Loading...
HomeMy WebLinkAboutC-2564 - Jamboree Road Widening, Coast Highway to Back Bay DriveCITY OF NEWPORT BEACH May 3, 1988 OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Griffith Company 2020 Yale Santa Ana, CA 92704 (714) 644 -3005 Subject: Surety: United Pacific Insurance Company Bonds No.: U 68 85 30 Contract No.: C -2564 Project: Jamboree Road Widening from Coast Highway to Back Bay Drive The City Council of Newport Beach on April 11, 1988 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 in accordance with applicable sections of the Civil Code. The Notice wzs recorded by the Orange County Recorder on April 14, 1988, Reference No. 88- 170395. Sincerely, j ene Butler Assistant City Clerk IB:pm cc: Public Works Department 3300 Newport Boulevard, Newport Beach i � r:cs.Vnr::haa - REQUESTED By AND PLEASE RETU N TO: City Clerk -Z y' '? n mac, City of Newport Brach 3300 Newport Blvd. Newport Beach, CA 92663 -3884 EXEMPT RECORDING REQUEST PER# GOVERNMENT CODE 6103 NOTICE OF COMPLETION NO GONSIQEUTION PUBLIC WORKS =EXEMPT I o All Laborers and Material Men and to Every Other Person Interested: 88- 170395 YOU WILL PLEASE TAKE NOTICE that on April 11, 1988 the Public Works project consisting of Jamboree Road Widening from Coast Highway to J Back Bay Drive (C -2564) on which Griffith Company, 2020 Yale Santa Ana CA 92704 was the contractor, and United Pacific Insurance Company, 505 North Brand Blvd., Suite 770, was the surety, -was. completed. Glendale, CA 91202 APR 2 9 1988 a i `I;-- 46- 4n4ersigned, say: VERIFICATION CITY OF NEWPPOR%4f �TBFACH 41 a (4 Public Works Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on April 12, 1988 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 April 11, 1988 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 April 12, 1988 at Newport Beach, California. i City Clerk �/ IIS 5 -1 i5 PM APR 14'88 �r • • M TO: CITY COUNCIL FROM: Public Works Department April 11, 1988 BY THE CITY COUNCI TEM CITY OF NEWPORT BEA H i •:: COUNCIL AGENDA NO. F -12 SUBJECT: ACCEPTANCE OF JAMBOREE ROAD WIDENING, COAST HIGHWAY TO BACK BAY DRIVE CONTRACT NO. 2564 RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after the Notice of Completion has been recorded in accordance with appli- cable portions of the Civil Code. 4. Assess liquidated damages in the amount of $10,900.00. DISCUSSION: The contract for the construction of the subject project has been completed to the satisfaction of the Public Works Department. The bid price was $939,531.00 Amount of unit price items constructed 922,423.04 Amount of change orders 57,622.60 Total contract cost $980,045.64 Funds were budgeted in the Contributions Fund, Account Nos.25- 3321 -004 (Circulation and Transportation Fund) and 25- 3321 -005 (Orange County Unified Transportation Trust Fund), and the Water Fund Account No. 50- 9287 -001. The decrease in the amount of the unit price items constructed was due to an error in the estimated amounts of aggregate base and asphaltic concrete required for the project. Nine Change Orders were issued. The first, in the amount of $11,470.00 provided for a number of changes to the water system connections. The second, in the amount of $5,686.35, provided for changes in the storm drain construction necessitated by conflicts with existing underground facilities. The third, in the amount of $19,562.29, provided for repair work and compensation for lost time to the contractor when a supposedly dead 12 -inch water main was cut and found to be live. The fourth, in the amount of $994.11, provided adjustment to finish grade of an existing fire hydrant and storm drain manhole both of which were in the new sidewalk. The fifth, in the amount of $8,725.60, provided for supplying stakes for the utility relocations; relocation of an existing light at the entrance to the Mobil station; addition of a patterned concrete 00 0 46 band around the median planting area; removal of the existing curb and walk to •accommodate a new handicapped ramp; and placing sandbags and plastic sheeting to provide an inlet to the storm drain from the undeveloped land. The sixth, in the amount of $5,159.28, provided for the construction of an additional storm drain inlet and a new water service for the median irrigation system. The seventh, in the amount of $1,633.17, provided for restriping a portion of Back Bay Drive and installation of pavement markings at the Coast Highway intersec- tion. The eighth, in the amount of $1,475.42, provided for the installation of a debris grate over a storm drain inlet and installing conduit and wire to the new median irrigation control valve. The ninth, in the amount of $2,916.38, provided for adjustment to finished grade of the existing water valve and monu- ment boxes. The contractor is Griffith Company of Santa Ana. The contract date of completion was November 8, 1987. The contractor was delayed a total of 10 working days because of inclement weather and extra work resulting in an adjusted completion date of November 20, 1987. The work was not substantially completed until March 9, 1988, 109 days after the adjusted date of completion. The City's Standard Specifications state "For each con- secutive calendar day in excess of the time specified... the Contractor shall ... have withheld from monies due it, the sum of $100." The assessment of • liquidated damages in the amount of $10,900.00 is recommended. a4v" Benjamin B. Public Works BBN:pd M �2,� Nolan Director T0: CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 FINANCE DIRECTOR FROM: CITY CLERK DATE: August 10, 1987 SUBJECT: Contract No. C -2564 Description of Contract Highway to Back Bay Drive Jamboree Road Widening from Coast Effective date of Contract August 10, 1987 Authorized by Minute Action, approved on Contract with Griffith Company Address 2020 Yale Santa Ana, CA 92704 Amount of Contract $939,531.00 "Xez�,' 6, ' i Wanda E. Raggio City Clerk WER:pm Attachment July 27, 1987 3300 Newport Boulevard, Newport Beach 1. Y C, � &K NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard.. P. 0. Box 7768, Newport Beach, CA 92658-8915 until 10-00 a.m. on the 9th day of July_, 1987, at whi-cW *­time such bids sRTT be.openid—aiid- read for JAMBOREE ROAD WIDENING FROM COAST HIGHWAY TO BACK BAY DRIVE Title of Pro Ject 2564 Contract No. 1,250RDOO 15-gineers Fsti ma e Approved by the City. Council this 22nd day of June.'.,.1987. Wanda E. 7Mg9 o City Clerk Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Departmenti 3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92658-8915. For further information, call 'Horst Hlawaty at 644-3311. -Project Mar4ger. ... . . . ..... i i i c. ! ! 1 1 1� I x + Z � 1 1 i 1 Ii 1 i i i i 1 i 1 i i 1 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD WIDENING FROM COAST HIGHWAY TO BACKBAY DRIVE CONTRACT NO. 2564 NOTICE TO PLANHOLDERS As a matter of clarification, the three (3) month maintenance period under Section 2 -20, of the Special Provisions (EROSION CONTROL HYDROMULCH) shall commence from the date of installation of hydromulch and may extend beyond the 90 -day consecutive calendar completion date of the roadway work. l// / &�4 Horst Hlawaty Project Engineer HH /bjm PR 1.1 CITY OF NEWPORT BEACH ' PUBLIC WORKS DEPARTMENT PROPOSAL CONSTRUCTION OF JAMBOREE ROAD FROM PACIFIC COAST HIGHWAY TO BACKBAY DRIVE CONTRACT NO. 2564 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, CA 92658 -8915 Gentlemen: The undersigned declares that he has carefully examined the location of the 1 work, has read the Instructions to Bidders, has examined the Plans and Special Conditions, and hereby proposes to furnish all materials and all the work required to complete this Contract No. 2564 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit price for the work, complete in place, to wit: .. Item No. Quantity and Unit Description Unit Price Total Cost 1 Lump Sum Clearing and Grubbing ' including delivery of existing street lights to City Yard at Seyenty- , nine Thousand Four Hundred Dollars and No Cents $79,400.00 Per Lump Sum 2 32,200 C.Y. Unclassified Excavation ' at Three Dollars and Forty Cents $ 3.40 $109,480.00 Per Cubic Yard 3 4,100 C.Y. Unclassified Fill at One Dollar and ' Sixty Cents $ 1.60 $ 6,560.00 Per Cubic Yard i L i 7 O N N U L L o ro 4J + U >1 C•3� L •r •r O to•r � Y J O U J Q i ro EO 3 y r i U L 7 N 4J ♦J 1 r L 0 Cr +> p r•i ;4- ro4 O p Olr r IA 'a V U M 'C C C Gl 4) 40 to C L Y 4- E O 7 (a i •r V 4J O) O 4J C i'0 4- u •r o) O i y V U G! N G! C O. d 7 Y 4- ro N 0 C i i 4- Of O T 00 rC v+0a nu r r O C C > CL O O E 1J •r L 67 ro V1 CL 0 U N L y O L G/ 0.5- " w o a O 4- U Ql 4- O G/ t N L- 41G S- N L 7 L L = roQN ++ C yy 3; , U ro i L ; -r u VI to E L U•r S- tu r L pp> C :L � N 7 2 w ti 2 a. w a z4- co m m N > .-I h Y Z Q Z CD O U 2 F- L� ti cr K C7 v N U N 0 >e ro Y V ro [O O Y 3 t O� S 4J m ro O U E O L W V ro 0 O1 U1 L O E ro O 0 O Y V 7 L Y N C O U �L r Ko m r r� ` • PR 1.2 'I Item Quantity Unit Total No. and Unit .;Description Price Cost i 4 840 L.F. Remove A.C. Berm at One _ Dollars and No Cents $ 1.00 $ 840.00 Per Lineal Foot 5 450 L.F. Remove P.C.C. Curb and Gutter at Three Dollars and No Cents $ 3.00 $ 1,350.00 Per Lineal Foot 6 10,750 S.F. Remove Existing Raised Median Island at No Dollars and tnety Cents $ 0.90 $ 9.675.00 Per Square Foot 7 5,200 S.F. Remove Miscellaneous P.C.C. at No Dollars and Thirty Cents $ 0.30 $* 1,560.00 Per Square Foot 8 2,070 L.F. Construct 8" P.C.C. Curb and Gutter - Type A at Eleven Dollars and No Cents $ 11.00 $ 22,770.00 Per Lineal Foot 9 2,260 L.F. Construct 8" P.C.C. Curb Gutter - Type C at Ten _ Dollars and No Cents $ 10.00 $22,600.00 Per Lineal Foot 10 1,050 L.F. Construct 6" P.C.C. Curb Gutter - Type A at Ten _ Dollars and Htty Cents $ 10.50 $ 11,025.00 Per Lineal Foot 3 , I , I i i W 0 PR 1.3 Item Quantity Unit Total No. and Unit !Description Price Cost 11 70 L.F. Construct A.C. Berm at El even Dollars and No Cents $ 11.00 $ 770.00 Per Lineal Foot 12 22,850 S.F. Construct 4" P.C.C. Side - Walk at Two Dollars and No Cents $ 2.00 $ 45,700.00 Per Square Foot 13 720 S.F. Construct Miscellaneous P.C.C. (Driveways, Access Ramp, etc.) at Three Dollars and No Cents $ 3.00 $ 2,160.00 Per Square Foot 14 37,100 S.F. Pulverize Existing A.C. Paving at No Dollars and Twenty Cents $ 0.20 $- 7,420.00 Per Square Foot 15 9,170 Ton Construct Crushed Aggregate Base at Twelve Dollars and No Cents $ 12.00 $ 110,040.00 Per Ton 16 3,984 Ton Construct Asphalt Concrete Base Coarse at Thirty -four Dollars and No Cents $ 34.00 $ 135,456.00 Per Ton 17 865 Ton Construct Asphalt Concrete Finish Coarse and Variable Thickness Overlay at Thirty -four Dollars and No Cents $ 34.00 $ 29, 410.00 Per Ton ,1 l • PR 1.4 Item Quantity Unit Total No. and Unit Description Price Cost 18 5,890 S.F. Construct Stamped Pattern Concrete at Three Dollars and Fifty Cents $ 3.50 $ 20,615.00 Per Square Foot 19 2,470 S.F. Header Cut and Cold Plane at One Dollars and No Cents $ 1.00 $ 2,470.0 Per Square Foot 20 460 L.F. Hillside Drains at ' Seventeen _ Dollars and No Cents $ 17.00 $ 7,820.0 • , Per Lineal Foot 21 1,740 S.F. Provide and Place P.V.C. Pond Liner at One Dollars and No Cents $ 1.00 $ 1.740.00 • Per Square Foot 22 4 L.F. Construct 12" R.C.P. Storm Drain at Sixty -five Dollars and No Cents $ 65.00 $ 260.00 Per Lineal Foot 23 713 L.F. Construct 18" R.C.P. Storm Drain at Seventy Dollars and No Cents $ 70.00 $ 49,910.00 ' Per Lineal Foot 24 Lump Sum Drainage Structure per Detail 4 on Sheet 3 at Thirty -five Hundred Dollars and No Cents $ 3,500.00 Per Lump Sum ,1 PR 1.5 I Item Quantity Unit Total No. and Unit '.Description Price Cost 25 3 EA. Construct Catch Basin Type O.L. - A with Local Depression at _ Three Thousand Dollars and No Cents $ 3,000.00 $ 9,000.0 Per Each , 26 3 EA. Construct Junction Struct- ure No. 1 at Two Thousand Dollars and No Cents $ 2,000.00 $ 6,000.00 Per Each 27 3 EA. Construct Concrete Collar at Five Hundred Dollars and No Cents $ 500.00 $ 1,500.00 Per Each , 28 2 EA. Construct Curb Drain outlet at Seven Hundred Dollars ' and No Cents $ 700.00 $ 1,400.00 Per Each ' 29 3 EA. Adjust Manhole to Grade at Six Hundred Fifty Dollars and No Cents $ 650.00 $1,950.00 Per Each 30 9 L.F. Reconstruct Manhole to Grade at Four Hundred Fifty Dollars , and No Cents $ 450.00 $ 4,050.00 Per Lineal Foot 31 Lump Sum Signing and Striping at Ten Thousand Dollars , and No Cents $ 10,000.00 Per Lump Sum , j , f I Item No. Quantity and Unit • • Description PR 1.6 Unit Price Total Cost 32 Lump Sum Construct Traffic Signal at Backbay at Ninety Thousand Dollars and No Cents $ 90,000.00 ' Per Lump Sum 33 Lump Sum Temporary Removal and Replacement of Traffic Signal Equipment at Jamboree Road and Pacific Coast Highway at Ten Thousand Dollars and No Cents $ 10,000.00 ' Per Lump Sum 34 Lump Sum Construct Median Landscaping and Irrigation at ' Twenty Thousand Dollars and No Cents $ 20,000.00 + ' Per Lump Sum 35 Lump Sum Hydroseed Hillside Areas at Three Thousand Dollars and No Cents $ 3,000.00 ' Per Lump Sum 36 Lump Sum Install Street Lights, Street Lighting Conduit, and Appurtenances at Twenty Thousand Dollars and No Cents $ 20,000.00 Per Lump Sum 37 50 L.F. 10" A.C.P. Water Line at One Hundred Dollars ' and No Cents $ 100.00 $ 5,000.00 ' Per Lineal Foot I I Item W. 39 ,E 41 42 43 • PR 1.7 Quantity and Unit Description Unit Total Price Cost 115 L.F. r 12" A.C.P. Water Line at One Hundred Twenty Dollars and No Cents $ 120.00 $ 13.800.00 Per Lineal Foot Lump Sum 12" Hot Tap Existing Water Line at Sixty -eight Hundred Dollars and No Cents $ 6,800.00 Per Lump Sum Lump Sum Construct Fire Hydrant Assembly at Twenty -five Hundred Dollars and No Cents $.2,500.00 Per Lump Sum Lump Sum Modify Existing Fire Hydrant Assembly at Twenty -three Hundred Dollars and No Cents $ 2,300.00 Per Lump Sum Lump Sum Replace Improvement at Mobile Station in Kind at Two Thousand Dollars and No Cents $ 2,000.00 Per Lump Sum Lump Sum Provide Traffic Control at Thirty -five Thousand Dollars and No Cents $ 35,000.00 Per Lump Sum .1 .1 1 II I PR 1.8 Item Quantity Unit Total No. and Unit Description Price Cost 44 Lump Sum Provide Trench Protection at Three Thousand Dollars and No Cents $ 3,000.00 Per Lump Sum 45 Lump Sum Provide 10" Water Line Connection at Three Thousand Five Hundrecbollars and No Cents Per Lump Sum 46 Lump Sum 10" Hot Tap Existing Water Line at Six Thousand Dollars Two undredind No Cents Per Lump Sum TOTAL PRICE ITEMS 1 THROUGH 46 WRITTEN IN WORDS: Nine Hundred Thirty -nine Thousand Five Hundred Thirty -one Dollars and No Cents July 9, 1987 Date (714) 549 -2291 Bidder's Telephone Number 32168 A -C -C12 Contractor's License No. and Classification GRIFFITH COMPANY Bidder S /Dennis H. Teague, Vice President Authorized Signature /Title 2020 Yale, Santa Ana, CA 92704 Bidder's Address $ 3,500.00 s 6,200.00 s 939,531.00 ' 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. 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. The City of Newport Beach will not permit a substitute format for the ' contract documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of 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. 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 discrepancy 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 respon- sible for bidder errors and 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 a corporate officer or an individual authorized by the corporation. For part- I L nerships, 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 contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. 32168 A -B -112 Contr's Lic. N— o. & Classification July 9, 1987 Date GRIFFITH COMPANY Bidder S /Dennis H. Teague , Vice President Authorized Signature /Title Page 2 • Page 3 I 11 I DESIGNATION OF SUBCONTRACTOR(S) i lo. 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. GRIFFITH COMPANY 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 I. Landscape /Irrigation Kato Fountain Valley 2. Electrical F. J. Johnson 3. Underground Savala Santa Ana 4. PCC Jezowski Orange 5. Stamped PCC D & V 6. Gunite Slope Ditch Erosion Control 7. Adjusting Manholes Mahole Adjustors Monterey Park I 11 I g. i lo. 12. 1 GRIFFITH COMPANY Bidder S /Dennis H. Teague, Vice President ' ri Authozed Signature /Title I 11 I FOR �GINAL SEE CITY CLERK'S FILE CCO Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, GRIFFITH COMPANY, 2020 YALE, SANTA ANA, CA 92704 , as bidder, and UNITED PACIFIC INSURANCE COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, Calfornia, in the sum of TEN PERCENT (10 %) OF THE TOTAL AMOUNT BID IN ---- - - - - -- Dollars ($ --------- - - - -), lawful money of the United States for the payment of which sum well and truly to ' be made, we bind ourselves, jointly and severally, firmly by these presents. ' THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of ' JAMBOREE ROAD WIDENING FROM COAST HIGHWAY TO BACK BAY DRIVE, CONTRACT NO. 2564 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 to said City 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 contract documents for execution to the above bounden bidder by and from said City, 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 individual, 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 29th day of June 19 87• ' GRIFFITH COMPANY (Attach acknowledgement of Bidder Attorney -in -Fact) Dennis H. Teague, Vice President Notary Pub is Authorized Signature /Title Commission Expires: Jan. 24, 1987 UNITED PACIFIC INSURANCE COMPANY Surety ' By S /Mary A. Jenny Title .ATTORNEY -IN FACT 1 �J NON- COLLUSION AFFIDAVIT The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such ' CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been ' accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed ' through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. ' Subscribed and sworn to before me this 9th day of July ' 19 87 My commission expires: May 26, 1990 L 7 GRIFFITH COMPANY Bidder S /Dennis H. Teague, Vice President Authorized Signature /Title S /Sue G. F. Hewitt Notary Public Page 5 1' l� U • TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No SEE ATTACHED. GRIFFITH COMPANY Bidder S /Dennis H. Teague, Vice President Author Signature /Title Page 6 GRIFFITH COMPANY CONSTRUCTION EXPERIENCE REFERENCES •, Year Completed For Whom Performed Person to Contact Telephone 1984 County of Orange, G.S.A. Dick Smith (714) 834 -3212 John Wayne Airport Project Engineer ($ 941,248.00) Construction Section ' 1985 WSLA Development Corporation Dave Christian (714) 979 -4555 Avenida Pico, Tract 11524 Project Manager ' ($1,374,350.00) 1985 Irvine Company Bob Hall (714) 720 -3390 ' Jeffrey Road Construction Vice President ($ 738,300.00) 1985 City of Buena Park Tom Wilson (714) 521 -9900 Stanton Avenue Project Manager t� ($. 504,372.00) 1985 City of Santa Ana Dan Ojeda (714) 647 -5630 Auto Park Project Manager ($1,403,913.00) R ' 1985 City of Irvine Brent Muchow (714) 660 -3600 Myford Road Director of Public Works ($2,390,467.00) 1986 C.S. Segerstrom S Sons Orville Myers (714) 546 -0110 South Coast Plaza Project Manager ($ 349,292.00) ' 1986 Southern California Edison Co. Khan Pathan (714) 368 -7879 Mesa Industrial Mall, S.O.N.G.S. Project Manager ' ($1,422,000.00) GRIFFIN cnuueuv i i' �1 H i 1 iNOTICE i i The following are 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: i PAYMENT BOND (pages 8 & 9) FAITHFUL PERFORMANCE BOND (pages 10 & 11) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12, 13, 14) CONTRACT (pages 15 & 16) The City of Newport Beach will not permit a substitute format for i these contract documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. BONDING COMPANIES shall be acceptable as sureties in accordance twith the latest revision of Federal Register Circular 570. INSURANCE COMPANIES shall be (1) licensed to conduct business in California, and (2) assigned Policyholders' Rating A (or higher) and i Financial Size Category Class VIII (or larger) in accordance with the latest edition of Best's Ke Ratin Guide: Pro ert - Casualt . Coverages shall be provi a or all TV OF N URANC checked on the i 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 edition i adopted or use in the City of Newport Beach except as supplemented or modified by the Special Provisions for this project. i L1 i Page 7 Executed. *uadruplicate. page 8 ' Bond No. U 68 85 30 I `?he Premium charged for this PAYMENT BOND Boad is included in that shown an the 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 July 27, 1987, has awarded to GRIFFITH COMPANY ' hereinafter designated as the "Principal ", a contract for ' CONSTRUCTION OF JAMBOREE ROAD FROM PACIFIC COAST HIGHWAY TO BACKBAY DRIVE (C -2564) 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, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of pny kind, the Surety on ' this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We GRIFFITH COMPANY, 2020 Yale ,Stgeet, Santa Ang- CA 92704 0 ' as Principal, and UNITED PACIFIC INSURANCE COMPANY ' as Surety, are held firmly bound unto the City of Newport Beach, in the sum of AND N01100 NINE HUNDRED THIRTY NINE THOUSAND FIVE HUNDRED THIRTY ONE /Dollars ($ 939,531.00 ), ' 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, or other supplies, 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 Unemploy- 'ment 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. The 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 I i §� §i��i! ;,z! -i =! Jz \g)!\ \! \ CID co 00 J! �r ,/. ! \� \� o; i@ �0 CL } >0 )��/ r§ \) k 0 r: �\ / f/\ E \r }ski co )| |i ^ k{ � \( 0g Lu \ e ) > 0Z \ �2 \( } \ /] ] } {!r% ; i §� §i��i! ;,z! -i =! Jz \g)!\ \! \ CID co 00 J! �r ,/. ! \� \� o; i@ Page 9 Payment Bond (Continued) ' this bond, as required by the Provisions of Sections 3247 et. seq. of the Civil Code of the State of California. , I I In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 21st day of July , 14 87 GRIFFITH COMPANY nc e e Seal) DENNIS H. TEAGUE VICE PRESIDENT TOM FOSS CHIEF ESTIMATOR 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. , I I In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 21st day of July , 14 87 GRIFFITH COMPANY nc e e Seal) DENNIS H. TEAGUE VICE PRESIDENT TOM FOSS CHIEF ESTIMATOR ■ \/\ \e /\ ' � - ^\ Ge5ls � \} \ E \ \\( \\ \ k/ « 00 k2 LL ®( \� 2 � f \\ \ �� \!6 c \ {() k ,ƒok- `- - !o |/ 2 f ^ - LL: : �Lu j « / cn « \ « - / /3� k-0 . x ■ UNITED P .6CIPIC INSLTRANCW COMPANY NOME OFFICE, TACOMA, WASHINGTON POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, That the UNITED PACIFIC INSURANCE COMPANY, a corporation duty organized under the lawsof the State of Washington, does hereby make, constitute and appoint MARTHA J. CHASE of LOS ANGELES, CALIFORNIA ------------------ its true and lawful Attorney -in -fact, to make execute, seal and deliver for and on its behalf, and as its act and deed ANY AND ALL BONDS AND UNDERTAKINGS OF SURETYSHIP-------------- - - - - -- and to bind the UNITED PACIFIC INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the UNITED PACIFIC INSURANCE COMPANY and sealed end attested by one other of such officers, and hereby ratifies and Confirms all that its mid Attorney(s)-in-fact may do in pursuance hereof. This Power of Attorney is granted under and by authority of Section 37A of the By -Laws of UNITED PACIFIC INSURANCE COMPANY which provisions are now in full force and effect, reading as follows: SECTION 37A — ATTORNEYS -IN -FACT SECTION t. The Board of Directors, the President, or any Vice -President or Assistant Vita -President shall have power and authority to: fa) appoint Attorneys -in -fact and to authorize them to execute on behalf of the Company, bonds and undertakings, recogninnces, contracts of indemnity and other writings obligatory in the nature thereof, and (b) to remove any such Attomey - intact at any time and revoke the power and authority given to him. ' SECTION 2. Attorneys -in -fact shall have power and authority, subject to the terms and limitations of the power of attorney issued to them, to execute and deliver on behalf of the Company. bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The corporate seat is not necessary for the validity of any bonds and undertakings, raotsgnizantes. Contracts of indemnity and other writings obligatory in ' the nature thereof. This power of attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by -the Board of Directors of UNITED PACIFIC INSURANCE COMPANY at a meeting held on the 26th day of October, 1971, at which a quorum was present, and said Resolution has not been amended or repealed: 1 "Resolved, that the signatures of such directors and officers and the seal of the Company may be affixed to any such power of attorney or. any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seat shall be valid and binding upon the Company and any such sower so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. • IN WITNESS WHEREOF, the UNITED PACIFIC INSURANCE COMPANY has Caused these presents to be signed by its Vice -President, and its corporate seat to be hereto affixed, this 2nd day of December 19 75 UNITED PACIFIC INSURANCE COMPANY ,I SEAL' STATE OF Washington � st Executive Vi[e -President COUNTY OF Pierce On this 2nd day of December , 1925 personally appeared MORRIS F_ BROWN Executive to me known to be the Vice- President of the UNITED PACIFIC INSURANCE COMPANY, And acknowledged that he executed and attested the foregoing instrument and affixed the seat of mid corporation thereto, and that Section 37A,Senion t and 2 of the By -Laws of said Company and the Resolution, set forth therein, are still ir. full force. My Commission Expires: lac E. ear, January 13 19 78 1?