Loading...
HomeMy WebLinkAboutC-2119 - Superior Avenue widening at Pacific Coast HighwayCITY OF NEWPORT BEACH May 22, 1985 OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Griffith Company 2020 Yale Santa Ana, CA 92704 (714) 644 -3005 Subject: Surety: United Pacific Insurance Company Bonds No.: 1145 89 96 Contract No.: C -2119 Project: Street Improvements Superior Avenue at West Coast Highway Attn: James D. Waltze The City Council on April 22, 1985 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 the Notice has been recorded. The Notice was recorded by the Orange County Recorder on April 26, 1985, Reference No. 85- 149779. Please notify your surety company that the bonds may be released 35 days after this date. Sincerely, Wanda E. Raggio City Clerk WER:pm cc: Public Works 3300 Newport Boulevard, Newport Beach ,PLEASE RETU J9 T-3 O s City Clerk City of Newp 4 Beach 3300 Newport Blvd. EXEMPT Newport Beach, CA 92663 -3884 C13 �- \q l, NO'T'ICE. OF COMPLETION r, PUBLIC WORKS I o All Laborers and Material Men and to Every Other Person Interestelt,11 YOU WILL PLEASE TAKE NOTICE that on April 22, 1985 the Public Works project consisting of Street Improvements Superior Avenue nat_� West Coast Hiqhway (C -2119) on which Griffith Company, 2020 Yale, Santa Ana, CA 92704 was the contractor, and United Pacific Insurance Company, 443 So. Shatto Place, _ was the surety, was completed LoS Angeles, CA 90OZO VERIFICATION I, the undersigned, say: CIT,Yq OF NEWPORT BFACH 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 April 23, 1985 at Newport Beach, California. aw-Aminon-1 Je Public {orks 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 April 22, 1985 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 RECORDED IN O"UTA� ��........_ OF ORANGE COUNTY CALIFORNIA .2 1§ PM APR Z 6'85 Q y ® RECORDER April 23, 1985 at Newport Beach, California. i City Clerk ! 4 CITY OF NEWPORT BEACH April 24, 1985 OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Lee A. Branch County Recorder P.O. Box 238 Santa Ana, CA 92702 Dear Mr. Branch: (714) 644 -3005 Attached for recordation is Notice of Completion of Public Works project consisting of Street Improvements Superior Avenue at West Coast Highway, Contract No. 2119 on which Griffith Company was the Contractor and United Pacific Insurance Company was the Surety. Please record and return to us. Sincerely, Wanda E. Raggio r City Clerk WER:pm Attachment cc: Public Works J�+ ' 3300 Newport Boulevard, Newport Beach b CITY OF NEWPORT BEACH P.U. BOX 1768, NEWPORT BEACH, CA 926633884 OFFICE OF THE CITY CLERK (714) 640 -2251 TO: FINANCE DIRECTOR PUBLIC WORKS FROM: CITY CLERK DATE: July 7, 1983 SUBJECT: Contract No. C -2119 Description of Contract Street Improvements Superior Avenue at West Coast Highway Effective date of Contract July 7. 1983 Authorized by Minute Action, approved on June 13, 1983 Contract with Griffith Company Address 2020 Yale Santa Ana, CA 92704 Amount of Contract $929,197.33 kalw& F d*4&wcolt' Wanda E. Andersen City Clerk WEA:Ir attach. 3300 Newport Boulevard, Newport Beach (3f) • • TO: CITY COUNCIL FROM: Public Works Department C7 BY TFE CITY COUNCIL CITY OF NEWPORT LEACH APR 22 i935 APPPOWD SUBJECT: ACCEPTANCE OF SUPERIOR AVENUE REALIGNMENT (C -2119) RECOMMENDATIONS: April 22, 1985 CITY COUNCIL AGENDA ITEM NO. F -18 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: The contract for the realignment of Superior Avenue between Coast Highway and Ticonderoga Drive has been completed to the satisfaction of the Public Works Department. The bid price was: Amount of unit price items constructed Amount of change orders: Total Contract Cost: Funding for the project was obtained from: County Arterial Highway Funds City Gas Tax Funds City Water Fund Hughes Aircraft Costa Mesa Sanitary District Twenty Change Orders were issued. $ 927,197.33 942,680.37 73,890.84 1,016,571.21 30% 45% 5% 15% 5% The first, in the amount of $2,660.56, provided for lowering of the existing water main in Superior Avenue to accommodate the new grade. The second, third and fifteenth, in the amount of $17,032.25, provided for control of ground water, the extent of which had not been indicated in the • soil borings. The fourth and seventeenth, in the amount of $3,950.94, provided for removal of portions of the old concrete pavement under the existing Coast Highway. The fifth, sixth, ninth and twelfth, in the amount of $6,613.04, pro- vided for locating, working around and adjustment to grade of OCSD facilities, the exact locations of which were not known. April 22, 1985 Subject: ACCEPTANCE OF SUPERIOR AVENUE REALIGNMENT (C -2119) Page 2 • The seventh and sixteenth, in the amount of $13,131.30 provided for construction of an embankment fill for a future bicycle trail bridge across Superior Avenue and resurfacing of a portion of the existing trail. The eighth, in the amount of $2,150.00, provided for construction of a splash wall along the drainage ditch above the Coast Highway intersection. The tenth, in the amount of $375.42, provided for construction of an additional length of retaining /planter wall adjacent to Newport Crest. The eleventh, eighteenth, and nineteenth, in the amount of $7,775.41, provided for a temporary power connection for the street lights during construc- tion of Phase II, Caltrans- requested modification of the signal heads and striping at the Coast Highway intersection, and replacement of the existing street light wiring also at the Coast Highway intersection. The thirteenth, in the amount of $639.40, provided for removal of two traffic islands in Balboa Boulevard at Coast Highway to accommodate the new • Superior Avenue alignment. The fourteenth, in the amount of $926.90, provided for lowering of an existing sewer manhole in Placentia Avenue as a part of the resurfacing portion of the contract. The twentieth, in the amount of $18,635.62, provided for soil testing for agricultural suitability, a special salt- tolerant seed mix and two months of watering in an effort to establish erosion control planting on the cut slopes. (Additional investigation into possible planting methods for the slopes is being conducted. These slopes have an extremely high salt content, and planting efforts to date have been unsuccessful.) The contractor is Griffith Company of Santa Ana, California. The contract date of completion was January 13, 1984. The contractor was delayed 59 working days due to rain and wet ground, 60 additional days due to utility relocation work, and 33 days for extra work. The work was completed on Benjamin B. Nolan Public Works Director GPD:kf June 13, 1984. CORROON & $LACK INSURANCE SERVICES • 3600 Wilshire Blvd., Los Angeles, California 90010 (213) 386 -2360 June 27, 1983 Enclosed Certificates of Insurance are being sent at the request of our insured. Please contact us direct if you require any changes in these Certificates. Lorraine Croteau CERTIFICATE OF INSURANCE Page 13 AFFORDING City of Newport Beach 3300 Newport Boulevard Company A Newport Beach, CA 92663 Letter Company B NAME AND ADDRESS OF INSURED Letter Company C Griffith Ccnpany Letter uompany D 9.020 Yale Street Letter uompany E Santa Ana, CA 92704 Letter 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, including attached endorsement(s). NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the - Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by ,-l/ registered nail, attention: Public Works Department. By: Agency: Corroon & Black Insurance Services Authorized Representative June 27, 1983 Date Issued Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: Project Title and Contract Number NOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. Policy LIMITS OF LIACILITY IN THOUSAND 000 COMPANY TYPES OF INSURANCE Policy Exp. g. ro ucts/ LETTER COVERAGE REQUIRED No. Date Each Completed Occurrence Operations GENERAL LIABILITY Bodily Injury $ $ x Comprehensive Form x Premises - Operations Property Damage $ $ x Explosion & Collapse Hazard x Underground Hazard GL42- 7/1/84 A x Products /Completed Operations 0783- Bodily Injury Hazard 17084 and Property x Contractual Insurance Damage Combined $ 500, $ 500, x Broad Form Property. Damage x Independent Contractors x Personal Injury Marine Personal Injury $ 500, Aviation AUTOMOTIVE LIABILITY Q Comprehensive Form BA42- 7/1/84 Bodily Injury $ A 0783- (Each Person Bo i y Injury Owned 17084 $ (Each Occurrence 0 Hired Pro ert Dama e / Body y Injury and n Non -owned Property Damage Combined $ 500, EXCESS LIABILITY B ® Umbrella Form CNU 7/1/84 Bodily Injury ❑ Other than Umbrella Form 002537 and Property Combined $ $ Damage 2,000, 2,000, WORKERS' COMPENSATION WR42- 7/1/84 1 Statutory Accident) A EMPLOYERr'S LIABILITY 0783 16272 1 NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the - Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by ,-l/ registered nail, attention: Public Works Department. By: Agency: Corroon & Black Insurance Services Authorized Representative June 27, 1983 Date Issued Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: Project Title and Contract Number NOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. • Page 15 CITY OF NEWPORT BEACH COMPREHENSIVE GENERAL LAIBILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Comprehensive General Liability, the City of Newport Beach, the County of Orange, the State of California and Williamson and Schmid; their officers and employees are additional insureds, but only with respect to liability arising out of operations performed by or on behalf of the named insured in connection with the contract designated below or acts and omis- sions of the City of Newport Beach in connection with its general supervision of such operations. The insurance afforded said additional named insureds shall apply as primary insurance and no other insurance maintained by the additional named insureds will be called upon to contribute w 0 insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such 'insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision contained in the written contract, designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU" hazards) are deleted. 5. The limits of liability under this endorsement for the additional insureds named in paragraph 1 of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability $ each occurrence Property Damage Liability $ each occurrence (X) Single Limit Bodily Injury Liability $ 500,000. each occurrence and Property Damage Liability Combined The applicable limit of the Insurance Company's liability for the insurance afforded for contractual liability shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insureds. The limits of liability as stated in this endorsement shall not increase the total liability of the Insurance Company for all damages as the result of any one occur- rence in excess of the limits of liability stated in the policy as applicable to Comprehensive General Liability Insurance. 6. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. Street improvements Superior Avenue at West Coast Highway 7. Designated Contract: Contract No. 2119 Project Title and Contract No. This endorsement is effective 7/1/83 12:01 A.M. and forms a part of Policy No. GL42- 0783 -17084 Named Insured Griffith Comfy Endorsement No. Name of Insurance Company Western arployers_Tnsurance Compar* By Authorized Reprfesentative Page 14 CITY OF NEWPORT BEACH AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Bodily Injury and Property Damage Liability, the City of Newport Beach, the County of Orange, the State of California, and Williamson and Schmid, their officers and employees are additional insureds, but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said auditiottal insureds does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional in- sured, or (3) operated by an additional insured. The insurance afforded the addi- tional named insureds shall apply as primary insurance and no other insurance maintained by the additional named insureds will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The limits of liability under this endorsement for the additional insureds named in paragraph 1 of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability $ each occurrence Property Damage Liability $ each occurrence (x) Single Limit Bodily Injury Liability $ 500,000. each occurrence and Property Damage Liability Combined The limits of liability as stated in paragraph 3 of this endorsement shall not in- crease the total liability of the Insurance Company for all damages as the result of any one accident or occurrence in excess of the limits of liability stated in the policy as applicable to Automobile Liability Insurance. 4. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. Street iaprovenients Superior Avenue at West Coast Highway 5. Designated Contract: Contract No. 211c) Project Title and Contract No. This endorsement is effective 7/i/83 at 12:01 A.M. and forms a part of Policy No.gn49 —n Ri"17nRd - Named Insured Griffith CoMpany Endorsement No. Name of Insurance Company By _✓ i itho ized Representative CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 unti12 :30 P.M. on the 1st day of June , 1983, at which time such bids shall be opened and read or STREET IMPROVEMENTS SUPERIOR AVENUE AT WEST COAST HIGHWAY Title of Project 2119 Contract No. $1,523,200 Engineer's Estimate Approved by the City Council this 9th day of May , 1983 �d122�/ Wanda E. Andersen City Clerk Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663. For further information, call John Wolter at 640 -2281. Project Engineer CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SUPERIOR AVENUE REALIGNMENT X1111 7t IT404I&1 ADDENDUM NO. 1 May 25, 1983 NOTICE TO BIDDERS: BIDDERS shall propose to complete Contract No. 2119 in accordance with the contract documents, the Proposal, the Specifications, and the CalTrans Encroach- ment Permit No. 782 - NMC - 5017. A copy of the Encroachment Permit is attached to this addendum. Please execute and date Addendum No. 1 and attach it to your bid proposal. No bid proposal will be accepted without Addendum No. 1 being executed and attached hereto. John Wolter Project Engineer I have carefully examined Addendum No. 1 and hereby consent to it being made a part of our proposal. Date June 1, 1983 Griffith Com an Bidder's Name S James D. Waltze Vice - President Authorized Signature 2020 Yale Santa Ana CA 92704 (714) 549 -2291 (Bidder's Address (Telephone No.} CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SUPERIOR AVENUE REALIGNMENT CONTRACT 2119 ADDENDUM NO. 2 May 27, 1983 NOTICE TO BIDDERS: Please be advised that the following changes have been made to the Special Provisions for Contract No. 2119: Section 24.26, TRAFFIC SIGNAL AND SAFETY LIGHTING FACILITIES, pages 37 and 43: Delete the first sentence of paragraph C. (Description) and add the following sentence: "Furnish and install traffic signals, s illumination in accordance with Section of the Standard Specifications with the "maintaining electrical systems" during struction is to be included in the lump tion of the traffic signal." ifety lighting, and sign 86, "Signals and Lighting" exception that payment for the various phases of con - sum price bid for construc- Delete the second sentence of paragraph V. (Payment) and add the following sentence: "The lump sum bid price shall be full compensation for all labor, materials, equipment and incidentals to maintain electrical systems during construction and to provide a complete functioning traffic signal system." Please execute and date Addendum No. 2 and attach it to your bid proposal. No bid proposal will be accepted without Addendum No. 2 being executed and attached hereto. ;John Wolter Project Engineer I have carefully examined Addendum No. 2 and hereby consent to its being made a part of our proposal. Date June 1, 1983 Telephone No. (714) 549 -2291 Bidders Name -7 rP-PrPqiHAAt Authorized Signature 2020 Yale anta i er s Sress Ana CA 9 4 CITY OF NEWPORT BEAU PUBLIC WORKS DEPARTMEW STREET IMPROVEMENTS SUPERIOR AVENUE AT WEST COAST HIGHWAY CONTRACT NO. 2119 AHFP NOS. 1044 & 1067 PROPOSAL TO THE HONORABLE CITY COUNCIL City of Newport Beach 3300 Newport Boulevard P. O. Box 1768 Newport Beach, California 92663 -3884 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 2119 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: Item Estimated Item Description With Lump Sum Unit Total No. Qty. dt Unit or Unit Price Written in Words Price Price 1 Clearing and grubbing, including Lump Sum removal and disposal of AC pavement, AC berm, concrete curb and gutter and concrete pavement removal and disposal; barricade removal and disposal, and regrading of earth channel - Forty -five thousand at five hundred Dollars and No Cents $ 45,500.00 $ 45,500.00 Per Lump Sum 2. 1 Traffic control per Sheets 22 through Lump Sum 26 of Improvement Plans and Section 18 of the Special Provisions - Nineteen at thousand five hundre4bollars and No Cents $ 19,500.00 $ 19,500.00 Per Lump Sum PR 1. 1 Item Estimated Item Description With Lump Sum • No. Qty. do Unit or Unit Price Written in Words 3. 160,000 Unclassified excavation and backfill CY including asphalt concrete and aggregate removal of unsuitable material excavation and disposal of surplus material at No Dollars and Ninety -five Cents Per Cubic Yard 4. 1 Guard underground construction Lump Sum One thousand at six hundred Dollars and No Cents Per Lump Sum 5. 9,891 Construct 1.2 foot aggregate base Tons section including prime coat, complete in place, at Seven Dollars and Thirty -eight Cents Per Ton 6. 2,504 Construct 0.40 foot asphalt concrete Tons section including tack coat, complete in place, at Twenty -eight Dollars and Cents M Per Ton 7. 1,091 Construct 0.55 foot asphalt concrete Tons section including tack coat, complete in place, at Twen y -eight Dollars and fifty -five Cents Per Ton 8. 688 Construct variable thickness asphalt Tons concrete overlay including tack coat, complete in place, at Twent.y eight Dollars and fift' - five Cents Per Ton PR 1.2 Unit Total Price Price 0.95 $152,000.00 $ 1,600.00 $ 1,600.00 $ 7.38 $72,995.58 $ 28.55 $71,489.20 $ 28.55 $31.148.05 Item Estimated Item Description With Lump Sum Unit Total No. Qty. do Unit or Unit Price Written in Words Price Price 9. 2,575 Construct 1 -1/2" asphalt Tons concrete overlay including tack coat, complete in place, at Twenty -five Dollars and ninety Cents $ 25.90 $ 66,692.50 Per Ton 10. 30 Construct 1.0 foot full -depth asphalt Tons concrete section including tack coat, complete in place, at Seventy -eight Dollars and Forty -five Cents $ 78.45 $ 2,353.50 Per Ton 11. 38,948 Cold plane existing asphalt concrete SF including disposal at No Dollars and Sixteen Cents $ 0.16 $ 6,231.68 Per Square Foot 12. 268 Construct miscellaneous asphalt Tons concrete on compacted native (driveways, bike lane, ramps) complete in place at Forty Dollars and No Cents $ an $ 10,720.00 Per Ton �°�n°n °— 13. 104 Construct asphalt concrete curb LF Type "E" per City of Newport Beach Std. 183 -L, including tack coat, complete in place at Two Dollars and Ten Cents $ 2.10 $ 218.40 Per Linear Foot 14. 1,361 Construct asphalt concrete dike LF Type "B" per Cal Trans Std. A -73 including tack coat, complete in place at Twn Dollars and �E Cents $ 2 in $ 2,858.10 Per Linear Foot PR 1.3 Item Estimated Item Description With Lump Sum Unit Total No. Qty. do Unit or Unit Price Written in Words Price Price 15. 2,732 Construct PCC curb and gutter LF Type "A" (8" CF) per City of Newport Beach Std. 182 -L at Six Dollars and Eighty -two Cents $ 6.82 $ 18,632.24 Per Linear Foot 16. 1,781 Construct PCC curb and gutter LF Type "C" (6" CF) per City of Newport Beach Std. 183 -L at Six Dollars and Thirty -two Cents $ 6.32 $ 11,255.92 Per Linear Foot 17. 22,243 Construct PCC sidewalk per City of SF Newport Beach Std. 180 -L at One Dollars and en-four Cents Twty $ 1,24 $ 27.581.32 Per Square Foot 18. 1,893 Construct PCC landings and curb SF access ramps, including 4 -inch sand base per Cal Trans Std. N8B at One Dollars and Fnrty -eight Cents $ 1.48 $ 2,801.64 Per Square Foot 19. 865 Construct PCC residential driveway SF approach Type II per City of Newport Beach Std. 163 -L and 4 -inch PCC driveway at Station 21 +92.50 (Superior) at One Dollars and Fifty Cents $ 1.50 $ 1,297.50 Per Square Foot 20. 200 Construct PCC approach Type I per SF City of Newport Beach Std. 162 -L at Station 19 +89.00 (Superior) at One Dollars and Fifty Cents $ 1.50 $ 300.00 Per Square Foot PR 1.4 Item Estimated Item Description With Lump Sum Unit Total No. Qty. dr Unit or Unit Price Written in Words Price Price 21. 461 Construct block retaining wall SF including excavation, footings, backfill, stucco and perforated drain, complete in place at Seventeen Dollars and Thirty -three Cents $ 17.33 $ 7,989.13 Per Square Foot 22. 13,097 Construct 4 -inch PCC patterned median SF pavement, per Section 24.13 of the Special Provisions, at Two Dollars and Sixteen Cents Per Square Foot 23. 524 Construct PCC median barrier Type 50 LF per CalTrans Std. A -75 -A, complete in place, at Thirty -three Dollars and No Cents Per Linear Foot $ 2.16 $28,289.52 33.00 517,292.00 24. 4 Construct survey monument per City EA of Newport Beach Std. 116 -L at Two hundred thirty Dollars and No Cents $ 230.00 $ 920.00 Per Each 25. 1 Set spike and washer per City EA of Newport Beach Std. 116 -L at One Hundred Five Dollars and No Cents $ 105.00 $ 105.00 Per Each 26. 2 Adjust existing survey monument EA frame and cover to grade per City of Newport Beach Std. 116 -L at Twn hundred ten Dollars and Nn Cents Per Each PR 1.5 $ 210.00 $ 420.00 Item Estimated Item Description With Lump Sum Unit Total No. Qty. & Unit or Unit Price Written in Words Price Price 27. 160 Construct 8 -inch PVC Schedule 40 LF sleeve, complete in place, at Eleven Dollars and Forty -five Cents $ 11.45 $ 1,832.00 Per Linear Foot 28. 1 Remove water main including valve, Lump Sum fittings, and plugs One Thousand at One hundred Dolla�s and No Cents $ 1,100.00 $ 1,100.00 Per Lump Sum 29. 1 Remove fire hydrant assembly Lump Sum including valve, at Four hundred Dollars and No Cents $ 400.00 $ 400.00 Per Lump Sum 30. 1 Install fire hydrant assembly EA per City of Newport Beach Std. 500 -L, complete in place One Thousand at Nine hundred twenty- Dollars five and No Cents $ 1,925.00 $ 1,925.00 Per Each 31. 270 Construct 12 -inch ACP main including L F all fittings, thrust blocks and plug at Twenty -five Dollars and No Cents $ 25.00 $ 6,750.00 Per Linear Foot 32. 2 Install 12 -inch gate valve per City EA of Newport Beach Std. 508 -L, complete in place, One at Thousand Eight, Dollars and No Cents $ 1,080.00 $ 2,160.00 Per Each PR 1.6 Item Estimated Item Description With Lump Sum Unit Total No. Qty. $ Unit or Unit Price Written in Words Price Price 33. 1 Install air and vacuum release EA assembly per City of Newport Beach Std. 515 -L, complete in place, One Thousand at Two Hundred Fifty Dollars and No Cents $ 1,250.00 $ 1,250.00 Per Each 34. 1 Lower fire hydrant assembly per Lump Sum City of Newport Beach Std. 500 -L, complete in place, at Seven hundred thirty Dollars and No Cents Per Lump Sum 35. 38 Adjust water valve cover assembly EA per City of Newport Beach Std. 511 -L, at One hundred ten Dollars and No Cents Per Each $ 730.00 $ 730.00 $ 110.00 $ 4,180.00 36. 1 Install 1 -inch water service per EA City of Newport Beach Std. 502 -L, at Three hundred thirty Dollars and No Cents $ 330.00 $ 330.00 Per Each 37. 820 Construct 1 -inch PVC Schedule 40 LF irrigation line, complete in place at One Dollars and Twen y -five Cents $ 1.25 $ 1,025.00 Per Linear Foot 38. 1 Modify fence gate at Station 31 +92.50 Lump Sum (Superior), complete in place, at Five hundred twenty Dollars and Nn Cents $ 520.00 $ 520.00 Per Lump Sum PR 1.7 Item Estimated Item Description With Lump Sum Unit Total No. Qty. do Unit or Unit Price Written in Words Price Price 39. 1 Reconstruct iron fence including Lump Sum pilasters to match existing, including necessary modifications, complete in place, Two thousand at five hundred Dollars and No Cents $ 2,500.00 $ 2,500.00 Per Lump Sum 40. 37 Construct 12 -inch VCP sewer LF including excavation, bedding, and backfill, complete in place at Twenty -five Dollars and No Cents $ 25.00 $ 925.00 Per Linear Foot 41. 443 Construct 10 -inch VCP sewer LF including excavation, bedding, and backfill, complete in place at Nineteen Dollars and Seventy -five Cents $ 19.75 $ 8,749.25 Per Linear Foot 42. 770 Construct 8 -inch VCP sewer LF including excavation, bedding, and backfill, complete in place at Fifteen Dollars and Sixty Cents $ 15.60 $ 12,012.00 Per Linear Foot PR 1.8 Item Estimated Item Description With Lump Sum Unit Total No. Qty. & Unit or Unit Price Written in Words Price Price 43. 7 Construct precast 48 -inch I.D. EA manhole, complete in place at One thousand one Dollars hundred forty and No Cents $ 1,140.00 $ 7,980.00 Per Each 44. 33 Construct concrete encasement LF complete in place at Twenty-two Dollars and Ninety Cents $ 22,90 $ 755.70 Per— Linear Foot 45. 27 Adjust manhole to grade per City EA of Newport Beach Std. 111 -L, complete in place at One hundred sixty Dollars and No Cents $ 160.00 $ 4,320.00 Per Each 46. 3 Core drill and rechannel existing EA sewer manhole at Four hundred seventy Dollars and No Cents $ 470.00 $ 1,410.00 Per Each 47. 2 Remove existing sewer manhole EA including disposal five at Six hundred twenty -/ Dollars and No Cents $ 625.00 $ 1,250.00 Per Each 48. 199 Construct 18 -inch RCP 3000 -D LF including excavation, bedding, and backfill, complete in place at Thi rty -seven Dollars and Fifty Cents $ 37.50 $ 7,462.50 Per Linear Foot PR 1.9 Item Estimated Item Description With Lump Sum Unit Total No. Qty. do Unit or Unit Price Written in Words Price Price 49. 91 Construct 18 -inch RCP 2000 -D LF including excavation, bedding, and backfill, complete in place at Thirty -three Dollars and Thirty Cents $ 33.30 $ 3,030.30 Per Linear Foot 50. 570 Construct 18 -inch RCP 1500 -D LF including excavation, bedding, and backfill, complete in place at Thirty -three Dollars and Thirty Cents $ 33.30 $ 18,981.00 Per Linear Foot 51. 39 Construct 21 -inch RCP 1250 -D LF including excavation, bedding, and backfill, complete in place at Forty Dollars and sixty Cents $ 40.60 $ 1,583.40 Per Linear Foot 52. 17154 Construct PCC terrace drain LF including excavation, complete in place at Ten Dollars and Fifty Cents $ 10.50 $ 12,117.00 Per Linear Foot 53. 15 Construct PCC downdrain LF including excavation, complete in place at Ten Dollars and Seventy Cents $ 10.70 $ 160.50 Per Linear Foot 54. 1,740 Construct PCC channel LF including excavation, complete in place at Twenty -three Dollars and ty Cents $ 23.60 $ 41,064.00 Per Linear Foot PR 1.10 Item Estimated Item Description With Lump Sum Unit Total No. Qty. & Unit or Unit Price Written in Words Price Price 55. 900 Construct PCC "V" ditch LF including excavation, complete in place at Seven Dollars and Seventy -five Cents Per Linear Foot 56. 2 Construct PCC outlet and inlet EA structures including excavation and reinforcement, complete in place at Four hundred forty twoDollars and Nn Cents Per Each 57. 1 Construct concrete block splash walls Lump Sum including footings, excavation, and reinforcement, complete in place at Four hundred fifteen Dollars and No Cents Per Lump Sum 58. 4 Construct junction structure No. I EA per City of Newport Beach Std. 310 -L, complete in plac at One thousand five and and $ 7.75 $ 6,975.00 $ 442.00 $ 884.00 $ 415.00 $ 415.00 No Cents $ 1,530.00 $ 6,120.00 Per Each 59. 1 Construct curb inlet Type "OS" per EA City of Newport Beach Std. 306 -L with local depression, including excavation and backfill, complete in place, at Ona thousand two hundreld�hggy -five and NO Cents $ 1,295.00 $ 1,295.00 Per Each PR 1.11 Item Estimated Item Description With Lump Sum No. Qty. dr Unit or Unit Price Written in Words 60. 4 Construct curb inlet Type "OL -A" per EA City of Newport Beach Std. 305 -L with local depression, including excavation and backfill, complete in place, at Three thousand Unit Total Price Price hundred forty five nine _ Dollars and No Cents Per Each 61. 2 Construct curb inlet Type 1101-" per EA City of Newport Beach Std. 306 -L with local depression, including excavation and backfill, complete in place, at TWO thniisand forty Dollars and No Cents Per Each 62. 3 Construct inlet Type "OS' per EA CalTrans Std. D72 with depression per Caltrans Std. D78, complete in place at Qae thousand six hundreoMEty and No Cents Per Each 63. 1 Construct inlet Type 1101-" per EA CalTrans Std. D72 with depression per Caltrans Std. D78, complete in place hundrq eventy at one thousand five ol�ars and No Cents Per Each 64. 2 Construct PCC collar per City of EA Newport Beach Std. 313 -L including excavation and backfill for the at one hundred forty Dollars and No Cents Per Each PR 1. 12 $ 3.945.00 $ 15,780.00 $ 2,040.00 $ 4,080.00 $ 1,690.00 $ 5,070.00 $ 1,570.00 $ 1,570.00 �FAIIRIII Item Estimated Item Description With Lump Sum No. Qty. dr Unit or Unit Price Written in Words 65. 4 Construct 12 -inch ACP Class II LF including excavation and backfill, complete in place at Thirty one Dollars and No Cents Per Linear Foot 66. 2 Construct 12 "x12" concrete drain EA box with cast iron grate, complete in place at Two hundred sixty Dollars and No Cents Per Each Unit Total Price Price $ 31.00 $ 124.00 260.00 $ 520.00 67. 