HomeMy WebLinkAboutC-1814 - Lido Isle Bridge pedestrian walkway additionFebruary 14, 1977
Py CITY COUNCIL AGENDA
ITEM NO. H -10
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: ACCEPTANCE OF LIDO ISLAND BRIDGE PEDESTRIAN WALKWAY ADDITION
(C -1814)
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 the Lido Island Bridge Pedes-
trian Walkway Addition has been completed to the satisfaction of the Public
Works Department.
The bid price was $49,992.40
Amount of unit price items constructed 47,942.39
Amount of change orders None
Total contract cost 47,942.39
Amount budgeted in the General Fund 49,992.40
(Account No. 02- 7697 -086)
During construction it was decided to modify the connections from the
new bridge walkway to the sidewalks. This work, which included retaining wall
construction and replacement of some of the existing curb and sidewalk, was
performed by the contractor under a time and material purchase order. The total
cost of $10,873.89 was funded from the Bicycle Trail and Sidewalk Replacement
Accounts and is not included in the total contract cost shown above.
The design engineering was performed by CALTRANS and the Public Works
Department.
The contractor is James W. Ford of San Bernardino, California.
The contract date of completion was October 29, 1976. The contractor
could not obtain delivery of the laminated beams until December 2, 1976. The
work, with the exception of the street light luminaires, was completed on
December 17, 1976. All work was completed on January 6, 1977.
l
vlin
Director
June 28, 1976
CITY COUNCIL AGENDA
By the CItY COUNCIL ITEM NO.
CITY 4*
T CITY COUNCIL
FROM: Public Works Department
SUBJECT: LIDO ISLAND BRIDGE PEDESTRIAN WALKWAY ADDITION (C -1814)
RECOMMENDATION:
Adopt a resolution awarding Contract No. 1814 to James W. Ford
for $49,992.40, and authorizing the Mayor and the City Clerk
to execute the contract.
DISCUSSION:
Four bids were received and opened in the office of the City
Clerk at 2:00 p.m. on June 17, 1976.
Bidder Amount
James W. Ford, San Bernardino $49,992.40
McCutcheon- Peterson, Arcadia 93,945.00
Stone Construction Co., Glendale 102,025.00
Ecco Contractors Inc., Santa Ana 106,258.00
The low bid is 23% less than the Engineers estimate of $65,000.
This project provides for the addition of a pedestrian walkway to
the northerly side of the Lido Island bridge. The walkway will be 5 feet
wide. This will allow bicyclists to use the existing sidewalk, with the
pedestrians using the new walkway.
The low bidder, James W. Ford, has not performed work for the City
in the past. This will be his first construction contract as an independent
contractor. He has been construction superintendent for one of the larger
contractors in Riverside for the last six years. A check of his references
indicates that he has adequate experience in the construction field and that
he is qualified to perform the type of work required by this contract. He
is properly licensed by the State Contractors Licensing Board.
The budget item for this project has $45,674.11 remaining in the
account. A budget amendment to the General Fund in the amount of $4,318.29
has been prepared for Council consideration if the contract is awarded.
The plans for the walkway addition were prepared by the Caltrans
Bridge Design Department.
Due to summer traffic both over and under the Lido Island bridge,
the contractor will not be allowed to begin any work which would interfere
with this traffic until September 7, 1976. It is estimated that the contract
will be completed by October 25, 1976.
lin
Director OLW:hh
!U! 28 1976
By the CITY COUNCIL
CITY OF HAWPOKT NAGH
RESOLUTION NO. d /f��
0
A RESOLUTION OF THE CITY COUNCIL OF THE CITY J
OF NEWPORT BEACH AWARDING A CONTRACT TO JAMES W..�(�'
FORD IN CONNECTION WITH LIDO ISLAND BRIDGE
PEDESTRIAN WALKWAY ADDITION, CONTRACT NO. 1814
WHEREAS, pursuant to the notice inviting bids for
work in connection with the Lido Island Bridge Pedestrian
Walkway addition, in accordance with the plans and specifica-
tions heretofore adopted, bids were received on the 17th day
of June, 1976, and publicly opened and declared; and
WHEREAS, it appears that the lowest responsible
bidder therefore is James W. Ford;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of James W. Ford
for the work in the amount of $49,992.40 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 28th day of June
Mayor
ATTEST:
City Clerk
1976.
DDO /bc
6/22/76
0
LIDO ISLE WOMAN'S �LUB
9
701 VIA LIDO SOLID, NEWPORT BEACH, CALIFORNIA 92660
June 1, 1976
!UN 1 4 1976,
By the CITY COUNUL
CITY 6?F N &ydpQitT 66ACH
Honorable Members City Council
Newportr Beach, California
in re; Pedestrian Walkway addition
At our last board meeting of the Lido Isle Woman's
Club, Mrs. Irene Hardage reported on the latest developments
of the pedestrian walkway to the Lido Isle Bridge.
Needless to say there was much jubilation and joy
among our group: As you probably are aware our organization
is composed of over four hundred and twenty members, most of
whom are mothers and all of whom have been most concerned for
the safety of life and limb of the many youngsters who bi-
cycle on and off the island.
Most grateful are we to know that our long dreamed
of project now has the approval of the important Coastal
Commission and the approval of your august board of the
plans and specifications for the project and authorization
of the City Clerk to advertise for bids which will be opened
at 2;00 p.m. on June 17, 1976.
It was moved, seconded and unanimously approved
to write requesting that you proceed with due diligence
despite the fact that summer is amongst us and we will
experience the pangs of traffic disruption. It was felt
that this was a small price to pay to obtain the safety
the path promises as soon as possible.
Respectfully yours,
Lido Isle Woman's Club
(Mrs.) Joyce Reaume, President.
' � I
rr{ • ^,4J C
.._......actor
t7
Ckr,u
LMLNOT10 LEGAL NC 7
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 2:00
p.m.. on the 17th day of June; 1976, at which time they
will be opened and read, for performing work. as follows:
PEDESTRIAN WALKWAY ADDITION
TOT HE LIDO ISLAND BRIDGE
CONTRACT NO. 1814
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
tc be'retained by the bidder for hia rkdkds.''" , "--
"Each bid must16 accompanied by cash,'certified check
or Bidder's Bond, made payable to. the City of Newport
Beach, i 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, exe-
cuted, 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 SEC-
RETARY are required and the CORPORATE 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
bid opening,
The City has adopted the STANDARD SPECIFICATIONS
FOR PUBLIC WORKS CONSTRUCTION (1973 Edition) as
prepared by the Southern California Chapters of the Amer-
ican 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 Rating of at least AAA as
per the latest edition of Best's Key Rating Guide (Prop-
erty - 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 ascer-
tained 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 Resolution No. 8701 adopted February 9, .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 compliance with
Section 1777,5 of the California Labor Code for all ap-
prenticeable 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.
DORIS GEORGE, CITY CLERK
CIT.T OF MWPORT REACR,_CALIFORNIA .
PINTA' 41009 :f,' 1.1/.�, Ia t1w llwpoxt Harbor Endg&
May 24, 1976
CITY COUNCIL AGENDA
ITEM NO. H -10
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: PEDESTRIAN WALKWAY ADDITION TO THE LIDO ISLAND BRIDGE (C -1814)
RECOMMENDATIONS:
Approve the plans and specifications for the subject
project.
Z. Authorize the City Clerk to advertise for bids for
Contract No. 1814 to be opened Monday, June 7, 1976,
at 2:00 p.m.
DISCUSSION:
This project provides for the addition of a five foot wide pedes-
trian walkway to the northerly side of the Lido Island Bridge. The attached
typical cross section shows the configuration of the walkway addition. The
walkway will have a hard anodized railing similar to one along Coast Highway
in Huntington Beach. A portion of the existing concrete railing on the north
side of the bridge will be removed and replaced with an aluminum railing.
When the walkway is completed bicycle ramps will be constructed to
allow bicyclists to ride on the sidewalks across the bridge. This project
was requested by the Lido Island Community Association. Its design was
presented to them and approved (see attached letter dated December 18, 1975).
The U. S. Coast Guard has classified this project as a minor devia-
tion to the bridge and will not require a permit.
A Coastal Zone Permit has been applied for and will have a hearing
May 24, 1976. If complications arise in obtaining a permit the award of the
contract can be postponed until the permit is obtained.
The plans were prepared by the Caltrans bridge design section. The
estimated date of completion for the project is October 15, 1976.
The engineer's estimate for the project is $65,000. The budgeted
amount for this project was $50,000. Approximately $4,000 has been paid for
engineering. A budget amendment will probably be needed to award the contract
and will be prepared for Council consideration when the low bid for the project
is considered for award of the contract.
oseph T. Devlin
ublic Wo ks Director
)W:hh
Att.
Q
ry ,
C/TY ar m
A/EbVPORT BEACH
BqL OA
C,
0
n
9
Z
COVES
LOCAT /ON MAP
C /rV Of
C017A M40
h �
`� I PAWAYO vEgA
WALLKWAY /pttoA
ADO /T /ON _
5 /TE BAY
PAC /F lo OCEAN
V /C /N /TY MAP
NAUT /CA[ M /GG
fy
FROM U. t. C.0 (9.9. CNAA:T nN• 8/
Asp �
C /7y
/40rfRTy 'L
TuR,v / •/o
AASIAI
PROD
\,y MML fWAY,
L�
L
r
�s
r
0
33.37'
E�FACH
_�i
A/076 :
.
PA'O /QfEo COWMIJC7 /Ou
/Y /[L AGlO 101AIMN
\ZO
t
EYAMA10 A/AY /dAT /OVAL
CLEAACAA10E(//OR/ION7AC
AC YEA!r/CA[). NO AMFP6 /A6
/s PROVCSED.
PROP0660 OCOeS7-R/AN WALKWAY
ADO /T /4N TO THE U00 1944N0 BR/OGE
OVER 75511E WE57' 6 /DO CHANNEL.
C /TY Of N4rwoozr mACN, A4ANGE
COUNTY, irJz VV C V1A .
APAUCAT /OA/ QY MS C /TY Of
NEWAvA[T QEACN
.s'NErr / ar 2 AITE. 14MVARY, 1976
PFOPOlM ADD /TiON
6. $ (WAL MWAY )
1 1 1 I I
TI, 1
'r-
I
I I
II
min.
I
L__J
L__J
A 9
TO
NOM
I. HORJZGWTAL B VERT ICAL CLEARANCES15
WILL NOT B£ CHANGED
N Z EXIMM NAV IGAT ION LIGHTS WILL 9£
PROTECTED /N THEIR PRESENT LOCATIONS
PROPC5" AI
b \�
G BADGE
DITION /'
ISTING BR /Dcle
M. NW.QO.OD
M. L. L. H(= -•I B
EX /ST //Vfi
BR/DCF
1 IZ.r�
L1
7YPICA4, Je MON
NORZ. B VERT. STALE
F
cr PEAL 5
SCALES OF FEET
o VERT /CAL
HORIZONTAL
SO.MI%INGS 8 ELEVATIONS AIDE /N FEET B REFER R7
MEAN /RCAF WATER. MEAN MBN WATER CORRESPONDS
TO I.77 FEET ABOVE MEAN SEA LEVEL.
PROPOSED PEDESTRIAN WALKWAY
ADD/7/ON OVER THE WEST LIDO CHANNEL
CITY OF NEWPORT BEACH, ORANGE
COUNTY, CAL/A7RN/A
APPL/CAT /ON BY THE C/TY OF
NEWPORT BEACH
SHEET Z OF Z
, -{. ,a:.
t6W glL •
3 t I
T
70' VIA 1.100 SOUD, Li ^o IS'
TELEPHONE: 673 6 170
NEWPORT B E ACH, (:At-! FO RM I A
92A6t)
18, 1 975
Da.""rtment of Public ',;;orks
-it of Newport Beach
3300 .,e-wpor� Blvd-
NewPort Beach, California 92663
Re: Pedestria., Jalkway
Dear :--. ''ebb:
';ou'. , ' ro,-osals for the bridge inq:zoveme t were discussed
rl,:%tai-1 at o,ir. last Board 'Ieetinq.
am ;'leased to report that every item contained in vour
lat':"r was ct-opted %%?i!-hout debate, anO, the P�oard was
una.nimous in it's approval of the complete project.
Please accept our appreciation for the thought, time and
e.I.fort you have devoted to this welcome improvement.
Yours sincerely,
Administrator
A Non-Profit Cooperative organization of All Lido Isle Property Owners
April 7, 1977
James W. Ford
PO Bo= 5911
San Bernardino, CA 92412
Subject: Surety . Fremont Indemnity Company
Bonds No. : 76 -0731
Project : Lido Island Bridge Pedestrian Walkway Addition
Contract bo.: 1814
The City Counail on February 14, 1977 accepted the work of subject and
autborised the City Clerk to file a Notice of Completion and to release
the bonds 35 days after Notice of Completion has been filed.
Notice of Completion was filed with the Orange County Recorder on
February 18, 1977, in Book No. 12076, Page 1149. Please notify your
surety company that bonds may be released 35 days after recording data.
Doris George
City Clark
DG :ce
cc: Publ'.c -- !! %r.ks Department
c. -o Rio a''vc 25590
NOTICE OF COMPLETION
PUBLIC WORKS
t;2076''i 149
RECORDED IN OFFICIAL
OF ORANGE COUNTY RECORDS
CALIFORNIA
5
Men 3
181977
/. "JE CARLY14 C
oua
h Recorder
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on January 6, 1977
the Public Works project consisting of Lido Island Bridge Pedestrian Walkway Addition
on which James E. Ford
was the contractor, and Fremont Indemnity Company
was the surety, was completed.
VERIFICAT
I, the undersigned, say:
CITY OF NEWPORT BEACH
rector
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 February 15, 1977 at Newport Beach, California.
V E RI FI
I, the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on February 14 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 February 15, 1977 at Newport $each, California.
I {Q\
i !
CITY OF NEWPORT BEACH
CALIFORNIA city }call
3300 W. Newport Blvd
Date: February 15, 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 L1dn Taland nr4a„a Fadeetriaa .,_1kwa
Y
Addition Contract No.lBl _
on which James E. Ford was the Contractor
and Fremont Indemnity Company was the surety.
Please record and return to us.
Very trul yours,
�e_ L -4
Doris George
City Clerk
City of Newport Beach
Encl.
0
0
Date July 23. 1976
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No. 1814
Project Lido Isle Pedeatri.an Walkway
Attached is signed copy of subject contract for transmittal to the contractor.
Contractor: I... . cJ VnVA
Address: P.O. Boa 5911 San Bernardiuw, CA 92412
Amount: $ $49.992.40
Effective Date: iuly 21 1976
Resolution No. as ,)n
Doris George
DG:swk
Att.
cc: Finance Department
0 0
July 19, 1976
TO: CITY CLERK
FROM: Public Works Department
SUBJECT: LIDO ISLAND BRIDGE PEDESTRIAN WALKWAY ADDITION (C- 181'4)
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 certi-
ficates and return the remaining copies to this department for distribu-
tion.
Thank you.
Don Webb
Project Manager
DW:h
Att.
