Loading...
HomeMy WebLinkAboutC-2366 - 1982-83 Repair, Newport & Balboa PiersMayor CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 Evelyn R. Hart May 14, 1984 Mayor Pro Tem Philip R. Maurer Council Members Bill Agee John L. Meek Construction John C. Cox Jr, 1032 West "C" Street Jackie Heather Wilmington, CA 90744 Ruthelyn Plummer Donald A. Strauss Subject: Surety: Fireman's Fund Insurance Co. Bonds No.: SCR 709 34 24 Contract No.: C -2366 Project: Newport & Balboa Ocean Piers Misc. Repairs The City Council on March 26, 1984 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice has been recorded. The Notice was recorded by the Orange County Recorder on April 3, 1954, Reference No. a4- 138352. Please notify your surety company that the bonds may be released 35 days after this date. Sincerely, Wanda E. Andersen CITY CLERK WEA:lr cc: Public Works City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 RECORDING P.EQU %i:1 "cc BY AND MAIL TO Please Return To City Clerk City of Newport Beach 3300 Newport Blvd. Newport Beach, CA 92 +6' 3 -3PM94 r CAl tvvmpi w.,Cir g Nq Ob qnm NOTICE NOTICE. OF COMPLETION PUBLIC WORKS gy , 138-352 C14 To All Laborers and Material Men and to Every Other Person Intereste �C�r �g01 N' 'A g.1 1k,= YOU WILL PLEASE TAKE NOTICE that on March 26, 1984 the Public Works project consisting of Newport and Balboa Ocean Piers Miscellaneous Repairs (C -2366) on which John L. Meek Construction, 1032 West "C" Street, Wilmington. 90744 was the contractor, and Fireman's Fund Insurance Co. 3435 Wilshire Blvd 27th Floor,' was the surety, was completed. Los Angeles, CA 90020 VERIFICATION I, the undersigned, say: CI Y OF LNEWPORT _EACH c Public Works Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on March 29, 1984 at Newport Beach, California. Publ c Works Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on March 26, 1984 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on March 29, 1984 at Newport Beach, California. - City Clerk RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY. CALIFORNIA .422 PYI APR 3'84 ^OiK -/ RECORDER 11 E EW PO CITY OF NEWPORT BEACH �-- OFFICE OF THE CITY CLERK (714)640 -2251 Mayor Evelyn R. Hart Mayor Pro Tem Philip R. Maurer Council Members Bill Agee John C. Cox Jr. Jackie Heather Ruthelyn Plummer Donald A. Strauss March 30, 1984 Lee A. Branch County Recorder P.O. Box 238 Santa Ana, CA 92702 Dear Mr. Branch: Attached for recordation is Notice of Completion of Public Works project consisting of Newport and Balboa Ocean Piers Miscellaneous Repairs, Contract No. 2366 on which John L. Meek Construction was the Contractor and Fireman's Fund 'Insurance Co. was the Surety. Please record and return to us. Sincerely, Wanda E. Andersen CITY CLERK WEA:lr Attachment CC,. Public Works City Hall • 3300 Newport Boulevard, Newport Beath, California 92663 0 BY THE CITY COUNCIL March 26, 1984 CITY OF NEWPORT BEACH CITY COUNCIL AGENDA 70: CITY COUNCIL MAR 2 6 1984 ITEM NO. F— Z APPROVED FROM: Public Works Department -- -_ SUBJECT: ACCEPTANCE OF NEWPORT AND BALBOA OCEAN PIERS MISCELLANEOUS REPAIRS (C4366) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: The contract for the construction of miscellaneous repairs to the Newport and Balboa Ocean Piers has been completed to the satisfaction of the Public Works Department. The bid price was $26,794.00 Amount of unit price items constructed 28,474.00 Amount of change orders 462.44 Total contract cost 28,936.44 Funds were budgeted in the General Fund One change order in the amount of $462.44 was issued which provided for: pulling displaced piles back into position at bent 45 of the Balboa pier; and, providing two additional 24 ft. long, 4 x 8 -inch braces at bent 50 of the Newport Pier. The contractor was delayed in performing the second portion of the extra work due to the lead time in obtaining the treated timber and being busy at other locations repairing storm damage. The design engineering was performed by the Public Works Department. The contractor is John L. Meek Construction Co. of Wilmington. The contract date of completion was May 27. 1983. The original contract work was completed by May 24, 1983. The extra work was completed on February 6, 1984. a, ?44 Benjamin B. Nolan Public Works Director GPD:do 0 0 CITY OF NEWPORT BEACH P.U. BOX 1768, NEWPORT BEACH, CA 92603.3884 OFFICE OF THE CITY CLERK (714) 640 -2251 cep�� �.vncwc� �/Z TO: FINANCE DIRECTOR PUBLIC WORKS FROM: CITY CLERK DATE: April 29, 1983 SUBJECT: Contract No. C -2366 Description of Contract Newport and Balboa Ocean Piers Miscellaneous Repairs Effective date of Contract April 29, 1983 Authorized by Minute Action, approved on March 28, 1983 Contract with John L. Meek Construction Co., Inc. Address 1032 West "C" Street Willmineton. CA 90744 Amount of Contract $26,794.00 Wanda E. Andersen City Clerk WEA:lr attach. 3300 Newport Boulevard, Newport Beach 3 E 0 April 29, 1983 TO: CITY CLERK FROM: Public Works Department SUBJECT: NEWPORT AND BALBOA.00EAN PIERS MISCELLANEOUS REPAIRS, C -2366 Attached are four copies of the subject contract documents. Please have executed on behalf of the City, retain your copy and the insurance certificates, and return the remaining:Eopies to"our department. Gilbert Wong Project Engineer G14: em Att: 7 RI \ r+ C O n T aorc. S (�D C J• CD 3 Y In '.13) Cu F a E o , +(a of �ocom m o O T A T �c a O3 o• cif 3 O J• G CD (5 -S J T Y h n �o 3 (D O Q m \ k< VI ` J J• ` 3 J. I 1/I tT J• C S 3 T c fD N C d 0 Y n a 3 c+ 0 Q J• m a• 3 v In w (D V O T J. no Q CD J• � J• S fD � r n 0 a o v Y O to . T s a o 0 3 T O �c C a CD M T 0 I C • 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 10:00 A.M. on the 18th day of March 1983, at which time such bids shall be opened and read or 2366 Cont-ra-CT No. .. Engineer's Estimate Without Additional Bid Items O Approved by the City Council this Uth. day of February , 1983 da ru Wanda E. Andersen City Clerk Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663. For further information, call _ Gilbert Won Project Engineer at 640 -2281. • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT C� NEWPORT AND BALBOA OCEAN PIERS MISCELLANEOUS REPAIRS 1982 -83 CONTRACT NO. 2366 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92663 -3884 Gentlemen: PR la The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. C -2366 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: ITEM QUANTITY NO. AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 1 Lump Sum Overhead, administration and mobilization (without pile replacement) One thousand @ four hundred eighty -eight Dollars and No Cents $1.488.00 $ 1.488.00 Per Lump Sum 2 512 Replace stringers Board Feet @ Thirteen Dollars and No Cents $ 13.00 $ 6,656.00 Board Foot 3. 24 Replace hairpins Each @ Two hundred ten Dollars and No Cents $ 210.00 $ 5,040.00 Per Each 4. 7 Provide and Install pile clamps Each @ Two hundred thirty Dollars and No Cents $ 230.00 $ 1,610.00 Per Each * • PR lb ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 5. Lump Miscellaneous repairs per work Sum schedule @ Twelve thousand Dollars $12,000.00 $12L000.00 and No Cents Per Lump Sum TOTAL PRICE WRITTEN (WITHOUT ADDITIONAL BID.ITEMS): Twenty -six thousand seven hundred ninety -four Dollars and No Cents $ 26.794.00 ADDITIONAL BID ITEMS (To be bid by all contractors) 6. Additional overhead, administration Su and mobilization for pile replace- ment @ Two thousand one hundred Dollars and nts 100.( 0 $ 2,100.00 7. 2 Piles Remo existing piles and V 'sh Each drive d le treated Dou a Fi es (75' & 82 ng). 