6 Construct rip rap, complete Tons in place at Thirty one Dollars and No Cents $ 31. 00 $ 186.00 Per Ton 68. 117 Remove and dispose of RCP storm LF drain and headwall at Twenty one Dollars and No Cents $ 21.00 $ 2,457.00 Per Linear Foot 69. 5 Remove and dispose of existing inlet EA or outlet structure at Three hundred forty Dollars and No Cents $ 340.00 $ 1 inn nn Per Each — "T""� 70. 60 Construct 30 -inch CSP 14 gauge, including LF excavation, bedding and backfill, complete in place at Thirty six Dollars and No Cents Per LF PR 1. 13 $ 36.00 $ 2,160.00 0 0 Item Estimated Item Description With Lump Sum Unit Total No. Qty. & Unit or Unit Price Written in Words Price Price 71. 1 Break into existing 48 -inch CSP, tie Lump Sum 30 -inch CSP with reinforced concrete collar, including excavation and backfill, complete in place, at Six hundred twenty fl vOollars and No Cents $ 625.00 $ 625.00 Per Lump Sum 72. 1 Plant slope erosion control(hydromulch) Lump Sum including irrigation and maintenance, complete in place at Four thousand seven Dollars hundred sixty and No Cents $ 4 790 nn $ 4,760.00 Per Lump Sum — ''— 73. 12 Install streetlight standard and EA luminaire, Type 11, with pull box, per City of Newport Beach Std. 201 -L, complete in place, at One thousand four Dollars hundred twenty five and No Cents $ 1,425.00 $ 17,100.00 Per Each 74. 2 Relocate street light standard EA and luminaire, Type II, with pull box, per City of Newport Beach Std. 201 -L, complete in place, at Fivp hundred seventy Dollars five and No Cents $ 575.00 $ 1,150.00 Per Each 75. 1,700 Install 1 -1/4 -inch streetlight conduit LF with 248 conductors and 148 ground, including pull boxes per City of Newport Beach Stds. 204 -L and 205 -L, complete in place at Four Dollars and No Cents $ 4.00 $ 6,800.00 Per Linear Foot PR 1.14 0 Item Estimated Item Description With Lump Sum Unit Total No. Qty. dr Unit or Unit Price Written in Words Price Price 76. 1 Modify existing street lighting service Lump Sum complete in place at TWO hundred ten Dollars and Nn Cents $ 210.00 $ 210.00 Per Lump Sum 77. 1 Construct traffic signals per Sheet Lump Sum 21 of the Improvement Plans, complete in place at Fifty eight thousand Dollars six hundred and No Cents $ 58,600.00 $ 58,600.00 Per Lump Sum 78. 1 Traffic striping and signing per Sheets Lump Sum Sheets 27, 28 and 31 of Improvement Plans, complete in place, at Tan thousand Dollars and No Cents $ 10,000.00 $ 10,000.00 Per Lump Sum 79. 7,000 Removal and disposal of unsuitable CY material including replacement with suitable material from excavation areas, compaction and stockpiling as required, complete in place at Twn Dollars and No Cents $ 2.00 $ 14,000.00 Per CY PR 1.15 ,_j F TOTAL PRICE ITEMS 1 THROUGH 79 WRITTEN IN WORDS: Nine hundred twenty -nine thousand Dollars one hundred ninety-seven and thirty -three Cents $ 929,197.33 DATE: June 1. 1983 (.ZL4)_ 549 -2291 Bidder's Telephone Number GRIFFITH COMPANY Bidder S James D. Waltze, Vice - President Authorized Signature Title 2020 Yale Bidder's Address Santa Ana, CA 92704 WIMM, Contractor's License No. Santa Ana, CA 92704 Contractor's Address 2020 Yale, Santa Ana, CA 92704 (714) 549 -2291 Contractor's Telephone Number PR 1. 16 0 ! Page 2 INSTRUCTIONS TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis- crepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained 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 con- tract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in- clusive). The Contractor shall be responsible for compliance with Section 1777. of the California Labor Code for all apprenticeable occupations. 32168 A B -C12 GRIFFITH COMPANY Contr's Lic. No. & Classification Bidder June 1, 1983 S /James D. Waltze, Vice- President to Authorized Signature /Title 0 • Page 3 DESIGNATION OF SUBCONTRACTOR(S) The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer.and as provided by State law. Item of Work Subcontractor Address 1•COAD PLANE BLAIR PAVING YORBA LINDA 2-CONCRETE L. J. DAVIS ORANGE 3-STRUCTURES J. JEZOWSKI ORANGE 4-BLOCK WALL & PLASTERS J & R FENCE ANAHEIM 5-.STAMPED CONCRETE SULLIVAN CONC. SANTA ANA 6•MEDIAN BARRIER MODERN ALLOY STANTON 7•ENGINEERING MENDOZE & ASSOC. ANAHEIM B•UNDERGROUND IRVINE PIPELINE SANTA ANA 9-ADJUST UTIL. VALVES MANHOLE ADJUSTERS LOS ANGELES lO.GUNITE SUPERIOR GUNITE N. HOLLYWOOD ll.FIFCTRICAI STEING & CO. ANAHEIM 12. GRIFFITH COMPANY Bidder S /JAMES D. WALTZE, VICE - PRESIDENT Authorized Signature Title FOR OGINAL SEE CITY CLERK'S FILE Co Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, GRIFFITH COMPANY , as bidder, and UNITED PACIFIC INSURANCE COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of .* *TEN PERCENT (10 %) OF THE TOTAL AMOUNT BID IN - -- Dollars ($- - - - - -- ) lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of STREET IMPROVEMENTS SUPERIOR AVENUE AT WEST COAST HIGHWAY, CONTRACT NO. 2119 Title of Project Contract No. AHFP No's: 1044 & 1067 Bids to Owner: June 1, 1983 in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 18th day of May , 19 83 (Attach acknowledgement of Attorney -in -Fact) S /Julie L. Trivitt Notary Public Commission expires 9 -30 -83 GRIFFITH COMPANY Bidder S /James D. Waltze, Vice - President Authorized Signature /Title UNITED PACIFIC INSURANCE COMPANY urety By S /Mary A. Jenny Title Attorney -in -Fact • • Page 5 NON- COLLUSION AFFIDAVIT The bidder, 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 arrange- ment or agreement 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 agreement 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 bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever 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 lst day of June 19 63. My commission expires: GRIFFITH COMPANY Bidder S /James.D. Waltze, Vice - President Authorized Signature /Title S /G. N. Pittman Notary Public FOR OR•NAL SEE CITY CLERK'S FILE COPY• Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. ON FILE WITH CITY CLERK GRIFFITH COMPANY Bidder S /James D. Waltze, Vice - President Authorized Signature /Title • • 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 Colleted For Whom Performed (Detail) Person to Contact Telephone No SEE ATTACHED GRIFFITH COMPANY Bidder- /James D. Waltze, Vice - President Authorized Signature /Title 6 • Page 8 N 0 T I C E The following are samples of contract documents which shall be completed and executed by the successful bidder after he receives letter of award from the City of Newport Beach: PAYMENT BOND (pages 9 & 10) FAITHFUL PERFORMANCE BOND (pages 11 & 12) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13, 14, 15) CONTRACT (pages 16 & 17) Since the City of Newport Beach will not permit a substitute format for these contract documents, bidders are advised to review their content with bonding, insuring and legal agents prior to sub- mission of bid. BONDING COMPANIES shall be acceptable as sureties in accordance with the latest revision of Federal Register Circular 570. INSURANCE COMPANIES shall be assigned Policyholders' Rating (or.higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be provided for all TYPES OF INSURANCE checked on the CERTIFICATE OF INSURANCE. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction. (latest edi- tion adopted for use in the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. BOND NO. U409 96 Page 9 EXECUTED IN 4 COUNTERPARTS PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That "The Premium charged for this Bond is included in that shown an the Performance Goad" WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted tune 13. 1983 has awarded to Griffith Company hereinafter designated as the "Principal ", a contract for Street Improvements Suoerior Avenue at West Coast Highway Contract No. 2119 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies or teams used in, upon, for, or about the per- formance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We GRIFFITH COMPANY as Principal, and Yale Street, Santa Ana, CA 92704 UNITED PACIFIC INSURANCE COMPANY 443 So. Shatto Place, Los Angeles, CA 90020 as Surety, are held firmly bound unto the City of Newport Beach, in the sum of FOUR HUNDRED SIXTY FOUR THOUSAND, FIVE HUNDRED NINETY EIGHT and 67 /100-------------------- - - - - -- Dollars ($ 464,598.67 said sum being one -half of the estimated amount payable by the City of Newport Beach under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil 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 V 0 Payment Bond (Continued) 0 Page 10 this bond, as required by the Provisions of Sections 3247 et. seq. of the Civil 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 23rd day of June , 19 83 GRIFFITH COMPANY ncipa e Seal) JAMES D. WALTZ£ VICE PRESIDENT gnature anT Iitlpi/ Assistant DifiVict Manager UNITED PACIFIC INSURANCE COMPANY (Seal) came or Surety 443 South Shatle Place A oato oi rm 1 f Signat a and i e f� Marth J. Chase CO ON 6 BLA IN, TkI ^ d ess o gent Ci y Attorney 13) 3 6 -2360 STATE OF CALIFORNIA j COUNTY OF__.__Oranae c III r� (y f`<-,"3,1C r TTgAA `J Py(. � - C1LI''ORN!A (S.y � �t �i� .. ! -L OF CE,N A.P C.,.,r�tY My com +'s,a Exn. May- 24• I986 ON.._._ -- — -- - June_ 28 - - --- -- - —. A 83 betare me, the sndersigned: a Notary Pt;_ it r -Al hp said State, personally appeared James D. waltze ;mown to me to be the ___Yi_e_President, and___ _..Dennis H. Taague ------- known to me to be tits _._ J�Nrl AU Assistant District_Manager the Co potation that .ezecl,ted the within lnstrum nt, known, to me to be the persons who executed the within Instrument, rn behalf of the Curporation het 'in named, and acknowledged io me that such Corporation exe, utad the within Instrument pursuant to its by -laws or a resolution of its board of directors. WITNESS my hand and official seal. -.. *CVIR WLEOGMERr— r!). +105. a Sa.— woycottl Porn 7!e —Rer. 3a Notary Public in and for said State. State of California, 1, SS: County of Los Angeles J On this 23rd June 1983 day oMARTHA J CHASE in the Year ,before me Notary of Public . personally appeared ,personally known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to this instrument as the Attorney -In -Fact of UNITED PACIFIC INSURANCE COMPANY, and acknowledge to me that he (she) subscribed the name of UNITED PACIFIC INSURANCE COMPANY thereto as surety, and his (her) own name as Attorney - In - Fact. �+scmr -.:. : *na�.:ee k., -• ^aa: �. � -.- ....per =_: =awryy z xgy f' J My Commission expires BDU -1818 ED. 6/82 (CALIF.) Notar Publitt in and for said CD my BOND NO. U45 84 PREMIUM: .$5,896.00 Page 11 EXECUTED IN 4 COUNTERPARTS FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That 9 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted has awarded June 13, 1983 GRIFFITH COMPANY hereinafter designated as the "Principal ", a contract for Street Improvements or Avenue at West Coast Highway, No. 2119 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, GRIFFITH COMPANY 2020 Yale Street, Santa Ana, CA 92704 as Principal, and UNITED PACIFIC INSURANCE COMPANY 443 So. Shatto Place, Los Angeles, CA 90020 as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of NINE HUNDRED TWENTY NINE THOUSAND, ONE HUNDRED NINETY SEVEN and 33/ 100----------------------- - - - -- Dollars ($929,197.33 ), 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 s Faithful Performance Bond (Continued) 9 Page 12 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 23rd day of June , 19 83 GRIFFITH COMPANY Name of Contractor Principa (Seal) JAMES D. WALTZE VICE PRESIDENT Authorized Signature ald`Title Af. a_-- xtl A rued Si gnatfirOg and Title Assistan strict Manager UNITED PACIFIC INSURANCE COMPANY (Seal) 443 outh Shatto s Angeles, CA Address of Su Ai gn 020 t Mart J. C /vd., Attorney -in -Fact Appr d s t0 0 CO OON LACK URANCE SERVICES 3 0 Wi shire 3 Los Angeles, CA 90010 A dress of Age City Attorney (213) 386 -2360 Telephone No. of Agent State of California, SS: County of Los Angeles 1 On this 23rd , day of June , in the year 1983 before me Notary of Public personally appeared MARTHA J. CHASE personally known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to this instrument as the Attorney - In - Fact of UNITED PACIFIC INSURANCE COMPANY, and acknowledge to me that he (she) subscribed the name of UNITED PACIFIC INSURANCE COMPANY thereto as surety, and his (her) own name as Attorney - In - Fact. U �s�o mmmo<.nn r a vlr�auvoevs s 0 t'7;. £zp 5'aY it 19 °5 9A ®oate:eQ:e>rancxm��cs�vmrw u�uanrn® My Commission expires , 19 BDU -1818 ED. 6/82 (CALIF.) taffy in and for said ty s. COUNTY OF_.___ Orange June 28 83 before me: t mi ed a flota!y Publi, �1A 5- it!r Inl St�Ple, ppr�nf;�;ly a, ea7ed "I'll, ­ 1� PF James D. Wa t�e .... ...... . ... knows to me to be the and ­.. De-nD-iz H­ Teague ... known to me be the P IMAN 014 GRIFFI .-as-si-stant- TI-11 COMPANY tt)a Gorpoution that executed t,,2 within Instrument, known to one to be the persons who executed thew thin lnslrument, on behalf of the Corporation herein named, and acknowledged to npr tInt such Corporation executed the MIthin 'mtrument pursuant to its by-laws or a resAtion cf its board of directors, WITNESS my hard and official seat. ;I .cWKUWLEMWEhf� rP.—P(§*. & Sft--W41COt" FOM n"OV, M4 Notary Public in • 0 Page 16 CONTRACT THIS AGREEMENT, entered into this � day of 19 0 3, by and between the CITY OF NEWPORT BEACH, hereinafter "Ci an GRIFFITH COMPANY , hereinafter "Contractor, "is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: STREET IMPROVEMENTS SUPERIOR AVENUE AT WEST COAST HIGHWAY C -2119 Title of Project Contract No. (b) Contractor has been determined by City to be the lowest responsi- ble bidder on said public work, and Contractor's bid, and the compensation set forth in this contract, is based upon a careful examination of all plans and specifications by Contractor, NOW, THEREFORE, the parties hereto agree as follows: 1. Contractor shall furnish all materials and perform all of the work for the construction of the following described public work: STREET IMPROVEMENTS SUPERIOR AVENUE AT WEST COAST HIGHWAY C -2119 Title of Project Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a. good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum otNine hundred twenty - iine thousand one hundred ninety-seven dollars & thirty- threecents($929,197.33 ). This compensation includes 1 any loss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstruc- tions in the performance of the work; (3) any expense incurred as a result of any suspension or discontinuance of the work; but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instruction to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and endorsement(s) Page 17 (f) Plans and Special Provisions for Title of Project Contract No. (g) This Contract. 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximiately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. ATTEST: APPROVED AS TO FORM: n � ity Attorney CITY OF NEWPORT BEACH By 73 ayor CITY GRIFFITH COMPANY CONTRACTOR SI'ATE QE CAUEOBNIA i COUNTT OF_.—_. C k. ^IW0III.EQG?i£N r-- Uarp. --vroa 6 Sec.— WOICOK� fprM T28 --Rea. y6< 'i 0 iIN..._..._.._..____..._.._. June 28 n 83 W;� ro nte, the undorsignod, a NetWy °ob!;c +F w: the sa;d State, personahy ,- ?aeared ..._._Zame5..➢.__I+laltze.. _ ....... ........ .._..._... known to me io ba ?te Vice- President, and--..- Dennis- H. Teague ..._____._ ..... known '.o mo to ae the-- ..____�. ___$ER'XE92- istaat _.IIis.>=- i�.t- Maraac3®.> =-- Qf GRIFFIT,i..C�%APANY. the Corporation that zxe �ted the within Instrument, Mown to me to be the persons who executed the withir, Instr6ment on behalf of the Corporation herein named and acknowledged to me that such Corporation erecdted the within Instrument fnl;suant to its by -laws or a resolution of its beard of directors. W INESS my hand and official seal. Notar blic in nd fur smid State OFROAL SEAL G N PITTMAN NWAR Y C CAUrORNiA ` J KF OFr.ce,N RANCe COUNTY My CO(MISSIrn EXP. May, 24, 1986 k. ^IW0III.EQG?i£N r-- Uarp. --vroa 6 Sec.— WOICOK� fprM T28 --Rea. y6< 'i 0 iIN..._..._.._..____..._.._. June 28 n 83 W;� ro nte, the undorsignod, a NetWy °ob!;c +F w: the sa;d State, personahy ,- ?aeared ..._._Zame5..➢.__I+laltze.. _ ....... ........ .._..._... known to me io ba ?te Vice- President, and--..- Dennis- H. Teague ..._____._ ..... known '.o mo to ae the-- ..____�. ___$ER'XE92- istaat _.IIis.>=- i�.t- Maraac3®.> =-- Qf GRIFFIT,i..C�%APANY. the Corporation that zxe �ted the within Instrument, Mown to me to be the persons who executed the withir, Instr6ment on behalf of the Corporation herein named and acknowledged to me that such Corporation erecdted the within Instrument fnl;suant to its by -laws or a resolution of its beard of directors. W INESS my hand and official seal. Notar blic in nd fur smid State 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STREET IMPROVEMENTS SUPERIOR AVENUE AT WEST COAST HIGHWAY CONTRACT NO. 2119 AHFP NOS. 1044 & 1067 SPECIAL PROVISIONS INDEX Section Page Number 1 Specifications 1 2 Drawings 1 3 Location and Scope of Work 1 4 Definition of Terms 2 5 Award of Contract, Time of Completion and Commencement of Work 3 6 Progress Schedule 3 7 Order of Work 3 8 Payment 4 9 Watering and Water Development 5 10 Guarding Underground Construction 6 11 Cooperation With Utility Relocations 4 12 Protection of Existing Utilities 7 13 Protection of Existing Property Corners 8 14 Guarantee 9 15 Construction Survey Staking 9 16 Liability Insurance 9 17 Permits 9 18 Traffic Control 10 19 Access 12 20 Job Safety 13 21 Working Hours 13 22 Erosion Control 13 23 Project Site Maintenance 14 24 Construction Details 14 24.1 Clearing and Grubbing 14 24.2 Paleontological Inspection 15 Section Page Number 24.3 Earthwork 15 24.4 Unsuitable Material Excavation 20 24.5 Subgrade Preparation 21 24.6 Relative Compaction 21 24.7 Aggregate Base 21 24.8 Asphalt Concrete 23 24.9 Planing Asphalt Concrete Pavement 27 24.10 Portland Cement Concrete 27 24.11 Concrete Barrier 28 24.12 Fence Modification and Reconstruction 29 24.13 Stamped Concrete Pavement 29 24.14 Retaining Wall 29 24.15 Survey Monuments 30 24.16 Storm Drains and Drainage Structures 30 24.17 Air Placed Concrete 31 24.18 Corrugated Steel Pipe 32 24.19 Rip Rap 32 24.20 Sewer Construction 32 24.21 Water Main Installation 33 24.22 Erosion Control (Hydromulch) 33 24.23 Street Lighting (Superior Avenue) 35 24.24 Dust Control 35 24.25 Final Clean Up 36 24.26 Traffic Signal and Safety Lighting Facilities 36 24.27 Signing, Striping and Pavement Markers 43 ii CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Special Provisions STREET IMPROVEMENTS SUPERIOR AVENUE AT WEST COAST HIGHWAY CONTRACT NO. 2119 AHFP NOS. 1044 & 1067 1. SPECIFICATIONS All work shall be completed in accordance with these Special Provisions, 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, 1982 edition. Copies may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, CA 90034 - 2131870 -9871. 2. DRAWINGS The complete set of drawings for bidding and construction shall consist of the following: A. Street improvement plans for Superior Avenue at Pacific Coast Highway, City of Newport Beach Drawing No. R- 5469 -5, Sheets 1 through 31 inclusive. B. The City of Newport Beach Standard Drawings, 1982 edition. C. The Standard Plans of CalTrans,0anuary 1981 edition. 3. LOCATION AND SCOPE OF WORK The work to be accomplished under this contract consists of the reconstruction and realignment of Superior Avenue from Pacific Coast Highway northerly to approximately 300 feet south of • Ticonderoga Street, the overlay of Superior Avenue from 300 feet south of Ticonderoga Street to Placentia Avenue, the overlay of Placentia Avenue from Hospital Road to the City limits 150 feet north of Production Place, and the construction of street improvements for the widening of West Coast Highway from approximately 1,300 feet westerly to 1,000 feet easterly of the intersection with Superior Avenue. The work shall consist of furnishing all labor, materials, vehicles, tools, machines, equipment, and incidentals to accomplish clearing and grubbing, grading, removal of existing asphalt and concrete improvements, construction of concrete curb and gutter, asphalt concrete over aggregate base pavement, asphalt concrete overlay, PCC sidewalks and driveway approaches, a concrete block retaining wall and street lighting, construction of storm drain facilities including RC pipe, terrace drains, paved channels and minor concrete structures, construction of sewer facilities, traffic signals, striping, concrete barrier and miscellaneous appurtenant work as shown on the plans; provide qualified supervision and all other items necessary to provide complete improvements to the satisfaction of the City of Newport Beach, the Orange County EMA, and the California Department of Transportation. All work hereunder shall conform to the Standard Specifications, applicable portions of CALTRANS Standard Specifications, the Standard Drawings of the city of Newport Beach; CALTRANS Encroachment Permit, and these Special Conditions. In the event of any discrepancy between these Special Conditions, the Standard Specifications or CALTRANS Standard Specifications, including the plans, the plans and Special Conditions shall govern where they require a higher quality of workmanship and /or materials. 4. DEFINITION OF TERMS Attention is directed to Section 1 -2 of the Standard Specifications. A. Owner City of Newport Beach Public Works Department 3300 Newport Boulevard P. O. Box 11768 Newport Beach, CA 92663 -3884 2 B. Engineer Public Works Director City of Newport Beach 3300 Newport Boulevard P. O. Box 11768 Newport Beach, CA 92663 -3884 Contract Person: John Wolter C. Consulting Engineer Williamson and Schmid Civil Engineers 17782 Sky Park Boulevard Irvine, CA 92714 714/549 -2222 Contact Person: Jesus Michel 5. AWARD OF CONTRACT, TIME OF COMPLETION AND COMMENCEMENT OF WORK The award, if made, will be within 60 days after the opening of bids. 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 180 CONSECUTIVE CALENDAR DAYS after the City Council awards the contract. The contractor's schedule shall take into account and provide time allowances for work to be accomplished by the various utilities. In submitting his bid the contractor shall consider the phasing of the work, traffic control, access and limitation of hours of construction. 6. PROGRESS SCHEDULE The requirements in Subsection 6 -1, "Construction Schedule and Commencement of Work," of the Standard Specifications are amended as follows: The Contractor shall submit to the Engineer a practicable progress schedule within ten (10) working days of execution of the contract, and within five (5) working days of the Engineer's written request at any other time. Subsequent to the time that submittal of a progress schedule is required in accordance with these Special Provisions, no progress payments will be made for any work until a satisfactory schedule has been approved by the Engineer. 7. ORDER OF WORK The Contractor shall follow the sequence of operations as set forth herein. Full compensation for conforming with such 3 0 0 requirements will be considered as included in the prices paid for the various contract items of work, and no additional compensation will be allowed therefor. PHASE I Grading for Superior Avenue along the new alignment and storm drain, sewer and roadway construction on Superior Avenue, except at the existing intersection with West Coast Highway and except for the upper portion of Superior. PHASE IA Utility undergrounding on Superior Avenue including crossings by boring method on West Coast Highway and excluding portion of work on the upper portion of Superior Avenue. PHASE II Completion of street improvements at Superior Avenue and West Coast Highway for southbound lanes and partial traffic signal modifications. PHASE III Completion of grading, street and sewer improvements at the upper end of Superior and completion of intersection with West Coast Highway. PHASE IIIA Completion of utility work at the upper portion of Superior Avenue. PHASE IV Storm drain and street construction on West Coast Highway. PHASE V Completion of signal work, overlays on Superior Avenue and Placentia Avenue, traffic striping and miscellaneous ancillary work. 8. PAYMENT The unit or lump sum prices bid for the various items of work shall be considered as full compensation for all labor, materials, 4 E 0 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 and no additional compensation shall be allowed therefor. 9. WATERING AND WATER DEVELOPMENT A. Water Development: The contractor shall furnish and install all materials, meters, etc. necessary to develop a water supply for all water required for the work and of furnishing and applying all water necessary to complete the various items of work. If the contractor desires to use available City water, it shall be his responsibility to make arrangements by contacting the City's Utilities Department at 714/640 -2221. B. Moisture Control: Adequate water shall be available for proper moisture control when compacting embankment material and shall be applied by a system ensuring uniform application. C. Application: Application of water shall be under the control of the Engineer and shall be applied as directed by the Engineer. All equipment used for application of water shall be equipped with a positive means of shutoff. At least one mobile unit of a minimum 1,000 - gallon capacity for applying water shall be available on the project at all times. D. Watering of Erosion Control Planting: The contractor shall provide watering of the erosion control planting (hydromulch) by a method approved by the Engineer. Watering shall be provided during the establishment and maintenance periods. Compensation for providing the necessary labor, equipment and materials to comply with this requirement shall be included in the item of work for erosion control planting and no additional compensation shall be allowed therefor. E. Payment: The cost of developing, furnishing, and applying all water shall be considered as included in the various items of work, and no additional compensation will be allowed therefor. 5 10. GUARDING UNDERGROUND CONSTRUCTION Trench excavation and backfill shall conform to Section 306 -1 of the Standard Specifications and these Special Provisions. The walls and faces of all excavations over 5 feet in depth shall be effectively guarded by a shoring system, sloping of the ground, or other equivalent means. Trenches less than 5 feet in depth shall also be guarded when examination indicates hazardous ground movement may be expected. The contractor shall obtain a permit to perform excavation or trench work from the Division of Industrial Safety, State of California, prior to any construction. Compensation for guarding underground construction and complying with all the provisions of this section including 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 for guarding underground construction and no additional compensation shall be allowed therefor. 11. COOPERATION WITH UTILITY RELOCATIONS The requirements in Subsection 5 -6, "Cooperation," and 7 -7, "Cooperation and Collateral Work," of the Standard Specifications are amended as follows: The Contractor shall cooperate with utilities which require relocation including Pacific Telephone, Southern California Edison and Southern California Gas Company facilities as noted on the plan sheets and allow them sufficient time in which to complete their work. After completion of rough grade, the Contractor shall allow 60 working days for the utility companies to place their facilities. The time required for the relocation of utilities shall be included in the time of completion allowed by Section 5 of these Special Provisions and no additional time shall be allowed therefor. The Contractor shall notify the Engineer when any portion of the project is rady for utility facility placement. The Contractor shall protect all existing utility lines in place until the new facilities are in service and shall schedule and phase its work in a manner that will allow for the expeditious completion of utility relocations. 11 0 0 Full compensation for conforming to this article shall be considered as included in the various contract items of work involved, and no additional compensation will be allowed therefor. 12. PROTECTION OF EXISTING UTILITIES All underground utilities as shown on these plans are plotted from existing records and general observation in the field and are shown for the information of the contractor only. The contractor shall verify the position and elevation of these utilities and shall 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. Delays of the contract caused by utility work for utilities not shown on the plans may occur and will be considered an acceptable cause for time extension, but no idle time compensation will be allowed. The construction will cause work to be performed over, under and very near existing telephone, electrical and gas 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. Attention is directed to Section 5, "Utilities," and Subsection 7 -9, "Protection and Restoration of Existing Improvements," of the Standard Specifications for Public Works Construction, and these Special Provisions. If the Contractor wishes to have any utility located, he shall contact the responsible agency at least 48 hours prior to construction in the immediate vicinity of the utility. The Contractor's attention is directed to the utility notification service provided by UNDERGROUND SERVICE ALERT (USA). USA member utilities will provide the Contractor with the locations of their substructures in the construction area when the Contractor gives at lest 48 hours notice to the Underground Service Alert by calling 1- 800 -422 -4133. The Contractor shall be responsible for contacting directly all utility companies having facilities within the work area to determine the locations of their substructures. 