Loading...
HomeMy WebLinkAboutC-2014 - Professional Engineering Services, Design Report; Balboa Island Bridge RepairsgW Pp CITY OF NEWPORT BEACH CALIFORNIA a" City uau C"('post 7300 W. Newport Rlvd. i Area Gode 714 DATE Jim 12, 1980 TO: FINANCE DIRECTOR FROM: City Clerk SUBJECT: Contract No. 2014 Description of Contract Balboa Island Bridge Frahabilitaticn, to el II, FSZ Authorized by Resolution No. 9798 , adopted on June 9, 1980 Effective date of Contract June 11, 1980 Contract with Converse Wand Davis Dixon, Ing., Address 1440 S. State College Blvd. Anaheim, CA 92806 Amount of Contract am cmtract Ai city Clerc CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 W. Newport Boulevard TO: CITY CLERK ATTENTION: Date June 10, 1980 SUBJECT: BALBOA ISLAND BRIDGE REHABILITATION, LEVEL II �C-2014% We are transmitting the following: No. Copies Description an Agreement for Engineering Services Remarks: CX1 This agreement has been prepared pursuant to Council Agenda Item No. H-2(h) dated June 9, 1980. Please execute and return these copies to me. By:� /G' Lloyd Dalton Design Engineer LD:jd Att. AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES FOR BALBOA ISLAND BRIDGE REHABILITATION, LEVEL II THIS AGREEMENT is made and entered into this day of June, 1980, by and between the City of Newport Beach, a Municipal Corporation, hereinafter referred to as "CITY ", and the firm of Converse Ward Davis Dixon, Inc., Geotechnical Consultants, hereinafter referred to as "ENGINEER ". W I T N E S S E T H WHEREAS, CITY has heretofore employed ENGINEER to provide geotechnical engineering services in conjunction with the Balboa Island Bridge Rehabilitation, Level I repairs, such services to be compensated per Purchase Order No. 13394 (total not to exceed $3600); and WHEREAS, CITY has revised the scope of bridge rehabilitation to Level II repairs, such that geotechnical engineering services are required for the installation of 96 bridge piles in lieu of the 16 bridge piles included in Level I repair; and WHEREAS, ENGINEER has submitted a proposal to CITY (dated May 21, 1980) V to perform geotechnical engineering services for the installation of 96 bridge piles included in Level II repair, compensation for such services estimated to total $13,150, including costs already accrued and /or paid in 1979 and 1980 against Purchase Order No. 13394; and WHEREAS, CITY desires to accept said proposal and to supercede Purchase Order No. 13394 with this AGREEMENT, NOW THEREFORE, in consideration of the foregoing, the parties hereto agree as follows: I. GENERAL A. CITY engages ENGINEER to perform the services hereinafter described for the compensation hereinafter set forth. B. ENGINEER agrees to perform said services upon the terms hereinafter set forth. C. CITY and ENGINEER shall supercede the provisions of Purchase Order No. 13394 with the provisions included in this AGREEMENT. II. SERVICES TO BE PERFORMED BY ENGINEER ENGINEER hereby agrees to perform the following services: A. Review final structural engineering calculations with respect to geotechnical data (senior or principal Engineer), -1- E B. Assist in preparation of pile driving final specifications. C. Observe and consult during pile driving (190 hours of pile driving observation by a staff Engineer, plus consultation by senior or principal. Engineer). D. Prepare final report on pile driving observations. III. DUTIES OF CITY CITY hereby agrees to supply ENGINEER with construction plans as needed for Balboa Island Bridge Rehabilitation, Level II. IV. OWNERSHIP OF PROJECT DOCUMENTS Original drawings, reports, notes, maps and other documents shall become the property of CITY and may be reproduced and utilized as deemed necessary by CITY. V. RIGHT OF TERMINATION CITY reserves the right to terminate this AGREEMENT at any time by giving ENGINEER seven (7) days prior written notice; notice shall be deemed served upon deposit in the United States mail, postage prepaid, addressed to the ENGINEER'S business office at 1440 South State College Boulevard, Anaheim, California 92806. In the event of termination due to error, omission or negligence of ENGINEER, CITY shall be relieved of any obligation to compensate ENGINEER for that portion of this AGREEMENT affected by such error, omission or negligence of ENGINEER. If this AGREEMENT is terminated for any other reason, CITY agrees to compensate ENGINEER for actual service performed up to the effective date of the Notice of Termination, on the basis of the FEE SCHEDULE hereinafter set forth. VI FEE SCHEDULE AND PAYMENT In consideration of the performance of the above described geotechnical engineering services, CITY hereby agrees to compensate ENGINEER an amount based upon the hourly rate schedule set forth below. In no event shall aggregate compensation be greater than Thirteen Thousand One Hundred Fifty Dollars ($13,150) maximum fee except as otherwise provided herein. - 2 - A. Hourly fees for office and field personnel shall be per the following FEE SCHEDULE: Principal, Officer $75.00 I Principal Engineer or Geologist 60.00 Senior Engineer or Geologist 55.00 Project Engineer or Geologist 45.00 Staff Engineer or Geologist 35.00 Supervisory Technician 37.00 I Senior Technician 33.00 Technician 29.00 Junior Technician 22.00 Technical Typing & Reproduction 22.00 B. Related fees, as advanced by ENGINEER, may be authorized by CITY. C. Compensation shall be paid to ENGINEER as follows: 1. Monthly partial payments shall be based on the amount earned each month as determined by the FEE SCHEDULE. The sum of monthly partial payments shall not exceed ninety percent (90 %) of maximum fee. 2. Balance of aggregate compensation shall be paid upon completion of the work specified in Section II, SERVICES TO BE PERFORMED BY ENGINEER. VII. ADDITIONAL WORK Additional work authorized by the CITY and completed by the ENGINEER, but not included in this AGREEMENT, shall be compensated on an hourly basis in accordance with FEE SCHEDULE, Section VI, FEE SCHEDULE AND PAYMENT. VIII. AMENDMENT The scope of services to be furnished by ENGINEER may be revised and the maximum fee amended with prior written approval of the CITY, except that an increase in the maximum fee exceeding Two Thousand Five Hundred Dollars ($2,500) shall require that an amendment.for such revision be processed and executed by the parties hereto. IX. ASSIGNMENT This agreement or any portion thereof shall not be assigned without the prior written consent of CITY. - 3 - 9 0 X. HOLD HARMLESS ENGINEER shall assume the defense of and indemnify and hold harmless CITY and its officers and employees from claims, loss, damage, injury and liability arising from error, omission, or negligence in ENGINEER'S performance of services required by this AGREEMENT. IN WITNESS WHEREOF, the parties hereto have executed this AGREEMENT on the date first written above. Attest: Bye City Clerk Approved as to For By. City Attorney - 4 - CITY OF NEWPORT BEACH By — MayorPeo Tem CONVERSE WARD DAVIS DIXON, INC. GEOTECCHNICAL CONSULTANTS By Engineer By Engineer ter.. TO: CITY COUNCIL • June 9, 1980 CITY COUNCIL AGENDA ITEM NO. H -2(h) FROM: Public Works Department SUBJECT: AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES: BALBOA ISLAND BRIDGE REHABILITATION, LEVEL II RECOMMENDATION: Adopt a resolution authorizing the Mayor and the City Clerk to execute the subject agreement with Converse Ward Davis Dixon, Inc., Geotechnical Consultants, which supersedes the provisions of Purchase Order No. 13394. DISCUSSION: In May 1979, the City employed Converse Ward Davis Dixon, Inc. to provide geotechnical engineering services in conjunction with the Balboa Island Bridge Rehabilitation, Level I. Such services were to be compensated per Purchase Order No. 13394 (total not to exceed $3,600) for the installation of 16 bridge piles. Subsequently, the City revised its scope of bridge rehabilitation to Level II repairs, such that geotechnical engineering services are required for the installation of 96 bridge piles. Converse Ward Davis Dixon, Inc. has sub- mitted a revised proposal to the City for such services. Their compensation is estimated to total $13,150, including costs already accrued or paid in 1979 and 1980 against Purchase Order No. 13394. The Converse Ward Davis Dixon, Inc., proposal includes the following scope of services: 1. Review final structural engineering calculations with respect to geotechnical data. 2. Assist in preparation of pile driving final specifications. 3. Observe and consult during pile driving. 4. Prepare final report on pile driving observations. It is staff opinion that the proposal is appropriate for the addi- tional services involved. Adequate funds exist in the Balboa Island Bridge Rehabilitation account (Budget No. 02- 4197 -184) for compensation of Converse Ward Davis Dixon, Inc. 6j-. )V4 Benjamin B. Nolan Public Works Director LD:jd 0 ! RESOLUTION NO. 9798 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT FOR PRO- FESSIONAL ENGINEERING SERVICES BETWEEN THE CITY OF NEWPORT BEACH AND CONVERSE, WARD, DAVIS & DIXON, INC., IN CONNECTION WITH THE BALBOA ISLAND BRIDGE REHABILITATION, LEVEL II WHEREAS, there has been presented to the City Council of the City of Newport Beach a certain Agreement for Professional Engineering Services between the City of Newport Beach and Converse, Ward, Davis & Dixon, Inc., in connection with the Balboa Island Bridge rehabilitation, Level II; and WHEREAS, the City Council has reviewed the terms and conditions of said Agreement for Professional Engineering Services and found them to be satisfactory and that it would be in the best interest of the City to execute said Agreement, NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the Agreement for Professional Engineering Services above described is approved, and the Mayor and City Clerk are hereby authorized and directed to execute the same on behalf of the City of Newport Beach. ADOPTED this 9th day of June , 19B0. Mayor Pro Tan ATTEST: City Clerk kv 6/4/80 CITY OF NEWPORT BEACH CALIFORNIA ruy hall 3300 W. Newport Blvd. .. °'.' Area Code 714 DATE July 17, 1980 TO: FINANCE DIRECTOR FROM: City Clerk SUBJECT: Contract No. 2014 Description of Contract � Services for the Reconstruction of Authorized by Resolution No. City , adopted on July 16, 1980 Effective date of Contract July 16, 1980 Contract with Boyle Engineering Services Address 1501 Quail. Street Newport Beach, CA 92660 Amount of Contract see contract City 4cler .v r% .v THE NEWPORT ENSIGN PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF CALIFORNIA, s. County of Orange, I am a citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the above - entitled matter. I am the principal clerk of the printer of the Newport Harbor Ensign newspaper of general circula- tion, printed and published weekly in the city of Newport Beach, County of Orange, and which news- paper has been adjudged a newspaper of general circulation by the Superior Court of the County of Or- ange, State of California, under the date of May 14, 1951, CASE NUMBER A -20178 that the notice, of which the annexed is a printed copy (set in type not smaller than nonpareil) has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates to -wit: Publ i.she.d.. July ..16 ,1.980 ...... I certify (or declare) under penalty of perjury that the fore ofng is true and correct. Dated at Newport each, INifornia, this16 day ofJu1V.4,9 80 Signature THE NEWPORT ENSIGN 2721 E. Coast Hwy., Corona del Mar, California 92625. ThOpace is for the County Clerk's Filing Stamp A Notice Proof of Publication of Contract #2014 rronbc�on� ■onaDnenAO� I -d M 00 Go wa3W N W ob rbo d ur oy L1h: expo N"yr am,. Nwyr e.� G We03 mtl o as atlr 191b dq al awr; of udsftdfw bp.""ad, a on m mb, rpeo. Mn t D.I. Clowvn abd.rt. ha.noaw� bYWe. a mnd b.e. dod•RY aaoEauogb Ml sam tM cus_ C woau 'Cdocbe. 99pV ad Wpmtl =."a ,b aa'amaow :wW,nyataat. 0M&ibl8d m W bm aa..s. soon +meat &a be �moYNa 67 W Ltlm+i bran Aw:1 rd - adoar— tram't5� cake of tw 1"h"4 am M", M,&' ft-&W mb meba aaoavmay m.'M n. b.abtfadb=Uppd. Aft-, pft"d aw� a M. ,(7{q Mb Ps� ►mble;b nftTh,,, W PROOF OF PUBLICATION 7 July 16, 1980 TO: CITY CLERK FROM: Public Works Department SUBJECT: BALBOA ISLAND BRIDGE REHABILITATION, C -2014 Attached for your records are the following: One executed AGREEMENT for Professional Engineering Services for the Reconstruction of Balboa Island Bridge. Lloyd Dalton Project Engineer LRD:em Att. • • AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES FOR BALBOA ISLAND BRIDGE REHABILITATION This AGREEMENT is made and entered into this & � day of July, 1980 by and between the City of Newport Beach, a municipal corporation herein- after referred to as "CITY ", and Boyle Engineering Corporation, a consulting firm hereinafter known as "ENGINEER ". W I T N E S S E T H WHEREAS, CITY intends to award a construction contract for "Balboa Island Bridge Rehabilitation ", hereinafter known as "PROJECT "; and WHEREAS, CITY desires to retain a consulting firm to provide construction engineering service for "PROJECT "; and WHEREAS, ENGINEER has successfully completed consulting services for CITY concerning PROJECT; that is, a report of structural condition of Balboa Island bridge and the preparation of plans and specifications for PROJECT; and WHEREAS, ENGINEER has submitted a proposal to CITY, dated July 7, 1980, for the performance of construction engineering services for PROJECT; and i WHEREAS, CITY desires to accept said proposal; NOW,THEREFORE, in consideration of the foregoing, the parties hereto agree as follows: I. GENERAL A. CITY engages ENGINEER to perform the services hereinafter described for the compensation hereinafter set forth. B. ENGINEER agrees to perform said services upon the terms hereinafter set forth. II. SERVICES TO BE PERFORMED BY ENGINEER ENGINEER hereby agrees to perform the following services for the review of shop drawings: 1. Shop drawings shall be reviewed and commented upon for general compliance with the plans and specifications. 2. First resubmittal of shop drawings shall be reviewed and commented upon for general compliance with the plans and specifications. M 0 3. Shop drawings sections to be reviewed by ENGINEER: a. Construction schedule b. Falsework c. Reinforcing bar lists and placing diagrams d. Prestressed concrete pile drawings e. Concrete, mortar, epoxy and finish materials f. Special sidewalk finishes (alternate bid items also included) g. Metal Railings h. Miscellaneous metal, including seismic ties and expansion joints. i. Electrical material and equipment lists III. DUTIES OF CITY CITY hereby agrees to perform the following: 1. Transmit to ENGINEER shop drawing submittals which have been reviewed and approved by the construction Contractor. 2. Transmit (and approve, if appropriate) to construction Contractor shop drawing submittals which have been reviewed and commented upon by ENGINEER. IV. TIME OF COMPLETION 1. ENGINEER shall review and return to CITY each shop drawing section as soon as practicable, but not later than 20 calendar days after date of receipt from CITY, except that drawings received by ENGINEER on Saturday or Sunday shall be assumed to have been received on the following Monday. 2. When 2 or more shop drawing sections are received by ENGINEER on the same date, shop drawing sections shall be reviewed in sequence established by CITY, and shall be returned to CITY as soon as practicable but not later than 20 calendar days after date of receipt from CITY. V. AGGREGATE COMPENSATION, FEE SCHEDULE AND PAYMENT A. In consideration for the performance of work specified in Section II SERVICES TO BE PERFORMED BY ENGINEER, CITY hereby agrees to compensate ENGINEER an hourly amount based upon FEE SCHEDULE set forth below. In no event shall AGGREGATE COMPENSATION be greater than Eight Thousand Eight Hundred Sixty Dollars ($8860). - 2 - 0 0 B. FEE SCHEDULE Classification Hourly Fee Consulting Engineer $ 65.00 Principal Engineer 56.00 Senior Engineer 47.50 Associate Engineer 40.00 Assistant Engineer 33.00 Senior Technician 32.00 Technician 30.25 Senior Draftsman 28.00 Draftsman 24.00 Clerical 16.00 Related miscellaneous fees, as advanced by ENGINEER, may be authorized for compensation by CITY. C. CITY shall compensate ENGINEER as follows: 1. Monthly partial payments shall be based upon the amount earned each month as determined by FEE SCHEDULE set forth above. The sum of monthly partial payments for work specified in Section II SERVICES TO BE PERFORMED BY ENGINEER shall not exceed ninety percent (90 %) of. AGGREGATE COMPENSATION. 2. The balance ten percent (10 %) of the sum of monthly partial payments shall be paid upon completion of work specified in Section II SERVICES TO BE PERFORMED BY ENGINEER. VI. ADDITIONAL WORK In consideration for the performance of ADDITIONAL WORK authorized by CITY but not included in this AGREEMENT, CITY hereby agrees to compensate ENGINEER an hourly amount based upon Section V B FEE SCHEDULE. VII. AMENDMENT The scope of work specified in Section II SERVICES TO BE PERFORMED BY ENGINEER may be revised and AGGREGATE COMPENSATION revised with prior written approval of CITY, except that an increase in AGGREGATE COMPENSATION exceeding two thousand five hundred dollars ($2500) shall require that an amendment for such revision be drafted and executed by the parties hereto. - 3 - 0 0 VIII. RIGHT OF TERMINATION CITY reserves the right to terminate this AGREEMENT at any time by serving ENGINEER with seven (7) days' prior written notice. Notice shall be deemed served upon deposit in United States Postal Service, postage paid, addressed to ENGINEER'S business office at 1501 Quail Street, Newport Beach, CA 92663. In the event of termination due to error, omission or negligence of ENGINEER, CITY shall be relieved of obligation to compensate ENGINEER for that portion of this AGREEMENT affected by such error, omission or negligence of ENGINEER. If this AGREEMENT is terminated for any other reason, CITY agrees to compensate ENGINEER, for actual services performed up to the effective date of the notice of termination, an hourly amount based upon Section V B -FEE SCHEDULE. IX. ASSIGNMENT This AGREEMENT or any portion thereof shall not be assigned without the prior written approval of CITY. X. HOLD HARMLESS ENGINEER shall assume the defense of, and indemnify and hold harmless CITY and its officers and employees from claim, loss, damage, injury and liability arising from error, omission or negligence in ENGINEER'S performance of work provided for by this AGREEMENT. IN WITNESS WHEREOF the parties hereto have executed this AGREEMENT on the date first written above. Approved as to f by r (s c City Attorney CIT F NEWPORT BEACH by City Manager BOYLE ENGINEERING CORPORATION by�� Engi neeh - 4 - v By The CiTY CCUi•i':ii ,S RESOLUTION NO. o A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH ADOPTING THE BUDGET FOR THE 1979 -80 FISCAL YEAR, AND RESCINDING RESOLUTION NO. 9565 WHEREAS, the City Manager of the City of Newport Beach has prepared and submitted to the City Council a preliminary annual budget for the Fiscal Year 1979 -80; and WHEREAS, the City Council has reviewed said prelimi- nary budget, determined the time for the holding of a public hearing thereon, and caused a notice of said hearing to be published not less than ten (10) days prior thereto in the official newspaper of the City, and copies of the proposed budget were made available for inspection by the public in the Office of the City Clerk at least ten (10) days prior to said hearing; and WHEREAS, the City Council has held a continued public hearing on said preliminary budget on June 11, 1979, and has made such revisions in the preliminary budget as it deemd advisable; and WHEREAS, all requirements of the City Charter relating to the preparation and consideration of the annual budget have been complied with, NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the budget of the City of Newport Beach for the Fiscal Year 1979 -80 as revised by the City Council is hereby adopted. The total approved appropriation of $28,455,800 has been allocated to the following funds in the amounts hereinafter shown: BE IT FURTHER RESOLVED that a copy of said approved budget, certified by the City Clerk, shall be filed with the persons retained by the City Council to perform auditing functions for the Council, and a further copy shall be placed, and shall remain on file, in the Office of the City Clerk where it shall be available for public inspection. BE IT FURTHER RESOLVED that the budget so certified shall be reproduced and copies made available for the use of the public and of departments, offices and agencies of the City. BE IT FURTHER RESOLVED that Resolution No. 9565 is hereby rescinded. -2- Total Operating Capital Improve- Approved Budget ment Budget Budget General Fund $ 16,331,155 $ 1,943,760 $ 18,274,915 Park and Recrea- tional Fund 1,295,950 53,000 1,348,950 1 Library Fund 894,220 894,220 Retirement Fund 1,589,920 11589,920 Federal Revenue Sharing Fund 330,115 330,115 State Gas Tax Fund (Sec. 2106) 502,500 502,500 State Gas Tax Fund (Sec. 2107) 465,000 465,000 Arterial Highway Financing Project Fund 195,500 195,500 Contributions Fund 362,000 362,000 Capital Improvement Fund 144,000 144,000 Building Excise Tax Fund 396,020 396,020 Water Bond I & R Fund 85,500 85,500 . Water Fund 2,885,980 934,930 3,820,910 Marinapark Fund 46,250 46,250 TOTAL $ 23,128,975 $ 5,326,825 I $ 28,455,800 BE IT FURTHER RESOLVED that a copy of said approved budget, certified by the City Clerk, shall be filed with the persons retained by the City Council to perform auditing functions for the Council, and a further copy shall be placed, and shall remain on file, in the Office of the City Clerk where it shall be available for public inspection. BE IT FURTHER RESOLVED that the budget so certified shall be reproduced and copies made available for the use of the public and of departments, offices and agencies of the City. BE IT FURTHER RESOLVED that Resolution No. 9565 is hereby rescinded. -2- ADOPTED this 25th day of ATTEST; City Clerk Mayor -3- June , 1979 DDO /kb 6/22/79 TO: CITY COUNCIL FROM: Public Works Department r. July 23, 1979 CITY COUNCIL AGENDA ITEM NO. H -2 (a) SUBJECT: BALBOA ISLAND BRIDGE REHABILITATION (CONTRACT 2014) RECOMMENDATION: Adopt a resolution authorizing the Mayor and the City Clerk to exe- cute an amendment to an existing contract with Boyle Engineering Corporation to provide engineering services in connection with rehabilitating the Balboa Island Bridge. DISCUSSION: In January 1979, the City entered into a contract with Boyle Engineering Corporation to prepare plans, specifications, and estimates for Phase I rehabilitation of the Balboa Island Bridge (superstructure repair and replacement of 2 pile bents). The contract was for $29,600. The plans for this work are currently being prepared. Subsequently the City determined to proceed with Phase II rehabili- tation (substructure repairs), plus widening the sidewalks and separating bicycles and wheelchairs from pedestrians at the southerly approach. The pro- posed amendment to the Boyle contract will provide for revising the plans, specifications, and estimates to include the additional work. Compensation will be based on the standard hourly original contract (copy of rates attached), with a maximum n $22,400 for additional engineering plus $720 for additional fee has been reviewed by the Public Works Department, and is priate for the work involved. Benjamin B. Nolan Public Works Director KLP:jd Att. rates in the of to exceed surveying. The felt to be appro- A. Hourly rates for office and field personnel shall be as follows: Classification Rate per Hour Consulting Engineer $55.00 Principal Engineer $48.00 Senior Engineer $42.00 Associate Engineer $35.00 Assistant Engineer $28.50 Senior Technician $28.00 Senior Drafter $24.50 Clerical $13.00 Licensed Surveyor $38.00 Three -man Survey Party $90.00 Two -man Survey Party $68.50 RESOLUTION NO. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AMENDMENT TO AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES BETWEEN THE CITY OF NEWPORT BEACH AND BOYLE ENGINEERING CORPORATION IN CONNECTION WITH THE BALBOA ISLAND BRIDGE REHABILITATION (C -2014) WHEREAS, there has been presented to the City Council of the City of Newport Beach a certain Amendment to Agreement for Professional Engineering Services between the City of Newport Beach and Boyle Engineering Corporation in connection with the Balboa Island Bridge rehabilitation; and WHEREAS, the City Council has reviewed the terms and conditions of said Amendment and finds them to he satisfactory and that it would be in the best interest of the City to execute said agreement, NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the agreement above described is approved, and the Mayor and City Clerk are hereby authorized and directed to execute the same on behalf of the City of Newport Beach. ADOPTED this 23rd ATTEST: City Clerk day of Ju Mayor 1979. kb 7/17/79 & 0 BY the �- ±;•:.:ALBOA ISLAND IMPROVEMENT ASSN 7B P. O. BOX #64 BALBOA ISLAND, CALIFORNIA 92667 N f TELEPHONE (714) 675 -1773 June 18, 1979 Mayor Paul Ryokoff I6 �N1 pF City Council Members r.0 City of Newport Beach 0 Nep P�F 3300 Newport Boulevard Newport Beach, CA 92663 v s rn Ladies and Gentlemen: SUBJECT: Balboa Island Bridge Sidewalks Your decision last Monday night to again consider widening the sidewalks of our Bridge gave us the opportunity to work even harder toward a possible design that would meet the priorities of Islanders who use the Bridge while staying within the estimated budget. We are very grateful for this chance. Let me first give you our goals, hoping they fall within the guidelines you envision for all pedestrian/vehiole patterns within our City: 1, SAFETY- -for pedestrians, bikers, skaters, and oars, trucks, busses; 2. Best ARRANGEMENT FOR NECESSARY INTERACTION of the above -- a. Sidewalks wide enough for pedestrians and bikes to safely pass, b. Bike riding on the far right of streets (as by Veh. Code) going with traffic; not on sidewalks, o. Roller skates and skateboarders encouraged to stay off heavily used streets and to move carefully and safely with pedestrians on sidewalks; 3. For PjASpNS CONFINED TO WHEELCHAIRS, safe access to sidewalks, especially those necessary for emergency movement. Second, here is a brief description of a design that meets all of these goals. (Needless to say, I hope you will be guided by mT words, but depend on the drawings you will receive Thursday from our City a professionals in bridge construction!): 1. Sidewalks on both sides of the Bridge widened to 7 feet; L C7 There will be sets of a -throw alvanized and rails. Out - "` ''`'' "' side, along the water edge o the sidewal , and inside, separating street traffic and sidewalk traffic. The latter will be mounted on a thick cement wall about 15 inches high (to prevent care going over into the water, yet low enough to be a window on the Bayl; or 4...1 L C7 0 SALBOA ISLAND Mayor Paul Ryokoff City Council Members 0 IMPROVEMENT ASS'N P. O. BOX #64 BALBOA ISLAND, CALIFORNIA 92662 TELEPHONE (714) 675 -1773 June 18, 1979 3, The Island -side Bridge entrances will accommodate all users: Page 2 a. Just off the Bridge, the WIDE SIDEWALK WILL SPLIT: 1) Pedestrians will turn at-right angles in the waterside a an esoend to the Bay Front level, 2) BioBio diets, 7ne streetelde halr, will ride down a short, gentle. slope on to the street, guided by white striping as used throughout the City, thus moving with traffic on Marine Avenue or through the North Bay alleys, b. PEOPLE WALKING, having no use for the Bridge, will be able to move as they do today- -the Marine Avenue sidewalks will turn Into the North Bay Front walks and not be affected by Bridge entrance changes; 4. The nland entrances will be widen d, with no grade problems requiring steps or slopes; 5. To encourage oijewalk-only use by skaters, the entire street surface, including bicycle access slopes, Will e covered with a coarse ara e asphalt. Third, let me just add that without these wider sidewalks, pedestrians will HAVE GAINED NOTHING (except for earthquake strengthening, o course CE THE BRIDGE WAS CONSTRUCTED IN 1928 for a half -built Island of summer cottages- - despite nearly a half- million dollars in remodeling. Very little additional money is needed: Bike Trails funds already designated can be transferred to the Bridge project and County aid is available. Our Association respectfully requests this transfer and the budgeting of the small extra amount, so that work can be done as inexpensively as possible -- during all the other Bridge construction. Finally, your Council has endeavored suoo its mandate after election. By a vote of Island answered YES to a May opinion poll SIDEWALKS. Our