Loading...
HomeMy WebLinkAboutC-2209 - Little Balboa Island Bridge RehabilitationFO August 29, 1984 Superior Gunite Co. 12721 Saticoy Street North Hollywood, CA 91605 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK 1714) 640 -2251 Subject: Surety: United Pacific Insurance Co. Bonds No.: U 49 15 49 Project: Little Balboa Island Bridge Rehabilitation Contract No.: C -2209 The City Council on July 23, 1984 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice has been recorded. The Notice was recorded with the Orange County Recorder on July 31, 1984, Reference No. 84- 317398. Please notify your surety to release the bonds. Sincerely, Wanda E. Raggio City Clerk WER:lr cc: Public Works City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 Please Return To • City Clerk City of Newport Beach 3300 Newport Blvd. Newport Beach, CA 92663 -3884 EaanV ,e deq NQUW o. pc nmem Cade e+m EXEMPT L.L7 NOTICE. OF COMPLETION PUBLIC WORKS • 84- 317398 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY CALIFORNIA -420 'I 'o All Laborers and Material Men and to Every Other Person Inte YOU WII..L PLEASE TAKE NOTICE that on July 23, 1984 the Public Works project consisting of Little Balboa Island Brid CITY e nuu 28.1994 d: HfC4111 on which SUPERIOR GUNITE CO.. 12721 Saticoy Street. North Hollywood. CA 91605 was the contractor, and United Pacific Insurance Co., 443 Shatto P1., Los Angeles, CA was the surety, was completed. 90020 VERIFICATION I, the undersigned, say: CITY OF NEWPORT BEACH i 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 July 26, 1984 at Newport Beach, California. .eWYLfryt CL� . l ��� wy 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 July 23, 1984 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on July 26, 1984 At Newport Beach, California. i SEW PO o @. cy/.Jpo -vx Mayor July 26, 1984 Evelyn R. Hart Mayor Pro Tern Philip R. Maurer Council Members Bill Agee John C. Cox Jr. Jackie Heather Ruthelyn Plummer Donald A. Strauss i Lee A. Branch Orange County Recorder P.O. Box 238 Santa Ana, CA 92702 Dear Mr. Branch: F- -I u CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 Attached for recordation are two Notices of Completion of Public Works projects donsisting of: 1. Sewer Main Replacement Program 1983 -84, Contract No. 2410, on which George Dakovich & Son, Inc. was the Contractor and Industrial Indemnity Co. was the Surety. 2. Little Balboa Island Bridge Rehabilitation, Contract No. 2209, on which Superior Gunite Co. was the Contractor and United Pacific Insurance Co. was the Surety. Please record both and return them to us. Sincerely, �p 1 Wanda E. Andersen CITY CLERK WEA:lr Attachments (2) cc: Public Works City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 • • July 23, 1984 BY THE CITY COUNCIL CITY OF NEWPORT BEACH JUL 231984 TO: CITY COUNCIL FROM: Public Works Department APPRovtD CITY OUNCII, AGENJ3A N ITEM N0. � S SUBJECT: ACCEPTANCE OF LITTLE BALBOA ISLAND BRIDGE REHABILITATION (C -2209) 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 rehabilitation of the Little Balboa Island Bridge has been completed to the satisfaction of the Public Works Depart- ment. The bid price was $192,700.00 Amount of unit price items constructed 192,700.00 Amount of change orders 29,441.35 Total contract cost $222,141.35 Four change orders were issued. The first, in the amount of $2,618.14, provided for changes and additions to the street lighting and Christmas decoration electrical systems. The second, in the amount of $2,508.96, provided for removal and replacement of additional sidewalk. The third, in the amount of $267.26, provided for cosmetic repairs to the southerly side of the bridge. The fourth, in the amount of $24,046.99, provided for a significant increase in the amount of removal of deteriorated concrete under the bridge, sandblasting, and replacement with gunite concrete. On April 9, 1984 the Council approved a Public Works Department recommendation to increase the amount of repair work; and a budget amendment providing additional funds. Funds were budgeted in the General Fund, Account No. 02- 4196 -292. The design engineering was performed by William M. Simpson, Con- sulting Structural Engineer, of Newport Beach. The contractor is Superior Gunite Corporation of Lakeview Terrace. July 23, 1984 ACCEPTANCE OF Page 2 0 0 LITTLE BALBOA ISLAND BRIDGE REHABILITATION (C -2209) The contract date of completion was specified to be 75 days after starting or March 30, 1984, whichever comes first. The completion was delayed 13 working (18 calendar) days due to the extra work and inclement weather. The work was substantially completed by May 1, with clean -up completed by May 11, 1984. The Contractor diligently pursued the work for the entire time. It appears that there was insufficient time allowed between the contract execution of January 17 and the scheduled completion date of March 30. The assessment of liquidated damages is not recommended. J� " 4�g 1�4 Benjamin B. Nolan Public Works Director CeIIIM'ii 0 • C -a ') 0, STEINY AND COMPANY, INC. 221 NORTH ARDMORE AVENUE. P.O. BOX 74901 LOS ANGELES, CA. 90004 - PHONE (213) 382 -2331 May 24, 1984 City of Newport Beach 3300 Newport Blvd. Newport Beach, Ca. 92663 Subject: Stop Notice - Balboa Island Br. - Superior Gunite Gentlemen: Financial arrangements have been made between Superior Gunite and Steiny and Company, Inc. on the above referenced project, therfore, please remove the Stop Notice that we filed in the amount of $11,240.47. Very truly yours, ST Y AND COM NY, INC. Jay E. Perry Secretary JEP:hs 1 OFFICES IN VALLEJO, ANAHEIM, SAN 01 EGO AND SAN JOSE It STATE OF CALIFORNIA as. COUNTY OF Los Angeles On this 24th day of May, 1984 , in the year 19_, OFFICIAL SEAL before me, the undeLSignp, a Notary Public in and for said State, personally appeared MARY McCLUhG Jay tE FFerry Secretary m� NOTARY PUBLIC CALIFORNIA r ,personally known to me LOS ANGELES COUNTY (or proved to me on the basis of satisfactory evidence) to be the person who executed the My Commission EXP. Mar. 11, 198] within instrument on behalf of the Corporation therein named, and acknowledged to me that the Corporation executed it. WITNESS my hand and official seal. Notary Public in and for said State. ACNNOWLEOGMENT— CapNXlgn— woICONa Faun 222CA -X —AM. 5-82 0 0 C -aa01 April 9, 1984 CITY COUNCIL AGENDA ITEM NO. c/ TO: CITY COUNCIL FROM: Public Works Department SUBJECT: LIDO ISLE BRIDGE REHABILITIATION (C -2345) LITTLE BALBOA ISLAND BRIDGE REHABILITIATION (C -2209) RECOMMENDATIONS: Confirm Public Works Department approval of additional work on the contracts. 2. Adopt budget amendments transferring funds for the additional work. DISCUSSION: Contracts for rehabilitation of the Balboa Island bridges are currently under con of the work, it was ascertained that the need deteriorated concrete and steel was much more been anticipated. The additional work had to discovered, and has now been completed.. Lido Isle and the Little struction. During the course for removal and repair of extensive than had originally be performed as the need was In order to fund the costs,budget amendments have been prepared transferring $24,000 to the Lido Isle Bridge Account (No. 02- 4197 -248), and $16,000 to the Little Balboa Island Bridge Account (No. 02- 4197 -292). The source of funds is the appropriation for Harbor Street End Improvements (No.02- 4183 -052). Sufficient funds remain in the latter account for the transfer. J. p6z Benjamin B. Nolan Public Works Director 02, oa c STOP NOTICE rY1 NOTICE TO WITHHOLD TO HOLDER OF FUNDS (MA iT BEACH _ (Name of owner, construction lender or public officer) \C.o i 3300 NEWPORT BLVD. NEWPORT BEACH, CA. 92663 (Address of owner or construction lender) YOU ARE HEREBY NOTIFIED THAT the undersigned claimant, csm.TNV nMn nmmDnmV Ttln n n RnV 7d Onl 99l Nn. ART)mnRR LrIA ANQRT,ER. CA. 90004 (Name and address) has furnished or has agreed to furnish T ahoy ZmatEri a 1 (labor, services, equipment, materials) of the following kind F l on ri ral (general description of labor, services, equipment or materials) to or for SUPERIOR nr.n,Tmc for the work improvement, located at, or known as: (name of person to or for whom furnished) BEACH — Balboa Island Bridge (address, legal description, description of site at project identification) The amount in value of the whole agreed to be done or furnished by claimant is $ 18,767.45 The amount in value of that already done or furnished by claimant is $ 18.767.45 Claimant has been paid the sum of $ 7.526.98 , and there remains due and unpaid the sum of $ 11,240.47 plus interest thereon at the rate of per cent per annum from , 19 —. YOU ARE HEREBY NOTIFIED TO WITHHOLD SUFFICIENT FUNDS TO SATISFY THIS CLAIM WITH INTEREST. 1. •e u. STATE OF CALIFORNIA COUNTY OF Los Angeles STEINY AND COMPANY, INC. Name of Claimant P.O. Box 74901 221 No. Ardmore L.A. 90004 Address of Claimant Jay E. Perry — Secretary ,being duly sworn, deposes and says: That —he is the person(s) who signed the foregoing Stop Notice; that ._he has read the same and knows the contents thereof to be true of h— own knowledge, except as to any matters or things that may therein be stated on h_ information and belief and ILin 1hncP maiipre nd ihinoc ha hoinvac th,sm to be true. O Mayor Subscribed and sworn to before me a Counulrrm a Manager this y of al 19_84._. AttprnEy a Mg. Dh. O GenSery ON. Notafy Public and in kWfof said State E3 Fil & R Olt. E7 Plarlfift f. o Poke Chid '�oP.W.DW a Other YLb standard form coven most usual Problems in the Bald Indicated. Before you slga, read ft, fin to all blank,, STOP NOTICE and make changes Proper to your a msaction. Consult a lawyer if you doubt the forms fitness for your Purpose. WOLCOTTB FORM BYO —Rev. 2.73 OFFICIAL SEAL MARY MCCLUNG �. fa! NOTARY PUBLIC - CALIFORNIA PRINCIPAL OFFICE IN LOS ANGELES COUNTY My commission Ea0. M o. 11. 