0 0 The Contractor shall be responsible for accurate field locations and protection of all pipes or structures in the work area whether shown on the plans or not. The following is a list of those persons to contact and their phone numbers: A. Southern California Edison Company 7333 Bolsa Avenue Westminster, CA 92683 Chet Wright - 714/835 -3833 B. Southern California Gas Company 301 East Columbine Santa Ana, CA 92707 Mike Fitzgerald - 7141634 -3128 C. Pacific Telephone 24551 Raymond Way El Toro, CA 92630 Dennis Lansing - 714/951 -0531 D. City of Newport Beach (Sewer and Water) 3300 Newport Boulevard Newport Beach, CA 92663 -3884 Gil Gomez - 714/640 -2221 E. County Sanitation Districts 10844 Ellis Avenue Fountain Valley, CA 92708 Bud Grey - 714/540 -2910 F. Teleprompter Corp. of Newport Beach 901 West 16th Street Newport Beach, CA 714/642 -3260 G. Community Cablevision 1061 Camelback Street Newport Beach, CA 92663 Terry Cordell - 714/720 -2040 H. Costa Mesa Sanitary District 284 E. 17th Street, Suite 205 Costa Mesa, CA 92627 Robin B. Hamers - 714/631 -1731 13. PROTECTION OF EXISTING PROPERTY CORNERS Every effort shall be made to 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 K 14 15 16. Contractor at his expense and no separate compensation will be made. GUARANTEE The Contractor shall guarantee for a period of one year, after acceptance of the work by the City Council, all materials and workmanship against any defects whatsoever. Any such defects shall be repaired at the Contractor's expense within 15 days of notice to do so from the City. 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. 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 Williamson and Schmid. A standard "Special Endorsement of Insurance for Contract Work for City" form has been adopted by the City. This form is to be attached and made a part of all policies of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of contract. A copy of this form is included herein for the Contractor's review. The minimum limits of liability shall be: Multiple Limits: Bodily Injury Property Damage Single Limits: E $500,000 each person $1,000,000 each occurrence $200,000 each occurrence $500,000 aggregate $2,000,000 Bodily Injury and Damage Combined 0 0 17. PERMITS The Contractor shall obtain the following permits prior to any construction and shall have a valid City business license: A. Permit to perform excavation or trench work from the Division of Industrial Safety, State of California (see Section 10 "Guarding Underground Construction "). B. 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 a permit from CalTrans for the work to be accomplished within State highway right of way (West Coast Highway). All provisions and requirements of the CalTrans permit, which has been included in the Appendix of the Special Provisions, shall be adhered to by the Contractor. The City has also obtained a Coastal Zone Permit, included in the Appendix, which contains requirements relating to paleontological sites which have been included in Section 24.1 of these Special Provisions and which shall be adhered to by the Contractor. The Contractor shall be responsible for making himself aware of and conducting his operations in accordance with the requirements of these approvals and permits. All costs involved in complying with these provisions shall be included in the price bid for various items of work, and no additional compensation will be made therefor. 18. TRAFFIC CONTROL The Contractor shall provide sufficient signing and barricades to protect the motorists, pedestrians, bicyclists and construction personnel. All barricading and construction signing shall be in conformance with the signing and detour plans (Sheets 22 through 26 of the Plans) and the Work Area Traffic Control Handbook as published by Building News, Inc., 3055 Overland Avenue, Los Angeles, CA 90034. Sole determination as to the adequacy of construction signing and barricading shall be made by the City of Newport Beach, and CALTRANS. Supplemental signing and barricading required in the opinion of the City of Newport Beach and CALTRANS to protect the public shall be immediately erected by the Contractor. Supplement and amend Subsection 7 -10.3, "Street Closures, Detours, Barricades," of the Standard Specifications for Public Works Construction as follows: 10 0 0 The Contractor shall provide and maintain all signs, barricades, pedestals, flashers, delineators, and other necessary facilities for the protection of the motoring public within the limits of the construction area. He shall also post proper signs to notify the public regarding the condition fo the roadway, all in accordance with the provisions of the Vehicle Code, and the "Manual of Warning Signs, Lights, and Devices for Use in Performance of Work Upon Highways," as published by the State of California, Business and Transportation Agency, Department of Transportation. Portable delineators shall be spaced as necessary for proper delineation of the travel way. The spacing between delineators shall not exceed 100 feet on tangents of 50 feet on curves except when used for lane closures. When used for lane closures, the fluorescent traffic cones or portable delineators shall be placed at intervals not to exceed the following: Tapers 50 feet Edge of Closed Lane Tangents 200 feet Curves 100 feet If the traffic cones or portable delineators are damaged, displaced or are not in an upright position, from any cause, said cones or portable delineators shall immediately be replaced or restored to their original location, in an upright position, by the Contractor. The Contractor shall furnish such flagmen as are necessary to give adequate warning to traffic or to the public of any dangerous conditions to be encountered, such as equipment crossings and trucks entering or leaving the highway. Flagmen, while on duty and assigned to give warning to the public that the highway is under construction and of any dangerous conditions to be encountered as a result thereof, shall perform their duties and shall be provided with the necessary equipment in accordance with the current "instructions to Flagmen" of the Department of Transportation. The equipment shall be furnished and kept clean and in good repair by the Contractor, at his expense. Ingress and egress by heavy construction equipment or trucks will require short -term temporary lane closures or detours. Such closures or detours shall be subject to approval by the Engineer. LL 0 0 The Contractor shall obtain the approval of the Engineer for a haul route to be used for the movement of equipment or for the disposal of excess excavation and construction debris. If the Contractor chooses to use Coast Highway for ingress and egress of construction equipment and /or movement of materials, he shall also obtain the approval CalTrans. Any special restrictions placed on the Contractor in conjunction with the haul route approval shall be considered included in the lump sum cost for traffic control and no additional compensation shall be allowed therefor. The Contractor shall maintain two lanes of traffic in each direction at all times on West Coast Highway except during the placement of the variable thickness asphalt concrete overlay. During the overlay placement traffic may be reduced to one lane on the westbound direction between the hours of 9 a.m. and 3 p.m. only on Monday through Friday, excluding holidays. No lane closures will be permitted between June 13 and September 6, 1983. Should the Contractor appear to be neglectful or negligent, in furnishing warning and protective measures as above provided, the Engineer may direct attention to the existence of a hazard, and the necessary warning and protective measures shall be furnished and installed by the Contractor, at his expense. Should the Engineer point out the inadequacy of warning and protective masures, such action on the part of the Engineer shall not relieve the Contractor from responsibility for public safety or abrogate his obligation to furnish and pay for these devices. All existing stop signs and street name signs shall be maintained in visible locations during construction and permanently relocated or removed as directed by the Engineer. Signs which need not be maintained during construction or permanently relocated, shall be salvaged. Supplement and amend Subsection 7 -10.1 "Traffic and Access," of the Standard Specifications for Public Works Construction as follows: When entering or leaving roadways carrying public traffic, the Contractor's equipment, whether empty or loaded, shall in all cases yield to public traffic. 19. ACCESS Vehicular and pedestrian access shall be maintained at all times to businesses and residences adjacent to the project area; however, where conditions preclude such access for reasonable periods of time (as determined by the Engineer), access shall be restored at the end of each work day. 12 i • 20. JOB SAFETY Contractor confirms that he is aware of all terms and provisions of CAL -OSHA Safety Orders which pertain to the work described herein. Contractor is required to comply with all of said Construction Safety Orders and to take all necessary steps to insure that all representatives, employees, and agents of the Contractor on the jobsite will be fully knowledgeable of said Construction Safety Orders. 21. WORKING HOURS City ordinance limits working hours (including equipment maintenance) to Monday through Friday from 7 a.m. to 6:30 p.m. and Saturday from 8 a.m. to 6 p.m. Violators are subject to citation and fine. Permission is required in advance by City for any Saturday work. 22. EROSION 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 tidal waters. The Contractor shall submit his proposed methods of construction and sedimentation controls to the City and the Water Quality 13 • • Control Board, Santa Ana Region (6833 Indiana Avenue, Suite 1, Riverside, California 92506, telephone 714(684 -9330, Mr. Hasam Bagai or Mr. Gary Stewart) within two weeks after award of Contract. Upon approval of the plan by the City and the Board, the Contractor shall be responsible for the implementation and maintenance of the control facilities. All costs involved in any dewatering or desilting operations shall be included in the price bid for the related item requiring dewatering or desilting and no additional compensation shall be allowed therefor. 23. PROJECT SITE MAINTENANCE The Contractor shall provide project site maintenance in compliance with Part I, Subsection 7 -8, "Project Site Maintenance," of the Standard Specifications. The Contractor shall furnish and operate a self - loading motor sweeper to keep paved haul areas clear as directed by the Engineer. 24. CONSTRUCTION DETAILS 24.1 CLEARING AND GRUBBING This item of work shall include the clearing and grubbing of all areas as shown on the plans and shall be done in accordance with Section 300 -1 of the Standard Specifications. All materials accumulated under this item of work, except City or CalTrans 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 surfce of areas to be excavated or filled beyond the right -of -way. All traffic signs and markers that interfere with the work in this contract, whether shown on plans or not, shall be removed by Contractor, salvaged, and delivered to the City Corporation Yard located at 592 Superior Avenue, Newport Beach, California. All Contractor's expense in connection with these traffic signs and markers shall be included in the contract lump sum price bid for clearing and grubbing. No signs shall be removed without first obtaining permission from the Engineer. 14 • • In addition to the items specified in Section 300 -1 this item shall include, but not be limited to the following items and approximate quantities: removal of asphaltic pavement and curb along the existing Superior Avenue alignment, 88,640 SF; removal of existing barricade along Superior Avenue, 800 LF; removal of existing AC berm on West Coast Highway, 1,045 LF; removal of existing traffic islands, 2 each; regrading of existing earth channels, 280 LF. All trees not interfering with the construction shall be protected . in place and the Contractor shall exercise caution to avoid damage to root structure as a result of his operation. Full payment for clearing and grubbing and for conforming to the provisions of this section shall be on the basis of the lump sum bid. Payment shall be considered full compensation for all work specified herein including sawcutting, removal, hauling away and disposal, including cleanup and backfilling, furnish all labor, materials, tools, equipment, and incidentals, paying all disposal fees, and doing all work involved as shown on the plans and as specified in these specifications and no additional compensation will be allowed therefor. 24.2 PALEONTOLOGICAL INSPECTION Although no sites in the vicinity of the Project have been found the site may have paleontological significance. The Contractor shall allow a qualified paleontologist (to be provided by the City) to have access to the site during excavation and shall allow adequate time to remove items of significance which are found. If a delay of longer than one working day is required, additional expense incurred by the Contractor will be determined in accordance with Section 6 -6, "Delays and Extensions of Time," of the Standard Specifications. 24.3. EARTHWORK Earthwork shall conform to the provisions of Section 300, "Earthwork ", of the Standard Specifications, and these Special Provisions. Whenever reference to finished grade is made, it shall be considered to be the finished surface of the complete facility. Relative compaction of not less than 90 percent shall be obtained for a minimum depth of 0.5 foot below the grading plane, including shoulders, whether in excavation or embankment. 15 9 s After subgrade is made, the Contractor shall notify the Engineer so he may arrange for inspection of the subgrade. In connection with earthwork, tests shall be made to conform with Section 211, "Soils and Aggregate Tests," and the following: Test Test Method Relative Compaction No. Calif. 216 Sand Equivalent No. Calif. 217 Resistance (R- value) No. Calif. 301 Sieve Analysis No. Calif. 202 Method No. Calif. 216 shall be replaced with Note 2 of ASTM D 1557. Trenches, holes, depressions, and pits caused by the removal of facilities shall be backfilled with embankment material as provided in Section 300, "Earthwork," of the Standard Specifications. Such trenches, holes, depressions, and pits that are in surfaced areas, otherwise to remain undisturbed, shall be backfilled with material equal to or better in quality and to the same thickness as the surrounding materials. When hauling is done over public highways, and when directed by the Engineer, loads shall be trimmed and all material removed from shelf areas of vehicles in order to eliminate spilling of material. If directed by the Engineer, loads shall be watered after trimming to eliminate dust. Operations shall be conducted in such a manner that existing highway facilities, utilities, and other non - highway facilities which are to remain in place will not be damaged. A. Unclassified Excavation Unclassified excavation shall conform to the provisions of Section 300 -2 "Unclassified Excavation," of the Standard Specifications for Public Works Construction and these Special Provisions. Initially, an estimated 279,000 cubic yards of material had to be excavated in conjunction with the project. The City of Newport Beach has arranged for the removal and disposal of approximately 120,000 cubic yards by June 10, 1983. It is estimated that 160,000 cubic yards of soil, existing asphalt concrete, and aggregate base will remain and must be excavated to construct the road improvements as shown on typical sections and to produce the lines and grades as shown on the plans. The City of Newport Beach reserves the right to change the estimated amount without a change in unit price in the event the decrease or increase exceeds 25 percent. 16 • The excavation quantity will include all material, regardless of classification, occurring between the existing paved or ground surface, and the grading plane required to construct the improvements according to plans or as directed. Included in unclassified excavation are the following items: Removal of old asphalt concrete and aggregate base. All PCC and AC removals shall be sawcut to a minimum depth of 2 inches prior to removal and shall be removed in such a manner as to leave the adjacent improvements undisturbed. The Contractor shall, at his expense, restore all existing paved areas not within the scope of removal which are damaged during clearing and grubbing or subsequent construction operations. Excavation for pavement widening. The asphalt concrete pavement and aggregate base removed as excavation shall become property of the Contractor and shall be disposed of at the Contractor's expense. Operations shall be conducted in such a manner that existing highway facilities, utilities, and other non - highway facilities which are to remain in place will not be damaged. No excavation within five feet of the traveled way shall remain open longer than is necessary to perform the work. At the end of each working day, if a difference in excess of 0.33 foot exists between the elevation of the existing pavement and the elevation of any excavation within five feet of the traveled way, material shall be bladed up and compacted against the vertical cuts adjacent to the travele way. During excavation operations, native material maybe used for this purpose; however, once the placing of the structural section commences, structural material shall be used. The material shall be placed to the level of the elevation of the top of existing pavement and tapered at a slope of 4:1 or flatter to the bottom of the excavation. Subsection 301 -1.4 "Subgrade Tolerances," of the Standard Specifications is amended to read: Subgrade for pavement, driveways or other roadway structures shall not vary more than 0.05 foot (15mm) from the specified grade and cross section. Subgrade for subbase or base material shall not vary more than 17 0.10 foot (30mm) from the specified grade and cross section. Variations within the above specified tolerances shall be compensating so that the average grade and cross section specified are met. Measurement for payment for unclassified excavation will be based on volumes obtained from cross - sections within the limits shown on the plans or as outlined by the Engineer. Full compensation for conforming to the requirements of this article and for blading up the material regardless of the number of times it is required, and subsequent removing or reshaping of the material to the lines and grades shown on the plans, shall be considered as included in the contract price paid for the various items of work involved, and no additional compensation will be allowed therefor. No payment will be made for material placed in excess of that required for the structural section. B. Structure Excavation and Backfill To subsection 300 -3.5, "Structure Backfill," add the following: Compaction equipment or methods which may cause excessive displacement or may damage structures, shall not be used. To subsection 300 -3.5, "Payment," add the following paragraph: The cost for all structure excavation and backfill required for reinforced concrete pipes, structure concrete (retaining wall), inlet structure, and junction structures shall be considered as included in the contract bid prices bid for those various items, and no additional compensation will be allowed therefor. Backfill for 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 90 percent. 18 • • C D. E. F Unclassified Fill Unclassified fill shall conform to the provisions of Subsection 300 -4 of the Standard Specifications and these Special Provisions. It is estimated that there will be approximately 670 cubic yards of compacted fill to be placed at the locations shown on the plans. The remaining excess material will become the property of the Contractor and shall be disposed of offsite 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 90 percent. Payment for placing fill within the roadway and within the adjacent area as show appurtenant work, shall be price for unclassified fill, made. Slopes n on the plan, including all included within the contract unit and no separate payment will be Contour grading and rounding of the tops and ends of excavation and toes of fill slopes will be required and full compensation will be considered as included in the contract price paid per cubic yard for unclassified excavation, and no additional compensation will be allowed therefor. Channel Excavation Channel excavation shall conform to the requirements of Section 300 -7, "Earthwork for Channels," of the Standard Specifications and these Special Provisions. Channel excavation shall apply to the drainage channels excavated for inlet and outlet channels. Full compensation for providing all labor, materials, tools, equipment, incidentals and for doing all things necessary for excavating the channels shall be included in the contract price paid for the items requiring channel excavation and no additional compensation will be allowed therefor. Excess Material All surplus material resulting from grading operations shall become the property of the Contractor who shall dispose of the material outside of the right of way to an approved disposal site acceptable to all cognizant governing agencies 19 E and in accordance with Section 300 -2.6 of the Standard Specifications. Full compensation for providing all labor, materials, tools, equipment, incidentals and for doing all work necessary to dispose of surplus material shall be included in the contract price for unclassified excavation and no additional compensation will be allowed therefor. 24.4 UNSUITABLE MATERIAL EXCAVATION Material which is poorly consolidated or otherwise unsuitable in place shall be removed from embankment areas, existing channels, and other areas as directed by the Engineer. The unsuitable material shall be completely removed from its original location and disposed of. Should Contractor choose to stockpile material, no additional compensation will be made for excavating and hauling from stockpile. Limits of removal of unsuitable material shall be established in the field by the Engineer. It is expected that removal of unsuitable material will be required in the vicinity of the intersection of Superior Avenue and West Coast Highway. The extent of removal will be determined by the Engineer at the time excavation reaches the subgrade level. The actual quantity of unsuitable material excavation could vary considerably from the estimated quantity of 7000 cubic yards. The City of Newport Beach reserves the right to change the estimated quantity without a change in the unit price in the event the decrease or increase exceeds 25 percent. Quantities of unsuitable material to be paid for by the cubic yard will be measured by means of average end areas and distances between the areas determined from existing ground contours as shown on the plans and survey of the site after removal of material. Contractor shall conduct his operations in a manner to allow the survey party access to the areas to be measured before Contractor begins replacing material. No idle or down time compensation shall be made for compliance with this provision. Payment for all unsuitable material excavation shall be made at the contract unit price paid per cubic yard for unsuitable material excavation and shall include compensation for all equipment, labor, tools, and materials necessary for excavation, loading, and hauling unsuitable material replacement with suitable material and compaction and no additional compensation shall be allowed therefor. 20 0 0 24.5 SUBGRADE PREPARATION Subgrade preparation shall conform to the provisions in Subsection 301 -1 of the Standard Specifications. Within the roadway area the top 6" of the subgrade material below the grading plane shall be compacted to a relative compaction of not less than 90 percent. 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. 24.6 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 Section 211 -2.1. The correction for oversize material as stated in Test Method No. Calif. 215 shall be replaced with Note 2 of ASTM D 1557. 24.7. AGGREGATE BASE Untreated base materials shall meet the requirements of Section 400 -2 of the Standard Specifications and these Special Provisions. In lieu of the second sentence of Section 100 -2.4.1 of the Standard Specifications, at least 65 percent, 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 equivalent requirements of Subsections 200 -2.3, 200 -2.4, 200 -2.5 and 200 -2.6 shall be the moving average requirements. Individual test requirements for gradation and sand equivalent shall be as determined by the EMA Materials Lab. Add to Subsection 301 -2.1, "General," the following: Untreated base material for pavement, cross gutters, spandrels, and similar types of improvements, shall be constructed of material as specified herein. 21 0 0 The material grading shall be either Coarse or Fine as specified in Subsection 200- 2.4.2, "Grading," of the Standard Specifications, at the option of the Contractor. Changes from one grading to another shall not be made during the progress of the work, unless permitted by the Engineer. Revise Subsection 301 -2.2, "Spreading," as follows: Delete the last two sentences in paragraph 2 and add the following: At the time untreated base material is spread, it may have a moisture content sufficient to obtain the required compaction. Such moisture shall be uniformly distributed throughout the material. Tailgate spreading by dump trucks will not be permitted except for spot dumping and in areas not readily accessible to spreading equipment. A prime coat consisting of Grade MC -70 liquid ashalt shall be applied to the surface of the prepared base or subbase prior to placing asphalt concrete at a rate between 0.10 and 0.25 gallon per square yard (0.45 and 1.18 liter per square meter). Grade SC- 70 and SC -250 liquid asphalt may be used when approved by the Engineer. Payment for aggregate base shall be the Contract unit price per ton and shall include full compensation for all labor, materials, tools, equipment and incidentals and all the work involved in construction of aggregate base and application of prime coat, and no additional compensation will be allowed therefor. 24.8 ASPHALT CONCRETE A. Asphalt Concrete on Aggregate Base The asphalt concrete base course shall meet the requirements of Section 400 -4 of the Standard Specifications and these Special Conditions. The asphalt concrete base course shall be Type III -B2 -AR 4000 with 5.4 percent asphalt content. Coarse aggregate shall consist of material of which at least 75 percent by weight shall be crushed particles in lieu of the requirements of Section 400- 4.2.3. The asphalt concrete finish course shall be Type III -C3 -AR 4000 with asphalt content between 5 percent and 7 percent. 22 0 0 The sand equivalent and Stabilometer -Value (S- Value) requirements of Subsection 400 -4.3 shall be the moving average requirements. Individual test requirements for sand equivalent and S -Value shall be as determined by the EM A Materials Lab. In advance of placing asphalt concrete dike on asphalt surfacing, the surface shall be broomed clean of all loose and extraneous material, and a tack coat shall be applied. If the finished surface of the asphalt concrete on the traffic lanes does not meet the specified surface tolerances, it shall be brought within tolerances by either: (1) abrasive grinding (followed by fog seal coat on the areas which have been ground), (2) placing an overlay of asphalt concrete, or (3) removal and replacement. The method shall be selected by the Engineer. Modify Subsection 302 -5.3, "Tack Coat," as follows: A tack coat of SS -lb type emulsified asphalt, where stipulated on the plans and specifications or as required by the Engineer, shall be applied in accordance with Subsection 302 -5.3. AR 1000 paving asphalt may be used only when approved by the Engineer. AR 1000 paving asphalt, when approved, shall be spread in accordance with provisions of Section 203 -1. Add to Subsection 302 -5.4, "Distribution and Spreading," the following: Tarpaulins shall be used to cover all loads when directed by the Engineer. Unless otherwise permitted by the Engineer, the top layer of asphalt concrete for shoulders, tapers, transitions, road connections, private drives, curve widenings, turnouts, left- turn pockets, and other such areas, shall not be spread before the top layer of asphalt concrete for the adjoining through lane has been spread and compacted. At locations where the number of lanes is changed, the top layer for the through lanes shall be paved first. Tracks or wheels of spreading equipment shall not be operated on the top layer of apphalt concrete in any area until final compaction has been completed or unless directed by the Engineer. 