7ud r al and rep lacin oncre 0 mber planking, braci bo s, apping and any other miscella u ppurtanances necessary to replac a piles complete in place fifty @ Dollars nd C s $ 7.750.00 $15,500.00 Per ch Pile TOTAL PRICE WRITTEN ( ADDITION BID ITEMS): Forty-7 and threp hundued ninety-four Dollars and Nn Z Cents $ _ _44J94.0 • • PR lc #163997 B 1 -A Contractor's Lic. No. & Classification March 18, 1983 Date 1032 West "C" Street, Wilmington, CA 90744 Bidder's Address JOHN L. MEEK CONSTRUCTION CO., INC. S /John L. Meek, Vice President Authorized Signature /Title (213) 830 -6323 Bidder's Telephone Number • INSTRUCTIONS TO BIDDERS Page 2 The attached bid documents shall be completed, executed and received by the City Clerk in accordance with the NOTICE INVITING BIDS: Page 1 2 3 4 5 6 7 PROPOSAL INSTRUCTIONS TO BIDDERS DESIGNATION OF SUBCONTRACTOR(S) BIDDER'S BOND (sum not less than 10% of total bid price for contract, including Additional Bid Item) NON- COLLUSION AFFIDAVIT STATEMENT OF FINANCIAL RESPONSIBILITY TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less that 10% of the total bid price for contract including Additional Bid Item) 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 bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also possess a City of Newport Beach business license prior to exe- cution of contract, Bids are to be computed upon the 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 or omissions in the PROPOSAL. Quantities indicated in the PROPOSAL are approximate and given solely to allow the comparison of total bid prices. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Di- rector of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code re- lating to prevailing wage rates (Sections 1770 -7981 inclusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. The City of Newport Beach reserves the right to award contract items Nos. through 5 only; however, bidders shall bid all contract items Nos. 1 through 7. #163997 B 1 -A Contractor's Lic. No. & Classification March 18, 1983 Date JOHN L. MEEK CONSTRUCTION CO., INC. Bidder S /John L. Meek, Vice President Authorized Signature /Title Page 3 DESIGNATION OF SUBCONTRACTOR(S) The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications No change of subcontractor may be made except with the prior approval of the Engineer and as provided by State law. Item of Work Subcontractor Address 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 12. JOHN L. MEEK CONSTRUCTION CO.. INC. Bidder S(John L. Meek, Vice President Authorized Signature /Title 4V OR ORIGINAL SEE CITY CLERK'S 0 COPY Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, JOHN L. MEEK CONSTRUCTION COMPANY, INC. , as bidder, and FIREMAN'S FUND INSURANCE COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT OF THE TOTAL AMOUNT BID IN ----------- - - - - -- Dollars ($ 10% ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of NEWPORT AND BALBOA OCEAN PIERS MISCELLANEOUS REPAIRS 2366 Title of Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 15th day of March , 1983• (Attach acknowledgement of Attorney -in -Fact) Bernice K. W. Wong Notary Public Commission exoires April 16. 1983 JOHN L. MEEK CONSTRUCTION COMPANY, INC. Bidder S /John L. Meek, Vice President _ Authorized Signature /Title FIREMAN'S FUND INSURANCE COMPANY Surety By S /Janet Souter Title Attorney -in -Fact . 0 Page 5 NON- COLLUSION AFFIDAVIT The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this 17th day of March 19_83-. My commission expires: JOHN L. MEEK CONSTRUCTION CO., INC. Bidder S /John L. Meek, Vice President Authorized Signature /Title S /Nancy D. Jacobs Notary Public •OR ORIGINAL SEE CITY CLERK'S FIB COPY Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. JOHN_ L. MEEK CONSTRUCTION CO., INC. Bidder S /John L. Meek, Vice President Authorized Signature /Title 0 . Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. On file. JOHN L. MEEK CONSTRUCTION CO., INC. Bidder S /John L. Meek, Vice President Authorized Signature /Title 0 NOTICE The following are samples of contract documents which shall be completed and executed by the successful bidder after he receives a letter of award from the City of Newport Beach: PAYMENT BOND (pages 9 & 10) FAITHFUL PERFORMANCE BOND (pages 11 & 12) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13, 14, 15) CONTRACT (pages 16 & 17) Since 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 sub- mission of bid. BONDING COMPANIES shall be acceptable as sureties in accordance with the latest revision of Federal Register Circular 570. INSURANCE COMPANIES shall be assigned Policyholders' Rating B (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Ke Ratin Guide: Property- Casualty. Coverages shall be provided for a TYPES OF INSURANCE checked on the CERTIFICATE OF INSURANCE. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction.(latest edi- tion adopted for use in the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. • • / Page 9 ` Bond No. SCR 709 34 24 PAYMENT BOND Premium: I::cluded in F.P. Bond KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted March 28 1983 has awarded to JOHN L. MEEK CONSTRUCTION CO., INC. hereinafter designated as the "Principal ", a contract for NEWPORT AND BALBOA OCEAN PIERS MISCELLANEOUS REPAIRS (C -2366) in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies or teams used in, upon, for, or about the per- formance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We JOHN L. MEEK CONSTRUCTION CO., INC. as Principal, and FIREMAN'S FUND INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of Twenty Six Thousand Seven Hundred Ninety -Four and N01100 Dollars ($ 26,794.00 )� said sum being one -half of the estimated amount payable by the City of Newport Beach under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. This 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 0 0 Paymenfytond (Continued) Page 10 this bond, as required by the Provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 4th day of April 19 83 L , , Approved as to form: ty Attorney JOHN L. MEEK CONSTRUCTION CO, INC, (Seal) Name of Contractor Principal BY: L�L rGL+I\ •'L ,� /VSJ Auply ized Signature and Title Authorized Signature and Title FIREMAN'S FUND INSURANCE COMPANY (Seal) Name of Surety 3223 West Sixth St., Los Angeles, Ca. 90020 Address of Surety Signature and Tit ee of Authorized genA t �:' JANET SOUTER, Attorney -in -Fact 3435 Wilshire Blvd., 27th Foor, Los Angeles, dress of Agent Ca. 90010 (213) 385-0545 Telephone No. of Agent u � \ !