1987 O Mayor Subscribed and sworn to before me a Counulrrm a Manager this y of al 19_84._. AttprnEy a Mg. Dh. O GenSery ON. Notafy Public and in kWfof said State E3 Fil & R Olt. E7 Plarlfift f. o Poke Chid '�oP.W.DW a Other YLb standard form coven most usual Problems in the Bald Indicated. Before you slga, read ft, fin to all blank,, STOP NOTICE and make changes Proper to your a msaction. Consult a lawyer if you doubt the forms fitness for your Purpose. WOLCOTTB FORM BYO —Rev. 2.73 0 CITY OF NEWPORT BEACH P.U. BOX 1768, NENPORT BEACH. CA 92663 -3884 TO: FINANCE DIRECTOR PUBLIC WORKS FROM: CITY CLERK DATE: January 17, 1984 SUBJECT: Contract No. C -2209 OFFICE OF THE CITY CLERK (714) 640 -2251 Description of Contract Little Balboa Island Bridge Rehabilitation Effective date of Contract January 17, 1984 Authorized by Minute Action, approved on January 9 1984 Contract with Superior Gunite Address 12721 Saticoy Street North Hollywood, CA 91605 Amount of Contract $192,700.00 W " Wanda E.. Andersen City Clerk iffa.jilri attach. 3300 Newport Boulevard, Newport Beach 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 11.30 M. on the 21_x_ day of. _NF , 1951, at which time such bids shall be opened and read or LITTLE BALBOA ISLAND BRIDGE REHABILITATION Title of Project 2209 Contract No. $199,000 Engineer's Estimate • Add IN Approved by the City Council this 2Btb day of Nnv , 1983. Wanda E. Andersen City Clerk Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663. For further information, call Lloyd R. Dalton at 640 -2281. Project Engineer 0 "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." . //134 Date �6 Signature 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LITTLE BALBOA ISLAND BRIDGE REHABILITATION CONTRACT NO. 2209 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P. 0. Box 1768 Newport Beach, California 92663 -3884 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instruction to Bidders, has examined the Plans and Special Provisions, and hereby pro- poses to furnish all materials and do all the work required to complete Contract No. 2209 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: ITEM NO. QUANTITY AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS TOTAL PRICE 1. Lump Sum Mobilization (Move in /move out, channel closure /opening, work platform, permits, licenses, agency notifications, surface runoff water control, project site main- tenance, etc.) @ Seven Thousand Six Hundred Dollars and No Cents $ 7,600.00 Per Lump Sum 2. Lump Sum Traffic control and access; safety @Eight Thousand Six Hundred Dollars and No Cents $ a,6n0_no Per Lump Sum 3. Lump Sum Demolition and removals @FiffPen Thnucand Nine Hundred Dollars and Nn Cents $15.900.00 Per Lump Sum 10MR1 ITEM QUANTITY ITEM DESCRIPTION TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE 4. Lump Sum Storm drain improvements @ Nine Thousand Dollars and No Cents $ 9,000.00 Per Lump Sum 5. Lump Sum Electrical and lighting modifications @ Seven Thnucend Twn Hundred Dollars and Cents $ 7,200.09 Per Lump um 6. Lump Sum Ramps, including excavation, walls, fill compaction, and walkways @ Fifty -Seven Thousand Three Hundred Dollars and No Cents $97-300 On Per Lump Sum 7. Lump Sum Bridge parapets and walkways @Twenty -Six Thousand Two Hundred Dollars and No Cents $2c,�nn_nn Per Lump Sum 8. Lump Sum Bridge and ramp handrailing @ Seventeen Thousand Nine Hundred Dollars and No Cents $17,900.00 Per Lump Sum 9. Lump Sum Type I concrete repair @ Four Thousand Dollars and No Cents $ 4,D00 00 Per Lump Sum 10. Lump Sum Type II concrete repair @ One Thousand Nine Hundred Dollars and No Cents $ 1 -9on-on Per Lump Sum P.R 1.2 0 0 ITEM QUANTITY ITEM DESCRIPTION TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE 11. Lump Sum Type III Concrete Repair @ Eight Thousand Seven Hundred Dollars and No Cents $ 8,700-00 Per Lump Sum 12. Lump Sum Type IV Concrete Repair @ Five Thousand Six Hundred Dollars and No Cents $ s_Ann nn Per Lump Sum 13. Lump Sum Protective Coatings @ Twenty -One Thousand Five Hnndrad Dollars and No Cents $ Per Lump Sum 14. Lump Sum Pavement, curb and gutter, sidewalk @ One Thousand Three Hnndrad Dollars and No Cents $ 1.100-00 TOTAL PRICE WRITTEN IN WORDS ONE HUNDRED NINETY -TWO THOUSAND SEVEN HUNDRED Dollars No CONTRACTOR'S LICENSE N0. 370034 DATE 12 -21 -83 and Cents BIDDER'S TELEPHONE NO. 213/765 2280 12721 Saticoy St. North Hollyy�. CA alms Bidder s Address PR 1.3 E INSTRUCTIONS TO BIDDERS • Page 2 The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less 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 correctly multiplied 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 corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the 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. of the California Labor Code for all apprenticeable occupations. 370034 SUPERIOR GUNITE Contr's Lic. No. & Classification Bidder Date AutKgVized Signature /Title • DESIGNATION OF SUBCONTRACTORS 9 Page 3 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 S and G Associates Hawaiian Gardens 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Bidder d2PIAZ'd. 'lice President FOR ORIGINAL SEE CITVLERK'S FILE COPY Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, SUPERIOR GUNITE as bidder, and UNITED PACIFIC INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten percent of the total amount of the bid Dollars ($ 107 ), 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 Little Balb 2209 Tt 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 21st day of December 198a Bid er (Attach acknowledgement of Attorney -in -Fact) ice President S /K. Bourque o ze Ignature /Title My commission expires May 1_7,_1985 UNITED PACIFIC. INSURANCE fhMPANY Surety By S[RohPrt M_ Minot Title Attorney -in -Fact • r 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 before me this 20th day of December , 1983. My commission expires: March 9, 1984 SUPERIOR GUNITE Bidder zz- . Vice President uthorized Signature /Title S /Kay Kaelin Notary Public *OR ORIGINAL SEE CITY CLERK'S F• COPY Page 6 ATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. On file with City Clerk SUPERIOR GUNITE Bidder F r Vice President r Zed- Signature /Title • . Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. Earthquake 1982 Williams & Burrows Const. Co. Long Beach Community Hospital -!.. on Long Beach Community Hospital lQOO 00 731 7260 1982 Timet Corporation large Chip eroded concrete and replace with gunite on ! 1g. approximately 125,000 1982 Restoration of "Ro-P Bowl". City of Pasadena Pennant •1 Co. General Contractor. ... • 150,000.00 94 General Contractor 1978 John Marshall High School-City of Los Angeles-Tudor Saliba(213)362 8391 SUPERIOR GUNITE Bidder mryv Vice President f-Au#Ko—rifid-Signature/Title E NOTICE f Page 8 The following are samples of contract documents which shall be completed and executed by the successful bidder after he receives letter of award from the City of Newport Beach: PAYMENT BOND (pages 9 & 10) FAITHFUL PERFORMANCE BOND (pages 11 & 12) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13, 14, 15) CONTRACT (pages 16 & 17) Since the City of Newport Beach will not permit a substitute format for these contract documents, bidders are advised to review their content with bonding, insuring and legal agents prior to sub- mission of bid. BONDING COMPANIES shall be acceptable as sureties in accordance with the latest revision of Federal Register Circular 570. INSURANCE COMPANIES shall be assigned Policyholders' Rating 8 (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Ration Guide: Property - Casualty. Coverages shall be provided for all TYPES OF INSURANCE checked on the CERTIFICATE OF INSURANCE. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction.(latest edi- tion adopted for use in the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. • Page 9 Bond Number U 49 15 49 PAYMENT BOND Executed in Quadruplicate "?he Premium charged for this Bond is included in that shown KNOW ALL MEN BY THESE PRESENTS, That ai the Performance Bond." WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted January 9, 1984 has awarded to SUPERIOR GUNITE -Cle. hereinafter designated as the "Principal ", a contract for LITTLE BALBOA ISLAND BRIDGE REHABILITATION - CONTRACT NO. 2209 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies or teams used in, upon, for, or about the per- formance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We Superior Gunite. 