Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R_6033_S
□'"'"'"""' SHOW"O" LOCATION MA~ -;-),,;()~ -'UJU · ~-! ~ ft §I .. '~!.- " ftO MAit c VICINITY MAP l O 5 10 MiHMH-====a SCALE IN MRES • Ii Ii .. ••' ~.,,~',de>'_,,,,,·, --t, """'° ,...______ ' '""°''' ',> 'l,, / I __ ) ,,c c' .. ~ l H HAMILTON ; "' --'-"-=~-~---~--_ -_-_-_= _= ~= ~;t;:::-z;.:;:h~;::-ci:u::::~dm!H P1~ ]~ ~- ~~~' ~ m ROJECT \ LOCATION MAP -~ ~ l~, «,~, ORANGE COUNTY ENVIRONMENTAL MANAGEMENT AGENCY SANTA ANA, CALIFORNIA MICHAEL M. RUANE, DIRECTOR JAN. 1991 PLANS FOR WIDENING/EXTENSION OF HAMIL TON VICTORIA BRIDGE CSA-38 ,SA-38A) ACROSS SANTA ANA RIVER & GREENVILLE BANNING APPROVAL IN CONCEPT ~,t,,,.,,..__ t ... J!l,J,. aL.,,___ 10-1-'lo PLANNING DIRECTOR CITY OF HUNTINGTON BEACH FUNDED BY= OCFCD a AH FP CITY OF COSTA MESA APPROVED AS TO PORTIONS WITHIN CITY LIMITS: 'Y'i~i~.~ DIRECTOR O -PUBLIC SERVICES 12-(1,.1/'jo 'oAtE CITY OF HUNTINGTON BEACH APPROVED AS TO PORTIONS WITHIN CITY LIMITS: ~ t~~L,o RECOMMENOEO, -_.,,y::.fe1,,/._L_ UVISION MANAGER APPROVED• /4/4-a-;., .,(~ tZ-1 r-'l-0 DIRECTOR OF LIC W KS CITY ENGINEER RCE 20921 DATE CHANNEL 1:1_,ii=J HOWARD NEEDLES~ & BERGENDOFF ARCHITECTS ENGINEERS PLANNERS PREPARED UNDER SUPE N OF• [ INDEX OF SHEETS SHEET DESCRIPTION 2 3 4 5 6 7 B 9 TITLE SHEET CONSTRUCTION NOTES TYPICAL SECTIONS PLAN & PROFILES -STA 10+00 TO 15+00 PLAN & PROFILES· STA 15+00 TO 20+00 PLAN & PROFILES· STA 20+00 TO END PLAN & PROFILES -RETAINING WALL PLAN & PROFILES -STORM DRAIN RIVER IMPROVEMENT PLAN SIGNS a STRIPING PLAN 10 IOA II El 12 IIA TRAFFIC SIGNAL MODIFICATION PLAN TRAFFIC CONTROL PHASE I a II DETOUR SIGNING fo 14 15 16 17 18 19 20 21 22 23 24 25 26 27 2B 29 30 31 BIKE DETOUR PLAN GENERAL PLAN DECK CONTOURS FOUNDATION PLAN ABUTMENT 1 ABUTMENT 8 ABUTMENT DETAILS PIERS 2 THAU 5 DEBRIS NOSE DETAILS PIERS PIER 7 TYPICAL SECTION SUPERSTRUCTURE DETAILS NO. 1 SUPERSTRUCTURE DETAILS NO. 2 SUPERSTRUCTURE DETAILS NO. 3 SUPERSTRUCTURE DETAILS NO. 4 SUPERSTRUCTURE DETAILS NO. 5 RESTRAINER DETAILS HINGE DETAILS NO. 1 32 HINGE DETAILS NO. 2 33 HINGE DETAILS NO. 3 34 35 36 37 38 LOG OF TEST BORINGS NO. 1 LOG OF TEST BORINGS NO. 2 LOG OF TEST BORINGS NO. 3 STAGE I CONSTRUCTION STAGE II CONSTRUCTION 39 BRIDGE DEMOLITION PLAN 40 EXISTING ABUTMENT NO. 1 -RETROFITTING 41 ROADWAY CROSS SECTIONS NO. 1 42 ROADWAY CROSS SECTIONS NO. > 43·47 SEWER FORCE MAIN RELOCATION UTILITY PHONE NO. ;:,ET SHEET NO. 2 CITY OF NEWPORT BEACH APPROVAL OF CITY SEWER LINE IMPROVEMENTS: 12.-I?..-90 DATE BENCH MARK, NO. ,\BO!rr :1;,o FT. EAST ALO\(; HAWIL- TO~ AYE: FRO).l ITS t:,.;n;RSff1')0K 'iYITH HlWOKllURST ST. TO THE SOCTH E;-lD 0~' Tl!E COriCRETE BRJD(;E O\.'ER THE SANTA ANA Rl\'F.H, 96' SOrTl-1 OF' THE u;,,r: or <;TATJOS[:,.;(; OF f-1.UIILTO:>; . .t.,\'E. 2-1/2 0.C S HRM>S !)!St..: l'.\ ,\U:~L WEIL sn1PD SC\ll).011:,.;G 1966' PER O.C.S A/fl-10. '.!6D. ELEV. 20.:H DESCRIPTION BASIS OF BEARING: Tm: HE,\HIXG OF N ffl7'57" E FOR Tiff CE'.\'n-:1n.1xE or· BROOKHt:RS"J s-r. PEP. P./S 136-l02:J. SHT. APPROVED REVISIONS DATE ) W.O. NO. S 35612 DWG. NO. (SHEET OF 47) 101-0-0C 103-0-0C 312-0 600-0-0C 1301 1302 1306 1307 1308 1313 1317 1319 1322 1404 1409 1417 1803 1804 1805 1806 100A,B&C 203 207 211A&B D 89 B3-1 B11-52 B11-53 B11-54 A77C-1 A77-E A79-A A79-B A79-C 312 STD-106-L srn-111-L STD-1/2-L ST0-401-L ST0-404-L OCEMA STANDARD PLANS STREET IMPROVEMENTS CURB AND SIDEWALK JOINTS CATCH BASIN MANHOLE FRAME AND COVER CHAIN LINK FENCES AND GA TES INLET TYPE I INLET TYPE II MISCELLANEOUS CURB INLET DETAILS AND NOTES MISCELLANEOUS CURB INLET DETAILS AND NOTES LOCAL DEPRESSION JUNCTION STRUCTURE TYPE IV REINFORCED CONCRETE COLLAR BEDDING DETAIL BENCHING FOR COMPACTED FILL TIMBER BARRICADE -TYPE Ill TRAFFIC SIGN PLACEMENT SIGN POST INSTALLATION SPECIAL PROVISIONS -PORTLAND CEMENT CONCRETE SPECIAL PROVISIONS -UNTREATED BASE MATERIAL SPECIAL PROVISIONS -ASPHALT CONCRETE SPECIAL PROVISIONS -EARTHWORK CITY OF HUNTINGTON BEACH STANDARD PLANS GENERAL NOTES COMBINATION CURB & GUTTER TYPE A-2 SIDEWALK RETURN COMMERCIAL DRIVEWAY CALTRANS STANDARD PLANS PIPE HEADWALLS AND STRUT DETAILS RETAINING WALL TYPE I H = 4'-30' CHAIN LINK RAILING TYPE 7 CONCRETE BARRIER TYPE 25 CONCRETE BARRIER TYPE 26 METAL BEAM GURAD RAILLING CABLE ANCHOR ASSEMBLY (BREAKAWAY) GUARDRAIL FLARES MISCELLANEOUS GUARDRAIL DETAILS GUARDRAIL CONNECTION TO BRIDGE RAILS, RETAINING WALLS AND ABUTMENTS CITY OF COSTA MESA STANDARD PLANS TYPE "c" CURB a GUTTER * CITY OF NEWPORT BEACH STANDARD PLANS PIPE BEDDING MANHOLE ADJUSTMENT DETAIL STANDARD 24-INCH MANHOLE FRAME AND COVER REINFORCED STANDARD PRECAST MANHOLE CONSTRUCTION NOTES OJ CONSTRUCT 0.40' A.C. OVER 1.40' A.8. WITH PRIME COAT. [] CONSTRUCT 8" CONC. CURB & GUTTER PER CITY OF HUNTINGTON BEACH STANDARD PLAN NO. 203. [] CONSTRUCT 4" SIDEWALK PER CITY OF HUNTINGTON BEACH STANDARD PLAN NO. 207. [Jl CONSTRUCT COMMERCIAL DRIVEWAY PER CITY OF HUNTINGTON BEACH STANDARD PLAN NO. 211A ( W=54', R=6', S=6'). []I INSTALL METAL BEAM GUARDRAIL (W BEAM) WITH CABLE ANCHOR ASSEMBLY PER CAL TRANS STD. PLAN A 79-A. (] TRANSITION CURB & GUTTER TO JOIN BRIDGE. [zj REMOVE AND RESET ROAD WAY SIGN, SEE SHEET 7. '[] CONSTRUCT DRIVEWAY APPROACH PER OCEMA STA~1DARD PLAN NO. 101-0-0C, (W=18'). []I REMOVE EXISTING A.C. PAVEMENT. [ill CONSTRUCT REINFORCED CONCRETE RETAINING WALL, SEE SHEET 7. [jJ] CONSTRUCT 0.25' A.C. OVER 0.50' A.8. WITH PRIME COAT. n1) CONSTRUCT REINFORCED COLLAR PER OCEMA STD. PLAN NO. 1317. fill INSTALL 21" RCP (D-1250), BEDDING PER OCEMA STD. PLAN NO. 1319, SEE PROFILE, SHEET NO. 8. [ii CONSTRUCT TYPE II INLET STRUCTURE (L=21'), PER OCEMA STD. PLAN NO. 1302. ~ CONSTRUCT TYPE I INLET STRUCTURE PER OCEMA STD. PLAN NO. 1301. [§) CONSTRUCT JUNCTION STRUCTURE TYPE IV PER OCEMA STD. PLAN NO. 1313. [zj CONSTRUCT CHAIN LINK FENCE PER OCEMA STD. PLAN NO. 600-0-0C. [§) CONSTRUCT CHAIN LINK FENCE END POST PER OCEMA STD. PLAN NO. 600-0-0C AND ATTACH EXISTING FABRIC TO NEW END POST. ~ RECONSTRUCT CONCRETE SLOPE PAVING PER DETAIL ON SHEET 9. gQ PATCH CONCRETE PAVEMENT. CONSTRUCT COMPACTED FILL PER OCEMA STD. PLAN 1322. ~ ~ EXCAVATE TO DEPTH NECESSARY TO CONSTRUCT BRIDGE. SEE BRIDGE SHEETS AND TRAFFIC CONTROL PLANS. M EXCAVATE TO FINISHED SURFACE AFTER BRIDGE EXTENSION, SEE TYPICAL SECTIONS. g1i NOT USED ~ CONSTRUCT REINFORCED CONCRETE HEADWALL PER CAL TRANS STD. PLAN D89. ~ INSTALL 18" RCP (D-1250), BEDDING PER OCEMA STD. PLAN NO. 1319, SEE PROFILE, SHEET NO. 8. ~ CONSTRUCT TYPE 25-A RAILING PER CALTRANS STD. PLAN 811-53. ~ CONSTRUCT TYPE 7 CHAIN LINK RAILING PER CAL TRANS STD. ~ fill ~ PLAN 811-52. CONSTRUCT DRAINAGE IMPROVEMENTS SEE SHEET 8. REMOVE EXISTING STREET LIGHT. PAINT 4" SKIP WHITE LINE PER CAL TRANS STANDARD PLAN A20-A DETAIL 8. ~ PAINT 4" SOLID DOUBLE YELLOW LINE PER CALTRANS STANDARD PLAN A20-B DETAIL 28. ~ PAINT 8" SOLID WHITE LINE PER CAL TRANS STANDARD PLAN A20-C DETAIL 39. ~ PAINT WHITE "SIGNAL AHEAD" MESSAGE PER CAL TRANS ~ STANDARD PLAN A-24 C. PAINT WHITE TYPE IV (L) ARROW PER CALTRANS STANDARD PLAN A24-B. ~ PAINT WHITE TYPE IV (R) ARROW PER CALTRANS STANDARD PLAN A24-B. [;j RESET SIGN. STEPS FOR MANHOLES. AND STRUCTURES -,I<. Notes added by City of Newport Beach fill CONSTRUCT 8" CONC. CURB PER CITY OF COSTA MESA STANDARD DRAWING 312. bill PATCH HOLE IN (E) HEADWALL WITH 6" THICK CONCRETE PATCH. lig] APPLY SEAL COAT TO AC PAVEMENT. UTILITIES [6J STORM DRAIN [ID TELEPHONE LINE [I] GAS LINE [ill SEWER LINE [] CABLE TV LINE [J POWER POLES @] WATER LINE OWNER CITY OF HUNTINGTON BEACH P.O. BOX 190 HUNTINGTON BEACH, CA. 92648 PACIFIC BELL 1452 EDINGER AVE. TUSTIN, CA. 92680 SO. CAL. GAS COMPANY 1919 S. STA TE COLLEGE ANAHEIM, CA. 92803 CITY OF NEWPORT BEACH 3300 NEWPORT BL VD. NEWPORT BEACH, CA. 92663 PARAGON CABLE SYSTEMS 7441 CHAPMAN AVE. GARDEN GROVE, CA. 92641 SO. CAL EDISON COMPANY 7333 BOLSA AVE. WESTMINSTER, CA. 92683 MESA CONSOLIDATED WATER DIST. 1965 PLACENTIA AVE. COSTA MESA, CA. 92627 [8l SANITARY SEWER ORANGE COUNTY SANITATION DIST. 10844 ELLIS AVE. Q] STORM DRAIN LEGEND (})ADJUST TO GRADE. @REMOVE. G) PROTECT IN PLACE. @SAWCUT. FOUNTAIN VALLEY CA. CITY OF COSTA MESA 77 FAIR DRIVE COSTA MESA, CA 92628 @ REMOVE DURING PHASE I CONSTRUCTION SEE SHEET 11. @REMOVE DURING PHASE II CONSTRUCTION SEE SHEET 12. (j) TO BE RELOCATED BY OTHERS. @ TO BE ABANDONED. @JOIN. (E) EXISTING (N) NEW TELEPHONE (714) 536-5431 ATTN: Mr. John Von Holle (714) 259-4403 ATTN: Mr. Jon Katzenstein (714) 634-3262 ATTN: Mr. Don Jones (714) 644-3011 ATTN: Mr. Jeff Staneart (714) 895-6886 ATTN: Mr. Mike Bogner (714) 895-0221 ATTN: Mr. Jim Charlesworth (714) 631-1291 ATTN: Mr. John Carlson (714) 962-2411 ATTN: Mr. RUSS WOLD (714) 754-5248 ATTN• Mr. Maher Nawar 1/2 0 3 inches on original drawing •=li!!ii=I ORANGE COUNTY ENVIROIIENTAL IIANAGEMENT AGENCY HOWARD NEEDLES TAMMEN & BERGEN DOFF ARCHITECTS ENGINEERS PLANNERS 2151 Michelson Drive, Suite 286 Irvine, CA 92715 (714)-752-6940 Kennedy/ Jenks/Chilton 17310 Red Hill Avenue, Suite 220 HAt,HLTON-VICTORIA BRIDGE CONSTRUCTION NOTES Irvine, California 92714 t---+--+-------+----------~--il 714-261-1577 ,_MARK~~DA_IE~ __ DES_c_mP_TIO_N _ _, PREPARED UNDER SHffi KJC JOB # 904001 . 00 REVISIONS SU1'ER\IJSION OF DESIGNED T C / TH SCALE I DATE I DRAWN T.C. / T.H. I CHECK£D H.B.T. IS SHOWN 9-90 DWG. NO. 2 OF 4.7 R/W [}]11+23.23 -12+00.21 13+27.88 -14+15.42 [I] ~~fi°3~jL88 -13+91.99 [ill RETAINING WALL [?j STA 12+00.21 -13+27.88 ~ R/W .. 1 11+ 23.23 -0.00' 12+04.14 -22.74' 14+16.42 -4.06' .. 2 11 +23.23 -53.93' 12+04.14 -33.04' 14+15.42 -36.13' 74'± 1 o.oo· 4. 75' HAMILTON ST. LINE OF STATIONING 62'± -92'± VARIES 0.00' -23.23' .. 1 VARIES PROFILE GRACE EXISTING AC SURFACE TYPICAL SECTION STA 11+23.23 -14+15.42 SCALE 1" 1 O' HORIZ. 1• = 4' VERT . VICTORIA AV£. LINE OF STATIONING 35.00' TYPICAL SECTION VARIES 38.25'-J5.15' .,3 STA 20+40.00 -21+83.18 SCALE 1" 1 O' HORIZ. 1• = 4' VERT. 66'± R/W "3 20+25.31 -38.25' 20+69.69 -35.15' CONSTRUCTION NOTES [j] CONSTRUCT 0.40' A.C. OVER 1.40' A.B. WITtt PRIME COAT. []j CONSTRUCT 8" CONC. CURB & GUTTER PER CITY Of HUNTINGTON BEACH STANDARD PLAN NO. 203. Qj CONSTRUCT 4• SIDEWALK PER CITY Of HUNTINGTON BEACH STANDARD PLAN NO. 207. [}) INSTALL METAL BEAM GUARDRAIL (W BEAM) WITH CABLE ANCHOR ASSEMBLY PER CALTRANS sro. PLAN A 79-A. [fil CONSTRUCT REINFORCED CONCRETE RETAINING WALL, SEE SHEET 7. [?j CONSTRUCT TYPE 25-A RAILING PER CAL TRANS sro. PLAN B 1153. CONSTRUCT TYPE 7 CHAIN LINK RAILING PER CAL TRANS sro. PLAN B 1152. CONSTRUCT 8" CONC. CURB & GUTTER PER CITY Of COSTA MESA STANDARD DRAWING 312. APPLY SEAL COAT TO AC PAVEMENT. LINE Of STATIONING VICTORIA ST. TYPICAL SECTION STA 18+50.10 -19+45.00 SCALE 1" 10' HORIZ. 1" = 10' VERT. LINE Of STATIONING VICTORIA ST. 0 TEMP. 21" RCP STORM DRAIN SEE SHEET 8. 45.75' 44.25' LEGEND @ REMOVE @ PROTECT IN PLACE @) SAWCUT (E) EXISTING (N) NEW TYPICAL SECTION STA 19+45.00 -20+40.00 SCALE 1" 10' HORIZ. 1" = 10' VERT. HOWARD NEEDLES TAMMEN & BERGENOOF'"F ARCHITECTS ENGINEERS PLANNERS 2151 Michelson Drive, Suite 286 Irvine, CA 92715 (714)-752-6940 Kennedy/ Jenks/Chilton 17310 Red Hill Avenue, Suite 220 10 (N) COMPACTED FILL 11 0 TEMP. 21" RCP STORM DRAIN SEE SHEET 8. 1/2 0 3 inches on original drawing ORANGE COUNTY ENVIROMENTAL MANAGEMENT AGENCY HAMILTON-VICTORIA BRIDGE TYPICAL SECTIONS Irvine, California 92714 L-----'-----'------~-----------------11 714-261-1577 ==-~--DESCRIPIION-'-'~=---<=~ sim 3 SCAlE llA1E IJWG. HO. ISS!tOWN 9-90 KJC JOB # 904001.00 01' 47 32 - 28 - 24 - z 020- j:: ~ w ...116 -w 12 - 8 - 4 - I- w w IIC I- U) I- U) a: ::, ::c :,.: 0 0 a: m z uJ I 10 ~o+g'.l:,P,73f2B E 1481842.12 I 11 I I CONC. I L -_J I CONC.1 L _J A.C. HAMILTON I 12 12 PROFILE HORIZ. 1• = 20' VERT. 1" = 4' STATION I 13 AVENUE N 88' 31' ~"_sE __ ___:_:__ ____ -:t __ 856.42' 13 1/ 1 -----i-C,~;; _ !~ -----~-S___JQ~_VCP(E;:&G-@ ---------------- 1 // SEAl COAT ~--_::::;;"~ _::. I I : ,.-,-~ =.::_-::_-=-. -µ-(E) BUS _S_TO_P-_ -----I"'.]-~)-C-ON-C. -;,E;,:-LK TS• --f""l / =t/&. 3 I /;: /rv· •~TsLlIJ::r;'=-~~~z""'~c:::1:::r~r-~=,=~-=--~r· ~ -? --------Tl' !--\ ;/ O LEGEND R/W 8 0 f !li1/ ,l ;I i== t gi I "' U (DADJUST TO GRADE. 0 Q../ I I ; I ~ @REMOVE. • ./};% ;j/ 'I I f-@PROTECT IN PLACE. '--~--.~/§~!I I 1 : I\\ r<) ~ ~:::~:-DURING PHASE I CONSTRUCTION SEE SHEET 11. ,8 J ! N U @REMOVE DURING PHASE II CONSTRUCTION SEE SHEET 12. (?)TO BE RELOCATED BY OTHERS. ~ ~z + C) w CD @ro BE ABANDONED. PLAN ®= r-w (E) EXISTING (N) NEW I 14 I I . SLOPE PA • @ . \ \ \ • . . ---J I I I I 15+10.00 . P.1. -400' V.C. EL = 29.37 • R1 = 5.50% R2 = 0.20% T1 = 200' T2 = 200' -32 d -28 -24 z w -200 i== z ::::; c( ::c > w (,) -16 ..J I-c( ~ I 15 :o 'O 0 0 + ll) ... HOWARD NEEDLES TAMMEN & BERGENDOFF ARCHITECTS ENGINEERS PLANNERS -12 -8 -4 21 51 Michelson Drive, Suite 286 Irvine, CA 92715 (714)-752-6940 w CONSTRUCTION NOTES IT] CONSTRUCT 0.40' A.C. OVER 1.40' A.B. WITH PRIME COAT. 0 . [l] CONSTRUCT 8" CONC. CURB & GUTTER PER CITY OF HUNTINGTON BEACH STANDARD PLAN NO. 203. ul CONSTRUCT 4" SIDEWALK PER CITY OF HUNTINGTON BEACH STANDARD PLAN NO. 207. Gl CONSTRUCT COMMERCIAL DRIVEWAY PER CITY OF HUNTINGTON BEACH STANDARD PLAN NO. 211A&B ( W=54', R=6', S=6'). [fil INSTALL METAL BEAM GUARDRAIL (W BEAM) WITH CABLE ANCHOR ASSEMBLY PER CAL TRANS sm. PLAN A 79-A. w TRANSITION CURB & GUTTER TO JOIN BRIDGE. IT] REMOVE AND RESET ROAD WAY SIGN, SEE SHEET 7. rn CONSTRUCT DRIVEWAY APPROACH PER OCEMA STANDARD PLAN NO. 101-0-0C, (W=18'). IT] REMOVE EXISTING A.C. PAVEMENT. I@] CONSTRUCT REINFORCED CONCRETE RETAINING WALL, SEE SHEET 7. [DJ CONSTRUCT 0.25' A.C. OVER 0.50' A.B. WITH PRIME COAT. 0 [fil CONSTRUCT CHAIN LINK FENCE END POST PER OCEMA SID. PLAN NO. 600-0-0C AND ATTACH EXISTING FABRIC TO ~ NEW END POST. APPLY SEAL COAT TO AC PAVEMENT. UTILITIES OWNER G STORM DRAIN CITY OF HUNTINGTON BEACH [ill TELEPHONE LINE PACIFIC BELL @] 3" GAS LINE SO. CAL. GAS COMPANY @] 8" SEWIER LINE CITY OF NEWPORT BEACH [Ij CABLE TV LINE PARAGON CABLE SYSTEMS II) POWIER POLES SO. CAL EDISON COMPANY @) WATER LINE MESA CONSOLIDATED WATER DISTRICT ffij SANITARY SEWER ORANGE COUNTY SANITATION DISTRICT 1/2 0 3 inches on original drawing ORANGE COUNTY ENVIRONMENTAL MANAGEMENT AGENCY HAMILTON-VICTORIA BRIDGE PLAN & PROFILE STA 10+00 TO 15+00 Kennedy/ Jenks/Chilton 17310 Red Hill Avenue, Suite 220 Irvine, Califomio 92714 714-261-1577 t---+---+-------+------------~-----~ MARK DAlt OESCRIP110II PRB'M!D \lff1JER SHEET ..,: t-~--e-=m=SI--,O~N"'S~~--1 SUP£R\1SION Of O D£SIGNED LC /r,H 500 DAlt DWG. NO. 4 S ._ _______________________________________________________ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _.,_KJ•C-JO•B-#•9•o•40•0•1•.o•o------.i.:DRA::;:WN;:....,.r.c •.• .11 •• ...:,CHE~C1<ED::;i:,, ____ Ki_Sl!OWN_...1, ... s-.so ... .i.. _____ ..,.o;;;:r...;: 4 ., 7 _. * 30 - 26 - z 022 - j:: <C > w ..J 18 -w 14 - 10 - 6 - 2 - 0 0 0 0 + It) - ____ __,,,/ 15 -:I' 1-w w ::i:. en : w w en w z :::i ::i: (.) I-<( :E 0 0 0 0 + It) - / / I --.C.--.C.-- (E) NORTH BRIDGE STA 15+ 79.89 It PIER 3 TA 15+33.71 / / It SANTA ANA RIVER / 400' v.c. I 16 fl I I I J ---=-(E) CONC. SIDEWALK= -----=----------I I ! \ I \ j_ ___ -<\ I \ I \ I \ I \ I r----4 I I I t--- 1 I I I I PROFILE GRADE AT : LINE OF STATIONING PROFILE HORIZ. 1" = 20' VERT. 1' = 4' STATION I:,__ I --/ I I I f----1 I I I )._ __ I - I 18 r-----, (E) CONC. __::\, HEADWALL______.. J ,--- / I NEW EDGE OF BRIDGE DECf --," / i / I ' (D 19+44.00 SVC EL = 30.34 400' V.C, CURVE DATA t:. = 31"06'52" R = 1800.00' L = 977.49' T = 501.12' ',, / APPROXIMATE '-....... LIMITS OF 1,::AVATION -- 2 FENCE r ~------ 0 0 0 0 + 0 .N I 20 U) 1-w ~ -, ;-----, "' ~ l:E)AC 0 "RC @(£!._:_~ --==- -30 -26 z -22 O j:: <( > w -18 ..J w -14 -10 - 6 CONSTRUCTION NOTES ~ REMOVE EXISTING A.C. PAVEMENT. ~ EXCAVATE TO DEPTH NECESSARY TO CONSTRUCT BRIDGE. SEE BRIDGE SHEETS ANO TRAFFIC CONTROL PLANS. ~ EXCAVATE TO FINISHED SURFACE AFTER BRIDGE EXTENSION, SEE TYPICAL SECTIONS. ~ ~~ig~. HOLE IN (E) HEADWALL WITH 6" THICK CONCRETE J.lI!1.lilES OWNER 0 STORM DRAIN CITY OF HUNTINGTON BEACH @J TELEPHONE LINE PACIFlC BELL @J 3" GAS LINE SO. CAL GAS COMPANY @J 8" SEWER LINE CITY OF NEWPORT BEACH [Ij CABLE TV LINE PARAGON CABLE SYSTEMS [j POWER POLES SO. CAL EDISON COMPANY @) WATER LINE MESA CONSOLIDATED WATER DIST LEGEND @REMOVE. @PROTECT IN PLACE. @sAWCUT. ® REMOVE DURING PHASE I CONSTRUCTION SEE SHEET 11. @REMOVE DURING PHASE II CONSTRUCTION SEE SHEET 12. (z) TO BE RELOCATED BY OTHERS. @To BE ABANDONED. (E) EXISTING (N) NEW 1/2 0 3 inches on original drawing ------------I ', I ( ~ ------.. ;ti ~L ~ ~ -----FE~'l'J~-----T----~.;::;;;,;:~;;;;:i:i:;:=:l;----.7 -7 ______ T_ENVIR __ O_N_M_ENT::ORAN::-AL:::::GMAN:E-C::f::i:;:MTY:EN_T_A_G-EN_CY_, '1 I I I ', I ', I "-.J PLAN 1" = 20' (rid' APPROXIMATE • -• ---- _,,,,,.,,,,,,,,,,, #Z051834E ~!:~~VA~ON F 7 HOWARD NEEDLES TAMMEN & BERGENDOFF ARCHITECTS ENGINEERS PLANNERS 2151 Michelson Drive, Suite 286 Irvine, CA 92715 (714)-752-6940 Kennedy/Jenks/Chilton 17310 Red Hill Avenue, Suite 220 Irvine, California 92714 714-261-1577 KJC JOB # 904001.00 HAMILTON-VICTORIA BRIDGE PLAN & PROFILE STA 15+00 TO 20+00 SHEET llfS\GNED T.C./T H S00 DATE DWG. NO. 5 DRAWN lC. .H. C11EC1<ED H.B.T. IS SHOWN 9-90 OF 47 42 - 38 - ll) .... z w 034-w j:: :c Cl) c( > w w w ..J 30 -C/J w w z :::::i 26 -:c 0 .... c( :::E 22 -·o 0 0 0 + 18 -.o N 0 <O g • .J : w ~BRIDGE~ I 20 w " a o' om '<i.. ~q_ +o oz NW I 21 NOTE: CURB PROFILES ARE NOT PLOTED ACCURATELY TO Ci.ARIFY THE DRAWING. z- 0 GRADE AT STATIONING : . . ........ , I 22 PROFILE HORIZ. 1" = 20' VERT. 1" = 4' STATION (i) PLAN 1" = 20' CURVE DATA 6 = 31'06'52" R = 1800.00' L = 977.49' T = 501.12' I 23 LEGEND (i)ADJUST TO GRADE. @REMOVE. (})PROTECT IN PLACE. G)sAWCUT. I 24 @REMOVE DURING PHASE I CONSTRUCTION SEE SHEET 11. @REMOVE DURING PHASE II CONSTRUCTION SEE SHEET 12. CZ) TO BE RELOCATED BY OTHERS. @JOIN. (E) EXISTING (N) NEW -46 -42 -38 z CONSTRUCTION NOTES (] CONSTRUCT 0.40' A.C. OVER 1.40' A.B. ~TH PRIME COAT. [] INSTALL METAL BEAM GUARDRAIL (W BEAM) ~TH CABLE ANCHOR ASSEMBLY PER CAL TRANS STD. PLAN A 79-A. [§j TRANSITION CURB & GUTTER TO JOIN BRIDGE. [] REMOVE EXISTING A.C. PAVEMENT. ~ EXCAVATE TO DEPTH NECESSARY TO CONSTRUCT BRIDGE. SEE BRIDGE SHEETS AND TRAFFIC CONTROL PLANS. -340 ~ EXCAVATE TO FINISHED SURFACE AFTER BRIDGE EXTENSION, SEE TYPICAL SECTIONS. j:: c( > w ~ CONSTRUCT DRAINAGE IMPROVEMENTS SEE SHEET 8. ~ CONSTRUCT 8" CONC. CURB & GUTTER PER CITY OF COSTA MESA STANDARD DRAWING 312. -30..J w §j APPLY SEAL COAT TO AC PAVEMENT. I 25 -26 -18 HOWARD NEEDLES TAMMEN & BERGENDOFF ARCHITECTS ENGINEERS PLANNERS 2151 Michelson Drive, Suite 286 Irvine, CA 92715 (714)-752-6940 Kennedy/ Jenks/Chilton 1731 O Red Hill Avenue, Suite 220 Irvine, Colifornio 92714 714-261-1577 KJC JOB # 904001.00 UTILITIES OWNER [A} STORM DRAIN CITY OF HUNTINGTON BEACH ~ TELEPHONE LINE PACIFIC BELL @J 3" GAS LINE SO. CAL. GAS COMPANY @J 8" SEWER LINE CITY OF NEWPORT BEACH [Ij CABLE TV LINE PARAGON CABLE SYSTEMS (iJ POWER POLES SO. CAL EDISON COMPANY @J WATER LINE MESA CONSOLI DA TED WATER DIST. 1/2 2 3 inches on original drawing ORANGE COUNTY ENVIRONMENTAL MANAGEMENT AGENCY HAMILTON-VICTORIA BRIDGE PLAN & PROFILE STA 20+00 TO END MARK DAIT DESCRlPTION PREPARED UNDER SHffi REVISIONS DfSlGNED T.C. SUPERVISION Of 6 SCALE DAIT DWG. NO. DRAWN T.C. CHECKED H.B.T. AS SHOWN 9-90 OF 47 0 0 "' <o°' "' .,,. .,o,· '"k" to'{) ()() c::::,'/\., c-,-., . .,. " ' '\i ' ~// <'\,.x // 'o-'o- DATUM ELEVATION 0.00 RETAINING WALL DESIGN HEIGHTS I· H-8' ·I· 0 o°' .,<o· ()() 'Ix'"\, "o·,. <\,.x // 'o- H=10' 0 0 ,& .,., . ""' ,J'' (')() qJ'-()(){:> '\!;;)·...,_. ()<:::>·, • f\-.x // .-.f-// 'o-'o- PROFILE GRADE TOP OF WALL ·I· H=12' I H=14' I . . . . 151.00' 114.00' 38.50' 40.00' 1 6.38' 72.50' TOP OF FOOTING EL = 5.50' ELEVATION ----TMH --------- 1" = 20' HORIZ. 1" = 1 O' VERT. HAMILTON 12 PLAN 1" = 20' 23.00' 1 CONSTRUCTION NOTES 8 TYPE 25-A RAILING J.-.----CHAIN LINK RAILING 8 TYPE 7 I]] INST ALL METAL BEAM GUARDRAIL (W BEAM) ~TH CABLE ANCHOR ASSEMBLY PER CALTRANS STD. PLAN A 79-A. lil) CONTRUCT CHAIN LINK FENCE PER OCEMA STD. #5 WALL REINFORCEMENT DETAIL 1 NO SCALE EXTERIOR FACE & LAYOUT LINE ~ RETAINING WALL ~TYPE! FINISHED SURFACE FOR FINISHED SURFACE #5/,\_ 15" MAX. SECTION A-A NO SCALE 37.00' 4 EQIAL SPACES @ 9.250' T 0 "' LAYOUT LINE ;,, SECTION B-B 0 0 I RETAINING NO SCALE ;,, "' .,; 3 EQUAL SPACES @ 12.333' ()_ (/)i= w Cl,-.__ ()_ ()_ zcn LL -i= <w ::,::: (/) _z LLz I-: :::!z 0 3: I-O'.'. 0 z 00 2 0 2 wo..o O'.'. Oo <(I-I-__Jo W'---' I~ :::ii= ::JI :@· i= (/) f--COLL CDW 2< 2f--O'.'.'.::j~ I 1-> -> -Cl ·CJ 0 O'.'. . :::i Xw Xz w-w Cl-Cl __J :::i :::l <( __J <w > :::i __J >W >W >< uw :?w 2 __J <(CDW <(I <( ()_ <> WALL TABLE AND DATA ABOVE FOR USE OF RESIDENT ENGINEER UPON COMPLETION OF CONSTRUCTION. NOTE: UTILITY LOCATIONS SHOWN ARE APPROXIMATE ONLY. CONTRACTOR SHALL VERIFY LOCATION OF ALL UTILITIES PRIOR TO ANY EXCAVATION OR PILE DRIVING ACTS. SPECIAL ATTENTION IS TO BE GIVEN TO THE 84" STORM DRAIN AND THE Z' GAS LINE. "! 3' 35.50' 4 EQUAL SPACES @ 8.875' S 87' 21' 25" E 128.00' r--- ~ 0 ;,, "' oi PLAN NO. 60D-0-0C. [?j CONSTRUCT TYPE 2~-A RAILING PER CALTRANS STD. PLAN 811-53, ~ CONSTRUCT TYPE 7 CHAIN LINK RAILING PER CAL TRANS STD. PLAN 811-52. LEGEND (f} REMOVE. @ PROTECT IN PLACE. (±) SAWCUT. 6 BATTERED PILE (3: 1) 0 PLUMBED PILE (E) EXISTING (N) NEW IN DIRRECTION OF ARROW CALTRANS STANDARD PLAN SHEET NO. DETAIL NO. PILE DATA CLASS 45 CONCRETE PILES LOCATION RET. WALL 34.00' 4 EQUAL SPACES @ 8.500' ~ .,; TYPE DRIVEN SPECIFIED TIP ELEV. (-)30 PROBABLE TIP ELEV. (-)35 3 EQUAL SPACES @ 11.333, 2 EQUAL SPACES @ 17.000' RETAINING WALL FOUNDATION PLAN 1" = 10' NOTE: K/J/C RESPONSIBLE FOR CIVIL PORTIONS OF RETAINING WALL AND HNTB RESPONSIBLE FOR STRUCTURAL PORTIONS OF RETAINING WALL. •=lh'!ii=J HOWARD NEEDLES TAMMEN&:: BERGENDOFF ARCHITECTS ENGINEERS PLANNERS 2151 Michelson Drive, Suite 286 Irvine, CA 92715 (714)-752-6940 Kennedy/ Jenks/Chilton 17310 Red Hill Avenue, Suite 220 16.71' 1/2 3 inches on original drawing ORANGE COUNTY ENVIRONMENTAL MANAGEMENT AGENCY HAMILTON-VICTORIA BRIDGE PLAN & PROFILE RETAINING WALL Irvine, C~\i~o_'.:;i~ 1 .:m; I-IM<--I--DA-1l--+--DESC-RIPTIO--N----,I-P-REP_AR_ED_UNO_ER ________ -,---:,SHElJ=,--. REVISIONS SUPERVISION OF KJC JOB # 904001.00 SCALE DAll AS SHOWN 9-90 DWG. NO. 7 OF 47 34 - 30 - 26 - z 022 - j:: < > w .J 18 -w 10 - 6 - LINE OF STATIONING I I ,.. __ I - I I I I I I r----- Y r-----------, I I I PROFILE HORIZ. 1" = 20' VERT. 1" = 4' I 52 / .../ / / / / 20+50.15 .....__~55.18 / \ / \ / \ 12 A"=59'43'17" 0 40.41' RT.)= PLAN 1" = 20' -34 -30 " R A1. • • . O' i/1MIAIIM/JM . Pll'£FLEVATJJ('.)N.. . . . . • • •. . . . • CU,4/?4A/Cc:.. -26 • 18" RCP D-1250 QC' AIBVA?fi'T . 'ER LIAIE £EuSJ:t,/£R z -22 O j:: < > w -18 .J w 0cuRVE DATA 6. = 31·05•52" R = 1800.00' L = 977.49' T = 501.12• -14 -10 -6 l=li:!ii=J HOWARD NEEDLES TAMMEN &: BERGENOOFF ARCHITECTS ENGINEERS PLANNERS 2151 Michelson Drive, Suite 286 Irvine, CA 92715 (714)-752-6940 CONSTRUCTION NOTES [?) CONSTRUCT REINFORCED COLLAR PER OCEMA STD. PLAN NO. 1317. [lj INSTALL NEW 21" RCP (D-1250), BEDDING PER OGEMA STD. PLAN NO. 1319, SEE PROFILE, SHEET NO. 8. 181 CONSTRUCT NEW TYPE II INLET STRUCTURE (L=21'), PER OGEMA STD. PLAN NO. 1302. Ii]] CONSTRUCT NEW TYPE I INLET STRUCTURE PER OGEMA STD. PLAN NO. 1301 . [§I CONSTRUCT JUNCTION STRUCTURE TYPE IV PER OGEMA STD. PLAN NO. 1313. lzj] CONSTRUCT COMPAVTED FILL PER OGEMA STD. PLAN 1322. ~ CONSTRUCT REINFORCED CONCRETE HEADWALL PER CAL TRANS STD. PLAN D89. fill INSTALL NEW 18" RCP (D-1250), BEDDING PER OGEMA STD. PLAN NO. 1319, SEE PROFILE, SHEET NO. 8. UTILITIES [t] STORM DRAIN ~ TELEPHONE LINE @] 3" GAS LINE @] 8" SEWER LINE IT] CABLE TV LINE IT] POWER POLES @] WATER LINE LEGEND (DADJUST TO GRADE. @REMOVE. @PROTECT IN PLACE. G)SAWCUT. OWNER CITY OF HUNTINGTON BEACH PACIFlC BELL SO. CAL. GAS COMPANY CITY OF NEWPORT BEACH PARAGON CABLE SYSTEMS SO. CAL EDISON COMPANY MESA CONSOLI DA TED WATER DIST. @REMOVE DURING PHASE I CONSTRUCTION SEE SHEET 11. @REMOVE DURING PHASE II CONSTRUCTION SEE SHEET 12. Q) TO BE RELOCATED BY OTHERS. @To BE ABANDONED. (E) EXISTING (N) NEW 1/2 0 3 inches on original drawing ORANGE COUNTY ENVIRONMENTAL MANAGEMENT AGENCY HAMILTON-VICTORIA BRIDGE STORM DRAIN PLAN & PROFILE LINE A: STA 50+00.00 TO 52+51.91 LINE B: STA 54+00.00 TO 54+ 16.29 Kennedy/ Jenks/Chilton 17310 Red Hill Avenue, Suite 220 Irvine, California 92714 714-261-1577 '-'MARK=.L..::Dc:~TE=--i. _ _:DESC=m:::.PTI.c:DN:::..__....1 ~!,_NUNDEROf REVISIONS =m•~•v SHEET 8 KJC JOB # 904001.00 DESIGNED T.H./1.C. SCM ~TE DRAWN T.H. .C. CH£CKED H.B.T. ,s SHOWN 9-90 DWG. NO. OF 47 z 0 ~ 20 16 12 ~ 8 w ... w 0 (-)4 (-)8 (-)12 I I STATION fl I I ( ) -------t"r--- 1/ I! II _______ ...J.J_ ' I \\ I I /~/~ PLAN 1· = 30' I 17 I 18 -------rr---, I! I I! I I! 24 16 12 (-)4 (-)8 (-)12 ~"'..--i-----+J+----,--+------;',--------l'rl~, I I ---- i----1 I I /1... .................. I ' I '-........_ I I 'V I I EL= 4± #4 @ 12" o.c. #4 @ 16" o.c. SLOPE PAVING DETAIL •=lh'!ii=I HOWARD NEEDLES TAMMEN & BERGEN DOFF ARCHITECTS ENGINEERS PLANNERS 2151 Michelson Drive, Suite 286 Irvine, CA 92715 (714)-752-6940 Kennedy/Jenks/Chilton 17310 Red Hill Avenue, Suite 220 Irvine, California 92714 714-261-1577 KJC JOB # 904001.00 CONSTRUCTION NOTES [fil REMOVE EXISTING A.C. PAVEMENT. fill CONSTRUCT 0.25' A.C. OVER 0.50' A.B. WITH PRIME COAT. !ill RECONSTRUCT CONCRETI: SLOPE PAVING PER DETAIL ON SHEET 9. ~ RECONSTRUCT CONCRETE PAVEMENT. LEGEND @REMOVE. {d) PROTI:CT IN PLACE. (±) SAWCUT. @JOIN. (E) EXISTING (N) NEW El APPROX. LIMITS OF PAVEMENT RECONSTRUCTION. ~ APPROX. LIMITS OF PAVEMENT REMOVAL. 1/2 0 3 inches on original drawing ORANGE COUNTY ENVIRONMENTAL MANAGEMENT AGENCY HAMILTON-VICTORIA BRIDGE RIVER IMPROVEMENT PLAN >--MAR_K~DA_lE~--~OES~CR~IPTIO=N __ __, ~~~"NUNDEROF REVISIONS =~..,~ SHffi 9 DES1GNEO SCALE DAJE OWG. NO. ORAWN T.C. .H. CHECKED H.B.T. />S SHOWN 9-90 OF 47 1- w w IIC I- C/) I- C/) IIC ::, :c ~ 0 0 IIC Ill HAMILTON R18(RT) W4I //JS7:4LL. SIGN VTIJ.IZ/Alc9 3 A/1:ARl=ST E/..ECTRO/.lcR F0lJN£:14TIOAI AVENUE I I CURB --~ ~ "' z >= ZVJ ~~ 125' 225' PLAN 1· = 50' CURB l, II II II d 1-_ II t---.REPAINT I• I X-WALK ,, .:. .!.E.lilli!l 1- w w IIC I- C/) I- Cl) IIC ::, :c ~ 0 0 IIC Ill PLAN 1" = 50' -----EXISTING PAINT -PROTECT IN PLACE GENERAL NOTES A. ALL SIGNS AND PAVEMENT MARKINGS SHALL CONFORM TO CALTRANS STANDARD PLANS (JAN 1988) AND THE SPECIAL PROVISIONS. 8. STENCILS SHALL CONFORM TO TYPES USED IN THE APPROPRIATE JURISDICTION. C. SIGN POSTS SHALL CONFORM TO THE REQUIREMENTS OF THE APPROPRIATE JURISDICTION. SOLID WHITE DOUBLE SOLID YELLOW I L A r.=======!=-+-+--. a TRAFFIC AND FLOOD CONTROL IMPROVEMENT PROJECT- _t__:r= COUNTY or ORANGE C 11_ 0 [!] NO PARKING COMMERCIAL VEHICLES OVER 5 TONS OVER 3 HRS. COSTA MESA STREETS EXCEPT LOADING & UNLOADING CMMC 10-185(G) MINIMUM FINE $100 SIGN SIGN DIMENISIONS SIZE W H1 H2 A B LARGE 14 72 30 7 8 INSTALLATION X Y Z 84 60 30 NOTE: IF MORE THAN ONE LINE IS NECESSARY FOR A MESSAGE, A SECOND LINE AND SPACE SHALL BE ADDED. THE HEIGHT OF THE SIGN SHALL ALSO BE INCREASED. TRAFFIC AND FLOOD CONTROL [/ BLUE BACKGROUND IMPROVEMENT PROJECT y TYPICAL. COUNTY or ORANGE w 0 o{=€ SUPR. HARRIET M. WEIDER DIST 2 SUPR. THOMAS F. RILEY DIST 5 SUPR. THOMAS F. RILEY DIST 5 SUPR. HARRIET M. WEIDER DIST 2 DRILL 'l HOLES SIGN H1 t--~======4-----+-1 SP 1409 TRAmC SIGN HIGHWAY INFORMATION SIGN "A' HIGHWAY INFORMATION SIGN "B" PLACEMENT 3'-6" IL D A D ' f-------. _____ .,. FUNDED BY OCFCD COMPLETION DATE: INFORM • ,., 5 t _!.!ML5 t H2 ~ HIGHWAY INFO SIGN DETAIL NOT TO SCALE NOTES fill PAINT 4" SKIP WHITE LINE PER CALTRANS STANDARD PLAN A20-A DETAIL 9. ~ PAINT 4" SOLID DOUBLE YELLOW LINE PER CAL TRANS STANDARD PLAN A20-8 DETAIL 29. ~ PAINT 6" SOLID WHITE LINE PER CALTRANS STANDARD PLAN A20-C DETAIL 39 OR 39A AS SHOWN ~ PAINT WHITE "SIGNAL AHEAD" MESSAGE PER CAL TRANS ~ STANDARD PLAN A-24 C. PAINT WHITE TYPE IV (L) ARROW PER CALTRANS STANDARD PLAN A24-B. M PAINT WHITE TYPE IV (R) ARROW PER CAL TRANS STANDARD PLAN A24-B. [zl RELOCATE SIGN OR INSTALL SIGN . l1I] PAINT 8" SOLID WHITE LINE PER CAL TRANS STANDARD PLAN A20-C DETAIL 38 l$l PAINT 4" SOLID DOUBLE YELLOW LINE PER CALTRANS STANDARD PLAN A20-A DETAIL 23 CURB FACE DETAIL 1 ® HIGHWAY INFORMATION SIGN DETAILS SEE SHEET 11 ~ PAINT 12" GORE STRIPING AT 25' 0.C. CITY OF HUNTINGTON BEACH/ TRAFFIC ENGINE ERi NG I /" pt,«,< ,f'. !' SC.-.:. /&, ~ .. '.:,-,,· •=l~ii=J HOWARD NEEDLES TAMMEN &: BERGENDOFF ARCHITECTS ENGINEERS PLANNERS 2151 Michelson Drive, Suite 286 Irvine, CA 92715 t (714)-752-6940 DATE y INSTALLATION DETAIL ENGINEERING DATE 1/2 0 3 inches on original drawing ORANGE COUNTY ENVIRONMENTAL MANAGEMENT AGENCY HAMILTON-VICTORIA BRIDGE SIGNING a STRIPING PLAN (I Kennedy/ Jenks/Chilton 17310 Red Hill Avenue, Suite 220 Irvine, California 92714 71 4-261-15 77 MAAK OAIT OESCRIPllON PREPARED UNDER SHIT! REVISIONS SUl'EIM~ON OF DESIGNED T.H./1.C. SCALE OAIT KJC JOB # 904001.00 i-=DRA=YIN==r=.H= .. c.~CHE=CKED=H=.s=.r.==IIS SHOWN 9-9D DWG. NO. 10 OF 47 PHASE -FU,{IC'TIO,A../-ScOt.lE/4/Cc D'AeRAA-1' * V[///CULAk? ,( lf....,L£5Ti?/4,</ ,1-fOVE..+fE,</15 ,,Cl'·~{? /-i!/;<../CT/OA./ {!EMIi FVMC710ll 7y,O£ "clJOTE 3 25 1-lft:"C, I-Di. C ' ~,f; --1-/-------.-- 'I) Jl NOTES TIIIS SH£€T : ~----J---t (: ------- ---·---------------- 8ROOKIIU~ST 0-TRAFFIC SIGNAL CO/V5Tl'<-UCT/ON SH4LL CONFOAM n:, rHe CAL TR A/VS ST.4,t-,/OAR.o Po.GANS ANO sPectP'l'CATt'OA/S (0AT50 JANL.4kY, 1988) ANO 77-{e SA=CI-U. (°,q.OV/SION,S. ("';\__ l./NL€5S OrHC;;ti:.vVt.SE .SHOYVA/ //v()uCT?vO ~OOPS SAfAU 8:! \.::,J C:..'.-.. "-' >'V'/T;-1 /0 roor .SPAC://VC, ceHT&f<..E-0 /A/ 71-rE: O(Rlf!;_.,/;C.v-./ Tt'-lAV~t..-Nece55,4,qy .STR.IPt,,,-.../'6, $14'.dLL. Be ~OC.4Teo • ,~/0~ 70 Po61Tl0/'Vr'VC;,, Laap.s. (";\__l'Vt!.W COr./OU/7 SHAt-t... t5t: 2// UA/t-£5.S ..SHO,'v/V 0TH6~~ ~ WISS. NEW co,,..._,,ourr SHAt-L BE //V6T4LLe'O AT .ao '° b~/;:;;::1,,_0ePTr(, 5¢' /V14X/M[/M PeP7M' CIN"-e s s =ow,v /A. __ NE.IA./ PL.ILL-BO;<..tiiS SHALL r.,e #s 1./N'L&SS ..SHO,V/V orMe1",-~ ;v,se. @-co" 7"RAGT~ .SkA<..-e.,(e,'itC/,5£ e,er~E c.aRe To ,4V'Or0 04/VfA6/'/V6 .f.:,,<,/..ST//-.,1($ C/T/C../T/tES. Cxlsf /-b«,¢r ;Cb/a f 1·t,tpcz NH" Stv-vica i?/sar .) • /A/Dt/CTIVE LCXJP DETECTOR SCNEDt/LE Z> ·1-·+--"7e-""'~P\t • <{u il1 ---wi~t ciS:::--...;..,,,....-.;i,....-""""'--l-----___ -~---::: ~-~ 1! I /i IL Z 80 Ot80 \elf,,_, \ \1 ·1 '--..... <!:" "' .,,_ {l; /0' STREET •POL£ ROPE • PCT.") Pu'S•·I IZ I /0 1Z' ~-~----~-~-~~~~Zr80 /,o/w ~F NOTE. z. • CONOt/CTOR SCI-IEOt/t.£ • MOTE 10 1(1 5P6 e1c-Yc ..... l: PU~C>H I:"?tJ'rH) ____ ,..l_ A NEW -5£6 6P£.CIAL F'/2.0VIS/ONS SCH£DUL£ COUNTY OF ORANGE_ ENVIRONMENTAL MANAGEMENT AGENCY CITV OF MUtJTINGTOM '21CH SHEET IOA HAMILTON-VICTORIA BRID6E OF 47 N EXISTING BRIDGE MOUNTED GUARD RAIL P2 ( TEMPORARY FENCE CD s Cl8 s CW2(LT) CW6(25) W/FLASHING BEACON ON BREAKAWAY POST ' ; ~ ~ s v\ RIB(RT) Rl8(RT) R59(RT) i C ( ' I W74 150' 150' 100' 125 l I I I s : Cl3 : LEGEND: ' ' ' ' ' ' ' ' ' PLACE IMMEDIATELY BEHIND A.C. CURB FACE OF BARRIER A.C. CURB A.C. i/W \ Cl3 \ \ ' s ca ® FOR DETAILS, SEE SHEET 10 ~ EXISTING DRIVEWAY EXISTING PAVEMENT MARKINGS EMA/TRAFFIC ENGINEERING l s C20(LT) TEMPORARY SAND FILLED CRASH CUSHION UNIT s C20(LT) s CW2(LT) ~ CW6(25) 0 W/FLASHING BEAC0 TEMPORARY PEDESTRIAN r,"\ STRUCTURE \.!_; o't9 ro ::_ I ~ EXPOSED EDGE OF DECK OR VERTICAL DR0P0FF TYPE K RAILING DETAILS SCALE: 3/4"• 1'-0" LEGEND= 0 SEE SPECIAL PROVISIONS PLACE 48" FLEXIBLE DELINEA"IORS (CEMENTEP) TYPE F-1 OR :t-1 AS NOTED PLACE 48" FLEXIBLE DELINEA,ORS (PORTABLE) PLACE TYPE Ill BARRICADE WITH FLASHERS PAINT 4" SKIP WHITE PER DETAIL 8 PAINT 8" SOLID WHITE PER DETAIL 38A PAINT 4" DOUBLE YELLOW PER DETAIL -21 PAINT 12" SOLID WHITE PAINT 4' SOLID YELLOW PER DETAIL 24 PAINT 8" LANE DROP LIEN PER DETAIL 37 (NO RPMS) PAINT PAVEMENT ARROW PLACE TEMPORARY K-RAIL INSTALL SIGN-SEE CALTRANS SIGN CHART REMOVE EXISTING CURB AND PAVEMENT. CONSTRUCT 0.40' A.C. OVER 1.40' A.B. WITH PRIME COAT AND NEW A.C. CURB CONSTRUCTION ZONE -DIRECTION OF TRAFFIC CD / , ___,,,,->oi'~' ..----c _ __,. t~p -j. Cl3 -:i;._.;. . '?;;_;. ~-j.0- PLACE FLASHING ARROW SIGN TYPE II DRAIN (SEE ROADWAY PLANS) TEMPORARY FILL CD ~--4xti'PtYWOOD CURTAIN • "ft) BE INSTALLED AND MAIN- TAINED ON TOP OF k-RAIL ADJACENT TO WORK AREA . --" = trr-u U> • l DRli .. L AND BOND I" DIA. ROD THREADED FULL Lt::N~TH, WITH NUT, INTO HOLE 0-6' DEEP. DRILL AND BOND DETAIL REQUIRED ONLY ON STRUCTURE. REMOVE CONFLICTING STRIPIN& PAINT <o11 SKIP WHITE PER DETAIL 39A GENERAL NOTES: ALL STANDARDS REFER TO CALTRANS JAN' 88 STANDARD PLANS. 1. ALL WORK SHALL CONFORM TO THESE PLANS AND THE 1985 EDITION OF THE MANUAL OF TRAFFIC CONTROL FOR CONSTRUCTION AND MAINTENANCE WORK ZONES. ALL DETAIL REFERENCES ARE TO CALTRANS STD. PLANS NO'S A20 A THRU C. 2. ALL SIGNS SHALL BE REFLECTORIZED AND STANDARD SIZE. 3. THE CONTRACTOR SHALL HAVE ALL SIGNS, DELINEATORS, BARRI CAD ES , ETC. PROPERLY INSTALLED PRIOR TO COMMENCING CONSTRUCTION AND SHALL NOT ATTEMPT TO SWITCH TO THE NEXT PHASE DURING WORKING HOURS. 4. THE CONTRACTOR SHALL MAINTAIN ON A 24-HOUR BASIS ALL SIGNS, DELINEATORS, BARRICADES, ETC. TO INSURE PROPER FLOW AND SAFETY OF TRAFFIC. 5. ALL CONFLICTING STRIPING SHALL BE REMOVED BY WET SAND 6. 7. BLASTING. NO BLACKING OUT IS ALLOWED. TEMPORARY PAVEMENT MARKINGS SHALL NOT BE: THERMO PLASTIC. TEMPORARY SIGNS TO BE INSTALLED IN ROADWAY BREAKAWAY POSTS. 1/2 0 3 inches on· original drawing SHALL HAVE 2 j:1~ii-j ORANGE COUNTY ENVIRONMENTAL MANAGEMENT AGENCY HDWARD~~-~ AACHrTWCTII.........,.. PL...,.._ 2151 Michelson Drive, Suite 286 Irvine, CA 92715 (714)-752-6940 Kennedy/ Jenks/Chilton 17310 Red Hill Avenue, Suite 220 MARK OATE OESCRIPT!ON HAMILTON-VICTORIA BRIDGE TRAFFIC CONTROL AND CONSTRUCTION PHASING PLAN GENERAL NOTES AND DETAILS PHASE I PREPARED UNDER SUPERVISION Of" ______ _ SHEET lrvine,Californio 92714 REVISIONS 714 -261-15 77 >-o-,-,,.-.-,0~8l~M~~~-----,1--SC_A_L_E~-DA_T_E~-·-o-w-G.-N-O-. ___; II DRAWN JiE.{;__ CHECKED _.c3-..b__ As Shown 9 -c,-, 0F47 Li :J 44 44 44 Scotet r•&W 3[ C21 !I mile> 44 J ,----1J 44 I ~ ·' --b=r::=: b =r::=: b =r::=: b:=r= b:=r= w I BRIDGE CONSTRUCTION AHEAD ~ine 1 CONGESTION PROBABLE .:::i:::=Irne 2 COUNTY OF ORANGE ::r=:J.rne 3 8 1 Line 4 H COMPLETION DATE: SPRING 1992 =r=:1-ine 5 INFORMATION: 567-7800 =c::t:1ne 6 ~ ~====~~J==========~ ------'-- ORANGE BACKGROUND / BLACK LETTERING '!7 See OCEMA Std. Pion No. 1409 (typlcoll SIGN J Not to Scolll r--w-i T H INSTALLATION DETAIL Not to Sea =:J J§ ;r-r-,-r-r-r~-1,..'-_-----::..'=--=--=--=---:::: I 4 I L__!J ~----..JI VICTORIA 7 I L 11 7 nnnnn17[jn1[ Si Dimension tion Olm. Un) H a b LOCATION MAP □ CONSTRUCTION NOTES r 11 ~ INST ALL SIGN PER SIGN DETAIL THIS SHEET OR SEE CAL TRANS SIGN CHART. CITY OF HUNTINGTON BEACH APPROVED, . I-.., l< Traffic Engineer /,: ,C":' ;~,.. • DATE APPROVALS CITY OF COSTA MESA NOTE: CONTRACTOR SHAJ.L OBTAIN THE APPHOVAL Or THE ENG//VeER AND Alec.ESSARY PERMITSAAIP CJ.J:ARJJAICES Ffi'OM BOTH CITIES /!!JEFOHE !N51AL.LIN6 SIGNS . COUNTY OF ORANGE/EMA / APPROVED, a=,<4a.,h~•-·-~il~t'f~-~'fD~~ Trofflc Enorneer DATE APPROVED,,44~ Traffic Engineer * X SHALL BE. 84 !NCHeS FOR AReAS WITH PEDESTRIAN ACCESS . ½ o l 3 Inches on original drawing ORANGE COUNTY ENVIRONMENT AL MANAGEMENT AGENCY HAMIL TON-VICTORIA BRIDGE DETOUR SIGNING OF 47 ,---, I I 1-1~ L_J L_ SAME AS PHASE 1 N ©CW2/ C W<il (2?) w/ FIASHING a.EAGON ON .BRfAKAI-JAY POST 50' (TYP) TANGENT GENERAL NOTES: 1. ALL WORK SHALL CONFORM TO THESE PLANS AND THE 1985 EDITION OF THE MANUAL OF TRAFFIC CONTROL FOR CONSTRUCTION AND MAINTENANCE WORK ZONES. ALL DETAIL REFERENCES ARE TO CALTRANS STD. PLANS NO'S A20 A THRU C. 2. ALL SIGNS SHALL BE REFLECTORIZED AND STANDARD SIZE. 3. THE CONTRACTOR SHALL HAVE ALL SIGNS, DELINEATORS, BARRICADES, ETC. PROPERLY INSTALLED PRIOR TO COMMENCING CONSTRUCTION AND SHALL NOT ATTEMPT TO SWITCH TO THE NEXT PHASE DURING WORKING HOURS. 4. THE CONTRACTOR SHALL MAINTAIN ON A 24-HOUR BASIS ALL SIGNS, DELINEATORS, BARRICADES, ETC. TO INSURE PROPER FLOW AND SAFETY OF TRAFFIC. 5. 6. 7. ALL CONFLICTING STRIPING SHALL BE REMOVED BY WET SAND BLASTING. NO BLACKING OUT IS ALLOWED. TEMPORARY PAVEMENT MARKINGS ARE NOT REQUIRED TO BE THERMO PLASTIC. TEMPORARY SIGNS TO BE INSTALLED IN ROADWAY SHALL HAVE BREAKAWAY POSTS. J ® ®> @ <B> ® (§) ® @ @ @ ~ - )1 I I II I I I II I I I I I .._____J I LEGEND PLACE 48" FLEXIBLE DECLINEATORS C CEMENTED ) TYPE F-1 OR I-1 AS NOTED PLACE 48" FLEXIBLE DECLINEATORS (PORTABLE) PLACE TYPE 111 BARRICADE WITH FLASHERS PAINT 4" SKIP WHITE PER DETAIL 8. PAINT a" SOLID WHITE PER DETAIL 38A PAINT 4" DOUBLE YELLOW PER DETAIL 21 PAINT 12" SOLID WHITE PAINT 4" SOLID YELLOW PER DETAIL 24 PAINT 8" LANE DROP LINE PER DETAIL F (NO RPMS) PAINT ff SOLID WHITE PER DETAIL 39 PAINT PAVEMENT ARROW PLACE TEMPORARY K-RAIL INSTALL SIGN-SEE CAL TRANS SIGN CHART CONSTRUCTION ZONE DIRECTION OF TRAFFIC t- ~ EXISTING DRIVEWAY ® FOR DETAILS , SEE SHEET 10 EXISTING PAVEMENT MARKINGS 1:j~ii=j HOWARD~~-~11 ARCHeTECTII ~ PLANl"oilEAII 2151 Michelson Drive, Suite 286 Irvine, CA 92715 (714)-752-6940 Kennedy/ Jenks/Chilton 1/2 0 2 3 inches orr original drawing ORANGE COUNTY ENVIRONMENTAL MANAGEMENT AGENCY HAMILTON-VICTORIA BRIDGE TRAFFIC CONTROL AND CONSTRUCTION PHASING PLAN GENERAL NOTES AND DETAILS PHASE II 17310 Red Hill Avenue, Suite 220 t--+--+---0,-,,-.,-,,-,0-.--+,P=.,~P.-•-rn_u_N~o,~.------~-5-H-EE_T_. Irvine, California 92714 ~----------1suPERv1s10N oF 714 -261-15 77 !2=""'-"~~;~t"=:~:-:,~~~-:..-1-c--~ DWG. NO. 12 OF47 j I . : \ ·, I\ I. I PACIFIC OCEAN I' It\ • \ NOTES LACK LETTERS NS SHALL BE iACKGROUNDS 1. AL~F~1~TlVE ORANitlSTRUT POST. ON R OUNTED ON A AND M r EFFECT DETOUR IN 2u:l~t CO:'JSTR~c;ri~EWORK ONLY. ~ND REMOVAL 0 /Jenks/Chilt edy suite Red Hill Av~~1Y;';;rnia 92 Irvine, 714-261-1 KJC JOB # 904001.00 DETAIL B G93 1/2 O 3 inches on original drawing ORANGE coumNT AGENCY NTAL MANAG ENVIRONMEON-VICTORIA BRIDGE HAMILT BIKE DETOUR PLAN OAlE !HO SHE£[ 13 OJ' 47 BVC Sta. !3+/000 Elev 1842 (3'-f" Lt) E 8 Sta. ZO -t 40.25 GB sta /8+5177 EVC Sta. /7+/0.00 Elev 30.fO (j'./"Lt) Elev Z982 (3°/"Lt) +0.20'1• +0.Jf •(o BVC Sta.!9+44.00 Elev 3059 Abut. f 400' vc Re= -1.325 °/o/ Station 88 510 14 t0/89 PROFILE GRADE (111onq 50utfl side or clo5ure pour) No 5Cole _ __________ / 'Tl~ .. ' ll 1, Future Ground 'frtr cxi5tinq 6ro1Jnd Line and Propo5ed Ground line Pter2 1er 3 biJ Ofhern Pier 4 ~ ' P li Liner Utttmate) .11.11 I[ Exist Santa Ano River I[ Future .5anta Ana River Invert b!J omer5 1,4 Sta. /OtOO. 07 N 5# l!J/.Z8 E l48!84Z.IZ ~6 ~7 ELEVATION Relocotec1. steel sewer Scafe: !"=30!0" l4t 3038 (Future pipe (36'-1011 left of Btotion line) Electrolier blJ others) see 5eWer m/ocotion plan5 mr detl7il!5. I /EXi:'Jtin l,__/I0"stee 5ewer (to be Shee,f,s -9!3-47 · . Ext5tlnq Tetepnone Conduif5 ( to De Ex/stinq Northern retocoted blJ 8ndqe (to be others) ; removed) Ji J5;fi,0.:J8 (Future • Etectrotier btj other5) I CURVE D.4TA STATION LINE R= 1800' l::, = jf0 ()(i;' 52" L = 977. 49' T= !50112' V ~nf Ill Pier 5 EVC Sta. 23+44.00 Eev 46.6.5 (Yf" Lt) 400'VC Re= 18775%/Station PILE DATA -Closs 70 C/Jncrete Plies Location ~ Abut I Driven Pier 2 onven Pier 3 Driven Pier 4 Dnven Pier 5 Driven Pier G Driven Pier 7 Driven Abut 8 Driven WW'.s Driven II 11 5pecified Tip Elev: -45 -4Z -45 -12 -51 -30 -.3.3 -27 -27 Prt?boble Tip Elev -50 -47 -!50 -37 -:X, -35 -38 -32 -32 Pier Nose Extension ( rt. Future Maintenance Access Roaa bl/ Others C.IP Remforced 6 '-0" Concrete~ Concrete Barner ~ T!Jpe 26 st°' e Jr Construction 40~0" fl. EYisting Open Joi Station Profile G Exist Southern Bridje Expan5ion Joint SECTION A-A scale: I"= 10'-0" ru_ •,n,' ti J! \Ill L\11 Abut 8 sto, e Jr Construct,cm 8to, e I Construction b!J otners llil fl. Future Greenville Banning C/Jannel bf./ Others Pier 6 lef!lf)OranJ Pier 7 Datum Elev. _42~estrian Strudure 6'-0'' ,36 !8" z 19 . /8+5014 0.38 oli 5ceaH. to be relocated bl./ otnen;. +50 38 (Future /r 20 Sta /9+44.08 Sta zo+JB00 I Pter 7 Profile Grade Closure Pour Station Line Cone Borner Type 26, 7Yp- f. 7 % c=JuuCJ CIP Reinforced Concrete NORTHERN BRIDGE EXTENDED SOUTHERN BRIDGE 3 SECTION B-B (j) ® @ Pomt "HIIMIL TON-VICTOK!A BRIDGE" Protect in place M86R, 5ee "ROOC! Plans" For !l5t of 5tanclard Plon5, Quontitie5 ond General Notes see "Decx Contour 5/Jee1." 1/2 0 2 3 inches on original drawing ORANGE COUNTY ENVIRONMENTAL MANAGEMENT AGENCY L Gree SCE OH. Bannmq Cha HAMILTON-VICTORIA BRIDGE to be relocated bl/ Ofner:s 1/QE.:.. bl/ofher8 2151 Michelson Drive, Suite 286 Irvine, CA 92715 Controctor shall verifl/ all controllinq ,1eld c11rnens1ons before crdertnq or tobncottnq om; material. (714)-752-6940 GENERAL PLAN Kennedy/ Jenks/ChlHon ,------.----------1 17310 Red Hill Avenue, Suite 220 I-•-+• -0.-r,-+--DE-sc-.,-.r-10•--+•=1tt=••=••=0-u•=0,~• -------SH-EE-11 LIVE LOADING HS20-44 AND Irvine, California 92714 :==:==~R~EV~IS;IO~N'.;S;:::~==~~•u=•••~v,~s,o~•~o•_ -_ -~---_ -__:.-:---1 14 LOAD !'"ACTOR DESIGN ALTERNATIVE ANO PERMIT 714-261-1577 l'Df:c;Sc::<GN:=,<D'-#N#W=,====,s;='H SCALE DATE OWG. NO. DESIGN LOAD. DRAWN AK CHECKED __ As Shown 9-90 OF47 \.... £ ~ :::i V) ~ ~ '-l 11) c::i ,I t'--., ~ ('") BB Sia 14+01.M 1 I 23 X X X f Pier 2 Existing Sou BRIDGE QUANTITIES REMOVE EXISTING BRIDGE 1 LS (F) STRUCTURAL EXCAVATION ,BRIDGE 4,330 CY (F) STRUCTURAL BACKFILL, BRIDGE 3,200 CY (F) PERVIOUS BACKFILL MATERIAL 89 CY (F) STRUCTURAL EXCAVATION, RETROFIT EXISTING ABUT. 1 23 CY (F) STRUCTURAL BACKFILL, RETROFIT EXISTING ABUT. 1 13 CY (F) STRUCTURAL CONCRETE, RETROFIT EXISTING ABUT. 1 11 CY (F) BAR REINFORCING STEEL, RETROFIT EXISTING ABUT. 1 892 LB DEWATERING (BRIDGE) 1 LS (F) STRUCTURAL CONCRETE, B~IDGE FOOTING 563 CY (F) STRUCTURAL CONCRETE, BRIDGE 2,960 CY (F) BAR REINFORCING STEEL, BRIDGE 1,128,891 LB (F) MISCELLANEOUS METAL, BRIDGE 8,145 LB JOINT SEAL (MR• 2") 44 LF JOINT SEAL (MR•1 1/2") 187 LF FURNISH CONCRETE PILES (CLASS 70) 9,950 LF DRIVE CONCRETE PILES (CLASS 70) 296 EA CONCRETE BARRIER, TYPE 26 830 LF TUBULAR HAND RAILING 830 LF WATER STOP 221 LF BRIDGE LIGHTING LS REMOVE EXISTING RIPRAP LS TEMPORARY RETAINING WALLS 1 LS REMOVE & RECONSTRUCT RAILING TRANSITION 15 LF FALSEWORK LS (F) denotes Final Pay QuantRles. NOTE TO CONTRACTOR: These quantRles do not necessarily represent true quantities. For correct values refer lo Bid Documents. <£ Piet-4 PLAN Scale, !'~30'-D" STANDARD PLANS DATED JANUARY 1988 A62-C EXCAVATION AND BACKFILL-BRIDGE B0-1 BRIDGE DETAILS B0-3 BRIDGE DETAILS B0-5 BRIDGE DETAl!.S B0-13 BRIDGE DETAILS 82-5 PILE DETAILS • CLASS 45 & CLASS 7C 83-1 RETAINING WALL lYPE 1 , H=4'-30' 83-8 RETAINING W+u, DETAILS NO. 1 83-9 RETAINING W¥,L DETAILS NO. 2 88-21 JOINT SEALS • 87-1 BOX GIRDER l!'ETAILS 87-10 UTILITY OPENJNG -BOX GIRDER 811-30 TEMPORARY RAILING (TYPE K) B11-51 TUBULAR HAND RAILING 811-52 CHAIN LINK fliuLING TYPE 7 811-54 CONCRETE BARRIER TYPE 26 ES-6B LIGHTING STANDARDS· TYPE 15 AND 21 [>r--Standard Phn Sheet Na V-Detail No. f. Pier 5' Edge of Deck <f Pier G GENERAL NOTES LOAD FACTOR DESIGN DESIGN: BRIDGE DESIGN SPECIFICATIONS f Pier 7 (1983 AASHTO with Interims and Revisions by CALTRANS) DEAD LOAD: Includes 35 psf for Future Wearing Surface. LIVE LOADING: HS20-44 and Alternative and Permit Design Load. REINFORCED CONCRETE: f y = 60,000 psi f', = 3500 psi n = 9 Transwrse deck slabs (Wlrking Stress Design) f, 20,000 psi f, 1,200 psi n = 10 EB Sta 20+ 40.25' .I Note: Deck Contour is based on the assumed ()rofile and plan cross slope. Contractor shall ver1f'y existing Southern 8ridge Deck Contour. Prof'lle Grode Ltne Station Line 0 = Indicates even foot contour5. x= Indicates 10' intervals Contour does nor include comber Contour intervals = 0.2' •=i~ii==j HOWARD~,.,..,.... a 111iAcaENDOFF __ ..__ 2151 Michelson Drive, Suite 286 Irvine, CA 92715 (714)-752-6940 V2 0 2 3 inches on original drawing ORANGE COUNTY ENVIRONMENTAL MANAGEMENT AGENCY HAMILTON-VICTORIA BRIDGE DECK CONTOURS 15 OF47 / I / ii '1/' ! I , I 1v----------1 • i I I J / t; I i I I ,I ~ I J 1) ; I I I I NOTES: /. Dimensions ore typical for Piers 2 thru 5. 2. All footings to be parallel. 3. Al/pf/es not stown.see Aburment and Pier plans for detoll. 4. One 35 foot by /5 foot passageway shall te provided when bridge deck falsework is erected LEGEND: p denotes new plle foundation. denotes existing southern foundation. denotes existing northern foundation to be removed. denotes bottom of footing elevation. l1 If Ii .. , ( j v / i FOUNDATION PLAN Scale : I•= 30'-0" AS-BUILT PILE DRIVING DATA .. .. ,!!, "'-en,-i=z i= <C~z ~ "' ~~ ti:~ 31-0:0 :,;;Q "' ~a:~ oo <ti-01-=>1-::,:< ~i ..JO w-.~ ~~ :,el-<-' .. Ill"-"'w xi ~~; .::, 1-UJ XUJ !~ c,;o: <!>..J ::>..J .. .., <w >W ~~ OW "'"' ::E..J ""'"' .... ABUTMENT NO. I PIER NO. 2 PIER NO. 3 PIER NO. 4 PIER NQ 5 PIER NO. 6 PIER NO, 7 ABUTMENT NO. 8 TABLE ANO DATA ABOVE FOR USE OF RESIDENT ENGINEER UPON COMPLETION OF CONSTRUCTION . ·-----30 --- ----------3 --30 --------- ~:--:::~::===: ~=~--------------======= }JJ;!ii~~ ,;<,;.,~ /1/ // ---------------- / / ,/,,.,,--------------------------------- ~................... .,..,. ..-.-.c-no-....- 2I5I Michelson Drive, Suite 286 Irvine, CA 92715 (714)-752-6940 V2 O· 2 3 inches on oriQinal drawincJ ORANGE COUNTY ENVIRONMENTAL MANAGEMENT AGENCY HAMILTON-VICTORIA BRIDGE FOUNDATION PLAN /-I amilton -V1ctor1a Sta Line #!Jx t'-t3''@ !Z" each Drilled oncJ grouted irlollole of 'f/s"x 5"@.30° I I I I ---------_} construction Joint ti: Interior 8rq PodJ cTtjP) If. Interior Girder" l 8rqPad I 411-03/4" For Joint Armor Detail see "/-linqe Details No. I II sneet IZ'x 15" i< Z." E/ostomenc 8eorin9 Pod, total 5. 13 1-0 11 Coot top of pad with qrease cover w1tll 0.079' qo!v. 317eet metal PLAN IZ.." ti o,oemog -fer sewer l;ae 5ca/e 1/4'=/cO" .w:fh casf,;in1:7/ace 3ee External wali sleeve snear Xe!j Detail 7-to !8"xZ4"flJ1ure __-,-f-:u".-"_4=-openinq for ~ Pacific fJe// u,.; /:xponded Polvstvrene 0 /80)\ J lljp ~ 5lope pavinq 0 -----------~...L..--cc----------------------:---------, I I ____________ L-1-.-.----.-.---------------------,,---,,_._-------,-- Note: Ill! piles not shown ELEVATION aoor.inq West) scale• f/4", 1~0" 4f'-G¾" #rlJ@'I Extended 4'-0" into abutment wall See 'Winqwo!I Tron5ition Deta!I" on "Abutment DetoJl5 5he€t.11 slope pavinq #4 LJ@ {8 f 8rq Abutment f , txpanded Po!qstqr, IC) I(') !% :t SloPe '11'4 @l8----1-r 2'-1 #4@18---->-r ,;,-Btruct1on Jol GxG-W3xW3 , Welded Wire ~' Fabric ... ~ um,tof~ excavation #5 [@ !Z eochwof/ omit beneath wall. f3end re1nforcin9 stee I bars to avoid piles Z"ch f'-G" SECTION A-A 5cale, f/2"= fcO" J01i?t 4rmor SECTION B-B !lom1/ton-Ytctono Stalme~; 7'-fl/4" 3spoces@f2c/O"=38c@" Note For Footinq corner re1ilforcement see II Foot1ilq Comer Deto1/5" on "Debns Nose Details" slleet Sca/e:f/2'~/!o" Measured alonq W. w. L.O L '(J Abut I'\ i -$-~---~ ----------$-----------------$----~,~f-----;,--_,_-",,_._ ---~-;-1---( ® 18) ® ® --,.:;--;,s---:;;:7"7,---+--t--i--------.---,---- L ______ \ ------~-----➔-----~----- Note5 -\ 8'-11/8" 7spaces@ 5'-@"~38'-G" © Exi5tinq l"159 footinq to De removed ® Exact tocotion of existinq f)l!es to De verified DlJ contractor. FOOTING PLAN scale 1/4"=1'-O" z see "Winq Woll Transition Deto11" on "AbUtmen, Details "s!Jeet ~ <:) '$ -· :.:. '") ~ ~ "' \Q -· "') "'- = ~ -(9 L.eqend: () Indicates plumbed Pile O Indicates pile battered f:IJ v in direction of arrc>w ~ Exi~1inq pile5 cutoff below f"ootinq •=i~ii=j HOINAR0 NIEEDUPI 'nlt.HWEN &. aERGEN00FF ARCHfTECTII l!iNGtNliliR8 PLAM\ERB 2151 Michelson Drive, Suite 286 Irvine, CA 92715 (714)-752-6940 1/2 0 2 3 inches on original drawing ORANGE COUNTY ENVIRONMENTAL MANAGEMENT AGENCY HAMILTON-VICTORIA BRI OGE ABUTMENT I Kennedy/Jenks/Chilton 17310 Red Hi 11 Ave nu et Suite 220 ~M=•-~K =o•=TE~::=.:o:,s~c•;;:,e::_:no=• ==.t;~""~:"";::..:1\"'?0-;;;~•;;;;g~'"•==========-=-" IS'"HE"ET,,..-. lrvine,California 927141---'-'R.,,_EV;,;l~Sl,;-ON:ccS:c..__-t-.a.-,-,-r--;;-.-.,--,---= 17 714-261-15 /7 DESIGNED CTf', SCALE DATE OWG:-tm OJIAWN CH£C<EO _cc__ Aa -., 9 -90 OF 47 ------------ 49'-Zf/1' 46'-0" f/:. lntenor 8rq. Pod . (TI/P)" if Inferior Girder ---\ Hamilton-Victoria Sta Line 47'-18/4" l4'x 15 ''x l1/2' E/astomeric 8earinq Pod, total ff. Coot top of pad with crease. Cover with 0.079" qalv. s!leet metal. \---l-!--------"l------l--+----l,-----'i'-='-'----+-....--+----,f----'r-----'r---,-,~-+-----,,-----',---------'1 \ 6" f"dqe of Deel<~ For Joint 4rmor Detail see ''H1nqe Details No. I' 5heet 12"/f>ooemnq tor 5ewer line w/ct16..f-in-17lac wall sleeve 5ee "Ablltrnent Details" Sheet 'IJ7-f0 f8"xz,rtuture u-4 openfnq for Rxtf/c /3ell PLAN 5co/e.· 3/16/'= l'-0" 5ee"5heor Ket.J Bf Clo5ure Pour" "B7-IO 1f3"xZ4"futureopeninq U-4 f8"x30' future openinq con5truction Joint -----+-Extend horizontal 1 remforcement from 0 0 0 '/37-IO /8"xZ4" openinq u-z 0 _ C ww root1nq ---- \ VEdqe of Deck .5ee "External 5near Xeij Detail" ffijp) 5ee 1/butment Details· Sheet Joint Seal MR~/112 11 Expanded Polqst{jrene Future Maintenance Access Rood s _E: COIJ5truction Join-t C) #5@ 12 each wal.J ~ omit beneath wall f 8rq Abutment 8 WWLQL. Construction .Joint ,,,4 cont #4@/8 #!J totl4 Q 5taqe I construction. ~-~--_____.____,._~ Note: /Ill piles not shown . 'SI _, ..... • ~ ~ () ~ ~ _, \{) ~ _, ...... Legend () Indicates plumbed piles Q lndicate5 0I/e battered f:5 v in direct/on of arrow ELEVATION &ate, 3/fw"=l'-o' _j 9G'-7" 3 5oa@ 13'-4"=40'-0" 8 '-fl tiJ" 4'-4'fe" 3 a @ 13'-4"• 40'-0" 7'-6¾" j'-,9¼" Con5truct1on Join,--.....___ " \ + + 41 4-+ (t) 1$ ($) ($) <+t-$ (+) + + + + + + 4- I Hom1!ton-l/1ctona Sta Line 5'-:Jf-1" 6 S t! 6'-8"~40'-0" f'-4%" FOOTING PLAN scale 3/IG":l'-O" (~ 4 ~ ~ ,\J '6 'C ' l_ 1---i!c--et=~:!:=!!=:!i==!:,;=,,L-&--"---"-'-"---1-!l---o'!I- H8totl4 8'-6" Note. for Footinq corner reinforcement" 5ee "Footinq Corner Detoils " on "Debn5 Nose Deta1J5' sheet SECTION C-C <i. 8rq Abut 8 \ 11,0'' \-S:: fl.JP ()/; 5cole f/2"· f'-O" 1/2 0 2 3 inches on original drawing I:1~ii=J ...:IWAAD.....aLIE&~&IIEAOENOOFF AACHfT'IICTS-PLANOEFal 2151 Michelson Drive, Suite 286 Irvine, CA 92715 (714)-752-6940 Kennedy/ Jenks/Chilton ORANGE COUNTY ENVIRONMENTAL MANAGEMENT AGENCY HAMILTON-VICTORIA BRIDGE ABUTMENT 8 17310 Red Hill Avenue, Suite 220 a...-•• --'-, -D.-TE-'--D-Esc-.,-,,-,o.-__,_••-E••-•E-D-uN-DE-.-------SH_EE_T__,. Irvine, California 9 2 714 "------'-'RE=.:Vc.:clS"'-IO=N=S'--_ __,_5"_"E•_v,_"D_N _D'_-_-_-_-_-_-_-::_-::_-=_~ 714-261-1577 DESIGNED CT/3 SCALE DATE DWG. NO 18 DRAWN CHECKED A& Sho· 9-90 OF 47 . #G ~I #G tL tot4 2'0' !'! eoc/7 side. of Xe!J #G f7ifTiiltot 4 INTERNAL SHEAR KEY AT CLOSURE POUR No 5cole Expan51on Joint ELEVATION .5ror;on Line FOOTING PLAN Expansion Joint I (+) V ABUTMENT 8 WING WALLS txp Joint Airer @ each side of l'ieq 5cale: .3/lfo":= l'-O" #GL@G @. tJrq _/ Abutment f Con5truct/on Jomr Same as North .51de of J..butment Note, ,L/// pt/es not .shown Some os North side of Abutment" Leqencf, / ft. WW Footin9 WWLOL. CJ Indicates plumbed pile 1-, Indicates pie battered t:6 \~ in direction of arrow Expanded Polqst!jrene f/z'x 1211 Expansion Joint Filler ELEVATION #:Jfot4 SECTION A-A 1013 'IFGrfll tot 3 EXTERNAL SHEAR KEY #4@ 18 Em/Jed 4'-O" WWLOL •=i~ii=1 HDWARO flalEDLES '1)IUwWEN & 111!ABENDOFF AACHrTECT'B ENGtNEERS PLAf'IN'IER& 2151 Michelson Drive, Suite 286 Irvine, CA 92715 (714)-752-6940 1/2 0 2 3 inches on original drawing ORANGE COUNTY ENVIRONMENTAL MANAGEMENT AGENCY HAMILTON-VICTORIA BRI OGE WING WALL TRANSITION DETAIL AT ABUTMENT I ABUTMENT DETAILS Kennedy/ Jenks/Chilton .Scale: 112" = l'-0" 17310 Red Hill Avenue, Suite 220 ~•:::••:!K ::::o•t~•:!:==~o,~sc•=:,e=-:no=• =::::!f-;;;;~;;;;.~;;;;;:~:;c;;~?o--:c~•;;;:;g~"'"•-----~5-HE-ET-I Irvine, California 92714 J-:-:-:-:-c:-'R'-"Ec-;V~ISe,;IO~NS,,___-+-,~~-=-~=-=-=-----' 714-261-1577 DESIGNED ere, SCALE DATE DWG. NO 19 ORA'!N CHECKED __,CJ}__ ,\a Shown 9 -90 OF 47 9'-0" I0'-0" (:) 5) 8-) <'<') ,, ~ <:) (-8 (B «) 6'-0" 5ta e II Construction Northern 8ndqe PLAN 5co/e, ..3/IG "= f'-O'' [7'-0" 10'-T' Debns Nose Cop l For reinforcmq details 5ee "Debris Nose Detail:3 11 oheet \ 47'-I" f0'-0" 7'-(j;" 7'-(j;" -- $--83 ,_, 1,-, 83 L_ ,_/ 't)_ 83 Expansion Joint ELEVATION ocale .• 3/IG"= 11-rY" scale: JIIG"= l'-O" C/05ure Con::;truction Joint Pour f'-6" fl Piero 2 tl7ru 5 5totim Line ,, I I I ~ \l, " ~ ~ ~ <:::: ~ '::i ~ ~ :s 9" ~ % II s l<) \l) 11, Sawcut edge of ex15tmq 5outnem /Jridqe □ @G, 0/50 see t::l to for other mint \& ~ \& -7 SECTION AT UTILITY OPENING PIERS 2-5, 7 Ex;stmq Southern 8ndqe 5cafe, !IZ"= 11-011 ;; 5 x 11-8"@ 12 each Drtll ~" ii hole x 6" in !enqth ~ &?~ w/Jen possible. Place stoqe JI construction #5 dowel bar and qrClllt. Legend: 0 Denote:5 oroposeo piles 0 Denotes exlst/nq Debris Nose and Pier Z4 3 p;/es. Existinq piles robe cut oft below tooting ,-, ,,_,, Denotes existinq Debris Nose and Pier z,5 p/le5 0 Denotes extstinq Pier 4 piles 0 Denotes existinq Pier 5 pileB Note3 ~z " '(:) ~ : .,___ '---~ \\I~ .._ G ~-c::: C7 ~ \I-% 11, ~ ~ ..._, '---~ .N <.S) i:::: G ~-c::: C7 }1 : \:5 •=i~ii=j ~ a ll C) ,, l() le) 11, ~ ~ li ~ \& <,., ll " () ,, I{) ~ ' () ,, ") #71l:Jt/4 #!5] e le each wm;. omit beneath wall. comt joint 3'-G" 7'-0" SECTION A-A 5caie, flt.'', /1-0" 1/2 0 2 3 inches on original drawing ORANGE COUNTY ENVIRONMENTAL MANAGEMENT AGENCY (f) Existinq 195"! footinqs to be removed. HOWAFIO NEIIDL.&B ~a~ ~-...._ ® Exact location of piles w be determined in 1/Je field. 2151 Michelson Drive, Suite 286 Irvine, CA 92715 (714)-752-6940 Kennedy/ Jenks/Chilton HAMILTON-VICTORIA BRIDGE PIERS 2 THAU 5 17310 Red Hill Avenue, Suite 220 l;.;; •• j . .,0.;,.,,:f--~0,,:£Sscic•;;;,.:;;;"0;;;-.-f; • ..,.,c;;; •• .;...,;;;-0-;;;0.;;;;0,;..-----~- lrvine, California 92714 REVISIONS suPERv,s,o• o• SHEET 714-261-1577 ltotias;.;, •• ;;:,0~2;:n'/r~--hsc'-A,-.LEc-r°"'oA,,;T~E =;:==o=wG=. =N=o.:=J 20 DRAWN _MIL_ CHECKED ,.12JfJJI___ As Shown 9 -90 OF 4 7 #5 cont #4 tot/Z l'-G" 3'-0" G,'-0" # 5@ 12 eoch face # ~ J L & 12 eacn face #(o@/2 # 5 C @ 12 each wa!J around pier wall . hoof'i top and bottom bars rn;p> #7tot 12 SECTION B-B 5cale: t/2 "• f'-tl" Tflpical f'ootinq Reinf. ,\ \ \ \ \ \ \ \ \ I \ \ \ \ tom Mot Reinforcement 6 tot 5 tor Pier Z tnrv t;, Bot. #7§ #8fl fl ftJt 5 tor f'ier 7 #6@1. '2tot .5 forAbutment I 'Z tot 5 for Abutment 8 #8et. \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \~ \ \ \ \ TbR. Mat Reinforcement #6@/Z tot 3 tor Pier Z t/Jrv 5 11 7fJ IZ tot 5 tor Pier ~ o!7d 7 #4@ IZ tot 3 for Abutment 1 #8 e 12 tot 5 for //Dutment 8 FOOTING CORNER DETAIL (TYPICAL) No Scale ~ ,, ,0 J;;5cont .,,,-;::;--:;::::::: ~~ V --~17 #5 t e IZ vert and horiz #tJL tot 3 I - ---- ~ v -~ 10'-7" Debri5 Nose Coo SECTION C-C Scale: f/2'= f'-O" #5 C tot4 I l0'-7" 1/2.''Expansion Joint Aller ~I, V ""5 tot Z4 ~--~ -] II/ I r I i# 1·-0· H # 8JL@IZ SECTION F-F !JJL@!Z SECTION D-O 5cole 1/2" = l'-0" Z'-0" #4 c:: G IZ #5 C 012 vert ond /JorJz. SECTION E-E 5co/e 1/Z"= t'-O' Seo le: 11211=!'