Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R_6024_S
PLANS AND SPECIAL PROVISIONS FOR THE CONSTRUCTION OF IRVINE A VENUE WIDENING FROM SOUTHERLY OF MESA DRIVE TO SE BRISTOL STREET JUNE 2007 VOLUME20F2 FUN;DED BY: MEASUl~E lVI FUNDS I ' I PROPOSITION 42 FUNDS 092 COUNTY OF ORANGE AND CIT~ OF NEWPORT BEACH ROAD FUNDS ADMINISTERED BY: COUNTY OF ORANGE RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT SANTA ANA, CALIFORNIA BRYAN SPEEGLE, DIRECTOR W.O. # ER08922 LOS ANGELES COI.Nl'Y p 4C' / ;::- / C' D INDICATESAREA SHOWN ON LOCATION MAP COUNTY OF ORANGE I . I . I . I . I . . I . . MOOJE,sir: ... RlVERSIOE C~TY ~ NATl()NAL LAGI.NA8EACH VICINITY MAP (NO SCALE) --------... . I . I . . ' -.. ,_ ·,. ·1 . I . • I . ,..,......,,,, SAN OlEGO CC>lfiT"r ,/ CITY OF / NEWPORT 1/, ~¼' BEACH 1/, , 1/, ,, .,. .,. .,. ,-, II,,• UPPER NEWPORT BAY,,,,, • I 1 1 I r I I I I I I I I _,. r REGIONAL PARK.,.,,,, 1,,, ,,,,,,,,1, -------......::----.,.,,,. ' "',,,,,. ,,:,....,-----.......::,.,.,.,. .. .,. I I.:,._,,, -..._ ~,. _,, ; , ,, ✓ ~~ 1;...., ......_,., ,,, I ;.,, ~--.,.,,, ,..,..,..,_,. :tt,A .,. .. ,, ,. ... "("+ \. ,,,, -, --~~··· LOCATION MAP (NO SCALE) ' ,.,.,.,_ -1 ,,,, '-,,.,,,,,,, th ...,e '!r, \. \. ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT SANTA ANA, CALIFORNIA BRYAN SPEEGLE, DIRECTOR PLANS FOR CONSTRUCTION OF IRVINE AVENUE IDENING FROM SOUTHERLY OF MESA DRIVE TO SE BRISTOL STREET W.O. NO. ER08922 JUNE 2007 FUNDED BY: MEASURE M, PROPOSITION 42, COUNTY OF ORANGE AND CITY OF NEWPORT BEACH ROAD FUNDS POST-PROJECT OWNERSHIP AND MAINTENANCE RESPONSIBILITY: CITY OF NEWPORT BEACH AND COUNTY OF ORANGE, BASED ON CITY/COUNTY LIMIT JURISDICTIONS (WITH THE EXCEPTION OF THE MEDIAN LANDSCAPING -CITY OF NEWPORT BEACH TO MAINTAIN MEDIAN LANDSCAPING) RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT CITY OF NEWPORT BEACH SUBMITTED: J I SOTO, P.E. ANAGER, ROAlYCAPITAL PROJECTS APPROVED: ·- STE HEN G. ADUM, P.E. DATE DIRECTOR F PUBLIC WORKS, CITY OF NEWPORT BEACH APPROVED: RCE N 6106, EXP. O&gQ-08 7 DEVIATIONS FROM STANDARDS THE FOLLOWING RDMD STANDARDS HAVE BEEN MODIFIED, HIGHWAY DESIGN MANUAL, CHAPTER 200 -TOPIC 201.1, HORIZONTAL SSD ADEQUATE FOR 45 MPH DESIGN SPEED -TOPIC 204.4, GRADE BREAKS EXCEED 0.5% DUE TO EXISTING CONDITIONS (VARIOUS PROJECT LOCATIONS) -TOPIC 203.2, HORIZONTAL CURVES LESS THAN 2,350' RADIUS DUE TO EXISTING CONDITIONS -STA 25+ 19.79 TO STA 34+31.04 (992' RADIUS) -STA 37+94.43 TO STA 48+60.29 (975' RADIUS) -TOPIC 204.4, VERTICAL CURVES LESS THAN 475' FOR 45 MPH DESIGN SPEED DUE TO EXISTING CONDITIONS -STA 20+49.40 TO STA 21+97.86 (148.46' DOES NOT MEET MINIMUM 200' VERTICAL CURVE LENGTH) -STA 34+43.00 TO STA 38+43.00 (400' MEETS 40 MPH DESIGN SPEED) -STA 39+05.63 TO STA 41+ 75.63 (270' MEETS 40 MPH DESIGN SPEED) STANDARD PLAN 1101, MAJOR HIGHWAY TYPICAL SECTION -DESIGN SPEED IS 45 MPH -SIDEWALK WIDTH MINIMUM T DUE TO EXISTING CONDTIONS -MINIMUM STREET FL GRADES LESS THAN 1% DUE TO EXISTING CONDITIONS (VARIOUS PROJECT LOCATIONS) STANDARD PLAN 1209, DEPRESSED CURB DRIVEWAY APPROACH (MOD) -MODIFIED PER MISC. DETAILS SHEET 37 TO MEET ADA STANDARDS STANDARD PLAN 1115, TYPE 7 CURB RAMP (MOD) -MODIFIED PER CURB RAMP DETAILS SHEET 31 DUE TO EXISTING SIDEWALK WIDTH STANDARD PLAN 120-J.-OC, CURB AND GUTTER TYPE A3--8 (MOD) -MODIFIED FOR RAISED MEDIAN PER MISC. DETAILS SHEET 37 DUE TO ADJACENT LANE WIDTH STANDARD PLAN 1301, 1302 AND 1310, INLET TYPE I AND II (MOD) AND JUNCTION STRUCTURE TYPE I (MOD) -MODIFIED PER DRAINAGE DETAILS SHEET 29 TO ACCOMMODATE PROPOSED STORM DRAIN ALIGNMENT STANDARD PLAN 122-1--0C, CROSS GUTTER -MODIFIED PER CURB RAMP DETAILS SHEET 31 TO MATCH EXISTING CONFIGURATION AND GRADE AT ORCHARD DRIVE STANDARD PLAN 140--2--0C, MEDIAN TAPER -REVERSE CURVE DOES NOT MEET MINIMUM 90' LENGTH AT RIGHT TURN FROM NB IRVINE AVENUE TO EB MESA DRIVE DUE TO EXISTING CONDITIONS STANDA.RD PLAN 1303, INLET TYPE 111 (MESA DRIVE) -OPENING LENGTHS INCR SED UP TO 21' TO PREVENT INLET BYPASS APPROVED: IGNACIO G. OCHOA, DIRECTOR PUBLIC WORKS/CHIEF ENGINEER SHEET 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18--22 23 24-28 29 30 31 32 33 34 35 36 37-38 39 40 PLAN PLAN PLAN PLAN PLAN PLAN UTILITY ss TS RW LP IP cs INDEX OF SHEETS DESCRIPTION TITLE SHEET TYPICAL SECTIONS TYPICAL SECTIONS (MESA DRIVE) PLAN PLAN PLAN PLAN PLAN PLAN PLAN PLAN PLAN PLAN PLAN PLAN PLAN AND AND AND AND AND AND AND AND AND AND AND AND AND PROFILE (STA. 19+94.73 TO 24+00) PROFILE (STA. 24+00 TO 27 + 75) PROFILE (STA. 27 + 75 TO 32 + 00) PROFILE (STA. 32+00 TO 36+00) PROFILE (STA. 36+00 TO 40+00) PROFILE (STA. 40+00 TO 44+00) PROFILE (STA. 44+00 TO 48+00) PROFILE (STA. 48+00 TO 52+00) PROFILE (STA. 52+00 TO 55+00) PROFILE (MESA DRIVE) PROFILE -MEDIAN (STA. 27 + 75 TO 32 +00) PROFILE -MEDIAN (STA. 32+00 TO 36+00) PROFILE -MEDIAN (STA. 36+00 TO 40+00) SUPERELEVATION TRANSITION DIAGRAM UTILITIES UTILITIES (MESA DRIVE) STORM DRAIN PLAN & PROFILE DRAINAGE DETAILS STORM DRAIN PLAN & PROFILE (MESA DRIVE) CURB RAMP DETAILS INTERSECTION DETAILS BUS TURNOUT DETAILS CHANNEL ACCESS ROAD DETAILS DRIVEWAY DETAILS DRIVEWAY DETAILS -GOLF COURSE MAINT. DRIVEWAY MISCELLANEOUS DETAILS MISCELLANEOUS DETAILS (MESA DRIVE) LOG OF BORINGS SIGNING AND STRIPING (SHEETS 1-5) TRAFFIC SIGNAL MODIFICATION (SHEETS 1-5) RETAINING WALL PLANS (SHEETS 1-7) LANDSCAPING PLANS (SHEETS 1-5) IRRIGATION PLANS (SHEETS 1-4) CROSS SECTIONS (SHEETS 1-9) OWNER PHONE NO. CONTACT SEMPRA ENERGY GAS CO. (714) 634--3278 MIKE HARRIEL THE GAS COMPANY (TRANSMISSION) (714) 634--3267 DAVE BALDWIN SBC (714) 237--6165 GARY MILLER SOUTHERN CALIFORNIA EDISON CO. (DISTRIBUTION) (714) 895--0292 JASON CARTAYA SOUTHERN CALIFORNIA EDISON CO. (TRANSMISSION) (714) 895--0262 ANITA VALKO MESA CONSOLIDATED WATER DISTRICT (949) 631-1291 X 144 MARK PELKA ADELPHIA COMMUNICATIONS (714) 414-1409 JOE BARRIOS COSTA MESA SANITARY DISTRICT (949) 54&-1192 ROB HAMMERS IRVINE RANCH WATER DISTRICT (949) 453-5551 MALCOLM CORTEZ CITY OF NEWPORT BEACH (949) 644-3342 MIKE SINACORI METROPOLITAN WATER DISTRICT--SUBSTRUCTURES (213) 217-7807 J.J. RAZON UNDERGROUND SERVICE ALERT (800) 227-2600 .-BENCH MARK: r BASIS OF BEARINGS: ' 0.C.S. BENCHMARKS ~ 3N-60-89 ELEV. 50.616 NGVD 1929 (1976 THE BEARINGS SHOWN HEREON ARE O.C.S. ADJ.) BASED ON THE BEARING BETWEEN O.C.S. HORIZONTAL CONTROL STATION GPS NO. 6169 AND STATION GPS NO. 6158, BEING N40°37'42"E, PER RECORDS ON FILE IN THE OFFICE OF THE ORANGE COUNTY SURVEYOR. SAID BEARING IS ALSO THE BEARING OF THE CENTERLINE OF SANTA ANA AVE. .. .. NO . DESCRIPTION SHT. APPROVED DATE R EVISIO N s ~ W. o. NO. ER08922 DWG. NO. ( SHEET 1 OF 40) \ I \ \ 2:iMAX FINISHED GRADE EXCAVATION 1:1 SLOPE RIW . ,,. 10' -1.7% • SEE NOTE 2 "VARIES 58 5' ·61.5' "'VARIES 49.5' • 54.5' "VARIES IRVINE AVENUE STAT!ON 19+94,73T024•00 ISUPERELEVATED SECTION) CONSTRUCTION ~ • SEE "PLAN AND PROFILE" SHEETS FOR ROADWAY LAYOUT. "VARIES :55' -52.7' 'VARIES 47'-44. 7' 'VARIES ) : (STA.27+8Jl TO 31'1l4} -"4.....;:---,,-+-'VARIES (STA..27+861'0 31+94}. 1 i12· EXIST SW E:X!STC&G % VARIES • SEE NOTE 3 MTCELEV PER!'LAN- ii i ,1 IRVINE l;\VENUE STATION 24+'.00 T0.32+00 (SUPERELEVATED SECTION} RET. WALL CONSTRUCTION ' SEE 'PLAN AND PROFILE" SHEETS FOR ROADWAY LAYOUT. T.C.E. ESrT~ ~ RJW ! j •VARIES00.4'-53.fi' ! ! ! :;-;•·------===--~~----... ,-,!,.....,----~-V.~AR~l~ES=§2~·-~w~· _____ _,,...,! ~VARlES ~ 4'~ 8' ~A'.RIES42.4',-45,6' j "VARIES,44'-4S' 8' ~ !srA. 34,ro_n ~ I : SEG!Nl.;;J ·n I i ~ 1 - •VARIES (STA. 32>57 TO 37*85) -+...--!-..... -'VARIES {STA. 32+57 TO 37+85) • I : § STA. 34+75 ! I 111 v-BEGJN ! f T ;,: SEE : I NOTE 1 7 i 1 NOTES: 1. SEE "PLAN RW" SHEETS FOR t_AYOUT & STATIONING. 2. SEE "SUPERELEVATION OIAGAAM" FOR CROSS SLOPE. 3. VARY CROSS SLOPE FROM FROM GRADE BREAK TO MATCH EXISTING EDGE OF GUTTER. 4. T.C.E. • TEMPORARY CONSTRUCTION EASEMENT MTCElEV PER PLAN EXlST SW,C&G 12' MTCELEV PER PLAN .... % VARIES· SEC NOTE IRViNE AVENUE STATION 32-f-00 TO 39+00 {SUPERELEVATED SECTION} ~ SEE wPLAN AND PROFILE" SHl::ETS FOR ROAOWAY tAYOUT. 2:1 ~VARIES 2:1 T.C.E. 'VAR. 2:1 T.C.E. R/W STA. 39+43.88 END STA. 39+43.65 BEGIN 2:1 B' T.C.E. RMI T.C.E. ! ! i STA. 48+25 ~ ! END "I R/W i , .. i 9' : 8' STA. 54+~:6 491---1-'---;,. 'VARIES 58' • 618' ~VARIES 50' • 59.8' "VARfES 6j. 7' -§7' •VARIES 53.7' • 59' CONSTRUCTION ~ I • I ' SEE "PLAN ANO PROFILE' SHEETS FOR ROAOWAY LAYOUT. IRVINE AVENUE STATION 39->00 TO 42+00 (SUPERELEVATED SECTION} CONSTRUCTION C&. 55' 47' 37· % VARIES • SEE NOTE 3 • SEE "PLAN ANO PROFJLE" SHEETS FOR ROADWAY LAYOUT. IRVINE AVENUE STAT!ON 42+00 TO 48+00 (SUPERELEVATED SECTION) CONSTRUCTION it. 37' El \ -1.7% 55' 47' 10' 10' % VARIES -SEE NOTE 3 _; ~ SEE ~PLAN AN.0 PROFILE" SHEETS FOR ROADWAY LAYOUT. IRVINE AVENUE STATION 48.;.0Q TO END PROJECT {SUPERELEVATEO SECTION} R/W e i B' i EXIST.; R/W ! r ii s· i EXIS"f.: EX!STSW EXfSTC&G CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS. m CONSTRUCTION NOTES CONSTRUCT P.C.C. SIDEWALK PER ROMO sro PLAN 1205AND DETAILS. 0 ~gugir-Nf.,;.~~f_gg_RB & GUTTER PER m ~~~~0~6iei)~~~~riiJ~g:~N\Te°R:~~1~U5 DETAILS• AND "CURB RAMP DETAILS" SHEETS. 0 ~~~z~~ijg{t~Jt~~~~~120· ACiNS [0.20"ARHM (GG-8/1.oo·Ac (lll82PG64-10)/NS). m COlDPLANE AN□ OVERLAY USING o.zo· ARHM \GG,.-8). l!l ~~~~~~~b~~U:.Rf~tt~~ei~tiRAolENT [fl g~~~mY~U':ETAINING WALL PER DETAILS I]] fill fill @l CONSTRUCT DEPRESSED CURB DRIVEWAY APPROACH PER ROMO STD. PLAN 12091\ND "MISCal.ANEOUS DITT'AILS" SHEET 39. CONSTRUCT DEPRESSED CURB DRIVEWAY APPROACH PER DETAILS ON "DRIVEWAY DETAILS" SHEETS AND "MISCELLANEQl)S DETAILS" SHEET 37. CONSTRUCT ~LARED DtPRESSED CURB DRIVEWAY APPROACH PER RPMD sro: PLAN 1210 AND. "CHANNEL ACCESS ROAO DETAILS* SHEET 34. CONSTRUCT 1YP.E C1-8 CURB PER ROMD STP. PLAN 120-1-0C. CONSTRUCT CURS 1YPE A3-8 (MOD) PER RDMD STD, PLAN 120·1·0CAND "MISCELLANEOUS DETAILS" SHEET 37. COMSTRUCT TYPE A 1-8 CURB PER RDMD STD. Pt.JI.N 120-1-0C, CONSTRUCT REVERSE GURVEf PER DETAll,.S ON "M!SCELLANEOUSHETA!J_S" SHEET 37, CONSTRUCT LANDSCAPING PER DETAILS ON 'PLAN U'" . fill ~~~um-~fi_1 iis.~irri~~~~~ ~~"2/Li:~fie~ i.120 (MOO} ffil ¥8:lrU'I'.fJ;~~~ ~R.,~flts°JI_D. ffij ~~~¼CJ1f-!J;ULAR HAND RAILING PER CALTRANS ~ ~~g~IBIJWffJi'lltk.S~::f:;DETAlLS ON Ifill ~:~J:i¾~iPc2fil'1ts~iEJ1~"tmu~;~f~~ AS) CONSTRUCT TEMPORARY 6' TALL CHAIN LINK FENCE. REMOVE EXISTING MASONRY BlOCK.RETAINING WALL CONSTRUCT CABLE RAILING PER CALTRANS STO. Pl.AN 811-47, CONSTRUCT LONGITUDINAL GUTTER PER ROMO STD. PLAN 122-1-0C:ANO "DRIVEWAY DETAILS" $HEET 36. CONSTRUCT CONCRETE BARRIER PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 36. CONSTRUCTLEFFTURN4N-ONLY MEDIAN OPENING PER RDMD STD. PLAN 1116AND DETAILS ON"PLAN SS". CONSTRUCf CROSS GUTTER PER DETAILS ON "CURSRAMPDETAILS"SHEET31. CONSTRUCT IRON FENCE PER DETAILS ON "MJSCELLANE.OUS DETAILS~ SHEET 37. LEGEND PROTECT lN PLACJ; REMOVE RELOCATE AOJUST TO GRADE TO BE Rl=LOCA'rEO BY OTHERS TO BE REMOVED BY OTHERS TO BE ADJUSTED TO.GR;\PE BY OTHERS SAWCIJT ANO JOJN El!ISflNG SAWCIJT ANO REMOVE INTERFERING PORTIONS LIM1TS OF PROPOSED STRUCTLRAL PAVEMENT RECONSTRUCTION {SEE PLAN AND PROFILE SHEETS FOR MORE INFORMATION}. ORANGE COUNTY llE$0llfu,"f$ AND llEVEI.-OPMfNr,\!ANAGEME>ff llEl'AITTMEiif IRVINE AVENUE WIDENING FROM S'LY OF MESA DRlVE TO SE BRISTOL STREET TYPICAL SECTIONS ' V!HALGBOS SCALE DATE C'ltCKEP~ DRAW!NGNO. """"" SHEET 2 OF 40 " 0 -------- ------ (D -I en 2 / U> ~ Q) Q) _c (/) G' ~ (/) 0.. / ,n 0 f-f-z w z R/W R/W :::. w w :::. ~ w en ;::s Iii ...J ...J z ~ 0 (.) 5.00' -----11--5.00' 0.. :::. ------w f--- RETAINING WALL FROM STA 7+77 TO 7+87.50 7 AND STA 7+95 TO 9+19.11 Iii z 0 -- Iii z 0 (.) 0.. -:::. ~ 5.00' u,~--VARIES ~ 5' TO 10' a: :::. ~ --ii-----------30.00'----------------------28.00'-----------~6.50'-~ -----r 7 ~ I I L_ 1!._ J ~--=~2.%± __ _ 4 R/W 2 C C & G 1------17.50' AND VARIES------,~---16.70' AND VARIES-----, -j t-1.00' 2 TO 3% 2 TO 3% 8 MESA DRIVE FROM STA 7+40.60 TO STA 9+19.95 LEFT FROM STA 7+40.60 TO STA 9+13.67 RIGHT NO SCALE 8 [:.UT& AP ----2% - R/W i----------VARIES (32.76' TO 37.00')-----------+----------VARIES (30.00' TO 34.50')----------i 8 8 1 38 4 MESA DRIVE FROM STA 6+55.60 TO STA 7+40.60 NO SCALE R/W R W i----------VARIES (30.00' TO 32.76')-----------+------------30.00'------------i 7.00' & ---i--------VARIES (20.20 TO 25.75')--------i--------(19.50')-------i VARIES @c & G 8 38 4 MESA DRIVE FROM STA 5+44.60 TO 6+55.60 NO SCALE NOTE: SECTIONS ARE DRAWN LOOKING UP-STATION OR SOUTHEAST CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIAL 4.00' w g ~ ~ w ::;; w ~ g 7~RET. ,,,. I WALL I I I I I I I I L_--, L ___ ...J Iii RETAINING WALL FROM STA 7+50 TO STA 9+ 13.67 5.00' z 0 (.) 0.. § CIVIL WORKS Engineers, Inc. 3151 Airway Avenu';, Suite S-2 Costa Mesa, CA 92026 (714) 966-9060 MARK DATE CONSTRUCTION NOTES i<l__CONSTRUCT P.C.C. SIDEWALK PER RDMD STD. L'....J PLAN 1205 AND DETAILS r-:;-i_CONSTRUCT FULL DEPTH Pt,VEM~NT USING A STRUCTURAL L..:...J SECTION OF 1.20' AC/NS L0.20 ARHM {GG-8)/1.00' AC (11182 PG64-10)/NS]. @-coLD PLANE AND OVERLAY USING 0.20' ARHM (GG-8). @-coNSTRUCT RETAINING WALL PER DETAILS ON "PLAN RW" §-REMOVE EXISTING MASONRY BLOCK RETAINING WALL. Q_CONSTRUCT TYPE A2-6 CURB & GUTTER PER i...::::..r-RDMD STD. PLAN 120-1-0C AND DETAILS. §-coNSTRUCT 1' V-GUTTER PER DETAIL D ON PLAN RW 7 LEGEND 0-PROTECT IN PLACE @-REMOVE ©-SAWCUT AND JOIN EXISTING @-cur & CAP SPRINKLERS WITHIN RIGHT-OF-WAY ~ FULL DEPTH PAVEMENT 0 r----7 AC OVERLAY 0 ---- -TCE----TEMPORARY CONSTRUCTION EASEMENT ----PROPOSED RIGHT-OF-WAY ----EXISTING RIGHT -OF-WAY ----------RETAINING WALL EASEMENT NOTES 1. SEE "PLAN ss· FOR DISPOSITION OF EXISTING SIGNS. 2. SEE "PLAN TS" FOR TRAFFIC SIGNAL MODIFICATIONS. 3. SEE SHEET 30 FOR STORM DRAIN IMPROVEMENTS. 4. SEE SHEET 23 FOR UTILITY DISPOSITIONS. DESCRIPTION ORANGE COUNTY RESOURCES AND DEVELDPMENT MANAGEIENT DEPARTIENT IRVINE AVENUE WIDENING REVISIONS FROM S'LY OF MESA DRIVE TO SE BRISTOL STREET PREPARED LINER S1.FERVISION OF 6/1//07 DATE DESIGNED TYPICAL SECTIONS <MESA DRIVE> DRAWN ... CIECKED __,,,...,___-J SCALE DATE DRAWING NO. AS SHOWN JUN 07 ER08922 SHEET 3 OF 40 +40' +35' +30' +40' +35' +30' +30' +25' +20' STATION cu. YDS. uo fg 1-S! i--=~ Pl 00 "' -oco 0 O> Cl)+ -"' MO q .., 00> 0 0 [l'.<C CD -a, + "' "' "' O> 00 ON [l'. 8l [l'. -CD ~-C") 0) q "l 0 .., 00> "' [l'. CD (.)(/) 0 + "' N 00 0 co 0 OCD 0 "' 0"' co (.) (.) "! cri II'.~-ra Ost 0 "l w OI ."a;j &j ' .., ,< 1< ~ -o4 z "' N 0 + -N "',._ "' ,._ "' ,._ "' ,._ "' ,._ ~ N N ::;; wen cci ,.__ >-'"' "' i5 N 0 + + "' N "1 N ,._ N a, N ~ N "' N -N "' "d: «=! (!) "' N 0 + + + + + ~ ~ WN (/)"' "": (!) "' N + ,._ 6 01'--, "' ~ ~ ~ ~ N N "' ~~ ,._ (!) "' N N N N N N CDN N ..; "' + (!) (!) (!) (!) (!) (!) + N ZN c,; -.40% "' ~ [l'. i5 -4.40% + (.) -, -4.05% "' • ~---"' -.40% ----1.90% -0.75% -0.20% -0.35% -.15% -0.10% 0.26% 0.28% OG OG CURB RAMP (y SEES EET 13 "PLAN & PROFILE (MESA)" .A ' RIJCALCUB. EE-114-P01N· HlR'ett S-AA"M P-AN01:'fe-PR<:>FltE-ElETA1 4 ELEVATIONS ABOVE t-:= f.2 xii; Pl w+ z~ 0 ,._ ,._ co 0 N "' "' -, (.) 0 N c:i .; + N N "'co iii ~ + NN N "' + N " 0.. "' "' -4.34% &coNST.<t_ (!) (!) - - - - -0. 5% -0.45% ----- - ------------------- [l'. • 0 REVERSE CUR E uz "< >-'°' ,._ w-' -Cl) "1 ,._ 0 N "' toi 0 0 0"' z 0 0 q ,._ q "! oco 0 "' + "' "' 00, OCD 8 ~ z zO + r--N 0 CD 0 "' 0 "' 0 "' 0 0 Cl) N 0 ,._ c:i ,-..: 0 CD q .., 0 <( -"' 0 + + ~ N "'N co ,._ "l"l 0 N 0 + "' N co co 0 co Cr'. a:: CD N 0 + + ,._ N 0 N "1 N ~ Cr'.a:: 0 ,._ "? ~ ~ (.) "' N N -N N w<C w□ ~ + (!) "' N N "' (!) "' "' N N <( "' (!) (!) "' "' Cr'. Cl) Cl) N ----(!) (!) (!) RTC w w Cr'. ~ (.) ::;; ., 0 0% -1.95% "' ----1.55% -1.19% -1.17% RTC --------0.35% --------- • ttR --7--RAMP(D OG CURB@ SEE "CURB RAMP D TAILS" SEE "INTERSECTION DE1 IL" RAMP EEi 31 FOKE ro SHEET 32 FOR ELEVATIO s SEE "INTERSECTION DETAIL" SHEET 32 FOR ELEVATIONS 20+00 20+50 21+00 21+50 22+00 22+50 23+00 23+50 24+00 EXC. FILL BACK BAY CENTER z 0 -z I--(.) (.9 :::J w~ co I- 0 0 • &M (j') + (j') en z 0 (.) >: t 0 0 20 ~---·· I I -■ ........ (l)w 0::: z w <( >_J z z <( co TREE SEE "STORM DRAIN" SHEETS FOR DETAILS 1 SIDEWALK SEE NOTE 5 ----~- 1 <')CO • ...J"'":~ JO ~!$ zNN -·"' C!l;:!:>- WC/)W "' (/) LL LL & 0 RET. WALL3 A SEE il::!J. NOTE 4 1 2 EXIST. RET. WALL PROFILE HORIZ. 1 "=20' VERT. 1 "=1 O' MESA DRIVE STA. 9+13.67 (SEE SHEET 13) LEGEND: STA. 22+78.24 IRVINE AVE. STA. 9+15.11 MESA DR. (SEE SURVEY MONUMENT NOTE 2) BUS SHELTER 22 •• . ,,. SEE "STORM DRAIN" SHEETS FOR DETAILS ~ N -"' 0 + '<N CO N " • ;:!: "'& 23 REMOVE EXIST. & CONSTRUCT AC COLDPLANE& OVERLAY ~ CONSTRUCT DG STA. 23+22.10 IRVINEAVE. STA. 10+00.00 MESA DR. (SEE SURVEY MONUMENT NOTE 1) 21 IRVINE AVE _______ L _____ ---L-------,f-------(' ,:,,:,,:.,-L------- ~ CONSTRUCTION LINE 0 "' .,; 'i' ----~- _____ j ________ _ N45°14'38"E _ ____ L ____ -------~r•-41~\...'.!, • -• • -.. '..1~.:.~ BE"' ,..i, N45°14'38"E f GOUNTY OF ORA:t:1~~-- , , - • • -·' - r.. .. -& CITY oF"NEWPUt'O" 7"\vFI------- • . 3 TYPE 7 (MOD.) SEE NOTE 1 ··-··-··-·· TREE -N ~ Cl) &&l BUS SHELTER b 0 t8 ··-··- ocfi ou r-, ~ TREES ,._ > co u.. cci w r--() aa::: +1-ctu Nz NI--~ ·o 0 q 0 I • I : (I) I 0 Cf qN "1 N "' . . ([) ~ -··-··--~-·-·· ••-••-••-• u~ r f.- SEE "STORM DRAIN" SHEETS FOR DETAILS CUR - RETUR --.. CURB 2 RETURN TYPE _1_ ---:e&G::::::=:========- ---SW , C&G, SW C&G, SW _________ ._-:-________________ -_-:_ ~"7"':s:-t;..,?-ki ------- CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS. i:!: w i----1151----ii:!: z UHO Cl) llJ PLAN 1"=20' .MESADRIVE STA. 10+90.00 +35' +30' - - - - --- +25' +30' -0.94% ----- - [TI m lfil] -0.93% 24+50 -■■-■11RfW-■■-■■- EXC. FILL +25' +20' +30' +25' +20' STATION CU. YDS. RIGHT-OF-WAY -■ I - I I -TCE-I I - I ■ -TEMPORARY CONSTRUCTION EASEMENT - I I ■ RET. w. ESMT. -I I - -• • -SLOPE ESMT. -I I - -■■-■■-■■-■■-■■-• RETAINING WALL EASEMENT SLOPE EASEMENT COUNTY/CITY BOUNDARY NOTES: 1. SAWCUT 1' BEYOND CONST. OF C & G. 2. CONSTRUCTION ct_ STA. 23+22.12= MESA DR. STA. 10+00.00 (SEE SURVEY MONUMENT NOTE 1). 3. PLACE DG FROM BACK OF PROPOSED SIDEWALK TO CHANNEL WALLAS SHOWN ON PLAN. £ 4. BUS TURNOUT SHALL BE MONOLITHIC WITH CURB & GUTTER. REFER TO RDMD STD. PLAN 1120 AND "BUS TURNOUT DETAILS" SHEET 33. £ 5. JOIN EXISTING SIDEWALK CONSTRUCTED BY COSTA MESA SANITARY DISTRICT PER PUMP STATION RELOCATION PROJECT NO . 168. PROVIDE EXPANSION JOINT AT JOIN POINTS PER RDMD STD. PLAN 112-1-OC. PROTECT IN PLACE SIDEWALK, VAULTS, WETWELLSAND MANHOLES. SI /BYEY MON\ /MENT 1. IRVINE AVE. INTERSECTION AT MESA DR.: LG. PK. NAIL W/(2 OF 4)-2.00' TIO TIES PER TR. 706, M.M 17/9 & R.S. 99-1003, R.S.B. 180/17-24 FLUSH. 2. PUN. SPK. & O.C.S BR. WASHER PER R.S. & &. 12/10/2008 & 10/04/2007 & 7/19/2007 A 711912007 MARK DATE 0 A 1 2 4 5 CONSTRUCTION NOTES DJ CONSTRUCT P.C.C. SIDEWALK PER RDMD STD. PLAN 1205 AND DETAILS. m CONSTRUCT TYPE A2-8 CURB & GUTTER PER RDMD STD. PLAN 120-1-OC. CONSTRUCT CURB RAMP PER RDMD STD. PLAN 1115 [II (TYPE AS NOTED) AND DETAILS ON "INTERSECTION DETAILS" AND "CURB RAMP DETAILS" SHEETS. [TI CONSTRUCT FULL DEPTH PAVEMENT USING A STRUCTURAL SECTION OF 1.20' AC/NS 10.20' ARHM (GG-B)/1.00' AC (IIIB2 PG64-10)/NS]. m COLDPLANE AND OVERLAY USING 0.20' ARHM (GG-B). m CONSTRUCT CUT OR FILL SLOPE WITH GRADIENT AS SHOWN ON PLAN AND PER "PLAN CS". [TI CONSTRUCT RETAINING WALL PER DETAILS ON "PLAN RW". m CONSTRUCT DEPRESSED CURB DRIVEWAY APPROACH PER RDMD STD. PLAN 1209 AND "MISCELLANEOUS DETAILS" SHEET 39. CONSTRUCT DEPRESSED CURB DRIVEWAY APPROACH m PER DETAILS ON "DRIVEWAY DETAILS" SHEETS AND "MISCELLANEOUS DETAILS" SHEET 37. fill CONSTRUCT FLARED DEPRESSED CURB DRIVEWAY APPROACH PER RDMD STD. PLAN 1210AND "CHANNEL ACCESS ROAD DETAILS" SHEET 34. E!l CONSTRUCT TYPE C1-8 CURB AT BACK OF SIDEWALK PER RDMD STD. PLAN 120-1-OC. @I CONSTRUCT CURB TYPE A3-8 (MOD) PER RDMD STD. PLAN 120-1-OC AND "MISCELLANEOUS DETAILS" SHEET 37. @I CONSTRUCT 6' TALL CHAIN LINK FENCE AND GATES PER RDMD STD. PLAN 600-1-OC. ~ CONSTRUCT TYPE A 1-8 CURB PER RDMD STD. PLAN 120-1-OC. fill CONSTRUCT REVERSE CURVE PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 37. fill CONSTRUCT LANDSCAPING PER DETAILS ON "PLAN LP". CONSTRUCT BUS TURNOUT PER RDMD STD. PLAN 1120 (MOD) fill AND DETAILS ON "BUS TURNOUT DETAILS" SHEET 33. l!fil CONSTRUCT MEDIAN FLARE PER RDMD STD. PLAN 141-1-OCAND DETAILS ON "PLAN SS". CONSTRUCT TUBULAR HAND RAILING PER CALTRANS IN] STD. PLAN B11-51. ~ CONSTRUCT STRUCTURAL SLAB PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 38. lfil] CONSTRUCT DECOMPOSED GRANITE (0.17' DG/0.5' AB) PER "CHANNEL ACCESS ROAD DETAILS" SHEET 34. 1221 CONSTRUCT TEMPORARY 6' TALL CHAIN LINK FENCE. § IE] Im fill Im ~ Hfil 0 © © 0 0 © 0 © REMOVE EXISTING MASONRY BLOCK RETAINING WALL. CONSTRUCT CABLE RAILING PER CALTRANS STD. PLAN B11-47. CONSTRUCT LONGITUDINAL GUTTER PER RDMD STD. PLAN 122-1-OC AND "DRIVEWAY DETAILS" SHEET 36. CONSTRUCT CONCRETE BARRIER PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 38. CONSTRUCT LEFT-TURN-IN-ONLY MEDIAN OPENING PER RDMD STD. PLAN 1118AND DETAILS ON "PLAN SS". CONSTRUCT CROSS GUTTER PER DETAILS ON "CURB RAMP DETAILS" SHEET 31. CONSTRUCT IRON FENCE PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 37. LEGEND PROTECT IN PLACE REMOVE RELOCATE ADJUST TO GRADE TO BE RELOCATED BY OTHERS TO BE REMOVED BY OTHERS TO BE ADJUSTED TO GRADE BY OTHERS SAWCUT AND JOIN EXISTING STREET CURVE DATA R b. L BC EC 6015.84' 8°53'29" 933.56' 12+52.24 21+85.80 35.00' 85°24'10" 52.17' 22+60.02 10+84.73 • 35.00' 94°32'26" 57.75' 22+52.37 9+13.67 • 35.00' 93°52'28" 57.82' 23+97.90 10+87.81 • 25.00' 44°26'42" 19.41' 20+31.24 20+48.91 • MESA DRIVE STATIONING REVISED CL PROFILE 19+94.73 TO 23+20.50. REVISED LEFT TC PROFILE 19+93.00 TO 22+52.22. REMOVED PORTION OF CONSTRUCT SIDEWALK PER RECENT CMS□ PROJECT. ADDED NOTE. CORRECTED STATION AND/OR MEASUREMENT DATA DESCRIPTION ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT IRVINE AVENUE WIDENING PER R.S. 85-1012, R.S.B 110/39-42 & R.S. 99-1003, R.S.B 180/17-24. IRVINE AVE. INTERSECTION AT ANNIVERSARY LANE. REVISIONS FROM S'L Y OF MESA DRIVE TO SE BRISTOL STREET CONCRETE BARRIER 3. 1" 1-P & TAG "L.S. 2430" N62°06'18"W 0.17 PER R.S. 99-1003, R.S.B. 180/17-24, DN. 0.1' 1 0 1 2 - -- -3 inches on original drawing PREPARED UNDER S E. FRONDOSO DATE DESIGNED PLAN & PROFILE (STA. 19+94.73 TO 24+00) E fBONPOSO SHEET ~DRA::!w"::,,:~:1::Y~ll::1 A~I ::P~BO:;:§:::;:Cc:HE;!;C:KE;::o,:B~HR~l§~IN~G::I::0~N 4 R2 SCALE DATE DRAWING NO. AS SHOWN JUN 07 ER08922 OF 40 04-pp.dgn -··--f--··;;u---·-·· -----··--+---·· .... ··--· .. --.--.. -· ·--i----·-·----·---·· .. ---- , CL:! r-' ; 1 ~i-: ( +30' -, ---=-= ==-----=-=~=-= =-.-.-.:.~~=-=---=-=.=~~~~ -.. ~~--.-----------------------------f ==-==~-=~=-=·=~::.::~ ~.==-~1==-=-= =-~ =-=~-=-=-=-=-r-----------=~==~=-----i-----.--==-=-=----------+~----_-_-_-__ -_-______ -_-_~.,:---· -----------------: _J_ :2250: . ·-··-··--·-""·-"····· ··-· ··----·----··•··• -----------·------------· --------____________ ,, ___ --.------· ----. •-'••--... ------·-----1--__ ,,______ ·--"-·"-•' 1-·-----. ----·--· --·--· ••••---•---•-•-----'',----•--•-<e~•=-•~•-~-"-=~---~,•.-••m~,-•--~--•=-~~•--•· , ---•--+••-•-~••••--~ -----· ___ i1, __ _. ____ •-------~.•. , • 1,,--- J••-•• _, ___ -~------._·-.. -... -.-... --~ __ • __ -_-_-_ -_--_-_·-~t ~ -----~~---------· -------:-_-~:_··_·=----_-_--_·-_-_-_-_---_-·-__ --_ ~ --=-1 i=:_-__ -__ -_'····-:•;---_-_____________ .. _.._____ ---; ~i------;-------.,,~:t.:~-.. -------;---------------·---+-------------~-------------.. ----_ _ j __ _,__ --'1'·=· -:•·== .. =····=··-'.'°-"'.."'. .... "' ••• "'. "'(g~ .. ".' .. -'°:'°:·-,,.·""-"':-·"':·-;;. ~==~•~~·-:::;·;:--;:-·;;: .. ;;:.-::;--~0~~9~4-,~~~·· ~~·'::=-·~,===~;==:===-,,.·--,,.··,,.••i,,._!,-"',." .... ,,, •• ,,-.•e,-·=·-=···=·,,=,=··=··d,=· =,=, .. =.,=. ,:::~-l),0-.44~3:~Y:,,,--..,·_·-_·~--,..--· .. -·--+! ___ •~:--_~--· _:.,co~·--_· ----..._;-;jlQ,::_;:~:8.o/.:'·._~------_ -_-_,._-_iJ....--·-_· ___ -_-·_-_·~_o+;N_· s_ .. ~_-_L_I~-;-··-~----_·--··~· ~~••·~·~·~·~-·::~=·~~·,1~. -~··~~··~---·-.... ---.. • .. --..l/.-~-~··~-~:: .. -.._"-"~: ·-----·--• ·-: ----r • +30' --·---·-~· ~~ ~-----~= _ -· --·-... __ . _ l _ . .,(l,28.% •.• _ _ • _ .1 •--.. ---•---__________ ·--·---: -· +25' . . \ . ··-·· ····-... ·······-·· ; i +20' •-:----•-•----,-••--•-----•-••--~~~-----------------•-H,~N•••~---------------••-• --•-• -•••-••--•-----------;----------------+--------------••--~, ---~~--•--•~-----~•~-------+-----------••-----~--.. J.-•~~ -----------'---~ .. ~~-•-•=••=--•-•--•••---~-T-N•--t------+20' BUS TURNOUT -SEE DETAIL ON SHEET 33 "' i ~i-----;-------------t--------------;-------------~,----------i"' ~ ; ~ ---------·---------------.,."'i----+----·-·--·-·--·-·· ------'c$·~~t~"o-N------1,~+----------------------------+,, --- ---·-··--"---i ~·· ••••• -----·--------··-+'·· .,,. ...... ,. ------i~ N -1~-----------Ip---~---.. -.-------· ----<i'<!,~--------,'l•--·-··-·--1·--'.'.'_'"~ -11~ ----------,~----·-·------------ ····--···-· ... _. .. --• ····-··"'""G ·----. ---•. . --m ·-·CO-. ---·•--·-·-----.. ·····--------· -·•-----~ ... ·----co,-----------~•-·-·-----------·-----, ···-· ·-dl ... ---------· . --(\I ------· -------·---N ___ N -------------.... :--·--------·-•--------------------•---·----____ ., ____ ··---~ _,, __ _ _ _:::,co~-'.Fr=:::::::--:;::::_ ;::;::::::=::::---:=•-'=::---':-:'.-·?:·-~·~---':·:':=:1:':::::·~0~.9~3:%~:-::R:-T:-c:~-::-::~::':=-:-= ·, ~:":''.:'::'"'.':'':':·:-··~:i! •.. b.::··::·~!l~.il~.5~,%~.-=',.:,;~~. ·'=·4-·"'--·"'--'=-",:. ·="·;;;·-:;,·-.;--,,-·.;;·O!l;,;1;-.15~!¾~.•;;;;;,;;;,;.::;:;;;;;a;;,:;;::t. a;~*-='==;:;;;:;;;::;;;:;;;:;;;:;;:;:::;!-0~.3&¼~. '~•;;;;;~L;;;-;;;;;;;;;;;;;;--;;:;;;:;~;;,l::;;--:;;;;·;:-:.;-:;;·::·d-;:;-·:;· :::;:~-a,~· ~~'¼>l£·,;;:-~;:;;:::::::::-:::-::-·;;;;-:;J--t;:(g~::;:;t;:;;·-:;.;··-j';:··-;;:::--:~:::-ll.,~•:l!r.:·-=====:;:;;:(gt; .. ;::;--·••>··-··---------·-----·--···-·---• ... OG~--~-·~-~~-------· .. -· ........ ----..... ,. .... -·--.. --------·-----·---!.-------------_____ , ____ .. ___ ....... _________ .. _~, ·-···----------_" --------7--· +25' :----••--••••----••---•---••••--• _, .. ,,,__._., _ _.., ---•---••• ••-~ • ~--~-.«••-~-••-• •--~-• --~~-------•~--•--•--• ' •-•-•~•••->--""""~'~"' •• ----•~•«-•• ~•~------~------------•-•--•-•-"--•••--•---0---••-------~ ---•.-,--,.•••~-,,------------•---«~---0 ---a•---~~~••-•-s,--•• _,._., ............. , ------• -•-•• • •-•---• --•• :• -·• ,-•••-•--•--• •---•-• -.----••-.. __ .. _________ 7- , __ .. _ .. _,-~~~ .. -~~ ... ····~------~~~-~~-----· ·~-~---·~~-~--•.. ~~·~~~~-----:~··•·---:~~--~•--------.---~---~-----------•.---~·-~---,-----.. --.-----,-------~·::::_-_-.. __ ~.. ---~----·~~ .. ----.. --.--,------···-·---·_-_-_-.. ---_-_~,_-_-.-.. ------~--~::::::-.. -_.-_-_-=--•-~-~---·--~--·--·--____ --··_-... _--------~~---~-~---~-· ·_-_· -~-:,· ·~~ • -~· -~ --------~ -------------------• ---i ;-' ' ' --' -,-. ' --· -~ +35' +30' . ' ------• ~--~-----• ~-.-,,..•"~"' -•-•~=•~• o•~•"•"•-••.,..•~-•• • ~-•~w.--~· •~·"'-* •-~ C•~•""'-'"•••-~-----•~ ~,•,•.,~-"~Y ~-: ~•••••'"•~-~--•--•·••=•-•~~-••••~•-~•~-•• ••--- STATI.O~N~,____ -~--24+00 24+50 25+00 25+50 . . . i . ' . . . ~ . . . 26+00 26+50 27+00 STATION r---~-------r--·--·-·-·-·----~-------------+------+---~ 27+50 28+00 cu. YDS. EXC. FILL SEE "PLAN & PROFILE (MESA DR)" SHEET 13 FOR DETAILS 0 0 + q" N~ • f5 tu CJ) UJ :r: UJ CJ) z UJ ~ UJ :r: ~ (.) ~ 2 MASONRY .RETAINING WALL ----.. --" - PROFILE HORIZ. 1 "=20' VERT. 1"=10' ----.:.;;...------~--~-~-:-::--- ~ + t-,... C\I ............ . co ~ ,_ Cl) LLJ I LLJ LLJ ::r: 2' Cl) ::J t1f ::r: Cl) CJ ..__ ,_ § LEGEND: REMOVE EXIST. & CONSTRUCT AC CONSTRUCT DG EXC. FILL 8J ml cu. YDS. RIGHT-OF-WAY TEMPORARY CONSTRUCTION EASEMENT RETAINING WALL EASEMENT SLOPE EASEMENT -••-••-••••••••••••••••••••• COUNTY/CITY BOUNDARY NOTES: 1, IRVINE AVE <t_ AND CONSTRUCTION LINE DIVERGE AT CONSTRUCTION LINE STA 25+19.80 BC 2. PLACE DG FROM BACK OF PROPOSED SIDEWALK TO CHANNEL WALL AS SHOWN ON PLANS. 3, SEE "CHANNEL ACCESS ROAD DETAILS" SHEET 34 FOR SIDEWALK TRANSITION DETAILS AT DRIVEWAY. MARK DATE DJ III III 8J CONSTRUCTION NOTES CONSTRUCT P.C,C. SIDEWALK PER RDMD STD. PLAN 1205AND DETAILS. CONSTRUCT TYPE A2-8 CURB & GUTTER PER RDMD STD. PLAN 120-1-0C. CONSTRUCT CURB RAMP PER RDMD STD. PLAN 1115 (TYPE AS NOTED) AND DETAILS ON "INTERSECTION DETAILS" AND "CURB RAMP DETAILS" SHEETS, CONSTRUCT FULL DEPTH PAVEMENT USING A STRUCTURAL SECTION OF 1.20' AC/NS [0.20' ARHM (GG-8)/1.00' AC (111B2 PG64-10)/NS]. COLDPLANE AND OVERLAY USING 0.20' ARHM (GG-8). CONSTRUCT CUT OR FILL SLOPE WITH GRADIENT AS SHOWN ON PLAN AND PER "PLAN CS". CONSTRUCT RETAINING WALL PER DETAILS ON "PLAN RW". CONSTRUCT DEPRESSED CURB DRIVEWAY APPROACH PER RDMD STD, PLAN 1209 AND "MISCELLANEOUS DETAILS" SHEET 39. CONSTRUCT DEPRESSED CURB DRIVEWAY APPROACH PER DETAILS ON "DRIVEWAY DETAILS" SHEETS AND "MISCELLANEOUS DETAILS" SHEET 37. CONSTRUCT FLARED DEPRESSED CURB DRIVEWAY APPROACH PER RDMD STD. PLAN 1210 AND "CHANNEL ACCESS ROAD DETAILS" SHEET 34, CONSTRUCT TYPE C1-8 CURB AT BACK OF SIDEWALK PER RDMD STD. PLAN 120-1-0C. CONSTRUCT CURB TYPE A3-8 (MOD) PER RDMD STD. PLAN 120-1-0CAND "MISCELLANEOUS DETAILS" SHEET 37, !13! CONSTRUCT 6' TALL CHAIN LINK FENCE AND GATES PER RDMD STD. PLAN 600-1-0C. IE) fill ~ [jzl fill [Ifil ffiill CONSTRUCT TYPE A1-8 CURB PER RDMD STD, PLAN 120-1-0C. CONSTRUCT REVERSE CURVE PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 37. CONSTRUCT LANDSCAPING PER DETAILS ON "PLAN LP". CONSTRUCT BUS TURNOUT PER RDMD STD, PLAN 1120 (MOD) AND DETAILS ON "BUS TURNOUT DETAILS" SHEET 33. CONSTRUCT MEDIAN FLARE PER RDMD STD, PLAN 141-1-0CAND DETAILS ON "PLAN SS". CONSTRUCT TUBULAR HAND RAILING PER CALTRANS STD, PLAN B 11-51. CONSTRUCT STRUCTURAL SLAB PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 38, ~ CONSTRUCT DECOMPOSED GRANITE (0, 17' DG/0-.5' AB) PER "CHANNEL ACCESS ROAD DETAILS" SHEET 34. 1221 CONSTRUCT TEMPORARY 6' TALL CHAIN LINK FENCE. !231 REMOVE EXISTING MASONRY BLOCK RETAINING WALL. !241 CONSTRUCT CABLE RAILING PER CALTRANS STD. PLAN 811-47. CONSTRUCT LONGITUDINAL GUTTER PER RDMD STD. PLAN 122-1-0C AND "DRIVEWAY DETAILS" SHEET 36. 1261 coNSTRUCT CONCRETE BARRIER PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 38. !27! CONSTRUCT LEFT-TURN-IN-ONLY MEDIAN OPENING PER ROMO STD. PLAN 1118 AND DETAILS ON "PLAN SS". ~ §I 0 ® G) 0 0 © 0 © @ @ ® CONSTRUCT CROSS GUTTER PER DETAILS ON "CURB RAMP DETAILS" SHEET 31. CONSTRUCT IRON FENCE PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 37, LEGEND PROTECT IN PLACE REMOVE RELOCATE ADJUST TO GRADE TO BE RELOCATED BY OTHERS TO BE REMOVED BY OTHERS TO BE ADJUSTED TO GRADE BY OTHERS SAWCUT AND JOIN EXISTING SAWCUT AND REMOVE INTERFERING PORTIONS GRADE TO DRAIN CUT & CAP SPRINKLERS WITHIN RIGHT-OF-WAY ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT IRVINE AVENUE WIDENING OESCRI F'TI ON SURVEY MONUMENT REVISIONS FROM S'LY OF MESA DRIVE TO SE BRISTOL STREET SEE NOTE2 CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS. 1 0 1 2 ----3 inches on original drawing PLAN CHAIN LINK FENCE 1-. PUN. SPK. PER R.S, 92-1098 RS,B. 138/28-32. STREETffC CURVE DATA 0 R l:,. L BC EC 992' 58°04'40° 1005,54' 25+19,80 35+25,34 s.. 956' 58'02'39" 959,66' 25+19-79 35+42.36 .. STATIONING BASED ON CONSTRUCTION LINE PREPARED UNDER E. FRONDOSO DATE PLAN & PROFILE (STA. 24+00 TO 27+75) DESIGNED E FRONPPSO DRAWN J YU LALOBOS SCALE M,SHOWN DATE JUNO? CHECKED B HPISINGTON DRAWING NO. ER08922 SHEET 5 OF 40 +30' +25' +20' +25' +20' +30' cu. YDS. ' ' ·----------+-------~"'-•--·~-~----·-·-·--·~---' i ; i --------·---~---_· _________ ··--+---"'·---------·------i-.-~ .. --·-_--__ -_-:_-_-__ ---·-------·r---•-,·-----------.-------------... --~------------;---7·-+20· ---------'--------------!--------·--·--· -----··-----------·]-- ----------·-----·-------------···-··---··----------i----· ---·---·--.. ~ ~ ---~------~---~--"--~-"·,~-~·~-· -----~--~---•~--m-----------------·-----•-o .. ----"•· -·=---~--•a--o-•---~·----~· ~--·-... __ , __ "_ --.• --"8 ~-------· -----"-~ -------... -... --{s gg -----------.. al _____ . -•-' -------·-·---·---"------., ------. ------·----·•"----•-~~---------,,----~ : "••••·•-.•"--••••••-•••••-•• ""•-~--•·" -~--•~-••-•---! ~ --;-------------·----• •••"••"•••• w•-••·••---•~-•·•---------••••---.,.,-•-•----•• • -.. :, --"'~ ~-•• ·"""·••----••••••-------':'.!'•f 1!-1-•------+I' --------------~------------.:_• """ • L, +30' , OG ~ CONST. LINE 7"-._ <!> <!> ---"---~---'""" ,,,,·, ----······y---~,---•---' -r------T--·-------------.... -i.\1.n-~~",!,·~--.. -· ... --... -..,.:.---aa:--========~====~====:::'r==========~=-===ll-9~:492!%~======::;:: :::::s:=============-:t·====--=0::-:2::fflf. ~,,t· ==· ==±====±====et),;.2~1~%'!;:;:;;:;;:;;::;;:;;:;;:;;:~-;;::;-----·--------· --------,- J__ I ------··-------------·--·--·----·-----··----··-----····----·--'--··--·---· ·-·-···-·-···----------. +· ··-~---··-·'"~--------· ---·-·~···· ------l----·--------··-··-·----------~----~-·-····--·----! -----------;.. -~-~----~--.-------~-----------·-........ ~.~•·--··-··--•··•····---·-----·· --~~·~.·~------=·----~-.-•···-··· --~-~-~~~~~--------.L ! i --~ ~--------------. ---l ~-•-•-•--• ----~ =•~n---••-~•-~-------=-~=-~,•-••-~="' en C!) +251 +20' +30' ------..... --"":a. 12•1.---·~ _ __ __ __ ~ _ _Q,_24% _ .. _ • --r--f j •••--•"•••• •~--·J,,~••-•-•······'-'""'·•'"n••·~"-'·' ---•-. _____________ f ------. • ---.... ···-. . . ------·---···-------· --------·--. ·-----,----- +25' +20' FILL 28+00 RIGHT-OF-WAY TEMPORARY CONSTRUCTION EASEMENT 28+50 29+00 29+50 SURVEY MONUMENT 1. LEAD AND TAG "LS 5344" PER P.M, 89-128, P.M.8. 269/39-41 & R.S. 99-1003, R.S.B. 180/17-24 i f . 30+00 30+50 31+00 31+50 32+00 ----~---_______ ,_..,~,-------,----------~-~---~-~~-+-------,.·-------->--- j ! ! -----'-•-------------+ -•----••'"•"'•' .,, __ ,,~.•~•-~--;.<~•--M~--.,~••'"•-~~-.~---•·" -•--••»~•~-,'. "'=• ' ~ ,-w-•--• --•~o,.,.V, ••--c•-· ! ~-,,~.,•--"•-•,O•-••~••-••~-.,-~-""~-J ,-~ EX_C,,s _. . l ; FILL PROFILE HORIZ. 1 "=20' VERT. 1"=10' LEGEND: STATION cu. YDS. '"""~""'" RET. W. ESMT. .,,, ..... ,,. RETAINING WAf.L EASEMENT SLOPE EASEMENT COUNTY/CITY BOUNDARY STA. 29+78.60 OFFSET 58.28' LT .i STA. 30+ 78.97 OlfFSET 63.43' LT NEWPORT TRADE CENTER REMOVE EXIST. & f':;j1 CONSTRUCT AC t.:.J -··-··-··-··-·· -··-··-··-·· - -■---■ --:;::.:.------ 2. 2• I.P. AND TAG "LS 5344" PER P.M. 89-128, P.M.8. 269/39-41 & R.S. 99-1003, R.S.B. 180/17--24, DN.0.6' •• SEE"l"LANKPROFlLE·~MEDIAN· ,·:· :SHEETSFOR}DETAILS· (SEE SURVEY MONUMENT NOTE 1) ----... -·, ... UJ , • SEE-"STORM •·· DRAlN"'SHEETS FOR.DETAILS • ... "· "-'---',.. Wtfi S,UARD .•.· • .• ·•• • •• · •• · •• • •. · -~----.--, •. • ·~ ... ~~ • ...• CAB.LE .. • .. 2 .. • .. ·.· • .. • . . ·" • . ~\ri(l'.; FENCE ••••• _. ·' · •• .• . • • 1iii cni- .... CHANNEL WALUOCFCD R/W 1 0 1 3 inches on original drawing 2 • PLAN 1"=20' /(:\ ¥) SEE "STORM ORAtr,·. . • SHEETS. FOR:DETAlLS ,, • ... ··•i◊ATCf-fBASIN/ .. ·r.· ~;::•J,<• ·LQCAL'DEPRESSiON •. MAILBOX CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS_ ~ CONSTRUCT DG Ifill MAAK DATE PREPARED UNDER E.FRONDOSO [I] rn Ill ill Ill fill [ill CONSTRUCTION NOTES CONSTRUCT P.C.C. SIDEWALK PER ROMO STD. PLAN 1205AND DETAILS. CONSTRUCT TYPE A2-8 CURB & GUTTER PER ROMO STD. PLAN 120-1-0C. CONSTRUCT CURB RAMP PER ROMO STD. PLAN 1115 (TYPE AS NOTED) AND DETAILS ON "INTERSECTION DETAILS" AND "CURB RAMP DETAILS" SHEETS. CONSTRUCT FULL DEPTH PAVEMENT USING A STRUCTURAL SECTION OF 1.20' AC/NS [0.20' ARHM (GG-8)/1.00' AC (11182 PG64-10)/NS]. COLDPLANE AND OVERLAY USING 0.20' ARHM (GG-8). CONSTRUCT CUT OR FILL SLOPE WITH GRADIENT AS SHOWN ON PLAN AND PER "PLAN CS". CONSTRUCT RETAINING WALL PER DETAILS ON "PLAN RW". CONSTRUCT DEPRESSED CURB DRIVEWAY APPROACH PER ROMO STD. PLAN 1209AND "MISCELLANEOUS DETAILS" SHEET 39. CONSTRUCT DEPRESSED CURB DRIVEWAY APPROACH PER DETAILS ON "DRIVEWAY DETAILS" SHEETS AND "MISCELLANEOUS DETAILS" SHEET 37. CONSTRUCT FLARED DEPRESSED CURB DRIVEWAY APPROACH PER ROMO STD. PLAN 1210 AND "CHANNEL ACCESS ROAD DETAILS" SHEET 34. CONSTRUCT TYPE C1-8 CURB AT BACK OF SIDEWALK PER ROMO STD. PLAN 120-1-0C. CONSTRUCT CURB TYPE A3--8 (MOD) PER ROMO STD. PLAN 120-1-0CAND "MISCELLANEOUS DETAILS" SHEET 37. !13! CONSTRUCT 6' TALL CHAIN LINK FENCE AND GATES PER ROMO STD. PLAN 600-1-0C. IE] (ill CONSTRUCT TYPE A1-8 CURB PER ROMO STD. PLAN 120-1-0C. CONSTRUCT REVERSE CURVE PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 37. bsl CONSTRUCT LANDSCAPING PER DETAILS ON "PLAN LP". lITI fill fill lfil CONSTRUCT BUS TURNOUT PER ROMO STD. PLAN 1120 (MOD) AND DETAILS ON "BUS TURNOUT DETAILS" SHEET 33. CONSTRUCT MEDIAN FLARE PER RDMD STD. PLAN 141-1-0CAND DETAILS ON "PLAN ss· . CONSTRUCT TUBULAR HAND RAILING PER CALTRANS STD. PLAN 811-51. CONSTRUCT STRUCTURAL SLAB PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 38. Ifill CONSTRUCT DECOMPOSED GRANITE (0.17' DG/0.5' AB) PER •CHANNEL ACCESS ROAD DETAILS" SHEET 34. 122! CONSTRUCT TEMPORARY 6' TALL CHAIN LINK FENCE. fill ~ ~ ~ REMOVE EXISTING MASONRY BLOCK RETAINING WALL. CONSTRUCT CABLE RAILING PER CALTRANS STD. PLAN 811-47. CONSTRUCT LONGITUDINAL GUTTER PER ROMO STD. PLAN 122-1-0CAND "DRIVEWAY DETAILS" SHEET 36. CONSTRUCT CONCRETE BARRIER PER DETAILS ON •MISCELLANEOUS DETAILS" SHEET 38. j21I CONSTRUCT LEFT-TURN-IN-ONLY MEDIAN OPENING PER ROMO STD. PLAN 1118AND DETAILS ON "PLAN SS". ~ CONSTRUCT CROSS GUTTER PER DETAILS ON "CURB RAMP DETAILS" SHEET 31. Gfil CONSTRUCT IRON FENCE PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 37. LEGEND 0 PROTECT IN PLACE © REMOVE © RELOCATE 0 ADJUST TO GRADE © TO BE RELOCATED BY OTHERS © TO BE REMOVED BY OTHERS 0 TO BE ADJUSTED TO GRADE BY OTHERS © SAWCUT AND JOIN EXISTING ® SAWCUT AND REMOVE INTERFERING PORTIONS ~ ,...,.or.nc::-r,-,. nn1111,1 STREETITC CURVE DATA 0 R A L BC EC s·· 992' 5s•04•40• 1005.54' 25+19.80 35+25.34 S*' 956' 5s•o2•39" 959.66' 25+19.79 35+25.31 •• STATIONING BASED ON CONSTRUCTION LINE ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT DESCRIPTION REVISIONS DATE IRVINE AVENUE WIDENING FROM S'LY OF MESA DRIVE TO SE BRISTOL STREET PLAN & PROFILE (STA. 27+75 TO 32+00) DESIGNED E EBONDOSO SHEET DRAWN ,l YU LALOBOS SCALE AS SHOWN DATE JUN 07 CHECKED B HOISINGTON DRAWING NO. 6 ER08922 OF 40 06-pp.dgn +20' --,-----~ i ---• --------- I-=---:-~----=---____ :-_:_=·:_-_-:~- +30' +25' +30' ~S"~"=Jl=ON~+------:----------- CU. EXC. YDS. F!LL SURVEY MONUMENT 1. 2" I.P. AND TAG "LS 5344" S52"32'42"E 0.15' PER RS. 99-1003, RS.8. 180/17-24 FLUSH 32+00 / _L;:------- STREET CURVE DATA 0 R L BC EC 992' 58°04'40" 1005.54' 25+19.80 35+25.34 s 956' 58"02'39" 959,66' 25+19.79 35+42.46 V 1046' 4°33'07" 92.23' 32+50.25 33+37.77 w 1046' 8°39'27" 158.05' 33+74,15 35+25.34 RE\1ERSE CURVE ------"--------------,-----<>::EE.DEJAIL----------- 0 SHEET37 DRIVEWAY -,--------------t--SEE--OHAl!:0N · SHEET35 I i ! w g~------,,..•1, t~~------+= ' -------0"' ----o-J-0)-----------a••------•-•• C"'.?C\/ 00 0<£> 00~ ON OlO , r::::~ t.0co oco coco ,..-co o-.:t 01--• • or---= or--.: j ,.._:(O ! ,...." q~ "$~ ~N 0(0 dcri ! ~~ <;ON ~N ~-:-, .. e->P•-~,.·--·-"-----1 N-----r-----1 .; --.......,;ttNITT--~g ;----------'"'!H----~~ ~-,~-------------~ .. .--"'-------~ -------~ -------~!------.---.. •-----··------•-·····--------- , ID i ID ID ID (!) (!) (!) (!) -----------;-' ---____ ._ _ _l!l__ ·-----@ ----------------,-;------------__c,__ ___j2__ ·----------------·· r -----+------------------------------!---+--+30' --------~---------------1,-----------------:-- 32+50 / , ! 33+00 1-2 /' / 33+50 34+00 34+50 C&G,SW 400' VERTICAL CURVE --+----+-+25' ' ' __ ,_ ,.,. ••:-,•-----~------ ------~·-·-··-~"-"' --------------" ~~---•--·--•--">-•-~""-·"·---~·----·--=--·~-----~-~----·--;:----! 35+00 ·-------·- ... ____ .. _____ _ . .', -:~; --.---.;;:,-' .-)#-- 35+50 i 36+00 STATION ---------'"""W"""L~Cfr•-------=·-~----·· ·····~~•---i---,-~~.A cu. YDS. RET. WALL 1 SEE NOTE4 1 t FILL 0 0 + NOTES: 1. EXTEND SIDEWALK TO FACE OF BARRIER AT CONCRETE BARRIER SECTION. 2. SEE "CHANNEL ACCESS ROAD DETAILS" SHEET 34 FOR SIDEWALK TRANSITION DETAILS AT DRIVEWAY. 3. CONSTRUCT CURB ALONG BACK OF WALK AT GOLF COURSE PARKING LOT. 4. CONSTRUCT CHAIN LINK FENCE ALONG TOP OF RET. WALL 1. REFER TO "PLAN RW" FOR DETAILS. LEGEND: REMOVE EXIST, & CONSTRUCT AC co CV) .--._ . 00 ;5 f- (./) LU m§ CONSTRUCT DG ml • ~ --------- ' LU LU :C z (./) -_, :c ~ LU UJ ~~ ~ MARK DATE [1] 0 rn III III m [ill [ill @I CONSTRUCTION NOTES CONSTRUCT P.C.C. SIDEWALK PER RDMD STD. PLAN 1205AND DETAILS, CONSTRUCT TYPE A2-8 CURB & GUTTER PER RDMD STD, PLAN 120-1-0C, CONSTRUCT CURB RAMP PER RDMD STD. PLAN 1115 (TYPE AS NOTED) AND DETAILS ON "INTERSECTION DETAILS" AND "CURB RAMP DETAILS" SHEETS. CONSTRUCT FULL DEPTH PAVEMENT USING A STRUCTURAL SECTION OF 1.20' AC/NS [0,20' ARHM (GG-B)/1.00' AC (IIIB2 PG64-10)/NS]- COLDPLANE AND OVERLAY USING 0.20' ARHM (GG-B). CONSTRUCT CUT OR FILL SLOPE WITH GRADIENT AS SHOWN ON PLAN AND PER "PLAN CS". CONSTRUCT RETAINING WALL PER DETAILS ON "PLAN RW". CONSTRUCT DEPRESSED CURB DRIVEWAY APPROACH PER RDMD STD. PLAN 1209AND "MISCELLANEOUS DETAILS" SHEET 39. CONSTRUCT DEPRESSED CURB DRIVEWAY APPROACH PER DETAILS ON "DRIVEWAY DETAILS" SHEETS AND "MISCELLANEOUS DETAILS" SHEET 37, CONSTRUCT FLARED DEPRESSED CURB DRIVEWAY APPROACH PER RDMD STD. PLAN 1210AND "CHANNEL ACCESS ROAD DETAILS" SHEET 34, CONSTRUCT TYPE C1-8 CURB AT BACK OF SIDEWALK PER RDMD STD, PLAN 120-1-0C. CONSTRUCT CURB TYPE A3-8 (MOD) PER RDMD STD. PLAN 120-1-0CAND "MISCELLANEOUS DETAILS" SHEET 37. ~ CONSTRUCT 6' TALL CHAIN LINK FENCE AND L!.:!I GATES PER RDMD STD. PLAN 600-1-0C. !14! CONSTRUCT TYPE A1-8 CURB PER RDMD STD. PLAN 120-1-0C. fill fill fill fill fill fill fill §1 § ~ ~ ~ fill CONSTRUCT REVERSE CURVE PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 37, CONSTRUCT LANDSCAPING PER DETAILS ON "PLAN LP". CONSTRUCT BUS TURNOUT PER RDMD STD. PLAN 1120 (MOD) AND DETAILS ON "BUS TURNOUT DETAILS" SHEET 33. CONSTRUCT MEDIAN FLARE PER RDMD STD, PLAN 141-1-0CAND DETAILS ON "PLAN SS". CONSTRUCT TUBULAR HAND RAILING PER CALTRANS STD. PLAN B11-51. CONSTRUCT STRUCTURAL SLAB PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 38. CONSTRUCT DECOMPOSED GRANITE (0.17' DG/0.5' AB) PER "CHANNEL ACCESS ROAD DETAILS" SHEET 34. CONSTRUCT TEMPORARY 6' TALL CHAIN LINK FENCE REMOVE EXISTING MASONRY BLOCK RETAINING WALL CONSTRUCT CABLE RAILING PER CALTRANS STD. PLAN B11-47. CONSTRUCT LONGITUDINAL GUTTER PER RDMD STD. PLAN 122-1-0C AND "DRIVEWAY DETAILS" SHEET 36. CONSTRUCT CONCRETE BARRIER PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 38. CONSTRUCT LEFT-TURN-IN-ONLY MEDIAN OPENING PER RDMD STD. PLAN 1118AND DETAILS ON "PLAN SS", 1281 CONSTRUCT cRoss GUTTER PER DETAILS ON "CURB RAMP DETAILS" SHEET 31, r,;:;i CONSTRUCT PARKWAY CULVERT PER RDMD @:J STD. PLAN 1309AND "MISC. DETAILS" SHEET 37. 0 @ © © 0 © 0 © LEGEND PROTECT IN PLACE REMOVE RELOCATE ADJUST TO GRADE TO BE RELOCATED BY OTHERS TO BE REMOVED BY OTHERS TO BE ADJUSTED TO GRADE BY OTHERS SAWCUT AND JOIN EXISTING !Z!lfR .......... ..,,.""' RNif ............. ~"""''' RIGHT-OF-WAY ... • """'" RET VV. ESMT -·•-• ■-■•-··-··-··-·· -··-· • • TEMPORARY CONSTRUCTION EASEMENT RETAINING WALL EASEMENT SLOPE EASEMENT COUNTY/CITY BOUNDARY ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT DESCRIPTION IRVINE AVENUE WIDENING •• /· ,/ ' -CHANNEL WALU NEWPORT BEACH GOLF COURSE PARKING LOT REVISIONS FROM S'LY OF MESA DRIVE TO SE BRISTOL STREET HAIN LINK -F ENCE ,,-OCFCD R/W •• STATIONING BASED ON CONSTRUCTION LINE PLAN 1 0 1 3 inches on original drawing 2 CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS. DESIGNED PLAN & PROFILE (STA. 32+00 TO 36+00) E EBONDOSO DRAWN J YJLLALOBOS CHECKED B HQISINGIQN SCALE AS SHOWN DATE JUN 07 DRAWING NO. ER08922 SHEET 7 OF 40 117-pp.dQn I ! -! +301 i I -··~· -~·~----· --··-I ' DRIVEJAY ! 0 0 "' t·---1 0 "' 0 "' SEE-OH~-tc0N---O<O Q ~-· ~ ~~"---·-·---------~ •••"~°"" r·-r•r~ ---. .. --"' ,1:r I SHEET,36 I 0 <O i5 "' OM 0 + "' "' ON 0 ~ 0 c--i OC"> ;i, "' ' o-C?-.:t: i 0 c--i <O"' + "' ' m 0 r--' I -"' "' 0 o-! "' "' + -~ "' Ill (!) f.r--.------1---0 0 ~ g--~ --~------· or::'·'~· ·--~-·-. 0 ---0 O," ·---~ ~~-----~~-' . -~ ·---4,,____ --·--©. -1------ 0 0, 0 .,. . "' 0, i .,; g + ' "' Ill (!) 00, g l;i + "-"' I q "' a;; l ,.__ "' -I m (!) ' ,-: or--: 0 + I ,:!:. [;; "' m 5.10% 0 "' "' "'"' + "' i Ill i (!) 0 "' + (!) 4.90% + + "' ~ "' "' m (!) -~o/o-... I --·------•-.A• 4.40"To-·-.. "' ' "' j I "' m I I 4.00% m (!) 3.80% ' m (!) (!) I ' i ! (!) i 3.55% I ' ' I ·1!!:'76%·-----&.-l0%!. _J_ »-•7 .,-..---.~~--l ~-~,..----~-•-,. -·--· ·---z.wr.--~-~--.. -.. ,,,-~~ -· __, 2.20% i LTC_/ -' ' I 1.90% '-3.30% ---' ' 1 ~ .L-./ I ' / ' ------------✓ i +25' +20' +30' +25' -,----- +30' +20' STATION ----· CU. YOS. "' LC) oro <"':!«:! ------·,,·-----,~--__..;~------o ~-----~·----5 ~ ~---~-~ ~-~--~~. --~F.!,----..,~ ~:---, ---,;°'1r;;,,_ ____ _ 8b) 9«=! 0\D g~ CfN r--.. t:; -~~· ~ j,~---··-·· i.,"' ........ ,.i>.. . i~--•-•+•--·----! -· __________ ] ---.... J? ,., "' m I m (!) m m (!) <!l "' '" <!l O"' 4.55 ,o V 4.2 N 3.98% ' I --·----~-~,'--. ------~-"-"-~--~---~-~"'"·~-----L--------------------~--- 36+00 36+50 37+00 37+50 38+00 38+50 --___________________________ , __ ,,_, EXC. --••~ .,_,,,.,~-•~•--~•••'"-'' ___ ""-••---~••• -~•"-~ -----,}-"""••= ss-• •~-•-••• ••'----•• --••••"""""'"""""'"" .... , .. , .. , .. ' ·------~-----~---~-----~-·------~ --------. ----·~"--------i-, -- FILL STREET CURVE DATA 0 R t:,_ L BC EC c .. 975' 62"41'11" 1066.73' 37+93.62 48+60.35 T 1019' 9°37'10" 171.07' 38+03.60 39+67.29 •• STATIONING BASED ON CONSTRUCTION LINE 0 0 + (0 C'l) • ~ U) I w z -....J I 0 ti: ~ -r-,.... I- UJ w I CJ) w w U) .._. ' NEWPORT BEACH GOLF COURSE ••=•~"""'""'••11,1u4 BACK OF WALK CURB / -CONSTRUCTION LINE z, 1 -. --~"-. __ --. _____ --·-. ... ··---.. _ j .. - -• _ _.. SEE "DRIVEWAY DETAILS -·7 GOLF COURSE MAINTENANCE DRIVEWAY" SHEET 36 FOR DETAILS ·-------·-±----------d--------------------------- 1// / / ' i I, I I I .. --I / -----,,--- 3 inches on original drawing MAILBOX PROFILE HORIZ. 1 "=20' VERT. 1"=10' 1"=20' 1 ' I f "' "' gj / / / ,/ I 1 BUS TURNOUT SEE SHEET 33 ' -' l 0 "' I I §;t;:: t' 0"' ~"! g ~ ll1 q "l 00, 0 0 0 ~ "'<t + 'l' + 0 0 "' 0 -0, o-0, <t --·----o c,: ---0 0-..,. __ 0, -Ill 0"' • ~ <t ~ + oro 0 <O l1l "' Ill (!) or--: 0 "' l1l Ill (!) + <O "' l1l ,i_ 19.l ! (!) + -.. (!) I 4,b5°io . ,_ _______ .. -___ ,. ____ ,, ______________ --! <'? Ill (/) 5.00% -l Ill (!) 5.30% (!) 5.35% ' I -+50' -+45' ·-·--· 5.70'7o --_-5,65"b -I --+40' 5.30% ------- --- - -------i I i ! , ___ ' 39+00 ; l ' ' ., .... . -I i 270'VEI TICALCURVE I i ' ' -----~':,-. ---I i . I I i -------.. ----~'"¥'"___ ""~-,.,~~ ; ---· ~ +45' +50' I i j j ) ! -~~r---·-~-µ------==~-J-----~~---~~~~-~--~---~-i---~----- ----·r -•--, .. - 39+50 40+00 ,-----------l--~-------------i--•----, STATION r-------- . . EXC. CU. ----~-______________ ,_ _______ , '""~---~-------+---•--·-~-~. ·-,·-~--·~---•<>-~•--l • FILL LEGEND: REMOVE EXIST. & CONSTRUCT AC YDS. III RIGHT-OF-WAY _, ••sao 11Eu1""'• •TCEeuo,.. •• u" am,,"" TEMPORARY CONSTRUCTION EASEMENT u;rn:o:;u RET \IV. ESMT. RETAINING WALL EASEMENT -··-··-· ·-· ·-··-..... -··-· ■- SLOPE EASEMENT COUNTY/CITY BOUNDARY NOTES: 1. IRVINE AVE <t_ AND CONST. LINE CONVERGE AT CONST. LINE STA 37+93.62 BC. 2. CONSTRUCT CABLE RAILING ALONG TOP OF RET. WALL #2. SEE "PLAN RW" FOR DETAILS. 3. CONSTRUCT IRON FENCE AT BACK OF SIDEWALK. SURVEY MONUMENT 1. O.C.S. WELL MON. W/PUN. HEX BAR C:,, = 0°00'16" L=0.08' PER R.S. 99-1003, R.S.B. 180/17-24, ON. 1.8' MARK DATE OJ IIl III III III fill El @I CONSTRUCTION NOTES CONSTRUCT P.C.C. SIDEWALK PER RDMD STD. PLAN 1205 AND DETAILS. CONSTRUCT TYPE A2-8 CURB & GUTTER PER ROMO STD. PLAN 120-1-0C. CONSTRUCT CURB RAMP PER RDMD STD, PLAN 1115 (TYPE AS NOTED) AND DETAILS ON "INTERSECTION DETAILS" AND "CURB RAMP DETAILS" SHEETS. CONSTRUCT FULL DEPTH PAVEMENT USING A STRUCTURAL SECTION OF 1.20' AC/NS [0.20' ARHM (GG-8)/1.00' AC (11182 PG64-10)/NS]. COLDPLANE AND OVERLAY USING 0.20' ARHM (GG-B). CONSTRUCT CUT OR FILL SLOPE WITH GRADIENT AS SHOWN ON PLAN AND PER "PLAN CS". CONSTRUCT RETAINING WALL PER DETAILS ON "PLAN RW". CONSTRUCT DEPRESSED CURB DRIVEWAY APPROACH PER ROMO STD. PLAN 1209 AND "MISCELLANEOUS DETAILS" SHEET 39. CONSTRUCT DEPRESSED CURB DRIVEWAY APPROACH PER DETAILS ON "DRIVEWAY DETAILS" SHEETS AND "MISCELLANEOUS DETAILS" SHEET 37. CONSTRUCT FLARED DEPRESSED CURB DRIVEWAY APPROACH PER RDMD STD. PLAN 1210 AND "CHANNEL ACCESS ROAD DETAILS" SHEET 34. CONSTRUCT TYPE C1-8 CURB AT BACK OF SIDEWALK PER RDMD STD. PLAN 120-1-0C. CONSTRUCT CURB TYPE A3-8 (MOD) PER RDMD STD. PLAN 120-1-0C AND "MISCELLANEOUS DETAILS" SHEET 37. !131 CONSTRUCT 6' TALL CHAIN LINK FENCE AND GATES PER RDMD STD. PLAN 600-1-0C. CONSTRUCT TYPE A 1-8 CURB PER RDMD STD. PLAN 120-1-0C. CONSTRUCT REVERSE CURVE PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 37. CONSTRUCT LANDSCAPING PER DETAILS ON "PLAN LP". r:;,;i17 CONSTRUCT BUS TURNOUT PER RDMD STD. PLAN 1120 (MOD) 1.!.!J AND DETAILS ON "BUS TURNOUT DETAILS" SHEET 33. r.;;i CONSTRUCT MEDIAN FLARE PER RDMD STD. i§ PLAN 141-1-0CAND DETAILS ON "PLAN SS". CONSTRUCT TUBULAR HAND RAILING PER CALTRANS STD. PLAN 811-51. CONSTRUCT STRUCTURAL SLAB PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 38. !21 I CONSTRUCT DECOMPOSED GRANITE (0.17' DG/0.5' AB) PER "CHANNEL ACCESS ROAD DETAILS" SHEET 34. CONSTRUCT TEMPORARY 6' TALL CHAIN LINK FENCE, !231 REMOVE EXISTING MASONRY BLOCK RETAINING WALL !24! CONSTRUCT CABLE RAILING PER CALTRANS STD. PLAN 811-47. ~ Im fill ~ CONSTRUCT LONGITUDINAL GUTTER PER ROMO STD. PLAN 122-1-0C AND "DRIVEWAY DETAILS" SHEET 36. CONSTRUCT CONCRETE BARRIER PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 38. CONSTRUCT LEFT-TURN-IN-ONLY MEDIAN OPENING PER RDMD STD. PLAN 1118AND DETAILS ON "PLAN SS". CONSTRUCT CROSS GUTTER PER DETAILS ON "CURB RAMP DETAILS" SHEET 31. r,;;i CONSTRUCT IRON FENCE PER DETAILS ON ~ "MISCELLANEOUS DETAILS" SHEET 37. 0 0 © 0 © © 0 © 0 @ @ LEGEND PROTECT IN PLACE REMOVE RELOCATE ADJUST TO GRADE TO BE RELOCATED BY OTHERS TO BE REMOVED BY OTHERS TO BE ADJUSTED TO GRADE BY OTHERS SAWCUT AND JOIN EXISTING SAWCUT AND REMOVE INTERFERING PORTIONS GRADE TO DRAIN CUT & CAP SPRINKLERS WITHIN RIGHT-OF-WAY ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT IRVINE AVENUE WIDENING 0ESCRI PTI ON REVISIONS FROM S'LYOF MESA DRIVE TO SE BRISTOL STREET PREPARED UNDER DATE DESIGNED PLAN & PROFILE (STA. 36+00 TO 40+00) E FRONPOSO DRAWN J YU LAI OBOS CHECKED B HOISINGTON SCALE AS SHOWN DATE JUNO? DRAWING NO. ERD8922 SHEET 8 OF 40 +50' +451 Oo/.o. 3.80% +401 3.10% oeo 00 g~ -------- 2.65% 270' VERTICAL CU/l.VE +40' -- REV CURVE SEE SHEET 37 FOR DETAILS SEE "CURB RAMP DETAILS" SHEET 31 FOR ELEVATIONS -----~~--M-" ______ _ ' -~STATION cu_ 40+00 YDS. FILL TREE 'C&G;.SW.' . -----.. _ L .. _ ... _ -~ ----l 23 .. ___ --- ·- SURVEY MONUMENT 1. C-NAILAND TIN N0°54'24"W, 0.24' PER R.S. 99-1003, R.S.B. 180/17-24, DN. 0.4' RET:WALL2 2. SPK. & RUSTED WASHER ACC. AS SPF. & WASHER STAMPED "RCE 20949" PER R.S. 92-1098, R.S.B. 138/28-32 & R.S. 99-1003, R.S.B. 180/17-24, DN.0.3'. 40+50 41+00 41+50 ~·---;-~------------!---------------,•--~------ ' ---~ ----···------------------______ , --------------------·--···--···---·---- 41 ------1___ ± " 't~IRVINEA:~·--:---,J...-• ..;.;;;_;J<-_ ..... ...ll _ CONSTRUCTION LINE 2 C&G,SW ··-------~ --::_-_ ~--=--:.:-=---- 1 PROFILE HORIZ. 1 "=20' VERT. 1"=10' NEWPORT BEACH GOLF COURSE ' .~it:1}~~f iSEE•SURVEY·. MONUMENTNOTE1 2 IDEWALK (DRC \ PLAN ----3 inches on original drawing 1"=20' 42+00 "' (!) +55' +50' ·--~-----------·-•r-+60' ---·-<--------------<>---------------+----------------r----c-+55' i ~ ~••· • . • ~•-•-. ) _,w~-.,-~""' ---~~••• "••• •~-~~ 42+50 43+00 43+50 44+00 ,· _.,. .. ,_____"- EXC. ~.-~-~------~---< LEGEND: REMOVE EXIST. & CONSTRUCT AC FILL m +60' STATION cu. YDS- RIGHT-OF-WAY TEMPORARY CONSTRUCTION EASEMENT -Uffi!B RET. w. ES/1.ilT. RETAINING WALL EASEMENT SLOPE EASEMENT -••-•••••-••-••-•••••••••••• COUNTY/CITY BOUNDARY NOTES: 1. CONSTRUCT CABLE RAILING ALONG TOP OF RET. WALL #2. SEE "PLAN RW" FOR DETAILS. 0 C** 6 7 8 u MARK R 975' 35' 35' 925' 1023' DATE OJ m m 8J III III III III [I] !ill CONSTRUCTION NOTES CONSTRUCT P.C.C. SIDEWALK PER RDMD STD. PLAN 1205 AND DETAILS. CONSTRUCT TYPE A2-8 CURB & GUTTER PER RDMD STD. PLAN 120-1-0C. CONSTRUCT CURB RAMP PER RDMD STD. PLAN 1115 (TYPE AS NOTED) AND DETAILS ON "INTERSECTION DETAILS" AND "CURB RAMP DETAILS" SHEETS. CONSTRUCT FULL DEPTH PAVEMENT USING A STRUCTURAL SECTION OF 1.20' AC/NS [0.20' ARHM (GG-B)/1.00' AC (IIIB2 PG64-10)/NS]. COLDPLANEAND OVERLAY USING 0.20' ARHM (GG-8). CONSTRUCT CUT OR FILL SLOPE WITH GRADIENT AS SHOWN ON PLAN AND PER "PLAN CS". CONSTRUCT RETAINING WALL PER DETAILS ON "PLAN RW". CONSTRUCT DEPRESSED CURB DRIVEWAY APPROACH PER RDMD STD. PLAN 1209 AND "MISCELLANEOUS DETAILS" SHEET 39. CONSTRUCT DEPRESSED CURB DRIVEWAY APPROACH PER DETAILS ON "DRIVEWAY DETAILS" SHEETS AND "MISCELLANEOUS DETAILS" SHEET 37. CONSTRUCT FLARED DEPRESSED CURB DRIVEWAY APPROACH PER RDMD STD. PLAN 1210AND "CHANNEL ACCESS ROAD DETAILS" SHEET 34. ~ CONSTRUCT TYPE C1-8 CURB AT BACK OF t.'!2J SIDEWALK PER RDMD STD. PLAN 120-1-0C. CONSTRUCT CURB TYPE A3-8 (MOD) PER RDMD STD. PLAN 120-1-0CAND "MISCELLANEOUS DETAILS" SHEET 37. 1131 CONSTRUCT 6' TALL CHAIN LINK FENCE AND GATES PER RDMD STD. PLAN 600-1-0C. IE! fill CONSTRUCT TYPE A 1-8 CURB PER ROMO STD. PLAN 120-1-0C. CONSTRUCT REVERSE CURVE PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 37. ~ CONSTRUCT LANDSCAPING PER DETAILS ON "PLAN LP". r::;,;i17 CONSTRUCT BUS TURNOUT PER RDMD STD. PLAN 1120 (MOD) t..:..!.J AND DETAILS ON "BUS TURNOUT DETAILS" SHEET 33. r.;;;i CONSTRUCT MEDIAN FLARE PER RDMD STD. L1§ PLAN 141-1-0CAND DETAILS ON "PLAN SS". ~ ~ fill ~ § ~ § CONSTRUCT TUBULAR HAND RAILING PER CALTRANS STD. PLAN 811-51. CONSTRUCT STRUCTURAL SLAB PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 38. CONSTRUCT DECOMPOSED GRANITE (0.17' DG/0.5' AB) PER "CHANNEL ACCESS ROAD DETAILS" SHEET 34. CONSTRUCT TEMPORARY 6' TALL CHAIN LINK FENCE. REMOVE EXISTING MASONRY BLOCK RETAINING WALL CONSTRUCT CABLE RAILING PER CALTRANS STD. PLAN 811-47. CONSTRUCT LONGITUDINAL GUTTER PER ROMO STD. PLAN 122-1-0CAND "DRIVEWAY DETAILS" SHEET 36. 1261 CONSTRUCT CONCRETE BARRIER PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 38. !27( CONSTRUCT LEFT-TURN-IN-ONLY MEDIAN OPENING PER ROMO STD. PLAN 1118AND DETAILS ON "PLAN SS". ~ fill CONSTRUCT CROSS GUTTER PER DETAILS ON "CURB RAMP DETAILS" SHEET 31. CONSTRUCT IRON FENCE PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 37. 0 © @ 0 © © 0 © LEGEND PROTECT IN PLACE REMOVE RELOCATE ADJUST TO GRADE TO BE RELOCATED BY OTHERS TO BE REMOVED BY OTHERS TO BE ADJUSTED TO GRADE BY OTHERS SAWCUT AND JOIN EXISTING STREET/TC CURVE DATA ,6, L BC EC 62'41'11" 1066,73' 37+93.62 48+60,35 68'38'30" 41.97' 41+57.29 41+87,56 86'31'48" 50.37' 42+33.48 42+65.30 1°14'20" 20.00' 42+32.57 42+53.65 7°54'56" 141.32' 42+65.30 44+00.00 •• STATIONING BASED ON CONSTRUCTION LINE ORANGE COUNTY DESCRIPTION RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT IRVINE AVENUE WIDENING REVISIONS FROM S'L Y OF MESA DRIVE TO SE BRISTOL STREET CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS. PREPARED UNDER DATE DESIGNED PLAN & PROFILE (STA. 40+00 TO 44+00) F ERONPOSO DRAWN .l Y!l!AIOBOS CHECKED B HOISINGTON SCALE AS SHOWN DATE JUN 07 DRAWING NO. ER08922 SHEET 9 OF 40 00-ppcign +60' +55' +50' +60' +55' +50' -----;---<--+50' -------+--------------·'--------·-•~··~----··-·-------···--·---·---+---·-~-----------;----;-•- ·--··-+······· ......... ----•-----~·--· C J +55' +55' +50' +50' ---------------. ---· ·-· ··---~ --------··--·-·"~---· . --· ... .---~--·------·-··""' .-.. ,,~.,_ ---~-,s-,-,~ -.,.,.•~~ -~--~ • "'" ""'"'~ ------»·•-"'' -~-~---~-,-----i -~--- 44+00 44+50 45+00 45+50 46+00 1-'8'-'TA"'-T-'IO __ N_+----'.-----··--------:-·--------------------------'-------------·-+------------·-;-------- CU. EXC. 46+50 47+00 47+50 48+00 ... ---i'-'-•-d .. ,---------~--r-------------;------------·-+---------______ "" ___ ,_s_r_AT_IO_N_, EXC. CU, YDS, FILL SURVEY MONUMENT 1. O.C.S. WELL MON. W/PUN. HEX BAR PER R.S. 92-1098, R.S.B. 138/28-32, DN. 1.5'. (SEE SHEET 9) 1 0 1 2 3 inches on original drawing PROFILE HORIZ. 1 "=20' VERT. 1"=10' ·DRIVEWAY PLAN 1"=20' CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS. --------------·" LEGEND: REMOVE EXIST. & CONSTRUCT AC ; FILL YDS. m RIGHT-OF-WAY TEMPORARY CONSTRUCTION EASEMENT RETAINING WALL EASEMENT "™'"""'nm SLOPE ESMT. ...... .,,.... SLOPE EASEMENT -u-••-··-··-··-·•-u••·-··· COUNTY/CITY BOUNDARY MARK DATE PREPARED UNDER m 0 [TI m [I) m III III III fiQl CONSTRUCTION NOTES CONSTRUCT P.C.C. SIDEWALK PER RDMD STD. PLAN 1205 AND DETAILS. CONSTRUCT TYPE A2-8 CURB & GUTTER PER RDMD STD. PLAN 120-1-OC. CONSTRUCT CURB RAMP PER RDMD STD. PLAN 1115 (TYPE AS NOTED) AND DETAILS ON "INTERSECTION DETAILS" AND "CURB RAMP DETAILS" SHEETS. CONSTRUCT FULL DEPTH PAVEMENT USING A STRUCTURAL SECTION OF 1.20' AC/NS [0.20' ARHM (GG-B)/1.00' AC (IIIB2 PG64-10)/NS]. COLDPLANE AND OVERLAY USING 0.20' ARHM (GG-B). CONSTRUCT CUT OR FILL SLOPE WITH GRADIENT AS SHOWN ON PLAN AND PER "PLAN CS". CONSTRUCT RETAINING WALL PER DETAILS ON "PLAN RW". CONSTRUCT DEPRESSED CURB DRIVEWAY APPROACH PER RDMD STD. PLAN 1209 AND "MISCELLANEOUS DETAILS" SHEET 39. CONSTRUCT DEPRESSED CURB DRIVEWAY APPROACH PER DETAILS ON "DRIVEWAY DETAILS" SHEETS AND "MISCELLANEOUS DETAILS" SHEET 37. CONSTRUCT FLARED DEPRESSED CURB DRIVEWAY APPROACH PER RDMD STD. PLAN 1210AND "CHANNEL ACCESS ROAD DETAILS" SHEET 34. r.;:;, CONSTRUCT TYPE C1-8 CURB AT BACK OF L22J SIDEWALK PER RDMD STD. PLAN 120-1-0C. @] CONSTRUCT CURB TYPE A3-8 (MOD) PER RDMD STD. PLAN 120-1-OC AND "MISCELLANEOUS DETAILS" SHEET 37. !13! CONSTRUCT 6' TALL CHAIN LINK FENCE AND GATES PER RDMD STD. PLAN 600-1-OC. !El fill CONSTRUCT TYPE A 1-8 CURB PER RDMD STD. PLAN 120-1-OC. CONSTRUCT REVERSE CURVE PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 37. ~ CONSTRUCT LANDSCAPING PER DETAILS ON "PLAN LP". @} ffil CONSTRUCT BUS TURNOUT PER RDMD STD. PLAN 1120 (MOD) AND DETAILS ON "BUS TURNOUT DETAILS" SHEET 33. CONSTRUCT MEDIAN FLARE PER RDMD STD. PLAN 141-1-OCAND DETAILS ON "PLAN SS". i19l CONSTRUCT TUBULAR HAND RAILING PER CALTRANS STD. PLAN 811-51. CONSTRUCT STRUCTURAL SLAB PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 38. CONSTRUCT DECOMPOSED GRANITE (0.17' DG/0.5' AB) PER "CHANNEL ACCESS ROAD DETAILS" SHEET 34. j22i CONSTRUCT TEMPORARY 6' TALL CHAIN LINK FENCE. REMOVE EXISTING MASONRY BLOCK RETAINING WALL. CONSTRUCT CABLE RAILING PER CALTRANS STD. PLAN B11-47. CONSTRUCT LONGITUDINAL GUTTER PER RDMD § ~ § ~ fill ~ ~ STD. PLAN 122-1-OC AND "DRIVEWAY DETAILS" SHEET 36. CONSTRUCT CONCRETE BARRIER PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 38. CONSTRUCT LEFT-TURN-IN-ONLY MEDIAN OPENING PER RDMD STD. PLAN 1118AND DETAILS ON "PLAN SS". CONSTRUCT CROSS GUTTER PER DETAILS ON "CURB RAMP DETAILS" SHEET 31. CONSTRUCT IRON FENCE PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 37. LEGEND 0 PROTECT IN PLACE @ REMOVE @ RELOCATE 0 ADJUST TO GRADE © TO BE RELOCATED BY OTHERS © TO BE REMOVED BY OTHERS 0 TO BE ADJUSTED TO GRADE BY OTHERS © SAWCUT AND JOIN EXISTING @ SAWCUT AND REMOVE INTERFERING PORTIONS STREET CURVE DATA 0 R l:,. L BC c·· 975' 62"41'11" 1066.73' 37+93.62 ** STATIONING BASED ON CONSTRUCTION LINE EC 48+60.35 ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT DESCRI PTl ON REVISIONS DATE IRVINE AVENUE WIDENING FROM S'LY OF MESA DRIVE TO SE BRISTOL STREET PLAN & PROFILE (STA. 44+00 TO 48+00) DESIGNED E EBONDOSO DRAWN ,! YI! I Al OBOS SCALE AS SHOWN DATE JUNO? CHECKED B HQ!§INGWN DRAWING NO. ER08922 SHEET 10 OF 40 +55' +50' +60' +55' +50' +60' +55' STATION CU EXC. YDS. Fill 0 0 + 00 -q--0 • T-~ ,_ Cl) LU ,LU LU J: z Cl) -LU ....J LU :r: Cl) () .._ ~ :?E SURVEY MONUMENT 1, 0.C.S. WELL MON. WI PUN. HEX BAR PER RS. 92-1098 R.S.B, 138128-32, DN, 1.5', --------___________________ ,- 48+00 48+50 49+00 NEWPORT BEACH GOLF COURSE FENCE 1 SIDEWALK/C&G DRIVEWAY STREET CURVE DATA 0 R /::,, L BC EC c .. 975' 62°41'11" 1066,73' 37+93.62 48+60,35 •• STATIONING BASED ON CONSTRUCTION LINE 1 I 49+50 --·-----·-'·-----·-•···-,----1 R/W 0 1 3 inches on original drawing 2 I ' ' +55' . -··-·--·········-·-·-·----· --------·-7-· 50+00 PROFILE HORIZ, 1 "=20' VERT. 1"=10' 50+50 51+00 51+50 '•,./ ___ ~-----·-- ' - ------· ·... .. ----'~~-;~.;, . .C: .~c,,-,=_,:pc""·"~~N~~,;;~Clif2.c • ~:';'.:'c'?:::.:-·'::;:'.~ ·•· ::.;:'·:~ _:c,:_--,;~ .••• -----fl~ . . . . -iii,-:i•iiiiiii-.ii"iiiil l"i•IJll•.-iiiii.i:.. ....... ..,_..,.._-...--.... •··-·• io, H • n -•-••..-n ··•l.11!l• t•-11 ,·•n-■ 1 • 1_1 .. 11 ••1• I•• U • • l•U •■ •• • •• U • n•• ••I•---~ HI• ll.• 11 -•~-• • 1 •• • • •••• 1 -----. -.. •• ..• . .· GIIY,eFiNEWPOR:t BEACH ··• . . . .· .·. .. . . .. .. • ' - ' ' -' .-• . ~ < ' ' PLAN 1"::::20' • • i-c • :.:ORl'lEWAY CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS. ,, ' .. •C' ,c,; '<' 52+00 STATION -------------'----1-=~--1 0 0 + N LC) • .:; Cl) I w z 1--w w I Cl) :J w IW () ~ ~ ~ LEGEND: REMOVE EXIST. & CONSTRUCT AC cu. YDS. III MARK DATE PREPARED UNDER E, FRONDOSO OJ m 0 III [I] [II [fil fi2I [ill @I CONSTRUCTION NOTES CONSTRUCT P.C.C. SIDEWALK PER RDMD STD. PLAN 1205AND DETAILS. CONSTRUCT TYPE A2-8 CURB & GUTTER PER RDMD STD. PLAN 120-1-OC. CONSTRUCT CURB RAMP PER RDMD STD. PLAN 1115 (TYPE AS NOTED) AND DETAILS ON "INTERSECTION DETAILS" AND "CURB RAMP DETAILS" SHEETS. CONSTRUCT FULL DEPTH PAVEMENT USING A STRUCTURAL SECTION OF 1.20' AC/NS [0.20' ARHM (GG-B)/1.00' AC (11182 PG64-10)/NSJ, COLDPLANE AND OVERLAY USING 0.20' ARHM (GG-B), CONSTRUCT CUT OR FILL SLOPE WITH GRADIENT AS SHOWN ON PLAN AND PER "PLAN CS", CONSTRUCT RETAINING WALL PER DETAILS ON "PLAN RW". CONSTRUCT DEPRESSED CURB DRIVEWAY APPROACH PER RDMD STD. PLAN 1209 AND "MISCELLANEOUS DETAILS" SHEET 39, CONSTRUCT DEPRESSED CURB DRIVEWAY APPROACH PER DETAILS ON 'DRIVEWAY DETAILS" SHEETS AND "MISCELLANEOUS DETAILS" SHEET 37. CONSTRUCT FLARED DEPRESSED CURB DRIVEWAY APPROACH PER RDMD STD. PLAN 1210 AND "CHANNEL ACCESS ROAD DETAILS" SHEET 34. CONSTRUCT TYPE C1-8 CURB AT BACK OF SIDEWALK PER RDMD STD. PLAN 120-1-OC. CONSTRUCT CURB TYPE A3-8 (MOD) PER RDMD STD. PLAN 120-1-OCAND "MISCELLANEOUS DETAILS" SHEET 37, '131 CONSTRUCT 6' TALL CHAIN LINK FENCE AND ~ GATES PER RDMD STD, PLAN 600-1-OC. !14! CONSTRUCT TYPE A1-8 CURB PER RDMD STD. PLAN 120-1-OC. l'.js1 CONSTRUCT REVERSE CURVE PER DETAILS ON ~ "MISCELLANEOUS DETAILS" SHEET 37. fill fill fill fill ~ CONSTRUCT LANDSCAPING PER DETAILS ON "PLAN LP". CONSTRUCT BUS TURNOUT PER RDMD STD. PLAN 1120 (MOD) AND DETAILS ON "BUS TURNOUT DETAILS" SHEET 33. CONSTRUCT MEDIAN FLARE PER RDMD STD. PLAN 141-1-OCAND DETAILS ON "PLAN SS". CONSTRUCT TUBULAR HAND RAILING PER CALTRANS STD. PLAN B11-51. CONSTRUCT STRUCTURAL SLAB PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 38. IE) CONSTRUCT DECOMPOSED GRANITE (0.17' DG/0,5' AB) PER "CHANNEL ACCESS ROAD DETAILS' SHEET 34. !221 CONSTRUCT TEMPORARY 6' TALL CHAIN LINK FENCE. ~ !El ffifil ~ fill REMOVE EXISTING MASONRY BLOCK RETAINING WALL CONSTRUCT CABLE RAILING PER CALTRANS STD. PLAN B11-47. CONSTRUCT LONGITUDINAL GUTTER PER RDMD STD, PLAN 122-1-OC AND "DRIVEWAY DETAILS" SHEET 36. CONSTRUCT CONCRETE BARRIER PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 38. CONSTRUCT LEFT-TURN-IN-ONLY MEDIAN OPENING PER RDMD STD. PLAN 1118AND DETAILS ON "PLAN SS". l'2al CONSTRUCT CROSS GUTTER PER DETAILS ON "CURB RAMP DETAILS" SHEET 31. l49( CONSTRUCT IRON FENCE PER DETAILS ON "MISCELLANEOUS DETAILS' SHEET 37. LEGEND 0 PROTECT IN PLACE 0 REMOVE © RELOCATE 0 ADJUST TO GRADE G) TO BE RELOCATED BY OTHERS G) TO BE REMOVED BY OTHERS 0 TO BE ADJUSTED TO GRADE BY OTHERS ... u,.,,u ...... ,.,. Rf\!\/ ............ ..,u.=,i,., RIGHT-OF-WAY ""~•-••""*"""''•TCE,..,••=••-••=••"' TEMPORARY CONSTRUCTION EASEMENT ~"M" RET. \IV, ESMT ~"="' RETAINING WALL EASEMENT _,.p .. ~ SLOPE ESMT. ~"m" SLOPE EASEMENT •••-•••••••••••••••••••••••• COUNTY/CITY BOUNDARY ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARfMENT DESCRIPTION REVISIONS DATE IRVINE AVENUE WIDENING FROM S'L Y OF MESA DRIVE TO SE BRISTOL STREET PLAN & PROFILE (STA. 48+00 TO 52+00} DESIGNED E EBONDOSO DRAWN J YILViLOBOS SCALE AS SHOWN DATE JUNO? CHECKED B HOISINGWN DRAWING NO. ER0B922 SHEET 11 OF 40 11-pp.,jgn I ~us TURNOUT -SEE SHEET 33 "' 0) 00) "" 0 "' 00:, -q ,-. c:i ci + 0 g. a, "' + + +55' -t---+------·------.(!)~----j N ~ N "' LO OJ (I) OJ ·-.(!) LTC ------------·---~----··~·-~~-,-·----,-·---~ ; __ , ____ ,____ -~-~,-~-·-- J,~---::-'"--------+-------------+--------------+-------- +60' •-• •••-•••~-'"-'•~ -, ,"<·••-· ~-~•-~-•-~-•---•-· •••-•-C •• i [ __ •~•--~~~---•• •-•••· •--~~: -•-••-~---------<1~•1 .,:,__ _____ -~•-----••-•i---- OJ w +55' -· ... ·-.••• ----·· ···-···--·-·-·-•.. <:! --······-· ---· ···--····----·---.•·· --···········------"'1------ +50' -··········-·······················•·------·--······-·-···--:····· -··················-·-····-··-·····-· ·r ·-·-·-···-···········-· .. ······---+--~·-·····--· I ·1••,> -·-···· ---- I ---•r•·-----•---------- +50' STATION 52+00 CU. EXC. YDS. FlLL 0 0 + N LO -~ • ~ .:S I- U) LU I w LU :c U) z -LU .....I LU :c U) t) -t:c ~ SURVEY MONUMENT 1. IRVINE AVE INTERSECTION AT SE BRISTOL ST: 0.C.S WELL MON W/3 3/4" BRASS DISK PER R.S. 92-1098, R.S.B. 138/28-32 & R.S. 99-1003, R.S.B. 1800/17-24. ACC. AS COMMON CORNER TO BLOCKS 5, 6, 50 AND 51 OF IRVINE'S SUBDIVISION. p '· ; ···-·r·--· -· ., ~-· ------· -- · · · · ~ --· · · · · · · · ·1 • · 52+50 NEWPORT BEACH GOLF COURSE DRIVEWAY 53+00 53+50 DRIVEWAY CATCH :BASIN 54+00 ' PLAN 111=20' 1 +60' -.--•••~------------+--•-••-•---------~---------•••o'•e<~-.••-N --,.---: +55' • 1--+50' ! • ' +60' +55' +50' ' I , I ---• --•, -•----~~----~~-M-.-owa,~ -~~ -'-·•-•"--••-•••--••~•••-"•-•o,s,•S,~-~----~•••~•- -------------'.---------. 54+50 0 1 ' I I I ' ' t i 2 I !---------· .. ··-----••"~• 55+00 STA. 55+19.00, OFF. 4.90' RT .<>,' SEE SURVEY MONUMENT NOTl:1/1 I";•, I I/,, i1··--J ! -~/: +60' +55' STATION ---EXC. CU. ------------~ ----1 FILL YDS. LEGEND: REMOVE EXIST. & III CONSTRUCT AC ~~ COLDPLANE & OVERLAY III ,,..,...,,rn, ....... nTCE ... ,,.,u ..... u ... "•n TEMPORARY CONSTRUCTION EASEMENT ="~" RET. W. ESMT. _,,_.., RETAINING WALL EASEMENT ~ .. = .. ~ SLOPE ESMT. ffl"~"' SLOPE EASEMENT ••••1•••••••••••1••••••••••• COUNTY/CITY BOUNDARY MARK DATE PREPARED UNDER _.__ __ CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS. 3 inches on original drawing III m III III m III IT] I}] II§! CONSTRUCTION NOTES CONSTRUCT P.C.C. SIDEWALK PER RDMD STD. PLAN 1205 AND DETAILS. CONSTRUCT TYPE A2-8 CURB & GUTTER PER RDMD STD. PLAN 120·1-0C. CONSTRUCT CURB RAMP PER RDMD STD. PLAN 1115 (TYPE AS NOTED) AND DETAILS ON "INTERSECTION DETAILS" AND "CURB RAMP DETAILS" SHEETS. CONSTRUCT FULL DEPTH PAVEMENT USING A STRUCTURAL SECTION OF 1.20' AC/NS [0.20' ARHM (GG-B)/1.00' AC (IIIB2 PG64-10)/NS]. COLDPLANE AND OVERLAY USING 0.20' ARHM (GG-B). CONSTRUCT CUT OR FILL SLOPE WITH GRADIENT AS SHOWN ON PLAN AND PER "PLAN CS". CONSTRUCT RETAINING WALL PER DETAILS ON "PLAN RW". CONSTRUCT DEPRESSED CURB DRIVEWAY APPROACH PER RDMD STD, PLAN 1209 AND "MISCELLANEOUS DETAILS" SHEET 39. CONSTRUCT DEPRESSED CURB DRIVEWAY APPROACH PER DETAILS ON "DRIVEWAY DETAILS" SHEETS AND "MISCELLANEOUS DETAILS" SHEET 37. CONSTRUCT FLARED DEPRESSED CURB DRIVEWAY APPROACH PER RDMD STD. PLAN 1210AND "CHANNEL ACCESS ROAD DETAILS" SHEET 34, CONSTRUCT TYPE C1-8 CURB AT BACK OF SIDEWALK PER ROMO STD. PLAN 120-1-0C. CONSTRUCT CURB TYPE A3·8 (MOD) PER RDMD STD. PLAN 120-1-0CAND "MISCELLANEOUS DETAILS" SHEET 37. CONSTRUCT 6' TALL CHAIN LINK FENCE AND GATES PER RDMD STD. PLAN 600-1-0C. CONSTRUCTTYPEA1·8 CURB PER ROMO STD. PLAN 120-1-0C, GsJ CONSTRUCT REVERSE CURVE PER DETAILS ON ~ "MISCELLANEOUS DETAILS" SHEET 37. ~ CONSTRUCT LANDSCAPING PER DETAILS ON "PLAN LP". @I ~ CONSTRUCT BUS TURNOUT PER RDMD STD. PLAN 1120 (MOD) AND DETAILS ON "BUS TURNOUT DETAILS" SHEET 33. CONSTRUCT MEDIAN FLARE PER RDMD STD. PLAN 141-1-0CAND DETAILS ON "PLAN SS". r:;;::i19 CONSTRUCT TUBULAR HAND RAILING PER CALTRANS ll:!J STD. PLAN B11•51. 12ol CONSTRUCT STRUCTURAL SLAB PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 38. j21 I CONSTRUCT DECOMPOSED GRANITE (0, 17' DG/0.5' AB) PER "CHANNEL ACCESS ROAD DETAILS" SHEET 34, !221 CONSTRUCT TEMPORARY 6' TALL CHAIN LINK FENCE. !231 REMOVE EXISTING MASONRY BLOCK RETAINING WALL CONSTRUCT CABLE RAILING PER CALTRANS ~ ~ 0 @ 0 0 © © 0 © © @) ® STD. PLAN B11-47. CONSTRUCT LONGITUDINAL GUTTER PER RDMD STD. PLAN 122-1-0C AND "DRIVEWAY DETAILS" SHEET 36. CONSTRUCT CONCRETE BARRIER PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 38. CONSTRUCT LEFT-TURN-IN-ONLY MEDIAN OPENING PER RDMD STD, PLAN 1118AND DETAILS ON "PLAN SS". CONSTRUCT CROSS GUTTER PER DETAILS ON "CURB RAMP DETAILS" SHEET 31. CONSTRUCT IRON FENCE PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 37, LEGEND PROTECT IN PLACE REMOVE RELOCATE ADJUST TO GRADE TO BE RELOCATED BY OTHERS TO BE REMOVED BY OTHERS TO BE ADJUSTED TO GRADE BY OTHERS SAWCUT AND JOIN EXISTING SAWCUT AND REMOVE INTERFERING PORTIONS GRADE TO DRAIN CUT & CAP SPRINKLERS WITHIN RIGHT-OF-WAY ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT DESCRIPTION REVISIONS DATE IRVINE AVENUE WIDENING FROM S'LY OF MESA DRIVE TO SE BRISTOL STREET PLAN & PROFILE (STA. 52+00 TO 55+00) DESIGNED f EBONPOSO DRAWN J VILLALOBOS SCALE AS SHOWN DATE JUN 07 CHECKED B HOISINGJON DRAWING NO. ER08922 SHEET 12 OF 40 12;:,p.dgn 70 STATION 6+00 ···-~-------· _,__ -----' . -· - cu. YOS. ~ 0 EXC, FILL SEE DETAIL A ON SHEET 39 20.20 Lt. 5+44.60 JOIN EXISTING, BEG TAPER BEG REMOVE EXIST C&G BEG C&G R/W JOIN EXIST. I I ~ I 2G'·-VO TC Q . ----- 8+00 1---,---40• vc----i SOUTHERLY TOP, OF CURB PROFILE PROFILE HORIZ. I"= 20' VERT. I"= 10' PLAN 1"=20' DR. CL ' ----20'[ vc . ---.. - ' ""1 ·~·-·-·-~----· ......... -----··· ' ' ' -..J -·~w I-20' vc -l NEWPORT BAY TERRACE APARTMENTS ' --·---r•------•• ! 30 •·»·-----· -···-·--------------------· ------------------:-----' 20 --··----!-........ . ' ' 30 - 0 STATION . -----.. ___ ,, __ ,,_ EXC. CONSTRUCTION NOTES r:7._CONSTRUCT P.C.C. SIDEWALK PER RDMD STD. L:_J PLAN 1205 AND DETAILS. r:;-LCONSTRUCT 1YPE A2-8 CURB &: GUTTER PER l:...J RDMD STD. PLAN 120-1-0C. r;-L_ CONSTRUCT CURB RAMP PER RDMD STD. PLAN 1115 (1YPE L::'...J AS NOTED) AND DETAILS ON "INTERSECTION DETAILS" AND "CURB RAMP DETAILS" SHEETS. r:7.__CONSTRUCT FULL DEPTH PAVEMENT USING A STRUCTURAL ~ SECTION OF 1.20' AC/NS [0.20' ARHM (GG-B)/1.00' AC (IIIB2 PG64-10)/NS]. 0-coLD PLANE AND OVERLAY USING 0.20' ARHM (GG-B). r:;l.__ CONj?,TRUCT R~AINING WALL PER DETAILS L'....J ON PLAN RW . 0-~~~s~~~iT JtrR~C(~D1 fof\N'tRll(~i1.~~l~Pif-iHDETAILS" SHEET 39. §}-REMOVE EXISTING MASONRY BLOCK RETAINING WALL r:;;;-t_CONSTRUCT 1YPE A2-6 CURB &: GUTTER PER ~ RDMD STD. PLAN 120-1-0C AND DETAILS. r:;:;i__CONSTRUCT 1' V-GUTTER PER DETAIL D l.::=J ON SHEET NO. 7. Q__CONSTRUCT NDS 9"x9" CATCH BASIN SERIES PART No. 931 L::'...J WITH NOS 9"x9" ATRIUM GRATE PART No. 990 (OR APPROVED EQUAL) &RECONSTRUCT SIDEWALK AND CURB & GUTTER TO EXISTING JOINT. r::;LCONSTRUCT 1YPE A1 -6 CURB & GUTTER PER L::'...J RDMD STD. PLAN 120-1-0C AND DETAILS. ··---------------·-----·-,-------+--------------+----l cu. YOS. NOTES ---~-~--------· w z ~ ' 1 CIVIL WORKS i Engineers, Inc. • 3151 AinvayAvenu'!, Suite S-2 Costa Mesa, CA 92026 (714) 966-9060 FILL 10122/07 DATE 1. SEE "PLAN SS" FOR DISPOSITION OF EXISTING SIGNS. 2. SEE "PLAN TS" FOR TRAFFIC SIGNAL MODIFICATIONS. 3. SEE SHEET 30 FOR STORM DRAIN IMPROVEMENTS. 4. SEE SHEET 23 FOR UTILl1Y DISPOSITIONS. 5. CONTRACTOR TO REFER TO SPECIAL PROVISIONS FOR TEMPORARY SHORING DETAILS. LEGEND (D-PROTECT IN PLACE ©-REMOVE ©-RELOCATE ©-SAWCUT AND JOIN EXISTING CJ CJ CONSTRUCT AC AC OVERLAY 0 0 TEMPORARY CONSTRUCTION EASEMENT PROPOSED RIGHT-OF-WAY EXISTING RIGHT-OF-WAY ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT MODIFIED PLAN AND NOTE TO PROTECT IN PLACE EXISTING STAIRS AND IRON RAtL DESCRIPTION IRVINE AVENUE WIDENING REVISIONS FROM S'LY OF MESA DRIVE TO SE BRISTOL STREET PREPARED LtllER SUPERVISION OF PLAN & PROFILE <MESA DRIVE> DESIGNED SHEET 6/11/07 DRAWN ~ Cll£Cl(£J) JMM ~S~C~AL::::E:::;:=DA=T=E ::;:J~D~R~AW-=IN:::G::N::O=. ==113 R 1 DATE AS SHOWN JUN 07 ER08922 OF 40 +30' +251 +30' ! ! i I STATION 28+00 _____ 28+50 •-~-• f,. e~ =• ;---,,.,___, =----'<'~-~--~-~,-----r-·• -----•• CU. EXC. 1 \ 1 ,---+•--••~•-••••----•-•••-"-"~. •~•••-~••----_,-.,•••--,---L•------•---••-•- YDS. FILL i MEDIAN CURVE DATA 0 R t:,. L BC E 1008' 22°55'49" 403.42' 27+91.84 F 996' 6°42'53" 116.72' 28+35.82 G 1006' 8°34'21" 150.51' 30+43.50 •• STATIONING BASED ON CONSTRUCTION <t .,o - EC 31+93.50 28+95.50 31+93.52 NEWPORT BAY TERRACE APARTMENTS ·~-"------.. ---------,.----- /f:}. ----·-···--·-·····.c'ji •---~--------·-·-··· ------------------~. ··············-·· 1 I 0 1 3 inches on original drawing 2 PROFILE HORIZ. 1 "=20' VERT. 1"=10' PLAN 1"-=20' NEWPORT TRADE CENTER NOTES: 1. SEE "PLAN AND PROFILE" SHEETS FOR CURVE DATA, <t DATA, SURVEY MONUMENT INFORMATION AND LIMITS OF PAVEMENT CONSTRUCTION. 2. SEE "STORM DRAIN" SHEETS FOR DETAILS. I CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS. +30' EXC. CU. FILL YDS. MARK DATE [i] III III m !ill [El CONSTRUCTION NOTES CONSTRUCT P.C.C. SIDEWALK PER RDMD STD. PLAN 1205AND DETAILS. CONSTRUCT TYPE A2-8 CURB & GUTTER PER RDMD STD. PLAN 120-1-0C. CONSTRUCT CURB RAMP PER ROMO STD. PLAN 1115 (TYPE AS NOTED) AND DETAILS ON "INTERSECTION DETAILS" AND "CURB RAMP DETAILS" SHEETS. CONSTRUCT FULL DEPTH PAVEMENT USING A STRUCTURAL SECTION OF 1.20' AC/NS [0.20' ARHM (GG-B)/1.00' AC (IIIB2 PG64-10)/NS]. COLDPLANE AND OVERLAY USING 0.20' ARHM (GG-B). CONSTRUCT CUT OR FILL SLOPE WITH GRADIENT AS SHOWN ON PLAN AND PER "PLAN CS". CONSTRUCT RETAINING WALL PER DETAILS ON "PLAN RW". CONSTRUCT DEPRESSED CURB DRIVEWAY APPROACH PER RDMD STD. PLAN 1209 AND "MISCELLANEOUS DETAILS" SHEET 39. CONSTRUCT DEPRESSED CURB DRIVEWAY APPROACH PER DETAILS ON "DRIVEWAY DETAILS" SHEETS AND "MISCELLANEOUS DETAILS" SHEET 37. CONSTRUCT FLARED DEPRESSED CURB DRIVEWAY APPROACH PER ROMO STD. PLAN 1210AND "CHANNEL ACCESS ROAD DETAILS" SHEET 34. CONSTRUCT TYPE C1-8 CURB AT BACK OF SIDEWALK PER RDMD STD. PLAN 120-1-0C. CONSTRUCT CURB TYPE A3-8 (MOD) PER RDMD STD. PLAN 120-1-0CAND "MISCELLANEOUS DETAILS" SHEET 37. '131 CONSTRUCT 6' TALL CHAIN LINK FENCE AND L!.:!I GATES PER ROMO STD. PLAN 600-1-0C. IE) ml fill @I O]] ffil ~ CONSTRUCT TYPE A1-8 CURB PER ROMO STD. PLAN 120-1-0C. CONSTRUCT REVERSE CURVE PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 37. CONSTRUCT LANDSCAPING PER DETAILS ON "PLAN LP". CONSTRUCT BUS TURNOUT PER ROMO STD. PLAN 1120 (MOD) AND DETAILS ON "BUS TURNOUT DETAILS" SHEET 33. CONSTRUCT MEDIAN FLARE PER ROMO STD. PLAN 141-1-0CAND DETAILS ON "PLAN SS". CONSTRUCT TUBULAR HAND RAILING PER CALTRANS STD. PLAN B11-51. CONSTRUCT STRUCTURAL SLAB PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 38. !21! CONSTRUCT DECOMPOSED GRANITE (0.17' DG/0.5' AB) PER "CHANNEL ACCESS ROAD DETAILS" SHEET 34. 122! CONSTRUCT TEMPORARY 6' TALL CHAIN LINK FENCE. REMOVE EXISTING MASONRY BLOCK RETAINING WALL. CONSTRUCT CABLE RAILING PER CALTRANS STD. PLAN B11-47. CONSTRUCT LONGITUDINAL GUTTER PER RDMD STD. PLAN 122-1-0CAND "DRIVEWAY DETAILS" SHEET 36. j2S! CONSTRUCT CONCRETE BARRIER PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 38. CONSTRUCT LEFT-TURN-IN-ONLY MEDIAN OPENING PER RDMD STD. PLAN 1118AND DETAILS ON "PLAN SS". CONSTRUCT CROSS GUTTER PER DETAILS ON "CURB RAMP DETAILS" SHEET 31. r:;-;J CONSTRUCT IRON FENCE PER DETAILS ON ~ "MISCELLANEOUS DETAILS" SHEET 37. LEGEND 0 PROTECT IN PLACE @ REMOVE © RELOCATE 0 ADJUST TO GRADE © TO BE RELOCATED BY OTHERS © TO BE REMOVED BY OTHERS 0 TO BE ADJUSTED TO GRADE BY OTHERS =~•=••""'••=•5TCE"'-' '"""''""'"~""""'" TEMPORARY CONSTRUCTION EASEMENT ="-" R.ET. W. ESMT. ="="' RETAINING WALL EASEMENT ,,urn:mmc SLOPE ESf.JlT. ,,,,~ • .,.,~., SLOPE EASEMENT •••••••••••••• 1•••••••••••• • COUNTY/CITY BOUNDARY ORANGE COUNTY RESOURCES ANO DEVELOPMENT MANAGEMENT DEPARTMENT DESCRIPTION REVISIONS DATE IRVINE AVENUE WIDENING FROM S'LY OF MESA DRIVE TO SE BRISTOL STREET PLAN & PROFILE -MEDIAN (STA. 27+75 TO 32+00) DESIGNED E ERONDOSO SHEET DRAWN l YH I ALOBOS I CHECKED B HOISINGTON SCALE DATE DRAWING NO. 14 AS SHOWN JUN 07 ER08922 OF 40 SANTAANA DELHI CHANNEL +30' +25' -----~ -----------+25' i ---------·----......--' -+20' i ! ' I l I l I -J·-·---~--------------!-----------------+-------------;i__________ _ _____ I,..,:------·-~-···-···-··~-~------------.,,-~------·-··-!~---:------- -_________ ,_____ --------.--·--·+---------------------.. --+------------+--------------;--------------·---------- "' skNTAANA DELHI CHANNEL "' °' o o o '° g ~ ~~ :!) 8 S; ~ ~ 00 ~ O I'--O O "'!t+---:-------------+t~ g_ ~-g_ ~. ~ C'1 0 «> O o:> ci U) O CO g re 9 N 1---+----------------j---------------t---cl''=------------"'2 (0 O I'--0 t---+------------t-~+-----------,otu,;-..J----ol•rr-----eM,----!,m!t---c) Lt) ,q-c.:-+--~!"'-----+=--T ~~ O'q" ID"'1' ! + %N CON CON ~N ~(<.( + LO LO (") N iN gN ~ ~ ~ * * ~ ('? ~ (") ffi ~ +301 +25' ; "' w ,-~ :c=t: ! '.'::t'. al co m co ~ ._, i -•··--t·-------:_-___ , ____ -+·-·----~~~~~~~~~~~~-------~~-gi-1·t~~~~~~~:-o:.2I~:%_:~.--~-~-~~~:(!)1:~~~Q:.:12:'ll:.-."'---_fJj(!)~~l---_--_-_-~_-·L_ 1 _J~_-:::_:_-_·-_-_-_-_-_£O!_l.3~8::lj%~-LL __ R_M_T_c_..=:-::::::::::a.._~:(!)i::O~.l~:7~~:~:gj~-rL·-·-_-.<l0~.8~0~0-1/o;;;r;~1~.0;5~'-Y,;~;;J~l-'=-~~-1;.3;o;•1,~,-:-;-~J 1 :-~--;~1-~;6-0~--'/4~~-:;;-:;:_~~k-:~~:1~~-8:~-,~¼~,=--:::::·~~=--=~:2.:··1:0_:'/4~o=-;-=~~~::;__~;~,--3~;~,;.~~o:~4~1--~-:~-~::~~:~~::~~-:::::~~~::~+:·=r_ :~ ~::: J ___ ~,---------+-------------+-------_-_-_-_-_-_-_-_-_-_-_-_-_-_----~ z r---hom.,;,:,;;~,;i i--'---• ------------+--I +20' I I _] ______ _ _J ___ ----+--------·'--' -------!-------"'----------;---------,-, .. STATION cu. YOS. 0 G H EXC. FJLL R 1008' 996' 32+00 MEDIAN CURVE DATA 6 L BC 15"51'52" 279.10' 32+59.85 13°28'31" 234.25' 33+01.70 •• STATIONING BASED ON CONSTRUCTION it 32+50 EC 35+36.86 35+36.86 33+00 NEWPORT TRADE CENTER -----------· .-----L ----- --------- R/W, I 33+50 PROFILE 34 .-·•· IRVINE AVE / / IRVINEAVE it 35 ---. / / NEWPORT BEACH /GOLF COURSE SEE NOTE2 C\I ·-·------... -... ---... -... _ .. L ; ------. --L -·---- ONSTRUCTION LINE --. -------.. l ------.. --... _ fil ci: ~ --. -- ! FILL YDS. RIGHT-OF-WAY TEMPORARY CONSTRUCTION EASEMENT RETAINING WALL EASEMENT SLOPE EASEMENT - I I• 11 • 11 • 1 ■ • • • -■ ■ -■I• 11 • 11 • COUNTY/CITY BOUNDARY 0 0 + co CV) (0' • ~; Cl) LLJ I LLJ LLJ :x: 2 Cl) :J LJJ :x: LLJ ()~ I-I MARK DATE OJ III m [II m III III fill [ill @I @] !El ffil fill CONSTRUCTION NOTES CONSTRUCT P.C.C. SIDEWALK PER RDMD STD. PLAN 1205AND DETAILS. CONSTRUCT TYPE A2-8 CURB & GUTTER PER RDMD STD. PLAN 120-1-OC. CONSTRUCT CURB RAMP PER RDMD STD. PLAN 1115 (TYPE AS NOTED) AND DETAILS ON "INTERSECTION DETAILS" AND "CURB RAMP DETAILS" SHEETS. CONSTRUCT FULL DEPTH PAVEMENT USING A STRUCTURAL SECTION OF 1.20' AC/NS [0.20' ARHM (GG-B)/1.00' AC (IIIB2 PG64-10)/NSJ. COLDPLANEAND OVERLAY USING 0.20' ARHM (GG-B). CONSTRUCT CUT OR FILL SLOPE WITH GRADIENT AS SHOWN ON PLAN AND PER "PLAN CS". CONSTRUCT RETAINING WALL PER DETAILS ON "PLAN RW". CONSTRUCT DEPRESSED CURB DRIVEWAY APPROACH PER RDMD STD. PLAN 1209AND "MISCELLANEOUS DETAILS" SHEET 39. CONSTRUCT DEPRESSED CURB DRIVEWAY APPROACH PER DETAILS ON "DRIVEWAY DETAILS" SHEETS AND "MISCELLANEOUS DETAILS" SHEET 37. CONSTRUCT FLARED DEPRESSED CURB DRIVEWAY APPROACH PER RDMD STD. PLAN 1210AND "CHANNEL ACCESS ROAD DETAILS" SHEET 34. CONSTRUCT TYPE C1-8 CURB AT BACK OF SIDEWALK PER RDMD STD. PLAN 120-1-OC. CONSTRUCT CURB TYPE A3-8 (MOD) PER RDMD STD. PLAN 120-1-OC AND "MISCELLANEOUS DETAILS" SHEET 37. CONSTRUCT 6' TALL CHAIN LINK FENCE AND GATES PER RDMD STD. PLAN 600-1-OC. CONSTRUCT TYPE A 1-8 CURB PER RDMD STD. PLAN 120-1-OC. CONSTRUCT REVERSE CURVE PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 37. CONSTRUCT LANDSCAPING PER DETAILS ON "PLAN LP". r.:;i17 CONSTRUCT BUS TURNOUT PER RDMD STD. PLAN 1120 (MOD) L!;J AND DETAILS ON "BUS TURNOUT DETAILS' SHEET 33. r:;-;;i CONSTRUCT MEDIAN FLARE PER RDMD STD. ~ PLAN 141-1-OCAND DETAILS ON "PLAN SS". r.;;:;i19 CONSTRUCT TUBULAR HAND RAILING PER CALTRANS L!:::1 STD. PLAN 811-51. rm ~ §I ~ ~ Im ~ ~ §1 ~ 0 0 0 © © © 0 © 0 CONSTRUCT STRUCTURAL SLAB PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 38. CONSTRUCT DECOMPOSED GRANITE (0.17' DG/0.5' AB) PER "CHANNEL ACCESS ROAD DETAILS" SHEET 34. CONSTRUCT TEMPORARY 6' TALL CHAIN LINK FENCE. REMOVE EXISTING MASONRY BLOCK RETAINING WALL. CONSTRUCT CABLE RAILING PER CAL TRANS STD. PLAN 811-47. CONSTRUCT LONGITUDINAL GUTTER PER RDMD STD. PLAN 122-1-OCAND "DRIVEWAY DETAILS" SHEET 36. CONSTRUCT CONCRETE BARRIER PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 38. CONSTRUCT LEFT-TURN-IN-ONLY MEDIAN OPENING PER RDMD STD. PLAN 1118AND DETAILS ON "PLAN SS". CONSTRUCT CROSS GUTTER PER DETAILS ON "CURB RAMP DETAILS" SHEET 31. CONSTRUCT IRON FENCE PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 37. LEGEND PROTECT IN PLACE REMOVE RELOCATE ADJUST TO GRADE TO BE RELOCATED BY OTHERS TO BE REMOVED BY OTHERS TO BE ADJUSTED TO GRADE BY OTHERS SAWCUT AND JOIN EXISTING SAWCUT AND REMOVE INTERFERING PORTIONS ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT IRVINE AVENUE WIDENING DESCRIPTION REVISIONS FROM S'L Y OF MESA DRIVE TO SE BRISTOL STREET NOTES: 1. SEE "PLAN AND PROFILE" SHEETS FOR CURVE DATA. it DATA, SURVEY MONUMENT INFORMATION AND LIMITS OF PAVEMENT CONSTRUCTION. 2. SEE "STORM DRAIN" SHEETS FOR DETAILS. 3. CONTRACTOR TO TAKE SPECIAL CARE NOTTO DAMAGE TOP OF BOX CULVERT WHEN CONSTRUCTING CURB & GUTTER. PLAN 1"=20' 3 inches on original drawing CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS. PREPARED UNDER PLAN & PROFILE -MEDIAN (STA. 32+00 TO 36+00) DESIGNED E ERONDOSO DP.AWN J YI! LALOBOS SCALE AS SHOWN DATE JUN07 SHEET CHECKED B H91S1NGTON DRAWING NO. 15 ER08922 OF 40 +25' +20' +25' cu. YDS. FILL NOTES: 0 0 + co CV) • ~ Cf) I LU z ...J I (.) ~ ::E I-- LU UJ I Cl) UJ UJ Cf) . NEWPORT·-.. BEACH GOLF COURSE - 1. SEE "PLAN AND PROFILE" SHEETS FOR CURVE DATA, 't_ DATA, SURVEY MONUMENT INFORMATION AND LIMITS OF PAVEMENT CONSTRUCTION. NEWPORT BEACH GOLF COURSE PARKING LOT 1 I 'I _1 / / I • /-N-,/ 27 0 1 3 inches on original drawing 2 PROFILE HORIZ. 1 "=20' VERT. 1"=10' PLAN 1"=20' 39+50 40+00 , ""'.' MIU RET. vv. ESMT. ~" =• •""' SLOPE: ESMT. -··-·· -··-··-· ·-··-· ·-··-··· ' ' . / I / CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS. \ EXC. RIGHT-OF-WAY +40' +35' +30' STATION cu. YDS. TEMPORARY CONSTRUCTION EASEMENT RETAINING WALL EASEMENT SLOPE EASEMENT COUNTY/CITY BOUNDARY MARK DATE E. FRONDOSO III [II m m II] [II II§] CONSTRUCTION NOTES CONSTRUCT P.C.C. SIDEWALK PER RDMD STD. PLAN 1205 AND DETAILS. CONSTRUCT TYPE A2-8 CURB & GUTTER PER RDMD STD. PLAN 120-1-0C. CONSTRUCT CURB RAMP PER RDMD STD. PLAN 1115 (TYPE AS NOTED) AND DETAILS ON "INTERSECTION DETAILS" AND "CURB RAMP DETAILS" SHEETS. CONSTRUCT FULL DEPTH PAVEMENT USING A STRUCTURAL SECTION OF 1.20' AC/NS [0.20' ARHM {GG-B)/1.00' AC (IIIB2 PG64-10)/NS]. COLDPLANE AND OVERLAY USING 0.20' ARHM (GG·B). CONSTRUCT CUT OR FILL SLOPE WITH GRADIENT AS SHOWN ON PLAN AND PER "PLAN CS". CONSTRUCT RETAINING WALL PER DETAILS ON "PLAN RW". CONSTRUCT DEPRESSED CURB DRIVEWAY APPROACH PER RDMD STD. PLAN 1209AND "MISCELLANEOUS DETAILS" SHEET 39. CONSTRUCT DEPRESSED CURB DRIVEWAY APPROACH PER DETAILS ON "DRIVEWAY DETAILS" SHEETS AND "MISCELLANEOUS DETAILS" SHEET 37. CONSTRUCT FLARED DEPRESSED CURB DRIVEWAY APPROACH PER ROMO STD. PLAN 1210 AND "CHANNEL ACCESS ROAD DETAILS" SHEET 34. r:;-;, CONSTRUCT TYPE C1-8 CURB AT BACK OF t!!J SIDEWALK PER ROMO STD. PLAN 120-1-0C. @I IE! fill fill fill fill ml ~ CONSTRUCT CURB TYPE A3-8 (MOD) PER RDMD STD. PLAN 120-1-0C AND "MISCELLANEOUS DETAILS" SHEET 37. CONSTRUCT 6' TALL CHAIN LINK FENCE AND GATES PER ROMO sm. PLAN 600-1-0C. CONSTRUCTTYPEA1-8 CURB PER RDMD STD. PLAN 120-1-0C. CONSTRUCT REVERSE CURVE PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 37. CONSTRUCT LANDSCAPING PER DETAILS ON "PLAN LP". CONSTRUCT BUS TURNOUT PER RDMD STD. PLAN 1120 (MOD) AND DETAILS ON "BUS TURNOUT DETAILS" SHEET 33. CONSTRUCT MEDIAN FLARE PER RDMD STD. PLAN 141-1-0C AND DETAILS ON "PLAN SS'. CONSTRUCT TUBULAR HAND RAILING PER CALTRANS STD. PLAN B11-51. CONSTRUCT STRUCTURAL SLAB PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 38. fill CONSTRUCT DECOMPOSED GRANITE {0.17' DG/0.5' AB) PER "CHANNEL ACCESS ROAD DETAILS" SHEET 34. §I CONSTRUCT TEMPORARY 6' TALL CHAIN LINK FENCE. 1231 REMOVE EXISTING MASONRY BLOCK RETAINING WALL. CONSTRUCT CABLE RAILING PER CAL TRANS STD. PLAN B11-47. CONSTRUCT LONGITUDINAL GUTTER PER RDMD STD. PLAN 122-1-0C AND "DRIVEWAY DETAILS" SHEET 36. CONSTRUCT CONCRETE BARRIER PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 38. !27! CONSTRUCT LEFT-TURN-IN-ONLY MEDIAN OPENING PER ROMO STD. PLAN 1118 AND DETAILS ON 'PLAN SS". !2S! CONSTRUCT CROSS GUTTER PER DETAILS ON "CURB RAMP DETAILS" SHEET 31. r,;;;i CONSTRUCT IRON FENCE PER DETAILS ON ~ "MISCELLANEOUS DETAILS" SHEET 37. 0 0 0 © © © 0 © 0 @ ® LEGEND PROTECT IN PLACE REMOVE RELOCATE ADJUST TO GRADE TO BE RELOCATED BY OTHERS TO BE REMOVED BY OTHERS TO BE ADJUSTED TO GRADE BY OTHERS SAWCUT AND JOIN EXISTING SAWCUT AND REMOVE INTERFERING PORTIONS GRADE TO DRAIN CUT & CAP SPRINKLERS WITHIN RIGHT-OF-WAY ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT DESCRIPTION REVISIONS DATE IRVINE AVENUE WIDENING FROM S'LY OF MESA DRIVE TO SE BRISTOL STREET PLAN & PROFILE -MEDIAN (STA. 36+00 TO 40+00) DESIGNED E EBONP9§0 DP.AWN J VILLALOBOS SCALE: AS SHOWN DATE JUN07 SHE:E:T I CHECKED B HOISINGTON DRAWING NO. 16 ER08922 OF 40 6% 5% 4% 3% 2% 1% 0% -1% -2% -3% -4% -5% -6% 0 0 + 0 N 0 0 + 0 . \ . \ 0 0 + N N • \ \ . \ . \ . \ . \ . \ 0 0 + \ . \ . \ . \ . \ . \ . \ \ . \ INT. MESA DR STA 23+22.12 0 0 + "SI" N c.... 0 z N .I>, + c.n c.n c.n 0 0 0 + LO N OJ () 21+00 25+34.31 25+34.31 0 0 + <O N 0 0 + t-- N 28+00 0 0 + co N 29+ 0 ~ IRVINE AVENUE 30+ CONSTRUCTION LINE (,) m (,) .I>, () 0) + + c.n (,) .I>, <O c.n co .I>, + .I>, OJ (,) () co + (,) " " ...>. + 0) \ I . \ 43+oo 44+00 INT. ORCHARD DR STA 41+95.75 4% EXISTING LEFT EP N 0 c.n 0 <O (,) 0 0 0 + 0) N 0 0 + 0 (') 0 0 + 0 0 + N (') 0 0 + (') (') 0 0 + "SI" (') 0 "SI" 0) LO + "SI" (') LO N + LO (') (.) UJ 0 0 + LO (') 0 0 + <O (') 0 "SI" co "SI" + <O (') 0 0 + I'- (') (') <O (') 0) + I'- (') (.) C!l 0) (,) 0 0 + co (') 3.1 % RIGHT EP 1.7%; EX!STlNG RlGHT EP 0 <O ~ I'-+ co (') 0 0 + 0) (') 0 0 + 0 "SI" 0 0 + SUPERELEVATION TRANSITION DIAGRAM NOTTO SCALE 0 0 + N '<I" 45+00 .I>, N + co N c.n <O 0 0 + (') '<I" 46+00 44+02.00 -3.1 % LEFT EP 0 0 + 0 0 + LO '<I" 0 0 + <O "SI" 0 0 + 0 <O LO co + I'- "SI" 0 0 + 00 "SI" 0 0 0 <O + co "SI" (.) UJ 0 "SI" <O co + co "SI" 0 0 + 0) "SI" \ . \ . INT. SE BRISTOL ST STA 55+19.00 0 0 + 0 LO 0 0 + ~ LO 0 N ~ (') + ~ LO \ . \ \ . 0 0 + N LO \ . \ 6% 5% 4% 3% 2% 1% 0% -1% -2% -3% -4% -5% -6% \ . \ \ . \ . \ \ . \ . \ ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT IRVINE AVENUE WIDENING MARK DATE OESCR1PTION FROM S'LY OF MESA DRIVE TO SE BRISTOL STREET REVISIONS PREPARED UNDER DATE SUPERELEVATION TRANSITION DIAGRAM DESIGNED F EBPNPOSO DRAWN J YU I ALOBO§ CHECKED B HOISINGIPN SCALE DATE DRAWING NO. AS SHOWN JUN 07 EROB922 SHEET 17 OF 40 17-sup&relev.dgn LO ,....._ + O') • ~ en w ::, z w ~ w z -~ BACK BAY CENTER NEWPORT BAY TERRACE APARTMENTS PLAN 111= 20' SEE NOTE4 MESA DRIVE STA. 9+00 --------SEE NOTES MESA DRIVE STA. 10+75 1 ~ 0 1 - -- -3 inches on original drawing CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS. IEEl IC] 83 El [gJ f@)j 83 © :ti (S) ¢ 1-+!'. ' '0 LEGEND 0 PROTECT IN PLACE © REMOVE © RELOCATE © ADJUST TO GRADE © TO BE RELOCATED BY OTHERS © TO BE REMOVED BY OTHERS 0 TO BE ADJUSTED TO GRADE BY OTHERS © SAWCUT AND JOIN EXISTING 0 SAWCUT AND REMOVE INTERFERING PORTIONS ® INSTALL @ CUT & CAP SPRINKLERS WITHIN FWv. UTILITIES III SEMPRA ENERGY GAS co. III SOUTHERN CALIFORNIA EDISON COMPANY (DISTRIBUTION) [£) SBC @) THE GAS COMPANY (DISTRIBUTION) III MESA CONSOLIDATED WATER DISTRICT (I] COMCAST CABLEVISION [fil COSTA MESA SANITARY DISTRICT [ill CITY OF NEWPORT BEACH DJ IRVINE RANCH WATER DISTRICT Q] PACIFIC BELL SYMBOLS AND ABBREVIATIONS CABLE TV VAULT (CV) ® STORM DRAIN MANHOLE (SDMH) CABLE TV BOX (CBOX) C:J TELEPHONE BOX (TB) ELEC METER (EM) ® TELEPHONE MANHOLE CTMH) ELEC VAULT (EV) ITl TRAFFIC CONTROL BOX CTCB) ELEC PU LLBOX (EPB) III TRAFFIC PULLBOX (TPB) HOSE BIB (HB) <D TRAFFIC SIGNAL (TS) IRRIGATION BOX (18) m TRAFFIC SIGNAL W/LIGHT (TSL) GAS VALVE (GV) 0 AIR VAC (AV) LIGHT POLE (LP) or YARD LIGHT (YL) or r@] WATER METER (WM) FLAG POLE (FP) © SEWER MANHOLE (SMH) WATER VALVE (WV) SIGN r@] WATER CONTROL VALVE (WCV) OR IRRIGATION CONTROL VALVE (ICV) SPRINKLER IC N INTERCONNECT FIRE HYDRANT E9 MANHOLE (MH) NOTES: 1. UNDERGROUND TRAFFIC SIGNAL UTILITY CONDUITS NOT SHOWN. REFER TO "PLAN TS" FOR FOR LOCATIONS. 2. CONTRACTOR SHALL CONTACT SEMPRA ENERGY GAS CO. AND PACIFIC BELL PRIOR TO EXCAVATION IN THE AREA. 3. CONTRACTOR TO INSTALL INTERCONNECT LINES (SEE SECTION F OF SPECIAL PROVISIONS) 2" (CONDUIT WITH 12 PAIR # 19 TWISTED) SEE SIGNAL PLANS FOR IC LAYOUT @ INTERSECTION 4. REFER TO "STORM DRAIN" SHEETS FOR DETAILS. 5. REFER TO "PLAN TS" FOR DETAILS. ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT 0/24/07 ADDED NOTE 0/24/07 DELETED NOTE DUE TO LINE ABANDONED BY CMSD w.RK DATE OESCRf PTI ON REVISIONS PREPARED UNDER OATIE IRVINE AVENUE WIDENING FROM S'LY OF MESA DRIVE TO SE BRISTOL STREET UTILITIES (STA. 19+75 TO 27+75) OESIGNEC e: EBONDQ§Q SHEET DRAWN .I YI' I 61 QROS SCALE DATE CHECKED B HQISINGIQN 18 R 1 DRAWING NO. AS SHOWN JUN 07 ER08922 OF 40 NEWPORT BAY TERRACE APARTMENTS 0 'f'rYj>E-'<f--------n~------ EE--NOTE 5 ------__ .------" 1 G __ ,,, __ --------------------12--s---------- ~-·~- NEWPORT TRADE CENTER D 1 ------------ -----------~"' ·,-;-;;;-:=~;c~:;;;--;;;c~::~:-:-:;::~------- 111 COUNTY OF ORANGE ................................................................... 11 ................................................................. ~ 11 -■■-■I -■1•11" ~I-II •ti -■1-11 -■■-••• ■ ■ -11a ■1 -• • • ■1•-■ -H -··-U -·•-■--■■-ti• U -II-■ I -■•-•■ -II-■I-II -■■-II -l■• II -II -Iii. ~---- Ill CITY OF NEWPORT BEACH _______________________ _ ________ _ SANTAANA DELHI CHANNEL ELECTRICAL/IRRIGATION 5 CONDUITS .,-...,,......, FDC 2 H SEE NOTE7 .,-..,,--., DBL. DETECT. 10 H CHECK ASSL Y. SEENOTE4 IC N EB LEGEND CD PROTECT IN PLACE 0 REMOVE © RELOCATE © ADJUST TO GRADE © TO BE RELOCATED BY OTHERS © TO BE REMOVED BY OTHERS 0 TO BE ADJUSTED TO GRADE BY OTHERS © SAWCUT AND JOIN EXISTING 0 SAWCUT AND REMOVE INTERFERING PORTIONS @ INSTALL @ CUT & CAP SPRINKLERS WITHIN fl/W, UTILITIES 0 SEMPRA ENERGY GAS CO. @ SOUTHERN CALIFORNIA EDISON COMPANY (DISTRIBUTION) [§] SBC ~ THE GAS COMPANY (DISTRIBUTION) m MESA CONSOLIDATED WATER DISTRICT III COMCAST CABLEVISION @) COSTA MESA SANITARY DISTRICT [BJ CITY OF NEWPORT BEACH III IRVINE RANCH WATER DISTRICT Q] PACIFIC BELL SYMBOLS AND ABBREVIATIONS SEWER MANHOLE (SMHJ IEE! CABLE TV VAULT (CV) @ STORM DRAIN MANHOLE (SDMH) SIGN ID CABLE TV BOX (CBOXJ i:::::::J TELEPHONE BOX (TB) SPRINKLER Er3 ELEC METER (EM) ® TELEPHONE MANHOLE (TMHJ FIRE HYDRANT Ell ELEC VAULT (EV) ru TRAFFIC CONTROL BOX (TCBJ WATER VALVE (WV) [EJ ELEC PULLBOX (EPB) lil TRAFFIC PULLBOX (TPB) WATER CONTROL f®l HOSE BIB (HB) <r> TRAFFIC SIGNAL (TS) VALVE (WCV) Er3 IRRIGATION BOX (IB) rn OR IRRIGATION CONTROL TRAFFIC SIGNAL W/LIGHT (TSL) VALVE (ICV) © GAS VALVE (GV) 0 AIR VAC (AV) INTERCONNECT :a: LIGHT POLE (LP) or YARD LIGHT (YL) or I@] WATER METER (WM) MANHOLE (MH) FLAG POLE (FP) NOTES: 1. CONTRACTOR SHALL COORDINATE WITH THE CITY OF NEWPORT BEACH UTILITIES DEPARTMENT FOR ALL REMOVALS, RELOCATIONS, ADJUSTMENTS TO GRADE AND INSTALLATIONS OF CITY FACILITIES. CONTRACTOR TO COORDINATE WITH GOLF COURSE OPERATIONS STAFF FOR FOR ALL WORK ON GOLF COURSE PROPERTY. 2. CONTRACTOR TO PROVIDE NEW LIDS. 3. CONTRACTOR TO REMOVE EXISTING BLIND FLANGE AND RISER PIPE AND INSTALL NEW FIRE HYDRANT PER CITY STD-500-L AND AS SHOWN ON PLAN. 4. CONTRACTOR TO INSTALL NEW 6" PVC PRESSURE WATER PIPE TO CONNECT TO A NEW 6" DOUBLE DETECTOR CHECK ASSEMBLY CITY STD-517-L, THEN CONNECT TO THE EXIST. 6" WATER LINE SERVICING THE GOLF COURSE BLDG. APPROX. LOCATION SHOWN (EXACT LOCATION TO BE DETERMINED BY CITY). 5. REFER TO "STORM DRAIN" SHEETS FOR DETAILS. 6. CONTRACTOR TO SALVAGE REMOVED LIGHT POLES AND RETURN TO GOLF COURSE OPERATIONS STAFF. 7. CONTRACTOR TO RELOCATE EXIST. FIRE DEPARTMENT CONNECTION TO BEHIND THE NEW DOUBLE CHECK ASSLY. DEVICE. 8. EXIST. 2" WATER METER AND METER BOX TO BE RELOCATED BEHIND NEW CURB PER CITY STD-503-L. 9. EXIST. BACKFLOW PREVENTION DEVICE TO BE RELOCATED BEHIND NEW SIDEWALK PER CITY STD-512-L. NEW PIPE IN FRONT OF RELOCATED METER SHALL BE 2" TYPE K COPPER. NEW PIPE BEHIND METER MAY BE 2" PVC. MODIFIED NOTE FOR SMH ,& 0/27107 FROM© TO 0 MARK DATE DESCRIPTION REVISIONS PREPARED UNO ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT IRVINE AVENUE WIDENING FROM S'LY OF MESA DRIVE TO SE BRISTOL STREET UTILITIES (STA. 27+75 TO 36+00) DESK3NED ; fBONposo SHEET PLAN 1 1"= 20' M o 1 3 inches on original drawing CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS. DRAWN .I YH I Al PROS SCALE DATE DATE AS SHOWN JUN 07 CHECKED a HQISINGIQN 19 R 1 DRAWING NO. ER08922 OF 40 CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS. 1 0 1 ----3 inches on original drawing NEWPORT BEACH GOLF COURSE 111= 20' I I / NEWPORT BEACH GOLF COURSE [EB IC] EB El [g] f®l EB © ti ® ¢ t-+!'. ' '0 LEGEND CD PROTECT IN PLACE @ REMOVE @ RELOCATE © ADJUST TO GRADE 0 TO BE RELOCATED BY OTHERS © TO BE REMOVED BY OTHERS 0 TO BE ADJUSTED TO GRADE BY OTHERS © SAWCUT AND JOIN EXISTING 0 SAWCUT AND REMOVE INTERFERING PORTIONS ® INSTALL @ CUT & CAP SPRINKLERS WITHIN RW. UTILITIES 0 SEMPRA ENERGY GAS CO. II) SOUTHERN CALIFORNIA EDISON COMPANY (DISTRIBUTION) [I] SBC [fil THE GAS COMPANY (DISTRIBUTION) IT] MESA CONSOLIDATED WATER DISTRICT 1£] COMCAST CABLEVISION [fil COSTA MESA SANITARY DISTRICT [8] CITY OF NEWPORT BEACH II] IRVINE RANCH WATER DISTRICT QJ PACIFIC BELL SYMBOLS AND ABBREVIATIONS CABLE TV VAULT (CV) ® STORM DRAIN MANHOLE (SDMH) CABLE TV BOX (CBOX) c::::J TELEPHONE BOX (TB) ELEC METER (EM) ® TELEPHONE MANHOLE (TMH) ELEC VAULT (EV) m TRAFFIC CONTROL BOX (TCB) ELEC PULLBOX (EPB) II] TRAFFIC PULLBOX (TPB) HOSE BIB (HB) QJ TRAFFIC SIGNAL (TS) IRRIGATION BOX (18) ~ TRAFFIC SIGNAL W/LIGHT (TSL) GAS VALVE (GV) 0 AIR VAC (AV) LIGHT POLE (LP) or YARD LIGHT (YL) or [@I WATER METER (WM) FLAG POLE (FP) © SEWER MANHOLE (SMH) WATER VALVE (WV) SIGN [@I WATER CONTROL VALVE (WCV) OR IRRIGATION CONTROL VALVE (ICV) SPRINKLER IC ~ INTERCONNECT FIRE HYDRANT E9 MANHOLE (MH) NOTES: 1. UNDERGROUND TRAFFIC SIGNAL UTILITY CONDUITS NOT SHOWN. REFER TO "PLAN TS" FOR FOR LOCATIONS. 2. CONTRACTOR SHALL CONTACT SEMPRA ENERGY GAS CO. AND PACIFIC BELL PRIOR TO EXCAVATION IN THE AREA. 3. CONTRACTOR TO INSTALL INTERCONNECT LINES (SEE SECTION F OF SPECIAL PROVISIONS) 2" (CONDUIT WITH 12 PAIR # 19 TWISTED) SEE SIGNAL PLANS FOR IC LAYOUT @ INTERSECTION 4. REFER TO "STORM DRAIN" SHEETS FOR DETAILS. 5. REFER TO "PLAN TS" FOR DETAILS. £ 6. ABANDONED AND /OR REMOVED. ORANGE COUNTY RESOURCESAND DEVELOPMENT MANAGEMENT DEPARTMENT £ 7/19/0 ADDED NOTE IRVINE AVENUE WIDENING & 7/19/0 CORRECTED NOTE MARK DATE DESCRIPTION REVISIONS PREPARED UNDER OATIS FROM S'LY OF MESA DRIVE TO SE BRISTOL STREET UTILITIES (STA. 36+00 TO 44+00) DESIGNED E FBQNOOSO SHEET DRAWN ,' yn LALOBOS SCALE DATE CHECKED a HOISINGIAN O R 1 DRAWING NO. 2 AS SHOWN JUN07 ER08922 OF 40 PLAN 1"=20' ,' ·---------------)<.--~~·---------><------><-, ---1 --· -·------·-:~X ----·----- ---------------- 1 ½ 0 1 2 , ----3 inches on original drawing 0 0 + N_ LON ·N ~~ (l)W .w w::c zOO -w _Jw :CCI) o- ~ ::.E CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS. !EE] [CJ EB !Ell ~ f®j EB © :a CS) ¢ I-+~ ' 0 LEGEND 0 PROTECT IN PLACE 0 REMOVE G) RELOCATE © ADJUST TO GRADE © TO BE RELOCATED BY OTHERS © TO BE REMOVED BY OTHERS 0 TO BE ADJUSTED TO GRADE BY OTHERS © SAWCUT AND JOIN EXISTING 0 SAWCUT AND REMOVE INTERFERING PORTIONS @ INSTALL ® CUT & CAP SPRINKLERS WITHIN FWI. UTILITIES 0 SEMPRA ENERGY GAS CO. ~ SOUTHERN CALIFORNIA EDISON COMPANY (DISTRIBUTION) [£] SBC [£) THE GAS COMPANY (DISTRIBUTION) IT] MESA CONSOLIDATED WATER DISTRICT 0 COMCAST CABLEVISION @] COSTA MESA SANITARY DISTRICT GJ CITY OF NEWPORT BEACH [O IRVINE RANCH WATER DISTRICT DJ PACIFIC BELL SYMBOLS AND ABBREVIATIONS CABLE TV VAULT (CV) @ STORM DRAIN MANHOLE (SDMH) CABLE TV BOX (CBOX) C::J TELEPHONE BOX (TB) ELEC METER (EM) ® TELEPHONE MANHOLE (TMH) ELEC VAULT (EV) m TRAFFIC CONTROL BOX (TCBJ ELEC PULLBOX (EPB) II] TRAFFIC PULLBOX (TPBJ HOSE BIB (HBJ <D TRAFFIC SIGNAL (TS) IRRIGATION BOX (IB) tu TRAFFIC SIGNAL W/LIGHT (TSL) GAS VALVE {GV) 0 AIR VAC (AV) LIGHT POLE (LP) or YARD LIGHT (YL) or !Bl WATER METER (WM) FLAG POLE (FP) © MANHOLE (SMH) WATER VALVE (WY) SEWER SIGN !Bl WATER CONTROL VALVE (WCVJ OR IRRIGATION CONTROL VALVE (ICV) SPRINKLER IC ~ INTERCONNECT FIRE HYDRANT EB MANHOLE (MH) NOTES: 1. UNDERGROUND TRAFFIC SIGNAL UTILITY CONDUITS NOT SHOWN. REFER TO "PLAN TS" FOR FOR LOCATIONS. 2. CONTRACTOR SHALL CONTACT SEMPRA ENERGY GAS CO. AND PACIFIC BELL PRIOR TO EXCAVATION IN THE AREA. 3_ CONTRACTOR TO INSTALL INTERCONNECT LINCES T WITH (SEE SECTION F OF SPECIAL PROVISIONS) 2" ( ONDUI 12 PAIR # 19 TWISTED) SEE SIGNAL PLANS FOR IC LAYOUT @ INTERSECTION 4. REFER TO "STORM DRAIN" SHEETS FOR DETAILS. 5. REFER TO "PLAN TS" FOR DETAILS. ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT IRVINE AVENUE WIDENING MARK DATE DESCRIPTION REVISIONS PREPARED UNDER E. FRONDOSO DATE FROM S'LY OF MESA DRIVE TO SE BRISTOL STREET UTILITIES (STA. 44+00 TO 52+00) DESIGNED f FRONQQSQ DRAWN J Vjl LAI OBOS CHECKED R HO!SINGIPN SCALE DATE DRAWING NO. AS SHOWN JUN 07 ER08922 SHEET 21 OF 40 t1-1Mgn PLAN 1 ½ 0 1 1"=20' 3 inches on original drawing SIGN 0 0 + LO LO • ~ Cl) I I- (.) w -, 0 n:: a. 0 z w CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS. [83] Cl EE Ell [gJ f®1 EE © ti <S) ¢ 1-+l ' b LEGEND CD PROTECT IN PLACE © REMOVE © RELOCATE © ADJUST TO GRADE 0 TO BE RELOCATED BY OTHERS © TO BE REMOVED BY OTHERS 0 TO BE ADJUSTED TO GRADE BY OTHERS © SAWCUT AND JOIN EXISTING G) SAWCUT AND REMOVE INTERFERING PORTIONS @ INSTALL @ CUT & CAP SPRINKLERS WITHIN WW. UTILITIES 0 SEMPRA ENERGY GAS CO. (II SOUTHERN CALIFORNIA EDISON COMPANY (DISTRIBUTION) [fil SBC ~ THE GAS COMPANY (DISTRIBUTION) III MESA CONSOLIDATED WATER DISTRICT III COMCAST CABLEVISION @J COSTA MESA SANITARY DISTRICT [E} CITY OF NEWPORT BEACH IJJ IRVINE RANCH WATER DISTRICT QJ PACIFIC BELL SYMBOLS AND ABBREVIATIONS CABLE TV VAULT (CV) @ STORM DRAIN MANHOLE (SDMHJ CABLE TV BOX (CBOX) c:::::J TELEPHONE BOX {TB) ELEC METER (EM) ® TELEPHONE MANHOLE (TMH) ELEC VAULT (EV) ill TRAFFIC CONTROL BOX (TCB) ELEC PULLBOX (EPB) II] TRAFFIC PULLBOX (TPB) HOSE BIB (HB) <t> TRAFFIC SIGNAL (TS) IRRIGATION BOX (18) ~ TRAFFIC SIGNAL W/LIGHT (TSL) GAS VALVE (GV) 0 AIR VAC (AV) LIGHT POLE (LP) or YARD LIGHT (YL) or [@l WATER METER (WM) FLAG POLE (FP) © SEWER MANHOLE (SMH) WATER VALVE (WV) SIGN [@l WATER CONTROL VALVE (WCVJ OR IRRIGATION CONTROL VALVE (ICV) SPRINKLER IC ~ INTERCONNECT FIRE HYDRANT EB MANHOLE (MH) NOTES: 1. UNDERGROUND TRAFFIC SIGNAL UTILITY CONDUITS NOT SHOWN. REFER TO "PLAN TS" FOR FOR LOCATIONS. 2. CONTRACTOR SHALL CONTACT SEMPRA ENERGY GAS CO. AND PACIFIC BELL PRIOR TO EXCAVATION IN THE AREA. 3. CONTRACTOR TO INSTALL INTERCONNECT LINES (SEE SECTION F OF SPECIAL PROVISIONS) 2" (CONDUIT WITH 12 PAIR # 19 TWISTED) SEE SIGNAL PLANS FOR IC LAYOUT @ INTERSECTION 4. REFER TO "STORM DRAIN" SHEETS FOR DETAILS. 5. REFER TO "PLAN TS" FOR DETAILS. ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT & 012910 CORRECTED NOTE IRVINE AVENUE WIDENING MARK DATE DESCRI PT! ON REVISIONS PREPARED UNDER DA1E FROM S'LY OF MESA DRIVE TO SE BRISTOL STREET UTILITIES (STA. 52+00 TO 55+00) DESIGNED I; EBONPO§O SHEET CRAWN ,! YILIALOBQS SCALE DATE CHECKED s HQISINGTON 22 R 1 DRAWING NO. AS SHOWN JUN 07 ER08922 OF 40 22-UT,OGN :v: w 9w Cl.)> a:-wee >0 -..,,. a: ..,,. <!) - " 0 " --" <!) 0, " " >---::::, " I (f) 2 / "' -" " .c (f) / w «l (f) Q_ / cf) 0 ~ 0 --n / ..., R/W NOTES 1. UNDERGROUND TRAFFIC SIGNAL UTILITY CONDUITS NOT SHOWN. REFER TO SIGNAL MODIFICATION SHEET FOR LOCATIONS. 2. CONTRACTOR SHALL CONTACT SEMPRA ENERGY & GAS CO., TELEPHONE CO., PRIOR TO EXCAVATION IN THE AREA. 3. CONTRACTOR TO INSTALL INTERCONNECT LINES (SEE SECTION F OF SPECIAL PROVISIONS) 2" (CONDUIT WITH 12 PAIR # 19 TWISTED) SEE SIGNAL PLANS FOR IC LAYOUT @ INTERSECTION 4. REFER TO "STORM DRAIN" SHEETS FOR DETAILS. 5. REFER TO "PLAN TS" FOR DETAILS. pp 5 B PLAN 1"=20' [83] CJ EB El [g] l®l EB © 0 CS) ¢ I-+,! ' 'O 5 F SYMBOLS AND ABBREVIATIONS CABLE TV VAULT (CV) @ STORM DRAIN MANHOLE (SDMH) CABLE TV BOX (CBOX) c:::::::J TELEPHONE BOX (TB) ELEC METER (EM) ® TELEPHONE MANHOLE (TMH) ELEC YAU LT (EV) m TRAFFIC CONTROL BOX (TCB) ELEC PU LLBOX (EPB) II] TRAFFIC PULLBOX (TPB) HOSE BIB (HB) {J) TRAFFIC SIGNAL (TS) IRRIGATION BOX (IB) rn TRAFFIC SIGNAL W/LIGHT (TSL) GAS VALVE (GV) 0 AIR VAC (AV) LIGHT POLE (LP) or YARD LIGHT (YU or 0.1 WATER METER (WM) FLAG POLE (FP) © SEWER MANHOLE (SMH) WATER VALVE (WV) SIGN 0.1 WATER CONTROL VALVE (WCV) OR IRRIGATION CONTROL VALVE (ICY) SPRINKLER IC ~ INTERCONNECT FIRE HYDRANT EB MANHOLE (MH) NEWPORT BAY TERRACE APARTMENTS BACK BAY CENTER TV 5 F ===c~~•~-~ ----1 ! ! L CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIAL <_ UTILITIES 0-sEMPRA ENERGY GAS CO. 0-soUTHERN CALIFORNIA EDISON COMPANY (DISTRIBUTION) [D--sBc ~ THE GAS COMPANY (DISTRIBUTION) 0-MESA CONSOLIDATED WATER DISTRICT [!]--coMCAST CABLEVISION @-cosTA MESA SANITARY DISTRICT 0-clTY OF NEWPORT BEACH ~IRVINE RANCH WATER DISTRICT 0-PACIFIC BELL I ii 1: I ,--.,,....,_ SEE H 3 NOTE5 LEGEND 0-PROTECT IN PLACE @-REMOVE ©--RELOCATE 0-ADJUST TO GRADE ©-TO BE RELOCATED BY OTHERS ©-To BE REMOVE BY OTHERS 0-To BE ADJUSTED TO GRADE BY OTHERS 0-sAWCUT AND JOIN EXISTING G)-sAWCUT AND REMOVE INTERFERING PORTIONS @--INSTALL @-cur & CAP SPRINKLERS WITHIN RIGHT-OF-WAY I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I ss ------ss -- MARK DATE DESCRIPTION REVISIONS PREPARED utt>ER SUPERVISION OF 6//1/07 DATE DESIGNED ,6 ! ;'r " V I . C) I IRVINE AVENUE WIDENING FROM S'LY OF MESA DRIVE TO SE BRISTOL STREET UTILITIES <MESA DRIVE> DRAWN-~----! CHECl(EI) ->!111,L_ _ _J SCALE DATE AS SHOWN JUN 07 DRAWING NO, ER08922 SHEET 23 OF 40 +45' +40' +35' ' I I ' I l--:.-----·-· -_-·_-• ---... : . -•••••••• ---··----... _ •• _._ .. ~~~::_·-_ ... .;-,_-_c_~-,~·~~--·"·-_~-,~··--· _-,·_·r··--·· --. .-----. _-__ -___ -.. -... -... -... _·· -l • _-_ ~ .-.~-.~~~-----------· .. ,,,___ --·. ·---------~¾1"1ii0~;-..... --;~g~ittt~~~F .. --· ~¾ir1fi~i--;,1p~!t~1--~Ji.N-,oi:io:ii --;,: iJ--~1, 'li,-Ff_L_F_,, ___ __l +40' I .... _ _ _ --·· ·-·---·····-··"···-_ ............. ·---·-~----···----·-... ·-··--·· ----·••·· -----•---,.,_,_, ---·----------· w .... --------.... ,,., ___ ,. __ 1-_► __ -_~_.+--·----_--:-, .. ,-:-,-:-.. -:-.. -,-:---_-_-_j-;-~---_,-'-_-.. -.. --1.---1e------------< ,' , if 1B"IRCP (1750-D) ··r· ·--·· ~-· ···----· ·•-~•>•---,~-=----·-" --i··--.,.-............. _ ····-·--'···---.. ,--~----·· --~---•-·,."'--•-~· -----·· .. ~···-··------·--··-·-· ····•-.. ·-····-····--···..... ·····-·,_· .. -_-_·-,·~-,,:~.------··-·--.--··, -·--------------.·-~--·~-----::"',.;.µ;: "",,-~ --~~:~~-~-~ ---·-··__::~~~~s · ··--+·--------... -, .. ··_·_·_ .. ,_,,, .. _,_ ------•-----~--=• ---...,[--~--·----. , i:'_--,,-,,-,:~~-~e'r! ~-----:----f~-~-~~---·---.. -._-_f _· I--FI--F:;;~~~~F-'A_G_fi ____ : _,~ +35' l -o "ci I ,-..,:, ; 0+00.00 X LINE "X" SEE PLAN ON THIS SHEET 0.56% OUTLET TO GHANNEL 1iw0~~~-za· II / / ·ro ' ' -·----· 11-t:l---✓ -'---'----.------·-------,----·---·--··-·~---------1 ---0 / / / ! / / 10.54% INV25.6 +1 0' -·I--· .. ·--· .. •·----· ... ··-··.. ..,, ...... i ....... :::::=::':'.::'::'::::::':'::::=:=:"~·-:.,._, ........ ··-........... , ........... __ ..... ;. ·-···-....................... _____ ,,, ............................ ,.. ___ ..... ,....; .. .1... ..... INy __ T .1.~ .. 2~----.. FILL • I I I I 21"SEWER ELEV 8.34 0+50 (X) «-,~-... -.. ~------"-~~ ""»-~-------'. .. ---·--·~----~---- 1+00 (X) BACK BAY CENTER 1+50 (X) 2+00 (X) STA 1+19.10 (Y) IRVINE STA 22+47.46 OFFSET 49.00' LT i ,, LINE "Y" LINE "Z" I I ~-----~1-----···--.. -~------··• ... -· ---...... --,·-··· .... '-·'-... r~ ... 0 ... ~...,_5=7~• -- SEE PLAN ON THIS SHEET I SEE PLAN ON THIS SHEET ..... _.__•-------=_= __ = ...... = .... = __ =_ -~~-~~~-~~-.~~--~-----•.-_·-_-__ .... __ ·-------...... --.~--.. --. •--~ .. ---~ •~--.--~-~~~--~~:-.. ---------..... r +5• 2+50 (X) STA 1 +31.30 (Y ) IRVINE STA22+49.56 OFFSET 61.00 LT Y7 1 PROFILE HORIZ. 1 "=20' VERT. 1"= 5' /' rl/~ : .lL1../ _.;.~.-:; 0+00 (Y) 0+50 (Y) 1+00 (Y) •-~----•-••· : '•••-~-~----'"•••-••~----•m"••-•1'----,~-~•~• • MATCH LINE -SEE SHEET 30 STORM DRAIN PLAN & PROFILE ( MESA DRIVE) 1+50 (Y) FILL cu. YDS. fill CONSTRUCTION NOTES GONSTRUCT LOCAL DEPRESSION PER RDMD STD. PLAN 1308. CONSTRUCT R.C.P. STORM DRAIN SIZE PER PLAN. CONSTRUCT INLET TYPE II PER RDMD STD. PLAN 1302 WITH SQUARE FAGE PLATE PER RDMD STD. PLAN 1306. CONSTRUGT INLET TYPE II ( MOD.) WITH SQUARE FAGE PLATE PER RDMD STD. PLAN 1306 AND PER "DRAINAGE DETAILS" SHEET 29. CONSTRUCT INLET TYPE I ( MOD.) WITH SQUARE FACE PLATE PER RDMD STD. PLAN 1306 AND "DRAINAGE DETAILS" SHEET 29. GONSTRUGT JUNCTION STRUCTURE TYPE I PER RDMD STD. PLAN 1310. CONSTRUCT JUNCTION STRUCTURE TYPE I ( MOD.) PER "DRAINAGE DETAILS" SHEET 29. !36! CONSTRUCT GONCRETE COLLAR PER RDMD STD. PLAN 1317. INSTALL HYDRODYNAMIC SEPARATOR PER CASQA BMP NO. MP-51 AND PER SPECIAL PROVISIONS. GONSTRUCT INLET PER APWA STD. PLAN 307-2 ( MOD.) AND DETAILS ON "DRAINAGE DETAILS" SHEET 29. r:;:;J CONSTRUCT OUTLET TO CHANNEL l!!J PER "DRAINAGE DETAILS" SHEET 29. ffi2I CONSTRUGT RETAINING WALL UTILITY OPENING PER GAL TRANS STD PLAN 83-9 AND DETAILS ON "PLANRW". CONSTRUCT CONCRETE BLANKET PROTECTION PER APWA STD. PLAN 225-1. LEGEND PROTECT IN PLACE REMOVE RELOCATE ADJUST TO GRADE TO BE RELOCATED BY OTHERS TO BE REMOVED BY OTHERS TO BE ADJUSTED TO GRADE BY OTHERS SAWCUT AND JOIN EXISTING SAWCUT AND REMOVE INTERFERING PORTIONS GRADE TO DRAIN CUT & CAP SPRINKLERS WITHIN RIGHT-OF-WAY I i ALIGNMENT DATA HYDRAULIC DATA 24" RCP --·-------·---■-•-·-·-·------- -► ;l. z 'i' : i z . ' . --. r- )> < zm m ::0, (/) )> ~ i "l 24"RCP 0 "' "-~ -,--, fi,, //ti ~~---~--~~...,._'_-· ,_--,- CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS. PLAN 1"::::20' 1 ' .;.::·.:(.::,~:,,;.>.,:'.;,,;:;;:;-.~.,:c•,_:--j_i.:..:..::_:; ;---~~-~-··---r,,;-;~~=.•·•-: ~--•= ~ \.'::.f ,,_J ---- --CL cAT&1'&:,;,s~ ~; .. -- L=14.00' H=9.55' IRVINE STA22+50.02 r-2:-9.-3,1 ... O'"'fe.;F""S.cE;.;.T..;Sc;.5"'.0.;;.0..;.R;.;.T_==~ 0 1 2 3 inches on original drawing 18" RCP LINE "M" . INE-IN MESA DRIVE • SEE "DRAINAGE DETAILS" SHEET 28 · STA 0+17.25 Q') IRVINE STA 22+66.13 .. • • ••1•• OFFSET 48.00' RT STA 0+00.00 (Y) EXIST. OUTLEl TO CHANNEL 0 DELTA/ BEARING S45°14'36"W RADIUS LENGTH 73.94' TANGENT LINE BEGIN STA. TO END STA. 117.69' OFFSET20.5' FROM CL IRVINE AVE. SEE PLAN & PROFILE SHEETS CL ALIGNMENT DATA. "X'' 0+00.00 TO 2+40.19 55°39'03" 45.00' 43.71' NS0°13'20"W 3.09' N48°37'44"W 4.09' N48°37'44"W 8.16' N48°37'44"W 48.85' N48°37'44"W 18.89' N76°40'03"W 26.11' N34°53'20"W 12.20' N45°16'22"W 20.54' S45°14'38"W 7.27' 23.75' nyn 0+00.00 TO 0+04.09 "Y" 0+09.09 TO 0+21.11 "VII 0+21.11 TO 0+48.13 ''Y'' 0+48.13 TO 0+66.10 l'YII 0+66.10 TO 0+84.90 nyn 0+90.00 TO 1 +01.01 "Y" 1+01.01 TO 1+16.10 "ZII 0+03.00 TO 0+10.27 MARK DATE NOTES: PREPARED UNDE 1. SEE "PLAN & PROFILE" SHEETS FOR STREET IMPROVEMENT DETAILS. 2. SEE "PLAN RW' FOR RETAINING WALL DETAILS. Q So n cfs % - 12.78 0.57 0.014 50.68 0.56 0.014 45.53 11.46 0.014 45.53 1.30 0.014 45.53 9.02 0.014 45.53 1.44 0.014 13.03 28.53 0.014 13.03 11.01 0.014 5.15 40.00 0.014 DESCRl PTI ON REVISIONS DATE D Sf dn Vn de VG in. % ft fps ft fps 24 0.37 1.36 5.67 1.25 5.60 36 0.67 2.82 7.43 2.40 7.63 36 0.54 0.99 23.79 2.20 7.51 36 0.54 1.77 10.92 2.20 7.51 36 0.54 0.99 21.11 2.20 7.51 36 0.54 1.77 11.49 2.20 7.51 18 1.79 0.50 23.65 1.10 8.60 18 1.79 0.66 17.31 1.10 8.60 18 0.28 0.33 20.66 0.80 4.94 ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT DESIGNED IRVINE AVENUE WIDENING FROM S'L Y OF MESA DRIVE TO SE BRISTOL STREET STORM DRAIN PLAN & PROFILE E FBONDOSO DRAWN J VII I Al OBOS CHECKED R HOISINGTON SCALE AS SHOWN DATE JUN07 DRAWING NO. ER08922 SHEET 24 OF 40 ' LINE E SEE PLAN ON THISISHEET ' 11-----' C --- :,1 ----,,------;,,- i LINE Gi ·--'r! ---·--------;-----to-----~---------------,,---------;----·----~--: , I I i .I 1-----·>---·--+----------+-----r--------------L·-----1~-------!}'-a·---~-:~«-=, ·--:-· ' ' I ~,~,,,,,,_,_,-,t----t-- 1 +40' --~'----,----, ' SEE fLAN ON THIS SHEET ,----·-~---t-+40' ! ' ' ! i ,_ --, ---a.=21.33cFsi -~"c~,.~---~----4 CQNST.42.18 LF CONS;r.42.95 LF 24'1 RCP (1500-D) 24" RCP (1250-D) +20' ,...., ___ ,.__ ____ \-'-t-1---'-----,-,tt---·~--,, i I IN IN. 16.43 , I ! 27"RCP : 1 HGL ----i-•-·-· i 1.01% • i 2.50% N 'ffl + + INV 15.99 ----···------------------: Q;Q.5CF~ CONST. 162.80 LF 18" RCP (12$D) -•-•-• l i HGL -·-·-· 1.69%: 1 -·--1-. __ -~----+----------;----------------t-----11------+----------1---- ! ;-'"• NOTES: 1. SEE "PLAN & PROFILE" SHEETS FOR STREET IMPROVEMENT DETAILS, CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS. 2, SEE "MEDIAN PLAN & PROFILE" SHEETS FOR MEDIAN ALIGNMENT DATA 3, REMOVE EXIST. INLET TYPE V AND JOIN EXIST. STORM DRAIN SEGMENTS WITH 18" RCP, SEE SHEET 28 FOR DETAIL. 4, TOP OF CHANNEL AND GOLF UNDER- CROSSING TO BE VERIFIED BY FIELD SURVEY OR POTHOLING, NEWPORT BAY TERRACE APARTMENTS NEWPORT TRADE CENTER / _.; .. ------ ,' ' I i --'-----·-'-----·-'----' -----------,-· -+--------------------f--Q=10.56CFS CONST. 135.11 LF 24" RCP (1250.D) 1 j .-• '1 , I 4+34.96A ---. r •-•-+-•-3_2S.% l 11 I _ • ..;,.. --• - • -_,_ • -• -• -; '+-----;-•----lir'---=~•tM~rr1•~•tf!NA!\,Df!f:;\':R"ll' Ci!:'!)""'"----!-,'----!------+---r--<\l=,;s;;am,n, 0.79% _ -~ ,., TRIPLE BOXCULVER11 OLF UNOERC"'R"'O~SS~IN=---+-+----+--+4-_,-1-.4--'f------t----iir+----t- ) TOI'? OF BOX+/• 21.60 ! TOP OF BOX+/-21.00 lN 2 ~91 ;I SEE;NOTE4 SEENOTE4 :,, ,l ?J~ j 111 i -L-~ ~~ ! ,I i1 i1 ~-------. ------+-•t-,---i------!-------ffi~'--,.;;a,,,_,_ ___ ,_ '?i?'~ 1 -----,~-~ ' H ' o-------'"--------·· -·------~-:-----,------;------t-·'r---,.~--!----·--·----c~1----·· -~--, ---· 12" ER I 11 j2" §E\!y'ER !J ' ·•--·-----~·------r +/-11.68FL +!-11.slFL jl ii I I . I t-----+. -------: -~--•• ·---r----1--~---+---~·-..,.,·-~~-k-----··--f--·----i----~----~..i-,L----;------+---"'--Ii 1 1------, ------+---- 0+50 (A) PROFILE HORIZ. 1 "=30' VERT. 1"=5' ,,,,•-: .. ;:::::::~:::·=~-;,:: ·~"~;,,:·:"", A ,,, ' "-~ STA. 0+03.50 (A) IRVINE STA. 3·f+25.36 _ . , --· • ,__o,"F-"F""SET"'-'1".84"-'-"R"-T STA. 0+99.74 {E) IRVINESTA. 31+23.73 OFFSET 2.61' RT ' I 1+25(A) 2+00 (A) 2+ 75 (A) 3+50 (A) ---,+.------~--~-~---·----~ ----~---~--,~--------~-; ·-----1 i • ' ! ----~---------~----!-j STA. 1+38.61 (A) IRVINE STA 32+80.34 OFFSET 3.70' LT ,,.,. .. ,, , BC 1+42.11 (A) /--.~?·' ~JRV!NE STA. 32+63.83 /,/ ·.:c.: ~/ .·---.,::..:// / ,_ l ' NEWPORT BEACH GOLF COURSE -~:::::----STA. 0+00.07 (G) •• ,_. ~~-IRVINE STA. 31+21.83 OFFSET 2.54' LT , ·., 1NLET1YPE" Cl CB "F" l=21' 1:e7.J;\ ___ :_·~·: ·~ --·--JRVlN~7'3'f+.'23.1 f'-'--' ' EC STA.14+31.45 (A) -IRVlNEfSTA. 35+51.85 0FFSET6.40'LT ···---~._.< EXIST. OUTLET TO CHANNEL lRVINE STA 29+57.85 OFFSET LT 4.2:1-'· -- 33 CL CB "G".-t.=3.5', H=t.69' _,"~~ -----·"· •;:.,, •• ~-·--.--·· OFFSET 45.00' RT 1 STA. 0+00.00 E PLAN 1"=30' LINE !IA" "E" "H" BEGIN STA. TO END STA. 0+03,50 TO 0+90,63 0+90,63 TO 1+38.61 1+42,11 TO 1+82,11 1+82,11 TO 4+31,45 4+34,96 TO 5+21 ,43 0+00,00 TO 0+53,28 0+53,28 TO 0+99,74 0+00.00 TO 1+62,08 0+00,00 TO 0+14,50 0+14,50 TO 0+39,26 HYDRAULIC DATA Q So n D Sf cfs % in. % 10,56 0,79 0,014 24 025 10,56 3,25 0,014 24 0,25 9,66 525 0,014 27 0, 11 9,66 0,10 0,014 27 0, 11 9,36 1.57 0,014 18 0,92 21,33 2,50 0,014 24 1.03 12,23 1,01 0.014 24 0,34 0,50 1,69 0,014 18 0.00 2,49 0.28 0,014 18 0,07 2,49 5,94 0,014 18 0,07 dn Vn de Ve ft fps ft fps 1,06 8,34 1,20 4,90 0,76 10,15 1,20 4,90 0,65 11.63 uo 4,55 2,12 2,59 uo 4,55 0,98 7,77 1,15 5,85 1,16 18,02 1,55 7,40 1,08 9,43 1,25 5,36 0,27 3,53 0,60 0,69 0,75 2,93 0,60 3,44 0,36 8,36 0,60 3,44 0 NEWPORT BEACH GOLF COURSE PARKING LOT ALIGNMENT DATA DELTA/ BEARING N81 "47'06"E RADIUS LENGTH TANGENT 135,11' 289,34' OFFSET 2,375' FROM LEFT MEDIAN TC. SEE MEDIAN PLAN & PROFILE SHEETS FOR LEFT MEDIAN TC ALIGNMENT DATA, N83°16'17"E 86.48' 144,59' OFFSET 10.00' FROM LEFT TC, SEE PLAN & PROFILE SHEETS FOR LEFT TC ALIGNMENT DATA ®@ N10°17'38'W 46,64' © N2"'44'12"E 52,59' 162,80' OFFSET 2,75' FROM LEFT MEDIAN TC, SEE MEDIAN PLAN & PROFILE SHEETS FOR LEFT MEDIAN TC ALIGNMENT DATA, N16"46'23"W 39,26' --~,...--·- STA. 4+34.95 (A); !RV!NE STA. 35+55.35 OFFSET 6.40' LT MARK DATE DESCRIPTION REVISIONS PREPARED UNO +35' +30' +25' +20' +15' +10' DATE CONSTRUCTION NOTES !29! CONSTRUCT LOCAL DEPRESSION PER RDMD STD. PLAN 1308, !30! CONSTRUCT RC,P, STORM DRAIN SIZE PER PLAN, [fil] ~ H1J Gfil 0 © ® 0 © © 1 • CONSTRUCT INLET TYPE II PER RDMD STD, PLAN 1302 WITH SQUARE FACE PLATE PER RDMD STD, PLAN 1306. CONSTRUCT INLET TYPE II ( MOD,) WITH SQUARE FACE PLATE PER RDMD STD, PLAN 1306 AND PER "DRAINAGE DETAILS" SHEET 29, CONSTRUCT INLET TYPE I ( MOD,) WITH SQUARE FACE PLATE PER RDMD STD, PLAN 1306 AND "DRAINAGE DETAILS" SHEET 29, CONSTRUCT JUNCTION STRUCTURE TYPE I PER RDMD STD, PLAN 1310, CONSTRUCT JUNCTION STRUCTURE TYPE I ( MOD.) PER "DRAINAGE DETAILS" SHEET 29, CONSTRUCT CONCRETE COLLAR PER RDMD STD, PLAN 1317, INSTALL HYDRODYNAMIC SEPARATOR PER CASQA BMP NO, MP-51 AND PER SPECIAL PROVISIONS, CONSTRUCT INLET PER APWA STD. PLAN 307-2 ( MOD,) AND DETAILS ON "DRAINAGE DETAILS" SHEET 29, CONSTRUCT OUTLET TO CHANNEL PER "DRAINAGE DETAILS" SHEET 29, CONSTRUCT RETAINING WALL UTILITY OPENING PER CAL TRANS STD PLAN B3-9 AND DETAILS ON 11PLAN RW', CONSTRUCT CONCRETE BLANKET PROTECTION PER APWA STD, PLAN 225-1, LEGEND PROTECT IN PLACE REMOVE RELOCATE ADJUST TO GRADE TO BE RELOCATED BY OTHERS TO BE REMOVED BY OTHERS ¥ 0 1 3 inches on original drawing ORANGE COUNTY 2 RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT IRVINE AVENUE WIDENING FROM S'l Y OF MESA DRIVE TO SE BRISTOL STREET STORM DRAIN PLAN & PROFILE DESIGNED E EBONDOSO DRAWN J YU LALOBOS SCALE AS SHOWN DATE JUN 07 CHECKED B HQl§!NGTON DRAWING NO, ER08922 SHEET 25 OF 40 +25' -----4-.------------~- i FISNISHED -c------+------+-----+------+-----.'..-----i-------i-----+-----,-----++----i-----f------+----S~RFA€1E---'-------;-qVERCLP!PE LO --1---+------w z .i.-■-·-· ! 1.57% ·-·""i'·-·-•-•: 1.05% . ,.. ... --+-----------i-----~-~=-'c.____ ~ ------- . LINEA • ' SEE PLAN ON THIS SHEET i l ' ' •7i-----.i--------+----'-------+---+----1---+--- ' I ' ' I ' +---i w CJ) 'W (/) l----+--+50' ! w ' ' ·o------+-----t----~ +45' +40' i ' ' J_ 1 ' ' +20' -)---,----·-.. -~~----~ ---•-~-11--~----·----<"-•---~-Tr/ii'i\i7~-j4~-----------+----L-----,------t-,.-----c---------+-----;------c---------c----------+-------+ I (.) ' I I I •• ' • ---•• j • --------r-···tc . . : +· ~-••T.1NV~l"2i1J/,,3'.6~--~•~-~ • --.. --"~"~·"·--;"·--·-·-···-~" ! !NV UT23.33 18" RCP ! : I I ; ; i ! ( • ·"""' ~ . '. --~ - ' i i ! ' +15•--,.----+------~--I _____ L,, ~------.,....------------------------,----------+.-____ ;_____ -----------+-----'"'---------;-----,----,---_ I --_-:-_ ---------+-----.----··r·----, ---·-r--~---! --: •---;---•----+•----+-•---~----;----------j\-----;,---•,------+-•----.,.-----~,,••• ----+--•---------•+----=t= .. -r----•~----+----w I _j : 5+00 (A) 5+50 (A) 6+25 (A) •..-lf -CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS. 15• RCP lAT. "B" SEE PROFILE~ ON SHEET 27 _._ \ STA. 0+04.76 {LAT. B) IRVINE STA. 36+39,84 OFFSET 39.90' LT ~"" ~ &XJ ,j:, 1- /.l.J /ff ~:i:: STA 0+15.61 (LAT. B) IRVINE STA 36+46.52 OFFSET 48.40' LT CLCB "B" L=7.0', H=4.0' IRVINE STA. 36+48.19 OFFSET 4&.90' LT 31 , CL MANHOLE JS •s• IRVINE STA 36+40.56 _ . OFFSET"3T.64'Tl'----·· E D I ET2 STA. 5+27 .26 (A) IRVINESTA. 36+42.16 OFFSET 37.65' LT STA 0+00.00 {LAT. A) IRVINESTA. 37+90.10 7+00 (A) STA. 0+17.71 (LAT. A} JRVINE STA. 37+98.68 ' CLCB "A" l=21', H=6' IRVINE STA. 38+07.90 31 7+75 (A) 8+50 (A) 9+25 (A) PROFILE HORIZ. 1 "=30' VERT. 1"=5' 12+00 (A) 0 @ @ @ @ © © CONSTRUCTION NOTES 1291 CONSTRUCT LOCAL DEPRESSION PER RDMD STD. PLAN 1308. !3oj CONSTRUCT RC.P. STORM DRAIN SIZE PER PLAN. CONSTRUCT INLET TYPE II PER RDMD STD. PLAN 1302 WITH SQUARE J:'AC!; PLAT!; Pt;R flljMI') grn.PLA'-119M_ CONSTRUCT INLET TYPE 11 ( MOD.) WITH SQUARE FACE PLATE PER RDMD STD. PLAN 1306 AND PER "DRAINAGE DETAILS" SHEET 29. CONSTRUCT INLET TYPE I ( MOD.) WITH SQUARE FACE PLATE PER RDMD STD. PLAN 1306 AND "DRAINAGE DETAILS" SHEET 29. ~ CONSTRUCT JUNCTION STRUCTURE TYPE I PER RDMD STD. PLAN 1310. ffil CONSTRUCT JUNCTION STRUCTURE TYPE I ( MOD.) PER "DRAINAGE DETAILS" SHEET 29. ~ CONSTRUCT CONCRETE COLLAR PER RDMD STD. PLAN 1317. ffil INSTALL HYDRODYNAMIC SEPARATOR PER CASQA BMP NO. MP-51 AND PER SPECIAL PROVISIONS. fill CONSTRUCT INLET PER APWA STD. PLAN 307-2 ( MOD.) AND DETAILS ON "DRAINAGE DETAILS" SHEET 29. !TI] CONSTRUCT OUTLET TO CHANNEL PER "DRAINAGE DETAILS" SHEET 29, fill CONSTRUCT RETAINING WALL UTILITY OPENING PER CAL TRANS STD PLAN 83-9 AND DETAILS ON "PLAN RW" . ~ CONSTRUCT CONCRETE BLANKET PROTECTION PER APWA STD. PLAN 225-1. LEGEND 0 PROTECT IN PLACE 0 REMOVE CD RELOCATE 0 ADJUST TO GRADE © TO BE RELOCATED BY OTHERS © TO BE REMOVED BY OTHERS 0 TO BE ADJUSTED TO GRADE BY OTHERS © SAWCUT AND JOIN EXISTING ALIGNMENT DATA DELTA/ RADIUS LENGTH TANGENT BEARING N83"16'17"E -86.48' - 144.59' OFFSET 10.00' FROM LEFT TC, SEE PLAN & PROFILE SHEETS FOR LEFT TC ALIGNMENT DATA N15"25'00'E -14.08' - 284.15' OFFSET 10.00' FROM LEFT TC. SEE PLAN & PROFILE SHEETS FOR LEFT TC ALIGNMENT DATA. 296,00' OFFSET 10.00' FROM LEFT TC, SEE PLAN & PROFILE SHEETS FOR LEFT TC ALIGNMENT DATA. N51 °50'57"E -12.10' - -.J (/) Jftj NEWPORT BEACH GOLF COURSE HYDRAULIC DATA " (./) I NOTES: 1. SEE "PLAN & PROFILE" SHEETS FOR STREET IMPROVEMENT DETAILS. 1 0 1 2 ----3 inches on original drawing j ' J NEWPORT BEACH GOLF COURSE PARKING LOT ie -------- ···-·-·· ---·-~-- ----- PLAN 1"=30' BEGIN STA Q LINE TO END STA cfs 4+34.96 TO 5+21.43 9.36 5+27.26 TO 6+71.85 8,69 "A" 6+ 75.00 TO 9+60,00 4.66 9+64.00 TO 12+60.00 4.66 4+34.96 TO 5+21.43 9.36 LAT. "B" 0+04.76 TO 0+15.61 0,78 LAT. "A" 0+00.00 TO 0+14.08 4.03 MARK DATE DESCRIPTION REVISIONS PREPARED UND E. FRONDOSO DATE So n D Sf dn Vn de Ve % -in. % ft fps ft fps 1.57 0.014 18 0.92 0.98 7.77 1.15 5.85 1.03 0,014 18 0.79 1,08 6.46 1.20 5,23 4.87 0.014 18 0.23 0,50 9.77 0.90 3.84 1.44 0.014 18 0,23 0.66 6.24 0.90 3.84 1.57 0.014 18 0.92 0.98 7.77 1.15 5.85 5.96 0,014 18 0.01 0.23 6.35 0.60 1.08 18.40 0.014 18 0.17 0.35 14.72 0,80 3.87 ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT IRVINE AVENUE WIDENING FROM S'LY OF MESA DRIVE TO SE BRISTOL STREET STORM DRAIN PLAN & PROFILE DESIGNED F FBONDOSO DRAWN ,I Yll lALOBOS SCALE AS SHOWN DATE JUN07 CHECKED B H91SINGION DRAWING NO. ER08922 SHEET 26 OF 40 i l ' . ,.,'_, _____ \ I : ' I l ---•~•<o~:.,_,•Y--0-=> ) ~-.~ •-~+= ~•• --~ ~.• ~-~ -. ' ' . ' . l--l--+-----'------!-----+----+------'-'--"===--!