Balboa Island Improvement consider these constituents and provide a and visitors who come to the Island. Sincerely, )�� � . bssfully for 2 to 1. the question to Association safe walkwa,, the past year to meet citizens of Balboa WIDEN THE BRIDGE asks you to please r for all the residents Gail Vinje Smith, President CC: Balboa Island Business Assoc.; Little Balboa Island Property Owners Assoc.; Balboa Island Chamber of Commerce; Charles Gross, Chief, Newport Beach Police Department By i , i1' COUN:,IL TO: CITY COUNCIL FROM: Public Works Department 1: June 25, 1979 CITY COUNCIL AGENDA ITEM NO. F -2 SUBJECT: ADDED WALKWAY WIDTH FOR THE BALBOA ISLAND BRIDGE RECOMMENDATION: If the Council desires to widen the walkways on the Balboa Island Bridge, adopt a resolution amending the 1979 -80 budget to include an appropriation of $84,000 from the General Fund to be used in con- junction with $26,000 of S.B. 821 funds. DISCUSSION: At the June 11, 1979 Council meeting, the subject of budgeting funds for the widening of the walkways on the Balboa Island Bridge was continued to allow the staff time to present several options for approach ramps on the island end of the bridge. The attached sketches show three options. Option 1: This option provides for a separation of pedestrians and wheeled users at the end of the bridge. The pedestrians would be directed to the side and down steps to the existing sidewalk much as they do today. The wheeled users would have a ramp directly to the street and into a four -foot -wide bike lane. The bridge rehabilitation program provides for the bridge and approaches to be overlaid with asphalt. A "coarse" or "open" grade asphalt can be used to create a rough surface in the bike lane to discourage roller skaters and skateboarders from using this lane to get to and from the bridge. Option 2: This option raises the grade of the existing sidewalk to match approximately that of the roadway. Pedestrians to and from the bay front walk would use steps. Pedestrians and wheeled users would share the walkway on the bridge as well as the approaches to the bridge. The slope of the walkway would be 5 %t. Option 3: This option would construct for the wheeled users a 1 in 12 (8.3 %) sloped ramp in half the sidewalk width at the end of the bridge. Where the ramp meets the existing walk, the walkway narrows. Pedestrians would be directed to use the steps to the existing walkway. June 25, 1979 Subject: Added Walkway Width for the Balboa Island Bridge Page 2 Of the three options, the staff recommends Option 1, as it seems to best serve the users and the Island residents by separating the wheeled users from the pedestrians after they leave the bridge. Existing pedestrian patterns are not changed. Also a handicapped person in a wheel chair could get to and from the bridge by traveling 90 feet in the four - foot -wide bike lane. In this respect Option 2 would be best for the handicapped because they could gain access to the bridge by staying on the walkway. However, Option 2 requires the commingling of the wheeled users on a five - foot -wide walk near the alley and would require bay front walkers to climb steps to get to Marine Avenue. Option 3 has a relatively steep ramp which could create a conflict between the wheeled users and the pedestrian at the merge point. This option also forces all users into a five- foot -wide area near the alley. The cost of the three approach options would be in the range of $10,000 to $12,000. This is a relatively small portion of the total cost of the widening of the bridge walkways. The existing walkways on the bridge are four feet wide and immediately adjacent to a ten -foot -wide automobile travel lane. Eight- foot -wide trucks with side mirrors often partially overhang the walkway. It is difficult for two pedestrians to walk side by side without being in the traveled way. Passing other pedestrians or people walking or riding a bicycle is difficult to do without some part of the person extending into the street. For these reasons the Public Works Department feels the sidewalk widening should be done in conjunction with the bridge rehabilitation. Also attached for your information is a memo prepared by the Bikeways Citizens Advisory Committee. On Saturday, June 9, committee members counted traffic on the bridge. For 3; hours the following counts were made: Bicycles Mopeds Pedestrians 506 90 572 10.4% 1.9% 11.8% Skates/ Automobiles Total Skateboards 7 3,676 4,851 0.1% 75.8% 100% The Committee's counts show that there is a substantial pedestrian and bicycle usage of the bridge. Under the approved Level 1 and 2 repairs to the bridge, the existing walkways must be removed due to deterioration. The solid concrete railings are also to be removed to lighten the load on the bridge. The amounts currently provided in the 1979 -80 budget provide for the replacement of the walkway at its present width of four feet and for an open railing. When the walkways are removed, the structural details and existing walkway support beams can be modified to include a widening of the walkway. This would involve the construction of a cantilevered section with its steel reinfor- cing and concrete tied directly into the replacement walkway. The proposed widened walkway would be seven feet wide and provide for vehicular guard rail C� • June 25, 1979 Subject: Added Walkway Width for the Balboa Island Bridge Page 3 between the walkway and the street. The cost estimate for this widening and the approach modifications is $110,000. If both walkways were to be widened at a later date rather than in con- junction with the current rehabilitation, the estimated cost would be $205,000 in today's dollars. A separate ten - foot -wide bridge on one side only is esti- m d to cost $306,000. Benjamin B. Nolan Public Works Director DW:jd Att. e J d it RAMP OPT /ON NO / OPrROX /M /�f! CX /lTit/O 6T /6aT ?POC7C SECTION B -B SECTION A -A 0 3a GIL 6wd. y z✓ RAMP OPT /ON NO 3 1 v D J - POMP Mee T.9 L.Y�9T /.Ui' ,9 "o A 6oe0! OT T,(i /8 PO /.NT d Aff /9 /�-!'GICLON.'lT�G6T a0 /LIS W'/d101O /L MAR /NE I AYE. I PLAN d 11 Q 1A I I SECT /ON D- D RAMP OP T /ON NO 2 > ' C V 0 � 1` 1 cri�T eeavice coL'e= ¢ _ MAR /NE AVE. PL AN SECT /ON C -C rec d ii e - —m G uh� a No.r.l BALBOA ISLAND BRIDGE A Traffic Limiting Device, A Dangerous Bottleneck, or Both u J 71 OJC (ilk Tam l( s coin M, BALBOA ISLAND BRIDGE - A Traffic Limiting Device - Balboa Island Bridge, one of only two means of vehicular entrance and exit to the Balboa Island /Little Island com- plex, serves as a reasonably effective traffic regulator through its restricted approaches, narrow two -lane con- struction, small span and reasonable speed limit. A limited capacity of the Balboa Ferry precludes a con- siderably heavier through or cross - Island traffic flow. Short of replacing the existing span with a modern struc- ture, little can or should be done to increase vehicular • traffic access to Balboa Island. The Island, its resi- dents, merchants and facilities can only absorb so much in the way of increased traffic. 9 0 BALBOA ISLAND BRIDGE - A Dangerous Bottleneck - With the continuing development of the City of Newport Beach and surrounding areas, the Balboa Island complex of surface streets, bridge and ferry face increasingly heavy demands, both for four - wheeled vehicular traffic as well as motorcycles, mopeds, bicycles and pedestrians, not to mention the skateboarders and rollerskaters. A number of very difficult situations exist with respect to the free and safe movement of all forms of transpor- tation across the principal artery to the Island, the Balboa Island Bridge. Observations by the Bikeways Citizens' Advisory Committee (conducted this past weekend of Bridge traffic patterns) indicate that the principal problem consists in a direct conflict between bicycles and vehicular traffic. On the following page are those movements observed in both di- rections across the bridge in the hours noted, both for Saturday and Sunday. 16 BALBOA ISLAND BRIDGE - A Dangerous Bottleneck SKATES/ TIME BICYCLES MOPEDS PEDESTRIANS SKATEBOARDS AUTOMOBILES (Saturday, June 9th) 12:45 -1:45 113 23 119 4 811 1:45 -2:45 128 26 183 2 904 4:00 -4:30 96 21 87 -0- 565 4:30 -5:00 76 9 109 1 655 5:00 -5:30 93 11 74 -0- 741 (Sunday, June 10th) 11:15 -12:30 185 26 106 Not Counted Not Counted 2:00 -3:30 238 31 211 Not Counted Not Counted 0 IQ BALBOA ISLAND BRIDGE - A Dangerous Bottleneck While the narrow walkway (approx. 4 feet) permits care- ful pedestrian traffic flow in both directions on both'. sides of the bridge, it does preclude, in most cases, bicycle travel using those same walkways. Our observa- tions over Saturday and Sunday indicate 90 to 92 percent of the bicycle traffic elects to or is forced to ride in the auto roadway. The resultant intermix both slows down automobile entrance and exit as well as creating a very real danger and hazard to bicyclists. Efforts to cosmetically improve the existing Balboa Island Bridge spelled out as Level One under Contract No. 2014 (Public Works Department), covered under Item H -1 of the Newport Beach City Council Agenda dated 9/11/78, would not alleviate or remove the present, very hazardous situation. Level Two work efforts would both strengthen and improve the existing bridge while at the same time go a long way toward eliminating the very real hazards that exist. BALBOA ISLAND BRIDGE - Summary - Any improvements and /or modifications to the bridge under either Level One or Level Two work tasks would not result in increased vehicular traffic volume. Improvements to the bridge would permit considerably safer entrance to and exit from the Island by vehicular traffic. Addition of the 7'3" wide walkways would channel the vast majority of non - vehicular traffic and avoid di- rect confrontations, such as take place every day on the Bridge between autos and bicycles. By 4ha �;,i ivUsd' IL < := ; '.`•: rr�. , 7 i- • JOHN W. REEDER, JR. June 20, 1979 Mayor Ryckoff and members of the Council, L� We ask you to look with favor upon the proposal to ad8 sufficient space on the Balboa Island Rrid?e, for a bicycle lane. We feel that this added money would be well spent to ensure safety to bicyclist, pedestrian, and motorist. Thal ?L, You for your consideration, Sincerely, r .r 9 X79 March 7, 1979 By i;,, . JiJivCIL ;TY OF %v .,•v'Ot G 'CriYY MANAGER FROM: Bikeways Citizens Advisory Committee i SUBJECT: BIKEWAY PROJECTS FOR FISCAL YEAR 1979/80 • • r 1 LJ At the last two meetings, the committee has reviewed projects which would improve the City's bikeway system. We are recommending that funds for the following projects be budgeted next fiscal year: 1. Bike Trail Program a. Widen sidewalk on the southerly side of Eastbluff Drive between Jamboree Road and Mar Vista Drive. $ 5,400 b. Provide the engineering and en- vironmental work for a trail across the upper end of Newport Bay to connect Irvine Avenue with the San Diego Creek Bike Trail. This would be a cooperative proj- ect with the County. 10,000 c. Install bicycle ramps and stripe edge stripes at various locations. 4,600 Total - -Bike Trails Program 2. Widen the walkways on the Balboa Island Bridge. The Balboa Island Bridge walkways are presently too narrow (4 feet wide) to adequately serve the pedestrian traffic now desiring to use the bridge. Bi- cyclists use the narrow roadway and block traffic. The bridge renovation project is an ideal time to widen the bridge walkways and construct ramps at the island end of the bridge. This would serve pedestrians and bicyclists and make the bridge walkways usable by handicapped persons. To help provide funds for this project, the committee suggests that funds set aside in this year's budget for the Newport Island Channel Bicycle /Pedestrian Bridge project be carried over and trans- ferred to the Balboa Island Bridge walkway project. Account No. 02 -4197- 147 has $63,500 and Account No. 10- 7697 -012 has $16,110 for a total of $79,610. $ 20,000 $110,000 March 7, 1979 Subject: Bikeway Projects for Fiscal Year 1979/80 Page 2 The committee feels that the Newport Island Channel bicycle /pedestrian bridge is still a worthwhile project but due to lack of funding, it should be indefinitely postponed. In addition to the $79,610 mentioned above, the City's allocation of approxi- mately $22,000 from SCAG in S.B.821 funds could be applied to the walkway widening. This would total $101,610 of he $110,000 needed. 3. Continue program of installing push buttons for bicyclists at signalized intersections. *To come from the Gas Tax fund project for Install Traffic Signals. R"441.0 4444iAtrXi Marilyn Hendrickson Chairman $ 20,000* • 66-7 OFFICE OF THE CITY CLERK DATE January 31, 1979 i TO: Public Works — Steve Bucknam I SUBJECT: Balboa Island Bridge Rehabilitation Contract No. 2014 Attached please find t, with Boyle Engineering Services at the Balboa for your file and send Thank you. oa' executed copies of the agreement Corporation for Professional. Engineering Island Bridge. Please retain :: copy the other copy to the eggirrcez- -Aa `c nom - C eti� .�. @ CITY OF NEWPORT BEACH CALIFORNIA City 11.11 3300 W. Newport blvd. Area Code 714 DATE January 31, 1979 TO: FINANCE DIRECTOR FROM: City Clerk SUBJECT: Contract No. 2014 Description of Contract Balboa Island Bridge Rehabilitation Authorized by Resolution No. 9452 adopted on October 24, 1979 Effective date of Contract January 31, 1979 Contr\-,Ct with Boyle Engineering Corporation r Address 1501 Quail Street Newport Beach, CA 92660 Amount of Contract See agreement City Clerk 0 AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES BALBOA ISLAND BRIDGE REHABILITATION THIS AGREEMENT is made and entered into this day of 1979, by and between: The CITY OF NEWPORT BEACH, a municipal corporation, hereinafter designated as "CITY ": and BOYLE ENGINEERING CORPORATION, consulting engineers, hereinafter designated as "ENGINEER." WITNESSETH: WHEREAS, CITY has heretofore employed ENGINEER to: (a) Conduct a study of the structural condition of the Balboa Island Bridge and to report its findings thereon to CITY, (b) Prepare a Design Report for structural improvements to the Balboa Island Bridge; and WHEREAS, ENGINEER conducted said study and presented said reports to CITY; and, WHEREAS, CITY invited ENGINEER to submit a proposal to CITY to provide engineering services to prepare, among other things, detailed plans for construction of Level 1 Repairs plus seismic ties as discussed in ENGINEER's report entitled "Design Report - Balboa Island Bridge" dated August 21, 1978; and, WHEREAS, following said invitation ENGINEER prepared and presented to CITY a report entitled "Supplementary Design Report - Balboa Island Bridge" dated November 14, 1978; and, WHEREAS, CITY has received and considered ENGINEER's aforementioned reports, opinions, and recommendations; and, WHEREAS, CITY, due to fiscal restraints, has determined not to proceed at this time with designs, plans, specifications, and construction for strengthening of the sub - structure, other than at Bents 1 and 2, as recommended by ENGINEER; and, WHEREAS, CITY anticipates that funds for the recommended strengthening of the sub - structure may be available in Fiscal Year 1.979 -80; and, -1- 0 WHEREAS, CITY wishes to proceed at this time with the preparation of detailed plans for the Level I repairs plus seismic ties which will provide for the rehabilitation of the superstructure and the sub - structure of Bents 1 and 2 of the Balboa Island Bridge over the Balboa Island channel, hereinafter referred to as "PROJECT "; and, WHEREAS, ENGINEER has submitted a proposal to CITY to perform engineering services in connection with the design of PROJECT; and WHEREAS, CITY desires to accept said proposal; NOW, THEREFORE, in consideration of the foregoing, the parties hereto agree as follows: I. GENERAL A. CITY engages ENGINEER to perform the services hereinafter described for the compensation herein stated. B. ENGINEER agrees to perform said services upon the terms hereinafter set forth. II. SERVICES TO BE PERFORMED BY ENGINEER A. ,Prepare detailed plans for the construction of the PROJECT based on Level I repairs plus seismic ties, and an alternate (in bid) for widened sidewalk as discussed in the "Design Report - Balboa Island Bridge" (1978 - Boyle Engineering). Plans shall be prepared on standard plan and profile sheets to be provided by the CITY. B. Prepare the necessary special provisions and bid proposal, using the CITY's Standard Plans, Special Provisions, and "Standard Specifications for Public Works Construction ", (1976 Edition including supplements), where applicable, on Xerox masters suitable for use by the CITY in calling for competitive bids. C. Prepare a final engineer's estimate based on the quantities used in the bid proposal. D. Provide professional consultation for interpretation of plans and specifications during construction of the PROJECT. III. DUTIES OF CITY CITY hereby agrees to supply ENGINEER with the following information and materials: A. As -built construction drawings and construction records. -2- B. Subsurface soils information. C. Plan and profile drawing sheets as needed for design of PROJECT. IV. COMPLETION OF FINAL DESIGN Final design, including all plans and other documents for the PROJECT shall be submitted to Public Works Director of CITY for final review within ninety (90) calendar days following authorization by CITY to proceed with final design. V. OWNERSHIP OF PROJECT DOCUMENTS Original drawings, notes, maps, and other documents shall become the property of the CITY, and may be reproduced and utilized as deemed necessary by the Public Works Director. VI. ENGINEER IN CHARGE James W. Bradford, RCE 11106, shall be Engineer in charge of PROJECT design. VII. FEE SCHEDULE AND PAYMENT In consideration of the performance of the above - described engineering services, CITY hereby agrees to pay ENGINEER an amount based upon the hourly rate schedule set forth below. In no event shall said amount be greater than Twenty -nine Thousand Six Hundred Dollars ($29,600) except as otherwise provided in Paragraph B.3 herein and Sections VIII and IX. A. Hourly rates for office and field personnel shall be as follows: Classification Rate per Hour Consulting Engineer $55.00 Principal Engineer $48.00 Senior Engineer $42.00 Associate Engineer $35.00 Assistant Engineer $28.50 Senior Technician $28.00 Senior.Drafter $24.50 Clerical $13.00 Licensed Surveyor $38.00 Three -man Survey Party $90.00 Two -man Survey Party $68.50 -3- The above hourly rates are subject to adjustment on August 1, 1979 and annually thereafter. B. The contract amount shall be paid to ENGINEER as follows: 1. Monthly partial payments shall be based on the amount earned each month, as determined by the fee schedule. The sum of the monthly partial payments shall not exceed ninety percent (90 %) of the maximum fee; 2. Balance of the total amount earned to be paid upon completion of work specified in Section II (Services to be Performed by ENGINEER); 3. In addition, CITY agrees to reimburse ENGINEER for the actual cost, (as set forth in the hourly rate schedule above) of supplementary topographic and hydrographic surveys, review of shop drawings and contractor submittals, and visits to observe progress at the PROJECT site. CITY also agrees to reimburse ENGINEER for the actual cost of reproduction of copies of said plans and related documents, as well as computer costs, materials costs related to survey work plus ten percent (10 %) and other related costs authorized in advance by the Public Works Director and advanced by ENGINEER. VIII. ADDITIONAL WORK Should ENGINEER complete any additional work not outlined in this Agreement, but authorized in writing by the Public Works Director of CITY, the extra work shall be performed on an hourly basis in accordance with the hourly rate schedule set forth in Section VII (Fee Schedule and Payment) above. IX. PROJECT SCOPE REVISIONS The scope of the PROJECT may be changed and the maximum fee revised upon prior written approval of the Public Works Director if the increase in the maximum fee does not exceed Three Thousand Dollars ($3,000). If the revisions to the scope of the PROJECT would result in an increase in the maximum fee exceeding Three Thousand Dollars, an amendment providing for such revisions shall be processed and executed by the parties hereto. -4- X. INDEMNITY BY CONSTRUCTION CONTRACTORS The CITY will require that any contractor performing work in connection with drawings and specifications produced under this Agreement to hold harmless, indemnify and defend, the CITY and the ENGINEER, their consultants, and each of their officers, agents, and employees from any and all liability claims, losses, or damage arising out of or alleged to arise from the contractor's negligence in performance of the work described in the construction contract documents, but not including liability that may be due to sole negligence of the CITY, the ENGINEER, their consultants or their officers, agents, and employees. XI. RIGHT OF TERMINATION CITY reserves the right to terminate this Agreement at any time by giving ENGINEER seven (7) days' notice; notice shall be deemed served upon deposit in the United States Mail, postage prepaid, addressed to the ENGINEER's business office at 1501 Quail Street, Newport Beach, California 92660. In the event of termination due to errors, omissions, or negligence of ENGINEER, CITY shall be relieved of any obligation to compensate ENGINEER for that portion of the work affected by such errors, omissions, or negligence of the ENGINEER. If this Agreement is terminated for any other reason, CITY agrees to compensate ENGINEER for the actual services performed up to the effective date of the notice of termination, on the basis of the fee schedule contained herein. XII. HOLD HARMLESS ENGINEER shall indemnify and hold harmless CITY and its officers and employees from any damage or liability arising from any errors, omissions, or negligence in ENGINEER's performance of the engineering -5- 0 0 work and services required by this Agreement, except for that portion of the work prepared by the CITY and defined in Section III. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date first above written. ATTEST: BY , City Clerk APPROVED AS TO FORM: BY As 't :ty At o t ey CITY OF NEWPORT BEACH Biga Mayor ° CITY BOYLE ENGINEERING CORPORATION BY 67%/Y-4 k) �f o7cB Title: Regional Vice Preside it BY i Title: Vice President & Sec r ary ENGINEER RESOLUTION NO. 9 45 2 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A PROFESSIONAL ENGINEERING SERVICES AGREEMENT BETWEEN THE CITY OF NEWPORT BEACH AND BOYLE ENGINEERING CORPORATION WITH REGARD TO THE BALBOA ISLAND BRIDGE REHABILITATION, CONTRACT NO. 2014 WHEREAS, there has been presented to the City Council of the City ofNewport Beach a certain Professional Engineering Services Agreement between the City of Newport Beach and Boyle Engineering Corporation in connection with the Balboa Island Bridge rehabilitation; and WHEREAS, the City Council has considered the terms and conditions of said agreement and found them to be fair and equitable, NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that said agreement for engineering services above described is approved, and the Mayor and City Clerk are hereby authorized and directed to execute the same on behalf of the City of Newport Beach. ADOPTED this 24th day of October 1976. Mayor ATTEST: City Clerk DD0 /kb 10/16/78 July 27, 1979 TO: Public Works Department FROM: City Clerk SUBJECT: Contract #2014 40 J Attached please find two copies of the agreement with Boyle Engineering Corporation for Engineering Services in connection with the Balboa Island Bridge Rehabilitation. Please sent one of the attached copies to Boyle Engineering Corporation at: 1501 Quail St. P.O. Box 3030 Newport Beach, Calif 92663 Thank you. . i CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport BIvL Area Coda 714 DATE .Tnlg 27. 1979 TO: FINANCE DIRECTOR FROM: City Clerk SUBJECT: Contract No. —3034 i Description of Contract Balboa Island Bridge Rehabilitation Authorized by Resolution No. 9608 , adopted on July 23, 1979 Effective date of Contract July 26, 1979 Contract with Boyle Engineering Oorooration Address UOl ouail Street / P.O. Box 3030 sla4x=t Preach. Calif Amount of Contract Spp Cnntract City Clerk 0 f kX0e ErX7rAeerrx7 Carr"4r -XA0n 1501 Quail Street ConsulQnq engineers i arcnitects P.O. Box 3030 Newport Beach, California 97663 714 / 757 -0505 Telex 68 -5561 CITY OF NEWPORT BEACH July 18, 1979 Attention Mr. Kenneth L. Perry Office Engineer 3300 Newport Boulevard Newport Beach, CA 92663 Amendment to contract for Engineering Services Enclosed are the two signed copies of the proposed amendment to the agreement with the city of Newport Beach for the Balboa Island Bridge Rehabilitation. BOYLE ENGINE,ERI�N�G / CORPORATION Conrad Hohener, Jr., PE Regional Vice President / ms !