HomeMy WebLinkAboutC-1783 - Repairs to Goldenrod Avenue Pedestrian BridgeJune 13, 1977
Uribe Company
P.O. Box AE,
Baldwin Park, CA 91706
Subject: Surety: Fremont Indemnity Co.
Bonds No.: 8 -77 -0972 SSA
Project: Goldenrod Ave. Pedestrian Bridge Repairs./
Column Repair
Contract: 1783
I
Gentlemen:
The City Council on April 25, 1977 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 Notic': of Completion has been
filed.
Notice of Completion was filed with the Orange County Recorder on
April 27, 1977, in Book No. 12166, Page 1741. Please notify your
surety company that bonds may be released 35 days after recording
date.
Doris George
City Clerk
DG:ds
cc: Public Worke Department
REQUESTED, .Uy -.:.
CrPSCIRF' {RN TO \ LT
BK 12 I66P61741
r,: -.�cH EXEMPT
�� C72
NOTICE OF COMPLETION RECORDED IN OFFICIAL RECORDS
OF ORANGE COUNTY, CALIFORrJIA
PUBLIC WORKS 5 Pori !} Piv,APR S''i 1977
1. WYLIE CARLYLE, Coanty ;'X000st
'To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on March 18 1977
the Public Works project consisting of Goldenrod Ave, Pedestrian Bridge Repairs Column Repair
on which Uribe Co.
was the contractor, and Fremont Indemnity Co.
was the surety, was completed.
V ERI
I, the undersigned, say:
CITY OF NEWPORT BEACH
i
orks 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 April 26, 1977 at Newport Beach, California.
I, the undersigned
1 am the City Clerk of the City of Newport Beach; the City Council of said
City on April 25, 1977 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 April 26, 1977 at Newport'Beach, California.
i
i�
f 0
CITY OF NEWPORT BEACH
CALIFORNIA city Hall.
3300 W. Newport Blvd
Date: _April 26� 1977
Mr. J. Wylie Carlyle
County Recorder
P. 0. Box 238
Santa Ana, California 92702
Dear Mr. Carlyle:
Attached for recordation is Notice of Completion of Public
Works project consisting of Goldenrod Ave- Pwdeo riAn Aridgm
Repairs /Column Repair Contract No. 1783
on which Uribe Co. was the Contractor
and Fremont Indemnity Co. was the surety.
Please record and return to us.
Very trul yours,
v I �/
Doris George
Citv Clerk
City of Newport Beach
Encl.
r
r
CITY OF NEWPORT BEACH
Date February 18. 1977
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No. 178R
Project Goldenrod Ave. Pedastrian Bridga Rannira
Attached is signed copy of subject contract for transmittal to the contractor.
Contractor: rrribe r n=wny _
Address: P.O. Box AE, B$l.dwin Park, CA 91706
Amount: $ 20.500
Effective Date: 2_18 -77
Resolution No. $9a,
Al Doris Geo e
Att.
cc: Finance Department 0
City Mall • 3300 Newport Boulevard, Newport Beach, California 92663
0 0
February 17, 1977
TO: CITY CLERK
FROM: Public Works Department
SUBJECT: GOLDENROD AVENUE PEDESTRIAN BRIDGE REPAIRS- -
COLUMN REPAIR (C -1783)
Attached are four copies of the subject contract documents
as well as the insurance certificates. Please have the contract
documents executed on behalf of the City, retain your copy and the
insurance certificates, and return the remaining copies to this depart-
ment for distribution.
Thank you.
S'I teve Bucknam
Project Manager
SB:jd
Attachments
'LI 1
I
r r
•
CITY CLERK
0
CONTRACT NO. 1783
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
GOLDENROD AVENUE
PEDESTRIAN BRIDGE REPAIRS
Approved by the City ound
this day of 1976
- ) j6.-t� 4�6�
o City Cle
COLUMN REPAIR
SUBMITTED BY:
URIBE COMPANY
Contractor
P.O. BOX AE
Address
BALDWIN PARK, CA 91706
City Zip
(213) 338 -7862
Phone
$20,500.00
Total Bid Price
0 • Page 1
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach,
California, until 10:30 A.M. on the 5 day of January , 19 77 ,
at which time they will be opened and read, for performing work as follows:
GOLDENROD AVENUE PEDESTRIAN BRIDGE REPAIRS
COLUMN REPAIR
CONTRACT NO. 1783
Bids must be submitted on the proposal form attached with the contract documents
furnished by the Public Works Department. The additional copy of the proposal form
is to be retained by the bidder for his records.
Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable
to the City of Newport Beach, for an amount equal to at least 10 percent of the
amount bid.
The title of the project and the words "SEALED BID" shall be clearly marked on the
outside of the envelope containing the bid.
The contract documents that must be completed, executed, and returned in the sealed
bid are:
A. Proposal
B. Designation of Subcontractors
C. Bidder's Bond
D. Non - collusion Affidavit
E. Statement of Financial Responsibility
F. Technical Ability and Experience References
These documents shall be affixed with the signature and titles of the persons signing
on behalf of the bidder. For corporations, the signatures of the President or
Vice President and Secretary or Assistant Secretary are required an t� he _Cor orate Seal
shall be affixed to all documents requiring signatures. In the case of a Partnership,
the signature of at least one general partner is required.
No bids will be accepted from a contractor who has not been licensed in accordance with
the provisions of Chapter 9, Division III of the Business and Professions' Code. The
contractor shall state his license number and classification in the proposal.
One set of plans and contract documents, including special provisions, may be obtained
at the Public Works Department, City Hall, Newport Beach, California, at no cost to
licensed contractors. It is requested that the plans and contract documents be returned
within 2 weeks after the bid opening.
(cont.)
• Page la
The City has adopted the Standard Specifications for Public Works Construction
(1976 Edition) as prepared by the Southern California Chapters of the American
Public Works Association and the Associated General Contractors of America. Copies
may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles,
California 90034, (213) 870 -9871.
The City has adopted Standard Special Provisions and Standard Drawings. Copies of
these are available at the Public Works Department at a cost of $5.00 per set.
A standard "Certificate of Insurance for Contract Work for City" form has been
adopted by the City. This form is the only certificate of insurance acceptable
to the City. The successful low bidder will be required to complete this form
upon award of the contract.
For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds,
and Faithful Performance Bonds must be an insurance company or surety company
licensed by the State of California. The companies must also have a current
General Policy Holders Rating of A or better; and a Financial Category of at
least Class X as per the latest edition of Best's Key Rating Guide (Property -
Liability).
In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California
Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach
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 and has set forth these items in Resolu-
tion No. 8950 adopted December 13, 1976. A copy of said resolution is available
in the office of the City Clerk. All parties to the contract shall be governed by
all provisions of the California Labor Code relating to prevailing wage rates
(Sections 1770 -1781 inclusive). The contractor shall be responsible for com-
pliance with Section 1777.5 of the California Labor Code for all apprenticeable
occupations.
The contractor shall post a copy of the prevailing wage rates at the job site.
Copies may be obtained from the Public Works Department.
The City reserves the right to reject any or all bids and to waive any informality
in such bids.
Revised 12 -14 -76
0
0
Page 2
All bids are to be computed on the basis of the given estimated quantities of work,
as indicated in this Proposal, times the unit price as submitted by the bidder. In case
of a discrepancy between words and figures, the words shall prevail. In case of an error
in the extension of a unit price, the corrected extension shall be calculated and the bids
will be computed as indicated above and compared on the basis of the corrected totals.
The estimated quantities of work indicated in this Proposal are approximate only,
being given solely as a basis for comparison of bids.
The undersigned has checked carefully all of the above figures and understands that
the City will not be responsible for any errors or omissions on the part of the under-
signed in making up this bid.
The undersigned agrees that in case of default in executing the required contract
with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal
Holidays, after having received notice that the contract is ready for signature, the
proceeds of check or bond accompanying this bid shall become the property of the City
of Newport Beach.
Licensed in accordance with the Statutes of the State of California providing for
the registration of Contractors, License No. 303689 Classification C -8
Accompanying this proposal is Bond
(Cash, Certified Check, Cas ier s Check or Bon
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workmen's compensation or to
undertake self- insurance in accordance with the provisions of that code, and agrees to
comply with such provisions before commencing the performance of the work of this contract.