23 0 0 The top layer of asphalt concrete shall not exceed 0.20 -foot in compacted thickness. Each lane of the top layer, once commenced, shall be placed without interruption. All screed extensions for paving machines shall be provided with a tamper, roller or other suitable compacting devices. Add to Subsection 302 -5.5, "Rolling," the following: Three - wheeled rollers as specified in Subsection 302- 5.5.1 shall not be permitted. Pneumatic rollers shall be required on lower layers only. Initial breakdown compaction shall consist of a minimum of three (3) coverages of a layer of asphalt mixture. A pass shall be a movement of a roller in both directions over the same path. A coverage shall consist of as many passes as are necessary to cover the entire width being paved. Overlap between passes during any coverage, made to insure compaction without displacement of material in accordance with good rolling practice, shall be considered to be part of the coverage being made and not part of a subsequent coverage. Each coverage shall be completed before subsequent coverages are started. The final or surface layer of asphalt concrete shall not be placed until all improvements have been completed, including all grading, and until all unacceptable concrete is removed and replaced at the direction of the Engineer. B. Asphalt Concrete Overlay Placing of asphalt pavement overlays on existing pavements shall conform to Subsection 302 -5 of the Standard Specifications. The asphaltic concrete shall be placed in two courses when the thickness is more than 0.20 feet. The base course of the overlay shall consist of a Type III -B2- AR4000 asphalt concrete and the top 0.10 feet thickness shall be Type III- C3- AR4000 finish course. Tack coat shall be applied to existing pavement and shall be Type SS -lh emulsified asphalt, or a type to be specified by the Engineer in the field, and conform to Subsection 203 -3 of the Standard Specifications. 24 0 0 C. Asphalt Concrete Berm Aggregate for asphalt concrete berm shall be Type 1 -D, as specified in Section 203- 6.2.2, "Aggregate" of the Standard Specifications. Dikes shall be formed by extrusion to the configuration shown on the plans by a machine specifically designed for this purpose. In advance of placing asphalt concrete dike on asphalt surfacing, the surface shall be broomed clean of all loose and extraneous material, and 0.05 gallon per square yard of Type SS -lh asphalt emulsion shall be applied. Full compensation for cleaning the asphalt surfacing and applying the asphalt emulsion under the berm, as shown on the plans, shall be considered as included in the contract price paid per linear foot for placing asphalt concrete berms, and no additional compensation will be allowed therefor. D. Miscellaneous Asphalt Concrete Miscellaneous asphalt to be placed for driveways, bike lanes, and to join existing asphalt surfaces shall be Type III -C3 with 5.6 to 6.0 percent AR 4000 paving asphalt. The subgrade of all areas, where miscellaneous asphalt concrete is placed directly on native soil as shown on the plans or as directed by the Engineer, shall be chemically treated to insure the prevention of organic growth. The chemical sterilizing agent shall be Polybor- Chlorate, procured by the U. S. Borax and Chemical Corp., or an approved equal. The method of application for Polybor- Chlorate shall be as follows: 1. A liquid solution shall be made by mixing one (1) pound of sterilizing agent to one (1) gallon of water. The strength of the solution shall not vary by more than five percent. 2. The sterilizing solution shall be applied to the subgrade at a minimum rate of five gallons of solution per 100 square feet of area for each application. A minimum of two applications shall be applied to all areas. The second application shall be at 90 degrees 25 • • to the first application. Application shall be by means of a an approved pressure -type distributor that is equipped with a spray system that will ensure a uniform application of solution. 3. Following application of the sterilizing solution, the treated area shall be wetted down sufficiently to insure a 6 to 8 inch penetration of the soil sterilant. Payment for soil sterilization shall be included in the contract price per ton for asphalt concrete. Said payment shall include full compensation for all labor, materials (including sterilizing agent and water), tools, equipment, and incidentals and for performing all the work involved in sterilizing the soil, and no additional compensation will be allowed. E. Pavement Structural Section The actual pavement structural section to be constructed will be based on subgrade "R" value testing to be performed by the Orange County EMA Lab after completion of grading. The City reserves the right to modify the structural sections in accordance with the results of field testing. F. 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 with the exception of asphalt concrete berms shall be measured in tons and payment will be made at the contract unit prices. Payment for all asphalt work shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work involved in constructing asphalt concrete pavements and overlay, complete in place, and shall include all costs of furnishing and applying prime coat, tack coat, and paint binder and where required by the plans and these Special Provisions. 26 24.9 PLANING ASPHALT CONCRETE PAVEMENT Existing asphalt concrete shall be planed at the locations and to the dimensions as shown on the plans and in accordance with these Special Provisions. Planing asphalt concrete pavement shall be performed by cold planing. The cold planing machine shall have a cutter head at least 30 inches wide and shall be operated so as not to produce fumes or smoke. The depth, width, and shape of the cut shall be as indicated on the typical cross sections or as directed by the Engineer. The final cut shall result in a uniform surface conforming to the typical cross sections. The outside lines of the planed area shall be neat and uniform. The road surfacing to remain in place shall not be damaged in any way. The material planed from the roadway surface, including material deposited in existing gutters or on the adjacent traveled way, shall be immediately removed from the site of the work and disposed of. The removal crew shall follow within 50 feet of the planter, unless otherwise directed by the Engineer. Planing asphalt concrete pavement will be measured by the square foot. The quantity to be paid for will be the actual area of surface planed irrespective of the number of passes required. The contract price paid per square foot for plane asphalt concrete pavement shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work involved in planing asphalt concrete surfacing and disposing of material removed, as specified in these Special Provisions and as directed by the Engineer. 24.10 PORTLAND CEMENT CONCRETE All Portland cement concrete shall be Class 520 -C -2500 unless otherwise specified on the plans. Construction shall be performed 27 24.11 according to the requirements of the applicable sections of the Standard Specifications, except as herein modified. Cement for Portland cement concrete shall be Type 5 cement or at the option of the Contractor a 7 sack cement mix may be used. The Cleanness Value requirement of Section 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 Section 200 -1.5.3 shall be replaced with the following: Tests Sand Equivalent: Individual Test Moving Average Test Method No Calif. 217 Requirements 70 Min. 75 Min. Portland cement concrete used for the curb and gutter and sidewalk shall be securely barricaded immediately following placement, and no vehicular traffic shall be allowed thereon for four (4) days. Payment for constructing PCC curb and gutter shall exclude curb inlet and local depression lengths. However, the unit price bid for constructing PCC curb and gutter shall be applicable where the curb height is less than 8 inches, such as through access ramp depressions, where joining existing curb and gutter. Payment for curb access ramps and landings shall include 4- inches of sand base with a sand equivalent of 30, and no additional compensation will be allowed therefor. CONCRETE BARRIER Concrete barrier shall be extruded of Class "A" PCC and shall conform to CalTrans Standard Drawing A 75 -A. Payment for concrete barriers shall be made at the unit price bid per linear foot and shall include compensation for all labor and 28 0 E materials and incidentals including but not limited to Portland cement concrete, and steel reinforcement and no additional compensation shall be allowed therefor. 24.12 FENCE MODIFICATION AND RECONS The lump sum price paid for fence modifications and reconstruction item of work as shown on the plans shall include compensation for all labor and materials and incidentals to complete the work to closely match the remaining portions of the fences to be modified, including removal, storage, new footings, hardware, painting and all necessary work to complete the work to the satisfaction of the Engineer. 24.13 STAMPED CONCRETE PAVEMENT Stamped concrete pavement shall be 564 -C -3250 Portland cement concrete. Colored hardener shall be Russet (A -24) "Lithochrome Color Hardener" as manufactured by L. M. Scofield Co., Los Angeles, California. The minimum rate of application of the hardener shall be 60 pounds per 100 square feet. Color wax curing and finishing compound shall be Russet (A -24) "Lithochrome Colorwax" as manufactured by L. M. Scofield Company, Los Angeles, California. Minimum application coverage shall be 600 square feet per gallon of unthinned colorwax. Subgrade preparation shall conform to the requirements of Section 301 -1 of the Standard Specifications. The final color appearance shall be uniform throughout the entire surface area. All surfaces that are not uniform in color and surface texture will be rejected and must be removed and reconstructed at the Contractor's expense. 24.14 RETAINING WALL The concrete block retaining wall construction shall be in accordance with Sections 202 -2 and 303 -4.1 of the Standard Specifications, the details and notes shown on the plans, and these Special Provisions. The blocks shall be laid up horizontally in straight uniform courses with regular running bond with alternate header joints in vertical alignment. THe top of the blocks will result in an irregular stepped appearance. A masonry cap shall be constructed along the top of the blocks so that the completed top of wall line generally corresponds to the profile of the street improvement. WE 0 0 The retaining wall shall receive a scratch coat and a color coat to closely match the existing wall behind the right of way. The masonry cap shall have a minimum thickness of two inches and may be accomplished utilizing one of the following methods: A. Longitudinal sawing of the top course of blocks and placement of a uniform cap using two inch thick cap block units. B . Forming along the top course of blocks and placing a PCC cap of varying thickness. 24.15 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. 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 1 -1/4 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 Standard Specifications and these Special Provisions, and as directed by the Engineer. 24.16 STORM DRAINS AND DRAINAGE STRUCTURES A. Pipe Storm drain pipe shall be reinforced concrete pipe or asbestos cement pipe of the size and strength shown on the 30 0 0 plans. The pipe and fittings shall be in accordance with Sections 207 -2 and 207 -6, respectively, of the Standard Specifications. Reinforced concrete pipe shall be either cast or spun. 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 ?laced and compacted in accordance with Section 306 -1.3 of the Standard Specifications. B. Drainage Structures All drainage structures shall be constructed in accordance with the pertinent City Standard Drawings or CalTrans Standard Drawings and details shown on the plans. All curb inlets shall have a protection bar installed per City of Newport Beach Standard 300 -L. C. 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 appurtenant 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 on the plans for the various locations including excavation, backfill and compaction, access frames and covers, bulb or face angles, protection bars, reinforcing steel, rounded entrances to inlet and outlet pipes, local depressions and all appurtenances, complete in place. 24.17 AIR PLACED CONCRETE Air placed concrete shall include downdrams, terrace drains, and concrete swales shall conform to the provisions in Section 303 -2 Method A (Gunite) or Method B (Shotcrete) of the Standard Specifications, and shall apply to ditches, down drains, and bench drains. 31 24.18 24.19 24.20 0 0 Air placed concrete reinforcement shall be 6 11x6", #10010 welded wire mesh with curing compound per Subsection 201 -2.4 of the Standard Specifications, plans and these Special Provisions. The contract unit price paid for air placed concrete items shall include full compensation for furnishing and placing welded wire mesh reinforcement, any earthwork required, all labor, tools, equipment and materials and no additional compensation will be allowed therefor. CORRUGATED STEEL PIPE Corrugated steel pipe item construction shall conform to the requirements of Section 207 -11 and Section 306 of the Standard Specifications, these Special Provisions, and the details shown on the Improvement Plans. RIP RAP Rip rap shall conform to Section 200 -1.6, "Stone for Rip Rap" of the Standard Specifications, these Special Provisions and the details shown on the Improvement Plans. SEWER CONSTRUCTION A. Pipe Sewer pipe shall be vitrified clay pipe in accordance with Section 207 -8 of the Standard Specifications. B. Manholes Manholes shall be constructed in accordance with applicable City of Newport Beach Standards. C. Abandonment of Existing Facilities Existing sewers and manholes shall be abandoned in accordance with Section 306 -5 of the Standard Specifications. D. Measurement and Payment Payment for sewer pipe will be made at the contract unit price per linear foot and shall include all costs of furnishing and installing pipe, trenching, bedding, pipe laying, backfill and compaction, and all appurtenant work, complete in place. 32 0 0 Payment for manholes shall include full compensation for furnishing all labor and materials necessary to construct these items as shown on the plans including excavation, backf ill and compaction, reinforcing steel, and miscellaneous metal, complete in place. 24.21 WATER MAIN INSTALLATION The water main and appurtenances shall be installed in accordance with the City of Newport Beach Standard .Special Provisions. The Contractor shall be responsible for maintaining water service to the businesses and the residents affected by the work or for providing notices. Full service shall be maintained during the night hours, and temporary disruptions in water service during the day shall not exceed eight (8) hours. 24.22 EROSION CONTROL (HYDROMULCH) Erosion control shall conform to the provisions in Subsection 308 - 4.9(c), "Erosion Control Planting," of the Standard Specifications and these Special Provisions. The Contractor shall be responsible for securing from and following the recommendations of soils report prepared by the Soil and Plant Laboratory, Inc., 1534 South Trotter, Santa Ana, California (714) 558 -8333. The costs of said report shall be borne by the Contractor. Hydroseeding shall consist of .Method B planting of material consisting of a mixture of fiber, seed, commercial fertilizer, binder, fugitive dye, and water to the areas shown on the plans or directed by the Engineer. Fiber shall be produced from non - recycled wood such as wood chips or similar wood materials and shall be of such chardcter that the fiber will disperse into a uniform slurry when mixed m. ") water. Fiber shall not be produced from sawdust or frorn paper, cardboard or other recycled materials. Fiber shall be colored to contrast with area on which the fiber is to be applied, shat be nontoxic to plant or animal life, and shall not stain concrete or painted surfaces. Seed shall be mixed on the project site in the presence of the Engineer. 33 Commercial fertilizer shall be Gro- Power, Earthmaster CPF -3 -3- 3 or an approved equal. Organic soil stabilant shall be Ecology Control M- Binder, terra - tack III or approved equal. Water shall be of such quality that it will promote germination and growth of seeds and plants. Water shall not contain weed seeds, nor shall it be obtained from sources containing more salts than are contained in irrigation water used in the vicinity. Humectant shall be CPA 1200, Tera Sorb or approved equal. The proportion of erosion control materials may be changed by the Engineer to meet field conditions. Mixing of hydroseeding materials shall be performed in a thoroughly clean tank with a built -in, continuous agitation system of sufficient operating capacity to produce a homogeneous slurry and a discharge system which will apply the slurry to the slopes at a continuous and uniform rate. The tank shall have a minimum capacity of 1,000 gallons. The Engineer may authorize use of equipment of smaller capacity if it is demonstrated that such equipment is capable of performing all the operations satisfactorily. A dispersing agent may be added provided the Contractor furnishes evidence that the additive is not harmful to the mixture. Any materials considered harmful, as determined by the Engineer, shall not be used. The slurry shall be applied within 30 minutes after the seed has been added to the slurry. The item for erosion control shall include full compensation for installation of hydromulch in accordance with the plans, irrigation and maintenance of the slope landscaping for a period of three months or until the ground cover is established to the satisfaction of the City of Newport Beach and no additional compensation will be allowed therefor. 34 24.23 STET LIGHTING (SUPERIOR AVENU Street lighting work shall be in accordance with Section 307 of the Standard Specifications, these Special Provisions, and the details and notes shown on the plans. The unit prices paid per street light shall include the cost of the light standard, luminaire, and foundation, and all necessary work for a fully operational system and no additional compensation shall be allowed therefor. The unit price paid per linear foot of street lighting conduit and wiring shall include excavation, pull boxes and backfill and no additional compensation shall be allowed therefor. The lump sum price paid for street lighting service modification shall include all labor, materials and incidentals and all necessary work to modify the existing service for a fully - operational system and no additional compensation shall be allowed therefor. 24.24 DUST CONTROL Dust control shall conform to the provisions of Section 7 -8.1, "Cleanup and Dust Control," and Section 7 -8.2, "Air Pollution Control," of the Standard Specifications. The Contractor has the option of utilizing water for dust control or applying a dust palliative both as set forth in these Specifications. A. Watering Watering shall conform to the provisions in Section 17, "Watering," of CalTrans Standard Specifications, except that full compensation for developing a water supply and applying water shall be considered as included in the prices paid for the various contract items of work involving the use of water, and no separate payment will be made therefor. B. Application of Dust Palliative Application of dust palliatives shall conform to the provisions in Section 18, "Dust Palliative," of the CalTrans Standard Specifications, except that full compensation for furnishing all labor, materials, tools, equipment, and incidentals and application shall be considered as included in the prices paid for the various contract items of work, and no separate payment will be made therefor. The Contractor shall use "Soil Seal Concentrate" or equal as manufactured by the Soil Seal Corporation, Los Angeles, California, Phone 213/487 -0251. No separate payment will be made for any work performed or material used to control dust resulting from the Contractor's performance of this contract, either inside or outside the right of way. Full compensation for such dust 35 24.25 24.26 • control will be considered as the various items of work compensation will be allowed FINAL CLEAN UP 0 included in the prices paid for involved and no additional therefor. Upon completion and before making application for acceptance of the work, the Contractor shall clean all work areas, and all other grounds occupied by him in connection with the work of all rubbish, excess materials, temporary structures, and equipment, and all parts of the work and grounds occupied by him shall be left in a neat and presentable condition. Full compensation for conforming to the requirements of this article shall be considered as included in the contract bid prices paid for the various items of work, and no additional compensation will be allowed therefor. 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 drawings and as specified herein. B. Reference Specifications and Standard Plans 1. Standard Specifications - Except as modified herein, materials and installation shall conform to the California Standard Specifications, January 1981. All references in this section to "Standard Specifications" shall be understood to be referenced to the California Standard Specifications. Standard Plans - Except as modified herein, all references in this section to "Standard Plans" shall be understood to be referenced to the California Standard Plans, January 1981. 3. Codes, Ordinances, and Regulations - All electrical materials and equipment furnished and installed under 36 • • 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. C. Description Furnishing and installing traffic signals, safety lighting, and sign illumination systems and payment therefor shall conform to the provisions in Section 86, "Signals and Lighting," of the Standard Specifications. Traffic signal work is to be performed at the following location: COAST HIGHWAY AT BALBOA BOULEVARD /SUPERIOR AVENUE D. Equipment List and Drawings The controller cabinet schematic wiring diagram and intersection sketch shall be combined into one drawing and shall be supplied on a single 24" x 48" size sheet for five through eight phase installations only, and shall be drawn in sufficiently large scale to be clearly readable by field technicians. Partial schematic diagrams of the basic cabinet wiring on numerous other size sheets will not be acceptable. The Contractor shall furnish a maintenance manual for all controller units, auxiliary equipment, and vehicle detector sensor units, control units, and amplilfiers. The maintenance manual and operation manual may be combined into one manual. The maintenance manual or combined maintenance and operation manual shall be submitted at the time the controllers are delivered for installation or, if ordered by the Engineer, prior to purchase. The maintenance manual shall include, but need not be limited to, the following items: 37 E. 0 0 1. Specifications 2. Design characteristics 3. General operation theory 4. Function of all controls 5. Detailed circuit analysis 6. Trouble shooting procedure (diagnostic routine) 7. Voltage charts with wave forms 8. Block circuit diagram 9. Geographical layout of components 10. Schematic diagram 11. List of replaceable component parts with stock numbers The Contractor shall guarantee the entire work constructed by him under this contract and will fully meet all requirements as to quality of workmanship and materials furnished by him. The Contractor shall make, at his own expense, any repairs or replacements made necessary by defects in workmanship or materials furnished by him that becomes evident within one (1) year after filing of the Notice of Completion of the work and to restore to full compliance with the requirements of these specifications, any part of the work which during the one (1) year period is found to be deficient with respect to any provision of the plans and specifications. The Contractor shall make all repairs and replacements promptly upon receipt of written orders from the Engineer. If the Contractor fails to make the repairs and replacements promptly, the City may do the work and the Contractor and his surety shall be liable to the City for the cost. Scheduling of Work The Contractor shall perform sub- surface work consisting of the installation of conduit, foundations, and detectors, prior to receipt of all electrical materials and equipment. Above ground signal work shall not commence until such time that the Contractor notifies the Engineer, in writing, of the date that all electrical materials and equipment are received, and said work shall start within 15 days after said date. No materials or equipment shall be stored at the job sites until receipt of said notification by the Engineer. The job sites shall be maintained in neat and orderly condition at all times. 38 0 0 F. Foundations Portland cement concrete shall conform to Section 90 -10, "Minor Concrete," of the Standard Specifications, and shall contain not less than 470 pounds of cement be cubic yard, except concrete for reinforced pile foundations shall contain not less than 564 pounds of cement per cubic yard. G. Standards, Steel Pedestals and Posts Standards, steel pedestals, and posts shall conform to the provision in Section 86 -2.04, "Standards, Steel Pedestals and Posts," of the Standard Specifications and these Special Provisions. H. Conduit 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. Rigid metal conduit, to be used as a drilling or jacking rod, shall be fitted with suitable drill bits for size hole required. Conductors and Wiring Conductors shall be spliced by the use of "C" shaped compression connectors as shown on the plans. Splices shall be insulated by "Method B ". Insulation for conductors installed for internally illuminated street name signs shall be color coded orange with no stripe. J. Bonding and Grounding Grounding jumper shall be attached by a 3/16 inch or larger brass bolt in the signal standard or controller pedestal and shall be run to the conduit, ground rod or bonding wire in adjacent pull box. Grounding jumper shall be visible after cap has been poured on foundation. 39 • • K. Service Service shall conform to the provisions in Section 86 -2.11, "Service," of the Stanard Specifications and these Special Provisons. L. Testing Testing of control equipment and cabinet wiring shall be accomplished at a facility designated by the City of Newport Beach. All references to State testing facilities or laboratories shall be interpreted as the City designated testing facility. However, State testing procedures referred to shall remain in effect. All costs for testing of equipment shall be included in the lump sum bid price. M. Vehicle Signals All lamps for vehicle signals shall be provided by the Contractor, and the cost thereof shall be included in the lump sum bid. N. Programmed Visibility Vehicle Traffic Signal Heads Lamps shall be furnished by the Contractor. O. Pedestrian Signals Pedestrian signals shall be Type C. The hood described in Section 86- 4 -05D, "Visors," of the Standard Specifications shall be provided. P. Detectors Detectors shall conform to the provisions in Section 86 -5, "Detectors," of the Standard Specifications and these Special Provisions.. The first paragraph of Section 86- 5.OIA(4), "Constriction Materials," of the Standard Specifications is amended to read: Conductor for each inductive detector loop shall be continuous, unspliced, Type RHW -USE neoprene - 40 jacketed or Type USE cross - linked polyethylene insulated, No. 12, solid or stranded copper wire. Loop detector lead -in cable shall be Type A. The Contractor shall test the detectors with a motor-driver) cycle, as defined in the California Vehicle Code, that is licensed for street use bythe Department of Motor vehicles of the State of California. The unladen weight of the vehicle shall not exceed 220 pounds and the engine displacement shall not exceed 100 cubic centimeters. Special features, components or vehicles designed to activate the detector will not be permitted. The Contractor shall provide an operator who shall drive the motor - driven cycle through the response or detection area of the detector at not less than 3 miles per hour nor more than 7 miles per hour. The detector shall provide an indication in response to this test. Q. Pedestrian Push Buttons When pedestrian push buttons are installed on pedestrian push buttons posts, the button shall be installed at a height of 3'10" with the assembly in the upright position. The pedestrian push button post shall be of sufficient length of facilitate installation of the button at this height. The sign shall be 9" x 12" and shall not extend beyond the mounting framework. R. Luminaires Glare shields are required. Luminaires shall be the cutoff type. Each luminaire shall be die -cast aluminum, with integral regulator ballast and Type IV photoelectric control (Section 86- 6.07A) for use in a multiple 120V circuit. The optical assembly shall provide true 90 degree cutoff and shielding (with external glare shield) and shall consist of: a glass or glass coated gasketed reflector; a heat and impact resistant, flat glass lens; a porcelain enclosed mogul muiltiple screw shell socket with lamp grips. The optical assembly shall contain an activated charcoal filter which prevents particulate and gaseous contamination. 