( Enclosure RECEIVED PUBLIC WORKS JUL201979> CITY OF NEWPORT BEACH, CALIF- �� u o 5, r i .. ;r AMENDMENT TO AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES �BALBOA ISLAND BRIDGE REHABILITATION` ( BOYLE ENGINEERING CORPORATION) This Agreement is made.and entered into this �7( day of 1979, by and between the CITY OF NEWPORT B ACH', a municipal corporation, hereinafter designated as "City," and BOYLE ENGINEERING CORPORATION, Consulting Engineers, hereinafter designated as "Engineer." W I T N E S S E T H: WHEREAS, City has entered into an agreement with Engineer for professional engineering services for Balboa Island Bridge rehabilitation, dated January 31, 1979; and WHEREAS, City has requested Engineer to provide engineering services to prepare final construction plans, special provisions and construction cost estimate for Level II repairs, ramp, stairs and roadway at the Balboa Island end of the Balboa Island Bridge and widened sidewalk; and WHEREAS, detailed plans have been prepared for Level I repairs and seismic ties in accordance with the above - referenced agreement; and WHEREAS, Engineer has presented a proposal to provide the engineering services for Level II repairs, ramp, stairs and roadway; and WHEREAS, City desires to accept said proposal, NOW, THEREFORE, in consideration of the foregoing, the parties hereto agree as follows: I. GENERAL A. City and Engineer agree to amend the agreement between City and Engineer dated January 31, 1979, as specifically hereinbelow set forth. at the compensation described herein. C. Engineer agrees to perform said services upon the terms and conditions hereinafter set forth. II. ADDITIONAL SERVICES TO BE PERFORMED BY ENGINEER Engineer agrees to prepare final construction plans, special provisions, and construction cost estimates for Level II repairs, ramp,:stairs and roadway at the Balboa Island end of the Balboa Island Bridge and widened sidewalk. III. TIME FOR PERFORMANCE Engineer shall perform services of this amendment within sixty (60) days after written notice to proceed is given to Engineer by City. IV. FEE SCHEDULE AND PAYMENT The fee schedule and payment set forth in Paragraph VII of the agreement between Engineer and City dated January 31, 1979, shall remain*in full force and effect. However, in no event shall the amount paid to Engineer under this amendment exceed Twenty -Two Thousand Four Hundred Dollars ($22,400.00) for the basic design services rendered herein, plus an additional amount not to exceed Seven Hundred Twenty Dollars ($720.00) for additional topographic survey information, referenced hereinafter. V. ADDITIONAL TOPOGRAPHIC SERVICES Engineer will provide a one party day of topographic survey for design of ramp and roadway area that will extend from the alley to the south end of the Bridge. The fee for this survey will be billed at the rate in the agreement between Engineer and City dated January 31, 1979, and is limited to the maximum amount set forth in Paragraph IV above. VI. ADDITIONAL TERMS All other terms and conditions of the agreement between the City and Engineer dated January 31, 1979, not incon- sistent herewith shall remain in full force and effect. -2- } 4 S :5 ht.. .. �Kd4 B. City engages Engineer to perform said services at the compensation described herein. C. Engineer agrees to perform said services upon the terms and conditions hereinafter set forth. II. ADDITIONAL SERVICES TO BE PERFORMED BY ENGINEER Engineer agrees to prepare final construction plans, special provisions, and construction cost estimates for Level II repairs, ramp,:stairs and roadway at the Balboa Island end of the Balboa Island Bridge and widened sidewalk. III. TIME FOR PERFORMANCE Engineer shall perform services of this amendment within sixty (60) days after written notice to proceed is given to Engineer by City. IV. FEE SCHEDULE AND PAYMENT The fee schedule and payment set forth in Paragraph VII of the agreement between Engineer and City dated January 31, 1979, shall remain*in full force and effect. However, in no event shall the amount paid to Engineer under this amendment exceed Twenty -Two Thousand Four Hundred Dollars ($22,400.00) for the basic design services rendered herein, plus an additional amount not to exceed Seven Hundred Twenty Dollars ($720.00) for additional topographic survey information, referenced hereinafter. V. ADDITIONAL TOPOGRAPHIC SERVICES Engineer will provide a one party day of topographic survey for design of ramp and roadway area that will extend from the alley to the south end of the Bridge. The fee for this survey will be billed at the rate in the agreement between Engineer and City dated January 31, 1979, and is limited to the maximum amount set forth in Paragraph IV above. VI. ADDITIONAL TERMS All other terms and conditions of the agreement between the City and Engineer dated January 31, 1979, not incon- sistent herewith shall remain in full force and effect. -2- ft IN WITNESS WHEREOF, the parties hereto have executed this agreement on the day and year first above written. ATTEST: ity Clerk CITY OF NEWPORT BEACH By Mayor BOYLE ENGINEERING CORPORATION By Regional Vice President (/ BY a-g,- cJ Vice Presi ent & Setretary -3- u RESOLUTION NO. 9 60 8 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AMENDMENT TO AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES BETWEEN THE CITY OF NEWPORT BEACH AND BOYLE ENGINEERING CORPORATION IN CONNECTION WITH THE BALBOA ISLAND BRIDGE REHABILITATION (C -2014) WHEREAS, there has been presented to the City Council of the City of Newport Beach a certain Amendment to Agreement for Professional Engineering Services between the City of Newport Beach and Boyle Engineering Corporation in connection with the Balboa Island Bridge rehabilitation; and WHEREAS, the City Council has reviewed the terms and conditions of said Amendment and finds them to be satisfactory and that it would be in the best interest of the City to execute said agreement, NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the agreement above described is approved, and the Mayor and City Clerk are hereby authorized and directed to execute the same on behalf of the City of Newport Beach. ADOPTED this 23rd day of July , 1979. Mayor ATTEST: City Clerk kb 7/17/79 40 TO: FINANCE DIRECTOR FROM: City Clerk SUBJECT: Contract No. 0-2014 0 CITY OF NEWPORT BEACH CALIFORNIA City Hatt 3300 W. Newport Blvd. Area Code 714 DATE Marc33 10, 1980 Description of Contract Eaginale inq cer viron ralb(m T-I A Ibbab l- 4-tatim Se=nd Mpndnent Authorized by Resolution No. 9732 , adopted on �p_ 25-80 Effective date of Contract 3-6 -80 Contract with Boyle Emineerinq Ci==ation Address 1501 Quail Newport Beach, CA 92660 Amount of Contract we omtract City Clerk IQ 1 CITY OF NEWPORT BEACH City Clerk DEPARTMENT 0 Date March 6, 1980 NO. TO: File FROM: City Clerk SUBJECT: Engineering Services, Balboa Island Bridge Rehabilitation Copy given to Public Works for transmittal to Boyle Engineering Corporation. D. George r SECOND AMENDMENT TO AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES BALBOA ISLAND BRIDGE REHABILITATION ( BOYLE ENGINEERING CORPORATION) )/ This Agreement is made and entered into this day of 1980, by and between the CITY OF NEWPORT BEACH, a municipal corporation, hereinafter designated as "City," and BOYLE ENGINEERING CORPORATION, Consulting Engineers, hereinafter designated as "Engineer." W I T N E S S E T H: WHEREAS, City has entered into an agreement with Engineer for professional engineering services for Balboa Island Bridge Rehabilitation Level I repairs plus seismic ties, dated January 31, 1979; and WHEREAS, City has entered into an amended agreement with Engineer for professional engineering services for Balboa Island Bridge Rehabilitation Level II repairs, ramp, stairs and roadway at the Balboa Island end of the Balboa Island bridge, plus widened sidewalk, dated July 26, 1979; and WHEREAS, Engineer has prepared partially completed plans, specifications and estimates in accordance with the above referred agreements; and WHEREAS, City has requested Engineer to provide professional engineering services to prepare revisions of partially completed plans, specifications and estimates for the southerly (Balboa Island)approach and for bridge railings and sidewalk treatment; and WHEREAS, Engineer has presented a proposal to provide professional engineering services to prepare revisions of partially completed plans, speci- fications and estimates for the southerly (Balboa Island) approach and for bridge railings and sidewalk treatment; and WHEREAS, City desires to accept said proposal, NOW, THEREFORE, in consideration of the foregoing, the parties hereto agree as follows: I. GENERAL A. City and Engineer agree to a second amendment to the agreement between City and Engineer dated January 31, 1979, as specifically hereinbelow set forth. B. City engages Engineer to perform said services at the compen- sation described herein. C. Engineer agrees to perform said services upon the terms and conditions hereinafter set forth. II. ADDITIONAL SERVICES TO BE PERFORMED BY ENGINEER Engineer agrees to prepare revisions of partially completed I plans, specifications and estimates for the southerly (Balboa Island) approach and for bridge railings and sidewalk treatment. III. TIME FOR PERFORMANCE Engineer shall perform services of this amendment within thirty (30) days after written notice to proceed is given to Engineer by City. IV. FEE SCHEDULE AND PAYMENT The fee schedule and payments set forth in Paragraph VII of the agreement between Engineer and City dated January 31, 1979 and in Paragraph IV of the amended agreement between the Engineer-and City dated July 26, 1979, shall remain in full force and effect. However, the additional amount paid to Engineer under this amendment shall not exceed Four Thousand Four Hundred Dollars ($4,400) for the basic design services rendered herein. V. ADDITIONAL TERMS All other terms and conditions of the agreements between the City and Engineer dated January 31, 1979 and July 26, 1979, not inconsistent herewith shall remain in full force and effect. IN WITNESS WHEREOF, the parties hereto have executed this agreement on the day and year first above written. ATTEST: r City Clerk APPROVED AS TO FORM: ty Attori ey/ CITY OF NEWPORT BEACH By -- ayor BOYLE ENGINEERING CORPORATION By Regional Vice President By Vice President & Secretary i: FE 6 2 il l'ou By 60 ci rr Cuun4., j. FROM: Public Works Department SUBJECT: BALBOA ISLAND BRIDGE REHABILITATION (C -2014) RECOMMENDATION: February 25, 1980 CITY COUNCIL AGENDA ITEM N0. H -2(a) Adopt a resolution authorizing the Mayor and the City Clerk to execute a second amendment to an existing contract with Boyle Engineering Corporation to provide engineering services in con- nection with the Balboa Island Bridge rehabilitation. DISCUSSION: In January 1979, the City entered into a contract with Boyle Engineer- ing Corporation to prepare final plans, specifications, and estimates for Level I rehabilitation of the Balboa Island Bridge (superstructure repair and replacement of two pile bents). The contract was for $29,600. Subsequently the City determined to proceed with Level II rehabili- tation (substructure repairs), plus widening the sidewalks and separating bicycles and wheelchairs from pedestrians at the southerly approach. The Boyle contract was amended by the City Council on July 23, 1979, to provide for revising the plans, specifications, and estimates to include this addi- tional work. The amendment provided $22,400 compensation to Boyle Engineering Corporation for the additional Level II engineering services. At the study session of January 21, 1980, a status report was pre- sented to inform the Council of the current project schedule and to present a plan revision for the southerly (Balboa Island) approach to the bridge and for bridge railings. This plan revision will necessitate changes to the consul- tant's plans and design calculations; i.e., the addition of walls, stairways and handrailing at the southerly approach, the addition of revised bridge rail- ing and sidewalk treatment, and the deletion of previous designs for dual rail- ings and southerly sidewalk approach. Boyle Engineering Corporation proposes to perform this additional work for a fee of $4,440. It is staff's opinion that the southerly approach and bridge railing revisions will result in (1) a substantially lower construction cost than was anticipated in the previous design, and (2) numerous functional advantages over the previous design, as detailed in the January 21, 1980 status report. Staff also feels that the $4,440 fee is appropriate for the additional work involved. Benjamin B. Nolan Public Works Director LRD:jd FEB 25 1980 By try. CI1Y COUNCIL CITY_ OF tMVW ILACri RESOLUTION NO. C?_ I,- - A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A SECOND AMENDMENT TO AN EXISTING AGREEMENT WITH BOYLE ENGINEERING CORPORATION FOR ENGINEERING SERVICES IN CONNEC- TION WITH THE BALBOA ISLAND BRIDGE REHABILITA- TION (C -2014) WHEREAS, there has been presented to the City Council of the City of Newport Beach a certain amendment to an existing agreement between the City of Newport Beach and Boyle Engineering Corporation for engineering services in connection with the Balboa Island Bridge rehabilitation; and WHEREAS, the City Council has reviewed the terms and conditions of said amendment and finds them to be satis- factory and that it would be in the best interest of the City to execute said amendment, NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the amendment to the agree- ment above described is approved, and the Mayor and City Clerk are hereby authorized and directed to execute the same on behalf of the City of Newport Beach. ADOPTED this 25th ATTEST: City Clerk day of February , 1980. Mayor kv 2/20/80 • TO: FINANCE DIRECTOR FROM: City Clerk SUBJECT: Contract No. 2014 I CITY OF NEWPORT BEACH CALIFORNIA City mall 3300 W. Newport Blvd. Area Code 714 DATE _ April 19- 1978 Description of Contract Design Report /Balboa Island Bridge Repair Authorized by Resolution No. 9311 , adopted on April 10, 1978 Effective date of Contract _Agril 18. 1978 Contract with Boyle juginaerina_Corporation Address 1501 Quail Newport Beach, CA 92660 Amount of Contract See Contract -- City Clerk t April 17, 1978 TO: CITY CLERK FROM: Public Works Department SUBJECT: AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES- - DESIGN REPORT BALBOA ISLAND BRIDGE REPAIRS Doris: Attached for execution by the Mayor and your attestation are three copies of the subject agreement ap- proved at the April 10, 1978 Council meeting. /� p Please return two copies to us for forwarding the Engineer and our files. Thank you. Steve Bucknam Jr. Civil Engineer SB:jd Att. y�gy F { AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES DESIGN REPORT - BALBOA ISLAND BRIDGE REPAIRS THIS AGREEMENT is made and entered into this / day of (E / 1978, by and between the City of Newport Beach, a municipal corporation, hereinafter referred to as "CITY ", and the firm of Boyle Engi- neering Corporation, Consulting Engineers, hereinafter referred to as "ENGINEER." W I T N E S S E T H WHEREAS, CITY intends to undertake structural improvements to the Balboa Island Bridge over the Balboa Island Channel, hereinafter referred to as "PROJECT "; and WHEREAS, ENGINEER has submitted a proposal to CITY to perform engi- neering services in connection with the preparation of a Design Report for said PROJECT, hereinafter referred to as "REPORT ": and WHEREAS, CITY desires to accept said proposal; NOW, THEREFORE, in consideration of the foregoing, the parties hereto agree as follows: I. General A. CITY engages ENGINEER to perform the services hereinafter described for the compensation herein stated. B. ENGINEER agrees to perform said services upon the terms hereinafter set forth. II. Services to be Performed by ENGINEER A. Prepare a written REPORT to include preliminary drawings and budget cost estimates for three levels of bridge repair as follows: 1. A minimal project to include repair of visible defects in the bridge superstructure, railing removal and re- placement, sidewalk removal and replacement, and sub- structure strengthening at bridge bents No. 1 and 2. 2. An intermediate project to include repairs in 1 above, additional substructure strengthening, and sidewalk widening. 3. A full repair project to cause the bridge to conform to current AASTHO Code and Caltrans seismic criteria. -1- III. Duties of CITY CITY hereby agrees to supply ENGINEER with the following information and materials: I 1 A. Plan and profile drawing sheets as needed for the REPORT. B. As -built drawings and City records of bridge construction. C. A soils report to include maximum expected acceleration of bedrock at the site and the depth of alluvium to rock- like material at representative locations. Soils report shall be furnished to the ENGINEER not later than May 1, 1978. IV. Completion of REPORT Two (2) copies of the draft REPORT shall be submitted to CITY for review and comment by June 1., 1978, assuming notice to proceed on April 10,1978. Ten (10) copies of the final REPORT shall be submitted to the Public Works Director of CITY within 21 days of ENGINEER's receipt of draft REPORT comments from CITY. V. Ownership of REPORT Documents Original drawings, notes, maps and other documents shall become the property of the CITY, and may be reproduced and utilized as deemed necessary by the Public Works Director. VI. Engineer in Charge James W. Bradford, RCE No. 11106, shall be Engineer in charge of REPORT preparation. VII. Fee Schedule and Payment In consideration of the performance of the above - described engineering services, CITY hereby agrees to pay ENGINEER an amount based upon the hourly rate schedule set forth below. In no event shall said amount be greater than Fourteen Thousand Seven Hundred Dollars ($14,700.00) except as otherwise provided herein. A. Hourly rates for office and field personnel shall be as follows: Classification Rate per Hour Consulting Engineer $50.00 Principal Engineer $45.25 Senior Engineer $39.00 Associate Engineer $33.25 Assistant Engineer $28.50 Senior Draftsman $25.00 Draftsman $22.50 Clerical $11.50 - 2 - 0 0 B. The contract amount shall be paid to ENGINEER as follows: 1. Monthly partial payments shall be based on the amount earned each month, as determined by the fee schedule. The sum of the monthly partial payments shall not ex- ceed ninety percent (90 %) of the maximum fee; 2. Balance of the total amount earned to be paid upon com- pletion of work specified in Section II (Services to be Performed by ENGINEER); 3. In addition, CITY agrees to reimburse ENGINEER for the actual cost of reproduction of copies of said plans and related documents, as well as computer costs, filing fees, checking fees, cost of aerial photography, materials costs related to survey work plus ten percent (10%) and other related costs authorized in advance by the Public Works Director and advanced by ENGINEER. VIII. Additional Work Should ENGINEER complete any additional work not outlined in this Agreement, but authorized in writing by the Public Works Director of CITY, the extra work shall be performed on an hourly basis in accordance with the hourly rate standard fee schedule set forth in Section VII (Fee Schedule and Payment) above. IX. REPORT SCODe Revisions The scope of the REPORT may be changed and the maximum fee re- vised upon prior written approval of the Public Works Director if the increase in the maximum fee does not exceed Two Thousand Five Hundred Dollars ($2,500.00). If the revisions to the scope of the REPORT would result in an increase in the maximum fee exceeding Two Thousand Five Hundred Dollars ($2,500.00), an amendment providing for such revisions shall be processed and executed by the parties hereto. X. Right of Termination CITY reserves the right to terminate this Agreement at any time by giving ENGINEER seven (7) days' notice; notice shall be deemed served upon deposit in the United States Mail, postage prepaid, addressed to the ENGINEER's business office at 1501 Quail Street, Newport Beach, California 92663 - 3 - In the event of termination due to errors, omssions, or negligence of ENGINEER, CITY shall be relieved of any obligation to compensate ENGINEER for that portion of the work affected by such errors, omissions, or negligence of the ENGINEER. If this Agreement is terminated for any other reason, CITY agrees to compen- sate ENGINEER for the actual services performed up to the effective date of the notice of termination, on the basis of the fee schedule contained herein. XI. Hold Harmless ENGINEER shall indemnify and hold harmless CITY and its officers and employees, from any damage or liability arising from any errors, omissions, or negligence in ENGINEER's performance of the engineering work and services required by this agreement, except for that portion of the work prepared by the CITY and defined in Section III. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date first above written. ATTEST: By U� City Clerk APPROVED AS TO 0 1 B As Ci y Att ne 'Z'IC BOYLE ENGINEERING CORPORATION By f ddb Title Regional Vice Preside By 6,�02� Title Seecretary APR 10 1978 By the ct v Y wu 4clt. CITY OF NEWPORT BEACH • 1 RESOLUTION No. 9 31 1 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES BETWEEN THE CITY OF NEWPORT BEACH AND BOYLE ENGINEER- ING CORPORATION IN CONNECTION WITH DESIGN REPORT FOR BALBOA ISLAND BRIDGE REPAIRS WHEREAS, there has been presented to the City Council of the City of Newport Beach a certain agreement for professional engineering services between the City of Newport Beach and Boyle Engineering Corporation in connection with a design report for Balboa Island Bridge repairs; and WHEREAS, the City Council has reviewed the terms and conditions of said agreement and finds them to be satisfactory and that it would be in the best interest of the City to authorize the Mayor and City Clerk to execute said agreement; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that said agreement above described is approved, and the Mayor and City Clerk are hereby authorized and directed to execute the same on behalf of the City of Newport Beach. ADOPTED this 10th day of Mayor ATTEST: City Clerk Ll 1978. DDO /bc 4/4/78 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 July 20, 1981 Peter Kiewit Sons' Company 301 East Santa Clara Arcadia, California 91006 Subject: Surety Global Surety & Insurance Company The Aetna Casualty and Surety Company Project : Balboa Island Bridge Rehabilitation Contract No.: 2014 The City Council on June 22, 1981, accepted the work of subject and authorized 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 July 3rd, 1981 in Book 14128, Page 301. Please notify your surety company that the bonds may be released 35 days after recording date. WANDA E. ANDERSEN City Clerk WEA:da cc: Public Works City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 RECORDING REQUESTED BY:,%ND PJ.ease return to: is City Clerks's Office Newport Beach City Hall 3300 Newport Blvd. Newport Beach, CA 92663 5 �--, NO CONS IDERAT3�t 4 1 C1 NO'T'ICE OF COMP PUBLIC WOR RECEML71 ,boo PM A3 '8a CJTY CLERK JUL 2 0 19 S 1 °' 1. E' & BRANCH, Coo RaoM i'1ON ti 1 28P 301 o All Laborers and Material Men and to Every Other Person Interested- YOLi WILL PLEASE TAKE NOTICE that on May 29, 1981 the Public Works project consisting of Balboa Island Bridge Rehabilitation (C -2014) on which Peter Kiewit Sons, was the contractor, and Globa was the surety, was completed. I, the undersigned, say: f 301 E. Santa CI & Insurance Co. VERIFICATION CITY OF NEWPORT BFACH J, Pub is Works Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on June 23, 1981 at Newport Beach, California. jw�_4�_ "� `" ' "'r' `�+1 Public Works Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on June 22, 1981 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 June 23, 1981 at Newport Beach, California. G' City Clerk June 23, 1981 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 Lee A. Branch County Recorder P.O. Box 238 Santa Ana, California 92702 Dear Mr. Branch: Attached for recordation is Notice of Completion of Public Works project consisting of Balboa Island Bridge Rehabilitation, Contract No. 2014 on which Peter Kiewit Sons, Inc. was the contractor and Global Surety & Insurance Company was the surety. Please record and return to the City Clerk's office. Thank you, WANDA E. ANDERSEN City Clerk WEA:da Encl. CHN, Hall • 3300 Newport Boulevard, Newport Beach, California 92663 U 11 0 App,,, June 22, 1981 CITY COUNCIL AGENDA J UN "Fij ITEM NO. )C' • /U TO: CITY COUNCI B' irba `"' if LCITX QP i -4K)AT VACM FROM: Public Works Department SUBJECT: ACCEPTANCE OF BALBOA ISLAND BRIDGE REHABILITATION (C -2014) 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 Balboa Island Bridge Reha- bilitation has been completed to the satisfaction of the Public Works Depart- ment. The bid price was $1,352,586.00 Amount of unit price items constructed $1,352,525.29 Amount of change orders 36,331.06 Total contract cost $1,388,856.35 Funds were budgeted in the General Fund and Gas Tax Fund. Eight change orders were issued. The first and second, at no change in cost, provided for a change in the type of piling and a change from stuccoed walls to slumpstone walls at the south approach. The third, in the amount of $2,816.98, provided for the extra work necessary to clear an underground ob- struction to one of the pilings. The fourth, in the amount of $16,270, pro- vided for casting extensions on pilings which were driven below the planned grade in order to obtain the required bearing. The fifth, in the amount of $16,518 provided for stopping operations during the last three days of Easter week. The sixth, in the amount of $568.20 provided for removal and replace- ment of additional sidewalk at the northerly approach. The seventh, in the amount of a $2,000 credit provided for a change in the type of bridge deck pavement expansion joints. The eighth, in the amount of $2,157.88, provided for additional asphalt paving material to adjust the grade of the finished surface of the deck. Beach. The design engineering was performed by Boyle Engineering of Newport The Contractor is Peter Kiewit Sons, Inc., of Arcadia, California. The contract date of completion was April 22, 1981. Delays due to rain, extra work, and Easter week extended the completion time to May 29, 1981. 0 0 June 22, 1981 Subject: Acceptance of Balboa Island Bridge Rehabilitation (C -2014) Page 2 The roadway was paved May 20, and all cleanup was completed by June 4, 1981. The Public Works Department wishes to commend the Contractor, Peter Kiewit Sons, Inc., for a job well done under extremely difficult working conditions. Benjamin B. Nolan Public Works Director GPD:jd Please return to: NO CONSIDERATION 40 City Clerks's Office Newport Beach City Hall 3300 Newport Blvd. Newport Beach, CA 92663 NOTICE OF COMPLETION PUBLIC WORKS To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on May 29 1981 the Public Works project consisting of Balboa Island Bridge Rehabilitation (C-2014) on which Peter Kiewit Sons, was the contractor, and Globa was the surety, was completed. I, the undersigned, say: & Insurance Co. VERIFICATION CITY OF NEWPORT BEACH Public Works Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on June 23, 1981 at Newport Beach, California. Public Works Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on June 22, 1981 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 June 23, 1981 at Newport Beach, California. City Clerk APB WE, the merchants of Marine Avenue Balboa Island, hereby petition against the closing to one -way traffic on the bridge during the five days of Easter Week - -April 13 to 17 - -and ask for immediate relief from this congestion. The plans were the bridge was to be open during Easter and work done under the bridge. C�" . _r-ee, o z�� GfAtry - Lc.' P r 14 :•air; � � C, v HnCCAL J9 Ael/ �rlc V-z( 119 t Akp'u MN ,\A C��c�y �QV�aS 1 �-1 U� mAfvS� 0 �AOA 394 Co Ecd--tra v . ILA 0 lyas" nrl. BO /6/0ro-4- a CITY OF NEWPORT BEACH Date September 25, 1980 TO: Public Works Department`. FROM: City Clerk SUBJECT: Contract No. 2014 Project Balboa Island Bridge Rehabilitation Attached is signed copy of subject contract for transmittal to the contractor. Contractor: Peter Kiewit Sons' Co. Address: 301 E. Santa Clara, Arcadia, CA 91006 Amount: $ 1,352.586.0 Effective Date: 9-25 -80 Resolution No. 9875 A" Doris GeoTJe E Att. cc: Finance Department Q City Ilall •, 3300 Newport Boulevard. Newport Beach, California 926)63. • • P6o�e 342.2949 MIDWEST AGENCIES, INC. INSURANCE — BONDS Ki.it PI... Omaha, Ne6reska 68191 September 26, 1980 City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Attn: Lloyd Dalton RE: Certificate of Insurance Contract No. 2014 - Balboa Island Bridge Rehabilitation Dear Mr. Dalton: Enclosed please find an endorsement to the certificate you already have for the above referenced project. This endorsement is the necessary information for adding our Marine insurance coverage. We trust this will meet with your approval. Very truly yours, MIDWEST AGENCIES, \IN,C. r�- - I Ja�ki R. Johns"ton /ij �- Enclosure cc: Tom Ritchie, Arcadia, CA ���i , x< t ' NON- PREMIUM ENDORSEME orsement No. SPECIAL Issued by —(Type in full name of Insuring Company) The Home Insurance Co. POLICY NUMBR 532E001 I�PeteruKiewit Sons' Co. 9/26/80 9/26/80 Expiration date 3/1/81 PMidwest Agencies, Inc. IPp15000-135� It is agreed that this policy is hereby amended as indicated. All other terms and conditions of this policy remain unchanged. Type of Policy - General Liability Adding the above mentioned policy no. MH 532 001 as Marine Insurance coverage on Contract No. 2014, Balboa Island Bridge Rehabilitation. Limits of Liability for such coverage are $6 Million Combined Single Limit of Liability. Expiration date - 3/1/81 sl AT RE AUTHORIZED REPRESENTATIVE Joseph M. Fenton N 223M IN) 7/73 Calif.,/So, Calif, Job 6285 1 0 0 IMPORTANT NOTICE TO BIDDERS! Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663, until 9:00 A.M. on the 26th day of August, 1980, at which time such bids shall be opened and read for: BALBOA ISLAND BRIDGE REHABILITATION Title of Project 2014 Contract No. $1,045,000 Engineer's Estimate 0 1b C \1 , \ •�� �\ IN Q Prequalification statements shall be completed in accordance with requirements contained in the bid documents and received by the Engineer by August 18, 1980. This bid opening date supersedes the August 13, 1980 bid opening date prescribed in the Notice Inviting Bids. Attached are Addendum No. 1 and minutes of the August 1, 1980 Prebid Conference. All bidders shall complete the information requested below and submit this sheet with their proposal. "I have carefully examined Addendum No. 1 and the minutes of the August 1, 1980 Prebid Conference." PFTFR KTFWTT SONS' CO_ 8/25/80 (Bidder's Name) Date S /G.B.TOLL, JR., Attorney -in -Fact Authorized Signature CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 9 AM on the 13th day of August, 1980, at which time such bids shall be opened and read for: BALBOA ISLAND BRIDGE REHABILITATION Title of Project 2014 Contract No. $1,045,000 Engineer's Estimate Fo aN� Approved by the City Council this 14th day of Jul 19_�Q. Doris George City Clerk Prospective bidders are invited to attend a pre -bid conference to be held in the City Council Chambers, 3300 Newport Boulevard, on August 1 at 9 AM. Prospective bidders shall prequalify to perform contract work of value equal to or exceeding the Engineer's estimate by submitting statements of experience and financial condition in accordance with requirements contained in the bid documents. Such statements shall be received by the Engineer before August 1 at 9 AM. Prospective bidders may obtain one set of bid documents at no cost from the office of the Engineer, 3300 Newport Boulevard. Further information concerning this project may be obtained from Lloyd Dalton, project engineer at (714) 640 -2281 Page 2 INSTRUCTION TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTION TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 5. NON- COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL CONDITION 7. STATEMENT OF EXPERIENCE 10% of total bid price) except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis- crepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with totals. The City shall not be held responsible for bidder errors or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporation, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the con- tract. A Copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in- clusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. 