12306 van Nuys Blvd_. Lakeview Terrare ca as Principal, and United Pacif J Tnsurance Company as Surety, are held firmly bound unto the City of Newport Beach, in the sum of said sum being one -half of the estimated amount payable by the City of Newport Beach under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. This bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon E Payment Bond (Continued) • Page 10 this bond, as required by the Provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 12th day of January Authorized Signature and Title United Pacific Insurance Company (Seal) Name of Surety 443 Shatto Place, Los Approved as too ignature and Titl Aut orized Agent E. S. Albrecht', �,.� Attorney -in -Fact 70 S. Lake 'Aven /Pasadena, CA 91101 dress of Agent City Attorney (213) 796 -3888 Telephone No. of Agent State of California County of Los Angeles On this 12th day of January , in the year 1984 before me a Notary Public personally appeared E. S. Albrecht, Jr. personally known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to this instrument as the Attorney - in -Fact of United Pacific Insurance Company and acknowledge to me that he (she) 5.ubscribed the name of United Pacific Insurance Company _ thereto �,p surety, and his (her) own name as Attorney -in -Fact. e OFFICUL SEAL n MARTHA J. CHASE WARY PUBLIC. CALIFORNIA ' PR=IPAI. OFFICE IN LOS ANGELES COUNTY IIr COlAA11WiB11 FAp. sprit 9, 19x5 No / /1 d County �. • • Page 11 Bond Number U 49 15 49 Premium: $1,446.00 Executed in Quadruplicate FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted January 9. 1984 has awarded to SUPERIOR GUNITE -6-8- hereinafter designated as the "Principal ", a contract for LITTLE BALBOA ISLAND BRIDGE REHABILITATION - CONTRACT NO. 2209 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, superior Gunite, 12306 Van Nuys Blvd Lakeview Terrace, A as Principal, and United Pacific Insurance company as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of ONE HUNDRED NINETY TWO THOUSAND SEVEN HUNDRED-------- - - - - -- Dollars ($ 192,700.00 said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, con- ditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice • . Page 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 12th day of January , 1984 IN Approved as to 1 � I ii - (Seal) pal) _ _ T gna Authorized Signature and Title United Pacific Insurance Company (Seal) Name of Surety 443 Shattc Place, Los Angeles, CA 90020 Address of Surety S. Albrecht, Attorney -in -Fact ( 21.3) 796-3888 Telephone No. of Agent State of California n County of Los Angeles On this 12th day of January in the year 1984 before me a Notary Public personally appeared E. S. Albrecht, Jr. personally known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to this instrument as the Attorney - in -Fact of United Pacific Insurance Company and acknowledge to me that he (she) sul;ecribed the name of United Pacific Insurance Company /-� thereto as suxety, and his (her) own name as Attorney -in -Fact. . OFFICUL SEAL MARTHA J. CHASE >.:; • WARf FCBUC - CAUFOMM LOS ANOELE9 COUMY Notary ■7 twa imin E;V- Aq9 9, 1945 L and for City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED CERTIFICATE OF INSURANCE Page 13 IES AFFORDING COVERAGES Lottery A Employers Insurance of Wausau Company B Letter Central National Insurance Co. Company C Letter uompany D 12306 Van Nuvs Boulevard Letter Lakeview Terrace, California 91342 I1- ettany E Letter This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time, including attached endorsement(s). NOTE: The Comprehensive General Liability fond Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the-Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department. By: , (A) va j %Yi i9 Agency: Corroon & Black Tnsurannp Swru;_ces Authorized Representative 70 S. Lake Avenue Telephone #(213) 796 -3888 Pasadena,CA.91101 Date Issue Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: T,if-i-1P.AA1hna T-,1 Pro i n - Contract No. 2209 ject Title and Con tract 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. *When combined with primary limits, provides total limit of $1,000,000. Combined Single Limit Bodily Injury and /or Property Damage Liability - Automobile and Other Than Automobile. 81 Policy LIMITS OF LIABILITY IN THOUSANDS 000 COMPANY TYPES OF INSURANCE Policy Exp. g. ro ucts/ LETTER COVERAGE REQUIRED No. Date Each Completed Occurrence Operations GENERAL LIABILITY x Comprehensive Form Bodily Injury $ $ x Premises - Operations Property Damage $ $ x Explosion & Collapse Hazard A x Underground Hazard x Products /Completed Operations Bodily Injury Hazard 2024 0' 05340 and Property x Contractual Insurance x Broad Form Property.Damage x Independent Contractors 2 -30 -84 Damage Combined $ 500, $ 500, x Personal Injury Marine Aviation Personal Injury $ 500, AUTOMOTIVE LIABILITY j]x Comprehensive Form Bodily Injury (Each Person $ A Qx Owned Hired 2024 O. 05340 $ Bodily Injury (Each Occurrence Pro ert Dana e EXI Non -owned 2 -30 -84 ry BPropertyJDamaged Combined $ 600, EXCESS LIABILITY B x❑ Umbrella Form r] Other than Umbrella Form NU 18 792 8 -15 -8 Bodily Injury and Property Damage Combined $ $ A WORKERS' COMPENSATION and EMPLOYER'S LIABILITY 2014 OC 05340 12 -30- Statutory $500, ac Accident) NOTE: The Comprehensive General Liability fond Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the-Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department. By: , (A) va j %Yi i9 Agency: Corroon & Black Tnsurannp Swru;_ces Authorized Representative 70 S. Lake Avenue Telephone #(213) 796 -3888 Pasadena,CA.91101 Date Issue Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: T,if-i-1P.AA1hna T-,1 Pro i n - Contract No. 2209 ject Title and Con tract 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. *When combined with primary limits, provides total limit of $1,000,000. Combined Single Limit Bodily Injury and /or Property Damage Liability - Automobile and Other Than Automobile. 81 • • Page 14 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, its officers and employees are additional insureds but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded the additional named insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The limits of liability under this endorsement for the additional insureds named in paragraph 1 of this endorsement shall be the limits indicated below for either Multi- ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability $ each occurrence Property Damage Liability $ each occurrence ( x) Single Limit Bodily Injury Liability $ Fnn,oOO_ CsT, each occurrence and Property Damage Liability Combined The limits of liability as stated in paragraph 3 of this endorsement shall not in- crease the total liability of the Insurance Company for all damages as the result of any one accident or occurrence in excess of the limits of Liability stated in the policy as applicable to Automobile Liability Insurance. 4. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: Little Balboa Island Brid e Rehabilitation - Contract Project Title and Contract No. No. 2209 This endorsement is effective January 12, at 12:01 A.M. and forms a part of Policy No. 2024 07 053.401 1984 Named Insured SUPERIOR GUNITE Endorsement No. Name of Insurance Company Employers Insurance of By f e-1ZL� ausau Authorized Representative . • Page 15 CITY OF NEWPORT BEACH COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Comprehensive General Liability, the City of Newport Beach, its officers and employees are additional in- sureds but only with respect to liability arising out of operations performed by or on behalf the named insured in connection with the contract designated below or acts and omissions of the City of Newport Beach in connection with its general supervision of such operations. The insurance afforded said additional insured shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision con- tained in the written contract, designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU "hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured named in paragraph 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 $ each occurrence Property Damage Liability $ each occurrence (x) Single Limit Bodily Injury Liability $ 500,000. CSL each occurrence and Property Damage Liability Combined The applicable limit of the Insurance Company's liability for the insurance afforded for contractual liability shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insureds. The limits of liability as stated in this endorsement shall not increase the total liability of the Insurance Company for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to Comprehen- sive General Liability Insurance. 6. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department 7. Designated Contract: Little Balboa Island Brid e Rehabilitation - Contract No. Project Title and Contract No. 22 This endorsement is effective 1 -12 -84 at 12:01 A.M. and forms a part of Policy No. 2024 0.5 05 34 01 Named Insured Superior Gunite Endorsement No. Name of Insurance Company Employers Insurance By of Wausau Authorized Representative • • Page 15 a CITY OF NEWPORT BEACH UMBRELLA LIABILITY C1&KRRWKSMX99K=LPUWP2W INSURANCE ENDORSEMENT It is agreed that: Umbrella 1. With respect to such insurance as is afforded by the policy for C- mprehensive- 6enerai Liability, the City of Newport Beach, its officers and employees are additional in- sureds but only with respect to liability arising out of operations performed by or on behalf the named insured in connection with the contract designated below or acts and omissions of the City of Newport Beach in connection with its general supervision of such operations. The insurance afforded said additional insured shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision con- tained in the written contract, designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU "hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured named in paragraph 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 Bodily Injury Liability and Property Damage Liability Combined $ each occurrence each occurrence When combined with primary limits, pro- vides total limit of $1,000,000. Combined $ Single Limit Bodilyeach occurrence Injury and /or Property Damage Liability - Automobile and Other Than Automobile The applicable limit of the Insurance Company's liability for the insurance afforded for contractual liability shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insureds. The limits of liability as stated in this endorsement shall not increase the total liability of the Insurance Company for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to Comprehen- sive General Liability Insurance. 6. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department 7. Designated Contract: Little Balboa Island Brid e Rehabilitation - Contract No. Project Title and Contract No. 2209 This endorsement is effective 1 -12 -84 at 12:01 A.M. and forms a part of Policy No. CNU 189792 Named Insured Superior Gunite Endorsement No. Name of Insurance Company Central National By 6:r 4f_p'�. )11 Insurance Company Authorized Representative Page 16 CONTRACT THIS AGREEMENT, entered into this �Y oft, 19 D T , by and between the CITY OF NEWPORT BEACH, hereinafter "Ci ,' and , hereinafter "Con actor, "is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: LITTLE BALBOA ISLAND BRIDGE REHABI Title of Project ATION 2209 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: LITTLE BALBOA ISLAND BRIDGE REHABILITATION 2209 Title of Project Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of ONE HUNDRED NINETY -TWO THOUSAND SEVEN HUNDRED DOLLARS ($192.700.00 )• 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) n L-j (f) Plans and Special Provisions for (g) This Contract. • Page 17 Contract No. 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. CITY OF NEWPORT BEACH . _. ATTEST: i /_. i APPROVED AS TO FORM: ity Attorney ctor By Its By Its CITY CONTRACTOR a 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR LITTLE BALBOA ISLAND BRIDGE REHABILITATION CONTRACT NO. 2209 PART 1 - GENERAL PROVISIONS Section Page IScope of Work . . . . . . . . . . . . . . . . . . . . . . . . . . SP -1 II Completion, Schedule, and Prosecution of the Work . . . . . . . . SP -2 IIIPayment . . . . . . . . . . . . . . . . . . . . . . . . . . . . . SP -2 IVDefinitions . . . . . . . . . . . . . . . . . . . . . . . . . . . SP-3 V Traffic Control and Access . . . . . . . . . . . . . . . . . . . SP -3 VIPermits and Licenses . . . . . . . . . . . . . . . . . . . . . . SP -3 VII Agency Notifications . . . . . . . . . . . . . . . . . . . . . . SP -4 VIII Channel Closure for Construction . . . . . . . . . . . . . . . . SP -4 IXExisting Utilities . . . . . . . . . . . . . . . . . . . . . . . SP -5 X Project Site Maintenance . . . . . . . . . . . . . . . . . . . . SP -5 XI Surface Water Runoff Controls . . . . . . . . . . . . . . . . . . SP -5 XII Safety . . . . . . . . . . . . . . . . . . . . . . . . . . . . . SP -5 XIII Existing Bridge Drawings . . . . . . . . . . . . . . . . . . . . SP -6 XIVShop Drawings . . . . . . . . . . . . . . . . . . . . . . . . . . SP-6 i 0 6 CITY OF NEiPORT BUCK PUBLIC NORIS DEPARTMENT SPECIAL PROWISIONS ETIB LITTLE BALBOA ISLAND BRIDGE CONTRACT NO. 2209 PART 1 - GENER PRGVISIomg The work to be done under this contract includes removal and disposal of: four complete stair structures including landing slabs, walls, footings, and steel pipe handrails; two concrete drop - inlets including grates and frames; two concrete side -inlet valve boxes including gate valves and covers; two concrete handrails on bridge, down to top of footwalk girders, including two broken lighting posts, fixtures, conduit, fittings, and wiring; certain portions of concrete pavement, curbs, gutters, and sidewalks; concrete topping on bridge walkways down to top of footwalk girders; certain portions of concrete and metal storm drains, lawn sprinkler lines and fittings, electrical conduit and wiring; and four privet trees. The work also includes; all necessary excavation, fill, and backfill; and the construction of: two curb inlet structures and storm drains to existing valve boxes; two side -inlet valve boxes with gate valves, frames, covers and storm drains through existing concrete sheet -pile bulkheads; four ramped concrete walkways including footings, retaining walls, and aluminum handrails; concrete walkway surfaces and traffic rails with aluminum pedestrian rails on existing bridge; concrete pavement, curbs, gutters, and sidewalks; all necessary repairs to existing concrete piles, pile caps, sheet -pile abutments, bridge beams, bridge deck, and retaining walls; reinstallation of two existing concrete lighting standards; and all permanent and /or temporary electrical conduits, junction boxes, sockets, lamps, and wiring necessary to replace portions of high voltage lighting circuits removed for construction, and to provide new bridge lighting as shown on the plans. The work further includes cleaning, sealing, and coating designated concrete surfaces of both existing and new construction. The Contract requires completion of all work in accordance with these Special Provisions, the Plans (Drawing H- 5096 -S), the City's Standard Special Provisions And Standard Drawings, 1982 Edition, and the City's Standard Specifications. The City's Standard Specifications are the Standard Specifications for Public works Construction, 1982 Edition (hereinafter referred to as the Standard Specifications). Copies of the Standard Specifications may be purchased from Building Hews, Inc., 3055 SP -1 INDEX - continued PART 2 - CONSTRUCTION MATERIALS Pace 201 -2 Steel Reinforcement for Concrete . . . . . . . . . . SP -6 201 -4 Concrete Curing Compound . . . . . . . . . . . . . SP -6 201 -5 Cement Mortar . . . . . . . . . . . . . . . . SP-6 201-6 Epoxy Resin . . . . . . . . . . . . . . . . . SP -7 Section 206 - Misoe_llaneous dal Ztems 206 -5 Metal Railings . . . . . . . . . . . . . . . . SP -7 S.+e -ion 207 - Pi na 207 -6 Asbestos Cement Sever and Storm Drain Pipe . . . . . . . SP -8 Section OQ - FlectrieA3 Components 209 -2 Materials . . . . . . . . . . . . . . . . . . SP -8 210 -1 Paint . . . . . . . . . . . . . . . . . . . SP -8 210 -4 Protective Coatings . . . . . . . . . . . . . . SP -9 ii 0 f INDEX - continued PART 3 - CONSTRUCTION METHODS. Pam Section 300 - Eartbvork 300 -1 Clearing and Grubbing . . . . . . . . . . . . . . SP -9 300 -3 Structure Excavation and Backfill . . . . . . . . . . SP -10 Section 101 - Concrete and Masonry Construction 303 -1 Concrete Structures . . . . . . . . . . . . . . SP -10 Section '404 - Metal Fahrinatinn 304 -2 Metal Railings . . . . . . . . . . . . . . . . SP -13 Section 107 - Street Lighting and Traffic Signals 307 -2 Construction General . . . . . . . . . . . . . . SP -13 Section X10 - Painting 310 -5 Painting Various Surfaces . . . . . . . . . . . . SP -14 Section '411 - Special Protective Materials 311 -2 Protective Coatings . . . . . . . . . . . . . . SP -14 iii III r 0 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. COFIPLETION. SCHEDULE, AND PROSECUTION OF THE WORK The Contractor shall complete all work within 75 consecutive calendar days after commencement of work, or by March 30, 1984, whichever occurs first. 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. 1. Hours of construction are limited to the following times: Monday through Friday -- 7:00 a.m. to 6:30 p.m. 2. Sidewalk demolition and reconstruction and certain bridge and approach work may require temporary closure(s) of portions of bridge, 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 20 feet for two-way traffic, except The unit or lump sum prices bid for each item of work shall, unless otherwise stated, include full compensation for all labor, materials, tools, equipment, and incidentals necessary to complete the work, and no additional payment will be made therefor. Compensation for incidental items of work shown on the Plans or described in the Specifications but not separately provided for in the Bid Proposal, shall be included in the price bid for related items of work. The substitution of securities for any payment withheld in accordance with Sections 9 -3.2 of the Standard Specifications is permitted pursuant to Government Code Sections 4590 and 14402.5. SP -2 that, (b) Minimum street width of 12 feet for one -way traffic, controlled by a minimum of two flagmen, between 9 a.m. and 4 p.m. Monday through Friday. (e) Minimum walkway width of 4 feet for two-way pedestrian and bicycle traffic, with ramps provided for changes of elevation, (d) Engineer's approval of vehicular and pedestrian traffic control Drawings per Section V, Traffic Control and Access, herein. The unit or lump sum prices bid for each item of work shall, unless otherwise stated, include full compensation for all labor, materials, tools, equipment, and incidentals necessary to complete