'E&
LIFE & CASUALTY
® The )Etna Casualty and Surety Company
❑ The Standard Fire Insurance Company
Hartford, Connecticut
To CITY OF NEWPORT BEACH
CITY HALL
3300 W. NEWPORT BLVD.
NEWPORT BEACH, CA. 92663
PUBLIC WORK9 DEPARTMENT
ISSUED IN FOUR COUNTERPARTS
Date JULY 9, 1976
This is to certify that insurance policies, subject to their terms, conditions and exclusions, are at present in force
in the Company indicated above by 3, as follows:
Name of Insured JAMES FORD
5595 STODDARD AVE., SAN BERNARDINO, CA. 92407
Covering
JOB: LIDO ISLAND BRIDGE PEDESTRIAN WALKWAY ADDITION (C -1814)
KIND OF INSURANCE
LIMITS OF LIABILITY
POLICY NO.
EFFECTIVE
EXPIRATION
Each Person Each Occurrence
Aggregate
Workmen's Compensation
;a. a
86CK952701CPA
7/2/76
7 2 77
Manufacturers' & Contractors'
Bodily Injury Liability
$ 000
a
t
Property Damage Liability
sr $ .000
.�
$ ,000
Owners' or Contractors'
Protective
" rF�iP
Bodily
Bodily Injury Liability
�w"69ia9 kt, "aali�pwri" %patPGy'eti.'I $
n
°.ra{'.saidz a d. a eF+Pn r. xA
e
a'r "" `""° a y'o
�,"� ^�e��� "atbi,�R$"� $ .000
$ .000
Property Damage Liability
Comprehensive Automobile
Bodily Injury Liability
I Y tY
$ 000 $ 000
"t r ^af
Yja:
Property Dama ge Liability
a�tf�Grs rK`a,�j{ $
,000
Comprehensive General
7
�yi
"�at^`�aPN'g�ad€
Bodily Injury Liability
000
$ 000
'`"
Property Damage Liability
,` ' $ ,000
..
$ ,000
Bodily Injury Liability
$ ,000 $ .000
$ ,000
Property Damage Liability
in event of cancellation, THIRTY (30) DAYS'
written notice will be given to the party
to wham this certificate is addressed.
(CC -51941 1 -73
FRII��OMPYANY, Il)T �
By BY • !O iQ /� It
Authorized Representative
CAT. 273582
PRINTED IN U.S.A.
0/ Au"Wxwo
LIFE & CASUALTY
& The Xtna Casualty and Surety Company
❑ The Standard Fire Insurance Company
Hartford, Connecticut
ISSUED IN FOUR.
To CITY OF HEMET BEACH
CITY HALL
3300 W. NEWPORT BLVD.
NSNPORT BEACH, CA. 92663
PUBLIC WORM DEPARTMENT
Date JULY 9, 1976
This is to certify that insurance policies, subject to their terms, conditions and exclusions, are at present in force
in the Company indicated above by N, as follows:
Name of Insured JAMES FORD
5595 STODDARD AVE., SAN BERNARDINO, CA. 92407
Covering
JOB: LIDO ISLAND BRIDGE PEDBSTBIAN WALKWAY ADDITION (C -1814)
KIND OF INSURANCE LIMITS OF LIABILITY POLICY NO. EFFECTIVE EXPIRATION
Each Person Each Occurrence Aggregate
Workmen's Compensation
86tZ952701CPA 7/2176 7/2177
Manufacturers' & Contractors'
s a�
Bodily Injury Liability $ 000 -
In event of cancellation, THIRTY (30) DAYS'
written notice will be given to the party
to wham this certificale is addressed.
tCC. 519411 1 -73
MIS WAVY
By BI: ,f•�ii i It
Authorized Represent ive 11eA
Property Damage Liability
t <�e_
$ ,000
$ ,000
Owners' or Contractors"
Protective
Bodily Injury Liability
Property Damage Liability'
�a -�,
.000
@
°°"``'•
+a.
1
$ 000
$ 000
Comprehensive Automobile
Bodily Injury Liability
$ ,000
$ 000
s.. •'v "a °
R ��t
Property Damage Liability
e •9 y�yyy.
1 @' tom@ P &xff..0.i4p9Ef�
�sf 'tr,�A..�.1,•a�",".'m..
$ 000,
dM W rg
Q k
J
a+aar° „,rl"•
Comprehensive General
Bodily Injury Liability
•.' �, �,•,•.� @'
$
$ 000
$ 000
Property Damage Liability
•.,,*
$ ,000
$ ,000
Bodily Injury Liability
$ 000
$ DDD
$ ODD
. _ .. ... �:..
$ .000
$ ,000
Property Damage Liability
In event of cancellation, THIRTY (30) DAYS'
written notice will be given to the party
to wham this certificale is addressed.
tCC. 519411 1 -73
MIS WAVY
By BI: ,f•�ii i It
Authorized Represent ive 11eA
"""s
LIFE & CASUALTY
Ll The /Etna Casualty and Surety Company
❑ The Standard Fire Insurance Company
Hartford, Connecticut
To CITY OF NEWPORT BEACH
CITi BALL
3300 W. NEMRT BLVD.
MAU- ! BEACH, CA. 92663
PUBLIC WORM DUARTHBI+IT
ISSUED IN FOUR.
Date JULY 9, 157fj
This is to certify that insurance policies, subject to their terms, conditions and exclusions, are at present in force
in the Company indicated above by 0, as follows:
Name of Insured JAM FORD
5595 STODDARD AVE., SAN BERNARDINO, CA. 92407
Covering
JOB: LIDO ISLAND BRIDGE PEDESTRIAN WALKWAY ADDITION (C -1814)
KIND OF INSURANCE
LIMITS OF LIABILITY
POLICY NO.
EFFECTIVE
EXPIRATION
Each Person Each Occurrence
Ag regate
Workmen's Compensation
861X952701CPA
7/2/76
7/2/77
Manufacturers' & Contractors
-6 „,
Bodily Injury Liability
$ opo��-
Property Damage Liability
- q -���x- $ .000
$ ,pop
Owners' or Contractors
� ..
sa:.:
Protective
���
Bodily Injury Liability
-3 — �. ,` �
,gg $ 000
Property Damage Liability
m
x,10. ... �� $ ,000
$ ,000
Comprehensive Automobile
Bodily Injury Liability
$
000 $ 000
°°
Property Damage Liability
v. $ 000,�P�'�
Comprehensive General
Bodily Injury Liability
$ 000
$ 000
,
Property Damage Liability,
$ ,000
$ ,000
Bodily Injury Liability
$ ,000 $ ,000
$ ,000
Property Damage Liability
,000
In event of cancellation, THIRST (30) DAYS'
written notice will be given to the party
to whom this certificate is addressed.
(CC- 5194 -1) 1 -73
BRAS 4 9MMANYt C.
By 8Y: yffdT -1<
Authaize0 Representative
• CITY OF NEWPORT BEACH SUED IN FOUR COUNTERPARTS
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. 1814
MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE
Project Description: LIDO ISLAND BRIDGE PEDESTRIAN WALKWAY ADDITION
This is to certify that the AETNA CASUALTY & SURETY CO.
Name of Insurance Company)
has issued to JAMES W. FORD
Name of Insured
P. O. BOX 5911, SAN BERNARDINO,
(Address of Insuri
the policy of liability insurance certified herein.
CA. 92412
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 92660.
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 Protective Liability (When 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: FRIIS & COMPANY, INC.
Address of Agency or Broker: P. O. BOX 2766, RIVERSIDE, CA. 92506
Telephone No.(714) 787 -8730
FRIIS .& COMPANY, INC.,
Countersigned by: BY :;". , L:4.a — " - ' L - r
Authorized Insurance Company Reoresentative
Effective date of this endorsement: 7/9/76 1 19 , Endorsement No. 2
to
jai )
ve
ual
olicy Term
Limits of Liabilit
Covera a
lic No.
Each Occurrence
(Minimum:
Aggregate
(Minimum:
$500,000)
$ 500,000 Protecti,
$1,000,000 Products
$ 500,000 Contract
HOW C
MPLETE INFOR
TION BELOW
Policy No.
COMPREHENSIVE LIAB.
Combined Single
86AB
From:7 2 76
$ 500,000 Protecti
Limit Bodily Injury
211161CMA
$_1,_0_0_O T-0003roducts
or Property Damage
To: 7/2/77
$ 500,000.
$ 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 Protective Liability (When 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: FRIIS & COMPANY, INC.
Address of Agency or Broker: P. O. BOX 2766, RIVERSIDE, CA. 92506
Telephone No.(714) 787 -8730
FRIIS .& COMPANY, INC.,
Countersigned by: BY :;". , L:4.a — " - ' L - r
Authorized Insurance Company Reoresentative
Effective date of this endorsement: 7/9/76 1 19 , Endorsement No. 2
to
jai )
ve
ual
• CITY OF NEWPORT BEACH of SUED IN FOUR COUNTERPARTS
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. 1814
MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE
Project Description: LIDO ISLAND BRIDGE PEDESTRIAN WALKWAY ADDITION
This is to certify that the
surance company
has issued to JAMES W. FORD
Name of Insured
P. O. BOX 5911, SAN BERNARDINO, CA. 92412
(Address 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 92660.
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.
Lacn uccurrence Aggregate
(Minimum: (Minimum:
$500,000) $ 500,000 Protective
$1,000,000 Products
$ 500,000 Contractual)
Policy No.
COMPREHENSIVE LIAB.
Combined Single 86AB From: 7/2/76 $ 500,000 Protective
Limit Bodily Injury 211161CMA , , roducts
or Property Damage To: 7/2/77 $ 500,000. $ 30ZD;D_WContractual
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 Protective Liability (When 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: FRIIS & COMPANY, INC.
Address of Agency or Broker: P. O. BOX 2766, RIVERSIDE, CA. 92506
Telephone No1714)787 -8730
ANY, INC. ,.
Countersigned by: BY:
ce Company Kepresentative
Effective date of this endorsement: 7/9/76 , 19 , Endorsement No. 2
• CITY OF NEWPORT BEACH &UED IN FOUR COUNTERPARTS
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. 1814
MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE
Project Description: LIDO ISLAND BRIDGE PEDESTRIAN WALKWAY ADDITION
This is to certify that the AETNA CASUALTY & SURETY CO.
Name of Insurance Company
has issued to JAMES W. FORD
of Insu
P. 0. BOX 5911, SAN BERNARDINO, CA. 92412
(Address 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 92660.
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 Protective Liability (When Insured engages
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
FRIIS & COMPANY, INC.
Address of Agency or Broker: P. 0
Subcontractors).
BOX 2766, RIVERSIDE, CA. 92506
Telephone No.(714)787 -8730
FRIIS . &.COMPANY, INC,
Countersigned by: BY:!�,�:z: /,i�:x -z�..
Authorized Insurance
Effective date of this endorsement: 7/9/76 1
resentative
19 �, Endorsement No. 2
to
ial )
ie
ual
olicy Term
Limits of Liability
Each Occurrence
(Minimum:
Aggregate
(Minimum:
Covera e
IIcy No.
$500,000)
$ 500,000 Protecti
$1,000,000 Products
1$
500,000 Contract
HOW C
)MPLETE INFOR
TION BELOW
Policy No.
COMPREHENSIVE LIAB.
Combined Single
86AB
From:? 2/7 6
$ 500,000 Protecti
Limit Bodily Injury
211161CMA
$1,000,00 roducts
or Property Damage
To: 7/2/77
$ 500,000.
$ 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 Protective Liability (When Insured engages
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
FRIIS & COMPANY, INC.
Address of Agency or Broker: P. 0
Subcontractors).
BOX 2766, RIVERSIDE, CA. 92506
Telephone No.(714)787 -8730
FRIIS . &.COMPANY, INC,
Countersigned by: BY:!�,�:z: /,i�:x -z�..
Authorized Insurance
Effective date of this endorsement: 7/9/76 1
resentative
19 �, Endorsement No. 2
to
ial )
ie
ual
Workmen's Compensation and Employers' Liability Policy
Ree..al ef: NEW
DECLARATIONS
ITEM I Name of Employer and Addren: Policy NO. N 294490
JAMES W. FORD
5595 STODDARD AVE.
SAN BERNARDINO, CALIFORNIA 92407
® Individual ❑ Partnership ❑ Corporation ❑
MOSELLE INSURANCE, INC.
to APRIL B, 1977
150 -1 -10702
NATIONAL
INSURANCE
C O M P A N Y
HOME OFFICE
LOS ANGELES, CALIFORNIA
L-
�, +
ITEM III Principal Locations: Above
ar.d elsewhere.
n
EANNUAL
R
ITEM IV
CLASSIFICATION OF PRINCIPAL OPERATIONS
3 a OFR
�. -•'
REMUNERATION
REMUNERATION
Code Nos.
"" CONTRACTORS SCHEDULE ATTACHED
ENDORSEMENTS ATTACHED:
1. WC 10
2. WC 44
3. WC 15R
5645 —EAP -657
The language of the classification or classifications of operations inserted in the policy declarations shall not be interpreted to extend insurance, or obligate the
insurer to the payment of benefits, to any person who is excluded from insurance by express statement elsewhere in this policy or in any endorsement thereto.
OTHER OPERATIONS: Proper classifications and rates to be determined in accordance with the manuals in use by the company.
ITEM V The fo'icwing persons a,e s.edf;caIIy covered as employees. anything in the policy Exclusions to the contrary notwithstanding:
ALL EXCLUSIONS APPLICABLE
ITEM VI M:nim�m Preml,;m 5 100 Deposit Premium: S 100
ITEM VII Payrcll reporting and premium ad;uoment period' 1
® Monthly ❑ Quarfe" y ❑ Somn Annual ❑ Annual —
t a n 2 ✓/TI��` / ^�7�7�
Counfers.gned at LOS ANGELES on 4 -14 -76 TS ' V
AUTHpR12E0 eEPRESEMTLT1Vf
FORM NPC t0%F 25M (F71)
a
e., e—' :r NEW
Workmen's Compensation and Employers' Liability Policy
.
DECLARATIONS N 2 9 401 4490
ITEM I Nave of Emp'oyer and Address: POIICtr NO.
JAMES W. FORD N A T I O N A L
5595 STODDARD AVE.
SAN BERNARD 1 N0, CALIFORNIA 92407 N S U R A N C E OMPANY
Emp'oyer is: ® Individual ❑ Partnership ❑ Corporation ❑
ITEM 11 - HOME OFFICE
Policy Per;od: From APRIL 8, 1976 ,a APRIL 8, 1977 LOS ANGELES. CALIFORNIA
at 12:01 A.M., standard time as to each of said dates. -
Producer Number-
MOSELLE INSURANCE, INC. 150 -1 -10702
ITEM 111 Principal Locations: Above
end dwrh.m.
ITEM IV CLASSIFICATION RATE PER
SSIFICAiION OF PRINCIPAL OPERATIONS ANNUAL $IW OF
REMUNERATION REMUNERATION
Code Nos.
CONTRACTORS SCHEDULE ATTACHED
ENDORSEMENTS ATTACHED:
1. WC 10
2. WC 44
3. WC 15R
5645 —EAP -657
The language of the classification or classifications of operations inserted in the policy declarations shall not be interpreted to extend insurance, or obligate the
insurer to the payment of benefits, to any person who is excluded from insurance by express statement elsewhere in this policy or in any endorsement thereto.
OTHER OPERATIONS: Proper classifications and rates to be determined in accordance with the manuals in use by the company.