41 The reflector shall be specifically designed to produce an ANSI, IES medium, cutoff, Type III light distribution when used with either a 250 or 400 watt high pressure sodium lamp. Luminaires shall be General Electric U -400 A cutoff power /door units or approved alternate. S. Solid State Traffic Actuated Controllers Solid state traffic actuated controller units, cabinets, and auxiliary equipment. The Contractor shall arrange to have a signal technician, qualified to work on the controller and coordinate with the controller manufacturers representative and be present at the time the equipment is turned on. T. Internally Illuminated Street Name Signs Internally illuminated street name signs shall conform to the requirements of the Standard Specifications, the Plans, and these Special Provisions. Illuminated street name signs to be provided on this contract shall be constructed with quality and design features equivalent to NUART or Safety Sign Company, and shall be installed in accordance with the City of Newport Beach Standard Drawing No. STD - 911 -L. The Contractor shall furnish to the City shop drawings and specifications of the selected suppliers sign. City approval must be approved prior to purchasing. The following information shall be included in the drawings and specifications: 1. Internal maintenance method 2. Housing and mountings 3. Lamps and lampholders 4. Terminal blocks 5. Ballasts 6. Conductors 7. Face panel 8. Fuses 9. Photocell 42 0 Internally illuminated street name sign color shall conform to the Federal Specifications for green background with white legend. U. Photoelectric Controls Photoelectric controls shall conform to the provisions in Section 86 -6.07, "Photoelectric Controls," of the Standard Specifications and these Special Provisions. Type IV photoelectric controls shall be provided on each luminaire and on each internally illuminated street name sign. V. Payment Payment for traffic signal installation shall be at the contract lump sum bid price for traffic signal installation. The lump sum bid price shall be full compensation for all labor, materials, equipment and incidentals to provide a complete functioning traffic signal system. 24.27 SIGNING, STRIPING AND PAVEMENT MARKERS A. New Signing This work shall consist of furnishing and installing roadside signs, posts and mast arm hangers and brackets complete with fastening and mounting hardware at the locations shown on the plans and as directed by the Engineer. This work shall be performed in conformance with the current State of California Department of Transportation, Traffic Manual and these Special Conditions. The exposed portion of fastening hardware on the face of the signs shall be painted, using touch -up enamel that matches the background. Posts for roadside signs shall be as indicated on the plans. Roadside signs will be paid for as a "lump sum" bid item for signing and striping. Said price shall constitute full compensation for furnishing all labor, materials, including posts, tools, equipment and incidentals, and for doing all the work involved in furnishing and installing roadside signs and posts, complete in place, as shown on the plans and specified herein, or as directed by the Engineer. 43 0 0 B. Remove Roadside Signs Existing roadside signs and posts, at locations shown on the plans, shall be removed, relocated, disposed of, or salvaged as shown on the plans or as directed by the Engineer. Existing roadside signs shall not be removed until replacement signs have been installed or until the existing signs are no longer required for the direction of public traffic, unless otherwise directed by the Engineer. Salvaged sign panels and /or posts shall be delivered to the appropriate maintenance facility of the City of Newport Beach or CALTRANS as appropriate. Contractor shall notify Engineer at least 24 hours prior to delivery. C. Payment All work, materials, labor, etc. relating to traffic sign removal, relocation, salvaging, and installation as shown on the plans shall be included in the "lump sum" contract price. D. New Painting Paint for traffic striping and pavement markings shall be either rapid dry white conforming to State Specifications 711 -80 -195, or rapid dry yellow conforming to State Specification 711 -80 -198, in accordance with the color stipulated on the plans or as directed by the Engineer. Delete Paragraph 1 of Subsection 210- 1.6.5, "Reflective Material," for the Standard Specifications of Public Works Construction, and add the following: Reflective material shall consist of glass beads added to the surface of each coat of paint prior to setting, so that the beads will have proper adhesion. Special care shall be taken with rapid dry paint and thermoplastic material. Delete Paragraph 1 of Subsection 310 - 5.6.7, "Layout, Alignment and Spotting," of the Standard Specifications for Public Works Construction, and add the following: The Contractor shall perform all layout, alignment, and spotting. 44 0 • The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 50 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal of the existing striping and markings. No street shall be without the proper striping over a weekend. E. Removal Traffic stripes and pavement markings shall be removed from the existing pavement as shown on the plans or as directed by the Engineer. Traffic stripes, pavement markings and pavement markers shall be removed to the fullest extent possible from the pavement by any method that does not materially damage the surface or texture of the pavement or surfacing. Sand or other material deposited on the pavement as a result of removing traffic stripes, markings and markers shall be removed as the work progresses. Accumulations of sand or other material which might interfere with drainage or might constitute a hazard to traffic will not be permitted. Traffic stripes and markers shall be removed before any change is made in the traffic pattern, and before painting new stripes and markings. Where blast cleaning is used for the removal of traffic stripes and pavement markings or for removal of objectional material, and such removal operation is being performed within 10 feet of a lane occupied by public traffic, the residue including dust shall be removed immediately after contact between the sand and the surface being treated. Such removal shall be by a vacuum attachment operating concurrently with the blast cleaning operation. Nothing in these Special Conditions shall relieve the Contractor from his responsibilities as provided in Subsectin 7 -10, "Public Convenience and Safety," of the Standard Specifications for Public Works Construction. 45 0 0 F. Payment Supplement and amend Subsection 310 - 5.7.3, 'Basis of Payment," of the Standard Specifications for Public Works Construction as follows: Contract "Lump Sum" bid for traffic signing and striping and pavement markings and pavement markers shall include full compensation for furnishing all labor, materials, tools and equipment, and for doing all the work involved in traffic striping and pavement markings, and no additional compensation will be allowed therefor. G. Pavement Markers Pavement markers shall conform to the provisions in Section 85, "Pavement Markers," of the Standard Specifications of the State of California (1975) and these Special Provisions. Pavement markers shall be placed to the line established by the Engineer, and as shown on the plans. All additional work necessary to establish satisfactory lines for markers shall be performed by the Contractor, including correction of minor irregularities in the line established by the Engineer. Section 85 -1.02, "Type of Markers," of the Standard Specifications is amended to read: Pavement markers shall conform to one or more of the following types: Type A - Non - reflective White Markers Type AY - Non - Reflective Yellow Markers Type B - 2 -Way Clear Reflective ,Markers Type C - Red -Clear Reflective ;Markers Type D - 2 -Way Yellow Reflective Markers Type G - One -Way Clear Reflective Markers Type H - One -Way Yellow Reflective Markers Section 85 -1.03, "Sampling, Tolerances and Packaging," of the Standard Specifications is amended to read: Pavement markers shall conform to the following sampling, tolerance and packaging requirements: 46 0 0 (A) Sampling. Twenty markers selected at random will constitute a representative sample for each lot consisting of 10,000 markers or less. Forty markers will constitute a representative sample for lots consisting of more than 10,000 markers. The lot size shall not exceed 25,000 markers. (B) Tolerances. (1) Three test specimens shall be randomly selected from the sample for each test except as noted in (2) below, and tested for compliance in accordance with these Specifications. Should any one of the 3 specimens fail to comply with the requirements of these Specifications, 6 additional specimens will be tested. The failure of any one of these 6 specimens shall be cause for rejection of the entire lot or shipment represented by the sample. (2) The entire sample of reflective pavement markers shall be tested for reflectance. The failure of 10 percent or more of the original sampling shall be cause for rejection. (3) At the discretion of the Engineer, a resample may be taken consisting of double the number of samples originally taken. Tolerances for resamples shall be in the same ratio as specified above. (C) Packaging. Shipments shall be made in containers which are acceptable to common carriers and packaged in such a manner as to insure delivery in perfect condition. Any damaged shipments shall be replaced by the Contractor. Each package shall be clearly marked as to the name of the manufacturer, type, color, quantity enclosed, lot number, and date of manufacture. Section 85 -1.04, "Non- Reflective Pavement Markers," of the Standard Specifications is amended to read: Types A and AY pavement markers shall consist of a heat - fired, vitreous, ceramic base and a heat - fired, opaque, glazed surface to produce the properties required in these specifications. The markers shall be 47 0 0 produced from any suitable combination of intimeately mixed clays, shales, talcs, flints, feldspars, or other inorganic material which will meet the properties herein required. The markers shall be thoroughly and evenly matured and free from defects which affect appearance or serviceability. The bottom of the ceramic markers shall be free from gloss or glaze and shall have a number of integrally formed protrusions approximately 0.050 -inch projecting from the surface in a uniform pattern of parallel rows. Each protrusion shall have a face parallel to the bottom of the marker. The area of each parallel face shall be between 0.01 and 0.065 square inches and the combined area of these faces shall be between 2.2 and 4 square inches. The protrusions shall be circular in section. The number of protrusions should be not less than 50 nor more than 200. To facilitate forming and mold release, the sides of each protrusion may be tapered. This taper shall not exceed 15 degrees from perpendicular to the marker bottom. Markers manufactured with protrusion whose diameter is less than 0.15 -inch may have an additional taper not exceeding 30 degrees from perpendicular to the marker bottom extending no more than one -half the total height of the protrusion. The overall height of the marker shall be between 0.68 and 0.80 inches. The non - reflective pavement markers shall conform to the following finish and testing requirements: (A) Finish. The top surface of the marker shall be convex and the radius of curvature shall be between 3- 1/2 inches and 6 inches, except that the radius of the 1/2 -inch nearest the edge may be less. Any change in curvature shall be gradual. The top and sides shall be smooth and free of mold marks, pits, indentation, air bubbles, or other objectionable marks or discolorations. (B) Tests. All tests shall be performed in accordance with Test Method No. Calif. 669. 48 • • Test 75 min. Requirement (1) Adhesive bond strength to bottom (Type A white markers only) surface of the marker suing Glazed surface 0.07 max. adhesive specified in Sections 0.12 max. (6) Color 95-2.05, "Standard Set Epoxy (Type AY yellow markers only) Adhesive for Pavement Marker," and 95 -2.04, "Rapid Set Epoxy Adhesive for Pavement Markers ". 700 psi min. (2) Glaze thickness 0.007" min. (3) Hardness (Moh) 6 min. (4) Directional reflectance (Type A white markers only) Glazed surface 75 min. Body of marker 65 min. (5) Yellowness index (Type A white markers only) Glazed surface 0.07 max. Body of marker 0.12 max. (6) Color (Type AY yellow markers only) Purity 76% to 90% Dominant wave length 579 to 585 mu Total luminous reflectance (Y value) 0.41 min. (7) Autoclave resistance Glaze shall not spall, craze or peel (8) Strength 1,500 lbs. min. (9) Water absorption 2.0% max. The following paragraphs are added between the second and third paragraphs of Section 85 -1.05, "Reflective Pavement Markers," of the Standard Specifications. 49 IN 0 0 The reflective lens shall not contain any voids or air space and the back of the lens shall be metallized. The shell shall be fabricated in a manner that will provide a mechanical interlock between the thermosetting compound and the shell. The thermosetting compound shall bond directly to the backside of the metallized lens surface. The first and second paragraphs of Section 85 -1.06, "Placement," of the Standard Specifications are superseded by the following: Rapid Set Type Adhesive shall be used to cement the markers to the pavement. A certificate of compliance indicating conformance with the California State Department of Transportation Standard Specifications and these Special Provisions will be supplied to the Engineer prior to placing pavement markers. The contract unit price paid for signing, striping, pavement marking and pavement markers shall include full compensa- tion for furnishing labor, materials, tools, equipment, and incidentals, and for doing the work involved in placing pavement markers, complete in place, including adhesives, as shown on the plans as specified in these Special Provisions, and as directed by the Engineer. Epoxy Epoxy shall conform to the provisions in Section 95, "Epoxy," of the Standard Specifications for the State of California (1975), and these Special Provisions. In Section 95 -2.01, "Binder (Adhesive), Epoxy Resin Base," (State Specification 741- 80 -28), Section 95 -2.04, "Rapid Set Epoxy Adhesive for Pavement Markers," (State Specification 741- 80 -42), and Section 95 -2.05, "Standard Set Epoxy Adhesive for Pavement Markers, " (State Specification 741- 80-44) of the Standard Specifications, the footnote describing talc is amended to read: Specific Gravity 2.68 to 2.86 Oil Absorption, ASTM D 281 26 to 33 pH 8.9 to 9.6 Hegman Rating 3 to 5 50 0 0 Particle Shape Platey Maximum Particle Size, microns 55 Percent Passing U.S. No. 325 Sieve, minimum 99 Dry Brightness, minimum 93 Full compensation for furnishing and placing epoxy shall be considered as included in the prices paid for the various contract items requiring epoxy, and no additional compensation will be allowed therefor. 51 0 APPENDIX 1. CalTrans Standard Drawings 2. CalTrans Encroachment Permit 3. Coastal Zone Permit No. 5 -82 -793 4. Borings Log 52 0 . i. � ! § 63 Cc ( § / �k� k i / 9 ƒ� ! \ 0 \ !, \ \/ } \\ �\\ , \;! 3\ // a. \ ) \q / \ � \ /\}{ � I � ) � � ..ƒ � J/ |� 0 _� !! ] a ` � _ \ \! > |� 5 / §a - \ _ - �' \� Rl �� a o� a . / t� k ! / \` /} f! °K« / QRf \ ] a ` � � \ \! > |� °K« / QRf \ i� \� =�1 ] \] :� }� § §) \� ] a ` � � { |� / §a \� Rl �� i� \� =�1 ] \] :� }� § §) \� _F���-{I �G• I � � y�n� �2e£� yg �� � e b� P YS L� I I.`JI �r.! I QQ J �b a_�,a.' i °• -.6� �.er$- os S 81 [ z z .p �E~•`3 ;.- r9i y?sYEd:4'� °dam 'pi `Er •��� a� as • S ° aF Q �°� E• � I N Q ZOv -la.o�o O F > O � m a o z W w � ~ O Q w Z La x 5 5" m z 0 1 S �n'soe -Y Z �oba i Ey �N �N i �r L f e n� r- t o E y a �8z dc� ZI a E 1 si.gi n air e �e a.c °S do i 4 J' RE a !r 1nn1'• r J Q W F 5 5" m z 0 1 S �n'soe -Y Z �oba i Ey �N �N i �r L f e n� r- t o E y a �8z dc� ZI a E 1 E si.gi a.c °S do r m � VII r J Q W F O a�5e$C <i "f¢ J E T S ¢ r m � VII r J Q W F O "f¢ J x O vE O Z � w O � U E F y �.r Z S R z w 1,- N N W J Z w Q Z Q K O N' J a w 0 c° Z ZIw a, ofm U J 0 N w a r F- w J z n a a. Y 4' v F wlJ r�t l C1 �a E; p% c er •� to W fi¢3 8a of a ¢ 0 N W ¢ N N J m 0 N u� Z H ¢ d J f . a l art F.I DI ° i 4 M1� �� fr mgr a��o= 8 S ni A f �a jj Id D oWl if'J n a s ijJ r u � • I �3 ! } 1 � c� 8i �J � f s - • ; FA s in i t o� S, ° a 331`: f� 'I}ft� •.a 1F j � Y3 O p i ^ Oz I IF oaI - I! 1 � yiQi ,l m �ppL a1� ca `o �S N O N W ,r a W O a W r r v N pil u +! ail �1! < Pfl >' of oJJy u1� u uh}} �A D if'J Y' b mI. idj 'y ai i` $� a � 853£: -i •. _ =t Syyyy2 �° - -- - _ -- =E: '�• ' -- _°-° yd:o Y -a_ - -- g' � Ef� =__� G J `o" � - >n o. eE g�•- `3$ .° •°•tee °� °P Ww . .I � g�.Yi =F. :ate' -- eSe �F. _ cv6 "%g•' - _ca "_ ; °. �° -__�ai 3� .3 °o° e� f. c x Y °� _ � C ..' c'. ._ c� S _ _c`_a�vo��, •�a_ f62� c 51 W n W N z Ui =a l 1 1 i o Sff'B %Z U'n W2 U °i $ a' Tr. L gl o s' �T:2:• w V I Z afr.� U' u ° Fx L 1/�•'1 =1 a`via °i U ni V I M � 12 F, �a °s> F Y za ! a h p °a- t V p, W O Z 0 CALTRANS ENCROACHMENT PERMIT A copy of the City's CalTrans encroachment permit ( #782 -NMC -5017) was not available at time of printing of specifications. A copy of the permit will be mailed to each plan holder and will be available for review at the Public Works counter. i State of California, eorge +kmejian, Governor w California Coastal Commission South Coast District COASTAL DEVELOPMENT PERMIT NO. 5 -82 -79 C 245 West Broadway, Suite 380 P O Box 1450 Page 1 of 2 Long Beach, California 90801-1450 (2 13) 590.5071 On January 27. 1983 The California Coastal Commission grantee to City of Newport Beach, 3300 Newport Blvd., P.O.Box 1768, Newpor Beac_ this permit for the development described below, subject to the at -acts= Standard and Special conditions. Realign and widen Superior Avenue from the Pacific Coast Highway to approximately 1100 foot northerly, add a north bound lane along Pacific Coast Hwy., and modify traffic signal at the intersection. of Superior Avenue and Pacific Coast Hwy,, in Newport Beach. M Superior Avenue at the Pacific Coast Hwy., in Newport Beach Issued on behalf of the California Coa (MPORjg ; TMS PERMIT iS NOT VALID MESS AND LWM A COPY OF THE PERMIT WTTH THE SIMED ACKNOWLEDGEMENT HAS BEEN RETURNED TO THE COMMISSION OFFICE 5 `I Executive Director and e — PGA__ ACKNOkLEDGEM£N^ The undersigned permittee acknowledges receipt of this permit and agrees to abide by all terms and conditions thereo`. /'t92GN i (, 293 SS �aure vim. Dat — Signature of Pe ^ ittee w3Ltc. 6"o Ziey Coastal Development Pe=i t No. 5 -82 -793 • Page 2 STANDARD CONDITIONS: 1. Notice of Ibiceit and Acknowledgement. The permit is not valid and construction shall not commence until a copy of �e peroTf, s ynia oy %he pemtcee or authorized agent, acknowledging receipt of the permit and acceptance of the tares and conditions, is returned to the [mission office. 2. Expiration. If construction has not tormented, the permit will expire two years from the date on which the Coamrssior vo on application. Construction shall be pursued in a diligent manner and completed in a reasonable period of time. Application for extension of the permit must be made prior to the expiration date. 3. CCliance. All construction must occur in strict compliance with the proposal as set forth in the application for pe� remit, subject to any special conditions set forth below. Any deviation from the approved plans must be revieed and approved by the staff and may require Commission approval. 4. Interpretation. Any questions of intent or interpretation of any condition will be resolved by the Executive Director or ommission. 5. Insn^rtions. The Commission staff shall be allowed to inspect the site and the development during construction, su ,7e —b�' t to 24 -hour advance notice. 6. As�si rment. The permit may be assigned to any qualified person, provided assignee files with the Commission an aaffadavit- accepting all terms and conditions of the permit. 7. Terms and Conditions Run with the land. These term and conditions shill be perpetual, and it is the intention of the Comission a perms ee all future owners and possessors of the subject property to the terms and conditions. SPECIAL CONDITIONS: 1. Archaeological or Paleontological Resources. Prior to trans`ittal of permit applicant shall agree in writing that should archaeological or paleontological resources be disclosed during any construction prase o° the project, all activitity which could damage or destroy these resources shall be temporarily suspended until the site has been examined by a qualified archaeologist or paleontologist and mitigation measures have been developed and implemented to address the impacts of the project on archaeological of paleontological resources. Such mitigation measures shall be reviewed by tr:e State Office of Historic Preservation and approved by the Executive = '_recto -^ i of the Commission prior to the implementation. Evidence of applicants in', to comply with Section II,C,1 -9 of the City's paleontological guidelines (K -5) adopted January 26, 1974, and subsequent compliance with said guidel °:es will fulfill the terms of this cui,dition. Cn� . • � DATE2�ZS�(J �- COUNTY OF ORANGE MA7ERb4LS LAB , PROJECT ;tiJFE ` I 4VL 4 �o �) SURF EL. 4 `' �<Q TEST BORING NO. -y" �dl DESCRIPTION ' 007 � ' "•i r �jL11�(D r 1L�I�t rii,L ��II� zoo .; L-ow i• Z-09 a-r 2i oN -Z�- ZZa 1 7 — I �. / t -FO 74L DF 7 - �S 0I1 -LJ1. I Oi- DATE 3r1 Z2 -(2 COUNTY OF ORANGE MATER 1,4L5 LAB • PRO.IECT`��U IC�i�, Ja UG. S-r� IGf -�.c -a I SURFEL -- -- 41_ <0 TEST BORING NO. Z ,g e J� Off' 1P DESCRIPTION 6,P, " LOW /71 Sat-4 D - To cc>,a 2S _ 70 F /-72- 15 '" ♦� , Iri I"74 17 5 jL3 N D — 7,61�I �f G� f21 J �L c o A 2�, -� 7 GdG21� o I 40 6,P, COUNTY OF ORANGE AlATER/ALS LAS PROJECT �v �f'-- A U G SURF o TEST BORING Na 2 Ode �aG DESCRIPTION By Sh. �-cf DATE3-Z2 -83 � Q ° r/ �I Nb I✓)F_DJrJD JJA f G4/ 9 COUNTY OF ORANGE MArEPIALs LAB 57/1- I-":,) -r `t,D (� i TEST BORING NO. DESCRIPTION PROJECT 0 DAT E SURF. EL -- - 72 .17 s; `�ILf`f 5/�yD - P��G r ��o vN pow SUVA Ic14 it I • o, )r17 / r IYC--y 51L: - 1 24-fr.5 r e0wN� WSVLF,4, J �<_ rn��c ,Uc car- _�u•�� „������, s; _. COUNTY OF ORANGE MATERIALS LAB ��// DATE � 'J'' �� PROJECT")^' -''1C2 AUy % -1-Zj ISGI�` Z-.) SURF. EL._ _ TEST BORING NO. DESCRIPTION 6fr I , C`7 �zo--( 15 8" SL11V D - -T N F - ' 20 Vj = nY F,a: L- zr . .'r•.. �.I Sic, "� SGT; � wlc- ;,�r.��s of -�4t�0 i�ontG 50,E 3Z4 � ,,i •I ! �eD�.o�e 1 • I iV 0 2 o tJ 6fr D(FARTt1aY'f )F TRAM/PORTATION (C* NO &XCR0AGNM2HT- P2RWT E in complianoa with your appltcaaon of NOVEMBER ?4 1g 8Z. linviromtsntal document information has been reviewed and considered prior to approval of this permit: ❑ No ® Yes In addition to any eat toes this penalties will be billed for arty field work by Caitr[ns torus end: . Pteview ® No ❑ Yes, Inspection © No ❑ Yes No prcleot work shell be commenced until all ~ necessary parwlts and enviroo- merest Clearances he" bon obtained. r CITY OF NEWPORT BEACH 3300 Newport Blvd. Newport Beach, CA. 92663 L ►[wIT NO. ►AIO O[►O /IT SE P �. BOND AMOUNT MONO COMPANY DONO NUMeaR DATA J PERMITTEE subiect to the General Provisions and the following. PEFMtISSICN IS HEREBY GRANTED to: grade, make street improvements and install drainage within State highway right of way on the northerly side of.Pacific Coast Hwy, at Superior Ave. in Newport Beach (ORA -1- 20.37) all in accordance with current State Specifications, the attached Speoial Provisions and permit plans dated May 16, 1983. R- 5469 -S "BY ACCEPTANCE OF THIS PERMIT, THE PERMITTEE UNDERSTANDS AND AGREES TO REIMBURSE THE STATE FOR ANY AND ALL COSTS INCURRED FOR HAVING CORRECTIVE WORK PERFORMED BY STATE FORCES OR UNDER CONTRACT IN THE EVENT THAT THE PERMITTEE, HIS CONTRACTOR OR SUBCONTRACTOR FAILS TO INSTALL, REPL_ICE, REPAIR, RESTORE OR REMOVE FACILITIES TO STATE SPECI2ICATIONS FOR THE IMMEDIATE SAFE OPERATION OF THE HIGHWAY AND SATISFACTORY COMPLETION OF ALL PERMIT WORK. (continued on page 2) K. Motoda (213) 620 -2030 - -Pia► N Ree -shill notify permit Inspector by keel D. Fairbanks (714) 639 -6851 ing between OTOC and 09M_ a minlaua of three working days prior to the initial Mart of work and are working day prior to closing any traffic lanes. : Permittes shall arrange a pre- constuction meeting with their contractor and the permit Inspector tar Insure a complete Under- ;tfuding of the work and the permit requlremwts. Permittes. his agents or Contractors we bound by and shall comply with all provisions of this'permit and the instructions OIL the State representative while performing any work authorised by this permit. The following attachments are also included as part of this permit. a) Utility Maintenance Provisions: ❑ NO x❑ Yes b) Special Provisions: ❑ No ® Yes A, B, C, H, Q c) A Cal -Osha permit squired prior to booming work: ® No ❑ Yes _ This- pemitla_ void. union the work Is completed before .TAgTTARY 31 . 19 BA, This permit is-to be strictly construed and no other, work CONK than specifically mentioned is hereby authorized. WORK SHALL BE SUSPENDED IF PERMIT COPY 13 NOT AT J08 SITE. MCtoda—hleC k}3l1nepp � RrCT -HYDR- knl()S Q82 -8168 N n`a 'n nUAT 00 : R. INGLEHART Asst. n clsr■.GT ISw.., _ ors, . .. ,.•� 1 711% n- .. .•!.. . ':I' '( )', r ter' '7l, - �7 . ., v'1 drop" �.. r. .. `:.i 'i;.° r(''. ,. '�_ +',�.: ,. r •. i _. .. 1. i'.. L'� .. r .• ,rr �,�'� .. 7r'. :i T-, ',i n °, 1',)_ `:lt '.)-' ... ") ry •�:' '. j., 1: r."�, ,,: '�`'l .<. 7, r- z ,.0., v� :.,.,. r +y-, '��. .n' ; ?,' n .; i,.'ii la;l,. � ^r.•l.. ?",'y 1':'�a. 7 ..1 ,,:,...:i +: �•; -_�� o;,., ;, __.'.l.tinr, 'lr r•. :i,ir.i_� „� I�r ., ,.,-,': n_', t.. L. r .., ,�, ,.,'I. r•, .,;. cam., � .. .. ::1 r.. � „.. .- -. r” ..! r ^' .. .. ?'1• '!�>_�!.} .�1C i ter.. '. :1 �. L.. 1'. I�._1 _ .. _ �7 0 OTTY no WNW W" �7-7 1-101-3n.7 All mraged shall fnrnish a detailed plan bowing 11 nqopmont opm ho dipIng, a atnr. Any % nz�-or nn_ y signsis or rhqtdown K or Rny PaM thereof mist bp cleared 9nd n7provod at ingst Grur W- yrkinp dayn i'. advance with the State OsTocOr. An O-Qvilt shall >n Qonu Va On Traffic R-a-oh 7ny "niplyrion n' 0' work. PerTitte- shall fnrnish a detailed plan bowing 11 •j�s of r9spon4hility for both Lh- City of Npwpnrt 7poot and PnItylas. TV, prorappi catch basin at n"a. 710+00 shall ho t7po ni.jv. Lino "7" and Line "0" a4W bo indifiFe an Phown nr ">-nt N, PedesOian traffic shall bo protected at all Traffic control shall be ap Orectnd by nho 740le p� nit inspectov. All lar4 clo2aran on Tultilano UghwwVP P"PLI ba - An noinE an apprav' flashing arrow sign. The State TrnpWor Hall Kny- down vo• prn, 'Y fonni to have 24ch a lane closqre without ths -aqqir-! Plashinz arrn,:! signs. 7f the work authnrinad by this pernK Lo On be P"rlorned by nonmvtor:: forces, the Permit tee's contractor shall Turni& t"P Oate Wth a r!qqn`' application requosting a Peparate 7altranc uevmit WInrizing Ihe cont 7o,*- or to Derform the work within the State highway &E. of waV for thr% __r. `t.. Thq Permittwe's contractor will he mqvirod to rnimhnW tat: for the cost incurred for enginrcTKE in -nnctina of tho work the State right of way and all other permit rolknq Field work pnrFor7& by Caltrans Maintenance Fornov. pins McM l �> TNNb!l CnllOr' Gl`.Lb 5. GEYZRAL Y tOVISIOMS TO NCX0A Nr PEN117TT bw,wP1029,g1'S tl.i ;r.eiriit ,s ssuce In actoni,-ncc w^.:n Chapter 3 of Dlvi- stcrt 1. commcnc!no snit. Section 660. of lhr Scccts a-rd Hlgttwa }s Cr.dc. 2. Rovoendam Erspt as orhe;wtse proridd for public cutpuratione, franchise holders aAd Wilitlr_y encroachment pe,. —has ore'Cvocah:e on five Lays notic� ihe_sz General Provsicns. Utlily Malnienar-ce Provlsturs, and this Ercroa'-,hmen. Permit ;sued riceurder are r, c- cable or subject to .modlDciticn or abrogation at any ;:rnr- without prej- udice. t:owmer, to prior ral',ta In- 61ilding these evidenced byjo;nt use agreementL& fra;lChlse rl ghtc or re- served rigt ;: for operating pu :Frses In a grant of highwzy tasero oc 3. Permits for Record Czly: if occu patlon of jughway right a.'wr; is wider joint use atgrnrm-ent nr . rider pror easement. cnc-uachmer:: p:.r^vrs will be Issued to the pearilttca for the purpose of p,- --idI : - :9 Caluans with notice and a record of worn and for the terms and conditiora reating to public safety. No new or dl;'fernt rights or obitgaelorvs are intended to becrated bythec�rmi., Insuc c—'es, and all such prier mica shall be fully protected Encroachment Permits Issued m such eat m shall have designated Across the face thereof -Notice ar-d Record Purposes Orly (District CKflce of Right of Wa;• must gtre approta; for L`13 dcai-nadonl. 4. RraponatbLt Palt r No party other than the named perr.:tt.ee or contractor of the perm:ttee is authorized tc wcrS :ender ;h Lc pe;; Ott 5. Acceptance. of Pr ions; ;:'s under- stood and aged by ;; e ucrmit:tt that the doing of any work under this permit s'."