Loading...
HomeMy WebLinkAboutC-2357 - Jamboree Road Widening & Sound Wall Improvements, Ford Road to Eastbluff Drive NorthCITY OF NEWPORT BEACH March 21, 1985 OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (7I3j644 -3005 RICHARDSON 5 LE BOUEF CO. 1404 "C" South Ritchey Street Santa Ana, CA 92705 Subject: Surety: Fireman's Fund Insurance Co. Bonds No.: 7126594 Contract No.: C -2357 Project: Street Improvements Jamboree Road from Ford Road/ Eastbluff Drive South to Eastbluff Drive North The City Council on February 25, 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 March 6, 1985, Reference No. 85- 077798. Please notify your surety company that the bonds may be released 35 days after this date. Sincerely, Wanda E. Raggio J City Clerk WER:pm cc: Public Works 3300 Newport Boulevard, Newport Beach PLEASE RETURN To- City Clerk n %%lq'�� EeemGt reEn• lrg p City of Gormn:aaa face EAU 3300 Newport B ch EXEM wport Blvd. Newport Beach, CA 92663 -3884 C1I NOTICF. OF COMPLETION NO CONSIVERAHON PUBLIC WORKS Io711t- Laboreers and- Ma- terial Men aril -T6 Every- 0fh—e.r-Pe­rsoh 85-- 077798 Clry OF WPORT 8AC \ r­!oi H, 9 BAR 211885' _ YOU WILL PLEASE TAKE NOTICE that on February 25. 1985�'� the Public Works project consisting of Street Improvements Jamboree Road from Ford Road/ Eastbluff Drive South To Eastbluff Drive North (C -2357) on which RICHARDSON & LE BOUEF CO., 1 was the contractor, and FIREMAN'S FU was the surety, was completed. I, the undersigned, say: Ritchey Street, Santa Ana, CA 92705 0., P.O. Box 1975, Santa Ana, CA 92 VERIFICATION CITY OF NEWPORT BEACH 14 e2 )_ 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 February 27, 1985 at Newport Beach, California. Public Works Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on February 25, 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 February 27, 1985 at Newport Beach, California. 6F ORANGE COUNT' -ll so AM W 6'85 9 9 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK PO, BOX 1768, NEWPORT BEACH, CA 92658 -8915 February 28, 1985 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 Jamboree Road from ford Road / Eastbluff Drive South to Eastbluff Drive North, Contract No. 2357 on which RICHARDSON & LE BOUEF CO. was the Contractor and Fireman's Fund Insurance Co. was the Surety. Please record and return to us. Sincerely, ✓ Wanda E. Raggio City Clerk WER:pm Attachment cc: Public Works 3300 Newport Boulevard. Newport Beach E r1 L_J February 25, 1985 CITY COUNCIL AGENDA ITEM NO. F -13 TO: CITY COUNCIL FROM: Public Works Department ? THE CITY COUNCIL SUBJECT: ACCEPTANCE OF IMPROVEMENTS OF JAMBOREE ROAD (C -2357) " " I" K11PORT BEACH RECOMMENDATIONS: 1. Accept the work. FEB 2 5 IQ85 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after the Notice of Completion has been filed. DISCUSSION: The contract for the improvement of the west side of Jamboree Road from Ford Road to Eastbluff Drive North has been completed to the satisfaction of the Public Works Department. The bid price was: $ 609,609.50 Amount of unit price items constructed: 619,874.96 Amount of change orders: 16,289.17 Total contract cost: $ 636,164.13 Financin for the project was obtained from the Gas Tax Fund (Act. No. 18- 3395 -014), 226,183.87; the Arterial Highway Financing Fund (Act. No. 20- 3395 -014), $226,183.87; and the Noise Wall Fund (Act. No. 25- 3395 -011) and Circulation and Transportation Fund (Act. No. 25- 3395 -012) $183,796.39. The increase in the cost of the unit price items constructed was due primarily to the additional installations of noise walls and the use of a thicker plastic sheet for better sound attenuation. Three change orders were issued. The first, in the amount of $1,832.73, provided for additional landscape clearing and modifications to • the noise walls to accommodate the size of block used in the existing walls. The second, in the amount of $5,487.60, provided for (1) changes in the storm drainage system alignment required due to existing underground utilities; (2) additional tree removal of accommodate the sidewalk; and (3) additional pavement removal and reconstruction. The third, in the amount of $8,968.84, provided for adjustment to the new grade of the existing signal poles and pullboxes at the Ford Aero entrance, replacement of the detection wiring at the Ford Road intersection, and removal of the existing pavement markings in conflict with the new alignment. February 25, 1985 • SUBJECT: ACCEPTANCE OF IMPROVEMENTS OF JAMBOREE ROAD (C -2357) Page 2 • The contractor was Richardson & LeBouef, Inc. of Santa Ana. The design engineering was by Robert Bein, William Frost and Associates of Newport Beach. The contract date of completion was September 28, 1984. Work was delayed 5 days due to the extra work and 2 days due to inclement weather. The work was substantially completed on October 1, 1984, with final comple- tion delayed until December 3, 1984, due to late delivery of the street lighting poles. Benjamin B. Nolan Public Works Director PD:jw • • 9 • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK I 1714) 640-2251 j TO: FINANCE DIRECTOR PUBLIC WORKS FROM: CITY CLERK DATE: July 9, 1984 SUBJECT: Contract No. C -2357 Description of Contract Street improvements on Jamboree Road from Ford Road / Eastbluff Drive South to Eastbluff Drive North Effective date of Contract Julv 6. 1984 Authorized by Minute Action, approved on June 25, 1984 Contract with Richardson S Le Bouef Company Address 1404 "C" South Ritchey Street Santa Ana, CA 92705 Amount of Contract $609,609.50 Wanda E. Andersen City Clerk WEA:lr attach. City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 _ NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 2:30 P:M. on the 14th day of June , 1984, at which time such bids shall be opened and rear STREET IMPROVEMENTS JAMBOREE ROAD FROM FORD ROAD /EASTBLUFF DRIVE SOUTH TO EASTBLUFF DRIVE NORTH Title of Project AHFP NO. 1089 2357 Contract No. $750,000 Engineer's Estimate ��� \-1 FoaN% Approved by the City Council this 14th day of May' , 1984 GGf�Td� �'• ��aG 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 - ?281. Project Eng neer CITY CLERK --.F____ • '_ �, ,i., ,L - CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONSTRUCTION ON JAMBOREE ROAD FROM FORD ROAD /EASTBLUFF DRIVE SOUTH TO EASTBLUFF DRIVE NORTH CONTRACT NO. 2357 AHFP NO. 1089 PROPOSAL TO THE HONORABLE CITY COUNCIL City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, California 92663 -3884 Gentlemen: PR 1.1 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. 2357 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. Otv. & Unit or Unit Price Written in Words Price Price 1. 1 Clearing and grubbing, including Lumpy removal and disposal of AC pavement, AC berm, concrete curb and gutter, concrete sidewalk and concrete pave- ment removal and disposal; slope plantings, parkway shrubbery and designated parkway trees. Twenty -five Thousand @ Four Hundred Ninety -five Dollars and No Cents Per Lump Sum $ 25,495.00 $ 25,495.00 0 item tstimatea item uescriptnon witn Lump bum unit total No. Otv. & Unit or Unit Price Written in Words Price Price 2. 8,500 Unclassified excavation and backfill including asphalt concrete and aggregate removal of unsuitable material excavation and disposal of surplus material. @ Seven Dollars and Cents $ 7.00 Per Cubic Yard 3. 1 Guard underground construction. Lump PR 1.2 $59.500.00 @ Five Hundred Dollars and Cents $ 500.00 $ 500.00 er Lump Sum 4. 13,000 Construct aggregate base section To—ns including prime coat, complete in place. @ Seven Dollars and F]f Cents $ 7.50 $97.500.00 Per on 5. 2,765 Construct asphalt concrete pavement ins base course including tack coat, complete in place. @ Twenty-six Dollars and Cents $ 26.50 $73.272.50 eNon 6. 925 Construct asphalt concrete pavement — o finish course including tack coat, complete in place. @ Twenty -six Dollars and Cents $ 26.50 $24.512.50 Per on . PR 1.3 i, Item Estimated Item Description With ump Sum Unit ota No. Qty. & Unit or Unit Price Written in Words Price Price 7. 5,820 Construct PCC curb and gutter Lr— Type "A" (8" CF) per City of Newport Beach Std. 182 -L. @ Seven Dollars and Cents $ 7.00 840.740.00 er Linear Foot 8. 33,220 Construct PCC sidewalk per City of SF— Newport Beach Std. 180 -L. @ One Dollars and Cents $ 1.50 &19.830.00 er quare Foot 9. 380 Construct PCC curb access ramps, W— per City of Newport Beach Std. 181 -L. @ Two Dollars and Cents $ 2.00 $ 760.Op Or- Square Foot 10. 165 Construct PCC commercial driveway �F— approach Type I per City of Newport Std. 160 -L. @ Three Dollars $__3,0 $ 577.50 and Cents er quare Foot 1 1 Construct PCC raised median island LS with patterned PCC pavement & access ramps per detail in place. @ One Thousand Five Nundrad Dollars and Nn Cents $1-5OO-pp $ 1.500"Op Per Lump Sum r • PR 1.4 Item Estimated Item Description With Lump Sum nit ota No. Otv. & Unit or Unit Price Written in Words Price Price 12. 200 Construct block retaining wall --r— including excavation, footings backfill, perforated and sidewalk drains and curb drain outlets complete in place. @ Thirty Dollars and Cents $ 30.00 $ 6.000.00 er Linear Foot 13. 3,245 Construct New Concrete Block Sound Walls —'�—F— including clearing & grubbing, excavation, footing & backfill complete in place. @ Fight Dollars and Per Square Foot Cents $_ -00 $25.960.00 14. 3,657 Construct Concrete Block Sound Walls on SF Existing Concrete Block Walls including Clearing & Grubbing, doweling into existing walls, excavation and backfill complete in place. @ six Dollars and er Cents $ 6.00 $21.942.00 quare oot 15. 1,994 Construct "MARGARD" Sound Barrier on �F— Existing /New Concrete Block Walls including all framing appurtenances complete in place. @ Fiftpen Dollars and er Square Foot Cents $--15,00 $29.910.00 16. 1 Modify existing junction structure to EA accomodate 18" RCP per detail including removal and disposal of RCP storm drain. @ One Thousand Five Hundred Dollars and Cents $ 1.500.00 $ 1.500.00 er Each r i E 0 PR 1.5 item tstimatea item uescription witn Lump bum unit iotai No. Qty. & Unit or Unit Price Written in Words Price Price 17. 920 Construct 18 -inch RCP 2000 -0 --LT- including excavation, bedding, and backfill, complete in place. @ Fifth Dollars and Cents $ sn_n0 $ ar,,nnn 00 er Linear Foot 18. 1 Construct junction structure No. 1 �A— per City of Newport Beach Std. 310 =1, complete in place. @ Two Thousand Dollars and No Cents $ 2.000.00 $ 2,000.00 Per Each 19. 1 Construct Modified junction structure No. 1 per Detail II complete in place. @ One Thousand Seven Hundred Dollars and No Cents $1,700.00 $ 1,700.00 Per Each 20. 1 Construct curb inlet Type "OL" --- IT— (L =8') per City of Newport Beach Std. 306 -L with local depression including excavation and backfill, complete and in place. @ Two Thousand Three Hundred Dollars and No Cents $2.300.00 $-2,aQQ-,00 Per Each. 21. 1 Construct curb inlet Type "OL" (L =21') EA per City of Newport Beach Std. 306 -L with local depression, including excavation and backfill,complete in place. @ Three Thousand Dollars and UD- Cents $3.000"00 $ ,nnn � 00 Per Each Item Estimated Item Description With Lump um Unit Total No. Qty. & Unit or Unit Price Written in Words Price Price 22. 1 Traffic striping and signing per Sheets Lump Sum 25, 26 & 27 of Improvement Plans, complete in place. PR 1.6 @ Two Thousand Dollars and No Cents $ 2,000.00 $ 2,000.00 Per Lump Sum 23. 26 Install Street Light Standard and Luminaire, Type IV including pull boxes per City of Newport Beach Std. 203 -L, complete in place. One Thousand Eight Hundred @ Fifty Dollars and Cents er Each 24. 2,195 Install 1 -1/4 inch light conduit LT— with 248 conductors and one ground, per City of Newport Beach Stds. 204 -L and 205 -L, complete in place. $ 11850.00 $48.100.00 @ Four Dollars and �p Cents $ 4.00 $ 8.780.00 Per Linear Foot 25. 2,280 Install 1 -1/4 inch street light LF— conduit with 244 conductors and 1 ground complete in place. @ Four Dollars and Fift Cents $ 4.50 $10,260.00 Linear Foot er 26. 950 Install 1 -1/4 inch street light LFL — conduit with 242 conductors and 1 ground, complete in place. @ Five Dollars and Cents $ 5.00 $ 4,750.00 er Linear oot c • . PR 1.7 tem Estimated Item Description With Lump Sum Unit ota No. Qty. & Unit or Unit Price Written in Words Price Price 27. 2 Install Service Pedestal including EV- ground, pull boxes, 3 -inch conduit with 344 conductors & connection to SCE service Feeder conductors per Detail "C" Sheet 21, complete in place. @ One Thousand Eight Hundred Dollars and No Cents $1,800.00 $ 3,600.00 Per Each 28. 1 Install "BURD" Enclosure including ground & 3 -inch conduit only for to accomodate conductors by SCE. @ Four Thousand Three Hundred Dollars and No Cents $4,300.00 $ 4,300.00 Per Each 29. 1 Remove & Replace Traffic Signal LS Detection System @ Ford Road & Jamboree Road per sheet 22 of Improve- ment Plans, complete in place. @ Six Thousand One Hundred Dollars and No Cents $6,100.00 $ 6,100.00 Per Lump Sum 30. 1 Remove & Replace Traffic Signal Detection System @ Jamboree Road & Bison Ave per Sheet 23 of Improvement Plans complete in place. @ Six Hundred Dollars and No Cents $ 600.00 $ 600.00 Per Lump Sum 31. 1 Remove & Replace Traffic Signal Ems— Detection System @ Jamboree Road and Aeronutronic -(Ford Access) per sheet 24 of Improvement Plans, complete in place. @ One Thousand One Hundred Dollars and No Cents $1,100.00 $ 1,100.00 Per Lump Sum F-1 32. 276 Construct Wood Post Metal Beam LT— Guard Rail (Type "B" Terminal Sections) Per CALTRANS Std. Plan A 77 -CW, complete in place. 0 @ Twenty Dollars and Cents $-10,-W $ 5.520.00 eP r Linear Foot TOTAL PRICE ITEMS 1 THROUGH 32 Hundred Nine WRITTEN IN WORDS: Six Hundred Nine Thousand Six/ Dollars and Fifty Cents $ 609,609.50 DATE: June 14, 1984 (714) 543 -1967 Bidder's e ephone Number RICHARDSON & LE BOUEF CO. Bidder .S /William D. Richardson, Partner ut prize ignature/ ! tl e 1404 "C" South Ritchey Street i der s Address Santa Ana, CA 92705 446152 "A" Contractors License No. 1404 "C" South Ritchey Street Contractor's Address (714) 543 -1967 Contractor's Telephone Number • • 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. 446152 A RICHARDSON & LE BOUEF CO. Contr's Lic. No. & Classification Bidder June 14, 1984 S /William D. Richardson, Partner Date Authh/or'�r'zed Signa�tt/ e/ itle 3 • • 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• Concrete Reslue Anaheim, CA 2. Block Walls Stewart- Tillitson Costa Mesa CA 3. Signs & Striping Safety Striping Fillmore, CA 4. Structure Medallion Conct Azusa, CA 5. Electric Steiny Anaheim 6. 7. 8. 9. 10. 11. 12. RICHARDSON & LE BOUEF CO. Bidder S %Ni hor 1 am iz D. Richardson, Partner Auted Signature/ itle 9 FOR ORIGINAL 0 SEE CITY CLERK'S FILE COPY BIDDER'S BOND Page 4 KNOW ALL MEN BY THESE PRESENTS, That we, RICHARDSON & LE BOUEF CO. as bidder, and FIREMAN'S FUND INSURANCF rommV , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT OF THE AMOUNT BID Dollars ($ 10 %. ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of STREET IMPROVEMENTS -- JAMBOREE ROAD FROM FORD ROAD / EASTBLUFF DRIVE SOUTH TO EASTBLUFF DRIVE NORTH 2357 Title of Project Contract No. 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 8th day of ,tune , 19.$4. (Attach acknowledgement of Attorney -in -Fact) Jelaire Pearson, Notary Public Commission expires 3/27/87. RICHARDSON & LE BOUEF CO. B i7cTe r S /William D. Richardson, Partner Authorized Signature /Title FIREMAN'S FUND INSURANCE COMPANY Surety By S /Michael D. Strong Title Attorney -in -Fact NON- COLLUSION AFFIDAVIT Page 5 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 day of 19 My commission expires: Richardson & LeBouef Co. Bidder 11"�' .4 - " /"1' 1_'/ /V7, tii�2 Authorized Signature Tit e Notary Public CAL-375 .B-82) Ack. __ Staple *Q 3 )7 0 `I I\ ( \�j�/ r } Er 0\) �§\ \72 � ) i// \ cn � � / \ � � & �d � m / ©O n>51 m 2 0\) �§\ \72 � ) i// \ cn � � / \ � � �03 �d � m / ©O ORIGINAL SEE CITY CLERK'S FILROPY 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. s /william ft Richardson, Partner Authorized Signatur Title ��°�0�0 0 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Page 7 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 list. S/william D. Richard utho ized Signa uc� 1. City of Carson - (213) 830 -7600 Mr. Fred Thomsen Figueroa Street Improvements - $757,000.00 2. City of Lomita - (213) 325 -7110 Mr. Philip Wikoff Cypress Street & Water Improvements - $136,369.00 3. City of South Gate Don Greek & Associates- (714) 543 -0990 Don Greek or George Bell Street & Water Improvements - $413,277.00 4. L. A. County Road Dept. Construction Division - (213) 226 -8174 Mr. Bill Dailey Atlantic Ave. Improvements - $477,000.00 Beach Street Improvements - $147,000.00 5. Orange County EMA.: Mr. Dave Marshall-- '(714) 834 -7091 Lorna Ave. Improvements - $96,700.00 6. Orange County EMA Mr. Gary Gray - (714) 634 -7723 Repair varous sts. in Rossmoor area - $247,669.00 7. Orange County Sanit.at.ion.Dist.rict Mr. Gary Berger - (714) 962 -2411 Trench Reconstruction -Los Alamitos Blvd. - $213,699.00 8. City of Bell Gardens _ Willaan Associates - (714) 774 -5740 Brian A. Krcelic Eastern & Live Oak - $354,669.00 9. City of Signal Hill Mr. Mike Myers - (213) 426 -7333 Lawson Ave. - $218,598.00 10. City of Buena Park Engineering Division - (714) 521 -9900 Various Streets in Buena Park - $73,906.25 y' I I 0 Page 8 NOTICE The following are samples of contract documents which shall be completed and executed by the successful bidder after he receives a 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 B (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Bests Ke �Ratin ?Guide: Property - Casualty. Coverages shall be provided for all TYFES OF IN 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. EXECUTED IN FOUR DONTERPARTS PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That Page 9 BOND NO. 7126594 'PRIfMIUM -NIL WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted June 25. 