(213) 338 -7862
Phone Number
January 3. 1977
Date
-Vzmi T%
(SEAL)
S Frank Uribe
ut7 on ze /�i gnaturee
�rL,ZQ 4�oYe
Au �iT prized Signature
Individual
Type of Organization
(Individual, Corporation, or Co- Partnership)
List below names of President, Secretary, Treasurer and Manager if a corporation,
and names of all co- partners if a co- partnership:
0 0
Page 3
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies that he has used the sub -bids of the following
listed contractors in making up his bid and that the subcontractors listed
will be used for the work for which they bid, subject to the approval of the
City Engineer, and in accordance with the applicable provisions of the
specifications. No change may be made in these subcontractors except upon
the prior approval of the Engineer.
Item of Work Subcontractor Address
I - None,
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
URIBE COMPANY
Bidders Name
S /Frank Uri be ��%1,1
Authorized Signature
individual
Type of Organization
(Individual, Co- partnership or Corp.)
P.O. Box AE
Baldwin Park, CA 91706
Address
BOND NO. B -76 -0564
16 MIUM INCLUDED IN BBSU
FOR ORIGINAL SEE CITY CLERK'S FILE COPY
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, URIBE COMPANY , as Principal,
and FREMONT INDEMNITY 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 ($
, 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 principal for the construction of
in the City of Newport Beach, is accepted by the City Council of said City, and if the
above bounden principal shall duly enter into and execute a contract for such construc-
tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting
Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from
the date of the mailing of a notice to the above bounden principal by and from said City
of Newport Beach that said contract is ready for execution, then this obligation shall
become null and void; otherwise it be and remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
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, we hereunto set our hands and seals this 3rd day of
January , 19 77
Corporate Seal (If Corporation)
(Attach acknowledgement of
Attorney -in- Fact)
S /Marsha K. Morris, Notary Public
URIBE COMPANY
Principal
S /Frank Uribe 7,_r � ��
A4*yyT1IlWfk11EMNITY COMPANY
Commission Expires April
Title Attorney -in -Fact
NON- COLLUSION AFFIDAVIT
0
Page 5
The bidders, 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 arrangement or agree-
ment 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 agree-
ment 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 contractor from
considering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman from
bidding to any contractor who does not use the facilities of or accept bids from or
through such bid depository; that no inducement or any form or character other than
that which appears upon the face of the bid will be suggested, offered, paid, or
delivered to any person whomsoever to influence the acceptance of the said bid or
awarding of the contract, nor has this bidder any agreement or understanding of any
kind whatsoever, with any person whomsoever 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.
M., .
Subscribed and sworn to before me
this 3rd day of ,7a
_ n_uary ,
19 77
My commission expires:
April 16, 1979
Mnrriq
Notary Public
FORW GINAL SEE CITY CLERK'S FILE C Y Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
Tne undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 24 hours after the bid opening if he
is the apparent low bidder.
S /Frank Uribe�
Signed
•
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.
11 -15 -76
Irvine Santa Fe Co.
Joe Jordon
714
752 -0056
10 -12 -76
Kasler Corp. Hollywood Job
Buck Allen
714
884 -4811
3 -7 -76
Daley Corp, La Mesa Job 94 Fwy
John Nelson
714
283 -6101
S /Frank Uribe
Signed s
BOND NO. B -77 -0972 SBA
EXECUTED IN FOUR COUNTE 0RTS PREMIUM INCjVED IN PERFORMANCE BOND
Page 8
LABOR AND MATERIAL BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted January 24 1977
has awarded to Uribe Comoanv
hereinafter designated as the "Principal ", a contract for
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 URIBE COMPANY
as Principal, and FREMONT INDEMNITY COMPANY
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
TEN THOUSAND TWO HUNDRED FIFTY AND NO /100- - - - - -- Dollars ($ 10,250.00
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 4204 of the
Government 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
Page 9
(Labor and Material Bond - Continued)
this bond, as required by the Provisions of Section 4205 of the Government 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 8th day of FEBRUARY , 1977
FRANK URIBE dba
URIBE COMPANY (Seal)
Name of Contractor Principal
A thorized Sign -ure and Title
Authorized Signature and Title
FREMONT INDEMNITY COMPANY ($ez1)
Name of Surety
1709 WEST 8th STREET
LOS ANGELES, CA. 90017
Address jety
e of ^ tnorl zed Agent
, JR. ATTORNEY —IN —FACT
Address Of Agent
128 SOUTH LA BREA AVE.
LOS ANGELES, CA. 90036 (213) 936 -7211
Telephone No. of Agent
STATE OF CALIFORNIA
l
LOS ANGELES ss-
County of 1
On this 8th
day of
FEBRUARY
19 77 , before me
MARSHA K. MORRIS , a Notary Publie, in and for the County and
State aforesaid, residing therein duly commissioned and sworn, personally appeared
H.P. STASSFORTH, JR.
µ�'8:yi�}Ililgll 'i "4!I',!n�I'III I'lii li�lgllIIIIIIIIIIIIIIIIAIIIII !1114
-
known to me to be the Attor
.y -in -Fact of Fremont Indemnity Company the
t „i rt 9F
Corporation that executed the
Thin instrumqL4nd
also known to me to be the
t
fl.r'�Rurlrt Y. {r,01.� {.�i 3
person who exer -ut he wi[h"trumpn,
f u[ the Corporation therein
PRI CIP L OPPIC rtlRN1A
PRINCIPAL OPVICC IN
named and a,knowi d -A
Sd
executed tie Fame.
- j•,+^: .'
LOS ANO EL SGO U NTY
My Commission Expires April 16, 1979
Notary Public in and for the State of California, County of LOS ANGELES
BOND NO. B -77 -0972 SBA
EXECUTED IN FOUR COUNTE0RTS PREMIUM: W08.00
Page 10
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted January 24, 1977
has awarded to Uribe Company
hereinafter designated as the "Principal ", a contract for
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, URIBE COMPANY
as Principal, and FREMONT INDEMNITY COMPANY
as Surety, are held and
firmly bound
unto the City of Newport Beach,
in the sum of
TWENTY THOUSAND FIVE
HUNDRED AND
NO /100----- -- - --- Dollars ($20,500.00
),
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
• !
Page 11
(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 8th day of FEBRUARY , 19 77
FRANK URIBE dba
URIBE COMPANY (Seal)
Name of Contractor (Principal)
Authorized Signature and Title
Authorized Signature and Title
FREMONT INDEMNITY OMP N
Name of Surety
1709 WEST 8th STREET
LOS ANGELES, CA. 90017
Address of Surety
Sigqnature and-Title of orized Agent
H.P. STASSRO H, J .,ATTORNEY —IN —FACT
MOSELLE I4S CE, INC.
128 S. LA REA AVE., L.A. 90036
Address of Agent
(213) 936 -7211
Telephone No. of Agent
STATE OF CALIFORNIA
County of
LOS ANGELES ss.
On this 8th day of FFRROARv 19 77, before me
MARSHA K. MORRIS a Notary Public, in an,] for the County and
State aforesaid, residing therein duly commissioned and sworn, personalh appeared-
H.P. STASSFORTH, JR.
t.
R.1 A
C f 5,, II Ei 09
i�l4r4r;1'ti1F ,,.,a. .....a A 6iIB liMIiII1111Y
SUF G50
known to me to be the Attorney-in-Fact of Fremont Indemnity Company the
Corporation that executed the w4thin strulnent and also known to me to be the
d m
person who ezecut. the wit [I gtrImtnent nn lirhalf of the Corporation therein
named and aeknowl le d to that i (:orporation executed the .,ame.
Notary Public in and for the State. of California, County of
CONTRACT
THIS AGREEMENT, made and entered into this_ &_day
Page 12
o f��
by and between the CITY OF NEWPORT BEACH, California, hereinafter designate as the City,
party of the first part, and URIBE COMPANY
hereinafter designated as the Contractor, party of the second part.
WITNESSETH: That the parties hereto do mutually agree as follows:
1. For and in consideration of the payments and agreements hereinafter mentioned
to be made and performed by the City, the Contractor agrees with the City to furnish all
materials and labor for the construction of
GOLDENROD AVENUE PEDESTRIAN BRIDGE REPAIRS, COLUMN REPAIR (CONTRACT NO. 1783)
and to perform and complete in a good and workmanlike manner all the work pertaining
thereto shown on the Plans and Specifications therefor; to furnish at his own proper
cost and expense all tools, equipment, labor, and materials necessary therefor, (except
such materials, if any, as in the said Specifications are stipulated to be furnished by
the City), and to do everything required by this Agreement and the said Plans and
Specifications.
