Loading...
HomeMy WebLinkAboutC-3212 - Balboa Island Bridge Seismic RetrofitCIT OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 November 3,1999 Traylor Bros., Inc. 34 Executive Park, Suite 100 Irvine, CA 92614 Subject: Seismic Retrofit of Balboa Island Bridge, (C -3212) To Whom It May Concern: On September 27, 1999, the City Council of Newport Beach 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 of Completion had been recorded in accordance with applicable portions of the Civil Code. The Notice of Completion was recorded by the Orange County Recorder on September 29, 1999, Reference No. 19990693745. The Surety for the contract is Travelers Casualty and Surety Company of America, and the bond number is 27- SB- 103134589 -BCM. Enclosed are the bidders bond, the labor & materials payment bond and the faithful performance bond. Sincerely, LaVonne M. Harkless, CMCJAAE City Clerk LH:cf cc: Public Works Department Lloyd R. Dalton, Design Engineer encl. 3300 Newport Boulevard, Newport Beach C-4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SEISMIC RETROFIT BALBOA ISLAND BRIDGE CONTRACT NO. 3212 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a cha r i the principal sum of ten percent of total bid price dollars ($102 of tot alaA 8e pEd and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of Seismic Retrofit of Balboa Island Bridge, Contract No. 3212 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to duly enter into and execute the Contract Documents for the construction of the project in the form required within ten days (10) (not including Saturday, Sunday, and federal holidays) after the date of the mailing of Notice of Award; otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing 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. Witness our hands this 2nd day of TRAYLOR BROS., INC. Name of Contractor (Principal) TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Name of Surety P.O. Box 50485 Indianapolis, IN 46250 Address of Surety 317/845 -2730 Telephone er 1998 , Vice Authorted Agent Signature Douglas W. Annakin Attorney -in -Fact Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) • f STATE OF INDIANA ) ) SS: COUNTY OF VANDERBURGH ) Subscribed and sworn to before me, a Notary Public, in and for the State of Indiana, personally appeared J. H. Dastur, Vice President of Traylor Bros., Inc. and Douglas W. Annakin, Attorney -in -Fact for Travelers Casualty and Surety Company of America, this 2nd day of December, 1998. Pairioia A. Allen, Notary PuW(C V� ( L / Commission Expires 2_21 -98 Patricia A. Allen Notary Public Resident of Warrick Co.. IN TRAVEL -ASUALTY AND SURETY COMPANY OF ;RICA TRNW6LIRS CASUALTY AND SURETY COMPAIW FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183 -9062 TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS Lisle, Illinois 60532 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S) -W -FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, a corporation duly organized under the laws of the State of Illinois, and having its principal office in the City of Lisle, County of DuPage, State of Illinois, (hereinafter the "Companies ") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Kenneth D. Andrew, Monzelle L. Carr, Glen E. Stover, Sherry Thompson, Douglas W. Annakin, Judith A. Henrich or Brenda Fehn * * of Evansville, IN, their true and lawful Attorney (s) -in -Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, or, if the following Iine be filled in, within the area there designated the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s) -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizences, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive ice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corpori- Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or thou certifrates of authonty or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY, FARMINGTON CASUALTY COMPANY and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attmmey or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seat shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached (8.97) E C -15 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SEISMIC RETROFIT OF BALBOA ISLAND BRIDGE CONTRACT NO. 3212 BOND N0.27 SB 103134589 BCM LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to Traylor Bros., Inc. hereinafter designated as the "Principal," a contract for Seismic Retrofit of Balboa Island Bridge, Contract No. 3212 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3212 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance 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 the undersigned Principal, and, Traylor Bros., Inc. duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety') are held firmly bound unto the City of Newport Beach, in the sum Two Million Three Hundred Eighty Eight Thousand Six Hundred Ninety Seven and 15/100 Dollars ($2,388,697.15), lawful money of the United States of America, said sum being equal to 100% 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 present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery 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, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this 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. 0 0 C -16 The 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 this Bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been�uly executed by the above named Principal and Surety, on the 17th day of cej�ber , 1998. TRAYLOR BROS., INC. Name of Contractor (Principal) TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Name of Surety P.O. Box 50485 Indianapolis, IN 46250 Address of Surety 317/845 -2730 Telephone Vice President Agent Signature Douglas W. Annakin Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 0 0 STATE OF INDIANA ) ) SS: COUNTY OF VANDERBURGH ) Subscribed and sworn to before me, a Notary Public, in and for the State of Indiana, personally appeared J. H. Dastur, Vice President of Traylor Bros., Inc. and Douglas W. Annakin, Attorney -in -Fact for Travelers Casualty and Surety Company of America, this 17 ikday of December, 1998. Patricia A. Allen, Notary Public Commission expires 2 -21 -99 Resident of Warrick Co., IN TRAVELIM ASUALTY AND SURETY COMPANY OF RICA TRWELERS CASUALTY AND SURETY COMP FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06193 -9062 TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS Lisle, Illinois 60532 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN -FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, a corporation duly organized under the laws of the State of Illinois, and having its principal office in the City of Lisle, County of DuPage, State of Illinois, (hereinafter the "Companies ") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Kenneth D. Andrew, Monzelle L. Carr, Glen E. Stover, Sherry Thompson, Douglas W. Annakin, Judith A. Henrich or Brenda Fehn • " of Evansville, IN, their true and lawful Attomey(s) -in -Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, or, if the following line be filled in, within the area there designated the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s) -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or my Vice Presid:-ont may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that esch such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, reco'sni nee; Of conditiouai undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice Presidmit, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY, FARMINGTON CASUALTY COMPANY and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached (8 -9'r) 0 0 C -17 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SEISMIC RETROFIT OF BALBOA ISLAND BRIDGE CONTRACT NO. 3212 BOND NO. 27 SB 103134589 BCM FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 13,018.00 being at the rate of $ 5.45 per thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to Traylor Bros., Inc. hereinafter designated as the "Principal ", a contract for Seismic Retrofit of Balboa Island Bridge, Contract No. 3212 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3212 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Traylor Bros.. Inc., duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety'), are held and firmly bound unto the City of Newport Beach, in the sum of Two Million Three Hundred Eighty Eight Thousand Six Hundred Ninety Seven and 15/100 Dollars ($ 2,388,697.1 5), lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, 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 present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. 12/16/98 12:32 PUBL�WORKS i 918124743223 • NO. 631 D02 C -16 Surety, for value received, 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 way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for six (6) months following the date of formal acceptance of the Project by the City. in the event that the Principal 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 bee duly executed by the Principal and Surety above named, on the 17th day of December 1g 9$ TRAYLOR BROS., INC. 7�& Name of Contractor (Principal) A orized SlgnatureTtle Vice President TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Name of Surety Autho ' ed Agent Signature Douglas W. Annakin P.O. Box 50485 Indianapolis, IN 46250 Address of Surety 317/845 -2730 Telephone Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED • • STATE OF INDIANA ) ) SS: COUNTY OF VANDERBURGH ) Subscribed and sworn to before me, a Notary Public, in and for the State of Indiana, personally appeared J. H. Dastur, Vice President of Traylor Bros., Inc. and Douglas W. Annakin, Attorney -in -Fact for Travelers Casualty and Surety Company of America, this / i f/l,day of December, 1998. rr�o. R'C Patricia A. Allen, Notary Public Commission expires 2 -21 -99 Resident of Warrick Co., IN TRAVE 7ASUALTY AND SURETY COMPANY O -ERICA siLERS CASUALTY AND SURETY COMP . FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183 -9062 TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS Lisle, Illinois 60532 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S) -IN -FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, a corporation duly organized under the laws of the State of Illinois, and having its principal office in the City of Lisle, County of DuPage, State of Illinois, (hereinafter the "Companies ") bath made, constituted and appointed, and do by these presents make, constitute and appoint: Kenneth D. Andrew, Monzelle L. Carr, Glen E. Stover, Sherry Thompson, Douglas W. Annakin, Judith A. Henrich or Brenda Fehn of Evansville, IN, their true and lawful Attomey(s) -in -Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, or, if the following line be filled in, within the area there designated the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s) -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recogn vanes, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided ,hat each such dc'_egkdon is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recopizaime, of mod,tiim! undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vis t ?tesi&-d, ary Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary' or a y Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (Haler seal, if required) by one or more Attomeys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of acthm ity or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY, FARMINGTON CASUALTY COMPANY and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in•Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached (8 -97) \ Y a ....... . aACOD. a PRODUCER CITIZENS INSURANCE OF 11/16/98 THIS CERTIFICATE ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR EVANSVILLE ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE P.O. BOX 158 _�� La6MPAVY A ST PAUL MERCURY t ' EVANSVILLE IN 47701 IMjBREO COMPANY TRAYLOR BROS. B COMPANY I INC. P 0 BOX 5165 C COMPANY EVANSVILLE IN 47716 I D i .,ob$., %6. .ao»5". THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, i EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I L p TYPE OF SBUMIDE POLCY NIl{mEA POLICY E/RC7NE DATE (MMA OMY) POLICY EXPIRATION DATE BWNMYL LIMITS GENERAL LIABILITY KKO1200600 12/01/98 12/01/99 GENERAL AGGREGATE s2-100-0-10-00 COMMERCIAL GENERAL LIABILITY X PRODUCTS - COMPMP AGO j2 000, 000 CLAIMS MADE OCCUR PERSONAL L ADV MURY Sl 000 0 0 0 OWNER'S B CONTRACTOWS PROT EACH OCCURRENCE 61 000 000 FIRE DAMAGE (My a 11m) j 0 0 MED EXP (MAY o pwe ) j 5, 0 0 0 AUTOMOBILE LIABILITY KKO1200600 127-51798 12/01/99 1,000,000 ANY AUTO COMBINED SINGLE LIMB j X BODILY INJURY g,ppA (PW P) S ALL OWNED AUTOS SCHEDULED AUTOS X BODILY INJURY (PM aetlGm) S HIRED AUTOS MONOWNED AUTOS X PROPERTY DAMAGE S GARAGE LIABI1M AUTO ONLY - EA ACCIDENT { OTHER THAN AUTO ONLY: ANY AUTO EACH ACCIDENT S AGGREGATE S E!CESjLUeartY KGO1201519 12/017-98--Y-2/01/99 EACH OCCURRENCE s6,000,000 AGGREGATE j 6 0 0 0, 0 0 0 X UMBRELLA FORM S OTHER THAN UMBRELLA FORM wrnlTnB COMPENSATION AID WVK1200698 12/01/98 12/01/99 X RYUMIT ER'.' EL EACH ACCIDENT {l 000, 0 00 I EMP OYERW LIABRUTY EL DISEASE-POUCY LIAR is! 1 0 0 20 0 0 0 I THE PROPRIETOR/ y, PARTNERSJM(ECUTTVE OFFICERS ARE EXCL EL DISEASE -EA EMPLOYEE , 0 0 , 0 0 0 OTHER DESCRIPTION OF OPPAATIONSAOGTIONSUIVEHICLE&SPECIAL ITEMS The City of Newport Beach, its officers, officials, employees and volunteers are additional insureds as respects auto, GL and excess liability. Waiver of subrogation applies as respects worker's compensation and employers liability. C@iTiFICATE.#IOLDEA .: •• C1ly. �Ew • : ., ;' , :::�:.,, s. ,.:.. ..,•.,..V .. r. »f. , », .,r..:., ..•:'lnb ,, n •v'�.. ». .•...>n, r.. ,.. .., t .. _... ,.- ...... n,.... .. ..... .. CITY OF NEWPORT BEACH SHOULD ANY OF THE ABOVE DESCRIBED POLICES BE CANCELLED BEFORE THE ` PUBLIC WORKS DEPARTMENT EXPIRATTDN DATE T HEREOF. TIB ISBUIMD COMPANY WILL ENDEAVOR TO MAR 3300 NEWPORT BOULEVARD 30 DAYS WRRTEN NOTICE TO THE DERTELCATE HOLDER NAMN9 TO THE LEFT NEWPORT BEACH CA 92663 SUIT FAILURE TO MAL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY ATTN : LLOYD DALTON OF ANY KIND UPON THE COMPANY, ITS AGENTS OR MW&UMTATNFS. 7 • ..... of Orange. California Recorded in the County rd Fee IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII /Recorder RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: 19g90693j45 09',43W O9�Z9�99 City Clerk N125I x,.006 2 0,000.00 0.00 0.00 0.00 City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 "Exempt from recording fees pursuant to Government Code Section 6103" _ 0 NOTICE OF COMPLETION � n. NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newt& Bou`(evard, z f Newport Beach, California, 92663, as Owner, and Traylor Bros., Inc., of Irvine, California, as Contractor, entered into a Contract on December 14, 1998. Said Contract set forth certain improvements, as follows: �7 Seismic Retrofit of Balboa Island Bridge, C -3212 rr� Work on said Contract was completed on July 2, 1999, and was found to be acceptable on September 27, 1999, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Travelers Casualty and Surety Company of America. Public Works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed oynv 3" . .J-6, M I c at Newport Beach, California. BY City Clerk ♦ . • TO: Mayor And Members Of The City Council FROM: Public Works Department SUBJECT: SEISMIC RETROFIT OF BALBOA ISLAND BRI COMPLETION AND ACCEPTANCE RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. (33 c_ 3a�a /C -a8�y September 27, 1999 CITY COUNCIL AGENDA ITEM NO. 12 ONTRACT NO..3212 - a `APPRTXED.-t 3. Authorize the City Clerk to release the bonds 35 days after the Notice of Completion has been recorded in accordance with the California Civil Code. 4. Approve Amendment No. 3 to the Professional Services Agreement with Dokken Engineering, and authorize the Mayor and the City Clerk to execute the Agreement. DISCUSSION: On December 14, 1998, the City Council awarded Contract No. 3212 to Traylor Bros., Inc. The contract provided for strengthening the Balboa Island bridge to increase its resistance to collapse due to earthquake forces. The contract has now been completed to the satisfaction of the Public Works Department, and is summarized as follows: Original bid amount: $2,388,697.15 Actual amount of bid items constructed: 2,001,297.15 Total amount of change orders: 337,664.31 Deductions: (126.50) Final contract amount: $2,338,834.96 The actual amount of bid items constructed was less than the original bid amount. Quantities of Bid Item No. 7, for repairing small areas of unsound or spatted concrete on the existing bridge, were much less than estimated. Bid Item No. 10, for constructing architectural caps atop the 20 pilecap extensions, was deleted since pedestrian bridges are proposed for the top of the extensions. The $126.50 deduction shown above was Traylor Bros.' reimbursement to the City to pay for failed aggregate tests. The following 12 change orders were issued: 1. $3,834.23 for repairing large areas of bridge not covered by other bid items. 2. $32,730.50 for modifying pile and column the existing bridge. unsound or spalled concrete on the existing lengths to accommodate the as -built profile of • % 4 Subject: Seismic Retrofit Balboa & Bridge, Contract No. 3212 - Completioitod Acceptance September 27, 1999 Page 2 . 3. $145.80 (a deduction) for modifying four shear keys. 4. A no -cost change order for deleting Bid item No. 10, architectural caps. 5. $15,300 for constructing architectural reveals around the 20 pile cap extensions. 6. $6,689 for drilling through, removing and disposing of buried man -made objects, such as timber piles, reinforcing steel and concrete. 7. $121.38 for removing and disposing of debris from the South Bay Front beach. 8. $3,620 for testing and treating water within pile casings. 9. $166,098 adjustment of compensation for fixed and overhead construction costs because of changing Bid Item No. 7 by more that 25 %. 10. $24,079 for changing the protective surface coating installed on the bridge. 11. $5,338 for installing carbon fiber wrap on three existing cracked piles. 