-D" 1:1~ii=j H0WAMl ~~a lll!PICIENDOFF AACHITIECTB ~ PLANNEPIB 2151 Michelson Drive, Suite 286 Irvine, CA 92715 (714)-752-6940 1/2 0 2 3 inches on original drawin9 ORANGE COUNTY ENVIRONMENTAL MANAGEMENT AGENCY HAMILTON-VICTORIA BRIDGE DEBRIS NOSE DETAILS L 0--~ Debris Nose----- For Details see • Piers Z thru 5 • and "Oebri5N05e"plans. G'-0" Edqe of Deck \\ \ I I \ \ \ \ \ I \ \ I \ \ I \ \_ __ ,,...J \ ______ __) \_ _____ _) ~----_) \ ' I I I - \ ---\'i ---,,------------- PLAN For Dowel 8ar details, see "Pier 2 th(u5"P/on. Closure Four Construction--.... Joint expansion Jotnr ff. Pier6 Nt4° t7' 4-re 5tation Line Edqe of existinq Souttlern 8ndqe Ext"stinq Southern Br;dqe Main Girder Reinforcement #G Q tot 2 ,~· -#5'C.. @rz f-p" #.9Le'6 ,,;4[@ IZ _, f Access tlole 1n bottvm slaD f'-o· @ Pier 6 . #4 ~l@l2 ------5,_411 Jomt-4rmor 3" .-#8 tot Z, Exten to edqe of deck Bee Transverse l'ie11 Detail #4~&!2 I #8 ,-, tot 2, /-looA@endof ~ (,.9 ~ Pierond@ ~ ~ ~ ~ <::) Utilifi.J Opemnqs ~i 11 I ,I ¼-#4L_J tot 3 L,\ ":t ""' l!!I 'I\, ~ l.r\ t:,'•lr -l-:! "" t #91@6 ~ "-0 ~ 'I) \::! tapped with £:! ~ "' iqJ-..,, ~ #91::_@~ Cl t: f'-7" 1 ~ :It. ~ c:: ~ ~~ \9 -~ -2 Q) <) il _, C7"'<>- #ii ~{, '<) ""* ~ '-' IC) -k ,~ 7" -i:::: lt ~ ~" ") ,;; '11'7tot /G -~-,J_-----------"-------------,-"',------------------r-r-------~ (.\J 8'-0" _ __t__L ______ .,......, _________________ ....._-"------------------,,,--J'r,'--------- Note.-All pile.mot 5170W/J ELEVATION ~ scale, 3/fr;, "= f'-0" . (8 8-j 8 . ~ -r-8; $ ~ ...., -· ~ ~ ,(\ -r-CB 8-) ~ (8 ffi FOOTING PLAN Scale: .J/f6 "= l'-0" SECTIONG-G Sco/e.-1/Z-= ,~oh Note5, (J) Exi5tlnq /959 footinq to De removed ® Exact location of plies to be determined in the field Le9end: O Denotes proposed p//e5 O Denotes ex1::;-tinq piles () Denote5 existinq piles battered /:4 " •=ih'!ii=J MOWa.R0 ...aue8,.,..... Ii llEADEPINXJFF --~ 2151 Michelson Drive, Suite 286 Irvine, CA 92715 (714)-752-6940 Kennedy/ Jenks/Chilton SECTION F-F Scale: 1/2"= l'-0" 1/2 0. 2 3 inches on original drawing ORANGE COUNTY ENVIRONMENTAL MANAGEMENT AGENCY HAMILTON-VICTORIA BRIDGE PIER 6 17310 Red Hill Avenue, Suite 220 -••--!• -D.-r,---+--D-,s-c•-,•·r-,o-•-+.•=••=••=••=D-ccu•=DE=•-------,-,s:c-:H::-:EE:=-1T ---~-'="-'-----1 SUPERVISION OF _____ _ Irvine, California 92714 REVISIONS 22 714-261-15 77 1-Dcc-Es-:,G-:NE-:--D ~..-ii7'-"'-'-"-----t-.SC""A,,-,LEa-,--;;OA-;aT,;cE-,---;:O;;;;W;:-G_-;N;;;-O_----, DRAWN ..EJi_ CHECKED .J1Jt1f;_ Aa -9 -90 OF 4 7 Staoe .Jl constructicm Nort/Jern 8ridqe Closure Pour -PLAN Scafe: .3/1611=!'-0" Sto e I Cgnstructton southern Bridqe uJ Gu] DJ CV, DJ[i]JDJ Extend /lorimntol reinforcement fr1Jm 5faqe I construction Note: 1111 plies not shown Construction Joint ELEVATION cSco/e: .31f6''= !~O" I 43'-4'/4" 44'-7" I stoqe JI construct/on I stoqe I construction _H_' .,_._~ ___ .:....12-'---=e-"q=u-=a-'-l""sb::.:a=-=u""es"'-=@'-'3='--'---'-,t1.-"~'--s_'_'1::_=_4~0'-_-_4~¾~'4_"_.:....1~-"'6-l"-;,-...,,-..,_-,_~_6" ___ _,!.='Z-=e=ia=u=o,...,ls.='fJ"'a"-'c.=-es=-"@'--'3='--~=5_,,%,<.."_±_=_,_4,__!~...,_7_" _____ t'-'~b"""-;-, .l-. .-1--1-,f, + ,¼, 't' + t$' ,t1. .+. -i-· -t t -'t' + .+. -+ '4' (ti 1:t, ,t, '4' ·+ .. _ +. ~ 'f ·t 'f ·t ,t ·t ... +-.·+-t· t t -t ·y \ .-t-. -,t, 1$ ,t, it, it• it, ·-v Station ltne 12 equal space5 t! 8'·4 3/13"±= 40~4 t/4" FOOTING PLAN Scafe: 3115'~ f[011 r t:dqeofDeck Note: For Uttl/tf/ O,oeninq Re1nfcrcements Bee "Section at Utilltl.J Openinq" ot "P/er-6 z fhru 5 11 slleet 4t 5 J IP It each ll'Of/S Omit beneat/J wall #7to-tl4 #8&6 # 5 J ~ IZ vertical ef lloriuflfol SECTION J-J Scafe: J/4"=/'.0" 1:\~i i=J H0WAR0 l'riEl!0l,,.E9 mMNIIIN&~ AACHITSCT9 ....,._ PLAfrilNBRII 2151 Michelson Drive, Suite 286 Irvine, CA 92715 (714)-752-6940 r-cl Pier 7 ;1_511 9" #7~/Z ,.: 'i::j " ") "' ,, ") " !--.: <'r) ~ <o 3 1-6 11 71_011 SECTION H-H Scafe: !/2",d'-011 1/2 0 2 3 inches on original drawing ORANGE COUNTY ENVIRONMENTAL MANAGEMENT AGENCY HAMILTON-VICTORIA BRIDGE PIER 7 (9 concrete e,orrier T1Jpe 2<c (o'-O" -/'-to" le"¢ openJnq @ ttinqe and 40'-0" 4'-3" 18 • x Z4" Future Uti/itl/ Openinq for Pacific 8ell B'-6" '/311· Abutment!:!, 36"x3011 openinq @ l)lers for Bewer line. -NORTHERN BRIDGE Barrier Dowe.ls. ---c-- '5ee Barrier Raillin9 sheet for 5ize anct 5pacinq #5cont #4cont I .,.4tot4 m;p> 415 tot 7 /Tqp) 5O'-O" 5'-9" 5totion Line TYPICAL SECTION 5ca/e:f/4••f~0" Top Reinf'orcement '11'6 S =12 ~ @ Para/le/ to 'E Piers 5-IO l"clrmin T(,Jp 8'-8" f<'Y x 3011 Future Utilitlj openmq 4'-4" 8'-8" 8'-8" 18";<24" ut;Jitlj apen1n9 EXTENDED SOUTHERN BRIDGE I #4tot4{7qp)I j #5tot 7fllrl>J #5~~shrrups--- #4~9 Tt.jp ---lf5lJ5tirrups ------1, 2~0• #(ii;--....,__~G Existinq or 5toqe I construction transver:x~. reinforcement Bottom Reinforcement ;i. Cl ~ C) \) Ill 'l-'It---Cl Q C) Cl ~ c::i ~ Pro-me line .... <.\i i-.. 1.-. :::s -~ ~ Cl.: 1:3,J '->.I Note, Doe:5 not include allowance for fo/sewcrx settlement ~ ~ ti;) t-- C) ~ Cl ~ \) ~ c::i ~ b it 1$1 f'lz"elr min li.jp to remain. PART TYPICAL SECTION scale: 112·-.,1~0· \"() "¼-Cl i \J ;i.. \"() \l\) l I).) ~ C) 'It-C) "I-Cl ~ () ~ \) Ci \) <::> <::) C) ~ c::i \) l:S <:) Comber Line s;i, I() 1.-. -~ .'ll it lt Go, ~I CAMBER DIAGRAM No.Scale • ,i;'•O" #5 ~ @ <o between qirders #G tot4 extend---i~a::----- to edqe of Deck .L , 6 '----,(.ili tot 4 'EAbutmenf 5eari11q END DIAPHRAGM Scafe, f/2"a f'-0" C=:J 5tructural Concrete, 8ridqe (3,500 psi) (j) ~ Structural Concrete, Pier Nose (3.500 p5i) ~ 5tructura/ Concrete, f'ootinq (3,500 p5i) (j) oee 5Pec1ol Prov/5/ons for K>P Slab ond Closure Pour CONCRETE STRENGTH AND TYPE L/MITS No Scale 1/2 0 3 inches on original drawing 2 1:1;.,ii=j ORANGE COUNTY ENVIRONMENTAL MANAGEMENT AGENCY H0WAAD NEEDU!S TAIWIIEN &aeADENDOFF AIRCHlTECTS lilNQtNEEAB PLANNER& 2151 Michelson Drive, Suite 286 Irvine, CA 92715 (714)-752-6940 HAMILTON-VICTORIA SRI DGE TYPICAL SECTION <f. In"termediaie ff Intermediate t[ Abutment" I -I- Oiap/7raqm and £ Span (Typ) ---------------1 t:. Pier Z ----t-----------------f Oiaphraqm ________ _ Lett Edqe of Deck? f_ Pier 3 ---------- f. Intermediate Diopnroqm Match Line Closure Pour -~ U-3 ~ (HD, ~Vent'\J!!) 12'-o"Z • 12'-o" /nare (11/~>Ji Flare {fl/p) 7-~---------------~0------ l o--Stot;onllne exi51"inq Southern fridge 15 GIRDER LAYOUT -NORTHERN BRIDGE !6 /[] T(!p Girder Width~ End of Flore Prof';/e Gn:xie Line Scale: t/B":/'-O" <f. Iniermediate 4:. Abutment No. 1 <f. Intermediate (Tt.;p) (i Pier Na 2 fl. In-termediate ~ Pie.r No. 5 I Diaphroqm 1 I Diophroqm 1 I Diophraqm Match line .,,,r;:;::::I Iii ========:;:;;==8"7ft=p. ======;:t;::trF======================~lt=J :::::::::::;:::======~,□===l '-'-! :;, 3" w 3" ?l H~.3- #5lf or J.r f0fJ5 8~!l /()@/2" @.Z4 1 'Mcv< IO@tz" 8fP'f Z6@ r,," /8e~· 6§ 50@C," IO@B" f0@/2" @Z4°Max. 10@/Z" 8@," 50#'13" 10@ ~ 80@(o" -5~il~iT_U_'P_:_____.c5pa::.::__Cl_rJ_q_-+-,.:cc.....+:--+,:..::_::._:.:::--+-~---'==-=-'--'--'...::.'-------t-'-----'----t--+-------+----I 5• 5° 5" t Abutment t 'l. Intermediate Diophroqm and 'i.. S. on fTJJP) ti) 38.-'-o'-------------+-------22'-o" -() 40,_0,, 2a'-o':...' --------+----12'-o" / 35'-o" 20'-0'2s'-d' /3s'-o"------------1--------2s'-o" I ·-o" 20·-o" • 2a-d' 12'-o" ,."-a';;.,-0:..."-----------+-------22'-o" 7 /; ,a'-o" .:...a.------------1-------22'-o" 2a'-o"---------+----12'-o" / 40'-o" 20'-o" -Q 35'-o"-.,...,,-----------1'-2-,-,_-,0,,,--, ------2s'-o" t , 35-d' 25'-o" ~ 40'-o" ----+---------1-------20-·-o-" I #6 LAP WITH MAIN REINFORCEMENT LONGITUDINAL SECTION-NORTHERN BRIDGE i Pierz <i. Inrermediate Diaphroqm 2s'-o"'--------+-------24'-d' 20~ ~4 20'-o"------+-------20'-o" 25•_0 .. ---------+-------24'-o" Tl/pico/ E~terior 8alJ 2s'-o"---------1-------24'-o" 30'-o" 20'-o"-------+-------20'-o" 20'-o"-------+-------20'-o" --, P:,.to'' Lop Typ 2s'-o"'---------1-------~4•_0" I TLJpical Interior 8011 Outside Face o't' exterior Girder tPler 3 30'-o" #6CONT.--~ BOTTOM REINFORCEMENT-NORTHERN BRIDGE # 6 LAP WITH MAIN REINFORCEMENT (TYP AT PIER) No Scale f_ Intermediate Diophroqm Match Line Note: All reinforcement # II except a5 not-ed. NumDem at the end of bars indicate lenqth f'ran f Intermediate Diophroqm. •=i~ii=J 2151 Michelson Drive, Suite 286 Irvine, CA 92715 (714)-752-6940 Kennedy/ Jenks/Chilton 1/2 0 2 3 inches on original drawing ORANGE COUNTY ENVIRONMENTAL MANAGEMENT AGENCY HAMILTON-VICTORIA BRIDGE SUPERSTRUCTURE DETAILS NO. 17310 Red Hill Avenue, Suite 220 r----tc--,..,-t----::-::=-::-:--1-:,::::••""••::::••:::-o""u•::::o•:::-•-----~--=SH::::E=Er::--11 Irvine, California 92714 a=:::.i.:::.:.::.,.~,=~.:=--1su•ERv,s,o• 0' ------1 25 714-261-1577 ;;~~;;;;::;:;;:;:;;;~+-As-SCA~_,,-LE~-~-~-E~-0-WG. NO. OF 47 <E. Intermediate 'f. Pier 4 <[_ Intermediate Diophraqm <i. Pier 5 <f. Intermediate Dlaphroqm <£ Pier 6 Diop/room Match Line LeftEdqe of Dec~-i_ __ Fronle Grc;deLine <[ Intermediate DlootJroqm Match Line Exterior Web Face of Existing Southern Bndge <£. Pier 4 17 GIRDER LAYOUT -NORTHERN BRIDGE Scale: t, 0" <£ In,ermed1ote Diophroqm ~~ Typ. Typ <£. Pier 5 18 /TI Typ Girder Width @ End of Flore <£ Intermediate DkJphroqm f(l&[jH 10& /Z" @Z4°Mox !t?tNZ" 8@9' 30@6" !Cl~/Z" @Z4'Mox. to & tz· 8@9" tt@6" i..l ,.;_t'-_!_" _4F_5--'1I"--"-'or-=:Z=if __ Stirrup 5oacinq 5" LONGITUDINAL SECTION-NORTHERN BRIDGE <£ Intermediate I Diaphroqm Match Line Outside Face of exterior Girder <£ Pier 4 I <£ Intermediate / Diophroqm 25'-o'·'---------,'--------24'-o" Scale: l/8"• 1:0" 'l Pier 5 I 20'-o" 4'-o" <£ Intermediate / D1ophraqm -+---------31'-o" 25'-o" 13'-6" 20'-o" 30'-o" 30'-o" 22' -" 20'-o" 30'-o" 26'-G" '1-b:_-f::::::::::::::::::~~~20:Q:'-::J;o'L' - 30 -,=-=_ 0 -,, .:__ __ -f-_ _J.. __ 30 -,_- 0 ,-, _£iL2:2.o'-~o="-=--_-_-_-_-_-_-_-_-_-_,-+'----_-_-_-_-_-_-_-_-_-_..;2;ll.o'-.::loL." -- 30 -,_- 0 ,,----/.-!-----=-.::.__ _ _!i!.::.!L,,_=_::-_-_-_-_-_-_--/1-'---_-_-::_-_-_-_-::_-_-_-_-..=26'-6" 35 ,_ 0 ,, 25'-o" 13'-6" '-+----------31'-0" I 4'-o" 25'-o"--------1--------24'_0" 20'-o" -----~------20'-o" I T(Jpicol Exterior 8ot; I 20'-o" 25'-o" 13°-6" :-.-~t~~~~~~~~~~~~~---2_5'_-o_" ____ -l---+----2s_'-_o"==============-:.==============-24_'-_o_" -------,-+-----~~~~~~~~~~~:;~~~~~~~~~~~-20_·-_o" ____ -fJ' r 30'-o" 30'-o" 30'-o" 30'-o" ----1 f-,--i!-10" Lop T I 20'-o'''-------/-------20'-o" 3o'-o'' 30'-o" 25'-o"--------1--------24'-o" # 6 LAP WITH MAIN REINFORCEMENT TlJpica I In tenor fJo(J BOTTOM REINFORCEMENT -NORTHERN BRIDGE No 5cole 13'-a" 25'-o" 4'-o" 20'-o" t. Pierfi Note· All reinforcement # It except o:5 noted. Number.5 at ends of bars indicate /enqt/J -from <l Intermediate Diophroqm. •=i~ii=j HOWAAO NEEDLES~ & ~ AACHtTECTB ENGINEIEPtS PLANNl!JIB 2151 Michelson Drive, Suite 286 Irvine, CA 92715 (714)-752-6940 Kennedy/ Jenks/Chilton 1/2 0 2 3 inches on original drawing ORANGE COUNTY ENVIRONMENTAL MANAGEMENT AGENCY HAMIL TON-VICTORIA BRI OGE SUPERSTRUCTURE DETAILS N0.2 17310 Red Hill Avenue, Suite 220 I-•-••-+< -D.-TE-l---D-Esc-.,-Pr-,oN--1-P•-EPARED u~oER SHEET Irvine, California 92714 REVISIONS suPERv,s,oN °' ------:. 26 714-261-1577 DESIGNED S, K( __ SCALE DATE OWG. NO. DRAWN~ CHECKED~ As Shown 9-90 'OF 47 f. Web-- I <l. Web-- <E. Abutment t tl. Intermediate <f_ Intermediate edqe ot Deck <i. Intermediate / Diaphraqm and f Span (l_l;p) f Pier .z / Diaphraqm f Pier 3 / Diop/7roqm F============~'t=====~~~==_=:_=:_=:_=:_=:_=:_=:_=:_=z_~=:_=:_=:_=7=._=o·:::· ==d~E'.".".'.':''.".".'.':''.".".'.':''.".".'.':''.".".'.':''.".".'.':''.".".'.':'~~'.".".'.':''.".".'.':''.".".'.':''.".".'.':''.".".'.':'5~~~,3=•_=0·~· =======-==-==.t/~=-=_=,.=-o= .. ==~~~'.".".'.':''.".".'.':'""""'~'.".".'.':'~""""'~ Mafch L!he 29'-o" '3'-o" 30'-o" 11'-o" 29'-d' 20'-o" 13'-o"-----+---1'-0" 17'-o" I 17'-o" 13'-o''---------11'-o" 2'-4" Lop , I 20'-o" Typ I-- 29'-o" 11'-o"----+-----14'-o" 20'-o" 20'-o" 20'-o" 20'-o" 13'-o" 16'-o'' I 16'-o'.' 20'-o" 16'-o" 1s' -o" 13'_0"-----i-----13'-o" 20'-o" 20 -0" 7'_0"---i-----13'-o" 30'-o" 20'-o" 13'-o" 7'-o" 13'-o" f B0t.;---/---------l--------/j__ _____ _l_l7!_'-:__<:o'.._'." ==========;±==========='~s·~-o~":__ _______ L_J_ _______ ..."'s~· -:__<:oC:"-=-=-=-=-=-=-=-=-=-=-:f_'=--=-=-=-=-=-=-=-=-=-=-'~s:_:'-.!'.o::__" ______ _j_ _ _j_.J ~---J_------+-------+-------,7-,_-o-···--=--=--=--=--=--=--=--=--=--=--:..'=--=--=--=--=--T.-f./-=-P-=-_,_·_c __ a __ '_-,:-.~-o·-·1,-e_r_1_o_r_6_,_·r_ct._e_r __ _j__-+--------,s-·--o'-'----_::---_-_-_-_-_-_-_-t,_l-:_-:_-:_-:_-:_-:_-:_-:_-:_-:::_-,s-·--o-" ------~1---1--/ ~ I... 13'-o"-----+---7'-o" t3'-o"----+---7'-d' ::) :::, 11'-o" 14'-o" 10'-o" 10'-o" ~~ 11'-o" 14'-o" 10'-o" 10'-o" (:; 29-cl' 17~0"------+------1s'-o" 31-0" 1s'-o"------i------1s'-o" <f Intermediate I Diaphraqm Match line 20'-0" I (£ Pier 4 I 20'-011 TOP REINFORCEMENT-NORTHERN BRIDGE No scale f Intermediate / Oiaphraqm 20'-0" cdqe ot Deck <£ Pier 5 2 '-0" <f. Intermediate / Diaphraqm 30'-d' #5 LAP WITH MAIN REINFORCEMENT f Pier No G I 30'-6" 1'-0" 17'-o" I I I 13'-o" 29'-6" 11'-o" 10'-o" Note: All reintorcemen-t 41' ff except as noted. Number.s at end5 or bar5 ind/core _::---------------1------------, 0-,_-0,-=., :,:,:,:,:,~f_:,:,:,:,:,:,-10-._-0-.. --------+--./------------JI_ -f web /enqths trom </;, Pier 30'-o" 30'-o" 10'-o" 30co" 13'-o" 1s'-o" 1s'-o" 10'-o" 29'-6" 10'-o" 20'-o" 20'-o" 13'-o" 13'-o"-----+----7'-o" 11'-o" /---f------/-------~'!_7'-:__<:o,::"==========-=±-===========.!.'.2 :__ _______ _J_ _________ ~,s0_·-o~"==========±=========~'s'~-o~":__ _____ __j_ __ J_ ___________ / f-f--f------1',7,,:•_~o·-=· ==========i/===========r,7'i''-:Co/'" ---------f/__:=:"Tl.'::"l/,""''P""'t""'·c""'o""'l=E=x'=t""'e""'r~~~ 6~~:~. ;G~ir;d.;~~r~-:::}_/~========:i.,6;,:•_~o:;;-" ------+---;/-------------j-r rt 80(j 13'-011-----l-~---13'-o" 13'-o"-----+-----13'-o" f--{---j----:;3~0•,;_6;;;-.. =----- 13 -,_- 0 -.. ---'---+-- 1 -,_- 0 ,-, ------=c;29;,,_-;;6:;;-.. ----f-----:;3;:;.o•--;o;;;-"=----------../---------~=;;,-;;,,--,t__--+-------:-:,0;--,_0'.:"7 .. :=~--./ 7'-o"---1-----13'-o" 11'-o" 7i. • I I. I ORANGE COUNTY ljptCO nt~~:,: 3 "·-ro''--G-i_r_ct_e_r_+----?'-o'' 16'-o" --+-----------~~ -=..±:~~ ENVIRONMENTAL MANAGEMENT AGENCY HAMILTON-VICTORIA BRIDGE 2151 Michelson Drive, Suite 286 10-0 10 -O Irvine, CA 92715 10,_0 ,o'-a" d: (714)-752-6940 30'-o" 16._0.. 16,_0.. 30'-o" 10'-0" , SUPERSTRUCTURE DETAILS N0.3 # 5 LAP WITH MAIN REINFORCEMENT TOP REINFORCEMENT-NORTHERN BRIDGE No 5ca/e Kennedy/ Jenks/Chilton 17310 Red Hill Avenue, Suite 220 l:::-::::c.t-:0-:-:.r::-,-t---c0£:::sc:::•:::,.=rio=•--c-t.••"•;;;••"'••'"o"u•;;;;o,.,•--,------,--;::SH:;;:E:;cET;-1 Irvine, California 92714 1F-'.c:L:.CC...:CR~E=v=1s=1'=0;.cN.,..s-='---ISUPERVISION OF ------ 714-261-1577 f0£~•~··~-·~·~~w~::::;;;;,:ts~c;:A~LE~!O~AT~E:T-:-oowiwG. NO. 27 DRAWN r/E N CHECKED _r:; As Shown 9 -90 OF47 --- ~ Pier 6 Match Line ------- 1£. JntermecJiate (fj}) (T(!fJ) D,apnroqm D-t Flore (11/fJ) GIRDER LAYOUT sco/e: 1/8"= ,~o" <f. Pier 7 LONGITUDINAL SECTION 5cofe, 1/8 "• /'-O" -cdq;ot Deel< ____ -- <£. Jntermed,ate D1aphroqm ----- t£ l'tbutment 8 1:1.:"ii=j H0WAFID NllS0LES~. ~ .. ARCHITECTS ENGINl!IERB PLANNes::t& 2151 Michelson Drive, Suite 286 Irvine, CA 92715 (714)-752-6940 Kennedy/ Jenks/Chilton If. Abutment 8 Typ. Exceot as noted /LJ Tijp Girder W/<11/J @ Endo,Flare I 1/2 0 2 3 inches on original drawing ORANGE COUNTY ENVIRONMENTAL MANAGEMENT AGENCY HAMILTON-VICTORIA BR! OGE SUPERSTRUCTURE DETAILS N0.4 17310 Red Hill Avenue, Suite 220 1--.-•• -t-K -0.,-,+--0,-sc-.,.-"0-.--lf-cc••=••~••=•c-u=,o,=•-----~s-HE-ET--1 C l'f 0-----~--="=~~---1SUP£RV1S10N OF _____ _ Irvine, a I ornia 92714 REVISIONS 28 714-261-15 77 t--o-,s-,o,-,o----'-c,iSA'nW~~----lf-c--~----. S-N~0-1 DRAWN JEN CHECKED ;I,'. As Shown, 9 -90 OF 47 I ! 38'-o" Lo'-o" ,/ 35'....o" /2 , /, 35'-o" 40' d' I 3a'-o" I 3a'-o" I I 4 o'-o" , "35' o" -0 35' o" " o" /:~: It 38'- 28'-o"· 20' o" E Inferrned1afe i?1aphragm I g .5 on 30-0 30' o" 30'-o" [ ?/er 7 I , Ed.9e or Oeck o' 20-0 13'-o" 13'-o" 16' o"------+------16'-o" 30' o" 13' o"-----+-----t3'-o" 30'-o" 10'-011----1----10'-o" 30'-o" € Infermed1at-e Oiaphra9m I £ Span f Abutment 8 I , ---E Web f---~/-------_____ J_ ______ _J2~0l::.'•Q'.o''...' ..,'.:13~•-~o·~·-=-=-=-=-=-=-=~t'-:=-:-:-:-:-:-:-:-_:1~3'.::'.-o~"-2~0i_:'-:2'.'...-------/---7L----------7 C' 15'-o"------+------16'-o" -----C 8ay moil? rein-f'orcement:) - I 2a' o" I I I I I 28' o" I -I - I 30'-o" 20,_0uis' o"------+------1s·-o~' , 13' o" 13'-o" 30' o" 10'-o" 10'-o" 13'-o" 13'-o" 13'-o'''-----i------13'-o" 10'-o"·----I-----IO'-o" •-o" 16'-o" TyP1i:::al .Ilrf-er/or 6irder __j 16-020,:,, 13'-o" 13'-o" 10' o"·----+----10'-o" 10'-d'·----+----10'-o" 16-0 TOP REINFORCEMENT E Iarermedlate I 01ap,hrctgm f!: Span I tt11 Cont r ~ (t..op with f/lfoin £einf'orcement.) ---- 22'-o" I 7 22-0" 32'-o" 7 J 32'-o" ·w-u I I 20-0 12'-0° 12'-o" 12'-o" - ;ti 25 0 I 25'-o 12'-o" I 25-0 I ; 2;/-d' 20-0 J 32'-011 20-0 32'-o" 22'-o" 1 I 22'-o" Tt,p1i:::al Exrenor 6at - 22' o" I I 22'-d' 32'-o" I I 32cd' 20-0 I I 20-0 11'-o'' 25 0 o<'-n 20-0 7 20-0 11'-o" I 25 -0 I 7 25-0 uco" 20 0 32'-o"/ I 32'-o" 20-0 22'-o" .~ I I 22'-o" Tl;?icd I Inferior 5~!,:'_ l#c;; (Laf> wifh Main l?ein-forcement.) BOTTOM REINFORCEMENT #o Scale 11'-o" zcto" LOP/ Splice (Typ) I I I I I 30'-II ---Ef1/eb 30'-o" 30'-o" 30'-" I #5 (c.c,p t(ltfh #lain £einrorcemenr) ;Vote' All relnf'orcement 411 excep-t os 11oted. lv't1mbers of ends of bars mdiccrfe Ieng t-h -rrom f In-fermedlat-e Diaphrc13.m for bottom re/n-forcemenr ond g Pier for f-op re1i?f'orcemen-f, 01c,p/lre19m I fz:1nrorcement)---, £ Intermec/1crfe 1,"(tap wl-fh .#aill I f Abtrf-men-f 8 ____ £ Web f Span 39' o" / J' 2a'-d' 40'-o"/ J' 2e' o" 35'-o" u 35' 0·~0._0,/ / 3a'-o" /_ 3a '-o" ! ti fr - _E, Web -£Web 2a'-o" 40•-o" ! 35 -o 40'-o" ( 35'-o" h 2a'-o" 40•-o" I J 3a'-o" £ -I Neb - 1:1;.:'!ii=j MOWAM>Ptali0Lll9~-~ AJICHl'T1IC'T1l-- 2151 Michelson Drive, Suite 286 Irvine, CA 92715 (714)-752-6940 Kennedy/ Jenks/Chilton 1/2 0 2 3 inches on original drawing ORANGE COUNTY ENVIRONMENTAL MANAGEMENT AGENC'r HAMILTON-VICTORIA BRIDGE SUPERSTRUCTURE DETAILS NO. 5 17310 Red Hill Avenue, Suite 220 1-.. -.-.i--.-.,-,--1--.-,sc-.,.-T<-o•--1---••-•-••-••~o-u-•o=,.~-----~-S-HE_E_T--t Irvine, California 92714 REVISIONS su•••v1S10• o, -------1 714-261-1577 l-0£-SIG-•• -._,:.c:51~w==---1----sc-A-LE~-o-AT-E~--o-wG:-i,o. 29 DfllAWN _ ~ CH£Ct(£D YIVW' _ M Shown 9 -90 OF 47 #GC @4' tot 6 5eeAndlormq Notes 3and4 !"dia x 0'-!0"stud (t/lreaded entire /enqm) 3ee Detail ,4 See Detoil 8 ~----- .Sout/lern 8rtdqe TYPICAL SECTION Scale, f/8"= l'-0" 201-011 f£ Pier6 4" C/Jomfer----...1. ,lflcjc±c=~~=-1=,=11- _/ Note: Contractor sho/1 verify the location of the existing resfrai()er block out before robricofton. 2" c/> PJ/C Pipe (Tl/P) 3'-0" ELEVATION Scale 3/8"= l'-0" q) Pier 6 "'6 _J@ fZ /"cir #6]@12 SECTION A-A scale: 1/2"= l'-0" 1 r f", See "8or Detail" (Tijp) ¾"¢ Cob/es 51/t{p" Web reinf #6 ]tot 6 (Typ) t Web f'-0"(Tqp) #5=:Je~ (Tqp) 4 "CtJamfer m;p) Web reint 1/4' Elastomeric 8eorinq Pod ffl/P) tflleb Z'-1/e" llinqe seat 8ar sx I 5" Z'-1/e" s '-S > 10 ' \S '9 ' \S \S ~ <.\J CABLE UNIT No Scale Z"¢ PIIC Pipe Provide qrout-tiqnt expansion enclosure, os approved bl/ the Enqineer, at htnqe Joint BAR DETAIL Swa ed fittm and stud 5cale, l 11 = l'-011 LONGITUDINAL HINGE RESTRAINER IC) ' ") 2 4'' f Web "" ';_, -:.., ~~ ~ _, ~ -(\') \.Q '-- ~ DETAIL A 5ca1e, !IE"= t'-0" 4"(Tj;f}, Lonqitudinol hinqe restrainer untt --type 2 4" Chamfer (7!-Jp) DETAIL B Scale: 1/2"•1'-0" ANCHORING PROCEDURE AT ONE END OF LONGITUDINAL RESTRAINER UNIT 1. Snug each cable to remove slack from system. 2. Turn each nut one turn per 5 feet of restrainer length. 3. Back nut off a distance equal to the maximum additional amount that the hinge Joint is expected to open as shown on the plans for joint movement rating. 4. Set anchor nut, washer and jam nut each end. Restrainer units to be on tangent alignment. Anchor nuts shall not be set until 30 days following completion of casting concrete for CIP bridges. Contractor may install restrainers in horizontal arrangement with approval of the Engineer. The location shall be in the middle 1 /3 depth of the structure. An alternative is to place restrainers in two horizontal layers, equally located above and below the mid structure depth. The number of restrainers in each layer shall not differ by more than one. J'-0" min ~ H~qe.__J• I #ff X 2'-0":±: C 1/e "llardboord ELEVATION SECTION VERTICAL RESTRAINER j:)~ii=J HOW,ll,R0 N1iE0UH1 ~ & BEAGENDOFF AACHrT8CT8........,.. PLANN&RS 2151 Michelson Drive, Suite 286 Irvine, CA 92715 (714)-752-6940 No Scale 1/2 0 2 3 inches on original drawing ORANGE COUNTY ENVIRONMENTAL MANAGEMENT AGENC'i HAMILTON-VICTORIA BRIDGE RESTRAINER DETAILS 30 OF 47 Joint Armor Station Line -~ I 5ee 'Deck expansion Joint" detail Construction Joint Z'-G" h Edqe of I I I I _ _J L ______ _j L __ southern Bridge 'll;pe II .E!o5tomeric /5eorinq Pad, COOT too of pod with qreooe and cover With toxz:2"x .061" qolvonizea &-Jee-tmetol t 6/rder (Tlfp) HINGE ELEVATION Scafe: f/4"=1'-o" Nortltem Bnoqe Tijpe 13 E/05tomeric 8eorinq Pad, coot top of pod wtf/7 qrea5e and cover w/t/7 tOx fc8"x .064"qalvanlzed 6heetmeto/ q; 5/Jeor Ke11 and IZ"rf) Utilitlj Ooeninq Edge of Deck L ,----- 1 I I ol I I I I L_ 0 PLAN z·x 2· //cces5 Openin9 1'12",x 4" /../and llole X .5/16"¢ holes f'or -1/4 "¢ exp onchoroqe devices Edge of Deck ~--~---\------J'---,--\-,~--..>.,.-----.-1--.---~r~--.+,-------+-~-+...>~--~r--~--....1~-------.-1~-~r1--,-.----r1-~---1-----r1-r---~----'c--.'>~--\-----~-,-,,,_...--~ Cut reinf Flush wit// cone. one/ coo, ends wit// zinc rich point: Measurecl alon9 fl 8eorln * 3'-7 3/e" 5'-91/2" 3'-0f/a" Joint Seal 'MrZ, (MR"' 11/Z") see Decti Expansion Joint detail #6 Q tot 2, Tijp ~ 2' x 2' Access Openinq Alon f Gm:kr 5'-4" ' ' ' ' ' ' \--'--'--- \ 9'-0-1/8" I I \ __ I_ -\- \ 4'-G '/tr;," 4'-G 1/t6" 6'-S 'Pa'' /'-C/" )I( Dimemions of existinq Southern Bridqe to be verified bl/ contractor PLAN Scole:/14°=1~0" rf8rg I t'-9" 7'-4" Contractor to verifl/ the existinq vertical restrainer IOC(Jt/ons in 1/Je souttJerltj bridqe. 8" I 71 1/4" Min cir when seal is 1/J min width position q; z·x 2' 4cces5 OJJenmq Waterstop '8ti (Woterstop to extend to extenor foce of extenor qtrder.) f8rq Pier 6 3'-8" 3'-3" 8 1-/011 8'-/0" 6roo//e Ulidtll ~ 2'-8" 3'-9" I I \ l'-IOl/e" SECTION X-X SOFFIT COVER PLATE Scale: I'= 11-0" Leqend: ~ T!jpe .11 8xZ~t?"x tfe" total 13 ~ Tr;pe B 8x t'-6" x tW total 2 @ Vertical Restrainer 8ottom of Dottom sloD {/811 FIiiet (LUbrtCOl7t-.4dtJe5we) 7i;p ~ .'5"x3"x3/8'; Tlfp between curb5 , / ~----expanded poll/Sfl/rene '~[;[S[SIJCk kiDlk:X8IZll}s::!S~\~➔ ru~~ ts £ ;1:~::.:'] :,,m:;;;«:;::55 05 Bar rx 3/e'x f2"@ 18'' SECTION A-A oc. fTyp). (staqqer tower bars witnuoperbar.s) TYPICAL BEARING DETAIL Expanded Pol(JStljrene .5co/e:¾"=!'-t>" Note, The contractor 3hall verif// and if necessor//, qr/nd the Dearinq 5Urfoce to make it tevet in the existinq southerllj bridqe. 1:1.;'ii=J HOWARD Nl!EDI..EB TAMNEN & BERGENOOFF ARCHITECTS EflrolGINEERS PLANNERS 2151 Michelson Drive, Suite 286 Irvine, CA 92715 (714)-752-6940 1/2 0 2 3 inches on original drawing ORANGE COUNTY ENVIRONMENTAL MANAGEMENT AGENCY HAMILTON-VICTORIA BRIDGE SECTION THRU HINGE DECK EXPANSION JOINT Kennedy/ Jenks/ Chilton HINGE DETAI.LS NO.I 17310 Red H 111 Avenue, Suite 220 ---.-•• -+, -0,-,,-+---0,-,,-.,-,,,-0.-+.-.,-.. -.,-o-u•-o,-• -----~S-H-EE----T 5cote, I /Z "= l'-0" No Scale Irvine, California 92714 REVISIONS su•••v,s10• o, ----- 714_ 261-15 77 j;o;:,,-,~·•;:;rn~~;~~~-:~-~-==~=-1+-S~CA-LE~-OA_T_E ~-OW_G __ N-◊---j DRAWN .......IA.ti_ CHECKED~ Aa Shown 9 -90, 31 OF 47 i + I I # 4 X 8' O" tot Z - (@ each 7ronsver5e l'iey) J'-0" ;;;: , # 6 X 7'-0" tot 5 (#" C. @4 totG, flJP I r #G X 8°0" tot 5 .3"0" (@ eac/7 7ron.sverse ffetj) ax 4" 4 ea 5,ooces 4" T I I. I I II I II I \ 7 II I II I lf I I J .. \/ / I 1 I 'I I 11 \" \ --I A I @J- 1tG tot 5 cont stirrup spacinq @ 9 max , fl;p I I I I I '--- / / #(o X4'-8" tot 5 '1ro7n r See "Detail C ll ·✓ 1 next sheet I +@ top and bottom ~ -- 177 //~I ~ 'n I I I ' ff (Ji rr//lg \ ) ·~ l • •,n 11 "" I ~ ___ y I'---_ I \ ' I I \ I \ ELEVATION -SOUTHERN BRIDGE \ \ \ \ #7@9 See "Detail 8" this sl?eet Scale: 1/2"=1'-0" @9177Q. " 6 " ---,;, X • n eQ. ,5pace.s. , n, ~ 9 max i--sttrrup spacinq ELEVATION-NORTHERN BRIDGE Seate, 1/2"= l'-0" #(ii tot 5, Extend to edqe of decJ,r,. #G tot 5, Extend to edqe of dec/1 0 5ee "Detail A" th15 Meet fl. lielf PLAN #4 t7~ tot4 Expanded PoltjSf(Jrene f/2" Exp. Joint Filler-.__.!.-----. bottl sides of l'Jeq, 71./P ''"'" #4 ~[l tot 10 & Abut 6 ELEVATION ff. !1e(J #4 n~totG t/2" Exp Joint Filler Doth side5 of Xet.t Ttjp • !'Ii," Expanded POlljSrt;rene #4 tot4-------,,. 'I" ~ ,._,,, #4-~[l tot/5 L.J L.JLJ #G tof 5 #4&-/8 1!_ 8earing ~~==41-t #9 U.::Q'.'... tot2 @ each qirder #5§12 _.--_.,,....,-...._ # 8 \, @ 9 I~~~~~==~-~-~-~-~ ""L~r-· Moti7 qtrder retnf -----'----#GI 13'-o" @ 9 SECTION A-A .scale: 3/4"= l'-0" #G '--./ tot 3 f !3earing SECTION B-B #5 h tot 10 @ Hinqe 10" to" DETAIL A Scale• 3/4" = l'-O" 1:j~ii=J HOWARD NREDUiS~ a~ ARCHITECTS ENCIJNEIDlla PL~ 2151 Michelson Drive, Suite 286 Irvine, CA 92715 (714)-752-6940 Kennedy/ Jenks/Chilton ,. ,. DETAIL B Scale• 3/4'=1'-0" 1/2 0 3 inches on original drawing 2 ORANGE COUNTY ENVIRONMENTAL MANAGEMENT AGENCY HAMILTON-VICTORIA BRIDGE HINGE DETAILS N0.2 17310 Red Hill Avenue, Suite 220 MARK oArE oescR1PnoN PREPARED u1110ER lrvine,California 92714 REVISIONS suPEav,s,o• o, ----- SHEET 714 _261_1577 0ES<GNE0 SCALE DATE DWG. NO. 32 DRAWN TAB CHECKEDJ:1iW.._, Show" 9-90 OF47 CXl5fti?Q Tijpe ff Barrier 'A"gaptop and bottom /Vd Pier 7 ¢;_ Open Joint Tijpe 26 @ Pier 6 Concrete !50rrier Tqpe e6 y See "Concrete 8orrier ~ Cover Plate Detail" I Concrete tJorrier e8--/ I l=======r== ,__ ______ __, Exi5tinq T[jpe If Concrete 8arrier PLAN No 5cale / f. Exi5tinq --.Ix) \. / I '---,,, I '---See Roilinq Detoil5 and "Concrete 8orrier Cover r'lote Deta ii" I I 1/(lhttJO/e I sow cut and remove extstinq concrete barrier and roilinq L TOP or 5tdewolk 1 1 £Tof) of deck ------------------------------t..:..:, ~--a..::;;..------=a.~ T(jpeZ6 Concrete 8arrier Existin9 #5 n @18 to remain EXi5tinq # 5 r-~ 18 to remain T(fpe 2b concrete Barrier ELEVATION Lookinq North SECTION X-X open Joint to march Deck Joint Width Top of 51dewolk liJpof deck RAILING REMOVAL DETAILS No Scale 5ee "Concrete Barrier Cover Plate· Deto i I ._ Direction of traffic • 'A"gap c:: 3" -'A) Plate "" x 18" + c:: 3" Top of sidewalk c:: r::: Top of deck Elevation Section 8-8 CONCRETE BARRIER COVER PLATE DETAIL No 5cole Section A-A *7 n tvt4 HG tot4 2'-o" # 5 rrnt tor 4 ,cz• #7 _;,, n tot 4, Drilled and'qrouted in ff8"¢x 8" hole #61J tot 4 existinq 5xttl7ern t:Jridqe cr- " ,, ,, " PLAN 5'-0" ELEVATION DETAIL C No5cale 1 ,,,--t[ ex1st1nq I' Liqhtpole I Expanded Pollj5fljrene North 8r1dqe f/z"f:xp Joint Filler, TTjp both sides OT helj To match T(fpe It and 26 at both ends 3~0" I c::::;=;==~~:=::::::i: I T(fpe !! Conerete Borner ELEVATION l- Lookinq 5ou1h I t15x/~9"& 18" # 5 x ,~ g• el 8 "-1Ml,-,...,,-,-T7'c./--r. Drilled and qrouted ti? 'MJ" ~x 6"170le SECTION Y-Y RAILING TRANSITION DETAILS No 5cole •=i~ii-J HDWARCNEEDLE&~&SIERGEflrCX>FF ARCHITECTS~ PL~ 2151 Michelson Drive, Suite 286 Irvine, CA 92715 (714)-752-6940 Kennedy/ Jenks/Chilton 1/2 0 2 3 inches on original drawing ORANGE COUNTY ENVIRONMENTAL MANAGEMENT AGENCY HAMIL TON-VICTORIA SRI OGE HINGE DETAILS N0.3 17310 Red Hill Avenue, Suite 220 1-.-•• +, -,.,-,-+---DE-,c-R1-PT1-◊N-+,=.,=,.=.,=,~uN=DE~.-------,--::::SH::::EE:::-11T -~---=c~=~--tSUPERVISION OF ____ _ Irvine, California 92714 1--------'-'-RE~V;,.c:IS.,..IO--.:N.:.-Sc____-t-,~,.~c;c,--;;;;;;::-c;;:;----1 33 714-261-1577 DESIGNCO SCALE DATE OWG. NO. ORAWN~ CHECKED YNW As Shown 9-90 OF 47 I 'I.. .. \ 1 't ~ II I) \ ~---/:_I~, I ----l -----l~rz r=-34'::---.J,--:4:"ZS: ~+-k._~z_: :__ 1'-• ... , ~ --➔-- • I I soo 8,,_,,,/ ~ !z..,..:.: "' ,__ ~. . 'jr1,_4fZ ! t:il'VS .,c.f o.,-oF bor,r,,g I" S011 .. Tv~E L l 'Jr.-ol',,c ,-,i,,,,-e.$rnf.;l,o,'J of dr., ng r-oJfe ~~~ .$•c•"da p•r-f"-t HAM/LTO.N ..5TREET LJKI.OGE SHEET SAN.i?\ ~ RIVEi'? 34 OF47 LOG OF TEST BORINGS N0.-1 ,, I"'• ro" SCAUNo...-, /'-Jo' 8■0GI FIU: -. :~ !~ ! !•~:,-ll-I ~ I . ,, ~ \II~ ! ~·. !I:' ' ~ 1~1 lo 1i\~:~ 1 •1,,;1u O!tt tor ..1 Q,X !t; ~u I 1-z w ~ r--ir <I'. a. w 0 w \!) 0 ir al --7 I : J I I' ,j jl j; n "I i: I; ! i I l l j ; I 13 " II ·t• - Z4 z5 55 53 "' 5> "" .... 74- 1,f! ! $'2. I ~8 ' 115 I¾ .1-----.. H·-tt-t-l--+-M:....+ 0 50 IOO 1-SO /0 .:-- i ~ -30 I t-"-w C -40 ------- PLAN V/£:Vv' Z5 zz I<, 15 10 ___ ,,,.,.,,.,,,.,.,.,,.,,,,,,, "' PIE.I< ~e, IO ~_,,,.,,... 13 19 -------------~#-=A~<:7._/Vfl'.f._Tf_Qo~,v,:_5a>;2r~--------------------~'---------------------------~/O ZS w Z4 /.ZI 17 . ~/ev.-,"8 ,d(r_ .so.,,q_ :s /, s•lty .3q11<f-:,./,,,J/s :s,lty scu,d p,:,<f s,lfy .rcu,d <e p<r<:.f C -10 -zo -50_ c/qrer ,S1 ,,,, ::Jqn,i c <.:<1 :.,or,q/ s,/l'y c:/.,/' /e,, ses rc1~1,=,s~c-cl¥"4c=-'rc-c;,,. /eJ.1 -60 ____ _ 0 50 elev Ae,UT. "°Z PK'.OF!LE -----. 1--·-·- 100 150 o SO lOO IGO :05zl2 2.1$ ,£/4-,.c -.2-0 6-14-57 /J/,.c/., /'rne :srl')' ,s,q,..q 0 ZS 41 36 3S 4; 41 4s 50 c,+ cjo:,, __ -~--------/'Cr"--------4-.i,,,-l---+-----------r •ck fohrow~ ~'lty __ <:.l•y q,,o/ ,.5,ff- lly -7.,,,.,,,:1 V d#1>:s.-..!lrnd ..,...,rq.,,e/ ,u,d,'' c/QY"Y S,11'" 111e. -sqn<fy .Jtf-f"' -zo 30 -40 -so I°" 139 l'Z,S l1llllt11il111d 0 SO 100 fSO ~ows P'EIZ. f:.T. , , -" ..,,..p,.</ s1lftr c/"'f*'f v'.,;,.,,.. rr,rcqc:-eor.,s ~ond ,;. ~-~ 1---------------------------TSHEET 35 Pr:NE T RATION BORING lr w > lr < z < < 1--z < "' ~ EXISTING BRIDGE /If +1s.oo"-'-- EL. t11.00' p- ..I w z z < J: 0 \__ ----------~:i:--~...,......-1 ---.1 =i()s 1 11 P-1 J 86' PROPOSED EXTENSION LOCATION Or EXISTING ABUTMENT r I I I 11 11 172' 11--------------------~-._ B-2 11 I P-2 I I I I .4-APPROX. LOCATION OF PROPOSED PIER I 11 /! [____d _____ y _ ____,___v~I y y APPR::>X. ~OCATION OF I l/ j .,o,oseo ""'"'"' PLAN '.'IEW NO SCALE B-2 P-2. EL. t30.00' l/=-//1 =r=! =t=' 11111 B-1 CLAYEY SAND P-1 20 2• = I / -, / 20 -7 0 -----, K -----, =I ' CLAYE( SAND 15 +--r- ,. I --I--( 10 1111111 i I i \ REE. NVU.L.E' BANNING" CHAN EL, CLAY GROUND WATEfl " ---------:-:1 __ 1 , I -I I -' .. .. .. ~ z 0 1 o-<=-+-l'T+-+-+-++ t-t-t--iH--+-H -\ [::: -s---,'f";.!H--VH-+--H-+-+-l--1-H-t--l -\ o.-,,,,,,,_.,..,,...,_, - EL. -2.50' -10 -15 I -r-... 1 I -- I ---( -_:,.. -Li -)! I -I -1 -- -20 -";-r---' rt ! -v .-1-\ -,J.. --t----25 -,_ -• -c"";:, -)·-- 0, r--r-- N1 I I< I 0 20 •o 80 80 O 120140 180 1!01 BLOWS Pe•. FOOT CROSS SE:CTIONAL VIEW ~ -5--isl::H-t--t-H-ba> r-H-+-t-H--1-1 ~ = ~ -7 ~/ • ' o-i~-+-+-t-4-t--i-+-+-t-t---1< -1 •-_-l<i'lf-H-+-+-f-4-1-H-t-~l +H-l-l '\ r--',,__ -20-lm.J-l--+-'-+++-l-l--l<:+e--R~+H -p, k'. -•• -r- -~ -r- : -~ I 0 20 40 60 80 100120140340 BLOWS PER FOOT 1------------'L'E1"'"Gr"'c'E,;;:Ni7D'>"-oncF-7cE A RT H MATERIALS -------------,--------~~~L~E,,....,,G~[~-~N~D:::------::O~ BORING OPERATIONS Cl P S!,IFICATION MATERIAL SYMBOLS CONSl!>TENCY CLASSIFICATION a.ASSFICATlON OF EAKTH M..:TEHIAL IIBl ~ PE'AT 0/f ACCORQMS 7T1 TIE STANDARD PEIETRATION TEST .,SM:llffi. ON THIS 'SHEET IS BASED ON GRAVEL ORGAl:'IC IUrTER ME,mNr.r.L ANALr.srs UIC...l:SS [111 l:Jl NOOF Bt.OWS' GRANULAR COHESIVE OTHER,WISE INDICATED. SAND FIL ' MATERIAL □ fm 0-$ VERY LOOSE VERY SOFT ~ S1Lr SHALE 6-10 LOOSE son ~ CLAY 00 . SAMJ$TCN£ 11-20 .";/Jr-H11-'f' COMPIICT STIFF ~ $.AltD'f' aAY OR fill 21-:$$ t:oMPACT 'tlE"RYSTIFF CL.A~SAND LJ.~.~ :.·n:JNE .16-70 p OEME HAN) ~ SANDY SILT OIi 10 . SILTY SAND MCTAMORPHC ROCK "'· VERY~J:. VOW HARD 0 Ffil SILTY CLAY OR II CIAY't'Y S/1,.1 ,-OOS/IIXI( -~ f) PLAN OF ANY/10RIIIIC Q STAM. '1,W, FCNl:TROMC 1£1' (j) z.s" COIE P£1£TROIET'E/I D ROTAR'Y BORf/116 □ AUGER BORING □ SAMPLE 80/l'INtl 8 JET BORING DIAMOND CORE BORING ~ TEST Pt/ ROTAR\ ~ LOCAnON STRCNGTH{µV.!>r'I.FTJ CONSOLIDAno.v TEST C 2.-1l1()$. aRCCi SHEAR rcsr----© EXRANSION TEST--© AI.IT(JMATIC 7RfP HAMMER--@ SA1 T ;,AMMF'R-e NO . BLOWS PEIi FOOr (~AA,1/J:c,pfMMER TION ~TEI":" SLRFACE MEASl..RCD RMA8L£ MATERIAL CHANGE TIONAL MArERAL CHANGE TED MATERIAL CHANGE OAT£ OF BORING PENETRATION TEST LOCATION NC. TOP HOLE ELEV Q NO CCXIN;-:~ f/ _ ~~=~IIIO.NJ WATER SURFACE 10 BLOWS PER ~ooT-JI \- (USING A 140 LB g ·GRJJPHC H£1WESENTATION HAMMER WITH.,! ~~ OF 0RVWG RATE 30HDRGPJ JO 21 ,2 ,. •2 OAT'E" OF JO 20 .JO 40 50 60 TO SORING dJ.OWS PER FOOT LOCATION MA1· 1 VICINI I Y MAP 1/2 0 2 3 inches on original drowin,;i ORANGE COUNTY ENVIRONMENTAL MANAGEMENT AGENCY HAMIL TON-VICTORIA aRIDGE EXTENSION LOG OF TEST BORINGS NO. 3 OESt1'tt-TION REVISIONS DESIGNEP MICHAEL W. COSTELLO SCALE OfU.WN...d.-..I...:.£ CH[Ck£D M.w.c. AS SHOWN 14 ~ Lj iJ :j I I II PIer2 15 E:a:S~f .Ground. 1.1, Future Ground une i Pr0{)05ed .u.u une r Ultrmate) Grou. ' Lme Pier 3 bij other5 { Exist Santa Ano River I Existing IY'ort/ler: (to be din Pho5e /6 f/. Future Santa Pier 4 Ano River Invert ELEVATION Scafe: l"=JO!O'' ---------Angle 15°45'50' jess /Voted ot!Je, 17 Sta. 16 + 74.39 --N K~ I I t Pref 4 / f-----_/ \ fl. Future 3onta I ~flt' lltl .UJJ. Pier 5 18 / Pier 6 Datum Elev. -42 ----____ _J Sta 18+5644 It 20 75' u. £:(!stmg Southern BnO'ge fl. .Drer 5 Ana River Invert blj ot/7er,5 ;/ f---I PLAN scale: !"=30~0" Future 6round Line {Ultrmote) bl/ otner5 '20 rem ~,l r-RjP!nn Ternporor!J Retari?l/lg fl. Prer 7 2'-0" Temporan.; X-Ro!I (Pinned) Temporary Retarnmg Wall r Heig/?t Vanes), __ _ otion Une 1.7¾ Note: CIP Rein£ concrete r.r--Pier 7, Abut 8 Temporon; Retoin1n9 Woll ---f Future Mointenonce T/11:S detail represents one passIble solution tnot t/?e Contmctor mrgnt use /'or excavation on the east approach -Stage I. .4cces5 Rood Dij other..s SECTION A-A scofe: !"= JOl..O" Leqend [ill] denotes Temporor!J Reta1/J1ng Wall E2Z2l denotes stage I Construction Notes, 1. .see Special Provrsron5 for add//"1ono/ reQuirements, 2, see Tr-off'rc Control and Construction Pno5mq Pion, 1/2 0 3 inches on original drawing 2 I -/ < More &-eeMtte /--Banmng Cnanne! DIJ other5. j:).:'!ii=J HCWIIUClt.-.::a...aa..,.,..,.,.a CXll'P ---2151 Michel son Drive, Suite 286 ORANGE COUNTY ENVIRONMENTAL MANAGEMENT AGENCY HAMILTON-VICTORIA BRIDGE Irvine, CA 92715 (714)-752-6940 STAGE I CONSTRUCTION ' Kennedy/ Jenks/Chilton 1-,,,,.,i=+--::;;;:;;;;;;;;;;~-t..EPAiiifo:iiiW _____ T5"sHiEiEEnT PREPARED UNDER 17310 Red Hill Avenue, Suite 220 F::::i•-=••:..c'''riEvic,iriD£iiSc•~1•_rio_•-,•u•••v1s10• o, ------1 "2."7 Irvine, California 92714 l~~~R~EiiiVl~S~IO~NS~~~~~f:~T~o:wG:-No, tJ f 714-261-1577 DESIGNED N SCALE DATE QF47 DRAWH ~K CHECKED __ As Shown 9 -90 448'-3" /90'-f1/4d Measured r---,,..----8-l-'-3-,,--------9-4-'-6-,-, ______ _!±.::!fL9-=:4~~-6-d ________ 9_4_'-_6_'_' -------8-1-'-3-"--~i-----.9.-~-'-l-!-:¼-"-~~~---9.-'3-,_-:- 1 - 1 ~''------, 2 '- 3 " along Station Ltn __________ / AtJut I P1er2 ,.J. ,..u.., Ex1:St1ng Ground ]l; Future Grouno 1m' f--'t Future Santo Ltne and propos~Jlil Liner Ultimate) Jl.11 . groung Line Pter 3 b!:J Others Pier 4 Ana River Invert f--il EXtst Santo Ana River by others ¼ ~ ~ ELEVATION Scafe: !''=30'-0" I x1sttn /Vorthe 16 M • !'51' 0 ,,, Sto./4f04!4 Sto/4+85.39 Sto.!5+7983 II, j Sta l5+.39 56 /II BB sto 14+0!.89 , -t ,;/ Elev 23.ZO , :7of/ Retatnmg v!L __ __ I / Brj AM ~i -:1 i P,er .J R~~ i Pie/ 4 / f---/ ~n( 1111 JI.It Pier 5 IIW Elev 1700 (proposed SAR d water surf'oce w1rn Sedtinent) Gri':Zu~e / Pier 6 Datum Elev. -42~ ~8 Pier 7 uture Ground Line (Ultimate) by Others I r---- 1 EB Temporar!J Retainin.9 Woll tl. Future Maintenance Access Road b~ Others Abut8 il Future Greenville Banmng C!lonne/ by others '20 station une EB Sta 20+40 25 Legend: [IT.] denotes Temporary Retainmg Wall iz::z1 denotes Stage JI Construction Notes: r. See Special Pro///sions f'or additional requirements. 2. See Trr:rf'f"ic Contro!ond Consfrucfion Phasing Pion. Temporary Ti · Retammq wafl, !JP sta. zo+J. • Efev. 3172 I 1/2 0 2 Bndge19 fl. Pier 5 tt Brg. Pier 6 Cl. Pier 7 u ([ Brg Abut 8 3 inches on ori9inol drawing K-J -H (i Ex1sttng j j ti .i Santa AM Br>er \ fl. Future Santa j Anti River Invert [ Others 11 I-- ~ ~ I L, Future 6reen,r//e Banmng Channel by ORANGE COUNTY ENVIRONMENTAL MANAGEMENT AGENCY ~ Others PLAN Scale: l"=J0!.O" 2151 Michelson Drive, Suite 286 Irvine, CA 92715 (714)-752-6940 . Kennedy/ Jenks/Chilton HAMILTON-VICTORIA BRIDGE ST AGE lI. CONSTRUCTION 17310 Red Hill Avenue, Suite 220 f---•--l•-••-,•-+----.,--sc--•1•--no-.-+.•""••;;;-••""••"'"•"'"'u•°"'••'-•-------,--;s;;-;HE;;;E.;T SUPERVISION OF _____ _ Irvine, California 92 714 f------;R::rE,;.,Vl'i':SiiFIO,.;;N::;,S ---t--.-~.-r--,,-;.;;:---,r-~ 714-261-1577 0£S1GNED NW/HIRH SCALE DATE OWG~O. 38 DRAWN AK CHECl(£D As Shown 9 -90 OF47 EX/5TING METAL 8EAM GUARD R,'!IL/NI:/. -V ::: a: -.., I-;! z -., :;; * N ri . ;:; ... ·"' ~"' :J "' ..J ..... ., "' "' EXl5TING C//8LE TV l/NE.5 400• VERTICAL CUJtV£ ~~ ♦L l\l 7 ~ 1' • In -.. a! -~,.,;. UI . ""' ~ w !i ;;: ,J ........ 94' c.' -REMOVE PILES. 5£1'. 5PECIAL PROVISIONS. E .. ~ ,.j ~a: s I"\., ., ·, ':I • t:ti; .. C ¢>< UI 3 !ii: ii: .. "' I ~ .: .. "' ... z UI :;: 5 "' 4 ... CONSTRUCTION NOTES: I, 5EE SPECIAL PROVISIONS FOR ADDITIONAL 8RID6E REMOVAL INFORMATION. 2. SEE RIVER IMPROVEMENT PLANS FOR CHANNEL MOOIF'ICATIONS. EXISTING PROFILE 3. STATIONING AND PROFILE ARE FROM E){/5TIN6 !"f77 8RIDGE A5-8UILT PLANS 4ND 4RE REST4TED HERE FOR INFORMATION ONLY J Cl I!) SCALE: NOWC: CUT 9+' r,," EX /STING PROFILE LINE le PIER 4 STA f(i, + 76 Of 4. 8R!D6E DEMOLITION WORK TO 8E DONE IN 5TAGE JI OF PROJECT. -4- T -------------w. EX/STING RETAINING W4LL (TYPIC4L) /e4BUTMENT<o 5TA. 18 t-51. 7(i:, EXl5TING CABLE TV LINES (TO 8E RELOCATED DURING CONSTRUCTION AND INSTALLED IN EXTENDED --- 8RIOGE CONDU!T5 BY OT/-IER5.) ---- Z/" RCP ~-- E--------, ,, 1 _ ~r EXISTING OJAN ------1 IT p I t------..,j~L.__ / POJ1/ER-LINES (TOBE I ----f E / / ----f •tmn-'n:t---POWER POLE) EXl5TING OIIER!IE.4D tL. / / / ~F--J,._ ----,' ,r----------------f / ec-;::::=-_---=t1--~=-_.J_E-----/ RELOCATED 8Y OTHERS) ____ _j__~i-L-------------'£,------------1,--sc-:,o_LE_-_.,·_=~_o_·,// -----/ I SLOPE/ / ~--f }(! -~ ;/ E-------- / ..._______ l I -----/ LEVEf / 1 ! I -------i "I,· / I 1/2 0 2 J>EN/Ol/TIDN ST,1/T!ON LINE 1 1 1 I ---:-•·0":, t / L -----I 1 ¥'. / 3 inches on original drawing EXl5TING 12 OUCT5 (ro 8E RELOC/:/TED.) STfl LINE -----(Tf.115 COAITR4CT) • 50'-0" PROr!LE. e CUT LINE (THIS CONTRACT) EXISTING PROFILE LINE l6'xz4" UTILITY OPENING .!!'-.!!" TYPICAL SECTION SCALE; p,,.,5•-on t8"x30" UTILITY OPENING 6'-8" fB"x 24"UTJLJTY OPENING TYPE It 8/lRRIER R,L/ILING {EXISTING) LEGEND: DENOTE5 Structure to be removea AACMITECT'B ENGINEERS PLANNER& 2151 Michelson Drive, Suite 286 Irvine, CA 92715 (714)-752-6940 Kennedy/ Jenks/Chilton ORANGE COUNTY ENVIRONMENTAL MANAGEMENT AGENCY HAMILTON-VICTOR I A SRI DGE BRIDGE DEMOLITION PLAN 17310 Red Hill Avenue, Suite 220 1-.-•• -,1--D-.,-,-+---o,-,c-e<,-ll-aN-+;"'~icc~:-:,71Ec:-s?o-,-~:-::;-g"'r',----------,I :::-SH::::E:::-ET;--1 Irvine, California 92714 REVISIONS --DWG NO___ '29 714-261-1577 DE5'GSEO SCALE DATE ,iJ DRAWN CHEC Aa Shown 9 -90 I OF 41 5c' 3" - . ~ -~ F+ ' \ \ \ --\ ----~ j \ .,., . •,•, . <.£) I ,, "' I 42'-9·3/.~" PLAN &afe.·.3/8"=1'-0" \ \ \ \ \ 0 0 0 J 0 3" (j) #5 7 dowels @ 3'-0":t E~EVATION 5cale:3/8"= l'-0" \ \ \ \ / f.Abutmen \ ' Q 8eorin9 10/7(J -\ \ I ~10" I I 2" Expanded Pollj5t(frene ii< llbutment and i 8eann9 s #!J 7 dowels @ 12 {Top and side perimeters) 0 Weep/Joie (to be extended) --1--#5@12 0 Weephole 6'-G" SECTION A-A ocole: 1/2" = l'-O" Notes Existinq reinforcement .shown for informaiion. See as-DuJ!t p/ons for additional Information. 1~=---+--4"¢ Weepho/es e 121: See soec1al provi5ion5. uJ 0 embed 5" <'!Zjpical) in 7/8"¢ /7ole 6rout per s-td specs 5! -I. 13. j:[~ii=J HOWARD NEEDLES TAMMEN & aeAOeNDOFF ARCHITECT& ENGINEERS PLANNERS 2151 Michelson Drive, Suite 286 Irvine, CA 92715 (714)-752-6940 1/2 0 2 3 inches tm original drawing ORANGE COUNTY ENVIRONMENTAL MANAGEMENT AGENCY HAMILTON-VICTOR I A BRI OGE EX !STING ABUTMENT NO. I RETROFITTING .:za- ·0· JOO 20 12. 8- /DO a:o ·····::i•- :Q; -~-': . STA... I/.+50. :scAu :H l;/0 V /;'I' ...... ;STA ,z~:,.Q SCALE H(10' 1/ /; 'I' 20 2:0 i HAMIL TON AV£ ·:2'f 20 I • 1 . . . . . . 0 a HAMILTON AVE": T . 2'f. I -8- a ICJO 80 .. :STA .. le ~00 :SCAL£ H·/=JO y/;'1· .. :STA ... ./3 +OQ .. SCALE: H•t';!O :v, ( 'I' 2'.0 0- HAM!{T0N AV£ {_ HAMIL TON AV£ I I I :a HOWARO NEEDLES TAMMEN & BERGENOCFF ARCHITECTS ENGINEERS PLANNERS 2151 Michelson Drive, S1Jite 286 Irvine, CA 92715 (714)-752-6940 Kennedy/ Jenks/Chilton 17 310 Red Hi)! Avenue, Suite 220 Irvine, California 92714 714-261-15Ti KJC JOB # 90400 1.00 ·1 1/2 0 3 inches on original drawing ORANGE COUNTY ENVIRONMENTAL MANAGEMENT AGENCY HAMIL TON-VICTORIA BRIDGE ROADWAY CROSS-SECTIONS !!ARK OATf DESCRIPTION PREPARED UNDER 1-~--R~EVI-S-IO_N_S ____ _, SUPE!MlON Of DESlGNEO SCA!..[ DATE EDRAW~N~':":;aa==f,;CHE:";;;;;'CKED;"""==~ ~SHOWN OWG. NO. SHEET 41 OF 47 l=l~ii=i HOWARD NEEDLES TAMMEN&: BERGEN DOFF ARCHITECTS ENGINEERS PLANNERS 2151 Michelson Drive, Suite 286 Irvine, CA 92715 (714 )-752-6940 Kennedy/ Jenks/Chilton 17310 Red Hill Avenue, Suite 220 1/2 0 3 inches on original drawing ORANGE COUNTY ENVIRONMENTAL MANAGEMENT AGENCY HAMILTON-VICTORIA BRIDGE ROADWAY CROSS-SECTIONS Irvine, California 92714 c::::-t-c-:::.-t-----:==cc-----+c==~=-----------1 714-261 -1577 ,_MARK~~DA~IE"--'-~DESC=Rll'TlON==----' PREPARED UNDER SHE£! KJC JOB # 904001 .00 SUPERvl~ON OF REVISIONS SCAI.£ DA1£ JS SHOWN DWG. NO. 42 OF 47 I- w w a: I-., (/) ,: o'"' o-... o .. OU> + ~z i.u I- (/) a: :) ~o+gsi'?3i'.2 :c :,t 0 E 1481842.12 51111 j r ---;:;-.. ~ SEAL COAT 0 33' a: m 52' l ii II II ® @] @] w [I] [BJ -- = SIZE ANP MATERIAL TELEPHONE LINE 8-31/2"0U GASUNE 3'STEEL SEWERUNEFM 4" PVC and 8" V.C.P. CABLETVUNE CABLE POWER POLES SANITARY SEWER 36", 4Er, 66", 84" AND 120 RCP R/W 9/iti,IN ReLIJCATltJN f'A'tl./&CT, !}8e-f?/5iAlt. l 6TA. /2-1-48.l)I) m 47 Ql'itlfill PACIACBELL SO. CAL GAS COMPANY CtTY OF NEWPORT PARAGON CABLE SYSTEM SO. l3AL EotSON COMPANYPP ORANGE COUNTY SANITATION -· -M,J,S, -M.SZ. /L.R.J. .. ~/5/90 BRI r;),4 ~~ q,;J:.61 __ LJ.L_'r ___ _ , __ _.,..11,--J--~---/-_ '-(E) OPE £CT t, Pl.AC£ I I I 15 f;:,/'TIAL PR/)Fl!l!-p, J?TIAL Pf.A If () J?ll$HTr--J I I I I I I aw.am IIIJCl..¥POAIIIIIICJr"I • cansultlriQ ■nQIIM■■r■ 1 ■rcll'"llntiact11 39969 11.C.t. Tt .. ,. ........... 11.C.t: . 6214 REVISIONS 15 • 00 + ~ I{) . -o <i. z I-f-1/) W w WI z"' ::J t:l ' "' : J: 0 !;i :E .. -R.T. CONSTRUCTION NOTES UPON COMPLETION OF PHASE 1 CONSTRUCTION OF THE BRIDGE ANO PRIOR TO PHASE 2 TRAFFIC CONTROL, CONSTRUCT PHASE II TEMPORARY 4-INCH CERTAINTEED YELOMINE RESTRAINED JOJNT P.V.C. SEWER FORCE MAIN. SEE SPECIAL PROVISIONS SECTION F-39.2. CONSTRUCT PRESSURE MANHOLE PER DETAIL 2 ON SHEET 47. CONSTRUCT 24-INCH ACCESS OPENING IN BRIDGE DECK PER DETAIL 3 SHEET 46. CONSTRUCT 4-INCH CERTAINTEED YELOMINE RESTRAINED JO!NT P.V.C. SEWER FORCE MAIN. CONSTRUCT 4-INCH CERTAINTEED YELOMINE RESTRAINED JOINT P.V.C. SEWER FORCE MAIN INSIDE 8-INCH STEEL CASING WITHIN BRIDGE PER DETAILS ON SHEET 46. CONSTRUCT PRESSURE MANHOLE PEA DETAIL 1 ON SHEET 47. PHASE II, TEMPORARY SEWER TIE-tN. CONNECT TO EXISTING 4- tNCH P.V.C. PEA DETAIL 7 ON SHEET 47. INSTALL CERTA-LOC 45 DEGREE SWEEP ON PHASE II TEMPORARY SEWER FORCE MAIN INSTALL LINK-SEAL CASING CLOSUflE, SEE SPEaAL PROVISIONS. INST All LINK-SEAL WALL CLOSURE PER DETAIL 4 SHEET 46. -M.52./L.R.J. .... 11/5/90 20 M ~ ,... D _J' f SCALE IN FEET -COlll'l'Y ■----Ill&.-~ 40 I HAMILTON AVENUE / VICTORIA STREET 4-INCH SEWER FORCE MAIN RELOCATION STA. 12 +48.00 TO STA.15 + 00.00 OTY Of IIEWPOIT lfACII PUIUC-DEIWITll£H1' SHUT 43 o, 47 le j/.., ~-~ Jiff .., ~ [!I TELEPHONE LINE @ SEWERUNEFM @ CABLETVUNE II) POWER POLES 0 STORM DRAIN ----· I a!~!; ~Q tdeil;BIAI,. 8-31/2"0U 4'PVC CABLE 21•RCP PACIFIC BEU. crrY OF NEWPORT PARAGON CABlE SYSTEM SO. CAL EDtSON COMPANY CITY OF COSTA MESA " 0 © I ( I I I I I', / I ', I / 'y I I I I I PIPE AND STATION LINE CURVE DATA l::,. R L T 8°38'30' !'?&,:,' Zt.5.93' 155.ZI' 31'06'52' 1800' .977.49' 501.12' HORIZONTAL 1"= 20' VERTICAL 1"= 4' --<< ?:~: ~', I I I r- 1 (E) CONC. ____.:\i HEADWALL___-Jf;TA.lfHb .b ,--- / I NEW EDGE OF BRIDGE DEC/ 19 + 00 -]n I I / I r.:,-'-',, / APPROXIMATE ......_......_ LIMITS OF ......_ EXCAVATION ',._,,,m:o (lJY OTflf#'§) __ TO BE RELO•==---- \ I t 2/'RCP =====~ SE£ 8)1EET 8 FOR l!I~....,..-ucol'II rmnan • con■ultlll"'iQ ■li""ilQRli""il■Sll'■ , ■li'Ctl'!IGlt:a«:lt:■ 39969 R.C.E. 46214 .... STORM MAI# R£t.OCATION °"TE IY REVISIONS !§zl CONSTRUCTION NOTES PRIOR TO PHASE 1 CONSTRUCTION OF THE BRIDGE AND PHASE 1 TRAFFIC CONTROL, CONSTRUCT PHASE I TEMPORARY 4·INCH CERTAINTEED YELOMINE RESTRAINED JOINT P.V.C. SEWER FORCE MAIN. SEE SPECIAL PROVISIONS SECTION F-39.2. UPON COMPLETION OF PHASE 1 CONSTRUCTION OF THE BRIDGE AND PRIOR TO PHASE 2 TRAFFIC CONTROL. CONSTRUCT PHASE II TEMPORARY 4-INCH CERTAINTEED YELOMINE RESTRAINED JOINT P.V.C. SEWER FORCE MAIN. SEE SPECIAL PROVISIONS SECTION F- 39.2. CONSTRUCT 24-INCH ACCESS OPENING IN BRIDGE DECK PER DETAIL 3 SHEET 46. CONSTRUCT 4-INCH CERTAINTEED YELOMINE RESTRAINED JOINT P .V.C. SEWER FORCE MAIN INSIDE 8-INCH STEEL CASING WITHIN BRIDGE PER DETAILS ON SHEET 46. PHASE I, TEMPORARY SEWER TIE-IN. CONNECT TO EXISTING 4-!NCH P.V.C. PER DETAIL 4 ON SHEET 47. ~ ,-.i D 20 0 20 SCALE IN FEET -COUIITY ■----"'ITAL_,.llo'.BIT N8/Cf 40 HAMILTON AVENUE / VICTORIA STREET 4-INCH SEWER FORCE MAIN RELOCATION STA. 15 + 00.00 TO STA. 20 +. 00.00 CITY Of IINPOIT IEACII PUIUC -llU'MTIIENT INIIT 44 fll 47 0 0 0 .;o '¢ ~ ♦ ~io •i=: N i l! c:i. I-<I) I- t! ~ (/) ~UJ~ tj5:q "':z. :r. 9o l:i ~ 1-..0.---n~ /4 e,1()f<M O • SEE S/IEU 8 FOR STORM MAIN RELOCATION 0 PIPE AND STATION LINE CURVE DATA l::,. R L T l7G3' ,:ac:.5,q3' 1ss.::r.z' 1800' -,77,4q' 501-/~' /00' K),f!!,q' 5.80 ~ ~ [!l TELEPHONE UNE [fil SEWERUNEFM 0 POWER POLES [g] WATERLINE QJ STORM DRAIN SIZE AND MATERIAL, 9MCO 4"PVC 30"CML&C ur ANO 21· RCP PACIF1CBELL crrY OF NEWPORT SO. CAL EDISON COMPANY CONSTRUCTION NOTES PRIOR TO PHASE 1 CONSTRUCTION OF THE BRIDGE ANO PHASE 1 TRAFFIC CONTROL, CONSTRUCT PRESSURE MANHOLE PEA DETAIL 6 SHEET 47. SEE SPECIAL PROVISIONS SECTION F-39.2. PRIOR TO PHASE 1 CONSTRUCTION OF THE BRIDGE AND PHASE 1 TRAFFIC CONTROL. CONSTRUCT TEMPORARY 4-INCH CERTAINTEED YELOMINE RESTRAINED JOINT P.V.C. SEWER FORCE MAIN. CONSTRUCT 4-INCH CERTA-LOC 90 DEGREE SWEEP AT STATION 21 + 55.11. SEE SPECIAL PROVISIONS SECTION F-39.2. UPON COMPLETION OF PHASE 1 CONSTRUCTION OF THE BRIDGE AND PRIOR TO PHASE 2 TRAFFIC CONTROL. CONSTRUCT PHASE II TEMPORARY 4-INCH CERTAINTEED YELOMINE RESTRAINED JOINT P.V.C. SEWER FORCE MAIN. RECONAGURE FITTINGS AT NEW MANHOLE, STATION 22+04.32, PEA OETAIL 8 ON SHEET 47. SEE SPECIAL PROVISIONS SECTION F--39.2. CO,VSTRUCT PRESSURE MANHOLE PER DETAIL 3 ON SHEET 47 CONSTRUCT 24-INCH ACCESS OPENING IN BRIDGE DECK PER DETAIL 3 SHEET 46. CONSTRUCT 4-INCH CERTAINTEED YELOMINE RESTRAINED JOINT P.V.C. SEWER FORCE MAIN. CONSTRUCT 4-INCH CERTAINTEED YELOMINE RESTRAINED JOINT P.V.C. SEWER FORCE MAIN INSIDE 8-INCH STEEL CASING WITHIN BRIDGE PER DETAILS ON SHEET 46. REMOVE EXISTING MANHOLE AND FITTINGS AFTER PHASE I TEMPORARY SEWER FORCE MAIN IS IN SERVICE. AFTER INSTALLATION AND TESTING OF PERMANENT SEWER FORCE MAIN, AECONAGURE MANHOLE AT STATION 22+04.32 PEA DETAIL6 SHEET 47. CONSTRUCT 4-INCH CERT AINTeeo YELOMINE RESTRAINED JO!NT P.V.C. TO BE USED IN PHASE I TEMPORARY SEWER ANO IN PERMANENT SEWER FORCE MAIN. INSTALL UNK..SEAL CASING CLOSURE, SEE SPECIAL PROVISIONS. INSTALL LINK-SEAL WALL CLOSURE PER DETAIL 4 SHEET 46. ~ ,... 2~ d D jje 40 MESA CONSOLIDATED WATER DISTRICT CITY OF COSTA MESA -SCALE IN FEET -COlll'l'Y ■----mu.--,,e,c, l"l!IJI ~•---• us~nan ()>4J.. ~ .... CCH"t■UltBriQ ■nQIU'11RIIEI"■ J a,rch88:act■ ftUILIC WORKS OIIIECTOJI ~~ .. ~1-,,,.._......: ___ "'":'.'.'.:'.""---------------;.--+--+------------,--,.. ..,_,.,. __ _ HAMILTON AVENUE / VICTORIA STREET 4-INCH SEWER FORCE MAIN RELOCATION REVISIONS -M.SZ./LR.J . .. 1l 11/5/90 STA. 20 + 00.00 TO STA. 22 + 11.81 OTY OF NEWfOIT lfACII l'UIUC W0RIII OEIWITIIEIIT NIT 45 f/1 47 80 MIL AWWA C 214 - ~~~~1'6T~;L~THYLENE ,--INSTALL LINK SEAL WALL CLOSURE AWWA C-215 COATINGl EACH END OF SLEEVE. SEE DETAIL . -. LLJ SEAL ~~ INSTA LINK CASIN SURE OFCA G CL.0-N in AT ENO en« SING . .J;U -z ~IB u,a, 6' 20' ,,,. I PIPE SUPPORT DETAI© i\ I UJ !:. 0~ "'"' u ~~ -Cl ... 2' ,_ I " \1 I I -·,__ .. ., ~~ ::!: + :c • :!: z .. «-' ~~ ~ ... U) I'-~ w«?w ZI'-> :J'?g O~< ~g; 3' 4" PVC FMS IN 8" STL. CASING • 4 • d USE 4 EACH, I /2" WEDGE ANCHOR BOLTS, 4" MIN. EMBEDMENT. 40' EB 4 PIPE SUPPORTS I 15' O.C. 71r1 5 PIPE SUPPORTS Q 14'-7" O.C. _.j l-8-5/8" !TYPJ I 11lri I 1· l 1 I 1:1-~ -1--8-5/8" (TYP.) '"' ~! 5 PIPE SUPPORTS ii 14'-4" O.C, 5'-9" 36' -10· I f'T I I J. .Cl\ __ SEE DETA1Lf2\ (TYP.) \:::.,) ~ ij IA\ .,. LONGITUDINAL SECTION -~ U) SCALE: 1/8"=1'-0" \J 5 PIPE SUPPORTS @ 14'-7" O.C. 2' I 2' MIM • 1· . _1 1_/ _1 '-.___ PIPE ~UP R'T n+---~ -DETAI I (TYP.)\_::::) ai LONGITUDINAL SECIION ® (CONT.) i~ SCALE: 8-5/8" (TYPJ 50' 6' STATION LINE 36' -10" I 1/8" = I'-O" r-r-"' ANNULAR SEAL PHASE II TEMPORARY SEWER FORCE MAIN -~~ TYPICAL SECTION SCALE: 1/4"= I'-O" 36" WIDE x 30" HIGH OPENING AT ALL PIERS 8" DIA. x I/ 4" THK. STL. CASING 4" PVC CARRIER PIPE 19 7 /8" -+'-<J...-,ji_::....J UNFINISHED 2" x 2" REDWOOD SKIDS 3' LONG BEVELED BOTH ENDS. (4) SKIDS PER LENGTH OF PIPE TO BE STRAPPED IN PLACE 5' FROM EACH END OF PIPE. NOTCH SKID TO SEAT STRAP. BRIDGE CELL FLOOR , ___ GRINNELL ROLL PIPE SEE SHEETS 24 THRU 29 FOR SLAB REINFORCING 2' .. 3• PIPE SUPPORT INSIDE PIERS SUPPORT, SEE SPECIAL PROVISIONS . nln 5 PIPE SUPPORTS I 14'-8" O.C. I I I I 5 PIPE SUPPORTS i 15' O,C, I' I J ~·~ "' -~ U) 4 PIPE SUPPORTS 1114'-7" O,C. ABUTMENT 8 !TYPICAL FOR ABUTMENT II 8" CONDUCTOR CASING CAST IN ABUTMENT I I 12" DIA. X 14" LONG X 1/4" Tlll(. STL PIPE SLEEVE, ASTM A53, WITH SEEP RING. DETAIL 4 3/8" = 1'-0", CONSTRUCT 24" 1.D. OPENING IN BRIDGE DECK AND 24" MANHOLE FRAME AND COVER PER CITY OF NEWPORT BEACH STANDARD 112-L. AND CALTRANS STD. PLAN 87-11, U-43 3' • 8" g,_ 36' -4" CONSTRUCT STEP AS PER CITY OF NEWPORT BEACH STANDARD 404-L. 2' STATION LINE .. UJ ,.._!j ~:E I.al«? 3: Cl<!> ~tzg "'"' ::Ea: :c <D"' a: :c WO.. u-m ~~ ig; ... 2' I t7 I I ~. .-~ , __ \ 0 ..,q JO) £t I'--~ ZO> .,-~~~ :E~ ... U) "' :J, J "' ~!!I UJ ii: ~g~ ... INSTALL LINK SEAL WALL CLOSURE EACH END OFSLEEVE • SEE "'DE"'T"'A~IL._,_('D_4 _ __. 20' 8 ~~p~,~~~:~ ~R2l4 ~ i EXTENDED POLYETHYLENe;e <I AWWA C-215 COATING () ~ NO ,i Cl f--Z U>W INSTALL LINK SEAL CASING CLOSURE ATENDOFCASING 4 X/15/8" SECTION , .. = 3" END VIEW , .. = 3" PIPE SUPP~-~T,. DETAIL CB DETAIL -· a.,...,..,111.!_ --~nan • CO!M■ll.BRli:Brn·Q 8111i1Qh'"illll(IIH/'II 1 !llf1Clhntsicrc■ l'U8LIC WOltkl Olltt:CTOfl HAMILTON AVENUE / VICTORIA STREET 4-INCH SEWER FORCE MAIN RELOCATION BRIDGE CROSSING, CONCRETE SADDLE, BEDDING AND ACCESS MANHOLE DETAILS --""'-·""'· -M.J.S. h--------------------~-+-+----------~-1 U~--- 39969 IIY DDCllll'rlOOI REVISIONS .. ........, M.J.S, -R.T. -R.S.S. ..n: 11-5-90 CITY OF NEWPOIT IEACN PUIUC -D£PARTIIENT IHllT 46 fll 41 TA.I.!! Ni.!!.96 B.K.) STA. l.3+30.83 .11.J ro.1.P. UASS68 12' lD. SVMP HOI.E FILLED 11/ITJI J/4• lflVl:lt R/J&K / 4"YICTAVI./C COVPLIN6 I / STYLE .107) STA. l2'75.00 DETAIL 3/4" = 1'-0" .r STD. CERTA-LOK RESTR//INEP 1 -1,1-';"f7ff::~:t::1~EACJI .IOINT COVPtJNG 6TD II2-L TYPICAL SECTION 3/4" = 1'-0" lf'EMOJ'E INTERFERING PORTIO#S OF E.YIST 4"PYC SFM DETAIL PRECAST 48' ~ 24"ECCeNTRIC CONE PER CITY OF NeWPORT BEACJ./ .STD 401-1.. 3/4" = 1'-0" BLIND FLANGE 4".¥4"0.I. Tee,FeXFe PHAe;e zr 4-NP.v.c. 6E&M:f~ Fi:7/t!CI!! MAIN ,., ,61!: IN -5T-4J...l-la.O /./PON C-OMPl...eTION OF 12,RIOGJS CON5TR.l/CT/OJV A',<AB6 r. 4" D. I. TEe, FE x Fe 4" t.J.I.P Ct.A5553 £EE3E:: DETAIL 3/8" = 1'-0" -· CNICKED s ~--BTO. ''C,,:RTA-1..0t<" RE!STRAINED JOINT COUPLING "'f1-"v1cr,4uL1c COUPLING <srY1..1: SD!) r;ra CERTA-t.01< KESTRAINEP JOINT COVPI.ING Jf l2'lQ SIIMPHOt.E FILLED 11/ITH .3/4" A'IVeR ROCK-----~ 12"I.D. SUl'1PHOI.E FlilEO WITH ..¥4. RIV,=//' RO&K 4"PYC CERTA -t.O.~ \ TRANSITION FITTING (HAI.£ IIY"J'/C GRIJi,Ve") TYP 4•y1CTAUI.IC CO/I.Pl.ING (STYLE 307) 4" CeRTA/NTeeO Yet.OM/Ne ReSTRAINeD JOINT,PVC. STO. CERTA-tOK------'---- R.GSTRAINeP JO/NT CO//PllNCi 4" CeRTA-t.OK 90• 5WEeP FOR PHASE.I TEMPORARY'SEWe..e' F:M-, ReMOVE POR PelfMANENT FORCE MAIN INfTAUATION 4•x4" D.J. Tee, PeXFe 4"01.P. CI.A5S53 DETAIL 3/4" = 1'-0" REMOVe /NTERFeRING PORTION OP E,rtST. 4"PYC l .,:S,.,TAcc·~lc.,.!!c.:r-=t)c=8'---~ f,,'A _,,-;,-;,✓ ___ ,.,... ~ --- STA. ZUZ9.29 4'-90'1)1 El8DIII, Fe 4"C£RT,4INTEEO YELOMINE RESTRAINED JOINT PVC TEMPORARY SFM STD. CERTA-LOK RESTRAINED JOINT COUPL/N6 ~PHASE.Ir T!EMPGRARV S/EWl!!:R R:>l'?CEMA/,V DETAIL 3/4" = 1'-0" 4 11 C,1!5//'<r,4/IJrEEO Y£.L-OWMIA/EE ~1!!'6ne-4/NE.O ..;,CYNr pv.c. /0£JfeM-4N~r 5.f"/14. 4• VICTAUUC COUPI./N(i (5TYU! 807) STA. ZZ+04.tI.4 4•C£RTA-LOK HALE SY SOLVENT IVel.P At:11/PTOR 4" VIC TA/IL.IC CIJUPI./J.16, (5TYLE 31) 5TO CfrRTA·I.OK RIESTRAIJ.IIEO JOINT CO//Pt!Nt:; DETAIL 3/4" = 1'-0" l:!I ~-... -·· -~7Xlln • CCH/"'iltllL.!Jl(l:!!f'iQ (li'll""iUQ011"'11•■{l"tl I llla'«:O"ilff(l:(IIH~~-ll'UILIC WOIIJKS DUIECTOfl k------~---------------~-~~~----------+-1 U~--- MTE IY DDCIIIPTION REVISIONS 11/5/1990 STA. ZZr05.l.4 EC STA. Z2+tJ7, 7Z 4"0.I. re£, FEXFe 4' . Oe,Wlii'IK t=:t:t;l!WTRIC PL-//G V,1-1-VE .5ee :Sf'/!fCIAt P/e'OV/:S/Oi</5 HAMILTON AVENUE / VICTORIA STREET 4-INCH SEWER FORCE MAIN RELOCATION STANDARD PRECAST MANHOLES DETAILS, SECTION AND CONNECTION DETAILS CITY OF IIEWPOIT IEACH PUIUC -KS D€PARTIIENT ....., 47 a, 47 I ] • ! PLANS AND SPECIAL PROVISIONS FOR THE WIDENING/EXTENSION OF HAMILTON-VICTORIA BRIDGE SA-38 OVER THE SANTA ANA RIVER CHANNEL AND GREENVILLE BANNING CHANNEL AND ROADWAY IMPROVEMENTS ON EAST AND WEST APPROACHES JANUARY 1991 FUNDED BY MAJOR BRIDGE PROGRAM NO. B-64 AHFP NO. 1281 ORANGE COUNTY FLOOD CONTROL DISTRICT MAJOR BRIDGE PROGRAM ARTERIAL HIGHWAY FINANCING PROGRAM ADMINISTERED BY ORANGE COUNTY ENVIRONMENTAL MANdtGEMENT AGENCY SANTA ANA, CALI FORNI/\ MICHAEL M. RUANE, DIRECTOR W.O. S35612 a 1 j 1 ......... ughes PLANS AND SPECIFICATIONS for the WIDENING/EXTENSION OF HAMILTON-VICTORIA BRIDGE OVER THE SANTA ANA RIVER AND GREENVILLE BANNING CHANNEL AND ROADWAY IMPROVEMENTS ON EAST AND WEST APPROACHES jANUARY, 1991 FUNDED BY: MAJOR BRIDGE PROGRAM NO. B-64 AHFP NO. 1281 ORANGE COUNTY FLOOD CONTROL DISTRICT MAJOR BRIDGE PROGRAM ARTERIAL HIGHWAY FINANCING PROGRAM ADMINISTERED BY ORANGE COUNTY ENVIRONMENTAL AGENCY SANTA ANA, CALIFORNIA MICHAEL M. RUANE, DIRECTOR W. 0. S35612 Recommended By: ~ > No. 30829 tfl 1 Q :r'?>I· ~2... Jlr;/ 1'"\ ~/ -j-1Lf&Uji.l':'.'