Submittals 14 305 -2.8 Execution 14 ATTACHMENTS SCHEDULE OF VALUE FOR NEWPORT PIER (SAMPLE) SCHEDULE OF VALUE FOR BALBOA PIER (SAMPLE) APPENDIX FOX INDUSTRIES PIER REPAIR BROCHURE 0 • SP 1 OF 14 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS OCEAN PIER REPAIRS CONTRACT NO. 3798 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. H- 5164 -S); (3) the City's (2004 Edition), including Supplements; and (4) Standard Specifications for Public Works Construction (2003 Edition), including supplements. Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714- 517 -0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 GENERAL PROVISIONS SECTION 2- -SCOPE AND CONTROL OF THE WORK 2 -1 AWARD AND EXECUTION OF CONTRACT. Add to this section, "The following items of work pertain to the Additive Bid Items (ABI) included within the Proposal. Award of contract, if made, will be to the lowest base bid plus as many ABI that can be awarded with the funds that are available for award. ABI shall be awarded in the following sequence: ABI #1 (Clean marine growth from piles on Newport Pier) ABI #2 (Clean marine growth from piles on Balboa Pier)" 2-6 WORK TO BE DONE Add to this section, "The work necessary for the completion of this contract consists of replacing deteriorated and or missing cross bracing, stringers, cross bridging, hardware, etc; and installing fiberglass jackets, reinforcement and epoxy grout to stabilize /repair pier pilings; and installing trowelable epoxy to fill voids and fix cracks in existing structural members of the pier; and performing all related work as required to complete the contract work in accordance with the drawings and specifications. In addition the work necessary for the completing of this contract • • SP2OF14 will include cleaning marine growth from piles pursuant to section 2 -1 above should sufficient funds be available for award of such work." 2 -12 BACKGROUND INFORMATION 2 -12.1 Previous Investigations. Pier inspection reports have been prepared in previous years by various contractors. The most recent inspection was an underwater pile inspection above water superstructure inspection and has been summarized in a report; the inspection was performed by Harbor Offshore, Inc. in August 2000. Copies of these reports are available for inspection at the offices of the Public Works Department upon request. Copies of these reports are available for purchase from the office of the Engineer upon request for a cash payment of $50.00 for each inspection report. 2 -12.2 Beach Topography The Contractor is advised that beach sand at the project site is constantly shifting and may exhibit seasonal changes in overall dry beach width and depth offshore. Beach elevations and offshore profiles shown in the Plans were last surveyed in 1999 and spot soundings were last recorded in June 2001. Work is planned for fall and winter months when reductions in beach width and elevation can occur. The Contractor's superintendent shall be well- experienced in working under these conditions 2 -12.3 Oceanographical Conditions The Contractor is advised that the project site is located within a coastal zone that experiences variable changes in wind, waves, water level, current and weather. The Contractor is further advised that the project site is located within a coastal zone that may experience higher wave heights due to offshore wave refraction and shoaling effects. The work may be exposed to fall and winter storm wave attack. Portions of the work specified herein may require that the Contractor schedule his activities during times of most favorable tides. Lowest tides generally occur during the winter months when storm probability and high tides are highest. Low tides do not always occur during daylight hours. The Contractor shall satisfy himself as to the hazards, risks and work conditions likely to arise from weather variations and/or tidal variations and is advised to subscribe to a marine weather and wave forecast service and consult tide tables published by the National Oceanic and Atmospheric Administration. Daily tide elevations may vary from predicted tide elevations due to wind, storms, atmospheric conditions, and other effects. The bidder to whom this contract is awarded agrees by execution of the contract that the Contractor neither has nor shall have any claim, demand, action or cause of action against the City of Newport Beach, or any officer or employee thereof, on account of or • • SP3OF14 in respect to any actual Oceanographical conditions that are in variance with predicted events. SECTION 3 - -- CHANGES IN WORK 3 -3 EXTRA WORK 3 -3.2 Payment 3 -3.2.3 Markup. Replace this section with, "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............. ............................... 20 2) Materials ........ ............................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, 1 percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3- 3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. SECTION 4--- CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing. All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 -hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. 0 • SP4OF14 The Engineer reserves the right to inspect the fabrication at any time during the work to assure that the materials and workmanship are in accordance with the Specification. The Engineer's inspection of the work shall not relieve the Contractor from responsibility for work errors or faults which are discovered during fabrication. Such work errors and faults shall be corrected by the Contractor at his sole expense. SECTION 5 - -- UTILITIES 5 -2 PROTECTION. Add to this section: "Lighting, utility services, trash collection, etc., shall be continuously provided to the piers and restaurants and not disrupted by the Contractor's activities. If the existing utilities interfere with construction, the Contractor shall submit drawings to the Engineer for approval showing methods, materials and sequences of operation for maintaining utility services. The cost of any temporary relocation of utilities will be at the Contractor's expense. Notching of pier timbers for utility lines will not be permitted unless authorized by the Engineer." SECTION 6 -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section: "The time of completion as specified in Section 6 -7, shall commence on the date of the 'Notice to Proceed." No work shall begin until a "Notice to Proceed" has been issued, a pre- construction meeting has been conducted, and a construction schedule has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to commencing any work. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the original schedule and has demonstrated the ability to maintain the approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job." 6 -7 TIME OF COMPLETION 6 -7.1 General. Add to this section: "The Contractor shall complete all work under the Contract within sixty consecutive working days after the date on the Notice to Proceed. The Contractor shall ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." • SP5OF14 6 -7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 15t ,t the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 24th, (Christmas Eve — half day), December 25th (Christmas), and December 31" (New Year's Eve — half day). if January 1st, July 4th, November 11th or December 25th falls on a Sunday, the following Monday is a holiday." 6 -7.4 Working Hours. Normal working hours are limited to 7:00 a.m. to 6:30 p.m., Monday through Friday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. A request for working during any of these hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $125.00 per hour when such time periods are approved. 6-9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive calendar day after the time specified in Section 6 -7 -1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $1,000.00. Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that $1,000.00 per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize the disruption time to pier restaurant owners and to the public as a result of construction operations." SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR 7 -3 LIABILITY INSURANCE. 7-3.1 Additional Insurance Requirements. In addition to the insurance requirements specified in Section 7 -3 of the Special Provisions, the Contractor shall also maintain statutory coverage to protect him from claims related to and be in i i SP6OF14 compliance with the provisions of the Longshoremen's and Harbor Workers' Compensation Act. 7 -7 COOPERATION AND COLLATERAL WORK. Add to this section: "City forces will perform all shut downs of water and sewer facilities as required. The Contractor shall give the City seven calendar days notice of the time he desires the shut down of facilities to take place. A four -hour shut down of water facilities during the daytime hours of 7:00 a.m. to 11:00 a.m. or an eight -hour shut down between the hours of 11:00 p.m. to 7:00 a.m. will be allowed. Water supply to the pier fire suppression system shall be maintained at all times. The times and dates of any utility to be shut down must be approved by the Engineer and the City of Newport Beach Utilities and Fire Departments." 