12. $80,000 for extra costs because of differing site conditions at Pile Bent 14L, and for settlement of all claims against the project, including drilling through unanticipated hard soil and the resulting delays. The final construction cost, including change orders and deductions, is 2% below the original bid amount. Design, construction and construction management costs are 100% reimbursible by the Federal Highway Administration and the State of California. Funds for the project were budgeted under Account No. 7251- C5100067, Bridge Retrofit Program. Design and construction management services were provided by Dokken Engineering. Because of the extended construction period and their work on three potential claims, Dokken had requested that the City amend their professional services agreement for { construction management services (see attached letter dated July 19, 1999). Dokken proposed to complete all services, exclusive of claims defense, for additional compensation totalling $6,815.24. In negotiating Change Order No. 12 with Traylor Bros, the claims issues have been settled. In addition, Dokken has now satisfactorily completed its construction management services for the project. The scheduled completion date was June 4, 1999. Due to adverse weather, extra work and differing site conditions, Traylor Bros. was granted 20 additional work days. All work was completed on July 2, 1999. Respectfully uv, PUBLIC WORKS DEPARTMENT Don Webb, Director Llo R. Dalton, P.E. Design Engineer Attachments: Dokken Engineering letter of July 19, 1999 Draft Amendment No. 3 \\nis_t\sys\u ers\pbvMharedkcoundlUy99 -00\september- 27retrofit c-3212.doe JD0KKE*N E N G I N E E R I N G July 19, 1999 City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92659 -1768 Attention: Mr. Lloyd Dalton, P.E. REGARDING: Seismic Retrofit of Balboa Island Bridge Dear Mr. Dalton: Attached please find Dokken Engineering's invoice for Balboa Island Bridge (C- 3212), for the time period of June 1, 1999, to June 30, 1999. Please note that the Dokken hours used exceeded the budgeted hours due to the project extending to July 2, 1999. We have reduced the fee ?charged this period to avoid exceeding the maximum amount of fee allowable by the contract. At this time we would like to request that an amendment be processed. As mentioned above, the project was extended. The original completion date was June 4, 1999. The contractor substantially completed their work July 2, 1999. The extension of one month represents an increase of approximately 20 %. During the month of July, Mr. Fitterer has been working on three claims, as built plans, completion reports, final progress payments, and job files. MBC is compiling a post construction survey of eel grass, GKO is assisting with claims letters, and Ninyo & Moore is breaking concrete cylinders. The attached invoice through June shows a contract balance of $13,580.96. During th onth of ue project using $20,409.10 as follows: R. Fitterer hrs C� $84.59 =,$ 14,380.30 G. Warrick 0 hours @ $50.4= $3,028.80 Subconsultants $3,000.00 = $3,000.00 . Total Projected for July 1999 $20,409.10 Therefore, we request that the City prepare an amendment to cover the additional $6,828.14 due to the schedule extension. Also, there are three potential claims that total over $300,000. We have estimated our effort to defend these claims at $25,600. We recognize this work may not be required and have estimated the time as outlined below: 3914 MUAP.1 CANYON RoAo, SUITE A -153 • SAN DIEGO, CA 92123 TEC 619.514.8377 F<x: 619.514.8608 R. Fitterer 170 hours @ $84.59 = $14,380:30 GKO 85 hours @ $105.72 = $8,986.20 AGRA 25 hours @ $90.00 = $2,250.00 Total Projected from August 1, 1999 $25,615.50 GKO and AGRA were included in. the above estimate to provide expert testimony and to answer questions during arbitration. Please let me know if you have questions or comments. Sincerely, Richard T. Liptak, P.E. Project Manager 939- RTJJADB attach l Construction Management Services Services For: Balboa Island Bridge (C -3212) Cost Estimate Dokken Engineering Hourly Fee Hours Worked Total Richard Fitterer $ 31.00 57 $ 1,767.00 Geoffrey Warrick $ 18.50 39.5 $ 730.75 Total Direct Labor Cost $ 2,497.75 Labor Overhead Multiplier 1.4805 Total Labor Overhead $ 3,697.92 Direct Costs Reimbursibles (Copies, Delivery, Postage, etc.) Total Direct Costs $0.00 Subconsultants Total Subconsultants $0.00 Fee (10 %) Total Fixed Fee $619.57 Total Price $ 6,815.24 AMENDMENT NO. 3 TO PROFESSIONAL SERVICES AGREEMENT FOR SEISMIC RETROFIT LIDO ISLE AND NEWPORT ISLAND BRIDGES THIS AMENDMENT No. 3 TO PROFESSIONAL SERVICES AGREEMENT (hereinafter referred to as "Amendment No. 3 "), entered into this _ day of 1999, by and between the City of Newport Beach. a Municipal Corporation (hereinafter referred to as "City"), and Dokken Engineering, whose address is 3914 Murphv Canvon Road. Suite A -153. San Diego. California 92123 (hereinafter referred to as "Consultant "), is made to amend the Professional Services Agreement entered into the 8"' day of June, 1998, to provide construction management services for Seismic Retrofit of Newport Island Bridge and Lido Isle Bridge by and between the aforementioned parties, (hereinafter referred to as "Agreement ") as follows: RECITALS A. On December 30, 1998, City and Consultant entered into Amendment No. 1 to Agreement to provide for construction management services for construction of Seismic Retrofit of Balboa Island Bridge. B. On July 26, 1999, City and Consultant entered into Amendment No. 2 to Agreement to provide for additional construction management services for construction of Seismic Retrofit of Newport Island Bridge and Lido Isle 64 C. Consultant has also performed additional construction management services for construction of Seismic Retrofit of Balboa Island Bridge. D. City and Consultant mutually desire to further amend Agreement to compensate Consultant for said additional construction management services for construction of Seismic Retrofit of Balboa Island Bridge. 1. TERM The term of Amendment No. 1 is unchanged. 2. SERVICES TO BE PERFORMED Consultant has completed all duties for additional construction management services for construction of Seismic Retrofit of Balboa Island Bridge as set forth in Scope of Services, Exhibit W, of Amendment No. 1. 3. COMPENSATION TO CONSULTANT City shall pay Consultant a lump sum for additional direct costs (including labor, employee benefits, overhead, and other direct costs) incurred by Consultant and subconsultants listed in Agreement and Amendment No. 1 in the performance of said additional services in an additional amount of $6195.67, for a total direct cost not to exceed $273,876.43 exclusive of any fixed fee. City shall compensate Consultant an additional fixed fee in an additional amount of $619.57 for a total fixed fee of $19,032.38. The schedule of billing rates for extra work compensated in this Amendment No. / 3 are as set forth in Compensation to Consultant, Exhibit "B ", of Agreement. ` IN WITNESS WHEREOF, the parties have caused this Amendment No. 3 to be executed on the day and year first written above. APPROVED AS TO FORM: By: Robl auson Assistant City Attorney ATTEST: M LaVonne Harkless City Clerk Llusers\pbwUdaltonXapreemLt Wokken.005.doc CITY OF NEWPORT BEACH A Municipal Corporation 0 Dennis D. O'Neil, Mayor City of Newport Beach CONSULTANT M Richard T. Liptak, P.E. Project Manager - 14 a SPECIAL COVENANT OR REMWS Amendment to Seismic Retrofit Program Supplement Agreement No. 12- 5151 -003 -M for: CITY OF NEWPORT BEACH 12- ORA- 0 -NPTB STPLZ- 5151(003) It is mutually agreed that for each Program Supplement Agreement on the attached list, the clause which states: "State Seismic funds will provide the match to Federal Funds, as well as Local Agency overhead costs, related To seismic project development until June 30,1998." IS AMENDED TO READ: "State Seismic funds will provide the match to Federal Funds, as well as Local Agency overhead costs, related To seismic project development." CITY OF NEWPORT BEACH Date /o -.?o — `'a State of California Department of Transportation By /�cw��- 76mn22� G� Chief, Office of Local Programs Project Implementation Date October 16, 1998 CITY CLERK NOTICE INVITING BIDS • Sealed bids will be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 -3884 until 11:00 AM on the 2nd day of December, 1998, at which time such bids will be opened and read for: SEISMIC RETROFIT OF BALBOA ISLAND BRIDGE CONTRACT NO. 3212 ENGINEER'S ESTIMATE: $1,900,000 STPLZ - 5151(003) • SEW A provedQd by ( W Don Webb Public Works Director Prospective bidders may purchase bid documents for $25.00 per set at the Public Works Department, 3300 Newport Boulevard Prospective bidders should attend a prebid meeting at 9:00 am on November 23, 1998 in the Fire Conference Room, 3300 Newport Boulevard • Refer technical questions to Richard Liptak of Dokken Engineering at (619) 514 -8377 Refer general questions to Lloyd Dalton, Project Manager, at (949) 644 -3328 9 C -2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SEISMIC RETROFIT OF BALBOA ISLAND BRIDGE CONTRACT NO. 3212 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10% of the total bid price) maybe 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 documents. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. 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 discrepancy 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 and omissions in the PROPOSAL. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. D 8. 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 contract. 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 inclusive). 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act ". 10. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. The signature below represents that the above has been reviewed. 11245855 A & B Contractor's License No. & Classification Traylor Bros., Inc. Bidder J 3rized Signature/Title H. Dastur, Vice President 12 -2 -98 Date 0 0 G5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SEISMIC RETROFIT BALBOA ISLAND BRIDGE CONTRACT NO. 3212 DESIGNATION OF SUBCONTRACTOR(Sl State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he /she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any moneys to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach., Subcontract Work Subcontractor Address , L C-1 2. `T rf 7S 3. 4. 5. 6. 7. 8. 9. 10. Traylor Bros., Inc. Bidder n .v i P JJf i J(" Signatureffitle J. H. Dastur Vice President E • G6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SEISMIC RETROFIT OF BALBOA ISLAND BRIDGE CONTRACT NO. 3212 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he /she has performed and successfully completed. Year Project Person Telephone Completed Name /Agency To Contact Number Roo affanha_ H Prnjpof migfnTA4 Traylor Bros., Inc. Bidder oignawrei i me i . n. uasrur Vice President 0 BUCKMAN BRIDGE, Jacksonville, Florida (TBI #9207) L Florida Department of Transportation, 605 Suwannee Street, Tallahassee, FL 32399; Contact: Steven Plotkin (904) 260 -8704; State Project #72001 -3462, Duval County, Florida Erection of 1,100 tons of structural steel; included rehabilitation of 3.1 mi. Buckman Bridge on I- 295 over the St. Johns River, Jacksonville, Florida. Involved building 2 new bridges, 16,300' long each, along side two existing bridges, and connecting the new and old bridge decks together. The project began with a test pile program in March 1993. There were 45 test piles driven in all, the longest a 30" square concrete pile, 157' long, and weighing almost 61 tons. After completing the test piling, production pile driving began in late May 1993. There were 352 new bents and 76 new piers constructed on 3,300 piles (24" and 30" square). Over 1,000 concrete beams were set, and six steel center spans and 1,166,126 sf of 8" thick concrete deck (6.2 miles long) were placed. Traylor Bros.' crews placed over 82,000 cy of concrete. At completion in 1996, the Buckman Bridge holds the most combined deck area (51 acres) of any FDOT bridge in Florida. Each bridge is comprised of approximately two miles of low level trestle and one mile of high level trestle. Start Date Orig. Com 1. Date Final Com 1. Date Initial Contract Change Orders Final Contract 02/26/93 1,416 c.d. 05/07/97 $76,138,810 $2,913,531 $79,052,341 49TH STREET BRIDGE, Clearwater, Florida (TBI #9101) i Pinellas County Board of County Commissioners, 315 Court Street, Clearwater, FL 34616; Contact: Ray Simpson (813) 572 -9957; Contract 90037, Pinellas County, FL; Design Engineers: Parsons, Brinkerhoff, Quade & Douglas Construction of the multifaceted 53' wide twin bridges which span 14,13241f over Tampa Bay from 49th Street in St. Petersburg to McMullen Booth Road aad SR 60 in Clearwater. Included driving 161,670 If of 24" concrete piling and 15,303 If of 30" concrete piling; placement of 60,393 cy of structural concrete; erection of 99,367 if of 72" Florida Bulb T Girders; placement of 5,458 If of AASHTO Type II girders and installation of a unique bride drainage system. This system consists of 30,010 if of fiberglass piping ranging from 12" to 30" in diameter and designed to relieve 100% of all storm water from the traffic surface. Also included was,, construction of 5,920 sf of reinforced earth wall; excavation of 40,000 cy of unsuitable material; 4acement of 231,783 cy of embankment; and placement of 5,811 tons of reinforcing steel. Start Date Orig. Compl. Date Final Compl. Date Initial Con ct Chan a Orders Final Contract 01/30/91 06/01/93 06/01/93 $70,663,1:' $122 427 $70,785,591 a • DALLAS CENTRAL EXPRESSWAY (US 75), Dallas County, Texas (TBI #9003 & #9006) Texas Dept. of Highways & Public Transportation, 125 E. I lth Street, Austin, TX 78701; Contact: Curtis L. Oppermann, Jr., P.E., Area Engr., P.O. Box 3067, Dallas, TX 75221 -3067, (214) 320- 6100; Control #0047 -7- 121( 49003) and #0047 -07- 128( #9006); Dallas County, TX Construction of four new bridges and widening of two bridges on US 75 (North Central Expy., Phase I, N -1 and South Central Expressway, Phase II, N -2); new roadway took vehicle usage from 154,000 vehicles daily to 300,000 vehicles daily. Included 181,000 sy of concrete removal; 373,000 sy of concrete paving; 12,200 cy of structural concrete; 354,000 sf of retaining walls; and 63,700 if of drainage structures. Also includes approximately 98,600 If of electrical conduit to provide housing for 39 miles of wiring and 15 miles of irrigation lines for the watering of 41,086 ornamental trees and shrubs. Start Date Orig. Corn 1. Date Final Co 1. Date Initial Contract Change Orders Final Contract 9003:06/04/90 9006: 09/16/90 9003: 890 c.d. 9006: 1,020 w.d. 04/27/94 08/24/94 $30,103,886 $33,742,327 ($175,518) $576,013 $29,928,368 $34,318,340 • US 59 @ I -10 FREEWAY PROJECT, Harris County, Texas (TBI 49406) Texas Dept. of Transportation, 125 E. I Ith Street, Austin, TX 78701; Contact: Sally Wegmann, P.E., (713) 802 -5000, Contract 07940001, Harris County, Texas Reconstruction of an existing 1.6 mile long section of freeway, just northeast of downtown Houston, from 6 -lane freeway to I0 -lane freeway with a dedicated HOV lane. Includes removal and replacement of existing service roads, freeway mainlaines, and seven freeway bridges. Also involves construction of 13 new bridges with 1,000,000 sf of deck area; 10,000 tons of reinforcing steel for structures and pavement, 85,000 If of bridge beams; 37,500 cy of structure concrete; and 115,0001£ of concrete piling. The 312,000 sy of new service roads and freeway mainlanes includes 440,000 cy of embankment; 152,300 tons of cement treated base; 182,000sf of precast retaining walls; 17,200 tons of asphalt; 5,400 tons of reinforcing steel; and 63,300 cy of concrete. Also includes 10.7 miles of storm drain, sanitary sewer and waterline, and $2.5 million electrical package for high mast lights, signs, and computerized traffic management system. Start Date Orig. Com 1. Date Final Com 1. Date Initial Contract Change Orders Final Contrail 11/10/94 1,151 c.d. In Progress $59,956,902 $4,523,408 N/A BLACKWATER BRIDGE•ilton, Florida (TBI 49506) • Florida Department of Transportation, 605 Suwannee Street, Tallahassee, FL 32399; Contact: Steve Benak (904) 638 -0250; Contracts 458007 & 4580061, Santa Rosa County, Florida; Design Engineers: Finley McNary Engineers, Inc. (904) 422 -0000 Design/build "Fast- Track" bridge replacement of twin 3,000 ft long bridges with one mile of approach roadway and associated civil work; demolition of two existing bridges under the Florida Department of Transportation's first major bridge design/build contract. Continuous plate girder construction, with typical approach spans of 184' -0" used for the superstructure. The Channel Unit has a three span structure with spans of 184 ft x 220 ft x 184 ft respectively. For more detail, see project narrative attachment. Traylor Bros., Inc. has subcontracted approximately 20% of the work. Start Date Orig. Com 1. Date Final Co 1. Date Initial Contract Change Orders Final Contract 12/07/95 627 C.D. @ Subst. Com 1. $30,435,010 $900,000 N/A k )/ ) 3 ) 3 :{ ( � / 0 .| / § t _ ) "/ 4 *22 8 ~ ®® / }7/ \ 8 <�® \\ / � \\/ { 32\ (7k \ \k / \k/ � j(\ '§ J r & k ƒ ƒ§3 } § \ )/L) E �ƒ(2 � 4 \ / 0 / \ § \ : o)o \ Q)) /� \ } /\ \ / \/\ � � k )/ ) 3 ) 3 :{ • U n LO ° O tLQ W N R O U F 0 F W U M V N M O w ON W Z N l0 N O O V o O? co O LO N V U a 7 M N co N N m ° o U O O ° E j 0 U � o O m O m a) O U °o a) a) E ° O ;O a) 00 0) m Q m > U o m — m 2 c Q N m y d Co N O d l0 'E o U(D i. 'm m E in m w U m m y a) Q J � N c a) O CD a) 'O O) T m O) @ U p O c °) U . a _@ _ Em` m T J � w E m E -P ° m p °= y @ m c uY Co E aa)) m m 2.`. > >n. OO L J .0(D - O Q j N co N U a1 N O O N O N C O) O .-. O N _ LL U m O° > _a) U U O '� >° LL cO -° °U ° W m O m C co to X 0) m 0 N } M o . 0 co > co W v o 0 Y Q co m - m v chaa Cl) CL o -,t m ( ° D m c Z °� a. cli > n U O e ° (13 n Co c Cl) W O ca Q am 0 CU c p E O co O O o O D ." .. U Ua U) U UQ U ` 0) a.0 U m Ud N T m 3 L 01 � C O T ° C°N,) a) ^O O N c aj O O O U Q°j O Q O @ V E O C a) > m m m O m N Cl) ° (O LOO .� O 0 04 ° N ?rn 0) n Y y o u y ) a o Q � y r cO m y m J 1° N U m C N 'L-' C Q O m U) (` .. .T- ,L,,, C N V N ¢ @ ~ O U j O ~ a) ~ U N U } ~ V U O C O a) V 3 m M L w m O J a a) p c a) N O m 3�U Y p 0m w a) 0 w (D L ° Uca Ufa r oCL U aUC mw w �c°)E m O E E w m.- ) o.nm O L CL w0 O�rno E O._, r 0-0E a) m E n °> U Z p h E Cl) N U p m p Z L m y= p m° rn O UNU O Ca.)�U) V) UFn.(� LL(COF °O UO(°OCi Ud(n Q12 U V) NN N (D N a) N fn y N N n O O a) N N V' Nm O W ° Q 0 O r 0 n 0 0 0 0) rn aa rnaa 0) m m (n rnaa rnaN(� rn� aN a rna ao rn O � m O -_ m O rn O rn O rn O rn O rn 5 ° m 0 � = � �� 0 > c y c w U o D c 73 m E U E o x o m m NU O v) N ,°nZ :D N C U y U n Q LO o Lcq a0 2 m N O N C N U U— c U y °� 0) C a C O C m n� 01 m — m a) N C > C o'm E m "m m E rn m J O O N -a O LL O U 0 2 c m N N (O C1 U N O C n > (D a) m w�F cm �> of �O �o ON m m a)� V N N _ N n 0 (O 0 U CO 'O 9 a) N m U o � > O Z m . W +) Q W O = N U OJ m 0 U m J M Z m 2 O m Q m O > m LO N a) 0 (� G U)i �. n U �- - O U O N > a v � �m N v aoc nC L U p Y U m CA m O 0o a) d U) E N W N 05 f") 0 2 S LL O 41 � 2 c a) In c a) LL 0. ,t U U 0 0 LL m 0 N O 0 0 N U m r C O U W p m 'O U N Q O O 10 C 00 '�°p C w pMj 7 .-0) N C 0 p CO O '? @ <° V m LL th N O N u! T 0 0 LL m Q f r ° N U (n O O^ U 0) M J O c 0 a O C O m 0� ` N C Co N O) Q )p O' U W �. h Y U N y Np t 0 i Y N ao r� c U 0)a xt at U U U o) It °d xk c ` o fn U a O w o m Q 0 0 aa)i 0 Q aa)i 0 o U 0 o C n —W Z5 UJ n- '0 a0 o.nLL Um L) a- vm a c `0 0 U m U T O c ? LL 0 O 9 Cl) °o m o O 0LM 0 o O o 0 76 06 co U cwo ,lnO �M O 4 a)m 0 0 Cl) O�� O �� y 0) 3 w O w� O v° m r n -000) m >)n n >M E2 m Q L a) o c 0 0 0 c m J m o c LL rn m m N c m J c a) 0 Q a) U °-)_ � ca °> 2 m m LL o r m m w F t m E Q m E J 2UN H O.>. U a) Q) �'N N m V o U �O O r o6 N U �_ W �_ ~ C� O N U w� N— O 3 w a) Z' F- p O a) w — - 0) L.. N T x C U y U O m y x Z 0 3 w C 0 O N m O> N =p w aa)m E �`� 3m w @ d °-� m pmt Qj0 °) aniY aU o a) C) co QN U O0 0 00� �v � O� m OO�� �mv�i �c OOO � �o � 0"°c NO o n m x N 0 N m m J O m U m -a N m CY) L J O Q m� m O U— fn F Q 2 LL Y Y LL co Z LL y - J U Q .