Loading...
HomeMy WebLinkAboutC-2345 - Lido Island Bridge RehabilitationCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 Mayor Evelyn R. Hart June 26, 1984 Mayor Pro Tern Philip R. Maurer Council Members Bill Agee Masscon, Inc. John C. Cox Jr. 1616 E. Francis, Unit 1 Jackie Heather Ontario, CA 91761 Ruthelyn Plummer Donald A. Strauss Subject: Surety: Ohio Casualty Insurance Bonds No.: 2- 234 -078 Project: Lido Isle Bridge Rehabilitation Contract No.: On May 29, 1984, the City Council accepted the work of the 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 June 4, 1984, Reference No. 84- 229873. Please notify your surety company that the bonds may be released 35 days after this recording date. Sincerely, ee Wanda E. Andersen CITY CLERK WEA:lr cc: Public Works City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 EXWW re 049,SW W ow Please Return To �^^��e'" City Clerk City of Newport Beach r E MPT 3300 Newport Blvd. C14 Newport Beach, CA 92663 -3884 NOTICE OF COMPLETION is PUBLIC WORKS 84- 229873 OF ORANGE COUNTY -2 02 PM JUN 4'84 'I 'o All Laborers and Material Men and to Every Other Person Interested: COUNTY RECORDER YOU WII..L PLEASE TAKE NOTICE that on May 29, 1984 the Public Works project consisting of Lido Isle Bridge Rehabilitation (C- 2345) on which Masscon, Inc., 1616 E. Francis, Unit 1, Ontario, CA 91761 was the contractor, and Ohio Casualty Insurance, P.O. Box 4068, Valley Village was the surety, was completed. Station, No. Hollywood, 91606 CIT OF NEWPORT BEACH r � ublic Works Director VERIFICATION ^ `q 0 I, the undersigned, say: S CITY OF NEWPORT BEACH, 9 CALIF. I am the Public Works Director of the City of Newport Beach jAhe f ggin$84 � 1( Notice of Completion is true of my own knowledge. ZJ ty _; — �+RECHIII� - I declare under penalty of perjury that the foregoing is true a reta May 31 1984 Executed on Y . at Newport Beach, Califon PTiblie 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 May 29, 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 May 31, 1984 at Newport Beach, California.. i L /..� % .�1 9 f 0 Mayor Evelyn R. Hart May 31, 1984 Mayor Pro Tern Philip R. Maurer Council Members Lee A. Branch Bill Agee County Recorder John C. Cox Jr. P.O. Box 238 Jackie Heather Ruthelyn Plummer Santa Ana, CA 92702 Donald A. Strauss Dear Mr. Branch: CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 Attached for recordation are two Notices of Completion of Public Works projects consisting of: 1. Lido Isle Bridge Rehabilitation, Contract No. 2345 on which Masscon, Inc. was the Contractor and The Ohio Casualty Insurance Co. was the Surety. 2. Garage Building -16th Street Utilities Service Yard, Contract No. 2396 on which Coy Atkins Construction was the Contractor and-The Ohio Casualty Insurance Co. was the Surety. Please record and return to us. Sincerely, Wanda E. Andersen CITY CLERK WEA:lr Attach. cc: Public Works City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 BY THE Cm COUNCIL • CITY OF NEWPORT BEACH May 29, 1984 MAY 291984 CITY COUNCIL AGENDA APPROVED ITEM NO. /= — tq TO: CITY COUNCIL FROM: Public Works Department SUBJECT: j A, r€Pl.l?' SIX. 1 " "I�� 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 Lido Isle Bridge has been completed to the satisfaction of the Public Works Department. The bid price was $ 192,504.00 Amount of unit price items constructed $ 215,170.00 Amount of change orders NONE Total contract cost $ 215,170.00 Funds were budgeted in the General Fund, Account No. 02- 4197 -248 During the planned removal of the deteriorated gunite coating, it was found that the area of rusted steel was nearly 2j times greater than had been anticipated. This additional work resulted in the increase in the amount of the unit price items constructed. The design engineering was performed by William M. Simpson, Consulting Structural Engineer of Newport Beach. The contractor is Masscon, Inc. of Ontario, California. The contract date of completion was April 2, 1984. The additional work delayed the completion until April 18, 1984. 4e6j, :. Nolan Public Works Director GPD:do 0 TO: CITY COUNCIL FROM: Public Works Department 0 c -a.34i5 April 9, 1984 CITY COUNCIL AGENDA ITEM NO. h -l'iqi 8A 6 4 r `.(-a(o� SUBJECT: LIDO ISLE BRIDGE REHABILITIATION (C -2345) LITTLE BALBOA ISLAND BRIDGE REHABILITIATION (C -2209) RECOMMENDATIONS: 1. 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 Lido Isle and the Little Balboa Island bridges are currently under construction. During the course of the work, it was ascertained that the need for removal and repair of deteriorated concrete and steel was much more extensive than had originally been anticipated. The additional work had to be performed as the need was discovered, and has now been completed.. 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. pl�z Benjamin B. Nolan Public Works Director CITY OF NEWPORT LEACH P.U. BOX 1768, NEWPORT BEACH, CA 92663 -3884 OFFICE OF THE CITY CLERK (714) 640 -2251 TO: FINANCE DIRECTOR PUBLIC WORKS FROM: CITY CLERK DATE: January 12, 1984 SUBJECT: Contract No. C -2345 Description of Contract Lido Isle Bridge Rehabilitation Effective date of Contract January 12, 1984 Authorized by Minute Action, approved on January 9, 1984 Contract with Masscon, Inc. Address 1616 E. Francis, Unit 1 Ontario, CA 91761 Amount of Contract $192,504,00 /1 F AhAalvt.- Wanda E. Andersen City Clerk [jokyli7 attach. 3300 Newport Boulevard, Newport Beach 0 _.x ^r: ie-�"'. is tg, g... } •:Ai ..' r °yr,^.r -i ::. �aA�C'y=i}y {.�+(�,, -. `�i' ."�r'f. s � '''A%- 'iii., ra.YNaTe+i.� `rt4Y- t :C ylu ^dam.. � Yw sa�Af1}9�-S➢mcl�"�6 1111 �� 6.l_5 - 1 Y '^� ad:. r? _ s f Tor a- , - ..,•: i � I p ,. .,r y�vr -i :d� I ': t" .'t ��{.�� < s ' s ♦ 'a k, '� i� � $ x �. �'! �9y�,' { Y r �� .� v^ 'as. r ., >F. `4 . n�},Y . s ( f -..� c� ..'c aA4 + l :.:i htyG 4WC��• t "il+� � Y rtY :. E`" " 19�,. J �Ir sa t ral T� -" Z'"t e' r . •�� ��' , y �, � a �' . '�� r' a !L �G a 'Sys h 3) t R_ rt ,- x� � ^i°L`Ak• 4 y v � ./�g r . �y Y � ' �� - �i 1a �i-ri e x3` S � NO . :. "� �, 'b'Y 'f'i� h � R .:• � � _ . 2 ryF .t 9F �. f J 5 : } l A C r. Ilk e�ypj�� Pt" 4 C�� a rg #m 0. qy1• 7F '�§gd, 1` � sr ' a ti *a a1 �. S:$- sn{y:,� s: '`'i'„a,�' 4c'.i. :i' + cYw 4or z'.4� t�.W.r�, _ t y .'k�^•L {�y „ .i y W " }t•�th; t �e �` -4-FZfi �d� � ' ��.T'T� n'� � '' t F i t �'�' 1 fi n .aW ,T'> .§} �_.,lo&' i.:r„ J*'.., Cl y �i N d' O i C U O R 3. i O O i C .00., R4 U J C T O) L •r E r U 0 G O R d •r i O C)4- I"+n'y M (n d O O •r v O R U •r O C L) R R U i N'O 7 N i S- y C L 7 •r Ln N 1 •r G 4- ' U CU y a a V i L N d •r O C 3 r- O N t 4� R 4- L O as w � m YS. O� O 3 c R 3 R •r y i C C1 E•r vs R 7 did N 4- i U O `V N cF M N U C O Y R +n R L d i C] d y r O V J -I CITY CLERK s NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 11:00 AM on the 21st day of Dec. , 1983 at which time suck-6ffs- shall be opened and rea or �1 �V 2345 Contract lam. 5201,000 Engineer's Estimate • FO RN/ A Approved by'the City Council this 28th day of Nov , 1983 /__ �� &�A�� 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 Llo d R. Dalton at 640 -2281. Project Engineer 0 t 9 6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LIDO ISLE BRIDGE REHABILITATION CONTRACT NO. 2345 PROPOSAL To the Honorable City Council City of NEwport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, California 92663 -3884 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby pro- poses to furnish all materials and do all the work required to complete Contract No. 2345 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 QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE 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.) Sixty -seven Thousand @.Seven Hundred Dollars and No Cents Per Lump Sum 2. Lump Sum Traffic control and access; safety Five Thousand @ Eight Hundred Seventy -five Dollars and No Cents Pei Lump Sum 3. 420 Sidewalk removal and reconstruction Sq. Ft. @ Three Dollars and Twenty Cents Per Square Foot PR 1.1 67,700.00 $ 5,875.00 3.20 $ 1,344.00 0 0 i , ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 55 Type B curb removal and reconstruc- Lin. Ft. tion @ Thirty -eight Dollars and No Cents $ 38.00 $. 