1984, has awarded to RICHARDSON & LE BOUEF CO.. hereinafter designated as the "Principal ", a contract for STREET IMPROVEMENTS -- JAMBOREE ROAD FROM FORD GOAD! ASTBLUFF DRIVE SOUTH TO EASTBLUFF DRIVE NORTH (C -2357) AHFP #1089 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 RICHARDSON & LE BOUEF CO. as Principal, and FIgEMAN,S FUND 1NsURANCF COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of said sum being equal to 100% 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 ' 6 1 Payment Bond (Continued) Page 10 this bond, as required by the Provisions of Sections 3247 et. seq. of the Civil Code of the State of California. F 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 duty executed by the Principal and Surety above named, on the 28 TH day of JUNE 19 84 LIM RICHARDSON & LE BOUEF CO. 1) FIREMAN'S FUND INSURANCE COMPAP(Teal ) Name of Surety P. O. BOX 1975 SANTA A!N/A /, rCA 92702 Address �ety BY: ignature an it e o ut orized gent WILLIAM R. FRIIS, ATTORNEY -IN -FACT P. O. BOX 20086, RIVERSIDE, CA 92516 -0086 dress of Agent 714 - 787 -8730 Telephone No. of Agent f I , 0 EXECUTED IN FOUR *NTERPARTS • Page 11 BOND NO. 7126594 PREMIUM $5,114.00 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted June 25, 1984, has awarded to RICHARDSON & LE BOUEF CO. hereinafter designated as the "Principal ", a contract for STREET IMPROVEMENTS -- JAMBOREE ROAD FROM FORD ROAD / EASTBLUFF DRIVE SOUTH TO EASTBLUFF DRIVE NORTH (C-2357) AHFP #1089 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, RICHARDSON & LE BOUEF CO. as Principal, and FIREMAN'S FUND INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of SIX HUNDRED NINE THOUSAND SIX HUNDRED NINE AND 50 110ODollars ($ 609,609.50 said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, con- ditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents; as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice .,�. .= :n.��r- �c�'"` - •_...;��daesam.�,"'s�""" ... .. ai�Y�vniid"a-'.aF�rzm"�.e- +V..:, _ .�.. _c�'' t_. - _ A ! ! � \ ` z ) E / \-±: $ § /�� / \\ \C6 k ƒ � 2 " ®E2f ;] §2 (ol\ 2!\t 2 � j \ \� _� 0z 7}� oel ®E2® k �`mCL c =2;B § »/i $ |` § %i;E R■ )� 8 t } I'M a- £ § � {� A , m < a §/2 � �ER \E \93 ■a!, . �� t ' • • Page 12 Faithful Performance Bond (Continued) of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been dul,yY executed by the Principal and Surety above named, on the 28 TH day of JUNE 1984 'Il RICHARDSON do LE BOUEF CO. (Seal) Name of Contractor (Principal) FIREMAN'S FUND INSURANCE COMPANMeal ) Name of Surety P. 0. BOX 1975 SANTA ANA, CA 92702 Address of Surety ' � Z BY: /G' Signature ILLIAM R FRIIS, ATTORNEY IN RM7 P. O. BOX 20086 RIVERSIDE, CA 92516 -0086 ddress of Agent 714- 787 -8730 Telephone No. of Agent v j;aENERAL jc-,I IINev FI&MAN'S FUND INSURANCE CO ONY K-40W ALL MEN BY THESE PRESENTS: That FIREMAN'S FUND INSURANCE COMPANY. a Corporation duly organized and existing under the laws of the State of California. and having its principal office in the City and County of San Francisco, in said State. has made. constituted and appointed. and does by these presents make. constitute and appoint WILLIAM R. FRIIS and CAROL E. MUNARETTO jointly or severally its true and lawful Attorneyfsy-in -Fact, with full power and authority hereby conferred in its name. place and stead. to execute. seal. acknowledge and deliver any and all bonds. undertakings, recognizances or other written obligations in the nature thereof --------------------------- and to bind the Corporation thereby as fully and to the same event as if such bonds were signed by the President. sealed with the corporate seal of the Corporation and duly attested by its Secretary, hereby ratifying and confirming all that the said Aitorneyfsl -in -Fact may do in the premises. This power of attorney is granted pursuant to Article VIII. Section 30 and M of By -laws of FIREMAN'S FUND INSURANCE COMPANY now in full force and effect. "Article V l l I, . 4ppointment and .4urhori fr.4 ssnranr srrretaria, and .4 itornri -in -Farr and Agents to ac ceps Legal Proce33 and Moti a Appearance. Section 30, Appointment. The Chairman of the Board of Directors, the President, am Vice - President or any other person authorircd by the Board of Directors, the Chairman of the Board of Directors, the President or any Vice- President. may, from time to time. appoint Resident A „i,tam Secretaries and Attorneys -in - Fact to represent and act for and on behalf of the Corporation and Agem, to accept legal process and make appearance, for and on behalf of the Corporation. Section 31, 4urhorip. The Authority of such Resident .Assistant Secretaries. Auorne%s in -Fact and Agents shall be a, prescribed it the in,trumem evidencing their appointment, and am such appointment and all authority granted thereby may be re,iked at any time b% the Board of Ditwor, or by any person empowered to make such appointment.” This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of FIREMAN'S FUND INSURANCE COMPANY at a meeting duly called and held on the 15th day of Jul), 1966. and said Resolution has not been amended or repealed: "RESOLVED. that the signature of any Vice - President. ,Assistant Secrttary, and Resident Assistant Secretary of this Corporation. and the seal of this Corporation may be affixed or printed on any power of attorney, on any revocation of any power of attorney. or on any certificate relating thereto. by facsimile. and any power of atlornry. any revocation of any power of attorney. or certificate hearing such facsimile signature or facsimile seal shall he valid and binding upon the Corporation." IN \c ITNESS WHEREOF. FIREMAN'S FUND INSURANCE COMPANY has caused these presents to he signed by its Vice - President. and its corporate seal to be hereunto affixed this 6th day of June , 19 83 `•,,,, r,,: By STATE OF CALIFORNIA. CITY AND COUNTY OF SAN FRANCISCO FIREMAN S FUND INSURANCE COMPANY FIREMAN vs On this 6th day of June 19 83 , before me per,onalh came Richard Williams to me known, who, being by me duly sworn, did depose and sayi that he iv \ ice- Pre,ideni of FIRLM AN'S FL \D INSL RA \CE COMPA \Y. the Cot potation described in and which executed the above m,trument: that he know, the seal of ,aid Corporation: that the %cal aflned io the ,aid instrument is such corporate %cal; that it was so affixed b% order of the Board of Director, of aid Corporation and that he,tened hr, name rheretn by like order. IN xh ITNESS w HEREOF, I have hereunto set my hand and affi%ed my official ,cal. the day and year herein fins ahose aritien, OFFFICFIC IAL SEAL SUSIE K. GILBERT NOTIRY rustic • cAL1FORNIA •..,.,, w t,• Wit a cotRm OF SM ahwcfsco My commasmi, Eaphes Noy, 17. 19g4 CERTIFICATE STATE OF CALIFORNIA. CITY AND COUNTY' OF SAN FRANCISCO , sv I, the undersigned, Resident Asslstam Secretary of FIRE \IA \'S FUND INSURANCE COMPANY, a CALIFORNIA Corporation, DO HEREBY CERTIFY that the foregoing and attached POP ER Of ATTORNEY remain, in full force and ha, not been re,oked: and fur0termore that Article VIII. Sections 30 and 31 of the By -laws of the Corporation, and the Resolution of the Board of Director,, set forth in the Power of Attorney, are now in force. Signed and sealed at the City and County of San Francisco. Dated the 28 TH day of JUNE . 19 84 Resident A t ant Scoria,, 3007ii -FF SS1 ISSUED IN LIEU OF CERTIFICATE CERTIFICATE OF INSURANCE QED 6/28Q4/,91a ED IN FMR COUNTERPARTS City of Newport Beach 3300 Boulevard - - -- - -- - - - - -- - -- - - - - -- Newport Letter A WESTERN EMPLOYERS INS. CO. Newport Beach, CA 92663 Letter B HUDSON INSURANCE CO. NAME AND ADDRESS OF INSURED Lett etter C er RICHARDSON & LE BOUEF CO. 1404 C SOUTH RITCHEY . Lettetter D er SANTA ANA, CA 92705 cmP87 E 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). COMPANY LETTER TYPES OF INSURANCE COVERAGE REQUIRED Policy No. policy Exp. Date U S DS 10 Each g. ro uc s Completed Occurrence 0 rations A GENERAL LIABILITY x Comprehensive FomGL0104 x Premises - Operations z Explosion & Collapse Hazard 4 -153 58 4/29/ Bodily Injury SAroperty Damage $ S $ S x Underground Hazard Products /Completed Operations Bodily Injury Hazard x Contractual Insurance and Property Damage Combined $ 500 $ 5 0 C Broad Form Property Damage x Independent Contractors Personal Injury b SOC x Personal Injury Marine Aviation AUTOMOTIVE LIABILITY A []x Comprehensive FormBA0104 4 -153 8 /29/ Bodily Inury Each Perjon $ �x Owned $ ally injury Eac ur h Dccrence Hired ro eF5 rtia e ry injury an Property Damage Combined S 500 ❑x Non -owned B EXCESS LIABILITY Urd)rella Form HL02043 /29/ `,Bodily Injury C] Other than Umbrella Form and Proper Combined $2,000 E 2,000 p WORKERS' COMPENSATION andWC010484— EMPLOYER'S LIABILITY 0983 /29/ I Statuto 11000 ac Accident) 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 registered mail, attention: Public Works Department. Wt J By: // )� 9i4i? 1 01io Agency: — authorize � - te Issued i 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: - LUFF DRIVE SOUTH TO EASTBL 015 roc CT NO. 2357 { NOTICE: This certificate or verification o nsurance is not an insurance policy and does not I 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. � B1 >` • Page 14 . s 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, Robert Bein, William Frost b Associates, 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 additional 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 (]0 Single Limit 500,000.'00 Bodily Injury Liability f 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 Improvements, Jamboree Road (C -2357) 5. Designated Contract: from Ford Road OeEastbluff Drive outh to 1 ff roct it a and ontract o. This endorsement is effective 7 2/84 at 12:01 A.M. and forms a part of Policy No. BA010484 -153 Named Insured RTC ARDRON 6 T.P. RAfiRF Cfl_ Endorsement No. I Name of Insurance Company WESTERN EMPLOYERS INS. CO. FRIIS & COMPANY I C By LUG �D.rn .vrl iitl.c/� lam. uthorized Represewntive WILLIAM R. FRIIS 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, Robert Bein, _ William Frost d Associate; 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 with 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 $ 500,000.00 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, Jamboree Road from 7. Designated Contract: Ford Road / Eastbluff Drive South to Eastbluff Drive North (C -2357) This endorsement is effective 7/2/84 12:01 A.M. and forms a part of Policy No. GT.104R4- 15355`— Named Insured ,RIC AIM,;ON & T.R ROIJF.F CO_ Endorsement No. 1 Name of Insurance Company WESTERN EMPLOYERS INS. CO. ...„....:�.�4:•.� =:i _^ ..... �...•w}cz.sLL+3.:.�pda�3 �Ls'SB�lS�.Sl�i �� r� i'.: i'��...•h.w ::FfAe"1.. .i�.��.>4'� -. �- ..'_'{ I s , CONTRACT Page 16 THIS AGREEMENT, entered into this day of , l9, by and between the CITY OF NEWPORT BEACH, hereinafter "Ci an hereinafter "Con actor,' 's made with reference to the following facts: (a) City has-heretofore advertised for bids for the following described public work: STREET IMPROVEMENTS -- JAMBOREE ROAD FROM AHFP NO. 1089 FORD ROAnIFASTRE DRIYE 2357 UTH TO FASIBLUFF DRIVE NORTH Wt a 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 e -- JAMBOREE ROAD FROM AHFP NO. 1089 _ 2357 on ract 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 of Six Hundred Nipe Thousand ndred Nine and 50 100 Dollars ( 609 609.50 This compensation includes 1 any loss or damage arising from the nature of t e 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 Prowns for STREET IMPROVEMENTS JAMBOREE e oT Nro3ect Contract (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: City Clerk APPROVED AS TO FORM: 'ty ttorne CITY OF NEWPORT BEACH CITY ROAD CONTRACTOR 9 n CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STREET IMPROVEMENTS JAMBOREE ROAD FROM FORD ROAD /EASTBLUFF DRIVE SOUTH TO EASTBLUFF DRIVE NORTH CONTRACT NO. 2357 AHFP NO. 1089 SPECIAL PROVISIONS INDEX Section Page 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 Time of Commencement of Work 2 6 Progress Schedule 2 7 Order of Work 3 8 Payment 3 9 Watering and Water Development 3 10 Guarding Underground Construction 3 11 Cooperation with Utility Relocations 4 12 Protection.of Existing Utilities 4 13 Protection of Existing Property Corners 5 14 Guarantee 5 15 Construction Survey Staking 6 16 Liability Insurance 6 17 Permits 6 18 Traffic Control 7 19 Access 9 20 , Job Safety 9 21 Working Hours 9 22 Erosion Control 9 23 Project Site Maintenance 10 24 Construction Details 10 24.1 Clearing and Grubbing 10 24.2 Earthwork 10 24.3 Subgrade Preparation 13 24.4 Relative Compaction 13 24.5 Aggregate Base 13 24.6 Asphalt Concrete 14 24.7 Portland Cement Concrete 16 Section 0 0 INDEX Continued Page 24.8 Sound Walls 16 24.9 Patterned Concrete Pavement 16 24.10 Retaining Wall 17 24.11 Storm Drains and Drainage Structures 17 24.12 Adjust Existing Water Meter, Valve and Pull Boxes to Grade 18 24.13 Street Lighting 18 24.14 Dust Control 18 24.15 Final Clean Up 19 24.16 Traffic Signal Detection System Replacements 19 24.17 Signing, Striping and Pavement Markers 21 APPENDIX ii CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Special Provisions JAMBOREE ROAD FROM FORD ROAD /EASTBLUFF DRIVE SOUTH TO EASTBLUFF DRIVE NORTH CONTRACT NO. 2357 AHFP NO. 1089 1. SPECIFICATIONS All work shall be completed in accordance with these Special Pro- visions, the City's Standard Special Provisions, and the City's Standard Draw- ings and Specifications. The City's Standard S ecifications are the Standard S ecifications for Public Works Construction, 1982 a ition. Copies may a pur- c ase rom ui ing News, Inc., 3055 Overland Avenue, Los Angeles, CA 90034 - 213/870 -9871. 2. DRAWINGS The complete set of drawings for bidding and construction shall consist of the following: A. Street improvement plans for Jamboree Road from Ford Road /East- bluff Drive South to Eastbluff Drive North, City of Newport Beach Drawing No. R5502 -S, Sheets 1 through 29 inclusive. B. The City of Newport Beach Standard Drawings, 1982 edition. C. The Standard Plans of CalTrans, January 1981 edition. 3. LOCATION AND SCOPE OF WORK The work to be accomplished under this contract consists of the construction of street improvements for the widening of Jamboree Road from East- bluff Drive South to Eastbluff Drive North. The work shall consist of furnishing all labor, materials, vehi- cles, tools, machines, equipment, and incidentals to accomplish clearing and grubbing, grading, removal of existing asphalt and concrete improvements, con- struction of concrete curb and gutter, asphalt concrete over aggregate base pavement, PCC sidewalks and driveway approach, concrete block retaining walls, street lighting, construction of storm drain facilities including RC pipe, and minor concrete structures, traffic signal detection system replacements, strip- ing, sound barrier walls 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 and the Orange County EMA. 1 11 0 All work hereunder shall conform to the Standard Specifications, applicable portions of CALTRANS Standard Specifications, the Standard Drawings of the City of Newport Beach, 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. tions. DEFINITION OF TERMS Attention is directed to Section 1 -2 of the Standard Specifica- A. Owner City of Newport Beach Public Works Department 3300 Newport Boulevard P.O. Box 11768 Newport Beach, CA 92663 -3884 B. Engineer Public Works Director City of Newport Beach 3300 Newport Boulevard P.O. Box 11768 Newport Beach, CA 92663 -3884 Contact Person: John Wolter Consulting Engineer Robert Bein, William Frost & Associates Civil Engineers 1401 Quail Street Newport Beach, CA 92660 -2748 714/833 -0070 Contact Person: Gail Pickart 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 90 CON- SECUTIVE 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 sub- mitting his bid the Contractor shall consider traffic control, access and limi- tation 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 practi- cable progress schedule within ten (10) working days of exe- cution of the contract, and within five (5) working days of the Engineer's written request at any other time. The Con- tractor shall be required to complete all sound wall demolition and construction work located adjacent to private property within 14 consecutive calendar days after commence- ment of said work on any individual lot and the Contractor's progress schedule shall reflect this requirement. One week prior to the commencement of work on any specific lot, the Contractor shall provide written notice to the Owner of the lot regarding the commencement date and schedule for com- pleting the work. Subsequent to the time that submittal of a progress schedule is required in accordance with these Special Provi- sions, no progress payments will be made for any work until a satisfactory schedule has been approved by the Engineer. 7. ORDER OF WORK The construction schedule shall reflect completion of all work under the contract within the specified time in the contract and shall provide for construction of all underground improvements prior to the construction of street improvements. Full compensation for conforming to this article shall be con- sidered as included in the various contract items of work involved, and no addi- tional compensation will be allowed therefor. 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, tools, equip- ment, 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 pro- posal, 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 com- plete 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. Payment: The cost of developing, furnishing, and applying all water shall be considered as included in the various items of work, and no addi- tional compensation will be allowed therefor. 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. 3 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 nec- essary information to obtain the permit and the cost of complying with the pro- visions of the permit shall be included in the lump sum price for guarding underground construction and no additional compensation shall be allowed there- for. 11. COOPERATION WITH UTILITY RELOCATIONS The Contractor shall comply with the requirements in Subsection 5 -6, "Cooperation," and 7 -7, "Cooperation and Collateral Work," of the Standard Specifications. The Contractor shall cooperate with utilities which require ad- justment /relocation including Pacific Bell and Southern California Edison facil- ities as noted on the plan sheets and allow them sufficient time in which to complete their work. Full compensation for conforming to this article shall be con- sidered as included in the various contract items of work involved, and no addi- tional 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 util- ities 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 notifica- tion service provided by UNDERGROUND SERVICE ALERT (USA). USA member utilities will provide the Contractor with the locations of their substructures in the construction area when the Contractor gives at least 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 loca- tions of their substructures. 