-- J m F y a) r 01 O Q) r y G) O D CA n 0 n VO N N cNO co 0 °0 0 O V �O W wN p O? O Cl) O O O Oct F w Z U M M W a0 co - f- (n0 O in0) (D m 0) O 0 rnaa 0)a 0)n O 0) 0)LLa ^ N O r t> a 0i �0 N — 0) 0 Cl) m 0) 0 0) o 0) o 0) 0 0 > c y c w U o D c 73 m E U E o x o m m NU O v) N ,°nZ :D N C U y U n Q LO o Lcq a0 2 m N O N C N U U— c U y °� 0) C a C O C m n� 01 m — m a) N C > C o'm E m "m m E rn m J O O N -a O LL O U 0 2 c m N N (O C1 U N O C n > (D a) m w�F cm �> of �O �o ON m m a)� V N N _ N n 0 (O 0 U CO 'O 9 a) N m U o � > O Z m . W +) Q W O = N U OJ m 0 U m J M Z m 2 O m Q m O > m LO N a) 0 (� G U)i �. n U �- - O U O N > a v � �m N v aoc nC L U p Y U m CA m O 0o a) d U) E N W N 05 f") 0 2 S LL O 41 � 2 c a) In c a) LL 0. ,t U U 0 0 LL m 0 N O 0 0 N U m r C O U W p m 'O U N Q O O 10 C 00 '�°p C w pMj 7 .-0) N C 0 p CO O '? @ <° V m LL th N O N u! T 0 0 LL m Q f r ° N U (n O O^ U 0) M J O c 0 a O C O m 0� ` N C Co N O) Q )p O' U W �. h Y U N y Np t 0 i Y N ao r� c U 0)a xt at U U U o) It °d xk c ` o fn U a O w o m Q 0 0 aa)i 0 Q aa)i 0 o U 0 o C n —W Z5 UJ n- '0 a0 o.nLL Um L) a- vm a c `0 0 U m U T O c ? LL 0 O 9 Cl) °o m o O 0LM 0 o O o 0 76 06 co U cwo ,lnO �M O 4 a)m 0 0 Cl) O�� O �� y 0) 3 w O w� O v° m r n -000) m >)n n >M E2 m Q L a) o c 0 0 0 c m J m o c LL rn m m N c m J c a) 0 Q a) U °-)_ � ca °> 2 m m LL o r m m w F t m E Q m E J 2UN H O.>. U a) Q) �'N N m V o U �O O r o6 N U �_ W �_ ~ C� O N U w� N— O 3 w a) Z' F- p O a) w — - 0) L.. N T x C U y U O m y x Z 0 3 w C 0 O N m O> N =p w aa)m E �`� 3m w @ d °-� m pmt Qj0 °) aniY aU o a) C) co QN U O0 0 00� �v � O� m OO�� �mv�i �c OOO � �o � 0"°c NO o n m x N 0 N m m J O m U m -a N m CY) L J O Q m� m O U— fn F Q 2 LL Y Y LL co Z LL y - J U Q .-- J m F y a) r 01 O Q) r y G) O D CA n 0 n (•) N N 0) O V O m 0) m 0 N O �0 �O O 0) co wN 0)O O Co O 0 O —O O 0 min O W O� O 0) m ° o° 0) co0) 0) o0) � )n U0) °0) in0) )n �0) v v0) , � 0) KQ rnaa 0)a 0)n 0) n 0) n 0)LLa 0)a 0)a 0) n 0)n ao 0i �0 0) 0 0) o 0) 0 0) o 0) c0 0) 0 0) o 0) o 0) 0 ' °� • oo • .0 E ~ U 00 M 7 o 0) M V r- O o lLO o U O 0) O o) °) E > a) N N r Z U O M @ _ CN (p W w 0) d U a '� I M (o u N 0) L C C N m° J Oj O (j - > c Y °� oo o U .0 E K a) Q) U o U `> �' c o o) @ °) E > a) N (D E X C o 2 > @ _ m a) Y w 0 a) '� o - rn Y 0) L C C N m° J Y C O (j O) C tq O V C-2 my a >'oc m` 0- m3 e o ° nJ ° Co O @ ` O > J > W D a _ �_ ° �U c o Z o O v + N N — v - U a ` N m c O L 0. Y o U CO o ° N @ _ J ° U L N O 3 N m E U N 0 T @ @ N L c° 5 C U O @ a1 ` CO a O 3 N p 0 w O C O = iA J N O O N E 0 U a o v o of c E^ @ m o Q! C Q1 N C Z 00 p 'O y@ m 0 U U) @ O C E' a) (0 "O 2 70 @ c N U m US u) ° N I L E O O p U l0 'O N C @ '3 O r' E O 7 . U) L (a L 'm O ° M U M ° @ Z Uc ui E 0 - _� °o p a) F- a) ° fvJ U p r U O 3 - O @> ° o z ~ p J M O O C M X U O O O -O > L C a U co O W O c .,U .0 U UZ 00 0E- Um 0 o dUU d M U C @ O C @ N cm O N d d C N O O O C O i N O NM m0 N N �--� @ y `)0 O. O O Z(OD O O O (O N(0O °-U �N O N� ))p C O C a) N N 0OOr yaN F-N N .0.. CmM N F- yC� CO 0 V co a) r- (` "� d.^..ZJ (Q NM 02 LU y CM Co �� O V 0 cu wU) o ~t wL�r Ev`o w E 3NQ my oz H Co 0- N ° c o X o X E p @ o 2 n Y E c°~ o a) Q LL, a) OM a a U a no — o >, r n @ x Z Uri @ p W c Q�j omp0 co C) UmK j oz a °LLj c O w O 3 ° d ` W 0 E 0 O a) a N X N O XN O -O�M a) Z @ Q'�.".. O((00 () X N O N(OL 0 U U) F-•-a F-�a CO z F-UZ adJ O 004 aid y (0 00 m (O V (O m a) 0) (3) 0) 0) 0) 0) 0) U a) N 0) 1- 0 (0 0) (O O d) N (0 W (n X00 V O o 0 0 � O - O - O LL, Q) W � m � It �Q rnam rnn 0) -0 rn-c rna rnn 0) rnm rna O) O O) O 0 0 0) O 0 0 0) 0 0) O 0) 0 0) O O.0 c� F- y m rn rn m U N N CA V O N (P Q) r W U O O O O 0 W O CO CO M M i N co m M m CO n M O N O Lr ¢ O d d CA L (A L m L (A N (O Cn CA M 7 (A CO N °) N O7 (A O M O M 0) (A CO O CA d O) O 7 N Cn A V O 0) c O O • • U Cl) o v o N F- W c.i N f� M Cl) h N M O O N V Lo CO P.- Z U M V r N C M O N O U a m o m N 1° T m `m E > c o 0 U) o o) CD Lo Q) U O > o fA S m N 0 L -o U °� o¢ L ` O ° m — U to -° a J O (n d (0 ¢ ° c L m a m U S p° (n -O If o L a m ° ? c Y to `o r. U c m a o_J N � m N S U) E Y m E L Co (A m E E 0. m� v ¢ ui c 5 (D c �— ° m -O )n O 7 D) O m N w y C � LL S 7 N CO v @m m E o� ; ) j N? vi E N O E U v C�m j O m j 0 N Q co O U O L m L E m O F J tT M m D C N LL L C U) U O m W U O O o(f N N O U L m (n m % °i o m E O O O (D CN0 O O O E O 0 'O ) V O C M O M U O 0 c O p U O r L H M c O F IL O o _ co v m ¢ n co O N N co N . ` N ° N T D... n n OS E C O L (n W C O ¢ C O C O E Ll Li L d C O U C U .... U) W (n U (nom O UU O N U2 O O UZ o Q 0 0 E c N a m ` 0 m a CO m m ° o m o oty O c rn N c Co w UM 0 o O y- m r 0 U c y F- 0) m > N m d mwO C 0 .6 m m C O d 'O M Om W > O O m(D M ` 0 M F- N p c L C Q n `ppr �� �U) FPM O Cmj ¢ 71 C OO_ =C m 10 NU H NY M dfA 1-: O Q) LL O a) U- dQ J �0 (n � dNm M �p p,� ° ... O D p Z f O O ¢ py c O.c c nc m— (V O 0) c C m @ M C (n co O(n NLl UY UO cc Q�� a) x CL CLM a d N Y N T D X° D 3 y D a y C m Qr F- ~ w C O ~ f- L+L Z OME D t` mN —> C m L EIYm� ¢ mom Cn N m =m 'O <'n N co U 4) c m W C oo@ p) F- E @ W C ¢N U c E N O m (n O."-. O W_ DLO— .- JO xLn N �; U) n O X O0 N O Ur U) F-�Z SJdJ LL (D F- W COO F- J.N-Co F-,¢ OD(r U F-a �¢ F- y m rn rn m U N N CA V O N (P Q) r W U O O O O 0 W O CO CO M M i N co m M m CO n M O N O Lr ¢ O d d CA L (A L m L (A N (O Cn CA M 7 (A CO N °) N O7 (A O M O M 0) (A CO O CA d O) O 7 N Cn A V O 0) c O O U ° • w • ° o M > 0 O O N � N ' � N O Ln l0O O Z UI M 0) Cl) 7 r (0 0 0^i U ll N or v m m C rvi ro _ > m O 7 O 7 a) L fn a m N o ° ° a G o U U m m a c m U > > N ca > O m N N (6 d' 3 C O Q C co CD a Q o ao) aL We U o 0) a m 0 N >+ O 0 c .� n m �a) m m ?a x m m ro m o E aro (D LO.0 to o a N >. m > rNX c t m m 3 ~ (D m~ y °J x Om 7 in ❑ N U E p > ;O c p ro L = O a a) ` L O N J 0-0 ro N N 0 @ X O a) W LL Y .0 ❑ O C U � 7) 0 -00 ;� C N 9 N Q O V W 0) > m mw 06 cZ m - () m @ N m T 0 co 'O 0 0 m () co 4 c O L C1 o V V N "' O Q f 0 0) m ) v d C6 Um o vJ a) co m v Zvi O v - oo I'LL �� co Z o° 3 m a) v r` H p M - @ 0)- O N a >' W O a 0— N C) m L N d rn o W 0 N u$ o 0) 2 m2 3 o co oUa ��j ° Co U @ O ,�„' C U L m m ❑ G U U c c ro m cL c U ro co u 0 a) O W m Q O a) O O 7 a) U U W o a s E a 0 a) o ❑ C 0.6 m ca C c a8 p C m m 0 a O T >, E O ° O Co Co 0 m 30 �c o 000 N�o 30 3m co m ccoo r�00 O. N L' m 0 r r a) M m G N L' L O. O a) O to 0 N m O) � N m y 7 7`� > (D O1 m m N N 7 E O CL I� ❑ O N �U o N�� c E �� �� �LL o �Z o n°)� d 0 o)c 10 LpaJ �Om O QNL O Om OcIL N a) G u p_c c0N ¢ U F CO O p) .L roF�X UU� d Co W m w p m o aL��X cn oN v = 0 m= o'a� w °oE ❑� ~ ��'oro mO)Um mmm ❑� mopo U2Up mo Z ❑^ N m� W e a) 7U ro m��` m NZ m ma W- c cm� 0 cZ N a1U C LO M Q N NLl N 7 C U LO a) -6 ON ro a 0a x L o 7 Np �_ O O L ❑p O CN O U�0) F- —Q LL t`7ci U V F C.- C .-Q QHaJ C) gNm H y 7 M h m O) 0) U a) N 0) m o 0) W 0) (0 W N O 0) W N 0) O - o N O "0 20 0) 0).a 0) 00 00 Oo . 00 0 O� aQ 0)LL.0 rnco 0) 0).n 0) 0).0 0) m rna 0)d 0) m M.0 a❑ 0 o m0 0)0 rn0 m0 0)o 0o •, U O LO (D ' Cl) co V (m co (O N N N N 00 n W ,� n m O) n n N ,�., N M N W (00 Hw co M M n O N v o(o n O n 00 O h oo v +i 6 z _U OQ.' M n ON y o 0 )O C W C) O o 0 n W CN 0 a) 00 Ua O) OD a) 00 c0 V O) CO m 00 V CO VlN 1- (D M N ma ma ma DDa ODa coa a0 0, 0 Mo 0)o m0 z 0)o T D a)0 m0 — > C E 0 Y C co m N o O Q E Y 3 co O) N m O 06 X y O CD _N C J LL H Q a m c° m U 06 H >: O to >' a) cu N X c O a) _ O C U m O ... ° � O = U O N w O m m a6 o (D O U CL CD O) LL i m U o CO y a) m m m m 72 2 m > LL - '° DO 3 m N m co E .� ` o n c� ca CO L n U = in LL o mE Ha o > T � U 0 0 U) c 3 U I 'D a) p c 2 LO 0 c ° ° > U (D N > N O) N LL E o Z z O 3 m y a) a O U '0 Q) 2 N ' OQa_ U Q to 00 O n m U ° N T c (0 - n J I a) n co 0 N cO o o rn m o Cl) v ao z co U L) co Q m M co co CO m U U N C W O O- w o Q o 0 0 0 0 m o 0 0 'o 0 0 U...0 C) L) Um Ud U U UU o a3 -)Z U c ° o 0 0 0 E r m co 0 o 0 C m 0 0. 0 0 d d 0 L 3 a (D m c m . N- N N m oo y LL C Co ° j'0 Qg ° N F r OD mYN a) Y V) 0 (°� m 0 a) ,T 0 N m ~ � O w (0� ~ .0O mM Cl) �N 3 >` a) (` C 0) (ND c °m aJ o �M O Co )O CC) =r N FPM L m Q) F 0> V dU acrn C0 C> CD ao C:M 0 nmo Nfn o m� d m3 2 0J rn 0 Q � �Z U—) 0�y a OQ c Cl) E °Q a)'- p L OQ OnD mLn a0 a —F- c W X 0-> m� o.m u o��' m @C� d�'oc� 0) Dmm rN0 0~ �� pacio K m°oQ p�� m ° U0 w z aaOE O n c E aaU o O N c �ay0. (n c m a LLI m m L a) m m !� w m0 :c E mmm c Z c Q N Q N Q C) j Q m (0 T X O N fA 0 )O V) y m N O �_ U Lu 'O 00 O L) U) _T CFO U' zQ �m HLL�Q LL(0DF W O M, O T M O) U N N M a) O Cn (O O) n a) N m M W - O O N 7 W O ao O O i D) O N ON) W CY) CA N O) M O a) 00 m O O) OD a) 00 Q) CO O) CO m 00 0) OD CQ rnda coa ma 00m ma ma ma DDa ODa coa a0 0, 0 Mo 0)o m0 0)o 0)o rno a)o a)0 m0 T U 0 LO r co 04 00 N W 0) dQQ O O f— U7 N V 00 Lo O r O U) 0) F W M m 3 Oi O co — N N r O) O O O 0 0 0CC) CO co It O m d 3 N m O_ N m N K = C N m a) M 00L p Oi C y V O U a Co a) � p O O '� o 0 N N r Cl) V)N 6 T c O C'C a) o C Y C � r� a) Q C C E D 3 O r> x° M O a) E ? 0 3 m O a) 3z 3z Z w m U o oU N Q) °v E 0) = o j LL v ami aa)) w O a aD QF- m o ~rx OC1 a 0 a O J @ O U CO 3 N N Q m c E ca ` m mM 3 y C mLw' m N a) O L O N °� ° ~ E Nd r? J o Na C,4 LO 0 O m Ur U) =N U) o x 0 z L) CL cO xm -T a`) m o _ N �' w rn : 06 'o �0 o o Y 00 "O N O N O N% N = O m M '6 Z m U H 'o. 3 b Q O :o U m m> m c @ U 0 w 'c o `m w m N m 0 ° o m C7 o m o= 0 -5,0 N o 0 0 m Y 5 0 - U L C) C C C > w O _d W C U) m O O Z 0 O C co N J :3 O 00 `_ C O m O 0 C O_ r 0 C> C d O C M O m U? U ° 0 m o Y D LL 1 O O N a N N N O x m O W w U V ce) j5 N N C 15 O = O U N ° U C C C E - (D C C C CO a) O y m W O LO O C O O C O N G O O 0 0 (a O p w C m O U U Ud U2 0 0 C) o O U T 06 N 0) C O O O an 0) V a) N O W 0) (0 0) (P) °- @ O N Ol O m 3 m 3 L 5 p m 3 O O o O 00_ N O) O O O N O) 1 0) 01 O co It O m d 3 N m O_ N m N a N m N = C = C m a) = 00L O O C y V (Cp N I� m N Co a) � p O O '� o 0 0) O N 0) @a� V)N F6co U) 00 C'C a) C r Q1 �O C � r� a) Q C C o n o => O r> a) 0 a) E a... M O a) E 0 E m r O O N p a)U O a) 3z 3z 3Z -= t� L...� m^ 0FX E o_; r- oU ° E.E.6 ate) O.T. VJU aa)) m T m O «T p_2L� aNL� j d(D= o.o w O oinU oinU QF- ) U m ~rx W N M N O 6 V1 c V V1 c O U CO U V N Om U r Z ❑ r N� '0O C ca ` m mM N C mLw:. y C mLw' �O �� N @Lw C Q n N C O a N co m ` N N m ` N N m Nd r? a"ia C? mM O Na C,4 LO 0 O O Ur U) =N U) ZrU ZrU z L) F- Q Q xm -T � Q F N 0) 0) m 0) rn an 0) V a) N O W 0) (0 0) (P) 0) V 0) M O N Ol O 0) I- W co O O o O O o O O N n W OF O O O i 0) OO 1 0) 0)O 1 0) 01 O 1 0) OO i 0) m co 1 0) (M O i 00 00O i 00 00O wQ 0)0- L 00L NL 00L 00L COL 00L 00L 00L IL o m O = =� O O O O m O m O 0) O 0) O 0) O 0) O r_ r� r� r� r� r� r� r� r� L E > m m — o °J m m o e o m n 3 E ° E o E U o ° d c m Co an m o 0 m m N m c L r (Q0 ° y 1 c 1 5 0 N >`o Q O 0 2 o = U) LL m m N ao ) o E a) 0 J N > E N C L O U a N 3 N 0 N N O` O 2j O C Z CD a) X U y -0 L m E O w N m N p " a) _O ' m = C EM L-� !9 J O a) co C O U) m r O N d` 0 o 0 0 N L L O = N 'V O O. O C C O= C N L CO j CO O U O y Y N c O `O J - - CL CO m m E s m ` C C 3 0 o A U C U L~ N O m C ( 0 o U 0 O O m o a) o U o m f W C r- Y O m Q m M to 0 C °) O co 0 c: y m m= c°� ro U o U m M m 3 ° o) M m m U� m C, o X o -- � o o co'�K (D c mX a`L Umi ° iD.L�~ y v� = U o LL C m N m 0~ v U O_ O J C C O C 6 a) U Z L `- Z c O) c co 0 EE o c J c E J J UM D U U- LL 02 U z U C o = z N T m c ° ° L O m CD O O y a) = O O O O L Q. N N O L L_ n L_ C Q O m ` L L a) J O J O C J O O N )- m C N N O) N m v an d d 2 E 4 an d m r c m 0) 0 O ° J O J O O N� O W N i0 N °: ° J °= MO ° N N O N C N C (AO > N C N_ N ON —�(OD — W (OD a) N — cCO C- a)Q F. co EQZ ELAN °fNO ON H Ep F- Eo o U° EO H bU .T+"r 0) r- m mQ L aN C NU _? N, Ta)r � � Tm� c oX n� d np> m w� 'oHm cX c oX c0 ai C oX °. m o m~ p m o p m 0) CD m H `m ai o m~ o m~ N a: c ° ~ IN w m M N g CD o 03 N m Z m EWE 5 raj = n y a m o m N 0 F- Z... Q N m m° o v o o ° o Li x J w 5 0 0 `m o t °° m m o 0 06 O ci�M =M= C� C >.�-� F W Q U) 0 =M= _(")_ Ir Nd =M= y O O M O O m O U O O N O M Cl) N 1 r N 0) W D U p O) Ln V Cl)- N V O N M F W M to V M co W (O 7 N D) O - N CA N (D Z C,) co r 00 W CC) U) M (° U d co �m moo N 00 'o m°0 moo 00 L E > m m — o °J m m o e o m n 3 E ° E o E U o ° d c m Co an m o 0 m m N m c L r (Q0 ° y 1 c 1 5 0 N >`o Q O 0 2 o = U) LL m m N ao ) o E a) 0 J N > E N C L O U a N 3 N 0 N N O` O 2j O C Z CD a) X U y -0 L m E O w N m N p " a) _O ' m = C EM L-� !9 J O a) co C O U) m r O N d` 0 o 0 0 N L L O = N 'V O O. O C C O= C N L CO j CO O U O y Y N c O `O J - - CL CO m m E s m ` C C 3 0 o A U C U L~ N O m C ( 0 o U 0 O O m o a) o U o m f W C r- Y O m Q m M to 0 C °) O co 0 c: y m m= c°� ro U o U m M m 3 ° o) M m m U� m C, o X o -- � o o co'�K (D c mX a`L Umi ° iD.L�~ y v� = U o LL C m N m 0~ v U O_ O J C C O C 6 a) U Z L `- Z c O) c co 0 EE o c J c E J J UM D U U- LL 02 U z U C o = z N T m c ° ° L O m CD O O y a) = O O O O L Q. N N O L L_ n L_ C Q O m ` L L a) J O J O C J O O N )- m C N N O) N m v an d d 2 E 4 an d m r c m 0) 0 O ° J O J O O N� O W N i0 N °: ° J °= MO ° N N O N C N C (AO > N C N_ N ON —�(OD — W (OD a) N — cCO C- a)Q F. co EQZ ELAN °fNO ON H Ep F- Eo o U° EO H bU .T+"r 0) r- m mQ L aN C NU _? N, Ta)r � � Tm� c oX n� d np> m w� 'oHm cX c oX c0 ai C oX °. m o m~ p m o p m 0) CD m H `m ai o m~ o m~ N a: c ° ~ IN w m M N g CD o 03 N m Z m EWE 5 raj = n y a m o m N 0 F- Z... Q N m m° o v o o ° o Li x J w 5 0 0 `m o t °° m m o 0 06 O ci�M =M= C� C >.�-� F W Q U) 0 =M= _(")_ Ir Nd =M= y O O M O O m O U NN O) Ln OM ON O a)O O) M MOD O 0) (D W co c c s s 0 c N ` O) on aD co 00 00 OD aD 00 co �m moo aim 00 'o m°0 moo 00 0) (L n mL co .0 cod co .0 co L aDd 00 .0 co .0 Oa m O W O O O O) O O) O O O O O O IL o C C O 0 O 0) C O 0 C O O C 0 I- U O O LO O M N m O co W d N d O (0 (D ^ 00 d M m (O (O 0 C F, W M 7 0 (D a) V O ((O 0 W W ONO O O z U Cl) @ 0) (o ° N v Ln m o 00 d O K 00 L O N M (O N 0) (D O 0 N O 7 �a O 0 C O 0 C C '2 a) 0 M . @' p —W 4) ID C a)N > C _ 0N0 @ C ° m > m v C 0 L N EQ z_ EQ z_ EQ z_ 0 J > @ w >. U m O) > C aa)) U 0 c Q m a) 0 z � > O H N N O co j N d C . .L+ a) = O -O o m a m O a) O d C 0 m N w a) co N 0) O a) o r @ > 0 @U m y O) m z �� O) ° "0 N ` a) mZ mZ @ O co 03 Qn m 'v °p "oO c �� n �op:o > m� 0(n _ (n S S SF-d(� m 0 co C� C C�,., C C� C O a@ ) v 3 'E O N 9 � N CO 7 M E co 0 m J a) M a) N D C 0 _ m S CL O O J O m 1 C C O N C z C1 Y Z O C co N E J (n @ N N 0) C @ C C Z 'O a) E 7 Y > C V C_ O V1 7 0 > a7 d 2 a0 3 �a) o aU .>` o `o c m S N O U D z U C w Y 'V 0 (o w C 0 N m 0` J U 0 O U C L °_ a a) 0 o u 0 0 o 0) _o m m L m 0 o ` ti U C U E L y O 0 7 U O U X M N 3 a) 0 0 O W cu a) U C C 0) 0. C 0 Co @ C U T @ m p O@ U> m m V mp C U> C m O U N � I mm zo c U� m ,T a) c m uj m= � @ N o ai v m o E N o _- v p ?�F m F �5 N 2H 7CJ Wm (MOO r� N'D �`y a o Q Er N N @— c 7 C> o a) GC L) O �Y m°' It L o@ amp m o� a`U> (n C E C C y C U L `y C C y C .0 o 0) (O W O M Q 0-5 O@ O@ N 0— O J O a) O O `O 'C O c N C U..0 Ua Uw U(n0 s UO U 3 UU ar LL1]— C O co O 0) C O C O C O O C 0 I- y O > @ c 0) W m O 'C () d N d @ O L d C. d U O. W O 0),o 0 C L @ CL N 7 0 C C C 13 N C (D 0 W W (6 O O C Q O @ N N J p x 4 0) d d O L co A 00 d 00 d 00 L W L 00 .0 0 co d D 0) 0 p C C O N Q C O V' m(D O 7 O C C O 0 C O 0 C C '2 a) 0 M . @' p —W 4) ID C a)N a)(D _ 0N0 �N @OJ (Cp NQ EQ z_ E O�Lo n Q) C4 0 E° r EQ z_ EQ z_ EQ z_ E 64 Co O O N C N a) 0 z CO -O" > O H N N C N N j N d C . .L+ O ) O O -O o .� (D ❑— O a m O a) O al 0 U O E X 0 m N w a) co E co m @ o a`) �uj U a@ o @U m @U m co m U o~ m z �� mz m cm�m °c) oo !?� N mZ mZ @ mZ ca �U vU) @ Qn m 'v °p "oO o� @ �� n J `mom O �op:o �O°:o v°ov m� 0(n O U� (n S S SF-d(� =NfA SM7 C� C C�,., C C� C O� O LLOF O co co 0) O O O O I- y O m 0) co 0) W 00 O 0) () d N 03 (n Q) "t 0) M a) () O 0) O M (O W M a1 W O 0),o O O o N N 0 W W W W CO ' CO W 00 r 00 ^ 00 r_ W � W W CO x 4 0) d d O L co A 00 d 00 d 00 L W L 00 .0 N L co d O) O O O 0) O O O 0) O 0) O m 0 (M O O O 0) O IL 1 i V N _ c0 N _ co .0 m J � Q O O O O N ? Q) 0) V co OD F w cq 00 v m d w o m W Z V O O O O N O LY 0a M a0 M cl 0) Ln V N 0 @ x J > C E o c > c N o c ? o 0 co N Ol a) (j N (0 'O co 0) .� -o C O) @ O .T. n c @ L -° 0) L 0. E N — x° co co t x o m U -0 C 0 C — N 0� 0 C U L C C W y O O O O N N L ° O) E r @ J CD 3 N X 'O J co C 0 — -0 O. _- C C 00 F O) — O) O O W C 0 O C A= N i -0p N O N M a U CO O O C O @ > <p C O J @ Un V N w= L V, U c 0 @ E c @ @ > O o U n o > c _ a) O C/) � °CL CO � C w 0 00 U O (n O 0 U p O T V) @ O @ > c co 0) J O C 0 0) V 3 0 0 2 ° _ ° ° ° 2 m ° UO cnm o °- °off Uw v L x ay corn o V w = C C U N la L@ O V F3 `@ N .ca It 0 O O) O - co O N LO "O O C 'C 0 U r N o X N V 3 co co U � e ° co O 7 O > —' O ° co r Ln U M X CO OD ! N O O C) d l C U U C 0 N u -0 O U U U U V U N (D E N O L N ` C O m@ o o_ (L 0 Z a y E W co a O O V O -0 O OO @ O 0 0 L QU) U Nx U x U U U V) T @ 3 L 3 ° m m o r m c °- o) < (Dc o =0 3 3 r Q m E x° r co 0 ca r o� ° d a ° d Ln C O) O 0,N O° O- d C) (n o O) O '� C N C Na (NO EQ 0'o N p C O CO (n0 �'@0 N O O) a) co a) N >� @ °U Z @ NN H m� O mo E ab° E n�O r'D ° �.�a m m@ y O :n O C y 0 U U) C 0 X co@ @@ L CO L W N C J w �H �� pU) O.O E @� N O= O U =� U G UJ p p~ F- p CL Q O 2 p� @ mZ m Lit -.° m� a OZ m m.o W ma W @Z ) Co 3 aNO v°o �LOv =c— �°= Y''= x =cnm x =cn0 CD O U�U) �° �rn� U @U 2rMix UrU HaNQ M a) F-aNQ cO� �U H N 00 co 00 co 04 0) N W to m 00 co 00 00 W (n a) NO m 0) O 0) 00 0) O 0) O 0) N W 0) 0 0 0) 0 0 �F 7� 0 0 O 0) co CO r I`O r r­ 00 r CO O O� i (0 00 CO O W CO W 0 rna-0 ma co a w w-0 co-0 'o o 0 00 .0 �-0 o-0 Ll G °) � °) -O 0) -O 0) 0 m rn 0 rn o w° m m m m V N N 0) "t 0) N W U ° m CO D (D W m O 0) c0 00 10 m d a 0) c o 0) o a) c m m W M O (0 m m rn 0 o m O) � O m m °o CO rn o O 0 O N O O 0 W 0 W m O m m 0) o 0) o CD m O N O m D m OD o OD co 0) 0) m O � O 0 m p m 0) o 0) c ? C O 0 T V O LO m N O O m 0 W m O O E N O OD O N O N N E h U W m co Cl) M (") 1� y' 00 r O Z V M , ((O r V c0 N M N N U d O (� N m o ma O C m m m m V N N 0) "t 0) N W U ° m CO D (D W m O 0) c0 00 10 m d a 0) c o 0) o a) c m m W M O (0 m m rn 0 o m O) � O m m °o CO rn o O 0 O N O O 0 W 0 W m O m m 0) o 0) o CD m O N O m D m OD o OD co 0) 0) m O � O 0 m p m 0) o 0) c ? C O 0 T C m N fA m 2 (n 0 N m T E C m o m co 3 a E m 3 '> 3- c0 3 m 3 (0 "0 o 0 N L L y L 06 p m m Z c m C 0 p O C N m o ma O w a)a O DO y Q) 't O DO 0 7° 0 7° ma O DO w ma O D0 U w 3 D O c E uJ LC N a u C C a) +L-' a1 0 O E J C Z O m m NON 0 co O m m >� N w a) >� C y CD m >� m O @ EQZ m ; = _ U EQZ m EQz .j m O- m m m > _ 3 O — p ' > u, m -O N > O CL (0 N a) c O. Co N m c_ m Y a. -a Z Cl (A m c_ 0 C m Cl N a) c_ C1 V m e 0 C m () O p N a a) O p (� O. (a m d m m d 0 p 0) a 3 a) = co a) E C lw c '2 m- m m co m m m m m m m Z p (0 c Z C m m C Z C m m N O) '0 0 c= m 4 Y 0 0 U m 0 2 m U ° "O 'O ° M O 'O U5 p -0 ° C C ° C C ° C >O 'O ° V O O > > C 'D O w o (V U) CO Z C C a) C1 > 0 m O O ° 2 °> v E a 2 U C 0) cm O Z 0 Z 0) 0 Cl Z '0 U N m U ca -O m m C -,t -,t � co m 0 0 O UT mO a) pm _ O.0 O cu v U�C (O O _ m c0 0 N 0 j ' c° O 0° C LL > °) m m ce) m l0 d l>9 ll� O CO co U > 10 L Lo a) LLD O (D '> > O O .N- J -O c , W m0 C m m 7 c0 D] C0 m a' C a' m C co° U U U �` > m c`6 U N co m 0) (0a N m a) ` C N ` a) ` w '•`G- C C CO C C C C C C C ry C C C 0(u< O O C U CL 0Q) O m 0a) C OW 00 OW U..0 U U L) C) C) C) U> U.