7-8 PROJECT SITE MAINTENANCE 7-8.1 Cleanup and Dust Control. Add to this section, "The Contractor shall be solely responsible for containing and collecting construction debris and dust such that no construction debris, dust, wash down or cleanup sweeping shall reach the ocean." 7-8.5 Temporary Light, Power and Water. Add to this section: "If the Contractor elects to use City water, he shall arrange for a meter and tender an $813 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a quantity charge for water usage and repair charges for damage to the meter. Water used during construction shall be paid for by the Contractor." 7-8.6 Water Pollution Control. Add to this section, "Surface runoff water, including all water used during operations, containing mud, silt, or other deleterious material due to the construction of this project shall be contained and prevented by the Contractor from migrating into the ocean. The Contractor shall also comply with the Construction Runoff Guidance Manual which is available for review at the Public Works Department or can be found on the City's website at hftp://www.city.newport- beach.ca.us/pubworks/links.htm." 7 -8.6.1 Best Management Practices and Monitoring Program. The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter a catch basin or the ocean. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. • 0 SP 7 OF 14 e. Providing measures to capture or vacuum -up water contaminated with construction debris. f. Accumulated debris, dust, washdown and cleanup inside the containment system shall be removed each working day and stored in leak proof containers. The containers shall be handled such that no spillage will occur. The Contractor shall be solely responsible for disposing the contents of the containers at an approved disposal facility and for performing tests that may be required by the facility. g. The Contractor shall prepare and submit a written plan for containment and collection of debris, dust, washdown and cleanup to the Engineer for approval at least two weeks prior to commencing work. If the approved measures taken are inadequate to provide for containment and collection of debris, dust, washdown and cleanup, the Contractor will cease work until a modified plan is submitted to and approved by the Engineer. The Engineer will not be liable to the Contractor for the rejection or approval of any or all submitted or revised debris, dust, washdown and cleanup plans, nor for delays to the work due to the Contractor's failure to submit acceptable plans. The BMP will be approved by the Engineer prior to any work. The City of Newport Beach will monitor the piers for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back - charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate Administrative Citation per Section 14.36.030A23 of the City's Municipal Code. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. Add to this section 'Vehicles used on the piers shall not exceed a gross weight of 10,000 pounds, nor shall an axle load exceed 8,000 pounds unless the vehicle /equipment is driven over timber mats or other means of distributing equipment loads in a uniform manner. The Contractor shall place 4'x 8' plywood sheets adjacent to the work area to eliminate staining and spillage of materials on the existing improvements and newly constructed concrete deck. The Contractor shall submit to the Engineer for prior approval a written plan, with substantiating calculations, for distributing equipment loads over the pier. Any damage done by the Contractor to the existing structures (rails, utilities, etc.) or concrete deck shall be repaired at the Contractor's sole expense. In addition, the Contractor will only be allowed to operate or park equipment on the piers which will be used that day. The contractor is cautioned to be especially careful in any welding and cutting operations to avoid fire in timber structures. The Contractor shall furnish and maintain all safety devices and extinguishers. A fire watch shall be established whenever welding or acetylene torches and other flame cutting devices are used. The fire watch personnel shall have a dry chemical extinguisher ready for use. The Contractor shall at all times keep the adjoining waters free from debris, scrap and misplaced materials resulting from his operations. All vessels of any description shall be removed from the site upon completion of each day's work. • 0 SP8OF14 The Contractor shall protect the newly placed concrete pier deck in place and will replace any damaged portions of the concrete pier deck at no cost to the City." 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 -10.1 Traffic and Access. Add to this section: "The Contractor shall provide pedestrian and vehicular access upon the piers in accordance with Section 7 -10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. The piers are used by fisherman and pedestrians, for lifeguard activities, and for vehicular deliveries to restaurants located at the end of the piers. The Contractor shall maintain continuous access for such use." 7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "Construction materials and equipment may not be stored on City parking lots, sidewalk areas, beaches, piers, etc., except as permitted by the Engineer. The Engineer will designate the locations and lengths of time where the Contractor may store equipment and materials." It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre - construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction." 7 -10.3 Street Closures, Detours and Barricades. Add to this section "At the pre - construction meeting, the Contractor shall submit plans for closing, detouring and barricading piers or other work areas to the Engineer for approval. A separate plan shall be submitted for each pier or other work area and for each stage of proposed construction. The plans shall include the following: 1. Locations of work areas and traffic controls, barricades, warning and guidance devices, temporary restrictions, etc., around those work areas; 2. Locations of nearby areas where work will be performed by others; 3. Widths of walkways, driveways, access ways to restaurants, etc.; and 4. Other details that may be necessary to assure that fishermen, pedestrians, and vehicular traffic will be handled in a safe and efficient manner with minimum inconvenience. Fishing areas shall be accessible at all times except within the Contractor's work area. The piers may not be closed at any time 0 7 -10.4 Safety SP9OF14 7- 10.4 -1 Safety Orders. Add to this section: "The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." 7 -10.5 "No Parking" Signs. The Contractor shall 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 -eight hours in advance of the need for enforcement. The signs will be provided at no cost to the Contractor. However, the City reserves the right to charge $1.50 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police Department at (949) 644 -3717 for verification of posting at least forty -eight hours in advance of the need for 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 City of Newport Beach "Temporary Tow -Away, No Parking" signs available at the Public Works Department public counter. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess an "A" License. At the start of work and until completion of work, the Contractor and all Sub - contractors shall possess a Business License issued by the City of Newport Beach. 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As- Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up -to -date and reviewed by the Engineer at the time each progress bill is submitted. The "As- Built" plans shall be submitted and approved by the Engineer prior to final payment or release of any bonds. • SP 10 OF 14 SECTION 9--- MEASUREMENT AND PAYMENT 9 -3 PAYMENT 9 -3.1 General. Revise paragraph two to read: "The lump sum prices bid for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization: Work under this item shall include providing bonds, insurance and financing, establishing a field office, preparing the SWPPP or BMP Plan and construction schedule, bidding, preconstruction meeting, bringing equipment and material onsite, and all other related work as required by the Contract Documents. Item No. 2 Newport Pier Repairs: Work under this item shall include all removals, construction, repairs, and all other work items as required to complete the work in place. Item No. 3 Balboa Pier Repairs: Work under this item shall include all removals, construction, repairs, and all other work items as required to complete the work in place. ADDITIVE BID ITEMS Item No. ABI #1 Clean all marine growth from piles on the Newport Pier from Bent Nos. 24 thru 53 and all other work items as required to complete the work in place. Item No. ABI #2 Clean all marine growth from piles on the Balboa Pier from Bent Nos. 20 thru 47 and all other work items as required to complete the work in place. The above payment items shall be used as the sole basis for measurement of work completed in accordance with the Plans and these Special Provisions. Progress payments shall be made on the basis of the quantities furnished and installation completed times the corresponding unit prices for each payment item in the payment schedules. The Contractor is responsible for a complete project and for performing all work shown on the Plans and as described in these Special Provisions." 