4 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 1919 S. State College Boulevard P.O. Box 3334 Anaheim, CA 92803 -3334 John Huemoller - 714/634 -3121 C. Pacific Bell 24551 Raymond Way E1 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. Teleprompter Corp. of Newport Beach 901 West 16th Street Newport Beach, CA 714/642 -3260 F. Community Cablevision 1061 Camelback Street Newport Beach, CA 92663 Terry Cordell - 714/720 -2040 The Contractor shall excavation and trenching operations fornia Gas Company High Pressure Line Contractor shall be required to have tive on the site at all times. When the High Pressure ed /trenched subgrade the Contractor intervals in advance of the proposed Gas Line. exercise EXTREME CAUTION during roadway within the vicinity of t e Southern Cali- During these construction operations the a Southern California Gas Co. Representa- Gas Line is within 1 -Foot of the excavat- shall be required excavate at 200 -Foot construction to determine the depth of the 13. PROTECTION OF EXISTING PROPERTY CORNERS Every effort shall be made by the Contractor to protect any ex- isting property corners uncovered during construction. Should any of these cor- ners be disturbed, they shall be restored by the Contractor at his expense and no separate compensation will be made. 14. GUARANTEE The Contractor shall guarantee for a period of one year, after acceptance of the work by the City Council, all materials and workmanship 5 • against any defects whatsoever. Any such defects shall be repaired at the Con- tractor's expense within 15 days of notice to do so from the City. 15. CONSTRUCTION SURVEY STAKING Field surveys for control of construction shall be the respon- sibility of the Contractor. All such surveys, including construction staking, shall be under the supervision of a California licensed surveyor or civil engi- neer. 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. 16. 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, and Robert Bein, William Frost & Associates. A standard "Special Endorsement of Insurance for Contract Work for City" form has been adopted by the City. This form is to be at- tached 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 Limit: 17. PERMITS $500,000 each person $1,000,000 each occurrence $200,000 each occurrence $500,000 aggregate $2,000,000 Bodily Injury and Damage Combined 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 Contractor shall be responsible for making himself aware of and conducting his operations in accordance with the requirements of these ap- provals 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. 0 • 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 Plans and the Work Area Traffic Control Handbook as published by Building News, Inc., 3055 Overland venue, Los Angles, CA 90034. Sole determination as to the adequacy of construction signing and barricading shall be made by the City of Newport Beach. Supplemental signing and barricading required in the opinion of the City of Newport Beach to protect the public shall be immediately erected by the Contrac- tor. Supplement and amend Subsection 7 -10.3, "Street Closures, De- tours, Barricades," of the Standard Specifications for Public Works Construction as follows: The Contractor shall submit a written traffic control plans to the Engineer for his approval prior to commencing any work. The Contractor shall provide a complete and separate drawing for each stage of construction proposed by the Contractor showing the location of all signs, barricades, lights, warning devices, and temporary parking restrictions. The Contractor shall provide and maintain all signs, barricades, pedestals, flashers, delineators, and other necessary facilities for the pro- tection of the motoring public within the limits of the construction area. He shall also post proper signs to notify the public regarding the condition of 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 Transpor- tation Agency, Department of Transportation. Portable delineators shall be spaced as necessary for proper de- lineation 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, dis- placed or are not in an upright position, from any cause, said cones or portable delineators shall immediately be replaced or restored to their original loca- tion, 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 encoun- tered as a result thereof, shalt 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 of trucks will require short -term temporary lane closures or detours. Such closures or detours shall be subject to approval by the Engineer. a • 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 ex- cess excavation and construction debris. Any special restrictions placed on the Contractor in conjunction with the haul route approval shall be considered in- cluded in the lump sum cost for traffic control and no additional compensation shall be allowed therefor. Lane restrictions for streets affected by this work shall apply as follows: Jamboree Road The Contractor shall maintain a minimum of two delineated travel lanes for southbound traffic at all times on Jamboree Road except during the times provided herein for removal, compaction and replacement of the AC pavement section. During this reconstruction operation southbound traffic may be reduced to a minimum of one 12 foot delineated travel lane between the hours of 9 a.m. and 3.p.m. only on Monday through Friday, excluding holidays. Eastbluff Drive South There shall be no reduction in the number or width of traffic lanes on Eastbluff Drive South except during access ramp construction. During construction at the intersection, traffic westerly of Jamboree Road, may be reduced to one (1) eleven -foot (11') lane for westbound traffic. Bison Avenue There shall be no reduction in the number or width of traffic lanes on Bison Avenue except during construction of the PCC access ramps. Dur- ing the access ramp construction, traffic westerly of Jamboree Road may be reduced to one 10 foot lane in each direction. Eastbluff Drive North There shall be no reduction in the number or width of traffic lanes on Eastbluff Drive North except during construction of the 1) median island, 2) storm drain, and 3) PCC access ramp. During this construction, east- bound traffic may be reduced to one 11 foot lane and the right turn only lane may be closed. At all other times the right turn only lane shall remain open. Reduction of traffic lane widths shall be limited to between the hours of 9 a.m. and 3 p.m. only on Monday through Friday, excluding holidays unless otherwise specified herein or approved by the Engineer. 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 measures, such action on the part of the Engineer shall not relieve the Contrac- tor 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 construc- tion or permanently relocated, shall be salvaged. 0 0 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 traf- fic, 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 business and residences adjacent to the project area; however, where con- ditions preclude such access for reasonable periods of time (as determined by the Engineer), access shall be restored at the end of each work day. 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. Contrac- tor 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 Con- struction Safety Orders. 21. WORKING HOURS City ordinance limits working hours (including equipment mainte- nance) 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. Diver- sion of water for short reaches to protect construction in progress will be per- mitted 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 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. 0 23 PROJECT SITE MAINTENANCE The Contractor shall provide project . site maintenance in compli- ance with Part 1, 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 except as otherwise specified herein and shall be done in accordance with Section 300 -1 of the Standard Specifications. All mate- rials accumulated under this item of work, except City traffic signs, markers, and reflectors, shall become the property of the Contractor. It shall be the Contractor's responsibility to dispose of the material away from the job site in a manner and at a location acceptable to all cognizant agencies. The Contractor shall exercise care in removing only those materials which are unsuitable for use as roadway embankment. Areas to be cleared and grubbed shall include all unimproved areas where plans indicate work to be performed, and shall also include the ground surface of areas to be excavated or filled beyond the right -of -way. Clearing and grubbing as required to construct the various types of sound walls shall be included in the applicable items of work specified for in Subsection 24 -10, "Sound Walls." 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 obtain- ing permission from the Engineer. All trees not interfering with the construction shall be protect- ed 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 except as otherwise provided 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, in- cluding 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 compen- sation will be allowed therefor. Payment for clearing and grubbing required as a result of sound wall construction shall be included in the applicable items of work as shown in the Proposal. 24.2 EARTHWORK Earthwork shall conform to the provisions of Section 300, "Earth- work," of the Standard Specifications, and these Special Provisions. R11 A i • Whenever reference to finished grade is made, it shall be con- sidered to be the finished surface of the complete facility. Relative compac- tion 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 em- bankment. 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 & 231 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 D1557. 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, de- pressions, 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 Sec- tion 300 -2 "Unclassified Excavation," of the Standard Specifications for Public Works Construction and these Special Provisions. It is estimated that 6,500 cubic yards of soil, existing asphalt concrete, and aggregate base must be excavated to construct the road improve- ments 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 esti- mated amount without a change in unit price in the event the decrease or in- crease exceeds 25 percent. 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: 1) 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 undis- turbed. The Contractor shall, at his expense, restore all existing paved areas 11 S c • 0 not within the scope of removal which are damaged during clearing and grubbing or subsequent construction operations. 2) 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 Aot 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 traveled way. During excavation operations, native material may be used for this purpose; however, once the placing of the structural section commences, structural material shall be used. 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 Speci- fications 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 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 ar- ticle 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. 0 B. Structure Excavation and Backfill To subsection 300 -3.5, "Structure Backfill," add the following: Compaction equipment or methods which may cause exces- sive 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. 12 i . • 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. C. Unclassified Fil Unclassified fill shall conform to the provisions of Subsection 300 -4 of the Standard Specifications and these Special Provisions. The suit- ability 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 adja- cent area as shown on the plan, including all appurtenant work, shall be includ- ed within the contract unit price for unclassified excavation and backfill, and no separate payment will be made. D. Excess Material All surplus material resulting from grading operations shall be- come 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 gov- erning agencies and in accordance with Section 300 -2.6 of the Standard Speci- fications. 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. 24.3 SUBGRADE PREPARATION Subgrade preparation shall conform to the provisions in Sub- section 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 rel- ative 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. 24.4 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 D1557. 24.5 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 200 -2.4.1 of the Stan- dard Specifications, at least 65 percent, by weight, of the material retained on 13 the No. 4 sieve shall be crushed particles as determined by Test Method No. Calif. 205. Evaluation of gradation and sand equivalent test results shall conform to the provisions of Subsection 400 -1.4. The gradation and sand equiva- lent 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 shall be con- structed or material as specified herein. The material grading shall be either Coarse or Fine as specified in Subsection 200 - 2.4.2, "Grading," of the Stan- dard 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 requi 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 asphalt 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, equip- ment and incidentals and all work involved in construction of aggregate base and application of prime coat, and no additional compensation will be allowed there- for. 24.6 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 -82 -AR 4000 with 5.4 percent as- phalt 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 Sec- tion 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. 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 EMA Materials Lab. If the finished surface of the asphalt concrete on the traffic lanes does not meet the specified surface tolerances, it shall be brought within 14 S 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 ap- proved by the Engineer. AR 1000 paving asphalt, when ap- proved, shall be spread in accordance with provisions of Section 203 -1. Add to Subsection 302 -5.4, "Distribution and Spreading," the fol- lowing: Tarpaulins shall be used to cover all loads when di- rected by the Engineer. The finish courses of asphalt concrete shall be 0.10 -foot in com- pacted 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 displace- ment 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. 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 struc- tural sections in accordance with the results of field testing. C. Measurement and Payment Measurement and payment for asphalt concrete shall be in accor- dance with Subsection 302 -5.8 of the Standard Specifications and as specified herein. All asphalt concrete shall be measured in tons and payment will be made at the contract unit prices, as shown in the Proposal. Payment for all asphalt work shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing 15 • • all work involved in constructing asphalt concrete pavements and overlay, com- plete 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 Spe- cial Provisions. 24.7 PORTLAND CEMENT CONCRETE All Portland cement concrete shall be Class 520 -C -2500 unless otherwise specified on the plans. Construction shall be performed according to the requirements of the applicable sections of the Standard Specifications, ex- cept as herein modified. The Cleanness Value requirement of Section 200 -1.4 shall be re- placed with the following: Tests Test Method No. Requirements Cleanness Value: Calif. 227 Individual Test 70 Min. Moving Average 75 Min Portland cement concrete used for the curb and gutter and side- walk shall be securely barricaded immediately following placement, and no vehic- ular 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 construct- ing 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. 24.8 SOUND WALLS The requirements for construction of sound walls shall conform to the applicable requirements as specified in Sub Section 24.10 "Retaining Wall" except as modified herein. "Margard" shall be as manufactured by General Electric Company and shall be clear in color. Demolition of existing walls which interfere with or necessary for the construction of sound walls shall be at locations shown on the plans as directed by the Engineer and shall be considered as included in the applicable items of work as shown in the Proposal. The Contract unit price for the various types of sound walls and sound barrier shall include full compensation for furnishing all labor and ma- terials to construct all items as shown in details on the plans for the various locations including excavation, backfill, footing, reinforcement and framing appurtenances complete in place. 24.9 PATTERNED CONCRETE PAVEMENT Patterned 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 16 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 ap- plication 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 ex- pense. 