2. For furnishing all said materials and labor, tools and equipment, and doing
all the work contemplated and embraced in this Agreement, also for all loss and damage
arising out of the nature of the work aforesaid, or from the action of the elements,
or from any unforeseen difficulties which may arise or be encountered in the prosecu-
tion of the work until its acceptance by the City, and for all risks of every description
connected with the work; also, for all expenses incurred by or in consequence of the
suspension or discontinuance of work, except such as in said Specifications are expressly
stipulated to be borne by the City; and for well and faithfully completing the work
and the whole thereof, in the manner shown and described in the said Plans and
Specifications, the City will pay and the Contractor shall receive in full compensation
therefor the lump sum price, or if the bid is on the unit price basis, the total price
for the several items furnished pursuant to the Specifications, named in the bidding
sheet of the Proposal, as the case may be.
3. The City hereby promises and agrees with the said Contractor to employ, and
does hereby employ the said Contractor to provide the materials and to do the work
according to the terms and conditions herein contained and referred to for the price
aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon
the conditions set forth in the Specifications; and the said parties for themselves,
their heirs, executors, administrators, successors and assigns, do hereby agree to
the full performance of the covenants herein contained.
4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and
the Plans and Specifications, and all amendments thereof, when approved by the parties
hereto, or when required by the City in accordance with the provisions of the Plans
and Specifications, are hereby incorporated in and made part of this Agreement.
• !
Page 13
5. Pursuant to the Labor Code of the State of California, the City Council has
ascertained the general prevailing rates of per diem wages for each craft or type of
workman needed to execute the contract and a schedule containing such information is
included in the Notice Inviting Bids and is incorporated by reference herein.
6. The Contractor shall assume the defense of and indemnify and save harmless the
City, the Director of Public Works, and their officers and employees, from all claims,
loss, damage, injury, and liability of every kind, nature, and description, directly or
indirectly arising from the performance of the contract or work, regardless of responsi-
bility for negligence; and from any and all claims, loss, damage, injury, and liability,
howsoever the same may be caused,resulting directly or indirectly from the nature of
the work covered by the contract, regardless of responsibility for negligence.
IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed
the day and year first above written.
CI�Y NE ORT BEAC CALIFORNIA
By; r �C
Mayor
ATTEST:
City Clerk
A j
%� 6 �
%
Contractor
t
(SEAL) /J/
By % r lJT/ tlr Pn.. lK ��niK
C�LI- ,/ rr�.-
Title
Title
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
GOLDENROD AVENUE PEDESTRIAN BRIDGE REPAIRS
COLUMN REPAIR
CONTRACT NO. 1783
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92663
Gentlemen:
PR l of l
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. 1783 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 ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
390 Repair columns of the Goldenrod Avenue
Sq.Ft. Pedestrian Bridge
@ Fifty Dollars
and
No Cents $ 5o_00 $ 19,500.00
Per Sq.Ft.
2. Lump Sum Repair girder of the Goldenrod
Avenue Pedestrian Bridge
@ One Thousand Dollars
and
Nn Cents $ $ 11000.00
Lump Sum
TOTAL BID PRICE WRITTEN IN WORDS:
Twenty Thnusand Five Hundred Dollars
and
Nn Cents TOTAL BID $ 2n,5oo
January 3, 1977 URIB COMPANY
Date Bidder's Name
CONTRACTOR'S LICENSE N0. 303689
uthorize Signature
CONTRACTOR'S 11 1 Box
TELEPHONE NO.
• CITY OF NEWPORT BEACH •
PUBLIC WORKS DEPARTMENT
GOLDENROD AVENUE PEDESTRIAN BRIDGE REPAIRS
COLUMN REPAIR
CONTRACT NO. 1783
INDEX TO SPECIAL PROVISIONS
SECTION
PAGE
I.
SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . .
. . . 1
II.
QUALIFICATIONS OF BIDDERS . . . . . . . . . . . . . . . . . .
. . . 1
III.
COMPLETION OF WORK . . . . . . . . . . . . . . . . . . . . . .
. . . 1
IV.
EXAMINATION OF JOB SITE . . . . . . . . . . . . . . . . . . .
. . . 1
V.
PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . .
. . . 2
VI.
GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . 2
VII.
TRAFFIC CONTROL . . . . . . . . . . . . . . . . . . . . . . .
. . . 2
VIII.
PROTECTION OF EXISTING UTILITIES . . . . . . . . . . . . . . .
. . . 2
IX.
CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . .
. . . 2
A. General . . . . . . . . . . . . . . . . . . . . . . . . .
. . . 2
B. Steel Replacement . . . . . . . . . . . . . . . . . . . .
. . . 2
C. Concrete Replacement . . . . . . . . . . . . . . . . . . .
. . . 3
D. Air - Placed Concrete Construction (Gunite) . . . . . . . .
. . . 3
1. General . . . . . . . . . . . . . . . . . . . . . . .
. . . 3
2. Mixing . . . . . . . . . . . . . . . . . . . . . . . .
. . . 3
3. Consistency . . . . . . . . . . . . . . . . . . .
. . . 3
4. Existing Concrete Surfaces. . . .
. . . 3
5. Removal of Deteriorated Concrete and Sandblasting . .
. . . 3
6. Reinforcement . . . . . . . . . . . . . . . . .
. . . 4
7. Application to Vertical Surfaces . . . . . . . . . . .
. . . 4
8. Thickness of Layers . . . . . . . . . . . . . . .
. . . 4
9. Recesses and Obstructions . . . . . . . . . . . . . .
. . . 4
10. Loose or Porous Air - Placed Concrete . . . . . . . . .
. . . 4
11. Curing . . . . . . . . . . . . . . . . . . . . . . . .
. . . 4
E. Work Sequence . . . . . . . . . . . . . . . . . . . . . .
. . . 5
F. Working Platforms . . . . . . . . . . . . . . . . . . . .
. . . 5
G. Project Site Maintenance . . . . . . . . . . . . . . . . .
. . . 5
L J
0 SP of
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
GOLDENROD AVENUE PEDESTRIAN BRIDGE REPAIRS
COLUMN REPAIR
C -1783
I. SCOPE OF WORK
The work to be done under this contract consists of furnishing all labor, mater-
ials, tools, equipment and transportation necessary to repair and restore the
existing reinforced concrete columns and girder of the Goldenrod Avenue Pedestrian
Bridge.
The contract requires completion of all work in accordance with these Special
Provisions, the City's Standard Special Provisions, the Plans (Drawing No. M-
5177-S), and the City's Standard Drawings and Specifications. The City's
Standard Specifications are the Standard Specifications for Public Works Con-
struction, 1976 Edition with supplements to date. Copies may be purchased from
Building News Incorporated, 3055 Overland Avenue, Los Angeles, California 90034;
telephone (213) 870 -9871. Copies of the City's Standard Plans and Special
Provisions may be purchased from the Public Works Department at a cost of $5;
telephone (714) 640 -2281.
II. QUALIFICATIONS OF BIDDERS
Only bids from responsible bidders will be considered. To qualify as a respons-
ible bidder, the contractor shall have a successful performance record in air -
placed concrete (gunite) construction and shall have successfully performed at
least three projects of a similar kind in the last year. Bidders shall submit
with their bids, the name of the project superintendent who must be experienced
in this type of work, and a list of recent gunite repair jobs successfully com-
pleted.
III. COMPLETION OF WORK
The contractor shall complete the work within 45 calendar days from the date of
execution of the contract by the City.
IV. EXAMINATION OF JOB SITE
The contractor shall carefully examine the job site and the bridge to evaluate
and determine the extent and amount of work that will be necessary to accomplish
the required repairs.
The engineer reserves the right to increase or decrease the areas to be repaired as
listed in the proposal for this Contract No. 1783.
. . SP2of5
V. PAYMENT
The unit price paid per square foot of column repairs on the Goldenrod Pedestrian
Bridge will include full compensation for doing all work to apply and install air -
placed concrete (gunite) and to replace the reinforcing steel, complete in place.