ITEM V ine arc teed ically .,O,ed as employees, myfbi.q in the policy Exclusions to the contrary notwithstanding:
ALL EXCLUSIONS APPLICABLE
ITEM VI Minimem Premium: $ 100 Deposit Premium: $ 100
ITEM VII Payro)I reP.,Gcq and premi m adiustment period: sl
® Mo, :F:y F-1 Qvar!c b� , ❑ Somi Annual ❑ Annual
ti E -Q�
e.uninrsgned at LOS ANGELES on 4-14 -76 TS '
AUTHORIZED REPRESENTATIVE
FORM NPL IOtF 25M (E >])
CITY CLERK
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CITY CONTRACT NO. 1814
CONTRACT DOCUMENTS
FOR
LIDO ISLAND BRIDGE
PEDESTRIAN WALKWAY ADDITION
Approved by the,City Council this
24th day of Ma I 1976
c
Doris George, City Cle,
SUBMITTED BY:
JAMES E. FORD
Contractor
P.O. Box 5911
Address
San Bernardino, CA 92412
City Zip
(714) 886 -1508
Phone
$49,992.40
Total Bid Price
•
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92663
Gentlemen:
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
LIDO ISLAND BRIDGE
PEDESTRIAN WALKWAY ADDITION
CONTRACT NO. 1814
C 1101- M
• PR 1 of 3
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 pro-
poses to furnish all materials and do all the work required to complete Contract No. 1814
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
1. Lump Sum Bridge removal (Portion)
Eight Thousand
@ Nine Hundred Thirty -one Dollars
and
No Cents $ 8,931.00 $ 8,931.00
Lump Sum
2. 16 Structural Concrete, Bridge
(F) Cubic Yds.
@ Two Hundred Dollars
and
No Cents $ 200.00 $ 3,200.00
Per Cu is Yard
3. 24 Drill and Bond Dowel
Linear Feet
@ Eight Dollars
and
No Cents $ 8.00 $ 192.00
Per Linear Foot
4. 1,100 Bar Reinforcing Steel (Bridge)
(S -F) Lbs.
@ No Dollars
and
Twantcix Cents $ 0.26 $ 286.00
Per Pound
• • PR2of3
ITEM QUANTITY 11LM ULS)LHIFIIUN UN11 IUTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
5. 4,600
(S -F) Lbs.
6. 3.60
MFBM
7. 4.0
MFBM
8. 247
Linear Ft.
9. 187
Linear Ft.
10. 1,100
Square Ft.
Structural Steel (Bridge) (Galvanized)
@ Two Dollars
and
Ten Cents
Per Pound
Glued Laminated Girder (Treated)
$____2 .10 $ 9,660.00
@ Fifteen Hundred and Three Dollars
and
Fift - Cents $ 1,503.55 $ 5,419.78
Per MF M
Glued Laminated Deck (Treated)
@ Fifteen Hundred and Thraa Dollars
and
Cents $ 1,503.55 $ 6,,014.20
Per MF M
Baluster Rail
@ Thirty Dollars
and
Seventy -seven Cents
Per Linear Foot
Pipe Rail
@ Sixteen Dollars
and
7j'nty -nine Cents
Per Linear Foot
Non -skid Surfacing
1 .11 ,
@ -Onp Dollars
and
Fifty Cents $ 1.50 $ 1,650 on —
Per Square Foot
11. Lump Sum Street Light System
@ Four Thousand_ Dollars
and
No Cents $ 4000.00 $ 4.000.00 _
Lump Sum
• • PR3of 3
TOTAL PRICE FOR ITEMS 1 THROUGH 11 WRITTEN IN WORDS:
Forty -nine Thousand Nine Hundred Ninety -two Dollars
and
Fortv Cents $ 49,992
June 17, 1976
Date
JAMES W. FORD
Bidder's Name
d
Authorized Signature
CONTRACTOR'S LICENSE NO. 317939 TELEPHONE NUMBER (714) 886 -1508
CONTRACTOR'S 1D P-0- Co. 5911. San Bernardino. CA 92412
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 2:00 P.M. on the 17th day of June , 1976 ,
at which time they will be opened and read, for performing work as follows:
LIDO ISLAND BRIDGE
PEDESTRIAN WALKWAY ADDITION
CONTRACT NO. 1814
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 to he Corporate 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 S ecifications for Public Works Construction
(1973 Edition) as prepare y t e out ern California Chapters of the erican
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 Rating of at least
AAA 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. 8701 adopted February 9, 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 3 -22 -76
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. 317959 Classification "A"
Accompanying this proposal i
, Lasnler -s GneCK or
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.
4
(7]).886 -1508
P one Nu er
JAMES W. FORD
Bidder's Name
(SEAL)
S /James W. Ford
uthorized Signature
Authorized 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:
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. Baluster Rail Craneveyor Corp. 1524 Potrero, El Monte
2. Pipe Rail Craneveyor Corp. 1524 Potrero, E1 Monte
3. Nelson Studs Eckles Stud Welding 301 Orchid Ave., Corona del Mar
4.
5.
6.
7.
8.
9.
10.
11.
12.
JAMES W. FORD
Bidder's frame
S /_James W. Ford
A%orized Signature
Tndividiial
Type of Organization
(Individual, Co- partnership or Corp.)
�.
FOR ORfNAL SEE CITY CLERK'S FILE COPY,
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
Page 4
BOND NO. B -76 -0676
PREM: INCL. IN BBSU
That we, James W. Ford , 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 (10 %)
of the 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
LIDO ISLAND BRIDGE, PEDESTRIAN WALKWAY ADDITION, CONTRACT NO. 1814 .
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 16th day of
,lung , 19 76 .
Corporate Seal (If Corporation)
:151*1NgW111 1
NOW1119JI-pom
$1.1amec W_ Fnrd
(Attach acknowledgement of
Attorney -in -Fact
Public Marsha K. Morris, Notary
FREMQNT TNQFMNT.TY IY•'1
1 ❑ 11 1 1 , I
BY Skludith A_ Kindler
Title Attorney -in -Fact
L�
The bidders, by its officers and
filing this bid, being duly sworn
them, have in any way, directly o
ment with any other bidder, or wi
whereby such affiant or affiants
NON - COLLUSION AFFIDAVIT
agents or representatives
on their oaths say, that
r indirectly, entered
th any public officer
or either of them, has
bidder or public officer any sum of money, or has given
bidder or public officer anything of value whatever, or
either of them has not directly or indirectly, entered
ment with any other bidder or bidders, which tends to
competition in the letting of the contract sought for b
bid has been accepted from any subcontractor or materialman th
the Bylaws, Rules or Regulations of which prohibit or prevent
considering any bid from any subcontractor or materialman whic
through said bid depository, or which prevent any subcontracto
bidding to any contractor who does not use the facilities of o
through such bid depository; that no inducement or any form or
that which appears upon the face of the bid will be suggested,
delivered to any person whomsoever to influence the acceptance
awarding of the contract, nor has this bidder any agreement or
kind whatsoever, with any person whomsoever to pay, deliver to
other person in any way or manner, any of the proceeds of the
•
pre
nei
into any
of such
paid o r
or is
such a
into any
or does 1
y the a
Page 5
sent at the time of
ther they nor any of
arrangement or agree -
CITY OF NEWPORT BEACH
is to pay to such
to give to such other
ffiant or affiants or
arrangement or agree -
essen or destroy free
ttached bids; that no
rough any bid depository,
the contractor from
h is not processed
r or materialman from
r accept bids from or
character other than
offered, paid, or
of the said bid or
understanding of any
or share with any
contracts sought by
this bid.
James W. Ford
Subscribed and sworn to before me
this 17th day of June ,
19 76
My commission expires:
January 27. 1977_ S /Pat Cockren
Notary Public
i • Page 6
FOR ORIGINAL SEE CITY. CLERK'S FILE COPY
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.
Financial Statement as of June 17, 1976
James W. Ford
P.O. Box 5911, San Bernardino, CA
Cash
$287.00
Accounts Payable
$ 155.50
Accounts Receivable
360.00
Equipt. Payments Due in 1 yr.
1752.00
Completed Contracts
Accrued Payroll & Expense
0
Life Insurance Cash Value
1660.00
Owing Subcontractors
0
Checking Accounts
Personal
1345.00
TOTAL CURRENT LIABILITIES
$1907.50
Payroll
1463.50
General
1173•.61
Repurchase Agreement
5000.00,
Treasury Notes
TOTAL CURRENT ASSETS $11289.11
Notes Receivable 0
Equipt. Net Book Value $13000.00.
Real Estate 40000.00
Furniture and Fixtures
at Net Book Value 10000.00.,
TOTAL ASSETS $74,289.11
Equipment Debt Over One Yr. $ 5,256.00.
Encumbrances on Real Estate $13,000.00
NET WORTH $54,125,61
TOTAL LIABILITIES AND CAPITAL $74,289.11
S /James.W. Ford
Signed
FOR ORIGINAL # CITY CLERK'S FILE COPY •
Page 7
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character to
that proposed herein which he has performed and successfully completed.
Year
Completed For Whom Performed (Detail) Person to Contact Telephone No.
Attached is my personal resume and a letter of recommendation from Santa Fe Railway.
If further information is required, please ask.
S /James W. Ford
Signed
ZXECUTED IN FOUR CO ERPARTS BOND NO. Ak76 -0731
PREMIUM 11MUDED IN PERFORMANCE BOND
Page 8
LABOR AND MATERIAL BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted June 28, 1
has awarded to JAMES W. FORD
hereinafter designated as the "Principal ", a contract for
LIDO ISLAND BRIDGE PEDESTRIAN WALKWAY ADDITION CONTRACT NO 1814
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond with said contract, providing that if
said Principal or any of his or its subcontractors, shall fail to pay for any materials,
provisions, provender, or other supplies or teams used in, upon, for, or about the per-
formance of the work agreed to be done, or for any work or labor done thereon of any
kind, the Surety on this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We
14011
as Principal, and FREMONT INDEMNITY COMPANY
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
FORTY —NINE THOUSAND NINE HUNDRED NINETY —TWO AND
40/100--- --------- - - - - --- ------------- - - - - -- -Dollars ($ 49,992.40 ),
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 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 JULY , 19 76
Approved as to for
it r e
Aas.s
JAMES W. FORD (Seal )
Name of Contractor Principal
FREMONT INDEMNITY COMPANY (Seal)
Name of Surety
1709 WEST 8TH ST.
J1 p8 ITH ture ano iltie or Autno lzea Agent
A. KINDLER, ATTO EY —IN —FACT
SOUTH LA BREA AVENUE, L.A.90036
(213) 936 -7211
Telephone No. of Agent
Z
w
J
Q�
U
w
0
Q
F
E �
d
O T
o> c
.O
O
U
� d
r
`c
A
.E
L
i
A
C
7
C
A
�• m
H
a
P4
0
� x
w
a �
w x
�a
0 CO
T C
U
I . . , i
'O
q I
c
a
_T
A
i
L
3
A a
z'
C H
E
E �
c
'v H
C Q
a f]
C
w
7
m
r
d
CS c
E m E
C V V
_ g �
C 'O ip C
C L C
=.E v
c 3,c
V i
L d 3
c
� c c
ypy� m
Y V G C
s
N z
C' Z F ca
Y J V Q
d
� v
t `
3
.i
Pia
N
BOND NO. B -76 -0731
EXECUtED IN FOUR COUNT ARTS PREMIU 499.93
Page 10
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
=tea— N,
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted June 98, 1476
has awarded to JAMES W FORD
hereinafter designated as the "Principal ", a contract for
LIDO ISLAND BRIDGE PEDESTRIAN WALKWAY ADDITIONO CONTRACT NO. 1814
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, JAMES W. FORD
as Principal, and FREMONT INDEMNITY COMPANY
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
FORTY -NINE THOUSAND- NINE - HUNDRED NINETY - TWO AND
--- D011drs ($49.992.40
40/100----- - - - - - -- ------ - - - - -- -
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
f"
0 0
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 JULY , 19 76
`,4
JAMES W. FORD (Seal)
Name of Contractor (Principal)
Authorized Signature and Title
PRP.MQNT TNi)P.MNTTV rnmPnNV _ (Seal)
Name of Surety
1709 WEST 8TH ST.
LOS ANGELES, CA. 90017
Address ofl Surety , .
iig a ure and Title of AuthorlD�.d Agent
JU I H A. KINDLER, ATTORNEY -IN —FAC
12 OUTH LA BREA AVENUE
s
(213) 936 -7211
Telephone No. of Agent
STATE OF CALIFORNIA
County of LOS ANGELES }'"
On this Bth day of JULY 19 76, before me
MARRY K MORRIS , a :Votary Public, in and for the County and
State aforesaid, residing therein duly commissioned and sworn, personally appeared
JUDITH A. KINDLER
known to me to be the Attorney -in -Fact of 1'romnnl Indemnity ('ompany the
Corporation that executed the within instrument and also known to me to be the
person who executed the within instrument on behalf of the Corporation therein
named and acknowledged to me that mo- "TOoration executed the same.
lam'":`•.' LOS I,,r.r L- SA-OUNTY
ply Commission Expires April 161 1979
Notary Public in and for the State of California, County of LOS ANGELES
SUR G50
Page 12
CONTRACT
/ _
THIS AGREEMENT, made and entered into this Al d —day o 1924"
by and between the CITY OF NEWPORT BEACH, California, hereinafter des gnated as the
City, party of the first part, and JAMES W. FORD ,
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
LIDO ISLAND BRIDGE PEDESTRIAN WALKWAY ADDITION, CONTRACT NO. 1814
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
therefore 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.
0 0
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.
ATTEST:
CITY
By.
Contractor
By.
9 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX
TO
SPECIAL PROVISIONS
FOR
LIDO ISLAND BRIDGE
PEDESTRIAN WALKWAY ADDITION
CONTRACT NO. 1814
Page
I.
DESCRIPTION OF WORK . . . . . . . . . . . . . . . . . . . . . . . 1
II.
DEFINITIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . 1
III.
PROPOSAL REQUIREMENTS AND CONDITIONS . . . . . . . . . . . . . . 2
IV.
AWARD AND EXECUTION OF CONTRACT . . . . . . . . . . . . . . . . . 2
V.
SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . 2
VI.
CONTROL OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . 3
VII.
LEGAL RELATIONS AND RESPONSIBILITY . . . . . . . . . . . . . . . 3
VIII.
PROSECUTION AND PROGRESS . . . . . . . . . . . . . . . . . . . . 5
IX.
MEASUREMENT AND PAYMENT . . . . . . . . . . . . . . . . . . . . . 5
X.
BEGINNING AND COMPLETION OF THE WORK . . . . . . . . . . . . . . 5
XI.
TRAFFIC CONTROL . . . . . . . . . . . . . . . . . . . . . . . . . 5
XII.
EXISTING HIGHWAY FACILITIES . . . . . . . . . . . . . . . . . . . 6
XIII.
BRIDGE REMOVAL (PORTION) . . . . . . . . . . . . . . . . . . . . 6
XIV.
EARTHWORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7
XV.
CONCRETE STRUCTURES . . . . . . . . . . . . . . . . . . . . . . . 7
XVI.
DRILL AND BOND DOWELS . . . . . . . . . . . . . . . . . . . . . . 7
XVII.
DRILL AND BOND ANCHOR BOLTS . . . . . . . . . . . . . . . . . 8
XVIII.