------'--:.:.::::_~+'------·-+'-"'_"::::_ ... :-·::-_-_ ... -_;_-_-_-.-~1---.. ----1-------·--+40'--+-----~---J-- Wen ~-----1--------,=-=---+--J--~-----,-----~--.. --~-----i------+-----i------------t------t-----i-----1+----+-------····-------~-------t----t--,"',.,·ts,t---------------+---1------+----------+----------i------+-----...;_----·-·-!-·-- CONS1'. 200 oo LF N I io=s.ss cFs 18wRCP(1iso-D ' ~~~i~~~D , ~ 1 C0NST.15,61Lf +5Q'__Jl_ __ +----+--·-:_-_-_ __.;._;<(;-:~-~~:~~:-:-:-::-:-:-:~,:::::::::~. ::~~: ;i:::~J:-:-:-_·_-~-~-~---_'._+--:-:-~_--_--:-:_--_-~,~-·"~--~~~--~--~---=-.::-;~~:~--=--=-=-~--:_--:-_::-~-:,-:_:::-_:-:_:-:_-:_:-:_:::_:¥~1R:-C::_~:_:~:_:IP-:_E::-::_-~~=l:-::-~-~-:_:=-.:-:.:-:.-cc-=~-'-'-'-'-:.=--.:--~-,_j=J=~~-~:=-~~~--~-~--t-=~:.:~:. .. =~::.-~-:-:_::--;~:_:-~::·~;~-~~• !~-Wi+-~-----_-·_·--·--;~~~:_·_-.. ~~~~~~:_5'-_jt-!_-_-_-_-_-_ --~tdt"''e"1;;;;+l--ll+-------·-··-_·_·-_;·:::~~:-·:~.:::::::::~:::~~~---l~-----·_-_-_-_-_ •• 4-t._-_··_-___ ;__, ___ -) ____ -:1&t,"-RC-P-(-12-50-tD-)1¾~~;~ ___ _[ _____ -+----+r- j ~~ 0(0 l ~~I· ~----t--~+-T~-..... l=-=-=-=-=-=-=-=-=-=-=-=-=-=--===1111JJ[IIIt========jjj=======1============================i=. ===}, =========t====t===:J===~jL------··--••A•~+30'-j-~----· -. --·~-~--;----~-·r~-----·-~·-----·-·-·-1--··"--"""·""··---··-····----·""'··-·"-·-----+--.. ---: ~----~~ _,.,, -·-i-~--~---~W--~ -+- '... ii: ~w I +45' -+---+----f-----+---,u.rW- z I HGL \ ! -,----1- l ' +40' i -■-----·--:·-· ·-·-· --~----•-·r·-· 1 1 1 0.2% 1 ! ' ,...L_._ 15-t-47.65 A ----• --· I. -l------·•----~--~i~·---·~--~-~--·- l \ \ i 'Slr-ll'·-,,_•-··---~-.,.=--··-~-··_,j.,..---·-+--1 I j ; i ' l ' +40' +35' +30' +25' QT15.61 , (LAT. B} iN ~-·--:-_____L_,_ff_.....;.,._ +20' +35'--+---+------+----~----t-----+-----+-----+-----,-----+------+------+-----,-----,-----'-----+-----t-----+-----t------+---------+-----+------;------;------+----+-----t-----+-----;-----+-----;-----,-----+-----+----+-. ! ____ l __ , ___ l _________ , ___ ,.__ , ___ ____,_ ; i i j CONSTRUCTION NOTES ~ CONSTRUCT LOCAL DEPRESSION PER RDMD STD. PLAN 1308. §1 CONSTRUCT R.C.P. STORM DRAIN SIZE PER PLAN. fill CONSTRUCT INLET TYPE II PER RDMD STD. PLAN 1302 WITH SQUARE FACE PLATE PER RDMD STD. PLAN 1306. ~ CONSTRUCT INLET TYPE II ( MOD.) WITH SQUARE FACE PLATE PER RDMD STD. PLAN 1306 AND PER "DRAINAGE DETAILS" SHEET 29. fifil CONSTRUCT INLET TYPE I ( MOD.) WITH SQUARE FACE PLATE PER RDMD STD. PLAN 1306 AND "DRAINAGE DETAILS" SHEET 29. !El CONSTRUCT JUNCTION STRUCTURE TYPE I PER RDMD STD. PLAN 1310. ~ CONSTRUCT JUNCTION STRUCTURE TYPE I ( MOD.) PER "DRAINAGE DETAILS" SHEET 29. ~ CONSTRUCT CONCRETE COLLAR PER RDMD STD. PLAN 1317. §I INSTALL HYDRODYNAMIC SEPARATOR PER CASQA BMP NO. MP-51 AND PER SPECIAL PROVISIONS. Hill CONSTRUCT INLET PER APWA STD. PLAN 307-2 ( MOD.) AND DETAILS ON "DRAINAGE DETAILS" SHEET 29. @:TI CONSTRUCT OUTLET TO CHANNEL PER "DRAINAGE DETAILS" SHEET 29. §1 CONSTRUCT RETAINING WALL UTILITY OPENING PER CAL TRANS STD PLAN B3-9 AND DETAILS ON "PLANRW'. ~ CONSTRUCT CONCRETE BLANKET PROTECTION PER APWA STD. PLAN 225-1. LEGEND 0 PROTECT IN PLACE ® REMOVE © RELOCATE 0 ADJUST TO GRADE © TO BE RELOCATED BY OTHERS ::n;v;rx,, -.i, --~~ ,,._' -----• ;C"<C. [ © TO BE REMOVED BY OTHERS ' :-· .. ·-~ ·--~-------------r---,--··~·,~---~------·--~-;---~----------- [ F1i.(. I NOTES: 1. SEE "PLAN & PROFILE" SHEETS FOR STREET IMPROVEMENT DETAILS. c.o C\I 1-w w I Cf) w w Cf) ......... <( -0 0 + C\I ~ w z ...I I (.) ~ ~ ··i----■•·-··-·-··;~-;.;-1,••·••1 •• 1------c·;,;··,-i m1~_rc;_~--~. _ -d · -:~. ·-.. _,. ' ·~· ~""·-' -·---. _,. _,---.., - '.::1 CL MANHOLE JS "S• IRVINE STA.44+03.1f OFFSET 40.00' LT •, . ·'> ,_,. NEWPORT BEACH GOLF COURSE 1 ~--•¥-+«,·•---• --••~•--•-•-A,«~--,~-•--•~--,- CL CB "R~ L=14', H=4.50' IRVINE STA. 47+02.08 OFFSETS0.00' ( ½ 0 1 ' 3 inches on original drawing 2 STA. 15+47.65 {A) IRVINE STA. 46+96.58 OFFSET 50.00' LT PLAN 1"=30' PROFILE HORIZ. 1"=30' VERT. 1"=5' TOCB "C" JS "B" DETAIL NOTTO SCALE FROM CB"B" CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS. i • • FROM JS "A" ·-,, ___ ,,,~--.-;,---.--; ~-~~·---· ' 0 © @ (A?) e 0 TO BE ADJUSTED TO GRADE BY OTHERS © SAWCUT AND JOIN EXISTING ALIGNMENT DATA DELTA/ RADIUS LENGTH TANGENT BEARING 296.00' OFFSET 10.00' FROM LEFT TC. SEE PLAN & PROFILE SHEETS FOR LEFT TC ALIGNMENT DATA. 261.00' OFFSET 10.00' FROM LEFT TC. SEE PLAN & PROFILE SHEETS FOR LEFT TC ALIGNMENT DATA. 46°30'35' 22.5' 18.26' 9.67' N4°56'39'E -4.40' " HYDRAULIC DATA BEGIN STA. Q LINE TO END STA. cfs 9+64.00 TO 12+60.00 4.66 "A" 12+64.00 TO 15+47.65 4.66 LAT. 0+00.00 TO 0+14.08 4.03 "A" LAT. 0+04.76 TO 0+15.61 0.78 "B" MARK DATE DESCRIPTION REVISIONS PREPARED UNDE So n D Sf dn Vn de Ve % -in. % ft. fps ft fps 1.44 0.014 18 0.23 0.66 6.24 0.90 3.84 1.02 0.014 18 0.23 0.74 5.53 0.90 3.84 18.40 0.014 18 0.17 0.35 14.72 0.80 3.87 5.96 0.014 18 0.01 0.23 6.35 0.60 1.08 ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT IRVINE AVENUE WIDENING FROM S'LY OF MESA DRIVE TO SE BRISTOL STREET STORM DRAIN PLAN & PROFILE DESIGNED f EBONDOSO DRAWN .I YU LAI OBOS SCALE AS SHOWN DATE JUNO? CHECKED B HOISINGTON DRAWJNGNO. ER08922 SHEET 27 OF 40 -+---+------•---------+1------------1--------------l-------------t------------------------l-------------l-, -------------+-----------+-------------:...-----------!--' +40' 7----t---------,----!,-----------+------------+!-----------+-----------+--------1-4 '",0'--' ---+-----------+-----------+-------------l-------------1----------L-l I ·-!----+,------~ ·-----,--------------+-----------j------------+------------1-----------+'----~~ : l tl=2.49 CFS (,l~O~s't::; I +----t-i -----------l------(391'!:Q~~~•22:ZJ70C~, ~ii_!S'l,l' '?-~+-----,--------+-----------l------------1-------+-35L----l'.:_;PROTECT 24.76 LF +35' -· --, ;4,5-.1-L .... F--"'18""-" RIGP----1------------+------------l------------+------------l-! 24" RCP (2000..D) j --18" RCP (1250-D) : ! .. I I i ! : CHANNEL WALL ' l ··r--T1• ____________ ......, __________ -t------------t,------------t-----------t-------------t-+--,--------·---ti-------------l-------------~------------.L---.. ·----------+--! 1' ! I i i ! I i +s' ·_-, .. ~ _________ .. _________ ....,.! ____________ ;, ______________ !,-:-----------+------------t------➔-5!..:::'----+1l------------+-------------+------------1l ____________ r ___________ _,__ __I i j ! j I' .i j : f ·-i---r------------j--------------,------------+'------------'-------------t------------t------------+-----------+------------1-------------4--' -----------L ; i ! i ' ' ~ ~OO(M) ~~) ~~) ~~) ~---"=""---!---J, ... ----.-------------+,-'---'-----------<-'-....'.-----------+-, __ ---------+-------------11---------------<------------+' -----------!-------------·----+-----------__________ ,_-'S"-'TA:-"-T=ION"-' cu. EXC. ] l ! I ; EXC. cu. YDS. FILL ; I ! ! FILL YOS, BACK BAY CENTER i. 'JOIN l;lf;IST:16~ PVC PERF DRAIN l STA. O+U~,48 (P) • , IRVINE STA. 22+62.04 'OFFSET 34.39' LT ITT, fj ' . ._l'f r-'1"'F'- ) .. ', ' ' ' ! I ' ,, :~> \ \ ..• i..' -¼-i-1 ., D I rt • ' ;,,' ~-134 SEE SHEET 30 FOR DETAILS ' i i STA. 0+70.61 (M) IRVINE STA. 22+95.86 OFFSET 76.85' LT INLET 2,,. TYPEV / EXIST. 1 18"RCP '\ -~--'··>---. -._-, ><< / / 36 .. ',_ \ \ \ ',' _, ·sTA. 0+03.75 (W) JRVINE STA. 32+36.81 ... "' ·-~-OFFSET 30.41' RT / -. ______ ,, __ _ 36 ------·------· -- :: I EXIST. , 18" RCP STA. 0+04.00 (V) , : IRVINE STA. 26+18.33 OFFSET 21.67' RT ; I: V )130118" RCP ' PROFILE HORIZ. 1"=10' VERT. 1"=5' 0 0 0 ~ CONSTRUCTION NOTES CONSTRUCT LOCAL DEPRESSION PER RDMD STD. PLAN 1308. !3o! CONSTRUCT R.C.P. STORM DRAIN SIZE PER PLAN. r;':;'I CONSTRUCT INLET TYPE II PER @.!J RDMD STD. PLAN 1302 WITH SQUARE FACE PLATE PER ROMO STD. PLAN 1306. ~ CONSTRUCT INLET TYPE II ( MOD.) WITH SQUARE FACE PLATE PER RDMD STD. PLAN 1306 AND PER "DRAINAGE DETAILS" SHEET 29. f33! CONSTRUCT INLET TYPE I ( MOD.) WITH SQUARE FACE PLATE PER RDMD STD. PLAN 1306AND "DRAINAGE DETAILS" SHEET 29. CONSTRUCT JUNCTION STRUCTURE TYPE I PER RDMO STD. PLAN 1310. !35j CONSTRUCT JUNCTION STRUCTURE TYPE I (MOD.) PER "DRAINAGE DETAILS" SHEET 29. ~ CONSTRUCT CONCRETE COLLAR PER RDMD STD. PLAN 1317. !39! INSTALL HYDRODYNAMIC SEPARATOR PER CASQA BMP NO. MP-51 AND PER SPECIAL PROVISIONS. r,;;;'I CONSTRUCT INLET PER APWA dQJ STD. PLAN 307-2 ( MOD.) AND DETAILS ON "DRAINAGE DETAILS" SHEET 29. f,;'.j1 CONSTRUCT OUTLET TO CHANNEL ~ PER "DRAINAGE DETAILS" SHEET 29. 147! FURNISH AND INSTALL PVC PIPE AND FITTINGS (SIZE AS NOTED). CONSTRUCT RETAINING WALL UTILITY OPENING PER CAL TRANS STD PLAN B3-9 AND DETAILS ON "PLANRW". CONSTRUCT CONCRETE BLANKET PROTECTION PER APWA STD. PLAN 225-1. LEGEND 0 PROTECT IN PLACE G) REMOVE © RELOCATE 0 ADJUST TO GRADE © TO BE RELOCATED BY OTHERS © TO BE REMOVED BY OTHERS 0 TO BE ADJUSTED TO GRADE BY OTHERS © SAWCUT AND JOIN EXISTING 0 SAWCUT AND REMOVE INTERFERING PORTIONS @ GRADE TO DRAIN ® CUT & CAP SPRINKLERS WITHIN RIGHT-OF-WAY 1 ½ 0 1 2 3 inches on original drawing ALIGNMENT DATA DELTA/ BEARING N3°41'12"W 45°00'00" N48°01'12"W N13°19'57"E N33°13'30"W N32°50'34"W RADIUS 25.00' LENGTH TANGENT 44.63' 17.67' 9.32' 8.30' 5.48' 4.00' 3.75' STA 32+30 (RIGHT) DETAIL 12" STORM DRAIN (EXIST.} SCALE: 1"=10' STA 26+25 (RIGHT) DETAIL 12" STORM DRAIN (EXIST.} CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS. LINE "M" & 6" PERFORATED DRAIN DETAIL SCALE: 1"=10' LINE "Mlf IIHII SCALE: 1"=10' HYDRAULIC DATA Q So n D Sf dn Vn de Ve BEGIN STA. TO END STA. cfs % in. % ft fps ft fps 0+00.00 TO 0+ 70.61 22.0 5.31 0.014 24 0.11 0.96 15.14 1.60 7.45 0+00.00 TO 0+14.50 2.49 0.28 0.014 18 0.07 0.75 2.93 0.60 3.44 0+14.50 TO 0+39.26 2.49 5.94 0.014 18 0.07 0.36 8.36 0.60 3.44 MARK DATE DESCRIPTION ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT IRVINE AVENUE WIDENING FROM S'LYOF MESA DRIVE TO SE BRISTOL STREET STORM DRAIN PLAN & PROFILE DESIGNED f FRONDOSO DRAWN J YU LALOBOS I CHECKED R HQIS!NGIQN SCALE AS SHOWN DATE JUN07 DRAWING NO. ER08922 SHEET 28 OF 40 ELEV 13.47' W BARS (SEE NOTE 5) FBARS 13,57' FBARS #48ARS, 18"0.C. 2-G BARS, 4"0.C. WBARS r 6" +PIPE THICKNESS UNDISTURBED EARTH BACKFILL 6" +PIPE THICKNESS L #4 BARS, te• O.C. BOTH WAYS (TYP. 80TH SIDES) 7" 24" ,. #4 BARS, 18" O.C. L BOTH WAYS SECTION X-X SECTIONY-Y RADIUS (SEE NOTE 7) D&EBARS D,E,H & G BARS #4 BARS, 18" O.C. FBARS WBARS ~-_,,· R=3" / -/. 87°22'02" ELEV 13.47' ./ j -~,,,.,.-·-----·--·-·-·LINEHE"STAO+OOOO ------- L=14' (i:_ CHANNEL X STORM DRAIN LINE "E" OUTLET TO CHANNEL DETAIL NOTTO SCALE 4:1 TC H=9.55' ~ 3' I-- 1. ALL STEEL REllifP&;:i;MENT SHALL BE Mt.2" CLEAR UNLESS OTHERWISE NOTED. 2. W BARS ARE OF SIZE AND SPACING FOR CHANNEL WALLAND SHALL BE CUT !N CENTER OF OPENING AND BENT INTO TOP& BOTTOM OF OUTLET SlRUCTURE 3. BAR SIZES: D,E,H&GBARS #5 FBARS #4@6"0.C. H=9.55' SECTION A-A SECTION B-B EG L=14' TC B L B CATCH BASIN "Z" DETAIL 132! INLET TYPE II (MOD.) RDMD STD. PLAN 1302 NOTTO SCALE = 1. USE SQUARE FACE PlATE PER ROMO STD. PLAN 1306. 2. FOR INFORMATION NOT SHOWN, REFER TO RDMD STD. PLAN 1302. A MEDIAN CURB INLET FROM LINE "G" h I I I I I H I 3,5' A r 6" A PLAN EG { ,____, ___ ... z I I I I '-,--+--! TC !NLETFROM LINE "A" SECTION A-A SECTION B-B r_\! ( L B /EG ~MTC r A n 7 ·---. ---. -. -. --" --~ ·-·-·-·-- OUTLET INLET L CB "C" & "D" ONLY B CATCH BASINS "C". "D" & "G" DETAIL !33! INLET TYPE I (MOD.) RDMD STD. PLAN 1301 NOTTO SCALE 1. USE SQUARE FACE PLATE PER ROMO STD. PLAN 1306. 2. FOR INFORMATION NOT SHOWN, REFER TO RDMD STD. PLAN 1301. SA' 7.18' INLET OUTLET OUTLET TO LINE "E" INLET FROM LINE "A" I I 'l. MANHOLE I ,. ,. 7,4' 8,4' SECTION A-A !40! CATCH BASIN "E" DETAIL I • APWASTD. PLAN 307-2 (MOD.) NOTTO SCALE L • I ,:.:i-------;---i'.i ~ .~ :t 4' . H . . .. 11 ... ::• "~ .. ,) OUTLET ' I MEDIAN TC 6.75' INLET FROM LINE "G" ... l ·' A·-~ ·~'".f::'°'·f 7.18' J -' . INLET 6 SECTION A-A SECTION B-B EG TC i---------L---------i t;:; -' ~ 0 = H 3.5' MED!ANTC ounETTO LINE "E" SECTION B-B = 1. USE SQUARE FACE PLATE PER RDMD STD. PLAN 1306. 2. BAR RElNFORCEMENT PERAPWA STD. PLAN 307-2. 3. FOR INFORMATION NOT SHOWN, REFER TOAPWASTD. PLAN 307-2. ,. INLET FROM CB "X" L=51 3.5' B r ____ ,..,_....,. ..t ,-a UJo>-_,. ,-LU :::,Z O:::i ~ .,,_.,P ____ .,..___. ,,y {<, v H=5' JS "Y" DETAIL OUTLET TO LINE "Y'' gfil ~ rm fill HTI fill CONSTRUCTION NOTES CONSTRUCT LOCAL DEPRESSION PER ROMO STD. PLAN 1308. CONSTRUCT R.C.P. STORM DRAIN SIZE PER PLAN. CONSTRUCT INLET TYPE II PER ROMO STD. PLAN 1302 WITH SQUARE FACE PLATE PER ROMO STD. PLAN 1306. CONSTRUCT INLET TYPE II ( MOD.) WITH SQUARE FACE PLATE PER ROMO STD. PLAN 1306AND PER "DRAINAGE DETAILS" SHEET 29. CONSTRUCT INLET TYPE I ( MOD.) WITH SQUARE FACE PLATE PER RDMD STD. PLAN 1306 AND "DRAINAGE DETAILS" SHEET 29. CONSTRUCT JUNCTION STRUCTURE TYPE I PER RDMD STD. PLAN 1310. CONSTRUCT JUNCTION STRUCTURE TYPE I ( MOD.) PER "DRAINAGE DETAILS" SHEET 29. CONSTRUCT CONCRETE COLLAR PER RDMD STD. PLAN 1317. INSTALL HYDRODYNAMIC SEPARATOR PER CASQA BMP NO. MP-51 AND PER SPECIAL PROVISIONS. CONSTRUCT INLET PER APWA STD. PLAN 307-2 (MOD.) AND DETAILS ON "DRAINAGE DETAILS" SHEET 29. CONSTRUCT OUTLET TO CHANNEL PER "DRAINAGE DETAILS" SHEET 29. CONSTRUCT RETAINING WALL UTILITY OPENING PER CAL TRANS STD PLAN 83-9 AND DETAILS ON "PLAN RW". CONSTRUCT CONCRETE BLANKET PROTECTION PER APWA STD. PLAN 225-1. INLET FROM LINE "M" INLET FROM CB"X" SECTION B-B !35! JUNCTION STRUCTURE TYPE I (MOD.) = 1. FOR INFORMATION NOT SHOWN, RDMD STD. PLAN 1310 REFER TO ROMO STD. PLAN 1310. NOTTO SCALE ORANGE COUNTY 1. USE SQUARE FACE PLATE PER RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT 1 0 ROMD STD_ PLAN 1306. 2. FOR INFORMATION NOT SHOWN, REFER TO ROMO STD. PLAN 1302. CATCH BASINS "F" & "H" DETAIL INLET TYPE II (MOD.} RDMD STD. PLAN 1302 NOTTO SCALE 1 2 ----CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS. 3 inches on original drawing MARK DATE DESCRI PTl ON REVISIONS PREPARED UNDER DATE IRVINE AVENUE WIDENING FROM S'LY OF MESA DRIVE TO SE BRISTOL STREET DRAINAGE DETAILS DESIGNED F FRONDOSO DRAWN J VII I Al OBOS SCALE AS SHOWN DATE JUN07 CHECKED B HOISINGTON DRAWING NO. ER08922 SHEET 29 OF 40 29-stklelail.dgn 35···+--- HYDRAULIC DATA --+----1------------t-----=""-<,;::------J---.,R'~t 8+76.05 ME':<>•+-----------1-----------+i----=:::.:cc--tcf~f-7n-4---=----"'--1 LINE Q D N So Sf Dn Vn De Ve --· ft fps -cs m ps 10+45.56 SD L=21 ' 32.21 TC --·-··-- --- M 1 14.5 18 M 2 18.8 18 -M -3 22.0 21 N 1 3.2 18 20' Rt 9+19.79 MESA 10+00 SD -----R2~M~. ~e-E::--RRl'IM-iM°=·•-======g~-\----·-··----·----- q.013 q.013 q.013 (1013 0.092 0.019 0.71 17.6 1.39 8.5 0.068 0.032 0.91 16.8 1.46 10.7 . 0.039 0.019 1.09 14.0 1.64 9.4 0.011 0.001 0.55 5.4 0.68 4.1 -· .. -~,·----·-· 30' Lt 9+ 15.33 MESAJ --+-----l-46 1-0+-5-1-.~5-S~g~~;\~ 35 30-----------------+------ ---36 422' Lt 9+20lfd-MESA __ _,__ _____________ _..____ -----j---------+-----I-30 STATION cu. --- ------------r - HGL i ·+-------=--------EJ.M~~----- -------,c+--.----·-·-·-----···"WAiEn='iiiq_---l--~-5r;¢.~~ST.!.:. ___ ~.'F+-,--. ---+------- ···--···-·--··-··--··--•I----+------ -=======-=···ccJ···=-'-·-'--------- -+----------------·----·--------i---;_ c=:==:-U;;i;;;=--------J'-j--1·--·-··-·---·----··-·---·------·-- __ :,___._._.__-+~~-+-:-rl>----_ __ rEXIST. 21•i RCP -----r-~;..--7=---=-~ ·--~~-e--Jr:.,,··4 __ . ______ +-------------t-----t- i ···-·····-·---··------··-··-·----,! . ' ' ,.. ---------· --' --·· ---· ·····-·-·-·-· ___ ,, _____ . "---·---···-·-...... --· ·-· ; ______ _ EXC. ' ' ······-·-·---+-----"'~--...._ ' I I j . ~ ··- ----~,---i~ ---------------+-----"'"'1::::---t---___ -:::::-._\I~-:-------l--~--G--L-+i---------------. ==---1.11f=~---=l+ll----1--.1--%---++--+-------------t---------------i---- ' ~N ··-.. 7----1--24.0± INV. l 24.0±IIW:-.,,,,._ ' --q-> , l ---j------------------,---------t----------""t;;···,---ii-------------------------•• ~. ~ ------------···--------·-··-·-··-·-H---------------,-----·----~ Z.----~---~----~-------------j---------- -------7 •• --------l ~~ ;~ ... -·---···· ····---1 ·-·--··--··---···----··--·--·······--· ~~~~ --2;_;± INV. ~~·~...J~~;,. i s~~~ -~~;---------c~ic~"' 1-------~ -q-g ~---2 ~---·-······· ---·--··-···--·-·-·-----· ---···-···--·-------·--··-----i 1a· Rd:·~ooo-D +-+.,,, ot')ol"'> 0 ..- ._-N-.-N +"i 0,,, --------··--· --- -------!-----------·------+------· --···----·----·--1----- ------------; ----------- ! _________________ ,_____ __________ ----1--·······---·····-·-··--·--·-·-·---···---------+---~---- YDS. FILL FILL ID -r--- r---O " --" (!) E L 0 ~ (/) "' I (/) ::e / \I -----l----\ '\ i 1 _____ ,. ___ _ ! <' \ -------·--8)31.67 ss · ----s+so.o, ss 37.~5 TC 35.06 TC -----:-6!!GF ---1-1-%F----··-----\'---+--·------/------,---,------~- 47 t---11 ,J--, 30' Lt 9+ 15.33/ M~SA 10+51.35 SD =21' 46 28' Rt 8+ 76.05 MESA 10+45.56 SD L=21 ' 46 28' Rt 9+09.05 MESA 10+12.56 SD L=21 - MATCH LINE -SEE BELOW RIGHT CONNECT TO EX. 4" PVC -1----« PROFILE HORIZ. I"= 10' VERT. I"= 2' 0 I I I ' I ~ 46 30' Lt 9+11 .33 MESA 10+51.35 SD L=14' PROPOSED RETAINING WALL -----+-------- 8+77.95 32.06 TC --"5"·~+-+ 8+96.95 33.36 TC 11"CF--0 43 32.10 TG 0 MARK DATE 25 YDS. CONSTRUCTION NOTES CONSTRUCT LOCAL DEPRESSION PER RDMD STD PLAN 1308 CONSTRUCT R.C.P. STORM DRAIN (SIZE PER PLAN). CONSTRUCT JUNCTION STRUCTURE TYPE I PER RDMD STD. PLAN 1310. ~ CONSTRUCT CONCRETE COLLAR PER RDMD STD PLAN 1317. CONSTRUCT NDS 9"x9" CATCH BASIN SERIES PART No. 931 WITH NDS 9"x9" ATRIUM GRATE PART No. 990 (OR APPROVED EQUAL) CONSTRUCT INLET TYPE Ill PER RDMD STD. PLAN 1303 & 1306 DETAIL A, LENGTH AS NOTE (MOD. PER DETAILS HEREON) FURNISH AND INSTALL 4" PVC PIPE & FITTINGS LEGEND ©-PROTECT-IN-PLACE @-REMOVE NOTES 1. ALL APPLICABLE RDMD STANDARD PLANS ARE CONSIDERED PART OF THESE PLANS. . w --··· ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT IRVINE AVENUE WIDENING OESCRI PTI ON FROM S'LY OF MESA DRIVE "' ~ (l) (l) .c (/) CURB 1p REVISIONS TO SE BRISTOL STREET G' ~ (f) o._ / U) 0 l MOD. lYPE Ill INLET ED N.T.S. CURB MOD. lYPE Ill INLET CD N.T.S. ~ MOD. lYPE Ill INLET® N.T.S. N PLAN 1"=10' CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIAL CIVIL WORKS Engineers, Inc. 3151 AinvayAvenue, SuiteS-2 Costa Mesa, CA 92026 (714) 966-9060 PREPARED I.KlER SUPERVISION OF 6/1//07 DATE STORM DRAIN PLAN & PROFILE <MESA DRIVE) DESIGNED SHEET DRAWN ~ CIIECKED 30 SCALE DATE DRAWING ND. AS SHOWN JUN 07 ER08922 OF 40 0 5 6 7 8 CURB RAMP CURVE DATA R l:,. L BCR 25' 44°26'421t 19.41' 20+31.24 35' 68'38'30" 41.97' 41+57.29 35' 86°31'48" 50.37' 42+33.48 925' 1"14'20" 20.00' 42+32.57 NOTES: 1. SAWCUT 1' FROM EDGE OF GUTTER. 2. SEE PLAN & PROFILE SHEETS FOR LIMITS OF PAVEMENT OVERLAY OR RECONSTRUCTION. 3. CONSTRUCT MONOLITHIC WITH CURB. 4. DETECTABLE WARNING SURFACE SHALL BE DARK GREY CONCRETE AND SHALL CONFORM TO CITY OF NEWPORT BEACH STD-181-L-C, NOTE 15. ECR 20+48.91 41+87.56 42+65.30 42+53.65 ,-: GUTTER TRANSITION SEE NOTE 1 r z ~~--------------------,-: Ir'. , \ • 'I ' \ \ \ \ '1,\\ ';'' -·--!..,...o...L .. •••u•""'••• 0 o L=41.75' c.-j ~ ..,. "' + .... ~ w ... (/) • u. 15' ~ u. 1-ll---'-"-----i (/) 0 ...... R/W} ··--&•·•· .. ··-t .... , .......... ,._ •• ... ~·-··-··-··-··-··"' .. ·~ . .. "-.... "' "' co N ,-..: <Xl .,. + .... ~ w " (/) ~ u. u. (/) 0 C&G,SW ·\·, ... 0 ;o (") :t )> ;o 0 0 ;o I ' l I CURBRAMP @ ROMO STD. PLAN 1115 TYPE 7 (MOD) SCALE 1'"=10' GUTTER TRANSITION R/W NEWPORT BEACH GOLF COURSE SEENOTE4 --------4----1---1----1--------- __, - i'-. "": "' ..,. __, st "' ,,; .,. Gi :.__j CURBRAMP @ ROMO STD. PLAN 1115 TYPE4 SCALE 1'"=10' ,-: 1------------------------------------1--i ,r: L=70.59' ,-: Ir'. ~ 0) ~ ~ ~~ . [2 ~ u. (/) 0 SEENOTE3 ~ "' co ~ N~ tu 15' "' i---...:..:..--1-i ..,. u. . u. ;:; 0 (/) ··-·~-·~-·•-· ~---------- R/W -,_ '•~ REMOVE EXIST. & 8J CONSTRUCT AC ~~-~ COLDMILL& ~,' ~~ m OVERLAY ~ CROSS GUTTER DETAIL ROMO STD. PLAN 122-1-0C AND CURB RAMP DETAILS ROMO. STD. PLAN 1115 TYPE I @&0 SCALE 1"=10' '\\, CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS. MARK DATE OJ III m III ill m m fill CONSTRUCTION NOTES CONSTRUCT P.C.C. SIDEWALK PER RDMD STD. PLAN 1205AND DETAILS. CONSTRUCT TYPE A2-8 CURB & GUTTER PER RDMD STD. PLAN 120-1-0C. CONSTRUCT CURB RAMP PER RDMD STD. PLAN 1115 (TYPE AS NOTED)AND DETAILS ON "INTERSECTION DETAILS" AND "CURB RAMP DETAILS" SHEETS. CONSTRUCT FULL DEPTH PAVEMENT USING A STRUCTURAL SECTION OF 1.20' AC/NS [0.20' ARHM (GG-B)/1.00' AC (IIIB2 PG64-10)/NS]. COLDPLANEAND OVERLAY USING 0.20' ARHM (GG-B). CONSTRUCT CUT OR FILL SLOPE WITH GRADIENT AS SHOWN ON PLAN AND PER "PLAN CS". CONSTRUCT RETAINING WALL PER DETAILS ON "PLAN RW". CONSTRUCT DEPRESSED CURB DRIVEWAY APPROACH PER RDMD STD. PLAN 1209AND "MISCELLANEOUS DETAILS" SHEET 39. CONSTRUCT DEPRESSED CURB DRIVEWAY APPROACH PER DETAILS ON "DRIVEWAY DETAILS" SHEETS AND "MISCELLANEOUS DETAILS" SHEET 37. CONSTRUCT FLARED DEPRESSED CURB DRIVEWAY APPROACH PER RDMD STD. PLAN 1210AND "CHANNEL ACCESS ROAD DETAILS" SHEET 34. CONSTRUCT TYPE C1-8 CURB AT BACK OF SIDEWALK PER RDMD STD. PLAN 120-1-0C. CONSTRUCT CURB TYPE A3-8 (MOD) PER RDMD STD. PLAN 120-1-0C AND "MISCELLANEOUS DETAILS" SHEET 37. !13! CONSTRUCT 6' TALL CHAIN LINK FENCE AND GATES PER RDMD STD. PLAN 600-1-0C. j14! CONSTRUCTTYPEA1-8 CURB PER RDMD STD. PLAN 120-1-0C. CONSTRUCT REVERSE CURVE PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 37. CONSTRUCT LANDSCAPING PER DETAILS ON "PLAN LP". 117! CONSTRUCT BUS TURNOUT PER RDMD STD. PLAN 1120 (MOD) AND DETAILS ON "BUS TURNOUT DETAILS" SHEET 33. fill IIfil ~ Ifill §I Im §1 § CONSTRUCT MEDIAN FLARE PER RDMD STD. PLAN 141-1-0CAND DETAILS ON "PLAN SS". CONSTRUCT TUBULAR HAND RAILING PER CALTRANS STD. PLAN B11-51. CONSTRUCT STRUCTURAL SLAB PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 38. CONSTRUCT DECOMPOSED GRANITE (0.17' DG/0.5' AB) PER "CHANNEL ACCESS ROAD DETAILS" SHEET 34. CONSTRUCT TEMPORARY 6' TALL CHAIN LINK FENCE. REMOVE EXISTING MASONRY BLOCK RETAINING WALL. CONSTRUCT CABLE RAILING PER CALTRANS STD. PLAN B11-47. CONSTRUCT LONGITUDINAL GUTTER PER RDMD STD. PLAN 122-1-0CAND "DRIVEWAY DETAILS" SHEET 36. !26! CONSTRUCT CONCRETE BARRIER PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 38. 127! CONSTRUCT LEFT-TURN-IN-ONLY MEDIAN OPENING PER RDMD STD. PLAN 1118AND DETAILS ON "PLAN SS". CONSTRUCT CROSS GUTTER PER DETAILS ON "CURB RAMP DETAILS" SHEET 31 . CONSTRUCT IRON FENCE PER DETAILS ON COLDPUINEAND. OVERLAY USIN<f 0.15' ARHM L.:.::J -Ml::i<..:l::LLANl::UU::i UI:: IAIL::i"" ::iHl::I:: I M. LEGEND 0 PROTECT IN PLACE 0 REMOVE © RELOCATE 0 ADJUST TO GRADE © TO BE RELOCATED BY OTHERS © TO BE REMOVED BY OTHERS 0 TO BE ADJUSTED TO GRADE BY OTHERS © SAWCUT AND JOIN EXISTING @ SAWCUT AND REMOVE INTERFERING PORTIONS @ GRADE TO DRAIN (19 CUT & CAP SPRINKLERS WITHIN RIGHT-OF-WAY DESCRIPTION REVISIONS ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT IRVINE AVENUE WIDENING FROM S'LY OF MESA DRIVE TO SE BRISTOL STREET PREPARED UNDER CURB RAMP DETAILS DESIGNED E ERONDOSO SHEET DRA'NN ,1 Y\LLALOBOS CHECKED B HO!SINGTON SCALE DATE DRAWING NO. 31 DATE AS SHOWN JUN 07 ER08922 OF 40 31-curlrdetail.dgn RET. WALL3 • BACK BAY CENTER ----------------------~------------------- .. , I -I I ""\I . . 2-2::::.:.::>,11"~, \, 'I' \ \•<-,.-- ',l(\ 0 R 1 35' 2 35' 4 35' IRVINEAVE ·' 1 •✓ /'-._ r---"' -.._,~ '. : J -•--------------·- CURB RAMP CURVE DATA D. L BCR ECR 85°24'10" 52.17' 22+60.02 10+84.73· 94'32'26" 57.75' 22+52.37 9+13.67' 93'52'28" 57.82' 23+97.90 10+87.81· * BASED ON MESA DRIVE STATIONING 0 0 (Cl -st u.. t-0 W= (/)o::J U..()..J U..1-u.. 0--,,,.OC") u.. l.O o:;J () . . al~~ -u.. ..J 8ou.. CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS. / / 24 62' FL ' l ! \ ECR OFFSET 34.00' 24.84' TC 8" CF 24.18' FL 2 .13' FL / / / ( i NEWPORT\ BAY TERRACE APARTMENT$ ! SEE "PLAN RW" STAIR DETAIL. .,.,,--- -~ L ("-. ) ·, • \_, / 'SEE NOTE3 ( -~-"j R/W ,,(/ / .• ,;-/ CONCRETE BARRIER o:> R/W [TI III [II m III I]] [fl III III 1121 fill [El CONSTRUCTION NOTES CONSTRUCT P.C.C. SIDEWALK PER RDMD STD. PLAN 1205 AND DETAILS. CONSTRUCT TYPE A2-8 CURB & GUTTER PER RDMD STD. PLAN 120-1-OC. CONSTRUCT CURB RAMP PER RDMD STD. PLAN 1115 (TYPEAS NOTED)AND DETAILS ON "INTERSECTION DETAILS" AND "CURB RAMP DETAILS" SHEETS. CONSTRUCT FULL DEPTH PAVEMENT USING A STRUCTURAL SECTION OF 1.20' AC/NS [0.20' ARHM (GG-B)/1.00" AC (IIIB2 PG64-10)/NS]. COLDPLANE AND OVERLAY USING 0.20' ARHM (GG-B) . CONSTRUCT CUT OR FILL SLOPE WITH GRADIENT AS SHOWN ON PLAN AND PER "PLAN CS". CONSTRUCT RETAINING WALL PER DETAILS ON "PLAN RW'. CONSTRUCT DEPRESSED CURB DRIVEWAY APPROACH PER RDMD STD. PLAN 1209 AND "MISCELLANEOUS DETAILS" SHEET 39. CONSTRUCT DEPRESSED CURB DRIVEWAY APPROACH PER DETAILS ON "DRIVEWAY DETAILS" SHEETS AND "MISCELLANEOUS DETAILS" SHEET 37. CONSTRUCT FLARED DEPRESSED CURB DRIVEWAY APPROACH PER RDMD STD. PLAN 1210 AND "CHANNEL ACCESS ROAD DETAILS" SHEET 34. CONSTRUCT TYPE C1-8 CURB AT BACK OF SIDEWALK PER RDMD STD. PLAN 120·1-OC. CONSTRUCT CURB TYPE A3-8 (MOD) PER RDMD STD. PLAN 120-1-OCAND "MISCELLANEOUS DETAILS" SHEET 37. CONSTRUCT 6' TALL CHAIN LINK FENCE AND GATES PER RDMD STD. PLAN 600·1-OC. CONSTRUCTTYPEA1-8 CURB PER RDMD STD. PLAN 120-1-OC. f.js1 CONSTRUCT REVERSE CURVE PER DETAILS ON L!:!I "MISCELLANEOUS DETAILS" SHEET 37. fill CONSTRUCT LANDSCAPING PER DETAILS ON "PLAN LP". r,;-:;i17 CONSTRUCT BUS TURNOUT PER RDMD STD. PLAN 1120 (MOD) 1.!.!.1 AND DETAILS ON "BUS TURNOUT DETAILS" SHEET 33. NOTES: [ilil ffi] ~ CONSTRUCT MEDIAN FLARE PER RDMD STD. PLAN 141-1-OC AND DETAILS ON "PLAN SS". CONSTRUCT TUBULAR HAND RAILING PER CALTRANS STD. PLAN B11-51. CONSTRUCT STRUCTURAL SLAB PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 38. ~ CONSTRUCT DECOMPOSED GRANITE (0.17' DG/0.5' AB) ~ PER "CHANNEL ACCESS ROAD DETAILS" SHEET 34. 1221 CONSTRUCT TEMPORARY 6' TALL CHAIN LINK FENCE. !23! REMOVE EXISTING MASONRY BLOCK RETAINING WALL. 1241 CONSTRUCT CABLE RAILING PER CALTRANS STD. PLAN B11-47. ~ ~ fill ~ ~ CONSTRUCT LONGITUDINAL GUTTER PER RDMD STD. PLAN 122-1-OC AND "DRIVEWAY DETAILS" SHEET 36. CONSTRUCT CONCRETE BARRIER PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 38. CONSTRUCT LEFT-TURN-IN-ONLY MEDIAN OPENING PER RDMD STD. PLAN 1118AND DETAILS ON "PLAN SS". CONSTRUCT CROSS GUTTER PER DETAILS ON "CURB RAMP DETAILS" SHEET 31. CONSTRUCT IRON FENCE PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 37. LEGEND 0 PROTECT IN PLACE @ REMOVE 0 RELOCATE 0 ADJUST TO GRADE © TO BE RELOCATED BY OTHERS © TO BE REMOVED BY OTHERS 1. SEE PLAN & PROFILE SHEETS FOR LIMITS OF PAVEMENT OVERLAY OR RECONSTRUCTION. 2. SEE "PLAN & PROFILE -MESA DRIVE" FOR CURB RAMP DETAILS. 3. INSTALL DARK GREY CONCRETE DETECTABLE WARNING SURFACE PER CITY OF NEWPORT BEACH STD-181-L-C, NOTE 15. ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT MARK DATE DES CR! PTl ON REVISIONS PREPARED UNDER DATE IRVINE AVENUE WIDENING FROM S'LY OF MESA DRIVE TO SE BRISTOL STREET INTERSECTION DETAILS DESIGNED F ERONPOSO DRAWN .l YIIMI OBOS SCALE 1"=10' DATE JUN07 SHEET CHECKED B HOISINGTON 3 2 DRAWING NO. EROB922 OF 40 32-int--delail.dgn -------·· ,','.---·-•• -->-------- -------·-- ~-\._ ____ _ RELOCATE EXIST. BUS SHELTER (OCTA) FLOWLINE 60' GUTTER A LIP R=50' 80' TRANSITION TURNOUT FAR SIDE BUS TURNOUT DETAIL PLAN SCALE 1"= 20' 60' 60' TRANSITION TURNOUT R=50' B R=50' 12' 8'SW B MID-BLOCK BUS TURNOUT DETAIL PLAN SCALE 1 "=20' B \ 8' SW\_ 12' ----------- ---~~::.R~~o•·--·-·---·-:- 60' TRANSITION TURNOU MID-BLOCK BUS TURNOUT DETAIL PLAN SCALE 1"= 20' R=50' 60' TRANSITION FLOWLINE 49 -------- FLOWLINI;._ ______ _ 60' TRANSITION R=50' -- ----- gJ .,; ~ + ~ ~ (/J R=50' 60' TRANSITION B • ---------------)< ---------- 8'S/W 12' R=50' B 60' TURNOUT ; ""'-•'>' ,---,.-·"·· MID-BLOCK RELOCATE EXIST. 5 BUS SHELTER (OCTA) \ I ,,,, \ '",".,.----·-·--\----•-----,--- \ \ I ' R=50' 60' TRANSITION . . FLOWLINE ~~•~--•h---••••--··•-•·-•G-.,- R=50' BUS TURNOUT DETAIL CONSTRUCT 12' BUS TURNOUT GUTTER LIP 4' 8' MATCH STREET CROSSFALL 12" PLAN SCALE 1 "= 20' ------~ 8.33% I _1.7% -.-1--1.7% . . ... - SECTION A-A SHRINKAGE REINFORCEMENT NOT SHOWN FOR CLARITY FAR SIDE BUS TURNOUT NOTTO SCALE NOTES: 1. SEE PLAN & PROFILE SHEETS FOR LIMITS OF PAVEMENT OVERLAY OR RECONSTRUCTION. 2. SEE PLAN & PROFILE SHEETS AND SUPERELEVATION TRANSITION SHEET FOR ROADWAY CROSSFALL. 3. CURB SHALL BE POURED MONOLITHIC WITH BUS TURNOUT. .. .. .. •• I> .. • • #4@18"0.C . EACH WAY TOP&BOTTOM (TYP) .. .. • • I> 3"CLR .. 2"CLR FAR SIDE BUS TURNOUT SHRINKAGE REINFORCEMENT DETAIL NOTTO SCALE O.G. . -. -...... - .. I> • . •· . .. (>e . t ~ I> ~ . ~ 3"CLR CONSTRUCT 12' BUS TURNOUT IE 10' I 1---_.:,.: ____ -: 2' . I 12" . I -----------.L--- 1.7%------ I •833% I.;.:..-- %CROSSFALL (SEE NOTE2) SHRINKAGE REINFORCEMENT NOT SHOWN FOR CLARITY SECTION B-B MID-BLOCK BUS TURNOUT NOTTO SCALE ~ #4@18" O.C. 2"CLR I EACH WAY TOP&BOTTOM (TYP) . . . ,; "' A .... ll e . ~ • .. .. • .. .. ... • . I> • . > • • f> .. . . MARK MID-BLOCK BUS TURNOUT SHRINKAGE REINFORCEMENT DETAIL NOTTO SCALE DATE CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS. E. FRONDOSO [TI m m III Ill 0 OB CONSTRUCTION NOTES CONSTRUCT P.C.C. SIDEWALK PER RDMD STD. PLAN 1205 AND DETAILS. CONSTRUCT TYPE A2-8 CURB & GUTTER PER RDMD STD. PLAN 120-1-0C. CONSTRUCT CURB RAMP PER RDMD STD. PLAN 1115 (TYPE AS NOTED)AND DETAILS ON "INTERSECTION DETAILS" AND "CURB RAMP DETAILS" SHEETS. CONSTRUCT FULL DEPTH PAVEMENT USING A STRUCTURAL SECTION OF 1.20' AC/NS [0.20' ARHM (GG-8)/1.00' AC (11182 PG64-10)/NS]. COLDPLANE AND OVERLAY USING 0.20' ARHM (GG-8). CONSTRUCT CUT OR FILL SLOPE WITH GRADIENT AS SHOWN ON PLAN AND PER "PLAN CS". CONSTRUCT RETAINING WALL PER DETAILS ON "PLAN RW'. CONSTRUCT DEPRESSED CURB DRIVEWAY APPROACH PER RDMD STD. PLAN 1209 AND "MISCELLANEOUS DETAILS" SHEET 39. CONSTRUCT DEPRESSED CURB DRIVEWAY APPROACH PER DETAILS ON "DRIVEWAY DETAILS" SHEETS AND "MISCELLANEOUS DETAILS" SHEET 37. CONSTRUCT FLARED DEPRESSED CURB DRIVEWAY APPROACH PER RDMD STD. PLAN 1210 AND "CHANNEL ACCESS ROAD DETAILS" SHEET 34. lti1 CONSTRUCT TYPE C1-8 CURB PER RDMD STD. L.!..!J PLAN 120-1-0C. CONSTRUCT CURB TYPE A3-8 (MOD) PER RDMD STD. PLAN 120-1-0C AND "MISCELLANEOUS DETAILS" SHEET 37. !J3I CONSTRUCT 6' TALL CHAIN LINK FENCE AND GATES PER RDMD STD. PLAN 600-1-0C. IE! Im fill @I CONSTRUCT TYPE A 1-8 CURB PER RDMD STD. PLAN 120-1-0C. CONSTRUCT REVERSE CURVE PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 37. CONSTRUCT LANDSCAPING PER DETAILS ON "PLAN LP". CONSTRUCT BUS TURNOUT PER RDMD STD. PLAN 1120 (MOD) AND DETAILS ON "BUS TURNOUT DETAILS" SHEET 33. r:;';;J CONSTRUCT MEDIAN FLARE PER RDMD STD. ~ PLAN 141-1-0CAND DETAILS ON "PLAN SS". ffil CONSTRUCT TUBULAR HAND RAILING PER CAL TRANS STD. PLAN B11-51. l20I CONSTRUCT STRUCTURAL SLAB PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 38. '211 CONSTRUCT DECOMPOSED GRANITE (0.17' DG/0.5' AB) I=.!.! PER "CHANNEL ACCESS ROAD DETAILS" SHEET 34. t221 CONSTRUCT TEMPORARY 6' TALL CHAIN LINK FENCE. !231 REMOVE EXISTING MASONRY BLOCK RETAINING WALL. IE] ~ ~ ~ ~ ~ 0 @ @ 0 0 © 0 © © ® @ CONSTRUCT CABLE RAILING PER CALTRANS STD. PLAN 811-47. CONSTRUCT LONGITUDINAL GUTTER PER RDMD STD. PLAN 122-1-0CAND "DRIVEWAY DETAILS" SHEET 36. CONSTRUCT CONCRETE BARRIER PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 38. CONSTRUCT LEFT-TURN-IN-ONLY MEDIAN OPENING PER RDMD STD. PLAN 1118 AND DETAILS ON "PLAN SS". CONSTRUCT CROSS GUTTER PER DETAILS ON "CURB RAMP DETAILS" SHEET 31. CONSTRUCT IRON FENCE PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 37. LEGEND PROTECT IN PLACE REMOVE RELOCATE ADJUST TO GRADE TO BE RELOCATED BY OTHERS TO BE REMOVED BY OTHERS TO BE ADJUSTED TO GRADE BY OTHERS SAWCUT AND JOIN EXISTING SAWCUT AND REMOVE INTERFERING PORTIONS GRADE TO DRAIN CUT & CAP SPRINKLERS WITHIN RIGHT-OF-WAY ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT DESCRI F'TI ON REVISIONS IRVINE AVENUE WIDENING FROM S'LY OF MESA DRIVE TO SE BRISTOL STREET BUS TURNOUT DETAILS DESIGNED F ERONDOSO DRAWN .I YU j Al OBOS SCALE AS SHOWN DATE JUN 07 SHEET CHECKED B HOISINGTON DRAWING NO. 33 ER08922 OF 40 -----·-,---·---' 30' \jERTICAL CUR'l;E 1------+------+-----s"' .,,-!-----rt=--1F====~------i------+-------J___ ____ -4---__ _ U)CC? ~ roOO~ : ~C\J -1-QI"---l- . . i 40' V~RTICAL CURV~ . I i +30'-1--------+ ----·- TC I I I • ··1 ···-__ -_·____c=--... l ___ -· ··---·-··-···-·-···--·-·-·-----l ' i ' I I ! : I I I I 0.08% I ' I I I . .L_ +40' 100' vJRTICAL CURvt ! ' ! I o,-.. I I -------,------ ; i r G iCHANNELACQESS RD j co~ ' ' ~"' ! o~ + I q-r: " u "' "' > + "' ! " I 6.. ' ! I I I ' +20' --~-•--!---------r---- ------l..--··~-----l-----+· ----+------+--------'-------+--~----+----+-------+------- [ I I ! I ' I ' I i 1 I ---··---+--------t------+-----l-----l-------i-----+-----+-----+----...L-----+---------...+-------+-----i-----f-----s--•--···-··•--+--------+-----·-·····-··•·····-···-···-·-+ . +10'-r----'----------'-----~----;-----'------'-----...!....---...J...-----jir-___ ~----'---------'-----'-----+-----'-----j_----'----_J----+-----1..---___..:----L----L-----4----L---..L---_i.----1-----1- 1 I : +10' fi2l 0+00 CONSTRUCTION NOTES CONSTRUCT FLARED DEPRESSED CURB DRIVEWAY APPROACH PER RDMD STD PLAN 1210AND "CHANNEL ACCESS ROAD DETAILS" SHEET 34. !16! CONSTRUCT LANDSCAPING PER DETAILS ON "PLAN LP". !21! CONSTRUCT DECOMPOSED GRANITE (0.17' DG/0.5' AB) PER 'CHANNEL ACCESS ROAD DETAILS" SHEET 34. LEGEND: ,·· -~ CONSTRUCTDG ~ 1+00 2+00 ' --~-.. -• _\.. ,µ• 3+00 CHANNEL ACCESS ROAD PROFILE HORIZ: 1" = 20' VERT: 1" =5' IRVINE AVENUE -,. ,F'~, -f_ / j -..~J \_,,/ ' . ---------.l.---------~-------------- 4+00 -~,• -J/ . -L "''""'°'-'•,.~-:::;,_ -----~~-••• ·-•·=·•,,,'""''=r>"""---...~-l~_:::-----... __ _ --~-:,--,;~ ---- •·----- ----------------------------"-· -------- - --------- - ---_,_,,; @0-~~~' r~Jc-;,~i;;ru-_.,~1\\-Y~~-_;;--~-i-j;ts~~t2~ct:µ~-\-t~\-r ~'---\J;S:~-\""-M :\~~\--illtr~ ,~~~~~:, ::::A~SJ-\ n~J?,~¥f\ IT:s;.:i;::-t,.'1'\~1--n~-· ~H Jx l~'~•~~r* ~..:r Ii '~ __....,.i.t\ --¾:\ -\ -:f➔A .... , :::L--' "°\ fj __.,.-•(' ,,-~-\--\ +"--1.-( _,.A:-'.''--'-·~· -~-;"1, ___ ::.i.-r--c \ +-' ' ---',-r\ ..-,.-;_\-\--· , ..,..,-•,---:_v, \-\-"i~'.1--1-'• -t'.~~~-r \ H--rt::Jri--~,---;-~_-ti-\-\--\-'( ,.. \-\-~ -r-r\,l: \~~-.1;--1-.. , ~\ J.~,;:.\.l;--' __ \,,..\-4 -1~~-, \ \ __'.....-.\--\ _.\ ... \ 1 ';:;..,,... , .., • ' ' 1 "'---...,--· ""1 , ~-..,._,..•---~!""'>......, .. _,.._,.~~~--."I'..,... -~------.J:;;.;;._, --~~~~-.. ,,,_.,._ .. ___ _, -,,-_..,~\~c! ~,_....-"''j~~~~ ..,;:;.J:.:..+ ........ ~-M-'R-~----------i;;.;,... --~-\-~~-, .;...--<• \' 1.....: , --\·1 , :~~J~;J, \-~ 1-,-\:1:;\-~~~1:\-'.c:5, •:-,:t:~,>--,:r~-~ J,-~-\=¥~!1:'~<~nt;r-1-t}~~ ~1~j~\--~J~~~-?c~t-\ ·,. 1 ~\-~~-rm-m-=tt 1XY:m:-~--~J~tr~:~~ ~:L~~-\-~-0i -:cr:rJ.-tt~ ~1 ruJ.__:._l~)-i~ STRAIGHT GRADE FROM EDGE OF ACCESS ROAD/BSW TO CHANNEL WALL CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS. ---✓ "- 8' -. -------------- 5+00 MARK EXISTING~ CHAIN LINK FENCE CHANNEL WALL .• ,-,, . ' ..... . _, . . 6+00 2% , ·. :w(.L 'L/,LLLL/li.;,;; •. LZL;Zu LANDSCAPE AREA LEGEND: t· __ ; .. . -,.,;, ., . . , . ·. SECTION A-A NOTTO SCALE BSW IRVINEAVE STA. 32+52.09 OFFSET RT. 52.4' BSW IRVINEAVE STA. 32+45.80 OFFSET RT. 56.3' 0.17' DG ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT DATE DESCRIPTION REVISIONS IRVINE AVENUE WIDENING FROM S'L Y OF MESA DRIVE TO SE BRISTOL STREET CHANNEL ACCESS ROAD DETAILS DESIGNED E FRONPOSO SHEET DRAWN ,l YU I ALOBOS CHECKED B HOISINGWN SCALE DATE DRAWING NO. 34 AS SHOWN JUNO? ER08922 OF 40 +32' +30' +28' +26' +24' +22' +20' +18' 0+00 ---\ .-l I' ,, DRIVEWAY APPROACH ------·------~-.... "" • 20' VERTICAL CURVE : •~ DWY OG 1+00 DRIVEWAY PROFILE DRIVEWAY ~ STA 34+65.08 IRVINE AVENUE HORIZ: 1" = 20' VERT: 1" = 2' I --! __ ----·-•-- • 20' VERTICAL CURVE : STA. 35+37.07 // // // -' // 8' DRIVEWAY DETAIL OCFCD CHANNEL ACCESS DRIVEWAY SCALE 1" = 20' OFFSET, LT. 177.10'.' ' . ...,_. -----· <, /-,-,_ '-,.,_./ ,.__J / ,· / I / / / / / ' IRVlf\lE AVE +32' +30' +28' +26' +24' +22' +20' +18' 2+00 STA. 35+54.62 OFFSET, LT.178.12' +28' +26' +24' +22' +20' 0+00 / / / I / -,--- 'DRIVEWAY APPROACH ~ DWY :OG DRIVEWAY PROFILE DRIVEWAY~ STA 33+82.07 IRVINE AVENUE HORIZ: 1" = 20' VERT: 1" =2' I / /",/ /-" 1+00 . , l·' ' " ' """ --·-·----------·-.... -----~ ~----· ~N "'N + / ": . -. --. --. -- +28' +26' +24' +22' +20' '✓ _, _/_:,. SX)( 33+68/4~ RT. 5 ~ 8' ~SEENOTE1 _. -,? .f.f .. ~ .. .i~ RET. WALL ESMT. STA'. 33J92.52, RT.~.12' DRIVEWAY DETAIL OCFCD CHANNEL ACCESS DRIVEWAY TO NEWPORT BEACH GOLF COURSE SCALE 1" = 20' NOTES: 1. SEE MISCELLANEOUS DETAILS SHEET 37 FOR DEPRESSED CURB DRIVEWAY APPROACH DETAILS. 2. EXTEND RETAINING CURB TO EXISTING MASONRY RETAINING WALL. LEGEND 0 PROTECT IN PLACE © REMOVE © RELOCATE 0 ADJUST TO GRADE © TO BE RELOCATED BY OTHERS © TO BE REMOVED BY OTHERS 0 TO BE ADJUSTED TO GRADE BY OTHERS © SAWCUT AND JOIN EXISTING - CONSTRUCT AC PAVEMENT SECTION (0.5' AC/0.5' AB) UNCLASSIFIED FILL CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS. +40' +38' +36' +341 +32' +30' 0+00 STA. 37+51.41 RT. 53.68' RADIAL PT. R=2' STA. 37+54.60 OFFSET, RT. 68.94' STA. 37+55.27 OFFSET, RT. 77.72' DRIVEWAY APPROACH ------------· --- 1+00 +40' +38' +36' +34' +32' +30' DRIVEWAY PROFILE DRIVEWAY~ STA37+70.82 IRVINEAVENUE HORIZ: 1" = 20' VERT: 1" =2' 8' 35' 8' i'VIDTAL PT. R=2 STA. 37+89.65 OFFSET, RT. 69.61' r";'. STA.37+71.79 ( .J ) OFFSET, RT. 54.84' "i' • { ,Jr-' ~--1 •• SAWCUT & JOIN EXIST. \1 c-l AC PVMT. DRIVEWAY DETAIL NEWPORT BEACH GOLF COURSE PARKING LOT ENTRANCE SCALE 1" = 20' ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT MARK DATE 0ESCRt PTI ON REVISIONS PREPARED UNDER E. DESIGNED IRVINE AVENUE WIDENING FROM S'LY OF MESA DRIVE TO SE BRISTOL STREET DRIVEWAY DETAILS 1; CBQt1CQ~Q DRAWN .l YU LAI OBOS CHECKED B HO!SINGTON SCALE DATE DRAWING NO. AS SHOWN JUN 07 ER08922 SHEET 35 OF 40 _, .... --------------- +36' +34' +32' +30' +28' +26' +24' ct. IRVINE AVE . I . I . . +22' i -· •.•• ·-L - 8'SW i / GUTTER FL ELEV 20.63 SEE NOTE2 DAYLIGHT LINE ------·---------- ---- ' ' EXIST. LONGITUDINAL GUTTER OG 0+00 ...J(!) u.o a:: ,..: wN I= a; ::J ...J (!) w ' I I .• J. -----------··r-i ----- i ' +34' X ...JN u. ... a:: ,..: wN I= a; ::> ::J ...J (!) w -- -------. -----------------------~ -·-j----- DRIVEWAY PROFILE "' Ol ~ + 0 ~ CJ) () w IRVINE AVENUE STA 36+96.61 HORIZ. SCALE 1" = 5' VERT. SCALE 1" = 2' ...J <X) u. 0 a:: N wN I= a; ::J ...J (!) w A ··-- -------·--~:_:~~__:;.:.~-- ---2· h~ --- 12' _r_~~--•-•-•-•-•--•-• • GATE 12' i X X 1+00 +32' +30' +26' ··-·----·----~ ------+24' • LONGITUDINAL GUTTER SEE DETAIL i : ON THIS SHEl;:T ···-··+22' -JOIN EXIST. FENCE EXIST . .:..o,.--;;'\ 2 FENCE & GATE __ -L:1:::J3 GATE -' -;/ ~ c' ' //'"/ /// '; \ ----------------··------· ---···-··--· __ :·._-~--::.~:=-:::-::.::_~-~:~;-,._ -·-·---- EGi\i ---·; -i;;~A~i~~i9~~61:_ --• ~~-::·-----"'~f 3 8 __________ J ___________ L ____________________ J __________ J _________ J_ __________ t __________ J ___________ L __________ l_ DRIVEWAY DETAIL GOLF COURSE MAINTENANCE DRIVEWAY SCALE 1" = 20' "' DAYLIGHT LINE 12' 2' DWY t 12' 22.8'+_ 13 SW RETAINING WALL 1 IRVINEAVE. t I I ' I ' I ' ____ L, I 1 ___ _ SEE "PLAN RW" FOR DETAILS LONGITUDINAL GUTTER SEE DETAIL ON THIS SHEET DRIVEWAY SECTION A-A NOTTO SCALE CONSTRUCT AC PAVEMENT SECTION (0.5' AC/0.5' AB) UNCLASSIFIED FILL STRUCTURE BACKFILL GUTTER FL I 2:1 FILL SLOPE FORDWY w z ...J f-J: S2 2' 2' ...J i-,---=----;--...:;..._,... :;,: 0 8" #4 BARS EQUALLY SPACED ~ LONGITUDINAL GUTTER DETAIL RDMD STD. PLAN 122-1-OC NOTES: 1. CONSTRUCT LONGITUDINAL GUTTER ALONG TOE OF FILL SLOPE AS SHOWN ON PLAN. 2. SEE "PLAN RW" FOR DETAILS WHERE DRIVEWAY MEETS BACK OF WALK. 3. BENCH FILL PER RDMD STD. PLAN 1322. NOTTO SCALE 4. CONTRACTOR TO SALVAGE OVERHANG AND RETURN TO GOLF COURSE OPERATIONS STAFF. 5. CONTRACTOR TO COORDINATE WITH GOLF COURSE OPERATIONS STAFF FOR ALL WORK ON GOLF COURSE PROPERTY. DRIVEWAY CURVE DATA 0 R D. L BC A*' 30' 90°00'00" 47.13' 0+12.83 •• STATIONING BASED ON DRIVEWAY <t_ STATIONING EC 0+59.96 CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS. MARK DATE [TI III 0 [II [I] III CONSTRUCTION NOTES CONSTRUCT P.C.C. SIDEWALK PER RDMD STD. PLAN 1205 AND DETAILS. CONSTRUCT TYPE A2-8 CURB & GUTTER PER RDMD STD. PLAN 120-1-OC. CONSTRUCT CURB RAMP PER RDMD STD. PLAN 1115 (TYPE AS NOTED) AND DETAILS ON "INTERSECTION DETAILS" AND "CURB RAMP DETAILS" SHEETS. CONSTRUCT FULL DEPTH PAVEMENT USING A STRUCTURAL SECTION OF 1.20' AC/NS [0.20' ARHM (GG-B)/1.00' AC (IIIB2 PG64-10)/NS]. COLDPLANEAND OVERLAY USING 0.20' ARHM (GG-B). CONSTRUCT CUT OR FILL SLOPE WITH GRADIENT AS SHOWN ON PLAN AND PER "PLAN CS". CONSTRUCT RETAINING WALL PER DETAILS ON "PLAN RW'. CONSTRUCT DEPRESSED CURB DRIVEWAY APPROACH PER RDMD STD. PLAN 1209 AND "MISCELLANEOUS DETAILS" SHEET 39. CONSTRUCT DEPRESSED CURB DRIVEWAY APPROACH PER DETAILS ON "DRIVEWAY DETAILS" SHEETS AND "MISCELLANEOUS DETAILS" SHEET 37. CONSTRUCT FLARED DEPRESSED CURB DRIVEWAY APPROACH PER RDMD STD. PLAN 1210AND "CHANNEL ACCESS ROAD DETAILS" SHEET 34. CONSTRUCT TYPE C1-8 CURB PER RDMD STD. PLAN 120-1-OC. CONSTRUCT CURB TYPE A3-8 (MOD) PER RDMD STD. PLAN 120-1-OCAND "MISCELLANEOUS DETAILS" SHEET 37 . '131 CONSTRUCT 6' TALL CHAIN LINK FENCE AND L!.::!J GATES PER RDMD STD. PLAN 600-1-OC. !14! CONSTRUCT TYPE A1-8 CURB PER RDMD STD. PLAN 120-1-OC. ~ fill CONSTRUCT REVERSE CURVE PER DETAILS ON 'MISCELLANEOUS DETAILS" SHEET 37. CONSTRUCT LANDSCAPING PER DETAILS ON "PLAN LP". r.;;i17 CONSTRUCT BUS TURNOUT PER RDMD STD. PLAN 1120 (MOD) ~ AND DETAILS ON "BUS TURNOUT DETAILS" SHEET 33. r:;-;;i CONSTRUCT MEDIAN FLARE PER RDMD STD. ~ PLAN 141-1-OCAND DETAILS ON "PLAN SS". ffil E2I IE! §I CONSTRUCT TUBULAR HAND RAILING PER CALTRANS STD. PLAN B11-51. CONSTRUCT STRUCTURAL SLAB PER DETAILS ON 'MISCELLANEOUS DETAILS" SHEET 38. CONSTRUCT DECOMPOSED GRANITE (0.17' DG/0.5' AB) PER "CHANNEL ACCESS ROAD DETAILS" SHEET 34. CONSTRUCT TEMPORARY 6' TALL CHAIN LINK FENCE . !23! REMOVE EXISTING MASONRY BLOCK RETAINING WALL. IE) ~ CONSTRUCT CABLE RAILING PER CALTRANS STD. PLAN B11-47. CONSTRUCT LONGITUDINAL GUTTER PER RDMD STD. PLAN 122-1-0CAND "DRIVEWAY DETAILS" SHEET 36. !26! CONSTRUCT CONCRETE BARRIER PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 38. CONSTRUCT LEFT-TURN-IN-ONLY MEDIAN OPENING PER RDMD STD. PLAN 1118 AND DETAILS ON "PLAN SS". CONSTRUCT CROSS GUTTER PER DETAILS ON "CURB RAMP DETAILS" SHEET 31. CONSTRUCT IRON FENCE PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 37. LEGEND 0 PROTECT IN PLACE @ REMOVE @ RELOCATE 0 ADJUST TO GRADE © TO BE RELOCATED BY OTHERS © TO BE REMOVED BY OTHERS 0 TO BE ADJUSTED TO GRADE BY OTHERS © SAWCUT AND JOIN EXISTING ® SAWCUT AND REMOVE INTERFERING PORTIONS ® GRADE TO DRAIN @ CUT & CAP SPRINKLERS WITHIN RIGHT-OF-WAY ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT OESCR! PTI ON REVISIONS IRVINE AVENUE WIDENING FROM S'LY OF MESA DRIVE TO SE BRISTOL STREET DRIVEWAY DETAILS GOLF COURSE MAINTENANCE DRIVEWAY DESIGNED E ERONDOSO DRAWN J Vil LA!OBO§ SCALE AS SHOWN DATE JUN 07 CHECKED R HOISINGI9N DRAWING NO. ER08922 SHEET 36 OF 40 ~-oe!r;lll-golf.<lgn REVERSE CURVE DATA PER RDMD STD. PLAN 140-1-OC STREET STATION LOCATION LENGTH OF TAPER (L) MAXIMUM OFFSET 21+76.71 TO 22+06.71 29+53.50 TO 30+43.50 33+37.77 TO 33+74.15 39+67.28 TO 40+57.28 BEGIN / REVERSE CURVE DISTANCE (:N) RIGHT SIDE 30' 10.15' TOP OF CURB RIGHT SIDE TOP OF MEDIAN 90' 10' LEFT SIDE 7.15' TOP OF CURB 36.38' RIGHT SIDE 9' TOP OF CURB 90' t -------------y ROADWAY X U3 -y Tangent U3 U3 REVERSE CURVE DETAIL NOTTO SCALE BATTER 3:12 GUTTER SLOPE VARIES TO MATCH ROADWAY CROSSFALL (BASED ON SUPERELEVATION) NO LIP ,_ BASELINE /w END REVERSE CURVE 6" 6" 8" 6" 1/2" R ACPVMT SECTION 1" l12j MEDIAN CURB DETAIL ROMO STD. PLAN 120-1-0C TYPE A3-8 (MOD) NOTTO SCALE CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS. EG " A 4 12"W WITH GR PE IDE BORDER ----l OOVES (TYP) RRDMDSTD. PLAN 1115 8" W (PER PLAN) 8" - r--CURB B ◄ 3' FACE ;/; Jlllll!l!lll!l lII!rii A t ... . . •"•. • 2% ::::::::::;::: 8.:{3% 8.33% ::::=::::::::: ::::::::::::: -:::::::::::::: . ····· ... ~ •"••••••••,.••• :=:i·i ::::::: ·::;:;:;:::::; ... ······ .❖:• :-:❖ CURB ~=,/ ~ CONCRETE DETECTABLE \ s ◄ RETAINING CURB (TYP) SEE DETAIL ON THIS SHEET ~ ;; DRIVEWAYEP @J DEPRESSED CURB DRIVEWAY APPROACH DETAIL NOTTO SCALE PARKWAY CULVERT DETAIL ROMO STD PLAN 1309 NOTE: USE TYPE "A" SECTION E-E NOTTO SCALE I : I ' ' WARNING SURFACE (TYP) PER CITY OF NEWPORT BEACH SIDEWALK STD-181-L-C, NOTE 15 RETAINING CURB TERMINUS TRANSITION SEE DETAIL ON THIS SHEET 2 1/2" SQ 12 GA PO ST 1" SQ 14 GA PICK ET SQ 1 3/4" FORERUNNER RA IL I, / I ROADWAY SIDEWALK • -: ... • ...• . . lgl SECTION 8-8 ~ NOTTO SCALE 8"CF ~ 1"CF I. J. 8' w lnlg SECTION A-A ~ NOT TO SCALE .-PANEL BRACKET / I/ I/ / / v uuuuuuuuuuuuuuu LI 2% ..... -. 1 .I. . I 8' -FLAT POST CAP uti" • l2 .. t • .: i" • SEE DETAIL RIGHT~ • • . • .. • ... IRON FENCE DETAIL NOTTO SCALE 6' 611 I I ............ ... ......... EP ' TRANSITION ',!.. ___ , 2' [I] RETAINING CURB STATION PER PLAN TERMINUS TRANSITION DETAIL FRONT OF CURB R/W LINE DRIVEWAY [I] 36" 8" NOTTO SCALE 6" "" ." • .. ·1s .... .. : :.. • "' • . ' ·111. •. ........ • ..... .. . .... -""-. ... •• UNPAVED SURFACE RETAINING CURB RETAINING CURB DETAIL NOTTO SCALE 6" BACK OF SIDEWALK 6' / • . .. • . • -.; .. • ' • -• --• :... . • ~ . • . . . • •• POST EMBEDMENT DETAIL NOTTO SCALE ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT IRVINE AVENUE WIDENING MARK DATE DESCRI PT! ON FROM S'LY OF MESA DRIVE REVISIONS TO SE BRISTOL STREET PREPARED UND MISCELLANEOUS DETAILS DESIGNED E ERONDOSO SHEET DRAWN J YII LALOBOS CHECKED B HOISINGTON SCALE DATE DRAWING NO. 37 OATIS AS SHOWN JUN 07 ER08922 OF 40 37-rn lso-4elall .dg ~ LEGEND: FULL DEPTH AC ~ REMOVAL NOTES: CALTRANSSTANDARD PLAN SHEET NO. F.G. 1. SEE PLAN & PROFILE SHEETS FOR LIMITS OF PAVEMENT RECONSTRUCTION AND SIDEWALK LAYOUT. 2. SEE CALTRANS STD. PLAN B11-54 (TYPE 26) FOR REINFORCING AND DIMENSIONS. ALL REINFORCING NOT SHOWN ON SECTION IS UNCHANGED. 3. CLEAN AND FLUSH WITH WATER PER CALTRANS STANDARD SPECIFICATIONS 51-1.13. 4. SEE PLAN & PROFILE SHEETS FOR SIDEWALK LAYOUT. 5. THICKNESS OF SECTION IS DIMENSION BETWEEN TOP OF PROPOSED BARRIER SIDEWALK AND TOP OF EXISTING BARRIER SIDEWALK. \RV\NEAVE #5 X 1'-7"@ 18" DRILL&BOND IN 5" DEEP HOLE #5@18 5" VARIES-SEE NOTE 1 2'-3" -------------- 1'-0" TUBULAR e, HAND RAILING ' I I I 5" I I ( ---==r-----------------------------~ ---i 6" f- EXIST. BARRIER SIDEWALK 33 PLAN SCALE: 1" ~ 20' SEE NOTE3 SEE NOTE2 SECTION A-A CONCRETE BARRIER TYPE 26 (MOD) NOTTO SCALE / #5 X 1'-6"@ 18" DRILL & BOND IN 5" DEEP HOLE -------I ... _______________ J ------""-.. __ ,. #4@ 18" EACH WAY, TYP. I I I I I i---, I • 10"t SEE NOTE 11 • • • I I I I I SEE NOTE i------------ 9 & 1 --, __________ L l EXIST. MASONRY : : RET. WALL 1-- --, J I I l I I 1---7 I I EXIST. CONCRETE BOX UNDERCROSSING SECTION B-B STRUCTURAL SLAB NOTTO SCALE 8'-0" + E.G. ; F.G. SEE NOTES 9& 10 / ; / CURB FACE BACK OF CURB / #4@ 18" EACH WAY, TYP. SEE NOTES 9 & 10 71-611 ; / X -x/ix X X X X {a I EXIST. MASONRY RET. WALL 2'-0 STRUCTURAL SLAB DETAIL NOTTO SCALE NOTES: 6. REBAR CLEARANCE IS 2" MINIMUM. 7. REINFORCED CONCRETE fc= 3,250 psi fy= 60,000 psi 8. LIVE LOAD PER CALTRANS FEB 2004 BDS SECTION 3.14.1.1. 9. FORAREAWITHIN FENCE, PROVIDE 4" THICK SLOPE PAVING FROM BACK OF SIDEWALK FINISHED GRADE, AS REQUIRED. TO MATCH EXIST. 10. REINFORCEMENT FOR SLOPE PAVING SHALL BE PER RDMD STD. PLAN 1321. PROVIDE EXPANSION JOINT FILLER MATERIAL BETWEEN BACK OF SIDEWALK AND SLOPE PAVING. 11. THICKNESS OF SLAB IS DIMENSION BETWEEN FINISHED GRADE AT BACK OF SIDEWALK AND TOP OF EXIST. BOX CULVERT. ♦ B X / / / / / / / / _; / / / / / ; / / / / / / / / / / / ; / / / / / / / / / / / / JOIN EXIST. FENCE EXIST. CONCRETE BOX UNDERCROSSING SEE NOTES 9 & 10 / ; / / / CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS. ill m rn lII 0 CONSTRUCTION NOTES CONSTRUCT P.C.C. SIDEWALK PER RDMD STD. PLAN 1205AND DETAILS. CONSTRUCT TYPE A2-8 CURB & GUTTER PER RDMD STD. PLAN 120-1-OC. CONSTRUCT CURB RAMP PER RDMD STD. PLAN 1115 (TYPE AS NOTED) AND DETAILS ON "INTERSECTION DETAILS" AND "CURB RAMP DETAILS" SHEETS. CONSTRUCT FULL DEPTH PAVEMENT USING A STRUCTURAL SECTION OF 1.20' AC/NS [0.20' ARHM (GG-B)/1.00" AC (IIIB2 PG64-10)/NS]. COLDPLANE AND OVERLAY USING 0.20' ARHM (GG-B). CONSTRUCT CUT OR FILL SLOPE WITH GRADIENT AS SHOWN ON PLAN AND PER "PLAN CS". CONSTRUCT RETAINING WALL PER DETAILS ON "PLAN RW". CONSTRUCT DEPRESSED CURB DRIVEWAY APPROACH PER RDMD STD. PLAN 1209 AND "MISCELLANEOUS DETAILS" SHEET 39. CONSTRUCT DEPRESSED CURB DRIVEWAY APPROACH PER DETAILS ON "DRIVEWAY DETAILS" SHEETS AND "MISCELLANEOUS DETAILS" SHEET 37. CONSTRUCT FLARED DEPRESSED CURB DRIVEWAY APPROACH PER RDMD STD. PLAN 1210AND "CHANNEL ACCESS ROAD DETAILS" SHEET 34. '1'.jl CONSTRUCT TYPE C1-8 CURB PER RDMD STD. l!.!..I PLAN 120-1-OC. @I fill fill ~ CONSTRUCT CURB TYPE A3-8 (MOD} PER RDMD STD. PLAN 120-1-OCAND "MISCELLANEOUS DETAILS" SHEET 37. CONSTRUCT 6' TALL CHAIN LINK FENCE AND GATES PER RDMD STD. PLAN 600-1-OC. CONSTRUCTTYPEA1-8 CURB PER RDMD STD. PLAN 120-1-OC. CONSTRUCT REVERSE CURVE PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 37. CONSTRUCT LANDSCAPING PER DETAILS ON "PLAN LP". !17! CONSTRUCT BUS TURNOUT PER RDMD STD. PLAN 1120 (MOD} AND DETAILS ON "BUS TURNOUT DETAILS" SHEET 33. fill §I ~ [El ~ §I fill 0 0 © 0 © © 0 © © CONSTRUCT MEDIAN FLARE PER RDMD STD. PLAN 141-1-OCAND DETAILS ON "PLAN SS". CONSTRUCT TUBULAR HAND RAILING PER CALTRANS STD. PLAN B11-51. CONSTRUCT STRUCTURAL SLAB PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 38. CONSTRUCT DECOMPOSED GRANITE (0.17' DG/0.5' AB) PER "CHANNEL ACCESS ROAD DETAILS" SHEET 34. CONSTRUCT TEMPORARY 6' TALL CHAIN LINK FENCE. REMOVE EXISTING MASONRY BLOCK RETAINING WALL. CONSTRUCT CABLE RAILING PER CALTRANS STD. PLAN B11-47. CONSTRUCT LONGITUDINAL GUTTER PER RDMD STD. PLAN 122-1-OCAND "DRIVEWAY DETAILS" SHEET 36. CONSTRUCT CONCRETE BARRIER PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 38. CONSTRUCT LEFT-TURN-IN-ONLY MEDIAN OPENING PER RDMD STD. PLAN 1118AND DETAILS ON "PLAN SS". CONSTRUCT CROSS GUTTER PER DETAILS ON "CURB RAMP DETAILS" SHEET 31. CONSTRUCT IRON FENCE PER DETAILS ON "MISCELLANEOUS DETAILS" SHEET 37. LEGEND PROTECT IN PLACE REMOVE RELOCATE ADJUST TO GRADE TO BE RELOCATED BY OTHERS TO BE REMOVED BY OTHERS TO BE ADJUSTED TO GRADE BY OTHERS SAWCUT AND JOIN EXISTING SAWCUT AND REMOVE INTERFERING PORTIONS ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT MARK DATE DESCR! PTI ON REVISIONS PREPARED UNDER DATE IRVINE AVENUE WIDENING FROM S'LY OF MESA DRIVE TO SE BRISTOL STREET MISCELLANEOUS DETAILS DESIGNED E ERONPOSO SHEET DRAWN J YU LALOBOS CHECKED B HOISINGWN SCALE DATE DRAWING NO. 38 AS SHOWN JUN 07 ER08922 OF 40 62-32 -•• • • · -62, 1 5 TC FS . 61.63 FL. & PROTECT EXIST. STAIRS AND IRON RAIL 2 8 61.38 FS 2 C&G 6 \ \ \ \ I-====---=:...;:::,----c= -____ \_ ·-1--.. ~- DRIVEWAY & GRADING DETAIL ,, A", SCALE: 1=10' PROP. SLOPE SECTION A-A NO SCALE PROP. SLOPE 2:1 MAX • . ' (. ~-IX) ~ . . l . . , 1-7.5"-l SECTION 8-8 NO SCALE I I I I I I I ! IDEWALK \ ' \ ' \ \ \ \ \ ! ! \ \ . , -.\ ~-.. --.-~ ·------- --< - 46.90 TG 45.90 INV 47.00 TC 46.50 FS 47.0b TC 46.p6 FS I \ ! ' 47.00 TC 46.24 FS 47.81 TC 46.81 FS WALKWAY DETAIL 8 SCALE: 1 =10' ' I / i ! ' / ! ' ! ! ! ! ! I ' ! I I ! i I ---,--.J_ ...;._ ' __ _j ,. -7'51;01-rd· -----f· •-·-/···· · /· --------;-······· :+-· • •• . \ . ••• • • "50t57"FS" ····T--~ •• , ·-· • · • ,--... .-.••• ., .... -k --, •.•... , • ~> ' ' \ 1 50.1 0 TC ' 50.63 re \ \ 50.QO FS 50.13 FS \ ' \ \ 50.97 TC 50.47 FS 50.59 TC 50.09 FS/ 50.63 TC 50.13 FS 50.87 TC 50.37 FS o• CF 50.4:1: FS I • \ ! 50.69 TC 50.19 FS o• CF 50.2:1: FS ACCESS DETAIL D SCALE: 1=10 ! ; \'e\/ ., ' , Q r 1,0 V \ ' ! ' -l li I :i I I 2 ~1,:--1 ! REALIGNED Li.I ::::) z Li.I ~ CURB ~ ~ 3:1 SLOPE MAX. "'·,_ J _) Ii I - 27.61 TC 26.94 FL / ' I ! . p· !,:i' ------- CURB RETURN DETAIL C SCALE: 1 =1 O' CONSTRUCTION NOTES r:7 --CONSTRUCT P.C.C. SIDEWALK PER RDMD STD. L..f"" PLAN 1205 AND DETAILS. r:7._ CONSTRUCT TYPE A2-8 CURB & GUTTER PER ~ RDMD STD. PLAN 120-1-0C. 0-coNSTRUCT CURB RAMP PER RDMD STD. PLAN 1115 (TYPE AS NOTED) AND DETAILS ON "INTERSECTION DETAILS" AND "CURB RAMP DETAILS" SHEETS. r:;-i_CONSTRUCT FULL DEPTH PAVEMENT USING A STRUCTURAL L.::.f" SECTION OF 1.20' AC/NS [0.20' ARHM (GG-B)/1.00' AC (11182 PG64-10)/NS]. [!J-coNSTRUCT RETAINING WALL PER DETAILS ON "PLAN RW". 0,--coNSTRUCT DEPRESSED CURB DRIVEWAY APPROACH PER RDMD STD. PLAN 1209, ANO DETAILS HEREON. §-REMOVE EXISTING MASONRY BLOCK RETAINING WALL r;;;i_CONSTRUCT TYPE A2-6 CURB & GUTTER PER L::'.'.:J RDMD STD. PLAN 120-1-0C AND DETAILS. B-RECONSTRUCT SIDEWALK AND CURB & GUTTER TO EXISTING JOINT. r:;;l_CONSTRUCT TYPE A1-6 CURB & GUTTER PER t.:::f" ROMO STD. PLAN 120-1-oc AND DETAILS. E}-FURNISH & INSTALL 3" PVC & FITTINGS ~CONSTRUCT 12"x12" CATCH BASIN WITH GRATE, NOS 1200 NGB OR APPROVED EQUAL. LEGEND ©-PROTECT IN PLACE @-REMOVE ©-RELOCATE ©-SAWCUT AND JOIN EXISTING NOTES TEMPORARY CONSTRUCTION EASEMENT PROPOSED RIGHT-OF-WAY EXISTING RIGHT-OF-WAY 1. SEE "PLAN ss· FOR DISPOSITION OF EXISTING SIGNS. 2. SEE "PLAN TS" FOR TRAFFIC SIGNAL MODIFICATIONS . 3. SEE SHEET 30 FOR STORM DRAIN IMPROVEMENTS . 4. SEE SHEET 23 FOR UTILITY DISPOSITIONS. 5. CONTRACTOR TO REFER TO SPECIAL PROVISIONS FOR TEMPORARY SHORING DETAILS. ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT 30 CIVIL WORKS i Engineers, Inc. 10122/07 DATE MODIFIED PLAN, NOTE AND SECTION A·A TO PROTECT IN PLACE EXISTING STAIRS AND IRON RAIL DESCRl PTl ON REVISIONS PREPARED IN)ER SUPERVlSlON OF IRVINE AVENUE WIDENING FROM S'LY OF MESA DRIVE TO SE BRISTOL STREET MISCELLANEOUS DETAILS <MESA DRIVE> SHEET DRAWN-~----• CHECl(£I) __..,iMM.,.__ __ • CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIAL '3151 AirwayAvenu<, Suite S-2 Costa Mesa, CA 92026 (714) 966-9060 6/11/07 DATE SCALE DATE DRAWING NO. 39 R1 AS SHOWN JUN 07 ER08922 OF 40 COARSE-GRAINED SOJLS MAJOR DIVISIONS GRAVEt./lJiO GRAVEl-1.Y SOJLS MORSltwf,500{,0f COARSE FRACTION RITAINEO OHNO. 4SlavE SOIL CIASSIFICATION SYSTEM-ASTM 02487 SYMBOLS GRAPH LETTER CLEANGRA\laS GW 0 0 0 rJm.EOOfl[)ANES'j 0 0 GP 0 0 0 0 GRA\IELSWITHFlNES 0 GM 0 GC TYPICAL DESCRIPTIONS WBL-GAADED GRAYa.S, GRAVT:L• SANO MIXTURES, UTTI.EORNOFJNES. POORl.V GAADECi GM.Vil.$. GAAV&L• SANO MIXTURES. urn.£! OR NO RNes SILTY GRAWl.6, GRAVEL •SANO -sitT MlltTURES CU.VEY GRAVELS, GAAVEt-SANO-et.AV MIXTURES Wl;l.1.-GRADED 5ANPS, GRAvaL '( SANOS. urn.E OR H0f1N£$ MORE 'fHAH-54)%.()F !siAlERIALts.t.A,RQERll-fM ff0.200stEVESaE SANOANO s,.,.,ov SOILS CLEAN SANDS {Ulll.£ORNOA),5) • .. -•:,: • • SP . . ·. : PQORt.Y !JAAOEOSANDS, GRA.VEI.LY $MD, urn.EOR .o ..... MORE THAN 00% OF COARSE FRACTIOU PASSINGONNO.,tSl£V£ SANOS WITH FINES ~AIIIOUMTOFF!HES) ... -. ' ..• SM SC ML SlLlY SANDS, SAND• Sil T Mro'\IR!:S Cl.AVEY SAAOS. SAND-CLAYlfflXTI.lf'(E$ INORGANIC stt.TSAND VEffi FINE SANOS, ROCK FlOUR, SILTYQRCU.YEYflNE: SANDSORCU'fEY ···rs··-·su INQRG.I.H!I:; Ct.A'1'S OF LOWTO MEOIUM.PLA$TICrtY, ~ CL GRAVE.LYCtAYS.SAHPYCLAVS.SlllYOl,AYS, FINE-GRAINED SOILS SILTSAN.O CLAYS LIQUID LIMIT LESS THAN50 ~.,£,,~'f+----1-"'LEAN""-'ClA""'-"8"----------1 MOREUW. rc%(1f IMTmW.&SSYAIJ.ER 1HAHN0,200~SIZE I-- ---__:-OL OR.GAHICS'.L.fSANDORGAN!CSU.lY_(:lAYSOf-LOW ~ -- - -_:-Pl.ASTICITY MH .INORGNIIC SIL TS. M.ICACEOOO: OR OIATONA.CEOUS FIHESNfOOR$11.TYSOU SILTS.ANO CLAY$ LIQUID UMJrGREATER TiiAN50 ~ CH -ICCIA ... Ol'HlGHPLAB!IOf!Y f<ff//~7~/',f---0-H--+-OR-..,.-IC-Cl.<_l'S_O,_"""'_""_TO_ff_lGH_P!ASTIC __ RY_,-j j//j?/f ORGANICSJLTO HIGHLY ORGANIC SOILS NOTE: DUA1.SYM60t.aARE usa,TO INOICA'TE BOROERUNESQII. ClASSIACATIONS "Push" Sampler Split Barrel ''Drive" Sampler With Liner Standard Penetration Test (SPT) Sampler Bag Sample Concrete/Rock Core PT PEAT, HUMUS, SWN.IP SOtL8 \Nmi HIGH ORGA,N!C. coimms NP = Nonplastic EIT = Expansion Index Test SE = Sand Equivalent CBR = Califomia Bearing Ratio CO = Consol. Drained Comp. CU = Consol. Undrained Comp. UU = Undrained, Unconsol. Comp. RV =R-Value CHEM = Chemical Analysis OS = Direct Shear CON = Consolidation Groundwater Surface SA = Grain size; HYO = Hydrometer COMP= Compaction Test [PIO) Reading in ppm above background SPT "N" = Uncorrected equivalent blow count for last foot of driving {set to 100 for driving refusal) KEY TO LOG OF BORINGS BORING LOCATION (feet): See Flgure2 ELEVATION ANO DATUM (feeQ: 62 MSL DRILLING EQUIPMENT: Limited Access Rlg DRIWNG METHOD: Solid Stem Auger BORING DIAMETER 6nches): 6 BORING DEPTH (feeQ: 17 DATE STARTED: 713101 DATE COMPLETED: 713101 $PT HAMMER DROP: 30 inches WT: 140lbs DRIVE HAMMER DROP: 30 inclle$ WT: 140 lbs LOGGED BY: VT CHECl<EDBY: JS DRIVE SAMPLER DIAMETER Onches) ID: 2.4 OD: 3 ~ C g> 1!. I -ii J!l C ~~ il. g;;j e * t ;,: &! ~ ~ ,g Jj; 0 ~o ::, d. DESCRIPTION i ~.j ... t:~ ~-., 6-., ~ n ~ii "' ; "= 'I:~ Ile I~ ~g frJ t ... 0 :!:! E ?, C J! C ~-fij ,1l 0"' !:; io £8 :ls .,.E .!2 -g "-., io .. 08 ::, ::, .. _ SANDY LEAN CuW (CL); light olive brown, moist very hon!, medicm plastfclty, fine-grained sand 50 5-23 41 4.5 1oa 11 37 17 58 33 LEAN CLAY (ct): grayish brown, moist, very hard, medium 55 50 p!astldty,trace ffne-gralned sand . x~ Cl.AVEY SAND (SC): yelio..ish blown, light brown, moist. 10- medium dense, tine-to medium-grained sand 9 18 9 5(> !I 9 1fr 10 31 yellowish brown, dense, -to coars~ned sand, trace 111 3 23 fine to coarse gravel 45-40 Bottom (lf boring at 16.5 feEit Groundwater not encountered during drill!ng. Boring bacl<filled with cuttings. 20- 40-- 25- . 35 . LOG OF BORING B-4 BORING LOCATION {feet): SeeF!gure2 ELEVATION AND DATUM (feet): 60 MSL DRILLING EQUIPMENT: Umlted /wJess Rig DRILLING METHOD: Solid Stam Auger BORING DIAMETER (Inches): 6 BORING DEPTH {tee~: 27 DATE STARTED: 712101 DATE COMPLETED: 712101 SPT HAMMER DROP: 30 Inches WT: 140 lbs DRIVE HAMMER DROP: WT: LOGGED BY: VT CHECKED BY: JS ORIVE SAMPLER DIAMETER {Inches) ID: 2.4 00: 3 C .. ,g II :ii !I I t "' iii J_ .,., 8 12 18 3 3 4 5 7 13 12 18 30 9 12 18 ! i il. g ti ;: i ::, . "' ~ fg &m DESCRIPTION Grass and To •2to3lnehas CI.AYl:'f SANO (SC); raddlsh brown, wet, loose to medium dense, fine-grained $8Jld, medium plasticity day brown, moist I ;« &--i!' jlj ',fl. ,,_ a& '5;t::'. :ls s! 15 4.5 SANDY LEAN CLAY (CL): brown. moist. hanl to very haRl, 114 14 27 3 2 20 24 4.5 15 3.75 me4""1l plasl!clly, fine-grained sand SILT willt SAND {Ml.); [,ght ollve brown, redd~h brown -moist,so!!tolinn. tow plasticity, fino.glll!Md sand 94 21 LEAN Cl.AV {CL): ve,y light oliVe brown, moist lwd, medium plastidly, fino-grained sand SANDY LEAN Cl.AV {CL); very lightyellcmish brown will> gray and brown sl!8aka, moist, hard, low p~, fine-,,rained sand 100 23 light Olive brown wllh reddish str-moist fillll to ha«l Bottom of boring at26.5- Groundwater not encountered dtirfng drimng. Boling bacl<filed ,.;111 cuttings. LOG OF BORING PREV. PROP. WALL B-1 PREV. PROP. WALL 100 24 BACK BAY CENTER EXPLANATION OYA Boring location Proposed Retaining wall 32 fl ii 0. - 11 7 g> 'gj " &! ~ cl ~ ~8 it .f Ill 63 80 BORING LOCATION (feet): See Figure 2 ELEVATION AND DATIJM (feeij: 27 MSL DRILLING EQUIPMENT: Umited Access Rig DRILLING METHOD: SOiid Stem Auger BORING DIAMETER (Inches): 6 BORING DEPTH {fee!): 37 DATE STARTED: 712101 DATE COMPLETED: 712101 SPTHAMMER DROP: 30 inches WT: 1401bs DRIVE HAMMER DROP: 30 Inches WT: 140lbs LOGGED BY: VT CHECKED BY: JS DRIVE SAMPLER DIAMETER (inches} ID: 2.4 OD: 3 C 0 Jj; 0 'll~ iJ t ~i I ill_ ,3_ 2 -10 40 NEWPORT BAY TERRACE APTS. 8-i ;£ oE io., 3 5 5 3 3 5 0 • 6 • ·5 8 4 5 5 4 • 6 10 17 19 g ~ 8. :i ti DESCRIPTION " ~ ::, d. ,a E ~.!! .!I! 0 U.<J ASPHALT CONCRETE: 21:0 3 inches SILTY SANO with GRAVEL (SM); reddish brown, moist. loose tCl medium dense. fine-to medium-grained sand, low pla&ticily, fine gravel-SASE SANDY LEAN CLAY (Cl.); brown, moist. firm, medium plastictty, fine.. to medium-grained sand 5 3.5 ver, dark grayisll brown, reddish-brown, fine-grained sand, trace fine gravel LEAN CLAY (CL); black, moist, firm, medium plasticity, trace fine-grafned sa~ 8 ceddisl\ brownlbrown, &Oft 5 1.5 lightgraytogray, firm, tmceoomented sand fragments 6 LEAN CLAY with SAND (CL}; dark greenish gray, moist, firm. fine. to medium-grained sand, medium plasticity. ttaca fine gravei 10 inoreased moisture SIL1Y SANO(SM); darkgreeniSh gray, moist to wet, loose to me<itum dense, low pfasticity, fine-grained sand 10 LEAN CLAY {CL); dark gray, moist, medium plasticity, vary hard, trace fine.grained sand 36 CLAYEY SAND (SC); dad< gray, moist, dense, fine-grained sand Bottom of boring at 36,5 foot Groundwater not encountered during drilling. Boring backfilted with ~ngs. LOG OF BORING B-2 100 200 ,... NEWPORT TRADE ~ CENTER NEWPORT BEACH GOLF COURSE PARKING LOT SITE PLAN I ,,f "" 108 88 0, "' g ;« €~ ~il ·~ fl l'l :ls 16 36 1'(); ,,_ 'I: ~ I~ ~~ if] ;:J :J 32 16 64 WALL B-1 N0.2 J!l ~ ~6' g~ BORING LOCATION (feeQ: See Figure 2 ELEVATION AND DATUM (feet): 55 MSL DRILLING EQUIPMENT: Limited Access Rig DRILLING METHOD: Solid Stem Auger BORING DIAMETER (inches): 6 BORING DEPTH (feet): 18 DATE STAATED: 713101 DATE COMPLETED: 713101 SPTHANIMER DROP: 30 inches WT; 140 lbs DRIVE HAMMER DROP: 30 inches WT: 140 lbs LOGGED BY: VT CHECKED BY: JS DRIVE SAMPLER DIAMETER {inches) ID: 2.4 OD: 3 3 "" "' C @, I . oi ~ g ~.i .,, C l il :g :,; g ti * ~~ ! 0 0 ~ DESCRIPTION ,, ~ 'g li~ z~ :; ci. ·o~ C <J) ii"' ! •ij "'~ iil-" -~· ~g :s 6' ! j.e ~3 'ii,~ •• ,. ;g,!!. Ii: .9 o!, 13 ,, 5-w_ m <> <Qm "" "0 ::I::, 0. "' a'!£! o!!.. SILT (ML); pale o!il/8. nio1st"ffim. non-plastic, trace fin8ifralned sand, trore cemented sand fragments 9 13 3.5 100 23 NP NP 96 50-5-13 13 SANDY LEAN CLAY (CL); )'8!1owish brown wnh orange, moist. fim,, low plasticity fino,.grained sand .. SIL TY SAND {SM); browriish reddish yellow, moist, medium • -1 18 d8sne., fine,. to mediu~rained sand, trace X 8 C:Oat$8-{lrained sand. trace line gravel -.. 10 45-10-•. : .. I : ·. 28 25 108 3 20 .. 30 o!Nebrown ... 15-,:. ::1 • .. .. x : ·. 13 37 yellowish brown, dense 16 .. 21 Bottom of boring at 17.5 !wt. Groundwater not encountered during drilling . . Boring backfiBed with cuttings. 35-20- 30-25- i LOG OF BORING 8-3 NEWPORT BEACH GOLF COURSE < ::;y'--- ~ ~~ ~ ' W1RK DATE I' ,....---. DESCRIPTION REVISIONS RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT IRVINE AVENUE WIDENING FROM S'LY OF MESA DRIVE TO SE BRISTOL STREET BORING LOGS B-1, B-2, PR~4R~O VNDtFt RESPONSIBLE CtwmE OF: , oHSs B-3, B-4 AND KEY TO (~===~~ ~~-~-=-~ __ L_O_G_O_~-:---O_R_,N_G_s~_ 4 _HE_ 0 ........ 1 \ SCALE DATE DRAWING NO. 1 '--------------------------------------------------------------------------------------------------------------------------J.. ________________ ,L __ .:;;;;c;;,L;;;;:_ ____ ..,!.1~.::;.,;.._..1._;.;;.s:_s:;H:;ow;.:.N:.J_12.0_1_l. __ E_R_o_s_s_2_2 __ .J..:o;.:F_;4,:0:...a ~ '---rr 2 1 =------___ ... -- 1 1 --- ...1..-----.L..----: \RVINE AVE : iis . . .,. .. ,/,,.,,."' ., "' ... " ,., ----(',I ~ ,,, -- ~"" ..... ____::--~ I~~~~ --~~,.--"~:) NOTES: 1. ALL CONFLICTING TRAFFIC STRIPING AND PAVEMENT MARKING SHALL BE REMOVED. 2. EXACT LOCATION PAVEMENT MARKINGS AND DELINEATORS TO BE DETERMINED. 3. PROJECT INFORMATION SIGN PER RDMD STD. PLAN 1418, APPROXIMATE LOCATION SHOWN, EXACT LOCATION TO BE DETERMINED BY CONTRACTOR OR THE ENGINEER. 4. ALL DIMENSIONS ARE IN FEET UNLESS OTHERWISE SHOWN. THIS PLAN ACCURATE FOR PAVEMENT STRIPING AND SIGNING. CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS. PLAN ---------en )> ------- I ~ 1 BACK BAY CENTER tr-!__-------~v._w __. 4 16 -------14 1 CITY OF NEWPORT BEACH S. BA CT OF PUBLIC WORKS DATE R.C.E. 36106 EXP. 06/30/08 CONSTRUCTION NOTES U]--PAINT ~ -SANDBLAST [ill--RELOCATE ll) -STENCIL m:) --INSTALL IID-PROTECT [l] --REMOVE PAVEMENT MARKERS AND TRAFFIC STRIPING PER CALTRANS STANDARD PLANS UNLESS OTHERWISE NOTED: G)--4" DASH WHITE WITH R.P.M. TYPE G, DETAIL 9 @-6" SOLID WHITE, DETAIL 39 @--12" WHITE CROSSWALK /LIMIT LINE PER RDMD STD. PLAN 1416 ©-MEDIAN NOSE TREATMENT (SEE DETAIL H SIGNAL DETAIL SHEET) @--6" DASH WHITE DETAIL 39A @-ARROW TYPE AS SHOWN G)--4" DOUBLE YELLOW, DETAIL 22 @-4" DOUBLE YELLOW, DETAIL 29 ®--8" SOLID WHITE WITH R.P.M. TYPE G, DETAIL 38 @)-4" SOLID WHITE, DETAIL 278 @--PROJECT INFORMATION SIGN SEE NOTE 3 @-"BIKE LANE" & ARROW @)--R.P.M. TYPE H, DETAIL 26 @-SEE SPECIAL DETAIL 1 ON SIGNING AND STRIPING DETAILS SHT. @1--12" SOLID WHITE CHEVRONS @-"SIGNAL AHEAD" @--MEASURE M INFORMATION SIGN (APPROX. LOCATION) @)-8" SOLID WHITE @)--4" DOUBLE YELLOW, DETAIL 31 @-DETAIL 40A @--MEDIAN FLARE PER RDMD STD. PLAN 141-0-OC AND DETAILS ON "SIGNING AND STRIPING DETAILS" SHEET @-"KEEP CLEAR" @--4" DOUBLE YELLOW LINE, DETAIL 32 MARK DATE DESCRIPTION REVISIONS PREPARED UNO 1 1 - - ------3 inches on original drawing PLAN SS ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT IRVINE AVENUE WIDENING FROM S'LY MESA DRIVE TO SE OF BRISTOL STREET SIGNING AND STRIPING (STA. 12+00 TO 20+00) DESIGNED E fBONPQSO SHEET DRAWN J YIUt,I 989S CHECKED B HOISINGIPN SS-1 SCALE DATE DRAWING NO. AS SHOWN JUN 07 ER08922 OF 5 NOTES: I-' uj a: 1' g ::, <O () ·:,; re w u; a: <:O z + <( o_ "' 0 i=:W en ;:;; IB ID BACK BAY CENTER ----- 1. ALL CONFLICTING TRAFFIC STRIPING AND PAVEMENT MARKING SHALL BE REMOVED. 2. EXACT LOCATION PAVEMENT MARKINGS AND DELINEATORS TO BE DETERMINED. I 1 3 2 3. PROJECT INFORMATION SIGN PER ROMO STD. PLAN 1418,APPROXIMATE LOCATION SHOWN, EXACT LOCATION TO BE DETERMINED BY CONTRACTOR OR THE ENGINEER. 4. ALL DIMENSIONS ARE IN FEET UNLESS OTHERWISE SHOWN. THIS PLAN ACCURATE FOR PAVEMENT STRIPING AND SIGNING. CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS. PLAN 111=40' NEWPORT BEACH GOLF COURSE PARKING LOT NEWPORT BAY TERRACE APARTMENTS APARTMENT SIGN ~ AP S.B R.C CITY OF NEWP TBEACH OF PUBLIC WORKS 6/30/08 CONSTRUCTION NOTES [)--PAINT [g) -SANDBLAST [fil RELOCATE @] -STENCIL lli) INSTALL lfil-PROTECT [z)--REMOVE PAVEMENT MARKERS AND TRAFFIC STRIPING PER CALTRANS STANDARD PLANS UNLESS OTHERWISE NOTED: DATE CD--4" DASH WHITE WITH R.P.M. TYPE G, DETAIL 9 @-6" SOLID WHITE, DETAIL 39 @--12" WHITE CROSSWALK /LIMIT LINE PER RDMD STD. PLAN 1416 ©-MEDIAN NOSE TREATMENT (SEE DETAIL H SIGNAL DETAIL SHEET) ®--6" DASH WHITE DETAIL 39A @-ARROW TYPE AS SHOWN <z)--4" DOUBLE YELLOW, DETAIL 22 @-4" DOUBLE YELLOW, DETAIL 29 ®--8" SOLID WHITE WITH R.P.M. TYPE G, DETAIL 38 @)-4" SOLID WHITE, DETAIL 27B @--PROJECT INFORMATION SIGN SEE NOTE 3 @-"BIKE LANE" & ARROW @·--R.P.M. TYPE H, DETAIL 26 @-SEE SPECIAL DETAIL 1 ON SIGNING AND STRIPING DETAILS SHT. @),--12" SOLID WHITE CHEVRONS @-"SIGNAL AHEAD" @--MEASURE M INFORMATION SIGN (APPROX. LOCATION) @)-8" SOLID WHITE @)--4" DOUBLE YELLOW, DETAIL 31 @-DETAIL 40A @--MEDIAN FLARE PER RDMD STD. PLAN 141-0-0C AND DETAILS ON "SIGNING AND STRIPING DETAILS" SHEET @-"KEEP CLEAR" @--4" DOUBLE YELLOW LINE, DETAIL 32 1 ------------- 0 1 2 3 inches on original drawing PLAN SS 1113/07 MOVED "BIKE LANE" &ARROW ORANGE COUNTY 011610 CHANGED "PROTECr' R28(CA) 1-,_;,,;;RE;,,;.SO;,,;.UR_c_es_AN_o _oev_e_Lo_PM-EN-TMA-NA ... GE_Me_Nr_o_EPAR_TM_EN_T -I TO "RELOCATE" £ 0/1610 ADDED CALLOUT FOR PAINT12" WHITE & MARK DATE OESCRI PTl ON REVISIONS PREPARED UNO IRVINE AVENUE WIDENING FROM S'LY MESA DRIVE TO SE OF BRISTOL STREET SIGNING AND STRIPING (STA. 20+00 TO 39+00) DESIGNED f FRONPOSO DRAWN :I YIU At QRQ§ SCAI.E AS SHOWN DATE JUN 07 SHEET CHECKED e HQIS1NGIDN SS-2 DRAWING NO. R1 ER08922 OF 5 NEWPORT BEACt!) GOLF COURSE 0 NEWPORT BEACH GOLF COURSE NOTES: 1. ALL CONFLICTING TRAFFIC STRIPING AND PAVEMENT MARKING SHALL BE REMOVED. 2. EXACT LOCATION PAVEMENT MARKINGS AND DELINEATORS TO BE DETERMINED. 3. PROJECT INFORMATION SIGN PER RDMD STD. PLAN 1418,APPROXIMATE LOCATION SHOWN, EXACT LOCATION TO BE DETERMINED BY CONTRACTOR OR THE ENGINEER. 4. ALL DIMENSIONS ARE IN FEET UNLESS OTHERWISE SHOWN. THIS PLAN ACCURATE FOR PAVEMENT STRIPING AND SIGNING. f PLAN 1"=40' ' I \l I ' R2-1 R28(CA) ON LIGHT POST 3 R28(CA) OCTA 3 0 RI) 6 oc R28(CA) 1\1) i1lll ~ 11.11> • i I@ @ , CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS. 5 11 17 0 (/) m OJ :::0 -~ 0 r 6 1/!l R49'NO PED CROSSING ... • AP a, ...-+ lO lO hl -, ~ 0.. 0 z w CONSTRUCTION NOTES III PAINT [Z) -SANDBLAST CTI RELOCATE g)-STENCIL ~ INSTALL (§]-PROTECT [z] REMOVE PAVEMENT MARKERS AND TRAFFIC STRIPING PER CALTRANS STANDARD PLANS UNLESS OTHERWISE NOTED: G)--4" DASH WHITE WITH R.P.M. TYPE G, DETAIL 9 (':;\3 . @-6" SOLID WHITE, DETAIL 39 \::,/ 12" WHITE CROSSWALK /LIMIT LINE PER RDMD STD. PLAN 1416 @-MEDIAN NOSE TREATMENT (SEE DETAIL H SIGNAL DETAIL SHEET) @--6" DASH WHITE DETAIL 39A @-ARROW TYPE AS SHOWN (z)--4" DOUBLE YELLOW, DETAIL 22 @-4" DOUBLE YELLOW, DETAIL 29 ®--8" SOLID WHITE WITH R.P.M. TYPE G, DETAIL 38 @)-4" SOLID WHITE, DETAIL 278 @--PROJECT INFORMATION SIGN SEE NOTE 3 @)-"BIKE LANE" & ARROW @)--R.P.M. TYPE H, DETAIL 26 @ @-SEE SPECIAL DETAIL 1 ON SIGNING AND STRIPING DETAILS SHT. 12" SOLID WHITE CHEVRONS @-"SIGNAL AHEAD" MEASURE M INFORMATION SIGN (APPROX. LOCATION) @)-8" SOLID WHITE 4" DOUBLE YELLOW, DETAIL 31 @-DETAIL 40A @--MEDIAN FLARE PER RDMD STD. PLAN 141-0-OC AND DETAILS ON "SIGNING AND STRIPING DETAILS" SHEET @-"KEEP CLEAR" 4" DOUBLE YELLOW LINE, DETAIL 32 & {§-"73 FWY NORTH" £ 1113/07 MOVED CALLOUT & 1/13/07 ADDED NOTE MARK DATE OESCRI PTI ON PREPARED UND 1 --------½ 0 1 2 3 inches on original drawing PLAN SS ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT IRVINE AVENUE WIDENING FROM S'LY MESA DRIVE TO SE OF BRISTOL STREET SIGNING AND STRIPING {STA. 39+00 TO 55+19) DESIGNED E EBPNPOSO SHEET DRAWN J YIU Al 980§ CHECKEI} B HQl§INGIQN SS-3 R OF PUBLIC WORKS DATE SCALE DATE DRAWING NO. R 1 P. 06/30/08 AS SHOWN JUN 07 ER08922 OF 5 I I I I I I I FIRE HYDRANT ~ n I ■ I I I I I I 1 1 1 I I I I FIRE HYDRANT ~ I I ■ ~ I I I I I I 6" ■ 15' MIN. WHERE PARKING IS PERMITTED ~ FIRE HYDRANT MEDIAN ISLAND TWO REFLECTORS ARE REQUIRED WHEN THERE IS A MEDIAN NOTES: 1. 6" FROM FACE OF CURB OR ON EDGE OF PAVEMENT WHEN THERE IS A GUTTER. 2. ON TOP OF CURB FOR OPPOSING APPROACH. LAYOUT OF BLUE REFLECTIVE MARKERS NOTTO SCALE 12" LIMIT LINE / OR CROSSWALK ~ DETAIL22 ~ DETAIL38 IB ri: SEE DETAILH ~ ON SIGNAL DETAIL SHEET z <( 15 UJ :a; Cl UJ (/) ~ DIRECTION OF TRAVEL -- 48' DIRECTION OF TRAVEL -- 48' u,!IL,..._ _______ .,_.11 INTERSECTION ,_.I lc__ _______ .,_.,j 1 I £ e br £ r ar d ct]: dr dL dr dI DIRECTION OF TRAVEL --DIRECTION OF TRAVEL -- e LINES .__ _ _,I 4" SOLID WHITE []I R.P.M. TYPE G SPECIAL DETAIL 1 NOTTO SCALE w ROAD WIDENING -:J Line 1 COUNTY OF ORANGE June2 e ]une3 H1 JOHN MOORLACH SUPERVISOR 2ND DISTRICT :]Line4 e IRVINE AVENUE WIDENING ILine5 FUNDED BY: rune6 OCTA MEASURE M, PROPOSTION 42 Iune7 COUNTY OF ORANGE AND Iune8 CITY OF NEWPORT BEACH ROAD FUNDS Iune9 INFORMATION: (714) 567-7800 [Line 10 H2 Sign Dimensions (inches) Letter Height (in.) Installation Dimensions (in.) SIGN SIZE W H1 H2 a b C d e Line Number 1 2 3 4_10 X y z PostSize STRIPING DETAIL AT INTERSECTIONS WITH RAISED MEDIANS NOTTO SCALE Medium 84 48 39 4.5 5 7 3 1.5 4 5 8 3 54 60 15 6x6 PROJECT INFORMATION SIGN NOTTO SCALE 0 ~ II z <( 15 UJ ::;; 30' , -.... _ ' .,....,.,,_ ~\:..:."' _•• •• ..;;;_. ·-=-:..:::-~~:•,•: ,,'.~~~:-:=--~:~=-~ :·,'~=:::-.,= ,::::: ~ -,., '-~ :-_.:::,,::.,=a--=::.¥:- 3' ------------------------------------------------- ------------------------------------------------ RDMD STD PLAN 1118 (MOD) RIGHT-TURN-IN-ONLY AT GOLF COURSE: PARKING LOT DETAIL L X PARABOLIC FLARE Y=W( ~)2 R=2.8' RADIUS OF NOSE L=42' LENGTH OF FLARE y W=4.4' MAXIMUM OFFSET DISTANCE X=DISTANCE ALONG BASE LINE IN FEET Y=OFFSET FROM BASE LINE IN FEET DIST. X 10' 20' 30' 40' 42' OFFSET Y 0.25' 1.00' 2.24' 3.99' 4.40' MEDIAN FLARE DETAIL NOTTO SCALE R=2.8' NOTTO SCALE BASELINE w R MEDIAN NOSE NOTES: 1. ALL DIMENSIONS ARE IN FEET UNLESS OTHERWISE SHOWN. THIS PLAN ACCURATE FOR PAVEMENT STRIPING AND SIGNING. MARK DATE OESCRI PTI ON REVISIONS PREPARED UND 1 ½ 0 1 2 ------- - 3 inches on original drawing PLAN SS ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT IRVINE AVENUE WIDENING FROM S'LY MESA DRIVE TO SE OF BRISTOL STREET CITY OF NEWPORT BEACH SIGNING AND STRIPING DETAILS DESIGNED E EBONPOSO SHEET CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS. APPRl"\HErr'I S. OUM, DIRECTOR OF PUBLIC WORKS DATE DRAWN J VII LAI OBOS SCALE DATE DATE CHECKED e HO!SINGI0N SS-4 DRAWING NO. R. . . 06 EXP. 06/30/08 AS SHOWN JUN 07 ER08922 OF 5 lrvine_ss4.dgn "' C ~ 0 © 5 R/W e --. ,,, © • I ~ I I ? 10 I I I I I '-' '-' zz j D.. Iii ~ X w ,Q \ '-' • w ~ □□ --• ~ (20') >, ~z • Cl'. ND z. 0 (9 ti: LO ww+ & (D _J I,{) • -- I 20 40 I I I l \ I I I I I I I I I I I ~SEE SHEE:ir SS-2 FOR IRVIN AVENU~ rlP ~ 11 "' -. ~ Al ~ '' ' MESA 10+00 IRVINE 23+22.10 ~AA = // <' ~ • ' ' -..... '7 ~,, " ,. ·u >,..z :s:=i " ,_ &o t: zw 15' 10' I I I I ' •. I Vm I/ ft' 0 ~ I'\,"-I \ " ,,. ·R28(St~ .N • • ---~ L:J T • 5' EXISTINGJ BIKE LANE 100· & 24 1 100' MESA DRIVE . " , • ---------□ II ~ '(/; C ~,~t .~ 2::f;i: " " -N j ;t + " . ~1 ·1- 7 f\ ---') © • GOLF COURSE ff ~ MESA DRIVE NEWPORT BAY TERRACE APARTMENTS ' -jfl □~ri. DO ~ l\2' ' ~ Q' I\ I\ / 317 ' • z: -ROM (BJ 1 .f'-....... ~ GOLF COURSE I\ D I\ I .... <D + N - I\ &131 7 ~4_5Ro · -- ~- , 9' ---1---- I I • I I I I I .. &, ~ ~ ~ rv. I ' I I I l a ~~ 0 I ; S) 0 STR E" I ;ME,L:J I I I I I c • -I ·- "<: . o,,/ . ', I .. P, 0 '-/cr-I I~ '/ /R/W • I " 9] I " -- A ,;~ %/ -A I I f I s;r • -~ CONSTRUCTION NOTES @-PAINT & [D--sANDBLAST 0-RELOCATE LEGEND @-sTENCIL @-PROTECT 0-REMOVE &-4" DASH WHITE WITH R.P.M. TYPE G, DETAIL 9 0-6" SOLID WHITE, DETAIL 39 ~ 12" WHITE CROSSWALK / LIMIT LINE PER ~ RDMD STD. PLAN 1416, DETAIL A24E ©--ARROW TYPE AS SHOWN CiE-4" DOUBLE YELLOW, DETAIL 22 0---4" DOUBLE YELLOW, DETAIL 29 &@-----4 " DOUBLE YELLOW TWO-WAY LEFT TURN, DETAIL 31 &--4" DOUBLE YELLOW LINE, DETAIL 32 @-INSTALL DETAIL 38A PER STD. A20D ~ 4" SOLID WHITE LINE STRIPING GENERAL NOTES 1. CONFLICTING STRIPING TO BE REMOVED BY WET SANDBLASTING/GRINDING. 2. SIGNING AND STRIPING INSTALLATIONS SHALL CONFORM TO THE CURRENT CALTRANS TRAFFIC MANUAL,STANDARD PLANS, STANDARD SPECIFICATIONS, CURRENT OCEMA STANDARD PLANS AND PROJECT SPECIAL PROVISIONS. 3. EXACT LOCATION OF PAVEMENT MARKINGS AND DELINEATORS TO BE DETERMINED BY THE ENGINEER. 4. PROVIDE PROJECT INFORMATION SIGN RDMD STD PLAN 1418. _JL LOCATION TO BE DETERMINED BY THE ENGINEER OR CONTRACTOR. I I ' I I I I I I I I I I I <( ci I Zz I I I <(z I I \ ')1 I I <(<( ,-I 1,1 zO I \ <(_ 1f (J) I ~ _j w =CF j \ 0 - "' ~' / .. •-v i' ~SEE SHE~ SS-2 3 ;~ff"-81 ~ ==R28(:S) RO\;\ 7A. rr 1/" FOR IRVIN AVENUE~ \ ,~,# 177 l'-C ~ .... -15' z I-0 LL- UJ 1-_J <( 7 --( s 1 4 L MESA 10+00 1 -....._:: ~ A 5·1 10· LU '-... .., L'.!:1(191 1 ~ MESA DRIVE C ~r a11 v w __, 12·-;:,t --/ ~ 'i:o 200' + \ /ff -f ~ rlP 9 N ~ lr lRVINE 23+2~.1 o_ _ _ _ ::> z . UJ :::> >z Ql-coZ <(0 UJ (.) UJ 0:: (l)Q -=I --' --- ~ I I '-. \ . I 90' TAPER 82' TAPER y N I 1 [a)& &(19] 1 ,,., + <D . b ,6 I I✓'° .. ' , -~\ v.,_,, \ F'' '-I 'Tl ~ • --0-~ "-' II I I &, -,h ~,._o~ " ' ~ R28(S) I 3 I I - -- -----7 I PLAN 1"=201 7 -----;:: , '-I ' I / > -\ <D 1 I 1 Y .,1 ( s l ~ I -JI a· :~ , 3 / < Cs l 4 cs J 4 I ,,., (24) 1 ~ + 13• cs J 4 I (24 ., LU fr <X) 24' \ I 50' ........ --=-f ,,,.,'f F . ~"' /(1 1r -~ I er N 1 1 1' .... .,, ":)si~ -, ~ I\MNA. I , ..... l'VV'MA.. "I\IY~, , ~ ~,~ .Ir -~-~ ~ t , ' ' , ,.z;. // ~ '=~~ =-p ~-,, .,., ' ' --•"'\:v~ , -~ ' ,. ~ .... .A),, ~~ ~ " ~ <5 [').. '""" " V "",~o 12 '<', ;, \, ~ \R/W . "-~"~ ~· I "-" -~~\\ I R26(S)~ R28(S)" 3 < 1=00 I R/W I j BACK BAY [ I \ f I I CENTER ) /I 1 , I'/ i' ~f: ·J1 !: ! ~ I / I I I ( II 1/1/ I I I I I I n ,/, I ' h I COUNTY OF ORANGE RDMD / TRAFFIC ENGINEERING APPROVED 4,? ALL DIMENSIONS ARE IN FEET UNLESS OTHERWISE SHOWN. THIS PLAN IS ACCURATE ~-~flDERSON •;{E , 'r' CIVIL WORKS FOR SIGNING AND STRIPING ONLY. Engineers, Inc. COUNTY TRAFFIC ENGIN ER CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIAL 3151 Airway Ave11u7 Swte S-2 Costa M esa, CA 92026 (714) 966-9060 I I I I , , & & & MARK --, ---10· -1• LL 1 ., ., 12' 10 f--- (3 ] 1 L l 'iij J -=--1 1 ' ., --,6 /I_,. //< /; // ½ >".>( <( ci I I I II I I Zz <'f'~ PLAN ss ORANGE C OUNTY REVISED MEDIAN STRIPING RESOURCES ANO DEVELOPMENT MANAGEMENT DEPARTMENT 4/30108 AT APARTMENT ENTRANCE 11113/07 MODIFIED CALLOUT 11113/07 ADDED NOTE DATE DE SCRI PTI ON REVISION s IRVINE WIDE AVENUE NING FROM S'LY OF MESA DRIVE OL STREET TO SE BRIST PREPARED UNJER SUPERVISION OF SIGNING & STRIPING DRIVE> ~ROFESSto,v. "'"x,'\ t, MA1r/< .f: ,._4; ~ )' ,i.c, t ~" ~i jJ "' • RCE 7~8 \J;. * Exp. 03/31/09 * 6/11/07 DATE (MESA DESIGNED ,7 I CHECK DRAWN . SHEET ~'.'.:.:::=::::;::=:::::;::~~"'...:::'.'.JM::'.:M ==l S S-5 SCALE DATE DRAWING NO, R 2 AS SHOWN JUN 07 ER08922 OF 5 POLE SCHEDULE PHASE POLE DATA SIGNAL H.P.S. LIGHTS SIGNAL MOUNTING P.P.B. FOUNDATION INTERNALLY 0'1 r 162* NO. 2 3 4 5 6 7 8 TYPE HEIGHT M.A. M.A. WATTS 29-5-129 30' 55' 15' 250 1-A 10' 17-3-129 30' 20' .ol. 15' 250 FUTURE 1-A 10' 29-5-129 30' 50' 15' 250 17-3-129 30' 30' 15' 250 • PPBP 47" PPBP ALL ITEMS ARE NEW UNLESS OTHERWISE NOTED C = C.I.D.H. S=SQUARE -... -L -... --... L ..,__., _ __ -.. ____ __ ~ VEH. M.A. SV-1-T 3MAS SV-1-Te TV-1-T SV-1-T TV-1-T SV-2-T 3-MAS SV-2-T MAS ILLUMINATED LED SIGN PED. PHASE SP-1-CS 08P SP-1-CS 02P SP-1-CS SP-1-CS SP-1-CS 08P 06 02P • = MOUNT@ 17' # = MOUNT@ 15' QUAD w N E s N TYPE SIZE (DBL.FACE) C 31-0" X 91-0" Orchard Dr C 2'..Sn X 6'-011 C 31-0'1 X 91-0n s 2'-0" X 3'-0" C 3'•011 X 9'-0" Orchard Dr C 31-011 X 91-0" Irvine Ave s 18" X 18" s 18" X 18" " = PROVIDE METAL SADDLE PLATE OVER MASTARM BRACKET. • = INSTALL BICYCLE PLATE. ■ = GELCORE OR APPROVED EQUAL. • ti' q,----1> 165 -~ 166* <] (U-TURN) * DURING COORDINATED OPERATION. DETERMINED BY MASTER COMPUTER SEQUENCE WITH CALLS ON ALL PHASES. _ ___ .J L ♦ -----------_________ j 40 AWG 12 COND. CABLE 3 COND. CABLE #12 #10 DLC VEHICLE & PED PHASES PPB IISNS TOTAL LUMINAIRE TOTAL 11 02 05 16 m7 18 TOTAL 1 1 2 2 2 2 1 1 3MEVP 1 CABLE 1---------1"'"""--1 TOTAL 1 CONDUIT SIZE 3" o ALL CONDUITS AND CONDUCTORS ARE NEW. 2 1 1 5 2 1 1 5 2 2 2 4 2 2 2 4 2 2 2 4 2 2 2 4 1 1 5 5 1 1 5 5 1 1 2 7 6 15 2 1 4 2 1 4 3" 2" 2" 2-3" O SCHEDULE IS FOR REFERENCE ONLY, CONTRACTOR SHALL PROVIDE ALL NECESSARY CONDUCTORS TO MAKE TRAFFIC SIGNAL SYSTEM FULLY OPERATIONAL. ------- 5-02 CONSTRUCTION NOTES: OJ--PROVIDE AND INSTALL NEW TYPE P44 CABINET, ECONOLITE ASC/3 S-2100 TS2 TYPE 2 CONTROLLER SERVICE. CABINET SHALL INCLUDE NEW DETECTION , BICYCLE TIMING, OPTICOM CHANNEL PHASE SELECTORS AND MISCELLANEOUS AUXILIARY EQUIPMENT TO PROVIDE FOR THE OPERATION AS SHOWN. REMOVE AND SALVAGE EXISTING TYPE P CABINET, PLUGABLES, AND EQUIPMENT TO THE CITY OF NEWPORT BEACH. THE CITY, AT OPTION, MAY ASK THE CONTRACTOR TO DISPOSE OF SPECIFIC EQUIPMENT. 11]-INSTALL 2"C, 12 PAIR #19 IC TO CONTROLLER AT MESA DRIVE (APPROX. 1850') [11---fill EXISTING 24-4-70 POLE AND 35' SIGNAL MAST ARM AND LEFT TURN HEAD. (i}--INSTALL2"C, 12 PAIR #19 IC TO CONTROLLER AT BRISTOL ST. SOUTH (APPROX. 1300') ([I,!==--INSTALL NEW CONTROLLER ASSEMBLY ON EXISTING FOUNDATION. I]}--EXISTING SCE HAND HOLE. m=--PROVIDE DLC FOR FUTURE USE, COIL 50 FT OF CABLE INTO PULL BOX. (ID--FURNISH AND INSTALL SIGN AS INDICATED. [fil-=-TRIM TREES TO PROPERTY LINE AND AS DIRECTED BY ENGINEER. ffg--INSTALL BATTERY BACKUP SYSTEM AS DETAILED IN THE SPECIFICATIONS. SALVAGE EXISTING SYSTEM TO THE CITY OF NEWPORT BEACH. Iii)--INSTALL NEW 3M #722 OPTICOM DETECTOR USING PELCO ASTRO MINI-BRACKET OR EQUAL, NEW 752 PHASE SELECTORS, AND 3M 136 CABLE. EXISTING DETECTORS AND PHASE SELECTORS SHALL BE SALVAGED TO THE CITY OF NEWPORT BEACH. lg-FURNISH AND INSTALL DETECTOR LOOPS AS INDICATED. lifil---INSTALL TYPE 2 MODIFIED SERVICE PER CITY STD 910-L. DIAGRAM 01 +16 02 +05 I \ \ \ ........ ..,__ ..... (FUTURE) 02+06 08 17 (FUTURE) \ 30" Li-TURN ONLY R73 SPECIAL ----_,. ,.,. GENERAL NOTES: SEE GENERAL NOTES SHEET TS-2 1 0 2 3 inches on original drawing THIS SHEET REPLACES SHEET NO. TS-1 OF 5 OF PLAN APPROVED MAY 17, 2007. CITY OF NEWPORT BEACH -z~o'i LICWORKS DATE . 06/30/08 MARK DESIGNED DRAWN OATIS L.A. KYNG. SCALE: 1" = 20' DESCRIPTION REVISIONS CHECKED L.A. SENSOR UNIT CHANNEL DETECTOR 1 1-M5 # 1 2 1-M2 1 2-02 # 2 2 3-02 1 # 3 4-02 2 5-02 1 1-M1 # 4 2 1-06 1 2-06 # 5 2 3-06 1 4-06 # 6 2 5-06 # 7 1 1-17 (FUT) 2 SPARE 1 1-08 # 8 2 2-08 1 SPARE # 9 2 SPARE 1 EVP # 10 2 EVP 1 EVP # 11 2 EVP 181 -DETECTOR LOOP LOCATIONS SHALL BE APPROVED BY ENGINEER IN FIELD PRIOR TO INSTALLATION. PLAN TS ORANGE COUNTY RESOURCES & DEVELOPMENT MANAGEMENT DEPARTMENT IRVINE AVENUE AT ORCHARD DRIVE PAB>AAEDIJNDER SIJPElMSl0N SCALE NO SCALE ER08922 SHEET TS-1 R1 OF 5 -----~----.... --- CONSTRUCTION NOTES: PROVIDE AND INSTALL TYPE II LOOP WIRE, TYPE B DLC AND TYPE E CIRCULAR DETECTOR LOOPS, 1' INTO CROSS WALK AT 10' SPACING. PROVIDE AND INSTALL 2" CONDUIT, PULL BOX AND CONDUCTORS FROM PULL BOX TO CONTROLLER CABINET. PROVIDE AND INSTALL ADDITIONAL DETECTOR CARDS IN CONTROLLER CABINET FOR OPERATION INDICATED. 2" CONDUIT WI 12 PR #19 ICC TO CABINET AT IRVINE AVE. I ORCHARD DR .. SCALE: 1" = 20' ---------------------------------------------------------------------------------------------------------------- ---------------------------------------------------------------------------------------------------------------- 50 51 ~ 52 4" DOUBLE YELLOW 53 ETAIL29 ---·~ 1-0_ t;;r;~ )_; ----------------------------380'TO t 0 ---J.IM!IIJNL ---------- 2-0_ ------------------------------------------- GENERAL NOTES: 1. ALL WORK, MATERIALS AND EQUIPMENT SHALL BE FURNISHED BY THE CONTRACTOR AND CONFORM TO THE STATE OF CALIFORNIA, DEPARTMENT OF TRANSPORTATION, STANDARD PLANS AND STANDARD SPECIFICATIONS DATED MAY 2006, AND THE SPECIAL PROVISIONS FOR THIS PROJECT. 2. THE CONTRACTOR IS REQUIRED TO ASCERTAIN THE EXACT LOCATION OF UNDERGROUND FACILITIES PRIOR TO DOING WORK. THE CONTRACTOR SHALL POTHOLE FOR NEW POLE LOCATIONS AND OBTAIN APPROVAL FOR THE PROPOSED LOCATION FROM THE CITY. 3. THE CONTRACTOR SHALL OBTAIN ALL NECESSARY PERMITS AND NOTIFY ALL UTILITY COMPANIES A MINIUM OF 48 HOURS PRIOR TO THE START OF CONSTRUCTION. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO COORDINATE ALL PHASES OF THE CONSTRUCTION WITH THE VARIOUS UTILITY COMPANY INVOLVED. 4. THE CITY SHALL APPROVE THE EXACT LOCATION OF ALL POLES, PULL BOXES, CONDUITS, DETECTOR LOOPS, AND CABINETS IN THE FIELD. POTHOLING IS REQUIRED PRIOR TO CONSTRUCTION. 5. ALL PULL BOXES SHALL BE No. 5 UNLESS OTHERWISE NOTED ON PLANS. 6. ALL LOOPS SHALL BE "E" SPACED 10' APART AND SHALL EXTEND 1' IN TO CROSSWALK OR LIMIT LINE UNLESS NOTED OTHERWISE (i.e. EXISTING). 7. ALL SALVAGED EQUIPMENT SHALL BE DELIVERED UNDAMAGED, BY CONTRACTOR, TO THE CITY OF NEWPORT BEACH STORAGE YARD AS DETERMINED BY ENGINEER. CONTRACTOR SHALL GIVE A 48-HOUR NOTICE TO THE CITY OF NEWPORT BEACH PRIOR TO THE DELIVERY DATE. 8. ALL TRAFFIC LOOPS, SIGNING, PAVEMENT MARKERS, AND STRIPING SHALL BE COMPLETED PRIOR TO SIGNAL TURN ON. 9. THE CONTRACTOR SHALL NOTIFY THE COUNTY AT LEAST 48 HOURS IN ADVANCE OF THE ELECTRICAL WORK AND PRIOR TO REQUIRED INSPECTIONS. 10. REPLACE ALL SIGNAL HEADS AND HARDWARE AS REQUIRED. INDICATIONS SHALL BE 12-INCH L.E.D.(LIGHT EMITTING DIODE). ALL SIGNAL HEADS TO BE COMPOSITE TYPE. ALL SIGNAL HEADS, TERMINAL BOXES, AND HARDWARE SHALL BE NEW. 11. REPLACE ALL PEDESTRlAN MODULE INDICATIONS, HOUSINGS, AND HARDWARE. PEDESTRIAN INDICATIONS SHALL BE L.E.D. COUNTDOWN MODULES. 12. ALL PEDESTRIAN AND BIKE BUTTONS SHALL BE REPLACED WITH APPROVED A.DA BUTTON ASSEMBLIES. ALL BUTTONS SHALL BE 40 INCHES ABOVE FINISHED GRADE. 13. INSTALL ALL NEW CONDUCTORS IN NEW CONDUITS. PRIOR TO INSTALLING NEW CONDUCTORS, EXISTING UNDRGROUND CONDUIT SHALL BE CLEANED WITH A MANDREL OR CYLINDRICAL WIRE BRUSH AND BLOWN OUT WITH COMPRESSED AIR. 14. ALL CONDUITS SHALL BE SCHEDULE 80 PVC AT A MINIMUM DEPTH OF 36 INCHES. 15. ROTATE ALL FRAMEWORK AWAY FROM THE CURB FACE TO MAXIMIZE VEHICLE CLEARANCE FROM ROADWAY. 16. SIGNAL SHALL REMAIN IN OPERATION AT ALL TIMES. CONTRACTOR SHALL PROVIDE TEMPORARY OVERHEAD WIRING. 17. UNLESS OTHERWISE NOTED, THE CONTRACTOR SHALL FURNISH ALL MATERIALS AND EQUIPMENT REQUIRED. 18. ALL EQUIPMENT SHALL BE NEW EXCEPT AS NOTED. SEE POLE SCHEDULE. 19. CONTRACTOR SHALL PROVIDE WATER REMOVAL EQUIPMENT IF UNDERGROUND WATER IS ENCOUNTERED, PER SECTION 10-6.04 OF THE STATE STANDARD SPECIFICATIONS. 20. ALL TERMINAL BOXES SHALL BE LINGO INDUTRIAL ELECTRIC MODEL, LESV1T, OR AGENCY APPROVED EQUAL, EXCEPT ON 1APOLES. 21. CONTRACTOR SHALL MAINTAIN THE EXISTING TRAFFIC SIGNAL IN FULL OPERATION, WITH VEHICLE AND PEDESTRIAN DETECTION, UNTIL THE NEW TRAFFIC SIGNAL SYSTEM CAN BE PLACED INTO SERVICE. 22. SEE "PLAN SS" FOR ADDITIONAL TRAFFIC SIGNAL NOTES. 23. SEE "SIGNAL DETAILS" SHEET FOR ADDITIONAL TRAFFIC SIGNAL NOTES AND DETAILS. 24. MODIFICATIONS TO CABINET, EVP AND BATTERRY BACKUPTO BE PROVIVED BY MFG REPRESENTATIVE. )i b - )i . I 0 - 1 0 3 inches on original drawing CITY OF NEWPORT BEACH I f 2 en m OJ ;o -en -I 0 r en -I ;o m m -I© MARK OATt DESCRIPTION PLAN TS ORANGE COUNTY RESOURCES & DEVELOPMENT MANAGEMENT DEPARTMENT IRVINE AVENUE AT SE BRISTOL STREET PLAN ION SHEET DETAIL A 4-SECTION SIGNAL HEAD 12" LENSES ® © ®) ® SIMULTANEOUS '-..... =--' DETAIL E 5-SECTION SIGNAL HEAD 12" LENSES • BAND STRAP OR BOLT FRAME WORK AT TOP, TO SIGNAL POLE, AS DIRECTED BY ENGINEER. • NO CAST ALUMINUM TERMINAL BLOCKS ALLOWED. DETAIL F INTERCONNECT SPLICE CABINET I.I z :, T 16" s "",. f---3" 2"-,.._ I 31" J.,,-PADLOCK V HASP t 11 b LOINE O -+'----r 6 314" 1 I J e-l------22" J / DRAIN LINE / ' 17" -+-1--" LOAD l .. !IQ 0 l I I+ 2 l/4'" "'1 ____ __,.,,_'-FRONT 12 l/4" DRAIN LINE +'IHM-.'l'-0 b . :· • b FINISHEE:,) • ~ GRADE :; •0 . . = ...... r,;w .. . • 0 . . '='l='Flioa!-,=c!c-ANCHOR BOLTS I~ ''. • ·;cl,; 0 ~" l/4'"X 18" ._ b .: 1, , (4 REQUIRED) 111 l---14 V4~! I~ ~22"~ NUMBER OF CONDUITS AND SIZE MAY VARY <TYPICAL) •• ·w· • •• :• II • •• .. . b :. • :. ··k -~· •• • ,-, .... •cl::; Y. • .. L, I FRONT VIEW SIDE VIEW NOTES -DETAIL F 12" 1 GROUND COPPER ROD (l/4'" X 8') WITH WIRE CLAMP ON TOP OF ROD PLAN VIEW 1. FOUNDATION TO BE 22" X 22". ANCHOR BOLT PLACEMENT PER CABINET MFG. TEMPLATE. 2. ENCLOSURE SHALL BE ALUMINUM AND FURNISHED WITH A DETACHABLE MOUNTING BASE. 3. ALL FACTORY INSTALLED COMPONENTS SHALL BE U.L. LISTED OR PER PUBLISHED 2004 N.E.C. STANDARDS. 4. A 3'4" CONSTRUCTION GRADE PLYWOOD PANEL SHALL BE FASTENED TO s. 6. 7. THE REAR WALL. PANEL SHALL BE 12" X 24" AND SHALL HAVE A No. Ml-25 AND R-84I STANDOFF FASTENED IN THE CENTER OF THE PANEL. ENCLOSURE FINISH SHALL CONFORM TO A.S.T.M. B-117. PAINT TO BE APPLIED TO EXTERNAL AND INTERNAL CABINET SURFACE SHALL BE WHITE ANTI-GRAFFITI CARDINAL'S 6409 G SERIES OR APPROVED EQUAL. ANTI-GRAFFITI PAINT SHALL BE APPLIED TO CABINET AT THE TIME OF MANUFACTURE. PROVIDE l l/4'" CONDUIT FOR FUTURE ll5 VAC SERVICE. PROVIDE GROUND BUS INSIDE SPLICE CABINET. DETAIL B INTERSECTIONS RAISED MEDIAN FEA" 'EC Tr 1. 2. 3. 4. ) VARIABLE 3 (' -----l.~---+ TYPICAL INTERSECTION (i) 0.5' ----'"""' (VARIABLE) 4' VARIES ~L =• ~ t;: 0.5' I / FEATHER TO EXISTING fg d "---· SECTION B -B --CV NOTES -DETAILS B SAWCUT AND JOIN EXISTING REMOVE CONCRETE CONSTRUCT 0.85' AC OVER NATIVE SOIL CONSTRUCT TYPE Al-8 CONCRETE CURB PER APWA STD. PLAN 120--0. DETAIL G CONTROLLER CABINET WIRING V4 AMP ~------.-v-------:----FAN 15 AMP t------------------DUPLEX OUTLET ,__.,,...-._. _________________ ,._ ----. CABINET LIGHT 10 AMP r-----lJI'"----------... ----. DETECTOR PCWER -AUTO. FLASH ----... ,-/-c·o-N-F..S_T_. -----. STOP TIME POWER r,::s,==¥=f:;:::=;~~---. A.C. CONTROLLER SIGNAL I • I) ONl~IO A;. BLACK M~ ~ • ~ ......, AUXILIARY PANEL ---+-... .. 1--=--~--,p-j-'-0"'.~~ ~ , ·--. • 60A. fW _, -,• oOFF\ BREAKER tt74t::t=~~--f..-.... __ AUXILIARY EQUIP. A.C-I/ON;_,,:::,_ V -'-...\ -(PWR. ON T.B.) WHITE OFF -K --......._ STOP TIME I\ I - -• CONTROLLER POWER VOLTAGE SURGE---1-- PROTECTION ON ST P TIME __ ,...J J LA H OFF • AUTOMATIC FLASH EQUIP. / OF • PCLICE PANEL 00000001 . STOP TIME OUT GND. BUS I ./ V FLASH RELAY SIGNAL LIGHT -----• FLASH POWER A.C. COMMON •••••••• BUS MC I 50 A. MIN. L_!:rr---A.C. + LIGHTS DETAIL C ILLUMINATED STREET NAME SIGN COMPONENTS PROVIDE l/4'" NPS COUPLING WITH PLUG (BACKSIDE) ~ TELESCOPING ~=:::::::::t1:::::::: BRACKETS 0'-3W-_"CLEARANCE r, p.. ~ !.A?'J-. 11...=-,=-- FINE ADJUSTMENT-;::::J:!i=:======:::.c!:4 ~~ ------- NUTS & BOLTS I s I G N ---- ~--I € B I NOTES -DETAIL C A 1'-6" (18"x72" SIGN), 2'--0" (18"X96" SIGN} B 10'-6" CENTERLINE OF SIGN TO FACE OF POLE DETAIL H RAISED MEDIAN MARKING 3 I NOTES -DETAIL H CD PAINT MEDIAN NOSE WITH HIGHLY REFLECTIVE PREMIXED WHITE TRAFFIC PAINT WITH GLASS BEADS. (y INSTALL FLEXIBLE VERTICAL TYPE K MARKER, R7, RIO OR TYPE N-I ON TELESPAR PDST AS INDICATED ON PLAN. @ INSTALL YELLOW REFLECTIVE PAVEMENT MARKERS ON TOP SURFACE OF MEDIAN CURB NOSE AT 2' C.C. SPACING (MINIMUM 5 MARKERS). PLACE REFLECTIVE SURFACE OF MARKERS PERPENDICULAR TO t OF ROADWAY. DETAIL D TELEPHONE SERVICE BOX SECURELY ANCHOR l/4'" PLYWOOD TO BASE OF TELEPHONE BOX. ___ _ r 'v A V 8" X 10" X 4" ALUMINUM TELEPHONE BOX TYPE NEMA 3R -......... t-,.._ 1,..::~,--, I 1/EPHONE STAMP "TELEPHONE" ON BOX. --•-I I / DRAIN LINE I ~!"CONDUIT I 18" ✓ j ~~;;~~-7/it--r-----------l-..L GROUND COPPER..: ROD ¼!"X 8' GENERAL NOTES : & FINISHED GRADE L ALL WORK, MATERIALS AND EQUIPMENT SHALL CONFORM TO THE REQUIREMENTS OF THE CALIFORNIA, DEPARTMENT OF TRANSPORTATION, STANDARD PLANS AND STANDARD SPECIFICATIONS DATED MAY 2006 AND THE SPECIAL PROVISIONS FOR THIS PROJECT. 2. UTILITIES SHOWN ON THESE PLANS ARE CORRECT AND ACCURATE TO THE EXTENT OF AVAILABLE RECORDS AND KNOWLEDGE. THE CONTRACTOR, HOWEVER, IS REQUIRED TO ASCERTAIN THE EXACT LOCATION OF UNDERGROUND FACILITIES PRIOR TO DOING WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH THEIR SERVICE. 3. 48 HOURS PRIOR TO BEGINNING OF CONSTRUCTION, THE CONTRACTOR SHALL CONTACT CITY OF NEWPORT BEACWTRAFFIC DIVISION FOR INSPECTION. 4. THE ENGINEER OR REPRESENTIVE SHALL APPROVE POLE AND LOOP DETECTION PLACEMENT IN THE FIELD PRIOR TO INSTALLATION. 5. ALL CONDUITS SHALL BE 2" UNLESS OTHERWISE NOTED . 6. ALL PULL BOXES SHALL BE #5 UNLESS OTHERWISE NOTED. 7. ALL SALVAGED EQUIPMENT SHALL BE DELIVERED UNDAMAGED, BY CONTRACTOR, TO THE CITY OF NEWPORT BEACH, CITY STORAGE YARD AS DETERMINED BY ENGINEER. CONTRACTOR SHALL GIVE A 48-HOUR NOTICE TO THE CITY PRIOR TO THE DELIVERY DATE. 8. CONTRACTOR SHALL PROVIDE ALL NECESSARY TELEPHONE AND ELECTRICAL SERVICE LINES AND INTERCONNECT HOOK-UPS BETWEEN THE LOCAL CONTROLLER AND THE SYSTEM MASTER. 9. PEDESTRIAN INDICATIONS SHALL BE INTERNATIONAL SYMBOL AND LED. 10. PEDESTRIAN PUSH BUTTONS SHALL BE TYPE B WITH INTERNATIONAL SYMBOL PLATE. 11. ALL VEHICLE INDICATIONS SHALL BE 12" DIAMETER WITH BACKPLATES, LEDS, UNLESS SHOWN OTHERWISE. 12. CONTRACTOR SHALL POTHOLE CONFLICTING UTILITIES AS DIRECTED BY ENGINEER. 13. CONTRACTOR SHALL AVOID DAMAGING EXISTING UTILITIES. (SEE SPECIAL PROVISIONS). ft:. 14. DETECTOR LOOPS SHALL BE CIRCULAR 6' DIAMETER WITH 10' SPACING IN THE DIRECTION OF TRAVEL UNLESS OTHERWISE NOTED. 15. ft:. 16. ALL DETECTOR LOOPS SHALL HAVE FOUR (4) TURNS. 17. 18. TRAFFIC CONTROLLER CABINET FOUNDATION SHALL BE 18' ABOVE AND BELOW FINISHED GRADE (SEE DETAIL D) . 19. INSTALL ' CABINET DOOR OPEN" CIRCUIT IN CONTROLLER CABINET PER MANUFACTURE'S SPECIFICATIONS. 20. CONCRETE REPLACEMENT TO MATCH EXISTING, SCORE LINE TO SCORE LINE. PLAN TS ADDED NOTE 16. ORANGE COUNTY 3-29-88 44-88 12-8-88 11-18-91 6-7-93 1-1-97 3-4-97 8-31-98 DELETED TYPE 11 SERVICE. RESOURCES & DEVELOPMENT MANAGEMENT DEPARTMENT MARK DE$19NED DRAWN DATE L.A. KYNG. ADDED INTERCONNECT SPLICE CABINET. MODIFIED INTERCONNECT SPLICE CABINET. MODIFIED CONTROLLER CABINET WIRING. MODIFIED INTERCONNECT SPLICE CABINET. MODIFIED OVERHEAD STREET NAME SIGN. MODIFIED DETECTOR LOOP NOTES. ADDEO NOTES IN DETAIL E DESCRIPTION REVISIONS I CHECKED L. A. IRVINE AVENUE SIGNAL DETAIL SHEET PREPARED UNDER SUPERVISION OF SCALE DATE NO SCALE JUN 07 •• .., "' *.\ Exp,9.:.30.:00 1 .* :.:-._·,.,,.-:, ,__,, ~- ER08922 SHEET TS-3 OF 5 POLE SCHEDULE POLE DATA H.P .S. LIGHT• SIGNAL MOUNTING P.P.B. . SIGNAL B.P.B FOUNDATION ILLUMINATED SIGN ■ NO. TYPE HEIGH M.A. M.A. WATTS VEH. M.A. PED. PHASE QUAD TYPI SIZE MESSAGE<DBL.FACE © 29·5·100 30' 55' lt)' 250W SV-1-T 2-MAS SP·l·CS 4./-N _______ C 3' ·O"X9' ·2" Mesa Dr 2"C,1-DLC 2 1-A<Rl 10· .. -TV-2-T -SP-1-CS 1 6./4 E_.,.----N s 2' -O"X3' -0" -- @ 19-4·100 30' 30' 15' 250W SV·l-T 2·MAS SP·l·CS 6./. E~-C 3'·0"X8'-10" Irvine Ave G) 1-A<Rl 10' . TV·l-T -SP·l·CS e.,,...,..-6 S------E s 2' .. Q"X3' -011 -. - \i iI ·' • 5 29-5-100 30' 50' 15' 250W SV·l-T 2-MAS SP·l·CS a__,....,.-: s_.,.----. 2.,/a SEE SHEET TS-5 Mesa Dr ii a ll 3"C, CONDUCTORS r 6 l·A<Rl 10' - - 0 24-4-100 30' 35' 15' 8 l·A 10' . . ALL POLES AND EQUIPMENT SHALL !RI• RELOCATED (El• EXISTING Exist l1/2"C, REPULL 12P"1 ----------- 150' . TV·2·T 250W SV·l·T -TV-1-T . CONDUCTOR AWG CIRCUIT A\ h 01 3 3 02 . - 03 . - 04 . 3 05 . . 06 . . 07 . 3 08 . . 02P 2 2 # 14 04P . 2 06P . - 08P . - 02PPB/02BPB -:/'( Vt 04PPB/04BPB 1/. l/. .06PPB/06BPB -/ -~ 08PPB/08BPB ·/. 1/- PPB COMMON 1 1 lSNS . 2 SPARES 3 3 TOTAL 11 22 SIGNAL COMMON 1 1 # 10 LUMINAIRE -2 TOTAL 1 3 01 -. 02 4 4 03 . . 04 . . DLC 05 1 1 06 . . 07 -- 08 . . TOTAL 5 5 3"20 EVP CABLE . I 12P"l9 INTERCONNECT - - CONDUIT SIZE 2" 3" -SP-l·CS w__.........-s s 2-MAS SP·l·CS 2.,..,,.--:: w __....._ • -SP·l·CS 4__......---"2 N__.....-w s SCHEDULE RUN A ~ A ~ A ~ A 3 3 3 . 3 6 . . -3 3 -. 3 -. . -3 3 3 . 3 3 3 3 3 6 -. 3 3 . - 3 . . . . - 3 3 - 3 3 3 -. 3 . 3 3 3 . . 3 - 2 2 2 -. 2 - 2 2 2 2 2 4 - --2 -2 4 - 2 2 2 -. 4 . Vi 1---(" Vt / 1/. Yi -.✓- V. V. 1/-.:.--1' Yi' 2....-1 ·_.,.< ·/. --✓-:.,,( 1/. 1/. 1......-(' • /. :..--1 Vt Vt :/ :/ 1/i ·/. 1 1 1 1 1 2 . 2 2 2 -2 -4 3 3 3 3 3 6 . 29 36 39 14 26 65 4 1 1 1 1 1 2 . 2 2 2 . 2 . 4 3 3 3 1 3 6 4 . -1 -. 1 - 4 4 4 . . 4 - 2 2 2 . -2 . . -. 2 2 2 . 1 1 1 -. 1 . -. 5 . -5 . . . . 1 1 1 . 2 2 2 . . 2 - 9 9 15 3 3 18 - 1 2 2 . 1 4 - . . 11El . l<EI 2<El . 3" 3" 3" 2" 3" 2~3" 2" 2'-0"X3'·0" -BY EDISON SEE SHEET TS·5 Irvine Ave 2' .. 0"X3'-0u . e INDUCTIVE LOOP DETECTOR SCHEDULE SENSOR UNIT CHANNE DETECTOR # 1 1. 1-02 2. 2-02 # 2 1 3-02 2 4-02 # 3 1 1-00 2 SPARE # 4 1 • 1-06 2A 2-06 # 5 ,. 3-06 2 SPARE # 6 1 4-06 2 5·06 # 7 1 1·01 2 SPARE # 8 1 • 1·&4 2 SPARE # 9 1 * 2·04 2 SPARE # 10 1 1-07 2 SPARE # 11 1 • 1 ·l'JB 2 SPARE # 12 1 * 2-06 2 SPARE # 13 1 1·03 2 2-03 # 14 1 SPARE 2 SPARE # 15 1 SPARE 2 SPARE # 16 1 EVP 2 EVP l!ll· DETECTOR LOOP LOCATIONS SHALL BE APPROVED BY ENGINEER IN FIELD PRIOR TO INST Al.LATION. A· INTEGRAL CALL HOLD CAPABILITY CO·S SEC. MIN.) lf<• INTEGRAL CALL DELAY CAPABILITY C0-30 SEC. MIN.> ALL CONDUIT, CONDUCTORS, AND DLC SHALL BE NEW UNLESS OTHERWISE NOTED: <E> • EXISTING ----- 1-04 I l I ! I l PHASE DIAGRAM 01 02 03 t> OVERHEAD <l-----1> POWER LINE 05 <l-----1> <l ,---~ 01+05 1-----, 01+05 02+06 __ ,.. 03+07 :::---~0~2•~0~5_J----' SEQUENCE WITH CAI.LS ON ALL PHASES. 2"C, 3-DLC REPULL 12P•19 • " _✓._ . ,l_\"-~-~--1\ --~ 'W;"'flff%i"t'F'f'.?t - =~l~~~f~~--:~~-~: ----J..!A ~ 14' ·----~~-·-~--~~- 5-00 11' 11' 11' 11' 11' CONSTRUCTION NOTES: Exist 2"C, INSTALL 3-DLC REPULL 12P"19 (II fill POLE AND EQUIPMENT PER POLE SCHEDULE. REMOVE EXISTING FOUNDATION COMPLETELY. I]] REMOVE EXISTING PPB POST AND EXISTING FOUNDATION COMPLETELY. [fil PROVIDE AND INSTALL NEW TYPE P44 CABINET TS2TYPE2WITHECONOLITE '\27 MODEL ASC/3-2100 TS2 TYPE 2 CONTROLLER. \/ @ FURNISH AND INSTALL BATTERY BACK·UP SYSTEM <BBS> PER SPECIFICATIONS.w [fil FURNISH AND INSTALL NEW EVP DETECTOR PER SPECIFICATIONS. SALVAGE EXISTING DETECTORS TO CNB. [j] CONSTRUCT SPREAD FOOTING FOUNDATION. SEE SHEET TS·5 FOR DETAILS. . '[z:j TEMPORARILY DISCONNECT SIC CABLE FROM CONTROLLER ON MESA DR AND COIL IN EXISTING PULLBOX. REPULL AND RECONNECT SIC INTO NEW CONTROLLER CABINET LOCATION. ii ,& SCALE= 1" =20' LEGEND: -< EMERGENCY VEHICLE PREEMPTION SIGNAL INTERCONNECT SIC EVP EMERGENCY VEHICLE PREEMPTION PLAN TS CITY OF NEWPORT BEACH "APPROVED FOR CONCEPT & ADHERENCE TO THE CITY OF NEWPORT BEACH STANDARDS & REQUIREMENTS ONLY. THE CITY OF NEWPORT BEACH IS NOT RESPONSIBLE FOR DESIGN ASSUMPTIONS & ACCURACY." APPROVED: S. PUBLIC WORKS DATE R. . . . XP. 6/30/08 [j] INSTALL T.S. LOOPS PER CALTRANS STD. PLANS ES·5A, 5B <TYPICAL) TYPE E LOOPS. r 81 FPL and Associates, Inc. r r• Troffic • Tronsportotion • Ci"11 • CAO 12120/07 MODIFIED NOTE. ORANGE COUNTY III INSTALL TYPE II MODIFIED SERVICE PER W CITY STD. 910-L. 'ii Exist 2"C, INSTALL 1-DLC 10 Corporate Pork, Suite JJO trwne, CA 92606 PHONC: 949-252-1688 "Washington WASHINGTON GROUP INTERNATIONAL 17300 REDHILL AVE, SUITE 150 • 1RVINE, CA 92614 TEL: (949} 756-6006 · FAX: (949) 756-6116 11/19/07 11119/07 11119/07 MARK DATE ADDED NOTE FOR SNS TO BE GELCORE OR EQUAL. REVISED SIGNAL CONTROLLER AND CABINET TYPE CONST. NOTE "3". ADDED GENERAL NOTe "8", DESCRIPTION REVISIONS PREPARED UNDER RESPONSIBLE CHARGE OF: RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT IRVINE AVENUE AT MESA DRIVE SIGNAL MODIFICATION PLAN DESIGNED SHEET DRAWN !;HECl<EO ADZ TS-4 SCALE DATE DRAWING NO. R1 ASSHOWOI 06/23/00 ER08922 OF 5 S' ,-.. 3'-0" +• #6CONT r #s L A .--BOLTS AND BASE PLATE PER CALTRANS STD PLANS ES-7FAND ES-7G =:::;:i;~;;:::~_::-7 #4 SPIRAL l A ~ ii: □ r 7 B c'5 w ~. INTERSECTION AT IRVINE AVE. = 23+22.12 B ~ 1/8" TYP >-~€l 3'-6" #?CONT TYP l r•• -■ •-••-• • -• ,,_, __ •• -•'" -••-• ■-■•-• --•■-••-,.•-•• -•• ■•-• • - • ■ -••-•• -••-•• -•• -■w-■■ - • • -••-• • - • •-•■-■ • -••-•• -•■ • •-••-• •-■ -■• -• ■-■ •-•■-■■ -■■-■■-■ -••-• ■-••-• •-••-• •-•, ! / ' i ( #SDRILL&GROUT TYPICAL SECTION .l i /\ __ ~ TOP SLAB OF EXIST _ _,_; __ f\......._ ____ -v---3/4" POLYSTYRENE 314 .. = 1, BOX CULVERT \J - 21 '-8" ~ FOUNDATION I SEE TRAFFIC SHEET TS-4 . - I I I : : I I • I • I I I \ I " i • I \ I I I I ' / I ' i "a • I • ,r ----- I /' ' I ------I . ----·--· " : -• '-\ I -I 91 • I ,,,,,. ...... \ I / I I \ I I I -~ i I \ • \ I I --I ' .. ~ \ I \ • ~ I Iv' \ I I I '-\ : '-\I, \ : ~ I SECTION B-B #7TOT9 T&B LONGITUDINAL OT5 3/4" = 1' BARS (TOT 18) ILL&GROUT #ST DR EAC HEND AS SHOWN -I p S GNAL OLE FOUNDATION ~PEDESTAL 1 ---#4 @ 4" PITCH WITH 18" LAP ' AT SPLICE. TERMINATE ENDS ft--' I l • I • l I ' --------L--------' I ' • ! I I I WITH 1 FULL TURN AND A 135°, 6" LONG HOOK R 1'-6" #5TOT 12 L 1" THICK PLATE -- C TYP I • ,, I I I --ANCHOR BOLT HOLES 10" .¢ HOLE NOTES: 1. FOR "C" AND "DI" DIMENSIONS SEE CALTRANS STD PLANS ES-7F AND ES-7G. i INTERSECTION AT MESA DR.= 10+00 I I I I I ---iiRVINE AVE ____________________________ 29~~!_i F ORANGE CITY OF NI WPORT-BEACH _________________________________ _ ~FOUN FOUNDATION #1 FORPOLE#7 EDGE OF BOX CULVERT ---- DATION = TAL= ~PEDES ~POLE #6@ 12 T & B TRANSVERSE BARS G ENERAL NOTES 1. REINFORCED CONCRETE: fc = 3,600 psi fy = 60,000 psi 2. DESIGN CRITERIA: AASHTO STD. SPECS. FOR STRUCTURAL SUPPORTS FOR HIGHWAY SIGNS, LUMINAIRES AND TRAFFIC SIGNALS, 4TH EDITION. 3. ALL DIMENSIONS ARE IN FEET UNLESS OTHERWISE SHOWN. 4. CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS. I -------· I I I PLAN 1" = 20' EDGE OF BOX CULVERT NOTE: FOUNDATION #2 FORPOLE#5 SANTAANA ~~~Ee--OELHICHANNEL POLE LOCATION PER SHEET TS-4. ORIENTATE FOOTING SQUARE WITH EXISTING BOX CULVERT. PLAN TS ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT "f7 12126/ REMOVED CITY OF NEWPORT -..:/ 2007 BEACH SIGNATURE BLOCK IRVINE AVENUE WIDENING FROM S'LY MESA DRIVE MARJ< DATE DESCRl PTI ON TO S.E. BRISTOL STREET REVISIONS ,, ,, ," 2. REST ANCHOR PLATE ON BOTTOM MAT OF STEEL. NON-STANDARD TRAFFIC SIGNAL FOUNDATION SECTION A-A ANCHOR PLATE DETAIL 3/4" = 1' NTS 0ESIGNEO A. DOUGLASS SHEET DRAWN A· OOUGLASS CHECKED Y, PANGILINAN TS-5 SCALE DATE DRAWING NO. R 1 OA11S AS SHOWN JUN 06 ER08922 OF 5 +361 +34' +32' +30' +28' --.... ·-· .. +---3" --~-1-----I +26' +22' +20' +18' r---1 I I ----- TF O+ 0.00 19. I TF 0+3 .82 19.00 ' ------------t------------:--------------+------------j_ ____ __,, i RET. WALL EiAtN1NGWAtt-TYPE··t------------l-----------=EH'l----<>R~EIF-',WAl::l:-'f¥PE-·t----t--------------l----ll-- TOP OF WALL IF 0+61. 19.57 DESIGN r-1----t-----------,-------_.,:H~=_:;12~'-t' -----------j-----------4,,,..._!H!.=::...!:18~;,.,j◄---H~=!8_' ----,..J --+--------------+-------....c;H~ ---1------------------------·--·'··--------·-··•----· -··-------+---4-+--~~=~-~----l Q,._ &_(TYP.) 10.00' 10.00' 13.63' ~~ FOOTING STEP TYP.) 3.50 +61.07 25.00 I I I I ,, ~ /I I I I I TF 3+96.07 28.00 TF 3+ 6.07 6.00 TF 4+26.07 34.00 t" ., --~-1--- TF 4+49.70 38.00 +44' +42' +38' +36' +34' +32' +30' +28' +26' +24' I I , 1 EXIST, G . LF CART +16' -+ ___ __i _______ f __ ·--l---•---·---TlJNNELI.:::_:_.:::.:_:_:_:___ _________ +-------------+--------------+------------t========::::::::::j-:::::=:::::::::::::::::::~--~------------+------------t-----------1--1- 1 1 1 I +22' i I I I I STIIJ'llllllll 0+00 0+50 1+00 1+50 2+00 2+50 3+00 3+50 4+00 4+50 5+00 cu. YOS. ---r-----------y----------------t------------j------------t---------------t----------_:,._:_: __________ -+:::_ ____________ _::.:.::::. __ __;;;srm11Dt11 ----~------------;-------------!--------------------+-----------···------·-----j---------------+------------+---------·----t-------------+------------+---------------L_:EX::C::·_ CU. FILL FILL Y0S. EXC. 0 R1 R2 R 1054' 917' 35 ----- * STATIONING BASED ON IRVINE AVE. <t_. SEE "PLAN & PROFILE" SHEETS FOR (t_ CURVE DATA RETAINING WALL FOOTING LIMITS ----3 inches on original drawing / /. I RET. WALL,. .~J:•.uolli:IUIIIIHIIIUIOIIU':¢.:lt~ ~--·····-91 ---------------------------------------~ 'i ----,------------ -MARK 1"=20' RETAINING WALL 1 CALTRANS TYPE 1 (MOD.) (SEE SHEET RW-4) 6' CHAIN LINK FENCE PER 600-1-OC TOP OF WALL SEE NOTE 5 3" WALLLOL SEE NOTE 1 BSW 36" BO-3 ARCHITECTURAL FACING SEE NOTE 7 18" MIN. NOTES: TYPICAL SECTION NOTTO SCALE 3-1 WEEPHOLES& PERVIOUS MATERIAL SEE NOTE2 1. RETAINING WALL LAYOUT LINE IS LOCATED ALONG EARTH RETAINING SIDE, ALONG THE PROPOSED BACK OF SIDEWALK. 2. SEE "RETAINING WALL DETAILS" SHEET RW-4 FOR REINFORCING AND DIMENSIONS. 3. SEE 'RETAINING WALL DETAILS" SHEET RW-4 FOR PAY LIMITS FOR FOR STRUCTURAL EXCAVATION AND BACKFILL. 4. SEE PLAN & PROFILE SHEETS FOR FINISHED GRADE ELEVATIONS. 5. CONSTRUCT TOP OF WALL FLUSH WITH FINISHED GROUND AT GOLF COURSE MAINTENANCE DRIVEWAY. REFER TO DRIVEWAY DETAILS SHEET 36. 6. SUBDRAIN SHOULD BE LOCATED A MINIMUM OF 1' FROM EXPANSION JOINT. 7, SEE SPECIAL PROVISIONS FOR RETAINING WALLARCHITECTURAL FACING STYLE AND DETAILS. GENERAL NOTES DESIGNi CAL TRANS BRIDGE DESIGN SPECIFICATIONS MAY 2006 REINFORCED CONCRETE: RETAINING STRUCTURE DATA: fy = 60,000 psi fs = 24,000 psi fc = 3,600 psi fc = 1,450 psi n = 10 LOADING CASE 1: LEVEL BACKFILL + 2' Surcharge EQUIVALENT FLUID PRESSURE = 36 psi max. PLAN RW ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT 1/13/07 ADDED TOP OF WALL ELEVATIONS IRVINE AVENUE WIDENING DATE OESCRI PT! ON RETAINING WALL 1 PLAN AND PROFILE (STA. 34+84.16 TO 39+40.29) DESIGNED E EBQNOOSO SHEET DRAWN J YU I Ai 089§ SCALE AS SHOWN DATE JUN07 CHECKED s HQISINGIPN RW-1 DRAWING NO. R 1 ER08922 OF 7 RWOUrvine_pp_ret wall1.dgn +601 +58' +56' DESIGN H H = 12' H = 10' H = 8' +60' l---___ji------=~4---------J-!"~--------..tt,t---------'-'-':....c:::...i---------,.~---'-'--"---tr-------,-, TOTAL L = 217.2' 3 32' 30' VERTICAL CURVE <ii~ ~ _&,(TYP.) 36' TOP OF SLOPE -- 45' 60' TOP OF WALL -----------1 ---J.---GUTTER PROFILE --, - TF 2+04.00 49.20 44.2' TF 2+48.2 '1" (TYP.) 49.20 Lll ---+---+-+58' +56' +48' -+--+---------~~~-#1'----!-------+-----:;;;,..e::..----+-+------7/-.. '-,:;::.t:::::::::::::::::::::tjrr=,========::::ii-----------r---r +48' I I / I I I I \ I F 1+44.00 I I -1--l------,,..~-~L--+--'7"'L-+-------F========t=H-------+-------+-------t--t-+46' +46' I , TF 0+99.00 1 I I I 25' (TYP.) TF0+31.0 43.2 46+20 \ FOOTING STEP(TYP.) +42' -+--+----------t:.:.:.-::_-::_-=._-_-_..i-_-_-_-....J-i=====l===d--------+----------t--------·---t-----------i------------1----1-+42' TF0+00.00 +40' --l-----l----------+---------+----------1----------t------------J----------t----------i---r +40' 0+00 0+50 1 +00 1 +50 2+00 2+50 STATION S1A111111 cu. _..:E::xc.=--1------------l-----------f-----------+----------+------------t-----------r--------·---i-;E;;xc:-._vcu.iii:"1 FLL Y05. Y05. FILL SEE "MISC. DETAILS" SHEET 37 FOR REVERSE CURVE DATA. 1!l ~ w~o >co" 0::(Q...; ::::,-~ REMOVE EXIST. RET WALL ~:en~ SEE "PLAN & PROFILE" w~~ SHEETS. :'~~ --ON> PROFILE HORIZ. 1"-20' VERT. 1"=2' ------~----------------- l ~ 0 ----1 3 inches on original drawing PLAN 1"=20' RETAINING WALL FOOTING LIMITS TOP OF SLOPE GRADING LIMITS WALL2LOL ATBSW CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS. WALL 2 STA. 0+00.00 TO 0+60.00 RET. WALL2* *PROP. TC TEMP: SHORING ------ 1 1 WALL 2 STA. 0+60.00 TO 2+48.50 ./ ---------~ RET. WALL2* *PROP.TC TEMP. SHORING -------- 1 1 REMOVAL PAYLINES NOTTO SCALE LEGEND: rwma [[]]]]] STRUCTURE EXCAVATION UNCLASSIFIED EXCAVATION * PROPOSED WORK SHOWN FOR CLARITY WALL 2 STA. 0+00.00 TO 0+60.00 RET. WALL2 * PROP.SW. *PROP. TC -------- WALL 2 STA. 0+60.00 TO 2+48.50 RET. WALL2* *PROP. TC ~ 1·~~ 1·~ CONSTRUCTION PAYLINES NOTTO SCALE LEGEND: D STRUCTURE CONCRETE (RETAINING WALL) ~ STRUCTURE BACKFILL ~ UNCLASSIFIED FILL MISCELLANEOUS CONCRETE (UNREINFORCED) ASPHALT CONCRETE PAVEMENT ------ RETAINING WALL 2 CAL TRANS STANDARD TYPE 1 (SEE SHEET RW-4) SEE NOTE 1 ARCHITECTURAL SURFACE (SEE SPECIAL PROVISIONS FOR STYLE AND DETAILS) F.G. (BSW) 12" _L B11-47 CABLE RAILING B3-9 B0-3 3-1 GUTTER WEEP HOLES & PERVIOUS MATERIAL -------,--.J= --------1:'±cl,d OUTLET PIPE B3-9 ATWEEPHOLE (TYP.) TYPICAL SECTION NOTTO SCALE NOTES: 1. RETAINING WALL 2 LAYOUT LINE IS LOCATED ALONG PROPOSED BACK OF SIDEWALK. 2. REINFORCING STEEL DIMENSIONS ANO DATA PER CAL TRANS STD. PLAN B3-1. 3. FOOTING KEY NOT SHOWN ON "RETAINING WALL ELEVATION" FOR CLARITY. 4. SEE "PLAN ANO PROFILE" SHEETS FOR FINISHED GRADE ELEVATIONS ANO HORIZONTAL CURVE DATA. 5. CONTRACTOR TO PROVIDE TEMPORARY SHORING. 6. SUBDRAIN SHOULD BE LOCATED A MINIMUM OF 1' FROM EXPANSION JOINT. CALTRANS STD. PLAN SHEET NO. X X DETAIL NO. PLAN RW ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT MARK 1/13/07 ADDEO TOP OF WALL ELEVATIONS CORRECTED TOP OF 1113107 FOOTING ELEVATIONS DATE OESCRI PTI ON REVISIONS DAlE IRVINE AVENUE WIDENING RETAINING WALL 2 PLAN AND PROFILE (STA. 39+50 TO 41+78.15) DESIGNED 5 EBQNOOSO SHEET CHECKED s HQ1$1NGI9N RW-2 DRAWN :I YU I Al QBQS SCALE AS SHOWN DATE JUN07 DRAWING NO. R 1 ER08922 OF 7 RW02_lrvtne_pp _ret wall2.dgn • ··---i +32' ----:, UJ ·---1---··-~W~-=1~~D~ES~l:i:GN#H~==~H":=4'=:' ==~===*~H~=6~' =====t===~H'E' =::tj""'l)j~.,:.__-------t--_____ ----1---1-· V LENGTH 30.00' 52.37' 30. O' 5 0:: :r1-U UJ ·-+,-w-------+-----------+---1- ~ili 5 'VERTICAL CURV <D ... U) "' U) "' --«! ci <D 0 ~ C0 "' TOP OF U) "' + + 0 WALL 0 u a. ~ ~ 25' 56.19' +34' +32' +30' -+26' +24' TCE • PROP. TC* 1 1 LEGEND: ~ rmmrn * STRUCTURE EXCAVATION UNCLASSIFIED EXCAVATION PROPOSED WORK SHOWN FOR CLARITY REMOVAL PAYLINES NOTTO SCALE 8' .& ET. WALL3* ROP.SW* ------- I I I RETAINING WALL 3 CALTRANS STANDARD TYPE 1 (SEE SHEET RW-4) L EXIST. RETAINING WALL I AT BACK BAY CENTER I I 1¥0.G. • -----\ -..... ·::;/0\ ' I /I'-, \ \ \ 12" GUTTER 1--B_3_.g-+~ WEEPHOLES & BO-3 PERVIOUS t----+-... MATERIAL 3-1 ,----,. \ \ \ VWALLLOL SEE NOTE 1 18" MIN . F.G. (BSW) .___, 1 WALL ARCHITECTURAL SURFACE (SEE SPECIAL PROVISIONS FOR STYLE AND DETAILS) B3-9 PROP.TC 0+00 0+50 S1A1ION --··· CU. IXC. ··--------------+-------------+, ------------+· -----------·---------·----·----.!--~--~~,-----··--·---1----· ~ ru ! BEGIN RET. WALL WALL 3 STA. 0+00.00 IRVINEAVE STA. 21+40.12 OFFSET 52.80' RETAINING WAL~ FOOTING LIMITS PROFILE HORIZ. 1 '=20' VERT. 1"=2' 21 22 1+00 END RET. WALL WALL3STA.1+12.37 IRVINE AVE STA. 22+52.38 OFFSET 54.00' LT _______ __.__ ____ +-------L----IR\/1 ~E AVE _ __,__ ______ t ________ L _________ j PLAN 11120' 1+50 -+--1..iJ 2+00 STA1ION EIIC. cu. 1 1 YDS. -' -~;:,_, ~1-~ ~1-~ LEGEND: D STRUCTURE CONCRETE (RETAINING WALL) ~ STRUCTURE BACKFILL gj UNCLASSIFIED FILL MISCELLANEOUS CONCRETE (UNREINFORCED) OOlj ASPHALT CONCRETE PAVEMENT • PROPOSED WORK SHOWN FOR CLARITY CONSTRUCTION PAYLINES NOTTO SCALE CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS. 1 ½ 0 1 - -- -3 inches on original drawing TYPICAL SECTION NOTTO SCALE NOTES: 1. RETAINING WALL LAYOUT LINE IS LOCATED ALONG PROPOSED BACK OF SIDEWALK. 2. SEE CALTRANS STD. PLAN B3-1 FOR REINFORCING AND DIMENSIONS. 3. SEE "PLAN & PROFILE" SHEETS FOR FINISHED GRADE ELEVATIONS. 4. PROVIDE OPENING FOR 18" RCP STORM DRAIN. SEE "STORM DRAIN" SHEET 24 FOR DETAILS. MARK 1/13107 ADDED GUTTER PROFILE FOR CLARIFICATION 1/13107 ADDED DIMENSIONS TO CLARIFY TCE LIMITS DATE DESCRIPTION PREPARED UNDE DATE PLAN RW ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT IRVINE AVENUE RETAINING WALL 3 PLAN AND PROFILE (STA. 21+40.12 TO 22+52.38) DESIGNED s EBONPOSO SHEET DRAWN ,! Vil 161960S CHECKED B HOISINGTON RW-3 SCALE DATE DRAWING NO. R 1 ASSHOWN JUN 07 ER08922 OF 7 RW03_1rvine_pp_ret wall3.dgn 6' CHAIN LINK FENCE PER 600-1-OC LOL lrJ'..~ POST POCKET # 5 ~ @ EACH FENCE POST .,, o, ~ ~ FOR HEIGHT H -4,,,--V SEE PLAN & PROFILE ~--CONT. #5 (H=12') • TOT. 6 #5 lf@ 12" (H=12') RETAINING WALL 1 DETAILS NOTTO SCALE ALL REINFORCEMENT SHOWN IS IN ADDITION TO REINFORCEMENT OF ~~J CONSTRUCT RETAINING WALL PER ~ EXCEPT AS NOTED IN TABLE BELOW. TABLE OF REINFORCING STEEL DIMENSIONS AND DATA FOR RET. WALL 1 CAL TRANS TYPE 1 MODIFIED Desian H 10' 12' B 3'-10" 5'-8" w 6'-6" 8'-0" Kx Q' .. 8" 1'--0'' Kv 2'-2" 2'-8" 1 1 ----3 inches on original drawing CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS. RETAINING WALL TYPE 1 DESIGN H=8' 6' CHAIN LINK FENCE PER 600-1-OC FG !l.' R', ✓POST POCKET 4---# 5 ~@ EACH FENCE POST "' o, PILE FOOTING FOR RETAINING WALL TYPE 1 A I STANDARD REINFORCEMENT PER #6@ 16", TOT 4 (STAGGER WITH • STD. #5@ 16___.... BARS) DESIGN H = 8', LENGTH = 32.82', NO EXPANSION JOINTS WITHIN THESE LIMINTS 4'-0" (TYP) STANDARD REINFORCEMENT PER ~~J PLUS SPECIAL REINFORCEMENT SHOWN 0'-10" (TYP.) 10'-0" ± 6' CHAIN LINK FENCE (TYP.) TOP OF WALL FG 3 2 -#6 BOTTOM -1--- (1 EACH FACE) _& 14" x 14" PRECAST 1 PRESTRESSED PILE (35 TON CAPACITY) ALTERNATIVE "X" SEE NOTE 1 SPECIAL PORTAL WALL SECTION A-A NOTTO SCALE ALL REINFORCEMENT SHOWN IS IN ~ ADDITION TO REINFORCEMENT OF Q RET. WALL 1 TCE ROP.S/W ROP. TC* ~ ~1--1,I- REMOVAL PAYLINES NOTTO SCALE RET. WALL1 TIE ROP.S/W .PROP. TC 1:1 i ~ 2' -z------ 3' 1:1 -- CONSTRUCTION PAYLINES NOTTO SCALE ------ 2 -#4 X 7'-0" -1-----~ LEGEND: (TYP} (1 EACH FACE) ~ STRUCTURE EXCAVATION ffiillIIll UNCLASSIFIED EXCAVATION * PROPOSED WORK SHOWN FOR CLARITY LEGEND: R STRUCTURE BACKFILL ~ UNCLASSIFIED FILL 18®) ASPHALT CONCRETE PAVEMENT r------1 r--------------------------------, .... ..., I I ,,,_-~ I r I TOP OF EXIST BOX -~ I I 19.45 +/. ,.------1 I I I I I I 1 1/4" PRE-MOLDED I l EXPANSION JOINT FILLER I I I I I I l I I I I I I I I I I I I I I r L A I I I EXISTING 8'-O"W X 9'-4"H ~ i 'l i CONCRETE BOX I : I I GOLF CART I I I : UNDERCROSSING : I I l I I I I I I I ------------------------------------I I 1--J L~~l I I NOTES: I I L----------------------------------------------J SPECIAL PORTAL WALL REINFORCING DETAILS NOTTO SCALE ALL REINFORCEMENT SHOWN IS IN ~ ADDITION TO REINFORCEMENT OF Q 1. HOLES SHALL BE PRE-DRILLED FOR ALL PILES TO THE DEPTH OF THE GOLF CART CONCRETE BOX ------· UNDERCROSSING BOTTOM SLAB IN CONFORMANCE WITH CALTRANS STANDARD SPECIFICATION & 12/25/ ADDED TEXT TO NOTE 49-1.06 "PREDRILLED HOLES." £ THIS PRE-DRILL LENGTH SHALL BE ADDED TO THE PILE LENGTH SPECIFIED IN THE GEOTECHNICAL REPORT. ASSUME 1 O' PRE-DRILLED DEPTH FOR DETERMINING PILE LENGTH. ~CALTRANS STD PIAN SHEET NO. DETAIL NO. 2007 & 12/25/ MODIFIED PILE DIMENSIONS 2007 AND CAPACITY MARK DATE CESCRI PTI ON REVISIONS PREPARED UNDER STANDARD REINFORCEMENT PER ~ 11'-5" ± (TYP} V 3" #5@32 ,,__ ___ ,_ BACK FACE TOT.3 __ , __ TOP OF FOOTING r-----, PLAN RW ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT IRVINE AVENUE RETAINING WALL DESIGNED C PHUNG DRAWN E fBPNPPSO SCALE DATE AS SHOWN JUN 07 DETAILS SHEET CHECKED B HQl§lNGIQN RW-4 DRAWING NO. R1 ER08922 OF 7 RW04_irvine_pp_ret wall4.dgn 60 30· 20 _SJATIQIL cu. YOS. EXC, FILL H = 6' i---H = 4'---i-------H = 6'------+------t-------------,---H = 8'------~--------•i----~H = 6'----, 10.80' 2' --... -~-----·--•• ·····-·-·· ---·--·~-""----·--•• ,,. ----i --------<"• --------""··_·--~•-_·Ta.a•-··_----,-..------· ·33,so·-··-_· ·_··_---_-_·_··-_-_--_--+-----,-------------,---12.52•--· ·_-_--__ -_-·_··--~··_··_-_····_-·_·-•·_•--_· ____ -i-__ .-;-:--22.2:s'-· ---~ v I') __ , _______ -~-------------- LO «> . v ·····---.... ··-······ -·-· --"l· .... ····-· 44.15 8W- + co + co -PVI 8+50 ---------· -----·--···'······-·· ----······---.• --------- EL 40.00 .---:ZCJ.()$' vc . --. ... -- ----. -·-. ·-----·----·-· OG 2' BACK OF WALL D_G @ _WALL FACE .. __ . TOP OF WALL --------"-------------·· ------------------·----- ~W @ WALL FACE 7+77" 41.65 TF • 42.83 BW •• --4, :55 ___ 8+o4 ________ ··""··=-=---=--=·····=-··""·· .. ~11,87,c }_()P _QF FOOT!_r,,lp_ ___ _ 38.65 8+13 TF _41.88 BW WALL 4 7+95 39.65 TF---- 41.25 • -aw CALTRANS TYPE 1 WALL PER STD B3-1 (SEE Dl:tfAIL E SHEET RW 7) i TF 37.65 I ._ --TF•---, 35.32 _ BW_ 8+55 32.65 34.37 ............ ____ . _JE_. ----BW--- 8+63.5 31.65 TF PROP. V-D.ITCH 8+73 30.65 · -TF · b+83 --29:65---------- TF 8+94. PVI 8+83 EL 31.40 28.65 ----TF--i 29.67 BW • 9+08-· • 27.65 TF 28.91 J3W 9+23.5 26.65 -1'.00% -'-5,29% ••• 28.05 BW ------'----··--•···-··-i---~~~~~~~=-50•--ve~---~~~--~-------TF-- i i SEEi STAIRWAY DETAltl SHT RW 7 --1 ,_ . 35.55 TOP OF •••• SiAIRS i i 9+4:1.34 _ 26.651 TFi i '. 9+63.33 26.65 TF ----i -WAlL--a-----__ __:_ -------· --- CAL~E~-~~~!~ :Ai~E~RR:~g)_L'3_11 --=--_--. 37' Lt 7+87.49 WALL 4 RET. WALL ANG. PT. 37' Lt 7+77 MESA = 7+77 WALL 4 BEGIN RET. WALL / , JOIN EXIST. RET. WALL 37' Lt. 7 +95 MESA = 7+95 WALL 5 BEGIN RET. WALL '""'"'" ··1··----· ---- 8+60 PROFILE HORIZ. I"= 10' VERT. I"= 5' 37' Lt. 8+46.5 WALL 5 RET. WALL /NEWPORT BAY TERRACE ./1:v 1, • APARTMENTS .,,.,., •. -,.L 'v(;,/;"_}"~ __ ~,;GE@~R~~ : r ;, ---•. ,,::,_ -------,·< -,, I -" --~---'' -----, , ·-... ,. -·•---··-·· ---·-· -- / I . .)"' ----·----.~--- 9+00 ' ""' ! ,.. -,. --- 9+60 SEE DETAIL A 'ON SHEET RW 7- _g_ .... , ! , , . ., . i-------+--H = 6' -------1 1-----· _--_·_·-_·--1.._· ·3~(bt)·---·-_-_-_--_---·_-__ I 28.05 BW OG 2' BACK OF WALL (l. <t -··:.-· ~--- co ·o LO LO co . .. ------· --+ N-------· 21:12 • BW 0, I') ··2'-l. 65 --· -- BW --~---28.94'------, 32.0 i 9+9.8. 7 26.65 TF 10+00 ;,_ I i: SEE DETAIL B ON SHEET RW 7 56' Lt 23+94.88 IRVINE = 9+98.27 WALL 5 JOIN EXIST. RET. WALL AND V-DITCH 57.5' Lt 23+91.41 IRVINE ''···.II 1 ,~--=~9~+~9~4=.8~T~---...., RET. WALL / CB i\ i i • I i . •• I 56' Lt 23+82.42 IRVINE = +85.81 WA 5 RET. WALL ANG. PT. IJJ\ >, < ~ ---s; " 9+69.33 WALL 5 RET. WALL .ANG. PT. --••••• EXC, FILL 60 40 20 STATION --·· _,._, cu. YOS, CONSTRUCTION NOTES r.;-J_CONSTRUCT P.C.C. SIDEWALK PER RDMD STD. L'.I PLAN 1205 AND DETAILS. ~CONSTRUCT 1' V-GUTTER PER DETAIL D ON SHEET NO. r;:;i_CONSTRUCT NDS 9"x9" CATCH BASIN SERIES PART No, 931 L.:::'..J WITH NDS 9"x9" ATRIUM GRATE PART No. 990 (OR APPROVED EQUAL). NOTES 1. RETAINING WALL LOL LOCATED ALONG PROPOSED BACK OF SIDEWALK. 2. SEE CALTRANS STD PLAN B3-1 FOR REINFORCING AND DIMENSIONS. 3. SEE PLAN & PROFILE SHEET F'OR FINISHED GRADE ELEVATIONS. 4. CONTRACTOR TO REFER TO SPECIAL PROVISIONS FOR TEMPORARY SHORING DETAILS. 5. USE 8X1 6 ROCK F'ACE STACKED BOND WALL TREATMENT (SEE SPECIAL PROVISIONS) 6. SEE WALL TYPICAL SECTION DETAIL E ON SHT RW 7 LEGEND 0-PROTECT IN PLACE 0-REMOVE ©-RELOCATE TEMPORARY CONSTRUCTION EASEMENT PROPOSED RIGHT -OF -WAY EXISTING RIGHT-OF-WAY i I , , 1 RET. WALL ANG. PT. " i \ --· ----·.--- 8 \ \ --'---I----1----- \ I --'< - \ \ \ MESA DRIV\E . . , PLAN 1"=10' --~-~---·--· "·-·--~--c:....,--··--- _,_ , i i \ ·,, \ ! / I I I I I I I I I I --t -. . ''(57,'.,Lt ~+19.11 MgSA 'I,,= ~ff. WALL ANG. PT, ; \t I \\ ', ,· 'fr'\ ___ ,,.,,,.._,_ ... " I i ----;----- CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIAL I ~ / .. ' , i , , , , I 10l1S/07 DELETED TEXT "BID SET· NOT FOR CONSTRUCTION" MARK DATE DESCRIPTION REVISIONS PREPARED UNDER SUPERVJSlOH OF PLAN RW ORANGE COUNTY RESOURCES ANO OEVB.OPMENT MANAGEMENT DEPARTMENT DESIGNED IRVINE AVENUE WIDENING FROM S'L Y OF MESA DRIVE TO SE BRISTOL STREET RETAINING WALL 4 &. 5 PLAN &. PROFILE <MESA DRIVE> SHEET OF 7 ' 1---20· vc----i-----20' vc~: ---< --45.50 TF 7+65.5 ' ---'---·----- 43.50 7+73.5 , 40 -+--,__ _____ ---------------------------TF -· -42;50 -·1+81:5· - TF 4 l.50 7+89.5 ,--,.' -~ ,..._ __ ....,,, TF 40.~~ --¾~lo5 -~4i~--- TF 8+05.5 SW -~--------·--------------------------------------l-------------------3815 -8+13.5----- -·------~- ~.P,!10~_ L ____ _ cu. YDS. EXC. FILI. . J \ ---••:c"'=-,c-~~, -~ ' ' \ \ I ' iTF 37.50 i 34.50' Rt 7+50 '=7+50 WALL -;---, -_;_ ' MESA i i I I ~·--·-'••--/-•-• • I . .. . ---~·-;-_-~·--'-/-· _------------/-_-_· ~-~-,-"--· '"" ->=,o \ ~••••--•" ,.·~---~-----«"''"'"~••S-• '~•--»_...,.;.•,·~-"-~- \ \TREE ; ' ' ' TF j 8+29.5 35.50 ' ----- ~~-~ -···--·--- ----·-~------~-----·~--~ /"=35=-_=-99::-il'--J~---- BW PROFILE HORIZ. I"= 10' VERT. I"= 5' i --,. -- 8+56.5 33.55 32;50· --_______ SW. .. TF 8+65 8+50 31.50 TF --·-= -a:: -:t::::, -- 8+74 30.50 TF ·-PROP:-- V+-DITCH 9+00 • --•-~--... _,. I ,----.--~--_,, •----- BACK BAY CENTER PARKING ! x PLAN 1"=10' 1p \ \ CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIAL LENGTH 10' vc 1----... • -----PVl~+51.l6 -----· -----•• · EL!31.07 I 5.00' VC I') i -0.43% __ ..L _ I ---·-----·---"-·---~-----· ·-+-------· ------ 1 ______ ,, ____________ ! -··--·-···---· ... ·---·-""······. -- 9+50 ' ' SEE DETNL A ON SHEET RW 7 ' EXC. FILL STATION ---·------ cu. YOS, CONSTRUCTION NOTES r::7.__CONSTRUCT P.C.C. SIDEWALK PER ROMO STD. L'...J PLAN 1205 AND DETAILS. @}coNSTRUCT 1' V-GUTTER PER DETAIL D ON SHEET NO. Q___CONSTRUCT NOS 9"x9" CATCH BASIN SERIES PART No. 931 L:::'.J WITH NOS 9"x9" ATRIUM GRATE PART No. 990 (OR APPROVED EQUAL). NOTES 1. RETAINING WALL LOL LOCATED ALONG PROPOSED BACK OF SIDEWALK. 2. SEE SHEET RW 7S FOR REINFORCING & AND DIMENSIONS. 3. SEE PLAN & PROFILE SHEET FOR FINISHED GRADE ELEVATIONS. 4. CONTRACTOR TO REFER TO SPECIAL PROVISIONS FOR TEMPORARY SHORING DETAILS. 5. USE SKIP-TROWEL STUCCO WALL TREATMENT (SEE SPECIAL PROVISIONS) 6. SEE WALL TYPICAL SECTION DETAIL E ON SHT RW 7 7. H =X' H(MOD) = Y' CONSTRUCT MODIFIED TYPE 1 FOR H = Y' & PER SHEET 7S. IN THE ABSENCE OF H1Moo1, CONSTRUCT STD TYPE 1 PER ~ 0 LEGEND 0-PROTECT IN PLACE @-REMOVE TEMPORARY CONSTRUCTION EASEMENT PROPOSED RIGHT-OF-WAY EXISTING RIGHT-OF-WAY D£SIGIE) R.HOISINGTON SHEET OF 7 "' ;, -0 (/) 0 -" 0 °' I V) :, / 2 (!) "' .c V) fu o1! V) 0.. / l[) 0 ------ 1YP. DRAIN NO SCALE 1 VARIES--J 17 I I I I I I I I I I I I ----I ---,J DETAIL (9 I ,----- 1 I L--0 I RET. I WALL I I I I I L_, I ___ _J WALL LOL~ ARCHITECTORAL TREATMENT I (SEE SPECIAL PROVISIONS FOR DETAILS) -------------------- T :c z <.!) fD Cl 26.97 INV. r I I ..J r--~=::::l T b--~ 0 ~ 1YP. DRAIN DETAIL NO SCALE (!) CONTINUOUS 1 'x1' PERVIOUS MATERIAL (CRUSHED ROCK) WRAPPED WITH FILTER FABRIC. CONNECT TO WALL DRAIN CALTRANS 1YPE 1 1YPICAL SECTION NO SCALE WALLO ------ I , I I , I b DRAIN DETAIL C NO SCALE I ~FENCE I r11 I I I_ 1J~r=4,.,.I ---- 1-r\J I I B EXIST. INLET I I I I f,\ EXIST. I !