2,090.00 Per Lineal Foot 5. Lump Sum Pull box and bull's eye removal and backfill; cover plate installation; plaque and sign removal and reinstalla- tion 10. Lump Sum Seismic restrainers Nineteen Thousand @ Nine Hundred Fifty Dollars and No Cents $ 19,950.00 Per Lump Sum PR 1.2 @ Five Thousand Dollars and No Cents $ 5,000.00 Per Lump Sum 6. 1,100 Type OA concrete repair Sq. Ft. @ Twenty -two Dollars and No Cents $ 22.00 $ 24,200.00 Per Square Foot 7. Lump Sum Type ® concrete repair Eleven Thousand @ Six Hundred Seventy -five Dollars and No Cents $ 11,675.00 Per Lump Sum $. Lump Sum Type/ concrete repair Thirteen Thousand @ Fight Hundred Fifty Dollars and No Cents $ 13.850.00 Per Lump Sum 9. Lump Sum Type OD concrete repair Nine Thousand @ Two Hundred Twenty -five Dollars and No Cents $ 9,225.00 Per Lump Sum 10. Lump Sum Seismic restrainers Nineteen Thousand @ Nine Hundred Fifty Dollars and No Cents $ 19,950.00 Per Lump Sum PR 1.2 1 i ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 11. Lump Sum Water main Seven Thousand @ Three Hundred Seventy -five Dollars and No Cents Per Lump Sum 12 1,000 Structural steel removal and replace Pounds ment @ Seven Dollars and Seventeen Cents Per pound 13. Lump Sum Protective coatings @ Seventeen Thousand Fifty Dollars and No Cents Per Lump Sum TOTAL PRICE WRITTEN IN WORDS One Hundred Ninety -two Thousand Five Hundred Four Dollars and No Cents CONTRACTOR'S LICENSE N0. 441932 DATE December 21, 1983 MASSCON, INC. Bidder's Name $ 7,27S nn $ 7.17 $ 7,170.00 $ 17.050.00 $ 192,504.00 BIDDER'S TELEPHONE NO. (714) 947 -8561 1616 E. Francis. Unit I. Ontario. CA 91761 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. 441932 A MASSCON, INC. Contr's Lic. No. & Classification Bidder 12/21/83 rS7F ank�ribe, Press ent Date Authorized Signature /Title 0 0 Page 3 DESIGNATION OF SUBCONTRACTOR(S) The undersigned certifies subcontractor(s) in making will be used for the work Engineer and in accordance No change of subcontracto r Engineer and as provided Item of Work that he has used bid(s) of the following listed up his bid,and that the subcontractor(s) listed for which they bid, subject to the approval of the with the applicable provisions of the Specifications. may be made except with the prior approval of the by State law. Subcontractor Address 1. Electrical Steiny & Co. Fullerton, CA 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. MASSCON, INC. Bidder S /Frank Uribe, President Authorized Signature /Title OR ORIGINAL SEE CITY CLERK'S FIWOPY i , BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, MASSCON, INC. Page 4 as bidder, and THE OHIO CASUALTY INSURANCE CO. , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent of Bid Dollars ($ 10% of bid ), 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 Lido Isle Bridge Rehabilitation 2345 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 20th day Of December , 19--o (Attach acknowledgement of Attorney -in -Fact) Carol R. Marsh Notary Public Commission expires Feb. 24, 1984 Y! �1 1 S /Frannkk�Ur b Presi Authorized Signature /Title OHIO CASUALTY INSURANCE COMPANY Surety By S /Bob Cole Title Attorney -in -Fact . i Page 5 NON- COLLUSION AFFIDAVIT 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 , 19 83. My commission expires: R1 @.- MASSCON, INC. Bidder SIFrank-Uribe, res deni Authorized Signature /Title S /Dana L. Oldenkamp Notary Public i *OR ORIGINAL SEE CITY CLERK'S A COPY Page 6 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. On file with City Clerk. MASSCON, INC. Bidder S /Frank Uri be, President Authorized 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 leted For Whom Performed (Detail) Person to Contact 1978 City of Newport Beach, Pat Dunigan 640 -2281 Bulkhead Repair 1979 City of Newport Beach " Richmond Bridge 1981 CalTrans (Corrosion Repairs) Note: Additional upon request MASSCON, INC. Bidder S /Frame, `Pres de t uthorized signature /Title F 0 Page 8 NOTICE The following are samples of contract documents which shall be completed and executed by the successful bidder after he receives a letter of award from the City of Newport Beach: PAYMENT BOND (pages 9 & 10) FAITHFUL PERFORMANCE BOND (pages 11 & 12) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13, 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 B (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Ra in Guide: Property- Casualty. Coverages shall be provided for a -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. 1. .� .� • ti�ond :to. 2 -236 Page 9 'I PAYMENT 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 MASSCON. INC. hereinafter designated as the "Principal ", a contract for. LIDO ISLE BRIDGE REHABILITATION (C -2345) 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 - t&S3CO.4* Luc. as Principal, and Ti'"- 04LQ CASUALTY IddL'WCX CCWPA14Y as Surety, are held firmly bound unto the City of Newport Beach, in the sum of Ono Uundroad 'Uuacy -Two Lho"aud Five :ivadr4d Our a;ui no/1vJ-­Dol ($ 14L,J44.jU , 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 0 ;Payment Bond (Continued) i 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 Surety above named, on the 6th day has been duly executed by the Principal and of January ,119 84 Name of Contractor Principe] Authorized Signature and Title Authorized Signature and Title T" OU10 COUALTY INSUt MLS COAYANY (Seal) Name of Surety P. U. liox 406c1, Valley V111aha Station ho. liollyvood, CA 91606 Addre f Surety o� 3 %, ��Eoiu�ipei�— a on ze gent P. 0. Boa Dud, Ventura, CA 93002 Address of Agent (305) 637 -7744 Telephone No. of Agent 0 ................. 0 0 2 �i A0Q4 Bo. 634 -079 Page 11 Preaiue+ 32.310.00 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 has awarded to Jetvary 9s 19840 1 MCGt, INC.0 hereinafter designated as the "Principal ", a contract for Lido isle Bridge Rehabilitatim (C -2346) 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, M"Scuw, Imo• as Principal, and TU pill0 CASUALTY L'MWNCL CtksP""r as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of On* iluudrad ,aaatj rv* Tuouoand Fiwa duu,iroa 'roar and uo /1:1 1�6, iv4'" — — -- —_- _ - 'dollars ($ 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 0 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 6th day of January , 1984 MSSCOH 1NC. fSeaY)^ Name of Contractor Principal).- n-- - -- - --- �—�SL Authorized Signature and"Title Authorized Signature and Title TuE OHIO CASiiALTY IxSJRANU; CUMPAdY (Seal) Name of Surety P. U. 1;ox 4063, Valley Village Station No. Hollywood, CA 91606 Address of Surety Approved as to form: Tolman s Wlasr q i. U. Box 13ad, Veutura, CA 93OU2 Address of Agent City ttorney (805) 653 -7744 Telephone No. of Agent 9 E • �d A E City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED Masscon, Inc. 1616 E. Francis, Unit I Ontario, CA 91761 . CERTIFICATE OF INSURANCE • Page 13 AFFORDING COVERAGES Company A Fireman's Fund I Pttpr Company B Letter Company C Letter Company D Letter Company E I o + +e,- V 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 and 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. Z Agency: Tolman & Wiker 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: Lido Isle Bridge Rehabilitation, Contract No. 2345 Project Title and Contract Number NOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. 91 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 A GENERAL LIABILITY x Comprehensive Form MXX64 02163 11 -11 -8 Bodily Injury $ $ x Premises - Operations Property Damage $ $ X Explosion & Collapse Hazard x Underground Hazard x Products /Completed Operations Bodily Injury Hazard and Property x Contractual Insurance Damage Combined $500 $500 x Broad Form Property Damage x Independent Contractors x Personal Injury Marine Personal Injury $500 Aviation A AUTOMOTIVE LIABILITY ❑x Comprehensive Form MXX64 02163 1 -11 -84 Bodily Injury (Each Person $ ❑x Owned $ Bodily Injury (Each Occurrence ❑x Hired Pro ert ama e Non -owned Bodily Injury and Property Damage Combined $ 500 EXCESS LIABILITY ❑ Umbrella Form Bodily Injury C] Other than Umbrella Form and Property Damage Combined $ $ WORKERS' COMPENSATION A and WP649 EMPLOYER'S LIABILITY 4838 1 -3 -84 on 100 ac Accident) NOTE: The Comprehensive General Liability and 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. Z Agency: Tolman & Wiker 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: Lido Isle Bridge Rehabilitation, Contract No. 2345 Project Title and Contract Number NOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. 