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