77148 General "A" PETER KIEWIT SONS' CO. Contr's Lic. No. & Classification Bidder 8/25/80 S /Frederick L. Barrett, Jr., Attorney -in -Fact Date Authorized Signature /Title iPage 3 DESIGNATION OF SUBCONTRACTOR(S) The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to. the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer.and as provided by State law. Item of Work Subcontractor Address 1. Protective coating A.L.P.S. Los Angeles 2. Electrical Steiny Elec. Anaheim 3• Metal Rail Craneveyor Corp. E1 Monte 4. Rebar Rodbustprs Santa Ana 5. Stucco 7pl1nor Los Anaplps 6. Furnish Pilp Rockwin Santa Fp Springs 7. Rlork Wall Acosta Santa Ana 8. Epoxy Injection Creative Los Angeles 9. 10. 11. 12. PETER KIEWIT SONS' CO. Bidder S /Frederick L. Barrett, Jr., Attorney-in- Authorized Signature/Title Fact FOR ORAL SEE CITY CLERK'S FILE COPY � Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, PETER KIEWIT SONS' CO. , as bidder, and THE AETNA CASUALTY AND SURETY COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT (10% OF AMOUNT BID) ------------- - - - - -- Dollars ($10% ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of BALBOA BRIDGE REHABILITATION 2014 Title of Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 13th day of August , I9-aQ PETER KIEWIT SONS' CO. Bidder (Attach acknowledgement of Attorney -in -Fact) S /G. B. TOLL, JR., Attorney-in-Fact R. N. Ottenson, Notary Public Authorized Signature /Title Commission expires May 10, 1981 THE AETNA CASUALTY AND SURETY COMPANY Surety By S /Eugene T. Zondlo, Title Attorney -in -Fact 0 0 NON- COLLUSION AFFIDAVIT Page 5 The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. PETER KIEWIT SONS' CO. S /Frederick L. Barrett, Jr. Authorized Signature /Title Subscribed and sworn to before me this 25th day of August 19 80 , My commission expires: 1/20/84 S /Thomas Alan Ritchie Notary Public • Page 6 STATEMENT OF FINANCIAL CONDITION Prospective bidders shall conform with the requirements of Method A or Method B below and submit prequalification data to the Engineer prior to 9 AM August 1: Method A Prospective bidders shall complete, certify and submit The "Contractor's Financial Statement" form contained in State of California form DSB -70, "Contractor's Statement of Experience and Financial Condition" (copy attached). Method B Prospective bidders shall submit an original letter authored by the State of California, Department of Transportation, stating the prospective bidder's Prequalification Rating and the effective period of such Rating. The Engineer shall apply a uniform system of rating bidders in accordance with form DSB -70, and shall notify bidders of their Prequalification Rating prior to the bid opening. If such rating does not equal or exceed the value of the Engineer's estimate, the bid shall not be accepted by the City Clerk. STATEMENT OF EXPERIENCE • Page 7 Prospective bidders shall conform with the requirements of Method A or Method B below, and submit prequalification data to the Engineer prior to 9 AM August 1: Method A Prospective bidders shall complete, certify and submit the 'CoT ntractor's Statement of Experience" form contained in State of California form DSB -70, "Contractor's Statement of Experience and Financial Condition" (copy attached). Method B Prospective bidders shall submit an original letter authored by the State of California, Department of Transportation, stating the prospective bidders' Prequalification Rating and the effective period of such Rating. The Engineer shall apply a uniform system of rating bidders in accordance with form DSB -70, and shall notify bidders of their Prequalification Rating prior to the bid opening. If such rating does not equal or exceed the value of the Engineer's estimate, the bid shall not be accepted by the City Clerk. . • Page 8 N 0 T I C E The following are samples of contract documents which shall be completed and executed by the successful bidder after he receives a letter of award from the City of Newport Beach: PAYMENT BOND (pages 9 & 10) FAITHFUL PERFORMANCE BOND (pages 11 & 12) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13 thru 19) CONTRACT (pages 20 & 21) Since the City of Newport Beach will not permit a substitute for- mat for these contract documents, bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction (latest edition adopted for use in the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. e` Page 9 <r P ` T BOND ..- KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted September S. 1980 has awarded to PETER KIEWIT SONS' CO. hereinafter designated as the "Principal ", a cdiact for BAL80A ISLAND BRIDGE in the City of Newport Beach, in strict vonformity with the Drawings and Specifications and other contract documents on file in tfif 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 as Principal, and PETER KIEWIT SONS'' GLOBAL SURETY & INSURANCE CO. as Surety, are held firmly bound unto the City of Newport Beach, in the sum of One Million Three Hundred Fifty -Two Thousand Five Hundred Dollars ($ 1,352,586.00- - - - -), Eighty -Six and no/ 100---------------------------- - - - - -- 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 Page 10 Payment Bond (Continued) this bond, as required by the Provisions of $ection 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 day of , 19 PETER KIEWIT SONS' CO. (Seal) Name of Contractor Principal Autho i�`zeo Siiggnnature and Title William L. Grewcock Vice President Authorized Signature and Title GLOBAL SURETY & INSURANCE CO. (Seal) Name of Surety 135 Kiewit Plaza. Omaha. NE 68131 Address of Surety g ature and Tile )of ut orized geennt`— Ja-&i R. Johnston -Attorney -in -Fact Same as Suretv Address ddress of Agent (402) 342 -2949 Telephone No. of Agent Abal Surety & Insurance#to. ( A Stock Company ) Omaha, Nebraska 68131 Power of Attorney and Certificate of Authority of Attorney (s) -in -Fact KNOW ALL MEN BY THESE PRESENTS, That Global Surety & Insurance Co, a corporation duly organized under the laws of the State of Nebraska, and having its principal office in the City of Omaha, County of Douglas, State of Nebraska, bath made, constituted and appointed, and does by these presents make, constitute and appoint Joseph M. Fenton, Jacki R. Johnston and Mike J. Kelly of Omaha, Nebraska, its true and lawful Attorney(s), with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): for Global Surety & Insurance Co., as surety, by his sole signature and act any and all bonds, undertakings and other writings obligatory in the nature of a bond and to bind Global Surety & Insurance Co., thereby as fully and to the same extent as if the same were signed by the duly authorized officers of Global Surety & Insurance Co., and all the acts of said Attorney(s), pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following provisions of the By -laws which are now in full force and effect and are the only applicable provisions of said By -laws: ARTICLE V— Section 6. The President, any Vice President, or any Secretary may from time to time appoint Attorneys -in -Fact to act for and on behalf of the Company and may give any such appointee such authority as his certificate of 'uutho.ity may prescribe to sign with the Company:s name and seal with the Company's .seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors may at any time remove any such appointee and revoke the power and authority given him. ARTICLE V— Section 7. Any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President or a Vice President, and duly attested and sealed with the Company's seal by it Secretary or Assistant Secretary, or (b) duly executed under seal, if required, by one or more Attorneys -in -Fact pursuant to the power prescribed in his or their certificate or certificates of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile, under and by authority of the following resolution adopted by the Board of Directors of Global Surety d; Invurance Co. at a meeting duly called and held on the 8th clay of June, 1965. RESOLVED: That the signature of James Hawekotte, President, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate hearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile sugnature and facsimile .seal shall he valid and binding upon the Company in the Intone with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF, Global Surety dr Insurance Co. has caused these presents to be signed by its President and its corporate seal to be hereto affixed, this 21st day of December, A. D. , 1977 Global Surety 'v Insurance Co., ;.aE,v a iys 9, j.i . By :�.•,.. . President State of Nebraska, County of Douglas —ss: On this December 21, 1977 , before me personally came James Hawekotte, to me known, who, being by me duly sworn, did depose and say: that he is President of Global Surety & Insurance Co., the corporation described in and which executed the above instrument, at its Home Office: that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; and that he executed the said instrument on behalf of the corporation by authority of his office under the By -lexus thereof. 4 Q � 9 W ,y ,� +. r• s`` Notary Public My Commission Expires January 15, 1982 CERTIFICATE I, the undersigned, President of Global Surety & Insurance Co., a stock corporation of the State of Nebraska, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force anti has not been revoked; and furthermore, that Article V of Sections 6 and 7, of the By -laws of the Company, and the Resolution of the Board of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Omaha, State of Nebraska. Dated this 12th day of September GSIC Form B7 12/77 (Revised 1/79) A.D., 19 80 PA av� hY �o A - ,SEAL;i ,r awl ••�`�' "' " "•'• President FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That 0 Page 11 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted September 8, 1980 has awarded to PETER KIEWIT SONS' CO. hereinafter designated as the "Principal ", a contract for BALBOA ISLAND BRIDGE REHABILITATION (Contract No. 2014) in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, as Principal, PETER KIEWIT SONS' GLOBAL SURETY & INSURANCE CO. as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of One Million Three Hundred Fifty -Two Thousand Five Hundred Dollars ($ 1.352.586.00 - - -�, Eighty -Six and no/ 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 i • Page 12 Faithful Performance Bond (Continued) of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the day of , 19 Appro ed as o form: City Atto ey PETER KIEWIT SONS' CO. (Seal) Name of Contractor (Principal) Authorized;'Zignature and Title William L. Grewcock, Vice President Authorized Signature and Title GLOBAL SURETY & INSURANCE CO. (Seal) Name of Surety 135 Kiewit Plaza, Omaha, NE 68131 Address of Surety Sfg, ature and T tl,e of Authorized Agent Jacki R. Johnston, Attorney -in -Fact Same as Surety Address Address of Agent (402) 342 -2949 Telephone No. of Agent G obal Surety & Insurancelo. ( A Stock Company ) Omaha, Nebraska 68131 Power of Attorney and Certificate of Authority of Attorney (s) -in -Fact KNOW ALL MEN BY THESE PRESENTS, That Global Surety ✓s Insurance Co., a corporation duly organized under the laws of the State of Nebraska, and having its principal office in the City of Omaha, County of Douglas, State of Nebraska, hath made, constituted and appointed, and does by these presents make, constitute and appoint Joseph M. Fenton, Jacki R. Johnston and Mike J. Kelly of Omaha, Nebraska, its true and lawful Attorney(s), with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): for Global Surety ✓1 Insurance Co., as surety, by his sole signature and act any and all bonds, undertakings and other writings obligatory in the nature of a bond and to bind Global Surety & Insurance Co, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of Global Surety & Insurance Co, and all the acts of said Attorney(s), pursuant to the authority herein given, are hereby ratified and confirmed, This appointment is made under and by authority of the following provisions of the By -laws which are now in full force and effect and are the only applicable provisions of said By -laws: ARTICLE V— Section 6. The President, any Vice President, or any Secretary may from time to time appoint Attorneys -in -Fact to act for and on behalf of the Company and may give any such appointee such authority as his certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors may at any time remove any such appointee and revoke the power and authority given him. ARTICLE V— Section 7. Any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President or a Vice President, and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed under seal, if required, by one or more Attorneys -in -Fact pursuant to the power prescribed in his or their certificate or certificates of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following resolution adopted by the Board of Directors of Global Surety & Insurance Co. at a meeting duly called and held on the 8th day of June, 1965. RESOLVED: That the signature of James Hawekotte, President, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile sea shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF, Global Surety & Insurance Co. has caused these presents to be signed by its President and its corporate seal to be hereto affixed, this 21st day of December, A.D. , 1977 EALJ,;F By Global Suretq & Insurance Co., State of Nebraska, County of Douglas —ss: On this December 21, 1977 , before me personally came James Hawekotte, to me known, who, being by me duly sworn, did depose and say: that he is President of Global Surety & Insurance Co., the corporation described in and which executed the above instrument, at its Home Office: that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; and that he executed the said instrument on behalf of the corporation by authority of his office under the By -laws thereof. ♦ ,, .A Notary Public My Commission Expires January 15, 1982 CERTIFICATE I, the undersigned, President of Global Surety & Insurance Co., a stock corporation of the State of Nebraska, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that Article V of Sections 6 and 7, of the By -laws of the Company, and the Resolution of the Board of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Omaha, State of Nebraska. Dated this 12th day of September A.D, 19 80 yam,.......... 40 '. I , SEaiL;;oi President GSIC Form B7 12/77 (Revised 1/79) City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Sons' Co. . CERTIFICATE OF INSURANCE • Page 13 �V "'N °1Y A The Home Insurance Co. Letter w York. NY 10038 Company B Letter Company C Letter Company D Le - -..t.j t-.er ., E This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time, including attached endorsement(s). COMPANY Policy Policy LIMITS OF LIABILITY IN THOUSANDS 000 LETTER TYPE OF INSURANCE No. Exp. Each Date Occurrence Aggregate A GENERAL LIABILITY GA 988 3/1/81 ZIComprehensive Form 4189 Bodily Injury $ $ EX Premises- Operations 19 Explosion R Collapse Hazard Property Damge $ $ laUnderground Hazard Ri Products /Completed - Operations Hazard Bodily Injury ENContra c tual Insurance and Property $6 Million $ 6 Million Kx Broad Form Property Damage Damage Combined lombined sin le Limit of %%Independent Contractors Liability \1 kk Personal Injury Personal Injury $ w tK Marine tWMq ❑ Aviation A AUTOMOTIVE LIABILITY a Comprehensive Form BA 608 3/1/81 Bodily Injury $ 3366 Each Person $ Bodily Injury Owned Each Occurrence ExHired Pro' Dama e $ �• Bo i y Inju and ry 6 Million glcNon -owned Property Damage $combined �. Combined in le limit A EXCESS L 6 L T HEC 983 3/1/81 of liabilit gkUnbrella Form 2066• Bodily Injury 0 Other than Umbrella Form and Property $5 million $ Dama a Combined xcess of 1 Million A WORKERS C M ENS TI N we 984 3 1 81 tatutory and EMPLOYER'S LIABILITY 7610 $100 000. ac Accident NOTE: The Comprehensive General Liability or (and) Automotive Liability policy(s) is (are) endorsed with the attached City of Newport Beach Endorsement(s). CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the Insurance Company affording coverage shall provide 30 days' advance notice to the certificate holder by mail, Attenntion: P i Works De artment By: 9/ Agency: Midwest Agencies, Inc. 9/12/80 A i Representat ve 135 Kiewit Plaza, Omaha. NE 68131 ate ssue seph M. Fenton Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: Balboa Island Bridge Rehabilitation - Contract No. 2014 Project tit a an contract number NOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. Job No. 6285 Calif. /So.Calif. • CITY Of NEWPORT BEACH i COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT I IT IS AGREED THAT: I. With respect to such insurance as is afforded by the policy for Comprehensive General Liability, the City of Newport Beach, the Consulting Engineer, their officers and employees are additional insureds, but only with respect to liability arising out of operations performed by or on behalf of the named insured in connection with the contract designated below or acts and omissions of the City of Newport Beach in connection with its general supervision of such operations. The insurance afforded said additional insured shall apply as primary insurance and no other insurance maintained by the additional insureds will be called upon to contribute with insurance provided by this policy. The obligations of the Contractor for indemnification in Section 7 -3 of the Standard Specifications and Section XVIII of the Special Provisions shall not extend to the li- ability of the Consulting Engineer, their directors, officers, employees and agents arising out of or resulting from or in connection with the preparation of designs, plans or specifications providing that the foregoing was the sole and exclusive cause of the loss, damage or injury. 2. The policy includes the following provisions: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision contained in the written contract, designated below, between the named insured and the additional insureds. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU" hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured named in para- graph I of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability Property Damage Liability $x) Single Limit $ each occurrence $ each occurrence Bodily Injury Liability $6 Million Combined each occurrence and Single Limit of Liability Property Damage Liability Combined The applicable limit of the Insurance Company's liability for the insurance afforded for contractual liability shall be reduced by any amount paid as damages under this endorse- ment in behalf of the additional insureds.. The limits of liability as stated in this endorsement shall not increase the total li- ability of the Insurance Company for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to Comprehensive General Liability Insurance. 6. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department 7. Designated Contract: Balboa Island 9grdoe j Rehabilitation - Contract No. 2014 Proect Title and Contract No. This endorsement is effective 9/12/80 No. GA 988 4189 Named Insured Peter Riewit Sons' Co. at 12:01 A.M. and forms a part of Policy Name of Insurance Company The Home Insurance Co. By Endorsement No.,,�PECIAL zeprKepresentative ph M. Fenton Insurance Endorsement General Liability ,lob No. 62- p,.7np 1 of 2 i;C fCn E State of NEBRASKA ) County of DOUGLAS. ) L On this 12th day of September , 19 80, before me personally came Joseph M. Fenton to me known who being duly sworn, did depose and say: that he Joseph M. Fenton is an authorized representative of the The Home Insurance Co. and acknowledged to me that he Joseph M. Fenton executed the within instrument on behalf of said insurance company. In witness whereof, I have signed and affixed my official seal on the date in this certificate first above written. J. OTARY COMMISSION �.. • \ c >- '� Exa1RES NOTARY PUB b 0�1;4 Carol J . Lig n T0. l9 ! �F K _LfdSr' NOTICE: No substitution or revision to the above endorsempnt.form will be accepted. If the insurance called for is provided by more than one policy, a separate endorsement in the exact above form shall be provided for each policy. Insurers must be authorized to do business and have an agent for service of process in Cali- fornia and have an "A" policyholder's rating and a financial rating of at least Class XI in accordance with the most current Best's Rating. Insurance Endorsement General Liability Page 2 of 2 CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT IT IS AGREED THAT: I. With respect to such insurance as is afforded by the policy for bodily Injury and Property Damage Liability, the City of Newport Beach, the Consulting Engineer, their officers and employees are additional insureds, but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising.out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded the additional named insured(s) shall apply as primary insurance and no other insur- ance maintained by the additional insureds will be called _upon to contribute with.• insurance.provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The limits of liability under this endorsement for the additional insureds named in paragraph 1 of this endorsement shall be the limits indicated below for either Multi- ple Limits or.Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability $ each occurrence Property Damage Liability $ each occurrence (xx) Single Limit Bodily Injury Liability $ 6 Million Combined each occurrence and Single Limit of Liability Property Damage Liability Combined The limits of liability as stated in paragraph 3 of this endorsement shall not in- crease the total liability of the Insurance Company for all damages as the result of any one accident or occurrence in excess of the limits of liability stated in-the policy as applicable to Automobile Liability Insurance. 4. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: Balboa Island Bridge Rehabilition - Contract No. 2014 Project Title and Contract No. This endorsement is effective 9112/80 at 12:01 A.M. and forms a part of Policy No. BA 608 3366 Named Insured Peter Kiewit Sons' Co. Endorsement No. SPECIAL Name of Insurance Company The Home Insurance Co. By wr ,itl( ho zed Representative oseph M. Fenton Insurance Endorsement Automotive Liability Paae 1 of 2 Job No. 6285 Calif. /So,Calif. State of NEBRASKA ) County of DOUGLAS ) On this 12th 0 0 day of September , 19 80 , before me personally came Joseph M. Fenton to me known who being duly sworn, did depose and say: that he Joseph M. Fenton is an authorized representative of the The Home Insurance Co. and acknowledged to me that he Joseph M. Fenton executed the within instrument on behalf of said insurance company. In witness whereof, I have signed and affixed my official seal on the date in this certi- ficate first above written. GP%"�N P 0 NOTARY NOTARY PLJ IC COMMISSION * Carol J. Ligon EXPIRES OF NOTICE: No substitution or revision to the above endorsement form will be accepted. If the insur- ance called for is provided by more than one policy, a separate endorsement in the exact above form shall be provided for each policy. Insurers must be authorized to do business and have an agent for service of process in California and have an "A" policyholder's rating and a financial rating of at least Class XI in accordance with the most current Best's Rating. Insurance Endorsement Automotive Liability Page 2 of 2 INSURANCE ENDORSEMENT Description of Contract: Type of Insurance: Worker's Compensation Insurance This endorsement forms a part of Policy No. WC 984 7610 ENDORSEMENT It is agreed that with respect to such insurance as is afforded by the policy, the Company waives any right of subrogation it may acquire against the City of Newport Beach, the Consulting Engineer, their officers and employees by reason of any pay- ment made on account of injury, including death resulting therefrom, sustained by any employee of the insured, arising out of the performance of the above - referenced contract. This endorsement does not increase the Company's total limits of liability. Peter Kiewit Sons' Co. Named Insured Contractor 1000 Kiewit Plaza Street Number Omaha, Nebraska 68131 City and State The Home Insurance Co. Insurance Company 59 Maiden Lane Street Number New York, New York 10038 City and State By //� z o pa Representative Jose h M. Fenton (SEE NOTICE ON PAGE 2 OF 2) Insurance Endorsement Worker's Compensation Page 1 of 2 Job No. 6285 Calif., /So.Calii State of NEBRASttA ) ss. County of DOUGLAS ) Page 19 On this 12th day of September 19 80 before me personally came Joseph 11. Fenton to me known, who being duly sworn, did depose and say: that he Joseph M. Fenton an authorized representative of the The Home Insurance Co. and acknowledged to me that he Joseph 11. Fenton instrument on behalf of said insurance company. is executed the within In witness whereof, I have signed and affixed my official seal on the date in this certificate first above written. J. % . NOTARY COMMISSION l ._ .... EXPIRES `• NOTARY PUBt C Ale J,f�OV 20 1q . Carol J. Ligon- J 9lE OF NEgRPS NOTICE: No substitution or revision to the above endorsement form will be accepted. If the insurance called for is provided by more than one policy, a separate endorsement in the exact above form shall be provided for each policy. Insurance Endorsement Worker's Compensation Page 2 of 2 Page 20 CONTRACT i% THIS AGREEMENT, entered into this day of 19 JV , by and between the CITY OF NEWPORT BEACH, hereinafter "City and PETER KIEWIT SONS' CO. , hereinafter "Contractor, "is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: BALBOA ISLAND BRIDGE REHABILITATION 2014 Title of Project Contract No. (b) Contractor has been determined by City to be the lowest responsi- ble bidder on said public work, and Contractor's bid, and the compensation set forth in this contract, is based upon a careful examination of all plans and specifications by Contractor, NOW, THEREFORE, the parties hereto agree as follows: 1. Contractor shall furnish all materials and perform all of the work for the construction of the following described public work: 2 atract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as described above, City shall pay to Contractor the sum of One Million Three Hundred Fifty-Two Thousand Five Hundred ($ Eighty -Six and no /100 $1,352,586). This compensation includes 1 any loss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstruc- tions in the performance of the work; (3) any expense incurred as a result of any suspension or discontinuance of the work; but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instruction to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and endorsement(s) Page 21 • (f) Plans BRIDGE nREHABILITATIOH Provisions for ISLAND Title of Project Contract No. (g) This Contract. 