the work, and no additional payment will be made therefor. Compensation for incidental items of work shown on the Plans or described in the Specifications but not separately provided for in the Bid Proposal, shall be included in the price bid for related items of work. The substitution of securities for any payment withheld in accordance with Sections 9 -3.2 of the Standard Specifications is permitted pursuant to Government Code Sections 4590 and 14402.5. SP -2 IV L] PART 1 - General Provisions of the STANDARD SPECIFICATIONS 1 -2 Definitions Add the following definition: Consulting Engineer - William M. Simpson, Consulting Structural Engineer 7 -3 Liahiti„tjy 7nnprane-& The word agency in Subsection 7 -3 shall mean "The City of Newport Beach, & the Consulting Engineer." Y; : ' ' I I Y1 t 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), 1982 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; 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 minimum of inconvenience. The Contractor shall posses a valid City of Newport beach business license prior to execution of the contract. The Contractor shall make arrangements for disposal of demolition and removals. The Contractor shall verify all conditions of such disposal and include related costs. SP -3 0 0 VII ArINCY NOTIFICATIONS The Contractor shall notify the following agencies: 1. Bridge Administrator Helen Denny 400 Oceangate, Room 415 Long Beach, Ca. 90802 11th Coast Guard District (213) 590 -2222 Contractor shall notify the Coast Guard office at least two weeks prior to using any floating equipment under the bridge, installing any construction apparatus under the bridge, or obstructing the navigational channel opening in any manner. 2. Harbormaster Lieutenant Harry Gage O.C. Sheriffs Department 1901 Bayside Drive Newport Beach, CA. 92625 (714) 834 -2654 The Contractor shall notify the harbormaster at least two weeks prior to the start of construction. 3. Tony Melum, Tidelands Administrator City of Newport Beach Marine Department 3300 Newport Boulevard Newport Beach, CA. 92663 (714) 640 -2156 The Contractor shall notify Mr. Melum at least two weeks prior to the start of construction. The Contractor may be permitted to close Grand Canal to through boat traffic and to mooring, anchorage, or dockage near the Little Balboa Island bridge where such traffic, mooring, anchorage, or dockage will interfere with the Contractor's operations. Aggregate time of such closure shall be subject to the Coast Guard's approval and conditions. Materials and labor costs for removal, relocation, and restoration of existing harbor improvements, and navigational aids shall be included under Bid Item No. 1 Such restoration shall equal or exceed the condition of existing improvements. SP -4 0 0 Construction of the items in this Contract will cause work to be performed under and very near existing water, sewer, storm drain, gas, electrical, telephone, and television lines. The Contractor shall lower, or move aside, and temporarily support existing utilities and their supports sufficiently to provide bridge repair, protective coatings and painting as specified herein. He shall protect and be responsible for, at his own expense, any damage to existing utilities resulting from construction procedures. The Contractor shall provide project site maintenance in compliance with Part 1, Subsection 7 -8 "Project Site Maintenance" of the Standard Specifications. The Contractor shall furnish and operate a self - loading motor sweeper to keep paved and sidewalk areas clear and clean. Prior to concrete removal and blast cleaning operations, the Contractor shall submit and implement his plan for debris and rebound collection in accordance with the provisions of Section III. All debris, dust and rebound shall be kept out of the bay. 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 siltation control concurrently to the City and to the California Regional Water Quality Control Board, Santa Ana Region (6809 Indiana Avenue, Suite 2000 Riverside, California 92506, telephone (714) 684 - 9330), at least 10 days 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. III $e= 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 performance 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. SP -5 %III %IV • • Existing bridge Plan No. 352 is on file in the Public works offices, 3300 Newport Boulevard, City of Newport Beach, examined by all bidders. Department and may be Shop drawings shall be submitted for fabrication/materials of epoxys, Paints, protective coatings, grouts, electrical components and handrailing concrete in accordance with Section 2 -5.3 of the Standard Specifications. ---*-All Shop Drawings shall be reviewed and stamped 'approved' by the Contractor prior to submittal to the Engineer. PART 2 - G NSTR 1 .TTY MATERIALS All construction materials shall conform to the Standard Specifications except as modified herein: 201 -2 Steel Reinforcement for Concrete 201 -2.2 Reinfor_ iina Steel Delete: First paragraph. Add: First paragraph. Reinforcing steel shall be Grade 60 billet steel conforming to ASTM A-615, except for stirrup repair bars (Type IV Repair) which shall be certified weldable Grade 40 bars. 201 -4 Concrete Curina Comm ,, 'n ndd 201 -4.1 feral Add: Curing compounds shall be either Type 1 (clear) or Type 2 (white) conforming to ASTM C 309. 201 -5 Cement Mortar 201 -5.1 feral Replace second Paragraph with: Cement mortar shall be Class E proportioned by loose volume of 1 part cement to 3 parts sand. SP -6 201 -5.3 end Add to first sentence: .... except that sand shall be screened so that 100 % shall pass the No. 16 sieve. 201 -5.6 Quick Setting Grout Delete: The Third Sentence. Add Third Sentence: Grout shall be non - shrink, non- metallic anchoring cement, equivalent to Super Por -Rok (Registered) manufactured by the Lehn 8 Fink Industrial Products Division of Sterling Drug Inc. or Five Star Grout (Registered) manufactured by U.S. Grout Corporation. 201 -5.6.1 Epoxy Bonding Aaent 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 aplication on flat and sloped surfaces and shall conform with State of California Specifications 8040- 61J -08 Type II. Add: Subsection 201 -6 Epoxy-Resin. Epoxy -resin for injection into concrete cracks shall be a formulation which has been used on similar applications and shall contain no volatile or filler material. The freshly mixed components shall have a low viscosity with a four -to six hour gel time suitable 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, and shall conform to State Specification 8040- 01E -02. 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 70deg. F and 85deg. F. Epoxy shall be mixed and used in accordance with the manufacturer's recommendations. SECTION 206 - MISCELLANEOUS METAL ITEMS 206 -5 Metal Railings 206 -5.1 Metal Hand Railings Materials Delete Second Daraarayh. Change aluminum alloy designation from 6063 -T6 to 6061 -T6 SP -7 0 • 207 -6 Asbestos Cement Sewer and Storm Drain Pine. 207 -6.2 Storm Drain rain Pipe. 207 -6.2.1 Seneral Delete: Second paragraph. Add: Second paragraph: Storm drains shall be twelve inch diameter, Class IV, 3000 D asbestos cement pipe. 209 -2 Delete: All of Subsection 209 -2.1. Add: 209 -2.1 Lighting— Standards. Existing concrete lighting standards indicated on the plans shall be reinstalled on the new concrete traffic rail at the locations shown on the plans. 209 -2.3 Sonduiti Delete: First paragraph. Add: First paragraph; All conduit shall be rigid steel conduit except; feeder conduit embedded in concrete traffic rail shall be polyvinyl chloride. Conduit shall conform to standards specified by Underwriters' Laboratories, Inc., and shall bear the Underwriters' Label on each length. Metal conduit and conduit fittings shall be galvanized by the hot -dip, electrodepositing, or metallizing process in accordance with Subsection 210 -3 of the Standard Specifications. 210 -1 Paint. 210 -1.5 Paint Systema (a) General. Materials are those which have been evaluated for service in a marine environment Products of Engard Coatings Corporation, Huntington Beach, California are listed to establish a standard of quality. SP -8 0 (b) Primer. The prime coat shall be an inorganic zinc -rich primer. (Engard No. 511) (e) Intermediate coat. The intermediate coat shall be a chemical - resistant gray epoxy paint. (Engard No. 460 N.S.) (d) Finish Coat. The finish coat shall be an acrylic - urethane off - white paint. (Engard No. 448) Add: Subsection 210 -4 Protective Coatings. 210 -4.1 Coatings for Connrete Materials are those which have been evaluated for the specific service. Products manufactured by Standard Drywall Products, Norwalk California are listed to establish a standard of quality. One coat of Thoroseal (Registered) and one coat of Thorocoat (Registered) shall be applied to the exposed concrete surfaces which are described in Section 311 of these Special Provisions. PART 3 - CONSTRUCTION METHODS shall conform to the Standard Specifications except as modified herein: 300-1 Clearinst and Grubbinst 00 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. 