24.10 RETAINING WALL The concrete block retaining wall construction shall be in accor- dance with Sections 202 -2 and 303 -4.1 of the Standard Specifications except as modified herein, the details and notes shown on the plans, and these Special Provisions. Revise Subsection 303 - 4.1.2, "Construction," as follows: Delete the second paragraph and add the following: Masonry walls shall be laid parallel to the finished grade in accordance with the plans. The Contractor shall match, as nearly as possible, the surface color of the adjacent concrete block wall. The Contractor shall provide at least 3 sample masonry units for approval by the Engineer prior to construction of the retaining walls. Perforated Pipe shall be four inch diameter (4 ") slot perforated PVC and conform to Subsection 207 -1.7 "Perforated Pipe" of the Standard Speci- fications. Pipe shall conform to the requirements of ASTM D3034, SDR 35. Filter material shall be Class II rock as specified for in Sec- tion 68 of the State of California Department of Transportation (CalTrans) Stan- dard Specifications. Filter Fabric shall be Mirafi Type 140 N as manufactured by Mirafi Inc. or equal. The contract unit price for retaining wall shall include full 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, footing and reinforcement, perforated drains, filter material, side- walk drains and curb drain, outlets, complete in place. 24.11 STORM DRAINS AND DRAINAGE STRUCTURES Pipe Storm drain pipe shall be reinforced concrete pipe or asbestos cement pipe of the size and strength shown on the plans. The pipe and fittings shall be in accordance with Sections 207 -2 and 207 -6, respectively, of the Stan- dard 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 placed and compacted in accordance with Section 306 -1.3 of the Standard Specifications. 17 0 B. Drainaoe Structures 0 All drainage structures shall be constructed in accordance with the pertinent City Standard Drawings and details shown on the plans. All curb inlets shall have a protection bar installed per 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 con- struct all items as shown in details on the plans for the various locations in- cluding 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. 24.12 ADJUST EXISTING WATER METER, VALVE & PULL BOXES TO GRADE This item of work shall include the adjustment to grade of street light and traffic signal pull boxes, water meter boxes, and valve boxes shown on the plans to be adjusted. All work shall be done in accordance with the applicable City of Newport Beach Standard Plan or as directed by the Engineer. Payment for this item of work shall be deemed included in the other items of work and no additional compensation will be made therefor. 24.13 STREET LIGHTING (JAMBOREE ROAD) 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 for street lighting conduit and wiring, shall include pull boxes, excavation and backfill for the applicable items of work as shown in the Proposal and no additional compensation shall be allowed therefor. The unit price paid per each service pedestal or "BURD" enclosure as shown on the Bid Schedule shall include excavation, backfill and grounding rod complete in place and no additional compensation shall be allowed therefor. 24.14 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. FN A. Watering Watering shall conform to the provisions in Section 17, "Water- ing," 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 of Section 1B, "Dust Palliative," of the CalTrans Standard Specifications, ex- cept that full compensation for furnishing all labor, materials, tools, equip- ment, and incidentals and application shall a 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 man- ufactured by the Soil Seal Corporation, Los Angeles, California, phone 213/487 -0251. No separate payment will be made for any work performed or mate- rial 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 control will be considered as included in the prices paid for the various items of work involved and no additional compensation will be allowed therefor. 24.15 FINAL CLEAN UP Upon completion and before making application for acceptance of the work, the Contractor shall clean all work areas, and all other grounds oc- cupied by him in connection with the work of all rubbish, excess materials, tem- porary 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. 24.16 TRAFFIC SIGNAL DETECTION SYSTEM REPLACEMENTS 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 detection facilities as shown on the drawings and as specified herein. B. Reference Specifications and Standard Plans 1. Standard_ Specifications - Except as modified herein, mate- rials and installations a7T conform to a California Standard Specifications, January, 1981. All references in this section to "Standard Specifications" shall be understood to be referenced to the California Standard Specifications. 19 0 2. Standard Plans - Except in this section to "Standard Plans" shall be California Standard Plans, January, 1981. 0 as modified herein, all references understood to be referenced to the 3. Codes, Ordinances, and Regulations - All electrical mate- rials and equipment urm s e an insta a under t is section shall conform the references regulations and codes specified in Section 86 -1.02 of the Stan- dard Specifications, and to all other ordinances and regulations of the author- ities having jurisdiction. Whenever reference is made to the Code, Safety Orders, Gen- eral 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 Modifying traffic signal detection systems to replace the exist- ing system at locations shown on the plans and payment therefor shall conform to the provisions in Section 86, "Signals and Lighting," of the Standard Specifica- tions. Traffic signal detection replacement work is to be performed at the following locations: Jamboree Road at 1) Ford Road /Eastbluff Drive, 2) Bison Avenue, and 3) Ford Aeroneutronic Access. D. Guarantee The Contractor shall guarantee the entire work constructed by him under this contract and will fully meet all requirements as to quality of work- manship and materials furnished by h The Contractor shall make, at his own ex- pense, 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 re- placements 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. E. Detectors Detectors shall conform to the provisions in Section 86 -5, "De- tectors," of the Standard Specifications and these Special Provisions. The first paragraph of section 86- 5.OlA(4), "Construction Mate- rials," of the Standard Specifications is amended to read: Conductor for each inductive detector loop shall be continuous, unspliced, Type RHW -USE neoprene - jacketed or Type USE cross - linked polyethylene insulated, No. 12, solid or stranded copper wire. The Contractor shall test the detectors with a motor - driven cycle, as defined in the California Vehicle Code, that is licensed for street use by the Department of Motor Vehicles of the State of California. The unladen 20 • • weight of the vehicle shall not exceed 220 pounds and the engine displacement shall not exceed 100 cubic centimeters. Special features, components or vehi- cles 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 re- sponse to this test. Payment The contract lump sum price for traffic signal detection systems at each location as shown in the Proposal including removal and disposal of ex- isting systems shall be full compensation for all labor, materials, equipment and incidentals to provide a complete functioning traffic signal detection sys- tem. 24.17 SIGNING, STRIPING AND PAVEMENT MARKERS A. Sign Relocation This work shall consist of installing roadside signs and posts and mounting hardware to replace signs in kind specified for removal 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. Roadside signs will be paid for as a "lump sum" bid item for signing and striping. Said price shall constitute full compensation for fur- nishing all labor, materials, including posts, tools, equipment and incidentals, and for doing all the work involved in reinstalling roadside signs and posts, complete in place, as shown on the plans and specified herein, or as directed by the Engineer. 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 main- tenance facility of the City of Newport Beach. Contractor shall notify Engineer at least 24 hours prior to delivery. C. Payment All work, materials, labor, etc., relating to traffic sign re- moval, 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 21 .. 0 • 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 Materi- al," 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 mate- rial. 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. The Contractor shall be responsible for the complete- ness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 112 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. Accumu- lations 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 objectionable material, and such removal operation is being performed within 10 feet of a lane occupied by public traf- fic, the residue including dust shall be removed immediately after contact be- tween 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 Subsection 7 -10, "Public Convenience and Safety," of the Standard Specifications for Public Works Construction. 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 strip- ing and pavement markings and pavement markers shall include full compensation for furnishing all labor, materials, tools 22 and equipment, and for doing all the work involved in traf- fic striping and pavement markings, and no additional com- pensation will be allowed therefor. G. Pavement Markers i 4 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 ir- regularities in the line established by the Engineer. Section 84 -1.02, "Type of Markers," of the Standard Specifica- tions 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 8 - 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: (A) Sampling. stitute a repre 10,000 markers representative 10,000 markers. ers. Twenty markers selected at random will con - sentative sample for each lot consisting of or less. Forty markers will constitute a sample for lots consisting of more than The lot size shall not exceed 25,000 mark- (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 Speci- fications. 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 re- jection. P�1 0 (3) At the discretion of the Engineer, a resample may be taken consisting of double the number of samples origi- nally 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 manu- facturer, type, color, quantity enclosed, lot number, and date of manufacture. Section 85 -1.04, "Non- Reflective Pavement Markers," of the Stan- dard 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 produced from any suitable combination of intimately 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 pro- trusion may be tapered. This taper shall not exceed 15 degrees from perpendicu- lar to the marker bottom. Markers manufactured with protrusions 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 follow- ing finish and testing requirements: (A) Finish. The top surface of the marker shall be convex and the radius of curvature shall be between 2 -112 inches and 6 inches, except that the radius of the 1/2 -inch nearest the edge may be less. Any change in curva- ture shall be gradual. The top and sides shall be smooth and free of mold marks, pits, indentation, air bubbles, or other objectionable marks or discol- orations. (B) Tests. All tests shall be performed in accordance with Test Method No. Calif. 669. 24 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 1,5000 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. 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 sur- face. 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. 25 Test Requirement (1) Adhesive bond strength to bottom surface of the marker suing adhesive specified in Sections 95 -2.05, "Standard Set Epoxy 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) Hardless (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 1,5000 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. 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 sur- face. 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. 25 ,, , 0 The contract unit price paid for signing, striping, pavement marking and pavement markers shall include full compensation for furnishing labor, materials, tools, equipment, and incidentals, and for doing the work in- volved in placing pavement markers, complete in place, including adhesives, as shown an the plans as specified in these Special Provisions and as directed by the Engineer. H. Epoxy Epoxy shall conform to the provisions in Section 95, "Epoxy," of the Standard Specifications for the State of California (1975), and these Spe- cial 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 Pave- ment 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 D281 26 to 33 PH 8.9 to 9.6 Hegman Rating 3 to 5 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. .r f r �7 APPENDIX 1. CalTrans Standard Drawings } A77 -a wo \ I 4. # |-16 1` 1!! q |(��`� � Ix z S§ ca s �• a , � � ■ | - �.# ( \ 2 ! §| » a g # ) 2 � 2 — � k % dx i � °� Z ■ q }� It 17 P., / / L § k §| ■ |: [ k W4 |`!; § , C -�35`l AGREEMENT TO CONSTRUCT JAMBOREE ROAD NOISE WALL THIS AGREEMENT is made and entered into this !7 day of h hjay, 1984, by and between the CITY OF NEWPORT BEACH, a municipal corporation, hereinafter referred to as "CITY," and the owner of the residence located at 932 Bellis Street Newport Beach, California, hereinafter referred to as "RESIDENT." WITNESSETH WHEREAS, CITY desires to construct ultimate roadway improvements to the westerly side of Jamboree Road from Ford Road to Eastbluff Drive North; and WHEREAS, CITY, in compliance with the California Environmental Quality Act of 1970, has prepared the Environmental Documentation and filed a Negative Declaration with the Clerk of the Board of Supervisors for the Jamboree Road street improvements; and WHEREAS, CITY, as part of the intial study for the Jamboree Road widening, prepared a noise wall report which specified required wall heights I at the existing wall locations necessary to mitigate roadway noise; and i WHEREAS, CITY proposes to construct noise wall improvements to mitigate roadway noise to the 65 dB CNEL level, as specified in the above - mentioned noise wall report; and WHEREAS, CITY has offered to construct additional wall improvements to mitigate roadway noise below the 65 dB CNEL, at RESIDENT'S expense; NOW THEREFORE, in consideration of the foregoing, the parties hereto agree as follows: I. CITY AGREES TO: a. Prepare final plans and specifications necessary to advertise for bids to raise the existing wall to 8' high with matching block. b. Administer and inspect construction of the wall improvements. c. Repair irrigation system damaged by removal of existing wall. d. Replace landscaping on the roadway side of the wall damaged by removal of existing wall. 1 of 2 i e. Require contractor to notify resident one week prior to demolition and removal of existing wall. II. RESIDENT AGREES TO: a. Allow contractor to enter onto property in order to remove existing wall improvements and construct the new wall im- provements. b. Be responsible for and restrain RESIDENT'S own pets and/or children from interfering with wall construction. c. Maintain wall improvements once construction has been completed. d. Be responsible for protecting and /or replacing landscaping on RESIDENT'S side of the wall. e. Pay to the CITY the estimated cost for additional wall improve- ments by June 4, 1984. The estimated cost for the additional work is Eight Hundred Dollars ($800.00) which is the estimated cost of $20.00 /Lineal ft. to raise the wall from 6' high to 8' high. Upon opening bids by the CITY, the actual cost of the wall will be determined. If the estimated cost exceeds the actual cost, the CITY will refund the difference. If the estimated cost is less than the actual cost, RESIDENT must within ten days of notice by the CITY, pay the difference or the wall will be raised to 6' high and the original deposit refunded. IN WITNESS WHEREOF, the parties hereto have executed the Agreement on the date first above written. APPROVED AS TO /FORM: QY ity ttorney 2of2 CITY OF NEWPORT BEACH By City Manager RESIDI / B D �1 Y z M I • AGREEMENT TO CONSTRUCT JAMBOREE ROAD NOISE WALL 1 7� J UYy THIS AGREEMENT is made and entered into this _day of I%y, 1984, by and between the CITY OF NEWPORT BEACH, a municipal corporation, hereinafter referred to as "CITY," and the owner of the residence located at 2632 Basswood , Newport Beach, California, hereinafter referred to as "RESIDENT." WITNESSETH WHEREAS, CITY desires to construct ultimate roadway improvements to the westerly side of Jamboree Road from Ford Road to Eastbluff Drive North; and WHEREAS, CITY, in compliance with the California Environmental Quality Act of 1970,has prepared the Environmental Documentation and filed a Negative Declaration with the Clerk of the Board of Supervisors for the Jamboree Road street improvements; and WHEREAS, CITY, as part of the initial study for the Jamboree Road widening, prepared a noise wall report which specified required wall heights at the existing wall locations necessary to mitigate roadway noise; and WHEREAS, CITY proposes to construct noise wall improvements to mitigate roadway noise to the 65 dB CNEL level, as specified in the above- mentioned noise wall report; and WHEREAS, CITY has offered to construct additional wall improvements to mitigate roadway noise below the 65 dB CNEL, at RESIDENT'S expense; NOW THEREFORE, in consideration of the foregoing, the parties hereto agree as follows: 1. CITY AGREES TO: a. Prepare final plans and specifications necessary to advertise for bids to raise existing blockwall to 8' high with matching /� block . S�`ot,>' i✓aw�f-`� b. Administer and inspect construction of the wall improve- ments. c. Repair irrigation system damaged by removal of existing wall. d. Replace landscaping on the roadway side of the wall damaged by removal of existing wall. e. Require contractor to notify resident one week prior to demolition and removal of existing wall. 1 of 2 II. RESIDENT AGREES TO: a. Allow contractor to enter onto property in order to remove existing wall improvements and construct the new wall im- provements. b. Be responsible for and restrain RESIDENT'S own pets and /or children from interfering with wall construction. c. Maintain wall improvements once construction has been completed. d. Be responsible for protecting and /or replacing landscaping on RESIDENT'S side of the wall. e. Pay to the CITY the estimated