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximiately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. ATTEST: City Clerk CITY OF NEWPORT BEACH Mayo r •, / CITY PETER KIEWIT SONS' CO. Contractor BY Its WiniawgL. Crewcock, Vice President By i t • l' • .LLs Its R. C. Kalasinskv-:_Assis Secretary CONTRACTOR CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR BALBOA ISLAND BRIDGE REHABILITATION CONTRACT NO. 2014 Section Page I Scope of Work . . . . . . . . . . . . . . . . . . . SP -1 II Completion, Schedule, and Prosecution of the Work . SP -1 III Payment . . . . . . . . . . . . . . . . . . . . . . SP -2 IV Definitions . . . . . . . . . . . . . . . . . . . . SP -3 V Traffic Control and Access . . . . . . . . . . . . SP -3 VI Permits and Licenses . . . . . . . . . . . . . . . . SP -3 VII Agency Notifications . . . . . . . . . . . . . . . . SP -4 VIII Channel Closure for Construction. . . . . . . . . . SP -4 IX Construction Survey . . . . . . . . . . . . . . . . SP -5 X Existing Utilities . . . . . . . . . . . . . . . . . SP -5 XI Project Site Maintenance . . . . . . . . . . . . . . SP -5 XII Surface Water Runoff Controls . . . . . . . . . . . SP -5 XIII Safety . . . . . . . . . . . . . . . . . . . . . . . SP -6 XIV Existing Bridge Drawings and Soils Report . . . . . SP -6 XV Shop Drawings . . . . . . . . . . . . . . . . . . . SP -6 XVI Liability Insurance . . . . . . . . . . . . . . . . SP -6 XVII Workers' Compensation Insurance . . . . . . . . . . SP -7 XVIII Indemnification . . . . . . . . . . . . . . . . . . SP -7 XIX Guarantee . . . . . . . . . . . . . . . . . . . . SP -7A 0 INDEX - continued 10 Section Page CONSTRUCTION DETAILS Modifications to PART 2 - Construction Materials A Section 200 - Rock Materials 200 -2 Aggregate Base . . . . . . . . . . . . . . . SP -8 B Section 201 - Concrete Mortar and Related Materials 201 -1 Portland Cement Concrete . . . . . . . . . . SP -8 201 -2 Steel Reinforcement for Concrete . . . . . . SP -10 201 -3 Expansion Joint Filler . . . . . . . . . . . SP -10 201 -4 Concrete Curing Compound . . . . . . . . . . SP -11 201 -5 Cement Mortar . . . . . . . . . . . . . . . SP -11 201 -6 Epoxy Resin . . . . . . . . . . . . . . . . . SP -11 201 -7 Portland Cement Plaster. . . . . . . . . . . SP -12 C Section 205 - Piles 205 -3 Prestressed Concrete Piles . . . . . . . . . SP -13 D Section 206 - Miscellaneous Metal Items 206 -5 Metal Railing . . . . . . . . . . . . . . . . SP -14 206 -7 Seismic Ties . . . . . . . . . . . . . . . . SP -16 E Section 210 - Paint and Protective Coatings 210 -4 Protective Coatings . . . . . . . . . . . . . SP -17 F Section 211 - Soils and Aggregate Tests 211 -2 Compaction Tests . . . . . . . . . . . . . . SP -17 Modifications to PART 3 - Constructions Methods G Section 300 - Earthwork 300 -1 Clearing and Grubbing. . . . . . . . . . . . SP -18 300 -3 Structure Excavation and Backfill. . . . . . SP -18 300 -4 Unclassified Fill . . . . . . . . . . . . . . SP -19 H Section 302 - Roadway Surfacing 302 -5 Asphalt Concrete Pavement. . . . . . . . . . SP -20 INDEX - continued Section Page J Section 303 - Concrete and Masonry Construction 303 -1 Concrete Structures . . . . . . . . . . . . . SP -21 303 -2 Air Placed Concrete . . . . . . . . . . . . . SP -28 303 -6 Portland Cement Plaster . . . . . . . . . . . SP -30 K Section 304 - Metal Fabrication and Construction 304 -2 Metal Railings . . . . . . . . . . . . . . . . SP -31 L Section 305 - Pile Driving and Timber Construction 305 -1 Pile Driving . . . . . . . . . . . . . . . . . SP -33 M Section 311 - Special Protective Materials 311 -2 Protective Coatings . . . . . . . . . . . . . SP -35 N Section 312 - Deck Expansion Joints 312 -1 General . . . . . . . . . . . . . . . . . . . SP -36 312 -2 Materials . . . . . . . . . . . . . . . . . . SP -37 312 -3 Field Measurements and Shop Drawings. . . . . SP -37 312 -4 Installation . . . . . . . . . . . . . . . . . SP -38 2 ' : • ADDENDUM NO. 1 • TO PLANS FOR BALBOA ISLAND BRIDGE REHABILITATION CONTRACT NO. 2014 Sheet 3 DEMOLITION LEGEND Revise note 11 to read: 2 Palm trees (west side) and 2 palm trees (east side) to be removed by others. Sheet 3 APPROXIMATE DEMOLITION QUANTITIES Remove note 11. Sheet 3 NOTES: Revise Note 1 to read: Temporary barrier railing (Type K) shall be placed adjacent to demolished work or with edge at centerline of bridge when Contractor is performing demolition work. (10' traffic lane to be maintained during demolition.) Sheet 7 PLAN- -NEW CONSTRUCTION Note that street, curb and gutter elevations are existing. (Asphal- tic concrete street surface is not a part of this contract, except where construction has necessitated street surface patching.) Sheet 9 NEW PILE SCHEDULE Change: New Pile Data -- Octagonal Piles - Size 161,," to " - Size 16" Sheet 9 NEW PRESTRESSED PILES�1 Add pile tip alternate note as follows: Contractor may substitute HP 8 x 36 x 4' -0" structural steel pile tip.in lieu-of tapered con- crete pile tip shown hereon. 4 -1" diam x 3' -0" long mild steel anchors full pen. butt welded to an 11 x 11 x 1/2" thick cap plate shall be cast -in -place with prestressed piles. The pile tip shall then be shop butt welded to the cap plate. Contractor shall furnish 9 x 9 x 3/4" thick base plates to he field welded to the ends of pile tips as directed by the Engineer. Materials for plates and shapes shall conform with the requirements of ASTM A36. Sheet 11 DECK EXPANSION JOINT Add: "Asphalt Mastic" above exist. exp. it. filler, similar to "asph. mastic" -shown in DECK EXPANSION JOINT 1. Sheet.15 PIPE SLEEVE 0 Change: 1 1/' Dia. Sch. 40 alum. to 2" Dia. Sch. 40 alum. ADDENDUM NO. 1 . TO SPECIAL PROVISIONS FOR BALBOA ISLAND BRIDGE REHABILITATION CONTRACT NO. 2014 Sheet SP -2 II COMPLETION SCHEDULE AND PROSECUTION OF THE WORK Revise limitations on hours of construction to read: Monday through Friday -- 7:00 a.m. to 6:30 p.m. and Saturday -- 8:00 a.m. to 6:00 p.m. (all construction except pile driving) Monday through Saturday -- - 8:00 a.m. to 5:00 p.m. (pile driving) Sheet SP -5 VIII CHANNEL CLOSURE FOR CONSTRUCTION Add the following sentence at end of paragraph: If existing improvements 1) have been removed by Contractor to allow for work under this Contract, 2) have been restored by Contractor, per direction of City, and 3) must again be removed to permit additional work under this Contract, then City shall bear materials and labor costs for such re- removal and subsequent re- restoration. Sheet SP -5 Add: VIII (1) CHANNEL MOORINGS INTERFERING WITH MOVE -IN OR MOVE -OUT The Tidelands Administrator, Mr. Melum, will contact owners of boats moored west of the bridge site in Balboa Island Channel which may interfere with move -in or move -out of Contractor's equipment. If boat owners cannot be contacted or have not removed their boats at the prescribed move -in or move -out hour, City will remove boats at owner's expense. Contractor shall then 1) tie aside or relocate moorings which may interfere, 2) move -in or move -out his equipment, and 3) untie or relocate moorings so that private boats can be re- moored by their owners or City. Materials and labor costs for tying aside, untying or relocating moorings or navigational aids shall be borne entirely by the Contrac- tor. Ll �t 0 BALBOA ISLAND BRIDGE REHABILITATION PREBID CONFERENCE August 1, 1980 9:00 AM City of Newport Beach Conference Room CONSTRUCTION STAFF Field Engineer . . . . Traffic Engineer . . Tidelands Administrator Project•Engineer . . . DESIGN CONSULTANTS Pat Dunigan 640 -2121 -Rich Edmonston 640 -21.81 Tony Melum 640 -2156 Lloyd Dalton 640 -2281 Engineering . . . . . . Jim Bradford 752 -0505 Boyle Engineering Corporation Soils . . . . . . . . . Jim Doolittle 772 -2151 Converse Ward Davis Dixon TOPICS OF INTEREST Work and storage area Delivery access Disposal site Construction office site Work hours and time of completion Utilities Vehicular and pedestrian access and control Moorings, docks and waterborne traffic Addendum No. 1 Revised date of bid receipt /opening Cost Reduction Incentive (CRI) Pile and pile tip alternatives Nominal jetting Alternative driving hammers NOTE: All phone numbers in 714 area code. BALBOA ISLAND BRIDGE REHABILITATION PREBID CONFERENCE MINUTES Work and Storage Area: City has no land area to provide for Contractor. There- fore, City has arranged for the channel closure in accordance with Section VIII of the Special Provisions. There is a possibility that Contractor may obtain a portion of the construction site at the N.E. corner of the bridge. Prospective contractors may contact Mr. Bianco, project manager for Douglas Burton Company, (714) 641- 8305,to discuss this possibility. (Note: John L. Meek Construction Co., Inc., is currently performing seawall repair work at this site. According to Mr. Bianco's information of July 31,1980, foundation work for buildings Will begin as soon as the seawall repair work is completed.) Delivery Access: Concrete delivery could be made on the bridge deck at the loca- tion of pour. However, such delivery would require a difficult transit mix truck turnaround on Balboa Island. Project Engineer recommends transit mix delivery to a pump located at the north end of bridge, in the walkway which has been closed to pedestrian traffic. (The north flagman could assist the transit mix truck in backing in.) Disposal Site: Orange County's Bonita Canyon dumpsite (aka Coyote Canyon) approx- imately 6 miles from project. Permit available at Public Works counter. Construction Office Site: In addition to the site possibility discussed in "Work and Storage Area" (above), prospective contractors may contact owners or lessees of commercial property along Marine Avenue on Balboa, Island to dis- cuss the lease of property for a construction office site. Work Hours and Time of Completion: (See Addendum No. 1) Utilities: Contractor will notify and cooperate with Southern California Edison Company re: pull vault construction at SW corner of bridge, in accordance with sheet 6 of the Plans. Vehicular and Pedestrian Access and Control: On April 16 and 17, 1980 (Wed. and Thurs.), Converse Ward Davis Dixon closed the north end of the southbound and south end of the northbound bridge lanes, respectively, to enable soils tests from truck - mounted equipment. Two flagmen were used at all times to control the one remaining lane of vehicular traffic. No noticeable inter- section interferences occurred at Bayside Drive or Balboa Avenue. If the bridge rehabilitation Contractor and his flagmen are cautious with regard to traffic flow and control, additional flagmen should not be required to clear the Bayside Drive and Balboa Avenue intersections. Moorings, Docks and Waterborne Traffic: (See Addendum No. 1) Addendum No. 1: Addendum, plus agenda and prebid conference meeting minutes, will be mailed out Monday, August 4. Prospective bidders should receive them by Wednesday, August 6. Call Project Engineer if you need advance information. Prebid Conference Minutes Page 2 Revised Date of Bid Receipt /Opening: (See IMPORTANT NOTICE TO BIDDERS!) Cost Reduction Incentive (CRI): Prospective contractors shall bid to construct as shown on the Plans and Special Provisions, plus Addenda. The Engineer will consider cost reduction methods and, if appropriate, issue a change order with the Contractor. Pile and Pile Tip Alternatives: (See Addendum No. 1) Nominal Jetting: Consultant Engineer will evaluate and make recommendations for Addendum No. 1 (Note: no predrill•ing or jetting was added in Addendum No. 1. This does not preclude the necessity for permitting such methods during construction if piles may not otherwise be placed.) Alternative Driving Hammers: Consultant Engineer will evaluate and make recom- mendations for Addendum No. 1. (Note: no alternative driving hammers were added in Addendum No. 1. This does not preclude the possibility of demon- stration by Contractor that alternative driving hammers may successfully be used.) • i PR 1 of 4 PROPOSAL BALBOA ISLAND BRIDGE REHABILITATION Title of Project 2014 Contract No. To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 2014 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Rehabilitate bridge as shown on the Plans excluding items 2 through 8 below. Nine - hundred ninety -one @ thousand Dollars and no Cents $Lump Sum $ 991,000.00 Lump Sum 2. 831 Metal railing and stair railing Linear Feet on the bridge and south approach @ Seventy Dollars and no Cents $ 70.00 $ 58,170.00 Per Linear Foot PR2of4 ITEM NO. QUANTITY AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT TOTAL PRICE PRICE 3. 704 Special finish areas with stamped Square Feet colored concrete for south approach sidewalks @Four Dollars and no Cents $ 4.00 $ 2,816.00 Per Square Foot 4. 5 Bridge deck light standards Each and luminaires @Five thousand Dollars and no Cents $ 5,000. $ 25,000.00 Per Each 5. Lump Sum South approach walls above sidewalk level Thirty -five @ thousand Dollars and no Cents & um Sum $ 35,000.00 Lump Sum b. Lump Sum North approach walls including foundations @ Six thousand Dollars and no Cents $Lum Sum $ 6,000.00 Lump Sum 7. 3624 Furnish concrete piles Linear Feet @ Twenty-five Dollars and no Cents $ 25.00 $ 90,600.00 Per Linear Foot ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 8. 96 Drive concrete piles Each @Fifteen hundred Dollars and no Cents $1 5. 00.00$ 144.000.00 Per each TOTAL BID PRICE FOR ITEMS 1 THROUGH 8 WRITTEN IN WORDS AND FIGURES: One million three hundred fifty -two thousand, five hundred eighty -six Dollars and no Cents TOTAL BID $ 1,352,586 ALTERNATE BID ITEMS 10. 3376 Special finish areas With pebble Square Feet aggregate for bridge sidewalks @ Eight Dollars and no Cents $8.00 $ 27.008.00 Per Square Foot 11. 704 Special finish areas with pebble Square Feet aggregate for south approach sidewalks @ Five Dollars and no Cents $5.00 $ 3,520.00 Per Square Foot 12. 3376 Special finish areas with stamped Square Feet colored concrete for bridge sidewalks @ Six Dollars and no Cents $6.00 $ 20,256.00 Per Square Foot PR3of4 • . PR4of4 T NS' CO. Date r (Bidder's Name S /G. B. TOLL, JR., Attorney -in -Fact (Authorized Signature CONTRACTOR'S LICENSE NO. 77148 ADDRESS 301 E. Santa Clara Num er Street Arcadia, CA 91006 City State Zip TELEPHONE NO. 213/445 -3700 Area Code Number CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS I VIM. BALBOA ISLAND BRIDGE REHABILITATION 1980 -81 CONTRACT NO. 2014 SCOPE OF WORK The work to be done under this Contract includes demolition and re- moval of existing concrete sidewalks and handrails, bridge lighting, and approach roadway sections; sidewalks, curb and gutter, and walls; construction of new bridge railing, sidewalks, bridge lighting, piles and pile caps, approach roadway sections, sidewalks, curb and gutter, and walls; bridge deck paving and seismic ties; and repairs to existing bridge. The Contract requires completion of all work in accordance with these Special Provisions, the Plans (Drawing 11- 5090 -S), the City's Standard Special Provisions and Standard Drawings, 1980 Edition, and the City's Standard Specifications. The City's Standard Specifications are the Standard Specifications for Public Works Construction, 1979 Edition and 1980 supplement (hereinafter referred to as the Standard Specifica- tions). Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 870 -9871. Copies of the City's Standard Special Provisions and Standard Drawings may be purchased from the Public Works Department at a cost of $5. The City's Standard Specifications, Standard Special Provisions, and Standard Drawings are included in the contract documents for said project by this reference. II COMPLETION, SCHEDULE, AND PROSECUTION OF THE WORK All work included in the Contract shall be completed within 210 con- secutive calendar days from the date the City awards the Contract. The Contractor shall submit a complete construction schedule for approval by the Engineer prior to the start of any work. The Contractor's schedule shall consider the phasing of the work, traffic control, access, and limitation on hours of construction. Liquidated damages shall be $250 per each consecutive calendar day in excess of the time specified herein for completion of work (as adjusted). SP -1 1. Hours of construction are limited to the following times: Monday through Friday -- 7:30 a.m. to 5:30 p.m. except pile driving Monday through Friday -- 8 a.m. to 5 p.m. pile driving 2. Sidewalk demolition and reconstruction and certain bridge and approach work will require temporary closure(s) of street or walkway to vehicular and pedestrian traffic. Such closure(s) shall be indicated in the construction schedule for approval of the Engineer and shall be subject to the following: (a) Minimum street width of 17 feet for two -way traffic, except that, (b) Minimum street width of 10 feet for one -way traffic, controlled by a minimum of two flagment, between 9 a.m. and 4 p.m. Monday through Friday, (c) Bridge roadbed lighting and channel navigational lighting provided during nighttime hours throughout the duration of the contract, (d) Double yellow centerline pavement striping (paint, poly- mer tape, etc.) provided whenever two -way traffic street width is less than 20 feet, (e) Removal of conflicting pavement striping, (f) Additional flagmen provided as necessary to maintain clear intersections at Bayside Drive and Balboa Avenue, (g) Minimum walkway width of 4 feet for two -way pedestrian and bicycle traffic, with ramps provided for changes of elevation, (h) Engineer's approval of vehicular and pedestrian traffic control Drawings per Section V, Traffic Control and Access, herein. 3. Pile- driving equipment is not permitted on the bridge. If pile - driving equipment is located on the approaches for driving of piles near ends of the bridge, such locations shall be indicated in the construction schedule for approval of the Engineer. 4. Replacement of reinforcing and repairs for Girders G2 and G6 specifically indicated in the Drawings shall be accomplished after demolition and removal of existing sidewalks and handrails and before construction of new sidewalks and handrails in the affected spans. III PAYMENT The total price bid for the work shall, unless otherwise stated, in- clude full compensation for all labor, materials, tools, equipment, and SP -2 incidentals necessary to complete the work. Compensation for work on the Plans or described in the Specifications but not separately provided for in the Rid Proposal, shall be included in the total price bid. IV DEFINITIONS PART 1 - General Provisions of the STANDARD SPECIFICATIONS A. SECTION 1 - TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1 -2 Definitions Add the following definition: Consulting Engineer - Boyle Engineering Corporation and its subsidiaries. B. SECTION 7 -RESPONSIBILITIES OF THE CONTRACTOR 7 -3 Liability Insurance The word Agency in Subsection 7 -3 shall mean "the City of Newport Beach, the Consulting Engineer, and their consultants." V TRAFFIC CONTROL AND ACCESS The Contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard Specifications and Work Area Traffic Control Handbook (WATCH), 1978 edition. The Contractor shall submit written traffic control Drawings to the Engineer for approval prior to commencing any work. The Drawings shall consist of the following: 1. A complete and separate Drawing for each stage of construction proposed by the Contractor or required herein. 2. Each Drawing shall show (a) the locations of control, warning and guidance devices, pavement striping and marking, flagmen, and temporary parking restrictions; (b) the widths of streets and walkways; (c) the periods of street or walkway closures (whether to all traffic or to through traffic only); and (d) any other details required to assure that all vehicular and pedestrian traffic will be handled in a safe and efficient manner with a mini- mum of inconvenience. 3. Type K temporary barrier rail shall be provided by the Con- tractor at each side of the bridge during demolition and recon- struction of the sidewalks and handrails. VI PERMITS AND LICENSES The Contractor shall purchase a valid City of Newport Beach business license. SP -3 Before disposing of any demolition or removals at any sanitary land- fill site in Orange County, the Contractor shall obtain a "Permit to Dispose of Demolition" from the City Public Works Department. There is no charge for this permit; its purpose is to provide authori- zation for the Contractor to use those disposal facilities for disposal of excess material. The City has obtained the following approvals and permits, which are available for inspection at the Public Works Department; 1. Project Approval: California Regional Water Quality Control Board, Santa Ana Region. 2. Coast Guard Permit: Commander, Eleventh Coast Guard District (OAN). 3. Coastal Development Permit: California Coastal Zone Con- servation Commission, South Coast Regional Commission. VII AGENCY NOTIFICATIONS The Contractor shall notify the following agencies: 1. Coast Guard Office of Aids to Navigation 11th Coast Guard District Long Beach (213) 590 -2222 -- Mrs. Denny Contractor shall notify the Coast Guard office at least two weeks prior to the use of any floating equipment. 2. Harbormaster Ray Graham O.C. Sheriff's Department (714) 834 -2654 The Contractor shall notify the harbormaster at least one week prior to the start of construction. 3. Tony Melum, Tidelands Administrator City of Newport Beach Marine Department (714) 640 -2156 The Contractor shall notify Mr. Melum at least four weeks prior to removal of bouys, moorings, or docks required by the construction. VIII CHANNEL CLOSURE FOR CONSTRUCTION The Contractor will be permitted to close Balboa Island Channel to through boat traffic and to mooring, anchorage, or dockage within 200 feet from the centerline of Marine Avenue where such traffic, mooring, anchorage, or dockage will interfere with the Contractor's operations. Aggregate time of such closure shall not exceed 180 cal - lendar days and shall require that the Contractor provide temporary navigational aids as directed by the Coast Guard. The Tidelands SP -4 Administrator, Mr. Melum, will determine temporary relocation sites for moorings which exist within the channel closure limits and which will interfere with the Contractor's operations. Mr. Melum will also assist dockage permittees in relocating their boat if their existing dockage is within the channel closure limits and will interfere with the Contractor's operations. Materials and labor costs for removal, relocation, and restoration of existing improvements, including navi- gational aids, shall be borne entirely by the Contractor and included in the bid. Such restoration shall equal or exceed the condition of existing improvements. IX CONSTRUCTION SURVEY The Contractor shall provide for his survey layout requirements at no cost to the City. X EXISTING UTILITIES Construction of the items in this Contract will cause work to be per- formed under and very near existing water, sewer, storm drain, gas, electrical, telephone, and television lines. The Contractor shall in- vestigate, locate, and protect all existing utilities in conformance with Part 1, Section 5 of the Standard Specifications. He shall protect in place and be responsible for, at his own expense, any damage to exist- ing utilities encountered during construction. XI PROJECT SITE MAINTENANCE The Contractor shall provide project site maintenance in compliance with Part 1 , Subsection 7 -8 "Project Site Maintenance" of the Standard Specifications. During pile- driving operations, the Contractor shall employ a contain- ment screen encircling his work to prevent the spread of suspended solids to the surrounding bay waters. Upon completion of the pile driving, the water surface within the screen area shall be thoroughly skimmed of all floatable materials. Sufficient time shall be allowed for the suspended solids to settle prior to removal of the containment screen. A copy of the screen design shall be submitted concurrently to the Engineer and the Water Quality Control Board prior to the com- mencement of any pile - driving operations. The Contractor shall furnish and operate a self - loading motor sweeper to keep paved and sidewalk areas clear as directed by the Engineer. Prior to starting removal and shotcrete operations, Contractor shall place plastic sheeting as required on the sand at the base of the bulk- heads. All debris and rebound shall be kept out of the bay. XII SURFACE RUNOFF WATER CONTROL Surface water containing mud, silt, or other deleterious material from the project shall be treated by filtration or retention in a settling basin or basins, sufficient to prevent such waters from entering storm drains or the bay. The Contractor shall submit a plan for implementing sil- tation control concurrently to the City and to the California Regional SP -5 XIII XIV XV XVI Water Quality Control Board, Santa Ana Region (6833 Indiana Avenue, Suite 1, Riverside, California 92506, telephone (714) 684 -9330, Mr. John Zasadzinski) prior to commencing construction. Upon approval of the plan by the City and the Board, the Contractor shall be responsible for the implementation and maintenance of the control facilities. SAFETY In accordance with generally accepted construction practices, the Contractor shall be solely and completely responsible for conditions of the jobsite, including safety of all persons and property during per- formance of the work, and the Contractor shall fully comply with all state, federal and other laws, rules, regulations, and orders relating to safety of the public and workers. EXISTING BRIDGE DRAWINGS AND SOILS REPORT Existing bridge Drawings H- 4951 -S and R- 5009 -S and soils report pre- pared by Converse Ward Davis Dixon are on file in the Public Works Department offices, City of Newport Beach, and may be examined by all bidders. SHOP DRAWINGS In addition to the Shop Drawing requirements in Section 2 -5.3, SHOP DRAWINGS, Part 1 of the Standard Specifications, the following shall apply: All Shop Drawings shall be approved and stamped by the Contrac- tor prior to submittal to the Engineer. LIABILITY INSURANCE Upon execution of the Contract, the Contractor shall provide a certifi- cate(s) of insurance showing that he has Liability Insurance coverage in limits not less than the amounts specified hereinafter in this section. At the same time, the Contractor shall provide the insurance endorse- ments on the forms provided as part of the Contract Documents. Included in such insurance shall be contractual coverage sufficiently broad to insure the matters set forth in the section entitled INDEMNI- FICATION in these Special Provisions except those matters set forth in the second paragraph thereof. The Liability Insurance coverage shall include each of the following types of insurance: A. General Liability (1) Comprehensive Form. (2) Premises - Operations. (3) Explosion and Collapse Hazard. (4) Underground Hazard. SP -6 (5) Products/ Completed Operations Hazard. (6) Contractual Insurance. (7) Broad Form Property Damage. (8) Independent Contractors. (9) Personal Injury. (10) Marine. B. Automobile Liability (1) Comprehensive Form. (2) Owned. (3) Hired. (4) Non - Owned. The miminum limits of coverage for liability insurance specified in the Standard Specifications Section 7, RESPONSIBILITIES OF THE CON- TRACTOR, Subsection 7 -3 Liability Insurance shall be changed to the following minimum limits: Bodily Injury $1,500,000 Each Person $3,000,000 Each Occurrence Property Damage $1,500,000 Each Occurrence A combined single limit policy with aggregate limits in the amount of $6,000,000 will be considered equivalent to these required minimum limits. XVII WORKERS' COMPENSATION INSURANCE In addition to the requirements specified in Section 7 -4, WORKERS' COMPENSATION INSURANCE, of the Standard Specifications, the Contractor shall provide an endorsement to the certificate of insur- ance on the forms provided waiving any right of subrogation it may acquire against the City of Newport Beach, the Consulting Engineer, their officers and employees by reason of any payment made on ac- count of injury, including death resulting therefrom sustained by any employee of the insured. X V III INDEMNIFICATION In addition to the indemnification requirements in Section 7 -3 of the Standard Specifications, the following shall apply: In any and all claims against the indemnified parties by any em- ployee of the Contractor, any subcontractor, any supplier, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obliga- tion in Section 7 -3 of the Standard Specifications shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for the Con- tractor, or any subcontractor, or any supplier or other person under workers' compensation acts, disability benefit acts, or other employee acts. SP -7 The indemnity obligations of the Contractor in Section 7 -3 of the Standard Specifications shall not extend to the liability of the Con- sulting Engineer, their directors, officers, employees, and agents arising out of or resulting from or in connection with the prepara- tion of designs, plans, and specifications providing that the fore- going was the sole and exclusive cause of the loss, damage, or injury. XLY GUARANTEE The Contractor shall guarantee for a period of one year, after accept- ance of the work by the City Council, all materials and workmanship against any defects whatsoever. Any such defects shall be repaired at the Contractor's expense. SP -7A CONSTRUCTION DETAILS PART 2 - Construction Materials shall conform to the Standard Specifications except as modified herein: A. SECTION 200 - ROCK MATERIALS 200 -2 Untreated Base Materials 200 -2.1 General Aggregate base shall consist of crushed aggregate material. B. SECTION 201 - CONCRETE MORTAR AND RELATED MATERIALS 201 -1 Portland Cement Concrete 201 -1.1 Requirements 201 -1.1.3 Compressive Strength of Concrete Twenty -eight day minimum compressive strength of concrete shall be as follows: Prestressed piles 6, 000 psi Precast pile points and pile caps 4,000 psi Mix design for various concrete strengths shall be submitted to the Engineer for approval at least 21 days before placing of any concrete. Calcium chloride shall not be used as an admixture. 