Payment for incidental items of work not separately provided for in the proposal
shall be included in the bid price for other related items of work.
VI. GUARANTEE
The contractor shall guarantee for a period of three years after acceptance of
the work by the City Council, all materials and all workmanship against any defects
whatsoever. Any such defects shall be promptly repaired at the contractor's ex-
pense upon reasonable notice.
VII. TRAFFIC CONTROL
The contractor shall be responsible for traffic control in accordance with Sub-
section 7 -10 of the Standard Specifications.
In order to expedite the work, the contractor may close Bayside Drive from Carna-
tion Avenue to Heliotrope Avenue to thru traffic for a maximum period not to
exceed three (3) calendar days.
Prior to commencing work, the contractor shall submit a written traffic plan to
the engineer for approval. The plan shall show the periods of street closure, the
location and signing of detours and any other details required by the engineer to
assure that all thru and local traffic will be handled in a safe and efficient
manner with a minimum of inconvenience.
VIII. PROTECTION OF EXISTING UTILITIES
Known utilities are indicated on the plans. Prior to performing construction
work, the contractor shall request the City's Utility Division and the Parks,
Beaches, and Recreation Department to locate their facilities. The contractor
shall protect in place and be responsible for, at his own expense, damage to any
utilities encountered during construction of the items shown on the plans. The
contractor's attention is called to Section 5 of the Standard Specifications.
IX. CONSTRUCTION DETAILS
A. General: Placement of gunite shall conform to Method A of Section 303 -2
of the Standard Specifications except as modified herein.
B. Steel Replacement: The main steel will be replaced only if it has deter-
iorated more than 50% of its original cross - section, as determined by the
engineer. Where reinforcement removal is required, the concrete shall be
removed 2 inches beyond the weld joint and the existing square bars shall be
replaced by round deformed bars that are of equivalent cross - sectional area
as shown on the plans. The cost of steel replacement is to be included in
unit price bid for the various items of work.
The contractor shall replace the exposed portion of all reinforcement hoops
within the column area to be reconstructed. The payment for the replacement
of existing hoops will be included in the unit price paid for column repairs.
•
SP3of5
Concrete Replacement: The cement used for concrete replacement shall be
portland cement Type II. No admixtures will be permitted.
The contractor shall apply air - placed concrete to replace the concrete
removed by the procedure specified in Section D of these Special Provisions.
The finish surface of the concrete columns shall have a smooth troweled
finish.
Air - Placed Concrete Construction (Gunite):
General:
Air - placed concrete shall be a mixture of
aggregate which is mixed dry, conveyed by
ible tube, and applied pneumatically with
immediately prior to its expulsion from a
mechanism especially manufactured for the
mortar pneumatically.
Mixing:
portland cement and fine
air through a pipe or flex -
clean water being added
nozzle or other suitable
purpose of applying concrete
The dry mixture shall consist of one part portland cement to 3, parts
fine aggregate, measured by either volume or weight. The fine aggre-
gate shall be thoroughly dried and kept continually dry until mixing.
Consistency:
The consistency.of all air - placed concrete shall be such that it does
not flow or sag when applied in one application to vertical surfaces
in thicknesses as great as one inch.
Existino Concrete Surfaces:
When air - placed concrete is applied against existing concrete surfaces
or against hardened mortar, the entire surface to be covered shall be
prepared after being thoroughly roughened. The surface shall be free
from any coatings, laitance or other film which will prevent a good
bond between the mortar and the existing surface. Immediately prior to
shooting the mortar, the surface shall be sandblasted and thoroughly
moistened with clean fresh water under pressure, preferably by means
of the regular operating nozzle.
Removal of Deteriorated Concrete and Sandblasting:
In repairing reinforced concrete structures, all disintegrated, cracked
or loosened concrete shall be completely removed. All reinforcing
steel, whether corroded or only covered in spots by adhering mortar,
shall then be thoroughly sandblasted until a clean surface is obtained
on all exposed sides of the steel. Additional reinforcement, as indi-
cated on the plans or as required by the specifications, shall then
be added and secured in a substantial manner. After this portion of the
work has been inspected and accepted by the engineer, air - placed con-
crete shall be applied as herein described.
• SP 4 of 5.
6. Reinforcement:
The reinforcement for sections shall be of the size and type indicated
on the plans. ,Etvjr rw« a z,w nv .es ;:Gb or. X,/.,-
7. Application to Vertical Surfaces:
In applying air - placed concrete to vertica
operator shall stand sufficiently close to
ture under properly regulated air pressure
force to become thoroughly compacted. His
be such that the force of the impact will
aggregate to rebound or to blow or move aw
deposited.
Thickness of Layers:
1 or inclined surfaces, the
the work so that the mix -
shall strike with sufficient
position, however, shall not
cause an undue amount of
ay mortar that has just been
Whenever practicable, as determined by the engineer, the air - placed
concrete shall be applied in one coat for the full thickness of the
section. The operator shall, however, regulate the rate at which
the mortar is built up by working over an area of considerable extent,
as determined by trial, so that the weight of succeeding applications
of mortar will not cause the preceeding ones to sag or pull away.
9. Recesses and Obstructions:
Care shall be taken when applying air - placed concrete around pockets
or accumulations of inert aggregate. In all cases where a smooth sur-
face is not presented, the operator shall take several positions so
as to completely fill all depressions, voids, and recesses with good
mortar. Whenever a reinforcing bar or other obstruction is in such a
position as to block the free and direct application of mortar to an
area behind it, a temporary stop or partition of wood or rolled paper
shall be placed between such obstruction and the surface behind it until
mortal has been applied to one side thereof. Such temporary stop shall
then be removed and mortar shall be applied from a new position so as
to completely fill in behind the obstruction from the other side.
10. Loose or Porous Air - Placed Concrete:
Any loose or porous air - placed concrete shall be removed immediately
upon its formation, without waiting for its rejection by the engineer.
No attempts shall ever be made to correct or to cover up such defective
work by the additional applications of air - placed concrete, and such a
procedure shall be cuase for suspending operations and rejecting any
portion of the work which is found defective in this respect.
11. Curing:
The air - placed concrete surfaces of the bridge columns shall, within
one hour after being applied, be protected from sun and wind by a
covering of plastic sealed at ends or other suitable material for
at least 14 days.
G.
• i
In lieu of the above, all other air - placed concrete surfaces
cured by spraying with water or by the application of curing
for a minimum period of 14 days. Not less than one gallon of
compound shall be applied to each 100 square feet.
Work Sequence
The contractor shall schedule his work so that only one
is being reconstructed at any one time and so that the
"staggered" in the direction parallel to the length of
minimum time shall be seven days before another pile in
be reconstructed.
Working Platforms
SP5of5
may be
compound
curing
column in each bent
columns shall be
the bridge. The
the same bent can
The contractor shall provide all scaffolding, staging, lift equipment and
working platforms required for the repair work, and the cost shall be in-
cluded in the price bid for other work. No obstruction to vehicles or
pedestrians will be permitted except as specified in Section VII of these
Special Provisions.
Such scaffolding, staging, lift equipment and working platforms shall con-
form to the requirements of all State and local laws and regulations.
Project Site Maintenance
The contractor shall at all times keep the work area free from lumber,
blocking, chips and rubbish.
Upon completion of the work, the contractor shall remove excess or unused
materials, false work, temporary structures and equipment, and all parts
of the work shall be left in a neat and presentable condition acceptable
to the engineer.
Prior to dumping any spoil or waste material from the job site at any sani-
tary landfill site in the County of Orange, the contractor shall obtain a
"Permit to Dispose of Demolition" from the City Public Works Department by
contacting Mr. Irwin Miller, Administrative Assistant at 640 -2128. There
is no charge for this permit; its purpose is simply to provide authoriza-
tion for the contractor to use Orange County landfill facilities for disposal
of excess material.
. CITY OF NEWPORT BEACH .
CERTIFICATE OF INSURANCE FOR CONTRACT WORK FOR CITY
IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY
OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. is 3
MODIFICATIONS TO THIS CERTIFICATE ARE NOT TECEPTABLE
Project Description: Goldenrod Avenue pedestrian Bridge Repairs - Column Repair
This is to certify that the Hartford Accident & Indemnity Company
Name of Insurance Company
has issued to Pram Uribet DBAsO&IBE COMPANY CONCRF,'TS PATCHING AND GRIbDJfl0
Name of Insured
13113 Fxancisquito Avenue, Baldwin Parke California 91706
ddress of Insured
the policy of liability insurance certified herein.