! co:isutute an a^ceo tance of the provistons of this permit and all a(ta :hment 6 No Precedent Etta tgir:kl• T7--•y per- mit is Issued wi:h the u..dcrstanding that any Particular ar.;or, is not to be crnSlecred =s est;.b :,shtng any Precedent l i cn the qu�tlon of the expediency c: permtttrg any ^ertatn k1r,d at encrtachment to be erteted within right Dt way of state :nighw-ays. or Q) as to ar,y utll :tq, of the accept. ablilr: of arty s -c.1 per'rr,irs as to any other or Iururr S,tuatlon 7. Notice Prior t,a Suutbje Worth: Before starun¢ wmik under time cncroach- mene Pennir.:tie petm;t [rc shall nr,ulV the District arr,-mr or ether desig- nated tr^c »rr :;;ng da,s Prior to ii"Ll -i 3:art Of worse When r,-.rk tux lrsn :nterrtgaed an ad- dlLOnal �+ tour norlll,,ao, is re qu red befor_ restut;ng weric Unless 4 otherw^se spuuled ail ,vork shall be 1 performed on weekdays and during normal worWng hours of the Grantor s Inspector. 8. IIaoP Permit on the Work: The En- croachment I'emut or a ropy thereof stun] be kept at the site of the work and must l r shc.wrt to any rcprr:.n totive of Callnnl- or Lilly law eniorci, ment officer or demand. WORK SHALL BE SUSPF1 DED IF PERNLfT IS NOT AT JOB Sri-: 15 PRO%gDED. 9. Conflicting Permlrrd: If a prior en- croachment conflicts with the proposed work the new permittee must arra ,e for any necessary to moval or r.-location with the prior permlttee. Any such removal o: re- location w l be at no expense to the State. 10. Permits From Other Agenef & The party or parties to whom a permit is Issued shall- whenever the same is required by law, secure the written order or consent to any work under a permit from the Public Utilities COMMLS 1011 of the State o(Califomia Cal-OSHA or any other public agency having jurisdiction and any permit shall not be valid until such order or consent is obtained 11. Protection of Traffic. Adequate pro visions shall be made foi the protec- tion of the traveling public The wam- mg signs. lights and other safety de- vices and other measures required for the public safety. shall conform to the requlrcments of the Manual of Traffic Controls or any sign manual Issued or to be Issued by Caltrans and/or the current Caltrans Standard Spec - dlcations. Traffic control for day or nighttime lane closures will be in con- formance with Caltrans standard plans for Traffic Control System Noth- Ing !n the permit is Intended as to third partie& to impose on pernattee any duty, or standard of tare, greater than or different than the duty or standard of tare imposed by law. 12- Mlalmnm Intezferenca With Trahie: All work shall be pianned and carried out so that there wul oe u'le least Possible inconvenience to the travel. Ing public. Permnt[tt s authorized w pace property attired tlatimen to stop and war conventional highway traffic for netxssary protection to public safety. but traffic shall not be on- reasonably delayed. Flagging prose. dures shall be In conformance with the instructions to Flap,gers pamphlet andJor Manual of Traffic Controls issued by Calfrarts. 13. Storage of Materials: do construction coatcrtal shall 'oc stored- nor equip rent parked, within ten it 01 feet from the edge of pavement or traveled way. Utilities are subject to the provtacora • of Section 22512 of the Vehicle Code. 14. Clem Up Right of Wart Upon com- pletion of the work all Hirsh. timber. scraps, materal el(-- shall be entirety minowed and the not _ of way shall be Icft in as preseniabie a condition Y eximted before work started 1 b littadarda of Coagmictloo: All work performed within the highway shall conform to recognized standards of construction and the current Caltrans Standard Specifications and any special provisions reatinf u :emt,.. 16. inspection andApprovalbyCaltzan: All work shall be subject :o Inspection and approval by Caltrans. The per - mittee shall nottry Caltians when the work has been completed 17. Actual Cost Billing: When the per mlttee s to be billed actual costs (as Indicated on the face of the permit). such costs wilt mclwie salan,---4 travel - Ing expenses, incidental expensm and overhead 18. Future Moving of ltlatallatloo, a) Installations Requested by Per - mtttee. If the Encroachment Permit W-43 Issued at request of the permittm It is understood that whenever con- struction reconstruction or main- tenance work on the highway may require the Installatlon shall. upon request of the,Department be tmme- dately moved by and at the sole ex- pense of the permittee, except as otherwise provided by law, or by arty applicable permit provisions. b) Utility .'Moues Ordered by Cob trans U the Installation made under a permit m being relocated In accor- dance with Caltrans 'Notice to I<,- locate Utility Facility; the permlttee shall have the same and no greater rights as reioca[ed as it enjoyed prior to moving at Caltrans order. c) Utility in Freetrxiy. This sectlon and the othrr sect long of these General Provisions are subject to Article 25 of Chapter 3 of Division I of the Streets and Highway. Coale and other applicable law. and in (hr tax of anv Inconatsteruy, the said Anlcle 2..5 or othcr applicable law sliaii control the removal from or relocation of utility facu¢it-s in irtnvay�i di FniUM .41outrrq of 'rutaiiu/lun It is understood by the permatee that whenever constrsttion remn- s[rtrcuon or maimensnce work on t;,e highwa' may require. the installation provided for herein shalt. epos request of Caltrans be moved t3 [he Permit tee- the cost of the move to be bons,- bf the party legally respnnsinle therei�r. 19. Re,panaibllltyfor Dam, e:The State of California and all onlcets and em- piwees thereof. uicludinq but not limited to the Director of Tranapor- tat Ion and the Chief Engineer. shall not be answeribie or accountable in any manner. for Injury to or death of any person. tncluding but not limited to rite permittee. persons employed by the permarce. persons acting In behalfof the permu ca or for damage to property from any cause which might have been prevented by the permitted those persons employed by the permitter.. or persons acting In behalf of the permitter. The permictee shall be responsible for any liability Imposed by law and for Injuries to or death of any person including but not limited to the permittee persons employed_ by the permitter persons acting In behalf , of the permittee. or damage to property arising out of work permitted and done by the perTnutee under a permit or arising out of the fa lure on the permit• tees part to perform his obligations under any permit In respect to maintenance or any or. her obligations, or resulting from dried; or obsuuc- lions or from any muse whatsoever during the progress of the work or at arty subsequent time work is being performed under the obligations pro- vided by and contemplated by the permit The permittee shall mdeatit and save harmless the State of 6allfor- na and all offices and employees therm[ including but not llmued to the Director of Transportation and the Chief Engineer. from ail claims, suits or actions of every name kind and description brought for or on account of Injuries to or death of any person mc!uding but not limited to the permitter., persons employed by the permittm persons acting In behalf of the per. mlttee and the public or damage to property resulting from the per. formance of work under the permit or arising out of the failure on the pemintees part to perform his ob !c!auons :nccer any permit in respect to mamtenaner or any other ocilgauons or resulting from de. fecS or otsc.ructions. or !mM any muse whatsx ;er during the prow. ass of the work or at any subse quoit time worst s being performea -rider the obligations prwtded tH and contemplated by the pe,. "wept as otherwise provided by $: Cute 'IV duty of ehe permutee to tride_rinliy and save narmlrs$ ;n- ciudcs the duties to dcend as set torn to Section 2—,,a of :he Call Code The penntt tee calves anv and all rights to arty type of express or a... -,fled indemnity against the State. as officers or rriplwees S 0 a is the intent of the parries that the permittee will indemnify and hold harmless the State. its officers and employees from any and all claims suits or actions as set forth above regardless of the exsstence or degree of fault or negllgelim whether active or passive. primary or secondary. on the part of the State the permittm persons employed by the permittet or per- sons acting In behalf of the pernnme 20. Boedieg. This permit shall not be effective for any purpose unless and until the permittee Nes with the Grantor, a surety bond In the form and amount required by said Grantee. A bond is not ordinarily required of any public corporation or publicly or privately owned utilt- ty, but will be required of any utility that falls to meet any obligation arising out of the .work permitted or done under an Encroachment Permit or falls to maintain its plant. work or facilities - 21. Making Reptdre In every case the permittee shall be responsible for restoring to its former condition as nearly as may be possible any por- tion of the highway which has been excavated or otherwise disturbed by pertittee except where Caltrans elects to make repairs to paving and except where provision to the con- trary is made In the written portion of any permit The permittee shall malncain the surface over factlittes placed under any permit for a period of one (1) year after completion of work under the permit If the hip- way s not restored as heron provided for. or If Caltrans elects to make repairs permittee agrees by acceptance of permit to bear the cost thereof. 22. Cate of Dralaaga If the work con- templated in any Encroachment Permit shall interfere with the estabitshed drainage ampie provi- sion shall be made w the pc.mintm cc provide for It as may be directed by Cancans. 23. Submit Plan For installation of ail underv,,mund faci8itles. and ail sur. ,`ace work or consequence, the pennittee shall furnish a plan sr)ow. Ing location and corutn:ctfon cctaris with Its application. Cpon mmpietion ci the •wont as-bwlt plans of sufficient accuracy shall be submitted to the Distinct to deter. mine .'ocauon of the fac:tlrv. 23. aeaWt,anoe: The pemm�tet agrcts by acceptance of a permit to main - twin property any encroachment placed by It in the higriwav and in mspecung for and prevent:nq env injury to any portion of the highway 0 from the encroachment 25. goat of Work Unless otherwise stated on the penall or separate ..-nt- ten agreement all costs Incurred for work within the State riot of way pursuant to this Encroachment Per- mit shall be bonne by the permitter. and permittee herebywalveaall cWMS for Ixudemnlficaclon or contribution from the State for such work 211 Federal Civil Rights Requfremeata For Public Aecommodatioa W The permittee. for himself. his personal riipresentativ(s successors In Inter- est. and assigns, as pan of the consideration hereof, does hereby covenant and agree that 11) no person on the ground of race, color. or national origin shall be excluded from participation In. be denied the benellts oll or be otherwise sub. jetted to discrimination In the use of said facilitks (2) that In connec. tion with the construction of any Improvements on said lands and the furnishing of services thereon no discrimination shall be prat ticed in the selection of employees and contractors by contractors in the selection and retention of first- tier subcontractors In the selection of second -tier subcontractors (3) that such discrinunabon shall not be practiced against the public in their access to and use of the fa- cilittes and r-rvices provided for public accommodations (such as eaUng sleepftg rest MCrC2tma and vehicle servtcingl constructed or operated on. over. or under the space of the right of way, and i4l chat the permittet shall use the premise in compliance with ail other re- qufrements Imposed pursuant to Title 15. Code of Federal Regina. dons Commerce and Foreign Trade. subtitle A GMce of the Secretary Of Commerce. Part 8 115 CFR Pan 81. and as sand Reguiatiors may be amended. :bl That in the rent of brucn of any of the soave nondlicnmlnutiim covenants the Stale shall have the ,g!:( (o tennlnate tr!c permit and R <n(tr and rcpo9 .* said and and me lacilicies ,:,croon and nold the same � if sa:d pernil cud never been mad< or Issued. 27. 'Tie permittee mail CeaSc work In the •ACngy of aft, arrnacoi)gtcoi resound that arc rrvean•ta. The Panic Engnerr mall or. fiuwird Imnicdw(ev A ynulllir(i afLtti:roln$Ivr, rrialriCti t)v My pelml(t12. 'will cviki ac the pJtl,iiwl ..rid cn ikc re•rummenaarna -c to cite Penner Engineer wnceminq the continuation of the work DEFARTNE,N7 OF 'fRAi`�SPI:d„�1'i0N (Caltraas, UTILITY MAINTENANCE PROvISIOYS TO MCADACHMERT PERMIT DM-M -P -228 (Rev. 12/80) Any Public utility or public corporation who lawfully maintains a utility encroachment may perform routine or emergency maintenance on such facility in accordance with the following provisions (unless updated at some future time, thence the future provisions shall govern): A. Rmclusions: These provisions do not authorize tree trimming or routine maintenance work on freeways (expressways), for which a special permit Is required. R. Eaeroachment Peritit For Malateoaneet The maintenance work must be in conformance with an encroachment permit (individual or annual blanket). The permit or a copy thereof shall be kept at the site of the work and must be shown to any representative of Caltrans or any law enforcement officer on demand. WORK SHALL BE SUSPENDED IF PERMIT IS NOT AT JOB SITE AS PROVIDED. C. Notice Required: (1) Routine maintenance and inspection -- Before proceeding, the Permittee shall notify the highway maintenance superintendent in whose territory the work is to be done. (2) Emergencies -- The superintendent shall be notified as soon as possible. In addition, and except as otherwise provided herein, the Permittes shall immediately address a confirming letter to the District Permit Engineer. A permit shall be issued for the emergency work on a freeway or if not covered by a maintenance permit. D. YRaadard of Workt All work performed within the highway shall conform to recognized standards of utility construction and Caltrans __rent Standard Specifications. E.' itter`oncy Repalrot The Permittee may make emergency repairs by excavating through improved surfaces, only whey breaks in the :oneuit, cable, or pipeline under the pavement present a definite hazard w traffic or serious interruption of essential service. In such cased the highway maintenance superintendent shall be notified immediately. Mckfill and pavement replacement shall be performed in accordance with the applicable General Provisions (i.e.. "Making Repairs," "lackfilling "). P. Opa 1 ; =avatioost No excavation shall be left open after daylight houru, unless specifically authorized and adequate protection for traffic is provided in accordance with the General Provision '*Protection of Traffic." G. Service Cooaectiooat These provisions do not authorize installation of r:ondult, cable, gas, or water service connections within State hiui,way right of way, regardless of the iucation of the main, existing conduit or cable. All new underground or pipe serviceu, condL u, cable or main extensions, or excavations to a'uduaoned services oust be covered by individual permits. See Section H(+) regarding Ge.V..:e coanect'�ns for wires. 0 0 0 H. Routine Inspection and Maintenance: (1) Routine maintenance and inspection on the roadbed shall he conducted between 9:00 a.m. and 3:00 p.m. or as otherwise authorized in writing by the Caltrans representative. (2) Manholes — The Peraittee may open existing manholes to repair underground cables. Where the manhole lies within the improved surface of the highway, the Permittee will provide adequate erotection for traffic in accordance with the General Provisions Protection of Traffic." (3) Excavations for routine inspection and repair of pipeline and cables shall: a) not be made in improved surfaces, landscaped areas or closer than 10' to the edge of the pavement without a special permit; and b) not uncover more than fifty (50) feet of line at any one time (4) Pole Lines -- Permittee is authorized to: a) Stub, or r^qt existing pole, provided no change in location of pole or an_uor is made. Stubs and anchors must not be placed between existing pole and traveled way. b) Replace poles, guy poles, and crosaarms in exact location limited to two consecutive poles. No additional poles or guy poles are authorized under this routine maintenance provision. c) Replace broken pins and insulators, repair broken wires, pull slack wires, and replace or pull broken or slack guys. d) Repair and complete transfer work on existing aerial cables. e) Install new and replace existing transformers on existing poles. f) String aerial wire and place additional crossarms on existing poles except where wire crosses the highway. Unless otherwise specifically required by Caltrans, protected cable, tree wire or plastic tree wire guard used for telephone lines may be used through trees where necessary, provided the appearance of the tree or the tree itself will not be damaged. This section (f) does not apply to adopted scenic highways. g) String service drop wires from facilities existing within the highway right of way except where wire crosses the highway. Service wires over highways are subject to Public Utilities Commission regulations and must cross as near right angles as practicable. h) Note - A separate permit shall be obtained for each installa- tion or replacement of wire, drop wire, cable, or other encroachment which crosses the highway or which encroaches upon the highway right of way whether or not attached to or in contact with existing facilities within the right of way. i) Clear grass from around base of poles and excavate around poles for Inspection, including tamping and straightening. 7 Department of Transportation trans) SPWIAI PROVISION "A" (Attach to 411 Permits - 2-82) Page 2 14. continued Cl During the hours of darknasa all necessary cones used for lane delineation shall be Illuminated or raflectorizad for approach speeds through 50 MPH. All flagpersons shall be trained and their sole duty will be to control traffic. They shall wear white hard huts, orange vents or jackets, and have an approved slow /atop paddle. They shall be intarvisible or be in communication via 2 -way radio. During the hours of darkness the vest or jacket shall be reflectorized, flagman stations shall be illuminated such that the flagman will be clearly visible to approaching traffic and all necessary cones used for lane delineation shall be illuminated or reflectorized for approach speeds through 50 MPS. 15. The signs used for traffic control shall either be covered, removed from the right of ray, or turned to face away from traffic when not actually in use. 16. All lane closures on - multilane highways shall be made using an approved flashing arrow sign, if available. After January 1, 1982 the State Inspector shall close down any project found to have such a lane closure without the required flashing arrow, signs. 17. The Permittae shall notify the Division of Highways Signal Laboratory at 213 -620 -2030, at least 72 hours in advance of any excavation within 500' of the signalized intersection 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. 18. Existing utilities shall be protected from damage by the Permittes. 19. Existing highway facilities damaged by reason of the Permittas's operations shall be repaired by the Permittae at his expense. 20. P.ermittas shall be responsible for notifying his contractor and all sub- contractors of the provisions of this permit. No work will be started until a copy of this permit is given to the contractor and each of his sub- contractors. 21. The Permittee and /or the contractor shall submit a copy of all required C&10*ha permits to the Permit Inspector prior to starting work. 22. This permit shall be kept at the site of the work and most be shown to any rapraeentative of the grantor or law enforcement officer on demand. Failure to comply may require stoppage of all work within State right of way for a minimum of the remainder of the working day. 23. All lane and pavement markings shall be removed by sandblasting or air blasting. 24. Placement of pavement and lane markings shall be done by the Permittee under the .direct supervision of the State representative in the field. 25. A survey "at no cost to the State" of the Permittee's property may be required to verify compliance to approved plans. 26. Should work take place between October 15 and April 15, Permittae shall obtain a long - range clear weather forecast before breaking into a main Line storm drain. Construction Of `.aciLities connecting to the main Lin* will be permitted only during a clear weather f OTcast that is acceptable to the Caltrans representative. Once operations under this Permit are initiated, the work shall be conducted in a continuous manner until completed. V. Abandoned connector pipes shall be sealed at both ends with 8 -Inch brick and mortar or six inch" of concrete. Shen facilities are allowed to be abandoned in place, backfiiling with sand., or other measures, may be required to protect the highway. This is mandatory for metal Pipes 12" is diameter or Larger and ail other pipes 24" in diameter or Larger. 28. A1: to Let aoeniags shall be provided wits protection bars spaced to provide an opening that do*s not exceed six inches. - 29. ?ermlttae shall aot use Caltrans property for the temporary cr per. ent acorsge of excavated materials, roes', sand, cement or other material or any equipment, except as speciflcaily noted. Poll :Depar"-*,it of 7ranaportatlon ""a L`ran s: - • SPECIAL PROVISION "A" (Attached to all Permits - 02) . 1. Permittee shall noCify the ?armit Inspector between ^1700 and 0900 two (2) working days prior to starting anY 'cork authorized by this perm.-It. See the ;ace of the permit for Inspector's telephone number. 2. Permittso shall arrange for a pre- conatruction meeting at the bb size with the Permit Inspect- or and al; other interested Persona two (2) working days prior to starting work, to diaeuss the permit requirements. 3. :n ::.e even[ that aL1 or a portion if Lhis work Is within tht working area of a State highway construction project, no work shall be started until all arrangementa have been made with the State Contractor and Resident Engineer to avoid any and all conflict or delay to the State Contractor. 4. Unless otherwise authorized by the Permit Inspector, ALL work within State right of way ihali be In accordance with the currant Caltrans standards specifications and standard plans. .he Uniform Building Code, may be used as the minimum specifications unless a more stringent specification Ss required by the local agency, permit or Permit Inspector. Improvements shall be constructed at the location shown on the Permittee'a approved plans if they do not conflict with State requirements. 5. Should there be any discrepancy between the terns of this permit and the plane attached hereto, the tams of the permit "I. pravatl. 6. All inspection costa incurred incidental to this work shall be borna by the Permittee. 7. X11 work shall be performed during the working hours regularly insigned to Department of rransportaCion employees mless otherwise authorized in writing. 8. All costs Incurred for work within State right of way pursuant to this encroachment permit shall be borne by the Permittee, and Permittee hereby waives all claims for lnderusificat'on or contribution from the State for such work. 9. Upon completion of work, Permittee shall clean the highway and the work area shall be left In a nut and presentable condition and to the satisfaction of the Permit Inspector. I0. A minimum walkway and /or bike path width of 30 inches must be maintained at all times for safe i passage through the work aria. -11. Any work authorized by this permit which rtquires traffic diversion and /or traffic interrun C on, including aid"Alks and 'olke patha, shall be approved by the Permit Inspector. See the fat* of the permit for inagector's telephone number. L2. Unless other-wtle authorized by the Permit Inspector, the normal traffic oantrol shall be Limited to the hours of 0900 - 1.500 and open for use by public traffic on Saturdays, Sunday$, designated legal holidays and after 3:00 P Y. on P -idays and tie day preceding designated Legal holidays, and when construction operations are not actively In progress on working days. L3. Deslg:utad Legal hoiidaya are: .:anuar7 Lat, and third Xcnday 1n Pebruar7, the East Monday L.. May, .'uly 4th, the f ?rat Monday in September, Novam6er Llth, ihamksgiving Day, and December - 25th. :hen a designated 'legal hoLia_ay [ails an a Sunday, t^,a foLlcwing Monday shall be a designated legal he LLdav, 'hem 90 +mbar filth falls an a Saturtay, the preced -'ng ?.iday anal: be a designated lagai ho LLday. the Jermittee ana a pravtde adequate prole ttion of .:attic 'in accar'.ancs w1., = e to rrenc traffic control :"uirements r," --he :+epaztaent of IraneportstLan :tai: :anal, the Standard SpecifLcations Section 7_..C8 (Pnb -lie Convenience;, Section ; .,09 :Jnbiic Safety) and Section it, (Constracticn Area 'raffic Control .evtces), and special provlaioas of .he pe ^t_. the ccndition and lou Gcn of other traffic con Co: devices saaiL be approved iv tee ?em.- :ospec :or and Ina U :led and maintained by the ?i.m. lee in acocr ^Ante with _ e perms t. :ones snail b< 29 Inc= min uum �eignc. ?ortabLe ze— neators need Ln :Lau of cones ini'. -te placed at one -a ;f tht scat -ng ._- _ones. A1: savants waning Signs snal: ce equipped 'wtth flags far aapta.& closures. ,L." wa. , -.ng a :gns &1-4;' -a �C in,h S +3 Inc^ E :nimum fzr aJOroach apitts z -' .XTH or more ac c+c ;arse Sighvays vi _. r eve -sibit con tral ana -'o- A--- soeecs over iv ii cn mui Gp:e lane d :sectional half roadway and are closures, At all otter speeds al. wa —_ng R signs shall be 36 inch by 36 ;nth minima azcept that "icad ior:t Azead" seal: ae 30 inGn Sy :0 Sn c4 minim`mm. 0 -2- 0 Department of Transvortation (Caltrans) STANDARD SPECIAL PROVISIONS "B" - (STREET IMPROVMMTS) 4/81 III 3 Cu- -b and Gutter (continued) beyond the end of curb construction for safe traffic movement. 4. Sections of existing concrete curbs and gutter to be removed shall be sawcut on the nearest score marks beyond the limits of removal unless it is within 5' of an expansion joint. This con- crete shall be removed to the sawcut line or the expansion joint, to full depth and disposed of outside the State right of way. 5. A monolithic pour of sidewalk and curb and gutter shall not be permitted. 6. Asphalt, colored concrete, flagstone, brick, tile, or gravel materials are unacceptable unless otherwise authorized by the permit. 7. In the event that the Permittee removes or damages a monolithic curb return and spandrel, the Permittee shall remove and replace the entire curb return and spandrel. IV Roof and Surface Drains Drains must be restricted to the exclusive purpose of draining rain water from the roof of Permittee's building andJor paved parking lot. Drains if used for any other purpose, such as draining waste water'or domestic supply water onto the highway, will not be authorized. Drains shall be installed at right angles to the curb line unless otherwise authorized. No more than (2) pipe drains shall be installed at each location. If additional drains are necessary, the Permittee shall con- struct a box structure approved by the permit. V Wheel Chair Ramps Wheel chair ramps shall be constructed in accordance with the attached detail sheet SDN8 -B -3 Wheel Chair Ramps. r i {Q 0 curb zutter an- 71;eWalk 'alCeralk o agg^eC to �a se D 0 A2-8 curd :. a aggregate subbase d � v succaae' 1 T Department of TransplbCation ( Caltrans) STANDARD SPECIAL PROVISIONS "B" = (STREET IMPRAmENTS) 4/81 I This Special Provision sheet "B" and its attachments are to be used as minimum specifications for construction of sidewalk, curb and gutter, roof drains, and wheel chair ramps at the location shown on Permittee's approved plan. II Sidewalk 1. Sidewalk shall be constructed with Class "A" (6 sack) Portland Cement Concrete four (4) inches in depth except at commercial drive- ways where six (6) inch depths respectively, will be required. 2. The subbase under the sidewalk shall be 4" of pea gravel or sand subbase. The 4" of subbase may be waived provided the native soil has a sand equivalent value of 20% as determined by California Test Method 217F or as determined by the Permit Inspector. 3. A Caltrans approved soil sterilant shall be applied as directed by the State representative in the field. The sterilant shall be a borate chlorate sterilant containing not less than 25 percent sodium chlorate. The aterilant shall be applied at a rate such that not less than 2.5 pounds of sodium chlorate is applied per 100 square feet of area to be sterilized. Sterilant shall not be applied closer than 12 inches to plants and shall be applied by a device approved by the Engineer. 4. The finished grade of sidewalk shall have a crossfall of 1/4" per foot toward the curb. The surface of sidewalks shall be marked into rectangles of not less than 12 square feet nor more than 20 square feet with a scoring tool which will leave the edges rounded or scored to matching.adjoining sidewalk. 