9 -3.2 Partial and Final Payment. Add to this section: "Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." • • SP 11 OF 14 PART 2 CONSTRUCTION MATERIALS SECTION 205 - -- PILES 205 -1 TIMBER PILES 205 -1.4 Pile Protection. The Contractor shall clean and prepare timbers piles for the use of Fox Industries FX -70 Pile Protection System. The contractor shall then: (1) Install #4 Grade 60 reinforcing steel, conforming to ASTM A -615, along those areas of the pile where reinforcement prior to installation of the permanent outer jacket/epoxy filler is required, (2) Install a permanent outer jacket and (3) place Hydro- Ester, Pumpable Epoxy Grout per Fox Industries written Instructions. The Contractor shall also use Fox Industries Trowelable Epoxy Grout FX -763 to fill cracks and splits in piles and other structural members. 205 -1.5 Cleaning Existing Piles of Marine Growth. Where Additive Bid Items #1 or #2 for cleaning piles of marine growth are awarded, each pile shall be cleaned of ninety percent (90 %) of all biomass between Elevation +6.0 feet, MLLW and —8 feet, MLLW. Mussels, seaweed, and all other marine growth shall be removed by a certified commercial underwater diver experienced in cleaning timber piles and submerged structures. All specified piles shall be cleaned of biomass down to the basal plate layer using hand tools or other mechanical methods. Care shall be taken to not damage the preservative layer of the existing timber pile or any pile wrap or hardware. SECTION 206 - -- MISCELLANEOUS METAL ITEMS 206 -1 STRUCTURAL STEEL, RIVETS, BOLTS, PINS AND ANCHOR BOLTS 206 -1.1 Requirements. 206 -1.1.1 General. Add to this section "All items of hardware such as steel plates, shapes, shim plates, bolts, chain guides, threaded rods, lag screws, nuts, washers, screws, nails, spikes, timber connectors and fasteners shall be furnished and installed as required, unless otherwise noted on the plans. Structural steel shall be ASTM A -36, bolts shall be A -307, pile shall be A -501 or A -53 and nails shall be common wire nails, unless noted otherwise. Bolts, nuts and washers shall be hot -dip galvanized in accordance with ASTM A -153. Nuts and bolts shall be threaded before galvanizing. Malleable iron washers shall be used wherever bolt heads or nuts bear upon wood or plastic. Malleable iron washers shall conform to ASTM A -47. Nuts shall conform to ASTM A -563. All work shall be galvanized after fabrication and furnished and installed as required." • • SP 12 OF 14 206 -1.5 Stainless Steel Components. All items to be constructed of stainless steel shall be attached with stainless steel nuts, bolts and washers. In addition any welds of stainless steel shall be made using stainless steel welding rods and procedures. SECTION 210 - -- PAINT AND PROTECTIVE COATINGS 210-3 GALVANIZING 210 -3.1 General. Add to this section "All fabricated metal items, plate, angle, brackets, clips, bolts, nuts, washers, and miscellaneous hardware except stainless steel items shall be hot -dip galvanized in conformance with Section 210 -3 unless noted otherwise on the Plans. All galvanizing shall be done after fabrication." 210 -3.5 Repair of Damaged Zinc Coating. Add to this section "All damaged galvanizing shall be treated in accordance with this section of the Standard Specifications. Hardware shall be galvanized after cutting, forming, bending, welding or after being damaged." SECTION 304 - -- METAL FABRICATION AND CONSTRUCTION 304 -1 STRUCTURAL STEEL 304 -1.1 General. Add to this Section "Metal fabrication shall consist of furnishing transportation, supervision, labor, equipment and materials for the fabrication and installation of fabricated steel ladder and associated hardware in accordance with the Plans and Specification or as directed by the Engineer." 304 -1.1.1 Shop Drawings Add to this Section "Contractor shall furnish Shop Drawings with bill of material, erection and other working plans showing details, dimensions, size of material, information and data necessary for the complete fabrication and erection of the structural steel to the Engineer for approval. No material shall be ordered prior to approval. No change shall be made on any drawing after it has been approved except by written consent or direction of the Engineer. The Contractor shall submit to the Engineer two (2) copies of mill test reports certifying that materials meet specified ASTM requirements. 304 -1.4 Steel Structures Add to this Section "Furnish washers for all bolts. Provide hexagonal head regular type bolts. Grade shall match that of the bolt or rod to which the nut is attached. Furnish nuts for all bolts and threaded rod. Fabricated metal items shall be shop fabricated and finished in accordance with the Plans and approved shop drawings. Welding shall be continuous along the area of contact. All welds shall be ground smooth where called for. All sharp comers and burrs • SP 13 OF 14 shall be removed. Applicable tolerances shall conform to the AISC Manual of Steel Construction." 304 -1.9 Welding. Add to this Section "Welders shall be qualified in accordance with the requirements of ANSI /AWS D1.1 -98. Mill tests shall be prepared for specified ASTM material and conform to Sections 2 -06 -1.1.2 and 1.1.3. No field welding shall be allowed without the permission of the Engineer' SECTION 305 - -- PILE DRIVING AND TIMBER CONSTRUCTION 305 -2 TIMBER STRUCTURES AND TIMBER CONSTRUCTION 305 -2.1 General. Add to this section "Timber construction consists of furnishing supervision, labor, materials, transportation, equipment and incidentals necessary for reinstalling, and replacing missing or damaged stringers, cross bracing, and cross bridging; drilling holes; fabricating metal items for connection of associated timber work to existing and new stringers, cross bracing, cross bridging; and miscellaneous timber work as may be directed by the Engineer. Bolts, anchors, straps and similar items which are not specifically called for under this Specification, but which are needed for the installation of various parts of the work, shall be provided and installed by the Contractor. Contractor shall re -attach and re- secure all loose cross bridging with hot dipped 40 penny nails to match existing. All cross bracing, completely split in two, shall be replaced." 305 -2.2 Materials. Add to this section " Unless noted otherwise on the Plans, all new and replacement timber and lumber material for stringers, cross bridging, cross bracing, blocking, and framing shall be rough size Pacific Coast Douglas Fir, Number 1 or better and shall conform to Sections 204 -1.1.2 and 204 - 1.3.1. All timber and lumber shall be pressure treated with chemonite (ACZA) per AWPA Standard P5 -97 to a minimum net retention of 0.60 pounds per cubic foot by assay per AWPA Standards C2 -97 and C18 -95 inspected in accordance with Section A of AWPA M2 -97. For all hardware, unless otherwise noted on the plans: A. Bolt replacements shall be 1" diameter with nuts and lock washers unless otherwise indicated. B. Structural plate and shapes shall conform to Section 206 - 1.1.1. C. All wood screws shall be Type 316 stainless steel in conformance with ASTM A- 276. D. Stainless steel hardware and fasteners shall be Type 316 in conformance with ASTM A- 276." 305 -2.3 Workmanship. Add to this section "Any existing materials or members not shown to be removed or replaced that are damaged during the construction shall be replaced with new materials to match the existing. Lumber shall be connected and • • SP 14 OF 14 fastened as indicted on the plans. Members to be bolted shall be predrilled no more than 1/8 -inch larger than the bolt diameter. Splices shall be staggered. There is to be a minimum of field drilling and cutting of lumber as it exposes untreated wood. Handling and care of pressure treated wood shall conform to the requirements of the Standard Instructions for the Care of Pressure Treated Wood (AWPA M-4). All necessary cuts, bolt holes, etc., in piling or lumber, existing or new, shall be swabbed thoroughly with two coats of copper napthanate. Contractor shall remove laitance, grease, oil, rust, and other bond inhibiting materials from cracks, splits and crevices in the piers structural elements by wire brush, sand blasting or water jet prior to epoxy application." 305 -2.7 Submittals. The Contractor shall: A. Supply Certificates of materials compliance for all timber and lumber. B. Notify the Engineer one week prior to treatment of timber and lumber so that plant inspection may be arranged. C. Furnish the Engineer, one week prior to doing any timber work, with certificates of wood preservative treatment for approval. The written certifications and plant inspection analysis reports shall conform to the requirements of Section A of AWPA M2 -97. Any timber delivered to the job site that does not meet the minimum requirements of net retention and/ or penetration of preservative shall be rejected by the Engineer. Rejected material shall be immediately hauled away by the Contractor at his own expense. 