~WALL I I I I --l I ,J L_, I I ___ _J I • U) F12" n 6" V-DITCH DETAIL NO SCALE REINFORCING SHALL BE 6" X 6" -W1.4 X Q1.4 W.W.M. OR APPROVED D CONSTRUCTION NOTES r:.7_CONSTRUCT P.C.C. SIDEWALK PER RDMD STD, L'....J PLAN 1205 AND DETAILS [2}-coNSTRUCT lYPE 1 RETAINING WALL PER CALTRANS STD PLAN B3-1 AND DETAILS ON "PLANS RW". ~CONSTRUCT 1' V-GUTTER PER DETAIL D HEREON. §-coNSTRUCT NDS 9"x9" CATCH BASIN SERIES PART No. 931 WITH NDS 9"x9" ATRIUM GRATE PART No. 990 (OR APPROVED EQUAL) §-FURNISH & INSTALL PVC PIPE & FITTINGS, SIZE PER PLAN 1.00' i----:S=14.00' 3.00' 1 LEGEND 0-PROTECT IN PLACE ©-REMOVE 0-RELOCATE ' i--- ~~ d~ \9?, I 1.14'-- 0 0 co 1.00·-- I / 15.00' ,I ;._/ 3.00' /oOj / STAIRS DETAIL SEE APWA STD 640 FOR INFORMATION NOT SHOWN U) 0 CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIAL I CIVIL WORKS Engineers, Inc. 3151 Ainvay Avenu0 Suite S-2 Costa Mesa, CA 92026 (714) 966-9060 MARK DATE G)---sAWCUT AND JOIN EXISTING NOTES 1. SEE "PLAN ss· FOR DISPOSITION OF EXISTING SIGNS. 2. SEE "PLAN TS" FOR TRAFFIC SIGNAL MODIFICATIONS. 3. SEE SHEET 30 FOR STORM DRAIN IMPROVEMENTS. 4. SEE SHEET 23 FOR UTILllY DISPOSITIONS. 5. CONTRACTOR TO REFER TO SPECIAL PROVISIONS FOR TEMPORARY FOR SHORING DETAILS. DESCRIPTION PLAN RW ORANGE COUNTY RESOURCES ANO DEVELOPMENT MANAGEMENT DEPARTMENT IRVINE AVENUE WIDENING REVISIONS FROM S'LY OF MESA DRIVE TO SE BRISTOL STREET PREPARED UNDER SUPERVISION OF 6////07 DATE RETAINING WALL DETAILS (MESA DRIVE) DESIGNED SHEET DRAWN ~ CHECKED ,IMM SCALE DATE DRAWING NO. 7 AS SHOWN JUN 07 ER08922 OF 7 umber above © bars dicates distance from p of footing to upper N in to en d of © bars. -----------H=8' " I"---- I'--f'... H=6' I' " i-"' 1--...-H=4' .,,-...-.,,,,,-.,,,,,- .,.v v.,,,,,- Design H 4' w 3'-3" C 1 '-0" B 2'-3" F 1 '-4" Batter ½:12 @bars - @bars - @bars #5@16 @bars #5@16 Total @bars 6-#6 Total ©bars - Loading Toe Pressure 1.7 Case I ksf Loading Toe Pressure 1.1 Case II ksf Loading Toe Pressure 1.4 Case Ill ksf H=10' ~ ~ 5'-0" -re 6' 4'-3" 1 '-4" 2'-11" 1'-4" ½:12 #5@16 #5@16 6-#6 1.9 1.5 1.7 H=26' H=24' V --✓ H=22' / / / H=20' 0) / C: §' ..9 C) H=18' C) 5 q, l.-8-H" C: = .S2 c::, ~t I--" I .... = t ~ 0 ----' ;:... ~ H=16' ~ V 14'-6" ~ c... V l,.--~L---10 V H=14' V ~ I-" ~2'-6" ~ i,.--~ 11 1-611 ~v H=12' i.---re 11'-0" V ~ v"' --' 10'-0" ~ 91-611 ~ ,- 9'-,. 8'-' II II J ....---- i.,.,--~ II ~6" 8'-0" -{ 1--i--- Ii n v . 61-611 i----6'-II ½( " - \ J.,r-r -I-"""" i--i-o-,......- H=30' H=28' --~~ "...------( l---@ 0) C: 0 0) ...J C: 6 0 I ..I C\I • -"' :~ b 0 ____ .. ·' .... rt ... ~ L--@ 14'-t' 15'-3" s hort@ ~ ,- 9'-9" -~ ~ I 11 '-0" ~ ~ C Sh ort © v~ undle @bars j LOL------1 ...----::::,,. ~ 11 ½" I / ,,,,_.-For design loading cases see B3-8 ,V1 "' I i,/ ("' I~ V ~◊~✓ 19 • ~ ~W,-~ Gutter Elev or ,--------">< ~ ,..__ ___ toe of slope intersection J: C: 0) "gj 0 • . . 19 • br---++-~ #5@16 Appropriate details at top of wall are shown elsewhere ~ ~(1.-- 19 #5@32 4 Bars #5 Exterior face vertical --......_,.. 19 , Jl--l---Short @ ©@6" 2" Clear H=10' Thru 18' ) I 1 '-0" I 2'-8" H=20' Thru 3o•J Stop c-- r .( i----Batter backface • • #5 x C+2'-0"@ 16 . ' 2" Clear i" 1u..-----Short @ r • • d Bundle bars c C = Const joint for H=28' and 30' • .. • a, • .le (.) #5@16 N i • ~ -R=9" - ELEVATION 7 6" #5 total 4 - ------1'-4" for H=6' TABLE OF REINFORCING STEEL DIMENSIONS AND DATA 8' 10' 12' 14' 16' 18' 20' 22' 5'-3" 6'-3" 7'-3" 8'-0" 9'-0" 10'-0" 11'-0" 12'-1" 1 '-8" 2'-0" 2'-4" 2'-7" 2'-11" 3'-3" 3'-7" 3'-11" 3'-7" 4'-3" 4'-11" 5'-5" 6'-1" 6'-9" 7'-5" 8'-2" 1 '-4" 1'-4" 1 '-4" 1 '-6" 1'-6" 1 '-6" 1 '-6" 1 '-8" ½:12 ½:12 ½:12 ½:12 ½:12 ½:12 ½:12 ½:12 #5@28 #5@32 #5@16 #5@12 #5@12 #6@16 #8@14 #8@16 #5@16 #6@14 #6@8 #8@12 '1#9@12 #9@8 '1#9@7 #11@8 #5@16 #5@14 #5@8 #8@12 '1#9@ 12 #9@8 '1#9@7 #11@8 6-#6 12-#6 12-#6 12-#6 12-#6 8-#6 8-#6 8-#6 6-#6 6-#6 6-#6 6-#6 6-#6 6-#6 6-#6 2.2 2.5 2.8 3.3 3.5 4.0 4.3 4.6 2.0 2.3 2.7 3.3 3.7 4.2 4.7 5.5 2.1 2.5 2.9 3.4 3.8 4.3 4.8 5.4 8 Denotes a bundle of 2 bars 10" 10" 24' 26' 28' 13'-3" 14'-3" 15'-3" 4'-5" 4'-9" 5'-1" 8'-10" 9'-6" 10'-2" 1'-10" 2'-2" 2'-6" %:12 ¾:12 ¾:12 #5@28 #5@12 #5@20 #8@14 #8@12 #8@10 #11 @7 #11@6 #11 @10 #11@7 #11 @6 #11 @10 6-#6 6-#6 6-#6 4-#5 4-#5 4-#5 4.9 5.3 5.7 6.0 6.5 7.1 5.8 6.5 7.2 30' 16'-9" 5'-5" 11 '-4" 2'-9" ¼:12 #8@20 '1#9@ 10 #11 @10 l #11 @10 M 6-#6 4-#5 6.3 7.5 7.5 ..::,, ·~ / ["\ 1 '-8" for H=8' ... 1'-2'-0" for H=10' a, I Q) ' u C") 3" Cir. #5@16 Max I 1 '-0" I 35 Dia for H~12' 45 Dia for H>12' C B w SPREAD FOOTING SECTION NOTES: 1. For details not shown and drainage no1Bs see ~ 2. For wall stem joint details see ~ and ~ ~ ~ 3. For pile footing for design H=4' use same footing dimensions as for design H=6'. 6 Bars 3 C w Const joint 12 Bars 8 Bars #5 X 8+1'-0"@ 16 B 6 Bars ,.__ Concrete or steel piles 90 KIP PILE FOOTING SECTION Reinforcement detailed is to be placed in addition to that shown for spread footing. All piles not shown, see pile layout on other sheets. MARK DATE DESCRIPTION REVISIONS RICHARD W !SINGTON No.04226 SUPPLEMENTAL SHEET SHEET RW-7S OF 7 PLAN RW ORANGE COUNTY RESOURCESANDDEVELOPMENTMANAGEMENTDEPARTMENT IRVINE AVENUE WIDENING FROM S'LY OF MESA DRIVE TO SE BRISTOL STREET RETAINING WALL DETAILS CALTRANS STD B3-1 TYPE I (MODIFIED) H=4' THROUGH 30' DESIGNED B, HOISINGTON SHEET DRAWN E FRONOOSO CHECKED B HPISIMGTON SCALE DATE DRAWING NO. 7S NO SCALE OCT 07 ER08922 OF 7 . \ NEWPORT TRADE REFER TO PLAN AND PROFILE SHEET 6. ---- ----- + 2' Hl;H BERM -'11 ;u CD II ---- ORANGE COUNTY FLOOD CONTROL ACCESS ROAD ~ SANTA ANA DELHI CHANNEL -z_::_ ___ -__ -_: _____ 3_4-------~--~---- 35 ----------------------------------------------PA ---·----------------- ------------------------ ---- ------ - -- IRVINE rr -- ~T II II ~ '< °" I ~ AVENUE I I I I I I 1:::::-- --! ' )>/ ;u =34~ -----"- I I -- -- - ------ ~- -----~- ---- ------------------------------------------------------------ CONSTRUCTION SCHEDULE KEY 0 PA DESCRIPTION CONSTRUCT CONCRETE FLATWORK IN MEDIAN. FINISH TO BE EXPOSED AGGREGATE/RETARDER FINISH. HANDSEED (50%) ij" AND (50%) ¾" ARIZONA COBBLE AGGREGATE BLEND ONTO UNCURED CONCRETE SURFACE TO ACHEIVE 100% COVERAGE, LIGHTLY TAMP AGGREGATE IN-PLACE. ARIZONA COBBLE AVAILABLE THROUGH SOUTHWEST BOULDERS 760.751.3333. REFER TO DETAIL C, SHEET LC.2. NOTE: THE CONTRACTOR SHALL PREPARE A 3'x3' CONCRETE SAMPLE FOR THE REVIEW AND APPROVAL OF THE LANDSCAPE ARCHITECT PRIOR TO CONSTRUCTING ANY ANY CONCRETE FlATWORK WITHIN MEDIAN. CONSTRUCT 14" WIDE CONCRETE MAINTENANCE STRIP. FINISH TO MATCH THE MEDIAN'S CONCRETE FLATWORK. REFER TO DETAIL D, SHEET LC.2. CONSTRUCT 8' WIDE PCC SIDEWALK PER APWA STD. DETAIL 112-1 & 113-1. INSTALL LINEAR MOISTURE BARRIER PER DETAIL B, SHEET LC.2. CONSTRUCT LANDSCAPE BERM (SLOPE 4:1 MAX.) USING CLASS 'A' TOPSOIL. CONTRACTOR SHALL AMEND THE SOIL AND BACKFILL PER THE SOILS REPORT RECOMMENDATIONS. PLANTING AREA ~- 1-860-422-4133 w INR:e:!HHEBPi M.SlrCf lQffllRIQUfflll Am:r«ION IS IXRE:Cl'm W THE fOSSlil.E ~ Of" ti~ fACIIIIIES MOT KNOWN OR IN " I.OOo.1l0N CilFfERQO' FROM ~ lHtlt tS stlCMN OH 1ME Pl.ANS OIi: 1,1 fl€ Sl'8::W. f>Rll't1SfONS. THE ~ SffN.L TAIi.£ Sl'EPS 10 /,SCERJ,i&N THE El(ACf l..OtMlCltl OF ALL ~ fACIJTP PRIOII: 1(1 IJOIMG WORK llt,\T ~ ~ SUCtl FACVlEl OR IHIUffJI£ wrtff 'DO StJM(;E. SEFOM'. EXC"AWt.llNO, 'TlfE COlfmACTOR-Slw.L WlllFY THE I.OClihON OI' lfftOEl!GfiOllH UJlUllES 81' ~ llHOERGROI.WP SER¥ICE M.£Jrf AT 1-(t«l)-422-4133. R=3' R=3' MARK DATE DESCRIPTION REVISIONS PRfPA/1£[) BY: P1<£PARED UNDERSIJPER'ASIOII Of La/ldscap& Arc/!itecfure f Park PJa11nJn9 Corporate Oflice: Regional Office:. 17050 Bushard Street, Suite JOO 7BD80 Calle Estrado Fountain Valley, CA 92708 La Qunito. CA 92253 714.59.3 . .3."W 76Q580.516S 7U.59JJJO F4C:7fflSe 760.564,!1369 Focsinit PLAN LP ORANGE COUNTY RESOURCES ANO ilE'a.OPM£NT MANAGW£NT lltPARlllENT IRVINE AVENUE WIDENING LANDSCAPE IMPROVEMENTS FROM IRVINE AVE. STA. 23+22.10 TO STA. 38+00 DESIGNED CONSTRUCTION LAYOUT & DIMENSION PLAN SHEET l.:°"~'""~;:CV'!;/R=A=G=:::;:lCH~ECl<ED~:::::==::I LP-1 SCAL£ DA TE DRAWING NO. AS SHOWN JUN 07 ER08922 OF 5 ,---PAVEMENT-TYP. I CURB-TYP. B MOISTURE BARRIER 6" 4----IRRIGATION SYSTEM-TYP. 11----MOISTIJRE BARRIER-TYP. MOISTURE BARRIER SPEC/RCA T/ONS COLOR: BLACK MATERIAL: HIGH DENSITY POL YETHELENE THICKNESS: .04 MIL MIN. TENSILE STRENGTH psi: 4100 SIZE: 24 INCHES NOTE: USE SEALANT TAPE AT ALL OVERLAP CONNECTION POINTS. Section SCAL£: 1·-1·-o· SELF-LEVELING POLYURETHANE JOINT FILLER. COLOR 1V MATCH CONCRETE MAINTENANCE S1RIP ~-3/8" X 4 ½" POLYFELT 4 • "" • " • ;"'· 4 ... COMPACTED ROAD BASE AGGREGATE WHERE OCCURS A __ TOP OF CURB __ V777 77> MEDAIN GRADING -TYPICAL CONCRm: CURB, REFER 10 CIVIL DRAWINGS 14" WIDE 14" ! I WIDTH VARIES 8-8" MAXIMUM EQUAL 2· NOTE: 1. REFER TO THE CONSTRUCTION LAYOUT PLAN FOR CONCRETE COLOR & FINISH. 2. CONSTRUCT EXPANSION JOINTS EVERY 24 FT. O.C. AND WEAKEN PLANE JOINTS EVERY 8 FT. FINISH GRADE, REFER TO DETAIL A, THIS SHEET FOR TYPICAL SECTION. • "' • <o 111111~ --. -~ -. 90% COMPACTED SUBGRADE 14• EQUAL WOOD MULCH -2" LA YER NOTE: 1. REFER TO THE CONS1RUCTION LAYOUT PLAN FOR CONCRETE COLOR & FINISH. 2. CONS1RUCT EXPANSION JOINTS EVERY 24 FT. O.C. AND WEAKEN PLANE JOINTS EVERY 8 FT. 90% COMPACT SUBGRADE 2% CONCRETE FLA TWORK, REFER TO CONS1RUCTION LAYOUT & DIMENSION PLAN FOR COLOR AND FINISH. 2% 90% COMPACT SUBGRADE NOTE ALL CONCRETE FUTIIORK SHALL NOT £XCE£!) A (s:r) SI.OPE IN /HE DIRECnON OF 111AVEL OF A (2¾) CROSS SI.OPf. UNLESS SPEQFICAU.Y APPROViD BY /HE ENGINEER OR HIS DESIGNATED REPRESENTA11'E. Section SCALE: 1·=1·-0· E EXPANSION JOINT Section SCAJ.£:. 3•=1·-0· D 14" WIDE CONCRETE MAINTENANCE STRIP Section SCA!£: 1 ½"=1'-D C CONCRETE FLA TWORK Section SCALE: 1 ·=1·-0· 1-800422-4133 Ill) IN'fP"B!N>EM:§MfflC(FIVQEllteN,Rllll --~-----------------------------------------------•--------------------------------1 ~~mJB~T~~Of'UE~Nr~~~IK,:E F NOT USED ~ SIWJ. TN<E STEPS TO ASCERTAIN '!HE EX.IC!" u:x:illJKlN Of" All. UNDERCROlKI rJiCUIIES PRl0F! ro OOl<fC 'IIORK ru,,y WiY tJNll,I;£. SUCH FACllll'f':$ OR 1NTEAFm£ wml 'tHEIR saMC£. 8ER'.II¥: EXCAVAmG. 'Iii£ OONJR,l,ClOR Slw.L YERlrY THE l.OCAT!Cfi Of' UNOEROROUNO IJTIIJllES 81' COHIRIClfftQ OKD£RGROIJMO SEMCE H..£llf M 1-{BOO}-ffl-4133. MARK DAlE DES CR I PT! ON REVISIONS PREPARED 8~ PREPARED UNDERSUPERVISION Of Landscape Arch/loc/urfl f Park. P/01rn!ng Corporate Office: Regional Office: 17050 Bushard Street Suite JOO 78060 Calle Estrado fountain Valley. CA 92708 Lo Qunito, CA 92253 714.59lJJOO 760.500.5165 714.59J.JJO Focsimie 760,564.0369 Facsink PLAN LP ORANGE COUNTY RESOURCES AND DE\EI.OPMENT MANAGBIENT DEPARlMENT IRVINE AVENUE WIDENING LANDSCAPE IMPROVEMENTS FROM IRVINE AVE. STA. 23+22.10 TO STA. 38+00 CONSTRUCTION DETAILS DESIGNED SHEET ORA... GV/RAG CHECKEO"'-'+.!U.....---1 LP-2 SCALE DA1E DRAWING NO. AS SHOWN JUN 07 EROB922 OF 5 NEWPORT TRADE CENTRE.-------------~--- I, B 8 8 4 4 8 8 8 8 4 368 8 0 ···-·-·------------- 248 00 0 ..__ ORANGE COUNTY FLOOD CO ROL ACCESS ROAD----.. 8 -\ -, ' LEGEND TREES SYMBOL 248 00 0 / BOTANICAL NAME COMMON NAME BRISBANE BOX 368~--,,---INDICATES TREE SIZE (15G=15 GALLON TREE, 248=24 INCH BOX TREE & 368=36 INCH BOX TREE) I =i===o \ \\ \ \ 0 --PLATANUS x ACERIFOLIA 'BLOODGOOD' --SPATHODEA CAMPANULATA LONDON PLANE TREE AFRICAN TULIP TREE QUANTITY 6 4 3 7 SIZE REMARKS 24 BOX STD. 36 .. BOX STANDARD 24• BOX STANDARD 36• BOX STANDARD 6 SANTA ANA DELHI CHANNEL I I I I ------ ------·-~--------------------=----- PALM TREE SYMBOL BOTANICAL NAME COMMON NAME ---PHOENIX RUPICOLA CLIFF DATE PALM INDICATES BROWN TRUNK --+:t HEIGHT (BTH) IN FEET NOTE: THE FINAL PALM TREE LOCATIONS TO BE FIELD VERIFIED AND APPROVED BY THE LANDSCAPE ARCHITECT PRIOR TO THEIR INSTALLATION. QUANTITY SIZE REMARKS 4 BTF 6 BTF 9 INCH CALIPER @ 4 FT. BTF I I I I I I - I 6 3 15 8 BTF 12 INCH CALIPER @ 4 FT. BTF (BTF) = BROWN TRUNK FOOT 1-800-422-4133 w ltc:e'ffl!PJEffA!HBU'q=&amlfllCAlRIJU. ATTEMION IS DIRECTED ro 1l!E l'OSSIII.£ EXtSTEHCE Of IJHDERGROUtlD fACl.ltlE'S NOT !001,ffi OR IN A 1.DCR10N OFf'ERENf FROM THAT WtlKlH IS SOOWN ON 1ltE: PU,NS OR IN M Sf>ttW. PflOIJISIOkS. THE C0HTRN:T0R SHM.L TJf<E STEPS lO ASCERf,W lHE ElU,CT lDCAJ10H 01' H..L UICIEMRO.ffJ FACIUT£S PRIOR TO OOll'IG WORK 11.n MAY IWI.\C£ 'SuCtt FAC&lTES OR anrnrmE wmt 1l£ll SEIMC£. bEF'ORE ~'llfC, Tit£ ~ SHAU. \'m!fY THE I.OQlt.TICN Of" \RfllER<lROUND UJILITIES 6'I' C0HTRAC11HG ~ $ERV'tCE ,ILfRT AT t-(800)-422-1-133. PREPARED BY: Dllf ~ [l)coo!korn Le11dscap11 Arebilect11re + Psrlr PlannJng Corporate Office: Regional Offfce: 17050 Buslwrd Street, Suite JOO 78060 Calle Estrado Fountain Valley, CA 92708 la Chlnito, CA 92253 714.593.JJOO 760.5845165 7t4.59JJJO facs,nile 760.584.ruo9 focsblle MARK DATE OESCRI PTI ON REVISIONS PREPARED UNOERSUPER\1SION OF PLAN LP ORANGE COUNTY RESOURCES ANO DE\nOPIIENT MANAGEMENT DEPARlllENT IRVINE AVENUE WIDENING LANDSCAPE IMPROVEMENTS FRbM IRVINE AVE. STA. 23+22.10 TO STA. 38+00 TREE AND PALM PLAN DESIGNED V ORA... GV /RAG CHECKED=<.'-"-'----, SCALE DAlE DRAWING NO. AS SHO\\N JUN 07 EROB922 SHEET LP-3 OF 5 --- -\ \ ------ ----'NEWPORT TRADE I - c EN TRE----------------- -- \--~_______, - ------ -----------·---,--------··-------·"·-------- ;~ . ~;i;;;;~r;,~1** : @<'.lr✓i\@ iaf:;_:-,(,#-*,,l!t;,_~;._ii. * • s, , '<' j((, ~~ # "' n-o•==j,l! • *;!;;1; _;. A .(\@ l>),._;,,_#liHHH(l!$, "'** ' -;i<, -<..J <..j ..\'.'.'" 1't';" ' .W-*~-J?<' ";!;;!; j((, "·';;, j,l1;,l1li! ~· ' '. □ SANTA ANA DELHI CHANNEL ------------- 110 --- 34 \ SHRUBS & GROUND COVERS SYMBOL/KEY BOTANICAL NAME COMMON NAME QUANTITY SIZE REMARKS @-ANIGOZANTHUS 'BIG RED' KANGAROO PAWS 58 5 GAL SAN MARCOS GROWERS PLANT SELECTION. (800) 438-7199 (SPACE 54 INCHES O.C.) !/r, -DIANELLA TASMANICA NCN 315 5 GAL DESIGNED 11 SPECIALTY NURSERY PLANT SELECTION. (714) 378-5360, (SPACE 36 INCHES O.C.) @-COTONEASTER LACTEUS RED CLUSTERBERRY 45 5 GAL 0 -MAHONIA REPENS CREEPING MAHONIA 145 1 GAL MONROVIA NURSERY PLANT SELECTION. (800) 999-9321 EB -HEMEROCALLIS 'GREEN APPLE' DAYLILY 134 ·-·-1 GAL DESIGNED II SPECIALTY NURSERY PLANT SELECTION. (714) 378-5360. @-HEMEROCALLIS 'HOT LIPS' DAYLILY 285 1 GAL (SPACE 30 INCHES O.C.) 0-ANISODONTEA x 'TARA'S WONDER' TARA'S WONDER CAPE MALLOW 34 5 GAL MONROVIA NURSERY PLANT SELECTION. (800) 999-9321 @-LONICERA HECKROTTII 'PINK LEMONADE' PINK LEMONADE HONEYSUCKLE 13 5 GAL DESIGNED II SPECIALTY NURSERY PLANT SELECTION. (714) 378-5360. (ATTACH TO POST RAIL FENCE) DYM -DYMONDIA MARGARETAE 'SILVER CARPET' NCN 400 1 Gi\L SAN MARCOS GROWERS PLANT SELECTION. (800) 438-7199 (SPACE 48 INCHES O.C.) 45 l ------------------------- AVENUE ~--SHRUB OR GROUND COVER KEY Q1Y. QUANTITY SPACING ,____ __ ON CENTER TRIANGULAR SPACING IN INCHES 1-800-422-4133 w IMffl'B!Nl llftlR; 8-lffl (F!QIIIEIN CN88M ATmfflON IS DlflECTEO 10 THE POSS8.E EXrSTEMCE OF' UN'.J£RCROUk[) f'M'.n.lf£S tfOT KNOWN Ofl IN A LOO\OON Ol'F8!ENl fROW 1'tW tlffCH IS SHOWN ON M l'tANS OR IN Tl£ Sf'ECW_ F'ROVISKlNS. THE COHtR,ICfOR SIWJ. TNCE STEPS to ASC£Rl'AiN TltE £:ntCr ~ OF ALL ~ fl!CUT£S mCfl lO OOING WORI( lllAT MAY IWiWlE SUCH FACIJTES OR INT!RRll£ WUH 1H£lR SBMCE. BEFORE E:«:IM\TINO, '!HE cctmtaerofl Slw.L 'M:lfY THE LOCATION OF UHD£RGR0JHD UlUJTIES IJ'I' COKIRACIING 1JNllE.RGR()UND SERYIOE 111.ERT AT 1-(800)-422-.flJ;,. I I I I I I 37 - -L__j MARK DATE DESCRIPTION REVISIONS PREPARED Bl! PREPARED UND£RSUPER'IISION OF ~({l[l) Landscape Arc:h/tacture + Par/: Planning Corporate Offlce: Regicnal Office: 17050 &Jstiard Street, Suite JOO 78060 Colle Estrado fountain Volley, CA 92708 la Qunita, CA 9225J 714,59JJJOO 76CHi80.5J6S 7H.59JJJO Focsink 76(J.5lJ.1.0Jo9 Fa;$mk PLAN LP ORANGE COUNTY RESOURCES ANO DE\'El.OPMENT MANAGEll£NT DEPARlllENT IRVINE AVENUE WIDENING LANDSCAPE IMPROVEMENTS FRbM IRVINE AVE. STA. 23+22.10 TO STA. 38+00 ll£SIGNED SHRUB AND GROUNDCOVER PLAN SHEET l_:DR~AY>N~::GV::/;:RA=G==;:J.:°'~·~Cl(~ED~:::'::==:::::i LP-4 SCALE DATE ORA'MNG NO. AS SHOWN JUN 07 ER08922 OF 5 PROVIDE TRUNK ~ROTECTOR -~ (IN TURF AREA orL Y) TRUNK FLARE ABO'VE GRADE KEEP MULCH AWAY FROM TRUNK JO" MIN. DIAMETER BERM 12• X 60" ROOT BARRIER CURB AND GUTTER (WHERE OCCURS) \ r;. [,_ __ )y •. • •. ·--. UNDISTURBED SOIL COMPACTED TOP SOIL PACKED BACKFILL SOIL FERTIUZER TABLETS SOIL MOUND BENEA Tl-IE TREE STAKES PLACED OUTSfDt ROOIBALL-- I r I " ;;a ,,, :::E< -► Z-OC z G) 2• DIA/ XB' MIN. LODGfPOLE (OR EQUIV.) 2• CINCH TREE TIE (OR EQUIV.) SIDEWALK (WHERE OCCURS) EXCAVAJED SOIL FLARE-~ NOTE: 3 X R001BALL IN COMPACTED SOIL 2 X ROOT BALL ALL 011-IERS (MIN.) 1. PLANT 10' MIN. FROM STREET UGHT STANDARDS AND POWER UNES. 2. PLANT 10' MIN. FROM FIRE HYDRANTS. 3. PLANT 10' MIN FORM HOUSE WALKS AND UTIUTY METERS. A 24 INCH BOX TREE PLANTING DETAIL B NOTE: ATTACH GUYS TO MAJOR TRUNKS ONLY. z ( :::. PLAN --3 ~-"k--6 ,/ /'Sc , AJ X /<'< A¼(v 'V ' 1//.(,//Y'./'/ l ~'✓,~~~~~ v _ 2· l 'I 1 SECTION 36 INCH BOX & LARGER TREE GUYING DETAIL NOT TO SCA!£ LEGEND 0 (3) ¾ INCH BLACK RUBBER HOSE © (1) 2x6 INCH LONG GALVANIZED STEEL TURNBUCKLE (3\ ¾2 INCH BRAIDED CABLE 11111-1 ½ INCH X 3 \;;:.,J INCH LONG PVC TUBING (3) DUCKBILL EART/-1 ANCHORS MANUFACTURED BY V.I. T. PRODUCTS (619) 673-1760 @ ROOTBALL NOT TO SCA!£ NOT TO SCA/£ LEGEND r:j"\ 4• DIAME1ER "8111CAL PERFORA 7fD DRAIN PIP£ \.;I CONNECT 1!J PIPE: AT BASf OF PIT AND CAP AT SURF AC£ llflAP PIPE 1111H FJL 1ER FABRIC. C 0 0 0 ® © 0 0 © 0 0 © ® 0 © ® D TOP OF ROOT BALL TO 8£ 1 INCH ABOl'E FINISH GRAD£ 3 INCH HIGH BY 48 INCH MIN. WA 1ERING BASIN FINISH GRAD£ M£D/UM GRAD£ PLAS1ER SAND BACKFILL, WA1ER .E11ED INTO HOLE FOR MAXIMUM STABILITY. 4 INCH DIAM£1ER Fl£XIBI.£ PERFORAlfD DRAIN PIPE: £NC/RCUNG BASf OF PLAN11NG PIT. COI/NECT TO "8111CAL PIP£ IIRAP PIP£ MIIH F1L1ER FABRIC. NAlll'E SUBGRAD£ PALM TREE PLANTING LEGEND 1, 5, OR 15 GALLON SHRUB 2 INCH LA YER OF MULCH 3 INCH BY 24 INCH DIA. MINIMUM WATER BASIN FINISH GRADE AMENDED SOIL FOR PLANTING -REFER TO SOILS REPORT PLANT PIT EXCAVATION PLANllNG TABLETS -SEE SPECIF/CA 1/0N FOR QUANTITIY PER SHRUB ROOT BALL NATIVE SOIL PLANT PIT DIMENSIONS CONTAINER SIZE "A" WIDT/-1 DEPTI-I 1 GALLON 12 INCHES 12 INCHES 5 GAi.LON 26 INCHES 22 INCHES 15 GALLON 3ll INCHES 24 INCHES SHRUB PLANTING DETAIL ---------------------------------- NOTE: 1. ALL PALM TREES ARE TO BE BOXED (UNLESS OTERWISE NOTED ON PLAN). CONTRACTOR SHALL HA VE A SOIL AGRONOMIST PREPARE A DETAILED SOIL ANANL YS/S AT TREE PLANTING LOCATIONS AND INSTALL ALL PALMS FOLLOWING Tl-IE RECOMMENDATIONS OF Tl-IE REPORT. 2. APPLY ·osMOCOTE" SLOW-RELEASE FERTIUZER ON SURFACE OF PLANTING PIT PER MANUFACTURER'S DIRECTION. NOT TO SCALE + + + + + + + + + + + + + + + + E i©ie.:.iw1ic1iciwiuiwiuici'ioio1Mimiwimid ~ _ EDGE OF SIDEWALK, CURB, PAVING OR WALL. ½(4----- LEGEND • • LA l • /? ~/CAL • 0 PLANT MATERIAL 0 2 INCH DEEP MULCH • • 0 FINISH GRADE © PRPARED BACKFILL (SEE SPECIF/CA 1/0NS FOR TYPE AND DEPT/-1) TRIANGULAR SPACING DETAIL D • • • NOTE: LOCATE PLANTS SPACED EQUAL DISTANCE (D) FROM EACH 011-IER AS SHOWN. REFER TO Tl-IE PLANT LEGEND FOR DISTANCE (D). GENERAL PLANTING NOTES 1. ALL TREES WITHIN A SPECIES SHALL HA VE MATCHING FORM. 2. ALL LANDSCAPED AREAS TO RECEIVE AUTOMATED IRRIGATION. 3. REFER TO PLANTING SPECIFICATIONS FOR SOIL PREPARATION, FERTILIZATION, MULCHING, AND OTHER ADDITIONAL PLANTING INFORMATION. ALL PLANT MATERIAL SHALL BE APPROVED BY THE CITYS AUTHORIZED REPRESENTATIVE PRIOR TO INSTALLATION. 4. FINAL LOCATION OF ALL PLANT MATERIALS SHALL BE SUBJECT TO THE APPROVAL OF THE OWNER'S AUTHORIZED REPRESENTATIVE. CONTRACTOR SHALL NOTIFY CITY'S AUTHORIZED REPRESENTATIVE 48 HOURS PRIOR TO COMMENCEMENT OF WORK TO COORDINATE PROJECT INSPECTION SCHEDULES. 5. SEE DETAILS AND SPECIFICATIONS FOR STAKING METHOD, PLANT PIT DIMENSIONS AND BACKFILL REQUIREMENTS. 6. IF CONFLICTS ARISE BETWEEN SIZE OF AREAS AND PLANS, CONTRACTOR TO CONTACT LANDSCAPE ARCHITECT FOR RESOLUTION. FAILURE TO MAKE SUCH CONFLICTS KNOWN TO THE LANDSCAPE ARCHITECT WILL RESULT IN CONTRACTOR'S LIABILITY TO RELOCATE THE MATERIALS. 7. CONTRACTOR SHALL SUBMIT FOR APPROVAL PHOTOS Of ALL BOXED TREES. PHOTOS SHOULD INCLUDE A PERSON FOR SCALE PURPOSES. ALL BOX TREES SHALL BE OF QUALITY AS DETERMINED BY THE CITY/LANDSCAPE ARCHITECT. MATERIAL FOUND UNSUITABLE FOR THE DESIGN OR SPECIFICATION INTENT WILL BE REJECTED. 8. IT IS THE CONTRACTOR'S RESPONSIBILITY TO FURNISH PLANT MATERIALS FREE OF PESTS OR PLANT DISEASES. PRE-SELECTED OR 'TAGGED' MATERIAL MUST BE INSPECTED BY THE CONTRACTOR AND CERTIFIED PEST AND DISEASE FREE. IT IS THE CONTRACTOR'S OBLIGATION TO WARRANTY ALL PLANT MATERIALS PER THE SPECIFICATIONS. 9. CONTRACTOR SHALL BE RESPONSIBLE FOR MAKING HIMSELF FAMILIAR WITH ALL UNDERGROUND UTILITIES, PIPELINES AND STRUCTURES. CONTRACTOR SHALL TAKE SOLE RESPONSIBILITY FOR ANY COST INCURRED DUE TO DAMAGE OF SAID UTILITIES. 10. CONTRACTOR SHALL NOT WILLFULLY PROCEED WITH CONSTRUCTION AS DESIGNED WHEN IT IS OBVIOUS THAT UNKNOWN OBSTRUCTIONS AND/OR GRADE DIFFERENCES EXIST THAT MAY NOT HAVE BEEN KNOWN DURING DESIGN. SUCH CONDITIONS SHALL BE IMMEDIATELY BROUGHT TO THE ATTENTION OF THE CITY ENGINEER. THE CONTRACTOR SHALL ASSUME FULL RESPONSIBILITY FOR ALL NECESSARY REVISIONS DUE TO FAILURE TO GIVE SUCH NOTIFICATION. 11. CONTRACTOR SHALL BE RESPONSIBLE FOR ANY COORDINATION WITH SUBCONTRACTORS AS REQUIRED TO ACCOMPLISH PLANTING OPERATIONS. 12. LANDSCAPE CONTRACTOR TO RECEIVE SITE GRADED TO +0.10. GENERAL CONTRACTOR SHALL OBTAIN LETTER OF GRADE CERTIFICATION FROM CITY PRIOR TO LANDSCAPE PROJECT EXECUTION. 13. PLANT MATERIAL QUANTITIES ARE GIVEN FOR CONVENIENCE ONLY. PLANT SYMBOLS AND SPECIFIED SPACING SHALL TAKE PRECEDENCE. 14. CONTRACTOR SHALL BE RESPONSIBLE FOR TAKE OFFS AND SHALL VERIFY PLANT MATERIAL QUANTITIES PER PLAN. 15. CONTRACTOR TO ASSURE POSITIVE DRAINAGE IN ALL PLANTING AREAS -2% MINIMUM AFTER ROUGH GRADES HAVE BEEN ESTABLISHED IN PLANTING AREAS, CONTRACTOR SHALL HAVE (6) SOIL SAMPLES TAKEN AT (3) DIFFERENT LOCATIONS THROUGHOUT THE SITE AS DESIGNATED BY THIS SYMBOL THESE SAMPLES SHALL BE TESTED BY SOIL AND PLANT LAB (714)558-8333 FOR SOIL FERTILITY, AGRICULTURAL SUITABILITY TEST AND SOIL PREPARATION RECOMMENDATIONS. TWO SAMPLES SHALL BE TAKEN AT EACH LOCATION: (1) GROUND LEVEL TO 10" DEEP, (2) 24" TO 36" DEEP. EACH SAMPLE SHALL CONTAIN APPROXIMATELY 1 QUART OF SOIL AND BE LABELED PER LOCATION AND DEPTH. 16. CONTRACTOR SHALL INSTALL SOIL PREPARATION AND BACKFILL MIX TO CONFORM TO THESE RECOMMENDATIONS ONLY UPON RECEIPT OF WRITTEN CHANGE ORDER FROM OWNER. SUBMIT SOIL REPORT TO CITY PRIOR TO PLANTING. 17. GROUND COVERS AND SHRUBS SHALL BE TRIANGULARLY SPACED, UNLESS OTHERWISE INDICATED. 18. ALL SOIL FOR LANDSCAPE PLANTING AREAS OR BERMS SHALL BE OBTAINED FROM ON-SITE EXCAVATIONS UNLESS IT IS DETERMINED BY AN SOIL TESTING LAB THAT THE SOIL IS UNFIT FOR USE. SHOULD IMPORT SOIL BE NECESSARY, INDICATE SOURCE LOCATION. SOIL SHALL BE SANDY LOAM CONTAINING NO TOXIC CHEMICALS OR ELEMENTS WHICH MAY 1NHIBIT OR RETARD NORMAL PLANT GROWTH. 19. SOIL TESTING RESULTS SHALL BE SUBMITTED AND APPROVED PRIOR TO SOIL IMPLEMENTATION. 20. ALL LANDSCAPED AREAS (EXCLUDING TURF) SHALL BE MULCHED WITH A 2" DEEP LA YER OF WOOD MULCH, REFER TO SPECIFICATIONS FOR TYPE, AT THE CONCLUSION OF PLANTING OPERATIONS. 21. AT EDGES DF PLANTING AREAS, THE CENTER LINE Of THE LAST ROW OF SHRUBS AND/OR GROUND COVER SHALL BE LOCATED NO FARTHER FROM OR CLOSER TO THE EDGE THAN ONE-HALF THE SPECIFIED ON-CENTER SPACING. 22. REMOVE ALL NURSERY STAKES AND ESPALIER RACKS IMMEDIATELY AFTER INSTALLATION, UPON PROVIDING SUPPORT PER DETAIL. TREE PLANTING NOTES 1. TREE MUST BE OF QUALITY NURSERY STOCK, FREE FROM PESTS, DISEASE AND STRUCTURAL DEFECTS. 2. DIG PLANTING PIT TWICE AS WIDE AS ROOT BALL, OR AS WIDE AS PRACTICAL PER PLANTING LDCA TION. PIT SHOULD BE NO DEEPER THAN SOIL IN THE TREE CONTAINER. NOTE: If DRAINAGE IS A CONCERN, THE OUTSIDE PERIMETER OF THE PIT CAN BE DUG DEEPER TO DIVERT EXCESS WATER AWAY FROM THE ROOT BALL. (SEE DETAIL) 3. REMOVE THE TREE FROM THE CONTAINER (24" BOX), OR BOTTOM FROM BOX SIZE TREES,. AND PLACE IN PLANTING PIT. THE SOIL LEVEL SHOULD NE 1" -2• ABOVE THE FINISHED GRADE TO ALLOW FOR SEffilNG. REMOVE THE REMAINDER OF THE BOX ON LARGER TREES. 4. BACK FILL THE PIT 1 /2 WAY WITH NATIVE SOIL, ADD FERTILIZER TABLETS IF REQUIRED AND ENOUGH WATER TO FLOOD THE BOTTOM OF THE PIT. 5. ADD CIRCULAR INSTALLATION OF 12" RDOT BARRIER SO THAT THE TOP Of THE ROOT BARRIER IS JUST ABOVE THE FINISHED GRADE. 6. COMPLETE BACK FILL Of PIT WITH NATIVE SOIL, TAMPING IN SOIL WITH FEET OR SHOVEL HANDLE TO INSURE THERE ARE NO AIR POCKET AND THAT SOIL IS REASONABLY FIRM. 7. PREPARE EARTHEN WATER BASIN CAPABLE Of HOLDING AT LEAST 1 D GALLONS OF WATER. 8. REMOVE NURSERY TAKE AND INSTALL 2 TREE STAKES THAT ARE TALL ENOUGH TO SUPPORT THE TREE. 9. ATTACH TREES TO STAKES WITH SOFT RUBBER TIES AND ATTACH A TRUNK PROTECTOR TO THE BASE OF THE TREE. 10. FILL THE WATER BASIN AND LET SEEP TWO TIMES. PALM TREE PLANTING NOTES 1. THE CONTRACTOR, ALONG WITH A CITY DESIGNATED REPRESENTATIVE, SHALL INSPECT ALL PALMS AT THE NURSERY OR SUPPLIER PRIOR TO THEIR BEING DELIVERIED TO THE JOB SITE. 2. THE LANDSCAPE ARCHITECT AND/OR THE CITY OF SEAL BEACH RESERVES THE RIGHT TO REJECT ANY PALMS DELIVERED TO THE SITE THAT DOES NOT MEET THE DESIRED APPEARANCE AND SIZE SPECIFIED. 3. BALL & BURLAP (B&B) PALMS SUPPLIED FOR THIS PROJECT SHALL BE DUG WITH THE LARGEST ROOTBALL POSSIBLE TAKING INTO CONSIDERATION THE PROPOSED LOCATION. THE ROOTBALL SHALL BE DUG USING SHARP /CLEAN CUTS. 4. ROOTBALLS SHALL BE KEPT MOIST DURING TRANSPORT. 5. ALL PALMS SHALL BE PLANTED IMMEDIATELY UPON ARRIVAL TO THE JOB SITE. PALMS SHALL BE STORED ON SITE ONLY WITH PRIOR APPROVAL OF THE CITY. IF PALMS ARE STORED ON SITE THE ROOTBALLS SHALL BE FULLY COVERED WITH SAND AND NEVER COVER THE ROOTBALLS WITH PLASTIC. 6. ADEQUATE SIZED NYLON SLINGS SHALL BE USED FOR RIGGING PALMS IN PREPARATION FOR LIFTING. DO NOT USE STEEL CABLES FOR TUGGING ON PALMS. EXTRA PRECAUTIONS SHALL BE TAKEN TO PREVENT DISFIGURA TION Of THE TRUNK. 7. TIES THAT HOLD THE FRONDS CLUSTERS SHALL BE A SINGLE "ORGANIC" TYPE TWINE. AVOID USING TWINE THAT WILL REQUIRE CUTTING DURING THE MAINTENANCE PERIOD. 8. PRIOR TO THE INSTALLATION Of PALMS AND WHILE THE PALMS ARE LYING DOWN THE CONTRACTOR SHALL APPLY A FUNGICIDE TO THE CROWN OF EACH PALM TO PREVENT "PINK ROT". 9. EXTRA PRECAUTIONS SHALL BE TAKEN IF USING A CRANE FOR INSTALLATION. THE CONTRACTOR SHALL BE RESPONSIBLE TO THROUGHLY INSPECT THE SITE FOR ANY OVERHEAD ELECTRICAL WIRES AND BE FULLY AWARE Of ALL O.S.HA. RULES AND PROCEDURES INVOLVING CRANE OPERATION. 1D. BACKFILLING SHALL OCCUR ONLY AFTER THE PALMS ARE SET STRAIGHT AND PLUMB. 11. UNDER NO CIRCUMSTANCES SHALL COURSE PLASTER SAND WITH EXCESSIVE SALT LEVELS BE USED FOR BACKFILL. 12. ALL PALMS SHALL BE PLANTED AT GRADE LEVEL 13. FRON TIES SHALL REMAIN IN PLACE FOR A MINIMUM OF 6D DAYS TO PROTECT THE LEA YES FROM DRYING OUT DR DIRECT HEAT OF THE SUN. MARK OAlE OESCRI PTI ON REVISIONS 1-800-422-4133 w IKfB'fflfflesr«EAl.&ITCFIQffllRlCAlfQII\ Am:NIION lS DIREClt:o lll 1HE POSSlaLE EXlSlOt<:E Qf ~ FACIUTIE$ NOT KH(rffl Of!: IN A I.GCAl10N DIFfEJi9IT fROM MT WlfCt-l IS SHOWN ON tHE AMS OR IN n£ S$'£CW.. PR0VISIONS. lHE ~~~./~~~~~~~ EXCAVAllNG. lliE CONTR.IC100 SHAU. \£RIF'f n£ lOCAilON Of UNDERGRQUliO UIIUJIES B'I' OONIRICllNG UNDERGROUNO S8MCE AI..ERT M 1-(800}-422:-4133. PREPARED BY: PREPARED UNDERSUPERVISIDN OF D Landscape Archilec/ura + Puk Plannittg Cc,pcrote Office: Regioncl Office: 17050 Bushard Street, Suite JOO 78060 Calle Estrado Fountain Valley. CA 92708 La Qunlta, CA 92253 714.593.JJOO 76D.S8fJ.5165 7l4.S9JJJO f"(JC311fle 760.56-HJJ69 focshtile PLAN LP ORANGE COUNTY RESOURCES AND llE\ROPMENT MANAGEMENT DEPARlMENT IRVINE AVENUE WIDENING LANDSCAPE IMPROVEMENTS FRbM IRVINE AVE. STA. 23+22.10 TO STA. 38+00 PLANTING DETAILS & NOTES OESIGNID V SHEET ~DR~A~IIN~;:GV:::/;:RA=G==;::L'.""~·:'.:""~ED~:::'.:===I LP-5 SCALE DATE DRAWING NO. AS SHO\\N JUN 07 ER08922 OF 5 ---=-------- 3/4" - NEWPORT TRADE CENT_8E------- --------------I ------~---------------------I I I --~--------~---------------~ ------------------I I R V -----------~-------~30 ----------------I J'4 S !\_ v:E ill.TE---------___ -----ii§ ------·- . --'---·· 1111 -;-/4-•• - - - - - -----;,itl-- - ------____ 11,~11+1 _______ _ _ _____ --1-;:;~------(,;~➔----/AB'• 2_~:i i _____ .?~iPRv/@§l~[wML_ 11 34 _______ @ ________ ---==--===-=-c:c~~~~~~;:c;:::-_ 1 ~ ---···· •• -'''F•• -• ···-. ------------s.~"'-°'"°'°';t- _______ r--.... ---·· •• '1::1::l ~--• ;. -• -~~ _ g:. .hi-EJ. --;:· ► ~ ,.._ .?: ~ --_______ -~ ----·-. . ___ · · ---:.:"--c;;,.:a,_zzs:" __ ~1,,33_ -L----~-=--]-~-i-~----"·-!?-"' --------------------------- .-i':.. -----• •• • • r ( • • , " i \\ \ ~ ,;,• v tr a/4" tr,;,• • -• • ·V' I " ' ,--~--;;··-~----. -. . • .. ··--·-f-... __ _ I 3/· .. ~ "" 3/4" . 3/4" 3/4". f ~ 3/4;" • • •v SANTA ANA DELHI CHANNEL / i I I I I I - - APPROX. 80' FIELD VERIFY tt-e.;;........._:1-,.:;---i-------------J-1 -, EXISTING STRUCTURE ff £01------ELECTRICAL P.O.C. AND METER IRVINE ·------------- 36 3/4" ' AVENUE -----" --- 1-800-422-4133 w IN'fflB!Nl&f!R!UBTCPAJ11111CMRRIA. ~ FACII.JIJES NOt Kt10WM Oft IN A ATI£NTION~~ ~~~~ PUNS OR" ltE~~lHE ~ SHALL TAK£ SID'S TO IISCERfNN nt£ £XAef L/JCAtl0N OF'~ 'MlR S8MC£. 8EFORE PRIOR TO 001tG WOOi< TlW WIY ~ ~ ~ , ~ ll1IIJTlE'S Bl' CONIRACftlG EXCAWJIIG, 1l1E CONTfW)T(IR SHAU. UHO£RGROIJNJ) S£fMC£ ,um AT 1-(800~-4133. PREPARED BY: ova CD<Bmorn Lirndscapf! Archltecturf! + Part Plsnnlng Corporate Office: 17050 Bushard Street, Suite JIJO Fountain Valley. CA 92708 7t4.5(1J.JJOO 7t4.59JJJO Facsimile Regional Office: 78060 Calfe Estrado La Qunita, CA 9225J 760.580.5165 76f1.564.Q369 FOCSB11ili: MARK """•• "· 4" SLEEVE FOR CONTROL.WIRE 3/4" DATE DESCRIPTION REVISIONS PREPARB> UNDERSUPER\IISION OF \<I. ,_,"' II IRRIGATION CONTROLLER EXACT LOCATION TO BE APPROVED BY CIT_'t' _ PLAN IP ORANGE COUNTY RESOURCES ANO llE\'ELOPMENT MANAGEMENT DEPAR'IMENT IRVINE AVENUE WIDENING LANDSCAPE IMPROVEMENTS FRbM IRVINE AVE. STA. 23+22.10 TO STA. 38+00 IRRIGATION PLAN DESIGNED DRA\\N GV/RAG CHECKED SCALE DA1E DRA'MNG NO. AS SH0\\111 JUN 07 ER08922 SHEET IP-1 OF 4 ----------------------------------------------·· IRRIGATION PRESSURE CALCULATION-FURTHEST TURF IRRIGATION PRESSURE CALCULATION-LARGEST TURF UNITS SIZE 1 3• 1 3• 1 3• 1 2" 1 0 0 0 0 0 0 0 3• 3• 3• 2 1/2" 2" 1· 3/4" 1/2" TYPE DISC RP ANGLE BRASS BRASS SCH 40 SCH 40 DESCRIPTION WATER METER BACKFLOW MASTER VAL Yr. AUTOMATIC VALYr. GATE VALYr. MAINLINE ,,<(\ .,,<.\:/ \"'' LATERAL UM&\'<'-:,, .,..,\)\' SCH 40 LA TERA~\6!NE SCH 40 Lt;ij?,i<AtLINE SCH 40 •. ,·CJLA"fERAL LINE ,~ SCH 40 • LATERAL LINE SCH 40 LATERAL LINE GPM UNIT PSI LOSS 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 UNITS SIZE 1 3• 1 3• 1 3• 1 2" 1 3• 0 3• 0 3• 0 2 1/2" 0 2· 0 1· 0 3/4" 0 1/2" TYPE DISC RP ANGLE BRASS BRASS SCH 40 SCH 40 SCH 40 SCH 40 SCH 4(1/0 SCH 46 SCH 40 DESCRIPTION WATER METER BACKFLOW MASTER VALYr. AUTOMATIC VALYr. GATE VALVE MAINLINE , 0~, ,,.,.,.v\~.i LA TERAL,J,{J\i~ \ v LA TERit1J.WiE H" 'f~RAL LINE LATERAL LINE LATERAL LINE LATERAL LINE GPM 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 UNIT PSI LOSS 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 MISC FITTINGS ALLOWANCE 00.0 00.0 MISC FITTINGS ALLOWANCE 00.0 00.0 STATION: A-X COMPONENT LOSSES: STATIC PRESSURE: 110.00 MIN. REQ'D BY HEAD: MAX. GPM DEMAND: 00.0 ELEV. LOSS/GAIN: 00.0 00.0 00.0 TOTAL PRESSURE REQ'D: 00.0 RESIDUAL PRESSURE: 00.0 STATION: A-X STATIC PRESSURE: 110.00 MAX. GPM DEMAND: 00.0 COMPONENT LOSSES: MIN. REQ'D BY HEAD: ELEV. LOSS/GAIN: 00.0 00.0 00.0 TOTAL PRESSURE REQ'D: 00.0 RESIDUAL PRESSURE: 00.0 IRRIGATION PRESSURE CALCULATION-FURTHEST GC/SHRUB IRRIGATION PRESSURE CALCULATION-LARGEST GC/SHRUB UNITS SIZE 1 3• 1 3• 1 3• 1 2· 1 3• 0 0 0 0 0 0 0 3• 3• 2 1/2" 2· 1· 3/4" 1/2" TYPE DISC RP ANGLE BRASS BRASS DESCRIPTION WATER METER BACKFLOW MASTER VALYr. AUTOMATIC VAL Yr. GATE VALYr. -. SCH 40 ,,,5~\) SCH 40 LATERAL LINE\\'.;• 1.'/ MAINLINE SCH 40 LA TERA\. :i.(ffili:l • • SCH 40 L~,:!J\f3At:\.tNE SCH 40 -1, ()LA'1ERAL LINE SCH 40 • LATERAL LINE SCH 40 LATERAL LINE GPM UNIT PSI LOSS 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 UNITS SIZE 1 3• 1 3• 1 3• 1 2· 1 3• 0 3• 0 3• 0 2 1/2" 0 2· 0 1· 0 3/4" 0 1/2" TYPE DISC RP ANGLE BRASS BRASS SCH 40 SCH 40 SCH 40 SCH 40 SCH 4~() SCH 40' SCH 40 DESCRIPTION WATER METER BACKFLOW MASTER VALYr. AUTOMATIC VALYr. GATE VALVE MAINLINE . ~-V LATERAL \)Nl,;•~v• -._'\\" LATE~~jNE ~ \«, ,l;(\:"LERAL LINE l:~TERAL LINE LATERAL LINE LATERAL LINE GPM 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 UNIT PSI LOSS 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 MISC FITTINGS ALLOWANCE 00.0 00.0 MISC FITTINGS ALLOWANCE 00.0 00.0 STATION: A-X STATIC PRESSURE: 110.00 MAX. GPM DEMAND: 00.0 COMPONENT LOSSES: MIN. REQ'D BY HEAD: ELEV. LOSS/GAIN: TOTAL PRESSURE REQ'D: RESIDUAL PRESSURE: 00.0 00.0 00.0 00.0 00.0 STATION: A-X STATIC PRESSURE: 110.00 MAX. GPM DEMAND: 00.0 COMPONENT LOSSES: MIN. REQ'D BY HEAD: ELEV. LOSS/GAIN: TOTAL PRESSURE REQ'D: RESIDUAL PRESSURE: 00.0 00.0 00.0 00.0 00.0 IRRIGATION PRESSURE CALCULA Tl ON-FURTHEST BUBBLER IRRIGATION PRESSURE CALCULATION-LARGEST BUBBLER UNITS SIZE 1 3• 3• 1 3• 1 2" 1 3• 0 0 0 0 0 0 0 3• 3• 2 1/2" 2" 1" 3/4" 1/2" TYPE DISC RP ANGLE BRASS BRASS DESCRIPTION WATER METER BACKFLOW MASTER VAL Yr. AUTOMATIC VALYr. GATE VALYr. SCH 40 MAINLINE ,, .. \.'V• SCH 40 LATERAL,.!e'18\' SCH 40 ~-~Afs.~l~E SCH 40 1, LAi/:i:'RAL LINE SCH 40'\')LATERAL LINE SCH 40 LATERAL LINE SCH 40 LATERAL LINE GPM UNIT PSI LOSS 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 OD.O 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 UNITS SIZE 1 3• 1 3" 1 3• 1 2" 1 3" 0 0 0 0 D 0 0 3• 3" 2 1/2" 2· 1· 3/4" 1/2" TYPE DISC RP ANGLE BRASS BRASS SCH 40 SCH 40 SCH 40 SCH 40,,., SCH 40,\) SCH 40 SCH 40 DESCRIPTION WATER METER BACKFLOW MASTER VALYr. AUTOMATIC VALYr. GATE VALYr. "'\ MAINLINE , <,'~;~; LA TER\lr~E' LATE~LINE 1;" , 10\l!ERAL LINE LATERAL LINE LATERAL LINE LATERAL LINE GPM UNIT PSI LOSS 00.0 00.0 00.0 00.0 00.0 00.0 00.0 OD.O 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 00.0 MISC FITTINGS ALLOWANCE 00.0 00.0 MISC FITTINGS ALLOWANCE 00.0 00.0 STATION: A-X COMPONENT LOSSES: STATION: A-X STATIC PRESSURE: 110.00 MIN. REQ'D BY HEAD: ST A TIC PRESSURE: MAX. GPM DEMAND: 00.0 ELEV. LOSS/GAIN: MAX. GPM DEMAND: TOTAL PRESSURE REQ'D: 00.0 00.0 00.0 00.0 00.0 RESIDUAL PRESSURE: PROJECT LANDSCAPE AREA: -13,200 SQUARE FEET MAXIMUM WATER BUDGET: -(ETO) (0.8) (AREA) (.62) -( 46.6) (0.8) (13,200) }.62) -305,099.52 (GALLONS YEAR) ESTIMATED WATER USE TURF: -(ETO) (KC) (AREA) (.62) ( (IE) -( 46.6) (. 70) (0) (.62) / .8) -0 (GALLONS/YEAR) ESTIMATED WATER USE SHRUBS: 110.00 00.0 -(ETO) (KC) (AREA) (.62) / (IE) -( 46.6) (.40) (13,200) (.62) / (.8) -190,687.2 (GALLONS/YEAR) TOTAL ESTIMATED WATER USE: 25% RAINFALL: (10) (.25) (.8) (13,200) TOTAL -190,687.2 (GALLONS/YEAR) --26,400 (GALLONS/YEAR) -164,287.20 ( GALLONS/YEAR) COMPONENT LOSSES: MIN. REQ'D BY HEAD: ELEV. LOSS/GAIN: TOTAL PRESSURE REQ'D: RESIDUAL PRESSURE: 00.0 00.0 00.0 00.0 00.0 TOTAL LANDSCAPE AREA SQ. FT. OF TURF SQ. FT. OF SHRUB TOTAL AREA 0 13,200 13,200 GENERAL IRRIGATION NOTES STATIC PRESSURE MINIMUM STATIC PRESSURE SHALL BE 130 PSI AT THE METER. MINIMUM WATER METER SIZE 6". CONTRACTOR SHALL VERIFY PRESSURE READING PRIOR TO STARTING WORK AND REPORT TO LANDSCAPE ARCHITECT IF PRESSURE IS BELOW B7 PSI. IF PRESSURE EXCEEDS 93 PSI CONTRACTOR SHALL BE RESPONSIBLE FOR THE INSTALLATION OF A LINE SIZE WILKENS 500 SERIES PRESSURE REDUCING VALVE. IRRIGATION SYSTEM LAYOUT DUE TO THE SCALE OF THESE DRAWINGS THE CONTRACTOR SHOULD BE AWARE OF THE POSSIBILITY THAT THE NEED FOR MINOR ADJUSTMENTS TO THE IRRIGATION SYSTEM MAY BE NECESSARY TO PROVIDE PROPER COVERAGE. THESE ADJUSTMENTS COULD INCLUDE NOZZLE CHANGES AND/OR ADDITION OR DELETION OF INDIVIDUAL HEADS TO COMPENSATE FOR CHANGES MADE ON THE SITE. THE CONTRACTOR SHALL LOCATE ALL VALVES, LATERAL LINE AND MAINLINE IN PLANTING AREAS. SLEEVING SLEEVES SHALL BE PLACED UNDER ALL DRIVEWAYS AND WALKS WHERE IRRIGATION LATERAL, MAINLINE, AND WIRE WILL CROSS. SLEEVES SHALL BE PVC SCH. 40, MINIMUM BURY 24" DEEP. MINIMUM DISTANCE PAST EDGE OF DRIVEWAY OR CONCRETE WALK SHALL BE 24". WATER AND WIRE SHALL NOT BE PLACED IN THE SAME SLEEVE. PRESSURE COMPENSATING SCREEN CONTRACTOR SHALL INSTALL ONE (1) RAINBIRD PRESSURE COMPENSATING SCREEN PER HEAD IN ALL IRRIGATION INSTALLATIONS. USE OF THE SCREENS WILL AID IN RADIUS REDUCTION, OVERSPRAY CONDITIONS AND FOGGING IN ALL PRESSURE SITUATIONS. "WATER CONSERVATION CONCEPT STATEMENT" THE SYSTEM IS DESIGNED TO ACHEIVE CONSERVATION AND EFFICIENCY IN WATER USE BY PROVIDING ANTI-DRAIN VALVES, FOR LOW HEAD DRAINAGE, RAIN CHECK INTERRUPT SWITCH TO PREVENT THE SYSTEM FROM ACTIVATING WHEN RAINING, PRESSURE COMPENSATING SCREENS TO PREVENT OVERSPRAY AND REDUCE WATER USAGE IN SMALLER PLANTING AREAS. AND LOW GALLONAGE HEADS TO REDUCE WATER CONSUMPTION. IRRIGATION LEGEND SYMBOL MANUFACTURER DESCRIPTION PATTERN RADIUS GPM PSI F, H, Q, VAN ~ ~ f ~ TORO 570Z 15 SERIES W {, t * TORO 570Z 12 SERIES 'f' ~ ~ ~ TORO 570Z 10 SERIES 't' V W V TORO 570Z 8 SERIES ♦ 'v '7 ..-TORO 570Z 5 SERIES SHRUB 12" POP-UP SPRAY SHRUB 12" POP-UP SPRAY SHRUB 12" POP-UP SPRAY SHRUB 12" POP-UP SPRAY SHRUB 12" POP-UP SPRAY F, H, Q, VAN 15' F, H, Q, VAN 12' F, H, Q, VAN 10' F, H, Q, VAN 8' F, H, Q, VAN 5' ..... --©-- 1-000-422-4133 NEW 2" LANDSCAPE IRRIGATION WATER METER 1 1 /2" FLOW SENSOR -RAINMASTER EVFM FLOW SENSOR, CONNECT TO CONTROLLER. 2" FEBCO 825Y REDUCED PRESSURE BACKFLOW 2" GRISWOLD MASTER VALVE MODEL 2160, NORMALLY OPEN AUTOMATIC VALVE -GRISWOLD OW SERIES CONTROL VALVE QUICK COUPLING VALVE -1'' RAINBIRD QUICK COUPLER W/VINYL COVER IRRIGATION CONTROLLER -RAINMASTER EVOLUTION DX2, CONTACT JOHN TOROSIAN AT RAINMASTER (805) 527-4498 3" MATCO 754 SERIES FULL PORT BALL SALVE PRESSURE MAINLINE -SCHEDULE 40 -· 1 " OR SMALLER -CLASS 315 -2" AND LARGER -MINIMUM 18" BURY LATERAL LINE -PVC SCHEDULE 40 -MINIMUM 12" BURY PIPE SLEEVE -PVC SCHEDULE 40 (EXCLUDING DRIVEWAY AND PARKING LOT) SEE NOTE 3, SHEET L-1. NOTE: "--•CONTROLLER STATION GALLONS PER MINUTE VALVE SIZE 1. PLACE ALL VALVES IN PURPLE PLASTIC VALVE BOXES PROVIDED BY CARSON BROOKS. RECLAIMED QUICK COUPLERS SHALL BE PLACED IN PURPLE ROUND VALVE BOXES. 2. PROVIDE 2 SETS OF COLOR CODED SCHEMATICS INCASED IN "HEAVY GAUGE" CLEAR PLASTIC FOR IRRIGATION. 3. PROVIDE 3 KEYS FOR QUICK COUPLERS. MARK DAlE DESCRt PTI ON REVISIONS PREPARED 8)': PREPARED UNDERSUPER\IISION OF w lllfflfflN)lfflQ:UU:CFAD:lftlCMRINA ATIEN110N IS DIREClED TO 1HE P0SSmLE EmttMCE OF" \JNOERGROUND FACll.ireS MM IOtOWN OR !ff A l,OC,ilTlON DFfmHI' fAOU 'TK'T WIIICW JS ~ OH M PlANS OR It 11-E iSl'£(;IAl. PAO\nSIOHS. 'IM£ COh1RACTOR stWL TN<E SlEl'S 10 JiSCERl"Mf THE DWlT LOCATION Of' ,IU, I.HlERGROIRi!O fACIJPES PRKlt TO DONG WORK nw MIIY D,l,lrWl£ SUCH FACI.ITES OR INTERfERE WITH nu SEFMCE. BEl'llR£ EXCAYKllNG, llfE ~ stWL VERIFY 11il:'. LOCMION Of ~ UTIIJll£S 8'f CONlRACTlNG I/NDl;RGR(lllNf SERVIC£ AlERl' AT 1-(lli)0)-422-41.U. --------------------- L1mdac11p11 Arcliifectur, + Park Pl1Hrnlng Corporate Office: Regfonal Office: I 7050 Bushard Street, Suite JOO 78060 Colle Estrad-0 Fountain Valley. CA 92708 La Qunlla, CA 92253 714.593.JJOO 760.58(Ui165 714.59JJJO FacaimRo 76a564.0J69 Focsink 3.70,1.85,.92, .92-3.70 30 2.60, .1.30, .65, .65-2.60 30 1.58, .79, .39, .39-1.58 30 1.05, .52, .26, .26-1.05 30 .41, .20, .10, .10-.41 30 PLAN IP ORANGE COUNTY RESOURCES AND ll£\a.OPMENT MANAGEMENT DEPARlMENT IRVINE AVENUE WIDENING LANDSCAPE IMPROVEMENTS FRbM IRVINE AVE. STA. 23+22.10 TO STA. 38+00 IRRIGATION LEGEND AND CALCULATIONS DESIGNED V SHEET ORA"" GV/RAG CHECKED liJl.l!,,cJ'.._____J I P-2 SCALE DATE DRAWING NO. AS SHOWN JUN 07 ER08922 OF 4 H J -------------------------------------- 90% CLEAN BACKFILL AS REQUIREfl-----~ REFER TO ENGINEER FOR SPECIFIC MATERIAL AND COMPACTION REQUIREMENTS. PAVING, BY OTHERS UNDISTURBED SOIL---- MAINLINE AND-----:+f-l=+H~!S,,C,44-/21-'.,4<½½4"'.✓J CONTROL WIRES IN SCH 40 SLEEVES :I I LATERAL LINES ----~=1++-=1-++= IN SCH 40 SLEEVE :I I = :111 11 I I I =Ill- TAPE CONTROL WIRES TO MAINLINE 10 FEET ON CENTER IN ROCKY SOILS INSTALL PIPING IN SAND BED SLEEVE INSTALLATION Lci CLEAN COMPACTED----------- BACKFILL -I 361 -I FINISHED GRADE~ ,--..,...,.,----,-=~~~~~=7'!"--r-..,...,...,. ~I I l111 I I . UNDISTURBED SOIL----· -11 12 /l :111 Ill~ 4"/36ml I LATERAL LINES----,,-: .,....11!:±±r,,..,.H,l.,;,J<ii. . . 111 I I MAINLINE AND CONTROL WIRES --.\ II :I 11 ·• ii -, , ,-111 :111111 111~#i~#i~m~#il 11:: :1 I I 11 TAPE CONTROL WIRES TO MAINLINE I 6" I 11 10 FEET ON CENTER ' ., IN ROCKY SOILS INSTALL PIPING IN SAND BED 24" DEPTI-1 REQUIRED FOR ALL DOMESTIC MAINLINES 36" DEPTI-1 REQUIRED FOR ALL RECLAIMED MAINLINES PIPE INSTALLATION .-------FINISHED GRADE IN TURF Afl.EAfl PULL BOX -----PLASTIC RECTANGULAR V/>LVE BOX WITH LOCKABLE COVER, BOX TO BE PLACED AT RIGHT ANGLE TO HAfl.DSCAPE EDGE. HEAT BRAND "PB" ONTO LID. PURPLE FOR RECLAIMED WATER --36" WIRE EXPANSION LOOP 1YPICAL. WIRE CONNECTORS ::::==:)---PVC ELECTRICAL SWEEP IF INSTALLED IN CONDUIT. '----------LANDSCAPE FABRIC ~--------3/4" ROCK, 3 CUBIC FT. ~---------------------. ------------------------------------------------------------------------------------ E QUICK COUPLER WITH RECLAIMED WATER CAP PUNCH-LOK CLAMPS 36" REBAR STAKE ------11 QUICK COUPLER --PLASTIC VALVE BOX 1 O" RND. W/ LOCKABLE LID PURPLE FOR RECLAIMED WATER --PLASTIC VALVE BOX 12" RECT. W/ LOCKABLE LID PURPLE FOR RECLAIMED WATER FINISHED G:_J "'I I I' "I I l~[l::::::::;:;:Jli=-J 1•1 .. •·11-1' .. I Ill Ii' Ill Ir' 24" WIRE LOOP 7 ll 1111 II Ii' II RECLAIMED WATER --~•I ~I tt~l lfff---==w,l"""ir«««r««r«l«m -111-111· 11 111 • ID TAG F REMOTE CONTROL VALVE Controller ~ Power switch/GFI receptacle Terminal strip ,------United Green Tech 16" Indoor Satellite Assemby 16' ~----Master valve relay or pump start relay (optional) ,------Rodia remote access ,-----1/2" conduit for 120 VAC from metered power supply .-+------PVC conduit for ...._,,,__,...._, control wires, size as required 1" PVC conduit for flow sensor cable AEF 9516-2SP (if applicable) G SAT ASSEMBLY-BACKBOARD ONLY WALL MOUNT FINISHED GRADE --PLASTIC VALVE BOX 7 12" RECT. W/ LOCKABLE LID PURPLE FOR RECLAIMED WATER ..----L--- RECLAIMED WATER ID TAG 24" WIRE LOOP NOTE: -------------------------------------------------------------·--. ·---·-· ·--··-··--·-------------------·-·-- .... a-----------POP-UP SPRINKLER HEAD W/ RECLAIMED WATER WARNING CAP SEE LEGEND FOR SPECIFICATION .-------FINISHED GRADE TOP FLUSH W/ F.G. IN TURF AREAS TOP 1/2" ABOVE F.G. IN SHRUB AREAS --SCH. 80 NIPPLE, LENGTH AS REQUIRED ,r--1 MARLEX STREET ELL AND 1 PVC THREADED ELL (90) ~-SCH. 80 NIPPLE (6" MINIMUM) ~-MARLEX STREET ELL OUT OF LATERAL LINE FITTING ,r--LATERAL LINE, DEPTH AS SPECIFIED IN LEGEND HEAD TO BE INSTALLED: 2" FROM ALL CURBING 4" FROM ALL WALKWAYS USE ALL BRASS PIPING TO DISCHARGE SIDE OF MASTER VALVE 12" FROM ALL BUILDINGS AND WALLS SWING JOINT ASSEMBLY TO BE SIZED PER SPRINKLER INLET SIZE C MASTER VALVE .-------FINISHED GRADE IN TURF AREAS .------PLASTIC RECTANGULAR VALVE BOX WITH LOCKABLE COVER, BOX TO BE PLACED AT RIGHT ANGLE TO HARDSCAPE EDGE. HEAT BRAND PER MNWD DETAIL. PURPLE FOR RECLAIMED WATER ----10 TAG M!III~ -111-= 12" FINISHED GRADE IN SHRUB AREAS BALL VALVE, SEE LEGEND FOR SPECIFICATION PRESSURE SUPPLY LINE DEPTH AS PER SPECS. '-_..:,{::::: PVC MALE ADAPTER ~s.J----BRICK SUPPORTS '-------BRASS UNION '--------BRASS NIPPLE '----------LANDSCAPE FABRIC SECTION VIEW -N,T.S, 3/4" ROCK, 3 CUBIC FT. ~8xf:1"0 BE INSTALLED AS TO ALLOW FOR PROPER OPERATION OF BALL VALVE INSTALL AT RIGHT ANGLE TO HARDSCAPE EDGE, INSTALL VALVE OFF-CENTER IN BOX. D BALL VALVE C RECLAIMED WATER WARNING TAG FINISHED GRADE eASKET STRAINER ( 40 MESH) __ --1JL-;-'[ USE ALL BRASS PIPING AND FITTINGS BETWEEN WATER METER AND MASTER CONTROL VALVE 3/4" CRUSHED GRAVEL 2 CUBIC FEET BASKET STRAINER lml--11-L.l..l;Tr'-'-'m--QUICK COUPLER WITH RECLAIMED WATER CAP RED BRICK SUPPORTS AT ALL 4 CORNERS 1-800-422-4133 w IN'ffPPIPlQIQ: MPfTCf4QIHIIICllfQIM ATTEKTION IS DIRECW> TI> U£ f'OSS8.E ElaSTEltCE Of U~ f/rlCIUTll::S NOT KNOWlt ()fl IN A lCX'.AJ'ION DlmR£NI' rAOM 1tM1' IOCtl IS SHOWN ON M ~ M ti THE: SP£CW. PRl'.MSIONS. 'fH£ CON1wcrOR SIWJ. TN<E SID'S 1tl ~ lHE EXi1,CT ux;ATION OF AU. UNDtROROOND f.loCUT6 PRIM TO llOtfC WOflk ™1" W.Y ~ SOCff fAClJl'IES OR 1NT8'!l'EJI': wmt 1li£IR SEJMC:£. BEfDA£ EXCAVllffiG, THE cotmW::TtlR SIW!. YER!f"I" 1HE t!ICI\TlOff Of' UNOEROROUr«) UT1UTIES ll'f OON1WCllNG UHr:11::RCROUND SfRYIC£ M£Rr AT 1-{800H22--4-13J. A POP-UP SPRINKLER . 6" MIN .• '( ~ 1 .., __ ..,,., . .,,,......... ~ • • .-... ' .. Tf_ ITT rrr- - I • --------l B NOTE: ALL PIPES AND FITTINGS TO BE PURPLE IN COLOR 1. CURB, SIDEWALK, ETC. 2. FINISH GRADE 3. POP-UP ROTOR HEAD WITH ANTI-DRAIN VALVE. SET TOP OF HEAD 1 /2" ABOVE GRADE. 4. SCH. 80 PVC NIPPLE MIN. 2" LONG 5. SCH. 80 PVC TxT ELL POP-UP ROTOR lli-- II 6. PVC TxT MARLEX STREET ELL 7. SCHEDULE 80 PVC NIPPLE. MIN. 1 O" LONG 8. SCH. 80 PVC TxT MARLEX STREET ELL 9. SCH. 80 PVC SxSxT TEE 10. LATERAL LINE PIPE AND PLAN IP ORANGE COUNTY RESOURCES ANO D£I/EJ.OPIIENT MANAGEMENT DEPARlllENT MARK DATE DESCRIPTION IRVINE AVENUE WIDENING LANDSCAPE IMPROVEMENTS FROM REVISIONS IRVINE AVE. STA. 23+22.10 TO STA. 38+00 PREPARED BY: PREPARED UNDERSUPERVISlON OF IRRIGATION DETAILS LandscapB Archltec!Urll + Park P!a11r1ing DESIGNED SHEET Corporate Office: Regioool Office: 17050 Bushard Street Suite JOO 78060 Calle Estrado Fountain Volley. CA 708 La Qunita, CA 92253 7f4.59lJJOO 760.580.5165 714.59JJJ(J Focsmile 760.564.CJ69 facslmk ~M~A~~~G=V~~=A=G==l~~ECl<ED~~=====jlP-3 OF 4 SCALE DAlE AS SHO\\N JUN 07 DRAWING NO. ER08922 --------------------------------------- - -----------------_,._, ______ ----------- A C ' l ..... Two (2) conductor, sheilded cable (AEF 9516-2SP) ~-1" in turf areas Jumbo plastic valve box with 2' -6" extensions and locking cover connection to transmitter 2• in shrub areas Finish grade Black -------i Main line .. flow --- FLOW SENSOR ~ .. :a ,._"I Ii!'. Ii:' .. Ii!' .. "' ~ .. ~ ... ,q .. _.,,._ "' .. Ii!' • Ii!' • Ii:' ... ,------LOW VOLTAGE WIRES ,---OUTER CASE OF CONNECTOR TWIST WIRES FOR PROPER CONNECTIO CRIMP SLEEVE INSTALLED------~ WITH RECOMMENDED TOOL CONNECTOR INSERT ------------~ FILL OUTER CASE WITH SEALER PRIOR TO FINAL ASSEMBLY WIRE CONNECTORS 1-800-422-4133 w !KflPPNlllflC& 4ffl£WPDftCQJRM ATTENIION IS DIREX:TED TO TH£ POSS9..£ DIISTENCf OF UNDERGROUlfD FM:II.ITlES NOT KN0'IIN 00. IN A I.OCNIOH OFf'ER£HT FROlol ™T WICH IS St!OIIN ON iH£ Pl.AMS M IN M SP8'.:W.-~ TH€ COlfflW:1'0R S1i1t1. ~ sia>s to ASCmAIN 1liE EXACr l!lCATION OF AIL UND£RGROIHI F/riCI.RlES PRIOR TO DOIN8 WORI( TIIJIT 1MY iWWlE suctl D.CIIJIES OR ll'ITTRf'ERE Willi lHElR SEIMCE. 8EfOll:E EXtAVA'!m 1H[ COMTRACroR SHAU. 'l&IIFl' 11£ LOCAllON OF IJNDERGftOOHD VTIUllES IJ'I' COKIRICllNG UffOERGROUNO SEIMCE At.ERT AT l-(IID0)-422-+13J. B Size or direction change at distance equal to 5X pipe diameter from flow sensor (if required) RECYLa.ED YATER llllll!TIIRINC -+--INSTALL WITH 3/8" STAINLESS STEEL BOLTS AT A MINUMUM OF TWO LOCATIONS-LENGTH AS REQUIRED. USE 1" DIAMETER WASHER TO PROTECT SIGN. REQUIRED SIGNAGE FOR RECYCLED WATER USE AREAS: ALL USE AREAS ACCESSIBLE TO THE PUBLIC SHALL BE POSTED WITH SIGNS (MINIMUM 2 PER METER) THAT ARE VIXIBLE TO THE PUBLIC IN A SIZE NO LESS THAN 4 INCHES HIGH BY 8 INCHES WIDE. t 111 1111:: • 12" -, '1-1· • ~ -. 11. · -----1 1/4" GALVANIZED STEEL U-CHANNEL, OR BOX POST. /,---FINISH GRADE/SURFACE ,;' 111 ' .. II • -..Jf----CONCTETE FOOTING • .... ...,,. .... ·: I 1· • . --~4~•---_,_ -_._ ... ;J;:....;. • ...... ,...··•.;,.·...a·· . .,...f .. -, I.I I COMPACTED SUBGRADE t I ~--·' ,I T • RECYCLED WATER WARNING SIGN (IF APPLICABLE) MARK DATE OESCRI PTI ON REVISIONS PLAN IP ORANGE COUNTY RESOURCES AND DE\£LOPIIENT MANAGEMENT llEPARlMENT IRVINE AVENUE WIDENING LANDSCAPE IMPROVEMENTS FRbM IRVINE AVE. STA. 23+22.10 TO ST A. 38+00 PREPARED BY: PREPARED UNDERSUPER"1S,ON Of IRRIGATION DETAILS Ln11dscape Architacturo .,. Perk P/111111/ng DESIGNED V SHEET Corporate Office: Regional Office: l!:~~·~~~G~V/;R=AG====:;:::L~~ECKED~:::::~===IIP-4 17050 Bushard Street Suite JOO 78060 Calle fstrado Fountain Valley; CA 92708 La Qunfta, CA 92253 714.593.JJOO 760.580.5165 n4.S93JJO focsimi4 760.564.IJJ69 Focsinle SCALE DATE DRAWING NO, AS SHOWN JUN 07 ER08922 OF 4 45 40 35 30 25 45 40 35 30 25 45 40 35 30 25 40 35 30 25 45 40 35 30 25 -75 -75 -75 -75 RIW -50 -25 0 20+40 RIW -50 -25 0 20+20 R/W. -- --~-------------, ------ -50 -25 0 20+00 --~ ! l'-'-·,--;---·- -50 -25 0 19+80 r· ----· -···--------•--.,-------,-.. --,.···--· -- R/W 25 50 75 25 50 75 -------l- 25 50 75 25 50 75 1 --------------------_L___ ---~~-J, :-------¾~-: : -~---··t--. - ·{t .,_.: ' ' --------------J----- 1 -75 -50 -25 0 25 50 75 19+75 45 40 45 35 40 30 35 25 30 25 45 20 40 35 45 30 40 25 35 30 45 25 40 20 35 30 45 25 40 35 40 30 35 25 30 20 25 45 45 40 40 35 35 30 30 25 25 20 -75 -75 . . . . l I . . . . ~--},.._ RIW i.. ... _________ _ ! t I + ------;------------;•--- • -50 -25 0 21+20 ' . . 25 50 TCE RIW ----------~------·•···· -----··1-····~----1··-----. . RIW ' -50 -25 TCE RIW ' ' •' 0 21+00 • I 25 ' ' '. .. : i ' 50 ~-<.,~!'"'ii --··---------------: _,. __ _ Ii i '. .. l i ii I l • • i ~-----. --...,.-; --·----- -75 -50 -25 0 25 50 20+80 R1W RiW . I ' -------,----t i i . ' ,. ·' !!' •• ·-i' ---··f· '. . ! ! 75 75 75 , i: I ----~ .'.. i •-=J---- 1 -¥1~ffe)¥h'fl¼W~ --; I ! ! i i ' : ____ _;_ _____ ,_ :---------~-: -----------~------ ',, ..•. , -----1·- -75 -50 -25 0 25 50 75 20+60 CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS. 45 40 35 30 25 50 20 45 40 45 35 40 30 35 25 30 20 25 20 50 45 45 40 40 35 35 30 30 25 25 20 20 50 45 45 40 40 35 35 30 30 25 25 20 20 -75 -50 -25 0 25 50 75 21+80 ------------------~.---, TCE -75 -50 -75 -50 -25 0 21+60 Rl!N ) ' +--··----1 ' ' ' 25 50 ----·-------l------------~ -25 0 25 50 21+40 75 75 50 45 40 35 30 25 20 50 45 40 35 30 25 20 50 45 40 35 30 25 20 45 T-~, ii ~: • • • • j •• ' ~ • 40 .: 1!Ttk ~. RIW--,-----+-----------i-c t ! I I\ ' • i,: i I RE1i L.\ ___ ;__ _____ , _____ wALL: .. __ I \ I\ ESMT) 35 45 40 35 ' 30 25 25 20 20 -75 -50 -25 0 25 50 75 22+60 45 45 RfW 40 ! t : +---+---,. 35 30 25 25 20 20 -75 -50 -25 0 25 50 75 22+40 50 50 45 45 40 40 35 35 30 30 25 25 20 20 -75 -50 -25 0 25 50 75 22+20 50 TCE 50 45 45 40 40 35 35 30 30 I ' I ,-""~-L 1 ' 25 I 25 20 I 1 ,_ .. _____ ....... --.. L---------l------~-------•-----1 20 -75 -50 -25 0 25 50 75 22+00 40 35 30 25 20 35 30 25 20 35 30 25 20 35 30 ' ' ' MESA DRIVE INTERSECTION 41·------·-: --__ ,__ Ll-t-.,,""" .,.-.; . ! ,.. ✓////4)?; ' 1 WP._#/4wp'..zG%/4·.: i. '.• ---·--· ·--' ~-</1'7)} :///&1/hzj ' . -75 -50 -25 I 0 23+60 MESA DRIVE INTERSECTION 25 50 ~J./&.q;,;v4-/4;,,,//?ffif-/ ' -75 -50 -25 0 25 50 23+40 75 75 ---------------------,r ------------,---------- -75 -50 -25 ! MESAbRIVE INTERSECTION i 0 23+20 IN~iWs~~tY6N ! 25 50 75 25 L..----- 20 35 30 25 20 -75 -50 -25 0 25 50 75 23+00 .-----.-~-------• ! ! -•-1--t·------------; ·- 1 ' 1-----t .. --__ l ___ ~-----_,_ __ _ -75 -50 -25 0 22+80 1 25 0 -• 50 75 1 40 35 30 25 20 35 30 25 20 35 30 25 20 35 30 25 20 35 30 25 20 3 inches on original drawing MARK DATE DESCRIPTION REVISIONS PREPARED UNDER 2 PLAN CS ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT IRVINE AVENUE WIDENING FROM S'L Y OF MESA DRIVE TO SE BRISTOL STREET CROSS SECTIONS (19+75 TO 23+60) OESIGNE:D F EBONDOSO SHEET 1 !o!::""'.;;""':,;:=:il ~Y:H:=h:;:Al:;:P:=B~O~S::;:J.:c;:H:'.;Ec;.'.KE:'.;o::,,:"::;"~n:';:,::;"l~N:!"T:;n:';:N~ .. DRAWIN~ :;;. CS-1 SCALE HORIZ. 1"=40' VERT. 1"=8' DATE JUN07 ER08922 OF 9 cross.sections.dgn 40 35 30 25 20 15 40 35 30 25 20 15 40 35 30 25 20 40 35 30 25 20 R/W -75 -50 R/W -75 -50 R/IN; I : . ' >·-,------i---+·· ! ~ , -75 -75 \: i i ! l i -50 R/W ' -50 -25 -25 -25 -25 TCE JI, __ B.f\N -c---;--[ .. ----+------· -irr .. ·--< • • i 0 25 50 24+40 0 i /; Y; -~ ' . ' . 25 50 24+20 75 TCE 75 -· . .,, ---------, -----------,· TCEi l 0 25 50 75 24+00 RfW' I ' 0 25 50 75 23+80 40 R/W 40 35 35 30 30 25 25 20 -75 -50 -25 0 20 25+20 15 40 R/W 35 40 30 35 25 30 20 25 15 -------·------!--- -75 -50 -25 0 20 25+00 15 40 R/W 35 40 30 . i' . . . 35 25 30 20 . ... ' i . 25 15 -75 -50 -25 0 20 24+80 40 R/W 40 35 , r 35 30 30 25 25 20 20 15 -75 -50 -25 0 24+60 CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS. 40 35 30 40 25 TCE 35 20 30 15 25 20 25 50 75 45 40 40 35 35 30 30 25 25 20 20 15 15 25 50 75 45 40 40 ' ,TCE 35 35 30 30 25 25 20 20 15 15 25 50 75 40 40 35 35 30 30 25 25 20 20 15 15 25 50 75 R/W .. i ' ; --.\-;_,, .,.__---~----~-- l -75 . . \ ' ';, : 1 ! -50 ' -25 0 25 50 75 26+00 ,__ ----·-· ,. ___ ---------- -75 -50 -25 .. --·--·-·----,----··-----, -- ' -75 -50 -25 R/W -75 -50 -25 0 25 50 75 25+80 0 25 50 75 25+60 ! TCE --~--~~~HJ_ -! •. 0 25 25+40 . ' --~ --ff-------: I . ' ' :--; -; -t ' 50 75 40 35 30 40 40 R/W 25 35 ! : • ! i-·-·f 35 . 20 30 30 15 25 25 t ' 20 ' ' . ------------I ' 20 15 15 45 -75 -50 -25 0 25 50 75 26+80 40 35 40 40 R/W R/W 30 35 35 25 30 30 20 25 25 15 20 20 15 15 -75 -50 -25 0 25 50 75 26+60 45 40 40 40 35 35 35 30 30 30 25 25 25 20 20 20 15 15 15 -75 -50 -25 0 25 50 75 26+40 40 40 40 R/W TCEi ' 35 35 35 30 30 25 25 25 20 20 -· . i 20 15 15 15 -75 -50 -25 0 25 50 75 26+20 35 30 25 20 15 40 35 30 25 20 -75 -50 -25 0 27+60 R/W 25 R/W I ; I I ' . 50 R/W 75 TCE --~~------------'.-·----+-l---l i : l . ~l ---+-- ' I : i ----~ ------• -!-------i • 15 -------1------- 40 35 30 25 20 15 40 35 30 25 20 15 • 75 -50 -25 0 25 50 75 27+40 R/W f R/W I : 1---1:--+-----I ---------"---------~------j-~ f·.__ t -75 :»---.. ·-.., : l I R/W "'\.i j -50 I ' ------------+--' -75 -50 -25 -25 -!----l 0 25 50 75 27+20 0 25 50 75 27+00 1 0 1 ----- 35 30 25 20 15 40 35 30 25 20 15 40 35 30 25 20 15 40 35 30 25 20 15 3 inches on original drawing MARK DATE DESCRI PTl ON REVISIONS PREPARED UNDER 2 DATE PLAN CS ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT IRVINE AVENUE WIDENING FROM S'LY OF MESA DRIVE TO SE BRISTOL STREET CROSS SECTIONS (23+80 TO 27+60) DESIGNED E EBONPOSO DRAWN i! YIILALOBOS SCALE HORIZ. 1'"40' VERT. 1'0 8' DATE JUN07 CHECKED B HQl§INGIPN DRAWING NO. ER08922 SHEET CS-2 OF 9 cross.sections.dgn 35 R/W 30 25 20 15 -75 -50 -25 0 25 28+40 35 R/W 30 25 20 15 -75 -50 -25 0 25 28+20 35 R/W 30 25 20 ' ----:-------- - --t•·-------~---:-- 15 -75 -50 -25 0 25 28+00 40 R/W 35 30 25 20 15 -75 -50 -25 0 25 27+80 35 30 25 20 15 50 75 35 R/W 30 25 20 15 50 75 35 R/W ! -______ ...,__,. ____ j_ I 30 25 20 50 ·-·----15 75 40 R/W 35 30 25 20 15 50 75 40 35 30 25 20 15 -75 -50 -25 0 29+20 40 R/W 35 1 30 25 20 15 -75 -50 -25 0 29+00 35 30 25 20 15 -75 -50 -25 0 28+80 40 R/W 35 30 25 20 15 -75 -50 -25 0 28+60 CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS. ! 25 25 25 25 40 R/W 35 30 25 20 15 50 75 .. -·-40 R/W 35 30 25 20 15 50 75 35 RIW 30 25 20 15 50 75 40 RIW 35 30 25 20 15 50 75 40 35 30 25 20 15 40 35 30 25 20 15 40 35 30 25 20 15 40 35 30 25 20 15 R/W ····-~-, ----------------j· -75 -75 -75 -50 ! I R/W ! -50 R/W: -50 r RfW: -75 -50 I ·25 -25 -25 -25 ' R/W ' _______ i ---··----~ -·· !-----·------· ___ ,._ 0 30+00 0 29+80 0 29+60 0 29+40 25 25 25 50 l -- • • RN/ _____ : __ L ' : I 50 ' ' 50 ; 75 75 75 ·------------·---; ~-~ 25 50 75 40 35 30 25 35 20 30 15 25 20 15 40 35 30 35 25 30 20 25 15 20 15 40 35 35 30 30 25 25 20 20 15 15 40 40 35 35 30 30 25 25 20 20 15 15 I R/W ; _______ ]_ ' -75 -50 -25 0 30+80 R/W .J . -75 -50 -25 0 30+60 -75 -50 -25 0 30+40 R/W ' ' ' . ; "\ ' "" i ' . \ j -75 -50 i ' i I . ---t-----______ ) I -25 0 30+20 25 25 25 25 ~ 50 ' • '. ! ;,,t_ - 50 . ' . 50 50 35 30 25 20 15 75 35 30 25 20 15 75 35 30 25 20 15 75 40 35 30 25 20 15 75 35 R/W 30 25 20 15 -75 -50 35 R/W 30 25 20 15 -75 -50 35 R/W 30 25 20 15 -75 -50 30 25 20 15 -75 -50 40 35 30 25 20 15 -75 -50 -25 0 25 31+80 -25 0 25 31+60 -------, --- ' 50 ir,w 50 R/W " 75 75 ! ·~-------+ i • ----·· 0-----·-- -25 0 25 50 -25 -25 31+40 0 31+20 0 31+00 1 R/W 25 50 R/W i ·-·; --._ _____ :-:- 25 50 0 75 75 75 1 35 30 25 20 15 35 30 25 20 15 35 30 25 20 15 30 25 20 15 40 35 30 25 20 15 3 inches on original drawing MARK DATE DESCRIPTION REVISIONS PREPARED UNDER 2 DATE PLAN CS ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT IRVINE AVENUE WIDENING FROM S'LY OF MESA DRIVE TO SE BRISTOL STREET CROSS SECTIONS (27+80 TO 31 +80) DESIGNED E EBONDOSO DRAWN J VIII Al OBOS SCALE HORIZ. 1"=40" VERT. 1"=8' DATE JUN07 CHECKED B HOISINGTON DRAWING NO. ER08922 SHEET CS-3 OF 9 cross.sections.dgn 35 30 25 20 15 .75 -50 -25 0 32+80 35 30 25 20 .75 -50 -25 0 32+60 35 30 25 20 15 ' - -----~-----_______ »,,. ·-···--····- .75 -50 -25 0 32+40 35 RNV ~ '. -----»···;+-~- 25 25 25 50 75 50 75 50 75 RN/ TCE; ! I 35 R/W 30 30 25 25 20 20 15 15 .75 -50 -25 0 25 50 75 33+80 35 35 30 30 25 25 20 20 15 15 .75 -50 -25 0 25 50 75 33+60 35 35 30 30 25 25 20 20 15 15 .75 ·50 -25 0 25 50 75 33+40 RNV 35 35 30 ' . ~---"-·+-----,-----+--·----·----»-!!c-i--i•+ 30 30 Tli ~ ~-,-•····1-··-·········--·---j·-·----,;--- 25 20 15 .75 -50 -25 0 25 50 75 32+20 35 RNV 30 25 20 15 .75 -50 -25 0 25 50 75 32+00 25 25 20 20 15 15 35 35 30 30 25 25 20 20 15 15 -75 -50 -25 0 33+20 • T!E(R/W i : ! -:----i ----, ___ j_ ______ _ : ..r J : • \ i .75 -50 -25 0 33+00 CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS. 25 25 . I ' • 50 f:N i ! -. --------;---.---'. 'i ' . '. I I i : 50 75 75 30 25 20 15 35 30 25 20 15 35 30 25 20 15 35 30 25 20 15 35 30 25 20 15 30 25 20 · ...... . .. . 15 .75 -50 -25 30 R/W 25 20 15 -->-- .75 -50 -25 RNV 30 25 20 15 -75 -50 -25 R/W 30 . ----,-------- ' ~ ( 25 20 15 i 0 25 34+80 0 25 34+60 0 25 34+40 I - • . I RIVI/ TCE ' . I ! . ;.r:::.-:.,,;."'·1 ,.,.,..,Jt, • ! I 50 75 RMI TCE 50 75 R/W TCE 50 75 -----c<E+,·. WALL! ESMT. i 10 ------· :_J ________ J __ --•-·· -75 -50 RJW 30 25 20 15 10 .75 -50 -25 0 34+20 25 50 75 •··• •• • ••••· , ···-RET. ·, : WALL • RNV ESMT. ' '" . I , i: i ~-.t="n, ··-·····---··---1:··,.... --+ ~t-, E-fl ! : J ! \ -25 0 25 50 75 34+00 30 25 20 15 30 25 20 15 30 25 20 15 30 25 20 15 10 30 25 20 15 10 35 30 25 20 15 35 30 25 20 15 15 30 25 20 15 10 5 ' R!W, ·"··-·-·--·-··-· -----·----··1·-·--- f RET. : i fWALL ! : iESMI, i_ ' . . iTCE ii ! • ' • ; i IF:·71='"'"' •·····+l: Lt":':'""' -75 -50 -25 -75 -50 -25 .75 -50 -25 1 0 25 35+80 0 25 35+60 0 25 35+40 ' ·---------·-···· 50 75 50 75 ' i Ri/:v/:rCE\ ! I ,. • 1 . . 50 75 ----~~----·-7--------- .75 -50 -25 0 35+20 I , I LL1 -1: '- -' ' ' 25 R/1/1/ TCE 50 I RIW TCE i ' . 75 t ___ ----·--+--------------- ·75 -50 -25 0 25 50 75 35+00 35 30 35 25 30 20 25 15 20 35 35 30 30 25 25 20 20 15 15 30 35 25 30 20 25 15 20 15 30 25 35 20 30 15 25 10 20 15 30 25 35 20 30 15 25 10 20 5 15 -75 -50 '. i !TCE:, ~-+--!'"•········· . -,_,... .75 -50 -75 -50 RfW I RET. i ,WALL: !ESMT! -75 -50 R/W -75 -50 ~ /TCE !I I i• • -25 0 25 50 75 36+80 ~/TCEi :1 t _,._ _____ _ -25 0 25 50 75 36+60 Rf!' /TCE i . ,. i ........... ) .. -+----r ' ' 1:11 i ! i . ' ·-7 --····1··--1 ··--·····rl ' ' -25 -25 -25 0 36+40 0 36+20 0 36+00 1 25 25 25 ' 50 75 50 75 . -------------l I 7 /TCE l -·~·-.!.t] ' . ' ' . . • j __ -- ··--· 1 50 0 l • ····1 l l 75 1 35 30 25 20 35 30 25 20 15 35 30 25 20 15 35 30 25 20 15 35 30 25 20 15 3 inches on original drawing MARK DATE DESCRJ PTI ON REVISIONS PREPARED UNDER 2 DATE PLAN CS ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT IRVINE AVENUE WIDENING FROM S'LY OF MESA DRIVE TO SE BRISTOL STREET CROSS SECTIONS (32+00 TO 36+80) DESIGNED F FRONPOSO SHEET I !D::RA~WN;:=;::·l::V~ll:L:;:AL~o~•~o~s::;:.J..;c;.:H:;:Ec:;:KE:;:D::_,:B::;H~0::l:;Sl~N;:GI;:Q::N:I • SCALE;AT: DRAWING NO. CS-4 HORIZ. 1"=40' VERT. 1"-8' JUN 07 ER0B922 OF 9 cross.sectiol'lS.dgn 40 35 30 25 20 40 35 30 25 20 40 35 30 25 20 35 30 25 20 35 30 25 20 T ----F<IW-- , . ,;RJW 1 t iRET.: ,WALL, ESMT.: t----,1-··t ---,--------,----------. ' '. --------,.,-' . . ' .. l1r--1,,,,. t-i l-,-+- l, ! : . ' -75 -50 R/W. i RET. ; IWALL: ESMTT .. I ! -75 -50 R/W' tRET.: IWALL! -;ESMT;r· . ' . ' l I . ' -75 -50 R/W !RET. ! WALLi ESMT. ;-----: • ; f~./ ✓-: -75 -50 -25 0 37+80 -25 0 37+60 -25 0 37+40 -25 0 37+20 RE'fc-.--.----------------- WALL': ' ESMT.! !--;R/W • "i . ' -----, . I i ' . :------ -75 -25 0 37+00 25 50 75 25 50 75 'r )-CE , I : . . 1: 'i • ' ' ----~---~~-------· -----! 25 25 25 50 50 1 ' 75 75 .... ,/R/W .. '! i,-TCE, i! E ,. : 50 75 40 35 30 25 20 40 35 30 25 20 40 35 30 25 20 35 30 25 20 35 30 25 20 45 40 35 30 25 20 45 40 35 30 25 20 45 40 35 30 25 20 40 35 30 25 20 r --RE . --! WALL I I ESf,1T. : :R/W ,I l ! • ----· -----•-\---- -75 -75 RET. WALL ESMT. -50 yr , • : R/W IY . ' -50 I -25 -25 1 -------------- 1 0 25 50 75 38+60 0 25 50 75 38+40 ··--------·------------·--,-------·-----------------.-:·~-~- RET. WALL i •• !i: TCE ;;✓ ES~tf 8NL ... ___ _ i i : R/W 11~ --------------------~!---, Hf .. I , I : . . I • . . I • . ----.Hf>· -+i----------- i ' . :: k•'! Y'-i -I -75 -50 -75 -50 -25 R/W -25 I:, ' -----··"1-------------, --- 0 25 50 75 38+20 0 50 75 38+00 CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS. 45 40 35 30 25 20 45 40 35 30 25 20 45 40 35 30 25 20 55 50 45 40 35 -75 -50 -25 0 25 50 75 39+60 I 35 --------____ _L __ ,, •• -, ------, -- -75 -50 -25 0 25 50 75 39+40 40 35 ' -------1-------- 30 ____ , __ -75 -50 -25 0 25 50 75 39+20 25 -75 -50 -25 0 25 50 75 39+00 45 40 35 30 7--···-.,., ____ __ I ' ! 20 ~ -75 --------•-----,--------_1__, -50 -25 0 25 50 75 38+80 55 50 45 60 40 55 35 50 45 40 45 40 65 35 60 55 50 50 45 45 40 40 35 30 65 60 55 50 45 40 25 35 45 60 40 55 35 50 30 45 25 40 20 35 i IRJW I ' -75 -50 R/W }_, __ --- -75 -50 -75 . H .. t ... -50 -25 0 25 50 40+40 ----T l r1 -------f-•• -r I 75 R/W --,,;----~----+.---+---~-' ' ' I -25 0 25 50 75 40+20 i •·-__ ,_I -··-••o~~---: • --"--·--·-···:. .. .. , , .. ,.; ... if • ' . I i -25 0 25 50 75 40+00 1 ----·------ ~----. --... ------------! I 1 i . l -75 -50 -25 0 25 50 75 39+80 65 60 65 55 60 50 55 45 50 40 45 40 65 60 65 55 60 50 55 45 50 40 45 40 65 60 65 55 60 50 55 45 50 40 45 35 40 65 55 60 50 55 45 50 40 45 35 40 i ~-~-----~---------,-----+- ~---,---+-~: !--------+ -75 -50 -25 0 41+20 i R/W i TCE i -75 -50 -25 0 41+00 ' ! l-Rf- l ! , t-"i i --+----J----,--- -75 -50 -25 0 40+80 jR/W 25 50 75 ! 25 50 75 j , ! 25 50 75 _; _J -----' __________ ] __ ~--~-- -75 -50 -25 0 40+60 1 25 ! 50 75 0 1 65 60 55 50 45 40 65 60 55 50 45 40 65 60 55 50 45 40 65 60 55 50 45 40 3 inches on original drawing MARK DATE DES CR! PTI ON REVISIONS PREPARED UNDER 2 DATE PLAN CS ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT IRVINE AVENUE WIDENING FROM S'LY OF MESA DRIVE TO SE BRISTOL STREET CROSS SECTIONS (37+00 TO 41+20) DESIG~D E EBONPOSO SHEET DRAWN j Vil LALOBOS CHECKED R HOISINGTON i,.:;s:;:c:A:,:LE:::::==:;:i,;=::.:~:::::::=i CS-5 DATE DRAWING NO. HORIZ. 1"=40' VERT 1"=8' JUN 07 ER08922 OF 9 cross.sections.dgn 60 55 50 45 60 55 50 45 40 60 55 50 45 40 60 55 50 45 40 65 60 55 50 45 40 iT<;:E ,R/W : I , I • i ~-------!-----i--__1 ' -75 -50 ;T?E _R/W . I -75 -50 •TCE R/W ' ) _______ . ___ --1- -75 -50 I ITyE R/W ' ' -25 -25 -25 : ------- - ___ (_ - -75 -50 -25 ' Rf':N [TCE ! -75 -50 -25 60 55 50 45 0 25 50 75 42+20 60 55 50 45 40 0 25 50 75 42+00 60 55 50 45 40 0 25 50 75 41+80 60 55 50 45 40 0 25 50 75 41+60 65 60 I 55 50 45 40 0 25 50 75 41+40 65 60 55 50 45 65 60 55 50 45 65 60 55 50 45 65 60 55 50 45 60 55 50 45 TyE R/W . I --i ---' ' . • ---·-----; .s--·---·---·--,------•-------.., _____ _ -75 -50 ! T<;:E f',IW ! : ' -75 -50 TCE R/W I -75 -50 -75 -50 "j ' ' ITCE R/W ! ! ' ' i -25 -25 -25 -25 0 25 50 75 43+20 0 25 50 75 43+00 AAVTCE : ~ --·---···---r------: __ J~.,·---- i ! .. i i . . '/ I ; • ---·-----~----------71·-+ . 0 25 50 75 42+80 0 25 50 75 42+60 65 60 55 50 45 65 60 55 50 45 65 60 55 50 45 65 60 55 50 45 60 I;; __ , . : _ _,,;ss i:,, , • L -~ Jr_'\ L(¾ "~~-~ i c;,";;);JJi£),f/4?)2fFI ; : :·· .. -----~1/Jft.z&{v ,-""-----i : 50 : \-lz'.'(/(, ·r I • 1 . ! ' ----+-------+ --1-----0~---, 45 -75 -50 -25 0 25 50 75 42+40 CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS. 60 55 50 45 60 45 65 60 55 50 45 65 60 55 50 45 65 60 55 50 45 . T(,E .R/W ' . -75 -50 , TyE .R/W i • -75 -50 -25 -25 0 25 50 75 44+20 0 25 50 75 44+00 ------------·-·· ,-----~---,-----, i •T?E fW:11, ' ;( . . . . _, ----l:-----{----1- -75 i . • _i\ - - .l . . -50 ·-------. I . --- • TCE J<N;i ! i 1 ! -75 -50 TCE RN/J i : I . ' ·-+--·i--·--! ' ' -75 -50 -25 -25 -25 0 25 50 75 43+80 TCE i . • i i i ) .. I I .. ' ' '-----~---·-~ -- 0 25 50 75 43+60 0 25 50 75 43+40 60 60 55 55 50 50 60 45 45 55 -75 -50 -25 0 25 50 75 45+40 50 45 60 60 60 ,TyE f',/W 'RJW . . ' : ! 55 55 55 50 50 50 60 ' 45 --·---______ ,_ ---____ ,.: 45 45 55 -75 -50 -25 0 25 50 75 45+20 50 45 60 ------------------------------60 60 ' iT9EfUW 55 .--+----~ . ·1---55 55 65 50 ___ j __ L--;-"~ . i , ___ :~a?✓»z41»»m7F 50 50 I 45 45 45 60 -75 -50 -25 0 25 50 75 45+00 55 50 60 60 60 45 55 55 55 50 50 50 45 45 45 65 -75 -50 -25 0 25 50 75 44+80 60 55 60 60 60 50 55 55 55 45 50 50 50 45 45 45 -75 -50 -25 0 25 50 75 44+60 65 60 60 --r-------;---------· ~ 60 60 55 55 55 55 50 50 50 50 45 45 45 45 -75 -50 -25 0 25 50 75 44+40 -75 -50 -75 -50 I • !T<;:E .~ ] ! f I -75 -50 ;-----·-----., "" 7 ·-·--· ! T<;:E .RJVI' i ! I ___ (_j __ I -25 0 25 50 46+60 'RJW ' . i i -25 0 25 50 46+40 -25 0 25 50 46+20 ·11 i i ---,.-,_--------.---1--------l---· ........ -----... , ... --·- -75 -50 R,i, l I ' ! .... -------·----J -75 -50 -75 -50 -25 0 25 50 46+00 rr ! ' ' . ; . ; i "!---'· --~':=:====~' i • - ' ,.,,_,_, __ , __ ~ ____ ,,_ -·--···--·--..... -, .. ----· ....... -< -25 -25 0 45+80 0 45+60 1 25 25 0 50 ----:--------- Ri,W 50 . . ' 60 55 50 45 75 60 55 50 45 75 60 55 50 45 75 60 55 50 45 75 60 55 50 45 75 60 55 50 45 75 1 3 inches on original drawing MARK DATE DESCRIPTION REVISIONS PREPARED UNDER 2 DATE PLAN CS ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT IRVINE AVENUE WIDENING FROM S'LY OF MESA DRIVE TO SE BRISTOL STREET CROSS SECTIONS ( 41 +40 TO 46+60) DESIGNED E EBONPOSO SHEET 1 .!;"::;;"":WN:;;.!:;:Y~ll:;:\-A~b~P~B~o~s::;:J.:c!"~•c~KED~,:R~H~n~1~s1~•~m~n~•:I • SCALE D"TE CS-6 ~ DRAWING NO. HORIZ. 1'=40' VERT. 1'=8' JUN 07 ER08922 OF 9 cross.sections.Ogn -····------------------ 60 TCE R1W ' ' ' 55 , I >-----~~ -------- ---------) ---- RJ':N ; ? j ; --·-:----~ -i ---·---: 50 i-~~-l ~l ·174_/,(//)1/jffe/h'//l///ffe>' i --~:tb?/1-"."~ _,. __ ; ,··· !~GL.~---- 45 -75 -50 60 ·--···•·- !TCE RJ\1\/ : j 55 -25 0 25 50 75 47+80 60 60 55 55 50 50 45 45 -75 -50 -25 0 25 50 75 49+00 60 60 TCE RJ\1\/ ' ' ' RJ\1\/ 55 55 , T- 50 50 50 ""~i • : ; . : • • -~kPAifC&/d&ll/4:~'.:1~ =---, 45 45 -75 -50 -25 0 25 50 75 47+60 60 60 .TyEf'JW ' ' ' 55 50 --1 _ -r • ~-----,.-"-• -:·- ~. -~1W:f Pi/?~¼»»2za~[~~~--= 55 50 45 45 -75 -50 -25 0 25 50 75 47+40 60 ·-----------------y-·--------' --i---·----- ' 60 ~ 55 55 50 50 45 45 -75 -50 -25 0 25 50 75 47+20 60 60 ~ ; : 55 50 ' :.=1tJ, ··x«»;;~:Jff~~ ,--___ --_! $?(#«,~ -t------- 55 50 ' 45 45 -75 -50 -25 0 25 50 75 47+00 60 60 , TQE f'JW RJ'jV f I • 55 50 !---!-~---!------f ~-t~_L.=i" ; l ---,-•-----.,.-~-;- ---~i!t14!//j)//ffi,k~!~-i ... -- 1 • ' • 55 50 45 45 -75 -50 -25 0 25 50 75 46+80 45 60 55 50 45 60 55 50 45 60 55 50 45 60 55 50 45 .75 TCE -50 TCE RJ\/\/ ' -25 0 25 48+80 -'---...;;---j ------·-·----•,> ---:-----~-•'>·--·-•- i--..,,,, r - 50 ;_~~wi«1»»/;;;,-;,,y,h,;//1~~.-1::· -·- . \ ' ' I -75 -50 -25 0 25 50 48+60 -75 -50 -25 0 25 50 48+40 flJW l I I -75 -50 -25 0 25 50 48+20 TC_E f!,/W ' ; ! ' RJ\1\/ '. : : ! ; ----:·---+--le---~ -75 -50 -25 0 25 50 48+00 CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS. 75 75 75 75 75 60 55 50 45 60 55 50 45 60 55 50 45 60 55 50 45 60 55 50 45 60 55 50 45 60 55 50 45 -75 -50 -25 0 50+20 60 --------...... ---·--- 55 50 45 60 55 50 45 60 55 50 45 60 55 50 45 60 55 50 45 h"CE RJ\/\/ ; . . ' . . -75 -50 iTQE f'JW, ' • -75 -50 ~GE f'JW : t • ' ' ' .75 -50 .75 -50 -75 -50 -25 0 50+00 -25 0 49+80 -25 0 49+60 -25 0 49+40 -25 0 49+20 25 50 75 ~ 25 50 75 RJ\1\/ I l ' ' 25 50 75 ' . -·, -l 25 25 25 R/W l - 50 I l ! J i-, _, ~H 75 RJ':N I . ' 50 75 50 75 60 60 55 55 50 50 45 45 60 60 55 55 50 50 45 45 60 60 55 55 50 50 45 45 60 60 55 55 50 50 45 45 60 60 55 55 50 50 45 45 60 60 55 55 50 50 45 45 I ---_____ J. ____ _ ' . ' ' -----,ir- ! ' ' " --1 /--i ' i ! ' ~-•-·-~----·"·-~· - -75 -50 -25 0 25 50 75 51+40 TyE [<!Wi R/W • l -75 -50 -25 0 25 50 75 51+20 RJ\1\/ T9E~ : ' ~: : ____ .:~------,------··-·-t·---------- ! i : -75 -50 -25 0 25 50 75 51+00 -75 -50 -25 0 25 50 75 50+80 ", -----·--,----. ---7-------------· ' ' irCE fWI/ . ' . ' R/W . . hi-+-h---,c----------+----+:~-----) ' • ! -75 -50 -25 0 50+60 -75 -50 -25 0 50+40 25 25 ..,..,.,t__ : "'; "-"---i 50 R!Y'J 50 i j 75 75 60 55 50 45 55 50 60 55 50 45 45 60 55 55 50 50 45 45 60 60 55 55 50 50 45 45 60 60 55 55 50 50 45 45 60 55 50 45 ,··1 -··-- ' i RJ\1\/ ' . -75 -50 -25 0 25 50 75 52+60 -75 -50 -25 0 25 50 75 52+40 TI"r.F-----:----,------,----,-----r,!; RJ\1\/ ' . f ' I ,:!R/W : . : l: "-1 : I i : l..,,L : ~$U//1//}Z?r%2!/2;p?i½n],, 1 -75 -50 -25 0 25 50 75 52+20 ·; ----.. --., ---·1·-·· "'-----,-~------·-· ·1 TiyE R/W PJ!N , ' I • i: -,....-~---~--~ ---! i :; ; ' i □!-;,...·--..,, ' • I I I , ' fJ.., : , ' "~ ,.l--:4bipft)'/.//.4w/ffe////4@;,,1?¾:,, ~------- I ! I ! I ' -·--·· ----·-,---·~------·-·---"· ! .. " -75 -50 19E ~ ! : -75 -50 -75 -50 -25 -25 -25 0 52+00 0 51+80 0 51+60 1 25 50 75 RJ':N ! • '. i ' l -----------~-~ 25 50 75 25 50 75 0 1 55 50 45 55 50 45 55 50 45 60 55 50 45 60 55 50 45 60 55 50 45 3 inches on original drawing MARK DATE DESCRIPTION REVISIONS PREPARED UNDER 2 DATE PLAN CS ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT IRVINE AVENUE WIDENING FROM S'LY OF MESA DRIVE TO SE BRISTOL STREET CROSS SECTIONS (46+80 TO 52+60) DESIGNED E ERONPOSO DRAWN ., YJL LALOBOS SCALE HORIZ. 1"=40' VERT. 1"=8' DATE JUNO? CHECKED R HO!SINGWN DRAWING NO. ER08922 SHEET CS-7 OF 9 cross.sections.dgn 45 45 55 50 45 55 50 45 55 50 45 55 50 45 45 -75 -50 -25 0 25 50 75 54+00 ··-------------·· ·-····---~R/W~-! 55 ' 50 -75 -50 -25 0 25 50 75 53+80 d R/W -RMI, ' 55 50 45 -75 -50 -25 0 25 50 75 53+60 r---------------------------·----.. ------· ~~ : ; RN/ ' l i : ! i ].L -----~-"~ l ~M¥»#1¥✓/4wfffffJ>r~r-----------··-1 • i i i 1 ' 55 50 ' ··----+----______ ,_ • -····--···------------· ----·----------·-45 -75 -75 i i R/W ' ' -75 -50 iR/VI/. -50 -50 -25 0 25 50 75 53+40 ---RJW, 55 50 45 -25 0 25 50 75 53+20 55 50 -25 0 25 50 75 53+00 55 50 45 55 50 45 55 50 45 55 50 45 ~-" _,, ,--~--=oc:o·.cc. --·-·>·•- -75 -50 -75 -50 -25 0 25 55+00 SE BRISTOL STREET ; INTERS~CTION -25 0 25 54+80 -- ' ·~ t---· 1~·-•· . _____,,...., '"'.,..,. -~~~ --- ' -75 -50 -25 o 25 54+60 !R/W -75 -50 -25 o 25 54+40 50 75 50 75 ]RIWf ' 50 75 50 75 55 55 55 .. R/W,--, : ! 50 50 50 45 45 -75 -50 -25 0 25 50 75 -75 -50 -25 0 52+80 54+20 CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIALS. ' ;)" ~~---,·i .---·--·---7· ' ' 25 50 75 55 50 45 50 55 50 45 55 50 45 55 50 MARK DATE DESCRIPTION REVISIONS PREPARED UNDER 45 1 0 1 2 ---- 3 inches on original drawing E. FRONDOSO DATE PLAN CS ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT IRVINE AVENUE WIDENING FROM S'L Y OF MESA DRIVE TO SE BRISTOL STREET CROSS SECTIONS (54+00 TO 54+20) DESIGNED E ERONDOSO SHEET l.;D;::RA:"'":;::;::J::v~11;:LA:'.:::1 n~R:':n:':s:::;;:Lc::'."!':::cKED~,:B~HO~l~§~IH~GJ:"~N:j SCALE;AT: DRAWING NO. CS-8 HORIZ. 1'=40' VERT. 1 "=8' JUN 07 ER08922 OF 9 cross.sections.dgn O> >' "O V) C: 0 -0 "' (/} ro I (/} 2 / V) -"' "' _c (/} / w "' (/} a.. / UC) 0 0 i 50 ~1 --~--~-~--~-~ 50 -75 -50 -25 0 25 50 5+80 80 ·r 80 ~ i ~ 75 Ct'. Ct'. 75 70 65 60 X X w -----~·t,J I ' ... ~I I , I I 1-J I ,---+! ·-jJ ___ ,-t·i· _, ' / l ./ --i----..r -J f----------------·-r'fl · .. [-·-·--· ' I i I 70 65 60 55 -50 -25 0 25 55 50 5+60 80 . 80 ~ ;;:: ' 75 Ct'. Ct'. 75 ~ x w 70 65 60 I I ' ---- ' ' i ~I I I I 1-1 I I I ·-:·-+ ,' ,·l1-··, I i ! / --t:_-----f ;-,✓ i 'll i i ! I I 70 65 60 i ' ' __ ____,\_ -------·· -· 55 -50 -25 0 25 55 50 50 l-----+---+·--+-----,1----1 50 45 ~-.~--~--~-~~-~ 45 -75 -50 -25 0 25 50 6+80 50 I----+---+--+---!--50 45 ~' --~--~-~--~-~ 45 -75 -50 -25 0 25 50 75 70 65 ' ' ' 60 f--- 55 ' 50 ~ ' ' I 45 -75 6+60 75 ---- ~ ~!g 70 ~11:t'.~13 !;ii 1-, ~ ~-· I[_ --- I l:t'.1 I !• I:,-- 65 I a.., 1G1J ' I ! I i --"-;.._ ;I '11l,illl . -/ I 1-- I ' ' I ' -------'·· -50 -25 ' ------ /rt 60 ./ It' 55 .,,, ______ --------·---------50 0 25 45 50 6+40 50 -~--~-~' 50 -75 -50 -25 0 25 50 7+80 -- 40 ' ' 40 -----·-------- 35 I 35 -75 -50 -25 0 25 50 7+60 I~ a.. r--[Ti T lo--, 55 f. ' jjg'lf i 50 e---- J1 ~1~1 lw' o~I •1 .i . 10 OWi i 1__ 50 Ct'. ' -a. 3' I , __ , 45 40 ~-~-··-··-·-··--------· 40 -75 -50 -25 0 25 50 t a: ~ 7+40 ~, Ct'. I • I ti 60 60 ~I-!~ I I l 55 ·-----,.ifi~r' ---t-- ~•1w i:rr 'lg ! .' I 1 Ht-55 1 I I 50 e----+'---c.,_.· ,------,..l / ;;;,,.--,--.. -r.✓ 50 I 45 1-----+---+---+-----,---·-i 45 40 --·----------~ 40 -75 -50 -25 0 25 50 SCALE: 1"=40' HOR 1"= 8' VER CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIAL 50 ·-·-35 25 ____ I __ ·-~'---• ---'----' 25 -75 -50 -25 0 25 50 ,--.,_ 40 : ----40 -I 3' 35 35 30 I ! ' : . ·---.--l 30 -75 -50 -25 0 25 50 --· 40 35 l---+---+---+---1----135 30 ~-~-·----·· -·-·-··--'--~ ___ , 30 -75 -50 -25 0 25 50 11 • I 8+00 ~· 55 !8:f T~l 55 i 1-tJ I l;;t-l 11-1 i ! I I 'J I I 50 H· 1-{-1,-; --+-----0"' ~ll--i 50 I I ·1 I I ' ' I I I 1• I I I ' I 45 I _L1 --L,-:: 45 I 3' 40 35 ~---'--~--~--L--1 35 -75 -50 -25 0 25 50 CIVIL WORKS Engineers, Inc. 3151 Airway Avenue_, Suite S-2 Costa Mesa, CA 92026 (714) 966-9060 9+20 45 l ~-------·--... -r--------.. i I Ct'. 45 40 w1 a:, l:t'.1 I gl ' ~fl ----·------·-·----- I I j I 40 35 ---------~-'""'-35 30 25 -, I -, I I / I I I • t / ' ...I =-rr--5-t----·t-;r'--! -1.. i JI.. ill ... -----! .·,JL· I I ----- ' ' ! I --.•-----~-----~----·-) 20 30 25 20 -75 -50 -25 0 25 50 9+00 I 50 ,.---.....,,--+n,c..,--,----,-i 50 ·11 ~ lw l:t'.1 0 --+"rt-----t-----,1 45 40 ', ~140 35 I ····-· -· --·it-,~-+--·-·-·+-·--t---1 ·-35 'l I I I 30' ~ ---j---;IE;:j,L 25 25 20 ···--~---··· ·-····---~-··--··~--20 -75 -50 -25 0 25 50 ~ 8+80 25 --.~-···············~-~--~ 25 -75 -50 -25 0 25 50 PLAN CS ORANGE COUNTY RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT IRVINE AVENUE WIDENING MARK DATE DESCRIPTION FROM S'LY OF MESA DRIVE REVISIONS TO SE BRISTOL STREET PREPARED UNDER SUPERVIS10N 01' CROSS SECTIONS (MESA DRIVE> DESIGNED SHEET DRAWN ~ Cl<ECKEI) 9 6//1/07 SCALE DATE DRAWING NO. DATE AS SHOWN JUN 07 EROB922 OF •9 PLANS AND SPECIAL PROVISIONS FOR THE CONSTRUCTION OF IRVINE AVENUE WIDENING FROM SOUTHERLY OF MESA DRIVE TO SE BRISTOL STREET JUNE 2007 VOLUME 1 OF2 FUNDED BY: MEASURE M FUNDS PROPOSITION 42 FUNDS 100 COUNTY OF ORANGE AND CITY OF NEWPORT BEACH ROAD FUNDS ADMINISTERED BY: COUNTY OF ORANGE RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT SANTA ANA, CALIFORNIA BRYAN SPEEGLE, DIRECTOR W.O. # ER08922 PLANS AND SPECIAL PROVISIONS FOR THE CONSTRUCTION OF IRVINE A VENUE WIDENING FROM SOUTHERLY OF MESA DRIVE TO SE BRISTOL STREET JUNE 2007 FUNDED BY: MEASURE M FUNDS PROPOSITION 42 FUNDS COUNTY OF ORANGE AND CITY OF NEWPORT BEACH ROAD FUNDS ADMINISTERED BY: COUNTY OF ORANGE RESOURCES AND DEVELOPMENT MANAGEMENT DEPARTMENT SANTA ANA, CALIFORNIA BRYAN SPEEGLE, DIRECTOR W.O. # ER08922 PLANS AND SPECIAL PROVISIONS FOR THE CONSTRUCTION OF IRVINE A VENUE WIDENING FROM SOUTHERLY OF MESA DRIVE TO SE BRISTOL STREET JUNE 2007 SUBMITTED BY: RECOMMENDED BY: APPROVED BY: ----(-=-~~%~-=-=-=~=--=----------=="'~~~~~:..,......--~--TEPHEN y'. BADUM, P.E. IGNACI CHOA DIRECTQR OF PUBLIC WORKS ROMO/DIRECTOR PUBLIC WORKS/ CITY QF NEWPORT BEACH CHIEF ENGINEER TABLE OF CONTENTS NOTICE TO CONTRACTORS PROPOSAL CONSTRUCTION AGREEMENT SPECIAL PROVISIONS Section Description A B C C-1 C-2 C-3 C-4 C-5 C-6 C-7 C-8 C-9 C-10 C-11 C-12 C-13 C-14 C-15 C-16 C-17 C-18 C-19 D D-1 D-1.1 D-1.2 D-1.3 D-1.4 D-1.5 D-1.6 D-1.7 PROPOSAL REQUIREMENTS AND CONDITIONS SUPPLEMENT TO STANDARD SPECIFICATIONS GENERAL MISCELLANEOUS Construction Area Sound Control Requirements Water Conservation Flow and Acceptance of Water Surveying Services Inspection Services Measurement and Compensation Payments Affirmative Action for Handicapped Workers Subcontracting Cultural/Scientific Resources Finds Holidays Final Pay Quantities Soil Conditions Utilities to Protect Unforeseen Difficulties Provisions for Emergencies Date Sensitvity of Products Included in Project Water Quality Management Plan PERMITS General -Permits, Licenses and Agreements California Regional Water Quality Control Board NPDES Dewatering Permit, Santa Ana Region NPDES Municipal Permit State General Construction Activity Stormwater Permit Storm Water Pollution Prevention Plan (SWPPP) Water Quality Management Plan Section 40 I Certification TC-1 Page No. NC-1 P-1 CA-1 A-1 B-1 C-1 C-1 C-1 C-2 C-2 C-3 C-4 C-4 C-5 C-6 C-6 C-6 C-7 C-7 C-7 C-8 C-9 C-9 C-9 C-10 D-1 D-1 D-1 D-1 D-2 D-2 D-3 D-4 D-4 Section D-1.8 D-1.9 D-1.10 D-1.11 D-1.12 D-1.13 E F F-1 F-2 f-3 F-3.1 f-3.2 f-3.3 F-3.4 F-3.5 f-4 F-5 F-6 f-7 F-8 F-9 F-10 F-11 F-12 F-12.1 F-12.2 f-12.3 F-12.4 F-13 F-13.1 F-14 F-15 F-16 F-17 F-18 F-19 F-20 F-21 F-22 F-23 F-24 Description Army Corps of Engineers California Department of Fish & Game California Coastal Commission Temporary Right-of-Entry City of Newport Beach Pennits and Licenses Payment DELETED ROAD CONSTRUCTION DETAILS DESCRIPTION OF WORK SITE VISITATIONS MOBILIZATION PRELIMINARY PROGRESS SCHEDULE PROGRESS SCHEDULE REVISIONS TO THE SCHEDULE REVISED PR OGRES SCHEDULE FOR CHANGES, DELAYS, TIME EXTENIONS AND CONTRACTOR REQUESTS PAYMENTFORPROGRESSSCHEDULE ORDER OF WORK COOPERATION WATER QUALITY WASTE AND MATERIALS MANAGEMENT CONTROL DUST CONTROL DEVELOP WATER SUPPLY STORM WATER POLLUTION PREVENTION PLAN (SWPPP) SECTION D PERMIT REQUIREMENTS UTILITIES VERIFICATION OF UTILITY LOCATION AND DEPTH CAL-OSHA CLEARANCE REQUIREMENTS IDENTIFICATION OF UTILITY DISPOSITION UTILITY RELOCATION BY OTHERS MAINTAIN TRAFFIC AND DETOURS TEMPORARY RAILING CLASS "A" FIELD OFFICE CLEARING AND GRUBBING EXISTING FACILITIES REMOVE, RELOCATE, ADJUST TO GRADE OR INST ALL WATER SERVICES RELOCATE, ADIBST TO GRADE OR INSTALL FIRE HYDRANTS REMOVE ASPHALT CONCRETE PAVEMENT REMOVE MISCELLANEOUS CONCRETE (UNREINFORCED) REMOVE AND RECONSTRUCT STAIRWAY REMOVE MASONRY BLOCK RETAINING WALL REMOVE TREE REMOVE FENCING TC-2 Page No. D-4 D-4 D-4 D-5 D-5 D-5 E-1 F-1 F-1 F-1 F-1 F-2 F-3 F-4 F-5 F-5 f-5 F-5 F-6 f-7 F-8 F-9 f-9 F-11 F-11 F-13 F-13 F-13 F-37 F-37 F-39 F-39 F-40 F-42 F-42 F-43 F-43 F-44 F-44 F-44 F-45 F-46 Section Description Page No. F-25 REMOVE CABLE FENCE F-46 F-26 TEMPORARY CHAIN LINK FENCE F-46 F-27 REMOVE ROADSIDE SIGNS F-47 F-28 REMOVE ROADSIDE MARKERS F-48 F-29 REMOVE DRAINAGE FACILITIES F-48 F-30 ADJUST WATER VAL VE BOX TO GRADE F-48 F-31 ADJUST MANHOLE TO GRADE F-49 F-32 EARTHWORK F-50 F-32.1 SUBGRADE TOLERANCES F-51 F-32.2 TEMPORARY SHORING F-51 F-33 UNCLASSIFIED EXCAVATION F-51 F-34 STRUCTURE EXCAVATION F-53 F-35 UNCLASSIFIED FILL F-53 F-36 STRUCTURE BACKFILL F-54 F-37 COLD MILL ASPHALT CONCRETE PAVEMENT F-55 F-37.1 CRACK FILLING F-56 F-38 ASPHALT RUBBER HOT-MIX (ARHM) F-57 F-39 ASPHALT CONCRETE PAVEMENT F-58 F-39.1 SOIL STERILANT F-58 F-39.2 TACK COAT F-59 F-39.3 FOG SEAL F-59 F-39.4 LIQUID ASPHALT (PRIME COAT) F-60 F-40 AGGREGATE BASE MATERIAL F-60 F-41 DECOMPOSED GRANITE PAVEMENT F-61 F-42 CONCRETE STRUCTURES F-61 F-43 LONGITUDINAL GUTTER F-61 F-44 INLET STRUCTURES F-62 F-45 JUNCTION STRUCTURES F-63 F-46 HYDRODYNAMIC SEPARATOR UNIT F-63 F-47 RETAINING WALLS F-66 F-48 RETAINING WALL GUTTER F-66 F-49 PREVIOUS BACKFILL F-67 F-50 STRUCTURE CONCRETE (RETAINING WALLS) F-67 F-50.1 FORMS F-68 F-50.2 CURING F-68 F-50.3 EXPANSION JOINT F-68 F-50.4 WEEP HOLES F-68 F-50.5 RETAINING WALL UTILITY OPENING F-68 F-50.6 PAYMENT FOR "STRUCTURE CONCRETE (RETAINING WALLS)" F-68 F-51 ARCHITECTURAL SURFACE F-69 F-52 CABLE RAILING F-71 F-53 BAR REINFORCING STEEL F-71 F-54 STRUCTURAL SLAB F-72 F-55 CONCRETE BARRIER TYPE 26 (MOD) F-73 F-55.1 TUBULAR HAND RAILING F-73 F-56 IRON FENCE F-74 F-57 CHAIN LINK FENCE F-74 TC-3 Section Description Page No. F-58 CHAIN LINK GATE F-75 F-59 REINFORCED CONCRETE PIPE (RCP) F-75 F-59.1 BEDDING AND BACKFILL F-76 F-59.2 TRENCH SHORING F-77 F-59.3 CONCRETE BLANKET PROTECTION F-77 F-60 REINFORCED CONCRETE COLLAR F-77 F-61 OUTLET TO CHANNEL F-78 F-62 MISCELLANEOUS CONCRETE F-78 F-63 DETECTABLE WARNING SURFACE F-79 F-64 BUS TURNOUTS F-79 F-65 REMOVE TRAFFIC STRIPES AND PAVEMENT MARKINGS F-79 F-66 TRAFFIC STRIPING AND PAVEMENT MARKINGS F-80 F-67 ROADSIDE SIGNS F-81 F-68 ROADSIDE MARKERS F-82 F-69 RAISED PAVEMENT MARKERS F-82 F-69.1 EPOXY F-82 F-70 RELOCATE SIGNS F-83 F-71 RELOCATE STREET LIGHT F-83 F-72 PROJECT INFORMATION SIGN F-83 F-73 MEASURE M INFORMATIONAL SIGN F-84 F-74 MODIFY TRAFFIC SIGNAL SYSTEM (SPECIALTY) F-85 F-74.1 GENERAL F-85 F-74.2 ST AND ARD PLANS F-85 F-74.3 GUARANTY F-85 F-74.4 MAINTAINING EXISTING AND TEMPORARY ELECTRICAL SYSTEMS F-86 F-74.5 OPERATION OF TRAFFIC SIGNAL F-86 F-74.6 EQUIPMENT LIST AND ORA WINGS F-86 F-74.7 TRAFFIC SIGNAL POLE FOUNDATIONS F-87 F-74.8 NON-ST AND ARD TRAFFIC SIGNAL POLE FOUNDATIONS F-88 F-74.9 STANDARDS, STEEL PEDESTALS AND POSTS F-89 F-74.10 CONDUIT. F-89 F-74.11 TRAFFIC SIGNAL INTERCONNECT FACILITIES F-90 F-74.12 CONDUCTORS AND WIRING F-90 F-74.13 SPLICE INSULATION F-90 F-74.14 BONDING AND GROUTING F-90 F-74.15 ELECTRICAL SERVICE F-91 F-74.16 TESTING F-92 F-74.17 TRAFFIC SIGNAL CONTROLLER F-93 F-74.18 TRAFFIC SIGNAL CONTROLLER CABINET F-93 F-74.19 TRAFFIC SIGNAL CONTROLLER UNIT F-98 F-74.20 VEHICLE SIGNAL FACES AND SIGNAL HEADS F-100 F-74.21 PEDESTRIAN SIGNALS F-101 F-74.22 DETECTOR LOOPS F-101 F-74.23 SLOT SEALANT F-102 F-74.24 PEDESTRIAN PUSH BUTTONS F-102 F-74.25 HIGH INTENSITY DISCHARGE LUMINARIES F-102 F-74.26 PHOTOELECTRIC CONTROLS F-103 TC-4 Section F-74.27 F-74.28 F-74.29 F-74.30 F-74.31 F-75 F-75 F-75.1 F-75.2 F-75.3 F-75.4 F-76 F-76.1 F-76.2 F-76.3 F-76.4 J Description TELEMETRY EMERGENCY VEHICLE PRE-EMPTION INTERNALLY ILLUMINATED STREET NAME SIGN BATTERY BACK-UP SYSTEM PAYMENT FOR "MODIFY TRAFFIC SIGNAL SYSTEM" Page No. F-103 F-103 F-104 F-104 F-110 REMOVE, RELOCATE OR ADJUST TO GRADE TRAFFIC PULL BOXES F-111 LANDSCAPING F-112 GENERAL F-112 PRODUCTS F-113 EXECUTION F-117 PAYMENT FOR "LANDSCAPING" F-124 IRRJGATION SYSTEM F-125 GENERAL F-125 MATERJALS F-131 EXECUTION F-133 PAYMENT FOR "IRRJGA TION SYSTEM" F-138 GUARANTY APPENDIX! COMPENSATION ADWSTMENTS FOR PRJCE FLUCTUATIONS APPENDIX2 PAGES FROM GEOTECHNICAL REPORT TC-5 J-1 ORANGE COUNTY, CALIFORNIA NOTICE TO CONTRACTORS Revised: 02/08/07 Sealed proposals from contractors licensed in accordance with Section A, Subsection 16, Proposal Requirements and Conditions will be received on behalf of the County of Orange, hereinafter referred to as "COUNTY," at the Office of the Clerk of the Board of Supervisors, Room 101, Hall of Administration, of the County of Orange, 333 West Santa Ana Boulevard, Santa Ana, California, on or before Wednesday, the 25th day of July, 2007, at 2:00 p.m., at which time they will be publicly opened and read in Room 169, First Floor, Hall of Administration, 333 West Santa Ana Boulevard, Santa Ana, California, for the following project to be administered by the County of Orange, Resources and Development Management Department, hereinafter referred to as "RDMD.". Item No. 1 2 3 4 5 6 7 8 9 10 11 12 CONSTRUCTION OF IRVINE AVENUE WIDENING Hereinafter referred to as "PROJECT" SCHEDULE OF WORK ITEMS Item Description MOBILIZATION WASTE AND MATERIALS MANAGEMENT CONTROL DUST CONTROL STORM WATER POLLUTION PREVENTION PLAN (SWPPP) SECTION D PERMIT REQUIREMENTS MAINTAIN TRAFFIC AND DETOURS CLASS "A" FIELD OFFICE CLEARING AND GRUBBING REMOVE WATER SERVICES RELOCATE WATER SERVICES INSTALL WATER SERVICES RELOCATE FIRE HYDRANT NC-1 Quantity Unit I LS I LS I LS 1 LS 1 LS 1 LS 18 MO I LS 1 EA 3 EA I EA 5 EA SCHEDULE OF WORK ITEMS Item No. Item Description Quantity Unit 13 INSTALL FIRE HYDRANT 1 EA 14 REMOVE ASPHALT CONCRETE PAVEMENT 9,900 CY REMOVE MISCELLANEOUS CONCRETE 15 (UNREINFORCED) 585 CY 16 REMOVE AND RECONSTRUCT STAIRWAY 1 LS 17 REMOVE MASONRY BLOCK RETAINING WALL 265 LF 18 REMOVE TREE 18 EA 19 REMOVE FENCING 2,062 LF 20 REMOVE CABLE FENCE 850 LF 21 TEMPORARY CHAIN LINK FENCE 1,330 LF 22 REMOVE ROADSIDE SIGNS 6 EA 23 REMOVE ROADSIDE MARKERS 6 EA 24 REMOVE DRAINAGE FACILITIES 7 EA 25 ADJUST WATER VAL VE BOX TO GRADE 39 EA 26 ADJUST MANHOLE TO GRADE 26 EA 27 TEMPORARY SHORING 1 LS 28 UNCLASSIFIED EXCAVATION 6,660 CY 29 STRUCTURE EXCAVATION 1,750 CY 30 UNCLASSIFIED FILL 2,050 CY 31 STRUCTURE BACKFILL 1,690 CY 32 COLD MILL ASPHALT CONCRETE PAVEMENT 19,923 SF 33 ASHPHALT RUBBER HOT-MIX (ARHM) 3,980 TON NC-2 SCHEDULE OF WORK ITEMS Item No. Item Description Q11a11tity Unit 34 ASPHALT CONCRETE PAVEMENT 23,950 TON 35 AGGREGATE BASE MATERIAL 1,580 TON 36 DECOMPOSED GRANITE PAVEMENT 317 TON 37 LONGITUDINAL GUTTER 117 LF 38 INLET STRUCTURES 15 EA 39 JUNCTION STRUCTURES 6 EA 40 HYDRODYNAMIC SEPARATOR UNIT 2 EA 41 STRUCTURE CONCRETE (RETAINING WALLS) 776 CY 42 ARCHITECTURAL SURF ACE 5,850 SF 43 CABLE RAILING 248 LF 44 BAR REINFORCING STEEL 93,400 LB 45 CONCRETE BARRIER TYPE 26 (MOD.) 92 LF 46 IRON FENCE 1,441 LF 47 CHAIN LINK FENCE 621 LF 48 CHAIN LINK GA TE 2 EA 49 18" RCP (D-LOAD PER PLAN) 1,423 LF 50 24" RCP (D-LOAD PER PLAN) 535 LF 51 27" RCP (D-LOAD PER PLAN) 289 LF 36" RCP (D-LOAD PER PLAN) ·. 30 LF 52 53 REINFORCED CONCRETE COLLAR 13 EA 54 OUTLET TO CHANNEL 1 EA NC-3 SCHEDULE OF WORK ITEMS Item No. Item Description 55 MISCELLANEOUS CONCRETE 56 DETECTABLE WARNING SURFACE 57 REMOVE TRAFFIC STRIPES AND PAVEMENT MARKINGS 58 TRAFFIC STRIPING AND PAVEMENT MARKINGS 59 ROADSIDE SIGNS 60 ROADSIDE MARKERS 61 RAISED PAVEMENT MARKERS (REFLECTIVE OR NONREFLECTIVE) 62 RELOCATE SIGNS 63 RELOCATE STREET LIGHT 64 PROJECT INFORMATION SIGN 65 MEASURE M INFORMATIONAL SIGN 66 MODIFY TRAFFIC SIGNAL SYSTEM AT MESA DRIVE (S) 67 MODIFY TRAFFIC SIGNAL SYSTEM AT ORCHARD DRIVE (S) 68 MODIFY TRAFFIC SIGNAL SYSTEM AT SE BRISTOL STREET (S) 69 RELOCATE TRAFFIC PULL BOX 70 ADJUST TRAFFIC PULL BOX TO GRADE 71 LANDSCAPING 72 IRRIGATION SYSTEM (A) Additive Item (S) Specialty Item (D) Deletable Item (F) Final Quantity (P) Partial Payment NC-4 Quantity Unit 981 CY 183 SF 1 LS 34,849 SF 7 EA 4 EA 1,207 EA 18 EA 2 EA 2 EA 2 EA I LS I LS I LS 18 EA 9 EA 1 LS 1 LS The COUNTY will provide 1 (one} copy of the Bid Package (Half-size Plans and Special Provisions) free of charge to any construction company requesting a copy in person and providing their State Contractor's License number. A $7.00 mailing fee will be charged if the contractor requests to receive the Bid Package by mail. Copies of the Bid Package are available for examination without charge. Additional copies of the Bid Package may be secured upon payment, including state sales tax, of: $ 25 .00 if picked up in person $ 32.00 if requested by mail Bid Package(s) requested by mail are sent via U.S.P.S. certified mail, so please include the street address to which these documents may be delivered. Please also include an e-mail address to receive bulletins.by e-mail. CALL: RDMD/Central Files Staff (714) 834-3568 or RDMD Cashier (714) 834-4585 DO NOT CALL PROJECT ENGINEER FOR PURCHASE OF BID PACKAGE OR FOR A COPY OF THE PLAN HOLDER'S LIST. REQUESTS FOR THESE ITEMS FROM THE PROJECT ENGINEER MAY ONLY DELAY RECEIPT OF THESE ITEMS. 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: Number 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 Number 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 $ 48.10 Add $7 .00 to price shown if plans are requested by mail. Please also include an e-mail address to receive bulletins by e-mail. CAUTION: THE BID PACKAGE, NOT JUST THE FULL-SIZE CONSTRUCTION PLANS, MUST BE PURCHASED TO BID THE JOB. IF ALL YOU PURCHASE IS THE FULL-SIZE CONSTRUCTION PLANS, YOU WILL NOT HAVE THE BID PACKAGE AND THE PROPOSAL FORMS THEREIN. CONSTRUCTION PLANS ARE MADE AVAILABLE FOR SEPARATE PURCHASE ONLY AS A CONVENIENCE TO CONTRACTORS/SUBCONSULT ANTS. The Orange County Resources and Development Management Department (formerly PFRD) Standard Plans (current issue) and Supplement(s) thereto are also part of this AGREEMENT. NC-5 Copies of the Standard Plans and Supplement(s) thereto are available for examination without charge at the following website link: http://www.ocrdmd.com/documents/RoadStandardPlans.pdf or, in person at 300 North Flower Street (Room 252), Santa Ana, or may be secured upon payment with the Bid Package for an additional charge, including state sales tax of: RDMD Standard Plans $12.66 if picked up in person $21. 91 ifrequested by mail All checks shall be made payable to: Couuty of Orange P.O. Box 4048 (mailing address) 300 North Flower, (street address) Santa Ana, California 92702-4048 (714)834-3568 or (714)834-4585 Orders which are not properly addressed or payable are subject to delay. The County of Orange (COUNTY) shall not accept responsibility for that delay. There will be no refund for return ofBid Package(s), and return is not required. Bidders wishing to obtain a list of plan holders shall e-mail their request, including the project name, to the COUNTY at the following address: centralfiles@rdmd.ocgov.com Alternatively, the request may be made by mail to the address shown above and shall include a check payable to County of Orange for fifty-five cents ($0.55) to receive the list by mail and sixteen cents ($0.16) to receive the list by fax. Due to the complexity of COUNTY projects and the typically large number of bidders encountered on each project, the COUNTY 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 the request is processed, and if requested by mail, the request should be timed as to allow for normal mail service. Bidders calling the above listed telephone number should be prepared to leave a message on the voice mail system with adequate instruction to inform COUNTY staff of their specific needs and the project to which they relate. COUNTY staff will return calls as soon as they are able. The bidder's attention is directed to the provisions in Section A, "Proposal Requirements and Conditions," regarding the requirements and conditions which must be observed in the preparation of the proposal form and the submission of the bid. NC-6 Questions on interpretation of the Bid Package prior to the date scheduled for bid opening shall conform to the provisions of Section A, paragraphs No. 4 and 5 and shall be addressed to Project Engineer, Edward Frondoso (714-834-2795), or to Project Engineer's Engineering Supervisor, Rich Hoisington (714-834-2792), P.O. Box 4048, Santa Ana, CA 92702. Per Section 3300 of the Public Contract Code, the Bidder is hereby notified that he must possess for the dnration of the PROJECT a valid Class A "General Engineering Contractor" License issued by of the State of California, Contractors State License Board. The AGREEMENT for this PROJECT requires that CONTRACTOR pay the general prevailing wage for workers employed on the PROJECT pursuant to Section 1773 of the California Labor Code. For the dnration of the PROJECT, certified payroll records as described in Section 1776 of the Labor Code and/or statements of non-performance for CONTRACTOR and those of subcontractors performing work on the PROJECT shall be delivered to COUNTY on a weekly basis no later than ten (] 0) calendar days after the end of each weekly pay period. In addition CONTRACTOR and any subcontractors employed on the PROJECT are required to comply with the provisions regarding the employment of apprentices pursuant to Section 1777.5 of the Labor Code. For bid results and questions concerning performance bond, payment bond, and insurance forms contact RDMD/Construction Division at (714) 567-7800. Bid results may also be obtained through the Orange County World Wide Web site at www.ocrdmd.com/ construction. asp one day after opening of bids. Questions concerning pnrchase of Plans and Special Provisions and obtaining a copy of the plan holder's list should be addressed to the, County of Orange, RDMD/Central Files Staff (714) 834- 3568 or RDMD Cashier (714) 834-4585. By order of the Board of Supervisors of the County of Orange, California, governing board of the County of Orange. Date: Darlene J. Bloom Clerk of the Board of Supervisors of Orange County, California NC-7 Name of Bidder PROPOSAL FOR IRVINE AVENUE WIDENING Revised: 03/07/06 ----------------------------- Business Address _______________ ~ Phone No. ________ _ City/State __________________ Zip Code ________ _ TO THE BOARD OF SUPERVISORS OF _______________ _ 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 CONSTRUCTION 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 CONSTRUCTION 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 CONSTRUCTION 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: ALL PAGES OFTHlS PROPOSAL MUST BE SUBMITTED AND THE LAST PAGE OF THIS PROPOSAL MUST BE SIGNED BY THE CONTRACTOR AND NOTARIAL ACKNOWLEDGEMENT ATTACHED OR BID MAY BE DISCARDED P-1 SCHEDULE OF WORK ITEMS CONTRACTOR shall place lump sum prices in the "Item Price" column and the "Total" column. SCHEDULE OF WORK ITEMS Item Estimated Unit of Item Description Hem Price TOTAL (in No. Quantitv Measure (in ffoures) fhmres) 1 1 LS MOBILIZATION 2 1 LS WASTE AND MATERIALS MANAGEMENT CONTROL 3 1 LS DUST CONTROL 4 1 LS STORM WATER POLLUTION PREVENTION PLAN (SWPPP) 5 1 LS SECTION D PERMIT REQUIREMENTS 6 1 LS MAINTAIN TRAFFIC AND DETOURS 7 18 MO CLASS "A" FIELD OFFICE 8 1 LS CLEARING AND GRUBBING 9 1 EA REMOVE WATER SERVICES 10 3 EA RELOCATE WATER SERVICES 11 1 EA INSTALL WATER SERVICES 12 5 EA RELOCATE FIRE HYDRANT 13 1 EA INST ALL FIRE HYDRANT 14 9,900 CY REMOVE ASPHALT CONCRETE PAVEMENT 15 585 CY REMOVE MISCELLANEOUS CONCRETE (UNREINFORCED) 16 1 LS REMOVE AND RECONSTRUCT STAIRWAY 17 265 LF REMOVE MASONRY BLOCK RETAINING WALL 18 18 EA REMOVE TREE ALL PAGES OFTHIS PROPOSAL MUST BE SUBMITTED AND THE LAST PAGE OF THIS PROPOSAL MUST BE SIGNED BY THE CONTRACTOR AND NOT ARIAL ACKNOWLEDGEMENT ATTACHED OR BID MAY BE DISCARDED P-2 SCHEDULE OF WORK ITEMS Item Estimated Unit of Item Description Item Price TOTAL(in No. Quantity Measure (in figures) figures) 19 2,062 LF REMOVE FENCING 20 850 LF REMOVE CABLE FENCE 21 1,330 LF TEMPORARY CHAIN LINK FENCE 22 6 EA REMOVE ROADSIDE SIGNS 23 6 EA REMOVE ROADSIDE MARKERS 24 7 EA REMOVE DRAINAGE FACILITIES 25 39 EA ADJUST WATER VAL VE BOX TO GRADE 26 26 EA ADJUST MANHOLE TO GRADE 27 I LS TEMPORARY SHORING 28 6,660 CY UNCLASSIFIED EXCAVATION 29 1,750 CY STRUCTURE EXCAVATION 30 2,050 CY UNCLASSIFIED FILL 31 1,690 CY STRUCTURE BACKFILL 32 19,923 SF COLD MILL ASPHALT CONCRETE PAVEMENT 33 3,980 TON ASHPHALT RUBBER HOT-MIX (ARHM) 34 23,950 TON ASPHALT CONCRETE PAVEMENT 35 1,580 TON AGGREGATE BASE MATERIAL 36 317 TON DECOMPOSED GRANITE PAVEMENT 37 117 LF LONGITUDINAL GUTTER 38 15 EA INLET STRUCTURES ALL PAGES OFTHIS PROPOSAL MUST BE SUBMITTED AND THE LAST PAGE OFTH1S PllOPOSAL MUST BE SIGNED BY THE CONTRACTOR AND NOTARIAL ACKNOWLEDGEMENT ATTACHED OR BID MAY BE DJSCARDED P-3 SCHEDULE OF WORK ITEMS Item Estimated Unit of Item Description Item Price TOTAL (in No. Quantitv Measure (in fi!rnres) fi!1ures) 39 6 EA JUNCTION STRUCTURES 40 2 EA HYDRODYNAMIC SEP ARA TOR UNIT 41 776 CY STRUCTURE CONCRETE (RETAINING WALLS) 42 5,850 SF ARCHITECTURAL SURFACE 43 248 LF CABLE RAILING 44 93,400 LB BAR REINFORCING STEEL 45 92 LF CONCRETE BARRIER TYPE 26 (MOD.) 46 1,441 LF IRON FENCE 47 621 LF CHAIN LINK FENCE 48 2 EA CHAIN LINK GATE 49 1,423 LF 18" RCP (D-LOAD PER PLAN) 50 535 LF 24" RCP (D-LOAD PER PLAN) 51 289 LF 27" RCP (D-LOAD PER PLAN) 52 30 LF 36" RCP (D-LOAD PER PLAN) 53 13 EA REINFORCED CONCRETE COLLAR 54 1 EA OUTLET TO CHANNEL 55 981 CY MISCELLANEOUS CONCRETE 56 183 SF DETECTABLE WARNING SURFACE REMOVE TRAFFIC STRIPES AND 57 1 LS PAVEMENT MARKINGS TRAFFIC STRIPING AND 58 34,849 SF PAVEMENT MARKINGS ALL PAGES OF THIS PROPOSAL MUST BE SUBMITTED AND THE LAST PAGE OFTH1S PROPOSAL MUST BE SIGNED BY THE CONTRACTOR AND NOTARIAL ACKNOWLEDGEMENT ATTACHED OR BJD MAY BE DISCARDED P-4 Item Estimated No. Quantity 59 7 60 4 61 1,207 62 18 63 2 64 2 65 2 66 1 67 1 68 1 69 18 70 9 71 1 72 1 (A) Additive Item (S) Specialty Item (D) Deletable Item Unit of Measure EA EA EA EA EA EA EA LS LS LS EA EA LS LS SCHEDULE OF WORK ITEMS Item Description ROADSIDE SIGNS ROADSIDE MARKERS RAISED PAVEMENT MARKERS (REFLECTIVE OR NONREFLECTIVE) RELOCATE SIGNS RELOCATE STREET LIGHT PROJECT INFORMATION SIGN MEASURE M INFORMATIONAL SIGN MODIFY TRAFFIC SIGNAL SYSTEM AT MESA DRIVE (S) MODIFY TRAFFIC SIGNAL SYSTEM AT ORCHARD DRIVE (S) MODIFY TRAFFIC SIGNAL SYSTEM AT SE BRISTOL STREET (S) RELOCATE TRAFFIC PULL BOX ADJUST TRAFFIC PULL BOX TO GRADE LANDSCAPING IRRIGATION SYSTEM TOTALS: (F) Final Quantity LS =Lump Sum EA=Each Item Price TOTAL (in (in figures) figures) ALL PAGES OF THIS PROPOSAL MUST BE SUBMITTED AND THE LAST PAGE OF THIS PROPOSAL MUST BE SIGNED BY THE CONTRACTOR AND NOTARJAL ACKNOWLEDGEMENT ATTACHED OR BJD MAY BE DJSCARDED P-5 PROJECT: IRVINE A VENUE WIDENING LOCATION: FROM SOUTHERLY OF MESA DRIVE TO SE BRISTOL STREET The bidder may utilize this form to effect last-minute adjustments to 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 subcontractor bids. The COUNTY 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 JS 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 BID ITEM ADJUSTMENTS Group of Bid Item Nos. to be Adjusted Decrease Unit Price Increase Unit Price ($ ) $ ($ ) $ ($ ) $ ($ ) $ TOTALS: ($ ) $ Bidder: ______________________________ _ Authorized Signature/Title: ________________________ _ ALL PAGES OF THlS PROPOSAL MUST BE SUBMITTED AND THE LAST PAGE OF THIS PROPOSAL MUST BE SIGNED BY THE CONTRACTOR AND NOTARIAL ACKNOWLEDGEMENT ATTACHED on BID MAY BE DISCARDED P-6 THIS SECTION TO BE COMPLETED BY CONTRACTOR PRIOR TO BID OPENING: NET ADJUSTMENT TO TOTAL BASE BID: Total Price from Proposal $ Net Bid Item Adjustment $ ADJUSTED TOTAL PRICE $ 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: I. For lump sum items, the amount set forth in the "Total" column shall be the item pnce. 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 pnce. 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. ALL PAGES OF THlS PROPOSAL MUST BE SUBMJTTED AND THE LAST PAGE OF THIS PROPOSAL MUST BE SIGNED BY THE CONTRACTOR AND NOTARIAL ACKNOWLEDGEMENT ATTACHED OR BID MAY BE DISCARDED P-7 The names of all persons interested in the foregoing proposal as principals are as follows: (IMPORTANT NOTICE: lf 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 true name of the firm shall be set forth above together with the signature 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. ALL PAGES OF THIS PROPOSAL MUST BE SUBMITTED AND THE LAST PAGE OF THIS PROPOSAL MUST BE SIGNED BY THE CONTRACTOR AND NOT ARIAL ACKNOWLEDGEMENT ATTACHED OR BID MAY BE DISCARDED P-8 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 COUNTY 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 in the case of bids for the construction of streets or highways, including bridges, in excess of the above stated limits, 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, whichever is greater, he agrees that he is fully qualified to perform that portion himself, and he shall perform that portion himself. DIVISION OF WORK NAME OF FIRM OR LOCATION OF MILL, OR TRADE CONTRACTOR SHOP OR OFFICE ALL PAGES OF THIS PROPOSAL MUST BE SUBMITTED AND THE LAST PAGE OF THIS PROPOSAL MUST BE SIGNED BY THE CONTRACTOR AND NOTARJAL ACKNOWLEDGEMENT ATTACHED OR BID MAY BE DISCARDED P-9 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. By notarized signature, bidder also acknowledges receipt of: Addenda Nos. Bulletin Nos. ALL PAGES OF THIS PRQ]lQSAL MUST BE SUBMITTED AND THE LAST PAGE OF THIS PROPOSAL MUST BE SIGNED BY THE CONTRACTOR AND NOT ARlAL ACKNOWLEDGEMENT ATTACHED OR BID MAY BI<: DISCARDED P-10 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. Subscribed at:-------'-------~-------on-----~ 20_. (City) NOTARY TO AFFIX SEAL AND CERTIFICATE OF ACKNOWLEDGMENT (County) (State) (Date) (Signature of Contractor) (Address -City, State, Zip Code) (Telephone) ALL PAGES OF THIS PROPOSAL MUST BE SUBM1TTED AND THE LAST PAGE OF THIS PROPOSAL MUST BE SIGNED BY THE CONTRACTOR AND NOTARIAL ACl(NO,VLEDGEMENT ATTACHED OR B1D MAY BE DJSCARDED P-11 RcYiscd: 03/07 /06 PROPOSAL FOR IRVINE A VENUE WIDENING Name of Bidder ------------------------------- Business Address Phone No. --------------------------- City/State __________________ Zip Code ________ _ TO THE BOARD OF SUPERVISORS OF ---------------------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 CONSTRUCTION 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 CONSTRUCTION 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 CONSTRUCTION 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: ALL PAGES OF THIS PROPOSAL MUST BE SUB1\1ITTED AND THE LAST PAGE OF THIS PROPOSAL MUST BE SIGNED BY THE CONTRACTOR AND NOTARIAL ACKNOWLEDGEMENT ATTACHED OR BID MAY BE DISCARDED P-1 SCHEDULE OF WORK ITEMS CONTRACTOR shall place lump sum prices in the "ltem Price" column and the "Total" column. SCHEDULE OF WORK ITEMS Item Estimated Unit of Item Description item Price TOTAL (in No. Quantity Measure (in figures) figures) I I LS MOBILIZATION 2 I LS WASTE AND MATERIALS MANAGEMENT CONTROL 3 I LS DUST CONTROL 4 I LS STORM WATER POLLUTION PREVENTION PLAN (SWPPP) 5 1 LS SECTION D PERMIT REQUIREMENTS 6 I LS MAINTAIN TRAFFIC AND DETOURS 7 18 MO CLASS "A" flELD OFFICE 8 1 LS CLEARING AND GRUBBING 9 I EA REMOVE WATER SERVICES 10 3 EA RELOCATE WATER SERVICES 11 I EA INSTALL WATER SERVICES 12 5 EA RELOCATE FIRE HYDRANT 13 1 EA INST ALL FIRE HYDRANT 14 9,900 CY REMOVE ASPHALT CONCRETE PAVEMENT 15 585 CY REMOVE MISCELLANEOUS CONCRETE (UNREINFORCED) 16 1 LS REMOVE AND RECONSTRUCT STAIRWAY 17 265 LF REMOVE MASONRY BLOCK RETAINING WALL 18 18 EA REMOVE TREE ALL PAGES OF THIS PROPOSAL MUST BE SUBMITTED AND THE LAST PAGE OF THIS PROPOSAL MUST BE SIGNED BY THE CONTRACTOR AND NOTARIAL ACKNOWLEDGEl\lENT ATTACHED OR BID MAY BE DISCARDED P-2 SCHEDULE OF WORK ITEMS Hem Estimated Unit of Item Description Item Price TOTAL(in No. Quantity Measure (in fomres) fomres) 19 2,062 LF REMOVE FENCING 20 850 LF REMOVE CABLE FENCE 21 1,330 LF TEMPORARY CHAIN LINK FENCE 22 6 EA REMOVE ROADSIDE SIGNS 23 6 EA REMOVE ROADSIDE MARKERS 24 7 . EA REMOVE DRAINAGE FACILITIES 25 39 EA ADJUST WATER VAL VE BOX TO GRADE 26 26 EA ADJUST MANHOLE TO GRADE 27 I LS TEMPORARY SHORING 28 6,660 CY UNCLASSIFIED EXCAVATION 29 1,750 CY STRUCTURE EXCAVATION 30 2,050 CY UNCLASSIFIED FILL 31 1,690 CY STRUCTURE BACKFILL 32 19,923 SF COLD MILL ASPHALT CONCRETE PAVEMENT 33 3,980 TON ASHPHALT RUBBER HOT-MIX (ARHM) 34 23,950 TON ASPHALT CONCRETE PAVEMENT 35 1,580 TON AGGREGATE BASE MATERIAL 36 317 TON DECOMPOSED GRANITE PAVEMENT 37 117 LF LONGITUDINAL GUTTER 38 15 EA INLET STRUCTURES ALL PAGES OF THIS PROPOSAL MUST BE SUBMJTTED AND THE LAST PAGE OF THIS PROPOSAL MUST BE SIGNED BY THE CONTRACTOR AND NOT ARIAL ACKNOWLEDGEMENT ATTACHED OR BID MAY BE DISCARDED P-3 SCHEDULE OF WORK ITEMS Item Estimated Unit of Item Description Item Price TOTAL (in No. Quantity Measure (in fowres) fi2ures) 39 6 EA JUNCTION STRUCTURES 40 2 EA HYDRODYNAMIC SEP ARA TOR UNIT 41 776 CY STRUCTURE CONCRETE (RETAINING WALLS) 42 5,850 SF ARCHITECTURAL SURF ACE 43 248 LF CABLE RAILING 44 93,400 LB BAR REINFORCING STEEL 45 92 LF CONCRETE BARRIER TYPE 26 (MOD.) 46 1,441 LF IRON FENCE 47 621 LF CHAIN LINK FENCE 48 2 EA CHAIN LINK GATE 49 1,423 LF 18" RCP (D-LOAD PER PLAN) 50 535 LF 24" RCP (D-LOAD PER PLAN) 51 289 LF 27" RCP (D-LOAD PER PLAN) 52 30 LF 36" RCP (D-LOAD PER PLAN) 53 13 EA REINFORCED CONCRETE COLLAR 54 1 EA OUTLET TO CHANNEL 55 981 CY MISCELLANEOUS CONCRETE 56 183 SF DETECT ABLE WARNING SURFACE REMOVE TRAFFIC STRIPES AND 57 1 LS PAVEMENT MARKINGS TRAFFIC STRIPING AND 58 34,849 SF PAVEMENT MARKINGS ALL PAGES OF THIS PROPOSAL MUST BE SUBMITTED AND THE LAST PAGE OF THIS PROPOSAL MUST BE SIGN>:D BY THE CONTRACTOR AND NOTARIAL ACKNOWLEDGEMENT ATTACHED OR BID MAY BE DISCARDED P-4 Hem Estimated No. Quantity 59 7 60 4 61 1,207 62 18 63 2 64 2 65 2 66 1 67 1 68 I 69 18 70 9 71 I 72 I (A) Additive Item (S) Specialty Item (D) Deletable Item Unit of Measnre EA EA EA EA EA EA EA LS LS LS EA EA LS LS SCHEDULE OF WORK ITEMS Item Description ROADSIDE SIGNS ROADSIDE MARKERS RAISED PAVEMENT MARKERS (REFLECTIVE OR NONREFLECTIVE) RELOCATE SIGNS RELOCATE STREET LIGHT PROJECT INFORMATION SIGN MEASURE M INFORMATIONAL SIGN MODIFY TRAFFIC SIGNAL SYSTEM AT MESA DRIVE (S) MODIFY TRAFFIC SIGNAL SYSTEM AT ORCHARD DRIVE (S) MODIFY TRAFFIC SIGNAL SYSTEM AT SE BRISTOL STREET (S) RELOCATE TRAFFIC PULL BOX ADJUST TRAFFIC PULL BOX TO GRADE LANDSCAPING IRRIGATION SYSTEM TOTALS: (F) Final Quantity LS=Lump Sum EA=Each Hem Price TOTAL (in (in figures) figures) ALL PAGES OF TIIIS PROPOSAL MUST BE SUBMITTED AND THE LAST PAGE OF THIS PROPOSAL MUST BE SIGNED BY THE CONTRACTOR AND NOT ARIAL ACKNOWLEDGEMENT ATTACHED OR BID MAY BE DISCARDED P-5 PROJECT: IRVINE A VENUE WIDENING LOCATION: FROM SOUTHERLY OF MESA DRIVE TO SE BRISTOL STREET The bidder may utilize this form to effect last-minute adjustments to prices listed for a bid item or group of bid items in this Proposal by using this fonn, the bidder will not need to recompute bid item totals or the total bid amount due to last-minute changes in material quotations subcontractor bids. The COUNTY 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. BID ITEM ADJUSTMENTS to be Adjusted Decrease Unit Price Increase Unit Price ($ ) $ ( $ ) $ ( $ ) $ ($ ) $ TOTALS: ( $ ) $ Bidder:-------------------------------- Authorized Signature/Title: ________________________ _ ALL PAGES OF THIS PROPOSAL MUST BE SlTBJ\.flTTED AND THE LAST PAGE OF Tms PROPOSAL MUST BE SIGNED BY THE CONTRACTOR AND NOTARIAL ACKNOWLEDGEMENT ATTACHED OR BIO MAY BE DISCARDED P-6 THIS SECTION TO BE COMPLETED BY CONTRACTOR PRIOR TO BID OPENING: NET ADJUSTMENT TO TOTAL BASE BID: Total Price from Proposal $ Net Bid Item Adjustment $ ADJUSTED TOT AL PRICE $ 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 tbe 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: I. For lump sum items, the amount set forth in the "Total" colunrn shall be the item pnce. 2. For unit basis items, the amount set forth in the "Total" colunrn shall be divided by the estimated quantity for the item and the price thus obtained shall be the item pnce. In case of discrepancy between the c01Tect 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. ALL PAGES OF THIS PROPOSAL MUST BE SUB.l\IITTEO AND THE LAST PAGE OF THIS PROPOSAL MUST BE SIGNED BY THE CONTRACTOR AND NOT ARIAL ACKNOWLEDGEll-lENT ATTACHED OR BJD MAY BE DISCARDED P-7 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 true name of the firm shall be set forth above together with the signature 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. ALL PAGES OF THIS PROPOSAL MUST BE SUBMITTED AND THE LAST PAGE OF THIS PROPOSAL MUST BE SIGNED BY THE CONTRACTOR AND NOT ARIAL ACKNOWLEDGEMENT ATTACHED OR BID MAY BE DISCARDED P-8 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 COUNTY 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 constitnte 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 in the case of bids for the construction of streets or highways, including bridges, in excess of the above stated limits, and will state the fim1 name and principal location of the mill, shop or office of each. If the CONTRACTOR bidding fails to specify a subcontractor for work perfmmed under the contract in excess of one- half of one percent of the prime contractor's total bid, or $10,000.00, whichever is greater, he agrees that he is fully qualified to perform that portion himself, and he shall perform that portion himself. DIVISION OF WORK NAME OF FIRM OR LOCATION OF MILL, OR TRADE CONTRACTOR SHOP OR OFFICE ALL PAGES OF THIS PROPOSAL MUST BE SUBMITTED AND THE LAST PAGE OF THIS PROPOSAL MUST BE SIGNED BY THE CONTRACTOR AND NOTARIAL ACKNOWLEDGEMENT ATTACHED OR BID MAY BE DISCARDED P-9 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. By notarized signature, bidder also acknowledges receipt of: Addenda Nos. Bulletin Nos. ALL PAGES OF THIS PROPOSAL MUST BE SUBMITTED AND THE LAST PAGE OF THIS PROPOSAL MUST BE SIGNED BY THE CONTRACTOR AND NOT ARIAL ACKNOWLEDGEMENT ATTACHED OR BID MAY BE DISCARDED P-10 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 con-eel. Subscribed at:-------"-------~ _______ on-----~ 20_ (City) NOTARY TO AFFIX SEAL AND CERTIFICATE OF ACKNOWLEDGMENT (County) (State) (Date) (Signature of Contractor) (Address -City, State, Zip Code) (Telephone) ALL PAGES OF THIS PROPOSAL MUST BE SUBMITTED AND THE LAST PAGE OF THIS PROPOSAL MUST BE SIGNED BY THI, CONTRACTOR AND NOT ARIAL ACKNOWLEDGEMENT ATTACHED OR BID MAY BE DISCARDED P-11 Revised: 11/20/06 CONSTRUCTION AGREEMENT This Constrnction Agreement, hereinafter referred to as AGREEMENT, is made and entered into this _____ day of ________ , 20 __ by and between _______ _ hereinafter referred to as "COUNTY" and -------------------- hereinafter referred to as "CONTRACTOR," That COUNTY and CONTRACTOR, for considerations hereinafter named, mutually agree as follows: I. CONTRACTOR shall accomplish to the satisfaction of the ENGINEER, as defined in Section B of the Special Provisions, all work described in this AGREEMENT and the plans and specifications, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment, and all utility and transportation services required for the: IRVINE A VENUE WIDENING hereinafter referred to as PROJECT in accordance with this AGREEMENT. This AGREEMENT includes the following documents and their provisions which are incorporated herein by reference and made a part hereof as though fully set forth: A. "Standard Specifications for the Public Works Construction," heteinafter referred to as ST AND ARD SPECIFICATIONS, except Section 307, 2006 edition, as published by Building New, Inc. B. The following portions of the "Standard Specifications," (and all standard specifications and plans referenced therein) Department of Transportation, State of California, dated May 2006: (I) Signals, Lighting, and Electrical Systems: Section 86. (2) Pavement Markers: Section 85. (3) Bridges: Section 15-4, 19, 42, "Structures" Section 49 through 60, Sections 67, 72-6, 75, 83, 90, 91, and 95. (4) Construction area traffic control devices: Section 12 CA-I C. The following portion of "Standard Plans," (and all standard plans and specifications reference thereon) Department of Transportation, State of California, dated May 2006: (I) General Road Work Plans Nos. Al0 (abbreviations and symbols), A62 (limits of excavation and backfill), A 77 (Metal Beam Guard Railing), D80-82, 84-86 (Culverts) and T3-5 (K- rail) (2) "Bridges" portion (3) "Signals, Lighting and Electrical Systems" portion D. Parts 4 and 7 of the California Manual on Uniform Traffic Control Devices (CA MUTCD), dated September 26, 2006. This manual may be downloaded by accessing the following Department of Transportation, State of California, website: http://www.dot.ca. gov /hq/traff ops/ signtcch/mutcdsupp/ ca_ muted. htm E. The Orange County Resources and Development Management Department (formerly EMA/PFRD) Standard Plans (current issue) hereinafter referred to as ST ANDA RD PLANS. F. Notice to Contractors. G. Proposal requirements and conditions (Section A of the Special Provisions). H. Supplement to Part I of the Standard Specifications for Public Works Construction (Section B of the Special Provisions). I. General Miscellaneous (Section C of the Special Provisions). J. Permits (Section D of the Special Provisions). K. federal Requirements L. Construction Details (Section f of the Special Provisions). M. Bridge Details N. City of Newport Beach Standard Plans 2. COUNTY agrees to pay and CONTRACTOR agrees to accept in full payment for the work to be performed pursuant to this AGREEMENT the sum of ($ ______________________ __, CA-2 subject to additions and deductions at the unit prices set forth in CONTRACTOR's proposal in accordance with the AGREEMENT documents. COUNTY agrees to make work progress payments in accordance with the provisions of Section 9-3.2 "Partial and Final Payment" of the STANDARD SPECIFICATIONS, which sums shall be computed from the p1iccs set forth in the bid submitted by CONTRACTOR. Payments not made within 30 days after receipt of an undisputed and properly submitted payment request from the CONTRACTOR shall be paid with interest in accordance with the provisions of the Public Contract Code, Section 20104.50. Any payment request detern1ined not to be a proper payment request suitable for payment shall be returned to the CONTRACTOR as soon as practicable, but not later than seven (7) days after receipt. A request returned pursuant to this paragraph shall be accompanied by a document setting forth in writing the reasons why the payment is not proper. 3. CONTRACTOR agrees to commence construction of the PROJECT 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 of PROJECT in a due and diligent workmanlike manner without interruption, and to complete construction thereof within Three Hundred (300) 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 AGREEMENT completion date. CONTRACTOR may perform mobilization work prior to the commencement of work date. In the event that CONTRACTOR commences any other work prior to the date specified in the notice to ENGINEER, that earlier date shall be used to compute the AGREEMENT completion date. With the consent of ENGINEER and submission and approval of all the following documents: bonds, insurance certificates, signed CONSTRUCTION AGREEMENT, Notice of Intent (NOI) and Storm Water Pollution Prevention Plan (SWPPP), CONTRACTOR may commence work prior to issuance of Notice to Proceed. If consent is granted, the AGREEMENT completion date, as computed per paragraph 3, shall remain unchanged. Payment shall be made for work in accordance with Paragraph 2 above of the AGREEMENT. For AGREEMENTS which contain a plant establishment and plant maintenance period, the following applies: The 180 calendar day plant establishment period shall be accomplished prior to ENGINEER recommending AGREEMENT construction acceptance by the Board of Supervisors. The plant establishment period shall be in addition to the working day period allowed for this AGREEMENT. For the limited purpose of CA-3 detennining the completion of CONTRACTOR's plant maintenance responsibility, the 180 calendar day plant maintenance period shall commence on the date of AGREEMENT 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 Two Thousand Four Hundred Seventy Dollars ($2,470.00) for each and every calendar day's delay in finishing the work in excess of the summation of the number of working days, exclusive of the plant establishment and plant maintenance period, prescribed herein and the number of working days granted for delays as prescribed in Section 6-6 of the ST AND ARD SPECIFICATIONS. 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, Orange County Resources and Development Management Department, or his designee, hereinafter refe1Ted to as "DIRECTOR," may approve in writing change orders within the scope of this AGREEMENT, and the extra cost to the COUNTY for any change or addition to the work so ordered shall not exceed five thousand dollars ($5,000) when the total amount of the original AGREEMENT does not exceed fifty thousand dollars ($50,000), nor 10 percent of the amount of any original AGREEMENT that exceeds fifty thousand dollars ($50,000), but does not exceed two hundred fifty thousand ($250,000). For an AGREEMENT 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 5 percent of the amount of the original AGREEMENT 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. Wage Rates and Payroll Records: Pursuant to the provisions of Section 1773 of the Labor Code of the State of California, the BOARD 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 AGREEMENT from the Director of the Department of Industrial Relations. 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. CA-4 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 AGREEMENT. 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 AGREEMENT. The CONTRACTOR shall familiarize himself with the provisions 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, sex, or age, except as provided in Section 3077. CONTRACTOR and each subcontractor performing any portion of the work under this AGREEMENT shall comply with the provisions of Section 1776 of the California Labor Code. In the event of noncompliance with the requirements of this Clause or the requirements of Labor Code Section 1776, the CONTRACTOR shall have ten (I 0) 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, 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 from progress payments due the CONTRACTOR. CONTRACTOR is informed that a CONTRACTOR or subcontractor or agent representative thereof who neglects to comply is guilty of a misdemeanor pursuant to Labor Code Section 1777. 7. Apprentices: CONTRACTOR agrees to comply with the provisions of Labor Code Section 1777.5 and any other applicable laws pertaining to apprentices. Section 1777.5 shall not apply to contracts of general contractors or to contracts of specialty contractors not bidding for work through a general or p1ime contractor when the contracts of general contractors or those specialty contractors involve less than Thirty Thousand Dollars ($30,000). CA-5 8. Antitrust 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 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. 9. Auditor -Controller Inspection: CONTRACTOR agrees to permit COUNTY's Auditor-Controller, or his authorized representative or DIRECTOR, 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 AGREEMENT. 10. Federally Assisted Contract: If this AGREEMENT 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. 11. State Audit: Pursuant to and in accordance with Section 8546. 7 of the California Government Code, in the event that this AGREEMENT involves expenditures of Public 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 AGREEMENT. 12. Successors and Assigns: The terms and provisions of this AGREEMENT shall be binding upon and inure to the benefit of the parties hereto and their successors and assigns. 13. Entirety: This AGREEMENT contains the entire agreement between the parties with respect to the matters provided for herein. CA-6 14. Scvcrability: If any part of this AGREEMENT is held, determined, or adjudicated to be illegal, void, or unenforceable by a court of competent jurisdiction, the remainder of this AGREEMENT shall be given effect to the fullest extent reasonably possible. 15. Governing Law and Venue: This AGREEMENT has been negotiated and executed in the State of California and shall be governed by and construed under the laws of the State of California. In the event of any legal action to enforce or interpret this AGREEMENT, the sole and exclusive venue shall be a court of competent jurisdiction located in Orange County, California, and the pmiies hereto agree to and do hereby submit to the jurisdiction of such court, notwithstanding Code of Civil Procedure, Section 394. The pmiies specifically agree that by soliciting and entering into and perfmming services under this AGREEMENT, the CONTRACTOR shall be deemed to constitute doing business within Orange County from the time of solicitation of work, through the period when all work under this AGREEMENT is completed, and continuing until the expiration of any applicable limitations period. Furthermore, the parties have specifically agreed, as part of the consideration given and received for entering into this AGREEMENT, to waive any and all rights to request that an action be transferred for trial to another County under Code of Civil Procedure, Section 394. 