BONDING PORTLAND CEMENT MORTAR PATCHES . . . . . . . . . . . . . 8
i
0 0
INDEX Cont'd
Page
XIX. PORTLAND CEMENT MORTAR PATCHES . . . . . . . . . . . . . . . . . 9
XX. REINFORCEMENT . . . . . . . . . . . . . . . . . . . . . . . . . . 9
XXI. STEEL STRUCTURES . . . . . . . . . . . . . ... . . . . . . . . . 10
XXII. LAMINATED GIRDERS AND DECK . . . . . . . . . . . . . . . . . . . 11
XXIII. PRESERVATIVE TREATMENT OF LAMINATED GIRDERS AND DECK . . . . . . 12
XXIV. NON -SKID SURFACING . . . . . . . . . . . . . . . . . . . . . . . 12
XXV. ALUMINUM BRIDGE RAILING . . . . . . . . . . . . . . . . . . . . . 13
XXVI. STREET LIGHT SYSTEM . . . . . . . . . . . . . . . . . . . . . . 13
ii
II.
0
DESCRIPTION OF WORK
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
LIDO ISLAND BRIDGE
PEDESTRIAN WALKWAY ADDITION
CONTRACT NO. 1814
•
SP 1 of 13
The bridge over the West Lido Channel leading to Lido Island from Via Lido in
Newport Beach is to be widened by the addition of a timber pedestrian walkway
supported on timber girders and cantilevered steel members. The existing
structure is a multi -span steel bridge consisting of concrete encased through
plate girders and floor beams with reinforced concrete deck, all supported on
reinforced concrete piers.
The work consists of furnishing and placing all materials necessary to con-
struct the pedestrian walkway and lighting system shown on the plans and
described in the special provisions and specifications.
The contract requires completion of all the work in accordance with these
special provisions, the City's Standard Specifications (Part 1-- General Pro-
visions), the plans (Drawing No. R- 5294 -S) and the
State of California Department of Transportation ( CALTRANS) Standard Speci-
fications dated January 1975 and the Standard Specifications for Welding
Structural Steel dated January 1975, also issued by CALTRANS. The City's
Standard Specifications are the Standard Specifications for Public Works Con-
1venutruction, 1973 Edition. Copies may a purchased from Building News, Inc.,
5 ver and
e, Los Angeles, CA 90034, telephone (213) 870 -9871.
DEFINITIONS:
The work to be done under this City of Newport Beach contract using portions
of the CALTRANS Standard Specifications will require that some definitions in
Section 1 of the CALTRANS Standard Specifications be modified. The following
definitions will be used in addition or amendatory to those shown:
"Agency" shall mean the City of Newport Beach.
"Board" shall mean the City Council of the City of Newport Beach.
"Contract" and "Contractor" shall be as defined in the City Standard
Specifications.
"Department" or "Department of Transportation" shall mean the Public
Works Department of the City of Newport Beach when it relates
to the administration and control of this contract.
"Director" shall mean the Public Works Director of the City of Newport
Beach.
"Division of Highways " or "Division" shall mean Department of Public
Works of the City of Newport Beach as it relates to the adminis-
tration and control of the contract.
III
IV
SP2of13
"Engineer" shall mean the City Engineer of the City of Newport Beach
or his designated representative.
"Engineer's Estimate" shall mean the list of estimated quantities of
work to be performed as contained in the "Proposal ".
"Laboratory" shall mean the appropriate testing facility designated
by the Engineer.
"Liquidated Damages" shall be as defined in Section 6 -9 of the City's
Standard Specifications.
"Plans -- (A) Standard Plans" shall be as defined in Section 1 -1.29 of
the CALTRANS Standard Specifications.
"Standard Specifications" or " CALTRANS Standard Specifications" shall
mean the State of California Standard Specifications dated January
1975 issued by the Department of Transportation.
"City's Standard Specifications" shall mean the Standard Specifications
for Public Works Construction, 1973 edition, Part 1-- General Pro-
visions.
"State" shall mean City of Newport Beach as it pertains to the adminis-
tration and control of this contract.
Special Provisions: The standard prevailing wage rates described in
the "Notice Inviting Bids" shall apply.
PROPOSAL REOUIREMENTS AND CONDITIONS
Section 2 of the Standard Specifications is superseded by the Notice Inviting
Bids for this project and the appropriate sections of the City's Standard
Specifications.
AWARD AND EXECUTION OF CONTRACT
Section 3 of the Standard Specifications is superseded by the following and
the appropriate sections of the City's Standard Specifications.
Award of Contract: The award of the contract, if it is awarded, will be to
the lowest responsible bidder whose proposal complies with all requirements
described. The award, if made, will be made within 30 days after the opening
of the bids. All bids will be compared on the basis of the engineer's esti-
mate of quantities of work to be done.
Execution of Contract: The contract shall be
and returned, together with the contract bonds
ficate of Insurance form, within 10 days, not
bidder has received notice that the contract h
shall be considered binding upon the City unti
by the City.
signed by the successful bidder
and the City's Standard Certi-
including Sundays, after the
as been awarded. No proposal
1 the execution of the contract
The date of the contract shall be the date that the contract is executed by
the City.
V. SCOPE OF WORK
Section 4 -1.03: "Changes" of the Standard Specifications is superseded by
Section 3 in the City's Standard Specifications.
V!I
VII
Section 4 -1.04: "Detours" of Standard
All costs involved in the constructing,
detours including those costs involved
"Public Convenience" shall be included
of work requiring the detour and shall
Nolk,IIbill WITS will.",
6 SP 3 of 13
Specifications is amended as follows:
operating, maintaining and removing
with work described in Section 7 -1.08,
in the contract prices for the items
not be considered as extra work:
Add to Section 5 -1.04 of the Standard Specifications the following: The
City's Standard Specifications Part 1 -- General Provisions shall govern the
Standard Specifications where conflicts occur.
Section 5 -1.07 of the Standard Specifications is superseded by the following:
Field surveys for control of construction shall be the responsibility of the
contractor. All such surveys, including construction staking, shall be
under the supervision of a California licensed surveyor or civil engineer.
Staking shall be performed on all, items ordinarily requiring grade and
alignment at intervals normally accepted by the agencies and trades involved.
Payment for construction survey staking shall be considered as included
in the various items of work, and no additional allowance will be made
therefor.
LEGAL RELATIONS AND RESPONSIBILITY
Section 7- 1.01J- "Workman's Compensation "of the Standard Specifications
is superseded by Section 7 -4 Workman's Compensation Insurance of The
City's Standard Specifications.
Section 7- 1.01L- "Water Pollution "of the Standard Specifications is
supplemented and amended by the following:
Concrete removal, debris from cleaning operations and debris from
the construction operations shall noc be allowed to enter or be placed
where they will later enter the waters of the bay.
2. If any of the construction operations produce dust or other flotsam,
it shall be confined by floating booms, skimmed from the surface,
and appropriately disposed of.
3. Full compensation for providing water pollution control work shall
be considered as included in the prices paid for the various con-
tract items of work and no additional compensation will be allowed
therefor.
Section 7-1.08-"Public Convenience" of the Standard Specifications:
The appropriate portions of paragraphs in this section are superseded
by the following:
The cost of the following items shall not be considered extra work,
and their costs shall be included in the prices bid for the various
items of work:
Paragraph 8 - Furnishing, installing and removing sign covers.
0
0
SP4of13
2. Paragraph 15 - Furnishing pilot car and driver and flagmen.
3. Paragraph 17 - Furnishing and installing signs, lights, flares,
barricades, and other facilities as required by the engineer.
4. Paragraph 20 - The contractor shall furnish and erect within or
adjacent to the limits of the contract, such warning, regulatory,
and guide signs as may be required by the Engineer. City will
not furnish any signs.
In addition to the conditions described in Section 7 -1.08, the Lido
Island Bridge crosses a navigable waterway. At any time the existing
vertical or horizontal clearances are impaired or restricted, the
contractor must sign the new clearances and adequately light the
bridge at night to indicate to boaters the changed conditions. The
existing navigation lights on both sides of the bridge must also be
appropriately adjusted to reflect the revised clearances. Ten days
prior to modification of clearances, the U.S. Coast Guard Office- -
Aids to Navigation Branch must be notified of the proposed changes.
The Orange County Harbor Patrol shall also be notified 2 days in
advance of the changes.
The navigation lights shall be maintained in working order during all
night -time hours and hours of impaired visibility.
Full compensation for conforming to these clearance and lighting
requirements shall be considered as included in the prices paid for
the various items of work, and no additional compensation will be
allowed.
D. Section 7- 1.09 - "Public Safety "of the Standard Specifications--para-
graph 5: The contractor shall furnish all signs required by Section
7 -1.08 and 7 -1.09.
E. Section 7- 1.092 - "Lane Closure "of the Standard Specifications- -para-
graph 2 is superseded by the following: The taper length for each
lane closure shall meet the requirements of the City Traffic Engineer.
F. Section 7- 1.095 - "Flagging Cost" of the Standard Specifications: The
first paragraph of this section shall be superseded by the following:
The cost of furnishing all flagmen and guards under provisions.of
Sections 7 -1.08 "Public Convenience ", and 7 -1.09 "Public Safety"
shall be borne by the contractor.
G. Section 7- 1.12 - "Responsibility for Damage" of the Standard Specifica-
tions is amended and supplemented by the following: Section 7 -3 --
Liability Insurance shall apply with the following minimum limits:
Comprehensive liability, combined single limit for bodily injury or
property damage:
Each occurrence: $ 500,000
Aggregate protective: $ 500,000
Aggregate products: $1,000,000
Aggregate contractual $ 500,000
SP 5 of 13
This policy shall include 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 Ono -owned Automobiles.
c. Contractors Protective Liability (When insured engages sub-
contractors).
d. Products Liability or Completed Operations.
e. Explosion and Underground Hazards (when applicable).
f. Personal Injury Hazards.
g. Broad From Property Damage.
The insurance shall be provided on the standard form furnished by the
City.
The cost of complying with these provisions shall be absorbed in the
contractor's bid.
VIII. PROSECUTION AND PROGRESS
Section 8- "Prosecution and Progress" of the Standard Specifications is super-
seded by the appropriate portions of Sections 2, 5 and 6 of the City's
Specifications.
IX. MEASUREMENT AND PAYMENT
A. Section 9- 1.015 - "Final Pay Quantities "of the Standard Specifications;
substitute the word "Proposal" for "Engineer's Estimate" in this section.
B. Section 9- 1.03 - "Force Account Payment "and its subsections of the Standard
Specifications is superseded by Section 3 of the City's Standard Speci-
fications.
C. Sections 9- 1.06 - "Partial Payments ",9 - 1.07 -- Payment After Acceptance,
9- 1.08 -- Adjustment of Overhead Costs and their subsections are super-
seded by Section 9 of the City's Standard Specifications.
X. BEGINNING AND COMPLETION OF THE WORK
Subject to the provisions in Section 6 -1 of the City's Standard Specifica-
tions, the contractor shall not begin work on the actual bridge construction
until September 7, 1976. The time period between award of contract and this
date shall be used to order, obtain and fabricate the items necessary for
the construction of this project. The contractor shall complete all work
within 100 calendar days after the date the City executes the contract.
XI. TRAFFIC CONTROL
Prior to commencing work, the contractor shall submit and obtain approval of
a plan for traffic control covering lane closures and other traffic control
elements of the construction project. During the contractor's working hours,
he shall maintain a minimum of one 10- foot -wide lane of traffic across the
bridge controlled by one or all of the following: flagmen, temporary signals,
and pilot car.
Cl
• SP6of13
During the hours when the contractor is not working, one lane for each
direction of traffic shall be maintained.
Closure of both lanes will be allowed for short periods (less than 5 minutes)
to set structural steel, timber girders and deck.
The bridge to Lido Island is the only means for vehicular access to the island.
Approximately 2,200 people live on Lido Island. The contractor shall make
every effort to minimize the inconvenience caused by this project. Emergency
vehicles responding to calls, wishing to enter or leave the island shall be
given priority and shall not be delayed by the contractor.
Personal vehicles of the contractor's employees shall not be parked on the
traveled way or shoulders at any time, including any section closed to public
traffic.
All costs involved in providing traffic control shall be considered as in-
cluded in the price paid for the contract item of work requiring the control,
and no additional compensation will be allowed therefor.
XII. EXISTING HIGHWAY FACILITIES
The work performed in connection with various existing highway facilities
shall conform to the provisions in Section 15, "Existing Highway Facilities,"
of the Standard Specifications and these special provisions.
AIR BLOWN MORTAR REMOVAL -- Air blown mortar surfacing on existing
girders shall be removed to the limits shown on the plans in accord-
ance with the requirements in Section 15, "Existing Highway Facilities,"
of the Standard Specifications and these special provisions.
Before beginning removal of surfacing on girders, a saw cut approxi-
mately 1/2 inch deep shall be made along an outline of the portions
to be removed.
Upon completion of the steel connection work, the area of surface
removal shall be patched in accordance with the requirements in
Sections, "Portland Cement Mortar Patches," and "Bonding Portland
Cement Mortar Patches," of these special provisions.
Full compensation for conforming to the requirements in this section
shall be considered as included in the contract price paid per pound
for structural steel (bridge) and no separate payment will be made
therefor.
XIII. BRIDGE REMOVAL (PORTION
Removing portions of bridge shall conform to the requirements in Section 15,
"Existing Highway Facilities ", of the Standard Specifications and these
special provisions.
The work to be done under this section shall consist of concrete removal to
the limits shown on the plans.
Concrete shall be removed to neat lines conforming to diminsions shown on the
plans and the resulting concrete surfaces which remain exposed in the finished
work shall be finished to the texture and color of the adjacent concrete.
0 . SP7of13
In addition to the requirements in said Section 15, a freely falling mass
or a falling mass attached to a cable, rope or chain shall not be used above
any area open to the public for boating. Such falling masses shall not be
used within 30 feet horizontally of any area open to the public unless
adequate protective shields are in place. Protective shields shall be
of sufficient size and strength to prevent any debris or equipment from
endangering the public. The shields shall be designed and proportioned
as required by the size of demolition equipment and method of operations
employed, but in no case shall such shields have a strength less than that
provided by good, sound 2 -inch thick Douglas fir planking supported on
posts at 5 -foot centers.
Explosives shall not be used for bridge removal.
Bridge removal (portion) will be paid for on the basis of a contract lump
SUM.
Full compensation for conforming to the requirements in this section shall
be considered as included in the contract lump sum price paid for bridge
removal (portion) and no additional compensation will be allowed therefor.
XIV. EARTHWORK
Full compensation for structure excavation and structure backfill shall be
considered as included in the contract price paid per cubic yard for
structural concrete, bridge and no separate payment will be made therefor.
XV. CONCRETE STRUCTURES
Portland cement concrete structures shall conform to the provisions in
Section 51, "Concrete Structures," of the Standard Specifications and these
special provisions.
Measurement and payment for concrete in structures shall conform to the pro-
visions in Sections 51 -1.22, "Measurement," and 51 -1.23, "Payment." of the
Standard Specifications and these special provisions.
All concrete involved in concrete structures, except concrete in components
for which compensation is provided for under other contract items, will be
paid for at the contract prices per cubic yard for the type of concrete
shown in the Proposal. If concrete involved in bridges is not otherwise
designated by type or class, such concrete will be paid for at the contract
price per cubic yard for structural concrete, bridge.
XVI. DRILL AND BOND DOWELS
Drilling and bonding dowels shall conform to the details shown on the plans
and the requirements in these special provisions.
Reinforcing steel dowels shall conform to the provisions in "Reinforcement"
of these special provisions.
