Loading...
HomeMy WebLinkAboutC-2825(F) - MacArthur Boulevard Widening Segment 21] April 14, 1997 APR 1 41`j_1 CITY COUNCIL AGENDA I L�–�— ----f ITEM NO. 1 i ►__ F� � RL,JE _j TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT SUBJECT: MACARTHUR BOULEVARD WIDENING -SEGMENT 2 CONTRACT NO. 2825 (F) RECOMMENDATIONS: 1. Approve the plans and specifications for construction of Segment 2 of the MacArthur Boulevard Widening project extending from San Joaquin Hills Road to Ford Road. 2. Authorize the advertisement for construction bids for Contract No. 2825 (F). 3. Authorize the payment of $39,707 to The Irvine Company for providing replacement riparian mitigation for the MacArthur Boulevard Widening project. DISCUSSION: The overall MacArthur Boulevard Widening project extends from Pacific Coast Highway to Ford Road and construction is being accomplished in two segments: Segment 1 covers the part from Pacific Coast Highway to approximately 1,000 feet northerly of San Joaquin Hills Road, and Segment 2 covers the part from approximately 1,000 feet northerly of San Joaquin Hills Road to Ford Road (see attached exhibit for project limits). Segment 1 construction is approximately 80% complete with total completion scheduled during July, 1997. The Segment 2 widening improvements involve removing and replacing nearly all of the existing pavement because of its deteriorated condition. The new improvements will include the following: 1. Pavement for three travel lanes in each direction (a total of six lanes) with additional lanes at intersections to accommodate left and right turning movements. 2. A striped bicycle lane along both sides of the roadway adjacent to the curb and gutter. 3. Curb and gutter, a 12 -foot wide sidewalk, and street lights along each side of the roadway over its entire length. 0 0 SUBJECT: MACARTHUR BOULEVARD WIDENING - SEGMENT 2, CONTRACT NO. 2825 (F) April 14, 1997 Page 2 4. A curbed, landscaped median separating the directional travel lanes. 5. Extension of storm drain crossings and installation of longitudinal roadway collection systems. 6. Landscaping of cut and fill slopes created for the roadway widening which are permanent in the sense that a future development will not cause elimination. Segment 2 construction work is expected to take one year. The work will be accomplished in four distinct stages as follows: Stage 1: Grading for power line relocation and filling drainage courses for roadway widening and storm drain crossing extensions. Stage 2: Construction of widening pavement along easterly side to accommodate diversion of both northbound and southbound traffic. Stage 3: Construction of median and widening pavement along westerly side. Stage 4: Construction of parkway improvements (curb and gutter, sidewalk, and street lights) along easterly side in the area used temporarily during Stage 3 for northbound traffic. The estimated construction related costs for Segment 2 improvements total $6,000,000. Funding for Segment 2 construction is provided in the current fiscal year (FY 1996 -97) budget and includes Measure "M" funds administered by the Orange County Transportation Authority (OCTA) under the Master Planned Arterial Highways (MPAH) program. The other funding sources are CIOSA and a Caltrans contribution. A tabulation of the funding is as follows: Account No. Amount Fund 7253- C5100066 $ 600,000 Contributions ( Caltrans) 7284- C5100066 3,000,000 OCCTFP, Measure "M ", MPAH 7432- C5100066 100,000 CIOSA Loan 7431- C5100066 2,300,000 The Irvine Company Frontage Improvements per CIOSA Total $6,000,000 0 • • SUBJECT: MACARTHUR BOULEVARD WIDENING - SEGMENT 2, CONTRACT NO. 2825 (F) April 14, 1997 Page 3 The entire MacArthur Boulevard Widening project (Segments 1 and 2) causes the elimination of several small, scattered areas of wetlands totaling 0.79 acres. This loss of riparian habitat was identified in the project Environmental Impact Report and mitigation was required. The Irvine Company has established the San Joaquin Marsh Project as a "mitigation bank" for replacement of small, scattered wetlands areas eliminated as a consequence of public and private projects. The City proposes to satisfy its mitigation requirement for the MacArthur Boulevard Widening project by acquiring 0.79 acres in the San Joaquin Marsh project and The Irvine Company requests payment of $39,707 for reserving that area in their wetlands 'Bank" in perpetuity. Funds are available for this remittance in Account No. 7284- C5100066. A copy of The Irvine Company's letter invoice is attached for reference. This one -time payment covers design, construction, and maintenance of the Marsh with no further obligations on the part of the City. Funds are included in the above listed accounts. (�Respectfully submitted, PUBLIC WORKS DEPARTMENT Don Webb, Director by' -5 Gail Pickart Project Consultant Attachments • Sat Tamaribuchi Vice President Environmental Affairs March 27, 1997 Mr. Don Webb City of Newport Beach 3300 West Newport Blvd. Newport Beach, CA 92663 • dlz • THE IRVINE COMPANY rte` RE: MacArthur Boulevard Widening Project Dear Don: In response to The City of Newport Beach's request, The Irvine Company set aside 0.79 -acre of wetlands mitigation credit within the San Joaquin Marsh Mitigation Site for the MacArthur Boulevard Widening project. This amount of mitigation in the Marsh was required by the Corps of Engineers 404 Permit and Fish and Game 1600 Agreement for the project. The San Joaquin Marsh Mitigation Site is now under construction. Please consider this letter an invoice for the costs associated with the 0.79 -acre of mitigation. The cost for the 0.79 -acre of wetland mitigation credit is $39,707. A breakdown of the project cost which includes planning, construction, maintenance and monitoring for five years is attached. We would appreciate the payment being sent to: The Irvine Company 550 Newport Center Drive Newport Beach, CA 92660 Attn.: Sat Tamaribuchi Please let me know if you have any questions or need additional information. Sincerel Sat amari uchi Vice President Environmental Affairs ST /cae Attachment 550 Newport Center Drive, P.O. Box 6370, Newport Beach, California 92658 -6370 • (714) 720 -2000 • is • 0 1 0 O to T • C14 to N M O O � O � M Il- O O W N N N O M M N T to I- M T T M EA fR -: Efl ER c O U c o � EiT a co w o c o 1 0 O to T • C14 to N M LO U _ > O C C .O. I /,• VW C_ N C E L a) N c fd O O a E (6 N c O U c o � a co w o c o o a 0 O ^T, W U ` c o C U a) -6 a) Ea p aci m C -0 E i _ o a o c E a) 0) E c V 0) M N O_ C cu y C W C O C O N U >+ U U Q U 7 N 'C O) C O Q C N O O O U w � C U U U Z a � U y • W T N C7 V LL) �.J LO r- 6 C14 to N M O LO 40 U _ > O C C .O. .0 m C_ N E N c fd O O U � (6 N c O U E a) w o c o 0 O ^T, W U ` o C U a) -6 a) Ea > o �° cnL -0 E _ o a c E a) 0) E c M N O_ C cu cu N w N w O Z T 06 C O f6 U Q U 7 N 'C O) C O Q C N O O O U F- U Z r- m N M O W TV 1u Q H co W U V) N 0 N L ca E co co W' w SCALE I" =1000' FASHION ISLAND SEGMENT I CONSTRUCTION � \C Gy SEGM= 2 m a CONSTRUCTION {v, �o to PTS. od July 1, 1997 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Sequel Contractors, Inc. 12240 Woodruff Avenue Downey, CA 90241 Gentlemen: (714) 644 -3005 Thank you for your courtesy in submitting a bid for the MacArthur Boulevard Widening 0.4 Miles N/O San Joaquin Hills Road to Ford Road project in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similar nature. Sincerely, (. a Tta �u. � c LaVonne M. Harkless, CMC /AAE City Clerk Enclosure 3300 Newport Boulevard, Newport Beach July 1, 1997 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Sully - Miller Contracting Co. 1100 E. Orangethorpe Ave. #200 Anaheim, CA 92801 Gentlemen: (714) 6443005 Thank you for your courtesy in submitting a bid for the MacArthur Boulevard Widening 0.4 Miles N/O San Joaquin Hills Road to Ford Road project in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similar nature. Sincerely, ,3E Y Cninl- ' ' I ' 14 Kn'' LaVonne M. Harkless, CMC /AAE City Clerk Enclosure 3300 Newport Boulevard, Newport Beach r Recorded in the county of Orange, California RECORDING REQUESTED BY AND Gary L. Granville, Clerk /Recorder WHEN RECORDED RETURN To: i11111111IiI11111111111IIII1IIIIIIIII1I111I1IIIIIIIIIIIIII1IJill No Fee 19990492451 2; 50pm 01/01/99 City Clerk 005 29011809 29 18 City of Newport Beach N12 1 6.00 0.00 0.00 0.00 0.00 0.00 3300 Newport Boulevard Newport Beach, CA 92663 "Exempt from recording fees pursuau; to Government Code Section 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, f' Newport Beach, California, 92663, as Owner, and Griffith Company of Santa Ana, California, as Contractor, entered into a Contract on June 9, 1997, Said Contract set forth certain improvements, as follows: MacArthur Boulevard Widening Segment 2, C -2825 Work on said Contract was completed on May, 1999, and was found to be acceptable on June 28, 1999, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Reliance Insurance Compaq. .Y y, U rk)( ;itL c BY City of Newport Beach , VERIFICATION 0 I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on BY City Clerk , at Newport Beach, California. r • CITY OF NEWPORT BEACH June 29, 1999 OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 Orange County Recorder P. 0. Box 238 Santa Ana, CA 92702 RE: Notice of Completion for the MacArthur Boulevard Widening Segment 2 (C -2825) Please record the enclosed document and return it to the City Clerk's Office. Thank you. Sincerely, M1, f. LaVonne M. Harkless, CMClAAE City Clerk Attachment 3300 Newport Boulevard, Newport Beach 0 0 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NOTICE OF COMPLETION 6103" NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Griffith Company of Santa Ana, California, as Contractor, entered into a Contract on June 9, 1997. Said Contract set forth certain improvements, as follows: MacArthur Boulevard Widening Segment 2, C -2825 Work on said Contract was completed on May, 1999, and was found to be acceptable on June 28, 1999, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Reliance Insurance Company. City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed one% �i.,��Jn, t 02�� � / �l % at Newport Beach City Clerk A`, \Q California. E 0 • J'. 1 APPRU'VLD TO: Mayor and Members of the City Council FROM: Public Works Department • ++''J FJ /'. /� I June 28, 1995 CITY COUNCIL AGENDA ITEM NO. 11 SUBJECT: MACARTHUR BOULEVARD WIDENING SEGMENT 2, CONTRACT NO. 2825 - COMPLETION AND ACCEPTANCE RECOMMENDATIONS: 1. Accept the work and approve As Built Plans and Specifications. 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 applicable sections of the Civil Code. 4. Approve Amendment No. 2 to Agreement with Gail P. Pickart, P.E. for project management services. 5. Approve a budget amendment appropriating $243,962.18 from the Circulation and Transportation Fund to Account No. 7261- C5100066 and increasing revenue to the Contributions Fund Account No. 7251- C5100066 from $600,000.00 to $633,777.61. DISCUSSION: Construction Contract Acceptance Segment 2 of the MacArthur Boulevard Widening project extends from San Joaquin Hills Road to Ford Road /Bonita Canyon Road. The construction contract for the project was awarded to the Griffith Company by the City Council on June 9, 1997. Construction operations began in September 1997 and were completed in May 1999. The Public Works Department recommends this formal acceptance of the satisfactorily completed improvements. A summary of the contract budget is as follows: Initial Award Amount $5,167,037.50 Budget Amendment on 12/14/98 495,000.00 1 Total Authorization $5,662,037.50 Actual amount of contract bid items constructed 5,454,438.80 Amount of contract change orders 630,555.15 2 Final Contract Cost $6,084,993.95 (1) Anticipated cost of increased quantities for overexcavation, aggregate base, and asphalt concrete contract bid items as well as grading of Freeway Reservation North. SUBJECT: MacArthur Boulevard W�ng, Segment 2 - Completion And Acceptance of C�t No. 2825 June 28, 1999 Page 2 (2) Includes $32,303.61 reimbursement from The Irvine Company for the traffic signal controller relocation. A total of 48 contract change orders were issued to complete the project. Many of the change orders were due to unforeseen or changed conditions and involved both deletions and additions. Expanding the contract to include grading the Freeway Reservation North property, which the City Council approved on December 18, 1998, accounts for $141,426.50 of the total $630,555.15 change order amount. Several other change orders as well as contract bid item increases related to transition improvements constructed between the new roadway and private property along Big Canyon Country Club, Big Canyon Nature Park, and Baywood Apartments. Staff believed the transition improvements were justifiable as a means of improving the overall appearance of the work. The final contract cost of $6,084,993.95 is $422,956.45 more than the total authorization of $5,662,037.50, an increase of 7.5 %. A list of the final contract pay items and change orders is attached for reference. Consultant Agreement Amendment Consultant Gail P. Pickart, P.E. (Pickart) has provided project