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.