.L~:.::::•u~~~~ii~~96~ • Vincent Rosales, Chief OLES TAMMEN & BERGENDOFF 4437 (EXP. 03-31-94) EMA/PUBLIC WORKS/ROAD DESIGN RCE# 30829 (EXP. 03-31-92) Approved by: . Wi iams, Manager EM UBLIC WORKS/DESIGN CE# 13134 (EXP. 03-31-93) * Excluding Sections F-39. and F-40. Approved by: ,/4/:Z ~ ~4"f n.,,,. /,--?o w. L. ~ DIRECTOR OF PUBLIC WORKS TABLE OF CONTENTS SECTION TITLE PAGE NC NOTICE TO CONTRACTORS NC-1 p PROPOSAL P-1 CA CONTRACT AGREEMENT CA-1 A PROPOSAL REQUIREMENTS AND CONDITIONS A-1 B SUPPLEMENT TO PART 1 OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION 8-1 C GENERAL MISCELLANEOUS C-1 C-1 CONSTRUCTION AREA C-1 C-2 SOUND CONTROL REQUIREMENTS C-1 C-3 WATER CONSERVATION C-2 C-4 FLOW AND ACCEPTANCE OF WATER C-2 C-5 SURVEYING SERVICES C-3 C-6 MEASUREMENT AND COMPENSATION C-3 C-7 PAYMENTS C-4 C-8 AFFIRMATIVE ACTION FOR HANDICAPPED WORKERS C-4 C-9 SUBCONTRACTING C-5 C-10 CULTURAL/SCIENTIFIC RESOURCES FINDS C-5 C-11 HOLIDAYS C-5 C-12 FINAL PAY QUANTITIES C-6 C-13 FEDERAL LABOR STANDARDS INFORMATION C-6 C-14 SOIL CONDITIONS C-7 C-15 UTILITIES TO PROTECT C-7 C-16 UNFORSEEN DIFFICULTIES C-7 C-17 PROVISIONS FOR EMERGENCIES C-8 K/ J/C 904001. 00 1 TABLE OF CONTENTS (cont.) SECTION TITLE PAGE D PERMITS D-1 D-1 PERMITS AND LICENSES D-1 D-2 AGREEMENTS D-2 CALIFORNIA REGIONAL WATER QUALITY CONTROL BOARD PERMIT CALIFORNIA DEPARTMENT OF FISH AND GAME PERMIT F CONSTRUCTION DETAILS F-1 DESCRIPTION OF WORK F-1 F-2 PROGRESS SCHEDULE F-1 F-2.l SCHEDULE F-2 F-2.2 REVISIONS TO THE SCHEDULE F-4 F-2.3 TIME IMPACT ANALYSIS FOR CHANGES, DELAYS, TIME EXTENSIONS AND CONTRACTOR REQUESTS F-4 F-3 COOPERATION F-5 F-4 MOBILIZATION F-6 F-5 CLEARING AND GRUBBING F-6 F-6 MAINTAIN TRAFFIC AND DETOURS F-7 F-6.l REMOVE TRAFFIC STRIPES, PAVEMENT MARKINGS, AND RAISED PAVEMENT MARKINGS F-9 F-6.2 MAINTAIN/RELOCATE/REMOVE TEMPORARY RAILING {TYPE K) AND CRASH CUSHIONS F-9 F-6.3 CONSTRUCT/REMOVE TEMPORARY PEDESTRIAN BRIDGE AND SIDEWALK F-10 F-7 TEMPORARY RAILING (TYPE K) F-11 F-8 TEMPORARY CRASH CUSHION, SAND FILLED F-12 F-9 HIGHWAY INFORMATION SIGNS F-13 F-10 DUST CONTROL F-14 K/ J/C 904001. 00 2 TABLE OF CONTENTS (cont.) i ' i SECTION TITLE PAGE F-11 WATERING F-14 F-12 UTILITIES F-15 F-12.1 IDENTIFICATION OF UTILITY DISPOSITION F-16 F-13 DEWATERING F-17 F-14 REMOVE ASPHALT CONCRETE PAVEMENT F-17 F-15 REMOVE MISCELLANEOUS CONCRETE F-18 F-16 REMOVE REINFORCED CONCRETE f-18 F-17 REMOVE 21-INCH REINFORCED CONCRETE PIPE F-19 F-18 REMOVE AND RELOCATE EXISTING SIGNS F-19 F-19 REMOVE INLET STRUCTURE F-20 F-20 REMOVE JUNCTION STRUCTURE F-21 F-21 EARTHWORK F-21 F-21.l SUBGRADE TOLERANCES F-22 F-21. 2 UNCLASSIFIED EXCAVATION f-22 F-21.3 UNCLASSIFIED FILL F-23 F-22 FURNISH AND ORI.YE CONCRETE PILES FOR RETAINING WALL (CLASS 45) F-24 F-23 RETAINING WALL CONSTRUCTION F-25 F-23.1 STRUCTURE EXCAVATION (RETAINING WALL} F-25 F-23.2 STRUCTURE BACKFILL (RETAINING WALL) F-26 F-23.3 STRUCTURE CONCRETE (RETAINING WALL) F-26 F-23.4 REINFORCING STEEL (RETAINING WALL) F-27 F-23.5 CHAIN LINK RAILING (TYPE 7) (RETAINING WALL) F-27 F-23.6 CONCRETE RAILING (TYPE 26A) (RETAINING WALL) F-27 K/ J/C 90400 l. 00 3 SECTION F-24 F-25 F-26 F-27 F-28 F-28 .1 F-28.2 F-28.3 F-29 F-30 F-31 F-32 F-33 F-33.1 F-34 F-35 F-36 F-37 F-38 F-39 F-40 G G-1 G-2 G-3 TABLE OF CONTENTS TITLE CONCRETE HEADWALL SLOPE PAVING MISCELLANEOUS CONCRETE UNTREATED BASE MATERIAL ASPHALT CONCRETE ASPHALT CONCRETE, MISCELLANEOUS AREAS LIQUID ASPHALT (PRIME COAT) SEALCOAT SOIL STERILIZATION ADJUST EXISTING MANHOLE TO GRADE CONCRETE INLET STRUCTURES (TYPE I AND TYPE II) JUNCTION STRUCTURE (TYPE IV) REINFORCED CONCRETE PIPE BEDDING & BACKFILL FOR REINFORCED CONCRETE PIPE REINFORCED CONCRETE COLLAR CHAIN LINK FENCE FENCE END POST METAL BEAM GUARD RAIL (W BEAM) PERMANENT TRAFFIC STRIPING AND PERMANENT PAVEMENT MARKINGS RELOCATION OF SEWER FORCE MAIN SIGNALS AND LIGHTING BRIDGE CONSTRUCTION DETAILS DESCRIPTION OF WORK ORDER OF WORK COOPERATION 4 PAGE F-28 F-28 F-28 F-29 F-29 F-30 F-30 F-30 F-31 F-31 F-32 F-32 F-33 F-34 F-34 F-34 F-35 F-35 F-35 F-38 F-44 G-1 G-1 G-1 G-2 TABLE OF CONTENTS (cont.) SECTION TITLE PAGE G-4 CLEARING AND GRUBBING (BRIDGE SITE) G-3 G-5 REMOVE EXISTING BRIDGE G-3 G-6 EARTHWORK FOR BRIDGE CONSTRUCTION G-4 G-6.1 STRUCTURE EXCAVATION AND BACKFILL (BRIDGE) G-5 G-6.2 PERVIOUS BACKFILL MATERIAL G-5 G-7 RETROFIT EXISTING ABUTMENT G-5 G-8 DEWATERING (BRIDGE) G-6 G-9 STRUCTURAL CONCRETE (BRIDGE) G-6 G-10 FALSEWORK G-8 G-11 BAR REINFORCING STEEL (BRIDGE) G-11 G-12 MISCELLANEOUS METAL, BRIDGE G-11 G-13 ELASTOMERIC BEARING PADS G-12 G-14 JOINT SEALS (TYPE B) G-12 G-15 CONCRETE PI LES G-12 G-16 CONCRETE BARRIER, TYPE 26 G-14 G-17 TUBULAR HAND RAILING G-14 G-18 WATER STOP G-14 G-19 BRIDGE LIGHTING G-15 G-19.1 CONDUIT G-16 G-19.2 PULL BOXES G-16 G-19.3 CONDUCTORS, WIRING & SPLICE INSULATION G-16 G-19.4 BRIDGE LIGHT G-16 G-19.5 BRIDGE LIGHTING MOUNTINGS G-16 G-19.6 PAYMENT G-16 K/ J/C 904001. 00 5 TABLE OF CONTENTS (cont.) SECTION TITLE PAGE G-2O REMOVE EXISTING RIPRAP ROCK BLANKET G-17 G-21 TEMPORARY RETAINING WALLS G-17 G-22 REMOVE AND CONSTRUCT RA! LING TRANSITION G-18 H STANDARD DRAWINGS H-1 CITY OF HUNTINGTON BEACH STANDARD PLANS H-2 CITY OF COSTA MESA STANDARD DRAWINGS H-3 CITY OF NEWPORT BEACH STANDARD DRAWINGS K/ J/C 904001. OD 6 s s s s ORANGE COUNTY, CALIFORNIA NOTICE TO CONTRACTORS Sealed proposals from contractors licensed in accordance with Section A, Subsection 17, Proposal Requirements and Conditions will be received at the Office of the Clerk of the Board of Supervisors, Room 465 , Hall of Administration, of the County of Orange, Santa Ana, California, on or before llednesday, the roTH day of FEBRUARY , 1991 at 2:00 P.M. o'clock, at which time they will be publicly opened and read in Room 169, First Floor, Hall of Administration, 10 Civic Center Plaza, Santa Ana, California, for the following project to be administered by the Orange County Environmental Management Agency: CONSTRUCTION OF Hamilton Victoria Bridge (SA-38, SA-38A), Wi deni ng/Extens ion Across the Santa Ana River & Greenvi 11 e Banning Channel. SCHEDULE OF WORK ITEMS Item .Jig_,_ Estimated Unit of Quantity Measure Description of Work l 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 l 1 1 1 2,060 3 2 78 2 65 250 3 2 l 5,700 1,100 1,360 34 245 668 • 117 12,000 142 142 1 6,520 32 877 241 LS LS LS LS LF EA EA CY CY CY LF EA EA EA CY CY LF EA CY CY CY LB LF LF EA SF CY TON TON MOBILIZATION CLEARING & GRUBBING MAINTAIN TRAFFIC & DETOURS CONST./REM. TEMP. PED. BRIDGE & SIDEWALK FURNISH & INSTALL CONCRETE BARRIER (TYPE K) TEMPORARY CRASH CUSHION, SAND FILLED HIGHWAY INFORMATION SIGNS REMOVE ASPHALT CONCRETE PAVEMENT REMOVE MISC. CONCRETE REMOVE REINFORCED CONCRETE REMOVE 21" REINFORCED CONCRETE PIPE REMOVE & RELOCATE EXISTING SIGNS REMOVE INLET STRUCTURE REMOVE JUNCTION STRUCTURE UNCLASSIFIED EXCAVATION UNCLASSIFIED FILL FURNISH CONCRETE PILES (CLASS 45) RET. WALL DRIVE CONCRETE PILES (CLASS 45) RET. WALL STRUCTURE EXCAVATION (RETAINING WALL) STRUCTURE BACKFILL (RETAINING WALL) STRUCTURE CONCRETE (RETAINING WALL) REINFORCING STEEL (RETAINING WALL) CHAIN LINK RAILING (TYPE 7) (RETAINING WALL) CONCRETE RAILING (TYPE 26A) • (RETAINING WALL) CONCRETE HEADWALL SLOPE PAVING MISCELLANEOUS CONCRETE UNTREATED BASE MATERIAL ASPHALT CONCRETE NC-1 s s s s s F s F F F F s F s s s s Item Estimated ___llQ_,_ Quantity 30 1,014 31 2 32 6,800 33 1,014 34 1 35 1 36 1 37 1 38 3 39 254 40 2 41 35 42 3 43 189 44 5,450 45 336 46 1 47 4,330 48 3,200 49 89 50 23 51 13 52 11 53 892 54 1 55 563 56 2,960 57 1 58 1,128,891 59 8,145 60 44 61 187 62 9,950 63 296 64 830 65 830 66 221 67 1 68 1 69 1 70 1 71 1 72 15 (S) SPECIALTY ITEM (0) DELETABLE ITEM (F) FINAL QUANTITY SCHEDULE OF WORK ITEMS (continued) Unit of Measure Description of Work SY ASPHALT CONCRETE, MISCELLANEOUS AREAS TON LIQUID ASPHALT (PRIME COAT) SY SEALCOAT SY SOIL STERILIZATION EA ADJUST EXISTING MANHOLE TO GRADE EA CONCRETE INLET STRUCTURE (TYPE I) EA CONCRETE INLET STRUCTURE (TYPE II) EA JUNCTION STRUCTURE (TYPE IV) LF REINFORCED CONCRETE PIPE (18") LF REINFORCED CONCRETE PIPE (21'') EA REINFORCED CONCRETE COLLAR LF CHAIN LINK FENCE (6') EA FENCE END POST LF METAL BEAM GUARDRAIL (W BEAM) SF PERMANENT TRAFFIC STRIPING SF PERMANENT PAVEMENT MARKING LS REMOVE EXISTING BRIDGE CY STRUCTURE EXCAVATION ,BRIDGE CY STRUCTURE BACKFILL, BRIDGE CY PERVIOUS BACKFILL MATERIAL CY STRUCTURE EXCAVATION,RETROFIT EXIST. ABUT. 1 CY STRUCTURE BACKFILL,RETROFIT EXIST. ABUT. 1 CY STRUCTURAL CONCRETE,RETROFIT EXIST. ABUT. 1 LB BAR REINFORCING STEEL,RETROFIT EXIST. ABUT.l LS DEWATERING (BRIDGE) CY STRUCTURAL CONCRETE, BRIDGE FOOTING CY STRUCTURAL CONCRETE, BRIDGE LS FALSEWORK LB BAR REINFORCING STEEL, BRIDGE LB MISCELLANEOUS METAL, BRIDGE LF JOINT SEAL (MR= 2") LF JOINT SEAL (MR=l 1/2'') LF FURNISH CONCRETE PILES (CLASS 70) EA DRIVE CONCRETE PILES (CLASS 70) LF CONCRETE BARRIER, TYPE 26 LF TUBULAR HAND RAILING LF WATER STOP LS BRIDGE LIGHTING LS RELOCATION OF SEWER FORCE MAIN LS TRAFFIC SIGNAL LS REMOVE EXISTING RIPRAP LS TEMPORARY RETAINING WALLS LF REMOVE & RECONSTRUCT RAILING TRANSITION NC-2 Reduced construction plans, special provisions and other contract documents are available for examination without charge or may be secured upon payment, including state sales tax, of: $ 7.80 if picked up in person $ 10.00 if requested by mail Plans and specifications requested by mail are sent via U.P.S., so please include the street address to which these documents may be delivered. A complete set of full size construction plans will be available for examination without charge or may be secured upon payment, including sales tax, of the amount shown in the proper column in the table listed below. No. of Sheets 1-5 6-10 11-15 16-20 21-25 26-30 Cost per set $ 3.70 7.40 11.10 14.80 18.50 22.20 No. of Sheets 31-35 36-40 41-45 46-50 51-55 56-60 Cost per set $29.60 33.30 37.00 40. 70 44.40 Add $2.00 to price shown if plans are reguested bl mail. EMA Standard Plans and Special Provisions (current issue) are also part of this contract. Copies of the standard plans with special provisions are also available at EMA (Room 225) for an additional charge, including state sales tax. Prices below are for the bound version. $11.50 if picked up in person $12.86 if requested by mail All checks shall be made payable to: Environmental Management Agency P. O. Box 4048 (mailing address) 400 Civic Center Drive West, (street address) Santa Ana, California 92702-4048 Orders which are not properly addressed or payable are subject to delay. The EMA shall not accept responsibility for that delay. There will be no refund for return of plans and special provisions, and return is not required. NC-3 Bidders wishing to obtain a list of plan holders shall notify EMA/Public Works at the address shown above, by mail and shall include a check payable to EMA/Public Works in the amount to cover copying costs of the list of plan holders. The copying costs may be determined by contacting the EMA by telephone at (714) 834-3459. Due to the complexity of EMA's projects and the typically large number of bidders encountered on each project, the EMA will make no attempt to read a list of plan holders to prospective bidders over the telephone. Bidders requesting lists of plan holders are advised that the list will be current as of the date of request and that the request should be timed as to allow for normal mail service. The bidder's attention is directed to the provisions in Section A, "Proposal Requirements and Conditions," regarding the requirements and conditions which he must observe in the preparation of the proposal form and the submission of the bid. Questions on interpretation of the Plans and Special Provisions prior to the date scheduled for bid opening shall be addressed to RITA BHATT (541-7586) Project Engineer, or to RICHARD HART (541-7583), Project Engineer's Engineering Supervisor. For bid results contact Richard Closson, Construction Division at (714)567-7810. Questions concerning purchase of Plans and Special Provisions should be addressed to the cashier, EMA, (714) 834-3459. By order of the Board of Supervisors of the Orange County, California. Date: ------------ LINDA D. RUTH Clerk of the Board of Supervisors of Orange County, California NC-4 PROPOSAL FOR CONSTRUCTION OF Hamilton Victoria Bridge (SA-38, SA-38A), Widening/Extension Across the Santa Ana River & Greenville Banning Channel. Name of Bidder ------------------------- Business Address Phone No. -------------------- City /State. _________________ Zi p Code _____ _ TO THE BOARD OF SUPERVISORS OF County of Orange. ------=-------=-----------hereinafter referred to as, "COUNTY." The undersigned, as bidder, declares that the only persons or parties interested in this proposal as principals are those named herein; that this proposal is made without collusion with any other person, firm or corporation; that the bidder has carefully examined the location of the proposed work, the proposed form of contract agreement, including all documents made a part thereof, and the plans herein referred to; and the bidder proposes and agrees if this proposal is accepted, that the bidder will enter into a contract with the COUNTY, in the form set forth in said contract agreement, to provide all the necessary labor, machinery, tools, apparatus and other means for construction, and to do all the work and furnish all the materials specified in the contract agreement, in the manner and time therein prescribed, and according to the requirements of the ENGINEER as therein set forth, and that the bidder will accept in full payment therefor the following unit prices, to wit: Contractor shall place lump sum prices in the "Item Price" column and the "Total" column. Item Estimated Unit of ___HQ_,_ Quantity Measure 1 1 LS 2 1 LS 3 1 LS SCHEDULE OF WORK ITEMS Item MOBILIZATION CLEARING & GRUBBING MAINTAIN TRAFFIC & DETOURS P-1 Item Price (in figures) TOTAL (in figures} SCHEDULE OF WORK ITEMS (CONTINUED) Item Estimated Unit of ....1'/Q_,_ Quantity Measure Item Item Price TOTAL (in figures) (in figures) ----------------------------------------------------------------------------- 4 I LS CONST./REM. TEMP. PED. BRIDGE & SIDEWALK ----------------------------------------------------------------------------- 5 2,060 LF FURNISH & INSTALL CONCRETE BARRIER (TYPE K) ----------------------------------------------------------------------------- 6 3 EA TEMPORARY CRASH CUSHION, SAND FILLED -----------------------------------------------------------------------------7 2 EA HIGHWAY INFORMATION SIGNS ----------------------------------------------------------------------------- 8 78 CY REMOVE ASPHALT CONCRETE PAVEMENT -----------------------------------------------------------------------------9 2 CY REMOVE MISC. CONCRETE ----------------------------------------------------------------------------- 10 65 CY REMOVE REINFORCED CONCRETE ----------------------------------------------------------------------------- II 250 LF REMOVE 21'' REINFORCED CONCRETE PIPE ----------------------------------------------------------------------------- SCHEDULE OF WORK ITEMS (CONTINUED) Item Estimated Unit of _HQ_,_ Quantity Measure 12 3 EA 13 2 EA 14 1 EA 15 5,700 CY 16 1,100 CY 17 1,360 LF 18 34 EA 19 245 CY Item REMOVE & RELOCATE EXISTING SIGNS REMOVE INLET STRUCTURE REMOVE JUNCTION STRUCTURE UNCLASSIFIED EXCAVATION UNCLASSIFIED FILL FURNISH CONCRETE PILES (CLASS 45) RET. WALL DRIVE CONCRETE PILES (CLASS 45) RET. WALL STRUCTURE EXCAVATION (RETAINING WALL) P-3 Item Price TOTAL /in figures) (in figures) SCHEDULE OF WORK ITEMS (CONTINUED) Item Estimated Unit of _liQ__,_ Quantity Measure 20 668 CY 21 117 CY 22 12,000 LB 23 142 LF 24 142 LF 25 1 EA 26 6,520 SF 27 32 CY Item STRUCTURE BACKFILL (RETAINING WALL) STRUCTURE CONCRETE (RETAINING WALL) REINFORCING STEEL (RETAINING WALL) CH.AIN LINK RAILING (TYPE 7) (RETAINING WALL) CONCRETE RA! LING (TYPE 26A) (RETAINING WALL) CONCRETE HEADWALL SLOPE PAVING MISCELLANEOUS CONCRETE P-4 Item Price TOTAL (in figures) (in figures) SCHEDULE OF WORK ITEMS (CONTINUED) Item Estimated Unit of ---1'/Q__,_ Quantity Measure Item 28 877 29 241 30 1,014 31 2 32 6,800 33 1,014 34 1 35 1 TON UNTREATED BASE MATERIAL TON ASPHALT CONCRETE SY ASPHALT CONCRETE, MISCELLANEOUS AREAS TON LIQUID ASPHALT (PRIME COAT) SY SY EA SEALCOAT SOIL STERILIZATION ADJUST EXISTING MANHOLE TO GRADE EA • CONCRETE INLET STRUCTURE (TYPE I) P-5 Item Price TOTAL (in figures) (in figures) SCHEDULE OF WORK ITEMS (CONTINUED) Item Estimated Unit of ...lJQ__,_ Quantity Measure 36 1 EA 37 1 EA 38 3 LF 39 254 LF Item CONCRETE INLET STRUCTURE (TYPE II) JUNCTION STRUCTURE (TYPE IV) REINFORCED CONCRETE PIPE (18") REINFORCED CONCRETE PIPE (21") Item Price TOTAL (in figures) (in figures) ----------------------------------------------------------------------------- 40 2 EA REINFORCED CONCRETE COLLAR ----------------------------------------------------------------------------- 41 35 LF CHAIN LINK FENCE ( 6' ) ----------------------------------------------------------------------------- 42 3 EA FENCE END POST ----------------------------------------------------------------------------- 43 189 LF METAL BEAM GUARDRAIL (W BEAM) ----------------------------------------------------------------------------- P-6 SCHEDULE OF WORK ITEMS (CONTINUED) Item Estimated Unit of .JiQ__,_ Quantity Measure 44 5,450 SF Item PERMANENT TRAFFIC STRIPING Item Price TOTAL /in figures) (in figures) ---------------------------.------------------------------------------------- 45 336 46 1 47 4,330 SF LS CY PERMANENT PAVEMENT MARKING REMOVE EXISTING BRIDGE STRUCTURE EXCAVATION ,BRIDGE -----------------------------------------------------------------------------48 3,200 CY STRUCTURE BACKFILL, BRIDGE ----------------------------------------------------------------------------- 49 89 50 23 51 13 CY CY CY PERVIOUS BACKFILL MATERIAL STRUCTURE EXCAVATION,RETROFIT EXIST. ABUT. 1 STRUCTURE BACKFILL,RETRDFIT EXIST. ABUT. 1 P-7 SCHEDULE OF WORK ITEMS (CONTINUED) Item Estimated Unit of _tlQ__,__ Quantity Measure 52 11 CY 53 892 LB 54 1 LS 55 563 CY 56 2,960 CY 57 1 LS 58 l,I28,891 LB 59 8,145 LB Item STRUCTURAL CONCRETE,RETROFIT EXIST. ABUT. I BAR REINFORCING STEEL, RETROFIT EXIST. ABUT.I DEWATERING (BRIDGE) STRUCTURAL CONCRETE, BRIDGE FOOTING STRUCTURAL CONCRETE, BRIDGE FALSEWORK BAR REINFORCING STEEL, BRIDGE MISCELLANEOUS METAL, BRIDGE P-8 Item Price TOTAL (in figures) (in figures) SCHEDULE OF WORK ITEMS (CONTINUED) Item Estimated Unit of ___f1Q_,_ Quantity Measure 60 44 LF 61 187 LF 62 9,950 LF 63 296 EA 64 830 LF 65 830 LF 66 221 LF 67 1 LS Item JOINT SEAL (MR= 2") JOINT SEAL (MR=l 1/2'') FURNISH CONCRETE PILES (CLASS 70) DRIVE CONCRETE PILES (CLASS 70) CONCRETE BARRIER, TYPE 26 TUBULAR HAND RAILING WATER STOP BRIDGE LIGHTING P-9 Item Price TOTAL /in figures) /in figures) SCHEDULE OF WORK ITEMS (CONTINUED) Item Estimated Unit of _t,[Q_,_ Quantity Measure Item Item Price TOTAL (in figures} (in figures) ----------------------------------------------------------------------------- 68 1 LS RELOCATION OF SEWER FORCE MAIN ----------------------------------------------------------------------------- 69 1 LS TRAFFIC SIGNAL ----------------------------------------------------------------------------- 70 1 LS REMOVE EXISTING RIPRAP ----------------------------------------------------------------------------- 71 I LS TEMPORARY RETAINING WALLS ---------------------------------------------------------------------------- 72 15 (S) SPECIALTY ITEM (D) DELETABLE ITEM (F) FINAL QUANTITY LF REMOVE & RECONSTRUCT RAILING TRANSITION TOTAL $ BIDDERS ARE REMINDED THAT THE LAST PAGE OF THIS PROPOSAL MUST BE SIGNED AND NOTARIZED OR BID WILL BE DISCARDED. P-10 BID ITEM ADJUSTMENTS PROJECT: HAMILTON VICTORIA BRIDGE (SA-38, SA-38A), WIDENING/EXTENSION ACROSS THE SANTA ANA RIVER & GREENVILLE BANNING CHANNEL LOCATION: 1200 HAMILTON AVENUE /HAMILTON VICTORIA BRIDGE ACROSS SANTA ANA RIVER & GREENVILLE BANNING CHANNEL The bidder may utilize this form to effect last-minute adjustments to the prices listed for a bid item or group of bid items in this Proposal. By using this form, the bidder will not need to recompute bid item totals or the total bid amount due to last-minute changes in material quotations or subcontractor bids. The Agency will apply the bid item adjustments shown below to the prices listed in the Proposal. The bid summary will then list adjusted bid item totals and total bid amounts. IMPORTANT NOTICE IF THIS FORM IS TO BE UTILIZED, IT SHALL BE CONSIDERED A BINDING PORTION OF THE PROPOSAL AND AS SUCH, SHALL BE FULLY EXECUTED AS REQUIRED IN THE PROPOSAL REQUIREMENTS AND CONDITIONS. Bid Item No. or Group of Bid Item Nos. to be Adjusted BID ITEM ADJUSTMENTS Decrease Increase Unit Price Unit Price ( ) ( ) ( ) ( ) ( ) ( ) Bidder --------- Authorized Signature/Title THIS SECTION TO BE COMPLETED BY AGENCY AT TIME OF BID OPENING: ,NET ADJUSTMENT TO TOTAL BASE BID Total Price from Proposal Net Bid Item Adjustment ADJUSTED TOTAL PRICE P-11 It is understood that the approximate quantities shown in the foregoing schedule are solely for the purpose of facilitating the comparison of bids, and that the contractor's compensation will be computed upon the basis of the actual quantities in the completed work, whether they be more or less than those shown herein. The bidder shall set forth for each item of work, in clearly legible figures, an item price and a total for the item in the respective spaces provided for this purpose. In the case of unit basis items, the amount set forth under the "Total" column shall be the extension of the item price bid on the basis of the estimated quantity for the item. In the case of discrepancy between the item price and the total set forth for the item, the item price shall prevail, provided, however, if the amount set forth as an item price is ambiguous, unintelligible or uncertain for any cause, or is omitted, or in the case of unit basis items, is the same amount as the entry in the "Total" column, then the amount set forth in the "Total" column for the item shall prevail in accordance with the following: 1. For lump sum i terns, the amount set forth in the "Total" column shall be the item price. 2. For unit basis i terns, the amount set forth in the "Total" column shall be divided by the estimated quantity for the item and the price thus obtained shall be the item price. In case of discrepancy between the correct sum of the individual items and the total written, the correct sum shall prevail. The cost of all work shown in the Plans and Special Provisions shall be included in related bid items. There shall be no compensation except for the bid items specified in the Proposal, and no additional compensation shall become due the Contractor by nature of compliance with the Plans and Special Provisions. The names of all persons interested in the foregoing proposal as principals are as follows: (IMPORTANT NOTICE: If bidder or other interested person is a corporation, state legal name of corporation, also names of the president, secretary, treasurer, and manager thereof; if a co-partnership, state true name of firm, also names of all individual co-partners composing firm; if bidder or other interested person is an individual, state first and last names in full.) NOTE: If bidder is a corporation, the legal name of the corporation shall be set forth above with the signature of the officer or officers authorized to sign contracts on behalf of the corporation; if bidder is a co-partnership, the P-12 true name of the firm shall be set forth above together with the signature of of the partner or partners authorized to sign contracts in behalf of the co-partnership, and if bidder is an individual, his signature shall be placed above. If signature is by an agent other than an officer of a corporation or a member of a partnership, a Po_wer of Attorney must be on file with the COUNTY prior to opening bids or submitted with the bid; otherwise, the bid will be disregarded as irregular and unauthorized. Accompanying this proposal is NOTE: Insert the words "Cash ($ )," "Cashier's Check," "Certified Check" or "Bidder's Bond," as the case may be, in amount equal to at least ten percent of the total of the bid. The Contractor shall be licensed in accordance with the act providing for the registration of Contractor. License number: -------------- License classification: License Expiration Date: ---------- Any bid not containing the above license information, or a bid which is subsequently proven false, shall be considered nonresponsive and shall be rejected. In all contracts where federal funds are involved, no bid submittal shall be invalidated by the failure of the bidder to be licensed in accordance with the laws of this state. However, at the time the contract is awarded, the contractor shall be properly licensed in accordance with the laws of this state. The first payment for work or material under any contract shall not be made unless and until the Registrar of Contractors verifies to the agency that the records of the Contractors' State License Board indicate that the contractor was properly licensed at the time the contract was awarded. Any bidder or contractor not so licensed shall be subject to all legal penalties imposed by law, including, but not limited to, any appropriate disciplinary action by the Contractors' State License Board. Failure of the bidder to obtain proper and adequate licensing for an award of a contract shall constitute a failure to execute the contract and shall result in the forfeiture of the security of the bidder. The contractor bidding shall hereinafter state the subcontractor who will be the subcontractor on the job for each particular trade or subdivision of the work that exceeds one-half of one percent of the prime contractor's total bid, or $10,000.00, which ever is greater, and will state the firm name and principal location of the mill; shop or office of each, If the contractor bidding fails to specify a subcontractor for work performed under the contract in excess of one-half of one percent of the prime contractor's total bid, or $10,000.00, which ever is greater, he agrees that he is fully qualified to perform that portion himself, and he shall perform that portion himself. P-13 DIVISION OF WORK OR TRADE NAME OF FIRM OR CONTRACTOR P-14 LOCATION OF MILL, SHOP OR OFFICE NONCOLLUSION AFFIDAVIT State of California ) ) ss. County of Orange ) _____________ , being first duly sworn, deposes and says that he or she is (Name) of (Title) ---------------------(Firm) • the party making the foregoing bid, 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 1 bidder or anyone else to put in sham bid, or that anyone shall refrain from bidding, that I 1 the bidder has not in any manner, directly or indirectly, sought by agreement, communication or conference with anyone to fix the bid price or of that of 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 ldata relative thereto, or paid, and will not pay, any fee to any person, corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid. P-15 By notarized signature, bidder also acknowledges receipt of: Addenda Nos. Bulletin Nos. By notarized signature, bidder acknowledges compliance of the "NONCOLLUSION AFFIDAVIT" of this proposal. I certify under penalty of perjury under the laws of the State of California that the foregoing is true and correct. NOTARY TO AFFIX SEAL AND CERTIFICATE OF ACKNOWLEDGMENT Subscribed at: (City) (County) (State) on-----.,.,,.---,--------(Date) 19 ____ _ (Signature) (State License Number, Classification and Expiration Date) (Address) (City) (State) (Zip Code) ( ) (Telephone) P-l,6 PROPOSAL FOR CONSTRUCTION OF Hamilton Victoria Bridge (SA-38, SA-38A), Widening/Extension Across the Santa Ana River & Greenville Banning Channel. Name of Bidder ------------------------- Business Address Phone No. -------------------- City /State _________________ Zi p Code _____ _ TO THE BOARD OF SUPERVISORS OF County of Orange. ==~-_:__------=------------hereinafter referred to as, "COUNTY." The undersigned, as bidder, declares that the only persons or parties interested in this proposal as principals are those named herein; that this proposal is made without co 11 us ion with any other person, firm or corporation; that the bidder has carefully examined the location of the proposed work, the proposed form of contract agreement, including all documents made a part thereof, and the plans herein referred to; and the bidder proposes and agrees if this proposal is accepted, that the bidder will enter into a contract with the COUNTY, in the form set forth in said contract agreement, to pro vi de a 11 the necessary labor, machinery, tools, apparatus and other means for construction, and to do all the work and furnish all the materials specified in the contract agreement, in the manner and time therein prescribed, and according to the requirements of the ENGINEER as therein set forth, and that the bidder will accept in full payment therefor the following unit prices, to wit: Contractor shall place lump sum prices in the "Item Price" column and the "Total" column. Item Estimated Unit of .....fiQ_,_ Quantity Measure 1 1 LS 2 1 LS 3 1 LS SCHEDULE OF WORK ITEMS Item MOBILIZATION CLEARING & GRUBBING MAINTAIN TRAFFIC & DETOURS Item Price (in figures) TOTAL (in figures) -----------------------------------------------------------------------------P-1 SCHEDULE OF WORK ITEMS (CONTINUED) Item Estimated Unit of _!li_Q__,_ Quantity Measure 4 1 LS 5 2,060 LF 6 3 EA 7 2 EA 8 78 CY 9 2 CY 10 65 CY 11 250 LF Item CONST./REM. TEMP. PED. BRIDGE & SIDEWALK FURNISH & INSTALL CONCRETE BARRIER (TYPE K) TEMPORARY CRASH CUSHION, SAND FILLED HIGHWAY INFORMATION SIGNS REMOVE ASPHALT CONCRETE PAVEMENT REMOVE MISC. CONCRETE REMOVE REINFORCED CONCRETE REMOVE 21" REINFORCED CONCRETE PIPE P-2 Item Price TOTAL (in figures} (in figures} SCHEDULE OF WORK ITEMS (CONTINUED) Item Estimated Unit of --1'/Q_,_ Quantity Measure 12 3 EA 13 2 EA 14 1 EA 15 5,700 CY 16 1, 100 CY 17 1,360 LF 18 34 EA 19 245 CY Item REMOVE & RELOCATE EXISTING SIGNS REMOVE INLET STRUCTURE REMOVE JUNCTION STRUCTURE UNCLASSIFIED EXCAVATION UNCLASSIFIED FILL FURNISH CONCRETE PILES (CLASS 45) RET. WALL DRIVE CONCRETE PILES (CLASS 45) RET. WALL STRUCTURE EXCAVATION (RETAINING WALL) P-3 Item Price TOTAL /in figures) (in figures) SCHEDULE OF WORK ITEMS (CONTINUED) Item Estimated Unit of _JiQ_,_ Quantity Measure 20 668 CY 21 117 CY 22 12,000 LB 23 142 LF Item STRUCTURE BACKFILL (RETAINING WALL) STRUCTURE CONCRETE (RETAINING WALL) REINFORCING STEEL (RETAINING WALL) CHAIN LINK RAILING (TYPE 7) (RETAINING WALL) Item Price TOTAL (in figures) (in figures) -----------------------------------------------------------------------------24 142 LF CONCRETE RAILING (TYPE 26A) (RETAINING WALL) -----------------------------------------------------------------------------25 I EA CONCRETE HEADWALL -----------------------------------------------------------------------------26 6,520 SF SLOPE PAVING -----------------------------------------------------------------------------27 32 CY MISCELLANEOUS CONCRETE ----------------------------------------------------------------------------- P-4 SCHEDULE OF WORK ITEMS (CONTINUED) Item Estimated Unit of _JJ_Q_,_ Quantity Measure Item 28 877 29 241 30 1,014 31 2 32 6,800 33 1,014 34 1 35 1 TON UNTREATED BASE MATERIAL TON ASPHALT CONCRETE SY ASPHALT CONCRETE, MISCELLANEOUS AREAS TON LIQUID ASPHALT (PRIME COAT) SY SY EA EA SEALCOAT SOIL STERILIZATION ADJUST EXISTING MANHOLE TO GRADE CONCRETE INLET STRUCTURE (TYPE I) P-5 Item Price TOTAL {in figures} {in figures) SCHEDULE OF WORK ITEMS (CONTINUED) Item Estimated Unit of __tlQ_,_ Quantity Measure 36 1 EA 37 1 EA 38 3 LF 39 254 LF 40 2 EA 41 35 LF 42 3 EA 43 189 LF Item CONCRETE INLET STRUCTURE (TYPE II) JUNCTION STRUCTURE (TYPE JV) REINFORCED CONCRETE PIPE (18") REINFORCED CONCRETE PIPE (21") REINFORCED CONCRETE COLLAR CHAIN LINK FENCE ( 6,) FENCE END POST METAL BEAM GUARDRAIL (W BEAM) P-6 Item Price TOTAL (in figures) (in figures) SCHEDULE OF WORK ITEMS (CONTINUED) Item Estimated Unit of ___tlQ_,_ Quantity Measure 44 5,450 SF 45 336 SF 46 1 LS 47 4,330 CY 48 3,200 CY 49 89 CY 50 23 CY 51 13 CY Item PERMANENT TRAFFIC STRIPING PERMANENT PAVEMENT MARKING REMOVE EXISTING BRIDGE STRUCTURE EXCAVATION ,BRIDGE STRUCTURE BACKFILL, BRIDGE PERVIOUS BACKFILL MATERIAL STRUCTURE EXCAVATION,RETROFIT EXIST. ABUT. 1 STRUCTURE BACKFILL,RETROFIT EX I ST. ABUT. 1 P-7 Item Price TOTAL {in figures) (in figures) SCHEDULE OF WORK ITEMS (CONTINUED} Item Estimated Unit of _Jj_Q_,_ Quantity Measure 52 11 CY 53 892 LB 54 l LS 55 563 CY 56 2,960 CY Item STRUCTURAL CONCRETE,RETROFIT EXIST. ABUT. 1 BAR REINFORCING STEEL, RETROFIT EXIST. ABUT.I DEWATER!NG (BRIDGE) STRUCTURAL CONCRETE, BRIDGE FOOTING STRUCTURAL CONCRETE, BRIDGE Item Price TOTAL (in figures) (in figures) -----------------------------------------------------------------------------57 1 581,128,891 LS LB FALSEWORK BAR REINFORCING STEEL, BRIDGE -----------------------------------------------------------------------------59 8,145 LB MISCELLANEOUS METAL, BRIDGE P-8 SCHEDULE OF WORK ITEMS (CONTINUED) Item Estimated Unit of ____fiQ__,_ Quantity Measure 60 44 LF 61 187 LF Item JOINT SEAL (MR= 2") JOINT SEAL (MR=l 1 /2") Item Price TOTAL /in figures) /in figures) -----------------------------------------------------------------------------62 9,950 LF FURNISH CONCRETE PILES (CLASS 70) -----------------------------------------------------------------------------63 296 EA DRIVE CONCRETE PILES (CLASS 70) -----------------------------------------------------------------------------64 830 LF CONCRETE BARRIER, TYPE 26 ----------------------------------------------------------------------------- 65 830 LF TUBULAR HAND RAILING -----------------------------------------------------------------------------66 221 LF WATER STOP ----------------------------------------------------------------------------- 67 I LS BRIDGE LIGHTING ----------------------------------------------------------------------------- P-9 SCHEDULE OF WORK ITEMS (CONTINUED) Item Estimated Unit of __llQ__,_ Quantity Measure 68 1 69 1 70 1 71 I 72 15 (S) SPECIALTY ITEM (D) DELETABLE ITEM (F) FINAL QUANTITY LS LS LS LS LF Item RELOCATION OF SEWER FORCE MAIN TRAFFIC SIGNAL REMOVE EXISTING RIPRAP TEMPORARY RETAINING WALLS REMOVE & RECONSTRUCT RAILING TRANSITION Item Price TOTAL {in figures) /in figures) TOTAL $ BIDDERS ARE REMINDED THAT THE LAST PAGE OF THIS PROPOSAL MUST BE SIGNED AND NOTARIZED OR BID WILL BE DISCARDED. P-10 BID ITEM ADJUSTMENTS PROJECT: HAMILTON VICTORIA BRIDGE (SA-38, SA-38A), WIDENING/EXTENSION ACROSS THE SANTA ANA RIVER & GREENVILLE BANNING CHANNEL LOCATION: 1200 HAMILTON AVENUE /HAMILTON VICTORIA BRIDGE ACROSS SANTA ANA RIVER & GREENVILLE BANNING CHANNEL The bidder may utilize this form to effect last-minute adjustments to the prices listed for a bid item or group of bid items in this Proposal. By using this form, the bidder will not need to recompute bid item totals or the total bid amount due to last-minute changes in material quotations or subcontractor bids. The Agency will apply the bid item adjustments shown below to the prices listed in the Proposal. The bid summary will then list adjusted bid item totals and total bid amounts. IMPORTANT NOTICE IF THIS FORM IS TO BE UTILIZED, IT SHALL BE CONSIDERED A BINDING PORTION OF THE PROPOSAL AND AS SUCH, SHALL BE FULLY EXECUTED AS REQUIRED IN THE PROPOSAL REQUIREMENTS AND CONDITIONS. Bid Item No. or Group of Bid Item Nos. to be Adjusted ( ( ( ( ( ( BID ITEM ADJUSTMENTS Decrease Increase Unit Price Unit Price ) ) ) ) ) ) Bidder Authorized Signature/Title THIS SECTION TO BE COMPLETED BY AGENCY AT TIME OF BID OPENING: NET ADJUSTMENT TO TOTAL BASE BID Total Price from Proposal Net Bid Item Adjustment ADJUSTED TOTAL PRICE P-11 It is understood that the approximate quantities shown in the foregoing schedule are solely for the purpose of facilitating the comparison of bids, and that the contractor's compensation will be computed upon the basis of the actual quantities in the completed work, whether they be more or less than those shown herein. The bidder shall set forth for each item of work, in clearly legible figures, an item price and a total for the item in the respective spaces provided for this purpose. In the case of unit basis items, the amount set forth under the "Total" column shall be the extension of the item price bid on the basis of the estimated quantity for the item. In the case of discrepancy between the item price and the total set forth for the item, the item price shall prevail, provided, however, if the amount set forth as an item price is ambiguous, unintelligible or uncertain for any cause, or is omitted, or in the case of unit basis items, is the same amount as the entry in the "Total" column, then the amount set forth in the "Total" column for the item shall prevail in accordance with the following: 1. For lump sum i terns, the amount set forth in the "Total" column shall be the item price. 2. For unit basis items, the amount set forth in the "Total" column shall be divided by the estimated quantity for the item and the price thus obtained shall be the item price. In case of discrepancy between the correct sum of the individual items and the total written, the correct sum shall prevail. The cost of all work shown in the Plans and Special Provisions shall be included in related bid items. There shall be no compensation except for the bid items specified in the Proposal, and no additional compensation shall become due the Contractor by nature of compliance with the Plans and Special Provisions. The names of all persons interested in the foregoing proposal as principals are as follows: (IMPORTANT NOTICE: If bidder or other interested person is a corporation, state legal name of corporation, also names of the president, secretary, treasurer, and manager thereof; if a co-partnership, state true name of firm, also names of all individual co-partners composing firm; if bidder or other interested person is an individual, state first and last names in full.) NOTE: If bidder is a corporation, the legal name of the corporation shall be set forth above with the signature of the officer or officers authorized to sign contracts on behalf of the corporation; if bidder is a co-partnership, the P-12 true name of the firm shall be set forth above together with the signature of of the partner or partners authorized to sign contracts in behalf of the co-partnership, and if bidder is an individual, his signature shall be placed above. If signature is by an agent other than an officer of a corporation or a member of a partnership, a Power of Attorney must be on file with the COUNTY prior to opening bids or submitted with the bid; otherwise, the bid will be disregarded as irregular and unauthorized. Accompanying this proposal is NOTE: Insert the words "Cash($ )," "Cashier's Check," "Certified Check" or "Bidder's Bond," as the case may be, in amount equal to at least ten percent of the total of the bid. The Contractor shall be licensed in accordance with the act providing for the registration of Contractor. License number: -------------- License classification: License Expiration Date: _________ _ Any bid not containing the above license information, or a bid which is subsequently proven false, shall be considered nonresponsive and shall be rejected. In all contracts where federal funds are involved, no bid submittal shall be invalidated by the failure of the bidder to be licensed in accordance with the laws of this state. However, at the time the contract is awarded, the contractor shall be properly licensed in accordance with the laws of this state. The first payment for work or material under any contract shall not be made unless and until the Registrar of Contractors verifies to the agency that the records of the Contractors' State License Board indicate that the contractor was properly licensed at the time the contract was awarded. Any bidder or contractor not so licensed shall be subject to all legal penalties imposed by law, including, but not limited to, any appropriate disciplinary action by the Contractors' State License Board. Failure of the bidder to obtain proper and adequate licensing for an award of a contract shall constitute a failure to execute the contract and shall result in the forfeiture of the security of the bidder. The contractor bidding shall hereinafter state the subcontractor who will be the subcontractor on the job for each particular trade or subdivision of the work that exceeds one-half of one percent of the prime contractor's total bid, or $10,000.00, which ever is greater, and will state the firm name and principal location of the mill; shop or office of each. If the contractor bidding fails to specify a subcontractor for work performed under the contract in excess of one-half of one percent of the prime contractor's total bid, or $10,000.00, which ever is greater, he agrees that he is fully qualified to perform that portion himself, and he shall perform that portion himself. P-13 DIVISION OF WORK OR TRADE NAME OF FIRM OR CONTRACTOR P-14 LOCATION OF MILL, SHOP OR OFFICE NONCOLLUSION AFFIDAVIT State of California ) ) ss. County of Orange ) ______________ , being first duly sworn, deposes and says that he or she is (Name) of (Title) ------~=-~-----------(Firm) the party making the foregoing bid, 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 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 or of that of 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 person, corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid. P-15 By notarized signature, bidder also acknowledges receipt of: Addenda Nos. Bulletin Nos. By notarized signature, bidder acknowledges compliance of the "NONCOLLUSION AFFIDAVIT" of this proposal. I certify under penalty of perjury under the laws of the State of California that the foregoing is true and correct. NOTARY TO AFFIX SEAL AND CERTIFICATE OF ACKNOWLEDGMENT Subscribed at: (City) (County) on-----~-~-------(Date} (Signature) (State} 19 ----- (State License Number, Classification and Expiration Date) (Address} (City) (State) (Zip Code) ( ) (Telephone} P-1.6 FILE CODE NO. S35612 CONTRACT AGREEMENT THIS CONTRACT AGREEMENT, made and entered into this _______ _ day of __________ , 19 by and between hearinafter referred to as "COUNTY" AND hereinafter referred to as "CONTRACTOR," VITNESSETH That COUNTY AND CONTRACTOR, for considerations hereinafter named, mutually agree as follows: 1. CONTRACTOR shall accomplish to the satisfaction of the Engineer everything required to be performed, shall provide and furnish all the labor, materials, necessary tools, expendable equipment, and all utility and transportation services required for the: CONSTRUCTION OF HAMILTON VICTORIA BRIDGE (SA-38, SA-38A), WIDENING/EXTENSION ACROSS THE SANTA ANA RIVER & GREENVILLE BANNING CHANNEL in accordance with this Contract Agreement. This Contract Agreement includes the following documents which are incorporated herein by reference and made a part hereof as though fully set forth: A. "Standard Specifications for the Public Works Construction," except Section 307, 1988 edition, published by Building News, Inc. as amended by the 1990 Supplement thereto. B. The following portions of "Standard Specifications, Department of Transportation, State of California, 11 dated January, 1988: (1) Signals and Lighting: Section 86. (2) Pavement Markers: Section 85, (3) Bridges: Section 19, 49 thru 52, 55, 57, 58, 67, 72, 75, 83, 89, 90, 91, and 95. (4) Groove and Grind Pavement: Section 42. C. The portion of "Standard Plans, Department of Transportation, State of California, "dated January, 1988, covering "Signs, Signals and Lighting" and that portion covering "Bridges." CA-1 FILE CODE NO. S35612 D. "Manual of Traffic Controls for Construction and Maintenance Work Zones" dated 1988, issued by the State of California, Business, Transportation and Housing Agency, Department of Transportation. E. EMA Standard Plans with Special Provisions (1988 Edition). F. City of Huntington Beach Standard Plans-Department of Public Works-Issued 1990 G. City of Costa Mesa Standard Drawings-Public Services Department-Issued 1990 H. City of Newport Beach Standard Drawings-Public Works Department-Issued 1990 I. Notice to Contractors (Section NC). J. Proposal requirements and conditions (Section A). K. Supplement to part 1 of the Standard Specifications for Public Works Construction (Section B). L, General Miscellaneous (Section C). M. Permits (Section D). N. Federal Requirements (Section E). O. Construction Details (Section F). P. Bridge Details (Section G). 2. COUNTY agrees to pay and CONTRACTOR agrees to accept in full payment for the work to be performed the sum of Dollars($_~~~~~=) subject to additions and deductions at the unit prices set forth in CONTRACTOR'S proposal in accordance with the contract documents. COUNTY agrees to make work progress payments in accordance with the provisions of Section 9-3,2 of the Standard Specifications, which sums shall be computed from the prices set forth in the bid submitted by CONTRACTOR. 3. CONTRACTOR agrees to commence construction of the work provided for herein within thirty (30) calendar days after receipt of a Notice to Proceed issued by the Engineer; CONTRACTOR shall notify the Engineer at least five (5) working days in advance of starting work and agrees to continue construction work in a due and diligent workmanlike manner without interruption, and to complete construction thereof within 320 Working Days from the date of commencement of work. CONTRACTOR's notice to Engineer shall specify the commencement of work date and that date shall be used to compute the contract completion date. CONTRACTOR may perform mobilization work prior to the commencement of work date. In the event that CONTRACTOR commences any CA-2 FILE CODE NO. S35612 other work prior to the date specified in the notice to Engineer, that earlier date shall be used to compute the contract completion date. With the consent of Engineer and the submission and approval of all bonds and insurance certificates and the signed Contract Agreement, CONTRACTOR may commence work prior to issuance of Notice to Proceed. If consent is granted, the contract completion date, as computed per the preceding paragraph, shall remain unchanged. PAYMENT shall be made for work in accordance with Paragraph 2 above of the Contract Agreement. For contracts which contain a plant establishment and plant maintenance period, the following applies: The 60 calendar day plant establishment period shall be accomplished prior to Engineer recommending contract construction acceptance by the Board of Supervisors. The plant establishment period shall be included within the working day period allowed for this contract. For the limited purpose of determining the completion of CONTRACTOR'S plant maintenance responsibility, the 60 calendar day plant maintenance period shall commence on the date of contract construction completion as determined by the Engineer. 4. Liquidated Damages; Extension of Time The CONTRACTOR agrees to forfeit and pay to the COUNTY as liquidated damages the sum of $850 for each and every calendar day's delay in finishing the work in excess of the summation of the number of working days prescribed herein and the number of working days granted for delays as prescribed in Section 6-6 of the Standard Specifications for Public Works Construction. CONTRACTOR further agrees that such sum shall be deducted from payments due to or to become due to CONTRACTOR. 5. Change Orders COUNTY, through its Director, Environmental Management Agency, or his designee may approve change orders within the scope of this contract. The authority to approve changes is limited to an amount not to exceed Five Thousand Dollars ($5,000) for original contracts of Fifty Thousand Dollars ($50,000) or less, or ten percent (10%) for original contracts over Fifty Thousand Dollars ($50,000), but does not exceed two hundred fifty thousand dollars ($250,000). For contracts whose original cost exceeds two hundred fifty thousand dollars ($250,000), the extra cost for any change or addition to the work so ordered shall not exceed twenty-five thousand dollars ($25,000), plus 1 percent of the amount of the original contract cost in excess of two hundred fifty thousand dollars ($250,000), In no event shall any such change or alteration exceed one hundred thousand dollars. ($100,000) 6. Prevailing Wage Rates, Working Hours Pursuant to the provisions of Labor Code Section 1773 of the State of California, the Board of Supervisors has obtained the general prevailing CA-3 FILE CODE NO. S35612 rate of per diem wages and the general prevailing rate for holiday and overtime work in this locality for each craft, classification or type of workman needed to execute this contract from the Director of the Department of Industrial Relations. These rates are as set forth in "General Prevailing Yage Rates" issued by State of California, Business, Transportation and Housing Agency, Department of Transportation, and copies will be made available by Engineer to any interested party on request. CONTRACTOR shall post a copy of such wage rates at the job site, and shall pay the adopted prevailing wage rates. The provisions of Labor Code Sections 1775 and 1813 will be complied with. 7. Payroll Records Certified copies of all payroll records for this project shsall be required pursuant to the provisions of California Labor Code Section 1776. The reporting format and words of certification shall be as indicated in Title 8 California Code of Regulations Section 16401. Certified copies of payroll records of all subcontrators working on this project are required. It shall be the responsibility of the prime contractor to ensure subcontractor compliance. Certified copies of all payroll records shall be submitted on a weekly basis through the duration of this Contract Agreement. Failure to comply with Section 1776 may result in a forfeiture of twenty-five dollars ($25) for each calendar day, orportion thereof, for each worker, until strict compliance is effectuated, and it should be recognized that a contractor or subcontractor or agent or representative thereof who neglects to comply is utility of a misdemeanor pursuant to Labor Code Section 1777. 8. Securing Vorkmen's Compensation In accordance with the provisions of Section 3700 of the Labor Code, CONTRACTOR agrees to secure payment of compensation to his employees. 9. Apprentices CONTRACTOR agrees to comply with the provisions of Labor Code Section 1777.5 and any other applicable laws pertaining to apprentices. Section 1777.S shall not apply to contracts of general contractors involving less than Thirty Thousand Dollars ($30,000) or 20 working days or to contracts of specialty contractors not bidding for work through a general or prime contractor, involving less than Two Thousand Dollars ($2,000) or fewer than five working days, 10. Anti-Trust Claims In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the CONTRACTOR or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 u.s.c. Sec. 15) or under the Cartwright CA-4 FILE CODE NO. S35612 Act, Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code, arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the CONTRACTOR, without further acknowledgment by the parties. 11. Auditor -Controller Inspection CONTRACTOR agrees to permit COUNTY'S Auditor-Controller or Director, Environmental Management Agency, or their authorized representative, access during normal working hours to all books, accounts, records, reports, files and other papers or property of CONTRACTOR for the purpose of auditing any aspect of performance under this contract. 12. Federally Assisted Contract If this contract is funded in whole or in part by the Federal Government, CONTRACTOR agrees to comply with the Federal labor standards provisions set forth in the Special Provisions. If the Federal prevailing wage determinations differ from the State's, CONTRACTOR shall not pay less than the higher of the two rates. 13. State Audit Pursuant to and in accordance with Section 10532 of the California Government Code, in the event that this Contract involves expenditures of State funds aggregating in excess of Ten Thousand Dollars ($10,000), the parties shall be subject to the examination and audit of the Auditor General of the State of California for a period of three (3) years after final payment under this Contract. CA-5 FILE CODE NO, S35612 IN WITNESS WHEREOF, The parties hereto have hereunto set their hand and seal the day and year first hereinabove written. (If, a corporation, both Secretary and President of Vice President must sign.) (Attach acknowledgements) SIGNED AND CERTIFIED THAT A COPY OF THIS DOCUMENT HAS BEEN DELIVERED TO THE CHAIRMAN OF THE BOARD. LINDA D, RUTH Clerk of the Board of Supervisors of Orange County, California APPROVED AS TO FORM: ADRIAN KUYPER, COUNTY COUNSEL ORANGE COUNTY, CALIFORNIA By __ _____,,,..---,----------Deputy Funding Agency By _________ _ Chairman of its Board of Supervisors Contractor By ____________ _ By ____________ _ CA-6 SECTION A PROPOSAL REQUIREMENTS AND CONDITIONS COUNTY, as referenced herein, shall be synonymous with the agency or legal entity identified on Page 1 of the Proposal. 1. CONTRACT DOCUMENTS: The contract documents shall consist of those set forth in the Contract Agreement, all of which are on file in the office of EMA, Room 225, 400 Civic Center Drive West, Santa Ana, California, and are hereby referred to and made a part hereof. 