305 -2.8 Execution. A. Pre -drill pilot holes with a bit 1/16 inch less diameter than the diameter of the nail for all nails larger than 16d. Nail without splitting wood. B. Drill straight and true from one side only. C. Do not bear bolt threads on wood, but use malleable iron washers under head and nut where both bear on wood, and use malleable iron washers under all nuts. D. For stinger, pile cap, pile, and other treated wood members which have ends cut off or holes drilled, the cut surface or the hole shall be thoroughly cleaned and treated per AWPA M4 -96. E. Pour bolt holes full of preservative prior to installing bolts. 0 ATTACHMENTS 0 SCHEDULE OF VALUE FOR NEWPORT PIER (SAMPLE) SCHEDULE OF VALUE FOR BALBOA PIER (SAMPLE) 9 0 SCHEDULE OF VALUES (sample) Within two calendar days after award of Contract, the Contractor shall submit Schedule of Values for each pier to the Engineer for approval. It shall include, as a minimum, the following payment items: SCHEDULE OF VALUES FOR NEWPORT PIER REPAIRS No. Payment Item Quantity Unit Price Total 1 Install new 2" X 4" treated wood cross bridging to 90 replace missing cross bridging. 2 Reattach existing 2"X 4" Treated Wood Cross Bridging 2 with 3" long 20d galvanized nails. 3 Install new galvanized steel pile strap. 4 4 Remove existing and install new galvanized steel pile 43 trap. 5 Remove all laitence, grease, oil, rust, etc. from pile cap 6 split; place trowelable epoxy, install pile clamp. 6 Install new 4" X 16" stringer adjacent to existing stringer. 1 Remove existing and install new 1" X 18" galvanized 7 steel bolt, nut, washers and curved spike grid at cross 4 bracing connection. 9 Install new g/" galvanized bolts, nuts and washers in 2 existing guardrail support. Remove existing ladder, prepare shop drawings; 10 construct and install new stainless steel ladder, bolts 1 and washers. Remove all laitence, grease, oil, rust, etc. from pile split; 11 place trowelable epoxy, install pile clamp. Remove 1 existing wrapping and wrap with new 518" galvanized steel cable. 12 Install shims to eliminate gap and provide support. 1 Remove all laitence, grease, oil, rust, etc. from pile 15 cavities; install #4 reinforcing bar; install round 14 interlocking jacket and pour epoxy to fill pile voids and area between pile and jacket. Remove all laitence, grease, oil, rust, etc. from pile 16 cracks or cavities; install round interlocking jacket and 8 pour epoxy to fill pile voids and area between pile and jacket. Subtotal • • SCHEDULE OF VALUES FOR BALBOA PIER REPAIRS No. Payment Item Quantity Unit Price Total 3 Install new galvanized steel pile strap. 24 4 Remove existing and install new galvanized steel pile 57 strap. 5 Remove all laitance, grease, oil, rust, etc. from pile cap 3 split; place trowelable epoxy, install pile clamp. 8 Remove all laitence, grease, oil, rust, etc. from pile split; 3 lace trowelable epoxy and install pile clamp. Remove all laitence, grease, oil, rust, etc. from pile split; 11 place trowelable epoxy, install pile clamp. Remove 1 existing wrapping and wrap with new 5/8" galvanized steel cable. 12 Install shims to eliminate gap and provide support. 8 13 Remove cross bracing and install new cross bracing. 1 14 Remove existing diagonal bracing and install new 1 diagonal bracing. Remove all laitence, grease, oil, rust, etc. from pile 15 cavities; install #4 reinforcing bar; install round 21 interlocking jacket and pour epoxy to fill pile voids and area between pile and jacket. Remove all laitence, grease, oil, rust, etc. from pile 16 cracks or cavities; install round interlocking jacket and 9 pour epoxy to fill pile voids and area between pile and jacket. Remove existing and install new 1" X 18" galvanized 17 steel bolt with galvanized steel nut, washers and single 29 curved 4 1/8" X 4 1/8" spike grid at cross bracing connection per Bent Section L on sheet 9. Remove existing and install new 1" X 18" galvanized 18 steel bolt with galvanized steel nut, washers and single 13 curved 4 1/8" X 4 1/8" spike grid at cross bracing connection per Bent Section L on sheet 9. Subtotal FX• k—lx/ 1 "INIRT BURROSIIN -FREE SYSiE6A8 0 structural Restorotion and NO construction PILES - PIERS - MARINE STRUCTURES T� 11ATENT NO. 4,019,301 pages 12-13 FOX INDUSTRIES, INCORPORATED • 3100 FALLS CLIFF ROAD * BALTIMORE, MARYLAND 21211 Reconstructed with FX-700 Pages 6.7 T� 11ATENT NO. 4,019,301 pages 12-13 FOX INDUSTRIES, INCORPORATED • 3100 FALLS CLIFF ROAD * BALTIMORE, MARYLAND 21211 iig. C 2 - SR:FJ. MANE 3 - M- i4'Mft'O4XIW3 KET 6 - Fxf CCN WMQRGWW 6 - SFACeR 8 - WAFEFUNE j6k .t�- Protection of marine structures at the waterline and below was an engineering problem that has now been solved. On some struc- tures a layer of concrete protects steel H -piles or reinforcing bars. On other structures, a layer of steel protects a concrete core. Should concrete protect steel "... or should steel protect concrete? Neither has been entirely satisfactory. Both steel and concrete are attacked at the waterline. Wood piles are often left unprotected and vulnerable to marine borers. With the escalating cost of replacement, waterline protection is both economic and worthwhile. A technological breakthru has been needed for a long time. Now it is here ... and proven in protective systems in ser- vice. THE EX -TD® Severe structural damage at the waterline has been discov- ered in concrete, steel, and wood piles all over the world. Until now replacement was the only real alternative. With the FX -70® Inert Corrosion -Free System, it is both possible and.practfcal to restore the structural integrity of any pile. Furthermore, this complete structural restoration can be accomplished without costly de- watering and without interrupting use of the structure. The basic FX -700 concept utilizes a permanent high strength reinforced hydro -ester outer surface for protection against salt water, corrosive pollutants, cycles of wetting and drying, cycles of freezing and thawing, and deteriora- tion by electrolysis. A group of products, starting with the FX -70® jacket as shown on pages 14 and 15, are used in various combina- tions to economically meet a wide range of job conditions. On page 5 there are detailed descriptions of each product. FR -l0® PROTECTIVE OUTER SURFACE This inert corrosion -free surface is available as round or square interlocking jackets, flat sheets, seamless shells, or custom shapes. Wall thicknesses range from 1/8" to 1/2" depending on application. NIGH BOND TO CONCRETE, STEEL, WOOD The two- component FX -70® Hydro -Ester compounds (FX- 763, FX -70 -6, FX -70 -9, and FX -498), all bond tightly to wet or dry surfaces of concrete, wood, steel and other structural materials. The water - insensitive formulation of these mate- rials make it possible to work successfully in wet environ- ments. Bg. A ' 1 - CONCf4:i4 RlE ' S -FIFTY INF$iLOCItlNG,ihCKET d - 706 SUFF2M1M M pRfAR iFX- OF ]M Q eAws tF NO R ffN1 -tWM Fw9&3'iR0`NEl.GFi0.pEj: ". A -' IBP�rMU2rAR iig. C 2 - SR:FJ. MANE 3 - M- i4'Mft'O4XIW3 KET 6 - Fxf CCN WMQRGWW 6 - SFACeR 8 - WAFEFUNE j6k .t�- Protection of marine structures at the waterline and below was an engineering problem that has now been solved. On some struc- tures a layer of concrete protects steel H -piles or reinforcing bars. On other structures, a layer of steel protects a concrete core. Should concrete protect steel "... or should steel protect concrete? Neither has been entirely satisfactory. Both steel and concrete are attacked at the waterline. Wood piles are often left unprotected and vulnerable to marine borers. With the escalating cost of replacement, waterline protection is both economic and worthwhile. A technological breakthru has been needed for a long time. Now it is here ... and proven in protective systems in ser- vice. THE EX -TD® Severe structural damage at the waterline has been discov- ered in concrete, steel, and wood piles all over the world. Until now replacement was the only real alternative. With the FX -70® Inert Corrosion -Free System, it is both possible and.practfcal to restore the structural integrity of any pile. Furthermore, this complete structural restoration can be accomplished without costly de- watering and without interrupting use of the structure. The basic FX -700 concept utilizes a permanent high strength reinforced hydro -ester outer surface for protection against salt water, corrosive pollutants, cycles of wetting and drying, cycles of freezing and thawing, and deteriora- tion by electrolysis. A group of products, starting with the FX -70® jacket as shown on pages 14 and 15, are used in various combina- tions to economically meet a wide range of job conditions. On page 5 there are detailed descriptions of each product. FR -l0® PROTECTIVE OUTER SURFACE This inert corrosion -free surface is available as round or square interlocking jackets, flat sheets, seamless shells, or custom shapes. Wall thicknesses range from 1/8" to 1/2" depending on application. NIGH BOND TO CONCRETE, STEEL, WOOD The two- component FX -70® Hydro -Ester compounds (FX- 763, FX -70 -6, FX -70 -9, and FX -498), all bond tightly to wet or dry surfaces of concrete, wood, steel and other structural materials. The water - insensitive formulation of these mate- rials make it possible to work successfully in wet environ- ments. WORK IN WATER Reconstruction of severely damaged piles can be accom- plished quickly and economically without building coffer- dams or