201 -1.1.4 Test for Portland Cement Concrete Delete: The second and fifth paragraphs. Add: Compressive strength shall be determined at the end of seven days and 28 days on standard 6- inch - diameter by 12 -inch test cylinders. The 28 -day compressive strength shall not be less than 6,000 psi for new prestress piles and 4,000 psi for pile points and pile caps. Concrete Cylinders The Engineer will take three concrete cylinders for each 50 cubic yards of concrete and for each day's placement. Cylinders will be cured under job conditions. Core Sample Tests If any cylinders fail to meet the 28 -day strength requirements_ for the portion of the structure in which the concrete is used, core tests will be taken at the Contractor's expense to demon- strate the adequacy of the concrete in place. If both core tests and cylinder tests fail to meet the specified strength requirements, the concrete shall be considered defec- tive and shall be replaced or adequately strengthened in the manner satisfactory to the Engineer. 201 -1.2 Materials 201 -1.2.1 Portland Cement All cement for cast -in -place concrete shall be Type II and the tricalcium aluminate content shall not exceed 6 %. 201 -1.2.4 Admixtures Add: All structural concrete shall contain water reducing and air en- training admixtures. Entrained air shall be between 3% and 5% by volume. The air content of freshly mixed concrete will be determined by Test Method No. Calif. 504. Calcium chloride is not permitted. 201 -1.3 Proportioning 201 -1.3.2 Combined Aggregate Gradings Add: Combined aggregate gradation shall be as follows: Sections 8 inches or less in thickness Grading C Sections greater than 8 inches thick Grading B 201 -1.3.3 Concrete Consistency Add: Slump shall be within the following range: Slabs, beams, pile caps 3 to 4 inches 201 -1.4 Mixing Add: Concrete shall be either jobsite mixed in paving or stationary mixers or plant batched and transported to the jobsite in tran- sit mixers. SP -9 0 201 -1.4.2 Paving and Stationary Mixers Modify the second paragraph to conform with the following: Mixing time shall be as follows: For mixer of a capacity of 1 cubic yard or less - one and one -half minutes after batching is completed. For mixers of capacities larger than one cubic yard, the time of mixing shall be one and one -half minutes plus 30 seconds for each additional 1/2 -cubic yard capacity or fraction thereof in excess of 1 cubic yard. 201 -1.4.3 Transit Mixers Add: Transit mixed concrete may be certified by mix design number, provided a copy of the mix proportions are kept on file at the batch plant location for a period of at least two years after completion of construction. 201 -2 Steel Reinforcement for Concrete 201 -2.2 Reinforcing Steel Delete the first paragraph. Add: Reinforcing steel shall conform to ASTM A 615, Grade 60. 201 -3 Expansion Joint Filler 201 -3.1 General Add: Joint filler for use in concrete parapet and sidewalk slab shall be as specified hereinafter. 201 -3.2 Premolded Joint Filler Delete the second paragraph. Add: Premolded joint filler for sidewalks and parapet shall be non - extruding and resilient filler (nonbituminous type) ASTM D 1752. SP -10 201 -4 Concrete Curing Compound 201 -4.1 General Add: Curing compounds shall be either Type 1 (clear) or Type 2 (white) conforming to ASTM C 309. 201 -5 Cement Mortar 201 -5.6 Epoxy Grout Epoxy grout shall be a two - component epoxy resin base binder material conforming with State of California Specification 8040 - 61J-03 power -mixed in correct proportions with a graded, dry, high silica subangular sand aggregate. 201 -5.6.1 Epoxy Bonding Agent Epoxy bonding agent shall be a two- component high - strength epoxy adhesive for bonding new concrete to old concrete in dry or moist condition. The bonding agent shall be suitable for application on flat and sloped surfaces and shall conform with State of California Specification 8040- 61J -08 Type II. Add Subsection 201 -6: 201 -6 Epoxy -Resin Epoxy -resin for injection into concrete cracks shall be a formu- lation which has been used on similar applications and shall con- tain no volatile or filler material. The freshly mixed components shall have a low viscosity with a four- to six-hour gel time, suit- able for injection under pressure into cracks; shall have special physical and chemical properties which ensure superior adhesion to concrete, compressive, tensile, and flexural strengths greater than concrete; fire resistant inside cracks; and high resistance to corrosive attack. Before delivery, Contractor shall submit description of physical properties and manufacturer's installation recommendations for Engineer's approval at least 21 days prior to injection. The epoxy -resin shall be conditioned for 48 hours prior to use in storage, kept between 700 F and 850 F. Epoxy shall be mixed and used in accordance with the manufac- turer's recommendations. SP -11 Add Subsection 201 -7: 201 -7 Portland Cement Plaster 201 -7.1 General Portland cement plaster shall be applied to the concrete block and concrete walls at the south end approach. 201 -7.2 Materials 201 -7.2.1 Metal Lath Metal lath shall be cold - rolled steel, galvanized flat expanded lath. 201 -7.2.2 Metal Accessories Shapes used as grounds shall be sized and dimensioned to pro- vide for plaster thickness. Flanges shall be designed to permit complete embedment of accessory in plaster. Corner beads shall be 26 -gage galvanized steel, small nose type with expanded flanges. Casing beads shall be square end 24 -gage galvanized steel. Base screed shall be 26 -gage galvanized steel with perforated flanges. Expansion joints shall be 26 -gage galvanized steel with double stops and expanded flanges. Tie wire material shall be 18 -gage galvanized. 201 -7.2.3 Cement Materials Portland cement shall conform with ASTM C 150, Type II. Special finishing hydrated lime shall conform with ASTM C 206, Type 5. Aggregate shall conform with ASTM C 144 and the following gradation: Base Coat: SP -12 Percent Retained by Weight ( +2 0/6) U.S. Standard Sieve Minimum Maximum No. 4 -- 0 No. 8 0 10 No. 16 10 40 No. 30 30 65 No. 50 70 90 No. 100 95 100 SP -12 Finish Coat: Same as base coat gradation, and all sand to pass No. 8 sieve. 201 -7.3 Mixing 201 -7.3.1 Mechanical Mixing Clean mixer of set or hardened materials before loading for new batch. Maintain mixer in continuous operation while adding materials. Conform to mixing sequence, cycle of operations, and time recommended by manufacturer of plaster materials. 201 -7.3.2 Mix Proportions by Volume Base Coats: One part portland cement and one part lime. Sand for First Coat: Two and one -half to four parts per sum of cementitious materials. Sand for Second Coat: Three to five parts per sum of cementi- tious materials. Asbestos Fiber: Maximum 1 pound per 94 pounds of cementitious materials. Finish Coat: One part portland cement and one part lime. Three parts sand per sum of cementitious materials. C. SECTION 205 - PILES 205 -3.4 Prestressed Concrete Piles 205 -3.4.1 General Add: Concrete shall have a minimum strength at 28 days of 6,000 psi. Precast pile points shall have a minimum strength at 28 days of 4,000 psi. Prestress forces shall not be transferred to the piles until the concrete has attained a strength of 4,000 psi. SP -13 Prestressing steel shall be 1(2 inch in diameter, 7 -wire strands conforming to ASTM A 416: Ultimate strength 270,000 psi Reinforcing steel for precast points shall conform to ASTM A 615, Grade 60. 205 -3.4.2 Handling and Driving Change the minimum compressive strength at time of driving from 5,000 psi to 6,000 psi. D. SECTION 206 - MISCELLANEOUS METAL ITEMS 206 -5 Metal Railings Add the following subsections: 206 -5.1.1 General The Contractor shall prepare and submit railing Shop Drawings in accordance with the Standard Specifications. The Contractor shall verify the location and spacing of all rail- ing posts by field measurements prior to railing fabrication. The railing in its final position shall have smooth uniform lines free of kinks, twists, bends, etc. Upon completion of installation, all protective coverings shall be removed from the railing components and all exposed sur- faces thoroughly cleaned and left free from scratches, water stains, or any other blemishes. Prior to final acceptance of the work, the Contractor shall re- move and replace all railing components that might have become damaged by any cause or that do not conform to the limitations of the process control color samples specified herein. Replace- ment components acceptable to the Engineer shall be provided by the Contractor at no extra cost to the City. 206 -5.1.2 Materials The alloy for the aluminum railing components shall be 6061 -T6. Pipes and tubes shall be extruded conforming to the requirements of ASTM B 429 -73. Plates and sheets shall be rolled conforming to the requirements of ASTM B 209 -78. SP -14 Rods, bars, and shapes shall be extruded conforming to the re- quirements of ASTM B 221 -76a. The weld filler rod shall be 5356. 206 -5.1.3 Finish The anodic finish coating specified herein is identified by the Aluminum Association Designation System for Aluminum Finishes which utilizes designation numbers preceded by the letters "AA." All cleaning, preparing, anodizing, and sealing of aluminum railing components shall conform to the require- ments of the Aluminum Association Standards for Anodized Architectural Aluminum, Class I Anodic Coatings and these Special Provisions. The Contractor shall submit three samples of each finish to the Engineer for approval according to the following requirements: Samples shall be submitted for approval a minimum of three weeks prior to production finishing. Samples shall consist of actual production components large enough to be used as process control samples for visual comparison of color. All samples shall be individually and indelibly labeled indicating all specified physical characteristics. Two of the three samples shall be used for process control during production on finishing and for final approval of work. One sample shall be designated as the lightest and the other as the darkest shade acceptable. All samples shall become the property of the City. Railing components shall not be anodized until all forming and fabricating operations, including welding, have been completed. The interiors of tubular sections need not be anodized. The Contractor shall protect the anodized finish on the railing components from any damage through all fabrication and erec- tion operations to the final acceptance of the work. The anodic finish coating shall be AA- C22 -A46, Duranodic 100, Hardcoat, Class I, conforming to the following requirements: The minimum coating weight shall be 80 mg per square inch measured according to ASTM B 137. The minimum coating thickness shall be 2.0 mils measured according to ASTM B 244. SP -15 C� The minimum coating apparent density shall be 40 grams per cubic inch. The coating thickness used for density calculations shall be determined according to ASTM B 487. The coating seal shall be tested according to ASTM B 136 (Dye Stain Test). One sample from each rack of production lots of finished components shall be tested for thickness and seal; and one sample from each production shift shall be tested for weight and density. Color variation of anodized railing components shall be limited to the range established by the process control samples. Components shall be subject to visual comparison during production finishing and at the time of final acceptance of the work. Each component shall be marked for field installation so as to minimize color variation of adjacent components in the same plane. Add entire Subsection 206 -7: 206 -7 Seismic Ties 206 -7.1 Seismic Units 206 -7.1.1 Seismic Unit (Cable Type) Restrainer units consisting of cable loop, swaged fittings, turn- buckle, and jam nut shall conform to the details shown on the Plans and the requirements in these Special Provisions. The swaged fittings shall be machined from hot - rolled bars of steel conforming to AISI C1035, and shall be annealed, suitable for cold swaging. The manufacturer's identifying mark shall be stamped on the body of the swaged fitting. The 1 -inch- diameter stud shall conform to the requirements of ASTM A 449 after galvanizing. Threads shall have a Class 2A fit before galvanizing. Prior to galvanizing, a 3/8 -inch slot for locking pin shall be milled in the strut end. The swaged fittings, stud and nut assembly, and turnbuckle shall develop the specified breaking strength of the cable. The cable assemblies shall be shipped as a complete unit in- cluding stud, nut, and turnbuckle. Cables shall be 3/4 -inch preformed, 6" x 19 ", wire strand core or independent wire rope core (IWRC), galvanized in accordance with the require- ments in Federal Specification RR- W -410C, right regular lay, manufactured of improved plow steel with a minimum breaking strength of 23 tons. Two certified copies of mill test reports SP -16 of each manufactured length of cable used shall be furnished to the Engineer. The Contractor shall be responsible for deter- mining the required lengths of the cable assemblies. One sample of cable, including turnbuckle, properly fitted with swaged fitting and right -hand thread stud at both ends, 3 feet in total length, shall be furnished the Engineer for testing. 206 -7.2 Seismic Unit (Rod Type) Seismic units at abutments consisting of high - strength rods, bearing plates, and neoprene pads shall conform to the details shown on Plans and the requirements of these Special Provisions. The high - strength steel rods shall conform to the requirements of ASTM A 193 - Grade B -7. The rod assemblies shall be shipped as a complete unit. The Contractor shall be responsible for determining the required lengths of rod assemblies. Bearing plates shall conform to the requirements of ASTM A 36. E. SECTION 210 - PAINT AND PROTECTIVE COATINGS 210 -1 Paint and Protective Coatings Add Subsection 210 -4: 210 -4 Protective Coatings 210 -4.1 One coat of Thoroseal and one coat of Thorocoat shall be applied to the exposed concrete surfaces of the bridge that are specified in Section 311 Special Protective Materials herein. Thoroseal and Thorocoat are products manufactured by Standard Drywall Products, Newark, California. F. SECTION 211 - SOILS AND AGGREGATE TESTS 211 -2 Compaction Tests 211 -2.1 Laboratory Maximum Density Replace Methods 1 and 2 with: Maximum dry density at optimum moisture content shall be de- termined in accordance with ASTM D 1557. For fine materials, Method A shall be used. For coarse materials, Method B shall be used. SP -17 211 -2.2 Vield Density Replace the entire paragraph with: Field density of soil or untreated base materials shall be deter- mined in accordance with ASTM D 1556, or any other method as approved by the Engineer which will consistently determine the density and moisture content of the material. PART 3 - Construction Methods shall conform to the Standard Specifications except as modified herein: G. SECTION 300 - EARTHWORK 300 -1 Clearing and Grubbing 300-1.3 Removal and Disposal of Materials Add the following paragraphs to Subsection 300 -1.3.1 General: This work consists of removing portions of the existing bridge and approaches as indicated. Removed materials shall not be deposited in the channel. The removal operations shall be performed without damage to any portion of the structure that is to remain in place. Existing reinforcement that is to be incorporated in the new work shall be protected from damage and shall be thoroughly cleaned of all adhering material before being embedded in new concrete. Prior to beginning concrete removal operations involving the re- moval of a portion of a monolithic concrete element, a sawcut approximately 1 inch deep shall be made to a true line along the limits of removal on all faces of the element unless specifi- cally indicated otherwise on the Plans. 300 -3 Structure Excavation and Backfill 300 -3.1 General Add: Structure excavation shall include the removal of all material of whatever nature necessary for construction of pavements, curbs and gutters, and abutment anchor blocks. Excavations shall be made to the full depth and width required to accommodate the new construction. In all cases, the excava- tions shall be made in conformance with the excavation safety provisions of Subsection 7- 10.4.1 in the Standard Specifications. Excavations in close proximity to existing structures shall be made so as to protect said structures from damage. SP -18 Control of Water: The Contractor shall provide and maintain, at all times during construction, ample means and devices with which to promptly remove and properly dispose of all water from any source entering the excavations or other parts of the work. The Contractor shall dispose of the water from the work in a suitable manner without damage to adjacent property and in con- formance with Subsection 7 -8.6. No water shall be drained into the area under construction. Water shall be disposed of in such manner as not to be a menace to the public health. 300 -4 Unclassified Fill 300 -4.5 Placing Materials for Fills Delete the third and fourth paragraphs. Add: Fill material shall be placed in layers which, when compacted, shall not exceed 6 inches. Each layer shall be spread evenly and shall be thoroughly mixed during the spreading to ensure uniformity of material and moisture in each layer. When the moisture content of the fill material is below optimum, water shall be added until the moisture content is near optimum as specified by the Engineer. When the moisture content of the fill material is above optimum, the fill material shall be aerated by blading and scarifying or other satisfactory methods until the moisture content is near optimum. Seasonal Limits No fill material shall be placed, spread, or rolled if weather conditions increase the moisture content above permissible limits. When the work is interrupted by rain, fill operations shall not be resumed until field tests by the Engineer indicate that the moisture content and density of the fill are as pre- viously specified. 300 -4.7 Compacting Add: The fill operation shall be continued in 6 -inch compacted layers, as specified above, until the fill has been brought to the finished grades. SP_ 19 H. SECTION 302 - ROADWAY SURFACING 302 -5 Asphalt Concrete Pavement 302 -5.1 General Add: The asphalt concrete classes shall be designated as follows: ADnroach Roadwav Pavement: Asphalt Concrete Asphalt Class Percent Base Course 111 -B2 -AR 4000 5.4 Surface Course 111 -C3 -AR 4000 5.8 Prime Coat SC -70 Add the following subsection: 302 -5.1.1 Bridge Deck Surfacing: Tack coat shall be Grade SS-1h emulsified asphalt diluted half and half with water and applied at the rate of 0.10 to 0.20 gallon per square yard. Surface course shall be A.C. Class 111 -C3 -AR 4000 with 5.8% asphalt and 1 -1/2 inches thick. Feathered edges shall be A.C. Class 111 -C3 -AR 4000. Add the following subsection: 302 -5.1.2 Bridge Deck Preparation All cracks wider than 1/32 inch shall be routed out to remove all loose concrete, and the prepared cracks shall be approved by the Engineer prior to wet sandblasting. Remove all loose and foreign material down to sound, clean concrete by wet sandblasting. Remove all blasting sand from the deck and flush with high pressure freshwater. 302 -5.4 Distribution and Spreading Add the following paragraphs at the end of this section: At all locations where new asphaltic concrete pavement is joining or overlaying existing asphalt pavement, the Con- tractor shall feather the new pavement to form a smooth transition with the existing pavement. SP -20 302 -5.5 Rolling 302 -5.5.1 General Add the following subsections: 0 302 - 5.5.1.1 Asphalt Concrete Pavement on Approach Roadway Initial or breakdown compaction shall consist of a minimum of three coverages of a layer of asphalt mixture. A pass shall be a movement of a roller in both directions over the same path. A coverage shall be as many passes as are necessary to cover the entire width being paved. Overlap between passes during any coverage made to ensure compaction without displacement of material in accordance with good rolling practice shall be considered to be part of the coverage being made and not part of a subsequent coverage. Each coverage shall be completed before subsequent coverages are started. Three -wheel rollers shall not be permitted and pneumatic rollers shall be used on lower layer only. J. SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 303 -1 Concrete Structures 303 -1.1 General Add: Existing concrete element sizes and elevations shown on the existing bridge Plans shall be verified by the Contractor prior to placing the new concrete and related embedded items. Add the following subsection: 303 -1.1.1 Preparation of Existing Concrete Surfaces Existing bridge concrete surfaces against which new concrete is placed shall be blast cleaned to remove all loose surface material down to clean concrete. Top edges of existing Girders G2 and G6 that are exposed from indicated demolition and removal of concrete shall be chipped down to expose firm aggregate firmly embedded in mortar matrix. Epoxy bonding agent shall be applied to these surfaces prior to placing new concrete. Bottom of existing pile caps and tops of all existing piles that will be embedded in new pile caps shall be blast cleaned. SP -21 303 -1.4 303 -1.4.1 Add: Removal of Forms General Forms or Falsework Locations Sides of footings Vertical sides of beams, girders, and pile caps Slabs, beams, and girders Falsework for slabs, beams, girders, and pile caps Minimum Time Before Removal 24 hours 10 days 10 days 21 days Forms shall not be removed from concrete which has been placed with outside air temperature below 500 F without first determining by cylinder tests if the concrete has properly set without regard for time. Immediately after forms are removed, the surface of the concrete shall be carefully examined and any irregularities in the surface shall be repaired and finished as specified hereinafter. 303 -1.7 Placing Reinforcement 303 -1.7.1 General Add: All reinforcing steel shall be delivered to the site bundled and tagged with identifying tags. Where there is delay in depositing concrete, reinforcing steel shall be reinspected and cleaned to remove loose rust by abrasive sandblasting. Reinforcing steel shall be accurately positioned in accordance with the Plans and placing plans and secured by using annealed wire ties or suitable clips at all intersections and shall be sup- ported by concrete or metal supports, spacers, or metal hangers. Metal clips or supports shall not be placed in contact with the forms. Tie wires shall be bent away from the forms in order to provide the specified concrete coverage. Bars additional to those shown on the Plans which may be found necessary or desirable by the Contractor for the purpose of securing reinforcement in position shall be furnished and installed by the Contractor at his own expense. Reinforcing dowels, where required or ordered, shall be set in place prior to placing concrete. They shall not be pressed into the concrete after the concrete has been placed. SP -22 303 -1.7.2 Splicing Add: When it is necessary to splice reinforcement at points other than shown on the Plans, the splice shall lap 36 bar diameters and a minimum of 18 inches. Add entire Subsection 303 - 1.7.5: 303 -1.7.5 Preparation of Existing Reinforcement for Welding Existing reinforcement that has been exposed for splicing with new reinforcement shall be prepared as specified hereinafter. Cut and remove that portion of the existing reinforcement that is less than 801/6 of the cross section of the original reinforce- ment. Expose sufficient length of sound existing reinforcement as indicated for splicing with new reinforcement. Blast clean all exposed existing sound reinforcement down to bright metal. Add entire Subsection 303 - 1.7.6: 303 -1.7.6 Welding Reinforcement Welding electrodes shall be E70xx low hydrogen and shall con- form with American Welding Society Specification AWS 5.5. Welders shall be qualified under the procedures of Section 6, American Welding Society Specification AWS D12.1 -75. Weld- ing of reinforcing steel shall meet the requirements of Sections 4 and 5, AWS D12.1 -75. 303 -1.8 Placing Concrete 303 -1.8.1 General Add: Equipment for chuting, pumping, and pneumatically conveying concrete shall be of such size and design as to ensure a con- tinuous flow of concrete at the delivery end without separation of the materials. Chutes and devices for conveying and de- positing concrete shall be so designed and used that the con- crete shall be directed vertically downward when discharged from the chute or conveying device. Chutes for conveying concrete shall be kept thoroughly cleaned by washing and scraping. SP -23 The Contractor shall prepare and submit to the Engineer for review a proposed sequence of placing concrete, showing pro- posed beginning and ending of individual placements. After re- view, this sequence shall be adhered to except when specifically permitted otherwise by the Engineer. The Contractor shall notify the Engineer at least 48 hours in advance of placing con- crete in any portion of the work. All forms, steel, screeds, an- chors, ties, and inserts shall be in place before the Contractor's notification of readiness is given to the Engineer. Concrete shall not be placed until all reinforcement is securely and properly fastened in its correct position and loose form ties at construction joints have been retightened, nor until all dowels, conduits, bolts, wires, and any other fixtures required to be em- bedded therein have been placed and adequately anchored, nor until the forms have been cleaned and coated as specified. Sub - grade shall be moistened and forms shall be wetted before con- crete is placed. No concrete shall be placed during rainstorms. Concrete placed immediately before rain shall be protected to prevent rainwater from coming in contact with it. Sufficient protective covering shall be kept on hand at all times for this purpose. Add Subsection 303 - 1.8.9: 303 -1.8.9 Repair of Defective New Concrete As soon as forms are removed, all surfaces shall be carefully examined and all rough sections, rock pockets, and defective areas shall be removed and replaced. Defective surfaces to be repaired shall be cut back from true line a minimum depth of 1 inch over the entire area. Feathered edges shall be avoided. All surface laitance or soft material and not less than 1/32 -inch depth of the surface film from all sound concrete shall be removed by means of an efficient wet sandblast. The surface of the sandblasted concrete shall be coated with epoxy bonding compound. Dry -pack mortar shall be placed and packed in layers having a compacted thickness of approximately 3/8 inch. Surfaces of each layer shall be scratched to promote bonding of the next layer. Mortar shall be Class E, except sand shall be screened so that 10010 of the scalped product will pass the No. 16 sieve. Grading shall otherwise be as shown for sand for mortar in Subsection 200 - 1.5.5. SP -24 All repairs shall be built up, shaped, and finished in such a manner that the completed surface will conform to the finish re- quirements using approved methods which will not disturb the bond or cause the patch to separate. Except as otherwise speci- fied in this Subsection, surfaces of said repairs shall receive the same kind and amount of curing and finish treatments as required for the concrete in the adjacent unrepaired section. Add Subsection 303 - 1.8.10: 303 - 1.8.10 Crack Repair by Epoxy Injection Application Cracks and joints that are to be sealed by pressure injection of epoxy -resin shall be prepared and sealed by the operator who later injects the resin. Sandblast crack and adjacent area approximately 3 inches wide. Apply temporary seal or dam to the crack face. Place entry ports in the seal along the crack place. Maximum spacing between ports shall be equal to the thickness of concrete member being repaired. Apply a fast - setting epoxy adhesive through a special gasket into the first (lowest) entry port until epoxy begins to show at the next adjacent port. The first injected port is then plugged and injec- tion is resumed at the second port. On vertical members, the first port injected shall be the lowest port and injection shall progress upward. Injection pressures shall be 50 psi minimum. After the adhesive has cured, remove temporary surface seal. 303 - 1.8.11 Epoxy Grout Filler for Pile Caps Contractor shall inject epoxy grout between the bottom of the existing pile caps and top of new pile caps to provide complete area contact between the mating pile cap surfaces. 303 -1.9 Surface Finishes In addition to the surface finishes specified, add the following special finishes for designated sidewalk areas on the bridge and south approach. 