16. Child Support Enforcement Requirements: In order to comply with child support enforcement requirements of the COUNTY, within thirty (30) days of notification of selection for award of CONTRACT but prior to official award of CONTRACT, CONTRACTOR agrees to furnish to DIRECTOR the following: 1. In the case of an individual CONTRACTOR, his/her name, date of birth, Social Security number, and residence address; 2. In the case of a CONTRACTOR doing business in a fmm other than as an individual, the name, date ofbi1ih, Social Security Number, and residence address of each individual who owns an interest often (10) percent or more in the CONTRACTOR's contracting entity; 3. A certification that the CONTRACTOR has fully complied with all the applicable federal and state reporting requirements regarding its employees; and 4. A certification that the CONTRACTOR has fully complied with all lawfully served Wage and Earnings Assignment Orders and Notices of Assignment and will continue to so comply. It is expressly understood that this data will be transmitted by COUNTY to governmental agencies charged with the establishment and enforcement of child support orders. CA-7 Failure of the CONTRACTOR to timely submit the data and/or certifications required above or to comply with all federal and state reporting requirements for child support enforcement or to comply with all lawfully served Wage and Earnings Assignment Orders and Notices of Assignment may result in the CONTRACT being awarded to another CONTRACTOR, or, in the event a CONTRACT has been issued, shall constitute a material breach of the CONTRACT. Failure to cure such breach within 60 calendar days of notice from COUNTY shall constitute grounds for termination of the CONTRACT. 17. Charges, Fines, Penalties and Assessments CONTRACTOR shall be responsible for any and all charges, fines, penalties, and/or assessments levied against the COUNTY by any governmental entity, administrative or regulatory agency having jurisdiction, resulting from any action or omission of the CONTRACTOR, CONTRACTOR's subcontractor, suppliers, and/or employees, unless due to the sole and active negligence of the COUNTY. COUNTY is authorized to deduct any such charge, fine penalty, or assessment from any payment COUNTY is otherwise required to make to CONTRACTOR. If any such charge, fine, penalty, or assessment is levied against the COUNTY subsequent to the completion of the PROJECT as a result of any action or omission as set forth above, CONTRACTOR shall nevertheless be responsible to the COUNTY for the entire sum of such charge, fine, penalty, or assessment and agrees to pay the full amount due within sixty ( 60) calendar days of receiving an invoice from the COUNTY. CONTRACTOR shall be liable to the COUNTY for attorney's fees and costs incurred by the COUNTY in enforcing the provisions of this paragraph. 18. Amendments No alteration or variation of the terms of this AGREEMENT shall be valid unless made in writing and signed by the parties; no oral understanding or agreement not incorporated herein shall be binding on either of the parties; and no exceptions, alternatives, substitutes or revisions are valid or binding on COUNTY unless authorized by COUNTY in writing. 19. Acceptance Unless otherwise agreed to in writing by COUNTY acceptance shall not be deemed complete unless in writing and nntil all the services have actually been received, inspected, and tested to the satisfaction of COUNTY. 20. Non-Discrimination In the performance of this AGREEMENT, CONTRACTOR agrees that it will comply with the requirements of Section 1735 of the California Labor Code and not engage nor permit any subcontractors to engage in discrimination in employment of persons because of the race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, marital status, or sex of such persons. CONTRACTOR CA-8 acknowledges that a violation of this provision shall subject CONTRACTOR to all the penalties imposed for a violation of Section 1720 et seq. of the California Labor Code. 21. Termination for Cause A. If CONTRACTOR refuses or fails to prosecute the work with such diligence as will insure its completion within the time specified in AGREEMENT or any extension thereof, or fails to complete said work within such time, the Board of Supervisors may and in accordance with Paragraph 40 below (Breach of Contract) by written notice to CONTRACTOR, terminate his right to proceed with the work or such part of the work as to which there has been a delay. In such event, COUNTY may take over the work and prosecute the same to completion, by contract or otherwise, and may take possession of and utilize in completing the work such materials, appliances, and plant as may be on the site of the work and necessary therefore. Whether or not eth CONTRACTOR'S right to proceed with the work is tem1inated, he and his sureties shall be liable for any damage to the COUNTY resulting from his refusal or failure to complete the work within the specified time. B. If fixed and agreed liquidated damages are provided in AGREEMENT and if COUNTY so terminates CONTRACTOR'S right to proceed, the resulting damage will consist of such liquidated damages until such reasonable time as may be required for final completion of the work together with any increased costs occasioned COUNTY in completing the work. C. If fixed and agreed liquidated damages are provided in AGREEMENT and if COUNTY does not so terminate CONTRACTOR'S right to proceed, the resulting damage will consist of such liquidated damages until the work is completed or accepted. D. CONTRACTOR'S right to proceed shall not be so tenninated nor the CONTRACTOR charged with resulting damage if: (1) The delay in the completion of the work mises from causes beyond the control and without the fault or negligence of CONTRACTOR, including, but not limited to, acts of God, acts of the public enemy, acts of COUNTY, acts of another contractor in the perfonnance of a contract with the COUNTY, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, other than normal weather, or delays of subcontractors or suppliers arising from causes beyond the control and without the fault or negligence of both CONTRACTOR and such subcontractors or suppliers; and (2) CONTRACTOR within ten (10) days from the beginning of any such delays (unless grants in writing a fu1iher period of time before the date of final payment under the AGREEMENT), notifies DIRECTOR in writing of the causes of delay. DIRECTOR shall ascertain the facts and the extent of the delay and extend the time for completing the work when, in his judgment, the delay is justified. DIRECTOR shall make written findings, and the findings of fact shall be final and conclusive on the parties, subject only to appeal as provided by law. CA-9 E. The rights and remedies of COUNTY provided in this Section are in addition to any other rights and remedies provided by law or under this AGREEMENT. 22. Termination for Convenience Notwithstanding any other provision of the AGREEMENT, the COUNTY may, at any time, and without any cause, terminate this AGREEMENT in whole or in part, upon not less than seven (7) days' written notice to CONTRACTOR. Such termination shall be effected by delivery to CONTRACTOR of a notice of termination specifying the effective date of the termination and the extent of the Work to be terminated. CONTRACTOR shall immediately stop work in accordance with the notice and comply with any other direction as may be specified in the notice or as provided subsequently by the COUNTY. COUNTY shall pay CONTRACTOR for the Work completed prior to the effective date of the termination, and such payment shall be CONTRACTOR'S sole remedy under this AGREEMENT. Under no circumstances will CONRACTOR be entitled to anticipatory or unearned profits, consequential damages, or other damages of any sort as a result of a termination or partial termination under this Paragraph. The CONTRACTOR shall insert in all subcontracts that the snb-consultant shall stop work on the date of and to the extent specified in a notice of termination, and shall require sub- consultants to insert the same condition in any lower tier subcontract. 23. Consent to Breach Not Waiver No term or provision of this CONTRACT shall be deemed waived and no breach excused, unless such waiver or consent shall be in writing and signed by the party claimed to have waived or consented. Any consent by any party to, or waiver of, a breach by the other, whether express or implied, shall not constitute consent to, waiver ot; or excuse for any other different or subsequent breach. 24. Remedies Not Exclusive The remedies for breach set forth in this AGREEMENT are cumulative as to one another and as to any other remedy provided by law, rather than exclusive; and the expression of certain remedies in this AGREEMENT does not preclude resort by either party from resorting to any other remedies provided by Jaw. 25. Independent Contractor CONTRACTOR shall be considered an independent CONTRACTOR and neither CONTRACTOR, its employees, nor anyone working under CONTRACTOR shall be considered an agent or an employee of COUNTY. Neither CONTRACTOR, its employees nor anyone working under CONTRACTOR shall qualify for workers' compensation or other fringe benefits of any kind through COUNTY. 26. Indemnification CONTRACTOR agrees to indemnify, defend with counsel approved in writing by COUNTY, and hold COUNTY, their elected and appointed officials, officers, employees, CA-10 agents and those special COUNTIES and agencies which COUNTY'S Board of Supervisors acts as the governing Board ("COUNTY INDEMNITEES") harmless from any claims, demands or liability of any kind or nature, including but not limited to personal injury or property damage, arising from or related to the services, products or other performance provided by CONTRACTOR pursuant to this AGREEMENT. If judgment is entered against CONTRACTOR and COUNTY by a court of competent jurisdiction because of the concmrent active negligence of COUNTY or COUNTY INDEMNITEES, CONTRACTOR and COUNTY agree that liability will be apportioned as detcnnined by the court. Neither party shall request a jury apportionment. 27. Bills and Liens CONTRACTOR shall pay promptly all indebtedness for labor, materials and equipment used in perfonnance of the work. CONTRACTOR shall not pern1it any lien or charge to attach to the work or the premises, but if any does so attach, CONTRACTOR shall promptly procure its release and, in accordance with the requirements of the indenmification paragraph above, indemnify, defend, and hold COUNTY harmless and be responsible for payment of all costs, damages, penalties and expenses related to or arising from or related thereto. 28. Changes CONTRACTOR shall make no changes in the work or perform any additional work without the COUNTY'S specific written approval. 29. Changes of Ownership CONTRACTOR agrees that if there is a change or transfer in ownership of CONTRACTOR'S business prior to completion of this AGREEMENT, the new owners shall be required under terms of sale or other transfer to assume CONTRACTOR'S dnties and obligations contained in this AGREEMENT and complete them to the satisfaction of COUNTY. 30. Force Majeure CONTRACTOR shall not be assessed with liquidated damages or nnsatisfactory performance penalties during any delay beyond the time named for the performance of this AGREEMENT caused by any act of God, war, civil disorder, employment strike or other cause beyond its reasonable control, provided CONTRACTOR gives written notice of the cause of the delay to COUNTY within 36 hours of the start of the delay and CONTRACTOR avails himself of any available remedies. 31. Confidentiality CONTRACTOR agrees to maintain the confidentiality of all COUNTY and COUNTY- related records and infonnation pursuant to all statutory laws relating to privacy and confidentiality that cunently exist or exist at any time dnring the term of this AGREEMENT. All such records and information shall be considered confidential and CA-II kept confidential by CONTRACTOR and CONTRACTOR'S staff, agents and employees. 32. Compliance with Laws 33. CONTRACTOR represents and warrants that services to be provided under this AGREEMENT shall fully comply, at CONTRACTOR'S expense, with all standards, laws, statutes, restrictions, ordinances, requirements, and regulations ( collectively "laws"), including, but not limited to those issued by COUNTY in its governmental capacity and all other laws applicable to the services at the time services are provided to and accepted by COUNTY. CONTRACTOR acknowledges that COUNTY is relying on CONTRACTOR to ensure such compliance, and pursuant to the requirements of the indemnification paragraph above, CONTRACTOR agrees that it shall defend with counsel approved in writing by COUNTY, indemnify and hold COUNTY and COUNTY INDEMNITEES harmless from all liability, damages, costs and expenses arising from or related to a violation of such laws. Waiver of Jury Trial Each party acknowledges that it is aware of and has had the opportunity to seek advice of counsel of its choice with respect to its rights to trial by jury, and each party, for itself and its successors, creditors, and assigns, does hereby expressly and knowingly waive and release all such rights to llial by jury in any action, proceeding or counterclaim brought by any party hereto against the other (and/or against its officers, directors, employees, agents, or subsidiary or affiliated entities) on or with regard to any matters whatsoever arising out of or in any way connected with this AGREEMENT and/or any other claim of injmy or damage. 34. Terms and Conditions CONTRACTOR acknowledges that it has read and agrees to all terms and conditions included in this AGREEMENT. 35. Headings The various headings and numbers herein, the grouping of prov1s1ons of this AGREEMENT into separate clauses and paragraphs, and the organization hereof are for the purpose of convenience only and shall not limit or otherwise affect the meaning hereof. 36. Calendar Days Any reference to the word "day" or "days" herein means calendar day or calendar days, respectively, unless otherwise expressly provided. 37. Attorney Fees CA-12 In any action or proceeding to enforce or interpret any provision of this AGREEMENT, or where any provision hereof is validly asserted as a defense, each party shall bear its own attorney's fees, costs and expenses. 38. Interpretation This AGREEMENT has been negotiated at arm's length and between persons sophisticated and knowledgeable in the matters dealt with in this AGREEMENT. In addition, each party has been represented by experienced and knowledgeable independent legal counsel of their own choosing or has knowingly declined to seek such counsel despite being encouraged and given the opportunity to do so. Each party further acknowledges that they have not been influenced to any extent whatsoever in executing this AGREEMENT by any other party hereto or by any person representing them, or both. Accordingly, any rule or law (including California Civil Code Section 1654) or legal decision that would require interpretation of any ambiguities in this AGREEMENT against the party that has drafted it is not applicable and is waived. The provisions of this AGREEMENT shall be interpreted in a reasonable manner to affect the purpose of the parties and this AGREEMENT. 39. Notices Any and all notices, requests demands and other communications contemplated, called for, permitted, or required to be given hereunder shall be in writing, except through the course of the parties' project managers' routine exchange of information and cooperation during the tenns of the work and services. Any written communications shall be deemed to have been duly given upon actual in-person delivery, if delivery is by direct hand, or upon delivery on the actual day of receipt or no greater than four calendar days after being mailed by US certified or registered mail, return receipt requested, postage prepaid, whichever occurs first. The date of mailing shall count as the first day. All communications shall be addressed to the appropriate party at the address stated herein or such other address as the parties hereto may designate by written notice from time to time in the manner aforesaid. For CONTRACTOR: Name: Address: City: Attn: Phone: E-mail: Fax: CA-13 For COUNTY: Name: Address: City: Attn: Phone: E-mail: Fax: 40. Breach of Contract RDMD Construction Management 1152 E Fruit Street Santa Ana CA 92701 Resident Engineer, Construction Management (714) 567-7800 (714) 567-7813 The failure of the CONTRACTOR to comply with any of the provisions, covenants or conditions of this AGREEMENT shall be a material breach of this AGREEMENT. In such event the COUNTY may, and in addition to any other remedies available at law, in equity, or otherwise specified in this AGREEMENT: 1. Afford the CONTRACTOR written notice of the breach and ten calendar days or such shmier time that may be specified in this AGREEMENT within which to cure the breach; 2. Discontinue payment to the CONTRACTOR for and during the period in which the CONTRACTOR is in breach; and 3. Offset against any monies billed by the CONTRACTOR but yet unpaid by the COUNTY those monies disallowed pursuant to the above. 41. Default In the event any equipment or service furnished by the CONTRACTOR in the performance of this AGREEMENT should fail to confonn to the specifications therein within one (I) calendar year from the COUNTY's acceptance of the equipment or service, or any performance period specifically specified within the specifications or AGREEMENT, whichever is greater. the COUNTY may reject same, and it shall become the duty of the CONTRACTOR to reclaim and remove the items without expense to the COUNTY and to immediately replace all such rejected equipment or service with others conforming to such specifications, provided that should the CONTRACTOR fail, neglect or refuse to do so within one hundred and twenty ( 120) calendar days, the COUNTY shall have the right to purchase on the open market a corresponding quantity of any such equipment or service and to deduct from any monies due or that may thereafter become due to the CONTRACTOR the difference between the price specified in this AGREEMENT and the actual cost to the COUNTY. In the event the CONTRACTOR shall fail to make prompt delivery as specified of any equipment or service, the same conditions as to the rights of the COUNTY to purchase on the open market and to reimbursement set forth above shall apply, except as otherwise provided in this AGREEMENT. In the event of the cancellation of this AGREEMENT, either in whole or in part, by reason of the default or breach by the CONTRACTOR, any loss or damage sustained by the COUNTY in procuring any equipment or service which the CONTRACTOR agreed to snpply under this AGREEMENT shall be borne and paid for by the CONTRACTOR. CA-14 Default shall include failure to carry out any of the requirements of this AGREEMENT, including, but not limited to not providing enough properly skilled workers or proper materials, persistently disregarding laws and or ordinances, not proceeding with the work as'-agreed to herein, or otherwise substantially violating any provision of this AGREEMENT. Upon tennination of the AGREEMENT with CONTRACTOR, the COUNTY may begin negotiations with a third-party CONTRACTOR to provide goods and/or services as specified in this AGREEMENT. The right of either party to te1minate this AGREEMENT hereunder shall not be affected in any way by its waiver of or failure to take action with respect to any previous default 42. Conflict of Interest Contractor Personnel The CONTRACTOR shall exercise reasonable care and diligence to prevent any actions or conditions that could result in a conflict with the best interests of the COUNTY. This obligation shall apply to the CONTRACTOR; the CONTRACTOR's employees, agents, and relatives; sub-tier contractors; and third pmiies associated with accomplishing work and services hereunder. The CONTRACTOR's efforts shall include, but not be limited to establishing precautions to prevent its employees or agents from making, receiving, providing or offering gifts, entertainment, payments, loans or other considerations which could be deemed to appear to influence individuals to act contrary to the best interests of the COUNTY. 43. Non-Employment of COUNTY Personnel CONTRACTOR agrees that no employee of COUNTY, including but not limited to, those who may be involved in this PROJECT shall be given or offered employment by CONTRACTOR during the life of this AGREEMENT regardless of the assignments said employee may be given or the days or hours employee may work. 44. Ownership of Documents The COUNTY has permanent ownership of all directly connected and derivative materials produced under this AGREEMENT by the CONTRACTOR. All documents, reports and other incidental or derivative work or mate1ials furnished hereunder shall become and remain the sole property of the COUNTY and may be used by the COUNTY as it may require without additional cost to the COUNTY. None of the documents, reports and other incidental or derivative work or furnished materials shall be used by the CONTRACTOR without the express w1itten consent of the COUNTY. 45. Title to Data All materials, documents, data or inforn1ation obtained from the COUNTY data files or any COUNTY medium furnished to the CONTRACTOR in the performance of this AGREEMENT will at all times remain the property of the COUNTY. Such data or information may not be used cir copied for direct or indirect use by the CONTRACTOR after completion or tennination of this AGREEMENT without the express written consent of the COUNTY. All materials, documents, data or inforn1ation, including CA-15 copies furnished to CONTRACTOR by COUNTY must be returned to the COUNTY at the end of this AGREEMENT unless otherwise authorized in writing by the ENGINEER. 46. Availability of Funds The obligation of COUNTY is subject to the availability of funds appropriated for this purpose, and nothing herein shall be construed as obligating the COUNTY to expend or as involving the COUNTY in any contract or other obligation for future payment of money in excess of appropriations authorized by law. 47. Contingency of Funding CONTRACTOR acknowledges that funding or portions of funding for this AGREEMENT may also be contingent upon receipt of funds from, and/or appropriation of funds by, the State of California to COUNTY. If such funding and/or appropriations are not forthcoming, or are otherwise limited, COUNTY may immediately terminate or modify this AGREEMENT without penalty. CA-16 IN WITNESS WHEREOF, the parties hereto have hereunto set their hand and seal the day and year first hereinabove written. CONTRACTOR By ____________ _ By~~~-~~~~~~~ (If, a corporation, the document must be signed by two corporate officers. The first signature must be either the Chairman of the Board, President, or any Vice President. The second signature must be the secretary, an assistant secretary, the Chief Financial Officer, or any assistant treasurer.) (Attach acknowledgments) FUNDING AGENCY By _________________ _ Chair of its Board of Supervisors SIGNED AND CERTIFIED THAT A COPY OF THIS DOCUMENT HAS BEEN DELIVERED TO THE CHAIR OF THE BOARD. Darlene J. Bloom Clerk of the Board of Supervisors County of Orange, California APPROVED AS TO FORM: COUNTY COUNSEL By ______________ _ Deputy CA-17 Rc\'ised: 1/24/07 SECTION A PROPOSAL REQUIREMENTS AND CONDITIONS COUNTY, as referenced herein, shall be synonymous with the legal entity identified on Page P-1 of the Proposal. 1. CONTRACT DOCUMENTS: The contract documents shall consist of those set forth in the Construction Agreement, all of which are on file at the County of Orange, Central Files, Room 252, 300 North Flower Street, 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 fmm provided for that purpose. Bids shall be properly executed by the CONTRACTOR. The signatures of signing shall be in longhand. The completed form shall be without interlineations or alterations. b. Bids shall be submitted only upon the items of bid stated in the Bid Package/Plans and Special Provisions; 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. CONTRACTOR shall set forth in his bid: ( 1) The name and location of the place of business of each subcontractor who will perform work or labor or render service to the CONTRACTOR in or about the work in any amount in excess of one-half of one percent of the CONTRACTOR'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, CONTRACTOR 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. A-1 f. If the CONTRACTOR fails to specify a subcontractor for any portion of the work to be performed under the AGREEMENT in excess of one-half of one percent of the prime CONTRACTOR's total bid, or in the case of bids for the construction of streets and highways, including bridges, in excess of the above stated limits, he agrees to perform that portion himself. If the CONTRACTOR fails to specify a subcontractor for work performed under the AGREEMENT in excess of one-half of one percent of the prime CONTRACTOR's total bid, or $10,000, whichever is greater, for all other work not related to streets and highways, 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 (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 either by: (1) Cash; (2) A cashier's check made payable to the order of the COUNTY; (3) A certified check made payable to the order of the COUNTY; ( 4) Or an acceptable bidder's bond executed by an admitted surety insurer made payable to the order of the COUNTY; for an amount not less than ten percent (10%) of the bid. For alternative bids, the accompanying bidders bond shall be based on the highest alternate bid. Said cash, check, or bond shall be given as a guarantee that the CONTRACTOR 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, CONTRACTOR shall examine carefully the site of the work, the plans and Special Provisions, read the general conditions and the form of AGREEMENT, fully inform itself as to all existing conditions and limitations, A-2 and include in the bid a sum to cover the cost of all items included in the AGREEMENT. 1. Bids shall be delivered to the Office of the Clerk of the Board of Supervisors, Room 10 I, IO Civic Center Plaza, Hall of Administration, of the County of Orange, 333 West Santa Ana Boulevard, 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 CONTRACTOR. 3. WITHDRAWAL OF BIDS: Bids may be withdrawn by written request received from CONTRACTOR prior to the time set for opening of bids. The request shall be executed by the CONTRACTOR or his duly authorized representative. The withdrawal of a bid does not prejudice the right of the CONTRACTOR to file a new bid. 4. INTERPRETATION OF DRAWINGS AND DOCUMENTS: If any person contemplating submitting a bid for the proposed AGREEMENT is in doubt as to the true meaning of any part to the plans and Special Provisions, or other proposed AGREEMENT documents, or finds discrepancies in, or omissions from, the drawings or Special Provisions, the CONTRACTOR may submit to the ENGINEER a written request for all interpretations or con-ections thereof. The person submitting the request will be responsible for its prompt delivery. All requests must be submitted in writing to the ENGINEER no less than seven (7) working days prior to the date set in the Notice to Contractors for the opening of bids. Any interpretation or con-ection of the proposed documents will be made only by Addendum or Bulletin duly issued, and a copy of such Addendum or Bulletin will be mailed or delivered to each person receiving a set of AGREEMENT documents. The COUNTY will not be responsible for any other explanations or interpretations of the proposed documents. 5. ADDENDA OR BULLETINS: Any addenda or bulletins issued during the time of bidding, or forming a part of the documents sold to the CONTRACTOR for the preparation of his bid, shall be refen-ed to in the bid and shall be made a part of the AGREEMENT. Addenda will be issued by the Orange County Board of Supervisors, hereinafter refen-ed to as "Board", and acting on behalf of the COUNTY, to effect major changes in the work to be done and/or to effect changes in the quantities shown in the Notice to Contractors and Proposal if the work to be done or quantity change results in an adjustment to the estimated total contract cost of more than 5% or $5,000 whichever is greater. Bulletins will be issued by the DIRECTOR to effect minor changes in the A-3 work to be done and minor changes in contract quantities and to amend and clarify the plans and Special Provisions. 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, 333 West Santa Ana Boulevard, Santa Ana, California. 7. AWARD OR REJECTION OF BIDS: The award of AGREEMENT will be the date the Board of Supervisors accepts the lowest responsible and responsive 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 CONTRACTOR. In the case where alternative bids are requested, the COUNTY reserves the right to select the apparent low bid of any alternative, regardless of the overall apparent low bid. All bids will be compiled on the basis of the estimated quantities of work to be done as shown in the Proposal. The COUNTY, however, reserves the right to reject any and all bids, and to waive any informality in bids received. 8. AGREEMENT AND BONDS: The Construction Agreement, which the successful bidder, as CONTRACTOR, will be required to execute is included in the AGREEMENT documents and should be carefully examined by the CONTRACTOR. The successful bidder, simultaneously with his execution of the 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 AGREEMENT documents at the end of Section A and shall be secured from a surety company who satisfies the State of California Code of Civil Procedure Section 995.660(a), Subsections (1) tlu·ough ( 4). All alterations, extensions of time, extra and additional work, and other changes authorized by these Special Provisions or any part of the AGREEMENT may be made without securing the consent of the surety or sureties on the AGREEMENT bonds. The Construction Agreement shall be signed by the successful bidder and returned, together with the AGREEMENT 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 A-4 limitation shall start from the date of Board's action awarding the contract. In the event the successful bidder delays signing the AGREEMENT beyond the twelve day limitation, there will be a deduction of one working day from the total working days allotted in the Construction Agreement for every working day of delay caused by the successful bidder in executing the AGREEMENT. The AGREEMENT, together with the required bonds, will be, after execution by the Board, filed with the Clerk of the Board of Supervisors. "Signing the Construction Agreement" shall be defined as submittal of acceptable bonds, insurance documents and the signed Construction Agreement. Failure of the lowest successful bidder to execute the AGREEMENT and file acceptable bonds as provided herein within 12 calendar days, not including Sundays and legal holidays, after the date of Board action awarding the contract to him, shall be just cause for the forfeiture of the Proposal Guaranty, and determination by the Board that the CONTRACTOR 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 a written notice, signed by the CONTRACTOR or his authorized representative, specifying that the CONTRACTOR will refuse to execute the AGREEMENT if presented to him. The filing of such notice shall have the same force and effect as the failure of the CONTRACTOR to execute the AGREEMENT and furnish acceptable bonds within the time hereinbefore prescribed. 9. SPECIAL NOTICE: CONTRACTOR shall inform himself/herself 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. II. BIDS TO BE LEFT ON DEPOSIT: No CONTRACTOR 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, CONTRACTORS are 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. A-5 No bids will be considered without the properly completed affidavit inchlded with the bid proposal. 13. SUBSTITUTIONS: Where the Special Provisions or drawings specify any material, product, thing, or service by one or more brand names, whether or not "or equal" is added, and a CONTRACTOR wished to propose the use of another item as being equal, he shall request approval therefor as set forth in Section 4-1.6, "Trade Names or Equals," of the Standard Special Provisions for Public Works Construction. 14. ASSIGNMENT OF CONTRACT: No assignment by the CONTRACTOR of any AGREEMENT 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 COUNTY unless such assignment has had the prior written approval of the COUNTY and the surety has been given due notice of such assignment in writing and has consented thereto in writing. 15. Upon request, the successful bidder shall furnish a statement of his financial condition and previous constmction experience or such other evidence of his qualifications as may be required by the Board. 16. 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 Ill, Chapter 9, Section 7000 et. seq. of the Business and Professions Code of the State of California. In all contracts where federal funds are involved, no bid submittal shall be invalidated by the failure of the CONTRACTOR 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 COUNTY that the records of the Contractor's License Board indicate that CONTRACTOR was properly licensed at the time the contract was awarded. Any CONTRACTOR or bidder 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 CONTRACTOR to obtain proper and adequate licensing for an award of a contract shall constitute a failure to execnte the contract and shall result in the forfeiture of the security of the CONTRACTOR. In accordance with Section 3300, Chapter 3, Article 3, of Part 1 of Division 2 of the Pnblic Contract Code, the CONTRACTOR shall possess at least one of the following "checked" classifications of Contractor's License: A-6 X Class A --General Engineering Contractor Class B --General Building Contractor Class C-8 --Concrete Class C-10 --Electrical (General) Class C-12 --Eaiihwork and Paving Class C-13 --Fencing Class C-21 --Building Moving and Demolition Class C-27 --Landscaping Class C-29 --Masonry Class C-32 --Parking and Highway Improvement Class C-34 --Pipeline Class C-36 --Plumbing Class C-42 --Sanitation System Class C-45 --Electrical (Sign) Class C-50 --Steel, Reinforcing Class C-51 --Steel, Structural 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. 17. 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. 18. The signatures of the CONTRACTOR shall be verified by a Ce1iificate 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, hereinafter designated as the "COUNTY", has awarded to ------------------------- (INSERT NAME) as principal, hereinafter designated as the "CONTRACTOR," a contract for the work described as follows: ------------------------ (INSERT DESCRIPTION OF PROJECT) 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; AND WHEREAS, ___________ as "Surety(ies) agree(s) to be held firmly bound unto CONTRACTOR in the sum of ~$~ ______ __,which is ______ _ ( ____ %) of the total AGREEMENT amount for the above stated AGREEMENT, for the payment of which sums CONTRACTOR and Surety(ies) agree to be bound, jointly and severally, and firmly by these presents; NOW, THEREFORE, we the undersigned CONTRACTOR and Surety, are held and firmly bound unto the COUNTY, in the sum of~$~--------''' to be paid to the COUNTY, 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. A-8 SAMPLE PERFORMANCE BOND (Continued) 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 h1.1ly keep and perfonn 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 and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indenmify, defend with counsel approved in writing by COUNTY, and save harmless the COUNTY, 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 Constmction Agreement or the work to be performed thereunder, or the Special Provisions 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 Constmction Agreement or to the work or to the Special Provisions. A-9 IN WITNESS WHEREOF, we have hereunto set our hands and seals on this day of , A.D. 20 -------------- Name of Surety: ________________ (Seal) Attorney-in-fact: APPROVED AS TO FORM COUNTY COUNSEL BY: Deputy Dated: ------------- A-10 SAMPLE PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: THAT WHEREAS, the County of Orange, hereinafter designated as the "COUNTY," has awarded to __________________________ _ (INSERT NAME) as "CONTRACTOR", a contract for the work described as follows: _______ _ (INSERT DESCRIPTION OF PROJECT) hereinafter described as "Contract"; AND WHEREAS, said Contract is hereby refen-ed to and made a part hereof; AND WHEREAS, said CONTRACTOR is required to furnish a bond in connection with the Contract, to secure the payment of claims of laborers, mechanics, materialmen, and other persons, as provided by law: AND WHEREAS, ___________ as "Surety(ies) ag:ree(s) to be held firmly bound unto CONTRACTOR in the sum of $ which is ~-------~ '-----%) of the total AGREEMENT amount for the above stated AGREEMENT, for the payment of which sums CONTRACTOR and Surety(ies) agree to be bound, jointly and severally, and firmly by these presents; NOW THEREFORE, we the undersigned CONTRACTOR and surety(ies) are held firmly bound unto the COUNTY in the sum of'--'$'--------'-'' for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly, severally, and firmly by these presents. A-11 SAMPLE PAYMENT BOND (Continued) THE CONDITION OF THIS OBLIGATION IS SUCH, That if the 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 Employment Development Department from the wages of employees of the CONTRACTOR and his subcontractors pursuant to Section 13020 of the Unemployment Insurance Code, with respect to such work and labor, that the surety(ies) herein will pay for the same, in an amount not exceeding the sum specified in this bond. In case suit is brought upon the bond, the surety(ies) will pay a reasonable attorney's fee to be fixed by the court. This bond shall inure 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(ies) hereby stipulates and agrees that no change, extension of time, alteration or addition to the tenns of the Construction Agreement or the work to be perfom1ed thereunder, or the Special Provisions 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 tem1s of the Construction Agreement or to the work or to the Special Provisions. A-12 fN WITNESS ,vHEREOF, we have hereunto set our hands and seals on this _____ day of ______ , A.D. 20 __ _ CONTRACTOR By ___________ _ TITLE By ___________ _ TITLE (If, a corporation, both Secretary and President or Vice President must sign.) (Attach acknowledgments) Name of Surety: ________________ (Seal) Attorney-in-Fact: ________________ _ APPROVED AS TO FORM COUNTY COUNSEL BY: Deputy Dated: ------------- A-13 SAMPLE CERTIFICATE OF ACKNOWLEDGMENT State of California ) ) ss. County of ____ ) On __________________________ before me, (Date) (Insert name of Notary) (Insert Name and Title of the Officer) personally appeared ________________________ _ personally known to me ( or proved to me on the basis of 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 signature(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 THE STANDARD Reyised: 11/17/06 SPECIAL PROVISIONS FOR PUBLIC WORKS CONSTRUCTION PAGE 2 -DELETE THE DEFINITION OF ENGINEER IN SECTION 1-2, AND ADD THE FOLLOWING: ENGINEER: The Director Public Works/Chief Engineer, Resources & Development Management Department, acting either directly or through authorized agents (such as Resident Engineer or Resident Inspector), such agent acting within the scope of the particular duties delegated to them. PAGE 2 -DELETE DEFINITION OF NOTICE TO PROCEED IN SECTION 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 AGREEMENT time will start. PAGE 9-ADD THE FOLLOWING TO SECTION 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 Contract Code. PAGE 15 -ADD THE FOLLOWING TO SECTION 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 15 -DELETE THE SECOND PARAGRAPH AND DELETE THE LAST PARAGRAPH IN SECTION 3-2.2.1,"CONTRACT UNIT PRICES", AND INSERT THE FOLLOWING AFTER THE FIRST PARAGRAPH: If the total pay quantity of any item of work required under the AGREEMENT 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 (I), (2), or (3) below. B-1 (I) Increases of More Than 25 Percent: Should the total pay quantity of any item of work required under the AGREEMENT exceed the bid quantity therefor by more than 25 percent, the work in excess of 125 percent of the bid quantity and not covered by an executed AGREEMENT change order specifying the compensation to be paid therefor will be paid for by adjusting the AGREEMENT 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 Section 3-3, "Extra Work." Such adjustment of the AGREEMENT unit price will be the difference between the AGREEMENT nnit 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 AGREEMENT 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 Section 3-3, "Extra Work," 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 $5,000 at the applicable AGREEMENT 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 AGREEMENT 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 AGREEMENT change order specifying the compensation payable therefor, will be paid for by adjusting the AGREEMENT 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 Section 3-3, "Extra Work," provided, however, that in no case B-2 shall the payment for such work be less than that which would be made at the AGREEMENT unit p1ice. Such adjustment of the AGREEMENT unit price will be the difference between the AGREEMENT 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 Section 3-3, "Extra Work"; 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 AGREEMENT unit price. (3) Eliminated Items: Should any AGREEMENT item of the work be eliminated in its entirety, in the absence of an executed AGREEMENT change order covering such elimination, payment will be made to the CONTRACTOR for actual costs incmred in connection with such eliminated AGREEMENT 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 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 COUNTY, and the actual cost of any fmther handling will be paid for COUNTY. lfthe 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 tl1e vendor for returning the material. The actual cost of handling returned material will be paid for COUNTY. The actual costs for change orders to be paid by the COUNTY 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 Section 3-3, "Extra Work". B-3 PAGE 16 -ADD THE FOLLOWING TO SECTION 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 which is in effect on the date upon which the work is accomplished shall be used as full compensation for 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. PAGE 17 -THE SECOND PARAGRAPH OF SECTION 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 1s inoperative due to breakdowns. PAGE 17 -DELETE SECTION 3-3.2.3, "MARK UP," AND SUBSTITUTE THE FOLLOWING: (a) Work by the CONTRACTOR. The following percentages shall be added to the CONTRACTOR's costs and shall constitute the mark up for all overhead and profits: 1) Labor ........................................ 33 2) Materials .................................... 15 3) Equipment Rentals ........................ 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and mark ups provided for in this Section, one (1) percent shall be added as compensation for bonding. B-4 (b) Work by Subcontractor. When all or any part of the Extra Work is performed by a subcontractor, the mark up established in Section 3-3.2.3 (a), as listed herein above, shall be applied to the subcontractor's actual cost of such work. A mark up often (10) percent on the first $5,000 of the subcontracted portion of the Extra Work and a mark up of five (5) percent on the work added in excess of $5,000 of the subcontracted portion of the Extra Work may be added by the CONTRACTOR. PAGE 17 -ADD THE FOLLOWING TO SECTION 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 costs. PAGE 18 -ADD THE FOLLOWING TO SECTION 3-5, "DISPUTED WORK": SECTION 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 COUNTY. This article does not apply to claims between CONTRACTOR and COUNTY if COUNTY elects to resolve dispute pursuant to Article 7 .1 ( commencing with Section 10240) of Chapter I 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 expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by COUNTY. (3) The claim shall be in writing and include the documents necessaiy 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 or supersede notice requirements othe1wise provided by the AGREEMENT for the filing of claims. B-5 (4) (A) For claims of less than fifty thousand dollars ($50,000), COUNTY 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 COUNTY may have against the claimant. (B) lf additional information is thereafter required, it shall be requested and provided pursuant to this article, upon mutual agreement of COUNTY and the claimant. (C) COUNTY'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 and seventy- five thousand dollars ($375,000), COUNTY 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 COUNTY may have against the claimant. (B) If additional infom1ation is thereafter required, it shall be requested and provided pursuant to this article, upon mutual agreement of COUNTY and the claimant. (C) COUNTY'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, whichever is greater. (6) lf the claimant disputes COUNTY's written response, or COUNTY fails to respond within the time prescribed, the claimant may so notify COUNTY in writing either within 15 days of receipt of COUNTY's response or within 15 days of B-6 COUNTY'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, COUNTY 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 I ( 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 fmih 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 of responsive pleadings, the court shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both pmiies. The mediation process shall provide for the selection within 15 days by both parties of a disinterested 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 the court, or by stipulation of both parties. If the parties fail to select a mediator within the 15 day period, any party may petition the court to appoint the mediator. (B 1) 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 (commencing with section 2016.010 of the Code Civil Procedure) shall apply to any B-7 proceeding brought under this subdivision consistent with the rules pertaining to judicial arbitration. (B2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for the purposes of this article shall be experienced in Construction Law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees be paid by state or COUNTY funds. (B3) In addition to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, any party appealing an arbitration award who does not obtain a more favorable judgment at the trial de novo shall, in addition to payment of costs and fees under that chapter, also pay the attorney's fees of the other party arising out of the trial de novo. (9) (A) COUNTY shall not fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the AGREEMENT. (B) In any suit filed under Section 20104.4, COUNTY 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 oflaw. SECTION 3-6 -COST REDUCTION INCENTIVE In accordance with the provisions of the California Public Contract Code, Section 7101, "Extra Compensation," the COUNTY may provide for the payment of extra compensation to the CONTRACTOR for cost reduction changes in the plans and Special Provisions for the project made pursuant to a proposal submitted by the CONTRACTOR. The cost reduction proposal shall not impair, in any manner, the essential functions or characteristics of the Project, including but not limited to: service life, economy of operations, ease of maintenance, desired appearance, or design and safety standards. Under no circumstances shall the proposal compromise the health, safety, or welfare of the public. B-8 The prov1s10ns of this Section 3-6 shall not be construed to reqmre the ENGINEER to consider any cost reduction proposal which may be submitted hereunder. The COUNTY shall not be liable to the CONTRACTOR for failure to accept or act upon any cost reduction proposal submitted pursuant to this Section nor any delays to the work attributable to any such proposal. Cost reduction proposals shall contain the following information: (1) A description of the proposed construction changes required by the cost reduction proposal including an itemization of the AGREEMENT requirements that must be changed if the proposal is adopted. (2) A specification for each new item of work not adequately addressed by existing Special Provisions. (3) Modifications to existing Special Provisions necessary to implement the proposal. ( 4) A detailed comparison of the cost for performing the work under the existing AGREEMENT and under the proposed change, to include but not be limited to the following: (a) Costs for each impacted or new item of work including a schedule of values for proposed lump sum items to be paid in increments of progress; the estimates of cost shall be detennined as provided in Section 3-3.2.2, "Basis for Establishing Costs" and 3-3.2.3, "Markup" of the Standard Special Provisions for Public Works Construction. (b) Increased cost for inspection beyond that which would have been required had the work progressed in accordance with the existing AGREEMENT. ( c) Increased cost for materials testing beyond that which would have been required had the work progressed m accordance with the existing AGREEMENT. ( d) Cost of additional survey work required. ( e) An estimate of the effects the proposed change will have on future costs to the COUNTY such as: diminished real property value due to increased encumbrance, costs related B-9 to altered lifespan of improvements, and changed cost of maintenance and/or operation. (f) Cost for any change in insurance or bond premium. (g) A list of permits to be required or modified and the related change in cost. (5) Acknowledgement that the cost reduction proposal will expire 30 days from the date of submittal if not approved and that the work will be completed 111 accordance with the existing AGREEMENT (6) A proposed schedule showing the impact on the ex1stmg schedule; if the existing schedule is a CPM, the proposed schedule must be a CPM; the project completion date may not be extended. (7) A list of all the trades and subcontractors that will be impacted (8) A list of all new subcontractors, materialmen, and suppliers needed Selection of the CONTRACTOR's engineer who prepares the plans and specifications for the cost reduction proposal, hereinafter referred to as A/E, shall be subject to the approval of COUNTY. It is a requirement of this AGREEMENT that the A/E be a licensed Civil Engineer in the State of California. All work submitted by the A/E shall be complete and shall be carefully checked prior to submission. If the COUNTY discovers any errors or omissions prior to approving the A/E's work, the work will be returned for correction. Should the COUNTY or others discover errors or omissions in the work submitted by the A/E after the COUNTY's approval thereof, the COUNTY's approval shall not be used as a defense by the CONTRACTOR orA/E. lf the A/E subcontracts portions of the cost reduction design services on this project to others, the A/E shall obtain evidence that subcontractors have purchased Professional Liability Insurance to the same limits as described in the paragraphs below and containing the same clauses as the insurance required herein. Evidence of subcontractor's insurance shall be submitted to the COUNTY upon request. The A/E shall maintain insurance coverage appropriate to protect against all risks arising from or in any way connected with A/E's work on this project, B-10 acceptable to COUNTY, effective from the time the A/E commences work until a Notice of Completion is approved for construction of the project. The policy(ies) shall be underwritten by insurers admitted to operate in the State of California (California admitted carriers) , acceptable to the COUNTY on forms no less broad in the scope of coverage than standard forms. The CONTRACTOR shall deliver to the COUNTY with the cost reduction proposal certificates of insurance ( certificates shall be in a form obtainable from the COUNTY) and endorsements in duplicate to satisfy the COUNTY that insurance requirements have been complied with and to keep such insurance in effect and the certificates therefore on deposit with the COUNTY during the entire term of the AGREEMENT. The A/E shall furnish additional certified copies of insurance policy(ies) if requested by COUNTY. The COUNTY shall retain the right to review the coverage, form, and amount of the insurance provided by the A/E. If, in the opinion of the COUNTY, the certificates and endorsements provided by the A/E do not provide the coverage, form, and amount of insurance reqnired and listed herein, the COUNTY shall notify the CONTRACTOR within five (5) days of receipt thereof. The cost reduction proposal shall not be approved without receipt of acceptable insurance. The procuring of such required policy(ies) shall not be construed to limit the A/E's liability. Entire limits of liability maintained must be certified but in no event shall limits be less than specified herein. Any aggregate limitation ofliability shall be separate as to the risks arising out of the subject matter of this AGREEMENT. Covera2e Minimum Limits A. Commercial General Liability $1,000,000 combined single for bodily injury and property limit per occurrence. damage, including fire perils, including Completed Operation $2,000,000 aggregate Liability, Contractual Liability and Broad Form Property Damage Endorsement and Underground Explosion and Collapse Hazard Endorsement (where annlicable) B. Automobile Liability $1,000,000 combined single limit (including all owned, non-owned per occurrence. and hired vehicles) B-11 C. Workers' Compensation Statutory D. Employers' Liability $1,000,000 combined single limit per occurrence. E. Professional Liability (Errors $1,000,000 claims made and Omissions) A Special Endorsement form is included at the end of Section B. This Special Endorsement contains additional mandatory insurance requirements. Printed or electronic copies of this form are available from the Resources and Development Management Department, Construction Division and may be requested by calling (714)567-7800. The A/E's insurer shall have an "A-" or higher rating in the Best Insurance Guide or a Financial Performance Rating (FPR) of 7 or higher. In addition, the insurer shall have a financial size rating of Vlll or higher. The form of insurance policy must meet the ISO standard and may not include any endorsements beyond those described in this "Insurance" specification unless approved in writing by COUNTY. The CONTRACTOR's engineer shall stamp and sign all calculations, reports, and plans submitted for review. Plans shall be submitted on mylar and on 3.5" floppy disks or CDs as CADD files using software acceptable to the COUNTY. The drawings shall conform to the standards used by the Resources and Development Management Department. Revisions to the Special Provisions shall be submitted on 8½" x 11" bond paper and on 3.5" floppy disks using Microsoft Word 2002. Cost reduction proposals requiring the acquisition of additional easements of any type or fee right of way will not be considered. Proposed changes in the basic design of a bridge or of a pavement type will not be considered as an acceptable cost reduction proposal If a cost reduction proposal is similar to a change in the plans or Special Provisions, under consideration by the ENGINEER for the Project, at the time said proposal is submitted, or if such a proposal is based upon or similar to the Standard Special Provisions, Standard Special Provisions, or STANDARD PLANS adopted by the COUNTY after the advertisement for the AGREEMENT, the ENGINEER will not accept such proposal and the COUNTY reserves the right to make such changes without compensation to the CONTRACTOR under the provisions of this Section. The CONTRACTOR shall continue to perform the work in accordance with the requirements of the AGREEMENT until an executed change order, B-12 incorporating the cost reduction proposal has been issued. No additional time shall be added to the AGREEMENT for any delay attributed to the preparation, review, approval, or implementation of a cost reduction proposal. If an executed change order has not been issued by the date upon which the CONTRACTOR's cost reduction proposal specifies that a decision thereon should be made, such cost reduction proposal shall be deemed rejected. To be valid for consideration by the ENGINEER, a cost reduction proposal shall result in a minimum net savings of five percent (5%) of the total AGREEMENT price bid or ten thousand dollars ($10,000), whichever is greater. The ENGINEER shall be the sole judge of the acceptability of the cost reduction proposal and of the estimated net savings in construction costs from the adoption of all or any part of such proposal. In determining the estimated net savings, the right is reserved to disregard the AGREEMENT bid prices if in the judgment of the ENGINEER, such prices do not represent a fair measure of the value of the work to be performed or to be deleted. The decision of the ENGINEER as to the acceptance or rejection of such proposal, and as to the estimated net savings in construction costs, shall not be subject to Section 3-5, "Disputed Work," of the Standard Special Provisions for Public Works Construction, or Section 3-5.1, "Resolution of Construction Claims," of Section B of these Special Provisions. The COUNTY has already expended substantial time and money to complete plans and Special Provisions for the project. Additional time to review a cost reduction proposal represents added cost. This additional labor cost shall be subtracted from the total calculated savings before determining the CONTRACTOR's share. If the proposal is not approved, the CONTRACTOR shall pay this entire additional COUNTY review cost. The CONTRACTOR acknowledges this obligation by execution of the AGREEMENT. The COUNTY will deduct this amount from the amount payable at the next regular progress payment following disapproval of the cost reduction proposal. If the COUNTY does not have the time or the expertise to review the proposal, the CONTRACTOR shall hire an independent engineering firm acceptable to the ENGINEER to conduct the necessary review. The COUNTY shall notify the CONTRACTOR, if this is necessary, within five (5) calendar days ofreceipt of the cost reduction proposal. If the CONTRACTOR's cost reduction proposal is accepted in whole or in part, such acceptance will be by a change order which shall specifically state B-13 that it is executed pursuant to this Section 3-6, "Cost Reduction Incentive." Such change order shall incorporate the changes in the plans and Special Provisions which are necessary to permit the cost reduction proposal or such part of it as has been accepted to be put into effect, and shall include any conditions upon which the COUNTY's approval thereof is based if the approval of the ENGINEER is conditional. The change order shall also set forth the estimated net savings in construction costs attributable to the cost reduction proposal effectuated by the change order, and shall further provide that the CONTRACTOR be paid fifty percent (50%) of said estimated net savings amount in accordance with the provisions of the California Public Contract Code, Section 7101. The CONTRACTOR's cost of preparing the cost reduction incentive proposal shall be excluded from consideration in determining the estimated net savings in construction costs. The amount specified to be paid to the CONTRACTOR on the change order which effectuates a cost reduction proposal shall constitute full compensation to the CONTRACTOR for the cost reduction proposal and the performance of the work thereof pursuant to the said change order. The ENGINEER expressly reserves the right to adopt a cost reduction proposal for general use on contracts administered by the ENGINEER when it determines that said proposal is suitable for application to other contracts. When an accepted cost reduction proposal is adopted for general use, only the CONTRACTOR who first submitted such proposal will be eligible for compensation pursuant to this Section, and in that case, only as to those contracts awarded to him prior to submission of the accepted cost reduction proposal, and as to which, such cost reduction proposal is also submitted and accepted. Cost reduction proposals identical or similar to previously submitted proposals will be eligible for consideration and compensation under the provisions of this Section 3-6, "Cost Reduction Incentive," if the identical or similar previously submitted proposals were not adopted for general application to other contracts administered by the ENGINEER. Subject to the provisions contained herein, the State or any other public entity shall have the right to use all or any submitted cost reduction proposal without obligation or compensation of any kind to CONTRACTOR. PAGE 19 -ADD THE FOLLOWING SENTENCE TO FIRST PARAGRAPH OF SECTION 4-1.1, "GENERAL" AFTER THE SECTION 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 COUNTY. PAGE 19 -IN LIEU OF REQUIREMENTS LISTED IN SECTION 4-1.3.1, "GENERAL", THE FOLLOWING PARAGRAPHS SHALL PREVAIL: B-14 SECTION 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 presnmed to be similar to that upon which inspections and tests have been made, and that inspection and testing perfonned by the COUNTY shall not relieve the CONTRACTOR or his snppliers of responsibility for quality control. Adequate facilities shall be ftnnished free of charge to make the necessary inspection. The ENGINEER assnmes no obligation to inspect materials at the source of snpply. Mannfactnrer's wananties, 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 acceptance of the AGREEMENT. Reports and records of inspections made and tests performed, when available at the site of the work, may be examined by the CONTRACTOR. PAGE 20 -IN LIEU OF REQUIREMENTS LISTED IN SECTION 4-1.5, "CERTIFICATION", THE FOLLOWING PARAGRAPHS SHALL PREVAIL: SECTION 4-1.5 "CERTIFICATES OF COMPLIANCE" A Certificate of Compliance shall be furnished prior to the use of any materials for which these Special Provisions or the Special Provisions require that such a Certificate by furnished. In addition, when so anthorized in these Special Provisions 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 B-15 by the manufacturer of the material or the manufacturer of assembled materials and shall state that the materials involved comply in all respects with the requirements of the Special Provisions. 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 Special Provisions, and any such material not conforming to such requirements will be subject to rejection whether in place or not. The COUNTY 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 23 -ADD TO SECTION 5-5, "DELAYS", THE FOLLOWING: If through the failure of the COUNTY 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 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 normal working time, per Caltrans, during which such delay condition exists, but in no case will exceed eight hours in any day. B-16 (3) The days for which compensation will be paid will be the calendar days, excluding Saturdays, Sundays and legal holidays, 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 COUNTY to acquire or clear right-of-way, an extension of time detem1ined pursuant to the provisions in Section 6-6, "Delays and Extensions of Time", will be granted. PAGE 25 -DELETE THE SECOND PARAGRAPH OF SECTION 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 26 -ADD THE FOLLOWING TO SECTION 6-6.3, "PAYMENT FOR DELAYS TO CONTRACTOR": Should delays be initiated by COUNTY, compensation shall be as set forth in Section 3-2, "Changes Initiated by the Agency," of the Standard Special Provisions for Public Works Construction, and as modified herein. PAGE 27 -ADD TO SECTION 6-8, "COMPLETION ACCEPTANCE, AND GUARANTEE" 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 ilie 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 B-17 the awarding body tenders final payment to the CONTRACTOR, without further acknowledgment by the parties. PAGE 27 -DELETE SECTION 6-9, "LIQUIDATED DAMAGES." PAGE 28 -ADD TO SECTION 7-2.2 "LAWS", THE FOLLOWING: Through out the duration of this AGREEMENT, certified copies of payroll records and/or statements of non-performance for CONTRACTOR and those of subcontractors performing work on the PROJECT shall be delivered to COUNTY on a weekly basis no later than ten (10) calendar days after the end of each weekly pay period. Certified payroll records shall conform to the reporting format and words of certification as indicated in Title 8 of the California Code of Regulations, Section 16401. The following link may be used search for Title 8, "Industrial Relations," Division I, Chapter 8, Subchapter 3, Article 6, Section 16401: The place and manner of delivery shall be as specified by the ENGINEER prior to commencement of work. In the event that the CONTRACTOR is engaged concun-ently in more than one project with the COUNTY, certified payroll records shall be submitted individually for each project and shall bear reference to the subject project and to the Construction Agreement Number for that project. In the event of noncompliance with these requirements, and upon receipt of written notice, the CONTRACTOR shall be subject to penalty pursuant to Labor Code Section 1776 and Section CA of these Special provisions. Said penalty shall be withheld from payments due to or to become due to the CONTRACTOR. PAGE 28 -DELETE SECTION 7-3, "LIABILITY INSURANCE" AND SUBSTITUTE THE FOLLOWING: SECTION 7-3 -INSURANCE CONTRACTOR shall maintain insurance acceptable to COUNTY in full force and effect throughout the term of this AGREEMENT. If the CONTRACTOR fails to maintain insurance acceptable to COUNTY for the full term of this AGREEMENT, this AGREEMENT shall be deemed to be in default, and COUNTY will be entitled to all legal remedies. In addition, all subcontractors performing work on behalf of the CONTRACTOR and for this AGREEMENT shall be covered under the CONTRACTOR's insurance or shall obtain insurance subject to the same terms and conditions as set forth herein for the CONTRACTOR. The policy or policies of insurance maintained by CONTRACTOR shall be issued by an insurance company authorized by the Insurance Commissioner to transact business in the State of California (California Admitted Carrier) and shall provide the limits and coverages as set forth herein below. If the B-18 carrier is a non-admitted cmrier in the State of California, the County Executive Office/Office of Risk Management retains the right to approve or reject the carrier after a review of the company's performance and financial ratings. All insurance policies required by this contract shall be primary insurance, and any insurance maintained by the COUNTY and/or the County of Orange shall be excess and non-contributing with insurance provided by these policies. Any deductibles or self-insured retentions (SIR's) shall be stated on the Certificate of Insurance. Any liability deductible or SIR, excluding automobile liability, over $25,000 requires approval by the County Executive Office/Office of Risk Management, Automobile liability deductible or SIR over $5,000 requires the approval of County Executive Office/Office of Risk Management. B-19 Covera2e Minimum Limits A. Commercial General Liability $1,000,000 combined single for bodily injury and property limit per occun-ence. damage, including fire perils, including Completed Operation $2,000,000 aggregate Liability, Contractual Liability and Broad Form Property Damage Endorsement and Underground Explosion and Collapse Hazard Endorsement (where applicable) B. Automobile Liability $1,000,000 combined single limit (including all owned, non-owned per occun-ence. and hired vehicles) C. Workers' Compensation Statutory D. Employers' Liability $1,000,000 combined single limit per occun-ence. E. Property Insurance-Course of CONTRACTOR shall purchase a Construction or Builder's Risk policy to cover structures being Policy covering Fire and built, or additions or alterations Extended Coverage Perils. to existing buildings, under the terms of this AGREEMENT to at least 90% of their replacement cost. As a minimum, construction property insurance shall be provided for replacement cost and for fire and the extended coverage perils. Insurance shall be in force the first day of the term of this AGREEMENT. CONTRACTOR agrees to deposit with COUNTY within the time frame set forth in Section A, Proposal Requirements and Conditions, Paragraph 8, Certificates of Insurance and endorsements necessary to satisfy COUNTY that the insurance provisions of this AGREEMENT have been complied with, and to keep such insurance and the certificates therefor on deposit with COUNTY during the entire term of this AGREEMENT. A Special Endorsement and Certificate oflnsurance form are included at the end of Section B. The Special Endorsement fo1m contains additional B-20 mandatory insurance requirements. The CONTRACTOR is advised to read these carefully and discuss with the proposed insurance carrier prior to submitting a bid for this PROJECT. The Certificate of Insurance form has been modified from the ACORD 25-S standard Certificate of Insurance to conform to the requirements of the County of Orange. Printed or electronic copies of these forms are available from the Resources and Development Management Department, Conshuction Division and may be requested by calling (714)567-7800. The CONTRACTOR's insurer shall have an "A-" or higher rating in the Best Insurance Guide or a Financial Performance Rating (FPR) of 7 or higher. In addition, the insurer shall have a financial size rating of VIII or higher. The form of insurance policy must meet the ISO standard and may not include any endorsements beyond those described in this "Insurance" specification unless approved in writing by COUNTY. COUNTY 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 AGREEMENT do not provide adequate protection for COUNTY, COUNTY may require CONTRACTOR to obtain insurance sufficient in coverage, form, and amount to provide adequate protection. COUNTY's requirements shall be reasonable and shall be designed to assure protection from and against the kind and extent of risks which exist at the time a change in insurance is required. If such a change results in an increased cost to CONTRACTOR, COUNTY shall compensate any reasonable increase. COUNTY shall notify CONTRACTOR in writing of changes in the insurance requirements. If CONTRACTOR does not deposit copies of acceptable certificates of insurance and endorsements with COUNTY incorporating such changes within sixty days of receipt of such notice, this AGREEMENT shall be in default without further notice to CONTRACTOR, and COUNTY shall be entitled to all legal remedies. The procuring of such required policy or policies of insurance shall not be construed to limit CONTRACTOR's liability hereunder not to fulfill the indenmification provisions and requirements of this AGREEMENT. CONTRACTOR agrees to indenmify, defend with counsel approved in writing by COUNTY, and hold COUNTY and their elected and appointed officials, officers, employees, agents and those special districts and agencies which COUNTY's Board of Supervisors acts as the governing Board -("COUNTY INDEMNITEES") harmless from any claims, demands or liability of any kind or nature, including but not limited to personal injury or property damage, arising from or related to the services, products or other performance provided by CONTRACTOR pursuant to this AGREEMENT. If judgment is entered against CONTRACTOR and COUNTY B-21 by a court of competent jurisdiction because of the concunent active negligence of COUNTY or COUNTY INDEMNITEES and CONTRACTOR agree that liability will be apportioned as determined by the court. Neither party shall request a jury appmiionment. The COUNTY will not be liable for any accident, loss or damage to the Work prior to its completion and acceptance, except as provided for in Section 6-10, "Use of Improvement During Construction," of the STANDARD SPECIAL PROVISIONS. PAGE 33 -ADD TO SECTION 7-10.4, "SAFETY," THE FOLLOWING PARAGRAPH: SECTION 7-10.4.5, "SITE CONDITIONS." The following shall apply to any CONTRACT which involves digging trenches or other excavations that extend deeper than four feet below the surface: (1) The CONTRACTOR shall promptly, and before the following conditions are disturbed, notify the ENGINEER, in writing, of any: (a) 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 11, or Class III disposal site in accordance with provisions of existing law. (b) Subsurface or latent physical conditions at the site differing from those indicated. ( c) Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the CONTRACT. (2) The COUNTY shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in the CONTRACTOR's cost of, or the time required for, performance of any part of the work, shall issue a change order under the procedures described in the CONTRACT. B-22 (3) In the event that a dispute arises between the COUNTY and the CONTRACTOR whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the CONTRACTOR's cost of, or time required for, performance of any part of the work, the CONTRACTOR shall not be excused from any scheduled completion date provided for by the CONTRACT, but shall proceed with all work to be performed under the CONTRACT. The CONTRACTOR shall retain any and all rights provided either by CONTRACT or by law which pertain to the resolution of disputes and protests between the contracting paiiies. PAGE 39 -ADD TO THE FIFTH PARAGRAPH OF SECTION 9-3.2, "PARTIAL AND FINAL PAYMENT", THE FOLLOWING: At the request and expense of CONTRACTOR, COUNTY will accept equivalent to the amount withheld pursuant to Section 9-3 .2, "Paiiial and Final Payment." Such substituted security, meeting the requirements of Sections 10263 and 22300 of the Public Contract Code, shall be deposited with a state or federally chartered bank as escrow agent and shall be covered by an escrow agreement. PAGE 39-ADD TO SECTION 9-3, "PAYMENT", THE FOLLOWING PARAGRAPH: SECTION 9-3.5 "CLERICAL ERRORS" For a period of three years after acceptance of the work by the COUNTY, all estimates and payments made pursuant to Section 9-3, "Payment," 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 COUNTY 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 54 -ADD TO THE END OF SECTION 201-1.1.4, "TEST FOR PORTLAND CEMENT CONCRETE", THE FOLLOWING: Concrete represented by compressive strength tests which fail to meet the requirements of this section shall be removed from the work. However, at the discretion of the ENGINEER, the concrete represented by the failing compressive strength tests may be cored for strength testing. Coring shall commence within five (5) working days of notification by the ENGINEER. Drilled cores shall be obtained by the CONTRACTOR in the presence of the ENGINEER and tested at the CONTRACTOR's expense in accordance with ASTM C42 by a Laboratory acceptable to the ENGINEER. Drilled cores B-23 having a minimum 100 mm in nominal diameter will be obtained unless otherwise directed by the ENGINEER. A minimum of three (3) cores shall be taken in each area represented by the failing 28-day compressive strength tests. Unless otherwise directed by the ENGINEER, the cores shall be tested wet following a 40-hour submergence. If each core produces a compressive strength result 85% or greater of the specified 28-day compressive strength, the concrete represented may be accepted with no further action required. PAGE 130, ADD TO SECTION 207-2.8, "CAUSES FOR REJECTION", THE FOLLOWING: (18) The pipe has an internal surface which varies greater than ¼ inch from an eight (8) feet longitudinally placed steel straight edge. PAGE 400 -TO SECTION 310-5.6.5, "TRAFFIC STRIPES AND MARKINGS," CHANGE THE SECOND SENTENCE OF NOTE 2 TO READ: Normal segments for roadways are seven (7) feet, and gaps ai-e 17 feet. Delete the third sentence in its entirety. PAGE 401 -UNDER STANDARD TRAFFIC STRIPE DETAIL, "A. SINGLE TRAFFIC STRIPE", DELETE THE WORDING: "I. Prevailing speed of 64 km/h (40 mph) or less." PAGE 401 -UNDER STANDARD TRAFFIC STRIPE DETAIL, DELETE "A.2 PREVAILING SPEED OF 72 KM/H (45 MPH) OR MORE" IN ITS ENTIRETY. UNLESS OTHERWISE SPECIFIED, ERRATA AND SUPPLEMENTS TO THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SHALL BE PART OF THESE SPECIAL PROVISIONS. B-24 INSURANCE AND ENDORSEMENT FORMS B-25 Special Endorsement for The County of Orange, California Name of the Insured: Effective Date of Endorsement: ______ _ All of the following provisions apply to each and every insurance policy cited on the attached certificate. I. Additional Insured Endorsement: [t is agreed that such insurance as is afforded by this policy shall also apply to the County of Orange, their elected and appointed officials, officers, employees, agents and volunteers and they are to be covered as insureds as respects liability or claims actually or allegedly caused by, or arising out of, or resulting from the operations perfonned by or on behalf of the named insured. 2. Primarv Insurance: [tis further agreed that such insurance as is afforded by this policy for the benefit of the County of Orange shall be primary insurance, but only as respects the claims, loss or liability arising out of the operations of the named insured. Any insurance maintained by the additional insured shall be excess and non-contributory. 3. Waiver of Subrog~ It is further agreed that subrogation is waived against the County of Orange, their elected and appointed officials, officers, employees, agents Jnd volunteers when acting within the scope of their employment or appointment. 4. Separation of Insureds: It is tluiher agreed that each insurance policy referred to in the attached certificate shall provide that coverage applies separately to each insured except with respect to the limits ofliability. The four provisions above also apply to the following additional insureds: City of Newport Beach 5. Loss Pavee for Property Insurance: ft is further agreed that if property insurance is included on the attached certificate, the County of Orange or City of Newport Beach, whichever is the owner of the property where a loss is sustained, shall be the loss payee on this policy. 6. Loss Payee/Obligee on Employee Dishonesty Coverage: It is further agreed that if employee dishonesty coverage is included on the attached certificate, the County of Orange or City of Newport Beach, whichever suffers the loss from a disappearance offimds, vandalism, etc. shall be the loss payee/obligee on this policy. 7. Cancellation Clause: It is further agreed that each insurance policy required by this contract ( or reflected in the attached certificate) shall be endorsed to state that coverage shall not be canceled by either party except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the County of Orange at the address upon the attached certificate. 8. Claim Reports: It is further agreed that the insurer will report in writing, to the address noted on the attached certificate, any claims in excess of fifty thousand dollars ($50,000), made with respect to this policy, whether related lo this project or not. The inclusion of the County of Orange and City of Newport Beach as additional insureds shall not affect any right that such organization would have as a claimant if not so included. This endorsement is attached to and hereby made a part of the policy No(s): ----- (Agent) ***BLUE INK**** Signature @county of Orange Certificate of Insurance -Construction ! Ttu$ n:rtitier, lD U\e C1,urHy l)/ Orar,ge that thr; folJm,•ing dt,scribe(J policies trave beet, 1t;sued to THI$ CERTIFICATE 1$ lSSUEO AS A MATTER OF rNFORMATION ONLY AND COt~FERS ! Insured: NO RIGHTS UPON THE CERTIFfCATE HOLDER THIS CERTIFICATE. DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES. BELOW. COMPANIES AFFORDING COVERAGE Addres$; COMPt1N,· A COMP.t,NY B Coverage Is providud for the fo!!owing locations: COMPANV C ~0MPAMY D c, Type of Insurance Policy Number Effective Expiration Limits of Liability in Thousands LTS Date Date (000) Oeneral Uabifify by Occurrence Genfiml Aggregate s Oeducl.ib!e t SIR $ Producls~Comp!Op Agg. $ :commercial General Liabdity inducting fire perils P-ersona! &. Adv, Injury $ ,~ !Broad Form Properly Damage Each Occurrence $ )Contractual Uabltity Fire Damage (/-'.ny one fire) $ !Completed Opera.Hons Uability l JUndergrmmd Exp!osion and Co!laps-& Hazard Med, Exp {Any one petS◊ti} s GENERAL AGGREGATE LIMIT APPLIES PER '"_: POLICY fj PROJECT f l LOCATION Automobile Liability Combined Single Limit $ Deductible I SIR $ Bodily Injury {Per Person-) s 'lAny Auto ,Non~Owned Autos 8odi!y Injury (Pet Accident) $ !Scheduled Autos :.,All Owned Autos • ]Hired Property Damage $ Autos Each Accident $ Workers' Compensation Disease -Policy Urnit $ and Employers' Liability OJ$ease -Ei:lch Employee s ~ · .. Statutorv . ,,,,,,., Excess Liability Each Occurrence $ j Umbrella Form CJ Other Than Umbrella Form Aggregate $ Property Insurance Deductible I SIR $ Amount of fnsurance Course of Construction Polley S .... -·-·•·o,•-···-···· Covering Fire & Extended Covera9e Perils Professional Liability Per Occurrence $ Aggregate Umit . i ..!Claims Made L.lPer Occurrence Claims Made $ $,~·· Deductible I SIR $ ··'Extended Reporling Period Other: Deductible/ SIR $ DESCRIPTION OF OPERATtON/LOCATIONNEHICLES/SPECIAl ITEMS Oec!aralions Pages tor Above Pol ides Attached Send Certificate of Insurance lo: Agency Broker: COUNTY OF ORANGE I Department Resources and Development Manaoement Address: Address: 1152 E, Fruil Street, Santa Ana, CA 92701 Phone: Attention; Construction Division I Pro/ec.t Number; Date Issued· j Authorized Signature: B-27 ~~------·-~ ~~~ a~ ~ !i/ !~ " :i ~ ;e C 1 ;~ " ~ ~ C C §I { I 2: 1 ~ I ,, z 1 a ~i ~:;: j ~~ ;, r~ :; " a E t ~i 7i r.:~ ,, > ta < c ~i i:it ;:.: zj " ,r HIii ,, -. ...... -------.. -------------------------\~r>IUi\ l'>·O Q !l:Slil'll>II ·\111.1\ JrJ o,; NOTICE TO PUBLIC ENTITY For Privacy Considerations Fold back along dotted line prior to copying for release to general public (private persons). (Paper Size then 8-1/2 x 11 inches) ----------------------------- I,--------------------~ the undersigned, am the (Name-print) __________________ with the authority to act for and on behalf of (Position in business) -----------------------~ certify under penalty of perjury (Name of business and/or contractor) that the records or copies thereof submitted and consisting of ____________ _ (Description, number of pages) are the miginals or hue, full, and correct copies of the originals which depict the payroll record(s) of the actual disbursements by way of cash, check, or whatever form to the individual or individuals named. Date: Signature: A public entity may require a su·icter and/or more extensive form of certification. TITLE 8. Industrial Relations Division J. Dep~_rtm_~nt of_lndustrial RHla.tio_u~ Chapter 8. Office of lhe D,ractor Subchaptar 3. Payment of Prevailing Wages upon Public Works Artj<::l!) 6, C_ertifiad P_i!yrolL ~El<::0J'<:l!i:_Requasts, Content, and Cost §'1 M0·1._ P&R9_rting_c,f_f'_ayroll Requests. §16401. Reporting of Payroll Requests. (a) Repmiing Format The format for reporting of payroll records requested pursuant to Labor Code Section 1776 shall be on a form provided by the public entity. Copies of the fo1ms may be procured at any office of the Division of Labor Standards Enforcement (DLSE) throughout the state and/or: Division of Labor Statistics & Research P.O. Box 603 San Francisco, CA 94101 ATTENTION: Prevailing Wage Unit Acceptance of any other fmmat shall be conditioned upon the requirement that the alternate format contain all of the information required pursuant to Labor Code Section 1776. If, however, the contractor does not comply with the provisions of Labor Code Section 1776, the Labor Commissioner may require the use ofDIR's suggested format, "Public Works Payroll Reporting Form" (Form A-1-131). (b) Words of Certification. The form of certification shall be as follows: I, ________ (Name- print) the undersigned, am ________ (position in business) with the authority to act for and on behalf of ________ , (name of business and/or contractor) certify under penalty of perjury that the records or copies thereof submitted and consisting of ________ ( description, no. of pages) are the originals or true, full and correct copies of the originals which depict the payroll record(s) of the actual disbursements by way of cash, check, or whatever form to the individual or individuals named. Date:______ _ __ Signature: ____ ~ A public entity may require a more strict and/or more extensive form of certification. Nore Authority cited: Sections 54 and 1773.5, Labor Code. Reference: Section 1776, Labor Code, SECTJONC GENERAL MISCELLANEOUS C-1 CONSTRUCTION AREA Revised: 05/21/03 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 constrnction 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 AGREEMENT 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. AGREEMENT 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 AGREEMENT 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 AGREEMENT, and shall make every effort to control any undue noise resulting from the constrnction 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. C-1 The noise level from the CONTRACTOR's operations between the hours of8 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 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, mmumze 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 Section 303-1.10, "Curing" of the Standard Specifications for Public Works Construction, 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 for Public Works Construction 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 eros10n, 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. C-2 CONTRACTOR shall at no cost to COUNTY 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 ham1ful materials, and shall be responsible for removing said materials in the event protective measures are not effective. Construction site shall be maintained in such a condition that an anticipated storm does not carry wastes or pollutants off site. Discharges of material other than stormwater are allowed only when necessary for performance and completion of construction practices and where they do not: cause or contribute to a violation of any water quality standard; cause or threaten to cause pollution, contamination, or nuisance; or contain a hazardous substance in a quantity reportable under Federal Regulations 40 CFR Parts 117 and 302, or any other law or applicable regulation. Potential pollutants include but are not limited to: vehicle/equipment fuels, oils, lubricants, and hydraulic, radiator or battery fluids; vehicle/equipment wash water and concrete mix wash water; concrete, detergent or floatable wastes; wastes from any engine/equipment steam cleaning or chemical degreasing; solid or liquid chemical spills; wastes from sealants, limes, and solvents; and superchlorinated potable water line flushings. During construction, disposal of such materials should occur in a specified and controlled temporary area on-site, physically separated from potential storm water run- off, with ultimate disposal in accordance with local, state, and federal requirements. C-5 SURVEYING SERVICES The COUNTY will provide nonnal surveying and inspection services for construction of this project as described in Section 2-9, "Surveying," of the Standard Specifications for Public Works Construction. The survey work week shall be from Monday through Thursday, with no survey crew available on Friday. Therefore, the CONTRACTOR shall schedule survey requests accordingly. The CONTRACTOR shall be responsible for coordinating with COUNTY Survey Crew for the replacement and relocation of dislocated survey control points based on original survey control and submitting field notes showing character of new points and methods of establishment or re-establishment. The CONTRACTOR shall make no changes without pnor written notice to the ENGINEER and COUNTY Survey Crew. C-3 The costs for replacement and relocation of dislocated survey control points as specified in these special provisions, and as directed by the ENGINEER and COUNTY Survey Crew is considered as included in the various items of work and no separate compensation is allowed therefor. C-6 INSPECTION SERVICES CONTRACTOR shall be made aware that the COUNTY has a work schedule with limited inspection services available on Friday. The CONTRACTOR is required to keep the ENGINEER informed in advance of his schedule so as to assure inspection is available for on-site work that will be perfonned by the CONTRACTOR, or off-site work, such as material sampling and testing, which may or may not be performed by the CONTRACTOR. Survey Crew for the placement and relocation of dislocated survey control points passed on original survey control and submitting field notes showing character of new points and methods of establishment or re-establishment. The CONTRACTOR shall make no changes without prior written notice to ENGINEER and COUNTY survey crew. The costs for replacement and relocation of dislocated survey control points as specified in these special provisions and as directed by the ENGINEER and COUNTY survey crew is considered as included in various items of work and no separate compensation will be allowed therefor. To Section 2-11, "Inspection," of the Standard Specifications for Public Works Construction, DELETE the second sentence and substitute the following: The CONTRACTOR shall notify the ENGINEER before noon of the working day before inspection is required, except for inspection on Friday. Requests for inspection on Friday shall be made by 4:00 p.m. on the preceding Wednesday. C-7 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-4 C-8 PAYMENTS Attention is directed to Section 9-3, "Payment," of the Standard Specifications for Public Works Construction, and these Special Provisions. For the purpose of making partial payments pursuant to Section 9-3.2, "Partial and Final Payment" of the Standard Specifications for Public Works Construction, the amount set forth for the AGREEMENT items of work hereinafter listed shall be deemed to be the maximum value of said AGREEMENT items of work which will be recognized for progress payment purposes. Mobilization (including Mesa) Clearing and Grubbing Three Hundred Sixty Thousand ($360,000) One Hundred Thousand ($100,000) After acceptance of the AGREEMENT pursuant to Section 6-8, "Completion and Acceptance" of the Standard Specifications for Public Works Construction, the amount, if any, payable for an AGREEMENT 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 AGREEMENT. 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 or within sixty ( 60) days after the Date of Completion in accordance with Public Contract Code Section 7107, 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. If there is a dispute between the COUNTY and CONTRACTOR, COUNTY may retain up to 150% of the estimated value of the disputed amount from the final payment in accordance with Section 7107 of the Public Contract Code. Section 7107 of the Public Contracts Code defines Completion as any of the following: (1) The occupation, beneficial use, and enjoyment of a work of improvement, excluding any operation only for testing, startup, or commissioning, by the COUNTY, or its agent, accompanied by cessation of labor on the work of improvement. C-5 (2) The acceptance by the COUNTY, or its agent, of the work of improvement. (3) After the commencement of a work of improvement, a cessation of labor on the work of improvement for a continuous period of 100 days or more, due to factors beyond the control of the CONTRACTOR. ( 4) After commencement of a work of improvement, a cessation of labor on the work of improvement for a continuous period of 30 days or more, if the COUNTY files or records a notice of cessation or a notice of completion. C-9 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-10 SUBCONTRACTING Attention is directed to the provisions in Section 2-3, "Subcontracts" of the Standard Specifications for Public Works Construction. C-11 CULTURAL/SCIENTIFIC RESOURCES FINDS There are no known cultural/scientific resources at the site. lf the CONTRACTOR's operations uncover or CONTRACTOR's employees find any burial grounds or remains, ceremonial objects, petroglyphs, and archaeological 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. C-6 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 for Public Works Construction, Section 6-6, "Delays and Extensions of Time" and Section 3-3, "Extra Work." Any findings of a culturaVscientific resource nature shall remain the property of the COUNTY and not become the property of the person or persons making the discovery. C-12 HOLIDAYS Attention is directed to the provisions in Section 6-7.2, "Working Day" of the Standard Specifications for Public Works Construction. C-13 FINAL PAY QUANTITIES 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 (F) or (S) 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-14 SOIL CONDITIONS The CONTRACTOR's attention is directed to the diagram on the plans entitled "Log of Borings." These diagrams are records of the data obtained by the COUNTY 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 C-7 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 COUNTY 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 geotechnical information, including but not restricted to the conditions affecting handling and storage of materials, disposal of excess material, and level and amount of groundwater. Copies of the Geotechnical Report(s) are available for review by the CONTRACTOR. The following geotechnical reports are currently on file with the Resources & Development Management Department: 1. Geotechnical Investigation Irvine Avenue Widening Retaining Walls Diaz Y ourman & Associates December 7, 2001 2. Geotechnical Investigation Retaining Walls and Pavement for Mesa Drive/lrvine A venue Intersection Improvements Diaz Y ourman & Associates June 9, 2006 lf the CONTRACTOR so wishes to review the above report(s), he should contact the Project Engineer or the Project Engineer's Supervisor, as listed in Section NC, "Notice to Contractors," of these Special Provisions. A fee will be charged for any reproduction requested by the CONTRACTOR. 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 is directed to the drawings and to Section 5, "Utilities," of the Standard Specifications for Public Works Construction. The COUNTY has attempted to show all underground facilities in their proper place. C-8 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 AGREEMENT, 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-17 PROVISIONS FOR EMERGENCIES Unusual conditions may arise du1ing 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 prope1iy 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 AGREEMENT 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 ce1iified by the ENGINEER, said cost and expense will be paid by the COUNTY and shall be deducted from any amounts due, or which may become due the CONTRACTOR. Failure of the COUNTY however, to take such-·precautionary measures shall not relieve the CONTRACTOR of his full responsibility for public safety. C-18 DATE SENSITVITY OF PRODUCTS INCLUDED TN PROJECT C-9 The CONTRACTOR shall represent and warrant fault-free performm1ce in processing of date and date related date (including, but not limited to, calculating, comparing and sequencing) by all hardware a11d firmware products delivered under this AGREEMENT, individually and in combination, upon installation. Fault-free includes the manipulation of this data with dates prior to, through, and beyond January 1, 2000, and shall be transparent to the user. This warranty shall include written verification from the vendor of each product used in this PROJECT that processes dates or date related data that the product has been inspected and found to be fault-free as stated above. Any product provided by the CONTRACTOR found not to be in compliance following final accepta11ce of the PROJECT shall be replaced within sixty ( 60) calendar days from receipt of a written notice from COUNTY. Such replacement or corrective action shall be solely at the CONTRACTOR's expense. C-19 WATER QUALITY MANAGEMENT PLAN It is a requirement of the Construction Permit as modified by Resolution No. 2001-046 that a maintenance schedule be prepared for Best Management Practices (BMPs) installed during construction and designed to reduce or eliminate pollutants after construction is complete (post construction BMPs ). A copy ofthc Water Quality Management Plan (WQMP), which identifies post construction BMP's applicable to this PROJECT and establishes the maintenance schedule that has been developed arc currently on file with the Resources and Development Management Department and shall be part of these Special Provisions: Water Quality Management Plan No. 06-04 Irvine A venue Widening June 2007 If the CONTRACTOR wishes to review the above WQMP, the CONTRACTOR must contact the Project Engineer or Supervisor as listed in Section NC, "Notice to Contractors" of these Special Provisions. A fee will be charged for any reproduction requested by the CONTRACTOR. C-10 SECTION D PERMITS D-1 GENERAL -PERMITS, LICENSES AND AGREEMENTS Revised: 12/27/05 The CONTRACTOR shall be responsible for identifying and obtaining all pcnnits and licenses required for this project. Costs and fees associated with said permits regardless of whether obtained by the COUNTY/CITY or by CONTRACTOR, shall be borne solely by the CONTRACTOR. 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 COUNTY 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 monies to become due to the CONTRACTOR. It is noted that multiple permits are required from the various regulatory agencies. CONTRACTOR is to abide by and follow the requirements of all such permits. D-1.1 CALIFORNIA REGIONAL WATER QUALITY CONTROL BOARD A copy of the best management practices (BMP) documents has been reproduced herein and made a part ofthcsc Special Provisions by reference. CONTRACTOR is hereby directed to read these documents thoroughly become familiar with them, and comply with the requirements as specified therein. In addition, all construction materials other than Portland Cement Concrete and Asphalt Concrete imported to a construction project arc subject to requirements of the Clean Water Act and the Santa Ana Regional Water Quality Control Board, and shall not contain any materials that may contaminate surface or ground waters. CONTRACTOR shall submit test results for a qualified testing laboratory with his written request for approval of materials for the CONTRACT. The COUNTY may elect to verify any water quality or materials specification tests prior to approval for use of the materials within the CONTRACT. D-1.2 NPDES DEWATERING PERMIT, SANTA ANA REGION On July 22, 1998, the DISTRICT received NPDES Permit No. CAG998001 (Order No. 98-67), which expired on July 1, 2003, for the discharge of de minimus wastewater which poses an insignificant risk to water quality from the California Regional Water Quality Control Board, Santa Ana Region. However- per Order No. R8-2003-0061, it and subsequent monitoring and reporting requirements remain in full force and effect until a new Order is adopted. A copy of these documents may be found on the internet at: http://www.swrcb.ca.gov/rwqcb8/html/2003 orders.html or http://www.swrcb.ca.gov/rwqcb8/pdf/03-6 l .pdf D-1 For short term groundwater related discharges and de mini mus wastewater discharges to surface waters within the San Diego Creek/Newport Bay Watershed, the DISTRICT received NPDES Permit No. CAG998002 (Order No. RS-2004-0021) on December 20, 2004. A copy of this document may be found on the internet at: http://www.waterboards.ca.gov/santaana/html/2004 orders.html The CONTRACTOR is hereby directed to read them thoroughly and comply with the requirements as specified therein. The CONTRACTOR is hereby notified that the DISTRICT will undertake all effluent monitoring, sampling, and reporting to the California Regional Water Quality Control Board, Santa Ana Region as required by the permit and the related Monitoring and Reporting Program. The CONTRACTOR shall comply with all requests from the DISTRICT for construction and location of sampling stations; construction of settling/stilling basins; and any other mitigation measures required to conform to the Permit and the Monitoring and Reporting Program. D-1.3 NPDES MUNICIPAL PERMIT On January 18, 2002 the DISTRICT obtained Municipal NPDES Pern1it No. CAS618030, Order No. RS- 2002-0010 from the California Regional Water Quality Control Board, Santa Ana Region. A copy of the permit may be found on the internet at: http://www.swrcb.ca.gov/rwqcbS/pdf/02-10.pdf The CONTRACTOR is hereby directed to read the permit thoroughly and comply with the requirements as specified therein. The Monitoring Reporting Requirements as stipulated under RS-2002-0010 are made part of these Special Provisions by reference. D-1.4 STATE GENERAL CONSTRUCTION ACTIVITY STORMWATER PERMIT Prior to CONTRACTOR commencing work, a certified Notice oflntent (NOT) must be submitted to the ENGINEER as required by the California Regional Water Quality Control Board (RWQCB) to comply with the State General Construction Activity Storm Water Permit -Water Quality Order 99-08-DWQ - (Construction Permit) as modified by Resolution No. 2001-046 for the discharge ofstonn water from the construction site during the construction of the Project. "For projects located within the Newport Bay/San Diego Creek Watershed the project must also conform to the requirements of Santa Ana-RWQCB Adopted Resolution R8-2004-002land RS-2006-0065. Resolution RS-2004-0021 may be viewed at: www.waterboards.ca.gov/santaana/btml/2004 orders.html Resolution RS-2006-0065 may be viewed at: http://www.waterboards.ca.gov/santaana/pdf/06-65.pdf D-2 "The NOi form to be used on projects within the Santa Ana Region has been simplified and is included in these specifications. It is referred to as the Notice ofConstrnction Activity. It is to be used instead of the standard NOi fonn found in the General Constrnction Permit". Prior to CONTRACTOR commencing work, a completed and certified PROJECT SWPPP MANUAL must also be submitted to the ENGINEER as required within Section F, STORM WATER POLLUTION PREVENTION PLAN. Review and approval by the ENGINEER is for administrative purposes only and shall not be construed by any party as relieving the CONTRACTOR from any responsibility or liability for conforming to the requirements of the Constrnction Permit as modified by Resolution No. 2001-046. The NOi, PROJECT SWPPP MANUAL, and the Consh11ction Permit as modified by Resolution No. 2001-046, shall be considered as part of these Special Provisions. The Construction Permit and Resolution 2001-046 may be viewed on the internet at the State Water Resources Control Board web site at: www.swrcb.ca.gov/stormwtr/consh7lction.html and www. swrc b. ca. gov /resdec/resltn/2001/rs2001-046 .doc respectively. By submitting a bid, the CONTRACTOR acknowledges that he has read and understands the requirements of the Construction Penn it and Resolution No. 2001-046. D-1.5 STORM WATER POLLUTION PREVENTION PLAN (SWPPP) The COUNTY has provided templates with limited PROJECT information for the Notice of Intent (NOi) and Storm Water Pollution Prevention Plan to facilitate compliance with the Construction Permit The CONTRACTOR shall complete the NOI and submit it to the ENGINEER for certification along with the statutory fee, after which, both will be forwarded to the Santa Ana Regional Board office for filing. In addition, the CONTRACTOR shall review and complete the SWPPP template to reflect his actual constrnction activity, practices, and progress of work to conform to the requirements of the Constrnction Permit. A copy of the SWPPP template is available in electronic fonnat upon request. A copy of the NOI template has been reproduced herein and shall be considered as part of these Special Provisions. The CONTRACTOR shall submit the final NOi and completed SWPPP for review, approval, and certification by the COUNTY prior to start of work and mobilization. The CONTRACTOR is notified that the SWPPP must be amended from time to time during the course of work to reflect actual constrnction progress and construction practices. The modifications contained in Resolution No. 2001-046 referenced above include requirements for the SWPPP to identify a sampling and analysis strategy (and schednle depending on the location of the construction activity). Monitoring, inclnding sampling and analysis, may be required. It will be the CONTRACTOR's responsibility to develop a strategy and monitoring program that will address the pollution potential of materials that will be brought to the site for use in completion of the proposed llnprovements. The SWPPP document shall not be construed to be a waiver of the CONTRACTOR's obligation to review and understand the Constrnction Permit before submitting a bid. By submitting a bid, the D-3 CONTRACTOR acknowledges that he has read and understands the requirements of the Construction Permit and Resolution No. 2001-046. The CONTRACTOR is hereby notified that specific construction practices in the Sta11dard Specifications for Public Works Construction (STANDARD SPECIFTCA TIO NS), Section 7-8, "Project Site Maintenance, "are considered to be Best Management Practices. Applicable construction practices in the STANDARD SPECIFICATIONS shall be incorporated into the SWPPP. D-1.6 WATER QUALITY MANAGEMENT PLAN (WQMP) It is the requirement of the Construction Permit as modified by Resolution No. 2001-046 that the SWPPP include a maintenance schedule for Best Management Practices (BMPs) installed during construction and designed to reduce or eliminate pollutants after construction is completed (post construction BMPs). Copies of a Water Quality Management Plan (WQMP), which identifies post construction BMPs applicable to this Project and establishes the maintenance schedule that has been developed are currently on file with Resources & Development Management Department and shall be considered a part of these Special Provisions: Water Quality Management Plan No. 06-04, Irvine Avenue Widening, June 2007 Tfthe CONTRACTOR wishes to review the WQMP, he should contact the Project Engineer or Project Engineer's supervisor, as listed in Section NC, "Notice to Contractors" of these Special Provisions. A fee will be charged for any reproduction requested by the CONTRACTOR. D-1.7 SECTION 401 CERTIFICATION The COUNTY has obtained certification under Section 401 of the Federal Clean Water Act from the Santa Ana Regional Board, dated April 10, 2007. The CONTRACTOR is hereby directed to read the permit, as reproduced herein, thoroughly and comply with the mitigation conditions as described therein. D-1.8 ARMY CORPS OF ENGINEERS The COUNTY has obtained a Section 404 Nationwide Permit Number 33 for the project, dated May 10, 2007. The 404 permit is included herein. The CONTRACTOR shall thoroughly read and comply with all permit provisions, and CONTRACTOR shall make note of the Special Conditions identified within the permit. D-1.9 CALIFORNIA DEPARTMENT OF FISH & GAME The COUNTY has obtained Lake or Streambed Alteration Notification Clearance No. 1600-2006-0442- RS from the California Department of Fish & Game, dated November 16, 2006. A copy of the waiver is included herein. The CONTRACTOR is hereby directed to read the wavier thoroughly and comply with the conditions as specified therein. D-4 D-1.10 CALIFORNIA COASTAL COMMISSION The COUNTY has obtained a Permit Waiver No. 5-05-118-W from the California Coastal Commission which became effective on May 10, 2006. A copy of the waiver is included herein. The CONTRACTOR is hereby directed to read the wavier thoroughly and comply with the conditions as specified therein. D-1.11 TEMPORARY RIGHT-OF-ENTRY The COUNTY has also obtained a Temporary Right-ot~Entry Permit (TREP) for the Newport Beach Golf Course. The TREP is for a period of 12 months from the commencement of construction. The TREP sets the commencement of construction no later than 18 months after April 4, 2006. A copy of the TREP is included herein. The CONTRACTOR is hereby directed to read and comply with the TREP. D-1.12 CITY OF NEWPORT BEACH PERMITS AND LICENSES Portions of this PROJECT are located within the City of Newport Beach. The City of Newport Beach will require the CONTRACTOR to obtain oversize/overweight Permits and to travel following ce1tain truck routes, and other permits and licenses. CONTRACTOR shall contact the City ofNewp01t Beach at (949) 644-3311 to coordinate all traffic detonrs, hauling routes and any other pe1mits within the City. Fees and other expenses associated with obtaining any City of Newport Beach permit(s) or licenses shall be borne solely by the CONTRACTOR. D-1.13 PAYMENT: Full compensation for conforming to the requirements and provisions of all permits, including any permits not listed above but which are required for the performance of the work, shall include, but not limited to: all labor, tools, equipment, materials, plan preparation, submittals, reporting and monitoring (if and when required), and incidentals necessa1y and shall be included in the CONTRACT LUMP SUM bid price paid for SECTION D PERMIT REQUIREMENTS as stipulated in Section F of these Special Provisions, and no additional compensation will be allowed therefor. D-5 Exhibit D-1.1 Best Management Practices (BMPs) Vortex Separator Description Vortex separators: (alternatively, swirl concentrators) are gravity separators, and in principle are essentially wet vaults. The dif1erence from wet vaults, however, is that the vortex separator is round, rather than rectangular, and the water moves in a centrifugal fashion before exiting. By having the water move in a circular fashion, rather than a straight line as is the case with a standard wet vault, it is possible to obtain significant removal of suspended sediments and attached pollutants with less space. Vortex separators were original~y developed for combined sewer overflows (CSOs), where it is used primarily to remove coarse inorganic solids. Vortex separation has been adapted to st01mwater treatment by several manufacturers. California Experience There are currently about 100 installations in California. Advantages ., May provide the desired perfom1ance in less space and therefore less cost. 11 May be more cost-effective pre-treatment devices than traditional wet or dry basins. '" Mosquito control may be less of an issue than with traditional wet basins. Limitations '" As some of the systems have standing water that remains betv,een stmms, there is concern about mosquito breeding. '" It is likely that vortex separators are not as effective as wet vaults at removing fine sediments, on the order 50 to 100 microns in diameter and less. " The area served is limited by the capacity of the largest models. " As the products come in standard sizes, the facilities will be oversized in many cases relative to the design treatment st01m, increasing the cost. " The non-steady flmvs of stormwater decreases the efficiency ofvmtex separators from what may be estimated or - determined from testing under constant flow. " Do not remove dissolved pollutants. January 2003 California Stonnwater BMP Handbook New Development and Redevelopment www .ca bmpha ndbooks.com MP-51 Design Com,iderntions " SeNice Area ,. Settling Velocity '" Appropriate Sizing ., Inlet Pipe Diameter Targeted Constituents Sediment 0 Nutrients 0 Trash 0 Metals Bacteria 0 Oil and Grease 0 Organics Legend (Removal Effectiveness) II Low Ill High J.. Medium " @ 1 of 5 MP-51 Vortex Separator '" A loss of dissolved pollutants may occur as accumulated organic matter (e.g., leaves) decomposes in the units. Design and Sizing Guidelines The stormwater enters, typically below the effluent line, tangentially into the basin, thereby imparting a circular motion in the system. Due to centrifugal forces created by the circular motion, the suspended particles move to the center of the device where they settle to the bottom. There are two general types of vortex separation: free vortex and dampened (or impeded) vortex. Free vmtex separation becomes dampened vortex sepmation by the placement of radial baffles on the weir-plate that impede the free vortex-flow pattern It has been stated with respect to CSOs that the practical lower limit of vortex separation is a particle with a settling velocity of12 to 16.5 feet per hour (0.10 to 0.14 cm/s). As such, the focus for vortex separation in CSOs has been with settleable solids generally 200 microns and larger, given the presence of the lighter organic solids. For inorganic sediment, the above settling velocity range represents a pmticle diameter of 50 to 100 microns. Head loss is a function of the size of the target particle. At 200 microns it is normally minor but increases significantly if the goal is to remove smaller particles. The commercial separators applied to stormwater treatment vary considerably with respect to geometry, and the inclusion of radial baffles and internal circular chambers. At one extreme is the inclusion of a chamber within the round concentrator. Vv ater flows initially mound the perimeter between the inner and outer chambers, and then into the inner chan1ber, giving rise to a sudden change in velocity that purportedly enhances removal efficiency. The opposite e:,.treme is to introduce the water tangentially into a round manhole with no internal parts of any kind except for an outlet hood. vVhether the inclusion of chambers and baftles gives better performance is unknown. Some contend that free vortex, also identified as swirl concentration, creates less turbulence thereby increasing removal efficiency. One product is unique in that it includes a static separator screen. ,. Sized is based on the peak flow of the design treatment event as specified by local government. '" If an in-line facility, the design peak flow is four times the peak of the design treatment event. " If an off-line facility, the design peak flow is equal to the peak of the design treatment event. 