§ } \ » § , 3< \ { ) k ! aea �\ k \ � k � ra \ �} � 2ƒ _. , 3< \ { ) k ! aea \ � k � 4 • • Page 11 Bond No. SCR 709 34 24 Premium: $ 322.00 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted March 28 1983 has awarded to JOHN L. MEEK CONSTRUCTION CO. INC. hereinafter designated as the "Principal ", a contract for NEWPORT AND BALBOA OCEAN PIERS MISCELLANEOUS REPAIRS (C -2366) in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, as Principal, and JOHN L. MEEK CONSTRUCTION CO., INC. FIREMAN'S FUND INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of Twenty Six Thousand Seven Hundred Ninety -Four and N01100 Dollars ($ 26,794.00 ), said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; 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 presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, con- ditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice T • • Page 12 Faithful Performance Bond (Continued) of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 4th day of April , 19 83 . Approved as to form: City Attorney" 1 JOHN L. MEEK CONSTRUCTION CO, INC, (Seal} Name of Contractor (Principal) 0;W, gnature alto iitie Authorized Signature and Title FIRFMAN'S,�RM INSURANCE COMPANY (Seal) Name of Surety 422 West Sixth St., Los Angeles, Ca. 90020 Address of Surety Signature and Title of Authorized Agent JANET SOUTER, Attorney -in -Fact hre Blvd., 27th Floor, os Angeles, Ad3 olf nt La• Lu 385 -0545 (213) Telephone_ No. of Agent c: c � K n r 1�{ O f 6 W w i x 3 0 � l n d r N ro O r N a m n 6 �C � d i a a4 ro a 9 N O c+ fi N r N ro bm �' u m 6 -+ O �c a E � � ro N l! � 0 0: m e w a i i ro J a C 3O 3 N O ro v d b n m z �c z n 2 O 6 n ro N W N <i O O 3E ro O Z 4 ro S N b p b W ro Z ro � 7 N f1 1 1 ft N E 3 ^+ O A 0Oy d O W N ;,� y1 ro ro ti !1 C N f1 <O O 1 C v T y �ii a rF ro r 1�{ O f 6 W w i x 3 0 � l n d r N ro O r N a m n 6 �C � d i a a4 ro a 9 N O c+ fi N r N ro bm �' u m 6 -+ O �c a E � � ro N l! � 0 0: m e w a i i ro J a C 3O 3 N O ro v d � c D N � � w � m N O O' T f cr ^y � a if b Z ' O M � vv N N m m Z N w o• ro 'N Y ro 3 m m b ro K v c r b Z N W n 4Y O 6 n ro <i O S N b p b z Z ro m N ro 1 1 ft N N O 0 0Oy d O W N � c D N � � w � m N O O' T f cr ^y � a if b Z ' O M � vv N N m m Z N w o• ro 'N Y ro 3 m m b ro K v c r b Z N W n CERTIFICATE OF INSURANCE phis certificate is Issued as a matter of informati V and confers no rights upon the certificate holder certificate does not amend, extend or alter the cover- age afforded by the policies listed below. Not® Landing any requirement, term, or condition of an ontract or other document with respect to which the rsylificate is issued, the insurance afforded by the policies listed on the certificate is subject to all the terms of such policies. NAME AND ADDRESS AGENCY /OFF. .,� G COMPANIES AFFORDING COVERAGES /V M1�GISOII / V IUQrsm Transit Casualty CO. roxe3mc J� A 2495 CAMPUS D R I V E LETTER Pacific Marine Insurance Co. COMPANY O IRVI41752-92715 (7761752 -2255 LETTER D NAME AND ADDRESS OF INSURED John L. Meek Construction Co., Inc. COMPANY LETTER COMPANY D 1032 West "Crr St. Wilmington, California 90744 LETTER COMPANY E LETTER L This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time. Lirriftsoftlabil In ousan %(000) COMPANY LETTER TYPE Of INSURANCE POLICY NUMBER POLICY EXPIRATION DATE EACH AGGREGATL OCCURRENCE GENERAL LIABILITY BODILY INJURY 3 f ❑ COMPREHENSIVE row PREMISES —OPERATIONS PROPERTY DAMAGE 3 ! EXPLOSION AND COLLAPSE HAZARD ❑ UNDERGROUND HAZARD PRODUCTS/COMPLETED OPERATIONS HAZARD ❑ BODILY INJURY AND CONTRACTUAL INSURANCE PROPERTY DAMAGE 3 3 0 BROAD FORM PROPERTY COMBINED DAMAGE ❑ INDEPENDENT CONTRACTORS P[RSONAL INJURY $ PERSONAL INJURY AUTOMOBILE LIABILITY BODILY IN)UPY 3 D (EACH PERSONI 3 COMPREHENSIVE FORM ❑ BODILY INJURY (EACH OCCURRENCEI OWNED PROPERTY DAMAGE S El HIRED BOD11 Y INJURY AND NON OWNED PROPERTY DAMAGE 3 COMBINED EXCESS LIABILITY UMBRELLA FORM BODILY INJURY AND 3 OTHER THAN UMBRELLA PROPERTY DAMAGE COMBINED i FORM A WORKERS' COMPENSATION 82 MC 00040 (USL &H) STATUTORY and 5 -8 -83 WC128709 (Calif.) EMPLOYERS'LIABILITY 1100, Each Accident OTHER DESCRIPTION OF OPERA NONSILOCATIONSNEHICLES Ref: Newport & Balboa ocean Piers Miscellaneous Repairs — Contract #2366 Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the Issuing com- pany will &r9i7R8 mail 30 days written notice to the below named Certificate holder, KWfW"YcXN) (HA�C xwstw�s ttic�faaNciEivAOSRxrRJ OMdSAkax�LDd�4 »da{xvkm�esriiRl#mRaa3lTeL�4. NAME AND ADDRESS Of CERTIFICATE HOLDER April 11, 1983 DATE ISSUED City of Newport Beach 3300 Newport Blvd. Newport Beach, CA 92663 GL Attn: Gilbert Wong AUTHORIZED REPRESENTATIVE Charles R. Fosdick /ndt 1017 CERTIFICATE OF INSURANCE antis certificate is issued as a matter of informati y and confers no rights upon the certificate holder. certificate does not amend, extend or alter the cover- age afforded by the policies listed below- Notwit standing any requirement, term, or condition of any contract or other document with respect to which the certificate is issued, the insurance afforded by the policies listed on the certificate is subject to all the terms of such policies. NAME AND ADDRESS OF AGENCY p R�ArSOn a COMPANIES AFFORDING COVERAGES !11 IUQrson Transit casualty Co. mRrance�arenNC COMPANY Y A Pacific Marine Insurance Co. 2496 CAMPUS DR I V E COMPANY ii IRVI4) 752-92715 (714) 752 -2255 LETTER v NAME AND ADDRESS OF INSURED COMPANY John L. Meek Construction Co., Inc. LETTER COMPANY D 1032 West "C" 5t. Wilmington, California 90744 LETTER COMPANY C G LETTER This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time, GLETTERRY o ,abrh m ousan s ) Linlifts EACH OCCURRENCE AGGPEGAtf TYPE OF INSURANCE POLICYNUMBER E%PIRATIONr DATE GENERAL LIABILITY ' BDOILT INJURY f t ❑ COMPREHENSVE FORM DPREMISES — OPERATIONS PROPERTY DAMAGE f s 0 EXPLOSION AND COLLAPSE HAZARD ❑ UNDERGROUND HAZARD O PRODUCTS /COMPLETED OPERATIONS HAZARD ❑ BODILY INJURY AND CONTRACTUAL INSURANCE PROPERTY DAMAGE s 3 0 BROAD FORM PROPERTY COMBINED DAMAGE ❑ INDEPENDENT CONTRACTORS PERSONAL INJURY s 0 PERSONAL INJURY AUTOMOBILE LIABILITY BODILY INJURY s ❑ )EACH PERSON) COMPREHENSIVE TORN ❑ BODILYINJURY EACH OCCURRENCE) s OWNED PROPERTY OAMAGI S ❑ HIRED BDDII Y INJURY AND ON OWNED PROPS RTY DAMAGE s COMBINED EXCESS LIABILITY. UMBRELLA FORM BODILY INJURY ANO s OTHER THAN UMBRELLA PROPERTY DAMAGE COMBNED S FORM WORKERS' COMPENSATION $2 MC 00040 (USL &H) STATUTORY and 5 -8 -83 WC128709 (Calif.) 100, f MPLOYERS' LIABILITY s Each Accident OTHER DESCRIPTION OF OPERArIONS0.0CATIONSNEHICLES Re: Newport & Balboa ocean Piers Miscellaneous Repairs - Contract #2366 Cancellation: Should any of the above described policies be cancelled before the expiration date thereof. the Issuing com- pany will *idE'6**xYo mad 30 days written notice to the below named certificate holder, lbi'i $aSi4)F21�fr� L® ltax¢ hcaD�4CmOxKlgfajIIC £90a70rD2HtgS2t daE19 Kka3HdDy)DXEaE�EKR]kiXP�1t XGWE�{7/j�rY� NAME AND ADORESSOF CERTIFICATE HOLDER A1JY11 1$, 1983 DATE ISSUED, City of Newport Beach 3300 Newport Blvd. Newport Beach, CA 92663'L��'t.C'1o�co7c"�/CLd, Attn: Gilbert Wong AUTHORIZED REPRESENTATIVE Charles R. Fosdick /ndt 1017 City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED Me 1032 W. "C" St. 44 • CERTIFICATE OF INSURANCE Co. C­I A Page 13 Puritan Excess & Surplus A Lines Insurance Company B ;ia i WITHs,rANDING ANY REQUIREMENT, C OR OTHER DDCUMENT WITH RESPECT MD WHICH THE CERPr1rere ie D ISSUED, THE INSURANCE AFFORDED E TERMS OF SUCH POLICIES. 'his is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time, including attached endorsement(s). :OMPANY .ETTER TYPES OF INSURANCE COVERAGE REQUIRED Policy No. Policy Exp. Date LIMITS OF LIABILITY IN THOUSANDS (0 00) Each g. ro uc s Completed Occurrence Operations A GENERAL LIABILITY x Comprehensive Form x Premises - Operations XGA000- 047 11 -23 -8. Bodily Injury y Property Damage $ $ $ $ x Explosion & Collapse Hazard x Underground Hazard x Products /Completed Operations Bodily Injury Hazard and Property x Contractual Insurance Damage Combined $1,000, $ 1,000, x Broad Form Property Damage x Independent Contractors x Personal Injury Marine Aviation Personal Injury $ 1,000, N/A AUTOMOTIVE LIABILITY ❑x Comprehensive Form Bodily Injury Each Person $ Q Owned $ Bodily injury Each Occurrence ❑x Hired ro ert Damage Bodily njury an Property Damage []x Non -owned Combined $ EXCESS LIABILITY N/A ❑ Umbrella Form ❑ Other than Umbrella Form Bodily Injury and Property Damage Combined $ $ WORKERS' COMPENSATION Statutory N/A and EMPLOYER'S LIABILITY (Each Accident) NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, then- Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department. By: Agency: Anderson & Anderson Insurance Brokers - Authorized Representative 4- -8 —bate ssue Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: Newport & Balboa Ocean Piers Miscellaneous Re airs - Contract# 2366 (Project t e and ontract um er NOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance 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, including attached endorsements. 