303 -1.9.1 Stamped Concrete Finish (Bid Item) General: Stamped concrete finish shall be provided in the indicated bridge and south approach sidewalk depressed areas. Finish shall consist of 2 inches of structural concrete with specified stamped pattern, color hardener, and color curing compound. SP -25 • • i Materials: Cement shall conform to ASTM C 150, Type II. Aggregate shall be 1/2- inch - maximum size conforming to ASTM C 33. Air - entraining admixtures may be used subject to the approval of the Engineer provided that no chlorides be used in mix. Color hardener shall be Lithacrome Color Hardener A22 Ebony as manufactured by L. M. Scofield Company. Pattern shall be River Rock. Sample Panel Contractor shall construct one sample panel 2 feet square by 2 inches thick for observation and examination by the Engineer. Depth of imprint shall be as specified hereinafter and shall be acceptable to the Engineer. Installation: Apply epoxy bonding agent to the existing concrete in the de- pressed areas immediately before placing new concrete. Protection: Adjacent concrete, wall surfaces. and metal railing shall be protected during concrete placement and stamping. Concrete mix shall be placed and screeded to the proper grade and wood floated to a uniform surface in the normal manner. Color hardener shall be applied evenly to the plastic surface by the dry -shake method using a minimum of 60 pounds per 100 square feet. It shall be applied in two or more shakes, wood floated after each, and troweled only after the final floating. While concrete is still in the plastic stage of set, the imprinting tools shall be applied to make the desired patterned surface. The total depth of imprint from top of pattern to bottom of adja- cent depression in the pattern shall be 1/4 inch to 3/8 inch. Contractor shall exercise care during stamping to ensure that pattern imprints do not exceed the above specified dimension. Color curing compound, thinned in the proportion of one part cure to one part mineral spirits (paint thinner) shall be then applied uniformly for curing with a roller or sprayer. The coverage shall be approximately 600 to 650 square feet per gallon of unthinned curing compound. SP -26 The sealed surface shall be polished by a fine brush which removes residual dust or grout from the surface. 303 -1.9.2 Pebble Aggregate Finish (Alternate Bid Item) General: Pebble aggregate finish shall be provided in the indicated bridge and south approach sidewalk depressed areas. Finish consists of a 2 -inch thickness of structural concrete in which is embedded black Mexican beach pebbles of specified sizes. Materials: Cement shall conform to ASTM C 150, Type II. Aggregate for the concrete shall be of a size that is suitable for positioning and placing of beach pebbles. Maximum size of aggregate shall be 3/4 inch. Admixtures may be used in the concrete subject to the approval of the Engineer. No chlorides shall be used in the mix. Beach pebbles shall be black and shall range in surface size from 2 inch by 4 inch to 4 inch by 6 inch. Sample Panel: Contractor shall construct one sample panel 2 feet square by 2 inches in thickness for observation and examination by the Engineer. Changes in the concrete mix and concrete aggregate shall be made by the Contractor in order to produce finished panel that is acceptable to the Engineer. Installation: Apply epoxy bonding agent to the existing concrete in the de- pressed areas immediately before placing new concrete. Place and screed concrete to proper grade and wood float the surface. Place beach pebbles in the concrete while concrete is in a plastic state. Pebble arrangement shall match the sample panel approved by the Engineer. The top of all pebbles shall project 1/4 inch to 3/8 inch above the adjacent concrete surface. Protection: Adjacent concrete, wall surfaces, and metal railing shall be pro- tected during concrete placement and pebble installation. SP -27 303 -2 Air - Placed Concrete 303 -2.1 Requirements Add: All air - placed concrete for repairs to existing girders, piles, and pile caps shall be applied by Method B (shotcrete). 303 -2.5 Preparation of Surfaces Add: All surfaces for repair of existing concrete shall be prepared in accordance with the Plans. All loose and cracked concrete shall be removed as indicated by chipping to sound hard concrete firmly embedded in mortar matrix. Remove sound concrete where required to provide re- pair configuration shown on the plans for application of shot - crete or exposure of reinforcement for lapped splices or welding. Removal of material shall be done in such a manner to prevent damage to existing material which is to remain in place. All cutting, chipping, and removal of existing concrete shall be performed in a sequence that will not significantly reduce the structural integrity of the member. Schedules of repair opera- tions shall be submitted to the Engineer prior to performance of work. P . . 303 -2.5.1 Abrasive Blast Cleaning (Wet Sandblasting) Concrete surfaces exposed by removal of existing concrete shall be wet sandblasted to remove all remaining loose particles of con- crete and foreign matter. Exposed reinforcement shall be blast cleaned to remove all loose corrosion. Products of corrosion not removed by blast cleaning shall be removed by wire brushing or chipping as necessary. Abrasive used in blast cleaning shall be washed sand. Protection of adjacent areas shall be provided by the Contractor to prevent damage by the wet sandblasting operation. All loose and foreign materials shall be removed from the areas to be repaired. Deck areas shall be swept and any remaining dust blown out by compressed air. Repair areas under the bridge shall be blown clean with compressed air or shall be slushed clean with a stream of freshwater under pressure. SP -28 Add: 303 -2.6 Placement Reinforcing and welded wire mesh shall be installed as indicated. New reinforcement shall be welded as indicated. Welded wire mesh shall be supported from the existing reinforcement by at- tachment with wire ties to each stirrup along the edges of the mesh and to each principal longitudinal bar with wire ties spaced not more than 18 inches apart. Wire ties shall be staggered with ties to adjacent bars. Welded wire mesh shall be attached at the sides of the exposed concrete with an epoxy glue of wire to con- crete or drive -in pin with washer. The mesh must be rigidly fastened in place prior to application of shotcrete. Gaging wires or side forms shall be used where necessary to establish thicknesses and finish lines. All surfaces receiving shotcrete shall be flushed with freshwater and shall be in a damp condition, without free moisture, at the time of application of the concrete. The cement and aggregate shall be thoroughly mixed in a dry state prior to the addition of water using not less than one part cement to four parts aggregate by volume. Before placing the mixture in the hopper, all material and lumps over 3/8 inch in size shall be removed by screening. At the time of mixing, the fine aggregate shall contain not less than 4% nor more than 6% moisture. The mixture shall be placed under pneumatic pres- sure with a machine designed for the application of shotcrete and adequate to maintain a 100 -psi air pressure during shotcrete application. Placement shall be in not less than two courses to avoid sloughing of excessive thicknesses. The first course shall be applied to cover the reinforcement and in such a manner that voids will not occur behind the reinforcing steel. As soon there- after as practicable, the second courses shall be applied to pro- duce a surface conforming to the required finish lines. A con- stant pressure of not less than 45 psi shall be maintained in the placing machine. The water content at the time of discharge, including any moisture in the fine aggregate, shall not exceed 3 -1/2 gallons per sack of cement. The nozzle shall be held in such a position that the stream of flowing materials will impinge, as nearly as possible, at a right angle to the surface being covered. Reinforcing bars shall be shot from at least two direc- tions to ensure complete embedment. Materials that have been mixed for more than 45 minutes and have not been incorporated in the work shall not be used as fine aggregate but shall be removed prior to placing of succeeding courses of concrete and disposed of. SP -29 Unfinished work shall not be allowed to stand for more than 30 minutes unless all abrupt edges are sloped to a thin edge. Before resuming work, this sloped portion shall be cleaned and wetted. Any shotcrete that is loose or subsides after placement shall be brought up to a proper thickness by placing additional concrete in such a manner that the surface will be smooth and uniform. Add Subsection 303 -6: 303 -6 Portland Cement Plaster 303 -6.1 Preparation Wet absorptive base with fine fog spray of clean water to produce uniform moist condition. 303 -6.2 Application Interrupt cement plaster only at junctions of plaster planes, at openings, or at control joints. Tool through finish coat to produce "V" joint at intersection of metal plaster grounds. Apply second coat to first coat, bringing out to grounds, flat to true surface, and free of imperfections which would reflect in finish coat. Reconsolidate second coat by floating, and roughen to assure bond with finish coat. Nominal plaster thicknesses, unless noted otherwise: First Coat: 1/2 inch. Second Coat: 3/8 inch. Measure thickness from face of solid base or back of lath. 303 -6.3 Base Coats Over Solid Bases: Apply first coat with sufficient pressure to ensure tight contact with complete coverage of solid bases, immediately scratching to provide mechanical key for second coat. Apply second coat with sufficient pressure to ensure tight con- tact with first coat. Bring surface to true and even plane. Float to uniformly rough surface to provide bond for finish coat. SP -30 r 303 -6.4 Finish Coats Apply plaster to nominal thickness and fill out to true, even plane. Float finish to true, even surface after moisture has left surface. 303 -6.5 Curing Maintain moist conditions by fine fog spray. Cure base coats minimum of 48 hours after application. Cure finish coat for minimum of seven days. 303 -6.6 Patching Upon completion, point up plaster around trim and other loca- tions where plaster meets dissimilar materials. Match patch of defective or damaged plaster to existing work in form, texture, and color. 303 -6.7 Cleaning Remove plaster and protective materials from expansion beads, perimeter beads, and adjacent surfaces. Remove stains from plaster surfaces that would adversely affect subsequent finishes. SECTION 304 - METAL FABRICATION AND CONSTRUCTION 304 -2 Metal Railings 304 -2.1.1 General Add: The materials for the metal railings shall conform with these Special Provisions. 304 -2.1.2 Fabrication Add: Fabrication shall be performed in conformance with standard shop practices by a company with a minimum of five years' experience in the fabrication of aluminum railings. No exposed welds, rivets, or screws shall be permitted unless specifically detailed on the Plans. SP -31 Cut edges shall be true, smooth, and free from excessive burrs or ragged breaks. Torch or flame cutting shall not be permitted. All exposed screw driving recesses shall be drilled out to pre- vent removal. At the option of the Contractor and with the approval of the Engineer, screws with driving recesses that prevent removal may be used. Add the following subsection: 304 - 2.1.2.1 Welding and Preparation Requirements Dirt, grease, lubricants, or other deleterious materials shall be removed from areas to be welded by cleaning with a suitable solvent or vapor degreasing. The welding process and operators shall be qualified, using test plates of the specified aluminum alloy, according to the proce- dure described in the latest edition of "ASME Boiler and Pres- sure Vessel Code," Section IX- Welding Qualifications, 1977 edition. Written evidence of such qualification shall be submitted to the Engineer for approval prior to the start of fabrication. All qualification costs shall be borne by the Contractor. The welding process shall be the tungsten inert gas (TIG) welding method or the metal inert gas (MIG) method, at the option of the Contractor. Welding processes that require the use of flux will not be permitted. Preheating, when required, shall be performed for a period not to exceed 30 minutes at a temperature of 3000 F or less. The oxide coating on the aluminum shall be removed immediately before welding by etching or scratch brushing with a stainless - steel wire brush. All welds on exposed surfaces shall be ground smooth, uniform, and, with exception of fillet welds, flush with adjacent surfaces. Inspection of welding to control the quality of the welds and work- manship shall be performed in accordance with the requirements of the American Welding Society. All welding shall be subject to radiographic or other nondestructive testing as directed by the Engineer. Such nondestructive testing will be performed without charge to the Contractor except that if a weld is shown to be de- fective, all costs of reinspection shall be borne by the Contractor. Defective welds shall be removed by chipping, grinding, or ma- chining: flame cutting of defects will not be permitted. Before rewelding, the joint shall be inspected by the Engineer to ensure that all defective weld material has been removed and that the joint is sufficiently accessible to obtain a full penetration weld. SP -32 304 -2.1.3 Installation Add: Adjoining panels shall align within 1/8 inch, and all joints shall be match marked. A panel is typically a repeating modular unit as shown on the Plans. The railing shall be erected in the field without cutting, drilling, welding, or tapping unless specifically approved by the Engineer. L. SECTION 305 - PILE DRIVING AND TIMBER CONSTRUCTION 305 -1 Pile Driving 305 -1.1 General Add: Predrilled holes for piles and jetting of piles is not permitted. Submit Shop Drawings to the Engineer for approval prior to casting of the piles. 305 -1.2 Driving Equipment Delete the entire subsection and substitute the following: The hammer furnished shall have a capacity at least equal to the hammer manufacturer's recommendation for the total weight of pile and character of the subsurface material to be encountered. All piles shall be driven with a single- acting hammer that de- livers not less than 24,000 foot - pounds of energy. The driving energy of the hammer shall be obtained by use of a heavy ram and a short stroke with low- impact velocity, rather than a light ram and a long stroke with high impact velocity. Sufficient pressure shall be maintained at the hammer so that there is a full upward stroke of the ram. 305 -1.4 Driving Add: A driving helmet or cap including a cushion block or cap block shall be used between the top of the pile and the ram to prevent impact damage to the pile. The driving helmet or cap and cushion block combination shall be capable of protecting the head of the pile, minimize energy absorption and dissipation, SP -33 and transmit hammer energy uniformly and consistently during the entire driving period. The driving helmet or cap shall fit loosely around the top of the pile so that the pile may rotate slightly without binding within the driving head. The cushion block may be a solid or laminated softwood block with the grain parallel to the end of the pile enclosed in a close- fitting steel housing. The thickness of block shall be suitable for the length of pile to be driven and the character of subsurface material to be encountered. The cushion block shall be re- placed if it has been damaged, split, highly compressed, charred or burned, or has become spongy or deteriorated in any manner. Under no circumstances will the use of small woodblocks, wood chips, rope, or other material permitting excessive loss of hammer energy be permitted. Where the block is other than that specified above, the Contractor shall submit to the Engineer, at least two weeks before the start of test pile driving operations, detail Drawings of the cushion block including records of the successful use. All piles shall be driven with a variation of not more than 1/4 inch per foot of pile length from the vertical. Top of pile shall be within 3 inches of the location indicated. Manipulation of piles to force them into position will not be permitted. All piles will be checked for heave. Piles found to have heaved shall be redriven to the required point elevation. 305 -1.5 Bearing Value Add: Piles shall be driven to or below the indicated tip elevation. The final driving resistance shall be at least 30 blows per foot. 305 -1.6 Cutoff and Extension Add: When necessary, the piles shall be cut off, using sawing and pneumatic tools. The use of explosives for cutting will not be permitted. Add the following subsection: 305 -1.6.1 Temporary Support for Sidewalk Beams New sidewalk beams are indicated to span between reinforced concrete posts and /or pile caps. New sidewalk beams on the side of the bridge that are first constructed may require tem- porary support from the first driven piles prior to completion of pile driving and pile cap construction. First driven outboard SP -34 piles that are located 18 feet from the centerline of the bridge could be temporarily cut off at the bottom of the sidewalk beams and utilized as temporary support for the beams until construc- tion of the pile caps is completed. Temporary support could be provided by single pile except at the sidewalk expansion joints. Contractor shall submit sidewalk beam temporary support de- tails, construction methods, and final connection of the side- walk beam support piles at the pile caps for review by the Engineer prior to scheduling of the work. 305 -1.8 Payment Delete the entire subsection and substitute the following: Payment for furnishing and driving piles shall be included in the total price for the project as indicated in the Bid Proposal. M. SECTION 311 - SPECIAL PROTECTIVE MATERIALS Add entire Subsection 311 -2: 311 -2 Protective Coatings 311 -2.1 Surfaces Receiving Protective Coatings The following surfaces shall receive the specified protective coating: New Concrete on the Bridge: Sidewalk parapet - all surfaces. Sidewalk slab - outside vertical edge and soffit. Sidewalk girders - all surfaces. Pile caps - all surfaces. Existing Concrete on the Bridge: Existing girders and deck slab soffit. Existing pile caps - top ends and sides Existing abutments - down to elevation +2.5. South Approach: All walls including stucco finish and concrete cap. Sidewalk parapets - all surfaces. Exposed faces of concrete walls at stair areas. North Approach: Rear face of stone veneer walls. SP -35 311 -2.2 Surface Preparation All exposed surfaces that receive specified coatings shall be "wet" sandblasted to remove all existing surface coatings and provide a sound, clean surface that is suitable for the applica- tion of the protective coatings. 311 -2.3 Surfaces Not Receiving Protective Coatings Prior to application of the protective coatings, the Contractor shall protect all surfaces not receiving coatings. 311 -2.4 First Coat The first coating shall be Thoroseal that is mixed and applied in accordance with the manufacturer's recommendations. 311 -2.5 Final Coat The final coat shall be Thorocoat that is mixed and applied in accordance with the manufacturer's recommendations. The final coat shall be smooth texture, applied at the maximum rate of 100 square feet per gallon, and the color shall be "off white." 311 -2.6 Cleanup Surfaces not specified to receive coating that are damaged or coated shall be repaired and cleaned by the Contractor and approved by the Engineer. Add new Section 312: N. SECTION 312 - DECK EXPANSION JOINTS 312 -1 General New expansion joints shall be constructed at Bents 0, 2, 4, 6, 81 13, 15, 17, 19, and 21 as indicated on the Drawings. The joint assembly shall consist of steel extrusions and neoprene seal designed for installation on existing bridge decks that will receive 1 -1/2 -inch overlay. The assembly shall be welded to the existing bridge deck angles as indicated. The assembly indicated on the Drawings and specified herein is Acme Strip Seal as manufactured by Acme Highway Products Corporation, Amherst, New York. Other joint assemblies may be submitted by the Contractor provided that they meet the material, shape, dimension, and installation requirements indi- cated on the Drawings and specified herein. SP -36 312 -2 Materials 312 -2.1 Extrusions The extrusions shall be Acme Type E, Low Profile, for use with low profile neoprene seals. 312 -2.2 Miscellaneous Metal Steel angle at Bent 21 and steel tube shims at Bents 0 and 2 shall conform to ASTM A 36. Weld studs for steel angle shall be 1/2 -inch Nelson studs. 312 -2.3 Neoprene Seal Neoprene seal shall be an extruded neoprene material conforming with the requirements of ASTM D 2628 as specified below. Property Tensile strength, minimum psi Elongation at break, minimum percent Hardness, Type A durometer Compression set, 70 hrs @ 2120 F, max. Oven aging, 70 hrs @ 2120 F Tensile strength, loss, max. Elongation, loss, max. Hardness, Type A durometer (points change) Ozone resistance 20% strain, 300 pphm, in air at 1040 F (wiped with toluene to remove surface contamination) ASTM Requirements Method 2,000 D 412 -75 250 D 412 -75 60 +7 D 2240 -75 (modified) D 395 -78 Method B (modified) 20% D 573 -78 20% D 573 -78 0 to +10 D 573 -78 No cracks D 1149 The neoprene seal indicated in the Drawings is Acme Low Profile Strip Seal Gland A53LP. 312 -3 Field Measurements and Shop Drawings The Contractor shall field measure all deck expansion joints to verify location of existing deck angles, width of joint openings, and required height of steel tube shims at Bents 0 and 2. Con- tractor shall submit Shop Drawings for the joint assembly indi- cating all field- measured dimensions, type of joint assembly that is proposed, and catalog cuts of the proposed joint prior to pur- chase of the assemblies. SP -37 312 -4 Installation Installation of the deck joint shall be scheduled to suit traffic conditions on the bridge. The steel extrusions shall be preset and welded to the deck angles or shims in 10 -foot lengths prior to insertion of the neoprene seal such that vehicular traffic may simultaneously use the other half of the bridge roadway. The 20- foot -long neoprene seal shall be inserted in the ex- trusion recess using the installation tool provided by the joint manufacturer with minimal traffic interference. SP -38 •Workers' Compensation Certificate "I am aware of and will comply with Section 3700 of the Labor Code, requiring every employer to be insured against liability for Workers' Compensation or to undertake self- insurance before commencing any of the work." 9112/80 g reyia�a f` Date Sire illiam L. Grewcock Vice President 0 r September 24, 1980 TO: CITY CLERK FROM: Public Works Department SUBJECT: BALBOA ISLAND BRIDGE REHABILITATION, C4014 Attached are four copies of the subject contract documents. Please have executed on behalf of the city, retain your copy and the insurance certificates, and return the remaining copies to our department. i i 0 September 9, 1980 CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd. Area Code 714 640 -2281 Peter Kiewit Sons' Co. 301 East Santa Clara Arcadia, California 91006 SUBJECT BALBOA ISLAND BRIDGE REHABILITATION 2014 Title of Project Contract No. Gentlemen: The City Council awarded the subject contract to you on September 8, 1980. Enclosed are four copies of the contract documents. Four copies each of the following documents shall be executed: Payment Bond (pages 9 & 10) Faithful Performance Bond (pages 11 & 12) Certificate of Insurance and Endorsements (pages 13 through 19) Contract (pages 20 & 21) The date of the contract is to be left blank since it will be dated when the City executes the contract. The distribution of executed contract documents will then be to 1) City Clerk, 2) Engineer, 3) Contractor, and 4) bonding company. In addition, the specifications require that you sign and file with the Engineer - a Workers' Compensation Insurance certificate. You may execute and return the enclosed Workers' Compensation Certificate to satisfy this requirement. The Payment and Faithful Performance bonds (also known as "contract" or "surety" bonds) shall be executed by a company which has been assigned a Policyholders' Rating A or better and a Financial Size Category Class X or better, per the latest edition of Best's Key Rating Guide. The enclosed forms for Certificate of Insurance and Endorsements are the only forms acceptable to the City for this purpose. All of the executed documents mentioned above shall be returned to the Engineer c/o -u61ic Works Department, City of Newport Beach, 3300 West Newport Boulevard, Newport Beach, California 92663, within ten (10) days (not including Saturday, Sunday, and federal holidays) after they have been mailed to you. W Ver tru(i W - Dalton, Project Manager E osures LD:jd NOT ICE THE ENCLOSED CONTRACT CONTAINS CERTAIN INSURANCE REQUIREMENTS WHICH MUST BE STRICTLY FOLLOWED. PLEASE READ THESE REQUIREMENTS CAREFULLY AND DISCUSS THEM WITH YOUR INSURANCE AGENT. YOUR COOPERATION WILL ELIMINATE DELAYS IN THE PROCESSING OF THIS CONTRACT. TITLE V OF THE CITY OF NEWPORT BEACH MUNICIPAL CODE REQUIRES THAT ALL CONTRACTORS, SUB - CONTRACTORS, SERVICES, OR INDIVIDUALS WORKING OR PERFORMING A SERVICE IN THE CITY OF NEWPORT BEACH HAVE A CITY OF NEWPORT BEACH BUSINESS LICENSE. ALL PRIME CONTRACTORS SHALL FURNISH A COMPLETE LIST OF THE NAMES AND COMPLETE ADDRESS OF SUB - CONTRACTORS, SERVICES, OR INDIVIDUALS PERFORMING A SERVICE AT THEIR JOB SITE. IT IS REQUESTED THAT YOU SUBMIT THIS LIST WITH YOUR EXECUTED CONTRACT DOCUMENTS. PROPOSAL BALBOA ISLAND BRIDGE REHABILITATION Title of Project 2014 Contract No. To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: PR 1 of 4 The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 2014 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price 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 Rehabilitate bridge as shown on the Plans excluding items 2 through 8 belpy. �A f� tVio{..f„ —h Me @ �ftC "---- Dollars and (Ua - Cents Lump Sum 2. 831 Metal railing and stair railing Linear Feet on the bridge and south approach @ Dollars ~� and is Per Linear Foot dump 000.•— s 70.__ s Sys, iw. 1 • ! PR2of4 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. 704 Special finish areas with stamped Square Feet colored concrete for south approach sidewalks @ FcwL Dollars and N� -- Cents _ $ Per Square Foot 4. 5 Bridge deck light standards Each and luminaires @ ue WSiaJ Dollars and p 1 is Cents _ $ 5000, $ azs C (). Per Each 5. Lump Sum South approach walls above sideRIk lev 7 h, ri -,r-i i v� @ tL Vsavgd Dollars and - /Vj�- -Cents $ 35000. Lump Sum 6. Lump Sum North approach walls including foundations @Si'x 'AcuScuvJ Dollars and �umP &jG —mot_ Cents $ S,;,n $ Lump Sum 7. 3624 Furnish concrete piles Linear Feet @T(A!eA j — Piye Dollars and NO --�— — Cents _ $ als $ 90 6(yj Per Linear Foot PR 3 of 4 1 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN FORDS PRICE PRICE B. 96 Drive concrete piles Each @ r1ftov, AArj Dollars and N d ,— Cents $ 45-00 ! $ 000 Per each TOTAL BID PRICE FOR ITEMS 1 THROUH 8 WRITTEN IN .9RDS AND FIGURES: j r ��iaw1 �r tiUl e� Sjc (Jr1T. M111idn {ivrt �u�r '1 f�y- Dollars and �� S Vents TOTAL BID $ ALTERNATE BID ITEMS 10. 3376 Special finish areas With pebble Square Feet aggregate for bridge sidewalks @ Dollars and /Ud --- Cents $ 0,r $? ��• Per Square Foot 11. 704 Special finish areas with pebble Square Feet aggregate for south approach sidewalks — Dollars and o:, _ 9 Cents $ s.._ $ 35a0. Per Square Foot 12. 3376 Special finish areas with stomped Square Feet colored concrete for bridge sidewalks @ X Dollars J and vd r Cents Per Square Foot PR4of4 � 25 80 PETER KIEWIT SONS' CO. Date (Bidder's Name) G. B. TOLL, A ATTORNEY • IN - FACT Aut or=d Signa ure CONTRACTOR'S LICENSE NO. -7'7 14-8 ADDRESS .301 E . SA-NTPr C� -PtF -A ARCADiA CA TELEPHONE NO. 2 I3, q q 5"— 73"700 Area ode Number y (GG6 • 0 Page 2 INSTRUCTION TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: '�\1. PROPOSAL `2. INSTRUCTION TO BIDDERS `3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 5. NON - COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL CONDITION 7. STATEMENT OF EXPERIENCE 10% of total bid price) except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis- crepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with totals. The City shall not be held responsible for bidder errors or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporation, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the con- tract. A Copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in- clusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations.. `1 -(tqj G�.