91 . • Page 14 CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 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 Property Damage Liability (x ) Single Limit Bodily Injury Liability and Property Damage Liability Combined $ each occurrence $ each occurrence $ 500,000. each occurrence 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: Lido Isle Bridge Rehabilitation, Contract 112345 Project Title and Contract No.). This endorsement is effective 1 -6 -84 at 12:01 A.M. and forms a part of Policy No. MXX64902163 Named Insured Masscon, Inc. Endorsement No. Name of Insurance Company Fireman's Fund Au,Wbri ze epresentati ve olman & Wiker -Agent 9 • Page 15 CITY OF NEWPORT BEACH COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: 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 Property Damage Liability (X) Single Limit Bodily Injury Liability and Property Damage Liability Combined $ each occurrence $ each occurrence 500,000. $ each occurrence 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: Lido Isle Bridge Rehabilitation, Contract 112345 Project Title and Contract No. This endorsement is effective 1 -6 -84 at 12:01 A.M. and forms a part of Policy No. MXX64902163 Named Insured Masscon, Inc. Endorsement No. Name of Insurance Company Fireman's Fund By µ� Au rued epresentative Tolman & Wiker -Agent MCU U Die bidd Y uITY to De tne lowest responsi,- er on said public � Contractor's bid, and the s com Msat forth in this contractj.i based upon a careful. examination�dfmg specifications by Contractor, -7 NOW, THEREFORE, the parties hereto agree as follows.. I. Contractor shall furnish all materials ,and :ptrf of the WOR for the construction of the following described LIDO ISLE BRIDGE REHABILITATION which project is More fully described in the contract documents. contr .actor. shall perform and complete this work in a good and workmanlike I — q4nner. j accordance with all of the contract documents. 2. As full compensation for the performance and :completion work as prescribed above, City shall Pay to Contractor the s 11 um of Afiwdrid Tlinet -two Thousand Five Hundred Four and no /100-- - - - - -- h Thousand s � c Mycribiltion includes (1) any loss or damage arising from ttF# jjtWre- work; (2) any, loss or damage arising from any unforese& diffi-cul _� WW-10*4, �J. tions in the Performance of the work; (3) any ex , 32SUC expense suspension or discontinuance of the work; but incurred tri of any earthquakes of a magnitude in excess of 3.5 excludes any loss rettlItUg from and which loss or expense occurs prior to acceptance waves, 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 f6 Mow herein by reference as though set out in full and include the (a) Notice Inviting Bids b) Instruction to Bidders and documents refererte Payment Bond n, d) Faithful Performance Bond Certificate of Insurance and endorsementfs). 17 A i • Page 17 (f) Plans and Special Provisions for Lido Isle Bridge Rehabilitation 2345 Title of Project Contract No. (g) This Contract. 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximiately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. ATTEST: APPROVED AS TO FORM: CITY OF NEWPORT BEACH By May CITY �4SSCON, INC. By Its CONTRACTOR a i 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR LIDO ISLAND BRIDGE REHABILITATION CONTRACT NO. 2345 PART t - GENERAL PROVISIONS Section Page IScope of Work . . . . . . . . . . . . . . . . . . . . . . . . . . SP -1 II Completion, Schedule, and Prosecution of the Work . . . . . . . . SP -1 III Payment . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 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 and Soils Report . . . . . . . . . . . . SP -6 XIV Shop Drawings . . . . . . . . . . . . . . . . . . . . . . . . . . SP -6 XVCollateral Work . . . . . . . . . . . . . . . . . . . . . . . . . SP -6 i INDEX - continued PART 2 - CONSTRUCTION MATERIALS Pane Section 201 - Concrete Mortar a_nd Related Mat rials 201 -4 Concrete Curing Compound . . . . . . . . . . . . . SP -6 201 -5 Cement Mortar . . . . . . . . . . . . . . . . SP -6 201 -6 Epoxy Resin . . . . . . . . . . . . . . . . . SP -7 Section 206 - Miscellaneous Metal Items 206 -7 Seismic Restrainers . . . . . . . . . . . . . . SP -7 206 -8 Pipe Supports & Anchors . . . . . . . . . . . . . SP -8 206 -9 Replacement and Reinforcement for Defective Structural Steel Members . . . . . . . . . . . . . . . . SP -8 206 -10 Steel Studs for Attachment of Welded Wire Fabric . . . . . SP -8 Section 207 - Pine 207 -10 Steel Pipe . . . . . . . . . . . . . . . . . SP -9 Seotion 210 - Paint and Protective Coatings 210 -1 Paint . . . . . . . . . . . . . . . . . . . SP -10 210 -4 Protective Coatings . . . . . . . . . . . . . . SP -10 ii • INDEX - continued PART 3 - CONSTRUCTION METHODS C� Page Section 300 - Earthwork 300 -1 Clearing and Grubbing . . . . . . . . . . . . . . SP -10 300 -3 Structure Excavation and Backfill . . . . . . . . . . SP -11 Section 301 - Concrete and Masonry Construction 303 -1 Concrete Structures . . . . . . . . . . . . . . SP -11 303-2 Air - Placed Concrete . . . . . . . . . . . . . . SP -13 section 104 - Metal Fabrication and Construction 304 -1 Structural Steel . . . . . . . . . . . . . . . SP -15 Section 106 - UnderarqundConduit Construction 306 -1 Open Trench Operations . . . . . . . . . . . . . SP -16 Section 310 - Painting 310 -5 Painting Various Surfaces . . . . . . . . . . . . SP -16 Section 311 - Special Protective Materials 311 -2 Protective Coatings . . . . . . . . . . . . . . SP -17 iii w w CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTNBNT SPECIAL PROVISIONS FOR LIDO ISLAND BRIDGE REHABILITATION CONTRACT NO. 2345 •;, The work to be done under this Contract includes removal and disposal of certain portions of existing gunite concrete covering structural steel framing members; installation of a new section of water main; construction of seismic restrainers; and repairs to existing bridge, abutments, and wingwalls; removal of and backfill for certain bridge accessories; and application of paint and protective coatings. The Contract requires completion of all work in accordance with these Special Provisions, the Plans (Drawing H- 5095 -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 ConstruetigA, 1982 Edition (hereinafter referred to as the Standard Specifications). Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 870 -9871. Copies of the City's Standard Special Provisions and Standard Drawings may be purchased from the Public Works Department at a cost of $5. The City's Standard Specifications, Standard Special Provisions, and Standard Drawings are included in the contract documents for said project by this reference. The Contractor shall complete all work within 75 consecutive calendar days after commencement of work, or by May 25, 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. SP -1 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 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, (c) Bridge roadbed lighting and channel navigational lighting provided during nighttime hours throughout the duration of the contract, (d) Double yellow centerline pavement striping (paint, polymer tape, etc.) provided whenever two-way traffic street width is less than 22 feet, (e) Removal of conflicting pavement striping, (f) Additional flagmen provided as necessary to maintain clear intersections on Via Lido at Lafayette Avenue, Via Malaga and Via Lido Soud. (g) Minimum walkway width of 4 feet for two-way pedestrian and bicycle traffic, with ramps provided for changes of elevation, (h) Engineers approval of vehicular and pedestrian traffic control Drawings per Section V, Traffic Control and Access, herein. M{NINJ:►i211 YN 