using other expensive de- watering equipment. Small equipment and ordinary construction skills are all that is needed to get this long- lasting protection for marine structures. UCTION AND RESTORATION For structural restoration work or protection on new piles, the FX -700 interlocking jackets are simply spread apart and slipped around the pile. A small work crew with one diver fixes the jacket firmly in position and FX -70 -6 Hydro -Ester mortar or grout is poured thru water, displacing the water, and bonding the bottom edge of the jacket to the concrete, steel or wooden pile. Where the remaining void space is of large volume (as in reconstructing piles), a high strength cementitious grout, mortar or concrete containing FX -32® Catalytic Admixture is pumped or tremied into place. At the top edge of the jacket another layer of FX -70 -6 Hydro -Ester mortar pro- vides a tight, impervious seal. ADVANTAGES OF FK -700 SYSTEMS Application procedures utilize proven materials and chem- ical systems already well known in the construction indus- try. The FX -70® Hydro -Ester compounds are designed for field use in wet environments. High strength and bond are developed by chemical reaction. Costly maintenance and repetitive repairs are eliminated. High structural strength combined with inert chemical properties make the FX -70® Systems the most practical way to reconstruct piles and prevent steady deterioration from salt water, corrosive pollutants, ice action, floating debris, marine borers, electrolysis and ordinary weathering. PROVEN IN SERVICE - ASK FOR TEST RESULTS Original laboratory testing began in 1970. Field applica- tions began in 1971 and are performing well today. Projects range widely in geographic areas including West coast, Gulf coast, East coast, inland waterways, and overseas. Exposure conditions include tidal action, river currents, salt water, fresh water, ice action, and various pollutants. Numerous tests have been run by government and inde- pendent laboratories covering specific applications of the FX -701 systems including: structural rebuilding of piles, restoration of deteriorating surfaces, and protection of new structures. Just outline your need. Detailed test data on similar applications may already exist. Tog. D as - Fxml rerrawwxnuG xcKCr &9 - i6NGE0FINl9tL0(Y( � - 6 %QGYfi Bf rtJ(EfSACK si - mNUPETEP- Ii80WEl6WNpJ ae - Fit- io- stircaB5i,9tt�RiA1i.: M - fig. i 43 - CbNCAE1E VILE wcrvtFNTtuoc�c- INpJBC![ti . ae - Fx- taemurto- �aetaaaran 51 : 80iTOM (MUOUNP -.1 , s d: f, NERCUCNNG J0.C1ffT': v14 xnumgsstruesEnL' . }'r:. *r'.•Y.'ti@ iWi�B�NtREGWP' .. I�fJHMPL _. 43 - CbNCAE1E VILE wcrvtFNTtuoc�c- INpJBC![ti . ae - Fx- taemurto- �aetaaaran 51 : 80iTOM (MUOUNP -.1 , s d: f, x t � s �' �� 0 a�•;i6oiD'• t e�lI papa o0 06 turo,i�'yi I o0Jn'n0O - u 4.j{ ,4 axon �'r1 QO oQ:.pa 4 ar e 9 0. Sq 4 G M i� MANUFACTURING TO YOUR NEEDS FX -700 Interlocking Jackets are manufactured at the Fox Manufacturing plant in Baltimore, Maryland. Dimensions, chemical composition, and overall quality are closely con- trolled to assure long dependable service in field applications all over the world. Fox has pioneered the development of materials and tech- niques to reconstruct piles of all types so they provide the full structural capacity of the original design. On new struc- tures the FX -70® System Materials provide inert corrosion - free protection at the waterline and thus eliminate the most frequent source of costly maintenance. Curing room Is an Important step In the closely controlled manufacturing process. The full Isungth of this square F*70' Interlocking Jacket is easily opened' by one man for positioning around a pile. This saves field time and is a gnat advantage where the jacket must be handled by divers. Light vrelght of Only 1 pound per square foot of 118' thick sur. face make handling of F1470- jacket both safe and fast. FK-70' PROTECTIVE SURFACES INTERLOCKING INTERLOCKING Minimum JACKET JACKET Structural Properties (Mom Than 16' (16' 8 under at 13.41 (23'C) square/iound) squareiround) Tensile Strength — Ultimate — (ASTM 0633 -60) 12,000 psi 14,500 psi flexural Strength . (ASTM D196.66) 25,000 psi Modulus of Elasticity Flexural (ASTM 0790 -66) - .7 x 105 psi 7 r 105 psi tied Impact (ASTM 02561 1520 15.20 Density 7011cu. Ii. 70f7cu. 11. Electrical Properties Dielectric Constant — (ASTIA D150) 4,5 ® 60 H2 MANUFACTURING TO YOUR NEEDS FX -700 Interlocking Jackets are manufactured at the Fox Manufacturing plant in Baltimore, Maryland. Dimensions, chemical composition, and overall quality are closely con- trolled to assure long dependable service in field applications all over the world. Fox has pioneered the development of materials and tech- niques to reconstruct piles of all types so they provide the full structural capacity of the original design. On new struc- tures the FX -70® System Materials provide inert corrosion - free protection at the waterline and thus eliminate the most frequent source of costly maintenance. Curing room Is an Important step In the closely controlled manufacturing process. The full Isungth of this square F*70' Interlocking Jacket is easily opened' by one man for positioning around a pile. This saves field time and is a gnat advantage where the jacket must be handled by divers. Light vrelght of Only 1 pound per square foot of 118' thick sur. face make handling of F1470- jacket both safe and fast. FX- 700 HYDRO -ESTER JACKETS FX -70 ®48 These are available In standard shapes, round and square, In sizes from 8' to 54'. Special shapes, Including H -shape for steel H- piles, can be made to suit any requirement for new work or reconstruction of piles and piers. FX -70° Jackets have a tensile strength of 12,000 psi, and will not corrode even in highly polluted water. FX- 7 0 ®° ll COMPRESSIBLE SEAL This closed -cell inert foam material is bonded to FX -70' Hydro -Ester jackets with FX -70 -2 adhesive to provide a seal along the bottom edge of the jacket adapting to any slight surface irregularities.. FX -70 %22 ADHESIVE This fast - setting one - component adhesive is used to bond the FX -70 -1 Compressible Seal to the FX -702 jackets. FX- 7 V 3 HYDRO -ESTER TROWEL -GRADE This two - component (2:1 ratio) material is 100% solids and therefore does not shrink or crack upon curing. FX -763 is power -mixed just prior to application. The heavy trowel consistency Is useful for an application on vertical sur- faces to set anchor bolts, to bond plastic grouting valves, and to provide a permanent bond along the interlocking joint of the FX -701 jacket. FX -763 is also available in a faster setting 'Cold Weather grade.' FX - 7 41 OHYDRO -ESTER FAST LV The low viscosity of the FX -741 permits penetration In fine cracks and porous areas. This two - component system Is 100% solids, and has a very short 4- minute pot life after mixing. FX -741 Is used for grouting In damp or wet areas, and as a binder for rapid setting mortar when mixed with FX -701 Filler. This mortar is also used for setting grout nipples just prior to the placement of FX -326 grout or FX -70 -8 Premixed Grout. FX -70 HYDRO -ESTER POURABLE MARINE PACK FX -70 -6 Hydro -Ester Pourable Marine Pack is a moisture Insensitive, two - component, 100 °% solids epoxy resin. it is used as a binder for mortar, when mixed with 3 to 5 parts of FX -700 Epoxy Extender IC Component) in conditions where a dry or wet environment Is encountered. This material Is specifically designed for use with FX -70 Inert Corrosion Free System. HYDRO - ESTER. POURABLE -GRADE This 100% solids two- component material is used as a binder with FX -701 Oven -Dried Filler. The resulting mortar is very workable and will bond to wet or dry surfaces of concrete, steel, aluminum, or wood. Compressive strength will exceed 8,000 psi at 7 days. Also available in -Cold weather grade.- FX- 7 0 1 GRADED OVEN -DRIED FILLER This siliceous base filler Is specially graded to work well with the FX -70' Hydro -Ester two - component binders. Mortars and grouts can be mixed, placed, and finished easily without 'tearing' the surface or using excessive amounts of the binders. FX•70 (o° 0 PRE -MIXED GROUT Just add water to this dry mix to produce a very fluid non - shrink cementitious grout. Initial set Is approximately 2 hours at 70 °F and 28 -day strengths exceed 8,500 psi test - edin accordance with ASTM C -109. FX- 7 0 ®° R HYDRO - ESTER. COATING IV This palntable 100% solids two - component formulation is used with the FX -70 -10 Field Formed Protective System, and is applied by brush or roller. It penetrates the cloth and provides a high bond to concrete. masonry, wood, steel, and other exposed surfaces. Also available In 'Cold Weather grade.' FX -70 ®o1 00 FIELD - FORMED PROTECTIVE SYSTEM Inert fibers of the FX -70 -10 System provide a layer of rein- forcing to bridge across hairline cracks on structural sur- faces. It Is used with FX -70 -9 to build up a multi -layer sys- tem On Concrete, masonry, wood, or steel. The FX -70 -10 fiber reinforcing is available in various widths Including 4', 6'. 