11 Headloss differs with the product and the model but is generally on the order of one foot or less in most cases. Construction/Inspection Considerations No special considerations. Performance Mmrnfacturer' s differ with respect to performance claims, but a general statement is that the manufacturer's design and rated capacity (cfs) for each model is based on and believed to achieve an aggregate reduction of 90% of all pmticles with a specific gravity of 2.65 (glacial sand) down to 150 microns, and to capture the floatables, and oil and grease. Laboratory tests of 2 of 5 California Stormwater BMP Handbook New Development and Redevelopment www.cabmphandbooks.com January 2003 Vortex Separator MP-51 two products support this claim. The stated perfommnce e,q,ectation therefore implies that a lesser removal efficiency is obtained with particles less than 150 microns, and the lighter, organic settleables. Laboratory tests of one of the products found about 60% removal of 50 micron sand at the expected average operating flow rate E:lqJerience with the use of vortex separatms for treating combined sewer overflows (CSOs ), the original application of this technology, suggests that the lower practical limit for particle removal are particles with a settling velocity of12 feet per hour (Sullivan, 1982), which represents a particle diameter of100 to 200 microns, depending on the specific gravity of the particle. The CSO e,qJerience therefore seems consistent with the limited experience with treating stormwater, summarized above Traditional treatment technologies such as wet ponds and extended detention basins are generally believed to be more effective at removing very small pmticles, down to the range of 10 to 20 microns. Hence, it is intuitively expected that vortex sepmators do not perfmm as well as the traditional wet and dry basins, and filters. Whether this matters depends on the particle size distribution of the sediments in stormwater. If the distribution leans towards small materiai there should be a marked difference between vortex separators and, say, traditional wet vaults. There are little data to suppmt this conjecture In comparison to other treatment technologies, such as wet ponds and grass swales, there are few studies of vortex separators. Only two ofmanufachued products currently available have been field tested. Two field studies have been conducted. Both achieved in excess of 80% removal ofTSS. However, the test ,,vas conducted in the Northeast (New York state and Maine) where it is possible the storm water contained significant quantities of deicing sand. Consequently, the influent TSS concentrations and pmticle size are both likely considerably higher than is found in California stonnwater. These data suggest that if the stormwater particles are for the most part fine (i.e., less than 50 microns), vortex separators will not be as efficient as traditional treatment BMPs such as wet ponds and swales, if the latter are sized according to the recommendations ofthis handbook. There are no equations that provide a straightforward determination of efficiency as a function of unit configuration and size. Design specifications of ccnmnercial separators ar·e derived from empirical equations that are unique and proprietary to each manufacturer. However, some general relationships betiveen performance and the geometry of a sepmator have been developed. CSO studies have found that the primary determinants of performance of vortex separatms are the dimneters of the inlet pipe and chmnber with all other geometry propcntional to these two. Sullivan et al. (1982) found that performance is related to the ratios of chamber to inlet diameters, D2/D1, and height beti'feen the inlet and outlet and the inlet diarneter, H1/D1, shown in Figure 3. The relationships are: as D2/D1 approaches one, the efficiency decreases; and, as the H1/D1 ratio decreases, the efficiency decreases. These relationships may allow qualitative comparisons of the alternative designs of manufacturers. Engineers who wish to apply these concepts should review relevant publications presented in the References. Siting Criteria There me no particulmly unique siting criteria. The size of the drainage area that can be served by v01tex separators is directly related to the capacities of the largest models. January 2003 California Stormwater BMP Handbook New Development and Redevelopment www.cabmphandbooks.com 3 of 5 MP-51 Vortex Separator Additional Design Guidelines Vortex separators have two capacities if positioned as in-line facilities, a treatment capacity and a hydraulic capacity. Failure to recognize the difference between the hvo may lead to significmit under sizing; i.e., too small a model is selected. This observation is relevant to three of the five products. These three technologies all are designed to experience a unit flow rate of about 24 gallons/square foot of separator footprint at the peak of the design treatment event. This is the horizontal area of the separator zone within the container, not the total footprint of the unit. At this unit flow rate, laboratory tests by these mmmfacturers have established that the performance will meet the general clainis previously described. However, the units are sized to hmidle 100 gallons/square foot at the peak of the hydraulic event. Hence, in selecting a particular model the design engineer must be certain to match the peak flow of the design event to the stated treatment capacity, not the hydraulic capacity. The foimer is one-fourth the latter. If the unit is positioned as an off-line facility, the model selected is based on the capacity equal to the peak of the design treatment event. Maintenance l\llaintenmice consists of the removal of accumulated material with an eductor tiuck. It may be necessmy to remove mid dispose the floatables separately due to the presence of petroleum product. MaintenanceRequil'ements Remove all accumulated sediment; and litter and other floatables, annually, unless experience indicates the need for more or less frequent maintenance. Cost IV!miufacturers provide costs for the units including delivery. Installation costs are generally on the order of 50 to 100 % of the manufacturer's cost. For most sites the units are cleaned minually. Cost ConsideJ"ations The different geometry of the several manufactured separators suggests that when comparing the costs of these systems to each other, that local conditions (e.g., groundwater levels) may affect the relative cost-effectiveness. References and Sources of Additional Information Field, R., 1972, The swirl concentrator as a combined sewer overflow regulator facility, EPA/R2- 72-008, U.S. Environmental Protection Agency, Washington, D.C. Field, R., D. Averil~ T.P. O'Connor, mid P. Steel, 1997, V 01tex separation technology, Water Qual. Res. J. Cmiada, 32, 1,185 Mmiufacturers technical materials Sullivmi, R.H., et al., 1982, Design mmiual -swirl mid helical bend pollution control devices, EPA-600/8-82/013, U.S. Environmental Protection Agency, Washington, D.C. Sullivmi, RH, M.M. Cohn, J.E. Ure, F.F. Parkinson, mid G. Caliana, 1974, Relationship betv,een diameter and height for the design of a swirl concentrator as a combined sewer overflow regulator, EPA 670/2-74-039, U.S. Environmental Protection Agency, Washington, D.C. 4of 5 California Stormwater BMP Handbook Mew Development and Redevelopment www.cabmphandbooks.com January 2003 Vortex Separator MP-51 Sullivan, R.H., M.M. Cohn, J.E. Ure, F.F. Parkinson, and G. Caliana, 1974, The swirl concentrator as a grit separator device, EPA670/2-74-026, U.S. Environmental Protection Agency, Washington, D.C. Sullivan, R.H., M.M. Cohn, J.E. Ure, F.F. Parkinson, and G. Caliana, 1978, Swirl primai-y separator device and pilot demonstration, EPA600/2-78-126, U.S. Environmental Protection Agency, vVashington, D.C. January 2003 California Stormwater BMP Handbook New Development and Redevelopment www.cabmphandbooks.com 5 of 5 Street Sweeping and Vacuuming SE-7 Description and Purpose Street sweeping and vacuuming includes use of self-propelled and walk-behind equipment to remove sediment from streets and roadways, and to clean paved surfaces in preparation for final paving. Sweeping and vacuuming prevents sediment from the project site from entering storm drains or receiving waters. Suitable Applications Sweeping and vacuuming are suitable anywhere sediment is tracked from the project site onto public or private paved streets and roads, typically at points of egress. Sweeping and vacuuming are also applicable during preparation of paved surfaces for final paving. Limitations Sweeping and vacuuming may not be effective when sediment is wet or when tracked soil is caked ( caked soil may need to be scraped loose). Implementation '" Controlling the number of points where vehicles can leave the site will allow sweeping and vacuuming efforts to be focused, and perhaps save money . ., Inspect potential sediment tracking locations daily. '" Visible sediment tracking should be swept or vacuumed on a daily basis. January 2003 California Stormwater BMP Handbook Construction www.cabmphandbooks.com Objectives EC Erosion Control SE Sediment Control TC Tracking Control WE Wind Erosion Control NS Non-Stormwater Management Control WM Waste Management and Materials Pollution Control Legend; ✓ Primary Objective ✓ Secondary Objective Targeted Constituents Sediment Nutrients Trash Metals Bacteria Oil and Grease Organics Potential Alternatives None Association ✓ ✓ 1 of 2 SE-7 Street Sweeping and Vacuuming " Do not use kick brooms or sweeper attachments. These tend to spread the dirt rather than remove it. '" If not mixed with debris or trash, consider incorporating the removed sediment back into the project Costs Rental rates for self-propelled sweepers vary depending on hopper size and duration of rental. Expect rental rates from $58/hour (3 yd3 hopper) to $88/hour (9 yd3 hopper), plus operator costs. Hourly production rates vary with the amount of area to be swept and amount of sediment. Match the hopper size to the area and expect sediment load to minimize time spent dumping. Inspection and Maintenance " Inspect BMPs prior to forecast rain, daily during extended rain events, after rain events, weekly during the rainy season, and at two-week intervals during the non-rainy season. '" When actively in use, points of ingress and egress must be inspected daily. " When tracked or spilled sediment is observed outside the construction limits, it must be removed at least daily. More frequent removal, even continuous removal, may be required in some jurisdictions. " Be careful not to sweep up any unknown substance or any object that may be potentially hazardous. " Adjust brooms frequently; maximize efficiency of sweeping operations. " After sweeping is finished, properly dispose of sweeper wastes at an approved durnpsite. References Stormwater Quality Handbooks -Construction Site Best Management Practices (BMPs) Manual, State of California Department of Transportation (Caltrans), November 2000. Labor Surcharge and Equipment Rental Rates, State of California Department of Transportation (Caltrans), April 1, 2002 -March 31, 2003. 2 of 2 California Stormwater BMP Handbook Construction www.cabmphandbooks.com January 2003 Storm Drain Inlet Protection Description and Purpose Storm drain inlet protection consists of a sediment filter or an impounding area around or upstream of a storm drain, drop inlet, or curb inlet. Storm drain inlet protection measures temporarily pond runoff before it enters the storm drain, allowing sediment to settle. Some filter configurations also remove sediment by filtering, but usually the ponding action results in the greatest sediment reduction. Suitable Applications Every storm drain inlet receiving sediment-laden runoff should be protected. Limitations ,. Drainage area should not exceed 1 acre. ■ Straw bales, while potentially effective, have not produced in practice satisfactory results, primarily due to improper installation. ,. Requires an adequate area for water to pond without encroaching into portions of the roadway subject to traffic. ,. Inlet protection usually requires other methods of temporary protection to prevent sediment-laden stormwater and non-stormwater discharges from entering the storm drain system. ,. Sediment removal may be difficult in high flow conditions or if runoff is heavily sediment laden. If high flow conditions are January 2003 California Stormwater BMP Handbook Construction www.cabmphandbooks.com SE-10 Objectives EC Erosion Control SE Sediment Control TC Tracking Control WE Wind Erosion Control NS Non-Stormwater Management Control WM Waste Management and Materials Pollution Control Legend: ✓ Primary Objective ✓ Secondary Objective Targeted Constituents Sediment Nutrients Trash Metals Bacteria Oil and Grease Organics Potential Alternatives SE-1 Silt Fence SE-5 Fiber Rolls SE-6 Gravel Bag Berm SE-8 Sandbag Barrier SE-9 Straw Bale Barrier A Stormwater Quality Association ✓ ✓ 1 of 9 SE-10 Storm Drain Inlet Protection expected, use other onsite sediment trapping techniques in conjunction with inlet protection. " Frequent maintenance is required. 11 For drainage areas larger than 1 acre, runoff should be routed to a sediment-trapping device designed for larger flows. See BMPs SE-2, Sediment Basin, and SE-3, Sediment Traps. " Excavated drop inlet sediment traps are appropriate where relatively heavy flows are expected, and overflow capability is needed. Implementation General Large amounts of sediment may enter the storm drain system when storm drains are installed before the upslope drainage area is stabilized, or where construction is adjacent to an existing storm drain. In cases of extreme sediment loading, the storm drain itself may clog and lose a major portion of its capacity. To avoid these problems, it is necessary to prevent sediment from entering the system at the inlets. Inlet control measures presented in this handbook should not be used for inlets draining more than one acre. Runoff from larger disturbed areas should be first routed through SE-2, Sediment Basin or SE-3, Sediment Trap. Different types of inlet protection are appropriate for different applications depending on site conditions and the type of inlet. Inlet protection methods not presented in this handbook should be approved by the local stormwater management agency. Design and Layout Identify existing and planned storm drain inlets that have the potential to receive sediment- laden surface runoff. Determine if storm drain inlet protection is needed and which method to use. "' Limit upstream drainage area to 1 acre maximum. For larger drainage areas, use SE-2, Sediment Basin, or SE-3, Sediment Trap, upstream of the inlet protection device. " The key to successful and safe use of storm drain inlet protection devices is to know where runoff will pond or be diverted. Determine the acceptable location and extent of ponding in the vicinity of the drain inlet. The acceptable location and extent of ponding will influence the type and design of the storm drain inlet protection device. Determine the extent of potential runoff diversion caused by the storm drain inlet protection device. Runoff ponded by inlet protection devices may flow around the device and towards the next downstream inlet. In some cases, this is acceptable; in other cases, serious erosion or downstream property damage can be caused by these diversions. The possibility of runoff diversions will influence whether or not storm drain inlet protection is suitable; and, if suitable, the type and design of the device. " The location and extent of ponding, and the extent of diversion, can usually be controlled through appropriate placement of the inlet protection device. In some cases, moving the 2 of 9 California Stormwater BMP Handbook Construction www.cabmphandbooks.com January 2003 Storm Drain Inlet Protection SE-10 inlet protection device a short distance upstream of the actual inlet can provide more efficient sediment control, limit ponding to desired areas, and prevent or control diversions. '" Four types of inlet protection are presented below. However, it is recognized that other effective methods and proprietary devices exist and may be selected. Filter Fabric Fence: Appropriate for drainage basins with less than a 5% slope, sheet flows, and flows under 0.5 cfs. Excavated Drop Inlet Sediment Trap: An excavated area around the inlet to trap sediment (SE-3). Gravel bag barrier: Used to create a small sediment trap upstream of inlets on sloped, paved streets. Appropriate for sheet flow or when concentrated flow may exceed 0.5 cfs, and where overtopping is required to prevent flooding. Block and Gravel Filter: Appropriate for flows greater than 0.5 cfs. " Select the appropriate type of inlet protection and design as referred to or as described in this fact sheet. ■ Provide area around the inlet for water to pond without flooding strnctures and property. '" Grates and spaces around all inlets should be sealed to prevent seepage of sediment-laden water. ,. Excavate sediment sumps (where needed) 1 to 2 ft with 2:1 side slopes around the inlet. Installation " DI Protection Type 1 -Filter Fabric Fence -The filter fabric fence (Type 1) protection is shown in the attached figure. Similar to constructing a silt fence; see BMP SE-1, Silt Fence. Do not place filter fabric underneath the inlet grate since the collected sediment may fall into the drain inlet when the fabric is removed or replaced. 1. Excavate a trench approximately 6 in. wide and 6 in. deep along the line of the silt fence inlet protection device. 2. Place 2 in. by 2 in. wooden stakes around the perimeter of the inlet a maximum of 3 ft apart and drive them at least 18 in. into the ground or 12 in. below the bottom of the trench. The stakes must be at least 48 in. 3. Lay fabric along bottom of trench, up side of trench, and then up stakes. See SE-1, Silt Fence, for details. The maximum silt fence height around the inlet is 24 in. 4. Staple the filter fabric (for materials and specifications, see SE-1, Silt Fence) to wooden stakes. Use heavy-duty wire staples at least 1 in. in length. 5. Backfill the trench with gravel or compacted earth all the way around. " DI Protection Type 2 -Excavated Drop Inlet Sediment Trap -The excavated drop inlet sediment trap (Type 2) is shown in the attached figures. Install filter fabric fence in January 2003 California Stormwater BMP Handbook Construction www.cabmphandbooks.com 3 of 9 SE-10 Storm Drain Inlet Protection accordance with DI Protection Type 1. Size excavated trap to provide a minimum storage capacity calculated at the rate 67 yd3/ acre of drainage area. " DI Protection Type 3 -Gravel bag -The gravel bag barrier (Type 3) is shown in the figures. Flow from a severe storm should not overtop the curb. In areas of high clay and silts, use filter fabric and gravel as additional filter media. Construct gravel bags in accordance with SE-6, Gravel Bag Berm. Gravel bags should be used due to their high permeability. 1. Use sand bag made of geotextile fabric (not burlap) and fill with 0.75 in. rock or 0.25 in. pea gravel. 2. Construct on gently sloping street. 3. Leave room upstream of barrier for water to pond and sediment to settle. 4. Place several layers of sand bags -overlapping the bags and packing them tightly together. 5. Leave gap of one bag on the top row to serve as a spillway. Flow from a severe storm (e.g., 10 year storm) should not overtop the curb. ,. DI Protection Type 4 -Block and Gravel Filter -The block and gravel filter (Type 4) is shown in the figures. Block and gravel filters are suitable for curb inlets commonly used in residential, commercial, and industrial construction. 1. Place hardware cloth or comparable wire mesh with 0.5 in. openings over the drop inlet so that the wire extends a minimum of 1 ft beyond each side of the inlet structure. If more than one strip is necessary, overlap the strips. Place filter fabric over the wire mesh. 2. Place concrete blocks lengthwise on their sides in a single row around the perimeter of the inlet, so that the open ends face outward, not upward. The ends of adjacent blocks should abut. The height of the barrier can be varied, depending on design needs, by stacking combinations of blocks that are 4 in., 8 in., and 12 in. wide. The row of blocks should be at least 12 in. but no greater than 24 in. high. 3. Place wire mesh over the outside vertical face (open end) of the concrete blocks to prevent stone from being washed through the blocks. Use hardware cloth or comparable wire mesh with 0.5 in. opening. 4. Pile washed stone against the wire mesh to the top of the blocks. Use 0.75 to 3 in. Cosl:s " Average annual cost for installation and maintenance (one year useful life) is $200 per inlet. Inspection and Maintenance ,. Inspect BMPs prior to forecast rain, daily during extended rain events, after rain events, weekly during the rainy season, and at two-week intervals during the non-rainy season. 4 of 9 California Stormwater BMP Handbook Construction www.cabmphandbooks.com January 2003 Storm Drain Inlet Protection SE-10 m Filter Fabric Fences. If the fabric becomes clogged, torn, or degrades, it should be replaced. Make sure the stakes are securely driven in the ground and are in good shape (i.e., not bent, cracked, or splintered, and are reasonably perpendicular to the ground). Replace damaged stakes. " Gravel Filters. If the gravel becomes clogged with sediment, it must be carefully removed from the inlet and either cleaned or replaced. Since cleaning gravel at a construction site may be difficult, consider using the sediment-laden stone as fill material and put fresh stone around the inlet. Inspect bags for holes, gashes, and snags, and replace bags as needed. Check gravel bags for proper arrangement and displacement. " Sediment that accumulates in the BMP must be periodically removed in order to maintain BMP effectiveness. Sediment should be removed when the sediment accumulation reaches one-third of the barrier height. Sediment removed during maintenance may be incorporated into earthwork on the site ore disposed at an appropriate location. " Remove storm drain inlet protection once the drainage area is stabilized. Clean and regrade area around the inlet and clean the inside of the storm drain inlet as it must be free of sediment and debris at the time of final inspection. References Stormwater Quality Handbooks -Construction Site Best Management Practices (BMPs) Manual, State of California Department of Transportation (Caltrans), November 2000. Storm water Management Manual for The Puget Sound Basin, Washington State Department of Ecology, Public Review Draft, 1991. January 2003 California Stormwater BMP Handbook Construction www.cabmphandbooks.com 5 of 9 SE-10 Storm Drain Inlet Protection 6 of 9 X ;< I "----------'--------v· D PRCl"CT!Jl\1 JYPE \IU I TC! ",C ond seeding ere ;.Jendin-g 2. Net o~piiccble in :10--.1ed cirec::=:. 3. Not c1ppliccble wi,:[', concentro-::ed ilovvs. California Stormwater BMP Handbook Construction www.cabmphandbooks.com ': ii t - January 2003 Storm Drain Inlet Protection SE-10 I '.~~~ciJiliLe cren nnc:' CJr-oc!e u :ifcnnly I / I 1 1 L::= .3 lv1 in i\lote: Sh eel flow ----- Note:, ,x------ x ' xi I ei.er ~;ection /'1-A I I I L_ - - X L ____ _ IL __ l.__x------x- rJI Plor, ------ F1ROTECTIOI\J TYc::iE NOT 10 SU:LE 2 1, f-'01-use in cleared end grubbed one! in qroded oreos. !·j1: n [:fox ? Shope josin so thot longesl inflm,v u1·eu ICces longe:_;l lengll'· of trap . . 3. For concenfroi:ed flo\/1/'.-=;, sh ope basin in 2: 1 r·otio with length 01-:enled towor·cs di1·eclior1 of flow. January 2003 California Stormwater BMP Handbook Construction www .cabmphandbooks.com 7 of 9 SE-10 Storm Drain Inlet Protection 8 of 9 /'·-._ I':_~""'- Flov\l ---- ( -----s------- ' -----r--____ ~ 1. r,tcr·dcd f-'.lr ':>'1ud-~_WT, L,sc. L. ,,:c;c t:J irihi:J:L 1·:or··-·sto~~T, vvciter fie,,;...-_ 3. l'.liCJ\1·1 tor p1·(;pe mointe:1(r1ce cr1J cl2c1r u:J 4 [-:igs ·Tus~ be ·er1u,1ec CJt~e' :1djor_:cTL ·:c; cn:-nµlcted \_ Scr1d:~-oos 2-JC0'.0- l\J:i-:: criplico~te i'1 cyecE, vdh high siiL':o '.Jnc cloy:,; "vvitroul lil~w fabric !i F=!CTECTiJN IYF)=-3 \OT 1-0 '.:iCA'_F California Stormwater BMP Handbook Construction www.cabmphandbooks.com January 2003 Storm Drain Inlet Protection -:::: __ -cc.c_--- ----- January 2003 Coricn=:de Diock leriq IJ1wi'.::.;e ori cg, ete1-of ope111r1q DI f)~\CTECTIOI\J NCJT ro SCALE California Stormwater BMP Handbook Construction www.cabmphandbooks.com c_j \·V <Jr l"~l -------- Curb inlet SE-10 9 of 9 Material Delivery and Storage WM-1 Description and Purpose Prevent, reduce, or eliminate the discharge of pollutants from material delivery and storage to the stormwater system or watercourses by minimizing the storage of hazardous materials onsite, storing materials in a designated area, installing secondary containment, conducting regular inspections, and training employees and subcontractors. This best management practice covers only material delivery and storage. For other information on materials, see WM-2, Material Use, orWM-4, Spill Prevention and Control. For information on wastes, see the waste management BMPs in this section. Suitable Applications These procedures are suitable for use at all construction sites with delivery and storage of the following materials: ■ Soil stabilizers and binders '" Pesticides and herbicides '" Fertilizers ,. Detergents " Plaster ,. Petroleum products such as fuel, oil, and grease '" Asphalt and concrete components January 2003 California Stormwater BMP Handbook Construction www.cabmphandbooks.com Objectives EC Erosion Control SE Sediment Control TC Tracking Control WE Wind Erosion Control NS Non-Stormwater Management Control WM Waste Management and Materials Pollution Control Legend: ✓ Primary Objective ✓ Secondary Objective Targeted Constituents Sediment Nutrients Trash Metals Bacteria Oil and Grease Organics Potential Alternatives None SQA ifornia tormwater Quality Association ✓ ✓ ✓ ✓ ✓ ✓ 1 of 5 WM-1 Material Delivery and Storage ., Hazardous chemicals such as acids, lime, glues, adhesives, paints, solvents, and curing compounds " Concrete compounds " Other materials that may be detrimental if released to the environment Limitations " Space limitation may preclude indoor storage. " Storage sheds often must meet building and fire code requirements. Implementation The following steps should be taken to minimize risk: " Temporary storage area should be located away from vehicular traffic. " Material Safety Data Sheets (MSDS) should be supplied for all materials stored. " Construction site areas should be designated for material delivery and storage. " Material delivery and storage areas should be located near the construction entrances, away from waterways, if possible. Avoid transport near drainage paths or waterways. Surround with earth berms. See EC-9, Earth Dikes and Drainage Swales. Place in an area which will be paved. " Storage of reactive, ignitable, or flammable liquids must comply with the fire codes of your area. Contact the local Fire Marshal to review site materials, quantities, and proposed storage area to determine specific requirements. See the Flammable and Combustible Liquid Code, NFPA30. '" An up to date inventory of materials delivered and stored onsite should be kept. " Hazardous materials storage onsite should be minimized. " Hazardous materials should be handled as infrequently as possible. " During the rainy season, consider storing materials in a covered area. Store materials in secondary containments such as earthen dike, horse trough, or even a children's wading pool for non-reactive materials such as detergents, oil, grease, and paints. Small amounts of material may be secondarily contained in "bus boy" trays or concrete mixing trays. " Do not store chemicals, drums, or bagged materials directly on the ground. Place these items on a pallet and, when possible, in secondary containment. 2 of s California Stormwater BMP Handbook Construction www.cabmphandbooks.com January 2003 Material Delivery and Storage WM-1 ,. If drums must be kept uncovered, store them at a slight angle to reduce ponding of rainwater on the lids to reduce corrosion. Domed plastic covers are inexpensive and snap to the top of drums, preventing water from collecting. ,. Chemicals should be kept in their original labeled containers. '" Employees and subcontractors should be trained on the proper material delivery and storage practices. '" Employees trained in emergency spill cleanup procedures must be present when dangerous materials or liquid chemicals are unloaded. ,. If significant residual materials remain on the ground after construction is complete, properly remove materials and any contaminated soil. See WM-7, Contaminated Soil Management. If the area is to be paved, pave as soon as materials are removed to stabilize the soil. Material Storage Areas and Practices ,. Liquids, petroleum products, and substances listed in 40 CFR Parts 110, 117, or 302 should be stored in approved containers and drums and should not be overfilled. Containers and drums should be placed in temporary containment facilities for storage. " A temporary containment facility should provide for a spill containment volume able to contain precipitation from a 25 year storm event, plus the greater of 10% of the aggregate volume of all containers or 100% of the capacity of the largest container within its boundary, whichever is greater. " A temporary containment facility should be impervious to the materials stored therein for a minimum contact time of 72 hours. ,. A temporary containment facility should be maintained free of accumulated rainwater and spills. In the event of spills or leaks, accumulated rainwater and spills should be collected and placed into drums. These liquids should be handled as a hazardous waste unless testing determines them to be non-hazardous. All collected liquids or non-hazardous liquids should be sent to an approved disposal site. " Sufficient separation should be provided between stored containers to allow for spill cleanup and emergency response access. 11 Incompatible materials, such as chlorine and ammonia, should not be stored in the same temporary containment facility. e Throughout the rainy season, each temporary containment facility should be covered during non-working days, prior to, and during rain events. " Materials should be stored in their original containers and the original product labels should be maintained in place in a legible condition. Damaged or otherwise illegible labels should be replaced immediately. January 2003 California Stormwater BMP Handbook Construction www .cabmphandbooks.com 3 of 5 WM-1 Material Delivery and Storage ■ Bagged and boxed materials should be stored on pallets and should not be allowed to accumulate on the ground. To provide protection from wind and rain throughout the rainy season, bagged and boxed materials should be covered during non-working days and prior to and during rain events. " Stockpiles should be protected in accordance with WM-3, Stockpile Management. ,. Materials should be stored indoors within existing structures or sheds when available. '" Proper storage instructions should be posted at all times in an open and conspicuous location. ,. An ample supply of appropriate spill clean up material should be kept near storage areas. 11 Also see WM-6, Hazardous Waste Management, for storing of hazardous materials. Material Delivery Practices " Keep an accurate, up-to-date inventory of material delivered and stored onsite. 11 Arrange for employees trained in emergency spill cleanup procedures to be present when dangerous materials or liquid chemicals are unloaded. Spill Cleanup 11 Contain and clean up any spill immediately. " Properly remove and dispose of any hazardous materials or contaminated soil if significant residual materials remain on the ground after construction is complete. See WM-7, Contaminated Soil Management. " See WM-4, Spill Prevention and Control, for spills of chemicals and/or hazardous materials. Cost " The largest cost of implementation may be in the construction of a materials storage area that is covered and provides secondary containment. Inspection and Maintenance ■ Inspect and verify that activity-based BMPs are in place prior to the commencement of associated activities. While activities associated with the BMP are under way, inspect weekly during the rainy season and of two-week intervals in the non-rainy season to verify continued BMP implementation. " Keep an ample supply of spill cleanup materials near the storage area. " Keep storage areas clean, well organized, and equipped with ample cleannp supplies as appropriate for the materials being stored. ■ Repair or replace perimeter controls, containment structures, covers, and liners as needed to maintain proper function. 4 of 5 California Stormwater BMP Handbook Construction www.cabmphandbooks.com January 2003 Material Delivery and Storage WM-1 References Blueprint for a Clean Bay: Best Management Practices to Prevent Stormwater Pollution from Construction Related Activities; Santa Clara Valley Non point Source Pollution Control Program, 1995. Coastal Non point Pollution Control Program: Program Development and Approval Guidance, Working Group Working Paper; USEPA, April 1992. Stormwater Quality Handbooks -Construction Site Best Management Practices (BMPs) Manual, State of California Department of Transportation (Caltrans), November 2000. Stormwater Management for Construction Activities; Developing Pollution Prevention Plans and Best Management Practice, EPA 832-R-92005; USEPA, April 1992. January 2003 California Stormwater BMP Handbook Construction www.cabmphandbooks.com 5 of 5 Material Use Description and Purpose Prevent or reduce the discharge of pollutants to the storm drain system or watercourses from material use by using alternative products, minimizing hazardous material use onsite, and training employees and subcontractors. Suitable Applications This BMP is suitable for use at all construction projects. These procedures apply when the following materials are used or prepared onsite: ,. Pesticides and herbicides ,. Fertilizers ,. Detergents ,. Plaster ,. Petroleum products such as fuel, oil, and grease '" Asphalt and other concrete components ,. Other hazardous chemicals such as acids, lime, glues, adhesives, paints, solvents, and curing compounds " Concrete compounds '" Other materials that may be detrimental if released to the environment January 2003 California Stormwater BMP Handbook Construction www.cabmphandbooks.com WM-2 Objectives EC Erosion Control SE Sediment Control TC Tracking Control WE Wind Erosion Control NS Non-Stormwater Management Control WM Waste Management and Materials Pollution Control Legend: J Primary Objective ✓ Secondary Objecti.ve Targeted Constituents Sediment Nutrients Trash Metals Bacteria ✓ Oil and Grease ✓ Organics ✓ Potential Alternatives None Stormwater Ouafity Association 1 of 3 WM-2 Material Use limitations Safer alternative building aud construction products may not be available or suitable in every instance. Implementation The following steps should be taken to minimize risk: " Minimize use of hazardous materials onsite. " Follow manufacturer instructions regarding uses, protective equipment, ventilation, flammability, and mixing of chemicals. ,. Train personnel who use pesticides. The California Department of Pesticide Regulation and county agricultural commissioners license pesticide dealers, certify pesticide applicators, and conduct onsite inspections. " Do not over-apply fertilizers, herbicides, and pesticides. Prepare only the amount needed. Follow the recommended usage instructions. Over-application is expensive and environmentally harmful. Unless on steep slopes, till fertilizers into the soil rather than hydro seeding. Apply surface dressings in several smaller applications, as opposed to one large application, to allow time for infiltration and to avoid excess material being carried offsite by runoff. Do not apply these chemicals just before it rains. " Train employees and subcontractors in proper material use. " Supply Material Safety Data Sheets (MSDS) for all materials. " Dispose oflatex paint and paint cans, used brushes, rags, absorbent materials, and drop cloths, when thoroughly dry and are no longer hazardous, with other construction debris. 11 Do not remove the original product label; it contains important safety and disposal information. Use the entire product before disposing of the container. " Mix paint indoors or in a containment area. Never clean paintbrushes or rinse paint containers into a street, gutter, storm drain, or watercourse. Dispose of any paint thinners, residue, and sludge(s) that cannot be recycled, as hazardous waste. " For water-based paint, clean brushes to the extent practicable, and rinse to a drain leading to a sanitary sewer where permitted, or into a concrete washout pit or temporary sediment trap. For oil-based paints, clean brushes to the extent practicable, and filter and reuse thinners and solvents. " Use recycled and less hazardous products when practical. Recycle residual paints, solvents, non-treated lumber, and other materials. " Use materials only where and when needed to complete the construction activity. Use safer alternative materials as much as possible. Reduce or eliminate use of hazardous materials onsite when practical. 2 of 3 California Stormwater BMP Handbook Construction www.cabmphandbooks.com January 2003 Material Use WM-2 " Require contractors to complete the "Report of Chemical Spray Forms" when spraying herbicides and pesticides. " Keep an ample supply of spill clean up material near use areas. Train employees in spill clean up procedures. ■ Avoid exposing applied materials to rainfall and runoff unless sufficient time has been allowed for them to dry. Costs All of the above are low cost measures. Inspection and Maintenance " Inspect and verify that activity-based BMPs are in place prior to the commencement of associated activities. While activities associated with the BMP are under way, inspect weekly during the rainy season and at two-week intervals in the non-rainy season to verify continued BMP implementation. " Maintenance of this best management practice is minimal. " Spot check employees and subcontractors throughout the job to ensure appropriate practices are being employed. References Blueprint for a Clean Bay: Best Management Practices to Prevent Stormwater Pollution from Construction Related Activities; Santa Clara Valley Nonpoint Source Pollution Control Program, 1995. Coastal Nonpoint Pollution Control Program: Program Development and Approval Guidance, Working Group Working Paper; USEPA, April 1992. Stormwater Quality Handbooks -Construction Site Best Management Practices (BMPs) Manual, State of California Department of Transportation (Caltrans), November 2000. Stormwater Management for Construction Activities; Developing Pollution Prevention Plans and Best Management Practice, EPA 832-R-92005; USEPA, April 1992. January 2003 California Stormwater BMP Handbook Construction www.cabmphandbooks.com 3 of 3 -- Stockpile Management Description and Purpose Stockpile Management procedures and practices are designed to reduce or eliminate air and stormwater pollution from stockpiles of soil, paving materials such as portland cement concrete (PCC) rubble, asphalt concrete (AC), asphalt concrete rubble, aggregate base, aggregate sub base or pre-mixed aggregate, asphalt minder (so called "cold mix" asphalt), and pressure treated wood. Suitable Applications Implement in all projects that stockpile soil and other materials. Limitations None identified. Implementation Protection of stockpiles is a year-round requirement. To properly manage stockpiles: " Locate stockpiles a minimum of 50 ft away from concentrated flows of stormwater, drainage courses, and inlets. ,. Protect all stockpiles from stormwater runon using a temporary perimeter sediment barrier such as berms, dikes, fiber rolls, silt fences, sandbag, gravel bags, or straw bale barriers. January 2003 California Stormwater BMP Handbook Construction www.cabmphandbooks.com WM-3 Objectives EC Erosion Control SE Sediment Control TC Tracking Control WE Wind Erosion Control NS Non-Stormwater Management Control WM Waste Management and Materials Pollution Control Legend: ✓ Primary Objective ✓ Secondary Objective Targeted Constituents Sediment Nutrients Trash Metals Bacteria Oil and Grease Organics Potential Alternatives None SOA Stormwater Quality Association ✓ ✓ ✓ ✓ ✓ ✓ 1 of 3 WM-3 Stockpile Management " Implement wind erosion control practices as appropriate on all stockpiled material. For specific information, see WE-1, Wind Erosion Control. " Manage stockpiles of contaminated soil in accordance with WM-7, Contaminated Soil Management. " Place bagged materials on pallets and under cover. Protection of Non-Active Stockpiles Non-active stockpiles of the identified materials should be protected further as follows: Soil stockpiles " During the rainy season, soil stockpiles should be covered or protected with soil stabilization measures and a temporary perimeter sediment barrier at all times. " During the non-rainy season, soil stockpiles should be covered or protected with a temporary perimeter sediment barrier prior to the onset of precipitation. Stockpiles of Portland cement concrete rubble, asphalt concrete, asphalt concrete rubble, aggregate base, or aggregate sub base ■ During the rainy season, the stockpiles should be covered or protected with a temporary perimeter sediment barrier at all times. ,. During the non-rainy season, the stockpiles should be covered or protected with a temporary perimeter sediment barrier prior to the onset of precipitation. Stockpiles of "cold mix" '" During the rainy season, cold mix stockpiles should be placed on and covered with plastic or comparable material at all times. " During the non-rainy season, cold mix stockpiles should be placed on and covered with plastic or comparable material prior to the onset of precipitation. Stockpiles/Storage of pressure treated wood with copper, chromium, and arsenic or ammonical, copper, zinc, and arsenate " During the rainy season, treated wood should be covered with plastic or comparable material at all times. " During the non-rainy season, treated wood should be covered with plastic or comparable material at all times and cold mix stockpiles should be placed on and covered with plastic or comparable material prior to the onset of precipitation. Protection of Active Stockpiles Active stockpiles of the identified materials should be protected further as follows: ■ All stockpiles should be protected with a temporary linear sediment barrier prior to the onset of precipitation. " Stockpiles of "cold mix" should be placed on and covered with plastic or comparable material prior to the onset of precipitation. 2 of 3 California Stormwater BMP Handbook Construction www.cabmphandbooks.com January 2003 Stockpile Management WM-3 Costs All of the above are low cost measures. Inspection and Maintenance ■ Inspect and verify that activity-based BMPs are in place prior to the commencement of associated activities. While activities associated with the BMP are under way, inspect weekly during the rainy season and of two-week intervals in the non-rainy season to verify continued BMP implementation m Repair and/ or replace perimeter controls and covers as needed to keep them functioning properly. References Stormwater Quality Handbooks -Construction Site Best Management Practices (BMPs) Manual, State of California Department of Transportation ( Cal trans), November 2000. January 2003 California Stormwater BMP Handbook Construction www.cabmphandbooks.com 3 of 3 Sanitary /Septic Waste Management WM-9 ~- ------ \Kl Description and Purpose Proper sanitary and septic waste management prevent the discharge of pollutants to stormwater from sanitary and septic waste by providing convenient, well-maintained facilities, and arranging for regular service and disposal. Suitable Applications Sanitary septic waste management practices are suitable for use at all construction sites that use temporary or portable sanitary and septic waste systems. Limitations None identified. Implementation Sanitary or septic wastes should be treated or disposed of in accordance with state and local requirements. In many cases, one contract with a local facility supplier will be all that it takes to make sure sanitary wastes are properly disposed. Storage and Disposal Procedures " Temporary sanitary facilities should be located away from drainage facilities, watercourses, and from traffic circulation. When subjected to high winds or risk of high winds, temporary sanitary facilities should be secured to prevent overturning. ,. Wastewater should not be discharged or buried within the project site. January 2003 California Stormwater BMP Handbook Construction www.cabmphandbooks.com Objectives EC Erosion Control SE Sediment Control TC Tracking Control WE Wind Erosion Control NS Non-Stormwater Management Control Waste Management and WM Materials Pollution Control Legend: J Primary Objective ✓ Secondary Objective Targeted Constituents Sediment Nutrients Trash Metals Bacteria Oil and Grease Organics Potential Alternatives None SOA Stormwater Quality Association ✓ ✓ ✓ ✓ ✓ 1 of 3 WM-9 Sanitary /Septic Waste Management ,. Sanitary and septic systems that discharge directly into sanitary sewer systems, where permissible, should comply with the local health agency, city, county, and sewer district requirements. " Only reputable, licensed sanitary and septic waste haulers should be used. " Sanitary facilities should be located in a convenient location. " Untreated raw wastewater should never be discharged or buried. " Temporary septic systems should treat wastes to appropriate levels before discharging. 11 If using an onsite disposal system (OSDS), such as a septic system, local health agency requirements must be followed. 11 Temporary sanitary facilities that discharge to the sanitary sewer system should be properly connected to avoid illicit discharges. " Sanitary and septic facilities should be maintained in good working order by a licensed se!'Vlce. ,. Regular waste collection by a licensed hauler should be arranged before facilities overflow. Education ,. Educate employees, subcontractors, and suppliers on sanitary and septic waste storage and disposal procedures. 11 Educate employees, subcontractors, and suppliers of potential dangers to humans and the environment from sanitary and septic wastes. " Instruct employees, subcontractors, and suppliers in identification of sanitary and septic waste. " Hold regular meetings to discuss and reinforce disposal procedures (incorporate into regular safety meetings). " Establish a continuing education program to indoctrinate new employees. Costs All of the above are low cost measures. Inspection and Maintenance ,. Inspect and verify that activity-based BMPs are in place prior to the commencement of associated activities. While activities associated with the BMP are under way, inspect weekly during the rainy season and of two-week intervals in the non-rainy season to verify continued BMP implementation. " Arrange for regular waste collection. " If high winds are expected, portable sanitary facilities must be secured with spikes or weighed down to prevent over turning. 2 of 3 California Stormwater BMP Handbook Construction www.cabmphandbooks.com January 2003 Sanitary /Septic Waste Management WM-9 References Stormwater Quality Handbooks -Construction Site Best Management Practices (BMPs) Manual, State of California Department of Transportation (Caltrans), November 2000. Stormwater Management for Construction Activities; Developing Pollution Prevention Plans and Best Management Practice, EPA 832-R-92005; USEPA, April 1992. January 2003 California Stormwater BMP Handbook Construction www.cabmphandbooks.com 3 of 3 Exhibit D-1.4 Notice of Intent (NOi) State of California Regional Water Quality Control Board -Santa Ana Region NOTICE TO REGIONAL BOARD OF CONSTRUCTION ACTIVITY and of Intent to Comply with the Terms of the Area-Wide Urban Storm Water Runoff Pcnnit for the County of Orange, Orange County Flood Control District and the Incorporated Cities within the Santa Ana Region (Order No.RS-2002-0010) MUNICIPAL CONSTRUCTION PROJECT INFORMATION (One(!) acre or more) Mark One Item [ ] New Construction [ ] Reconstruction [ J Change oflnfonnation I. MUNICIPAL OWNER Name Contact Person/Title Mailing Address Contact Phone City State I Zip II. CONTRACTOR Name Contact Person/Title Mailing Address Contact Phone City State I Zip III. SITE INFORMATION Project Name Total Size (acres) Site Address/Project Limits Project Start Date City Zip Est. Completion Date Type of Work: [ ]Road [ J Utility [ J Flood Control [ J Indusllial [ J Commercial [ J Other (specify below) Description of Work IV. RECEIVING WATER INFORMATION Does Your Site's Stonn Water Discharge to (Mark One and Specify Water Body): [ ] Storm Drain System (Owner's Name) _________________________________ _ [ J Directly to Waters of the U.S.(e.g. river, lake, creek, ocean) _________________________ _ [ ] Indirectly to Waters of the U.S. _________________________________ _ V. PERMIT REQUIREMENTS A. Stonn Water Pollution Prevention Plan (SWPPP) (Mark One): [ ] A SWPPP has been prepared for this facility and is available for review. [ ] A SWPPP will be prepared and ready for review by (date) _/_/_. VI. CERTIFICATION B. Monitoring Program (MP) (Mark One): [ ] A .MP has been prepared for this facility and is available for review. [ ] A MP will be prepared and ready for review by (date) .. I certify under penalty of law that this document and all attachments were prepared under my direction and supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the infonnation submitted. Based on my inquiry of the persons or persons who manage the system, or those persons directly responsible for gathering the infonnation, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisomnent. In addition, I ce1iify that Provision No. XV. of Order RS-2002-00 I 0, including the development and implementation of a Stonn Water Pollution Prevention Plan and a Monitoring Program Plan, will be complied with. Printed Name: ______________________ ~ Title: ____________________ _ Signature: Date: ---------------------------------------------- oc/noc/9/6/96 Exhibit D-1. 7 Section 401 Certification Santa Ana Regional Water Quality Control Board California Regional Water Quality Control Board Sa11ta A11a Region ---------------'"---------- Linda S. Adams SecretmJ,jor Environmental T'rntection April 10, 2007 Nardy Drew 3737 Main Street, Suitt; 500, Rivcr:c,idc, Californin 9250 l -3348 Phone (951) 782-4130 ~ FAX (95!}781-6i.'8S "TDD (951) 782~3221 www. wakrboards. ca. gov /s antaana Anwld Schwarzenegger Gm·ernor Resources & Development Management Dept County of Orange 300 North Flower Street Santa Ana, CA 92702-4048 CLEAN WATER ACT SECTION 401 WATER QUALITY STANDARDS CERTIFICATION FOR THE !RVINE AVENUE WIDENING PROJECT, COUNTY OF ORANGE (ACOE REFERENCE NO, NOT AVAILABLE) Dear Ms. Drew: On November i3, 2006, we received an application for Clean Water Act Section 401 Water Quality Standards Certification (Certification) for the proposed widening of a portion of Irvine Avenue in unincorporated Orange County. On March 22, 2007, we received information requested by Regional Board staff in an electronic message dated November 14, 2006. This letter responds to your request for certification that the proposed project, described in your application and summarized below, will comply with Slate water quality standards outlined in the Water Quality Contra[ Plan for the Santa Ana River Basin (1995) and subsequent Basin Plan amendments: Project Description: The project involves the widening of Irvine Avenue from a point south of Mesa Drive to Southeast Bristol Street, restriping Mesa Drive east and west of Irvine Avenue, construction of retaining walls along Mesa Drive, and construction of a sidewalk along Southeast Bristol Street New catch basins and a corresponding storm drain line will be constructed in the roadway, discharging to the Santa Ana Delhi Channel. The subsequent application submittal includes moving the proposed outfall approximately 100-feet downstream of the original location, Pollutants in storm water discharges from the proposed storm drain outfall will be treated using a hydro- dynamic separator. The project site is located within Section 5 of Township 6 South, Range 10 West, of the U.S. Geological Survey Newport Beach, California, 7.5-minute topographic quadrangle map (33.659722 degrees N/117.881681 degrees W}. California Environmental Protection Agency 0 Recycli!d Paper Resources & Development Mgt Dept. County of Orange -2 -April 10, 2007 Receiving water: Fill area: Dredge/Fill volume: Federal permit: Santa Ana Delhi Channel. Not to exceed 0.001 acres of temporary impact to a perennial flood control channel. Not Avaifable U.S. Army Corps of Engineers Nationwide Permit No. 33. Should !he proposed project impact state-or federally-listed endangered species or their habitat, implementation of measures identified in consultation with U.S. Fish and Wildlife Service and the California Department of Fish and Game will ensure those impacts are mitigated to an acceptable level. Appropriate Best Management Practices will be implemented to reduce construction-related impacts to Waters of the State according to the requirements of Order No. RB-2002-0010, commonly known as the Orange County Municipal Storm Water Permit Order No. RB-2002-0010 requires that you substantially comply with the requirements of State Water Resources Control Board's General Permit for Storm Water Discharges Associated with Construction Activity, Water Quality Order 99-08 DWQ, including the preparation of a SWPPP. You have applied for a Nationwide Permit from the U.S. Army Corps of Engineers in compliance with Section 404 of !he Clean 'Water Act. You have applied for a Coastal Development Permit from the California Coastal Commission. Pursuant to the California Environmental Quality Act (CEOA), the County of Orange adopted Mitigated Negative Declaralion IP 02-19 on March 8, 2005. The Executive Officer r1as considered the County's Mitigated Negative Declaration in the issuance of this Certification. This 401 Certification is contingent upon the execution of the following conditions: Under California Water Code, Section 1058, and Pursuant to 23 CCR §3860, the following shall be included as conditions of all water quality certification actions: (a) Every certification action is subject to modification or revocation upon administrative or judicial review, including review and amendment pursuant to Section §13330 of the Water Code and Article 6 (commencing with Section 3867) of this Chapter. (b) Certification is not intended and shall 1101 be construed to apply to any activity involving a hydroelectric facility and requiring a FERC license or an amendment lo a FERG license unless the pertinent certification application was filed pursuant to Subsection §3855(b) of this Chapter and that application specifically identified that a FERG license or amendment to a FERC license for a hydroelectric facility was being sought. California Environmental Protection Agency -{J' Recycled f'aptr Resources & Development Mgt Dept County of Orange -3 -April i 0, 2007 (c) Certification is conditioned upon total payment of any fee required under this Chapter and owed by the applicant. Although we anticipate no further regulatory involvement, if the above stated conditions are changed, any of the criteria or conditions as previously described are not met, or new information becomes available that indicates a water quality problem, we may formulate Waste Discharge Requirements. In the event of any violation or threatened violation of the conditions of this certification, the violation or threatened violation shall be subject to any remedies, penalties, process or sanctions as provided for under state law. For purposes of section 401 (d) of the Clean Water Act, the applicability of any state !aw authorizing remedies, penalties, process or sanctions for the violation or threatened violation constitutes a limitation necessary to assure compliance with the water quality standards and other pertinent requirements incorporated into this certification, In response to a suspected violation of any condition of this certification, the Santa Ana Regional Water Quality Control Board (Regional Board) may require the holder of any permit or license subject to this certification lo furnish, under penalty of perjury, any technical or monitoring reports the Regional Board deems appropriate. The burden, including costs, of the reports shall be reasonable in relation to the need for the reports and the benefits to be obtained from the reports. In response to any violation of the conditions ofthis certification, the Regional Board may add to or modify the conditions of this certification as appropriate to ensure compliance. Pursuant to California Code of Regulations Section 3857, we will take no further action on your application. Please notify our office five (5) days before construction begins on this project. This letter constitutes a Water Quality Standards Certification issued pursuant to Clean Water Act Section 401. I hereby issue an order certifying that any discharge from the referenced project will comply with the applicable provisions of Sections 301 (Effluent Limitations), 302 (Water Quality Related Effluent Limitations), 303 ('Nater Quality Standards and Implementation Plans), 306 (National Standards of Performance), and 307 (Toxic and Pretreatment Effluent Standards) of the Clean Water Act, and with other applicable requirements of State law. This discharge is also regulated under State Water Resources Control Board Order No. 2003-0017-DWQ (Order No. 2003-0017-DWQ), "General Waste Discharge Requirements for Dredge and Fill Discharges That Have Received Water Quality Certification" which requires compliance with all conditions of this Water Quality Standards Certification. Order No. 200-0017-DWQ is available at www.swrcb.ca.gov/resdec/wgorders/2003/wqo/wgo2003-0017.pdf. California E11viro11me11tal Protection Agency {Ji Recycled Pnper Resources & Development Mgt Dept. County of Orange April 10, 2007 Should there be any questions, please contact Adam Fischer at (951) 320-6363, or Mark Adelson at (951) 782-3234. Sincerely, r-1"\r-t.1 J. THIBEAULT Executive Officer cc: U. S. Army Corps of Engineers, Los Angeles Office -Corice Farar State Water Resources Control Board, OCC -Erik Spiess Stale Waler Resources Control Board, DWQ-Water Quality Certification Unit - Nancy Dagle Caiifomia Department of Fish and Game, Ontario Office -Naeem Siddiqui U.S. EPA, Supervisor of the Wetlands Regulatory Office WTR-8 -Tim Vendlinski APF:401/certiflcalionsllrvine ave widening 302006-30 California Environmental Protection Agency -Y .Recycled Paper Exhibit D-1.8 Section 404 Nationwide Permit No. 33 Army Corps of Engineers DEPARTMENT OF THE ARMY LOS ANGELES DISTRICT, CORPS OF ENGINEERS P.O. BOX 532711 REPLY TO ATTENTION OF: Office of the Chief Regulatory Division LOS ANGELES, CALIFORNIA 90053-2325 May 10, 2007 DEPARTMENT OF THE ARMY NATIONWIDE PERMIT AUTHORIZATION Nardy Drew, Chief, Regulatory Permits Section County of Orange RDMD Attention: Hualin Hsu-Wingard 300 N. Flower Street Santa Ana, California 92702-4048 Dear Ms. Drew: This is in reply to your letter (No. SPL-2007-9-SJH), dated November 17, 2006, concerning our permit authority under Section 404 of the Clean Water Act of 1972 (33 U.S.C. 1344) over your proposal to Discharge temporary fill into 0.00028-acre of non-wetland waters of the U.S. Discharge is associated with the Irvine Avenue Widening and Drainage Modification project which includes a waters of the United States (U.S.) h·ibutary to the Santa Ana Delhi Channel, in the City of Santa Ana Heights, Orange County, California. The Corps of Engineers has determined your proposed activity complies with the terms and conditions of Nationwide Permit Number 33: Temporary Construction, Access and Dewatering (Sections 10 and 404) as described in enclosure 1. In addition, the Corps has determined that your proposed activity complies with the terms and conditions of nationwide permit 03 Nationwide Permit Number 3: Maintenance (Sections 10 and 404) as described in enclosure 1. Furthermore, you must comply with the following non-discretionary Special Conditions: Special Conditions: 1. The Permittee shall ensure that all vehicle maintenance, staging, storage, and dispensing of fuel occurs in designated upland areas. The Permittee shall ensure that these designated upland areas are located at least 50 feet from waters of the U.S. to prevent any runoff from entering CW A Section 404 jurisdictional waters. 2. The Permittee shall employ all standard Best Management Practices to ensure that no debris, soil, silt, sand, rubbish, cement or concrete washings thereof, oil or petroleum products or washings thereof, are allowed to enter into or placed where it may be washed by rainfall or runoff into waterways. When project operations are -2- completed, any and all excess construction materials, debris, and or other associated excess project materials shall be removed to an appropriate off-site location outside of any jurisdictional areas. 3. The Permittee shall clearly mark the limits of the workspace with flagging or similar means to ensure mechanized equipment does not enter preserved waters of the U.S. and riparian/wetland habitat areas. Adverse impacts to waters of the U.S. beyond the Corps-approved construction footprint are not authorized. Such impacts could result in permit suspension and revocation, administrative, civil or criminal penalties, and/or substantial, additional, compensatory mitigation requirements. 4. Upon completion of the project, any and all flow-diverting structures and all temporary fill used for construction access shall be completely removed and the affected area returned to pre-project conditions as appropriate. 5. Vehicles shall not be driven or equipment operated in waters of the United States on- site, except as necessary to complete the proposed project. If applicable, mats ( or the like) may be used to reduce both direct and indirect impacts from construction activities. This letter of verification is valid through May 10, 2009. All nationwide permits expire on March 18, 2012. It is incumbent upon you to remain informed of changes to the nationwide permits. If the Corps of Engineers modifies, reissues, or revokes any nationwide permit at an earlier date, we will issue a public notice aimouncing the changes. A nationwide permit does not grant any property rights or exclusive privileges. Also, it does not authorize any injury to the property or rights of others or authorize interference with any existing or proposed Federal project. Furthermore, it does not obviate the need to obtain other Federal, state, or local authorizations required by law. Thank you for participating in our regulatory program. If you have any questions, please contact Stephanie Hall of my staff at (213) 452-3410. Enclosure ~:~, IJ,,}~"1 Mark Durham Chief, South Coast Branch Regulatory Division -3- LOS ANGELES DISTRICT U.S. ARMY CORPS OF ENGINEERS CERTIFICATION OF COMPLIANCE WITH • DEPARTMENT OF THE ARMY NATIONWIDE PERMIT Permit Number: SPL-2007-9-SJH Name of Permittee: Nardy Drew -County of Orange RDMD Date of Issuance: May 10, 2007 Upon completion of the activity authorized by this permit and any mitigation required by the permit, sign this certification and return it to the following address: U.S Army Corps of Engineers Regulatory Division ATTN: CESPL-CO-R-SPL-2007-9-SJH P.O. Box 532711 Los Angeles, California 90053-2325 Please note that your permitted activity is subject to a compliance inspection by an Army Corps of Engineers representative. If you fail to comply with this nationwide permit you may be subject to permit suspension, modification, or revocation procedures as contained in 33 CFR 330.5 or enforcement procedures such as those contained in 33 CFR 326.4 and 326.5. I hereby certify that the work authorized by the above referenced permit has been completed in accordance with the terms and conditions of the said permit, and required mitigation was completed in accordance with the permit condition(s). Signahne of Permittee Date NATIONWIDE PERMIT NUMBER 33 and 03 TERMS AND CONDITIONS 1. Nationwide Permit 33 and 03 Terms: Your activity is authorized under Nationwide Permit Number 33 and 03 subject to the follmving terms: Nationwide Permit Number 33: Temporary Constntctionr Access, and Dewatering. Tempornry structures, work, and discharges, including cofferdams, necessary for construction activities or access fills or dewatering of construction sites, provided that the associated primary activity is authorized by the Corps of Engineers or the U.S. Coast Guard. This N\NP also authorizes temporary structures, work, and discharges, including cofferdams, necessary for construction activities not otherwise subject to the Corps or U.S. Coast Guard permit requirements, Appropriate measures must be taken to maintain near normal downstream flows and to minimize flooding. Fill must consist of materials, and be placed in a manner, that will not be eroded by expected high flows. The use of dredged material may be allowed if the district engineer determines that it will not cause more than minimal adverse effects on aquatic resources. Following completion of construction, temporary fill must be entirely removed to upland areas, dredged material must be returned to its original location, and the affected areas must be restored to pre-construction elevations. The affected areas must also be re-vegetated, as appropriate. This permit does not authorize the use of cofferdams to dewater wetlands or other aquatic areas to change their use. Structures left in place after constn1ction is completed require a section 10 permit if located in navigable waters of the United States. (See 33 CFR part 322.) Notification: The perrnittee must submit a pre-construction notification to the district engineer prior to commencing the activity (see general condition 27). The pre-constn1ction notification must include a restoration plan showing how all temporary fills and structures will be removed and the area restored to pre-project conditions. (Sectlons 10 and 404) Nationwide Permit Number 3: Maintenance. (a) The repair, rehabilitation, or replacement of any previously authorized, currently serviceable, structure, or fill, or of any currently serviceable structure or fill authorized by 33 CFR 330.3, provided that the structure or fill is not to be put to uses differing from those uses specified or contemplated for it in the original permit or the most recently authorized modification. Minor deviations in the structure's configuration or filled area, including those due to changes in materials, construction techniques, or current construction codes or safety standards that are necessary to make the repair, rehabilitalion, or replacement re authorized. This NWP authorizes the repair, rehabilitation, or replacement of those structures or fills destroyed or damaged by storms, floods, fire or other discrete events provided the repair, rehabilitation, or replacement is commenced, or is under contract to commence, within two years of the date of their destruction or damage. In cases of catastrophic events, such as hurricanes or tornadoes, this two-year limit may be vvaived by the district engineer, provided the permittee can demonstrate funding, contract, or other similar delays. (b) This NWP also authorizes the removal of accumulated sediments and debris in the vicinity of and within existing struchues (e.g., bridges, culverted road crossings, water intake structures, etc) and the placement of new or additional riprap to protect the structure. The removal of sediment is limited to the minimum necessary to restore the waterway in the immediate vicinity of the structure to the approximate dimensions that existed when the structure was built, but cannot extend further than 200 feet in any direction from the structure. This 200 foot limit does not apply to maintenance dredging to remove accumulated sediments blocking or restricting outfall and intake struch1Ies or to maintenance dredging to remove accumulated sediments from canals associated with outfall and intake structures. All dredged or excavated materials must be deposited and retained in an upland area unless otherwise specifically approved by the district engineer under separate authorization. The placement of riprap must be the minimum necessary to protect the structure or to ensure the safety of the structure. Any bank stabilization measures not directly associated with the structure will reguire a separate authorization from the district engineer. (c) This NWP also authorizes temporary structures, fills, and work necessary to conduct the maintenance activity. Appropriate measures must be taken to maintain normal downstream flows and minimize flooding to the maximum extent practicable, when temporary structures, work, and discharges, including coffe.rdams, are necessary for construction activities, access fills, or dewatering of construction sites. Temporary fills must consist of materials, and be placed in a manner, that will not be eroded by expected hlgh flows. Temporary fills must be removed in their entirety and the affected areas returned to pre-construction elevations. The areas affected by temporary fills must be re-vegetated, as appropriate. (d) This N\NP does not authorize maintenance dredging for the primary purpose of navigation or beach restoration. This NWP does not authorize new stream channelization or stream relocation projects. Notification: For activities authorized by paragraph (b) of this 1'.JYVP, the permittee must submit a pre-construction notification to the district engineer prior to commencing the activity (see general condition 27). v\There maintenance dredging is proposed, the pre- construction notification must include information regarding the original design capacities and configurations of the outfalls, intakes, small impoundments, and canals. (Sections 10 and 404) Note: This NWP authorizes the repair, rehabilitation, or replacement of any previously authorized structure or fill that does not qualify for the Clean Water Act Section 404(f) exemption for maintenance. Note: To qualify for NWP authorization, the prospective permitlee must comply with the following general conditions, as appropriate, in addition to any regional or case-specific conditions imposed by the division engineer or district engineer. Prospective permittees should contact the appropriate Corps district office to determine if regional conditions have been imposed on an NWP. Prospective permittees should also cont.Jct the appropriate Corps district office to determine the status of Clean Waler Act Section 401 water quality certification and/or Coastal Zone Management Act consistency for an NWP, 2. Nationwide Permit General Conditions: The following general conditions must be followed in order for any authorization by an NWP to be valid: 1. Naz.,igation. (a) No activity may cause more than a minimal adverse effect on navigation. (b) Any safety lights and signals prescribed by the U.S. Coast Guard, through regulations or otherwise, must be installed and maintained at the permittee's expense on authorized facilities in navigable waters of the United States. (c) TI1e perrnittee understands and agrees that, if future operations by the United States require the removal, relocation, or other alteration, of the structure or work herein authorized, or if, in the opinion of the Secretary of the Army or his authorized representative, said structure or work shall cause unreasonable obstruction to the free navigation of the navigable waters, the permittee will be required, upon due notice from the Corps of Engineers, to remove, relocate, or alter the structural work or obstructions caused thereby, without expense to the United States. No claim shall be made against the United States on account of any such removal or alteration. 2. Aquatic Life Movc111er1ts. No activity may substantially disrupt the necessary life cycle movements of those species of aquatic life indigenous to the waterbody, including those species that normally migrate through the area, unless the activity's primary purpose is to impound water. Culverts placed in streams must be installed to maintain low flow conditions. 3. Spawning Areas. Activities in spawning areas during spawning seasons must be avoided to the maximum extent practicable. Activities that result in the physical destruction (e.g., through excavation, fill, or downstream smothering by substantial turbidity) of an important spawning area are not authorized. 4. Migratory Bird Breeding Areas. Activities in waters of the United States that serve as breeding areas for migratory birds must be avoided to the maximum extent practicable. 5. Shellfish Beds. No activity may occur in areas of concentrated shellfish populations, unless the activity is directly related to a shellfish harvesting activity authorized by NW-Ps 4 and 48. 6. Suitable Material. No activity may use unsuitable material (e.g., trash, debris, car bodies, asphalt, etc.). Material used for construction or discharged must be free from toxic pollutants in toxic amounts (see Section 307 of the Clean Water Act). 7. Water Supply Intakes. No activity may occur in the proximity of a public water supply intake, except where the activity is for the repair or improvement of public water supply intake structures or adjacent bank stabilization. 8. Adz1erse Effects From Impoundments. If the activity creates an impoundment of water, adverse effects to the aquatic system due to accelerating the passage of water, and/or restricting its flow must be minimized to the maximum extent practicable. 9. Management of Water Flows. To the maximum extent practicable, the preconstruction course, condition, capacity, and location of open waters must be maintained for each activity, including stream channelization and storm water management activities, except as provided below. The activity must be constructed to withstand expected high flows. The activity must not restrict or impede the passage of normal or high flows, unless the primary purpose of the activity is to impound water or manage high flows. The activity may alter the preconstruction course, condition, capacity, and location of open waters if it benefits the aquatic environment (e,g., stream restoration or relocation activities). 10. Fills Within 100-Year Floodplains. The activity must comply with applicable FEMA-approved state or local floodplain management requirements. 11. Equipment. Heavy equipment working in wetlands or mudflats must be placC'd on mats, or other measures must be taken to minimize soil disturbance. 12. Soil Erosion and Sediment Controls. Appropriate soil erosion and sediment controls must be used and maintained in effective operating condition during construction, and all exposed soil and other fills, as well as any work below the ordinary high water mark or high tide line, must be permanently stabilized at the earliest practicable date. Permittees are encouraged to perform work within waters of the United States during periods of low-flow or no-flow. 13. Removal LfTemporary Fills. Temporary fills must be removed in their entirety and the affected areas returned to pre- construction elevations. The affected areas must be re-vegetated, as appropriate. 14. Proper Maintenance. Any authorized struchtre or fill shall be properly maintained, including maintenance to ensure public safety. 15. Wild and Scenic Rivers. No activity may occur in a component of the National Wild and Scenic River System, or in a river officially designated by Congress as a "study river" for possible inclusion in the system while the river is in an official study status, unless the appropriate Federal agency with direct management responsibility for such river, has detennined in writing that the proposed activity \-vill not adversely affect the Wild and Scenic River designation or sh1dy status, Information on Wild and Scenic Rivers may be obtained from the appropriate Federal land management agency in the area (e.g., National Park Service, U.S. Forest Service, Bureau of Land Management, U.S. Fish and Wildlife Service). 16. Tribal Rights. No activity or its operation may impair reserved tribal rights, including, but not limited to, reserved Water rights and treaty fishing and hunting rights. 17. Endangered Species. (a) No activity is authorized under any NWP which is likely to jeopardize the continued existence of a threatened or endangered species or a species proposed for such designation, as identified under the Federal Endangered Species Act (ESA), or which will destroy or adversely modify the critical habitat of such species. No activity is authorized under any NWP which "may affect" a listed species or critical habitat, unless Section 7 consultation addressing the effects of the proposed activity has been completed. (b) Federal agencies should follow their o,vn procedures for complying with the requirements of the ESA. Federal permittees must provide the district engineer with the appropriate documentation to demonstrate compliance with those requirements. (c) Non-federal permittees shall notify the district engineer if any listed species or designated critical habitat might be affected or is in the vicinity of the project, or if the project is located in designated critical habitat, and shall not begin work on the activity until notified by the district engineer that the requirements of the ESA have been satisfied and that the activity is authorized. For activities that might affect Federally-listed endangered or threatened species or designated critical habitat, the pre-construction notification must include the name(s) of the endangered or threatened species that may be affected by the proposed work or that utilize the designated critical habitat that may be affected by the proposed work. The district engineer will determine whether the proposed activity "may affect" or will have "no effect" to listed species and designated critical habitat and will notify the non-Federal applicant of the Corps' determination within 45 days of receipt of ,1 complete pre- constn1ction notification. In cases where the non-Federal applicant has identified listed species or critical habitat that might be affected or is in the vicinlty of the project, and has so notified the Corps, the applicant shall not begin work until the Corps has provided notification the proposed activities will have "no effect" on listed species or critical habitat, or until Section 7 consultation has been completed. (d) As a result of formal or informal consultation with the FWS or NMFS the district engineer may add species specific regional endangered species conditions to the NWPs. (e) Authorization of an activity by a NWP does not authorize the "take" of a threatened or endangered species as defined under the ESA. In the absence of separate authorization (e.g., an ESA Section 10 Permit, a Biological Opinion with "incidenta1 take" provisions, etc.) from the U.S. FWS or the NMFS, both lethal and non- lethal "takes" of protected species are in violation of the ESA. Information on the location of threatened and endangered species and their critical habitat can be obtained directly from the offices of the U.S. FWS and NMFS or their world wide Web pages at http://wwwfws.gov/ and http://www.rwaa.gm.1/fisheries.html respectively. 18. Historic Praperties. (a) In cases where the district engineer determines that the activity may affect properties listed, or eligiblt:.., for listing, in the National Register of Historic Places, the activity is not authorized, unlil the requirements of Section 106 of the National Historic Preservation Act (NHPA) have been satisfied. (b) FederJl permittees should follow their own procedures for complying with the requirements of Section 106 of the NJtional Historic Preservation Act. Federal permittees must provide the district engineer with the appropriate documentation to demonstrate compliance with those requirements. (c) Non-federal permittees must submit J pre-construction notification to the district engineer if the authorized activity may have the potential to cause effects to any historic properties listed, determined to be eligible for listing on, or potentially eligible for listing on the National Register of Historic Places, including previously unidentified properties. For such activities, the preconstruclion notification must state which historic properlies may be affected by the proposed work or include a vicinity map indicating the location of the historic properties or the potential for the presence of historic properties. Assistance regarding information on the location of or potential for the presence of historic resources c.:in be sought from the State Historic Preservation Officer or Tribal Historic Preservation Officer, as appropriate, and the National Register of Historic Places (see 33 CFR 330.4(g)). The district engineer shall make a reasonable and good faith effort to carry out appropriate identification efforts, which may include background research, consultation, oral history interviews, sample field investigation, and field survey. Based on the information submitted and these efforts, the district engineer shall determine whether the proposed activity has the potential to cause an effect on the historic properties. Where the non-Federal applicant has identified historic properties which the activity may have the potential to cause effects and so notified the Corps, the non- Federal applicant shall not begin the activity until notified by the district engineer either that the activity has no potential to cause effects or that consultation under Section 106 of the NHPA has been completed. (d) The district engineer will notify the prospective permittee within 45 days of receipt of a complete preconstruction notification whether NHPA Section 106 consultation is required. Section 106 consultation is not required when the Corps determines that the activity does not have the potential to cause effects on historic properties (see-36 CFR 800.3(a)). If NHPA section 106 consultation is required and will occur, the district engineer will notify the non-Federal applicant that he or she cannot begin work until Section 106 consultation is completed. (e) Prospective permittees should be aware that section 110k of the NHPA (16 U.S.C. 470h-2(k)) prevents the Corps from granting a permit or other assistance to an applicant who, with intent to avoid the requirements of Section 106 of the NHPA, has intentionally significantly adversely affected a historic property to which the permit would relate, or having legal power to prevent it, allowed such significant adverse effect to occur, unless the Corps, after consultation with the Advisory Council on Historic Preservation (ACHP), determines that circumstances justify granting such assistance despite the adverse effect created or permitted by the applicant. If circumstances justify granting the assistance, the Corps is required to notify the ACHP and provide documentation specifying the circumstances, explaining the degree of damage to the integrity of any historic properties affected, and proposed mitigation. This documentation must include any views obtained from the applicant, SHPO/THPO, appropriate Indian tribes if the undertaking occurs on or affects historic properties on tribal lands or affects properties of interest to those tribes, and other parties known to have a legitimate interest in the impacts to the permitted activity on historic properties. 19. Designated Critical Resource Waters. Critical resource waters include: NOAA-designated marine sanctuaries, National Estuarine Research Reserves, state natural heritage sites, and outstanding national resource waters or other waters officially desit,>nated by a state as having particular environmental or ecologic.:il significance and identified by the district engineer after notice and opportunity for public comment. 111e district engineer may also designate additional critical resource waters after notice and opportunity for comment. (a) Discharges of dredged or fill material into waters of the United States are not authorized by NWPs 7, 12, 14, 16, 17, 21, 29, 31, 35, 39, 40, 42, 43, 44, 49, and 50 for any activity within, or directly affecting, critical resource waters, including wetlands adjacent to such waters. (b) For NWPs 3, 8, 10, 13, 15, 18, 19, 22, 23, 25, 27, 28, 30, 33, 34, 36, 37, and 38, notification is required in accordance with general condition 27, for any activity proposed in the designated critical resource waters including wetlands adjacent to those waters. The district engineer may authorize activities under these NWPs only after it is determined that the impacts to the critical resource waters will be no more than minimal. 20. Mitigation. The dish"ict engineer will consider the following factors when determining appropriate and practicable mitigation necessary to ensure that adverse effects on the aquatic environment are minimal: (a) The activity must be designed and constructed to avoid and minimize adverse effects, both temporary and permanent, to waters of the United States to the maximum extent practicable at the project site (i.e., on site). (b) Mitigation in all its forms (avoiding, minimizing, rectifying, reducing, or compensating) will be required to the extent necessary to ensure that the adverse effects to the aquatic environment are minimal. (c) Compensatory mitigation at a minimum ·one-for-one ratio will be required for all wetland losses that exceed ];10 acre and require preconstruction notification, unless the district engineer determines in writing that some other form of mitigation would be more environmentally appropriate and provides a project-specific waiver of this requirement. For wetland losses of 1;10 acre or less that require pre-construction notification, the district engineer may determine on a case-by-case basis that compensatory mitigation is required to ensure that the activity results in minimal Jdverse effects on the aquatic environment. Since the likelihood of success is greater and the impacts to potentiaJly valuable uplands are reduced, wetland restoration should be the first compensatory mitigation option considered. (d) For losses of streams or other open vvaters that require pre-construction notification, the district engineer may require compern;atory mitigation, such as stream restoratlon, to ensure that the activity results in minimal adverse effects on the aquatic environment. (e) Compensatory mitigation will not be used to increase the acreage losses allowed by the acreage limits of the NWPs. For example, if an NWP has mi. acreage limit of 12 acre, it cannot be used to authorize any project resulting in the loss of greater than ];2 acre of waters of the United States, even if compensatory mitigation is provided that replaces or restores some of the lost waters. However, compensatory mitigation can and should be used, as necessary, to ensure that a project already meeting the established acreage limits also satisfies the minimal impact requirement associated with the NVvTPs. (f) Compensatory mitigation plans for projects in or near streams or other open waters will normally include a requirement for the establishment, maintenance, and legal protection (e.g., conservation easements) of riparian areas next to open waters. In some cases, riparian areas may be the only compensatory mitigation required. Riparian areas should consist of native species. The width of the required riparian area will address documented water quality or aquatic habitat loss concerns. Normally, the riparian area will be 25 to 50 feet wide on each side of the stream, but the district engineer may require slightly wider riparian areas to address documented water quality or habitat loss concerns. ·where both wetlands and open waters exist on the project site, the district engineer will determine the appropriate compensatory mitigation (e.g., riparian areas and/or wetlands compensation) based on what is best for the aquatic environment on a watershed basis. In cases where riparian areas are determined to be the most appropriate form of compensatory mitigation, the district engineer may waive or reduce the requirement to provide wetland compensatory mitigation for wetland losses. (g) Permittees may propose the use of mitigation banks, in-lieu fee arrangements or separate activity-specific compensatory mitigation. In all cases, the mitigation provisions will specify the party responsible for accomplishing and/or complying with the mitigation plan. (h) Where certain functions and services of waters of the United States are permanently adversely affected, such as the conversion of a forested or scrub-shrub vvetland to a herbaceous wetland in a permanently maintained utility line right-of- \vay, mitigation may be required to reduce the adverse effects of the project to the minimal level. 2L Water Quality. Vvhere States and authorized Tribes, or EPA where applicable, have not previously certified compliance of an NWP with CWA Section 401, individual 401 \.Yater Quality Certification must be obtained or waived (see 33 CFR 330.4(c)). The district engineer or State or Tribe may require additional water quality management measures to ensure that the authorized activity does not result in more than minimal degradation of water quality. 22. Coastal Zone Management. ln coastal states where an NWP has not previously received a state coastal zone management consistency concurrence, an individual state coastal zone management consistency concurrence must be obtained, or a presumption of concurrence must occur (see 33 CFR 330.4(d)). The district engineer or a State may require additional measures to ensure that the authorized activity is consistent with state coastal zone management requirements. 23. Regional and Case~By-G1se Conditions. The activity must comply with any regional conditions that may have been added by the Division Engineer (see 33 CFR 330.4(e)) and with any case specific conditions added by the Corps or by the state, Indian Tribe, or U.S. EPA in its section 401 Water Quality Certification, or by the state in its Coastal Zone J\.fanagement Act consistency determination. 24. Use of lvfultiplc Nationwide Permits. The use of more than one N\VP for a single and complete project is prohibited, except when the acreage loss of waters of the United States authorized by the NWPs does not exceed the acreage limit of the NWP with the highest specified acreage limit. For example, if n road crossing over tidal waters is constructed under NWP 14, with associated bank stabilization authorized by NVI/P B, the maximum acreage loss of waters of the United States for the total project cannot exceed 113-acre. 25, Transfer of Naliontoide Permit Vcr{fications. If the permittee se1ls the property associated with a nationwide permit verification, the permittee may transfer the nationwide permit verification to the new owner by submitting a letter to the appropriate Corps district office to validate the transfer. A copy of the n.:itionwide permit verification must be attached to the letter, and the letter must contain the fo1lowing statement and signature: "When the structures or work authorized by this nationwide permit are still in existence at the time the property is transferred, the terms and conditions of this nationwide permit, including any special conditions, will continue to be binding on the new owner(s) of the property, To validate the transfer of this nationwide permit and the associated liabilities associated with compliance with its terms and conditions, have the transferee sign and date below." (Transferee) (Date) 26. Compliance Cert1fiCation. Each perrnittee who received an NWP verification from the Corps must submit a signed certification regarding the completed work and any required mitigation. The certification form must be forwarded by the Corps with the NWP verification letter and will include: (a) A statement that the authorized work was done in accordance with the NWP authorization, including any general or specific conditions; (b) A statement that any required mitigation was completed in accordance with the permit conditions; and (c) The signature of the permittee certifying the completion of the work and mitigation, 27. Pre-Cons~ruction Notification. (a) Timing. Where required by the terms of the NWP, the prospective permittee must notify the district engineer by submitting a pre-construction notification (PCN) as C>arly as possible. The district engineer must determine if the PCN is complete within 30 calendar days of the date of receipt and, as a general rule, will request additional information necessary to make the PCN complete only once. However, if the prospective perrnittee does not provide all of the requested information, then the district engineer will notify the prospective pennittee that the PCN is still incomplete and the PCN review process will not commence until all of the requested information has been received by the district engineer. The prospective permittee shall not begin the activity: (1) Until notified in writing by the district engineer that the activity may proceed under the NWP with any special conditions imposed by the district or division engineer; or (2) If 45 rnlendar days have passed from the district engineer's receipt of the complete PCN and the prospective permittee has not received written notice from the district or division engineer. However, if the permittee was required to notify the Corps pursuant to general condition 17 that listed species or crHical habitat might be affected or in the vicinity of the project, or to notify the Corps pursuant to general condition 18 that the activity may have the potential to cause effects to historic properties, the permittee cannot begin the activity until receiving written notification from the Corps that is "no effect" on listed species or "no potential to cause effects" on historic properties, or that any consultation required under Section 7 of the Endangered Species Act (see 33 CFR 330.4(£)) and/or Section 106 of the National Historic Preservation (see 33 CFR 330.4(g)) is completed. Also, work cannot begin under NWPs 21, 49, or 50 until the permittee has received written approval from the Corps. If the proposed activity requires a written waiver to exceed specified limits of an NWP, the perrnittee cannot begin the activity until the district engineer issues the waiver. If the district or division engineer notifies the permittee in writing that an individual permit is required within 45 calendar days of receipt of a complete PCN, the permittee cannot begin the activity until an individual permit has been obtained. Subsequently, the permittee's right to proceed under the NWP may be modified, suspended, or revoked only in accordance with the procedure set forth in 33 CFR 330.5(d)(2). (b) Contents of Pre-Construction Notification: The PCN must be in writing and include the following information: (1) Name, address and telephone numbers of the prospective permittee; (2) Location of the proposed project; (3) A description of the proposed project; the project's purpose; direct and indirect adverse environmental effects the project would cause; any olher NWP(s), regional general permit(s), or individual permit(s) used or intended to be used to authorize any part of the proposed project or any related activity. The description should be sufficiently detailed to allow the district engineer to determine that the adverse effects of the project will be minimal and to determine the need for compensntory mitigation. Sketches should be provided when necessary to show that the activity complies with the terms of the NWP. (Sketches usually clarify the project and when provided result in a quicker decision.); (4) The PCN must include a delincntion of special aquatic sites and other waters of the United States on the project site. Wetland delineations must be prepared in accordance with the current method required by the Corps. The permittee may ask the Corps to delineate the special aquatic sites and other waters of the United States, but there may be a delay if the Corps does the delineation, especially if the project site is large or contains many waters of the United States. Furthermore, the 45 day period will not start until the delineation has been submitted to or completed by the Corps, where appropriate; (5) If the proposed activity will result in the loss of greater than 1/10 acre of wetlands and a PCN is required, the prospective permittee must submit a statement describing how the mitigation requirement will be satisfied. As an alternative, the prospective permittee may submit a conceptual or detailed mitigation plan; (6) If any listed species or designated critical habitat might be affected or is in the vicinity of the project, or if the project is located in designated critical habitat, for non-Federal applicants the PCN must include the name(s) of those endangered or threatened species that might be affected by the proposed work or utilize the designated critical habitat that may be affected by the proposed work. Federal applicants must provide documentation demonstrating compliance with the Endangered Species Act; and (7) For an activity that may affect a historic property listed on, determined to be eligible for listing on, or potentially eligible for listing on, the National Register of Historic Places, for non-Federal applicants the PCN must state which historic property may be affected by the proposed work or include a vicinity map indicating the location of the historic property. Federal applicants must provide documentation demonstrating complizmce with Section 106 of the National Historic Preservation Act. (c) Form of I're-Constrnction Notification: The standard individual permit application form (Form ENG 4345) may be used, but the completed application form must clearly indicate that it is a PCN and must include all of the information required in paragraphs (b)(l) through (7) of this general condition. A letter containing the required information may also be used. (d) Agency Coordination; (1) The district engineer will consider any comments from Federal and state agencies concerning the proposed activity's compliance with the terms and conditions of the NWPs and the need for mitigation to reduce the project's adverse environmental effects to a minimal level. (2) For all NWP 48 activities requiring pre-construction notification and for other N\VP activities requiring preconstruction notification to the district engineer that result in the loss of greater than 12-acre of waters of the United States, the district engineer will immediately provide (e.g., via facsimile transmission, overnight mail, or other expeditious manner) a copy of the PCN to the appropriate Federal or state offices (U.S. FWS, state natural resource or water quality agency, EPA, State Historic Preservation Officer (SHPO) or Tribal Historic Preservation Office (THPO), and, if appropriate, the NMFS). With the ex·ception of NWP 37, these agencies will then have 10 calendar days from the date the material is transmitted to telephone or fax the district engineer notice that they intend to provide substantive, site-specific comments. If so contacted by an agency, the district engineer will wait an additional 15 calendar days before making a decision on the preconstruction notification. The district engineer will fully consider agency comments received within the specified time frame, but will provide no response to the resource agency, except as provided below. The district engineer will indicate in the administrative record associated with each preconstruction notification that the resource agencies' concerns were considered. For NWP 37, the emergency watershed protection and rehabilitation activity may proceed immediately in cases where there is an unacceptable hazard to life or a significant loss of property or economic hardship will occur. The district engineer will consider any comments received to decide whether the NWP 37 authorization should be modified, suspended, or revoked in accordance with the procedures at 33 CFR 330.5. (3) ln cases of where the prospective permittee is not a Federal agency, the district engineer will provide a response to NMFS within 30 calendar days of receipt of any Essential Fish Habitat conservation recommendations, as required by Section 305(b)(4)(B) of the Magnuson~Stevens Fishery Conservation and Management Act. (4) Applic;mts are encouraged to provide the Corps multiple copies of pre-constntction notifications to expedite agency coordination. (5) For Nv\TP 48 activities that require reporting, the district engineer will provide a copy of each report within 10 calendar days of receipt to the appropriate regional office of the NMFS. (e) District Engineer's Decision: In reviewing the PCN for the proposed activity, the district engineer will determine whether the activity authorized by the NWP will result in more than minimal individual or cumulative adverse environmental effects or may be contrary to the public interest. If the proposed activity requires a PCN and will result in a loss of greater than 110 acre of wetlands, the prospective permittee should submit a mitigation proposal with the PCN. Applicants may al.so propose compensatory mitigation for projects with smaller impacts. The district engineer will consider any proposed compensatory mitigation the applicant has included in the proposal in determining whether the net adverse environmental effects to the aquatic environment of the proposed work are minimal. The compensatory mitigation proposal may be either conceptual or detailed. If the district engineer determines that the activity complies with the terms and conditions of the NWP and that the adverse effects on the aquatic environment are minimal, nfter considering mitigation, the districl engineer ,vil] notify the permittee and include any conditions the district engineer deems necessary. The district engineer must approve any compensatory mitigation proposal before the permittee commences work. If the prospective permittee elects to submit a compensatory mitigation plan with the PCN, the district engineer will expeditiously review the proposed compensatory mitigation plan. Tiie district engineer must review the plan within 45 calendar days of receiving a complete PCN and determine whether the proposed mitigation would ensure no more than minimal adverse effects on the aquatic environment. If the net adverse effects of the project on the aquatic environment (after consideration of the compensatory mitigation proposal) are determined by the district engineer to be minimal, the district engineer will provide a timely written response to the applicant. The response will state that the project can proceed under the terms and conditions of the NWP. If the district engineer determines that the adverse effects of the proposed work are more than minimal, then the district engineer will notify the applicant either: • (1) That the project does not qualify for authorization under the NWP and instruct the applicant on the procedures to seek authorization under an individual permit; (2) that the project is authorized under the NWP subject to the applicant's submission of a mitigation plan that would reduce the adverse effects on the aquatic environment to the minimal level; or (3) that the project is authorized under the NWP with specific modifications or conditions. Where the district engineer determines that mitig.Jtion is required to ensure no more than minimal adverse effects occur to the aquatic environment, the activity will be authorized within the 45-day PCN period. TI1e authorization will include the necessary conceph1al or specific mitigation or a requirement that the applicant submit a mitigation plan that would reduce the adverse effects on the aquatic environment to the minimal level. W11en mitigation is required, no work in waters of the United States may occur until the district engineer has approved a specific mitigation plan. 28. Single and Complete Profect. The activity must be a single and complete project. The same NWP cannot be used more than once for the same single and complete project. 3. Regional Conditions for the Los Angeles District: In accordance with General Condition Number 23, "Regional and Case-by-Case Conditions," the following Regional Conditions, as added by the Division Engineer, must be met in order for an authorization by any Nationwide to be valid: 1. For coastal watersheds from the southern reach of the Santa Monica Mountains in Los Angeles County to the San Luis Obispo County/Monterey County boundary, all road crossings must employ a bridge crossing design that ensures passage and/or spawning of steelhead (OncorhyncJ111s mykiss) is not hindered in any way. In these areas, bridge designs that span the stream or river, including designs for pier-or pile-supported spans, or designs based on use of a bottomless arch culvert simulating the natural stream bed (i.e., substrate and stream flow conditions in the culvert are similar to undisturbed stream bed channel conditions) shall be employed unless it can be demonstrated the stream or river does not support resources conducive to the recovery of federally listed anadromous salmonids, including migration of adults and smolts, or rearing and spawning. This proposal also excludes approach embankments into the channel unless they are determined to have no detectable effect on steelhead. 2. For the State of Arizona and the Mojave and Sonoran (Colorado) desert regions of California in Los Angeles District (generally north and east of the San Gabriel, San Bernardino, San Jacinto, and Santa Rosa mountain ranges, and south of Little Lake, Inyo County), no nationwide permit, except Nationwide Permits l (Aids to Navigation), 2 (Structures in Artificial Canals), 3 (Maintenance), 4 (Fish and Wildlife Harvesting, Enhancement, and Attraction Devices and Activities), 5 (Scientific Measurement Devices), 6 (Survey Activities), 9 (Structures in Fleeting and Anchorage Areas), 10 (Mooring Buoys), 11 (Temporary Recreational Structures), 20 (Oil Spill Cleanup), 22 (Removal of Vessels), 27 (Stream and Wetland Restoration Activities), 30 (Moist Soil Management for 'Wildlife), 31 (Maintenance of Existing Flood Control Projects), 32 (CompJeted Enforcement Actions), 35 (Maintenance Dredging of Existing Basins), 37 (Emergency Watershed Protection and Rehabilitation), 38 (Cleanup of Hazardous and Toxic Wc:iste) and 47 (Pipeline Safety Program Designated Time Sensitive Inspections and Repairs), or other nationwide or regional general permits that specifically authorize maintenance of previously authorized structures or fill, can be used to authorize the discharge of dredged or fill material into a jurisdictional special aquatic site as defined at 40 CFR Part 230.40-45 (sanctuaries and refuges, ,vetlands, mudflats, vegetated shallows, coral reefs, and riffle-and-pool complexes). 3. For all projects proposed for authorization by nationwide or regional general permits where prior notification to the district engineer is required, applicants must provide color photographs or color photocopies of the project area taken from representative points documented on a site map. Pre-project photographs and the site map would be provided with the permit application. Photographs should represent conditions typical or indicative of the resources before impacts. 4. Notification pursuant to general condition 27 shall be required for projects in all special aquatic sites as defined at 40 CFR Part 230.40~45 (sanctuaries and refuges, wetlands, mudflats, vegetated shallows, coral reefs, and riffle-and-pool complexes), and in all perennial waterbodies in the State of Arizona and the Mojave and Sonoran (Colorado) desert regions of California in Los Angeles District (generally north and east of the San Gabriel, San Bernardino, San Jacinto, and Santa Rosa mountain ranges, and south of Little Lake, Inyo County), excluding the Colorado River from Davis Dam downstream to the north end of Topock and downstream of Imperial Dam (Federal Register dated March 12, 2007 (72 FR 11092) ~ regional conditions requiring notification do not apply to Nationwide Permit 47). 5. Notification pursuant to general condition 27 shall be required for projects in all areas designated as Essential Fish Habitat by the Pacific Fishery Management Council (i.e., all tidally int1uenced areas -Federal Register dated March 12, 2007 (72 FR 11092), regional conditions requiring notification do not apply to Nationwide Permit 47). 6. Notification pursuant to general condition 27 shall be required for projects in all watersheds in the Santa Monica Mountains in Los Angeles and Ventura counties bounded by Calleguas Creek on the west, by Highway 101 on the north and east, and by Sunset Boulevard and Pacific Ocean on the south (Federal Register dated March 12, 2007 (72 FR 11092) -regional conditions requiring notification do not apply to Nationwide Permit 47). 7. Individual permits shall be required for all discharges of fill material in juriSdictional vernal pools. 8. Individual permits shall be required in Murrieta Creek and Temecula Creek watersheds in Riverside County for new permanent fills in perennial and intermittent watercourses otherwise authorized under NWPs 29, 39, 42 and 43, and in ephemeral watercourses for these NWPs for projects that impact greater than 0.1 acre of waters of the United States. In addition, when NVVP 14 is used in conjunction with residential, commercial, or industrial developments the 0.1 acre limit \vould also apply. 9. Individual permits shall be required in San Luis Obispo Creek and Santa Rosa Creek in San Luis Obispo County for bank stabilization projects, and in Gaviota Creek, Mission Creek and Carpinteria Creek in Santa Barbara County for bank stabilization projects and grade control structures. 10. Notification pursuant to general condition 27 shall be required for projects in the Santa Clara River watershed in Los Angeles and Ventura counties, including but not limited to Aliso Canyon, Agua Duke Canyon, Sand Canyon, Bouquet Canyon, Mint Canyon, South Fork of the Santa Clara River, San Francisquito Canyon, Castaic Creek, Piru Creek, Sespe Creek and the main- stem of the Santa Clara River (Federal Register dated March 12, 2007 (72 FR 11092) -regional conditions requiring notification do not apply to Nationwide Permit 47). 4. Further information: 1. Congressional Authorities: You have been authorized to undertake the activity described above pursuant to: () Section 10 of the Rivers and Harbors Act of 1899 (33 U.S.C. 403). (X) Section 404 of the Clean Water Act (33 U.S.C. 1344). 2. Limits of this authorization. (a) This permit does not obviate the need to obtain other Federal, state, or local authorizations required by law. (b) This pennit does not grant any property rights or exclusive privileges. (c) This permit does not authorize any injury to the property or rights of others. (d) This pcnnit does not authorize interference with any existing or proposed Federal project. 3. Limits of Federal Liability. In issuing this permit, the Federal Government docs not assume any liability for the fol1owing: (a) Damages to the permitted project or uses thereof as a result of other permitted or non-permitted activities or from natural causes. (b) Damages to the permitted project or uses thereof as a result of current or future activities undertaken by or on behalf of the United States in the public interest. (c) Damages to persons, property, or to other permitted or non-permitted activities or structures caused by the activity authorized by this permit. (d) Design or construction deficiencies associated with the permitted work (e) Damage claims associated with any future modification, suspension, or revocation of this permit. 4. Reliance on Applicant's Data: The determination of this office that issuance of this permit is not contrary to the public interest was made in reliance on the information you provided. 5. Reevaluation of Permit Decision. This office may reevaluate its decision on this permit at any time the circumstances warrant. Circumstances that could require a reevaluation include, but are not limited to, the following: (a) You fail to comply with the terms and conditions of this permit. (b) The information provided by you in support of your permit application proves to have been false, incomplete, or inaccurate (See 4 above). (c) Signifirnnt new information surfaces which this office did not consider in reaching the original public interest decision. Such a reevaluation may result in a determination that it is appropriate to use the suspension, modification, and revocation procedures contained in 33 CFR 330.5 or enforcement procedures such as those contained in 33 CFR 326.4 and 326.5. The referenced enforcement procedures provide for the issuance of an administrative order requiring you to comply with the terms and conditions of your permit and for the initiation of legal action where appropriate. You will be required to pay for any corrective measure ordered by this office, and if you fail to comply with such directive, this office may in certain situations (such as those specified in 33 CFR 209.170) accomplish the corrective measures by contract or otherwise and bill you for the cost. 6. This letter of verification is valid for a period not to exceed two years unless the nationwide permit is modified, reissued, revoked, or expires before that time. 7. You must maintain the activity authorized by this permit in good condition and in conformance with the terms and conditions of this permit. You are not relieved of this requirement if you abandon the permitted activity, although you may make a good faith tr_ansfer to a third party in compliance with General Condition H below. Should you wish to cease to maintain the authorized activity or should you desire to abandon it without a good faith transfer, you must obtain a modification of this permit from this office, which may require restoration of the area. 8. You must allow representatives from this office to inspect the authorized activity at ,my time deemed necessary to ensure that it is being or has been accomplished with the terms and conditions of your permit. Exhibit D-1.9 1600 Lake or Streambed Alteration Notification California Department of Fish & Game State of California -The Resources Agency DEPARTMENT OF FISH AND GAME http://www.dfg.ca.gov South Coast Region -Los Alamitos Field Office 4665 Lampson Avenue, Suite C Los Alamitos, CA 90720 (562)493-6897 March 15, 2007 Sonia Nasser County of Orange, Resources & Development Management Department 300 North Flower Street Santa Ana, California 92703 Re: Lake or Streambed Alteration Notification Notification No: 1600-2006-0442-RS ARNOLD SCHWARZENEGGER, Governor Project: Irvine Avenue Widening Drainage Modification Project Water: Santa Ana Delhi, tributary to Upper Newport Bay County: Orange Dear Ms. Nasser: The Department of Fish and Game (Department) received your Notification and deemed it complete on November 16, 2006. The purpose of this letter is to inform you that the Department failed to meet our deadline for the project you described in the above-referenced notification. As a result, and as explained in greater detail below, you do not need a Lake or Streambed Alteration Agreement from the Department of Fish and Game to complete the project you described in your notification. Under the Pennit Streamlining Act (Gov. Code, § 65920 et seq.) and Fish and Game Code section 1603, subdivision ( c ), the Department had a total of 60 days after your application notification is deemed complete, to act on your notification by submitting to you project conditions the Department believes are necessary to protect existing fish and wildlife resources. This means that by law you may go forward with your project without an agreement from the Department. If you decide to complete the project as described in your notification, please keep a copy of this letter and the Notification available at the project site. The project described in the Notification includes not only the project impacts, but also includes all of your proposed minimization and mitigation measures. Your project is described as being located within Santa Ana Delhi Channel at south oflrvine Avenue and northeast ofMesa Drive in the city oflrvine, County of Orange. Ms. Sonia Nasser March 15, 2007 Page 2 Notification No. 1600-2006-0442-RS The Operator (County of Orange) proposes to install an in-line Vortex Separator of a size of 6' diameter and a treatment capacity of0.7 cfs minimum. In the long run, the lower routine maintenance costs will offset the six-fold installation expense in this case. Nonetheless, due to the need for additional space for this device, it is necessary to re-locate the new pipe from the original outlet spot to a spot l 00' downstream at the channel. The proposed new pipe will be down sized 36" to 24", and the existing 18" CMP will remain (as shown in the plans submitted to the Department via e-mail on March 14, 2007) showing the original 36" pipe design ( Exhibit DrainageMod 050806), and second plan showing the current Vortex Separator and 24" pipe outlet into channel 100' downstream from the proposed location (Exhibit WQMP 031207 ). The proposed modification will result in a smaller impact/working area at the Santa Ana Delhi Channel, and a more efficient pollutant treatment BMP for the propose road improvement project than originally proposed in the original plans. The project site is a concrete lined channel with no vegetation in the active channel. If the project changes so that it differs from the one described in the original notification, including but not limited to working outside the specified work period dates, you will need to submit a new notification to the Department for that project. Your Notification describes a starting date of June 2007 and a project termination date of December 31, 2008. If you have any questions regarding this matter, please feel free to contact me at (562)493-6897. aee iddiqui Environmental Scientist Habitat Conservation Planning, Region 5 cc: Hualin Hsu-Wingard, County of Orange l fz ( <S'---( S, ' Gv\ "~ <'.V , \ 1 \/~ ,j ~J±(l.,{') Exhibit D-1.10 Permit Waiver California Coastal Commission 3TATE vF ,::.:__/F.JRNIA THE RESOURCES AGENCY ARNOLD SCHWARZENEGGER, Governor CALIFORNIA COASTAL COMMISSION SOUTH COAST DISTRICT ::io Box 1450 200 Ocecingate, 10th Floor LONG Bf:::ACH. CA 90802-4416 www.coastal.ca.gov NOTICE OF PERMIT WAIVER EFFECTIVENESS DATE: TO: FROM: May 19, 2006 County Of Orange, Resources & Development Management, Attn: Christopher Kubasek Peter M. Douglas, Executive Director SUBJECT: Waiver De Minimis Number 5-05-118-W Please be advised that Waiver Number 5-05-118-W, which was reported to the Commission on iviay 10, 2006, became effective as of that date. Any deviation from the application and plans on file in the Commission office may require a coastal development permit for the entire project. APPLICANT: County Of Orange, Resources & Develooment Management, Attn: Christopher Kubasek LOCATION: Irvine Avenue between Mesa Drive and Anniversay Lane, Newport Beach (Orange County) DESCRIPTION: Widening and realignment of Irvine Avenue from Anniversary Lane to Bristol Street. However, only a portion of Irvine Avenue between Anniversary Lane and Mesa Drive is within the Coastal Zone. The following is a more specific project description for the portion of Irvine Avenue within the Coastal Zone: 1) 300-feet of road widening; 2) construction of on road bike lanes; 3) curb, gutter and drainage improvement (i.e. storm drain inserts will be installed in all new and existing storm drains that will collect non-soluble solutions including sediment, nutrients, trash, metals, organics, oil and grease and stenciling of "No Dumping, Drain to Ocean" on storm drains within the project limit); 4) construction of sidewalks along the eastern alignment of Irvine Avenue between Anniversary Lane and Mesa Drive where no sidewalk currently exists; and 5) grading consisting of 270 cubic yards of cut and export to a location outside of the Coastal Zone. Should you have any questions, please contact our office. Sincerely, PETER M. DOUGLAS .. ,,.Executive Dir,~ctor ' !~ --/L~--"--~~ -----!;'-----; [ ,-,, Bv: ~ER~lE J -SY cOastai ~1"-E19.rarrt Analyst C€l:· CALIFORNIA COASTAL COMMISSIOM STAT= CF CA· 1FORNIA -THE RESOURCES AGENCY G,~UFORNIA COASTAL COMMISSION S-:::-u~h Cc.;:.:,c A:ea Gffice 2.,:)C Ocsang.Jce, su:te i CC,:: _mg Beach, CP-, Si'.'.)802--4202 :"5132} :::SC-5C:7~ David Evans and Associates, !r1c. Attn: David Evans 9635 Granite Drive, Suite 300 Sen Diego, CA 92123 ARNOLD SCH\IVJ\RZENfGGEP., Governor May 1. 2006 SUBJECT: V'tfadver of Coastal Deve!opment Permit Requirerneilt/De Minirnls Deveiopments~Section 30624. 7 of the Coastaf Act Based on your project plans and information provided in your perm ft application for tlle development descdbed below, the Executive Director of the Coastal Commission hereby waives the requirement for a Coastal Development Permit pursuant to Section ·13238.