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 u VI 0 is PART 1 - General Provisions of the STANDARD SPECIFICATIONS A. SECTION 1 - TERMS, UFINITTONS, ABBREVIATIONS, AND SYMBOLS 1 -2 Definitions Add the following definition: Consulting Engineer - William M. Simpson, Consulting Structural Engineer r#7' ; I � # y. I well) 7 -3 Liability Insurance The word agency in Subsection 7 -3 shall mean "the City of Newport Beach, & the Consulting Engineer." TRAFFIC CONTROL AND ACCESS The Contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard Specifications and Work Area Traffic Control Handbook (WATCH), 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 posess 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 Orange County EMA (Mike Miller, 834 -3505) has indicated that, for a limited time certain materials may be disposed free of charge at Coyote Canyon Landfill. The Contractor shall verify all conditions of such disposal and include related costs. SP -3 Iv u VI 0 is PART 1 - General Provisions of the STANDARD SPECIFICATIONS A. SECTION 1 - TERMS, UFINITTONS, ABBREVIATIONS, AND SYMBOLS 1 -2 Definitions Add the following definition: Consulting Engineer - William M. Simpson, Consulting Structural Engineer r#7' ; I � # y. I well) 7 -3 Liability Insurance The word agency in Subsection 7 -3 shall mean "the City of Newport Beach, & the Consulting Engineer." TRAFFIC CONTROL AND ACCESS The Contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard Specifications and Work Area Traffic Control Handbook (WATCH), 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 posess 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 Orange County EMA (Mike Miller, 834 -3505) has indicated that, for a limited time certain materials may be disposed free of charge at Coyote Canyon Landfill. The Contractor shall verify all conditions of such disposal and include related costs. SP -3 0 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. Sheriff's 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. 01floffolt m" The Contractor may be permitted to close West Lido Channel to through boat traffic and to mooring, anchorage, or dockage near the Via Lido bridge Where such traffic, mooring, anchorage, or dockage will interfere with the Contractors 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 borne entirely by the Contractor and 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 gunite removal and shoterete operations, the Contractor shall submit and implement his plan for debris and rebound collection in accordance with the provisions of Section XII. 211 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 200, 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. XII ,SAFRTX 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 XIII XIV XV • • Existing bridge Plan No. 356 and pedestrian bridge Drawing No. R- 5294 -S are on file in the Public Works Department offices, 3300 Newport Boulevard, City of Newport Beach, and may be examined by all bidders. Shop drawings shall be submitted for fabrication /materials of seismic restrainers, pipe supports, anchors, epoxys, paints, protective coatings, grouts, shotcrete, and water main 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. -* -- The Contractor may be required to perform collateral work with another City Contractor. The resurfacing of Via Lido over Lido Isle Bridge is anticipated during the construction period for this contract. The Contractor shall therefore coordinate his work and cooperate with the resurfacing contractor in accordance with Section 7 -7 of the Standard Specifications. PART 2 - CONSTRUCTION MATERIALS All construction materials shall conform to the Standard Specifications except as modified herein: 201 -4 Concrete Curing Compound 201 -4.1 General Add: Curing compounds shall be either Type 1 (clear) or Type 2 (white) conforming to ASTM C 309. 201 -5 Cement Mortar 201 -5.1 General Replace second Paragraph with: Cement mortar shall be Class E proportioned by loose volume of 1 part cement to 3 parts sand. SP -6 • i 201 -5.3 S= 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 & 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 Agent Epoxy bonding agent shall be a two-component high - strength epoxy adhesive for bonding new concrete to old concrete in dry or moist condition. The bonding agent shall be suitable for aplication on flat and sloped surfaces and shall conform with State of California Specifications 8040- 61J -08 Type II. Add; Subsection 201 -6 Enoxv- 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 Add: Subsection 206 -7 Seismic Restrainers. 206 -7.1 General: All materials, fittings, and attachments shall be new, and all ferrous materials except stainless steel anchors shall be galvanized after fabrication in accordance with Subsection 210 -3. 206 -7.2 Cable Restrainers: Restrainers consisting of galvanized wire rope, zinc - poured sockets, pins and cotter pins shall conform to SP -7 the details shown on the Plans and the requirements of these Special Provisions. The Contractor shall be responsible for determining the length required for each cable assembly. Wire rope shall be galvanized, 3/4 -inch diameter, 6 X 19 classification, extra improved plow steel with an independent wire rope core, and have a minimum breaking strength of 26 tons. Socket attachments shall be capable of developing this specified breaking strength. Two certified copies of mill test reports of each manufactured length of wire rope used in these assemblies shall accompany shop drawing submittals to the Engineer. 206 -7.3 Structural Steel Restrainers. Restrainers consisting of structural steel anchorage frames, structural tubing struts, plate links, pins, and cotter pins shall conform to details shown on the Plans and the requirements of these Special Provisions. The Contractor shall be responsible for verification of dimensions related to the existing structure before structural steel units are fabricated. The Fabricator shall provide all galvanized steel shims required for proper positioning of restrainer frames on concrete piers prior to installation of drypaek or quick -set grout. Add: Subsection 206 -8 Pipe Supports 6 Anchors. 206 -8.1 General. All materials, fittings, and attachments shall be new, and all ferrous materials except stainless steel anchors shall be galvanized after fabrication in accordance with Subsection 210 -3. 206 -8.2 General. Structural Steel Units. Support units consisting of structural steel frames and "U" bolts shall comform to the details shown on the Plans and the requirements of these Special Provisions. The Contractor shall be responsible for verification of the dimensions related to the existing structure before structural steel units are fabricated. Add: Subsection 206 -9 Reinforcements and Replacements for Defective Structural Steel Members. 206 -9.1 General. Bars, plates, and rolled shapes used for reinforcement or replacement of defective structural steel members shall conform to ASTM -A36. High strength bolts shall conform to ASTM -A325. Add: Subsection 206 -10 ,Steel Studs for Attachment of Welded Wire Fabric. 206 -10.1 General. Studs to be welded to existing plate girder flanges for attachment of welded wire fabric shall be mild steel. Products manufactured by the Nelson Division of TRW Inc., Lorain, Ohio are shown on the plans to establish a standard of quantity. SP -8 0 207 -10 Steel Pipe 207- 10.2.2 Design Criteria Delete: The second paragraph. r Add: Except for schedule 40 connecting pieces, Steel cylinders shall have a wall thickness not less than 10 gage and have schedule 40 nipples welded to each end as shown on the plans. 