5. Back edge of sidewalk shall be placed on the right of way line. Sidewalk width shall be a minimum of 5 feet. 6. Section of existing concrete sidewalks to be removed shall be sawcut on the nearest score marks beyond the limits of removal unless it is within 5' of an expansion joint. This concrete shall be re- moved to the sawcut line or the expansion joint to full depth and disposed of outside the State right of way. III Curb and Gutter 1. Unless otherwise authorized by the Permit curb and gutter shall be Caltrans standard A2 -8. Curb and gutter shall be constructed with class 'A' (6 sack) Portland Cement Concrete over a minimum of 6" class II aggregate base. 2. Concrete curbs and gutters shall be constructed to plan grade or in conformance with alignment and grade of existing curb and gutter. 3. Prior to the removal of existing curbs or construction of new curbs, the Permittee shall relocate surface obstructions (such as utility poles, trees, etc.) to locations back of the proposed curb. Surface obstructions shall also be relocated Fifty (50) Beet before �1 beginning of curb construction and one hundred fifty (150) feet Department of TrA, ortatior. (Cultrane) 3211DARD SPIC1AL WNISIONS "C" - (EXCAVATION AND SILL) 1 -82 I Shia Special Provision sheet •C° and its attachments are to be used as a alnim, specifdcat:,on for excavating and backfilling within State right of way. I1 2xcavation Crossing Roadway: 1. Pipes shall normally be jacked or otherwise forced underneath pavement without disturbing same. Pavement or roadway shall not be cut unless specifically allowed by the permit. Service pipes gill not be permitted inside of culverts used an drainage mtrtotures. 2. Except for minimum dimension cut at tie -in to main, no open excavation shall be made within 5' of the improved shoulder or between the curb lines. 3. Contractor shall comply with all State and local safety codes relative to safety measures for protection of workmen in trenches and excavations. (State of California Administrative Cade, Title 8). 4. All excavation shall be shored and /or tight, chested in accordance with CAL OSHA requirements. 5. York shall not be permitted in confined spaces until all possible , hasasdous gases and vapors have been purged. Workmen shall be equip- ped with adequate blowers, aafety harnesses, hard hate, ropes, ladders , and any other equipment necessary. When working in confined spaces, ; CAL OSHA requirements shall be adhered to. ' 6. Services connections must be installed at an angle of 90 degrees from the center line of the State highway which the main traverses. 7. When the permit authorises installation by the open -eat method not more than one lane of the highway pavement sball be open -out at any one time. Any exceptions shall be in writing by the State representative, After the pipe is placed in the open section, the trench is to be backfilled in accordance with Specifications, tem- porary repairs made to the s¢rfacing and that portion opened to traffic before the pavement is cut fior the next section. S. Hazardous pipeline potholing clause (petroleum distilates, gas, electricity, chlorine, etc.): The Permittee shall furnish Caltrans with the results of this explor- ation, having the location and grade shown to the nearest one -tenth foot tied to State's datum, and certified by a licensed surveyor or professional engineer (civil). 9. P.C.C. pavement shall be scored to a minimum depth of 1} inches by means of a concrete saw to provide a neat and straight pavement break along both aides of trench; also, provide an unfraetured pave - swnt joint and rigid bonding of pavement replacement patch. 10. A. C. pavement shall be scored as required above for P.M. pavement except where in the opinion of the State Inspector the pavement has been cut neat and straight along both sides of trspsL to provide an unfractured and level pavement joint for bondins existing pavement and replacement patch. 11. Where the edge of the trench in within 2 feet of existing curb and gutter, the asphalt concrete pavement between the trench and the curb shall be removed and replaced. 12. A minimum sidewalk and bikepath of 30 inches must be maintained at all tines far safe passage thro, the work area. 13. A minimum lateral clearance of 5' •ball be provided between the edge of excavation and adjacent traffic limes. A minimum lateral clearance of 2' shall be provided between the edge of surface ob- struction and the adjacent trafflo lane. Where 5' of clearance is not provided, the excavation shall be shored and tight sheeted. In no case shall the clearance be lase than 21. I..), • -2 4 • t of SSA SPECIALenPROVISIONSn'C0- (EICAVATION AND BACMJILL) 1 1 -82 II Excavation Crossing Roadway (continued) 14. Banks of open -out trenches shall be kept as nearly vertical an possible. Trenches shall not be more than 24" wider than the out- side diameter of the pipe to be laid therein, plus the necessary width to accomodat• sheeting. 15. All open trenches within the traveled way shall be backfilled, compacted and temporary repairs made to the surfacing before leaving the job site at the and of the working day. 16. Tight sheeting and properly placed and maintained steel plates my be substituted for backfilling as authorized by the Permit Inspector. 17. If no spoil bank Is placed between the open excavation and the traveled way, all open trench shall be backfilled and compacted Prior to leaving the lob site at the and of the working day. 18. The trench shall not be excavated more than 300' in advance of pipe laying and shall not be left open mare than 200' In the rear thereof. Howurfacing of any given portion of the trench ahall be completed within one week following laying of pipe in that section. 19. All vegetation shall be removed from the area of the trench before oo ®encing with the excavation operations. 20. No tree roots over 2' in diameter shall be cut. The roots over 2' in diameter shall be carefully tunneled under and wrapped In burlap and kept mist until the trench has been backfilled. Trenching machines shall not be used under the trees if the trunk or limbs will be aa— ad by their use. 21. If the trees involved are close together or of such size that it is impractical to protect all roots over 2 inches in diameter or further that cutting of rooto under 2 inches in diameter my yyemn raently damage the trees, special arrangements shall be mods by the Parmittee to prune the tree tops in order to balance root loss. This work ahall be performed under the close supervision of the State Tree Maintenance Supervisor. 22. go manhole shall 4 constructed within 20' of any parkway tree. 23. Temporary pavementlpatches shall be placed and maintained in a smooth riding plane Tree of humps or depressions. III Backfill 1. Structural backfill within the existing or proposed roadbed area 0011 bo pompaoted in horizontal layers not exceeding 8" Sn thick - nsN a" appproved hand, pneumatic or mechanical type tampers to obtain a relative compaction' of 95 percent using California Test Method 2167. Structural backfill outside of elope lines and not beneath the roadbed shall be compacted to a relative compaction of 90%. Baekfill material shall have a 'Sand Equivalent' value of not leas than 20 as determined by the California Teat Method 2177, if the excavatlon falls within the existing or proposed roadbed. Con- solidation by ponding and Jetting will be permitted when, as deter- mined by the Inspector, the bac�kftill material is of such character that it will be self - draining when compacted, and the foundation materials will not be softened or be otherwise damaged by the appliel water and no damage from hydrostatic pressure will result. Pm ondina altd iettud of the upgar t' below finished irrads In not per f —sue en PQndIAg and ett Is Permitted. material or use as s ruc a backfill shall be placed and compacted In layers not exceeding 4' is thickness. Ponding and jetting methods shall be supplemented by the Use of vibratory or other compaction equipment when necessary to obtain the required compaction. 13 ird I (A m O 7" i g N 0 ?o n : rz" ��.r-QQ R F �in s fill 111 11.1 111 S 2 5 6 I 3 rn a : 14 B iN S' 41" .i..i" mu. Iz. i 8 0st- fit R I I I i $ I 4 I I_ M o rill a . r ttfRq °e$$l�l tt 0 8e � i� x In l • -3- • Department of Tranepvr-tfttion (Caitrane) STANDARD SPRC JL PROVISIOIS "C° - (SIC►FO2I01 AND BACOILL) 1 -82 III ktaok:fill 2. benkfill material may consist of sand - cement slum using 2 sacks of cement per cubic yard of sand and water with 2t of oalcim chloride as determined and authorized by the Permit Inspector. 3. Where It is necessary to tunnel under existing curb and ggaattWg sidewalk, or underground facilities, the void &ball be baskfLllM with 2 sack read- ceasnt slurry. 4. By aeopting this permit, the Permittes agrees to Pay 611 lab- oratory costs in connection with the necessary tests which W be required by the Department of Transportation engineer to determine the sand equivalent value of the backfill material or the trench backfill compaction. It is further understood that the frequenc; of each tests ahall be a minisam of one test per maximum of 1500 of continuous trench at elevation& of not less than every 2' of backfill depth. 5. Prior to starting the trench backfill, the Permittes shall sate the necessary arrangements with materials testing laboratory to conduct these tests with certification from a professional engineer (civil). IT Pavemnt Repairs 1. Repairs to P.C.C. pavement shall be made within 5 working day" 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 Y.C.C. pavement shall equal existing pavement thick - name. The concrete aba11 be satisfactorily cared and protected from dicturbazco for not less than 48 hours. High early cement W be required at the discretion of the Permit Unpector. 2. Concrete sidewalks or curbs shall be out to the nearest score marks and replaced equal In dimensions to that removed with wore marks matching existing adjacent sidewalk or curb. 3. Repairs to A.C. pavements shall ud made within 5 working days of completion of backf III and at'11 be made • - th asphaltic concrete nesting State specifications, with every effort made to match the exiating pavement an to color and surface texture. 4. Replacement of the roadway structural section ( pavement, baae, subbase, etc.) ahall be equal or better in all respects to the thickness and materials in the beet portions of the existing straot- ural section. Miaiaum thicknesses shall be 4' asphaltic concrete on 8" class II aggregate bane. .. 1 .:41 ' e:1' . Bxoept as hereinafter provided in paragraph 3 of this subsection, all underground inatallatione of pipes, cables, and conduits in a highway right of way shell be marked and designated as follows: 1. All New Installations of Underground Crossovers, Bxaept SwrIces Laterals: A timber or other enable marker shall be Installed and maintained by Penaittee oateide the ditch line at locations suitable to the District Director whare no cnrbe exist, which marker shall extend 30 inches above the roadway surface and have stenciled thereon the nature of tee undergrcund Obstruction and the new or Identifying symbol of the Parmittee. Where curbs exist, the crossover shall be identified by description and name of owner's stenciled en Curb in black letters on white background In a *ampsot and legible maaaer. JS Department of Tr rtation (Caltrane) STANDARD SFBCIAL ISIONS 'C' - (SZOAvATION AND RAILL) 1 -82 1 V REQUIRED KARLSRS 2 2. All New Longitudinal Installations of Underground Pipes, Caoles or Conduits: Where no curbs exist, timber or other suitable markers shall be placed adjacent to the conduit or offset to such distance as may be specified and at intervals not in excess of 1,000 feet, at each angle point, or where nonconcentric with the highway improvement, at least every 300 feet. Where the encroachment is located in the traveled way, timber or other suitable markers shall be placed at an offset outside the ditch line at locations suitable to the District Director with an offset distance given. Where curbs exist, the information shall be stenciled on the curb near each intersection. 3. Markere should be placed so as not to interfere with vehicle recovery areas. 4. Exceptions: In counties and incorporated cities where the Pernittee has filed a map or maps with the County Surveyor, City Ingineer, District .`+rector of Caltrans showing the ownership and description of the under- ground facilities mentioned in subsections (1) and (2) above in accord- ance with ordinances, other regulations or established practice, It will not be necessary to mark or designate said facilities as required above. VI CATHODIC PROTECTION The Permittee shall perform stray current interference tests on under - ground utilities under cathodic protection. The Permittee shall notify Caltrans prior to the tests and perform any necessary corrective measures recommended by Coltrane. III HIGHWAY STRUCTURES The Fermittes will pay for any damage to highway structures caused by gas mains or other pipe lines carrying Slammables. This includes, but is not limited to, explosion or fire resulting from such installations regard- less of causation. If repairs are not feasible, complete replacement of structure may be necessary. The Permittee will Identify and hold the State harmless from any and all claims for injury to person or damage to property resulting from such installation. VIII LIMIT OF EXCAVATION - No excavation is to be made closer than 10 feet from the edge of the pavement except as may be specifically not forth by the permit. 11 TUNSES.LING Smapt in effecting emergency repairs on utilities no tunnelling will be permitted, except on major installations as may be specifically not forth by the permit I UNDERGROUND FACILITIES Shall be In accordance with Caltran's 'Policy on high and low risk underground facilities within highway rights of way.' Unless otherwise authorized, pipes and conduits shall be installed in a manner to provide a mint— clearance of 42 inches between the top of pipe and surface. the attached Pore i! Rev. 4-81 is part of this permit. 16 17 Departhc:ez` of Tr2� , oti ta:ion (Caztrans) STAil)A:U) SPECJAL . 0YISI�0N "kill (SIGNA:L SNEM May, igcSi This :;pec z1 1;rov -sion sheet "f!" mad its atta,:_iL7ents are :.o be used as a min_am cpecif.icatlon to ins-�all, repair a::a /or maintain Caltrans signals arts /or signal ap urtunan�os. The fol]owing items are electrical requireweuLa of the permit.: Traffic signal work shall be done in accurdance with the (Stave of Cai.furrla) Spec.,fications L.rilcss otherwise specified in this perliilt. 2. the Perm -Lttce eh41 pay for ally temporary wiring cr cervice connections requi_ed to keep the oi6nal syotem in effective operation dur.ind ;Loaiflca-:iva. 3. Existin traaf.�c Signal sYs;.ems on State highways shall be kept 1n nc:wa_ operation *_'or the oene_=zt of the traveling puallc during progress of the work. I1" traffic signal system shutdown 19 accessary, shutdowr uours sha"li be limited to short periods oetweerr 5:00 a.m. and 5:00 P.M. as directed by the State lnsp e;Lor. 4. On X11 permit wort; involviii- installation or revl6ioa of tine SLate's 11ght:ng, cig:ha:. or electrical facilitie3, Permkt.tee shill notify Permit Electrlcdl Inspector at (21"; oZO -2030 of his intent-,on to begin work at least (3) three worxihig days in advance. 5. Field wiring shall be as directed Inspector unless otherwise specif 6. The -urb ar_d /or berm or any other traffio Side of any signal and /or shall remain in place until after relocated. by the Permit Electrical Led in this permit. item of protection oil the street light facilities the facilities have been 7. ire signal and /or street light facilities shall be relocated prior to starting tike road work in the area. 8. Any turn -on of new slgnais or the shutdown of existing electrical facilities roust be cleared and approved at ieas"c ('S) three working days in advance with the Permit Electrical lnspectui•. 9. Care sncula oe e eie,sea in avului.ng existing signal and /or lighting conduits within project-. lli"ts. 10. in eve _y Of conflict wltn the existll., traffic signal and /Or 11bhcli3g sys" e", wiivlre =U CieCtr!Cai wOriC is au-,�fiorized in the permit, call Permit inspector at (215) 620 -2030. .] -2- Department of Transportation (Caltrans) STANDARD SPECIAL PROVISION "H• (SIGNAL SHAT) Dlay, 1981 C 11. If it is necessary to disturb the traffic signal equipment or if any damage to the equipment is incurred, all work or repairs shall be expeditiously pursued and will be the reaponsibility,of the Permittee at no cost to the State. 12. All repairs shall be made within thirty (30) days after incurring the damage. All damage causing an immediate danger to public health and safety shall be made immediately. IN 1 - � Of, DEPARTMENT OF TRANSPORTATI I 0 (CALIRANS) STANDARD SPECIAL P S iUN `)" (Lane i.IoA i es, Rev. 3-82 This Special Provision sheet "Q" and ita'attachments are to be used as a minimum speCifiCA- tion for the lane closures with Caltrans right of way on conventional highways and freeways. I lit V S 6 VI jA. z 0 LLJ U) C> F- LAJ z I I t cr W Q- ct 1. d VP K !:a 9 ixi I t t F 19 /-W4W 2 ft-= MWIN E e. I t �i�. }.. t t 0�1 4 1 \[ \ . , \ -�/ \ t t 0 I ri \iLn J1 LU Z L; ;_�� `_� /�> %[EI IZ Cjegce \ \ \ / \ \\ \ \\ \ \ } \\ }§ PAGE 3 i 1 ,i m s 0 Et i a j t �ILF; i i I i 1° i J i ;t et r L • J F �t ui ' a i - Er a E I•i- e x �I ir� Od xb n eac A ;t e' g J p �g I o5a'�y e�y��Gf�_E�YLyi��(�kg. e�$x; �bEE r §zb s Elf, yx to fify y •x P146Z, 4, • 0 it O 1r p it 8 uj gw - I N1 V VI '. T cc LU UJ 1 uj '. T cc LU - -- �. -. Collected By: per L•(MF.N: ;RPN4"Oni4lI ON ICALTRANSI 5TANJARD ENCROACHMENT PERMIT APPLICATION Fd Di ee /Drpos;t Pmst /Co /Rte /PM Permission is requested to encroach on the State Highway right of way as follows: (Complete all items! NA if not applicable.) Application is not complete unfd all required a»atheaenes are included. Locanoe C'ny 1 :County 2 Raub 37 POITM,!e 4 1 Dote 5- _ Oran 1 _ 20.31 _ ovember 23 1982 Article, or Street Name I Cross StreN (include distance and direction) 7 �� FOR CALTRANS USE v7est Coast 'Highway Superior Avenue Portion of Right of Way B Work to be Performed By I`i)t't h. sde of —Coast 1Y1GhWaY ❑ Own Forces D XlonboClO! Es! . Storting Date 101 Est. Completion Dote i 1 Estimoted Cost in State R/ W 12 Marti_ ?C °3 October 1983 Is400 000 �- -- - I Max. Depth I,; Average Depth 14 .I A� mrogA v Width 15 Length 16 Surface Type 17 EXCAVATION 1 5 Ftl 5' r.l 3' F. 410' Ft. 550 i1^-_,C. 3601 'Di�rt T �t. ype 1B Diameter 19 Voltage /PSIG 2U ! Product 21 PIPES RCP I 18" N/A I N/A FULLY DESCRIBE WORK WITHIN STATE R /W: Attach complete plans (5 sets folded 8S; Er 11), specs, talcs, maps, etc., if applicable A CN6 Dwg. R- 5469 -S (29 sheets) (improvement plans) 8 C(46 Dwg. R- 5469 -S (2 sheets) (Alternate disposal site) C) CNE Dwg. R /14- 5464 -S(1 sheet) (Right -of -way map) f IS ANY WORK BEING DONE ON APPUCANT'S PROPERTY? If "Yes" briefly describe and anach site and gmding plans.) 22 JXyes THE UNDERSIGNED AGREES THAT THE WORK WILL BE DONE IN ACCORDANCE WITH CALTRANS RULES AND REGULATIONS AND SUBJECT TO INSPECTION AND APPROVAL. Or.mactcon or Aoolicam Phone Architect. Eenuser or Noieet Mar. I Phone Address (include city and ,p code) Authorized Signature / {{i Title r; ry F„n; nApr _ i l FEE CALCULATION BY CALTRANS SURETY BOND REQUIRED ?:9- No �y Cl Yes Amount$ �.._. LIABILITY INSURANCE REQUIRED? 4!J'.No ❑ Yes Amount $ FEE DEPOSIT FEE I DEPOSIT a. Bridge Toll (f applcable) Approval, Eta)? uu(Permits, Yes Check Environmental Documentation and enacts copy to b a N.D. ❑ EIR _ b. Admmatrahon of Permit Office and THE ENVIRONMENTAL APPROVAL. ❑ No Check the category below Appikereon Processing S47 t: MAILBOX D FLAGS, SIGNS, BANNERS ❑ AGRICULTURAL APPROACH DECORATIONS c Re". Apphcano" TH Set Hours / S (I COKWUNU ANTENNA IV ❑ Actual Cost .— ___ _— — .�.. �.. _,_ _._ _. nn. (a$25 per hi. Estimafv Hours HOOKUPS $ jChec4 One) — { ---- -- d. !mpeclwn u Set Hours S TION, OR RESURFACING OF A Cs SINGLE FAMILY DWELL DRIVEWAY OF ROAD APPROACH I Hr..IMI per hr. EstimmeHour, C) REMOVAL REPLACEMENT l S s. Fieldwork A) ❑ Actual Cost L' REGULATORY WAII MARKINGS Hrs. QbS21 per hr. Esnmme .._.r' Hour F, PAVING S FICATION TRAFFIC y'(1 MODIFICATION MODI CONTROL SYSTEMS Tool Fee /Ue;:nsB S l , j %' S $ NONE OF THE ABOVE. M1 PROJECT CANNOT BE DESCRIBED IN ABOVE CATEGORIES. REOUEST PART B FROM THE PERMIT OFFICE. 03 23 IS A CITY /COUNTY /OTHER AGENCY INVOLVED? Approval, Eta)? uu(Permits, Yes Check Environmental Documentation and enacts copy to Application ❑ Exempt a N.D. ❑ EIR ALSO ATTACH A COPY OF THE ENVIRONMENTAL APPROVAL. ❑ No Check the category below which describes the Project LJ SURVEY t: MAILBOX D FLAGS, SIGNS, BANNERS ❑ AGRICULTURAL APPROACH DECORATIONS [) PARADES, CELEBRATIONS (] TEMPORARY SIGNAIS (I COKWUNU ANTENNA IV Ll PUBLIC UTILITY M001- SYSTEM FICATIONS, EXTENSIONS, G EROSION CONTROL HOOKUPS MOVIE, TV FIL L, MING ] SIDESIDEWALK/CUTTERS LJ MAINTENANCE. RECONSTRUC L.1 FENCE TION, OR RESURFACING OF A Cs SINGLE FAMILY DWELL DRIVEWAY OF ROAD APPROACH ING DRIVEWAY L; MAINTENANCE OF EXISTING C) REMOVAL REPLACEMENT LANDSCAPING OF DISTINCTIVE ROADWAY L' REGULATORY WAII MARKINGS INFORMATION SIGNS F, PAVING XXRoadway Improvements FICATION TRAFFIC y'(1 MODIFICATION MODI CONTROL SYSTEMS NONE OF THE ABOVE. M1 PROJECT CANNOT BE DESCRIBED IN ABOVE CATEGORIES. REOUEST PART B FROM THE PERMIT OFFICE. 03 rAr NOTICE TO BIDDERS: 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SUPERIOR AVENUE REALIGNMENT CONTRACT 2119 ADDENDUM NO. 1 May 25, 1983 BIDDERS shall propose to complete Contract No. 2119 in accordance with the contract documents, the Proposal, the Specifications, and the CalTrans Encroach- ment Permit No. 782 - NMC - 5017. A copy of the Encroachment Permit is attached to this addendum. Please execute and date Addendum No. 1 and attach it to your bid proposal. No bid proposal will be accepted without Addendum No. 1 being executed and attached hereto. John Wolter Project Engineer I have carefully examined Addendum No. 1 and hereby consent to it being made a part of our proposal. Date June 1, 1983 (714) 549 -2291 Telephone No. Bidder's Name .:_:;;DENT horize ign t 2020 Yale Bidder's Address Santa Ana, CA 92704 ` • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SUPERIOR AVENUE REALIGNMENT CONTRACT 2119 ADDENDUM NO. 2 May 27, 1983 NOTICE TO BIDDERS: Please be advised that the following changes have been made to the Special Provisions for Contract No. 2119: Section 24.26, TRAFFIC SIGNAL AND SAFETY LIGHTING FACILITIES, pages 37 and 43: Delete the first sentence of paragraph C. (Description) and add the following sentence: "Furnish and install traffic signals, s, illumination in accordance with Section of the Standard Specifications with the "maintaining electrical systems" during struction is to be included in the lump tion of the traffic signal." ifety lighting, and sign 86, "Signals and Lighting" exception that payment for the various phases of con - sum price bid for construc- Delete the second sentence of paragraph V. (Payment) and add the following sentence: "The lump sum bid price shall be full compensation for all labor, materials, equipment and incidentals to maintain electrical systems during construction and to provide a complete functioning traffic signal system." Please execute and date Addendum No. 2 and attach it to your bid proposal. No bid proposal will be accepted without Addendum No. 2 being executed and attached hereto. /John Wolter Project Engineer I have carefully examined Addendum No. 2 and hereby consent to its being made a part of our proposal. Date June 1, 1983 Bidders Name JAMES A. WALTZE Telephone No. (714) 549 -2291 VICE PRESIDENT Au orized Signa ure 2020 Yale Santa Ana, CA 92704 i er s , ress CITY OF NEWPORT BEA PUBLIC WORKS DEPARTMETVT STREET IMPROVEMENTS SUPERIOR AVENUE AT WEST COAST HIGHWAY CONTRACT NO. 2119 AHFP NOS. 1044 & 1067 PROPOSAL TO THE HONORABLE CITY COUNCIL City of Newport Beach 3300 Newport Boulevard P. O. Box 1768 Newport Beach, California 92663 -3884 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 2119 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: Item Estimated No. Qty, do Unit Item Description With Lump Sum or Unit Price Written in Words Unit Total Price Price 1. 1 Clearing and grubbing, including Lump Sum removal and disposal of AC pavement, AC berm, concrete curb and gutter and concrete pavement removal and disposal; barricade removal and disposal, and regrading of earth channel FE? t,4 °"' at 1 (, ( Dollars and y Cents Per Lump Sum 2. 1 Traffic control per Sheets 22 through Lump Sum 26 of Improvement Plans and Section 18 of the Special Provisions,- Ile at�'yu;yZj l':,�sc.��,.,.Q Dollars and ,2Gp Cents $ / Ste. on $ / _5oa nn Per Lump Sum PR 1. 1 GRIffilh t Item No. Estimated Qty. 8r Unit •Item Description With Lump Sum • or Unit Price Written in Words Unit Price Total Price 3. 160,000 Unclassified excavation and backfill CY including asphalt concrete and aggregate removal of unsuitable material excavation and disposal of surplus material at C— Dollars and Cents $ ®. �l S $$ 15'.2 con. &o Per Cubic a' r 4. 1 Guard underground construction Lump Sum at��Z,L Dollars and Cents Per Lump Sum 5. 9,891 Construct 1.2 foot aggregate base Tons section including prime coat, complete in place, at �2�. ,rte Dollars and Cents $ 7. 3 Per Ton 6. 2,504 Construct 0.40 foot asphalt concrete Tons section including tack coat, complete in place, at 2:1' 4' Dollars and Cents $ 55 $ / 4399 26 Per "ion 7. 1,091 Construct 0.55 foot asphalt concrete Tons section including tack coat, complete in place at Dollars T—T- -- and Z Fri Cents $ '5-5- $ 3/ Per Ton 8. 688 Construct variable thickness asphalt Tons concrete overlay including tack coat, complete in lace, at j ,, Dollars and Cents $ -Z,5>. S -S $ i$ Per Toji PR 1.2 GKlf.1iH 00AN GR,i 1'11H CO[Vik Ali I Total Item Estimated Item Description With Lump Sum Unit No. Qty. & Unit or Unit Price Written in Words Price Price 9. 2,575 Construct 1 -1/2" asphalt Tons concrete overlay including tack coat, complete in lace, at Dollars and �1 r� Cents Perms i 10. 30 Construct 1.0 foot full -depth asphalt Tons concrete section including tack coat, omplete in place, Dollars and Cents $ ;7S, $U73.�3.50 ' Per Ton 11. 38,948 Cold plane existing asphalt concrete SF including disposal at v Dollars and V1, M Cents $ O /G, $ ti231 >� P r Square Foot 12. 268 Construct miscellaneous asphalt I j Tons concrete on compacted native (driveways, bike lane, ramps) complete in place at rye Dollars and Cents $ X549. cx.> $ /C 7ze"> tad, Per Ton -i 13. 104 Construct asphalt concrete curb LF Type "E" per City of Newport Beach Std. 183 -L, including tack coat, complete in place at j ,.-o Dollars and 77 :k c Cents $ /eL2 $ 01 /'S. S�v Per Linear Foot 14. 1,361 Construct asphalt concrete dike LF Type "B" per Cal Trans Std. A -73 including tack coat, complete in place at Dollars and -y— Cents $ ,1 /,r, /n Per Linear Foot pR 1.3 GR,i 1'11H CO[Vik Ali I Item Estimated Item Description With Lump Sum Unit Total No. Qty. & Unit or Unit Price Written in Words Price Price 15. 2,732 Construct PCC curb and gutter LF Type "A" (8" CF) per City of Newport Beach td. 182 -L at Dollars _ and /,e) Cents PeV Lin ar Foot $ 2— 16. 1,781 Construct PCC curb and gutter LF Type "C" (6" CF) per City of Newport Beach S .• 183 -L at Dollars and Lf2iY{i 164-Z.% Cents $ (. 3G $ —� Per Liner Foot 17. 22,243 Construct PCC sidewalk per City of SF Newport Beach Std. 180 -L at Dollars and �— 1 u e r f a zv1J Cents $ ;-'4 3Z— Per Squar Foot 18. 1,893 Construct PCC landings and curb SF access ramps, including 4 -inch sand base per Cal Trans Std. N8B at Dollars and ` Cents Per Square Fool/ 19. 865 Construct PCC residential driveway SF approach Type 11 per City of Newport Beach Std. 163 -L and 4 -inch PCC driveway at Station 21 +92.50 (Superior) at (�it_P� Dollars and Cents $ /• n $ id Per Sq •are oot 20. 200 Construct PCC approach Type I per SF City of Newport Beach Std. 162 -L at Station 19 +89.00 (Superior) at 0n-LL- Dollars and F Cents $ Per SqucYre Foot PR 1.4 GRO.11H WMEAM Item Estimated Item Description With Lump Sum Unit Total No. Qty. 6r Unit or Unit Price Written in Words Price Price 21. 461 Construct block retaining wall SF including excavation, footings, backfill, stucco and perforated drain, compl to in place atn�� Dollars and cents $ / '73 $ 79-EZ /3 Per Squi(re Foot 22. 13,097 Construct 4 -inch PCC patterned median SF pavement, per Section 24.13 of the Special Provisions, at Dollars and ��rc> Cents Per Square Foot 23. 524 Construct PCC median barrier Type 50 LF per CalTrans Std. A -75 -A, complete in place. �"� pp at ' %,� ljf2-4Xll� Dollars and Oe Cents $ ,33 , 00 Per Linear Foot 24. 4 Construct survey monument per City EA of Newport Beach Std. 116 -L at' k4e, 11,,w 22'Y', 'y ollars and �?p Cents Op $ Per Each 25. 1 Set spike and washer per City EA of Newport Beach Std. 116 -L at Q,,,- �„��1 /� ,a_- Dollars and ?yp Cents $ /per on $ /45", no Per Each 26. 2 Adjust existing survey monument EA frame and cover to grade per City of Newport Beach Std. 116 -L at j,�y,�.Lu P T Dollars and hn Cents Per Each PR 1.5 cib On Item Estimated Item Description With Lump Sum Unit Total No. Qty. & Unit or Unit Price Written in Words Price Price 27. 160 Construct 8 -inch PVC Schedule 40 LF sleeve��mpletein place, at CC ��� Dollars and Cents 3c"'_. Per Linear L near Foot 28. 