81 �� • � CITY OF NEWPORT BEACH Page 15 COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Comprehensive General Liability, the City of Newport Beach, its officers and employees are additional in- sureds but only with respect to liability arising out of operations performed by or on behalf the named insured in connection with the contract designated below or acts and omissions of the City of Newport Beach in connection with its general supervision of such operations. The insurance afforded said additional insured shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision con- tained in the written contract, designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU "hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured named in paragraph 1 of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability $ each occurrence Property Damage Liability $ _edch occurrence (X) Single Limit Bodily Injury Liability $ 1 rnnn,nnn_ each occurrence and Property Damage Liability Combined The applicable limit of the Insurance Company's liability for the insurance afforded for contractual liability shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insureds. The limits of liability as stated in this endorsement shall not increase the total liability of the Insurance Company for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to Comprehen- sive General Liability Insurance. 6. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department 7. Designated Contract: Ne ort & Balboa ocean Piers Project Title and COR This endorsement is effective 4 -7 -83 at 12:01 A.M. and forms a part of Policy No. xGA000047 Named Insured John L. Meek Construction Co., Inc. Endorsement No. A Puritan Excess & Surplus 6 Name of Insurance Company Lines Insurance Co. By"�'S°"`�°f Authorized Representative Charles R. Fosdick /ndt CERTIFICATE OF INSURANCE City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED .Tohn L. Meek Construction Co.. Inc. Page 13 (Company A I_Ptter Marvland Casualtv Co. �U, ,Na „y I c + +n,- B NOTWITHSTANDING ANY REQUIREMENT, C OR OTHEROOCUMENT WITH RESPECT r TYl W,IIP,J TUa PCOT, Q,P (ITC IQ Uumpany D ISSUED, THE INSURANCE AFFORDED 1032 W. "C” St. Letter BY THE POLICIES LISTED ON THE Compan CA 90744 1 PPtt CERTIFICATE pry E TERMS OF SUCH POLICIES. UCH POLICIES. This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time, including attached endorsement(s). NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the•Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department. By: /� { <r��L / ':,O� Agency: Anderson & Anderson Insurance Brokers Authorized Representative 4 -7 -83 Date Issued Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: t:4 e - Contract# NOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance 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, including attached endorsements. 2 Policy LIMITS OF LIABILITY IN THOUSANDS 000 g. ro uc s COMPANY TYPES OF INSURANCE Policy Exp. LETTER COVERAGE REQUIRED No. Date .Each Completed Occurrence Operations N/A GENERAL LIABILITY x Comprehensive Form x Premises - Operations Bodily Injury Property Damage $ $ $ $ x Explosion & Collapse Hazard x Underground Hazard x Products /Completed Operations Bodily Injury Hazard and Property ID Contractual Insurance Damage Combined $ $ x Broad Form Property.Damage x Independent Contractors x Personal Injury Marine Personal Injury $ Aviation A AUTOMOTIVE LIABILITY Q Comprehensive Form 0 Owned NAMo48- 33248 11-23-841 Bodily Injury Each Person $ $ Bodily Injury Each Occurrence x Hired ❑ lroeertZ Damage Bodily njury an Property Damage ❑x Non -owned Combined $ 1,000, N/A EXCESS LIABILITY ❑ Umbrella Form Bodily Injury ❑ Other than Umbrella Form and Property Damage Combined $ $ WORKERS' COMPENSATION Statuto N/A and EMPLOYER'S LIABILITY ac Accident) NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the•Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department. By: /� { <r��L / ':,O� Agency: Anderson & Anderson Insurance Brokers Authorized Representative 4 -7 -83 Date Issued Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: t:4 e - Contract# NOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance 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, including attached endorsements. 2 0 9 Page 14 CITY Of NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: With respect to such insurance as is afforded by the policy for Bodily Injury and Property Damage Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded the additional named insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The limits of liability under this endorsement for the additional insureds named in paragraph 1 of this endorsement shall be the limits indicated below for either Multi- ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability $ each occurrence Property Damage Liability $ each occurrence ( X) Single Limit Bodily Injury Liability $ 1,000,000. each occurrence and Property Damage Liability Combined The limits of liability as stated in paragraph 3 of this endorsement shall not in- crease the total liability of the Insurance Company for all damages as the result of any one accident or occurrence in excess of the limits of Liability stated in the policy as applicable to Automobile Liability Insurance. 4. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: Ne rt & scellaneous Repairs - Contract #2366 e ontract No.). ae This endorsement is effective 4 -7 -83 at 12:01 A.M. and forms a part of Policy No. NAMo4833248 . Named Insured John L. Meek Construction Co., Inc Endorsement No. A Name of Insurance Company Maryland Casualty Co. Byfr ✓��°,Gi Authorized Representative Charles R. Fosdick /ndt • Page 16 CONTRACT THIS AGREEMENT, entered into this day of G� ",�L� 19�, by and between the CITY OF NEWPORT BEACH, hereinafter "Ci and JOHN L. MEEK CONSTRUCTION CO. INC. hereinafter "Contractor, "is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: 2366 Contract No. (b) Contractor has been determined by City to be the lowest responsi- ble bidder on said public work, and Contractor's bid, and the compensation set forth in this contract, is based upon a careful examination of all plans and specifications by Contractor, . NOW, THEREFORE, the parties hereto agree as follows: 1. Contractor shall furnish all materials and perform all of the work for the construction of the following described public work: NEWPORT AND SALBDA OCEAN PIERS MISCELLANEOUS REPAIRS 2366 Title of Project -Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of Twent -six thousand seven hundred ninet -four and No 100 Dollars ($ 6, 4. 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 obstruc- tions 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. 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instruction to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and endorsement(s) Page 17 (f) Plans and Special Provisions for tle of Project Contract No. (g) This Contract. 