cost for additional wall improve- ments by June 4, 1984. The estimated cost for the additional work is Two Thousand Five Hundred Dollars ($2500.00) which is the estimated cost of $20.00 /lineal ft. to raise the wall from 6' high to 8' high. Upon opening of bids by the City, the actual cost of the wall will be determined. If the estimated - cost exceeds the actual cost, the CITY, -will refund the difference. If the estimated cost is less than the.actual cost, RESIDENT must within ten days of notice by the CITY, pay the difference or the wall will be raised to 6' high and the original deposit refunded. IN WITNESS WHEREOF, the parties hereto have executed the Agreement on the date first above written. APPROVED AS TO FORM: By � � }/,xJ� City Attorney 2of2 CITY OF NEWPORT BEACH By Q"t U ) +_- City Manager RESIDENT By/�A�. � AGREEMENT TO CONSTRUCT JAMBOREE ROAD NOISE WALL THIS AGREEMENT is made and entered into this / 64- day of ftna ry, 1984, by and between the CITY OF NEWPORT BEACH, a municipal corpora- tion, hereinafter referred to as "CITY," and the owner of the residence located at 921 Citrus Place Beach, California, hereinafter referred to as "RESIDENT." , Newport WITNESSETH WHEREAS, CITY desires to construct ultimate roadway improvements to the westerly side of Jamboree Road from Ford Road to Eastbluff Drive North; and WHEREAS, CITY, in compliance with the California Environmental Quality Act of 1970, has prepared the Environmental Documentation and filed a Negative Declaration with the Clerk of the Board of Supervisors for the Jamboree Road street improvements; and WHEREAS, CITY as part of the initial study for the Jamboree Road widening, prepared a noise wall report which specified required wall heights at the existing wall locations necessary to mitigate roadway noise; and WHEREAS, CITY proposes to construct noise wall improvements to mitigate roadway noise to the 65 dB CNEL level, as specified in the above- mentioned noise wall report; NOW, THEREFORE, in consideration of the foregoing, the parties hereto agree as follows: I. CITY AGREES TO: a. Prepare final plans and specifications necessary to adver- tise for bids to raise existing block wall to 6' high with matching block and the portion of the wall at the corner of Jamboree Road and Bison Avenue with clear Margard class. b. Administer and inspect construction of the wall improve- ments. c. Repair irrigation system damaged by removal of existing wall. d. Replace landscaping on the roadway side of the wall damaged by removal of existing wall. 1 of 2 e. Require contractor to notify resident one week prior to demolition and removal of existing wall. II. RESIDENT AGREES T0: a. Allow contractor to enter onto property in order to remove existing wall improvements and construct the new wall im- provements. b. Be responsible for and restrain RESIDENT's own pets and /or children from interfering with wall construction. c. Maintain wall improvements once construction has been com- pleted. d. Be responsible for protecting and /or replacing landscaping on RESIDENT's side of the wall. IN WITNESS WHEREOF, the parties hereto have executed the Agreement on the date first above written. CITY OF NEWPORT BEACH®®� By V�- City Manager 'PROVED AS TO F M• J By ity Attorney RESID�ENT� BY By 2of2 i AGREEMENT TO CONSTRUCT JAMBOREE ROAD NOISE WALL -t4 T,1y THIS AGREEMENT is made and entered into this 18 day of dm4e, 1984, by and between the CITY OF NEWPORT BEACH, a municipal corporation, here- inafter referred /t10 as "CITY," and the owner of the residence located at C l 4 C.. 1-rgo 5 , Newport Beach, California, hereinafter referred to as "RESIDENT." W I T N E S S E T H WHEREAS, CITY desires to construct ultimate roadway improvements to the westerly side of Jamboree Road from Ford Road to Eastbluff Drive North; and WHEREAS, CITY, in compliance with the California Environmental Quality Act of 1970, has prepared the Environmental Documentation and filed a Negative Declaration with the Clerk of the Board of Supervisors for the Jamboree Road street improvements; and WHEREAS, CITY, as part of the initial study for the Jamboree Road widening, prepared a noise wall report which specified required wall heights at the existing wall locations necessary to mitigate roadway noise; and WHEREAS, CITY proposes to const ct noise wall improvements to mitigate roadway noise to the b5 dE7 level, as specified in the above- mentioned noise wall report; -ra,bt.& r-WW^0;�lv,wt, tM &W%tv Ue,514L NOW, THEREFORE, in consideration of the foregoing, the parties hereto agree as follows: I. CITY AGREES TO: a. Prepare final plans and specifications necessary to ad- vertise for bids to raise existing block wall to eight feet high with matching block. b. Administer and inspect construction of the wall improve- ments. c. Repair irrigation system damaged by removal of existing wall. loft L d. Replace landscaping on the roadway ide of the wall damaged by removal of existing wall. e. Require contractor to notify RESIDENT one week prior to demolition and removal of existing wall. II. RESIDENT AGREES TO: a. Allow contractor to enter onto property in order to remove existing wall improvements and construct the new wall im- provements. b. Be responsible for and restrain RESIDENT's own pets and /or children from interfering with wall construction. c. Maintain wall improvements once construction has been com- d. pleted. C4-p e. Pay to the CITY the estimated cost for additional wall im- provements by June 4, 1984. The estimated cost for the addi- tional work is One Thousand One Hundred Forty Dollars ($1,140) which is the estimated cost of $12 /lineal foot to raise the wall from six (6) feet high to eight (8) feet high. Upon opening of bids by the CITY, the actual cost will be deter- mined. If -the estimated cost-exceeds tha- actual cost, the CITY will refund the difference. If the estimated cost is less than the actual cost, RESIDENT must within ten (10) days of notice by the CITY, pay the difference or the wall will be raised to six (6) feet high and the original deposit refunded. IN WITNESS WHEREOF, the parties hereto have executed the Agreement on the date first above written. CITY OF NEWPORT BEACH 2of2 RESIDENT 12 Lr %�_ . I P I/ LIB/ TABLE I (Continued) Property Line Noise Barrier Heights To Reduce Outdoor Roadway Noise Exposure For The Primary Outdoor Living Space Areas Of Eastbluff Residences Abutting Jamboree Road 27 CALCULATED WALL HEIGHTS FOR SPECIFIED NOISE 3 EXPOSURE - BASED UPON OLD SURVEY DATA 9 AND MOST RECENT SURVEY DATA. 28 Existing Height For Height For Height For - Site Wall Height 65 dB CNEL 57 dB CNEL 55 dB CNEL Number Address Feet Limit Limit Limit 8 NEW OLD ; NEW OLD ; NEW OLD 27 2664 Basswood 4.8 3 4 7 9 9 13 28 2668 Basswood 4.4 - - 5 5 7 7 J. 29 921 Citrus 6.040 -4 5 6 8 11 10 16 30 914 Citrus 3.4 5 6 8 11• 10 16 31 915 Chestnut 4.8 4 6 9 12 11 16 32 914 Chestnut 3.8 4 5 8 10 10 14 33 915 Cercis 3.4 5 5 10 10 12 14 34 912 Cercis 4.0 5 5 8 8 9 10 35 915 Celtis 7.6 9 5 12 7 14 9 36 908 Celtis 3.6 - 5 4 7 6 9 37 2836 Alta Vista 5.7 6 * 10 * 12 38 2842 Alta Vista 4.9 2 5 6 7 8 10 39 2848 Alta Vista 6.2 2 5 6 7 8 10 40 2854 Alta Vista 9.0 9 5 12 7 14 10 41 2860 Alta Vista 3.2 7 3 11 7 13 10 42 2900 Alta Vista 3.4 8 5 12 7 14 10 43 2906 Alta Vista 3.5 6 5 11 10 16 16 44 2912 Alta Vista 3.8 2 5 6 9 8 14 45 2918 Alta Vista 5.1 2 5 7 7 10 9 46 2924 Alta Vista j=$J.9. 3 5 8 6 10 8 47 821 Ceiba 4.2 5 5 10 9 13 12 48 812 Ceiba 4.1 5 5 9 10 13 15 49 806 Ceiba 4.7 4 4 9 8 11 11 50 3038 Carob 5.5 3 5 9 9 11 11 51 3044 Carob 5.4 4 5 8 9 10 11 52 3061 Carob 3.1 - 3 5 6 7 8 * Not Previously Available - Required Wall Height is Less Than Zero. Aa int. AGREEMENT Ito] CONSTRUCT JAMBOREE ROAD NOISE WALL THIS AGREEMENT is made and entered into this —7 4 day of January, 1984, by and between the CITY OF NEWPORT BEACH, a municipal corpora- tion, hereinafter referred to as "CKY," and the owner of the residence located at �kX SC� ( V -U21 _(��?� -ky) __ , Newport Beach, California, hereinafter referred to as "RESIDENT." W I T N E S S E T H WHEREAS, CITY desires to construct ultimate roadway improvements to the westerly side of Jamboree Road from Ford Road to Eastbluff Drive North; and WHEREAS, CITY, in compliance with the California Environmental Quality Act of 1970, has prepared the Environmental Documentation and filed a Negative Declaration with the Clerk of the Board of Supervisors for the Jamboree Road street improvements; and WHEREAS, CITY, as part of the initial study for the Jamboree Road widening, prepared a noise wall report which specified required wall heights. at the existing wall locations necessary to mitigate roadway noise; and WHEREAS, CITY proposes to construct noise wall improvements to mitigate roadway noise to the 65 dB CNEL level, as specified in the above - mentioned noise wall report; NOW, THEREFORE, in consideration of the foregoing, the parties hereto agree as follows: I. CITY AGREES TO: a. Prepare final plans and specifications.necessary to adver- tise for bids to remove existing wall and construct 6-T4 & high standard gray block wall with :4949 3 high plexiglass wall segments. b. Administer and inspect construction of the wall improve- ments. c. Repair irrigation system damaged by removal of existing wall. d. Replace landscaping on the roadway side of the wall damaged by removal of existing wall. 1 of 2 i e. Require contractor to notify resident one week prior to demolition and removal of existing wall. II. RESIDENT AGREES TO: a. Allow contractor to enter onto property in order to remove existing wall improvements and construct the new wall im- provements. b. Be responsible for and restrain RESIDENT's own pets and /or children from interfering with wall construction. c. Maintain wall improvements once construction has been com- pleted. d. Be responsible for protecting and /or replacing landscaping on RESIDENT's side of the wall. IN WITNESS WHEREOF, the parties hereto have executed the Agreement on the date first above written. APPROVED AS /TO�FORM: By �X City Attorney 2of2 CITY OF NEWPORT BEACH �1 By 01 1A I City Manager AGREEMENT CONSTRUCT JAMBOREE ROAD NOISE WALL -y-� THIS AGREEMENT is made and entered into this / day of U V,1R �".j may, 1984, by and between the CITY OF NEWPORT BEACH, a municipal corpora- tion, hereinafter referred /to as "CIITY," and the owner of the residence located at 2 86 0 Gig '(14 z1?— , Newport Beach, California, hereinafter referred to as "RESIDENT." W I T N E S S E T H WHEREAS, CITY desires to construct ultimate roadway improvements to the westerly side of Jamboree Road from Ford Road to Eastbluff Drive North; and WHEREAS, CITY, in compliance with the California Environmental Quality Act of 1970, has prepared the Environmental Documentation and filed a Negative Declaration with the Clerk of the Board of Supervisors for the Jamboree Road street improvements; and WHEREAS, CITY, as part of the initial study for the Jamboree Road widening, prepared a noise wall report which specified required wall heights at the existing wall locations necessary to mitigate roadway noise; and WHEREAS, CITY proposes to construct noise wall improvements to mitigate roadway noise to the 65 dB CNEL level, as specified in the above- mentioned noise wall report; NOW, THEREFORE, in consideration of the foregoing, the parties hereto agree as follows: I. CITY AGREES TO: a. Prepare final plans and specifications necessary to adver- tise for bids to remove existing wall and construct high standard gray block wall with 'Z � 4 high plexillass wall segments. b. Administer and inspect construction of the wall improve- ments. c. Repair irrigation system damaged by removal of existing wall. d. Replace landscaping on the roadway side of the wall damaged by removal of existing wall. 1 of 2 e. Require contractor to notify resident one week prior to demolition and removal of existing wall. II. RESIDENT AGREES TO: a. Allow contractor to enter onto property in order to remove existing wall improvements and construct the new wall im- provements. b. Be responsible for and restrain RESIDENT's own pets and /or children from interfering with wall construction. c. Maintain wall improvements once construction has been com- pleted. d. Be responsible for protecting and /or replacing landscaping on RESIDENT's side of the wall. IN WITNESS WHEREOF, the parties hereto have executed the Agreement on the date first above written. CITY OF NEWPORT BEACH i By ac7t_ll ity danager RESIDENT By By 2of2 .. rj AGREEMENT TO CONSTRUCT JAMBOREE ROAD NOISE WALL THIS AGREEMENT is made and entered into this sf day of JamuaUy,� w 1984, by and between the CITY OF NEWPORT BEACH, a municipal corporation, here- inafter referred to as "CITY," and the owner of the residence located at 2900 A i-/g V !6>4rL D2 , Newport Beach, California, hereinafter referred to as "RESIDENT." W I T N E S S E T H WHEREAS, CITY desires to construct ultimate roadway improvements to the westerly side of Jamboree Road from Ford Road to Eastbluff Drive North; and WHEREAS, CITY, in compliance with the California Environmental Quality Act of 1970, has prepared the Environmental Documentation and filed a Negative Declaration with the Clerk of the Board of Supervisors for the Jamboree Road street improvements; and WHEREAS, CITY, as part of the initial study for the Jamboree Road widening, prepared a noise wall report which specified required wall heights at the existing wall locations necessary to mitigate roadway noise; and WHEREAS, CITY proposes to construct noise wall improvements to mitigate roadway noise to the 65 dB CNEL level, as specified in the above- mentioned noise wall report; NOW, THEREFORE, in consideration of the foregoing, the parties hereto agree as follows: I. CITY AGREES TO: a. Prepare final plans and specifications necessary to adver- tise for bids to remove existing wall and construct_? high standard gray block wall U) 4: £ S' P." p. &A 6�.w1sA s b. Administer and inspect construction of the wall improve- ments. c. Repair irrigation system damaged by removal of existing wall. d. Replace landscaping on the roadway side of the wall damaged by removal. of existing wall. 1 of 2 e. Require contractor to notify resident one week prior to demolition and removal of existing wall. II. RESIDENT AGREES TO: a. Allow contractor to enter onto property in order to remove existing wall improvements and construct the new wall im- provements. b. Be responsible for and restrain RESIDENT's own pets and /or children from interfering with wall construction. c. Maintain wall improvements once construction has been com- pleted. d. Be responsible for protecting and /or replacing landscaping on RESIDENT's side of the wall. IN WITNESS WHEREOF, the parties hereto have executed the Agreement. on the date first above written. APPROVED AS TO FORM: BY ty ttorney CITY NEWPORT BEACjH�� BY �W City Manager j j 2of2 i + AGREEMENT TO CONSTRUCT JAMBOREE ROAD NOISE WALL THIS AGREEMENT is made and entered into this J s� day of w FoLiwuar�, by and between the CITY OF NEWPORT BEACH, a municipal corporation, hereinafter referred togas "CITY," and the owner of the residence located at 2 9o/ '41� !/ /Si�C Newport Beach, California, hereinafter referred to as "RESIDENT." W I T N E S S E T H WHEREAS, CITY desires to construct ultimate roadway improvements to the westerly side of Jamboree Road from Ford Road to Eastbluff Drive.North; and WHEREAS, CITY, in compliance with the California Environmental Quality. Act of 1970, has prepared the Environmental Documentation and filed a Negative Declaration with the Clerk of the Board of Supervisors for the Jamboree Road street improvements; and WHEREAS, CITY, as part of the initial study for the Jamboree Road widening, prepared a noise wall report which specified required wall heights at the existing wall locations necessary to mitigate roadway noise; and WHEREAS, CITY proposes to construct noise wall improvements to mitigate roadway noise to the 65 dB CNEL level, as specified in the above - mentioned noise wall report; NOW, THEREFORE, in consideration of the foregoing, the parties hereto agree as follows: I. CITY AGREES TO: a. Prepare final plans and specifications necessary to adver- tise for bids to remove existing wall and construct thirty (30) feet of eight (8)- foot -high gray block wall with an eight (8) -foot segment of four (4)- foot -high block and four (4)- foot -high plexiglass centered at sixteen (16) feet from the property line. The remaining wall along Jamboree Road and twenty -one (21) -foot return wall along north property line is to be three (3)- foot -high block and three (3) -foot- high plexiglass. b. Administer and inspect construction of the wall improve- ments. 