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, a saw out approximately 3/4 -inch deep shall be made to a true line along the limits of removal on all faces of the element unless specifically indicated otherwise on the Plans. SP -9 0 0 300 -3 Structure Excava 300 -3.1 Senersil Delete: First paragraph. Add: Structure excavation shall consist of removal of all materials necessary for construction of footings for retaining walls, pavements, curbs, and gutters. Excavation and backfill for underground conduit construction shall be in accordance with Section 306. Excavations shall be made to the full depth and width required to accommodate the new construction. In all cases, the excavations 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. 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 conformance with Subsection 7 -8.6. No water shall be drained into the area under construction, slater shall be disposed of in such manner as not to be a menace to the public health. SECTION 202 - CCCRETE 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. Add: Subsection 303-1.1.1 Preparation of Existing Concrete Surfaces. Existing concrete surfaces against which new concrete is to be placed shall be wet sandblasted to remove all loose surface material down to clean sound concrete. Epoxy bonding agent shall be applied to these surfaces prior to placing new concrete. 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. SP -10 Add: Subsection 303 - 1.8.10 All concrete surfaces shall be carefully examined and all rough sections, rook pockets, and defective areas shall be removed and replaced. Areas to be repaired shall be out back from true line a minimum depth of 3/4 inch over the entire area. Feathered edges shall be avoided. All surface laitance of 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 flushed with fresh water and shall be in a damp condition, without free moisture, at the time quick setting grout is placed. Quick setting grout 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. All repairs shall be built up, shaped, and finished in such a manner that the completed surface will conform to the existing finish using approved methods which will not disturb the bond or cause the patch to separate. Except as otherwise specified in this Subsection, surfaces of said repairs shall receive the some kind and amount of curing and finish treatments as required for new concrete construction. Add: Subsection 303 - 1.8.11 Crack Repair with Quick Setting Grout_ (Type TT Concrete Repair), Cracks and joints that are to be repaired with quick setting grout shall be routed approximately one -half inch in width to a depth of one and one -half inches for their full length. Surfaces thus exposed shall be sufficiently sand blasted to remove all loose and broken material. Voids shall be flushed with high - pressure fresh water, filled to the original contours with quick setting grout and finished to match adjacent surfaces. Curing compound shall be applied immediately after finishing operations are completed. Add: Subsection 303 - 1.8.12 Crack Repair by Epoxy Infection Application (Type III Concrete Repair) 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 SP -11 0 0 seal along the crack face. Maximum spacing between ports shall be equal to the thickness of concrete member being repaired. Flush crack with high pressure fresh water. Apply a fast - setting epoxy adhesive through a special gasket into the first entry port until epoxy begins to show at the next adjacent port. Plug the injected port and resume injection at the succeeding 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. Add: Subsection 303 - 1.8.13 Beam Reinforcement and Repair (Tyne IV Concrete Repair) All loose and cracked concrete shall be removed by chipping to sound, hard aggregate firmly embedded in mortar matrix. Remove sound concrete where required to provide the repair configuration shown on the plans for exposure of existing reinforcement. Removal of material shall be done in such a manner as to prevent damage to existing material which is to remain in place. Exposed concrete surfaces shall be wet sand blasted to remove all remaining loose particles of concrete and foreign matter. Exposed reinforcement shall be blast cleaned to remove all loose corrosion. Cleanliness of steel surfaces shall at least conform to paragraph (d), Subsection 310 -2.5 of the Standard Specifications. Repair areas shall be blown clean with compressed air or shall be slushed clean with a stream of freshwater under pressure. Reinforcing bars shall be installed as shown on the plans. All surfaces to be repaired shall be flushed with fresh water and shall be in a damp condition, without free moisture, at the time quick setting grout is placed. Quick setting grout shall be placed and packed in layers having a compacted thickness of approximately 1/2 inch. Surfaces of each layer shall be scratched to insure bonding of each succeeding layer. Repairs shall be built up to completely encase reinforcing bars, shaped, and finished to the configuration shown on the plans using approved methods which will not disturb the bond or cause the repair materials to separate. Finished surfaces shall receive the same kind and amount of curing and finish treatments as required for new concrete construction. SP -12 0 0 303 -1.11 Payment Delete: First Paragraph. Add: Payment for Types I, II, III and IV concrete repairs will be made in conformity with the terms of the contract and will be based on unit prices or lump sums as set forth in the Bid. Such payment shall include full compensation for furnishing all labor, materials, tools and equipment and doing all work required to complete these repairs in conformity with the plans and Specifications. SECTION 104 - METAL FABRICATION AND CONSTRUCTION 304 -2 304 -2.1 304 -2.1.1 Add: Three weeks prior to production finishing of aluminum railings, the Contractor shall submit three samples of each finish consisting of actual production components large enough to be used for process control by visual comparisions of color. One sample shall be designated the lightest acceptable color and one sample shall be designated the darkest acceptable color for final approval of the work. All samples shall become the property of the City of Newport Beach. 304 -2.1.2 Fabrication Delete: Fifth paragraph. Add: Completed aluminum railing units shall be anodized after fabrication in conformance with requirements of the Aluminum Association Standard for Anodized Architectural Aluminum, Class I Duranodic 100 Bardcoat, AA- C22 -A46. Minimum coating weight shall be 80 mg. per square inch measured according to ASTM B 137. Minimum coating thickness shall be 2.0 mils measured according to ASTM B 244. Apparent coating density shall be at least 40 grams per cubic inch. Coating thickness for density calculations shall be determined according to ASTM B 487. 307 -2 Construction Vanaral. Delete: All of Subsection 307 -2.3. SP -13 • • Add: 307 -2.3 Standards. Existing concrete lighting standards, to be reinstalled in the new concrete traffic rail as shown on the plans, shall be carefully removed from existing bridge railings to avoid damage. Octagonal grout collars and setting grout shall be chipped away to the original diameter and extension of the cylindrical base shaft. The 1 1/2" diameter galvanized iron pipe core shall be out to proper length and threaded for installation of a lock nut. Standards shall be set plumb in sockets provided in the new concrete traffic rail and grouted as shown on the plans. 310.5 Painting Various Surfaces. Add: Subsection 310 -5.7. Painting Electrical Condu 310 -5.7.1 Paint Dry film thicknesses shall not be less than; primer 3 mils, intermediate coat 5 mils, and finish coat 2 mils. The dry film thickness of the paint will be measured in place with a calibrated magnetic film thickness gage. Excessively thick coats of paint will not be permitted. The thickness of each coat shall be limited to that which will result in uniform drying throughout the paint film. 310 -5.7.2 Application of Paint All previous paint shall be dry and fully cured and the surface of the coat being covered shall be free from moisture, dust, grease, or any other deleterious material which would prevent adequate bonding of succeeding paint coats. Any defienoies shall be corrected prior to application of succeeding coats. 310 -5.7.3 Payment. Full compensation for preparing surfaces and for painting shall be considered as included in the Bid Item for Protective Coatings and no separate payment will be made. Add Subsection: 311 -2 Protective Coatings. 311 -2.1 General. After all new concrete construction; beam repair work; crack repair work; and weathered damaged, or defective concrete SP -14 0 0 repair work has been completed, protective coatings specified in Subsection 210 -4 of these Special Provisions shall be applied to the following surfaces: Bridge: Underside of deck and walkway slabs. Bottoms and sides of bridge beams and footwalk girders. Bottoms and sides of footwalk bracket beams. Concrete headers between bridge beams. Bottom, ends, and sides of pile caps. Outsides, tops, and insides of concrete traffic rails down to top of walkways. Concrete lighting standards up to metal fixture. Abutments: (29' -9" in each direction along waterway from center line of bridge). Bottom, outside, top, and inside of concrete coping down to top of side walk. Approach walls: (Four) Street sides down to top of curb. Outsides down to top of ramp slab, pavement, or ground line. Tops and ends, including concrete lighting posts up to metal fixture. Ramn walls: (Including valve boxes) All exposed surfaces down to pavement, walk slabs, or ground line. 311 -2.2 Surface Preparation. All exposed surfaces that recieve specified coatings shall be "wet" sandblasted to remove all existing marine growth and surface coatings and provide a sound, clean surface that is suitable for the application 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. SP -15 311 -2.4 First Coat. mixed and applied recommendations. 