2. PROPOSALS: Bids to receive consideration shall be made in accordance with the following instructions: a. Bids shall be made upon the blank form Bids shall be properly executed by the persons signing shall be in longhand. without interlineations or alterations. provided for that purpose. Bidder. The signatures of The completed form shall be b. Bids shall be submitted only upon the items of bid stated in the specifications; bids upon other bases will not be considered. Bids that do not reference all addenda and bulletins or that are not submitted on the prescribed forms or reasonable facsimile thereof may be rejected. c. Unless called for, alternate bids will not be considered. d. Every bidder shall, in his bid, set forth: (1) The name and location of the place of business of each subcontractor who will perform work or labor or render service to the bidder in or about the work in any amount in excess of one-half of one percent of the bidder's total bid. (2) The portion of the work which will be done by each subcontractor. e. In the event that alternate bids are called for and the Contractor intends to use different or additional subcontractors on the alternate or alternates, he shall fill out additional forms of the list of subcontractors and shall identify such forms with relation to whether they apply to the base or alternate bids. f. If the bidder fails to specify a subcontractor for any portion of the work to be performed under the contract in excess of one-half of one percent of the bidder's total bid, he agrees to perform that portion himself. The successful bidder shall not, without the consent of the County, either: (1) Substitute any person, firm or corporation as subcontractor in place of the subcontractor designated in the original bid, or A-1 (2) Permit any subcontract to be assigned or transferred or allow it to be performed by anyone other than the original subcontractor listed in the bid. g. Bids shall be accompanied by cash, a certified or cashier's check, or an acceptable bidder's bond for an amount not less than ten percent of the bid, made payable to the order of the County. For alternative bids, the acompanying bidders bond shall be based on the highest alternate bid. Said cash, check, or bond shall be given as a guarantee that the bidder will enter into a contract if awarded the work; and in case of refusal or failure to enter into said contract, the cash, check, or bond, as the case may be, shall be forfeited. h. Before submitting a bid, bidders shall examine carefully the site of the work, the plans and specifications, the drawings, read the general conditions, and the form of agreement, and shall fully inform themselves as to all existing conditions and limitations, and shall include in the bid a sum to cover the cost of all items included in the contract. i. Bids shall be delivered to the Office of the Clerk of the Board of Supervisors, Room 465, Hall of Administration, of the County of Orange, Santa Ana, California, on or before the day and hour set for the opening of bids in the Notice to Contractors, enclosed in a sealed envelope and bearing the title of the work and the name of the bidder. 3. WITHDRAWAL OF BIDS: Bids may be withdrawn by written or telegraphic request received from bidders prior to the time set for opening of bids. The request shall be executed by the bidder or his duly authorized representative. The withdrawal of a bid does not prejudice the right of the bidder to file a new bid. 4. INTERPRETATION OF DRAWINGS AND DOCUMENTS: If any person contemplating submitting a bid for the proposed contract is in doubt as to the true meaning of any part to the plans and specifications, or other proposed contract documents, or finds discrepancies in, or omissions from, the drawings or specifications, he may submit to the Engineer a written request for all interpretations or corrections thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation or correction of the proposed documents will be made only by Addendum or Bulletin duly issued, and a copy of such Addendum or Bulletins will be mailed or delivered to each person receiving a set of such documents. The County will not be responsible for any other explanations or interpretations of the proposed documents. S. ADDENDA OR BULLETINS: Any addenda or bulletins issued during the time of bidding, or forming a part of the documents sold to the bidder for the preparation of his bid, shall be referred to in the bid and shall be made a part of the contract. Addenda will be issued by the Board of Supervisors to effect major A-2 changes in the work to be done and/or to effect changes in the quantities shown in the Notice to Contractors and Proposal. Bulletins will be issued by the Director of Public Yorks, Orange County Environmental Management Agency to effect minor changes in the work to be done and to amend and clarify the plans and specifications. 6. OPENING OF BIDS: Bids will be publicly opened and read at the time set in the Notice to Contractors, Room 169, Hall of Administration, 10 Civic Center Plaza, of the County of Orange, Santa Ana, California. 7. AVARD OR REJECTION OF BIDS: The award of bid will be the date the Board of Supervisors accepts the lowest responsible bid. The award of the contract, if it be awarded, will be to the lowest responsible bidder complying with these Proposal Requirements and Conditions and with the Notice to Contractors. Such award, if made, will be made within 60 calendar days after the opening of the proposals. The 60-calendar-day period of time shall be subject to extension for such further period as may be agreed upon in writing between the County and the bidder concerned. All bids will be compiled on the basis of the estimated quantities of work to be done as shown in the Proposal. The Board of Supervisors, however, reserves the right to reject any and all bids, and to waive any informality in bids received. 8. AGREEMENT AND BONDS: The contract agreement, which the successful bidder, as contractor, will be required to execute is included in the contract documents and should be carefully examined by the bidder. The successful bidder, simultaneously with his execution of agreement, will be required to furnish a payment bond and a faithful performance •bond. Said bonds shall be in the form of the sample bonds included in these contract documents at the end of Section A and shall be secured from a surety company satisfactory to the County. All alterations, extensions of time, extra and additional work, and other changes authorized by these specifications or any part of the contract may be made without securing the consent of the surety or sureties on the contract bonds. The contract agreement shall be signed by the successful bidder and returned, together with the contract bonds in the form set forth below in this section, and the insurance documents required in Section B herein, within twelve (12) days, not including Sundays and legal holidays, after the successful bidder has been awarded the contract. The twelve day limitation shall start from the date of Board of Supervisors' action awarding the contract: In the event the successful bidder delays signing the contract agreement beyond the twelve day limitation, there will be a deduction of one working day from the total working days allotted in the Contract Agreement for every day of delay caused by the successful bidder in executing the contract. The contract agreement, together with the required bonds, will be, after execution by the Board of Supervisors, filed with the Clerk of the Board of Supervisors. "Signing the A-3 contract agreement" shall be defined as submittal of acceptable bonds, insurance documents and the signed contract agreement. Failure of the lowest successful to execute the contract and file acceptable bonds as provided herein within 12 days, not including Sundays and legal holidays, after the date of Board of Supervisors action awarding the contract to him, shall be just cause for the forfeiture of the Proposal Guaranty, and determination by the Board of Supervisors that the bidder has abandoned the contract and thereupon, this proposal and the acceptance thereon shall be null and void. The successful bidder may file with the Board of Supervisors a written notice, signed by the bidder or his authorized representative, specifying that the bidder will refuse to execute the contract if presented to him. The filing of such notice shall have the same force and effect as the failure of the bidder to execute the contract and furnish acceptable bonds within the time hereinbefore prescribed. 9. SPECIAL NOTICE: Bidders are required to inform themselves fully of the conditions relating to construction and labor under which the work will be performed, and the contractor must employ, so far as possible, such methods and means in the carrying out of this work as will not cause any interruption or interference with any other contractor. 10. BIDDERS INTERESTED IN MORE THAN ONE BID: No person, firm or corporation shall be allowed to make or file or be interested in more than one bid, as prime contractor for the same work. 11. BIDS TO BE LEFT ON DEPOSIT: No bidder may withdraw his bid for a period of sixty (60) calendar days after the time set for opening thereof. The County will return all proposal guarantees no later than (60) days from the time the award is made. 12. NON-COLLUSION AFFIDAVIT: Pursuant to Section 7106 of the Public Contract Code, CONTRACTOR is required to submit along with their bid proposal a Non-Collusion Affidavit. The appropriate form is included in the Proposal Section of these special provisions. No bids will be considered without the properly completed affidavit included with the bid proposal. 13. SUBSTITUTIONS: Where the specifications or drawings specify any material, product, thing, or service by one or more brand names, whether or not "or equal" is added, and a bidder wished to propose the use of another item as being equal, he shall request approval therefor as set forth in Section 4-1.5, "Trade Names or Equals," of the General Provisions of the Standard Specification for Public Works Construction, 14. ASSIGNMENT OF CONTRACT: No assignment by the Contractor of any contract to be entered into hereunder or of any part thereof, or of funds to be received thereunder by the Contractor, will be recognized by the awarding authority unless such assignment has had the prior approval of the awarding authority and the surety has been given due notice of such assignment in writing and has consented thereto in writing. A-4 15. OTHER REQUIREMENTS: Before entering into a contract, the bidder to whom the contract has been awarded shall furnish satisfactory evidence that he has secured, for the period of the contract, full workmen's compensation insurance and public liability and property damage insurance as set forth in these Special Provisions and Section 7-4, "Workmen's Compensation Insurance," of the General Provisions of the Standard Specifications for Public Works Construction from any responsible insurance company authorized to do business in this state, and such insurance shall be maintained in full force and effect at his own expense during the life of this contract. Upon request, the successful bidder shall furnish a statement of his financial condition and previous construction experience or such other evidence of his qualifications as may be required by the Board of Supervisors. 16. LABOR CODE: Pursuant to the prov1s1ons of Section 1773 of the Labor Code of the State of California, the Board of Supervisors has obtained the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work in this locality for each craft, classification or type of workman needed to execute the contract from the Director of the Department of Industrial Relations and as published by the California Department of Transportation. These rates are on file with the Engineer, and copies will be made available for review to any interested party on request. Travel and subsistence payments to each workman needed to execute the work shall be made as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with Section 1773.8 of the Labor Code. The Contractor shall comply with the provisions of Section 1774 of the Labor Code. Failure to comply with the subject section will subject the Contractor to penalty and forfeiture provisions of Section 1775 of the Labor Code. The County will not recognize any claim for additional compensation because of the payment by the Contractor of any wage rate in excess of the prevailing wage rate set forth in the contract. The possibility of wage increases is one of the elements to be considered by the Contractor in determining his bid, and will not under any circumstances be considered as the basis of a claim against the County on the contract. The Contractor shall familiarize himself with the prov1s1ons of Section 1777.5 of the Labor Code regarding employment of apprentices, and shall be responsible for compliance therewith, including compliance by his subcontractors. The Contractor and subcontractors shall comply with Section 1777.6 which stipulates that it shall be unlawful to refuse to accept otherwise qualified employees as registered apprentices solely on the grounds of race, religious creed, color, national origin, ancestry, A-5 sex, or age, except as provided in Section 3077, of such employee. Pursuant to the provisions of Section 1776 of the Labor Code: A. The Contractor and each subcontractor performing any portion of the work under this Contract shall keep an accurate record, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with the work. B. Said payroll records shall be certified and shall be available for inspection at the principal office of the Contractor on the basis set forth in Labor Code Section 1776. C. The Contractor shall file a certified copy of said payroll records with the Engineer within ten days after receipt of a written request therefore from the Engineer or otherwise may be required by the Engineer. D. The Contractor shall inform the County of the location of said payroll records, including the street address, City and County, and shall, within five working days, provide a notice of change of location and address of said payroll records. E. It shall be the responsibility of the Contractor to ensure the compliance with the provisions of this Clause and the provisions of Labor Code Section 1776. In the event of noncompliance with the requirements of this Clause or the requirements of Labor Code Section 1776, the Contractor shall have ten days in which to comply subsequent to receipt of written notice specifying in what respects he must comply. Should noncompliance exist after said ten-day period, the Contractor shall, as a penalty to the County, forfeit Twenty-five Dollars ($25) for each calendar day, or portion thereof, for each worker to whom the noncompliance pertains, until strict compliance is effectuated. The Contractor acknowledges that, without limitation as to other remedies of enforcement available to the County, upon the request of the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement of the California Department of Industrial Relations, such penalties shall be withheld form progress payments than due the Contractor. 17. LICENSE REQUIREMENTS: No bid shall be considered from a contractor who, at the time the bid is submitted, is not licensed to contract for this project in accordance with the law under provisions of Division III, Chapter 9, of the Business and Professions Code of the State of California. In all contracts where federal funds are involved, no bid submital shall be invalidated by the failure of the bidder to be licensed in accordance with the laws of this state. However, at the time the contract is awarded, the contractor shall be properly licensed in accordance with the laws of this state. The first payment for work A-6 or material under any contract shall not be made unless and until the Registrar of Contractors verifies to the agency that the records of the Contractors' State License Board indicate that the contractor was properly licensed at the time the contract was awarded. Any bidder of contractor not so licensed shall be subject to all legal penalties imposed by law, including, but not limited to, any appropriate disciplinary action by the Contractor's State License Board. Failure of the bidder to obtain proper and adequate licensing for an award of a contract shall constitute a failure to execute·the contract and. shall result in the forfeiture of the security of the bidder. In accordance with Section 3300, Article 3, Chapter 3, of Part 1 of Division 2 of the Public Contract Code, the contractor shall possess at least one of the following "checked" classifications of contractor's license: X Class --Class --Class --Class --Class A -- B -- C-12 C-10 C-27 General Engineering Contractor General Building Contractor Earthwork and Paving Electrical (General) Landscaping (Other) In the event of a dispute as to the classification of license required, the opinion of the Contractor's State License Board shall prevail. 18. In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the Contractor or subcontractor offers and agrees to assign to the awarding body all rights, title and interest in and to all causes of action it may have under Section 4 of the Clayton Act (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code, arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the Contractor, without further acknowledgment by the parties. 19. The signatures of the Contractor shall be verified by a Certificate of Acknowledgment as set forth in Section 1189 of the California Civil Code. A-7 SAMPLE PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: THAT WHEREAS, THE ---~---~~-----------------County of Orange, Orange County Flood Control District, Orange County Harbors, Beaches and Parks District) hereinafter designated as the "Public Agency," has awarded to as principal, hereinafter designated as the "Contractor," a contract for the work described as follows: AND WHEREAS, said contract is hereby referred to and made a part hereof; AND WHEREAS, the Contractor is required to furnish a bond in connection with said contract guaranteeing the faithful performance thereof; NOW, THEREFORE, We the undersigned Contractor and Surety, are held and firmly bound unto the said Public Agency, in the sum of -------- ($ _____________ ), to be paid to the said Public Agency, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators successors or assigns, jointly and severally, firmly by these presents. THE CONDITION of this obligation is such, That if the above bounden Contractor, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the foregoing contract and any alteration thereof made as therein provided, on his or their part to be kept and performed at the time A-8 and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the said Public Agency, its officers and agents, as therein stipulated, then this obligation shall become and be null and void; otherwise it shall be and remain in full force and virtue. The Surety hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract Agreement, or the work to be performed thereunder, or the specifications accompanying the same shall otherwise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract Agreement or to the work or to the specifications. A-9 IN WITNESS WHEREOF, We have hereunto set our hands and seals on this ____ _ day of ______________ , A.D. 19 (Attach Acknowledgment) APPROVED AS TO FORM ADRIAN KUYPER, COUNTY COUNSEL ORANGE COUNTY, CALIFORNIA BY _____________ _ Assistant/Deputy Dated. ___________ _ A-10 CONTRACTOR _________ (Seal) Name of Surety Attorney-in-fact SAMPLE PAYMENT BOND NOW ALL MEN BY THESE PRESENTS: THAT WHEREAS, The---------,,.,,,--,-----,,---,,------------( County of Orange, Orange County Flood Control District, Orange County Harbors, Beaches and Parks District) hereinafter designated as the "Public Agency," has awarded to as Contractor, a contract for the work described as follows: AND WHEREAS, said contract is hereby referred to and made a part hereof; AND WHEREAS, said Contractor is required to furnish a bond in connection with said contract, to secure the payment of claims of laborers, mechanics, materialmen, and other persons, as provided by law: NOW THEREFORE, WE the undersigned Contractor and surety are held firmly bound unto the said Public Agency in the amount required by law, the sum of. __________________________ dollars ($ _________ ), for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. A-11 THE CONDITION OF THIS OBLIGATION IS SUCH, That if said Contractor, his or its heirs, executors, administrators, successors or assigns, or subcontractors, shall fail to pay any of the persons named in Civil Code Section 3181, or amounts due under the Unemployment Insurance Code with respect to work or labor performed under the contract, or any amounts required to be deducted, withheld, and paid over to the Franchise Tax Board from the wages of employees of the Contractor and his subcontractors pursuant to Section 18806 of the Revenue and Taxation Code, with respect to such work and labor, that the surety or sureties herein will pay for the same in an amount not exceeding the sum specified in this bond, otherwise the above obligation shall be void. In case suit is brought upon this bond, the said surety will pay a reasonable attorney's fee to be fixed by the court. This bond shall insure to the benefit of any of the persons named in Civil Code Section 3181 as to give a right of action to such persons or their assigns in any suit brought upon this bond. The Surety hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract Agreement, or the work to be performed thereunder, or the specifications accompanying the same shall otherwise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract Agreement or to the work or to the specifications. Ill Ill A-12 IN WITNESS WHEREOF, WE have hereunto set our hands and seals on this ______ day of ______________ , 19 (Attach Acknowledgments) APPROVED AS TO FORM ADRIAN KUYPER, COUNTY COUNSEL ORANGE COUNTY, .CALIFORNIA BY ____________ _ Assistant/Deputy Dated SPEcs·~1"'sE.,,c=-,A..,.(O""'2""""-"""o"""s-"""'s""7'"'") __ _ Contractor ~-~~ ___ (Seal) Name of Surety Attorney-in-fact A-13 SAMPLE CERTIFICATE OF ACKNOWLEDGMENT "State of California ) County______ ) On·------,-..,...,.-,-,,-----,,-,-,--..,...,,.,--,.....be fore me, (here insert name and title of the officer), personally appeared _______________ _ _ p_e_r_s_o_n_a'l'l-y-,-kn_o_w_n--,-t_o_m_e--,-(_o_r_p-ro_v_e_d.,....~to_m_e_o_n_t~h'e--,b'a_s_1~·s-~f satisfactory evidence} to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their/ authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature (Seal)" -------------------- A-14 SECTION B SUPPLEMENT TO PART 1 OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PAGE 20 -DELETE THE DEFINITION OF ENGINEER IN SUBSECTION 1-2 AND ADD THE FOLLOWING: Engineer -The Director, EMA, acting either directly or through authorized agents, such agent acting within the scope of the particular duties delegated to them. PAGE 21 -DELETE DEFINITION OF NOTICE TO PROCEED IN SUBSECTION 1-2 AND ADD THE FOLLOWING: Notice to Proceed - A written notice given by COUNTY to CONTRACTOR establishing a period of time within which the contract time will start. PAGE 30 -ADD THE FOLLOWING TO SUBSECTION 2-3.1, "GENERAL": The Engineer, as duly authorized officer, may consent to subcontractor substitution requested by the Contractor subject to the limitations and notices prescribed in Section 4107 of the Public Contracts Code. PAGE 38 -ADD THE FOLLOWING TO SUBSECTION 3-2.1, "GENERAL": If the contractor is delayed in completing the work by reason of any change made pursuant to this section, the time for completion of the work shall be extended by change order for a period commensurate with such delay. The contractor shall not be subject to any claim for liquidated damages for this period of time, but the contractor shall have no claim for any other compensation for any such delay. PAGE 39 -DELETE THE LAST SENTENCE OF THE FIRST PARAGRAPH AND DELETE THE LAST PARAGRAPH IN SUBSECTION 3-2.2.1 AND INSERT THE FOLLOWING BETWEEN THE FIRST AND SECOND PARAGRAPHS: If the total pay quantity of any item of work required under the contract varies from the bid quantity therefor by more than 25 percent, in the absence of an executed contract change order specifying the compensation to be paid, the compensation payable to the Contractor will be determined in accordance with (1), (2), or (3) below. (1) Increases of More Than 25 Percent. --Should the total pay quantity of any i tern of work required under the contract .exceed the bid quantity therefore by more than 25 percent, the work in excess of 125 percent of the bid quantity and.not covered by an executed contract change order specifying the compensation to be paid therefor will be paid for by adjusting the contract unit price, as hereinafter provided; or at the option of the Engineer, payment for the work involved in such excess will be made on the same basis as extra work as provided in Subsection 3-3. B-1 Such adjustment of the contract unit price will be the difference between the Contract unit price and the actual unit cost, which will be determined as hereinafter provided, of the total pay quantity of the item. Fixed costs will be deemed to have been recovered by the Contractor by the payments made for 125 percent of the contract quantity for such item, and in computing the actual unit cost, such fixed costs will be excluded. Subject to the above provisions, such actual unit cost will be determined by the Engineer in the same manner as if the work were to be paid for on the same basis as extra work as provided in Subsection 3-3, or such adjustment will be as agreed to by the Contractor and the Engineer. When the compensation payable for the number of units of an item of work performed in excess of 125 percent of the bid quantity is less than $3,000 at the applicable contract unit price, the Engineer reserves the right to make no adjustment in said price if he so elects, except that an adjustment will be made if requested in writing by the Contractor. (2) Decreases of More Than 25 Percent.--Should the total pay quantity of any item of work required under the contract be less than 75 percent of the bid quantity therefor, an adjustment in compensation pursuant to this section will not be made unless the Contractor so requests in writing. If the Contractor so requests, the quantity of said item performed, unless covered by an executed contract change order specifying the compensation payable therefor, will be paid for by adjusting the contract unit price as hereinafter provided; or at the option of the Engineer, payment for the quantity of the work of such item performed will be made on the same basis as extra work as provided in Subsection 3-3, provided, however, that in no case shall the payment for such work be less than that which would be made at the contract unit price. Such adjustment of the contract unit price will be the difference between the contract unit price and the actual unit costs, which will be determined as hereinafter provided, of the total pay quantity of the item, including fixed costs. Such actual unit cost will be determined by the Engineer in the same manner as if the work were to be paid for on the same basis as extra work as provided in Subsection 3-3; or such adjustment will be as agreed to by the Contractor and the Engineer. The payment for the total pay quantity of such item of work will in no case exceed the payment which would be made for the performance of 75 percent of the bid quantity for such item at the original contract unit price. (3) Eliminated Items.--Should any contract item of the work be eliminated in its entirety, in the absence of an executed contract change order covering such elimination, payment will be made to the Contractor for actual costs incurred in connection with such eliminated contract item if incurred prior to the date of notification in writing by the Engineer, of such elimination. If acceptable material is ordered by the Contractor for the B-2 eliminated item prior to the date of notification of such elimination by the Engineer, and if orders for such material cannot be canceled, it will be paid for at the actual cost to the Contractor. In such case, the material paid for shall become the property of the Agency, and the actual cost of any further handling will be paid for. If the material is returnable to the vendor and if the Engineer so directs, the material shall be returned and the Contractor will be paid for the actual cost of charges made by the vendor for returning the material. The actual cost of handling returned material will be paid for. The actual costs or changes to be paid by the Agency to the Contractor as provided in this section (3) will be computed in the same manner as if the work were to be paid for as.extra work as provided in Subsection 3-3, "EXTRA WORK". PAGE 40 -ADD THE FOLLOWING TO SUBSECTION 3-3.2.2.(a), "LABOR": The Labor Surcharge Listed in State of California Department of Transportation publication entitled Labor Surcharge and Equipment Rental Rates shall be used to determine that portion of the Labor Costs for employer payment of payroll taxes, workers compensation insurance, liability insurance, and other direct costs resulting from Federal, State or local laws; unless the Contractor provides written documentation for higher costs. PAGE 40 -THE SECOND PARAGRAPH OF SUBSECTION 3-3.2.2(c), "TOOL AND EQUIPMENT RENTAL," SHALL BE DELETED AND THE FOLLOWING SHALL BE SUBSTITUTED IN ITS PLACE: The rates to be used determining equipment rental costs shall be those rates listed for such equipment in the State of California, Business, Transportation and Housing Agency, Department of Transportation publication entitled Labor Surcharge and Equipment Rental Rates, which is in effect on the date upon which the work is accomplished, regardless of ownership and any rental or other agreement, if such may exist, for the use of such equipment entered into by the Contractor. If it is deemed necessary by the Engineer to use equipment not listed in the said publication, a suitable rental rate for such equipment will be established by the Engineer. The Contractor may furnish any cost data which might assist the Engineer in the establishment of such rental rate. Operators of rented equipment will be paid for as provided in Section 3-3, "EXTRA WORK," Rental time will not be allowed while equipment is inoperative due to breakdowns, PAGE 42 -ADD THE FOLLOIIING TO SUBSECTION 3-3.3, "DAILY REPORTS BY CONTRACTOR": Daily cost reports shall be submitted within ten working days from the day the work is performed. The Daily Cost Report shall list all cost for the work and shall contain the same information listed in the Daily Reports with the addition of all final cos ts. B-3 PAGE 42 -ADD THE FOLLOWING TO SUBSECTION 3-4 "CHANGED CONDITIONS," AFTER SUBPARAGRAPHS 1) AND 2): 3) Material that the Contractor believes may be material that is hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. PAGE 43 -ADD THE FOLLOWING TO SUBSECTION 3-5 "DISPUTED WORK": 3-5.1-RESOLUTION OF CONSTRUCTION CLAIMS 1) This article applies to all claims of three hundred seventy-five thousand dollars ($375,000) or less, which arise between Contractor and Agency. This artical does not apply to claims between Contractor and Agency if Agency elects to resolve disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2 of the Public Contract Code, Division 2 relating to public construction. 2) "Claim" means a separate demand by the Contractor for (A) a time extension, (B) payment of money or damages arising from work done by or on behalf of the Contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by Agency. 3) The claim shall be in writing and include the documents necesary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this article is intended to extend the time limit of supercede notice requirements otherwise provided by contract for the filing of claims. 4) (a) For claims of less than fifty thousand dollars ($50,000), Agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses or claims Agency may have the claimant. (b) If additional information is thereafter required, it shall be requested and provided pursuant to this article, upon mutual agreement of Agency and the claimant. (c) Agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. 5) (a) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), Agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses or claims Agency may have B-4 against the claimant. (b) If additional information is thereafter required, it shall be requested and provided pudrsuant to this article, upon mutual agreement of Agency and the claimant. (c) Agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. 6) If the claimant disputes Agency's written response, or Agency fails to respond within the time prescribed, the claimant may so notify Agency, in writing either within 15 days of receipt of Agency's response of within 15 days of Agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, Agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. 7) If following the meet and confer conference the claim or any portion remains in dispute, the claimant may file a claim pursuant to Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to paragraph 3) hereinabove until the time the claim is denied, including any period of time utilized by the meet and confer conference. 8) As set forth in Section 20104.4 of Chapter 1 of Part 3 of Division 2 of the Public Contract Code, the following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinteresterd third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to court. (b) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016)of Chapter 3 of Title 3 of Part 4 of the Code Civil Procedure) shall apply to any proceeding brought under this subdivision consistent with the rules pertaining to judicial arbitration. In addition to Chapter 2.5 (commencing with Section 1141.10) B-5 of Title 3 of Part 3 of the Code of Civil Procedure, (A) arbitrators shall, when possible, be experienced in construction law, and (B) any party appealing an arbitration award who does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, also pay the attorney's fees on appeal of the other party. 9) (a) Agency shall not fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, Agency shall pay interest at the legal rate on any arbitration award of judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. PAGE 44 -ADD THE FOLLOWING SENTENCE TO FIRST PARAGRAPH OF SUBSECTION 4-1.1, "GENERAL," AFTER THE SUBSECTION TITLE: The Contractor shall furnish all materials required to complete the work, except materials that are designated in the special provisions to be furnished by the Agency. PAGE 44 -IN LIEU OF REQUIREMENTS LISTED IN SUBSECTION 4-1. 3, 1, "GENERAL," THE FOLLOWING PARAGRAPHS SHALL PREVAIL: 4-1.3.1 -GENERAL Materials to be used in the work will be subject to inspection and tests by the Engineer or his designated representative. The Contractor shall furnish the Engineer a list of his sources of materials and the locations at which such materials will be available for inspection. The list shall be furnished to the Engineer in sufficient time to permit inspecting and testing of materials to be furnished from such listed sources in advance of their use. The Engineer may inspect, sample or test materials at the source of supply or other locations, but such inspection, sampling or testing will not be undertaken until the Engineer is assured by the Contractor of the cooperation and assistance of both the Contractor and the supplier of the material. The Contractor shall assure that the Engineer or his authorized representative has free access at all times to the material to be inspected, sampled or tested. It is understood that such inspections and tests, if made at any point other than the point of incorporation in the work, in no way shall be considered as a guarantee of acceptance of such material nor of continued acceptance of material presumed to be similar to that upon which inspections and tests have been made, and that inspection and testing performed by the Agency shall not relieve the Contractor or his suppliers of responsibility for quality control. Adequate facilities shall be furnished free of change to make the necessary inspection. The Engineer assumes no obligation to inspect materials at the source of supply. Manufacturer's warranties, guarantees, instruction sheets and parts lists, which are furnished with certain articles or materials incorporated in the work, shall be delivered to the Engineer before B-6 I I acceptance of the contract. Reports and records of inspections made and tests performed, when available at the site of the work, may be examined by the Contractor. PAGE 46 -IN LIEU OF REQUIREMENTS LISTED IN SUBSECTION 4-1.S, "CERTIFICATION," THE FOLLOWING PARAGRAPHS SHALL PREVAIL: 4-1.5 -CERTIFICATES OF COMPLIANCE A Certificate of Compliance shall be furnished prior to the use of any materials for which these specifications or the special provisions require that such a Certificate by furnished. In addition, when so authorized in these specifications or in the special provisions, the Engineer may permit the use of certain materials or assemblies prior to sampling and testing if accompanied by a Certificate of Compliance. The Certificate shall be signed by the manufacturer of the material or the manufacturer of assembled materials and shall state that the materials involved comply in all respect with the requirements of the specifications. A Certificate of Compliance shall be furnished with each lot of material delivered to the work, and the lot so certified shall be clearly identified in the Certificate. All materials used on the basis of a Certificate of Compliance may be sampled and tested at any time. The fact that material is used on the basis of a Certificate of Compliance shall not relieve the Contractor of responsibility for incorporating material in the work which conforms to the requirements of the plans and specifications, and any such material not conforming to such requirements will be subject to rejection whether in place or not. The Agency reserves the right to refuse to permit the use of material on the basis of a Certificate of Compliance. The form of the Certificate of Compliance and its disposition shall be as directed by the Engineer. PAGE 50 -ADD TO SUBSECTION 5-5, "DELAYS," THE FOLLOWING: If, through the failure of the Agency to acquire or clear right of way, the Contractor sustains loss which could not have been avoided by the judicious handling of forces, equipment and plant, there shall be paid to the Contractor such amount as the Engineer may find to be a fair and reasonable compensation for• such part of the Contractor's actual loss as, in the opinion of the Engineer, was unavoidable, determined as follows: Compensation for idle time of equipment will be determined in the same manner as determinations are made for equipment used in the performance of extra work paid for as provided in Section 3-3, "EXTRA WORK," with the following exceptions: (1) The right of way delay factor for each classification of equipment shown in the State of California, Department of Transportation B-7 publication entitled Labor Surcharge and Equipment Rental Rates, will be applied to such equipment rental rate. (2) The time for which such compensation will be paid will be the actual formal working time during which such delay condition exists, but in no case will exceed 8 hours in any day. (3) The days for which compensation will be paid will be the calendar days, excluding Saturdays, Sundays and legal ho.lidays, during the existence of such delay. Actual loss shall be understood to include no items of expense other than idle time of equipment and necessary payments for idle time of men, cost of extra moving of equipment, and cost of longer hauls. Compensation for idle time of equipment will be determined as provided herein, and compensation for idle time of men will be determined as provided in Section 3-3, "EXTRA WORK," and no markup will be added in either case for overhead and profit. If the performance of the Contractor's work is delayed as a result of the failure of the Agency to acquire or clear right of way, an extension of time determined pursuant to the provisions in Section 6-6, "DELAYS AND EXTENSIONS OF TIME," will be granted. PAGE 55 -DELETE SECOND PARAGRAPH OF SUBSECTION 6-6.1, "GENERAL," AND SUBSTITUTE THE FOLLOWING: No extension of time will be granted for a delay caused by a shortage of materials unless the Contractor furnished documentary proof to the Engineer that Contractor has diligently made every effort to obtain such materials from all known sources within reasonable reach of the work, and further proof in the form of a supplementary progress schedule that the inability to obtain such materials when originally planned, did in fact cause a delay in final completion of the entire work. PAGE 56 -ADD THE FOLLOWING TO SUBSECTION 6-6.3, "PAYMENT FOR DELAYS TO CONTRACTOR": Should delays be initiated by Agency, compensation shall be as set forth in Section 3-2 of the Standard Specifications for Public Works Construction and as modified herein. PAGE 57 -ADD TO SUBSECTION 6-8, "COMPLETION AND ACCEPTANCE," THE FOLLOWING: In entering into a public works contract or a subcontract to supply goods, service, or materials pursuant to a public works contract, the Contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code, arising from purchases of goods, services or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the B-8 Contractor, without further acknowledgment by the parties. PAGE 57 -DELETE SECTION 6-9, "LIQUIDATED DAMAGES." PAGE 59 -DELETE SECTION 7-3, "LIABILITY INSURANCE," AND SUBSTITUTE THE FOLLOWING: 7-3 INSURANCE (2) Contractor shall maintain insurance acceptable to Agency in full force and effect throughout the term of this Contract. The policy or policies of insurance maintained by Contractor shall provide the limits and coverages as set forth herein below. Insurance shall be in force the first day of.the term of this Contract. Each insurance policy required by this Contract shall contain the following three clauses: 1. "This insurance shall not be canceled, limited in scope of coverage or non-renewed until after 30 days written notice has been given to the County of Orange, Environmental Management Agency, Public Works., 400 Civic Center Drive, P. 0. Box 4048, Santa Ana, California 92702. 2. "All rights of subrogation are hereby waived against the County of Orange and the members of the Board of Supervisors and elective or appointive officers or employees, when acting within the scope of their employment or appointment, and County Districts and their Board or Commissions which are governed by the County Board of Supervisors." 3. "As respects operation of the named insured performed on behalf of the County of Orange, the following are added as additional insureds: The County of Orange, Orange County Flood Control District (OCFCD), Howard Needles Tammen & Bergendoff (HNTB), Kennedy/Jenks/Chilton (K/J/C), City of Huntington Beach, City of Costa Mesa, City of Newport Beach, & Boyle Engineering." LIABILITY INSURANCE Coverage Comprehensive General Liability including Completed Operation and a Broad Form Property Endorsement and Comprehensive Automobile Liability Worker's Compensation B-9 Minimum Limits $1,000,000 combined single limit per occurrence. Statutory FIRE AND EXTENDED COVERAGE Contractor shall purchase a course of construction property insurance policy to cover structures (excluding reinforced concrete structures) being built under the terms of this contract to at least 90% of their replacement cost. As a minimum, coverage shall be provided for replacement cost and for fire and the extended coverage perils. YORKER'S COMPENSATION Each liability and worker's compensation insurance policy required by this Contract shall contain clause numbers one and three, above, and the following clause: "It is agreed that any insurance maintained by the County of Orange will apply in excess of, and not contribute with, insurance provided by this policy." Contractor agrees to deposit with Agency within the time set forth in Section A, Proposal Requirements and Conditions, Paragraph 8, certificates of insurance necessary to satisfy County that the insurance provisions of this contract have been complied with, and to keep such insurance and the certificates therefor on deposit with Agency during the entire term of this Contract. The Contractor shall submit the Certificate of Insurance form, sample attached at the end of Section B, which is available from EMA Construction Division. Agency shall retain the right at any time to review the coverage, form, and amount of the insurance required hereby. If, in the opinion of County's Risk Management Services, the insurance provisions in this Contract do not provide adequate protection for Agency, Agency may require Contractor to obtain insurance sufficient in coverage, form, and amount to provide adequate protection. Agency's requirements shall be reasonable but shall be designed to assure protection from and against the kind and extent of the risks which exist at the time a change in insurance is required. Agency shall notify Contractor in writing of changes in the insurance requirements; and if Contractor does not deposit copies of acceptable insurance policies with Agency incorporating such changes within sixty days of receipt of such notice, this Contract shall be in default without further notice to Contractor, and Agency shall be entitled to all legal remedies. The procuring of s.uch required policy or policies of insurance shall not be construed to limit Contractor's liability hereunder not to fulfill the indemnification provisions and requirements of this Contract. Contractor agrees to indemnify and save harmless Agency, its officers, employees, OCFCD, HNTB, K/J/C, City of Huntington Beach, City of Costa Mesa, City of Newport Beach, and Boyle Engineering from and B-10 against any and all claims, demands, losses, defense costs, or liability of any kind or nature which Agency, its officers, agents and employees may sustain or incur or which may be imposed upon them for injury to or death of persons, or damage to property as a result of, arising out of, or in any manner connected with Contractors performance under the terms of this Contract, excepting only liability arising out of the sole negligence of Agency. PAGE 61 -DELETE SUBSECTION 7-5, "PERMITS," AND SUBSTITUTE THE FOLLOWING: 7-5 PERMITS AND LICENSES. Except as otherwise specified in the SPECIAL PROVISIONS, the Contractor shall procure all permits and licenses, pay all charges and fees, and give all notices necessary and incident to the due and lawful prosecution of the work. These permits and licenses shall be obtained in sufficient time to prevent delays to the work. In the event that the Agency has obtained permits, licenses or other authorizations applicable to the work, the contractor shall comply with the provisions of said permits, licenses and other authorizations. PAGE 76 -ADD TO SUBSECTION 9-3.2, "PARTIAL AND FINAL PAYMENT," AFTER THE FOURTH PARAGRAPH, THE FOLLOWING: At the request and expense of Contractor, County will accept securities equivalent to the amount withheld pursuant to Section 9-3-.2. Such substituted security, meeting the requirements of Section 22300, Public Contracts Code, shall be deposited with a state or federally chartered bank as escrow agent and shall be covered by an escrow agreement. PAGE 76 -ADD TO SUBSECTION 9-3, "PAYMENT," THE FOLLOWING PARAGRAPH: 9-3.5 CLERICAL ERRORS. For a period of 3 years after acceptance of the work by the Board, all estimates and payments made pursuant to Section 9-3, including the final estimate and payment, shall be subject to correction and adjustment for clerical errors in the calculations involved in the determination of quantities and payments. Except for such clerical errors, the final payment shall be binding. The Contractor and the Agency agree to pay to the other any sum due under the provisions of this paragraph, provided, however, that if the sum due is less than $100.00, no such payment shall be made. PAGE 172 -DELETE THE WORDING IN SUBSECTIONS 207-2.1 THROUGH 207-2.4 AND SUBSTITUTE THE FOLLOWING: 207-2 -REINFORCED CONCRETE PIPE. 207-2.1 General. These specifications apply to reinforced concrete pipe (RCP) intended to be used for the construction of storm drains, sewers and related structures. The size, type, and D-load of RCP to be furnished will be shown on the Plans or in the Specifications. B-11 Prior to the manufacture of the RCP, three sets of prints of the pipeline layout diagrams shall be furnished to the Engineer per Subsection 2-5.3,except transparencies will not be required. Catch basin connector pipe need not be included in the pipeline layout; but, in lieu thereof, a list of catch basin connector pipes shall accompany the layout. The connector pipe list shall include size and D-load of pipe, station at which pipe mainline, number of sections of pipe, length of sections, and type of sections (straight, horizontal bevel, vertioal bevel, etc.). The diagrams and lists submitted will be used by the Agency for reference only, and their use shall in no way relieve the Contractor of its responsibility for correctness. The Engineer may waive the pipeline layout and connector pipe list requirement. Unless otherwise specified, RCP shall be either wet cast, spun, or machine made. Plants and processes not previously qualified by the Agency may require initial qualification by the Agency using any or all of the following tests described in ASTM C 497 and as listed below. Upon qualification, no additional qualification tests will be required unless changes have been made in the equipment and procedures, or an increase in the largest aggregate size is made from the previous approved mix designs. The manufacturer shall provide qualifying data upon request by the Engineer. 1) Three-Edge Bearing Test. Two tests m1n1mum on each of three different pipe sizes per Subsection 207-2.9.2. 2) Core Strength Test. a) Minimum allowable adjusted compressive strength: 4,000 psi. b) Number of tes.ts: 2 each from three different pipes. c) Unit weight to be used as a baseline for future reference. 3) Absorption Test per ASTM C497 Section 7, Metod A. a) Obtain two core samples (one each from the middle area of two pipes for each mix design). b) Maximum allowable absorption value: 9 percent. 4) Hydrostatic Test. One test sample selected by the Engineer shall meet the following criteria: a) 24-hour presoak (manufacturer's option). b) Hydrostatic pressure of 13 psi minimum shall be maintained for 20 minutes. B-12 c) End bulkheads or internal plugs may be used at manufacturer's option. Leakage at bulkhead of plugs is allowed if leakage does not interfere with test. d) Allowable leakage: none. Moisture appearing on the exterior surface of the pipe in the form of beads adhering to the surface shall not be considered leakage. The test may be repeated after the 24-hour presoak at the manufacturer's option to determine if the test pipe stops leaking. Pipe which stops leaking after the presoak will be considered to have passed the test. 5) Visual Inspection. Pipe inspection shall include the following: a) Subsection 207-2.5 9 (Joints). b) Interior surface finish and textures. c) Reinforcing steel placement and twist, per Subsections 207-2.4.2 and 207-2.4.3. Concrete from a portion of one piece of green pipe shall be stripped or raked to determine cage twist, location, clearance, and voids. Voids around reinforcing steel cage caused by twist will not be acceptable. Cage twist resulting from pipe production in excess of 1/4 inch in 8 feet will not be acceptable. d) Longitudinally Cut Pipe. One pipe shall be longitudinal sawcut in half using equipment which will not damage the concrete or reinforced steel. The exposed surface shall be inspected for voids adjacent to the circumferential steel. Voids shall be considered continuous if a 1/16 inch diameter pin can be inserted 1/4 inch deep. This test will be acceptable if no more than 10 percent. of the circumferential bars exposed by the cut have continuous voids. Plant inspection shall include cage manufacturing, curing process, batching equipment and process, aggregate and cement storage, concrete mix designs, and product handling. The interior surface of the pipe shall be smooth and well-finished, Joints shall be of such type and design and so constructed as to be adequate for the purpose intended so that, when laid, the pipe will form a continuous conduit with a smooth and uniform surface. Sockets and spigots shall br free from any deleterious substance or condition which might prevent a satisfactory mortar bond at the joints. B-13 If the Engineer determines that the forms, end rings or form gaskets used in the manufacture of the pipe are inadequate for the purpose intended, the Contractor shall replace or repair said equipment to the satisfaction of the Engineer. Pipe of greater strength than that specified or cover greater than required in the table in Subsection 207-2.4.2 may be furnished at the Contractor's option, and at its expense, provided such pipe conforms in all other aspects to the applicable provisions of these specifications. The Contractor shall furnish, install, and maintain stulls or other devices in the pipe as may be necessary to meet the limitation on cracks as specified herein, throughout pipe handling, transportation, and field installation. 207-2.2 Materials. Except when otherwise permitted by the Engineer, no material shall be used in manufacturing of the pipe other than water, water reducing admixtuire, portland cement, mineral aggregates, and steel conforming to ATSM C76, with the following requirements: 1) The portland cement shall be as specified in Subsection 201-1.2. 1. 2) All aggregate shall conform to the reactivity requirements in Subsection 201-1.2.2. The aggregate shall be so graded, proportioned, and thoroughly mixed in a batch mixer to produce a homogeneous concrete mixture of such quality that the pipe will conform to the test and design requirements of these specifications. The proportion of portland cement shall not be less than 560 pounds per cubic yard of concrete. 207-2.3 Dimensions. 207-2.3.1 Length. The nominal length shall be not less than 8 feet except as otherwise specified or required for bends or special joints. Variations in laying lengths of two opposit sides of pipe shall be not more than 1/8 inch per foot of diameter with a amximum of 5/8 inch in any length of pipe. 207-2.3.1 Wet Cast Pipe Wall Thickness Inside Diameter (Inches) 12 15, 18, 21 24, 27, 30, 33 Minimum Barrel Thickness (Inches) 2 2 1/4 3 For pipe larger than 33 inches in diameter, the minimum wall B-14 thickness permitted will depend upon the strength of the concrete used. If the concete used develops a strength of 4,500 psi in 28 days, any wall thickness not less than 1/12 the internal diameter of the pipe will be permitted. If the concrete has a strength less than 4,500 psi, but more than 4,000 psi at 28 days, a wall thickness 1 inch greater than 1/12 the internal diameter will be required. The concrete strength shall be determined in accordance with ATSM C31 and C39. 