- UJ 0m C) (D m m m m V N N 0) "t 0) N W U ° m CO D (D W m O 0) c0 00 10 m d a 0) c o 0) o a) c m m W M O (0 m m rn 0 o m O) � O m m °o CO rn o O 0 O N O O 0 W 0 W m O m m 0) o 0) o CD m O N O m D m OD o OD co 0) 0) m O � O 0 m p m 0) o 0) c C O N fA m 2 y y N N U) m 3 co 3 a m 3 m 3 m 3 c0 3 m 3 C 0 L O) L O) N L L L L L m 2 = T m 3 C 0 2 = w (D 2 w ma 2 2 ma O w a)a O DO y Q) 't O DO 0 7° 0 7° ma O DO w ma O D0 0 00 (() D O QY uJ C a)' C Cl C� W C ' a) >� C a) (N0 a) > V m m NON E EN C(D m >� m >� N w a) >� C y CD m >� C N (DD m >� mQ EQZ EQZ E D E o— EQZ EQZ EQZ EQZ EQz ac a) J — U T (�0 — (0 (�0 — (0 ( 0 — (0 (L0 - (0 (�q — co pU O CL (0 N a) c O. Co N m c_ m Y a. -a 'C m O 3z Cl (A m c_ [i (A m c_ [1 V) a) c_ Cl N a) c_ C1 V m e L C m () O p N a a) O p (� O. a) p a) p L a m a) O p CO a 0 O p (n a d 0 p 0) a a) O p U) C. m 0 p to a w co E ca m m m Uj w m- m m co m m m m m m m Z p (0 c Z C m m C Z C m m N O) '0 0 c= m C Z C m m C Z C m m C Z C m m c Z c m m c Z c m m Q U ° "O 'O ° M C ° `Q 'O U5 p -0 ° C C ° C C ° C ° 'O ° V O U (00 U C° C C C o (V U) C a C C C- C C C C I C c- c m m m m V N N 0) "t 0) N W U ° m CO D (D W m O 0) c0 00 10 m d a 0) c o 0) o a) c m m W M O (0 m m rn 0 o m O) � O m m °o CO rn o O 0 O N O O 0 W 0 W m O m m 0) o 0) o CD m O N O m D m OD o OD co 0) 0) m O � O 0 m p m 0) o 0) c to OO m O N N all (0 O co 0o W co co 00 W co 00 U a) N Q o0 oN o w co 0) o o 0 0 0 1p Q' W M O w N p 0 O LO O O cq O ` O) O co 0O A LO CO Z LO N LO W M (o o O C LO C\ Cl) N O co .0 00 .0 0 co .0 COD N N O N (D N N N r oO N 0 0 va 0) p Y d ) 70 >` O C O C O CP > C EO C) r c c H a) J Q) > U u rn m = W LL O Y Q (� V% v O w _ @ Q) O O m E 'O U C @ O ,t C O @ 3 a Q 'o a y a O m 3 a O 0) m @ O x y (�0 J N c O a w E E U) a) > C O 'N N_ CL O (n D a) > O O O N O) O c @ z > @ CO O O CL O > O aO j O O U) E o 4 (D O r 0 v a) o av ¢ J o p O o oni O n o O �U 0Z O) m a m c O a L c a) m c O o _ >. O O U c CO L co 7) U _ 01 O> E- O V m LL Z O m O z m C. N O m > @ L m> y O m w N 0 N C U O c m -� Z c J @ m C >. p C m m C U r m n E w i V m CO z_ C m` 2 O' LO '0 C (D C) N .N.. > I- O CO V N O O C N LO N m O N O 1� ` O Z U m (`J L a) r O N> O LO V LO O LO V Ln r Q LO V LO _N O O. O m L N m t` d m m R: Z) m> m CO N a U V N U -p - a a U 'y O U U O U Q U z V w U O (� (� C U CO Co y Co (`0 N N @ (� N V) p C p, C> C y C C C m C O C C C m C O W O m¢ O Y O- O m O O O .-.. O m O m O N U c a (n U U> Q Of C) W U> U 2 Q H c o c p C o N _ y m O. N N N y N E 3 O N c N 3 m 3 m 3 m 3 @ 3 EO co m m rn o) rn rn U x F- o v x x _rn x x x 3 (U O C 0 7 p O j p O j p O j p 0 0 L co O O N o0 O 3 W C N _ O C N >� C N >� C N >� C N >� C N j� = c «O m O¢ N >,T E¢ a)U E N J r ¢ m n J m E¢ N E¢ N E¢ O E¢ 'E ¢ N o) a) C) 1'- r CD m ma m C as O N a) r O? m c �? m r �? m M c �? m r a)? (6 �a0M LO U) O N C N d@ Q j C N C !n CL C '= O C N O C N aai p m o O m 3 N V m x o O p m o O m o O O a) o p a) o 0 p O o a x WN E m U m @ O a' m U m m U m m. m m m m U m 'y O C Z @ �(n ca Nm Z NmY f� N U ¢� mZ m O @ Lo- OO O 7 Q W mZ m O 'OO V mZ m O 'aO'6 I6Z @ O UO V l0Z m O UO'O Co @ O 'OO V N Q U O m U U) O� C C (0 LL O O J a m C 1.9 G C C C C c C C 2E a @ to OO m O N N all (0 O co 0o W co co 00 W co 00 U a) N 0).- (D O mO m00 W N O)O O MW OCO W m 0 0 1p 1p `i lD 1p n , lO , lO 0 W O ` O) O co O co LO CO LO CO LO N LO W W CO n CO � 00 ¢ a) a- 00 a 00 .0 00 .0 co .0 00 .0 m-0 co .0 COD 00 0) O 0) 0 0) p 0) 0 0) 0 0) p O O 0 0 O) p 0) p F y 0) a0 W U) `O) O W 0 Cj 0 W O� � � v)� a 0 0)a 0 rn 0 rn C C W m m p 0 47 00 co m O m LO u7 CO 0) O O (D 00 co M M m CO LO I 7 V CO 7 00 O) O m O O (D co c0 O) N N m M O O C M N M c N 00 CC a0 .0 CO -0 00 L m O O O m C 7 � U O 00 > O US . N 00 0) m O p O 00 (A p Cl) O M M LLI M _O 0 0 0 0M l0 N M 0 V 0 00 04 Z M o m m O) m C m V O K V a)U N O N y m M � Cl) Uo > LL 407 N U m F y 0) a0 W U) `O) O W 0 Cj 0 W O� � � v)� a 0 0)a 0 rn 0 rn C C W m m p 0 47 00 co m O m LO u7 CO 0) O O (D 00 co M M m CO LO I 7 V CO 7 00 O) O m O O (D co c0 O) N N m M O O C M N M c N 00 CC a0 .0 CO -0 00 L m O O O m C 7 � . N a) U) c Q ` O > C J E O E ' ;O C m J a)U N O y m N L O > LL 0 U m J Y m C O E c ` to U ai U) m ca m Q o a m c n r o ° m 2 m o mN L`N o _ m CL a CC Z °- N > a a N a) J U) D_ y E} �q Y 0 > > ;6 N m C a) rC ❑ O_ N N m m 'a > J > - O. J v) T m m U m o a) a n E .J+ > L m L O) O N a) a U 2 > Y .n J Q ai m Y y J. 0 m 'N J V) O O V '� 'O Z U m > .- N J U L N C � Q. U) O E Q m C N L) m> a) >. m� L) Z Y n- (n m N E N C �o° N m j dv ^ N V J m0 0 m ° to o '0 � CD a LO �O Mf7 �U ML 0 m tD m > m U U 10 O N N a) N- � r Z > m V 0 ` 0 Lo Q � O� N O v U m U CCI 3 m y CD 7 .J. U m nj O c U y U � of p J `n M w O m m m m 0 Z m V) 0 M¢ o° 0 a 0 C 0> 0° 0 n 0 2 ❑ U@ U U y U of U co 00 U y U N U? J d m C O C p C C O _ m 0 C n co d m N V7 E E N O U O a y c 3 L m 3 m 3 m 3 m c m c F 2 m m �j T m F O m V O O O L O O ap w m <{ m V m m O. 4) a) O ° N C C N C N = 4) _ C C C N O O C m r Q r 0 m> m» r N 0) O N m> C yZ L @ r Q w aa) )U F.., nvJ Co WZ m-- (D m moom7 w y OC] m-- Z nvJ a)N m 0 U o mN p IT m m a)i ❑ Y a) c y C w (n�fn m_ 2 M c c aa)) CO N of O v C m X J0 T ,C a) O aa) m 0 D_ X O_ O O m 0 m m x 0 W C 0 E m n 0= V O m m m m .N O 0 O O) O) m N - ca O Q' Z N m c r Y C Z c C Z C NCO N U '.C-.. :_ C Z C N N m C C] f� Q N U y '� Q C m U O ' O' N O U (n U O J J Q O O U,CO JCLm YLL �� C c� �O_� 722 c- c J -i ca F y 0) a0 W U) `O) O W 0 Cj 0 W O� � � v)� a 0 0)a 0 rn 0 rn C C W m m p 0 47 00 co m O m LO u7 CO 0) O O (D 00 co M M m CO LO I 7 V CO 7 00 O) O m O O (D co c0 O) N N m M O O C M N M c N 00 CC a0 .0 CO -0 00 L m O O O m C 7 � > > C O D N W CO a O o o0 00 O o 0 O O M O O O O) N O M O 7 V 0 O 0 O C O O �.., W Z M rl- CD (0 r O R O O O M � V O 0 _U 0 w O tD 0) rn y 0) - _T U I� U a cc, ° rn to co 0) r- 0j d � �„ v •- > > C O D N W CO a O W co h h C O O) N `) N C a- 0) 0 0) N 0) (h 0) 0) - C 0) LO J a O) C o0 N m 0 C O 0 a7 0 0 0 m N O 3 rn y a0 rn _T U N J cc, ° rn N co 0) r- 0) r- d > a c M N CL N Q) r U 3 C i r-a Q �n N JO I- N d O C O Y- 0) O o 0) O � � _ N O N N a3 L N O ) [a C cu a) m C C U V J T O y J E @ a J N c > Q U o 3 o d p o) ai T > 2k L 0 o N L C m 'a Q�9 co .0 J O OJ Q # 7 ^ Q) a) N N > = E: a w s N V LO C > 0 0 O O > O J N 2 a) Z U ra c Y a) 0 c C J O > J 0 c 0 L p v 0 O N m @ o N L 0 J O O J a 0 c W o a`) N m 'm '> d 6o O O 'a No C 'a a d O w Z co o W L) c > acL x > E Z 00 m o U U E CL �° u) m rn o a m` v C O N Q) r r w 3 E oo_ °o_ E L E a CU c a) > a 0. o x y o > a co ~_ N h O W f� ca O co It O N 0 Nr O L E c - OO L 3:� Nm d W IIO O) 70 N O Q V OJO Cam- 'a) C u) Cam- O U V L O 0) N C @ N Q x m � `° u) J xm�` 0N ca CL C N D° 0)a) o W c O r �U �') c w d U °' r o_ W O _ 0L C 0 0 NU N ai D'T W V NU Oa Y N (`pY m c) CL C Oai N (aY W a7 (O Q UN a) U) C a7 X O C yy L .0 L C C - O' d a) r0 �- N aj a s Y N V W 0. r,° E 7 a 0 0 I a) N 0 0 CL O a= N > O a_ m a) OX O Z U f` @ y C a) ym p 7.L.. 7 C ULL y N L) a) �� Cm� O ton d N O a) U>O 'J a 3 YDy U�v) ��� -iam a�aa r`m� (D-i �°)U �(Do U-z aa� H N W CO W co h h h U `) N M N 0) 0 0) N 0) (h 0) 0) - 0) m 0) LO 0) (D ul y o0 C) 0 '0 0 0 0 0 0 W eo rn 0) a0 r` cc, ° rn co 0) r- 0) r- ao r� . )`' M M re< rnaa COm ma r-a �a �n ran i.a I- �n O C O O O m O 0) O M O 0) O m O 0) O 0) O 0) O N T _ N U N 3 Z O O O y @ 3 @ 3 @ 3 O) @ 3 N O N N O O O O O O 00 O O O F W L) M 06 M O C) V O O rl: O N Z Cl) U N N 2 r W U LO N co Ua ca N O v ri LO -7 o > p 3 M O N T _ N U N 3 Z O O O y @ 3 @ 3 @ 3 O) @ 3 N O N N rn rn o o m rn E O E o C Y 0 p U > > rn _rn >2 g U 2 2 2 = y U U U 2 ca N O O O c Y a i > p 3 T O o. 00 a) O c _ m Q E a) O oM 4 U Z y 3'v o 0- W a) c a)N E yN c'j p a 3 L cry r rn �5 y O) N N y w E co O O cm O O O E cop C( Q 1° m � r O > 'p- 'o L U 2 C U O W O) C @ r O O U CL - a O 7 a C D > U 7 Z - — N N to a d ) p ` _ C — O } pU O D cL a N m`y m a '� DN@ 10 v ? Z a) pma) d p m U° U T W I�L M E a) a U a U m ca 7 U C L O d L N } c Y c O LO N a Y w Y a) ° L 2 'O !/7 O O -O -O 0@ co O @ a LL YLL y)i N Y N y N H' YLL = v v M a> O M O O a) d O a) > O Qr N a) > d U o c E `m > � >- (D a) m 0) to Oi ) O CO 0 U) N @ @ N cn T Y U O O O M N �r O O 0) (0 CA 0) to (O W CO 0) (D (O O OO ° U C 'm co .10 L a y it N O C o ca O C' O' () O 0) 0 mm m E 0) o c Y U '° cYi N a a Y a @ o N v a Y a W O C LL N C m a) y V V N U V U N ` d y O C m @ co m a 0 N C U) a m V m a) ` C = > C O V > 0 m Q a 0 0 U�1 0 co co 3 Q) y N T N U N 3 V O O O y @ 3 @ 3 @ 3 O) @ 3 N y N N rn rn o o m rn E E o _rn g E 2 2 2 c W 2 U U U 2 ca N O O O O a) a) y T O o. 00 a) O c E a) O oM >` a) O 3'v CN W a) a)N E a)N E yN c'j a)N 3 L cry 3 rn �5 y O) N w w E co a c N E 0 cm M a) N L O E cop C( Q 1° C@ O r O L O m r O N p O 2 C U O W O) = m r O 4) U F... a O "T 7 a C D @ V Z 7 Z - p mU a ) ) ( D _ a) w .0 Tc . mrr OC . } pU O D cL a N m`y m DN@ 10 a0. pma) O ° a) U° U T W I�L M E a) a U a U m ca O — m m a N U LL a) Y O N Y Q m cco N m N N a) ° L 'O !/7 O O -O -O 0@ co O h@ U�tn O O �aJJ LL YLL y)i �°)U N@ LL �I� c c H' YLL v v M M Cl) O O O O) F m o O M.W O O�r @ m V 0)O a) m 0) to Oi ) O CO M W O O O M N �r O O 0) (0 CA 0) to (O W CO 0) (D (O O OO rn oa oa oa on on 1 0 O C' O' () O 0) 0 0) p 0) o m O 0) o O) O 0) 0 0) 0 0) p c N o O 6 N O C O N N t E N o 0 o ° E _ ° E E E Y o U o 0 o U o (D U o U N °� is v >, o_ c 0) o 00 m E ro a m U m a) (°ll 0) L ° r- m L O' L C° c m U m� o °_> -0 c) O) o @ NU 2Z m a)(h FZ Y m =Z 111 U z a� a> >. ° 0— O° «6 y J N H A N M y C y N Co N (n O. d' y N (n D. In °d O J ( ) 2 �- N m co Z InON mm L1JN CL mm mm �'E mm U(L U O U (n 5 E U U H Z U c c D SD l6 >` U 0° CD O° G °O °° °O n 0 O° °O V E O 00 o MN o 0) I.- 0 0 0) 0) ° w co 6 cNi C5 o IZ C6 v Oo ' u) LO co (O v 7 In (D D r It N U d m CO n CO a (D m W n o CO n N (D n c N o O 6 N O C O N N t E N o 0 o ° E _ ° E E E Y o U o 0 o U o (D U o U N °� is v >, o_ c 0) o 00 m E ro a m U m a) (°ll 0) L ° r- m L O' L C° c m U m� o °_> -0 c) O) o @ NU 2Z m a)(h FZ Y m =Z 111 U z a� a> >. ° 0— O° «6 y J N H A N M y C y N Co N (n O. d' y N (n D. In °d O J ( ) 2 �- N m co Z InON mm L1JN CL mm mm �'E mm U(L U O U (n 5 E U U H Z U c c D SD l6 >` F 0 co (D (D (D co (D (D (D V E O 00 Mr MN 0)O 0) I.- 0)O 0)r 0) 0) Mr r �' ,' . W N m rn� (D LO co (O N (o co 7 In (D 1 � V (O CO M (O (D 0 Q m CO n CO a (D m W n o CO n (D -0 (D n d a C: D) 0 M 0 D) 0 m 0 t O 0) m 0 D' m N z Z o J Z O a. C O C N > U w c c o } pp` m O m m Y L ? U c °— E' O) N N > _ _ N Mn y w o a c 0 o N 0 a) Z m c 0 J m L CO C U '- N y -Q — j O uj N > (n m > O)J N (NO U O_ O U L N L L L L U Z o U m m IM 0 'a o m d E 0_Z C U N L C> ` C C_ U L) = rn d y c (D N N 9 U W O N¢ (u C a) j O o U. U O (D U aw M o c N o O 6 N O C O N N t E N o 0 o ° E _ ° E E E Y o U o 0 o U o (D U o U N °� is v >, o_ c 0) o 00 m E ro a m U m a) (°ll 0) L ° r- m L O' L C° c m U m� o °_> -0 c) O) o @ NU 2Z m a)(h FZ Y m =Z 111 U z a� a> >. ° 0— O° «6 y J N H A N M y C y N Co N (n O. d' y N (n D. In °d O J ( ) 2 �- N m co Z InON mm L1JN CL mm mm �'E mm U(L U O U (n 5 E U U H Z U c c D SD F N co (D (D (D co (D (D (D V `7 N° Mr MN 0)O 0) I.- 0)O 0)r 0) 0) Mr r �' ,' . W O W co of (D LO co (O N (o co 7 In (D 7 (O (° V (O CO M (O (D 0 Q O) d L CO n CO a (D m W n CO .° CO n (D -0 (D n d O) C 0 D) 0 M 0 D) 0 m 0 0) 0) m 0 D' 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SEISMIC RETROFIT OF BALBOA ISLAND BRIDGE CONTRACT NO. 3212 NON - COLLUSION AFFIDAVIT Indiana State ofBN ) ) ss. County of Vanderburgjh G7 J. H. Dastur , being first duly sworn, deposes and says that he or she is Vice President of Traylor Bros., Inc. , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State 'f California that the foregoing is true and correct. U Traylor Bros., Inc. _ Bidder A on ed Signature/Title J. H. Dastur Vice President Subscribed and sworn to before me this 2nd day of December 19 98 [SEAL] _ � ( k U _R Y� Notary Public Patricia A. Allen My Commission Expires: 2-21 -99 Resident of Warrick Co., IN 0 0 C -a CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SEISMIC RETROFIT OF BALBOA ISLAND BRIDGE CONTRACT NO. 3212 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of receipt Notice of Award to the successful bidder: • CONTRACT • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND • CERTIFICATE(S) OF INSURANCE • GENERAL LIABILITY INSURANCE ENDORSEMENT • AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT 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 submission of bid. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. FEB -18 -99 07:01 PM CITIZENS INS -- EVILLE 18124282810 v * I Ar,()Ep- INSURANN BINDER 0 1 D THIS BINDER IS A TEMPORARY INSURANCE CONTRACT, SUBJECT TO THE CONDITIONS SHOWN ON THE REVERSE SIDE OF THIS FORM. 111 Southeast Third Street 812-428-2630 COMPANY EFFECTIVE �� - } .._ 1 i BINRP. TE- IRATIO 3 C PRDDUCER I 1 Citizens Insurance St. Paul Mercury BINDER54 r Southeast " TIME Evansville, IN 47708 2 0'' X' AM 08/17/99 X L.IAN CODE: _ ISUB CODE: CODE: 10514 --- - ----- CIgTDMERID' INSURED Traylor Bros. Inc. P O Box 5165 Evansville, IN 47716 p2/17/99 1 - PM I NOON `._�...___.___.. THIS BINDER IS ISSUED TO EXTEND COVERAGE m THE ABOVE NAMED CC MPAN' PER EXPIRING POLICY C DESCRIPTION OF OPERATIONS /VEHICLES /PROPERTY (Inclu Ging L®Allonl I IMITC TYPE OF INSURANCE COVERAGEIFORMS � DEDUCTIBLE . COINS% AMOUNT PROPERTY CAUSCSCFLCGS ! Basic Causes of Loss Form modified x$50, OOq None 1, 000, C]0 BASIC 77 BROADr I SPEC j per the attached Special Conditions X Specified /Other Coverages page. Peril _ GENERALLIABILTTY EACH OCCURRENCE 3 -_... -- ... COMMERCIAL GENCRAL LIABILITY (FIRE T' DAMAGE (Any cnsllrsI,.s CLAIMS MADC �� ' OCCUR MED EX, A,On�a:On j PERSONAL BPDVINJViDV •E .. _I .. . GENERAL AGCnEOATE IS RE- RODA'EFCRCLAIMSYACE, •PRODUC7S- C3MPIOPAOGI3 AUTOMOBILE LIABILITY COMBINED _SINGLE LIMIT •f . AM AU10 0001L Y INJURY PA, P ALL CWNED AUTOS BOOILYIN J URY(01Z_Lvd Ij3 SCHEDULED AJ(OS II PRCPERTY DAMAGE '1 _ HIRCO<UTGS MEDICAL PAYMENTS _ y NON.OWNEDAU *OS PERSONAL:NJVRY PROT UhINSURE ❑MCTCRISi -_IS � 3 AUTO PHYSICAL DAMAGE DEDJCTIULE_j AL'_VEHICLES E;SCMEOULEO VEHICLES. ACTUAL CASHVALII[. OOLLIS:ON. _, YSTATED AMOUNT S OTHER THAN COL, aTHCR GARAGE LIABILITY AUTO ONL Y- EA ACCIDENT CIS ANY AUTO I ;rOTHER THAN AUTO ONLY. �f 2ACCiO5KT _ EAHAGGREGATE ! S EXCEGG IABILITY EACH _OCCUn RENC -E 1 S UMBRELLA FORM AOGREGniEJ- _ O'HCR T MAN UMBRELLA PCRM AETRO CATE FOR C. AIM' MACE, SE L F. I AS U R r: RE T E N TI c f WC, STATU_OnY,.,MITS ._ —.... - WORKER'S COMPENSATION • E.L i.ACII ACCICENTf__ -. - -, AND EMPLOYER'S LIABILITY I, _E L DI n50_, EAEMP_CYEC IS E.L. 0SEASE - POLICY' „'MIT. f Covered Prolperty: 1305, 1307, 1309, 1311, 1401, (FEES PECIAL o�gRIDNa 7403, 1405, and 1407 N. Bay Front Newport Beach, '_TAXES COVERAGES (See at -ached Spec Conditions /Other Covs page.) ''. ESTIMATE'DTOTALrAEM:JY :3 NAME 5 AUVM tbb ' I MORTGAGEE I ADDmONAt w5l.REC City of Newport Beach Public !LOS PAYEE Works Dept. - Attn: Lauren LOAN/ Farley, Risk Ma.^.ager. 3300 Newport Beach Blvd. AUTHO EDRE GE -IVE i P.O. Box 1763 Newport Beach, CA 92658 -8915 ACORD 75 -S (01198) 1 D1 3 #31G NOTE: IMPORTANT STATE INFORMATION ON REVERSE SIDE DWA 0 ACORD CORPORATION T993 FEB -18 -99 07:01 PM CITIZENS INS.— EVILLE 18124282810 P.02 CONDITIONS This Company binds the knd(s) of Insurance stipulated on the reverse side. The Insurance is subject to We terms, conditions and limitations of the pobcy(ies) in current use by the Company. This binder may be cancelled by the Insured by surrender of this binder or by written nolice to the Company stating when cancellation will be effective. This binder may be cancelled by the Company by iotice to the Insured in accordance with the policy conditions. This binder is cancelled when replaced by a policy. If this binder is not replaced by a policy, the Compary s entitled to charge a premium for the binder according to the Rules and Rates in use by the Company. Applicable In California when this form Is used to provide Insurance In the amount of one million dollars ($1.000,000) or pore, the title Insurance Binder Applicable In Delaware The mortgagee or Obligee of any mortgage or other Instrument given for the purpose of creating a Per on real property shall accept as evidence of Insurance a written binder issued by an authorized insurer or Its agent if the binder includes or is accompanied by: the name and address of the borrower; the name and address of the lender as loss payee; a descrlplbn of the insured real properly; a provision that the binder may not be canceled within the term of the binder unless the lender and the insured borrower receive written notice of the cancel- lation at least ten (1 0) days prior to the cancellation; except In the case of a renewal of a policy subsequent to the closing of the loan, a paid receipt of the full amount of the applicable premium, and the amount of insurance coverage. Chapter 21 Title 25 Paragraph 2119 Applicable in Florida Except for Auto Insurance coverage, no notice of carceflation or nonrenewal of a binder Is required unless the duration of the binoer exceeds 60 days. For auto Insurance, the insurer must give 5 days prior -erica. unless the binder is replaced by a policy or another binder in the same company. Applicable In Nevada Any person who Fefuses to accept a b'nder which provides coverage of less than $1,000,000.00 when pool is required: (A) Shat be tined not more than $500.00, and (B) is Fable to the party presenting the binder as proof of insurance for actual damages Si therefrom. ACOAD 75- S 101 19B) 2 of 3 #316 FEB -19 -1959 17:00 18124292810 95% P.02 FEE -18 -99 07:02 PM CITIZENS INS.- EVILLE 18124282810 SPECIAL CONDITIM/OTHER COVERAGES (ContWom page 1.) CA92622 &1099 Bayside Dr. Newport Beach,CA 92662 Covered property includes real property, dwellings, structures, foundations & underground pipes, flues or drains at schedule locations. Covered Per'_'_: any direct physical loss of or damage to covered property arising out of the pile driving operations of the named insured on the City of Newport Beach Public Works Dept Contract No. 3212, Seismic Retrofit of Balboa island Bridge. Additional Insureds and loss payees: Joan H. Gregorius, Mary Forssell Kramer, Leroy C. Sutherland, Bartlett .3. Vance and Lora W. Vance, Deborah Dunwell Day, William III and Catherine Caton, Joseph Woodard, Lynn Newton, Robert .7. Neely. Legal Liability End-. 42623 modified to add ccverage for real property, dwellings &structure of others the insured has assumed under contract Exclusions will. he modified to "not apply if they result from the covered cause of loss, Other Insurance will be amended for the property policy to be primary. All covered property will be insured for replaccm.cn.t cost . AMS 75.0198A (01198) 3 0t P.03 FFB -18 -1999 17:01 19124292810 95% P.03 Client#: 10514 YYC7�•�•) :txy COVIPRAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWIT HSTANDING INSUR4VCE MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH ACORD� CERTIFICAID OF LIABILITY INSR of /(, 9 PRODUCER Citizens Insurance 111 Southeast Third Stre _,, "; ! THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE R. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTEf THE COVERAGE AFFORDED BY THE POLICIES BELOW. Evansville, IN 47708 r-W. GENERALLIABILITY 'KKO1200600 812 428 -2830 INSURERS AFFORDING COVERAGE INSURED , Z I RA:St. Pahl Mercury Traylor Bros. Inc. )— -- _. —___ PUoLIC450NK$ P O Box 5165 NEWPORT EA Evansville, IN 47716 I B: -- C: P D: INSURERS: COVIPRAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWIT HSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYpE OF INSURANCE POLICY NUMBER POLICYE MECTIVE POLIOYE MIRATION LIMITS A GENERALLIABILITY 'KKO1200600 112 /01/98 12/01/99, EACH OCCURRENCE '$1,000,000 _ -FIREDAMAOE(Anyonefire.s50,000 - X COMMERCIAL GENERAL LIABILITY CLAIMS MADECX, OCCUR I MED EXP(Any one person) IS5, 000 _ L j i—PERSONAL Is ACV INJU_ROOO,OOO •I GENERAL AGGREGATE §2,_0,00000_ r 'OENI I OOO, OOO L AGGREGATE IMITAPPLIESPER PRO- i - — POLICY i LOC A AUTOMOBILE LIABILITY KKO12OO600 12/01/98 12/01/99 COMBINED SINGLE LIMIT $1 000,000 accitlent) / / X ANY AUTO (Ea ALL OWNED AUTOS j BODILY INJURY is SCHE DULED AUTOS I (Per person) _ X HIRED AUTOS I BODILYINJURY :$ X;NDN -OWNED AUTOS :(Per accident) - - - - -- — PROPERTY DAMAGE $ (Per accident) j . GARAGE LIABILITY AUTO ONLY. EA ACCIDENT$ ANY AUTO EA ACC j $ I OTHER THAN - AUTO ONLY: qGG $ A EXCESSLIABILITY 12/01/98 12/01/99 EACH OCCURRENCE I$6, 000, 000 OCCUR 17 CLAIMS MAD AGGREGATE _ $6,000,000 IKGO1201519 DEDUCTIBLE .$ �. RETENTION $ I $ A WORKERS COMPENSATION AND WVK1200698 1Z/Ol/98 WC STATU- OTH -� - EMPLOYERS' LIABILITY 112/01/99 E.L. EACH ACCIDENT �§1�000�000 _E. ^I_EA F $1000,,000 !E.L. DISEASE -POLICY LIMIT §1 000 000 OTHER I DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLES /EXCLUSIONS AD DE D BY ENDORSEMENTISPEC(AL PROVISIONS The City of Newport Beach, its officers. officials, employees, & volunteer are additional insureds as respects auto, GL and excess liability. Waiver of subrogation applies as respects to worker's comp and employers liab. Longshore & Harbor workers included in workers' comp coverage. SHOULDANYOFTHEABOVE DESMDEDPOUCIESBE CANCELLED BEFORE THE E)FRAIION CITY OF NEWPORT BEACH PUBLIC DATE THEREOF,THE ISSUING INSURER WILLENOEAVORTO MAIL3 .0_DAYSWRITTEN WORKS DEPT. NOTICETOTHE CERTIFICATE HOLDERNAMED TOTHE LEFT, BUTFAILURE TO 00 SO SHALL 3300 NEWPORT BOULEVARD IMPOSE NO OBLIGATION OR LIABILITY OF ANYKIND UPON THE INSURERITS AGENTS OR Newport Beach, CA 92663 REPRESENTATIVES. AUTHORIZED REPRESENTATIVE / -7 ACORD 25 -S (7197)1 of 2 #826 // JJT O ACORD CORPORATION 1988 JAN— '12 -99 08:39 AN CITIZENS INS— EVILLE 18124282807 t. Jc91 12 199 x13:40 Ft;,* POLL FIFE 8 MmPllJE�12 648 2365 TO01�IASE:'oII ADDITIONAL PROTECTED PSRSONS ENDORSEMENT GENERAL LIABILITY - INCLUDING COMPLETED WORK This enclorsement chanpas your Contractors Cemrnererot Gencrul Liability Protection. Now Coverage Is changed 'rhere nre two changes which ara descrlbed below. 1. The following is added to the Who Is Protected Under This Agreement ser.ion. Thin change adds certain protected persons and limits their protection. Additional proteCted person. Tha parson or organization named below is an aoditional protected person as required by a contract or agreement entered into by you. But only for covered injury or damage arising art of: • yoau work for that person or organirallon; • your corr,pieted work for that person or organization it your contract or agreement requires such (:overage: • premises you own, rent, or ley5e from that persun or organization; or • your maintenance, operatlom, or use. Of equIpmont leased from that person or organization. We eyplein what we mean by Your work and you, completed work in the Products end completed work total limit section. it the additional protected person is an errhitect, engineer, or surveyor, wo won't cover injury or damage arising out Of the performance or failure to perform INSURANCE I architect. Anginser, or surveyor professional services. P. 02 "Worn td Ar'dhrfec:t, ertgrrleer, or Surveyor professional SClvla -s includr< • the preparation or app,Oval Of maps, drawings. opinions, reports, surveys. change orders, designs, or specification, and • supervlcory, in51'!¢C(ion, or nnprr•.: �::ntt servicer'. 2. The following is added to the Other primary Insurance section, Thi, clran{te broadens coVeiagc. We'll conctder this Insurance to he primary to and non - contributory with the Insurance issued directly to additional protected per;;ons listed below If: • your contract Apecifically requires that we consider this tnsurunce to bn primary or primary and nom contributory; or • you requrst before a iosr. that we consider thit insurance to be primary or primary and non rontributory Insurance. Mar Terals All other terms of your policy rrms1e lbr same. Person Rr organlutlatt:— City of Newport, itc nfficere, DrEicials, employees and volunteers arc covarod as additional insureds. Name of Insured Policy Number r,1c01200606 41fective Data 121010t1 TRAYLOR RRO5., INr.. ProCestln Date 01/07/99 13.44 D03 G93:2 Rr!v. 12 -97 Printed in U.S.A. Endoraemcnt est.Paul Fire and Marine insurance Cn.1997 All Rights Reserved Pago 1 of 1 JAN- ,12 -99 09:20 AM CITIZENS INS.- EVILI_E 18124282810 P.02 JLYJ 12 '99 09:21 FR 6WUL FIFE Z MAFINM2 646 2365 TO 904 %204^, P.C+2,' , Iii CanCellation Non - Renewal Endorsement This Endorsement Changes Tour General Rules. How Cover.&& Is Changed: The Cancellation section is removed and replaced with the followinp: CANCELLATTON. The first namA d insured can .onccl this policy in whole or part at any time. To cancel, the first named insured "list deliver tl,e policy or the part to be esncelgd to us or to any of out authorized agents. If this isn't possible notify uc by mail and innlude the date coverage is to end. Nell refund the unused premium to the first named insured, less a charge for early cancellntion. If we ranecl or non -renew thit policy, we'll mail or deliver a eanc:ellation notice to the first named insured at leeat 180 days 'before coverage wi.tt end; 10 dayx it we are cancellins for non - payment of premium. IL notico is mailed, proof of mailing to the first named insured's last hailing address known to us will be considered proof you were notified. Any unuaad promiltm will be, re- funded to the first named insured as soon as poeeibie. However, the cancellation or non- ronawal will be effective whether 6r not we've made or offered a refund. Other Termv. All other terms of your policy remain the same. Name of Insured Pollcq NumbsIRR012U0600 6ffeclive Date 12/01/98 TNAYLOR BKOS., INC. Procesfley Ogre 12 /28/98 10:37 001 60502 Cd.1 -80 Printed in U.S.A. Customl2eil Fvrrn vst.Paul Fire and Marine Insurance Co.1980 all Rights Reserved Page I JAN -12 -99 09:21 AM CITIZENS INS.— EVILLE 18124282810 P.03 JR4 12 '99 09:22 PR WLL FIFE 2. tIARINEn2 c40 236: TO *456ZtN47 P. 0:11 **Mfttrd Additional Protected.Perseno Endorsement This endorsement changes your Contractors commerefal Ai tomohile Protection. Now Coverage is Changed. There ere two changes which are explained below; 1. The Following is added to the who Is Protected Under This Agietment section. This change broadens coverage. Additional Protected Per3onA. Any person or organization you ere regvirvd in a written contract to who as an additional protected ptr5 on is en additional protected pv.sun. But only for covered injury or damage that reroltm room the ownership, maintenance or use of a covered auto. Z. The Limits of Liability provided for thv additional protected parson w11J riot- * be proater than the limits of liability rcgtired in the contract; or * increase the limit:, of liability in this agreement• Other Terms. All other terms of your policy remain the sate. None Of Insured Policy Number tmO1200600 llfeetive Oste 12/01/98 TRAYLOR BROS, INC. Processing Oats 12/28/98 30 ;37 001 40502 Ed-1-80 Printed in V.S.A. CUstomlzed Form o$t.Paul Fire and Marine Insurance Co. 1980 All Rights Reserved PaAe t FEB —Q1 -99 01:22 PM CITIZENS INS.— EVILLE 18124282810 P.03 FEb 01 r99 11 :05 FR *LL FtRE 2. MWJR fi3'12 64F 236: TO 10.03 '06 "'Ps"11111A WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 01 06 A LUNGSHURI AND HARBOR WORKERS COMPENSATION ACT CUYERAGE ENDURSEMINT Thi, endorsement changes the policy to which It IS ottoched and Is effective on the data issued witless otherwise stated. RM ipiiyw��g "W,r Kt,r...." M•4 b. ;,~*1*4 n+iy wx.n m:+ 04e12em+m ro wwuatren .•f lM ppurty.i This endorsement, effective on 12/01/98 at 12:01 A.M. standard time. forms a part of alatol Policy No, WVV.I200698 Endorsement No, of the ST. PAUL FIRE AND MM114F 114SURANCE COHPANY NCCI Carrier Code 13706 INSmt of Insvioce Compagd Issued to: TRAYLOR 8809., 1NC. Policy Fxpiration Bate: 12/01199 Premium of any) S ulhe 1. 0 riu,! nta4ve This endorsement applies only to work subject to the Longshore and Harbor Workers' Compen- sation Act in a state shown fn the Schedule. The policy applies to that work as though that sTmo were listed in item 3.A• of the Information Page, flsnsrai 3actron C. workers' Catapeasalloa taw is replaced by the folfowSng: C. Workers' Compensation Law Workers' Comperieotion Law means the workers or workmen's compensation law and occupa- tional disease law of each state or territory named in item 3.A. of the Information Page and the Longsh ore and Harbor Workers' Compensatton Act (33 USC Sections 901 -950). It Includes any amondments 10 those taws that are In effect durlpg the policy peri0d. It does not inoluda any other federal workers or workmen's compensation law, other federal occupational Disease taw or Rte provi <iona of any law that provide, nonoccupationei disability benefits. Part Two (Empioyers Liability Insurance), C.Exc)usivns., exclv9ion 3, does not apply to work subject to the Longrlhoro and Harbor Workers' Compensation Act. This endorsement does not apply to Work ewhjeet to the Dafenve Base Act, the outwr Continental Shelf t ands Act. or the Noneppropriated FVnd Instrirmentalitie5 Act. CopYrl9ht 1985, 1591 National ooV ^e:r on COn'"mYtien Insura•+eo FEB —P1 -99 01:22 PM CITIZENS INS.— EVILLE 18124282810 Ira 01 '99 11:05 rp *AUL FIPE 2 MW INE312 649 2365 YP3 *914%2 14T P. Ord Schedule The rates for classificatione with code numbers not followed by the letter ­F" are rates for work not ortlinar fly subject to the Longshore and Harbor Worker s" Compencation Act. If thls policy eovor6 work under tech classifications, and if the work is subject to the Longshore and Harbor Workers' CompenEotion Act, these non -f classification rates will be Increased by thx Longshore and Harbor Work4re' Compomation Act Coverage percentage shown In the Schedule. Copv.lght taSa_ 19�r NAtrAC1j CorM0l1 on Cornpvnjoti,A 1n1414ncC P.04 `J Longshore and Harbor Workers' State Compenvation Act Coverage Percentage AL 2.940 M 2.770 Al 1.520 CA i.SO4 FL 3.810 1L 1.510 IN 2.070 KY 2.240 LA 3.110 xo 1.750 NC 2.330 PA 1.995 sc 2.110 TN 2,180 Tx 1.610 NV 1.600 ND 1.600 Nv 1.600 NY 1.600 OH TBD WA TBD The rates for classificatione with code numbers not followed by the letter ­F" are rates for work not ortlinar fly subject to the Longshore and Harbor Worker s" Compencation Act. If thls policy eovor6 work under tech classifications, and if the work is subject to the Longshore and Harbor Workers' CompenEotion Act, these non -f classification rates will be Increased by thx Longshore and Harbor Work4re' Compomation Act Coverage percentage shown In the Schedule. Copv.lght taSa_ 19�r NAtrAC1j CorM0l1 on Cornpvnjoti,A 1n1414ncC P.04 `J FEB —P1 -99 01:23 PM CITIZENS INS.— EVILLE 18124282810 P.05 FEE 01 '99 11:06 FR *UL PIPE t. ,- eRP7NnIZ .gas X365 Yu 9� 1It'C-'Ua h. M 3+Z NOTICE OF CANCELLATION PNI)ORSE11'IENT This endorsement chAnges your General Liability Protection How Coverage Is Changed If Nve cancel this policy, we agree to give the City of Newport Peach at least 30 days notice before it will become effective. OTHLH'i'F:RMS- All other terms of your poliry remain the Same. Name of insured Policy Number Effective Date 4050'2 Ed. i -870 rioted in U.S.A. Cuetomizod Folv1 @St. Paul Fire and urine Insurance Co. 1980 Page I of 1 0 C -9 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SEISMIC RETROFIT OF BALBOA ISLAND BRIDGE CONTRACT NO. 3212 CONTRACT THIS AGREEMENT, entered into this 14th day of December, 1998, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Traylor Bros., Inc., hereinafter "Contractor," is made with reference to the following facts: A. WHEREAS, City has advertised forbids for the following described public work: SEISMIC RETROFIT OF BALBOA ISLAND BRIDGE Project Description 3212 Contract No. B. WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, City and Contractor agree as follows: CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non - Collusion Affidavit, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, General Conditions, Standard Plans and Standard Special Provisions, Plans and Special Provisions for Contract No. 3212, Standard Specifications dated July 1992 of the California Department of Transportation and all supplements and this Agreement, and all modifications and amendments thereto (collectively the "Contract Documents "). The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. 2. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project: All of the work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. E 0 C -10 3. As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Two Million Three Hundred Eighty Eight Thousand Six Hundred Ninety Seven and 15/100 Dollars ($2,388,697.15). This compensation includes: (a) Any loss or damage arising from the nature of the work, (b) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (c) Any expense incurred as a result of any suspension or discontinuance of the work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 4. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. 5. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to City, addressed as follows: CITY City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Lloyd Dalton (949) 644 -3328 Traylor Bros., Inc. 34 Executive Park, Suite 100 Irvine, CA 92614 949 - 475 -0444 6. LABOR CODE 3700 LIABILITY INSURANCE Contractor, by executing this Contract, hereby certifies: '9 am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or undertake self - insurance in accordance with the provisions of the Code, and I will comply with such provisions before commencing the performance of the work of this Contract." 0 7. INSURANCE 0 C -11 (a) Insurance is to be placed with insurers with a Best's rating of no less than A:VII and insurers must be a California Admitted Insurance Company. (b) Contractor shall furnish City with certificates of insurance and with original endorsements effecting coverage required by this Contract. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. All certificates and endorsements are to be received and approved by City before work commences. City reserves the right to require complete, certified copies of all required insurance policies, at any time. (c) Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. A. Minimum Scope of Insurance Coverage shall be at least as broad as: Insurance Services Office Commercial General Liability coverage "occurrence" form number CG 0001 (Edition 11/85) or Insurance Services Office form number GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. 2. Insurance Services Office Business Auto Coverage form number CA 0001 0187 covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288 Changes in Business Auto and Truckers Coverage forms - Insured Contract. 3. Workers' Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. 4. Workers' Compensation insurance as required by the Longshoremens' and Harbor Workers' Compensation Act. B. Minimum Limits of Insurance Coverage limits shall be no less than: 1. General Liability: $5,000,000.00 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial Liability Insurance or other form with a general aggregate limit is used, either the general aggregate 0 C -1z limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. Automobile Liability: $1,000,000.00 combined single limit per accident for bodily injury and property damage. 3. Workers' Compensation and Employers Liability: Workers' compensation limits as required by the Labor Code of the State of California and Employers Liability. C. Deductibles and Self- Insured Retentions Any reimbursement deductibles or self- insured retentions shall not exceed $50,000.00. At the option of City, either: the insurer shall reduce or eliminate such deductibles or self- insured retentions in excess of $50,000.00 as to City, its officers, officials, employees and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. D. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: 1. General Liability and Automobile Liability Coverages (a) City, its officers, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees or volunteers. (b) Contractor's insurance coverage shall be primary insurance and /or primary source of recovery as respects City, its officers, officials, employees and volunteers. Any insurance or self- insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. (c) Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, officials, employees and volunteers. (d) Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (e) The insurance afforded by the policy for contractual liability shall include liability assumed by contractor under the indemnification /hold harmless provision contained in this Contract. 1] 0 C -13 2. Workers' Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against City, its officers, officials, employees and volunteers for losses arising from work performed by Contractor for City. 3. All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, rescinded by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to City. 4. In addition to and without limiting the liability insurance requirements of this Section 7, commencing at page C -11 of the contract, Contractor shall provide Property Insurance acceptable to the City's Risk Manager with limits no less than $1,000,000.00 aggregate to cover any direct physical loss of or damage to private real property, dwellings and structures within a 120 foot radius of any pile driving operation, which loss or damage arises out of the work of Contractor. All real property owners within the 120 foot radius shall be named on the policy as additional insureds. This added insurance coverage shall be bid as a separate additive bid item and the lump sum price paid for "Property Insurance" shall include all costs of providing the insurance coverage, including adding additional insureds, as described in this section. Full compensation for providing Property Insurance shall be included in the price bid for Additive Bid Item IA. E. Acts of God Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the repairing and restoring damage to Work, when damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract amount provided that the Work damaged is built in accordance with the plans and specifications. F. Right to Stop Work for Non - Compliance City shall have the right to offer the Contractor to stop Work under this Agreement and/or withhold any payment(s) which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. 8. RESPONSIBILITY FOR DAMAGES OR INJURY A. City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. B. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. • 0 C -1a C. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractor's subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify City from the sole or active negligence or willful misconduct of City, its officers or employees. D. To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. E. Nothing in this article, nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for in "C" above. F. The rights and obligations set forth in this Article shall survive the termination of this Contract. 9. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 10. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. 11. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above. -.doom AP ED AS TO FORM: CITY ATTORNEY CITY OF NEWPORT BEACH A Municip orporation i By: • ' ennis D. O'Neil, Mayor ized Signature and Title Dastur, Vice President rJ CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 11 SEISMIC RETROFIT OF BALBOA ISLAND BRIDGE CONTRACT NO. 3212 DATE: ova kav 2S 1998 BY: (�I) wo�-- Public Works Director TO: ALL PLANHOLDERS NOTICE INVITING BIDS Change Bid Opening to 2:00 pm on Friday, December 4, 1998. DESIGNATION OF SUBCONTRACTOR(S) Page C -5 first paragraph: Delete reference to " 6easi�stiert and substitute "Standard Specifications dated July 1992 of the California Department of Transportation". NOTICE TO SUCCESSFUL BIDDER Page C -8. last paragraph: Delete reference to ' for P, -blwc, Works Ger�sirastier and substitute "Contract ". I . E VON 0 Seismic Retrofit of Balboaland Bridge Contract No. 3212 • Addendum No.1 Page: 2 CONTRACT Page C -9. Section 1. Contract Documents: Delete reference to ' " and substitute `Standard Specifications dated July 1992 of the California Department of Transportation ". Page C -10. Section 3. A corrected form, omitting $494,278.50 as full compensation for the performance and completion of the Project, will be provided to the Contractor for execution of contract documents. Page C -11. Section 7.A. Minimum Scope of Insurance: Add paragraph 4: "Workers' Compensation Insurance as required by the Longshoremens' and Harbor Workers' Compensation Act ". Page C -11. Section 713.1 General Liability: Change the coverage limits in the first line from $1,000,000.00 to $5,000,000.00. Page C -12, Section 7C Deductibles and Self- Insured Retentions: Amend to read: "Any reimbursement deductibles or self - insured retentions shall not exceed $50,000.00. At the option of City, either: the insurer shall reduce or eliminate such deductibles or self - insured retentions in excess of $50,000.00 as to City, its officers, officials, employees and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses." Page C -13. Add Section 7D.4 Property Insurance: In addition to and without limiting the liability insurance requirements of this Section 7, commencing at page C -11 of the contract, Contractor shall provide Property Insurance acceptable to the City's Risk Manager with limits no less than $1,000,000.00 aggregate to cover any direct physical loss of or damage to private real property, dwellings and structures within a 120 foot radius of any pile driving operation, which loss or damage arises out of the work of Contractor. All real property owners within the 120 foot radius shall be named on the policy as additional insureds. This added insurance coverage shall be bid as a separate additive bid item and the lump sum price paid for "Property Insurance" shall include all 0 0 Seismic Retrofit of Balboaland Bridge Contract No. 3212 • Addendum No. 1 Page: 3 costs of providing the insurance coverage, including adding additional insureds,- as described in this section. Full compensation for providing Property Insurance shall be included in the price bid for Additive laid Item 1A. FAITHFUL PERFORMANCE BOND Paae C -17: A corrected form, omitting Peterson -Chase General Engineering Construction, Inc., will be provided to the Contractor for execution of contract documents. Page P -1. Item 8(F) Bar Reinforcing Steel (Bridge): The quantity has been changed from 227,743 pounds to 411,527 pounds as indicated on the attached Revised Proposal. Page P -2. Additive Bid Item: Add an Additive Bid Item and provide two bid totals as indicated on the attached Revised Proposal. SPECIAL PROVISIONS Paae 6. Se ionn 4. Bectlnninq of Work. Time of Completion and Liquidated Damaaes: Change the last sentence to read: `This constraint shall apply to any lane closure longer than 20 minutes. The Contractor may conduct as many as two - 20 minute lane closures per working day outside of the 50 working day lane closure restriction; however, any lane closure exceeding the permitted 20 minutes as clocked by the Engineer shall be counted as a full working day lane closure. " Paqe _14 Section 5- 1.11 Removal of Asbestos and Hazardous Substances: Add to second paragraph: "If hazardous substances are encountered on the work site, the City will be the 'generator' on waste manifests and the Engineer will compensate the Contractor for disposal in accordance with 'Extra Work' as defined in the Standard Specifications ". Seismic Retrofit of Balboa Island Bridge Contract No. 3212 • Addendum No.1 Page: 4 Page 42, Section 10 -1.01 Order of Work: Add sentence: `The Engineer may permit certain non -noise items of work to be performed outside of specified working hours in order to accommodate tidal changes, delivery of materials to barges, etc.; however, inasmuch as the work may be performed within a residential environment, the Engineer shall be the sole judge for approving the Contractor's extraordinary work hour requests" Page 43. Section 10 -1.02 Preservation of Pro eedy: Add to third paragraph from the end: `There are no provisions in the City's permits to dredge and replace beach sand; however, if such dredging is desired by the Contractor, the Engineer will cooperate in the Contractor's application to the Army Corps of Engineers to dredge under the City's blanket maintenance dredging permit. The blanket permit allows as much as 500 cubic yards of material per site to be relocated on City beaches or as much as 1000 cubic yards of 90% sand -size material per site to be exported to ocean disposal. The Engineer assumes no responsibility for assuring approval of the Contractor's blanket permit application" Page 47. Section 10 -1.07 Protective Surface Coating; Replace first two sentences with: 'All existing surface coating shall be removed as shown in the plans. Two coats of SikaTop 144 or an equal that has been approved by the Engineer shall be applied to all surfaces covered by existing surface coatings and to all new exposed concrete surfaces. Existing coating removal, surface preparation, and new coating application and cure shall be performed in strict compliance with the coating manufacturer's written instructions" Page 50, Section 10 -1.11 Piling: Delete paragraphs pertaining to load testing, etc., beginning with the fifth paragraph: "The second paragraph of Section 49 -1.03, 'Determination of.........' " and ending with ".........backrilled with earth or other suitable material approved by the Engineer. " near the bottom of Page 51. Page 52, Section 10 -1.11 Piling - Open Ended Cast -in -Steel Shell Concrete Piling_ Revise last sentence of the third paragraph to read: "Drilling shall not be used within 8 feet of the specified tip elevation. " Page 57, Section 10 -1.15 Repair Spalled Surface Areas: Revise second sentence in third paragraph to read: "The Contractor shall allow 10 days for the testing." ' Seismic Retrofit of Balbo40 nd Bridge Contract No. 3212 • Addendum No.1 Page: 5 Paae 67: Add "Section 10. 1.24 - Navigation Lighting: Navigation lighting shall be removed and replaced at Bents 10 and 11 as shown on the plans and shall conform to Section 86, 'Signals, Lighting and Electrical Systems', of the Standard Specifications and these special provisions. Existing navigation lighting shall be rewired as necessary to operate appropriate lights during the various phases of work in navigational lanes. New navigation lighting shall be complete and operational before opening the affected channel to navigation. Measurement and Payment — Full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in removing and replacing navigation lighting and for rewiring, operating, and maintaining existing lighting during construction as described in this Section shall be considered as included in the prices paid for the various items of work and no additional compensation will be allowed therefor." PLANS Sheets 2 and 3. General Notes: Add Note 13: "Bridge sidewalk closures shown hereon may continue during non -work hours for storage of materials and equipment, however the Contractor shall maintain signage and security for materials and equipment during such non -work hours." Sheet 4: Add note: `There are no known underground utilities within the vicinity of pile placement at the Balboa Island bridge. All known utilities are contained within the bridge deck." Sheet 5. Quantities: Change the quantity for Bar Reinforcing Steel (Bridge) from 227,743 pounds to 411,527 pounds. Sheet 6. Notes: Add note 3): "Offshore moorings will be removed and reinstalled by others. The Contractor and Engineer shall agree as to which moorings must be removed." d C Y Seismic Retrofit of Balboa• nd Bridge Contract No. 3212 Addendum No.1 Page: 6 Add note 4): "Piers, guide piles, and offshore moorings that interfere with work will' be removed and reinstalled at no cost to the Contractor; however, such removal and replacement shall be scheduled at least one month in advance of the desired removal date, and no item will be removed without the Engineer's concurrence in the need to remove ". Sheet 7. Staging of Work: Revise sentence one of Note 2. to read: `Pile work may be completed at all bents in one stage; thereafter, pile cap work may be completed at all bents in a separate stage. No pile work (pile cap work) shall be performed at Bents 11 and 12 until pile work (pile cap work) has been completed at Bents 9 and 10 ". Revise sentence three of Note 2. to read: `Pile work may be completed at all bents in one stage; thereafter, pile cap work may be completed at all bents in a separate stage. No pile work (pile cap work) shall be performed at Bents 9 and 10 until pile work (pile cap work) has been completed at Bents 11 and 12." Sheet 8. Bent Details No. 1: Replace Sheet 8 with attached Addendum No.1 Sheet 8. Add attached Sheet 18a, Electrical Details. APPENDIX Department of the Army Nationwide Permit Authorization: Attached are the terms and conditions mentioned in paragraph 4 of the December 12, 1997 letter. Bidders must sign this Addendum No. 1 and attach it to the bid proposal. A bid will be considered unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum No. 1 and have included full payment in the attached REVISED PROPOSAL. TRAYLOR BROS., INC. Bidder's Name (Please Print) 2/98 Date Signature & Title J x Dastur Vice President CWS WO*WWecftM 09rJ4W1 5¢fS C.3212WdWUUm.d= 0 REVISED 11125198 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SEISMIC RETROFIT OF BALBOA ISLAND BRIDGE CITY CONTRACT NO. 3212 PROPOSAL TO THE HONORABLE CITY COUNCIL City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 -3884 Gentleman: The undersigned declares that he /she has carefully examined the location of the work, has read the instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete City Contract No. C -3212 in accordance with the Plans and Special Provisions, and will take full payment therefore the following unit price for the work, complete in place, to with: BASE BID ITEMS: ITEM ITEM UNITS ESTIMATED UNIT PRICE ITEM TOTAL NO. OF QUANTITY (IN FIGURES) (IN FIGURES) MEASURE (S) (S) 1 TRAFFIC CONTROL SYSTEM LS LUMP SUM LUMP SUM 1(01 000 2 FURNISH 60" CAST -IN -STEEL LF 1154 - SHELL CONCRETE PILING `� i , `610~ 3 DRIVE 60" CAST -IN-STEEL EA 20 - (S) SHELL CONCRETE PILING 5 C1 a-0 6 �� 17- y 000 4 STRUCTURE CONCRETE CY 304 (F) (BRIDGE) -74 0 ZZ 4 r1 b0 5 DRILL AND BOND DOWEL LF 494 _ 6 DRILL AND BOND DOWEL EA 160 _ (EPDXY CARTRIDGE) 30 7 REPAIR SPALLED SURFACE SF 3200 AREA 100 3;t'o, 000 8 BAR REINFORCING STEEL LB 411,527 (F) (BRIDGE) 0,45 N S) s� 9 PROTECTIVE SURFACE LS LUMP SUM LUMP SM COATING 00 10 ARCHITECTURAL CAP EA 20 - 7000 - /4'0,000 PI • REVISED 11/25/98 SUB TOTAL BASE $ID ITEMS 1 THROUGH 10 ..................S TN K.NO slx NaHo. 3o was xllv a $ g ✓gn% WRITTEN IN WORDS: 7w� 141IL J 'r"" i )"D 0•, DOLLARS AND CENTS ADDITIVE BID ITEM: ITEM ITEM UNITS ESTIMATED UNIT (RICE ITEM TOTAL NO. OF QUANTITY (IN FIGURES) (IN FIGURES) MEASURE ($) ($) IA PROPERTY INSURANCE LS ILUMPSUMILUMPSUMI 15joo5- SUB TOTAL ADDITIVE BID ITEMS IA ...........................$ 5000 WRITTEN IN WORDS: v I H o OS a,..j o DOLLARS AND CENTS TOTAL BASE BID PLUS ADDITIVE BID ITEM ...................S �, 3`6 2 r6 i1 �16 J.i itil H- -500:5 ��g Sir F?ouuaK� /JAN SF ✓6U WRITTEN IN WORDS: <o ff,,,,w FNRS Q )SO Neu en �! LLARS AND ��— CENTS Award of contract, if awarded, will be made for all of the items of the Base Bid OR all of the items of the Base Bid plus the Additive Item, as selected by City after opening of bids. n TRAYLOR BROS., INC. BIDDER 949 / 475, -0444 BIDDER'S TELEPHONE NUMBER 245855 CONTRACTOR'S LICENSE NO. P. O. Box 189, 1233 Quarry Lane, Ste. Pleasanton, CA 94566 CONTRACTOR'S ADDRESS NUMBER W HORIZED SIGNATURE/TITLE J H Dastur. 4 Executive Park, Ste. 100Vice Pres. Irvine, CA 92614 ADDRESS 11/30/99 EXPIRATION DATE 9251484 -0444 CONTRACTOR'S TELEPHONE 124,01/98 18:13 PUBLIC -WORKS 949 475 0440 • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 2 SEISMIC RETROFIT OF BALBOA ISLAND BRIDGE CONTRACT NO. 3212 DATE: BY:'� Public Works Director TO: ALL PLANHOLDERS SPECIAL PROVISIONS NO. 486 D02 1. Section 10 -1.07, "PROTECTIVE SURFACE COATING," should be amended as follows: The first paragraph should be replaced with: Two coats of SikaTop 144 or an approved equal shall be applied to all new, exposed concrete surfaces in accordance with the manufacturer's recommendations except that the require cure time shall be two hours. Coats applied to the piles shall be applied at low tide. Surface coatings on the piles shall extend to an elevation of 0.0MLLW. The color of the final coat shall match the color of the existing coating. Concrete surfaces shall be prepared in a manner consistent with the manufacturer's recommendations. Prior to application of the protective coatings, the Contractor shall protect all surfaces not receiving coatings. Surfaces not specified to receive coating that are damaged or coated shall be repaired and cleaned by the Contractor at the Contractor's expense and shall be subject to the approval of the Engineer. 12/01/98 TUR 17:08 (T% /RX NO 88991 Q) 002 17/01/98 18:13 PUBLIC -WOKS 4 949 475 0440 • NO. 486 903 f Seismic Retrofit of Balboa Island Bridge Contract No. 3212 Addendum No. 2 Page: 2 The first paragraph in the "Payment" section should be amehded to read: The lump sum price paid for protective surface coating shall include full compensation for furnishing all labor, materials, including tools, equipment, and incidentals, and for doing all the work involved in applying a protective surface coating complete in place, as specified by these special provisions and as shown in the plans. 2. Section 10 -1.15, "REPAIR SPALLED SURFACE AREAS," should be amended as follows: Paragraph one should be amended to read: This work consists of repairing concrete surfaces of the existing structures by removing and disposing of unsound Portland cement concrete, cleaning concrete surfaces and reinforcing steel, placing reinforcement, repairing cracks and filling spalled areas to the limits designated by the Engineer, and in accordance with the requirements of Section 15, "Existing Highway Facilities," 51, "Concrete Structures," and 95 -1, "Epoxy," of the Standard Specifications and these special Provisions and as shown on the plans. The last paragraph should be amended to read: The contract prices paid per square foot for repair of spalled surface area shall include full compensation for furnishing all labor, materials, including reinforcement, tools, equipment, and incidentals, and for doing all the work involved in repairing spalled surface area, including associated crack repair, complete in place, except removing and disposing of unsound Portland cement concrete greater than 4 inches deep and filling spalled areas greater than 4 inches deep, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Crack repair not directly associated with a spall repair shall b paid for as extra work as provided in Section 4 -1.03D of the Standard Specifications. STANDARD SPECIFICATIONS Section 2 -1.03, "EXAMINATION OF PLANS, SPECIFICATIONS, CONTRACT AND SITE OF WORK," should include reference to AGRA letter dated December 1, 1998. (Copy attached hereto for the Contractor's convenience). 12/01/98 TUE 17:08 [TX /RX NO 68981 0 003 12/01/98 18:13 PUBLICORKS 4 949 475 0440 • NO. 486 -4 ► Seismic Retrofit of Balboa island Bridge Contract No. 3212 Addendum No. 2 Page: 3 Bidders must Sign this Addendum No. 2 and attach it to the bid proposal, A bid will be considered unless this signed Addendum No. 2 is attached. I have carefully examined this Addendum No. 2 and have included full payment in the attached REVISED PROPOSAL. TRAYLOR BROS., Inc. Bidder's Name (Please Print} Date I :Waus\pEwWargAmlryq \gg\p�lD ®W"y 132 I n 66&,dwJ4.dw & Title J H Dastur Vice President 1• .. 12/01/98 Tfm 17:08 fTX /RX NO 68981 1?1004 1201/98 18:13 PUBLIC — KS -> 949 475 0440 r" AGRA Earth B Environmental Deoembor 1, iWe Job No, e- 252 - 101000 Mr. Matt Sahreson DoWon Engineering 3914 Murphy Canyon Road, Suite A-1S3 San Diego, CA 82129 RE: FOUNDATION MATERIALS BALBOA ISLAND BRIDGE NEWPORT BEACH, CALIFORNIA Door Mr. Salveson: NO.486 P05 AGRA Earth L Envlror mental. Inc. 16760 Wea: Bernardo beep -Sen 0169o, CA 62127 Tat Isis) A87-21'3 Felt (619) A974857 This latter confirms our conversation yesterday regarding support fat foundatlau for tho Balboa Island Bridge. AEE'e structure foundation report for the structure was submitted on November 25, 1999. The bridge will be loundod on CIDH piles which take their support from the Monterey Formation, a sedimentary deposit that underlies the upper sands at elevations ranging from -10 to •2A feet. The specified pile tip elevations are well below the top of the claystone and a tatone formellonal materials. The test boring logy evallabls from previous Investigations and the Cons Penetration Tests performed for AEE's Investigation penetrated Into the Monterey Formation, b1R did not'axtend as deep as the specified pile tip elevations. However, surface reconnaissance and available geologic date support AEE's conclusion that the Monterey Formation is laterally and vertically etttansive. This formation can be expected to continue to depths well below those specifed for the pitm. The formational mat riatc Ara hard, but the stool 000ingo can be advsnceU by Ittiviny following Dre- drilling. It is understood that the last one or two hoot ere to be driven without pro•drillIng to form a plug at the bottom of the casing. Driving the lest one to two feet Is expected to !ae re»ide, but herd driving conditions can be anticipated. We trust that this letter provides the Information you need at this time. 11 you have any Quesllons or need additional information, please lot me know. Sincerely yours, AGRA Earth & Environmental Ja es J. Stone, RGE B08 Prtnclpat Engineer JS!