CITY CONTRACT ENDORSEMENT
This endorsement is attached to the policy described herein to assure compliance by
the named insured with the terms and provisions of the contract or other agreement(s)
entered into between the insured as contractor and the City of Newport Beach.
The Company amends the policy described herein as follows:
1. It is hereby understood and agreed that the policy to which this certificate
refers may not be cancelled or materially changed until thirty days after
receipt of registered written notice of cancellation or change by the City of
Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, CA 42660.
2. The City of Newport Beach, its officers and employees are hereby declared to
be additional insureds in the policy described insofar as they may be held
liable for injuries, death or damage to property excluding the sole negligence
of the City, its officers and employees. It is further agreed that any other
insurance carried by the City, its officers and employees shall not be contrib-
uting or primary with the insurance provided by this policy.
This policy includes at least the following coverages:
a. ,Contractual or Assumed Liability, relating to contract(s) between the Named Insured
and the Certificate Holder Named above.
b. Owned, Hired and Non -Owned Automobiles.
c. Contractors Fxrotecti -ve Liatrr".-ity tWft r Insured- engages Subcontractors).
d. Products Liability or Completed Operations.
e. Explosion and Underground Hazards (when applicable).
f. Personal Injury Hazards.
g. Broad Form Property Damage.
h. Marine or Aviation (when applicable).
Name of Agency or Broker: Hutton Raterprises, Inc.,
Address of Agency or Broker: P6 Box 2Y319 Pomona, California 91766 714 623 1456
Telephone No. 714 *3 1456
Countersigned by: '944 p\ /
(Authorizid Insurance
Effective date of this endorsement: 2/15/77
sentative
19 77 , Endorsement No. 3 .
re
ial)
ie
aal
olicy Term
Limits of Liability
Covera a
III No.
Each Occurrence
(Minimum:
Aggregate
(Minimum:
$500,000)
$ 500,000 Protecti,
$1,000,006 Products
$ 500,000 Contracts
HOW C
MPLETE INFO R
7ION BELOW
Policy No.
COMPREHENSIVE LIAB.
Combined Single
Limit Bodily Injury
72C214068
From: ?/15/77
$506x000 Protects
$ 1 Products.
or Property Damage
To: 15/78
$ 5OO,OOo
}0Q0,Op0
$ 500 000 Contract
Each Occurrence
This policy includes at least the following coverages:
a. ,Contractual or Assumed Liability, relating to contract(s) between the Named Insured
and the Certificate Holder Named above.
b. Owned, Hired and Non -Owned Automobiles.
c. Contractors Fxrotecti -ve Liatrr".-ity tWft r Insured- engages Subcontractors).
d. Products Liability or Completed Operations.
e. Explosion and Underground Hazards (when applicable).
f. Personal Injury Hazards.
g. Broad Form Property Damage.
h. Marine or Aviation (when applicable).
Name of Agency or Broker: Hutton Raterprises, Inc.,
Address of Agency or Broker: P6 Box 2Y319 Pomona, California 91766 714 623 1456
Telephone No. 714 *3 1456
Countersigned by: '944 p\ /
(Authorizid Insurance
Effective date of this endorsement: 2/15/77
sentative
19 77 , Endorsement No. 3 .
re
ial)
ie
aal
0 0
URIBE COMPANY
Concrete Bridges • Patching and Grinding
CB303689
13113 FRANCISQUITO AVE. • BALDWIN PARK, CA 91706
TEL. 213 - 338.7862
Balance Sheet
A6 os January 5, 1977
ASSETS
Current Ma eta :
Cash $ 8,332.00
Accounta Receivable 25,760.00
Wmk in pnoceaa .i.n.ventoxy 18P300.00
To.ta.l Cm ent Aba et6
Fixed A66 et6 :
Equipment $ 20,019.75
Aut0A E True" 35,991.49
Accumulated Depxeciation (10,539.00)
Total. Fixed Aaa et6
O.theA Abaet6:
Prepaid Inawamce $ 165.00
Employee Advance6 170.00
Prepaid Interea.t 4,139.94
To,ta.l O.thex Aaa eta
To.tat AaaeU
LIABILITIES AND OWNERS EQUITY
Cement L.i,ab.i.Zi ties:
No.tea Payable
Taxea Payable
To.tat Current L.i.ab.i,?.iti,ea
Long Team L.i.ab.it i t ie6:
Note6 Payabte - Due A6teA One Veax
Ownex6 Equity
To.tat L.i.abiZ ties and Owneu Equity
$ 875.86
1,200.00
$ 52,392.00
45,472.24
4,474.94
$102,339.18
$ 2,075.86
21,859.71
43,171.99
$67,107.56
N
x
n
ri
rn n1
_zri
T
N 2 n
°�a -0
m
0
N
G
3
3
-G
VIII
�YYYIn�I�
11�111911111sAllllAl
�Ill�dllll�lllllllull
Y�I�u�l
N�IIIIIIIIN
rn n1
_zri
T
N 2 n
°�a -0
m
0
N
G
3
3
-G
1
CONTRACT NO. 1783
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
GOLDENROD AVENUE
PEDESTRIAN BRIDGE REPAIRS
COLUMN REPAIR
Approved by the City Council
this/ day ofkLu? °� 1976
oris George, City Cle
SUBMITTED BY:
Contractor
iZdre i �
ss
43.1 Ll, J E' y r/f C,)J " `176 L
city Lip
_``` z i p
�) /.? 3
Phone
. Z6, .C'-)n �O'u
Total Bid Price
5
Page 1
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach,
California, until 10 :30 A.M. on the 5 day of January , 1977 ,
at which time they wi— opened and read, —for work as follows.
GOLDENROD AVENUE PEDESTRIAN BRIDGE REPAIRS
COLUMN REPAIR
CONTRACT NO. 1783
Bids must be submitted on the proposal form attached with the contract documents
furnished by the Public Works Department. The additional copy of the proposal form
is to be retained by the bidder for his records.
Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable
to the City of Newport Beach, for an amount equal to at least 10 percent of the
amount bid.
The title of the project and the words "SEALED BID" shall be clearly marked on the
outside of the envelope containing the bid.
The contract documents that must be completed, executed, and returned in the sealed
bid are:
A. Proposal
B. Designation of Subcontractors
C. Bidder's Bond
D. Non - collusion Affidavit
E. Statement of Financial Responsibility
F. Technical Ability and Experience References
These documents shall be affixed with the signature and titles of the persons signing
on behalf of the bidder. For corporations, the signatures of the President or
Vice President and Secretary or Assistant Secretary are required an t3 he CCorpora�te Seal
shams b1 a of -ixed to all documents requiring signatures. In the case of a arP tnership,
the signature of at least one general partner is required.
No bids will be accepted from a contractor who has not been licensed in accordance with
the provisions of Chapter 9, Division III of the Business and Professions' Code. The
contractor shall state his license number and classification in the proposal.
One set of plans and contract documents, including special provisions, may be obtained
at the Public Works Department, City Hall, Newport Beach, California, at no cost to
licensed contractors. It is requested that the plans and contract documents be returned
within 2 weeks after the bid opening.
0
(cont.)
• Page la
The City has adopted the Standard Specifications for Public Works Construction
(1976 Edition) as prepared by the Southern California Chapters of the American
Public Works Association and the Associated General Contractors of America. Copies
may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles,
California 90034, (213) 870 -9871.
The City has adopted Standard Special Provisions and Standard Drawings. Copies of
these are available at the Public Works Department at a cost of $5.00 per set.
A standard "Certificate of Insurance for Contract Work for City" form has been
adopted by the City. This form is the only certificate of insurance acceptable
to the City. The successful low bidder will be required to complete this form
upon award of the contract.
For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds,
and Faithful Performance Bonds must be an insurance company or surety company
licensed by the State of California. The companies must also have a current
General Policy Holders Rating of A or better; and a Financial Category of at
least Class X as per the latest edition of Best's Key Rating Guide (Property -
Liability).