·i, Titie 14, Cafifornia Code of Regulativns. lf, at 2 later date, this information is found to be incorrect or the plans revised, this decision wiH become invalid; and, any development occurring must cease unt!! a coastal development permit ls obtained or any discrepancy is resolved in writing. WAIVER#: 5-05-'i 18 APPLICANT: County of Omnge LOCATION: irvine Avenue between Mese Drive and Anniversary Lane, Newport Beach (Orange County) PROPOSED DEVELOPMEMT: Widening and realignment of Irvine Avenue from Anniversary Lane to Bristo! Street. However, only a portion of Irvine Avenue between Anniversary Lane and Mesa Drive is within the Coastal Zone. The following is a more specific project description for the portion of Irvine Avenue within the Coastal Zone: 1} 300-feet of road widening; 2) construction of on road bike lanes; 3) curb, guttei and drainage improvement (i.e. storm drain inserts will be installed in all new and existing storm drains that will collect non- soluble solutions including sediment, nutrients, trash, metals, organics, oil and grease and stenciling of "No Dumping, Drain to Ocean" on storm drains within the project limit); 4) construction of sidewalks along the eastern alignment of Irvine Avenue between Anniversary Lane and Mesa Drive where no sidewalk currently exists; and 5) grading consisting of 270 cubic yards of cut and export to a location outside of the Coastal Zone. RAT!ONAlE: A portlon of the project location (!rvlne Avenue betvveen Anniversary Lane and Mesa Drive) is located in the County of Orange within the Coastal Zone. The proposed project \Nill result in widening and i·ea!ignment of !rvine Avenue resulting !n enhanced access to the coast Access along irvlne Avenue wHl be rnade avsila.b!e during the entire course of construction. Directing storm drain runoff to filtration devices is ~onsistent \Mith the marine protection poHcies of the Coastal Act. The proposed projrx;t ts compatible wlth the character ol" BwTuunding development end does not h2ve any negative affects or, vlsuai or coastal resources, public recreation or coast8! access. Also, the proposed development \Ni!l not prejudice ti~16 City's ;:_:ibllity to ,· , ___ ,._,::··~-·----,.' -~--:·-.>.:< ___ ,_-_· Exhibit D-1.11 Temporary Right-of-Entry Permit Project/Parcel No: Y?-170 and 170.1 Project: Irvine Avenue Road Widening Project TEMPORARY RIGHT-OF-ENTRY PERMIT .ASSESSMENT AND TREATMENT SERVICES CENTER OF COASTAL ORANGE COUNTY, hereinafter referred to as "GRANTOR," does hereby GRANT to COUNTY OF ORANGE, hereinafter referred to as "COUNTY", a temporary right-of-entry for construction purposes in, over, and across the real property (hereinafter the "Permit Area") in the County of Orange, State of California, described as: (See Exhibit "A-1" and Exhibit "A-2" for legal descriptions and shown in Exhibit "B-1" attached hereto and by reference made a part hereof.) Together with the right to excavate, fill or regrade said Permit Area; to enter upon, to pass and repass over and along said land; and to place and/or store tools, vehicles, storage containers, implements and other construction related equipment and materials thereon by said COUNTY, its officers, agents and employees, and by persons under contract with it and their employees, whenever and wherever necessary for the purposes above set forth. This GRANT is based upon the following facts: WHEREAS, GRANTOR, as Tenant, and COUNTY, as Lessor, entered into that certain LEASE dated October 22, 1980, covering that certain real property in the County of Orange, State of California. described in Exhibit A and shown in Exhibit B in said Lease (the Demised Premises), and WHEREAS, Paragraph 18, RESERVATIONS TO LESSOR, under GENERAL CONDITIONS of said LEASE, LESSOR reserves the right to grant franchises, easements, rights of way and permits in, over, upon, through, across, and along any and all portions of the Demised Premises, and WHEREAS, COUNTY's proposal to widen the right of way for Irvine Avenue between Bristol Street and Mesa Drive will require a temporary right-of-entry on a portion of the Demised Premises (the Permit Area) to complete said improvements. NOW THEREFORE, for and in consideration of the foregoing, it is understood and agreed by the parties hereto, and their successors and assigns, the receipt and adequacy of which are hereby acknowledged, that this right-of-entry is herein granted. 3-6-06 1 A5-5 The right-of-entry herein granted shall be for a period of twelve (12) months from the commencement of construction and shall terminate at end of such twelve (12) month period or upon filing of a Notice of Completion, whichever first occurs. GRANTOR shall be given written notice by COUNTY's Director, Resources & Development Management Department, or designee, as to the date COUNTY requires use of the Permit Area for commencement of construction. GRANTOR COUfjTY OF ORANGE t Management Department Per Resolution No. 04-300 Approved as to form: County~ Q By: 7~ Y,1f)"l.l eputy 3-6-06 Dated: 1-R-DC.. Dated k1 ~ 2 AS-5 LEGAL DESCRIPTION PROJECT: Irvine Avenue Project No.: ¥7 Parcel No.: 170 That portion of Lot 49 of Tract No. 706, in the City of Newport Beach, County of Orange, State of California, per map filed in book 21, page 25 of Miscellaneous Maps in the office of the County Recorder of said county, lying northwesterly of the following described line: Beginning at the westerly terminus of that certain curve concave northerly and having a radius of I 050.13 feet, a central angle of 34°19'36" and a length of 629.15 feet on the southerly line oflrvine Avenue as shown on Record of Survey 2004-1002 filed in book 202, pages 9 through 17 of Records of Survey, a radial of said curve to said terminus bears N.15°02' l 7"W.; thence S.36°20'07"W., 33.71 feet to the northeasterly line of Orchard Drive as shown on said Record of Survey. Containing 136 Square Feet more or less. APPROVED Exhibit "A-1" LEGAL DESCRIPTION PROJECT: Irvine Avenue Project No.: Y7 Parcel No.: 170. I Those portions of Lots 48 and 49 of Tract No. 706, in the City of Newport Beach, County of Orange, State of California, per map filed in book 2 l, page 25 of Miscellaneous Maps in the office of the County Recorder of said county, lying northerly and northwesterly of the following described line: Beginning at the westerly terminus of that certain curve concave northerly and having a radius of1050.13 feet, a central angle of34°19'36" and a length of629.!5 feet on the southerly line of Irvine Avenue as shown on Record of Survey 2004-1002 filed in book 202. pages 9 through 17 of Records of Survey; thence Easterly 149.55 feet along said southerly line and said certain curve through a central angle of 8°09'34" to the TRUE POINT OF BEGINNING; thence leaving said southerly line S.22°52'03"E., 4.37 feet to the beginning of a non-tangent curve, concave northerly and having a radius of l 035.00 feet, to which beginning of curve a radial bears S.22°52'03"E.; thence Westerly 149.40 feet along said curve through a central angle of 8°16' 14"; thence non-tangent to said curve S.36°20'07"W., 35.36 feet to the to the northeasterly line of Orchard Drive as shown on said Record of Survey. EXCEPT that portion thereof lying northwesterly of the following described line: Beginning at the westerly terminus of that certain curve concave northerly and having a radius of 1050.13 feet, a central angle of 34°19'36" and a length of 629.15 feet on the southerly line of Irvine Avenue as shown on Record of Survey 2004-1002 filed in book 202. pages 9 through 17 of Records of Survey, a radial of said curve to said terminus bears :---J.J5°02'17"W.; thence S.J6°20'07"W., 33.71 feet to the northeasterly line of Orchard Drive as shown on said Record of Survey. Containing 683 Square Feet more or less. APPROVED J / ;,µ.=:.......,,,O::..:....· 2-ep~:...c,,___:--=--Date: 4-/I~/ 0) L.S. 5168 June 30, 2007 Exhibit "A-2" ~ I" ~ ~ 0 SOUTH musroL. ·--.------~~-· "'1 .., i ... :::, w z ~ ~ ~ STREET r-g ~ i I ,.. ~ 00 -·-•--·---~-"'1 Q ' z ;j -~ ~ '.1 ii i: -" X a ,, UJ ~ ~ 0 ·, ·,-;-1 ·l ,, " ·; ' ' ! '' 'I • ... , >i ,., .,: ' ~ -' '' I:~ 1 l f 1 ' ('' "-,, . ~ ' ', '. ~ ·: ~ ·; \ i': f ;> . :~ -~y: ,, ' ' ·i?: ;;'i ~I> · ffl/VllD1/0 · '11~ ; / ,,. ~· "\ / ,:,..,.,,·,?·r,t· , fl ... -,: Project/Parcel NQs: Y7-169, 169.1 to 169.5 Project: Street Improvement Irvine A venue TEMPORARY RIGHT-OF-ENTRY PERMIT FOR A VALUABLE CONSIDERATION, receipt of which is hereby acknowledged, DONA K. LANE, Successor Trustee of the Lane Trust dated October 9, 1979, STEVEN G. LANE, and SOPHIE ANNE JONES, Successor Trustee of The Jones Family Revocable Trust dated September 26, 1988, dba NEWPORT BEACH GOLF COURSE, hereinafter referred to as "GRANTOR," do hereby GRANT to COUNTY OF ORANGE, hereinafter referred to as "COUNTY", a temporary right-of-entry for construction purposes in, over, and across the real property (hereinafter the "Permit Area") in the County of Orange, State of California, more particularly described as: (See Exhibit "A" for legal description and Exhibit "B" for map attached hereto and by reference made a part hereof.) Together with the right to excavate, fill or regrade said Permit Area; to enter upon, to pass and repass over and along said land; and to place and/or store tools, vehicles, storage containers, implements and other construction related equipment and materials thereon by said COUNTY, its officers, agents and employees, and by persons under contract with it and their employees, whenever and wherever necessary for the purposes above set forth. This grant is based upon the following facts: A GRANTOR leases real property from COUNTY identified in Golf Course Lease dated June 3, 1975 and amended on July 12, 1988, as Parcel Nos. 19.02 and 19.11 located in the County of Orange, State of California (the "Property"). B. Clause 15 (RESERVATIONS TO COUNTY) of said Golf Course Lease allows COUNTY the right to grant franchises, easements, rights of way and permits in, over, upon, along or across any and all portions of said Property. C. COUNTY desires to make street improvements on Irvine Avenue and requires a temporary right-of-entry on a portion of the Property (the Permit Area) to complete said improvements. 8/30/06 A5-5 NOW THEREFORE, for and in consideration of the foregoing, it is understood and agreed by the parties hereto, and their successors and assigns, the receipt and adequacy of which are hereby acknowledged, that: To perform the work necessary to construct the street improvements on Irvine A venue, COUNTY shall remove, relocate and replace the existing golf course perimeter fencing along the length of the Permit Area with fencing of equal or greater value. Said fencing shall be installed as near as possible to the property line. COUNTY shall also restore the Permit Area as near as possible to its original condition or as near thereto as reasonably possible upon completion of the street improvement project All work done under this permit shall be at COUNTY's expense and shall conform to all applicable building, fire, and sanitary laws, ordinances, and regulations relating to such work, and shall be done in a good and workmanlike manner. The right-of-entry herein granted shall be for a period of twelve (12) months from the commencement of construction, and the right of entry shall terminate at the end of such twelve (12) month period or upon filing ofa Notice of Completion, whichever first occurs. GRANTOR shall be given written notice by COUNTY's Director, Resources & Development Management Department, or designee, as to the date COUNTY requires use of the Permit Area for commencement of construction. Grantor may continue to utilize the Permit Area for the purposes provided for under the terms of the Golf Course Lease until commencement of COUNTY's construction activities. Nothing in this entry permit is intended nor shall anything in this entry permit be construed to transfer to COUNTY or its successors or assigns or to relieve GRANTOR or its successors or assigns or predecessors in title of any responsibility or liability GRANTOR or its successors or assigns or predecessors in title now has, has had or comes to have with respect to human health or the environment, including but not limited to responsibility or liability relating to hazardous or toxic substances or materials (as such terms as those used in this sentence are defined by statute, ordinance, case law, governmental regulation or other provision of the law). Furthermore, COUNTY may exercise its rights under law to bring action, if necessary, to recover clean up costs and penalties paid, if any, from GRANTOR or any others who are ultimately determined by a court of competent jurisdiction and/or a Federal, state or local regulatory or administrative governmental agency or body having jurisdiction, to have responsibility for said hazardous toxic substances or materials upon, within, or under the real property interests transferred pursuant to this entry permit Notwithstanding the foregoing, nothing in this entry permit is intended nor shall anything in this entry permit be construed to create or transfer to GRANTOR or its successors or assigns liability for contamination due to hazardous or toxic substances or materials located upon, within, or under the real property interests transferred pursuant to this entry permit which existed prior to GRANTOR's occupancy of the Property pursuant to the Golf Course Lease, or was caused by COUNTY's activities pursuant to this permit and COUNTY shall be and remain liable for any hazardous or toxic substances or materials which become located, because of COUNTY's operations, upon, within, or under the Permit Area pursuant to this entry permit 8/30/06 2 A5-5 COUNTY shall defend, indemnify and save harmless GRANTOR, the Newport Beach Golf Course LLC, and their respective officers, members, employees, invitees, successors and assigns, as applicable, from and against any and all claims, demands, losses, or liabilities of any kind or nature which they 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, or arising out of, the activities of COUNTY, its officers, agents, employees, subtenants, subcontractors, invitees, or licensees, in connection with and pursuant to this permit; even if the claims, demands, losses, or liabilities do not arise from a breach of this permit, except for any claims, demands, losses, or liabilities that arise from the negligence or willful misconduct ofGRANTOR, the Newport Beach Golf Course LLC, and their respective officers, members, employees, invitees, successors and assigns. This Temporary Right-of-Entry Permit is binding upon GRANTOR's successors and assigns, and GRANTOR agrees to disclose this Temporary Right-of Entry Permit to prospective buyers of any interest in the Golf Course Lease as part of the real estate sale disclosure for any proposed sale of said interest prior to the expiration of this permit. GRANTOR covenants that each individual executing this Temporary Right-to-Enter Permit on behalf of such party is a person duly authorized to execute this permit for that party and constitutes the legally binding obligation of their respective organization or entity, enforceable in accordance with its terms. GRANTOR L£/~ :_ ~KIA~ Successor Trustee of The Lane Trust dated October 9, 1979 SOPHIE ANNE JONES, Successor Trustee of The Jones Family Revocable Trust dated September 26, 1988 r By: ,_ \. 1,, .:. l , l_., .... -- " Debbie A. Jones, Her Attol1}6y-in-Fact :,~it 8/30/06 I . Dated: _l"-.1~;_· _,._"._;·~J _!_t_. _' ~<--~• Dated: ,-/ · 2 ~. ( • ( 3 AS~ COUNTY OF ORANGE Bq~~'.t/l,A~~~~__'::!:.~'------ ryan egl irector Resources evelopment Management Department Per Resolution No. 04-300 Dated: /0 -D4--0.6, Approved as to form: County Counsel By ~TI:!hw\.-A . 1/c ~ l t~ Deputy Dated: __ C]4 l-"-z _,__/ u-:1 Q_\, __ ~ 8/30/06 4 A5-5 LEGAL DESCRIPTION PROJECT: Irvine Avenue Project No.: Y7 Parcel No.: 169 Those portions of Lots 41 through 49 of Tract No. 706 in the County of Orange, State of California, per map filed in book 21, page 25 of Miscellaneous Maps in the office of the County Recorder of said county, lying generally southerly and southeasterly of the following described line: Commencing at a point on the southwesterly line of Parcel 5, described in the deed to the County of Orange, recorded June 30, 1958 in book 4332, page 308 of Official Records in the office of said County Recorder, distant N.49°2l '03"W., 37 .85 feet along said southwesterly line from the south corner of said Parcel; thence leaving said southwesterly line N.87°07'2l"E., 18.97 feet; thence S.84°38'49"E., 29.52 feet to the southeasterly line of said Parcel 5; thence N.40°38'07"E., 6.40 feet along said southeasterly line to the southwesterly line of said Lot 49; thence S.49°22' l0"E., 9.05 feet along said southwesterly line to the TRUE POINT OF BEGINNING; thence leaving said southwesterly line S.84°38' 49"E., 19.91 feet to the beginning of a non-tangent curve, concave northerly and having a radius of917.00 feet, said curve also being concentric with and 58.00 feet northerly from the survey line of Irvine Avenue, as said survey line is shown on Record of Survey 2004-1002 filed in book 202, pages 9 through 17 of Records of Survey, to which beginning of curve a radial bears S.6°47'35"E.; thence Easterly and Northeasterly 686.80 feet along said curve through a central angle of 42°54'45"; thence non-tangent to said curve N.39°46'06"E., 349.25 feet; thence N.29°58'10"E., 61.05 feet; thence N.39°29'56"E., 60.51 feet; thence N.48°57'56"E., 60.74 feet; thence N.40°38'07"E., 41.30 feet; thence N.0°32'04"E., 2.48 feet to the southwesterly line of Parcel No. 294 described in a deed to the State of California, recorded November 29, 1993 as Document No. 93-0824418 of Official Records in the office of said County Recorder; thence S.49°2 l '26"E., 23.60 feet along said southwesterly line to the northwesterly line of Irvine A venue as shown on said Record of Survey and described in a deed to the County of Orange, recorded August 3, 1983 as Document Number 83-33591 of said Official Records. EXCEPT that portion thereof lying southerly and southeasterly of a line that is parallel and concentric with and 40.00 feet northerly and northwesterly from the centerline of Tustin Avenue (now Irvine Avenue) described in Parcel 116 in the deed recorded April 3, 1964 in book 6990, page 624 of said Official Records. ALSO EXCEPT that portion lying within the land described in a deed to the County Page I of2 EXHIBIT "A" of Orange, recorded August 3, 1983 as Instrument No. 83-335951 of said Official Records. Containing 0.607 Acre more or less. See EXHIBIT B attached and by reference made a part. APPROVED L.S. 5168 June 30, 2007 Page 2 of2 EXHIBIT "A" LEGAL DESCRIPTION PROJECT: Irvine Avenue Project No.: Y7 Parcel No.: 169.l That portion of Lot 148 in Block 5 of Irvine's Subdivision, in the County of Orange, State of California, per map filed in book l, page 88 of Miscellaneous Maps in the office of the County Recorder of said county, described as Parcel 5 in the deed to the County of Orange, recorded June 30, 1958 in book 4332, page 308 of Official Records in the office of said County Recorder, described as follows: Beginning at a point on the southwesterly line of said Parcel 5, distant N.49°21 '03"W., 37.85 feet along said southwesterly line from the south comer of said Parcel; thence leaving said southwesterly line N.87°07'2l"E., 18.97 feet; thence S.84°38'49"E., 29.52 feet to the southeasterly line of said Parcel 5; thence S.40°38'07"W., 30.12 feet along said southeasterly line to said south comer; thence N.49°21 '03"W., 37.85 feet along said southwesterly line to the Point of Beginning. Containing 610 Square Feet more or less. See EXHIBIT B attached and by reference made a part. APPROVED .,,,,. -='--'---='---"'-~--"--=---Date: L.S. 5168 June 30, 2007 EXHIBIT "A" LEGAL DESCRIPTION PROJECT: Irvine Avenue Project No.: Y7 Parcel No.: 169.2 That portion of Lot 148 in Block 5 of Irvine's Subdivision, in the County of Orange, State of California, per map filed in book 1, page 88 of Miscellaneous Maps in the office of the County Recorder of said county, described as Parcel 5 in the deed to the County of Orange, recorded June 30, 1958 in book 4332, page 308 of Official Records in the office of said County Recorder, described as follows: Beginning at a point on the southwesterly line of said Parcel 5, distant N.49°2l '03"W., 37.85 feet along said southwesterly line from the south comer of said Parcel; thence leaving said southwesterly line N.87°07'2l"E., 18.97 feet; thence S.84°38'49"E., 26.24 feet; thence N.4°41 '00"W., 8. 70 feet; thence N.85°26'42"W., 25.19 feet; thence S.87°53'16"W., 28.72 feet to a point on the southwesterly line of said Parcel 5 distant N.49°2 I '03"W., 50.32 feet along said southwesterly line from said south comer; thence S.49°21 '03"W. along said southwesterly line to the Point of Beginning. Containing 415 Square Feet more or less. See EXHIBIT B attached and by reference made a part. APPROVED ~~o~. ~~_Date: (c;/"o/0'[; QmralLJ. Pavlik L.S. 5168 1 f June 30, 2007 EXHIBIT "A" LEGAL DESCRIPTION PROJECT: Irvine Avenue Project No.: Y7 Parcel No.: 169.3 Those portions of Lots 44, 45 and 46 of Tract No. 706 in the County of Orange, State of California, per map filed in book 21, page 25 of Miscellaneous Maps in the office of the County Recorder of said county, described as follows: Commencing at a point on the southwesterly line of Parcel 5, described in the deed to the County of Orange, recorded June 30, 1958 in book 4332, page 308 of Official Records in the office of said County Recorder, distant N.49°21 '03"W., 37.85 feet along said southwesterly line from the south comer of said Parcel; thence leaving said southwesterly line N.87°07'2l"E., 18.97 feet; thence S.84°38'49"E., 29.52 feet to the southeasterly line of said Parcel 5; thence N.40°38'07"E., 6.40 feet along said southeasterly line to the southwesterly line of said Lot 49; thence S.49°22' lO"E., 9.05 feet along said southwesterly line; thence leaving said southwesterly line S.84°38'49"E., 19.91 feet to the beginning of a non-tangent curve, concave northerly and having a radius of 917.00 feet, said curve also being concentric with and 58.00 feet northerly from the survey line of Irvine Avenue, as said survey line is shown on Record of Survey 2004-1002 filed in book 202, pages 9 through 17 of Records of Survey, to which beginning of curve a radial bears S.6°47'35"E.; thence Easterly and Northeasterly 436.49 feet along said curve through a central angle of 27°16'22" to the TRUE POINT OF BEGINNING; thence continuing Northeasterly 250.31 feet along said curve through a central angle of 15°38'23"; thence non-tangent to said curve N.39°46'06"E., 59.27 feet; thence N.50°14'48"W., 4.09 feet; thence S.39°45' 12"W., 64.96 feet to the beginning of a non-tangent curve, concave northwesterly and having a radius of 913.00 feet, to which beginning of curve a radial bears S.49°20'48"E.; thence Southwesterly 243.50 feet along said curve through a central angle of 15°16'51"; thence non-tangent to said curve S.34°03'57"E., 4.00 feet to the True Point of Beginning. • Containing 1241 Square Feet more or less. See EXHIBIT B attached and by reference made a part. APPROVED EXHIBIT "A" LEGAL DESCRIPTION PROJECT: Irvine A venue Project No.: Y7 Parcel No.: 169.4 Those portions of Lots 41 through 49 of Tract No. 706 in the County of Orange, State of California, per map filed in book 21, page 25 of Miscellaneous Maps in the office of the County Recorder of said county, together with that portion of Lot 148 in Block 5 of Irvine's Subdivision in said County of Orange, per map filed in book 1, page 88 of Miscellaneous Maps in the office of said County Recorder, described as Parcel 5 in the deed to the County of Orange, recorded June 30, 1958 in book 4332, page 308 of Official Records in the office of said County Recorder, described as a whole as follows: Commencing at a point on the southwesterly line of said Parcel 5, distant N.49"21 '03"W., 37.85 feet along said southwesterly line from the south comer of said Parcel; thence leaving said southwesterly line N .87°07'2 I "E., 18.97 feet; thence S.84°38'49"E., 26.24 feet to the TRUE POINT OF BEGINNING; thence continuing S.84°38'49"E., 3.28 feet to the southeasterly line of said Parcel 5; thence N.40°38'07"E., 6.40 feet along said southeasterly line to the southwesterly line of said Lot 49; thence S.49°22'10"E., 9.05 feet along said southwesterly line; thence leaving said southwesterly line S.84°38'49"E., 19.91 feet to the beginning ofa non-tangent curve, concave northerly and having a radius of917.00 feet, said curve also being concentric with and 58.00 feet northerly from the survey line of Irvine Avenue, as said survey line is shown on Record of Survey 2004-1002 filed in book 202, pages 9 through 17 of Records of Survey, to which beginning of curve a radial bears S.6°47'35"E.; thence Easterly and Northeasterly 436.49 feet along said curve through a central angle of27°16'22" to a point hereinafter referred to as Point "C"; thence continuing Northeasterly 250.31 feet along said curve through a central angle of 15°38'23"; thence non-tangent to said curve N.39°46'06"E., 349.25 feet; thence N.29°58' IO"E., 61.05 feet; thence N.39°29'56"E., 60.51 feet; thence N.48°57'56"E., 60.74 feet; thence N.40°38'07"E., 16.90 feet; thence N.49°21 '53"W., 5.00 feet; thence S.40°38'07"W., 16.50 feet; thence S.48°57'07"W., 60.84 feet; thence S.39°30'50"W., 61.3 l feet; thence S.29°52'55"W., 60.56 feet; thence N.49"21 '53"W., 4.00 feet; thence S.39°46'38"W., 353.89 feet to the beginning ofa non-tangent curve, concave northerly and having a radius of908.00 feet, to which beginning of curve a radial bears S.49°24'57"E.; thence Southwesterly and Westerly 673.70 feet along said curve through a central angle of 42°30'40"; thence non-tangent to said curve N.85°36'51 "W., 35.64 feet to its intersection with a line that bears N.4°41 '00"W. and passes through said true point of beginning; thence S.4°41 '00"E., 8. 70 feet to the True Point of Beginning. EXCEPT that portion thereof described as follows: Beginning at said Point "C" described above; thence continuing Northeasterly 250.3 J feet along said curve through a central angle of 15°38'23"; thence non-tangent to said curve N.39°46'06"E., 59.27 feet; thence N.50°14'48"W., 4.09 feet; thence Page I of2 EXHIBIT "A" S.39°45' 12"W., 64.96 feet to the beginning of a non-tangent curve, concave northwesterly and having a radius of913.00 feet, to which beginning of curve a radial bears S.49°20'48"E.; thence Southwesterly 243.50 feet along said curve through a central angle of 15°16'51"; thence non-tangent to said curve S.34°03'57"E., 4.00 feet to the Point of Beginning. Containing 0.214 Acre more or less. See EXHIBIT B attached and by reference made a part. APPROVED ~o_. ~-"--~--'-----=-r_ Date: L.S. 5168 June 30, 2007 Page 2 of2 EXHIBIT "A" LEGAL DESCRIPTION PROJECT: Irvine Avenue Project No.: Y7 Parcel No.: 169.5 That portion of Lot 148 in Block 5 of Irvine's Subdivision, in the County of Orange, State of California, per map filed in book 1, page 88 of Miscellaneous Maps in the office of the County Recorder of said county, described as Parcel 5 in the deed to the County of Orange, recorded June 30, 1958 in book 4332, page 308 of Official Records in the office of said County Recorder, described as follows: Commencing at a point on the southwesterly line of said Parcel 5, distant N.49°21 '03"W., 37.85 feet along said southwesterly line from the south comer of said Parcel; thence leaving said southwesterly line N.87°07'21 "E., I 8.97 feet; thence S.84°38'49"E., 26.24 feet; thence N.4°41 '00"W., 8.70 feet to the TRUE POINT OF BEGINNING; thence N.85°26'42"W., 25.19 feet; thence S.87°53'16"W., 28.72 feet to a point on the southwesterly line of said Parcel 5 distant N.49°21 '03"W., 50.32 feet along said southwesterly line from said south comer; thence N.49°21 '03"W., 8.87 feet along said southwesterly line; thence leaving said southwesterly line N.87°54'47"E., 35.59 feet; thence S.85°14'45"E., 24.57 feet; thence S.4°41 '00"E., 6.00 feet to the True Point of Beginning. Containing 342 Square Feet more or less. See EXHIBIT B attached and by reference made a part. APPROVED EXHIBIT "A" l, l, """··i s <I'~ . ~' 1•,~l>j..,'.l'l' .n ,, 'I ,i ~ ij i .. '• " w, 1-">J.Pi~ I ,1 : I t: ~ ,, 'i '.:' I llil!i ll'ill!·, h1 ' I ,, I ! ! . -. 1111e:1° ~ :~;~~ ~ ~ [< :; ,;, ·" .,, " i 1, ~ •', '' j; --, ._,# ! ' I I ,·,r, CF HOIA:./lr i,£.'<"H ,1(,';> ' ---ORCHARD-------,-------- ' 1 ,~<!;s,; f •• ~" [ ii '"~ . ./ is: t: ,,., 1- 1' (J ~ ,, ,I ~ • ~ ' 1- \} '-i ~ ~ ' • ~ ! ' "-"' " "" I!: .• I .__ i l,. "' "' (:: ' ' ' Ii, ,.. .. ·..:•• 'Ii i ! ' EXHI IT "B" Revised: 09/28/06 SECTIONE DELETED E-1 SECTION F CONSTRUCTION DETAILS Revised: 12/04 Section F, "Construction Details," is included as an integral paii of the CONSTRUCTION AGREEMENT, also referred to as AGREEMENT, as previously described and listed on page CA-I and CA-2, and the AGREEMENT shall be hereinafter referred to in Section Fas "CONTRACT" The Standard Specifications for Public Work Construction (Greenbook), except Section 307, 2006 edition as published by Building News, Inc. are hereinafter referred to as STANDARD SPECIFICATIONS. The Standard Plans and Standard Specifications of the State of California, Department of Transportation (Caltrans Standard Plans dated May 2006 and Caltrans Specifications dated May 2006) are hereinafter referred to as CALTRANS STANDARD PLANS and CALTRANS STANDARD SPECIFICATIONS. F-1 DESCRIPTION OF WORK The work to be done in accordance with Section F of these Special Provisions consists, in general, of widening oflrvine A venue from Southerly of Mesa Drive to SE Bristol Street in the City of Newport Beach, California and unincorporated area of the Santa Ana Heights. The work inclndes removal of existing facilities and vegetation, site clearance, grading, construction of cnrbs, gntters, sidewalks, cnrb access ramps, bus turnouts, road pavement, concrete catch basins, storm drains, retaining walls, median landscaping and irrigation, modification of existing traffic signals, striping & markings, and adjusting and relocating utilities and amenities in and around the project site. All items damaged while performing said work will also be repaired or replaced as determined by the ENGINEER. Other items of work or details not mentioned above that are required by the Plans, CITY OF NEWPORT BEACH STANDARD PLANS, CAL TRANS STANDARD PLANS, CAL TRANS STANDARD SPECIFICATIONS, STANDARD SPECIFICATIONS, or these Special Provisions, shall be performed, placed, constructed or installed. It is the CONTRACTOR's responsibility to verify all controlling field dimensions before ordering or fabricating any material. F-2 SITE VISITATIONS Prior to the submission of the bid, the CONTRACTOR shall visit the job site and make a thorough examination and evaluation of the existing site conditions and surrounding area. CONTRACTOR shall include the costs for SITE VISIT A TIO NS in the prices paid for the various CONTRACT items of work and no additional compensation will be allowed therefor. F-3 MOBILIZATION F-1 The LUMP SUM bid price paid for MOBILIZATION shall include full compensation for providing bonds, insurance, financing, delivering City of Newport Beach construction notifications and moving equipment to the job site and no additional payment will be made therefor. The lump sum listed in Section C, "Payments," of these Special Provisions or the CONTRACT lump sum price bid as submitted by the CONTRACTOR in the Proposal, whichever is less, shall be paid with the first monthly progress payment. Any amount bid in excess of the value for progress payments purposes listed in Section C, "Payment," 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-3.l PRELIMINARY PROGRESS SCHEDULE The CONTRACTOR, and at his option, may submit a Preliminary Progress Schedule in accordance with these Special Provisions. The use of a Preliminary Progress Schedule will only be permitted for the first thirty (30) working days of the CONTRACTOR's construction operations for this PROJECT. After the first thirty (30) working days, the CONTRACTOR shall be expected to operate from an approved Progress Schedule as described in, "Progress Schedule," of these Special Provisions. Failure to provide an approved Progress schedule after the first thirty (30) working days will suspend the disbursement of monthly progress payments to the CONTRACTOR until an approved Progress Schedule is received by the ENGINEER. Within ten (I 0) working 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 which shall include the following PROJECT phases and/or activities: 1) The dates by which the CONTRACTOR shall deliver to the ENGINEER all required submittals for proposed construction materials ( concrete mix designs, filter fabrics, etc.), techniques (including any shop drawings), and plans required by the CONTRACTOR for the ENGINEER's review (such as: shoring, falsework, dewatering, prefabricated structural members, detours, lane closures, construction access, erosion control plan, SWPPP, etc.). The Preliminary Schedule should reflect the time required for review by the ENGINEER and revision or resubmittal by the CONTRACTOR ifrequired. 2) The approximate delivery dates to the jobsite of all construction materials and key and long-lead time procurement items. 3) The activities to be accomplished within the first thirty (30) working days of the CONTRACT. 4) 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. F-2 5) 6) 7) F-3.2 Approximate cost for each bid item or activities within bid items, which when totaled, represents the total CONTRACT price bid for the PROJECT. The Preliminary Progress Schedule shall describe the activities to be accomplished and their dependency subject to all requirements of the other paragraphs of this clause. The Prelirninmy Progress Schedule will be temporarily used to record and monitor the progress of work and shall be the basis of determining the progress payment to the CONTRACTOR until the Progress Schedule is finalized with restrictions as stated above. All recorded data on the Preliminary Progress Schedule will be incorporated into the first schedule update. The CONTRACTOR shall within five (5) working days from receipt of the ENGINEER's comments, either revise and resubmit the Preliminmy Progress Schedule in accordance with the ENGINEER's comments, or fom1ally (in writing) request a joint meeting to be held within five (5) working days to resolve any objections to the ENGINEER's comments. If the aforementioned meeting is held, the CONTRACTOR shall revise and resubmit the Preliminary Progress Schedule within five (5) working days following the meeting. PROGRESS SCHEDULE Within thirty (30) calendar days after receipt of the Notice to Proceed, the CONTRACTOR shall provide three (3) copies of his proposed Progress Schedule fo the ENGINEER. The Progress Schedule shall cover the entire CONTRACT duration and shall consist of, but not limited to, the following: I) The Progress Schedule shall include all proposed construction activities including major procurement items, plan and shop drawing submittals, including shop drawing reviews. See paragraph ( 1) of the Preliminmy Progress Schedule for reference. 2) The Progress Schedule shall include the duration and sequencing of each bid item or construction activity. 3) The Progress Schedule shall include a tabulated activity report which shall include the following minimum data for each bid item or construction activity: A) activity beginning and ending event numbers or activity number preference B) estimated duration C) activity description D) early and latest allowable start date ( calendar dated) E) early and latest allowable finish date ( calendar dated) F) Status of each activity ( critical) G) total float of each activity H) cost value of each activity F-3 4) 5) 6) F-3.3 The Progress Schedule shall include the proposed sequencing of all subcontractors, trade crews, and major construction equipment. In developing the Progress Schedule and tabulated activities report, the CONTRACTOR shall be responsible for assuring that all subcontractor work, as well as his own work, is included in the schedule, that work sequences are logical, and that the diagram shows a coordinated plan of work. The Progress Schedule and tabulated activities report 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) working days each but not less than one (1) working day, unless otherwise directed by the ENGINEER, except for non-construction activities such as procurement of constrnction materials, fabrication of materials, delivery of equipment, etc. Within five (5) working days from receipt of the ENGINEER's comments, the CONTRACTOR shall revise and resubmit the Progress Schedule and tabulated activity report in accordance with the ENGINEER's comments, or formally (in writing) request a joint meeting to resolve any objections to the ENGINEER's comments. The joint meeting must be held within ten ( I 0) working days from receipt of the ENGINEER's comments unless otherwise specified by the ENGINEER. If the aforementioned meeting is held, the CONTRACTOR shall revise the Progress Schedule and tabulated activities report to the satisfaction of both parties and resubmit three (3) copies of the Progress Schedule and tabulated activity report within (5) working days following the meeting. REVISIONS TO THE SCHEDULE At least once a month the CONTRACTOR shall meet with the ENGINEER to jointly review the CONTRACTOR's activities and progress as they relate to the approved Progress Schedule. If it appears the schedule does not accurately represent the CONTRACTOR's prosecution and progress of the work, the ENGINEER shall request, and the CONTRACTOR shall furnish, two (2) copies ofa revised Progress Schedule within five (5) working days of the meeting which, to the ENGINEER's satisfaction, accurately represents the CONTRACTOR's activities. If a revised Progress Schedule is deemed necessary, no progress payments will be disbursed to the CONTRACTOR until a revised Progress Schedule is approved by the ENGINEER. If the CONTRACTOR desires to make changes in the Progress Schedule or tabulated activity report to reflect revisions in his method of operating and scheduling of work, the CONTRACTOR shall notify the ENGINEER in writing, stating the reasons for the proposed revision(s). The CONTRACTOR shall furnish the ENGINEER with two (2) copies of the proposed-revised schedule and tabulated activity report. If the CONTRACTOR changes the approved Progress Schedule or tabulated activity report without consent of the ENGINEER, no progress payments will be disbursed to the CONTRACTOR until the revised schedule and report is approved by the ENGINEER. F-4 F-3.4 REVISED PROGRESS SCHEDULE FOR CHANGES, DELAYS, TIME EXTENSIONS AND CONTRACTOR REQUESTS When change orders are initiated, delays are experienced, or the CONTRACTOR desires to revise the Progress Schedule, the CONTRACTOR shall submit to the ENGINEER a Time Impact Analysis incorporating the change, delay, or revision. Activity time delays will not automatically guarantee the CONTRACTOR an extension of CONTRACT time. An extension in CONTRACT time will only be allowed when the CONTRACTOR can demonstrate that the duration of the activity, affected by the delay, affects the critical path of the PROJECT and all available float has been exhausted. The CONTRACTOR shall submit two (2) copies of the revised schedule for the approval of the ENGINEER. No CONTRACT time extensions or extra payments will be applied toward monthly progress payments until the revised schedule is approved by the ENGINEER. F-3.5 PAYMENT FOR "PROGRESS SCHEDULE" Full compensation for confom1ing to the requirements of PROGRESS SCHEDULE including all submittals, revisions, coordinating, scheduling, labor, materials, tools, equipment, and incidentals necessary shall be included in CONTRACT bid price paid for MOBILIZATION and no additional compensation will be allowed therefor. F-4 ORDER OF WORK The CONTRACTOR shall follow the sequence of operations as set forth herein. Full compensation for conforming with such requirements will be considered as included in the prices paid for the various CONTRACT items of work and no additional compensation will be allowed therefor. The order of work shall be as follows: F-5 I. Mobilization activities, including preparing the project work schedule, SWPPP, traffic control plan and securing all required approvals, 2. Class A Field Office and installation of Project Information Signs and Measure M informational signs, 3. Ordering of materials, mobilization, project schedule, and pe1mit applications, 4. All other CONTRACT work required. COOPERATION The requirements of Subsection 5-6, "Cooperation," and 7-7, "Cooperation and Collateral Work," of the ST AND ARD SPECIFICATIONS, are amended as follows: The CONTRACTOR shall cooperate with the City ofNewport Beach (CITY). The CONTRACTOR'S contact at the CITY shall be: F-5 Mr. Lloyd Dalton, City Engineer City of Newport Beach 3300 Newport Boulevard, Building C Newport Beach, CA 92663 Phone: 949-644-33 l l Fax: 949-644-3318 The CONTRACTOR shall cooperate with all private property owners affected by the PROJECT, notifying them at least five (5) working days before commencement of any work on/or adjacent to their property. City of Newport Beach Notification Requirements Ten (10) working days prior to starting work, the CONTRACTOR shall deliver a construction notice to residents within 500 feet of the project, describing the project and indicating the limits of construction. The CITY will provide the notice. Forty-eight ( 48) hours prior to the start of construction, the CONTRACTOR shall distribute to the residents a second written notice prepared by the CITY clearly indicating specific dates in the space provided on the notice when construction operations will start for each block or street, what disruptions may occur and approximately when construction will be complete. An interruption of work at ay location in excess of fourteen (14) calendar days shall require re-notification. The CONTRACTOR shall insert the applicable dates and times at the time the notices are distributed. The written notices will be prepared by the City of Newport Beach, but shall be completed and distributed by the CONTRACTOR. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require CONTRACTOR re-notification using an explanatory letter furnished by the CITY. The CONTRACTOR's attention is directed to Section F, "IDENTIFICATION OF UTILITY DISPOSITION" of these Special Provisions. Several utilities will be performing work concurrent with work on this PROJECT. The CONTRACTOR shall cooperate with these utilities and allow them sufficient time to complete their work. Full compensation for conforming to the requirements of COOPERATION shall be considered as included in the various CONTRACT items of work involved and no additional compensation will be allowed therefor. F-6 WATER QUALITY F-6 All construction materials other than Portland Cement Concrete and Asphalt Concrete imported to this construction CONTRACT are subject to the requirements of the Clean Water Act and the Regional Water Quality Control Board, and shall not contain any materials that may contaminate surface or ground waters. The CONTRACTOR shall submit test results from a qualified testing laboratory with his written request for approval of materials for the CONTRACT. The COUNTY may elect to verify any water quality or materials specification tests prior to approval for use of the materials. The CONTRACTOR's attention is directed to Section D, for additional water quality Special Provisions. Full compensation for conforming to the requirements of Water Quality shall be considered as included in the various CONTRACT items of work involved and no additional compensation will be allowed therefore. F-7 WASTE AND MATERIALS MANAGEMENT CONTROL CONTRACTOR shall employ Best Management Practices (BMPs) and good housekeeping practices identified within activity: I. "Material Delivery and Storage" (WM-I) to prevent, reduce or eliminate the discharge of pollutants from material delivery and storage to the stormwater system from materials nsed by the CONTRACTOR on site. CONTRACTOR shall employ store materials on a designated area, install secondary containment (if necessaiy), conduct regular inspections and provide training to employees and subcontractors, all in accordance with the recommendations of BMP WM-I. 2. "Material Use" (WM-2) to prevent or reduce the discharge of pollutants to storm water from materials used by the CONTRACTOR on site. CONTRACTOR shall employ alternative products when possible, shall minimize hazardous materials use on-site, and shall provide training to employees and subcontractors in the proper use of materials and BMPs, all in accordance with the recommendations of BMP WM-2. 3. "Stockpile Management" (WM-3) to provide stockpile management procedures and practices that are designed to reduce or eliminate air and stormwater pollution from stockpiles of soil, paving materials such as Portland cement concrete (PCC) ruble, asphalt concrete (AC), asphalt concrete rubble, aggregate base, aggregate sub base or pre-mixed aggregate, all in accordance with recommendations of BMP WM-3. 4. "Sanitary/Septic Waste Management" (WM-9) to provide proper sanitary and septic waste management to prevent the discharge of pollutants to stronnwater from sanitary and septic waste. CONTRACTOR shall employ convenient, well-maintained facilities, and arrange for regnlar service and disposal, all in accordance with recommendations of BMPWM-9. F-7 5. "Street Sweeping and Vacuuming" (SE-7) to prevent sediment from the project site from entering storm drains or receiving waters. CONTRACTOR shall provide street sweeping and vacuuming including the use of self-propelled and walk-behind equipment to remove sediment from streets and roadway, and to clean paved surfaces in preparation for final paving, all in accordance with recommendations of BMP SE-7. 6. "Storm Drain Inlet Protection" (SE-I 0) to reduce sediment entering the storm drain inlet by providing protection measures that temporarily pond runoff before it enters the storm drain. CONTRACTOR shall provide appropriate inlet protection in accordance with recommendations ofBMP SE-10. The aforementioned BMPs are located within Section D of these Special Provisions and are incorporated by reference herein. Additional BMPs may be used and may be necessary. For a complete list refer to the CASQA website: http://www/cabmphandbooks.com Full compensation for conforming to the requirements of MATERIAL USE shall include: 1. All work including furnishing all labor, tools, materials, equipment and incidentals necessary for doing the work, complete in place, as required under and employing the BMPs "Material Delivery and Storage" (WM-I), "Material Use" (WM-2), "Stockpile Management" (WM-3), and "Sanitary/Septic Waste Management" (WM-9) shall be considered as included in the CONTRACT LUMP SUM bid price paid for WASTE AND MATERIALS MANAGEMENT CONTROL and no additional compensation will be allowed therefor. F-8 DUST CONTROL To Subsection 7.8.1, "Cleanup and Dust Control," of the STANDARD SPEClFICA TIONS add the following: Dust control shall hereby be defined as the elimination and/or control of dirt, dust, mud and debris from propagating or spreading onto properties, private or public, adjacent to the PROJECT and CONTRACTOR's work areas. No separate payment will be made for any work perforn1ed or material used to control dust resulting from the CONTRACTOR's performance of the work, or by pnblic traffic, either inside or outside the right-of-way. Construction activity will take place in a highly developed residential neighborhood. Dust Control shall be strictly enforced. CONTRACTOR shall at all times keep a water truck or other equipment at the job site in working order capable of performing dust control for the duration of the CONTRACT period. Subject to paragraph two of Subsection 7 .8.1, "Cleanup and Dust Control," of the STANDARD SPECIFICATIONS, the CONTRACTOR is required to fnmish and operate a selfloading motor sweeper with spray nozzles a minimum of once each work day, when and where required for proper dust control, and as directed by the ENGINEER. Cost for furnishing and operating sweeper (including those instances in addition F-8 to the minimum requirements) shall be included in the unit price bid for DUST CONTROL and no additional compensation will be allowed therefore. Dust control shall be performed a minimum of four times a day for the duration of the CONTRACT period: twice in the morning and twice in the afternoon (time periods to be eqnally spaced), and as directed by the ENGINEER. Dust control performed by the CONTRACTOR in addition to the minimum daily requirement and at the direction of the ENGINEER, shall be considered as included in the CONTRACT unit price bid and no additional compensation will be allowed therefore. Perforn1ing the minimum dust control required by the CONTRACT will in no way relieve the CONTRACTOR from his responsibility for providing adequate dust control measures. Full compensation for conforming to the requirements of DUST CONTROL including all labor, equipment, tools, materials, and incidentals shall be considered as included in the CONTRACT LUMP SUM price bid and no additional compensation will be allowed therefore. F-9 DEVELOP WATER SUPPLY Work shall consist of developing a water supply and for furnishing and placing all water required for work done in the contract, including water used for extra work. Full compensation for developing a water supply and for furnishing and placing all water reqnired for work done in the contract, including extra work, shall be considered as included in the various CONTRACT items of work involved and no additional compensation will be allowed therefor. F-10 STORM WATER POLLUTION PREVENTION PLAN (SWPPP) The CONTRACTOR shall prepare a Storm Water Pollution Prevention Plan (SWPPP) as required within Section D, "California Regional Water Quality Control Board." The County of Orange SWPPP template shall be completed, stamped, and signed by a Civil Engineer currently registered in the State of California who has completed at least twenty-four hours of formal SWPPP/Storm Water training and received a certificate of completion from a reputable firm that teaches storm water training. The template is available in electronic format upon request and should be included as part of a PROJECT SWPPP MANUAL. For use within these specifications a PROJECT SWPPP MANUAL is defined as the combination of the completed County of Orange SWPPP Template and the contactors detailed plan to comply with all the requirements set forth in the State General Construction Activity Storn1 Water Permit. The PROJECT SWPPP Manual should be prepared in accordance with the Caltrans SWPPP/WPCP Preparation Manual, the California Stormwater Quality Association (CASQA) Construction Handbook, or equivalent. F-9 The PROJECT SWPPP MANUAL shall include the following provisions as required by the Construction Pennit: 1. Implementation Schedule 2. Source Identification 3. Erosion Control 4. Stabilization 5. Sediment Control 6. Non-Stom1 Water Management 7. Post Construction Storm Water Management 8. Maintenance, Inspection and Repair Program 9. Training 10. List of Sub-Contractors Certifications 11. Monitoring Program for Silt/Sediment 12. Monitoring Program for Non-Visible Pollutants The Caltrans SVvPPP Preparation Manual/Template is available to download at: http ://www.dot.ca. gov /hg/construc/stormwater/stormwater 1.htm The CASQA Construction Handbook SWPPP Template is available to download at: http://www.cabmphandbooks.com/ The CONTRACTOR shall implement, maintain, and amend the PROJECT SWPPP MANUAL during construction to reflect actual construction practices. The CONTRACTOR shall submit to the ENGINEER copies of all CONTRACTOR generated SWPPP documents, including test results and inspection reports, within twenty-four (24) hours of request by the ENGINEER. Full compensation for conforming to the requirements of the STORM WATER POLLUTION PREVENTION PLAN (SWPPP) shall include, but not be limited to, the following: 1. Complete and submit the Notice ofintent (NOI) or Notice of Construction Activity (NOCA) to the ENGINEER, 2. Complete the PROJECT SWPPP MANUAL to conform to Contractor's actual construction practices, 3. Implement, maintain, and ensure adequate functioning of the various water quality control measures identified within the PROJECT SWPPP MANUAL during construction. These tasks must be performed by a representative who has completed at least four ( 4) hours of effective stonn water training and received a certificate of completion. 4. All documentation and administration for the entire CONTRACT period, 5. All work required for compliance with the requirements of the State General Construction Activity Storm Water Permit including construction of a contingency basin, chemical treatments, etc., 6. All work required for compliance with Resolution No. 2001-046 and RS-2004-0021 including identification of strategies and monitoring activities (sampling, testing, reporting, etc.), 7. All labor, tools, equipment, materials, and incidentals required to conform to the State General Construction Activity Storm Water Permit requirements F-10 shall be considered as included in the CONTRACT LUMP SUM bid price paid for STORM WATER POLLUTION PREVENTION PLAN (SWPPP) and no additional compensation will be allowed therefor. F-11 SECTION D PERMIT REQUIREMENTS The CONTRACTOR shall comply with the requirements all permits identified in Section D, "Permits" of these Special Provisions. The CONTRACTOR shall review all permit requirements and shall modify the construction schedule, modify construction access, provide temporary protection and modify construction practices as necessary to comply with the provisions of the SECTION D PERMITS. Full compensation for complying with the requirements of SECTION D PERMITS, with the exception of the Construction Permit, as specified in Section D of these Special Provisions, shall be included in the CONTRACT LUMP SUM bid price paid for SECTION D PERMIT REQUIREMENTS, and no additional compensation will be allowed therefor. Permit requirements that provide for construction of permanent facilities at completion of PROJECT (e.g. post construction treatment control BMPs) are listed as a separate pay item elsewhere within SECTION F of these Special Provisions, or will be accomplished by others, as noted. F-12 UTILITIES The COUNTY has endeavored to locate and show on the plans the approximate locations of all p1ivate and public utilities and facilities to be encountered during construction. 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 COUNTY. 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 for completion and/or extra compensation under the provisions of Subsection 5-5, "Delays." For Class II utilities, the COUNTY 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 ST AND ARD SPECIFICATIONS shall be used. In the event protection or relocation is accomplished by the owner or by others, the CONTRACTOR shall 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 Section 5-5, "Delays." F-11 In the event any such unknown substructures should be disturbed or damaged, by no fault of the CONTRACTOR 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 COUNTY at no cost to the CONTRACTOR. Where facilities are shown on the plans, "To Be Relocated By Others," the COUNTY will issue the owner a "Notice to Relocate" or, by COUNTY 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 all reasonable remedies for keeping CONTRACT on schedule have been exhausted by CONTRACTOR including, but not limited to flow-charts and critical path scheduling, work simplification, 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 COUNTY. Prior to the commencement of work, the CONTRACTOR shall verify the location and depth of all utilities, including service laterals and service connections, which have been indicated on the plans or marked by the respective owners and which may affect or be affected by its operations. 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 will not interfere with construction. In the event a utility conflict exists, the COUNTY 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 COUNTY. 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 utility company or district at least two working days prior to construction in the immediate vicinity of the utility. Utility Company Contact Telephone Number Sempra Energy Gas Company Mike Harrie! (714) 634-3278 The Gas Company Dave Baldwin (714) 634-3267 (Transmission) SBC Garv Miller (714) 237-6165 SCE (Distribution) Jason Cartaya (714) 895-0292 SCE (Transmission) Anita Valko (714) 895-0262 Mesa Consolidated Water Mark Pelka (949) 631-1291 ext. 144 District F-12 Adelphia Communications Joe Barrios (714) 414-1409 Costa Mesa Sanitary District Rob Hammers (949) 548-1192 Irvine Ranch Water District Malcolm Cortez (949) 453-5551 City ofNewpmi Beach Mike Sinacori (949) 644-3342 Metropolitan Water District J.J. Razon (213) 217-7807 (Substructures) Underground Service Alert (800) 227-2600 The CONTRACTOR's attention is directed to the utility notification 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 1-800-277-2600. The CONTRACTOR shall call USA prior to any work (such as filling, 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 inclnded in the various CONTRACT items of work involved and no additional compensation will be allowed therefor. F-12.1 VERIFICATION OF UTILITY LOCATION AND DEPTH Full compensation for VERIFICATION OF UTILITY LOCATION AND DEPTH, shall be considered as included in various CONTRACT items of work involved and no additional compensation will be allowed therefor. F-12.2 CAL-OSHA CLEARANCE REQUIREMENTS For all work in the vicinity of Sou them California Edison (SCE) utility poles, the CONTRACTOR shall comply with CAL-OSHA Workmen/Equipments Clearance requirements as follows: Required Clearance Required Clearance Voltage Range in for for Cranes, Derricks, Workmen/Equioments etc. Volts CAL-OSHA 6' 10' 600-50,000* *Note: Required clearances are greater for voltages in excess of 50,000 volts. Full compensation for conforming to the requirements of CAL-OSHA CLEARANCE REQUIREMENTS shall be considered as included in the various CONTRACT items of work involved and no additional compensation will be allowed therefore. F-12.3 IDENTIFICATION OF UTILITY DISPOSITION F-13 IDENTIFICATION OF UTILITY DISPOSITION PROJECT LIMITS Station or Sheet Distance Location *9+00to 10+75 19+75 lo 19+88 19+75 to 22+10 19+75 to 22+85 19+75 to 22+99 19+75 to 23+35 19+75 to 23+92 19+78 19+78to 19+85 19+78to 23+30 19+88 19+92 ]9+92 19+94 19+96 19+97 19+97 19+97 19+97 20+00 20+04 20+05 20+10 20+25 Legend: No. Lt/Rt 18 Lt. 16' to 18 Rt 46' to 18 Lt. 36' to Lt 30' 18 Rt 8' to Lt 8' 18 RL31'to RL 38' 18 RL 8' to LL 17' 18 RL 34' to RL 9' 18 Rt 24' to LL 36' 18 Lt 90' to LL 80' 18 RL 24' to LL 2' 18 RL 46' to RL 72' 18 LL 56' 18 Rt 33' to RL 3' 18 LL 53 18 Rt 36' 18 LL 36' 18 Lt 44' 18 Rt 1 O' 18 LL 50' 18 Lt 33' 18 LL51'to LL 53' 18 LL 62' 18 Lt 50' 18 LL 51' C=Contractor I =Remove IRVINE AVENUE (STREET STATIONS) Utility Owner Facility Cable TV Comcast Cablevision 6" Water Irvine Ranch Water District 24" Water City N ewporl Beach 6" Water Irvine Ranch V./ ater District 12 11 Water City Newport Beach 3u Gas The Gas Cornnanv 16" Water City Newport Beach 8" Sewer CMSD 211 Gas The Gas Cornoany 8" Sewer CMSD 6" Water Irvine Ranch Water District Light Pole Water Valve City Newport Beach Elec. Pull Box Water Valve City Newport Beach Waler Valve City Newport Beach Fire Hydrant City Newport Beach Water Valve City Newport Beach Sprinkler Water Valve City Newport Beach Grate Inlet Grate Inlet Sprinkler Sprinkler E=RDMD O=Utility Owner F-14 Work By CP CP CP CP CP CP CP CP CP CP CP CP CP CP CP CP CP CP CI CP CP CP Cl CJ P=Protect A=Adjust Prior Comments Rights E E E E E E E E E E E E E E E E E E E Cut & Cap Snrinklers E E E E Cut & Cap Snrinklers E Cut & Cap Sorinklers R=Relocate U=Undetermined IDENTIFICATION OF UTILITY DJSPOSJTJON PROJECT LIMITS Station or Location 20+39 20+4] 20+43 20+43 to 19+4] 20+45 20+45 20+47 20+48 20+5I 20+52 20+54 20+69 20+70 20+87 20+96 21+04 21+05 to 22+09 21+14to 21+17 21+17 21+23 21+43 21+63 21+83 21+95 Legend: Sheet Distance No. Lt/Rt 18 Lt. 5 I' 18 Lt. 44' 18 Rt. 20' 18 Rt.21'to Rt. 221' 18 Rt. 44' 18 Rt. 42' 18 Rt. 42' 18 Rt. 9' to Rt. 41' 18 Rt. 9' to Rt.41' 18 Rt. 41' 18 Lt. 52' 18 Lt. 52' 18 LL 45' 18 Lt. 53' 18 LL 36' to Lt. 50' 18 Lt. 52' 18 Lt. 41' to Lt. 37' 18 Rt. 0.26' toRt.41' 18 Rt. 42' 18 Lt. 52' 18 Lt. 51' 18 Lt. 50' 18 Lt. 49' 18 Lt. 68' C=Contractor I =Remove IRVINE AVENUE (STREET STATIONS) Utility Owner Work Facility By Sprinkler Cl Utility Pole CP Sewer CMSD CA Manhole 8" Sewer CMSD CP Water Valve Irvine Ranch CA Water District Water Meter Irvine Ranch CA Water District Water Meter Irvine Ranch CA Water District 6" Water Irvine Ranch CP Water District 6" Water Irvine Ranch CP Water District Trafiic Pull City Newport CA Box Beach Sprinkler Cl Sprinkler CI Traffic Pull CA Box Sprinkler CI 24" Water City Newport CP Beach Sprinkler CI Cable TV Comcast CP Cablevision 311 Gas The Gas CP Company Gas Valve The Gas CP Conmany Sprinkler CI Sprinkler CI Sprinkler Cl Sprinkler CI Light Pole CP E=RDMD O=Utility Owner P=Protect A=Adjust F-15 Prior Comments Rights E Cut & Cap Sorinklers E E Adjust to Grade E E Adjust to Grade E Adjust to Grade E Adjust to Grade E E E Adjust to Grade E Cut & Cap Sorinklers E Cut & Cap Snrinklers E Adjust to Grade E Cut & Cap Sprinklers E E Cut& Cap Snrinklers E E E E Cut & Cap Snrinklers E Cut & Cap Sorinklers E Cut & Cap Snrinklers E Cut & Cap Snrinklers E R=Relocate U=Undeterrnined IDENTIFICATION OF UTILITY DISPOSITION PROJECT LIMITS Station or Sheet Distance Location 22+02 22+02 22+04 22+09 22+09 22+09 to 22+27 22+10 22+10to 23+56 22+14 22+14to 22+53 22+16 22+19 22+19 to 23+1 I 22+23 22+23 22+23 22+27 to 22+68 22+28 22+28 to 22+60 22+29 22+30 22+3 I to 22+33 22+33 to 22+6I 22+37 22+43 Legend: No. Lt/Rt 18 Lt. 49' 18 Lt. 68' 18 Lt. 47' 18 Lt. 46' 18 Lt. 69' 18 Lt. 37' to Lt. 34' 18 LL 421 18 Lt. 30' to Lt. 33' 18 Lt. 44' 18 Lt.4l'to Rt. 3' 18 Lt. 69' 18 Lt. 42' 18 Lt. 41' to Rt. 0.16' 18 Lt. 42' 18 Lt. 48' 18 Lt. 70' 18 Lt. 34' to Lt. 35' 18 Lt. 34' to Lt. 40' 18 Lt. 34' to Lt. 331 18 Lt. 421 18 Lt. 56' 18 Lt. 25' to Lt. 48' 18 Lt. 48' 18 Lt. 57' 18 Lt. 47' C=Contractor I =Remove IRVINE AVENUE (STREET STATIONS) Utility Owner Facility Sprinkler Li_ght Pole Elec. Vault Elec. Vault Light Pole Cable TV Comcast Cablevision Bollard CMSD 24n Water City Newport Beach Sewer Pump CMSD Station 21 11 Sewer CMSD Light Pole Sewer Pump CMSD Station 1511 Sewer CMSD Sewer Pump CMSD Station Sprinkler Light Pole Cable TV Comcast Cablevision 1011 Sewer CMSD 10" Sewer CMSD Bollard CMSD Elec. Meter 21" Sewer CMSD 21" Sewer CMSD Utility Pole SCE Sprinkler E=RDMD O=Utility Owner F-16 Work By CI CP OR OR CP CP OR CP OR CP CP OR CP OR CI CP CP CP CP OR OR CP CP OR Cl P=Protect A=Adjust Prior Comments Rights E Cut & Cap Sorinklers E E To Be Relocated By Others E To Be Relocated By Others E E E To Be Relocated By Others E E To Be Relocated By Others E E E To Be Relocated By Others E E To Be Relocated By Others E Cut& Cap Sorinklers E E E E E To Be Relocated By Others E To Be Relocated By Others E E E To Be Relocated By Others E Cut & Cap Sorinklers R=Relocate U=Undetermined IDENTIFICATION OF UTILITY DISPOSITION PROJECT LIMITS Station or Location 22+47 22+55 22+58 to 22+92 22+60 to 23+03 22+61 to 22+77 22+62 22+62 to 23+55 22+65 22+67 22+68 to 23+35 22+70 22+73 22+74 22+76 22+77to 23+12 22+78 22+79 22+80 22+82 22+83 22+85 22+85 to 23+02 Legend: Sheet Distance No. Lt/Rt 18 LL 79' 18 Rt. 48' 18 RL 51 to Rt. 2' 18 LL 33' to LL 36' 18 LL 48' to Lt. 51' 18 Lt. 49' 18 LL 34' to LL 37' 18 Lt. 42' 18 Lt. 12' to Lt. 42' 18 Lt. 35' to Lt. 40' 18 Rt. 55' 18 Lt. 82' 18 Lt. 62' 18 LL 44' 18 Lt.5l'to Lt. 53' 18 Lt. 48' 18 Lt. 45' 18 Rt. 58' 18 Lt. 121' 18 Lt. 106' 18 Lt. 89' 18 Lt. 302' to LL 89' C=Contractor !=Remove IRVINE AVENUE (STREET STATIONS) Utility Owner Work Facility By Grate lnlet CP Storm drain City Newport Cl Manhole Beach 36" Sewer CMSD CP 10" Sewer CMSD CP 21 11 Sewer CMSD CP Sprinkler Cl 61' Perf. Drain CP Gas Valve The Gas CR Company 3" Gas The Gas CP Comoany Cable TV Comcast CP Cablevision Traffic Pull City Newport CR Box Beach Light Pole OR Sprinkler CI Traffic Pull CR Box 21 11 Sewer CMSD CP Traffic Signal CR Light Traffic Pull CR Box Traffic Signal City Newport CR Light Beach Sprinkler CI Sprinkler CJ Sprinkler CI 8" Sewer CMSD CP E=RDMD O=Utility Owner P=Protect A=Adjust F-17 Prior Comments Rights E E Remove E E E E Cut & Cap Sorinklers E E Relocate E E E Relocate E To Be Relocated Bv Others E Cut & Cap Sprinklers E Relocate E E Relocate E Relocate E Relocate E Cut& Cap Sprinklers E Cut & Cap Sorinlders E Cut & Cap Sprinklers E R=Relocate U=Undetermined IDENTIFICATION OF UTILITY DISPOSITION PROJECT LIMITS Station or Sheet Distance Location 22+85 to 23+21 22+86 22+86 22+91 22+91 22+92 lo 23+13 22+95 to 23+07 22+95 to 24+1 l 22+97 22+97 to 23+10 22+97 to 23+14 22+99 to 23+44 23+02 23+02 to 23+08 23+03 to 23+12 23+08 23+08 to 23+11 23+08 to 25+87 23+11 23+1 I to 23+14 23+13 to 23+40 23+14 23+14 Legend: No. Lt/Rt 18 Lt. 8' to Lt. 27' 18 Rt. 74' 18 Lt. 76' 18 Lt. 62' 18 Lt. 57' 18 Lt. 302' to Lt. 30' 18 Rt. 2' lo Lt. 45' 18 Rt. 2' to Rt. 36' 18 Rt. 22' 18 Rt. 22' to Rt. 151' 18 Rt. 22' to Rt. 24' 18 Rt. 38' to Rt. 3 7' 18 Lt. 89' 18 Lt. 89' to Lt. 351 18 Lt. 36' to Lt. 4 7' 18 Lt. 34' 18 Lt. 35' to Rt. 0.16' 18 LL 351 to Lt.41' 18 Rt.0.16' 18 Rt.0.16' to Rt. 24' 18 Lt. 30' to Lt. 8' 18 Rt. 24' to Rt. 33' 18 Rt. 24' C=Contractor I =Remove IRVINE AVENUE (STREET STATIONS) Utility Owner Work Facility By 6'1 Water Irvine Ranch C Water District p Traffic Pull City Newport C Box Beach R Sprinkler CI Traffic Signal CR Li£ht Traffic Pull CR Box 10" Sewer CMSD CP 21" Sewer CMSD CP 21 It Sewer CMSD CP Sewer CMSD CA Manhole 8" Sewer CMSD CP 8,i Sewer CMSD CP 12" Water City Newport CP Beach Sewer CMSD CA Manhole 8" Sewer CMSD CP 10" Sewer CMSD CP Sewer CMSD CA Manhole 8" Sewer CMSD CP 12n Sewer CMSD CP Sewer CMSD CA Manhole 811 Sewer CMSD CP 8" Water CMSD CP 8" Sewer CMSD CP Sewer CMSD CA Manhole E=RDMD O=Utility Owner P=Protect A=Adjust F-18 Prior C01m11ents Rights E E Relocate E Cut & Cap Sprinklers E Relocate E Relocate E E E E Adjust to Grade E E E E Adjust to Grade E E E Adjust to Grade E E E Adjust lo Grade E E E E Adjust to Grade R=Relocate U=Undetermined IDENTIFICATION OF UTILITY DISPOSITION PROJECT LIMITS Station or Location 23+!6 23+16 to 24+88 23+21 to 23+26 23+24 23+26 23+28 23+29 to 23+31 23+30 23+31 23+34 23+40 23+41 23+43 23+43 23+43 23+44 23+44 to 23+48 23+48 23+50 23+54 23+55 Legend: Sheet Distance No. Lt/Rt 18 Rt. 33' 18 Rt. 33' to Rt. 3' 18 Lt. 27' 18 Lt. 27' 18 Lt. 26' 18 Rt. 38' 18 Rt. 19' to Rt. 38' 18 Lt. 2' 18 Rt. 35' 18 Rt. 38' 18 Rt. 50' 18 Lt. 66' 18 Lt. 64' 18 Lt. 77' 18 Lt. 80' 18 Lt. 66' 18 Rt. 37' to Rt. 41' 18 Lt. 76' 18 Lt. 73' 18 Lt. 61' 18 Lt. 52' C=Contractor !=Remove IRVINE AVENUE (STREET STATIONS) Utility Owner Work Facility Bv Sewer CMSD CA Manhole 12" Sewer CMSD CP Irvine Ranch 611 Water Water District CP Water Valve CMSD Water Valve CMSD Water Valve City Newport Beach 12" Water City Newport Beach Sewer CMSD Manhole Water Valve City Newport Beach Water Valve City Newport Beach Gas Valve The Gas Comnanv Traffic Pull Box Traffic Siena! Light Tel. Pull Pacific Bell Box Utility Pole Air Vac. CMSD 1211 Water City Newport Beach Elec. Pull Box Traffic Control Box Traffic Pull Box Traffic Pull Box E=RDMD O=Utility Owner F-19 CA CA CA CP CA CA CA CA CR CR OR OR OR CP OR CR CR CR P=Protect A=Adjust Prior Comments Rights E Adjust to Grade E E E Adjust to Grade E Adiust to Grade E Adjust to Grade E E Adjust to Grade E Adjust to Grade E Adjust to Grade E Adjust to Grade E Relocate E Relocate E To Be Relocated Bv Others E To Be Relocated Bv Others E To Be Relocated Bv Others E E To Be Relocated By Others E Relocate E Relocate E Relocate R=Relocate U=Undete1mined IDENTIFICATION OF UTILITY DISPOSITION PROJECT LIMITS Station or Sheet Distance Location 23+55 to 25+44 23+56 to 24+03 23+58 23+63 23+64 23+65 23+67 23+72 23+82 23+88 23+92 to 24+20 24+03 to 27+75 24+11 24+11 to 27+13 24120 lo 27+75 24+22 24+24 24+25 24+25 24+25 24+25 24+88 24+88to 25+89 Legend: No. Lt/Rt 18 Lt. 37' to Lt. 47' 18 Lt. 33' to Lt. 39' 18 Lt. 66' 18 Rt. IO' 18 Lt. 49' 18 Rt. 62' 18 Rt. 69' 18 Lt. 87' 18 Rt. 43' 18 Rt. 50' 18 Rt. 9' to Lt. 23' 18 Lt. 39' to Lt. 25' 18 Rt. 36' 18 Rt. 36' to Rt. 35' 18 Lt. 23' to Lt. 25' 18 Lt. 53' 18 Lt. 23' to Lt. 53' 18 Lt. 53' 18 Lt. 43' 18 Lt. 25' 18 Lt. 41' to Lt. 54' 18 Rt. 3' to Rt. 12' 18 Rt. 3' to Rt. 12' C=Contractor I =Remove IRVINE A VENUE (STREET ST A TJONS) Utility Owner Facility 611 Perf. Drain 24n Water City Newport Beach Traffic Pull Box Water Valve City Newport Beach Traffic Pull Box Traffic Signal City Newport Lieht Beach Traffic Pull City Newport Box Beach Lieht Pole Traffic Signal City Newport Light Beach Traffic Pull City Newport Box Beach 16" Water City Newport Beach 2411 Water City Newport Beach Sewer CMSD Manhole 21n Sewer CMSD 16" Water City Newport Beach Fire Hydrant City Newport Beach Water Line City Newport Beach Traffic Pull City Newport Box Beach Water Valve City Newport Beach Water Valve City Newport Beach Water Line City Newport Beach Sewer CMSD Manhole 12 11 Sewer CMSD E=RDMD O=Utility Owner F-20 Work By CP CP CR CA CR CA CR CP CR CR CP CP CA CP CP CP CP CP CA CA CP CA CP P=Protect A=Adjust Prior Comments Rights E E E Relocate E Adjust to Grade E Relocate E Adjust to Grade E Relocate E E Relocate E Relocate E E E Adjust to Grade E E E E E E Adjust to Grade E Adjust to Grade E E Adjust to Grade E R=Relocate U=Undetermined IDENTIFICATION OF UTILITY DISPOSITION PROJECT LIMITS Station or Location 25+08 25+87 25+87 to 26+74 25+89 25+89 to 27+20 26+10 26+18 26+41 26+74 26+74 to 30+42 26+88 27+00 27+13 27+13 to 27+30 27+20 27+20 to 30+40 27+30 27+74 27+75 to 32+71 27+75 to 32+94 28+02 28+92 Legend: Sheet Distance No. Lt/Rt 18 Lt. 56' 18 Lt. 41' 18 Lt.4l'to Rt. 23' 18 Rt. 12' 18 Rt. 12' to Rt. 47' 18 Lt. 56' 18 Rt. 22' 18 Rt. 26' 18 Rt. 23' 18 Rt. 23' to Rt. 74' 18 Lt. 43' to Lt. 56' 18 Lt. 54' 18 Rt. 35' 18 Rt. 35' to Rt. 50' 18 Rt. 47' 19 Rt.47'to Rt. 84' 18 Rt. 50' 18 Lt. 73' 19 Lt. 25' to Lt. 21' 19 Lt. 42' to Lt. 43' 19 Rt. 71' 19 Lt. 53' C=Contractor !=Remove IRVINE A VENUE (STREET STATIONS) Utility Owner Work Facility Bv Traffic Pull City Newport CP Box Beach Sewer CMSD CA Manhole 12" Sewer CMSD CP Sewer CMSD CA Manhole 12" Sewer CMSD CP Traffic Pull City Newport CP Box Beach Inlet Tvne V Cl Traffic Pull City Newport CR Box Beach Sewer CMSD CA Manhole 12" Sewer CMSD CP 2411 Water City Newport CP Beach Traffic Pull City Newport CP Box Beacj, Sewer CMSD CA Manhole 21 n Sewer CMSD CP Sewer CMSD CA Manhole 1211 Sewer CMSD CP Sewer CMSD CA Manhole Grate Inlet CP 16" Water City Newport CP Beach 2411 Water City Newport CP Beach Inlet Type V CI Traffic Pull City Newport CP Box Beach E=RDMD O=Utility Owner P=Protect A=Adjust F-21 Prior Comments Ri!!hts E E Adjust lo Grade E E Adjust to Grade E E E Remove E Relocate E Adjust to Grade E E E E Adjust to Grade E E Adjust to Grade E E Adjust to Grade E E E E Remove E R=Relocate U=Undetermined IDENTIFICATION OF UTILITY DISPOSITION PROJECT LIMITS Station or Sheet Distance Location 30+40 30+40 to 32+12 30+42 30+42 to 32+1 l 30+84 31+81 31+83 31+88 to 36+00 31+92 32+llto 33+82 32+12 32+ 12 to 33+84 32+13 32+22 32+30 32+45 32+45 32+46 32+46 to 32+76 32+48 32+48 32+53 32+54 Legend: No. Lt/Rt 19 Rt. 84' 19 Rt. 84' to Rt. 57' 19 Rl. 74' 19 Rt. 74' to Rt. 46' 19 Lt. 56' 19 Lt. 57' 19 Lt. 57' 19 Lt. 30' to Rt. 36' 19 Lt. 56' 19 Rt. 46' to Rt. 109' 19 Rt. 4 7' 19 Rt. 57' to Lt. 99' 19 Rt. 57' 19 Rt. 45' 19 Rt. 32' 19 Lt. 45' 19 Lt. 42' to Lt.115' 19 Lt. 60' 19 Lt. 59' to Lt. 26' 19 Lt. 57' 19 Lt. 42' 19 Lt. 50' 19 Lt. 51' C=Contractor I =Remove IRVINE A VENUE (STREET ST ATJONS) Utility Owner Facility Sewer CMSD Manhole 1211 Sewer CMSD Sewer CMSD Manhole 12" Sewer CMSD Traffic Pull City Newport Box Beach Mail Box Mail Box 2" Gas The Gas Companv Light Pole 12" Sewer CMSD Sewer CMSD Manhole 12" Sewer CMSD Sewer CMSD Manhole Air Vac. CMSD Inlet Type V Water Valve City Newport Beach 16" Water City Newport Beach Water Valve City Newport Beach 16"Water City Newport Beach Water Valve City Newport Beach Water Valve City Newport Beach Water Valve City Newport Beach Water Valve City Newport Beach E=RDMD O=Utility Owner F-22 Work Bv OR CP CA CP CP CP CP CP CP CP CA CP CP OR Cl CA CP CP CP CP CA CA CA P=Protect A=Adjust Prior Comments Rii,hts E To Be Relocated By Others E E Adjust to Grade E E E E E E E E Adjust to Grade E E E To Be Relocated By Others E Remove E Adjust to Grade E E E E E Adjust to Grade E Adjust to Grade E Adjust to Grade R=Relocate U=Undetermined IDENTIFJCA TION OF UTILITY DISPOSITION PROJECT LIMITS Station or Location 32+60 32+71 to 33+03 32+75 32+94 to 32+97 33+03 to 34+93 33+12 33+14 33+17 33+17 33+17 33+17 33+20 33+71 33+77 33+77 34+11 34+14 34+17 34+37 34+39 Legend: Sheet Distance No. Lt/Rt 19 LL 55' 19 Lt. 21' to Lt. 51' 19 Lt. 27' 19 Lt. 43' to Lt. 46' 19 Lt. 51' to Lt. 50' 19 Lt. 55' 19 Lt. 59' 19 Lt. 56' 19 Lt. 52' 19 Lt. 58' 19 Lt. 60' 19 Lt. 59' 19 Lt. 58' 19 Rt. 66' 19 Rt. 67' 19 Lt. 57' 19 Lt. 56' 19 Rt. 51' 19 Rt. 42' 19 Rt. 45' C=Contractor I=Remove IRVINE A VENUE (STREET STATIONS) Utility Owner Work Facility Bv Fire Hydrant City Newport CP Beach 24" Water City Newport CP Beach Water Valve City Newport CA Beach 24" Water City Newport CP Beach 24" Water City Newport CP Beach Traffic Pull City Newport CP Box Beach Air Vac. City Newpoti CP Beach Vault CP Man Hole City Newport CP Beach Water Valve City Newport CP Beach Water Valve City Newport CP Beach Air Vac. City Newport CP Beach Traffic Pull City Newport CP Box Beach Elec. Pull OA Box Elec. Pull OA Box Water Valve City Newport CP Beach Water Valve City Newport CP Beach Elec./Irrig. OR Conduits Vault OR Vault OR E=RDMD O=Utility Owner P=Protect A=Adjust F-23 Prior Cmmnents Ri~hts E E E Adjust to Grade E E E E E E E E E E E To Be Adjusted to Grade Bv Others E To Be Adjusted to Grade By Others E E E To Be Relocated Bv Others E To Be Relocated By Others E To Be Relocated Bv Others R=Relocate U=Undetermined IDENTIFICATION OF UTILITY DlSPOSITION PROJECT LIMITS Station or Sheet Distance Location 34+46 34+46 34+46 34+46 to 35+23 34+47 34+5] 34+51 34+56 34+56 to 34+77 34+62 34+62 34+62 34+63 34+64 34+64 34+64 34+64 34+65 34+66 34+66 Legend: No. Lt/Rt 19 Rt. 41' 19 Rt. 36' 19 Rt. 4l'to Rt. 21' 19 Rt. 21' 19 Rt. 43' 19 Rt. 31' 19 Rt.2l'to Rt. 30' 19 Rt. 38' to Lt. 4' 19 Lt. 4' to Lt. 32' 19 Rt. 38' 19 Rt. 34' 19 Rt. 36' 19 Rt. 39' 19 Rt. 40' 19 Rt 39' 19 Rt. 39' 19 Rt. 38' 19 Rt. 21' to Rt. 39' 19 Rt. 40' 19 Rt. 40' C=Contractor l=Remove IRVINE A VENUE (STREET STATIONS) Utility Owner Facility Water Valve City Newport Beach Vault 611 Water City Newport (PVC) Beach 6" Water City Newport (PVC) Beach Water Valve City Newport Beach Fire Hydrant 611 \\rater City Newport (PVC) Beach 6n Water City Newport (Abandoned) Beach 611 Water City Newport (Aband.) Beach Elec. Pull Box Water Valve City Newport Beach \Vater Valve City Newport Beach Water Valve City Newport Beach Elec. Pull Box Water Valve Irvine Ranch VVater District Gas Valve The Gas Comnanv Gas Valve The Gas Comoanv 6" Water City Newport (PVC) Beach Water Valve Irvine Ranch Water District Gas Valve The Gas Comnanv E=RDMD O=Utility Owner F-24 Work Bv CR OR CP CP CR CR CP CP CP OR CR CR CR OR OR OA OA CP OR OA P=Protect A=Adjust Prior Comments Rie:hts E Relocate E To Be Relocated By Others E E E Relocate E Relocate E E E E To Be Relocated By Others E Relocate E Relocate E Relocate E To Be Relocated By Others E To Be Relocated By Others E To Be Adjusted to Grade By Others E To Be Adjusted to Grade By Others E E To Be Relocated By Others E To Be Adjusted to Grade By Others R=Relocate U=Undetermined IDENTIFICATION OF UTILITY DISPOSITION PROJECT LIMITS Station or Location 34+67 34+69 34+73 34+74 34+77 34+77 34+80 34+80 34+82 34+92 34+93 to 35+15 35+04 to 36+00 35+05 35+14 35+15tn 36+00 35+17 35+23 35+23 35+23 35+23 35+42 35+44 35+66 35+89 35+89 Legend: Sheet Distance No. Lt/Rt 19 Rt.41' 19 Rt. 38' 19 Rt.21'to Rt. 41' 19 Rt.41' 19 Lt. 57' 19 Lt. 32' lo Lt. 40' 19 Lt. 50' 19 Lt. 55' 19 Lt. 58' 19 Rt. 41' 19 Lt. 50' lo Lt. 28' 19 Lt. 39' to Lt. 35' 19 Rt. 42' 19 Lt. 57' 19 Lt. 28' to Lt. 24' 19 Rt. 42' 19 Lt. 26' 19 Lt. 30' 19 Lt. 38' 19 Rt.21'to Lt. 39' 19 Rt. 42' 19 Lt. 27' to Lt. 39' 19 Rt. 43' 19 Rt. 41' 19 Rt. 44' C=Contractor !=Remove IRVINE A VENUE (STREET STATIONS) Utility Owner Work Facilitv Bv Sorinkler CI Light Pole CI 6" Water City Newport CP (PVC) Beach Water Valve Irvine Ranch OR Water District Air Vac. CP 611 Water City Newport CP (Abandoned) Beach Sewer City Newport CA Manhole Beach Vault CA Air Vac. CP Sprinkler CI 24" Water City Newport CP Beach 6" Water City Newport CP (Abandoned) Beach Sprinkler CI Elec. Pull Box OR 2411 Water City Newport CP Beach Sprinkler CI Water Valve City Newport CA Beach Water Valve City Newport CA Beach Fire Hydrant City Newport CR Beach 611 Water City Newport CP (PVC) Beach Sprinkler Cl 2411 Water City Newport CP Beach Sprinkler Cl Light Pole Cl Sprinkler CI E=RDMD O=Utility Owner P=Protect A=Adjust F-25 Prior Comments Rio:hts E E Remove E E To Be Relocated By Others E E E Adjust to Grade E Adjust to Grade E E Cut & Cap Sprinklers E E E Cut & Cap Sprinklers E To Be Relncated By Others E E Cut & Cap Sprinklers E Adjust to Grade E Adjust to Grade E Relocate E E Cut & Cap Sprinklers E E Cut & Cap Sprinklers E Remove E Cut & Cap Sprinklers R=Relocate U=Undetennined IDENTIFICATION OF UTILITY DISPOSITION PROJECT LIMITS Station or Sheet Distance Location 36+00to 40+00 36+00 to 40~00 36+00 to 40+64 36+01 36+42 36+49 36+73 36+85 36+97 37+09 37+21 37+33 37+43 37+44 37+45 37+52 37+57 37+91 37+94 37+98 38+ 11 39+26 39+26 39+68 40+00 40+00to 41+79 Legend: No. Lt/Rt 20 Rt. 36' to Rt. 46' 20 LL 24' to Lt. 14' 20 Lt. 35' to Lt. 26' 20 Rt. 45' 20 Rt. 44' 20 Rt. 50' 20 Rt. 53' 20 Rt. 54' 20 Rt. 55' 20 Rt. 55' 20 Rt. 57' 20 Rt. 57' 20 Rt. 57' 20 Rt. 58' 20 Rt. 66' 20 Rt. 65' 20 Lt. 28' 20 Rt. 63' 20 Rt. 53' 20 Rt. 63' 20 Rt. 55' 20 Rt. 45' 20 Rt. 44' 20 Lt. 30' 20 Rt. 44' 20 Rt. 46' to Rt. 44' C=Contractor I =Remove IRVINE AVENUE (STREET STATIONS) Utility Owner Facility 2" Gas The Gas Company 24n Water City Newport Beach 6n Water City Newport (Abandoned) Beach Sprinkler Light Pole Sprinkler Sprinkler Sprinkler Sprinkler Sprinkler Sprinkler Sprinkler Gas Valve Sprinkler Lawn Light Lawn Light Traffic Control Box Lawn Light Grate Inlet Lawn Light Mail Box Traffic Control Box Elec. Vault Traffic Control Box Traffic Control Box 2" Gas The Gas Comoany E=RDMD O=Utility Owner F-26 Work Bv CP CP CP Cl Cl Cl Cl CI Cl CI Cl Cl OR CI CP CP CR CP OR CP CP CA CA CR CR CP P=Protect A=Adjust Prior Comments Rights E E E E Cut & Cap Sorinklers E Remove E Cut & Cap Sorinklers E Cul & Cap Sprinklers E Cut & Cap Sorinklers E Cut & Cap Sprinklers E Cul & Cap Sorinklers E Cut & Cap Sprinklers E Cut & Cap Sorinklers E To Be Relocated By Others E Cut & Cap Sorinklers E E E Relocate E E To Be Relocated Bv Others E E E Adjust to Grade E Adjust to Grade E Relocate E Relocate E R=Relocate U=Undetermined IDENTIFICATION OF UTILITY DISPOSITION PROJECT LIMITS Station or Location 40+00 to 44+00 40+]0 40+64 to 40+82 40+82 to 44+00 41+54 41+54 41+54 41+56 41+62 41+64 41+65 41+66 41+67 41+68 41+79 to 41+91 41+83 42+01 42+01 42+01 42+31 42+37 42+38 42+39 42+39 Legend: Sheet Distance No. Lt/Rt 20 Lt.14'to Lt. 18' 20 Rt. 51' 20 Lt. 26' to Lt. 8' 20 Lt. 8' to Lt.II' 20 Lt. 16' 20 Lt. 11' 20 Lt. 27' 20 Lt. 19' 20 LL 24' 20 Rt. 54' 20 Rt. 57' 20 Lt. 25' 20 Rt. 86' 20 Lt. 25' 20 Rt. 44' to Rt. 87' 20 Rt. 80' 20 Lt. 9' 20 Lt. 15' 20 Lt. 17' to Rt. 99' 20 Lt. 25' 20 Rt. 72' 20 Lt. 25' 20 Rt. 69' 20 Lt. 25' C=Contractor !=Remove IRVINE AVENUE (STREET STATIONS) Utility Owner Work Facility Bv 24" Water City Newport CP Beach Traffic Pull City Newport CA Box Beach 611 Water City Newport CP (Abandoned) Beach 611 Water City Newport CP (Abandoned) Beach Water Valve City Newport CA Beach Water Valve City Newport CA Beach Fire Hydrant City Newport CR Beach Water Valve City Newport CA Beach Trafiic Signal City Newport CR Lieht Beach Traffic Signal City Newport CR Light Beach Traffic Pull City Newport CA Box Beach Traffic Pull City Newport CR Box Beach Light Pole CP WaterValye City Newport CA Beach 2" Gas The Gas CP Comoany Outlet CP Water Valve City Newport CA Beach Water Valve City Newport CA Beach 8" Water City Newport CP Beach Trafiic Signal City Newport CR Light Beach Traffic Signal City Newport CA Lieht Beach Traffic Pull City Newport CR Box Beach Traffic Pull City Newport CA Box Beach Water Valve City Newport CA Beach E=RDMD O=Utility Owner P=Protect A=Adjust F-27 Prior Comments Ri<'hts E E Adjust to Grade E E E Adjust to Grade E Adjust to Grade E Relocate E Adjust to Grade E Relocate E Relocate E Adjust to Grade E Relocate E E Adjust to Grade E E E Adjust to Grade E Adjust to Grade E E Relocate E Adjust to Grade E Relocate E Adjust to Grade E Adjust to Grade R=Relocate U=Undetennined IDENTIFICATION OF UTILITY DISPOSITION PROJECT LIMITS Station or Sheet Distance Location 42+44 42+47 42+49 42+64 43+56 43+56 43+60 43+97 43+98 44+00!o 47+62 44+00to 47+85 44+00to 48+00 44+00 lo 48+00 44+50to 44+79 44+79 to 44+80 44+80 lo 47+75 44+87 44+91 to 55+10 45+00 45+09 to 46+70 45+17 to 45+28 45+19 45+34 to 45+45 45+58to 46+97 Legend: No. Lt/Rt 20 Lt. 26' 20 Rt. 58' 20 Rt. 56' 20 Rt. 75' 20 Lt. 11' to Lt. 27' 20 Lt. 28' 20 Lt. 29' 20 Lt. 18' to Lt. 31 1 20 Lt. 31' 21 Rt. 112' lo Lt. 2' 21 Rt. 152' to Rt. 30' 21 Lt. 11' to Lt. 12' 21 Lt. 18' to Lt. 28' 21 Rt. 84' to Rt. 70' 21 Rt. 70' to Rt. 6T 21 Rt. 67' to Lt. 7[' 21 Rt. 71' 21 Rt. Sl'to &22 Rt. 51 21 Rt. 57' 21 Rt. 60' lo Rt. 48' 21 Rt. 32' to Rt. 65' 21 Lt. 3' 21 Rt. 26' to Rt. 59' 21 Rt. 42' to Rt. 23' C=Contractor I =Remove IRVINE AVENUE (STREET STATIONS) Utility Owner Work Facility Bv Traffic Pull City Newport CR Box Beach Trame Pull City Newport CA Box Beach Traffic Signal City Newport CA Light Beach Light Pole CP 6" Water City Newport CP (Abandoned) Beach Air Vac. City Newport CR Beach Water Meter City Newport CR Beach 24" Water City Newport CP Beach Air Vac. City Newport CR Beach 6" Water Irvine Ranch CP (Abandoned) Water District Telephone SBC CP Line 6" Water City Newp011 CP (Abandoned) Beach 24" Water City Newport CP Beach 2" Gas The Gas CP Cmnnany 2" Gas The Gas CP Company 2" Gas The Gas CP Cornoany Water Valve City Newport CP Beach 8" Sewer CMSD CP Water Valve City Newport CP Beach Elec. Line SCE CP 8" Sewer CMSD CP Traffic Pull City Newport CR Box Beach 8" Sewer CMSD CP Irvine Ranch 611 Water Water District CP E=RDMD O=Utility Owner F-28 P=Protect A=Adjust Prior Comments Rights E Relocate E Adjust lo Grade E Adjust to Grade E E E Relocate E Relocate E E Relocate E E E E E E E E E E E E E Relocate E E R=Relocate U=Undetermined IDENTIFJCA TION OF UTILITY DISPOSITION PROJECT LIMITS Station or Location 45+68 to 45+86 45+91 to 46+00 46+04 46+05 46+06 46+08 46+08 to 46+50 46+16 46+19 46+48 to 46+62 46+50 to 46+53 46+53 to 46+56 46+56 to 46+59 46+56 to 47+27 46+57 lo 46+70 46+71 46+83 46+86 46+86 46+87 46+97to 48+00 47+03 to 47+10 47+08 47+08to 47+14 47+12 to 47+22 47+18 Legend: Sheet Distance No. Lt/Rt 21 Rt. 5l'to Rt. 118' 21 Rt. 8' to Rt. 41' 21 Rt. 56' 21 Rt. 57' 21 Rt. 58' 21 Rt. 60' 21 Rt.67'to Rt. 56' 21 Rt. 37' 21 Rt. 71' 21 Rt. 29' to Rt. 97' 21 Rt. 56' to Rt. 54' 21 Rt. 54' to Rt. 49' 21 Rt. 49' to Rt. 46' 21 Rt. 46' to Rt. 34' 21 Lt. 78' to Rt. 48' 21 Rt. 53' 21 Lt, 22' 21 Lt.31' 21 Lt. 12 to Lt. 28' 21 Rt. 49' 21 Rt. 23' to Rt. 11' 21 Rt. 6' to Rt. 49' 21 Rt. 48' 21 Lt. 19' to Rt. 16' 21 Rt. 16' to Rt. 85' 21 Rt. 58' C=Contractor I =Remove IRVINE AVENUE (STREET STATIONS) Utility Owner Work Facility Bv 8" Sewer CMSD CP 8" Sewer CMSD CP Mail Box CP Mail Box CP Mail Box CP Mail Box CP Elec. Line SCE CP Sewer CMSD CA Manhole Mail Box CP 8" Sewer CMSD CP Elec. Line SCE CP Elec. Line SCE CP Elec. Line SCE CP Elec. Line SCE CP Elec. Line SCE CP Traffic Control City Newport CP Box Beach Water Valve City Newport CA Beach Fire Hydrant City Newport CR Beach 6" Water City Newport CP (Abandoned) Beach Stmm drain CP Manhole 6" Water Irvine Ranch CP Water District 6" Water Irvine Ranch CP (Abandoned) Water District Water Meter Irvine Ranch CP Water District 8" Sewer CMSD CP 811 Sewer CMSD CP Light Pole CP E=RDMD O=Utility Owner P=Protect A=Adjust F-29 Prior Comments RiQhts E E E E E E E E Adjust to Grade E E E E E E E E E Adjust to Grade E Relocate E E E E E E E E R=Relocate U=Undetermined IDENTIFICATION OF UTILITY DISPOSITION PROJECT LIMITS Station or Sheet Distance Location 47+27 lo 47+36 47+27to 47+65 47+4810 47+52 47+52 47+56 47+60 47+62 lo 48+00 47+65 to 47+93 47+68 lo 47+75 47+75 lo 47+77 47+77 to 48+00 47+80 47+81 47+81 47+82 47+84 47+85 to 48+00 47+93 lo 48+26 48+00 lo 48+18 48+00to 48+45 48+00 to 50+86 48+00to 52+00 48+00 to 52+00 48+00 to 52+00 Legend: No. Lt/Rt 21 Rt.14'to Rt. 83' 21 Rt. 34' to Rt. 37' 21 Lt. 24' lo Rt. 11' 21 Rt. 56' 21 Rt. 60' 21 Lt. 24' to Lt. 30' 21 Lt. 2' to Lt. 13' 21 Rt. 37' to Rt. 46' 21 Lt. 12' to Rt. 63' 21 Lt.7J'to Lt. 5' 21 Lt. 5' to Lt. 7' 21 Rt. 58' 21 Rt. 58' 21 Rt. 58' 21 Rt. 58' 21 Rt. 56' 21 Rt 30' to Rt 32' 21 Rt 46' to Rt. 52' 21 Lt 13' lo Lt. 18' 21 Rt31'to Rt 86' 21 Rtll'to Rt 9' 21 Lt. 28' to Lt. 45' 21 Lt. 7' to Lt. 9' 21 Lt. 12' to Lt. 12' C=Contractor I =Remove JR VINE AVENUE (STREET STATIONS) Utility Owner Work Facilitv Bv 8" Sewer CMSD CP Elec. Line SCE CP 8" Sewer CMSD CP Light Pole CP Elec. Pull Box City Newport CP Beach 24" Water City Newport CP Beach 6" Water Irvine Ranch CP (Abandoned) Water District Elec. Line SCE CP 16"Water City Newport CP Beach 2" Gas The Gas CP Comnany 2" Gas The Gas CP Comnanv Water Valve City Newport CP Beach Water Valve City Newport CP Beach Hose Bib CP Water Valve City Newport CP Beach Light Pole CP Telephone SBC CP Line Elec. Line SCE CP 6" Water Irvine Ranch CP (Abandoned) Water District Telephone SBC CP Line 6" Water Irvine Ranch CP Water District 24" Waler City Newport CP Beach 2" Gas The Gas CP Comnany 6" Water City Newport CP (Abandoned) Beach E=RDMD O=Utility Owner P=Protect A=Adjust F-30 Prior Comments Rie:hts E E E E E E E E E E E E E E E E E E E E E E E E R=Relocate U=Undetermined IDENTIFICATION OF UTILITY DISPOSITION PROJECT LIMITS Station or Location 48+09to 48+ 11 48+18 to 52+00 48+23 48+26 lo 48+58 48+44 lo 48+45 48+45 lo 52+00 48+46 48+56 48+57 48+58 lo 48+60 48+60 48+63 48+68 48+68 48+68 48+69 48+70 48+97 48+97 to 49+09 49+03 49+04 49+08 49+09 lo 52+00 49+15 49+18 Legend: Sheet Distance No. Lt/Rt 21 Lt. 29' lo Rt. 5' 21 Lt. 18' lo Lt. 19' 21 Rt. 58' 21 Rt. 52' 21 Rt. 4' to Rt. 74' 21 Rt. 86' to Rt. 42' 21 Rt. 53'to Lt. 9' 21 Rt. 49' 21 Rt. 48' to Lt. 19' 21 Rt. 50' 21 Rt. 50' 21 Rt. 4' to Lt. 31' 21 Rt. 38' 21 Lt. 5' 21 Rt.5l'to Lt. 19' 21 Rt. 52' 21 Rt. 56' 21 Lt. 43' 21 Lt. 44' lo Lt. 56' 21 Rt. 4' to Rt. 74' 21 Rt. 5' 21 Rt. 58' 21 Lt. 56' to Lt. 67' 21 Rt. 49' to Lt. 19' 21 Rt. 49' C=Contractor I =Remove IRVINE AVENUE (STREET STATIONS) Utility Facility Owner Work Bv 8" Sewer CMSD CP 6" Water Irvine Ranch CP (Abandoned) Water District Light Pole CP Elec. Line SCE CP 8" Sewer CMSD CP Telephone Line SBC CP 2" Gas The Gas CP Comnany Water Meter Irvine Ranch CP Water District 6" Water Irvine Ranch CP (Abandoned) Water District Elec. Line SCE CP Power Pole SCE CP 8" Sewer CMSD CP Water Valve Irvine Ranch CA Water District Water Valve Irvine Ranch OA Water District 6" Water Irvine Ranch CP (Abandoned) Water District Fire Hydrant Irvine Ranch CP Water District Elec. Pull Box CP Light Pole CR Elec. Line SCE CP 8" Sewer CMSD CP Sewer Manhole CMSD CA Elec. Pull Box CP Elec. Line SCE CP 6" Water Irvine Ranch CP (Abandoned) Water District Water Meler Irvine Ranch CP Water District E=RDMD O=Utility Owner P=Protect A=Adjust F-31 Prior Comments Rights E E E E E E E E E E E E E Adjust to Grade E To Be Adjusted to Grade By Others E E E E Relocate E E E Adjust to Grade E E E E R=Relocate U=Undetermined IDENTIFICATION OF UTILITY DISPOSITION PROJECT LIMITS Station or Sheet Distance Location 49+21 49+22 49+23 49+33 49+65 49+84 49+86 49+89 49+92 49+94 49+94 49+98 49+98 49+98 50+00 50+04 50+06 50+06 50+38 50+44 50+50 50+54 50+69 50+79 Legend: No. Lt/Rt 21 Rt. 52' to Lt. 9' 21 Rt. 52' 21 Rt. 49' 21 Rt. 4' to Rt. 74' 21 Rt. 4' to Lt. 31' 21 Rt. 52' to Lt. 9' 21 Rt. 57' 21 Rt. 94' to Lt. 19' 21 Rt. 50' 21 Rt. 56' 21 Rt. 49' 21 Rt. 50' 21 Rt. 50' 21 Rt. 48' to Lt. 19' 21 Rt. 49' 21 Rt. 44' 21 Lt. 5' 21 Rt. 51' lo Lt. 19' 21 Rt. 4' lo Lt. 31' 21 Rt. 9' to Rt. 79' 21 Rt. 9' to Rt. 79' 21 Rt. 52' to Lt. 9' 21 Rt. 53' 21 Rt. 4' to Lt 31' C=Contractor l=Remove IRVINE AVENUE (STREET STATIONS) Utility Owner Work Facility By 2" Gas The Gas CP Comoany Light Pole CP Water Meter Irvine Ranch CP Water District 811 Sewer CMSD CP sn Sewer CMSD CP 2" Gas The Gas CP Comnanv Grate Inlet CP 6" Water Irvine Ranch CP (Abandoned) Water District Power Pole SCE CP Water Valve Irvine Ranch CP Water District Water Valve Irvine Ranch CP Water District Fire Hydrant Irvine Ranch CP Water District Fire Hydrant Irvine Ranch CP Water District 6" Water Irvine Ranch CP (Abandoned) Water District Water Valve Irvine Ranch CP Water District Irvine Ranch Water Valve Water District OA Water Valve Irvine Ranch CA Water District 6!! Water Irvine Ranch CP (Abandoned) Water District 811 Sewer CMSD CP 8" Sewer CMSD CP 811 Sewer CMSD CP 2" Gas The Gas CP Comnanv Storm drain Manhole CP gu Sewer CMSD CP E=RDMD O=Utility Owner P=Protect A=Adjust F-32 Prior Connnents Rights E E E E E E E E E E E E E E E To Be Adjusted E to Grade By Others E Adjust to Grade E E E E E E E R=Relocate U=Undetermined IDENTIFICATION OF UTILITY DISPOSITION PROJECT LIMITS Station or Location 50+86 to 51 +14 50+91 51+17 51 + 18 51+18 51+21 51+21 to 51+27 51+22 51+23 51+26 51+26 51+27 to 52+00 51+31 51+32 51+35 51+36 51+38 51+89 51+91 51+91 51+94 52+00to 52+75 52+00 to 53+04 52+00to 53+44 Legend: Sheet Distance No. Lt/Rt 21 Rt. 9' to Lt. 19' 21 Rt. 4' to Rt. 74' 21 Rt. 48' to Lt. 19' 21 Rt. 60' 21 Rt. 49' 21 Rt. 50' 21 Rt. 49' to Rt. 44' 21 Rt. 49' 21 Rt. 48' to Lt. 19' 21 Rt. 52' to Lt. 9' 21 Rt. 52' to Lt. 9' 21 Rt. 44' to Rt. 44' 21 Rt. 55' to Lt. 19' 21 Lt. 13' 21 Rt. 49' 21 Rt. 50' 21 Rt. 50' 21 Rt. 49' 21 Rt. 49' 21 Rt. 50' to Lt. I 9' 21 Rt. 41 to Rt. 74' 22 Lt. 12' 22 Rt. 42' to Rt. 39' 22 Lt. 45' to Lt. 51' C=Contractor 1 =Remove IRVINE A VENUE (STREET STATIONS) Utility Owner Work Facilitv Bv 6" \Vater Irvine Ranch CP Water District 8" Sewer CMSD CP 6n Water Irvine Ranch CP Water District Water Valve CP Water Valve Irvine Ranch CP Water District Power Pole SCE CP Elec. Line SCE CP Water Valve Irvine Ranch CP Water District 6" Water Irvine Ranch CP Water District 2" Gas The Gas CP Cornnanv 2" Gas The Gas CP Cornoanv Elec. Line SCE CP 6" Water Irvine Ranch CP Water District Water Valve Irvine Ranch CA Water District Water Valve Irvine Ranch CP Water District Water Valve Irvine Ranch CP Water Dishict Fire Hydrant Irvine Ranch CP Water District Water Meter Irvine Ranch CP Water Distiict Water Meter Irvine Ranch CP Water District 6" Water Irvine Ranch CP Water District 8" Sewer CMSD CP 611 Water City Newport CP (A band.) Beach Telephone SBC CP Line 24" Water City Newport CP Beach E=RDMD O=Utility Owner P=Protect A=Adjust F-33 Prior Comments Rights E E E E E E E E E E E E E E Adjust to Grade E E E E E E E E E E R=Relocate U=Undetermined !DENTIFICA TION OF UTILITY DISPOSITION PROJECT LIMITS Station or Sheet Distance Location 52+00 to 54+00 52+00 lo 54+38 52+00 to 54+53 52+00to 55+00 52+11 52+1 l 52+]9 52+19to 52+28 52+55 52+60 52+60 52+60 to 54+82 52+62 52+75 to 54+42 53+02 53+04 to 53+36 53+12 53+22 53+22 53+25 53+25 53+25 53+30 53+36 to 53+54 53+37 53+42 Legend: No. Lt/Rt 22 Lt. 9' 22 Lt. 67' to Lt. 75' 22 Rt. 44' 22 Lt. 19' 22 Rt. 5' 22 Lt. 9' to Rt. 52' 22 Lt. 57' 22 Lt. 57' to Lt. 68' 21 Rt. 4' to Rt. 74' 22 Rt. 49' 22 Rt. 48' to Lt. 41' 22 Lt. 41' 22 Lt. 70' 22 Lt. 12' 22 Rt. 49' 22 Rt. 39' to Rt. 41' 22 Rt. 39' 22 Lt. 60' 22 Lt. 53' 22 Rt. 57' 22 Lt. 50' 22 Rt. 54' 22 Rt. 57' 22 Rt.4l'to Rt. 42' 22 Lt. 51' to Lt. 64' 22 Lt. 53' to Lt. 64' C=Contractor I=Remove IRVINE A VENUE (STREET STATIONS) Utility Facility Owner Work By 211 Gas The Gas CP Comnany Elec. Line SCE CP Elec. Line SCE CP 6" Water Irvine Ranch CP Water District Sewer Manhole CMSD CA 211 Gas The Gas CP Comnany Light Pole SCE OR Elec. Line SCE CP 8" Sewer CMSD CP Lieht Pole SCE CP Telephone Line SBC CP Telephone Line SBC CP Guy Pole OR 16" Water City Newport CP Beach Light Pole SCE CP Telephone Line SBC CP Manhole SBC CA Fire Hydrant CR Water Valve City Newport CA Beach Traffic Control Box CP Water Valve City Newport CA Beach Elec. Pull Box CA Light Pole CP Telephone Line SBC CP 24" Water City Newport CP Beach 16"Water City Newport CP Beach E=RDMD O=Utility Owner P=Protect A=Adjnst F-34 Prior Comments Rights E E E E E Adiust to Grade E E To Be Relocated By O!hers E E E E E E To Be Relocated Bv Others E E E E Adiust to Grade E Relocate E Adjust lo Grade E E Adjust lo Grade E Adiust to Grade E E E E R=Relocate U=Undetermined IDENTIFICATION OF UTILITY DISPOSITION PROJECT LIMITS Station or Location 53+42 to 53+45 53+44 to 54+27 53+45 53+45 to 54+27 53+54 to 54+53 53+80 53+99 54+08 54+20 54+27 lo 54+37 54+37to 54+37 54+38 to 54+48 54+39' 54+39to 54+72 54+41 54+42 54+42 lo 54+71 54+45 54+45 54+51 54+52 54+52 54+53 lo 54+86 54+56 to 54+93 54+58 54+61 Legend: Sheet Distance No. Lt/Rt 22 Lt. 53 to Lt. 53' 22 Lt. 51' to Lt. 12' 22 LL 91 to Rt. 52' 22 Lt.53'to Lt. 14' 22 Rt. 42' 21 Rt. 5' to Rt. 75' 22 Rt. 50' 22 Rt. 39' 22 Lt.61' 22 Lt. 14' 22 Lt. 14' lo Lt. 12' 22 Lt. 75' to Lt. 68' 22 Lt. 61' 22 Lt. 61' 22 Lt. 66' 22 Lt. 63' 22 Lt. 12' lo Lt. 8' 22 Lt. 67' 22 Lt. 64' 22 Lt. 64' 22 Rt. 58' 22 Lt. 67' 22 Rt. 44' to Rt. 65' 22 Rt. 42' to Rt. 82' 22 Rt. 52' 22 Rt. 56' C=Contractor I=Remove IRVINE AVENUE (STREET STATIONS) Utility Owner Work Facility BY 16"Water City Newport CP Beach 24 11 Water City Newport CP Beach 2" Gas The Gas CP Company 16" Water City Newport CP Beach Telephone SBC CP Line 8" Sewer CMSD CP Storm drain CP Manhole Storm drain City Newport CA Manhole Beach Storm drain CP Manhole 16" Water City Newport CP Beach 1611 Water City Newport CP Beach Elec. Line SCE CP Fire Hydrant Irvine Ranch CP Water District 6n Water Irvine Ranch CP Water District Elec. Vault CP Traffic CP Control Box 16 11 Water City Newport CP Beach Elec. Vault CP Traffic CP Control Box Traffic Signal CP Light Light Pole CP Elec. Vault CP Elec. Line SCE CP Telephone SBC CP Line Elec. Vault CP Elec. Vault CP E=RDMD O=Utility Owner P=Protect A=Adjust F-35 Prior Comments Ri!!:hts E E E E E E E E Adjust to Grade E E E E E E E E E E E E E E E E E E R=Relocate U=Undetermined IDENTIFICATION OF UTILITY DISPOSITION PROJECT IRVINE A VENUE (STREET STATIONS) LIMITS Station or Sheet Distance Utility Owner Work Prior Comments Location No. Lt/Rt Facilitv By RiQhts 54+61 22 Rt. 52' Traffic Signal CP E Light 54+65 22 Lt. 86' Elec. Vault CP E 54+68 22 Lt. 80' Traffic Signal CP E Light 54+69 22 Rt. 70' Traffic CP E Control Box 54+71 to 22 Lt. 8' 16n Water City Newport CP E 55+00 Beach 54+72 22 Lt. 61' to 611 \Yater Irvine Ranch CP E Lt. 19' Water District 54+73 22 Rt. 74' Traffic Control Box CP E 54+73 22 Lt. 19' Water Valve Irvine Ranch CP E Water District 54+76 22 Rt. 80' Light Pole CP E 54+76 22 Rt. 77' Traffic CP E Control Box 54+76 22 Lt. 8' to 16" Water City Newport CP E Lt. 33' Beach 54+80 22 Rt. 79' Elec. Vault CP E 54+80 22 Rt. 80' Elec. Vault CP E 54+81 22 Rt. 73' Elec. Vault CP E 54-i-82 to 22 Lt. 41' to Telephone SBC CP E 54+95 Lt. 54' Line 54+84 22 Rt. 73' Traffic Signal Light CP E 54 ~84 22 Lt. 731 to Elec. Line SCE CP F Rt. 54' 54+84to 22 Rt. 54' to Elec. Line SCE CP E 54+90 Rt. 81' 54+88 22 Rt. 39' Storm drain CP E Manhole 54+88 22 Lt. 16' Storm drain CP E Manhole 54+90 22 Rt. 81' to Rt. 100' Elec. Line SCE CP E 54+93 22 Rt. 82' to Telephone SBC CP E Rt. 100' Line 54+95 22 Lt. 58' Manhole SBC CP E 54+95 22 Lt. 100' to Rt. 100' Telephone SBC Line CP E C=Contractor E=RDMD R=Relocate I =Remove P=Protect O=Utility Owner A=Adjust U=Undetermined F-36 F-12.4 UTILITY RELOCATION BY OTHERS In addition to any modifications shown on the plans to be done by the CONTRACTOR, including protecting utilities in place, etc., some utilities may be designated to be relocated or adjusted by others during the construction contract. In the event ofrelocation or adjustment by others during the construction period, ENGINEER will provide the CONTRACTOR with a list ofrelocation windows identifying the utility, location, window length and conditions. CONTRACTOR shall maintain all traffic detouring and control devices during relocations by others. CONTRACTOR may proceed with construction activities on other parts of the contract during these windows provided CONTRACTOR does not interfere with relocation of the utilities. Full compensation for conforming to the requirements of UTILITY RELOCATION BY OTHERS shall be considered as included in the various items of work involved and no additional compensation will allowed therefor. F-13 MAINTAIN TRAFFIC AND DETOURS The CONTRACTOR shall maintain vehicular and pedestrian traffic at all times during construction activities and operations to the requirements as specified herein. The CONTRACTOR shall provide, maintain and operate all equipment and facilities to ensure the effectiveness and safety of the vehicular and pedestrian traffic through and/or near the CONT ACTOR'S work area. Add to Subsection 7-IO. I, "Traffic and Access," of the ST AND ARD SPECIF! CA TI ON S 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 within five (5) feet of the traveled way shall remain open longer than is necessary to perform the work, and in no case shall remain unfenced or unplated overnight or on weekends. Add to Subsection 7-10.3, "Street Closures, Detours, Barricades," of the STANDARD SPECIFICATIONS the following: The CONTRACTOR shall provide and maintain all signs, bmricades, pedestals, flashers, delineators and other necessmy facilities for the protection of the motoring 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, all in accordance with the provisions of the Vehicle Code, and Part 6 of the 2003 Manual on Uniform Traffic Control Devices (MUTCD) as amended by Part 6 of the 2003 MUTCD California Supplement. Both manuals may be downloaded from the State of California Department of Transportation website. F-37 Access to private properties shall be maintained at all times during the construction unless otherwise allowed by or agreed to by the ENGINEER. Prior to restricting normal access to private properties CONTRACTOR shall provide notification as required in Section F , "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 two eleven (11) foot lanes of traffic in each direction on Irvine Avenue at all times. Portable delineators shall be spaced as necessary for proper delineation of the travel way. The maximum spacing between delineators should be approximately equal in feet to the speed limit, except that the maximum spacing shall not exceed fifty ( 50) feet. lfthe traffic cones or portable delineators are damaged, displaced or are not in an upright position, from any cause, said cones or portable delineators shall immediately be replaced or restored to their original location in an upright position, by the CONTRACTOR. A flashing arrow sign shall be used for each lane closed on an arterial highway. Lane closures shall be prohibited on Arterial Highways, as identified on the the Orange County Transportation Authority Master Plan of Arterial Highways and the County of Orange Circulation Plan, Monday through Friday from 6:00 a.m. to 9:00 a.m. and from 3:00 p.m. to 6:00 p.m. unless otherwise approved in writing by the ENGINEER. 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 ofTranspmtation. 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 CONTRACTOR's expense. Should the CONTRACTOR furnish insufficient warning and protective measures as above provided, the ENGINEER may direct that the necessary warning and protective measures be furnished and installed by the CONTRACTOR, at CONTRACTOR's expense. However, the ENGINEER shall not be responsible for detecting the inadequacies of the CONTRACTOR's warnings and protective measures. Public safety by furnishing proper warning and protective devices shall be the sole responsibility of the CONTRACTOR. The CONTRACTOR will be required to obtain City of Newport Beach permits or approvals regarding hauling and traffic control. The CONTRACTOR will be required to submit a traffic detour plan to the City of Newport Beach for approval when temporary traffic lane closures are necessary. Plans shall be prepared by a Registered Traffic Engineer or Registered Civil Engineer in the State of California. F-38 CONTRACTOR shall contact Lloyd Dalton, City Engineer, at (949) 644-33 I I to coordinate all trafiic detours and hauling routes within City of Newport Beach. CONTRACTOR shall be responsible for coordinating all approvals and acquiring all permits with City ofNewpmi Beach. See Section D, "Permits," of these Special Provisions for other pern1its required by City of Newport Beach. Full compensation for conforming to the requirements of MAINTAIN TRAFFIC AND DETOURS including: 1. Furnishing all labor, tools, equipment and materials necessary to do the work, 2. Preparation, submittal, revisions and approval of detour plans prepared by a State of California Registered Traffic Engineer or Registered Civil Engineer 3. Placement, removal and replacing of detour and temporary striping, removal (sandblasting and raised pavement markers) 4. Providing, removing and replacing temporary paving, 5. Installation and removal of a temporary traffic signal system, 6. Solar powered flashing arrow boards, 7. Signs, and 8. Installation and removal of TEMPORARY RAILING shall be considered as included in the CONTRACT LUMP SUM price bid for MAINTAIN TRAFFIC AND DETOURS and no additional compensation will be allowed therefor. F-13.l TEMPORARY RAILING TEMPORARY RAILING shall conform to CAL TRANS STANDARD PLANS T3, "Temporary Railing (Type K)." Full compensation for conforming to the requirements of TEMPORARY RAILING, including furnishing all labor, tools, equipment, and materials necessary for accomplishing the work complete and in place shall be considered as included in the CONTRACT price bid for MAINTAIN TRAFFIC AND DETOURS and no additional compensation will be allowed therefor. F-14 CLASS "A" FIELD OFFICE The CONTRACTOR shall furnish and maintain a Class A Field Office for the exclusive use of the ENGINEER and his staff in accordance with the provisions of Section 8-2.1, "Class "A" Field Office," of the ST AND ARD SPECIFICATIONS. The sanitary facility provided by the CONTRACTOR shall be maintained in a clean, neat and sanitmy fashion at all times and shall be for the exclusive use of the ENGINEER and his staff. All sanitary paper products required for the sanitary facility shall be supplied by the CONTRACTOR and shall be considered as included in the CONTRACT unit price bid. F-39 In addition, the Field Office shall be provided with air conditioning and a facsimile machine with a separate phone line and a copying machine capable of photocopying 11 "xl 7" size paper for the exclusive use of the ENGINEER and his staff for the entire duration of the PROJECT. CONTRACTOR shall be aware that theft and vandalism at the job site may be a problem. CONTRACTOR shall be responsible for the security of the Class A Field Office. lf for any reason the air conditioning, phone, copier, facsimile machine, any office furniture, and/or sanitary facility is vandalized, stolen, or in need of repair, the CONTRACTOR, upon receipt of written notice by ENGINEER, shall have a maximum of five (5) working days to replace or repair the above items to full working order. If CONTRACTOR fails to comply within the five (5) working days specified, the COUNTY may at its option withhold monthly progress payments until Class A Field Office is returned to full and complete working order. CONTRACTOR shall meet with the ENGINEER prior to construction (and at any other time circumstances warrant), and together, shall mutually agree to a location for the field office. Full compensation for conforming to the requirements to service and maintain the CLASS A FIELD OFFICE shall include, but no limited to, the following: 1. Supply office, air conditioning, and sanitary facility, 2. Furnish office, 3. Service office, 4. Supply utilities for office ( electricity and phone), 5. Service and maintain sanitary facility, 6. Facsimile machine (separate phone line), 7. Copying machine (11" x 17"), 8. Remove office from job site at the completion of the PROJECT, 9. Security, and 10. All labor, tools, equipment, materials, and incidentals necessary to furnish facility complete and in place. And shall be included in the CONTRACT MONTHLY bid price paid for CLASS A FIELD OFFICE and no additional compensation will be allowed therefor. NOTE: No monthly progress payments will be due to the CONTRACTOR until all provisions and requirements of CLASS A FIELD OFFICE are complete and in place. F-15 CLEARING AND GRUBBING Clearing and Grubbing shall conform to the provisions of Subsection 300-1, "Clearing and Grubbing," of the STANDARD SPECIFICATIONS and these Special Provisions. Add to Subsection 300-1.1, "General," the following: F-40 Areas to be cleared shall be grubbed to a depth necessary to remove all stumps, roots, buried logs, and all other objectionable material. CLEARING AND GRUBBING shall include but not be limited to the following: I. Removal and relocating of irrigation pipes, and removal and relocating of sprinkler heads, irrigation valves, cutting and capping of irrigation lines within the limits of construction, 2. Removal and disposal of interfering portions oflandscaping, trees, bushes, irrigation facilities, sprinklers, grates and pipes, etc., 3. Removal and disposal of interfering portions of abandoned utility or abandoned as directed by ENGINEER, 4. Removal of any other interfering detritus or debris, , 5. Removal and salvaging of Golf course maintenance building overhang turned over to golf course owner. 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. Where the grading plane is more than five feet above natural ground, all trees, stumps and roots shall be cut off not more than one foot above natural ground, or completely removed where necessary for placement of piles, structures, trenches or removal of unsuitable material. CLEARING AND GRUBBING shall be limited to the area within excavation and embankment slope rounding lines and within two feet of ditches, 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 operations ofthis CONTRACT shall be disposed of outside the road 1ight-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, "Protection 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 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 paid for CLEARING AND GRUBBING and no additional compensation will be allowed therefor. The lump sum listed in Section C, "Payments," of these Special Provisions or the CONTRACT lump sum price bid as submitted by the CONTRACTOR in the Proposal, whichever is less, shall F-41 be paid with the monthly progress payments. Any amount bid in excess of the value for progress payments purposes listed in Section C, "Payment," of these Special Provisions, will be included for payment in the first estimate made after acceptance of the CONTRACT. F-16 EXISTING FACILITIES This work shall consist of removing, relocating, or protecting existing facilities which interfere with construction. Removed facilities shall be disposed of, salvaged, relocated as specified in these Special Provisions, as shown on the Plans, or as directed by the ENGINEER. Trenches, holes, depressions and pits caused by the removal of highway facilities shall be backfilled with embankment material as provided in Section 300, "Earthwork", of the STANDARD SPECIFICATIONS. Snch trenches, holes, depressions and pits that are in surfaced areas, otherwise to remain undisturbed, shall be backfilled with materials equal to or better in quality and to the same thickness as the surrounding materials. Material, shown on the plans or designated in these Special Provisions, which is to be salvaged or used in the reconstructed work and which has been damaged or destroyed as a result of the CONTRACTOR's operations, shall be repaired or replaced by the CONTRACTOR, at his expense. F-17 REMOVE, RELOCATE OR INSTALL WATER SERVICES The CONTRACTOR shall remove, relocate, adjust to grade or install water services at the locations shown on the Plans and as identified in "IDENTIFICATION OF UTILITY DISPOSITION" in Section F of these Special Provisions. The work shall conform to "UTILITIES" in Section F of these Special Provisions. Installation of water services shall be per City ofNewport Beach STD-503-L, STD-512-L and STD-517-L. City of Newport Beach Standard Plans can be downloaded at: http://www.city.newport-beach.ca. us: ci tvstandards/S tandard _ Drawings .htm Full compensation for conforming to the requirements of REMOVE, RELOCATE, ADJUST TO GRADE OR INST ALL WATER SERIVCES including: 1. Furnishing labor, tools, equipment, and materials necessary for accomplishing the work, 2. Providing new Double Check Backflow Prevention Assembly per City of Newport Beach STD-512-L, and 3. Disposal ofremoved facilities shall be considered as included in the CONTRACT unit price bid per EACH and no additional compensation will be allowed therefor. F-42 F-18 RELOCATE OR INSTALL FIRE HYDRANT The CONTRACTOR shall relocate the existing fire hydrants at the locations shown on the CONTRACT plans and as identified in "IDENTIFICATION OF UTILITY DISPOSITION" in Section F of these Special Provisions. The work shall conform to "UTILITIES" in Section F of these Special Provisions. Installation of fire hydrants shall be per City of Newport Beach STD-500-L. City of Newport Beach Standard Plans can be downloaded at: http://www.city .ncwport-beac h. ca. us/ citystandards/S tandard Drawings.htm Full compensation for conforming to the requirements of RELOCATE, ADJUST TO GRADE OR INST ALL FIRE HYDRANTS including furnishing all labor, tools, equipment, and materials necessary for accomplishing the work complete and in place shall be considered as included in the CONTRACT unit price bid per EACH and no additional compensation will be allowed therefor. • F-19 REMOVE ASPHALT CONCRETE PAVEMENT REMOVE ASPHALT CONCRETE PAVEMENT shall include removal of AC existing pavement, underlying base material, supporting subgrade, proper disposal of all pavement fabrics and miscellaneous removal and rehabilitation areas as shown on CONTRACT plans or 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. Existing pavement shall be sawcut to the limits shown on the plans, and reconstructed to join existing conditions to provide a smooth transition, as directed by the ENGINEER. Full compensation for conforming to the requirements of REMOVE ASPHALT CONCRETE PAVEMENT including: 4. Furnishing labor, tools, equipment, and materials necessary for accomplishing the work, 5. Sawcutting, 6. Removal of traffic striping and pavement markings within the limits of asphalt concrete removal as shown on the plans, and 7. Disposal of removed materials shall be considered as included in the CONTRACT unit bid price per CUBIC YARD and no additional compensation will be allowed therefor. F-20 REMOVE MISCELLANEOUS CONCRETE (UNREINFORCED) F-43 REMOVE MISCELLANEOUS CONCRETE (UNREINFORCED) shall include the following items: 1. Sidewalks, 2. Curbs and gutters, 3. Curb ramps, 4. Concrete Parkway Culvert, 5. Cross gntters, 6. Driveway entrances, and 7. Miscellaneous curb (back of sidewalk) 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 confmming to the requirements of REMOVE MISCELLANEOUS CONCRETE (UNREINFORCED) including: 1. Furnishing all labor, tools, equipment and materials necessary for accomplishing the work complete and in place, 2. Sawcutting, and 3. Disposal of removed materials shall be considered as included in the CONTRACT unit bid price per CUBIC YARD and no additional compensation will be allowed therefor. F-21 REMOVE AND RECONSTRUCT STAIRWAY REMOVE AND RECONSTRUCT STAIRWAY shall include removal and reconstruction of existing concrete stairway and iron banister as shown on the CONTRACT plans. Full compensation for conforming to the requirements of REMOVE AND RECONSTRUCT STAIRWAY, including: 1. Furnishing all labor, tools, equipment and materials necessary for accomplishing the work complete and in place, 2. Furnishing and installing iron banister, and 3. Disposal of removed materials shall be considered as included in the CONTRACT LUMP SUM bid price and no additional compensation will be allowed therefor. F-22 REMOVE MASONRY BLOCK RETAINING WALL REMOVE MASONRY BLOCK RETAINING WALL shall include removal of existing masonry block retaining walls as shown on the CONTRACT plans. F-44 All work shall confom1 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 MASONRY BLOCK RETAINING WALL, including: 1. Furnishing all labor, tools, equipment and materials necessary for accomplishing the work complete and in place, and 2. Disposal of removed materials shall be considered as included in the CONTRACT unit bid price per LINEAR FOOT and no additional compensation will be allowed therefor. F-23 REMOVE TREE REMOVE TREE shall consist of removing those trees with a trunk diameter greater than eight (8) inches, measured 2 feet from the base of the hunk, as indicated on the plans or as directed by the ENGINEER, including felling of tree, grinding the stump, removal of all wood (unless otherwise designated), limbs and debris, and area cleanup. All removal shall conform to "CLEARING AND GRUBBING" in Section F of these Special Provisions. Any wood logs resulting from tree removal or tree trimming operations shall become the property of the property owner, if said property owner requests to have the wood. Should said property owner so request, the wood shall be neatly stacked on his property at a location designated by the ENGINEER and in lengths typical of normal tree removal operations (i.e. 6 to 8 foot lengths). If the property owner does not want the wood, it shall become the property of the CONTRACTOR and shall be disposed of outside COUNTY right-of-way as specified in Subsection 300-1.3, "Removal and Disposal of Material" of the STANDARD SPECIFICATIONS. The ENGINEER shall contact the property owners to determine which owners desire to have the wood. The removal of trees and other landscaping materials not meeting the description of this specification shall be covered under CLEARING AND GRUBBING, elsewhere within these Special Provisions. Full compensation for conforming to the requirements of REMOVE TREE including: I. Furnishing labor, tools , equipment, and materials necessary for accomplishing the work complete and in place 2. Grinding of stump, felling of tree, 3. Area clean up, and 4. Disposal of wood shall be considered as included in the CONTRACT unit bid price EACH per each and no additional compensation will be allowed therefor. F-45 F-24 REMOVE FENCING Removed fencing shall be salvaged in 50 foot rolls and become property ofRDMD. CONTRACTOR will be responsible for delivering salvaged material to RDMD, Douglass Maintenance Yard, 10852 Douglass Road, Anaheim, California, during regular working hours. The CONTRACTOR shall notify the ENGINEER (24) hours prior to the removal of any fencing existing or temporary to obtain approval prior to begi1ming work. Temporary fencing shall conform to the provisions of Section F-"TEMPORARY CHAIN LINK FENCE" of these Special Provisions. The CONTRACT unit price bid per LINEAR FOOT for REMOVE FENCING shall constitute full compensation for removal of existing concrete footings and for furnishing all labor, materials including placing and removal of temporary fencing if required, removal of existing fencing tools, equipment, incidentals and for accomplishing all work involved and no additional compensation will be allowed therefor. No adjustment in the unit price bid will be allowed for any increase or decrease in the quantity of REMOVE FENCING. F-25 REMOVE CABLE FENCE The CONTRACTOR shall notify the ENGINEER (24) hours prior to the removal of any cable fencing existing to obtain approval prior to beginning work. The CONTRACT unit price bid per LINEAR FOOT for REMOVE CABLE FENCE shall constitute full compensation for removal of existing concrete footings and for furnishing all labor, materials including placing and removal of temporary fencing if required, removal of existing rail fencing tools, equipment, incidentals and for accomplishing all work involved and no additional compensation will be allowed therefor. F-26 TEMPORARY CHAIN LINK FENCE CONTRACTOR shall install TEMPORARY CHAIN LINK FENCE as shown on plans to maintain the security of the property owners in locations where the existing wood fence is removed. Fence construction shall be in accordance with details shown on the plans and RDMD Standard Plan 600-1-OC. The TEMPORARY CHAIN LINK FENCE shall have a fabric height of6 feet, except as otherwise shown on the plans, or as directed by the ENGINEER. The TEMPORARY CHAIN LINK FENCE shall conform to the provisions in Subsection 304-3, "Chain Link Fence," of the STANDARD SPECIFIC A T!ONS and these Special Provisions. F-46 As approved by the ENGINEER, CONTRACTOR may substitute an alternate fence post footing method of support for the temporary chain link fence. All existing fencing used as temporary fencing shall be removed, salvaged and delivered to RDMD, Douglass Maintenance yard by the CONTRACTOR. If the CONTRACTOR schedules not to install the TEMPORARY CHAIN LINK FENCE within 24 hours after removal of the existing wood fence, the CONTRACTOR shall provide an ENGINEER approved temporary fence means of security for the property owners in locations with/said security a minimum of six feet in height. The CONTRACTOR shall provide and maintain such temporary fence or other temporary security measures until the TEMPORARY CHAIN LINK FENCE is constructed as shown on the plans. The TEMPORARY CHAIN LINK FENCE and any temporary security measures shall be provided with full height plastic privacy screens to shield the construction activities from the adjacent property owners. Full compensation for conforming to the requirements of TEMPORARY CHAIN LINK FENCE including: 1. Furnishing all labor, tools, equipment, and materials necessary for accomplishing the work complete and in place, 2. Providing and constructing the TEMPORARY CHAIN LINK FENCE with plastic pnvacy screen, 3. Construction of the concrete footings, or other method of supporting fence posts, 4. Excavation of the concrete footings and disposal of surplus mate1ials off site, and 5. Provision and maintenance of an alternate temporary security measure with plastic pnvacy screen shall be considered as included in the CONTRACT unit price bid per LINEAR FOOT and no additional compensation will be allowed therefore. No measurement or payment for any alternate temporary security measures shall be made. No adjustment in the unit price paid for TEMPORARY CHAIN LINK FENCE shall be made due to a change in quantity regardless of the reason for such change. F-27 REMOVE ROADSIDE SIGNS Existing roadside signs shown on the plans to be removed shall be salvaged and delivered to the RDMD Maintenance Yard at l 0852 Douglass Road, Anaheim, California, during regular working hours. CONTRACTOR shall notify ENGINEER at least 24 hours prior to delivery. Multiple signs on one post shall be considered as one sign. Full compensation for REMOVE ROADSIDE SIGNS including: l. Furnishing labor, tools, equipment, and materials necessary for removal and salvage of existing street sign and post F-47 2. Delivery to location specified herein, and 3. Disposal of removed materials shall be considered as included in the CONTRACT price bid per EACH and no additional compensation shall be allowed therefor. F-28 REMOVE ROADSIDE MARKERS Existing roadside markers including all guide markers, Types F, L, N, culvert markers and such other markers to be removed shall be salvaged and delivered to the RDMD Maintenance Yard at 10852 Douglass Road, Anaheim, California, during regular working hours. CONTRACTOR shall notify ENGINEER at least 24 hours prior to delivery. Full compensation for REMOVE ROADSIDE MARKERS including: 1. Furnishing labor, tools, equipment, and materials necessary for removal and salvage of existing street sign and post 2. Delivery to location specified herein, and 3. Disposal of removed materials shall be considered as included in the CONTRACT price bid per EACH and no additional compensation shall be allowed therefor. F-29 REMOVE DRAINAGE FACILITIES Existing interfering portions of drainage facilities, including reinforced concrete pipe, junction structures, transitions structures, catch basins, where any portion of such structures within three (3) feet of the grading plane in excavation areas, or where shown on the plans to be removed, shall be completely removed and disposed of, as directed by the ENGINEER. All work shall conform to provisions in Subsection 300-1.3, "Removal and Disposal of Materials," of the STANDARD SPECIFICATIONS, and these Special Provisions. Full compensation for providing all labor, materials equipment, tools and incidentals necessary for REMOVE DRAINAGE FACILITIES shall be considered as included in the CONTRACT price bid per EACH and no additional compensation will be allowed therefor. F-30 ADJUST WATER VALVE BOX TO GRADE The CONTRACTOR shall adjust the existing water valve box and cover to grade at the location shown on the plans. Valve box and cover shall be adjusted after finish grade has been established. Full compensation for conforming to the requirements of ADJUST WATER VAL VE BOX TO GRADE including: F-48 1. Furnishing all labor, tools, equipment, and materials necessary for aecomplishing the work complete and in place, and 2. Disposal ofremoved materials shall be considered as included in the CONTRACT unit price bid per EACH and no additional compensation will be allowed therefor. F-31 ADJUST MANHOLE TO GRADE ADJUST 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. Manholes to be adjusted in non-paved areas shall be adjusted such that the elevation of the frame and lid are 6 inches above finished grade. The area surrounding the manhole shall be backfilled and compacted to not less than 90% relative compaction. The CONTRACT price paid per EACH for ADJUST MANHOLE TO GRADE shall include full compensation for furnishing and performing all work, including all labor, tools, equipment and materials and no additional compensation will be allowed therefor. No adjustment in the unit price paid for ADJUST MANHOLE TO GRADE shall be made due to a change in quantity regardless of the reason for such change. F-32 EARTHWORK EARTHWORK shall conform to the provisions ofRDMD Standard Plan 1806, Section 300, "Earthwork," of the STANDARD SPECIFICATIONS, and these Special Provisions. F-49 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 compaction for a minimum depth of 0.5 foot below the grading plane, including shoulders, whether in excavation or embankment. a) shall be obtained at not less than 95 percent (95%) for areas of full-depth asphalt concrete pavement sections construction, and b) shall be obtained at not less than 90 percent (90%) for other areas except areas of full- depth asphalt concrete pavement section construction. 