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximiately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. ATTEST: City Clerk APPROVED AS TO FORM: ity Attorney CITY OF NEWPORT BEACH By aj�, Ma r JOHN L. MEEK CONSTRUCTION CO., INC. h Copntractory�A By Its By Its CITY CONTRACTOR • 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR NEWPORT AND BALBOA OCEAN PIERS MISCELLANEOUS REPAIRS IF1 -ya- 3 CONTRACT NO. 2366 SECTION PAGE I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. COMPLETION . . . . . . . . . . . . . . . . . . . . . . . . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 IV. TRAFFIC CONTROL . . . . . . . . . . . . . . . . . . . . . . . . 2 V. PIER INSPECTION . . . . . . . . . . . . . . . . . . . . . . . . 2 VI. EQUIPMENT ON NEWPORT AND BALBOA OCEAN PIERS. . . . . . . . . . 2 VII. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 VIII. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . . 2 1. General . . . . . . . . . . . . . . . . . . . . . . . . . . 2 2. Jetting and Driving Piles . . . . . . . . . . . . . . . . . 3 3. Fitting . . . . . . . . . . . . . . . . . . . . . . . . . . 4 4. Timber Piling . . . . . . . . . . . . . . . . . . . . . . . 4 5. Miscellaneous Pile Connections and Timber Repairs. . . . . 4 IX. WORK SCHEDULE . . . . . . . . . . . . . . . . . . . . . . . . . 5 NEWPORT PIER REPAIR WORK SCHEDULE . . . . . . . . . . . . . . . 5 BALBOA PIER REPAIR WORK SCHEDULE . . . . . . . . . . . . . . . 6, 7, 8 • • SP 1 of 8 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR NEWPORT AND BALBOA OCEAN PIERS MISCELLANEOUS REPAIRS 1982 -83 CONTRACT NO. 2366 I. SCOPE OF WORK The work under this contract consists of furnishing all labor, equipment, trans- portation, and material necessary to complete timber pile replacement and mis- cellaneous repairs on the Newport and Balboa Ocean Piers as shown on Drawing No. H- 5094 -S and these Special Provisions, complete and in place. The contract requires the completion of all the work in accordance with these Special Provisions, the Plans (Drawing No. H- 5094 -S), the City's Standard Special Provisions and Standard Drawin s for Public Works Construction, 1982 Edition, the Standard S ecifl, ions for Public Works Construction, 982 Edition, including supplements to date, the applicable portions of the Specifications of the American Wood Preservers' Association (AWPA), the American Society for Testing and Materials (ASTM), and West Coast Lumber Inspection Bureau Grading Rule #16 (WCLIB), current edition. Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 870 -9871. A copy of the Standard Special Provisions and Standard Drawings may be pur- cashed at the Engineer's office for $5. II. COMPLETION OF WORK All work shall be completed by May 27, 1983 . III. PAYMENT Payment for all incidental items of work not separately provided for in the proposal shall be included in the price bid for other related items of work. Overhead, administration, and mobilization shall include the Contract's cost in connection with mobilization, insurance, workers' compensation, bonds, financing, permit fees, overhead, installation of signs, cleanup, storage of equipment and materials, etc. The substitution of securities for any payment withheld in accordance with Section 9 -3.2 of the Standard Specifications is permitted pursuant to Govern- ment Code Sections 4590 and 14402.5. • • SP2of8 IV. TRAFFIC CONTROL Newport and Balboa Ocean Piers Prior to beginning work on the piers, the Contractor shall submit to the Engineer for his approval a schedule of construction operations and a written plan for vehicular barricading and pedestrian safety. Contractor shall maintain access for vehicular and pedestrian traffic to the pier restaurants and to the Newport Pier Lifeguard Station at all times. PIER INSPECTION A field investigation of the piers was completed in April of 1982. The in- vestigation report is available for review at the Public Works Department. VI. EOUIPMENT ON NEWPORT AND BALBOA OCEAN PIE It shall be the responsibility of the Contractor to determine the equipment loads or wheel loading which can be safely placed on the piers during con- struction, and to provide timber mats or other means of distributing equip- ment loads adequately. Any damage done by the Contractor to the existing structures shall be repaired at the Contractor's expense. VII. WATER The Contractor shall make his own provisions for obtaining and applying water necessary to perform his work. If the Contractor elects to use available City water free of charge, it shall be his responsibility to make arrangements by'contactirig the City's Utility Superintendent, Mr. Gil Gomez, at (714) 640 -2221. VIII. CONSTRUCTION DETAILS General The Contractor shall remove and replace the existing concrete decking (including wire reinforcing as shown on the Plans), timber planking, bracing, pipelines and other appurtenances that may interfere with pile replacement. All removed unsalvageable material shall be re- moved from the site and disposed of at the Contractor's expense. All removed salvageable material shall be City's property. The existing 4 -inch concrete decking shall be neatly sawed approximately 1 inch deep to the limits as shown on the Plans, then removed to full depth with a pneumatic hammer. Replacement reinforcement shall be galvanized WWF 6 x 6 -8/8 overlapped with existing WWF not less than 2 inches between outermost cross wires. Rep lace ment portl and cement concrete shall be 560 -C -3250 with a light broom finish.over 20# asphalt saturated felt. All scarred existing timber or sawed timber decking shall be.field- treated with creosote in accordance with AWPA Standard M4 -80. • • SP 3 of 8 All bracing removed to accommodate pile installation shall be replaced to the size shown on the Plans with new "Dense No. 1" rough -cut Douglas fir in conformance with WCLIB Rule #16 and treated with creosote in accordance with AWPA Standard C2 -82. No splicing of bracing will be allowed. All bolt replacements shall be 1" diameter with nuts and ogee washers. In addition, all new hardware shall be double -dip galvanized after fabrication. 2. Jetting and Driving Piles a. Protection of Piles Care shall be taken to avoid damage to the piles when placing them in the leads and during the driving operations. Piles shall be laterally supported during jetting and driving, but shall not be unduly restrained from rotation in the leads. Special care shall be taken in supporting battered piles to prevent excess bending stresses in the piles. b. Driving Helmets and Cushion Blocks A driving helmet or cap including a cushion block or cap block of approved design shall be used between the top of the pile and the ram to prevent impact damage to the pile. The driving helmet or cap shall fit snugly on the top of the pile so that the energy transmitted to the pile is uniformly distributed over the entire surface of the pile head. The cushion block may be a solid hard- wood block with the grain parallel to the pile axis and enclosed in a close- fitting steel housing. The cushion block shall be re- placed if it has been damaged, split, highly compressed, charred or burned, or has become spongy or deteriorated in any manner. Under no circumstances will the use of small wood blocks, wood chips, rope or other material permitting excessive loss of hammer energy be permitted. c. Orientation of Piles. The Contractor shall attempt to remove the existing pile to be re- placed. In the event that the Engineer deems such removal im- possible, the Contractor shall cut off and remove the existing pile at 1 -foot minimum below the sand line. The replacement pile shall then