1 of 2 c. Repair irrigation system damaged by removal of existing wall. d. Replace landscaping on the roadway side of the wall damaged by removal of existing wall. e. Require contractor to notify resident one week prior to demolition and removal of existing wall. II. RESIDENT AGREES TO: a. Allow contractor to enter onto property in order to remove existing wall improvements and construct the new wall im- provements. b. Be responsible for and restrain RESIDENT's own pets and /or children from interfering with wall construction. c. Maintain wall improvements once construction has been com- pleted. d. Be responsible for protecting and /or replacing landscaping on RESIDENT's side of the wall. .IN WITNESS WHEREOF, the parties hereto have executed the Agreement on the date first above written. ROVED AS TO FORM: B Y 6 ) City Attorney CITY EWPOR7 BEACH A> By �J City Manager %-- RESIDENT EVA By 2of2 1 - i AGREEMENT TO CONSTRUCT JAMBOREE ROAD NOISE WALL Su" L THIS AGREEMENT is made and entered into this / s day of Apri+i,P w 1984, by and between the CITY OF NEWPORT BEACH, a municipal corporation, here- inafter referred to as "CITY," and the owner of the residence located at 2/P1 jj 1,-,a , Newport Beach, California, hereinafter referred to as "RESIDENT." W I T N E S S E T H WHEREAS, CITY desires to construct ultimate roadway improvements to the westerly side of Jamboree Road from Ford Road to Eastbluff Drive North; and WHEREAS, CITY, in compliance with the California Environmental Quality Act of 1970, has prepared the Environmental Documentation and filed a Negative Declaration with the Clerk of the Board of Supervisors for the Jamboree Road street improvements; and WHEREAS, CITY, as part of the initial study for the Jamboree Road widening, prepared a noise wall report which specified required wall heights at the existing wall locations necessary to mitigate roadway noise; and WHEREAS, CITY proposes to construct noise wall improvements to mitigate roadway noise to the 65 dB CNEL level, as specified in the above - mentioned noise wall report; NOW, THEREFORE, in consideration of the foregoing, the parties hereto agree as follows: I. CITY AGREES TO: a. Prepare final plans and specifications necessary to adver- tise for bids to raise existing slump stone wall five courses i with, as close as possible, matching slump stone block. b. Administer and inspect construction of the wall improve- ments. c. Repair irrigation system damaged by removal of existing wall. d. Replace landscaping on the roadway side of the wall damaged by removal of existing wall. 1 of 2 i • e. Require contractor to notify resident one week prior to demolition and removal of existing wall. II. RESIDENT AGREES TO: a. Allow contractor to enter onto property in order to remove existing wall improvements and construct the new wall im- provements. b. Be responsible for and restrain RESIDENT's own pets and /or children from interfering with wall construction. c. Maintain wall improvements once construction has been com- pleted. d. Be responsible for protecting and /or replacing landscaping on RESIDENT's side of the wall. IN WITNESS WHEREOF, the parties hereto have executed the Agreement on the date first above written. 2of2 CITY OF NEWPORT BEACH By D— ( City Manager RESIDENT 91 AGREEMENT TO 9 CONSTRUCT JAMBOREE ROAD NOISE WALL n1 THIS AGREEMENT is made and entered into this / ,6A � S� day of 4arwary,PL6" 1984, by and between the CITY OF NEWPORT BEACH, a municipal corporation, here- inafter referred to as "CITY," and the owner of the residence located at ° Newport Beach, California, hereinafter referred to as "RESIDENT." W I T N E S S E T H WHEREAS, CITY desires to construct ultimate roadway improvements to the westerly side of Jamboree Road from Ford Road to Eastbluff Drive North;- and WHEREAS, CITY, in compliance with the California Environmental Quality Act of 1970, has prepared the Environmental. Documentation and filed a Negative Declaration with the Clerk of the Board of Supervisors for the Jamboree Road street improvements; and WHEREAS, CITY, as part of the initial study for the Jamboree Road widening, prepared a noise wall report which specified required wall heights at the existing wall locations necessary to mitigate roadway noise; and WHEREAS, CITY proposes to construct noise wall improvements to mitigate roadway noise to the 65 dB CNEL level, as specified in the above- mentioned noise wall report; NOW, THEREFORE, in consideration of the foregoing, the parties hereto agree as follows: I. CITY AGREES TO: a. Prepare final plans and specifications necessary to adver- tise for bids to remove existing wall and construct 5— o high standard gray block wall. b. Administer and inspect construction of the wall improve- ments. c. Repair irrigation system damaged by removal of existing wall. d. Replace landscaping on the roadway side of the wall damaged by removal of existing wall. loft 0 i y e. Require contractor to notify resident one week prior to demolition and removal of existing wall. II. RESIDENT AGREES TO: a. Allow contractor to enter onto property in order to remove existing wall improvements and construct the new wall im- provements. b. Be responsible for and restrain RESIDENT's own pets and /or children from interfering with wall construction. c. Maintain wall improvements once construction has been com- pleted. d. Be responsible for protecting and /or replacing landscaping on RESIDENT's side of the wall. IN WITNESS WHEREOF, the parties hereto have executed the Agreement - on the date first above written. 2of2 a CITY OF NEWPORT BEACH 8y City Manager RESIDENT By c a3s� AGREEMENT He] CONSTRUCT JAMBOREE ROAD NOISE WALL �un-t. THIS AGREEMENT is made and entered into this / 7 day of January, 1984, by and between the CITY OF NEWPORT BEACH, a municipal corporation, here- inafter referred to as "CITY," and the owner of the residence located at °>3 g —z-:; e, `// S I , Newport Beach, California, hereinafter referred to as "RESIDENT." W I T N E S S E T H WHEREAS, CITY desires to construct ultimate roadway improvements to the westerly side of Jamboree Road from Ford Road to Eastbluff Drive North; and WHEREAS, CITY, in compliance with the California Environmental Quality Act of 1970, has prepared the Environmental Documentation and filed a Negative Declaration with the Clerk of the Board of Supervisors for the Jamboree Road street improvements; and WHEREAS, CITY, as part of the initial study for the Jamboree Road widening, prepared a noise wall report which specified required wall heights at the existing wall locations necessary to mitigate roadway noise; and WHEREAS, CITY proposes to construct noise wall improvements to mitigate roadway noise to the 65 dB CNEL level, as specified in the above- mentioned noise wall report; NOW, THEREFORE, in consideration of the foregoing, the parties hereto agree as follows: I. CITY AGREES TO: a. Prepare final plans and specifications necessary to adver- tise for bids to raise existing block wall with matching block. b. Administer and inspect construction of the wall improve- ments. c. Repair irrigation system damaged by removal of existing wall. d. Replace landscaping on the roadway side of the wall damaged by removal of existing wall. 1 of 2 e. Require contractor to notify resident one week prior to demolition and removal of existing wall. II. RESIDENT AGREES TO: a. Allow contractor to enter onto property in order to remove existing wall improvements and construct the new wall im- provements. b. Be responsible for and restrain RESIDENT's own pets and /or children from interfering with wall construction. c. Maintain wall improvements once construction has been com- pleted. d. Be responsible for protecting and /or replacing landscaping on RESIDENT's side of the wall. IN WITNESS WHEREOF, the parties hereto have executed the Agreement• on the date first above written. CITY OF NEWPORT BEACH By City Manager ...O I � / RESIDENT By By 2of2 I r AGREEMENT `[il CONSTRUCT JAMBOREE ROAD NOISE WALL 1i1A THIS AGREEMENT is made and entered into this & day of *pr+l, 1984, by and between the CITY OF NEWPORT BEACH, a municipal corporation, here- inafter referred to as "CITY," and the owner of the residence located at S tL cs 14 a.. , Newport Beach, California, hereinafter referred to as "RESIDENT." W I T N E S S E T H WHEREAS, CITY desires to construct ultimate roadway improvements to the westerly side of Jamboree Road from Ford Road to Eastbluff Drive North; and WHEREAS, CITY, in compliance with the California Environmental Quality Act of 1970, has prepared the Environmental Documentation and filed a Negative Declaration with the Clerk of the Board of Supervisors for the Jamboree Road street improvements; and WHEREAS,. CITY, as part of the initial study for the Jamboree Road widening, prepared a noise wall report which specified required wall heights at the existing wall locations necessary to mitigate roadway noise, and WHEREAS, CITY proposes to construct noise wall improvements to mitigate roadway noise to the 65 dB CNEL level, as specified in the above- mentioned noise wall report; NOW, THEREFORE, in consideration of the foregoing, the parties hereto agree as follows: I. CITY AGREES TO: a. Prepare final plans and specifications necessary to adver- tise for bids to raise existing block wall two courses with, as close as possible, matching block. b. Administer and inspect construction of the wall improve- ments. c. Repair irrigation system damaged by removal of existing wall. d. Replace landscaping on the roadway side of the wall damaged by removal of existing wall. 1 of 2 i i e. Require contractor to notify resident one week prior to demolition and removal of existing wall. II. RESIDENT AGREES TO: a. Allow contractor to enter onto property in order to remove existing wall improvements and construct the new wall im- provements. b. Be responsible for and restrain RESIDENT's own pets and /or children from interfering with wall construction. c. Maintain wall improvements once construction has been com- pleted. d. Be responsible for protecting and /or replacing landscaping on RESIDENT's side of the wall. IN WITNESS WHEREOF, the parties hereto have executed the Agreement on the date first above written. APPROVED AS TO e CITY OF NEWPORT BEACH By w it anager 0 2of2 J AGREEMENT Ito] CONSTRUCT JAMBOREE ROAD NOISE WALL G - a3s 7 THIS AGREEMENT is made and entered into this a ,:`% day of April, 1984, by and between the CITY OF NEWPORT BEACH, a municipal corporation, hereinafter referred to as "CITY," and the owner of the residence located at Kat Newport Beach, California, hereinafter referred to as "RESIDENT." WITNESSETH WHEREAS, CITY desires to construct ultimate roadway improvements to the westerly side of Jamboree Road from Ford Road to Eastbluff Drive North; and WHEREAS, CITY, in compliance with the California Environmental Quality Act of 1970, has prepared the Environmental Documentation and filed a Negative Declaration with the Clerk of the Board of Supervisors for the Jamboree Road street improvements; and WHEREAS, CITY, as part of the initial study for the Jamboree Road widening, prepared a noise wall report which specified required wall heights at the existing wall locations necessary to mitigate roadway noise; and WHEREAS, CITY proposes to construct noise wall improvements to miti- gate roadway noise to the 65 dB CNEL level, as specified in the above - mentioned noise wall report; and WHEREAS, RESIDENT has received cost estimates from a licensed con- tractor and plans to construct swimming pool, wall, and landscape improvements prior to the City's Jamboree Road noise wall project; and WHEREAS, CITY has reviewed the proposed wall improvements and is satisfied that said wall improvements, which raise the existing block wall to ` six feet high, are as specified to mitigate roadway noise to the 65 dB CNEL in the above - mentioned noise wall report; and WHEREAS, CITY has reviewed the cost estimate for the wall improve- ments which is in the amount of Four Thousand Three Hundred Ninety Dollars ($4,390), said cost estimate is attached and made a part of this Agreement, and has determined that it is fair and reasonable; NOW, THEREFORE, in consideration of the foregoing, the parties hereto agree as follows: I I of 2 Y I. CITY AGREES TO: A. Pay RESIDENT Four Thousand Three Hundred Ninety Dollars ($4,390) after execution of this Agreement and receipt of contractor's invoice marked "Paid in Full" for the wall improvements. II. RESIDENT AGREES TO: A. Administer construction of the wall improvements. B. Maintain wall improvements once construction is completed. C. Accept payments of Four Thousand Three Hundred Ninety Dollars ($4,390) as fulfillment of CITY's responsibility to mitigate roadway noise in conjunction with ultimate roadway improvements to Jamboree Road. IN WITNESS WHEREOF, the parties hereto have executed the Agreement on the date first above written. CITY OF NEWPORT BEACH By City P anager APPROVr AS TO FORM: By -- 2of2 m IDENT •PROPOSAL and CONTRAR Dear Sir: r propose to fi /Dl�G -/A P Ca#"e Em Date...--- - - -��, 19CJ4 rims and perform II labor necessary to A D 4,02) �faS C7t01erca Z se. . tf /ice. iE /lG -0W AT Telephone�� the All of the above work to be completed in a substantial and workmanlike manner acl practices for the sum of _ Dollars Payments to be made :SO 7 A to the value A.db V %SD I °o to starad1rd the work progresses per cent (_%) of all work completed. The entire amount of contract to be paid within days after completion. Any alteration or deviation from the above specifications involving extra cost of material or labor will only be executed upon written orders for same, and will become an extra charge over the sum mentioned in this contract. All agreements must be made in writing. "NOTICE TO OWNER" (Section 7019 — Contractors License law) Under the Mechanics Lien Law, any contractor, sobccnhaclor, laborer, materlalman or other person who helps to mprove your property and is Mt Claud for his labor, services or material, has a ngb to enforce hit Claim ".;nst your propeav- Under the law, you may protect Yourself against such claims by filing, before cummancirp such work of Imprarement. an orglnal ccnllw for the work of imorevement of • modifi,onm thereof, in the office of the county recorder of the county where the pro t s situered and rc9uirirp that • convacloi s payment bond be recorded in such once. Said bond shall be in an amount not less then fifty 1 1-1 150 %) of the contract prim and shall, in addition to anY condluens for the performance of the wnvap, be condhiorwd for the payment in full of the claims of all person. furn,shing labor, sere. ices. eouipment or materials for the work described in said contract. Respecifull submitted, Sy1� •DOp �. � ♦/cL�e1NOnaet State License No. — Sr_� <3 drJ 4o g7 Contractors are required by law to be licensed and regulated by the Contractors' State License Board. Any question concerning a contractor may be referred to the registrar of the board whose address is: Contractors' State License Board 1020 N Street Sacramento, California 95814 ACCEPTANCE You are hereby authorized to furnish all materials and labor required to complete the work mentioned in the above proposal, for which :N agree to pay the amount mentioned in said proposal, and according to the terms thereof. PALM STATIONERS FORM 5106 -A / V Y }� — ..j .. ORDER OF s v _ r TUSTIN BRANCH 13341 NEWPORTAVE., TUSTIN, CA 94880 r � DOLLARS I (( I I 1; 12 200066 140 11 7II-0bAZ_9Ar*1r. 2 19811' p PROPOSAL and CONTRACT V Is L/ Date �, 19" �/ CiB /LJa4/ Telephone d6//_ /ffdv/o Dear.Sir: r propose to furn !00'C ?trip G'ta "4 as M rials and perform II labor necessary to ,doD �,DD ��s S a ! 4*,-d' Z �r � 201V4r�-, � ' i_ 3? e% 00 s OO , All of the above work to be completed in a substantial and workmanlike manner according �to �sta Ord pi acticEs for th � e SUIT. of Dollars ($ �� ) Payments to be /made �aX���llel/LfnC, as the work progresses to the value of per cent ( %) of all work completed. The entire amount of contract to be paid within days after completion. Any alteration or deviation from the above specifications involving extra cost of material or labor will only be executed upon written orders for same, and will become an extra charge over the sum mentioned in this contract. All agreements must be made in writing. "NOTICE TO OWNER" (Section 7019— Comracrors License law) Under the Mechanics' lien law, any contractor, subcontractor, laborer, ro.walman o other person who helps ro mowa your property and is m, paid for his labor, Servitts or material, has e right to enlorce his dhi,m against Yovr property. Under the law, you may protect yourself against such claims by filing, before Iny such work of improvement, original pntran for rhau work cof improvement of a rnodlfiwGOn thereof, in the office of the county of he county where the property O situated and recuir;ng that a convector's payment bond be recorded mah office. Said bond shall be in an amount nor less rhau fifty percent (50 %) of the consrect price and shall, in addition to any conditions for the performance of he tomtit,, be conditioned for the payment in full of the claims of all persons furnishing lebo4 serv. fcm. <Wio,mml or materiel, for the work described in said conbac Respec�tful. submitted, / By 7 /OF GD��%C1' DC.4.dG�/ 77/151/ lEIEPHONE State License No." Contractors are required by law to be licensed and regulated by the Any question concerning a contractor may be referred to the registrar of 1 Contractors' State License Board 1020 N Street Sacramento, California 95614 ACCEPTANCE You are hereby authorized to furnish all materials and in the above proposal, for which yr-#_ and according to the terms thereof. CCE T to 19 State 7 e � a work mentioned agre@� pay th 41%ount mWioned in said proposal, l�ti � ��d4yri. . J. LARRY 8' BAYLA K. WEBB . . 1 117 - 821 C CE 644 -1360 Nk B BE C1i, CA 92660 < / 1 < 6 PO r / TUSTIN BRANCH 13341 NEWPORTAVE., TUSTIN, CA 94880 r � DOLLARS I (( I I 1; 12 200066 140 11 7II-0bAZ_9Ar*1r. 2 19811' p PROPOSAL and CONTRACT V Is L/ Date �, 19" �/ CiB /LJa4/ Telephone d6//_ /ffdv/o Dear.Sir: r propose to furn !00'C ?trip G'ta "4 as M rials and perform II labor necessary to ,doD �,DD ��s S a ! 