0 The first coating shall be Thoroseal that is in accordance with the manufacturer's 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 Qs A=. Surfaces not specified to receive coating that are damaged or coated shall be repaired and cleaned by the Contractor and approved by the Engineer. 311 -2.7 Payment.. Payment for Protective Coatings will be made in conformity with the terms of the contract and will based on unit prices or lump sums as set forth in the bid. Such payment shall include full compensation for furnishing all labor, materials, tools and equipment and doing all work required to complete these coatings in conformity with the plans and specifications. SP -16 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LITTLE BALBOA ISLAND BRIDGE REHABILITATION CONTRACT NO. 2209 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P. 0. Box 1768 Newport Beach, California 92663 -3884 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instruction to Bidders, has examined the Plans and Special Provisions, and hereby pro- poses to furnish all materials and do all the work required to complete Contract No. 2209 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: ITEM NO. QUANTITY AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS TOTAL PRICE 1. Lump Sum Mobilization (Move in /move out, channel closure /opening, work platform, permits, licenses, agency notifications, surface runoff water control, project site main- tenance, etc.) @ �.IraJ�k�0U1D Dollars and Cents $ �1 1(00o' Per Lump Sum 2. Lump Sum Traffic control and access; safety 11 @ E(44.(r -(OU e`- -p Dollars and SAX } �u�� 17oL�S Cents $ (000 Per Lump Sum 3. Lump Sum Demolition and removals i @` Cnr— ,Er.6 Dollars and I�lI1Jc Nl.u►-117R$A�LA_,Wij Cents ` p $ Per Lump Sum PR 1.1 ITEM NO. 4. 5 0 7 0 0 10. TY ITEM DESCRIPTION TOTAL Lump Sum Storm 11 drain improvements @ t.1�ti1E V- {Ot?�aLr t��i Dollars and Cents $j000 Per Lump Sum Lump Sum Electrical and lighting modifications @ HQl1544VTW0 Dollars and Pul-� -T:bLl.&" Cents $�cJ��± Per Lump Sum Lump Sum Ramps, including excavation, walls, fill compaction, and walkways @ F'IFY`C- SEfEu.IHOLIlp�D Dollars and rHV -6F- 1 I �U409TciJ�Oc c-41zS Cents $ OOH Per Lump Sum Lump Sum Bridge parapets and walkways @ �I,�i-�7Ut l�(�jLlt7 Dollars and TWIG 1-lA �L�c LL��,S Cents $Z.( too Per Lump Sum Lump Sum Bridge and ramp handrailing @� FJAW--1647 Dollars and va- 41"f- "Ai4 Cents $ jjj00 Per Lump Sum Lump Sum Type II- concrete repair @ t`GJt�ft ��l.lbl2f� Dollars and !i Cents $ ODO Per Lump Sum Lump Sum Type II concrete rep pair{, @ �N� rNAtl Dollars f and V- 10e, t-tU1.ir" -V C�t� Cents $ (q G)C) Per Lump Sum P.R 1.2 9 ITEM NO. QUANTITY AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS TOTAL PRICE 11. Lump Sum Type III Concrete Repair Dollars `�Ea L MU�L�KC�lL�i2'� and Cents $ e10 o er Per Lump Sum 12. Lump Sum Type IV Concrete Repair @ Dollars L 1�I�q�j� +11�f,1�7R7 L�gLI pKh Cents $ Per Lump Sum 13. Lump Sum Protective Coatings 1 @ II,I) �{ �t �G �{�D,�lp Dollars I' �� i'iu�(DK��17b1 Mz—S and Cents $��� Per Lump Sum 14. Lump Sum Pavement, curb and gutter, sidewalk @ OAjg, �aLti�it7�{GZTcE Dollars J- iu�tl��l and Cents I?j00 oc.cn�S $ TOTAL PRICE WRITTEN IN WORDS C�r�IE 4ui.tL7 {-A1i11er-f —Twc Dollars !. V -'SE1S'w Ay"meA— and Cents r $ffizrj. CONTRACTOR'S LICENSE NO.SzW sO eelve 6olvI z- Bid DATE 12-21-603 kv uth4fized Signature/Title BIDDER'S TELEPHONE N021,3 %GSZZBD 1272144 T /COUJ/ /ilpeZ G�l/IVDUDGq Bidder's Address PR 1.3 INSTRUCTIONS TO BIDDERS • Page 2 The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON - COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less 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 correctly multiplied 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 corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the 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. 3 o03 f- S11D�/Dx 6.417 Contr's Lic. No. & Classification Bi r , !Z -Z/ B3 A Date IAutWiztU Signature /Title 0 • Page 3 DESIGNATION OF SUBCONTRACTOR(S) The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer.and as provided by State law. Item of Work /1 Subcontractor Address 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. c1(1r/•�iprL � /N /jr Bidder Y� 4ut4hOri7P;d4Signature/Title • • Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, as bidder, and , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of 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 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 day of , 19 . (Attach acknowledgement of Attorney -in -Fact) Notary Public Commission expires 0 Title Bidder Authorized Signature /Title ON R0 Page 4 —ne fr-im R.uged tar this :; d;X G;at s[, r N the dtloyl flid 604." BIDDER'S BOND BOND NO. U31 19 68 KNOW ALL MEN BY THESE PRESENTS, CA 91605 That we, SUPERIOR GUNITE - 12721 Saticoy St., North Hollywood, 1 as bidder, and UNITED PACIFIC INSURANCE COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT of the total amount of the 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 LITTLE BALBOA ISLAND BRIDGE REHABILITATION 2209 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 21St day of December , 1983, (Attach acknowledgement of Attorney -in -Fact) Notary Public Y Commission expires Title SUPERIOR GUNITE Ei r D Authorized Signature /Title UNITED PACIFIC INSURANCE COMPANY Surety i _<7 �d Robert M. Minot, Attorney -in -Fact T t State_ of California county of Los Angeles On this ���_ day of `_.D_.aemhex.._�_ in the year -- - -- beEore me a Notary Public .yersouall.y aKeared ROBERT - M. MUM _ personally known to me (or Proved to me on the basis.of satisfactory evidence) to be the person whose name_ is subscribed to this instrument as the AtCor:wy- in -Fact of UNITED. and acknowledge-to me that he (she) subscribed the name of _ UNITED PACIF_ IC_ IPISURANCE COMMA_ thereto as surety, and his (hir) own name as Attorney-in-Fact. A� UORi`!IA s \•L -J�� Wn, aw"A '� r<!!c.t F.c.e:�� A Notary Public 1xCi for sai' ,ounty ,.o �,,Y 1 I ; arrmlZO ho r . V, Ma 1 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 before me this ,?oz4� day of 19_?j . My commission expires: SV petL10 n_ GtiN, To- Bidder uthorized Signature /Title otaryL Public ....................... i OFFICIAL SEAL KAY KAELIN NO�ARV PUBLIC CALIFORNIA PRINCIPAL OFFICE IN LOS ANGELES COUN" C My COMMIZIM W. Match 9. 1994 J L .------------------ . ... a 0 STATEMENT OF FINANCIAL RESPONSIBILITY •..• . The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. S�,pc�2`vK �dN /7� V.� Bidder Authori 2 e d7,9i gnature /Title 0 Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. U1,79 GIWaLT �nga^iPl�l t�q.in %D�nl��iLi7 "J( it IMJf A.1, —213 / CON SCHMn, — `C�00Q EALI9A : GL-iacn ak- CONTIA<1Q(L - CO1V74c,T 131361 Mai! Mai! i , 0Tj —213 / CON SCHMn, — `C�00Q EALI9A : GL-iacn ak- CONTIA<1Q(L - CO1V74c,T 131361 Mai! Mai! C (3S5) BY THE CITY COUNCIL CITY OF NEWPORT BEACH JAN 0 91984 TO: CITY COUNCIL APPROVED FROM: Public Works Department January 9, 1984 CITY COUNCLL C- AAGENDA N ITEM N0. 6(,L SUBJECT: LITTLE BALBOA- ISLAND BRIDGE REHABILITATION (C- 2209);. RECOMMENDATION: Award Contract No. 2209 to Superior Gunite Co. for the total price bid of $192,700, and authorize the Mayor and the City Clerk to exe- cute the contract. DISCUSSION: At 11:30 A.M. on December 21, 1983, the City Clerk opened and read the following bids for this project: Bidder Low Superior Gunite Co. 2 Masscon, Inc. 3 J. F..Shea Co., Inc. 4 IANCO 5 Kiewit Pacific Co. Total Price Bid $192,700 $200,611 $213,000 $222,576 $258,521 Superior Gunite Co., the low bidder, has not performed previous general contract work for the City. However, a check with their experience references and the State Contractors' License Board has indicated that (1) Superior Gunite has successfully completed projects of a similar nature for other Southern California agencies, and (2) no actions detrimental to Superior Gunite's contractor's license have been initiated. The total price bid is 3% below the Engineer's estimate of $199,000. Funding for award is proposed from the following accounts: Description Account No. Amount Rehabilitate Little Balboa Island Bridge 02- 4197 -292 $187,500 Sidewalk /Curb Replacement Program 02- 3397 -185 5,200 This project provides for the general rehabilitation of the Little Balboa Island Bridge, plus the construction of pedestrian ramps at each corner of the bridge. 