be placed adjacent to the remainder of the existing pile and driven immediately adjacent to the former pile's position along the pile cap. Pile orientation is critical; therefore, special care shall be given to maintain proper orientation during jetting and.driving. d. Driving Piles Minimum driven penetration of piles below jetted penetration or predrilled hole bottoms shall be 3'. The pile hammer shall develop a striking force of at least 15,000 ft. /lbs. and a maximum of 20,000 ft. /lbs. 0 0 SP4of8 3. fitting Piles shall be cut off in a smooth horizontal cut at the bottom of pile cap elevation. The piles shall then be creosoted across the cut, fitted with a 16 -gage galvanized disk and forced under the pile cap. The pile shall then be shimmed to maximum bearing under the pile cap with creosoted shims, and secured with drift bolts and hairpins. Creosote treatments shall be in accordance with AWPA Standards M4 and C2. All holes, such as those for sway bracing, drift pins, etc., shall be treated with creosote, and shall be of a size that will assure a driving fit. 4. Timber Piling a. Dimensions Timber piles shall conform to the requirements of Section 205 of the Standard Specifications. The pile lengths listed in the Pro- posal are 3' longer than existing piles to allow for trimming and installation through the deck. b. Steel Banding All piling shall have 3 bands applied after pressure treating. The bands shall be 1 ," wide, .031" thick cold - rolled, fully heat - treated, painted and waxed. The strap shall encircle the pile once, tensioned as tight as possible, and clipped with a 2 ," -long, 20- gauge clip, crimped twice with a notch -type sealer. The straps shall be located at 18" and 24" from the butt and 12" from the tip end. c. Pressure Treatment Piles shall be dual treated with a copper arsenic salt and creosote preservative as per AWPA Standard C3 -81 (marine piles for extreme borer hazard). 5. Miscellaneous Pile Connections and Timber Repairs The miscellaneous pile connections and timber repairs shall conform to those listed in Section IX, "WORK SCHEDULE." The work shall be in the same manner as the original construction. Timber repairs shall be with new "Dense No. 1" rough -cut Douglas fir in conformance with WCLIB Rule #16, treated with 10 pcf of creosote in accordance with APWA Standard C2 -80 (above ground exposure). All bolts and hardware to be installed shall be double -dip galvanized in accordance with Section 210 -3 of the Standard Specifications. • • IX. WORK SCHEDULE NEWPORT PIER REPAIR WORK SCHEDULE PER PIER INSPECTION REPORT APRIL 1982) Bent No. Pile No. Work Description PILE REPLACEMENTS 48 2 Replace 72' pile; include hardware per Typical Pile Connection Detail 53 1B Replace 79' pile; include hardware per Three Pile Detail STRINGER REPLACEMENTS 13 -14 Replace stringer No. 4 (4" x 16" x 22' SIE) 18 -19 Replace stringer No. 2 (4" x 16" x 22' SIE) HAIRPIN REPLACEMENTS 51 10 Replace hairpin 52 10 Replace hairpin 53 6 Replace hairpin MISCELLANEOUS REPAIRS.. 24 3 Install bolt @hairpin 25 4,5, & 6 Install bolt @ b"racing 41 2 & 3 Drill & install bolts @ hairpin 49 Reinstall hinge pin 49 Replace gangway steps (2" x 12" x 4' SIE) 49 Install bolt @ main (water pipe) 49 -53 Replace benches.(top portion) (2" x 12" x 200 50 6 Install diagonal bracing (4" x 8" x 20') 50 10 Install diagonal bracing (4 x 8" x 201) SP5of8 Remarks Deteriorated pile. Pile is broken 12' above the mud. Cracked stringer Cracked stringer 60% cross section remaining Broken hairpin 60% cross section remaining Missing bolt Not connected Missing 2 bolts Hinge pin has moved 9" (gangway) 3rd from top 3rd from bottom Bolt missing on shackle (gangway) 8 each top portion worn Brace missing Brace missing • • SP6of8 BALBOA PIER REPAIR WORK SCHEDULE PER PIER INSPECTION REPORT APRIL 1982) Bent No. Pile No. Work Description to " 50% STRINGER REPLACEMENTS 17 -18 1 Replace stringer No. 1 It II 60% (6" x 16" x 20' SIE) 44 -45 6 Replace stringer No. 6 hairpin (4" x 16" x 22' SIE) It II HAIRPIN REPLACEMENTS 11 1 Replace hairpin 12 1 It " 13 1 " It 15 2 " 25 1 " 25 2 " 27 2, 3, 4 " 28 3 " 28 4 It " 32 4 " 35 2 " 43 10 " 44 6 " 44 7 " It 44 8 It " 45 8 1 " 45 9 " " 45 10 " " 47 9 it " Remarks Broken stringer (fire damaged) 8' split 60% cross section remaining 60% " " " 50% " It " 50% II II II 50% It to " 50% 50% " 50% It II 60% " 60% " Broken hairpin II It II 60% cross section remaining 60% " It " 50% " it " 50% " it " 25% " " It Not connected SP7of8 Remarks 10' split through from pile cap down 8' split through from pile cap down 12' split 6" deep from pile cap down 8' split from pile cap down 15' split from pile cap down 10' split from pile cap down 2' split from pile cap down Missing bolt Sway brace missing Fire damaged Fire damaged 25% bearing Broken bolt Missing nut Missing nut 4' split through from pile No. 1 to No. 2 70% bearing Sway brace broken BALBOA PIER REPAIR WORK SCHEDULE (cont'd) Bent No. Pile No. Work Description PILE CLAMP INSTALLATIONS 33 5 Install pile clamp per plan 45 10 " " " " " 46 11 It " it 47 1 47 9 47 10 " 47 11 " MISCELLANEOUS REPAIRS 17 4 Install bolt @ hairpin 17 Install new sway brace (4" x 8" x 26' rough) 17 -18 Replace deck planks (2 ea. @ 2" x 12" x 24' SIE) 18 Replace pile cap (12" x 12" x 26' rough) 37 1 Install shim on top of pile 43 10 Reinstall sway brace (4" x 8" x 24') 44 -45 Install deck brace nut 44 -45 Install nut @ horizontal bracing 45 1 -2 Replace pile cap (12" x 12" x 20' rough) 45 3 Install shim on top of pile 45 -46 6 Replace sway brace (4" x 8" x 24' rough) SP7of8 Remarks 10' split through from pile cap down 8' split through from pile cap down 12' split 6" deep from pile cap down 8' split from pile cap down 15' split from pile cap down 10' split from pile cap down 2' split from pile cap down Missing bolt Sway brace missing Fire damaged Fire damaged 25% bearing Broken bolt Missing nut Missing nut 4' split through from pile No. 1 to No. 2 70% bearing Sway brace broken BALBOA PIER REPAIR WORK SCHEDULE (cont'd) Bent No. Pile No. Work Description 46 2 Install shim on top of pile 47 9 Install nut @ hairpin 47 9 Install shim on top of pile Remarks 75% bearing Missing nut 0% bearing CITY Of NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT AND BALBOA OCEAN PIERS MISCELLANEOUS REPAIRS 1982 -83 CONTRACT NO. 2366 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92663 -3884 Gentlemen: PR la The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. C -2366 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: ITEM NO. QUANTITY AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 1 Lump Sum Overhead, administration and mobilization (without pile replacement) @ O,/E fly- r, /- ���c�,��/� �^ ' Dollars and ! i m Cents $ Per Lump Sum 2 512 Replace stringers Board Feet @ Dollars f and Cents $ 11.3 i $ 6'b � E Board Foot 3. 24 Replace hairpins Each i �7 �cr/ Dollars and Cents $ Per Each 4. 7 Provide and Install pile clamps Each @ %J� �c /Iii�� 7l,4 Dollars and J Cents $ 2 30 Per Each • • PR lb ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 5. Lump Miscellaneous repairs per work Sum schedule $ /;. and Cents Per Lump Sum TOTAL PRICE WRITTEN (WITHOUT ADDITIONAL BID ITEMS): 5� _Dollars and Cents TOTAL PRICE WRITTEN (WITH ADDITION BID ITEMS): C $ 77 C $ S Sv Dollars and Cents $ 51/,4 35 ADDITIONAL BID ITEMS (To be bid by all contractors) 6. Lump Additional overhead, administration Sum and mobilization for pile replace- ment and Cents 7. 