Loading...
HomeMy WebLinkAboutC-1882 - Ford Road and MacArthur Boulevard Intersection ModificationA {t'AR 4:19Z9TY COUNCIL 0 March 12, 1979 CITY COUNCIL AGENDA ITEM NO. H -2(d) By the MMG�o� 4 Works Department CITY OF N. P�Ii7 ,& SUBJECT: FORD ROAD AND MacARTHUR BOULEVARD (S.H.73) INTERSECTION MODIFICATION (C -1882) RECOMMENDATION: Adopt a resolution authorizing the Mayor and the City Clerk to execute a cooperative agreement with the State of California Department of Transportation (CALTRANS) covering construction of CALTRANS'share of the subject project. DISCUSSION: On December 12, 1977, the City Council approved the AHFP project for Ford Road and MacArthur Boulevard intersection modification (C- 1882). This is a cooperative project involving the Cities of Newport Beach and Irvine, CALTRANS, The Irvine Company, and the Orange County. Arterial Highway Financing Program(AHFP). The principal features of the cooperative agreement with CALTRANS are as follows: CALTRANS agrees: a) To bear 18% of the actual cost of roadway construction. Said percentage represents the amount of work estimated to be within the existing State right -of -way along MacArthur Blvd. b) To bear 50% of the cost of construction of the new signal. c) Total cost to CALTRANS under this agreement not to exceed $118,000.00. The CALTRANS'share is estimated to be $97,950. 2. City agrees: a) To provide plans and specifications and administer a contract for construction of the project. The plans are presently being reviewed for CALTRANS approval, and construction is scheduled to start in May or June of 1979. A sketch is attached showing the location of the proposed improvements. Cif, ?z Benjamin B. Nolan Public Works Director JSW:do Att. (o IV :,.......; o:: ::.:. . Wee. A -A A'rT Tv ter/ Ti e t B :�. j 4 : {: CITY r ::E ::::::::::::::::::. .rl F ceG. .sB i CITY OF NEWPORT BEACH DRAW" tea. DATE PUBLIC WORKS DEPARTMENT APPROVED FOrPD ROAD f AWWR7AWR BL. PUBLIC WORKS DIRECTOR INTERSECT /O�i/ �iQli /F /( QT /�/i% R.E. NO. DRAWING NO. t PAR 12 197q By the CIfY COUNCIL RESOLUTION NO. J c7 CITY q' i►T RFAGH A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A COOPERATIVE AGREEMENT BETWEEN THE CITY OF.NEWPORT BEACH AND THE STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION IN CONNECTION WITH THE FORD ROAD AND MACARTHUR BOULEVARD .INTERSECTION MODIFICATION (C -1882) WHEREAS, there has been presented to the City Council of the City of Newport Beach a certain Cooperative Agreement between the City of Newport Beach and the State of California Department of Transportation in connection with the Ford Road and MacArthur Boulevard intersection modification; and WHEREAS, the City Council has reviewed the terms and conditions of said Agreement and finds them to be satisfactory and that it would be in the best interest of the City to authorize the Mayor and City Clerk to execute said Agreement, NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that said Agreement above described is approved, and the Mayor and City Clerk are hereby authorized and directed to execute the same on behalf of the City of Newport Beach. ADOPTED this 12th day of March , 1979. ATTEST: City Clerk Mayor DDO /kb 3/7/79 k-/5,0 (, cQ 0 FEB 12 1974 By the CITY COUNCIL CITY OF NOWPORT SEACh TO: CITY COUNCIL FROM: Public Works Department February 12, 1979 CITY COUNCIL AGENDA ITEM NO. H -2(g) SUBJECT: FORD ROAD AND MacARTHUR BOULEVARD (S.H. 73) INTERSECTION MODIFICATION (C -1882) RECOMMENDATION: Adopt a resolution authorizing the Mayor and the City Clerk to execute a cooperative agreement with the City of Irvine covering construction of Irvine's share of the subject project. DISCUSSION: On December 12, 1977, the City Council approved the AHFP project for Ford Road and MacArthur Boulevard intersection modification (C -1882) This is a cooperative project involving the Cities of Newport Beach and Irvine, CalTrans, The Irvine Company, and the Orange County Arterial Highway Financing Program (AHFP). The principal features of the cooperative agreement with the City of Irvine are as follows: 1. City of Irvine agrees to bear the cost of design and construction of the improvements within the City of Irvine. 2. City of Newport Beach agrees to provide plans and specification, and administer a contract for construction of the project. The plans are presently being reviewed for CalTrans' approval and construction is scheduled to start in May or June of 1979. A sketch is attached showing the location of the proposed improve- ments. Benjamin B. Nolan Public Works Director JSW:jd Att. CITY OF NEWPORT BEACH DRAWN XrO. DATE AP-5-ZZ PIIRI IC WOPKS DFPARTMFNT APPROVED dj �'D A=lavo f �tfAG'.4.PTHUR BL, PUBLIC WORKS DIRECTOR INTERSECT /O�f/ .t7Q0 /F /CAT /O�(/ R.E. NO. DRAWING NO. FEB 12 1979 CITY pip N WPM r scFncH RESOLUTION NO., <n A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A COOPERATIVE AGREEMENT BETWEEN THE CITY OF NEWPORT BEACH AND THE CITY OF IRVINE IN CONNECTION WITH THE FORD ROAD AND MACARTHUR BOULEVARD (S.H.73) INTER- SECTION MODIFICATION (C -1882) a�/7;�_ WHEREAS, there has been presented to the City Council of the City of Newport Beach a certain Cooperative Agreement between the City of Newport Beach and the City of Irvine in connection with the Ford Road and MacArthur Boulevard (S.H. 73) intersection modification; and WHEREAS, the City Council has reviewed the terms and conditions of said Agreement and finds them to be satisfactory and that it would be in the best interest of the City to authorize the Mayor and City Clerk to execute said Agreement, NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that said Agreement for Engineering Services above described is approved, and the Mayor and City Clerk are hereby authorized and directed to execute the same on behalf of the City of Newport Beach. ADOPTED this 12th ATTEST: City Clerk day of February , 1979. Mayor DDO /kb 2/6/79 S - yam/ " CITY I "EWPORT $NCH Ok XE OF THE CLERK • (714) 6411 yFOaN July 22, 1980 Griffith Coapan y P. O. Box B-T Irvine, CA 92716 Subject: Surety :'United Pacific Insurance O>%xmy Bond No. : U08 36 20 Project : Fbrd imad and MacArthur Boulevard Intersection Modification Contract No.: C -1882 The-city council on June 23, 1980 accepted the work -of subject 9 Project and authorized the City Clerk to file a Notice of Conpietion and to release the bond 35 days after Notice of Caapletion has been filed. Notice of Conplekicn was - filed with the Orange ODmty Facorder cn . . June 27, 1980, in Book 13649 Page 579. Please notify your surety O mpany that the bond maybe released 35 days after the recording date_ . DORIS GflOFt(� City Clerk .. DG:bf cc: Public works Department City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 RECORDING • REge UESTED r�Tfi,-zN CITY CLERK CITY OF NEWPORT BEACH 3300 NEWPORT BOULEVARD NEWPORT BEACH, CALIF. 92663 30711 3K 13649PG 579 EXEMPT =BRANCH, IAL RECORDS C2 , CALIFORNIA NOTICE. OF COMPLETION P.M. UN 27 �� pad unty RsconJff PUBLIC WORKS 1 o All Laborers and Material Men and to Every Other Person Interested- YOU WILL PLEASE TAKE NOTICE that on March 21, 1980 the Public Works project consisting of Intersection improvements at Fbrd poadmWArthur Boulevard - on which �i € €ith was the contractor, and Itited Panific Ins uranne CaMany was the surety, was completed. VERIFICATION I, the undersigned, say: CIT OF NEWPORL T BEACH Public orks Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the fore-going-ia -true and .correct Executed on Jtme 24, 1980 at Newport Beach, California. Public Works Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on Jtme 23, 1980 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on Jtme 24,1980 at Newport Beach, California. City Clerk CITY OF NEWPORT BEACH CALIFORNIA city Hall 3300 W. Newport Blvd 640 -2251 Date: a me 24 r 1980 lee A Brmch ..... County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Brancclia _ 1 Attached for recordation is Notice of Canpletion of Public Works project consisting of Intersection inxmements Ebrd lbad/MacAuthur Boulevard Contract No. 1882 on which Griffith CenoanV was the Contractor and United Pacific Insurance Ccm xw was the surety. Please record and return to us. Very trvl yours, 440214S�4Geor 4 e City clerk City_of Newport Beach Encl. TO: CITY COUNCIL FROM: Public Works Department 46 June 23, 1980 CITY COUNCIL AGENDA ITEM NO. H -11 SUBJECT: ACCEPTANCE OF FORD ROAD /MacARTHUR BOULEVARD INTERSECTION IMPROVEMENTS (C -1882) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk 3. Authorize the City Clerk Notice of Completion has DISCUSSION: to file a Notice of Completion. to release the bonds 35 days after been filed. The contract for the construction of the Ford Road /MacArthur Boulevard intersection improvements has been completed to the satisfaction of the Public Works Department. The bid price was Amount of unit price items constructed Amount of change orders Total Contract Cost The cost of the project was shared as follows: The Irvine Company 29.8% CalTrans 23.5% City of Newport Beach (Gas Tax Fund) 22.6% Orange County (AHFP Fund) 20.9% City of Irvine 3.2% Seven change orders were issued: $455,387.00 439,590.79 13,482.93 $453,973.72 The first, in the amount of $657.96, provided for the installation of special advance construction signs required by CalTrans. The second and third, in the amount of $2,634.17, provided for the construction and later removal of a temporary bike trail through the construc- tion area. The fourth, in the amount of $1,756.92, provided for the removal of additional pavement on Ford Road in order to provide a smooth join. i 0 June 23, 1980 Subject: Acceptance of Ford Road /MacArthur Boulevard Intersection Improvements (C -1882) Page 2 The fifth, in the amount of $6,353.21, provided for additional shoulder ditch grading and paving on the easterly side of MacArthur Boulevard, removal of pavement markers, and reconstruction of a portion of the existing shoulder. The sixth, in the amount of $1,465.07, provided for ditch and shoulder grading and paving on the westerly side of MacArthur Boulevard. The seventh, in the amount of $615.60, provided for a change in the type of curb around the island at the southeasterly corner of the intersection. The design engineering was performed by Simpson - Steppat of Newport Beach. The contractor is Griffith Company of Irvine, California. The contract date of completion was November 7, 1979. The contract required that the work be completed in 120 days. It was necessary to complete half the work, then move traffic to the new pavement while the second half was being completed. Certain of the new traffic signal poles were required for the completion of the first phase; however, these poles were not delivered until November 24, 1979, 17 days after the required comple- tion date for the entire project. During construction of the second phase the work was delayed by rain or mud for 49 days. The work was completed on March 21, 1980. The assessment of liquidated damages is not recommended, as the basic responsibility for not meeting the date of completion lies with the pole manu- facturer who will not accept the pass- through of damages from the contractor. (There are only two manufacturers who supply poles of the type required. In order to obtain the poles, general and electrical contractors must accept the terms of delivery dictated by the suppliers.) Benjamin B. Nolan Public Works Director GPD:jd CITY OF TO: Public Works Department FROM: City Clerk NEW PORT BEACH Date .7„7y 1Q, 1972 SUBJECT: Contract No. 1882 Project Ford Fbad and Mac -Arfl ,, Ii - r*+, �rsocticui Attached is signed copy of subject contract for transmittal to the contractor. Contractor: Griffith Cdrpany Address: P. 0. Box B-T Irvine, Calif Amount: $ 455,387.00 Effective Date: July 10, 1979 Resolution No. 9574 A"' Doris GeoVe Att. cc: Finance Department m City Ball • 3300 Newport Boulevard Newport BcaclL Caltlornia;��3. July 9, 1979 TO: CITY CLERK FROM: Public Works Department SUBJECT: FORD ROAD AND MacARTHUR BOULEVARD INTERSECTION MODIFICATIONS (C -1882) Attached are the subject contract documents and insurance certificates. Please have the four copies executed on 'behalf of =the City, retain your copy and the insurance certificates, and return the remaining copies to our department ponn z). woiser Project Manager JSW:jd Att. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. 1882 AHFP NO. 947 5 948 CONTRACT DOCUMENTS FOR FORD ROAD AND MACARTHUR BOULEVARD INTERSECTION MODIFICATION APPROVED BY THE CITY COUNCIL this 14th Day of May , 1979 i 2 Doris George, City C14rk SUBMITTED BY: GRIFFITH COMPANY Contractor P. 0. BOX B -T Address CITY CLERK IRVINE, CALIFORNIA 92716 City ( 714) 549 -9991 Phone 455,387.00 Total Bid Price �i Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:30 A.M. (as determined by telephone time signal) on the 1st day of June 1979, at which time they will be opened and read, for performing work as follows: FORD ROAD AND MacARTHUR BOULEVARD INTERSECTION MODIFICATIONS CONTRACT NO. 1882 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required an the C_o_rporate_ Seal � shall be affixed to all documents requiring signatures. In the case of a als rtnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) Page la The City has adopted the Standard Specifications for Public Works Construction (1976 Edition) as prepared by the outhern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $5 per set. A standard "City of Newport Beach Special Endorsement" form has been adopted by the City of Newport Beach. This form is the only endorsement acceptable to the City for liability insurance purposes. The successful low bidder will be required to complete the form upon award of contract. (A sample form is attached for reference.) For any required bonds, the company issuing bid bonds, labor and material bonds, and faithful performance bonds must be an insurance company or surety company licensed by the State of California. In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascer- tained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in- clusive). The contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the Public Works Department. The City reserves the right to reject any or all bids and to waive any informality in such bids. Revised 3 -13 -79 Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. _19168 _Classification AFB- 1-c&.12 Accompanying this proposal is 1" ' (Cash, CertA ie C ec , Cashier's Check or Bon in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. (714.k 549 -2291 P one u er June 1, 1979 Da e Bid er s Name (SEAL) ut ori zed Signature S PrPqiriPnt Aut or Signature Cp�,nrati Type of Onn rganization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: George P. Griffith. President Donald L. McGrew. Executive Vice Pres. Robert D. Lytle. Vice President John E. Tiger. Vice President James A. Hearn. Vice Pres /District Mgr. James B. Hayden, Vice Pres /District MqD. James D. Waltze. Vice Pres /District Mgr. Vincent Diaz, Assistant District Mqr. Page 3 DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address 1. Electrical & Johnsen 2. Stamped Conc_ Leenite GQRR 3. Underground Savala S6nSt 4. Con -rptp R Strurtnrpc -- JE�BIei5�E1 & Markel 5. 6. 7. S. 9. 10. 11. 12. GRIFFITH COMPANY is Name S /James D. Waltze, Vice President Authorized ignature Corporation Type of Organization (Individual, Co- partnership or Corp.) P. 0. Box B -T Irvine, California 92716 Address "FOR ORIGINAL SEE CITY J'ERK'S FILE COPY" Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, GRIFFITH COMPANY as Principal, and UNITED PACIFIC INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT (10 %) OF THE TOTAL AMOUNT BID IN--- Dollars ($---------- - - - -), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of Ford Road.and MacArthur Boulevard Intersection Modification in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 5� th day of 19 79 Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) WTi. „ • , GRIFFITH Ou' Principal By S-/Francis G. Jarvis, Jr.. Attorney in Fact Title Attnrnpy in Fact NON- COLLUSION AFFIDAVIT Page 5 The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say,.that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agree- ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants.or either of them has not directly or indirectly, entered into any arrangement or agree- ment with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no . bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no inducement or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this - day of Jimp , 19_x. My commission expires: May 74_ 19R9 RittMA otary Public 'W IRIGINAL SEE CITY CLERK'S FILE 'Y" Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY Tne undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. "Oh file with City Clerk" SJJames D. Waltze, Vice President Signed Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. SEE ATTACHED SHEET GRT 0 COLT ^RZ7CTIC \7 ?'PF;k _IC- _ ter'-' EP °C.S ',fear :':D qtr. �. For ? �.Q'.' -: Per_Oo = -ieC. DO:? t0 Co .act Tel.e`:` 1977 Orange County Environmental F_ G. Osborn (714} 8,24-220,j Agency Director Marguerite Parkway from N /Avery Pkwy -to cstanciero Dr ($560,300,00) 1977 City of Santa Ana John J. Prendergast Seventeent'a St Conat Engineer (714) 834-45 -, Olive to Ross 1977 Mate of California It. 2. 