management services during both the design and construction phases of the widening Project. A Professional Services Agreement dated June 9, 1997 was entered into with Pickart relative to project management services during Segment 2 construction. A fee amount of $55,400.00 was established. On June 8 1998, the City Council approved Amendment No. 1 to the Agreement which increased the fee compensation by $39,600.00 to a new total of $95,000.00. Amendment No. 1 also extended the term of the Agreement from January 1, 1999 to April 30, 1999 based on the assumption that construction work would be completed in February 1999. Construction work continued approximately 3 months longer than anticipated and Pickart is requesting additional compensation of $13,805.00 for the period from May 1, 1999 to July 31, 1999. Staff recommends City Council approval of Amendment No. 2 to Consultant's Professional Services Agreement increasing the not -to- exceed compensation by $13,805.00 to a new total of $108,805.00 for the 26 month period and extending the term of the Agreement to July 31, 1999. Staff further recommends that the Mayor and City Clerk be authorized to sign Amendment No. 2 on behalf of the City (copy attached for reference). Budget Amendment At the time of contract award to the Griffith Company on June 9, 1997, funding for the $5,167,037.50 contract amount was established as follows: Fund Name Account Number Amount Contributions The Irvine Company) 7253- C5100066 $ 150,000.00 Contributions Caltrans 7253- C5100066 600,000.00 OCTA Measure "M" 50% under MPAH 7284- C5100066 2,700,131.96 CIOSA Frontage Improvements 7431- C5100066 1,716,905.54 Total $5,167,037.50 \ \MIS 1 \SYS\ Users \PBW\ Shared\ COUNCIL\ FY98- 99\June -28 \MacArthur C- 2825.doc SUBJECT: MacArthur Boulevard W i Segment 2 - Completion And Acceptance of Co No. 2825 June 28, 1999 Page 3 In addition, the City Council authorized establishment of an amount of $516,700.00 for unforeseen work and changed conditions. The $150,000.00 contribution from The Irvine Company was intended to cover 50% of the estimated cost of storm drainage improvements designed to eliminate a storm water detention basin on the Freeway Reservation North Property. Due to the reluctance of the Big Canyon Villas Community Association to dedicate a required storm drain easement and to contend with construction disruption, the storm drainage design was revised to provide a "bubble -up" detention facility on the Freeway Reservation North property and to eliminate any construction activity within the Big Canyon Villas community. A consequence of the revised design was a cost savings approximately equal to The Irvine Company's proposed contribution, thereby eliminating their contribution. A corresponding budget reduction was made. During the course of the Segment 2 widening construction, The Irvine Company requested that the City's contractor relocate the traffic signal control cabinet and electrical services to the southwesterly quadrant of the MacArthur and Ford /Bonita Canyon intersection. The objective of the relocations was to clear the area of visual obstructions that would detract from a proposed Bonita Village entryway treatment planned for the quadrant. The Irvine Company committed to reimbursing the City for the additional $32,303.61 of cost paid to the Griffith Company for the relocation work as well as $1,474.00 paid to Southern California Edison for a new electric service to power the relocated traffic signal controller. Therefore, The Irvine Company reimbursement to the City will be $33,777.61 and the recommended budget amendment will effect the corresponding increase to the Contributions Fund. The adjusted Contributions Fund total of $633,777.61 includes the $600,000.00 payment from Caltrans, which was received on September 4, 1997. On November 10, 1997, the City Council approved a Cooperative Agreement with Big Canyon Country Club relative to slope and storm drainage construction beyond the MacArthur Boulevard right -Of -way. The Agreement provided for payment of $275,000.00 to Big Canyon Country Club funded partially by the estimated cost savings from eliminated contract work items and the balance from the contract contingency amount. On December 14, 1998, the City Council approved a budget amendment (No. BA -028) which appropriated an additional $495,000.00 to fund Griffith's contract - $370,000.00 from the Circulation and Transportation Fund to cover anticipated quantity overruns and $125,000.00 from the CIOSA Fund to cover the estimated cost for grading the Freeway Reservation North property. At that point the funding available for Griffith's contract was as follows: Initial Appropriation $5,167,037.50 Minus The Irvine Company Contribution for Storm Drains - 150,000.00 Subtotal $5,017,037.50 Plus Budget Amendment No. 028 495,000.00 Total $5,512,037.50 The difference between Griffith's final contract cost of $6,084,993.95 and the current available funding of $5,512,037.50 is $572,956.45. The balance of the amount established for . unforeseen work and changed circumstance will cover all but $177,598.90 of the difference. \ \MIS_t \SYS \Users \PBW\Shared \COUNCIL \FY98 -99 \June -28 \MacArthur C- 2825.doc SUBJECT: MacArthur Boulevard V ng, Segment 2 - Completion And Acceptance of t No. 2825 June 28, 1999 Page 4 Staff recommends that this $177,598.90 be appropriated from the Circulation and Transportation Fund. As part of the Segment 2 MacArthur Boulevard Widening project, the City deposited $243,666.54 with Southern California Edison (SCE) to pay for relocating poles, anchors, and wires associated with the overhead 66KV transmission and 12KV distribution lines along the westerly side of the roadway. SCE's actual costs exceeded the deposit by $52,558.28 and they have submitted an invoice requesting payment of that additional amount. Staff recommends that payment be made from the Circulation and Transportation Funds. A summary of the Budget Amendment which staff is recommending for approval is as follows: Fund Name Account Number Amount Contributions Fund Increase 7253- C5100066 $ 33,777.61 Circulation and Transportation Fund I 7261- C5100066 $243,962.18 1 (1) Consultant Agreement Amendment (Pickart) Construction Contract Costs (Griffith) Overhead Power Line Relocation (SCE) Respectfully MV 0 PUBLIC WORKS DEPARTMENT Don Webb, Director By: s� Bill Patapoff City Engineer $ 13,805.00 $177,598.90 $ 52.558.28 Total $243,962.18 Attachments: Contract Pay Items and Change Orders Amendment No. 2 to Professional Services Agreement \ \MIS 1 \SYS\ Users \PBW\ Shared\ COUNCIL\ FY98- 99\June -28 \MacArthur C- 2825.doc • 0 171 Lj • CITY OF NEWPORT BEACH • PUBLIC WORKS DEPARTMENT CONTRACT NO. C2825 (F) FINAL PAYMENT AMOUNT PROJECT: MarARTHUR BLVD. WIDENING -SEGMENT 2 CONTRACTOR: GRIFFITHCOMPANY ITEM NO. ITEM DESCRWnON QUANTITY CONTRACT UNIT PRICE CONTRACT AMOUNT TOTAL ESTIMATE QUANT. AMOUNT 1 Mobilization 1 LS $100,000.00 $100,000.00 100% $100,000.00 2 NPDES Compliance 1 IS 20,000.00 20,000.00 100 % 20,000.00 3 Trench Exc. Safety and Protection Meal am 1 IS 10,000.00 10,000.00 100% 10,000.00 4 Clearing & Grubbing 1 LS 50,000.00 50,000.00 100% 50,000.00 5 Roadway Exc. & AC Removal (Final) 74,500 CY 2.50 186,250.00 74,500.00 186,250.00 6 Roadway Fill (Final) 73,700 CY 2.25 165,825.00 73,700.00 165,825.00 7 Remedial Removal 47,800 CY 8.00 382,400.00 35,850.00 286,800.00 8 Remove PCC Curb 50 LF 10.00 500.00 50 500.00 9 Remove PCC Curb & Gutter 45 LF 10.50 472.50 45.00 472.50 10 Remove PCC Sidewalk 520 SF 2.00 1,040.00 520.00 1,040.00 11 Aggregate Base (Class 2) 44,700 TN 10.00 447,000.00 53,547.56 535,475.60 12 Crushed Rock 7,560 TN 17.00 128,520.00 5,670 96,390.00 13 Construction Stakin 1 LS 40,000.00 40,000.00 100°% 40,000.00 14 Asphalt Concrete 10,900 TN 35.00 381,500.00 23,636.92 827,292.20 15 Slurry Seal 2,950 SY 2.00 5,900.00 0.00 16 Plane AC Pavement 15,700 SY 1.00 15,700.00 9,812.00 9,812.00 17 Portland Cement Concrete Pavement 600 SF 6.00 3,600.00 0.00 18 Commercial Driveway Appn ach (T 111 820 SF 3.60 2,952.00 1,503.70 5,413.32 19 4" Patterned Colored Concrete 1,650 SF 6.75 11,137.50 17,431.00 117,659.25 20 4" Colored Concrete 22,750 SF 4.80 109,200.00 1,847.50 8,868.00 21 8" Colored Concrete 13,940 SF 5.15 71,791.00 14,078.00 72,501.70 22 Type A2 -8 Curb & Gutter 11,665 LF 9.10 106,151.50 11,003.50 100,131.85 23 Type Al -9 Curb 5,700 LF 8.80 50,160.00 5,649.00 49,711.20 24 Type A2 -6 Curb & Gutter 1,400 LF 12.00 16,800.00 3,477.25 41,727.00 25 IRoUed Curb Per Detail on Sheet C -2 2,175 LF 19.80 43,065.00 2,530.50 50,103.90 26 4" PCC Sidewalk Per CNB Std 180 -L 108,600 SF 3.10 336,660.00 94,451.25 292,798.88 27 8" PCC Sidewalk Per CNB Std 180 -L 1,980 SF 5.60 11,088.00 8,596.50 48,140.40 28 Parkway Drain Per Detail on Sheet C -1 I 1 EA 2,800.00 30,800.00 30.00 84,000.00 29 Grated Inlet Per Detail on Sheet C -1 1 EA 2,400.00 2,400.00 1.00 2,400.00 30 PCC Downdrain per OCEMA Std. 1321 150 LF 27.00 4,050.00 99.00 2,673.00 31 Retaining Wall 325 LF 1,300.00 422,500.00 335.00 435,500.00 32 Concrete Box Culvert 94 LF 500.00 47,000.00 94.00 47,000.00 33 Win walls 50 LF 800.00 40,000.00 79.00 63,200.00 34 Retaining Wall (Mmonry Block) 46 LP 400.00 18,400.00 49.33 19,73200 35 lConcrete Collar 6 EA 600.00 3,600.00 7.00 4,200.00 36 Pipe Slope Anchor 8 EA 500.00 4,000.00 7.00 3,500.00 37 72" Concrete Collar Per Detail on Plans 3 EA 1,600.00 4,800.00 3.00 4,800.00 38 Connection Assembly Per NB Std.312 -1, 4 EA 600.00 2,400.00 6.00 3,600.00 39 Junction Structure #1 Per CNB Std 310 -L 12 EA 3,300.00 39,600.00 12.00 39,600.00 40 Modified JS #1 Per Detail on the Plans 4 EA 2,300.00 9,200.00 5.00 11,500.00 41 Riser Inlet Type GCP Per Caltmns D75 1 EA 2,500.00 2,500.00 1.00 2,500.00 42 Net Type OS Per Caltrans Std D -72 w )LD 5 EA 2,200.00 11,000.00 5.00 11,000.00 43 Inlet Type OL (L =3.5� WILD 1 EA 2,400.00 2,400.00 1.00 2,400.00 44 Inlet TyE OL (I,= 7`)w/LD 7 EA 3,000.00 21,000.00 7.00 21,000.00 45 Inlet Type OL (Ir10) w/LD 5 EA 3,800.00 19,000.00 5.00 19,000.00 46 Inlet Type OL (1!14) WILD 4 EA 4,400.00 17,600.00 17,600.00 47 Inlet T GI or G3 W PCC Apron for G1 43 EA 2,700.00 116,100.00 42.00 113,400.00 Page 1 PPR Backup ITEM NO. ITEM DESCRIPTIO QUANTITY CONTRACT UNIT PRICE CONTRACT LAST TOTAL ESTIMATE QUANT. AMOUNT 48 Drain Me Manhole #2 Per CNB St 307 -L 3 EA 3,300.00 9,900.00 2.00 6,600.00 49 Drainage Manhole #4 Per CNB Std 308 -L I EA 6,800.00 6,800.00 1.00 6,800.00 50 8" Sch. 40 PVC Pipe 125 LF 23.00 2,875.00 40.00 920.00 51 18" RCP (D -Load ptr Profile) 3,530 LF 42.00 148,260.00 3,536.00 148,512.00 52 21" RCP (D -Load per Profile) 2,820 LF 55.00 155,100.00 2,910.00 160,050.00 53 36" RCP (D -Load Per Profile) 270 LF 58.00 15,660.00 184.00 10,672.00 54 42" RCP (D -Load per Profile) 340 LF 80.00 27,200.00 340.00 27,200.00 55 48" RCP (D -Load per Profile) 210 LF 84.00 17,640.00 148.00 12,43100 56 60" RCP (D -Load per Profile) 310 IF 400.00 124,000.00 (9.22) 0.00 57 72" RCP (D -Load per Profile) 190 LF 220.00 41,800.00 228 50,160.00 58 6" Concrete Encasement 93 LF 39.00 3,627.00 24 936.00 59 Energy Dissipater Per Plan 2 EA 50,000.00 100,000.00 1.00 50,000.00 60 Rock Sloe Protection Fabric 4,300 SY 1.00 4,300.00 6,051 6,051.00 61 Rock Slope Protection Per Detail D -19 150 CY 45.00 6,750.00 118 5,310.00 62 Traffic Control System 1 IS 157,413.00 157,413.00 100% 157,413.00 63 Tempotary Tempo Railing (Type K) 18,700 LF 4.50 84,150.00 15320 68,940.00 64 Temporary Crash Cushion Module 60 EA 275.00 16,500.00 100 27,500.00 65 Traffic Signing and Striping 1 LS 65,000.00 65,000.00 100% 65,000.00 66 Modify Traffic Signal 1 LS 70,000.00 70,000.00 100% 70,000.00 67 City Street Lighting t LS 135,000.00 135,000.00 700% 135,000.00 68 8" PVC Sewerline R &R Per Sheet SS -1 I LS 35,000.00 35,000.00 100% 35,000.00 69 8" PVC Sewerline Per Sheet SS -2 I LS 11,000.00 11,000.00 LS 0.00 70 6" PVC Industrial Wasteline Per Sht. IW -1 I LS 60,000.00 60,000.00 100% 60,000.00 71 8" PVC Waterline Per Sheet W -1 I LS 60,000.00 60,000.00 R &R Sidewalk for Water Meters 0.00 72 Landscaping I LS 140,000.00 140,000.00 100% 140,000.00 73 Landscape Erosion Control Matting 1,000 SY 3.00 3,000.00 11,475 34,425.00 74 Irrigation S stem I LS 120,000.00 120,000.00 100% 120,000.00 75 Plant Establishment 1 IS 30,000.00 30,000.00 50% 15,000.00 SUBTOTALS CONTRACT ITEMS: $5,167,037.50 $5,439,438.80 CONTRACT CHANGE ORDERS CCO NO. CCO DESCRIPTION CCO TYPE UNIT UNIT PRICE AMOUNT TOTAL ESTIMATE QUANT AMOUNT Is Mods. to Dissipater @ 158a00 LS 1 $2,771.00 $2,771.00 100% $2,771.00 lb Delete 15.5 cy of Rip UP 15.5 45.00 697.50 2a Additional Channelirers and Signs IS 1 1,568.00 $1,568.00 100% $1,568.00 2b Add "K" Rail and Crash Cushions UP 1 11,510.00 $11,510.00 . 