207-2.3.3 Spun Pipe Wall Thickness. Inside Minimum Barrel Inside Minimum Diameter Thickness Diameter Barrel Thickness (Inches) (Inches) (Inches) (Inches) 12 2 30 2 3/4 15 2 33 2 7/8 18 2 36 3 21 2 39 3 3/8 24 2 1/2 45 3 3/4 27 2 5/8 48 4 The thickness of the barrel; of pipe larger than 48 inches in diameter shall be not less than 1/12 the internal diameter of the pipe. 207-2.3.4 Machine Made Pipe Wall Thickness. The minimum wall thickness for all pipe sizes shall be as specified in ASTM C76 Wall B (1/12 the internal diameter plus 1 inch) using 4,000 psi minimum strength concrete. 207.2.4 Reinforcement. 207-2.4.1 General. The reinforcement shall be a cage fabricated of bars or wire. Circumferential reinforcement shall be in the amount and type shown on the Plans, or that required to sustain the specified test loads. Longitudinal reinforcement shall be sufficient to make the cage rigid and to support the circumferential reinforcement firmly in place in the forms during placing and consolidation of the concrete. Pipe which is to be jacked shall have a circular cage reinforcement. In pipe larger than 96-inch diameter, the m1n1mum size of circumferential reinforcement for the inside circular cage shall be 7/16~inch-diameter wire or No. 4 reinforcing bar. Fastening (supports), and/or retractable mechanical devices, approved by the Engineer, shall be used for holdong the cage rigidly in place in the form in its elliptical or circular shape. In wet cast and machine-made pipe these fastenings shall be spaced not B-15 closer than 2 feet center-to-center along the length of the longitudinal reinforcement, except for pipe having a nominal length of 4 feet or less. All reinforcing steel shall be clean and free from loose rust, scale, paint, grease, form oil, or other foreign matter. Splices shall be butt-welded or lap-welded a m1n1mum of 6 diameters. Nonwelded splices shall be lapped a minimum of 20 diameters for deformed bars and 40 diameters for plain bars or cold-drawn wire. Nonwelded lapped splices shall be wired tightly. Welds shall develop not less than 75 percent of the minimum specified ultimate strength of the bars or wires being welded. Elliptical cages may be specifically fabricated or deformed from a circular cage to the required elliptical dimensions. Cages for machine made pipe shall be circular. Upon request, the Contractor shall furnish data to the Engineer indicating the lot number, wall thickness and the size, spacing, and positioning of reinforcing for any pipe manufactured. 207.2.4.2 Location of Reinforcement. Measurements of position, except for concrete cover, shall apply to the center of the bar or wire. For pipe with wall thickness greater than 2 1/4 inches, the required cover measured between reinforcement surface and pipe surface, and the permitted cover tolerances, are given in the following table: Reinforce- ment Circumferen- tial Longitudinal Storm Drain Diameter 36 inches 39 to 96 inches 3/4±1/4 3/4±1/4 3/8 Min. 1/2 Min. Pipe Sewer Pipe Diameter Greater Than 96 inches Greater Than 96 inches or less 96 inches 1-114±1/4 1±1/4 1-1/4±114 1/2 Min. 1 Min. 1 Min. Note: In lined sewer pipe, the tabulated cover shall be increased as necessary to ensure that the distance from any reinforcement to embedded lugs or locking extensions of the liner is at least 1/4 inch. The required covers shown in the table are minimums. Certain conditions, such as high velocities or corrosive environments, may require greater covers as indicated on the Plans or in the Specifications. The tabulated tolerances shall not apply where the Plans show cover over circumferential steel which differs from the values shown above. B-16 For pire with a wall thickness of 2 1/4 inches or less, the circumferential reinforcement shall be located at the center of the wall. The cover over longitudinal reinforcement shall be at least 3/8 inch. 207-2.4.3 Placement of Reinforcement. axis of elliptically reinforced pipe shall imprint will be left in the interior of the The location of the minor be marked so that an concrete. The circumferential reinforcement shall be placed in the body of the pipe in such a manner that the longitudinal reinforcement of the cage will hold the last hoop or coil 3/4 inch minimum from the end plates or rings. Both ends of the circumferential reinforcement shall be finished off with a complete hoop of reinforcement. For storm drain pipe, the longitudinal reinforcement may extend to the base plate or ring to act as a cage support. For sanitary sewer pipe, the longitudinal reinforcement shall have a minimum cover of 3/4 inch from the end faces of the pipe. Circumferential reinforcement may be included in the joint projections at the option of the manufacturer, and shall be included when required by the Plans or Specifications. Where the wall reinforcement does not extend into the joint projection, the longitudinal distance to the last circumferential reinforcement from the inside shoulder of the bell or shoulder of the spigot shall be a maximum of 1 3/4 inches, but notless than 3/4 inch from any face. PAGE 177 -DELETE THE WORDING IN SUBSECTIONS 207-2.6 THROUGH 207-2.8 AND SUBSTITUTE THE FOLLOWING: 207-2.6 General Manufacturing Requirements. 207-2.6.1 Wet Cast Pipe. Wet cast RCP shall be manufactured by placing the concrete into stationary, vertical, cylindrical metal forms. During the placing of each batch, the concrete shall be vibrated continously with internal or external mechanical vibrators operating at a minimum rate of 6,500 vibrations per minute. 207-2.6.2 Spun Pipe. Spun RCP shall be manufactured by introducing the concrete into a rotating horizontal cylindrical metal form. After the concrete materials have been mixed, they shall be promptly placed in the forms and spun on a horizontal axis. If, for any reason, the work of filling the forms is interrupted long enough for the concrete to take its initial set, any partly filled form shall be emptied and the concrete rejected. While the concrete is being placed in the forms, they shall be revolved on a horizontal axis at a speed that will ensure as unform a distribution of the. fine and coarse aggregate as possible. After all the concrete has been placed in the forms, the forms shall be revolved at the proper speed for sufficient length of time to secure as dense a concrete as possible, and the interior surface shall be made smooth. Water and laitance collecting on the surface of the concrete shall be removed, B-17 and the interior surface of the pipe shall be troweled and finished to the form of a true cylinder. 207-2.6.3 Machine-made Pipe. Machine-made RCP shall be manufactured by placing the concrete between vertical cylindrical forms or by placing concrete into a vertical cylindrical form and the interior surface formed with one or more roller packing heads and a long bottom-trowel rotating in opposite directions. The concrete shall be mixed to a uniform consistency and the reinforcing cage shall be held by fastenings (supports) and/or retractable mechanical devices to ensure correct cage position. Concrete placed between inner and outer forms shall be continuously vibrated throughout the manufacturing cycle and after all concrete has been placed in the forms, axial pressure shall be applied simultaneously with vibration to further densify the concrete. On completion of densification, the pipe may be removed immediately from the forms. 207-2.7 Curing. 207.2.7 Steam Curing Facilities. The manufacturer shall provide adequate enclosures, steam plant, piping, and other facilities for curing pipe. The enclosures shall be such that the temperature and humidity can be controlled to keep the pipe surfaces moist at all times and the temperature maintained continously between 80 and 170 F. Bulkhead curing is permissible, but will only be given credit for a maximum of 12 hours of the steam cycle. 207-2.7.2 Curing Procedures. General. Wet cast, machine-made and spun pipe shall be cured by steam or water, or a combination of both, as described in the following paragraphs: (a) Steam Curing. Steam may be applied as soon as the pipe is enclosed but not later than 10 hours after completion of concrete placement. The temperature within the enclosure shall not be raised above 100 F by the use of steam for the first hour; thereafter the temperature shall not be increased at a rate greater than 40 F per hour. The temperature shall be maintained continuously between 80 F and 170 F for 28 hours. For wet cast and spun pipe, 6 hours of steam (at least 5 hours at 80 F or higher) is required before forms may be removed. The period necessary to remove the forms may be included in the 28 hours, as long as it does not exceed 4 hours. Any time more than 4 hours shall be added to the total steam cycle. The time lapse during form removal shall not exceed 1 working day. (b) Combination Curing. At any time after 6 hours of the steam cycle, the steam may be stoped and the cure continued, using water applied in such a manner that the outside surface of the pipe is kept continously moist. Water may be substituted for steam on a basis of 4 hours of water being equal to l hour of B-18 steam. The manufacturer shall notify the Engineer prior to using water in lieu of steam. (c) Water Curing. Pipe may be water cured by any method that will keep the outside surface continously moist for 4 consecutive days. Pipe to be given a total water cure may not be stripped from the forms until 20 hours after concrete placement or until the concrete has reached a compressive strength of 1,500 psi, whichever occurs first. (d) Alternate Curing Based on Compressive Strength. Pipe cured by any of the above methods may have the water or steam stopped when the concrete strength reaches 3,000 psi. The strength shall be determined in accordance with ASTM C 31 and C 39. (e) Alternate Curing Procedures. The manufacture may request approval of alternate methods of curing that differ from the procedures specified above. The alternative method shall be specified in writing to the Engineer and fully substantiated by test data. 207-2.8 Causes for Rejection. Inspection of pipe as may be deemed necessary by the Agency will be made at the place of manufacture, and unless it can be repaired as provided in Subsection 207-3.3, or as approved by the Engineer, pipe may be rejected for any of the following reasons: 1) A piece of any size broken out of the pipe. 2) Defects that indicate imperfect mixing or molding. 3) Any crack extending entirely through the wall of the pipe and having a longitudinal or transverse length greater than the wall thickness of the pipe. 4) Any shattering of flaking of concrete at a crack. 5) A deficiency greater than 1/4 inch from the specified wall thickness of pipe 30 inches or smaller in diameter, or a deficiency greater than 6 percent from the specified wall thickness of pipe larger than 30 inches in internal diameter, except that the deficiency may be 8 percent adjacent to the longitudinal form joint, provided that the additional deficiency does not lie closer than 20 percent of the internal diameter to the vertical axis of the pipe and does not extend along the circumference for a distance greater than 20 percent of the internal diameter of the pipe. The deficiencies in wall thickness permitted herein do not apply to gasket contact surfaces in gasketed joint pipe. Dimensions and tolerances of such contact surfaces shall be submitted for approval. 6) A variation from a true circle of the specified diameter B-19 by more than 1 percent. 7) Rock pockets and water pockets in any pipe. 8) Exposure of any reinforcement arising from misplacement thereof. 9) Evidence of cage twist or misplacement of reinforcement. 10) Delamination of the concrete. 11) Surface defects indicating honeycomb or open-texture. 12) Separation or "blisters•. 13) Slumped or sagged concrete. 14) For sewer pipe, any crack showing two visible lines or separation for a continuous length of 2 feet or more, or an interrupted length of 3 feet or more anywhere in evidence, both inside and outside, except where such cracks occur during the external loading test specified herein. 15) Any continuous crack or concrete separation having a surface width of 0.01 inch or more and extending for a length of 12 inches or more, regardless of depth or position in the wall of the pipe. 16) The pipe fails the D-load bearing strength test. 17) The pipe has an interior surface texture rougher than 320 grit sandpaper. 18) The pipe has an internal surface which varies greater than 0.25 inches from an eight (8) foot longitudinally placed steel straight edge. The imperfections and variations as causes for rejection in sewer and storm drain pipe, as specified herein, shall apply to pipe for which design details are indicated on the Plans as well as for pipe which is specified by D-load. The procedure of the Engineer for marking the pipe with the Agency's stamp at the place of manufacture shall not be considered a final acceptance of the pipe. Pipe shall be considered ready for transporting to the project site when it conforms to the specified requirements for curing, testing, and inspection. PAGE 185 -ADD NEW SUBSECTION 207-2.11 TO READ: 207-2.11 Inspection Platform. For machine made pipe, a permanently installed inspection B-20 platform shall be provided. The platform shall be located such that the inspector can observe the cage and concrete during placement and manufacturing. PAGE 277 -REVISE THE TABLE IN SUBSECTION 207-16.1 TO INDICATE THE FOLLOWING; The maximum average ID for 6-inch nominal size pipe is 5.81 inches. PAGE 240 -DELETE THE LAST PARAGRAPH PAGE 539 -CHANGE THE SECOND SENTENCE OF NOTE 2 TO READ: Normal segments for roadways are 7' (2.lm) and gaps are 17' (5.2m). Delete third sentence in its entirety. PAGE 539 -UNDER DETAIL A, SINGLE TRAFFIC STRIPE, DELETE THE WORDING: "1. Prevailing speed of 40 MPH or less." ALSO DELETE: Detail A.2 in its entirety. UNLESS OTHERWISE SPECIFIED, ERRATA AND SUPPLEMENTS TO THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SHALL BE PART OF THESE SPECIFICATIONS. B-21 C-1 CONSTRUCTION AREA SECTION C GENERAL MISCELLANEOUS Contractor shall protect property and facilities adjacent to the construction area and all property and facilities within the construction area which are shown on the plans to be protected. After project completion, the construction area shall be in a clean and presentable condition. All public or privately owned improvements and facilities shall be restored to their original condition and location. If improvements or facilities are damaged, they shall be replaced with new materials which are at least equal to the original materials. Nothing herein shall be construed to entitle the Contractor to the exclusive use of any public street, way, or parking area during performance of the contract work. Contractor shall conduct its operations so as not to interfere with the authorized work of utility companies or other agencies in such streets, ways or parking areas. The Contractor shall be responsible for investigating conditions of available public and private roads and of clearances, restrictions and other limitations affecting transportation and ingress and egress to the site of the work. Use of equipment will be minimized during any Stage II or Stage III smog alerts. All equipment will meet emissions standards. Contract specifications require dust control. All proper public safety measures are to be used during construction, including barriers, flagmen and signing. Equipment usage should be limited to normal working hours, in accordance with the contract specifications. Equipment must conform with all applicable noise regulations. C-2 SOUND CONTROL REQUIREMENTS The Contractor shall comply with all County and local sound control and noise level rules, regulations and ordinances which apply to any work performed pursuant to the contract, and shall make every effort to control any undue noise resulting from the construction operation. Each internal combustion engine used for any purpose on the job or related to the job shall be equipped with a muffler of a type recommended by the manufacturer. No internal combustion engine shall be operated on the project without said muffler. The noise level from the Contractor's operations between the hours of 8 p.m. and 7 a.m. on weekdays, including Saturday, or at any time on Sunday or a Federal holiday, shall be in accordance with the County ordinance covering "Noise Control." This requirement in no way relieves the Contractor of C-1 responsibility for complying with local ordinances regulating noise level. Said noise level requirement shall apply to all equipment on the job or related to the job, including but not limited to trucks, transit mixers or transient equipment that may or may not be owned by the Contractor. The use of loud sound signals shall be avoided in favor of light warnings, except those required by safety laws for the protection of personnel. C-3 WATER CONSERVATION The Contractor shall, whenever possible, m1n1m1ze the use of water during project construction. Watering equipment shall be kept in good working order. Water leaks shall be repaired promptly. Washing of equipment, except when necessary for the safety or for the protection of equipment, shall be discouraged. Water curing of concrete improvements as specified in Subsection 303-1.10, "Curing," and Subsection 306-4.4.4, "Curing," of the Standard Specifications, shall not be allowed unless specifically permitted by these Special Provisions or directed by the Engineer. Nothing in this section, "Water Conservation," shall be construed as relieving the Contractor of furnishing sufficient water as required for the proper construction of this project in accordance with the Standard Specifications and these Special Provisions. C-4 FLOW AND ACCEPTANCE OF WATER It is anticipated that storm, surface and possible ground or other waters will be encountered at various times and locations during the work. Such waters may interfere with Contractor's operations and may cause damage to adjacent or down-stream private and/or public property by flooding, lateral erosion, sedimentation, or pollution if not properly controlled by the Contractor. The Contractor, by submitting a bid, assumes all of said risk and the Contractor acknowledges that its bid was prepared accordingly. The Contractor shall conduct its operations in such a manner that storm or other waters may proceed without diversion or obstruction along existing street and drainage courses. Drainage of water from existing or proposed catch basins shall be maintained at all times. Diversion of water for short reaches in order to protect construction in progress will be permitted if public or private properties are not damaged or, in the opinion of the Engineer, are not subject to the probability of damage. Contractor shall obtain written permission from the appropriate public agency or property owner before any diversion of water will be permitted by the Engineer. During the course of water control the Contractor shall conduct construction operations to protect waters from being polluted with fuels, oils, bitumens or other harmful materials, and shall be responsible for removing said materials in the event protective measures are not effective. C-5 SURVEYING SERVICES The Agency will provide normal surveying service for construction of this C-2 project as descrlhed in Section 2-9,, "Surveying," nf the Standard Specifications. The survey work week will be from Monday through Thursday, with no survey crew available on Friday. Therefore, the Contractor shall schedule survey requests accordingly. C-6 MEASUREMENT AND COMPENSATION Compensation for items of work not specifically identified in these Special Provisions shall include all labor, materials, tools, equipment, safety measures, and supervision required to complete the work to grades and dimensions shown on the plans or staked in the field. There shall be no compensation except for the bid items specified in the Proposal. The cost of all work shown in the plans and specifications but not specifically identified as a bid item or described within a bid item shall be included in related bid items, and no additional compensation shall become due the Contractor by nature of compliance with the plans and specifications except as provided in Section 3, "Changes in Work" of the Standard Specifications for Public Works Construction. C-7 PAYMENTS Attention is directed to Subsection 9-3, "Payment," of the Standard Specifications, and these Special Provisions. For the purpose of making partial payments pursuant to Subsection 9-3.2, "Partial and Final Payment," of the Standard Specifications, the amount set forth for the contract items of work hereinafter listed shall be deemed to be the maximum value of said contract item of work which will be recognized for progress payment purposes. Mobilization Clearing and Grubbing $120,000.00 $ 15,500.00 After acceptance of the contract pursuant to Subsection 6-8, "Completion and Acceptance," of the Standard Specifications, the amount, if any, payable for a contract item of work in excess of the maximum value for progress payment purposes hereinabove listed for said item, will be included for payment in the first estimate made after acceptance of the contract. No payment will be made to the Contractor for any materials on hand which are furnished but not incorporated into the work. Upon satisfactory completion of the work, the Engineer shall recommend the acceptance of the work to the Board of Supervisors. Said Board shall cause to be filed and recorded in the records of ·the County Recorder a Notice of Completion. Thirty-five (35) days after the recording of the Notice of Completion, the Contractor shall be entitled to the balance due for completion and acceptance of the work, provided all claims for labor and materials have been paid, and no claim shall have been filed with the County based upon acts or omissions of the Contractor, and no liens or withhold notices shall have been filed against said work or the property on which the work was done. C-3 C-8 AFFIRMATIVE ACTION FOR HANDICAPPED WORKERS Contractor shall abide by the following clause and shall include same in all contracts with subcontractors: The Contractor shall not discriminate against any employee or applicant for employment because of physical or mental handicap in regard to any position for which the employee or applicant for employment is qualified. The recipient or contractor agrees to take Affirmative Action to employ, advance in employment, and otherwise treat qualified handicapped individuals without discrimination, based upon their physical or mental handicaps in all employment practices such as the following: employment, upgrading, demotion, layoff or termination, rate of pay or other forms of compensation, and selection for training, including apprenticeship. C-9 SUBCONTRACTING Attention is directed to the prov1s1ons in Subsection 2-3,, "Subcontracts," of the Standard Specifications For Public Works Construction. C-1O CULTURAL/SCIENTIFIC RESOURCES FINDS There are no known cultural/scientific resources at the site. If the Contractor's operations uncover or Contractor's employees find any burial grounds or remains, ceremonial objects, petroglyphs, and archeological or paleontological or other artifacts of like nature within the construction area, Contractor shall immediately notify the Engineer of Contractor's findings and shall modify construction operations so as not to disturb the findings pending receipt of notification as to determination of the final disposition of such finding from the Engineer. Should the findings, or notification as to disposition of findings, result in delays or extra work, additional time and/or extra work payment will be allowed as provided for in the Standard Specifications, Section 6-6, "Delays and Extensions of Time," and Section 3-3, "Extra Work." Any findings of a cultural/scientific resource nature shall remain the property of the County and not become the property of the person or persons making the discovery. C-11 HOLIDAYS Attention is directed to the prov1s1ons in Subsection 6-7.2, "Working Day," of the Standard Specifications For Public Works Construction. C-4 C-12 FINAL PAY QUANTITIF.S When the estimated quantities for a specific portion of the work are designated on the plans as final'pay quantities, said estimated quantities shall be the final quantities for which payment for such specific portion of the work will be made, unless the dimensions of said portions of the work shown on the plans are revised by the Engineer. If such dimensions are revised, and such revisions result in an increase or decrease in the quantities of such work, the final quantities for payment will be revised in the amount represented by the changes in the dimensions. The estimated quantities for such specific portion of the work shall be considered as approximate only, and no guarantee is made that the quantities which can be determined by computations, based on the details and dimensions shown on the plans, will equal the estimated quantities. No allowance will be made if the quantities based on computations do not equal the estimated quantities. Provisions of this section relating to the final pay quantities will apply only to the items of work in the,Proposal shown with the letters (FA) or (S-F) and only to the specific portions of said items of work that are so designated on the plans. Any portions of these items of work which are not designated on the plans as final pay quantities will be measured and paid for in accordance with the applicable provisions of these Standard Specifications and the Special Provisions. C-13 FEDERAL LABOR STANDARDS INFORMATION This project requires compliance with the labor standards promulgated by the United States Secretary of Labor as specified in Section E of these specifications. The Contractor's attention is directed to some important prov1s1ons of Section E that shall be a~complished by the 'Contractor. The provisions are as follows: 1. Pay not less than the prevailing wages outlined in the contract and these special provisions, including time and one-half to those employees who worked over eight hours per day or forty hours per week on the project. 2. Pay all employees at least once a week. 3. Post the applicable wage determinations on the job site so that employees may verify their rates of pay. 4. Submit weekly payroll records and a statement of compliance to the contracting government, and keep these records for three years from the date of completion of the contrast. 5. Make the provisions of Section Ea part of all subcontractor contracts. C-5 C-14 SOIL CONDITIONS The Contractor's attention is directed to the diagram on the plans entitled "Log of Test Borings." These diagrams are records of the data obtained by the Agency and represent the character of material encountered at the test boring sites. These diagrams are included only for the convenience of the bidders. There is no guarantee, either expressed or implied, that the conditions indicated are representative of those actually existing throughout the project, or any part of it, or that unforeseen developments may not occur. The diagrams were accompanied by a report which is available in the office of the Agency for study by prospective bidders and the Contractor. The plotted locations shown on the plans are locations estimated in the field. The inclusion of the test boring log in the plans shall not be construed to be a waiver of the Contractor's obligation to inspect the soil conditions before submitting a bid. By submitting a bid, the Contractor acknowledges satisfaction as to the quality of the soil information, including but not restricted to the conditions affecting handling and storage of materials, disposal of excess material, and level and amount of groundwater. The Soils Report shall not be construed to be a waiver of the Contractor's obligation to inspect the soil conditions before submitting a bid. By submitting a bid, the Contractor acknowledges satisfaction as to the quality of the soil information, including but not restricted to the conditions affecting handling and storage of materials, disposal of excess material, and level and amount of groundwater. C-15 UTILITIES TO PROTECT The Contractor's attention of the Standard Specifications. underground facilities in their is directed to the drawings and to Section 5 The Agency has attempted to show all proper place. The Contractor shall, by appropriate methods, verify the location of underground facilities prior to excavation. All underground facilities are to be protected in place, except as noted. C-16 UNFORESEEN DIFFICULTIES All loss or damage arising out of the nature of the work to be done under the contract, or from any unforeseen obstructions or difficulties which may be encountered during the progress of the work and in the prosecution of the same, or from the action of elements, or from encumbrances on the line of work, shall be sustained by the Contractor. C-6 C-17 PROVISIONS FOR EMERGENCIES Unusual conditions may arise during the work which require that immediate and unusual provisions be made to protect the public from danger, loss or prosecution of the work. It is part of the service required of the Contractor to make such provisions and to furnish such protection. The Contractor shall take such steps and precautions as his operations make necessary in order to protect the public from danger, damage, or loss of life or property which would result from the interruption or contamination of public water supply, irrigation or other public service, or from the failure of partly complete work. Whenever, in the opinion of the Engineer an emergency exists against which the Contractor has not taken adequate precautions for public safety or for protection of utilities, adjacent structures or property which may be injured by process of construction on account of such neglect and immediate action is necessary in order to protect public, private, personal or property interest, or prevent likely loss of human life or damage on account of contract operations, then the Engineer may provide suitable protection to said interests by causing such work to be done and material to be furnished which the Engineer deems reasonable and necessary. The cost of said repairs, including labor and materials, as may be deemed necessary by the Engineer shall be borne by the Contractor. If the Contractor does not pay said cost and expenses upon presentation of the bills therefor, duly certified by the Engineer, said cost and expense will be paid by the Agency and shall be deducted from any amounts due, or which may become due the Contractor. Failure of the Agency, however, to take such precautionary measures shall not relieve the Contractor of his full responsibility for public safety. C-7 SECTION D -PERMITS D-1 PERMITS AND LICENSES The CONTRACTOR shall be responsible for identifying and obtaining all construction, safety, or miscellaneous permits and licenses required for this project. Costs and fees associated with said permits shall be borne solely by the CONTRACTOR. The CONTRACTOR shall maintain a copy of all permits and licenses on the job site and shall, upon request, furnish the AGENCY with copies thereof. The CONTRACTOR shall comply with all rules and regulations included in said permits and licenses. Should the CONTRACTOR fail to conform to said rules and regulations, the AGENCY reserves the right to perform the work necessary to conform to the rules and regulations. The cost of such work will be deducted from any moneys due to or become due to the CONTRACTOR. The following required permits have been obtained for this project. They are incorporated herein as part of these Special Provisions. (a) California Regional Water Quality Control Board -Construction Dewatering Permit. The CRWQCB permit NPDES No. CA 0106071 has expired. The County of Orange has applied for a renewal to permit NPDES No. CA 0106071. The renewed permit is expected to have few changes. A copy of NPDES No. CA 0106071 is attached. In the event that unforeseen work is required by the special conditions of the renewed permit, said work shall be negotiated with the Contractor as provided for ·in Section 3-3 "Extra Work", of the Standard Specification. (b) California Department of Fish and Game -1601 Permit Copy attached. The following required permits are in the process of being obtained: (c) U.S. Army Corps of Engineers -404 Permit (d) California Coastal Development Permit EMA has been in contact with the Army Corps of Engineers and the California Coastal Commission concerning these permits and it is not anticipated that the general or special conditions of the permits will require additional work by the CONTRACTOR. In the event that unforeseen work is required by the special conditions of the permits, said work shall be negotiated with the Contractor as provided for in Section 3-3, "Extra Work", of the Standard Specifications. D-1 D-1 PERMITS AND LICENSES Certain items in the permits attached in this section are the responsibility of the COUNTY. For the California Regional Water Quality Control Board all monitoring and reporting required by the permit will be done by the COUNTY. This does not, however, relieve the contractor from compliance with other conditions, provisions and requirements of the permit. It will be the CONTRACTOR's responsibility prior to commencing work to obtain all other construction, safety, or miscellaneous permits and licenses required for this project. The CONTRACTOR is responsible for the following on all the above permits, licenses and agreements: (a) Becoming familiar with the terms of each document and complying with provisions contained therein; (b) Maintaining copies of each document on the job site; (c) Including cost of obtaining all permits/licenses not obtained by others, in the appropriate bid item; (d) Including cost of conformance and maintenance of all permits/licenses, etc. in the appropriate bid item. Full compensation for obtaining and/or conforming to the requirements of the various permits and licenses shall be considered as included in the prices paid for the various contract items of work and no additional compensation will be allowed therefor. RB:cg (A-1) D-2 fl'Aff OF CA&.ll'OllffiA CE!!l'ICE DEUIWl!JIAN, !lo- CA '..IFORNIA REGIONAi. WATER QUALITY CONTROi. BOARD 1 ~fA ANA REGION · Ill -!ANA AVlll!NLIII:, IIIJl"l'II! l!OO Ill .. jUUI-., c::Ai.11"-NIA HIIN --429!1 p>t4CIMlll:1 «?HI oBll4•1HIII December 13. 1985 Mr. F •. G. Mc:Le11 .111n • M.llln11ger Development Services Division Orange County Envi!"Dnment.1111 Management Agency P. o. Box 4048 Sant.Ill Ana, CA 92702 Dear Mr. Mc:Le11an: Enclosed is ,111 certified copy of Order No. 86-163, NPDES No. CA 0106071, which conu1ns renewed requirements for dewatering discharges frl:!III construction projects. These requirements were adopted by the Board at the December 13, 1985, meeting. Sincerely, xec:ut1ve Officer Enc:10,ure c:c:: State Department of Health Services-Santa Ana t11/enc:losure /pit RECEIVED DEC lG 1985 California Regional Water Quality Control Board Santa Ana Reg1 on ORDER NO. 85-163 NPOES No. CA 0106071 Waste Discharge Requirements for County of Orange Environmental Management Agency-Public Works Construction Dewatering Orange County The California Regional Water Quality Control Board, Santa Ana Region (here- fnafte~Board), finds that: l. The County of Orange, Environmental Management Agency-Public Works (hereinafter discharger) currently discharges ground water dewatering wastes associated with construction activities under waste discharge requirements contained in Order No. 8~-182 (NPOES No. CA 0106071). Order No. 80-182 expired on November 1, 1985. 2. On August 28, 1985, the discharger submitted application No. CA 0106071.for the renewal of the pennit to discharge. 3. Undetermined amounts of dewatering wastes· wi11 be discharged to various surface waters. or·tributaries thereof, within the Orange County area, including but not limited to, the Santa Ana River. the San Gabriel River •. the Pacific Ocean. and coastal bays and estuaries. 4. The Board adopted a Water Quality Control Plan (Basin Plan) on May 13, 1983. This Plan contains water quality objectives and beneficial uses of waters in the Santa Ana Region. 5. These requirements are necessary to implement the Basin Plan. 6. The beneficial uses of the streams to which the dewatering wastes may be discharged include agricultural supply. water contact recreation. non-contact ~ater recreation, wildlife habitat, wann freshwater habitat. ground water recharge. and preservation of rare and endangered species. The major beneficial uses of bays to which the streams are tributary include navigation, water contact recreation, ocean coirmerc1a1 and sport fishing, w11d11fe habitat, marine habitat, preservation of a special biologically significant area. shellfish harvesting. and preservation of rare and endangered species. Beneficial uses of the Pacific Ocean (near-short zone) include industrial service supply, navigation, water contact recreation, ocean corm,ercial and sport fishing, marine habitat. shellfish harvesting, and preservation of areas of special biological significance. '' I I, Order No. 85-163 (NPDES No. CA 0106071) -continued Page 2 County of Orange EMA-Public Works, Construction Dewater1ng 7. The issuance of these waste discharge requirements is exempt from the provisions of the California Environmental Quality Act (Pub11e Resources Code, Section 21000 et seq.) in accordance with Section 13389 of the California Water Code. a. The Board has notified the discharger and interested agencies and persons of its intent to prescribe waste discharge requirerr.ents for the discharge and has provided them with an opportunity to submit • their written views and recommendations. ~ •. The Board, in a pub11c: meeting, heard and considered 1111 C:Ollmllnts pertaining to the discharge. IT IS HEREBY ORDERED that the discharger, in order to meet the provisions contained in Division 7 of the California Water Code and regulations adopted thereunder and the provisions of the Federal Water Pollution Control Act and regulations and gu1de11nes adopted thereunder, shall comply with the "fol lowing: A. Effluent Limftat1ons 1. The maximum daily discharge for any s1ng1e project shall not exceed 500,000 gallons (l.895m 3), 2. The discharge of dew11terin9 wastewater in excess of the following 11mits 1s prohibited: Const 1 tuen ts Tota 1 Su 1 fi des Suspended Solids Methylene BluP A~tive Substances . Total Phosphate Chlorine Residua 11 Oil and Grease 30-Day Average Maximum Daily Concentration Concentration 0.2 mg/1 0.4 mg/1 50 " 75 " .,..,..,... 0.5 II 20 0.1 • ---None Visible Mass emission rates have not been established for these discharges, since the flow for 1ndivfdua1 projects cannot be predicted at this time. 3. !lei ther the treatment nor the discharge of wastes shall cause ii nuisance or pollution, as defined 1n the California Water Code. 4. The discharge of any substance in concentrations toxic to human, animal, plant, or aquatic 11fe is prohibited, lJf chlorine is utilized for treatment of wastes. Order No. 85-163 (NPOES No. CA 0106071) • continued Page 3 County of Orange EMA-Pub11c Works, Construction Dewatering B. Receiving Water Limitations 1. When the discharge is to a watercourse in which there is continuous flow,.the discharge shall not cause the dissolved oxygen concentra-tion 1n the receiving water to be depressed beiow 5,0 mg/1, When ambient concentrations are less than 5.0 mg/1, the discharge shall not cause a further depression. 2. This discharge shall not cause a violation of any app11cah1e water ·quality standard for receiving waters adopted by the Regional Board or the State Water Resources Control Board as required by the Federal Water Pollution Control Act and regulations adopted there-under. If more stringent applicable water quality standards are promulgated or approved pursuant to Section 303 of the Federal Water Pollution Control Act, or amendments thereto, the Board will revise and r.iodify this order in accordance with such more stringent standards. C:. Provis ions l. The discharger shall comply with Monitoring and Reporting Program No. 85-163. 2. The discharger shall comply with the attached "Standard Provisions and Reporting Requi rer.ients" with the except1 on of the following items: A.4., 11, 16, and 18; 11.4., C.l., 3, 4, 7, a. and 9; and 0.6. and 7.b. 3. This order expires on November 1, 1990, and the discharger must file a report of waste discharge in accordance with Title 23, California Administrative Code, not later than 180 days in advance of such date as application for issuance of new waste discharge requirements. 4. This order shall serve as a National Pollutant Discharge Elimination System permit pursuant to Section 402 of the Federal Water Pollution Contra 1 Act or amendments thereto and sha 11 become effective 10 days after date of its adoption provided the Regional Administrator of the Environmental Protection Agency has no objection. If the Regional Administrator objects to its issuance. the permit shall not become effective unti1 such objection is withdrawn. I, James R. Bennett, Executive Officer, do hereby certify the foregoing is a fu11, true, and correct copy of an order adopted by the California Regional Water Quality Control Board, Santa Ana Region, on December lJ, .. 1gas. . . . : --~•_.: .. • ............ • .... .-: : ... .. . . . . -· . . , CALil"OIINIA REG!OOL WATER QUALITY CONTROL BOARD SANTA ANA REGION December 13, 1985 STANDARD PROVISIONS ANO REPORTING REQUIREMENTS A. G~nera1 Prov1stOIIS 1. The requ1re1111ents prescribed herein do not authorize the COll'lllfssfon of any act causing injury to the property of another, nor protect Lhe discharger fr0111 his liabilities under federal, state, or local Jaws, nor guarantee the discharger a capacity right 1n the receiving waters. z. The discharger sha11 pef'llll1t the Regional Board and the Environmental Pl"Otection Agency: 1. Entry u~on pr1!!111ses in which an effluent source 1s 1ocated Of' tn which any required records are kept; b. Access tc copy any records required to be kept under terms and conditions of this order; c. lnspeetton of 1110n1tor1119 equipment or records; and d. Suipling of any discharge. 3. A11 discharges authorized by this order shall be consistent ~1th the tems and condH.tons of this order. The discharge of 111ny pollutant 1111ore frequently than· or at a level in excess of that ident1f led and authorized by this order shall constitute a violation of the tenns and conditions of this order. •, 4. The discharger's w111ste111ater treatment plant shall be supervised and operated by persons possessing certificates of appropriate grade pur-suant to Chapter 3. Subchapter 14, Title 23, California Admin1strat1ve Code. 5. The dis.charger shall. at 11111 times, properly operate and maintain all faci11ties and systems of treatment and control (and re1lt~~ appur-tenances) which are 1nsta11ed or used by the discharger to athleve compliance w1th the per1111t limits. Proper operation and maint.enance includes effective perfol"fflance, adequate funding, adequate staffin9 and training, and adequate laboratory and process controls, 1nc1uding appropriate quality assurance procedures. The discharger shall keep fn a state of readiness an systems necessary, at any time, to achieve compliance with the waste discharge requirements. All systems, both those in service and reserve, shall be inspected and maintained on a regular basis. All reserve units shall be regu1ar1y tested by placing into service. Record~ shall be k!pt:~f ~he tests and made available to the regulatory agencies. _.· l!i •. Co11eited screenings, sludges, and other sol ids removed by treatment .. . :-proees:;..,es shall be disposed of in the manner approved by the Executive Office:'" of the Regional Board. 7. After notice and opportunity for a he~ring, this order may be ter-minated or modified for caus~. including, bu~ no: limitec to: a. V1olat1on of any tel"III or condition contained in thls order; b. Obtaining this order by misrepresentation, or failure to disclose fully all relevant facts; e. A change in any cond1t1on that requires either I til!fflporary or pen111anent reduction or e11mlnatlon of the authorized discharge. 8. lf a toxic effluent standard o~ prohibition (including any sche- dule of CCCIIP11ance specified in such effluent standard or prohibi- tion) is established under Section 307(1) of the F~eral Water Pollution Control Act, or amendments thereto, for I toxic pollu- tant which is present 1n the discharge authorized herein and such standard or prohibition is more stringent than any limitation upon such pollutant In this order, the Board w111 revise or fflodtfy this order in accordance with such toxic effluent standard or proh1b1- tlon and so notify the discharger. 9. lf more stringent applicable water quality standards are approved pursuant to Seetlon 303 of the Federal Water Pollution Control Act, or llfflendments thereto, the board wi11 revise and modify this order 1n accordance with such more stringent ,tandards. 10. The provisions of this order are severable, and 1f any provision of this order. or the application of any provision of thls order. or the application of any provisions of this order to any cir-- cumstance. is held invalid, the application of such provision to other circumstances. and the !"l!fflainder of this order shall not be affeeted thereby. 11. Safeguard to electric power failure: a. The discharger sl\1111 maintain fo good working order II suf- ficient alternate power source for operating the wastewater treatment and disposal fac111ties. All equipment shall be located to 111inlm1ze failure due to moht.llre, liquid spray, flooding. and other physical phenomena. The alternate power :c-ii~ce shall be designed to pennit inspection and 11111t11tenance and sh~1l have provision for periodic testing. b. If such alternate power source is not in existence. the discharger shall halt. reduce, other otherwise control all discharges upon the reduction, loss. or failure of the primary source of power. 12. Any diversion freffll or b11>ass of facilities necessary to maintain compliance with the ten11s and cond1t1ons of this order Is prohi-bited, except (a) where unavoidable to prevent loss of life or severe property damage, or (bl 111her11 excessive stom dralru1ge or runoff would dam.age any fac111t1es necessary for cmp11ance with the effluent 11M1tat1ons and prohibitions of this order. The discharger shall promptly notify the Board and the Regional Achfn1strator of EPA w1th1n 24 hours of each such diversion or bypass. 13. Except for data detennined to be confidential under Section 308 of the Federal Water Po11ut1on Control Act, all reports prepared in. accOl'dance ~1th teffls of this order shall be avall~ble for public tnspection at the offices of the Regional Water Quality Control Board and the Regional Achinhtrator of EPA. As required by the Federal Water Pollution Control Act. effluent data shall not be considered confidential. Knowingly making any false statements on · 1n1 such report NY result 1n the jllll)os1t1on of crf111f11c1al pen111t.1es. ·as·prov1ded for tn Section 309 of the Act and Section 13387 of the California Water Code. 14. The discharger sha11 take 1111 reasonable steps to m1nfm1ze any adverie Impact to receiving waters resulting frOOI nonclllllpllance •• with any effluent 11M1tat1ons specified 1n this order. including such accelerated or additional monitoring as necessary to deter• a1ne the nature and impact of the nonc0111plying discharge. lS. In the event of any change 1n control or 01o1nershfp of land or ~aste discharge facility presently owned or controlled by the discharger, the discharger shall notify the succeeding owner or operator of the existence of thls order by letter, a copy of which shall be fon,arded to thfs Board. 16. The discharger shall ensure compliance with any existing or future pretreatment standard promulgated by EPA under Section 307 of the Federal Water Pollution Control Act or Miendments thereto for any discharge to the municipal system. 17. The discharge of any radiological, chemical. or biological warfare agent or high level rad1o1og1ea1 waste 1s prohibited. 18. The discharger.shall require each Industrial user to submit perfod1c notice (over intervals not to exceed n1ne months) of progress toward eomplfance w1th applicable toxic and pretreatment standards developed pursuant to the Federal Water Pollution -Control Act or M1endments thereto. The discharger shall forward a copy of such notice to the Board and the Regional Administrator. I~ Provisions for Monitoring 1. Water quality analyses shall be performed in accordance with the most recent edition of •fnvironmental Protection Agency Regulations on Test Procedures for the Analysis of Pollutants• promulgated by EPA (40 CFR 136). In addll:lcm, the Board and/or EPA, at their dhc·retion, may specify test aethods which are more sensitive than those specified in 40 CFR 136. 2. Chl!l!l1ca1, baeterlologleal, ind bloassay analyses shall be conducted at a laboratory certified for such analyses by the State Department of Health Services or EPA. 3. The 11borator1 which perfol"'llls the s,1111ple analyses must be Iden-tified in all 11110nltor1ng reports sullfflltted to the Regional Board Executive Officer and the Regional Adm1nlstrator (E,A}. 4. The discharger shall have. and impll!lllent. an acceptable written quality assurance (QA) plan for laboratory analyses. An annual report shall be submitted by January JO of each year which sum-aar1zes the QA actlv1tfes for the previous year. Duplicate chemi-cal analyses 1111Ust be conducted on I minimum of ten percent (101) of the t!llllll)les, or at least one sample per month, whichever fs greater. A similar frequency shall be maintained for analyzing spiked samples. • When requested by the Board or EPA, the discharger will par-ticipate 111 the NPDES discharge 111onitoring report 0A perfomance study. _ The pemi ttee 111ust have a sui:::eess rate equal to or greater than soi. 5. Sample containers. preservation. and hold times shall confom with 40 CFR Part. 136. S. Influent samples shall be tiken at each poini of inflow to the wastewater treatment plant. upstream of any in-plant return flows, and shall be representative of the influent to the treatment plant. 7. Effluent samples shall be taken downstream of the last addition of waste to the treatment er discharge works where a representative sample may be obtained prior to mixing with the receiving waters. 8. A11 monitoring instruments and devices used by the discharger to fulfill the prescribed monitoring program shall be prOl)erly main-tained and calibrated as necessary to ensure their continued accuracy. 9. The flow measurement systl!III shall be calibrated at least once per year or more frequently, to ensure continued accuracy. C. General Reporting Requirements 1. The discharger sha11 sullfflit to the Board on or before each compliance report date, a report deta111ng his CO!llpliance or noncompliance with the specific schedule date and task. Jf noncompliance 1s being reported, the reasons for such noncomp111nce shall be stated plus an estimate of the date when the discharger will be 1n c0111p11ance. The discharger shall notify the loard by letter when he has returned to compliance with the t1ae scheeule. 2. In the event the discharger does not c0111ply or will be unable to c0111ply with 1ny prohibition, daily maximum effluent 11m1tat1on, or receiving water 11mltatton of this order for any reason. the discharger shall notify the Executfve Officer by telephone (714) 684-9330 as soon as he or hfs agents have knowledge of such non• ccmplfance. and shall confirm this notification 1n wr1ttng within five (5) days. The written notification shall state the nature. t1~e, and cause of nonc0111pli1nce and shall describe the measures being taken t-o prevent recurrences. 3. The discharger shall f11e with the Board w1thfn ninety (90) days after the effective date of this order a technical report on his preventive (failsafe) and contingency (cleanup) plans for eontro111ng accfdenta1 discharges and for m1n1m1zfng the effect of such events. The tech-nical report should: a. Identify the possible sources of accfdenta1 loss, untreated waste bypass, and contaminated drainage. Loading and storage areas, power outage, waste treatment outage, and failure of process equipment, tanks. and pipes should be considered. b. Evaluate the effectiveness .of present facilities and procedures and state when they became operational. Describe facilities and procedures needed for effective preventive and contingency plans. c. Predict the effectiveness of the proposed facilities and proce-dures and provide an 1mplenentat1on schedule containing 1nter1~ and f1na1 dates when they will be constructed, implemented, or operational. (Reference: Sect1ons-l3267(b) and 13268, California Water Code.) The Board. after review of the technical report, may establish conditions whlch tt deems necessary to control accidental discharges and to m1nlmhe the effects of such events. Such con-d1t1ons may be incorporated as part of this order. upon notice to the discharger. 4. D1sch1rge 11110nltorln9 d1t1 shall be submitted to·the extent possible on pr~rlnted D1icharge Monitoring Report forms to be supplied by the Icard 1nd EPA. Other specific r~ortlng fomati whlch may Include a1gnetlc tape, punched cards or direct Cllfflputer entry may be prescribed at I liter date. Unless otherwise specified. discharge fl(lll,IS shill be reported In terms of the JO-day average 1nd the dally 111a1x 11111111 di sc::harge nows. The results of 111 1110nltorin9 required by this order shall be reported to the ~rd, and shall be submitted .in such a format as to allow direct c01111parison with the limitations and requirements of this order. 5. The discharger shall file wfth the Board a report of waste discharge at least 120 days before malting any material change or proposed change 1n the ch.aracter0 location, or volume of the discharge. 6. The results of any analysis of samples taken more frequently than required at the locations specified in the Monitoring and Reporting Progrilll shall be reported to the Board. 