207- 10.2.3 Diameter Add: Fabricated steel pipe shall have an outside diameter within the tolerance range permitted by the mechanical coupling system used in this work. 207 - 10.2.4 Length Delete: First paragraph. Add: First Paragraph: Steel pipe shall be manufactured in lengths to fit the joint spacing and alignment shown on the plans. Add: Subsection 207- 10.2.9 Mechanical Couoli=. (a) General. Mechanical couplings for field joints in steel pipe shall be the following types as shown on the plans. Coupling assemblies shall be galvanized. Gasket seals shall be suitable for cold water service. (b) Grooved -Pipe Type. Two-piece malleable or ductible iron housings shall engage the full circumference of grooves in adjacent pipe ends. Such housings shall enclose and partially compress gasket seals. (a) Sleeve Type. Steel middle rings with flared or beveled ends, bolted between malleable or ductile iron flanges, shall engage and compress gasket seals on each of adjacent pipe ends. 207 -10.4 Protective Lining and Coating for Steel Pipe Add: Subsection 207 - 10.4.7. Cement- Mortar lining and Painting. Cement- Mortar Lining shall comply with Subsection 207 - 10.4.2. Exterior surfaces and exposed ends of pipes and fittings shall be thoroughly cleaned in accordance with paragraph (c), Subsection 310- 2.5 of the Specifications, and coated with the Paint System described for this work in Subsection 210 -1.5.1 of these Special Provisions. The primer coat shall be applied immediately after cleaning. SP -9 210 -1 Paint 210 -1.5 Paint Systems 0 Add: Subsection 210 -1.5.1 Paint system for Steel Water Main Piping. Fittings, Bridge Electrical Conduit & Cover Plates. (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. (b) Primer. The prime coat shall be an inorganic zinc -rich primer. ( Engard No. 511) (c) Intermediate coat. The intermediate coat shall be a chemical - resistant gray epoxy paint. ( Engard No. 460 H.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 Concrete 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. An alternative coating for shotcrete (gunite) surfaces only may be Ashford Formula, distributed by Martech Associates, telephone (213) 993 -1163. Application rate shall be two coats at 200 square feet per gallon maximum upon surfaces prepared in accordance with Section 311. PART 3 - CONSTRUCTION METHODS shall conform to the Standard Specifications except as modified herein: 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. SP -10 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 cut 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. � � � 3siT�:i'.=�5'F]3 • : •.ff -T•f �ill>Ml 300 -3.1 General Add: Structure excavation shall include the removal of all materials of whatever nature necessary for construction of water main, pavements, curbs and gutters, and seismic cable anchors at abutment. 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. 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 placed shall be blast cleaned to remove all loose surface material down to, clean sound concrete. SP -11 • • Add: Subsection 303 - 1.8.10 Repair of Weathered. Damaged, or Defective Con r te. (1 0: Repair) All concrete surfaces shall be carefully examined and all rough sections, rock pockets, and defective areas shall be removed and replaced. Areas to be repaired shall be cut 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 coated with epoxy bonding compound. 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 same 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 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 sitting 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 (Tvpe(�)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 seal along the crack face. Maximum spacing between ports shall be equal to the thickness of concrete member being repaired. SP -12 Flush,&Iack with high pressure fresh w r. Apply a fast - setting epoxy esive through a special gaskeWnto 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. 303 -1.11 Payment Delete: First Paragraph. Add: The quantities of Type( © and QD concrete repair shown on the Plans have been tabulated from thorough field measurement and from computations off of the original bridge plans. The Contractor shall verify the accuracy of these quantities prior to bidding. —i► Lump sum bid payment for Type/Z\ B © and DO concrete repair shall provide for the repair of all observable defects upon the bridge, as determined by the Engineer, whether or not shown on the Plans. Such payment shall include full compensation for furnishing all labor, materials, tools and equipment and doing all work required to complete these repairs. The intent of this specification is to eliminate detailed accounting for and measurement of these 3 bid items if the repairs were bid as unit price payment items.- - 303-2 Air - Placed Concrete (Type n Concrete Repair) 303-2.1 Requirements Add: Add: All air - placed concrete for repairs to existing structural steel protection shall be applied by either Method A or Method B. 303 -2.5 Preparation of Surfaces Add: All surfaces for repair of existing "gunite" concrete shall be prepared in accordance with the Plans. All loose and cracked concrete shall be removed as shown on the plans by chipping to sound hard concrete firmly embedded in mortar matrix. Remove sound concrete where required to provide repair configuration shown on the plans for application of shotcrete or exposure of reinforcement for lapped splices or welding. Removal of material shall be done in such a manner to prevent damage to existing material which is to remain in place. All cutting, chipping, and removal of existing concrete shall be performed in a sequence that will not reduce the structural integrity of the member. Add: Subsection 303 -2.5.1 Abrasive Blast Cleaning (Wet Sandblasting). Concrete & steel surfaces exposed by removal of existing gunite concrete shall be wet sandblasted to remove all remaining loose particles of concrete and foreign matter. Exposed reinforcement shall be blast cleaned to remove all loose corrosion. Products of corrosion SP -13 0 0 not removed by blast cleaning shall be removed by wire brushing or chipping as necessary. Cleanliness of steel surfaces shall at least conform to paragraph (d), Subsection 310 -2.5 of the Standard Specifications. Abrasive used in blast cleaning shall be washed sand. Protection of adjacent areas shall be provided by the Contractor to prevent damage by the wet sandblasting operation. All loose and foreign materials shall be removed from the areas to be repaired. Repair areas shall be blown clean with compressed air or shall be slushed clean with a stream of freshwater under pressure. Add: 303 -2.6 Placement Welded wire mesh shall be installed as shown on the plans must be rigidly fastened in place prior to application of shotcrete. All surfaces receiving shotcrete shall be flushed with freshwater and shall be in a damp condition, without free moisture, at the time of application of the concrete,. Gaging wires or side forms shall be used where necessary to establish thickness and finish lines. The cement and aggregate shall be thoroughly mixed in a dry state prior to the addition of water using not less than one part cement to four parts aggregate by volume. Before placing the mixture in the hopper, all material and lumps over 3/8 inch in size shall be removed by screening. at the time of mixing, the fine aggregate shall contain not less than 4% nor more than 6% moisture. The mixture shall be placed under pneumatic pressure with a machine designed for the application of shotcrete and adequate to maintain a 100 -psi air pressure during shotcrete application. Placement shall be in not less than two courses to avoid sloughing of excessive thickness. The first course shall be applied to cover the reinforcement and in such a manner that voids will not occur behind the reinforcing steel. As soon thereafter as practicable, the second courses shall be applied to produce a surface conforming to the required finish lines. A constant pressure of not less than 45 psi shall be maintained in the placing machine. The water content at the time of discharge, including any moisture in the fine aggregate, shall not exceed 3 -1/2 gallons per sack of cement. The nozzle shall be held in such a position that the stream of flowing materials will impinge, as nearly as possible, at a right angle to the surface being covered. Reinforcing shall be shot from at least two directions to ensure complete embedment. Materials that have been mixed for more than 45 minutes and have not been incorporated in the work shall not be used but shall be removed prior to placement of succeeding courses of concrete and disposed of. Unfinished work shall not be allowed to stand for more than 30 minutes unless all abrupt edges are sloped to a thin edge. Before resuming SP -14 • 0 work, this sloped portion shall be cleaned and wetted. Any shoterete that is loose or subsides after placement shall be brought up to a proper thickness by placing additional concrete in such a manner that the surface will be smooth and uniform. ,SECTION 304 - METAL FABRICATION AND CONSTRUCTION 304 -1 Structural Steel. 