2 "cRean (213,` 620 -3c,2C Dept of Transportation Chief Mate College Blvd Overpass Const Branch O Route 5 Contract No. 07- 184524 ($3,325,000.00) 1977 City of NevTort Beach Don T ^.ebb (714) 6z<0 -225_ Jamboree Road between 2roject Manager Ford Rd & MacArthur Blvd ($387,000.00) 1D77 County of Orange Environmental Agency H. G. Osborn (714) 834-23J� Alicia Parkway from 750' Director Nmorth4asterly of != .Rhea Ave to Coronel Drive ($460,000,00) '.977 Citv of lewoort Beach ")hn S. Wolter (714) Superior Avenue from Protect Manager Piacen'cia Ave to Irdustriai Pray ($294,400.00) \ :i N / }cr \ 37; f� � � � ka ƒ \ }) 2( z, ;!k 4 §)ee} \ ƒ {§ . : #B /R - )/ 0 a I . ( )\ \\ \ R) 2 ƒ) \ \§ ( \ \0\ 2: Z`2f \, < \( \\ \ ` 1� k 1 + � \)( /� {t N @ ' \ \ � � � r @ ' "The Premiam charged for thla Vand is included is that shown on the Performance Bond." LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, That Page 8 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted June 11 1979 has awarded to GRIFFITH COMPANY hereinafter designated as the "Principal ", a contract for FORD ROAD & MacARTHtiR BO LEVARD INTERSECTION MODIFICATION in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies or teams used in, upon, for, or about the per- formance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We owrM cwftsy P. 0. BOX L -T* Irwin*. Ca2tra t+ta 9=6 as Principal, and VXX= PACMC 18=RA= GOtli'Ai1Y as Surety, are held firmly bound unto the City of Newport Beach, in the sum of TWO lMM TWXYTY -!ice THOEf A)M, M SUKUM rtlxtET7[- and $0/100 -- ---- -- - - Dollars ($ 227,698.80-_ --- ), said sum being one -half of the estimated amount payable by the City of Newport Beach under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that-if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the Provisions of Section 4204 of the Government Code of the State of California. This bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon Page 9 (Labor and Material Bond - Continued) this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications, In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 28th day of JtMe , 19 76 . (Seal) Name f Contractor Principal Donald L. - Presider Z ecut Id .- M Presider Authorized Signature and Title JAMES D. WALTZE Y1Cc PRESIDENT ut`borized Signature and Title UNIM YACMC DUR"C9 a A" (Seal ) Name of Surety 4145 Shatto Plsao, Los Aage lo* & Ca. $Me Address of Surety 1Y T�° and Title of Au thorized�Agent i.LUlam Z. ltexmsd ktto eq- 1n -N*t $0001 viubbv Blvd.. Leon A64s1e0. Ca. 40040 ddress of Agent (1233) 586 -Mo Telephone No. of Agent Page 10 8088 no, 1109 3S 20 PERFORMANCE BOND 43#415.40 } t3U?EI1 is 4 t".CClR MAR!'SS KNOW ALL MEN V THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopte&,> jftlt 111 1979 has awarded to VIUFFITH MOMY hereinafter designated as the "Principal ", a contract for FOW ROAD NO H&VARilRiR 800MARa INMECTION MWIFIGATION - MRACT NO. 1138E in the City of Newport Beach, in strict conformity with the Drawings and Specifications and.other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, =X fl" 0"All P.O. am 8-3, Ir+'ias, "Uft+nSa 47718 as Principal, and UNIM PACMC tltBtlRr68Cf CQMPAXY as Surety, are held and firmly bound unto the Cit of Newport Beach, in the sum of iS�P'� > abd 841140 rom Sum= 1'1< TT -rm TINO&UOD. Ti = BMW= 1 Dollars ($ 45$.387.40 ) said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, con- ditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents; as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice Page 11 (Performance Bond - Continued) of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the of Ame , I. GR (Seal am t ) Donald L. McGrew X e- uti°ve Vi_e Presiden Authorized Signature and Title JPJOEC, D. WALTDE VICE PRESIDENT A rized Signature and Tftl e (Seal) ame o urety Signature and Ti-t1 "of Authorized Agent William E. Howard Attorney -in -Fact (213) 386 -2360 Telephone No. of Agent Page 12 CONTRACT THIS AGREEMENT, made and entered into this /GZL day of 19 , 0 by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and GRIFFITH COMPANY hereinafter designated as the Contractor, party of the second part. WITNESSETH: That the parties hereto do mutually agree as follows: 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of FORD ROAD & MacARTHUR BLVD. INTERSECTION MODIFICATION - CONTRACT NO. 1882 and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the Plans and Specifications therefor; to furnish at his own proper cost and expense all tools, equipment, labor, and materials necessary therefor, (except such materials, if any, as in the said Specifications are stipulated to be furnished by the City), and to do everything required by this Agreement and the said Plans and Specifications. 2. For furnishing all said materials and labor, tools and equipment, and doing all the work contemplated and embraced in this Agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be encountered in the prosecu- tion of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said Specifications are expressly stipulated to be borne by the City; and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the said Plans and Specifications, the City will pay and the Contractor shall receive in full compensation therefor the lump sum price, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the Specifications, named in the bidding sheet of the Proposal, as the case may be. 3. The City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to for the price aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Specifications; and the said parties for themselves, their heirs, executors, administrators; successors and assigns, do hereby agree to the full performance of the covenants herein contained. 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the Plans and Specifications, and all amendments thereof, when approved by the parties hereto, or when required by the City in accordance with the provisions of the Plans and Specifications, are hereby incorporated in and made part of this Agreement. Page 13 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the Director of Public Works, and their officers and employees, from all claims, loss, damage, injury, and liability of every kind, nature, and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence; and from any and all claims, loss, damage, injury, and liability, howsoever the same may be caused,resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the day and year first above written. CITY OF NEWPORT QBEACH, CALIFORNIA ATTEST: 1" JAI , City Clerk TF FM GG A ANY Contractor By�ti � \J(SEAL) i AAM6D, WALrZE LY.d'CE PRESIDENT Title By: zlft4'� / QOlii Donald L. McGrew, Executive Vice President. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PLANS AND CONTRACT DOCUMENTS 11b FORD ROAD AND MACARTHUR BOULEVARD INTERSECTION MODIFICATION CONTRACT NO. 1882 ADDENDUM NO. 1 NOTICE TO BIDDERS Please be advised that the following revision shall supplement the Plans and Specifications, and shall become a part of the contract documents. SPECIAL PROVISIONS APPENDIX: CALTRANS ENCROACHMENT PERMIT NO. 779 -E- 764265 was not included in the original mailing of the contract documents. The attached copy shall be a part of the contract Special Provisions. Note that on the first page of the Encroachment Permit, reference is made to comments marked in and on the Plans k- 5372 -S and T- 5212 -S. .Those comments have been included in the final contract plans and are not marked in red. Please sign and date this addendum, and attach it to your bid proposal. J. a Benjamin B. Nolan Public Works Director Date: June 1. 1979 Addendum received by: GRIFFITH COMPANY Contractor S /James D. Waltze, Vice President. Signature 0 6 ORA -CM 3 -2.00 FORM OMO.M.P -202 (REV. 1.76) STATE OF CAUFORMA DEPARTMENT OF TRANSPORTATION No .__729-E- 2&}265 pE ; ^r;� 0 �. �Q �i -' CITY OF L NEWPOHJ BEACN, i CALIF. c ENCROACHMENT PERMIT rt Beach Blvd. Los CA 92663 An &ales___ California , Permittee _J ?MaY 17'------------------- 19--79- In compliance with your request of ----- December__5------------------------- 19.78_ -and subject to all the terms, conditions and restrictions written below or printed as general or special provisions on any part of this form and/or attached hereto. 'ERmissioN Is HEREBY GRANTED To enter within the State RIW at Mac Arthur vd. and Ford Road, ORA -073 -2.00 for the purpose of widening and aligning Ford Road, widening Mac Arthur Blvd. installing and up- ading the signal system, and constructing bicycle trail facilities. e work involves the construction of A.C. pavement, excavation, rb and gutter, signal modification, A.C. overlay and safety lighting shown traffic signal plan (T- 5212 -8 and sheets 1-6 of drawing - 5372 -S) as marked in red. Construction signs, to be provided by and installed by the City Newport Beach, shall be constructed and placed as shown on the tached installation order and Sign Location maps. All permit inspection shall be charged to B.A.# Traffic shall be maintained in accordance with beetions 7-1.08 and 1.09 of the Standard Specifications. Existing traffic lanes on MacArthur Blvd. shall be provided for blic traffic at all times. No lane closure will be permitted on MacArthur Blvd between the hours 6:30 to 8:30AM and 3:30 to 6:00PM on weekdays. Provide a minimum of one -12ft lanes in each direction on MacArthur vd. The permittee shall be responsible for stripe removal and State forces will place new striping at the permittee's expense. A minimum lateral clearance of 5 feet shall be provided between he edge of excavations and adjacent traffic lanes. Where 5 feet This permit is to be strictly construed and no work other than that specifically mentioned above is authorized hereby. (Continued) This permit shall be void unless the work herein contemplated shall have been completed August 17 79- before ----- -----------------------------------------------19-------- cc ORA ORA PERUZZI MOTODA jC cc DEPARTmENT of 1Y+ANsPornAmoN --------- --- ---- -$�_,I -DAgwE --- --- - - -- -- ---- - -- - -- - -- - 'Direr or of TrarapoMation 1� &M B. LUMSDEN -- ---- - - -- - - - -- ---- - -- --------------- - - - -- Asst. Dittr4.K Permit Engkwr GENERAL PROVISIONS 1. Drjotthon. This permit is issued under Chapter 3 of Division 1 of the Streets and Highways Code. The term em newhnu•Fit is used in this permit as defined in the said Chapter 3 of said mile. Except as otherwise provided for puhlir ng,•ncivs and franchise holders, this permit is revocable on five days notice. 2 rtrrephrnce of Provisions. It is understood and agreed by the Permittee that the doing of any work under this lit uit slcdl constitute an acceptance of the provisions. Nu Precedent Estahlirhed. This permit is granted with the understanding that this action is not to be considered .a establishing :my precedent on the question of the expediency of permitting any certain kind of encroachment to be enrhzl within right of way of State highways. 4. Notice Prior to Starting Work. Before starting work the Permittee shall notify, the District Director of Trans- portation or other designated employee of the district in which the work is to be done. Such notice shall be given at least three days in advance of the date work is to begin. Unless otherwise specified, all work shall be performed on weekday and during normal working hours of the Grantors inspector. 5. Keep Permit on the Work. This permit shall be kept at the site of the work and.must he shown to any repre- sentative of the Grantor or any law enforcement officer on demand. 6. Permits front Other Agencies. The party or parties to whom this permit is issued shall, whenever the same is required by law, secure the written order or consent to any work hereunder from the Public Utilities Commission of the State of California, or any other public board having jurisdiction, and this permit shall be suspended in operation unless and until such order or consent is obtained. 7. Protection of Traffic. Adequate provision shall be made for the protection of the traveling public. Barricades shall he placed with amber lights at night, also flagmen employed, all as may be required by the grantor for the particular work in progress. S. Minimum Interference With Traffic. All work shall be planned and carried out so that there will be the least innsiblc inconvenience to the traveling public except for the specific work permitted. 9. Storage of Material. No material shall be stored within eight (8) feet from the edge of pavement or traveled wary or within the shoulder line where the shoulders are wider than eighht feet No supplies or equipment shall be stored on the highway until permittee is ready to start work. Ill. Clean Up Right of Way. Upon completion of the work, all brush, timber, scraps and material shall be entirely r:nanrd and the right of way left in as presentable condition as before work started. 11. Standards of Construction. All work shall conform to recognized standards of construction. 12. Supervision of Grantor. All the work shall be done subject to the supervision of, and to the satisfaction of, the Grantor. 13. F'uhtre Moving of Installation. It is understood by the Permittee that whenever construction, reconstruction or maintenance work on the highway may require, the installation provided for herein shall, upon request of the Grantor, he removed or revised at the sole expense of the Permittee within five days of such notice. 14. Expetue of Inspection. On work which requires the presence of an employee of the Grantor as inspector, the salary, traveling expense and other incidental expense of such inspection during the work shall be paid by the Permittee upon presentation of a bill therefor. - 15. 'Liability for Damages. The Permittee is responsible for all liability for personal injury or property damage which may arise out of work herein permitted, or which may arise out of failure on the Permittee's part to perform his obligations under the permit in respect to maintenance. In the event any claim of such liability is made against the State of Califomia, or any department, othcer, or employee thereof, Permittee shall defend, indemnify and hold them and each of them harmless from such claim. This permit shall not be effective for any purpose unless and until the above -named Permittee files with the Grantor, a surety bond in the form and amount required by said Grantor, unless specifically exempted on the face hereqf. The requirement that a bond be filed does not apply in the event the Permittee is a gncernnu•ntal board which derives its revenue by taxation. 16. Making, Repairs. If the Grantor shall so elect, repairs shall be.made by employees of the Grantor and the expenses thereof shall be home by the Permittee. All pa Fits to laborers, inspectors, etc., employed by said Grantor for or on account of the work herein contemplated, shall be made by said Permittee forthwith on receipt of written md( -rs, payrolls or vouchers approved by Grantor. Or the Grantor may elect to require a deposit before starting repairs, in an amount sufficient M cover the estimated cost thereof. The Grantor will give reasonable notice of its election to make such repairs. If the Grantor does not so elect, the h- nitittty shall make such repairs promptly. In every case the Permittee shall be responsible for restoring any portion of the highway which has been excavated or otherwise disturbed to its former condition as nearly as may be possible except where the Grantor elects to make repairs as above provided in this paragraph and except where provision m the contrary is made in the typewritten portion of the permit. Existing Improvements shall be protected or relocated as required by work authorized by this permit. If existing improvements are damaged or their operation impaired by this work, they shall he replaced or restored to the satisfaction of the Grantor. 17. Core of Drainage. If the work herein contemplated shall interfere with the established drainage, ample provision shall he made by the Permittee to provide for it as may be directed by the Grantor. 18. Submir Location Plan. Upon . completion of underground or surface work of consequence, the Permittee shall furnish plan to the Grantoi s District Office showing location and details. 19. Maintenance. The Permittee agrees by the acceptance of this permit to exercise reasonable care to maintain properly any encroachment placed by it in the highway and to exercise reasonable care in impacting for and immediately repairing and making good any injury to any portion of the highway which occurs as a result of the maintenance of the encroachment in the highway or as a result of the work done under this permit, including any and all injury to the highway which would not have occurcd had such work not been done or such encroachment not placed therein. PIPES, CONDUITS, GAS PUMPS, ETC. 20, Crossing Roadway. Service and other small diameter pipes shall be jacked or otherwise forced underneath pavement without disturbing same. Pavement or roadway shall not be cut unless specifically permitted on the face hereof. Service pipes will not be permitted inside of metal culvert pipes used as drainage structures. 21. Limit Excavation. No excavation is to be made closer than eight (8) feet from the edge of the pavement except its may be specified. 22. Tunneling. No tunneling will be permitted except on major work as maybe specifically set forth on the face hereof. 2:3. Depth of Piper. There shall be a minimum of 30 inches of cover overall pipes or conduits. 24. Rackfrlling. All backfilling is to be moistened as necessary and thoroughly compacted to required dry density pt•r cubic feet. Whenever required by the Grantor, a trench crossing the roadway shall be backfilled with gravel or Gnashed cork. zF City of Newport Wch -2- *78 -E- ']64265 . 