3a Provide Altercate Route Chang" LS 1 1,659.21 $1,659.21 100% $1,659.21 3b Remove Existing Signs FA 1 265.05 $265.05 100% $265.05 4a Remove Existing 48 "CMP and Plug End FA 1 1,596.16 $1,596.16 100% $1,596.16 4b Deduction due to PPR#4 Error LS 1 (9.22) (9.22) 100% (9.22) 5 Stem Dam ell /10- 12/15/97 FA 1 27,855.80 $27,855.80 100% $27,855.80 6 Delete Bid Item #69 -8 "PVC Sewer LS 1 (11,000.00) ($11,000.00)' 7a Delta 1 & 2 Storm Drain Changes UP I (122,047.00) ($122,047.00) 7b Purchase and Deliver Unused RCP AUP 1 25,633.00 $25,633.00 284 $19,826.04 7c Line "R" on D-6 & Drop Stroct. on D-19A LS 1 10,714.00 $10,714.00 100% $10,714.00 8a Delete Energy Dissi ator UP 1 (50,000.00) ($50,000.00) $18,394.25 100% $18,394.25 8b Armor Plate & Realign SD Line "K" IS 1 9 Additional Stage 1 Channelirers IS 1 $1,414.50 100% $1,414.50 10a Install Additional Channelirers and Signs LS 1 895.28 100% $895.28 10b Add Crash Cushions & Delete K -rail UP 1 2,480.00 W$2,424.002,424.00 A II Divert Water from Well Casing FA I 9 1,040.39 100% $1,040.39 12a Delete Bid Item 71 - 8" Water Line LS 1 0) (60,000.00) 12b Install Two Water Services LS 1 0 2,424.00 100% $2,424.00 12 -1 R &R Sidewalk for Water Meters FA 1 $2,578.88 2,578.88 100% $2,578.88 13 Retain a Wall Maint. Road Drainage LS 1 $6,375.00 6,375.00 100% $6,375.00 Page 2 PPR Backup LJ 9 • E 0 fCEM NO. ITEM DESCRIPTIO QUANTITY CONTRACT UNIT PRICE CONTRACT AM TOTAL ESTIMATE QUANT. AMOUNT 14a Trapezoid Channel AUP 20 $69.60 ,392.00 26 $1,809.60 146 Splash Walls AUP 73 $23.62 1,724.26 24 $566.88 14c Delete PCC Downdrain UP 20 $27.00 540.00 1,020.00 :s %n € % <'`Mr %'.y,� 17 ",�as� 15 Add Slury Backfill Over Sewer Line AUP 17 $60.00 $1,020.00 16 Revised I. W. Cleanouts IS 1 $3,971.00 3,971.00 100% $3,971.00 17 Various Irrigation Chang" LS I $4,226.00 4,226.00 100.0% $4,226.00 18 Ad'. In Compensation per Section 4 -1.03 LS 1 $25,000.00 25,000.00 100% $25,000.00 19 Repair Storrs Damage 12112 - 2/24/98 FA 1 $37,708.17 37,708.17 100% $37,708.17 20a Construct Dirt Berm @ 175+00 - Exc. AUP 4340 $2.50 10,850.00 4340 $10,850.00 20b Construct Din Berm @ 175+00 - Fill AUP 4340 $2.25 9,765.00 4340 $9,765.00 20c Extend Storm Drain Line "L" UP 114 $42.00 4,788.00 4,747.00100% '+! %;.y`s'•�° 20d Construct Type "GO" Inlet IS 1 $4,747.00 $4,747.00 20e Survey LS 1 $2,300.00 2,300.00 100% $2,300.00 21a Replace Overlay W /Struct. Section AUP 4375 $6.13 26,818.75 4,375.00 $26,818.75 21b Grind AC & Place AB & AC UP 1 $96,955.00 96,955.00 22 Traffic Signal Modifications @ Ford LS 1 $53,127.00 53,127.00 100% $53,127.00 23 Remove 30 "CMP Riser FA 1 $1,500.70 1,500.70 100% $1,500.70 24 Misc. Suave Additions FA 1 $3,071.26 3,071.26 100% $3,071.26 25 Add Anti- raffid Coatis LS 1 $14,926.80 14,926.80 100% $14,926.80 26 Misc. Civil Items FA 1 $5,737.60 5,737.60 100% $5,737.60 27 Remove Weeds and Add Irrigation Sleeve FA I $1,858.50 1,858.50 100% $1,858.50 28 Add Ped. Push Buuon Pole at Ford FA 1 $333.10 333.10 100% $333.10 29 Install Temporary Lane Closure IS 1 $4,485.00 4,485.00 100% $4,485.00 30 Add Matrix Binder to H droseed Mix AUP 1 $14,833.75 14,833.75 100% $14,833.75 31a Add Stucco & Drainage to Mason R/W AUP 1 $2,883.83 2,883.83 100% $2,883.83 31b Grade Adjacent Slope FA I $6,597.68 6,597.68 100% $6,597.68 32 Clean Dissipater FA 1 $3,216.12 3,216.12 100% $3,216.12 33a Add Back of Sdwk Curb, Gutter & Drain UP 1 $79,000.00 79,000.00 �< >. >:,.:kz• <z.kaasz ' >::.<.a., +.:,:'s >r>.: >:a >: 33b Surveying & Backfill behind C &G FA 1 $7,001.66 7,001.66 10070 $7,001.66 34 Remove BCCC Fence & Repair RCB FA 1 $1,126.09 1,126.09 100% $1,126.09 35a Add Rolled Curb & 8" Sidewalk UP 1 $1,262.40 1,262.40 35b Raise OCSD Manhole to Grade FA 1 $3,14107 3,142.07 100% $3,142A7 36a lDrainage for Future Park Site LS 1 546.556.00 46,556.00 100% $46,556.00 366 lGrading for Future Park Site FA 1 $78,444.00 78,444.00 100% $78,444.00 36 -1 Additional Work Under CCO #36 VA 1 $16,426.50 16,426.50 100% $16,426.50 37 Raise Sewer Manhole at Retaining Wall FA 1 $1,828.36 1,828.36 100% $1,828.36 38a Adjustments for Bid Items 7 & 12 UP 1 $203,781.00 203,78L00 s m. 38b Change of Charaa. of Work Adjustment LS 1 $45,983.50 45,983.50 100% $45,983.50 39 Relocate T. S. Controller at Ford & Mac. LS 1 $32,303.61 32,303.61 100% $32,303.61 40 Remove Sidewalk @ 173 +50 FA 1 $1,295.85 1,295.85 100% $1,295.85 41 13 W Time me Eztensioo TE - $0.00 000 ".t'. E 42 Install 2.5" Elec. Conduit @ Ford & MacA LS 1 $2,801.74 2,801.74 100% $2,801.74 43 Land e & Irrigation Changes Var. 1 $23,398.46 23,398.46 100% $23,398.46 44 Provide Two Message Boards LS 1 $2,120.00 2,120.00 100% $2,120.00 45 Provide Lane Closure AUP 1 $2,386.72 2,386.72 100% $2,386.72 46 Relocate T.S Contmler & Delete Loos LS 1 $2,325.20 2,325.20 100% 52,325.20 47 Repair Storm Drain Line "D* IS 1 $7,189.71 7,189.71 100% $7,189.71 48 Overex. Rdwy Sub grade, - South End FA 1 $15,503.60 15,503.60 100% $15,503.60 SUBTOTALS CHANGE ORDER ITEMS: $795,068.79 $630,555.15 CONTRACT ITEMS +CHANGE ORDER ITEMS: $6,069,993.95 Page 3 LESS RETENTION (10 %): 606,999.39 TOTAL PAID TO DATE: $5,462,994.55 PPR Backup 9 0 AMENDMENT NO. 2 TO PROFESSIONAL SERVICES AGREEMENT PROJECT MANAGEMENT SERVICES MACARTHUR BOULEVARD WIDENING - SEGMENT 2 This AMENDMENT NO. 2 TO AGREEMENT, made and entered into this 28th day of June, 1999, by and between the CITY of Newport Beach, a municipal corporation (hereinafter referred to as "CITY "), and GAIL P. PICKART, P.E., whose address is 3345 Newport Boulevard, Suite 215, Newport Beach, California 92663, (hereinafter referred to as "CONSULTANT "), is made with reference to the following: RECITALS: A. On June 9, 1997, a Professional Services Agreement for Project Management Services related to Segment 2 of the MacArthur Boulevard Widening Is project was entered into by and between CITY and CONSULTANT (hereinafter referred to as "AGREEMENT'). B. Section 29 of AGREEMENT authorizes CITY and CONSULTANT to modify the Agreement by entering into a written amendment signed by both parties. C. On June 8, 1998, AMENDMENT NO. 1 to AGREEMENT was entered into by and between CITY and CONSULTANT (hereinafter referred to as AMENDMENT NO. 1). D. CITY and CONSULTANT mutually desire to further amend AGREEMENT as provided herein. NOW, THEREFORE, the parties hereto agree as follows: 1. The term of this AGREEMENT is extended from May 1, 1999 to July 31, 1999. 0 0 0 2. CONSULTANT shall provide additional and continuing project management services as set forth in Exhibit "A" attached hereto and incorporated herein by reference. 3. Compensation to be paid to CONSULTANT for such additional and continuing scope of services shall be in accordance with a not -to- exceed budget of $13,805 as set forth in Exhibit A. 4. CONSULTANT'S not -to- exceed compensation to be paid under AGREEMENT is hereby increased by $13,805 from $95,000 to $108,805. 5. Except as expressly modified herein, all other provisions, terms, and covenants set forth in AGREEMENT and AMENDMENT NO. 1 shall remain the same and continue to be in full force and effect. IN WITNESS WHEREOF, the parties hereto have executed this AMENDMENT NO. 2 to AGREEMENT on the date first above written. CITY OF NEWPORT BEACH, A Municipal Corporation BY: Mayor APPROVED AS TO FORM: City Attorney CONSULTANT BY: Gail P. Pickart, P.E. ATTEST: • City Clerk F:WSeMTSVWSharedVgreemenM\g"!d n- MaUMhur2.d= 2 1 •Gail P. Pickart, P.E. • Consulting Civil Engineer 3345 Newport Boulevard, Suite 215 Newport Beach, California 92663 Phone: (949) 673 -6779 Fax: (949) 673 -6899 EXHIBIT "A" Consultant proposes to provide additional and continuing project management services for the MacArthur Boulevard Widening - Segment 2 project during the period of April through July 1999 relative to the following items: 1. Coordinate "as- built" changes to project design drawings and handle distribution of such "as- built" drawings to other agencies, such as the County of Orange Integrated Waste Management Department. 2. Arrange for traffic noise measurements to be taken in the Harbor View Homes ( "Port Streets ") Community, coordinate traffic volume counts to be taken concurrent with noise measurements, and make arrangements for rear yard access to make noise measurements. 3. Perform such other miscellaneous tasks as may be requested from time -to -time to support and augment the work of City staff. The total fee budget for the project management services described in Items 1 -3 above is $13,805. 0 Ciftof Newport Beach • NO. BA- 085 BUDGET AMENDMENT 1998 -99 AMOUNT: $zn,739.79 CT ON BUDGETARY FUND BALANCE: X Increase Revenue Estimates 8 Increase in Budgetary Fund Balance X Increase Budget Appropriations AND X Decrease in Budgetary Fund Balance Transfer Budget Appropriations No effect on Budgetary Fund Balance xX EXPLANATION: from existing budget appropriations from additional estimated revenues from unappropriated fund balance This budget amendment is requested to provide for the following: To appropriate $243,962.18 from the Circulation and Transportation fund balance to the MacArthur Blvd. Widening project. There is also a reimbursement from the Irvine Company of $33,777.61. There were many change orders, a consultant agreement and a traffic signal controller relocation. There have been prior budget amendments to this capital project account of $2,000,000. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account Description rans and Circulation 260 3605 Fund Balance Control PNUE APPROPRIATIONS (3601) Fund /Division Account Description 250 4858 Refunds and Rebates from other Govts EXPENDITURE APPROPRIATIONS (3503) Division Account Signed: Signed: 0 City Council Approval: City Clerk Amount Debit Credit $243,962.18 $33,777.61 $33,777.61 $243,962.18 0 Date Description Division 7251 Contribution Account C5100066 MacArthur Widening Improvements Division 7261 Transportation and Circulation Account C5100066 MacArthur Widening Improvements Division Account Division Account Division Account Signed: Signed: 0 City Council Approval: City Clerk Amount Debit Credit $243,962.18 $33,777.61 $33,777.61 $243,962.18 0 Date Co of Newport Beach BUDGET AMENDMENT 1998 -99 ECT ON BUDGETARY FUND BALANCE: �X Increase Revenue Estimates X Increase Budget Appropriations AND Transfer Budget Appropriations from existing budget appropriations X from additional estimated revenues X from unappropriated fund balance EXPLANATION: NO. BA- 085 AMOUNT: 5277,739.79 Increase in Budgetary Fund Balance X Decrease in Budgetary Fund Balance No effect on Budgetary Fund Balance i J,Url 2 8 This budget amendment is requested to provide for the following: I APPROVM- To appropriate $243,962.18 from the Circulation and Transportation fund balance to the MacArthur Blvd. Widening project. There is also a reimbursement from the Irvine Company of $33,777.61. There were many change orders, a consultant agreement and a traffic signal controller relocation. There have been prior budget amendments to this capital project account of $2,000,000. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account Description rans and Circulation 260 3605 Fund Balance Control P=VENUE APPROPRIATIONS (3601) Fund /Division Account Description 250 4858 Refunds and Rebates from other Govts EXPENDITURE APPROPRIATIONS (3603) Description Division 7251 Contribution Account C5100066 MacArthur Widening Improvements Division 7261 Transportation and Circulation Account C5100066 MacArthur Widening Improvements Division Account Division Account Division Account Signed Signed ad: jY41,bn,U //) City Council Approval: City Clerk Amount Debit Credit $243,962.18 $33,777.61 • Automatic 21 $33,777.61 $243,962.18 e dl Date r�rJ 8 0 �. FORRII 707 -CIL�aS� STOP NOTICE - .._. LEGAL NOTICE TO WITHHOLD CONSTRUCTION FNNPf (Public or Private Work) (Per California Civil Code Section 3103 TO: City of Newport Beach PROJECT14acarth_ur Bl Widening- begfent 2 (Name of owner, public body or construction tend holder) (Name) P_0. Box 1768 Ford Rd to San Joaquin Hills Rd (Address. If directed to a bank or savings and loan assn., use address at branch holding hudt (Address) Newport Beach, CA 92658 -8915 (City, state and zip) (CM• state and zip) TAKE NOTICE THAT D & N Concrete Pumping, Inc (Name of the rson or firm claiming Me stop notice. Licensed contractors must use the name under which conhetlo/s license is issued) whose address is P.O. Box 359 Gardena, CA 90247 -7295 (Address of person or firm claiming stop notice) has performed labor and furnished materials for a work of improvement described as follows: Macarthur Blvd Widening-Segment 2 2 Fnrd Rd to San Tnaanin Hiller RA (Name antl tration of a project where work or materials were furnished) The labor and materials furnished by claimant are of the following general kind: --- Gon.P^r -etE PPP�iztt= �i -A.ri (General description of work and materials furnished) The labor and materials were furnished to or for the following party: Griffith Company (Name of party who ordered the work or materials) Total value of the whole amount of labor and materials agreed to be furnished is .................. ............................... $ 3,660.00 The value of the labor and materials furnished to date is .......................................................... ............................... $ 3,660.00 Claimant has been paid the sum of: ..................... ...................................................... — .................................. ...... $ 0 and there is due, owing, and unpaid the sum of: $ 3,660.00 You are required to set aside sufficient funds to satisfy this claim with interest, court costs and reasonable costs of litigation, as provided by law. You are also notified that claimant claims an equitable lien against any constru ' funds for this w Ich are in your hands. FIRMNAME —D & N CONCRETE PUMPING. INC By � , (Name of stop notice claimant —see Instructions for details) (owner or erg top notice claimant must sign here and verify below) VERIFICATION I, the undersigned, say: l am the_ President of thefmant named in the ('President of.' 