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 * SAND EQUIVALENT NO. CALIF. 217 RESISTANCE (R-VALUE) NO. CALIF. 301 SIEVE ANALYSIS NO. CALIF. 202 NUCLEAR DENSITY GAUGE NO. CALIF. 231 (PART I) Relative Compaction shall conform to the testing requirements as specified in RDMD Standard Plan 1801, General Note No. 11. 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 SPECIFlCATlONS. Such trenches, holes, depressions and pits 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 smTounding 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. Cross-sections were derived from topographic maps. The accuracy specification of the topographic map is that 90% of the points field checked in the inspection of the map are accurate within one-half contour interval. F-50 Cross-sections are shown on the CONTRACT plans for review for bidding purposes. F-32.l SUBGRADE TOLERANCES Subsection 301-1.4, "Subgrade Tolerances," shall be deleted and the following added: Subgrade for pavement, sidewalk, curb and gutter or other roadway structures shall not vary more than 0.05 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 shall notify the RDMD, Materials Lab so they may inspect the sub grade to determine the final structural section of pavement. F-32.2 TEMPORARY SHORING TEMPORARY SHORING shall be designed and constructed in accordance with Section 19- 1.02, "Preservation of Property," of the CAL TRANS STANDARD SPECIFICATIONS and the CALTRANS TRENCHING AND SHORING MANUAL. The last sentence of the second paragraph of Section 19-1.02 of the CAL TRANS STANDARD SPECIFIC A TIO NS is amended to read: When temporary supports and other protective means are no longer required, the portions above one (I) foot below finished grade shall be removed and disposed of as provided in Section 7-1.13, "Disposal of Material Outside the Highway Right of Way." No driven shoring of any type will be permitted on Mesa Drive. CONTRACTOR'S attention is directed to Appendix II of these SPECIAL PROVISIONS, containing pages from the geotechnical report related to slot-cutting. Also included in Appendix II are cross sections identifying the approximate limits of TEMPORARY SHORING, including the approximate limits of slot-cutting and the approximate limits of other shoring. Full compensation for conforming to the requirements of TEMPORARY SHORING including furnishing all labor, materials, tools, equipment and incidentals to complete the work in place shall be considered included in the LUMP SUM price bid paid and no additional compensation will be allowed therefor. F-33 UNCLASSIFIED EXCAVATION UNCLASSIFIED EXCAVATION shall conform to the provisions of Section 300-2, "Unclassified Excavation," of the ST AND ARD SPECIFICATIONS and these Special Provisions. F-51 UNCLASSIFIED EXCAVATION material shall become the property of the CONTRACTOR. CONTRACTOR shall be responsible to dispose surplus material outside of PROJECT right-of- way. CONTRACTOR shall make all arrangements for disposal of the material at off-site locations. Delete the second paragraph of Subsection 300.2.8 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 volume measurements shall be resolved prior to excavation. Any remeasuring or resurveying required as a result of disagreement will be at CONTRACTOR's expense. No excavation within five (5) feet of the traveled way shall remain open longer than is necessary to perfom1 the work. At the end of each working day, if a difference in excess of 0.33 foot exists between the elevation of the existing pavement and the elevation of any excavation within five feet of the traveled way, material shall be placed up and compacted against the vertical cuts adjacent to the traveled way. The material shall be placed to the level of the elevation of the top of existing pavement and tapered at a slope of 4: 1 or flatter to the bottom of the excavation. During excavation operations, native material may be used for this purpose; however, once the placing of the structural section commences, structural material shall be used. Full compensation for "Grade to Drain," as called for on the plans shall be considered as included in the various items of UNCLASSIFIED EXCAVATION, and no separate compensation will be made therefor. Contour grading and rounding of the tops and ends of excavation and toes of fill slopes will be required. 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. The quantities used in determining payment for UNCLASSIFIED EXCAVATION shall be calculated based upon the paylines shown on the Plans. Full compensation for conforming to the requirements of UNCLASSIFIED EXCAVATION including: I. Providing all of the equipment, tools, labor and materials required for accomplishing the work complete and in place necessary, and F-52 2. Disposal of surplus excavated material shall be considered as included in the CONTRACT unit price bid per CUBIC YARD and no additional compensation will be allowed therefor. NO ADJUSTMENT IN THE UNIT PRICE BID WILL BE ALLOWED FOR ANY INCREASE OR DECREASE IN THE QUANTITY OF UNCLASSIFIED EXCAVATION. F-34 STRUCTURE EXCAVATION STRUCTURE EXCAVATION shall confmm to Subsections 300-3 and 300-7 of the STANDARD SPECIFICATIONS. All surplus excavated shall become the property of the CONTRACTOR and shall be disposed of outside of PROJECT right-of-way in accordance with all applicable ordinances. The soil borings are included on Sheet 40 of the CONTRACT plans. Copies of the Geotechnical Reports identified in "Soil Conditions" in Section C of these Special Provisions are available for review by CONTRACTOR upon request. The quantities used in determining payment for STRUCTURE EXCAVATION shall be calculated based upon the paylines shown on the Plans. Full compensation for conforming to the requirements of Structure Excavation including: I. Furnishing all labor, tools, equipment, and materials necessary for accomplishing the work complete and in place. 2. Disposal of surplus excavated material. shall be considered as included in the CONTRACT unit p1;ce bid per CUBIC YA.RD and no additional compensation will be allowed therefor. No adjustment in the unit price bid will be allowed for any increase or decrease in the quantity of STRUCTURE EXCAVATION. F-35 UNCLASSIFIED FILL UNCLASSIFIED FILL shall confmm to Subsection 300-4 of the STANDARD SPECIFICATIONS and to the recommendations of the Geotechnical Reports identified in "Soil Conditions" in Section C of these Special Provisions. UNCLASSIFIED FILL shall include all fill required to construct finished lines and grades within the payline limits 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 material and placing it as compacted fill shall be considered as being included in the CONTRACT bid price per CUBIC YA.RD for F-53 UNCLASSIFIED FILL compacted in place; and no adjustment for shrinkage, subsidence or any other allowance will be made therefor. Structural and unclassified excavated material may be used as unclassified fill as approved by the ENGINEER. Whenever selection is possible, excavation material having 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 requiring verification by survey will be at the CONTRACTOR's expense. Before placing material for compacted fill, the surfaces shall be cleared of all existing obstructions, vegetation, and debris. Unsuitable material shall be removed as directed by the ENGINEER and the existing surfaces scarified to a depth of six (6) inches before placing the fill. 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. Fill for full depth asphalt concrete construction area, as noted in the plans, shall be compacted to a relative compaction of not less than 95 percent, and Fill for other areas shall be compacted to a relative compaction of not less than 90 percent. Full compensation for conforming to the requirements of UNCLASSIFIED FILL shall be considered as included in the CONTRACT unit price bid per CUBIC YARD and no additional compensation will be allowed therefor. No adjustment in the unit price bid will be allowed for any increase or decrease in the quantity of UNCLASSIFIED FILL. F-36 STRUCTURE BACKFILL 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. STRUCTURE BACKFILL shall have a minimum sand equivalent of 20 and shall conform to Subsection 300-3.5 of the STANDARD SPECIFICATIONS. The quantities used in determining payment for STRUCTURE BACKFILL shall be calculated based upon the paylines shown on the plans. F-54 PERVIOUS BACKFILL material placed within the limits of payment for RETAINING WALLS will be measured and paid for as STRUCTURE BACKFILL. Full compensation for confonning to the requirements of STRUCTURE BACKFILL including: 1. Furnishing all labor, tools, equipment, and matc1ials necessary for accomplishing the work complete and in place, and 2. Furnishing and installing PERVIOUS BACKFILL shall be considered as included in the CONTRACT unit price bid per CUBIC YARD and no additional compensation will be allowed therefor. No adjustment in the unit price bid will be allowed for any increase or decrease in the quantity of STRUCTURE BACKFILL. F-37 COLD MILL ASPHALT CONCRETE PAVEMENT This work shall consist of cold milling existing pavement, grinding existing pavement to the thickness as specified per plans, furnishing, spreading as shown on the plans, and as directed by the ENGINEER. Construction of COLD MILL ASPHALT CONCRETE PAVEMENT shall conform to the applicable provisions of Sections 302-5 and 306-1.5.2, and Subsections 302-5.4, "Tack Coat," of the STANDARD SPECIFICATIONS, and these Special Provisions. The CONTRACTOR shall protect all existing facilities during the milling operations and shall repair or replace any damaged facilities to its original condition. The existing facilities shall include but not be limited to: I. Concrete curbs, gutters, driveways, and sidewalks, 2. Roadside signs, 3. Trees and shrubs adjacent to the work area, 4. Utility lines, and 5. Traffic detector loops. Full compensation for conforming to the requirements of COLD MILL ASPHALT CONCRETE PAVEMENT, including: I. Furnishing labor, tools, equipment, and materials necessary for accomplishing the work, and 2. Applying paint binder (tack coat) to all vertical surfaces to be joined by the new pavement, and shall be considered as included in the CONTRACT unit price per SQUARE FOOT, and no additional compensation will be allowed therefore. F-55 F-37.1 CRACK FILLING for cracks greater than 1/8 inch in width, the crack shall be widened using a router to form a shallow sealant reservoir which is I ¼ inch wide and 3/8 inch deep. The router crack shall be then be cleaned with compressed air to remove all dust and free moisture immediately prior to filling. Areas that consist of "alligator" pattern cracking shall not be filled with crack sealant. Crack sealant shall only be applied to singular longitudinal and transverse cracks greater than 1/8 inch in width. Sealant shall be placed from the bottom of the crack upward to the pavement surface in a matter which does not result in sealant bridging or entrapping air pockets. With deep cracks, settlement may occur, thus requiring application of a second layer of sealant. The level of sealant will be allowed to be slightly below the level of the existing pavement. All excess sealant shall be removed from the crack with a minimum overlap onto adjacent pavement. The sealant shall be placed in such a manner that any excess sealant is not spread or squeezed onto the pavement where cracks are not present, especially between separate individual cracks. The sealant shall not be placed when the pavement temperature is below 50°F, above 90°F or during unsuitable weather. Crack sealing shall be completed at least thirty days before the placement of an asphalt concrete overlay or a slurry seal. All debris resulting from crack routing shall be removed from the roadbed by hand or mechanical sweeping prior to the end of each work day. Crack seal material shall be Crafco Polyflex Type 2, or equal. Crack seal material shall be approved by the RDMD/Engineering and Permit Service Materials Engineer. The contractor will be required to furnish and spread sufficient sand necessary to eliminate tracking or damage to the crack sealant. On all arterial highways where sand will be applied over fresh crack sealant, the Contractor shall post "Loose Gravel" (C6) construction signs. Signs shall be posted from commencement of crack sealing until all sand has been cleaned from the roadway. The Contractor shall remove all sand by sweeping within 24 hours after opening the street to traffic. The Contractor shall protect all existing utility covers, traffic detector loops and pull boxes during the routing operation and shall repair or replace any damaged facility to its original condition. The existing facilities shall include but not be limited to the above items. Full compensation for conforming to the requirements of CRACK FILLING including: 1. Furnishing labor, tools, equipment, and materials necessary for doing the work, and 2. Area clean up shall be considered as included in the various CONTRACT items of work involved and no additional compensation will be allowed therefor. F-56 F-38 ASPHALT RUBBER HOT-MIX (ARHM) Asphalt binder emulsion for use as a binder (tack coat) shall be SS-lh, and shall be applied at the rate of 0.08 gallons per square yard to the entire area designated for pavement overlay. Asphalt emulsion shall comply with section 203-3 of the STANDARD SPECIFICATIONS. ARHM shall comply with Section 203-1, 203-6.5, 203-11.5, 302-5, 302-9 and 400-4 of the STANDARD SPECIFICATIONS and shall be as follows, unless otherwise indicated: Asphalt Rubber Hot-Mix-Gap Graded ARHM-GG-C All work shall conform to Section 302-5 of the STANDARD SPECIFICATIONS. The work shall further consist of preparing existing surface prior to the paving and coordinating with utility companies and the County adjustment of manhole frame and covers, water valve covers, gas valve cove and survey monuments to finish grade after paving. As shown on the plans, where new ARHM overlay is matched to existing pavement, the existing pavement shall be cold planed along neat vertical lines. Add to Section 302-5.1, "General," of the ST AND ARD SPECIFICATIONS the following: Asphalt concrete pavement shall be wet-process produced ARHM-GG-B for arterial highways and collector streets and shall conform to the STANDARD SPECIFICATIONS, 2003 Edition, and Resources and Development Management Department Standard Plan 1805. A minimum of twenty working days prior to the start of asphalt overlay placement, the Contractor shall submit the proposed mix designs to RDMD/Engineering and Permit Services/Materials Laboratory for approval. The mix designs shall be dete1mined as specified in Resources and Development Management Department Standard Plan 1805. Any grade sample which does not meet specifications, including the 95 percent Relative Compaction requirement may result in removal and replacement of the asphalt. Prior to placing asphalt pavement overlay, all raised pavement markers shall be removed, all slurry seal, concrete or other foreign material shall be removed from the existing concrete gutter to allow paving machine direct contact with the gutter. Following soil sterilant, all vegetation shall be removed from the cracks in the pavement and from all joints between the pavement and concrete gutters by the Contractor. The surface to be overlaid shall be cleaned by the Contractor by washing, scraping, sweeping, blowing, vacuuming or other means as necessary to remove moisture, dirt, grease, or other foreign matter which would reduce the bond between the overlay and the pavement. The exposed edges of the existing pavement surface shall be painted with an asphalt tack coat in accordance with 302-5.4 of the STANDARD SPECIFICATIONS. F-57 Full Compensation for conforming to the requirements of ASHPHALT RUBBER HOT-MIX (ARHM) including: I. Furnishing all labor, tools, equipment, and materials necessary for accomplishing the work complete and in place shall be considered as included in the CONTRACT unit price bid per TON and no additional compensation will be allowed therefore. No adjustment in the unit price bid will be allowed for any increase or decrease in the quantity of ASPHALT RUBBER HOT-MIX. F-39 ASPHALT CONCRETE PAVEMENT ASPHALT CONCRETE PAVEMENT shall conform to the plans, details, and Special Provisions outlined in Standard Plan 1805. ASPHALT CONCRETE PAVEMENT shall comply with Section 203-1, 203-6, 302-5 and 400-4 of the STANDARD SPECIFICATIONS unless otherwise indicated herein. A structural section of deep lift Asphalt Concrete is required for new pavement as shown on the CONTRACT plans and details. Full compensation for conforming to the requirements of ASPHALT CONCRETE PAVEMENT including: I. Furnishing all labor, tools, equipment, and materials necessary for accomplishing the work complete and in place, 2. AC section in overlay, 3. Deep lift AC, 4. SOIL STERILANT, 5. TACKCOAT, 6. FOG SEAL, 7. LIQUID ASPHALT (PRIME COAT), 8. AGGREGATE BASE MATERIAL, and 9. Grading/sub grade preparation shall be considered as included in the CONTRACT unit price bid per TON and no additional compensation will be allowed therefor. No adjustment in the unit price bid will be allowed for any increase or decrease in the quantity of ASPHALT CONCRETE PAVEMENT. F-39.l SOIL STERILANT F-58 The CONTRACTOR shall apply the soil sterilant with dye shall be Fenaminc or Hyvar "X" as specified below with a minimum of ingredients or approved equal, with dye to the area to be covered by asphalt concrete pavement 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 sterilant: 1. Fenamine shall contain a minimum of the following ingredients per gallon as liquid: Amintrole (3-Amino-1,2,3-Trizole) Ammonium salt of Fenac (2,3,6-Tri-chlorophenylacetic acid) Atrazine (2-chlor, 4-ethylamino, 6-iso-propylamino, 5-triazine) Inert ingredients 3.5% 6.3% 10.8% Remaining Portion 2. Hyvar "X" shall contain a minimum of the following ingredients per pound, as a wettable powder, and shall be applied at the rate of 20 to 30 pounds per acre: Bromacil (5-bromo, 3-sec-butyl, 6-methyluracil) Inert ingredients The dye shall not stain concrete or masonry. 80% Remaining Portion Full compensation for conforming to the requirements of SOIL STERILANT shall be considered as included in CONTRACT bid price paid for ASPHALT CONCRETE PAVEMENT and no additional compensation will be allowed therefor. F-39.2 TACK COAT A tack of SS-1 h emulsified asphalt, where stipulated on the plans or required by the ENGINEER, shall be applied in accordance with Subsection 302-5.3, 'Tack Coat". The exact rate of application will be determined by the ENGINEER. For estimating purposes assume an application rate of0.05 gallon per square yard of surface area. Full compensation for conforming to the requirements of TACK COAT shall be considered as included in CONTRACT bid price paid for ASPHALT CONCRETE PAVEMENT and no additional compensation will be allowed therefor. F-39.3 FOG SEAL F-59 FOG SEAL shall only apply to ASPHALT CONCRETE PAVEMENT construction on Mesa Drive and Orchard Drive. A seal coat of SS-lh type emulsified asphalt shall be applied to the finished surface of asphalt concrete pavement at a rate of0.05 gallons per square yard. Prior to placing the seal coat, all dirt, mud, trash and other loose material shall be cleared from the area to be covered. Full compensation for confom1ing to the requirements of FOG SEAL shall be considered as included in CONTRACT bid price paid for ASPHALT CONCRETE PAVEMENT and no additional compensation will be allowed therefor. F-39.4 LIQUID ASPHALT (PRIME COAT) In lieu of the requirements in Subsection 302-5.3, "Prime Coat", a prime coat consisting of Grade MC-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. Add to Subsection 302-5.9 "Measurement and Payment" the following: The CONTRACT unit price paid per ton for furnishing all labor, tools, equipment and materials not including curing seal for CTSM shall constitute full compensation for LIQUID ASPHALT (PRIME COAT) and no additional compensation shall be allowed therefor. Full compensation for conforming to the requirements of LIQUID ASPHALT (PRIME COAT) shall be considered as included in CONTRACT bid price paid for ASPHALT CONCRETE PAVEMENT and no additional compensation will be allowed therefor. F-40 AGGREGATE BASE MATERIAL AGGREGATE BASE MATERIAL shall conform to the requirements of Subsection 400-2,, "Untreated Base Materials," and Section 301-2, "Untreated Base" of the ST AND ARD SPECIFICATlONS, Standard Plan 1804, and these Special Provisions. AGGREGATE BASE MATERIAL shall be placed as shown on the plans and as directed by the ENGINEER. The provisions in Subsection 301-2.2, "Spreading," of the STANDARD SPECIFICATIONS are amended as follows: A. At the time the aggregate base material is spread, it may have a moisture content sufficient to obtain the required compaction. Such moisture shall be uniformly distributed throughout the material. F-60 Full compensation for conforming to the requirements of AGGREGATE BASE MATERIAL shal I be considered as included in CONTRACT bid price per TON and no additional compensation will be allowed therefor. F-41 DECOMPOSED GRANITE PAVEMENT DECOMPOSED GRANITE PAVEMENT shall conform to Section 400-2.2 and 200-2.7 Disintegrated Granite of the STANDARD SPEClFICATIONS. Full compensation for conforming to the requirements of DECOMPOSED GRANITE PAVEMENT shall be considered as included in CONTRACT bid price per TON and no additional compensation will be allowed therefor. F-42 CONCRETE STRUCTURES All Concrete Structures shall confmm to Standard Plan 1803, the provisions in Subsection 303, "Concrete and Masonry Construction," of the STANDARD SPECIFICATIONS, these Special Provisions, and the details shown on the plans. Materials comprising construction shown on the plans and referenced to in these Special Provisions shall conform to Section 201, "Concrete, Mortar and Related Materials," and Section 201-2, "Steel Reinforcement for Concrete," of the STANDARD SPECIFICATIONS, and RDMD Standard Plan 1803. All concrete used in non-precast structures shall be Class 560-C-3250 as specificed by Section 201-1.1.2, "Concrete Specified by Class," of the STANDARD SPECIFICATIONS. All precast units shall be made of concrete having a minimum compressive strength (fc) of 5,000 psi at 28 days (6-1/2 sack mix). All cement shall be Type II or approved equal. All reinforcing steel shall be ASTM A-615 Grade 60. Reinforcing steel shall conform to BAR REINFORCING STEEL of these Special Provisions. Full compensation for conforming to the requirements of CONCRETE STRUCTURES shall be considered as included in various CONTRACT items of work no additional compensation will be allowed therefor. F-43 LONGITUDINAL GUTTER LONGITUDINAL GUTTER shall conform to RDMD Standard Plan 122-1-0C. F-61 Full compensation for conforming to the requirements of LONGITUDINAL GUTTER including: 1. Furnishing all labor, tools, equipment, and materials necessary for accomplishing the work complete and in place 2. Portland cement concrete, and 3. BAR REINFORCING STEEL shall be considered as included in the CONTRACT unit price bid per LINEAR FOOT and no additional compensation will be allowed therefor. F-44 INLET STRUCTURES Inlet Structures shall be Type I, Type II and Type III, conforming to RDMD Standard Plan 1301, 1302 and 1303 respectively, with local depressions, confmming to RDMD Standard Plan No. 1308 and APWA Std. Plan 307-2, or as modified by plans, and shall be constructed at the following locations: No. Station Offset Type I. 20+24.67 42.52' Lt. Type II 2. 22+47.46 46' Lt. Type II 3. 22+57.02 56.67' Rt. Type II (Mod) 4. 28+04.43 46.59' Rt. Type II (Mod) 5. 29+57.85 4.21' Lt. Tvne I (Mod) 6. 31+23.18 45' Rt. Type II (Mod) 7. 31+23.63 3.3l'Lt. APWA Type 307-2 (Mod) 8. 32+62.07 5.9' Lt. Type I (Mod) 9. 35+53.60 8.6' Lt Type [ (Mod) 10. 36+48.19 48.9' Lt. Type II 11. 38+08.06 50.5' Lt. Type II 12. 47+02.08 50.5' Lt. Type II 13. 9+15.33* 30'Lt. Tvne III 14. 8+76.05* 28' Rt. Tvne Ill 15. 9+09.05* 28' Rt. Type III *Based on Mesa Dnve stat10mng Full compensation for conforming to the requirements of INLET STRUCTURES including: I. Furnishing all labor, tools, equipment and materials necessary for accomplishing the work complete and in place, 2. Excavation, 3. Fill, 4. BAR REINFORCING STEEL, 5. Stencil and paint, 6. Manhole frame and cover, and F-62 7. Portland cement concrete shall be considered as included in the CONTRACT unit bid price per EACH and no additional compensation will be allowed therefor. F-45 JUNCTION STRUCTURES JUNCTION STRUCTURES shall be Type I conforming to RDMD Standard Plan 1310, or as modified by plans, and shall be constructed at the following locations: No. Station Offset Tyve 1. 22+61.50 20.34' Lt. Type I (Mod.) 2. 9+19.79* 20.00' Rt. Tvpe I 6. 36+42.85 37.60' Lt. Type I 4. 37+91.12 40.00' Lt. Type I 5. 40+90.42 40.00' Lt. Type I 6. 40+90.42 40.00' Lt. Tvne I *Based on Mesa Drive stationing A minimum concrete strength of3,250 psi must be attained before any backfilling will be allowed. Junction structure manholes shall be adjusted to grade in the manner prescribed in ADJUST MANHOLE TO GRADE of these Special Provisions. Full compensation for conforming to the requirements of JUNCTION STRUCTURES including: I. Furnishing all labor, tools, equipment and materials necessary for accomplishing the work complete and in place, 2. Excavation, 3. Fill, 4. BAR REINFORCING STEEL, 5. Portland cement concrete, and 6. Trimming and/or removing excess pipe, shall be considered as included in the CONTRACT unit bid p1ice per EACH and no additional compensation will be allowed therefore. F-46 HYDRODYNAMIC SEPARATOR UNIT Where indicated on the CONTRACT plans, the CONTRACTOR shall install a HYDRODYNAMIC SEPARATOR UNIT (HDSU) in conformance with these Special Provisions and with BMP MP-51 of the California Stormwater Quality Association (CASQA) BMP Handbook for New Development and Redevelopment (January 2003). F-63 The HDSU shall be non-mechanical and gravity driven, requiring no external power requirements. The HDSU shall be capable of capturing and permanently retaining settleable, floatable, and neutrally buoyant particles and contaminants in accordance with the sizing criteria of these specifications. The HDSU shall be equipped with a stainless steel expanded metal screen having a screen opening of 4700 microns (4.7 mm or 0.185 inches). The separation screen shall be self-cleaning and non-blocking for all flows diverted to it, even when flows within the stom1 drain pipeline exceed the unit's design treatment flow capacity. A bypass structure shall be provided to allow conveyance of design flows in excess of the unit's treatment flow capacity. Solids Removal Performance Requirements The HDSU shall remove oil and sediment from storm water during frequent wet weather events. The HDSU shall treat a minimum of75 to 90 percent of the annual runoff volume and be capable of removing 80 percent of the total suspended sediment load (TSS) and greater than 90 percent of the floatable free oil. The HDSU must be capable of trapping silt and clay size particles in addition to large particles. The HDSU units shall capture 100% of the floatables and 100% of all particles equal to or greater than 4.7 millimeter (mm) for all flow conditions up to unit's design treatment flow capacity, regardless of the particle's specific gravity. The HDSU unit shall capture 100% of all neutrally buoyant material greater than 4. 7 mm for all flow conditions up to its design treatment flow capacity. There shall be no flow conditions up to the design treatment flow capacity of the HDSU unit in which a flow path through the HDSU unit can be identified that allows the passage ofa 4.7-mm or larger neutrally buoyant object. The HDSU unit shall permanently retain all captured material for all flow conditions of the storm drains to include flood conditions. The HDSU unit shall not allow materials that have been captured within the unit to be flushed through or out of the unit during any flow condition to include flood and/or tidal influences. Minimum Treatment Flow Capacity The HDSU shal1 have a minimum treatment flow capacity of0.7-cfs (19.8-liters/sec). This treatment capacity shall be achieved without any flow bypassing the overflow weir of the treatment unit. The hydraulic loading rate (gpm/ft2) of the unit shall not exceed recommended loadings when calculated using the peak runoff rate of the water quality storm event. HDSU Structure The structure shall be designed to withstand H20 traffic and earth loadings to be experienced during the life of the treatment 1111it, Minimum Sump Design F-64 The HDSU shall be furnished with a sump that has a minimum volume of0.5 cubic yards (0.4 cubic meters) for storage of sediment, organic solids, and other scttleable trash and debris. This sump zone shall be separated from the swirl chamber by a constricting access-way for both physical and hydraulic shear separation. The HDSU shall be furnished with a sump to store settleable materials and pollutants. The sump shall be below the invert of the separation swirl concentrating or vortexing zone or chamber. Units without sumps or units in which settleable material is deposited within the separation or vortexing chamber shall not be allowed. The unit shall have the volumetric sump capacities list above which is materially separated from the separation or vortex chamber to ensure that settled material does not reside in the treatment flow path and thus subject to re-suspension. Oil and Grease Removal Performance The HDSU is equipped with a conventional oil baffle to capture and retain oil and grease and Total Petroleum Hydrocarbons (TPH) pollutants as they are transported tln·ough the storm drain system during dry weather (gross spills) and wet weather flows. The conventional oil baffle within a unit assures satisfactory oil and grease removal from typical urban storm water runoff. Minimum Oil Storage Capacity The HDSU shall be furnished with a baffle that provides a minimum gross oil storage volume of 60 gallons (227-liters). The HDSU shall be equipped with a conventional oil baffle to capture and retain oil and grease and Total Petroleum Hydrocarbons (TPH) pollutants as they are transported through the storm drain system during dry weather (gross spills) and wet weather flows. The HDSU shall also be capable of receiving and retaining the addition of oil sorbents within its separation chamber. The addition of the oil sorbents can ensure the permanent removal of 80% to 90% of the free oil and grease from the storm water runoff. The addition of oil sorbents enables increased oil and grease capture efficiencies beyond that obtainable by conventional oil baffle systems. Sorbent material shall be added in accordance with the HDSU manufacturer's recommendations. Manufacturers Performance Certificate The manufacturer of the HDSU unit shall submit details and shop drawings of sufficient detail for the ENGINEER to confirm that no available flow paths exist that would allow the passage of an object greater than 4. 7 mm and that the hydraulic loading rate at the peak runoff of the water quality storm event is with in does not exceed recommendations. Additionally, the manufacturer shall submit a "Manufacturers Performance Certificate" certifying that the HDSU shall achieve the specified removal efficiencies listed in these Special Provisions. This Manufacturer's Performance Certification of removal efficiencies shall clearly and unequivocally state that the listed removal efficiency shall be achieved throughout the entire treatment flow processed by the HDSU with no attenuation ofremoval efficiency as the flow increase up to the minimum treatment flow capacity specified above. F-65 Warranty The manufacturer of the HDSU shall guarantee the filtration unit free from defects in materials and workmanship for a period of at least one ( 1) year following installation. Equipment supplied by the manufacturer shall be installed and used only in the particular application for which it was specifically designed. Full compensation for conforming to the requirements of HYDRODYNAMIC SEPARATOR UNIT including: I. Submitting performance, design and maintenance specifications to ENGINEER for approval prior to installation, and 2. Furnishing all labor, tools, equipment, and materials necessary for accomplishing the work complete and in place shall be considered as included in the CONTRACT unit price bid per EACH and no additional compensation will be allowed therefor. F-47 RETAINING WALLS RETAINING WALLS shall be constructed at the locations identified on and as stipulated within the CONTRACT plans. Retaining Walls shall be constructed at the following locations: Wall No. From To Type l Sta. 34+84.16 (Lt.) Sta. 39+40.29 (Lt.) CT Type I (Mod) 2 Sta. 39+50.00 (Rt.) Sta. 41+78.15 (Rt.) CT Tyne I 3 Sta. 21+40.12 (Lt.) Sta. 22+52.38 (Lt.) CT Type I 4&5 Sta. 7+50.00* (Rt.) Sta. 22+52.38 (Lt.) CT Type l 6 Sta. 7+77.00* (Rt.) Sta. 23+94.88 (Lt.) CT Type l *Based on Mesa Drive stat10ning Materials comprising the construction shown on the CONTRACT plans and referenced in these Special Provisions shall conform to CONCRETE STRUCTURES of these Special Provisions, Section 201, "Concrete, Mortar and Related Materials," Section 201-2, "Steel Reinforcement for Concrete," of the STANDARD SPECIFICATIONS and RDMD Standard Plan 1803. Concrete shall be thoroughly consolidated to ensure high density and impermeability. Full compensation for confom1ing to the requirements for RETAINING WALLS is considered included in the various CONTRACT items of work and no additional compensation will be allowed therefor. F-48 RETAINING WALL GUTTER F-66 RET AJNING WALL GUTTER shall be furnished and installed in accordance with Caltrans Standard Plan B3-9, where shown on the Plans. Full compensation for conforming to the requirements of RETAINING WALL GUTTER including I. Furnishing all labor, materials, tools, equipment and incidentals to complete the work in place, 2. Transition pipes and fittings, and 3. Gutter outlet shall be considered included in the CONTRACT unit bid price paid for MISCELLANEOUS CONCRETE and no additional compensation will be allowed therefor. F-49 PERVIOUS BACKFILL PERVIOUS BACKFILL shall be installed in accordance with Section 306 of the STANDARD SPECIFICATIONS, CALTRANS STANDARD PLANS and these Special Provisions. PERVIOUS BACKFILL shall be installed in accordance with Caltrans Standard Plans B0-3 at the locations identified on the Plans. PERVIOUS BACKFILL material placed within the limits of payment for RETAINING WALLS will be measured and paid for as STRUCTURE BACKFILL. Full compensation for conforming to the requirements of PERVIOUS BACKFILL including: 1. Furnishing all labor, tools and equipment necessary for accomplishing the work complete and in place, 2. Pervions backfill material, and 3. Filter fabric shall be considered included in the CONTRACT unit bid price paid for STRUCTURE BACKFILL and no additional compensation will be allowed therefor. F-50 STRUCTURE CONCRETE (RETAINING WALLS) Portland cement concrete (PCC.) for structures shall conform to the provisions ofRDMD Standard Plan 1803, the provisions in Subsection 303-1, "Concrete Structures," and these Special Provisions. The concrete shall be PCC as specified in Subsection 201-1.1.2., "Concrete Specified by Class" of the STANDARD SPECIFICATIONS and as indicated on the plans. Concrete shall be thoroughly consolidated to ensure high density and impermeability. Payment for STRUCTURE CONCRETE (RETAINING WALLS) shall be as described below. F-67 F-50.1 FORMS Add to Subsection 303-1.3. "Forms." the following: Forms shall be braced to withstand the pressures developed and shall be tight to prevent the loss of PCC or mortar. Farmed wall surface shall be free of any unevenness greater than one-fourth (1/4) inch when checked with a ten (10) foot straight edge. If"snap-ties"' are used for bracing of forms, only non-metallic "snap-ties" shall be used. In addition, after removal of fonns, all "snap-ties" and any portion thereof~ protruding or exposed on the concrete surface, shall be removed and any holes patched. A clear, non-staining form release agent, which will neither discolor nor affect the surface texture of the concrete and which does not react with any ingredients of the concrete, shall be used. The cost of furnishing and placing form release agent shall be included in the cost of Portland cement concrete. F-50.2 CURING Add to Section 303-1.10, "Curing," of the ST AND ARD SPECIFICATIONS the following: Where the curing compound method is used on concrete surfaces exposed after construction, sloped surfaces flatter than 1 V:0.75H shall be sealed with Type 2 white pigmented wax base compound. Surfaces steeper than 1V:0.75H shall be sealed with a Type 1 clear or translucent wax base curing compound F-50.3 EXPANSION JOINT EXP ANSI ON JOINT shall be furnished and installed in accordance with Caltrans Standard Plan B0-3, where shown on the Plans. F-50.4 WEE PH OLES WEEPHOLES shall be furnished and installed in accordance with Caltrans Standard Plan B0-3, where shown on the Plans. F-50.5 RETAINING WALL UTILITY OPENING RETAINING WALL UTILITY OPENING shall be constructed in accordance with Caltrans Standard Plan B3-9, where shown on the Plans. F-50.6 PAYMENT FOR "STRUCTURE CONCRETE (RETAI.NING WALLS)" F-68 Full compensation for conforming to the requirements of STRUCTURE CONCRETE (RETAINING WALLS) including: 1. All work required under Sections F-50 through F-50.6 inclusive, of these Special Provisions, 2. Furnishing all labor, tools and equipment necessary for accomplishing the work complete and in place, 3. FORMS, 4. CURING, 5. EXPANSION JOINT, 6. WEEPHOLES, and 7. RETAINING WALL UTILITY OPENING shall be included in the CONTRACT unit bid price paid per CUBIC YARD and no additional compensation will be allowed therefor. Reinforcing steel for STRUCTURE CONCRETE (RETAINING WALLS) shall conform to BAR REINFORCING STEEL of these Special Provisions and shall be considered as included in the CONTRACT unit bid price paid for BAR REINFORCING STEEL and no additional compensation will be allowed therefor. F-51 ARCHITECTURAL SURFACE ARCHITECTURAL SURFACE for RETAINING WALLS shall conform to the details shown on the Plans, the provisions in Section 51, "Concrete Structures," of the CALTRANS STANDARD SPECIFICATIONS, and these Special Provisions. Architectural surfaces listed below are required at the retaining walls indicated and as shown on the plans: Wall No. Architectural Surface Style I Symons Round Stone, or eaual 2 Symons Round Stone, or eaual 3 Symons Skip Trowel Stucco, or eaual 4&5 Symons 8" x 16" Rock Face Stacked Bond, or equal 6 Symons Skip Trowel Stucco, equal Architectural surface shall be similar in texture to the above listed architectural surface styles, subject to approval by ENGINEER. CONTRACTOR may refer to the Symons website for images depicting the above listed architectural surface styles: www.symons.com/products/formlinr.htm A test panel at least 4' x 4' in size shall be successfully completed at a location approved by the Engineer before begi1111ing work on architectural textures. The test panel shall be constructed and finished with the materials, tools, equipment, and methods to be used in constructing the architectural texture. If ordered by the ENGINEER, additional test panels shall be constructed F-69 and finished until the specified finish, texture, and color are obtained, as determined by the ENGINEER. The test panel approved by the ENGINEER shall be used as the standard of comparison in determining acceptability of architectural texture for concrete surfaces. Form liners shall be used for textured concrete surfaces and shall be installed in conformance with the manufacturer's recommendations, unless other methods of forming textured concrete surfaces are approved by the ENGINEER. Form liners shall be manufactured from an elastomeric material or a semi-elastomeric polyurethane material by a manufacturer of commercially available concrete form liners. No substitution of other types of formliner material will be allowed. Form liners shall leave crisp, sharp definition of the architectural surface. Recurring textural configurations exhibited by repeating, recognizable shadow patterns shall be prevented by proper casting of form liner patterns. Textured concrete surfaces with such recurring textural configurations shall be reworked to remove such patterns as approved by the ENGINEER or the concrete shall be replaced. Form liners shall have the following properties: ASTM Description Designation: Range Elastomeric material D2240 20 to 65 Shore A hardness D 412 130 to 900 Tensile strength (nsi) Semi-elastomeric polyurethane Shore D D 2240 55 to 65 hardness Tensile strength D2370 2600 minimum (psi) Cuts and tears in form liners shall be sealed and repaired in conformance with the manufacturer's recommendations. Form liners that are delaminated from the form shall not be used. Form liners with deformations to the manufactured surface caused by improper storage practices or any other reason shall not be used. Form liners shall extend the full length of texturing with transverse joints at 8 foot minimum spacing. Small pieces of form liners shall not be used. Grooves shall be aligned straight and true. Grooves shall match at joints between form liners. Joints in the direction of grooves in grooved patterns shall be located only in the depressed portion of the textured concrete. F-70 Adjoining liners shall be butted together without distortion, open cracks, or offsets at the joints. Joints between liners shall be cleaned before each use to remove any mortar in the joint. Adhesives shall be compatible with the fom1 liner material and with concrete. Adhesives shall be approved by the liner manufacturer. Adhesives shall not cause swelling of the liner material. Products and application procedures for form release agents shall be approved by the form liner manufacturer. Release agents shall not canse swelling of the liner material or delamination from the forms. Release agents shall not stain the concrete or react with the liner material. For reliefs simulating fractured concrete or wood grain surfaces the application method shall include the scrubbing method using a natural bristle scrub brush in the direction of grooves or grain. The release agent shall coat the liner with a thin film. Following application of form release agent, the liner surfaces shall be cleaned of excess amounts of agent using compressed air. Buildup of form release agent caused by the reuse of a liner shall be removed at least every 5 uses. Form liners shall release without leaving particles or pieces of liner material on the concrete and without pulling or breaking concrete from the textured surface. The concrete surfaces exposed by removing fon11s shall be protected from damage. Concrete surfaces with architectural texture shall be cured only by the fom1s-i11-place or water methods. Seals and curing compounds shall not be used. Full compensation for confon11ing to the requirements of ARCHITECTURAL SURF ACE including: I. Furnishing all labor, tools, equipment, and materials necessary for accomplishing the work complete and in place, and 2. Test panels shall be considered as included in the CONTRACT unit price bid per SQUARE FOOT and no additional compensation will be allowed therefor. F-52 CABLE RAILING CABLE RAILING shall be furnished and installed in accordance with Caltrans Standard Plan Bl 1-47, where shown on the plans. Full compensation for conforming to the requirements of CABLE RAILING including furnishing all labor, tools, equipment, and materials necessary for accomplishing the work complete and in place shall be considered as included in the CONTRACT unit price bid per LINEAR FOOT and no additional compensation will be allowed therefor. F-53 BAR REINFORCING STEEL F-71 BAR REINFORCING STEEL shall be Grade 60, hot rolled from new billet steel, conforming to ASTM A615 and ASTM A 706, Section 201-2, "Reinforcement for Concrete," of the STANDARD SPECIFICATIONS, RDMD Standard Plan 1803, and these Special Provisions. BAR REINFORCING STEEL includes reinforcing steel for: I. CONCRETE STRUCTURES 2. LONGITUDINAL GUTTER 3. INLET STRUCTURES 4. JUNCTION STRUCTURES 5. STRUCTURAL SLAB 6. CONCRETE BARRIER TYPE 26 (MOD) 7. BUS TURNOUTS 8. NON-STANDARD TRAFFIC SIGNAL POLE FOUNDATIONS 9. STRUCTURE CONCRETE (RETAINING WALLS) 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 the reinforcing steel be placed on the subgrade and pulled during placement of concrete. The CONTRACTOR shall not place 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 lapped splices will be pe1mitted at locations where the concrete section is not sufficient to provide a minimum clear distance of two inches (2") between the splice and the nearest adjacent bar. Splicing of reinforcing bars shall be by mechanical butt splicing or mechanical lap splicing at the option of the CONTRACTOR. Splicing ofreinforcing bars by butt welding shall not be permitted. Mechanical butt splicing shall be performed per Section 52-1.08C, "Splicing," of the CAL TRANS STANDARD SPECIFICATIONS. No more than one splice will be permitted in any longitudinal bar between transverse joints and the splices shall be staggered. Drill and bond dowels shall conform to the details shown on the plans, the provisions in Section 83-2.02D(l), "General," of the CAL TRANS STANDARD SPECIFICATIONS dated May 2006 and these special provisions. Full compensation for conforming to the requirements of BAR REINFORCING STEEL including furnishing all labor, materials, tools, equipment and incidentals involved in placing the reinforcing bars as detailed on the plans shall be considered as included in the CONTRACT unit bid price per POUND and no additional compensation will be allowed therefor. F-54 STRUCTURAL SLAB F-72 STRUCTURAL SLAB shall be constructed at the locations identified on and as stipulated within the CONTRACT plans. CONTRACTOR shall provide 4'' thick slope paving from the back of sidewalk to match the existing slope paving in the vicinity of the STRUCTURAL SLAB. Reinforcement for slope paving shall be per RDMD Standard Plan I 321. Expansion joint filler material shall be provided between the back of sidewalk and slope paving. Full compensation for conforming to the requirements for STRUCTURAL SLAB including: 1. Furnishing all labor, tools and equipment necessary for accomplishing the work complete and in place, 2. STRUCTURE CONCRETE (RETAINING WALLS), 3. BAR REINFORCING STEEL, 4. FORMS, 5. Slope paving, and 6. Joint filler shall be considered as included in various CONTRACT items of work no additional compensation will be allowed therefor. F-55 CONCRETE BARRIER TYPE 26 (MOD) CONCRETE BARRIER TYPE 26 (MOD) construction shall be per Caltrans Standard Plan B 11- 54 or as modified by the details included in the CONTRACT plans. Portland cement concrete shall be class 560-C-3250, as specified in section 201-1.1.2, "Concrete Specified by Class, of the CALTRANS STANDARD SPECIFICATIONS. Full compensation for conforming to the requirements of CONCRETE BARRIER (TYPE 26 MOD) including: I. Furnishing all labor, tools, equipment, and materials necessary for accomplishing the work complete and in place, 2. Portland cement concrete, 3. BAR REINFORCING STEEL, and 4. TUBULAR HAND RAILING shall be considered as included in the CONTRACT unit price bid per LINEAR FOOT and no additional compensation will be allowed therefore. F-55.1 TUBULAR HAND RAILING TUBULAR HAND RAILING installation shall be in accordance with details shown on the CONTRACT plans and Caltrans Standard Plan B 11-51. F-73 Full compensation for conforming to the requirements of TUBULAR HAND RAILING including: I. Furnishing all labor, tools, equipment, and materials necessary for accomplishing the work complete and in place, and shall be considered included in the CONTRACT unit bid price paid for CONCRETE BARRIER TYPE 26 (MOD}, and no additional compensation will be allowed therefor. F-56 IRON FENCE IRON FENCE shall be in accordance with details as shown on the Plans. Concrete footings for IRON FENCE shall be per RDMD Standard Plan 600-1-0C. IRON FENCE shall be ASTM A513, hot-rolled structural quality steel having yield strength of 50,000 psi and G90 zinc coating, 0.90 oz/ft2. IRON FENCE and components shall be subjected to a five-stage wash and pre-treated system, which includes a zinc phosphatizer and a non-chromate sealer. Then receive a two-step powder coating applied by the electrostatic spray process. The base coat shall be a thermosetting epoxy powder coating with a minimum coating thickness of2-4 mils. The topcoat shall be a mar- resistant TGIC (triglycidyl isocyanurate) polyester powder coating with a minimum coating thickness of 3 mils and shall be black in color. Full compensation for conforming to the requirements ofIRON FENCE including: I. Furnishing all labor, tools, equipment, and materials necessary for accomplishing the work complete and in place, and 2. Concrete footings shall be considered as included in the CONTRACT unit price bid per LINEAR FOOT and no additional compensation will be allowed therefor. F-57 CHAIN LINK FENCE Fence construction shall be in accordance with details shown on the Plans and RDMD Standard 600-1-0C. CHAIN LINK FENCE shall have a fabric width and height of six ( 6) feet, except as otherwise shown on the plans, or as directed by the ENGINEER. Chain link fence shall conform to the provisions in Subsection 304-3, "Chain Link Fence," of the STANDARD SPECIFICATIONS and these Special Provisions. Full compensation for conforming to the requirements of CHAIN LINK FENCE including: F-74 1. Furnishing all labor, tools, equipment, and materials necessary for accomplishing the work complete and in place, and 2. Concrete footings shall be considered as included in the CONTRACT unit price bid per LINEAR FOOT and no additional compensation will be allowed therefor. No adjustment in the unit price paid for CHAIN LINK FENCE shall be made due to a change in quantity regardless of the reason for such change. F-58 CHAIN LINK GA TE CHAIN LINK GATE shall be in accordance with details shown on the plans and RDMD Standard 600-1-OC. CHAIN LINK GATE shall be a fabric width as shown on the plans, or as designated by the ENGINEER. Chain link gate shall conform to the provisions in Subsection 304-3, "Chain Link Fence," of the STANDARD SPECIFICATIONS and these Special Provisions. Measurement and payment for CHAIN LINK GATE shall be in accordance with Section 304- 3.4, "Measurement and Payment," of the STANDARD SPECIFICATIONS, except as noted in these Special Provisions. Full compensation for conforming to the reqnirements of CHAIN LINK GATE including: I. Monnting fixtures. 2. Furnishing all labor, tools, equipment, and materials necessary for accomplishing the work complete and in place, and 3. Concrete footings shall be considered as included in the CONTRACT unit price bid per EACH and no additional compensation will be allowed therefore. F-59 REINFORCED CONCRETE PIPE (RCP) REINFORCED CONCRETE Pipe shall conform to Subsection 207-2, "Reinforced Concrete Pipe," and Snbsection 306-1, "Open Trench Operations," of the STANDARD SPECIFICATIONS, these Special Provisions, and as directed by the ENGINEER. REINFORCED CONCRETE Pipe shall be of the size and strength designated as shown on the plans and as listed in the Proposal. All work necessary for any given length of pipe placed, including excavation, bedding, pipe placement, backfill and temporary resurfacing, shall be accomplished dnring the same working day. F-75 Bedding for the reinforced concrete pipe shall conform to RDMD Standard Plan 1319, and as specified on the plans. Bedding placed in excess of the limits shown on RDMD Standard Plan 1319 and for the convenience of the CONTRACTOR shall not be subject to any additional compensation. Compaction equipment or methods which may cause excessive displacement or may damage structures, such as sleeve tapers or other drop-weight type equipment, shall not be used. All storm drain joints shall be sealed with an external joint sealer for pre-cast concrete. The joint sealer shall consist of a reinforced collar composed of rubberized mastic formulated to bond into the pores of the concrete. The joint sealer shall also have embedded steel straps. External joinf sealer shall meet American Society for Testing and Materials (ASTM) ASTM C-877 (Type 11) standard and shall pass the ASTM C-1244 vacuum test. The CONTRACTOR may use Mar Mac "Mac Wrap" or equal, subject to approval by the ENGINEER. Mar Mac Manufacturing Company may be contacted at (800) 845-6962 or online at: www.mannac.com\MarMacMacWrap.asp Full compensation for conforming to the requirements of RE[NFORCED CONCRETE PIPE including: I. BEDDrNG AND BACKFILL, 2. TRENCH SHORING, 3. CONCRETE BLANKET PROTECTION, 4. Excavation, 5. Furnishing and laying pipe, 6. External joint sealer, 7. Bracing and protecting existing utilities, 8. Placing and removal of temporary asphalt conrete surfacing/metal plates in roadway areas, 9. Sawcutting and removal of existing asphalt concrete within the limits of excavation required for RCP, I 0. Sawcutting, removal and disposal of existing RCP, and I 1. All other labor, equipment and material incidental to the pipe shall be considered as included in the CONTRACT unit bid price per LINEAR FOOT and no additional compensation will be allowed therefor. Asphalt concrete pavement removed in conjunction with removal of the roadway structural section shall be included in CONTRACT unit price bid for REMOVE ASPHALT CONCRETE PAVEMENT and no additional compensation will be allowed therefor. F-59.1 BEDDING AND BACKFILL The CONTRACTOR is referred to Section 306-1.2.1, "Bedding," and Section 306-1.3, "Backfill and Densification," and to RDMD Standard Plan 1319. F-76 Placing backfill unifmmly on all sides shall mean limiting the differential fill level to two feet or less. Full compensation for confmming to the requirements of BEDDING AND BACKFILL for REINFORCED CONCRETE PIPE shall be considered as included in the CONTRACT unit price bid for REINFORCED CONCRETE PIPE and no additional compensation will be allowed therefor. F-59.2 TRENCH SHORING Trench Shoring for the PROJECT shall confonn to the provisions in Subsection 306-1.1.6, "Bracing Excavation," of the STANDARD SPECIFICATIONS and these Special Provisions. CONTRACTOR SHALL OBTAIN A CAL-OSHA PERMIT PRIOR TO ANY TRENCH EXCAVATION. The CONTRACTOR's attention is directed to the provisions in Subsection 7-10.4.1, "Safety Orders," which require submitting a shoring/bracing plan for COUNTY review and approval. Approval by the ENGINEER of the shoring drawings or shoring inspection performed by the ENGINEER will in no way relieve CONTRACTOR of full responsibility for adequacy of the shoring. Construction is taking place in a developed residential area; the CONTRACTOR shall take all necessary precautions to protect the public, especially children, from the hazards of open excavation. Trenches shall be covered at night and on weekends and during non-working hours. Full compensation for conforming to the requirements of TRENCH SHORING shall be considered as included in the CONTRACT unit price bid for REINFORCED CONCRETE PIPE and no additional compensation will be allowed therefor. F-59.3 CONCRETE BLANKET PROTECTION CONCRETE BLANKET PROTECTION shall be provided at the locations indicated on the CONTRACT plans and shall be per APW A Standard Plan 225-1 for existing pipes crossed over by a new pipe. Full compensation for conforming to the requirements of CONCRETE BLANKET PROTECTION shall be considered as included in the CONTRACT unit price bid for REINFORCED CONCRETE PIPE and no additional compensation will be allowed therefor. F-60 REINFORCED CONCRETE COLLAR F-77 The CONTRACTOR shall construct Reinforced Concrete Collar per RDMD Standard Plan No. 1317 where shown on the plans and details sheet. Concrete for Reinforced Concrete Collar shall conform to Section F-20 of these Special Provisions. Compensation for all work including all excavation, fill, labor, materials, tools, and equipment used to construct REINFORCED CONCRETE COLLAR shall be included in the CONTRACT unit price bid per EACH and no further compensation shall be made therefor. F-61 OUTLET TO CHANNEL The CONTRACTOR shall construct a new outlet to the existing channel wall at the location shown on and as detailed in the CONTRACT plans. CONTRACTOR must comply with conditions stipulated in Section D "Permits" when conducting work within the channel. Compensation for all work including all excavation, fill, labor, materials, tools, and equipment used to construct OUTLET TO CHANNEL shall be included in the CONTRACT unit price bid per EACH and no further compensation shall be made therefor. F-62 MISCELLANEOUS CONCRETE MISCELLANEOUS CONCRETE shall conform to the provisions in Subsection 303-5, "Concrete Curbs, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps, and Driveways" of the STANDARD SPECIFICATIONS, RDMD Standard Plan 1803, these Special Provisions, and as directed by the ENGINEER. MISCELLANEOUS CONCRETE shall include: 1. Sidewalks, curbs and gutter, median curb 2. Curb ramps, 3. Cross gutters, 4. Driveway entrances, S. Parkway culverts, 6. Bus turnouts, 7. Miscellaneous curb (back of sidewalk), and 8. Retaining wall gutter Portland Cement Concrete shall be Class 520-C-2500, as specified in Section 201-1.l.2, "Concrete Specified by Class," of the STANDARD SPECIFICATIONS. Full compensation for conforming to the requirements of MISCELLANEOUS CONCRETE including: 1. Furnishing all labor, tools, equipment, and materials necessary for accomplishing the work complete and in place, and F-78 2. Earthwork required to establish sub-grade shall be considered as included in the CONTRACT unit price bid per CUBIC YARD and no additional compensation will be allowed therefor. F-63 DETECTABLE WARNING SURFACE CONTRACTOR shall provide DETECTABLE WARNING SURF ACE for curb ramps and driveways as indicated on the Plans. DETECTABLE WARNING SURFACE shall comply with Americans with Disabilities Act (ADA) Standards. Dimensions for DETECT ABLE WARNING SURFACE shall conform to RDMD Standard Plan 1115 and as modified by the Plans. DETECT ABLE WARNING SURF ACE shall be fabricated from gray color concrete per City of Newport Beach STD-181-L-C and STD 181-L-D. City of Newport Beach Standard Plans can be downloaded at: http:/ /www.citv.newport-beach.ca. us/ citystandards/Standard Drawinf.'.s.h tm Full compensation for conforming to the requirements of DETECT ABLE WARNING SURF ACE including furnishing all labor, tools, equipment, and materials necessary for accomplishing the work complete and in place shall be considered as included in the CONTRACT unit price bid per SQUARE FOOT and no additional compensation will be allowed therefor. F-64 BUS TURNOUTS BUS TURNOUTS shall conform to Subsection 303-5 "Concrete Curbs, Walles, Gutters, Cross Gutters, Alley Intersections, Access Ramps, and Driveways" of the ST AND ARD SPECIFICATIONS, RDMD Standard Plan 1803, APWA Standard Plan 131-1, these Special Provisions, and as directed by the ENGINEER. BUS TURNOUTS shall include shrinkage reinforcement. Shrinkage reinforcement shall conform to BAR REINFORCING STEEL of these Special Provisions and as shown on the Plans and shall be considered as inclnded in the CONTRACT bid price paid for BAR REINFORCING STEEL and no additional payment will be allowed therefor. Portland Cement Concrete for BUS TURNOUTS shall conform to MISCELLANEOUS CONCRETE of these Special Provisions and shall be considered as included in the CONTRACT bid price paid for MISCELLANEOUS CONCRETE and no additional payment will be allowed therefor. F-65 REMOVE TRAFFIC STRIPING AND PAVEMENT MARKINGS Traffic Stripes and Pavement Markings shall be removed from the existing pavement as shown on the plans or as directed by the ENGINEER. F-79 Traffic stripes and pavement markings shall be removed to the fullest extent possible from the pavement by wet sand blasting or any other method that does not materially damage any surface or texture of the pavement or surfacing. Sand or other materials deposited on the pavement as a result ofremoving 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. Traffic stripes shall be removed before any change is made in the traffic pattern, and before painting new stripes and markings. Where blast cleaning is used for the removal of traffic stripes and pavement markings or for removal of objectionable 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 blast cleaning operation. CONTRACTOR will not be required to use a vacuum attachment under the following conditions: 1. When approved by the ENGINEER. 2. When the blasting sand will be confined by mechanical means to small areas. 3. When a sweeper (preferably vacuum type) will immediately follow the blasting operation, or when traffic can be safety routed around the sand until it is swept up. 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. Traffic striping and pavement markings removed in conjunction with removal of the roadway structural section shall be included in CONTRACT unit price bid for REMOVE ASPHALT CONCRETE PAVEMENT and no additional compensation will be allowed therefor. Traffic striping and pavement markings removed in conjunction with implementation of traffic and detour plans shall be included in CONTRACT unit price bid for MAINTAIN TRAFFIC AND DETOURS and no additional compensation will be allowed therefor. Full compensation for providing all labor, materials, equipment, tools and incidentals, including removal of raised pavement markers, necessary for REMOVE TRAFFIC STRIPES AND PAVEMENT MARKINGS shall be considered as included in the CONTRACT unit price paid per LUMP SUM and no additional compensation will be allowed therefor. F-66 TRAFFIC STRIPING AND PAVEMENT MARKINGS Striping shall conform to Section 210, "Paint and Protective Coatings," and Subsection 310-5.6, "Painting, Traffic Striping, Pavement Markings, and Curb Markings," of the STANDARD F-80 SPECIFICATIONS, the cmTent State of California Department of Transportation Traffic Manual, and these Special Provisions. TRAFFIC STRIPING AND PAVEMENT MARKINGS shall be as shown on the plans. Paint for TRAFFIC STRIPING AND PAVEMENT MARIUNGS shall be either rapid dry white conforming to State Specifications 8010-81 D-04, or rapid dry yellow conforming to CAL TRANS STANDARD SPECIFICATIONS Section 8010-81D-05, in accordance with the color stipulated on the plans or as directed by the ENGINEER. Paint shall be applied in two (2) equal thicknesses totaling the minimum required wet film thiclmess indicated in Subsection 310-5.6.5, "Traffic Stripes and Markings," of the STANDARD SPECIFICATIONS. A minimum period of 14 days shall be allowed between the two applications of striping, or as directed by the ENGINEER. Delete Paragraph 1 of Subsection 210-1.6.5, "Reflective Material," for the STANDARD SPECIFICATIONS, and add the following: Reflective material shall consist of glass beads added to the surface of each coat of paint prior to setting, so that the beads will have proper adhesion. Special care shall be taken with rapid dry paint and thermoplastic material. Delete Paragraph I of Subsection 310-5.6.7, "Layout, Alignment and Spotting," of the STANDARD SPECIFICATIONS, and add the following: The CONTRACTOR shall perform all layout, alignment, and spotting ... The CONTRACTOR shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 50 feet from the alignment shown on the plans. Measurement of stripes and markings shall be based upon the square feet of painted area. Fnll compensation for providing all labor, materials equipment, tools and incidentals necessary for TRAFFIC STRIPING AND PAVEMENT MARIUNGS shall be considered as included in the CONTRACT bid price paid per SOU ARE FOOT and no additional compensation will be allowed therefor. No adjustment in the unit price for TRAFFIC STRIPING AND PAVEMENT MARKINGS shall be made due to a change in quantity regardless of the reason for such change. F-67 ROADSIDE SIGNS This work shall consist of furnishing and installing roadside signs and posts complete with fastening and mounting hardware at the locations shown on the plans as directed by the F-8 I ENGINEER. This work shall be performed in conformance with the current State of California Depmiment of Transportation, Traffic Manual 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 2" square perforated steel rectangular tubing in accordance with RDMD Standard Plan 1417, except as shown on the plans or as directed by the ENGINEER. Multiple signs on the same post shall be measured as one sign. Full compensation for providing all labor, materials equipment, tools and incidentals necessary for ROADSIDE SIGNS shall be considered as included in the CONTRACT unit price paid per EACH and no additional compensation will be allowed therefor. F-68 ROADSIDE MARKERS ROADSIDE MARKERS shall include all guide markers, Types F, L, N, K, culvert markers and such other markers as required by Standard Plan 1118, 1402, 1409 or where required by the ENGINEER. Full compensation for providing all labor, materials equipment, tools and incidentals necessary for ROADSIDE MARKERS shall be considered as included in the CONTRACT unit price paid per EACH and no additional compensation will be allowed therefor. F-69 RAISED PAVEMENT MARKERS (REFLECTIVE OR NONREFLECTIVE)) RAISED PAVEMENT MARKERS shall include both "Reflective" and "Non-reflective" pavement markers and shall be per CAL TRANS ST AND ARD SPECIFICATIONS Section 85- 1.01 to 1.09 inclusive and these Special Provisions. RAISED PAVEMENT MARKERS shall be installed per the pavement delineation patterns of the current State Traffic Manual and as shown on the plans. Full compensation for providing all labor, materials, including epoxy, equipment, tools and incidentals necessary for RAISED PAVEMENT MARKERS shall be considered as included in the CONTRACT bid price paid per EACH and no additional compensation will be allowed therefor. No adjustment in the unit price for RAISED PAVEMENT MARKERS shall be made due to a change in quantity regardless of the reason for such change. F-69.1 EPOXY F-82 EPOXY shall conform to the provisions in Section 95, "Epoxy," of the CAL TRANS STANDARD SPECIFICATIONS and these Special Provisions. Full compensation for conforming to the requirements shall be considered as included in CONTRACT unit price bid for RAISED PAVEMENT MARKERS (REFLECTIVE OR NONRELECTIVE) and no additional compensation will be allowed therefor. F-70 RELOCATE SIGNS Existing Roadway signs shall be relocated as shown on the plans or as directed by the ENGINEER. Work shall consist of relocating roadside signs and posts complete with fastening and mounting hardware at the locations shown on the plans as directed by the ENGINEER. This work shall be performed in conformance with RDMD Standard Plans 1407, 1408, 1409, 1417, the current State of California Department of Transportation Traffic Manual, and as directed by the ENGINEER. The exposed portion of fastening hardware on the face of the signs shall be painted, using touch- up enamel that matches the background. For purposes of compensation multiple signs mounted on the same post shall be measured as one sign. Full compensation for conforming to the requirements of RELOCATE SIGNS including: furnishing all labor, tools, equipment, and materials necessary for accomplishing the work complete and in place. Shall be considered as included in the CONTRACT unit price bid EACH per each and no additional compensation will be allowed therefor. F-71 RELOCATE STREET LIGHT Existing Street Lights shall be relocated as shown on the plans or as directed by the ENGINEER. Work shall consist ofrelocating street lights and posts complete with fastening and mounting hardware at the locations shown on the plans as directed by the ENGINEER. This work shall be perfo1med in conformance with RDMD Standard Plans 1411 and as directed by the ENGINEER. Full compensation for confmming to the requirements of RELOCATE STREET LIGHT including furnishing all labor, tools, equipment, and materials necessary for accomplishing the work complete and in place. Shall be considered as included in the CONTRACT unit price bid per EACH and no additional compensation will be allowed therefor. F-72 PROJECT INFORMATION SIGN This work shall consist of furnishing, installing and maintaining two (medium-sized) PROJECT INFORMATION SIGNS, posts, mounting and hardware at the locations shown on the plans or F-83 as directed by the ENGINEER. This work shall be done in conformance with RDMD Standard Plan 1418, the CONTRACT plans, these Special Provisions, and incorporate the following information: PROJECT TYPE: SUPERVISOR: DISTRICT: PROJECT NAME: FUNDED BY: INFORMATION: ROADWAY CONSTRUCTION JOHN M. W. MOORLACH 2ND DISTRICT IRVINE A VENUE WIDENING FROM MESA DRIVE TO BRISTOL STREET OCT A MEASURE M AND PROPOSITION 42 IN COOPERATION WITH THE CITY OF NEWPORT BEACH (714) 567-7800 PROJECT INFORMATION SIGNS shall be size medium. The 8" logo will be furnished by COUNTY and installed after sign fabrication. PROJECT INFORMATION SIGNS shall be installed prior to the beginning of construction work and removed and salvaged when all construction work for project is complete. Salvaged signs shall become property of the COUNTY and shall be delivered to Resources and Development Management Department (RDMD), Operations Division, 1082 Douglass Street, Anaheim, CA 92806. The project sign shall be installed at least 7 calendar days prior to the start of construction. Full compensation for providing all labor, materials, including posts, equipment, tools and incidentals necessary to furnish, install, maintain, remove, and salvage PROJECT INFORMATION SIGNS shall be considered as included in the CONTRACT UNIT price paid per EACH and no additional compensation will be allowed therefor. F-73 MEASURE MINFORMATIONAL SIGN The Orange County Transportation Agency (OCTA), administer of the Measure M program, requires local agency projects funded by Measure M sales tax revenue to include MEASURE M INFORMATIONAL SIGN. MEASURE M INFORMANTION SIGN shall consist of installing, repair, maintenance and removal ofsign(s) near the limits of the Project. In general, sign(s) shall be placed to be viewable from traffic traveling in both directions. Sign(s) must be installed prior to the start of construction. Orders for the sign(s) must be submitted to Mike Baron, OCTA at 550 South Main Street, P.O. Box 14184, Orange, CA 92863- 1584, or mbaron(a)octa.net, or (714) 560-5683, at least 15 calendar days prior to the start of F-84 construction. A copy of the order fonn to be completed by the CONTRACTOR is located in the appendix of these Special Provisions. Sign(s) may be removed no earlier than 30 days after completion of construction. Sign(s) removed that are undamaged, as dete,mined by the ENGINEER, shall become the property of RDMD and delivered to an ENGINEER designated location during regular working hours. Damaged material shall become the prope1iy of the CONTRACTOR and disposed of at his expense. The method for anchorage and placement of the sign(s) shall be in accordance with ROMO Standard Plan 1417, and as directed by the ENGINEER. CONTRACTOR shall submit anchorage, placement and location details to the ENGINEER, for approval, prior to installation. Full compensation for conforming to the requirements of "MEASURE M INFORMA TJONAL SIGN" including furnishing all labor, materials, tools, equipment and incidentals necessary to order, install, maintain, move, reinstall, remove and salvage shall be considered as paid for in the CONTRACT bid price per EACH and no additional compensation will be allowed therefor. F-74 MODIFY TRAFFIC SIGNAL SYSTEM (SPECIALTY) F-74.1 GENERAL The furnishing and installing of traffic signals and highway lighting shall conform to the general provisions, "Right of Way and Traffic Control Facilities" and "Materials," of the CALTRANS STANDARD SPECIFICATIONS, May 2006 edition, and these Special Provisions. The furnishing, installing, modifying and removal of traffic signals and highway lighting shall conform to the provisions of Section 86, "Signal and Lighting," of the CAL TRANS STANDARD SPECIFICATIONS and these Special Provisions. The work to be done consists, in general, of modifying traffic signals and the highway lighting system at the intersection of Irvine Avenue and Mesa Drive, Orchard Drive and Bristol Street. F-74.2 STANDARD PLANS Standard plans referred to on the signal plans and these Special Provisions for signal work, shall be the Standard Plans of the State of California, Business and Transportation Agency, Department of Transportation, dated May 2006. F-74.3 GUARANTY A material guaranty for a period of one (I) year from the date the COUNTY (ROMO) records a "Notice of Completion" for the work will be required for this CONTRACT. The work to be guaranteed, the form and the time limit of the guarantee is specified on page J-1 of F-85 "GUARANTY" of these Special Provisions. Said GUARANTY shall be signed and delivered to the ENGINEER before acceptance of the work. The CONTRACT bonds required by Section A of these Special Provisions shall continue in foll force and effect for the duration of the guarantee period. Full compensation for furnishing the guarantee and bonds will be considered as included in the CONTRACT price paid for the items of work involved and no additional compensation will be allowed therefor. F-74.4 MAINTAINING EXISTING AND TEMPORARY ELECTRICAL SYSTEMS Existing traffic signals and highway lighting or approved temporary replacements shall be kept in effective operation for the benefit of the traveling public during the progress of the work, except when shutdown is permitted, to allow for alterations or final removal of the systems. The traffic signal shutdowns shall be limited to normal working hours or shall be as specified in the Special Provisions. Lighting system shutdowns shall not interfere with the regular lighting schedule, unless otherwise pem1itted by the ENGINEER. The CONTRACTOR shall notify the ENGINEER prior to performing any work on existing systems. The CONTRACTOR shall notify the local traffic enforcement agency prior to any operational shutdown of a traffic signal. All installation and maintenance of temporary traffic signals and highway lighting shall be the responsibility of the CONTRACTOR. Full compensation to conform to this article shall be considered as included in the various CONTRACT items of work involved, and no additional compensation will be allowed therefor. NO ADDITIONAL COMPENSATION WILL BE ALLOWED FOR ADDITIONAL MOVE- INS REQUIRED TO CONFORM TO PHASING SEQUENCING. F-74.5 OPERATION OF TRAFFIC SIGNAL Traffic signals must be operational with 14 days after erection of standards. If for any reason the signal is not operational, CONTRACTOR shall, as directed by ENGINEER, take down and remove all poles from the job site at no cost to the COUNTY. This equipment shall not be re- erected without approval of the ENGINEER. F-74.6 EQUIPMENT LIST AND DRAWINGS Equipment list and drawings of electrical equipment and material shall conform to the provisions in Section 86-1.03, "Equipment List and Drawings," of the CAL TRANS STANDARD SPECIFICA TlONS, and these Special Provisions. F-86 F-74.8 NON-STANDARD TRAFFIC SIGNAL POLII FOUNDATIONS Non-Standard Traffic Signal Pole Foundations shall be constructed at the locations shown on the plans, as directed by the Engineer, and shall confonn to these Special Provisions. Concrete foundations shall conform to RDMD Standard Plan 1803, the provisions in Subsection 303, "Concrete and Masonry Construction," of the STANDARD SPECIFICATIONS, these Special Provisions, and the details shown on the plans. Materials comprising construction shown on the plans and referenced to in these Special Provisions shall conform to Section 20 I, "Concrete, Mortar and Related Materials," and Section 201-2, "Steel Reinforcement for Concrete," of the STANDARD SPECIFICATIONS, and RDMD Standard Plan 1803. Concrete shall be Class 560-C-3250 as specified by Section 201-1.1.2, "Concrete Specified by Class," of the STANDARD SPECIFICATIONS. All cement shall be Type II or approved equal. All reinforcing steel shall be ASTM A-615 Grade 60. Drill and bond dowels shall conform to the details shown on the plans, the provisions in Section 83-2.02D(l), "General," of the CAL TRANS STANDARD SPECIFICATIONS dated May 2006 and these special provisions. Dowels shall conform to the provisions for bar reinforcement in "BAR REINFORCING STEEL" of these special provisions. If reinforcement is encountered during drilling before the specified depth is attained, the Engineer shall be notified. Unless the Engineer approves coring through the reinforcement, the hole will be rejected and a new hole, in which reinforcement is not encountered, shall be drilled adjacent to the rejected hole to the depth shown on the plans. Prior to placing new concrete on the existing box culvert, the existing contact surface shall be cleaned of surface laitance, curing compound and other foreign materials before fresh concrete is placed against the surface. Contact surface shall be flushed with water and allowed to dry to a surface dry condition immediately prior to placing concrete. Full compensation for conforming to the requirements of NON-STANDARD TRAFFIC SIGNAL FOUNDATION including: I. Furnishing all labor, tools, equipment and materials necessary for accomplishing the work complete and in place 2. Excavation and removals 3. Preparation of contact surface with the existing box culvert 4. Drill and bond dowels 5. Structural concrete 6. Reinforcing steel 7. Anchor bolts and plates F-88 The controller cabinet schematic wiring diagram and intersection sketch shall be combined into one drawing, so that, when the cabinet is fully open, the drawing is oriented with the intersection. The CONTRACTOR shall furnish a maintenance manual for all controller units, auxiliary equipment, and vehicle detector sensor units, control units and amplifiers. The maintenance manual and operation manual may be combined into one manual. The maintenance manual or combined maintenance and operations manual shall be submitted at the time the controller is delivered for testing, or, if ordered by the ENGINEER, previous to purchase. The maintenance manual shall include, but need not be limited to the following items: (a) Specifications (b) Design characteristics ( c) General operation theory ( d) Function of all controls (e) Detailed circuit analysis (f) Troubleshooting procedure (diagnostic routine) (g) Voltage charts with wave forms (h) Block circuit diagram (i) Geographical layout of components (j) Schematic Diagrams (k) List ofreplaceable components parts with stock numbers. The CONTRACTOR is required to submit to the ENGINEER "as-built" prints, prior to the County's accepting the installations. The prints shall indicate in red all deviations from the CONTRACT plans, such as location of poles, pull boxes and runs, depths of conduit, number of conductors and other appurtenant work for future references. The CONTRACTOR shall also furnish cabinet inventory sheets. These sheets shall include serial and model numbers of all equipment contained in the cabinet. F-74.7 TRAFFIC SIGNAL POLE FOUNDATIONS Unless otherwise identified on the plans, foundations shall conform to the provisions in Section 86-2.03, "Foundations," of the CAL TRANS STANDARD SPECIFICATIONS and these Special Provisions. Portland cement concrete shall conform to Section 90-10, "Minor Concrete," of the CAL TRANS STANDARD SPECIFICATIONS and shall contain not less than 564 pounds of cement per cubic yard for pole foundations. Type V Portland cement shall be used and conform to the specifications in ASTM Designation: Cl50, and the modifications listed to Section 90-2.01 "Portland Cement" of the CAL TRANS STANDARD SPECIFICATION. Existing pole foundations shall be removed. F-87 shall be considered as included in the contract bid price for MODIFY TRAFFIC SIGNAL SYSTEM (MESA) no additional compensation will be allowed therefor. F-74.9 STANDARDS, STEEL PEDESTALS AND POSTS Standards, steel pedestals and posts shall conform to the provisions in Section 86-2.04, "Standards, Steel Pedestals and Posts," of the CAL TRANS STANDARD SPECIFICATIONS and these Special Provisions. Pipe Tenons shall be provided as detailed on Standard Plan ES-6S, "Detail TL-TIP-TENON." In addition to identifying each pole shaft as detailed on ES-6S of the State Standard Plans, the CONTRACTOR shall also identify each mast arm for all signals and luminaries. The stamped metal identification tag shall be located on the mast arm near the butt end and shall contain the same information required by ES-6S. Pole tags shall include name of the manufacturer and shall be visible from the road surface. F-74.10 CONDUIT Conduit shall conform to the provisions in Section 86-2.05, "Condnit," of the CALTRANS STANDARD SPECIFICATIONS, and these Special Provisions. Rigid metal conduit to be used as a drilling or jacking rod shall be fitted with suitable drill bits for the size as approved by the ENGINEER. Conduit runs shall be continuous in type material from the beginning to the terminating end of the run. After conductors have been installed, the ends of conduits terminating in pull boxes and controller cabinet shall be sealed with an approved type of sealing compound. Conduit runs are shown in schematic form only. Actual installation shall be done in the most direct manner. Section 86-2.05A "Material" is amended as follows: Delete: (5) Intermediate Steel Conduit (IMC) .... Inclusive. When nonmetallic conduit is used schedule 80 shall be used with bell type conduit bushing. After conductors have been installed, the ends of conduits terminating in pull boxes and controller cabinet shall be sealed with an approved type of sealing compound. All conduit shall terminate in a pull box or an approved terminating equipment. All non-metallic type conduits, without a grounding conductor, shall have a bare# 12 A WG solid copper wire that shall terminate at each pull box and at the ends of conduit runs. Eighteen (18) inches of the solid copper wire shall be coiled in each pull box. F-89 Conduit runs are shown in schematic form only. Actual installation shall be done in the most direct manner. The CONTRACTOR shall locate the interfering underground facilities, if any, and the actual installation shall be done in the most direct manner as the existing underground condition permits and as approved by the ENGINEER in the field. F-74.11 TRAFFIC SIGNAL INTERCONNECT FACILITIES The furnishing and installing of traffic signal interconnect facilities including conduit, cable, pull boxes and splice cabinets shall conform to the provisions of Section 86, "Signals and Lighting," of the May 2006 CAL TRANS STANDARD SPECIFlCATlONS and these Special Provisions. Interconnect cable shall be# 19 A WG, 12 pair twisted, shielded cable as shown per plan conforming to RUS-PE #22, or ENGINEER approved equal. If required, splice cabinet installation shall include foundation, foundation bolts and hardware, excavation and backfill. Splice cabinets shall be the same color as the controller cabinet. F-74.12 CONDUCTORS AND WIRING Conductors and wiring shall conform to the provisions in Section 86-2.08, "Conductors," and Section 86-2.09, "Wiring," of the CAL TRANS STANDARD SPECIFICATIONS, and these Special Provisions. Conductors with THHN and THWN installation shall not be used. Cable for optical Emergency Vehicle Pre-emption (EVP) system shall be 3#20 A WG with shield, 3M, Tomar, Clifford of Vermont, or ENGINEER approved equal. Conductors No. 8 A WG or larger shall be stranded. Plastic conduits containing power circuit shall have a bare No.8 AWG solid grounding copper conductor that shall terminate at each pull box at the ends of the conduit run. F-74.13 SPLICE INSULATION Splice insulation shall confo1m to the provisions in Section 86-2.09E, "Splice Insulation," of the CAL TRANS ST AND ARD SPECIFICATIONS, and these Special Provisions. Conductors No. l O A WG or larger shall be spliced by the use of "C" shaped compression connectors, and soldered. Loop splices shall be insulated by "Method B" or "Handcrafted Insulation". F-74.14 BONDING AND GROUNDING F-90 Bonding and grounding shall conform to the provisions in Section 86-2.10, "Bonding and Grounding," of the CALTRANS STANDARD SPECIFICATIONS and these Special Provisions. Grounding jumper shall be attached by a 3/16 inch or larger brass bolt in the signal standard or controller pedestal and shall be run to the conduit, ground rod or bonding wire in adjacent pull box. Cadweld systems shall be considered an acceptable alternative. Grounding jumper shall be visible after cap has been poured on foundation. F-74.15 ELECTRICAL SERVICE Service shall conform to the provisions in Section 86-2.11, "Service," of the CALTRANS STANDARD SPECIFICATIONS, and these Special Provisions. The CONTRACTOR shall notify the ENGINEER, in writing, at least 15 calendar days in advance of the date on which he desires any service connections or discormects 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. 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 an-angements for and to pay for all costs to provide the necessary connection for the traffic signal and lighting system. A 50-amp. signal breaker, non-metered 30 amp., lighting breaker, and a metered 15-Amp IISNS breaker, shall be provided from the service panel. Breakers shall have labels indicating its circuit or load designations. Safety lighting circuit is to be 120 volt as provided by Southern California Edison or San Diego Gas and Electric. The color of all service cabinet enclosures shall be the same color as the signal controller cabinet. Electrical equipment shall include ONE (I) Type V photoelectric control (with delay function) and switch, TWO (2), if IISNS are specified on the construction plans. If service equipment cabinet design deviates in any way from the details shown on the plans, details of such deviation shall be submitted to the ENGINEER for review before fabrication of the CONTRACT cabinets. If deemed necessary by the ENGINEER, one complete prototype cabinet shall be delivered to the ENGINEER for review at least 15 days before fabrication of the CONTRACT fixtures. The prototype cabinet will be returned to the CONTRACTOR and, if permitted by the ENGINEER, the cabinet may be installed in the work. Cabinet shall be aluminum. F-91 Each utility service shall be provided with an independent installed ground rod. F-74.16 TESTING Testing shall conform to the provisions in Section 6-3, "Testing," of the CAL TRANS STANDARD SPECIFICATIONS and these Special Provisions. In lieu of state testing, the testing of traffic signal equipment, including controller units, fully wired cabinets and auxiliary equipment as specified in Section 86-3, "Controllers," of the CAL TRANS STANDARD SPECIFICATIONS will be performed by a testing facility designated by the Orange County RDMD Transportation. Approximately 21 calendar days will be required for testing and notification of the final results. After completion of testing, the equipment will be made available to the CONTRACTOR at the COUNTY's designated testing facility. Contact COUNTY/ROMO Traffic Engineering Department at (714) 834-3483 for location and telephone number. The CONTRACTOR'S responsibility to arrange pick-up and delivery of these items to the CONTRACT site. Any cost involved to deliver and install these items at the project site shall be borne by the CONTRACTOR, and no additional compensation shall be allowed therefore. Cabinets shall not be released to the CONTRACTOR until full payment for testing is received by the testing agency. Tum-on of the traffic signal systems shall not be made on a Friday or the day preceding a legal holiday. The Traffic ENGINEER shall be notified at least 48 hours prior to the intended "tum- on." Jf "tum-on" is to be on a Monday, notification shall be made no later than the Thursday prior to "'tum-on". "Tum-on" shall be scheduled before 12 P.M. (noon) on the day agreed upon by ENGINEER and CONTRACTOR. lf"tum-on" cannot commence on the approved day and time, it shall be rescheduled by ENGINEER. The signal monitoring unit shall be tested in the field before "tum-on." The insulation resistance shall not be less than 100 megohms on all interconnect and loop circuits and 50 megohms for power circuits when the megger tests are perf01med. Testing shall not be conducted until all control and/or sensor units and probes have been disconnected from the circuit. A knowledgeable representative for the manufacturer or distributor of the traffic signal controller equipment and components, exclusive of standard conduit, and conductors, shall be present for the first day of the functional test. In addition to the five days of continuous satisfactory operation, called for in Section 86-2. I 4C, "Functional Testing," of the CAL TRANS STANDARD SPECIFICATIONS, five more days of F-92 satisfactory operation will be required when the signal system is connected to the COUNTY's Master System Controller. The sixth paragraph in Section 86-l .14C, "Functional Testing," of the CALTRANS STANDARD SPECIFICATIONS is amended to read: During the test period, the COUNTY will pay the cost of electrical energy for the operation of the facilities that are undergoing testing. The cost of any maintenance necessary, except electrical energy, shall be at the CONTRACTOR's expense and will be deducted from any monies due, or to become due to the CONTRACTOR. F-74.17 TRAFFIC SIGNAL CONTROLLER Solid-state traffic actuated controller units and cabinets shall confom1 to the provisions in Section 86-3, "Controller," of the CALTRANS STANDARD SPECIFICATIONS and these Special Provisions. The CONTRACTOR shall furnish and install two (2) fully wired 12 phase Econolite ASC/2S- 2100 System Controller assemblies per plans with integral based coordination (TBC), overlaps, telemetry and modem with detection and operations as shown on signal plans in two (2) Type 'P' -44 T92-Type I aluminum cabinets. Controllers shall be installed on the top shelf. The traffic signal controllers shall include a standard communications protocol capable of two-way communications as required by Assembly Bill No. 3418. The Manufacturer shall certify, in writing, that the controller complies with AB 3418 and provide certification to ENGINEER. F-74.18 TRAFFIC SIGNAL CONTROLLER CABINET The contractor shall provide and install a complete NEMA TS2 Type I sixteen-phase cabinet and NEMA TS2 Type 2 controller, specifically, an Econolite ASC/28-2100 controller. The controller and cabinet assembly shall be provided by the same manufacture. The cabinet shall be a Type P-44 cabinet per Caltrans standards. In addition, the cabinets shall meet, as a minimum, all applicable sections of the NEMA Standard Publication No. TS2-1992. Where differences occur, this specification shall govern. The cabinets shall meet the following criteria: I. Material shall be 5052-H32 0.125-inch thick aluminum. 2. The cabinet shall be painted with White (anti-graffiti) paint, Cardinal's 6409 G Series or an ENGINEER approved equal, on the inside and out, unless otherwise specified. Paint shall be applied at time of manufacture. 3. The door hinge, pins and bolts shall be stainless steel. 4. All external fasteners shall be stainless steel. F-93 5. The door handle shall be cast aluminum and shall be installed in a manner that any part of the handle will not extend beyond the edge of the door at any position. 6. All seams shall have a continuous weld from the interior of the cabinet. 7. The controller shall be located on the top shelf. SHELF HEIGHT The cabinet shall be supplied with one removable shelf manufactured from 5052-H32 aluminum. The shelves must have the ability of being removed and reinstalled WITHOUT the use of hand tools. VENTILATING FAN The cabinet shall be provided with a thermostatically controlled ( adjustable between 80-150 degrees Fahrenheit) and ball bearing constructed ventilation fan shall be installed in the top of the cabinet plennm. AIR FILTER ASSEMBLY The cabinet Air Filter shall be a one-piece removable, non-corrosive, vermin and insect-proof air filter and shall be secured to the air entrance of the cabinet. CABINET LIGHT ASSEMBLY The cabinet light assembly shall be a florescent lighting fixture which shall be mounted on the inside top of the cabinet near the front edge. The florescent light shall be activated by an on/off switch that is turned on when the cabinet door is opened and off when it is closed. LIGHTING SUPPRESSION The cabinet shall be equipped with an EDCO model ACP-340 or approved equivalent surge arrester. POWER PANEL The Power Panel shall house the following equipment: A 50-amp main breaker shall be supplied. This breaker shall supply power to the controller, MMU, signals, cabinet power supply and auxiliary panels. A 15-amp auxiliary breaker shall supply power to the fan, light and GFI outlet. An EDCO model ACP-340 or exact approved equivalent surge arrester. A 50 amp, 125 V AC radio interference line filter. F-94 A normally-open, 60-amp, mercury contactor Durakool models BBC-7032 or approved equivalent. CONVENIENCE OUTLET A 120 volt AC, 15 Amp NEMA 5-15 GFI duplex outlet shall be mounted in the lower right comer of the cabinet facing the inside of the cabinet door and within 6" of the front edge of the opening of the door. INSIDE CONTROL PANEL SWITCHES The inside door panel shall contain three (3) switches: AUTO/FLASH, STOP TIME and CONTROLLER EQUIPMENT POWER ON/OFF. Door panel switches shall be hard wired only and printed circuit boards shall NOT be used for the door panel switches. AUTO FLASH SWITCH When in the flash position, power shall be maintained to the controller and the intersection shall be placed in flash. The controller shall not be stop timed when in flash. STOP TTME SWITCH When applied, the controller shall be stop timed in the current interval. CONTROL EQUIPMENT POWER ON/OFF This switch shall control the controller, MMU, and cabinet power supply AC power. POLICE PANEL SWITCHES The Police Panel shall contain three (3) switches: The SIGNALS ON/OFF, AUTO/FLASH and AUTO/MANUAL SWITCH. All police panel switches shall be hard wired. SIGNALS ON/OFF SWITCH In the OFF position, power shall be removed from signal heads in the intersection. The controller shall continue to operate. In the OFF position, the MMU shall not conflict or require reset. AUTO/FLASH SWITCH In the flash position, power shall not be removed from the controller and stop time shall be applied. AUTO/MANUAL SWITCH F-95 Cabinet wiring shall include provisions for an AUTO/MANUAL switch and a momentary pushbutton or hand cord. The AUTO/MANUAL switch and pushbutton or hand cord shall not be provided unless it is called for in the special provisions. CABLES All Controller and Malfunction Management Unit cables shall be of sufficient length to access any shelf position. All cables shall be encased in a protective sleeve along their entire free length. COLOR CODING All cabinet wiring shall be color coded as follows: Purple Orange Brown Yellow Red Blue Gray AC+ AC- Chassis Ground MMUwiring Flash color programming Green signal wiring Yell ow signal wiring Red signal wiring Controller wiring DC ground Black White Green MAIN PANEL AND WIRE TERMINATIONS All wires terminated behind the main panel and other panels shall be SOLDERED. No pressure or solderless connectors shall be used. Printed circuit boards shall NOT be used on main panels. Fl ASHThlG OPERATION All cabinets shall be wired to flash red for all phases. Flashing display shall alternate between phases 1,2,3,4 and phases 5,6, 7,8. DETECTOR RACK One vehicle detector amplifier rack and one detector interface panel shall be provided in each cabinet. The rack shall support a minimum of sixteen (16) channels ofloop detection, two 2- cham1el preemption devices, and one (1) BTU. DETECTORS Cabinets shall be equipped with TS2 detectors such as Reno A&E model 120 I-channel loop detectors or approved equivalent DETECTORINTERFACEPANEL F-96 The detector interface panel shall support a minimum of 16 channels of detection and two channels of preemption devices. TELEMETRY INTERFACE PANEL All cabinets shall be wired with a telemetry interface panel and telemetry connecting cable so as to work with the master cabinet. In addition, every cabinet shall also be wired for transient suppression (Model# EDCO PC642C-00-AD or approved equivalent). TELCO TERMINA TJON Where needed or called for in the special provisions. All cabinets shall include a Telco Termination MALFUNCTION MANAGEMENT UNIT Cabinets shall be equipped with a NEMA TS2 Type 16 Malfunction Management Unit. PREEMPTION The cabinet shall be pre-wired for future EVP device installation. MAIN PANEL CONFIGURATION The main panel shall be fully wired in the following configuration: • Sixteen load sockets. • Six flash transfer relay sockets. • One flasher socket. • Two main panel BIU rack slots with an unwired slot for a third main panel BIU ( or wired rack position ifrequired per the plans and specifications). • Wiring for one detector rack, and one Type -16 MMU. LOAD SWITCH All load switches shall as a minimum meet NEMA TS-2 1992, Section 6 requirements and shall be EDI model 880 or approved equal. FLASHER UNIT All flasher units shall as a minimum meet NEMA TS-2 1992, Section 6 requirements and shall be EDI model 510 or approved equal. FIELD TERMINAL LOCATIONS Field terminals shall be located at the bottom of the backboard. Their order shall be left to right beginning with phase one and following the order of the load switches. Field terminals shall be of the compression screw type per NEMA TS2 5.3.6. F-97 BUS INTERFACE UNIT Bus interface units (BIU's) shall meet all TS2-1992 section 8 requirements. In addition all BTU's shall provide separate front panel indicator light emitting diode (LED's) Valid Data. CABINET POWER SUPPLY The cabinet power supply shall as a minimum meet all TS2-l 992 section 5.3.5 requirements. All power supplies shall also provide a separate front panel indicator LED for each of the four outputs. Front panel banana jack test points for 24VDC and logic ground shall also be provided. MASTER CABINET (only required if plans and specifications indicate) If a master cabinet is required per the plans, include the following: Master Controller (Specifically, an Econolite ASC/2M-1000 master controller) Telemetry Module for the master controller Standard Dial-Up Telephone Modem (Commercially available) Telco Termination shall also be provided TELEMETRY An 8"x I 0"x4" aluminum telephone service box with¾ inch wood backing shall be installed on the controller cabinet as shown on the detail sheet of the Plans. The Contractor shall provide telephone services lines as shown on the Plans and coordinate all necessary telephone interconnect hook-ups. Each utility service shall be provided with an independent ground rod. F-74.19 TRAFFIC SIGNAL CONTROLLER UNIT CONTRACTOR shall provide and install an Econolite NEMA TS2 Type, specifically, an ASC/2S-2100 controller. The Controller shall be programmable in any combination of twelve phases, eight concurrent groups and two timing rings. A telemetry module shall also be included in each controller so as to operate with the master controller and system. In addition, any input function shall be capable of being remapped to any input pin and any output function can be remapped to be any output pin. The controller shall be programmed by the manufacturer to operate the intersection as shown on plans prior to leaving the factory for testing. The controller manufacturer shall provide, to the COUNTY, certification that the controller is in conformance with AB 3418. DISPLAY F-98 The display size shall be a minimum of l 6 x 40 alphanumeric characters. The display shall be LCD with multiple levels of contrast. This visibility shall be maintained in bright sunlight. OPERATIONAL DISPLAY It shall be possible to place vehicle, pedestrian, and preemption calls from the controller keyboard while displaying intersection status information. The controller shall as a minimum have a status display that indicates in real time the current phases, interval timing, vehicle and pedestrian calls, and preempt status. CONTROLLER UNIT PROGRAMMING The programming of the controllers' selectable functions and phase timing intervals shall be set by front panel keyboard entry. The controller shall also be programmable via a serial port with a laptop computer. VOLATILE MEMORY Volatile memory is not acceptable for storage of configuration and timing parameters. All configuration and timing parameters shall be retained in EEPROM memory. STARTUP The controller shall provide the capability to program startup phases, intervals, and interval duration. DETECTOR SWITCHING The controller shall be capable of assigning any vehicle detector phase I input to any phase or phases or leaving any detector or detectors unassigned (i.e., vehicle detector phase I detector input could be assigned to phase 5, vehicle detector phase 2 detector input could be assigned to phases 2 and 6, etc). PREEMPTION The controller unit shall provide a minimum of six ( 6) railroad/fire-emergency vehicle preemption sequences plus four bus preemption sequences. Preemption capability shall be standard and shall not require additional modules or software. The controller shall provide a minimum of six ( 6) independent preempt runs with individual inputs. As a minimum, the controller shall provide one standard NEMA output to indicate when the controller is in preempt. The controller shall be capable of using the parent phase minimum green, pedestrian clearance, yellow, and red times or preempts, programmed minimum green, pedestrian clearance, yellow and red times upon entering preempt. If the parent phase times are used for preemption timing, any modifications to the standard controller timing will affect the preempt timing. F-99 When a preempt input is activated the controller as a minimum shall be capable of timing the minimum interval or pedestrian interval along with the yellow and red clearance intervals before reverting to the specified preempt. EXAMPLE When the controller is timing phases 2 & 6 and receives a preempt call for phases 1 & 6, the minimum and/or pedestrian clearance intervals shall be timed followed by the yellow and red clearance intervals. Next the controller shall return to phases I & 6 until the preempt call is dropped. During preemption, the controller coded status bids shall operate providing standard codes per NEMA TS2 3.5. The controller shall recognize a 6.25 Hz pulsed preemption input through the BIU as a Bus input. A steady (constant) input shall be recognized as priority input. All controller inputs other than detection and external start shall be inhibited during preemption any preemptor shall be capable of having priority over any other preemptor depending on programmmg. F-74.20 VEHICLE SIGNAL FACES AND SIGNAL HEADS Vehicle signal faces, signal heads and auxiliary equipment, as shown on the plans, and the installations thereof, shall conform to the provisions in Section 86-4.01 to 86-4.06, inclusive, of the CAL TRANS STANDARD SPECIFICATIONS and these Special Provisions. All lamps for trafiic signal units shall be furnished by the CONTRACTOR and shall be Light Emitting Diode Type (LED) from the Caltrans approved list. All signal sections shall be metal. Where a signal face is to be supported by a Type MAS side attachment slip-fitter inserted between 2 sections, a spacer or spacers shall be placed between the 2 sections. The vertical dimension of spacers shall permit proper seating of the serrations between the slip-fitter and the 2 sections. Holes in spacers shall align with front holes in the section housings. In addition to the fastening through the large openings in the housing, the 2 sections shall be joined with at least 2 bolts through the holes near the front of the housings and spacers, and through matching holes in a reinforcing plate installed within each housing. Spacers shall be made of the same material as the signal housing. Reinforcing plates shall be aluminum with a minimum thickness of 0.125-inch and shall be painted to match the housing. Bolts for joining signal sections shall be either stainless steel or cadmium plated steel with round or binder heads. In addition to Section 86-4.06, "Signal Mounting Assemblies," of the CAL TRANS STANDARD SPECIFICATIONS, these following Special Provisions shall apply whenever terminal compartment is required: F-100 The tenninal block shall be mounted vertically and to the side of the cable inlet guide. Sufricient lateral spacing shall be provided to allow pulling and connecting of incoming conductors without removal of the te1minal block mounting screws. A minimum of one (I) inch clearance shall be provided between the terminal block and all inside walls of the terminal compartment. The tenninal compartment shall be provided with a captive hinged access door. With the door open, there shall be a minimum of ten-by-four-inch (IO" x 4") access to the terminal compartment for connection and inspection of the terminal block. The door shall be equipped with a neoprene gasket, permanently secured, to prevent water from entering the terminal compartment and captive screws for securing door. The mounting bolt spacing and cable guide location shall be as dimensioned on drawing ES-3C of the CALTRANS STANDARD PLANS. F-74.21 PEDESTRIAN SIGNALS Pedestrian signals shall conform to the provisions in Section 86-4.05, "Pedestrian Signal Faces," of the CAL TRANS ST AND ARD SPECIFICATIONS and these Special Provisions. Pedestrian signals shall be Type A with z-crate type screen and self locking stanless steel bolts. All lamps for pedestrian signal units shall be furnished by the CONTRACTOR shall be Light Emitting Diode (LED) or ENGINEER approved equivalent. Pedestrian signals shall be International Symbol Type. The visors described in Section 86-4.05D, "Visors," of the CAL TRANS STANDARD SPECIFICATIONS may be omitted with the egg-crate type screen. F-74.22 DETECTOR LOOPS Detector loops shall conform to the provisions in Section 86-5, "Detectors," of the CAL TRANS STANDARD SPECIFICATIONS and these Special Provisions. Loops shall be installed on the same day in which the loop slots are cut. This shall include placement of the loop conductors and slot sealant. Loop detector lead-in cable shall be Type 8. Loop detector wire shall be Type 2. Detector loop locations shall be approved by ENGINEER in the field prior to installation. The CONTRACTOR shall test the detectors with a motor-driven cycle, as defined in the California Vehicle Code, that is licensed for street use by the Department of Motor Vehicles of the State of California. The unladen weight of the vehicle shall not exceed 220 pounds, and the engine displacement shall not exceed 100 cubic centimeters. Special features, components or vehicles designed to activate the detector will not be permitted. The CONTRACTOR shall provide an operator who shall drive the motor-driven cycle through the F-101 response or detection area of the detector at not less than three miles per hour, not more than seven miles per hour. The detector shall provide an indication in response to this test. Each loop shall be capable of accepting two or more sensor units. In testing a vacant loop, any drift that exceeds an average of more than l Hertz/minute shall be cause for rejection. All loop detectors 6' x 6', 6' circular, or as dimensioned on plans shall have 4 turns. Type "C" loops shall be double turn (2-4-2). Type E detector loops (circular), per Caltrans Standard Plan ES-SB shall be six (6) feet in diameter. The sides of the slot shall be vertical and the minimum radius of the slot entering and leaving the circular part of the loop shall be 2 inches. Slot width shall be a maximum of 3/4 inch. Loop wire for circular loops shall be Type 2. All homerun loop wires shall be in crosswalk area. F-74.23 SLOT SEALANT Slot sealant shall be Hot-Melt Rubberized Asphalt Sealant and conform to the provisions in Section 86-5.0IA(S). "Installation Details", of the CAL TRANS STANDARD SPECIFICATIONS and as directed by the ENGINEER in the field. F-74.24 PEDESTRIAN PUSH BUTTONS Pedestrian push buttons shall conform to the provisions in Section 86-5.02, "Pedestrian Push Buttons," of the CALTRANS STANDARD SPECIFICATIONS, satisfy 1995 ADA requirements, and these Special Provisions. On Type B push button assembly, the sign shall attach to and be securely supported by the framework. The sign shall be international message and not extend beyond the framework. Fasteners will be stainless steel tamper proof screws for instruction plates only. F-74.25 HIGH INTENSITY DISCHARGE LUMINARIES Luminaires shall conform to the provisions in Section 86-6.01, "High Pressure Sodium Luminaires," of the CALTRANS STANDARD SPECIFICATIONS and these Special Provisions. Each luminaire shall be provided with an internal ballast assembly (including ballast, capacitor and lamp starter unit) mounted on a down opening door. The door shall be hinged to the luminaires housing and secured separately from the refractor door, and shall be easily removable and replaceable. All connections from the ballast assembly shall be made with a F-102 single multi-circuit connector or individual color-coded NEMA tab connectors. Field connections to the luminaires shall terminate on a barrier type terminal block secured to the housing. Luminaires are to be ANSI Type 11 or Type Ill cutoff. F-74.26 PHOTOELECTRIC CONTROLS Photoelectric controls shall have a delay function and conform to the provisions in Section 86-6.07, "Photoelectric Controls," of the CAL TRANS STANDARD SPECIFICATIONS. F-74.27 TELEMETRY An 8" x 10" x 4" aluminum telephone service box with 3/4 inch wood backing shall be installed on the controller cabinet as shown on the detail sheet of the plans. No pull boxes shall be installed between the service cabinet and the service point (vault, etc.). CONTRACTOR shall provide telephone service lines as shown on plans and coordinate all necessary telephone interconnect hook-ups. Each utility service shall be provided with an independent ground rod. F-74.28 EMERGENCY VEHICLE PRE-EMPTION OPTICOM PRJORITY CONTROL SYSTEM Emergency Vehicle Pre-empt systems are to be furnished new and installed by the Contractor per plan. The Contractor shall arrange for a representative of the manufacturer to test the operation of the systems after installation. The EVP system shall consist of the following components: • Model 752, phase selection units and Model 760 rack, as manufactured by 3M Company; • Model 722 Optical Detector units, as manufactured by 3M Company; and • Model 138 Optical Detector Cable, as manufactured by 3M Company. If non-3M Company Equipment shall be proposed, the equipment shall be capable oflogging up to I 00 events, including user classification, vehicle identification number from among up to 20,000 vehicles, time of priority, elapsed time in priority phase, direction of priority phase, and total duration of priority. The equipment shall be fully compatible and interchangeable with 3M hardware indicated above. The event log shall be retrievable using PC software and hardware intended for use with 3M Model 722 Optical detector units. Equipment shall be tested by a representative of the manufacturer at date of tum on. F-103 It shall be the responsibility of the Contractor that the emergency vehicle pre-emption equipment shall be furnished and installed in a complete, operative manner, as intended by the manufacturer and these Special Provisions. The Contractor shall arrange for, and pay the cost of, the services of the controller manufacturer to perform any controller modifications required for the installation or operation of the emergency vehicle pre-emption equipment. The cost of furnishing and installing the emergency vehicle pre-emption equipment shall be included in the lump sum price paid for said equipment, and no additional compensation shall be allowed therefore. F-74.29 INTERNALLY ILLUMINATED STREET NAME SIGN Internally illuminated street name signs shall conform to the provisions in Section 86-6.05, "Sign Lighting Fixtures Fluorescent" of the CAL TRANS STANDARD SPECIFICATIONS, these Special Provisions and the details shown on the plans. Internally illuminated street name signs shall be Type A. F-74.30 GENERAL BATTERY BACK-UP SYSTEM This specification establishes the m1111mum requirements for a complete emergency battery backup system for use with Light Emitting Diode (LED) Traffic Signal Modules. The Battery Back-up System (BBS) shall include, but not be limited to the following: Inverter/Charger, batteries. combination power transfer relay and manual bypass switch and all necessary hardware and interconnect wiring. The BBS shall provide reliable emergency power to a traffic signal system (Vehicle and Pedestrian Traffic) in the event of a power failure or interruption. The BBS shall be capable of providing power for full run-time operation for an "LED-only" intersection (all colors: red, yellow, green and pedestrian heads), an intersection with only yellow and/or pedestrian incandescent bulbs or flashing mode operation for an intersection using Red LEDs. The BBS shall be designed for outdoor applications, in accordance with the Caltrans Transportation Electrical Equipment Specifications (TEES), dated August 16, 2002, Chapter 1, Section 8 requirements. The BBS system shall be UL listed for use with traffic signal equipment. The general category shall be QQU Power Supplies, Specialty. The specific listing shall be DC-AC inverter with integral battery chargers, for use with traffic signal equipment. The BBS shall be made in the USA. F-104 BATTERY CABINET The battery cabinet shall be P/N FCUl 03980 or approved equal and made of Aluminum alloy and of a size and details as shown on EXHIBIT "E". The battery cabinets for the NEMA cabinets shall be painted "Newport Beach White" to match the signal cabinets and be mounted to the side of the signal cabinet at a height of 30" above the foundations. The battery cabinets for the Type 170 cabinets shall be natural aluminum to match the signal cabinets and be mounted to the side of the signal cabinet at a height of 30" above the foundations. SPECIFICATIONS FOR 24V BATTERY BACK-UP SYSTEM FOR 170/2070 TRAFFIC EQUIPMENT INSTALLATIONS UTILIZING LED TRAFFIC SIGNAL MODULES, WITH THE BBS MOUNTED INSIDE THE EQUIPMENT CABINET AND THE BATTERIES MOUNTED IN AN EXTERNAL CABINET. OPERATION I. The BBS shall provide a minimum two (2) hours of full run-time operation for an "LED- only" intersection (minimum 700W/IO00VA active output capacity, with 80% minimum inverter efficiency). The BBS shall have at least 4000 watts of peak power. 