In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California
Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach
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 and has set forth these items in Resolu-
tion No. 8950 adopted December 13, 1976. A copy of said resolution is available
in the office of the City Clerk. All parties to the contract shall be governed by
all provisions of the California Labor Code relating to prevailing wage rates
(Sections 1770 -1781 inclusive). The contractor shall be responsible for com-
pliance with Section 1777.5 of the California Labor Code for all apprenticeable
occupations.
The contractor shall post a copy of the prevailing wage rates at the job site.
Copies may be obtained from the Public Works Department.
The City reserves the right to reject any or all bids and to waive any informality
in such bids.
Revised 12 -14 -76
! 0
Page 2
All bids are to be computed on the basis of the given estimated quantities of work,
as indicated in this Proposal, times the unit price as submitted by the bidder. In case
of a discrepancy between words and figures, the words shall prevail. In case of an error
in the extension of a unit price, the corrected extension shall be calculated and the bids
will be computed as indicated above and compared on the basis of the corrected totals.
The estimated quantities of work indicated in this Proposal are approximate only,
being given solely as a basis for comparison of bids.
The undersigned has checked carefully all of the above figures and understands that
the City will not be responsible for any errors or omissions on the part of the under-
signed in making up this bid.
The undersigned agrees that in case of default in executing the required contract
with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal
Holidays, after having received notice that the contract is ready for signature, the
proceeds of check or bond accompanying this bid shall become the property of the City
of Newport Beach.
Licensed in accordance with the Statutes of the State of California providing for
the registration of Contractors, License No. j U _�A Xq Classification.
Accompanying this proposal is
(Cash, Certified Check, Cashier's Check or Bon
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workmen's compensation or to
undertake self- insurance in accordance with the provisions of that code, and agrees to
comply with such provisions before commencing the performance of the work of this contract.
Phone Nu er
>- _3-77
Date
Bid eer s Name y/
(SEAL)
Authori zed �)i gnaturLs
Authorized Signature
J�/y JV!QYn✓f�
Type of Organization
(Individual, Corporation, or Co- Partnership)
List below names of President, Secretary, Treasurer and Manager if a corporation,
and names of all co- partners if a co- partnership:
! •
Page 3
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies that he has used the sub -bids of the following
listed contractors in making up his bid and that the subcontractors listed
will be used for the work for which they bid, subject to the approval of the
City Engineer, and in accordance with the applicable provisions of the
specifications. No change may be made in these subcontractors except upon
the prior approval of the Engineer.
Item of Work Subcontractor Address
1. /V&Ns°
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
kr 27 „/
Bidders Name
Authorized Signature
LyJ�a Vim,
Type of Organization
(Individual, Co- partnership or Corp.)
13r''
Address
a
BOND NO. 13- -76 -0564
PREMO INCLUDED IN BBSU
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we. URIBE COMPANY
FREMONT INDEMNITY COMPANY
as Principal,
as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of TEN PE RCEI4T OF
THE TOTAL AMOUNT BID IN - - -- Dollars ($ ), 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 principal for the construction of
GOLDENROD AVENUE PEDESTRIAN BRIDGE RLPAIRS COLUMN REPAIR
in the City of Newport Beach, is accepted by the City Council of said City, and if the
above bounden principal shall duly enter into and execute a contract for such construc-
tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting
Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from
the date of the mailing of a notice to the above bounden principal by and from said City
of Newport Beach that said contract is ready for execution, then this obligation shall
become null and void; otherwise it be and remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
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, we hereunto set our hands and seals this 3rd day of
JANUARY , 19 77
Corporate Seal (If Corporation)
URIBE COMPANY
'r Principal
Z
(Attach acknowled ement of ;?°
Attorney-in-Fact?
FREMONT INDEMNITY COMPANY
_ Surety
BY / —
' ?i`tle H,P. ✓STASSFfO THe JR.ATTORNEY -IN -FACT
J
It
STATE OF CALIFORNIA
County of
LOS ANGELES
On this 3rd day of JANUARY l9 77 , before me
MARSHA K. MORRIS a Notary Public, in and for the County and
State aforesaid, residing therein duly commissioned and sworn, personally appeared
H.P. STASSFORTHr JR.
known to me to be the Attorney -in -Fact of Fremont Indemnity Company the
Corporation that executed the within instrument and also known to me to be the
"^ mimmninmmiaiwminimummnimmimmlmininminimimiminnmaia..mm
`r°1e OFFICIAL person who executed the within instrument on behalf of the Corporation therein
SEAL
MARSHA K. SEAL named and acknowledged . to me tha uch Corporation executed the same.
j.
NOTARY PUBLIC - CALIFORNIA
>O
PRINCIPAL OFFICE IN
LOS ANGELES COUNTY
.y Commission Expires April 16, 1979 Notary Public in and for the Slate of California, County of T nv n iGE ES
— u
W
Ili FREWNT INDEMNITY COMPANY
HOME OFFICE —LOS ANGELES, CALIFORNIA
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS:
That, FREMONT INDEMNITY COMPANY. by HARRY W. DEGNER
its VICE President, in pursuance of authority ggrranted by Resolution of its Board of Directors at a meeting called
and held on the 18th day of Febrimry,102, which said Resolution has not been amended or rescinded and of which the following is a
true, full and complete copy: ,
"RESOLVED: That the President or any Vice - President may from time to time appoint Attorneys -in -Fact to represent and
act for and on behalf of the Company. and either the President or any Vice - President, the Board of Directors or Executive
Committee may at any time.remove such Attorneyain -Fact and revoke the Power of Attorney given him or her, and be it
further
"RESOLVED: That the'Attorneys -in -Fact may be given full power to execute for and in the name of and on behalf of the
Company any and all bonds and undertakings as the business of the Company may require, and any such bonds or under -
takinga executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and
seated and attested by the Secretary."
does hereby nominate, constitute and appoint MERRITT MOSELLE AND H.P. STASSFORTHI, JR.
both of Los Angeles, California
its true and lawful Attorney -in -Fact, to make, execute, seal and deliver for and on its behalf, as surely, and as its act and deed:
ANY AND ALL BONDS AND UNDERTAKINGS
IN WITNESS WHEREOF the said VICE President has hereunto subscribed his name and affixed the
corporate seal of the said FREMONT INDEMNITY COMPANY, this 9th day of JANUARY A.D., 1974
FREMONT INDEMNITY COMPANY
r�
BY
STATE OF CALIFORNIA
" fl - CF P dent HARRY DEGNER
COUNTY OF LOS ANGELES ss
On this 9th day of JANUARY A.D., 19 74, before the subscriber, a Notary Public of the State of
California, in and for the County of Los Angeles, duly commissioned and qualified, came the above named VICE
President, of FREMONT INDEMNITY COMPANY , to me personally known to be the individual and officer described in and who
executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposeth and saith,
that he is the said officer of the Corporation aforesaid and that the seal affixed to the preceding instrument is the Corporate Seal of
the Said Corporation, and that the said Corporate Seal and his signature as such officer were duly affixed and subscribed to the said
instrument by the authority and direction of the said Corporation. A
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official S Cit f L s ngeles, the day and year
first above:written. a,.,-
OFFICIAL SEAL
✓ ` PAT COCKI<EN
SEAL NOTARY PUBLIC . CALIFORNIA
�� 1 '�O' PRINCIPAL OFFICE A tEN
a IN Notary Pa6lic
LCS h1iOF.t.C5 r.CVNTY
1arrasr127,1977
�,:a,
I, the undersigned,".'....__ "" " "ASjSTANY Secretary of FREMONT.INDEMNITY COMPANY , do hereby certify
that the original POWER OF ATTORNEY, of which the foregoing is a full, true and correct copy, is in full force and effect.
IN WITNESS WHEREOF, I have hereunto subscribed my name as ASSISTANT Secretary, and affixed
the Corporate Seal of the Corporation, this 3rd day of JANUARY 19 77
` hssistan[ $ cretary ERB TAGAMI
0 0
Page 5
NON- COLLUSION AFFIDAVIT
The bidders, 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 arrangement or agree-
ment 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 agree-
ment 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 contractor from
considering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman from
bidding to any contractor who does not use the facilities of or accept bids from or
through such bid depository; that no inducement or any form or character other than
that which appears upon the face of the bid will be suggested, offered, paid, or
delivered to any person whomsoever to influence the acceptance of the said bid or
awarding of the contract, nor has this bidder any agreement or understanding of any
kind whatsoever, with any person whomsoever 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 sw rn to before me
thi§j day of ,
19 '77.