304 -1.4 , Stgel Structures. Add: Subsection 304 -1.4.1 Reinforcements and Replacements for Defective Structural Steel Members. The Contractor shall carefully examine existing steel structural members, exposed by removal of "gunite" concrete, for defects caused by cracking, corrosion, or other damage. Such defects shall be brought to the attention of the Engineer immediately. The Engineer may then direct the Contractor to reinforce or replace such defective steel structural members before proceeding with Type A Concrete Repair. Installation of some Reinforcements consisting of steel bar -stock field - welded to defective steel structural members and some replacements for defective rivets, gusset plates, and bracing angles may be required. Defective rivets shall be replaced with high strength bolts. The Contract unit price to be included in the bid for this portion of the work shall be based on an estimated total steel quantity of 1000 pounds. Payment will be made in accordance with Subsection 304- 1.12.4 of the Standard Specifications. Add: Subsection 304 -1.4.2 Cable Restrainers. Location of bracket plates and lengths of cable assemblies shall be such as to induce sufficient tension in each cable at time of installation to prevent cable from sagging between points of attachment. 304 -1.6.7 Pinned and Bolted Connections. Delete: The third sentence. Add: In field assembling, the cotter pins used to retain steel pins shall be opened symmetrically and bent to the circumference of the pins. High strength bolts shall be installed in accordance with paragraph 5d "Tightening by Use of a Direct Tension Indicator" of "Specification for Structural Joints Using ASTM A325 or A490 Bolts" approved by the Research Council on Riveted and Bolted Structural Joints. Coronet (Registered) Load Indicator Washers, Manufactured by SP -15 r , 0 Cooper - Turner Inc., or equivalent shall be used. 304 -1.6.8 Pins and Rollers. Delete: The last paragraph. Add: Diameter of pin holes shall not exceed pin diameters by more than 1/32 -inch. 304 -1.9 Ting Add: Electrodes and procedural techniques for making field welds on galvanized members shall be suitable for use with zinc - coated steel. 304 -1.12 Measurement for Payment. 304 - 1.12.1 General. Delete all reference to (kg). 304 - 1.12.4 Payment. Delete all reference to (kg). 306 -1 Open Trench Operations. 306 -1.4 Testing Pipelines. Delete: Subparagraph 6). Add: Subparagraph 6). New Water Main - Water Pressure Test. Minimum test pressure shall be 225 psi and minimum hydrostatic proofpressure shall be 300 psi. 310.5 Painting Various Surfaces, Add: Subsection 310 -5.7. Painting Water Main Pipe, Fittings. Bridge Eestrical Cogdu t 6 Cover Plates, 310 -5.7.1 Paiint. 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. SP -16 310 -5.7.2 Application of Paint Painting of finish coats may be done after erection, except that sections which would be inaccessible for painting after erection shall be painted the full number of coats prior to erection. 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 defiencies shall be corrected prior to application of succeeding coats. 310 -5.7.3 pgvment. Full compensation for preparing surfaces and for painting shall be considered as included in the prices for various items of this work and no separate payment will be made. Add Subsection: 311 -2 Protective Coatings. 311 -2.1 General. After air - placed concrete work, crack repair work, and repair of weathered, damaged, or defective concrete surfaces has been completed, protective coatings specified in Subsection 210 -4 of these Special Provisions shall be applied to the following surfaces: Bridize : Deck slab soffit. Shotcrete covering on girders, beams, joists, header channels, lateral bracing angles, and bearing devices. Precast ornaments. Parapets - inside, outside and top. Piers: All surfaces down to elevation -2.00' East Abutment and Winawalls: All waterside surfaces - down to groundline, down to elevation -1.50 feet on Northeast Wingwall. Top of Walls. SP -17 h Rank Approach: Parapets - inside, outside, top, and ends. Cheek Walls - exposed surfaces to ground line. Buttresses - top and sides to ground line. Sidewalk piers - exposed surfaces. West Abutment and Wingwalls: All waterside surfaces - down to ground line. Top of Walls. West Approach: Parapets - inside, outside, top and ends. Cheek walls - exposed surfaces to groundline. Buttresses - top, and sides to ground line Sidewalk piers - exposed surfaces. 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. 311 -2.4 First Coat. The first coating shall be Thoroseal that is mixed and applied in accordance with the manufacturer's recommendations. 311 -2.5 Final Coat The final coat shall be Thorocoat that is mixed and applied in accordance with the manufacturer's recommendations. The final coat shall be smooth texture, applied at the maximum rate of 100 square feet per gallon, and the color shall be "off- white." 311 -2.6 Cleanup. Surfaces not specified to receive coating that are damaged or coated shall be repaired and cleaned by the Contractor and approved by the Engineer. 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 SP -18 • i 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 -19 • • TO: CITY COUNCIL FROM: Public Works Department SUBJECT: LIDO ISLE BRIDGE REHABILITATION (C -2345) RECOMMENDATION: January 9, 1984 CITY COUNC L AGENDA ITEM NO. BY THE CITY COUNCIL CITY OF NEWPORT BEACH JAN 0 91984 Award Contract No. 2345 to Masscon, Inc. for the total price bid of $192,504, and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 A.M. on December 21, 1983, the City Clerk opened and read the following bids for this project: Bidder Low Masscon, Inc. 2 Superior Gunite Co. 3 J. F. Shea Co., Inc. 4 Kiewit Pacific Co. Total Price Bid $192,540* $202,600 $210,150 $231,360 * Corrected total price bid is $192,504 Masscon, Inc., the low bidder, has not performed previous contract work for the City. However, a check with their experience references and the State Contractors' License Board has indicated that (1) Masscon has success- fully completed projects of a similar nature for the State of California, and (2) no actions detrimental to Masscon's contractor's license have been initiated. The corrected total price bid is 4% below the Engineer's estimate of $201,000. Funding for award is proposed from the following accounts: Description Rehabilitate Lido Isle Bridge Main Replacement Program Account No. Amount 02- 4197 -248 $176,500 02- 9283 -001 $ 16,004 This project provides for the general rehabilitation of the Lido Isle bridge, plus the installation of an 8" diameter water main across the bridge. The bridge rehabilitation includes (1) removing deteriorated gunite coating which is intended to protect structural steel bridge members, • • January 9, 1984 Subject: Lido Isle Bridge Rehabilitation (C -2345) Page 2 replacing those steel members which have been damaged or corroded, and re- placing the gunite protective coating as needed; (2) epoxy injecting hairline cracks in reinforced concrete members; (3) routing and grouting larger cracks in reinforced concrete members; (4) replacing defective concrete and patching spalls in reinforced concrete members; (5) installing seismic restrainers so that bridge members may be held intact during a seismic event and to comply with current CalTrans recommendations; and finally, (6) installing a protective coating on all bridge, pier wingwall, abutment and railing concrete or gunite. (The protective coating