� �a` A'� PETER KIEWIT SONtdb. Contr's Lic. No. & Classification Bidder FrederickLawlest)r. ZS g60 / AC^r.1ay- In•Faet Date Authorized Signature Tit e� %� r • • Page 3 DESIGNATION OF SUBCONTRACTOR(S) The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject t4 the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer and as provided by State law. Item of Work Subcontractor Address l.� 2. 3. 4. 5.�-- 6. � ,7 7. B� 8. 9. 10. 11. 12. °`�y �^lccl.ev. ' h4S `-^_""' Ctcj PETER KIEWIT SONS' % Bidder frx Ator ay_In• ;�j/ AUin OrlZed Signature/Titl '.A BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, PETER KIEWIT SONS' CO. and THE (ETNA CASUALTY AND SURETY COMPANY Page 4 BOND NO. 41 S 1825 BCA as bidder, , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT (10%) OF AMOUNT BID - - -- - --------------- - 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 bidder for the construction of BALBOA BRIDGE REHABILITATION Title of Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. of IN WITNESS WHEREOF, we hereunto set our hands and seals this 13th AUGUST 1980 . a �� (Attach acknowledgement of Attorney -in -Fact) 0 G. B. TOLL, JR ATTORN47Y - IN - FP Authorized Signature /Title THE !ETNA CASUALTY AND SURETY COMPANY Surety By �ifrc ,�����xlvEx- -rca= F•AeT- Title � U T a a � Z o V � N N F T 0 w u; a� � Z O 6 w r a O � a T L� m = _ V a m o L O V T T El 5 O LL J W Q J U � LL a O Q h 0 U O L 3 d N V U O O 0 v a 4 i � a r � � O U 0 r w a � D Z Q N � n � O N Q m Q O Z F c W 2 Y H N O a 3 { a a l - LJ W W � N F S L w _ o m d u � U O U Z Y f) tJ i CJ � ,1 U O L F O U� �U a o c y 65 N N z 2 N F Q O c N - - a N d m - r El 5 O LL J W Q J U � LL a O Q h 0 U O L 3 d N V U O O 0 v a 4 i � a r � � O U 0 r w a � D Z Q N � n � O N Q m Q O Z F c W 2 Y H N O a 3 { a a l - LJ W W � N F S L w _ o m d u � U O U Z Y f) tJ i CJ � ,1 U O L F O U� �U a o c y 65 N N z 2 N F Q O c N 0 0 __�LEETHE (ETNA CASUALTY AND SURETY COMPANY „ T+a Hartford, Connecticut 06115 LIFE & CASUAL' POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL MEN BY THESE PRESENTS, THAT THE RTN'A CASUALTY AND SURETY COMFANY, a corporation duly organized under the laws of the State of Co "o,ut. and having is principal office in the City of Hartford, County of Hartford, State of Connecticut, path made, constituted and appointed and does by these presents make, constitute and appolmWilliam c. Buckley, Jr. , Donald R. Bailey, John D. Hunsinger, R. N. Ottenson, i•1. W. Whodon, Jr., Eugene T. Zondlo, Linda L. Scrivens or Ray Pettiford, Jr. - - of San Fernando Valley, California its true and lawful Admnevls)- m -Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States or, if the following Imo be filled in, within the area there desig noted , the following instrumentis) by his /her sole signature and act, any and all bands, recognizances, contracts of indemnity, and other writings obligatory In the nature of a bond, recognbance, or contlitional undertaking, and any and all consents incidents thereto and to bind THE !ETNA CASUALTY AND SURETY COMPANY, thereby as fulty and to the same extent as if the same were signed by the duty authorized officers of THE ETNA CASUALTY AND SURETY COMPANY, and all the acts of said Atmrney(s) -in -Fact, pursuant m the authority herein given. are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Company which Resolutions are now in full force and effect: VOTED: That each of the following officers: Chairman, Vice Chairman, President Any Executive Vice President, Any Senior Vice President, Any Vice Presitlent, Any Assistant Vice President, Any Secretary, Any Assistant Secretary, may from time to time appoint Resident Vice Presidents, Resident Assistant Secretaries, Aporneys- in-Fact. and Agents to act for and on behalf of the Company and may give any such appointee such authority as his certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, antl other writings obligatory In the nature of a bond recognizance, or conditional undertaking, and any of said officers or the Board of Directors may at any time remove any such appointee and revoke the powerand authority given him, VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or contlitional undertaking shall be valid and binding upon the Company when (a) signed by the Chairman, the Vice Chalrm an, the President. an Executive Vice President, a Senior Vice President, a Vice President, an Assistant Vice President or by a Resident Vice Presidenq pursuant to the power prescribed in the cemb.te of aulh.nty of such Resident Vice President, and duly anesoad antl sealed with the Company's seal by a Secretary or Assistant Secretary or by a Resident Assistant Secretary, pursuant to the power prescribed in the certificate of authority of such Resident Assistant Secretary; or (bl duly executed lender seal, if required) by one or more Anorneyai n-Fact pursuant to the power prescribed in his or their certificate or certificates of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following Standing Resolution voted by the Board of Directors of THE /ETNA CASUALTY AND SURETY COMPANY which Resolution is now in full force and effect, VOTED: That thesignature of each clone following officers: Chairman, Vice Chairman, President. Any Executive Vice President, Any Senior Vice President, Any Vice President, Any Assistant Vice President, Any Secretary, Any Assistant Secretary, and the seal ofthe Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents. Resident Assistant Secretaries or AttomeysAmFacil purposes only .1 executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF, THE (ETNA CASUALTY AND SURETY COMPANY has caused this instrument to be signed by its Assistant Vice President and its corporate seal to be harem affixed this 8th day of January is gp r`is THE ATNA CASUALTY AND SURETY COMPANY P!�By o State of Connecticut as. Hartford BP R. T. Rippe, Assistant Vice President County of Hanford On this Sth day of January lg SO before me personally came R. T. RIPPE to me known, who, being by me duly sworn, did depose and say: that he /she is Assistant Vice President of THE rETNA CASUALTY AND SURETY COMPANY, the corporation described in and which executed the above instrument; that h t /she knows the seat of said corponeiom thatthe seal affixed 1"bet said instrument Is such corporate seal; and Mat he /she executed the said Instrument on behalf of the corporation by authority of his /her office under the Standing Resolutions thereof. ya nk it <o •. M a m miacian expires March 31, 19 $Q Notary Public CERTIFICATE Johanna M. Degnan I,theundersgned. Secretary of THE. ETNA CASUALTY AND SURETY COMPANY, a Mock corporation of the State, of Connecticut, DO HEREBY CERTIFY that me foregoing and attached Power of Aaomey and Conflictive of Authority remains in full force and has not been revoked; and Nrthet more. that the Standing Resolutions of the Board of D leemrs, as sot forth in the Certificate of Authority, are now in force. Signed and Scaled M the Hume Office of the Company, In the City of Hartford, Soo o con7p4r this 13th day Y AUGUST 11980 By Secretary , 16t9z2i tNl era Vincent A. Walsh PRwrpp IN us.A. NON- COLLUSION AFFIDAVIT Page 5 The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to keforepe this X5 +L` day of us 19 $a. My commission expires: PETER KIEWIT SONS" Ca Bidder !'/14keAX z il/� Authorized Signature /TftlLf -1 4' OFFICIAL SEAL THOMAS ALAN P,ITCHIE NOTARY PUBLIC -f� LIFORNII LOS AN6ELE 'ICOUNTY 7V{ Comm. expire lAH 7r�l,ot ry IMPORTANT NOTICE TO BIDDERS! Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663, until 9:00 A.M. on the 26th day of August, 1980, at which time such bids shall be opened and read for: BALBOA ISLAND BRIDGE REHABILITATION Title of Project 2014 Contract No. $1,045,000 Engineer's Estimate • Prequalification statements shall be completed in accordance with requirements contained in the bid documents and received by the Engineer by August 18, 1980. This bid opening date supersedes the August 13, 1980 bid opening date prescribed in the Notice Inviting Bids. Attached are Addendum No. 1 and minutes of the August 1, 1980 Prebid Conference. All bidders shall complete the information requested below and submit this sheet with their proposal. "I have carefully examined Addendum No. 7 and the minutes of the August 1, 1980 Prebid Conference." PETER KIEWIT SONS' CO. $ ?, N 80 � i me G. B TOLL, F Date I4.j��;, STTnRNfY - IN - FAV (AUthorized-"gnature) • 1980 '4"PADK CAL6 CITY OF NEWPORT BEACH CALIFORNIA PUBLIC WORKS DEPARTMENT city Hall 3300 W. Newport Blvd. Area Code 714 640 -2281 August 21, 1980 Peter Kiewit Sons' Co. 301 E. Santa Clara Street Arcadia, CA 91006 Attention: Tom Ritchie Subject: Balboa Island Bridge Rehabilitation (C -2014) Gentlemen: Your prequalification to bid submittal has been received and. reviewed. On the basis of the information contained therein, you have been prequalified to bid on the project mentioned above. The bid opening will be at 9:00 A.M. August 26, 1980, at the office of the City Clerk, 3300 Newport Boulevard (Newport Beach City Hall). Thank you for your interest in this project. Very ruly Llo Dalton Pr ect Manager LD:jd POWER O F A T T O R N E Y KNOW ALL MEN BY THESE PRESENTS: That, PETER KIEWIT SONS' CO., a corporation organised and existing under the laws of the State of Nebraska, does by these presents hereby make, constitute and appoint_ GEORGE B. TOLL. JR. the true and lawful Attorney -in -Batt for it with authority for it and in its name, place and stead to do and perform the follow- ing acts and things, to -wit: To execute (a) Bid Proposals, (b) Bid Bonds, (c) Appli- cations for Bid Bonds, (d) Change Orders and Contract Modifications, provided the Increase or decrease in the contract amount does not exceed Five Hundred Thousand Dollars ($500,000.00), (e) Subcontracts, (f) Material Contracts, (g) Change Orders to Subcontracts and Material Contracts, (h) Purchase Agreements, (i) Purchase Orders, (j) Equipment Lease and Rental Agreements, provided the rental period does not exceed sixty (60) days. (k) Payroll Affidavits, (1) Progress Payment Estimates; and the fur- ther power to delegate in writing to others the authority to sign and execute (A) Payroll Affidavits, (B) Progress Payment Estimates, and (C) Purchase Orders. PROVIDED, HOWEVER, That the foregoing appointment of GEORGE B. TOLL, JR. as above specified, is hereby specifically made subject to revocation or amendment thereof as may hereafter be made. IN WITNESS WHEREOF, Peter Kiewit Sons' Co. has caused this instrument to be executed by its duly authorized officers this 9th day of June , 1970 ATTEST: /s. /_ Hobert n'. Clark Robert:E. Clark, Asst. Secretary PETER KIEWIT SONS' CO. A Nebraska Corporation By. /s/ R. L. Coyne .R.:L. Coyne, Vice President CERTIFIED COPY OF RESOLUTION "BE IT RESOLVED, That the President or any Vice President of this corporation be, and they hereby are, authorized and directed to execute and deliver in the name of and for and in behalf of this corporation Power of Attorney appointing GEORGE B. TOLL, JR. as Attorney -in -Fact for said corporation for the purpose of executing (a) Bid Proposals, (b) Bid Bonds, (c) Applications for Bid Bonds, (d) Change Orders and Contract Modifica- tions, provided the increase or decrease in the contract amount does not exceed Five Hundred Thousand Dollars ($500,000.00), (e) Subcontracts, (f) Material Contracts, (g) Change Orders to Subcontracts and Naterial Contracts, (h) Purchase Agreements, (1) Purchase Orders, (j) Equipment Lease and Rental Agreements, provided the rental period does not ex- ceed sixty (60) days, (k) Payroll Affidavits, (1) Progress Payment Estimates; and the fur- ther power to delegate in writing to others the authority to sign and execute (A) Payroll Affidavits, (B) Progress Payment Estimates, and (C) Purchase Orders; hereby ratifying and confirming all that GEORGE B. TOLL, JR. , as said Attorney, shall lawfully do or cause to be done by virtue hereof,' I, Robert E. Clark , do hereby certify that I am the Secretary of Peter Kiewit Sons' Co., a corporation organized and existing under the laws of the State of Nebraska. I further certify that the foregoing is a true and correct copy of a resolution duly adopted by the Executive Committee of said corporation at a meeting of said Committee duly called and held at the offices of the corporation at Omaha, Nebraska on the 9th day of June , 1970 at which a quorum was present and participating, as the same appears of record in the minute book of said corporation for said date, and that said resolution has not been revoked or amended and is now in full force and effect. IN WITNESS WHEREOF, I have hereunto subscribed my name and have affixed the cor- porate seal of the corporation this 23rd day of May , 1980 Rgbart:E. Clark, Secretary of PETER KIEWIT SONS' CO. 0 0 P 0 W E R O F A T T O R N E Y KNOW ALL MEN BY THESE PRESENTS: That, PETER KIEWIT SONS' CO., a corporation organized and existing under the laws of the State of Nebraska, does by these presents hereby make, consti- tute and appoint FREDERICK L. BARRETT, JR, the true and lawful Attorney -in -Fact for it with authority for it and in its name, place and stead to do and perform the following acts and things, to -wit: To sign and execute (a) Bid Proposals, (b) Bid Bonds, (c) Applications for Bid Bonds, (d) Subcontracts, (e) Material Contracts, (f) Change Orders and Contract Modifications, provided the increase or decrease in the contract amount does not exceed Twenty -five Thousand Dollars ($25,000), (g) Progress Payment Estimates, (h) Vouchers, and (i) Payroll Affida- vits; hereby ratifying and confirming all that said FREDERICK L. BARRETT, JR., as said Attorney, shall lawfully do or cause to be done by virtue of these pre- sents. PROVIDED, HOWEVER, that the foregoing appointment of FREDERICK L. BARRETT, JR., as above specified, is hereby specifically made subject to revocation or amendment thereof as may hereafter be made. IN WITNESS WHEREOF, Peter Kiewit Sons' Co, has caused this instrument to be executed by its duly authorized officers this 20th day of December, 1978, ATTEST: /s /- Robert E. Clark Robert E. Clark, Secretary PETER KIEWIT SONS' CO, A Nebraska Corporation By /s/ Harvey Aronson Harvey Aronson, Vice President F ` " CERTI�ED COPY OF RESOLUT VED, That the peident, or any Vice President, of this c0rp0r- "BE rr RRRdL. scion be, and they hereby are. authorized and dirae'to execute and deliver tion, proper Yowar of Attor- in the of and for and lit behalf of this.corpo ia -in -Fact for said corporation ney appointing FREMIC& L. BARRETT, JR. ,AttOrn" as to do and perform the fol- with authority':�os.it and in its name,. #I:sg* and stead lowing acts and t44 ss to-wit: To sign d execute (a) Bid Proposals, (b) Bid Bonds, (c) Applications_!or Bid Bonds, (d) Subcontracts, (e) Material Contracts, (f) Orders and Contract Modifications, provided the increase or decrease in the contract amount doe's not exceed Twenty -five Thousand Dollars ($25,000), (g).Progress Payse4t Estimates, (h) Vouchers, and (i) Payroll Affidavits; hereby ratifying and con ffuing all that said FEEDERICK L. BABRETT, JR., as said Attor- ney, shall lawfully door cause to be done by virtue hereof." do hereby certify that I am the I' of P SONS' CO. ' Secretary a corporation organized under the laws of the State I further certify. that the foregoing is a true and correct copy of a resolution duly adapted by the f said corporation at a meeting of aai dny of duly alled and held at the offices of the corporation at Omaha, Nebraska, op the y a as dte same appears 19�—, at which a quorum was Present and elution ti s of rerm a minute book of said corporation for said date, and that said resolution has not been revoked or amended and is now in full force and effect. name and have affixed the corporate seal of the IN WUNFSS WHEREOF, I have hereunto subscribed my ,o .^ corporation jh g —}8t3t --day m r t f �. W.' 4 x976_ ` {;j"i9tF G9f' 7 ^.':Ji 3(f. r(� lit ".+`JXS& 30��,`�^`t` Cii'- 9C:.QA� -�! �So7 rs •so3sar, J, s oh'.'4� Sbs`� ear., ` crb. �x � bre 9 i B ?.�� �d� <m t • RESOLUTION NO. 9875 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO PETER KIEWIT SONS' COMPANY IN CONNECTION WITH THE BALBOA ISLAND BRIDGE REHABILITATION (C -2014) WHEREAS, p:i:-suant to the notice inviting bids for work ' in connection with the Balboa Island Bridge rehabilitation in connection with the plans and specifications heretofore adopted, bids were received on the 26th day of August, 1980, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is the PETER KIEWIT SONS' COMPANY, NOW, THERFORE, BE IT RESOLVED by the City Council of the City of Nepwort Beach that the bid of PETER KIEWIT SONS' COMPANY in the amount of $1,352,586.00 be accepted, and that the contract for the described work be awarded to said bidder; and 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 8th day of September, 1980. Mayor ATTEST: kv City Clerk 090580 SEP 81980 hN.Gn0WOL C11Y W *Wow MACH TO: CITY COUNCIL FROM: Public Works Department SUBJECT: BALBOA ISLAND BRIDGE REHABILITATION (C -2014) RECOMMENDATIONS: 0 September 8, 1980 CITY COUNCIL GENDA ITEM N0. 3 1. Accept the Negative Declaration of environmental impact. 2. Confirm the rescheduled date of bid opening. 3. Adopt a resolution awarding Contract No. 2014 to Peter Kiewit Sons' Company for $1,352,586 (including Bid Items Nos. 1 -8 only); and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: Bid Items Nos. 10 through 12 provide for extra cost special finish alternativesfor bridge and Balboa Island approach sidewalks. Item No. 10 would substitute pebble aggregate finish for the broom finish specified for bridge sidewalks. Item No. 11 would substitute pebble aggregate finish for the stamped colored concrete specified for Balboa Island approach sidewalks. Item No. 12 would substitute stamped colored concrete finish for the broom finish specified on bridge sidewalks. Because of the high cost of the basic project, it is recommended that the contract award not include alternative bid Items 10 -12. Staff therefore recommends that the project be awarded to Peter Kiewit Sons' Co. for bid Items Nos. 1 through 8 only. Kiewit is a respected and well qualified contractor for such bridge rehabilitation work. The following funds are included in the current budget for the construc- tion of this project: On August 26, 1980 at 9:00 A.M., the City Clerk opened and read the following bids for this project: Bid Items Bidder Nos: 1 -8 No. 10 No. 11 No. 12 Low Peter Kiewit Sons' Co. $1,352,586 $27,008 $3,520 $20,256 2nd Brutoco Engrg.& Const.,Inc. 1,577,183 20,256 4,224 5,064 3rd Steve P. Rados, Inc. 1,661,996 10,128 2,112 11,141 4th Cushman Contracting Corp. 1,821,763 16,880 3,520 13,504 The low bid is 30% above the Engineer's estimate of $1,045,000 for the basic bridge reconstruction work, bid Items Nos. 1 through 8. The major reason for this disparity appears to be due to the Engineer's underestimate of costs for mobilization, difficulty of on -site operations, and piles. Bid Items Nos. 10 through 12 provide for extra cost special finish alternativesfor bridge and Balboa Island approach sidewalks. Item No. 10 would substitute pebble aggregate finish for the broom finish specified for bridge sidewalks. Item No. 11 would substitute pebble aggregate finish for the stamped colored concrete specified for Balboa Island approach sidewalks. Item No. 12 would substitute stamped colored concrete finish for the broom finish specified on bridge sidewalks. Because of the high cost of the basic project, it is recommended that the contract award not include alternative bid Items 10 -12. Staff therefore recommends that the project be awarded to Peter Kiewit Sons' Co. for bid Items Nos. 1 through 8 only. Kiewit is a respected and well qualified contractor for such bridge rehabilitation work. The following funds are included in the current budget for the construc- tion of this project: September 8, 1980 Subject: Balboa Island Bridge Rehabilitation (C -2014) Page 2 Budget No. Amount 02- 4197 -213 (Gen'l Fund) $ 590,530 18- 3379 -013 (Gas Tax) 223,900 19- 3379 -013 (Gas Tax) 251,500 $1,065,930 The estimated costs for the total project are as follows: Payable to: Function Amount Peter Kiewit Sons' Co. Prime Contractor $1,352,586 Boyle Engineering Corporation Engineering Consultant 8,860 Converse Ward Davis Dixon Geotechnical Consultant 13,150 Miscellaneous Testing and Contingencies (5 %±) 64,154 Total $1,438,750 The amount of additional funding needed is $1,438,750 - 1,065,930 = $372,820. Budget amendments appropriating the additional funds needed have been prepared for Council consideration. The amounts and sources of the funds are indicated below: 1. Transfer from Street and Alley Seal Coating appropriation (Gen'l Fund) $100,000 2. Transfer from Right -of -Way Acquisition appropriation (Gas Tax Fund) $100,000 3. Appropriation from Gas Tax reserves $172,820 The scheduled date of bid opening was originally August 13, 1980. Because of requests by several contractors that the bid opening be delayed due to (1) the volume of other work being bid that same week, and (2) the need for additional time for subcontractors to prepare their sub -bids, staff delayed the bid opening to August 26. A Negative Declaration of environmental impact has been prepared by the Public Works Department and approved by the City's Environmental Affairs Committee. Also, a "Finding of No Significant Impact" has been prepared by the permitting agency, the United States Coast Guard, as their environmental docu- ment. Both environmental documents were mentioned in the Coast Guard's Public Notice Number 11 -33 concerning this project, and public review locations were listed. The plans were prepared by Boyle Engineering Corporation of Newport B ch. The estimated;al date of completion is April 1981. c Oe / Ben amin B. N Public Works Director LD:jd THE NEWPORT ENSIGN PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF CALIFORNIA, ss. County of Orange, I am a citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the above - entitled matter. I am the principal clerk of the printer of the Newport Harbor Ensign newspaper of general circula- tion, printed and published weekly in the city of Newport Beach, County of Orange, and which news- paper has been adjudged a newspaper of general circulation by the Superior Court of the County of Or- ange, State of California, under the date of May 14, 1951, CASE NUMBER A -20178 that the notice, of which the annexed is a printed copy (set in type not smaller than nonpareil) has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates to -wit: Published Aug. 13, 1980 I certify (or declare) under penalty of perjury that the foreaoin is true and correct. Dated at Newport this �3dayof Aug 1 80 Signature THE NEWPORT ENSIGN 2721 E. Coast Hwy., Corona del Mar, California 92625. r� This space is for the County Clerk's Filing Stamp A Notice Proof of Publication of Balboa Island Brid PDBGC NOTICE peORTAIIT NOTICE TO PIDDERBI B..I.d bide may M rw.(..d .t th. .fB d th. Cfry Clnk, 3300 N.wpod Bou1..aw, Nw d Brch, C. 91847, mtB 9 a.m. m ib. 38th dq of Augu , 1980, at wMN 4m. .mh bi& dmD b. p.-d ud rwd Ion BALBOA I9LANDBAIDOE MiABDATATTON CONTRACT NO. 2014 ENGD1mP9 rBTMATE 91,019,000.00 Thb bid wftd u -W—W do Au9.d 13, 1890 bid op..ip9 d.b pn rlW m the No Ip t4p9 BW.. pn.p.pdw b"n .h.11 p"q"I y m p.do.m mafr. t wort d e. 1lr Av91 f .d1m.N bI wdmflttiv9 ,bbm.vu of uWdac..pd Im.pcW c.udittov m htdt.v..d da b wpb r.gvl.m.vb oov- W. bid doco w dw daW., .h.R b Is, 19W. by fL Av91o... by AY idd..,.980. p.of bides bidd n msy dd.ly Ad- d d bid . I mdb "utftivo Ad- AwuO No. 1 avd mCv.f. d Ou .. 1, 1980 Pih. Cod...na It o cod f.am ih. .o d . fW E , o pdB.W nd F.r". infmtl 8dw p.I b a d fi. Loyd D.Im, p 7. 9� . ( 001.2281. P.bWh: AvW.t 13, 11N0 m Th. N.wpmtitvtlgv. N1433 PROOF OF PUBLICATION 7.4�Eo TO: CITY COUNCIL FROM: Public Works Department SUBJECT: BALBOA ISLAND BRIDGE RECONSTRUCTION (C -2014) RECOMMENDATIONS: Approve the plans Authorize the City opened at 9:00 AM DISCUSSION: July 14, 1980. CITY COUNCIL AGENDA ITEM NO. H -18 and specifications for this project. Clerk to advertise for bids to be on August W, 1980. J, This contract provides for the complete rehabilitation of the 50 year old Balboa Island Bridge; including 1) demolition and removal of 4' wide reinforced concrete sidewalks and 42" high parapets; bridge and navigational lighting; interfering (portions of) block walls; and approach roadway sections and interfering landscape materials; 2) construction of 9' wide reinforced concrete sidewalks, and 27" high parapets topped by a bronze - anodized 27" high aluminum picket hand- rail; additional pile caps at each bent; screen walls, sidewalks and access to sidewalks at both approaches; textured concrete at south sidewalk approach; and bridge and approach roadway paving; 3) installation of 96 additional piles; seismic restrainers; and navigational and high pressure sodium bridge lighting; and 4) restoration of all bridge concrete to remain, including an off -white protective color coat. The proposal includes separate bid items for the construction of textured sidewalk finish across the bridge. This item, which will match the textured concrete at the soutFsidewalk approach, may be added to the contract at the City's option if costs are not excessive. The intent of the textured sidewalk finish is to discourage use of the bridge and approach sidewalks by roller skaters and skateboarders, in addition to providing an aesthetic surface treatment. The bid documents require that the Contractor submit alternate bid item prices to either place Mexican beach stones or color and stamp a pattern similar to the beach stones in fresh concrete. Such construction should not preclude the use of sidewalks by pedestrians in high - heeled shoes. Work may begin in September (after the start of school), and should be completed in April. Work will not ordinarily be permitted on Saturday or Sunday or before 7:30 AM or after 5:30 PM. One lane of flagmen - controlled vehicular traffic and one pedestrian walkway will be permitted through the construction between the hours of 9:00 AM and 4:00 PM. At all other times, 2 -way vehicular traffic and one pedestrian walkway will be required. The Contractor will not be allowed to perform pile and pilecap operations from the existing bridge, or before 8 AM or after 5 PM. To that end, the permitting agencies, i.e. the United States Coast Guard and the Coastal Zone Commission, are permitting as much as 200 feet of July 14, 1980 Subject: Balboa Island Bridge Reconstruction (C -2014) Page 2 Balboa Island Channel closure (measured each direction from the bridge centerline) for waterborne construction. All construction will be within existing rights -of- way and the channel. The Contractor will absorb all costs for relocation and reconstruction of privately owned docks and moorings within the limits of construction. The City's Tidelands Administrator will provide assistance to the owners of displaced boats for locating temporary dockage and mooring. In addition to the permits issued by the previously - mentioned agencies, staff has obtained letters of clearance from 1) the State of California Department of Fish and Game, 2) the United States Corps of Engineers, 3) the State of California Regional Water Quality Control Board, and 4) the State Lands Commission. Also, staff obtained verbal clearances from the Environmental Assessment Branch of the National Marine Fisheries Service and the United States Bureau of Sport Fisheries and Wildlife. The project has been categorized as a "Negative Declaration" in accordance with the California Environmental Quality Act of 1970. With regard to many details of functional design and the construction operation, staff has consulted with the adjoining property owners, the Balboa Island Business Association and, in particular, the Balboa Island Improvement Association. Staff will also keep these parties and the news media well informed as to the Contractor's work schedule and the effect on traffic flow as those details become available. Studies of the structural condition of the bridge began early in 1977. Boyle Engineering Corporation has been the City's primary consultant on the project, with the geotechnical firm of Converse Ward Davis Dixon, Inc. providing soils engineering services. Boyle and Converse will be retained to provide construction engineering consultation and pile placement consultation, respectively. The Engineer's (Boyle's) estimate for the contract amount (Bid Items 1 through 8) is $1,045,000. Adequate, funds for this work exist in three accounts included in the FY 1980 -81 budget. The construction of bid item numbers 9 through 11, the optional textured sidewalk surfaces, will be considered after bids are opened. Completion of this project will result in the bridge being brought up to current structural and seismic engineering standards. Benjamin B. Nolan Public Works Director LRD:do