'Manager of; 'A partner ot,' `Owner or etc.) -� _ �i foregoing Stop Notice; I have read said Stop Notice and know the contents thereof; the same is true of mf Rn knovAddge. o r I declare under penalty of perjury under the laws of the State of California that the foregoing is true a�lillTOrrect. r� Executed on Sept. 21 19 98 ,at Gardena California. il, (Da Ihi dot (nt was signed) (Na a city whe top n Uce yne 7 : I ' .4 . (Personal signature of 11164AMdual who is swearing that the c nb!0 the SI ere ` onto r. �..i F o (i.. REQUEST FOR NOTICE OF ELECTION =i'l •n g cg f a� (PRIVATE WORKS ONLY) a O 110 E 1 1 KI 00 (Per California Civil Code Section 3159, 3161 or 3162) If an election is made not to withhold funds pursuant to this stop notice by reason of a payment bond having been recorded in accordance with Sections 3256 or 3162, please send notice of such election and a copy of the bond within 30 days of such election in the enclosed preaddressed stamped envelope. This information must be provided by you under Civil Code Sections 3159, 3161 or 3162. Signed (claimant must enclose "it addressed stamped envelope) SEE REVERSE SIDE FOR COMPLETE INSTRUCTIONS FORM 107.01993 A M.. BUILDING NEWS FORM PREPARED BY JAMES ACRE? 0': o. -�ad bv Sid ci� _J Z :e stc,,,, nonce must be Y ne COM- pletion of the entl�a wok, . 1. 11 1 Ja�'s he owna� L L05 r)odC_- slo'- So'n!': 21 nDro is "vh3_ "he S records a notice of comply von. i, 'nla_ cas-, the stop notice is sa-✓ed or, a construction. lendei or escrow or* Join� control hording construction funds. When the notice is served on the must be fIed within 30 days rec-,r i,�- of i c n .0 b�, 1 'h not e - owner or public body, -to bond is required. completion. Effect of Stop Notice: The owner or fund holder must with- Suit Must be Filed: A stop notice expires unless suit is hold sufficient money:to­ satisfy the stop notice clarn.' p roperly filed: Suit may not_ be: filed before.the expiration of _J the mechanics' lien period, nor more than 90 days thereafter. SMI : , -n " Vim ED ?ice is on a pq . I I, should -disbursing. This means that if a notice of completion was recorded,. suit 1716 w e0w , V e c onti ) e 1L 00 ditor,' or an }/ public in ust tee- =filed between the 30th and 'i 20th day thereafter; if no qty t I! to m �e payments on the pmiect, or notice of completion was recorded ..suit must be filed between Wi4lhEgb Ey v Sea ior i It 9 era'll coirrrre�Ct was awarded. In the 96th.and'.180ffi.66y after Ili :,compatk� ri-of the,work of Ae caq o if Wrtmellb of Public rni \Y( i s rYs atjcontfact th by or through the D--- be M0 the improvement. Dirac' 66f Public 'A Drk Ir ca .,notice must with e of other state work, it must be Add!' , ' lons! Requ ' lirements: 1,11�ider . special. cirdurristariccs, filed witWthe head ( i'th S ate apartment, board, commission- .-there.'are- several additional tec4ical- -rules about'lhe.time m or officer who awE de tl a C I ontract. In the case of private af within- which- stop notices and ,stop notice suits must work, the_stop nofice-rnay_6e - ile6­.either with the-owner of the be.. fl6d. project or with the construction lender, joint control', or escrow IF YOU HAVE ANY DOUBT AS TO PROPER PROCE- holder holding' co�i4ructioi-funcls.' r bURE,'CONSULT YOUR ATTORNEY. -:INSTRUCTIO. SIGNING AND -VERIFYING THfS N S FOR FORM Signature: If the claimant of the stop',patice. is a corporation, an officer or managing employee should a'parther tor empio eeshould sign. - ]f,.the.firrn, is..a sole ,s„_,;,_, i me aging y _ proprietorship, whether or not doing business under a fictitious name the owner of the business or a -.managing employee should sign. Se :example: 7 — ---- - CORPORATION SOLE PROPRIETORSHIP (Fictitious Name) Firm Name JOHN ELECTRICAL CO. INC. First Name. SPEEDY ELECTRICAL C % 0. By B y wan C/ �.;PARTNERSHIP 4 -F JOHNSON ELECTRICAL CO: � -Firm Namie' Firm Name SID JOHNSON B y V Verification. .T -h s is -a-declaration ender pmalty -of perjury, If-it iss I geed -in Jhe State of..Calitomia,.It does —.. not have to be notarized. However, to be valid, the verification must contain the date, the city where signed, and Ahe,signature.,_See above for examplett: 7 0': o. _J Z �J Z O 0 _J W Lu 1L 00 Z 0 Z.om JL_ Cr= U UJI a. P. 41, Z 0 �J U. 0 Z U UJI a. P. 41, Z 0 H �A� Z' O° ro,� HA �J H �A� Z' O° ro,� HA RECEIVED SEP 1 7 1998 Date `! 1 I -'r t' Copies Sent To: U. ❑ mayor [-G !VC ❑ Council Member GRtrFITH Co. O Manager Sp 21 All :32 DIST, a ttorneX �Q OFFICE, OF i 1t:E ;iTY CLERK CITY Or , BEACH Release dustup Notice TO: CITY OF NEWPORT BEACH, PUBLIC WORKS DEPARTMENT (Construction Lender, Public Body, or party rnilh whom Slop Nolicr :vas filed) P. 0. BOX 1768, NEWPORT BEACH, CA 92658 -3915 (Address) You are hereby notified that the undersigned claimant releases that certain Stop Notice dated September 11, 1998 , in the amount of $ 3,022.50 against CITY OF NEWPORT BEACH, PUBLIC WORKS DEPARTMENT as owner or public body and SRIFFITH COMPANY as prime contractor in connection with the work of improvement known as MAC ARTHUR BLVD. WIDENING— SEGMENT 2, CONTRACT #C- 2825 -F, NEWPORT BEACH, CA in the City of NEWPORT BEACH County of ORANGE State of California. Date September 16, 1998 BRAGG INVESTMENT CO., INC. dba: Name of Claimant: BRAGG CRANE SERVICE- (Fir m ranr (Sig...""' ) Secretary /Treasurer rAulhorized Capacity) VERIFICATION I, the undersigned, state: I am the See re ra r;z asurer ("Agent of" "President of "A Partner of; "Ou,ner of etc.) the claimant named in the foregoing Release; I have read said Release of Stop Notice and know the contents thereof, and I certify that the same is true of my own knowledge. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on September 16 '19 98 at Long Beach State of California (Sigunhrrf Claimant or Aulhoazrd ,9geul) P'cUCWOAX- j ACA FORM 5 5000 (Rev. 2/87) ct�(.zlC( Ode Copies Sent Ta ❑ Mayor ❑ Council Membef ❑ M nager Attorney ~ O - o---- -- �aa CE -98 SEP 17 P 1 :21 BFFICE OF_LHF ;i3 Y CLERK CITY OF ;.,_WPORT BEACH Release of Stop Notice TO: CITY OF NEWPORT BEACH, PUBLIC WORKS DEPARTMENT (Construction Lender, Public Body, or party will, mhmn Step Notice was filed) P. 0. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (Address) You are hereby notified that the undersigned claimant releases that certain Stop Notice dated _September 11, 1998 , in the amount of $ 3,022.50 against CITY OF NEWPORT BEACH, PUBLIC WORKS DEPARTMENT as owner or public body and BRIFFITH COMPANY as prime contractor in connection with the work of improvement known as MAC ARTHUR BLVD. WIDENING- SEGMENT 2, CONTRACT #C- 2825 -F, NEWPORT BEACH, CA in the City of NEWPORT BEACH State of California. Date September 16, 1998 County of ORANGE BRAGG INVESTMENT CO., INC. dba: Name of Claimant: BRACC CRANE SERVICE. INC. /J (Finn nm/ney L"7 By ,,/// (SiSvrature) Secretary /Tfeasurer ,'Authorized Capacity) VERIFICATION I, the undersigned, state: I am the Sarrarary /Traa Curer ("Agent of" "P,csideni of ",'-A Pariner of", "Owner of ", etc.) the claimant named in the foregoing Release; 1 have read said Release of Stop Notice and know the contents thereof, and I certifv that the same is true of my own knowledge. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on September 16 '19 98 at Long Beach State of California (Signalu, >f Clairnanl or Authorized A,yeal) XA FORM 5 5000 (Rev. 2/87) Stop Notice f / n 3103 n,� �,,� ¢C• CALIFORNIA CIVIL CODE SECTION NEWPORT BEACH, PUBLIC WORKS DEPARTMENT Construction Lender, Public Body or Q.ryyterlSEP 6 n�� YiS P.O. Box 1768, Newport Beach, CA 92658 -8915 I1 .08 (Address) (If Private Job - file with responsible officer or person at office or branch of construction lender administering the construction funds or with the owner - CIVIL CODE SECTIONS 3159FT�ff F THE CITY CLERK i5 a�ut` EAR 4o make (If Public Job -file with office of controller, auditor, or other public disburse �' fUet ww&sq payments under provisions of the contract - CIVIL CODE SECTIONS 3179 - 3214) Prime Contractor: GRIFFITH COMPANY Sub Contractor (If Any) CALIFORNIA TRUCK & EQUIPMENT Owner or Public Body: CITY OF NEWPORT BEACH, PUBLIC WORKS DEPARTMENT Improvement known as MAC ARTHUR BLVD, WIDENING- SEGMENT 2 CONTRACT #C- 2825 -F 1,1A me and address (if project or work of improvement) NEWPORT BEACH, in the City of NEWPORT BEACH , County of ORANGE State of California. BRAGG INVESTMENT CO., INC. dba: BRAGG CRANE SERVICE, INC. Claimant,a Corporation (Claimant) (Corporation /Partnership /Sole Proprietorship) furnished certain labor, service, equipment or materials used in the above described work of improvement. The name of the person or company by whom claimant was employed or to whom claimant furnished labor, service, equipment, or materials is CAT TFORNTA TRUCK F, FOIiTPMFNT /GRTFFT TH COMPANY (Name of Subcontractor /Contractor Owner -Bull er) The kind of labor, service, equipment, or materials furnished or agreed to be furnished by claimant was Provided Cranes, Labor & Equipment to set K -rail as directed. (Describe in detail) Total value of labor, service, equipment, or materials agreed to be furnished......... $ 3,022,50 Total value of labor, service, equipment, or materials actually furnished is............ $ 3,022.50 Credit for materials returned, if any ............................... ............................... $ -0- Amount paid on account, if any .................................... ............................... $ -0- Amount due after deducting all just credits and offsets ...... ............................... $ 3,022.50 YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by you on the above described project to satisfy claimant's demand in the amount of $ 3,022.50 and in addition thereto sums sufficient to cover interest, court costs and reasonable costs of litigation, as provided by law. A bond (CIVIL CODE SECTION 3083) is not attached. (Bond required with Stop (is /is not) Notice served on constructions lender on private jobs - bond not required on public jobs or on Stop Notice served on owner on private jobs). BRAGG INVESTMENT CO., INC. dba: Date September 11, 1998 Name of Claimant BRAGG CRANE SERVICE, INC. P.O, Box 727 (Firm Name) cmrrr: Z 210 458 502 Long Beach, C(.MaiQ �gAddress) By yt e,- (.Signature) Secretary/ easurer (Official Capacity) VERIFICATION 1, the undersigned, state: I am the Secretary /Treasurer ('Agent of'; "President of'; 'A Partner oj'; "Owner of'; etc.) the claimant named in the foregoing Stop Notice; I have read said claim of Stop Notice and know the contents thereof, and I certify that the same is true of my own knowledge. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on September 11 19 98at LonR Bach State of California (Signature OL-orlaunara or Authorized Agent) ` REQUEST FOR NOTICE OF ELECTION (Private Works Only) If an election is made not to withhold funds pursuant to this stop notice by reason of a payment bond having been recorded in accordance with Sections 3235 or 3162, please send notice of such election and a copy of the bond within 30 days of such election in the enclosed preaddressed stamped envelope to the address of the claimant shown above. This information must be provided by you under Civil Code Sections 3159, 3161 or 3162. 77 /`�/ Z Signed: -, e <-f �- (Claimant must enclose self addressed smm d envelope) A E RE: DIVED RELEASE OF STOP NOTICE '98 APR 13 P 3 :14 E TO: CITY OF NEWPORTFPE&CF'. HE CITY CLERK CITY OF '�WPORT BEACH P.O. BOX 1768 NEWPORT BEACH CA You are hereby notified that the undersigned claimant releases that certain Stop Notice dated 3/2/9 g , in the amount of against CITY OF NEWPORT BEACH as owner or public body and L-20rrIP1-?.t' as prime contractor in connection with the work of improvement known as MACARTHUR BLVD & FORD RD— c,a t S in the City of NEWPORT BEACH County of ORANGE State of California. Date Name of Claimant Robertson's RECE1VF;@CEIVED By y ^fie APR 0 6 1998APR U G 1998 Authorized Agent GRIFFITH CO. DIST. 4 GRIFFITH CO. DIST. 4 VERIFICATION I, the undersigned, state: I am the Agent of the claimant named in the foregoing Release; I have read said Release of Stop Notice and know the contents thereos, and I certify that the same is true of my own knowledge. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on / at Riverside, California. �c (Sig ature of Claimant or Authorized Agent � ` d o 0301300 0 O RE- C EIVED RELEASE OF STOP NOTICE M APR -7 P 1 :26 TO: CITY OF NEWPORT BEACH OFFICE OF ?l {E C;I1 Y CLERK P.O. BOX 1768 NEWPORT BEACH C& OF `-WPORT BEACH You are hereby notified that the undersigned claimant releases that certain Stop Notice dated 311219 g , in the amount of 1'3 ,1 ' -7 L-,O 1�! against CITY OF NEWPORT BEACH as owner or public body and Gri��c1� �omP4�Y as prime contractor in connection with the work of improvement known as MACARTHUR BLVD & FORD RD - in the City of NEWPORT BEACH County of ORANGE State of /California. Date 'Y1219�') Name of Claimant Robertson's By T- Authorized Agent VERIFICATION Date Copies Sent To: ❑ Mayor ❑ Council Member ❑ Manager ❑ Attorney �f 1, I, the undersigned, state: I am the Agent of the claimant named in the foregoing Release; I have read said Release of Stop Notice and know the contents thereos, and I certify that the same is true of my own knowledge. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on �{�/ at Riverside, California. 0 STOP NOTICE ��ss (California Civil Code Section 3103) NOTRL lIT( E CITY OF NEWPORT BEACH P.O. BOX 1768 NEWPORT BEACCA (If %r tab falliile with responsible officer or person at office or branch of construction lender administering the construction funds or with the own C RV L CODE SECTIONS 3156 -3175) (�1F,�H with office of controller, auditor, or other public di n er whose duty it is to make payments under provisions of the contract -CIVIL CODE SECTIONS 3179 -3214) Prime Contractor: GRIFFITH COMPANY Sub Contractor (If Any):GRIFFITH CO Owner or Public Body: CITY OF NEWPORT BEACH Improvement known as MACARTHUR BLVD & FORD RD County of ORANGE 1'Z"defi7ur Gti"Pn,i�� State of California. Robertson's, Claimant, a Partnership, furnished certain labor service, equipment or materials used in the above described work of improvement. The name of the person or company to whom claimant furnished service, equipment, or materials is GRIFFITH CO The kind of materials furnished or agreed to be furnished by claimant was ready mix concrete, rock and /or sand materials. Total value of labor,service,material to be furnished ...... $ 13,174.08 Total value of labor,service,materials actually furnished..$ 13,174.08 Credit for materials returned, if any ......................$ 0.00 Amount paid on account, if any .............................$ 0.00 Amount due after deducting all just credits and offsets .... $ 13,174.08 YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by you on the above described project to satisfy claimant's demand in the amount of $ 13,174.08 and in addition thereto sums sufficient to cover interest court costs and reasonable costs of litigation, as provided by law. A bond (CIVIL CODE SECTION 3083) is not attached.(Bond required with Stop Notice served on construction lenders on private jobs -bond not required on public jobs or on Stop Notice served on owner on private jobs) v� Dat1d 03/:2,9 Name and address of Claimant ROBERTSON'S P.O. Box 33140 Riverside, Calif. 92223 909 -- 685 -2200 JS 8 ❑ ❑ ❑ Elo 0 0 Authorized Agent VERIFICATION I, the undersigned, state: I am the agent of the claimant named in the foregoing Stop Notice; I have read said claim of Stop Notice and know the contents thereof, and I certify that the same is true of my knowledge. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on 03/12/98 at Riverside, State of C ifornia. 1. Signature of claimant /Agent �M 1 1 1 1 c,�(�/&/-/C Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA 92659 -1768 until 2:00 p.m. on the 21 st day of May, 1997, at which time such bids shall be opened and read for �1 MACARTHUR BOULEVARD WIDENING 0.4 MILES N/0 SAN JOAQUIN HILLS ROAD TO FORD ROAD Title of Project C -2825 IFI Contract No. ON .4 1IP FOR l+ Approved by the City Council this 14th day of April, 1997 LaVonne Harkless City Clerk Perspective bidders may obtain one set of bid documents at the price of $75.00 at the office of the Public Works Department, 3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA 92659 -1768. For further information, call Gail Pjckart at 673 -6779. Project Manager CONTRACT N0. C -2825 (F) The special provisions contained herein have been prepared by or under the direction of the following Registered Persons: HIGHWAY REMS'ZEAD CYO L ENGINEER TRAFFIC REGISTERED CIVIL ENGINEER LANDSCAPE (PLANTING) R GI TERE� LANDSCAPE ARCHITECT LANDSCAPE (IRRIGATION) REGISTERED LANDSCAPE ARCHITECT i PAGE 1 OF 2 MICHAEL' J. BRUZ No. 36198 � Exp6/30 /00 OF C LBERT� N W. DICKSol U 19417 No. Exp9 /30/97 OF �p"DSCAPf JOHN N P. ANDREW V (•1 3152 NExp9/30/97 OF C `pNDSCAPf DAV I D '9 N H. TAT SUMI 2033 NExp8 /31 /98 CONTRACT NO. C -2825 (F) (CONTINUED) ELEC/TR/I /CAL (HIGHWAY) REGISTERED CIVIL ENGINEER DRAINAGE REGISTERED CIVIL M INEER STRUCTURES QQ �� /J,G�,olf,�,(d�, .�• ���2tia�L1�l. REGISTERED CIVIL ENGINEER PAGE 2 OF 2 /H I LBER W. DICKSON m m lo. 194 17 A EXp9/30/97 OF c 4,e STEVEN F %\ N K. GIFFEN W � No.- 42154 Exp3 /31 /00 OF c ALAHUDD I M. SHE IKH m No 32677 A Expl 2/31 /97 c ' CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ' ADDENDUM NO. 1 MacArthur Boulevard Widening 0.4 Miles N/0 San Joaquin Hills Road to Ford Road CONTRACT NO. C -2825 (F) I. SPECIFICATIONS Proposal 1. Substitute the enclosed Proposal Pages P -2 and P -4. The description for Item 7 has been changed from "unsuitable materials removals" to "remedial removals ". The quantity for Item 11, "Aggregate Base (Class 2) ", is revised to 44,700 tons. Item 13 - "Crushed Miscellaneous Base" has been deleted and replaced by Item 13 - "Construction Staking ". Item 47 has changed to include inlet types G1 and G3 and the quantity has been revised to 43 ea. The quantity for ' Item 60, "Rock Slope Protection Fabric," is revised to 4,300 sy. Contract Documents 1. Delete the Contract Documents commencing with "Instructions to Bidders" and ending with "Bidder DBE Information" in their entirety. Substitute the attached Contract Documents. 1 1 Section 2 - Proposal Requirements and Conditions 1. Delete the last two paragraphs of Section 2 -1.01. Section 5 - General Contracl Requirements 1. In Section 5 -1.04 - "Responsibilty for Damage." Substitute Deist - Binsfield, Inc. (the project construction manager) as a party to be indemnified and held harmless in lieu of the State. Similarly, Deist - Binsfield, Inc. is to be an additionally named insured along with the City of Newport Beach. MacArthur Blvd - Segment 2 City Project No. C -2825 (F) May 13, 1997 Addendum No. 1 Page 1 of 11 I Replace the insurance limits set forth in Section 7 -1.12 of the Standard Specifications with the following: Coverage Minimum Limits Comprehensive General Liability $5,000,000 combined Completed Operation and a Broad Form including single limit per Property Endorsement and occurrence Comprehensive Automobile Liability Section 10 - Construction Details Workers' Compensation Statutory Except as provided herein for establishment of horizontal and vertical ' control and right of way staking by the Engineer, all other specifications, including the requirements in Section 5 -1.07 "Lines and ' Grades," of the Standard Specifications which require the establishment of lines and grades by the Engineer shall not apply to this contract. ' Before starting any survey work, the Contractor shall submit in writing for approval by the Engineer, the proposed procedures, methods, ' MacArthur Blvd - Segment 2 Addendum No. 1 ' City Project No. C -2825 (F) Page 2 of 11 May 13, 1997 Section 9 - Description of Work t 1. Delete the reference to "California State Department of Transportation" from the last sentence of the first paragraph. ' Section 10 - Construction Details 1. Section 10 -1.10 - "Obstructions ". The 30 calendar day period shown ' for the Southern California Edison Company work shall mean 30 non- consecutive calendar days. ' 2. Section 10 -1.15 - "Maintaining Traffic ". The first sentence of the seventh paragraph is amended to read " . . .. be performed between 6:00 a.m. and 9:00 a.m. nor between .... " ' 3. Section 10 -16 - "Construction Staking" shall be deleted in its entirety ' and substitute the following: 10 -1.16 CONSTRUCTION STAKING -- This work shall consist of furnishing and setting construction stakes and marks by the Contractor ' to establish the lines and grades required for the completion of the work as shown on the plans and as specified in the Standard ' Specifications and these special provisions. Except as provided herein for establishment of horizontal and vertical ' control and right of way staking by the Engineer, all other specifications, including the requirements in Section 5 -1.07 "Lines and ' Grades," of the Standard Specifications which require the establishment of lines and grades by the Engineer shall not apply to this contract. ' Before starting any survey work, the Contractor shall submit in writing for approval by the Engineer, the proposed procedures, methods, ' MacArthur Blvd - Segment 2 Addendum No. 1 ' City Project No. C -2825 (F) Page 2 of 11 May 13, 1997 �I equipment, and typical stake markings to be used. All procedures, ' methods, typical stake markings shall be in accordance with standard industry practice. ' Construction staking shall be performed as necessary to control the work. Construction stakes and marks shall be furnished and set with accuracy adequate to assure that the completed work conforms to the ' lines, grades, and sections shown on the plans. The Engineer will furnish survey data to the Contractor for the ' construction control surveys, horizontal and vertical, as shown on the plans. The Engineer will set a total of six (6) control points which the Contractor can utilize for horizontal and vertical control. In the event the Contractor's operations destroy any of the Engineer's survey control points, the Contractor shall either replace such control points ' at its expense, subject to verification by the Engineer, or request the Engineer to replace the destroyed control points. If requested to replace the control points, the Engineer will do so within 10 working ' days. The cost of any such verification or replacement of the Engineer's control surveys will be deducted from any moneys due or to become due to the Contractor. The Contractor will not be allowed any adjustments in contract time for such verification or replacement or survey control points by the Engineer. ' All horizontal and vertical survey control monuments shown on the layout plans shall be checked by the Contractor for description, ' location and accuracy, prior to their use. The Contractor shall be responsible for protecting all existing horizontal and vertical survey controls, monuments, ties and bench marks located within the limits of the project. If any of the above require removal, relocating or resetting, the Contractor shall, prior to any ' construction work and under the supervision of a California - licensed land surveyor or pre -1972 licensed civil engineer, establish sufficient temporary ties and bench marks to enable the points to be reset by the ' Contractor after completion of construction. Any ties, monuments and bench marks disturbed during construction shall be reset per City of Newport Beach standards after construction and the tie notes submitted to the City of Newport Beach. The ' Contractor and its sureties shall be liable for, at its expense, any resurvey required due to its negligence in protecting existing ties, monuments, bench marks or any such horizontal and vertical controls. 1 MacArthur Blvd - Segment 2 Addendum No. 1 ' City Project No. C -2825 (F) Page 3 of 11 May 13, 1997 The Contractor shall comply with The Land Surveyors Acts #9771 (Record of Surveys - Monumentation) and #8773 (Corner Records - Records of Survey for "Lost Corners"). ' Survey notes, drawings, calculations and other survey documents /materials shall be completed and delivered to the City of Newport Beach. ' The Contractor shall set and record permanent survey control points in reference to the new center line /station line. Points to be referenced include: beginnings and ends of curves (BCs and ECs); mid - points of curves (MPCs) with a length exceeding 1100 feet; points on tangent (POTS) no more than 1200 feet apart; and beginning and endings of ramp station lines. The points shall consist of washers or tags fastened to the pavement with boat spikes or lead and tacks, and are ' to be set 0.05 feet below the plane of the pavement's finished surface. The control points shall be set in outer shoulder of the roadway not less than 6 feet from the outer edge of the traveled way, ' the exact location shall be determined by the Engineer. Field surveys for control of construction shall be the responsibility of ' the Contractor. The Contractor shall be wholly responsible for the lines and grades and ' for the stakes and marks for the construction of all improvements shown on the plans. ' All computations necessary to establish the exact position of the work from control points shall be made by the Contractor. All ' computations, survey notes, and other records necessary to accomplish work shall be neat, legible and accurate. Copies of such computations, notes and other records shall be furnished to the ' Engineer prior to beginning work that requires their use. Construction stakes shall be removed from the site of the work when ' no longer needed. Upon completion of construction staking and prior to acceptance of ' the contract, all computations, survey notes, and other data used to accomplish the work shall be furnished to the Engineer. All ' computations and final survey notes shall be reviewed and accepted by the Engineer prior to completion of contract and shall become the property of the City before the acceptance of the contract. MacArthur Blvd - Segment 2 Addendum No. 1 ' City Project No. C -2825 (F) Page 4 of 11 May 13, 1997 I 1 1 �_l ll I Construction staking will be paid for on the basis of a lump sum price. The contract lump sum price paid for construction staking shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in performing construction staking and relocation of survey monuments, as shown on the plans, as specified in these special provisions and as directed by the Engineer and no additional compensation will be made therefor. 