3 , of clearance is not provided the excavation shall be shored and tight sheeted. A minimum lateral clearance of 2 feet shall be provided between the edge of surface obstructions and the adjacent traffic lane. No work shall be performed on Saturdays, Sundays, or Holidays. Traffic signal work shall be done in accordance with the State of California Specifications. The permittee shall pay for any temporary wiring or service connections required to keep the signal system in effective operation during modification. Existing traffic signal system/s on State highway shall be kept in normal operation for the benefit of the traveling public during progress of the work. If traffic signal system shutdown is necessary shutdown hours shall be limited to short periods between 9 :30AM and 3 :30PM as directed by the State Inspector. The traffic signal system/s will be maintained by State forces. On all permit work involving installation or revision of the State's lighting, signal or electrical facilities, Permittee shall notify Permit Electrical Inspector, Ben Motoda 620 -2206 of his intention to begin work at least (3) three working days in advance. Field wiring shall be as directed by the State Inspector. The curb and /or berm or any other item of protection on the traffic side of any signal and /or street light facilities shall remain in place until after the facilities have been relocated. The signal and /or street light facilities shall be relocated prior to starting the road work in the area. All salvaged equipment shall be delivered to the State Signal Maintenance yard, 7300 E. Bandini Blvd., Commerce, California. Any turn -on of new signals or the shutdown of existing signals or any part thereof must be cleared and approved at least (3) working days in advance with the Maintenance Traffic Signal Inspector. An "As Built" shall be sent by permittee to the Traffic Branch upon completion of the work. If the permittee elects to work between 6:PM and 6:30AM (nights) he shall provide the necessary lighted cones, portable generators and any devises necessary to comply with the Manual of Traffic Control Requirements. The joint use pole at the northwest curb return shall be relocated out of the new 35' radius curb return. A.C. ramps shall be provided at the ends of all sidewalk within the State right of way. The sidewalk shall be placed on 4" of sand. All surface obstructions must be relocated to positions back of the new curb before the new curb and /or berms are removed. All signal conduits shall be jacked across MacArthur Blvd. The permittee will adhere to the Paleontological and Archaeological guide lines under section B -5 adopted August 26, 1974 and B -6 adopted January 13, 1975• If archaeological or paleontological resources are encounted during construction, Gene Huey of the Environmental Planning Branch (213) 620 -4642 will be contacted immediately. (Continued) City of Newporo Beach -3- • 778 -E- 764265 Prior to the start of any work authorized by this permit, Permittee shall arrange for a pre -job conference with the Permit Field Engineer Mr. Peruzzi by calling 714- 639 -6851 between 7:30 -9AM to insure a complete understanding of the requirements by both parties. Traffic shall be maintained in accordance with Sections 7-1.08 and 7 -1.09 of the Dept. of Transportation Standard Specifications dated Jan. 1978 and with the Manual of Traffic Controls dated 1977- Traffic shall not be diverted or interrupted without prior approval of the State Inspector. The attached ROADSIDE Il'MVEMTS and BORE sheets are part of this permit. Special attention is directed to General Provisions 2, 3, 5 and6 printed on this form. The work authorized by this permit does not require a D.I.S. permit. "MAAT'ENANCE - PERMITS 0 46 SPECIAL PROVISIONS (ROADSIDE IMPROVEMENTS) TO BE ATTACHED TO AND MADE A PART OF PERMIT NO. 778- F,764265 I. INSPECTION REQUIREMENTS It is imperative that the permittee notify the following State Inspector at least 48 hours prior t:, starting any work under this permit. State Inspector: Mr. Peruzzi phone 714 - 639 -685 between - or if no answer phone - -- between 8:00 a.m, and 4:00 p.m. All inspection costs incurred incidental to this work shall be borne by the permittee. All work shall be performed during the working hours regularly assigned to Department of Transportation employees. II. CONSTRUCTION REQUIREMENTS Unless otherwise detailed and authorized on the face of this permit, all work shall be done in accordance with the Division of Highways Standard Specifications dated Jan. 1973 and the following special provisions: (Only items pertaining to the applicable construction work will apply.) A. Sidewalk shall be constructed with Class "A" Portland Cement Concrete four (4) inches in depth except at commercial driveways where six (6) inch depths respectively, will be required. Back edge of sidewalk shall be placed on the right -of -way line. The finished grade of sidewalk shall have a cross fall of 1/4 inch per foot. Concrete shall be scored in accordance with the Standard Specifications or so that scoring will match adjoining existing concrete. B. P. C. C. sidewalk shall be constructed using a minimum of 4" of Class A P. C. C. over 4" of pea gravel or sand subbase and soil sterilant consisting of 25% sodium - clorate per gallon of water ap- plied at the rate of one fourth gallon per square yard. The 41' of sand subbase may be waived provided the native soil has a sand equivalent value of 20% as determined by California Test Method 217F or as determined by the State Highway Representative. C. Concrete curbs and gutters shall be constructed to authorized plan ra es or, n con oxmance with existing curb for alignment and grade. State Standard type curb and gutter is required.) Grade and align- ment of portions of curb - returns lying outside the Division of-High- ways right of way must ave he approval of the city or county Involved. Prior to the construction of new curbs, the permittee shall relocate surface obstructions (such as utility poles, trees, etc.) to loca- tions back of the proposed curb, also continuation of curb line within the following limits: Fifty (50) feet back from beginning of 7 -MP -17 (OVER) Sep 74 of curb construWgon and one hundred and fifn(15C) feet beyond ttp end of curb con ction for safe traffic mo ent. Removal or re= location of surface obstructions shall be done without expense ,to t¢e t, State. D. Sections of existing concrete curbs and idewalks to be removed shall be cut on the nearest score marks beyond t e I=S-OT I=S-OT removal. This concrete shall be removed to full depth and disposed of outside the State right of way. Unless a neat cut is made without damage to re- maining concrete, additional concrete shall be removed to the next score line, usinfz a concrete saw if considered necessary by the State Inspector. E. (1) Concrete driveways shall be constructed in accordance with the attached Regulations for Standard Driveways. (2) Concrete driveway shall be located to provide not less than 2 feet of full- height curb between permittee's property line and driveway. In those cases where the lot line does not intersect the highway right - of -way line at 900, the extension of the property line within the State right of way for purposes of determining driveway locations, shall be on a line at right angles to the curb or edge of traveled way and passing through permittee's lot corner. F. Temporary driveways when authorized shall be constructed with Asphalt sur�`ac ng o a epth of not less than three (3) inches. The edge of driveway shall be not less than five (5) feet from permittee's side property line when curbs are not constructed. Driveways shall be constructed at right angles to and shall Join exist- ing surfacing. Radius of flared sections placed between edges of pavement and driveway shall not exceed ten (10) feet, unless a larger radius is authorized on face of permit. Finished grade of surfacing placed between traveled way and curb shall conform to existing shoulder grade. This construction shall not interfere with the existing drainage in any way. The permittee understands and agrees that asphalt- concrete surface driveways are temporary; at such time as concrete sidewalks are con- structed, asphalt- concrete surface. driveways shall be replaced with standard driveways of Portland Cement Concrete. All driveways shall be constructed over 6 inches of aggregate base. G. Roof drains, when authorized, must be restricted in use for the exclu- sive purpose of draining rain water from the roof of permittee's building and /or paved parking lot. Roof drains if used for any other purpose, such as draining waste water or domestic supply water onto the highway, will be summarily plugged at curb face outlet by State forces. Drains shall be installed at right angles to the curb line. Removal and replacement of concrete curb and sidewalk sections for the installation of roof drains shall be done in accordance with provisions of Paragraph "C" above. H. Roadside landsca i , when authorized, shall conform with requirements given, on a ace of the permit and /or the State's Landscaping Regulations. 7 -MP -17 (back) Sep 74 BORE CLAUSE All boring operations shall be made without the. use of water or air excepting that a minim= amount of water supplied from a container mounted on operator's equipment may be used for bit lubrication only. If considered necessary by the State's Aspresenta- tive, the Permittee shall, at his expense, pressure grout from within the casing and /or from the top of pavement, the area between the pavement and the casing, in order to fill any voids caused by the work as covered under this permit. FORM 07 - RP -Bor. Rev. 3 2/23/77 "The permittee for himself, his personal representatives, successors in interest and assigns, as part of the con- sideration hereof, does hereby covenant and agree (1) that no person on the ground of race, color or national origin shall be excluded from participation in the use of said facilities, (2) that in the construction of any improvements on,, over, or under such land and the furnishing of services thereon, no person on the ground of race, color or national origin shall be Pxcludgd from participation in, denied the benefits of, or otherwise be subjected to discrimination, and (3) that the permittee shall use the premises in compliance with all other require- ments imposed by or pursuant to Title 49, Code of Federal Regulations, Department of Transportation, Subtitle As Office of the Secretary, Fart 21, Nondiscrimination in Federally- assisted programs of the Department of Trans- portation- Effectuation of Title VI of the Civil Rights Act of 1964, and as said regulations may be amended." "That in the breach of any of the above non - discrimination covenants, the State of California, shall have the right to terminate the permit and to re -enter and repossess said land and the facilities thereon, and hold the same as if said permit had never been made or issued." IT 25. Stirfacing. After proper backfilling, base and surfacing shall be replaced in kind, and the site restored to its original condition, all to the satisfaction of the Grantor. 26. Maintain Surface. The Permittee shall maintain the surface over structures placed hereunder as long as necessary. 27. Pipes Along Roadway. Pi es and utilities paralleling the pavement shall be located at the distance from traveled way and at such depth as specifically directed on the face hereof. Cutting of tree roots will not be permitted. POLES, WIRES, CABLES AND OVERHEAD STRUCTURES 28. Location Pole Lines, etc. Pole lines shall be located one foot from the property line unless otherwise specified on the face hereof. 29. Public Utilities Commission Orders. All clearances and type of construction shall be in accordance with the applicable orders of the Public Utilities Commission of the State of California. 30. Pernassion from Property Owners. Whenever necessary to secure permission from abutting property owners, such authority must be secured by the Permittee prior to starting work. 31. Clearance of Trees. Poles must be of such height as to permit clearance over a tree 40 feet in height, where quick growing trees are in place. At locations where slow growing trees are in lace, normal construction standard may be folluwevl at the option of the pole line company, with provision to ultimately clear a 40 -foot tree. 32. Guy Wires. No guy wires are to be attached to trees except on specific authority and in no event shall they be sn attached as to girdle the tree or interfere with its growth. Guy wires shall be kept at a minimum elevation of six feet above the ground whenever so directed. 33. Clearing Around Poles. The Permittee shall remove and keep clear all vegetation from within a radius of at least five feet of the poles. 34. Painting or Visibility Strips. All poles are to he painted for a distance of six feet above the ground using white lead and oil or aluminum paint or in lieu thereof, when poles have creosoted butts, wood metal or other approved type of visibility strips may he placed. Wood stops are to be Douglas fir 1" x 3"--5' long piaced on 6" centers about the base of pole and painted with white lead and oil or aluminum paint. If metal strips are used such strips may be placed either vertically or horizontally. Paint is to be renewed as often as may be required in maintain a satisfactory covering. If not painted when installed or renewed as the Grantor may consider necessary, the right is reserved to have this painting done and the Permittee hereby agrees to bear the cost thereof under the terms of this permit. Poles that do not present a possible traffic hazard will be given consideration for exemption from those provisions upon written request of Permittee accompanied by pertinent data as to pole location, difference in elevation, etc. The Grantor's decision will he final in this regard. 35. Remove Old Poles, Guys and Stubs. The entire length of such timbers shall be removed from the ground and the holes backfilled and thoroughly tamped. In paved areas, temporary A.C. surfacing shall be placed until such time as permanent repairs are made. PLANTING TREES 36. Location and Species. The location and kind of trees to be planted shall be specified on the face of this permit. 37. Planting and Maintenance Cost. The Permittee must bear the cost of planting the trees. The arrangement as to maintenance of the trees shall be specifically set forth on the face of the permit. In particular cases arrangements may be made for the Grantor to do this work upon deposit of a certain sum for each tree which is to be planted. The Grantor reserves the right to assume the maintenance or to decline to do so as conditions justify. 36. Croup Planting. The cost of group plantings and similar special work which may be agreed upon with the Grantor shall be borne by the Permitter. Land for such plantings shall be secured in fee by the Permittee and turned over to the State. Plantings for parking and picnic grounds will not be considered in this connection. REMOVAL OR TRIMMING OF ROADSIDE TREES 39. Removal of Trees. When permit is granted for removal of a tree as an independent operation or as a part of other work, the entire stump shall be taken out for a depth of at least two feet below the ground surface or pulverized with a rotary stump grinder. 40. Clearing the Site. All timber and debris shall be removed from the right of way. The hole left by the stump shall be backfilled and thoroughly tamped and the site left in a presentable condition. 41. Trimming of Trees. In general, only light trimming of branches two inches or less in diameter will be permitted and only when specifically so stated on the face hereof. The shapeliness of the tree most be preserved. 42. Inspection. If the permit requires inspection by the Grantor during progress of the work the cost of inspection shall he home by the Permittee. No charge will be made for occasional routine inspection. Road Approaches, Connecting Pavements and Minor Work 43. Grades and Specifications. Grades and types of construction shall be as detailed by plans or stated on the face of this permit. 44. Borrow and Waste. Only such borrow and waste will be permitted and within the limits as set forth on the face of this permit. 45. Minor Work. Grading down of small banks, small ditches, placing of awnings, and other similar minor work shall be governed by the general provisions and as detailed on the face hereof. Signs 46. Clearance of Signs. The minimum clearance from the sidewalk shall be twelve feet unless otherwise provided as a provision of this permit. Railroad Crossings 47. Safety and Convenience. The future safety and convenience of the traveling public shall be given every consideration in the location and type of construction. 46. Meet Highway Grade. The grade and superelevation of the track must conform to the grade of the highway at point of crossing. 49. Width of Paving. The crossing shall be planked or paved as may be specified on the face of this pemdt for the full roadway and shoulder width. or. era. nra.. 1-r; ma A ow CE,ARTMLn 7 't;AA50'3PTATION SIGN LIST AND INSTALLATIONSER DAS SA 323_Pm. 71 EO OF COUM JW—/ ROUTE� POST MILE EIP AJTH spectAL OIEStG OBJECT I FILE 0 '7 3, IV, JJ- � 1 771 REQUISITION '.U\IULH SUB PURCHASE ORDER NUMGER I LOCATION EACH LOGE SPEC SHEET /08, �Af CONSTRUC710N ON MACARThUR EL ONE LANE ONLY 8 30 A M to 3 p TYPE LAMINATED PANEL 8 E. ALUMINUM P ALUM. I REFL. SHEET BACKGROUND SIZE /oL8 X COLOR MESSAGE IBACKGROUND LETTER SIZE A LINE uc LC CAP ARROW PLN R 9 R's 1 2 UNIT PRICE TOTAL PRICE 3 --t� ITEM NI-HIISER LOCATION EACH CODE SPEC. SNE ET AI CON ST R VC TION A � EA 4) oNe LANi F ONLY -630AMio EP&I TYPE LAMINATED PANEL B.E ALUMINUM ALUM. REFL SHEET BACKGROUND SIZE 96.54 ! COLORI MESSAGE BAC LETTER SIZE 4 / t 4 e M-/s 6 UNIT PRICE TOTAL PRICE LINE uc LC CAP APRIW -Lh R 9 4 5 m I I 2 ITEM NUMBER LOCATION EACH CODE SPEC. SHEET 51- f 4 ',t -e— J{4-0 Vkl4ecl cj-4 Jc A/ew�"� .6*42CIL TYPE LAMINATED PANEL B.E ALUMINUM ALUM W FlEfL. SHEET BACKGROUND SIZE K COLOR I MESSAGE BACKGROUND LETTER SIZE LINE uc 'C UP ARROW PLN A 8 A 5 H'I 1 2 UNIT PRICE TOTAL PRICE I 3 L PREP B. C..O R. APPROVAL SIGNS INSTALLED ay pATE DATE TC .AIIT II �T\ S /6N ti FIST Sicn fib '� a ' ,S /6N iOCA � /oN MAP ie de //.I Field PR 1 of 7 f ! ! CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT FORD ROAD AND MACARTHUR BOULEVARD INTERSECTION MODIFICATION CONTRACT NO. 1882 AHFP. NO. 947 $ 948 14:CiK414.1h1 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92660 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the.Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 1882 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for the Work, complete in place, to wit: ITEM NO. QUANTITY AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 1. 1 Clearing and grubbing Lump Sum Fifty four @ thousand Dollars and no Cents $z;4-non- 0 $ 1;4,nnn -00 Per Lump Sum 2. 1 Unclassified excavation Lump Sum thousand @ Fifty six/ Dollars $sfi,n00 -00 $ - r+fi,(nn 00 and no Cents Per Lump Sum 3. 3,100 Construct A.C. Pavement, Tons Base Course (Type III- B2- AR4000) including prime coat & tack coat @ Twenty Two Dollars. and thirty Cents $ 22.3n $69.130 00 Per Ton '- .iJ • ! .�� A ' A ^. • PR 2 of 7 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 1,200 Construct A.C. Pavement, Finish Tons Course, (Type III- C3- AR4000) including prime coat & tack coat @ Twenty two Dollars and thirty Cents $22.30 $ 26,760.00. Per Ton 5. 6,800 Construct Aggregate Base, Tons complete in place @ Fight Dollars and Cents $ A on $ Fin, un 00 Per T n . 6. 80 Construct 6 "to8" P.C.C. Curb L.F. Face Transition and Gutter, Type "A" per C.N.B. DWG. 182 -L @ Six Dollars and seventy Cents Per Linear Foot $ 6.70 $ 536.00 7. 