My commission expires:
g
Rotary Public
°'.
OFFICIAL SEAL
;fhl
MARSHA K. MORRIS
l
•�JCI
NOTARY PUBLI FORNIA
PR�N�PaL OrFtC oFFiCE IN
PRI r,
n.
LOS ANGELES COUNTY
My Commission Expires April 16, 1919
6
0
F. URIBE CONTRACTING
Balance Sheet
As of
Current Assets:
Cash
Accounts Receivable
Work in Process Inventory
Total Current Assets
Fixed Assets:
Equipment
Autos & Trucks
Accumulated Depreciation
Total Fixed Assets
Other Assets:
ASSETS
60
9,�eb-eo 2fi, 76 �D.Ov
5,200.00 *6!�_ /� J
$ 20,019.75
35,991.49
(10,539.00)
RECEIVED
PUBLIC WORKS
JAN6 1977
CITY OF
NEWPORT BEACH
CALIF. °
45,472.24
Prepaid Insurance
$
165.00
Employee Advances
170.00
Prepaid Interest
4,139.94
Total Other Assets
40474.94
Total Assets
$ 66,905.07
LIABILITIES AND
OWNERS EQUITY
Current Liabilities:
Notes Payable
$
875.86
_
U
Taxes Payable
997.51
�'2pt) U
Total Current Liabilities
$ 48q_31-'�
2,o�SSr�6
Long Term Liabilities:
Notes Payable -Due After
One Year
21,859.71
Owners Equity
43_171.99
Total Liabilities and Owners
Equity
$ 66,905.07
• . Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
Tne undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 24 hours after the bid opening if he
is the apparent low bidder.
ez
Signed
• 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.
..• C
Si gnEd
• • PR 1 of 1
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
GOLDENROD AVENUE PEDESTRIAN BRIDGE REPAIRS
COLUMN REPAIR
CONTRACT NO. 1783
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92663
Gentlemen:
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. 1783 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 ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
39D Repair columns of the Goldenrod Avenue
Sq.Ft. Pedestrian Bridge
@ Dollars
7 and
,9C sa. r % Cents
Per Sq.Ft.
2. Lump Sum Repair girder of the Goldenrod
Avenue Pedestrian Bridge
@ 4:�JF. ilo cJS'o.v Y - _�_ Dollars
and
�dit�PS c� Cents
Lump Sum
$ 3G• t z' $
r'
TOTAL BID PRICE WRITTEN IN WORDS:
°-' Dollars
and
Cents}
Date Bidder's Name
CONTRACTOR'S LICENSE NO. 3 6) 3 6 ?'/
TOTAL BID
$2c?5oU
T
kAurnorizea
�)ignature)
CONTRACTOR'S ADDRESS'
TELEPHONE NO. (2/_3) -3,j 8 58 6 -',,
• CITY OF NEWPORT BEACH •
PUBLIC WORKS DEPARTMENT
GOLDENROD AVENUE PEDESTRIAN BRIDGE REPAIRS
COLUMN REPAIR
CONTRACT NO. 1783
INDEX TO SPECIAL PROVISIONS
SECTION
PAGE
I.
SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . .
. . . 1
II.
QUALIFICATIONS OF BIDDERS . . . . . . . . . . . . . . . . . .
. . . 1
III.
COMPLETION OF WORK . . . . . . . . . . . . . . . . . . . . . .
. . . 1
IV.
EXAMINATION OF JOB SITE . . . . . . . . . . . . . . . . . . .
. . . 1
V.
PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . .
. . . 2
VI.
GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . 2
VII.
TRAFFIC CONTROL . . . . . . . . . . . . . . . . . . . . . . .
. . . 2
VIII.
PROTECTION OF EXISTING UTILITIES. . . . . . . . . . . . .
. . . 2
IX.
CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . .
. . . 2
A. General . . . . . . . . . . . . . . . . . . . . . . . . .
. . . 2
B. Steel Replacement . . . . . . . . . . . . . . . . . . . .
. . . 2
C. Concrete Replacement . . . . . . . . . . . . . . . . . . .
. . . 3
D. Air - Placed Concrete Construction (Gunite) . . . . . . . .
. . . 3
1. General . . . . . . . . . . . . . . . . . . . . . . .
. . . 3
2. Mixing . . . . . . . . . . . . . . . . . . . . . . . .
. . . 3
3. Consistency . . . . . . . . . . . . . . . . .
. . . 3
4. Existing Concrete Surfaces. . . .
. . . 3
5. Removal of Deteriorated Concrete and Sandblasting . .
. . . 3
6. Reinforcement . . . . . . . . . . . . . . . .
. . . 4
7. Application to Vertical Surfaces . . . . . . . . . . .
. . . 4
8. Thickness of Layers . . . . . . . . . . . . . . .
. . . 4
9. Recesses and Obstructions . . . . . . . . . .
. . . 4
10. Loose or Porous Air - Placed Concrete . . . . . . . . .
. . . 4
11. Curing . . . . . . . . . . . . . . . . . . . . . . . .
. . . 4
E. Work Sequence . . . . . . . . . . . . . . . . . . . . . .
. . . 5
F. Working Platforms . . . . . . . . . . . . . . . . . . . .
. . . 5
G. Project Site Maintenance . . . . . . . . . . . . . . . . .
. . . 5
• 0 SP l of 5
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
GOLDENROD AVENUE PEDESTRIAN BRIDGE REPAIRS
COLUMN REPAIR
C -1783
I. SCOPE OF WORK
The work to be done under this contract consists of furnishing all labor, mater-
ials, tools, equipment and transportation necessary to repair and restore the
existing reinforced concrete columns and girder of the Goldenrod Avenue Pedestrian
Bridge.
The contract requires completion of all work in accordance with these Special
Provisions, the City's Standard Special Provisions, the Plans (Drawing No. M-
5177-S), and the City's Standard Drawings and Specifications. The City's
Standard Specifications are the Standard Specifications for Public Works Con-
struction, 1976 Edition with supplements to date. Copies may be purchased from
Building News Incorporated, 3055 Overland Avenue, Los Angeles, California 90034;
telephone (213) 870 -9871. Copies of the City's Standard Plans and Special
Provisions may be purchased from the Public Works Department at a cost of $5;
telephone (714) 640 -2281.
II. QUALIFICATIONS OF BIDDERS
Only bids from responsible bidders will be considered. To qualify as a respons-
ible bidder, the contractor shall have a successful performance record in air -
placed concrete (gunite) construction and shall have successfully performed at
least three projects of a similar kind in the last year. Bidders shall submit
with their bids, the name of the project superintendent who must be experienced
in this type of work, and a list of recent gunite repair jobs successfully com-
pleted.
III. COMPLETION OF WORK
The contractor shall complete the work within 45 calendar days from the date of
execution of the contract by the City.
IV. EXAMINATION OF JOB SITE
The contractor shall carefully examine the job site and the bridge to evaluate
and determine the extent and amount of work that will be necessary to accomplish
the required repairs.
The engineer reserves the right to increase or decrease the areas to be repaired as
listed in the proposal for this Contract No. 1783.
•
V. PAYMENT
•
SP2of5
The unit price paid per square foot of column repairs on the Goldenrod Pedestrian
Bridge will include full compensation for doing all work to apply and install air -
placed concrete (gunite) and to replace the reinforcing steel, complete in place.
Payment for incidental items of work not separately provided for in the proposal
shall be included in the bid price for other related items of work.
VI. GUARANTEE
The contractor shall guarantee for a period of three years after acceptance of
the work by the City Council, all materials and all workmanship against any defects
whatsoever. Any such defects shall be promptly repaired at the contractor's ex-
pense upon reasonable notice.
VII. TRAFFIC CONTROL
The contractor shall be responsible for traffic control in accordance with Sub-
section 7 -10 of the Standard Specifications.
In order to expedite the work, the contractor may close Bayside Drive from Carna-
tion Avenue to Heliotrope Avenue to thru traffic for a maximum period not to
exceed three (3) calendar days.