9 January 9, 1984 Subject: Little Balboa Island Bridge Rehabilitation (C -2209) Page 2 The bridge rehabilitation includes (1) removing the existing deter- iorated 44- inch -high concrete railings and reconstructing 27- inch -high concrete railing bases with anodized aluminum pipe handrails; (2) removing the existing deteriorated bridge walkway surface and resurfacing the walkway to a 5 -foot width in lieu of the present 4 feet; (3) epoxy injecting hairline cracks in reinforced concrete bridge members; (4) routing and grouting larger cracks in reinforced concrete bridge members; (5) replacing defective concrete and patch- ing spalls in reinforced concrete bridge members; (6) removing the existing deteriorated stairways at each corner of the bridge and constructing concrete pedestrian ramps with handrailings;. (7) remodeling storm drainage outlets at each corner of the bridge; (8) removing four street lighting standards from the existing bridge railing and reinstalling the two which are salvageable, plus electrical circuit modifications; and finally, (9) installing a protective coating on all bridge, pier, approach railing and pedestrian ramp concrete. (The protective coating is identical to the coating installed on the Balboa Island Bridge rehabilitation project in 1981.) Pedestrian ramps are being built in lieu of stairway rehabilitation to facilitate stroller and wheelchair passage over Grand Canal. Until now, many wheelchair and stroller users have been passing over the canal within the vehicular roadway at considerable risk of personal injury. The ramp design is in accordance with design codes for ramps in buildings, and has the approval of the Board of Directors of the Little Balboa Island Property Owners Association. Plans and specifications for the work outlined above have been com- pleted by William M. Simpson, Consulting Structural Engineer. The contract requires that all work be completed no later than March 30, 1984, two weeks prior to Easter Week. a1'7� d 141�-4 Benjamin B. Nolan Public Works Director LD:jd Authorized to Publish Advertisements of an ,rinds Including public notices by Decree of the Superior Court of Orange County, California, Number A -6214, dated 29 September, 1961, and A- 24831, dated 11 June, 1963. STATE OF CALIFORNIA County of Orange Pubilt Hour. Adrenivng by Ihl• tlld.v. U el in 1 pom w h In PIc. bbl.mn MIdth « 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 below entitled matter. I am a principal clerk of the Orange Coast DAILY PILOT, with which is combined the NEWS - PRESS, a newspaper of general circulation, printed and published in the City of Costa Mesa, County of Orange, State of California, and that a Notice of Notice Inviting Bids rTTY OF NEWPORT BEACH of which copy attached hereto is a true and complete copy, was printed and published in the Costa Mesa, Newport Beach, Huntington Beach, Fountain Valley, Irvine, the South Coast communities and Laguna Beach issues of said newspaper for nrP QAARe[�tt9{ViAF�cE %1X &}f the issue(4of narP_ mhpr 1- , 198 3 , 198— 198 198. 198_ I declare, under penalty of perjury, that the foregoing is true and correct. Executed on ne xzhpr , , 198 3 at Costa Mesa, California. L4!1 gq��IIIIIIIV 11 ks • - PROOF OF PUBLICATION NOTICE INVITING 8108 fled bids may be received at �tfice of the City Clerk. 3300 Mich time aadn bids shall ne open - b and read for LITTLE BALI30A ISLAND BRIDGE REHABILITATION ., 2209.,' $199,000 Apprbved' by the City .: Council this 281h day' ; eLbba. . For further Information, call Uoyd R. Dalton, Project Engineer, at 640 -2281. Published Orange Coast Dally Pilot December 1, 1983. 6292 -83 7 _S/E 0 November 28, 1983 CITY COUNCIL AGENDA ITEM NO. —/ Y TO: CITY COUNCIL FROM: Public Works Department BY THE CITY COUNCIL SUBJECT }LITTLE A 0 '(C- 224!9) a= CITY OF NEWPORT BEACH RECOMMENDATIONS: NOV 2 81983 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened December 21, 1983, at 11:30 A.M. DISCUSSION: At its meeting of November 14, 1983, the Council continued this item for two weeks to permit additional review of the content of this project by residents and members of the Little Balboa Island Property Owners Association. This project provides for the general rehabilitation of the LIttle Balboa Island Bridge, plus the construction of pedestrian ramps at each corner of the bridge. The bridge rehabilitation includes (1) removing the existing deteriorated 44- inch -high concrete railings and reconstructing 27- inch -high concrete railing bases with anodized aluminum pipe handrails; (2) removing the existing deteriorated bridge walkway surface and resurfacing the walkway to a 5 -foot width in lieu of the present 4 feet; (3) epoxy injecting hairline cracks in reinforced concrete bridge members; (4) routing and grouting larger cracks in reinforced concrete bridge mem- bers; (5) replacing defective concrete and patching spalls in reinforced concrete bridge members; (6) removing the existing deteriorated stairways at each corner of the bridge and constructing concrete pedestrian ramps with handrai'lings; (7) re- modeling storm drainage outlets at each corner of the bridge; (8) removing four street lighting standards from the existing bridge railing and reinstalling the two which are salvageable, plus electrical circuit modifications; and finally, (9) in- stalling a protective coating on all bridge, pier, approach railing and pedestrian ramp concrete. (The protective coating is identical to the coating installed on the Balboa Island Bridge rehabilitation project in 1981.) Pedestrian ramps are being built in lieu of stairway rehabilitation to facilitate stroller and wheelchair passage over Grand Canal. Until now, many wheelchair and stroller users have been passing over the canal within the vehicu- lar roadway at considerable risk of personal injury. The ramp design is in accor- dance with design codes for ramps in buildings, and has the approval of the Board of Directors of the Little Balboa Island Property Owners Association. Plans and specifications for the work outlined above have been completed by William M. Simpson, Consulting Structural Engineer,in accordance with his 1981 report on the bridge. His estimate of construction cost is $199,000. Adequate funds are available in the bridge rehabilitation and storm drain replacement ac- counts to award this amount. 0 0 Page 2 Subj: Little Balboa Island Bridge Rehabilitation (C -2209) November 28, 1983 A Negative Declaration of Environmental Impact has been prepared by the Public Works Department and approved by the Environmental Affairs Committee. A Notice of Determination has been filed with the County Clerk and published in local newspapers. The contract requires that all work be completed no later than March 30, 1983, two weeks prior to Easter Week. 6J YV4�- Benjamin B. Nolan Public Works Director LD:do 40ovember 14, 1983 ITY COUNCIL AGENDA 6�) ITEM N0. BY L- CtTY COUNCIL TO: CITY COUNCIL CITY Of NEWPORT BEACH FROM: Public Works Department NOV 24 1983 SUBJECT UTTLE `. §1 ?B6E „RI BILTTATION {G,2269) RECOMMENDATIONS: J Approve the plans and specifications. Authorize the City Clerk to advertise for bids to be opened December 1, 1983, at 11:30 A.M. DISCUSSION: This project provides for the general rehabilitation of the Little Balboa Island Bridge, plus the construction of pedestrian ramps at each corner of the bridge. The bridge rehabilitation includes (1) removing the existing deteriorated 44- inch -high concrete railings and reconstructing 27- inch -high concrete railing bases with anodized aluminum pipe handrails; (2) removing the existing deteriorated bridge walkway surface and resurfacing the walkway to a 5 -foot width in lieu of the present 4 feet; (3) epoxy injecting hairline cracks in reinforced concrete bridge members; (4) routing and grouting larger cracks in reinforced concrete bridge mem- bers; (5) replacing defective concrete and patching spalls in reinforced concrete bridge members; (6) removing the existing deteriorated stairways at each corner of the bridge and constructing concrete pedestrian ramps with handrailings; (7) re- modeling storm drainage outlets at each corner of the bridge; and finally,(8) in- stalling a protective coating on all bridge, pier, approach railing and pedestrian ramp concrete. (The protective coating is identical to the coating installed on the Balboa Island Bridge rehabilitation project in 1981.) Pedestrian ramps are being built in lieu of stairway rehabilitation to facilitate stroller and wheelchair passage over Grand Canal. Until now, many wheelchair and stroller users have been passing over the canal within the vehicu- lar roadway at considerable risk of personal injury. The ramp design is in accor- dance with design codes for ramps in buildings, and has the approval of the Board of Directors of the Little Balboa Island Property Owners Association. The Association has been informed of all design details and of the con- struction period for this project. Per their request, lighting will be reinstalled on the bridge over the canal. Plans and specifications for the work outlined above have been completed by William M. Simpson, Consulting Structural Engineer, in accordance with his 1981 report on the bridge. His estimate of construction cost is $199,000. Adequate funds are available in the bridge rehabilitation and storm drain replacement ac- counts to award this amount. A Negative Declaration of Environmental Impact has been prepared by the Public Works Department and approved by the Environmental Affairs Committee. A Notice of Determination has been filed with the County Clerk and published in local n wspapers. Benjamin B. Nolan Public Works Director LD:jd