1 Remove water main including valve, Lump Sum fittin and pl g at Dollars and �27 Cents �1 /�^ /Y� $ / /VCi_[l CS $ lle- /" ez< ) Per Lump Sum 29. 1 Remove fire hydrant assembly Lump Sum including valve, at �(�., r�c,.��_Dollars and Cents e-o $ Per Lump Sum 30. 1 Install fire hydrant assembly EA per City of Newport Beach Std. 500 -L, co��lete in lace at %1tyy(c.F t v.�Ilars and 72.t� Cents $ %X15; c-;r $ Per Each 31. 270 Construct 12 -inch ACP main including LF all fittings, thrus blocks and plug at Dollars and v Cents $ $X07 O. O(D Per Linear Foot 32. 2 Install 12 -inch gate valve per City EA of Newport Beach Std. 508 -L, complete in place, at Gam 20ollars and A-0 Cents $ /c-Win. cry Per Each PR 1.6 GRiff I H COMPM1 1 Item Estimated Item Description With Lump Sum No. Qty. do Unit or Unit Price Written in Words 33. 1 Install air and vacuum release EA assembly per City of Newport Beach Std. 515 -L, co 1 t in lace, at 7tcv/�u Q Dollars y and ;2Y 4) Cents Per Each 34. 1 Lower fire hydrant assembly per Lump Sum City of Newport Beach Std. 500 -L, complete in glace, a a ollars and yLU Cents Per Lump Sum 35. 38 Adjust water valve cover assembly EA per City of Newport Beach Std. 511 -L, at „e C4��� »(' j Z1,1yDollars and %2l Cents Per Each Unit Total Price Price v-1 nd $ 7�0. on $ //O . oa $ oe--> 36. 1 Install 1 -inch water service per EA City of Newp rt Beach Std. 502 , at—at , � ,�Q j� o ars and Cents $ 330 00 $ 33c. Per Each 37. 820 Construct 1 -inch PVC Schedule 40 LF irrigation line, complete in place at . Dollars and %i��� to t .f� Cents Per -inedr Foot 38. 1 Modify fence gate at Station 31 +92.50 Lump Sum (Superior), corn lete in place 11 at �4�+��_17 ar' and y Cents $ 5 e GJ_ x> $ 3c_'G . CIO Per Lump Sum PR 1.7 GRWHIMMPANY Item Estimated Item Description With Lump Sum Unit Total No. Qty. & Unit or Unit Price Written in Words Price Price 39. 1 Reconstruct iron fence including Lump Sum pilasters to match existing, including necessary modifications, cor plete in place, -7�t^ 41m- =- at Dollars r and a15-e ege2 OO Cents Per Lump mp Sum 40. 37 Construct 12 -inch VCP sewer LF including excavation, bedding, and Lrbackf'4T t`vi ace at y x��f Dollars and aiuj,z� Cents Per Liner Foot lti 41. 443 Construct 10 -inch VCP sewer LF including excavation, bedding, and backfill,,com Sete in place at Dollars and Cents $ 127-5 $ 37�� -2S . Per/ Per Linear Foot 42. 770 Construct 8 -inch VCP sewer LF including excavation, bedding, and backf ill, com lete in place at Dollars and Cents $ /S, 60 $ �. oa Per Li ear oot PR 1.8 Gr" O11H V-DW N-1 � r Item Estimated Item Description With Lump Sum Unit Total No. Qty. do Unit or Unit Price Written in Words Price Price 43. 7 Construct precast 48 -inch I.D. EA manhol , complet n place Fl,;2y - at �o / . �_ ���,Aollads and Cents $ / / -C� 00 $ Z23L . �O Per Each 44. 33 Construct concrete encasement LF complete in place at Dollars T� and 2�v Cents el.., $ 75.5, 7c, Per Linear Foot 45. 27 Adjust manhole to grade per City EA of Newport Beach Std. 111 -L, complete i99 place atp,,,�,,�/__llf /',,Q Dollars and Cents $ /GD. $ -S,aze .ln Per Each 46. 3 Core drill and rechannel existing EA sewer manLh/ple �%� at �o r�nJ i„ .�io.� "r -� Dolf and Ar? Cents Per Each 47. 2 Remove existing sewer manhole EA incl ing disposal at �4,a / L�^1j�y ollars and Cents $ G :2..5. c•n_ $ /;j��>. c C� Per Each 48. 199 Construct 18 -inch RCP 3000 -D LF including excavation, bedding, and backfiill, complete in place at Dollars and F� Cents Per Lin "ar oot PR 1.9 v Item Estimated Item Description With Lump Sum Unit Total No. Qty. do Unit or Unit Price Written in Words Price Price 49. 91 Construct 18 -inch RCP 2000 -D i LF including excavation, bedding, and backf ill, -complete in place at "����ep� Dollars and Cents $ Per Linear oot 50. 570 Construct 18 -inch RCP 1500 -D LF including excavation, bedding, and backfill., comple in place at ,_a_ Dollars �/ -— and / l'L•r2Cc� Cents Per Linear Foot $ ?3. C) 51. 39 Construct 21 -inch RCP 1250 -D LF including excavation, bedding, and backfill, complete in place at Dollars and Cents A, $ �/n Per LIna r , 52. 1,154 Construct PCC terrace drain LF including excavation, complete in place at 7P_yy Dollars and Fc % Cents Per Linear oot $ /G. So $ /�1 ' z OD 53. 15 Construct PCC downdrain LF including excavation, complete in place at Dollars and Cents $ / o, 7p $ /G_ O. So Per Linear Foot 54. 1,740 Construct PCC channel LF including excavation, complete in place at [Per � h o Dolllars and Cents $ Per LmeA r —F of T PR 1.10 GRIFF11 t;QN1PAN't Item Estimated Item Description With Lump Sum Unit Total No. Qty. do Unit or Unit Price Written in Words Price Price 55. 900 Construct PCC "V" ditch LF includiDg excavation, complete in place at Dollars and Cents $ Z ZEE $ h'7'Z Per Linear oot 56. 2 Construct PCC outlet and inlet EA structures including excavation and reinfor/c9ment, con1pley ilplace atztti and Cents Per Each 57. 1 Construct concrete block splash walls Lump Sum including footings, excavation, and reinforce t, completg�in ce at rtAJ�ssi�� (- ars and Cents Per Lump Sum 58. 4 Construct junction structure No. I EA per City of Newport Beach Std. 310 -L; complete in place, *uS at ��� �a 2Q of ar and Cents Per Each $ S/yZ ego $ g S V. n o 59. 1 Construct curb inlet Type "OS" per EA City of Newport Beach Std. 306 -L with local depression, including excavation and backfill, complete in plat , p /` "ti .-tai at / «�� Dollars and L� Cents Per Each PR 1 . 11 GWHIH COMPANY, Item Estimated Item Description With Lump Sum Unit Total No. Qty. dr Unit or Unit Price Written in Words Price Price Mel 61 62. 63. 64 4 Construct curb inlet Type "OL -A" per EA City of Newport Beach Std. 305 -L with local depression, including excavation and backfill, com p P to in lace at .v1 tC� Ld ollars {� and ?2d% Cents $ 3� <�`� !-x'> $ / � �. n� Per Each 2 Construct curb inlet Type "OL" per EA City of Newport Beach Std. 306 -L with local depression, including excavation and backfill, complete in place, �/ at j6t ntd�rn�� �� (2Sollars and Cents Per Each 3 Construct inlet Type "OS" per EA CalTrans Std. D72 with depression per Caltrans Std. D78, complepe _ in pl at.� Dollars and Cents Per Each 1 Construct inlet Type "OL" per EA CalTrans Std. D72 with depression per Caltrans Std. D78, complete in lace 1� at c, D� rsy and %I c� Cents Per Each 2 Construct PCC collar per City of EA Newport Beach Std. 313 -L including excavation and backfill for the at (j�,u „��_y� Dollars and Cents Per Each PR 1. 12 $,Vr5�. cam $ /570.-22C) $/570.��� $ / oo $"O2'Fo_ e b S31lli1i015i �itll�,f'sea�' r r Item Estimated Item Description With Lump Sum No. Qty. do Unit or Unit Price Written in Words 65. 4 Construct 12 -inch ACP Class II LF including excavation and backfill, complete in place Dollars and {] Cents Per Linear Foot 66. 2 Construct 12 "x12" concrete drain EA box with cast iron grate, complete in place at oliars and Cents Per Each Unit Total Price Price $ 3/ oo $ Alf 0n 67. 6 Construct rip rap, complete Tons in place at - Dollars and /L {J Cents Per Ton 68. 117 Remove and dispose of RCP storm LF drain and headwall at--T -,,14 dizrlp, Dollars and Cents Per Linear Foot 69. 5 Remove and dispose of existing inlet EA or outlet sZ1.1 ure at - o, E�Dollars and %i Cents e, Per Each 70. 60 Construct 30 -inch CSP 14 gauge, including LF excavation, bedding and backfill, complete in place at Dollars and %Zc Cents $ Per LF PR 1. 13 0(ifflIK 'COMPAA11% Item Estimated Item Description With Lump Sum No. Qty. do Unit or Unit Price Written in Words 71. 1 Break into existing 48 -inch CSP, tie Lump Sum 30 -inch CSP with reinforced concrete collar, including excavation and back 'll, co plete in lam�,���r a /�"t"Ot5`o�lars and Unit Total Price Price Cents $ r-15. Per Lump Sum 72. 1 Plant slope erosion control(hydromulch) Lump Sum including irrigation and maintenance, comp e a in lar�� at'�jji.s N,2 Ila s and ;72» Cents Per Lump Sum 73. 12 Install streetlight standard and EA luminaire, Type II, with pull box, per City of Newport Beach Std. 201 -L, complete in place, - F„rr.t? at�rrr��e�d�LS',a1� -" Dollars and R-el Cents Per Each 74. 2 Relocate street light standard EA and luminaire, Type II, with pull box, per City of Newport Beach Std. 201 -L, compjete in place„ . at F �. t' dea pallars and %lam Cents Per Each 75. 17700 Install 1 -1/4 -inch streetlight conduit LF with 248 conductors and 148 ground, including pull boxes per City of Newport Beach Stds. 204 -L and 205 -L, complete in place at Dollars and � „ Cents Per Linear Foot PR 1. 14 $ -1760. ego $ .S 75 - e, e -CJ $ oo $ 63on. nn Item Estimated Item Description With Lump Sum No. Qty. 8r Unit or Unit Price Written in Words 76. 1 Modify existing street lighting service Lump Sum complete in/lace at j1ty�.1%[.,/ "jgJ Dollars and %ZO Cents Per Lump Sum 77. 1 Construct traffic signals per Sheet Lump Sum 21 of the Improvemenj Plans, complete in pl lu� 4c at Dollars and Cents Per Lump Sum 78. 1 Traffic striping and signing per Sheets Lump Sum Sheets 27, 28 and 31 of Improvement Plans, complete in place, at Dollars and Ale Cents Per Lump Sum 79. 7,000 Removal and disposal of unsuitable CY material including replacement with suitable material from excavation areas, compaction and stockpiling as required, complete in place at �� „�� Dollars and %L2 Cents Per CY PR 1.15 Unit Total Price Price no $ zio• e:� $ 3£� (;U G.00 $ &j)x5. $ / e O. ao $ Z? CYYb. $ � 0eJ ln.On TOTAL PRICE ITEMS I THROUGH 79 r� ���u�� 2 `�'e '— 'LQ WRITTEN IN WORDS: * r' --kt kL iz&d 4I2c U- eFjUlIars and 31 77tv� Y�C2c�L Cents $ 5oW &7 GRMFf-11H COMPAW Bidder _ JAYiES D. WALTZE DATE: June 1, 1983 C �, '�-� ;�,� i VICE PRESID',EhIS Au zed Signature Title (714) 549 -2291 2020 Yale Bidder's Telephone Number Bidder's Address Santa Ana, CA 92704 32168 Contractor's License No. 2020 Yale Contractor's Address Santa Ana, CA 92704 (714) 549 -2291 Contractor's Telephone Number PR 1. 16 C,kIR91H COMPAM • • Page 2 INSTRUCTIONS TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: PROPOSAL INSTRUCTIONS TO BIDDERS DESIGNATION OF SUBCONTRACTOR(S) BIDDER'S BOND (sum not less than 10% of total bid price) NON- COLLUSION AFFIDAVIT STATEMENT OF FINANCIAL RESPONSIBILITY TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 1011 of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis- crepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained 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 con- tract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in- clusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. 32168 A B -C12 Gmffl .h Qj,1Y }tme Contr's Lic. No. & Classification Bidder \ J "`: "FS D. WALTZE June 1, 1983! * c,� 'diCE PR ESIDEfYT Date Autho ized Signature/Title GRIFF11H COMPM DESIGNATION OF SUBCONTRACTOR(S) Page 3 The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer and as provided by State law. Item of Work Subcontractor Address 1. �:.ntoll��i%� /� .�'�9 /X �Ac / %,✓l t ��iF'1�/� Gi,y,�/� 2. / . J D /} ✓i, �E'FhtT "F 4. 6. lllle.47�Al / • �N9 � . [ //✓ bFX�.e c�UN,D 1+�E/'�L /i/✓� �j Pew � /N� ��H�,(J�y� • ���i v5 � L %TiG . ��� / /�-� / / //�/� >H /E' ��JU.SiE P.S l[`>.s- /-in�� i 10. 12. /3. 5'7c /N rC . �. biaaer C\ JAMES D. WALTZE VICE PRESIDENT horized ignature /Ti e • Page 5 NON - COLLUSION AFFIDAVIT The bidder, 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 arrange- ment or agreement 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 agreement 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 bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever 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 1st day of June 19 83 . My commission expires: S -2y- lef( GRIP ITH CJMiP NI Bidder .IC.[? Ink ?bpn JAMES D. WALTZE _ VICE PRESIDENT thorized Signature / i le Notary Public Y71112 oCil Wiviblil VAL .IC.[? Ink ?bpn xyalY Cdnmi;SOn 6.0. NaY Z <, 1?tlj Y71112 oCil Wiviblil • Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. Bidder \ 3p V, ,ES C+. 1,VA.LTZE VICE PRESIDENT �thorized ignature/ le Gkiff it i COMPAt.jYt • • Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. SEE ATTACHED GKO11H COMPANI" Bidder �\ \ JAMES D. WALTZE VICE PRESIDENT AutNrized Signature /Title C;N011H COMPANI GRIFFITH COMPANY X*)Q4,Wwr• w 0C . tea• x a.. TWO -,ia a Year Canpleted For Wham Performed Person to Contact Telephone 1980 County of Orange - General Ben M. Colcol (714) 834 -3212 Services Agency Chief John Wayne Airport Construction Section ($423,548.00) 1981 State of California - Department Kenneth R. Fulk (714) 751 -3247 of Food & Agriculture General Manager Orange County Fair & EKposition Center ($1,580,000.00) 1981 County of Orange - Environmental Carl Nelson (714) 834 -2300 Management Agency Director E1 Toro Road n/o Trabuco Road ($2,078,019.00) 1981 City of San Juan Capistrano W. D. Murphy (714) 493 -1171 Camino Del Avion - Alipaz Director of Public e/o Descanso Works ($479,088.57) 1981 City of Seal Beach Gary Johnson (213) 431 -2527 Westminster Avenue - Seal Beach Director of Public Blvd. to Bolsa Chica Works & City Engineer ($776,199.75) 1982 City of Fountain Valley Wayne Osborne (714) 963 -8321 Slater Avenue fran Euclid St. Director of Public to Santa Ana River Works ($202,349.00) , • BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, GRIFFITH COMPANY • Bond No. U953378 Page 4 as bidder, and UNITED PACIFIC INSURANCE COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of * *TEN PERCENT (10 %) OF THE TOTAL AMOUNT BID IN - - - - -- Dollars ($ ----- - - - - -� , lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of STREET IMPROVEMENTS SUPERIOR AVENUE AT WEST COAST HIGHWAY, Contract No. 2119, Title of Project Contract No. AHFP No's: 1044 & 1067 Bids to Owner: June 1, 1983. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 18th day Of May , 1983. (Attach acknowledgement of Attorney -in -Fact) Notary Public Commission expires GRIFFITH COMPANY Bidder D. V�ALTZE By: vi.�:�_ Pr.ESIDErrr Authorii�d Signature / Title UNITED PACIFIC INSURANCE COMPANY Surety By �'_Y\ Title Mary A. Jenny, Attorney -in -Fact State of California On May 18th, 1983 , before me, the undersigned, ss. .a Notary Public of said county and state, personally appeared County of Orange ♦ OFFICIAL SEAL 4 0 JULIE L. TRIVITT NOTARY PUBLIC - CALIFORNIA PRINCIPAL OFFICE IN ♦ ORANGE COUNTY ♦ MY Commisaion Expires Sept, 30, 1983 ♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦ Mary A. Jenny known to me to be the Attorney -in -Fact of UNITED PACIFIC INSURANCE COMPANY , the Corporation that executed the within instrument, and known to me to be the person who executed the said instrument on behalf of the Corporation therein named, and acknowledged to me that such Corporation executed the same. Julie L. Trivitt, NOTARY PUBLIC UNI=D*�kCIFIC INSUR.ANC-0 COMPANY HOME OFFICE, FEDERAL WAY, WASHINGTON POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, That the UNITED PACIFIC INSURANCE COMPANY, a corporation duty organized under the laws of the State of Washington, does hereby make, constitute and appoint MARY A. JENNY of SANTA ANA, CALIFORNIA - - - - -- its true and lawful Attorney -in -Fact, to make, execute, ml and deliver for and on its behalf, and as its act and deed ANY AND ALL BONDS AND UNDERTAKINGS OF SURETYSHIP - -- and tobind the UNITED PACIFIC INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakingsand other writings obligatory in the nature thereof were signed by on Executive Officer of the UNITED PACIFIC INSURANCE COMPANY and sealed and attested by one other of such officers, and hereby ratifies and confirms all that its said Attorneylsl -in. Fact may do in pursuance hereof. This Power of Attorney it granted under and by authority of Article VII of the By -Laws of UNITED PACIFIC INSURANCE COMPANY which became effective September 7, 1978, which provisions are now in full force and effect, reading as follows: ARTICLE VII - EXECUTION OF BONDS AND UNDERTAKINGS 1. The Board of Directors, the President, the Chairman of the Board, any Senior Vice Resident, any Vice President or Assistant Vice President M other officer designated by the Board of Directors shall have power and authority to la) appoint Attorneys in- Fan and to authorize them to execute on behalf of the Company, bonds and undertakings, racognizences, contracts of indemnity and other writings obligatory in the nature thereof, and to) to remove any such Attorney -in. Fact at any time and revoke the power and authority given to him. 2. Attorneys -in -Fan Mall have power and authority, subject to the terms and limitations of the power of attorney - issued to them, to execute and deliver on behalf of the Company, bonds and undertakings, recognicances, contracts of indemnity and other writings obligatory in the nature thereof. The corporate seal is not necessary for the validity of any bonds and undertaking,, recognisences, contracts of indemnity and other writings obligatory in the nature thereof. 3. Attorneys- in-Fan shall have power and authority to execute affidavits required to be attached to bonds, recognizance&, contracts of mdem nity or other conditional or obligatory undertakings and they shall also have power and authority to certify the financial statement of the Company and to copies of the By -Laws of the Company or any Article or section thereof. This power of attorney is signed and sealed by facsimile under and by authority of the lollowing Resolution adopted by the Board of Directors of UNITED PACIFIC INSURANCE COMPANY at a meeting held on the 51h day of June, 1979. at which a quorum was present, and held Resolution has not been amended or repealed: "Resolved, that the signatures of such directors and officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificale bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached:" IN WITNESS WHEREOF,the UNITED PACIFIC INSURANCE COMPANY has caused these presents to be signed by its Vice President, and its corporate wal to be hereto affixed, this 22nd hay o1 October 19 80. UNITED PACIFIC IN NCE OMPANY 5; .SEAL Vice President STATE OF Washington COUNTY OF King �ss. On this 22nd day of October 19 8Operwnally appeared Charles B. Schmalz to me known to be the Vice - President of the UNITED PACIFIC INSURANCE COMPANY, and acknowledged that he executed and attested the fore going instrument and affixed the seal of said corporation thereto, and that Article VII, Section 1, 2, and 3 of the By -Laws of mid Company, and the Resolution- forth therein, are still in lull force. far My Commission Expires: s' r ,r� taat&bi iuhx June 12 1982 Notary Public in ad for Stile of Washington tOn Residing at Tacoma Charles J. Falskow Assistant Sevetary of the UNITED PACIFIC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by mid UNITED PACIFIC INSURANCE COMPANY, which Is still in full lorce and affect. IN WITNESS WHEREOF, I have hereunto set my hand and aiiixod the heel of mid Company this 18 th day of May 19 83. i enu.iant 9,1 41An `'`/ 1 ,'l Assistant Sacremy- i�J.1= 1Scw-- `=3.tj ��'L -� TO: CITY COUNCIL FROM: Public Works Department June 13, 1983 CITY COUNCIL AGEND ITEM NO. F- 3 BY THE CITY COUNCIL CITY OF NEWPORT BEACH SUBJECT: SUPERIOR AVENUE REALIGNMENT AT COAST HIGHWAY (C -2119) JUN 13 1983 RECOMMENDATION: Award Contract No. 2119 to the Griffith Co. of Santa Ana for $929,197.33 and authorize the Mayor and the City Clerk to exe- cute the contract. DISCUSSION: Five bids for this contract were opened at 2:30 P.M. on June 1, 1983: Bidder Amount 1. Griffith Co., Santa Ana $ 929,197.33 2. Sully- Miller Contracting Co., Orange $1,056,994.38 3. Fleming Engineering Inc., Buena Park $1,179,688.05 4. Clarke Contracting Corp., Compton $1,230,070.70 5. Nelson & Belding Contracting Corp., Gardena $1,246,307.84 The low bid was 32.4% less than the Engineer's estimate of $1,375,000. The difference between the estimate and the bid is due to current competitive bidding and to lower prices than anticipated for the excavation and removal of excess soil from the project site. The Griffith Co. has satisfactorily per- formed similar work for the City in the past. The proposed project provides for safer and more efficient traffic flow by widening Superior Avenue and realigning the center line to create a more nearly right angle intersection at Coast Highway. The realigned roadway will provide two travel lanes in each direction., a separate left -turn lane from southbound Superior Avenue to eastbound Coast Highway, two separate right - turn lanes from southbound Superior Avenue to westbound Coast Highway, a side- walk -bike trail, safety lighting, drainage system, slope protection landscaping, median barricade, modified traffic signal, and utility relocations. In addi- tion, a third westbound lane will be added to Coast Highway through the inter- section along with a separate right -turn lane from westbound Coast Highway to northbound Superior Avenue. Construction of the third westbound lane on Coast Highway and the second right -turn lane from Superior Avenue to Coast Highway are the responsi- bility of private developments under the City's traffic phasing ordinance. Re- location of the eight -inch sewer main from existing Superior Avenue to the new alignment is the responsibility of the Costa Mesa Sanitary District. The work has been added to the City's AHFP project in order to facilitate the construc- tion and minimize congestion associated with separate construction projects. • June 13, 1983 Subject: Superior Avenue Realignment at Coast Highway (C -2119) Page 2 All permits and agreements as detailed in the City Council memo of May 9, 1983 have been obtained with exception of the Hughes Aircraft agreement for funding the third westbound lane on Coast Highway and the second right - turn lane on Superior Avenue. There are sufficient funds in the City's cur- rently budgeted Gas Tax account for this project to provide for the Hughes Aircraft's portion of the contract cost. It is therefore recommended that the Hughes Aircraft portion of the contract cost be encumbered from the City's Gas Tax account and when the Hughes Aircraft agreement is obtained, the City's Gas Tax account will be reimbursed. Funding for the construction contract is as follows: County AHFP Funds $283,785.99 City and Local Funds Gas Tax Fund (Superior Avenue) 372,011.48 Gas Tax Fund (Res. Superior & Placentia) 65,000.00 Water Fund 21,682.00 Costa Mesa Sanitary District Fund 32,326.25 *Hughes Aircraft Corp. Funds _154,391.61 Total $929,197.33 *To be funded from City Gas Tax account and reimbursed to Gas Tax account when agree- ment obtained. The plans and specifications have been prepared by Williamson and Schmid Civil Engineers. Project scheduling is for completion of work by December 15, 1983. Benjamin B. Nolan Public Works Director JSW:jd Att. AMH 1SV00 013IOVd "3AV 80183d1S 'X3 3J r o ! Q 2 3 = Q ilk z m ^b O o l 2 Z U U~ m O w NI b0 30V2i 1131 Q H m i W r AMH 1SV0O DUI tld Snv JOILAd - x3 0 0 0 Q I- aTD i X W i Q tir m � G W � n;,pya 3waa31 �'° ti 0 0 0 Q I- aTD i X W c��lES sEta'T Ta �� 38 10 April 1983 X PFTITIOP. TO STOP NOISE AND DUST POT-T,UTPN BY TTY' X r t ;^rr� �µl7Db19 :EFFORTS . ter -PF 7311DERSIGNED RESISFTTS OF: NEWPORm CREST Rr,?T?EST THAT ACTION BE TART p M STOP THE NOISE, AIR. AAID RESIffiVTUn?, nr,T,UT7pN OF OUR HONES WfiICH IS o RFT!,TG CREATED -BY THE SUPERIOR RED ?I '° ?? PROJECTS CONTRACTORS. 17TF EXCESSIVE NOISE HAS STARTED AS EARLY AS 2 :05 AM AND IS CONSI kROTPTD F AT-1 DAILY INCLUDING SATURDAY. WE ALSO WISH THAT NO WORK SCFDUT,M FOR SATURDAYS. IWIF ADDRESS �r 1-24 94de � a CITr OF 4 Al WORT BEACH, cA«r. APR � 19836. %7 02/ v' 1� 'II 7D <J-� - -T-- -- V1 f (~D ;c w t� J G� 1 f'Tw N W 10 An-il. 1983 -P7,M, TIPTnr IPP "'r' rTO AND T Tr TT� T. 'Fn m )JT(�rl ',rj(.T.UMTo�T 13Y TT . �,� FRT T' :. I%TP, "U—,, 17M7�?"Tr"T77M OF Y7,-F`OT?.m n`?177 ^m' P"'AM ,f� :177,'.P TT4..P, 'T-1 -'-..nTDENTTTAT 'rT,I,,TVic)TT n7 r. ,T? 7,TLrTCT4 T� 42 lx ? -7- -TA7, Sm7� AS 2:05 T-Z 7. T STSmq::^m'.V Aj,' T 177 (},Tr P() iTM '�.TAm IV) �,M .)ATT.V TTT(IT,lMTTTrl V 7.7r.,�T7.7� SATITRIMvr`. 731r-- Yetj 1'2- - � .,P— cic>-,.� 7 APR 0 THE NEWPORT ENSIGN PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF CALIFORNIA, :s. County of Orange, I am a citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the above- entitled matter. I am the principal clerk of the printer of the Newport Harbor Ensign newspaper of genera) circula- tion, printed and published weekly in the city of Newport Beach, County of Orange, and which news- paper has been adjudged a newspaper of general circulation by the Superior Court of the County of Or- ange, State of California, under the date of May 14, 1951, CASE NUMBER A -20178 that the notice, of which the annexed is a printed copy (set in type not smaller than nonpareil) has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates to -wit: I certify (or declare) under penalty of perjury that the foregoing is true and correct. Dated at Newport Beach, California, this, day of . , 19 Signature, . r % THE NEWPORT ENSIGN This space is for the County Clerk's Filing Stamp Proof of Publication of PROOF OF PUBLICATION A NOTICE INVITING BIDS Sealed bide may be received al the olfice of the City Clerk. Newport Boulevard, Newport Bench, CA 92663 uatl 2.20 P.M. = the lei day of lone, 1993, at which time each We -hall be opened ®d read for BTREEP Ib1PAOVEME41Ts Bt1pERIOR AVENUE AT WFHT COAST HIGHWAY T {[b of Ptoleot 2119 Contras( No. {1,523100 Enp{aeels Estimate Appioved by the City Coua- cl Q. 9th day of May. 1983 Wanda E. Andstwn . City Clerk Ptospective burden may ob- talc one wt of b{d deeamenb at m awl at the ofYee of the Publ{a Works Dspar[ment, 3300 Newport Boulevard, Newport Beach, CA 91863. . rw fuAher Lo",roatien, cell l �Woll;t(Protect Eaalaeetl 5/103, . , .... NEU11 J� • TO: CITY COUNCIL BY THE CITY COUNCIL CITY OF NEWPORT BEACH MAY 091963 FROM: Public Works Department May 9, 1983 CITY COUNCIL AGENDA ITEM NO. /--/ L SUBJECT: SUPERIOR AVENUE REALIGNMENT AT COAST HIGHWAY (C -2119) RECOMMENDATIONS: Approve the plans and specifications for the subject project. 2. Authorize the City Clerk to advertise for bids to be opened at 2:30 p.m. on June 1, 1983. DISCUSSION: On December 10, 1979, and on December 8, 1980, the City Council adopted resolutions (Resolutions Nos. 9691 and 9939 respectively) requesting . the County of Orange to include a. project for the realignment and widening of Superior Avenue at West Coast Highway in the 1980/81 and 1981/82 Arterial Highway Financing Program (AHFP). The proposed project provides for safer and more efficient traffic flow by widening Superior Avenue and realigning the center line to create a more nearly right angle intersection at Coast Highway. The realigned roadway will provide two travel lanes in each direction, two separate left -turn lanes from southbound Superior Avenue to eastbound Coast Highway, two separate right - turn lanes from southbound Superior Avenue to westbound Coast Highway, a side- walk -bike trail, safety lighting, drainage system, slope protection landscaping, median barricade, modified traffic signal, and utility relocations. In addi- tion, a third westbound lane will be added to Coast Highway through the inter- section along with a separate right -turn lane from westbound Coast Highway to northbound Superior Avenue. Construction of the third westbound lane on Coast Highway and the second right -turn lane from Superior Avenue to Coast Highway are the responsi- bility of private developments under the City's traffic phasing ordinance. Re- location of the eight -inch sewer main from existing Superior Avenue to the new alignment is the responsibility of the Costa Mesa Sanitary District. The work has been added to the City's AHFP project in order to facilitate the construc- tion and minimize congestion associated with separate construction projects. Status of the required permits, environmental clearance, agreements, and approvals for the project are as follows: A. Environmental clearance: Negative Declaration 12/79 0 0 May 9, 1983 Subject: Superior Avenue Realignment at Coast Highway (C -2119) Page 2 B. Permits: • 1. California Coastal Zone Permit 1/83 2. CalTrans Encroachment Permit 5/83 C. Agreements: 1. CalTrans Right of Entry Agreement 4/83 2. Orange County AHFP Administrative Agreement 5/83 (Scheduled for Board of Supervisors' action on May 10, 1983) 3. Costa Mesa Sanitary District Agreement to relocate sewer main 4/83 4. Hughes Aircraft Agreement to fund additional traffic lanes 6/83 5. Clegg Engineering, Inc., Agreement to remove and dispose of 120,00 cubic yards of excess dirt 4/83 D. Plan Approvals: • 1. Orange County Environmental Management Agency 5/83 2. Costa Mesa Sanitary District 4/83 The plans and specifications have been prepared by Williamson and Schmid, Civil Engineers and Land Surveyors. Project scheduling calls for com- pletion of the work by December 1983. The Engineer's estimate for construction of the project is $1,523,200. A detailed account of project funding will be presented for the Council when award of contract is to be considered. Benjamin B. Nolan Public Works Director JSW:jd Att. 0 �. is - . r.•. _'•t - , 1'`� \\ �• oar r � # M •I !y� . / •n ��y yet � ��r'��\ � i � ,�' � •� - >� " .•fit .,A. +�t � r`�,a+1 ,'� x °lei �• ,?y1 �. AA *wny� y>'C5 :t�<',_ -_�R.. 1'd t \��i� �� •�.i.`S� '�' o� � •� V y� Alf , A : e� Of �, x ..., •- �. � �'' Cam' !! � • '��''� ' ?�' • ��¢-� Y '��w < (D 3DV863L 'do ui f LLJ ZICO 0 40L < a 0 cc OOZ kN 4 14 5 w �4 A A r 4W 3c Ir Z. . a V- Nv lop IA