4*,-d' Z �r � 201V4r�-, � ' i_ 3? e% 00 s OO , All of the above work to be completed in a substantial and workmanlike manner according �to �sta Ord pi acticEs for th � e SUIT. of Dollars ($ �� ) Payments to be /made �aX���llel/LfnC, as the work progresses to the value of per cent ( %) of all work completed. The entire amount of contract to be paid within days after completion. Any alteration or deviation from the above specifications involving extra cost of material or labor will only be executed upon written orders for same, and will become an extra charge over the sum mentioned in this contract. All agreements must be made in writing. "NOTICE TO OWNER" (Section 7019— Comracrors License law) Under the Mechanics' lien law, any contractor, subcontractor, laborer, ro.walman o other person who helps ro mowa your property and is m, paid for his labor, Servitts or material, has e right to enlorce his dhi,m against Yovr property. Under the law, you may protect yourself against such claims by filing, before Iny such work of improvement, original pntran for rhau work cof improvement of a rnodlfiwGOn thereof, in the office of the county of he county where the property O situated and recuir;ng that a convector's payment bond be recorded mah office. Said bond shall be in an amount nor less rhau fifty percent (50 %) of the consrect price and shall, in addition to any conditions for the performance of he tomtit,, be conditioned for the payment in full of the claims of all persons furnishing lebo4 serv. fcm. <Wio,mml or materiel, for the work described in said conbac Respec�tful. submitted, / By 7 /OF GD��%C1' DC.4.dG�/ 77/151/ lEIEPHONE State License No." Contractors are required by law to be licensed and regulated by the Any question concerning a contractor may be referred to the registrar of 1 Contractors' State License Board 1020 N Street Sacramento, California 95614 ACCEPTANCE You are hereby authorized to furnish all materials and in the above proposal, for which yr-#_ and according to the terms thereof. CCE T to 19 State 7 e � a work mentioned agre@� pay th 41%ount mWioned in said proposal, l�ti � ��d4yri. . AGREEMENT TO CONSTRUCT JAMBOREE ROAD NOISE WALL s �n A-- THIS AGREEMENT is made and entered into this / 9 day of 4anaerry, 1984, by and between the CITY OF NEWPORT BEACH, a municipal corporation, here- inafter referred to as "CITY," and the owner of the residence located at Beach, California, hereinafter referred to as "RESIDENT." W I T N E S S E T H Newport WHEREAS, CITY desires to construct ultimate roadway improvements to the westerly side of Jamboree Road from Ford Road to Eastbluff Drive North; and WHEREAS, CITY, in compliance with the California Environmental Quality Act of 1970, has prepared the Environmental Documentation and filed a Negative Declaration with the Clerk of the Board of Supervisors for the Jamboree Road street improvements; and WHEREAS, CITY, as part of the initial study for the Jamboree Road widening, prepared a noise wall report which specified required wall heights at the existing wall locations necessary to mitigate roadway noise; and WHEREAS, CITY proposes to construct noise wall improvements to mitigate roadway noise to the 65 dB CNEL level, as specified in the above- mentioned noise wall report; NOW, THEREFORE, in consideration of the foregoing, the parties hereto agree as follows: I. CITY AGREES TO: a. Prepare final plans and specifications necessary to adver- tise for bids to raise existing block wall with matching block. �T"o �o, Lt�cl�► x'a'/ b. Administer and inspect co nitruction of the wall improve -. ments. c. Repair irrigation system damaged by removal of existing wall. d. Replace landscaping on the roadway side of the wall damaged by removal of existing wall. 1 of 2 e. Require contractor to notify resident one week prior to demolition and removal of existing wall. II. RESIDENT AGREES TO: a. Allow contractor to enter onto property in order to remove existing wall improvements and construct the new wall im- provements. b. Be responsible for and restrain RESIDENT's own pets and /or children from interfering with wall construction. c. Maintain wall improvements once construction has been com- pleted. d. Be responsible for protecting and /or replacing landscaping on RESIDENT's side of the wail. IN WITNESS WHEREOF, the parties hereto have executed the Agreement• on the date first above written. APPROVED AS TO FOR By ,ty Attorney 2of2 CITY OF NEWPORT BEACH j BY City Manager RESIDENT By By .- . . C-- a3S-1 AGREEMENT TO CONSTRUCT JAMBOREE ROAD NOISE WALL THIS AGREEMENT i.s made and entered into this day of 4awdaiwtv '` y 1984, by and between the CITY OF NEWPORT BEACH, a municipal corporation, here- inafter referred to as "CITY," and the owner of the residence located at 21,5- y��ce , Newport Beach, California, hereinafter referred to as "RESIDENT." W I T N E S S E T H WHEREAS, CITY desires to construct ultimate roadway improvements to the westerly side of Jamboree Road from Ford Road to Eastbluff Drive North; and WHEREAS, CITY, in compliance with the California Environmental Quality Act of 1970, has prepared the Environmental. Documentation and filed a Negative Declaration with the Clerk of the Board of Supervisors for the Jamboree Road street improvements; and WHEREAS, CITY, as part of the initial study for the Jamboree Road widening, prepared a noise wall report which specified required wail heights at the existing wall locations necessary to mitigate roadway noise; and WHEREAS, CITY proposes to construct noise wall improvements to mitigate roadway noise to the 65 dB CNEL level, as specified in the above- mentioned noise wall report; NOW, THEREFORE, in consideration of the foregoing, the parties hereto agree as follows: I. CITY AGREES TO: a. Prepare final plans and specifications necessary to adver- tise for bids to remove existing wall and construct 6 7' /' high standard gray block wall. _ b. Administer and inspect construction of the wall improve- ments. c. Repair irrigation system damaged by removal of existing wall. d. Replace landscaping on the roadway side of the wall damaged by removal.of existing wall. 1 of 2 9 0 e. Require contractor to notify resident one week prior to demolition and removal of existing wall. II. RESIDENT AGREES TO: a. Allow contractor to enter onto property in order to remove existing wall improvements and construct the new wall im- provements. b. Be responsible for and restrain RESIDENT's own pets and /or children from interfering with wall construction. c. Maintain wall improvements once construction has been com- pleted. d. Be responsible for protecting and /or replacing landscaping on RESIDENT's side of the wall. IN WITNESS WHEREOF, the parties hereto have executed the Agreement.• on the date first above written. APPROVED AS TO FORM: By ity ttorney 2of2 CITY OF NEWPORT BEACH By City Manager RESIDENT ..:r A WIA ii • • c - dssl AGREEMENT TO CONSTRUCT JAMBOREE ROAD NOISE WALL THIS AGREEMENT is made and entered into this _day of "May 1984, by and between the CITY OF NEWPORT BEACH, a municipal corporation, herein- after referred to as "CITY," and the owner of the residence located at 912 Cercis Place , Newport Beach, California, hereinafter referred to as "RESIDENT." W I T N E S S E T H WHEREAS, CITY desires to construct ultimate roadway improvements to the westerly side of Jamboree Road from Ford Road to Eastbluff Drive North; and WHEREAS, CITY, in compliance with the California Environmental Quality Act of 1970, has prepared the Environmental Documentation and filed a Negative Declaration with the Clerk of the Board of Supervisors for the Jamboree Road street improvements and `- WHEREAS, CITY, as part of the initial study for the Jamboree Road widening, prepared a noise wall report which specified required wall heights at the existing wall locations necessary to mitigate roadway noise; and WHEREAS, CITY proposes to construct noise wall improvements to mitigate roadway noise to the 65 dB CNEL level, as specified in the above - mentioned noise wall report; NOW, THEREFORE, in consideration of the foregoing, the parties hereto agree as follows: I. CITY AGREES TO: a. Prepare final plans and specifications necessary to adver- tise for bids to raise existing blockwall to 5' high with matching block and to replace two sections of the wood rail fence in backyard with 5' high matching block. b. Administer and inspect construction of the wall improve- ments. c. Repair irrigation system damaged by removal of existing wall. d. Replace landscaping on the roadway side of the wall damaged by removal of existing wail. 1 of 2 i e. Require contractor to notify resident one week prior to demolition and removal of existing wall. II. RESIDENT AGREES TO: a. Allow contractor to enter onto property in order to remove existing wall improvements and construct the new wall im- provements. b. Be responsible for and restrain RESIDENT's own pets and /or children from interfering with wall construction. c. Maintain wall improvements once construction has been com- pleted. d. Be responsible for protecting and /or replacing landscaping on RESIDENT's side of the wall. IN WITNESS WHEREOF, the parties hereto have executed the Agreement on the date first above written. CITY OF NEWPORT BEACH By�Gr�— / Cit Manager APPROVED AS TO FOR/M::: City Attorney [oft RESIDENT BY AGREEMENT TO CONSTRUCT JAMBOREE ROAD NOISE WALL THIS AGREEMENT is made and entered into this G day of 3wffle-, 1984, by and between the CITY OF NEWPORT BEACH, a municipal corporation, here- inafter referred to as "CITY," and the owner of the residence located at 915 Celtis California, hereinafter referred to as "RESIDENT." Beach, W I T N E S S E T H WHEREAS, CITY desires to construct ultimate roadway improvements to the westerly side of Jamboree Road from Ford Road to Eastbluff Drive North; and WHEREAS, CITY, in compliance with the California Environmental Quality Act of 1970, has prepared the Environmental Documentation and filed a Negative Declaration with the Clerk of the Board of Supervisors for the Jamboree Road street improvements; and WHEREAS, CITY, as part of the initial study for the Jamboree Road widening, prepared a noise wall report which specified required wall heights at the existing wall locations necessary to mitigate roadway noise; and WHEREAS, CITY proposes to construct noise wall improvements to mitigate roadway noise to the 65 dB CNEL level, as specified in the above - mentioned noise wall report; NOW, THEREFORE, in consideration of the foregoing, the parties hereto agree as follows: I. CITY AGREES TO: a. Prepare final plans and specifications necessary to adver- tise for bids to raise existing block wall to 9 feet high with matching block and 4 feet of clear Margard glass. b. Administer and inspect construction of the wall improvements. c. Repair irrigation system damaged by improvements. d. Replace landscaping on the roadway side of the wall damaged by removal of existing wall. e. Require contractor to notify resident one week prior to demolition and removal of existing wall. 1 of 2 II. RESIDENT AGREES TO: a. Allow contractor to enter onto property in order to construct the new wall improvements. b. Be responsible for an restrain RESIDENT's own pets and /or children from interfering with wall construction. c. Maintain wall improvements once construction has been com- pleted. d. Be responsible for protecting and /or replacing landscaping on RESIDENT's side of the wall. IN WITNESS WHEREOF, the parties hereto have executed the Agreement on the date first above written. APPROVED AS TO FORM: B City Attorney 2of2 CITY OF NEWPORT BEACH By City Manager —� =1 June 25, 1984 BY THE CITY COUNCIL CITY OF NEWPORT BEACH CITY COUNCIL AGENDA ITEM NO. F -3(c) JUN 2 51984 TO: CITY COUNCIL APPROVED FROM: Public Works Departmen SUBJECT: STREET IMPROVEMENTS JAMBOREE ROAD FROM FORD ROAD /EASTBLUFF DRIVE SOUTH TO EASTBLUFF DRIVE NORTH (C -2357) RECOMMENDATIONS: Award Contract No. 2357 to Richardson and Le Bouef Co. for $609,609.50, and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: Five bids for this contract were opened at 2:30 P.M. on June 14, 1984: Bidder Amount Bid Richardson and Le Bouef Co., Santa Ana $609,609.50 Sully- Miller Contracting Co., Orange $621,609.50 Griffith Co., Santa Ana $647,805.00 Gillespie Construction Inc., Costa Mesa $657,448.50* Fleming Engineering Inc., Buena Park $673,218.50 *Corrected amount; Contractor's proposal was for $656,068.50 due to an error in the extension of a unit price. The low bid was 18.7% less than the Engineer's estimate of $750,000. The difference between the estimate and the bid is due to current competitive bidding. The Richardson and Le Bouef Co. has not performed work for the City, but has satisfactorily performed similar work for other City and County agen- cies in Southern California. The proposed project provides more efficient traffic flow by widen- ing the westerly side of Jamboree Road from Eastbluff Drive North to Eastbluff Drive South. The widened roadway will result in three travel lanes in each direction, raised median, separate left -turn lanes, sidewalk, street lighting, drainage systems, noise wall, and signal modifications. See attached sketch for location and limits of the work. The project environmental document required that roadway noise be mitigated to the 65 dB CNEL level in the outdoor living areas of the Eastbluff residents adjacent to Jamboree Road. In addition, the City offered to con- struct wall improvements which would mitigate noise below the 65 dB CNEL at the property owners expense. Seventeen properties required wall improvements to mitigate roadway noise, and three residents have contributed funds to increase the height of their walls above that required for the 65 dB CNEL level. All permits, approvals and agreements for the street and wall.improve- ments have been obtained. Ii 0 June 25, 1984 Subject: Street Improvements Jamboree Road from Ford Road /Eastbluff Drive South to Eastbluff Drive North (C -2357) Page 2 Funding for the construction contract is as follows: County AHFP Funds $226,003.75 City Funds Jamboree Road Noise Wall 72,982.00 Circulation and Transportation 305,793.75 Property Owner Funds 4,830.00 Total $609,609.50 The plans and specifications have been prepared by Robert Bein, William Frost and Associates. Project scheduling is for completion of work by September 28, 1984. Be nJamin B. Nolan' Public Works Department JW:jd Att. I I i tOY i a lvl�\ 'tip =\ visa c /N O � i I N ¢ °z , tOY i a lvl�\ 'tip =\ visa c /N O � i I I . Uz N ¢ °z Q- LLS L d [n f > ° ! {� O LL = W li OW �"'m a° W� Wm a v m Z3 X00 i LLCM OJ WH W3 X ►� � W I . Uz N ¢ °z Q- LLS L W fG [n f > ° ! {� O LL = W li OW �"'m a° Wm O W W Z3 X00 i LLCM OJ WH W3 W G F_a m ¢ V � o ~ W W Q N h 0 Q i • . PR 1.1 R CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONSTRUCTION ON JAMBOREE ROAD FROM FORD ROAD /EASTBLUFF DRIVE SOUTH TO EASTBLUFF DRIVE NORTH CONTRACT NO. 2357 AHFP NO. 1089 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. 2357 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: on & Unit or Unit Price 1. 1 Clearing and grubbing, including Lump removal and disposal of AC pavement, AC berm, concrete curb and gutter, concrete sidewalk and concrete pave- ment removal and disposal; slope plantings, parkway shrubbery and designated parkway trees. 6114 �,�,1 _ -Dollars � [ � p and 7ctu Y""� y Vents Per Lump i o� n IS ma [_i Uni 2. 8,500 Unclassified excavation and backfill CY including asphalt concrete and aggregate removal of unsuitable material excavation and disposal of surplus material. @ Dollars J and o0 /Xj Cents $ %— Per Yard PR 1.2 $S9Svo 00 3. 1 Guard underground construction. Lump @cwc �_ Dollars and d o0 Cents $ Sao.' $ Per Lump Sum 4 13,000 Construct aggregate base section moons including prime coat, complete in plate. @lea Dollars and U �� cy Cents $ 7- $ 5W Soo, Pe&T n 5. 2,765 Construct asphalt concrete pavement Tons— base course including tack coat, complete in place. @ Dollars and so So Cents $ J32 7.1. er o 6. 925 Construct asphalt concrete pavement ons finish course including tack coat, complete in place. @ ��ue�, rye Dollars and Cents Per Ion6 3 • PR 1.3 Item Estimated Item Description With Lump Sum Unit ota No. Qty. & Unit or Unit Price Written in Words Price Price 7. 5,820 Construct PCC curb and gutter LF— Type "A" (8" CF) per City of Newport Beach Std. 182 -L. @ Dollars ` and Cents $ 7. Per Linear Foot 8. 33,220 Construct PCC sidewalk per City of Sr— Newport Beach Std. 180 -L. @ Dollars `( and so -� Cents $ /. $ Per 5qOkrVPoop7 9. 380 Construct PCC curb access ramps, SF— per City of Newport Beach Std. 181 -L. @u Dollars r� and Cents po $ 00 $ %Go Per Square Foot 10. 165 Construct PCC commercial driveway —5�— approach Type I per City of Newport Std. 160 -L. @ Dollars $ 3, $ ✓-117 s and Cents Per Squ :e 10OP7 U. 1 Construct PCC raised median island LS with patterned PCC pavement & access ramps per detail in place. Dollars and ✓tia Cents o0 $ /Soo, ao $ /SVo:- Per Lump Sum 0 Item Estimated Item Description With Lump Sum Unit THEFT- No. Otv. & Unit or Unit Price Written in Words Price Price PR l .4 12. 200 Construct block retaining wall including excavation, footings backfill, perforated and sidewalk drains and curb drain outlets complete in place. @ Dollars and _Cents $ . e, $ �OOO.— els r Linea —moot 13. 3,245 Construct New Concrete Block Sound Walls ST— including clearing & grubbing, excavation, footing & backfill complete in place. @ Dollars ✓ and /Ita Cents er quare oot 14. 3,657 Construct Concrete Block Sound Walls on SF Existing Concrete B1ock.Walls including Clearing & Grubbing, doweling into existing walls, excavation and backfill complete in place. @ Dollars V —' and Cents $ le, 00 $ -;I/ Per Square Foot 15. 1,994 Construct "MARGARD" Sound Barrier on Ste— Existing /New Concrete Block Walls including all framing appurtenances complete in place. @ Dollars v Cents $ %5: oo $ -Mid. Per Square F oot 16. 1 Modify existing junction structure to accomodate 18" RCP per detail including removal and disposal of RCP storm drain. @ liars and n Cents $ 4<00, er ac . PR 1.5 Item Estimated Item Description With Lump Sum Unit ota No. Qty, & Unit or Unit Price Written in Words Price Price 17. 920 Construct 18 -inch RCP 2000 -0 Lr— including excavation, bedding, and backfill, complete in place. @ Dollars and oc ao /%LO Cents $, _ $ Per Linear Foot 18. 1 Construct junction structure No. 1 —rv— per City of Newport Beach Std. 310 -L, complete in place. @ ��,1 a c ,�,� Dol l ars V and o0 Cents $'?b6o' $ ;nocv, Per Each 19. 1 Construct Modified junction EA structure No. i per Detail II complete in place. @ tears 'D and ,AO o0 oa �i ria�et �dCCu mCents $ 1700, $ Per Each 20. 1 Construct curb inlet Type "OL" Ems— (L =8') per City of Newport Beach Std. 306 -L with local depression including excavation and backfill, complete and in place. @'6, oliars v and co 00 Cents $ $-Vdo, er ac 21. 1 Construct curb inlet Type "OL" (L =21') EV— per City of Newport Beach Std. 306 -L with local depression, including excavation and backfill,complete in place. @ f(er _Dollars L and Qo Cents $A '— Per Each $ 2dCr>, as ma • t or Unit on n 22. 1 Traffic striping and signing per Sheets Lump�um 25, 26 & 27 of Improvement Plans, complete in place. @� Dollars and Cents $a?Ooo, Per Lump Sum 23. 26 Install Street Light Standard and —— Luminaire, Type IV including pull boxes per City of Newport Beach Std. 203 -L, complete in place. PR 1.6 $.IODU 00 - @ 07b �. iet4466 4)e44ars ✓ �,,��� p, —pnand "— WA-ate Cents $ op. -rd,— . er Each 24. 2,195 Install 1 -1/4 inch light conduit LT with 248 conductors and one ground, per City of Newport Beach Stds. 204 -L and 205 -L, complete in place. @ Dollars and °- Cents $ Per Linear Foot 25. 