is identical to the coating installed on the Balboa Island bridge rehabilitation project in 1981.) The water main installation across the bridge will connect between mains placed on Lido Isle and the mainland earlier this year. Completion of this 8" diameter service to Lido Isle will assure adequate fire and domestic water service during periods when one of the existing mains onto Lido Isle must be shut down. Plans and specifications for the work outlined above have been completed by William M. Simpson, Consulting Structural Engineer. The contract provides for all work to be completed within 75 consecutive calendar days after commencement of construction, but no later than May 25, 1984, the Friday preceding Memorial Day. Benjamin B. Nolan Public Works Director LD:do 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LIDO ISLE BRIDGE REHABILITATION CONTRACT NO. 2345 PROPOSAL To the Honorable City Council City of NEwport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, California 92663 -3884 Gentlemen: The undersigned declares that he has carefully examined the location of tt,.e work, has read the Instructions to Bidders, has examined the Plans and Special Provisions4, and hereby pro- poses to furnish all materials and do all the work required to complete Contract No. 2345 in accordance with the Plans and Special Provisions, and will take in £ul. payment therefor the following unit prices for the work, complete in place, to wit: ITEM QUANTITY 1. Lump Sum Mobilization (Move in /move out, channel closure /opening, work platform, permits, licenses, agency notifications, surface runoff water control, project site main- tena/n�ce, etc.) @ ✓ X? rsvc,/ J �D utI �✓d Dollars and 7� ni t_1 Cents $ Per Lump Sum 2. Lump Sum Traffic control and access; safety 66 @ /7F�Sc ,Eil/� 1✓lt'N9R•i/ ,��reYr1 ODollars and e Cents Per Lump Sum 3. 420 Sidewalk removal and reconstruction Sq. Ft. @ / fiy/Jds Dollars and O Cents Per Square Foot PR 1.1 E E ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 55 Type B curb removal and reconstruc- Lin. Ft. tion @ Dollars �T and /1/D Cents $ %� Per Lineal Foot 5. Lump Sum Pull box and bull's eye removal and backfill; cover plate installation; plaque and sign removal and reinstalla- tion @ Dollars and /✓d Cents Per Lump Sum 6. 1,100 Type QA concrete repair Sq. Ft. @ Dollars and Ebb. Cents Per Square Foot 7. Lump Sum Type ® concrete repair @G�'�U�'N%�G4Jd� ,� /,��kiyp/b�igollars ftAW vri.S- and /,, .. Cents Per bump Sum B• Lump Sum Type © concrete repair Dollars �sniD/ar� and po No Cents $ Per Lump Sum 9. Lump Sum Type QD concrete repair fZZ'<� F7&e and 9 ?1l yyo Cents $ Per Lump Sum 10. Lump Sum Seismic restrainers @�J��j�jEly -S� /T,t�0u /O^�D��/jiyF Do l la r s 6/NDQsO ,F:19 and dp Cents Per Lump Sum PR 1.2 Ei E ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 11. Lump Sum Water main Dollars fScr.6,..+y f ✓c and Cents Per LumD Sum 12 1,000 Structural steel removal and replace Pounds ment @ �!/6l/ Dollars and Jk, lWtY7 —xgA/ /jam Cents Per pound 13. Lump Sum Prot �/1ec�tt -ive coatings @ JiioAiy'tadnI x% ;d4/A 7:7'X5rj Dollars and 4.10 Cents Per Lump Sum TOTAL PRICE WRITTEN IN WORDS Ng� CONTRACTOR'S LICENSE NO. 44 93,2 DATE 645C. A 1, i 9jf? Dollars and Cents s Name O� $ 7, VT $ 7 / 9 $ 7/70 PD ized Sienature /Title s /7, dlo tp BIDDER'S TELEPHONE /GAL i 24.v, % S- (//V /i- L Bidder's Address Qil/Ti4��'Q CA. 917G/ PR 1.3 • • Page 2 INSTRUCTIONS TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. 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. Contr's Lic. No. & C assification 1,2 - Date Bidder Authorized Signature /Title • • 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 /Subcontractor Address 1. 4fZ- 6-7-4) U4 J `T6 Nei El Co �u 1�1� �ar�l, C11 2. 3. 4. 5. 6. 7. B. 9. 10. ll. 12. Bidder Authorized Signature /Title , BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, • Page 4 Bond No. 2- 234 -077 -2 That we, MASSCON, INC. , as bidder, and The Ohio Casualty Insurance Co. , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent of Bid----------------------------- - - - - -- Dollars ($ 10% of Bid ), 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 "e o 2345 Tit 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 20th day of December , 19 83 (Attach acknowledgement of Attorney -in -Fact) MASSCON, INC. Bidder Authorized Signature /Title Notary Public Ohio Casualty Insurance Company Commission expires Surety BY �l�t,o�fe Title Attorney -in -fact CERTIFIED COPY OF POWER OF ATTORNEY TEE OHIOCASUALTY INSUAANA COMPANY HOM OFFICK HAMILTOH, OHIO No. 14 -415 TAM All Alen by 94tot 11reard* That THE OHIO CASUALTY INSURANCE COMPANY, in pursuance of authority granted by Article VL Section 7 of the Bylaws of mid Company, does hereby nominate, constitute and appoint: Bob Wiker or Bob Cole or W. A. Brunkan or John T. Nourse - - - - - - - - - - - - - - - of Ventura, California - - - - its true and lawful agent and attorney -in -fact, to make, execute, seal and deliver for and on its behalf as surety, and as its act and dead any and all BONDS, UNDERTAKINGS, and RECOGNIZANCES, not exceeding in any single instance TWO DULLION - - - - - - - - - - - - - - - - - - - - - - - - ($2,000,000.00 - -) Dollars, excluding, however, any bond(s) or undertaking(s) guaranteeing the payment of notes and interest thereon And the execution of such bonds or undertakings in pursuance of them presents, shall be as binding upon mid Company. as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected office" of the Company at its office in Hamilton, Ohio, in their own proper persons. The authority granted hereunder aupersedes any previous authority heretofore granted the above named attomey(s) -in -het. SEAL at t'Itifil In WITNESS WHEREOF• the undersigned, officer of the mid The Ohio Casualty Insurance Company has hereunto subscribed his name and affixed the Corporate Seal of the said The Ohio Casualty - Insurance Company this 21st day of December 19 76. STATE OF OHIO, COUNTY OF BUTLER It SS. (Signed) Richard T. Hoffman ................................................................. ......................I........ Asst. Secretary On this 21st day of December A. D. 19 76 before the subscriber, a Notary Public of the State of Ohio, in and for the County of Butler, duly commissioned and qualified, came Richard T. Hoffman, Asst. Secretar - of THE OHIO CASUALTY INSURANCE COMPANY, to me personally known to be the individual and officer described in, and who executed the preceding instrument, and he acknow- ledged the execution of the same, and being by me duly sworn deposeth and with, that he is the officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the mid Corporate Seal and his signature as officer were duly affixed and subscribed to the mid instrument by the authority and direction of the mid Corporation. e„auna„Wy IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official ,Ipt'estut ?!I� @ Sea] at the City of Hamilton, State of Ohio, the day and year first above written. i� vu l ' - (Signed) +f * Dorothy Bibee %$f Notary Public in and for County of Butler, State of Ohio �rttttt• December 11 1981. 