Where dowels are to be bonded in holes drilled into existing concrete, the
holes shall be drilled by methods that will not shatter or damage the concrete
adjacent to the holes.
SP 8 of 13
The drilled holes shall be clean and dry at the time of placing the bonding
material and the steel dowels. The bonding material and the steel dowel
shall completely fill the drilled hole. The bonding material shall be an
epoxy adhesive conforming to the requirements in Sections 95 -1, "General,"
and 95 -2.03, "Epoxy Resin Adhesive for Bonding New Concrete to Old Concrete,"
of the Standard Specifications.
After bonding, dowels shall remain undisturbed until the expoxy adhesive
has reached a strength sufficient to support the dowel. Dowels that are
improperly bonded, as determined by the engineer, shall be removed. The
holes shall be cleaned or new holes drilled and the dowels replaced and
securely bonded to the concrete. Redrilling and replacing improperly bonded
dowels shall be performed at the contractor's expense.
Dowels to be bonded into drilled holes will be paid for as bar reinforcing
steel (bridge).
Drilling and bonding dowels will be measured and paid for by the linear
foot determined by the number and the required depths of holes as shown on
the plans, or as ordered by the engineer.
The contract price paid per linear foot for drill and bond dowel shall include
full compensation for furnishing all labor, materials (except reinforcing
steel dowels), tools, equipment and incidentals, and for doing all work in-
volved in drilling the holes and bonding the dowels, complete in place, as
shown on the plans, as specified in these special provisions and as directed
by the engineer.
XVII. DRILL AND BOND ANCHOR BOLTS
Drilling and bonding anchor bolts shall conform to the details shown on the
plans and the requirements of, "Drill and Bond Dowels," of these special
provisions.
Anchor bolts shall conform to the requirements of ASTM designation: A449.
Anchor bolts to be bonded in drilled holes will be paid for as structural
steel (bridge).
Drilling and bonding anchor bolts will be measured and paid for as drill and
bond dowels.
XVIII. BONDING PORTLAND CEMENT MORTAR PATCHES
A bond coat of epoxy adhesive shall be applied to the surfaces of concrete
existing structural steel and reinforcing steel to be covered with portland
cement mortar patches. This work shall not begin until all unsound concrete
within the limits of the patch has been removed and the contact surfaces
have been cleaned.
The epoxy adhesive shall be applied immediately prior to placing portland
cement mortar. The area to be covered shall be surface dry and the ambient
temperature shall be 500 F., or above, when the adhesive is applied.
The epoxy adhesive shall be furnished and applied in accordance with the
provisions in Sections 95 -1, "General." and 95 -2.03, "Epoxy Resin Adhesive
for Bonding New Concrete to Old Concrete," of the Standard Specifications.
0 . SP 9 of 13
Whenever the ambient temperature is below 650 F., Type II epoxy shall be
used. The exact rate of applying epoxy adhesive shall be as ordered by
the engineer. The adhesive shall be spread by brush, roller or spray methods
so as to cover all contact surfaces.
Full compensation for conforming to the requirements in this section shall
be considered as included in the contract price paid per pound for structural
steel (bridge) and no separate payment will be made therefor.
XIX. PORTLAND CEMENT MORTAR PATCHES
This work shall consist of cleaning the contact surfaces and furnishing,
placing, finishing and curing of portland cement mortar patches in concrete
structures. Mortar patches shall conform to the requirements of these special
provisions.
Cleaning the contact surfaces shall be accomplished by abrasive blast cleaning
the concrete and any exposed reinforcing steel or existing structural steel
as necessary to remove all rust, paint, grease, asphalt or other foreign
material. Immediately prior to applying the epoxy adhesive as required in
"Bonding Portland Cement Mortar Patches," such surfaces shall be re- cleaned
by pressure jetting, or by other approved means, as necessary to remove any
debris which has accumulated during or after abrasive blast cleaning.
Prior to placing a mortar patch, all work specified under "Bonding Portland
Cement Mortar Patches" of these special provisions shall have been completed
within the area of. the patch.
Portland cement mortar used in patches shall conform to the provisions in
Section 51 -1.135 "Mortar" of the Standard Specifications and the following:
Mortar shall be deposited on the epoxy bond coat before the epoxy adhesive
begins to set and in conformance with the time limit specified for the type
of epoxy used. Mortar shall be thoroughly consolidated and then shall be
struck off to the adjacent surface and given a wood float finish. Mortar
patches shall be cured by the non pigmented curing compound method, chlor-
inated rubber type. Damage to the film of compound before the expiration
of 3 days after the mortar is placed shall be repaired immediately with
additional compound.
Full compensation for conforming to the requirements in this section shall
be considered as included in the contract price paid per pound for structural
steel (bridge) and no separate payment will be made therefor.
Reinforcement shall conform to the provisions in Section 52, "Reinforcement,"
of the Standard Specifications.
MEASUREMENT AND PAYMENT - -Bar reinforcing steel involved in the
bridge work, as listed under "Description of Work" of these
special provisions, except bar reinforcing steel involved in
components of the bridge work that are identified on the plans or
in these special provisions and for which payment is made under
separate contract items, will be paid for at the contract price
per pound for bar reinforcing steel (bridge).
. • SP 10 of 13
XXI. STEEL STRUCTURES
Construction of steel structures shall conform to the provisions in Section
55, "Steel Structures," of the Standard Specifications and these special
provisions.
General
All steel used in the structure shall be galvanized to conform with the pro-
visions in Section 75 -1.05 "Galvanizing." This includes but is not limited
to beams, stud connectors, brackets, plates, angles, bolts, etc.
Welding shall be done by the manual shielded metal -arc process. Low hydrogen
electrodes conforming to the requirements of AWS A5.1 -69 for E7016 or E7018
electrodes shall be used. Electrodes shall be dried and stored as required
by AWS D2.0 -69. Welding shall not be performed in inclement or wet weather
unless satisfactory protection is provided.
The maximum size fillet weld which may be made in a single pass shall not
exceed:
3/8 inch in the flat position
5/16 inch in horizontal or overhead position
1/2 inch in the vertical position
For welding in the vertical position, the progression of all passes shall be
upward.
Welding operators must be prequalified by satisfactorily completing a field
qualification test weld before performing welding operation on the project.
Qualification test welds shall be made by the operator in the presence of
the engineer, using materials similar to those to be welded on the project
in the same position and conditions of welding as will be encountered in the
work.
The field qualification test shall consist of evaluation by the engineer of
a 6 -inch long fillet weld made between 2 plates placed at 90 degrees to one
another. Evaluation will be made by applying a force or striking the plates
so as to place the root of the weld in tension until the weld breaks or
yields and then visually inspecting the weld. The specimen shall pass the
test if it bends flat upon itself. If the weld breaks or yields the qualifi-
cation test shall be unacceptable if the inspection discloses any of the
following:
a. Lack of penetration into the root of the joint.
b. Incomplete fusion to the base metal
c. Overlap cracks or excessive undercut.
d. Individual inclusions or porosity larger than 3/32" in
greatest dimension or the sum of all inclusions and
porosity of more than 3/8" in the 6 -inch long specimen.
All structural steel involved in the bridge work, except steel described as
separate items and for which payment is provided elsewhere herein, will be
paid for at the contract price per pound for structural steel. This price
shall include galvanizing.
SP 11 of 13
Hardware included inte measurement and payment for s uctural steel (bridge)
consists of stud connectors, all brackets, plates and bolts connecting steel
to steel, steel to timber and timber to concrete.
XXII. LAMINATED GIRDERS AND DECK
Glued laminated timber indentified on the plans as Glulam girder and Glulam
deck shall conform to the details shown on the plans, the provisions in Section
57, "Timber Structures," and the Standard Specifications and these special
provisions.
Materials, Manufacture and Quality Control for laminated members shall meet
the structural requirements and laminating specifications of voluntary Product
Standard PS56 -73, "Structural Glued Laminated Timber," of the American
Institute of Timber Construction and shall be of such stress grade to provide
glued laminated members with allowable stress values of 2400 psi in bending,
1600 psi in tension, 1500 psi in compression parallel to grain for a dry
condition of service.
Adhesives shall meet the requirements for a wet condition of service.
Appearance of girders shall be Architectural Grade.
A coat of end sealer shall be applied to the ends of all members as soon as
practicable after end trimming. Surfaces of members shall be sealed with
penetrating sealer. Girders shall be individually wrapped.
Members shall be marked with Quality Marks and, in addition, a Certificate of
Conformance shall be provided to indicate conformance with PS56 -73.
Attention is directed to Section 5 -1.02, "Plans and Working Drawings," of the
Standard Specifications. Initially, three sets of working drawings shall be
submitted to the engineer for review. After review, six additional sets of
drawings shall be submitted for final approval and for use during construction.
Laminated girders shall be erected using padded or non - marring slings and
corners shall be protected with wood blocking. All holes and countersinks
shall be thoroughly swabbed with two applications of the same preservative
used in treatment of the members.
Any falsework used for the erection of the girder spans shall conform to the
provisions in Section 56 -1.06, "Falsework," of the Standard Specifications.
Glued laminated girders and glued laminated deck will be measured and paid
for by the thousand board foot measure from dimensions shown on the plans.
The contract prices paid for glued lamined girder and for glued laminated
deck shall include full compensation for furnishing all labor, materials,
tools, equipment and incidentals and for doing all the work involved in the
completion of the timber portions of the structure, including hardware and
preservatives, complete in place, as shown on the plans, and as specified
in the Standard Specifications and these special provisions, and as directed
by the engineer.
Hardware included in the payment for glued laminated girder and glued
laminated deck consists of lagbolts, steel dowels and flashing.
SP 12 of 13
XXIII. PRESERVATIVE TREATMENT OF LAMINATED GIRDERS AND DECK
All laminated girders and deck shall be pressure - processed in accordance with
Section 58 of the Standard Specifications, these special provisions and the
standards of the American Wood Perservers' Association and the supplier.
The girders and deck shall be treated after laminating.
The preservative used shall be pentachlorophenol meeting the requirements of
Section 1 of AWPA Standard P -8, "Standards for Oil -Borne Preservatives ". The
solvent carrier shall meet the requirements of Section 2 of AWPA Standard P -9
"Standard for Hydrocarbon Solvents for Oil Borne Preservatives."
The pressure treatment shall be conducted in accordance with AWPA Standard C -2
(Lumber, Timber, etc.), C -28 (Lumber Treated after Laminating).
Penetration of pentachlorophenol shall be determined using the penta check
method, Section 5, AWPA Standard A -3.
Minimum retention of pentachlorophenol shall be 0.6p.c.f. by assay.
When sawing or drilling is necessary after plant treatment, the cut surfaces
shall be thoroughly brushed with two coats of the same kind of preservative
in conformance with AWPA Specification M -4. The maximum protection requirement
specified therein shall be met in all instances.
Full compensation for treatment of laminated girders and deck as specified in
these special provisions and in the Standard Specifications, and as directed
by the engineer shall be considered as included in the contract prices paid
for furnishing "Glued Laminated Girder" and "Glued Laminated Deck" and no
separate payment will be made for the treatment.
XXIV. NON -SKID SURFACING
Non -skid surfacing shall consist of an epoxy paint providing the bonding
agent for grit particles sprinkled onto the wet paint surface.
Paint shall be a 2 component epoxy paint of first grade commercial quality
for exterior use. The epoxy paint shall be a gray color closely matching
Federal Standard Color No. 36492. The paint shall be applied in 2 coats
having a total dry film thickness of not less than 4 mil.
Grit particles shall conform to the requirements in Section 51 -1.20, "Sidewalks,
Curbs and Stairways on Bridges," and shall be applied uniformly to each coat
of epoxy paint in a quantity sufficient to result in no wet or bare spots
as determined by the engineer.
Non -skid surfacing shall cover all but the outside 6 inches of the timber
decking for the full length of said decking.
Quantity of non -skid surfacing to be paid for will be the top surface of the
timber decking measured by the square foot.
The contract price paid per square foot for non -skid surfacing shall include
full compensation for furnishing all labor, materials, tools, equipment and
incidentals and for doing all work involved in applying non -skid surfacing
as specified in this section, and as directed by the engineer.
SP 13 of 13
XXV. ALUMINUM BRIDGE RAILING
Baluster railing and pipe railing shall conform to the provisions in Section
83 -1, "Railings," of the Standard Specifications and these special provisions.
All railing components except bolts shall be fabricated from aluminum 6063 -T6
Alloy conforming to ASTM B221. Railing bolts shall be high strength steel
conforming to ASTM Designation A 325 and shall be galvanized.
Aluminum railing shall have an anodic coating of either Duranodic or Hard -Coat
No. 100 or equal with dark bronze finish.
Full compensation for conforming to the requirements specified herein shall be
considered as included in the price paid per linear foot for the types of
railings shown on the plans and no additional compensation will be allowed
therefor.
XXVI. STREET LIGHT SYSTEM
Electrical work and materials shall conform to Section 86 of the Standard
Specifications and the appropriate Standard City Drawings, Nos. 200 -L, 201 -L,
202 -L, 203 -L, and 204 -L.
Work to be provided under the lump sum bid item for "Street Light System" shall
include all work and materials necessary to provide the multiple (parallel)
street light system shown on the plans. It shall also include all costs necess-
ary to provide continuous service for the navigational lighting system and to
change this system from series to multiple (parallel).
Ls
n
r-I
Ah
m r»
zo-
)z--1
z - ii
m �
z -z'I �f
vr—
C.7
cn
i
�az—�1oo
m Fi j
g
I r0.
6�
I F5
W
-7
D
Y
no
�
4
'1
n
LA
-i
¢
�
z
i
rN
3
th,
La
r
n
m
c
A
a
Ep
LP
i1
Y
O
25
O
p
8
°
O
g -
i
z
y.
{
—
—
—
N
O
'
N
A
z
4
L
L
a
on
I
Z
a °Z
a
o
°
.P
w
F °I
II
V
jCq9
Si
O�
I
i
l
I
I
0)
O
$
d
p
O
zi
i
I
—
vlZ
Q�i
ip
vy
0
^I
i 7W d3 s.
vi
�
roil
m r»
zo-
)z--1
z - ii
m �
z -z'I �f
vr—
C.7
cn
i
�az—�1oo
m Fi j
g
I r0.
I�
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CITY CONTRACT NO. 1814
CONTRACT DOCUMENTS
FOR
LIDO ISLAND BRIDGE
PEDESTRIAN WALKWAY ADDITION
Approved by the,City Council this
24th day of Ma ' 1976
c
Doris George, City Cle,
SUBMITTED BY:
James W. Ford
Contractor
P.O. Box 5911
Address
San Bernardino 92412
City Zip
714 -886 -1508
Phone
✓-
Total Bi Pry
• 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 2:00 P.M. on the 17th day of June , 1976 ,
at which time they will be opened and read, for performing work as follows:
LIDO ISLAND BRIDGE
PEDESTRIAN WALKWAY ADDITION
CONTRACT NO. 1814
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 the Cor orate Seal
shall be affixed to all documents requiring signatures. In the case of a artnership,
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.
(cant.)
0 0 Page la
The City has adopted the Standard Specifications for Public Works Construction
(1973 Edition) as prepares y6 , 0% rn Caiifornia C pters —Fi tT_e_Werican
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 Rating of at least
AAA 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. 8701 adopted February 9, 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 3 -22 -76
•
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. 317959 Classification "A"
Accompanying this proposal is a bid bond
(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.
