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 ��