Prior to commencing work, the contractor shall submit a written traffic plan to
the engineer for approval. The plan shall show the periods of street closure, the
location and signing of detours and any other details required by the engineer to
assure that all thru and local traffic will be handled in a safe and efficient
manner with a minimum of inconvenience.
VIII. PROTECTION OF EXISTING UTILITIES
Known utilities are indicated on the plans. Prior to performing construction
work, the contractor shall request the City's Utility Division and the Parks,
Beaches, and Recreation Department to locate their facilities. The contractor
shall protect in place and be responsible for, at his own expense, damage to any
utilities encountered during construction of the items shown on the plans. The
contractor's attention is called to Section 5 of the Standard Specifications.
IX. CONSTRUCTION DETAILS
A. General: Placement of gunite shall conform to Method A of Section 303 -2
of the Standard Specifications except as modified herein.
B. Steel Replacement: The main steel will be replaced only if it has deter-
iorated more than 50% of its original cross - section, as determined by the
engineer. Where reinforcement removal is required, the concrete shall be
removed 2 inches beyond the weld joint and the existing square bars shall be
replaced by round deformed bars that are of equivalent cross - sectional area
as shown on the plans. The cost of steel replacement is to be included in
unit price bid for the various items of work.
The contractor shall replace the exposed portion of all reinforcement hoops
within the column area to be reconstructed. The payment for the replacement
of existing hoops will be included in the unit price paid for column repairs.
0 • SP3of5
C. Concrete Replacement: The cement used for concrete replacement shall be
portland cement Type II. No admixtures will be permitted.
The contractor shall apply air - placed concrete to replace the concrete
removed by the procedure specified in Section D of these Special Provisions.
The finish surface of the concrete columns shall have a smooth troweled
finish.
D. Air - Placed Concrete Construction (Gunite):
General:
Air - placed concrete shall be a mixture of
aggregate which is mixed dry, conveyed by
ible tube, and applied pneumatically with
immediately prior to its expulsion from a
mechanism especially manufactured for the
mortar pneumatically.
Mixing:
portland cement and fine
air through a pipe or flex -
clean water being added
nozzle or other suitable
purpose of applying concrete
The dry mixture shall consist of one part portland cement to 3z parts
fine aggregate, measured by either volume or weight. The fine aggre-
gate shall be thoroughly dried and kept continually dry until mixing.
Consistency:
The consistency.of all air - placed concrete shall be such that it does
not flow or sag when applied in one application to vertical surfaces
in thicknesses as great as one inch.
Existing Concrete Surfaces:
When air - placed concrete is applied against existing concrete surfaces
or against hardened mortar, the entire surface to be covered shall be
prepared after being thoroughly roughened. The surface shall be free
from any coatings, laitance or other film which will prevent a good
bond between the mortar and the existing surface. Immediately prior to
shooting the mortar, the surface shall be sandblasted and thoroughly
moistened with clean fresh water under pressure, preferably by means
of the regular operating nozzle.
Removal of Deteriorated Concrete and Sandblasting:
In repairing reinforced concrete structures, all disintegrated, cracked
or loosened concrete shall be completely removed. All reinforcing
steel, whether corroded or only covered in spots by adhering mortar,
shall then be thoroughly sandblasted until a clean surface is obtained
on all exposed sides of the steel. Additional reinforcement, as indi-
cated on the plans or as required by the specifications, shall then
be added and secured in a substantial manner. After this portion of the
work has been inspected and accepted by the engineer, air - placed con-
crete shall be applied as herein described.
• • SP4of 5,
6. Reinforcement:
The reinforcement for sections shall be of the size and type indicated
on the plans. .-ws >:w« . s!t'lc�6 .es ;:�M.�/ or. r,6!Fxmc,
7. Application to Vertical Surfaces:
In applying air - placed concrete to vertical or inclined surfaces, the
operator shall stand sufficiently close to the work so that the mix-
ture under properly regulated air pressure shall strike with sufficient
force to become thoroughly compacted. His position, however, shall not
be such that the force of the impact will cause an undue amount of
aggregate to rebound or to blow or move away mortar that has just been
deposited.
Thickness of Layers:
Whenever practicable, as determined by the engineer, the air - placed
concrete shall be applied in one coat for the full thickness of the
section. The operator shall, however, regulate the rate at which
the mortar is built up by working over an area of considerable extent,
as determined by trial, so that the weight of succeeding applications
of mortar will not cause the preceeding ones to sag or pull away.
9. Recesses and Obstructions:
Care shall be taken when applying air - placed concrete around pockets
or accumulations of inert aggregate. In all cases where a smooth sur-
face is not presented, the operator shall take several positions so
as to completely fill all depressions, voids, and recesses with good
mortar. Whenever a reinforcing bar or other obstruction is in such a
position as to block the free and direct application of mortar to an
area behind it, a temporary stop or partition of wood or rolled paper
shall be placed between such obstruction and the surface behind it until
mortal has been applied to one side thereof. Such temporary stop shall
then be removed and mortar shall be applied from a new position so as
to completely fill in behind the obstruction from the other side.
10. Loose or Porous Air - Placed Concrete:
Any loose or porous air - placed concrete shall be removed immediately
upon its formation, without waiting for its rejection by the engineer.
No attempts shall ever be made to correct or to cover up.such defective
work by the additional applications of air - placed concrete, and such a
procedure shall be cuase for suspending operations and rejecting any
portion of the work which is found defective in this respect.
11. Curing
The air - placed concrete surfaces of the bridge columns shall, within
one hour after being applied, be protected from sun and wind by a
covering of plastic sealed at ends or other suitable material for
at least 14 days.
0 0 SP 5 of 5
In lieu of the above, all other air - placed concrete surfaces may be
cured by spraying with water or by the application of curing compound
for a minimum period of 14 days. Not less than one gallon of curing
compound shall be applied to each 100 square feet.
E. Work Sequence
The contractor shall schedule his work so that only one column in each bent
is being reconstructed at any one time and so that the columns shall be
"staggered" in the direction parallel to the length of the bridge. The
minimum time shall be seven days before another pile in the same bent can
be reconstructed.
F. Working Platforms
The contractor shall provide all scaffolding, staging, lift equipment and
working platforms required for the repair work, and the cost shall be in-
cluded in the price bid for other work. No obstruction to vehicles or
pedestrians will be permitted except as specified in Section VII of these
Special Provisions.
Such scaffolding, staging, lift equipment and working platforms shall con-
form to the requirements of all State and local laws and regulations.
G. Project Site Maintenance
The.contractor shall at all times keep the work area free from lumber,
blocking, chips and rubbish.
Upon completion of the work, the contractor shall remove excess or unused
materials, false work, temporary structures and equipment, and all parts
of the work shall be left in a neat and presentable condition acceptable
to the engineer.
Prior to dumping any spoil or waste material from the job site at any sani-
tary landfill site in the County of Orange, the contractor shall obtain a
"Permit to Dispose of Demolition" from the City Public Works Department by
contacting Mr. Irwin Miller, Administrative Assistant at 640 -2128. There
is no charge for this permit; its purpose is simply to provide authoriza-
tion for the contractor to use Orange County landfill facilities for disposal
of excess material.
•
A '� � _1 I RESOLUTION NO. 8981
By 'c "o i i vCFUNCIL
CITY W k!44tWPORT .'.ACHA RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO URIBE
COMPANY OF BALWIN PARK IN CONNECTION WITH THE
GOLDENROD AVENUE PEDESTRIAN BRIDGE REPAIRS,
CONTRACT NO. 1783
WHEREAS, pursuant to the notige inviting bids for
work in connection with the Goldenrod Avenue Pedestrian Bridge
repairs, in accordance with the plans and specifications hereto-
fore adopted, bids were received on the 5th day of January,
1977, and publicly opened and declared; and
WHEREAS, it appears that the lowest responsible
bidder therefore is Uribe Company of Baldwin Park;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of Uribe Company of
Baldwin Park for the work in the amount of $20,500.00 be accepted,
and that the contract for the described work be awarded to said
bidder;
BE IT FURTHER RESOLVED that the Mayor and City Clerk
are hereby authorized and directed to execute a contract in
accordance with the specifications, bid and this award on behalf
of the City of Newport Beach, and that the City Clerk be directed
to furnish an executed copy to the successful bidder.
ADOPTED this 24th day of January , 1977.
Mayor
ATTEST:
City Clerk
DDO /bc
1/21/77