2,350 Const. Type "A" P.C.C. Curb L.F. and Gutter (8 "C.F.) per C.N.B. DWG. 182 -L @ Six Dollars and Seventy Cents Per Linear Foot $ 6:70 $15,745.00 8. 150 Const. Type "C" P.C.C. Curb L.F. (6 "C.F.) per C.N.B. DWG. 183-L @ Five Dollars and n0 Cents Per Linear Foot $ 5.00 $ 750.00 9. 1,350 Const. Type "D" P.C.C. Curb L.F. (6 "C.F.) per C.N.B. DWG. 183-L @ Three Dollars and eighty Cents Per Linear Foot $-3.80 $ 5,130.00 1 .s ��. • • PR 3 of 7 a, ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 5 Construct 4 "P.C.C. Curb Access Each Ramp, Type I, per C.N.B. DWG 180 -L One Hundred @Seven y Five Dollars and no Cents Each $ 175.00 $ R79 00 11. 2 Const. 4 "P.C.C. Curb Access Each Ramp, Type II, per C.N.B. DWG. 181 -L One Hundred @Seventy Five Dollars and nn Cents Each $-12; nn $`50_00 12. 17,100 Construct 4" P.C.C. Sidewalk S.F. per C.N.B. DWG. 180 -L' @ One Dollars and twenty five Cents S.F. $—I - ps $91,175 -00 13. 850 Construct 2 "x4" Redwood L.F. Header, Complete in Place @ Two Dollars and Cents Per L near Foot $� X40 $- 2,044.00 14. 2 Construct P.C.C. Driveway Eat— Approach, Type II, bottom width =181, per C.N.B. DWG.163 -L Three Hundred @ Seventy.Five Dollars and nn Cents Each $_5_M $ 75n_00 15. 1 Construct P.C.C. Driveway Each Approach, Type. II, R =151, W =24', per C.N.B. DWG. 161 -L @ fight hundred Dollars 1 tlr and nn Cents Each $ Asn nn $ n5n 00 p �. t. • • PR 4 of 7 , ITFM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 16 17 19. 20 21 27S _ Const. 24" R.C.P. Storm Drain, L.F. Complete in Place @ Sixty -six Dollars and no Cents Per Linear Foot $ 66.00 $1$,150.00 1 Const. Curb Inlet, Type OL -A, Each L =14' with local depression per C.N.B. DWG 305 -L, Complete in Place Two Thousand @ Five Hnndrad Sixty Dollars and no Cents Each . $-2,569.00 $2.560.00 1 Const. Curb Inlet, Type OS, Each with local depression per C.N.B. DWG 306 -L, Complete in Place Hundredunnrtyeven @ T Dollars and no Cents Each $ 1.730:00 $1.730.00 1_ Construct P.C.C. Storm Drain Each Outlet Structure per Detail Sheet 5, Complete in Place One Thousand Three �ugdlred @ Twe�_fiva o ars and no Cents Each $ 1.325.00 $1,325.0 0 4,000 Construct 4" P.C.C. Stamped S.F. Concrete, Complete in Place @ Two Dollars and Sixty Cents Per Square Foot S 2.60 $10,400.00 2 Install Street Light Standard Each & Luminaire, Type II -F, 100 Watt, with Pull Box per C.N.B. DWG 200 -L T rp wo Hhnddd @ Dollars and no Cents Each $1,200.00 $ 4*400.00 s•' • • PR 5 of 7 1. ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 22. 2 Relocate Street Light Standard Each and replace luminaire with 100 watt high pressure sodium vapor lamps per C.N.B. DWG 200 -L, Comeplette dippn Place @Hundredu hlrty ur Dollars and no Cents Each $1 .430.00 $2,860, 0 23. 2 Install Street Light Standard Each and luminaire, Type II -11, 150 watt, with pull box per C.N.E. DWG 200 -L, Complete in Place @TTwo Thgg,:jd Dollars Tuao Hundred and no - Cents - Each $2,200,00 $4,400. 0. 24. 1 Relocate Street Light Standard Each with double davit arms and install two luminaires with 100 watt high pressure sodium vapor lamps per C.N.B. DWG 200 -L 25. 26 @Twn Thaimand Dollars and no Cents Each $.2,000.00 $2,000, 0 1 Abandon series street light Lump Sum service point and connect to existing multiple circuit, Complete in Place One Thousand One @Hundred Thirty Dollars and no Cents Per Lump Sum $ 1.130.00 $ 11, 30.00 1,000 S.F. Construct Petro Mat under A.C. overlay, Complete in Place @No Dollars and Fifty -five Cents Per Square Foot $ 0:55 $ 550.00 0 0 PR 6 of 7 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 27. 1 Modify existing traffic.signal, Lump Sum Complete per Plans Seventy Five 2 Thmjcand nnlIarc and no Cents Per Lump Sum 28. 1 Install Traffic Count Lump !�um Facilities, Complete per Plan @ Six ix Hundred Thousand Dollars S and Cents Per Lump Sum 29. 1 Fill existing 24" storm drain Lump Sum with sand slurry, Complete in Place One Thousand Two @ Hundred Forty Dollars and no Cents Per Lump Sum 30. 31. $75,000.00 $75,000.00 $1-240 -00 $1,240.00 1 030 Install 1 -1/4" Street Lighting 1-�- conduit with 2 - #8 conductors and 1 - #8 ground, Complete in Place 1 Lump Sum @ Seven Dollars and � Cents Per inear oot 2 70 $x-,931.00 Guard Underground Construction Three Hundred @ no Dollars and Cents Per Lump Sum $-300 00 $ -300 0 7 I i i Portland Cement Concrete All portland cement concrete shall be Class 560 -C -3250 unless otherwise specified on the plans. Construction shall be performed according to the requirements of the applicable sections of the Standard Specifications, except as herein modified. The sodium sulphate loss requirement of Sec. 400 -1.3.1 may be waived by the Engineer. The Cleanness Value requirement of Sec. 200 -1.4 shall be replaced with the following: Tests Sand Equivalent: Individual Test Moving Average Test Method No. Calif. 227 Requirements 70 Min. 75 Min. The Sand Equivalent requirement of Sec. 200 -1.5.3 shall be replaced with the following: Tests Sand Equivalent: Individual Test Moving Average Test Method No Calif. 217 Requirements 70 Min. 75 Min. Portland cement concrete used for the curb and gutter and drive approaches shall be securely barricaded immediately following placement, and no vehicular traffic shall be allowed thereon for four (4) days. Payment for constructing P.C.C. curb and gutter shall exclude curb inlet and local depression lengths. Storm Drains and Drainage Structures 1. Pipe Storm drain pipe shall be either cast or spun reinforced concrete pipe of the size and "D ": -load shown on the plans or may be asbestos - cement pipe of identical size. If the Contractor elects to use asbestos - cement pipe, the "D" -load shall be 1.5 times that specified on the plans for reinforced concrete pipe. - 12 - 0 �] The contract lump sum or unit prices for the drainage struc- tures shall include all compensation for furnishing all labor and materials to construct all items as shown in details in the plans for the various locations including excavation, backfill and compaction, grates, covers, manhole frames and covers, rock protection, rounded entrances to outlet pipes, local depressions and all appurtenances, complete in place. Street Lighting'System The work to be done consists of the following: 1. Relocation of existing standards. 2. Replacement of existing luminaires. 3. Conversion of existing series system to a 240 volt multiple system. 4. Installation of new street lights. 5. Installation of conduit with conductors. The street lights in the affected circuits that are not to be relocated shall be kept operative at all times. The contract lump sum or unit prices shall include full compensa- tion for furnishing all labor and materials to construct a complete street lighting system as shown on the plans. Stamped Concrete Pavement Stamped concrete pavement shall be 564 -C -3250 Portland cement concrete. Colored hardener shall be Russet (A -24) "Lithochrome Color Hardener" as manufactured by L.M. Schofield Co., Los Angeles, California. The minimum rate of application of the hardener shall be 60 pounds per 100 square feet. Color wax curing and finishing compound shall be Russet (A -24) "Lithochrome Colorwax" as manufactured by L.M. Scofield Company, Los Angeles, Calif. Minimum application coverage shall be 600 square feet per gallon of unthinned Colorwax. Sub -grade preparation shall conform to the requirements of Section 301 -1 of the Standard Specifications. Imprinting of the concrete shall be done in such a manner as to duplicate the existing stamped concrete pavement in place on the Jamboree Road Medians between Pacific Coast Highway and Ford Road. The final color appearance shall be uniform throughout the entire surface area. All surfaces that are not uniform in color and surface texture will be rejected and must be removed and re- constructed at the Contractor's expense. 13 ai Cal r i Full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all work involved in constructing the stamped concrete pavement including prepara- tion of subgrade, complete in place, shall be considered as included in the unit price paid for this item. Final Clean -Up Upon completion and before making application for acceptance of the work, the Contractor shall clean all work areas, and all other grounds occupied by him in connection with the work of all rubbish, excess materials, temporary structures, and equipment, and all parts of the work and grounds occupied by him shall be left in a neat and presentable condition. Full compensation for conforming to the requirements of this article shall be considered as included in the contract bid prices paid for the various items of work, and no additional compensation will be allowed therefore. State Bond and Inspection Requirements The Contractor shall furnish the State with a signed application and a $10,000.00 2-year bond on the State's DHM -P -4 Bond Form to cover the work within the State highway right of way. The Contractor will be issued a Rider authorizing him to do this work and will be required to reimburse the State for all inspection costs incurred for the inspection of the work performed in the State highway right of way. The City will reimburse the Contractor for all inspection costs billed by the State upon submittal of the bills to the City. Archaeological and Paleontological Site Several sites in the vicinity of the Project have been found to be of archaeological and paleontological significance. The Contractor shall allow a qualified archaeologist and paleontologist (to be provided by the City) to have access to the site during excavation and shall allow adequate time to remove items of significance which are found. If a delay of longer than one working day is required, additional expense incurred by the Contractor will be determined in accordance with Section 6 -6 "Delays and Extensions of Time" of the Standard Specifications. - 14 - J i Traffic Signal Modifications Scope of Work i The work to be done consists of completely upgrading existing traffic signal and safety lighting facilities, and includes, but is not limited to, the following: Removing.and salvaging all existing above ground traffic signal and safety lighting equipment, pro- viding and installing new equipment, including poles, signal heads, conduits, etc., and separate traffic count facilities; and installing State furnished traffic signal controller and cabinet complete. If there is a conflict in methods of measurement between the City's Standard Specifications and the California Standard Specifications, the City's Standard Specifications shall take precedence. Guarantee The Contractor shall guarantee for a period of one year, after acceptance of the work by the City Council, all materials and workmanship against any defects whatsoever. Any such defects shall be repaired at the Contractor's expense. As Built Prints The Contractor is required to submit to the Engineer "As- Built" prints prior to the City accepting the installation. The prints shall indicate in red all deviations from the contract plans, such as: locations of poles, pull boxes and runs, depths of conduit, number of conductors, and other appurtenant work, for future reference. Traffic Signal and Safety Lighting Facilities General The Contractor shall furnish all tools, equipment, materials, supplies, and manufactured articles and shall perform all operations necessary to modify existing and construct additional traffic signal and street lighting facilities as shown on the drawings and as specified herein. Reference Specifications and Standard Plans Standard Specifications - Except as modified herein, materials and installation shall conform to the California Standard Specifications, January, 1978. ' - is - • 1 6 All references in this section to "Standard Specifications" shall be understood to be referenced to the California Standard Specifications. Standard Plans - Except as modified herein, all re- ferences in this section to "Standard Plans" shall be understood to be referenced to the California Standard Plans, March 1977. Codes, Ordinances, and Regulations - All electrical materials and equipment furnished and installed under this section shall conform to the referenced regula- tions and codes specified in Section 86 -1.02 of the Standard Specifications, and to all other ordinances and regulations of the authorities having jurisdiction. Whenever reference is made to the Code, Safety Orders, General Order or Standards, the reference shall be construed to mean the Code, Order or Standard that is in effect on the date set for receipt of bids. Description Traffic signal work is to be performed at the intersection of MacArthur Boulevard and Ford Road. The work involves furnishing and installing traffic signals, safety lighting, and sign illumination systems and payment therefor shall conform to the provisions in Section 86, "Signals and Lighting ", of the Standard Specifications. d. Testing Materials, field, and functional testing shall conform to the provisions of Section 86 -2.14, "Testing ", of the Standard Specifications and these Special Provisions. Turn -on of the new traffic signal system shall not be on, nor shall the functional test start on, a Friday, Saturday, Sunday, holiday or any day preceding a holiday. The Traffic Engineer shall be notified at least 48 hours prior to the intended turn -on. e. Salvaging Electrical Equipment Salvaging the stockpiling electrical equipment shall conform to the provisions in Section 86 -7, "Salvaging and Reinstalling or Stockpiling Electrical Equipment," of the Standard Specifications and these Special Provisions. - 16 - All salvaged materials shall be delivered to the City of Newport Beach Corporation Yard, 592 Superior Ave., Newport Beach. f. Maintaining Existing and Temporary Electrical Systems Maintaining existing and temporary electrical systems, shall conform to the provisions in Section 86 -1.05, "Maintaining Existing and Temporary Electrical Systems," of the Standard Specifications and these Special Provisions. Cost for maintaining existing and temporary electrical systems shall be included in the 'lump sum price bid to modify existing traffic signal and No "extra work" will be allowed. Traffic signal system shutdowns shall be limited to periods between the hours of 9:00 a.m. and 3:30 p.m. All signal indications, detectors and control equipment, shall be maintained in operation except during shutdown hours as specified above and in accordance with the requirements of Section 16 - Traffic Control and Access of these Special Provisions. g. Conduit Conduit shall conform to the provisions in Section 86 -2.05, "Conduit ", of the Standard.Specifications and these Special Provisions. Non - metallic type conduit shall not be used. Insulated bonding bushings will be required. After conductors have been installed, the ends of conduits terminating in pull boxes and controller cabinets shall be sealed with an approved type sealing compound. h. Pull Boxes Pull boxes shall conform to. the provisions in Section 86 -2.06, "Pull Boxes ", of the Standard Specifications and these Special Provisions. Plastic pull boxes shall not be used. Pull boxes shall be No. 5 unless otherwise shown on the Plans. - 17 - 0 0 i. 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 Standard Specifications and these Special Provisions. Splices shall be insulated by "Method B" j. Bonding and Grounding Bonding and grounding shall conform to the provisions in Section 86 -2.10 "Bonding and Grounding ", of the Standard Specifications and these Special Provisions. Grounding jumper shall be attached by a 3/16 inch or larger brass bolt in the standard or pedestal and shall be run to the conduit, ground rod, or bonding wire in adjacent pull box. The grounding jumper shall be visible after the pole foundation cap has been poured. k. Service The traffic signal and safety lighting service shall conform to the provisions in Section 86 -2.11, "Service ", of the Standard Specifications and these Special Provisions. Install Type III service with wiring in accordance with Caltrans Standard Plan No. ES -2C, Diagram 1. 