2 Piles Remove existing piles and furnish and Each drive double treated Douglas Fir piles (75' & 82' long). Includes removal and replacing concrete deck, timber planking, bracing, bolts, wrapping and any other miscellaneous appurtanances necessary to replace the piles complete in place �j ' 1� @.�if/ /.-✓✓ Etas'. .fit..Gfir= A'a' -I�d i`" o Ia4 and Cents Per Each Pile TOTAL PRICE WRITTEN (WITH ADDITION BID ITEMS): C $ 77 C $ S Sv Dollars and Cents $ 51/,4 35 • • PR ]c #163997 B 1 —A Contractors Lic. No. & Classification March 18, 1983 Date 1032 West "C" Street Wilmington, CA 90744 dder's Address JOHN L. MEEK CONSTRUCTION CO., INCA Bidder Me (213) 830 -6323 Bidder's Telephone Number e President • INSTRUCTIONS TO BIDDERS • Page 2 The attached bid documents shall be completed, executed and received by the City Clerk in accordance with the NOTICE INVITING BIDS: Page 1 PROPOSAL 2 INSTRUCTIONS TO BIDDERS 3 DESIGNATION OF SUBCONTRACTOR(S) 4 BIDDER'S BOND (sum not less than 10% of total bid price for contract, including Additional Bid Item) 5 NON- COLLUSION AFFIDAVIT 6 STATEMENT OF FINANCIAL RESPONSIBILITY 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less that 10% of the total bid price for contract including Additional Bid Item) 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 bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also possess a City of Newport Beach business license prior to exe- cution of contract. Bids are to be computed upon the 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 or omissions in the PROPOSAL. Quantities indicated in the PROPOSAL are approximate and given solely to allow the comparison of total bid prices. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Di- rector of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code re- lating to prevailing wage rates (Sections 1770 -7981 inclusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. The City of Newport Beach reserves the right to award contract items Nos. 1 through 5 only; however, bidders shall bid all contract items Nos. 1 through 7. #163997 B 1 —A JOHN L. MEEK CONSTRUCTION CO., INC. Contractor's Lic. No. & Classification Bidder / � March 18, 1983 ; _�. /,� Vice President Date Aut i;'zed Signat a /Title • • Page 3 IGNATION OF SUBCONTRACTOR(S The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer and as provided by State law. Item of Work Subcontractor Address 3. 4. 5. 6. 7. B. 9. 10. 11. 12. JOHN L. MEEK CONSTRUCTION CO., INC. Bidder 'C i' ice President ALI.thori Si nd ture /Title AEl FIREA FUND INSURANCE COMPANY El THE AMERICAN INSURANCE COMPANY D NATIONAL SURETY CORPORATION FIREMMlS MW ❑ ASSOCIATED INDEMNITY CORPORATION INSURAXCECOMMMM ❑ AMERICAN AUTOMOBILE INSURANCE COMPANY SNOW ALL MEN BY THESE PRESENTS: That We, JOHN L, MEEK CONSTRUCTION COMPANY, INC. by y BID OR PROPOSAL BOND Bond No. SCR 708 50 09 Premium included in BBSU (hereinafter called the principal), as principal, and FIREMAN'S FUND INSURANCE COMPANY , a corporation organ- ized and doing business under and by virtue of the laws of the State of CALIFORNIA , and duly licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds or urder:nkings required or cu'liorized by the laws of :he State of CALIFORNIA as Surety, are held and firmly bound unto CITY OF NEWPORT BEACH (hereinafter called the Obligee) in the just and full sum of TEN PERCENT (10%) OF THE TOTAL AMOUNT BID IN --------------------- - - - - -- Dollars ($ .. - -- ) lawful money of the United States of America, for the payment of which, well and truly to be made, we hereby bind ourselves and our and each of our successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, the above bounden principal as aforesaid, is about to hand in and submit to the obligee a bid or proposal for the Newport and Balboa Ocean Piers Repairs in accordance with the plans and specifications filed in the office of the obligee anal under the notice inviting proposals therefor. NOW, THEREFORE, if the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal thereupon by the said obligee, and said principal shall enter into a contract and bond for the completion of said work as required by law: then this obligation !o be null and void, otherwise to be and remain in lull force and elect. IN WITNESS WHEREOF, said Principal and said Surety have caused these present:; to be duly signed and sealed this 15th r day of March Ig 83 JOHN L. MEEK CONSTRUCTION COMPANY, INC. FIREMAN'S FUND INSURANCE COMPANY By JA1VE`i'yTNJIR, Aeorverin. Fa 360277 --4 -81 O s O 0 0 0 z w M x A r O w d 0 ro z O ro O p r U7 O d O ED( 70D °o o - 0 i o x o x Y E I O Z 0 1 q u E v q L •O C d d •I O L 1 a 1 L • Y 51y M c EJ r-� N L 31 0 c L q Y q A C � � L r 01 � qi L C q N U L d W O, 0 q Y w N N C q N [ 0 ^ •"� N O U S1 fi Q$ C C q O O c \ O Y pJ L L L q L q ¢ d L N O N q Z 9 YJ LL 0 a c t c Y q V C L Y J e� LL O a O N Y d N w W F A f C Y d a � O c � E d x a o t O Y V m Z 6 - i � Y • a _ - N a - Y E I O Z 0 1 q u E v q L •O C d d •I O L 1 a 1 L • Y 51y M c EJ r-� N L 31 0 c L q Y q A C � � L r 01 � qi L C q N U L d W O, 0 q Y w N N C q N [ 0 ^ •"� U O U S1 fi Q$ � c \ O Y pJ L O N q Z 9 YJ LL 0 y p, q V W e� LL O a O N Y d N w W F A f C Y d a � O c � E - q Y q c \ Y pJ L q q N q W o u Y w o c � E d x c O Y V m Z 6 - i Y • a _ - N - e �H ♦• N C v 7 O Y lYy6� N M• q 7 A q L � M L N q L ao• � E > 1 �'a .7 A A a Y C L E 3 N L O d U O • L L Y N d O q 6 N q 6' YI OI a W S d 3 •n a0+ w E o r UI q N q C q W U C JC 6 Z r- E U r H W E 3 q O. •-• U z 0 0 Page 5 NON- COLLUSION AFFIDAVIT The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this /7771 day of , 1953. My commission expires: Jc v /b 198Z_/ JOHN L. MEEK CONSTRUCTION CO., INC. Bidder President Authorized Sign ure /Title � car ul. SPiPI. 1D. JACOBS PRINCIPAL OFFICE IN LOS ANGCLES COUNTY My Commission Expires July 10, 1934 n U STATEMENT OF FINANCIAL RESPONSIBILITY Page 6 The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. JOHN L. MEEK CONSTRUCTION CO., INC. Bidder Vice President Authorized gnature /Title Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. JOHN L. MEEK CONSTRUCTION CO., INC. Bidder ��. 6' 1".- ice President 'thorized Si ature /Title • •March 28, 1983 0g) CITY COUNCIL AGEN A ITEM NO. h - 3 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: NEWPORT AND BALBOA OCEAN PIERS MISCELLANEOUS REPAIRS, 1982 -83 (C -2366) RECOMMENDATION: Award Contract No. 2366 to John L. Meek Construction Co., Inc., for $26,794 and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 10:00 A.M. on March 18, 1983, the City Clerk opened and read one bid by John L. Meek Construction Co., Inc., for this project. Meek's bid was $26,744 for all work except replacement of two piles, 12% greater than the Engineer's estimate of $24,000. Meek's bid for replacement of the two piles was an additional $17,600, 35% greater than the Engineer's estimate of $13,000. The pile replacement bid compares unfavorably with a $2,174 cost per pile replacement in the City's 1976 -77 contract with Meek. The project was previously bid on February 9, 1983. At that time, Meek was also the sole bidder and was 78% above the Engineer's estimate. Staff determined that potential bidders were nonresponsive due to the volume of emergency repair work being performed elsewhere along the Pacific Coast. Staff was directed to rebid with revised plans and specifications. It appears that the potential bidders were again nonresponsive for the same reason and because of more recent storm damage. At this time, staff recommends awarding all work except replacement of the two piles on Newport pier. Such work will assure the structural integrity of both piers