4.a. Section 10 -1.41 - "Roadway Excavation and AC Pavement Removal ". The second sentence of the first paragraph is amended to read "Any unsuitable materials encountered shall be removed and replaced with suitable material excavated from other parts of the work, or from an approved borrow site. Removal and disposal of unsuitable materials shall be paid by force account ". 4.b. The first sentence of the third paragraph is amended to read, "Remedial removals shall be completely ..... 4.c. The first sentence of the fourth paragraph is amended to read "Quantities of remedial removals to be paid for .... " 4.d. The second sentence of the fourth paragraph is amended to read "Payment for remedial removals excavation shall include .... " 5. Section 10 -1.46 - "Crushed Miscellaneous Base ". Delete the fourth paragraph in its entirety and substitute the following: "Payment for crushed miscellaneous base shall be made at the contract unit price per ton for Aggregate Base (Class 2) and shall include all labor, materials, tools and equipment to complete the work and no additional compensation will be made therefor ". 6. Section 10 -1.49 - "Planing Asphalt Concrete ". The first sentence of the eighth paragraph is amended to read " .... price paid per square yard for plane asphalt .... ". 7. Section 10 -1.51 E - "Retaining Wall (Masonry Block)" Amend the first sentence of the last paragraph to read ..... price paid per linear foot of masonry .... . 8. Section 10 -1.62 - "Reinforced Concrete Pipe ". Delete this section in its entirety and insert the following. "Reinforced concrete pipe shall conform to the provisions of Section 207 -2 "Reinforced Concrete Pipe (RCP)" or the Standard Specifications for Public Works Construction. MacArthur Blvd - Segment 2 City Project No. C -2825 (F) May 13, 1997 Addendum No. 1 Page 5 of 11 ' Pipe bedding shall be in accordance with City of Newport Beach ' Standard Plan No. 106 -L and shall be 90% relative compaction. The contract price paid per linear foot for reinforced concrete pipe of ' the sizes shown on the plans shall include full compensation for furnishing all labor, materials, tools, equipment, incidentals, jacking pipe beneath existing walls and landscaping, and for doing all the work ' involved in furnishing and placing reinforced concrete pipe, complete in place, as shown on the plans, as specified in the Standard Specifications for Public Works Construction, and these special ' provisions, and as directed by the Engineer and no additional compensation will be made therefor. ' 9.a. Section 10 -1.63 - "Rock Slope Protection ". Add the sentence "Rock Blanket Fabric shall be Amoco Style 2006 as shown on the plans, or ' approved equal ". 9.b. Revise the reference to sheet C -3 in the fourth paragraph to sheet C -1. ' 10. Section 10 -1.65 - "PCC Curb and Curb and Gutter ". Amend the first sentence of the fourth paragraph to read ".... for providing 30 mil ' PVC liner ...... 11. Section 10 -4.10 - "Backfill and Densifications ". Amend the first ' paragraph to read ..... compacted to 90 percent minimum relative compaction ". ' 12. Section 10 -4.14 - "Payment ". The first sentence of the first paragraph shall be amended to include, "jacking pipe beneath existing ' walls and landscaping." II. LP ANS ' "Furnish 1. Construction Note 234 is amended to read and install 8" Class 150 Resilient Wedge Gate Valve, FLG. x M.J. with retainer gland ' per City of Newport Beach Std - 508 -L. 2. Plan Sheet X -1, "Typical Sections." The reference to Retaining Wall t"B" in the section from Sta 152 + 08.00 to Sta 156 + 00.00 is amended to read "Retaining Wall "A ". ' 3. Plan Sheet IW -9, "Industrial Waste Line." Exhibit "A ", "Pressure Cleanout Cover - Industrial Waste Line" is hereby included as a part of said plan sheet. Cleanouts shall be placed in pairs (for cleaning MacArthur Blvd - Segment 2 Addendum No. 1 City Project No. C -2825 (F) Page 6 of 11 ' May 13, 1997 ' 1. The City has available for review by the Contractor at the Public upstream and downstream) at intervals not to exceed 400'. Precise ' placement of cleanouts shall be as directed by the Engineer. 4.a. Plan Sheet HP -9, "Median Hardscape and Drainage Details ". For the Stormwater Pollution Prevention Plan (SWPPP). detail, "Colored Concrete Maintenance Vehicle Parking ", the reference ' to "95% relative compaction" is amended to read "90% relative ' compaction ". City. "Stamped 3. 4.b. For the detail, Colored Concrete Maintenance Walk and ' Median Drainage Detail ", the reference to "Min 12" depth topsoil" is ' amended to read "Min 12" depth topsoil in all median areas except below hardscape improvements. Soils under hardscape shall be compacted subgrade (90 %) relative compaction." including final clean -up within the Big Canyon Villas development ' III. MISCELLANEOUS ' 1. The City has available for review by the Contractor at the Public Works Department, copies of the Geotechnical Report and the Stormwater Pollution Prevention Plan (SWPPP). 2. Cross - Sections at 50' intervals are also available for purchase from the ' City. 3. The City is currently obtaining a right -of -entry permit for the waterline ' and storm drain work shown on plan sheets W -1, D -6 and D -17, The Contractor shall be required to complete all work shown on the plans, including final clean -up within the Big Canyon Villas development ' within 40 consecutive calendar days. Failure to complete the work within the aforementioned timeframe shall be cause for the City to ' invoke the provisions of Section 4 -4, "Liquidated Damages ". 4. For the waterline and storm drain work shown on plan sheets W -1, D- 6 and D -17, the Contractor is required to jack the waterline and storm ' drain lines beneath the existing wall and adjacent landscaped areas within the Big Canyon Villa property. 5. The Contractor's sole ingress /egress to the Big Canyon Villas shall be by the emergency access gate along MacArthur Boulevard. The Contractor shall minimize vehicular traffic within the development and furthermore shall not store any equipment materials or vehicles within the Big Canyon villas overnight. All construction trash /debris shall be ' removed daily and the streets shall be swept or washed daily as directed by the Engineer. 1 MacArthur Blvd - Segment 2 Addendum No. 1 City Project No. C -2825 (F) Page 7 of 11 May 13, 1997 ' 6. The Contractor is responsible for protecting all improvements within ' the Big Canyon Villas development in place unless specifically noted to be removed and /or replaced on the plans. ' 7. The lump sum price bid for 6" PVC industrial wasteline (Bid Item No. 70) shall include the cost of installing the pressure cleanouts in accordance with the detail provided as part of this Addendum No. 1 ' and no additional compensation will be paid therefor. 8. The requirement in Section 8 -1.01 of the Standard Specifications that ' the Contractor perform contact work amounting to 50 perent of the original total contract price is reduced to 40 percent. Please sign and date this ADDENDUM N0. 1 and attach it to your Bid Proposal. No bid will be considered unless this signed Addendum No. 1 is attached. tGail P. Pickart Bidders Name 1 Project Management Consultant ' Authorized Signature [1 11 MacArthur Blvd - Segment 2 City Project No. C -2825 (F) ' May 13, 1997 Addendum No. 1 Page 8 of 11 C)X�41>j4 T " k t Iti(hindt. 1O' "-t VIPs • '(( kf�l Sox- PJ(ZDDY,i F VOU(4 h-(0 q L J , hC 1 IV4 COh OO'(61 COLA-ka27 L41I F'VC--TV1Z%7617 FEMALC At-'Af -I1eK �x9. AO 'SIOL -Vr-mT WeL-r p YIPS. qwfLoero ?Lk Cow4u-( To mwr4ut,1c W ITV4 tN,IbYiOfi� eX-1 0 W yL iRe4-/ U 2I� CU-�A9001 CO v ( tZ, MacArthur Blvd - Segment 2 Addendum No. 1 City Project No. C -2825 (F) Page 11 of 11 May 13, 1997 P ' TABLE OF CONTENTS PAGE NOTICE TO CONTRACTORS .................................................. ............................... N -1 ' PROPOSAL .......................................................................... ............................... P -1 CONTRACT DOCUMENTS Instructions to Bidders ...................................................... ............................... 1 Designation of Subcontractor(s) ......................................... ............................... 2 Bidder's Bond ................................................................... ............................... 3 ' Non - Collusion Affidavit ..................................................... ............................... 4 Technical Ability and Experience References ........................ ............................... 5 ' Notice ............................................................................. ............................... PaymentBond .................................................................. ............................... 6 7 Faithful Performance Bond ................................................. ............................... 9 ' Certificate of Insurance ................................................... ............................... Automotive Liability Insurance Endorsement ...................... ............................... 11 12 General Liability Insurance Endorsement ............................ ............................... 13 Contract........................................................................ ............................... Bidder DBE Information ................................................... ............................... 14 16 ' SPECIAL PROVISIONS SECTION 1: SPECIFICATIONS AND PLANS 1 -1 MODIFICATIONS TO THE STATE OF CALIFORNIA, DEPARTMENT OF TRANSPORTATION, STANDARD SPECIFICATIONS ........................... 1 -1 1 -1.01 DEFINITIONS AND TERMS .............................. ............................... SECTION 2: PROPOSAL REQUIREMENTS AND CONDITIONS 1 -1 2 -1.01 GENERAL ...................................................... ............................... 2 -1 2 -1.02 DISADVANTAGED BUSINESS .......................... ............................... 2 -1 2 -1.03 DBE GOALS FOR THIS PROJECT ..................... ............................... 2 -2 ' 2 -1.04 SCOPE OF CONTRACT ................................... ............................... 2 -2 SECTION 3: SUBMISSION OF DBE INFORMATION, AWARD, AND EXECUTION ' OF CONTRACT 3 -1.01 GENERAL ......................................................... ............................3 -1 ' 3 -1.02 DBE INFORMATION ........................................ ............................... 3 -1 3 -1.03 AWARD OF CONTRACT ................................. ............................... 3 -2 3 -1.04 SUBCONTRACTING ........................................... ............................3 -2 1 3 -1.05 MBE RECORDS .............................................. ............................... 3 -3 11 ' TABLE OF CONTENTS (CONTINUED) ' 5 -1.04 PREVAILING WAGE ........................................ AGE ' 5 -1.02 SECTION 4: BEGINNING OF WORK, TIME OF COMPLETION, LIQUIDATED ............................... 5 -1 5 -1.03 DAMAGES AND PARTNERING ............................... 5 -4 PROVISIONS .................................................. ............................... 4 -1 GENERAL ......................................................... ............................4 -1 4 -2 BEGINNING OF WORK .................................... ............................... 4 -1 5 -1.08 4 -3 TIME OF COMPLETION ................................... ............................... 4 -1 ' 4 -4 LIQUIDATED DAMAGES ................................. ............................... 4 -1 5 -8 5 -9 4 -5 VOLUNTARY PARTNERING ............................. ............................... 4 -1 SUBCONTRACTING .......................................... ...........................5 SECTION 5: GENERAL CONTRACT REQUIREMENTS 5 -1.12 5 -1.13 5 -1.01 5 -1.04 PREVAILING WAGE ........................................ ............................... 5 -1 ' 5 -1.02 ' LABOR DISCRIMINATION ................................ ............................... 5 -1 5 -1.03 PUBLIC SAFETY ............................................. ............................... 5 -4 5 -1.25 ARCHAEOLOGICAL /PALEONTOLOGICAL RESOURCES .................... 5 -15 5 -1.26 HAZARDOUS WASTE/ MATERIALS ................. ............................... 5 -16 ' SECTION 6: NOT USED ..................................................... ............................... 6 -1 SECTION7: NOT USED ..................................................... ............................... 7 -1 ' ii 5 -1.04 RESPONSIBILITY FOR DAMAGE ....................... ............................... 