1. Luminaries Luminaires shall conform to the provisions in Section 86-6.01, "High Intensity Discharge Luminaries ", of the Standard Specifications and these Special Provisions. Glare shields are not required. All new luminaires shall be 120 volt, 400 watt high pressure sodium vapor. M. Photoelectric Controls Photoelectric controls shall conform to the provisions in Section 86 -6.07, "Photoelectric Controls ", of the Standard Specifications and these Special Provisions. - 18 - .ten z 0 0 Photoelectric controls for illuminated street name signs shall be Type I and shall be located on Pole (11). n. Ballasts Ballasts shall conform to the provisions in Section 86- 6.10, "Ballasts ", of the Standard Specifications and these Special Provisions. Integral ballasts shall be provided. o. Internally Illuminated Street Name Signs Internally illuminated street name signs shall conform to the requirements of the Standard Specifications, the Plans, and these Special Provisions. Illuminated street name signs to be provided on this contract shall be constructed with quality and design features equivalent to NUART or Safeway Sign Company. The Contractor shall furnish to the City shop drawings and specifications of the selected suppliers sign. City approval must be obtained prior to purchasing. The following information shall be included in the drawings and specifications: 1. Internal maintenance method 2. Housing and mountings 3. Lamps and Lampholders 4. Terminal blocks S. Ballasts 6. Conductors 7. Face panel 8. Fuses Internally illuminated street name sign color shall conform to the Federal Specifications for green background with white legend. p. Signal Faces and Signal Heads Signal faces, signal heads, and auxiliary equipment, as shown on the plans, and the installation thereof shall conform to the provisions.86 -4.01, "Vehicle Signal Faces ", Section 86 -4.02, "Directional Louvers ", Section 86- 4.03,, "Blackplates ", and Section 86 -4.06, "Signal Mounting Assemblies ", of the Standard Specifications and these Special Provisions. All lamps for traffic signal units shall be provided by Contractor, and the cost of the lamps shall be included in the lump sum bid. - 19 - r. s t Programmed Visibility Traffic Signal Heads Programmed visibility traffic signal heads shall conform to the provisions in Sections 86 -4.04, "Programmed Visibility Traffic Signal Heads ", and 86 -4.06, "Signal Mounting Assemblies ", of the Standard Specifications and these Special Provisions. Horizontal pipe fittings for programmed visibility heads shall be extended a minimum of 18 inches toward the center of intersection to allow for masking and relamping. Pedestrian Signals Pedestian signals shall conform to the provisions in Section 86 -4.05, "Pedestrian Signal Faces ", of the Standard Specifications and these Special Provisions.. Pedestrian signals shall be.Type B. The hood described in Section 86- 4.OSC, "Visors ", of the Standard Specifications shall be provided. Pedestrian Push Buttons Pedestrian push buttons shall conform to the provisions in Section 86 -5.02, "Pedestrian Push Buttons ", of the Standard Specifications and these Special Provisions. When pedestrian push buttons are installed on pedestrian push button posts, the button shall be installed at a height of 3' -10 ". The length of the pedestrian push button post shown on the plans shall be increased as required to facilitate installation of the button at this height. Bicycle Push Buttons Bicycle push buttons shall conform to the provisions in Section 86 -5.02, "Pedestrian Push Buttons ", of the Standard Specifications and these Special Provisions. The sixth and seventh paragraph of Section 86 -5.02 "Pedest- rian Push Buttons ", of the Standard Specifications are amended to read: Push buttons shall be Type B unless otherwise specified. Arrows on push button signs shall point in the same direction as the corresponding vehicular through movement. - 20 - q• r. s t Programmed Visibility Traffic Signal Heads Programmed visibility traffic signal heads shall conform to the provisions in Sections 86 -4.04, "Programmed Visibility Traffic Signal Heads ", and 86 -4.06, "Signal Mounting Assemblies ", of the Standard Specifications and these Special Provisions. Horizontal pipe fittings for programmed visibility heads shall be extended a minimum of 18 inches toward the center of intersection to allow for masking and relamping. Pedestrian Signals Pedestian signals shall conform to the provisions in Section 86 -4.05, "Pedestrian Signal Faces ", of the Standard Specifications and these Special Provisions.. Pedestrian signals shall be.Type B. The hood described in Section 86- 4.OSC, "Visors ", of the Standard Specifications shall be provided. Pedestrian Push Buttons Pedestrian push buttons shall conform to the provisions in Section 86 -5.02, "Pedestrian Push Buttons ", of the Standard Specifications and these Special Provisions. When pedestrian push buttons are installed on pedestrian push button posts, the button shall be installed at a height of 3' -10 ". The length of the pedestrian push button post shown on the plans shall be increased as required to facilitate installation of the button at this height. Bicycle Push Buttons Bicycle push buttons shall conform to the provisions in Section 86 -5.02, "Pedestrian Push Buttons ", of the Standard Specifications and these Special Provisions. The sixth and seventh paragraph of Section 86 -5.02 "Pedest- rian Push Buttons ", of the Standard Specifications are amended to read: Push buttons shall be Type B unless otherwise specified. Arrows on push button signs shall point in the same direction as the corresponding vehicular through movement. - 20 - 0 • N, � Push button signs, and the installation of push button signs and push buttons shall conform to the City of Newport Beach Traffic Engineering Division Drawing Numbers TE -2 -00 and TE -3 -00 included herein. S. Traffic Count Facilities Traffic count facilities shall conform to the details.shown on the Plans and these Special Provisions. Traffic count capability shall be provided in a Type "M traffic signal controller cabinet and shall include all equipment and cabinet wiring necessary to count and record vehicular traffic for each direction (northbound and south- bound) on MacArthur Boulevard north of Ford Road. The facilities shall be capable of counting each direction simultaneously, and recording each direction separately. The cabinet and the installation thereof, shall.conform to the applicable provisions in Section 86 -3.07, "Controller Cabinets ", of the Standard Specifications and these Special Provisions. The "On -Off" switch for the cabinet lighting fixture shall be the door - actuated type. The convenience receptacle shall have ground -fault circuit interruption as defined by the Code. The loop detector lead -in, from the field terminals in the cabinet to the sensor unit, shall conform to option (B). Vehicle count detectors and sensor units and the installation thereof, shall conform to Section 86 -5, "Detectors ", of the Standard Specifications and these Special Provisions. Install two (2) Type B sensor units. Each sensor unit shall be a Canoga Controls Proximetei 404 or approved equal. Output relays shall be used and shall be normally closed. Separate sensor units shall be used for each direction of travel, and separate channels for each lane of detection. Each individual channel output shall be uniquely input to the traffic count recorder by use of a traffic count lane summator. The traffic count lane summator shall be a Traffic Data Systems, Inc. Model No. CD228 -S -2, or approved equal. - 21 - ' n Loop detector lead -in cable shall be a four conductor, .25 inch diameter shielded and jacketed cable and shall be Canoga Controls Corporation CC3003 or approved equal. Lead -in cables shall be connected in accordance with the manufacturers instructions for one and two channel con- figurations. 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 200 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 response or detection area of the detector at not less than three miles per hour nor more than seven miles per hour. The detector shall provide an indication in response to this test. Install one (1) Leupold & Stevens traffic count recorder Model +No. 7552 -2. The recorder shall operate from a 120 VAC (- 10 %), 60 HZ power source, and shall provide.a 15 minute recording interval. A means shall be provided to easily disconnect and remove the recorder without the aid of any tools. A clear plastic, rigid, self- supporting dust cover shall be provided with the recorder, and shall be designed to permit easy and safe removal while the recorder is in operation. Separate service shall be provided for the traffic count facilities. The service shall conform to the provisions in Section 86 -2.11, "Service ", of the Standard Specifications and these Special Provisions. Install modified Type II service in accordance with City of Newport Beach Standard Drawing No. STD - 910 -L included herein. Only one (1) circuit for the cabinet and one (1) spare circuit need be provided. Circuit breakers shall be rated 25 percent higher than the expected load. 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 Standard Specifications and these Special Provisions. - 22 - The traffic count facilities cabinet schematic wiring diagram and intersection sketch shall be combined into one drawing and shall be supplied on a 24" x 36" size sheet, and shall be drawn in sufficiently large scale to be clearly readable by field technicians. Partial schematic diagrams of the basic cabinet wiring on 8 -1/2" x 11" sheets will not be acceptable. - 23 - • • A P P E N D I X 1. Standard Form "Special Endorsement of Insurance." 2. C.N.B. Standard Special Provision Sec. 7 -3 (Liability Insurance). 3. C.N.B. Dwg. No. Std.- 910 -L. 4. C.N.B. TE. -2 -00. 5. C.N.B. TE. -3 -00. 6. CALTRANS Encroachment Permit No. 778 -E- 764265. - 24 - i CITY OF NEWPORT BEACH Contract No. 1882 Special Endorsement No. In consideration of the premium charged, this endorsement is attached to and made a part of all policies insuring the liability of any person, firm or corporation performing services under contract for the City of Newport Beach. Notwithstanding any inconsistent expression in the policy to which this endorsement is attached, or in any other endorsement now or hereafter attached thereto, or made a part thereof, the protection afforded by said policies shall: 1. Include the City of Newport Beach, City of Irvine, the County of Orange, the State of California, and Simpson - Steppat; their officers and employees as additional. insureds in the policies described below for injuries, death or damage to property arising out of or in connection with the contract executed by the named insured and the City. It is further agreed that this policy shall be primary and.non- contributing with any other insurance available to the agencies and company named above and includes a severability of interest clause. 2. Include contractual liability coverage applicable to the contract No. 1882, including the obligation to defend the agencies and company named above. 3. Delete all exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards). 4. Indemnify and save harmless the City of Newport Beach, the City of Irvine,, the County of Orange, the State of California and Simpson - Steppat, against any and all claims, excluding sole negligence of the agencies or company mentioned above, resulting from the undertaking of the contract. This hold harmless assumption on the part of the underwriters shall include all costs of investigation and.defense, until reasonable determination is made that the agencies or company mentioned avove are solely negligent. 5. Provides limits of liability and coverages as follows: COVERAGES TO WHICH THIS EFFECTIVE ENDORSEMENT DATE OF POLICY POLICY LIMITS OF INSURANCE ATTACHES ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY This endorsemerw�is fective 19 when signed by an Authorized RepresenlRt.,!A f the c pan es affording coverages an�Tn issued to City _ shall be valid and parr licles herein described. Should any of the a iZq#,%r �icies be cancelled before the expiration date thereof, the issuing company sh mNiWVApWJ9Z*3 rior written notice by registered mail to: city ch�pr (p Ji ty Clerk 3300 Newp Newport Bea NAME OF AGENT Or BROKE AR N Address "� By (Authorized Representative) IMPORTANT: This is the only evidence of insurance acceptable to the City. The person executing this Endorsement is cautioned to make certain that he has authority to do same on behalf of the Insurance Company or Companies. C.I.E. - 3/19 2 -1 7 -3 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STANDARD SPECIAL PROVISIONS FOR USE IN CONJUNCTION WITH THE AGC /APWA STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION AWARD AND EXECUTION OF THE CONTRACT 2 -1.1 AWARD OF CONTRACT - The award of the contract, if it is awarded, will be to the lowest responsible bidder whose proposal complies with all requirements described. The award, if made, will be made within 30 days after the opening of the bids. All bids will be compared on the basis of the Engineer's estimate of quantities of work to be done. 2 -1.2 EXECUTION OF CONTRACT - The contract shall be signed by the success- ful bidder and returned, together with the contract bonds and the City's Standard Certificate of Insurance form, within 10 days, not including Sundays, after the bidder has received notice that the contract has been awarded. No proposal shall be considered binding upon the City until the execution of the contract by the City. The date of the contract shall be the date that the contract is executed by the City. For work to be accomplished under a State Improvement Act, the contract shall be executed by the successful bidder within the time limits set forth in particular State Improvement Act stipulated in the Resolution of Intention. LIABILITY INSURANCE Substitute the following minimum limits: Comprehensive liability, combined single limit for bodily injury or property damage. Each occurrence: $ 500,000 Aggregate protective: $ 500,000 Aggregate products: $1,000,000 Aggregate contractual: $ 500,000 This policy shall include the following coverages: a. Contractual or Assumed Liability relating to contract(s) between the named insured and the certificate holder named above. b. Owned, Hired and Non -owned Automobiles. c. Contractors Protective Liability (When insured engages subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. - 1 - .. y 2 -1 7 -3 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STANDARD SPECIAL PROVISIONS FOR USE IN CONJUNCTION WITH THE AGC /APWA STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION AWARD AND EXECUTION OF THE CONTRACT 2 -1.1 AWARD OF CONTRACT - The award of the contract, if it is awarded, will be to the lowest responsible bidder whose proposal complies with all requirements described. The award, if made, will be made within 30 days after the opening of the bids. All bids will be compared on the basis of the Engineer's estimate of quantities of work to be done. 2 -1.2 EXECUTION OF CONTRACT - The contract shall be signed by the success- ful bidder and returned, together with the contract bonds and the City's Standard Certificate of Insurance form, within 10 days, not including Sundays, after the bidder has received notice that the contract has been awarded. No proposal shall be considered binding upon the City until the execution of the contract by the City. The date of the contract shall be the date that the contract is executed by the City. For work to be accomplished under a State Improvement Act, the contract shall be executed by the successful bidder within the time limits set forth in particular State Improvement Act stipulated in the Resolution of Intention. LIABILITY INSURANCE Substitute the following minimum limits: Comprehensive liability, combined single limit for bodily injury or property damage. Each occurrence: $ 500,000 Aggregate protective: $ 500,000 Aggregate products: $1,000,000 Aggregate contractual: $ 500,000 This policy shall include the following coverages: a. Contractual or Assumed Liability relating to contract(s) between the named insured and the certificate holder named above. b. Owned, Hired and Non -owned Automobiles. c. Contractors Protective Liability (When insured engages subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. - 1 - 0 Meter soatet as requivoF by U#/#y Cwpow.. For w/riny, 2 refer AM Calif SM. AW Afa ES -2C, Dagran /. Service disconnect and chcaN _ breakers. FaAVkav/e sheet nWal en *wre fA%w 18-guys 9v/vanized sAavk. paw to mofch cgbr Of colbhw and AVV/Co enrion", one h- sM // ONM awcood cadnh'. cmx*# to wily empmy S&Vi:w paht. Sane as salad amm. I I Some as iakd I (/ above. \ it N =71 5 Type "M" cobkw Top of pedestal stall he A". enough to provde o /' c%avnce around the bay of the caoMW aid sheet meld/ enr tv". PILL^ pea JV1 fMMbhbn hr oucOVObnc! Irtfh #10 caw.. Stmmbw S,pwffknikns aad Std. PAV Ab. ES -!B, eAVW at noted haysOn. hrcrease Iv/elh by danensdan "x" Type 11p$1or "R„ calbhrol. r, 4" CITY OF NEWPORT BEACH DRANK KmL.Um DATE PUBLIC WORKS DEPARTMENT APPROVEDPUBLIC WORKS DEPARTMENT APPROVED , TRAFFIC SIGNAL SIGNAL SERVICE IC WORKS DIRECTOR DIRECTOR R.E. NO. 9637 ( MODIFIED TYPE II) DRAWING NO. STD. -910 -1. 5 O ON O PUSH BUTTON FOR BIKE oC ROSSING o R =12 NOTES: I- USE APPROPRIATE RIGHT OR LEFT ARROW. 2- SIGN SHALL BE PORCELAIN ENAMELED WITH WHITE LEGEND ON GREEN BACKGROUND. 3- LETTER SIZE SHALL BE 1/2" 4- BOLT HOLES SHALL BE THE CORRECT SPACING AND SIZE FOR THE TYPE B PEDESTRIAN PUSH BUTTON STD. PLAN ES - 5C CALTRANS CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BICYCLE PUSHBUTTON INSTRUCTION SIGN DRAWN L.G. DATE _.4 -0 -/d APPROVED TRAFFIC ENGINFF -2--115 RE. NO. 22338 DRAWING -N0. TE - 2 - 00 I I 1-11W��111)'I'Ti9 A-�79. Z I A/0 A14CW 1WClVCZ4F 44 -6 A CA 51-4- 1411100WT19 ON posr IVO SCAL I it A2'cPV o Iii 2 -'6 T4 FOR ALL CA SKS1 Z-U& Y 6Y 11-1✓ aa ig/l Z 0 CA IT0,1130 1/2:- 111151INU-101Y -F/67/)/ (I-OR S,46 M r TZZ! /G TT-? 09) DRVN DA-rE crry OF NEWPORT BEACH X PUBLIC WORKS DEPARTMENT APPROVED T R/f F *IC MIG I#" --- PUSH BUTTON R.C. NO., 22045 INSTALLATiON DE-JAILS • 0 J. 6 PR 7. of 7 TOTAL PRICE FOR ITEMS 1 THROUG&J1 WRITTEN IN WORDS Four Hundred Fifty Five Thousand Three Hundred Eighty Seven Dollars and no Cents $45501A7-00 dune 1- 1979 Date (BLfiVe1r*sf' ame (lu't'Wmo'n-'z'g?Vitgzn2a--t'u*rne CONTRACTOR'S LICENSE NO. 32168 CONTRACTOR'S ADDRESS P, 0- Rnx R-T- Tryinp, CalifnrniA 97716 TELEPHONE NO. _ (714) 949-9991 0 . a i CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT FORD ROAD AND MACARTHUR BOULEVARD INTERSECTION MODIFICATION CITY CONTRACT NO. 1882 AHFP PROJECT NO. 947 & 948 SPECIAL PROVISIONS INDEX SECTION 1 SPECIFICATIONS 2 DRAWINGS 3 LOCATION AND SCOPE OF WORK 4 TIME OF COMPLETION AND COMMENCEMENT OF WORK 5 PAYMENT 6 WATER 7 SURFACE AND GROUNDWATER CONTROL 8 GUARDING UNDERGROUND CONSTRUCTION 9 PROTECTION OF EXISTING UTILITIES 10 GUARANTEE 11 CONSTRUCTION SURVEY STAKING 12 LIABILITY INSURANCE 13 PERMITS 14 MATERIALS REPORT 15 NOTICE TO BUSINESSES 16 TRAFFIC CONTROL AND ACCESS 17 CONSTRUCTION DETAILS i PAGE 1 1 1 2 2 '2 2 3 3 4 4 4 4 S 5 6 7 0 6 FORD ROAD AND MACARTHUR BOULEVARD INTERSECTION MODIFICATION SPECIAL PROVISIONS INDEX (Cont'd) SECTION PAGE 17 CONSTRUCTION DETAILS (Cont'd) 7 17 -A Clearing $ Grubbing. 