(Is Distribution: (1) Addressee � k 12/01/98 TUE 17:06 rTX /RX NO 68981 1?1 005 PROGRAM SUPPLEMENT NO. M003 Rev. 1 to ADMINISTERING AGENCY -STATE AGREEMENT FOR FEDERAL -AID PROJECTS NO. 12 -5151 0 Date: November 18, 1998 Location: 12- ORA -0-NPTB Project Number: STPLZ - 5151(003) E.A. Number: 12- 401804 This Program Supplement is hereby incorporated into the Agency -State Agreement for Federal Aid which was entered into between the Agency and the State on 05/21/97 and is subject to all the terms and conditions thereof. This Program Supplement is adopted in accordance with Article I of the aforementioned Master Agreement under authority of Resolution No. '17- 3 �� approved by the Agency on t/! >8- /If%See copy attached). The Agency further stipulates that as a condition to payment of funds obligated to this project, it accepts and will comply with the covenants or remarks setforth on the following pages. PROJECT TERMINI: IN THE CITY OF NEWPORT BEACH ON MARINE AVE. @ BALBOA ISLAND CHANNEL; BR.#55C-0014 E3 TYPE OF WORK: SEISMIC RETROFIT LENGTH: 0.1 (MILES) PROJECT CLASSIFICATION OR PHASES) OF WORK [X] Preliminary Engineering [ ] Right -Of -Way [X] Construction [X] Construction Engineering Estimated Cost Federal Funds Matching Funds $2,429,690.00 BMS $2,151,003.00 LOCAL $0.00 ST SEISMIC $278,687.00 OTHER $0.00 CITY OF NEWPORT BEACH Date /a — /- ;1T STATE OF CALIFORNIA Department of Transportation By 07J -...670 Chief, Office of Local Programs Project Implementation Attest Date / y I � 9Y Title I hereby certify upon my personal budgeted funds are available for this encumbrance: Accounting knknowledge etthhat Off ic4l) ( so t/ !' / '" Date $2,429,690.00 Chapter Statute$ Item Ye rogram HC Fund Source AMOUNT 162 1996 2660- 125 -042 -97 20.30.010.690 C 224060 042 -T 15,829.00 162 1996 2660- 101 -890 96 -97 20.30.010.690 C 224060 892 -F 122,171.00 282 1997 2660- 125 -042 97 -98 20.30.010.690 C 224060 042 -T 262,858.00 282 1997 2660- 101 -890 97 -98 20.30.010.690 C 224060 892 -F 2,028,832.00 Program Supplement 12- 5151- M003 -R1 ISTF:A Page 1 of 3 12- ORA -0-NPTB • STPLZ - 5151(003) 0 11118/1998 SPECIAL COVENANTS OR REMARKS 1. This Revised Program Supplement supersedes Program Supplement fully executed on 05/21/1997. 2. The Local Agency will reimburse the State for their share of costs for work requested to be performed by the State. 3. The Local Agency agrees the payment of Federal funds will be limited to the amounts approved by the Federal Highway Administration in the Federal -Aid Project Agreement (PR -2) /Detail Estimate, or its modification (PR -2A) or the FNM -76, and accepts any increases in Local Agency Funds as shown on the Finance or Bid Letter or its modification as prepared by the Office of Local Programs Project Implementation. 4. The Local Agency agrees to advertise the project no later than six (6) months after receipt of the structural plans, specifications and estimates from the State. 5. The Local Agency will be responsible for developing the structural and non - structural plans, specifications and estimates(PS&E) and will be responsible for preparation of the contract documents for advertisement, award and administration of this project. 6. The Local Agency agrees to use local funds to match that portion of the work not eligible for match under The State Seismic Program. 7. All Maintenance, involving the physical condition and the operation of the improvements, referred to in Article III MAINTENANCE of the aforementioned Master Agreement will be performed by the Local Agency and /or the respective agencies as determined by agreement at regular intervals or as required for efficient operation of the completed improvements. 8. State Seismic funds will provide the match to Federal Funds, as well as Local Agency overhead costs, relating to seismic project development. 9. Whenever the local agency uses a consultant on a cost plus basis, the local agency is required to submit a post audit report covering the allowability of cost payments for each individual consultant or sub- contractor incurring over $25,000 on the project. The audit report must state the applicable cost Program Supplement12- 5151- H003 -R1 ISTFA Page 2 of 3 12- ORA -0-NPTB • 11/18/1998 STPLZ- 5151(003) SPECIAL COVENANTS OR REMARKS principles utilized by the auditor in determining allowable costs as referenced in CFR 49, part 18, Subpart C - 22, Allowable Costs. Program Supplement12- 5151- M003 -R1 ISTMA Page 3 of 3 RESOLUTION NO. 97 -35 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH TO ENTER INTO A MASTER AGREEMENT AND PROGRAM SUPPLEMENTS WITH THE STATE OF CALIFORNIA THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH DOES HEREBY RESOLVE, DETERMINE, AND ORDER AS FOLLOWS: WHEREAS, a consultant firm is providing preliminary engineering for projects which are eligible for Federal -aid funding under the Intermodal Surface Transportation Efficiency Act of 1991, said projects known as the seismic retrofit of Via Lido at West Lido Channel, Marine Avenue at Balboa Island Channel, and 38th Street at Rivo Alto bridges; and WHEREAS, to obtain reimbursement for preliminary engineering of said projects, the City must enter into program supplements with the State of California pursuant to a master agreement with the State of California; and WHEREAS, on August 11, 1977, the City entered into a master Local Agency -State Agreement for Federal -aid Projects with the State of California pertaining to projects which are eligible for federal funding; and WHEREAS, said master agreement must be updated to reflect the new provisions of the Intermodal Surface Transportation Efficiency Act of 1991 and the re- engineered Local Assistance procedures; and WHEREAS, the State of California has forwarded a master Administering Agency -State Agreement for Federal -aid Projects modified 11/29/95 that reflects new provisions of the Intermodal Surface Transportation Efficiency Act of 1991 and the re- engineered Local Assistance procedures for the City to enter into as a master agreement; CMI AS A 1ig1E AND 00MI COPY UM OF TM CFFTOF PO PM RACK I one .j �� /I i • . Res 97 -35 NOW, THEREFORE, the City Council of the City of Newport Beach does hereby approve entering into a master Administering Agency -State Agreement for Federal -aid Projects modified 11/29/95 and program supplements for the seismic retrofit of Via Lido at West Lido Channel, Marine Avenue at Balboa Island Channel, and 38th Street at Rivo Alto bridges, and authorizes its Mayor and City Clerk to execute the master agreement and the City Manager to execute the program supplements. Adopted this 28th day of April 1997. City Attorney ATTEST: r City Clerk BY Mayor STATE OF CALIFORNIA } COUNTY OF ORANGE } ss. CITY OF NEWPORT BEACH } I, LAVONNE M. HARKLESS, City Clerk of the City of Newport Beach, California, do hereby certify that the whole number of members of the City Council is seven; that the foregoing resolution, being Resolution No. 97 -35, was duly and regularly introduced before and adopted by the City Council of said City at a regular meeting of said Council, duly and regularly held on the 28th day of April, 1997, and that the same was so passed and adopted by the following vote, to wit: Ayes: O'Neil, Thomson, Edwards, Glover, Noyes, and Mayor Debay Noes: None Absent: Hedges Abstain: None IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed the official seal of said City this 29th day of April, 1997. (Seal) City Clerk of the City of Newport Beach, California Ci& of Newport Beach BUDGET AMENDMENT 1998 -99 EFFECT ON BUDGETARY FUND BALANCE: NO. BA- 031, AMOUNT: $1,ass,sso.00 Increase in Budgetary Fund Balance AND Decrease in Budgetary F;;cd Balance qX No effect on Budgetary Fund Balance n +t i, LLJ This budget amendment is requested to provide for the following: Appropriate additional revenues and expenditures for additional costs associated with the seismic retrofit of the Balboa Island bridge. Additional project expenditures will be reimbursed by Federal and State seismic retrofit funds and a transfer from existing General Fund appropriations. I ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account Description Fund Balance Control REVENUE APPROPRIATIONS (3601) Fund /Division Account Description Contributions Fund 250 4863 Seismic Retrofit Reimbursements EXPENDITURE APPROPRIATIONS (3603) Increase Revenue Estimates Increase Budget Appropriations X Transfer Budget Appropriations 7251 from existing budget appropriations I X from additional estimated revenues C5100067 from unappropriated fund balance EXPLANATION: Number NO. BA- 031, AMOUNT: $1,ass,sso.00 Increase in Budgetary Fund Balance AND Decrease in Budgetary F;;cd Balance qX No effect on Budgetary Fund Balance n +t i, LLJ This budget amendment is requested to provide for the following: Appropriate additional revenues and expenditures for additional costs associated with the seismic retrofit of the Balboa Island bridge. Additional project expenditures will be reimbursed by Federal and State seismic retrofit funds and a transfer from existing General Fund appropriations. I ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account Description Fund Balance Control REVENUE APPROPRIATIONS (3601) Fund /Division Account Description Contributions Fund 250 4863 Seismic Retrofit Reimbursements EXPENDITURE APPROPRIATIONS (3603) Signed: Signed: Signed:Yl City Council Approval: City Clerk Amount Debit Credit $1,465,550.00 $30,000.00 Automatic S'..= 6'5,550.00 S30,000.00 )a -s - sg Date Date G Date Description Division Number 7251 Contributions Fund Account Number C5100067 Bridge Retrofit Program Division Number 7013 Street Account Number C5100019 Street, Ailey and Parking Lot Stripping Division Number 7013 Street Account Number C5100067 Bridge Retrofit Program Division Number Account Number Division Number Account Number Signed: Signed: Signed:Yl City Council Approval: City Clerk Amount Debit Credit $1,465,550.00 $30,000.00 Automatic S'..= 6'5,550.00 S30,000.00 )a -s - sg Date Date G Date 0 �J December 14, 1998 CITY COUNCIL AGENDA ITEM NO. 10 TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: SEISMIC RETROFIT OF BALBOA ISLAND BRIDGE CONTRACT NO. 3212 RECOMMENDATIONS: 1. Approve plans and specifications for bridge seismic retrofit. 2. Award Contract No. 3212 to Traylor Bros., Inc., for the Total Base Bid Plus Additive Bid Item amount of $2,388,697.15, and authorize the Mayor and the City Clerk to execute the contract. 3. Authorize a $230,000 construction reserve amount to pay for any unforeseen work. 4. Approve an amendment to the City's existing construction management agreement with Dokken Engineering, and authorize the Mayor and the City Clerk to execute the amendment. 5. Approve a Budget Amendment to appropriate funds from additional Contributions Fund revenue to Account No. 7251- C5100067 in the amount of $1,465,550.00. 6. Direct Staff to prepare designs, plans and specifications and obtain permits for pedestrian walkways to be added to both sides of the bridge, and approve a Budget Amendment transferring $30,000 from the General Fund Account No. 7013- C5100019, Street, Alley and Parking Lot Striping to Account No. 7013- C5100067 to provide for this design. DISCUSSION At 2:00 PM on December 4, 1998, the City Clerk opened and read the following bids for this project: 'Corrected Total Base Bid is $2,383,697.15 The low bid is 251/2% above the Engineer's Estimate of $1,900,000. The low bidder, Traylor Bros., Inc, is a well -known general engineering contractor who has not performed previous contract work for the City; however, a check with their references and the Contractors State Bidder Total Base Bid I Additive Bid Item low Traylor Bros., Inc. $ 2,383,697.00' $ 5,000.00 2 Vandani Construction Company, Inc. 2,618,704.27 16,000.00 3 John S. Meek Company, Inc. 2,952,858.31 10,000.00 4 Lehigh Construction Company 4,061,554.00 100,000.00 'Corrected Total Base Bid is $2,383,697.15 The low bid is 251/2% above the Engineer's Estimate of $1,900,000. The low bidder, Traylor Bros., Inc, is a well -known general engineering contractor who has not performed previous contract work for the City; however, a check with their references and the Contractors State SUBJECT: SEISMIC REAT OF BALBOA ISLAND BRIDGE - CONTRACT N *12 December 14, 1998 Page 2 License Board indicates that Traylor has contracted a wide variety of projects nationally and is successfully completing the removal of Aliso Pier for the County of Orange and the retrofit of Vincent Thomas Bridge for Caltrans. They have no pending actions detrimental to their contractors license. BACKGROUND The Balboa Island Bridge was built in 1930. It consisted of 10 separate, straight -line reinforced concrete segments butted end -to -end to form a 400 foot long structure. The 1971 San Fernando earthquake exposed a number of deficiencies in the State of California's (Caltrans') bridge design methods. Caltrans determined that all bridges within the State should be capable of surviving a maximum credible earthquake. Some damage was felt to be inevitable, but collapse was believed to be preventable with proper "retrofitting ". Caltrans' seismic retrofit program was initiated after the earthquake. It's initial objective was to ensure the continuity of all superstructure joints in bridges which are subject to large ground accelerations. The effort was completed in 1987, after some 1300 State highway system bridges had been retrofitted. The City shared in the effort by retrofitting the Balboa Island Bridge in 1980. Cable restrainers and piles were added to join the 10 segments together and reduce the effects of liquefaction upon the bridge during earthquakes, thus meeting the then - current seismic standards. Likewise, the Lido Isle and Little Island bridges were retrofitted in 1984, all at the City's sole expense. The 1989 Loma Prietta earthquake brought about a second phase of bridge seismic retrofit in which all 25,000 publicly owned bridges within the State were reanalyzed to determine their resistance to collapse due to a large earthquake. Special attention was focused upon substructures; i.e., bridge foundations. In 1990, City staff began working with Caltrans officials on this second phase seismic analysis upon the City's 10 bridges. The City retained Dokken Engineering, a Sacramento -based bridge design firm, to prepare a detailed seismic analysis and study report for the bridges, and to present them in a "Strategy Meeting" at Caltrans' Sacramento offices. Various alternatives for retrofitting the bridges were considered, but Caltrans' did not issue the City approval to proceed with design. In 1994, Caltrans changed its methodology for seismic analysis. Dokken prepared another analysis and report, and again presented them in a strategy meeting. Finally during 1996, Caltrans agreed that three of the City's bridges (Balboa Island, Lido Isle, and Newport Island) were deemed likely to suffer severe damage in a large earthquake, and issued the City "Notice to Proceed" with final designs to retrofit the three bridges. The latest analysis indicated that the three bridges met Caltrans' funding criteria for bridges that are "subject to collapse ", and qualified for 100% reimbursement of final design, construction, and construction engineering costs using Federal Highway Administration (FHWA) Hi hwa . Bridge Rehabilitation and Replacement and State of California Seismic Retrofit Program funds. SUBJECT: SEISMIC RETRO OF BALBOA ISLAND BRIDGE - CONTRACT NOW December 14, 1998 Page 3 According to the Caltrans funding formula, the City was approved for reimbursement of as much as $264,000 in final design costs and $2.1 million in construction and construction engineering costs for the three bridges. In early 1998, final design plans and specifications for the three blidges were approved and Caltrans issued a "Notice to Proceed" with construction. Because environmental and logistical issues precluded construction on the Balboa Island Bridge during the summer and tali, the City reduced the project to retrofitting the Lido Isle and Newport Island bridges. That contract work is now almost complete. CONSTRUCTION CONTRACT The Balboa Island Bridge work includes constructing additional five foot diameter bridge piles, extending existing pile caps to connect to the new piles, constructing shear keys between segments of the bridge, relocating navigational lighting, and patching, crack sealing and recoating the newly- constructed portions of the bridge to match the existing finish. Dokken has prepared final plans, specifications and estimate (PS &E) for retrofitting the bridge. Their construction estimate was $1.9 million, and they recommend that a $230,000 construction reserve amount be set aside to pay for any unforeseen work related to pile driving and patching the existing bridge. The contract contains an "Additive Bid Item" (ABI). The ABI requires the contractor to furnish $1,000,000 of liability insurance to cover any direct physical damage to private property or dwellings within a 120 foot radius of the pile driving operation, and to name such property owners on the policy as additional insured. The contract also specifies that the contractor shall provide disadvantaged business enterprise (DBE) participation of at least 10% of the contract amount using DBE subcontractors or suppliers, or provide evidence of a "good faith effort" to do so. The contractor will be allowed to work between the hours of 7:00 AM and 6:00 PM Monday - Friday, but not on holidays, Saturdays or Sundays or after 3:00 PM on a day preceding a non - work day. Pile driving will be restricted to the hours of 8:00 AM to 6:00 PM M -F. One vehicle lane across the bridge may be closed between the hours of 9:00 AM and 4:00 PM for as many as 45 working days and for no more than two - 20 minute periods during the remaining working days. No lane closures will be permitted during the two weeks of Spring Break, March 270' to April 111h. Lane closures will be directed by flagmen, All work shall be completed within 99 consecutive working days (approximately 41/2 months). Assuming no unforeseen delays, work should start in January and be completed during May. Liquidated damages are $2,000 per calendar day. PERMITS The State has determined that bridge seismic retrofit projects are categorically exempt from the provisions of the California Environmental Quality Act (CEQA). A Notice of Exemption under 7 SUBJECT: SEISMIC REAT OF BALBOA ISLAND BRIDGE -CONTRACT N*12 December 14, 1998 Page 4 Section 15301(c) of CEQA was prepared and filed with the County Recorder. Caltrans' Division of Structures has reviewed the PS &E, and they have also been approved by the FHWA. The Regional Water Quality Control Board has waived its waste discharge requirements for the project, and a water quality standards certification is not needed. Since the project meets their definition of "Bridge Repair ", a U.S. Coast Guard permit is not required. The Corps of Engineers has determined that bridge retrofit work complies with the terms and conditions of nationwide permit NW03 for repair, rehabilitation and replacement of authorized structures. In addition, the work complies with the terms and conditions of NW33 for temporary structures, work and discharges, including cofferdams, necessary for construction activities or access fills or dewatering of construction sites. Furthermore, the City must comply with the following special conditions: Monitor and mitigate marine resources according to a report that was prepared by the City's biological consultant, Coastal Resources Management. This includes revegetating at a ratio of 1.2 to 1 areas of eelgrass that may be reduced as a result of the project. Further, the report states that pile driving shall not be performed between April 1st and September 151 in order to avoid potential harassment of foraging California brown pelicans and /or California least terns. 