12' and 36'. FX -498 HYDRO -ESTER HIGH -BUILD COATING The medium consistency of this 100% solids two- compo- nent system makes It Ideal for direct coating of struc- turally sound surfaces that are free of cracks. Clean sur- faces need not be dry as FX -498 is not sensitive to damp- ness and will bond tightly to such surfaces. The Fox quallty control laboratory Is located next to the manufacturing area. CONCRETE PILE REPAIRS — MARYIANO Severe deterioration of concrete at the waterline exposed the reinforcing steel to brackish tidal waters. Reconstruction of 2000 lineal feet of 23' square pile was accomplished with FX -70• Inert Corrosion -Free System. 1. Deteriorated concrete was removed by chipping. 2. Rectangular FX -700 jackets from 3 to 9 feet long were positioned around the piles down to the mud- line. 3.FX -70 -6 Hydro -Ester mortar was poured to seal the bottom perime- ter. 4. Portland cement grout with FX -32° Catalytic Agent was used for the middle area. 5. Top was finished off with a seal of FX -70 -6 Hydro -Ester mortar. BAY CITY CONSTRUCTION CO.. INC. PRESTRESSED Pills 18' square prestressed concrete piles with a 9' center void were used to cross this salt water bay. Several piles were damaged during construction, probably as a result of hitting boulders during driving. Cracks in the concrete exposed the prestressed wires to corrosion. A full scale test of corrective measures was made with the FX -700 system. 1. 32- round FX -706 jacket was placed around the pile with FX -763 used to seal the interlock. 2. Bottom was below mudline and was sealed with FX -70 -6 Hydro -Ester mortar. 3. Cementitious grout made with FX -32° Catalytic Agent was pumped In through a bottom entry displac- ing all water. 4. Tests were successful and ocher damaged piles were repaired with this system. REPAIR DE STREET BRIDGE — IONG ISIANO Disintegration of piles at the waterline on a local street bridge in Long Island, New York created an urgent maintenance problem for the county Public Works Department. They needed a long lasting and economical method that could be performed by their own maintenance forces. 1. Piles were numbered and a reconstruc- tion procedure was planned. 2. A test of the FX -70" system was carried out with supervision from Fox Industries. 3. After 3 years of successful performance. other piles were reconstructed with FX -700 materials. HIGHWAY BRIDGE - FLORIDA Concrete protecting steel H -piles on this state highway bridge had deteriorated at the waterline exposing the steel to corro- sion. Permanent and economical repairs were carried out by state highwayper- sonnel. 1. Deteriorated concrete was removed with a hydro laser. 2. 24' FX -701 jackets were cut to exact lengths. and the interlocking joint was filled with FX -763 Hydro -Ester Trowel Grade. 3. The jackets were placed in position around the .pile, and FX -70 -6 Hydro - Ester grout was poured through the water to make a tight seal at the bottom. A. The next day the water was pumped out and an annular void was filled with concrete to within 3- of the top. 5. Top was sealed with a final layer of FX -70 -6 Hydro -Ester mortar trow. eled to a neat beveled finish. REHABILITATION Of PILE BENTS - VIRGINIA Rehabilitation of the pile bents on a bridge In Norfolk utilizes the FX -70° Inert Corrosion -Free System. 1. Piles show severe deterioration 2. After cleaning with accomplished high pressure water blasting, FX-700 pro- tective jackets are placed around each pile. 3. FX -70 -6 Hydro -Ester and FX -701 Filler are mixed mechanically to mortar con- sistency. 4. Mortar Is poured Into annular void dis- placing water and forming high chem. ical bond both to jacket and pile. CROWDER CONTRACTING CO., INC. 'This 26th Street Bridge project has been most Inter- esting and worthwhile, and I feel that it marks the beginning of a new, ideal type of repair for concrete bridges. R.N. HARRELL DEPT. OF PUBLIC WORKS CITY OF NORFOLK COAST GUARD PIER - MARYLAND Wet and dry twice each day since con- struction in 1941, has subjected the ten. sion portion of the reinforced concrete spandrel beams under the 25 ton travel - Ing crane to over 23,000 cycles of alter- nate wetting and drying with salt water. This severe exposure caused extensive deterioration of the concrete and corro- sion of the reinforcing bars. 1. Deteriorated concrete was removed by high pressure water jet. 2. A channel- shaped FX- 70- jacket was bolted into position on the under- side of the beam. 3. FX -70 -6 Hydro -Ester and FX -701 Filler were mixed to a heavy grout con- sistency and poured Into the void area displacing the salt water, and bonding the Jacket to the concrete. ' EASTERN GUNITE CO. uu ion 15 -14. u..FUw rC -%O YYLMFEi[F MIEn i14( rr. -iU xryM -(LTf9 J.[L[t (w COUNTY DEPARTMENT OF PUBLIC WORKS REPAIR Of DUAL HIGHWAY BRIDGE Dual bridges carry a major traffic artery across a tidal river. Severe deterioration down to and behind steel reinforcing caused great concern. 1.Test sample of the FX -700 Inert Corrosion -Free system was installed In late 1971. Performance was very satis- factory. 2. In 1973, all plies were reconstructed using the FX -70° system with FX -70 -6 Hydro -Ester mortar. JOHN D. SHEETZ CONSTRUCTION CO. 7 REPAIRS TO NAVY The H -piles on this U.S. Navy pier lost more than 50% of the steel section through elec- - TEXAS trolysis. I} 1. Water Is used to clean pile surface. (note deterioration) 2. Welder attaches steel plates to span cor- roded section. 3. FX -706 interlocking jackets of 20' diame- SAM PARISH ter are easily positioned In tight working CONSTRUCTION CO.. INC. space. Void is filled with concrete. GRAIN PIER — LOUISIANA i Flowing water of the Mississippi River reduced the steel cross - section of these H -plies on the grain handling pier. Various repairs have been tried over the years. The current repairs are with the FX -700 system. 1. FX -70° interlocking jacket is posi- tioned and tightly fixed to resist the river current. 2. Seal Is made with FX -70 -6 Hydro - Ester mortar. 3. Void in middle area was filled with cementitious grout made with FX -32' Catalytic Agent. 4. Work is completed with top layer of FX -70 -6 Hydro -Ester mortar. �'. '.i I} 5 11Y CRESCENT ENTERPRISES. INC. STRENGTHENING PETROLEUM PIER.— NEW JINSIY Loss Of section Of the steel H -piles at the water- line due to polluted water and elec- trolysis required a plan for strengthening. 1. The 34' diameter FX -70• jackets were cut and fitted to accommodate the cross -brae. Ing. Jackets were provided in 6 to 9-1`00t lengths and were field spliced at the hori- zontal bracing. 2. Reinforcing cage was placed around the H- plle. 3. FX -70° jacket serves both as form for con - crete and outer protection against corro- sion. HARTER UNDERWATER CORPORATION SHIPYARD [ACIIITIES - NEW JERSEY Steel pipe piles supporting heavy ship- yard repair facilities were deteriorating In the polluted waters of the Hudson River. Repairs were made without Inter- rupting work of the shipyard. 1.Oivers worked In the low clearance area and positioned FX- 70•jackets. 2.FX -70 -6 Hydro -Ester and FX -701 Filler were mixed to grout consis- tence and pumped Into the annular void space displacing the water. INDDSTRIAI PIER - MARYLAND Fluted steel piles on this acid receiv- Ing pier were badly corroded. .Replacement Or reconstruction was needed, . and they selected recon- struction with FX -700 . 1. FX -700 jackets were sllpped around the pile at the waterline area. 2.FX -70 -6 Hydro -Ester and FX -701 Filler were poured into the annu- lar void displacing the water. (Notice the bell -lip to facilitate the pouring.) OCEAN SYSTEMS. INC. Ej MRNICIPAI PIER -1ENAS Sections were totally Im ssina at the water line from many of the wood plies supporting this municipal pier. Recon- struction with FX -700 was preceded with a full scale test: 1. Rotted wood was removed from plies. 2. Wire reinforcing cage was attached to top and bottom sections, span- ning the missing area. 3.FX -70 °Jacket was prepared with an FX -70 -2 seal along the bottom and positioned around the pile. 4.FX -70 -6 Hydro -Ester Mortar was poured through the salt water to permanently seal the bottom. 5. Cementitious grout made with FX- 32" Catalytic Agent was pumped Into the Jacket displacing the water and filling the entire center section. 6. Top was sealed with FX -70 -6 Hydro - Ester mortar. 7. Full sections of the reconstructed pile were removed and tested In a 100 -ton hydraulic press. S. Result: reconstructed section of the pile was stronger than the original. wPILE RN nmo-urte wn.. (f(Y .1 Itl MO tl11P� n", low - ius 'I 3 OGLETREE AND GUNN I ' i I' pi 1. FX-70- jackets were installed as per diameter nent 36' mudline to the .. space was filled with high stren ""' w � -+H� - "., � ' ���' j 1TS�y +,S^•` f -'i`,w i) 41 I I i �11' � .k '�- j '1 L r 11 f� 1 ��ivl yc I r�yJ z .,4 RARRRAR TRES111- EIRRIRA Wood piles on this railroad bridge were rotting away at the waterline . in this shal- low waterway. Repairs were made from above the waterline. 1. FX -70• jackets were positioned around the pile. well into the mudline. 2. Annular space of 2 to 3 inches is created. 3. Cementitious grout made with FX -228 High -Early won - Metallic Compound displaced the water in the annular void. c.lYn�c u.+ y 8 .(Ire �ii OGLETREE AND GUNN I ' i I' pi 1. FX-70- jackets were installed as per diameter nent 36' mudline to the .. space was filled with high stren ""' w � -+H� - "., � ' ���' j 1TS�y +,S^•` f -'i`,w i) 41 I I i �11' � .k '�- j '1 L r 11 f� 1 ��ivl yc I r�yJ z .,4 RARRRAR TRES111- EIRRIRA Wood piles on this railroad bridge were rotting away at the waterline . in this shal- low waterway. Repairs were made from above the waterline. 