714 -886 -1508
Phone Nu er
June 17, 1976
Date
James W. Ford
Bidder's Name
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:
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.Aaluster RgIl Craneveyor Corp. 1524 Potrero, E1 Monte
2•Pipe Rail Craneveyor Corp. 1524 Potrero, E1 Monte
3-Nelson studs Eckles Stud Welding 301 Orcbid Ave.,Corona Del Mar
4.
5.
6.
7.
8.
9.
10.
11.
12.
James W. Ford
Bidders Name ,
/ individual
Type of Organization
(Individual, Co- partnership or Corp.)
P.O. Box 5911
San Bernardino, Calif 92412
Address
ell
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, JAMES W. FORD
and FREMONT INDEMITY COMPANY
Page 4
BOND N0. B,R76 -0676
PREM: INCC.i IN BBSU
as Principal,
as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum ofTEN PERCENT (lo %) OF
THE 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
LIDO ISLAND BRIDGE, PEDESTRIAN WALKWAY ADDITION, CONTRACT NO. 1B14
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 16th day of
JUNE , 19 76
Corporate Seal (If Corporation)
4
(Attach acknowledgement of
Attorney -in -Fact)
I i
^ JAMES W. FORD
TY
Title / ATTORNEY -IN -FACT, '7U A. KINDLERti,:
A.
STATE OF CALIFORNIA
County of LOS ANGELES
On
MARSHA K. MORRIS
day of _ _JUNE .. IIIL, before me
a rotary public. in and for the County and
State aforesaid, re,iding therein duly commissioned and sworn, personally appeared
JUDITH A. KINDLER
aat-Ic IAL SEAL
MARSHA K. MORRIS
1110C C, NIp =
-. lUC nM.:F LFS rtJ Llm r -
My Ccmmission Expires April lo, 1979
SUR G50
known to me to be the AttorneN in -Fact ofl rl•mlmt Indvmiit� Compam -the
Corporation that executed the within instrument and also known to me to he the
person who executed the within instrument n behalf of the Corporation therein
named and acknowledged to mr that sueloration executed the same.
Notary Public in and for the Male of California, County of LOS ANGELES._
o
FRESONT INDEMNITY APANY
HOME OFFICE — LOS ANGELES, CALIFORNIA
POWER OF ATTORNEY
KNOW' ALL MEN lit' THESF, PRESENTS:
Thal, FREMONT INDEMNITY COMPANY, by HARRY W. DEGNER
its VICE President, in pursuance of authority granted by Resolution of its Board of Directors at a meeting called
and held on the I8th day of February, 1972, 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 repro. >enl 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 Attorneys -in -Fact and revoke the Power of Attorney given him or her; and Ire 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-
takings executed by any such .Attorney- imFact shall be as binding upon the Company as if signed by the President and
sealed and attested by the Secretary."
does hereby nominate, constitute and appoint JUDITH A. KINDLER
its true and lawful Attorney -in -Fact, to make, exec ute, seal and deliver for and on its behalf, as surety, 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 16th day of June .A.D., 19 75
STATE OF CALIFORNIA
COUNTY OF LOS ANGELES
INDEMNITY COMPANY
By
VACE / /President HARRY W. E
On this 16th day of June A.D., 197 , before the subscriber, a Notary Public of the State of
California, in and for the County of I.e., Angeles, duly commissioned and qualified, came the above named VICE
President, of FREMONT INDEMNITY COMPANY , to me personally known to he 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, de oseth and Faith,
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.
IN WITNESS WHEREOF, 1 have hereunto set my hand and affixed my Official Seal, at the City of Los Angeles, the day and year
first above written. •oe •e••eae•e•o••e•ao••e ee����♦
OFFICIAL SEAL
7�,}( NANCY L. OKAMOTO 0
• �4�p�:`; a: NOTARY PUBLIC CALIFORNIA ♦
(SEAL) ` t RI >ICInAL OFFICE IN �1..
LOS ANGELES COUNTY :'n[nry Public
My Ccmmissien Expires May 21, 1978 0
1, the undersigned, AS SZt N 1 Secretary of FREM NT INDEMNITY COMPANY, do hereby certify
that the original POWER OF ATTORNEY, of which the foregoing is a full, true and correct ropy, is in full force and effect.
IN WITNESS WHEREOF, I have hereunto sohsc.ribed my name. as ASSISTANT Secretary, and affixed
the Corporate Seal of the Corporation, this 16th day of JUNE 19 76
.q ssistont e`re to ___ ERT T. TAGAMI
PCS -63 (5/72)
L7
NON - COLLUSION AFFIDAVIT
11
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.
Subscribed and sworn to before me
this lln day of
19-)(,7 .
My commission expires:
nm�mmmimi�liinmm faamnourn:mm'mOFFICIAL SEA L'nn�innun
r '" PAT COCKREN =_
f m ° NOTARY PUBLIC . CALIFORNIA'-
_ �. PRINCIPAL OFFICE IN —
'T � LOS ANGELES COV %:TY
My Commission Expires January 27, 1977
0 0 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.
Financial Statement as of June 17, 1976
James W. Ford
P.O. Box 5911, San Bernardino, Calif.
Cash 4287.00 Accounts Payable 155.50
Accounts Receivable x4360.00 Equipt. payments due in 1 yr. 41752.00
Completed Contracts Accrued Payroll & Expense 8
Life Insurance Cash Value$1660.00 Owing Subcontractors 9
Checking Accounts
Personal 01345.00 TOTAL CURRENT LIABILITIES 41907.50
Payroll 1463.50
General 1173.61
Repurchase Agreement 45,000.00
Treasury Notes
TOTAL CURRENT ASSETS 011,289.11
Notes Receivable 9
Equiptment net book value 413,000.OEquiptment debt over one year,. 45,256.00
Real Estate 440,000.OEncumbrances on Real Estate 013,000.00
Furniture and Fixtures at 410,000.00
net book value
NET WORTH 054,125.61
TOTAL ASSETS 074,289.11 TOTAL LIABILITIES AND CAPITAL 474,289.11
r
Signed
0 • 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.
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.
Attached is my personel resume and a letter of recomendation from
Santa Fe Rail Way. If futher information is required please ask.
igne
r t
JAMES W. FORD
Construction Superintendent
5595 Stoddard Ave.
Sari Bernardino,
t. Dec. 31, 1936 Calif. 92407
&tarried, 4 children 71A 883 -2453 home
684 -5360 work
19'x0 to Present
Construction Superintendent, Yeager Constructors, Riverside, Calif.
Most recent project completed.: Santa Fe Freight Classification Yard,
Barstow, Calif. A reference commending Mr. Ford's conduct of this
$2.3 million time and materials contract, including supervision of-
P_ workforce of 100 representing all crafts, is attached. His spe-
cialty is mechanical and structural work.
Previous project was the Redlands Wastewater Treatment Plant, a $4,2
million job originally a two -stage biological treatment plant, up
graded to tertiary treatment facility during Mr. Ford's two -year con-
struction supervision. Supervision of the project was somewhat unique
in that Mr. Ford performed direct supervision of all crafts except
electrical.
Other assignments for Yeager Constructors have included inc3tallation
management and scheduling on above plus a two story reinforced con -
crete building. and basement housing electronic switchgear for the
cr:ncr, Pacific Telephone and Telegraph. In this project, he ,uper-
vised 30 -45 men of all crafts executing the quake resistant moisture
and dust -free structure, designed for heavy loading. A prior assi,-,n-
ment was as Structure Superintendent for the William 0. Toteman Re-
servoir, Upland, Calif.; 5 bridges, Victorville- Barstow Interstate
Route 15 (Caltrans freeway system); Mojave Dam Spillway for U.S. Corps
of Engineers (including design and construction of a replica of the
CofE logo, the tower, constructed as a permanent structure at the
entrance to the project, from scrap materials.)
Prior to 1,070
Riverside County Flood Control District, Resident Engineer, at two
different times, performing work on flood control projects totaling
three years; 18 months with Fontana Steel, Inc., as Superi.n-endent
of various flood control projects including channels, bridges, and
roads; over 6 years with State of California Division of Highways,
District 8, (Caltrans) interspersed with schooling.
Following four years
Ford completed three
degree in mechanical
vino Valley Collage,
logg Unit).
volunteer duty in
years of the four
er- ineering. His
and California S t;
the U.S. I+tarine Corps, Mr.
year course Leading to a
work was taken at Sn Berm_
ite Polytechnic College (Kei-
t
Informatort this box to be filled in by examinee.
PRINT or TYPE
Examinee ...... .._J mes_W._Ford .... -. ..
.. ................
Name of person to be examined
Applicant.. - .....Jacles_W. Ford .... ... ........._- ..............
Same at on application
Classification ... .....E. ..... . .................... ...... _.. ....
Name and tymb.l of clas,ificatrno for which application i. made
CERTIFICATE M SUPPORT OF EXAMINEE'S EXPERIENCE OUALIFICATIONS
tTo be attaebrd to application for license, ntppleinerrml classification, change of primary classification, or replacement of rrcronsihlr nrana,e %a
rnrplo)ee or offerr.)
The person certifying to his knowledge of the experience of the examinee above named shall complete the fnrn
below. Read the reverse side before proceeding.
Hubert Hall _ -- _. - - -_. certify that I have personally kntrct it
Namt ei eerrfier (Frim)
................... 3ames -W,- Ford ------------------------------------ - - free... -N3ys �-9T5. ....ta Feb.. -- -- 1976
Name of examine: Month Year Month Year
that I know of my own direct knowledge that said examinee was employed as follows:
[Tell in your own words what you know of txaminee's experience. Give the name of his employer and dates of employment. Describe th
type of work he performed and his position as apprentice, helper, journeyman, foreman, supetvising employee, or contractor. Describe the
kind of buildings, structures or projects worked upon. Give any other details that might aid in evaluating his experience.]
Mr. J. W. Ford has been omoloyed. by Yeager Construction Company as lone az-�ave_knd
him. He is supervisor of several gangs of various crafts. Mr. Ford has handled a very sionifi
cant portion of a 50 mil on dollar project of which -I a. project supervisor. In this capacity)
he has orgaraized.work assignments, purchased material and coordinated work among various crafts
Working from plans iltrnished by my office, he has constructed buildings, placed footings and
anchor bolts for sanding towers, structural columns, inspection pits, cable rALIler systems, ove
head cranes, etc. He personally handled two extremely complex jobs involving concrete pits of
unique configuration invoixring thousands of yards of concrete. 0ther assignments have included
demolition of buildings, construction of bridge piers, large concrete drain / ;o ntructnron O,
caves ion ana OaElc!111, sc ing j2' Its nig a o iTi , l,o os an naninnrnnracollcnoouo jobs. i {o
has handled every assigrunent without a ripple. In lay 30 years experience, he is one of the bra
how
was
__ „..•.. bj.- persoraai- observation -_ and -,evaluation -of._ the... resula,_. of..h .s. w. Gait. ...................... . ...
.. ....................._._......°--°------ .............-- ° °...._....••.... ........... .......... ........ ... .............. t.................. ...............................
On this .. -.24 day of Janus , l9._7 t A3rr't = "r *California, I crriify under pzxalt
... - - - --; .._. -.. -- _ .... ................ ......... .., a ................... .. ...
of perjury that the foregoing is trite and correct.
1�
. .._..yam ...................... .... .. .... .........
Sisnatvre of Certifier
.lscoject manaaer to contractorsS em-pIgee
Bwinest re%tionship to examines: Employer, fellow rmpleyet, ets.
251 7s^ c;' ie,.. Barstotq,--Ca]v.ortux........`3 ?.311
(Srr•xt ) Address of Certifier (State)
(City)
Wl1V,N VIM) VrWTi9 AN ArNAr ATUIN MM t-FnYtrlf.hT? nFtYtMrC Tllr. rnt)Vi4'ty
i
I
i
r
/
!
i '
r
i .
li.'�N {�'1 �. ,u r.. !fir •: 1;
I r
i t
CITY uF REDLANDS
REDLANDS CALIFORNIA
TWO STAGE BIOLOGICAL TREATMENT UNDER CONSTRUCTION
FOR NITROGEN CONVERSION* COST. $4,200,000
6 MGD AVERAGE FLOW
12 MGD PEAK FLOW
* A THIRD BIOLOGICAL STAGE MAY BE ADDED IN THE FUTURE TO PROVIDE
COMPLETE NITROGEN REMOVAL BY THE NITRIFICATION- DENITRIFICATION
PROCESS
• CITY OF NEWPORT BEACH PR 1 of 3 •
PUBLIC WORKS DEPARTMENT
LIDO ISLAND BRIDGE
PEDESTRIAN WALKWAY ADDITION
CONTRACT NO. 1814
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 pro-
poses to furnish all materials and do all the work required to complete Contract No. 1814
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
1. Lump Sum
2. 16
(F) Cubic Yds.
24
Linear Feet
4. 1,100
(S -F) Lbs.
Bridge/ removal (Portion)
f/1
@i.�l 2.'�o«ral�7rh LjDo I�Ya
as
and $ Q c� 7 � $ y 3 are
Cents
Lump Sum
Structural Concrete, Bridge
@ Dollars
and
Cents $ $ Per Cubic Yard
Drill and Bond Dowel
@ Dollars
and rrt; c^�
c7 Cents $
Per Linear Foot
Bar Reinforcing Steel (Bridge)
@ Dollars
and
t C _Cents $ — $ ZB�,
Per Poun
PR2of3
•
I TEM —TU-ANMTY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
5.
4,600
Structural Steel (Bridge) (Galvanized)
(S -F)
Lbs.
JJ
@ Dollars
and
Cents
iv
c9L�
Per Pound
6.
3.60
Glued Laminated Girder (Treated)
MFBM
and
Cents
Per MFBM
7.
4.0
Glued Laminated Deck (Treated)
MFBM
/
let Dollars
and
ti Cents
$
Per MFB
/
B.
247
Baluster Rail,
Linear Ft.
Dollars
@.leer
and
f� t Cents
?7
$
/9
-
Per Linear t
9.
187
Pipe Rail
Linear Ft.�•�------
@ Dollars
and
Cents
$_1
Per Linear
c
10.
1,100
Non -skid Surfacing
Square Ft.
@ Dollars
> and
Cents
$��
$—
Per Squa F e
11.
Lump Sum
Street Light Systteq
Dollars
and
y Cents
$
Lump Sum
i • PR3of3
TOTAL PRICE FOR ITEMS 1 THROUGH 11 WRITTEN IN WORDS:
`1i �,�tyr �r «cyr�c�nr 1�a�I1�ia� Dollars
and
s
Cent
June 17, 197E
Date
CONTRACTOR'S LICENSE NO. 317959 _,!- tttvHUNL NUMBLK 714- bbt -150'b
James W. Ford
Bidder's Name
CONTRACTOR'S ADDRESS P.O. Eox 5911, San hernardino. Calif. 92412
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX
TO
SPECIAL PROVISIONS
FOR
LIDO ISLAND BRIDGE
PEDESTRIAN WALKWAY ADDITION
CONTRACT NO. 1814
Page
I.
DESCRIPTION OF WORK . . . . . . . . . . . . . . . . . . . . . . . 1
II.
DEFINITIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . 1
III.
PROPOSAL REQUIREMENTS AND CONDITIONS . . . . . . . . . . . . . . 2
IV.
AWARD AND EXECUTION OF CONTRACT . . . . . . . . . . . . . . . . . 2
V.
SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . 2
VI.