during severe storms such as those encountered this winter. The loose pile at the end of Balboa Pier will be re- attached as a portion of the contract. The two Newport Pier pile replacements are not considered mandatory this year since one of the piles is in a three -pile dolphin cluster and the second pile is in an eight -pile bent and has approximately 40% of its cross section remaining. Their replacements may be deferred until after the next biannual pile inspection (in 1984). At that time, additional pile replacement may be warranted and additional pile bidders may be available, thus assuring justifiable unit prices. The remaining project provides for the replacement and repair of deteriorated sway bracing and miscellaneous connections. The work is being contracted per recom- mendations contained in Submarine Engineering Associates' inspection report of April 1982. Plans and specifications were prepared by the Public Works Department. Ade- quate funds are provided for award under Budget No. 02- 4197 -249. The estimated date of completion. is May 27, 1983. a Benjamin B. Nolan Public Works Director LD:.id a 0 6 T a c' b b co0-1 -s T J ICI an NIII�� a 0 6 T a c' b b co0-1 -s T J THE NEWPORT ENSIGN PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF CALIFORNIA, County of Orange, I am a citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the above- entitled matter. I am the principal clerk of the printer of the Newport Harbor Ensign newspaper of general circula- tion, printed and published weekly in the city of Newport Beach, County of Orange, and which news- paper has been adjudged a newspaper of general circulation by the Superior Court of the County of Or- ange, State of California, under the date of May 14, 1951, CASE NUMBER A -20178 that the notice, of which the annexed is a printed copy (set in type not smaller than nonpareil) has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates to -wit: 9,i I certify (or declare) under penalty of perjury that the foregoing is true and correct. Dated at Newport Beach, California, this if' day of Mb,..- , 19 S Signallure THE NEWPORT ENSIGN This space is for the County Clerk's Filing Stamp Proof of Publication of M Paste Clipping of Notice SECURELY In This Space PUBLIC NOTICE NOTICE INVITING a= Sealed bide may be received at the office of the City Clerk. 3300 Newport Boulevard, Newport Beach, CA 92663 until 10:00 A.M. on the 18th day of March, 1963, at which time' such bide chaff hs opeaWW and read for NEWPORT AND BALBOA OCEAN PIERS ba _ EOUS REPAIRS Contract No. 2366 Engineer's E h at. Without Additional Bid Item, $2.000 i Engineers Estimate With Addi. tional Bid items $37,000 ' Approved by the City Council this 28th day of February, 1983. Wanda E. Andersen, City Clerk. Pragxcli" bidden may obtain one set of bid documents at an cost at the office of the Public War6 Department, 3300 Newport Boulevard, Nswport Beach, CA 92663. For further information, call Gilbert Wang. Prolectjngiaeer, at 640-2281. Pub. Mar. 2, '83 fa The Newport E9dqu NE1552 PROOF OF PUBLICATION �Q3 TO: CITY COUNCIL FROM: Public Works Department February 28, 1983 CITY COUNCIL AGENDA ITEM NO. F -13 SUBJECT: NEWPORT ,AND .BALBOA OCEAN PIERS MISCELLANEOUS REPAIRS, 1982 -83 Cc- z366'� RECOMMENDATIONS: 1. Reject bid submitted by John L. Meek Construction Co., Inc. 2. Approve the revised plans and specifications. 3. Authorize the City Clerk to readvertise for bids to be opened at 10:00 A.M. on March 18, 1983. DISCUSSION: At 11:00 A.M. on February 9, 1983, the City Clerk opened and read one bid, $44,440 ($44,598, corrected amount) by John L. Meek Construction Co., Inc. The bid is 78% greater than the Engineer's estimate of $25,000. Staff has determined that potential bidders were non - responsive due to volume of emergency repair work being performed as the result of recent storm. It appears that, at this time, more potential bidders are available; therefore, readvertising is recommended. The project provides for the replacement and repair of deteriorated piling, sway bracing, and miscellaneous connections on the Newport and Balboa Piers. The staff has revised the contract documents so that contract award may or may not include the Additional Bid Items for replacement of two,piles. The work is being contracted per recommendations contained in an inspection report dated April of 1982, by Submarine Engineering Associates. This proj- ect is part of the City's continuing pier maintenance program. The Engineers estimate for the work is $24,000. The Engineer's estimate for additional portion of work (pile replacements) is $13,000. Suf- ficient funds have been provided in the current budget under project number 02- 4197 -249. The plans and specifications were prepared by the Public Works De artment. The /eess /ttiimatedd date of completion is May 27, 1983. Benjamin B. Nolan Public Works Director GW:jd TO: FROM: SUBJECT: r JiaN 2 1983 CITY COUNCIL "' �. �.'.,I` Public Works Department January 24, 7983 (3W) CITY COUNCIL AGENDA ITEM N0. /- -/ 6 NEWPORT AND BALBOA OCEAN PIERS MISCELLANEOUS REPAIRS, 1982 -83 (C -2366) RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 11:00 A. M. on February 9, 1983. DISCUSSION: This project provides for the replacement and repair of deteriorated piling, sway bracing, and miscellaneous connections on the Newport and Balboa Piers. The work is being contracted per recommendations contained in an inspection report dated April of 1982, by Submarine Engineering Associates. This project is part of the City's continuing pier maintenance program. The Engineer's estimate for the work is $25,000. Sufficient funds have been provided in the current budget under project number 02- 4197 -249. The plans and specifications were prepared by the Public Works Department. The estimated date of completion is May 27, 1983. Benjamin B. Nolan Public Works Director GW:rb • THE NEWPORT ENSIGN PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF CALIFORNIA, County of Orange, I am a citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the above - entitled matter. I am the principal clerk of the printer of the Newport Harbor Ensign newspaper of general circula- tion, printed and published weekly in the city of Newport Beach, County of Orange, and which news- paper has been adjudged a newspaper of general circulation by the Superior Court of the County of Or- ange, State of California, under the date of May 14, 1951, CASE NUMBER A -20178 that the notice, of which the annexed is a printed copy (set in type not smaller than nonpareil) has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates to -wit: JAvt z (o, ('� 9-3 I certify (or declare) under penalty of perjury that the foregoing is true and correct. Dated at Newport Beach, California, this )6 day cf da+\ , 199-3 THE NEWPORT ENSIGN • e -43 (oct, This space is for the County Clerk's Filing Stamp A Proof of Publication of PUBLIC NOTICE NOTICE LIMITING BIDS Seded bid, may bo recadved at the ofBoo o! the City Clerk, 3300 Newpod Boulevard, Newport Beach, CA 93663 unto 11:00 A.M. on the 9th day of February, 1893, of which time such bid, ,hall be opened =it read for NEWPORT. Contract Dr, 2366, Engineer's Estimate $25,000. Approved by the City Council this 24th day of January, 1993. Wanda E. Andemea, City Clerk. Proephcit" bidden may obtain one net of bid document, at an no at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663. For further dnform;;la call Gilbert 1 q, Project Engineer, at Gilbert . Pub. Ian. 26, '93 in The Nswport Ensign NE14M PROOF OF PUBLICATION ��