2,280 Install 1 -1/4 inch street light L1'— conduit with 244 conductors and 1 ground complete in place. @ Dollars and Cents 66 -�' Per Line of 26. 950 Install 1 -1/4 inch street light Ur— conduit with 242 conductors and 1 ground, complete in place. @ Dollars and /Jt.o Cents $ _ $ Per Linear Foot C1 PR 1.7 Item Estimated Item Description With Lump Sum Unit Total No. Qty. & Unit or Unit Price Written in Words Price Price 27. 2 Install Service Pedestal including ground, pull boxes, 3 -inch conduit with 344 conductors & connection to SCE service Feeder conductors per Detail / "C" Sheet 21, complete i,n place. @ G7IQ LJCA_ rcy_r_�c�_,�F�• Dollars � and a o0 �e Cents $ i00, er Eac 28. 1 Install "BURD" Enclosure including ground & 3 -inch conduit only for to accomodate condu//c��tors, by ,SCE. @ 7DEL C Dollars and /A o Cents el _r Eac_fi. 29. 1 Remove & Replace Traffic Signal L�— Detection System @ Ford Road & Jamboree Road per sheet 22 of Improve- ment Plans, complete in place. @ j, -666 : Be 4*rs and Otte vec �.aG� GG� Cents $ �/0(, ga" $ 417lDD, ° —o Per Lump Sum 30. 1 Remove & Replace Traffic Signal L— Detection System @ Jamboree Road & Bison Ave per Sheet 23 of Improvement Plans complete in place. @ Dollars L; and 00 00 Cents $ $ X040. Per Lump Sum 31. 1 Remove & Replace Traffic Signal LS Detection System @ Jamboree Road and Aeronutronic -(Ford Access) per sheet 24 of Improvement Plans, complete in place. ��l @,{fcucer��dze 4-^- ` Dollars v and.,x-a Cents er Lump Sum P 32. 276 Construct Wood Post Metal Beam LT— Guard Rail (Type "B" Terminal Sections) Per CALTRANS Std. plan A 77 -CW, complete in place. u PR 1.8 Dollars and oo cio tea, Cents Per Leinew ar Foot TOTAL PRICE ITEMS 1 GH 32 �J� WRITTEN IN WO DS 1 'kL --,L. - �. Dollars d ents ✓ DATE: Uld errs elephone Num e� r 0 �i7A/"'i- .f .. oil - (Nw/ & %I 49G 7 Contractor's Telephone Number 0 INSTRUCTIONS TO BIDDERS 0 Page 2 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. "% 4, z ,4 Cont s Lic. No. & Classification GF Date • • 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. C��CIL G R2�LU�� AtoAldtw. CAL. 2.1310 WAUL& SM -WAXr T1WTSQN CoS+A to Ca�.tF• 3•S1gNS 4STP-kP(NQ �AFe�� STR�Pwc� ��LL11�o[ZF• CaL :>w 6. 7. 8. 9. 10. 11. 12. L. LOIJ44 Bi der Authorized Signature/TitleV • 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. ..mot .� ,, ,..__• Authorized Signature /Title 1. City of Carson - (213) 830 -7600 Mr. Fred Thomsen Figueroa Street Improvements - $757,000.00 2. City of Lomita - (213) 325 -7110 Mr. Philip Wikoff Cypress Street & Water Improvements- $136,369.00 3. City of South Gate Don Greek & Associates- (714) 543 -0990 Don Greek or George Bell Street & water Improvements - $413,277.00 4. L. A. County Road Dept. Construction Division - (213) 226 -8174 Mr. Bill Dailey Atlantic Ave. Improvements - $477,000.00 Beach Street Improvements - $147,000.00 S. Orange County EMA Mr. Dave Marshall-- "(714) 834 -7091 Lorna Ave. Improvements - $96,700.00 6. Orange County EMA Mr. Gary Gray - (714) 634 -7723 Repair varous st.s. in Rossmoor area - $247,669.00 7. Orange County Sanitation District Mr. Gary Berger - (714) 962 -2411 Trench Reconstruction -Los Alamitos Blvd. - $213,699.00 8. City of Bell Gardens _ Willdan Associates - (714) 774 -5740 Brian A. Krcelic Eastern & Live Oak - $354,669.00 9. City of Signal Hill Mr. Mike Myers - (213) 426 -7333 Dawson Ave. - $218,598.00 10. City of Buena Park Engineering Division - (714) 521-9900 Various Streets in Buena Park - $73,906.25 (Gl� c1rG�� t�6 Padu � C� • , LL � h ®FIREMAN'S FUND INSURANCE COMPANY ❑ THE AMERICAN INSURANCE COMPANY ® ❑ NATIONAL SURETY CORPORATION FgtEM(S FM [I Illm El AMERIICAN AUTOMOBILE INSURANCE COMPANY SNOW ALL MEN BY THESE PRESENTS: Thal We' RICHARDSON & LE BOUEF CO. BID OR PROPOSAL BOND BOND NO. 7124275 PREMIUM -NIL- a corporation organ - (hereinafter called the principal), as principal, and FIREMAN'S FUND INSURANCE COMPANY n ly licensed for the purpose of ized and doing business under and by virtue of the laws of the State of CALIFORNIA making, guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the State of CALIFORNIA as Surety, are held and firmly bound unto CITY OF NEWPORT BEACH, CALIFORNIA (hereinafter called the Obligee) in the just and full sum of TEN PERCENT OF THE AMOUNT BID Dollars ($ 10% ) lawful money of the United Stales of America, for the payment of which, well and truly to be made, we hereby bind ourselves and our and each of our Fuccessors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, the above bounden principal as aforesaid, is about to hand in and submit to the obligee a bid or proposal for the STREET IMPROVEMENTS OF JAMBOREE ROAD FROM FORD ROAD/ EASTBLUFF DRIVE SOUTH TO EASTBLUFF DRIVE NORTH CONTRACT NO. 2357 in accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefor. NOW, THEREFORE, if the'bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal thereupon by the said obligee, and said principal shall enter into a contract and bond for the completion of said work as required by law, then this obligation to be null and void, otherwise to be and remain in full force and effect. IN WITNESS WHEREOF, said Principal and said Surety have caused these presents to be duly signed and sealed this8 TH day of JUNE 30OZ77 -4 -81 V Is 84 WI ,. / rte/ A, DAM � T u F. ao 0 cwo pC W • A > O CL a w Y a U a O Z 8W` :a O ; JS F c m war a Y co � y i2d J Q Z N Za a x 0 u N W u a u i u o n „ - u n E LLI N N Q Ir �r /1 yY a 0 o � d x y`+ 002 0 u .dE u A23CC u C b U �. °. z � O N K � ~ id o c z A C° O M C 44 w G W M O Y W MQ y O la" Y ra3ae `zy t". C9 O V J N J N — Q IW Q ? V Y W a O vi+IQO§ iiZLa0 E J Z > c f z A C 0 O 'T1 0 z M x A 0 In g 0 ro O 0 w to r 0 ,: SI a - "o _ � o .7a�. >a�:s s GENERAL A�'17bR1y AMERICAN INSURANCE CO • KNOW ALL MEN BY THESE PRESENTS: That THE AMERICAN INSURANCE COMPANY, a Corporation duty organized and existing under the taws of the State of New Jersey, and having its principal office in the City and County of San Francisco, California, has made. constituted and appointed, and does by these presents make, constitute and appoint WILLIAM R. FRIIS, CAROL E. MUNARETTO and MICHAEL D. STONG jointly or severally its true and lawful Attorney(s)An-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, seal, acknowledge and deliver any and all bonds, undertakings, recognizances or other written obligations in the nature thereof --------------------------- and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President. sealed with the corporate seal of the Corporation and d attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. This power of attorney is granted pursuant to Article VlH. Section 30 and 31 of By -laws of THE AMERICAN INSURANCE COMPANY now in full force and effect. "Article VIII, Appointment and Authority Assistant secretaries, and Attorney -in -Feet and Agents to accept Legal Process and Make Appearances. Section 3Q Appointment. The Chairman of the Board of Directors, the President, any Vice - President or any other person authorized by the Board of Directors, the Chairman of the Board of Directors, the President or any Vice - President, may, from time to time, appoint Resident Assistant Secretaries and Attomeys -in -Fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearances for and on behalf of the Corporation. Section 31, Authority. The Authority of such Resident Assistant Secretaries, Attorneys -in -Fact, and Agents shall be as prescribed in the instrument evidencing their appointment, and any such appointment and all authority granted thereby may be revoked at any time by the Board of Directors or by any person empowered to make such appointment." This powar of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of THE AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 28th day of September, 1966, and said Resolution has not been amended or repealed: "RESOLVED, that the signature of any Vice - Resident, Assistant Secretary, and Resident Assistant Secretary of this Corporation, and the seal of this Corporation may be affixed or printed on any power of attorney. on any revocation of any power of attorney, or on any certificate relating thereto. by facsimile, and any power of attorney, any, of any power of attorney, or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Corporation. IN WITNESS WHEREOF, THE AMERICAN INSURANCE COMPANY has caused these presents to be signed by its Vice - Resident, and its corporate seal to be hereunto affixed this 7th day of By STATE OF CALIFORNIA, CITY AND COUNTY OF SAN FRANCISCO } 4ay 19 84 THE AMERICAN INSURANCE COMPANY D�&OLI& �M,W10", On this 7th day of May , 19 84 , before me personally came Richard W i I I i ams to me known, who, being by me duly sworn, did depose and say: that he is Vice - President of THE AMERICAN INSURANCE COMPANY, the Cor- poration described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Corporation and that he signed his name thereto by like order. IN WITNESS WHEREOF. I have hereunto set my hand and affixed my official seal, the day and year herein first above written sdawnmttawlsau OFFICIAL SEAL SUSIE K. GILBERT NOTARY PIKK - CALffOR1RA I!, Nutary FuMic our i COMM Of EMI 1\OUSCO My Commission Expires Nov, 17, 1981 CERTIFICATE STATE OF CALIFORNIA, } g. CITY AND COUNTY OF SAN FRANCISCO J 1, the undersigned, Resident Assistant Secretary of THE AMERICAN INSURANCE COMPANY, a NEW JERSEY Corporation, DO HEREBY CER- TIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked; and furthermore that Article VIII. Sec- tions M and 31 of the By-laws of the Corporation, and the Resolution of the Board of Directors, set forth in the Power of Attorney, are now in force. Signed and sealed at the City and County of San Francisco. Dated the 8 TH day of JUNE , l9 84— 7y 1• T♦` % { Resident Assistant SrcmaTy -eon 700711- TA-641 1 � I- L-1 RICHARDSO ^d & LeEOUEF CO. ?ALANCF .Si ?Eis T AT 'tA,'?CEi 31, 19 ?4 LIA3I?.ITI71S A "T—D 7 0 1 7Tmv Current Liabilities Accounts payable Loan pevable - Tokai Ban! - AccruPd -a.vroll and payroll taxes Current portion of lon? -term debt, net of unar.ortized discount (Mote 3) 3illin,s in excess of costs and earnings an uncomnlated contracts Total Current Liabilities FP47"IT A 2237." 1 735.;^ Lon3 —term, debt, net of unamortized discount, ( "Iote 3) 5151? 04 Total Liabilities `"17)86522.12 Owners °quit_✓ Richardson - Beginning 53755.59 - Contributions 1no00.00 - ?'et Income 1'820.17 - Withdrawels ( 8052.45) - Endin- 675332.31 Le3ouef - Aeainnina 5 1355.83 - Contributions 15200.00 - Net Income 19529.17 �1ithdr awe Is ( 8780.16) Ending 27405.x4 Total Oerners Equity 102733.15 Total Liabilities and Equity 51193 2^0.27 See accompanvinz notes and accountants review r °port RICHARDSON +r LaBOUEF CO. ZXHIBIT A RALAMCE SHEET AT °!A ^C:! 31, 1934 ASSETS Current Assets Cash in ban", S 82106.78 Accounts receivable - Current 72322.02 - Retaine^' 132865.23 351^1097.3') °^e ^aid ex -enses 1`;'3'. . Refundable de -oosts 2'.)1 .2 Costs and estimated earnings in excess of billina,s on uncompleted contracts (tote 2) 14553.'1 Total Current Assets X10!17'141.79 Proper". and Equipment ( "tote 1) Accumulated Cost Dez)reciation 7•tet Construction Ecmt S 53174.11 $ 1E94.33 S 51279.73 Office Ecmt 4353.40 617.63 3735.72 Transportation 70527.87 35270.41 35257.46 radios 10506.26 374.29 10131.97 L/H Improvements 1051.00 37.45 1 ^.13.55 Totals ^139512.64 533194.15 -1 )1 «18.4" 1!)1 ^1- .4- Total _assets See accompar..rin�- notes and accountants review report. 1. ti 0 NON- COLLUSION AFFIDAVIT Page 5 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 day of 19 ' My commission expires: Richardson and LeBouef Co. Bidder uthorized Signature /Title William D. Richardson, Partner Notary Public OW Ul (� a Wa Z J N� d c y m E d 0 co Ot I� d C 7 � a m N O � C aII � I � ro la l m C O a) m U N Q N 2 O U LL , O m O a N Q 7 En OU O Z R IL z OD � P Q Om J� N W > ¢ E ¢O ° U i O 2 4 LL i � d C ;O « E Y � 2 � y C Cp cc C y cc L d d 0 0 � y N (_J N N _ O N = N L•rI N I EC A E d « S? o� a 3 a � m n °c O C U Ea � n m . elder - eldinS ir lengnlpul' )PV (Z8-H'nad,, 9�Lg -IVOj Authorized to publish Advertisements of ds including public • /1 'j�Kl"] notices by Decree of the Superior Cou�ri of Orange County, California. Number A -6214. dated 29 September. 1961, and A- 24831, dated 11 June, 1963. STATE OF CALIFORNIA County of Orange rb, aK NphfA Anvenuxp cnr «w L 1 mo•WI n ail -n 7 pan, h 10 OKS column w lh 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 below entitled matter. I am a principal clerk of the Orange Coast DAILY PILOT, with which is combined the NEWS- PRESS, a newspaper of general circulation, printed and published in the City of Costa Mesa, County of Orange, State of California, and that a Notice of Notice Inviting Bids C=Ty DF NEwPORT BEACH of which copy attached hereto is a true and complete copy, was printed and published in the Costa Mesa, Newport Beach, Huntington Beach, Fountain Valley, Irvine, the South Coast communities and Laguna Beach issues of said newspaper for ONE consecutive weeks to wit the issue(s) of 17 198 4 198_ 198._. 198— , 198_ I declare, under penalty of perjury, that the foregoing is true and correct. Executed on .May. 17 198 4 — at Costa Mesa, California. �— Signature PROOF OF PUBLICATION F0F0111 ! (3!g) C BY THE CITY COUNCIL May 14, 1984 CITY OF NEWPORT BEACH CITY COUNCIL AGENDA MAY 141984 ITEM NO. F — [!� TO: CITY COUNCIL FROM: Public Works Department SUBJECT: RECOMMENDATIONS: Authorize the Mayor and the City Clerk to execute an Arterial Highway Financing Program project administration agreement for the Jamboree Road widening project. Authorize the Mayor and the City Clerk to execute a right -of -way certification for the Jamboree Road widening project. 3. Approve the plans and specifications. 4. Authorize the City Clerk to advertise for bids to be opened at 2:30 P.M. on Thursday, June 14, 1984. DISCUSSION: On December 14, 1981, the City Council adopted Resolution No. 11097 requesting the County of Orange to include a project for widening the west side of Jamboree Road between Eastbluff Drive North and Eastbluff Drive South in the Arterial Highway Financing Program (AHFP). On January 11, 1982, the City Council accepted the environmental im- pact report- negative declaration for the project with the following mitigation measure, "The City of Newport Beach will offer to provide a noise barrier which will mitigate noise levels at primary outdoor living spaces to 65 db CNEL or lower." The proposed project provides more efficient traffic flow by widening the westerly side of Jamboree Road in conjunction with recently completed im- provements to the easterly side of the roadway. The widened roadway will pro- vide three travel lanes in each direction, raised median, separate left -turn lanes, sidewalk, street lighting, drainage systems, noise wall, and signal modi- fications. See attached sketch for location and limits of the work. Shoulder pavement and an asphalt curb presently exist along the west side of Jamboree Road within the project limits. The new curb and gutter will be constructed at the same location as the existing asphalt curb, and the shoulder pavement will be removed in order to construct the new street struc- tural section: All of the new roadway improvements will be constructed within existing right -of -way. 0 w May 14, 1984 Subject: Jamboree Road Road Widening.and Sound Wall, Westerly Side, Ford Road to Eastbluff Drive North .(C -2357) Page 2 The AHFP project administration agreement provides for County parti- cipation in the project, engineering and construction as follows: County AHFP Funds $ 345,000 City Funds Gas Tax 100,000 Jamboree Road Noise Wall 198,000 Circulation & Transportation 422,000 Total Project $1,065,000 Before the County will authorize the City to advertise for bids, the City must certify that the street improvements are within existing right - of -way, and must hold the County harmless from any liability which may arise from the County's reliance on the certification. The pl #ns and specifications have been prepared by Robert Bein, William Frost and Associates. Project scheduling calls for completion of the work by October 1984. The Engineer's estimate for construction of the project is $750,000. A detailed account of the project funding will be presented for the Council when award of contract is to be considered. , Benjamin B. Nolan Public Works Director JW:jd Att. 14 * -' a_;, Exhibit 11 RIGHT OF WAY CERTIFICATION The City of Newport Beach hereby certifies in connection with the right of way for AHFP Project No. 1088, Jamboree Road (west side), Eastbluff Drive North to Eastbluff Drive South that: 1. All street work is within existing right of way and no additional right of way is necessary. 2. No building improvement exists within the right of way area; however, Edison, Pacific Telephone and Southern California Gas Co. facilities do exist within the right of way area and arrangements have been made to coordi- nate adjustments of their facilities to grade with the construction project. In making this certification, the City of Newport Beach agrees to hold the County harmless from any liability which may arise by reason of the County's reliance upon this Certificate and its use of said rights of way. Date: -1 CITY OF NEWPORT BEACH By City Official Title Attest City Clerk Exhibit 11 RIGHT OF WAY CERTIFICATION The City of Newport Beach hereby certifies in connection with the right of way for AHFP Project No. 1088, Jamboree Road (west side), Eastbluff Drive North to Eastbluff Drive South that: 1. All street work is within existing right of way and no additional right of way is necessary. 2. No building improvement exists within the right of way area; however, Edison, Pacific Telephone and Southern California Gas Co. facilities do exist within the right of way area and arrangements have been made to coordi- nate adjustments of their facilities to grade with the construction project. In making this certification, the City of Newport Beach agrees to hold the County harmless from any liability which may arise by reason of the County's reliance upon this Certificate and its use of said rights of way. Date: MAY 17 1984 CITY OF NEWPORT BEACH By City Official