CONTROL OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . 3
VII.
LEGAL RELATIONS AND RESPONSIBILITY . . . . . . . . . . . . . . . 3
VIII.
PROSECUTION AND PROGRESS . . . . . . . . . . . . . . . . . . . . 5
IX.
MEASUREMENT AND PAYMENT . . . . . . . . . . . . . . . . . . . . . 5
X.
BEGINNING AND COMPLETION OF THE WORK . . . . . . . . . . . . . . 5
XI.
TRAFFIC CONTROL . . . . . . . . . . . . . . . . . . . . . . . . . 5
XII.
EXISTING HIGHWAY FACILITIES . . . . . . . . . . . . . . . . . . . 6
XIII.
BRIDGE REMOVAL (PORTION) . . . . . . . . . . . . . . . . . . . . 6
XIV.
EARTHWORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7
XV.
CONCRETE STRUCTURES. . . . . . . . . . . . . . . . . . . . . . 7
XVI.
DRILL AND BOND DOWELS . . . . . . . . . . . . . . . . . . . . . . 7
XVII.
DRILL AND BOND ANCHOR BOLTS . . . . . . . . . . . . . . . . . . . 8
XVIII.
BONDING PORTLAND CEMENT MORTAR PATCHES . . . . . . . . . . . . 8
i
INDEX Cont'd
Page
XIX. PORTLAND CEMENT MORTAR PATCHES . . . . . . . . . . . . . . . . . 9
XX. REINFORCEMENT . . . . . . . . . . . . . . . . . . . . . . . . . 9
XXI. STEEL STRUCTURES . . . . . . . . . . . . . . . . . . . . . . . . 10
XXII. LAMINATED GIRDERS AND DECK . . . . . . . . . . . . . . . . . . . 11
XXIII. PRESERVATIVE TREATMENT OF LAMINATED GIRDERS AND DECK . . . . . . 12
XXIV. NON -SKID SURFACING . . . . . . . . . . . . . . . . . . . . . . . 12
XXV. ALUMINUM BRIDGE RAILING . . . . . . . . . . . . . . . . . . . . . 13
XXVI. STREET LIGHT SYSTEM . . . . . . . . . . . . . . . . . . . . . . 13
ii
II
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
LIDO ISLAND BRIDGE
PEDESTRIAN WALKWAY ADDITION
CONTRACT NO. 1814
DESCRIPTION OF WORK
SP 1 of 13
The bridge over the West Lido Channel leading to Lido Island from Via Lido in
Newport Beach is to be widened by the addition of a timber pedestrian walkway
supported on timber girders and cantilevered steel members. The existing
structure is a multi -span steel bridge consisting of concrete encased through
plate girders and floor beams with reinforced concrete deck, all supported on
reinforced concrete piers.
The work consists of furnishing and placing all materials necessary to con-
struct the pedestrian walkway and lighting system shown on the plans and
described in the special provisions and specifications.
The contract requires completion of all the work in accordance with these
special provisions, the City's Standard Specifications (Part 1-- General Pro-
visions), the plans (Drawing No. R- 5294 -S) and the
State of California Department of Transportation ( CALTRANS) Standard Speci-
fications dated January 1975 and the Standard Specifications for Welding
Structural Steel dated January 1975, also issued by CALTRANS. The City's
Standard Specifications are the Standard S ecifications for Public Works Con-
_ struction, 1973 Edition. Copies may a purc ased from Building News, Inc.,
305 ver and Avenue, Los Angeles, CA 90034, telephone (213) 870 -9871.
DEFINITIONS:
The work to be done under this City of Newport Beach contract using portions
of the CALTRANS Standard Specifications will require that some definitions in
Section 1 of the CALTRANS Standard Specifications be modified. The following
definitions will be used in addition or amendatory to those shown:
"Agency" shall mean the City of Newport Beach.
"Board" shall mean the City Council of the City of Newport Beach.
"Contract" and "Contractor" shall be as defined in the City Standard
Specifications.
"Department" or "Department of Transportation" shall mean the Public
Works Department of the City of Newport Beach when it relates
to the administration and control of this contract.
"Director" shall mean the Public Works Director of the City of Newport
Beach.
"Division of Highways " or "Division" shall mean Department of Public
Works of the City of Newport Beach as it relates to the adminis-
tration and control of the contract.
SP 2 of 13
"Engineer" shall can the City Engineer of the City of Newport Beach
or his designated representative.
"Engineer's. Estimate" shall mean the list of estimated quantities of
work to be performed as contained in the "Proposal ".
"Laboratory" shall mean the appropriate testing facility designated
by the Engineer.
"Liquidated Damages" shall be as defined in Section 6 -9 of the City's
Standard Specifications.
"Plans -- (A) Standard Plans" shall be as defined in Section 1 -1.29 of
the CALTRANS Standard Specifications.
"Standard Specifications" or " CALTRANS Standard Specifications" shall
mean the State of California Standard Specifications dated January
1975 issued by the Department of Transportation.
"City's Stmdard Specifications" shall mean the Standard Specifications
for Public Works Construction, 1973 edition, Part 1-- General Pro-
visions.
"State" shall mean City of Newport Beach as it pertains to the adminis-
tration and control of this contract.
Special Provisions: The standard prevailing wage rates described in
the "Notice Inviting Bids" shall apply.
III. PROPOSAL REQUIREMENTS AND CONDITIONS
Section 2 of the Standard Specifications is superseded by the Notice Inviting
Bids for this project and the appropriate sections of the City's Standard
Specifications.
IV. AWARD AND EXECUTION OF CONTRACT
Section 3 of the Standard Specifications is superseded by the following and
the appropriate sections of the City's Standard Specifications.
Award of Contract: The award of the contract, if it is awarded, will be to
the lowest responsible bidder whose proposal complies with all requirements
described. The award, if made, will be made within 30 days after the opening
of the bids. All bids will be compared on the basis of the engineer's esti-
mate of quantities of work to be done.
Execution of Contract: The contract shall be signed by the successful bidder
and returned, together with the contract bonds and the City's Standard Certi-
ficate of Insurance form, within 10 days, not including Sundays, after the
bidder has received notice that the contract has been awarded. No proposal
shall be considered binding upon the City until the execution of the contract
by the City.
The date of the contract shall be the date that the contract is executed by
the City.
V. SCOPE OF WORK
Section 4- 1.03:, "Changes" of the Standard Specifications is superseded by
Section 3 in the City's Standard Specifications.
• •. . � SP 3 of 13
Section 4 -1.04: "Detours" of Standard Specifications is amended as follows:
All costs involved in the constructing, operating, maintaining and removing
detours including those costs involved with work described in Section 7 -1.08,
"Public Convenience" shall be included in the contract prices for the items
of work requiring the detour and shall not be considered as extra work.
VI. CONTROL OF WORK
Add to Section 5 -1.04 of the Standard Specifications the following: The
City's Standard Specifications Part 1-- General Provisions shall govern the
Standard Specifications where conflicts occur.
Section 5 -1.07 of the Standard Specifications is superseded by the following:
Field surveys for control of construction shall be the responsibility of the
contractor. All such surveys, including construction staking, shall be
under the supervision of a California licensed surveyor or civil engineer.
Staking shall be performed on all items ordinarily requiring grade and
alignment at intervals normally accepted by the agencies and trades involved.
Payment for construction survey staking shall be considered as included
in the various items of work, and no additional allowance will be made
therefor.
VII. LEGAL RELATIONS AND RESPONSIBILITY
A. Section 7- 1.01J- 14orkman's Compensation" of the Standard Specifications
is superseded by Section 7 -4 Workman's Compensation Insurance of The
City's Standard Specifications.
B. Section 7- 1.01L- "Water Pollution" of the Standard Specifications is
supplemented and amended by the following:
1. Concrete removal, debris from cleaning operations and debris from
the construction operations shall noc be allowed to enter or be placed
where they will later enter the waters of the bay.
2. If any of the construction operations produce dust or other flotsam,
it shall be confined by floating booms, skimmed from the surface,
and appropriately disposed of.
3. Full compensation for providing water pollution control work shall
be considered as included in the prices paid for the various con-
tract items of work and no additional compensation will be allowed
therefor.
C. Section 7- 1.08 - "Public Convenience" of the Standard Specifications:
The appropriate portions of paragraphs in this section are superseded
by the following:
The cost of the following items shall not be considered extra work,
and their costs shall be included in the prices bid for the various
items of work:
1. Paragraph 8 - Furnishing, installing and removing sign covers.
E
SP4of 13
Paragraph 15 - Furnishing pilot car and driver and flagmen.
Paragraph 17 - Furnishing and installing signs, lights, flares,
barricades, and other facilities as required by the engineer.
4. Paragraph 20 - The contractor shall furnish and erect within or
adjacent to the limits of the contract, such warning, regulatory,
and guide signs as may be required by the Engineer. City will
not furnish any signs.
In addition to the conditions described in Section 7 -1.08, the Lido
Island Bridge crosses a navigable waterway. At any time the existing
vertical or horizontal clearances are impaired or restricted, the
contractor must sign the new clearances and adequately light the
bridge at night to indicate to boaters the changed conditions. The
existing navigation lights on both sides of the bridge must also be
appropriately adjusted to reflect the revised clearances. Ten days
prior to modification of clearances, the U.S. Coast Guard Office- -
Aids to Navigation Branch must be notified of the proposed changes.
The Orange County Harbor Patrol shall also be notified 2 days in
advance of the changes.
The navigation lights shall be maintained in working order during all
night -time hours and hours of impaired visibility.
Full compensation for conforming to these clearance and lighting
requirements shall be considered as included in the prices paid for
the various items of work, and no additional compensation will be
allowed.
Section 7- 1.09 - "Public Safety "of the Standard Specifications- -para-
graph 5: The contractor shall furnish all signs required by Section
7 -1.08 and 7 -1.09.
Section 7- 1.092 - "Lane Closure "of the Standard Specifications- -para-
graph 2 is superseded by the following: The taper length for each
lane closure shall meet the requirements of the City Traffic Engineer.
F. Section 7- 1.095 - "Flagging Costs" of the Standard Specifications: The
first paragraph of this section shall be superseded by the following:
The cost of furnishing all flagmen and guards under provisions of
Sections 7 -1.08 "Public Convenience ", and 7 -1.09 "Public Safety"
shall be borne by the contractor.
Section 7- 1.12 - "Responsibility for Damage "of the Standard Specifica-
tions is amended and supplemented by the following: Section 7 -3 --
Liability Insurance shall apply with the following minimum limits:
Comprehensive liability, combined single limit for bodily injury or
property damage:
Each occurrence: $ 500,000
Aggregate protective: $ 500,000
Aggregate products: $1,000,000
Aggregate contractual $ 500,000
SP5of13
This policy shall include 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 Ono -owned Automobiles.
c. Contractors Protective Liability (When .insured engages sub-
contractors).
d. Products Liability or Completed Operations.
e. Explosion and Underground Hazards (when applicable).
f. Personal Injury Hazards.
g. Broad From Property Damage.
The insurance shall be provided on the standard form furnished by the
City.
The cost of complying with these provisions shall be absorbed in the
contractor's bid.
VIII. PROSECUTION AND PROGRESS
Section 8- "Prosecution and Progress" of the Standard Specifications is super-
seded by the appropriate portions of Sections 2, 5 and 6 of the City's
Specifications.
IX. MEASUREMENT AND PAYMENT
A. Section 9- 1.015 - "Final Pay Quantities "of the Standard Specifications;
substitute the word "Proposal" for "Engineer's Estimate" in this section.
B. Section 9- 1.03 - "Force Account Payment "and its subsections of the Standard
Specifications is superseded by Section 3 of the City's Standard Speci-
fications.
C. Sections 9- 1.06 - "Partial Payments", 9-1. 07-- Payment After Acceptance,
9- 1.08 -- Adjustment of Overhead Costs and their subsections are super-
seded by Section 9 of the City's Standard Specifications.
X. BEGINNING AND COMPLETION OF THE WORK
Subject to the provisions in Section 6 -1 of the City's Standard Specifica-
tions, the contractor shall not begin work on the actual bridge construction
until September 7, 1976. The time period between award of contract and this
date shall be used to order, obtain and fabricate the items necessary for
the construction of this project. The contractor shall complete all work
within 100 calendar days after the date the City executes the contract.
XI. TRAFFIC CONTROL
Prior to commencing work, the contractor shall submit and obtain approval of
a plan for traffic control covering lane closures and other traffic control
elements of the construction project. During the contractor's working hours,
he shall maintain a minimum of one 10- foot -wide lane of traffic across the
bridge controlled by one or all of the following: flagmen, temporary signals,
and pilot car.
•
0 SP 6 of 13
During the hours when the contractor is not working, one lane for each
direction of traffic shall be maintained.
Closure of both lanes will be allowed for short periods (less than 5 minutes)
to set structural steel, timber girders and deck.
The bridge to Lido.Island is the only means for vehicular access to the island.
Approximately 2,200 people live on Lido Island. The contractor shall make
every effort to minimize the inconvenience caused by this project. Emergency
vehicles responding to calls, wishing to enter or leave the island shall be
given priority and shall not be delayed by the contractor.
Personal vehicles of the contractor's employees shall not be parked on the
traveled way or shoulders at any time, including any section closed to public
traffic.
All costs involved in providing traffic control shall be considered as in-
cluded in the price paid for the contract item of work requiring the control,
and no additional compensation will be allowed therefor.
XII. EXISTING HIGHWAY FACILITIES
The work performed in connection with various existing highway facilities
shall conform to the provisions in Section 15, "Existing Highway Facilities,"
of the Standard Specifications and these special provisions.
AIR BLOWN MORTAR REMOVAL -- Air blown mortar surfacing on existing
girders shall be removed to the limits shown on the plans in accord-
ance with the requirements in Section 15, "Existing Highway Facilities,"
of the Standard Specifications and these special provisions.
Before beginning removal of surfacing on girders, a saw cut approxi-
mately 1/2 inch deep shall be made along an outline of the portions
to be removed.
Upon completion of the steel connection work, the area of surface
removal shall be patched in accordance with the requirements in
Sections, "Portland Cement Mortar Patches," and "Bonding Portland
Cement Mortar Patches," of these special provisions.
Full compensation for conforming to the requirements in this section
shall be considered as included in the contract price paid per pound
for structural steel (bridge) and no separate payment will be made
therefor.
XII1. BRIDGE REMOVAL (PORTION)
Removing portions of bridge shall conform to the requirements in Section 15,
"Existing Highway Facilities ", of the Standard Specifications and these
special provisions.
The work to be done under this section shall consist of concrete removal to
the limits shown on the plans.
Concrete shall be removed to neat lines conforming to diminsions shown on the
plans and the resulting concrete surfaces which remain exposed in the finished
work shall be finished to the texture and color of the adjacent concrete.
SP 7 of 13
In addition to the requirements in said Section 15, a freely falling mass
or a falling mass attached to a cable, rope or chain shall not be used above
any area open to the public for boating. Such falling masses shall not be
used within 30 feet horizontally of any area open to the public unless
adequate protective shields are in place. Protective shields shall be
of sufficient size and strength to prevent any debris or equipment from
endangering the public. The shields shall be designed and proportioned
as required by the size of demolition equipment and method of operations
employed, but in no case shall such shields have a strength less than that
provided by good, sound 2 -inch thick Douglas fir planking supported on
posts at 5 -foot centers.
Explosives shall not be used for bridge removal.