7 17 -B Unclassified Excavation 8 17 -C Structure Excavation 8 17 -D Structure Backfill 9 17 -E Subgrade Preparation 9 17 -F Relative Compaction 9 17 -G Aggregate Base 9 17 -H Asphalt Paving 10_ 17 -I Portland Cement Concrete 12 17 -J Storm Drain and Drainage Structure 12 17 -K Street Lighting System 13 17 -L Stamped Concrete Pavement 13 17 -M Final Clean -up 14 17 -N State Bond and Inspection Requirements 14 17 -0 Archaeological and Paleontological Site 14 17 -P Traffic Signal Modifications 15 17 -P.1 Scope of Work 15 17 -P.2 Guarantee 15 17 -P.3 As -built Prints 15 17 -P.4 Traffic Signal and Safety Lighting Facilities 15 17 -P.5 Traffic Count Facilities 21 18 APPENDIX 24 ii 0 6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT FORD ROAD AND MACARTHUR BOULEVARD INTERSECTION MODIFICATION CONTRACT NO. 1882 AHFP PROJECT NO. 947 $ 948 SPECIAL PROVISIONS SECTION 1 - SPECIFICATIONS All work shall be completed in accordance with these Special Provision, the City's Standard Special Provisions, the City's Standard Drawings and Specifications, and.tlie State of California Standard Specifications and Drawings dated January, 1978. The City's Standard Specifications are the Standard Specifications for Public Works Construction, 1976 Edition. Copies may be purchased rom Building News, Inc. verland Ave., Los Angeles, California 90034, telephone (213).87D-9871. SECTION 2 - DRAWINGS The complete set of plans for bidding and construction consists of the following: Drawing No. R- 5372 -5 $ T- 5372 -S, Sheets I through 7. City of Newport Beach Standard Drawings which may be obtained from the Public Works Dept. by each bidder. SECTION 3 - LOCATION AND SCOPE OF WORK Work to be constructed under this contract consists of the widening and improvement of the intersection of Ford Road and MacArthur Blvd. in the City of Newport Beach. The work to be done consists of clearing and grubbing, grading, removal of existing asphalt and concrete improvements, construction of concrete curb and gutter, construction of pavement and base sections, placing asphaltic concrete cap on existing pavement, traffic signal system modifications, street lighting system modifi- cations, construction of storm drainage facilities, and other appurtenant work as necessary to complete the work as shown on the plans and as included in these specifications. - 1 - V 0 SECTION 4 - TIME OF COMPLETION AND COMMENCEMENT OF WORK All items of work shown on the plans, described in these Special Provisions and listed as items in the bid proposal shall be completed in 120 CONSECUTIVE CALENDAR DAYS from the date the contract is executed I,y the City. The Contractor shall begin the project. within 15 calendar days after the City executes the contract. SECTION 5 - PAYMENT The unit or lump sum prices bid for the various items of work shall be considered as full compensation for all labor, materials, tools, equipment, and incidentals necessary to complete the work in place, and no additional compensation will be made therefor. Compensation for work shown on the plans or described in the specifications,.but not separately provided for in the bid proposal, shall be included in the prices bid for the various items of work listed in the bid proposal. SECTION 6 - WATER The Contractor shall make his own provisions for the securing of water necessary to perform his work. No separate payment will be made for water. If the Contractor desires to use available City water, it shall be his responsibility to make arrangements for water purchases by contacting the City's utility superintendent at (714) 640 -2221. SECTION 7 - SURFACE AND GROUNDWATER CONTROL It is anticipated that surface and ground or other waters may be encountered at various times and locations during the work herein contemplated. The Contractor, by submitting a bid, acknowledges that he has investigated the risks arising from water and has pre- pared his bid accordingly. The Contractor shall conduct his opera- tions in such a manner that storm or other waters may proceed uninterrupted along their existing street and drainage courses. Diversion of water for short reaches 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. Surface runoff water containing mud, silt, or other deleterious material from the project area shall be treated by filtration or retention in a settling basin or basins, sufficient to prevent such waters from entering storm drains or any tidal waters. The Contractor shall submit a plan for implementing siltation control to the City prior to com- mencing constructing. Upon approval of the plan by the City, Contractor - 2 - r 0 9 shall be responsible for the implementation and maintenance of the control facilities. The Contractor's attention is called to Section 7 -8 of the Standard Specifications as regards project site maintenance. All costs involved in any dewatering or desilting operations shall be included in the price bid for the related item requiring dewatering or desilting. SECTION 8 - GUARDING UNDERGROUND CONSTRUCTION Trench excavation and backfill shall conform to Section 306 -1 of the Standard Specifications and these special provisions. The walls and faces of all excavations over 5 feet in depth shall be effectively guarded by a shoring system, sloping of the ground, or other equivalent means. Trenches less than 5 feet in depth shall also be guarded when examination indicates hazardous ground movement may be expected. The contractor shall obtain a permit to perform excavation or trench work from the Division of Industrial Safety, State of California, prior to any construction. The cost of providing all necessary information to obtain the permit and the cost of complying with the provisions of the permit shall be included in the lump sum price bid for guarding underground construction. SECTION 9 - PROTECTION OF EXISTING UTILITIES All underground utilities as shown on these plans are plotted from existing records and general observation in the field and are shown for the information of the Contractor only. The Contractor shall verify the position and elevation of these utilities and shall pro- tect said utilities during the course of the construction. If the Contractor discovers underground facilities not indicated on the plans or in the Special Provisions, he shall immediately give the Engineer written notification of the existence of such facilities. Such facilities shall be protected from damage as directed by the Engineer_. Existing buildings and structures adjacent to proposed improvements are indicated on the plans. Prior to construction, the contractor shall verify the location of existing buildings and structures and shall protect them in place and be responsible for, at his own expense, any damage to them resulting from construction of the improvements. - 3 - � 4 The construction will cause work to be performed over, under, and very near existing telephone, gas and water lines. The Contractor shall protect in place and be responsible for, at his own expense, any damage to utilities encountered during construction of the items shown on the plans. The contractor's attention is called to Section 5 and Subsection 7 -9 of the Standard Specifications. SECTION 10 - GUARANTEE The Contractor shall guarantee for a period of one year, ,after accept- ance of the work by the City Council, all materials and workmanship against any defects whatsoever. Any such defects shall be repaired at the Contractor's expense within 15 days of notice to do so from the City. SECTION 11 - CONSTRUCTION SURVEY STAKING Field surveys for control of construction shall be the responsibility of the Contractor. All such surveys, including construction staking shall be under the supervision of a California licensed surveyor or civil engineer. Staking shall be performed on all items ordinarily requiring grade and alignment at intervals normally accepted by the agencies and trades involved. Payment for construction survey staking shall be considered as included in the various items of work and no additional allowance will be made therefor. SECTION 12 - LIABILITY INSURANCE Section 7 -3 of the Standard Specifications is hereby amended as folows:. The word "Agency ", where used in this section, shall include the City of Newport Beach, City of Irvine, the County of Orange, the State of California, and Simpson - Steppat. A standard "Special Endorsement of Insurance for Contract Work for City" form has been adopted by the City. This form is to be attached and made a part of all policies of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of contract. A copy of this form is included herein for the Contractor's review. A copy of the City's Standard Specifications is also attached showing the minimum limits of liability insurance required by the City. SECTION 13 - PERMITS The Contractor shall obtain the following permits prior to any con- struction and shall have a valid City business license: - 4 - s r, ... ?..�.._ �. 7., ..'..�_..._ ✓�_.. r _.-_ .4 ...ai. .._ _:__.�.i`•�l'�m' —a- ��3ivSactx.�'�,,:r�«,� `sst�£ 0 0 Permit to perform excavation or trench work from the Division of Industrial Safety, State of California (See Section 8, Guarding Underground Construction). Permit to dispose of demolition at any sanitary land- fill site in Orange County, from the City Public Works Department at no charge. The City has obtained a California Department of Transportation Encroachment Permit (see Appendix). The Contractor shall be responsible for making himself aware of and conducting his operations in accordance with the requirements of these approvals and permits. All costs involved in complying with these provisions shall be included in the price bid for various items of work, and no additional compensation will be.made therefor. SECTION 14 - MATERIALS REPORT A report entitled "Materials Report for Ford Road /MacArthur Boulevard Intersection ", dated May 15, 1977, submitted to the Director of Public Works of the City of Newport Beach by Development Division of Orange County Environmental Management Agency, is on file in the office of the Director of Public Works. Copies may be obtained upon request. SECTION 15 - NOTICE TO BUSINESSES The City will mail a preliminary notice to all businesses affected by this work. Between 40 and 55 hours before closing or restrict- ing vehicular access to and from driveway approaches, the Contractor shall distribute to each affected business a written notice stating when construction operations will start and approximately when vehicular accessibility will be restored. The written notice will be prepared by the City and the Contractor shall insert the applicable dates at the time he distributes the notice. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require renotification using an explanatory letter prepared by the City and distributed by the Contractor. Twenty -four (24) hours before shutting off water service to any business, the Contractor shall distribute a separate written notice stating the date and time the water will be shut off and the approximate time the water will be turned on again. - 5 - z 0 0 n SECTION 16 - TRAFFIC CONTROL AND ACCESS The Contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard Specifications, except as modified herein, and with the standards contained in the Work Area Traffic Control Handbook (WATCH), published by Buildings News, Inc. T e Contractor's work shall also conform with all traffic control pro- visions contained in the encroachment permit issued by CALTRANS for work within MacArthur Boulevard, a copy of which is attached hereto in the Appendix. The Contractor shall submit a written traffic control plan to the Engineer for his approval prior to commencing any work. The plan shall consist of the following: A complete and separate drawing for each stage of construction proposed by the Contractor showing the location of all signs, barricades, lights, warning devices, and temporary parking restrictions. A detailed schedule and plan for maintaining the existing traffic signal (control of all the through and turning movements) at the intersection during construction and until the new roadway and new signal are ready to handle the traffic. The Contractor shall maintain two lanes of traffic in each direction at all times on MacArthur Boulevard except during the placement of the variable thickness asphalt concrete overlay. During the overlay placement, traffic may be reduced to one lane in each direction between the hours of 9:00 A.M. and 3:00.P.M. only on Monday through Friday, excluding holidays. On MacArthur Boulevard the Contractor shall conduct his operations in such a manner that clearance between traffic and any open ditch shall not be less than five feet. Clearance from surface operations shall not be less than two feet. On Ford Road westerly of MacArthur Boulevard, the Contractor shall maintain two lanes of traffic in each direction at all times except traffic may be reduced to one lane in each direction between the hours of 9:00 A.M. and 3:00 P.M. only on Monday thru Friday, excluding holidays. On Ford Road easterly of MacArthur Boulevard, the Contractor shall maintain one lane of traffic in each direction and the left turn lane at all times. All costs for traffic control shall be included in the prices bid for the various items of work and no additional compensation shall be allowed therefor. Should any of the provisions contained herein conflict with requirements of any permit, the permit shall govern. - 6 - . ft A SECTION 17 - CONSTRUCTION DETAILS A. Clearing and Grubbing This item of work shall include the clearing and grubbing of all areas as shown on the plans and shall be done in accordance with Section 300 -1 of the Standard Specifications. All materials accumulated under this item of work, except City traffic signs, markers, and reflectors shall become the property of the Contrac- tor. It shall be the Contractor's responsibility to dispose of the material away from the job site in a manner and at a loca- tion acceptable to all cognizant agencies. The Contractor shall exercise care in removing only those materials which are un- suitable for use as roadway embankment. Areas to be cleared and grubbed shall include all unimproved areas where plans indicate work to be performed, and shall also include the ground surface of areas to be excavated or filled beyond the right -of -way. All traffic signs and markers that interfere with the work in this contract, whether shown on plans or not, shall be removed by Contractor, salvaged, and delivered to the City Corporation Yard located at 592 Superior Avenue, Newport Beach, California. All Contractor's expense in connection with these traffic signs and markers shall be included in the contract lump sum price bid for clearing and grubbing. No signs shall be removed without first obtaining permission from the Engineer. The removal and disposal of existing concrete curb, curb and. gutter, sidewalk, and existing asphalt berm and drainage facilities at the location shown on the plans shall be included as part of clearing and grubbing. All trees not interfering with the construction shall be protected in place and the Contractor shall exercise caution to avoid damage to root structure as a result of his operation. Full payment for clearing and grubbing and for conforming to the provisions of this section shall be on the basis of the lump sum bid. Payment shall be considered full compensation for all work specified herein including sawcutting, removal, hauling away and disposal, including cleanup and backfilling, furnish all labor, . materials, tools, equipment, and incidentals, paying all disposal fees, and doing all work involved as shown on the plans and as specified in these specifications and no additional compensation will be allowed therefor. - 7 - R. Unclassified Excavation and Embankment It is estimated that 10,000 cubic yards of soil, existing asphalt concrete, and aggregate base must be excavated to con- struct the road improvements as shown on typical sections and to produce the lines and grades as shown on the plans. The lump sum excavation quantity will include all material, regardless of classification, occurring between the existing paved or ground surface, and the grading plans required to construct the improvements according to plans or as directed. Included in unclassified excavation are the following items: Removal of old asphalt concrete and aggregate base. All P.C.C. and A.C. removals shall be sawcut to a minimum depth of 2 inches prior to removal and shall be removed in such a manner as to leave the adjacent improvements undisturbed. The Contractor shall, at his expense, restore all existing paved areas not within the scope of removal which are damaged during clearing and grubbing or subsequent construction operations. Excavation for pavement widening. The asphalt concrete pavement and aggregate base removed as excavation shall become property of the Contractor and shall be disposed of at the Contractor's expense. It is estimated that there will be approximately 400 cubic yards of compacted fill to be placed at the locations shown on the plans. The remaining excess material will become the property of the Contractor and shall be disposed of off -site at the Contractor's expense. The suitability of the material to be placed as compacted fill will be determined by the Engineer. Relative compaction of all fill shall not be less than 95 %. Payment for placing fill within the roadway and within the adjacent area as shown on the plan, including all appurtenant work, shall be included within the contract unit price for unclassified excavation, and no separate payment will be made. C. Structure Excavation Excavation for drainage structures, pipes, or other bid items requiring excavation, will not be paid for as unclassified ex- cavation. The Contractor shall include all costs of structure excavation in the unit or lump sum price bid for the applicable structure or pipe. =:= • D. Structure Backfill 6 Backfill at all structures, including trench backfill, shall have a sand equivalent of not less than 30 and shall have a relative compaction of not less than 95$. No separate payment will be made for structure backfill. All contractor's costs for structure backfill shall be included in the lump sum or unit price bid for the applicable structure or pipe. E. Subgrade Preparation Subgrade preparation shall conform to the provisions in Subsection 301 -1 of the Standard Specifications. Within the roadway area the top 6" of the subgrade material below the grading plane shall be compacted to a relative compaction of not less than.95 %. No separate - payment will be made for subgrade preparation. All Contractor's costs of subgrade preparation shall be considered to be included in the contract unit prices for items of work which require subgrade preparation. F. Relative Compaction Wherever relative compaction is specified to be determined by Test Method No. Calif. 216, the relative compaction will be determined by Test.Method No. Calif. 216 or 231. The area, as stated in Test Method No. Calif. 231, may be represented by one or more individual test sites. Laboratory Maximum Density tests shall be per Method 2 of Section 211 -2.1. The correction for oversize material as stated in Test Method No. California 216 shall be replaced with Note 2 of A.S.T.M. D1557. C. Aggregate Base Aggregate base shall conform with untreated base materials, processed miscellaneous base per Section 400 -2 of the Standard Specifications, and these Special Provisions. In lieu of the second sentence of Subsection 200 - 2.4.1, at least 65 %, by weight, of the material retained on the No. 4 sieve, shall be crushed particles as determined by Test Method No. Calif. 