7". The discharger shall file a written report with the Board within ninety (90) days after the average dry-weather waste flow for any aonth equals or exceeds 75 percent of the design capacity of his waste treatment and/or disposal facilities. The discharger's senior admln- 1strat1ve officer shall sign a letter which transmits that report and c:ert1f1es that the po11cy-mak1ng body· h adequately 1.nformed about H. The report ·shall include:· a. Average d1111y flow for tile month, the date on wli1ch the instantaneous peat flow occurred. the rate of that peat flow, and the total flow for the day. b. The discharger's best esti111ate of when the average daily dry- weather flow rate will equa1 or exceed the design capacity of his fac:1 Ht 1es. c. The discharger's intended schedule for studies, design. and other ~teps needed to provide additional capacity for his waste treat- ment and/or disposal facilities before the waste flow rate equals the capacity of present units. (Reference: Sections 13260, l3267(b). and 13268, California Water Code.) The discharger sha11 notify the Board not later than 180 days in advance of implementation of any plans to alter production capacity of the product line of the manufacturing, producing, or processing faci- lity by more than 10 percent. Such notification shall include estima- tes of proposed production rate. the type of process. and projected effects on effluent quality. Notification shall include submittal of a new report of waste discharge and appropriate filing fee. 9. The discharger shall notify the Board of (a) nl!!lil 1ntroduct1on 1nto such works of Pollutants from a source which wuld be a nl!'II soorce, as defined 1n Section 306 of the Federnl Water Pollution Control Act. or amendments thereto. 1f such source were d1schargfng pollutants to the waters of the United States; (b) new introductions of Pollutants 1nto such works from a source which would be subject to Section 301 of the Federal Water Pollution Control Act. or amend1111:ints thereto. lf 1t were discharging such Pollutants to the waters of the United States; (c) a substantial change ln the volume or character of pollutants being introduced into such works by a source introducing pollutants 1nto such works at the time the waste discharge requirements were adopted, Notice shall include a descr1pt1on of the quantity and quality of pollutants and the Impact of such change on the quantity and quality of effluent from such publicly owned treatment works, A substantial change 1n volume is considered.an increase of 10 percent 1n the mean dry-weather flow rate. The discharger shall forward a copy of such not1ce directly to the Regional Administrator. D. Reporting Requirements for Monitoring 1. For every ften·of monitoring data where the requirements are not met. the discharger shall submit I statement of the actions undertaken or proposed which will bring the discharge into full compliance with requirements at the earliest time, and shall subnlt such tnfon11atlon. 1n writing, within two weeks of becoming aware of noncompliance. 2. By January 30 of each year, the discharger shall submit an annual report to the Board. The report shall contain both tabular and graphical sumnar1es of the 111onitorin9 data obt11ined dur'ln!J the pre.: vious year. Jn addition. the d1scharger shall discuss the cmpllance record and the corrective actions taken or planned which may be needed to bring the discharge into fu11 compliance with the waste discharge requirements. 3. The discharger shall ma1ntaln records of all s1111plfn9 and analytical results, including strip charts, the date, exact place, and time of sampling; the analyst's name; analytical techniques used; and results of all analyses. Such records shall be retained for a minimum of three years. This period of retention shall be extended during the course of any unresolved litigation regarding this discharge or when requested by the Board. 4. The discharger shall file with the Board technical reports on self-monitoring work perfonned according to the detailed specifications contained ln any Monitoring and Reporting Progrl!ffl or as directed by the Executive Officer. s. All reports shall be signed by: 1. In the case of corporations, by a principal executive officer at least of the level of vice president or his duly 1uthorlzed representative. if such representative fs responsible for the overall operation of the facility fr0ffl which the discharge originates; b. In the ease of I partnership, by a general partner~ c. In the case of I sole proprfetorsh1p. by the proprfetor; d. In the ease of I municipal, state. or other public facility, by either a principal executive officer, ranking elected offf. clal, or other duly authorized !!lllployee. s. The discharger shall submit to the Board, by January JO of each year. an annual suffl'llary of the quantities of a11 chemicals listed by both trade and ehe1111ca1 names which are used for cooling and/or boiler water treatment and which are discharged. 7. The discharger shall mafl a copy of each monitoring report on the appropriate form to be supplied by the Board and any other reports required by this order to: a. California Regional Water Quality Control Board Santa Ana Region 6809 Indiana Avenue, Suite 200 Riverside. CA 92506·4298 b. A copy of such monitoring report for those discharges designated as a major discharge shall be malled to: Regional Administrator Environmental Protection Agency Region 9, Attention: C-A-CHR (W-3-l) 21S Fremont Street San Francisco, CA 94105 E. Definitions. •, l. The daily mass emission rate 1s obtained fr0ffl the fo11owi119 c:a1c:ula-• ti on for any calendar day; 8.34 Daily mass emission rate (lbs/day) •-Y- Daily mass emission rate (leg/day) 3.78 .. ,- in which N 1s the number of samples analyzed in any calendar day. Q; and C1 are the flow rate (MGO) and the constituent con-centration (mg/1) respectiyely, which are associated with each of the N grab samples which may be taken in any calendar day. If I ccmpos1te smple Is taken. C1 ls the concentrat1on measured tn the c0111pos1te s1111ple and Ot ts the average flow rate occurring during the period over whlch s&111ples are ecmpos1ted. The daily concentratton of all constituents shall be deten11lned fr011111 the flow-weighted average of the same constituents in the cllllb1ned ~aste stre1111s as follows: 1 Daily eoncentrat1on • ?ft " :i: 111 1 .. 1 1n which His the ~umber of component waste streams. 01 aod C1 are . the flow r.ate (I-GD> and the constitute concentr1t1on (1119/lJ. respective-ly. which are associated wfth each of the N waste streams. Otts the total flow rate of the ecmbined waste streams. 2. The •30-day, or 7-day, average• mass l!!l!lission rite 1s the total mass en1ss!on rates by weight during a 30. or 7. consecutive calendar day period, respectively. divided by the number of days 1n the period th1t the facility was discharging. Where less than daily sampling ts required by this pemit, the JO-day, or 7-day, average discharge shall be detel'lllined by the su1m111t1on of all the measured mass emission rates by weight divided by the number of dil.YS during the 30. or 7, con-secutive calendar day period when the measurements were made. For other than 7-day or 30-day periods. elll!lp1iance shall be based upon the average of 111 measurements 1111ade during the specified period. 3. The 11 dai1y 111Wtf111111111• d1sdurrge 1111e11n, tM total 1115<:.h,n·ge by 111111ght during any cal~r lh.Y· The •JO-day. or 7-day. average" concentration, is the flow weighted mean of 111easurements 11111de during a 30, or 7, consecutive calendar ~y period, respectively • . '• ' !i. The "lilui:11itM daily'" concentration h def111ed 1s the 111easur•ent aade on any single grab sample or CIJlillposlte sample. 6. A •grab• sa111p1e is defined as any 1ndfv1dual Slllllple collected tn less than 15 •1nutes. 1. A cmiposlte sample 1s defined as I e0111b1nat1on of no fewer than eight 1nd1v1dua1 samples obtained over the specified Slllllp11ng period. The volu111e of each 1nd1v1dua1 sample shall be proportional to the discharge flow rate at the t1me of sampling. The tlll'llposltlng period shall equal the spec1f1c samp11ng period, or 24 hours. if no period 1s spec1f1 ed. 8. An •tndustry• is defined as 1ny f&cllity 1dent1fled ln the Stiandard lndustr1a1 C1ass1flcatlon 14•nual, 1972. Off lee of Management 1nd Budget, as dll'llended and supplemented, under tile following divisions: a. Dh1 s I on A -Agr1c:11lt11re, Forestry, and F hll fog; b. Division 8 -Mining: e. Division D -Manufacturing; d. Division l -Services. A f1ci11ty fn the divisions listed may be excluded if it fs deter-mined by the Board that it Introduces primarily domestic wastes or wastes fr0111 sanftary conveniences. 9. •Prohibited wastes• are 1ny of the following wastes which sha11 not be introduced into the treatment works: a. Wastes which create a fire or explosion hazard in the treat-ment works; b. Wastes which w111 cause corrosive structural damage to treat-ment works. but, in 110 case. wast.es with a pl! lower than 5.0 unless the works· are designed to acc:omodate such wastes; c. Solid or viscous wastes in amounts which would cause obstruc-tion to the flow 111 sewers or other interference with the proper operation of the treatment wor\s1 or d. Wastes at II flow rate and/or pollutant discharge rate which is excessive over relatively short time periods so that there is a treatment process upset and subsequent loss of treatment eff1cfenc:y. California Regional Water Quality Control Board Santa Ana Region Monitoring and Reporting Program No. 85-163 NPDES No. CA 0106071 for County of Orange Env1 ronmenta l Management Agency-Public Works Construction Dewatering Orange County Pre-Project Reporting A. Not less than 45 days prior to cor.rnencement of the project (i.e .• as soon as a firm project has been developed, but not later than the bid announcement), the discharger shall submit a report to the Board for approval by the Executive. Offic~r. A copy of the report shall be transmitted to: Regional Manager Department of Fish and GaMe, Region 5 Attention: Environmental Services Branch 350 Golden Shore long Beach, CA 90802 The report shall consist of the following: l. A plot plan showing the location of the proposed project; and 2. A construction time schedule, including the anticipated cormiencement date and completion date of dewater1ng act1v1t1es. B. • The discharger shall submit a report containing the fo11owfng items to the Board for review and approval by th.e Executive Officer 10 days prior to the cormiencement of the project: • 1. A description of facilities to control the concentration of pollutants 1n the wastes including, but not limited to, suspended so11ds and total sulfides, or the reason that the necessity of such facilities 1s not,anticipated. 2. A plan specifying methods to control erosion due to general construction activities of the project, M&RP No. 85-163 -continued Effluent Water Monitoring A sampling station shall be established for each point of discharge and shall be located where representative samples of that effluent can be obtained. The following sha11 constitute the effluent monitoring pro~ram: Type of Minimum Frequency Constituents Units Sample of Analysis flow gallons Estimate Daily Total S111f1des 1119/1 Grab Weekly Suspended Solids II N N Methylene Blue Active Substances 1 " • N Total Phosphate 1 " " " Chlorine Residual (if app11c;ab1e) " " " A check for the presence of visible on residues or odors of solvents or hydro- Cllri>ons in the waste discharge sha 11 be made daily and reported. The presence of any of these constituents shall be reported to the Executive Officer of the Board within 24 hours of detection. Receiving Water 11oni tori ng Once per week. where applicable, two samples shall be collected from the receiving water and analyzed for dissolved oxygen. One sample shall be collected at a conveniently located station 25 to 50 feet upstream from the point of discharge. The other sample shall be collected at a conveniently located station 50 to 100 feet downstream from the point of discharge. Reoorting The discharger shall implement the above monitoring program with the commence- ment of the discharge. Monitoring reports shall be submitted by the dates in the following schedule: Report Effluent Monitoring Receiving Water Monitoring Monitoring Period Report Due Weekly, conmencing Monday Friday of the following week h " " " • If no discharge is made during any given month. a statel'lent reporting this fact shall be submitted 1n lieu of the monitoring reports. All reports shall be signed by a responsible officer or duly authorized employee of the Orange County Environmental Management Agency-Public Works and submitted under penalty of perjury. Ordered by Deoartment of Fish and Game 330 Golden Shore, Suite 50 Long Beach, CA 90802 ( ,tification No. 5-224-90 Page l of ± CONDITIONS REGARDING PROPOSED STREAM OR LAKE ALTERATION THESE CONDITIONS, entered into between the Department of Fish and Game, hereinafter called J .W. Williams of __ or.aJlge County EMA , State of hereinafter called the operator, is as follows: State of California, the Department, and California , WHEREAS.pursuant to Section 1601 of California Fish and Game .,;ode, the operator, on the _l7tl}_ day of April , 192.Q., notified the Department that he intends to substantiallY divert or obstruct the natural flow of, or substantially change the bed, channel, or bank of, or use material from the streambed of, the following water: _§anta Ana River and Gree.nville Ba.n.J:1.J.n.g .. channel , in the County of Orange_., State of California, Section --~ Township _9.§. ... Range lOW . WHEREAS, the Department' ( represented by Michaea_l Giusti has made an inspection of subject area on the -~61;1:)_ day of May_, l9'z..Q., and) has determined that such operations may substantially adversely affect existing fish and wildlife resources including: All wildl,_;fe in the area THEREFORE, the Department hereby proposes measures to protect fish ,d wildlife during the operator's work. The operator herby accepts .he following recommendations as part of his work: (see attached list of proposed conditions). If the operator's work changes from that stated in the notification specified above, this document is no longer valid and a new notificat~on shall be submitted to the Department of Fish and Game. Failure to comply with the provisions of this agreement and with other pertinent -0ode sections, including but not limited to Fish and Game Code Sections 5650, 5652, and 5948, may result in prosecution. Nothing herein authorizes the operator to trespass on any land or property, nor does it relieve the operator of responsibility for compliance with applicable federal, state, or local laws or crdinances. Acceptance of these conditions does not necessarily constitute Department of Fish and Game endorsement of the proposed operation, or assure the Department's concurrence with permits required from other agencies. These conditions becomes eff.ective on __§_IEE.tember 1. 1990 and terminates .J\.P.LP .1 1992 . ( l Page 2 of 4 STREAMBED ALTERATION CONDITIONS FOR NOTIFICATION NUMBER: _5-224-90 ,e following provisions constitute the limit of activities agreed to and resolved by these conditions. The signing of these conditions does not imply that the Operator is precluded from doing other activities, at the site. However, activities not specifically agreed to and resolved by these conditions are subJect to separate notification pursuant to Fish and Game Code Sections 1600 et seq .. The operator proposes to alter the streams by demolishing and reconstructing the existing bridge at the Santa River at Victoria Street. 1. These conditions only address the above proJect and does not address any impacts associated with the widening and realingment of the Santa Ana and Greenville Banning channels. Additional notification shall be required for those proJects. 3. All work sh£ diverted around the e completed in the dry. proJect site. Any flowing water shall be 4. The operator shall remove all concrete and asphalt debris from within the Santa Ana and Greenville Banning channels prior to any ~ains. 5. When work in a flowing stream is unavoidable, the entire stream flow shall be diverted around the work area by a barrier, temporary culvert, and/or a new channel. Channel bank or barrier construction shall be adequate to prevent seepage into or from the work area. The enclosure and the supportive material shall be removed when the work is completed and removal shall normally proceed from downstream in an upstream direction. 6. Preparation shall be made so that runoff from steep, erodible surfaces will be diverted into stable areas with little erosion potential. Frequent water checks shall be placed on dirt roads, cat tracks, or other work trails to control erosion. 7. If a stream channel has been altered during the operations, its low flow channel shall be returned as nearly as possible to its natural state without creating a possible future bank erosion problem, or a flat wide channel or sluice-like area. If a lake margin has been altered, it shall be returned as nearly as possible to its natural state without creating a future bank erosion problem. The gradient of the streambed or lake margin shall be as nearly as possible the same gradient as existed prior to disturbance. Page 3 of 4 8. Structures and associated materials not designed to withstand high ( ,asonal flows shall be removed to areas above the high ~ater mark ~fore such flows occur. 9. No debris, soil, silt, sand, bark, slash, sawdust, rubbish, cement or concrete or washings thereof, 011 or petroleum products or other organic or earthen material from any logging, construction, or associated activity of whatever nature shall be allowed to enter into or placed where it may be washed by rainfall or runoff into, waters of the State. When operations are completed, any excess materials or debris shall be removed from the work area. No rubbish shall be deposited within 150 feet of the high water mark of any stream or lake. 10. The operator shall notify the Department of Fish and five days prior to the date of commencement of operations five days prior to the date of completion of operations. operator's shall notify in writing the Department at 330 suite SO, Long Beach CA 90802. Game at least and at least The Golden Shore, 11. The operator shall comply will all litter and pollution laws. All contractors, subcontractors and employees shall also obey these laws and it shall be the responsibility of the operator to insure their compliance. 12. The Department reserves the right to enter the project site at any time to ensure that there is compliance with terms/conditions of this r",reement. 13. The Department reserves the right to suspend and/or revoke this Agreement if the Department determines that the circumstances warrant. The circumstances that could require a reevaluation include, but are not limited to, the following: a. Failure to comply with the terms/conditions of this Agreement. b. The information provided by the Operator in support of the Agreement/Notification is determined by the Department to be incomplete, or inaccurate. c. When new information becomes available to the Department representative(s) that was not known when preparing the original terms/conditions of this Agreement. d. The project as described in the Notification/Agreement has changed, or conditions affecting fish and wildlife resources change. 14. The operator shall provide a copy of the agreement to all contractors and the Operator's project supervisors. Copies of the agreement must be available at work sites during all periods of active work and must be present Department personnel upon demand. Page 4 of 4 ( ,. No equipment maintenance shall be done in or near any stream _nannel or lake margin where petroleum products or other pollutants from the equipment may enter these areas under any flow. CONCURRENCE Operator signature (date) Title .. "3~r.Di..t fl1.t, California Department of Fish and Game Title Associate Biologist SECTION F CONSTRUCTION DETAILS F-1 DESCRIPTION OF WORK The work to be done consists, in general, of clearing and grubbing, earthwork, grading, asphalt concrete paving, concrete curb and gutter, modifications to the storm drainage system, construction of reinforced concrete retaining wall, guard rail, and concrete slope paving. Other items of work or details not mentioned above that are required by the Plans, Standard Specifications, or these Special Provisions, shall be performed, • placed, constructed or installed. All work related to the construction of the bridge structures is described in Section G unless designated otherwise. For Section F: "Standard Specifications" shall refer to the APWA Standard Specifications, as amended in Section B of these Special Provisions, as set forth in the CA Section; "CalTrans Standard Specifications" and "CalTrans Standard Pl ans" sha 11 refer to the Standard Specifications and Standard Pl ans of the State of California, Department of Transportation (CALTRANS, dated January, 1988) excluding those sect ions of the Ca lTrans Standard Specifications related to contract administration, i.e., Sections I through 9 inclusive. F-2 PROGRESS SCHEDULE Progress schedule shall reflect all items of work described in these Special Provisions. The requirements in Subsection 6-1, "Construction Schedule and Commencement of Work," of the Standard Specifications are amended as follows: Subsequent to the time that submittal of a progress schedule is re qui red in accordance with these Special Provisions, no progress payments will be made for· any work until a satisfactory schedule has been submitted to the Engineer. Within ten (10) days after receipt of the Notice to Proceed, the CONTRACTOR shall submit for the Engineer's review, two (2) copies of a Preliminary Progress Schedule covering the following project phases and/or activities. I. The activities to be accomplished the first 30 days of the project. 2. The approach to scheduling the remaining work areas or phases of the work. The work for each phase or area must be represented by at least one (summary) activity such that they cumulatively indicate the entire project duration. 3. The approximate cost and duration for each summary activity which is the CONTRACTOR's best estimate for all the work it represents, and totals the contract cost. K/J/C 904001.00 F-1 4. The CONTRACTOR's submittal information shall show all intended submittal dates and sha 11 be incorporated into the fi na 1 Schedule. Submittal s and Shop Drawings shall include structural and reinforcing steel, equipment, pipe, pipe joints, special pipe sections and other appurtenances required in these Special Provisions. 5. The Preliminary Progress· Schedule shall describe the activities to be accomp 1 i shed and their dependency subject to a 11 requirements of other paragraphs of this clause, where appropriate. All work activities shall be cost loaded. The Preliminary Progress Schedule wil 1 be used temporarily to record and monitor the progress of work and shall be the basis for determining the progress payment to the CONTRACTOR(s) until the Schedule (discussed hereinafter) has been completely developed and fully approved. All recorded data on the Preliminary Progress Schedule will be incorporated into the first schedule update. 6. The CONTRACTOR shall, within five (5) days from receipt of the Engineer's comments, either revise and resubmit the Preliminary Progress Schedule in accordance with the Engineer's comments, or formally request a joint meeting to resolve any objections to the Engineer's comments. If the aforementioned meeting is held, the CONTRACTOR shall revise and resubmit the Schedule within five (5) days following the meeting. F-2. l SCHEDULE With thirty {30) days after the Notice to Proceed, the CONTRACTOR shall provide its proposed Schedule and tabulated activity report to the Engineer, which shall cover the entire contract duration and shall consist of, but not be limited to, the following: I. Proposed construction activities including shop drawing submittals and reviews. 2. Proposed durations for construction activities. 3. Proposed sequencing of construction activities. (Note the timing requirements specified in Section G-2, "Order of Work," of these Special Provisions) 4. Proposed sequencing of trade crews and major construction equipment. In developing the Schedule, the CONTRACTOR shall be responsible for assuring that all subcontractor and subcontractor work, as well as its own work, is included in the Schedule, that work sequences are logical and that the diagram shows a coordinated Plan of work. The Schedule as developed shall show the sequence and interdependence of activities required for complete performance of the work. The work shall be divided into activities with a maximum duration of fifteen (15) days each and not less than one day, unless otherwise directed by the Engineer, except for non- construction activities such as delivery of equipment and concrete curing. K/J/C 904001.00 F-2 Within fifteen (15) days of receipt of the CONTRACTOR's proposed Schedule and tabulated activity report, the Engineer and CONTRACTOR will meet for joint review, correction or adjustment. Any areas which, in the opinion of the Engineer, will conflict with timely completion of the project shall be subject to revisions by the CONTRACTOR. Within ten (10) days after the joint meeting between the CONTRACTOR and the Engineer, the CONTRACTOR shall revise the Schedule in accordance with agreements reached during the joint review. Three (3) copies of each of the revised Schedule and tabulated activity report will be provided to the Engineer. The tabulated Schedules Report shall include the following minimum data for each activity. 1. Activity beginning and ending event number (I-J) or Activity Number {Precedence). 2. Estimated duration. 3. Activity description. 4. Early start date (calendar dated). 5. Early finish date (calendar dated). 6. Latest allowable start date {calendar dated). 7. Latest allowable finish date (calendar dated). 8. Status (critical). 9. Total Float. 10. Cost value of each activity. The Schedule shall be upgraded on a monthly basis for the purpose of recording· and monitoring the progress of work. The CONTRACTOR shall meet with the Engineer each month to review actual progress made to date, dates of activities started and completed and the percentage of work completed to date on each activity started but not completed. CONTRACTOR prepared estimates of the percentage completion of each schedule activity and necessary supporting data sha 11 be submitted three (3) working days prior to the Schedule Update Meeting to be considered in es tab l i shi ng the percentage of work completed as of this submit ta 1 data. The CONTRACTOR, as a part of the monthly update, shall prepare a narrative report relative to the status of construct ion, submittal s, approvals and procurement. This report sha 11 indicate areas where problems exist and are anticipated, causes and actions needed to be taken by the CONTRACTOR or the Engineer. K/ J/C 904001. 00 F-3 F-2.2 REVISIONS TO THE SCHEDULE If, as a result of the monthly progress update, it appears the schedule does not represent the actual prosecution and progress of the work, the Engineer will request and the CONTRACTOR shall submit, a revision to the schedule logic and sequence of the Schedule by the CONTRACTOR. The CONTRACTOR may also request revisions to the schedule logic sequence of the Schedule in the event its planning for the project is revised. If the CONTRACTOR desires to make changes in the Schedule to reflect revisions in its method of operating and scheduling of its work, the CONTRACTOR shall notify the Engineer in writing, stating the reasons for the proposed revision(s). If revision to the schedule logic sequence is contemplated, the CONTRACTOR shall so advise the Engineer in writing at least two (2) weeks prior to the next Schedule Update Meeting, describing the revisions and setting forth the reasons therefor. Updating the Schedule to reflect actual progress made up to date of an update will not be considered revision to logic sequence and schedule; in case of disagreements concerning actual progress to date, the Engineer's determination will govern. Request for revisions of activity, costs, or redistribution or cost following network revisions shall only be made in a manner and amounts which are approved by the Engineer. Each updated Schedule shall be forwarded to the Engineer and will be accompanied by two (2) copies of an Update Report prepared by the CONTRACTOR. I. A description of all activities completed during the preceding month. 2. A description of progress made and planned activities listed as started but not completed on the updated Schedule. 3. A description of any revisions to the logic, sequence, initial durations, or activity costs for that update. The following computer produced reports will be provided for each update. I. I-J or Activity Number Sort 2. Total Float Sort 3. Cost on Activity F-2.3 TIME IMPACT ANALYSIS FOR CHANGES, DELAYS, TIME EXTENSIONS AND CONTRACTOR REQUESTS When change orders are initiated, delays are experienced or the CONTRACTOR desires to revise the logic, the CONTRACTOR sha 11 submit to the Engineer a written Time Impact Analysis illustrating the influence of each change, delay, or CONTRACTOR request on the current contract schedule completion date. Each Time Impact Analysis shall include a fragment (fragmentary network analysis) K/J/C 904001.00 F-4 demonstrating how the CONTRACTOR proposes to incorporate the change order, delay or CONTRACTOR request into the Schedule. The analysis shall demonstrate the time impact based on the date of occurrence of the change, delay, etc., the status of construction at the point in time; and the event time computation of all affected activities. The event times used in the analysis shall be those included in the latest update copy of the Schedule or as adjusted by mutual agreement. Each Time Impact Analysis shall be submitted in triplicate and within fifteen (15) days after a delay occurs or notice of direction for a change is given to the CONTRACTOR. In cases where the CONTRACTOR does not submit a Time Impact Analysis for a specific change order delay, or CONTRACTOR request within the specified period of time, then it is mutually agreed that the particular change order, delay or CONTRACTOR request has no time impact on the contract completion date and no time extension is required. Approval or rejection of each Time Impact Analysis by the Engineer shall be made within fifteen (15) days after receipt of each Time Impact Analysis unless subsequent meetings and negotiations are necessary. Upon approval, a copy of the Time Impact Analysis signed by the Engineer wi 11 be returned to the CONTRACTOR. Upon mutual agreement by both parties, fragmentary network(s) illustrating the influence of change orders, delays and/or CONTRACTOR requests will be incorporated into the Schedule during the first update after agreement is reached. F-3 COOPERATION The requirements of Subsection 5-6, "Cooperation," and 7-7, "Cooperation and Collateral Work," of the Standard Specifications, are amended as follows: The CONTRACTOR shall cooperate with all private property owners affected by the project, notifying them at least 24 hours before commencement of any work on/or adjacent to their property. The CONTRACTOR's attention is directed to Section F-12.l "Utility Disposition" of these Special Provisions. Several utilities wi 11 be performing work concurrent with work on this project. The CONTRACTOR shall cooperate and coordinate with these utilities through the Engineer. CONTRACTOR shall allow 20 working days for the utility companies to relocate their proposed facilities. Full compensation for conforming to the requirements of COOPERATION shall be considered as included in the various items of work involved and no additional compensation will be allowed therefor. F-4 MOBILIZATION Full compensation for conforming to the requirements of MOBILIZATION including providing bonds, insurance, and financing; establishing temporary construction yard; and moving equipment to the project site shall be considered as included in the contract lump sum price for MOBILIZATION and no additional payment will be allowed therefor. K/ J/C 904001. 00 F-5 The lump sum listed in Section C, "Payments," of these Special Provisions shall be paid with the first monthly progress payment after the proposed schedule is submitted with the required minimum data as specified by the Engineer. The amount in excess of the maximum value for progress payments purposes listed in Section C, "Payments," of these Special Provisions, will be included for payment in the first estimate made after acceptance of the contract. The total price bid for Mobilization shall include the cost of all mobilization and administration for the entire contract period. F-5 CLEARING AND GRUBBING CLEARING AND GRUBBING shall conform to the prov1s1ons of Subsection 300-1, "Clearing and Grubbing," of the Standard Specifications and these Special Provisions. Add to Subsection 300-1.1, "General," the fo 11 owl ng: -Areas to be cl eared sha 11 be grubbed to a depth necessary to remove a 11 stumps, roots, buried logs, and all other objectionable material. Clearing and Grubbing shall include but not be limited to the following: 1. Removal and disposal of trees and shrubs indicated for removal as shown on the Plans, located within Hamilton Avenue and Victoria Street right- of-way and slope easements, and those directed by the Engineer to be removed. 2. Removal and disposal of abandoned utilities that interfere with construction. 3. Removal of fencing. 4. Clearing and grubbing necessary for the construction of the bridge .structures. Interfering portions of trees, shrubs and other vegetation over or within the right-of-way shall be trimmed or removed by the CONTRACTOR when required to maintain access to the construction area or as directed by the Engineer. Clearing and Grubbing shall be limited to the area within excavation and embankment slope rounding lines, and within two feet of structures, or other items to be constructed. All other vegetation outside clear and grub areas shall be protected in place from damage resulting from the CONTRACTOR's operations. All combustible materials, trash, debris and other waste materials from Clearing and Grubbing or from any construction ope rat i ans of this contract sha 11 be disposed of outside the road right-of-way in accordance with Section 300-1.3, "Removal and Disposal of Material," of the Standard Specifications. The CONTRACTOR shall protect all existing structures or facilities which are adjacent to or fall within, the limits of the work to be done under this contract, in accordance with Section 7-9, "Protect ion and Restoration of Existing Improvements," of the Standard Specifications. This item shall also include those structures and facilities which these specifications indicate are to be K/J/C 904001. 00 F-6 protected. Any structure or facility to be protected, which is damaged as a result of the CONTRACTOR' s construction operation shall be replaced by the CONTRACTOR, at his cost, to the satisfaction of the Engineer. Full compensation for conforming to the requirements of CLEARING AND GRUBBING shall be considered as included in the contract lump sum bid price for CLEARING AND GRUBBING and no additional compensation will be allowed therefor. The amount listed in Section C, "Payments," of these Special Provisions shall be paid with the monthly progress payments. The amount bid in excess of the maximum value for progress payments purposes listed in Section C, "Payments," of these Special Provisions shall be included for payment in the first estimate made after acceptance of the contract. F-6 MAINTAIN TRAFFIC AND DETOURS Add to Subsection 7-10.1, "Traffic and Access", of the Standard Specifications the following: When entering or leaving roadways carrying public traffic, the CONTRACTOR's equipment, whether empty or loaded, shall in all cases yield to public traffic. No excavation work shall be done prior to the installation of the traffic control devices as described in this section. Add to Subsection 7-10.3, "Street Closures, Detours, Barricades", of the Standard Specifications the following: The CONTRACTOR shall provide and maintain all signs, barricades, pedestals, flashers, delineators and other necessary facilities for the protection of the public within the limits of the construction area and all its approaches, including advanced signing and barricades. CONTRACTOR shall also post proper signs to notify the public regarding the conditions of the roadway and bike trail, all in accordance with the provisions of the Vehicle Code, and the "Manua 1 of Traffic Contra 1 ", as published by the State of Ca 1 i forni a, Business and Transportation agency, Department of Transportation, 1985. Access to private properties shall be maintained at all times during the construction where practical. Prior to restricting normal access to private properties, CONTRACTOR shall provide notification as required in Section F-3, "Cooperation", of these Special Provisions. In no case shall access to private property be restricted longer than 24 hours unless otherwise approved by the Engineer. The CONTRACTOR shall maintain one lane of traffic in each direction at all times. The deck joint between the existing northerly and southerly bridges do not match in vertical alignment at various locations across the structure. As the Phase I traffic staging will direct traffic over this joint, the CONTRACTOR shall provide and maintain an asphalt patch material bonded to the lower bridge deck to provide a smooth transition for traffic allowed to cross this joint. The CONTRACTOR shall provide a patch in all locations where the vertical drop at the deck joint is greater than 3/8-inch. The CONTRACTOR shall submit a transition plan and material for the Engineers review. K/J/C 904001.00 F-7 Flexible delineators shall be furnished and installed at the locations shown on the Plans and as directed by the Engineer. This work shall be performed in conformance with the current State of California, Department of Transportation, Traffic Manual and these Special Provisions. When portable delineators are used, they shall be spaced as necessary for proper delineation of the travel way as shown on the Plans. If the traffic cones or portable delineators are damaged, displaced or are not in an upright position, from any cause, said portable delineators shall immediately be replaced or restored to their original location in an upright position, by the CONTRACTOR. Traffic striping used at detours shall conform to the provisions of Section 310- 5.6, "Painting Traffic Striping, Pavement Markings, and Curb Markings" of the Standard Speci fi cations. CONTRACTOR shall provide one coat of paint for detour striping and maintain striping during construction. The CONTRACTOR shall furnish such flagmen as are necessary to give adequate warning to traffic or to the public of any dangerous conditions to the encountered. Flagmen, while on duty and assigned to give warning to the public of any dangerous conditions to be encountered, shall perform their duties and shall be provided with the necessary equipment in accordance with the current "Instructions to Flagmen", of the Department of Transportation. The equipment shall be furnished and kept clean and in good repair by the CONTRACTOR, at his expense. Spillage resulting from hauling operations along or across any public traveled way shall be removed immediately by the CONTRACTOR, at his expense. The CONTRACTOR is responsible for placing the traffic detouring as shown on the Plans. The work shall include: l. Removal as per Section F-6.1 of these Special Provisions, of any traffic striping, pavement markings and raised pavement markers which will conflict with the proposed traffic detour Plan. 2. Installation of all temporary traffic striping, construction signs, barricades, flashers, and flexible del ineators necessary to install the proposed traffic detour Plans as shown on the plans. 3. Installation and removal of asphalt patch material on the existing bridge deck. 4. Furnishing all labor, tools, equipment and materials necessary to do the work. 5. Covering all permanent signs that conflict with the temporary traffic control signs as directed by the Engineer. The CONTRACTOR shall satisfy himself to the extent of necessary sand-blasting required to remove existing striping which will conflict with the proposed detour plan. Should the CONTRACTOR appear to be neglectful or negligent in furnishing warning and protective measures as above provided, the Engineer may direct attention to K/J/C 904001.00 F-8 the existence of a hazard and the necessary warning and protective measures shall be furnished and installed by the CONTRACTOR. Should the Engineer point out the inadequacy of warning and protective measures, such action on the part of the Engineer shall not relieve the CONTRACTOR from responsibility for public safety or abrogate his obligation to furnish these devices. Full compensation for conforming to the requirements of MAINTAIN TRAFFIC AND DETOURS shall be considered as included in the contract lump sum price for MAINTAIN TRAFFIC AND DETOURS, and no additional compensation will be allowed therefor. F-6.1 REMOVE TRAFFIC STRIPES, PAVEMENT MARKINGS, AND RAISED PAVEMENT MARKERS Traffic stripes shall be removed before any change is made in the traffic pattern, and before painting new stripes, markings, and installing new raised pavement markers. Traffic stripes, pavement markings and raised pavement markers shall be removed to the fullest extent possible from the pavement by any method that does not materially damage the surface or texture of the pavement or surfacing. Sand or other material deposited on the pavement or sidewalks as a result of removing traffic stripes and markings shall be removed as the work progresses. Accumulations of sand or other material which might interfere with drainage or might constitute a hazard to traffic will not be permitted. Where blast cleaning is used for the removal of traffic stripes and pavement markings or for removal of objectional material, and such removal operation is being performed within· ten feet of a lane occupied by public traffic, the residue, including dust, shall be removed immediately after contact between the sand and the surface being treated. Such removal shall be by a vacuum attachment operating concurrently with the last cleaning operation. Grinding shall not be permitted. CONTRACTOR will be required to use a vacuum attachment, at all times, when sandblasting adjacent to traffic conditions. Nothing in these Special Provisions shall relieve the CONTRACTOR from his responsibilities as provided in Subsection 7-10, "Public Convenience and Safety", of the Standard Specifications. Full compensation for conforming to the requirements of REMOVE TRAFFIC STRIPES, PAVEMENT MARKINGS, AND RAISED PAVEMENT MARKERS, including all labor, materials, tools, equipment and incidentals, necessary for doing all the work, shall be considered as included in the contract lump sum price for MAINTAIN TRAFFIC AND DETOURS and no additional or separate compensation will be allowed therefor. F-6.2 MAINTAIN/RELOCATE/REMOVE TEMPORARY RAILING (TYPE K) AND CRASH CUSHIONS During construction, the Contractor shall maintain, relocate as required, and at the completion of the project, remove the temporary railing (Type K) and the crash cushions. K/J/C 904001.00 F-9 When construction operations are not actively in progress at a particular location, the modules of the temporary crash cushion shall be placed in position immediately in front of the work area. Modules that are damaged beyond repair during handling and placing shall be removed and replaced at the CONTRACTOR's expense. Removing and replacing modules damaged beyond repair by public traffic, as determined by the Engineer, will be paid for as extra work. At the completion of the project, temporary crash cushion modules and temporary railing {Type K) shall become the property of the CONTRACTOR and shall be removed from the site of the work. Temporary crash cushion modules shall not be installed in the permanent work. full compensation for conforming to the requirements of MAINTAIN/RELOCATE/REMOVE TEMPORARY RAILING (TYPE K) AND CRASH CUSHIONS, including all labor, materials, tools, equipment and incidentals, necessary for doing all the work, shall be considered as included in the contract lump sum price for MAINTAIN TRAFFIC AND DETOURS and no additional compensation will be allowed therefor. F-6.3 CONSTRUCT/REMOVE TEMPORARY PEDESTRIAN BRIDGE AND SIDEWALK A temporary pedestrian bridge structure and sidewalk shall be provided at the south east corner of the existing southerly bridge to maintain pedestrian traffic during construction operations relating to extending the southerly bridge (Phase I), as shown in the Plans. The CONTRACTOR may elect to re-route the pedestrians temporarily while constructing and removing the temporary bridge and sidewalk. The temporary bridge and support system may be constructed of steel, timber or concrete or a combination thereof. The design 1 oads and allowable stresses sha 11 be per the applicable criteria of CALTRANS Bridge Design guidelines. The temporary structure may not be supported on the existing bridge. Fill material will be required to bring the temporary sidewalk to meet the temporary bridge. The temporary bridge shall have a solid slip resistant surfaced plywood deck, while the temporary sidewalk shall be a minimum of 2-inch asphalt concrete pavement. The maximum percentage slope on the bridge and the sidewalk shall be 8 percent, and both sha 11 be 6-feet wide. The approximate location of the temporary bridge/sidewalk is shown in the Plans. The length of the structure required will be determined by the CONTRACTOR based on the amount of grading and fill provided. The pedestrian detour shall start within the limits of removed concrete barrier on the Southeast corner of the existing bridge, and extend to approximately Station 21+00. A 21-inch diameter temporary cross drainage culvert shall be placed at the low point to drain water trapped by the temporary sidewalk. The bridge and sidewalk shall have 5-foot long flat landings at every 30-feet and at every change in direction. The bridge shall have hand rails on both sides. The temporary bridge and sidewalk shall conform to the guidelines required by the State Building Code, Title 24, Part 2, California Code of Regulations, as published by the State Building Standards Commission, State and Consumer Services Agency. K/ J/C 90400 I. 00 F-10 Temporary fencing, as shown on the Plans, shall be provided along the temporary pedestrian bridge structure and sidewalk, and across the existing bridge. Fencing across the existing bridge shall be braced and/or attached to the existing bridge without damaging the bridge deck. The CONTRACTOR shall submit five sets of design calculations and working drawings prepared and certified by a Registered Professional Civil Engineer in the State of California. No work will be permitted until these Plans have been reviewed by the Engineer. Submittal shall be three weeks prior to anticipated construction. Review by the Engineer of the temporary bridge and sidewalk cal cul at i ans and drawings wil 1 in no way relieve the CONTRACTOR of full responsibility for the adequacy of the temporary bridge and temporary sidewalk. At the completion of the project, temporary pedestrian bridge, sidewalks and fill shall become the property of the CONTRACTOR, and shall be removed from the project site. Full compensation for conforming to the requirements of CONSTRUCT/REMOVE TEMPORARY PEDESTRIAN BRIDGE AND SIDEWALKS including all labor, materials, tools, equipment and incidentals necessary for doing the work required, including all necessary grading, drainage, and fencing, shall be considered as included in the contract lump sum price for CONSTRUCT/REMOVE TEMPORARY PEDESTRIAN BRIDGE AND SIDEWALK and no additional compensation will be allowed therefor property of Contractor. F-7 TEMPORARY RAILING (TYPE K) TEMPORARY RAILING (TYPE K) shall be placed at the locations shown on the Plans, specified herein or in the CalTrans Standard Specifications or as directed by the Engineer, and shall conform to the provisions in Section 12, "Construction Area Traffic Control Devices," of the Cal Trans Standard Specifications and these Special Provisions. The CONTRACTOR's attention is directed to the provisions in Section G-2, "Order of Work" and these Special Provisions. The first paragraph in Section 12-3.08, "Temporary Railing (Type K)," of the CalTrans Standard Specifications is amended to read: Temporary railing (Type K) shall consist of interconnected new or undamaged used precast concrete barrier units as shown on the Plans. Exposed surfaces of new and used units shall be freshly coated with a white color paint prior to their first use on the project. The paint shall conform to the provisions in Section 91-4.05, "Paint; Acrylic Emulsion, Exterior White and Light and Medium Tints," of the Cal Trans Standard Specifications. Temporary railing shall be pinned to bridge deck: whenever the railing is less than 2-feet from exposed edge of deck; or pinned to the existing pavement whenever the railing is less than 2-feet from a vertical drop greater than 6- inches; or placed on level compacted material as shown on the Plans. The 1 ast sentence of the seventh paragraph in said Section 12-3. 08 of the CalTrans Standard Specifications is deleted. K/J/C 904001.00 F-11 The first 2 sentences of the twelfth paragraph in said Section 12-3.08 of the CalTrans Standard Specifications are amended to read: Where shown on the Plans, threaded rods or dowels shall be bonded in holes drilled into existing concrete. Drilling of holes and bonding of threaded rods or dowels shall conform to the pro vis i ans for dril 1 i ng and bonding dowels as described in Section 83-2.020(1), "General," of the Cal Trans Standard Specifications. Temporary railing may have the CONTRACTOR's name or logo on each panel. The name or logo shall not be more than 4-inches in height and shall be located not more than 12-inches above the bottom of the rail panel. Full compensation for conforming to the requirements of TEMPORARY RAILING (TYPE K), including: 1. furnishing and installing temporary railing (Type K) 2. furnishing all labor, materials, tools, equipment and incidentals, necessary for doing the work shall be considered as included in the contract unit bid price per lineal foot of FURNISH AND INSTALL CONCRETE BARRIER (TYPE K) and no additional compensation will be allowed therefor. MAINTAIN/RELOCATE/REMOVE TEMPORARY RAILING (TYPE K) shal 1 be paid for at the contract lump sum price for MAINTAIN TRAFFIC AND DETOURS and no additional compensation will be allowed therefor. F-8 TEMPORARY CRASH CUSHIONS, SAND FILLED TEMPORARY CRASH CUSHIONS consisting of modules with sand fi 11 i ng sha 11 be furnished, installed and maintained as shown on the Plans, and as specified in the Ca lTrans Standard Specifications and these Special Pro visions. A sand filled crash cushion unit shall consist of a grouping of seven sand filled modules. Temporary crash cushion modules shall be either new or undamaged used modules placed as shown on the Plans and as provided in these Special Provisions. Modules contained in the crash cushion shall be of the same type at each 1 ocati on. The co 1 or of the modules sha 11 be the standard yell ow co 1 or as furnished by the vendor, with black lids. The modules shall exhibit good workmanship free from structural flaws and objectionable surface defects. Sand for filling the modules shall be clean washed concrete sand of commercial quality. At the time of placing in the modules, the sand shall contain not more than 7 percent water, as determined by California Test 226. Modules shall be fil 1 ed with sand in accordance with the manufacturer's directions. Sand capacity in pounds for each module shall be submitted to the Engineer for review. K/ J/C 904001. 