Bridge removal (portion) will be paid for on the basis of a contract lump
SUM.
Full compensation for conforming to the requirements in this section shall
be considered as included in the contract lump sum price paid for bridge
removal (portion) and no additional compensation will be allowed therefor.
XIV. EARTHWORK
Full compensation for structure excavation and structure backfill shall be
considered as included in the contract price paid per cubic yard for
structural concrete, bridge and no separate payment will be made therefor.
XV. CONCRETE STRUCTURES
Portland cement concrete structures shall conform to the provisions in
Section 51, "Concrete Structures," of the Standard Specifications and these
special provisions.
Measurement and payment for concrete in structures shall conform to the pro-
visions in Sections 51 -1.22, "Measurement," and 51 -1.23, "Payment." of the
Standard Specifications and these special provisions.
All concrete involved in concrete structures, except concrete in components
for which compensation is provided for under other contract items, will be
paid for at the contract prices per cubic yard for the type of concrete
shown in the Proposal. If concrete involved in bridges is not otherwise
designated by type or class, such concrete will be paid for at the contract
price per cubic yard for structural concrete, bridge.
XVI. DRILL AND BOND DOWELS
Drilling and bonding dowels shall conform to the details shown on the plans
and the requirements in these special provisions.
Reinforcing steel dowels shall conform to the provisions in "Reinforcement"
of these special provisions.
Where dowels are to be bonded in holes drilled into existing concrete, the
holes shall be drilled by methods that will not shatter or damage the concrete
adjacent to the holes.
SP 8 of 13
The drilled holes shall be clean and dry at the time 101pplacing the bonding
material and the steel dowels. The bonding material and the steel dowel
shall completely fill the drilled hole. The bonding material shall be an
epoxy adhesive conforming to the requirements in Sections 95 -1, "General,"
and 95 -2.03, "Epoxy Resin Adhesive for Bonding New Concrete to Old Concrete,"
of the Standard Specifications.
After bonding, dowels shall remain undisturbed until the expoxy adhesive
has reached a strength sufficient to support the dowel. Dowels that are
improperly bonded, as determined by the engineer, shall be removed. The
holes shall be cleaned or new holes drilled and the dowels replaced and
securely bonded to the concrete. Redrilling and replacing improperly bonded
dowels shall be performed at the contractor's expense.
Dowels to be bonded into drilled holes will be paid for as bar reinforcing
steel (bridge).
Drilling and bonding dowels will be measured and paid for by the linear
foot determined by the number and the required depths of holes as shown on
the plans, or as ordered by the engineer.
The contract price paid per linear foot for drill and bond dowel shall include
full compensation for furnishing all labor, materials (except reinforcing
steel dowels), tools, equipment and incidentals, and for doing all work in-
volved in drilling the holes and bonding the dowels, complete in place, as
shown on the plans, as specified in these special provisions and as directed
by the engineer.
XVII. DRILL AND BOND ANCHOR BOLTS
Drilling and bonding anchor bolts shall conform to the details shown on the
plans and the requirements of, "Drill and Bond Dowels," of these special
provisions.
Anchor bolts shall conform to the requirements of ASTM designation: A449.
Anchor bolts to be bonded in drilled holes will be paid for as structural
steel (bridge).
Drilling and bonding anchor bolts will be measured and paid for as drill and
bond dowels.
XVIII. BONDING PORTLAND CEMENT MORTAR PATCHES
A bond coat of epoxy adhesive shall be applied to the surfaces of concrete
existing structural steel and reinforcing steel to be covered with portland
cement mortar patches. This work shall not begin until all unsound concrete
within the limits of the patch has been removed and the contact surfaces
have been cleaned.
The epoxy adhesive shall be applied immediately prior to placing portland
cement mortar. The area to be covered shall be surface dry and the ambient
temperature shall be 500 F., or above, when the adhesive is applied.
The epoxy adhesive shall be furnished and applied in accordance with the
provisions in Sections 95 -1, "General." and 95 -2.03, "Epoxy Resin Adhesive
for Bonding New Concrete to Old Concrete," of the Standard Specifications.
0 • SP9of13
Whenever the ambient temperature is below 650 F., Type II epoxy shall be
used. The exact rate of applying epoxy adhesive shall be as ordered by
the engineer. The adhesive shall be spread by brush, roller or spray methods
so as to cover all contact surfaces.
Full compensation for conforming to the requirements in this section shall
be considered as included in the contract price paid per pound for structural
steel (bridge) and no separate payment will be made therefor.
XIX. PORTLAND CEMENT MORTAR PATCHES
This work shall consist of cleaning the contact surfaces and furnishing,
placing, finishing and curing of portland cement mortar patches in concrete
structures. Mortar patches shall conform to the requirements of these special
provisions.
Cleaning the contact surfaces shall be accomplished by abrasive blast cleaning
the concrete and any exposed reinforcing steel or existing structural steel
as necessary to remove all rust, paint, grease, asphalt or other foreign
material. Immediately prior to applying the epoxy adhesive as required in
"Bonding Portland Cement Mortar Patches," such surfaces shall be re- cleaned
by pressure jetting, or by other approved means, as necessary to remove any
debris which has accumulated during or after abrasive blast cleaning.
Prior to placing a mortar patch, all work specified under "Bonding Portland
Cement Mortar Patches" of these special provisions shall have been completed
within the area of, the patch.
Portland cement mortar used in patches shall conform to the provisions in
Section 51 -1.135 "Mortar" of the Standard Specifications and the following:
Mortar shall be deposited on the epoxy bond coat before the epoxy adhesive
begins to set and in conformance with the time limit specified for the type
of epoxy used. Mortar shall be thoroughly consolidated and then shall be
struck off to the adjacent surface and given a wood float finish. Mortar
patches shall be cured by the non pigmented curing compound method, chlor-
inated rubber type. Damage to the film of compound before the expiration
of 3 days after the mortar is placed shall be repaired immediately with
additional compound.
Full compensation for conforming to the requirements in this section shall
be considered as included in the contract price paid per pound for structural
steel (bridge) and no separate payment will be made therefor.
XX. REINFORCEMENT
Reinforcement shall conform to the provisions in Section 52, "Reinforcement,"
of the Standard Specifications.
MEASUREMENT AND PAYMENT - -Bar reinforcing steel involved in the
bridge work, as listed under "Description of Work" of these
special provisions, except bar reinforcing steel involved in
components of the bridge work that are identified on the plans or
in these special provisions and for which payment is made under
separate contract items, will be paid for at the contract price
per pound for bar reinforcing steel (bridge).
" • .
XXI. STEEL STRUCTURES SP 10 of 13
Construction of steel structures shall conform to the provisions in Section
55, "Steel Structures," of the Standard Specifications and these special
provisions.
fpnpral
All steel used in the structure shall be galvanized to conform with the pro-
visions in Section 75 -1.05 "Galvanizing." This includes but is not limited
to beams, stud connectors, brackets, plates, angles, bolts, etc.
Welding shall be done by the manual shielded metal -arc process. Low hydrogen
electrodes conforming to the requirements of AWS A5.1 -69 for E7016 or E7018
electrodes shall be used. Electrodes shall be dried and stored as required
by AWS D2.0 -69. Welding shall not be performed in inclement or wet weather
unless satisfactory protection is provided.
The maximum size fillet weld which may be made in a single pass shall not
exceed:
3/8 inch in the flat position
5/16 inch in horizontal or overhead position
1/2 inch in the vertical position
For welding in the vertical position, the progression of all passes shall be
upward.
Welding operators must be prequalified by satisfactorily completing a field
qualification test weld before performing welding operation on the project.
Qualification test welds shall be made by the operator in the presence of
the engineer, using materials similar to those to be welded on the project
in the same position and conditions of welding as will be encountered in the
work.
The field qualification test shall consist of evaluation by the engineer of
a 6 -inch long fillet weld made between 2 plates placed at 90 degrees to one
another. Evaluation will be made by applying a force or striking the plates
so as to place the root of the weld in tension until the weld breaks or
yields and then visually inspecting the weld. The specimen shall pass the
test if it bends flat upon itself. If the weld breaks or yields the qualifi-
cation test shall be unacceptable if the inspection discloses any of the
following:
a. Lack of penetration into the root of the joint.
b. Incomplete fusion to the base metal
c. Overlap cracks or excessive undercut.
d. Individual inclusions or porosity larger than 3/32" in
greatest dimension or the sum of all inclusions and
porosity of more than 3/8" in the 6 -inch long specimen.
All structural steel involved in the bridge work, except steel described as
separate items and for which payment is provided elsewhere herein, will be
paid for at the contract price per pound for structural steel. This price
shall include galvanizing.
SP 11 of 13
Hardware included in4e measurement and payment for Ouctural steel (bridge)
consists of stud connectors, all brackets, plates and bolts connecting steel
to steel, steel to timber and timber to concrete.
XXII. LAMINATED GIRDERS AND DECK
Glued laminated timber indentified on the plans as Glulam girder and Glulam
deck shall conform to the details shown on the plans, the provisions in Section
57, "Timber Structures," and the Standard Specifications and these special
provisions.
Materials, Manufacture and Quality Control for laminated members shall meet
the structural requirements and laminating specifications of voluntary Product
Standard PS56 -73, "Structural Glued Laminated Timber," of the American
Institute of Timber Construction and shall be of such stress grade to provide
glued laminated members with allowable stress values of 2400 psi in bending,
1600 psi in tension, 1500 psi in compression parallel to grain for a dry
condition of service.
Adhesives shall meet the requirements for a wet condition of service.
Appearance of girders shall be Architectural Grade.
A coat of end sealer shall be applied to the ends of all members as soon as
practicable after end trimming. Surfaces of members shall be sealed with
penetrating sealer. Girders shall be individually wrapped.
Members shall be marked with Quality Marks and, in addition, a Certificate of
Conformance shall be provided to indicate conformance with PS56 -73.
Attention is directed to Section 5 -1.02, "Plans and Working Drawings," of the
Standard Specifications. Initially, three sets of working drawings shall be
submitted to the engineer for review. After review, six additional sets of
drawings shall be submitted for final approval and for use during construction.
Laminated girders shall be erected using padded or non - marring slings and
corners shall be protected with wood blocking. All holes and countersinks
shall be thoroughly swabbed with two applications of the same preservative
used in treatment of the members.
Any falsework used for the erection of the girder spans shall conform to the
provisions in Section 56 -1.06, "Falsework," of the Standard Specifications.
Glued laminated girders and glued laminated deck will be measured and paid
for by the thousand board foot measure from dimensions shown on the plans.
The contract prices paid for glued lamined girder and for glued laminated
deck shall include full compensation for furnishing all labor, materials,
tools, equipment and incidentals and for doing all the work involved in the
completion of the timber portions of the structure, including hardware and
preservatives, complete in place, as shown on the plans, and as specified
in the Standard Specifications and these special provisions, and as directed
by the engineer.
Hardware included in the payment for glued laminated girder and glued
laminated deck consists of lagbolts, steel dowels and flashing.
SP 12 of 13
XXIII. PRESERVATIVE TREATMENT OF LAMINATED GIRDERS AND DECK
All laminated girders and deck shall be pressure - processed in accordance with
Section 58 of the Standard Specifications, these special provisions and the
standards of the American Wood Perservers' Association and the supplier.
The girders and deck shall be treated after laminating.
The preservative used shall be pentachlorophenol meeting the requirements of
Section 1 of AWPA Standard P -8, "Standards for Oil -Borne Preservatives ". The
solvent carrier shall meet the requirements of Section 2 of AWPA Standard P -9
"Standard for Hydrocarbon Solvents for Oil Borne Preservatives."
The pressure treatment shall be conducted in accordance with AWPA Standard C -2
(Lumber, Timber, etc.), C -28 (Lumber Treated after Laminating).
Penetration of pentachlorophenol shall be determined using the penta check
method, Section 5, AWPA Standard A -3.
Minimum retention of pentachlorophenol shall be 0.6p.c.f. by assay.
When sawing or drilling is necessary after plant treatment, the cut surfaces
shall be thoroughly brushed with two coats of the same kind of preservative
in conformance with AWPA Specification M -4. The maximum protection requirement
specified therein shall be met in all instances.
Full compensation for treatment of laminated girders and deck as specified in
these special provisions and in the Standard Specifications, and as directed
by the engineer shall be considered as included in the contract prices paid
for furnishing "Glued Laminated Girder" and "Glued Laminated Deck" and no
separate payment will be made for the treatment.
XXIV. NON -SKID SURFACING
Non -skid surfacing shall consist of an epoxy paint providing the bonding
agent for grit particles sprinkled onto the wet paint surface.
Paint shall be a 2 component epoxy paint of first grade commercial quality
for exterior use. The epoxy paint shall be a gray color closely matching
Federal Standard Color No. 36492. The paint shall be applied in 2 coats
having a total dry film thickness of not less than 4 mil.
Grit particles shall conform to the requirements in Section 51 -1.20, "Sidewalks,
Curbs and Stairways on Bridges," and shall be applied uniformly to each coat
of epoxy paint in a quantity sufficient to result in no wet or bare spots
as determined by the engineer.
Non -skid surfacing shall cover all but the outside 6 inches of the timber
decking for the full length of said decking.
Quantity of non -skid surfacing to be paid for will be the top surface of the
timber decking measured by the square foot.
The contract price paid per square foot for non -skid surfacing shall include
full compensation for furnishing all labor, materials, tools, equipment and
incidentals and for doing all work involved in applying non -skid surfacing
as specified in this section, and as directed by the engineer.
SP 13 of 13
XXV`. ALUMINUM BRIDGE RAILING
Baluster railing and pipe railing shall conform to the provisions in Section
83 -1, "Railings," of the Standard Specifications and these special provisions.
All railing components except bolts shall be fabricated from aluminum 6063 -T6
Alloy conforming to ASTM 8221. Railing bolts shall be high strength steel
conforming to ASTM Designation A 325 and shall be galvanized.
Aluminum railing shall have an anodic coating of either Duranodic or Hard -coat
No. 100 or equal with dark bronze finish.
FuIll compensation for conforming to the requirements specified herein shall be
considered as included in the price paid per linear foot for the types of
railings shown on the plans and no additional compensation will be allowed
therefor.
XXVI, STREET LIGHT SYSTEM
Electrical work and materials shall conform to Section 86 of the Standard
Specifications and the appropriate Standard City Drawings, Nos. 200 -L, 201 -L,
202 -L, 203 -L, and 204 -L.
Work to be provided under the lump sum bid item for "Street Light System" shall
include all work and materials necessary to provide the multiple (parallel)
street light system shown on the plans. It shall also include all costs necess-
ary to provide continuous service for the navigational lighting system and to
change this system from series to multiple (parallel).
0 0
RESOLUTION NO. 8 8':
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO JAMES W.
FORD IN CONNECTION WITH LIDO ISLAND BRIDGE
PEDESTRIAN WALKWAY ADDITION, CONTRACT NO. 1814
WHEREAS, pursuant to the notice inviting bids for
work in connection with the Lido Island Bridge Pedestrian
Walkway addition, in accordance with the plans and specifica-
tions heretofore adopted, bids were received on the 17th day
of June, 1976, and publicly opened and declared; and
WHEREAS, it appears that the lowest responsible
bidder therefore is James W. Ford;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of James W. Ford
for the work in the amount of $49,992.40 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 28th day of June , 1976.
ATTEST:
City Clerk
r
DDO /bc
6/22/76