~r'aerAarifa. ' - j • rintc� • 1 Notary Public m and for State of Washineton 4,v Is. 1 \rp nt,r` Residing at TBC Oma D. Keith Johnson Assistant Secretary of the UNITED PACIFIC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by said UNITED PACIFIC INSURANCE COMPANY, which is still in full force and effect. IN WITNESS WHEREOF, 1 have hereunto cot my hand and affixed the seal of mid Company this 21 St day of July 19 87 WBOU -1431 ED. 6174 � •tt u1YrYY - �� ^ Aflare LSattetary s • ex SEAL d . Executed in io $e• 10 Bond No. U 6 .85 30 ' n Premium: $7137.00 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That Page 10 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted. has awarded to GRIFFITH COMPANY hereinafter designated as the "Principal ", a contract for CONSTRUCTION OF JAMBOREE ROAD FROM PACIFIC COAST HIGHWAY TO BACKBAY DRIVE (C -2564) in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, GRIFFITH COMPANY_, 202P Yale Street, Santa Ana, CA 92704 as Principal, and UNITED PACIFIC INSURANCE COMPANY 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 1 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 1 as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of AND NO /100 NTNF. HUNDRED THIRTY NINE THOUSAND FIVE HUNDRED THIRTY ONE/ Dollars ($939,531.00 ), 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 1 shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice • Page 11 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 duly executed by the Principal and Surety above named, on the 21st day of July , 19 87 ;i 505 North J ncipa Blvd., Seal) DENNIS H. IEAuLiE VICE PRESIDENT e TOM FOSS CHIEF ESTIMATOR e ANY (Seal) 770, .. _ le OT AUrnorizea I Attorney -in -Fact NSURANCE SERVICES Telephone No. of Agent 1101 0 m 00I A a rn n A m T T fO m O N C y r N Q 6 � o � LL J ,y o o r W � Q � F- O N V O � A Em T G 5 o IL LL o a d m G ] U s m iJ m � C •r'1 m U 6 N W O a Oy a O «W Of a o G 3o n A C N Y C d A O m a a G a N G O m o E m U C A N � o N � A N A A _ N o r O ` c A U c o m A m c L E y N � o � C y j w O a m y Z `^ O= �ulA � LLJ N i N Ta U 0 C a c W z G D ry _U d T n O Z T A a A � m o+ N � 00 a c o N m L N GmG L N yo` m Q 6 � o � LL J ,y o o r W � Q � F- O N V O � A Em T G 5 o IL LL o a d m G ] U s m iJ m � C •r'1 m U 6 N W O a Oy a O «W Of a o G 3o n A C N Y C d A O m a a G a N G O m o E m U C A N � o N � A N A A _ N o r O ` c A U c o m A m c L E y N � o � C y j w O a m y Z `^ O= �ulA � LLJ N i N Ta U 0 C a c W z G U m 0 u F a « c Z O m m T O C O � O. O m Y C O ¢ m C Z m E E L U « m ° a o c c a ?' °1 w c p)(1 d m O y O ¢ v z - I d �• c m a c 3 c m m p E O1 C ; L ` m o LC N Y L m 3 m c 4 cf c 9 m O Ol 4 m U a} y rZ y wwnnimm N a o E N o O m oe °__ O� O% U Z LL 2 T UU} C RMO Q w m -o m Z Z a¢¢ W CC =_ Omaww'_ W> D M _ ] 2 U U pZ0 €k G9Y N,H LL U gOm a ao E'__ Jo_ yJ mQ V] O a� w U Z = 0 o 3 0 � w CL lu U O 2aFU E� O Y L C m Z LL c« c « Z U m U j N U° O a co o a i m R w I* aw UNITED PWIFIC INSURANcw COMPANY a HOME OFFICE, TACOMA, WASHINGTON POWER OF ATTORNEY ' KNOW ALL MEN BY THESE PRESENTS. That the UNITED PACIFIC INSURANCE COMPANY. a corporation duly organized under the laws of In$ State of Washington, does hereby make,constaute and appoint MARTHA J. CHASE of LOS ANGELES, CALIFORNIA------------ -• - - -- , its true and lawful Attornev4n -fact, to make execute, seal and deliver for and on its behalf, and as its act and deed ANY AND ALL BONDS AND UNDERTAKINGS OF SURETYSHIP-------------- - - - - -- ' and to bind the UNITED PACIFIC INSURANCE COMPANY thereby as fully and to the some extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the UNITED PACIFIC INSURANCE COMPANY and seated and attested ' by one other of such officers, and hereby ratifies and confirms all that its said Attormylsl-in•fact may do in pursuance hereof, This Power of Attorney is granted under and by authority of Section 37A of the By -Laws of UNITED PACIFIC INSURANCE COMPANY which provisions are now in full force and effect, reading as follows: SECTION 37A — ATTORNEYS -IN -FACT SECTION 1. The Board of Directors, the President, or any Vice President or Assistant Vice-President shall have power and authority to: lal appoint Attorneys -in -tact and to authorize them to execute on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and Ibl to remove any such Attorney -in -fact at any time and revoke the power and authority given to him. SECTION 2. Attorneys -in -fact shall have poser and authority, subject to the terms and limitations of the power of attorney issued to them, to execute and deliver on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The corporate seal is not necessary for the validity of any bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. This power of attorney is signed and seated by facsimile under and by authority of the following Resolution adopted by the Board of Directors of UNITED PACIFIC INSURANCE COMPANY at a meeting held on the 26th day of October, 1971, at which a quorum was present, and said Resolution has not been amended or repealed: "Resolved, that the signatures of such directors and officers and the seal of the Company may be affixed to any such power of attorney or, any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached." IN WITNESS WHEREOF, the UNITED PACIFIC INSURANCE COMPANY has caused these presents to be signed by its Vice-President. and its corporate seal to be hereto affixed, this 2nd day of December 19 75, UNITED PACIFIC INSURANCE COMPANY OSEA _ x Executive VicePresident STATE OF Washington COUNTY OF ss. Pierce On this 2nd day of December , 1925, personally appeared MORRIS E. BROWN Executive to me known to be the Vitt- President of the UNITED PACIFIC INSURANCE COMPANY, and acknowledged that he executed and attested the foregoing instrument and affixed the seal of said corporation thereto, and that Section 37A, Section 1 and 2 of the By -Laws of said Company and the Resolution, set forth therein, ate still in full force. My Commission Expires: ��'�"� ' • "' �"'�e� i, o January 15 19 78 i. Notary Public in and for State of Washington PUBLIC, -: i s� Residing at Tacoma D. Keith Johnson , Assistant Secretary of the UNITED PACIFIC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by said UNITED PACIFIC INSURANCE COMPANY, which is still intuit force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company this 21 Rt day of July 198? . ., •�uorsg,yr 459g�� Af tSecretary 5FaL WBOU -1431 ED. 6t74 �. .,•s,- CERTIFICATE OF INSURANCE Page 12 a is RT'IFICATE HOLDER INSURANCE COMPANIES AFFORDING COVERAGES City of Newport Beach Company 3300 Newport Boulevard Newport Beach, CA 92663 Letter A Wausau Linderwriters Insurance Company B Letter Employers Insurance of Wausau NAME AND ADDRESS OF INSURED Company C GRIFFITH COMPANY Letter Company D 2020 Yale Letter Company E Santa Ana, CA 92704 Letter is is to certify that policies of insurance listed below have been issued to the insured named ove and are in force at this time, including attached endorsement(s). Policy LIMITS OF LIABILITY IN THOUSANDS 000 TYPES OF INSURANCE Policy Exp. g. ro uc s; IMPANY TTER COVERAGE REQUIRED No. Date Each Completed Occurrence Operations GENERAL LIABILITY Bodily Injury $ $ 1A x Comprehensive Form x Premises - Operations 028 -00- property Damage $ $ x Explosion & Collapse Hazard 052628 4/1/88 x Underground Hazard x Products /Completed Operations Bodily Injury Hazard and Property x Contractual Insurance Damage Combined $1,000, $ 1,000, x Broad Form Property Damage x Independent Contractors x Personal Injury ' Marine Personal Injury $ 1,000, Aviation AUTOMOTIVE LIABILITY Comprehensive Form Bodily Injury $ B 028 -02- Each Person x Owned ❑ 052628 4/1/88 $ Bodily Injury 1—(Each Occurrence Hired Pro ert ama e oiy nJuryan Fx Non -owned Property Damage Combined $ 1,000, EXCESS LIABILITY B ® Umbrella Form 028 -03 Bodily Injury ❑ Other than Umbrella Form 052628 4/1/88 and Property Damage Combined $ 1,000, $1,000, WORKERS' COMPENSATION Statutor B and 018 -00- 500, ac EMPLOYER'S LIABILITY 052628 3/21/88 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. El���•� �2/ � Agency: COi2R00N & BLACK INSURANCE SERVICES, INC. Authorized Represe ,ative e: 7/21/87 ' Telephone: (818) 796 3888 cription 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: CONSTRUCTION OF JAMBOREE ROAD FROM PACIFIC COAST HIGHWAY TO BACKBAY DRIVE (C -2564) Project Title and Contract Number ICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. 81 Page 13 CITY OF NEWPORT BEACH AUTOMOTIVE 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 and the County of Orange, 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 insureds 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 insured or (3) operated by an additional insured. The insurance afforded the additional named insureds shall apply as primary insurance and no other insurance maintained by the addi- tional 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 Bodily Injury Liability and ' Property Damage Liability Combined $ 1,000,000. each occurrence The limits of liability as stated in paragraph 3 of this endorsement shall not increase 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. CONSTRUCTION OF JAMBOREE ROAD FROM 5. Designated Contract: PACIFIC COAST HIGHWAY TO BACKBAY DRIVE (C -2564) (Project Title an Contract No.) This endorsement is effective 7/21/87 at 12:01 A.M. and forms a part of Policy No. 2028 -02- 052628 Named Insured GRIFFITH COMPANY Endorsement No. 001 Name of Insurance Company Employers Insurance of Wauftu Authorized epresnt e I I I Page 14 CITY OF NEWPORT BEACH COMPREHENSIVE GENERAL LIABILITY 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 and the County of Orange, 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 insureds in connection with the contract designated below or acts and omissions of the additional insureds in connection with their general supervision of such operations. The insurance afforded said addi- tional insureds shall apply as primary insurance and no other insurance maintained by the additional 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 con- tained fn the written contract, designated below, between the named insured and the additional City of Newport Beach, Orange County, and their officers and employees. 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 1 Bodily Injury Liability and Property Damage Liability Combined $ 1.000,000. each occurrence 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 endorse- ment 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 occurrence 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. TO BACKBAY DRIVE 7. Designated Contract: CONSTRUCTION OF JAMBOREE ROAD FROM PACIFIC COAST HIGHWAY (Project Title an ontract No C -2564 This endorsement is effective 7/21/87 at 12:01 A.M. and forms a part of Policy No. 2028 -00- 052628 Named Insured GRIFFITH COMPANY Endorsement No. 001 i' Name of Insurance Company Wausau Underwriters Ins. CO$y Z4_ ZL � :::7,—_ �� Authorized pr3 iF esentatq�r i,.. ,.: ': ; • � CITY OF NEWPORT BEACH Page 14 UMBRELLA ' LIABILITY 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 and the County of Orange, 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 insureds in connection with the contract designated below or acts and omissions of the additional insureds in connection ' with their general supervision of such operations. The insurance afforded said addi- tional insureds shall apply as primary insurance and no other insurance maintained by the additional 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 con- tained in the written contract, designated below, between the named insured and the additional City of Newport Beach, Orange County, and their officers and employees. 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 (g) Single Limit Bodily Injury Liability and Property Damage Liability Combined $ 1,000,000. each occurrence ' 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 endorse- ' ment 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 occurrence in excess of the limits of liability stated in the policy as applicable to Comprehensive j 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. TO BACKBAY DRIVE 7. Designated Contract: CONSTRUCTION OF JAMBOREE ROAD FROM PACIFIC COAST HIGHWAY ' (Project Title an ontract No. C -2564 This endorsement is effective 7/21/87 at 12:01 A.M. and forms a part of Policy No. 2028 -03- 052628 Named Insured GRIFFITH COMPANY Endorsement No. 001 Name of Insurance I I 1 Employers Insurance of Wausau Authorized Represent a .ems r � Pace 15 ' CONTRACT ' THIS AGREEMENT, entered into this k,7XAay of . , 19 8 7, by and between the CITY OF NEWPORT BEACH, hereinafter "City," a GRIFFITH COMPANY hereinafter "Contracto ,'is made with ' reference to the following facts: (a) City has heretofore advertised for bids for the following ' described public work: CONSTRUCTION OF JAMBOREE ROAD FROM PACIFIC COAST HIGHWAY TO Z RACKRAY DRIVE (C -2564) ' Title of Project Contract No. (b) Contractor has been determined by City to be the lowest responsi- ble bidder on said public work, and Contractor's bid, and the compensation set forth in this contract, is based upon a careful examination of all plans and specifications by Contractor, NOW, THEREFORE, the parties hereto agree as follows: 1. Contractor shall furnish all materials and perform all of the work for the construction of the following described public work: CONSTRUCTION OF JAMBOREE ROAD FROM PACIFIC COAST HIGHWAY TO BACKBAY DRIVE 2564 Title of Project Contract No. which project is more fully described in the contract documents. Contractor, shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of Nine Hundred Thirty-nine Thousand Five Hundred Thirty-one Dollars ($939,531.00 ). h s compensation includes 1 any loss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstruc- tions in the performance of the work; (3) any expense incurred as a result of any suspension or discontinuance of the work; but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. r3. 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) (b) 1 (d) (e) Notice Inviting Bids Instruction to Bidders and documents referenced therein Payment Bond Faithful Performance Bond Certificate of Insurance and endorsement(s) f � r Page 16 I ' (f) Plans and Special Provisions for CONSTRUCTION OF JAMBOREE ROAD FROM PACIFIC COAST HIGHWAY TO BACKBAY DRI Title of Project Contract No. (g) This Contract. 4. Contractor shall assume the defense of, and indemnify and hold ' harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximiately caused by the sole negligence of City or its officers, employees and representatives. I' t I: h ' r IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. ATTEST: AS TO FORM: CI a ,CITY Contractor (Pr' cipal) DENNIS H. TEAGUE VICE PRESIDENT zelnatur - T•iLtle TOM FOSS CHIEF ESTIMATOR zed M gnature and Title 10 10i m n rn n A � T T N O C y O n m A h A y _o rl a C N h c_ U_ d a ° z O � N a y O) N N .0 c 0 o 00 y N L �E N y Y N y O C o n a a � 2 11 O OI a U LL LL � O Y W 2 Q � r o N U C N �d L o m cn o Y N O y T L � L o H E m` W $'o n Q c o m c ✓_' N Y C d N O O D D C a N C O T d O U A � q C p A C O N y s O C N � n A � N n o v n o LL C ry U C o m M E E o � D NT N r > > `_ a O U O C d j U O j N 0 t ti w I?= O o U ° LL m a f =W E O U N N U O a N a A L T E N r h O D U_ d 2 I I L I [I e 4f TABLE OF CONTENTS SECTION PAGE 1. GENERAL CONSTRUCTION PROVISIONS SC -1 1 -1 INTENT SC -1 1 -2 DRAWINGS SC -1 1 -3 AWARD OF CONTRACT, PROGRESS OF THE WORK AND TIME FOR COMPLETION SC -1 1 -4 FLOW AND ACCEPTANCE OF WATER SC -2 1 -5 PAYMENT FOR WORK COMPLETED SC -2 1 -6 UTILITY COOPERATION AND COORDINATION SC -2 1 -7 CONSTRUCTION AREA AND WORK SCHEDULE SC -3 1 -8 WATER SC -4 1 -9 TRAFFIC MAINTENANCE SC -4 1 -10 SAFETY PERMIT AND TRENCH SAFETY SC -5 1 -11 SURVEY STAKING AND PROTECTION OF UTIL- ITIES SC -5 1 -12 RECORD DRAWINGS SC -5 1 -13 PERMITS /AGREEMENTS SC -6 1 -14 WORKING HOURS SC -6 1 -15 SOILS AND GEOTECHNICAL INVESTIGATION SC -7 1 -16 ARCHAEOLOGICAL MONITORING SC -7 1 -17 GUARANTEE SC -7 1 -18 LIABILITY INSURANCE SC -8 2. ITEMS OF WORK AND BID ITEM DESCRIPTIONS/ PAYMENT SC -9 2 -1 UNCLASSIFIED EXCAVATION SC -9 2 -2 REMOVE A.C. BERM SC -9 2 -3 REMOVE P.C.C. CURB AND GUTTER SC -9 2 -4 REMOVE RAISED MEDIAN ISLAND SC -9 2 -5 REMOVE MISCELLANEOUS CONCRETE SC -10 2 -6 PULVERIZE EXISTING A.C. PAVING SC -11 2 -7 AGGREGATE BASE SC -11 2 -8 ASPHALT CONCRETE PAVEMENT SC -11 2 -9 STAMPED PATTERNED CONCRETE SC -12 2 -10 PERFORM HEADER CUT AND COLD PLANE SC -12 2 -11 HILLSIDE DRAINS SC -13 2 -12 PROVIDE AND PLACE P.V.C. POND LINER SC -13 2 -13 CURB DRAIN OUTLET SC -13 2 -14 ADJUST MANHOLES TO GRADE SC -14 2 -15 RECONSTRUCT MANHOLES TO GRADE SC -14 2 -16 TRAFFIC STRIPING AND LEGENDS AND TRAFFIC AND ROADWAY SIGNS SC -14 2 -17 TRAFFIC SIGNAL AT BACKBAY DRIVE SC -16 2 -19 REMOVAL AND REPLACEMENT OF TRAFFIC SIGNAL EQUIPMENT AT JAMBOREE ROAD AND PACIFIC COAST HIGHWAY SC -26 0 SECTION TABLE OF CONTENTS (cant.) 0 PAGE 2 -20 EROSION CONTROL HYDROMULCH SC -27 2 -21 A.C.P. WATER LINE AND APPURTENANCES SC-28 2 -22 12" HOT TAP EXISTING WATER LINE; 10" HOT TAP EXISTING WATER LINE SC -32 2 -23 TRAFFIC CONTROL SC -31 2 -24 CONNECTION TO EXISTING 10" A.C.P. SC -33 APPENDIX A - SOILS REPORT APPENDIX B - STATE ENCROACHMENT PERMIT APPENDIX C - COASTAL PERMIT TO CONSTRUCT JAMBOREE ROAD APPENDIX D - COASTAL PERMIT TO STOCKPILE EARTH APPENDIX E - P.V.C. POND LINING SPECIFICATIONS 1 6 i 1 SPECIAL CONDITIONS 1 1. GENERAL CONSTRUCTION PROVISIONS 1 1 -1 INTENT All work shall be completed in accordance with these Special 1 Provisions, the City's Standard Special Provisions, and the City's Standard Drawings and Specifications unless otherwise specified. The City's Standard Specifications are the 1 Standard Specifications for Public Works Construction, 1985 Edition. Copies may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, CA 90034 - (213) 870- 1 9871. Traffic signal work shall be done per Caltrans Standard Plans and Specifications. 1 -2 DRAWINGS 1 Sheets 1 through 16, Sheets TC -1 through TC -4 of the drawings "Jamboree Road Widening from Pacific Coast Highway 1 to Backbay Drive ", Drawing No. R- 5526 -5, and City of Newport Beach Drawing No. Topo- 5037 -5 are to be considered as a part of the contract documents. The drawings show the location and the character of the work and details of the construc- tion. The work includes, but is not limited to, 1,200 lineal feet of street improvements including earthwork, forming, cast -in -place concrete work, A.C. pavement, curb 1 and gutter, median work, traffic signals, street light con- duits, water line, and storm drain. Sheets TC -1 through TC- 4 depict construction phasing and traffic control. Sheet ' Topo- 5037 -5 depicts a stock pile site. 1 -3 AWARD OF CONTRACT, PROGRESS OF THE WORK AND TIME FOR COMPLETION The award, if made, will be within 60 days after bid opening. All items of work shown on the plans, described in 1 these Special Provisions and listed as bid items in the bid proposal shall be completed in 90 CONSECUTIVE CALENDAR DAYS after the city council awards the contract. Bid Item 32 ' (Construct Traffic Signal at Backbay) shall be completed in 150 CONSECUTIVE CALENDAR DAYS after award of contract. The Contractor's schedule shall take into account and provide time allowance for work to be accomplished by the various 1 utilities. The Contractor's attention is directed to Section 6 of the 1 Standard Specifications regarding Prosecution, Progress and Acceptance of the Work. In the event the work is not completed within the time specified, liquidated damages will ' be deducted from the amount due to the Contractor. SC -1 1 1 t1 -4 FLOW AND ACCEPTANCE OF WATER It is anticipated that storm, surface and ground or other ' waters will be encountered at various times and locations during the work herein contemplated. The Contractor, by submitting a bid, acknowledges that he has investigated the ' risk from such waters and has prepared his bid accordingly, and Contractor by submitting a bid assumes all of said risk. 1 I 1 1 1I LI P In the course of water control the Contractor shall conduct his construction operations to protect waters from pollution with fuels, oils, bitumens or other harmful materials. 1 -5 PAYMENT FOR WORK COMPLETED The unit or lump sum prices bid for the various items of work shall be considered as full compensation for all labor, materials, tools, equipment, and incidentals necessary to complete the work in place, and no additional compensation will be made therefore. Compensation for work shown on the plans or described in the specifications, but not separately provided for in the bid proposal, shall be included in the prices bid for the various items of work listed in the bid proposal and no additional compensation shall be allowed therefore. 1 -6 UTILITY COOPERATION AND COORDINATION The requirements in Subsection 5 -6, "Cooperation," and 7 -7, "Cooperation and Collateral Work ", of the Standard Specifications are amended as follows: The Contractor shall cooperate with utilities which require relocation including Pacific Bell and Southern California Edison facilities as noted on the plans and allow sufficient time in which to complete their work during the various phases of construction. After completion of rough grade, the Contractor shall allow 15 working days for S.C.E. to underground their facilities along the easterly side of the roadway and 15 working days for Pacific Bell to relocate their facilities along the westerly side of the roadway. The time required for the relocation of utilities shall be included in the time of completion allowed under Sec- tion 1 -3 of these Special Provisions and no additional time shall be allowed therefore. The Contractor shall notify the Engineer when any por- tion of the project is ready for utility placement. The Contractor should coordinate utility work and shall SC -2 ' protect all existing utilities in place until the new facilities are in service and shall schedule and phase its work in a manner that will allow for the expedi- tions completion of utility relocations. The Engineer has endeavored to locate and show on the plans the approximate locations of all existing and proposed public and private utilities and facilities to be encount- ered during construction. The Contractor's attention is directed to Section 5 - Utilities, of the Standard Specifi- cations for complete information regarding this subject. Listed below are the agencies and contact representatives which have facilities located within the construction area: UTILITY COMPANY Pacific Bell So. Cal. Gas Co. So. Cal. Edison Co. Water Department, City of Newport Beach Community Cable T.V. (Mr. Bill Lowing) (Mr. Ray Stephens) (Mr. Mark Judy) (Mr. Dick Wood) PHONE NUMBER (714) 966 -6265 (714) 634 -3254 (714) 895 -0246 (714) 644 -3011 (714) 720 -2056 Full compensation for conforming to the requirements of this section shall be considered as included in the prices paid for the various contract items of work, and no additional compensation will be allowed therefore. ' 1 -7 CONSTRUCTION AREA AND WORK SCHEDULE The Contractor shall submit to the City for approval a detailed construction schedule showing the order and timing of all work, detours, phasing, coordination with other work, inspection and survey requirements. The schedule shall be ' submitted at the preconstruction meeting and no work shall commence prior to the approval of the construction schedule. The order of work given herein and as shown on the traffic ' control plans is intended to guide the Contractor with respect to the level of detail and the construction methodology required to complete the project. Any deviations to the order of work and /or the traffic control plans as provided herein shall be submitted to the City in writing for approval. The order of work is as follows: ' I. Remove the existing raised traffic median island on Jamboree Road between Pacific Coast Highway and Backbay Drive and replace it with A.C. paving (4" ' min). II. Shift northbound Jamboree traffic lanes westerly onto temporary paving in median area. Construct ' street improvements on east side of roadway SC -3 ' including thirty (30) feet of roadway (measured from edge of pavement to curb face). Construct southbound Jamboree left turn pocket north of Backbay Drive. (Base A.C. coarse only) ' III. Move northbound Jamboree traffic to newly constructed section of roadway. Shift southbound 1 Jamboree traffic easterly onto temporary paving in center of roadway. Close westbound Pacific Coast Highway number 3 lane. Provide "free" right turn from southbound Jamboree to westbound Pacific ' Coast Highway. Construct street improvements on west side of roadway. (Base A.C. coarse only). ' IV. Shift southbound Jamboree traffic to westerly newly constructed pavement. Maintain "free" right turn. Construct center of roadway including ' raised median. (Base A.C. coarse only) V. Construct improvements to northeast corner of Jamboree Road and Backbay Drive. (Base A.C. coarse only) VI. Construct finish coarse A.C. for entire project.. 1 -8 WATER ' If the Contractor desires to use City's water, he shall arrange for a meter and tender of $500 meter deposit with the City. Upon return of the meter in good condition to City, the deposit will be returned to Contractor, less a quantity charge for water usage. 1 -9 TRAFFIC MAINTENANCE ' The Contractor shall provide safe and continuous passage for vehicular, bicycle and pedestrian traffic at all times except as noted on traffic control plans. The Contractor ' shall provide all necessary signs, barricades, delineators, lights and other safety devices and measures in accordance with the Project Traffic Control Plan and the provisions of 1 the current edition of the "Work Area Traffic Control Handbook" and as directed by the City Traffic Engineer. The Contractor shall plan and execute the work so that disruption of normal traffic patterns and inconvenience to the public shall be reduced to a minimum. Safety for the public shall be a prime requirement. Traffic control plans for the various phases of work shall be approved by the ' Traffic Engineer. Lane closures other than those shown on the traffic control plans must be approved by the Traffic Engineer. SC -4 1 • 0 f_1 ' The Contractor shall notify the City Inspector at least two (2) working days in advance of the start of any work. ' Full compensation for conforming to the requirements of this section shall be considered as included in the contract bid prices paid for the various items of contract work and no additional compensation will be allowed therefore. 1 -10 SAFETY PERMIT AND TRENCH SAFETY The Contractor's attention is directed to the "Construction Safety Orders" issued by the Division of Industrial Safety of the State of California and to Sections 6422 and 6424 of the Labor Code. The Contractor shall comply with the requirements of said safety orders and, in accordance with Section 6424, shall obtain a permit from said division authorizing the excavation herein contemplated. 1 -11 SURVEY STARING AND PROTECTION OF UTILITIES All surveys for control of construction and necessary to complete the work shown on the plans and described in these specifications shall be the responsibility of the I Contractor. Surveys shall be completed under the direction of a licensed surveyor or qualified licensed civil engineer. Payment for construction survey staking shall be considered as included in the various items of work and no additional allowance will be made therefor. ' 1 -12 RECORD DRAWINGS The Contractor shall keep a complete set of record drawings at the job site. All documents including contract and shop drawings shall be legibly marked showing each actual item of record construction including: 1. Measured depths and elevations in relation to fixed datum points. 2. Measured horizontal and vertical locations of underground utilities and appurtenances with reference to permanent surface improvements. 1 3. Field changes of dimensions. locations and /or materials with details as required to clearly delineate the modifications. ' 4. Any details not in original contract drawings developed by the City or the Contractor through SC -5 ' 0 0 H �I 1 I I I the course of construction necessary to clarify or modify the contract drawings. The Contractor shall legibly modify the contract specifica- tions to reflect actual items of record construction in- cluding: 1. Manufacturer, trade name, and catalog number of each product actually installed, particularly optioned items and substitute items. 2. Changes made by addendum or modifications. The Contractor shall maintain all record information daily and make this information available to the Project Inspector upon request. The Contractor's progress payments will not be approved unless project record drawings are current. 1 -13 PERMITS /AGREEMENTS The Contractor will be required to obtain a permit from the State division of Industrial Safety for excavations 5 feet in depth or greater. (see Section 1 -10) The Contractor shall be responsible for identifying and obtaining all other construction, safety, or miscellaneous permits required for this project. Costs and fees associated with said permits shall be borne solely by the Contractor. All fees are waived for City of Newport Beach permits, except that a valid City of Newport Beach Business License shall be required. ' The City has obtained a Caltrans encroachment permit and two coastal permits which are included in the Appendix. The Contractor will be required to obtain a separate Caltrans permit authorizing him to work within the State Right -of- Way. The City will reimburse the Contractor any fees incurred in obtaining the Caltrans permit and State inspection fees. The Contractor shall comply with all rules and regulations included in said permits. Should the Contractor fail to conform to said rules and regulations, the City reserves the right to perform the work necessary to conform to the rules and regulations and the cost of such work will be deducted 1 from any monies due to become due to the Contractor. 1 -14 WORKING HOURS ' Work may be in progress Monday through Friday - 7:00 a.m to 7:00 p.m.; Saturday and Sunday - 8:00 a.m. to 6:00 p.m. SC -6 0 Contractor shall notify the performing work on Saturdays required inspections will be 0 City's representative prior to and Sundays. Work done without subject to rejection. 1 1 -15 SOILS AND GEOTECHNICAL INVESTIGATION A soils and geotechnical investigation has been prepared by Geotechnical Consultants, Inc. in September 1985, for this project. A copy of the soils report is included in the appendix. Said report is not a part of the contract and is made available solely for the convenience of the bidder or Contractor. The log of test borings showing a record of the data obtained by the Agency's investigation of subsurface conditions does not constitute a part of the contract but represents only the opinion of the Agency as to the character of the material encountered in the test borings. It is expressly understood and agreed that the Agency assumes no responsibility whatsoever in respect to the sufficiency or accuracy of the investigation thus made, the records thereof, or of the interpretation set forth therein, or made by the Agency in its use thereof, and there is no warranty or guarantee, either expressed or implied, that the conditions indicated by such investigations or records thereof are representative of those existing throughout such areas, or any part, or that unforeseen developments may not occur. 1 -16 ARCHAEOLOGICAL MONITORING There is an identified archaeological site in the vicinity of the widening on the easterly side of Jamboree Road. The Contractor shall allow an archaeological monitor (to be provided by the City) to have access to the construction and stockpile sites during grading and construction, and shall allow adequate time to remove items of significance which 1 are found. If a delay of longer than five (5) working days is required, additional expense incurred by the Contractor will be determined in accordance with Subsection 6 -6 of the 1 Standard Specifications. 1 -17 GUARANTEE 1 The Contractor shall guarantee for a period of one (1) year, after acceptance of the work by the City Council, all materials and workmanship against any defects whatsoever. Any such defects shall be repaired at the Contractor's expense within fifteen (15) days of notice to do so by the City. SC -7 i • • i I I I i I I [1 1 -18 LIABILITY INSURANCE Section 7 -3 of the Standard Specifications is hereby amended as follows: The word "Agency ", where used in t is section, shall be the City of Newport Beach and the County of Orange. A standard "Special Endorsement of Insurance for Contract Work for City" form has been adopted by the City. This form is to be attached and made a part of all policies of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of contract. A copy of this form is included herein for the Contractor's review. The minimum limits of liability shall be: Bodily Injury .............$ 500,000 $1,000,000 $1,000,000 Property Damage ........... $ 200,000 $ 500,000 each person each occurrence aggregate products and completed operations each occurrence aggregate A combined single limit policy with aggregate limits in the amount of $2,000,000 will be considered equivalent to the required minimum limits. SC -8 2. ITEMS OP WORK AND BID ITEM DESCRIPTIONS /PAYMENT 2 -1 UNCLASSIFIED EXCAVATION This item includes the excavation of 32,200 cubic yards of material based on the project cross sections. Approximately 20,000 cubic yards of material shall be stockpiled at the stockpile site per sheet TOPO- 5037 -5. All remaining material shall be legally disposed off -site. This item also includes all erosion and desilting control required at the stockpile site as directed by the engineer. This item also includes removal and disposal of all other improvements required to facilitate roadway construction or other work not stipulated in subsequent bid items or shown on the plans. 2 -2 REMOVE A.C. BERM This item includes the removal and disposal of all A.C. berm designated for removal on the construction plans. All removals shall be sawcut in conformance with the requirements of Section 300 -1.3 of the Standard Specifications. Payment for these removals shall be at the contract unit price per lineal foot removed and shall include the furnishing of all labor and equipment for saw cutting, removal, and disposal. No additional compensation will be allowed. 2 -3 REMOVE P.C.C. CURB AND GUTTER This item includes the removal and disposal of all P.C.C. combination curb and gutter, and P.C.C. curb designated for removal on the construction plans. All removals shall be sawcut in conformance with the requirements of Section 300- 1.3 of the Standard Specifications. Payment for these removals shall be the contract unit price per lineal foot removed and shall include the furnishing of all labor and equipment for saw cutting, removal and ' disposal. No additional compensation will be allowed. 2 -4 REMOVE RAISED MEDIAN ISLAND 1 This item shall include the removal and disposal of the existing median island including, but not limited to, all curb, gutter, stamped pattern concrete and landscaping. All removals shall be in conformance with the applicable sections of Section 300 -1.3 of the Standard Specifications. In addition to the above items, this item shall include, but not be limited to, the following items of work: SC-9 1_ I (1) All existing irrigation lines shall be removed or capped as directed by the Engineer. (2) Upon removal of the existing island, the 1 Contractor shall place 4" asphalt concrete pavement over existing ground at 90% relative compaction. The temporary pavement will allow for the traffic control phasing as shown on Sheets TC- 1 through TC -4 of the project plans and as described in the Special Provisions. Temporary asphalt concrete pavement shall conform to the applicable requirements of Sections 203 -6, 302 -5 and 4 0 -4 of the Standard Specifications. The paving asphalt shall be Type III -B2 -AR -4000. L Payment for the temporary A.C. pavement shall be included in this item. (3) The removal and disposal of all temporary A.C. pavement described in Item (2) above upon completion of detour phasing. (4) All utility boxes within the existing median, including traffic signal pull boxes, shall be adjusted to the grade of the temporary pavement described in Item (2) above. The utility boxes shall be fitted with temporary traffic lids. (5) The sawcutting of asphalt concrete and Portland cement concrete at joins. (6) The removal and salvage of all existing signing and delineation within the existing median island. (7) The removal and disposal of any additional items not specifically mentioned which may be found within the existing median area. Payment for the removal of the existing median island shall be made at the contract bid price per square foot of median removed and shall include all compensation for all labor, materials described and equipment required to complete the work as above. No additional compensation will be allowed. 2 -5 REMOVE MISCELLANEOUS CONCRETE This item includes the removal and disposal of all P.C.C. sidewalks, driveways, and other miscellaneous P.C.C. removals as shown for removal on the construction plans. All removals shall be sawcut in conformance with the SC-10 ' 0 0 17 L. requirements of Section 300 -1.3 of the Standard 1 Specifications. Payment for these removals shall be made at the contract 1 unit price per square foot removed and shall include all labor, materials, and equipment for sawcutting, removal, and disposal. No additional compensation will be allowed. 2 -6 PULVERIZE EXISTING A.C. PAVING This item of work consist of crushing the existing asphalt concrete pavement to allow for overlaying with a new structural section as shown on the project drawings. The pulverized pavement shall be crushed to satisfactorily meet the requirements of Section 200 -2.4, "Crushed Miscellaneous 1 Base ", of the Standard Specifications. Payment for this item of work shall be made at the contract 1 bid price per square foot and shall include full compensation for all labor, materials and equipment required to obliterate the existing asphalt concrete pavement. No additional compensation will be allowed. 2 -7 AGGREGATE BASE Base material shall conform to the provisions of sections 200 -2 and 400 -2 of the Standard Specifications and the following supplement. Base material shall be "Crushed Miscellaneous Base". In lieu of the second sentence of Section 200 -2.4.1 at least sixty -five percent (65 %) by weight of the material retained on the No. 4 sieve shall be a crushed particle as determined by Test Method No. California 205. Payment for base material shall be made at the contract bid price per ton in place and shall include full compensation for furnishing all labor, materials, equipment, and incidentals necessary to perform the work. 2 -8 ASPHALT CONCRETE PAVEMENT Asphalt concrete pavement to be constructed shall conform to the applicable requirements of Section 203 -6, 302 -5 and 400- 4 of the Standard Specifications. The pavement section shall be as shown on the construction plans. Base course paving asphalt shall be Type III -B2 -AR -4000 or as determined by the Engineer. The finish course of paving asphalt shall be Class III -C2- AR -4000 or as determined by the Engineer. The minimum thickness of finish course shall be 0.10 feet. SC -11 ' 0 0 I Payment for A.C. pavement shall be made at the contract bid price per ton in place and shall include full compensation for all labor materials, equipment and incidentals necessary ' to perform the work. 2 -9 STAMPED PATTERNED CONCRETE The construction of this item shall be in conformance with Section 201 -1 and 303 -6 of the Standard Specifications and the detail shown on Sheet 14 of the Construction Plans. The color shall be applied by Method A per Section 303 -6.3 of the Standard Specifications. Stamped concrete pavement shall be 560 -C -3250 Portland Cement Concrete. Color hardener shall be Bomanite Mexican Tile Regular Grade Color Hardener. The minimum rate of 1 application of the hardener shall be 60 pounds per 100 square feet. Color curing compound shall be Bomanite Mexican Tile Color Curing Compound. Minimum application coverage shall be 600 square feet per gallon of unthinned curing compound. Pattern shall be running bond brick as manufactured by Bomanite. It is the intent of this specification to match the color of the median paving being removed and that which in place northerly of the project on Jamboree Road. 1 The unit price for the above shall include the furnishing of all labor,materials, forms, curing compound and equipment to complete the construction as required in the plans and specifications. Payment for the median paving shall be made at the contract price for square feet in place. No further compensation will be allowed. 2 -10 PERFORM HEADER CUT AND COLD PLANE This work shall consist of the preparation of existing asphalt concrete pavement for overlay by grinding or milling the surface of the paving with an approved machine designed for this purpose. A. COLD PLANING: A five foot cold plane or key cut shall be made along all joins at the edge of existing gutter. The planning shall be not less than 3/4" in depth at gutter edge. ' B. HEADER CUT: Areas as noted on the plans or as directed by the Engineer shall be cut to a depth SC -12 of not less than 3/4" unless otherwise noted or ' directed by the Engineer. 2 -11 HILLSIDE DRAINS ' The construction of this item shall be in conformance with Sections 201 -1 and 303 -2 of the Standard Specifications and Orange County Environmental Management Agency Standard Plan 321. Concrete shall be Class 600 -E -3250 and shall be applied by Method B as outlined in Section 303 -2.1.3 of the Standard Specifications. 1 Reinforcing shall be 6" X 6" - W 1.4 X W 1.4 welded wire mesh. Ground shall be pre- wetted to the satisfaction of the Engineer prior to placement of concrete. 1 2 -12 PROVIDE AND PLACE P.V.C. POND LINER The placement of P.V.C. lining material shall be behind all median curb in landscaped areas as shown on the project drawings including application of adhesive /sealant to surfaces of curb and P.V.C. lining to preclude water 1 intrusion between curb and liner. The polyvinyl chloride pond liner shall be ten (10) mils as manufactured by Palco Linings, Inc., or approved equivalent. The pond lining shall have the minimum material properties as outlined in the specification enclosed in Appendix E of these Special Conditions. Adhesive /sealant shall be Henry's Standard Asphalt Emulsion #107, or equivalent. Prior to liner placement, contractor shall submit to the engineer for approval proposed method(s) of backfill and measures to be utilized to avoid damage to liner. The unit price for the above item shall include full compensation for all labor, materials and equipment required to furnish and install the lining material to the locations shown on the project drawings. I Payment for P.V.C. lining shall be made at the contract price for square foot in place an no additional compensation will be allowed. 2 -13 CURB DRAIN OUTLET The work under this item includes furnishing and installing three (3) 3 -inch schedule 80 P.V.C. pipes under the proposed sidewalk per detail 1 on sheet 3A of the project plans. Payment for this item shall be made at the contract unit SC -13 I L_ I price for each curb drain outlet in place and shall include full compensation for all labor, materials and equipment required to complete the work. No further compensation will be allowed. ' 2 -14 ADJUST MANHOLES TO GRADE This work shall consist of adjusting storm drain and sewer 1 manhole frame and covers to the finished pavement grade. If the manhole is to be raised or lowered less than 15 inches, "adjustment" is required. P.C.C. shall be 560 -C -3250 as specified in Section 201 of the Standard Specifications for Public Works Construction. Adjusting manholes to grade shall conform to the provisions of Section 301 -1.6 and 302 -5.7 of the Standard Specifications for Public Works Construction, and City of 1 Newport Beach Standard Drawing Nos. 111 -L and 309 -L. Payment shall be made at the contract unit price for each manhole adjusted to grade and shall include full compensation for labor, materials and equipment required to complete the work. 2 -15 RECONSTRUCT MANHOLES TO GRADE This work shall consist of reconstructing storm drain and sewer i manhole frame and covers to the finished pavement grade. If the manhole is to be raised or lowered more than 15 inches, "reconstruction" is required. P.C.C. shall be 560 -C -3250 as specified in Section 201 of the Standard Specifications for Public Works Construction. Reconstructing manholes to grade shall conform to the provisions of Section 301 -1.6 and 302 -5.7 of the Standard Specifications for Public Works Construction, and City of Newport Beach Standard Drawing Nos. 111 -L and 309 -L. Payment shall be made at the contract unit price per lineal ' foot of manhole reconstructed to grade and shall include full compensation for labor, materials and equipment required to complete the work. 2 -16 TRAFFIC STRIPING AND LEGENDS AND TRAFFIC AND ROADWAY SIGNS A. STRIPING: Work performed under this item includes pavement striping and legends. Paint used for all striping and marking work shall be rapid dry per ' Caltrans Standard Specifications - Section 84 with SC -14 reflective glass spheres applied to all coats. 1 The paint pattern shall be as indicated on the plans. Two (2) applications of paint shall be made for all traffic striping. ' All crosswalk, limit lines and pavement arrows on Jamboree Road shall be thermoplastic and conform to the following: Thermoplastic shall be composed of ALKYD MALEIC THERMOPLASTIC PAVEMENT material that is applied to a road surface on molten state by extrusion means with a surface application of glass spheres. When applied properly and at the designated thickness and width, the strip shall, upon cooling, be reflectorized and be able to resist deformation by traffic. Thermoplastic material shall conform to Section 84 of the Standard Specifications of the ' State of California except as follows: The thermoplastic material shall be homogeneously composed of pigment, filler, resins, and glass reflectorizing spheres. The material manufacturer shall have the option of formulating the arterial according to his won specifications; however, the solid resin shall comprise a minimum of 8% by weight of the entire material formulation which shall only consist of 100% maleic- modified glycerol ester of wood rosin with no tall oil derivatives. The physical and chemical properties contained in this specification shall apply regardless of the type of formulation used. The material upon heating to the application temperature shall not exude fumes which are toxic, or injurious to persons or property. The pigment, beads, and filler shall be free from all skins, dirt, and foreign objects. The specific gravity of the thermoplastic traffic line material shall not be less than 1.95 nor more than 2.15. The pigment, beads, and filler shall be uniformly dispersed in the resin. The material shall be free from all skins, dirt and foreign objects and shall be composed by weight of at least 18% binder, 25% glass beads, and 8% titanium dioxide. The binder shall consist of a mixture of synthetic resins, at least one of which is solid at room temperature, and high boiling point plasticizers. SC -15 1 0 • At least one -third of the binder composition shall be the solid maleic- modified glycerol ester of wood rosin and shall be no less that 8% by weight of the entire material formulation. The binder 1 shall not contain petroleum -based hydrocarbon resins, tall oil resins, blend of tall oil resin and wood rosin or similar derivatives. . The pavement marking material furnished and installed under this contract shall be warranted by the Contractor against failure due to blistering, bleeding, excessive cracking, staining, discoloring under heat, deterioration due to contact to oil or gasoline drippings, chipping, spoiling, poor adhesion resulting from defective materials or methods of application, loss of reflectivity, damage from traffic or wear. B. REFLECTIVE PAVEMENT MARKERS: The Contractor shall furnish and install reflective pavement markers as noted on the plans in conformance with the plans and Sections 85 and 95 of the Caltrans Standard Specifications. Pavement markers shall not be placed on new asphalt concrete pavement until the pavement has been open to the public traffic for a period of not less than fourteen (14) days. Markers shall be applied using rapid -set epoxy conforming to Caltrans Standard Specifications 95- 2.04. C. RELOCATE TRAFFIC AND ROADWAY SIGNS: All relocated sign installations shall be done in accordance with the Caltrans Traffic Manual. new wood posts shall comply with Caltrans Standard Specifications Section 56 and Standard Plans S41 -3 and S42 -15. D. INSTALL NEW TRAFFIC AND ROADWAY SIGNS: All signing which is required to complet the work shown on the signing and striping plan and which is not completed by relocating existing signs 1 shall be installed new. 2 -17 TRAFFIC SIGNAL AT BACKBAY DRIVE A. DESCRIPTION: Furnishing and installing traffic signals and highway lighting systems and payment therefore shall conform to the provisions in Section 86, "Signals and Lighting ", of the Caltrans Standard Specifications date July, 1984, and these Special Provisions. SC -16 B. EQUIPMENT LIST AND DRAWINGS: The controller cabinet schematic wiring diagram and intersection ' sketch, to be mounted on the cabinet door, shall be combined into one drawing so that when the cabinet door is fully open, the drawing is oriented with the intersection. The Contractor shall furnish two (2) maintenance manuals for all new controller units, auxiliary equipment, and vehicle detector sensor units, control units and amplifiers. The maintenance manuals and operation manuals may be combined into one manual. The maintenance manuals or combined maintenance and operation manuals shall be submitted at the time the controllers are delivered for testing or, if ordered by the Engineer, previous to purchase. The maintenance manuals shall include, but not be limited to, the following items: (a) Specifications (b) Design Characteristics (c) General Operation Theory (d) Function of all Controls (e) Troubleshooting Procedure (Diagnostic Routine) (f) Block Circuit Diagram (g) Geographical Layout of Components (h) Schematic Diagrams (i) List of Replaceable Component Parts with Stock Numbers The Contractor shall guarantee, for a period of at least one year after acceptance of the work by the City Council, all materials and workmanship against any defects whatsoever. Any such defects shall be repaired at the Contractor's expense. Furnish one (1) reproducible, in addition to the required five (5) sets, of the cabinet schematic wiring diagram (cronoflex or sepia mylar). C. SCHEDULING OF WORK: The Contractor may perform subsurface work consisting of the installation of conduit, foundations, and detectors, prior to receipt of all electrical materials and equipment. Aboveground signal work shall not commence until such time that the Contractor notifies the Engineer, in writing, of the date that all electrical materials and equipment are received, SC -17 I SC -18 The Contractor shall furnish, to the City, detail drawings and calculations for the foundations and said work shall start within fifteen (15) days ' after said date. No materials or equipment shall be stored at the job sites until receipt of said notification by the Engineer. The job sites shall be maintained in neat and orderly condition at all times. ' All striping, pavement markings, and signing shall be in place prior to signal turn on and /or opening of street to public travel. D. FOUNDATIONS: Portland cement concrete shall conform to Section 90 -10, "Minor Concrete ", of the Standard Specifications and shall contain not less than 470 pounds of cement per cubic yard, except concrete for reinforced pile foundations shall contain not less than 564 pounds of cement per cubic yard. The Contractor shall furnish, to the City, detailed drawings and calculations for the foundations required to support the special poles shown on the plans, prepared by a Structural Engineer registered in the State of California. E. STANDARDS, STEEL PEDESTALS, AND POSTS: Where the plans refer to the side tenon detail at the end of the signal mast arm, the applicable tip tenon detail may be substituted. I SC -18 The Contractor shall furnish, to the City, detail drawings and calculations for the foundations required to support the special poles shown on the plans, prepared by a Structural Engineer registered in the State of California. F. CONDUIT: Non - metallic type conduit will not be allowed on this project. Insulated bonding bushings will be required on ' metal conduit. Ager conductors have been installed, the ends of conduits terminating in pull boxes and controller cabinets shall be sealed with an approved type of sealing compound. Rigid metal conduit, to be used as a drilling or jacking rod, shall be fitted with suitable drill bits for size hole required. I SC -18 G. PULL BOXES: Grout in bottom of pull boxes will not be required. Pull boxes, pull box covers, and pull box extensions shall be concrete. Standard Plan Drawing ES -8, "Pull Box Details ", Note 4a.5 and b.9 shall not apply to this project. H. CONDUCTORS AND WIRING: Conductors shall be spliced by the use of "C" shaped compression connectors as shown on the plans. Splices shall be insulated by "Method B ". K. TESTING: The City will not require that the traffic signal control equipment or cabinet be tested at the California Transportation Laboratory or other independent test facility. However, the City will require that the equipment and cabinet be tested as specified in the sixth paragraph of Section 86- 2.14A, "Materials Testing ", of the SC -19 Subparagraph 5. of the first paragraph of Section 86- 2.09D, "Splicing ", of the Standard Specifications is deleted. Insulation for conductors installed for internally illuminated street name signs shall be color coded orange with no stripe. I. BONDING AND GROUNDING: Grounding bumper shall be attached by a 3/16 inch, or larger, brass bolt in the signal standard or controller pedestal and shall be run to the conduit, ground rod, or bonding wire in adjacent pull box. Grounding jumper shall be visible after cap has been poured on foundation. J. SERVICE: If service equipment cabinet design deviates in any way from the details shown on the plans, details of such deviation shall be submitted to the Engineer for review before fabrication of the contract cabinets. If deemed necessary by the Engineer, one complete prototype cabinet shall be delivered to the Engineer for review at least thirty (30) days before fabrication of the contract fixtures. The prototype cabinet will be returned to the Contractor and, if permitted by the Engineer, the cabinet may be installed in the work. K. TESTING: The City will not require that the traffic signal control equipment or cabinet be tested at the California Transportation Laboratory or other independent test facility. However, the City will require that the equipment and cabinet be tested as specified in the sixth paragraph of Section 86- 2.14A, "Materials Testing ", of the SC -19 I • I A knowledgeable representative for the manufacturer or distributor of the traffic signal control equipment shall be present for the turn - on, and for a reasonable period of time thereafter, as determined by the Engineer. If the representative for the manufacturer or distributor is not qualified, or authorized, to work on the control equipment, the Contractor shall arrange to have a so qualified signal technician, employed by the controller manufacturer or his representative, present at the time the equipment is turned on. L. PAINTING: The controller cabinet and Type II service shall be painted white. SC -20 Standard Specifications and that the Certificate of Compliance and signed test report be forwarded to the City along with a written certification from the supplier stating that the controller units, auxiliary equipment, and cabinet, fully 1 wired, meet the requirements of the Standard Specifications and these special provisions. The sixth paragraph in Section 86- 2.14C, "Functional Testing ", of the State Standard Specifications, is amended to read: During the test period, and until such time thereafter, that nay and all Contract related deficiencies of the new or modified system, or systems, have been corrected, the City will maintain the system, or systems. The cost of any Contract related maintenance necessary, except electrical energy, and maintenance due to damage by public traffic, shall be at the Contractor's expense and will be deducted from any monies due, or to become due, the Contractor. The functional test shall consist of ten (10) continuous days. Turn -on of the new traffic signal system shall not be on, nor shall the functional test start on, a Friday, Saturday, Sunday, holiday, or any day preceding a holiday. The Traffic Engineer shall be notified at least forty -eight (48) hours prior to the intended turn -on. I A knowledgeable representative for the manufacturer or distributor of the traffic signal control equipment shall be present for the turn - on, and for a reasonable period of time thereafter, as determined by the Engineer. If the representative for the manufacturer or distributor is not qualified, or authorized, to work on the control equipment, the Contractor shall arrange to have a so qualified signal technician, employed by the controller manufacturer or his representative, present at the time the equipment is turned on. L. PAINTING: The controller cabinet and Type II service shall be painted white. SC -20 I I F I I I I C' I I I Fill I I I I The controller cabinet may be painted white with baked on enamel, per Multisonics Corporations' application, or approved equivalent. M. TYPE 90 CONTROLLER ASSEMBLIES: Furnish and install 8- phase Multisonics 820 System Controller wired to operate 6- phase, complete with integrated coordination telemetry, and time base coordination capability, in Type "P" cabinet. The convenience receptacle shall have ground -fault circuit interruption as defined by the code. Circuit interruption shall occur on 6 milliamperes of ground -fault current and shall not occur on less than 4 milliamperes of ground -fault current. The conflict monitor shall be a "Plus" monitor manufactured by Solid State Devices, 127 West Geneva Drive, Tempe, Arizona, 85282, or approved equivalent. A special external bicycle timing logic package shall be provided in the traffic signal controller cabinet. For each phase on which bicycle push buttons are used, the bicycle timing logic package shall have a separate solid -state circuit with a solid -state timer capable of an adjustable timing period from 0 to 16 seconds, and a display lamp. The lamp shall indicate when a bicycle push button call has been registered, and shall remain on until the "bicycle timing" described below has been completed. Actuation of a particular bicycle push button will activate its' respective bicycle timing logic which will place and hold a vehicle call on the associated vehicle phase as specified below: For actuations received during the yellow or red interval of the phase, the bicycle timing circuit shall place and hold the vehicle call until the start of the next green interval for the phase. At the start of the next green interval, the vehicle call will continue to be held until the present time on the adjustable timer has "timed out ". For actuations received during the green interval of the phase, the bicycle timing shall begin immediately and the bicycle timing circuit shall place and hold the vehicle call during the bicycle timing provided that bicycle SC -21 timing has not previously occurred during that ' same green interval. Actuations received during the green interval ' while the bicycle timing is in effect, or after the bicycle timing has been completed, will not be remembered or carried over to the next 1 cycle. The bicycle timing will be totally independent of the controller timing and the removal of the bicycle timing logic package shall not affect the normal operation of the controller. If vehicles or pedestrians are also placing calls on the phase that has received a call from the bicycle timing circuit, then either the vehicle ' time, pedestrian time, or the bicycle time, whichever is longest, shall be in affect during the time the affected phase is being serviced. The bicycle timing logic package shall be provided in a separate shelf mounted housing, and the individual timing circuits for each of the individual phases shall be in the same housing, and shall be connected by the NEMA approved connector and harness. The cabinet supplied for the Type 90 controller assembly shall conform to Section 86 of Caltrans Standard Specifications and shall be constructed of aluminum alloy conforming to the following special conditions: I SC -22 Cabinets will be constructed of sheet aluminum alloy 5052, with a minimum thickness of 0.125 inches. The cabinet inlet surface shall have a smooth natural aluminum finish. All exposed edges shall be free of burrs and pit marks. All welds shall be neatly formed and free of cracks, blow holes, and other irregularities. All welds will be made by the Heliarc welding method. The cabinet shall have rigid inside angle arms for anchoring it to a base. Angle arms shall be aluminum alloy 5052 minimum of 0.125 inch thickness and minimum width of 2.5 inches by 2.5 inches. I SC -22 a • I M. VEHICLE SIGNAL FACES AND SIGNAL HEADS: Signal section housings shall be either metal or plastic type. All lamps for traffic signal units (including programmed visibility type) shall be furnished by the Contractor. In the event that plastic heads are to be supplied, as in alternate, all post top mounted installations shall utilize TV -1 -T mounting brackets in place of the TV -1 mounting shown on the plans. N. PEDESTRIAN SIGNALS: Pedestrian signals shall be Type C and shall be Indicator Controls Corporation P/N 4096BN, or approved equivalent, mounted utilizing Clam shell type mountings. hood described in "Visors ", The Section 86- 4.05D, of the Standard Specifications shall be provided. O. DETECTORS: Loop detector sensor units shall be rack mounted, Type B (2 or 4 channel) utilizing sequential scanning of channels. The rack mounted unit shall include an integral rack mounted power supply. Loop detector lead -in cable shall be a four conductor, .25 inch diameter, shielded and shall be Canoga Controls Corporation CC30003, or approved equivalent. Lead -in cables shall be connected in accordance with the manufacturer's instructions for one two channel configurations. The number of sensor units and lead -in cables required to achieve the specified detection shall be installed. The Contractor shall test the detectors with a motordriven cycle as defined in the California Vehicle Code, that is licensed from street use by the Department of Motor Vehicles of the State of California. The unladen weight of the vehicle shall not exceed 220 pounds and the engine displacement shall not exceed 100 cubic centimeters. Special features, components, or vehicles designed to activate the detector will not be permitted. The Contractor shall provide an operator who shall drive the motordriven cycle through the response or detection are of the SC -23 detector at not less than 3 miles per hour nor more than 7 miles per hour. P. PEDESTRIAN PUSH BUTTONS: Pedestrian push button signs, for push button assemblies to be installed on pedestrian push button posts, shall be 5" X 7': ". All other pedestrian push buttons signs shall be 9" X 12" and shall not extend beyond the mounting framework. Installation of push button assemblies for bicycle use shall be in accordance with City Standard Plan ' STD - 913 -L, and shall be 5" X 7�11. Q. LUMINAIRES: Luminaires shall be the cutoff type. Glare shields are not required on full cutoff luminaires. Each luminaire shall be die -cast aluminum, with integral regulator ballast and Type IV photoelectric control (Section 86- 6.07A) for use in a multiple 120V circuit. The optical assembly shall provide true 90° cutoff and shielding (without external glare shield) and shall consist of: a glass or glass coated gasketed reflector; a heat and impact resistant, flat glass lens; a porcelain enclosed mogul multiple screw shell socket with lamp grips. The optical assembly shall contain an activated charcoal filter which prevents particulate and gaseous contamination. The reflector shall be specifically designed to produce an ANSI, IES medium, cutoff, Type III light distribution when used with either a 250 or ' 400 watt high pressure sodium lamp. Luminaires shall be General Electrical M -400 A cutoff power /door units or approved equivalent. R. PHOTOELECTRIC CONTROL: Type IV photoelectric controls shall be provided on each luminaire and on each internally illuminated street name sign. S. BALLASTS: The 12th paragraph in Section 86 -6.10, "High- Intensity- Discharge Lamp Ballast ", of the Standard Specifications is amended to read: ' Ballasts for luminaires to be mounted on mast arms, brackets, or lowering assemblies shall be the regulator type and shall be located within SC -24 86- 6.10A(1) LAG -TYPE REGULATOR BALLASTS.- - Each lag -type regulator ballast shall have the primary and secondary windings electric- ally isolated and, when operated with the appropriate lamp, shall have the following characteristics and shall maintain the fol- lowing lamp operation: I I I I I I 1. The power factor shall be not less than 90% throughout the life of the lamp at nominal line voltage with a nominally rated reference lamp. 2. Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 18% for ±10% input voltage variation. 3. For nominal input voltage and lamp voltage, the ballasts design center shall not vary more than 7h,$ from rated lamp watts. 4. The ballasts shall be designed so that a capacitance variance of ±6% will not cause more than a ±8% variation in lamp wattage regulation throughout rated lamp life for nominal input voltage. 5. The lamp current crest factor shall not exceed 1.8 for input voltage variation of ±10% at any lamp voltage from initial through life. SC -25 the luminaire housing. the ballast for each horizontally mounted luminaire shall consist of components mounted on the luminaire housing, components mounted on a metal plate secured to the housing, or components mounted on a down ' opening door. The door shall be hinged and secured to the luminaire housing separately from the refractor or flat lens frame. The door shall be secured to the housing in a manner to prevent its accidental opening when a refractor or flat lens frame is opened. ' Section 86- 6.10A, "Regulator Type Ballast ", of the Standard Specifications is amended to read: Regulator type ballast shall be lag -type or lead -type and shall conform to the following: 86- 6.10A(1) LAG -TYPE REGULATOR BALLASTS.- - Each lag -type regulator ballast shall have the primary and secondary windings electric- ally isolated and, when operated with the appropriate lamp, shall have the following characteristics and shall maintain the fol- lowing lamp operation: I I I I I I 1. The power factor shall be not less than 90% throughout the life of the lamp at nominal line voltage with a nominally rated reference lamp. 2. Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 18% for ±10% input voltage variation. 3. For nominal input voltage and lamp voltage, the ballasts design center shall not vary more than 7h,$ from rated lamp watts. 4. The ballasts shall be designed so that a capacitance variance of ±6% will not cause more than a ±8% variation in lamp wattage regulation throughout rated lamp life for nominal input voltage. 5. The lamp current crest factor shall not exceed 1.8 for input voltage variation of ±10% at any lamp voltage from initial through life. SC -25 1 • • f J! 86- 6.10(2) LEAD -TYPE REGULATOR BALLASTS.- - Each lead -type regulator ballast (CWA- constant wattage autoregulator) shall, when operated with the appropriate lamp, have the following characteristics and shall maintain the following lamp operation: This item includes all work, equipment and materials required ' to restore the traffic signal at Jamboree Road and Pacific Coast Highway to its working condition prior to the onset of construction. This work includes, but is not limited to, the following: 1. Installation of approximately ten (10) 6' X 6' inductive detector loops. 2. Furnishing and installation of two (2) No. 3k pull boxes and two (2) No. 5 pull boxes. 3. Furnishing and installation of approximately 90 feet of 1' inch conduit, and DLC. SC -26 1. The power factor shall be not less than 90% when the ballast is operated at nominal line voltage with a nominally rated reference lamp. ' 2. Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 30% for ±10% input voltage variation. 3. For nominal input voltage and lamp ' voltage, the ballast design center shall not vary by more than 7':% from rated lamp watts. 4. The ballast shall be designed so that a capacitance variation of ±6% will not cause more than a ±8% variation in lamp wattage regulation throughout rated lamp life for nominal input voltage. 5. The lamp current crest factor shall not exceed 1.8 for input voltage variation of ±10% at any lamp voltage from initial throug life. 2 -19 TEMPORARY REMOVAL AND REPLACEMENT OF TRAFFIC ' SIGNAL EQUIPMENT AT JAMBOREE ROAD AND PACIFIC COAST HIGHWAY This item includes all work, equipment and materials required ' to restore the traffic signal at Jamboree Road and Pacific Coast Highway to its working condition prior to the onset of construction. This work includes, but is not limited to, the following: 1. Installation of approximately ten (10) 6' X 6' inductive detector loops. 2. Furnishing and installation of two (2) No. 3k pull boxes and two (2) No. 5 pull boxes. 3. Furnishing and installation of approximately 90 feet of 1' inch conduit, and DLC. SC -26 I work, equipment and materials provided under this bid item ' shall conform to Caltrans Standard plans and Specifications, dated July, 1984. ' Contractor may make splices in pull box shown on the plan per Section 86 -2 of the Caltrans Specifications. Contractor may use existing DLC. Payment for the work, equipment and materials provided under this bid item shall be made at the lump sum bid price installed in place. No additional compensation will be allowed. 2 -20 EROSION CONTROL HYDROMULCH ' Erosion control shall conform to the provisions in Subsection 308- 4.9(c), "Erosion Control Planting," of the Standard Specifications and these Special Provisions. ' The Contractor shall be responsible for securing from and following the recommendations of soils report prepared by the Soil and Plat Laboratory, Inc., 1534 South Trotter, Santa Ana, California (714) 558 -8333. The costs of said report shall be borne by the Contractor. Hydroseeding shall consists of Method B planting of material consisting of a mixture of fiber, seed, commercial fertilizer, binder, fugitive dye, and water to the areas shown on the plans or directed by the Engineer. Fiber shall be produced from non - recycled wood such as wood chips or similar wood materials and shall be of such character that the fiber shall not be produced from sawdust or from paper, cardboard or other recycled materials. Fiber shall be colored to contrast with area on which the fiber is ' to be applied, shall be nontoxic to plant or animal life, and shall not stain concrete or painted surfaces. ' Seed shall be mixed on the project site in the presence of the Engineer. Commercial fertilizer shall be Gro- Power, Earthmaster CPF -3- 3-3 or approved equivalent. Organic soil stabilant shall be Ecology Control M- Binder, terratack III or approved equivalent. ' Water shall be of such quality that if it will promote germination and growth of seeds and plants. Water shall not ' contain weed seeds, nor shall it be obtained from sources containing more salts than are contained in irrigation water used in the vicinity. t SC -27 r Humectant shall be CPA 1200, Tera Sorb or approved equivalent. The proportion of erosion control materials shall be ' performed in a thoroughly clean tank with a built -in, continuous agitation system of sufficient operating capacity to produce a homogeneous slur and a discharge ' system which will apply the slurry to the slopes at a continuous and uniform rate. The tank shall have a minimum capacity of 1,000 gallons. The Engineer may authorize use of equipment of smaller capacity if it is demonstrated that ' such equipment is capable of performing all the operations satisfactorily. A dispersing agency may be added provided the Contractor furnishes evidence that the additive is not harmful to the mixture. Any materials considered harmful, as determined by the Engineer, shall not be used. The slurry shall be applied within 30 minutes after the seed has been added to the slurry. rThe item for erosion control shall include full compensation for installation of hydromulch in accordance with the plans, irrigation and maintenance of the slope landscaping for a period of three (3) months or until the ground cover is established to the satisfaction of the City of Newport Beach and no additional compensation will be allowed therefore. r2 -21 A.C.P. WATER LINE AND APPURTENANCES ' Work under this item includes furnishing and installing 10- inch and 12 -inch A.C.P. water lines including gate valves, couplings, fittings and all other miscellaneous appurtenances as shown on Sheet 3A of the project drawings. A. PIPE: A.C.P. water line shall conform to Sections 207 -7 and 306 -1.2.8 of the Standard ' Specifications. B. FITTING: All fittings for the waterlines shall be D.I.P. and shall be manufactured in accordance with AWWA C110, and shall have "push -on" joints designed for use with the type of pipe to be joined, unless noted otherwise. All fittings ' shall have the exterior surfaces coated with bituminous material. Wall thickness of the ductile iron pipe CL50 shall be designed in accordance with AWWA C151. C. RESILIENT WEDGE GATE VALVES: Valve shall be ' manufactured to meet all applicable requirements SC -28 1 • 0 1 F L i 1 of AWWA Specifications C500. Valves shall be bubble -tight at 200 psi water working pressure. Each valve shall have maker's name, pressure rating and year in which manufactured cast on the bony. Prior to shipment from the factory, each valve shall be tested by hydrostatic pressure equal to twice the specified working pressure. Wedge shall be of urethane rubber fully encapsulated on the gate. 1 Each valve shall have a smooth unobstructed waterway free from any sediment pockets. ' Body and cover bolts and nuts shall meet Specification ASTM A -307 and be suitable rustproofed. Valve shall be factory fusion - bonded 1 epoxy lined and coated. Stem nut shall be in full compliance with AWWA specification with cast integral stem collar and 1 furnished of bronze conforming to ASTM B132 Alloy. Valves shall have hydrostatic shell test of 400 psi and shut -off test of 200 psi. At the 200 psi shut -off test, valve must be bubble -tight -- Zero (0) leakage will be allowed. Valve be shall Clow R/W or approved equivalent. D. VALVE BOXES: Valve boxes shall be Brooks 1 Products, Inc., valve Box No. 4 TT or approved equal. Valves not in vaults shall be provided with valve boxes. E. GASKETS: Gaskets for flanged joints shall be ring -type cloth- inserted SBR or Neoprene rubber gaskets, 1/8 inch thick. The gaskets shall be ' full faced extending from the inside diameter of the flange to at least the outside edge of the ' bolt flange. Wherever blind flanges are used, the gasket shall consists of 1/16 inch thick cloth- inserted 1 neoprene rubber sheet which shall cover the entire inside surface of the blind flange and shall be cemented to the surface of the blind flange. Gaskets for bell and spigot connections shall comply with the type of pipe they are used with, SC -29 1 0 • SC -30 and are referred to in the general description of ' the pipe type. F. SLEEVE -TYPE COUPLINGS: Unless otherwise specified, all sleeve -type couplings shall be cast ' iron with stainless steel bolts. Couplings shall be Dresser Style 53, Smith -Blair Cast Couplings or approved equal. G. FLANGE BOLTS AND NUTS: The use of bolts and nuts will be allowed only to connect flanged fittings, where specified on the plans. Bolts shall be of ' steel with ANSI regular unfinished square heads. Threads shall be coarse thread series, Class 2A and 2B fit. All nuts and bolts shall be cadmium plated with non -oxide grease applied to the threads prior to installation. H. CONNECTIONS TO EXISTING WATER MAINS: The ' Contractor shall obtain the Engineer's approval prior to connecting into existing water mains. Dry connections to existing mains shall be made at times which will cause the least inconvenience to ' the water consumers, and shall be planned in such a manner that the duration of any shutdown will be kept to a minimum. No additional compensation will be paid for overtime which may be necessary in making connections to existing mains. When a dry connection to the existing main is made, at least two ounces of HTH (Calcium Hypochlorite) shall be placed in the pipe at each point where the existing main is cut. All new pipe and fittings at the connection shall be swabbed internally with an approved chlorine solution. ' All connections shall be made in the presence of the Engineer. I. THRUST BLOCKS AND ANCHOR BLOCKS: Thrust blocks and anchor blocks shall be installed along force mains where the direction of pipe changes 15 degrees or more, at fittings, at stub ends and at ' all other locations shown on the plans. Concrete for thrust blocks and anchor blocks shall be cured as specified for "Pipe Bedding and Encasement" in the Concrete Class Use Table, Section 201 of the Standard Specifications, prior ' to pressure testing or trench backfilling. SC -30 to ' J. BACKFILL AND DENSIFICATION: All trench backfill and bedding shall be compacted to 90 percent minimum relative compaction. K. WATER PRESSURE TEST: The Contractor shall test ' all force mains in the presence of the Engineer. Caulked joint pipe shall be center loaded and all joints exposed during the test. Rubber gasket 1 joints need not be exposed. The test shall consist of holding the test pressure in each section of the main tested for a period of two ' hours. The test pressure at the lower end of each section of main tested shall be 225 psi unless otherwise specified. The water necessary to maintain this pressure shall be measured through a meter or by other means satisfactory to the Engineer. The leakage shall be considered the amount of water entering the force main during the test, less the measured leakage through valves and bulkheads. Leakage shall not exceed 65 gallons per inch diameter per mile per 24 hours. Noticeable leaks shall be repaired and any defective pipe shall be replaced with new sections. ' All labor, materials, tools and equipment for the testing shall be furnished at the expense of the Contractor. L. DISINFECTING WATER MAINS: Water mains may be disinfected during the leakage test, providing satisfactory means acceptable to the Engineer are provided to protect against chlorine damage in case of a leak. Otherwise, water mains shall be chlorinated and flushed after the Engineer's acceptance for leakage and before connection to the existing system. ' Chlorinated water shall be retained in the pipe line for at least 24 hours. After the chlorine treated water has been retained for the required time, the chlorine residual at the pipe extremities and at other representative points shall be at least 24 ppm. This procedure shall be repeated, if necessary, until samples of water ' show the mains to be in a sterile condition. valves and other appurtenances shall be operated while the pipe line is filled with chlorinated ' water. All disinfecting procedures, unless otherwise specified, shall be in accordance with the AWWA ' SC -31 6 0 Standard C 601, "Standard for Disinfecting Water Mains." M. PAYMENT: The payment for these items (10 -inch and 12 -inch A.C.P. water lines) shall be made at the contract unit price per lineal foot of pipe installed and shall include full compensation for ' all labor, materials, and equipment required to place the pipe, valves, fittings and appurtenances and connect to the existing 10 -inch water line as shown on the project plans and described in these ' specifications. No further compensation will be allowed. 2 -22 12" HOT TAP EXISTING WATER LINE; 1011 HOT TAP EXISTING WATER LINE A. HOT TAP EXISTING 30" CONCRETE CYLINDER PIPE: Work ' under these items consists of two (2) hot taps to an existing 30" water line at the locations shown per Sheet 3A. The tapping sleeves shall be Kopple Split Tapping Sleeve with nozzle and o -ring RC -200 or equivalent. The tapping sleeve shall be two half sections bolted and shall completely encircle ' the existing 30" water main. The nozzle shall be flanged steel, flat face recessed for tapping valve. Bolts and nuts shall be stainless steel and the tapping sleeve shall be coated inside and ' outside with epoxy. Gaskets shall conform to Section 2 -21E. The tapping valve shall conform to Section 2 -21C. ' Payment for this item shall be made at the contract lump sum price and shall include full compensation for all labor, materials and equipment required to make the hot tap connections. No further compensation will be allowed. ' 2 -23 TRAFFIC CONTROL ' The work under this item shall comply with Section 7 -10 of the Standard Specifications and the Traffic Control Plan portion of the project drawings. Traffic control shall also satisfy the conditions as stated in Section 1 -10 of the Special Conditions of these project specifications. Payment for this item of work shall be made on a lump sum ' basis and shall include full compensation for all labor, materials including striping, and equipment required to SC -32 i 1 i I 0 complete the work as shown on the project drawings. No additional compensation will allowed. 2 -24 CONNECTION TO EXISTING 101' A.C.P. The work under this item includes furnishing and installing a 10" ductile iron tee, gate valve, thrust block and miscellaneous piping necessary to connect the new 10" A.C.P. water line to the existing 10" A.C.P. water line as shown on Sheet 3A. Valves, piping and fittings shall conform to applicable portions of these Special Conditions and the Standard Specifications. Payment for this item shall be made at the contract lump sum price and shall include full compensation for all labor, materials and equipment required to make the connection. No further compensation will be allowed. SC -33 1 1 1 II 1] 1 6 0 APPENDIX A Soils Report 1 ' GEOTECHNICAL 0 CONSULTANTS, INC San Francisco • Santa Ana • Ventura, California • Eugene, Oregon City of Newport Beach October 9, 1985 ' Public Works Department P.O. Box 1768 Newport Beach, CA 92663 -3884 585051 Attention: Mr, Horst Hlawaty Subject: Results of Geotechnical Reconnaissance for ' Proposed Jamboree Road Improvements, City of Newport Beach ' Gentlemen: This report presents the results of our geotechnical ' reconnaissance for the proposed widening of Jamboree Road between Backbay Drive and Pacific Coast Highway, City of Newport Beach, California. At the time of this study, no details were available concerning specific aspects of the road improvement project; ' however, our reconnaissance was approached on the conceptual basis that approximately 40 feet of additional roadway width would be gained by modifying existing slopes and that limited changes might ' be made in present street grades Field exploration consisted of a site reconnaissance ' and the excavation, logging and sampling of three rotary bucket drill holes to depths of 16 to 26 feet, at the approximate locations shown on Plate 1 -Plot Plan. The drill hole logs are attached to this report as Plates A -1,1 through A -1.3. Following drilling exploration, laboratory testing was conducted on representative samples of the earth materials encountered to define engineering characteristics and prepare recommendations for development. Test results are on file in this office. 'Site Conditions Findings t2001 East 4th Street • Suite 102 • Santa Ana • CA 92705 • Phone (714( 547 -5413 The existing Jamboree Road alignment trends in a ' northeasterly direction from Pacific Coast Highway downward through graded cut slopes to Backbay Drive where a small fill has ' been placed on short segment of the north side of the intersection to support a the roadway. The total length the is of project t2001 East 4th Street • Suite 102 • Santa Ana • CA 92705 • Phone (714( 547 -5413 0 0 585051 2 approximately 1,000 feet. The graded cut slopes are on the order of 20 to 35 feet high and are estimated to be at an inclination of one horizontal to one vertical. Significant rilling and localized erosional incisions up to four feet deep were observed along these ' slopes. The existing fill slope on the north side of Jamboree ' Road, near the intersection with Backbay Drive is approximately eight to 10 feet high and appears to have been graded at an inclination of two horizontal to one vertical. No significant erosional features were observed on this slope. Ueotechnical Setting A majority of the cut slope exposures within the study area have been mapped as Quaternary Marine Terrace Deposits (Qt). The materials consist of fine to coarse grained sand with varying ' inclusions of silt and clay. Shell fragments along with gravel and cobble beds were observed within the Terrace Deposits at near - horizontal attitudes suggesting a poorly- bedded, flat -lying ' geologic unit. Underlying the Terrace Deposits is a thin bedded, ' finely laminated dull white to light brown chalky siltstone unit of the Monterey Formation. These materials were encountered at depth in Drill Hole -2 and are exposed for a short distance in the cut slope on the north side of Jamboree Road, several hundred feet ' west of Backbay Drive. Bedding within the Monterey Formation is oriented favorably to the existing cut slope. The Terrace Deposit sands and to a lesser extent the Monterey Formation silts comprise ' the source for proposed fill materials on this project. The small existing fill unit along the northeast side ' of Jamboree Road at Backbay Drive, is approximately eight to 10 feet deep and consists of brown sand, silty sand and clayey sand materials that were generally moist and medium dense. The fill unit overlies an Estuarine Deposit (Qe) that consists of similar ' materials that are medium dense to dense. A perched water zone was encountered within the Estuarine Deposits exposed in Drill Hole -3 at a depth of 16 1/2 feet. This reflects the only exposure of groundwater during the course of exploration. lJ 1 S85051 3 ' Conclusions and Recommendations Based on our field exploration, laboratory testing and analysis, the proposed widening concept for Jamboree Road between Backbay Drive and Pacific Coast Highway is geotechnically feasible. The following recommendations should be incorporated ' into the project design: Site Preparation - All vegetation and debris should be removed from the existing slopes and the area of additional fill placement north of Jamboree Road near Backbay Drive, prior to grading. These materials 1 should be properly disposed of offsite. Jamboree Road Widening Cut Slopes - The majority of the road widening effort will consist of re- excavating existing cut slopes to gain additional street width. The newly created cut slopes should not be graded any steeper than two horizontal to one vertical with surface drainage directed away from the slope faces. ' Fill Slooe - Widening of the existing fill slope near Backbay Drive can be accomplished by overexcavating the fill subgrade to a depth of two ' feet below lowest adjacent grade, replacing the materials in six to eight -inch thick horizontal lifts and compacting each lift to at least 90 percent relative compaction relative to the maximum dry density determined by the standard test method designated ASTM D1557. Subsequent fill placement to ' achieve the widened road section can be accomplished with excavated onsite soils placed and compacted in a similar fashion. Equipment width horizontal benches should be excavated into the existing slope as the new ' fill is brought up, to remove loose surface soils and create a proper tie -in between the two units. The newly created fill slope should not be graded any steeper than two horizontal to one vertical, with surface drainage directed away from the slope face. HDdificAti4D_tQ_Exiliing —grader: - In addition to proposed widening, the existing Jamboree Road grade may be raised on the order of six feet in the central - easterly portion of the project alignment. In this ' area, the existing asphalt pavement should be removed from the project with the resultant aggregate base I I I585051 11 I 0 0 subgrade processedand recompacted to at least 90 percent relative compaction prior to fill placement. Pavement Criteria - Following excavation grading and the completion of all fill placements compacted to a minimum 90 percent relative compaction, the subgrade beneath proposed pavement areas should be processed to a depth of six inches and recompacted to at least 95 percent relative compaction. Following this, aggregate base materials can be placed and compacted to at least 95 percent relative compaction. ' In terms of pavement design, proposed excavations will generate two distinctly differing earth materials that could be present at pavement subgrade. A sample of the upper Terrace Deposit materials (which contain a substantial silt and clay constituent) was tested and determined to have an R Value of 6, which is similarly reflective of the Monterey Formation materials. Conversely, the lower Terrace Deposit soils which are more granular, tested at an R Value of 46. Unless it is practical to selectively grade the fill areas to create at least a two foot cap of the more granular soils at pavement subgrade, we recommend that an R Value of 6 be utilized for pavement design. 1 ObggLVatjDn_and— Tgfj1II9 - Site preparation and compacted fill placements should be observed and tested by qualified personnel. This report was prepared for the exclusive use of the City of Newport Beach for specific application to proposed Jamboree Road improvements in accordance with generally accepted foundation engineering practices. No other warranty, either express or implied is made. al Respectfully submitted, GEOTECHNICAL CONSULTANTS, INC. Charles Kendall, En 'neering /Geologist/No. 1024 Jose F . Montagna, Civil Engineer No. 13408 al 0 S85051 City of Newport Beach Plate 1 SITE PLAN a o � DH-2 oQ c O h Qt h `J Qt Qt c 4 U O O a o .v ~ :; Pacific Coast Highway 1 1 0 Qt Qt q C7- Not To Scale E JOB NO.: 585051 PROJECT: Jamboree Road Widening LOCATION Newport Beach DRILLING METHOD: Rotary Bucket. 18 -inch 0 LOG OF DRILL HOLE LOGGED BY: J. Thurber CHECKED BY: SHEET 1 OF 1 LEGEND TO LOGS ON PLATE A -2 PLATE A - 1.1 DRILL HOLE NO.: DH_7 j DRILLING DATE: August 23, 1985 DATUM REFERENCE EL.: 85 feet •,l, ea." SHEET 1 OF 1 LEGEND TO LOGS ON PLATE A -2 PLATE A - 1.1 •,l, ea." O •una m� .4 c p Z o GEOTECHNICAL DESCRIPTION : o^'e z m �a o• v AND CLASSIFICATION m z� _ s, u o• 3 110 s • m 2 Z. a u ° i 0 _ "TERRACE DEPOSITS- CLAYEY SILT (ML), brown, firm, minor clay 1 3 114 7 I j ( 2 A slightly damp throughout 95 6 I 1 =_ p – .I S (Qt)_ 7 _ 3 4 SANDY SILT (ML), brown, firm, weak laminations, minor pebble 127 I 8 I I Ch =- minor sand I I n y I I I I I I grading sandier 10 r.... F 0; 2 1 I I IDS 10 DS — TERRACE DEPOSITS" Qt SAND (SP) to SILTY SAND (SM), yellow -brown. dense. coarse- grained, minor rock fragments (Tm) and j .- "calcrete" fragments layer of From 511NOY SILT (ML) at 12 feet I I 1- 5 3 becoming light gray color and finer grained 97 3 i 70 — . •� i + -� 6 to 8- SILTY CLAY LITER (CL), light r 9 AY. damp. firm . L LjA; 6 I I 7. 4 fine to medium grained sand, minor Oa 5 , !- clay layers, minor silt locally t F becoming COARSE SAND (SP), orange -gray, damp. dense, minor shell fragments, minor gravel (upto 1') increasing sand size. increasing %bell fragments and pebbles 1 .• B 20 becoming yellow gray, dry I 09 2 Bottom of drill hole at 26 feet. No caving or water. Drill hole bactfiiled and tamped. SHEET 1 OF 1 LEGEND TO LOGS ON PLATE A -2 PLATE A - 1.1 JOE NO.: S6SDS1 PROJECT: Jamboree K1denlng LOCATION: MwrPOrt 644d1 DRILLING METHOD. Rater, Eucaet. 16 -Inch LOG OF DRILL HOLE LOGGED BY: J. Thurber CHECKED MY: • SHEET 1 OF 1 LEGEND TO LOGS ON PLATE A•E PLATE A - 1.2 T DRILL HOLE NO.: OM -f DRILLING DATE: August 25. 1965 OATV%1: REFERENCE EL.: e5 Feet .rnaMr SHEET 1 OF 1 LEGEND TO LOGS ON PLATE A•E PLATE A - 1.2 .rnaMr O was e GEOTECHNICAL DESCRIPTION ■ 4 aka i 06 u_ AND CLASSIFICATION s-i i i i O� s a 00 �2 p o w •-+ p p a - w w a w O a 7 u �� ► t 6 2• asphalt. no base •TEIIMCE xrosm• (a) 1 5 ,r CLAYEY SILT (11L). light bran. damp, fire, trace of clay 77 36 —'• •NoNnw FOWTIOI• (T■) •.•. DY SILT Ua). light bran, very fire, fine gralned aaM, It d stay I 2 6 — seltstone, thin bedded, finely 1ar111 I.W. fractured with SO 35 , r — Fe oxide coating fracturo. Diltaeceae I i I I 1 •• ) 6 — — fractures coated with Fe aside and gypsum 77 i 52 I 1 I .DS - —_ Increasing city, Increasing meleturea orange to "dike J I brow, light gray silica" layers I _ I - lD- •... layer of SILTY CLAY (CO, light grayish brew, damp, Tl a 7 — fractured with Fe "Ida and gypsum coatings 76 70 I t5 L _ i I y I • I I I -r_ b«aaing madlam brow, minor fine sand j '0 J ... _ 5, 1 gotta of drill hole n 16 feet. me water, no owing. i ~ .....� 11 hole Welt111ed and tamped. Placed 2' of cold I patch at v wd Iml. I SHEET 1 OF 1 LEGEND TO LOGS ON PLATE A•E PLATE A - 1.2 0 JOe NO.: S6SOS1 PROJECT: JmmborN Rod Widening LOCATION Newport $each. CA DRILLING METHOD: Rotary WCeet Winch LOG OF DRILL HOLE LOGGED eY: J. Thurber CHECKED BY: 9G DRILL HOLE NO.: ON-0 DRILLING DATE: August 23. INS DATUM. REFERENCE EL.: 29 Foot SHEET 1 OF 1 LEGEND 70 LOOS ON PLATE A•2 PLATE A — 1.3 — Op •r,a if o GEOTECHNICAL DESCRIPTION i O m�i ow: a s er ea u AND CLASSIFICATION rte• sae 7 ip0 < t �_wa • e �� Y_ s G p w t i • • l a p 7 u 0 2• Asphalt peremnt war 2- grerelly sa" war 1' asphal 1 1 -FILL- (of), SAND (S►) to SILTY SANG (SR) It. broom-gray. 105 9. Wedium dense.fina grained sand, admr silt and shell 1 fragments �• ••• gram(( sandy silt Ivan with few cobbles 2 ! 95' 4 •f11LTY7SAND ► ..:' aS (SN) light brown. Sodium dense, 20 tine grained sand, minor clay, settled color, shell fragmoets is — 'Q .�.,'. 'fill' (a1) �•�•�� S P •, CLAYET SAND (SC), art brown, amdium dense, 10]! 16 colon are mottled, increasing Mount of clay, slightly j plastic f , •• :%r_% becmlnc vm moist _ 'ESTLVIAINE DEPOSITS- (08) ' to —•'-• i ' A- 1 _ SILTY SAND (SR), brown. Sedium done 116 15' 3 OS ,. moderate amount of silt and clay 1 _ I i- increasingly dense, nn pebbles r 1 14 ••� _ 5 2 •".' dense to drone 109 15 Winer clay, trotst of coarse grained Sind, mostly fim . — I grained sand r I ^" .. • r L � 1 I ••• I 6 g becoming Ork Mew. weakly laminated 110 151 T :V y 7 S 119 1 Sotto of drill helm at 26 fast. No tavi ,bleared, ft. Drill hole was water in hole at app. lvwtely 1q oo backfilled and tamped. Placed Y Asphalt cold patch. SHEET 1 OF 1 LEGEND 70 LOOS ON PLATE A•2 PLATE A — 1.3 ' 585051 • • rlete z i LEGEND TO LOGS 1 I� 1 I1 13 SYMBOLS FOR EA COBBLES GRAVEL SAND SILT CLAY SANDSTONE SILTSTONE SHALE CLAYSTONE GRANITE GEOLOGICAL CLASSIFICATION DESCRIPTION ENGINEERING CLASSIFICATION AND DESCRIPTION D TEST DATA M— —0 (RC) SOIL - UNIFIED SOIL CLASSIFICA- MOISTURE CONTENT CONVENTIONAL TION SYSTEM WITH LETTER PERCENT OF DRY WEIGHT. "S" TERMINOLOGY SYMBOL IN PARENTHESIS ROCK - CONVENTIONAL TERMI- INDICATES COMPLETE SATURATION NOLOGY WITH (R) FOR ROCK_ DRY DENSITY SYMBOLS POUNDS PER CUBIC FOOT 1 WATER LEVEL OTHER TESTS PERFORMED WATER SEEPAGE DS = DIRECT SHEAR TEST D UC = UNCONFINED COMPRESSION TEST ' HEAVY CAVING - - -- SAMPLES AND CORES M - - 0 TC = TRIAXIAL COMPRESSION TEST (RC) CN = CONSOLIDATION TEST UNDISTURBED EX = EXPANSION TEST LIGHT CAVING - - -- -- -DISTURBED TEST CP=COMP SIZED TER GS =GRAIN SIZE DETERMINATION - -- UNSUCCESSFUL SAMPLING PM = PERMEABILITY TEST ATTEMPT SE = SAND EQUIVALENT DETERI✓IN- GEOLOGIC ATION STRUCTURE ----CORING RUN BLOW COUNT FOR 12 AL (45/10 = ATTERBERG LIMITS (LIQUID LIMIT /PLAS- INCH SAMPLER TICITY INDEX) B N 75 W 50 s IB = BEDDING) PENETRATION (O.D. = 32 INCHES. 12 INCH DROP) RELATIVE COMPACTION PERCENT OF MAXIMUM DRY DENSITY CN 15E 75W 7 (C = CONTACT) -l. i vOLSS. (DRIVING WEIGHTS) OBTAINED BY LABORATORY COMPAC- STRIKE J N 45W 135E (3) - 1400 TION TEST ON REPRESENTATIVE AND DIP IJ = JOINT) SAMPLE S N30E 45W IS - SHEAR) F N 15E 20W IF = FOLIATION) �I _ © _- 1 I� 1 I1 13 SYMBOLS FOR EA COBBLES GRAVEL SAND SILT CLAY SANDSTONE SILTSTONE SHALE CLAYSTONE GRANITE 1 0 0 APPENDIX B State Encroachment Permit 1 a • 'I I.........1: N� ♦'��)h .l; .. I„nN�l ENCROACHMENT PERMIT In compliance wt h your application of ].6 _.-1986 received on ..._ ___ —_. July 22 _1986 1 Environmental document information has been reviewed and considered prior to apprcval of this permit ❑ No S3 Yes In addition to any set fees the permittee will be billed for anyfield work by Caltrans 'forces and Review: ❑t No ❑ Yes Inspection M No❑ Yes N �) prolect work shall be commenced until all other necessary permits and environmental clearances have been obtained. 1 City of Newport Beach 3300 Newport Blvd. Newport Beach, CA 92663 Attn: Horst Hlawaty- Public Works PERMIT NO. /86 -NSN -1852 UDibkA T01 R1Tf ; 43P M' FEE PAIp DEPOSIT +exempt t BOND AMOUNT BOND COY ►AN BOND NUMBER, DATE August 25, 1986 PERMITTEE: subject to the General Provisions and the following, PERMISSION IS HEREBY GRANTED to: eplace existing traffic signal equipment, place A.C. overlay and modify median nose and destrian push button facility within State right of way, at Pacific Coast Highway (Rte. O1) and Jamboree Road, 07 -ORA -001- 17.43, in the City of Newport Beach,.all in accordance lth current State Specifications, the attached Special Provisions and the Permit Plana s ted August 25, 1986. 1. Pedestrian traffic shall be protected at all times. Traffic control shall be provided by the Permittee in accordance with current State Standards subject tb the approval of the State Permit Inspector. (Continued on Page 2) L. Kellerman (714) 9 -6851 between 0700 and 0900 Permittee shall notify permit inspector by calling �Eyllermag�28 =; (� n 'a minimum of three working days prior to the initial start of work and one working day prior to closing traffic lanes. Permittee shall arrange a pre - Construction meeting with their Contractors and the permit inspector to insure a fcomplete understanding of the work and the permit requirements. 'BY ACCEPTANCE OF THIS PERMIT, THE PERMITTEE UNDERSTANDS AND AGREES TO REIMBURSE THE STATE FOR ANY AND ALL COSTS INCURRED FOR HAVING CORRECTIVE WORK PERFORMED BY STATE FORCES OR UNDER CONTRACT IN THE EVENT THAT THE PERMITTEE, HIS CONTRACTOR OR UBCONTRACTOR FAILS TO INSTALL, REPLACE, REPAIR, RESTORE OR REMOVE FACILITIES TO STATE PECIFICATIONS FOR THE IMMEDIATE SAFE OPERATION OF THE HIGHWAY AND SATISFACTORY COMPLETION OF ALL PERMIT WORK. IT IS UNDERSTOOD THAT THE ABOVE CHARGES ARE IN ADDITION TO ANY PERMIT FEES AND THAT THE 'PERMITTEE WILL BE BILLED FOR SAID CHARGES AFTER SATISFACTORY COMPLETION OF ALL PERMIT WORK." 1 Permittee, his agents or contractors are bound by and shall comply with all provisions of this permit and the nstructions of the State representative while performing any work authorized by this permit. The following attachments are also included as part of this permit. a) Utility Maintenance Provisions: 0 No M Yes b) Special Provisions: 0 No as Yes A, B, C, H, Q 'c) Cal -Osha permit required prior to beginning work: No o Yes M This permit is voidunlesstheworkiscompletedbefore April 30 19 87 This permit is to be strictly construed and no other work other than specifically mentioned is hereby authorized. ,WORK SHALL BE SUSPENDED IF PERMIT COPY IS NOT AT JOB SITE. Orange San Juan ,Curl - Elect. Insp. Kellerman -Insp. JP /dn ,Y,) 7 -MA -74 FCB 94 L-W ;ity of NOWJ-, rt. Beach 86 -N SN -1852 g( 2 1 work authorized under this Permit shall be coordinated with work authorized under Permit #784 -NMC. -2391 issued t.o the City of Newport Beach. '. The traffic signal system(s) will be maintained by State forces. Traffic signal system shutdowns shall be limited to normal hours as directed by State Inspector. 6. Care shall be exercised by the Permittee's contractor to avoid damage to existing signal and lighting equipment shown on the attached As -Built Plan. If such equip- ment are damaged by reason of the Contractor's operations, they shall be replaced or restored at the Contractor's expense. If the work authorized by this permit is to be performed by contractors for a Pub- lic Agency, the Permittee's contractor shall furnish the State with a signed appli- cation requesting a separate Caltrans permit authorizing the contractor to perform the work within the State Highway right of way for the Permittee. The Permittee's contractor will be required to reimburse the State for the cost in- curred for engineering inspection of the work within the State right of way and all other permit related field work performed by Caltrans Maintenance Forces. The Permittee's contractor is required to have the signed original permit with all Special Provisions and plans stamped CALTRANS PERMIT PLANS dated August 25, 1986, at the job -site at all times while work is being conducted. A pre -job conference shall be arranged by the Permittee or the Permittee's contrac- tor with the State Electrical Inspector one week prior to the start of work. Any and all work performed under this Permit shall be subject to the authority and approval of the State Permit Inspector. 1�Construction Notes 11 and 12 on Sheet 4 of 16 shall be subject to the approval of the State Permit Inspector. 1 1 1 d 1 J iI f i DEPARTMENT Of TRANSPORTATION (CALTRANS) GENERAL PROVISIONS TO ENCROACHMENT PERMIT OM -M -P -2028 (Rev. 2/82) 1. AUTHORITVa This permit is Issued in accordance with Chapter 3 Division T, commencing with Section 660 of the Streets and Highways Code. ' 2. KEVOCATIONe Except as otherwise provided for public corporations, franchise holders, and utilities, encroachment permits are revocable on five days notice. These General Provision•, Utility Maintenance Provi- sions, and this Encroachment Peralt issued hereunder are revocable or subject to modification or abrogation at any time, without prejudice, however, to prior rights, including those evidenced by joint use agree- ments franchise rights or reserved right for operating purposes in e grant of highway sasement. 1� 3. PERMITS FOR RECORD ONLVs If occupation of highway right of way is under joint use agreement or under prior easement, encroachment permits Will be issued to the permittee for the purpose of providing Coltrane with notice and record of work, end for the term@ and conditions relating to public safety. No now or different rights or obligations are Intended to be created by the permit in such cases and all such prior rights *hell b,s fully protected. Encroachment Permits issued in such cases *hell have designated across the face thereof "Notice and Record Purposes Only ". (District Office of Right of May must give approval for this designation). ' A. R[SPONSIRLE PARTVs No party other than the named permlttee or contractor of the permittes is authorized to work under this permit. �5. ACCEPTANCE OF PROVISIONSs It is understood and agreed by the pormlttoo that the doing of any work under this permit shall constitute an accept- ance of the provisions of this permit and all ottechmsnts. ' 6. 00 PRECEDENT ESTAOLISNEOs This permit to issued with the understanding that any particular actirn is not to be considered as establishing any Precedent (1) on the que6tlon of the expediency of permitting any certain kind of encroachment to be erected within right of way of state highways or (2) as to any utility of the acceptability of any such permits an to any other or future situation. I. NOTICE PRIOR TO STARTING NORRa Before starting work under the Encroach- , ment Permit, the peralttee shall notify the District Director or other designated employee throe working days prior to initial start of work. When work has been interrupted, an additional 24 -hour notification 10 required before restarting work. Unless otherwise specified, all work ' 1rintoresperformed on weekdays and during normal working hour* of the 8. KEEP PERNII 90 IRE WORKS The Encroachment Permit or a copy thereof ' shall be kept at the site of the work and must be shown to any represen- tative of Coltrane or any low enforcement officer on demand. WORK SMALL BE SUSPENDED If PERMIT IS NOT AT JOB SITE AS PROVIDED. 19, CONFLICTING PERMITS• If a prior encroachment conflicts with the pro- posed work, the new pormlttes must arrange for any necessary removal; or relocation with the prior permitter. Any such removal or relocation will be at no expanse to the State. 0. PERMITS FROM OTHER AOENCIESs The party or parties to whoa a permit is iasued shall, whenever the ease is required by law, secure the written order or consent to any work under a permit from the Public Utilities Coomiseion of the State of California. Cal -OSHA or any other public L 11 12 7 13 11. 1S. 16. 17. 18. i J LEI n L �I [_] agency having Jurisdiction and any permit shall not be valid until such order or consent in obtained. PROTECTION NF TRAFFICI Adequate provisions shall be made for the pro- tection of the traveling public. The warning signs, lights and other safety devices and other measures required for the public safety, shall conform to the requirements of the Manual of Traffic Controls or any sign manual issued or to be issued by Caltrans and /or the current Caltrans Standard Specifications. Traffic control for day or nighttime lane closures will be in conformance with Coltrane standard plans for Traffic Control System. Nothing in the permit is intended an to third parties, to impose on persittes any duty, or standard of core, greater than or different than, the duty or standard of care imposed by law. i MINIMUM INTERFERENCE WITH TRAFFICS All work shall be planned and carried out so that there will be the least-possible inconvenience to the traveling public. Persittes 1a authorized to place properly attired flagmen to stop and warn conventional highway traffic for nocessamry protection to public safety, but traffic shall not be unreasonably delayed. flagging procedures shall be in conformance with the instructions to flaggers pamphlet and or Manual of Traffic Controls issued by Coltrane. STORAGE OF HATERIALSR No construction material shall be stored, nor equipment parked, within ten (10) feet fro■ the edge of pavement or traveled way. Utilities are subject to the provisions of Section 22512 of the vdhicls Code. CLEAN OF RIGHT OF MAY$ Upon completion of the work', all brush, timber, scraps, material, etc. *hall be entirely removed and the right of way shall be left in as presentable a condition as existed before work started. STANDARDS OF CONSTROCTIONs All work performed within the highway shall conform to recognized standards of construction and current Caltrans Standard Specifications and any special provisions relating thereto. INSPECTION AND APPROVAL DT�CALTRANSs All work shall be subject to inspection and approval by Caltrans. The persittee shell notify Caltrans when the work has been completed. ACTUAL COST OF RILLINGs When the permitter is to be billed actual costs (as indicated on the face of the permit) such costs will include salaries, traveling expenses, incidental expenses and overhead. FUTURE MOVING OF INSTALLATIONS a) Installation Requested by Permittde. If the Encroachment Permit was issued at request of the persittee, it in understood that whenever construction, reconstruction or maintenance work on the highway may require, the installation *half, upon request of the Department, be immediately moved by and at the sole expense of the persittee, except as otherwise provided by law, or by any applicable perait provisions. b) Utility Moves Ordered by_Caltrena. If the installation made under a permit is being relocated in accordance with Coltrane "Notice to Relocate Utility Facility-, the persittee shall have the some and no greater rights as relocated he it enjoyed prior to saving at Coltrane order. c) UtiIi t y in freeway. This section end the other sections of these General Provisions are subject to Article 25 of Chapter 3 of Divi e i on 1 of the Streets and Highways Code and other applicable law and in the case of any inconsistency, the said Article 25 or other applicable law shall control the removal from or relocation of utili,ty facilities in freeways. d) future Moving of Installation. it is understood by the persittee that rhenever construction, reconstruction or maintenance work on the highway say require, the meta l I a t ion provided for herein a h a l 1, upon request of Cnit runs, he moved by the Pe raittea, the cost of the move to be borne by the pa,ty legally responsible therefor. I - 0 0 lr RESPONSIBILITY FOR DANAGL% btate of LS iirornla ana ail officer$ and employeea thereof, including but not list ted to the Director of Transpor- tation and the Deputy Director, shall not be answerable or accountable in any manner for injury to or death of any person, including but not limited to the permittee, persona employed by the permittee, persona acting in behalf of the permittee or for damage to property from any cause which might have been prevented by the permittee, those persons employed by the permittee, or persons acting in behalf of the persittee. The persitee ' shall be responsible for any liability imposed by law and for injuries to or death of any person including but not limited to the permittee, person employed by the permittee, persona acting in behalf of the permittee, or . damage to property arising out of work permitted and done by the permittee ' under a permit or arising out of the fat lure on the permittee's part to perform his obligations under shy permit in respect to maintenance or any other obligations or resulting ,from defects or obstructions or from any cause wnateaever during the progress of the work, or at any subsequent ti■ worx le Doing perroreso unasr the ooligations proviaeo oy ano contompistoo oy the permit. ins permittee snail indemnity and move harmless the State of California sn- ail officers and employees thereof, including but not limited to the _ Director of Transportation and the Deputy Director, from all claims suits or actions of every name, kind and description brought for or on account o injuries to or death of any person, including but not limited to. the permittee, persons employed by the permittee, persons acting in behalf of th9 permittee and the 'public or damage to property resulting fro* the performance of work under the permit or arising out of the failure on the permittee'® part to perform his obligations under any permit in respect to maintenance or any other obligations or resulting from defects or obstruc= tione or from any cause whatsoever during the progress of the work.or at any subsequent time work is being performed under the obligations provided by and contemplated by the permit, except as otherwise provided by statute The duty of the permittee to indemnify and save harmless includes the duties to defend as set forth in Section 2778 of the Civil Code. The permittee waives any and all rights to any type of express or implied indemnity against the State, .to of ricera or amp loyaea. It is the intent of the parties that the permittee will indemnify and hold harmless the State; its officers and employees from any and all claims, suits or actions as set forth above regardless of the existence or degree of fault or negligence, whether active or passive, primary or secondary, o ' the part of the State, the permittee, persons employed by the permittee or persons acting in behalf of the permittee,. 20. BONDING% This permit shall not be effective for any purpose unless and ' until the permittee files with the Grantor, a surety bond in the-form and amount required by said Grantor. A bond Is not ordinarily required of any public corporation or publicity or DDrivately owned utility, but will be required of any utility that fails to meet any obligation arising out of ' the work permitted or done under an Encroachment Permit or fails to _ maintain its plant, work or facilities. 21. MAKING REPAIRS% In every case the persittee shall be responsible for ' restoring to its former condition as nearly as may be possible, any portioi of the highway which has been excavated or otherwise disturbed by permittee except where Caltrans elects to make repairs to paving and except where pr avia ion to the contrary is a a d a in the written portion of any permit. T permittee shall maintain the surface over facilities placed under any Pero for a period of o n a (1) year after coapl a tion of work under the permit. 1; the highway is not restored as herein provided for, or if C It r a n a elects t make repairs, permittee agrees by acceptance of permit to hear the rc--t thereof. I 221 CARE OF OBAIMAREs If the work contemplated in any Encroachment Permit shall interfere with the established drainage, maple provision shall be made by the permittee to provide for It as may be directed by Caltrana. ' 271 SUBMIT Pt ARs for Installation of all underground facilities and all surface work of consequent•, the permittee shall furnish a plan showing location and constuction details with its application. Upon completion of the work ss -built plane of sufficient accuracy shall be submitted to the District to determine location of the facility. ' 241 MAIRTEMAMCEs The permittee agrees, by acceptance of a per a it, to meinteln properly any encroachment placed by it in the highway and in inspecting for the preventing any Injury to any portion of the highway resulting from the encroachment. 'n L✓ I 11 251 COST BF Rents Unless otheruis* stated on the permit or separate written agreement, all costs Incurred for work within the State right of way pursuant to this Encroachment Perart shall be barns by the permittee and permittee hereby waives all claims for indemnification or contribution from the State for such work. 261 FEDERAL CIVIL RISMTS RERUIREMEMTS FOR PUBLIC ACCOMMSOATIRMr ( A ) The permittee for himself, his personal representatives, successors In interest, and assigns as part of the consideration hereof, does hereby covenant end agree that (1) no person on the ground of race, color or national origin shall be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination in the use of said facilities. (2) that in connection with the construction of any Improvements on said lands and the furnishing of services thereon, no discrimination shell be practiced In the selection of employees and contractors by contractors in the selection and retention of first -tier subeontraetora, in the selection of second -tier subcont.rectors, (7) that such discrimination shell not be practiced against the public in their access to and use of the facilities and services provided for public accommodations (such as eating, sleeping, rest, recreation and vehicle servicing) constructed or operated on, over; or under the space of the right of way, end (A) that the permittee shell use the premises in compliance with all other requirements Imposed pursuant to Title 15, Code of Federal Regulations, Commerce and foreign Trade, subtitle A. Office of the Secretary of Commerce, Part S (15 C.F.R. Part S), and as said Regulations may be amended. (R) That in the event of breach of any of the above nondiscrimination covenants, the State shall hove the right to terminate the permit and to re -enter and repose*• said land and the facilities thereon, and hold the same as if said permit had never been made or issued. ' 2T, u ARCRAEBLeBILALI The permittee shall cease work in the vicinity of any archaeological resources that are revealed. The Permit Engineer shell be notified Immediately. A qualified archaeologist retained by the permittee will evaluate the situation and make recommendations to the Parmi't.Englneer concerning the continuation of the work. Department of Transpo tion(Caltrans) UTILITY MAINTENANCE P ISIONS • TO ENCROACHMENT PERMIT ' DM -M -P -228 (Rev. 12/80) Any public utility or public corporation who lawfully maintains a utility encroachment may perform routine or emergency maintenance on such facility in accordance with the following provisions (unless updated at some future time, thence the future provisions shall govern): A. Exclusions: These provisions do not authorize tree trimming or routine maintenance work on freeways (expressways), for which a special permit is required. B. Encroachment Permit for Maintenance: The maintenance work must be in conformance with an eperoachment permit (individual or annual blanket). The permit or a copy thereof shell be kept at the site of the work and must be shown to any representative of Caltrana or any law enforcement officer on demand. WORK SHALL BE SUSPENDED If PERMIT IS NOT AT JOB SITE AS PROVIDED. ' C. Notice Required: - (1) Routine maintenance and inspection -- Before proceeding, the Permittee shall notify the Caltrana representative ' in whose territory the work Is -to be done. n I [1 I (2) Emergencies -- The representative shall be notified as soon as pos- s- ible -.- Ih addition, and except as otherwise provided herein, the- 'Permittee',sh'all- immediately address a confirming letter to the,Distrdct Permit Engineer. A permit shall be Issued for the emergency work on a freeeay'o'r ifs rot co "vereC °by' i`'iairtenance permit. D. Standard of Work: All work performed within the highway shall confore'to 'retogn "izi'd stshdi�de b'i utili`ty c'bnotruct -ion and Caltrana current Standard Specifications. E. Emergency Repairs The Permit tee 'may " mike' " sin's rg'BnEy repairs by excavating th`ibugh improved "surfaces, dnjY'when brooks in the conduit, cable, or pipeline under the pavement present a definite hazard to traffic or aerioue in'terruptlon if`�eeee'ntial e'e-rvYca. "In' "su*ch -cases the Caltrana repre as otetiva shell be'noti -find- immediately. Backfill and p'a'vement ispl "eceie -nt shall be performed in accordance with the applicable General Provisions (i.e., "Making Repairs," "Backfiliing "). F. Open Excavations: No excavation shall be left open after daylight hours, unless specifically authorized and adequate protection for traffic Is provided in accordance with the General Provision "Protection of Traffic." Department of Transportation (Caltrans) Page 2 i UTILITY MAINTENANCE PROVISIONS TO ENCROACHMENT PERMIT i G. Service Connections: These provisions do not authorize installation of conduit, cable, gas or water service connections within State highway right of way, regardless of the location of i the main, existing conduit or cable. All new underground or pipe services, conduit, cable or main extensions, or excavations to abandoned services must be covered by individual permits. See iSection H(0) regarding service connections for wires. H. Routing Inspection and Maintenance: (1) Routine maintenance and tinspection on the roadbed shall be conducted between 9:00 a.m. and 3:00 p.m. or as otherwise authorized in writing by the Caltrans representative. ' (2) Manholes -- The Permittee may open existing manholes to repair underground cables. Where the manhole lies within the i Improved surface of the highway, the Permittee will provide adequate protection for traffic in accordance with the General Provision "Protection of Traffic." I (,3) Excavations for routine inspection and repair of pipeline and cables shall: i 52 a) not be made in improved surfaces, landscaped areas or a) closer then 10' to the edge of the pavement without a location of pole or anchor is made. Stubs and anchors must not be placed between existing pole and traveled special permit= and i b) not uncover more than fifty (30) feet of line at any one time. i 52 (0) Pole tines -- Pe-rmittee to authorized to: a) Stub, or reset existing pole, provided no change in i location of pole or anchor is made. Stubs and anchors must not be placed between existing pole and traveled way. ' b) Replace poles, guy poles, and crossarms in exact location limited to two consecutive poles. No additional poles or guy poles are authorized under this routine maintenance, iprovision. c) Replace broken pine and insulators, repair broken wires, pull slack wires, and replace or pull broken or slack i guy e. d) Repair and complete transfer wor4 on existing serial ' cables. e) Install new and replace existing transformers on existing i P la s. i 52 ' D.epartment of TransportVion (Caltrana) UTILITY MAINTENANCE PROVISIONS 10 ENCROACHMENT PERMIT I u J J Ll II Routine Inspection and Maintenancet (continued) Page 3 F) String aerial wire and place additional crossarms on existing poles except where wire crosses the highway. Unless otherwise specifically required by Caltrana, protected cable, tees wire or plastic tree wire guard used for telephone lines any be used through trees where necessary, provided the appearance of the tree or the tree itself will not be damaged. This section (f) does not apply to adopted scenic highways. i g) String service dr.op wires from facilities existing within the highway right of way except where wire crosses the highway. Service wires over highways are subject to Public Utilities Commission regulations and must cross as near right angles as practicable. h) NOTE - A separate permit shall be obtained for each Installation or replacement of wire, drop wire, cable, or other encroachment which crosses the highway or which encroaches upon the highway right of way whether or not attached to or in contact with existing facilities within the right of way. i) Clear grass around base of poles and excavate around poles for inspection, including tamping and straightening. Department of I r a n a p o r t a t i a n( C a l t r a n a) SPECIAL PROVISION "A" (Attached to e11 Permits - 2 -82) 1. Permittee shall notify the Permit Inspector between 0700 and 0900 two (2) working days prior to starting any work authorized by this permit. See the face of the permit lot Inspector's telephone ' number. 2. Peraittee @hall arrange for a pre construction meeting at the Job ' site with the Permit Inspector and ell.ather interested persons two (2) working days prior to starting work, to discuss the permit requirements. 3. In the event that all or a pgrtion of this work is within the working area of a State highway construction project, not work shall be started until all arrangements have been made with the ' State Contractor and Resident Engineer to avoid any and all conflict or delay to the State Contractor. 4. Unless otherwise authorized by the Permit Inspector, all work ' within State right of way @hall be in accordance with the current the satisfaction of the Permit Inspector. Caltrons Standard Specifications and Standard Plans. The Uniform Should there be any discrepancy between the terms of this permit Building Code may be used as the minimum specifications unless a ' mrore stringent specification is required by the local agency, end /or traffic interruption, including a I d a w a I k a end bike permit or Permit Inspector. 6. ' Upon completion of work, Permittee shall clean the highway Improvements shall be constructed at the location shown on the work area shall be left in a nest and presentable condition Pereittee's approved plane if they do not conflict with State the satisfaction of the Permit Inspector. requirements. ' S. Should there be any discrepancy between the terms of this permit maintained at all times for a a f a pa a a a g a through the work and the plans attached hereto, the terms of the psrait will ' 11. Any work authorized by this permit which r9quiraa traffia prevail. ' end /or traffic interruption, including a I d a w a I k a end bike paths, 6. All inspection costs incurred incidental to this work shall be p r m 1 for Inspector I telephone number. borne by the Peraittee. S4 7. All work shell be performed duffing the working hours regularly assigned to Department of Transportation employees unless otherwise ' authorized in writing. S. All costa incurred for work within State right of way puruuent to this encroachment permit shall be borne by the Permittee, and Permittee hereby waives all claims for indemnification or contribution from the State for such work. 9. Upon completion of work, Permittee shall clean the highway and the work area shall be left in a nest and presentable condition and to the satisfaction of the Permit Inspector. 10. A minimum walkway and /or bike path width of 30 inches must be maintained at all times for a a f a pa a a a g a through the work a a e. ' 11. Any work authorized by this permit which r9quiraa traffia divaraIan end /or traffic interruption, including a I d a w a I k a end bike paths, shell be approved by the Permit Inspector. Sea t h a face of the p r m 1 for Inspector I telephone number. S4 lrapartaant of Tran9parta• on (CALTNAN5) • '5pacial P r a v I a I a n "A" (attached to all P a r a I t 9 - 2 -62) Page 2 ' 12. Unless otherwise out harIzad by the Parait Inspector, the normei ' traffic control shall b ii acted to the hours of 0900 - 1500 and open for use by public traffic on Saturdays, Sundays, designated legal holidays and after 3t00 P.M. on Fridays and the day preceding designated legal holidays, and when construction operations are not ' actively in progress on working days. 13. Designated legal holidays srei January let, and third Monday in February, the last Monday in May, July 4th, the first Monday in September, November 11, Thanksgiving Day, and December 25th. When a designated legal holiday falls on Saturday, the preceding Friday shall be a designated legal holiday. 14. The Psrmittea shall provide adequate protection of traffic in accordance with the current traffic control requirements of the ' Department of Transportation (Caltrens), the Standard Specifications Section 7 -1.08 (Public Convenience), Section 7 -1.09 (Public Safety) and Section 12, (Construcion Arse Traffic Control ' Devices), and special provisions of the permit. The condition and location of other traffic control devices shall be approved by the 'arsit Inspector and installed and maintained by the Permit tae in accordance with the permit. ' All cones shall be 26 inch minimum height. Portable delineators used in lieu of cones sheill be placed at one half the spacing for cones. All advance warning signs shell be 48 inch x 48 inch minimum fair approach speeds of 45 MPH or more on two lane highways with traversable control and for approach speeds over 50 MPH on multiple lens directional half roadway and lane closures. At all other ' speeds all warning signs shall be 36 inch by 36 inch minimum except that "Road Mork Ahead" (23) shall be 30 inch by 30 inch minimum. L J t $s During the hours of darkness all necessary cones used for lane delineation shall be illuminated or eeflectorized for approach speeds through 50 MPH. All flagperti'ons shall be trained and their sole duty will be to control traffic. They shall wssr whits hard hats, orange vests or jackets, and have an approved slow /atop paddle. They shall be intervisable or be in communication via 2 -way radio. During the hours of darkness the vest or jacket shall be reflectorized, flogeen stations shell be illuminated such that the flagman will be clearly visible to approaching.traffic and all necessary cones used for lane delineation shall be illuminated or reflectorized for approach speeds through 50 MPH. 15. T h a a19na u a a d for traffic control shall aither b covered, r a a 0 v 0 4 from the right of way, or turned to face away from traffic when not actually in use. 15. All lane c I a a u r a a on auIt,tana highways shall be made using an approved r I a a h I n 9 arrow a, g . the h ate I n a p wctu, 811411 c I a as do*' a 11 pro Ject f u u n to have a u c h a Lana c a a u re w, thaut the reeu1rad f la ah, n arrow aIgne, ' D a p a r t m a n t of T r a n a p a r t a t I o n (CAI TRANS) Special P r o v I a ion "A.. (attached to all P a r a I t a - 2 -82) Page 3 17, The Permlttee shall notify the Division of Highways Signal Laboratory at 213 - 620 -2030, at least 72 hours in advance of any excavation within 500' of the signalized intersection or in the vIcinIty of State lighting facIIItiss. The P a r a i t t a a and /or his contractor assume the responsibility for the payment of all costs Incurred by the State in repairing facilities damaged during construction. Requests for relocation of facilities for the contractor's convenience suet be made in writing with the ' contractor assuming costs. 18. Existing utilities shall be protected from dosage by Permitter. ' 19. existing highway facilities damaged by reason of the Permittee's operations shall be repaired by the Permlttee at his expense. ' 20. Permittee shall be responsible for notifying his contractor and all rub- contractors of the provisions of this permit. No work.wll.l be started until a copy of this permit is given to the controotor•and , ' •soh of his sub- contractors. 21. The Permlttee and /or the contractor shall submit a copy of all -- required Cal'Oshe permits to the Permit Inspector prior to starting work. ' 22. This per a 1t shell be kept at the site of the work and must be shown to any representative of the grantor or low enforcement officer on demand. roilure to comply may require stoppage of all work' within State right of way for a minimum of the remainder of the working ' day. 23. All lone and pavement markings shall be removed by sandblasting or ' sir blasting. 20. Placement of pavement and lane markings shall be done by the ' Permlttee under the direct supervision of the State representative in the field. 25. A survey "at no coat to the State* of the ParaIttaa'a property may ' be required to verify compliance to approved plans. 26. 5 h a u I d work take place between October 15 and Apr 11 15, Permlttee ' shall obtain a long -range clear weather forecast before breaking . Into a main line storm drain. Construction of facilities cannaclIng to t h a a a I n line w111 b p a r a I t t a d only during a clear weather forecast that is acceptable to the Coltrane reproas.ntative. ' 0 n c a operations under this p a t a I t a r a initiated, the work shall be conducted in a eontInuoue a a n n a r until caapIated. Impartment of Transportation (CALTRANS) Special Provision "A" attached to all Permits - 2 -82) logo 4 LJ 11 1 67 i Abandoned connector pipes shall be sealed at both ends with 8 -loch brick and mortar or six inches of concrete. When facilities are allowed to be abandoned in place, backfilling with send, or other ' measures, may be required to protect the highway. This is mandatory for metal pipes 12" In diameter or larger and 911 other pipes 24" in diameter or larger. �. All inlet openings shall be provided with protection bare spaced to provide on opening that does not exceed six inches. L. Peemlttse shall not use Coltrane property for the temporary or permanent storage of excavated materials, rock, sand, cement or ' other material or any equipment, except as specifically noted. LJ 11 1 67 Depar tenant of T r a n s p o r t a t i o n( C a l t r a n a) STANDARD SPECIAL P R 0 V15IDN "B" - (SIRCCI IMPROVEMENTS) 7/B4 �I. This Special Provision sheet "B" and its attachments are to be used ea minimum speciflcationa for construction of sidewalk, curb and gutter, roof drains, and wheelchair ramps at the location shown on ' Peraittee's approved plans. Ii. SIDEWALK 58 1) Sidewalk shall be constructed with Class "A" (6 sack) Portland Cement Concrete four (4) inches in depth except at commercial driveways where six (6) inch depthe respectively, will be required. 1 2) The subbase under the sidewalk shall be 4" of pea gravel or send subbase. The 4" of subbase may be waived provided the native soil has a sand equivalent value of 20% as determined by California Teat M a t h o d 2 17 1 or a determined by the P a r a i t Inspector. 3) A Cancans approved soil sterilant shall be applied as directed by the State representative in the field. The sterilant shall ' r be a borate chlorate a t a r I I a n t containing not I a a a than 25 percent sodium chlorate. The sterilant shall be applied at a rate such that not less than 2.5 pounds of sodium chlorate is applied per 100 square feet of area to be atari11 zed . Sterilant shall not be applied closer than 12 inches to plants and shall be applied by a device approved by the Engineer. 4) The finished grade of sidewalk shall have a crossfall of 1/4" per foot toward the curb. The surface of sidewalks shall be marked into rectangles of not less then 12 square feet nor more ' than 20 square feet with a scoring tool which will leave the edgeorounded or scored to matching adjoining sidewalk. 5) Beck edge of sidewalk shall be placed on the right of way line. Sidewalk width shell be a minimum of 5 feet. 6) Section of existing concrete sidewalks to be removed shall be sawcut on the nearest score mar k beyond the limits of removal unless it is within 5' of an expansion joint. Thia concrete shall be removed to the sawcut line or the expansion joint to.. 1 full depth and disposed of outside the State right of way. ill. CURB AVD 3UTIER ' 1) Unless otherwise authorized by the permit, curb and gutter shall be CaItrans Standard A 2 - 8 . Curb and gutter shall be constructed with c a as "A" (6 Back) Portland Cement Concrete 1 over a minimum of 6" class II aggregate base. 2) Concrete curbs and Butte re a h a 11 be constructed to plan grade or in conformance with alignment and grade of a x i a t i n q curb and gutter. 58 al i i f i • II ,1 11 Department of iransportation(Celtrane) STANDARD SPECIAL PROVISION "B" - (STREr.t IMPROVEMENTS) 7 /BA continued 3) Prior to the removal of existing curb• or construction of new curbs, the Permittee shall relocate surface obstructions (Such ea utility poles, trees, etc.) to locations back of the Proposed curb. Surface obstructions shall also be relocated fifty (50) feet before beginning of curb obstruction and one hundred fifty (150) feet beyond the and of curb construction for safe traffic movement. s) Sections of existing concrete curb• and gutter to be removed shall be sawcut on the nearest score marks beyond the limits of removal unless it is within 5' of an expansion joint. This concrete shall be removed to the sawcut line or the expansion joint, to full depth and disposed of outside the Stets right of way. 5) A monolithic pour of sidewalk and curb and gutter shall not be permitted. 6) Asphalt, colored concrete, flagstone, brick, the or gravel materials are unacceptable unless otherwise authorized by the permit. 7) In the event that the Permittee removes or damages a monolithic curb return and spandrel, the Permittee shall remove and replace the entire curb return and spandrel. IV. ROOF AND SURFACE DRAINS Drains must be restricted to the exclusive purpose of draining rain water from the roof of Permittee's building and /or paved parking lot. Drains if used'for any other purpose, such as draining waste water or domestic supply water onto the highway, will not be authorized. Drains shall be installed at right angles to the curb line unless otherwise authorized. No more than (2) pipe drains shall be installed at each location. If additional drains are necessary, the Permittee shell construct a box structure approved by the permit. V. WHEELCHAIR RAMPS Wheelchair ramps shall be constructed in accordance with the attached detail sheet NO-8 "Wheelchair Ramps ". TYPICAL SECI[ON 91W cgrb_guktet_and_ sidewalk LINE F— VARIA6LE --,--- 5v MIN' i a.. ° ° „__ PCC eidewalK• n99reyate base A 49 reyate subbgr e. AZ -pJ Stlb bast vb y yu.rter • ° A L 4" 4" 4" MIN. TYPICAL SECI[ON 91W cgrb_guktet_and_ sidewalk LINE F— VARIA6LE --,--- 5v MIN' i a.. ° ° „__ PCC eidewalK• n99reyate base A 49 reyate subbgr e. AZ -pJ Stlb bast vb y yu.rter • ° A L 4" 4" Dgpartment of T r a n a p a A t I o n (Ca I t r a n a ) • STANDARD SPECIAL PROVISION "C" - (EXCAVATION AND 8ACKFILL) 1 -82 ` I this Special Provision 0'1601 wCw and its attachments are to be used as a minimum specification for excavating and backfilling within State right of way. I1 Excavation Crossing Roadwayr 1. Pipes shall normally be jacked or otherwise forced underneath 1 pavement without disturbing same. Pavement or roadway shall not be cut unless specifically allowed by the permit. Service pipes will not be permitted inside of culverts used as drainage structures. 2. Except for minimum dimension cut at tie -in to main, no open excavation shall be made within S' of the improved shoulder or between the curb lines. lJ. Contractor shall comply with all State and local safety codes relative to safety measures for protection of workman in trenches and excavations (State of California Administrative Code, Title - 8) 4. All excavation shall be shored and /or tight *heated in lecordence with CAL OSHA requirements. z S. work shall not be permitted in confined spaces until all possible hazardous gases and vapors have been purged. Workmen a hall be equipped with adequate blowers, safety harnesses , hard hots, ropes, ladders and any other equipment necessary. When working in confined spaces, CAL OSHA requirements shall be adhered to. 6. Service connections must be Installed at an angle of 90 degrees from the center line of the State highway which the main traverses. 7. When the permit authorizes installation by the open -cut method not more then one Ions of the highway pavement shall be open -cut at any one time. Any exceptions shell be In writing by the State Prepresentative. After the pipe is placed in the open section, the trench is to be bsckfilled in accordance with specifications, temporary repairs mode to the surfacing and that portion opened to traffic before the pavement is cut for the next section. ■ 6. Hazardous pipeline potholing clauses (petroleum distilstes, gas, electricity, chlorine, etc.)v The Permittee shall furnish Coltrsns with the results of this exploration, having the location and gradsahown to the nearest one -tenth foot tied to State's datum, and certified by a licensed surveyor or professional engineer (civil). 9. P.C.C. pavement shall be scored to a minimum depth of 1 -1/2 ' inches by means of a concrete sew to provide a nest and straight pavement break along both sides of trench{ also, provide an u n f r a c t u r a pavement joint end rigid bonding of pave m n raptacemant patch. a 1 -2. D a p a r 1 me nt o Tr an a or t at l on (C a 1 t r an e) STANDARD SPECIAL PROVISIONS "C" - (EXCAVATIUN AND BACWf ILL) 1 -82 12. A minimum sidewalk and blkfpsth of 30 inches must be maintained at all times for safe passage through the work area. 13. A minimum lateral clearance of S' shall be provided between the (� bdge of excavation and adjacent traffic lanes. A minimum lateral clearance of 2' shall be provided between the edge of surface obstruction and the adjacent traffic lane. Where S' of clearance is not provided, the excavation shall be shored and tight sheeted. In no case shall the clearance be less than 21. 14. Banks of open -cut trenches shall be kept as nearly vertical as possible. Trenches shall not be more than 24^ wider then the outside diameter of the pipe to be laid therein, plus the necessary width to accomodsts sheeting. 15. All open trenches within the traveled way shell be backfiIIad, compacted and temporary repairs made to the surfacing before leaving the job a i t 9 at the end of t h a working day. 16. Tight @hosting and properly placed and aaintaInod a t a a I p 1 a t 9 a a a y be subatItutad for backfilling as authorized by the Permit Inspector. 17. If no a p o 1 1 bank is placed bat an the open a x c a v a t I a n and the traveled way, all open trench shall be backfilled and compacted prior to leaving t h a jab alts at the end c the working day. 18. The trench shell not be excavated more then 700` In advance of ii Excavation C r o a a I n 9 R o a d v a y (cont hued) be left open more then 200' 1n the re sr 10. A.C. pavement shall be @cored as required above for P.C.C. any given portion of the trench pavement except w h a r In the opinion of the State Inspector t h a ' 1 pavement has been cut neat and straight along both sides of trench to provide an u n f r a c t u r a d and Leval pave a ant joint for bonding 11. Where the edge of the trench is within 2 feet of existing curb end gutter, the asphalt concrete pavement between the trench and the 19. All vegetation shell c kit b shall be removed and reptlaced. the trench 11. Where the edge of the trench is within 2 fast of existing curb and gutter, the asphalt concrete pavement between the trench and In diameter she 11 be cut. the curb shall be removed and replaced. 12. A minimum sidewalk and blkfpsth of 30 inches must be maintained at all times for safe passage through the work area. 13. A minimum lateral clearance of S' shall be provided between the (� bdge of excavation and adjacent traffic lanes. A minimum lateral clearance of 2' shall be provided between the edge of surface obstruction and the adjacent traffic lane. Where S' of clearance is not provided, the excavation shall be shored and tight sheeted. In no case shall the clearance be less than 21. 14. Banks of open -cut trenches shall be kept as nearly vertical as possible. Trenches shall not be more than 24^ wider then the outside diameter of the pipe to be laid therein, plus the necessary width to accomodsts sheeting. 15. All open trenches within the traveled way shell be backfiIIad, compacted and temporary repairs made to the surfacing before leaving the job a i t 9 at the end of t h a working day. 16. Tight @hosting and properly placed and aaintaInod a t a a I p 1 a t 9 a a a y be subatItutad for backfilling as authorized by the Permit Inspector. 17. If no a p o 1 1 bank is placed bat an the open a x c a v a t I a n and the traveled way, all open trench shall be backfilled and compacted prior to leaving t h a jab alts at the end c the working day. 18. The trench shell not be excavated more then 700` In advance of pipe laying and shell n a t be left open more then 200' 1n the re sr 1 thataaf. Re au r fee ing of any given portion of the trench shell be completed within one week following loving of pipe in that am ctIon. 19. All vegetation shell 'io removed from the area of the trench before eomm a n c I n z *it the exc a et ion apar atInne. 20. No tram roots over 2" In diameter she 11 be cut. the roots ovar 2^ 1n diameter she 11 be carefully tunneled under end wrapped In burlap anc kept aolst until the trench has been back r llled. 1k :ny =aI gee ' "1: ,„, un used vodu, 4''.e trees ,.f t h A trunk o r I i m b s " 1 1 1 b P d n m a g P d b y t. P i r u a n. GI I I L._I I I I I I 11 I I E1 I - 3 - D a p a r t m a n t of Tr an a p o r t at ion (Ca ltr a n a ) STANDARD SPECIAL PROVISIONS "C" - (EXCAVATION AND BACKF ILL) 1 -8 2 II Excavation C r o a a ing Roadway (conti.uad) 21. 1f the t r a ea involved are d oes together or of a u c h it is i m p r aetic a to pr oter.t all roots over 2 1 n c h a a In furt h a r that cutting of roots under 2 Inc has in diameter permanently damage the trees, a p a c I a I arrangements a h a I I the P a r m I t t a a to prune the tree t 0 p a In order to balance This work aha11 b performed under the close a u p a r v I a I o n State Traa Maintenance Super visor. i e Ize that diameter or aay be made by root lose. of the 22. No manhole shall be conotructed within 20' of any parkway tree. 23. Temporary pavement patches shall be placed and maintained in a smooth riding plane free of humps or depressions. IIl Backfill 1. Structural backfill within the existing or proposed roadbed area shall be compacted In horizontal layare not exceeding B" in thickness using approved hand, pneumatic or mechanical type tampers to obtain a "relative compaction" of 95 percent using California Test Method 2167. Structural backfill out aide of slope lines and not beneath the roadbed shall be compacted to a relative compaction of 90x. Backfill material shall have 3 "Sand Equivalent" value of not leas than 20 as determined by the California Test Method 217f, if the excavation fells within the existing or pr posed roadbed. Cnns' ;IIdatIon by ponding and jetting will be p a r m I t t a d when, a determin;:;d by the inspector, the backfill material is of such character that It will be self- drain'ing when compacted, and the foundation materials will not be softened or be otherwise damaged by the a p p 1 4 a J water and no damage from hydro3tetIe pre a 9 u r a will result. Pond inq_and_jetting_of_ the_ upper_4'_b_e low _finishe4_grede_ Se_not_permitted. When ponding and jetting Is permitted, material for use as structural backfill shall be placed and compacted in layers not exceeding 4' in thickness. Ponding and jetting methods shall be supplemented by the use of vibratory or other compaction equipment when necessary to obtain the required compaction. 2. Backfill material may consist of sand - cement slurry using 2 sacks of cement per cubic yard of sand and water with 2% of calcium chloride as determined and authorized by the Permit Inspector. 3. Where it is n a c a a a a r y to tunnel under axIatin9 curb and gutter, sidewalk, or underground facIITt1aaI the void shell be b a c k f I I I a d with 2 a a c k aand - cement slurry. 4. By accepting this parmIt, the Per mu tea a g r a ea to pay all laboratory coats in connection with the n a c e a s a r y to ate which may be required by the 0apar t m e n t of I r a n 9 p o r t at ion engineer to d a t a r m I n a the sand a q u i v a le rit value of the backfill mater l al or the trench b a c k f 111 compaction. It is further understood that t h a Frequency of 5u^'1 te'rta •ihai 1) a mi�.imum or one to. jta per maximum of 150L' of ennt:nunaa tren Ft r. le v'at ionv of n4)t leas than every 62- ' ` Department of 7 r0naportatIon (CaItrane) STANDARD SPECIAL PROVISIONS "C" - (EXCAVATION AND DACKFILL) S. Prior to a t a r t I n g the trench baakfIII, the Permittee shall make the necessary arrangements with materials testing laboratory to conduct these testa with certification from a professional engineer (civil). ' IV Pavement Repairs 1. Rep sire to P.C.C. pavement shall bs made within S working days of completion of bookfill mind shall be made of Portland Cement Concrete containing a minimum of 7 snake of cement per cubic yard. Replacement of P.C.C. pavement shall equal existing pavement thickness. The concrete shall be satisfactorily cured and protected from disturbance for not less than 48 hours. Nigh early cement say be required at the discretion of the Permit Inspector. !. Concrete sidewalks or curbs shall be out to the nearest score marks and replaced equal in dimensions to that removed with scars marks matching existing adjacent sidewalk or curb. 3. Repairs to A.C. pavements' shall be mad* within S working days of completion of backfill and shall be made with asphaltic concrete meeting State specifications, with every effort made to match the existing pavement a@ to color and surface texture. 49 Replacement of the roadway structural section (pavement, base, subbase, etc.) shell be equal or better in all respect* to %he thickness and materials in the beat portions of the existing structural section. Minimum thickness*@ shall be 4" asphaltic 1 concrete on 8" class II aggregate bass. V REQUIRED MARKERS Except s@ hereinafter provided in paragraph 3 of this subsection, all underground installations of pipes, cables, and conduits in a highway right of way shall be marked and designated as follows! 1. All Now Installations of Underground Croaaavara, Except Service Laterals A timer or other suitable marker shell be installed and maintained by Permittse outside the ditch line at locations 1 suitable to the District Director where no curbs exist, which marker shall extend 30 inches above the roadway aurfaoe and have stenciled thereon the nature of the underground obstruction and the name or identifying symbol of the 1 P9raIttaa. where curbs exist, the crossover a h a I I be Identified by deacrlptlon and name of owner's stenelled on curb in black letters on white background In a c o a p a c t and legible manner. 163 1 • 0 0 -5- Department of Irana9artatIan (Ca1trana) STANDARD SPECIAL PROVISIONS "C" - (EXCAVATION AND BACKFILL) 1 -0 2 V REQUIRED MARKERS 2 2. All Now logltudlnsI Installations of Underground Pipes, Cab lee or Conduits: 1 Where no curb■ exist, timber or other suitable workers shall be placed adjacent to the conduit or offset to such distance as may be specified ant at intervals not in excess of 1,000 feet, at each angle point, or where noconcentric with the highway improvement, at least every 300 feet. Where the encroachment is located in the traveled way, timber or other suitable markers shall be placed at an offset outside the ditch line at locations suitable to the District Director wltt an offset distance given. Where curbs exist, the information shall be stenciled on the curb near each intersection. 3. Markers should be placed so as not to interfere with vehicle ,recovery areas. 4. Exceptions• In counties and incorporated cities where the Permitter has filed a map or maps with the County Surveyor, City Engineer, District Director of Coltrane showing the ownership and description of the underground facilities mentioned in subsections (1) and (2) above in accordance with ordinances, other regulations or established practice, it will mat be necessary to mark or dealgnate said facilities as required above. VI CATHODIC PROIECTION The Permitter shall perform stray current Interference tests on underground utilities under cathodic protection. The Permittee shall notify Coltrane prior to the tests and perform any necessary corrective measures recommended by Coltrane. VII HIGHWAY STRUCTURES The Permittee will pay for any damage to highway structures cased by gas mains or other pips lines carrying flammable*. This includes, but is not limited to, explosion or fire resulting from such installations regardless of causation. If repairs are not feasible, complete replacement of structure may be necessary. The Permittee will indentify and hold the State harmless from any and all claim* for injury to person or damage to property resulting from such installation. VIII LIMIT 0f EXCAVATION No excavation la to be wade closer than 10 feet from the edge of the pavement e"cept an may be specifically set forth by the permit. Department of Transportation (Coltrane) STANDARD SPECIAL PROVISIONS NCO - (EXCAVATION AND BACKFILL) 1 -ez IX TUNNELcING Except in effecting emergency repair• on utilities no tunnelling will be permitted, except on major installations as may be specifically set forth by the permit. X UNDERGROUND FACILITIES Shell be in accordance withtCaltran's "Policy on high and low risk underground facilities within highway rights of way." Unless otherwise authorized, pipes and conduits shall be instilled in a manner to provide a minimum clearance of 42 inches between the top of pipe and surface. I Ths attached Form 07 Rev. 4 -61 is part of this permit . i i f �1 I I 1 16,5- 0 i N {/1 (� Y�Ea7 �i +Y• " ttY'3 lTS a�M L�� 4 � R: ICY ��t;��j•I ''8� + ��� x' ! n � 4 Bar Y� Sr Q�'a�lt N ��7! N• ��Y % SS!1 � �� z i a 10666 I I' Z . � � � a � s ao E ! g u N � a S L . is /•i�l.iti:4./'Wi.°�iw� ^Y�e -n.:l .:' Da par anent of T r a n a p o r to a n( C a I t r a n 3) 0 STANDARD SPECIAL PROVISION "H" (SIGNAL SHEET) Nay, 1981 This special provison sheet "H" and its attachments are to be used as a minimum specification to install, repair and /or maintain Caltrans signals and /or signal appurtenances. S. field wiring shall be as directed by the Permit Electrical Inspector unless otherwise specified in this permit. the following items are electrical requirements of the permit: 1. Traffic signal work shall be done in accordance with the (State of California) Specifications unless otherwise specified in 7. this permit. 2. The Parmittee shall pay for any temporary wiring or service connections required to keep the signal system in effective operation during modification. 3. Existing traffic signal systems an State highways shall be kept 8. in normal operation for the benefit of the traveling public during progress of the work. If traffic signal system shutdown is necessary, shutdown hours shall be limited to short periods between 9:00 a.m. and 3:00 p.m, as directed by the State 9. Inspector. a. On all permit work involving installation or revision of the 10. State's lighting, signal or electrical facilities, Parmittee shall notify Permit Electrical Inspector at (213) 620 -2030 of his intention to begin work at least (3) three working days in advance. S. field wiring shall be as directed by the Permit Electrical Inspector unless otherwise specified in this permit. I 6. The curb and /or berm or any other item of protection on the traffic side of any signal and /or street light facilities shall remain in place until after the facilities have been relocated. 7. The signal and /or street light facilities shall be relocated prior to starting the road work in the area. 8. Any turn -on of new aignals or the shutdown of existing electrical facilities must be cleared and approved at least (3) three working days in advance with the Permit = lectrical Inspector. 9. Care should be exercised in avoiding existing signal andfor lighting within limits. conduits project 10. In event of conflict with the existing traffic signal and /or lighting ay ate as, wh are n a I a c t r icaI work is author i z a d in tha permit, call Permit I n a p a c t a r at ( 2 1 3 ) 620 -2030. I � ('r A 10 A R 0 SPECIAL PROVISION ^H" (SIGNAL SHE ?r) ay, 1981 11. If it is necessary to disturb the traffic signal equipment or if any damage to the equipment is incurred, all work or repairs shall be exp.edltiously pursued and will be the responsibility of the Permittee at no cost to the Stote. I 12. All repairs shall be made within thirty (3O) days after incurring the damage. All damage causing an immediate danger to public health and safety shall be made immediately. r r I �,i+ AARTNENT'OF TRANSPORTATION (CAA,) STANUARD SPECIAL PROVISION 4P (Lane Closures) iev. 3 -82 As Special Provision sheet "Q" and its attachments are to be used as a minimum speclfica- Lion for the Lana closures with Caltrans right of ray on conventional highways and freeways. cis I I i ,j .o+ 9aI;1f 9 O i l a I t l t;.` I I a a 1 ai t� t. '•' it !�; ' i � I 1' I�� � i�'�ii� 1�;i t•�t ilAAl j I � i�i�'��;Ic;l s9i j 1�t ° d li ii f � • i,l ; ' Ito AWIC Z i f 1 0 e I �A I l: I it I f I I jlt I i E I f- I I i I tlt I ll I, 0 lie t I •a T ' sa } -`�r> ri I iI iq,/ 6 a 11t Hill 1�?�3i�F�i9 Ej� :IN11.} �oi +�E1t� IHfl t�iI6,, t t�9f ! li9: lit �•i� ijggt �i t3� o ILJ O J J lie t I •a T ' sa } -`�r> ri I iI iq,/ 6 a 11t Hill 1�?�3i�F�i9 Ej� :IN11.} �oi +�E1t� IHfl t�iI6,, t t�9f ! li9: lit �•i� ijggt �i t3� F� i! 1 f a� J `a - i 1 3t�i +t� • �2; '- at t�. ). ��iF►� t�tr rtll.t ,�i�F��lfii'{ t i AS! P- 121910111) f ¢ski }1 (•'M��ii�Jli`t!� �' � a � '�jvtjlEil { {�• r}��j.r�11 o°i�rlEi�il���i��i!1 It 10119 ��f•]5 s . .E, .l }, a ° ! iti y i i. � f f I y i i. i „I Itl a® 141 � 111 ill ' 111 r� III Iil Ir1 •1 If1 jj ! 1 4 1 111 Ill gal Ire I I• 11 ' r I I f• I �' 1 J 11 I' LII III � 1 iii ►i r 111 i I� B t l l l �• r 'I''''' l.. +1' 1 ' s 11� � I T Y i {j r OI �I E �� gills ' J . II F i i i a. 'film i s s i(o't Jim fin fie Wl- s #�Us #!, 11all 1+ #+t! #1s i, s's Ill li r 1 :'� {� #�J►r�11 I s 9i ii �6�C ! # #,9'i0 r� fill if t f f j I ti 1 Jill lift T Y {j >Z OI �I E �� gills F i i i a. 'film i s s i(o't Jim fin fie Wl- s #�Us #!, 11all 1+ #+t! #1s i, s's Ill li r 1 :'� {� #�J►r�11 I s 9i ii �6�C ! # #,9'i0 r� fill if t f f j I ti 1 Jill lift ad M• e. F� �11.RINRNT Oa.AANE10R1.TIO ICALT"ANVI —' \1 \�— STANDARD 04CROACHAUNT PERMUT APPLICATION / ,p„d F, v) ) wFFM V I....,Y, ..... M y • E _ p raglNSwd to arICYOY.b " TM Stave NigAWy, rills of way OR {Of ,~I: IC*n*& ► of dwRRt NA d R0F qppfirobAs.) Appficab R a IoF toAWA 1 L.W aR mgLwRd.aFMd~ft an mhodad. rt Beach Oran e 1 17.43 Jul y 16 1986 dG.0 ar SMM NRw. 0 Coast Hwy 1 C"R S.nY em"'A, d6Rnow and dRacam.) 7 RN CALTRAEIR UN Pacific at Jamboree Road c p `) I 8 5 2 rEaRl.f W" R WWII w be 11- km Rad Or 9 of orth doe' of Intersection 0. F,,... CodNJCwr - n 07 Ev. Slap Dar ID Er. CorRpMs Daw 11 Winter of 1987 Eak. wd Cow! in S,s R/W 12 $10,000 Fall 1986 $ 1. T I Mm` � 13 AVwa/R OW& 1a A.WGP WNM IS LEER+ 10 SRIIaIa Tppn 17 GVATION N/A F, I N/A n. I N/A N. I N/A F,. N/A N/A I N/A ` N/A N/A I N/A SULLY DESCRIBE WORK WITHIN STATE R /W: Anode as/wp" Plana l5 sm h' I RY, r III spEO, dads, map4 aa., d 4pplicohle. �eplace traffic signal detection and min. P.P.B. on the N/A of Jamboree Road t Pacific Coast Hwy. See enclosed sheets 1, 2, 4, 12, of 16 and TCI through TC4 of Plan No. R- 5526 -S for jeneral construction and detours. D/2P.�1 2 1 F "3uM UNDBSIGNED AG&M THAT "41 WORK WIL N 0ON1 N ACCORDMq rent CALTTIM6 VJM AND 1016OWAT11306 APED fULiCT TO 1010011 AND APPROVAL. , ,Ii1a,o In AooficaE I Man, I Ardll.a. IF ar Flaved Mar. I Phon, Citv of Newport Beach ddl (wWd. A+7 and ap cad.J 3300 Newport Bl., Newport Beach, CA 9 Colic 1Y (l n C /I v I I NE CALCULATION BY,/[ALTRANS ❑, S., Fw IH •.1RI CN, �RETT 10N0 REOUIRfOT �N. ❑ Y.. A.. S A11LRT INSURANCE REQUIRED? X No ❑ YN A..' S FEE DEPOSIT FEE DEPOSIT 5ndr. T.11(d.PPbcab6i 0 A CITY /COUNTY /OTEI@ AGOIC/ INVOLVED? f S ❑ Yo1 (3b d GoaroIRlwrovil OO.,.RRNIrriYR „ME .anal cop, a Appbca ❑ EA.Mp, ❑ N.O. ❑ EIR S'.—rt.. S �❑ µAC...IC ,r /- . x130 p.' 1,' E...au Nwn [' FLAGS. SIGNS. MNNERS ❑ AGRICUW LTAL APPROACH $ 1. i•,o.c... (Ch.T.C..4 ❑ TEVA.0" T SIGNALS ❑ COMMUNITT ANTENNF, Iv ❑ A,F.. S AFICATIONS. EXTENSIONS. EROSION CONIROL IIOORUFS [.+ MOVE. N FIUwNG Ac..1c, pow ❑ SIOEWAIR /GURfRS ' • i130 Yr h. Nwn w S• 0 d Apa..Ian hoc.IPnyFn NO DRMWAY MAINTENANCE OF ENLISTING ) )0°b lbtd Mm 330 S S (J i F,.w�..L1 ❑ .NN.IC.,Io•PNH.I MARKINGS ' �NfgMATON 5K,N5 C arch PAVING ❑ MONFICANON OF tIRAfFIC 37"iJ. 7 Public Works 117141 644 3311 rdP Civil Engineer 0 A CITY /COUNTY /OTEI@ AGOIC/ INVOLVED? (P■Mis. Applo d, be.)? ❑ Yo1 (3b d GoaroIRlwrovil OO.,.RRNIrriYR „ME .anal cop, a Appbca ❑ EA.Mp, ❑ N.O. ❑ EIR ALSO ATTACH A COPT OF THE ENYERONMENTAL APPROVAL. ❑ No Cb.d dr ca"Ou'v b.1R..Ihi h dau,b., IbR P Gpc C SURVEY ❑ MARROS [' FLAGS. SIGNS. MNNERS ❑ AGRICUW LTAL APPROACH D{CORASLONS . . ........... ❑ PARADES. CEUMATION1 ❑ TEVA.0" T SIGNALS ❑ COMMUNITT ANTENNF, Iv FUNK NIurf MODS SYSTEM i AFICATIONS. EXTENSIONS. EROSION CONIROL IIOORUFS [.+ MOVE. N FIUwNG ❑ SIOEWAIR /GURfRS Q MAINTENANCE. RECONST.UC C] fkNCE I, LION, 09 19SWFACNG OF A [� SINGLE FAMI& DWELL-' � 1 "f'COMWAY OF ROAD APPROACH NO DRMWAY MAINTENANCE OF ENLISTING ❑ EEMOVAL REPLACEMENT LANDSCAPING OF 0151"CTIVE ROADWAT RtOuWORV WARMNG, MARKINGS ' �NfgMATON 5K,N5 C arch PAVING ❑ MONFICANON OF tIRAfFIC CONrRO, SYSTEMS NONE Of IIQ ABOVE IF PROJECT CANNOI RE OESCR.61D IN 490,E CAIN�GP<i1 REQUESI PAP1 R IRUM INE PERMIT VIfICE i 0 APPENDIX C Coastal Permit to Construct Jamboree Road STATE Of CAUf ORNIA -THE RESOURCES AGENCY GEORGE DEUKMEDAN, G..'�' LIFORNIA COASTAL COMMISSION 5 H COAST AREA PG: wr +'_1 245 WEST LIROADWAY, SUITE 380 LOG /EACH, CA 90802 (� 3963071 COASTAL DEVELOPMENT PERMIT I i - itZ ew ort Beach this permit for the development Standard and Special conditions. No.— 5-86-731 Page 1 of 2 California Coastal Commission granted to t to the attac Widening an approximately 1200 feet stretch of Jamboree Road by 20' on each side. Site: Jamboree Road between the Pacific Coast Highway and Bay Drive in Newport Beach. IIssued on behalf of the California Coastal Commission by PETER DOUGLAS Executive Director By: I Title: Starx ACKNOWLEDGEMENT The undersigned permitter acknowledges receipt of this permit and agrees to abide by all terms and conditions thereof. Date Signature of Parmittee ° THIS PERMIT IS NOT VALID NLESS AND UNTIL A COPY OF THE PERMIT WITH THE SIGNED ACKNO"ILEDGEMENT HAS TEEN RETURNED TO THE COMMISSION OFFICE. i 0 P , COASTAL DEVELOPMENT °CRMIT, Page 2 of _ 2 `Application No. 5 -86 -731 0 LTANDARD CONDITIONS: �1. Notice of Receipt and Acknowledgement. The permit is not valid and construction shall not commence until a copy of the permit. signed by the permittee or authorized agent. acknowledging receipt of the permit and acceptance of the terms and conditions, is returned to the Commission office. 2. Expiration. If construction has not commenced, the permit will expire two years from the date on which the Commission voted on the application. Construction shall be pursued in a diligent manner and completed in a reasonable period of time. Application for extension of the permit must be made prior to the expiration date. Compliance. All construction must occur in strict compliance with the proposal as set forth in the application for permit, subject to any special conditions set forth below. Any deviation from the approved plans must be reviewed and approved by the staff and may require Commission approval. �. Interpretation. Any questions of intent or interpretation of any condition will be resolved by the Executive Director or the Commission. '. Inspections. The Commission staff shall be allowed to inspect the site and the development during construction. subject to 24 —hour advance notice. Assignment. The permit may be assigned to any qualified person, provided assignee files with the Commission an affidavit accepting all terms and conditions of the permit. i. Terms and Conditions Run with the Land. These terms and conditions shall be perpetual. and it is the intention of the Commission and the permittee to bind all future owners and possessors of the subject property to the terms and conditions. SPECIAL CONDITIONS: I None. I I 0 APPENDIX D Coastal Permit to Stockpile Earth 0 OF CALIFORNIA—VIM SALiFORNiA COASTAL COMMISSION 3AS WE M COAST AREA ST RROAMAY, RLRTE 300 LONG REACH, CA IM TD: -City of Newport Beach P.O. Box 1768 1 i I I LJ L1 `r` L� I I 0 -87 -412 JL:nw GEORGE e Date: May 22, 1987 SUBJECT: Waiver of Coastal Development Permit Requirement /De i1inimis Developments - Section 30624.7 of the Coastal Act Gew ' tit* GpoI lased on your project plans and information provided in your permit appli- cation for the development described below, the Executive Director of the Coastal Commission hereby waives the requirement for a Coastal Development Permit pursuant to Section 13238.1, Title 14, California Administrative Code. If, at a later date, this information is found to be incorrect or the plans revised, this decision will become invalid; and, any development occurring must cease until a coastal development permit is obtained or any discrepancy is resolved in writing. WAIVER i 5 -87 -412 APPLICANT: CITY OF NEWPORT BEACH /IRVINE COMPANY LOCATION: Southwest corner of Back Bay Drive and Jamboree Road, CITY OF NEWPORT BEACH PROPOSED DEVELOPMENT: Stock piling of 20,000 cubic yards soil generated by Jamboree Road widening and to be used for future widening of Pacific Coast Highway between Jamboree and Newport Bay Bridge. Duration: 2 - 5 years. RATIONALE: Adequate runoff measures proposed. No impacts will result to scenic resources or to any resources of Upper Newport Bay. Public access not affected. This waiver will.not become effective until reported to the Commission at their June 9-12, 1987 , meeting and the site of the proposed development has been appropriately noticed, pursuant to 13054(b) of the Administrative Code. The enclosed Notice Card shall remain posted at the site until the waiver has been validated and no less than seven days prior to the Commission hearing. If four (4) Commissioners object to this waiver of permit require - ments, a coastal development permit will be required. 10H LkANDALL South Coast District Director ct: Commissioners /File it r 1 r .r r r r 1 r r �r r r r i r r r 0 • APPENDIX E P.V.C. Pond Lining Specifications ' PRL ccl uninGs nc. PALCO :10-MIL PVC POND LINER SPECIFICATIONS 'PVC liner shall be compounded from first quality domestic materials. Virgin materials shall be used with no regrind or reprocessed materials added. Liner compound shall be specifically desioned for pond liner application and shall have been satisfactorily demonstrated by prior use to be suitable and durable for such ' purposes. MINIMUM MATERIAL PROPERTIES 1571 Sarna P113 C,rcle • PO Box 919 • Slanton, CA 90680 • (114) 8980867 • role% 6971329 2" 8 Kifr non B!,d *P0 ? ^x 5<6 -Sol ilh-P-vni,eld, NJ 07050 • ( 1 01) 751 A75? TEST VALUE PROPERTY TEST METHOD Gauge (nominal) 10 mils Thickness, minimurr, ASTM D1593 9.3 mils Par. 9.1.3 Specific Gravity ASTM D792 1.24 to 1.30 (minimum) MTD A -1 Minimum Tensile Properties ASTM D882 (each direction) 1. Breakino Factor MTD A or B 23 lbs /in width . (lbs /inch width) (one inch wide) (2300 psi) 2. Elongation at Break MTD A or B 250% (percent) 3. Modulus (Force) MTD A or B 9 lbs /in width @ 100% Elongation (900 psi) (Ibs /inch width) Resistance ASTM D1004 3 lbs 'Tear (minimum average pounds) Die C Low Temperature Impact ASTM D1790 -10 °F (50% pass) 'Dimensional Stability (each direction, percent ASTM D1204 _ 212 °F 15 Min. ±5% change maximum) Water Extraction ASTM D3083 0.35% (max % wt loss) (as modified by NSF) Volatile Loss ASTM 01203 1.5% ' (max % wt loss) MTD A 1571 Sarna P113 C,rcle • PO Box 919 • Slanton, CA 90680 • (114) 8980867 • role% 6971329 2" 8 Kifr non B!,d *P0 ? ^x 5<6 -Sol ilh-P-vni,eld, NJ 07050 • ( 1 01) 751 A75? 10 -MIL PVC POND LINER SPECIFICATIONS (Cont.) MINIMUM, MATERIAL PROPERTIES Resistance to Soil Burial ASTM D30E3 (percent chance maximum (as modified by NSF) in original value) 1. Ereakina Factor 2. Elongation at Ereak Modulus t 1001% Elongation I hydrostatic Resistance ASTK. D751 ' (pounds /sc in r..inimur.) MTD A • ' FACTORY SEPM REQUIREMENTS Factory SEaminQ Methcd Eonded Seam Strencth ASTM D30E3 (factory seam breakino (as modified by NSF) factor, ppi width) Peel Adhesicn AS7M D413 (pcunds /inch minimum) (as modified by NSF) Resistance to Soil Burial- ASTM D30E3 (percent chance maximum (as modified by NSF) in original value) ' Bonded Seam Strenoth Feel Adhesion 0F.7.B. - Film Tearing Bond 1/85 gi w 5 rt: 200" 20, 37 PSI Dielectric Fusion Weld 18.4 lbs /in width 10 lbs /in or F.T.S." -2C% -2O` K 0 9 August 5, 1987 TO: CITY CLERK FROM: Public Works Department SUBJECT: JAMBOREE ROAD WIDENING FROM COAST HIGHWAY TO BACK BAY DRIVE (C -2564) Attached are the contract documents for the subject contract. Please have the documents executed on behalf of the City, retain your copy and return the other three to this department. Horst Hlawaty Project Manager HH:jd Att. C • 40 BY THE CITY COUNCIL CITY OF NEWPORT BEACH JUL 2 7 1987 TO: CITY COUNCIL FROM: Public Works Department 0 July 27, 1987 01)1(N) CITY COUNCIL AGENDA ITEM NO. F -3(a) v4 SUBJECT: JAMBOREE ROAD WIDENING, COAST HIGHWAY TO BACK BAY DRIVE (C -2564) RECOMMENDATION: 1. Award Contract No. 2564 to the Griffith Company for a total bid price of $939,531, and authorize the Mayor and the City Clerk to execute the contract. 2. Adopt a resolution requesting the Orange County Transportation Commission to allocate Orange County Unified Transportation Trust (OCUTT) funds for widening Jamboree Road between Coast Highway and Back Bay Drive. DISCUSSION: At 10:00 am., July 9, 1987, the City Council opened and read the following bids for this project: items. Bidder Low Griffith Co. 2. Excel Paving Co. 3. Aman Brothers, Inc. 4. Gillespie Construction 5. Sully- Miller 6. Fleming Engineering, Inc *Corrected bid total is $996,959. * *Corrected bid total is $994,995. Total Bid Price $ 939,531.00 $ 953,235.00 $ 988,154.70 $ 997,207.00* $ 998,588.40 $1,012,222.00 ** The corrected bid total reflects numerical additions of quantity The low bid price is 25% below the engineer's estimate of $1,250,000. • The project provides for widening Jamboree Road to its ultimate master plan major arterial width of six lanes plus turning lanes. In addition, por- tions of the roadway will be raised by approximately four feet to provide better visibility at the Coast Highway intersection. The project also includes pave- ment overlay, the construction of sidewalks, curb and gutter, catch basins, a storm drain and hillside drains, the installation of traffic signal at Back Bay Drive and interconnect, reconstruction of the median and landscaping and the installation of street lighting. In addition, minor water utility improvements are included as part of the widening project. July 27, 1987 Subject: Jamboree Road Widening, Coast Highway to Back Bay Drive (C -2564) Page 2 • Funds for the contract have been provided in the current budget as follows: Description Account Amount Widen Jamboree Road (C & T) 25- 3321 -004 $542,265.50 Widen Jamboree Road ( OCUTT) 25- 3321 -005 357,165.50 Water Main Replacement Program 50- 9287 -001 40,100.00 Total $939,531.00 In order to receive Orange County Unified Transportation Trust ( OCUTT) fund monies, the City Council must adopt a resolution which states the following: 1. The project is designed to City standards. 2. Right of way was acquired in conformance with City procedures. 3. All required environmental documentation is complete and • certified. 4. The City has committed matching funds to the project. 5. The project contract has been awarded. A resolution requesting OCUTT funding in the amount of $353,700 has been prepared for Council action. The plans and specifications were prepared by ALS Consulting Engineers. The roadway work is scheduled to be completed by November 15, 1987. The traffic signal at Jamboree Road and Back Bay Drive is scheduled for comple- tion by the end of the year. Benjamin B. Nolan Public Works Director • HH:jd RESOLUTION NO. 87 -131 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH REQUESTING THE ORANGE COUNTY TRANSPORTATION COMMISSION TO ALLOCATE ORANGE COUNTY UNIFIED TRANSPORTATION TRUST ( OCUTT) FUNDS FOR JAMBOREE ROAD BETWEEN COAST HIGHWAY AND BACK BAY DRIVE WHEREAS, Chapter 1512, Statutes of 1985 allows the Orange County Transportation Commission to allocate funds from the rapid transit reserve to local agencies for the improvement, construction, or repair of local streets and roads; and WHEREAS, the Orange County Transportation Commission approved a $12 million OCUTT Streets and Roads Program on April 14, 1986 covering fiscal years 1986 -87 through 1988 -89; and WHEREAS, the three -year program includes $485,100 in fiscal year 1987 -88 for a rehabilitation project on Jamboree Road between Coast Highway and Back Bay Drive; NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Newport Beach hereby requests the Orange County Transportation Commission allo- cate $35,370 for construction engineering and $318,330 for construction for a total of $353,700 in OCUTT funds to the City. This request is in conformance with the OCUTT allocation process and does not exceed ninety (90) percent of the programmed amount for construction and construction engineering or ninety (90) percent of the OCUTT share of the construction contract. BE IT FURTHER RESOLVED, that the City of Newport Beach agrees to fund its share of the improvement costs in fiscal year 1987 -88 and any additional costs over the programmed OCUTT amount of $485,100. BE IT FURTHER RESOLVED, that the City of Newport Beach has awarded the contract for the project on July 27, 1987 for $939,531. BE IT FURTHER RESOLVED, that the City of Newport Beach has (1) designed the project improvements in accordance with the City's design standards, (2) acquired right -of -way for the project in conformance with the City's poli- cies and procedures, and (3) completed and certified all required environmental documentation for the project. -1- BE IT FURTHER RESOLVED, that the remaining ten (10) percent in OCUTT funds will be transferred to the City of Newport Beach when construction is completed and a final report on the project is accepted by the Orange County Transportation Commission. The City of Newport Beach agrees to submit the final report to the Orange County Transportation Commission within ninety (90) days after the City's acceptance of the improvements. ADOPTED this ATTEST: 4crty i Clerk ✓J City of Newport Beach -2- 0 • June 22, 1987 Pv THE CITY COUNC ITY COUNCIL AGENDA CITE' !if NEWPORT B M NO.—F-16 0 1 U N 2 2 1987 TO: CITY COUNCIL APPROVED FROM: Public Works Department SUBJECT: JAMBOREE ROAD WIDENING FROM COAST HIGHWAY TO BACK BAY DRIVE (C -2564) RECOMMENDATION: 1. Accept a Negative Declaration of Environmental Impact to stockpile excess soil from widening Jamboree Road outside the right of way for a future public works project (Coast Highway Widening Phase 2); find that the initial study and the Negative Declaration have been prepared in compliance with the California Environmental Quality Act; find that their contents have been considered in the deci- sions of the project; and find that the project incorporates suf- ficient mitigation measures to reduce potential significant environmental effects, and that the project will not result in • significant environmental impacts. 2. Approve the plans and specifications. Authorize the City Clerk to advertise for at IA;JJ�m�*ore= 8viy�-4.,�.198'7 : _ DISCUSSION: On December 9, 1985, the City council accepted the Negative Declaration for widening Jamboree Road from Coast Highway to Back Bay Drive; and directed staff to apply for Orange County Unified Transportation Trust (OCUTT) funds through the Orange County Transportation Commission (OCTC). The proposed work includes widening Jamboree Road to its ultimate master plan major arterial width of six lanes plus turning lanes. In addition, portions of the roadway will be raised by approximately four feet to provide better visibility at the Coast Highway intersection. The project will also include pavement overlay, the construction of sidewalks, curb and gutter, catch basins, a storm drain and hillside drains, the installation of traffic signal at Back Bay Drive and interconnect, reconstruction of the median and landscaping •and the installation of street lighting. In addition, minor water utility improvements will be included as part of the widening project. During the grading and reconstruction process it will be necessary to move the traffic lanes on Jamboree Road several times. One each of the two southbound through and right -turn lanes will be eliminated for most of the proj- ect (about 21 months). This will cause added congestion during the evening peak hour. Alternates to the lane removals have been investigated and found to be infeasible. 0 0 June 22, 1987 Subject: Jamboree Road Widening from Coast Highway to Back Bay Drive (C -2564) Page 2 • On April 10, 1986, OCTC approved OCUTT funding to construct Jamboree Road during Fiscal Year 87/88. The maximum funding allocated was $485,100 and is based on a stringent participation formula. No additional OCUTT funds will be available regardless of actual project cost. A resolution to release OCUTT funds will be submitted to the City Council following award of project. Construction of Jamboree Road will generate an excess of approximately 28,000 cubic yards of soil. Construction of a future project nearby (Coast Highway Widening - -Phase 2) will require approximately 20,000 cubic yards of soil import. To save significant costs in importing and exporting soil on the two public works projects, City staff has obtained permission from The Irvine Co. to temporarily stockpile soil on Irvine Co.'s property southwesterly of Jamboree Road and Back Bay Drive as part of the Jamboree Road widening project. A Negative Declaration of Environmental Impact for the stockpile of the excess soil has been prepared and filed with the appropriate State and County agencies. The Negative Declaration to stockpile soil provides for two mitigation measures relating to erosion control, and provision for an archaeolo- gist to be on site. A copy of the document is attached. It is recommended that •the Council find that the contents of the document have been considered in the decision of stockpiling soil; that the project incorporates sufficient mitiga- tion measures to reduce potential significant environmental effects; and that the project will not result in.significant environmental impacts. A Caltrans encroachment permit and Coastal Zone permits to construct Jamboree Road and to stockpile excess soil have been obtained. The PS & E were prepared by ASL. The engineer's estimate is $1,250,000. Funds for the project will come from the following accounts: Description Account Amount Widen Jamboree Road (C & T) 25 $ 735,000 Widen Jamboree Road ( OCUTT 25 485,000 Water Main Replacement Program 50 50,000 State Gas Tax (2106) 19 179,000 TOTAL $1,449,000 If acceptable bids are received, construction could commence by the •beginning of August. Completion of the project is anticipated in November, 1987 a, e�p$enjamin B. Nolan Public Works Director HH:jd Att: For Council Members only r r � 0 0 ,'.1 �. Rt .�, 1 �b'�, <!''. �'�:Li hl Al.F 1, l':\ ` 'I• ",:, :. :�' NEGAIWE DECLARA T ION TJ:�Office of Plar.i.in and %e s..rarch 1400 Tenth Street, Room 121 Sacramento, CA 95814 County Clerk of the County ® of Orange P.O. Box 836 Santa Ana, CA 92702 NAME OF PROJECT: Temporary stockpiling of material PRC.i--CT LOCATION: Jamboree Road at Back Bay Drive 111cinning Depart:,er;t City of Newport Beach P.O. Box 1768 Newport Beach, CA 92658 -F:915 S�'nCT DESCRIPTIO:c: Temporary stockpiling of approximately 20,000 cu, yds. of material for a period of 2 to 5 years. Addendum to Coastal Permit 5 -86 -731. FINDING: Pursuant to the provisions of City Council Policy K -3 pertaining to procedures and guidelines to implemen� the California Environmental iluality Act, the Environmental Affairs CommitLee has evaluated the proposed project and determined that the proposed project will not have a significant effect on the environment. MITIGATION MEASURES: See Attached. INITIAL STUDY PREPARED BY: City of Newport Beach INITIAL STUDY AVAILABLE FOR REVIIW AT: 330D Newport Boulevard, Newport Beach, CA ATE RECEIVED FOR FILING: Patricia Temple l 1'�.1'IVlrOnmehta COO r(71naL.Or n.1•fl:: April 30, 1987 3 YEN) Nv,.%p it 11otdcral.;, Ni .:p ot( N-adw �t ENVIRONMENTAL CHECKLIST FORM • I. background Name of Co � 0+ IJau �0Y+ �ea� f 1� e T4ev.f 1. Proponent �k M n 2. Address and Phone Number ber of Proponent 3 30 0 oe �oYi f3 v , a. oew Novi' &-AcG bp , CA 14) 04.4 - 3311 3. Date of Checklist Submission 4 -30- 8-) 4. Agency Requiring Checklist (f p} k)"yav -- ii"C21 5. Title of Project Ter. eovaYLl S�ocK e', 1I.k q 01 Nc•�ev. Change in topography or ground , a b ova t 9- 94G12 ?Q" pv - II. Environmental Impacts The destruction, covering or (Explanations of all "yes" and "maybe" answers are required on attached sheets.) • a YES MAYBE NO 1. Earth. Will the proposal result in: a. Unstable earth conditions or in changes in geologic substructures? X b. Disruptions, displacements, compaction or overcovering of the soil? C. Change in topography or ground surface relief features? _ C� d. The destruction, covering or modification of any unique geologic or physical features? X e. Any increase in wind or water erosion of soils, either on or off the site? • f. Changes in deposition or erosion of beach sands, or changes in siltation, deposition or erosion which may modify the channel of a river or stream or the bed of the ocean or any bay, inlet X or lake? i� • • • g. Exposure of people or property to geological hazards such as earth- quakes, landslides, mudslides, ground failure, or similar hazards? 2. Air, Will the proposal result in: a. Substantial air emissions or deterioration of ambient air quality? b. The creation of objectionable odors? C. Alteration of air movement, moisture or temperature, or any change in climate, either locally or regionally? 3. Water. Will the proposal result in: a. Changes in currents, or the course or direction of water movements, in either marine or fresh waters? b. Changes in absorption rates, drainage patterns, or the rate and amount of surface runoff? i. C. Alterations to the course of flow of flood waters? d. Change in the amount of surface water in any water body? e. Discharge int surface waters or in any alteration of surface water quality, including but not limited to temperature, dissolved oxygen or turbidity? f. Alteration of the direction or rate of flow of ground waters? g. Change in the quantity of ground waters, either through direct addi- tions or withdrawals, or through interception of an aquifer by cuts or excavations? h. Substantial reduction in the amount of water otherwise available for public water supplies? i. Exposure of people or property to water related hazards such as flooding or tidal waves? MIME NO X X x X X X X X X X I X X, X W YES MAYBE NO 4. Plant Life. Will the proposal result in: a. Change in the diversity of species, . or number of any species of plants (including trees, shrubs, grass, crops, and aquatic plants)? T b. Reduction of the numbers of any unique, rare or endangered species of plants ?_ C. Introduction of new species of plants into an area, or in a barrier to the normal replenishment of existing species? K d. Reduction in acreage of any agricultural crop? X 5. Animal Life. Will the proposal result in: a. Change in the diversity of species, or nu*ers of any species o • (birds, land animals including reptiles, fish and shellfish, benthic organisms, or insects)? X b. Reduction of the numbers of any unique, X rare or endangered species of animals? C. Introduction of new species of animals into an area, or result in a barrier to the migration or movement of X animals? d. Deterioration to existing fish or X wildlife habitat? 6. Noise. Will the proposal result in: X a. Increases in existing noise levels? b. Exposure of people to severe noise X levels? • 1. light and Glare. Will the proposal produce t X new g or g are? 8. Land Use. Will the proposal result in a substantial alteration of the present or planned land use of an area? YES MAYBE. 7 NO X FA_ X X M 9. Natural Resources. Will the proposal result n: a. Increase in the rate of use of any natural resources? X b. Substantial depletion of any non- 7< renewable natural resource? X 10. Risk of Upset. Does the proposal involve a risk of an explosion or the release of hazardous substances (including, but not limited to, oil, pesticides, chemicals or radiation) in the event of an accident or upset conditions? 11. Population. Will the proposal alter the location, distribution, density, or growth rate of the human population of an area? 12. Housing. Will the proposal affect existing housing, or create a demand for additional housing? • 13. Transportation Circulation. Will the proposal resu t n: a. Generation of substantial additional vehicular movement? b. Effects on existing parking facilities, or demand for new parking? C. Substantial impact upon existing transportation systems? d. Alterations to present patterns of circulation or movement of people and /or goods? e. Alterations to waterborne, rail or air traffic? f. Increase in traffic hazardous to • motor vehicles, bicyclists or pedestrians? 14. Public Services. Will the proposal have an effect upon, or result in a need for new or altered governmental services in any of the following areas: 7 NO X FA_ X X M X 7< X • Y� MAYBE a. Fire protection? l b. Police protection? _ c. Schools? X d. Parks or other recreational facilities? X e. Maintenance of public facilities, including roads? X f. Other governmental services? x 15. Energy. Will the proposal result in: a. Use of substantial amounts of fuel or energy? X b. Substantial increase in demand upon existing sources of energy, or require the development of new sources of energy? 16. Utiilitigs_. Will the proposal result in a needfoY ew systems, or substa, tial • alterations to the following utilities: a. Power or natural gas? X b. Communications systems? x c. Water? 71 d. Sewer or septic tanks? Y e. Storm water drainage? x f. Solid waste and disposal? >j 17. Human Health. Will the proposal result in: a. Creation of any health hazard or potential health hazard (excluding mental health)? b. Exposure of people to potential x • health hazards? 18. Aesthetics. Will the proposal result in the obstruction of any scenic vista or view open to the public, or will the proposal result in the creation of an aesthetically offensive site open to public view? __� 19. Recreation. Will the proposal result in an mpact upon the quality or quantity . of existing recreational opportunities? 20. Archeological Historical. Will the proposal resu t in an a teration of a significant archeological or historical site, structure, object or building? 21. Mandatory Findings of Significance. a. Does the project have the potential to degrade the quality of the environment, substantially reduce the habitat of a fish or wildlife species, cause a fish or wildlife population to drop below self- sustaining IVyels, threaten to eliminate a plant or animal community, reduce the number or restrict the range of a rare or endangered plant or animal or eliminate important examples of the major periods of California history or prehistory? • ; b. Does the project have the potential to achieve short -term, to the disadvantage of long -term, environmental goals? (A short -term impact on the environment is one which occurs in a relatively brief definitive period of time while long- term impacts will endure well into the future.) c. Does the project have impacts which are individually limited, but cumu- latively considerable? (A project may impact on two or more separate resources where the impact on each resource is relatively small, but where the effect of the total of those impacts on the environment is significant.) d. Does the project have environmental • effects which will cause substantial adverse effects on human beings, either directly or indirectly? 0 0 YES MAYBE NO V X x X X 40 r� � J On the basis of this initial evaluation: 0 Q I find that the proposed project COULD NOT have a significant effect on the environment. and a NECATIVE MCLARATION will be prepared. I find that although the proposed project could have a significant effect oa the environment. there will not be a significant effect in this case because the mitigation measures described an an attached sheet bave .bees added to the project. A NECATIVE DECLARATION will be prepared. I find the proposed project MAY have a significant effect on the environment, and as gNYIROMMiNTAL IMPACT REPORT is required. Datt ' (Note: This is only a suggested fore. their own format.for initial studies.) Signature Public agencies are free to devise 0 0 DTSCUSSION OF F.NVIRONMFNTAL EVALUATTON 1.b. The project involves the temporary stockpiling of . material on a site which is currently vacant. This addition of material will cover the site and alter the current topography. The temporary placement of material on the site is an insignificant adverse effect. r� �J l.c. The temporary disposition of soil on the site will change the topography of the site, which is considered an insignificant effect. I.e. The placement of additional soil on the site has the potential to increase soil erosion from the site. This possible adverse effect has been reduced to a level of insignificance through the specific erosion control measures included in the project. 4.a. The placement of the temporary soil stockpile will affect plant life on the site. Currently, the stockpile area is occupied by a ruderal plant community charac- terized by the dominance of naturalized annual and biennial species. Included in this vegetative community are ice plant (Mesembrvanthemum sp.), Australian saltbushu. goosefoot (Chenopodium murale), Russian Thistle, horseweed, telegraph weed, mustards (Brassica sp.), red - stemmed filaree, brome grasses (Bromus sp.) and anise (Foeniculum vulaare). There are no rare or endangered plants on the property. The covering of this site has an insignificant adverse effect on plant life. 5.a. The placement of the temporary soil stockpile will affect animal life on the site. The indigenous migra- tory and transient wildlife using the site includes various ground inhabiting birds such as mourning dove, brown towhee, and meadowlark. Foraging constitutes the primary activity, although some seasonal nesting may occur in the upland mesa or on the bluff face. Several reptiles, including southern alligator lizards, side - blotched lizards, western fence lizards and gopher snakes have been observed or are expected on site. Other reptiles may be associated with the area, but their numbers would be low. Small mammals represent the second largest group of animals which occupy the site and use it for both feeding and breeding grounds. Cottontail rabbit, pocket gopher, California ground squirrel, house mouse, and deer mouse are species which have been observed or are expected to occur on this site. There are no rare or endangered species of animals found within or adjacent to the project area. The implementation of the project will result in an insignificant adverse effect on animal life occupying the site. 20. An archaeological site designated CA- Ora -1098 is located in the project area, at the corner of Back Bay Drive and fl Jamboree Road. The site is comprised of a dense scatter of shellfish remains, composed primarily of Chione, Pecten and Cstrea. The main portion of the site appears to be undisturbed, with some modification along the edges. Some refuse and dumping is present in the western sector. Inspection of existing rodent holes suggest that the site may have a subsurface component. Covering this site will not adversely effect the cultural resource. The potential for damage to the archaeological site will be incurred when the temporary soil stockpile is removed. Mitigation measures have been incorporated into the project to reduce this possible effect to a level of insignificance. • /,2 MITIGATION MEASURES I. The soil stockpile shall be placed on the site in such a manner a to minimize erosion potential, and erosion control facilities, including, but not limited to, a desilting basin, sandbag dike, and sandbag and filter cloth spillway shall be constructed on the site. 2. A qualified archaeological monitor, included on the list of approved archaeologists of the Orange County Environ- mental Management Agency, shall survey the site and establish the limits of CA- Ora -1098. The existing topography of the site shall be established, and recorded and filed with the City of Newport Beach Public Works Department. At the time the soil stockpile is removed, the filed information will be provided to the contractor and the removal of any existing soil prohib- ited. The archaeological monitor shall supervise the placement of the soil stockpile to insure minimal impact to the cultural resource. • /3 osa Ad�oc i*MW CA TlleNewpk t Ensign (74 63320 STATE OF CALIFORNIA ss. County of Orange, PROOF OF PUBLICATION (2015.5 C.C.P.) ......... tl---------------------- - -- - -- I I - -- I-am a citizen of the United States II and a resident of. the County afore- Ii said; I ar.; over the age of eighteen_ II years, and not a party to or inter -` ll ested in the above - entitled natter. ii Norte tNV{T4lle d1U8 I am the principal clerk of the prin- i i Sealed bids may be ter of the Newport Ensign newspaper I i received at the office of the City Clerk, 3300 Newport of general circulation, printed and I i Boulevard, P.O. Bar 1768• Newport published weekly in the city of New- i i 89 vaa� aoo am port Beach, County of Orange, and i i the 9th day of July, 1987, at which time such bids which newspaper has been adjudged a 1 I 1 l shall be opened and read for. JAMBOREE ROAD Will- newspaper of general circulation by I I EKING FROM COAST HIGH -. the Superior Court of the County of I I Gwb*c _-A mil- Orange, State of California, under I I neees ".' -' ".,Estimate: the -date of May 14, 1951, CASE NUM- i i SAppwed by the City BER A -20178 that the notice, of I I i council this 22nd day, of June, 1987. anaERaee which the annexed is a printed cop y i (set in type not smaller thap. non- i i Clerk Prospective bidders may pareil) has been published in each i obtain on- a bid �- doc- regular and entire issue of said i uments at rib cast at the office Of the Public Waft newspaper and not in any supplement I I Depertment,3311ONewport Boulevard, P.O,Sos 1768, thereof on the following dates to— Newport8eack6A92658- wit: . 891;,:::_::1 - -:. - For further information, I I call Horst Hlawaty, Project 644 - 331190 II Manam�at JUN 2 5 IM 11 I certify (or declare) under penalty II Cf perjury that the foregoing is true II and correct. Dated in Newport Beach, California J8N 25 fit) • II I I 1 ii SIGNATURE 1 ii ii BECKY L. BOLTON LEGAL ADVERTISING DIRECTOR jj