00 F-12 The top edge of the seal in used Fitch modules requiring a seal shall be securely fastened to the wall of the module by a continuous strip of heavy duty tape. Temporary crash cushion modules shall be placed on movable pallets or frames, conforming to the general requirements shown on the Plans, which provide a full bearing base beneath the module. A Type P marker panel shall be attached to the front of the leading module of each crash cushion. The marker panel shall be firmly fastened to the module with commercial quality hardware or by other methods favorably reviewed by the Engineer. The modules and supporting pallets shall not be moved by sliding or skidding along the pavement or bridge deck. Temporary crash cushion, sand filled, will be measured by the module. Full compensation for conforming to the requirements of TEMPORARY CRASH CUSHION, SAND FILLED, including all labor, materials (including sand, pallets, and Type P marker panels), tools, equipment and incidentals, necessary for doing the work, shall be considered as included in the contract unit bid price per each module of TEMPORARY CRASH CUSHION, SAND FILLED and no additional compensation will be allowed therefor. MAINTAIN/RELOCATE/REMOVE CRASH CUSHIONS shall be paid for at the contract lump sum price for MAINTAIN TRAFFIC AND DETOURS and no additional compensation will be allowed therefor. F-9 HIGHWAY INFORMATION SIGNS Work shall consist of furnishing and installing HIGHWAY INFORMATION SIGNS, posts and mounting hardware at the locations as shown on the Signs and Striping Plan, or as directed by the Engineer. This work shall be done in conformance with OCEMA Standard Plan No. 1409 and these Special Provisions: • HIGHWAY INFORMATION SIGNS shall have a white legend and border on a· reflectorized blue background. The exposed portion of fastening hardware on the face of the signs shall be painted, using touch-up enamel that matches the background. HIGHWAY INFORMATION SIGNS shall be installed on two 6-inch by 6-inch nominal size wood posts. Posts shall be constructed of heart grade redwood, heart grade Douglas fir, or an alternate material approved by the Engineer. The sign material shall be standard 0.084-inch thick 6061-T6 or 5052-H38 aluminum alloy sign. Signs shall be reinforced with U-channels, as shown in Section 9-06 of CALTRANS Signing Manual. The 8-inch County logo will be furnished by the County and installed after sign fabrication. K/J/C 904001.00 F-13 HIGHWAY INFORMATION SIGNS shall be installed prior to the beginning of construction work and removed and salvaged when all construction work for the project is complete. Salvaged signs shall become the property of the County and shall be delivered to OGEMA Public Works Operations Division, 10852 Douglas Street, Anaheim, CA 92806. Full compensation for conforming to the requirements of HIGHWAY INFORMATION SIGNS including all labor, materials, including posts, tools, equipment and incidentals, necessary for doing all the work involved in furnishing, installing, removing, maintaining and salvaging HIGHWAY INFORMATION SIGNS complete in place as specified herein, shall be considered as included in the contract unit price bid per each HIGHWAY INFORMATION SIGNS and no additional compensation will be allowed therefor. F-10 DUST CONTROL To Subsection 7-8.1, "Cleanup and Dust Control," of the Standard Specifications add the following: No separate payment will be made for any work performed or material used to control dust resulting from the CONTRACTOR's performance of the work, or by public traffic, either inside or outside the right-of-way. Full compensation for conforming to the requirements of DUST CONTROL shall be considered as included in the various items of work. involved and no additional compensation will be allowed therefor. F-11 WATERING WATERING shall consist of developing a water supply and furnishing and placing al 1 water required for work done in the contract. The water used shall be reasonably free of objectionable quantities of silt, oil, organic matter, alkali, salts and other impurities. Full compensation for conforming to the requirements of WATERING sha 11 be considered as included in the various items of work involved and no additional compensation will be allowed therefor. K/ J/C 904001. 00 F-14 F-12 UTILITIES The Agency has endeavored to locate and show on the Pl ans the approximate locations of all private and public utilities and facilities to be encountered during construction, both existing and proposed. However, it is possible that, during the work, unknown substructures requiring relocation or protection may be encountered. Such unknown substructures will generally fall into two classes: Class I -Those requiring relocation or protection at the expense of the owner, and Class II -Those requiring relocation or protection at the expense of the Agency. For Class I utilities, the CONTRACTOR shall provide time and working space for protection or relocation activities and may be entitled to an extension of time of completion and/or extra compensation under the provisions of Subsection 5-5, "Delays," of the Standard Specifications. For Class II utilities, the Agency will make arrangements for the protection or relocation by the Owner or by the CONTRACTOR or by others. In the event either the protection or the relocation is to be accomplished by the CONTRACTOR, the procedures of Section 3, "Changes in Work," of the Standard Specifications shall be used. In the event protection or relocation is accomplished by the Owner or by others, the CONTRACTOR sha 11 provide time and working space and may be entitled to an extension of time for completion and/or extra compensation under the provisions of said Subsection 5-5, "Delays," of the Standard Specifications. In the event any such unknown substructures should be disturbed or damaged, not due to the failure of the CONTRACTOR's exercising reasonable care, the CONTRACTOR shall at once make necessary emergency repairs at no cost to the CONTRACTOR. Permanent repairs, if necessary, and/or relocation will be arranged by the Agency at no cost to the CONTRACTOR. Where facilities are shown on the Plans, "To Be Relocated By Others," the Agency will issue the owner a "Notice to Relocate" or, by Agency agreement with owner, require owner to relocate. In the event difficulties delay relocation, which in the judgment of the Engineer cannot reasonably be foreseen, and require a delay in CONTRACTOR' s completion date after a 11 reasonable remedies for keeping contract on schedule have been exhausted by CONTRACTOR including, but not limited to fl ow-charts and critical path scheduling, work simpl ifi cation, and alternative construction methods, Engineer may allow extra compensation and extra time to the CONTRACTOR. Add to Section 5, "Utilities", of the Standard Specifications the following: The CONTRACTOR shall protect facilities shown on the Plans, "To Be Relocated By Others," in both original and relocated positions and any damage to such facilities shall be immediately repaired to the owner's satisfaction at no cost to the Agency. K/J/C 904001.00 F-15 All utilities designated on the Plans to be protected in place shall be carefully uncovered if located within the lines of excavation and time shall be allowed for the Engineer to field check the location of such utilities to make certain that they wi 11 not interfere with construction. In the event a utility conflict exists, the Agency will either arrange for utility owner to relocate the utility or adjust grade and/or alignment of the proposed improvement. In the event any such facility should be disturbed or damaged, the CONTRACTOR shall at once make repairs to the satisfaction of the owner, or arrange with the owner to make repairs, at no cost to the Agency. Any delays or reconstruction of improvements resulting from the CONTRACTOR's failure to verify utility locations and depths shall be made at the CONTRACTOR's expense. If the CONTRACTOR wishes to have any of the following-utilities located, he must contact the responsible Agency at least two working days prior to construction in the immediate vicinity of the utility. TELEPHONE UT I LI TI ES OWNER NUMBER Storm Drain City of Huntington Beach (714) 536-5431 Telephone Line Pacific Bell (714) 259-4403 Gas Line Southern California Gas Company (714) 634-3262 Sewer Line City of Newport Beach (714) 644-3011 Cable TV Line Paragon Cable Systems (714) 895-6886 Power Poles Southern California Edison Company (714) 644-3011 Water Line Mesa Consolidated Water District (714) 631-1291 The CONTRACTOR' s attention is directed to the utility not i fi cation service provided by UNDERGROUND SERVICE ALERT (USA). USA member utilities will provide the CONTRACTOR with the locations of their substructures in the construction area when the CONTRACTOR gives at least two working days notice to the Underground Service Alert by calling 1-800-422-4133. The CONTRACTOR shall call USA prior to any work (such as backfilling, resurfacing, paving) over substructures to allow owners to locate and/or obtain accurate "ties" on their manholes, valve covers, meter boxes, etc. full compensation for conforming to the requirements of UTILITIES shall be considered as included in the various items of work involved and no additional compensation will be allowed therefor. F-12.1 IDENTIFICATION OF UTILITY DISPOSITION K/j/C 904001. 00 F-16 IDENTIFICATION OF UTILITY DISPOSITION PROJECT HAMILTON VICTORIA BRIDGE LIMITS HAMILTON ST. 200' EAST OF BROOKHURST ST. -VICTORIA AVE. 1100' EAST OF BROOKHURST ST. STATION SHT. DIST. UTILITY WORK PRIOR OR LT/RT OWNER COMMENTS LOCATION NO. Ct. FACILITY BY RTS. MESA p 11 +24 4 57' WATER · CONSOLIDATED ADJUST TO GRADE LT. METER WATER C DISTRICT· . 11 +00 -27' TELEPHONE PACIFIC p 13+88 4 LT. CONDUIT BELL C 13+88 4 29' TELEPHONE PACIFIC I - 21+00 6 LT. CONDUIT BELL C COUNTY p o· SANITARY SANITATION 13+30 4 RT. SEWER DISTRICTS OF ORANGE C COUNTY COUNTY p o· SANITARY SANITATION 13+41 4 RT. SEWER DISTRICTS OF 8§~~9f C COUNTY p o· SANITARY SANITATION 13+61 4 RT. SEWER DISTRICTS OF ORANGE C COUNTY cour-TY p o· SANITARY SANIT TION 13+74 4 DISTRICTS OF I RT. SEWER ORANGE C . COUNTY 40' GUY SOUTHERN R 12+39 4 LT. POLE CALIFORNIA EDISON 0 . . 45' POWER SOUTHERN R 13+39 4 LT. POLE CALIFORNIA EDISON 0 . MESA 72' WATER CONSOLIDATED p 12+28 4 LT. METER WATER DISTRICT C 72' GAS SOUTHERN p 12+35 4 LT. METER CALIFORNIA GAS C LEGEND: C = CONTRACTOR E = E.M.A. P = PROJECT R = RELOCATE I = REMOVE 0 = UTILITY OWNER '' ' ' .. F1 6. 1 IDENTIFICATION OF UTILITY DISPOSITION PROJECT HAMILTON VICTORIA BRIDGE LIMITS HAMILTON ST, 200' EAST OF BROOK HURST ST, -VICTORIA AVE. 1100' EAST OF BROOKHURST ST, STATION SHT. DIST. UTILITY WORK PRIOR OR NO. LT/RT FACILITY OWNER RTS. COMMENTS LOCATION (1_ BY 39' POWER SOUTHERN p 13+49 4 RT. POLE CALIFORNIA EDISON C 13+70 40' CABLE PARAGON p 4 CABLE 18+40 5 RT. TV TV C 18+40 5 40' CABLE PARAGON R CABLE 20+40 6 RT. TV TV 0 62' POWER SOUTHERN R 18+86 5 RT. POLE CALIFORNIA EDISON 0 49' POWER SOUTHERN R 18+88 5 LT. POLE CALIFORNIA EDISON 0 19' CITY OF R 13+00 4 RT. SANITARY 21 +00 6 13' SEWER NEWPORT Sewer facility to be relocated per LT. BEACH J) project plan sheets 43-47. 47' POWER SOUTHERN R 17+98 5 CALIFORNIA " LT. POLE EDISON 0 38' POWER SOUTHERN R 20+80 6 LT POLE CALIFORNIA EDISON 0 38' GUY SOUTHERN R 20+80 6 RT. POLE CALIFORNIA EDISON 0 . 34' ELECTRIC SOUTHERN R 20+85 6 RT. VAULT CALIFORNIA EDISON 0 28' CITY OF p 20+83 6 RT. S.D.M.H. COSTA MESA C LEGEND: C : CONTRACTOR E : E.M.A. P : PROJECT R : RELOCATE I : REMOVE 0 : UTILITY OWNER F16.2 IDENTIFICATION OF UTILITY DISPOSITION PROJECT HAMIL TON VICTORIA BRIDGE LIMITS HAMILTON ST. 200' EAST OF BROOKHURST ST. -VICTORIA AVE. 1100' EAST OF BROOK HURST ST. STATION SHT. DIST. UTILITY WORK "RIOR OR LT/RT OWNER COMMENTS LOCATION NO. It FACILITY BY RTS. 9' SANITARY CITY OF p 21+30 6 RT. SEWER • NEWPORT MANHOLE BEACH C SANITARY COUNTY p 39' SANITATION 13+53 4 LT. SEWER DISTRICTS OF ADJUST TO GRADE MANHOLE ORANGE C COUNTY - LEGEND: C = CONTRACTOR E = E.M.A. P = PROJECT R = RELOCATE I = REMOVE 0 = UTILITY OWNER F16.3 F-13 DEWATERING THIS SECTION DOES NOT INCLUDE DEWATERING REQUIRED WITHIN THE WATERCOURSE OF THE SANTA ANA RIVER. SEE SECTION G, 11 DEWATERING. 11 The CONTRACTOR' s attention is directed to the possibility of encountering surface runoff and groundwater during the various phases of the project. Any groundwater that may be encountered shal 1 be contro 11 ed and removed by methods of the CONTRACTOR's choice subject to the requirements of the California Regional Water Quality Control Board Permit; Fish and Game Permit (see Section D); and Flow and Acceptance of Water (see Section C). The dewatering system chosen shall relieve seepage pressure and keep the subgrade free from water. Regard] ess of the dewatering method chosen by the CONTRACTOR, the subgrade elevations shall be maintained. The CONTRACTOR sha 11 contra l the water level below the subgrade to prevent pumping of gravel base material. No discharge water quality problems are anticipated other than desilting prior to discharging into the downstream portion of the channel. The cost of desilting the discharge shall be included in the various items of work which require dewatering. The cost of all dewatering, including the above, shall include the cost of Flow and Acceptance of Water (Section C-4) and sha 11 reflect the construct ion requirements and discharge requirements imposed by the project permits and contained in these Special Provisions. Full compensation for conforming to the requirements of DEWATERING shall be considered as included in the various items of work and no additional compensation will be allowed therefor. F-14 REMOVE ASPHALT CONCRETE PAVEMENT REMOVE ASPHALT CONCRETE PAVEMENT sha 11 include sawcutt i ng and remova 1 of existing asphalt concrete pavement as designated on the Pl ans and as directed by the Engineer. The work shall conform to the prov1s1ons in Subsection 300-1.3, "Removal and Disposal of Materials, 11 of the Standard Specifications, and these Special Provisions. The pay quantities of pavement to be removed will be measured by the cubic yard, before and during removal. Existing pavement shal 1 be sawcut to the 1 imits shown on the Pl ans, and reconstructed to join existing conditions to provide a smooth transition, as directed by the Engineer. K/J/C 904001.00 F-17 Full compensation for conforming to the requirements of REMOVE ASPHALT CONCRETE PAVEMENT including: 1. furnishing all labor, tools, equipment, and materials necessary for doing the work 2. sawcutting 3. disposal of removed materials shall,be considered as included in the contract unit bid price per cubic yard of REMOVE ASPHALT CONCRETE PAVEMENT and no additional compensation will be allowed therefor. F-15 REMOVE MISCELLANEOUS CONCRETE REMOVE MISCELLANEOUS CONCRETE shall include the following items: 1. Curb and gutter 2. Other non-reinforced concrete as directed by the Engineer All work shall conform to the provisions in Subsection 300·1.3, "Removal and Disposal of Materials," of the Standard Specifications, and these Special Provisions. Full compensation for conforming to the requirements of REMOVE MISCELLANEOUS CONCRETE including: I. furnishing all labor, tools, equipment and materials necessary for doing the work 2. sawcutting 3. disposal of removed materials shall be considered as included in the contract unit bid price per cubic yard of REMOVE MISCELLANEOUS CONCRETE and no additional compensation will be allowed therefor. F·l6 REMOVE REINFORCED CONCRETE REMOVE REINFORCED CONCRETE shall include that portion of channel lining along the Santa Ana River necessary to construct the bridge abutments, and portions of the piles on the northerly bridge, as designated on the Plans and as directed by the Engineer. The work shall conform to the provisions in Subsection 300-1.3, "Removal and Disposal of Materials," of the Standard Specifications, and these Special Provisions. K/J/C 904001.00 F-18 The pay quantities of reinforced concrete to be removed will be measured by the cubic yard. Full compensation for conforming to the requirements of REMOVE REINFORCED CONCRETE including: I. furnishing all labor, tools, equipment, and materials necessary for doing the work 2. sawcutting 3. disposal of removed materials shall be considered as included in the contract unit bid price per cubic yard of REMOVE REINFORCED CONCRETE and no additional compensation wi 11 be a 11 owed therefor. F-17 REMOVE 21-INCH REINFORCED CONCRETE PIPE REMOVE 21-INCH REINFORCED CONCRETE PIPE shall include removal of existing pipe and backfi 11 i ng trench as designated on the Pl ans and as directed by the Engineer. The work shall conform to the provisions in Subsection 300-1.3, "Removal and Disposal of Materials," and Subsection 306-1, "Open Trench Operations," of the Standard Specifications, and these Special Provisions. The pay quantities of reinforced concrete pipe to be removed will be measured by the linear foot, before removal. Full compensation for conforming to the requirements of REMOVE 21-INCH REINFORCED CONCRETE PIPE including: l. furnishing al labor, tools, equipment, and materials necessary for doing the work 2. sawcutting, if necessary 3. backfilling trench 4. disposal of removed materials shall be considered as included in the contract unit bid price per linear foot of REMOVE 21-INCH REINFORCED CONCRETE PIPE and no additional compensation will be allowed therefor. F-18 REMOVE AND RELOCATE EXISTING SIGNS REMOVE AND RELOCATE EXISTING SIGNS shall include the removal and salvaging of existing roadside signs; and the removal and disposal of existing concrete bases and poles, as designated on the Plans and as directed by the Engineer. Work shall also include installing salvaged roadside signs and posts complete with K/J/C 904001.00 F-19 fastening and mounting hardware at the locations designated on the Plans or as directed by the Engineer. This work shall be performed in conformance with OCEMA Standard Plans No. 1409, and these Special Provisions. The exposed portion of fastening hardware on the face of the signs shall be painted, using touch-up enamel that matches the background. Posts for roadside signs shall be 1-3/4-inch square perforated steel tubing in accordance with OCEMA Standard Plan No. 1417. The work shall conform to the provisions in Subsection 300-1.3, "Removal and Disposal of Materials," of the Standard Specifications, and these Special Provisions. Multiple signs on the same post shall be measured as one sign. Full compensation for conforming to the requirements of REMOVE AND RELOCATE EXISTING SIGNS including: 1. salvaging the existing signs 2. furnishing all labor, tools, equipment and materials necessary for doing the work including one new sign as shown on the Plans. 3. disposal of removed materials shall be considered as included in the contract unit bid price per each of REMOVE AND RELOCATE EXISTING SIGNS and no additional compensation will be allowed therefor. F-19 REMOVE INLET STRUCTURE REMOVE INLET STRUCTURE shall include removal of existing inlet structure as designated on the Plans and as directed by the Engineer. The work shall conform to the provisions in Subsection 300-1.3, ''Removal and • Disposal of Materials," of the Standard Spec ifi cations, and these Special Provisions. Full compensation for conforming to the requirements of REMOVE INLET STRUCTURE including: 1. furnishing all labor, tools, equipment and materials necessary for doing the work 2. sawcutting, if necessary 3. disposal of removed materials shall be considered as included in the contract unit bid price per each of REMOVE INLET STRUCTURE and no additional compensation will be allowed therefor. K/J/C 904001.00 F-20 F-20 REMOVE JUNCTION STRUCTURE REMOVE JUNCTION STRUCTURE sha 11 include removal of existing junction structure as designated on the Plans and as directed by the Engineer. The work shall conform to the provisions in Subsecti.on 300-1.3, "Removal and Disposal of Materials," of the Standard Specifications, and these Special Provisions. Full compensation for conforming to the requirements of REMOVE JUNCTION STRUCTURE including: 1. furnishing all labor, tools, equipment and materials necessary for doing the work 2. sawcutting, if necessary 3. disposal of removed materials shall be considered as included in the contract unit bid price per each of REMOVE JUNCTION STRUCTURE and no additional compensation will be allowed therefor. f-21 EARTHWORK EARTHWORK shall conform to the prov1s1ons of OCEMA Standard Plan No. 1806, Sec ti on 300, "Earthwork," of the Standard Specification, and these Special Provisions. To Section 300, "Earthwork," of the Standard Specifications, add the following: Whenever reference to finished grade is made, it shall be considered to be the finished surface of the completed facility. Relative compact ion of not less than 90 percent sha 11 be obtained for a minimum depth of 0.5-foot below the grading plane, including shoulders, whether in excavation or embankment. In connection with earthwork, tests shall be made to conform with Section 211, "Soils and Aggregate Tests," of the Standard Specifications and the following: TEST TEST METHOD RELATIVE COMPACTION NO. CALIF. 216/231 SAND EQUIVALENT NO. CALIF. 217 RESISTANCE (R-VALUE} NO. CALIF. 301 SIEVE ANALYSIS NO. CALIF. 202 NUCLEAR DENSITY GAUGE NO. CALIF. 231 (PART I) The correction for oversize material as stated in Test Method No. Calif. 216 shall be replaced with Note 2 of ASTM D 1557. K/J/C 904001.00 F-21 Trenches, holes, depressions and pits caused by the removal of facilities shall be backfilled with embankment material as provided in Section 300, "Earthwork," of the Standard Speci fi cat ions. Such trenches, holes, depressions and pi ts that are in surfaced areas, otherwise to remain undisturbed, shall be backfilled with material equal to or better in quality and to the same thickness as the surrounding materials. When hauling is done over public highways, and when directed by the Engineer, loads shall be trimmed and all material removed from shelf area of vehicles in order to eliminate spilling of material. If directed by the Engineer, loads shall be watered after trimming to eliminate dust. Operations shall be conducted in such a manner that existing highway facilities, utilities, and other upon-highway facilities which are to remain in place will not be damaged. Surplus excavated material shall become the property of CONTRACTOR. CONTRACTOR shall be responsible to dispose surplus material outside of project right-of-way in accordance with all applicable ordinances. Full compensation for conforming to the requirements of EARTHWORK sha 11 be considered as included in the various items of work involved and no additional compensation will be allowed therefor. F-21.1 SUBGRADE TOLERANCES Subsection 301-1.4, "Subgrade Tolerances," of the Standard Specifications shall be deleted and the following added: Subgrade for pavement, sidewalk, curb and gutter or other roadway structures sha 11 not vary more than O. 05-foot from the specified grade and cross section. Subgrade for sub-base or base material shall not vary more than 0.10-foot from the specified grade and cross section. Variations within the above-specified tolerances shall be compensating so that the average grade and cross section specified are met. After subgrade is made, the CONTRACTOR shal 1 notify the Engineer so that EMA/Materials Lab may inspect the subgrade and determine the final structural section of pavement. Full compensation for conforming to the requirements of SUBGRADE TOLERANCES shall be considered as included in the various items of work involved and no additional compensation will be allowed therefor. F-21.2 UNCLASSIFIED EXCAVATION UNCLASSIFIED EXCAVATION shall conform to the prov1s10ns of Section 300-2, "Unclassified Excavation," of the Standard Specifications and these Special Provisions. K/J/C 904001.00 F-22 Delete the second paragraph of Subsection 300-2.8, "Measurement, n of the Standard Specifications and substitute the following: Measurement of Unclassified Excavation will be based on the volume it occupied prior to excavation. Disagreement regarding vo 1 ume measurements sha 11 be resolved prior to excavation. Any remeasuring or resurveying required as a result of disagreement will be at CONTRACTOR's expense. No excavation work shall be done prior to the installation of the traffic control devices as described in Section F-6. The excavation work shall be separated from the travel lanes by Krail in all cases. During excavation operations, native material may be used for this purpose; however, once the p 1 acing of the structural section commences, structura 1 material shall be used. No payment for material excavated as part of structural excavation and removal shall be included in the price paid for UNCLASSIFIED EXCAVATION. No payment for material excavated as part of shoring operations, including slopes, shall be included in the price paid for UNCLASSIFIED EXCAVATION. Full compensation for conforming to the requirements of UNCLASSIFIED EXCAVATION including: 1. providing all of the equipment, tools, labor and materials required for doing the work necessary 2. disposal of any surplus materials shall be considered as included in the contract unit price bid per cubic yard of UNCLASSIFIED EXCAVATION and no additional compensation will be allowed therefor. Measurement for all earthwork related to road construction shall conform to Caltrans Standard Plans Nos. A62-A, A62-B, or as indicated on the drawings. f-21.3 UNCLASSIFIED FILL UNCLASSIFIED FILL shall conform to Subsection 300-4, "Unclassified fill," of the Standard Specifications. Unclassified Fill shall include all fill required to construct finished lines and grades shown on the Plans or as directed by the Engineer. No payment shall be made for placing material excavated as part of, or in place of, a shoring operation including material excavated for sloping or placement of shoring. Full compensation for transporting excavated materi a 1 and placing it as compacted fill shall be considered as being included in the contract bid price per cubic yard for Unclassified fill compacted in place; and no adjustment for shrinkage, subsidence or any other allowance will be made therefor. K/J/C 904001.00 f-23 If , I 1/ Structural and unclassified excavated material may be used as unclassified fill as approved by the Engineer. Whenever selection is possible, excavation material having a sand equivalent value less than 20 shall not be placed within 2.5 feet of finished grade, and shall be placed in the lower portions of embankments. Measurement of all Unclassified Fill will be based only on the volume it occupies in its final position after compaction. Any disagreement over volume measurements re quiring veri fi cat ion by survey wil 1 be at the CONTRACTOR' s expense. Unsuitable material shall be removed as directed by the Engineer and in accordance with Section 300-2.2 "Unsuitable Material" of the Standard Specifications before placing the fill material. Fill material shall be compacted in horizontal layers such that the compaction equipment will be brought to bear on the full width and depth of the fill layer. Ful 1 compensation for conforming to the requirements of UNCLASSIFIED FILL including providing all equipment, tools, labor and materials necessary for doing the work, shall be considered as included in the contract unit price bid per cubic yard of UNCLASSIFIED FILL and no additional compensation will be allowed therefor. F-22 FURNISH AND DRIVE CONCRETE PILES FOR RETAINING WALL (CLASS 45) CONCRETE PILES FOR RETAINING WALL, for use in the proposed work, shall be driven, precast, prestressed piles as shown on the Plans, or,as directed by the Engineer and conform to Subsection 49-3, "Precast Concrete Piles," of the Cal Trans Standard Specifications, and these Special Provisions. , Minimum prestressed concrete strength at 28 days shall be as shown on the Plans. Pile extensions for prestressed concrete piles will not be allowed. When pile anchor dowels are used, at the option of the CONTRACTOR, the dowels shall be anchored in cast or drilled holes in the concrete pile with neat cement paste. If holes are to be drilled, they shall be drilled by methods that will not damage the concrete, reinforcing steel or prestressing steel. The diameter of the holes shall be the minimum consistent with placing of the neat cement paste and dowel. The holes shall be free of dust and other deleterious material when the neat cement paste is placed. Sufficient paste shall be placed in the holes before the dowels are inserted so that no voids remain after the dowels are inserted. The dowels shall be left undisturbed. Concrete foundation piles shall be driven to a bearing value of 45 tons each, as shown on the Plans, or as directed by the Engineer, and shall conform to Subsection 49-1.07, "Driving," of the Cal Trans Standard Specifications. K/J/C 904001.00 F-24 One pile of the type selected or designated for the work, shall be driven in the retaining wall area as an exploratory pile to determine the length and penetration that will be required for the balance of the piles. The CONTRACTOR is hereby advised that there is a potential for liquefaction of the soil around each pile while the pile is being driven. If sufficient time is not allowed for ground water to drain away from the piles, the piles may be driven far beyond the estimated pile tip elevation before the required blow count is reached. It is the CONTRACTOR's responsibility to furnish piles of sufficient length to obtain the penetration and bearing values required. The exploratory pile shall be at a minimum ten feet longer than the minimum penetration length needed as shown on the Plans and the reinforcement bars shall be ten feet longer than as shown on the CalTrans Standard Plans No. B 3-1. When the blow count exceeds either two times the blow count required in one foot, or three times the blow count required in three inches for the design bearing load as shown on the Plans, computed as set forth in Subsection 49-1.08, "Bearing Value and Penetration," of the Cal Trans Standard Specifications, additional aids shall be used to obtain the specified minimum penetration. These aids may be used in the use of predrilling, or water jets where permitted, or the use of a larger hammer employing a heavy ram striking with a low velocity. Driving equipment that damages the piling shall not be used. Minimum penetration for all piles in this project shall be to the elevations as shown on the Plans. A revised specified pile tip elevation will be determined by the Engineer after the exploratory piles are driven. Water jet aids and method (if used) shall be as approved and directed by the Engineer. If in the opinion of the Engineer, water jetting methods produce excessive penetration or unsatisfactory bearing, jetting shall be discontinued and other aids used. Pre-drilling or water jetting shall not be allowed within five feet of pile tip elevation. Full compensation for conforming to the requirements of FURNISH CONCRETE PILES (CLASS 45) shall include providing all labor, tools, equipment, and materials necessary for doing the work and shall be considered as included in the contract unit bid price per linear foot for FURNISH CONCRETE PILES (CLASS 45) and no additional compensation will be allowed therefor. Full compensation for conforming to the requirements of DRIVE CONCRETE PILES (CLASS 45) shall include providing all labor, tools, equipment, and materials necessary for doing the work and shall be considered as included in the contract unit bid price per each for DRIVE CONCRETE PILES {CLASS 45) and no additional compensation will be allowed therefor. F-23 RETAINING WALL CONSTRUCTION F-23.1 STRUCTURE EXCAVATION (RETAINING WALL) STRUCTURE EXCAVATION (RETAINING WALL) shall conform to Subsection 300-3, "Structure Excavation and Backfill," of the Standard Specifications. All surplus excavation material shall become the property of the CONTRACTOR and shall be disposed of outside the right-of-way in accordance with all applicable ordinances. K/J/C 904001.00 F-25 I Soil borings are included in the Plans. Copies of the Soils Report are available from the Agency for review by the CONTRACTOR upon request. No dewatering is anticipated. If dewatering is necessary, work shall be performed at CONTRACTOR's sole expense, and no additional compensation will be allowed therefor. Full compensation for conforming to the requirements of STRUCTURE EXCAVATION (RETAINING WALL) including furnishing all labor, tools, equipment and materials necessary for doing the work shall be considered as included in the contract unit price bid per cubic yard of STRUCTURE EXCAVATION (RETAINING WALL) and no additional compensation will be allowed therefor. F-23.2 STRUCTURE BACKFILL (RETAINING WALL) To Subsection 300-3.5, "Structure Backfill," add the following: Compaction equipment or methods which may cause excessive displacement or may damage structures shall not be used. Full compensation for conforming to the requirements of STRUCTURE BACKFILL (RETAINING WALL) including all labor, tools, equipment, and materials necessary for doing the work shall be considered as included in the contract unit price bid per cubic yard of STRUCTURE BACKFILL (RETAINING WALL) and no additional compensation will be allowed therefor. F-23.3 STRUCTURE CONCRETE (RETAINING WALL) STRUCTURE CONCRETE (RETAINING WALL) shall conform to OCEMA Standard Plan No. 1803, the provisions in Subsection 303, "Concrete and Masonry Construction," of the Standard Specifications, these Special Provisions, and the details shown on the Pl ans. Materials comprising construction shown on the Plans and referenced to in these Speci a 1 Pro visions shall conform to Section 201, "Concrete, Mortar and Re.lated Materials," and Section 206, "Miscellaneous Metal Items," of the Standard· Specifications, and OCEMA Standard Plan No. 1803. Concrete used shall be Class 560-C-3250. Full compensation for conforming to the requirements of STRUCTURE CONCRETE (RETAINING WALL) including all labor, materials, weepholes, equipment, tools, and incidentals necessary for doing the work shall be considered as included in the contract unit price bid per cubic yard of STRUCTURE CONCRETE (RETAINING WALL) and no additional compensation will be allowed therefor. K/J/C 904001.00 F-26 F-23.4 REINFORCING STEEL (RETAINING WALL) REINFORCING STEEL (RETAINING WALL) shall be grade 60 billet steel conforming to ASTM A 615, Section 201-2, "Steel Reinforcement for Concrete," of the Standard Specifications, OCEMA Standard Plan No. 1803, and these Special Provisions. All reinforcing steel shall be placed on supports to maintain the distance between the reinforcing steel and the subgrade, as required by the Plans and specifications. Under no circumstances shall rei,nforcing steel be placed on the subgrade and pulled during placement of concrete. The CONTRACTOR sha 11 not pl ace concrete until the Engineer has inspected the reinforcing steel placement and integrity of the steel reinforcement. No splices in transverse steel reinforcement will be permitted other than shown on the Plans. No more than one splice will be permitted in any longitudinal bar between transverse joints and the splices shall be staggered. Where permitted, splices in longitudinal and transverse steel shall be lapped forty-five (45} bar diameters, but not less than 12-inch, unless shown otherwise on the Plans. The quantities used in determining bar reinforcing steel shall be calculated based on the Plans and specifications. Full compensation for conforming to the requirements of REINFORCING STEEL (RETAINING WALL) including all labor, materials, equipment and incidentals; including all work involved in placing the reinforcing bars and steel doweling, as detailed on the Plans, shall be considered as included in the contract unit price bid per pound and no additional compensation will be allowed therefor. F-23.5 CHAIN LINK RAILING (TYPE 7) (RETAINING WALL) CHAIN LINK RAILING (TYPE 7) (RETAINING WALL) shall be constructed conforming to CalTrans Standard Plan No. B11-52, as shown on the Plans, and as directed by the Engineer. Full compensation for conforming to the requirements of CHAIN LINK RAILING (TYPE 7) (RETAINING WALL) including furnishing all labor, tools, equipment, and materials necessary for doing the work, shall be considered as included in the contract unit price bid per linear foot of CHAIN LINK RAILING (TYPE 7) (RETAINING WALL) and no additional compensation will be allowed therefor. F-23.6 CONCRETE RAILING (TYPE 26A) (RETAINING WALL) CONCRETE RAILING (TYPE 26A) (RETAINING WALL) shall be constructed conforming to CalTrans Standard Plan No. B11-54, as shown on the Plans, and as directed by the Engineer. Full compensation for conforming to the requirements of CONCRETE RAILING (TYPE 26A) {RETAINING WALL) including furnishing all labor, tools, equipment, and materials necessary for doing the work, shall be considered as included in the contract unit price bid per linear foot of CONCRETE RAILING (TYPE 26A) (RETAINING WALL) and no additional compensation will be allowed therefor. K/J/C 904001.00 F-27 F-24 CONCRETE HEADWALL CONCRETE HEADWALL shall be constructed conforming to CalTrans Standard Plan No. D 89; and the provisions of CalTrans Standard Specification Section SI, Concrete Structures, as designated on the Plans and as directed by the Engineer. All surplus excavation material shall become the property of the CONTRACTOR and shall be disposed of outside the right-of-way in accordance with all applicable ordinances. Full compensation for conforming to the requirements of CONCRETE HEADWALL including: I. furnishing all labor, tools, equipment, and materials necessary for doing the work 2. excavation 3. backfi 11 4. concrete for concrete headwall 5. reinforcing steel sha 11 be considered as included in the contract unit bid price per each of CONCRETE HEADWALL and no additional compensation will be allowed therefor. F-25 SLOPE PAVING SLOPE PAVING shall conform to Section 72-6, "Slope Paving," of the Standard Specifications, and as modified on the Plans, and these Special Provisions. I 11 Concrete for the slope paving shall be Class A. Slope Paving limits are shown on the Plans. These limits are the payment limits for the slope paving removal and replacement. Due to the CONTRACTORS method of shoring, excavating and access for equipment to the substructure construction locations, more or less slope paving may be required. Before excavation or existing slope paving is removed, the CONTRACTOR shall submit a plan of his proposed limits for the Engineer's review. No change in quantity or unit price will be made based on the CONTRACTORS proposed limits of removal and replacement. Existing slope paving shall be saw cut with a neat line. The plan quantity shall be full compensation for restoring a 11 slope paving or bike trail pavement removed or damaged in the opinion of the Engineer. SLOPE PAVING shall include the following items: I. Furnishing and installing PVC pipe for weephole extensions at Southerly Abutment las shown in the Plans. existing 2. Protect and/or repair of any damage to the revetment retaining wall located at Abutment 1, north corner. In addition, the chain link fence at this same location will require modifications to be shortened in length due to the K/J/C 904001.00 F-28 widened bridge. The CONTRACTOR sha 11 relocate posts as required in a workmanlike manner to provide a secure sturdy fence that abuts the future concrete barrier and tubular handrailing. Full compensation for conforming to the requirements of SLOPE PAVING including all labor, tools, equipment, materials and incidentals necessary for doing the work as shown on the Pl ans, described in the Standard Speci fi cat i ans, and specified in these Special Provisions, shall be considered as included in the contract unit price bid per square foot of SLOPE PAVING and no additional compensation will be allowed therefor. F-26 MISCELLANEOUS CONCRETE MISCELLANEOUS CONCRETE sha 11 conform to the prov, s 1 ans in Subsection 303-5, "Concrete Curb, Walks and Gutters," OCEMA Standard Plan No. 1803, these Special Provisions, and as directed by the Engineer. Portland Cement Concrete shall be Class 520-C-2500. Full compensation for conforming to the requirements of MISCELLANEOUS CONCRETE including: 1. furnishing all labor, tools, equipment, and materials necessary for doing the work 2. curb and gutter, local depressions, sidewalk and drive approaches 3. drill and grout for steel rebar dowels as shown on the Plans shall be considered as included in the contract unit price bid per cubic yard of MISCELLANEOUS CONCRETE and no additional compensation will be allowed therefor. F-27 UNTREATED BASE MATERIAL UNTREATED BASE MATERIAL shall conform to the requirements of Subsection 400-2, "Untreated Base Materials," and Section 301-2, "Untreated Base" of the Standard Specifications, OCEMA Standard Plan No. 1804, and these Special Provisions. Untreated base shall be placed as shown on the Plans and as directed by the Engineer. The material grading shall be either coarse or fine as specified in Subsection 200-2.2.2, "Grading," of the Standard Specifications, at the option of the CONTRACTOR. Changes from one grading to another shall not be made during the progress of the work, unless permitted by the Engineer. Full compensation for conforming to the requirements of UNTREATED BASE MATERIAL including all labor, tools, equipment, and materials necessary for doing the work shall be considered as included in the contract unit price bid per ton of UNTREATED BASE MATERIAL and no additional compensation will be allowed therefor. K/J/C 904001.00 F-29 I i/ i V F-28 ASPHALT CONCRETE ASPHALT CONCRETE shall conform to the Special Provisions outlined in OCEMA Standard Plan No. 1805. Quantities are based on the structural section shown on the Plans and are for bidding purposes only. Final structural sections will be determined by the Engineer and EMA/Materials Lab after the CONTRACTOR has completed rough grading. Full compensation for conforming to the requirements of ASPHALT CONCRETE including: I. constructing asphalt concrete pavement for all roads indicated to be paved 2. furnishing all labor, tools, equipment and materials including tack coat necessary to perform the work shall be considered as included in the contract unit price bid per ton for ASPHALT CONCRETE and no additional compensation will be allowed therefor. F-28.1 ASPHALT CONCRETE, MISCELLANEOUS AREAS ASPHALT CONCRETE, MISCELLANEOUS AREAS shall conform to the Special Provisions outlined in OCEMA Standard Plan No. 1805. Full compensation for conforming to the requirements of ASPHALT CONCRETE, MISCELLANEOUS AREAS including: I. furnishing all labor, tools, equipment and materials (excluding the asphalt concrete) necessary to perform the work 2. construction of asphalt concrete improvements as directed by the Engineer shall be considered as included in the contract unit price bid per square yard for ASPHALT CONCRETE, MISCELLANEOUS AREAS and no additional compensation wi 11 be allowed therefor. Asphalt Concrete required for ASPHALT CONCRETE, MISCELLANEOUS AREAS sha 11 be pa id for at the contract unit price bid per ton of ASPHALT CONCRETE and no additional compensation will be allowed therefor. F-28.2 LIQUID ASPHALT (PRIME COAT) In lieu of the requirements in Subsection 302-5.3, "Prime Coat," of the Standard Specifications a prime coat consisting of Grade SC-70 Liquid Asphalt shall be applied at a rate between 0.10 and 0.25 gallons per square yard, as directed by the Engineer. For estimating purposes assume an application rate of 0.15 gallons per square yard of surface area. K/ J/C 904001. 00 F-30 Full compensation for conforming to the requirements of LIQUID ASPHALT {PRIME COAT) including all labor, tools, equipment and materials necessary for doing the work shall be considered as included in the contract unit price bid per ton of LIQUID ASPHALT (PRIME COAT) and no additional compensation shall be allowed therefor. F-28.3 SEALCOAT SEALCOAT shall requirements of Specifications. be SS-lh asphaltic emulsion sealcoat conforming to the Section 203-5, "Emulsion-Aggregate Slurry" of the Standard A sealcoat shall be applied to the upper surfaces of asphalt concrete as shown on the Plans. Apply in accordance with the applicable requirements of Paragraph 302-8, "Sealcoat for Miscellaneous Areas" of the Standard Specifications. Sealcoat shall be applied at a rate of 50 gallons per 1,000 square feet, or as directed by the Engineer. Full compensation for conforming to the requirements of SEALCOAT including all labor, tools, equipment and materials necessary for doing the work sha 11 be considered as included in the contract unit price bid per square yard of SEALCOAT and no additional compensation shall be allowed therefor. f-29 SOIL STERILIZATION The CONTRACTOR shall apply soil sterilant with dye as specified below, before placement of asphalt concrete, at all locations where asphalt concrete is to be placed directly on native soil and all ASPHALT CONCRETE (MISCELLANEOUS AREAS), as shown on the Plans or as directed by the Engineer. The soil sterilant shall be applied at the rate of 22.2 pounds of product to 25 gallons of water per acre. Application shall be by spray equipment which provides good mechanical agitation and even coverage of the area to be treated. Spray equipment shall be calibrated before material is applied, and the Engineer's decision as to the effectiveness of the spray equipment shall be final. Great care shall be taken to apply soil sterilant to the designated areas only. Asphalt concrete may be placed immediately after placement of soil steril ant. Sterilant shall contain a minimum of the following ingredients per pound as liquid: Simazine: 2-chloro-4 90% 6-bis (ethylamino)-s-triazine Inert Ingredients Remaining Portion The dye shall not stain concrete or masonry. Full compensation for conforming to the requirements of SOIL STERILIZATION including all labor, tools, equipment, and materials necessary for doing the work shall be considered as included in the contract unit price bid per square yard of SOIL STERILIZATION and no additional compensation will be allowed therefor. K/ J/C 904001. 00 F-31 I I,,' F-30 ADJUST EXISTING MANHOLE TO GRADE ADJUST EXISTING MANHOLE TO GRADE shall be accomplished where shown on the Plans or as required by the Engineer. Work shall include the removal or furnishing of grade rings as necessary to adjust the manhole to grade. To Subsection 302-5.8, "Manholes (and other structures)", add the following: Delete Paragraph 3 and add: The method of adjusting manholes in areas of new construction or reconstruction shall be as follows: I. Manhole frames and covers and manhole shafts shall be removed to a depth six inches below subgrade and covered with an adequate steel cover. 2. Upon completion of roadway construction, circular holes shall be cut where the manholes exist. 3. The manholes shall then be raised to the proper grade, the manhole frames and covers replaced, and the pavement shall be replaced with asphalt concrete structural section equivalent to that existing in adjacent areas. Full compensation for conforming to the requirements of ADJUST EXISTING MANHOLE TO GRADE including all labor, tools, equipment and materials necessary for doing the work shall be considered as included in the contract unit price bid per each of ADJUST EXISTING MANHOLE TO GRADE and no additional compensation will be allowed therefor. F-31 CONCRETE INLET STRUCTURES {TYPE I AND TYPE II) CONCRETE INLET STRUCTURES {TYPE I AND TYPE II) shall conform to OCEMA Standard Plan No. 1301 and 1302, as specified on the Plans, with local depressions,· conforming to OCEMA Standard Plan No. 1308, or as modified by the Plans. Full compensation for conforming to the requirements of CONCRETE INLET STRUCTURES {TYPE I AND TYPE II) including: 1. furnishing all labor, tools, equipment and materials necessary for doing the work 2. excavation 3. backfi 11 4. portland cement concrete and mortar 5. reinforcing steel 6. manhole frame and cover K/J/C 904001. 00 F-32 Tt. Fe lt sl be pl cc eI De Mj pj Tr WE We ac be Cci cc cc bE Bt PE St pJ Tl cc eJ me Cc Sc bE We SJ SE tl tl Mi iI sl 3· p; iI f: pl II. 1. c. Tie-in the Phase I, te new pressure-type manl sewer force main. Tl existing main out of s, and one-half ( 1 . 5 hou:i: work required for this· vacuum truck. The Cont: for providing all r equipment, and vacuum satisfactory completion Install a temporary by· Centerline Station 13+15 tc existing 4-inch P. V. c. sewe side of the project at appro; 22+04. 64. Portions of thi southerly sidewalk of bridg, southerly bridges. At completion of the ex· southerly bridge, construct i pass on the sidewalk of the sheets 43, 44 & 45 of the pre temporary by-pass lines sha same pipe material as the specified in Section F-39.: shall be responsible for maintaining, and removing pipelines. a. Test this portion of line into operational less than 25 psi. b. The tie-in work may not of service for longer 1 hours) hours. The Pl: designed should provide will facilitate a tie-ii However, the tie-ins at this temporary line w performed simultaneousl) c. The sidewalk on the soi open to the public whi: by-pass line is in placE F-41 F-40.07 CONDUIT Rigid metal conduit, to be suitable drill bits for size Section 86-205.A, "Mater read: All conduit, eJ< conforming to Non-metallic c equal, are to b installing the c After conductors have bee and controller cabinets sh; F-40.08 PULL BOXES Where the sump of an exis the sump shall be reconstr removed and new grout pl, Pull boxes, pull box covers noted otherwise on the pla paper shall be placed betw through the grout and papE State Standard Plan ES-8 this project. ' F-40.09 PAYMENT Payment for traffic signal wiring (if required) shall in furnishing all labor, tools, , in construction of the "Tra plans and/or as directed by allowed therefore. SECTION G BRIDGE CONSTRUCTION DETAILS G-1 DESCRIPTION OF WORK The work to be done in accordance with this portion of the Special Provisions consists, in general, of bridge construction work. The bridge construction to be completed is the partial removal, widening and extension of the existing Hamilton-Victoria Bridge over the Santa Ana River and the Greenville-Banning Channel. It is the intent of this section, (Section G) of the Special Provisions, to construct the bridge in accordance with the Standard Plans and Standard Specifications of the State of California, Department of Transportation (CALTRANS, dated January, 1988), excluding those sections of the CALTRANS Standard Specifications related to contract administration, i.e., Sections 1 through 9 inclusive. Such other items or details not mentioned that are required by the Plans, Standard Plans, Standard Specification, or these Special Provisions, shall be performed, removed, placed, constructed, or installed. This project consists of widening and extending an existing structure. The Contractor shall verify all controlling field dimensions before ordering or fabricating any .material. G-2 ORDER OF WORK The order of work for bridge construction shall be as determined by the CONTRACTOR's progress schedule (See Section F) and shall allow for the following: 1) Construct Phase I temporary sewer line. 2) Construct traffic and pedestrian detour, Phase I, after construction of stormdrain line. 3) Construct temporary retaining wal.ls. 4) Extend existing southerly bridge to the east. 5) Install Phase II temporary sewer along southerly bridge. 6) Shift detour, Phase II. 7) Demolish existing northerly bridge and remove partial north side overhang of existing southerly bridge. 8) Construct temporary retaining walls. 9) Construct widened northerly bridge and extension. 10) Install permanent sewer force main. 11) Construct closure pour. 12) 13) HNTB Remove detour, place. permanent striping, a~d open bridge ,.to traffic~ All other allowances for time shall be as specified in the Standard Specifications and these Special Provisionso G-1 G-3 COOPERATION The CONTRACTOR shall conform to the prov1s1ons in Section 7-1.14, "Cooperation," and 8-1.10, "Utility and Non-Highway Facilities," of the Standard Specifications. During the demolition and construction of this bridge, it is expected that certain utility facilities will be removed, relocated or constructed coincidentally in and near the bridge structures. It is the intent of these Special Provisions that the bridge construction be coordinated with the concurrent utility installations in order to meet the required time of completion. The following utility agencies have indicated a desire to remove or place facilities in the superstructure, or be working in the vicinity of the structure or own utilities on or adjacent to the structure: TYPE OWNER I . Sewer City of Newport Beach 2. Sewer Co. Sanitation Districts of Orange County 3. Sewer Costa Mesa Sanitary District 4. Telephone Pacific Bell 5. Telephone General Telephone 6. Electrical So. Cal Edi son Co. 7. Gas So. Cal Gas Co. 8. Water Mesa Consolidated Water District 9. Cable TV Paragon Cable IO. Electrical Lighting City of Costa Mesa CONTRACTOR shall install any hangers, anchor bolt inserts, rollers, sleeves, manhole frames and covers, and other utility accessories that must be cast into the concrete as identified in the Plans or the special provisions. All of the aforementioned accessories shall be furnished by the various utility companies except for the City of Newport Beach sewer facility. These facilities shall be provided by Contractor. All pipes and conduits except for sewer facility will be installed by the various utility owners when the superstructure is ready for installation. CONTRACTOR shall allow 20 working days for the installation of all utilities. CONTRACTOR advance of utilities. utilities. purpose: I. 2. 3. 4. HNTB shall notify the Engineer, in writing, at least thirty (30) days in the dates that the superstructure is ready for the installation of The Engineer shall, in turn, notify the owners of the various The following list of utility contacts is provided for this Jeff Staneart Jan Katzenstein Mike Bognar Bill Morris City of Newport Beach Pacific Bell Paragon Cable City of Costa Mesa G-2 The CONTRACTOR shall also be advised that the U.S. Army Corps of Engineers may be working in the vicinity of this project during construction. Full compensation for conforming to the requirements of this section shall be considered as included in the various contract items of work involved, and therefore, no additional compensation will be allowed. G-4 CLEARING AND GRUBBING (BRIDGE SITE) The CONTRACTOR's attention is directed to Section F-5 , "Clearing and Grubbing'', of these Special Provisions for work which is required prior to driving piling, constructing temporary sidewalk and walls, or erecting falsework. All clearing and grubbing work for the bridge shall be considered as included in the description furnished under said Section F-5, and no separate or additional compensation shall be allowed under this (Section G) portion of the Special Provisions. G-5 REMOVE EXISTING BRIDGE The CONTRACTOR shall completely remove and dispose of existing northerly bridge, debris noses, retaining walls, and a portion of the existing southerly bridge (Hamilton-Victoria Bridge over the Santa Ana River and Greenville- Banning Channel) as shown on the Plans, as directed by the Engineer and as required by these special provisions. The Southerly Bridge Extension shall be complete and carrying traffic before any work is done within the existing Santa Ana River or Greenville-Banning Channel. Piles supporting the Northerly bridge, debris nose, and walls shall be removed t;o the elevations as shown below: LOCATION New Abutment 1 New Piers 2, 3, 4, 5 and 6 Other existing piers ELEVATION 6.5 -7.0 -3.5 Existing structure bridge concrete to be removed is approximately 2,095 cubic yards, not including walls and debris noses. CONTRACTOR shall verify prior to submitting bid. Plans of the existing Northerly and Southerly bridges and debris noses are available from the County. The telephone company will remove and dispose of the abandon telephone line on the existing bridge. The CONTRACTOR shall be responsible for continuity of sewer relocation and operational integrity prior to removal of the existing bridge structure and existing sewer line within the structure. (See Section F-39). The Southerly bridge deck shall be removed to the limits as shown in the Plans and per Standard Specifications Section 15-4.02. This shall be accomplished by sawing a neat line in the top and bottom surface of the deck. The concrete shall be removed carefully to not damage the existing transverse reinforcement bars, or spall concrete intended to remain in the permanent structure. Bridge removal shall conform to Section 15-4 ''Bridge Removal'', of the Standard Specifications, State of California, Department of Transportation, January 1988, and these Special Provisions. HNTB G-3 Broken concrete, reinforcement, piles and other materials will not be salvaged and shall become the property of the CONTRACTOR and shall be removed and disposed of off-site in a legal manner. The CONTRACTOR shall make his own arrangements for disposing of materials outside the project site and he shall pay all costs involved. Arrangements shall include, but not be limited to, entering into agreements with property owners and obtaining necessary permits, licenses and environmental clearances. Before disposing of any material outside the project site, the CONTRACTOR shall furnish to the Engineer satisfactory evidence that he has entered into agreements with the property owners of the site involved and has obtained said permits, licenses and clearances. The CONTRACTOR shall first obtain written authorization from the property owner on whose property the disposal is to be made and he shall file with the Engineer, said authorization or a certified copy thereof, together with a written release from the property owner absolving the County from any and all responsibility in connection with the disposal of material on said property, and before any material is disposed of on said property, the CONTRACTOR shall obtain written permission from the Engineer to dispose of the material at the location designated in said authorization. The contract lump sum price paid for REMOVE EXISTING BRIDGE shall include full compensation for removal and disposal of existing bridge and performing all work as described in the Plans and the Standard Specifications and these special provisions including excavation and backfill, and as directed by the Engineer, including furnishing all labor, tools, equipment and materials and no additional compensation will be allowed therefore. G-6 EARTHWORK FOR BRIDGE CONSTRUCTION This work shall consist of performing all structure excavation and backfill required for the new bridge abutments, wingwalls, piers, debris noses, existing Abutment Number l Retrofit,· and the demolition of existing elements to be removed; along with providing pervious backfill material. The CONTRACTOR shall investigate locations of underground utilities and structures that may conflict with excavation or pile driving operations, prior to starting excavation operations. Where the terms "Roadway Excavation" and "Roadway Embankment" are used on the bridge Plans, they shall be taken to mean "Unclassified Excavation" and "Unclassified Fill" respectively. The CONTRACTOR shall abide by all of the requirements and provisions of appropriate subsections to Section F of these Special Provisions when performing "Roadway Excavation" (Unclassified Excavation) and "Roadway Embankment" (Unclassified Fill). Full compensation for Roadway Excavation shall be considered as included in the contract price paid per cubic yard for UNCLASSIFIED EXCAVATION, and full compensation for Roadway Embankment shall be considered as included in the contract price paid per cubic yard for UNCLASSIFIED FILL; and no separate or additional compensation shall be allowed for these items of work. Measurement for all earthwork related to bridge construction and structure removals shall be as according State of California Department of Transportation (CALTRANS) Standard Plans A62-B and A62-C. HNTB G-4 G-6.1 STRUCTURE EXCAVATION AND BACKFILL (BRIDGE) Structure excavation and backfill shall conform to the provisions of Section 19-3, "Structure Excavation" and "Structure Backfill," of the Standard Specifications, and these Special Provisions. G-6.2 PERVIOUS BACKFILL MATERIAL Pervious backfill material shall conform to the prov1s1ons of Section 19- 3.065, "Pervious Backfill Material," of the Standard Specifications. G-7 RETROFIT EXISTING ABUTMENT The existing Abutment No. 1 of the Southerly bridge shall be retrofitted with a reinforced concrete wall attached to and placed against the front face of the abutments shown in the Plans. This work shall be done concurrent with the construction of the Northerly Abutment No. 1 construction. Reinforcement bars shall be drilled and grouted into the existing abutment wall as shown in the Plans. Drilling and grouting shall be included in the price paid per cubic yard for STRUCTURAL CONCRETE, RETROFIT ABUTMENT NO. 1. The plans of the existing abutment are available from the County. Six weeks prior to anticipated construction, the CONTRACTOR shall submit five (5) copies of his proposed method to place the concrete for the Engineers approval. Submittal shall include all pertinent details and data. The 2" POLYSTYRENE shall be incidental to the item STRUCTURAL CONCRETE, RETROFIT EXISTING ABUTMENT NO. 1, as will sand blasting the existing face of the abutment to remove debris and prepare surface for bonding concrete. Reinforcement bars shall conform to the applicable provisions in Bar Reinforcing Steel (Bridge). Structural Concrete shall conform to the applicable provisions in Structural Concrete Bridge. Structure excavation and backfill shall conform to applicable provisions in Earthwork for Bridge Construction. The contract price paid per cubic yard for STRUCTURE EXCAVATION, RETROFIT ABUTMENT NO. 1, shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in Structure Excavation, Retrofit Abutment No. 1, complete in place, as shown on Plans, as described in the Standard Specifications and these special provisions, and as directed by the Engineer. The contract price paid per cubic yard for STRUCTURE BACKFILL, RETROFIT ABUTMENT NO. 1, shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in Structure Backfill, Retrofit Abutment No. 1, complete in place, as shown on Plans, as described in the Standard Specifications and these special provisions, and as directed by the Engineer. HNTB G-5 The contract price paid per cubic yard for STRUCTURAL CONCRETE, RETROFIT ABUTMENT NO. l, shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in Structure Concrete, Retrofit Abutment No. 1, complete in place, as shown on Plans, as described in the Standard Specifications and these special provisions, and as directed by the Engineer. The contract price paid per pound for BAR REINFORCING STEEL, RETROFIT ABUTMENT NO. 1, shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in Bar Reinforcing Steel, Retrofit Abutment No. 1, complete in place, as shown on Plans, as described in the Standard Specifications and these special provisions, and as directed by the Engineer. G-8 DEWATERING (BRIDGE) It shall be the CONTRACTOR's responsibility to control and remove any water encountered during pier, debris nose and abutment excavations, or any structure removal operations. Dewatering shall conform to Section D of these special provisions and to the provisions of Section 19-3.04, "Water Control and Foundation Treatment," of the Standard Specifications and these Special Provisions. Upon the completion of dewatering within the Santa Ana River and Greenville-Banning Channel, the CONTRACTOR shall reestablish the channel to the condition previous to the dewatering. In lieu of Section 19-3.08, "Payment", paragraph six of the Standard Specifications the following paragraph is added: The contract lump sum price paid for DEWATERING (BRIDGE) shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work involved in Dewatering as shown on the Plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. G-9 STRUCTURAL CONCRETE (BRIDGE) This work shall consist of placing all structural concrete for the bridge superstructure (exclusive of Concrete Barrier, Type 26 and Remove and Construct Railing Transition), abutments, wingwalls, pier walls, debris nose walls, footings (pile caps), and existing abutment no. 1 retrofit (payment under separate bid item). The CONTRACTOR shall verify the plan profile and alignment as shown in the Plans for the existing Southerly bridge structure and propose any modifications for the Engineers review, included with falsework submittals. The intent of the Plans for the widened and extended structure is to match the existing Southerly bridge. Portland cement concrete bridge structures shall conform to the provisions of Section 51, "Concrete Structures", and Section 90, "Portland Cement Concrete", of the Standard Specifications and these Special Provisions. HNTB G-6 Concrete strengths* required for the bridge structure is as follows: Bridge Concrete: Pile Caps Abutments (including wingwalls and existing abutment no. 1 retrofit) Bents Diaphragms Debris Noses Piers Superstructure (Bottom Slab, Girders) Superstructure (Top Slab) Superstructure (Closure Pour) Superstructure (Closure Pour) 24 hour strength * 28 day compressive strength 3500 psi 3500 psi 3500 psi 3500 psi 3500 psi 3500 psi 3500 psi 4500 psi 5000 psi 1000 psi Bridge deck concrete shall contain a minimum of 658 pounds (7 sacks) of Portland cement per cubic yard (Class D). CONTRACTOR may propose the use of admixtures for the closure pour to attain High Early Strength. Admixtures shall be on approved list of Caltrans. Bridge diaphragm concrete shall be placed a minimum of five days prior to placing bridge deck concrete. Settlement pins shall be furnished and installed by the CONTRACTOR on the new bridge deck and sidewalk. Settlement pins shall be brass or galvanized bolts (1/2" X 2") conforming to the provisions of Section 75, "Miscellaneous Metal," of the Standard Specifications. Settlement pins shall be placed 6" from the inside face of concrete barrier railings and 6" from the edge of closure pour. Settlement pins shall be placed at the center line of bearing of the abutments, the centerlines of all piers and at the midpoint and quarter points of all spans. For settlement pins installed in bridge decks, the bolts shall be inserted to the bottom surface of the heads so that the entire shaft is embedded but the heads are exposed: For settlement pins installed in sidewalks, the bolts shall be inserted completely so that the top of the head is flush with the adjacent concrete surface. Full compensation for furnishing and installing settlement pins shall be considered as included in the contract price paid per cubic yard for STRUCTURAL CONCRETE (BRIDGE) and no additional payment will be allowed therefor. CONTRACTOR's attention is directed to the fact that full compensation for furnishing all labor, materials, tools, equipment and incidentals for various items of work related to the structure concrete in the bridge is included in the contract price paid per cubic yard for STRUCTURAL CONCRETE (BRIDGE). These items include but are not limited to the following: 1. Weepholes, wire mesh and wrapped gravel for weepholes 2. Settlement Pins 3. Polystyrene and expansion joint material 4. Elastomeric Bearing Pads 5. Drilling and grouting reinforcement bars and sandblasting of contact concrete surface HNTB G-7 6. Necessary barricades, signing and flagging required to close the bridge from 11:00 p.m. to 6:00 a.m. during the closure pour. 7. Any other items as described in the Standard Specifications, Sections 51 and 90. The contract price paid per cubic yard for STRUCTURAL CONCRETE, (BRIDGE) AND STRUCTURAL CONCRETE, (BRIDGE FOOTING) shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work involved in STRUCTURAL CONCRETE (BRIDGE) AND STRUCTURAL CONCRETE (BRIDGE FOOTING) as shown on the Plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. G-1O FALSEWORK Falsework shall be designed, constructed, and removed in conformance with the requirements in Section 51-1.06, "Falsework", of the Standard Specifications and these Special Provisions. The Southerly Bridge extension shall be complete and carrying traffic before any work shall be performed within the existing Santa Ana River or Greenville-Banning Channel. All falsework shall be supported on driven timber piles. If the CONTRACTOR elects to utilize any existing piles from the removed structure, the design pile capacity shall not be greater than 45 tons, assuming the pile is not damaged or disturbed during demolition. Timber piles shall be used for falsework bents not on existing piles. Falsework piling shall be removed to at least two feet below the surface of the ultimate ground or stream bed. The CONTRACTOR's falsework plan shall provide an approximately equivalent hydraulic capacity as the inplace northerly bridge does at the present. The CONTRACTOR shall design and construct at least one clear falsework opening of 35 feet wide by 15 feet high within the Santa Ana River channel to allow for possible vehicles and earth moving equipment working in the vicinity to pass beneath the constructed structure. This clearance opening shall be provided for the duration of the project. The bike trail, located on the west side of the Santa Ana River, shall be open to the public at all times except during working hours for ten days during demolition of north bridge and construction and ten days during removal of falsework. Section 7-1.09, "Public Safety," and Section 86-6.11, "Falsework Lighting," of the Standard Specifications shall apply to the bike trail maintenance access ramp. A clearance of 10 feet height by existing width shall be provided for these trails. The CONTRACTOR shall provide a detour road for the bike trail during the construction and removal period of the falsework. See Section F, "Maintain Traffic and Detours." In addition to the requirements in Section 51-l.O6A, "Falsework Design and Drawings", of the Standard Specifications, the following requirements shall apply: The eighth paragraph in subsection, "Timber", of Section 51-l.O6A(2), "Design Stresses, Loadings, and Deflections", of the Standard Specifications is amended to read: HNTB G-8 The maximum modulus of elasticity (E) for timber shall be 1.6 X 106 psi. The paragraph for ''Manufactured Assemblies", in Section 51-l.06A(2), "Design Stresses, Loading, and Deflections", of the Standard Specifications is amended to read: The maximum loading and deflections used on jacks, brackets, columns, joints and other manufactured devices shall not exceed the manufacturer's recommendations except that the dead load deflection of such joists used at locations other than under deck slabs between girders shall not exceed 1/240 of their spans. If requested by the Engineer, the CONTRACTOR shall furnish engineering data from the manufacturer verifying the manufacturer's recommendations or shall perform tests as necessary to demonstrate the adequacy of any such device proposed for use. CONTRACTOR shall submit six sets of the falsework drawings and calculations to the Engineer for review. Two of the sets will be retained by EMA's Construction Division, two sets will be sent to EMA's Bridge Engineer, and two sets will be sent to the Bridge Designer. Contractor shall allow six weeks for falsework review. The CONTRACTOR shall verify the plan profile and alignment for the existing Southerly bridge and propose any modifications for the Engineers review included with Falsework submittals. The construction of any unit of falsework shall not start until the Engineer has completed the review of that units calculations and drawings. • In addition to the requirements of Section 51-l.6C, "Removing Falsework", of the Standard Specifications the following requirements shall apply: Falsework removal which scrapes, gouges, or in any manner damages pier walls, abutments, wingwalls, debris nose walls or the superstructure's exposed surfaces shall not be allowed. Disposing of falsework timber by burning or burying at the job site shall not be permitted. Closure Pour Construction: The closure pour will be cast after the deck of the new northerly bridge has been cast. The CONTRACTOR has two options as far as when closure pour may be placed: HNTB G-9 Alternative 1: Falsework shall be the. specification. sooner than 60 days leased. Alternative 2: SUPERSTRUCTURE FALSEWORK RELEASE released as soon as permitted by Closure pour shall not be placed after the falsework has been re- Falsework shall not be released less than 28 days after the last concrete has been placed. Closure pour shall not be placed sooner than 14 days after the falsework has been released. When Falsework Release Alternative 2 is used, camber values are 0.75 times those shown. For the southerly bridge extension, the falsework shall be released prior to opening the bridge to liveload traffic. The existing transverse reinforcement from the southerly bridge which extends into the closure pour shall be sandblasted prior to closure pour concrete placement. The following conditions shall apply to the closure pour construction: a. During placement of deck concrete, except that in the deck closure, reinforcing steel protruding from the new deck into the closure space shall be completely free of contact with the existing structure. Contact with existing reinforcing steel or concrete or attachments thereto, including forms, shall not be permitted. b. During placement of deck closure concrete, the new existing transverse reinforcing steel within the closure shall be securely connected together or to common longitudinal reinforcement. c. Forms for the deck closure pour shall be supported from the superstructure on both sides of the closure space, unless otherwise directed by the Engineer. CONTRACTOR shall be advised that closure pour concrete placement construction shall take place at night. The bridge structure will be closed to traffic from 11:00 p.m. until 6:00 a.m. The concrete placement shall commence at the East end of the structure and be cast and finished continuously to the West end. Ready mix trucks delivering concrete shall not drive on the portion of the bridge adjacent to cast closure pour. The concrete for the closure pour shall be cast in the forms a minimum of two hours before the structure is re-opened to traffic on the southerly bridge. The concrete in the closure pour shall reach a strength of 4,000 psi and be at least 7 days old, before traffic liveload is allowed directly on the closure pour. HNTB G-10 The fourteenth paragraph in section 51-1.05, "Forms", of the Standard Specifications is amended to read: Anchor devices may be cast into the concrete for later use in supporting forms. The use of power driven types of anchorages for fastening forms or form supports to concrete will not be permitted except on interior surfaces of girders in box girder bridges where the following conditions are met: Girders shall have more than two inches of cover over reinforcing. Anchorages shall penetrate the girder a maximum of two inches and shall have a minimum spacing of six inches. The anchorages shall be placed three inches clear, minimum, from edge of concrete. The contract price ·paid per lump sum for FALSEWORK, shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in FALSEWORK, complete in place, as shown on Plans, as described in the Standard Specifications and these special provisions, and as directed by the Engineer. G-11 BAR REINFORCING STEEL (BRIDGE) Reinforcing Steel (Bridge) shall conform to the prov1s1ons in Section 52, "Reinforcement", of the Standard Specifications and these Special Provisions. All reinforcing steel shall be Grade 60. Measurement and payment for reinforcement in structures shall conform to the provisions in Sections 52-1.10, "Measurement", and 52-1.11, "Payment", of the Standard Specifications. G-12 MISCELLANEOUS METAL, BRIDGE Miscellaneous Metal shall conform to the prov1s1ons in Section 75, "Miscellaneous Metal", of the Standard Specifications and these Special Provisions. Miscellaneous Metal shall consist of the metal items listed in Section 75- 1.03, "Miscellaneous Bridge Metal", of the Standard Specifications, and the following: 1. EXPANSION ARMOR PLATES AT HINGE AND ABUTMENTS. 2. BARRIER PLATES AT HINGE. 3. STEEL RODS, PLATES, WASHERS, CABLES, NUTS, AND INCIDENTALS FOR THE LONGITUDINAL & VERTICAL RESTRAINERS. 4. SOFFIT COVER PLATE ASSEMBLIES. HNTB G-11 Full compensation for conforming to the requirements of MISCELLANEOUS METAL, BRIDGE shall include furnishing all labor, material, tools, equipment and incidentals to do the work as described in the Standard Specifications and these special provisions, and as directed by the Engineer shall be included in the unit price bid per pound and no additional compensation will be allowed therefor. G-13 ELASTOMERIC BEARING PADS Elastomeric bearing pads shall conform to the prov1s1ons in Section 51-l.12H, "Elastomeric Bearing Pad", of the Standard Specifications and these Special Provisions. For payment, see STRUCTURAL CONCRETE, BRIDGE. G-14 JOINT SEALS (TYPE B) Joint Seals (Type BJ shall conform to the requirements of subsection 51-l.12F "Sealed Joints", 51-l.12F (1) "Preparation for Type A and B Joint Seals", 51- l.12F (2) "Materials and Installation" of the Standard Specifications and these Special Provisions. The new expansion joint armor to be installed at the abutments and the hinge shall be connected by field welding to the existing joint armor. The contract unit price paid per linear foot for JOINT SEAL (MR=2" and 1 1/2") shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all work involved in furnishing and placing the joint seal complete in place, as shown on the Plans, as required by these Special Provisions and as directed by the Engineer. G-15 CONCRETE PILES Concrete piling for use in the proposed work shall be driven precast, prestressed piles as shown on the Plans, and shall conform to Subsection 49-3, "Concrete Piles", of the Standard Specifications as amended herein. CONTRACTOR shall not bring pile driving equipment on the project site until overhead Southern California Edison Transmission and Distribution lines have been relocated. EMA is coordinating with SCE for the relocation of distribution lines located along the south bridge and transmission lines located along the north bridge. The CONTRACTOR shall investigate locations of all underground utilities and structures that may conflict with excavation or pile driving operations. Minimum prestressed concrete strength at 28 days shall be as shown on the Plans. Pile extensions for prestressed concrete piles will not be allowed. When pile anc.hor dowels are used, at the option of the CONTRACTOR, the dowels shall be anchored in cast or drilled holes in the concrete pile with neat cement paste. If holes are to be drilled, they shall be drilled by methods that will not damage the concrete, reinforcing steel or prestressing steel. The diameter of the holes shall be the minimum consistent with the placing the neat cement paste and dowel. The holes shall be free of dust and other HNTB G-12 deleterious material when the neat cement paste is placed. Sufficient paste shall be placed in the holes before the dowels are inserted so that no voids remain after the dowels are inserted. The dowels shall be left undisturbed. Concrete foundation piles shall be driven to a bearing value of 70 tons each, as shown on the Plans, and shall conform to Subsection 49-3 "Driving", of the Standard Specifications. One pile of the type selected or designated for the work shall be driven in each pier and the abutment areas as an exploratory pile to determine the length and penetration that will be required for the balance of the piles within that substructure unit. Payment for the early move-in for the pile driving equipment shall be included in contract unit price paid for Furnish Concrete Piles (Class 70) and no additional compensation will be allowed therefor. Should the CONTRACTOR elect to fabricate piling based on elevations indicated on the Plans in order to avoid a second move-in, no compensation will be due the contractor, should the exploratory piles indicate the necessity of longer piles. The CONTRACTOR is hereby advised that there is a potential for liquefaction of the soil around each pile while the pile is being driven. If sufficient time is not allowed for ground water to drain away from the piles, the piles may be driven far beyond the estimated pile tip elevation before the required blow count is reached. It is the CONTRACTOR's responsibility to furnish piles of sufficient length to obtain the penetration and bearing values required. The. exploratory pile shall be a minimum of ten feet longer than the minimum penetration length needed as shown on the Plans and the reinforcement bars shall be a minimum of ten feet longer than as shown on the Standard Plans. When the blow count exceeds either two times the blow count required in one foot, or three times the blow count required in three inches for the design bearing load as shown on the Plans, computed as set forth in Subsection 49- 1.08, "Bearing Value and Penetration", of the Standard Specifications, additional aids shall be used to obtain the specified minimum penetration. These aids may be used in the use of predrilling, or water jets where permitted, or the use of a larger hammer employing a heavy ram striking with a low velocity. Driving equipment that damages the piling shall not be used. Minimum penetration for all piles in this contract shall be to the elevations as shown on the Plans. A revised specified pile tip elevation will be determined by the Engineer after the exploratory piles are driven. Water jet aids and methods (if used) shall be as approved and directed by the Engineer. If in the opinion of the Engineer, water jetting methods produce excessive penetration or unsatisfactory bearing, jetting shall be discontinued and other aids used. Pre-drilling or water jetting shall not be allowed within five feet of pile tip elevation. HNTB G-13 Full compensation for FURNISH CONCRETE PILES (Class 70) shall include providing all labor, tools, equipment, materials and incidentals required to furnish permanent and exploratory concrete piles as shown on the Plans, described in the Standard Specifications or specified in these Special Provisions and shall be included in the contract unit price per lineal foot for FURNISH CONCRETE PILES (Class 70) and no additional compensation will be allowed therefor. Full compensation for DRIVE CONCRETE PILES (Class 70) shall include providing all labor, tools, equipment, materials and incidentals required to drive permanent and exploratory concrete piles to depths as shown on the Plans, described in the Standard Specifications or specified in these Special Provisions and shall be included in the contract unit price per each for DRIVE CONCRETE PILES (Class 70) and no additional compensation will be allowed therefor. G-16 CONCRETE BARRIER, TYPE 26 The concrete barriers shown on the Plans shall be constructed in accordance with Section 83, "Railings and Barriers". Concrete shall be Class A in accordance with Section 90, "Portland Cement Concrete". G-16.l CONCRETE BARRIER Concrete barriers shall conform to the prov1s1ons in Section 83-2, "Barriers", of the Standard Specifications and these Special Provisions. The CONTRACTOR shall install the Concrete Barrier on the structure before opening the bridge to adjacent traffic. Full compensation for CONCRETE BARRIER, TYPE 26 shall include providing all labor, tools, equipment, materials and incidentals required to construct CONCRETE BARRIER, TYPE 26 as shown on the Plans, described in the Standard Specifications or specified in these Special Provisions and shall be included in the contract unit price per lineal foot for CONCRETE BARRIER, TYPE 26 and no additional compensation will be allowed therefor. G-17 TUBULAR HAND RAILING Metal railing shall be CALTRANS metal railing (tubular) and shall conform to the provisions in Section 83-1, "Railings", of the Standard Specifications, and as modified on the Plans. The CONTRACTOR shall install the Tubular Handrailing on the structure before opening the bridge to adjacent traffic. Full compensation for TUBULAR HAND RAILING shall include providing all labor, tools, equipment, materials and incidentals required to construct TUBULAR HAND RAILING as shown on the Plans, described in the Standard Specifications or specified in these Special Provisions and shall be included in the contract unit price per lineal foot for TUBULAR HAND RAILING and no additional compensation will be allowed therefor. G-18 WATERSTOP Waterstops shall conform to the provisions in Section 51-1.14 "Waterstops" of the Standard Specifications and these Special Provisions. HNTB G-14 Measurement and payment for WATERSTOP shall conform to the prov1s1ons in Section 51-1.22 "Measurement" and Section 51-1.23 Payment". G-19 BRIDGE LIGHTING The existing bridge lighting system on the Southerly Bridge shall remain in operation during this project's construction. The proposed bridge lighting system shall conform with the latest edition of the National Electric Code, the provision of Section 86, "Signals, Lighting and Electrical Systems," of the State Standard Specifications, the details shown on the Plans, and these Special Provisions. In the event of a conflict or inconsistency between items indicated on the Plans and/or specifications or with code requirements, the note, specification or code which prescribes and establishes the more complete job or the higher standards shall prevail. All materials shall be new and shall bear the Underwriter's Laboratories Label (UL) and shall be installed in the manner for which they are designed and approved. All devices shall be approved weatherproof. One operational light that closely matches the existing lights in type and height shall be installed on a new mounting on the extended Southerly Bridge as shown in the Plans. Bridge light mountings and conduit shall be installed on the Northerly bridge and the Southerly extension bridge as shown on the Plans. The existing street light located on the existing east approach within the bridge extension limits shall be removed and become the property of the CONTRACTOR to dispose of in an appropriate manner. The CONTRACTOR shall furnish and install all conduits, wires, pull boxes, switches, and service devices required for a complete operational system on the Southerly bridge. The entire electrical installation shall be grounded as required by all applicable codes and the serving utility. The CONTRACTOR shall prepare an electrical plan for bridge lighting based on CALTRANS Standard Plan B11-54, ES-6B, ES-7A, ES-7B, ES-7C and ES-7D. The electrical plan shall indicate size and location of conduits, pull boxes, size of conductors, location of power pickup, and meter pedestal location. The bridge electrical plan shall be submitted to the Engineer, Orange County EMA Public Works, Operations Division for approval. The CONTRACTOR shall notify the Engineer, in writing, at least 15 calendar days in advance of the date of which he desires any service connections or disconnections to be made. The CONTRACTOR shall be entitled to no extension of time or other compensation for any delay to this operation resulting from his failure to give prescribed notification. HNTB G-15 The fourth paragraph of Section 86-2.11 is amended as follows: It shall be the CONTRACTOR's responsibility to verify the location of and to make arrangements for and to pay for all costs to provide the necessary connection for the lighting system. G-19.1 CONDUIT Conduit shall conform to the provisions in Section 86-2.05, "Conduit,• of the Standard Specifications. G-19.2 PULL BOXES Pull boxes shall conform to the provisions of Section 86-2.06, "Pull Boxes,• of the Standard Specifications. G-19.3 CONDUCTORS, WIRING & SPLICE INSULATION Conductors, Wiring and Splice Insulation shall conform to the provisions in Section 86-2.08, "Conductors," Section 86-2.09, "Wiring,• and Section 86- 2.09E, "Splice Insulation," (respectively) of the Standard Specifications. G-19.4 BRIDGE LIGHT Furnish and install bridge light shall consist of electrolier, luminaire, wiring, conductors, maintaining existing light connections and electric service in accordance with the requirements of Section 86. G-19.5 BRIDGE LIGHTING MOUNTINGS The bridge lighting mounting shall include conduits; pull boxes; and anchor bolts, nuts, washers and mounting plates for electroilers. Conduits, pullboxes, and electroiler mounting accessories shall conform to the requirements of Section 86. All conduits shall be stubbed up and capped flush with the finish surface of sidewalk or barrier rail. G-19.6 PAYMENT Payment for BRIDGE LIGHTING shall conform to the prov1s1ons Section 86-8, "Payment", of the Standard Specifications and these Special Provisions. Full compensation for conforming to the requirements of lighting including; the 1. Furnishing all labor, tools, equipment, and materials necessary to do the work as described in the Plans and these Special Provisions. 2. Removal and disposal of one street light and furnishing and installing one operating bridge mounted light as shown on the Plans for the Southerly bridge extension. 3. Furnishing and installing six bridge light mountings as shown on the Plans (five on the Northerly bridge and one on Southerly bridge extension). HNTB G-16 The above shall be considered as included in the contract unit price per lump sum for BRIDGE LIGHTING and no additional compensation will be allowed therefor. G-20 REMOVE EXISTING RIPRAP ROCK BLANKET Removal of existing rock blanket shall conform to the general requirements of "Clearing and Grubbing" of these Special Provisions. The CONTRACTOR shall remove the existing grouted and/or ungrouted riprap slope protection at debris noses and piers as shown on the as-built plans of the existing bridges. The CONTRACTOR shall dispose of removed riprap at a county stockpile site located downstream of Adams Avenue between the Santa Ana River and Greenville-Banning Channel. The CONTRACTOR shall contact Mr. Dale Dillion, EMA/Operations, (714) 567-6278 to coordinate disposal of riprap. The contract price per lump sum for REMOVE EXISTING RIPRAP shall include: 1. Removing interfering portions of riprap. 2. Furnishing labor, tools, equipment and materials necessary to do the work. 3. Disposal of removed riprap to county stockpile site. The above shall be considered full compensation for furnishing all labor, tools, equipment and materials necessary for removal, transportation, disposal of unsuitable material, and of all riprap and no additional compensation shall be allowed therefor. G-21 TEMPORARY RETAINING WALLS This work shall consist of designing, furnishing, placing and removing temporary retaining walls in accordance with CALTRANS, OCEMA, and the following: Temporary walls shall be placed approximately as shown in the Plans to contain and protect existing roadbed and traffic, in turn during excavation, construction and backfill of bridge construction. These walls are required to maintain traffic while constructing the new elements of the bridge crossing. Walls at locations other than shown in the Plans may be installed by the CONTRACTOR to reduce excavation and surface condition restoration. The following design criteria and parameters shall be used: The CONTRACTOR's Engineer shall use his determined values for design of the walls, in no case shall less conservative values than the following be used: Unit Weight of Soil = 120 pcf ~ = 30° The CONTRACTOR shall submit 6 sets of design calculations and working drawings prepared and certified by a Registered Professional Civil Engineer in the HNTB G-17 • State of California. No work will be permitted until these plans have been reviewed by the Engineer. Submittal shall be three weeks prior to anticipated wall construction. Review by the Engineer of the temporary wall calculations and drawings will in no way relieve the CONTRACTOR of full responsibility for the adequacy of the temporary walls. The CONTRACTOR may use any type of wall design acceptable to the Engineer. The wall locations and lengths as shown in the Plans are estimated to be sufficient for the project. Additional locations or lengths may be necessary as determined by the CONTRACTOR and accepted by the Engineer. The actual quantity of temporary wall required will vary, due to the CONTRACTOR's selection of the optional construction methods. Before excavation and wall construction starts, the CONTRACTOR shall verify that the proposed placement of the walls will not sever or in any way conflict with inplace utilities or other structures. When the temporary wall is no longer needed as determined by the Engineer, as much of it shall be removed as is practicable. Temporary wall which is not reasonable to remove and must remain in place shall be cut off at a point at least 4 feet below the roadway profile or the proposed ultimate ground elevation. For walls in the vicinity of the Greenville-Banning channel, walls shall be removed to an elevation -3.0. The lump sum contract price shall be compensation in full for all costs of designing,detailing, furnishing, installing, removing and cutting temporary walls including any other labor and materials required. No measurement will be made of any portion of the temporary wall constructed, but the complete construction thereof, as specified, shall be construed to be included in the single lump sum for which payment is made under Item TEMPORARY RETAINING WALLS. G-22 REMOVE AND CONSTRUCT RAILING TRANSITION The concrete and metal railing/traffic barrier shall be removed at the south east corner of the existing bridge as shown in the Plans. This will allow space for providing access to the Temporary Pedestrian Bridge and also allow for construction of the railing transition from the Type 11 on the existing Southerly bridge to the Type 26 on the proposed new bridge construction. The bridge CONTRACTOR shall prepare and submit 6 copies of shop drawings for the concrete and metal railing transition for the Engineers review prior to fabrication or construction. The concrete barrier shall conform to provisions in Section 83-2 "Barriers" and the Tubular Hand Railing shall conform to Section 83-1 of the Standard Specifications and as modified in the Plans and these Special Provisions. The CONTRACTOR shall remove the metal hand railing and dispose of it. The concrete barrier shall be removed carefully to protect the existing bridge deck, and disposed of. New reinforcement shall be doweled into the existing bridge as shown in the Plans. Cost for doweling reinforcement shall be included in contract price for REMOVE AND CONSTRUCT RAILING TRANSITION. HNTB G-18 The CONTRACTOR shall install the new concrete and metal railing transition before switching roadway traffic to the Phase II traffic control plan. The contract price paid per linear foot for REMOVE AND CONSTRUCT RAILING TRANSITION shall include full compensation for furnishing all labor materials, tools, equipment, and incidentals for doing all the work involved in REMOVE AND CONSTRUCT RAILING TRANSITION complete in place, as shown on Plans, as described in the Standard Specifications and these Special Provisions, and as directed by the Engineer. HNTB G-19 H-1 CITY OF HUNTINGTON BEACH STANDARD PLANS Gencrul Notes 1. All work shall conform to the latest edition of the "Stundi1rd Specifications for Public Works Construction" and supplements thereto (APWA/AGC, "Green Book") . 2. All work shall conform to these Standurd Plans, the City Arbori- cultural and Landscape Standards and Specifications, the Water Div. Standard Plans Specifications and City Ordinances. 3. The contractor shall notify the Public Works Department at 536-5431 at least 24 hours prior to beginning any work. 4. All work within public rights of way or easements requires a permit to be obtained from the Public Works Department. 5. All materials shall comply with the provisions specified in the Standard Specifications or as mooified as shown on the plans. 6. The contractor shall be respons-ible for providing all testing required by the City. ~ 7. The contractor shall keep a signed set of approved plans on the job site during working operations. 8. All work shall comply with conditions established by the California Regional ~later Quality Control Board. 9. No work shall begin prior to 7:00 A.M. 10. The contractor shall comply with all applicable federal, state and local safety requirements. 11. The contractor shall restore or replace in kind all existing improvements disturbed during construction including, .but not limited to street striping, landscaping and signs. 12. All work performed shall be guaranteed for a one (1) year period. Traffic Control and Safety 1. Barricading and detouring shall be in conformance with the require- ments of Traffic Manual", State of California and be approved by the inspector prior to any work. 2. No str'cet shall be closed to traffic without written permission from the City Engineer. 3. The contractor shall make every effort to provide for smooth traffic flow and safety. Access shall be maintained for all properties adjacent to the work. 4. Detouring operations for a period of 48 hours or more requires the installation of temporary street striping and removal of interferring striFing by sandblasting. The detouring plan must be approved by the City Engineer 48 hours prior to the work. 5. All traffic control devices shall be restored to their original condition at the end of work or as directed by the inspector. 6. Traffic control devices (TCD's) shall remain visible and operational at all tim,es. Utilities and Underground Work 1. All utility companies having facilities within the area of work shall be notified at least 24 hours prior to beginning work. Utilities and Undergrouna woric \I.Com:. 1 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. All utility services shall be installed below water mains and appurte- nances with two (2) feet minimum clearance where the lines.cross. utility conduits, laterals and services shall not be allowed within five (5) feet of parallel water facilities. All sewer lines shall comply to health standards and City Water Standards. All utility services shall be installed a minimum of 2' beyond the right-of-way line prior to paving of streets. Water facilities·and systems shall comply to City Water Standards and apecifications. All required water facilities including fire hydrants and appurtenances shall be accessible and fully operational prior to constructing any permanent structure using combustible materials. All utility service lines shall have _a location identity marking chiseled on the top of curb (i.e. "S" for sewer, "G" for gas). All V.C.P. shall be laid with mecha:nical joints, "Wedgelock," "Speed Seal," "Band Seal" or approved equal. All gravity sewers shall be air tested in accordance with section 306-1.4.4 of the Standard Specifications for Public Works Construction. The sewer contractor shall furnish the developer and the City Engineer with the location of wyes and house connections as constructed. All sewer manhole frames and covers shall be left 6" below finished grade. The sewer contractor shall raise the manhole and covers to 1/8-inch below the finished grade upon completion of surfacing. Backfill of all trenches shall be compacted to a minimum relative compaction of 90%. Compaction shall be verified by a soils report prepared by a registered engineer at the contractor's expense. Trench resurfacing shall be completed as soon as possible, but no later than five (5) working days after subgrade compaction has been completed. Trench resurfacing shall be as shown on the plans or the greatest of the following structural thickness as directed by the Engineer: (a) Match the existing paving section or (b) 3" A.C. over 6" A.B. local residential streets 3" A.C. over 9" A.B. collector streets 5" A.C. over 10" A.B. arterial highways All utilities shall be bored under existing arterial streets. Streets that are open-cut shall be slurry sealed to limits required by City Engineer if the street has been paved or sealed within two years of said trenching, Special Requirements for Development Projects l. All tests as required by the City shall be at the contractor's expense. 2.· The developer shall contact;: the Public Works Inspector as to the re- quirement of curb-side mailboxes. 3. Cable television conduit ~hall be installed per standard plans 215, 216A,B&C in new subdivisions. In other instances, developer shall contact Dickenson Pacific Cable Systems (714) 848-1042 for location of conduit. I I I I ~~~c~~l Rc~uirements for Develo:ime..nt Projects (Cont.) 4 . 5. 6 . 7. 8 . 9 . 1.0. 11. 12. curb and gutter shall be cor:,Lructed prior to instal:ation.of the water system, unless the watnr system is staked by che engineer. such staking sh.ill provide fl)r alignment, cuts, location of ali services and meters, gate valves, fire hydrants, and any other staking required by the City Engineer. Any damage to water sy~!em by subsequent construction shall be repaired by co~plete replace- ment of damage section. Curb nnd gutter grades shall be designed to exceed 0r meet the City minimum requirements of 0.2%. Grades less than 0.31 requires prior written permission from the City Engipeer. The structural street sections on the plans are for estimating purposes based on an "R'' value of 5. Alternate sections requiL~ approved engineering calculations based on a soils report prepared by a reputable soils engineering company. No sections less thM~ the City's minimum will be'allowed. After the A.C. surfacing has been completed at least one week, a1 ~sphaltic emulsion seal coat shall be applied at the approximate rate of 0.10 gallon per square yard . . The architectural design of the proposed landscaping and perime~er wall shall be approved by the Planning Department. Structural ~esign shall be approved by the Department cf Public Works. A:: work and materials shall be guaranteed for not less than one (1) ·year. Damaged City owned street light conduit, cable shall be replacec pole to pole. For s;.ibdivision work within the City, the fi.nal or s·.rface: l'lyc-r of asp:1alt concrete shall not be placc(l until all on-site improve· ments h,1ve bet?n completed, includin<J ,111 ,1i-.1cliny, :1:H: until all unacc-eptc1ble concrete is removed .ilnd replaced at the direction of the City Engineer. . Asphalt concrete shall meet the requirerrents of Section 400 of the "Green Book" and the viscosity grade of paving asphalt shall be AR 4000. For asphalt concrete the exact proportions of aggregate and the arroimt of asphalt binded for each type of mixture shall be regulated as directed by the City Engineer. However, as a general guideline, the required asphalt content for the city of Himtington Beach asphalt concrete mix designs will be as follows: Arterial Streets 3/4" (III-B-2) Base Course 1/2" (III-C-3) Surface Course NOO-ARI'ERIAL S'l'REEIS 3/4" (III-B-3): Base Co~se 1/2" (III-C-3) Surface Course 5.4% 5.8% 5.7% 6.0% H-2 CITY OF COSTA MESA STANDARD DRAWINGS .3 2" NOTES: DO NOT USE KEY ON STATE HIGHWAYS UNLESS REQUIRED ON PLAN, THIS STANDARD SHALL BE USED ON ALL ARTERIAL HIGHWAYS, PROVIDE WEAKENED PLANE OR QUICK JOINTS AT 20' MAX, SPACING, AND AT DRIVE APPROACHES, B,C,R,1 S, E,C,R,'s, CROSS GUTTERS AND CATCH BASIN TRANSITIONS, ® REFER TO GENERAL NOTES PLAN 100. ® CHAMFERED KEY 1" X 2", ® KEY LOCATION AT DRIVEWAYS, Df:PAl-lTMENT Of PUl!UC WQflltS I I I I CITY OF HUNTINGTON CALIFORNIA REVIIION DATE: ____ _ LAN 1111''1 03 I "p" VAA. . • _6 • Ill • ,bD,6 IP .., --·· ~ DETAIL 1 ~ 11 ac. ~ 7 1 w -. : . ·. NOTES: (D REFER TO GENERAL NOTES STD, PLAN 100, (1) WEAKENED PLANEOR QUICK JOINT AT 10' MAX, O,C, (J) GROUT BETWEEN SIDEWALK AND BLOCKWALL WHERE APPLICABLE, ® "R" TO BE DETERMINED BY SUB"TRACT!NG THE LESSER "p" FROM "z", ® REFER TO STD, PLAN 212B FOR DETAILS OF WHEELCHAIR RAMPS, 207 . NOTES: 0) DIMENSIONS 'w,1 'R,' 'p,' 's,' AS §HOWN ON PLANS, MINIMUM 'p'+'s' SHALL BE 5'. (2) IF 'p'+'s' IS EQUAL TO oR LESS THAN 12', 'R' EQUALS 'p'+'s,' G) IF 'p'+'s' IS GREATER THAN 12', ·,R, EQUALS 12' MINIMUM, @ ROLL AND BLEND FROM NORMAL SIDEWALK GRADE TO GUTTER LIP GRADE, (5) BACK OF DRIVEWAY AT CENTERLINE MAY BE DEPRESSED BY PRIOR APPROVAL OF THE CITY ENGINEER, @ REFER TO GENERAL NOTES STD PLAN 100, I..E;,r:, F,W Li< Word 'T' L/p I I SPECIFICATION FOR LOCATION OF DRIVEWAYS 1 NO SEPARATE DRIVEWAY SHALL BE LESS THAN '2]' OR l'ORE THAN 45' OPENING MEASURED .b.T PROP LINE, 2 IOTAL DRIVEWAY WIDTHS SHALL NOT EXCEED 70% OF THE FRONTAGE WHERE SUCH FRONTAGE IS 00' OR LESS, 3 iWENTY-TWO FEET (MINIMUM) OF FULL HEIGHT CURB WILL BE REQUIRED BEiWEEN DRIVEWAYS SERVING THE SAME PARCEL, 4 ALL PLANNED DRIVEWAY OPENINGS SHALL BE SUBMITTED TO THE DEPARTMENT OF PUBLIC WORKS, ENGINEERING DIVISION, FOR REVIEW AND APPROVAL, THE NU'IBER OF DRIVEWAY OPENINGS SHALL BE NO MORE THAN ARE NEEDED TO ADEQUATELY SERVE THE PARCEL, 5 SEE STD PLAN 211~ FOR DIMENSION AND SECTION DETAILS, 6 REFER TO GENERAL NOTES STD PLAN 100, COMMERCI AL DRIVEWAYS NOTES: l'INISM!O SURFACE .. .,..,, ... 0- \ &'" CRU'SKEO AGGA!G.&TE ·USE CONC. PEA LIN. FT. • 0.0505"4 CU. 'tDII, I CU. YD. • 19. 7118:5 UN, FT. TYPE 11C-611 CUR8 a GUTTER PIIVUl!NT VIIOTH DIMENSION P!fl PLAN 1:1:!NC. Pl!R ~IN. f"T. • 0.Q414G CU '1'~11. I CU. "ffl. • 15,IIO LIN. PT. TYPE "c-81 CURB a GUTTER I. 114 EXPANSION JOINTS SHALL 1!1E Pl.ACED AT 40° INTERVALS AND AT ALL 11.C.l'!.0 S E.C.~ ·ANO Vlf)t 2" WEAKENED PLANE OR Pt..ASTIC CONTROL. JOINTS SHALL IIE PLACED AT 10' II\ITERVAI.S. fOl'l DETAILS, SU Sitt DWG. NO~ . • • ~ CONCRETE SHAI.L 01!E 520-C-2500 PER OJRREI\IT EDITION OF STANDARD SPECIFICATIONS !'Oil PUBLIC WORKS CONSTRUCTION SEC. 201-1.1.2. 3. SUBGRADE° RELATIVE COMPAi::TION SHAI.L NOT BE LESS THAN !10 % , CITY OF COSTA MESA TYPE CALIFORNIA PUBLIC SERlllCES DEPARTMENT APPFIOIIED CURB a '5"" STll OWG. NQ 312 \ 0.PT/OA/AL .:.KC A //A 7/'.?A/ ..C /A/E.!i .C./N.i ..--• • -TR E #Ch' .5,¥ .¢" ell Al'6 OR .s-¥0.RM/~ /,c-#.SEO TRcNCH .:JH££TIN6 P.R 5h'OA"/A.16, /,/:" USED 2 3 4 5. TRENCH WIDTH SHALL BE O.D.+ 12'' MIN., O.D. + 20'' MAX., INCLUDING THE THICKNESS OF TRENCH SHORING OR SHEETING. IMCl<ftl.\. 6HALL IE PEIi STIINOARI) f;PECll-'11.'IITION5 SECTION ~o,-t.3, ftCfPT THAT IUUITIVE COMPACTIO~ SHIil!. if qo PERCENT lllll\llMIJM. WHEN THE MAX. TRENCH WIDTH IS EXCEEDED, THE CONTRACTOR SHALL SUBMIT TO THE ENGINEER FOR APPROVAL DRAWINGS WITH SUBSTANTIATING ENGINEERING CALCULATIONS FOR THOSE MODIFICATIONS OF PIPE STRENGTH AND/OR BEDDING WHICH WILL PROVIDE AN IN-PLACE FACTOR OF SAFETY EQUIVALENT TO THAT PROVIDED IN THE CONTRACT. BEDDING SHALL BE PER STANDARD SPECIFICATIONS SECTION .506-1.2.I, EXCEPT THAT: (a) CLASS 100-£-100 ,5;:UHRY. MAY ,/IE SUBSTITUTED FOR 5H4Pc0 8i!DOING 4T Tl'fc CONT/lffAcro;re!s OPT/ON ANO 50.!.lf EXPENSE. (b) HAUNCH BEDDING SHALL BE HAND TAMPED TO 90% RELATIVE COMPACTION MIN. FOR PVC, RPM, HDPE, AND ALL OTHER FLEXIBLE PIPE INSTALLATIONS, WHEREUPON THE REMAINDER OF BEDDING (ABOVE SPRINGLINE) MAY BE COMPACTED CONCURRENTLY WITH THE BACKFILL. CITY OF NEWPORT BEACH DRAWN .6. DATE :5/00 1-__ __:_i>.:::U.::B.:L:.::IC:.....:;W:.;:O:;.:.R;.;;;K;.;;;;S.....;;;D.;;;E.;..;PAc.;.FIT;.;.;..;M.;.;.;E;;;;.;N..;..T;__ __ ---i -ROVED @_ U ~ PIPE BEDDING PUBLIC WORl<S DIRECTOR R.E. NO. 12'806 DRAWING 1110. STD-\\\le -L . '': '4·' -..... • 4 ' ' " ''' : '1 ' . MANHOLE FRAME AND COVER V • A .•• , ~ • \ __ _,\'---l"A.C. WEARING 12"MIN. _ _, \ SURFACE TO MATCH I EXISTING ASPHALT. I I '!---4--/---,,./'-TACK COAT ON CONC. PER STANDARD SPECIFICATIONS SECTION 302-5.3 PLAN VIEW CONC.,?HALL BE POURED WITH A MINIMUM DISTANCE OF 12 AROUND THE LIP OF THE M.H. RING. . VAR. TACK COAT i"A.C, WEARING SURFACE 6" MIN . CONSTRUCTION NOTE: LOWER MANHOLE TO 6" BELOW SUBGRADE a COVER WITH 4'x 4'xl/2" STEEL PLATE PRIOR TO STREET CONSTRUCTION. CROSS SECTION CITY OF NEWPORT BEACH lll'IAWN R.G. DATE 12/79 11----....;,.P.;;;.U,;;;;.B,;;;;.L;;.;;IC"--W;..;;OR;.;.;.;..K;.;;;.S,...;;;cDE=-PA"'"R;.,;.T""'M.;,;,.E;;;;N.;..T;,__ __ ----4 Al'l'RDVED 4,:;>, (4, u PUBLIC WORl<S !JIRECTOII MANHOLE R.E. NO, 12'.BOb ADJUSTMENT DETAIL DRAWING NO,STD.-111-L COVEJI FOR 24" CLEAR OPENIIIG FRAIIIE IIOTTOY PUH OF COVEJI (STORM Ol'!AIN COVER ILUISTRATE!l) ----,~••=13'\i~· ----,~! ~ ~ l \;111 • 2 • l 1,~ .~ !lsJw•' I <' ' . ~ RAD FILLETS, TYf' SECTION A•A SECTION THRU FRAME DETAIL Of FRAM[ NOTES: l MANHOLE FRAMES ANO COVER SHALL BE MADE OF GRAY CAST IRON CONFORMING TO ASTM A-413, cuiss 35, AND PAINTED WITH ASPHALTUM PAINT EXCEPT FOR MACHINED SURFACES.(ALHAMBRA FOUNDRY A-1495) 2. STORM DRAIN !SANITARY SEWER) COVERS "o"l''s") 1111 THE CENTER OF THE COVER. CITY Of NEWPORT BEACH PUBLIC WORKS DEPARTMENT STANDARD 24-INCH MANHOLE FRAME AND COVER SHALL BE CAST WITH THE LETTER .tee 1/. ,e ·I· M IIEV. 6/15/82 R.G. PUBLIC WORKS lllRECTOR 11.E. NO. /?806 DRAWING NO. STD. -i 12 -L :, ADJUST/Nu ll!NGS AS 121:Cl'D. lffi/)(1/1 • A1IN., s· TOPS"• Z·Z1/2"/l/NGS , ·.' • _-SI:£ .10/AIT ·.: L... sro. -404·'-, .. z4• DIA. 1•.· /" STEPS "15 €¥SR ·:. 5tJET4/t. ~. • .. '.·: .. 2'4x (!,. G/?.4/)E RING ·AS SHOWN 24"x 2'h"GIJADE RING· SIMIL.42 4/J'0/,4 . • see 1V-:1rAP ;;;, . . 1 211 MIN. .. • .·, ••. II C0/1.S "'2 BARS 4·"' 2 IMl?S lONGIT. 41/8.:J l--48" f)JIJ. 48"x2t:rECCENTQ/C CONE c:"'HA:;r JIYJ/,t.,t1it,,-,e;;,-y-·w/411dll1'"..,,W'IIP" CCA-t::", NO ~l.11'1li!" IN7"1141'-••fUl!/1' . ,.., . CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT /2l:IIVF02CEO STdNDA/20 PRECAST MAIVHOL.E JOINT DETAIL , I = 3-/. 7_.3· __ UBLIC WORKS DIRECTOR R.E. NO. q537 DRAWING NO. s TD. -401 -L II II ~ I I I l-~ ,. I i tr: t[ 10.50" tI l ~ --, lLZl ' ~ 1.25"-'--c:::JO >---1.25" 1 DD DD t-~~ C --, I 15.37" I I I . 13.0" ~ r Q -I . ........ . . .. ' NOTES: 1. TOP STEP SHALL BE NO MORE THAN 24" FROM THE TOP OF THE ''· TRUCTURE 2. BOTTOM STEP SHALL BE NO MORE THAN 2'-6" ABOVE THE INVERT. 3. STEP SPACING SHALL BE 12" O.C. 4. STEPS MAY BE CAST IN PLACE OR EPOXIED IN la" DIAMETER OR!LLED HOLES. MATERIALS: -------- 1. STEPS FOR SEWER AND STORM DRAIN MANHOLES AND O rH,f c;ffiUCTURES SHALL BE POLYPROPYLENE WITH A½". DIAMETER 80,000 PSI TENSILE STRENGHi SHEL CORE, PER SOUTHWEST'S MANHOLE SAFETY STEPS OR APPROVED EQUAL. 2. EPOXY SHALL CONFORM TO STATE OF CALIFORNIA SPECIFICATION 8048-2/M-08 AND BE USED IN STRICT ACCORD WITH THE MANUFACTURERS PRINTED INSTRUCTIONS. CITY Of NEWPORT BEACH DIIAWN M.6t)! DATE •Ht.. 118 PUBLIC WORKS DEPARTUENT ~ O.Q/tt-STEPS FOR l'IJffl.lC: WOftlCll !l!M:C)a, llE. NO. N MANHOLES a STRUCTURES OIIAWINII NO. STD·404·l