1. FX -70• jackets were positioned around the pile. well into the mudline. 2. Annular space of 2 to 3 inches is created. 3. Cementitious grout made with FX -228 High -Early won - Metallic Compound displaced the water in the annular void. UTRITY POLES - RURIDA wooden utility poles in wet land areas and shallow water often show deteriora- tion at the base. A full scale laboratory test was carried out to show how the FX- 70° systems provide full strength. 1. A 6' gap was selected for recon- struction. 2.A 5 -foot long FX -70° Jacket was slipped around the splice area. 3.FX -70 -6 Hydro -Ester and FX -701 Filler were mixed to grout consis- tency and poured into the void. 4. Pole was positioned horizontally for testing. 5. Failure occurred at 26,266 ft -lbs, or a fiber stress of 2005 psi. FLORIDA POWER & LIGHT CO. I 54" CONCRETE PHIS — MARVIABO Prestressed hollow piles 54' in diameter on this new bridge were protected at the tidal zone with the FX -70' Inert Corrosion -Free System. As superstructure was being com- pleted, the protective FX -70• jackets were Installed by workers on floats. 1. FX -70 -1 seal was Installed along the bottom perimeter of the 5 -foot long jacket. 2. FX -763 Trowel Grade was buttered on the Interlocking joint. 3. The jacket was banded in place. 4. FX -70 -6 Hydro-Ester mortar was poured Into the 1/2' annular space to provide a firm continuous bond over the entire protected area. Oil PIER — CAIIEORRIA New oil receiving pier was designed with steel H -piles for support and FX -70• jackets for protection against corrosion. 1. Interlock of the jacket was buttered with FX -763 Hydro -Ester Trowel Grade. 2. FX -70• jackets were installed from mudline to within 24' of the cap. 3. Portland cement concrete was used to solidly fill the void area. MARINE INTERFACE ROTEO STEEI Pills Fluted steel piles on this new state highway bridge are protected with FX- 70'inert Corrosion -Free System. 1. FX -70' jackets are positioned from the mudline to one foot above mean high tide. 2. FX -70 -6 Hydro -Ester mortar was poured through the brackish water to fill the annular void. 12 INDUSTRIAL PIER - MARYLAND Contaminated and corrosive salt water in this industrial area resulted in high main. tenance costs for piers. This newly designed pier utilizes the FX-70- Inert Corrosion -Free System to provide long term protection. 1.Steel H -piles were driven and cut -off to specified elevation. 2.FX -70' Hydro -Ester jackets were slipped around the piles and fixed into position. 3.Portland cement concrete with FX -32° Catalytic Agent was used to fill the void space. 4. Deck forms were constructed so that FX -70' jackets and H -piles would protrude Into the underside OF the cast -in -place deck. MC LEAN CONTRACTING CO., INC. NEW EBPRESSWAY BRIDGE - MARYLAND Recognizing the corrosive attacks on the piers of an existing bridge, engineers looked for the best possible means of protection for the piers on this new bridge. After thorough Investigation and review of the testing at the Maryland State Roads Commission laboratory, the consulting engineers specified the FX-701 Inert Corrosion -Free System. 1. FX -70' protective sheets with spac- ers attached are fastened to the concrete piers with metal fasteners. Void Is filled with FX -70 -6 Hydro - Ester mortar after each level of sheets is fastened in place. 2. After installation, cofferdam is removed and the concrete pier base is fully shielded from corrosive attack at the waterline and below. The completed project is Impressive and the FX. 70' System enhances the pm /ect. We appreciate the coopenalion your organization rendared on the pro- ject instmcting the Wnlmclor and enabling him to complete the contract ahead of ALBERT P. BACKHAIIS, P.E. MARYLAND DEPT. OF TRANSPORTATION 13 WONWH E 1. deteriorated concrete 2. FX -70.6 Hydro -Ester Grout 3. FX -70® Interlocking Jacket 4. FX -70 -8 Pre -Mixed Cementitious Grout 5. FX -70-1 Compressible Seal 6. concrete or wood pile 7. square or rectangular concrete pile 8. steel shell pile filled with concrete 9. cleaned concrete surface 10. FX -70.9 Hydro -Ester Coating LV 11. FX- 70,70 ,Fiber Reinforcing 12. completed. FX -70 -10 six -layer field formed system with final thickness of appf'dRirl7ately 3116' " 13; Concrete pies 14. FX -263 Hydro -Ester Trowel -grade 19,1=X <70�4)MEerlotking Jacket 'ld'etail of tht&P(isekl;. . 16, steel H -pile" 17. pile cap. . 14_ 1 .2 3 15 PILE CROSS..S EC, TION I'_ INTERLOCKING JOINT FX -70 HYDRO -ESTER GROUTING COMPOUNDS DESCRIPTION: FX -70m Hydro -Ester compounds are 2- component, 100 ° ° / solids systems designed for use with FX -700 Inert Corrosion -Free Systems. FX -763 Hydro -Ester TROWEL GRADE: Non -sag for sealing interlocking joint of FX -70® jacket. FX -70 -4 Hydro -Ester FAST LV: 4- minute pot life after mixing where low viscosi- ty and rapid set are needed. FX -70 -5 Hydro -Ester LV: 30- minute pot life after mixing where low viscos- ity and normal set are needed. FX -70 -6 Hydro -Ester POURABLE: normal set and medium viscosity. APPLICATION: FX -70® Hydro -Ester compounds are insensitive to moisture and will bond to wet or dry HW MLW LW coup 17 DETER)QFA steel, concrete c r wood with, - any cross- secuoA or length. contact surfaces. Cured grout will produce excellent adhesion and resistance to impact and abrasion. Inert qualities resist chemically severe environments. All contact surfaces should be free of laitence, grease, oil, rust, and other bond inhibiting materials. PROCEDURE: a. Thoroughly mix Component A and Component B. b. Blend Component A and Component B at ratio per manufacturer's recommendations. c. Mix thoroughly with an electric drill and mixing paddle. d. Introduce FX -701 Filler slowly to the desired con- sistency (use with FX- 70 -6). e. A ratio of one part mixed compound to one part FX -701 filler will yield 350 cu. in. /gallon. f. Pour grout into annular void provided by the FX- 70' shell. g. Avoid contact with skin and inhaling of vapors v r 17' -- 3 �a i$ 3 2 t6 IS SECTION A -A 17 17 II n !II pr ll 114' I h II 3 1 u I IIM1 IIII �) 2 -!111 li 3 2 �5 ✓6 TJ .a. c �h n !II pr ll 114' u I IIM1 IIII -!111 Frt E I', TYPE IE TYPE 331 TYPE IQ TYT�j� @F,Hing Jacket, round FX -7a Interlocking' 'J ckeO 0.1(�70t, . IQ &f king 3aCKet. FX'7g! In[erbcking Jacket FX -70 -10 Flela Fart od sptern on Stith FX -70 -6 high- H- shaped, with FX -70-6 Hydra- installed 25'2.'yi511af -at; the, tidal:. Installed on a. round or fluted plle, pier base. of SA"011 for new 4ientltlous grout ,at Ester Grout from the InudlM6,to zone.: steel shell pile, new construction construction or r OK, .2tea. and FX -70.6 the titlal zone. or repair. Jfout at .the fop and 60de Full encapsula- Idllne to dldal zone. FX -32• GROUT SPECIFICATION (Portland cement grout) FX -320 is a water soluble polymer resin that works in each stage of the complex hydration process of Portland cement. Design mixes with FX -32® require from 15 to 25% less water. This water reduction helps produce the high strength, greater density, and reduced drying shrinkage. The excellent worka- bility aids in placement consolidation. FX -320 can be used in temperatures as low as 32 °F in the cold winter months. The catalytic properties of FX -320 make possible the development of additional strength gains from Portland cement for concrete, mortar, and grout. Other properties are also improved Including dura- bility, tensile strength, density, and bond of new concrete to old concrete. Recommended preparation is 1 pound of FX -320 Powder per sack of cement. Lesser proportions of 3/4 pound and 1/2 pound per sack may be used when correspondingly lower results are adequate. FX.9Z and 14W o Ester are regisreratl nademadrs of Fox /ndusidasi Ina.. High -early strength — 24 -hour over 4000 psi Shrinkage reduction — 28 -day drying shrinkage of FX -326 concrete is from 23 to 31% less than a plain mix. Tensile strength — The 3 -day tensile strength of FX- 32° concrete has a 38% greater tensile strength than plain concrete. Flexural strength — 28 -day over 1100 psi. Density — Due to the large reduction in mixing water and good consolidation properties, the densi- ty of FX -320 concrete with air entrainment is increased from 6 to 8 pounds per cubic foot. Initial retardation — The initial set of FX -320 con- crete is retarded by 25 -35 %, at a 1 -lb. /sack addition. Durability — Air- entrained concrete containing FX- 320 exceeds ASTM C -666 at 300 cycles. Testing of some cylinders continued well beyond 1000 cycles without sign of failure. LABORATORY TEST PROGRAM Both steel and concrete specimens were tested. FX -70.6 Hydro -Ester mortar is poured through salt water solution. In a constant search for better methods and materi- als, the Bureau of Bridges requested tests on the FX -700 Inert Corrosion -Free Systems. Tests were carried out at the Maryland State Roads Commission laboratory. A cut -off section of a steel shell pile and an 18" diameter concrete pipe section were set up in vertical positions side -by -side on a test stand. The FX -70' pro- tective layer was supplied as 1 /8" thick round jackets. Each jacket was spread open and slipped around the section. It