7tpa MY Commission expires ..................... ........7....................., This power of attorney is granted under and by authority of Article Vl, Section 7 of the By -Laws of the Company, adopted by its directors on April'2, 1954, extracts from which read: "ARTICLE VI" "Section 7. Appointment of Attorney -in -Fact, ate. The chairman of the board, the president, any vice- president, the secretary or any assistant secretary shall be and is hereby vested with full power and authority to appoint attorneys -in -fact for the purpose of signing the name of the Company as surety to, and to execute, attach the corporate seal, acknowledge and deliver any and all bonds, recognizances, stipulations, undertakings or other instrument& of suretyship and policies of insurance to be given in favor of any individual, firm, corporation, or the official representative thereof, or to any county or state, or any official board or boards of county or state, or the United States of America. or to any other political sub. division." This instrument is signed and sealed by facsimile as authorized by the following Resolution adopted by the directors of the Company on May 27, 1970: "RESOLVED that the signature of any officer of the Company authorized by Article VI Section 7 of the by -laws to appoint attorneys in fact, the signature of the Secretary or any Assistant Secretary certifying to the correctness of any copy of a power of attorney and the seal of the Company may be affixed by facsimile to any power of attorney or copy thereof issued on behalf of the Company. Such signatures and seal are hereby adopted by the Company as original signatures and seal, to be valid and binding upon the Company with the same force and effect as though manually affixed." CERTIFICATE 1, the undersigned Assistant Secretary of The Ohio Casualty Insurance Company, do hereby certify that the foregoing power of attorney, Article VI Section 7 of the by -laws of the Company and the above Resolution of its Board of Directors are true and correct copies and are in full force and effect on tbis date. IN WITNESS WHEREOF, I have hereunto set my hand and the seal of the Company this 20th day of Dec. A.D., 1983 SEA �> fi' Assistant Secretary S- 4300 -C 12 -80 -3M % \\ \\ \}> ! \ ) $gk 771 } \} } \{ ) {( E | } / } � / \ \ \ \ \ \ �\ ƒ ` {k *} �k \\ ¥ \ }\ «7 2� no \ } ƒ {} <� {ƒ R ■§; rEf� 7 � {{ � \\ ■�� j ) .,; $ (// z {k *} �k \\ ¥ \ }\ «7 2� no \ } ƒ {} <� {ƒ R ■§; rEf� 7 � {{ � \\ ■�� • • Page 5 NON- COLLUSION AFFIDAVIT 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. 1,VA S Sri ^,/i .rNc. Bidder Authorized Signature /Title Subscribed and sworn to before me this 20th day of December , 19 83. My commission expires: October 16, 1983 �. ' •• OFFICIAL SEAL DANA L OLDENKAMP NOTARY PUBLIC - CALIFORNIA SAN BERNARDfNO COUNTY My comm. expires OCT 16, 1987 , i Page 6 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. 4144- S'CO�y S�l�l �• Bidder D Q 2 •Q, Pr-r—,5 Authorized 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. �✓ C r of /Vd4.c % /Jr( /Lc/GL'yG.o po.a A7 OsfN1164.v -r/tjNf /y073: ��%��i'OrIAL uiJen/ �c4Gxea,,rr• Bidder 7 'Q )7vcg Authorized Signature itle Authorized to Publish Advertisements of alllcmds 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 Public Roll a Ad.en,vng cd.ered by the anlda..l b W in v "m mlm Id ace column mdlh 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, Stale of California, and that a Notice of Notice Inviting Bids CITY 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 one xntcseuxtia�xaeletcatptlSlti %the issue(S)iCOf December 1_ t98 3 198_ 198_ 198_ , 198— I declare, under penalty of perjury, that the foregoing is true and correct. Executed on December 1 198 3 at Costa Mesa, California. Signature PROOF OF PUBLICATION POBLIC N& kOTICE NWITM WDS . reeled bids - mey :be .reo8ve3tl the office of the City Clark. 300 one .�nEHAsif: jATtON 2345 $201,000 Approved W::tlta pit Counioil this 280E 0ay... of November 83.', Wends E. Adderwn City, Clerk >eetive bidders my. oblNn ter inforeeition, oet.1100 proval snptnew," at Ora coon b.tly Plot .1: -7883. * c2aa -ea 0 BY THE CITY COUNCIL CITY OF NEWPORT BEACH NOV 2 81983 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: LIDO:ISLE BRIDGE REHABILITATION (C- 2345); RECOMMENDATIONS: Approve the plans and specifications. 0 November 28, 1983 CITY COUNQJL AGENDA ITEM N0. -/3 2. Authorize the City Clerk to advertise for bids to be opened December 21, 1983 at 11:00 AM. DISCUSSION: At its meeting of November 14, 1983, the Council continued this item for two weeks so that it could be bid consecutively with the then-continued Little Balboa Island Bridge Rehabilitation project. This project provides for the general rehabilitation of the Lido Isle bridge, plus the installation of an 8" diameter water main across the bridge. The bridge rehabilitation includes (1) removing deteriorated gunite coating which is intended to protect structural steel bridge members, replacing those steel members which have been damaged or corroded, and re- placing the gunite protective coating as needed; (2) epoxy injecting hairline cracks in reinforced concrete members; (3) routing and grouting larger cracks in reinforced concrete members; (4) replacing defective concrete and patching spalls in reinforced concrete members; (5) installing seismic restrainers so that bridge members may be held intact during a seismic event and to comply with current CalTrans recommendations; and finally, (6) installing a protective coating on all bridge, pier wingwall, abutment and railing concrete or gunite. (The protective coating is identical to the coating installed on the Balboa Island bridge rehabilitation project in 1981.) The water main installation across the bridge will connect between mains placed on Lido Isle and the mainland earlier this year. Completion of this 8" diameter service to Lido Isle will assure adequate fire and domestic water service during periods when one of the two existing mains onto Lido Isle must be shut down. 0 0 Page 2 Subj: Lido Isle Bridge Rehabilitiation (C -2345) November 28, 1983 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 $201,000, including the water main installation. Adequate funds are available in this bridge rehabilitation and water main replacement accounts to award this amount. The project is categorically exempt from the requirements of the California Environmental Quality Act. A Notice of Exemption has been filed with the County Clerk. The contract provides for all work to be completed within 75 consecutive calendar days after commencement of construction, but no later than May 25, 1984, the Friday preceding Memorial Day. Benjamin B. Nolan Public Works Director RLH:do i 7 (�q) BY THE CITY COUNCIL CITY OF NEWPORT BEACH November 14,1983 NOV 14 1983 CITY COUNCIL AGENDA ITEM N0.` T0: CITY COUNCIL 'l %' ,� o') � ) FROM: Public Works Department SUBJECT D ''ISLE B.,.Mr, REHABiLITAt1ON (C -2345) t RECOMMENDATIONS: Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened December 1, 1983 at 11:00 AM. DISCUSSION: This project provides for the general rehabilitation of the Lido Isle bridge, plus the installation of an 8" diameter water main across the bridge. The bridge rehabilitation includes (1) removing deteriorated gunite coating which is intended to protect structural steel bridge members, replacing those steel members which have been damaged or corroded, and replacing the gunite protective coating as needed; (2) epoxy injecting hairline cracks in reinforced concrete members; (3) rout- ing and grouting larger cracks in reinforced concrete members; (4) re- placing defective concrete and patching spalls in reinforced concrete members; (5) installing seismic restrainers so that bridge members may be held intact during a seismic event and to comply with current CalTrans recommendations; and finally, (6) installing a protective coating on all bridge, pier wingwall, abutment and railing concrete or gunite. (The protective coating is identical to the coating installed on the Balboa Island bridge rehabilitation project in 1981.) The water main installation across the bridge will connect between mains placed on Lido Isle and the mainland earlier this year. Completion of this 8" diameter service to Lido Isle will assure adequate fire and domestic water service during periods when one of the two existing mains onto Lido Isle must be shut down. Plans and specifications for the work outlined above have been completed by William M. Simpson, Consulting Structural Engineer, in Page 2 Subject: Lido Isle Bridge Rehabilitation (C -2345) November 14, 1983 E accordance with his 1981 report on the bridge. His estimate of construction cost is $201,000,including the water main installation. Adequate funds are available in this bridge rehabilitation and water main replacement accounts to award this amount. The project is categorically exempt from the requirements of the California Environmental Quality Act. A Notice of Exemption has been filed with the County Clerk. 4 �J �C" � it P�z Benjamin B. Nolan Public Works Director RLH:do