205. Evaluation of gradation and sand equivalent test results shall conform to the provisions of Subsection 400 -1.4. The gradation and sand equivalent requirements of Subsections 200 -2.2 through 200- 2.6 shall be the moving average requirements. Individual test requirements for gradation and sand equivalent shall be as determined by the Orange County Environmental Management Agency - Materials Laboratory. Aggregate base shall be spread and compacted in conformance with Subsection 301 -2 of the Standard Specifications. Quantities of aggregate base to be paid for by the ton will be determined as provided in Subsection 301 -2.4 of the Standard Specifications. Payment will be made at the contract unit price per ton. H. Asphalt Paving 1. General Asphalt concrete shall meet the requirements of Section 400 and these special provisions. Coarse aggregate shall consist of material of which at least 75% by weight shall be crushed particles in lieu of the requirements of Section 400 - 4.2.3. The viscosity grade of paving asphalt shall be AR 4000. The exact proportions of aggregate and the amount of asphalt binder for each type of mixture shall be as follows: Base Course shall be Type III- B2- AR4000 with 5.4% asphalt content. Finish Course shall be Type III- C3- AR4000 with 5.8% asphalt content. 2. Placement of Asphalt Concrete on Aggregate Base Placing of asphalt pavement on aggregate base shall conform to Subsection 302 -5 of the Standard Specifications. The asphaltic concrete within the roadway shall be placed in two courses. Prime coat shall be applied to aggregate base and shall be Grade SC -250 liquid asphalt, or a grade to be specified by the Engineer in the field, and shall conform to Subsection 203 -2 of the Standard Specifications. Placement of the 3 -inch thick asphalt concrete for the driveway and parking lot may be in one course and shall be Type III -C3- AR4000 finish course material. Within the roadway areas pavement over aggregate base shall consist of a base course of 0.30 feet thickness of Type III- B2- AR4000 asphalt concrete followed by 0.10 feet thickness of Type III- C3- AR4000 asphalt concrete finish course. If in the opinion of the Engineer, the condition of the roadway surface at the time of applying the finish course is such as to require an application of "tack coat" the Contractor shall apply the tack coat to base course as directed by Engineer and no additional compensation shall be allowed therefor. - 10 - Placement of Asphalt Concrete Overlays Placing of asphalt pavement overlays on existing pavements shall conform to Subsection 302 -5 of the Standard Specifi- cations. The asphaltic concrete shall be placed in two courses when the thickness is more than 0.20 feet. The base course of the overlay shall consist of a Type III- B2- AR4000 asphalt concrete and the top 0.10 feet thickness shall be Type III- C3- AR4000 finish course. Tack coat shall be applied to existing pavement and shall be Type SS -lh emulsified asphalt, or a type to be specified by the Engineer in the field, and conform to Subsection 203 -3 of the Standard Specifications. Placement of Petromat Prior to placing asphalt concrete overlay, strips of Petro - mat reinforcing fabric, as manufactured by Phillips Petro- leum Company, shall be placed in the locations shown on the plans and as designated by the Engineer. Installation of Petromat shall be in accordance with the manufacturer's recommendations. Installation of Redwood Headers The installation of redwood headers as required in Subsection 302 -5.4 of the Standard Specifications will be required only at locations shown on the plans. Measurement and Payment Measurement and payment for asphalt concrete shall be in accordance with Subsection 302 -5.8 of the Standard Specifi- cations and as specified herein. All asphalt concrete shall be measured in tons and payment will be made at the contract unit prices. Payment for all asphalt work shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work involved in constructing asphalt concrete pavements $ overlay, complete in place, and shall include all costs of furnishing and applying prime coat, tack coat $ paint binder and where required by the plans and these Special Provisions. - 11 - �^ • i JUN 11 1979 By OF CITY pow14COUNCIL W COUNCIL OP CITY b� FROM: Public Works Department June 11, 1979 CITY COUNCIL AGENDA ITEM NO. H-2(h) SUBJECT: FORD ROAD AND MacARTHUR BOULEVARD INTERSECTION MODIFICATION (C -1882) RECOMMENDATION: Adopt a resolution awarding Contract No. 1882 to the Griffith Company for $455,387, and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: ,Three bids for this contract were opened at 10:30 A.M. on June 1, 1979. Bidder Amount Griffith Company, Irvine $455,387.00 Shea Company and Associates, Inc., Walnut $469,230.00 Sully- Miller Contracting Co., Orange $499,536.00 The low bid was 5.9% more than the Engineer's estimate of $430,000. Based on prices currently being quoted on other projects,the bid by Griffith Company is reasonable and it is recommended that the project be awarded. Griffith Co. has satisfactorily performed similar work for the City in the past. The proposed project will realign and widen Ford Road to provide four travel lanes, a double left -turn lane, a right -turn lane, a median and bike trail. The new center line of Ford Road will have larger radius curves and intersect MacArthur Boulevard approximately 70 feet southerly of the present intersection, requiring modification to MacArthur Boulevard. Both legs of MacArthur Boulevard will be modified to provide double left -turn lanes, two through lanes, a right -turn lane, and median at the intersection. The work includes grading, paving, curb and gutter, sidewalk -bike trail, storm drain pipe and curb inlets, installation of intersection safety lighting, adjustments to grade on private property, and a new signal system. Funding for the project is as follows: County AHFP Funds $ 95,122.40 City of Newport Beach Gas Tax Funds 102,852.40 City of Irvine Funds 14,665.70 CalTrans Funds 106,818.50 The Irvine Co. Funds 135,928.00 Total $455,387.00 June 11, 1979 Subject: Ford Road and MacArthur Boulevard Intersection Modification (C -1882) Page 2 A cooperative agreement with.CalTrans provided that CalTrans portion of the project cost was to be paid to the City prior to award of the contract. Procedures for certifying right -of -way for the project have caused the State's payment to be delayed. In order to complete the project prior to the rainy season, it is recommended that the project be awarded now, prior to receiving the State's share of the cost. Right -of -way certification is being resolved and the State's share of the cost will be received prior to completion of the project. The plans and specification were prepared by Simpson - Steppat Consulting Civil Engineers of Newport Beach. The estimated date of completion is October 12, 1979. Attached is a sketch showing the project limits and typical section. Benjamin B. Nolan Public Works Director JW:do Att. s .1. M .. ... ................. ..: . . Let. ax ..� 1 :A : : ::.1>r FO.Pp .PQ sic. 4-.4 11 wl .ws � �c«ftt I • 1 CITY OF NEWPORT BEACH DRAWN =YG. DATE PUBLIC WORKS DEPARTMENT APPROVED FOrCFO ROAD / 144VI.O 711ZIR 44 PUBLIC WORKS DIRECTOR A17dP.PSECT/OAI M0,01F/C.471W R.E. NO. — A. \t:::;t: 1 DRAWING NO. NTS. 4 :: . .... ... .... CITY.... �� - 4 E�:11 �. 0." •�� .. .Y... .. : :.. .. ... ................. ..: . . Let. ax ..� 1 :A : : ::.1>r FO.Pp .PQ sic. 4-.4 11 wl .ws � �c«ftt I • 1 CITY OF NEWPORT BEACH DRAWN =YG. DATE PUBLIC WORKS DEPARTMENT APPROVED FOrCFO ROAD / 144VI.O 711ZIR 44 PUBLIC WORKS DIRECTOR A17dP.PSECT/OAI M0,01F/C.471W R.E. NO. — A. \t:::;t: 1 DRAWING NO. Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:30 A.M. (as determined by telephone time signal) on the 1st day of June 1979, at which time they will be opened and read, for performing work as follows: FORD ROAD AND MacARTHUR BOULEVARD INTERSECTION MODIFICATIONS CONTRACT NO. 1882 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy.of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. .Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or . Vice President and Secretary or Assistant Secretary are required an t� he Comer orate Seal shall be affixed to all documents requiring signatures. In the case of a arP tnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no_cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) Page la The City has adopted the Standard Specifications for Public Works Construction (1976 . Ldition) as prepared by the ou ern California Chapters of the American TuBITic Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los, Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $5 per set. A standard. "City of Newport Beach Special Endorsement" form has been adopted by the City of Newport Beach. This form is the only endorsement acceptable to the City for liability insurance purposes. The successful low bidder will be required to complete the form upon award of contract. (A sample form is attached for reference.) For any required bonds, the company issuing bid bonds, labor and material bonds, and faithful. performance.bonds must be an insurance company or surety company licensed by the State of California. In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascer- tained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in- clusive). The contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the Public Works Department. The City reserves the right to. reject any or all bids and to waive any informality in such bids. Revised 3 -13 -79 Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals., The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal, Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 32168 Classification A_SR_j_gC_ Accompanying this proposal is 10% Bidder's Bond " (Cash, Certified Check, Cas ier s Check or Bon in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. (714) 549 -2291 Phone Number June 1, 1979 Date GRIFFITH COMPANY Bid er s Name (SEAL) GRIFFITH CM1IPANY OFFICERS George P. Griffith President Donald L. McGrew Executive Vice President Robert D. Lytle Vice President- Secretary /Treasurer- 2360 Mountain Avenue Norco Chief Fi.ial Officer John E. Tiger Vice President James A. Hearn Vice President /District Manager James B. Hayden Vice President /District Manager James D. Waltze Vice President /District Manager Vincent Dia. Assistant District MIanager Teeny R. Fogelberg Assistant District Manager Evan E. Millington Assistant District Manager Ned G. Michou Controller John E. Snider Assistant Secretary Corporation Type of Organization (Individual, Corporation, or Co- Partnership) 314 Robinhood Lane Costa Was 92627 304 Avenida Monterey San Clemente 92672 1830 Dec. Boulevard Long Beach 90802 2360 Mountain Avenue Norco 91760 145 - 21st Street Del Mar 92014 5411 Warwick Place Bakersfield 93309 284 Bucknell Road Costa Mesa 92627 4508 Greemaeadnw Road Long Beach 90808 19774 Golden Bough Drive Covina 91722 915 P.I. Street Bakersfield 93304 ZZ13 Linnington Avenue Los Angeles 90064 3958 Franklin Avenue Los Angeles 90027 i corporation, :I Page 3 DESIGNATION Of SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address 1. 2. 3. 4 5. 6. 7. 8. 9. 10. 11. 12. tRil Fri 19 s UAII S D. WALTZE :%'ICE PRESIDENT Cor oration Type of rganization (Individual, Co- partnership or Corp.) P. O. Box B -T Irvine, California 92716 Address Page 5 NON- COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say,.that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agree- ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants.or either of them has not directly or indirectly, entered into any arrangement or agree- ment with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no . bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no inducement or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this 1 day of Jnna , 19 79 . My commission expires: RiFFETH COMPANY 'Donald L. McGrew Executive Vice President s� OFFICIAL SEAL GEORGE N. PITTMAN m NOTARY PUBLIC • CALIFORNIA LOS ANGELES COUNTY ^�^* PAy comm. expires MAY 24, 1982 STATEMENT OF FINANCIAL RESPONSIBILITY ..• a Tne undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if lie is the apparent low bidder. WIFFITH COMPANY :LAMES D. WALTZE VICE PRESIDENT Signed - Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. JAMES D. WALTZE `� pp���p�pr f VFCE PRESIDENT '�e P !'4{�t Si gne Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL !,NOW ALL MEN BY THESE PRESENTS, That we, GRIFFITH COMPANY as Principal, and UNITED PACIFIC INSURANCE COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT (10% OF THE TOTAL AMOUNT BID IN -- -Dollars ($---------- - - --), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of Ford Road and MacArthur Boulevard Intersection Modification BIDS T0. THE PINER June 1, 1979 in the City o ewport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten, (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 25th day of May , 19 79 . Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in- Fact) ) GRIFFITH COMPANY rincipal B. JAMES D. WAME 2LE PRERID7 IT UNITED PACIF INSURANCE COMPANY Suret}-- - B fj�iflj6ryi `� rand s arvis ttorney -' - act Title Ic L. f I g / >®.29 o; /§ \fkf cr fw NO i$fcil »3 2 §E ;le gn o(EIq | ■_ R «£]. $ \ \)\\ )\ / m)zR § }n ƒ §§ 2 Z \ K \ \ L gal\ l cn > C: / /}\ !8m # i:J \,z+ &\k\ ! /0 = +,o )E2! & & / `t. r .. - — r e �,:. . ,. .� ,x , 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PLANS AND CONTRACT DOCUMENTS FOR FORD ROAD AND MACARTHUR BOULEVARD INTERSECTION MODIFICATION CONTRACT NO. 1882 ADDENDUM NO. 1 NOTICE TO BIDDERS Please be advised that the following revision shall supplement the Plans and Specifications, and shall become a part of the contract documents. SPECIAL PROVISIONS APPENDIX: CALTRANS ENCROACHMENT PERMIT NO. 779 -E- 764265 was not included in the original mailing of the contract documents. The attached copy shall be a part of the contract Special Provisions. Note that on the first page of the Encroachment Permit, reference is made to comments marked in and on the Plans R- 5372 -S and T- 5212 -S. .Those comments have been included in the final contract plans and are not marked in red. Please sign and date this addendum, and attach it to your bid proposal. Benjamin B. Nolan Public Works Director Date: Addendum received by: GRIFFITH COMPANY Contractor TAMES D. WgITZE VICE PRESIDLTz ignature June 1, 1979 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT FORD ROAD AND 1ACARTIJUR BOULEVARD INTERSECTION MODIFICATION CONTRACT NO. 1882 AHFP. NO. 947 $ 948 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92660 Gentlemen: PR 1 of 7 The undersigned declares that he has carefully examined the location of the work, has read the Notice inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 1882 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 1 Clearing nd grubbing Lump Sum �� -�i r..h @ Dollars and T�u�yj Cents $.3p. 00 Per To GRIFFITH COMPANY :x Cents $�7•yKi, p6$, 00 Per Lump Sum 2. 1 Unclassifi d excavation Lump Sum F o0 00 @�ce� Dollars // $��p�� $p and TT A&P, Cents Per Lump Sum 3. 3,100 Construct A.C. Pavement, Tons Base Course (Type III- B2- AR400:0) including prime 'coat & tack coat @ Tfy Tuyo . Dollars and T�u�yj Cents $.3p. 00 Per To GRIFFITH COMPANY :x LJ 1�1 r • • PR 2 of 7 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 1,200. Construct A.C. Pavement, Finish Tons Course, (Type III- C3- AR4000.) including prime coat & tack coat @% , IZb`p Dollars and T Cents $ tea. 3d $100. Go Per Ton 5. 6,800 Construct Aggregate Base, Tons complete in place @ Dollars and %7i.,zc7" Cents $ Per Tom 6. 80 Construct 6 "tog" P.C.C. Curb L.F. Face Transition and Gutter, Type "A" per C.N.B. DWG. 182 -L @ Dollars and Cents Per Linear Foot AP 7. 2,350 Const. Type "A" P.C.C. Curb Lam-- and Gutter (8 "C.F.) per C.N.B. j DWG. 182 -L @ ��L Dollars -� and c Cents Per Linear Foot $ (p -%O $/5 ]5X5. 00 8. 150 Const. Type "C" P.C.C. Curb L.F. (6"C.F.) per C.N.B. DWG. 183 -L @ Dollars and Cents Per Linear Foot 9. 1,350 Const. Type "D" P.C.C. Curb L.F. (6 "C.F..) per C.N.B. DWG. 183 -L @ Dollars and Cents Per TH n Foot $ Z. 80 GRIFFITH COMPANY 1. 0 0 r PR 3 of 7 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO.. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 5 Construct 4 "P.C.C. Curb Access Each Ramp, Typ/� I, pe♦r C.N.B. DWG 180 -L a .6Guncstil��C. @ Oeren _Dollars and Cents Each r $ /7S•00 $ 875• o0 11. 2 Const. 4 "P.C.C. Curb Access Each Ramp, Type II, Per C.N.B. DWG. 181 -L Dollars T and 'hL7 Cents Each $ 175 4a $ DSO, o0 12. 17,100 Construct 4" P.C.C. Sidewalk S.F. per C.N.B. DA'G. 180 -L @ Dollars and C` ice/ TwuL Cents S.F. 13. 850 Construct 2 "x4" Redwood L.F. Eeader, Complete in Place @ Tarp Dollars and Cents Per Linea Foot 14. 2 Construct P.C.C. Driveway {( Ea- cFi— Approach, Type II, bottom wid h=181, per C B. DWG.163 -L @,f._ ��s F•cs� Dollars and Cents Each $ Oo S 75�O..ao 15. 1 Construct P.C.C. Driveway Each Approach, Type II, R =151, W =2 '., per N.B. DWG. 161 -L @ F ollars and %LO Cents Each $ 83d. oo GRIFFITH COMPANY --AWL- �-- • PR 4 of .7 16. 275 L.F. Const. 24" R.C.P. Storm Drain, Comp t in ace @ Dollars and Cents Per Linear Foot 17. 1 Const. Curb Inlet, Type OL -A, Each L =14' with local depression per C.N.B. DWG 305 -L, Complete inT @ Place.D /��u Dollars and Cents Each $, 9560, 00 18. 1 Const. Curb Inlet, Type OS, Each with local depression per ITEM NO. QUANTITY AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 16. 275 L.F. Const. 24" R.C.P. Storm Drain, Comp t in ace @ Dollars and Cents Per Linear Foot 17. 1 Const. Curb Inlet, Type OL -A, Each L =14' with local depression per C.N.B. DWG 305 -L, Complete inT @ Place.D /��u Dollars and Cents Each $, 9560, 00 18. 1 Const. Curb Inlet, Type OS, Each with local depression per C.N.B. DWG 306 -L, Complete inelag <� @/ / T� zA&Dollars and Cents Each . $ /73o.DO$ /730. DO 19. 