5 -7 ' 5 -1.05 REQUIRED SUBCONTRACT AND MATERIAL SUPPLY CONTRACT PROVISIONS .................................................. ............................... 5-7 ' 5-1.06 5 -1.07 ARBITRATION ................................................... ............................5 TERMINATION OF CONTROL ........................... ............................... -7 5 -7 5 -1.08 FINAL PAY QUANTITIES ................................. ............................... 5 -8 ' 5 -1.09 5 -1.10 PAYMENTS ................................................... ............................... PAYMENT OF WITHHELD FUNDS .................... ............................... 5 -8 5 -9 5 -1.11 SUBCONTRACTING .......................................... ...........................5 -10 5 -1.12 5 -1.13 DBE RECORDS ............................................. ............................... SOUND CONTROL REQUIREMENTS ............... ............................... 5 -10 5 -10 5 -1.14 HIGHWAY CONSTRUCTION EQUIPMENT ........ ............................... 5 -11 5 -1.15 PROJECT APPEARANCE ............................... 5 -11 5 -1.16 ............................... ADDENDA ....................................................... ...........................5 -11 5 -1.17 PROGRESS SCHEDULE ................................. ............................... 5 -12 5 -1.18 PRECONSTRUCTION CONFERENCE ................ ............................... 5 -12 ' 5 -1.19 LEGAL RELATIONS AND RESPONSIBILITY ...... ............................... 5 -12 5 -1.20 WATER CONSERVATION .............................. ............................... 5 -12 5 -1.21 . ......................RELATIONS WITH CALIFORNIA DEPARTMENT OF ' FISHAND GAME .......................................... ............................... 5 -12 5 -1.22 RELATIONS WITH CALIFORNIA REGIONAL WATER QUALITY CONTROL BOARD .......................... ............................... 5 -14 5 -1.23 RELATIONS WITH UNITED STATES ARMY CORPS OF ENGINEERS ................................................. ............................... 5 -14 5 -1.24 BUSINESS LICENSES AND PERMITS .............. ............................... 5 -15 5 -1.25 ARCHAEOLOGICAL /PALEONTOLOGICAL RESOURCES .................... 5 -15 5 -1.26 HAZARDOUS WASTE/ MATERIALS ................. ............................... 5 -16 ' SECTION 6: NOT USED ..................................................... ............................... 6 -1 SECTION7: NOT USED ..................................................... ............................... 7 -1 ' ii L TABLE OF CONTENTS (CONTINUED) PAGE SECTION 8: MATERIALS ' 8 -1.00 BUY AMERICA REQUIREMENTS ...................... ............................... 8 -1 ' 8 -1.01 GENERAL ......................................................... ............................8 -1 10-1 8 -1.02 SLAG AGGREGATE ........................................ ............................... 8 -1 ORDER OF WORK ......................................... ............................... 8 -1.03 TESTING ....................................................... ............................... 8 -1 ' 8 -1.04 MEASUREMENT OF QUANTITIES ..................... ............................... 8 -2 10 -1.04 8 -1.05 ENGINEERING FABRICS .................................. ............................... 8 -2 ' 8 -1.06 PREQUALIFIED AND TESTED SIGNING AND DELINEATION MATERIALS .............................. ............................... 8 -2 10 -9 10 -9 8 -1.07 CITY - FURNISHED MATERIALS ......................... ............................... 8 -6 ' 8 -2 8 -2.01 CONCRETE COMPRESSIVE STRENGTH ............................. ............................... 8 -6 8 -2.02 AGGREGATES ............................................... ............................... 8 -7 10 -1.09 8 -2.03 8 -3 CURING COMPOUND ...................................... ............................... EPDXY 8 -7 8 -3.01 EPDXY ADHESIVE FOR PAVEMENT MARKERS . ............................... 8 -7 ' SECTION 9: DESCRIPTION OF WORK ................................. ............................... 9 -1 ' SECTION 10: 10 -1 CONSTRUCTION DETAILS GENERAL ............................ ............................... I....................... 10 -1 ' 10 -1.00 CONSTRUCTION PROJECT FUNDING IDENTIFICATION SIGNS......................................................... ............................... 10-1 10-1.01 ORDER OF WORK ......................................... ............................... 10 -1 ' 10 -1.02 10 -1.03 WATER POLLUTION CONTROL ...................... ............................... TEMPORARY EROSION CONTROL ................. ............................... 10 -4 10 -6 10 -1.04 PRESERVATION OF PROPERTY ...................... ............................... 10 -8 ' 10-1.05 10 -1.06 DAMAGE REPAIR ......................................... ............................... RELIEF FROM MAINTENANCE AND RESPONSIBILITY ...................... 10 -9 10 -9 10-1.07 COOPERATION ............................................ ............................... 10-9 10 -1.08 PROSECUTION AND PROGRESS .................... ............................... 10 -9 ' 10 -1.09 PROGRESS SCHEDULE ............................... ............................... 10 -10 10-1.10 OBSTRUCTIONS ........................................ ............................... 10 -11 10-1.11 DUST CONTROL AND SITE CLEANUP .......... ............................... 10 -12 ' 10 -1.12 MOBILIZATION .......................................... ............................... 10 -12 10 -1.13 TEMPORARY CHAIN LINK FENCE ................ ............................... 10 -13 10 -1.14 CONSTRUCTION AREA SIGNS ..................... ............................... 10 -13 ' 10 -1.15 MAINTAINING TRAFFIC .............................. ............................... 10 -14 10 -1.16 CONSTRUCTION STAKING .......................... ............................... 10 -18 10 -1.17 STANDARD DETAILS AND STANDARD PLANS ............................ 10 -19 ' 10 -1.18 FLOW AND ACCEPTANCE OF WATER ......... ............................... 10 -20 10-1.19 RECORD DRAWINGS .................................. ............................... 10 -20 10 -1.20 WORKING HOURS ...................................... ............................... 10 -21 ' 10 -1.21 INSPECTION OF WORK AND TESTING LABORATORY ................... 10 -21 10 -1.22 SHOP DRAWINGS ...................................... ............................... 10 -22 I ' TABLE OF CONTENTS (CONTINUED) ' 10 -1.23 TRAFFIC CONTROL SYSTEM FOR LANE CLOSURE ....................... PAG 10 -23 10 -1.24 TRAFFIC CONTROL FOR TRAFFIC STRIPING . ............................... 10 -24 10 -1.25 TEMPORARY PAVEMENT DELINEATION ....... ............................... 10 -27 ' 10 -1.26 BARRICADES ............................................. ............................... 10 -30 10 -1.27 TEMPORARY RAILING ................................ ............................... 10 -30 ' 10 -1.28 10 -1.29 CHANNELIZERS ......................................... ............................... TEMPORARY CRASH CUSHION MODULE ..... ............................... 10 -31 10 -31 10 -1.30 EXISTING HIGHWAY FACILITIES ................. ............................... 10 -34 10 -1.31 10 -1.32 ABANDON DRAINAGE FACILITIES ............... ............................... REMOVE PAVEMENT MARKERS .................. ............................... 10 -34 10 -34 10 -1.33 REMOVE TRAFFIC STRIPES AND PAVEMENT MARKINGS ............. 10 -35 ' 10 -1.34 10 -1.35 REMOVE DRAINAGE FACILITIES .................. ............................... REMOVE ASPHALT CONCRETE DIKE ........... ............................... 10 -35 10 -35 10 -1.36 REMOVE ROADSIDE SIGNS ......................... ............................... 10 -35 ' 10 -1.37 10 -1.38 RELOCATE ROADSIDE SIGNS ...................... ............................... EXISTING LOOP DETECTORS ...................... ............................... 10 -36 10 -36 10 -1.39 REMOVE CONCRETE .................................. ............................... 10 -36 ' 10 -1.40 10 -1.41 CLEARING AND GRUBBING ......................... ............................... ROADWAY EXCAVATION AND AC PAVEMENT REMOVAL ........... 10 -37 10 -37 10 -1.42 ROADWAY FILL ......................................... ............................... 10 -39 10 -1.43 10-1.44 WATER SUPPLY ......................................... ............................... AGGREGATE BASE .................................... ............................... 10 -40 10-40 10-1.45 CRUSHED ROCK ........................................ ............................... 10 -40 ' 10 -1.46 10 -1.47 CRUSHED MISCELLANEOUS BASE .............. ............................... ASPHALT CONCRETE ................................. ............................... 10 -40 10 -41 10 -1.48 SLURRY SEAL ............................................ ............................... 10 -47 10 -1.49 PLANING ASPHALT CONCRETE ................... ............................... 10 -47 ' 10 -1.50 ADJUST FRAMES, COVERS, GRATES AND MANHOLE TOGRADE ................................................ ............................... 10 -47 10 -1.51 RETAINING WALLS AND REINFORCED CONCRETE BOX ' CULVERT EXTENSION ............................... ............................... 10 -49 10-1.51A EARTHWORK ................................ ..........................10 -49 10-1.51B CONCRETE STRUCTURES ......... ............................... 10 -51 ' 10 -1.51C FRACTURED RIB TEXTURED SURFACE ...................... 10 -51 10- 1.51C.1 TEST PANEL .. ............................... ..........................10 -52 10- 1.51C.2 FORM LINERS .......................... ............................... 10 -52 10-1.51C.3 RELEASING FORM LINERS ......... ............................... 10 -53 10 -1.51 CA CURING ................................... ............................... 10-53 10-1.51C.5 PAYMENT ................................ ............................... 10-53 10 -1.51 D REINFORCEMENT ..................... ............................... 10 -53 10 -1.51 E RETAINING WALL (MASONRY BLOCK) ...................... 10 -54 10-1.51E.1 WATERPROOFING .................... ............................... 10 -57 ' 10 -1.51F CABLE RAILING ........................ ............................... 10 -57 10 -1.51 G TUBULAR HANDRAILING ........... ............................... 10 -57 10 -1.51 H CONCRETE BARRIER ................. ............................... 10 -57 ' 10 -1.52 ENERGY DISSIPATOR ................................. ............................... 10 -58 iv ' TABLE OF CONTENTS (CONTINUED) ' 10 -1.53 REINFORCED CONCRETE STRUCTURES AND CATCH PAGE BASINS..................................................... ............................... 10 -58 ' 10 -1.54 PCC DOWNDRAIN ...................................... ............................... 10 -58 10 -1.55 REMOVE MISCELLANEOUS CONCRETE ........ ............................... 10 -59 10 -1.56 ASPHALT CONCRETE DIKE ......................... ............................... 10 -59 10 -1.57 PATTERNED COLORED CONCRETE CONCRETE ............................ 10 -59 10 -1.58 4 -INCH AND 8 -INCH PCC SIDEWALK ........... ............................... 10 -60 10 -1.59 PCC DRIVEWAY APPROACH ....................... ............................... 10 -61 10 -1.60 10 -1.61 PARKWAY CULVERT ................................................. I............... ROADSIDE SIGNS ...................................... ............................... 10 -61 10 -61 10 -1.62 REINFORCED CONCRETE PIPE ..................... ............................... 10 -62 ' 10 -1.63 10 -1.64 ROCK SLOPE PROTECTION FABRIC ............. ............................... ROCK SLOPE PROTECTION ......................... ............................... 10 -63 10 -63 10 -1.65 PCC CURB AND, CURB AND GUTTER .......... ............................... 10 -63 ' 10 -1.66 10 -1.67 MARKERS AND DELINEATORS .................... ............................... THERMOPLASTIC TRAFFIC STRIPES AND 10 -64 PAVEMENT MARKINGS .............................. ............................... 10 -64 10 -1.68 10 -1.69 PAINT TRAFFIC STRIPES AND PAVEMENT MARKINGS ................. PAVEMENT MARKERS ................................ ............................... 10 -65 10 -65 10 -2 HIGHWAY PLANTING AND IRRIGATION SYSTEMS ....................... 10 -66 ' 10 -2.01 GENERAL ....................................................... .. ..... I.. I............... 10 -2.01A COST BREAK - DOWN ................. ............................... 10-66 10 -66 10 -2.02 HIGHWAY PLANTING ................ ............................... 10 -67 ' 10 -2.02A HIGHWAY PLANTING MATERIALS - GENERAL ........... 10 -2.026 ROADSIDE CLEARING ............... ............................... 10 -67 10 -68 10-2.02C PESTICIDES ............................. ............................... 10 -68 ' 10 -2.02D PREPARING PLANTING AREAS .. ............................... 10-2.02E PLANTING .............................................. I............... 10 -69 10-69 10 -2.02F HYDROSEEDING ....................... ............................... 10 -69 ' 10 -2.02G LANDSCAPE EROSION CONTROL MATTING .............. 