2. Obtain written approval of its mooring plan from the U.S. Coast Guard prior to initiating work. 3. Keep a navigational span clear of work equipment during non -work periods. A Coastal Development Permit has been obtained subject to compliance with the following additional special conditions: Implement Best Management Practices to minimize adverse impacts on marine resources and water quality. 2. Implement Least Environmentally Damaging Techniques to minimize adverse impacts on marine resources and water quality. 3. Provide a marine biologist to monitor construction. 4. Map eelgrass stands before and after construction. PUBLIC INPUT For more than a year, staff has met with Balboa Island residents and representatives of various Balboa Island associations to apprise them of the upcoming work and to accommodate their needs within the provisions of the construction contract. Staff has assured them that the contract provisions have been structured such that work would not occur during the summer, not obstruct vehicular traffic across the bridge during Spring Break, and minimally impact vehicular access to Balboa Island at all other times. SUBJECT: SEISMIC READ OF BALBOA ISLAND BRIDGE - CONTRACT N0102 December 14, 1998 Page 5 This last summer, a "hot issues" committee of Balboa Island association representatives requested that the City include aesthetic improvements to the bridge to mitigate what they felt would be an ugly seismic retrofit. The plans were revised by rounding and redimensioning bridge pile cap extensions so that the lines of the bridge would be softened and appear more "arch -like" when viewed from the channel or bay front. Exhibits Nos. 1 and 2 are photo enhancements that show two views of the bridge before and after the planned retrofit. The "hot issues" committee felt that this change was an improvement but still did not provide an acceptable aesthetic treatment. Working with several local architects, the committee developed a concept for providing 8 foot wide pedestrian walkways along each side of the bridge. They felt that the walkways would hide the new pile cap extensions, and quoted costs in the $200,000 range for the work, based upon estimates for wood construction from a local marine pier contractor. The staff had concerns that the proposed relatively light wood construction would not wear well under constant public use and would also have high maintenance costs. To get a second opinion, a noted bridge architect that is associated with Dokken, Donald MacDonald of San Francisco was retained to review the proposed walkway concept. MacDonald met with Staff and the committee to receive input needed for preparing preliminary sketches of a walkway that would be aesthetic and have the durability needed for a public facility. His sketches for the walkways are attached. A wood structure was estimated to cost about $400,000 and a concrete structure about $500,000. MacDonald recommended the concrete structure because it would have only minimal annual maintenance and would last much longer that a wooden structure in the marine environment. Exhibits 3 and 4 show Mr. MacDonald's conceptual elevation of concrete and wood alternatives for the added walkway. Construction of bridge upgrades and additions will not qualify for State or Federal seismic retrofit funding. The City budget has no alternative source of funding to pay for such work. It is recommended that the City Council direct staff to proceed with the preparation of designs, plans and specifications for a concrete structure pedestrian walkway addition to the Balboa Island Bridge. The pedestrian structure could be added to this contract at a later date through a negotiated change order or could be added after the retrofit is completed through a competitive bid process. The timing will depend on when the added funding can be programmed and when the necessary permits can be obtained. The design and preparation of plans and specifications and permitting for the pedestrian walkways will probably take three to four months. It is anticipated that the design and permitting can be accomplished for $30,000. A budget amendment transferring funds from the General Fund 7013- C5100019 Street, Alley and Parking Lot Striping to Account No. 7013- 05100067 will be required to proceed. CONSTRUCTION MANAGEMENT Because of the magnitude of work being performed and the technical nature of seismic retrofit work over water, it is recommended that an outside construction management (CM) firm be retained for the project and that Dokken Engineering's existing contract for the two bridge project be amended to add construction management for the Balboa Island Bridge project. The reasons are as follows. 0 SUBJECT: SEISMIC RETOT OF BALBOA ISLAND BRIDGE - CONTRACT N*12 December 14, 1998 Page 6 Until last fall, the three bridges were planned to be retrofitted under a single seismic retrofit contract. Due to scheduling concerns, the Balboa Island Bridge was removed from the project and the two other bridges were done separately. Proposals were solicited from construction management firms to provide services for a bridge retrofit project. Of the three firms that submitted proposals, Dokken Engineering ranked as the best qualified to perform the work and they were retained to manage construction of the retrofit for the two- bridge project. That work is close to completion. Dokken's construction management performance has been very good and it is recommended that their professional services agreement be amended to cover construction management of the Balboa Island Bridge retrofit contract because the nature of the two retrofit projects are similar. Dokken has proposed to provide the construction management services, materials testing and environmental monitoring for the Balboa Island Bridge seismic retrofit. Under the State's "actual cost plus fixed fee" format, Dokken's fee will be $196,850. An amendment to the professional services agreement for Dokken's current two- bridge contract has been prepared and is attached. The retrofit construction and construction management services for the Balboa Island bridge are 100% funded by the FHWA and the State. A Budget Amendment is needed to appropriate $1,465,550.00 to the Contributions Account No. 7251- C5100067, Bridge Retrofit Program to cover the completion of this contract. RespWa Public Works Department Don Webb, Director By: f _ Lloy alton, PE Deslign Engineer Attachments: Exhibit 1 — Photo Enhancement of Retrofit Exhibit 2 - Photo Enhancement of Retrofit Exhibit 3 — Alternate 1 Concrete Pedestrian Bridge Exhibit 4 — Alternate 2 Wood Pedestrian Bridge Professional Services Amendment Bid Summary Budget Amendment f: \users\pbw\ shared \council \fy98- 99 \dec -14 \retrofit c- 3212.doc 1101 OW \�� il ƒ T� 0 KI 0 £ IISIHX3 0 • V 1181HX3 W 0 m � z W Q � I— ~ cl) ' W N a> o�- za J Z � C/) W Q J oa m J m !W Fil nO 0 z w W z [7 I z W AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT THIS AMENDMENT No. 1 TO PROFESSIONAL SERVICES AGREEMENT (hereinafter referred to as "Amendment'), entered into this day of 1998, by and between the City of Newport Beach. a Municipal Corporation (hereinafter referred to as "City "), and Dokken Engineering, whose address is 3914 Murphy Canyon Road, Suite A -153, San Diego, California 92123. (hereinafter referred to as "Consultant'), is made to amend the agreement entered into the 8`h day of June, 1998, by and between the aforementioned parties, (hereinafter referred to as "Agreement') as follows: RECITALS B. City also desires to construct Seismic Retrofit of Balboa Island Bridge, Contract No. 3212, as portion of Project. C. City also desires to engage Consultant to provide Construction Management Services for Project upon the terms and conditions contained in this Amendment. D. City has also solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant, and desires to contract with Consultant under the terms and conditions provided in this Amendment. 0 • • 1. TERM 0 The term of Agreement is extended six (6) months terminating on the 8`h day of December, 1999, unless terminated earlier as set forth in Agreement. 2. SERVICES TO BE PERFORMED Consultant shall diligently perform all additional duties set forth in the scope of services, Exhibit "A ", attached hereto and incorporated herein by reference. 3. COMPENSATION TO CONSULTANT City shall pay Consultant for additional actual costs (including labor, employee benefits, overhead, and other direct costs) incurred by Consultant and listed subconsultants in the performance of services in an additional amount not to • exceed $184,084.65 for a total actual costs not to exceed $248,095.67 exclusive of any fixed fee. City shall compensate Consultant an additional fixed fee in additional amount of $12,766.27 for a total fixed fee of $18,032.37. The schedule of billing rates and cost estimate for this Amendment is set forth in Exhibit "B" attached hereto and incorporated herein by reference. A breakdown of hours worked by month for this Amendment is set forth in Exhibit "C" attached hereto and incorporated herein by reference. IN WITNESS WHEREOF, the parties have caused this Amendment to be executed on the day and year first written above. 0 r� u APPROVED AS TO FORM: By: Robin Clauson Assistant City Attorney ATTEST: m • 11 LaVonne Harkless City Clerk CITY OF NEWPORT BEACH A Municipal Corporation m Dennis D O'Neil, Mayor City of Newport Beach CONSULTANT By: Richard T. Liptak, P.E. Project Manager 0 0 EXHIBIT "A" SERVICES TO BE PERFORMED Start Up - Prior to starting work, Consultant shall review specifications and permits with the Contractor to assure complete understanding of environmental and public relations concerns relating to constructing the seismic retrofit of Balboa Island Bridge. Contractor Submittal and Shop Drawing Reviews - Consultant shall be responsible for reviewing shop drawings for the architectural caps, the Water Pollution Control Plan (WPCP) submittal, proposed filler material for spall repair submittal, and all other materials submittals. Public Relations - Consultant shall ensure that good public relations are maintained with the surrounding property owners, business and resident associations, the City Council, Caltrans, and the media. Consultant shall set up a meeting for these parties prior to the commencement of construction. The goal of the meeting will be to obtain valuable input and incorporate their concerns throughout the project. Consultant shall meet with City officials and the public as needed. Eelgrass Habitat Monitoring — Consultant shall coordinate all services to be provided by the Qualified Marine Biologist necessary to satisfy all permit and contract requirements related to protecting and monitoring the eelgrass habitat. Subconsultants - Consultant shall provide the following subconsultant services: Ninyo & Moore (Materials Testing) — will provide the quality assurance materials testing for structural concrete, spall repair filler material, epoxy cartridges for drill and bond dowels, and ultrasounding full - penetration butt welds of steel shells if required. Agra Earth and Environment (Independent Assurance Testing) — will provide independent quality assurance testing of structural concrete. MBC Applied Environmental Sciences ( Eelgrass Monitoring) — will provide fully qualified marine biologist(s) to perform pre and post- construction eelgrass reconnaissance surveys, to mark with buoys the outlines of the several eelgrass patches, to monitor the construction process periodically to ensure that all efforts are being taken to minimize impact to the eelgrass habitat, and to verify that the Contractors Biological Monitor is performing all necessary duties of applicable permits. i 1] E EXHIBIT "B" Construction Management Services for Seismic Retrofit of Balboa Island Bridge ( C -3212 ) ESTIMATE OF COSTS Dokken Engineering Hourly Fee Hours Worked Total Richard T. Liptak, P.M. $ 41.50 45 $ 1,867.50 Richard Fitterer, R.E. 31.00 1002 31,062.00 Geoffrey Warrick, Inspector 18.50 10021 18,537.00 Total Direct Cost Labor 51,466.50 Labor Overhead Multiplier (1.4805) Total Labor Overhead 76,196.15 Direct Costs Trucks, computers; etc. @ $58 /day Total Direct Costs 5,742.00 Subconsultants Ninyo & Moore $ 26,680.00 Agra Earth and Environment 4,000.00 MBC Applied Env. Sci. 20,000.00 Total Subconsultant Cost $ 50,680.00 Fee (10 %) Total Price Total Fixed Fee $ 12,766.27 $ 196,850.92 1. Consultant agrees that the Contract Cost Principles and Procedures, CFR 48, Chapter 1, Part 31, shall be used to determine the allowability of individual items of cost. 2. Consultant agrees to comply with federal procedures in accordance with CFR 49, Part 18, "Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments." 3. Costs for which payments have been made to Consultant, which are determined by subsequent audit to be unallowable under CFR 48, Chapter 1, Part 31, shall be refunded by the Consultant. 4. Costs shown in this estimate are for Amendment only. • EXHIBIT "C" . Construction Management Services for Seismic Retrofit of Balboa Island Bridge Project No. C -3212 0 ESTIMATE OF HOURS 0 1999 D J F I M A M Hours Richard T. Liptak, P. E. Project Mana er 5 10 51 10 5 10 45 Richard Fitterer P.E. Resident Engineer 40 190 190 196 196 190 1002 Geoff Warrick Full -Time Inspector 40 190 19D 1961 196 190 1002 Total Hours 85 390 385 4021 397 390 2049 0 0 W O W a a xz w� H W aw 0 a • O yt H H ua a•• g F N O = w a x U N _U O o P Y N � w U p x 2' o U U O E H Q Q O a w H fq r w CD 0 c m z 5 N O m m LL O c U y W a F F W QH F rfz+{�l W £ m J W H z w izx° � w a a •• S FQ N CJ 0 x U N _U O � P Y N � w U � U 2' v U O H H Q Q O a A PQ ro S Z N o c m Q Z O m LL O H O k e w W 4 c ' Z v N W U W H h w •� 0 F z 7 o z Oa H U W p F 888O8OOSSC?80O8O8S8O ci m8 9 0 O E: O ppg N O O 8' WO n� C 0 ai 1-0 ci O N O C. C M O N N m U m O Q 88888882 L °o � 588� Q8Q Z '- _" 88888858888 L i m •'Op LZ$8$88 N d 0� O 0 L pO N p N S 8 S M S O M S a00. 8 N 0 C F z 8 d o P M o N v N M m v O O O •O N LL N a^p O N F O Q- C N U S pp N8S � Z N m p P •O V 8 pop O N � 8 Z p 0 W N N Cli m •p •p N c a 888 �Q8 d ro Z Q8858� 25 Q8 Q858��, U U OR cu N OP V O N (Op C N M N O W vi Q U IN co U N x 0 O Doa N D U E N m m v V m 0 w°' w C N m d N 8888858 3 t a N 00 888 O O a U Q U �o�o O C O w p 0 H oi:�ri0 0 .c U O m O m Q o m e U U X888888088 O: C O C)LLov`���cmaQa` d U O O O O Q� O 88 O 8 P p O 0Z 0 W 0 Z) O O � 8 N P Q N N O O O b — Q O w N �S888SS�88 w F Om m 0 N O O O 0 0 w Z p 0 O N w Y J J Q W Y U LL J Q W LL N m J (A J W J F Z o v v o g n N O Q d M o N O U. I a c O a •� d U � D Z U U U _ x p d L Qi O wQo. C N N p U N w N Qj 3 N 3 t N w O O N a O Q y N U a Q U V r 0 0 O O U U o 'o c c� 6 o N p 5 j c O Q�$ o mO 'O mO n O > .V V w N U O c O O C N L a c j >>__ � p U Q p w.- F- NCnamm�mm�Q a •• S FQ N CJ 0 x U N _U O � P Y N � w U � U 2' v U O H H Q Q O a A PQ ro S Z N o c m Q Z O m LL O H O k e w W 4 c ' Z v N W U W H h w •� 0 F z 7 o z Oa H U W p F 888O8OOSSC?80O8O8S8O 9 0 O E: O ppg N O O 8' WO n� C N 0 ai M 0 O O N O C. C M O N N m m O Q L � _" 88888858888 LZ$8$88 0 L pO N N N O P S Q N J Q M m LL Q Y LL Q LL m m Q N F Q- °SPSg��e� � v a d ro U O U U IN _U O— N x 0 O Doa N D U E N m v V m 0 w°' w C N m d N 3 3 t a N O O a U U V O C O w p 0 H 0 .c U O m O m Q o m e U U O: C O C)LLov`���cmaQa` d U 0 a O t W - of Newport Beach. BUDGET AMENDMENT 1998 -99 EFFECT ON BUDGETARY FUND BALANCE: MX Increase Revenue Estimates Increase Budget Appropriations Transfer Budget Appropriations from existing budget appropriations X from additional estimated revenues from unappropriated fund balance EXPLANATION: ai, NO. BA- 031 AMOUNT: $1,as5,5so.00 Increase in Budgetary Fund Balance Decrease in Budgetary Fund Balance No effect on Budgetary Fund Balance This budget amendment is requested to provide for the following: Appropriate additional revenues and expenditures for additional costs associated with the seismic retrofit of the Balboa Island bridge. Additional project expenditures will be reimbursed by Federal and State seismic retrofit funds and a transfer from existing General Fund appropriations. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account Description Fund Balance Control REVENUE APPROPRIATIONS (3601) Fund /Division Account Description Contributions Fund 250 4863 Seismic Retrofit Reimbursements EXPENDITURE APPROPRIATIONS (3603) Signed: Signed: Signed: City Council Approval: City Clerk Amount Debit Credit $1,465,550.00 0 $30,000.00 Automatic $1,465,550.00 $30,000.00 /s -0 -sg Date Date Date Description Division Number 7251 Contributions Fund Account Number C5100067 Bridge Retrofit Program Division Number 7013 Street Account Number C5100019 Street, Alley and Parking Lot Stripping Division Number 7013 Street Account Number C5100067 Bridge Retrofit Program Division Number Account Number Division Number Account Number Signed: Signed: Signed: City Council Approval: City Clerk Amount Debit Credit $1,465,550.00 0 $30,000.00 Automatic $1,465,550.00 $30,000.00 /s -0 -sg Date Date Date CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 January 4, 1999 Vandani Construction Co., Inc. 1105 Towne Avenue Los Angeles, CA 90021 Gentlemen: Thank you for your courtesy in submitting a bid for the Seismic Retrofit of the Balboa Island Bridge (Contract No. 3212) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach a 0 CITY OF NE`W'PORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 January 4,1999 Lehigh Construction Company 714 S. Plymouth Blvd. Los Angeles, CA 90005 Gentlemen: Thank you for your courtesy in submitting a bid for the Seismic Retrofit of the Balboa Island Bridge (Contract No. 3212) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach • • CITY OF NEWTORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 January 4,1999 John S. Meek Company, Inc. 1032 West "C" Street Wilmington, CA 90744 Gentlemen: Thank you for your courtesy in submitting a bid for the Seismic Retrofit of the Balboa Island Bridge (Contract No. 3212) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach