Loading...
HomeMy WebLinkAboutC-1927 - West Coast Highway Improvements from 57th to Santa Ana River40 April 98 1979 Clarke Contracting Corporation 1934 Gladwick Street Compton, CA 90220 Subjects Surety : Federal Insurance Company Bonds Nos. t 80755431 Project i West Coast Highway Improvements from 37th Street to the Santa Ana River Contract No. t 1927 The City Council on March 26, 1979 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after Notice of Completion has been filed. Notice of Completion was filed with the Orange C;ewty Recorder on March 29, 1979, in Book No. 13094 Page 1."& Please notify your surety company that bonds may be reh*ed 35 days after recording date. DORIS GEORGE City Clerk swk ect Public Works Department .4 . I RECOWING REQUESTED "BY AND MAIL TO CITY OF NEWPORT BEACH 40252 3( 13084 PC 1988 3300 W. Newport Blvd. Newport Beach, Calif. 92660 NOTICE OF COMPLETION EXEMPT C12 PUBLIC WORKS To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on Dpremhpr 99, 1979 the Public Works project consisting of West Coast Highway Improvements from 57th S treet to the Santa Ana River on which Clarke Contracting Corp. was the contractor, and Federal Insurance Coigpany was the surety, was completed. VERIFICATION I, the undersigned, say: CITYPORT BEACH Public Works 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 foregoing is true and correct. Executed on March 27, 1979 at Newport Beach. California. Vublic 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 March 26, 1979 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 March 27, 1979 at Newport Beach, California. 'i City Clerk KtLVRDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 30 v' 3 P.M, MAR 281879 LEE A. MANCH, Comfy RocoriMr C Lee A. Branch County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: Attached for recordation is Notice of Canpletion of Public i Works project consisting of West Coast - Highway Improvements from 57th Street to the Santa Ana River :' Contract No. 1927 on which Clarke.Contracting Corp. was the Contractor and Federal Tnsurance Company was the surety. Please record and return to us. Very trul yours, Doris George City Cleve City of Newport Beach Encl. �- .��- � , ^�r °�' �':�' -, ._.,,�,��.• -:gym• CITY OF NEWPORT BEACH TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 1927 Project West Coast Highway Date September 11, 1978 s from Santa Ana Attached is signed copy of subject contract for transmittal to the contractor. Contractor: Clarke Contracting Company Address: 1934 Gladwick Street, Compton, CA 90220 Amount: $ 606,679.50 Effective Date: 9 -11 -78 Resolution No. 9373 A'-�.-DorlS Geojoe Att. cc: Finance Department City Mall • 3300 Newport Boule%-ard, Newport Beach, California 92663 September 8, 1978 TO: CITY CLERK FROM: Public Works Department SUBJECT: WEST COAST HIGHWAY IMPROVEMENTS FROM SANTA ANA RIVER TO 3800± FEET EASTERLY, CONTRACT NO. 1927, AHFP NO. -882 Attached are four copies of the subject contract documents and the insurance certificates. Please have executed on behalf of the City, retain your copy and the insurance certificates, and re- turn the remaining copies to our department. i Don Webb Project Engineer DW: jd Att. �1a/ ��T3 4 N >y a a 1 ... CCRTIF!Cw P,TL OF INSL'RANCE46 - MAR89R Ir�S6IfIAN6E Company 2.. Company 3. Company 4• Company THIS IS TO CERTIFY 10 CITY OF NEWPORT BEACH - CITY HALL, 3300 WEST NEWPORT BOULEVARD, NEWPORT BEACH, CALIFORNIA 92663, THAT ON THE DATE NOTED BELOW, THE FOLLOWING DESCRIBED INSURANCE POLICIES, ISSUED BY THIS COMPANY (OR COMPANIES) ARE IN FULL FORCE AND EFFECT. DESCRIPTION SCHEDULE ADDRESS OF INSURED 19A GI ADWICK STREET COIWTnnl CA l I Cnau, - 1 -6- QWap DESCRIPTION OFCIVEHICLESO PREMISES IppOPEP.ATIONS COVERED GRADING ()FE rtnen FOR . WEST COAST T ik ANA -MM IVE /n N-roerT run 192 SCHEDULE OF INSURANCE Description Insuring Policy Inception Expiration Limits of of Covers a Co. No. Number Date Date Liability ORKER ��j�� COMPENSATION III STATUTORY {j t 1 General Liability ea.occur. ,,Bodily Injury r 1 123048 8/1178 8 " aqqreqate General Liability ) 123048 8/1/78 8/1/79 ! aggregate qutomobile Liability ( S ea.person 5-odily Injury ea-occur. Automrbile Liability Property Damage ` ea.—CCUr. COMB GLE LIMIT BODILY INJURY AND /DR PROPERTY DAMAGE LIABILITY. INCLUDES BLANKET CONTRACTUAL, PRODUCTS- COMPLETED OPERATIONS, PREMISES - OPERATIONS, CONTRACTORS PROTECTIVE, BROAO FORM PROPERTY DAMAGE ANO SEVERABILITY OF INTEREST CLAUSE. XCU EXCLUSIONS DELETED, AUTOMOBILE APPLIES TO OWNED, HIRED ANO NON- O`WNEO AUTOMOBILES. I i NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENTS WITH RESPECT TO WHICH THIS INSURANCE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICY (POLICIES) DESCRIBED HEREIN IS SUBJECT TO ALL OF 'IHE TERMS, EXCLUSIONS AND CONUITIONS OF SUCH POLICY (POLICIES) DURING THE TERM(S) THEREOF. CITY OF NEWPORT BEACH; COUNTY OF ORANGE; STATE OF CALIFORNIA; ROBERT T. BEIN, WILLIAM FROST & ASSOCIATES; THEIR OFFICFRS & EMPLOYEES ARE INCLUDED AS ADDITIONAL INSUREDS, BUT ONLY WITH RESPECT TO WORK BEING DONE FOR THE CITY OF NEWPORT BEACH UNDER CONTRACT NO.1927. THIS INSURANCE 15 PRIMARY AND NON - CONTRIBUTING WITH ANY OTHER INSURANCE AVAILABLE TO IHE CITY OF NEWPORT BEACH. Ir IS UNOLRST000 R AGREED THAT, IN THE EVENT OF CANCELLATION, REDUCTION IN LIMITS, OR CHANGE IN COVERAGE, THE INSURING COMPANY (OR COMPANIES) WILL MAIL THIRTY- (30) DAY WRITTEN NOTICE THEREOF BY REGISTERED MAIL TO THE CITY OF NEWPORT BEACH, C/O CITY CLERK, 3300 NEWPOP.I BOULEVARD, NEWPORT BEACH, CALIFOR11A 92663. % £IFLCrIVE AUGUST. I _INSURING COMPANY (OR COMPANIES) BY (10 7 ui—Fit o epresentat ve 1' CERTIFICATE OF INSURANCE • 1. MISSION INSURANCE Company 2. Company 3. Company 4. Company THIS IS TO CERTIFY TO CITY OF NEWPORT BEACH - CITY HALL, 3300 WEST NEWPORT BOULEVARD, NEWPORT BEACH, CALIFORNIA 92663, THAT ON THE DATE NOTED BELOW, THE FOLLOWING DESCRIBED INSURANCE POLICIES, ISSUED BY THIS COMPANY (OR COMPANIES) ARE IN FULL FORCE AND EFFECT. DESCRIPTION SCHEDULE NAME OF INSURED CLARKE CLARKE CONTRACTING CORPORATION ADDRESS OF INSURED 1934 GLADWICK STREET COMPTON, CO. _ DESCRIPTION OF ❑VEHICLES ❑ PREMISES ® OPERATIONS COVERED SCHEDULE OF INSURANCE Description Insuring Policy Inception Expiration Limits of of Covera a Co. No. Number Date Date Liability WORKER COMPENSATION STATUTORY General Liability 1 M838239 8 -1 -78 8 -1 -79 * ea.occur. Bodily Injury aqqreoate General Liability I M838239 8 -1 -78 B -1 -79 $* ea.occur. Property Damage aggregat e Automobile Liability 1 M838239 8 -1 -78 8 -1 -79 $* ea.person Bodily Injury $ ea.occur. Automobile Liability 1 M838239 8 -1 -78 8 -1 -79 Property Damage ea.occur. *$2,000,000.00 EXCESS OF PRIMARY COMBINED SINGLE LIMIT BODILY INJURY AND /OR PROPERTY DAMAGE LIABILITY. INCLUDES BLANKET CONTRACTUAL, PRODUCTS - COMPLETED OPERATIONS, PREMISES - OPERATIONS, CONTRACTORS PROTECTIVE, BROAD FORM PROPERTY DAMAGE AND SEVERABILITY OF INTEREST CLAUSE. XCU EXCLUSIONS DELETED. AUTOMOBILE APPLIES TO OWNED, HIRED AND NON -OWNED AUTOMOBILES, EXCESS OF PRIMARY. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENTS WITH RESPECT TO WHICH THIS INSURANCE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICY (POLICIES) DESCRIBED HEREIN IS SUBJECT TO ALL OF THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICY (POLICIES) DURING THE TERM(S) THEREOF. CITY OF NEWPORT BEACH; COUNTY OF ORANGE; STATE OF CALIFORNIA; ROBERT T. BEIN, WILLIAM FROST & ASSOCIATES; THEIR OFFICERS & EMPLOYEES ARE INCLUDED AS ADDITIONAL INSUREDS, BUT ONLY WITH RESPECT TO WORK BEING DONE FOR THE CITY OF NEWPORT BEACH UNDER CONTRACT NO.1927, IT IS UNDERSTOOD & AGREED THAT, IN THE EVENT OF CANCELLATION, REDUCTION IN LIMITS, OR CHANGE IN COVERAGE THE INSURING COMPANY (OR COMPANIES) WILL MAIL THIRTY- (30) DAY WRITTEN NOTICE THEREOF �� TO THE CITY OF NEWPORT BEACH, C/O CITY CJ E RK, 3300 NEWPORT BOULEVARD, NEWPORT BEACH, CALIFORNIA 92663. EFFECTIVE 8/1/78 PL INSURING COMPANY (OR COMPANIES) BY AuthorizLyd Representativr NAME AND ADDRESS OF AGENCY l" COMPANIES AFFORDING COVERAGES QUINLAN - INSURANCE, INC. P.O. BOX 2520 COMPANY A POLICY NUMBER NEWPORT BEACH, CA 92660 LETTER EACH HARBOR INSURANCE COMPANY COMPANY LETTER MISSION/SAYRE E TOSO INSURANCE COMPA NAME AND ADDRESS OF INSURED FLEMING E CLARKE, A PARTNERSHIP, COMPANY LETTER C WEST AMERICAN INSURANCE COMPANY FLEMING E CLARKE, INC., JOHN S. CLARKE, DBA: BODILY INJURY $ CLARKE CONSTRUCTION COMPANY E COMPANY LETTER D WESTERN EMPLOYERS INSURANCE COMPANY CLARKE CONTRACTING CORPORATION - - 1934 GLADWICK ST., CONPTON, CA 90220 COMPANY LETTER E This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time. ULbGRI'HUR ur UPLHAIIUN$ /LOCAnONS/VEHICLES JOB: W. COAST HWY. , IMPROVEMENTS FROM THE SANTA ANA RIVER TO 3800 F EAST. IT IS AGREED THAT SUCH INSURANCE AS IS PROVIDED BY THIS POLICY FOR BODILY INJURY AND PROPERTY DAMAGE LIABILITY APPLIES TO THE ADDITIONAL INSURED NAMED HEREIN BUT ONLY WITH RESPECT TO OPERATIONS PERFORMED FOR SUCH ADDITIONAL INSURED BY THE NAMED INSURED AT THE ABOVE JOB. Cancellation: Should any ��o�f the above described policies be cancelled before the expiration date thereof, the panyXaQG7fai624UM to mail 30 days written notice to the below named certificate holder, NAME AND ADDRESS OF CERTIFICATE HOLDER' CITY OF NEWPORT BEACH 3300 W. NEWPORT BLVD. NEWPORT BEACH, CA 92660 ATTN: DON WEBB DATE ISSUED: 8/30/,78 PIL ''REISSUED � AUTHORIZED REPRESENTATIVE Limits of Liabifi in Thousands ( ) COMPANY LETTER TYPEOFINSURANCE POLICY NUMBER POLICY EXPIRATION DATE EACH AGGREGATE OCCURRENCE GENERAL LIABILITY BODILY INJURY $ E A rT�� 1_9 COMPREHENSIVE FORM ® PREMISES— OPERATIONS PROPERTY DAMAGE S E ®EXPLOSION AND COLLAPSE 123048 8/1/79 HAZARD ® UNDERGROUND HAZARD ® PRODUCTS /COMPLETED OPERATIONS HAZARD BODILY INJURY AND ®CONTRACTUAL INSURANCE PROPERTY DAMAGE $300, $300, © BROAD FORM PROPERTY COMBINED DAMAGE © INDEPENDENT CONTRACTORS PERSONAL INJURY $ 300. ® PERSONAL INJURY AUTOMOBILE LIABILITY BODILY INJURY $ (EACH PERSON) C ® COMPREHENSIVE FORM WAG407294 B/1/79 BODILY INJURY $ OWNED (EACH OCCURRENCE) PROPERTY DAMAGE $ l®l� LI�JQ HIRED BODaY INJURY AND 3OO, LJQ NON- OVVNCO PROPERTY DAMAGE $ COMBINED EXCESS LIABILITY BODILY INJURY AND B ® UMBRELLA FORM M838239 8/1/79 PROPERTY DAMAGE $ 2,000, s2,000, OTHER THAN UMBRELLA COMBINED FORM WORKERS'COMPENSATION STATUTORY D and CC01037810512 3/1/79 EMPLOYERS' LIABILITY $ 100, Ierc�ncaoe,Nn OTHER ULbGRI'HUR ur UPLHAIIUN$ /LOCAnONS/VEHICLES JOB: W. COAST HWY. , IMPROVEMENTS FROM THE SANTA ANA RIVER TO 3800 F EAST. IT IS AGREED THAT SUCH INSURANCE AS IS PROVIDED BY THIS POLICY FOR BODILY INJURY AND PROPERTY DAMAGE LIABILITY APPLIES TO THE ADDITIONAL INSURED NAMED HEREIN BUT ONLY WITH RESPECT TO OPERATIONS PERFORMED FOR SUCH ADDITIONAL INSURED BY THE NAMED INSURED AT THE ABOVE JOB. Cancellation: Should any ��o�f the above described policies be cancelled before the expiration date thereof, the panyXaQG7fai624UM to mail 30 days written notice to the below named certificate holder, NAME AND ADDRESS OF CERTIFICATE HOLDER' CITY OF NEWPORT BEACH 3300 W. NEWPORT BLVD. NEWPORT BEACH, CA 92660 ATTN: DON WEBB DATE ISSUED: 8/30/,78 PIL ''REISSUED � AUTHORIZED REPRESENTATIVE IL Approved by the City Council this 24th day of :April, 1978. is ueorge, CITY O'NEW.PORT i3EACH' PUBLIC WORKPARTMENT CONTRACT NO. 1927 AHFP NO. 882 r Y rx+x„ 3. t � � '�k'r 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 2:00 P.M. (as determined by telephone time signal) on the 31st day of —may 1978, at which time they will be opened and read, for performing work as fo low ws: WEST COAST HIGHWAY IMPROVEMENTS FROM THE SANTA.ANA RIVER TO 3800+-'FEET EASTERLY CONTRACT NO. 1927 AHFP NO. 882 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_orpora�te Seal shams be affixed to all documents requiring signatures... In the case of a il ar 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 Edition) as prepared by the Southern 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 "Certificate of Insurance for Contract Work" form has been adopted by the City of Newport Beach. This form is the only certificate of insurance accept- able to the-City. The successful low bidder will be required to complete this form upon award of the 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. The companies must also have a current general policy holder's rating of A or better; and a financial category of at least Class X as per the latest edition of Best's Key Rating Guide (Property - Liability). 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 -1781 inclusive). 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 10 -27 -77 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. 325RR4 Classification A Accompanying this proposal is bid 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 workmen's 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. 213 537 -6470 Phone Number 5 -31 -78 Date CLARKE CONTRACTING CORPORATION B'de s l e S John J. rke (SEAL) Authorized Signature S /Sarah A. Clarke Authorized Signature Corporation Type of Organization (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: 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. AC Pavinq Industrial. Asphalt Orange 2. Curb & Gutter Cancina Construction Gardena 3. Structures Joe Z. Construction Encino 4. Fence Golden West Fence Westminster 5. Electrial. Steiny & Co. Santa Ana 6. 7. 8. 9. 10. 11. 12. Clarke Contractin Cor oration Bidders ame S /Sarah A. Clarke, Sec. S John J. Clarke Authorized Signature Corporation Type of Organization (Individual, Co- partnership or Corp.) 1934 . Gladwick St., Compton, CA 90287 Address FOR ORIGINAL SEE CITY CLERK'S FILE COPY Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, Clarke Contracting Corporation as Principal, and Federal Insurance Company , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten percent of the total aimunt id Dollars ($ 10% ), 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 West Coast Highway Improvements from Santa Ana River to 3800 ± Feet Easterly Cnntract Nn. 1997 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 23rd day of 19 78 . Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) Linda D. Yates, Notary Public Clarke Contracting Corporation P ` Sn ^ Clarke, Pres. S /Sarah A. Clarke, Sec. Federal Insurance Company Surety By S /Douglas A. Rapp Title Attorney -i.n -fact 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 31st day of May , 19 78 My commission expires: 1 -21 -1980 CLARKE CONTRACTING CORPORATION S /John J. Clarke, Pres. SISarah A. Clarke, Sec. FO° ORIGINAL SEE CITY CLARK'S FILE 'PY STATEMENT OF FINANCIAL RESPONSIBILITY The 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. On file with City Clerk. vS /Sarah A. Clarke, Sec. S /John.J. Clarke, Pres. 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 Ahom Performed Person to Contact Telephone No. • • La Mirada-([ o rpq Avp-),Iprry Wi,ntprhijrn 94 1 1978 City of Fl �Pgiindo-(I;t Tmrpnv A Parking i nt)Harman Morgan 322-4670 1978 Orange Co.Brd.of Sup-(Hpweg Avp-) Kpith Hart R-14-2300 S /Sarah A. Clarke, Sec. S /John J. Clarke, Pres. Signed Bond No. 755431 Page 8 LABOR AND MATERIAL BOND KNOW ALL.MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted June 12, 1978 has awarded to Clarke Contracting Corporation hereinafter designated as the "Principal ", a contract for West Coast Highway Improvements from the Santa Ana River to 3800 + feet easterly - Contract No. 1927 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: as Principal, and Federal Tngnrnnra Camp any as Surety, are held firmly.bound unto the City of Newport Beach, in the sum of Three hundred thraa thn,tcand thraa hn .iron Dollars ($ :3n� thirty-nine & 75 said sum being one -half of the estimated amoU 1 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 21 day of .Tuna (Seal) Name of Contractor Pr%cipa -John 'L C-' (:l arks Praai dent AubhbNMa Signature and Title Authorized Signature and Title FaAara 1. Tnanrnnna rnmiang (Seal) Name of Surety ''ra Blvd - Tn.c Ang�l�.c A dress no ure Signature and /f �e of Authorized Agent ddress o gent 1770 577 -22nn Telephone No. of Agent 3 N 2 O r y k N < J °- D v -<O H cm) m r n ° m � r n �N r p r 0M c W S Z O rl cO K 2 f D t 3 0 d PL Y G R' 0 C 3 � " m c c7� 6p ,y O y �u 3 c � � � 6 ySN _ 8 � 7 d ~ f m � o 3 3 m 0 1 O O 8 � c -tr 0 } 2 M o � N W L 2 N P6 O N `t C O' a I �c d 10 dv 6 T 3 N O a m w N 3 0 3 3 0 m� n �2 �s 3 3 3 O W x v_ H 0 A r `v c> �O �N O_ n m 0 3 d ti r 0 Z m F rq N m M CL z M O m ; a - d < W 5 = c N » � O 3 m � a m m g � m d. 3 C CL o 3 z c n o � 3 8 W m 0 o � m W x W ?L S W F � r: S � w 2 a c c C y < D O z m M O T O T T D t' r � O z � z Or D r ° w Lq N N r fD to CL m W » � � W m . cY N m a y c s K O g N 3 a M o 'm S c � a a a N m O O O. D � A � P d < m a S cr L 14 O A i P Certified Coo'yef 'POWER OF ATTORNRT:,. York, New York, a New jersey corodrition,,tab oonsthuted ihid hereby Donald E. Rapp Douglas A. Rapp of Pasadena, California each its true and lawful Attorney -in -Fact to execute under such designation in its name and to affix its corporate seeflie atid> deliver for and on its behalf as surety thereon or otherwise, bonds of any of the following classes, to-wit: 1. Bonds and Undertakings (other than Fiduciary Bonds) filed in any suit, matter or proceeding in any Court. or.filed wit . h- any Sheriff or Magistrate, for the doing or not doing of anything specified in such Bond or Undertaking 'in-which the penalty of the bond or undertaking does not exceed the sum of One Hundred Thousand Dollars ($100,0.00). 2. Surety Bonds to the United States of America or any agency thereof, including those required or Permitted undbr.0-01C laws or regulations relating to Customs or Internal Revenue; License and Permit Bonds brother indemnityltioncist-undair the laws, ordinances or regulations of any State, City, Town, Village. Board or other body or organizatron, publie a.: . private: bonds to Transportation Companies, Lost Instrument bonds, Lease bonds, Workmen's Compensation, t,06& Miscellaneous Surety bonds and bonds on behalf of Notaries Public, Sheriffs, Deputy Sheriffs and siftlar . officials. 3. Bonds on behalf of contractors in connection with bids, proposals of contracts. In Witness Whereof, the said FEDERAL INSURANCE COMPANY has, pursuant to its By-Laws, caused the . a . a presents to be signed by its.Assistant Vice-President and Assistant Secretary and its corporate seal to be hereto affixedth F. 1st day of January 1g78 Assistant seommiry STATE OF NEW JERSEY as: County of Essex On this tat day of January 11978 before me personally came Richard D. O'Connor, to me known an . d by me known to be Assistant Secretary of the FEDERAL INSURANCE COMPANY, the Corporation described in and which exemiled the foregoing Power of Attorney and the said Richard D. O'Connor being by me duly sworn, did depose and say that he is Asm. sistant Secretary of the FEDERAL INSURANCE COMPANY and knows the corporate seal thereof; that the seat affixed td. the foregoing Power of Attorney is such corporate seal and was thereto affixed by authority of the By-Laws of said Cdm-. parry and that he signed said Power of Attorney as Assistant Secretary of said Company by like authority; that he is sIxtuatinted with George McClellan and knows him to be Assistant Vice-President of said Company, and that the signature of said George . McClellan subscribed to said Power of Attorney is in the genuine handwriting of said George McClellan and was thereto subscribed by authority of said By -Laws and in deponent's presence. Acknowledg ed and Sworn to before me OTARY PUBLIC On the date above written. Notary Public iundersigned, Assistant Secretary of the FEDERAL INSURANCE COMPANY, do hereby certify that the following is apt from. the By -Laws of the said Company as adopted by its Board of Directors on March 11. 1953 and amended 3971 rand that this By -Law is in full force and effect. - "ARTICLE XVIII. - Section P. All bonds, undertakings, contracts and other - instruments other than as above for and on bet a fof the Company which it is authorized by law or its charter to execute, may and shall be executed in the,name'and on behalf of the Company either by the Chairman or the Vice - Chairman or the President (WaVibe- President, jointly with the Secretary or an Assistant Secretary, under their respective designs- Aban :Qxcept that'any one or more officers or attorneys -in -fact designated in any resolution of the Board off ectors or the Executive Committee, or in any power of attorney executed as provided for in Section _ S below, may execute any such bond, undertaking or other obligation as provided in such resolution or `._. power of attorney. Section 3. All powers of attorney for and on behalf of the Company may and shall be executed in the nerife and on behalf of the Company, either by the Chairman or the Vice- Chairman or the President or a VdG@,11�reisident or an Assistant Vice - President, jointly with the Secretary or an Assistant Secretary, under - . ftii respective designations." - ! further certiy -filet I have compared the foregoing copy of the POWER OF ATTORNEY with the original thereof and lsii 'ecctBnd true copy of the whole of said original Powerof Attorney and that said Power of Attorney has not been #further certify that said FEDERAL INSURANCE COMPANY is duly licensed to transact fidelity and surety business 9Aft States of the United. States of America. District of Columbia, Puerto Rico, a_nd each of the Provinces of Canada a1u ipn -of Prince Edward Island: and is also duly licensed to become sole surety on bonds, undertakings, etc.. h5c t uired by law. in under my hand and the seal of said Company at Short Hills, N.J.. this 21 day of June 19 78. Assistant Sec tary mss; i i l,A Y ;i 6#1i 'M- SHORT HILLS , nESt cf Essex as. iundersigned, Assistant Secretary of the FEDERAL INSURANCE COMPANY, do hereby certify that the following is apt from. the By -Laws of the said Company as adopted by its Board of Directors on March 11. 1953 and amended 3971 rand that this By -Law is in full force and effect. - "ARTICLE XVIII. - Section P. All bonds, undertakings, contracts and other - instruments other than as above for and on bet a fof the Company which it is authorized by law or its charter to execute, may and shall be executed in the,name'and on behalf of the Company either by the Chairman or the Vice - Chairman or the President (WaVibe- President, jointly with the Secretary or an Assistant Secretary, under their respective designs- Aban :Qxcept that'any one or more officers or attorneys -in -fact designated in any resolution of the Board off ectors or the Executive Committee, or in any power of attorney executed as provided for in Section _ S below, may execute any such bond, undertaking or other obligation as provided in such resolution or `._. power of attorney. Section 3. All powers of attorney for and on behalf of the Company may and shall be executed in the nerife and on behalf of the Company, either by the Chairman or the Vice- Chairman or the President or a VdG@,11�reisident or an Assistant Vice - President, jointly with the Secretary or an Assistant Secretary, under - . ftii respective designations." - ! further certiy -filet I have compared the foregoing copy of the POWER OF ATTORNEY with the original thereof and lsii 'ecctBnd true copy of the whole of said original Powerof Attorney and that said Power of Attorney has not been #further certify that said FEDERAL INSURANCE COMPANY is duly licensed to transact fidelity and surety business 9Aft States of the United. States of America. District of Columbia, Puerto Rico, a_nd each of the Provinces of Canada a1u ipn -of Prince Edward Island: and is also duly licensed to become sole surety on bonds, undertakings, etc.. h5c t uired by law. in under my hand and the seal of said Company at Short Hills, N.J.. this 21 day of June 19 78. Assistant Sec tary Bonk 46. 80755431 Premi= 3;41.0.00 Page 10 PERFORMANCE BOND KNOW ALL MEN BY THESE.PRESENTS, That WHEREAS,.the City Council of the City of Newport Beach, State of California, by motion adopted has awarded to Clarke Contracting Corporation hereinafter designated as the "Principal% .a contract for west Coast Highway Improvements from the Santa Ana River to 3800 ± feet easterly - Contract No. 1927 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, Cr ARICE CONTRACTING, CORPORATION as Principal, and Federal Insurance Company as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of Six.hundred six thousand six;.hundred seventy- nines w 5n ,110n Dollars ($ 6306,679 50 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 9 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 21 day of .T„np 19-ZL_. Approved to fo (Seal) Name of Contractor TPA ) Auti i d Signature and Title Authorized Signature and Title Fpdprnl TnRuranRp Company (Seal) Name of Surety 3452 F_ lv ii_ Pasadena, 91770 Address of AgentFoothi l R X77 -23nn Telephone No. of Agent N z p m r f7 d N r = Y � r r p t- i7 i`1 z o ci a Z O 1'7 r m 2 r p < z r 3 n o x � m c n m � o �T av � H C a� r _. 11 3 � 2 oa "J O 3 F � � C � o 6 0 d � 6 � O C . N r 1 p� M VI go } m I � a M_ �6 rn N 00 N �d s a 6 O a \ 6i m v `i 1� d O T 0 3 N 0 m y a m ' V n_ r" 3 3 3 0 J m x I i 2 1 i z � m ! ! m j � 3 1 A i w i J > a O ` o 1 1 v D Z o J J y 0 ° 3 0 R iv o a m J ,y T x c . a � 1 I S I J 3 c C4 9 (D c, r , Ft.�� T � C D < o C m z m m _. O s m y T ° 3p r t, N z In �0 n fn O N C z � af'f y z am z v D Z o J J y 0 ° 3 0 R iv o a m J ,y T x c . a � 1 I S I J 3 c C4 9 (D c, r , Ft.�� T � < D m z m X s m ° v N d z n fn J y C am z m o m a m N C v (p t3 b (} a `C o N N. m 09 x cf t each its true and lawful Attorney -in -Fact to execute. under such designation in its name and to affix its corporate seal to and deliver for and on its behalf as surety thereon or otherwise, bonds of any of the following classes, to-wit: 1. Bonds and. Undertakings (other than Fiduciary Bonds) filed in any suit, matter or proceeding in any Court, or filed with any Sheriff or Magistrate, for the doing or not doing of anything specified in such Bond or Undertaking to which the penalty of the bond or undertaking does not exceed the sum of One Hundred Thousand Dollars ($ 100.000.00) 2. Surety Bonds to the United States of America or any agency thereof, including those required or permitted under tpti- laws or regulations relating to Customs or Internal Revenue; License and Permit Bdnds or other indemnity bonds under: the laws, ordinances or regulations of any State, City. Town,. Village, Board or other body or organization: public, or.:: -? private: bonds to Transportation Companies. Lost Instrument bonds, Lease. bonds, Workmen's Compensation, bort Miscellaneous Surety bonds and bonds on behalf of Notaries Public. Sheriffs, Deputy Sheriffs and siMilac public' - officials. _ - 3. Bonds on behalf of contractors in connection with bids, proposals or contracts. - In Witness Whereof, the said FEDERAL INSURANCE .COMPANY has, pursuant to its By -Laws, caused thaw, presents to be signed by its Assistant Vice - President and Assistant Secretary and its corporate seal to be heretoaffixedlihilill-, 1st day of January 1978 Richard D. O'Connor STATE OF NEW JERSEY �JU„ as: County of Essex On this tat day of January 1978 before me personally came Richard D. O'Connor, to me known and by me ki be Assistant Secretary of the FEDERAL INSURANCE COMPANY, the Corporation described in and which exam foregoing Power of Attorney and the said Richard D. O'Connor being by me duly.sworn, did depose and say that I sistant Secretary of the FEDERAL INSURANCE COMPANY and knows the corporate seal thereof; that the seal al the foregoing Power of Attorney is such corporate seal and was thereto affixed by authority of the By-Laws of at Perry and that he signed said Power of Attorney as Assistant Secretary of said Company by like authority; that he to acc with George McClellan and knows him to be Assistant Vice - President of said Company, and that the signature of said McClellan subscribed to said Power of Attorney is in the genuine handwriting of said George McClellan and was subscribed by authority of said By -Laws and in deponent's presence. Acknowledged and Sworn to before me GA on the date above written. j'q y NOTARY yC Notary Public PUBLIC �-+ �tt�ic� tIYA* w,:. :,i sRy :`r�� �, i +r of c or- -�:2 wn t6': d the Ili M;' BOBiooMryeBBd'. 'area CITY OF SHORT HILLS) - J} . ss. OountyofEssex ...t the undersigned, Assistant Secretary of the FEDERAL INSURANCE COMPANY, do hereby certify that the following is a true excerpt from the By -Laws of the said Company as adopted by its Board of Directors on March 11, 1953 and amended 27, 1971 and that this By -Law is in full force and effect. - "ARTICLE XVIII. Section 2. All bonds, undertakings, contracts and other instruments other than as above for and on behalf of the Company which it is authorized by law or its charter to execute, may and shall be executed in the name and on behalf of the Company either by the Chairman or the Vice - Chairman or the President or. a Vice-President, jointly with the.Secretary or an Assistant Secretary, under their respective designa- a;s except that any one or more officers or attorneys -in -fact designated in any resolution of the Board Y.of ors or the Executive Committee, or in any power of attorney executed as provided for in Section abelow, may execute any such bond, undertaking or other obligation as provided in such resolution or power. of attorney. . Section 3. All powers of attorney for and on behalf of the Company may and shall be executed in the ,M name and on behalf of the Company, either by the Chairman or the Vice - Chairman or the President or a t V604>resident or an Assistant Vice- President, jointly with the Secretary or an Assistant Secretary, under their respective designations." Arid I further certify4hat I have compared the foregoing copy of the POWER OF ATTORNEY with the original thereof and i<eileftie:isa..eorrect and true copy of the whole of said original Power of Attorney and that said Power of Attorney has not been Anti l further certify-that said FEDERAL INSURANCE COMPANY is duly licensed to transact fidelity and surety business (h 98th of the States of the United States of America, District of Columbia, Puerto Rico, and each of the Provinces of Canada W(th the exception of Prince Edward Island; and is also duly licensed to become sole surety on bonds, undertakings, etc., p@rfili {tad M required by law. . "' ±IV611 udder my hand and the seal of said Company at Short Hills, N.J., this 21 day of 3une —.1s 78 .. Assistant Secretary _' \ Page 12 CONTRACT THIS AGREEMENT, made and entered into:. this I/ ay of J 19 el�-, by and between the CITY OF NEWPORT BEACH, California, herei.nafte'r designated as the City, party of the first part, and Clarke Contracting Corporation 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 West Coast Highway Improvements from the Santa Ana River to 3800 ± feet easterly - 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 BEACH, CALIFORNIA ATTEST: Clerk C LARK . .ONT gcwwN cogpop.ATToN Contractor (SEAL) By —John President Title LM Title o` o r D L x <v U. D J z V C m Ln ? N A >3 N o C T W z o m W K z rr- 0 3 d d S c C c_ S 0 i 2 C [t C f O N 0 s3 0 m m m c U� m 6 d ' C Cl d yO d 6 N A N d `C d ' d 6 0 p 1 QH T 0 r, lu i S o` o r D L x <v U. D J z V C m Ln ? N A >3 N o C T W z o m W K z rr- 0 3 d d S c C c_ S 0 i 2 C [t C f O N 0 s3 0 m m m c U� m 6 d ' C Cl d yO d 6 N A N d `C d ' d 6 0 p 1 QH T 0 r, T • PR 1 OF 9 c CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WEST COAST HIGHWAY IMPROVEMENTS FROM THE SANTA ANA RIVER TO 3800 ± FEET EASTERLY CONTRACT NO. 1927 AHFP NO. 882 PROPOSAL 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 com- plete Contract No. 1927 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. 1 Clearing and grubbing Lump Sum @ Forty thousand Dollars and No Cents $4nn_nn n_n E40 nnn nn Per Lump Sum 2. 2,750 Unclassified excavation CuFic Yards @ Seven Dollars and r No Cents $-7.00 $19,250.00 Per Cubic Yard 3, 1,715 Construct A.C. Pavement, Tons - Base Course (Type III- B2- AR4000) including prime coat & tack coat @ Nineteen Dollars and No Cents $ 19.00 $32,585.00 Per Ton _ ____ _ i ,', . ,, X ,, >. -, q z r • PR 2 OF 9 i ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 22450 Construct A.C. Pavement, Finish Tons Course, (Type III- C3- AR4000) including prime coat and tack coat @ Nineteen Dollars and No Cents $ 19.00 $46,550.00 Per Ton 5. 3,410 Construct Aggregate Base, in- Tons cluding bike trail area, complete in place @ Nine Dollars and Fift Cents $ 9.50 $32,395.00 er Ton 6. 3,914 Const. Type "A" P.C.C. Curb and Gutter (8 "C.F.) per C.N.B. DWG. 182 -L @ Seven Dollars and No Cents $ 7.00 $27,398.00 Per Linear oot 7 40 Const. Type "A" P.C.C. Curb and Gutter (8 "C.F. to 5 "C.F. Transition) per C.N.B. DWG. 182 -L @ Seven Dollars and No Cents $ 7.00 $ 280.00 Per Linear oot B. 320 Const. P.C.C. Bench per L.F. detail on Sheet 5 @ Sixteen Dollars and No Cents $ 16.00 $ 5,120.00 Per Linear oot j 9. 45 642 Const. 4" P.C.C. Sidewalk (Biketrail) per C.N.B. DWG. 180 -L I @ One Dollard and Fift Cents $ 1.50 $68,463.00 Per Square Foot i PR 3 OF 9 V ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL IF NO- AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 377 Const. 4" P.C.C. Curb Access S.T.-- Ramp per C.N.B. DWG. 181 -L @ Two Dollars and No Cents $ 2.00 $ 754.00 Per Square Foot 11. 3,106 Furnish and Install 5' High 1-- Chain Link Fence, per plans, complete in place, @ Three Dollars and T�afive� Cents Per $ 3.25 $10,094.50 Linear Foot 12. 4 Furnish and Install Survey Each Monument per C.N.B. DWG. 106 -L, complete in place, @ Two hundred Dollars and No Cents $200.00 $ 800.00 Each 13. 2 Adjust Existing Manhole to al<cFi - finished grade @ Three hundred Dollars and No. Cents $300.00 $ 600.00 Each 14. 480 Const. Type II Commercial Driveway S.F. Approach per C.N.B. DWG. 161 -L @ Two Dollars and Cents $ 2.50 $j-&000 er quare Foot r , ... z_. �._.. -.... �. s... • PR4OF9 a ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 15. 1 Relocate three existing 8" LUMP um water lines to clear storm drains, including P.C.C. Encasement, per detail "A" Sheet 6 (Sta. 653 +07; 669 +78; and 1 +09, Line I) @ Three thousand Dollars and • No Cents $ 3,000.00 $ 3,000.00 Lump um 16. 618 n 12" RCP, 2000D or L.F. 12" ACP, WOOD, complete in place, @ Twenty -seven Dollars and No Cents $ 27.00 $ 16,686.00 Per Linear Foot 17 445 n15" RCP, 2000D or nX 15" ACP, 3000D, complete in place, @ Thir Dollars .y and Na Cents E 30.00 $ 13.350.00 Per Linear Foot 18. 379 n18" RCP, 2000D or L.F. Q18" ACP, 3000D, complete in place, @ Thirty -three Dollars and No Cents $ 33.00 $ 12,507.00 Per Linear Foot 19. 373 F124" RCP, 2000D or .F' nX 24" ACP, 30OOD, complete in place, @ Thirty -eight Dollars and Cents $ 38.00 $14,174. 00 ear Linear Foot , Bidder shall indicate type of pipe he proposes to install for Items 16 through 23 by checking the appropriate box. Az- s u.. PR5OF9 F EM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 20. 103 30" RCP, 2000D or L.F. a 30" ACP, 3000D, complete in place, @ Fifty Dollars and No Cents $ 50.00 $ 5,150.00 Per Linear Foot 21. 1,48 ® 36" RCP, 1750D or M36" ACP, 2650D, complete in place, @ Fifty -frn,r Dollars and ao Cents $ 54_nn $Rn -244_nn Per Linear Foot 22. 393 42" RCP, 1600D or L.F. N42" ACP, 2400D, complete in place, @ Seventy -two Dollars . and No Cents $ 72.00 $28,296.00 Per Linear Foot 23. 614 ®45" RCP, 1500D or L— []45" ACP, 2250D, complete in place, @ FiOhty -cPvan Dollars and Cents $ R7.nn $53-4m nn Per Linear Foot 24. 13 Const. Curb Inlet, type OS, ac€�— (Standard or Modified) per C.N.B. DWG. 306 -L, complete in place @ One thousand Four hundred Dollars and NQ Cents $1,400.00 $18,200.00 ach r 25. �_ Const. Curb Inlet, type OL, Each (L =7') per C.N.B. DWG. 306 -L, complete in place, One thousand @ nine hundred Dollars and No Cents Each 26. I Const. Grate Inlet per Eac Detail Sheet 4, complete in place @ One thousand PR6OF9 one hundred Dollars and No Cents $1,100.00 $ 12100.00 Each 27. 2 Const. P.C.C. Collar per Each— C.N.B. DWG. 313 -L, complete in place, @ Two hundred fifty Dollars and No Cents $ 250.00 $ 500.00 Each 28. 1 Const. P.C.C. Connection EacV-- Assembly per C.N.B. DWG. 312 -L, complete in place, @ Eight hundred Dollars and No Cents $ 800.00 $ 800.00 Each 29. 1 Const. P.C.C. Headwall per aci h — Detail, Sheet 6, complete in place, @ Two thousand eight hundred Dollars and No Cents $2,800.00 $_2j800.00 Each • i , .. ,.. �. PR 7 OF 9 30. 105 Const. Type "D" P.C.C. curb L.F. (6" C.F.) per C.N.B. Dwg. 183 -L complete in place, @ Six Dollars and No Cents E 6.00 E 630.00 per Linear Foot 31. 1 Const. P.C.C. Outlet Structure Each per Detail, Sheet 6, complete in place, including protection barrier, Three thousand @ six hundred Dollars and No Cents $600.00 $3,600.00 Each 32. 4 Const. Junction Structure EacF_ No. 1, with or without Shaft, per C.N.B. DWG. 310 -L, complete in place, @ One thousand one hundred Dollars and No Cents $1,100.00 $4,400.00 Eac 33. 1 Const. Manhole No. 2, per C.N.B. Each DWG. 307 -L, complete in place, Two thousand @ two hundred Dollars and No Cents $2,200.00 $2,200.00 Each 34. 1,149 Const. Concrete Backfill L.T.— per Detail, Sheet 6, complete in place, @ Fifteen Dollars and No Cents $ 15.00_ $17,235.00 per Linear -Foot PR 8 OF 9 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 35. 1 Modify existing Traffic Signal Lump Sum at West Coast Highway and Prospect Street, complete in place per plans, @ Nine thousand Dollars and No Cents $9,000.00 $_91000.00 per Lump Sum 36. Modify existing Traffic Signal _�_ Lump Sum at West Coast Highway and Orange Street, complete in place per plans, @ Twenty - seven thousand Dollars and No Cents $27.DDD.DO $27.000.00 per Lump um 37. 1 Guard underground construction Lump Sum One thousand @ three hundred Dollars and No Cents $ 1,300.00 $ 1,300:00 per Lump Sum 38. 1 Const. P.C.C. Steps Lump Sum per Detail, Sheet 5, complete in place, @ Six hundred Dollars and No Cents $ 600.00 $ :.600,00 per Lum Sum 39. 1 Modify existing Junction Each Structure, Sta. 681 +45, Complete per plans, One thousand . @ two hundred Dollars and No Cents $ 1,200.00 $ 1,200.00 Each PR 9 OF 9 TOTAL PRICE FOR ITEMS I THROUGH 39 WRITTEN IN WORDS Six hundred six thousand six hundred seventy -nine Dollars and Fifty Cents $ 606,679.50 CONTRACTOR'S LICENSE NO. 325884 C1arke.Con r c n �� BIDDER S � ' o///hn . Clarke DATE 5 -31 -78 S Sa a THO E S RE CONTRACTOR'S ADDRESS 1934 Gladwick Street Compton, CA 90220 TELEPHONE NUMBER ( 213) 537 -6470 0 i CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WEST COAST HIGHWAY IMPROVEMENT FROM THE SANTA ANA RIVER TO 3800 t FEET EASTERLY CITY CONTRACT NO. 1927 AHFP PROJECT NO. 882 SPECIAL PROVISIONS INDEX SECTION PAGE 1 SPECIFICATIONS 1 2 DRAWINGS 1 3 LOCATION AND SCOPE OF WORK 1 4 TIME OF COMPLETION AND COMMENCEMENT OF WORK 2 5 . PAYMENT 2 6 WATER 2 7 SURFACE AND GROUNDWATER CONTROL 2 -3 8 GUARDING UNDERGROUND CONSTRUCTION 3 9 PROTECTION OF EXISTING UTILITIES 3 -4 10 PROTECTION OF EXISTING PROPERTY CORNERS 4 11 GUARANTEE 4 12 CONSTRUCTION SURVEY STAKING 5 13 LIABILITY INSURANCE 5 14 PERMITS 5 -6 15 MATERIALS REPORT 6 16 NOTICE TO RESIDENCES AND BUSINESSES 6 17 TRAFFIC CONTROL AND ACCESS 6 -7 18 CONSTRUCTION DETAILS A. Clearing and Grubbing 7 -8. B. Unclassified Excavation and Embankment 84 C. Structure Excavation 9 D. Structure Backfill 9 E. Subgrade Preparation 9 F. Relative Compaction 10 G. Aggregate Base lO H. Asphalt Paving 1. General 10 2. Placement of Asphalt Concrete on Aggregate Base 11 3. Placement of Asphalt Concrete Overlays 11 4. Installation of Redwood Headers 11 5. Miscellaneous Asphalt Concrete 11 6. Measurement and Payment 12 SPECIAL PROVISIONS - INDEX Page 2 SECTION PAGE 18 I. Portland Cement Concrete 12 J. Storm Drains and Drainage Structures 13 1. Pipe 13 2. Drainage Structures 13 3. Concrete Backfill 13 4. Trenching and Backfill 13 S. Measurement and Payment 14 K. Adjustment of Manholes to Finished Grade 14 L. Chain Link Fencing 14 M. Survey Monuments _ 14 N. Water Main Relocations 15 0. Concrete Steps and Gate 15 P. Traffic Signal Modifications 16 Scope of Work 16 Guarantee 16 Shop Drawings, Data on .Materials and Equipment, and Samples, ans as Built Print 16 a. General 16 b. Shop Drawings and Data Defined 16 -17 c. Review and Revision 17 d. As -Built Print 17 Traffic Signal and Safety Lighting Facilities a. General 18 b. Reference Specifications and Standard Plans 18 c. Description 18 d. Maintaining Existing and Temporary Electrical Systems 18 -19 e. Salvaging Electrical Equipment 19 f. Conduit I9 g. Pull Boxes 19 h. Conductors and Wiring 19. - i. Bonding and Grounding 19 J. Internally Illuminated Street Name Signs 20 ' k. Detectors 20 1. Signal Faces and Signal Heads 20 m. Programmed Visibility Traffic Signal Heads 20 n. Bicycle Push Buttons 20 Illuminated Street Name Sign Installation Drawing No. STD. -911 -L 21 Q. Final Clean -Up 22 R. State Bond and Inspection Requirements: 22 S. Mork on Northerly Side of Coast Highway from Orange Street to Colton Street P2 APPENDIX 23 Encroachment Permit from CALTRANS Sample Insurance Form c CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WEST COAST HIGHWAY IMPROVEMENTS FROM THE SANTA ANA RIVER TO 3800 t FEET EASTERLY CONTRACT NO. 1927 AHFP PROJECT NO. 882 SPECIAL PROVISIONS SECTION 1 - SPECIFICATIONS All work shall be completed in accordance with these Special Provision, the City's Standard Special Provisions, and the City's Standard Drawings and Specifications. The City's Standard S cifications are the Standard Specifications for Public Works Construct on Edition. copies may e purchased ran Building News, Inc., ju55 overland venue, Los Angeles, California 90034, telephone (213) 870 -9871. SECTION 2 - DRAWINGS The complete set of plans for bidding and construction consists of the following: Drawing No. R- 5351 -S, Sheets i through 11. City of Newport Beach Standard Drawings which may be obtained from the Public.Works Department by each bidder. SECTION 3 - LOCATION AND SCOPE OF WORK Work to be constructed under this contract consists of the widening and improvement of West Coast Highway approximately 3,800 feet in length . located in the City of Newport Beach from the Santa Ana River easterly. 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, 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- >u a E 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 140 CONSECUTIVE CALENDAR DAYS from the date of the beginning of the project. Contractor shall begin the project within 15 calendar days after the City executes the contract. The Contractor's attention is called to Section 17, Traffic Control and Access, regarding certain phases of the work in West Coast Highway to be performed after September 18, 1978 or during nighttime hours. SECTION 5 - PAYMENT The unit or lump sum prices bid for the various items of work shalt 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 prepared his bid accordingly. The Contractor shall conduct his operations 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 commencing constructing. Upon approval of the plan by the City, Contractor 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. - 2 - 171 If during the construction of underground facilities, grouodwater:is encountered and dewatering is required, the Contractor shall dispose of the water by pumping it to settling basins constructed.by the Con - tractor on the City -owned property adjacent to and southerly-of the , ti. project. The basins are to be large enough to allow the water to percolate into the sand without overflowing the basin berms. No de- watering water is to be allowed to flow into the Greenville- Banning . Channel adjacent to the Santa Ana River. A 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 guardeeddwhen hexamination indicates hazardous ground,movement may be pSc 1 d ProvisiContractor's attention is called to Section 18 =J -3 of these 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 mu- .shown for the infor tion of the Contractor only. The Contractor shall verify the position and elevation of these utilities and shall protect 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 ofthe_existence of such facilities. Such facilities shall be protected fro1w damage.as directed by the Engineer. The Southern California Edison Company has certain existing poles, pole line, or pole anchors that will interfere with construction proposed under this contract. The City has made contact with the Edison Company requesting that their facilities be removed from the area of work. It will be the Contractor's responsibility to verify the Edison Company's schedule on their facility relocation. -3- ---------'' -------------- ' . ' ��� -^ �`�^/ay:�� `� ` i � -4- s 40 Delays of the.contract caused by utility work and work by other forces' =� may occur and will be considered an acceptable cause for time extension, but no idle time compensation will be allowed. 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 pro- tect them in place and.be responsible for, at his.,own expense, any. damage to them resulting from construction of the.improvements. The contractor is advised that other contractors, city forces or utilities - may be installing facilities on or adjacent to the project, and he shalt .: coordinate with them in order to facilitate orderly progress. of all work. " -s _ The construction.will cause work to be performed over, under and very near existing sewer, 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. Specific attention is called to the 12 -inch diameter high- pressureggas'I ne located northerly of the centerline of West Coast Highway. The Contractor shall exercise extreme caution when working in the vicigity-Of this. line. ., SECTION 10 - PROTECTION Of EXISTING PROPERTY CORNERS = y Every effort shall be made by the Contractor to protect any existing w property corners uncovered during construction. Should any of these corners be disturbed, they shall be restored by the Contractor at.his expense and no separate compensation will be made. SECTION 11 - GUARANTEE The Contractor shall guarantee for a period of one year, after accept - once 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. -4- Y.. i • • r a e.., , SECTION 12 - CONSTRUCTION SURVEY S1AIil6 Field surveys for control of construction shall be the responsibility of the Contractor. All such surveys, including construction stalking, 3 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, The Contractor's attention is directed to Sheet 9 of the plans, the Right of Way and Survey Control Diagram for the project. SECTION 13 - LIABILITY INSURANCE Section 7 -3 of the Standard Specifications is hereby amended as.foilows: The word "Agency," where used in this section, shall include the City of Newport Beach, the County of Orange, the State of California, and Robert Being William Frost and Associates. A standard "Certificate of Insurance for Contract Work for City" form has been adopted by the City. This form is the only certificate 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 fora is included herein for the Contractor's review. SECTION 14 - PERMITS The Contractor shall obtain the following permits prior to any construction and shall have a valid City business license: 1. Permit to perform excavation or trench work from the. Division of Industrial Safety, State of California (See Section 8, Guarding Underground Construction). 2. Permit.to dispose of demolition at any sanitary landfill site in Drange County, from the City Public Works Department at no charge. The City has obtained the following approvals and permits which are available for inspection at the Public Works Department-: 1. Project approval: California Regional Water Quality ` Control Board - Santa Ana Region. 2. Permit: California Coastal Commission, South Coast Regional Commission. 3. Permit: California Department of Transportation Encroachment Permit. (See Appendix) 4. Permit: Orange County Central Permits Division, ENA Development. :i -S- 0. Y'^ yy Sg $u ay� i The Contractor, 4hal 1. be. responsible. for: making. Hmself.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 15 - MATERIALS REPORT A report entitled "Materials Report for the Proposed Construction of West Coast Highway from 57th Street to Santa Ana River, Length 0.76 Mile, AHFP No. 882," dated June 23, 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 16 - NOTICE TO RESIDENCES AND BUSINESSES The City will mail a.preliminary notice to all residents and businesses affected by this work. Between 40 and 55 hours before closing or restricting vehicular access to and from driveway approaches. the Contractor shall distribute to each affected residence or 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 or residence. the Contractor shall distribute a separate stating the date and time the water will be shut off and time the water will be turned on again. SECTION 17 - TRAFFIC CONTROL AND ACCESS to any business written notice the approximate 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 Building News, Inc. The Contractor's workshall also conform with all traffic control provisions contained in the encroach- ment permit issued by CALTRANS for work within West Coast Highway, 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. - 6 - r 0 Since West Coast Highway carries .very . heavy traffic ,during;the _ suaW months, construction of the asphalt overlay of the existing: -pava wnt -shall not be performed until September 18, 1978 or later. -In addttion. "the stoma drain laterals crossing West Coast Highway shall not to installed prior. to.Septemb`er.18, 1978 unless the Contractor elects to install said laterals during the hours of 8 PH to 6 AM.` The Contractor shall supply all lighting and other additional protection to the travelling public. as required by the Engineer if he elects to perform work during the hours of darkness. The Contractor shall maintain two lanes of traffic in each direction at all ties on West Coast Highway except that on or after September 18, 1978 the following will be allowed.between the hours of 9 AM and3 PH only: 1. Traffic may be reduced to one lane each direction while ' Installing the storm drain laterals across the highway. 2. Traffic may be reduced to one lane each direction . during the time that the Contractor is.applying the variable thickness overlay to the existing pavement. On West Coast Highway 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. With regard to Orange Street northerly and southerly of.Coast Highway, the Contractor shall keep one lane open in each direction at-all times except that one lane only, under the control of flagmen, may be pprovided during the actual installation of storm drain pipe, and during the placing of aggregate base and paving on the south side of the highway. 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. SECTION 18 - 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 shalt be done in accordance with Section 300 -1 of the Standard Specifications. All material accumu- lated under this item of work, except City traffic signs, markers, and reflectors shall become the property of the Contractor. It shall be the Contractor's responsibility to dispose of the material away from the job site in a manner.and at a location acceptable to all cognizant agencies. The Contractor shall exercise care in removing only those materials which are unsuitable 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. Clearing and grubbing shall also include the removal of the building.structure at Station 681+00. Removal shall include the foundation and floor slab and capping of the sewer lateral. 7 0 • r 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 shalt 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 shalt 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 sun bid. Payment shall be considered full compensation for all work specified herein including sawcutting, removal, hauling away and . disposal, including cleanup and backfi.11ing, furnishing 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 .. s.' specifications and no additional compensation will be allowed therefor. B. Unclassified Excavation and Embankment It is estimated that 2,750 cubic yards of soil, existing asphalt concrete,,and aggregate base must be excavated to construct the road improvements as shown on typical sections and to produce the lines and grades for West Coast Highway and the bike trail as.shown on the plans. Excavation quantities will include all material, regardless of classi- fication, occurring between the existing paved or ground, surface, and the grading planes 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. Quantity will be measured from the top of pavement to the grading plane times width of structural pavement removed. 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. I ' Excavation for pavement widening. Quantity will be measured from the existing ground surface to the grading plan times the width of the improvements to be constructed as shown on plans. The -8 - i I a a i + asphalt concrete pavement an&.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 550 cubic yards of compacted .fill to be placed at the location 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. Measurement of unclassified excavation for payment will be based on the volume of soil and other:materials in cubic yards removed by the Contractor to excavate the roadway to grade as determined by cross sections prepared by the Engineer with quantities computed by means of average end.areas and distances between these areas. C. Structure Excavation :a ' Excavation for drainage structures, pipes, or other bid items requiring excavation, will not be paid for as unclassified excavation. The Con - tractor shall include all costs -of structure excavation in the unit or lump -sum price bid for the applicable structure or pipe. D. Structure Backf111 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 3014' of the Standard Specifications. Within the roadway area the top 6" of. subgrade material below the grading plane shall be compacted to .a role tive compaction of not less than 95 %. Relative compaction of the top six inches of the subgrade within the concrete sidewalk (bike trail) and asphalt bike trail areas shalt also be 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. -9.- 0 • F. Relative CoORAction 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. 2310 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. 3 G. 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 655, by weight, of the material retained on the No. 4 sieve, shall be crushed particles as determined by Test Method No. California 205. Evaluation of gradation and sand equivalent test results shall conform. to the provisions of Subsection 400 -1.4. The gradation and sand equiva- lent requirements of Subsections 200 -2.2 through 200 -2.6 shalt 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 Pavin 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 755 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. - 10 4 � _ i, a j "a ;, �.;; �� a _..r �x.__.�:.� _ .._. �_ �.�,� ,� ...�: The exact.proportions of aggregate and the amount of asphalt binder for each type of mixture shall be as follows: i Base Course shall be Type III- B2- AR4000 with 54% 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 shalt conform to i 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 2 -inch thick asphalt concrete for the asphalt bike trail may be in I 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 0.25 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 the Engineer and no additional com= pensation shall be allowed therefor. 3. Placement of Asphalt Concrete Overlays Placing of asphalt pavement overlays on existing pavement shall conform to Subsection 302 -5 of the Standard Speci- fications, and shall.be Type III- C3- AR4000, finish course grade. 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. 4. 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 Station 686 +50. No headers will be required along the bike trails. 5. Miscellaneous Asphalt Concrete All asphalt concrete required for aprons at curb inlets, miscellaneous overlays, drainage swales and for resurfacing of trenches shall be Type III- C3- AR4000 finish course and shall be placed in lifts not to exceed three inches in'compacted thickness. - 1L- 0 0 6. Measurement and Payment Measurement and payment for asphalt concrete shall be in accordance with Subsection 302 -5.8 of the Standard Specifications 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 pavement, overlay, or trench resurfacing, complete in place,.and shall include all costs of furnishing and applying prime coat, tack coat, paint binder and redwood headers where required by the plans and these Special Provisions. I. Portland Cement Concrete All portland cement concrete shall be Class 560- C4250 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 Test Method No. Requirements Sand Equivalent: Calif. 227 Individual Test 70 Min.-, Moving Average 75 Min. The Sand Equivalent requirement of Sec. 200 -1.5.3 shall be replaced with the following: Tests Test Method No. Requirements Sand Equivalent: Calif. 217 Individual Test 70 Min. Moving Average 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. - 12 - • I J. 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 and of the "D" -load specified herein at the Contractor's option. If the Contractor elects to use asbesto- cement pipe, the "D" -toad shall be 1.5 times that specified on the plans for reinforced con- crete pipe. All reinforced concrete pipe shall have 0 -ring rubber gasket bell and spigot joints satisfactory to the Engineer to pre - vent sand infiltration into the pipe. The Contractor shall indicate on his Proposal which type of pipe will be installed at his bid price. All reinforced concrete pipe and fittings shall be in accordance with Section 207 -2 of the Standard Specifications and as specified herein. All asbestos - cement storm drain pipe and fittings shall be in accordance with Section 2074 of the Standard Specifications. Storm drain pipe bedding shalt conform to Class "C" bedding per City of Newport Beach Standard 316 -L. Backfill material in all pipe trenches above the bedding material and around associated structures shall be placed and compacted in accordance with Section 306 of the Standard Specifications. All costs incurred in the abandonment of existing storm drain facilities shall be included in the unit prices bid for the new storm drain facilities and no additional compensation shall be allowed therefor. 2. Drainage Structures. All drainage structures shall be constructed in accordance with the pertinent City Standard Drawings and details shown on the plans. All curb inlets shall have a protection bar installed per CNB Std.- 300 -L. 3. Concrete Backfill Where shown on the plans, concrete backfill shall be placed over and around the storm drain pipe in accordance with the detail shown on sheet 5 of the plans. Where pipes are .laid parallel with 6 inches separation, the concrete backfill shall encompass both pipes and the space between. In this case, measurement and payment .shall be on the basis of the length of one pipe only. Payment, per linear foot, shall be in addition to the contract price per foot of the pipe being encased. 4. Trenching and Backfill All excavations and trenches for the storm drain facilities shall be in conformance with Article 6 of Title 8 Division of Industrial Safety Orders. The classification of the soil material with respect to shoring is "Running Ground" per Section 1541 (e) (s). - 13 - 4 A k.- i�t +k> iAi4 s�y�ir_ "cY✓�z1 F�*...�. �, __:s..s�x ^.4:w�v. "..v`YviaF�.n�.'a "tY$�`... '{a ........ .. _... ntiaa Section 306 -1.3.6 of the Standard Specifications` s hereby . amended to require a minimum 015% relative compaction of all trench backfill in all areas. The contractor shall densifYY by jetting and/or ponding supplemented as required with mecht.Ickl devices to comely with this special provision. It is the intent of this special provision that no trench backfill settlement wilt be allowed. 5. Measurement and Payment Payment.for storm drain pipe will be made at.the contract unit price per linear foot and shall include all costs -of furnishing and installing pipe, trenching, bedding, pipelaying, backfill " and compaction, the abandonment of existing storm drain pipe and -- structures, and all apputenant work, complete in place. The contract lump -sun or unit prices for the drainage structures 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, rounded entrances to outlet pipes, local depressions and all appurtenances, complete in place. K. Adjustment of Manholes to Finished Grade The Contractor shall adjust the existing manhole frame and covers to grade at the locations shown on the plans. Frame and covers shall be adjusted after finish course of asphaltic con- crete has been placed. In concrete areas, they shall be adjusted to grade prior to placement of the portland cement concrete. All manholes,, water vaults, water valve boxes, water meter boxes, and similar items shall be adjusted to finished grade in a manner similar to that described in Subsection 302 -5.7 of the Standard Specifications. Payment shall be made on the basis of a count of sewer or similar type manhole frames and covers adjusted to finish grade by the Contractor.. Minor items such as water meter boxes, street lighting or traffic signal boxes shall not be counted. L. Chain Link Fencing The Contractor shall furnish and install five feet high chain link fencing at the locations shown on the plan. All materials and installation shall be in accordance with Sections 206 -6 and 304 -3 of the Standard Specifications. Chain link fencing shall not have a top rail. M. Survey Monuments The Contractor shall furnish and install survey monuments in accordance with Standard Drawing 106 -L, Section 309 "Monuments" of the Standard Specifications and these Special Provisions at the locations shown on the plans. - 14 - ;,i., ona �� r,.<.. All monuments shall conform to Standard Drawing 1064. The Contractor s Surveyor shall establish the proper location for frame and cover and the concrete monument complete with bronze crown The Engineer :will provide surveying services to punch the bronze disc and set straddle ties for each monument. Any monument misplaced to the extent that the punch mark does not fall within a 1k inch circle centered on the bronze disc shall be repositioned by the Contractor at his expense to the satisfaction of the Engineer. The contract unit price paid for survey monuments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals. and for doing all the work involved in furnishing and installing the monuments, complete in place, including.excavating and backfilling holes, any required pavement replacement, and.disposing of surplus excavated material, as shown on the plans and as specified in the specifications and these special provisions, and as directed by the Engineer. N. Water Main Relocations All water main relocation shall be performed in accordance with the City's Standard Special Provisions and Specifications. The size and class shall be as shown on the plans. The Contractor shall be responsible for maintaining water service to the businesses and the residents affected by the work or for providing notices as specified in Section 16 hereof. Full service shall be maintained during the night hours, and temporary disruptions in water service during the day shall not exceed eight (8) hours. If precise field location of the existing water lines indicates that relocation can be avoided by minor field adjustment of the storm drain facilities, or that additional relocations are.required, the lump sum bid price for this work shall be adjusted accordingly. Full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all work involved in relocating the existing water lines, including excavation, backfill, thrust blocks and encasement, complete in place, to the satisfaction of the. Engineer shall be considered as included in the lump sum contract price paid for relocating the existing water lines at1hree locations as shown on the plans. U. Concrete Steps The Contractor shall construct the concrete steps at Station 684 +15 as shown on the plans. All work shall be done to the satisfaction of the Engineer. Full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all work involved in constructing the concrete steps including excavation and backfill, complete in place, to the satisfaction of the Engineer shall be considered as included in the lump sum contract price paid for this item. - 15 - M 0 i P. Traffic Signal Modifications SCOPE OF WORK A �A The work to be done consists of modifying existing traffic signal and safety lighting facilities, and includes, but is not limited to, the following: At Location A - West Coast Highway at Prospect Street Removing and relocating or salvaging existing signal poles and indications, safety lighting, and illuminated street name sign, and providing and installing a new signal pole and mastarm, bicycle pushbuttons, and inductive loop and magnetometer detectors. At Location 8 - West Coast Highway at Orange Street Removing and relocating or salvaging existing signal poles And a indications, safety lighting, and illuminated stree t name signs, and providing and installing new poles and indications, signal mastarm, conduit, bicycle pushbuttons, inductive loop and magnetometer detectors, and field conductors throughout. GUARANTEE The Contractor shall guarantee for a period of one yearr, after acceptance of the work by the City Council, all materi-al—s -aR-workmanship against any defects whatsoever. Any such defects shall be repaired at the Contractor's expense. a. General The Contractor shall furnish to the Engineer such working drawings, data on materials and equipment, samples, And "As-Built" points as are J required for the proper control of the work including-, but not limited to, I those working drawings, data, samples, and "As- Built" prints specifically required elsewhere in the specifications and in thedrawings. All working drawings, data, and samples shall be subject to review by the.Engineer for conformity with the drawings and specifications. b. Shop Drawings and Data Defined Working drawings include without limitation, shop detail drawings, fabrication drawings, falsework and formwork drawings, pipe layouts, steel - 16 - reinforcement, and similar classes of drawings. They shall contain all required detail!. and information in reasonable scale. Data on materials and equipment include, without limitation, materials and equipment lists, catalog data sheets, cuts, performance curves, diagrams, aAd similar descriptive lists. Materials and equipment lists shall give, for each item thereon, the name and location of the supplier or manufacturer, trade name, catalog reference, size, finish, and all other pertinent data. c. Review and Revision The Contractor shall furnish to the Engineer for review three prints of each shop drawing. The Contractor shall properly check and correct all working drawings and data before their submission, whether they are prepared i within his own organization or by a subcontractor or supplier. The shop drawings shall be submitted at least 30 calendar days before drawings will be required for commencing the work. Within ten days of receipt of said prints, the Engineer will return one print of each drawing to the Contractor with his comments noted thereon. If the drawing is returned to the Contractor marked "NO EXCEPTIONS TAKEN", a revision of said drawing will not be required, and the Contractor shall immediately submit four additional copies to the Engineer. is If the drawing is returned to the Contractor marked "MAKE CORRECTIONS NOTED ", formal revision of said drawing will not be required, and the Contractor shall immediately submit.five corrected copies to the Engineer. If the drawing is returned to the Contractor marked "AMEND AND RESUBMIT% the Contractor shall revise said drawing and shall resubmit six copies of said revised drawing to the Engineer. If the drawing is returned to the Contractor marked "REJECTED - RESUBMIT% the Contractor shall revise said drawing and shall resubmit three copies of said revised drawing to the Engineer, as in the case of an original .submittal. Fabrication of an item shall not be commenced before the Engineer has reviewed the pertinent shop drawings and returned copies to the Contractor without rejection. Revision indicated on shop drawings shall be considered as changes necessary to meet the requirements of the contract plans and specifications and shall not be taken as the basis of claims for damages or extensions of time due to any delay resulting from making required revisions to shop drawings. The review of said drawings by the Engineer shall apply to general design only and shall in no-way relieve the Contractor of responsibility for errors or omissions contained therein nor shall such review operate to waive or modify any provisions or requirements contained in these contract specifica- tions or on the contract drawings. d. As -Built Print The Contractor is required to submit to the Engineer "As- Built" prints prior to the City accepting the installations. 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. - 17 - 0 T. TRAFFIC SIGNAL AND SAFETY LIGHTING FACILITIES a. 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 plans, these special provisions, and the Standard Specifications and Standard Plans referenced herein. b. Reference Specifications and Standard Plans 1. Standard S ecifications - Except as modified herein, materials and nsta ation sia conform to the California Standard Specifications, January, 1975. All references in this section to "Standard Specifications" shall be understood to be referenced to the California Standard Specifications. 2. Standard Plans - Except as modified herein, all references in this section to "Standard Plans" shall be understood to be referenced to the California Standard Plans, March 1977. 3. Codes Ordinances and Re ulations - All electrical materials and equ pment urn she a nsta a under this section shall conform to the referenced regulations 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. 4. If there is a conflict in methods of measurement between the City's Standard Specifications and the Californa Standard Specific- ations, the City's Standard Specifications shall take precedence. c. Description Furnishing, installing, and modifying traffic signals, lighting and sign illumination systems and payment therefor shall conform to the provisions in Section 86, "Signals and Lighting ", of the Standard Specifications. Traffic signal work is to be performed at the following location;: Location A - West Coast Highway at Prospect Street Location B - West Coast Highway at Orange Street d. 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 bid. No "extra work" will be allowed. _ 18 - _ z;� 0 Traffic signal system shutdown shall be limited to periods between the hours of 9:30 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. e. Salvaging'Electrical Equipment Salvaging and 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. All salvaged materials shall be delivered to the City of Newport Beach Corporation Yard, 592 Superior Avenue. f. 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. g. 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. h. 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 shalt be insulated by "Method B ". i. 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 3116 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. - 19 •Y a j_ Internally Illuminated Street Name Signs Installation of internally illuminated street name signs shall conform to these Special Provisions and shall be installed in accordance with City of Newport Beach Standard Drawing No. STD -911 -L included elsewhere herein. k. Detectors Detectors shall conform to the provisions in Section 86 -5, "Detectors ", of the Standard Specifications and these Special Provisions. Magnetometer detector sensor unit shall be provided with a time extension feature which shall extend the vehicle call for an adjustable period of time and shall be a Canoga Controls Corporation Proximeter 202 or approved equal. x Separate control units need not be provided for each approach. 1. 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 in Section 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. New signal faces shall be provided with 12 inch sections. Lamps for new traffic signal units shall be provided by Contractor, and the cost of the lamps shall be included in the lug sum bid. m. Programmed Visibility Traffic Signal Heads Programmed visibility traffic signal heads shall conform to the pro- visions 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. n. 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. When bicycle push buttons are installed on pedestrian push button posts, the button shalt 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. The instruction sign color shall be green background with white legend. The sign legend shall include the following: 4 1. Bike symbol 2. Nord message: "Push Button to Cross" 3. Appropriate arrow -20- i � L..S R ,�. i rT��Ca�' � yes- -. F- F $4 AtA: Sloe nwwdbch#w's ff&Wft dwob. AWMV#d *WOW awwrh* SECTION A—A CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT, LLLMNATED STREET NAME cmm-� limedrAi t A41PIMW cmdaw Jb A* boo-VA M ea"I'lfr. 6/r Go" • I , OF 5e1..'= t f I r e Q. 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 present- able 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. R. State Bond and Inspection Requirements S. The Contractor shall furnish the State with a signed application and a $10,000.00 2 -year bond on the State's DHM -P -4 Bond Form to cover the work within the State highway right of way. The Contractor will be issued a Rider authorizing him to do this work and will be required to reimburse the State for all inspection costs incurred for the inspection of the work performed in the State highway right of way. The City will reimburse the Contractor for all inspection costs billed by the State upon submittal of the bills to the City. The Contractor shall schedule the street and storm drain improvements on the northerly side of West Coast Highway between Orange and Colton Streets for construction after September 1, 1978. Traffic signal modification . work may precede September 1, at the Contractor's option. Access to and from the parking area to West Coast Highway shall be maintained. To accomplish this, the Contractor may construct the driveway approach in two sections. - 22 - i J >� .. :�,�,;.� �._�.��° ,_..- .; ,:h .ate = =-u ';.; - - - - -u � .. ,�., -� APPENDIX - 23 - iV i FORM DMO -M.P -202 (REV. 1.76) EN F To City of Newport Beac Public Works Dept. 3300 Newport Blvd. Newport Beach, CA 9 STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION L Attn: Mr. Don Webb • ORA- 001 -20.77 PERMIT c LIE .r� M1 f 1'77 CITY CF J No._777-E- 761854 Lon__Angelas -, California -- -Marc h- 3.9'- --------- -- 1g --7$- in compliance with your request of -------- ___- 4ctQbex_�3. -------- -_— ___19.77 --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. PEPWISSION IS HEREBY GRANTED To construct all of the necessary street improvements, storm drain facilities and traffic signal modifica- tion on West Coast Highway between 57th Street and the Santa Ana River Bridge, O.RA- 001 - 20.77 +, as shown on the attached plans R- 5351 -S, Sheets 1 through 11 of 11 sheets, except that portion at Sta. 680 +15 to 681 +90 on Sheet 5 and detail "A" on Sheet 9, signed by the City Engineer dated 3- 23 -78- All work within State R/W shall be in accordance with the Dept, of Transportation Standard Specifications dated Jan. 1978. Permittee shall ar: ^ange for a pre - construction meeting at the job site with the State Representative and all other interested persons to discuss general work requirements. All surface obstructions including the building at Sta, 681+00 shall be relocated before curb and gutter is constructed. The telephone booths at Sta. 662 +25 in front of the new driveway apron shall be relocated before the driveway is constructed. Traffic signal work shall be done in accordance with the State of California 1978 Specifications and attached Special Provisions. (CONTINUED) This permit is to be strictly construed and no work other than that specifically mentioned above is authorized hereby. This permit shall be void unless the work herein contemplated shall have been completed before- - - - - -- — 1 9-8. AS: mfk cc LNBCH HTNBCH MEDINA MOTODA SIGN SHOP DEPARTMENT OF TRANSPORTATION --- --- - - -- -- -Assn�+ /� S PIER 28 � • • City of Newport Beach -2- 777 -E- 761854 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 systems on State highway shall b4kept 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 9:30 A.M. and 3:30 P.M. as directed by the State Inspector. The traffic signal systems 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, Ken Motoda, (213)620 -2206, of his intention to begin work at least three (3) working days in advance. Field wiring shall be as directed by the State Inspector. The signal and /or street light facilities shall be relocated prior to starting the road work in the area. Any turn -on of new signals or the shutdown of existing signals or any-part thereof must be cleared and approved at least three (3) working days in advance with the Maintenance Traffic Signal Inspector. An "As Built" shall be sent to the District Traffic Branch upon completion of the work. Traffic shall be maintained in accordance with Sections 7 -1.08 and 7 -1.09 of the Standard Specifications._ A minimum lateral clearance of 5 feet shall be provided between the edge of excavations and adjacent traffic lanes. A minimum lateral clearance of 2 feet shall be provided between the edge of surface obstructions and the adjacent traffic lane. The Permittee shall be responsible for stripe removal and State forces will place new striping at the Permittee's expense. The Highway Superintendent, Sign Maintenance Shop, should be notified 72 hours in advance so that the necessary striping may be scheduled. No work shall be performed on Saturdays, Sundays, or holidays. `14 City of Newport Beach -3- 777 -E- 761854 c Upon completion of work, Permittee shall clean the highway and the work area shall be left in a neat and presentable condition under the direction and to the satisfaction of the State Representative in the field. The Permittee's 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. Special attention is directed to General Provisions 2, 3, 5 and 6 printed on this form. The attached SUBSTRUCTURES and SIGNAL sheets are part of this permit. i7 • MAINTENANCE SPECIAL TERMS AND CONDITIONS SUBSTRUCTURES TO BE ATTACHED AND MADE A PART OF ENCROACHMENT PERMIT NO. 777 -E- 761854 A. Inspection Requirements 1. It is imperative that the Permittee notify the .State Inspector at least 48 hours prior to starting any work under this permit. State Inspector Mr. A. Medina Phone — 21��$34 Rai Z between 0 - A or if no answer phone - - -- between :0 AM and 4:00 PM, 2. All inspection costs incurred incidental to this work shall be borne by the Permittee unless otherwise specified on the face of the permit. All work shall.be performed on weekdays during the normal working hours 17-:30/4:00) of the Dept. of Transportation's inspector unless other times are specifically authorized. B. Specifications Unless otherwise detailed and authorized on the face of this permit, all work shall be done in accordance with the Dept, of Transportation Standard Speci- fications dated January 1973 to the satisfaction of the State representative and the following special provisions: 1. SAFETY AND TRAFFIC CONTROL: 4 A minimum ofSEE PERMIT lanes shall be provided for traffic in each direction. In addition, minlmum.clearance of two feet adjacent to any surface obstruction and a five -foot clearance between the excavation and the traveled way shall be maintained. Provision shall be made for barricades, lights, and flagmen to adequately protect the traveling public during construction operations in accordance with the "Manual of Warning Signs, Lights and Devices for Use in Performance of Work upon Highways ". When necessary for public safety, flagmen shall be on duty twenty -four hours a day at no expense to the State. When the permit authorizes installation by the open -cut method, not more than. one lane of the highway pavement shall be open -cut at any one time. After the pipe is placed in the open section, the trench is to be backfilled in accordance with specifications, permanent repairs made to the aurfacing and that portion opened to traffic before the pavement is cut for the next section. 2. CONSTRUCTION REQUIREMENTS: Unless otherwise authorized, pipes and conduits shall be installed in a manner to provide a minimum clearance of 42- inches between the top of pipe and surface. P.C.C. pavement shall be scored to a depth of If inches by means of a concrete saw to provide a neat and straight pavement break along both sides of trench; also, provide an unfractured pavement point and rigid bonding of pavement replacement patch. A.C. pavement shall be scored as required above for P.C.C. pavement except where in the opinion of the State Inspector the pavement has been cut neat and straight along both sides of trench to provide an unfractured and level pavement ,joint for bonding existing pavement and replacement patch. 7 -MP -13 JUL 74 Rev (over) aepQLirs to P.C.C. pavement shall be made within 5 workinl days of completion of backfill and shall be made of Portland Cement Concrete containing a minimum of 7 sacks of cement per cubic yard. Replacement of P.C.C. pavement shall equal existing pavement thickness. The concrete shall be satisfactorily cured and protected from disturbance for not less than 48 hours. High early cement may be required at the discretion of the Dept. of Transportation repre- sentative. Repairs to A.C. pavements shall be made within 5 working days of completion of backfill and shall be made with asphaltic concrete meeting State speci- fications, with every effort made to match the existing pavement as to color and surface texture. Replacement of A.C. pavement shall equal existing pavement thickness but not less than 3"•. Rock base shall be required.- Structural backfill within the existing or proposed roadbed area shall be com- pacted in horizontal layers not exceeding 8" in thickness using approved hand, pneumatic or mechanical type tampers to obtain a "relative compaction" of 95 percent using California Test Method 216F. Structural backfill outside of slope lines and not beneath any roadbed shall be compacted to a relative compaction of 90%. Backfill material shall have a "Sand Equivalent" value of not less than 20 as determined by the California Test Method 217F, if the excavation falls within the existing or proposed roadbed. Consolidation by ponding and jetting will permitted when, as determined by the engineer, the backfill mate- rial is of such character that it will be self- draining when compacted, and the foundation materials will not soften or be otherwise damaged by the applied water and no damage from hydrostatic pressure will result. Ponding and jetting of the u per 4' below finished rade is not permitted. When pon ni g_ jetting sperm e , ma er a or use as s ruc ura ackfill shall be placed and compacted in layers not exceeding 4' in thickness. Ponding and jetting vt. meth)ds shall be supplemented by the use of vibratory or other compaction equip- ment when necessary to obtain the required compaction. By accepting this permit, the Permittee agrees to pay all laboratory costs in conection with the necessary tests which may be required by the Dept, of Trans- portation engineer to determine the sand equivalent value of the backfill material or the trench backfill compaction. It is further understood that the frequency of such tests shall not exceed one test.per 1500' of trench at elevations of not less than every 2' of backfill depth. Prior to starting the trench backfill, the Permittee shall make the necessary arrangements with the Dept. of Transportation or a private materials testing laboratory to conduct these tests. Repairs to asphalt shoulders shall be made with asphalt concrete to match the existing shoulder. Concrete sidewalks or curbs shall be cut to the nearest score marks and re- placed equal in dimensions to that removed with score marks matching existing score marks. When installation is to be made by boring or jacking under the traveled way, excavations on either side of the road shall be sufficiently distant from the edge of pavement to insure pavement stability and minimum obstruction to traffic as determined by the State's representative. If considered necessary by the State's representative, 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. Service connections must be installed at an angle of 90 degrees from the center line of the State highway which the main line traverses. c "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 excluded 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 A, Office of the Secretary, Part 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." 30 , t GENERAL PROVISIONS 1. Definition. This permit is issued under Chapter 3 of Division 1 of the Streets and Highways Code. The term encroachment is used in this permit as defined in the said Chapter 3 of said code. Except as otherwise provided for public agencies and franchise folders, this permit is revocable on five days notice. 2. Acceptance of Provisions. It is understood and agreed by the Pennines that the doing of any work under this permit shall constitute an acceptance of the previsions. 3. No Precedent Established. This permit is granted with the understanding that this action is not to be considered as establishing any precedent on the question of the expediency of permitting any certain kind of encroachment to be erected within right of way of State highways. 4. Nodes Prior to Starting Work. Before starting work the Permittee shall no* the District Director of Trans - portation or other designated empbYee of the district in which the work is to be done. Such notice shall be given at least tluee days in advance of the date work is to begin. Unless otherwise specified, all work dull be performed on weekday and during normal working hours of the Grantor's inspector. S. Keep Permit on the Work. This permit shall be kept at the site of the work and must be shown to any repro, sentative of the Grantor or any law enforcement officer on demand. 8. Permits from 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 prevision shall be made for the Protection of the traveling public. Barricades shall be placed with amber lights at night, also flagmen employed, all as may be required by the grantor for the particular wart in progress. S. Minimum Interference With Traffic. All work shall be planned and carried out so that theme will be the least possible 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 way 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. 10. Clean Up Right at Way. Upon completion of the work, all brush, timber, scraps and material shall be entirely removed 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. Future 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 shell, upon request of the Grantor, be removed or revised at the sole expense of the Permittee within five days of such notice. 14. Expense 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 Permitter upon presentation of a bill therefor. 15. Liabfffty for Damages. The Permittee is responsible for ail Uabflittyy for perwnal injury or property damage which may arise out of wod herein permitted, or which may arise out of failure on the Permitter's pert to perform his obligations under thept rent is rapect to maintenance. In theevent any claim of such liability 9 made against the State of Gltfomia, or any department, officer, or employee thereof, Permittee shall defend, indemnify and hold diem and each of them harmless from such claim. This permit shall not be effective for any purpose unless and untld the above -named Permittee fifes with the Grantor, ■ mrety bond in the form and amomt required dry said Grantor, unless specifically exempted oo the face hereof. Time requirement that n bond he filed does not apply in Hoe event the Pennines is a govermental board whkh derives Its revenue by taxation. 18. Making Repairs. If the Grantor shall ro elect, repairs shall he made by employees of the Grantor and the eayerses Hereof shall fie borne by the Permittee. All payments m laborers, fmpectors, etc. employed by said Grantor for or on account of the work herein contemplated, 8 all he made by sand Permittee iort�mwi on receipt of written orders, payrolls or vouchers approved by Grantor. Or the Granmr may elect to require a deposit lnefore starting repairs, in an amount sufficient to ever the estimated cost thereof. The Grantor will give reasonable notice of its election to make such repairs. If the Grantor does not an elect, the Permittee shall make such repairs promptly. In every case the Permittee sbil be responsible for restoring any portion of the highway which has been excavated or otherwise disturbed m its former condition as nearly as mmaayy he possible except where the Grantor elects to rake repairs as above provided in this pamgm and except where provtabn to the emmtruy it made to the typewritten portion of the permit. Existing improvements sell 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 shalt be replaced or restored to the satisfaction of the Grantor. 17. Care o// Drainage. If the work herein contemplated shall interfere with the established drainage, ample provision shall be made by the Permittee to provide for it as may he directed by the Grantor. 18. Submit Location Plan. Upon completion of underground or surface wok of consequence, the Pemmittse ahaB furnish plan to the Grantor's District Office showing location and demils. . 19. Maintenance. The Perdttee agrees by the acceptance of this permit to exercise reasonable care to maintain properly any encroachment placed by it in the highway nd to exercise reasonable ewe in trupecting for and immediate) repairin and making good any Injury to any portion of the highway which occurs as a result of time 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 occurred had such work not been done or such encroachment not placed therein. PIPES, CONDUITS, GAS PUMPS, ETC. 20. Creasing Raodumayy. Service and other small diameter pipes shell be jacked or otherwise forced underneath pavement without disturbing same. Pavement or roadway shall not be cut unless sped(tcelly permitted on the face h OW11, Service pipes will not be permitted inside of meta) culvert pipes used as drainage structures. 21. Unit Errnoatbn. No excavation is to be made closer than eight (8) feet from the edge of the pavement except as may be specified. 22. Tunneling. No tunneling will be permitted except on major work as maybe specifically set forth on the face hereof. 23. Depth of Pipes. There shall be a minimum of 30 inches of cover over all pipes or conduit. 94. Boekfdiing, All backfilling is m be moistened as necessary and thmou eted m required dry density per crushed inc feet. Whenever required by the Grantor, a trench crossing the roadway shall be beckfilled with gravel or 31 25. Surfacing. 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. 28. Maintain Surface. The Permittee shall maintain the surface over structures placed hereunder as long as neoesaary. 27. Pipes Along Roadway. Pi and utilities paralleling the pavement shall be located at the distance from traveled way and at such depth as specifically directed on the face hereo Cu f. tting 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. Permission 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 o/ 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 boa are in place, normal construction standard may be followed 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 tree except on specific authority and in no event shall they be an attached as to girdle the tree or interfere with its growth. Coy 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 be 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 cremated butts, wood metal or other approved type of visibility strips may be placed. Wood strips are to be Douglas fir 1" x 3"--5r long placed on 8" 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 to 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 Parmittee hereby agrees to bear the cost thereof under the terns of this permit. Poles that do not present a possible traffic hwand 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 CrantOes decision will be 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 am made. PLANTING TREES 38. Location and Species. The location and kind of trees to be planted shall be specified on the face of this permit 37. Moral 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 peanut In particular cases arrangements my be made for the Grantor to do this work upon deposit of a certain sum for each tree which ts to be planted. The Grantor reserves the right to assume the maintenance or to decline to do so as conditions justify. 38. Croup Planting. The oast of group footings and similar special work which awry be agreed upon with the Grantor shall be home by the Permittee. Lan such plantings shell 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 fed 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 We left by the :pump 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 pemtitted and only when specifically so stated on the face f. The shapeliness of the tree must be preserved. 42. Inspection. If the permit requires inspection by the Grantor during progress of the work the cost of inspection shall be borne by the Permittee. No charge will be made for occasional routine inspection. Road Approaches, Connecting Pavements and Minor Work 43. Grades and Specokaaons. Cordes 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 ilndts 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 govemed by the general provisions and as detailed on the face hereof. Signs 48. Clearance of Signs. The minimum clearance from the sidewalk shall be twelve fed umlm otherwise provided as a provision of this permit. Railroad Crossings 47. Safety and Convenience. The future safety and convenience of the traveling public s6aB be given every consideration in the location and type of eanstmction. 48. 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 w mW be specified on the face of this permit for the full roadway and shoulder width. Y1. in/. HW.wp Pre is A 9M �6ff�7 MAINTEENANCE - PERtCTS w . SFECIAL PROVISIONS FOR ENCROACHMENT PERMIT NO. 777 -E- 761854 HIGHWAY FACILITIES: THE PERMITTEE SHALL NOTIFY THE DIVISION OF F.IGHWAYS' SIGNAL LABORATORY AT 213-723 -1373, AT LEAST 72 HOURS IN . ADVANCE OF ANY EXCAVATION WITHIN 500'. OF. A SIGNALIZED INTERSECTION OR IN THE VICINITY OF STATE LIGHTING FACILITIES. TIM PERNITTRE AND /OR HIS CONTRACTOR ASSUME THE RESPONSIBILITY FOR THE PAYMENT OF ALL COSTS INCURRED BY THE STATE IN REPAIRING FACILITIES DAMAGED DURING CONSTRUCTION. REQUESTS FOR RELOCATION OF FACILITIES FOR TIM CONTRACTOR'S CONVENIENCE MUST BE MADE IN WRITING WITH THE CONTRACTOR ASSUMING COSTS. CITY OF NEWPORT BEACH CERTIFICATE OF INSURANCE FOR CONTRACT WORK CONTRACT NO. 1927 This is to certify that the Company named below has issued to the Named Insured the policy of comprehensive liability insurance identified herein, hereinafter referred to as "Policy ",and endorsed said Policy as follows to assure compliance by the Named Insured with the insurance require- ments of the Contract executed by the Named Insured and the City of Newport Beach (hereinafter, "City "). 1. The combined single limit for Comprehensive Liability (bodily injury or death, or property damage) is not less than $500,000 each occur- rence, $500,000 aggregate protective and contractual, $1,000,000 aggregate products. 2. Neither the Policy nor. this Endorsement shall be cancelled or materially changed until thirty (30) days after receipt by City of written notice of such cancellaLio^ or change by registered mail, addressed as follows: City of Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, California 92663. 3. The City of Newport Beach, County of Orange, State of California, and Robert T. Bein, William Frost.& Associates, their officers and employees are hereby declared to be additional named insureds in the policy described insofar as they may be held liable for injuries, death or damage to property arising out of or in connection with the contract exe- cuted by the named insured and the City. It is further agreed that this policy shall be primary and non - contributing with,any other insurance avail- able to the City of Newport Beach, and includes a severability of interest clause. 4. Contractual liability coverage applicable to the contract referred to above, including the obligation to defend City is included. 5. Exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards) are deleted, where applicable. 6. The Policy provides coverage for, but is not limited to: Owned, Non -Owned and Hired Automobile; Products Liability - Completed Opera- tions; Premises- Operations; Contractors Protective Liability; Marine or Aviation (when applicable); and Property Damage. This Endors e is effective when signed by an Authorized Representath o YY Name of Insurance Company) and when ims�11 b � valid and form part of Policy No. insuring I' expiring NAME OF AGENT ADDRESS - AGENT /BROKER ve IMPORTANT: This is the only evidence of insurance acceptable to the City. The person executing this Certificate is cautioned to make certain that he has authority to execute this Certificate on behalf of the Insurance Company. @7.= i i, / v W ZJ V J m 'a � d f N . � D Z m S Z F-- a � U W Ir zCaL !- U W y 4 V 1- W u x IIIIINNIIeI n�anm�uwa�uiwu� II011111AINNIIIIIININNI y 4 V 1- W u x Rf .J C JZ O Vd O a, 4 G v4 W u x co J a d :7 C N 1 Q CO S _V C.� � O W 41 Z N T 0 r U W a, 4 G v4 W u x co �IAIINIIII�IB �I�IRIIIIII � J��A�I�IA�aO a, 4 G v4 W u x co a V W V1 r � q Vr � C V a J 4.7 } a � F d N O m j 4 Z U � �--- f- •W Z • W � J~ O Z t••• v w Il�ll�lllfllll II iIIINIIIAIIIIIIIIIAIIIII�I�I � �I IId111111111116H�a III Huai i i i i unn� ��1�1�1�1�1�1�191�1�1�1�1 €I�011 i. F N VW 0 at r' V � C� D C a i �t-om J QW M a 4 C X y Z tt L7 C' !W- q a V � •W J � 2 x-02 F U W 0 l'0 W u x N ril uAmmnm� I�flIlBRIHIII�INI�IIN�ll1' �l�I��I�I�IDIIIa11111� IIffiI�I�I�I�INII1811111111� ��I�I�IIVII�1 0 l'0 W u x N mw Approved by the City Counci\l this 24th day of April, 1978. .,0*WT NO. 1927 AHFP NO. 882 CONTRACT DOCUMENTS FOR JWEST COAST HIGHWAY IMPROVEMENTS FROM THE SANTA ANA RIVER TO 1834 Gladwick St. 3800 t FEET EASTERLY Address s George, City Clerly -66 iw "Ate 7 SUBMITTED BY: Clarke Contracting Corporation .Co—ntractor 1834 Gladwick St. Address y Zip Pgo'nem" s George, City Clerly -66 iw "Ate 7 f .; Mtt CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS Page 1 SEALED BIDS will be received at the office of the City Clerk, City Hall,. Newport Beach, California, until 2:00 P.M. (as determined by telephone time signal) on the 31st day of —A_Fav 1978, at which time they will be opened and read, for performing work as fo lower s: WEST COAST HIGHWAY IMPROVEMENTS FROM THE SANTA.ANA RIVER TO 3800+ -FEET EASTERLY CONTRACT NO. 1927 AHFP NO. 882 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 l0 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 ante CCorPoratte Seal shall be affixed to all documents requiring signatures. In the case of a arl 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,wit _ __ h.- 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 S ecifications for Public Works Construction (1976 Edition) as prepared by the Soul rn 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 "Certificate of Insurance for Contract Work" form has been adopted by the City of Newport Beach. This form is the only certificate of insurance accept- able to the City. The successful low bidder will be required to complete this form upon award of the 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. The companies must also have a current general policy holder's rating of A or better; and a financial category of at least Class X as per the latest edition of Best's Key Rating Guide (Property - Liability). 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 -1781 inclusive). The contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeabl "e 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.10 -27 -77 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. 325884 Classification A Accompanying this proposal is bid 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 workmen's 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. Phone iurnbe r 5 -31 -78 Clarke Contracting Corporation Bidder's lame (SEAL) -John J. Clarke Ares. ARNQr�M gnature J,gi k I? CYCvtie=69arah A. Clarke.Sec. Authorized Signature Corporation Type of Organization (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: John J. Clarke_ Sarah A. Clarke- President, Manager Treasurer 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 2. &J)QS ,f 61)77K e 0,4AI /NA [�iNSTi� ' lD�y C �fiZ.�IDEiI.y¢ 4. r,6�NGE C?O LOEN GtJG_,5 Tr 5. %LCG % /GkL �t� �� -. �v: t � • 6. 7. 3. 9. 10. 11. 12. name `1 -Sarah A. Clarke, Sec. g - -John J. Clarke,Pres. gn a Corporation Type of Organization (Individual, Co- partnership or Corp.) 1934 Gladwick St., Compton, Ca. 90220 Address Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, Clarke Contracting Corporation , as Principal, and Federal Insurance as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum ofTen percent of the total amount bid Dollars ($ 10% ), 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 West Coast Highway Improvements From Santa Ana River To 3900 - Feet Easterly Contract No. 1927 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 23 day of May , 19 78 Corporate Seal (If Corporation) (Attach acknowled ement of Attorney -in -Fact} By Title Clarke Contracting Corporation Principal -John J. Clarke,Pres. -Sarah A. Clarke,Sec. Federal Insurance Company \ �{ 2 a | 2 B J [ \ ®$ k Q; \§ { /! � ( §r k k2 t \f } ®0 2( k ! ) 7 � } }/ \ 2 cx | «& �E G) �(Ej\ *o� -ƒate ( n r k \E) /(�R \f > ( E (/ \ § §�( , / ( \ -!{ E }$ ( � I - E { E\ � ®I ( 2E , \ / \ //( \ ) ( a s i Z «& 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 bi.d 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 31st.day of May 19 78 . My commission expires: 1 -21 -1980 CA'—n' r ,ref. P . ! (�l I ♦�_� •.. . JY�� Not Public Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The 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. Sarah. A. Clarke.Sec. —John J. Clarke,I>res. 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. 1978 City of La Mirada-Gas Flores Ave.) Jerry Win terburn 943 -0131 1978 Paramount Redevelop. Agency (Orange Ave.) -Bill Weimer 634 -2123 1978 City of E1 Segundo -(St. Improv. & Parking Lot) - Herman Morgan V 1978 Orange Co. Brd. of Sup-(Hewes Ave.) -Keith Hart 714- 834 -2300 ah A.Clarke,Sec. lgne Pres. ' `i • ` PR 1 OF 9 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WEST COAST HIGHWAY IMPROVEMENTS FROM THE SANTA ANA RIVER TO 3800 ± FEET EASTERLY CONTRACT NO. 1927 AHFP NO. 882 PROPOSAL 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 com- plete Contract No. 1927 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: TEM NO. QUANTITY AND UNIT ITEM DESCRIPTION . UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 1. 1 Clearing and grubbing Lump Sum @ Fur T V ttA., a cc." Dollars and p, CZA ,rr Cents $ 9y, 000 $ -%0'00"7 Per Lump Sum 2, 2,750 Unclassified excavation cu�fc Yards ' @ Dollars and n Cents $� ca $ l9; .LSD — er u is ar 3, 1,715 Construct A.C. Pavement, Tons Base Course (Type III- B2- AR4000) including prime coat & tack coat @Nir<e„ tttn Dollars and JL�rt C_�r, t S Cents $ 0' E 3�r58S oo Per on Al 0 • 0 0 PR 2 OF 9 ITEM QUAN I ITEM DESCRIPTION UNIT - TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 2,450 Construct A.C. Pavement, Finish Tons Course, (Type III- C3- AR4000) including prime coat and tack coat @ M1 Af.tP.PA Dollars and nv� S Cents $� $� ✓ Per Ton 5. 7. P 7 3,410 Construct Aggregate Base, in- Tons cluding bike trail area, complete in place @ Ni ni✓ Dollars 50 and q Fitt Cents $ / Per Ton 3,914 Const. Type "A" P.C.C. Curb . L.F. and Gutter (8 "C.F.) per C.N.B. DWG. 182 -L @ Se, 11Q.(1 Dollars and rp'nf -S Cents $ Per Linear Foot 40 Const. Type "A" P.C.C. Curb L.F. and Gutter (8 "C.F. to 5 "C.F. Transition) per C.N.B. DWG. 182 -L @ SPU fA Dollars and -7 Per ALinerlo ( pnf C Cents $= ir Foot $gip . '.." 320 Const. P.C.C. Bench per L.F. detail on Sheet 5 @ Dollars and oo i)O (fin Cents ermine r— oott 45 642 Const. 4" P.C.C. Sidewalk (Biketrail) per C.N.B. DWG. 180 -L @ 0(11e� Dollars and 50 Ftf'f V Cents $ r/ Ter —square FoOt I fto'T 0 ti r 4 • PR 3 OF 9 ITEM QUANTITY ITEM DESCRIPTION UNIT. TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 377 Const. 4" P.C.C. Curb Access S..— Ramp per C.N.B. DWG. 181 -L @ ZW n Dollars and Ybp CQJIf.0 Cents 00 $�`' $'7Sy, ✓ Per Square Foot 11. 3,106 Furnish and Install 5' High Chain Link Fence, per plans, complete in place, @ �Ir ?.f� Dollars and 3 Tw�ri �- -Pi u, Cents $ $ !00 ✓ Per Linear oolott 12. 4 Furnish and Install Survey Each Monument per C.N.B. DWG. 106 -L, complete in place, @Twn hL4/ui_re Dollars and m Each r10 CLn4 c Cents $ 61Z — 13. 2 Adjust Existing Manhole to a�T— finished grade @ -Chr.L hLind- Dollars and a° o� "✓ rK) Um f_S Cents s-30— $ I, on, Each 14. 480 Const. Type II Commercial Driveway S.F. Approach per C.N.B. DWG. 161 -L @ TWO Dollars and s° Fief U Cents $0 r $J� n °—° er quare o0 IV t3� 448 stir . _. �'�y* w-.. .. x. t+ 'wr•r a v.a�:sx :,,,. "`Ji9'ic -'dC x foe: '.. ,.... •�"�i[�'�.+�..Y���b ,_e >,.� �... -c �.- ~�§.3�. �?'s�'' L� 0 v PR 4 OF 9 ITEM QUANTITY ITEM DESCRIPTION UNIT -TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 15. 1 Relocate three existing 8" Lumpur water lines to clear storm drains, including P.C.C. Encasement, per detail "A" Sheet 6 (Sta. 653 +07; 669 +78; and 1 +09, Line I) @ artL h u S . Dollars and ao __jam C2�f c Cents Lump Sum 16. 618 12" RCP, 2000D or L.F. 12" ACP, 3000D, complete in place, @ Tw_ eA fn Dollars and Cents Per Linear Foot 17. 445 15" RCP, 2000D or 1511 ACP, 3000D, complete in place, @ Dollars - r and ho r1A-X N.c Cents Per Linear Fook 18. 379 F118" RCP, 2000D or L.F. ®18" ACP, 3000D, complete to place, @ Dollars ' and Cents er inear Foot 19. 373 F�24" RCP, 2000D or 1-F' �24" ACP, 3000D, complete in place, @ �l� 1 T it Dollars and Yb CD (�f S Cents $ $� lser Linear oot Bidder shall indicate type of pipe he proposes to install for Items 16 through 23 by checking the appropriate box. 0 0 PR5OF9 EM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 20. 103 30" RCP, 2000D or L.F. 30" ACP, MOOD, complete in place, @ 17 i -F-t U Dollars 21. 22 23. 24. and no C'�JntS Cents Per Linear Foot 1,486 r';11 36" RCP, 1750D or F-�36 ACP, 2650D, complete in place, @ 1 —i�fU— �ivr Dollars ao and CO Y\,o CQ n Cents $ $ Flo' Per Linear Foot 393 ®42" RCP, 1600D or L. F. 42" ACP, 2400D, complete in place, @ S Utn.-t two Dollars and C.�Y�f_C Cents $= E moo. ✓ Per Linear Foot 614 RCP, 1500D or �45" 45 ACP, 2250D, complete in place, @ P_ is l.�y— SeutJL Dollars and aD Y�� Cpr�fC Cents ep ✓ Per Linear Foot 13 Const. Curb Inlet, type OS, act— (Standard or Modified) per C.N.B. DWG. 306 -L, complete in place @ or-\e fhouS ild �:n ,r hmr�nlrp0�Qollars and pp / {� (I/►tif C Cents ac 3d� 105 w 0 0 PR 6 OF 9 ITEM NO. QUANTITY AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 25. 2 Const. Curb Inlet, type OL, Each (L =7') per C.N.B. DWG. 306 -L, complete in place, Or)& -eh.)U&CLru.L @ Ali nf_ hun.trw - Dollars and M (,2I t S Cents Jr $ � Each 26. 1 Const. Grate Inlet per EacTi Detail Sheet 4, complete in place @ODZ f/ryCi /lnf . {lU✓Ll r��(_ Dollars and l�I) idly' Scents Mp $ ���/ $ f1 Dom Eac 27. 2 Const. P.C.C. Collar per Each C.N.B. DWG. 313 -L, complete in place, @ ZWC7 Plunclre&_ (-� q Dollars r � and and � rvo f C $ $,6-00 Eh ac 28. 1 Const. P.C.C. Connection EaacTi — Assembly per C.N.B. DWG. 312 -L, complete in place, @ &, K _ h O ren Dollars BYO and Q 8�r ngAtj Cents $ $ OU Each 29. 1 Const. P.C.C. Headwall per Each Detail, Sheet 6, complete in place, @ T�,., FhykSttneL- et 5h-t Kull ollars �— and �GXO'V $ Each ho CIA-vt S Cents QOO �J U 30. 31 32 0CIR 34. r 0 PR 7 OF 9 105 Const. Type "D" P.C.C. curb L.F. (6" C.F.) per C.N.B. Dwg. 183 -L complete in place, @ S1 SC. Dollars and VLF Cell. f C Cents per Linear Foot 1 Const. P.C.C. Outlet Structure Each per Detail, Sheet 6, complete in place, including protection barrier, +JwuSarv,ok @ ed Dollars and rja CO,n f_.0 Cents Each 4 Const. Junction Structure EacF— No. 1, with or without Shaft, per C.N.B. DWG. 310 -L, complete in place, @oAf__f onp_ ollars and r1lo rLA f_C Cents Each 1 Const. Manhole No. 2, per C.N.B. EacFi— DWG. 307 -L, complete in place, Zwu -Ekw LtSGWLd- @ tofu hu✓i��.rCd _Dollars and no (ffnf< Cents Each 1,149 Const. Concrete Backfill L.T.— per Detail, Sheet 6, complete in place, @ rlff2�etn_ Dollars V and L ►'40 Can fs Cents $ �G $ 74 3s- per L near Foot 0 0 0 0 PR 8 OF 9 TEM NO. QUANTITY AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 35. 1 Modify existing Traffic Signal Lump Sum at West Coast Highway and Prospect Street, complete in place per plans, @ t) j nt Dollars and ho Cn,nt S Cents yy, $ loob $_a 06ei per Lump Sum 36. _�_ Modify existing Traffic Signal Lump Sum at West Coast Highway and Orange Street, complete in place per plans, @ -rlrtQ^i-*4 – scig , thaucrtLd Dollars and tin CP.n-tz Cents $ oe $��•oo,� per Lump Sum 37. 1 Guard underground construction Lump Sun Ong, *j'6L4 ciACC. @ fhrGZ hqryLcr Rol1ars Ifs, Cents $130— $1300 . per Lump Sum 38. 1 Const. P.C.C. Steps Lump Sum per Detail, Sheet 5, complete in place, @Six- h rare d_ Dollars and Cents s UV per Lum Sum 39. 1 Modify existing Junction Each Structure, Sta. 681 +45, Complete per plans, ore. CI k�u S4 @ -t AM ollars and cogeC Cents VD $ lam- $f,24 d, = Each 100 TOTAL PRICE FOR ITEMS I THROUGH 39 WRITTEN IN WORDS 46 PR 9 OF 9 Six huy, rem. Sic -E;KkLAS6" Six sAjQ -rl 1'rc Se u ee,tti ` -r-- -� rJ Dollars �.. and C-0- r, EZ Cents $ 2 9• CONTRACTOR'S LICENSE NO. 3zsn� C�iCXE �liyrt.�C�_ /�Il� �GP BIDDER S-` —NA t�Ei �. - SS,TA�htN S ��E (AUTHORIZED SIGNATUR CONTRACTOR'S ADDRESS I JZ4 6,L,4 p(,(. 1cx- Sr- OLONPTVN 0.+- 107.ZO TELEPHONE NUMBER -(Z/3) 637 -4997D ;' =�. -= *, F� x via;-.. �..... ;a_..:r� =�:_ ..,..,.vc.,e.,a:�ss? .,.:.,::�,�., xSre_.:r;.;:�...sss ��:..:_,� .� � ..:... .. .. ...�+ CITY OF NEWPORT BEACH PUBLIC. WORKS DEPARTMENT WEST COAST HIGHWAY IMPROVEMENT FROM THE SANTA ANA RIVER TO 3800 t FEET EASTERLY CITY CONTRACT NO. 1927 AHFP PROJECT NO. 882 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 PROTECTION OF EXISTING PROPERTY CORNERS 11 GUARANTEE 12 CONSTRUCTION SURVEY STAKING 13 LIABILITY INSURANCE 14 PERMITS 15 MATERIALS REPORT 16 NOTICE TO RESIDENCES AND BUSINESSES 17 TRAFFIC CONTROL AND ACCESS 18 CONSTRUCTION DETAILS A. Clearing and Grubbing B. Unclassified Excavation and Embankment C. Structure Excavation D. Structure Backfill E. Subgrade Preparation F. Relative Compaction G. Aggregate Base H. Asphalt Paving 1.. General 2. Placement of Asphalt Concrete on Aggregate Base 3. Placement of Asphalt Concrete Overlays 4. Installation of Redwood Headers 5. Miscellaneous Asphalt Concrete 6. Measurement and Payment •: "r6 PAGE 1 -..i. 2 .. 2 2 2 -3 3 3 -4 4 4 5 5 5 -6 . 6 6 6 -7 7 -8 8 =9: 9 9 10 10 i0 11 it 11 11 12 A , r SPECIAL PROVISIONS - INDEX Page 2 SECTION PAGE 18 I. Portland Cement Concrete 12 J. Storm Drains and Drainage Structures 13 1. Pipe 13 2. Drainage Structures 13 3. Concrete Backfill 13 4. Trenching and Backfill 13 5. Measurement and Payment 14 K. Adjustment of Manholes to Finished Grade 14 L. Chain Link Fencing 14 M. Survey Monuments 14 N. Water Main Relocations 15 0. Concrete Steps and Gate 15 P. Traffic Signal Modifications 16 Scope of Work 16 Guarantee 16 Shop Drawings, Data on Materials and Equipment, and Samples, ans as Built Print 16 a. General 16 b. Shop Drawings and Data Defined 16 -17 c. Review and Revision 17 d. As -Built Print 17 Traffic Signal and Safety Lighting Facilities a. General 18 b. Reference Specifications and Standard Plans 18 c. Description 18 d. Maintaining Existing and Temporary Electrical Systems 18 -19 e. Salvaging Electrical Equipment 19 f. Conduit 19 g. Pull Boxes 19 h. Conductors and Wiring 19 i. Bonding and Grounding 19 j. Internally Illuminated Street Name Signs 20 k. Detectors 20 1. Signal Faces and Signal Heads 20 m. Programmed Visibility Traffic Signal Heads 20 n. Bicycle Push Buttons 20 Illuminated Street Name Sign Installation Drawing No. STD. -911 -L 21 Q. Final Clean -Up 22 R. State Bond and Inspection Requirements 22 S. Mork on Northerly Side of Coast Highway from Orange Street to Colton Street 22 APPENDIX 23 Encroachment Permit from CALTRANS Sample Insurance Form • 0 I CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WEST COAST HIGHWAY IMPROVEMENTS FROM THE SANTA ANA RIVER TO 3800 ± FEET EASTERLY CONTRACT NO. 1927 AHFP PROJECT NO. 882 SPECIAL PROVISIONS SECTION 1 - SPECIFICATIONS All work shall be completed in accordance with these Special Provision, the City's Standard Special Provisions, and the City's Standard Drawings and Specifications. The City's Standard Specifications are the Standard Specifications for Public Works Construction 1976 Edition. Copies may e purchased from Building News, Inc., 3055 Overland venue, Los Angeles, California 90034, telephone (213) 870 -9871. SECTION 2 - DRAWINGS , The complete set of plans for bidding and construction consists of the following: Drawing No. R- 5351 -5, Sheets 1 through 11. City of Newport Beach Standard Drawings which may be obtained from the Public Works Department by each bidder. SECTION 3 - LOCATION AND SCOPE OF WORK Work to be constructed under this contract consists of the widening and improvement of West Coast Highway approximately 3,800 feet in length located in the City of Newport Beach from the Santa. Ana River easterly. 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, 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. SECTION 4 - TIME OF COMPLETION AND COMMENCEMENT OF,WOItIf 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 140 CONSECUTIVE CALENDAR DAYS from the date of the beginning of the project. Contractor shall begin the project within 15 calendar days after the City executes the contract. The Contractor's attention is called to Section 17, Traffic Control and Access, regarding certain phases of the work in West Coast Highway to be performed after September 18, 1978 or during nighttime hours. 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 prepared his bid accordingly... The Contractor shall conduct his operations 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 commencing constructing. Upon approval of the plan by the City, Contractor 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. - 2-- 1 i _a 0. If during the construction of underground facilities: groundwater is encountered and dewatering is required, the Contractor shall dispose of the water by pumping it to settling basins constructed by the Con - tractor on the City -owned property adjacent to and southerly of the project. The basins are to be large enough to allow the water to percolate into the sand without overflowing the basin berms. Node- watering water is to be allowed to flow into the Greenville - Banning Channel adjacent to the Santa Ana River. 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 S ntid6rovhsionstractor's attention is called to Section 18 -J -3 of these 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 informa- tion of the Contractor only. The Contractor shall verify the position and elevation of these utilities and shall protect 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. The Southern California Edison Company has certain existing poles, pole line, or pole anchors that will interfere with construction proposed under this contract. The City has made contact with the Edison Company requesting that their facilities be removed from the area of work. It'will be the Contractor's responsibility to verify the Edison Company's schedule on their facility relocation. -3- 0 0 C, Delays of the contract caused by utility work and.w&k by other forces may occur and will be considered an acceptable cause for time extension, but no idle time compensation will be allowed. 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 pro- tect them in place and be responsible for, at his own expense, any damage to them resulting from construction of the improvements. The contractor is advised that other contractors, city forces or utilities may be installing facilities on or adjacent to the project, and he shall coordinate with them in order to facilitate orderly progress of all work. The construction will cause work to be performed over, under and very near existing sewer, 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. Specific attention is called to the 12 -inch diameter high - pressure gas line located northerly of the centerline of West Coast Highway. The Contractor shall exercise extreme caution when working in the vicinity of this line. SECTION 10 - PROTECTION Of EXISTING PROPERTY CORNERS Every effort shall be made by the Contractor to protect any existing property corners uncovered during construction. Should any of these corners be disturbed, they shall be restored by the Contractor at his expense and no separate compensation will be made. SECTION 11 - 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. - 4 - E 9 SECTION 12 - 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. The Contractor's attention is directed to Sheet 9 of the plans, the Right of Way and Survey Control Diagram for the project. SECTION 13 - LIABILITY INSURANCE Section 7 -3 of the Standard Specifications is hereby amended as follows: The word "Agency," where used in this section, shall include the City of Newport Beach, the County of Orange, the State of California, and Robert Bein, William Frost and Associates. A standard "Certificate of Insurance for Contract Work.for City" form has been adopted by the City. This.form is the only certificate 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. SECTION 14 - PERMITS The Contractor shall obtain the following permits prior to any construction and shall have a valid City business license: 1. Permit to perform excavation or trench work from the Division of Industrial Safety, State of California (See Section 8, Guarding Underground Construction).. 2. Permit to dispose of demolition at any sanitary landfill site in Orange County, from the City Public Works Department at no charge. The City has obtained the following approvals and permits which are available for inspection at the Public Works Department: 1. Project approval: California Regional Water Quality Control Board - Santa Ana Region. 2. Permit: California Coastal Commission, South Coast Regional Commission. 3. Permit: California Department of Transportation Encroachment Permit. (See Appendix) 4. Permit: Orange County Central Permits Division, EMA Development. Lki ,illilf 0 • The Contractor shall be responsible for making himself artre..of -:.and conducting his operations in accordance with the requiremenifs 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 15 - MATERIALS REPORT A report entitled "Materials Report for the Proposed Construction of West Coast Highway from 57th Street to Santa Ana River, Length 0.76 Mile, AHFP No. 882," dated June 23, 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 16 - NOTICE TO RESIDENCES AND BUSINESSES The City will mail a preliminary notice to all residents and businesses affected by this work. Between 40 and 55 hours before closing or restricting vehicular access to and from driveway approaches, the Contractor shall distribute to each affected residence or 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 or residence, 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. SECTION 17 - 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 Building News, Inc. The Contractor's.work shall also conform with all traffic control provisions contained in the encroach- ment permit issued by CALTRANS for work within West Coast Highway, 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. q E 0 G ♦ Since West Coast J way carries very heavy traffictring the summer months, construction of the asphalt. overlay of the existing piveirientl shall not be performed until September 18, 1978 or later. In addition, the storm drain laterals crossing West Coast Highway shall not be installed prior to September 18, 1978 unless the Contractor elects to install said laterals during the hours of 8 PM to 6 AM. The Contractor shall supply all lighting and other additional protection to the travelling public as required by the Engineer if he elects to perform work during the hours of darkness. The Contractor shall maintain two lanes of traffic in each direction at all times on West Coast Highway except that on or after September 18, 1978 the following will be allowed between the hours of 9 AM and 3 PM only: 1. Traffic may be reduced to one lane each direction while installing the storm drain laterals across the highway. I 2. Traffic may be reduced to one lane each direction during the time that the Contractor is applying the variable thickness overlay to the existing pavement. On West Coast Highway 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. With regard to Orange Street northerly and southerly of Coast Highway, the Contractor shall keep one lane open in each direction at all times except that one lane only, under the control of flagmen, may be provided during the actual installation of storm drain pipe, and during the placing of aggregate base and paving on the south side of the highway. 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. SECTION 18 - 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 material accumu- lated under this item of work, except City traffic signs, markers, and reflectors shall become the property of the Contractor. It shall be the Contractor's responsibility to dispose of the material away from the job site in a manner and at a location acceptable to all cognizant agencies. The Contractor shall exercise care in removing only those materials which are unsuitable 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. Clearing and grubbing shall also include the removal of the I building structure at Station 681 +00. Removal shall include the foundation and floor slab and capping of the sewer lateral. - _r 0 L.I i , All traffic signs and markers that interfere with tAe work in this contract, whetlsw }twn on l_ans or not, shall be removed by Contractor, salvaged, and delivered .to City.Corporation Yard located at 592 Superior Avenue, Newp j California. All Contractor's expense in connection with :t 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, furnishing 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 B. Unclassified Excavation and Embankment It is estimated that 2,750 cubic yards of soil, existing asphalt concrete, and aggregate base must be excavated to construct the road improvements as shown on typical sections and to produce the lines and grades for West Coast Highway and the bike trail as shown on the plans. Excavation quantities will include all material,.regardless of classi- fication, occurring between the existing paved or ground surface, and the grading planes 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. Quantity will be measured from the top of pavement to the grading plane times width of structural pavement removed. 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. Quantity will be measured from the existing ground surface to the grading plan times the width of the improvements to be constructed as:shown on plans. The -8- 0 • ! i �r C L E • 0 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 550 cubic yards of compacted fill to be placed at the location 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 Lrit price for unclassified excavation, and no separate payment will be made. Measurement of unclassified excavation for payment will be.based on the volume of soil and other materials in cubic yards removed by the Contractor to excavate the roadway to grade as determined.by cross sections prepared by the Engineer with quantities computed by means of average end areas and distances between these areas. Structure Excavation Excavation for drainage structures, pipes, or other bid items requiring excavation, will not be paid for as unclassified excavation. The Con- tractor shall include all costs of structure excavation in the unit or lump -sum price bid for the applicable structure or pipe. Structure Backfill Backfill at all structures, including trench backfill, shall hive 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. 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 subgrade material below the grading plane shall be compacted to a rela= tive compaction of not less than 95 %. Relative compaction of the top six inches of the Subgrade within the concrete. sidewalk (bike trail) and asphalt bike trail areas shall also be 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. �? 1 i Y _. �.1N- `, 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. G. Aggregate Base Aggregate base shall conform with untreated base materials, processed miscellaneous base per Sectior 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. California 205. Evaluation of gradation and sand equivalent test results shall conform to the provisions of Subsection 400 -1.4. The gradation and sand equiva- lent 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. - 10 - 0 • 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 5.8% asphalt content. Type III- C3- AR4000 with 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 2 -inch thick asphalt concrete for the asphalt bike trail 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 0.25 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 the Engineer and no additional com- pensation shall be allowed therefor. 3. Placement of Asphalt Concrete Overlays Placing of asphalt pavement overlays on existing pavement shall conform to Subsection 302 -5 of the Standard Specifications, and shall be Type III- C3- AR4000, finish course grade. Tack coat shall be applied to existing pavement and shall be Type SS -1h emulsified asphalt, or a.type to be specified by the Engineer in the field, and conform to Subsection 203 -3 of the Standard Specifications. 4. 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 Station 686 +50. No headers will be required along the bike trails. 5. Miscellaneous Asphalt Concrete All asphalt concrete required for aprons at miscellaneous overlays, drainage swales and trenches shall be Type III- C3- AR4000 finish placed in lifts not to exceed three inches - 11 - curb inlets, for resurfacing of course and shall be in compacted thickness. 0 } r 0 Measurement and Payment Measurement and payment for asphalt concrete shall be in accordance with Subsection 302 -5.8 of the Standard Specifications 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 pavement, overlay, or trench resurfacing, complete in place, and shall include all costs of furnishing and applying prime coat, tack coat, paint binder and radwood headers where required by the plans and these Special Provisions. 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 Test Method No. Requirements Sand Equivalent: Calif. 217 Individual Test 70 Min. Moving Average 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. - 12 - ,� � ,... .1� J. Storm Drains anfDrainage 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 and of the , ",A" -load specified herein at the Contractor's option. If the Contractor elects to-use asbesto- cement.pipe, the, "D" -load shall be 1.5 times that specified on the plans for reinforced con- crete pipe. All reinforced concrete pipe shall have 0 -ring rubber gasket bell and spigot joints satisfactory to the Engineer to pre- vent sand infiltration into the pipe. The Contractor shall indicate on his Proposal which type of pipe will be installed at his bid price. All reinforced concrete pipe and fittings shall be in accordance . with Section 207 -2 of the Standard Specifications and as specified herein. All asbestos - cement storm drain pipe and fittings shall be in accordance with Section 207 -6 of the Standard Specifications Storm drain pipe bedding shall conform to Class "C" bedding per City of Newport Beach Standard 316 -L. Backfill material in all pipe trenches above the bedding material and around associated structures shall be placed and compacted in accordance with Section 306 of the Standard Specifications. All costs incurred in the abandonment of existing storm drain facilities shall be included in the unit.prices bid for the new storm drain facilities and no additional compensation shall be allowed therefor. 2. Drainage Structures All drainage structures shall be constructed in accordance with the pertinent City Standard Drawings and details'shown on the plans. All curb inlets shall have a protection bar installed per CNB Std.- 300 -L. 3. Concrete Backfill Where shown on the plans, concrete backfill shall be placed over, and around the storm drain pipe in accordance with the detail shown on sheet 5 of the plans. Where pipes are laid parallel with 6 inches separation, the concrete backfill shall encompass both pipes and the space between. In this case, measurement and payment shall be on the basis of the length of one pipe only. Payment, per linear foot, shall be in addition to the contract price per foot of the pipe being encased. 4. Trenching and Backfill All excavations and trenches for the storm drain facilities shall be in conformance with Article 6 of Title 8 Division of Industrial Safety Orders. The classification of the soil material with respect to shoring is "Running Ground" per Section 1541(e) (s).:.. P 1 L J 0 i 0 Section 306 -1.3.6 of the Standard Specifications is hereby amended to require a minimum of 95% relative compaction of all trench backfill in all areas. The contractor shall densify by jetting and /or ponding supplemented as required with mechanical devices to comply with this special provision. It is the intent of this special provision that no trench backfill settlement will be allowed. 5. Measurement and Payment Payment for storm drain pipe will be made at the contract unit price per linear foot and shall include all costs of furnishing and installing pipe, trenching, bedding, pipelaying, backfill and compaction, the abandonment of existing storm drain pipe and structures, and all apputenant work, complete in place. The contract lump -sum or unit prices for the drainage structures 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, rounded entrances to outlet pipes, local depressions and all appurtenances, complete in place. K. Adjustment of Manholes to Finished Grade The Contractor shall adjust the existing manhole frame and covers to grade at the locations shown on the plans. Frame and covers shall be adjusted after finish course of asphaltic con- crete has been placed. In concrete areas, they shall be adjusted to grade prior to placement of the portland cement concrete. All manholes, water vaults, water valve boxes, water meter boxes, and similar items shall be adjusted to finished grade in a manner similar to that described in Subsection 302 -5.7 of the Standard Specifications. Payment shall be made on the basis of a count of sewer or similar type manhole frames and covers adjusted to finish grade by the Contractor. Minor items such as water meter boxes, street lighting or traffic signal boxes shall not be counted. L. Chain Link Fencing The Contractor shall furnish and install five feet high chain link fencing at the locations shown on the plan. All materials and installation shall be in accordance with Sections 206 -6 and 304 -3 of the Standard Specifications. Chain link fencing shall not have a top rail. M. Survey Monuments The Contractor shall furnish and install survey monuments in accordance with Standard Drawing 106 -L, Section 309 "Monuments" of the Standard Specifications and these Special Provisions at the locations shown on the plans. - 14 - 'I 0 0. All monuments shall conform to Standard Drawing 106 -L. The Contractor's Surveyor shall establish the proper location for frame and cover and the concrete monument complete with bronze crown. The Engineer will provide surveying services to punch the bronze disc and set straddle ties for each monument. Any monument misplaced to the extent that the punch mark does not fall within a 1A inch circle centered on the bronze disc shall be repositioned by the Contractor at his expense to the satisfaction of the Engineer. The contract unit price paid for survey monuments shall include full compensation for furnishing all labor, materials, tools, equipment,. and incidentals, and for doing all the work involved in furnishing and installing the monuments, complete in place, including excavating and backfilling holes, any required pavement replacement, and disposing of surplus excavated material, as shown on the plans and as.specified in the specifications and these special provisions, and as directed by the Engineer. Water Main Relocations All water main relocation shall be performed in accordance with the City's Standard Special Provisions and Specifications. The size and class shall be as shown on the plans. The Contractor shall be responsible for maintaining water service to the businesses and the residents affected by the work or for providing notices as specified in Section 16 hereof. Full service shall be maintained during the night hours, and temporary disruptions in water service during the day shall not exceed eight (8) hours. If precise field location of the existing water lines indicates that relocation can be avoided by minor field adjustment of the storm drain facilities, or that additional relocations are required, the lump sum bid price for this work shalt be adjusted accordingly. Full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all work involved in relocating the existing water lines, including excavation, backfill, thrust blocks and encasement, complete in place, to the satisfaction of the Engineer shall be considered as included in the lump sum contract price paid for relocating the existing water lines at three locations as shown on the plans. Concrete Steps The Contractor shall construct 684 +15 as shown on the plans. satisfaction of the Engineer. the concrete steps at Station All work shall be done to the Full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all work involved in constructing the concrete steps including excavation arfd backfill, complete in place, to the satisfaction of the Engineer shall be considered as included in the lump sum contract price paid for this item. 0 0 x P. 0 0 Traffic Signal Modifications SCOPE OF WORK The work to be done consists of modifying existing traffic signal and safety lighting facilities, and includes, but is not limited to, the following: At Location A - West Coast Highway at Prospect Street Removing and relocating or salvaging existing signal poles and indications, safety lighting, and illuminated street name sign, and providing and installing a new signal pole and mastarm, bicycle pushbuttons, and inductive loop and magnetometer detectors. At Location B - West Coast Highway at Orange Street Removing and relocating or salvaging existing signal poles and indications, safety lighting, and illuminated street name signs, and providing and installing new poles and indications, signal mastarm, conduit, bicycle pushbuttons, inductive loop and magnetometer detectors, and field conductors throughout. GUARANTEE The Contractor shall guarantee for a period of one _year, after acceptance of the work by the City Council, all materias- and workmanship against any defects whatsoever. Any such defects shall be repaired at the Contractor's expense. a. General The Contractor shall furnish to the Engineer such working drawings, data on materials and equipment, samples, and "As- Built" prints as are required for the proper control of the work including, but not limited to, those working drawings, data, samples, and "As- Built" prints specifically . required elsewhere in the specifications and in the drawings. All working drawings, data, and samples shall be subject to review by the Engineer for conformity with the drawings and specifications. b. Shop Drawings and Data Defined Working drawings include without limitation, shop detail drawings, fabrication drawings, falsework and formwork drawings, pipe layouts, steel - 16 - • r reinforcement, and similar classes of drawings. They shall contain all required detail,. and information in reasonable scale. Data on materials and equipment include, without limitation, materials and equipment lists, catalog data sheets, cuts, performance curves, diagrams, and similar descriptive lists. Materials and equipment lists shall give, for each item thereon, the name and location of the supplier or manufacturer, trade name, catalog reference, size, finish, and all other pertinent data. c. Review and Revision The Contractor shall furnish to the Engineer for review three prints of each shop drawing. The Contractor shall properly check and correct all working drawings and data before their submission, whether they are prepared within his own organization or by a subcontractor or supplier. The shop drawings shall be submitted at least 40 calendar days before drawings will be required for commencing the work. Within ten days of receipt of said prints, the Engineer will return one print of each drawing to the Contractor with his comments noted thereon. If the drawing is returned to the Contractor marked "NO EXCEPTIONS TAKEN ", a revision of said drawing will not be required, and the Contractor shall immediately submit four additional copies to the Engineer. If the drawing is returned to the Contractor marked "MAKE CORRECTIONS NOTED ", formal revision of said drawing will not be required, and the Contractor shall immediately submit five corrected copies to the Engineer. If the drawing is returned to the Contractor marked "AMEND AND RESUBMIT ", the Contractor shall revise said drawing and shall resubmit six copies of said revised drawing to the Engineer. If the drawing is returned to the Contractor marked "REJECTED - RESUBMIT ", the Contractor shall revise said drawing and shall resubmit three copies of said revised drawing to the Engineer, as in the case of an original submittal. Fabrication of an item shall not be commenced before the Engineer has reviewed the pertinent shop drawings and returned copies to the Contractor without rejection. Revision indicated on shop drawings shall be considered as changes necessary to meet the requirements of the contract plans and specifications and shall not be taken as the basis of claims for damages or extensions of time due to any delay resulting from making required revisions to shop drawings. The review of said drawings by the Engineer shall apply to general design only and shall in no way relieve the Contractor of responsibility for errors or omissions contained therein nor shall such review operate to waive or modify any provisions or requirements contained in these contract specifica- tions or on the contract drawings. d. As -Built Print The Contractor is required to submit to the Engineer "As- Built" prints prior to the City accepting the installations. The prints shalt 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 a. 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 plans, these special provisions, and the Standard Specifications and Standard Plans referenced herein. b. Reference Specifications and Standard Plans 1. Standard S ecifications - Except as modified herein, materials and nTlation sha conform to the California Standard Specifications, January, 1975. All references in this section to "Standard Specifications" shall be understood to be referenced to the California Standard Specifications. 2. Standard Plans - Except as modified herein, all references in this section to tandard Plans" shall be understood to be referenced to the California Standard Plans, March 1977. 3. Codes Ordinances and Re ulations - All electrical materials and equipment furnished and insta ea under this section shall conform to the referenced regulations 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. 4. If there is a conflict in methods of measurement between the City's Standard Specifications and the Californa Standard Specific- ations, the City's Standard Specifications shall take precedence. c. Description Furnishing, installing, and modifying traffic signals, lighting and sign illumination systems and payment therefor shall conform to the provisions in Section 86, "Signals and Lighting ", of the Standard Specifications. Traffic signal work is to be performed at the following locations: Location A - West Coast Highway at Prospect Street Location B - West Coast Highway at Orange Street d. 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 bid. No "extra work" will be allowed. - ! .! ,r Traffic signal system shutdown shall be limited to periods between the hours of 9:30 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. e. Salvaging Electrical Equipment Salvaging and 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. All salvaged materials shall be delivered to the City of Newport Beach Corporation. Yard, 592 Superior Avenue. f. 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. g. 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. h. 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 ". i. 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. 0 0 j_ Internally Illuminated Street Name Signs Installation of internally illuminated street name signs shall conform to these Special Provisions and shall be installed in accordance with City of Newport Beach Standard Drawing No. STD -911 -L included elsewhere herein. k. Detectors Detectors shall conform to the provisions in Section 86 -5, "Detectors ", of the Standard Specifications and these Special Provisions. Magnetometer detector sensor unit shall be provided with a time extension feature which shall extend the vehicle call for an adjustable period of time and shall be a Canoga Controls Corporation Proximeter 202 or approved equal. Separate control units need not be provided for each approach. 1. 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 in Section 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. New signal faces shall be provided with 12 inch sections. Lamps for new traffic signal units shall be provided by Contractor, and the cost of the lamps shall be included in the lump sum bid. m. Programmed Visibility Traffic Signal Heads Programmed visibility traffic signal heads shall conform to the pro- visions 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. n, Bicycle Push Buttons Bicycle push buttons shall conform to the provisions in Section 86 -5.020 "Pedestrian Push Buttons ", of the Standard Specifications and these Special Provisions. . When bicycle push buttons are installed on pedestrian push button posts, the button shalt 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. The instruction sign color shall be green background with white legend. The sign legend shall include the following: I. Bike symbol 2. Word message: "Push Button to Cross" 4. Appropriate arrow i 0 fY R= Ai*.- SOP manmAwtww i /N SECTION A -A C VI Cokk ILLUMINATED STREET MANS __. ' d � 'Y CPC F � -. .i' �' .... '�iin.i.. rfi Q. 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 present- able 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. R. State Bond and Inspection Requirements S. 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. The Contractor shall schedule the street and storm drain improvements on the northerly side of West Coast Highway between Orange and Colton Streets for construction after September 1, 1978. Traffic signal modification work may precede September 1, at the Contractor's option. Access to and from the parking area to West Coast Highway shall be maintained. To accomplish this, the Contractor may construct the driveway approach in two sections. -22- . • 0 0 APPENDIX I' *M 0 2V 0 FORM PMO.M.P -202 (REV. wm STATE OF CAIdFORNIA DEPARTMENT OF TRANSPORTATION City of Newport Be To Public Works Dept. 3300 Newport Blvd. Newport Beach, CA L Attn: Mr. Don Webb 0 ORA -002 -20,77 t '1M F�Lifu r:TTY CF ' � . Char, � , •� I No._777- E- 761854 - -I,oa- .Angeles_-, California March --- -- ------ 1s -78- In compliance with your request of ------------- 4GtQbe_r '_- 13, ----------- _--_I9_?7 --- and subject to all the terms, conditions and restrictions written below or printed as general or special provisions on any part of this form andlor attached hereto. PERMISSION is HEREBY GRANTED TO construct all of the necessary street improvements, storm drain facilities and traffic signal modifica- tion on West Coast Highway between 57th Street and the Santa Ana River Bridge, ORA- 001 - 20.77 +, as shown on the attached plans R- 5351 -S, Sheets 1 through 11 of 11 sheets, except that portion at Sta. 680 +15 to 681 +90 on Sheet 5 and detail "A" on Sheet 9, signed by the City Engineer dated 3- 23 -78. All work, within State R/W shall be in accordance with the Dept, of Transportation Standard Specifications dated Jan. 1978. Permittee shall ar: ^ange for a pre- construction meeting at the job site with the State Representative and all other interested persons to discuss general work requirements. All surface obstructions including the building at Sta, 681+00 shall be relocated before curb and gutter is constructed. The telephone booths at Sta. 662 +25 in front of the new driveway apron shall be relocated before the driveway is constructed. Traffic signal work shall be done in accordance with the State of California 1978 Specifications and attached Special Provisions. (CONTINUED) This permit is to be strictly construed and no work other than that specifically mentioned above is authorized hereby. This permit shall be void unless the work herein contemplated shall have been completed before, ---------- — Junes'- -- - --- -- -1978' AS: mfk cc LNBCH HTNBCH MEDINA MOTODA SIGN SHOP DEPARTMENT OF TRANSPORTATION R. J. D U. fir- --'- --------�p:" -- — � e Asst.~-- Pk.1 Pe It En¢Intn 0 • City of Newport Beach -2- 777 -E- 761854 The Permittee shall pay for any temporary wiring or service connections required to keep the signal system in effective operation during modification. Existin traffic signal systems on State highway shall b4kept 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 9:30 A.M. and 3:30 P.M. as directed by the State Inspector. The traffic signal systems 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, Ken Motoda, (213)620 -2206, of his intention to begin work at least three (3) working days in advance. Field wiring shall be as directed by the State Inspector. The signal and /or street light facilities shall be relocated prior to starting the road work in the area. Any turn -on of new signals or the shutdown of existing signals or any part thereof must be cleared and approved at least three (3) working days in advance with the Maintenance Traffic Signal Inspector. An "As Built" shall be sent to the District Traffic Branch upon completion of the work. Traffic shall be maintained in accordance with Sections 7 -1.08 and 7 -1.09 of the Standard Specifications.. A minimum lateral clearance of 5 feet shall be provided between the edge of excavations and adjacent traffic lanes. A minimum lateral clearance of 2 feet shall be provided between the edge of surfa ane. The Permittee shall be responsible for stripe removal and S orces will place new striping at the Permittee's expense. The Highway Superintendent, Sign Maintenance Shop, should be notified 72 hours in advance so that the necessary striping may be scheduled. No work shall be performed on Saturdays, Sundays, or holidays. 2(, City of Newporttach -3- Upon completion of work, Permittee shall and the work area shall be left in a nea condition under the direction and to the the State Representative in the field. • 777 -E- 761854 clean the highway t and presentable satisfaction of The Permittee's 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 Ri zing him to do this work and will be required to �` urse the Sta for all inspection costs incurred for the inspect'Y'o work performed in the State highway right of way. Special attention is directel to General Provisions 2, 3, 5 and 6 printed on this form. The attached SUBSTRUCTURES and SIGNAL sheets are part of this permit. SPECIAL TERMS AND CONDITIONS SUBSTRUCTURES TO BE ATTACHED AND MADE A PART OF ENCROACHMENT PERMIT NO._ 777 -E- 761854 A. Inspection Requirements 1. It is imperative that the Permittee notify 48 hours prior to starting any work under this Mr. A. Medina Phone pi4- X134 -8� n 7:30 - 9_A.M. _ or if no answer phon between :00 AM and :00 PM. the State Inspector at least permit. State Inspector between 2. All inspection costs incurred incidental to this work shall be borne by the Permittee unless otherwise specified on the face of the permit. All work shall.be performed on weekdays during the normal working hours 17-:30/4:00) of the Dept. of Transportation's inspector unless other times are specifically authorized. B. Specifications Unless otherwise detailed and authorized on the face of this permit, all work shall be done in accordance with the Dept. of Transportation Standard Speci- fications dated January 1973 to the satisfaction of the State representative and the following special provisions: 1. SAFETY AND TRAFFIC CONTROL: 4 A minimum of SEE PERMIT lanes shall be provided for traffic in each direction. In addition, minimum.clearance of two feet adjacent to any surface obstruction and a five -foot clearance between the excavation and the traveled way shall be maintained. Provision shall be made for barricades, lights, and flagmen to adequately protect the traveling public during construction operations in accordance with the "Manual of Warning Signs, Lights and Devices for Use in Performance of Work upon Highways ". When necessary for public safety, flagmen shall be on duty twenty -four hours a day at no expense to the State. When the permit authorizes installation by the open -cut method, not more than. one lane of the highway pavement shall be open -cut at any one time. After the pipe is placed in the open section, the trench is to be backfilled in accordance with specifications, permanent repairs made to the surfacing and that portion opened to traffic before the pavement is cut for the next section. 2. CONSTRUCTION REQUIREMENTS: Unless otherwise authorized, pipes and conduits shall be installed in a manner to provide a minimum clearance of 42- inches between the top of pipe and surface. P.C.C. pavement shall be scored to a depth of 1} inches by means of a concrete saw to provide a neat and straight pavement break along both sides of trench; also, provide an unfractured pavement Joint and rigid bonding of pavement replacement patch. A.C. pavement shall be scored as required above for P.C.C. pavement except where in the opinion of the State Inspector the pavement has been cut neat and straight along both sides of trench to provide an unfractured and level pavement Joint for bonding existing pavement and replacement patch. 7 -MP -13 JUL 74 Rev (over) in Repairs to P.C.C. pavement -_ all be made within 5 workin� days of completion of backfill and shall be made of Portland Cement Concrete containing a minimum of 7 sacks of cement per cubic yard. Replacement of P.C.C. pavement shall equal existing pavement thickness. The concrete shall be satisfactorily cured and protected from disturbance for not less than 48 hours. High early cement may be required at the discretion of the Dept. of Transportation repre- sentative. Repairs to A.C. pavements shall be made within 5 working days of completion of backfill and shall be made with asphaltic concrete meeting State speci- fications, with every effort made to match the existing pavement as to color and surface texture. Replacement of A.C. pavement shall equal existing pavement thickness but not less than 3 ". Rock base shall be required. Structural backfill within the existing or proposed roadbed area shall be com- pacted in horizontal layers not exceeding 8" in thickness using approved hand, pneumatic or mechanical type tampers to obtain a "relative compaction" of 95 percent using California Test Method 216F. Structural backfill outside of slope lines and not beneath any roadbed shall oe compacted to a relative compaction of 90 %. Backfill material shall have a "Sand Equivalent" value of not less than 20 as determined by the California Test Method 217F, if the excavation falls within the existing or proposed roadbed. Consolidation by ponding and jetting will permitted when, as determined by the engineer, the backfill mate- rial is of such character that it will be self- draining when compacted, and the foundation materials will not soften or be otherwise damaged by the applied water and no damage from hydrostatic pressure will result. PondIN and jetting Of the upper 4' below finished grade is not permitted. When pon% ng an e ng s perm e , ma er a or use as s rut u- iurraa backfill shall be placed and compacted in layers not exceeding 4' in thickness. Ponding and jetting T.., mett)ds shall be supplemented by the use of vibratory or other compaction equip- ment when necessary to obtain the required compaction. By accepting this permit, the Permittee agrees to pay all laboratory costs in conection with the necessary tests which may be required by the Dept. of Trans- portation engineer to determine the sand equivalent value of the backfill material or the trench backfill compaction. It is further understood that the frequency of such tests shall not exceed one test per 1500' of trench at elevations of not less than every 2' of backfill depth. Prior to starting the trench backfill, the Permittee shall make the necessary arrangements with the Dept. of Transportation or a private materials testing laboratory to conduct these tests. Repairs to asphalt shoulders shall be made with asphalt concrete to match the existing shoulder. Concrete sidewalks or curbs shall be cut to the nearest score marks and re- placed equal in dimensions to that removed with score marks matching existing score marks. When installation is to be made by boring or jacking under the traveled way, excavations on either side of the road shall be sufficiently distant from the edge of pavement to insure pavement stability and minimum obstruction to traffic as determined by the State's representative. If considered necessary by the state's representative, 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. Service connections must be installed at an angle of 90 degrees from the center line of the State highway which the main line traverses. . 21 0 0 "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 excluded 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 A. Office of the Secretary, Part 210 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." 3(� . . i 0 GENERAL PROVISIONS 1. Definition. This permit is issued under Chapter 3 of Division 1 of the Streets and Highways Code. The term encroachment is used in this permit as defined in the said Chapter 3 of said code. Except as otherwise provided for public agencies and franchise holders, this permit is revocable on five days notice. 2. Acceptance of Provisions. It is understood and agreed by the Permittee that the doing of any work under this permit shall constitute an acceptance of the provisions. 3. No Precedent Established. This permit is granted with the understanding that this action is not to be eonside d as establishing an), precedent on the question of the expediency of permitting any certain kind of encroachment to be erected within right of way of State highways. 4. Noble Prior to Starting Work. Before starting work the Permitter shall notify the District Director of Trans - portation or other designated empbyee 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 Grantor's inspector. 5. Keep Permit on the Work. This permit shall be kept at the site of the work and must be shown to any repre. sentative of the Grantor or any law enforcement officer on demand. 0. Permits from 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 consents obtained. 7. Protection of Traffic. Adequate provision shall be made for the protection of the traveling public. Barricades shall be placed with amber fights at night, also flagmen employed, all as may be required by the grantor for the particular work in progress. 8. Minimum Interference With Traffic. All work shall Ix ,tanned and carried out so that them will be the least possible 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 way or within the shoulder line where the shoulders are wider than eight feet. No supplies or equipment shall be stored on the highway until permitter is ready to start work. 10. Clean Up Right of Way. Upon completion of the work, all brush, timber, scraps and material shall be entirely removed 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. Future Mooing of fnsioliution. 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, be removed or revised at the sole expense of the Permittee within five days of such notice. . 14. Expense 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. is' Liability for Damages. The Permittce 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 California, or any department, officer, 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 oak% and until the abovanamed Permittce files with the Grantor, a surety bond in the fomr and amount required by said Grantor, unless specifically exempted on the face hereof. The requirement that n bond be filed does not apply in the event the Permitter is a governmental board which derives its revenue by taxation. 18. 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 payments to laborers, inspectors, etc., employed by said Grantor for or on account of the work herein contemplated, shall be made by said Permitter forthwith on receipt of written orders, payrolls or vOnchers approved by Grantor. Or the Grantor may elect to require a deposit before starting repairs, In an amount sufficient to 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 Permittee shall make such repairs promptly. In every case the Permitter shall be responsible for restoring any pnthan of the highway which has been excavated or otherwise disturbed o its former condition as nearly as may be possible except where the Grantor elects to make repairs w above provided in this pamgmph and except where provision to the contrary is made in the written portion of the permit. Existing improvements shall be protected or relocated as required by work authorized this permit. If existing improvements are damaged or their operation impaired by this work, they shall be replaced or restored to the satisfaction of the Grantor. . . 17. Care 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. Submit Location Plan. Upon completion of underground or surface work of consequence, the Permittx shall furpish plan to the Grantor'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 inspecting for and immediately repairin grid making good any injury m any portion of the highway which occurs as a result of the maintenance of the ancroac�ment in the highway or as a result of the work done under this permit, including any and all injury to the highway which world not have occurred had such work not been done or such encroachment rat placed therein PIPES, CONDUITS, GAS PUMPS, ETC. 20. Crossing Roadumy. 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 es may be specified. 22. Tunneling. No tunneling will be permitted except on major work as maybe specifically set forth on the face hereof. 23. Depth of Pipes. There shall be a minimum of 30 inches of cover over all pipes or conduits. 24. Backfilling. All backfilling is to be moistened as necessary and thoroughly compacted to required dry density per cubic feet Whenever required by the Grantor, a trench crossing the roadway shall be baekfilled with gravel or crushed took. r 31 . • • 25. Surfacing. 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 Roaduwy. Pipes 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 cleamnces and type of construction shall be in accordance with the applicable orders of the Public Utilities Commission of the State of California. 30. Permission from Property Owners. Whenever necessary to secure pemdssion 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 followed at the option of the pole line company, with provision to ultimately c ear a 40 -foot tree. 32. Guy Wires. No guy wires arc to be attached to trees except on specific authority and in no event shall they be so 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 w 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 .j be 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 be placed. Wood strips are to be Douglas fir 1" x 3 0--S' long placed on 6" centers about the base of pole and painted with white lead and oil or aluminum paint. If metal strips arc used such strips may be placed either vertically or horizontally. Paint is to be renewed w often as may be required to 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 be final in this regard. 35. Remove Old Pales, 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 koation 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 my 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. 38. Group Planting. The cost of group plantings and similar special work which may be agreed upon with the Grantor shall be home by the Permittee. 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 pulverize] 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 must be preserved. 42. Inspection. If the permit requires inspection by the Grantor during progress of the work the cost of inspection . shall be 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 previsions 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. 48. Meet Elighrvay 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 permit for the full roadway and shoulder width. YT. ru. nan.ao wa 0a A M. 0 Y 3? • MAINTENANCE - PERICTS 0 SP?.CIAL PROVISIONS FOR ENCROACHMENT PERMIT NO. 777 -E- 761854 HIGHWAY FACILITIES: THE PERMITTEE SHALT NOTIFY THE DIVISIOX CF EIGHWAYS' SIGNAL LABORATORY AT 213-723-1373, AT LEAST 72 HOURS IN ADVANCE OF ANY EXCAVATION WITHIN 500' 017A SIGNALIZED INTERS3CTION OR IN THE VICINITY OF STATE LIGHTING FACILITIES. THE PERMITTEE AND /OR HIS CONTRACTOR ASSUME THE RESPONSIBILITY FOR THE PAYMENT OF ALL COSTS INCURRED BY THE STATE IN REPAIRING FACILITIES DAMAGED DURING CONSTRUCTION. REQUESTS FOR RELOCATION OF FACILITIES FOR THE CONTRACTOR'S CONVENIENCE MUST BE MADE IN WRITING WITH THE CONTRACTOR ASSUMING COSTS. �r'� 66 33 t CITY OF NEWPORT BEACH CERTIFICATE OF INSURANCE FOR CONTRACT WORK CONTRACT NO. 1927 This is to certify that the Company named below has issued to the Named Insured the policy of comprehensive liability insurance identified herein, hereinafter referred to as "Policy ",and endorsed said Policy as follows to assure compliance by the Named Insured with the insurance require- ments of the Contract executed by the Named Insured and the City of Newport Beach (hereinafter, "City "). 1. The combined single limit for Comprehensive Liability (bodily injury or death, or property damage) is not less than $500,000 each occur- rence, $500,000 aggregate protective and contractual, $1,000,000 aggregate products. 2. Neither the Policy nor this Endorsement shall be cancelled or materially changed until thirty (30) days after receipt by City of written notice of such cancellaLi:- nr change by registered mail, addressed as follows: City of Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, California 92663. 3. The City of Newport Beach, County of Orange, State of California, and Robert T. Bein, William Frost & Associates, their officers and employees are hereby declared to be additional named insureds in the policy described insofar as they may be held liable for injuries, death or damage to property arising out of or in connection with the contract exe- cuted by the named insured and the City. It is further agreed that this policy shall be primary and non - contributing with any other insurance avail- able to the City of Newport Beach, and includes a severability of interest clause. 4. Contractual liability coverage applicable to the contract referred to above, including the obligation to defend City is included. 5. Exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards) are deleted, where applicable. 6. The Policy provides coverage for, but is not limited to: Owned, Non -Owned and Hired Automobile; Products Liability - Completed Opera- tions; Premises- Operations; Contractors Protective Liability; Marine or Aviation (when applicable); and Property Damage. This Endorsle�� is effective when signed by an Authorized Representatii➢► o YY '.�1 Name o Insurance Company and when igo CMsk11 b evalid aand form part of Policy No. insuring expiring NAME OF AGENT ADDRESS - AGENT IMPORTANT: This is the only evidence of insurance acceptable to the City. The person executing this Certificate is cautioned to make certain that he has authority to execute this Certificate on behalf of the Insurance Company. i By tke CITY C&. RESOLUTION NO. 9 37 q A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT BETWEEN THE CITY OF NEWPORT BEACH AND CLARKE CONTRACTING CORPO- RATION FOR WEST COAST HIGHWAY IMPROVEMENTS FROM 57TH STREET TO THE SANTA ANA RIVER, CONTRACT NO. 1927 WHEREAS, pursuant to the notice inviting bids for work in connection with West Coast Highway improvements from 57th Street to the Santa Ana River, in accordance with the plans and specifications heretofore adopted, bids were received on the 31st day of May,!1978, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is CLARKE CONTRACTING CORPORATION; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Clarke Contracting Corporation for West Coast Highway improvements from 57th Street to the Santa Ana River in the amount of $606,679.50 be accepted, and that the contract for the described work be awarded to said r bidder; F ` r 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 12th day of June 1978. Mayor DDO /kb 6/5/78