2. The maximum transfer time allowed, from disruption of normal utility line voltage to stabilized inverter line voltage from batteries shall be 65 milliseconds. The same maximum allowable transfer time shall also apply when switching from inverter line voltage to utility line voltage. 3. The BBS shall provide the user with two sets of three (3) double-pole double-throw (DPDT) dry relay contact closures, available on two terminal blocks ( one side of each relay on each block) with #6/32 screw terminals rated at a minimum 120V/1 A, and labeled so as to identify each contact. The terminal block wiring shall be protected with a clear plastic cover. There shall be a LED indication when each relay is activated. All relays should be deactivated when the inverter switch is off. 4. The first relay contact closures shall be energized whenever the unit switches to battery power. Contacts shall be labeled or marked "On Batt." 5. The second relay contact closures shall be energized whenever the battery approaches approximately 40% of remaining useful capacity. Contacts shall be labeled or marked "Low Batt." There shall be a manually adjustable potentiometer to variably adjust this value based on the specific load. 6. The third relay contact closures shall be energized two hours after the unit switches to battery power. Contacts shall be labeled or marked "Timer." F-105 7. Operating temperature for the inverter/charger, and power transfer relay and manual bypass switch shall be-37 °C to +74 °C. 8. The Power transfer relay and manual bypass switch module shall be rated at 240V AC/30 amps. 9. The BBS shall use a temperature-compensated battery charging system. The charging system shall compensate over a range of2.5-4.0 mV/ °C per cell. 10. The temperature sensor shall be external to the inverter/charger unit. The temperature sensor shall come with 2 meters ( 6' 6") of wire. 11. Batteries shall not be recharged when battery temperature exceeds 50 °C ± 3 °C. 12. BBS shall bypass the utility line power whenever the utility line voltage is outside of the following voltage range: I 0OVAC to 130VAC (± 2V AC). 13. When utilizing battery power, the BBS output voltage shall be between 110 VAC and 125 VAC, pure sine wave output, :S 3% THD, 60Hz ± 0.05Hz. 14. BBS shall be compatible with Caltrans Model 332A Cabinets, Model l 70E Controllers, Model 2070 Controllers and cabinet components for full time operation. 15. In cases of low (below 98VAC) or absent utility line power, when the utility line power has been restored at above 105 V AC ± 2 V AC for more than 30 seconds, the BBS shall transfer from battery backed inverter mode back to utility line mode. 16. In cases of high utility line power (above 132VAC), when the utility line power has been restored at below 125V AC ± 2 V AC for more than 30 seconds, the BBS shall transfer from battery backed inverter mode back to utility line mode. 17. BBS shall be equipped to prevent a malfunction feedback to the cabinet or from feeding back to the utility service. 18. In the event of inverter/charger failure, battery failure or complete battery discharge, the power transfer relay shall revert to the NC (and de-energized) state, where utility line power is connected to the cabinet. 19. Recharge time for the battery, from "protective low-cutoff' to 80% or more of fu]l battery charge capacity, shall not exceed ten (10) hours. MOUNTING & CONFIGURATION NOTE: All references made to EIA rail or EIA 19" (482.6mm) rack shall conform to Electronic Industries Standards EIA-310-B, Racks, Panels, and Associated Equipment, with 10-32 "Universal Spacing" threaded holes. F-106 I. Complete BBS ( excluding the batteries), shall fit inside a typical, fully equipped Model 332A Cabinet that includes one Model I 70E or 2070 Controller. 2. Mounting method shall be rack-mount. Front-mounted available rack space is 3U or approximately 6 inches. 3. The BBS shall be rack-mounted and mount from the front of the cabinet with controls and meters in the front and all wiring connections in the back. 4. The Power transfer relay and manual bypass switch shall be mounted on the EIA rail. 5. All necessary hardware for mounting (shelf angles, rack, etc) shall be included in the bid price of the BBS. A minimum of 6 bolts/fasteners shall be used to secure swing-trays to the 19" Cabinet rack. Bolts/fasteners and washers shall meet the following requirements: • Screw type: Pan Head Phillips machine screw e Size and Thread pitch: 10-32 • Material: 18-8 stainless steel (Type 316 stainless steel is acceptable as an alternate) • Washer: Use one flat washer (I 8-8 stainless steel) under the head of each 10-32 screw (provided that the screws are properly tightened, lock washers are unnecessary.) • Number of screws per swivel bracket, minimum: 6 screws (minimum) per swivel bracket. Spaced evenly along bracket, with one screw near each end. 6. All interconnect wiring shall be provided between Power transfer relay and bypass switch and Cabinet Terminal Service Block and shall be no less than 2 meters of UL Style 1015 CSA TEW with the following characteristics: • AWG Rating: 10 AWG • Stranding: 105 strands of 30 A WG tinned copper • Rating: 600 V, 105 °C, PVC Insulation 7. Relay contact wiring provided for each set of NO/NC relay contact closure terminals shall be 3 meters of UL Style 1015 CSA TEW 18 AWG wire, same ratings as above, except 16 strands of 30 A WG tinned copper. 8. The batteries shall be mounted in an approved external batte1y cabinet affixed to side of the controller cabinet. MAINTENANCE, DISPLAYS, CONTROLS AND DIAGNOSTICS 1. The BBS shall include a LED display to indicate battery voltage and standard meter probe input jacks ( +) and (-) to read the exact battery voltage. 2. The BBS shall have lightning surge protection compliant with IEEE/ANSI C.62.41. F-107 3. The BBS shall be equipped with an integral system to prevent battery from destructive discharge and overcharge. 4. The BBS and batteries shall be easily replaced with all needed hardware and shall not require any special tools for installation. 5. The BBS shall include a front-panel event counter display to indicate the number of times the BBS was activated and a front-panel hour meter to display the total number of hours the unit has operated on batte1y power. Both meters shall have push button resets. 6. Manufacturer shall include a set of equipment lists, operation and maintenance manuals, and board-level schematic and wiring diagrams of the BBS, and the battery data sheets. RS232 1. The BBS shall be equipped with RS232 communications. The connector shall be a DB-9 female connector. 2. Connection to the BBS shall be with a standard, readily available RS232 cable. Custom cabling is not allowed. 3. The BBS system shall be monitored and controlled by using HyperTerminal or other readily available terminal emulation software. 4. The BBS Communication Interface shall display BBS Status as well as allow for inputting of BBS Commands. 5. The BBS Status shall display the following information: • AC Transfer Pts.: Displays the current setting of the AC transfer threshold points. • BBS Mode: Displays whether the BBS is in Standby or Backup mode. When in Backup mode this also indicates that 'On Batt-Relay A' is active. • Outage Counter: Displays the current number of outages since the Outage meter was last reset. • Total Outages: Displays the total number of outages since the BBS was installed. This cannot be reset. • Run Time: Displays the cmTent Run Time of the unit since the Run Time meter was last reset. • Total Run Time: Displays the total Run Time of the unit since the BBS was installed. This cannot be reset. • Batt Level: Displays the current battery capacity. • Batt. Full: Indicates that the battery bank is fully charged. • Chk. Batt.: Indicates a problem with the batteries or the charger. • Low Batt. Relay: Indicates that the battery bank has reached the Remaining Capacity point set in Section 5.1 and that 'Low Batt-Relay B', is active. F-108 • Timer Relay: Indicates that the BBS has been in backup mode for 2 hours and that 'Timer-Relay C', is active. • Overload: Indicates that an overload condition exists. • High Temp: Indicates that a high temperature condition exists. 6. The BBS Command section shall be as follows: • Set Time: Set the time in the following 24HR format hh:mm. • Set Date: Set the date in the following format. mm/dd/yy. • Status Update: Press to update the display with current BBS information. • Reset Outage Meter: Resets both the internally stored Outage Counter and the external Outage Meter. The unit will keep a total running count of all outages. • Reset Run Time Meter: Resets both the internally stored current Run Time Meter and the external Run Time Meter. The unit will keep a total run time for the life of the unit. • Display Event Buffer: Scroll out the BBS events to the display. All events are stamped with the date and time. • Change AC Level Setting: Switches the acceptable input AC threshold range from the standard 100-130 VAC to the optional 95-134 VAC range. • Model Number: Enter the model number of the unit using ASCH-Numeric text. • Serial Number: Enter the serial number of the unit using ASCH-Numeric text. BATTERY SYSTEM 1. Individual batteries shall be: Voltage rating: Amp-hour rating: Group Size: 12V type 80 amp-hour maximum 24maximum 2. Batteries shall be easily replaced and commercially available off the shelf. 3. Batteries used for BBS shall consist of 2 to 8 batteries to run the loads for the specified time, and a maximum system voltage of 24 VDC to comply with NEC Class 2 Voltage. 4. Batteries shall be deep cycle, sealed prismatic lead-calcium based AGM/VRLA (Absorbed Glass Mat/ Valve Regulated Lead Acid). 5. Batteries shall be certified by the manufacturer to operate over a temperature range of - 25 °C to +74 °C. 6. The batteries shall be provided with appropriate interconnect wmng and conosion- resistant mounting trays and/or brackets appropriate for the cabinet into which they will be installed. F-109 BATTERY HARNESS I. Interconnect wiring shall be via two-piece modular harness consisting of 8 gauge welding style cable, UL listed, super K90. 2. Cable assembly shall be equipped with insulated, mating, power pole style connectors. Where two-piece power pole style connectors are used Positive(+) shall be red, Negative (-) shall be black. 3. All power pole connectors shall be assembled to ensure proper polarity and circuit configuration throughout the entire harness. 4. Part one of the two-piece harness shall consist of seven inches of appropriate colored cable with ¼ inch ring te1minals for connecting to the battery terminal • and the appropriate colored modular power pole style connector. 5. Battery terminals shall be covered and insulated with appropriate colored molded boots. 6. Paii two of the harness shall consist of mating two-piece power pole style connectors for connecting to the batteries and a single insulated power pole connector for connecting to the BBS unit. 7. Cable length shall be a minimum of 12 inches between batteries and 60 inches between BBS unit and first battery. QUALITY ASSURANCE 1. Each BBS shall be manufactured by an ISO 9001 :2000 certified company in accordance with a manufacturer Quality Assurance (QA) program. 2. QA process and test results documentation shall be kept on file for a minimum period of seven years. 3. Each system shall be visually inspected for any exterior physical damage or assembly anomalies. Any defects shall be cause for rejection. WARRANTY I. Manufacturers shall provide a two (2) year factory-repair warranty for parts and labor on the BBS from date of acceptance. 2. Batteries shall be warranted for full replacement for two (2) years from date of purchase. 3. The wmranty shall be included in the total bid price of the BBS. F-74.31 PAYMENT FOR "MODIFY TRAFFIC SIGNAL SYSTEM" F-l JO Full compensation for confonning to the requirements of MODIFY TRAFFIC SIGNAL SYSTEM shall include: I. All work required under Sections F-74 through F-74.3 I inclusive, of these Special Provisions, 2. All work required to saw cut, remove and dispose of interconnect foundation, and the construction and relocation of the existing interconnect cabinet to its new foundation, 3. Furnishing all labor, tools, materials, equipment and incidentals necessary to perform the work, complete in place, as shown on the plans and/or as directed by ENGINEER in the field, and shall be considered as included in the CONTRACT LUMP SUM bid price paid for: I. MODIFY TRAFFIC SIGNAL SYSTEM AT MESA DRIVE 2. MODIFY TRAFFIC SIGNAL SYSTEM AT ORCHARD DRIVE 3. MODIFY TRAFFIC SIGNAL SYSTEM AT SE BRISTOL STREET and no additional compensation will be allowed therefor. F-75 REMOVE, RELOCATE OR ADJUST TO GRADE TRAFFIC PULL BOXES Pull boxes shall be No. 5 minimum and conform to the provisions of Section 86-2.06, "Pull Boxes," of the CALTRANS STANDARD SPECIFICATIONS and these Special Provisions. All pull box lids shall be non-PCC type and size #5 unless otherwise noted on the plans. Pull box coffins may be concrete. In unimproved areas, install pull box markers and marker posts. Markers shall be Type L. Existing pull box inverts shall be grouted per Caltrans standard plans. Broken pull box lids shall be replaced in conformance with this section. Supplement and amend Subsection 86-2.06B, "Cover Marking," as follows: Covers for pull boxes, except covers for ceiling pull boxes, shall be marked as follows: (a) "TRAFFIC SIGNAL": Where pull box contains traffic signal conductors with or without street lighting conductors. (b) "STREET LIGHTING": Where pull box contains street lighting conductors only, "HIGH VOLTAGE" shall be added where street lighting voltage is above 600 volts. (c) "SPRINKLER CONTROL": For pull boxes where sprinkler control conduit enters the pull box. F-11 I (d) "COUNT STATION": For pull boxes where traffic count station conduit enters the pull box. (e) "TELEPHONE": Where pull boxes contain telephone conductors. (f) "SDGE": Where pull boxes contain San Diego Gas and Electric Company conductors. (g) "EDISON": Where pull boxes contain Edison Company conductors. Pull box lids shall be type that lock down. Full compensation for providing all labor, materials, equipment, tools, and incidentals necessary for REMOVE, RELOCATE OR ADJUST TO GRADE TRAFFIC PULLBOX shall be considered as included in the CONTRACT unit price paid per EACH and no additional compensation will be allowed therefore. F-76 LANDSCAPING F-76.1 GENERAL DESCRJPTION A. The general requirements apply to all Landscaping work operations. Provide labor, materials, tools, transportation and all incidentals necessary to perform work as indicated on the Plans and as herein specified. B. Related Sections: Section 700: Irrigation QUALITY ASSURANCE A. Comply with all applicable local, state, federal requirements regarding materials, methods of work, and disposal of excess and waste materials. B. Manufacturer's directions, specifications and detailed drawings will be followed in all cases where articles used furnish directions covering points not delineated on the Plans or Specifications. C. The work included in this section will be done to the satisfaction of the City and the decision by the City as to the true construction meaning of the Plans and Specifications will be final. D. All drop slips for landscape materials (including plants, fertilizers, pesticides, hand- seeded cobble aggregate) shall be given to the Engineer. ENVIRONMENTAL REQUIREMENTS F-112 A Do not install landscape materials when ambient temperatures may drop below 45 degrees F (12 degrees C) or above 95 degrees F (39 degrees C). B. Do not install landscape materials when wind velocity exceeds 30 mph ( 48 k/hr). F-76.2 PRODUCTS REFERENCES A. ANSI Z60. I -Nursery Stock. B. California State Department of Agriculture -Regulations for nursery inspections, rules, and grading. TOPSOIL Topsoil required in planting areas shall be Class "A" (imported). Topsoil specified in Section 300, Site Preparation, Earthwork and Site Grading. PLANT MATERIAL A. Trees, shrubs, ground cover and vines shall be grown by an established nursery having been in the business of growing trees, shrubs, ground cover a minimum of five (5) years. At the option of the Engineer, plants shall be inspected and tagged at the nursery prior to shipment to the planting site. I. Trees: All trees shall be of the specified container size and of the species specified. 2. Shrubs: Shrubs shall be of the specified type and size, selected from high quality, well-shaped nursery stock. 3. Flatted or Liner Plants: Ground cover plants and other flatted or liner plants shall be grown and remain in the flats until transplanted at the site. The soil and spacing of the plants in the flat shall ensure the minimum disturbance of the root system at time of transplanting. B. Plant names indicated or listed in the "Plant Legend" on the Plans, conform to the approved names given in "An Annotated Checklist of Woody Ornamental Plants in California, Oregon, and Washington, Manual 4091 ", published by the University of California ( 1979). Except for names not covered therein, the established custom of the nursery shall be followed. C. Condition of plants shall be in accordance with the California State Department of Agriculture's regulations for nursery inspections, rules, and grading and shall be symmetrical, typical for variety and species, sound, healthy, vigorous, free from plant F-113 disease, insect pests, or their eggs, and shall have healthy normal root systems, well filling their containers, but not to the point of being root bound. D. Plants shall not be pruned prior to delivery, except as authorized by the City. In no case shall trees be topped before delivery. E. The size of the plants shall correspond with that normally expected for species and variety of commercially available nursery stock, or as specified on the Plans. The minimum acceptable size of all plants, measured before pruning with the branches in normal position, shall conform with the measurements, if any, specified on the Plans. Plants larger in size than specified may be used with the approval of the City, but the use oflarger plants will not serve as the basis for a change order. F. Bare root planting shall be done only with special approval of the City. G. All plant material shall be subject to the inspection and acceptance of the City before planting. A representative number of plants as determined by the City may be inspected for size and condition of root growth, insects, injuries and defects. Plants not accepted are to be removed from the site immediately and replaced with suitable plants. The City reserves the right to reject entire lots of plants represented by defective samples. FERTILIZERS, SOIL CONDITIONING MATERIALS AND WATER A. General. 1. Fertilizing and soil conditioning materials shall comply with the applicable requirements of the State Food and Agricultural Code. All materials shall be packaged first grade, commercial quality products identified as to source, type of material, weight, and manufacturer's guaranteed analysis. Fertilizing and soil conditioning material shall not contain toxic ingredients or fillers in quantities harmful to human life, animals, or plants. 2. Furnish a Certificate of Compliance stating that the material substantially meets the specifications. 3. Exact fertilizing and conditioning materials and the required composition and quantities shall be determined by agronomic soils test. B. Commercial Fertilizer. 1. Commercial fertilizer shall be a palletized or granu Jar product having a chemical analysis as specified on the Plans or in the Specifications. Commercial fertilizer shall be free-flowing material delivered in unopened sacks. Material which becomes caked or otherwise damaged shall not be used 2. Fertilizer composition to be 16-20-0. C. Nitrogen Stabilized Organic Soil Amendment. F-114 Organic soil amendment shall be redwood sawdust free of shavings or particles of other woods such as fir or pine, supplied in bulk and .5% nitrogen stabilized by standard techniques. An acceptable suhstitutc is nitrogen stabilized fir or cedar sawdust ground to 0-1 /4" particle size and 1.0% nitrogen stabilized. D. Water. I. Water shall be clean, fresh and free of substances or matter which could inhibit vigorous growth of plants 2. Water shall be supplied at Contractor's sole expense at no additional cost to City through the end of the maintenance period. HERBICIDE A. Non-selective herbicide for weed abatement shall be Round-Up, Rodeo or approved equal. B. Pre-emergent herbicide shall provide nine (9) month control. MULCH A. Mulch shall be "Forest Floor" (0-2") Available from or equal to: Aguinaga 7992 Irvine Boulevard Irvine, CA 926 I 8 (949) 786-9558 Alternate Mulch Rand S (949) 830-8884 B. The mulch shall consist of fibrous, woody bark mixture of varied particle size with the following characteristics: Percent Passing 90-100 80-100 20-60 Sieve Size 25 .4 mm (I") 12.7 mm (1/2") 6.35 mm (1/4") C. Mulch shall be packaged in bales or bags unless the City approves a bulk source in advance of delivery to the site of the work. The Contractor shall submit one sample of three (3) different mulch materials. F-115 D. The Engineer has the right to reject all samples and request additional samples until a suitable mulch material is approved. TREE ST AKES AND GUY WIRE A. The type of tree stakes shall be as designated on the Plans. The length of tree support stakes shall be 10 feet. B. Guy wire shall be No. 12 BWG zinc-coated iron. C. Plastic ribbon tie material shall be one inch ( l ") wide with a minimum tensile strength of 500 pounds. D. Deadman stakes shall be either 2 x 4 inch redwood, or 3/4 inch diameter steel pipe, 3 feet long unless otherwise designated on the Plans. PRE-EMERGENCE WEED CONTROL In areas of woody ornamental plants use Ronstar, Weedban, or approved equal. SAMPLES A. Samples of products and materials shall be required by the City. Submittals for inspection shall be stored on the site until furnishing of material is complete. B. Delivery of products and materials may begin upon acceptance of samples or as directed by the City. PLANT TABLETS A. Plant tablets shall be Scotts Agriform, Growpower or approved equal, 20-10-5 applied at the following rates: Tablet Size 21 Gram 5Gram Container 1 Gallon 5 Gallon 15 Gallon 24" Box 36" Box Ground Size and Larger Cover Plants Application 1 3 8 20 One Tablet I Rates (No. per each of Tablets) foot of height MOISTURE BARRIERS A. Moisture barriers shall be high density polyethelene 8. Moisture barriers shall be NOS, Deep-Root or approved equivalent. F-116 C. Moisture barriers shall be required continuously within the interior of the medians. HAND-SEEDED COBBLE AGGREGATE A. Hand-seeded cobble aggregate shall be 50% (3/8") and 50% (3/4) Arizona Cobble, available from Southwest Boulders, Phone (760) 751-3333. F-76.3 EXECUTION GENERAL Earthwork and topsoil placement shall include the preparation for and the spreading, densification, cultivation, and raking of topsoil, including fertilization and conditioning. I. Unless otherwise provided, walls, curbs, planter boxes, walks, irrigation systems, and similar improvements required by the Plans or Specifications shall be constructed following rough grading and before landscaping. 2. Planting holes and backfill shall be as herein specified. 3. Preliminary rough grading and related earthwork to prepare areas for landscaping work to within one-tenth foot (0.1 ') of finish grade, or to subgrade for Class "A" topsoil, shall be completed in accordance with the Site Preparation, Earthwork and Site Grading Section of the Specifications. TOPSOIL PREPARATION AND CONDITIONING A. General. I. The type and thiclmess of topsoil shall be as shown on the Plans, or if not shown, shall be Class "A", six inches (18") thick. 2. Planting areas shall be free of weeds and other extraneous materials to a depth of twelve inches (12"). 3. Soil shall not be worked when it is so wet or so dry as to cause excessive compaction or the fmming of hard clods or dust. 4. The existing soil below subgrade for Class "A" topsoil shall be scarified to a depth of six inches ( 6") prior to spreading topsoil. B. Fertilizing and Conditioning Procedures. I. The planting area shall be brought to finish grade before spreading the fertilizers or conditioning materials specified. F-117 2. Fertilizing and conditioning materials shall be mechanically spread at a uniform rate. The quantities of materials necessary for the planting area shall be at the site and shall be verified by delivery tickets furnished to the Engineer before spreading. 3. After spreading, the fertilizing and conditioning materials shall be uniformly cultivated into the upper six inches ( 6") of soil by suitable equipment, rototiller or equal, operated in at least two directions approximately at right angles. The resulting soil shall be a friable condition. 4. The following fertilizer and soil amendments shall be incorporated into all planting areas. Material 16-20-0 Ammonium Phosphate Nitrogen Stabilized Organic Amendment Soil Sulfur WEED ABATEMENT Rate per 1,000 Square Feet 15 pounds 4 cubic yards 15 pounds A. The weed abatement program shall proceed upon the completion of the irrigation system and after all existing weeds and growth has been removed from the planting areas. B. Water all areas four (4) times daily for twenty-one (21) consecutive days and until weed seeds have germinated. Cease watering for three (3) days. Spray a non-selective herbicide to eradicate the germinated weeds. Allow herbicide to kill all weeds. Rake or hoe off all dead weeds to a depth of l /4 inch below the surface of the soil. If perennial weeds or grasses still exist, re-water four (4) times daily for fonrteen (14) consecutive days until new growth appears. Reapply a non-selective herbicide with a dye indicator. Remove weeds after herbicide has had sufficient time to kill. FINISH GRADING A. After fertilizing and conditioning, the soil shall be watered and allowed to settle to provide a stable surface, not overly densified to the extent that it will prevent aeration and water infiltration. After the soil has dried out to a workable condition, the planting areas shall be regraded, raked, and smoothed to the required grades and contours. Finish surfaces shall be clean and suitable for planting. B. The finish grade shall be smooth, uniform, and free of abrupt grade changes and depressions to ensure surface drainage. C. The finish grade below adjacent paving, curbs, or headers shall be one inch (I") in lawn areas and two inches (2") in shrub or ground cover areas. PLANTING GENERAL F-118 A. All sprinkler/irrigation work shall be inspected and accepted by the City, prior to start of any work of this snbsection. B. Location of utility, structures and lines. 1. Prior to excavation for planting or placing of stakes, locate all utilities, electric cables, conduits, irrigation lines, heads, valves and valve control wires, and all utility lines so that proper precautions may be taken not to damage such improvements. 2. In the event of a conflict between utilities and plant locations, promptly notify the City, which shall arrange for one or the other to be relocated. If contractor fails to follow this procedure it shall repair all damages resulting from the work at contractor's sole expense. C. All plants will be inspected by the Engineer prior to planting, including plants previously approved at the nursery. The Contractor shall be responsible for the condition of all plants, planted or otherwise, until acceptance. D. Quantities. 1. Plant materials shall be furnished in the quantities and/or spacing as shown or noted for each location, and shall be of the species, kinds, sizes, etc., as symbolized, and/or described in the Plant Legend, as indicated on the Plans. 2. Ve1ify all sizes and quantities on the Plans. Promptly report any discrepancy to the Engineer. E. Substitution. I. Any plant material or any development mate1ials specified by trade name or equal, shall be according to these Plans and Specifications. 2. Installation and use of substitute items shall not be made until the Contractor is in receipt of written approval from the City. Substitution proposals for plant material must be accompanied by written proof of non-availability within a five hundred mile radius of the project site for material originally specified and proof that material was ordered in a timely matter upon award of contract. F. Protection and Storage. I. Regularly water all nursery stock in containers and place them in a cool area protected from sun and drying winds. 2. Do not allow plants to dry out before or while being planted. Keep exposed roots moist by means of wet sawdust, peat moss or burlap at all times during planting operations. Do not expose roots to the air except while being placed in the F-119 ground. Wilted or diseased plants, whether in place or not, will not be accepted and shall be replaced at the Contractor's sole expense. G. Moisten prepared surface immediately prior to installing plant material. H. Install plant material immediately after delivery to site, within 24 hours after harvesting to prevent deterioration. I. Water landscaped areas immediately after installation. J. Layout and Plant Location. I. Planting areas, borders and boundaries, will be surveyed and staked by the Contractor and approved by the Engineer. 2. Detailed layout within the planting areas shall be perfmmed by the Contractor and approved by the Engineer prior to planting. 3. Locate first row of plants in areas designated for center to center spacing of plants shall be located at one-half of designated spacing from the edge of the area. TREE AND SHRUB PLANTING A. Planting Holes. Planting holes shall be approximately square for container grown plants, and circular for balled and burlapped plants. The holes shall be twice the width of the plant container or ball, unless otherwise shown on the Plans. The holes shall be one-and- half times the depth of the root ball, or as shown on the Plans. The hole shall be larger, if necessary, to permit handling and planting without injury or brealcage of the root ball or root system. Any plant having a broken or cracked root ball before or during planting shall not be planted. B. Underground Obstructions. In the event that underground construction work or obstructions are encountered in the planting operation, alternate locations for plant material will be selected by the City. Operation shall be done at no extra cost to the City. C. Planting Procedures. I. The following material shall be thoroughly blended and used as a backfill mix. 6 parts by volume on-site soil 4 parts by volume Nitrogen Stabilized Organic Amendment 1 lbs. 16-20-0 per cubic yard of mix 2 lbs. Iron Sulfate per cubic yard of mix No mixing for individual planting holes is permitted. Mix planting soil prior to backfilling and stockpile at the site. Iron sulfate shall not contact cement surfaces because severe staining could occur; repair or replace stained cement at Contractor's sole cost. F-120 2. Remove all plants from their containers and set so that, when settled, they bear the same relation to the required grade as they bore to the natural grade before being transplanted. Plant each plant in the center of the pit and backfill with prepared soil. Compact the backfill mix around the ball or roots. Do not use soil in muddy condition for backfilling. Do not fill around trunks or stems. Cut off all broken or frayed roots. For balled and burlapped plants, all burlap, ropes or wire shall be removed from the top of the root balls. 3. Thoroughly water each plant when the hole is one-half filled. 4. After watering, backfill the remainder of the hole and tamp the soil in place until the surface of the backfill is level with the surrounding area and the crown of the plant is at the finished grade of the surrounding area. 5. After backfilling, a basin shall be constructed around each plant. Each basin shall be of a depth sufficient to hold at least six inches ( 6") of water. Basins shall be the same size as the container size of each individual plant. The the basins shall be constructed of amended backfill material. 6. Set the plant tablets to be used with each plant on the top of the root ball so the required number of tablets to be used in each hole can be easily verified. Bury tablets upon approval by the Engineer. 7. Immediately after planting, apply water to each tree and shrub by means of a hose. Apply water in a moderate stream in the planting hole until the material about the roots is completely saturated from the bottom of the hole to the top of the ground. 8. Apply water in sufficient quantities and as often as seasonal conditions require to keep the planted areas moist at all times, well below the root system of grass and plants. 9. Basins around shrubs and trees in slopes shall be permanently maintained. In turf areas, basins shall be maintained thirty (30) days following tree planting. They shall be removed at that time, unless otherwise directed by the Engineer. D. Pruning. Pruning shall be limited to the minimum necessary to remove injured twigs and branches, and to compensate for loss of roots during transplanting, but never to exceed one-third of the branching structure. Upon approval of the Engineer, pruning may be done before delivery of plants, but not before plants have been inspected and approved. E. Staking and Guying. All trees shall be staked and guyed per the planting details on the Plans. Guying shall be done immediately after planting. Three (3) guys per plant shall be installed in accordance with the following: F-121 I. Each guy shall be secured to the appropriate main branch by a twisted loop of No. 12 BWG galvanized iron wire housed in approved flexible plastic tubing. 2. Each guy shall be anchored to a driven stake located at a horizontal distance from the tree equal to the vertical distance from ground to the connection of guy wire on the tree branch. 3. Each guy shall be covered with highly visible white tubing to a height of 6 feet ( 6 ') above grade. 4. Slack in each guy shall be removed by hand so as not to bend or twist the plant. GROUND COVER PLANTING A. Soil preparation and fine grading shall be completed prior to ground cover planting. B. Ground cover shall be planted in moist soil and spaced as indicated on the Plans. C. Each plant shall be planted with its proportionate amount of flat soil to minimize root disturbance. Soil moisture shall be such that the soil does not crumble when removing plants. D. Following planting, ground cover areas shall be regraded to restore smooth finish grade and to ensure proper surface drainage. Mulch shall be spread over the planted areas. Watering shall begin immediately following mulching. E. When necessary to prevent plant damage from pedesl!ian traffic during the initial growing stage, erect temporary protective fencing to be removed at the end of the maintenance period. MULCHING All trees, shrubs and ground cover areas shall be mulched after planting with 2 inches of mulch. Maintain a 4 inch clear "no-mulch" zone around the base of each tree and shrub. MAINTENANCE AND PLANT ESTABLISHMENT A. Maintenance period will be a minimum of ninety (90) days after "Date of Acceptance of Installation" of all planting areas. Request in writing from the Engineer notification of the date of the start of the maintenance period. At the acceptance of all planting areas, request in writing from the Engineer notification of the date of the completion of the maintenance period. The maintenance period shall not officially begin or end without written notification from the Engineer. B. Construction fencing shall remain until after the maintenance period is complete. F-122 C. Maintain all planted areas on a continuous basis as they are completed during the progress of the work and during the establishment and maintenance period, and shall continue to maintain them until final acceptance in accordance with the following. 1. Water, weed, fertilize, mow, edge, prune, spray and apply topdressing as necessary to promote a healthy growing condition. All planted areas shall be kept free of debris and shall be weeded and cultivated at intervals not to exceed ten (10) days. Keep project neat and attractive throughout the maintenance period. 2. Apply herbicides for weed control, as needed or directed by City, in accordance with manufacturer's instructions and applicable laws and regulations. Pre- emergent herbicide shall be required in all planter, shrub and ground cover areas. Remedy damage resulting from the use of herbicides. 3. Exterminate rodents and insects as require and in accordance with applicable laws and regulations. Remedy damage from use of insecticides. 4. Adjust the irrigation system to sufficiently saturate root zone without rotting trees, shrubs, and ground cover. 5. Repair or replace any damaged item caused by vehicles, vandals, bicycles, or foot traffic during the maintenance period. 6. Fertilize with "Gm-Power Plus", or "Sustanie Natural Fertilizer, Inc." at 30 lbs./1,000 s.f. every thirty (30) calendar days (twice during the maintenance period), or as indicated by the agronomic soils test. Apply "Gm-Power Controlled Release Nitrogen" or "Sustanie Natural Controlled Release Nitrogen" five (5) calendar days before the end of the maintenance period, or as indicated by the agronomic soils test. The Contractor shall adhere to fertilization requirements of the soils tests at no additional cost. D. Maintenance period shall be extended if plant material is not in a healthy growing condition. When all maintenance work has been completed to the satisfaction of Engineer, the Engineer will issue to the Contractor a written notice of completion of maintenance. INSPECTION A. All inspections herein specified shall be made by the City. Request inspection at least forty-eight ( 48) hours in advance of the time the inspection is required. Requested inspections, snbsequently canceled without twenty-four (24) hours notice, will be billed to the Contractor. B. Inspection is required for, and not necessarily limited to, the following parts of the work. I. At completion of the incorporation of soil amendments and fine grading. 2. Prior to digging plant pits for trees and shrubs. F-123 3. During backfilling of plant pits with amended backfill. 4. Final inspection at the end of the maintenance period. HAND-SEEDED COBBLE AGGREGATE A. All concrete flatwork within the median shall_ be hand-seeded with the specified aggregate to achieve a (100%) exposed aggregate finish. The hand-seeded aggregate shall be lightly tamped in-place. B. The Concrete Contractor must provide three references including contact names and telephone numbers to provide proof of experience of installing three successful projects including the placement of rock similar to this project within the past 3 years. C. The Contractor shall provide a 3'x3' sample of the concrete flatwork with and exposed aggregate finish for the review and approval of the Landscape Architect prior to installation. CONCRETE MAINTENANCE STRIP A. Concrete Maintenance Strip ( 14 inches wide) shall be constructed where shown on plans. Finish to match the concrete flatwork with the median. B. The Contractor shall provide a 14" wide by 8' long sample of the concrete maintenance strip for the purpose of approval. F-76.4 PAYMENT FOR "LANDSCAPING" Full compensation for conforming to the requirements of LANDSCAPING including: I. All work Section F-76 through F-76.4, inclusive 2. Furnishing all labor, tools, materials, equipment and incidentals necessary to perform the work, complete in place, as shown on the plans and/or as directed by ENGINEER in the field, 3. Soil preparation and fine grading, 4. Trees, shmbs, ground cover and vines, 5. Mulching, 6. Moisture barrier, 7. Pre-emergence weed control, 8. Concrete flatwork, 9. 14" wide concrete maintenance strip, I 0. Post & rail fence, and 11. Maintenance and plant establishment shall be considered as included in the CONTRACT LUMP SUM bid price paid LANDSCAPING and no additional compensation will be allowed therefor. F-124 PCC sidewalk constructed as part of the LANDSCAPING plans shall be considered as included in the bid price paid for MISCELLANEOUS CONCRETE and no additional compensation will be allowed therefor. F-77 F-77.1 SUMMARY IRRIGATION SYSTEM GENERAL It is the intent of the Specifications and Drawings that the finished system is complete in every respect and shall be ready for operation satisfactory to the City. The work shall include all materials, labor, services, transportation, and equipment necessary to perform the work as indicated on the Drawings, in these Specifications, and as necessary to complete the contract. Related Sections Section 300: Site Preparation, Earthwork and Site Grading Section 900: Landscaping CONSTRUCTION DRAWINGS Due to the scale of the Drawings, it is not possible to indicate all offsets, fittings, sleeves, etc. which may be required. Carefully investigate the structural and finished conditions affecting all of his work and plan his work accordingly, furnishing such fittings, etc. as may be required to meet such conditions. Drawings are generally diagrammatic and indicative of the work to be installed. The work shall be installed in such a manner as to avoid conflicts between irrigation systems, planting, and architectural features. All work called for on the Drawings by notes or details shall be furnished and installed whether or not specifically mentioned in the Specifications. When an item is shown on the Plans but not shown on the Specifications or vice versa, it shall be deemed to be as shown on both. The Engineer shall have final authority for clarification. Do not willfully install the irrigation system as shown on the Drawings when it is obvious in the field that obstructions, grade differences or discrepancies in area dimensions exist that might not have been considered in engineering. Such obstructions or differences shall be brought to the attention of the Engineer as soon as detected. In the event this notification is not performed, pay, at Contractor's sole cost, for any revision necessary. QUALITY ASSURANCE Provide at least one English speaking person who shall be present at all times during execution of this portion of the work and who shall be thoroughly familiar with the type of materials being F-125 installed and the manufacturer's recommended methods of installation and who shall direct all work performed under this Section. Manufacturer's directions and detailed Drawings shall be followed in all cases where the manufacturer of articles used furnishes directions covering points not shown in the Drawings and Specifications. All local, municipal, and state laws, rules and regulations governing or relating to any portion of this work are hereby incorporated into and made a part of these Specifications, and their provisions shall be carried out by the Contractor. Anything contained in these Specifications shall not be construed to conflict with any of the above rules and regulations of the same. However, when these Specifications and Drawings call for or describe materials, workmanship, or construction of a better quality, higher standard, or larger size than is required by the above rules and regulations, the provisions of these Specifications and Drawings shall take precedence. All materials supplied for this project shall be new and free from any defects. All defective materials shall be replaced immediately at no additional cost to City. Obtain the required licenses and permits including payments of charges and fees, give required notices to public authorities, verify permits secured or arrangements made by others affecting the work of this Section. SUBMITTALS A. Materials List: After award of contract and before any irrigation system materials are delivered to the job site, submit to the Engineer a complete list of all irrigation systems, materials, or processes proposed to be furnished and installed as part of this contract. Show manufacturer's name and catalog number for each item, furnish complete catalog cuts and technical data, furnish the manufacturer's recommendations as to the method of installation. No substitutions will be allowed without prior written acceptance by the Engineer. Manufacturer's warranties shall not relieve the Contractor of it's liability under the guarantee. Such warranties shall only supplement the guarantee. B. Substitutions: If the Contractor wishes to substitute any equipment or materials for equipment or materials listed on the irrigation Drawings and Specifications, it may do so by providing the following information to the Engineer for approval. Provide a written statement indicating the reason for making the substitution. Provide catalog cut sheets, technical data, and performance information for each substitute item. Provide in writing the difference in installed price if the item is accepted. EXISTING CONDITIONS F-126 Verify and be familiar with the locations, size and detail of points of connection provided as the source of water and electrical supply, connection to the irrigation system. Irrigation design is based on the available static water pressure shown on the Drawings. Verify static water on the project prior to the start of construction. Should a discrepancy exist, notify the Engineer authorized representative prior to beginning construction. Prior to cutting into the soil, locate all cables, conduits, sewer septic tanks, and other utilities as are commonly encountered underground and it shall take proper precautions not to damage or disturb such improvements. If a conflict exists between the obstacles and the proposed work, promptly notify the Engineer who will arrange for relocations. Proceed in the same manner if a rock layer or any other such conditions are encountered. Protect all existing utilities and features to remain on and adjacent to the project site during construction. Repair, at its sole cost, all damage resulting from its operations or negligence. INSPECTIONS Permit the Engineer to visit and inspect at all times any part of the work and shall provide safe access for such visits. Where the Specifications reqnire work to be tested by the Contractor, it shall not be covered over until accepted by the Engineer. Notify the Engineer, a minimum of 48 hours in advance of where and when the work is ready for testing. Should any work be covered without testing or acceptance, it shall be, if so ordered, uncovered at the Contractor's sole expense. Inspections will be required for the following at a minimum: A. System layout B. Pressure test irrigation main line (Six hours at 125 PSI) lateral lines (2 hours at 100 psi). C. Coverage test of irrigation system D. Final inspection prior to start of maintenance period E. Final acceptance Site observations and testing will not commence without the record Drawings as prepared by the irrigation contractor. Record Drawings must complete and up to date for each site visit. Work that fails testing and is not accepted will be re-tested. Hourly rates and expenses of the Engineer for re-inspection or re-testing will be paid by the Contractor at no additional expense to City. STORAGE AND HANDLING Use all means necessary to protect irrigation system materials before, during, and after installation and to protect the installation work and materials of all other trades. In the event of damage, immediately make all repairs and replacements necessary to the acceptance of the Engineer and at no additional cost to the City. F-127 Exercise care in handling, loading, unloading, and storing plastic pipe and fittings under cover until ready to install. Transport plastic pipe only on a vehicle with a bed long enough to allow the pipe to lay flat to avoid undue bending and concentrated external load. CLEANUP AND DISPOSAL Dispose of waste, trash, and debris in accordance with applicable laws and ordinances and as prescribed by authorities having jurisdiction. Bury no such waste material and debris on the site. Burning of trash and debris will not be permitted. Remove and dispose of rubbish and debris generated by his work and workmen at frequent intervals or when ordered to do so by the Engineer. At the time of completion the entire site will be cleared of tools, equipment, rubbish and debris which shall be disposed of off-site in a disposal area that is fully and legally licensed. TURNOVER ITEMS A. Drawings of Record: I. Record accurately on one set of Drawings all changes in the work constituting departures from the original Drawings. 2. The changes and dimensions shall be recorded in a legible and workmanlike manner to the satisfaction of the City. Prior to final inspection of work, submit record Drawings to the Engineer. 3. Dimensions from/to permanent points of reference such as buildings, sidewalks, curbs, etc. shall be shown. Data on record Drawings shall be recorded on a day to day basis as the project is being installed. All lettering on Drawings shall be minimum 1 /8 inch in size. 4. Show locations and depths of the following items: a. Point of connection (including water P.O.C., master control valves, quick couplers, etc.) b. Routing of sprinkler pressure lines ( dimensions shown at a maximum of I 00 feet along routing) c. Isolation valves d. Automatic remote control valves e. Quick coupling valves f. Routing of control wires g. Irrigation controllers h. Related equipment ( as may be directed) 5. Maintain record Drawings on site at all times. Upon completion of work, transfer all as-built information and dimensions to reproducible sepia prints. B. Controller Charts: F-128 l. Record Drawings as "Drawings of Record" must be approved by the Engineer before charts are prepared. 2. Provide one controller chart for each automatic controller. Chart shall show the area covered by the particnlar controller. 3. The chart shall be a reduced copy of the actual "Drawings of Record". In the event the controller sequence is not legible when the drawing is reduced, it shall be enlarged to a readable size. When completed and approved, the chart shall be hermetically sealed between two pieces of plastic, each piece being minimum 20 mils in thickness. C. Operation and Maintenance Manuals: Two individually bound copies of operation and maintenance manuals shall be delivered to the Engineer authorized representative at least 10 calendar days prior to final inspection. The manuals shall describe the material installed and the proper operation of the system. Each complete, bound manual shall include the following information: a. Index sheet stating Contractor's address and telephone number, duration of guarantee period, list of equipment including names and addresses of local manufacturer representatives. b. Operating and maintenance instrnctions for all equipment. c. Spare pmis lists and related manufacturer infonnation for all equipment D. Equipment: 1. Supply the following items: a. Two (2) wrenches for disassembly and adjustment of each type of sprinkler head used in the irrigation system. b. Two (2) 30-inch sprinkler keys for manual operation of control valves. c. Two (2) keys for each automatic controller. d. Two (2) quick coupler keys with a l" bronze hose bib, bent nose type with hand wheel and two coupler lid keys. e. One (I) valve box cover key or wrench. f. Four (4) extra sprinkler heads of each size and type. F-129 The above equipment shall be turned over to the ENGINEER at the final inspection. COMPLETION At the time of the pre-maintenance period inspection, the ENGINEER and governing agencies will inspect the work and, if not accepted, prepare a list of items to be completed by the Contractor. At the time of the post-maintenance period or final inspection the work will be re- inspected and final acceptance will be in writing by the ENGINEER. The CITY ENGINEER shall have final authority on all portions of the work. After the system has been completed, the Contractor shall instruct CITY'S authorized representative in the operation and maintenance of the irrigation system and shall furnish a complete set of operating and maintenance instructions. Without any additional expense to the CITY, repair any settling of trenches, which may occur during the one-year period following acceptance, to the CITY'S satisfaction. Repairs shall include the complete restoration of all damage to planting, paving or other improvements of any kind as a result of the work. GUARANTEE The entire sprinkler system shall be unconditionally guaranteed against all defects and fault of material and workmanship, including settling of backfilled areas below grade, for a period of one (I) year following the filing of the Notice of Completion. Should any problem with the irrigation system be discovered within the guarantee period, and at no additional expense to City, correct it within ten (10) calendar days after receipt of written notice from City. When the nature of the repairs as determined by the City constitute an emergency (i.e. broken pressure line) the City may proceed to make repairs at the Contractor's expense. Any and all damages to existing improvement resulting either from faulty materials or workmanship, or from the necessary repairs to correct same, shall be repaired to the satisfaction of the owner by the Contractor, all at no additional cost to the City. Guarantee shall be submitted on Contractors own letterhead as follows: GUARANTEE FOR SPRINKLER IRRIGATION SYSTEM We hereby guarantee that the sprinkler irrigation system we have furnished and installed is free from defects in materials and workmanship, and the work has been completed in accordance with the Drawings and Specifications, ordinary wear and tear and unusual abuse, or neglect excepted. We shall repair or replace any defective material during the period of one year after date of filing of the Notice of Completion and also repair or replace any damage resulting from the repairing or replacing of such defects at no additional cost to the owner. We shall make such repairs or replacements within IO calendar days following written notification by the owner. In the event of our failure to make such repairs or replacements within the time specified after receipt of written notice from owner, we authorize the owner to proceed to have said repairs or replacements made at our expense and we will pay the costs and charges therefor upon demand. F-130 F-77.2 SUMMARY MATERIALS Use only new materials of the manufacturer, size and type shown on the Drawings and Specifications. Materials or equipment installed or furnished that do not meet City standards will be rejected and shall be removed from the site at no expense to the City. Pressure supply lines 2 inches in diameter and up to 3 inches in diameter downstream of backflow prevention unit shall be Class 315 solvent weld PVC. Piping shall conform to ASTM D2241. Pressure supply lines I 1/2 inches in diameter and smaller downstream of the bacldlow prevention unit shall be Schedule 40 solvent weld PVC conforming to ASTM D 1785. Non-pressure lines 3/4 inch in diameter and larger downstream of the remote control valve shall be Schedule 40 solvent weld PVC conforming to ASTM DI 785. PLASTIC PIPE AND FITTINGS Pipe shall be marked continuously with manufacturer's name, nominal pipe size, schedule or class, PVC type and grade, National Sanitation Foundation approval, Commercial Standards designation, and date of extrusion. All plastic pipe shall be extruded of an improved PVC virgin pipe compound in accordance with ASTM D2241 or ASTM DI 785. All solvent weld PVC fittings shall be standard weight Schedule 40 and shall be injection molded of an improved virgin PVC fitting compound. Slip PVC fittings shall be the "deep socket" bracketed type. Threaded plastic fittings shall be injection molded. All tees and ells shall be side gated. All fittings shall conform to ASTM D2466. All threaded nipples shall be standard weight Schedule 80 with molded threads and shall conform to ASTM D 1785. All solvent cementing of plastic pipe and fittings shall be a two-step process, using primer and solvent cement applied per the manufacturer's recommendations. Cement shall be of a fluid consistency, not gel-like or ropy. Solvent cementing shall be in conformance with ASTM D2564 and ASTM D2855. When connection is plastic to metal, female adapters shall be hand tightened, plus one turn with a strap wrench. Joint compound shall be non-lead base teflon paste, tape, or approved equal. BACKFLOW PREVENTION UNITS F-13 l The backflow prevention unit shall be a reduced pressure type vacuum breaker of the size, manufacturer and model number as indicated on the Plans. Install a new stainless steel backflow prevention enclosure. The backflow enclosure shall be of the manufacturer, size, and type indicated on the Drawings. VALVES A. Gate Valves Gate valves shall be of the manufacturer, size, and type indicated on the Drawings. Gate valves shall be constructed of a bronze body, gate and stem with a malleable iron hand wheel. Gate valves shall have threaded connections. All gate valves shall have a minimum working pressure of not less than 150 psi and shall conform to A WW A standards. B. Quick Coupler Valves: Quick coupler valves shall be of the manufacturer, size, and type indicated on the Drawings. Quick coupler valves shall be brass with a wall thickness guaranteed to withstand normal working pressure of 150 psi without leakage. Valves shall have l" female threads opening at base, with two-piece body. Valves shall be operated only with a coupler key designed for that purpose. Coupler key shall be inserted into valve and a positive, watertight connection shall be made between the coupler key and valve. C. Automatic Control Valves: Automatic control valves shall be of the manufacturer, size, and type indicated on the Drawings. Automatic control valves shall be electrically operated. VALVE BOXES Valve boxes shall be fabricated from a durable, weather-resistant plastic material resistant to sunlight and chemical action of soils. The valve box cover shall be green in color and secured with a hidden latch mechanism or bolts. The cover and box shall be capable of sustaining a load of 1,500 pounds. Valve box extensions shall be by the same manufacturer as the valve box. Automatic control valve boxes shall be 16"xll"xl2" rectangular size. Valve box covers shall be marked "RCV" with the valve identification number "heat branded" onto the cover in 2 inch high letters / numbers. Gate and quick coupler valve boxes shall be IO" circular size. Valve box covers shall be marked with either "GV" or "QCV" "heat branded" onto the cover in 2 inch high letters. F-132 AUTOMATIC CONTROLLER Automatic controller shall be of the manufacturer, size, and type indicated on the Drawings. Stainless steel controller enclosure shall be of the manufacturer, size, and type indicated on the Drawings. ELECTRICAL All electrical equipment shall be NEMA Type 3, waterproofed for exterior installations. All electrical work shall confo1m to local codes and ordinances. LOW VOLTAGE CONTROL WIRING Remote control wire shall be direct-burial A WG-UF type, size as indicated on the Drawings, and in no case smaller than 14 gauge. Connections shall be either epoxy-sealed packet type or Penn-Tite connectors. Ground wires shall be white in color. Control wires shall be red (where two or more controllers are used, the control wires shall be a different color for each controller. These colors shall be noted on the "Record Drawings" Plans located on controller door). IRRIGATION HEADS Irrigation heads shall be of the manufacturer, size, type, with radius of throw, operating pressure, and discharge rate indicated on the Drawings. Irrigation heads shall be used as indicated on the Drawings. F-77.3 EXECUTION SITE CONDITIONS A. Inspections: P1ior to all work of this Section, carefully inspect the installed work of all other trades and verify that all such work is complete to the point where this installation may properly commence. Verify that irrigation system may be installed in strict accordance with all pertinent codes and regulations, the original design, the referenced standards, and the manufacturer's recommendations. B. Discrepancies: In the event of discrepancy, immediately notify the ENGINEER. F-133 Do not proceed with installation in areas of discrepancy until all discrepancies have been resolved. C. Grades: Before starting work, carefully check all grades to determine that work may safely proceed, keeping within the specified material depths with respect to finish grade. The Engineer shall accept final grades before work on this Section will be allowed to begin. D. Field Measurements: Make all necessary measurements in the field to ensure precise fit of items in accordance with the original design. Coordinate the installation of all irrigation materials with all other work. All scaled dimensions are approximate. Check and verify all size dimensions prior to proceeding with work under this Section. Exercise extreme care in excavating and working near existing utilities. Repair damages to utilities, which are caused by Contractor's operations or neglect, at no additional cost to CITY. E. Layout: Prior to installation, stake out all pressure supply lines, routing and location of sprinkler heads, valves, backflow preventer, and automatic controller. Layout irrigation system and make minor adjustments required due to differences between site and Drawings. Where piping is shown on Drawings under paved areas, but running parallel and adjacent to planted areas, install the piping in the planted areas. F. Water Supply: Connections to, or the installation of, the water supply shall be at the locations shown on the Drawings. Minor changes caused by actual site conditions shall be made at no additional expense to the CITY. G. Electrical Service: I. Connections to the electrical supply shall be at the locations shown on the Drawings. Minor changes caused by actual site conditions shall be made at no additional expense to CITY. 2. Make electrical connections to the irrigation controller and to the water feature. Electrical power source is showu on the plan. TRENCHING A. Excavations shall be straight with vertical sides, even grade, and support pipe continuously on bottom of trench. Trenching excavation shall follow layout indicated on Drawings to the depths below finished grade and as noted. Where lines occur under paved area, these dimensions shall be considered below subgrade. F-134 B. Removal and dispose of AC paving plus PCC base materials to accommodate in-igation sleeves, water lines and control wires. C. Repair, backfill and cover trenching to the satisfaction of the City Engineer. D. Provide minimum cover of24 inches on pressure supply lines. E. Provide minimum cover of 24 inches for control wires. F. Provide minimum cover of 12 inches for 11011-pressnre lines. G. Pipes installed in a common trench shall have a 6-inch minimum space between pipes. BACKFILLING Backfill material on all lines shall be the same as adjacent soil free of debris, litter, and rocks over 1/2 inch in diameter. Backfill shall be tamped in 4-inch layers under the pipe and uniformly on both sides for the full width of the trench and the full length of the pipe. Backfill materials shall be sufficiently damp to permit thorough compaction, free of voids. Backfill shall be compacted to 90% relative compaction and shall conform to adjacent grades. Flooding in lieu of tamping is not allowed. Under no circumstances shall truck wheels be used to compact backfill. Provide sand backfill a minimum of 6 inches over and under all piping under paved areas. PIPING Piping under existing pavement may be installed by jacking, boring, or hydraulic driving. No hydraulic driving is permitted under asphalt pavement. Cutting or breaking of existing pavement is not permitted. Carefully inspect all pipe and fittings before installation, removing dirt, scale, bun-s, and reaming. Install pipe with all markings up for visual inspection and verification. Remove all dented and damaged pipe Sections. All lines shall have a minimum clearance of 6 inches from each other and 12 inches from lines of other trades. Parallel lines shall not be installed directly over each other. In solvent welding, use only the specified primer and solvent cement and make all joints in strict accordance with the manufacturer's recommended methods including wiping all excess solvent F-135 from each weld. Allow solvent welds at least 15 minutes setup time before moving or handling and 24 hours curing time before filling. PVC pipe shall be installed in a manner, which will provide for expansion and contraction as recommended by the pipe manufacturer. Centerload all plastic pipe prior to pressure testing. All threaded plastic-to-plastic connections shall be assembled using Teflon tape or Teflon paste. For plastic-to-metal com1ections, work the metal connections first. Use a non-hardening pipe dope an all threaded plastic-to-metal connections, except where noted otherwise. All plastic-to- metal connections shall be made with plastic female adapters. CONTROLLER The Engineer shall approve the exact location of the controller before installation. Install the final electrical hook up to the irrigation controller. The irrigation system shall be programmed to operate during the periods of minimal use of the design area. CONTROL WIRING Low voltage control wiring shall occupy the same trench and shall be installed along the same route as the pressure supply lines whenever possible. Where more than one wire is placed in a trench, the wiring shall be taped together in a bundle at intervals of IO feet. Bundle shall be secured to the mainline with tape at intervals of 20 feet. All connections shall be of an approved type and shall occur in a valve box. Provide an 18 inch service loop at each connection. An expansion loop of 12 inches shall be provided at each wire connection and/or directional change, and one of 24 inches shall be provided at each remote control valve. A continuous run of wire shall be used between a controller and each remote control valve. Under no circumstances shall splices be used without prior approval. VALVES Automatic control valves, quick coupler, and gate valves shall be installed in the approximate locations indicated on the Drawings. Valve shall be installed in shrub areas whenever possible. Install all valves as indicated in the detail Drawings. F-136 Valves to be installed in valve boxes shall be installed one valve per box. VALVE BOXES Valve boxes shall be installed in shrub areas whenever possible. Each valve box shall be installed on a foundation of 3/4 inch gravel backfill, 3 cubic feet minimum. Valve boxes shall be installed with their tops 1/2 inch above the surface of smTounding finish grade in lawn areas and 2 inches above finish grade in ground cover areas. IRRIGATION HEADS In-igation heads shall be installed as indicated on the Drawings. Spacing of heads shall not exceed maximum indicated on the Drawings. Riser nipples shall be of the same size as the riser opening in the sprinkler body. MISCELLANEOUS EQUIPMENT Install all assemblies specified herein according to the respective detail Drawings or Specifications, using best standard practices. Quick coupler valves shall be set approximately 12 inches from walks, curbs, header boards, or paved areas where applicable. FLUSHING THE SYSTEM Prior to installation of iITigation heads, the valves shall be opened and a full head of water used to flush out the lines and risers. IITigation heads shall be installed after flushing the system has been completed. ADJUSTING THE SYSTEM Adjust valves, align heads, and check the coverage of each system prior to coverage test. If it is determined by the Engineer that additional adjustments or nozzle changes will be required to provide proper coverage, make all necessary changes or adjustments prior to any planting. The entire system shall be operating properly before any planting operations commence. Automatic control valves shall be adjusted so that the irrigation heads and drip tubing operate at the pressure recommended by the manufacturer. TESTING AND OBSERVATION F-137 Do not allow or cause any of the work of this Section to be covered up or enclosed until it has been observed, tested and accepted by the Engineer. Notify the Engineer a minimum of 48 hours in advance where and when the work is ready for testing. When the sprinkler system is completed, perform a coverage test of each system in its entirety to determine if the water coverage for the planted areas is complete and adequate in the presence of the Engineer. Furnish all materials and perform all work required to correct any inadequacies of coverage due to deviations from the Plans, or where the system has been willfully installed as indicated on the Drawings when it is obviously inadequate, without bringing this to the attention of the Engineer. This test shall be accepted by the Engineer and accomplished before starting any planting. Final inspection will not commence without record Drawings as prepared by the Contractor. MAINTENANCE During the maintenance period adjust and maintain the irrigation system in a fully operational condition providing complete irrigation coverage to all intended plantings. COMPLETION CLEANING Clean-up shall be made as each portion of the work progresses. Refuse and excess dirt shall be removed from the site, all walks and paving shall be broomed, and any damage sustained on the work of others shall be repaired to original conditions. F-77.4 PAYMENT FOR "IRRIGATION SYSTEM" Full compensation for conforming to the requirements of !RRIGA TION SYSTEM including: I. All work Section F-77 through F-77.4, inclusive, and 2. Furnishing all labor, tools, materials, equipment and incidentals necessary to perform the work, complete in place, as shown on the plans and/or as directed by ENGINEER in the field shall be considered as included in the CONTRACT LUMP SUM bid price paid IRRIGATION SYSTEM and no additional compensation will be allowed therefor. F-138 SECTION J GUARANTY In accordance with the terms of the Contract for the Widening of Irvine Avenue from S 'ly of Mesa Drive to SE Bristol Street in Orange County and the city of Newport Beach at the intersection of: Irvine Avenue and Mesa Drive, Orchard Drive and SE Bristol Street intersections approved ____ between the County of Orange by RDMD Public Works thereof (hereinafter referred to as the County) and the undersigned, which contract provides for the installation of electrical systems (traffic signal and highway lighting system, etc.), or parts thereof, and under which contract the undersigned has installed such systems, the following guarantee of said system is hereby made. Should any of the equipment installed pursuant to said contract, except lighting elements and existing equipment, prove defective or should the system as a whole prove defective, due to faulty workmanship, material furnished or methods of installation, or should the said systems or any part thereof fail to operate properly, as plam1ed, due to any of the causes, all within one (1) year after date on which systems stated in said contract are accepted by the County, the undersigned agrees that the repairs shall be made and such mate1ials as are necessary shall be furnished and installed within thirty (30) days after the receipt of demand from the County. lfthe repairs are not made within thirty (30) days, the County shall have the unqualified option to make any needed repairs or replacements itself or by any other contractor. The undersigned agrees to reimburse the County, upon demand, of its expenses incurred in restoring said systems to the condition contemplated in said contract, including the cost of any equipment or materials replaced, or upon demand by the County, to replace any such equipment and repair said systems completely without cost to the County so that they will operate successfully as originally contemplated. Emergency repairs must necessarily be made by the County; therefore, when defective material or workmanship results in emergency repairs, the undersigned agrees to reimburse the County, upon demand, expenses incurred. Emergency repairs will be deemed as those repairs necessary due to malfunctions of equipment that interrupt the normal flow of traffic through the intersection as determined by the Director Public Works/Chief Engineer, RDMD Said systems will be deemed within the meaning of this guaranty in the event that they fail to operate as originally intended by the manufacturers thereof and in accordance with the plans and specifications included in said contract. Date Contractor Name of Company: Address: Telephone: J-1 GENERAL APPENDIX I COMPENSATION ADJUSTMENTS FOR PRICE FLUCTUATIONS The provisions of this Appendix I shall apply only to schedule of work items identified below. The requirements of this provision shall only apply to the material cost changes. Compensation payable will be adjusted as provided herein for price fluctuations in excess of 10 percent up to a maximum of 40 percent based on the following fonnulac during performance of the work: P As/P10 is greater than 1.10 or less than 0.90 Where: P As= Price at shipment. This price is based on the most recent published Quarterly Average Highway Contract Prices noted in the attached California Department of Transportation Summary Price Index for Selected Highway Construction Items in effect within the pay period in which the quantity was included in the monthly progress payment for ASPHALT CONCRETE and STRUCTURE CONCRETE. For STEEL items, the date the material is shipped to the fabricator shall be used. Pio= Average Highway Contract Prices noted in the attached California Department of Transp011ation Summa1y Price lndcx for Selected Highway Construction Items, 1st Quarter Ending March 31, 2007. The Average Highway Contract Prices noted therein are as follows: • ASPHALT CONCRETE, using Asphalt Concrete Pavement = $86.94 per ton; • STRUCTURE CONCRETE, using Class "A" PCC Structure= $542.12 per cubic yard, and • STEEL, using Bar Reinforcing Steel = $1.14 per pound. The Quarterly California Department of Transportation Sununary Price Index for Selected Highway Construction Items may be found on the State's website: http://www.dot.ca.gov/hg/ esc/ oc/ contract progress/index.html In the event that the California Depm1ment of Transportation will discontinue posting their quarterly sununary for Selected California Construction Items, the County reserves the right to use average prices from Engineering News -Record published by McGraw-Hill Companies, Inc .. To be eligible for compensation adjustments, the CONTRACTOR is required to submit price quotes within 15 calendar days after notification of award for the qualifying schedule of work items and place purchase orders for such items within a timely manner so as not to adversely affect the section entitled "Progress Schedule" of Section F of these Special Provisions. The CONTRACTOR shall certify that these quotes are actual originally quoted prices used in the computation of the amount in the Proposal submitted to the COUNTY. These ce11ified quotes shall constitute the base line material price ("Base Price or Bp"). In no case shall the Base Price exceed the "Item Price" submitted in the Proposal to the COUNTY. Failure to submit specifically required infmmation such as purchase order, price data, bill of lading, material infonnation or other requested information by the ENGINEER will result in the CONTRACTOR not being eligible for compensation adjustments. Appendix I I Note: All prices on materials quoted are to include any surcharges as if they arc shipped in the month the bid is submitted. CONTRACTOR must include this surcharge along with their base price on their quotes. ASPHALT CONCRETE The provisions of this section shall apply only to the following schedule of work items: SCEDULE OF WORK ITEMS Item No. Item Description 33. Asphalt Rubber Hot-Mix (ARHM) 34. Asphalt Concrete Pavement The adjustment in compensation will be determined in conformance with the following formulae when the above items are included in a monthly progress payment. Monthly Adjustment~ AQ Note: 1) For an increase in Average Highway Contract Prices for "Asphalt Concrete Pavement .. exceeding IO percent: A~ [(PAs -P10)/P10 -(0.1 0)](Ps) 2) For a decrease in Average Highway Contract Prices for "Asphalt Concrete Pavement" exceeding 10 percent: A~ [(PAs -P,0)/Pio + (0.l0)](PB) Where: Unit Price adjustment in dollars per ton Base Price per ton Quantity in tons that was used in producing the quantity for the monthly progress payment STRUCTURE CONCRETE The provisions of this section shall apply only to the following schedule of work items: Item No. 37. 38. 39. 40. SCEDULE OF WORK ITEMS Item Description Longitudinal Gutter Inlet Structures Junction Structures Hydrodynamic Separator Unit Appendix 1 2 SCEDULE OF WORK ITEMS 41. Structure Concrete (Retaining Walls) 45, Concrete Barrier Type 26 (Mod.) 49. 18" Rep (D-Load Per Plan) 50. 24" RCP (D-Load Per Plan) 51. 27" RCP (D-Load Per Plan) 52. 36" RCP (D-Load Per Plan) 53. Reinforced Concrete Collar 54. Outlet To Channel 55. Miscellaneous Concrete The adjustment in compensation will be determined in conformance with the following formnlae when the above items arc included in a monthly progress payment. Monthly Adjustment= AQ Note: 1) For an increase in Average Highway Contract Prices for "Class 'A' PCC Stmcture" exceeding 10 percent: STEEL A= [(PAs -P10)/P,0 -(0.lO)](PB) 2) For a decrease in Average Highway Contract Prices for "Class 'A' PCC Structure" exceeding JO percent: A= [(PAs -P,0)/P,0 + (0.lO)](PB) Where: A PB Q Unit Price adjustment in dollars per cubic yard Base Price per cubic yard Quantity in cubic yards ( CY) that was used in producing the quantity for the monthly progress payment The provisions of this section shall apply only to the following schedule of work items: SCEDULE OF WORK ITEMS Item No. Item Description 44. Bar Reinforcing Steel The adjustment in compensation will be determined in conformance with the following formulae when the above items are included in a monthly progress payment. Appendix 1 3 Monthly Adjustment~ AQ Note: 1) For an increase in Average Highway Contract Prices for "Bar Reinforcing Steel" exceeding 10 percent: A~ [(PAs -P,0 )/P,0 -(0. !O)](PB) 2) For a decrease in Average Highway Contract Prices for "Bar Reinforcing Steel" exceeding 10 percent: A~ [(PAs-P,o)/P,o + (0.l0)J(PB) Where: A Pn Q Unit Price adjustment in dollars per pound Base Price per pound Quantity in pounds (lb) that was used in producing the quantity for the monthly progress payment MEASUREMENT AND PAYMENT Calculations for price adjustments shall be included as separate attachments to the monthly progress payment. Compensation (increase or decrease) for monthly adjustments will be made during final accounting and addressed in the final payment to CONTRACTOR at the end of the CONTRACT via CHANGE ORDER. Price adjustment shall not be included in the total cost of work for determination of progress or for extension of contract time. Appendix 1 4 CALIFORNIA DEPARTMENT OF TRANSPORTATION SUMMARY PRICE INDEX FOR SELECTED HIGHWAY CONSTRUCTION ITEMS FIRST QUARTER ENDING MARCH 31, 2007 Index this quarter Point change from last quarter Percentage changes from last quarter Index last 12 months Point change from previous report Percentage changes from previous report Average number of bidders this quarter I Change in number of bidders from last quarter I NOTE: All information shown in this publication was assembled using 1987 base year. Prepared by: Quan Chau -quan_p_chau@dot.ca.gov DIVISION OF ENGINEERING SERVICES-OFFICE ENGINEER 1727 30TH STREET, 2ND FLOOR (MS43) . SACRAMENTO, CALIFORNIA 95816 . (916) 227-6276 Date: 5/10/2007 Appendix 1 363.99 +63.8 +21.3% 335.3 + 54.7 + 19.5% 6.0 + 0.8 CALIFORNIA DEPARTMENT OF TRANSPORTATION HIGHWAY CONSTRUCTION COST INDEX 1ST QUARTER ENDING MARCH, 2007 Prepared by Division of Engineering Services -Office Engineer NOTE: All information shown in the publication was assembled using 1987 base year The California Highway Construction Cost Index for the first quarter of2007 stands at 363.9, up 63.8 points (21.3 percent) from the fourth quarter of2006 index of300.l. The Index for the year-to-date (April 1, 2006 through March 31, 2007) is 335.3, up 54.7 points (19.5 percent) from the fourth quarter 2006 year-to-date index of280.6. Cost increases were recorded in Roadway Excavation, Aggregate Base, Asphalt Concrete Pavement, Portland Cement Concrete (Pavement) and Bar Reinforcing Steel. Cost decreases were recorded in Portland Cement Concrete (Structure) and Structural Steel. The average number of bidders per project in the first quarter of2007 was 6.0, up 0.8 bidders per project as compared to 5.2 for the fourth quarter of2006 and up 2.2 as compared to 3.8 for the corresponding quarter in 2006. Projects Bid Opened January 1, 2007 Through March 31, 2007 NUMBER AMOUNTS OF RANGE OF % PROJECTS % PROJECTS UP TO 50,000 0 0.00 $0 0.00 50,000 TO 100,000 2 1.70 $160,029 0.03 100,000 TO 250,000 16 13.56 $2,857,957 0.51 250,000 TO 500,000 22 18.64 $7,755,635 1.37 500,000 TO 1,000,000 27 22.88 $18,231,819 3.23 1,000,000 TO 2,500,000 21 17.80 $36,019,230 6.38 2,500,000 TO 5,000,000 8 6.78 $27,003,892 4.78 5,000,000 AND ABOVE 22 18.64 $472,726,854 83.70 TOTAL 118 100.00 $564,755,415 100.00 Appendix 1 There were twenty-two contracts over $5,000,000 bid opened dnring the fourth quarter. The Projects include: I. Modify Ramp Metering System and MBGR and Maintenance Vehicle Pullout in Los Angeles County in Pasadena, Arcadia, Monrovia, Duarte, Irwindale, Azusa, Glendora, San Dimas and La Verne on Route 210 from Hill Avenue Undercrossing to Foothill Boulevard Undercrossing. The low bid of $5,085,853.50 was submitted by Royal Electric Company. 2. Constrnct New Left Bridge, Widen Ramps and Install Traffic Signals in San Bernardino County in Victorville on Route 15 from 1.0 kilometer South to 1.0 kilometer North of Mojave Drive. The low bid of$5,315,286.00 was submitted by Skanska USA Civil West California District, Incorporated. 3. Demolish and Replace 6 Westbound Bridges, Cold Plane and Overlay Westbound Lanes in San Bernardino County on Route 40 from Marble Wash Bridge to Mustang Wash Bridge. The low bid of $6,645,684.00 was submitted by Yeager Skanska, Incorporated. 4. Repair Damaged Slope and Constrnct Soldier Pile Walls in Orange County in Anaheim on Route 55 at Circle Haven Road and Santiago Boulevard. The low bid of $7,610,910.00 was submitted by F C I Constmctors, Incorporated. 5. Install Adaptive Signal Control System and Closed Circuit Television in Los Angeles County at Various Locations on Route 1 from 0.3 kilometer West of Los Angeles/Orange County Line to 1.0 kilometer West of Coastline Drive and on Route 105 from 0.4 kilometer West of Route 1 to 0.5 kilometer East of La Cienega. The low bid of$7,797,000.00 was submitted by Manual Bros, Incorporated. 6. Rehabilitate Roadway with Rapid Strength Concrete and AC Pavement in Orange County in Mission Viejo, Lake Forest, Laguna Hills and Irvine on Route 5 from Oso Creek Bridge to 0.1 kilometer North of Route 5/405 Separation. The low bid of $7,911,100.50 was submitted by Griffith Company. 7. Install Gross Solids Removal Device (GSRD) Systems in Los Angeles County on Routes 2, 101, 170,210,405 and 710 at Various Locations. The low bid of$8,053,293.00 was submitted by Powell Constructors. 8. Constrnct Northbound and Southbound Lanes in San Diego County in Solana Beach on Route 5 from 1.5 kilometers South to 0.4 kilometer North of Lomas Santa Fe Undercrossing. The low bid of$9,975,000.00 was submitted by Sim J Harris, Incorporated. 9. Replace PCC Slabs with Rapid Setting Concrete and Treat Bridge Decks in Orange County in Westminster, Huntington Beach and Seal Beach on Route 405 from Route 405/39 Separation to Los Angeles County Line. The low bid of$10,173,909.00 was submitted by Pave-Tech, Incorporated. 10. Cold Plane and Pave with Asphalt Concrete in Orange County in Irvine, Tustin and Santa Ana on Route 5 from Route 405/5 Separation to 0.5 kilometer North of Fourth Street Overcrossing. The low bid of $10,721,000.00 was submitted by All American Asphalt. Appendix 1 11. Install Metering Systems, Construct MBGR and Vehicle Pullouts in Los Angeles County on Route 210 at Various Locations from Route 5/210 Separation to Route 134/210 Separation. The low bid of $10,915,756.80 was submitted by Peterson-Chase General Engineering. 12. Grind and Replace PCC Pavement, Repair and Replace MBGR in San Bernardino County in Chino and Ontario on Route 60 from Los Angeles County Line to Riverside County Line. The low bid of $11,317,500.00 was submitted by J Mc Loughlin Engineering Company, Incorporated. 13. Upgrade MBGR to Concrete Barrier in Santa Clara County on Route 280 at Various Locations from Route 680/101 Separation to Alpine Road Undercrossing. The low bid of$I1,510,873.00 was submitted by O C Jones and Sons, Incorporated. 14. Rehabilitate Roadway and Drainage, Construct Deceleration Lanes in Sutter County in and near Yuba City on Route 20 at the 20/99 Intersection and on Route 99 from Lincoln Road to Butte House Road Undercrossing. The low bid of$12,118,418.00 was submitted by De Silva Gates Construction. 15. Replace Existing Bridge with Pre-stressed Concrete Box Girder Bridge in Riverside County near Corona on Route 91 from 1.0 kilometer East of Orange/Riverside County Line to 1.4 kilometers West of Route 91/71 Separation. The low bid of$13,333,333.30 was submitted by Sema Construction, Incorporated. 16. Overlay with AC Pavement, Grind and Replace PCC Slab in San Mateo County in San Mateo, Hillsborough, Burlingame, Millbrae, San Bruno, South San Francisco, Colma and Daly City on Route 280 from Route 280/92 Separation to Junipero Serra Bridge. The low bid of $19,332,619.00 was submitted by Ghilotti Construction Company, Incorporated. 17. Modify Interchange and Construct New On-Ramp in Los Angeles County in Burbank and Los Angeles on Route 134 from 0.5 kilometer West of Pass Avenue Overcrossing to 0.2 kilometer East of Olive Avenue Overcrossing. The low bid of$29,493,683.30 was submitted by Griffith Company. 18. Widen and Realign Roadway in Lassen County at and near Milford on Route 395 from 1.5 kilometers North of Gamier Road to 0.6 kilometer North of Sunnyside Road. The low bid of $29,848,007.00 was submitted by Sierra Nevada Construction, Incorporated. 19. Rehabilitate Existing Roadway in Contra Costa County in Lafayette and Orinda on Route 24 from the Caldecott Tuunel to El Curto la Road Overcrossing. The low bid of $34,630,397.00 was submitted by Bay Cities Paving and Grading, Incorporated. 20. Widen Highway and Construct Sound Walls in Ventura and Los Angeles Counties in Moorpark and Simi Valley on Routes 23 at New Los Angeles Avenue Undercrossing and on Route 118 from Arroyo Simi Overhead to Iverson Road Undercrossing. The low bid of $42,469,068.50 was submitted by CA Rasmussen, Incorporated. 21. Replace Bridges and Rehabilitate PCC Roadway and Drainage Improvements in Nevada County near Truckee on Route 80 from 0.4 kilometer West Soda Springs Overcrossing to the Donner Summit Safety Rest Area. The low bid of $64,471,600.00 was submitted by Teichert Construction. Appendix 1 22. Construct HOV Lane, Retaining Walls and Sound Walls in Los Angeles County at Hacienda Heights and Rowland Heights in the City of Industry and Diamond Bar on Route 60 from 0.1 kilometer East of605/60 Separation to 0.1 kilometer West of57/60 Separation. The low bid of $113,996,562.00 was submitted by Skanska USA Civil West California District, Incorporated. The Federal Highway Administration Price Trends for Federal-Aid Highway Construction are based on information received for Federal-Aid construction contracts over $500,000. Effective the first quarter of 1990 the Federal Highway Administration converted their index to 1987= 100 base. The composite index for selected construction items the fourth quarter of2006 is 242.6, up 33.9 points from 208.7 third quarter of 2006. The Engineering News-Record's Construction Cost Index average for the first quarter of2007 is 732.8 down 2.1 points from 734.9 last quarter. Their price index uses a 1967= 100 base. The U. S. Bureau of Labor Statistics' Consumer Price Index average for the first quarter 2007 is 203.8, for U. S. City average of all Urban Consumers, up 2.1 point from 20 I. 7 last quarter. Their Price Index uses a 1982-84=100 base. The California Highway Construction Cost Indices and the Federal Highway Administration Composite Indices for selected construction items are based on 1987= I 00 and are shown on the accompanying graph (Exhibit D). The indices plotted are on a yearly average basis, which describes the trends more clearly by smoothing out the fluctuations between the individual quarters. Appendix 1 Construction item costs based on English units. Roadway Excavation: $27.68 per cubic yard The price increased $13.6 from the average unit price of $14.08 per cubic yard last quarter. Unit bid prices ranged from $13.00 to $1,146.83 per cubic yard. Aggregate Base: $25.60 per ton The price increased $2.05 from the average unit price of $23.55 per ton last quarter. Unit bid prices ranged from $14.08 to $181.08 per ton. Asphalt Concrete Pavement: $86.94 per ton The unit price increased $4.58 from the average unit price of $82.36 per ton last quarter. Unit prices ranged from $63.50 to $1,020.58 per ton. Portland Cement Concrete (Pavement): $215.12 per cubic yard The unit price increased $23.66 from the average unit price of$191.46 per cubic yard last quarter. Unit prices ranged from $160.56 to $1,146.83 per cubic yard. Portland Cement Concrete (Structure): $542.12 per cubic yard The unit price decreased $208.9 from the average unit price of $751.02 per cubic yard last quarter. Unit prices ranged $267.59 to $7,600.00 per cubic yard. Bar Reinforcing Steel: $1.14 per pound The unit price increased $0.17 from the average unit price of $0.97 per pound last quarter. Unit prices ranged from $0.68 to $6.74 per pound. Structural Steel: $5.37 per pound The unit price decreased $0.51 from the average unit price of$5.88 per pound last quarter. Unit prices ranged from $4.54 to $12.66 per pound. Appendix 1 Construction item costs based on Metric units. Roadway Excavation: $36.20 per cubic meter The price increased $17. 78 from the average unit price of $18.42 per cubic meter last quarter. Unit bid prices ranged from $17.00 to $1,500.00 per cubic meter. Aggregate Base: $28.22 per tonn The price increased $2.26 from the average unit price of $25.96 per tonn last quarter. Unit bid prices ranged from $15.52 to $199.61 per tonn. Asphalt Concrete Pavement: $95.84 per tonn The unit price increased $5.06 from the average unit price of$90.78 per tonn last quarter. Unit prices ranged from $70.00 to $1,125.00 per t01111. Portland Cement Concrete (Pavement): $281.3 7 per cubic meter The unit price increased $30. 95 from the average unit price of $250.42 per cubic meter last quarter. Unit prices ranged from $210.00 to $1,500.00 per cubic meter. Portland Cement Concrete (Structure): $709.07 per cubic meter The unit price decreased $273 .22 from the average unit price of $982.29 per cubic meter last quarter. Unit prices ranged $350.00 to $9,940.00 per cubic meter. Bar Reinforcing Steel: $2.52 per kilogram The unit price increased $0.39 from the average unit price of $2.13 per kilogram last quarter. Unit prices ranged from $1.50 to $14.85 per kilogram. Structural Steel: $11.84 per kilogram The unit price decreased $ l .13 from the average unit price of $12. 97 per kilogram last quarter. Unit prices ranged from $10.00 to $27.90 per kilogram. Appendix 1 EXHIBIT A PRICE INDEX FOR SELECTED CALIFORNIA CONSTRUCTION ITEMS 1987-100 LAST12 YEAR QTRLY MONTHS ANNUAL 1972 .. 30.0 1973. 31.2 1974. 45.6 1975. 46.7 1976. 47.7 1977. 53.7 1978. 62.1 1979 80.1 1980. 82.1 1981 90.6 1982. 81.3 1983. 81.9 1984. 93.3 1985. 92.7 1986 95.0 1987. 100.0 1988. 104.4 1989. 111.3 1990 ..... 113.5 1991 . 108.2 1992. 106.8 1993. 113.1 1994. 119.0 1995 115.0 1996 119.2 1997. 124.8 1998. 128.6 1999. 139.2 2000 146.2 2001 (1st Quarter) 140.1 137.0 2001 (2nd Quarter) . 141.6 134.8 2001 (3rd Quarter) 167.5 141.6 2001 (4th Quarter) 183.3 (Year) . 154.1 2002 (1st Quarter) ...... 145.1 157.5 2002 (2nd Quarter) ... 129.5 148.4 2002 (3rd Quarter) . 175.5 149.7 2002 (4th Quarter) ... 153.7 (Year) ... 142.2 2003 (1st Quarter) .......... 188.2 143.2 2003 (2nd Quarter) . 158.1 155.6 2003 (3rd Quarter) . 190.7 158.3 2003 (4th Quarter) 138.2 (Year) . 148.6 2004 (1st Quarter) ... 278.9 155.0 2004 (2nd Quarter) . 213.1 165.7 2004 (3rd Quarter) . 224.8 167.1 2004 (4th Quarter) 228.9 (Year) . 216.2 2005 (1st Quarter) 230.2 214.7 2005 (2nd Quarter) ........ 266.8 230.0 2005 (3rd Quarter) ...... 289.3 240.7 2005 ( 4th Quarter) .... 308.1 (Year) . 268.3 2006 (1st Quarter) . 252.8 243.0 2006 (2nd Quarter) 386.6 265.4 2006 (3rd Quarter) . 380.3 276.1 2006 ( 4th Quarter) ....... 300.1 (Year) . 280.6 2007 (1st Quarter) ... 363.9 335.3 Appendix 1 EXJ-IIBITB ENGLISH UNITS CALIFORNIA DEPARTMENT OF TRANSPORTATION AVERAGE HIGHWAY CONTRACT PRICES ROADWAY AGGREGATE ASPHALT PCC CLASS "A' BAR STRUCTURAL EXCAVATION BASE CONCRETE PAVEMENT PCC REINFORCING STEEL " 1 " PAVEMENT STRUCTURE STEEL "2" PER CU YD PER TON PER TON PER CU YD PER CU YD PER LB PER LB 1972 .. 0.95 3.21 8.22 19.23 82.08 0.159 0.446 1973. 0.75 3.14 9.02 19.24 93.60 0.169 0.635 1974 .. 1.26 4.23 13.01 28.59 115.19 0.329 0.987 1975 1.19 4.70 14.24 30.63 132.10 0.239 0.838 1976 ..... 1.32 4.70 13.67 29.64 143.05 0.223 0.504 1977 1.76 5.44 15.15 35.17 150.03 0.239 1.228 1978 1.85 6.18 17.70 41.77 180.77 0.276 0.814 1979 2.36 7.49 22.40 52.39 234.24 0.383 1.960 1980 2.10 8.38 25.51 55.18 235.45 0.378 1.942 1981 . 3.14 8.63 28.53 59.45 226.84 0.386 2.091 1982 ... 2.58 7.56 24.69 57.10 224.72 0.320 2.155 1983 2.10 9.20 27.57 52.04 225.84 0.335 2.155 1984 3.19 13.67 28.38 55.79 238.48 0.375 2.155 1985 2.77 11.55 30.15 64.13 232.39 0.413 2.288 1986 .. 3.01 12.76 28.82 60.49 249.74 0.412 2.388 1987. 2.97 17.57 27.54 70.62 280.40 0.418 2.546 1988. 4.16 10.13 27.46 58.66 284.55 0.440 3.956 1989 4.19 10.62 29.43 73.78 303.49 0.483 3.103 1990 4.73 12.05 30.77 68.93 295.24 0.469 2.209 1991 .. 3.08 10.07 33.43 62.64 295.21 0.431 2.284 1992 ...... 3.62 9.76 32.46 66.78 265.31 0.419 3.073 1993 .. 4.53 9.89 35.41 66.76 243.79 0.464 2.706 1994 .. 4.68 10.39 37.15 66.45 277.92 0.547 2.334 1995. 4.10 10.18 35.29 63.85 298.80 0.499 2.266 1996 ...... 3.80 9.74 37.66 65.93 321.88 0.512 2.172 1997 5.25 10.29 36.07 78.48 308.54 0.496 2.337 1998 ................ 4.95 11.55 38.78 75.91 319.95 0.553 2.595 1999 ... 6.55 12.86 40.14 77.95 321.22 0.521 3.215 2000 .. 6.21 11.14 45.12 78.14 363.59 0.507 2.754 1st Quarter 2001 3.84 11.25 41.01 69.94 422.47 0.673 5.139 2nd Quarter 2001 5.94 17.61 46.32 103.69 273.57 0.609 3.098 3rd Quarter 2001 8.70 14.39 50.25 60.60 360.93 0.620 4.339 4th Quarter 2001 9.66 13.60 40.00 94.05 504.96 0.599 3.725 Year2001 5.83 14.58 43.89 75.74 425.17 0.612 3.906 1st Quarter 2002 5.45 11.42 46.47 67.38 388.68 0.497 2.401 2nd Quarter 2002 3.18 13.17 48.50 67.60 346.91 0.498 3.050 3rd Quarter 2002 10.77 12.12 49.56 111.78 317.79 0.545 4.783 4th Quarter 2002 5.40 12.80 50.62 139.49 369.91 0.511 3.262 Year2002 4.84 12.42 49.00 74.15 363.50 0.508 3.248 1st Quarter 2003 12.45 11.97 49.97 122.74 340.54 0.504 3.188 2nd Quarter 2003 4.80 13.26 47.24 76.24 460.14 0.734 4.048 3rd Quarter 2003 10.68 14.64 49.16 131.54 415.17 0.622 1.385 4th Quarter 2003 3.63 17.79 47.09 118.87 337.07 0.608 2.370 Year2003 5.05 15.05 48.35 109.96 362.75 0.600 1.710 1st Quarter 2004 15.03 19.36 50.76 188.33 828.64 0.775 5.593 2nd Quarter 2004 13.76 16.67 52.44 125.02 339.54 1.063 4.048 3rd Quarter 2004 11.30 16.16 55.52 317.69 421.82 0.885 6.056 4th Quarter 2004 13.07 18.67 65.56 215.38 382.91 0.786 3.461 Year2004 13.11 16.97 53.55 135.94 399.64 0.947 5.390 1st Quarter 2005 13.77 14.69 57.59 134.04 480.86 0.843 2.312 2nd Quarter 2005 13.86 22.92 73.42 208.28 555.67 0.941 5.048 3rd Quarter 2005 11.81 24.19 74.25 144.10 816.30 1.204 9.883 4th Quarter 2005 17.81 20.71 86.49 199.22 596.78 1.052 5.758 Year2005 14.13 20.61 75.72 171.22 567.31 0.968 2.666 1st Quarter 2006 9.69 17.45 89.38 163.29 537.89 1.067 4.035 2nd Quarter 2006 26.07 23.21 88.78 324.86 751.93 0.962 3.031 3rd Quarter 2006 23.14 25.80 86.46 290.67 801.89 1.302 9.670 4th Quarter 2006 14.08 23.55 82.36 191.46 751.02 0.968 5.883 Year2006 12.80 20.26 86.04 179.67 630.16 1.039 3.734 1st Quarter 2007 27.68 25.60 86.94 215.12 542.12 1.145 5.370 1. UNCLASSIFIED 2. BEGINNING 1st QUARTER 2003, STRUCTURAL STEEL INCLUDES THE FURNISH AND ERECT STRUCTURAL STEEL (BRIDGE) Appendix 1 EXHIBITB METRIC UNITS CALIFORNIA DEPARTMENT OF TRANSPORTATION A VERA GE HIGHWAY CONTRACT PRICES ROADWAY AGGREGATE ASPHALT PCC CLASS "A' BAR STRUCTURAL EXCAVATION BASE CONCRETE PAVEMENT PCC REINFORCING STEEL .. 1 .. PAVEMENT STRUCTURE STEEL "2" PERM3 PER TONN PER TONN PER M3 PERM3 PER KG PER KG 1972. 1.24 3.54 9.06 25.15 107.36 0.351 0.983 1973 0.98 3.46 9.94 25.16 122.42 0.373 1.400 1974. 1.65 4.66 14.34 37.39 150.66 0.725 2.176 1975 1.56 5.18 15.70 40.06 172.78 0.527 1.847 1976 1.73 5.18 15.07 38.77 187.10 0.492 1.111 1977 2.30 6.00 16.70 46.00 196.23 0.527 2.707 1978. 2.42 6.81 19.51 54.63 236.44 0.608 1.795 1979 3.09 8.26 24.69 68.52 306.37 0.844 4.321 1980 ... 2.75 9.24 28.12 72.17 307.96 0.833 4.281 1981 .. 4.11 9.51 31.45 77.76 296.70 0.851 4.610 1982 3.37 8.33 27.22 74.68 293.92 0.705 4.751 1983. 2.75 10.14 30.39 68.07 295.39 0.739 4.751 1984 4.17 15.07 31.28 72.97 311.92 0.827 4.751 1985. 3.62 12.73 33.23 83.88 303.95 0.911 5.044 1986 3.94 14.07 31.77 79.12 326.65 0.908 5.265 1987 ... 3.88 19.37 30.36 92.37 366.75 0.922 5.613 1988. 5.44 11.17 30.27 76.72 372.18 0.970 8.721 1989 5.48 11.71 32.44 96.50 396.95 1.065 6.841 1990 ····· 6.19 13.28 33.92 90.16 386.16 1.034 4.870 1991 .. 4.03 11.10 36.85 81.93 386.12 0.950 5.035 1992. 4.73 10.76 35.78 87.34 347.01 0.924 6.775 1993 .... 5.93 10.90 39.03 87.32 318.87 1.023 5.966 1994 6.12 11.45 40.95 86.91 363.51 1.206 5.146 1995 5.36 11.22 38.90 83.51 390.82 1.100 4.996 1996 ... 5.09 10.74 41.5 J 86.23 421.00 l.l29 4.788 1997. 6.87 ll.35 39.76 102.65 403.56 1.094 5.152 1998 .. 6.47 12.73 42.75 99.29 418.48 1.219 5.721 1999 ... 8.57 14.17 44.24 101.95 420.15 1.148 7.088 2000 .. 8.12 12.28 49.73 102.21 475.55 1.118 6.071 1st Quarter 2001 5.02 14.61 45.20 91.48 552.57 1.483 11.329 2nd Quarter 2001 7.77 19.41 51.06 135.62 357.82 1.342 6.831 3rd Quarter 2001 11.38 15.86 55.39 79.27 472.08 1.367 9.565 4th Quarter 2001 12.64 15.00 44.10 123.01 660.46 1.321 8.213 Year 2001 7.63 16.07 48.39 99.06 556.10 1.349 8.612 1st Quarter 2002 7.13 12.59 51.22 88.13 508.37 1.095 5.292 2nd Quarter 2002 4.15 14.52 53.46 88.42 453.74 1.099 6.724 3rd Quarter 2002 14.09 13.36 54.63 146.20 415.65 1.201 10.544 4th Quarter 2002 7.07 14.11 55.80 182.45 483.82 1.126 7.191 Year2002 6.32 13.70 54.01 96.99 475.44 1.120 7.160 1st Quarter 2003 16.29 13.19 55.08 160.54 445.40 1.111 7.028 2nd Quarter 2003 6.28 14.61 52.07 99.72 601.84 1.619 8.925 3rd Quarter 2003 13.97 '16.14 54.19 172.05 543.03 1.371 3.053 4th Quarter 2003 4.75 19.61 51.91 155.47 440.87 1.340 5.224 Year 2003 6.60 16.59 53.30 143.82 474.45 1.313 3.769 1st Quarter 2004 19.66 21.34 55.96 246.32 1,083.82 1.710 12.330 2nd Quarter 2004 17.99 18.38 57.81 163.53 444.10 2.344 8.924 3rd Quarter 2004 14.78 17.81 61.20 415.52 551.71 1.951 13.351 4th Quarter 2004 17.10 20.58 72.26 281.71 500.82 1.733 7.629 Year2004 17.15 18.70 59.03 177.81 522.71 2.087 11.883 1st Quarter 2005 18.01 16.19 63.48 175.32 628.93 1.859 5.096 2nd Quarter 2005 18.13 25.26 80.94 272.42 726.79 2.074 11.129 3rd Quarter 2005 15.45 26.66 81.84 188.47 1,067.69 2.653 21.788 4th Quarter 2005 23.29 22.83 95.33 260.57 780.55 2.319 12.693 Year 2005 18.48 22.72 83.47 223.94 742.02 2.134 5.878 1st Quarter 2006 12.68 19.23 98.53 213.57 703.53 2.353 8.896 2nd Quarter 2006 34.14 25.58 97.86 424.90 983.48 2.121 6.681 3rd Quarter 2006 30.27 28.44 95.31 380.18 1,048.83 2.870 21.319 4th Quarter 2006 18.42 25.96 90.78 250.42 982.29 2.134 12.971 Year 2006 16.75 22.34 94.84 235.00 824.21 2.291 8.231 1st Quarter 2007 36.20 28.22 95.84 281.37 709.07 2.524 11.839 1. UNCLASSIFIED 2. BEGINNING 1st QUARTER 2003, STRUCTURAL STEEL INCLUDES THE FURNISH AND ERECT STRUCTURAL STEEL (BRIDGE) Appendix 1 Exhibit C CALIFORNIA DEPARTMENT OF TRANSPORTATION NUMBER AND DOLLAR VALUE OF HIGHWAY PROJECTS TOT AL NUMBER OF BIDS AND A VERA GE NUMBER OF BIDDERS JANUARY 1, 2007 THRU MARCH 31, 2007 RANGE 1 RANGE2 RANGE3 RANGE4 RANGE 5 RANGE 6 RANGE 7 RANGE 8 UP $50,000 $100,000 $250,000 $500,000 $1,000,000 $2,500,000 $5,000,000 ALL to to to to to to to and PROJECTS $50,000 $100,000 $250,000 $500,000 $1,000,000 $2,500,000 $5,000,000 ABOVE ROAD PROJECTS Number of Projects 0 2 14 20 25 20 8 11 100 Total Value• $0 $160,029 $2,504,453 $6,932,300 $16,941,402 $34,330,711 $27,003,892 $114,738,414 $202,611,200 Number of Bidders 0 10 105 119 155 111 42 57 599 Average No of Bidders 0.0 5.0 7.5 6.0 6.2 5.6 5.3 5.2 6.0 STRUCTURE PROJECTS Number of Projects 0 0 2 1 2 1 0 3 9 Total Value' $0 $0 $353,504 $464,615 $1,290,417 $1,688,519 $0 $27,589,927 $31,386,982 Number of Bidders 0 0 16 7 12 4 0 20 59 Average No of Bidders 0.0 0.0 8.0 7.0 6.0 4.0 0.0 6.7 6.6 COMBINATION PROJECTS Number of Projects 0 0 0 1 0 0 0 8 9 Total Value• $0 $0 $0 $358,720 $0 $0 $0 $330,398,513 $330,757,233 Number of Bidders 0 0 0 6 0 0 0 47 53 Average No of Bidders 0.0 0.0 0.0 6.0 0.0 0.0 0.0 5.9 5.9 SUMMARY Number of Projects 0 2 16 22 27 21 8 22 118 Total Value' $0 $160,029 $2,857,957 $7,755,635 $18,231,819 $36,019,230 $27,003,892 $472,726,854 $564,755,415 Number of Bidders 0 10 121 132 167 115 42 124 711 Average No of Bidders 0 5.0 7.6 6.0 6.2 5.5 5.3 5.6 6.0 'Bid Items Only Average Number of Bidders By Month JAN FEB MAR 5.9 6.4 5.9 Appendix 1 400 350 300 ~ 250 0 z -200 - ~,~t 100 --,!lil~llllllllllBllll;!II_!"!, EXHIBIT D STATE OF CALIFORNIA BUSINESS, TRANSPORTATION AND HOUSING AGENCY DEPARTMENT OF TRANSPORTATION HIGHWAY CONSTRUCTION COST INDEX 1987 = 100 CALIFORNIA HIGHWAY CONSTRUCTION COST INDEX (FOUR QUARTER ANNUAL A VERGE, EXCEPT LATEST YEAR WHICH IS LATEST FOUR QUARTER AVERAGE) --• FEDERAL HIGHWAY ADMINISTRATION 'EXHIBIT D 4TH QTR 1996'IG145:G146PRICE TRENDS COMPOSITE INDEX (FOUR QUARTER ANNUAL AVERAGE, EXCEPT LATEST YEAR WHICH iS LATEST QUARTER) a ....... ~ -""'~ill!!. ------~ .auu ..... 22 ad ~--•-•lllll! ,: I-+--+--+--+ ---~-~+ I 1! )81 1983 1985 1987 1989 1991 1993 1995 1997 1999 2001 L CALENDAR YEARS Appendix 1 2003 I 1--+ 2005 Pages from Geotechnical Report 1.0 INTRODUCTION This report presents the results of the geotechnical investigation performed by Diaz•Yourman & Associates (DYA) for the proposed Irvine Avenue/Mesa Drive intersection improvement in Newport Beach, California. The report addresses pavement and retaining walls. MetroPointe Engineers authorized this work on April 19, 2002, and DYA's initial scope was completed on April 3, 2003. A new contract was issued by Civil Works Engineers, Inc. on August 8, 2005. The retaining walls and pavement are a part of the Mesa Drive/Irvine Avenue intersection improvement project located in Newport Beach, California, as shown on the Vicinity Map, Figure 1. The proposed project will include constructing two retaining walls, each approximately 140 to 210 feet long and 2 to 7 feet high. The walls will be located at/near the proposed right-of-way line along Mesa Drive, west of the intersection of Mesa Drive and Irvine Avenue. The southern wall is located in front of an existing 5-to 10-foot-high retaining wall that will remain in place. The existing southern wall on the eastbound side of the street supports a parking lot for a commercial development. The northern wall on the westbound side of the street will be located up-slope of an existing 4-foot-high concrete block wall that will be removed. The slope above the north retaining wall is inclined at approximately 1.75H:1V {horizontal:vertical). The approximate layout of the proposed project is shown on the Site Plan, Figure 2. The approximate profile of the proposed project is shown on Cross Sections A-A' and B-B' (Figure 3 and Figure 4, respectively). Figure 1 -VICINITY MAP K:\datafls\PROJECTS\2005\.2005-033\Reporl.\2005•033 Report.doc 1 Appendix 2 f1 ~: I ~ I ~ ~r--- i ~ (t_/---E----E- ~ -i / /" / \ .., :::i....Existing right-of-way a::&sed retaining wall A ght-0f~wa)'.Jin,--,-+=-----' 1 r_ Existing retaining wall -ur P9:0posed curb --E---fl'--E---E----t.- £. s:, \.(J -4-C") e i.Q 8+00 I _____ \ MESADRIVE ► ~~ ~ ~1· -++I -o I , "0 I CD I 1' I ' :::J / ' ~ I 1 >< ' ' N \ \ \. ;,, \ •<> ·~ B22 Existing right-of-way, ?,:) C co g~fo ~ _ --:, T ·71 -r 11 11, I -'1 .II ~ 11, I I/ I I < :' ,J'J /,J/ & 0 ,/!' 8 _,_ ~ ti I I~ J_, __ _ j 10/l'OO j j 7J OJ co CD (/) =t' 0 3 I G) CD 0 ~ CD 0 ::;- ' :::J ~I o I OJ I p/;,V edv----y--' ~ 11 . 1 reta~g wall '----Existing retaining wall t 1y \O"\,>~ ,, ,, '\ ~, \ ----,,-~---0 j ;;o CD "O 0 ;:'.j. EXPLANATION --0" Proposed boring location .IJ Test pit location C C' L____A Section location ( -~ 0 15 30 ft ___J Reference: Electronic base map provided by MetroPointe, April 29, 2002. 6 B I "Mil I ,/ ' TP4¥4) / :/1 l1/ I ~ . 3.-, "f I l1 I I ' I 1, l • ) l/1t) 1 f I I wi; J ) 1 / / 1p I ~'-----~___sl_l _ ~ I Figure 2 -SITE PLAN w ::, z w :i' w z ~ J l l ' j j I 1 // j 2 J __ ! i, ,, 'l :1 ,, )> "O "O Cl) ::J 0. x· N I 11 11 I I ~ ~ z 0 ~ w ...., w I I +50 +45 +40 +35 +30 A Existing Building Existing Ground Surface Proposed Retaining Wall A' +50 +45 ~ ~ >:, ''-1§ :'1 d Existing Retaining Wall z 0 ', ~J1 1.:1 Propose Existing Sidewalk 1 ~ ~' I I Sidejwalk 1 ', ~, I •I ', ~ l I JJ__-~---" '"-i' 1----', l;·h.~ri "'... ~-·:· ~: .:::... ....:.~ "'r,__,__7.S Figure 3 -CROSS SECTION A-A' +40 +35 +30 See Figure 2 For Location Of Cross Section Scale ~ ~ w _, w 0 2.5 5 feet ""() OJ (0 Cl) (/) ...., a 3 G) Cl) @" () ::J" :::, o· OJ ;o Cl) el r I 5" I ~ 0 z !' " ! ' I " 1: ,, 11 )> II "O "O CD ::::, 0. x· r-, B +50 +45 +40 +35 +30 +25 •. .. • . , ,. -~ Existing Retaining Wall Proposed Retaining Wall Existing Ground Surface '~1.5 ~ t.J ----------'--.j L----~-' i I it, I ::1 Proposed 1 "' r1 Sidewalk ' . ,.J,1 Tl hJ B' +50 +45 +40 +35 +30 +25 See Figure 2 For Location Of Cross Section Scale 0 2.5 5 feet Figure 4 -CROSS SECTION B-B' 7J D.l r.n CD (f) a 3 G) CD * 0 ::::,- ::::, 0 D.l ;;o CD "O 0 ?.-~ 0: ; I i i "' • [ <p "' Pages from Geotechnical Report 4.2 RETAINING WALL TYPE SELECTION Various retaining wall types can be used at the site including cantilever and soldier pile walls. Table 2 summarizes the advantages and disadvantages of the different wall types. We understand that the primary concerns for selecting the appropriate retaining wall will include aesthetics of the wall to the public, the amount of excavation, and the least amount of interference with the adjacent property. A top-down construction technique noted in Table 2 is the least intrusive, as it can be constructed along the existing slope without requiring any back cuts along the existing slope. However, we do not recommend a sheet pile wall because of the potential for damage claims from adjacent improvement owners due to construction vibrations. Recommendations are provided for both cantilever bottom up and soldier pile top down construction. A bottom-up construction method at this site will require an A-B-C slot cut construction technique as shown on Figure 7 if the excavation is within a 1.5 H:1V zone of influence of the foundations for the existing structures. The slot cut procedure is explained in Section 4.3.1. Table 2 -RETAINING WALL ALTERNATIVES WALL CONSTRUCTION ADVANTAGES TYPE SEQUENCE • Conventional design/ construction . • Specialty contractor not required . • History of seismic performance. Cantilever Bottom Up • Standard Caltrans wall, Type 6A, Concrete can be used on walls equal to or less than 6 feet in height. • Conventional design/ construction. • No back cut excavation or Soldier Top Down earthwork. Pile Wall • History of satisfactory seismic performance. • Can be used as construction shorinq and permanent wall. • Conventional design/ construction. • No back cut excavation or Sheet Top Down earthwork. Pile Wall • History of satisfactory seismic performance. • Can be used as construction shorina and oermanent wall. K:\datafls\PROJECTS\2005\2005-033\Report\2005-033 Report.doc 13 Appendix 2 DISADVANTAGES • Requires A-B-C slot cut excavation. • Increased earthwork compared to top down construction. • More construction observation for A-B-C slot cut. • Walls greater than 6 feet need to be desianed. • Costs higher than cantilever concrete wall. • Specialty contractor required. • Overhead restriction because of electrical power lines. • Costs higher than cantilever concrete wall. • Specialty contractor required. • Installation vibrations may damage existing improvements . • Corrosion protection is critical. • Difficult driving conditions . Pages from Geotechnical Report STREET 7 Existing retaining wall Figure 7 • A-B-C SLOT CUT 4.3 SLOPE STABILITY 4.3.1 Temporary Excavations Stability of temporary excavations is a function of several factors, including the total time the excavation is exposed, moisture condition, soil type and consistency, and contractor's operations. The contractor is responsible for excavation safety. Temporary construction slopes may not be used if the excavation is, within a 1.5 H:1V zone of influence of the foundations for the existing structures. Slot cuts or shoring should be provided for stability and protection. Slot cuts are shown on Figure 7. The following steps should be used for slot cut procedure: • Excavate "A" slots first no greater than 6 feet wide: Limit the excavation towards the existing wall to a minimum distance needed to construct the new retaining wall and the backfill. • Maintain moisture of slope when the slots are excavated and start the construction of the retaining wall immediately. • Complete construction of the retaining wall and placement of the backfill within "A" slot prior to excavating the "B" slots. • The excavation for the "B" and "C" slot cuts will be similar to the "A" slot cuts. K:ldatafls\PROJECTS\2005\2005-033\Report\2005-033 Report.doc 14 Appendix 2 Pages from Geotechnical Report Lateral earth pressures for shoring are presented in Section 4.6.1. The contractor should strictly adhere to grading requirements for the County of Orange and City of Newport Beach and applicable health and safety regulations, including Occupational Health and Safety Administration (OSHA). 4.3.2 Permanent Slopes Both of the existing slopes north and south of Mesa Drive with the proposed retaining walls were evaluated for slope stability. Cross Section A-A' North Wall, Figure 3, was calculated to represent the worst case for slope instability. Table 3 presents the soil profile and parameters used in the slope stability analysis. Table 3 • DESIGN PARAMETERS SUMMARY SOIL TOTAL UNIT FRICTION COHESION LOCATION WEIGHT ANGLE TYPE lncfl (deareesl (psi) South Wall Slooe Behind Wall CH 120 28 300 Bearinn Laver Underneath Retainin□ Wall CL 123 30 0 North Wall Slooe Behind Wall CH 120 28 300 Bearina Laver Underneath Retainina Wall SC 122 34 0 Notes: • pcf = pounds per cubic foot • osf = oounds oer sauare foot Static and pseudostatic factors of safety for both the existing profile and the proposed profile (with the proposed retaining wall) were calculated with limit equilibrium analysis using the computer program PCSTABL5M, which uses Bishop's Simplified algorithms. The calculated static and pseudostatic factor of safety (FS) for the north wall were approximately 1.5 and 1.1, respectively, for the critical slope section considered. A horizontal coefficient of 0.25g was used to calculate the pseudostatic factor of safety. Details of the slope stability analysis are presented in Appendix C. Permanent compacted fill slopes above the retaining wall should be planned no steeper than 2H:1V. The slopes should be covered with vegetation or paved to reduce surface erosion. 4.4 EARTHWORK Prior to the start of construction, the following should be performed: • All utilities should be located in the field and rerouted, removed, abandoned, or protected. K:\dataOs\PROJECTS\2005\2005-033\Report\2005-033 Report.doc ------------ 15 Appendix 2 )> -0 -0 CD :J 0. x· N 55 50 45 40 50 45 40 35 50 45 40 35 50 45 40 35 30 -50 -50 -50 WALL ,,_,,,, '' ,,,,,,,,, _,w,,,L9Lw•• , 1 , BACKBAY , CENTER ' ' t •'-''"' ,,;;,;;;,_,," f _,~~M •~w--_,_, .I -25 0 7+74.47 (WALL 6) WALL BACK BAY CENTER .... .LQL,., ' ,,,_I ""•q MESA DRIVE .. ,,,, ... 4. I ~=,:.~~,...,, ____ ,,'"_' ,,, .. ,,, ' ,_,, ' ·-··---' " 7+94.47 (WALL 6) WALL ----... .l.QL .... BACK BAY I •• , ..... , •••• •, ... w----., , ..... EXIST MESA DRIVE 25 25 --[~ RR-~-TWALL :::::i-~ --=''"""'"=· =~ ' ---~~ -25 0 8+14.47 (WALL 6) BACK BAY CENTER WALL --~f~----- :· .. <·······.,.,.~ ··-EXtST:------ 25 :---RETWALL MESA j~~=.:· ---□ _R_IV_E_~ ' ', ''M•-'W~~•• --,:--":.~•M,,ww-n -25 0 25 8+34.47 (WALL 6) 55 50 45 40 50 45 40 35 50 45 40 35 50 45 40 35 30 ;o CD ,.. ~ 0) 0 a (/) (/) (j) CD Q. o· :::, (/) b' ~ r 3 ~ 0 ...., --1 CD 3 -0 (j) :::,- 0 :::,_ :J (Q WALL ~ ___ ...... ~ .......... 50 BACK BAY , CENTER I 45 .. h........... ......................... .... , .,,·d,.,.,. , • ·'·'''"" ".;Le •• •• .. , •• • ,........ • " + 45 " MESA f I EX!ST. DRIVE 40 ···················· ... I ~~ET WALL •········•••·•·••••••••• 40 35 " ............ . .... ~····· · · · I •••••• · ........ J~ 35 ~-· ~ 30 -50 -25 i, 25 30 ~ 8+54.47 (WALL 6) ~ CJ) () = a 50 ··············· ............ ····•··•···· L9L. ••• 50 C/l BACK BAY I (fJ CENTER , (/) 45 ., ................... ,,....... ····•······ ············ ········ 1 45 CD MESA )> t ' EXIST. DRIVE { Q_ -0 40 ......... I••--·-···· .......... ;., ..•• IUET.WALL • .......... •• •••• l 40 0 -a :, i ::J CD . I ' C/l =i 35 ' J;\ 35 _,, ! 30 .............. d4a 30 ~ 6:·, 1 =1 ' ' .l ~ I. ,_. J -· 25 -50 -25 0 ~. 25 25 ~ --,, 8+74.47 (WALL 6) -1 CD 3 :" = ~ 50 '9' 50 0 ~-~.,~·" ::::!. :::, 45 , .......... , .. , .,., ..•.•.• ,.,., ,........ .···,· •·········· 1 · 45 '° , EXIST. MESA ~RETWALL DRIVE 40 • · , 40 . I 35 ,........... ....... .h•--;!'J ·-··· 35 30 ·························· I ··················· · · ··· · · =d,~, . .. --. -. -• 30 ., I ' • 25 · ,.__ ., 25 -50 -25 0 25 8+79.97 (WALL 6) WALL 50 L9L .. 50 BACK BAY 45 CENTER ---~---,, ..... , ,." .,, l.,,. l-EX1si 45 ---· t-RETWALL MESA DRIVE 40 j ...... , I 40 ' 35 I 35 ······'. .. ...... . . -1· Jl " .,,. _____ 30 ' ....:.:i ·~·-··· 30 ;;o i 7", (D "";" -----., -25 ' --~,----,. . --:-25 ~ -50 -25 0 25 Ol 8+84.47 (WALL 6) - CJ) 0 a WALL u, 50 L9L 50 u, BACK BAY I (/) CENTER (D )> 45 ···-··"" 45 0 -'O MESA o· 'O DRIVE :::, (D 40 , EXIST. 40 u, :::, ~RETWALL o' 0.. x· 35 •• --~----.. ----d-------,.~_, •• ., ..... ,. -------!~ 35 ~ d .. _., r N .. -&·.······· .. ,., .. :l 30 30 ;::. " u, 25 ----~--,---·--.. I' 25 0 '--------••~•-•'-•Mn,••'---••• ...., r~ -25 0 25 --I 8+89.47 (WALL 6) (D :l 'O (/) :::,-WALL 0 50 .. L9L. 50 :::,_ I :::, (0 45 ··:~ :,·,, 45 ' ' 40 ;..,.__._i,_ EXIST. 40 --_ RET-WALL-l MESA I DRIVE 35 ·-·---~----35 30 ------···········! d··~ 30 • ·~ I I' 25 25 ' • -----'-"' -50 -25 0 8+94.47 (WALL 6) ► -0 -0 CD :::, n. x· N 50 45 40 35 30 25 20 50 45 40 35 30 25 20 -50 WALL .. L?L '; EX!ST. ~RETWi{LL I :J• \;; • '•cl1! . ........... 1 ,d!(""·,,,· nrnw 'O,'' .... MESA DRIVE ''-o:'·7' • •• 1.. '', ' -25 0 9+14.47 (WALL 6) BACK BAY CENTER -25 WALL . L?L i ,--E-Xi$T.·-•-w-- ~RET\/}'ALL j £__ MESA ', ~ M~RIVE ·,"" -t~, ~'it' -;;..c ... 0 SLOT CUTTING OR SHORING REQUIRED 9+19.47 (WALL 6) 25 25 50 45 40 35 30 25 20 50 45 40 35 30 25 20 ;;o CD C"'" ::§: 0., 0) 0 0 u, u, (/) CD ~ 0 :::, u, o' ~ C: 3 ~ 0 ...., -l Cl) 3 -0 (/) ::,- 0 ::::,_ :::, (D ► u u (D :::, Q. x· i',) 50 45 40 35 30 25 20 50 45 40 35 30 25 20 w-~•~~•• ----- -50 BACK BAY CENTER WALL .L9L I .,. ' ,,w-,wEXIST.· ~RETfALL '"'''"' ' ~· ------- ----,,,,ww,•-~••~• ··t·· ' -25 0 MESA DRIVE ~-" SLOT CUTTING OR SHORING REQUIRED 9+24.47 (WALL 6) WALL , ...................... . ......... LO.L BACK BAY ] 1' , ="":::-=ccc: CENTER , ~,,z;--,.~~, ··--~ ,:·.·.:::J:::.::;:,·:::_:;::... ·•'( EXI 1~. ,--RET ~ALL 25 L..... 1 • I • , . . n ~ , ··~-~,,. MESA i ,.z.,, l i :-, .-· '_..",RIVE --- I ....... •• ·~~. -50 I .._ -25 0 SLOT CUTTING OR SHORING REQUIRED 9+29.47 (WALL 6) 25 50 45 40 35 30 25 20 50 45 40 35 30 25 20 ;u (D - ~ Q) Cl) 0 c3 C/l C/l (f) (D u 6' :::, C/l 0 ~ r 3 ;::;: C/l s. -! (D 3 u (f) :::r 0 :::,, :::, (Q )> -0 -0 (D ::J Q. x" N 50 45 40 35 30 25 20 50 45 40 35 30 25 20 -50 -50 WALL L9L-... ,./" EXIST. ' ·l··· . ·." RET WALL I . j ·•··~ J ... ········=t~:i~J c;· ·•· .. -25 0 SLOT CUTTING OR SHORING REQUIRED 9+34.47 (WALL 6) BACK BAY CENTER L EXIST. ·t--RETWALL WALL '9' .... ~., ''-\,_ ,-, "~·,······••-,•·· "''""':>,,,,.,,.. -.... ·,,,_ MESA DRIVE MESA DR!VE d, ·~··-· ..... . ,-f ,,, a,;•·,~ -25 0 9+39.47 (WALL 6) 25 25 50 45 40 35 30 25 20 50 45 40 35 30 25 20 ;;o (D c-> :§: Ill cr, 0 cl (/) (/) (j) (D Q. o· ::, (/) o' ..., r 3 ~ 0 ...., ...., (D 3 -0 (j) ::r 0 :::,_ ::J <D )> "O "O CD :::, Q_ x· N 50 45 40 35 30 25 20 50 45 40 35 30 25 20 BACK BAY CENTER WALL .L?L Ji -. . 11·~· ··--··· .. -\---'·" ____ J b • ~~~ -50 -25 0 9+54.47 (WALL 6) BACK BAY CENTER ~-" •• ·······,, -~.,.~,-,. --~ "'"'" ••• : Vi' [! l EXIST. fRETWALL WALL LOL ' -~---Vie MESA DRIVE ···-"'"····-' MESA DRIVE 25 • ·:t, ·-.. • .. ·.!···•• .• ! • ..... .. .... , .. ,. ·-,<, '..:. s, ------..=--=~-..., ' ' ' m-;-~-~~~• -50 ~ ...... ----~----i"' ' ' ~-~ ... -.. -25 9+54.47 (WALL 6) J 0 25 50 45 40 35 30 25 20 50 45 40 35 30 25 20 ::0 CD ,... ~ OJ CJ) 0 cl en en (/J CD ~ 0 :::, en o' ~ C 3 ~ s, ai 3 "O (/J :::,- 0 :::,_ :::, co )> "O "O CD ::, C. x· N 50 45 40 35 30 25 20 50 45 40 35 30 25 20 -50 -50 BACK BAY CENTER BACK BAY CENTER EXIST. ~RETWALL WALL Vj)L I MESA DRIVE L ~-··· ::t:.: ... ··-.· . . ' 7 , ...... ~.j ~ ''' ......... "··~1 -25 0 9+44.47 (WALL 6) ; EXIST . CRET WALL r =1;:;~ ... , '· -25 ' ... ... ' ", ' ... WALL L9L I j" I I ri .. ~=- i ' 0 9+49.47 (WALL 6) MESA DRIVE 25 25 50 45 40 35 30 25 20 50 45 40 35 30 25 20 ;u CD ,.... ~ Cl) 0 0 (/) (/) (j) CD ~ o· ::, (/) o' ~ r 3 m-· 0 --I CD 3 -0 (j) ::r 0 ::!. ::, (0