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