was closed to an 18" inside diameter. The overlapping longitudinal edge was firmly closed with self- tapping stainless steel screws in pre - drilled holes. The bottom perimeter between the pile and the jack- et was sealed. The void space was filled to the top with water containing 5% salt solution. Placing the FX -700 Hydro-Ester mortar without dewatering is a key feature to the economics and prac- ticability of the system. This step of the lest was observed by many interested engineers and mainte- nance supervisors. The mortar was proportioned and mixed to a Plow- able consistency. Being both heavy and repellent to water, the mortar was poured from opposite sides, dis- DISTRIBUTED BY: High bond is apparent as many fibers remain embed- ded in FX -70 -6 Hydro-Ester mortar to concrete. placing the water and solidly filling the 112" annular void., Initial hardening was complete in 4 hours at the lab-' oratory temperature of 72°F. Compressive strength of- the mortar was determined on 2" cubes to be 8;000 psi at 24 hours. - After seven days, an attempt to separate the pro--. - tective surface from the mortar was attempted. Using, hammer and chisel, the surface was peeled from,-the,' mortar; however, many strands and fibers refused' to, be separated, showing the excellent bonding charac- teristics. A 3" core was cut with a .diamond drill through the wall of the concrete specimen. The FX -700 Hydro -Ester Mortar provided full bond both to the .protective jacket . and the section being protected, thus producing a= monolithic structural system. While no cores were taken on the steel specimen, hammering and chipping by the laboratory technicians.. (and other interested observers) showed bond to be excellent. No pieces could be removed regardless of the punishment given with the hammer. In fact, the mar= tar absorbed the hammer impact in a way that damp- ened the vibrations which normally occur''in steel. SCHRADER CO. SALES, LLC 8216 23rd PI NE, Everett, WA 98205 Ph 425- 377 -1550 Fx 425- 377 -0408 P.: PRINTED IN U.S.A OCT ., c 7i-iq CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 14 October 24, 2006 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Stephen Luy 949 - 644 -3330 sluy @city.newport- beach.ca, us SUBJECT: OCEAN PIER REPAIRS - AWARD OF CONTRACT NO. 3798 RECOMMENDATIONS: Approve the plans and specifications. 2. Defer Additive Bid work. 3. Award Contract No. 3798 to John S. Meek Company, Inc. for the Total Base Bid Price of $687,550, and authorize the Mayor and the City Clerk to execute the contract. 4. Establish an amount of $68,000 (10 %) to cover the cost of unforeseen work. 5. Approve a Budget Amendment in the amount of $271,550 from Unappropriated Tide and Submerged Lands Fund Balance to Account No. 7231- C5100836. DISCUSSION: At 11:00 a.m. on October 11, 2006 the City Clerk opened and read the following bids for this project: BIDDER Low John S. Meek Company Inc. 2 MINCO Construction TOTAL BASE BID TOTAL ADDITIVE BID AMOUNT AMOUNT $687,550 $210,600 796,000 394,000 The low base bid amount is 55 percent above the Engineer's Estimate of $443,000. The disparity between the estimate and the actual bid price reflects the specialized work involved for this type of project, the limited number of contractors available to perform the work, and the current high demand for similar work by other agencies. Staff contacted the plan holders who ordered plans and specs for the project that did not bid to determine why Ocean Meairs - Avard of Contract No. 3788 October 24, 2008 Page: 2 they did not submit a bid. Two of the plan holders determined that the project was outside the scope of their construction abilities, one was a materials supplier, one thought the project was too small to bid, and three indicated their current work load precluded them from bidding. Because of the unanticipated high Total Base Bid amounts compared to available funding for this project, staff is recommending that the Additive Bid work, clearing marine growth from piles on both piers, be deferred. The low bidder, John S. Meek, possesses a California State Contractors License Classification W as required by the project specifications. The Contractor has satisfactorily completed many similar projects for the City of Newport Beach. The scope of work for the completion of this contract consists of replacing deteriorated and or missing cross bracing, stringers, cross bridging, hardware, etc; and installing fiberglass jackets, reinforcement and epoxy grout to stabilize /repair pier pilings; and installing trowelable epoxy to fill voids and fix cracks in existing structural members of the pier, and performing all related work as required to complete the contract work in accordance with the drawings and specifications. The last such pier repair contract was performed in fiscal year 2001 -2002. Per the Contract Specifications the Contractor will have 60 consecutive working days to complete the work. Liquidated damages are $1,000 per day. Environmental Review: City staff has reviewed the project and has determined the project is exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15302 of the CEQA Implementing Guidelines when the project is authorized by the City Council. This exemption covers the maintenance and alteration of existing public facilities with negligible expansion of the facilities in areas that are not environmentally sensitive. Public Notice: The Notice Inviting Bids was advertised in the City's official publication and in construction industry publications. Geotechnical. Material Testing, and Survey Services: In addition to the contract costs, approximately $2,000 in material testing is estimated for this project and $2,000 for printing and other incidentals. Ocean Apalrs —Award of Contact No. 3798 October 24, 2008 Page: 3 Funding Availability: The amount currently available for this project is $488,000. With approval of the recommended Budget Amendment the remaining $269,550 would become appropriated and sufficient funds will be available in the following accounts for the project. Account Description Tide and Submerged Lands Budget Amendment Proposed uses are as follows: Vendor John S. Meek Company, Inc. John S. MeekCompany, Inc. On —call Consultant Various Prepared by: Stephen Luy Associate Civil Engineer Attachments: Project Location Map Bid Summary Budget Amendment Account Number 7231- C5100836 7231- C5100836 Total Purpose Construction Contract Construction Contingency Materials Testing Amount $488,000 $271,550 $759,550 Amount $687,550 $ 68,000 $ 2,000 Printing and Incidentals $ 2,000 Total: $759,550 Submitted by: W.4;.1! Director laurn r � e / Nc BALBOA PIER COX fifi � l NEWPORT PIER On ��l Pqot,C fq CITY OF NEWPORT BEACH PUDuC wOcs KPARTUM OCEAN PIER REPAIRS N.T.S. oi� N.T.S. I O m C -3798 DM o++ Mo EXHIBIT A CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TITLE: OCEAN PIER REPAIRS BID LOCATION: City Clerk's Office- City Hall CONTRACT NO.: 03798 DATE: 10/11/2006 TIME: 11:00A.M. ENGINEER'S ESTIMATE: $443,000.00 BY: Stephen Luy CHECKED: Shari Rooks DATE: 1011112006 PROJECT MANAGER: Stephen Luy VmsmVbMsharedt0ntracb00 -01 \\BID SUMMARY Page 1 0 0 En ineer% Estimate John S. Meek Co. Minako America Corp. ITEM DESCRIPTION QUANTITY UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT 1 Mobilization 1 LS 24,000.00 24,000.00 65,800.00 65,800.00 10,000.00 10,000.00 2 Newport Pier Rehabilitation 1 LS 220,000.00 220,000.00 217,920.00 217,920.00 397,000.00 397,000.00 3 Balboa Pier Repair 1 LS 199,000.00 199,000.00 403,830.00 403,830.00 389,000.00 389,000.00 Total Base Bid EE 443 000.00 LOW 687 550.00 2ND 796 000.00 Additive Bid Items QUANTITY UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT AB1 Clean Marine Growth from Newport Pier 1 LS 100000.00 100,000.00 117,000.001 117,000.00 197 000.00 197,000.00 AB2 lClean Marine Growth from Balboa Pier 1 LS 100000.00 100,000.00 93,600.00 93,600.00 197 000.00 00 197,0.00 Total Additive Bid Total Bid EE 200 000.00 LOW 1 210 600.00 2ND 394 000.00 EE 643 000.00 LOW 1 898 150.00 2ND 1 190 000.00 VmsmVbMsharedt0ntracb00 -01 \\BID SUMMARY Page 1 0 0 C of Newport Beach, NO. BA- 07BA -020 BUDGET AMENDMENT 2006 -07 AMOUNT: $271,550.00 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase in Budgetary Fund Balance �X Increase Expenditure Appropriations AND X Decrease in Budgetary Fund Balance Transfer Budget Appropriations No effect on Budgetary Fund Balance SOURCE: from existing budget appropriations from additional estimated revenues HX from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: To increase expenditure appropriations to enter into a contract for ocean pier repairs. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account 230 3605 REVENUE ESTIMATES (3601) Fund /Division Account EXPENDITURE APPROPRIATIONS (3603) Description Tide & Submerged land - Fund Balance Description Amount Debit Credit $271,550.00 ` Description Division Number 7231 Tidelands - Capital Account Number C5100836 Ocean Pier Repairs $271,550.00 Division Number Account Number Division Number Account Number Division Number Account Number Division Number Account Number Aufomaflc System Entry. Signed: \ G tv Financi I /Approval: Administrativ ervices Director Dafe Signed: A inistrative Appro I: City anager D Signed: City Council Approval: City Clerk Date