1 Construct P.C.C. -Storm Drain Each Outlet Structure per Detail Sheet Compl in Pfi1� ce @Dollars and 1Ze7 Cents Each $ 20. 4,,000 Construct 4" P.C.C. Stamped S.F. ` Concrete, Complete in Place @ Ezre O Dollars and Cents Per Sqi2affe Foot $ 01' ,fPO $/O DO. DO 21. 2 Each GRIFFITH. COMPANY Install Street Light Standard & Luminaire, Type II -F, 100 Watt, wii P Box. p r C.N.B. DWG 200-L @ a1w �D / Dollars and Cents Each $ aaoD. op $ • _` =.. z v.. it `' . • PR 5 of 7 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 22. 2 Relocate Street Light Standard Each and replace luminaire with 100 watt high pressure sodium vapor lamps per C.N.B. DWG 200 -L, Complet in Pla e fix¢ � -/sN >, @ Dollars and 'lLO Cents Each 23. 2 Install Street Light Standard Each and luminaire, Type II -Ii, 150 watt, with pull box per C.N.B. DWG 200 - , Compl to in Place @ % Dollars and lie Cents Each $.1o20O. oo $ C/W010 00 24. 1 Relocate Street Light Standard Each with double davit arms and install two luminaires with 100 watt . high pressure sodium vapor lamps per C.N.B. PYG 200-L i @ T� Dollars and Zl�b Cents Each 25. 1 Abandon series street light Lump Sum service point and connect to existing multiple circuit, C�plet� Pl ac @ Dollars and 12a Cents Per Lump Sum $ //30. 00 $-ZI.3a 00 .26. 1,00.0 Construct Petro Mat under S.F. A.C. overlay, Complete in Place @ Dollars and e, P Cents Pef Stluare Foot $ p.5� $ 550. OQ GRIFFITH COMPANY r • • i • • PR 6 of 7 ITEM . QUANTITY ITEM DESCRIPTION - UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 27. 1 Modify existing traffic signal, Lump Sum C314a pe� Plans @ rweL Dollars and �l0 Cents Per Lump Sum $ ;Z'2;&202 dp$ 74 10 p0, op . 28. 1 Install Traffic Count Lump Sum Faci itiie Comp le a per Plan @ Dollars and and 2Lo Cents Per Lulhp Sum $ GdOO.00 $ gr, JpQ 00 29. 1 Fill existing 24" storm drain Lump Sum with sand slurry, Complete in Place —wv <; 40. �G @ r",� Dollars and Cents Per 'Lump Sum $ z4ate oo $ /ado. eo 30. 1,030 Install 1 -1/4" Street Lighting L.F. conduit with 2 - #8 conductors and 1 - #8 ground, Complete in Place @ Dollars and Cents e Foot $ 7, 70 31.. 1 Guard Underground Construction Lump Sum Dollars and % Cents Per Lump Sum $ 300. o0 GRIFFITH COMPANY 0 • • r. f "N I 1 1979 y By fho Cify cuuj4C1L RESOLUTION, -fib. CITY OF HO PORT N;ACa A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO THE GRIFFITH COMPANY IN CONNECTION WITH THE FORD ROAD AND MACARTHUR BOULEVARD INTERSECTION MODIFICATION (C -1882) WHEREAS, pursuant to the notice inviting bids for work in connection with the Ford Road /MacArthur Boulevard intersection modification, in connection with the plans and specifications heretofore adopted, bids were received on the 1st day of June, 1979, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is THE GRIFFITH COMPANY, NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of THE GRIFFITH COMPANY in the amount of $455,387.00 in connection with the Ford Road/ MacArthur Boulevard intersection modification be accepted, and that the contract for the described work be awarded to said bidder; and BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid, and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ATTEST: City Clerk ADOPTED this 11th day of June , 1979. Mayor kb 6/5/79 6 "I am aware of and will comply with Section 3700 of the Labor Code, requiring every employer to be insured against liability for Workers' Compensation or to undertake self- insurance before commencing any of the work." CAFFITH C 1111 JAMES D. wArrm VICE PRESIDENT Date gnature THIS ENDORSEMENT SUPERCEDES A&ANCELS ENDORSEMENT ISSUED ON 1, 1979 CITY OF NEWPORT BEACH Contract No. 1882 Special Endorsement No. /REVISED In consideration of the premium charged, this endorsement is attached to and made a part of all policies insuring the liability of any person, firm or corporation performing services under contract for the City of Newport Beach. Notwithstanding any inconsistent expression in the policy to which this endorsement is attached, or in any other endorsement now or hereafter attached thereto, or made a part thereof, the protection afforded by said policies shall: 1. Include the City of Newport Beach, its officers and employees as additional insureds in the policies described below for injuries, death or damage to property arising out of or in connection with the contract executed by the named insured and the City. It is further agreed that this policy shall be primary and non - contributing with any other insurance available to the City of Newport Beach, and includes a severability of interest clause. 2. Include contractual liability coverage applicable to the contract referred to above, including the obligation to defend the City. 3. Delete all exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards). 4. Indemnify and save harmless the City of Newport Beach against any and all claims, excluding sole negligence of the City, resulting from the undertaking of the contract. This hold harmless assumption on the part of the underwriters shall include all costs of investigation and defense, until reasonable determination is made that the City is solely negligent. 5. Provides limits of liability and coverages as follows: COVERAGES TO WHICH THIS EFFECTIVE ENDORSEMENT DATE OF POLICY POLICY LIMITS OF ATTACHES ENDORSEMENT NUMBER PERIOD LIABILITY (PLEASE SEE REVERSE SIDE FOR THE LIMITS AND COVERAGES) INSURANCE COMPANY This endorsement is effective JULY 3, 19 79 when signed by an Authorized Representative of the companies affording coverages and when issued to City shall be valid and form a part of policies herein described. Should any of the above described policies be cancelled before the expiration date thereof, the issuing company shall mail 30,days' prior written notice by registered mail to: City of Newport Beach c/o City Clerk 3300 Newport Boulevard Newport Beach, California 92663. NAME OF INSURED NAME OF AGENT OR BROKER GRIFFITH COMPANY CORROON 6 BLACK /MILLER 6 AMES Address 3650 CHERRY AVENUE, P.O. BOX 980 Address '3600 WILSHIRE BOULEVARD. SUITE 1100 LONG BEACH, CALIFORNIA 90801 LOS ANGELES, CALIFORNIA 90010 By u iz d Representative) IMPORTANT: This is the only evidence of insurance acceptable to the City. The person executing this Endorsement is cautioned to make certain that he has authority to do same on behalf of the Insurance Company or Companies. C.I.E. - 3/79 0 J' ^ U U U U 'L N to to W N N N M O �] M H z W z V) z z z U V V U M�cq4 cN H r p ¢ � 4 S N H N ' Ha Fa a a a to o n.w F qq W W O O W U) od 94 H�y W U �Nq W W r¢+ 00 0 0 qz • ,p7., p V) 0 E+ O Y O 0 0 �pYj7� N H F Ln Z 7., N a rA NN t?N N O O O O O co co ° w P4 41 n U n ` O - p4 n n n n cn co m N O H O Lr% co Ln %0 O Ln %O tA 04 �7 0 LO Ln RO v1 Rn W t+1 rl N P. w W w y rn rn m Os E. n n n n 2 W .O1i � 1 O to U � W H 0 .4 .T C O A y rl W M 4 U Y M H N M v7 G N ca 4 `t G ^rrol 14, ,G1 o a p ro H P w N M a ro dw W N (L U d 13 N xx 0 J' THIS ENDORSEMENT SUPERCEDES . CANCELS ENDORSEkENT ISSUED OIWY 1, 1979. /REVISED CITY OF NEWPORT BEACH Contract No. 1882 Special Endorsement No. In consideration of 'the premium charged, this endorsement is attached to and made a part of all policies insuring the liability of any person, firm or corporation performing services under contract for the City of Newport Beach. Notwithstanding any inconsistent expression in the policy to which this endorsement is attached, or in any other endorsement now or hereafter attached thereto, or made a part thereof, the protection afforded by said policies shall: 1. Include the City of Newport Beach, its officers and employees as additional insureds in the policies described below for injuries, death or damage to property arising out of or in connection with the contract executed by the named insured and the City. It is further agreed that this policy shall be primary and non - contributing with any other insurance available to the City of Newport Beach,,and includes a severability of interest clause. 2. Include contractual liability coverage applicable to the contract referred to above, including the obligation to defend the City. 3. Delete all exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards). 4. Indemnify and save harmless the City of Newport Beach against any and all claims, excluding sole negligence of the City, resulting from the undertaking of the contract. This hold harmless assumption on the part of the underwriters shall include all costs of investigation and defense, until reasonable determination is made that the City is solely negligent. 5. Provides limits of liability and coverages as follows: COVERAGES TO WHICH THIS EFFECTIVE ENDORSEMENT DATE OF POLICY POLICY LIMITS OF INSURANCE ATTACHES ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY (PLEASE SEE REVERSE SIDE FOR THE LIMITS AND COVERAGES) This endorsement is effective JULY 3, , 19 79 when signed by an Authorized Representative of the companies affording coverages and when issued to City shall be valid and form a part of policies herein.described. Should any of the above described policies be cancelled before the expiration date thereof, the issuing company shall mail 30 days' prior written notice by registered mail to: City of Newport Beach c/o City Clerk 3300 Newport Boulevard Newport Beach, California 92663. NAME OF INSURED NAME OF AGENT OR BROKER GRIFFITH COMPANY CORROON & BLACK /MILLER & AMES Address 3650 CHERRY AVENUE, P.O. BO$ 980 LONG BEACH, CALIFORNIA 90801 Address 3600 WILSHIRE BOULEVARD, SUITE 1100 IMPORTANT: This is the only evidence of insurance acceptable to the City. The person executing this Endorsement is cautioned to make certain that he has authority to do same on behalf of the Insurance Company or Companies. C.I.E. - 3/7.9 $. • t3 • W NN 7: H O N H H - W V ►za H N w ca H U U ci lu 9 z N E 5a O h i� r b O h �7 •O •O in p.� NH a Mme+ 1�a-ff a 9 ri ecn r4 to N pq N 4J n n H n v~ia mW o P4 Qo 14 Pip' h W � ra%i Ha r0%l U yN + P4 PA oo O0`O NO 14 °o n wl ti ►' or ti a -OPpro O O 6 H H a N N as +a y' O O O O U co co co co O 4 \ \ 1 \ \ ?F n n n n a Grp ro 0 0 a s0i a0 n n n w P w n p o \ \ \ \ P41 n n n n N O •-1 O h co h b O h �7 •O •O in p.� N U W ri ecn r4 to N pq N 4J n n H n n W � ra%i .ati r0%l .ON-i H W + NO 14 n wl ti ►' ►'� ti a >. M 4 Y y' U l0 d 9. Y H ffI YI Y M ?F Grp ro O J. w P w H p W f U N H H d s n nt -1 m 0 L7 L 3 3 J N N M1•t �:N�U�w.��lkls�o xiV (n W N hs::yvt�uA-�� 'O v�nryN ti tib _ � 6�Oo<iaa In I?, _Z) G\ L N .h NogN�oo° o T y In {�J oeO`Un'VI° N rq Lrj 8j➢I "dig Or�z n$n ►�oca00r ^� etElol$10l°0 oVap lc�N =c y� �Z W N, nv, , A n`a s ^� W Vi IJ i 'A o J� Lm N rtl o �0000�ooQaonopOOQO n p p o n o q° $ooQOOO�"o$$gao o� o, =+ � Z W I r Z . U� ZP3p l l� � A, Z � 1 ( Z I z d . -i ,I C. �r +111 m 0 L7 L 3 3 J THE NEWPORT ENSIGN PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF CALIFORNIA, ,1 fIj SS. County of Orange, I am a citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the above - entitled matter. I am the principal clerk of the printer of the Newport Harbor Ensign newspaper of general circulation, printed and pub- lished weekly in the city of Newport Beach, County of Or- ange, and which newspaper has been adjudged a news- paper of general circulation by the Superior Court of the County of Orange, State of California, under the date of May 14, 1951, CASE NUMBER A -20178 that the notice, of which the annexed is a printed copy (set in type not smaller than nonpareil), has been published in each regular and en- tire issue of said newspaper and not in any supplement thereof on the following dates to-wit: May 17, 1979 .......................................... ............................... 1r '7 41 I certify (or declare) under penalty of perjury, gnat ask' foregoing is true and correct. Dated at Newport Roach; pia California, this 17 day of May 19 79 Signature "ME NEWPORT ENSIGN 2121 E. Coast Hwy., Corona del Mar, California 92625. PROOF OF_ PUBLICATION �7 1. PUBCICNOTICE 11 CMOFNHWPORTMACN,CAUF. - NOTMorwi alms fling stamp Ibis. Sealed tilde will be received al im ol- - Bced We City Clark City HaU Newport unt nor. bas y eat Cd by to:30 d eel cal) m tiny by tale, e IA 1979�at which the ld day d lean Mann at rb eh Bore they be opened and real, br Pe*- ng bnFORDROAD fAND FORD ANDTERSECTIO BOULEVARD INTERSECTION j MODIFICA7ION8 _ IS.H. 73) - CONTHACr NO. 1892 .. Bide mum be submitted bd the proposal form nitacbed with -the contmci docw - tents burnished by the Public Wod. De pammant. The additional copy of the propual-fount is to be retained by the Mddwr to, his records. - - Each bid now bar acourPented by cash, _ arlWed check or Bidder's Bond, ..do rayebl. to Iha city d Newport Bach, : for amowt count to at least 10 W ` —� centoflh.emouolhid. ' The title of the project and the words I `SEALED Bin" shall he c1.1, marked , Proof I w the ovidde of the nvMove coolant bq.thebid. - The antrant documents that must be gip, Bids .Plead. aaacuted, end returned i 2 _ theested bid an: - , A.Propval. - - - B Dedgnaticn d Subcontmchus C. Bidder's Bind' - D.Non- rolhv'mn ABid.vn - E Statamentof Financial Reswruh -- batty T. Tachsdcal Ability and zspmiaace Thine d.,unente shell be affised with the signaure and litho d the fines rpmgof sigcinq on behalf of the bidder. For Can- e pnrabpne, the dgnatmesd the President . or via President and Sec I , or MY - Amhtant Secmtary are required end Ibe -�Q Ctures.s Saet shall be Mfaed to ail 3 race docummh requiring dgatum. In tiro case of a Partnership, the signature of at - leameageneral Miner Wrequnod. No bids snit be accepted hoes . con. hector who has not been licaaed nn nc- � ardana with the movivoru of Chapter 9. Divuea mot the Business and Ps front. Code The ...o.chre shall Mate his license number and classihcs Lien to p poet. , Ove set I of piano and canhacl....y mentor me a may j fined Mt be obtained Public Work De WakeDepuC- City athe Newland mint. City Hall, n- Newpns 8ount; cd0- act to 'It henead .nd 000 .o is r i M It h plan and somata rnentst be return documents within 2 wevya A stiesthe bid . ahaq, hadnq. The City has adopted -the Standard Specifications for Public Cot .i i h o. (9 Edition) as pegrad by t s r the Southern California Chapters, n, the 1nj°{ye' F n Public W.I. Association, and I. Associated Contractors ci b Copies AriceC pies try e obtained ht vWade Buildin News , oerarvd Ave., ! '(� La Agelea Celli. 90039, (2 t3) 870 - 9871. City ties adopted Standard Sloe. -ns 9 ci roThe end el Pviab Standard hew we available the Pub Cc vailable t thePub- Work. - Inc Wab Depmimant at a cost v185 per, cost ad. A d of Newport Beach ill En Special seine . form has bean adopted by yeth Cent of by the Beech. The Foes b the only- endonemanl an oral the City for liability ... P. an sea pmpHn. the ooccmtm tow Men - bid der will bed the Iona motored to of upon award of c.nhne. IA sample fo+m t. (A are u attached foueiewna) For any'",dred bonds. the company Canning bid bonds, labor and melnial bonds, and faithful perbouron. bonds mum be an insurance rompa.y or euwty - company Itcared by the state of CaRlomib.," _. PROOF OF_ PUBLICATION m accordance with the pmvizi.ru of Article 2, Chepler 1. Part 7 01 the Calif. ornia Labor Code (Sentence, 1770 at, the Dheclor d Induvtrial Eelationa _het aacader the general prevailing rate o1 pe ch re wager in the locality m which the work is to be ,arlWmad for each craft, daaetlicetion, a type olwork, roan or mechaNC headed to execute the contract. A coPY W acid determigalion u vailebib to the office of the City Clark. All parties to the conhact shall be goes .ad by ell provtaiom of the Ca[domte= Labor Code relating.,, prevailing wage rata (Sectioru .1 TTO.79F1ir,5nclWiyl-;- 'I'he contractor shall in, rWporeatgg for 'P"'-- with Section 1777.5 of the California Labor Code for all PrW. ticeabl.oupation, a ¢ 1 The contractor .hell poet a corn .1 the . prevailing wage rater at the job ail.. Comes may be obtained in. the Public Work. Department. . The City +examen the right to reject ! any or ail bide and to eraw.'my thin, ' mality in ouch bide. Publish: May 17, 1979 in The Newport Enaigh. NE975 .?9,7,;z- May 14, 1979 MAY 14 1974 CITY COUNCIL AGENDA By a* CITY Ctun'%­ ITEM NO. H -10 C1TY OF 141TMlg. r- CITY COUNCIL FROM: Public Works Department SUBJECT: FORD ROAD AND MacARTHUR BOULEVARD INTERSECTION MODIFICATIONS (C -1882) RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids for Contract No. 1882 to be opened Friday, June 1, 1979, at 10:30 A.M. DISCUSSION: The proposed project will realign and widen Ford Road to provide four travel lanes, a double left -turn lane, a right -turn lane, a median and bike trail. The new center line of Ford Road will have larger radius curves and intersect MacArthur Boulevard approximately 70 feet southerly of the pres- ent intersection requiring modification to MacArthur Boulevard. Both legs of MacArthur Boulevard will be modified to provide double left -turn lanes, two through lanes, a right -turn lane, and median at the intersection. The work includes grading, paving, curb and gutter, sidewalk -bike trail, storm drain pipe and curb inlets, installation of intersection safety lighting, adjustments to grade on private property, and a new signal system. Right -of -way (easements for street and highway purposes) has been dedicated to the City of Newport Beach and the City of Irvine by The Irvine Company as a condition of Tract 8787. ' The engineer's estimate for construction of the improvements is $430,000. Funding for the project is as follows: County AHFP Funds $ 89,929 City of Newport Beach Gas Tax Funds 95,929 City of Irvine Funds 15,272 CalTrans Funds 102,495 The Irvine Company Funds 126,375 Total (Construction only) $430,000 The plans and specifications were prepared by Simpson - Steppat Consulting Civil Engineers of Newport Beach. The estimated date of completion is October 12, 1.979. Attached is a sketch showing the project limits and typical section. Benj min B. Nolan Public Works Director JW:jd Att. a wUUJ Y i i:: ant t 3 �a�v�.: a�.: k7•. i a a ........... ......... ass F• ... a +":... I --vim ��•. k iTo� ai.� q .......... .Y .....:: ..`` mac. Ay 4 p: :. F: war �r wawc.r .:v ..... AlorSOGCT.vass�ecc• I. .- sWc. AP-0 was j% ow.+tt I C - loarR CITY OF NEWPORT BEACH DRAWN -WC-. DATE PUBLIC WORKS DEPARTMENT APPROVED l ,0 6,O Aja4Q f AAVARTH[/R 44 PUBLIC WORKS DIRECTOR .1117 i'.SEC%14V oWaKI /- /G4T/O/V R.E. NO. DRAWING NO.