10 -2.02H PLANT ESTABLISHMENT WORK ............................... 10 -71 10 -72 10 -2.03 IRRIGATION SYSTEMS ............................... ............................... 10 -72 10 -2.03A ELECTRIC AUTOMATIC IRRIGATION ' COMPONENTS ......................... ............................... 10 -73 10 -2.038 IRRIGATION SYSTEMS FUNCTIONAL TEST ................ 10 -76 10-2.03C PIPE ........................................ ............................... 10 -77 10 -2.03D WATER SERVICE METERS (2- INCHES OR LESS) ......•.. 10 -78 10 -2.03E BACKFLOW PREVENTER ASSEMBLIES ....................... 10 -78 10 -2.03F BACKFLOW PREVENTER ASSEMBLY ENCLOSURES .... 10 -78 10-2.03G SPRINKLERS ............................ ............................... 10 -79 10 -2.03H WYE STRAINERS ...................... ............................... 10 -79 10 -2.031 RECLAIMED WATER WARNING SIGNS ...................... 10 -79 ' 10 -2.03J PRESSURE REDUCING VALVES .. ............................... 10 -82 10 -2.03K BALL VALVES .......................... ............................... 10 -82 10 -2.03L FINAL IRRIGATION SYSTEM CHECK .......................... 10 -83 ' 10 -2.03M PAYMENT ................................ ............................... 10 -83 ' v ' TABLE OF CONTENTS (CONTINUED) 10 -3 SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS ........................ PAGE 10 -83 10 -3.01 DESCRIPTION ............................................ ............................... 10 -83 10 -3.02 MAINTAINING EXISTING ELECTRICAL SYSTEMS ......................... 10 -83 ' 10 -3.03 STANDARDS, STEEL PEDESTALS AND POSTS ............................ 10 -83 10-3.04 CONDUIT .................................................. ............................... 10-84 ' 10-3.05 10 -3.06 PULL BOXES .............................................. ............................... TRAFFIC PULL BOXES ................................ ............................... 10 -84 10 -84 10 -3.07 CONDUCTORS AND WIRING ....................... ............................... 10 -85 ' 10 -3.08 10 -3.09 SERVICE ................................................... ............................... ELECTRIC SERVICE (IRRIGATION) ................ ............................... 10 -85 10 -85 10 -3.10 NUMBERING ELECTRICAL EQUIPMENT ........ ............................... 10 -86 ' 10-3.11 10 -3.12 MODEL 170 CONTROLLER ASSEMBLIES ...... ............................... IRRIGATION CONTROLLER ENCLOSURE CABINET ........................ 10 -86 10 -86 10 -3.13 DETECTORS .............................................. ............................... 10 -87 ' 10 -3.14 10 -3.15 CITY STREET LIGHTING .............................. ............................... FOUNDATIONS ............................................... ..........................10 10 -87 -88 10 -3.16 PAYMENT ................................................. ............................... 10 -88 ' 10-4 10 -4.01 WATER SYSTEM ........................................ ............................... GENERAL ....................................................... ..........................10 10 -88 -88 10 -4.02 WATERLINE PIPE AND FITTINGS ................. ............................... 10 -89 ' 10 -4.02A POLYVINYL CHLORIDE (PVC) PLASTIC PRESSURE PIPE ........................ ............................... 10 -89 10 -4.02B FITTINGS ................................. ............................... 10 -89 ' 10 -4.03 10 -4.07C FLANGES AND GASKETS .......... ............................... SERVICE LATERALS ................................... ............................... 10 -89 10 -89 10 -4.04 INSTALLATION .......................................... ............................... 10 -89 10 -4.05 10 -4.06 TUNNELING ............................................... ............................... CONNECTIONS TO EXISTING MAINS ........... ............................... 10-90 10 -90 10 -4.07 VALVES .................................................... ............................... 10 -91 10 -4.07A RESILIENT WEDGE GATE VALVES ............................. 10 -91 10 -4.07B BUTTERFLY VALVES ................ ............................... 10 -91 10 -4.07C VALVE BOXES ......................... ............................... 10 -92 10 -4.08 COUPLINGS ............................................... ............................... 10-92 ' 10 -4.08A VICTAULIC COUPLINGS ............ ............................... 10 -92 10 -4.08B SLEEVE -TYPE COUPLINGS ......... ............................... 10 -92 10 -4.09 THRUST BLOCKS ....................................... ............................... 10 -92 ' 10 -4.10 BACKFILL AND DENSIFICATIONS ..................... ..........................10 -92 10 -4.11 WATER DENSIFIED BACKFILL ...................... ............................... 10 -92 10 -4.12 WATER PRESSURE TEST ............................ ............................... 10 -92 ' 10 -4.13 DISINFECTING WATER MAINS .................... ............................... 10 -92 10 -4.14 PAYMENT ................................................. ............................... 10 -93 10 -5 SEWER SYSTEM ........................................ ............................... 10 -93 ' 10 -5.01 GENERAL .................................................. ............................... 10 -93 10 -5.02 SEWERLINE AND FITTINGS ......................... ............................... 10 -94 10 -5.02A POLYVINYL CHLORIDE (PVC) PLASTIC PRESSURE PIPE AND FITTINGS ................. ............................... 10 -94 ' 10 -5.03 INSTALLATION .......................................... ............................... 10 -94 vi _1 1 C TABLE OF CONTENTS (CONTINUED) 10 -5.04 CONNECTIONS TO EXISTING MAINS ........... ............................... PAGE 10 -94 10 -5.05 BALLTEST ................................................. ............................... 10 -94 10 -5.06 STOPPERS ...................................................... ..........................10 -95 10 -5.07 PAYMENT ................................................. ............................... 10 -95 10 -6 INDUSTRIAL WASTE LINE ........................... ............................... 10 -95 10-6.01 GENERAL ....................................................... ..........................10 -95 10 -6.02 POLYVINYL (PVC) PLASTIC PRESSURE PIPE AND FITTINGS.......... 10 -95 10 -6.03 INSTALLATION .......................................... ............................... 10 -96 10 -6.04 CONNECTIONS TO EXISTING MAINS ........... ............................... 10 -96 10 -6.05 WATER PRESSURE TEST ............................ ............................... 10 -96 10 -6.06 PAYMENT ................................................. ............................... 10-96 APPENDIX A - STANDARD PLANS AND SHOP DRAWINGS • ORANGE COUNTY ENVIRONMENTAL MANAGEMENT AGENCY • AMERICAN PUBLIC WORKS ASSOCIATION • EMERGENCY VEHICLE PRE - EMPTION DETECTOR MASTARM MOUNTING DETAIL ' CITY OF NEWPORT BEACH NOTICE TO CONTRACTORS ' CONTRACT NO. C -2825 IF) Sealed proposals for the work shown on the plans entitled: MACARTHUR BOULEVARD WIDENING 0.4 MILES N/O SAN JOAQUIN HILLS ROAD TO FORD ROAD will be received at the Office of the City Clerk, 3300 Newport Boulevard, P.O. Box 1768, ' Newport Beach, California 92658 -8915, until 2:00 pm on May 21, 1997, at which time they will be publicly opened and read at said address. ' General Work Description: The project includes grading, pavement removal and reconstruction, temporary pavement, constructing storm drains, curbs, gutters, sidewalks, traffic signals, pavement delineation, signing, landscaping, irrigation, street lighting, water and sewer main improvements, retaining walls and traffic control. ' This project has a goal of 10 percent disadvantaged business enterprises participation. A mandatory pre -bid meeting is scheduled for this project on May 7, 1997 at 10:00 am in the City Council Chambers. Non attendance at this meeting may be grounds for considering the Contractor's bid as non - responsible. The project, if awarded will be the lowest responsible bidder; and in compliance with all requirements described herein. This project is subject to State contract nondiscrimination and compliance requirements pursuant to Government Code, Section 12990. One set of plans, specifications and proposal forms for bidding this project can be purchased at the City of Newport Beach, Public Works Department, 3300 Newport Boulevard, P.O. Box 1768, Newport Beach, California 92658 -8915 at the price of $75.00. Additional copies of the specifications which include the proposal forms can be purchased for $25.00. Additional copies of plans (full set or individual sheets) can be purchased ' through OCB Reprographics at 17721 Mitchell North, Irvine, California. Both full -size and reduced -size (11 "x17 ") drawings are available at OCB for reproduction. ' The successful bidder shall furnish a payment bond, a faithful performance bond, certificate of insurance and endorsements, and an executed contract. ' The City of Newport Beach will not permit a substitute format for these contract documents. Bidders are advised to review the content with bonding, insuring and legal agent prior to submission of bid. ' BONDING COMPANIES shall be acceptable as sureties in accordance with the latest revision of Federal Reqister Circular 570. ' N -1 ' INSURANCE COMPANIES shall be (1) licensed to conduct business in California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VIII (or ' larger) in accordance with the latest edition of Best's Key Rating Guide: Property-Casualty. Coverages shall be provided for all TYPES OF INSURANCE checked on the CERTIFICATE OF INSURANCE. ' All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the State of California Standard Specifications (Caltrans) (1992 Edition adopted for use in the City of Newport Beach), and the Standard Specifications for Public Works Construction, 1994 Edition with 1995 supplement, except as supplemented or modified by the Special Provisions for this project. Pursuant to Section 1773 of the Labor Code, a general prevailing rate of wages in the County in which the work is to be done has been determined by the Director of the ' Department of Industrial Relations. Future effective wage rates have been predetermined and are on file with the Department of Industrial Relations. [l u 1 J N -2 I 1 1 1 t 1 1 1 GRIFFITH COMPANY CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONSTRUCTION ON MACARTHUR BOULEVARD (SR73) 0.4 MILES N/O SAN JOAQUIN HILLS ROAD TO FORD ROAD CITY CONTRACT C- 2825(F) APRIL 1997 PROPOSAL TO THE HONORABLE CITY COUNCIL City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, CA 92663 -3884 Gentlemen: The undersigned declares that he /she has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete City Contract No. C- 2825(F) in accordance with the Plans and Special Provisions, and will take full payment therefore the following unit price for the work, complete in place, to with: ITEM ITEM UNITS ESTIMATED ITEM PRICE TOTAL NO. OF QUANTITY (IN FIGURES) IIN FIGURES) MEASURE ISI IS) MISCELLANEOUS 1 MOBILIZATION LS LUMP SUM EARTHWORK AND REMOVALS 2 NPDES COMPLIANCE LS LUMP SUM Q 3 TRENCH EXCAVATION SAFETY AND LS LUMP PROTECTION MEASURES SUM zozoa-x /0 00 4 CLEARING & GRUBBING LS LUMP SUM 0.00 5 ROADWAY EXCAVATION & AC CY 74,500 (F) PAVEMENT REMOVAL (F) indicates final pay quantity (refer to Section 5 -1.08) P -1 I 1 i 1 1 lJ 1 i C 1 1: 1 1 1 1 1 GRIFFITH COMPANY (F) indicates final pay quantity (refer to Section 5 -1.08) 1 P -2 1 MacArthur Blvd - Segment 2 Addendum No. 1 City Project No. C -2825 (F) Page 9 of 11 May 13, 1997 I ITEM UNITS ESTIMATED ITEM PRICE TOTAL ITEM OF QUANTITY (IN FIGURES) (IN FIGURES) NO. MEASURE ISI (S) 6 ROADWAY FILL CY 73,700 (F) . it �/o ✓�tgi7.i 7 REMEDIAL REMOVALS CY 47,800 8 REMOVE PCC CURB LF 50 D.�v 5- 9 REMOVE PCC CURB AND GUTTER LF 45 10 REMOVE PCC SIDEWALK SF 520 / STREET IMPROVEMENTS 11 AGGREGATE BASE (CLASS 2) TONS 44,700 10.00 12 CRUSHED ROCK TONS 7,560 /7� 13 CONSTRUCTION STAKING LS LUMP SUM OdD. Max 14 ASPHALT CONCRETE TONS 10,900 3� 15 SLURRY SEAL SY 2,950 16 PLANE AC PAVEMENT SY 15,700 J,r 17 PORTLAND CEMENT CONCRETE SF 600 PAVEMENT G� S 18 COMMERCIAL DRIVEWAY APPROACH SF 820 (TYPE III) oZ , 19 4- PATTERNED COLORED CONCRETE SF 1,650 20 4" COLORED CONCRETE SF 22,750 21 8" COLORED CONCRETE SF 13,940 22 TYPE A2 -8 CURB AND GUTTER LF 11,665 5, 23 TYPE A7 -8 CURB LF 5,700 �D Q• 24 TYPE A2 -6 CURB AND GUTTER LF 1,400 25 ROLLED CURB PER DETAILS ON THE LF 2,175 PLANS 1q, gb 3 26 4" PCC SIDEWALK PER CITY OF NPT SF 108,600 BCH STD 180 -L (F) indicates final pay quantity (refer to Section 5 -1.08) 1 P -2 1 MacArthur Blvd - Segment 2 Addendum No. 1 City Project No. C -2825 (F) Page 9 of 11 May 13, 1997 I I I [l 1 11 1 I 1= GRIFFITH COMPANY ITEM ITEM UNITS ESTIMATED ITEM PRICE TOTAL NO. OF QUANTITY (IN FIGURES) (IN FIGURES) MEASURE (5) (5) 27 8" PCC SIDEWALK PER CITY OF NPT SF 1,980 BCH STD 180 -L 5GD ,o�8 ez 28 PARKWAY DRAIN PER DETAILS ON EA 11 THE PLANS ��yy 29 GRATED INLET STRUCTURE PER EA 1 DETAILS ON THE PLANS .OD 30 PCC DOWNDRAIN PER OCEMA STD. LF 150 PLAN 1321 STRUCTURALIMPROVEMENTS 31 RETAINING WALL LF 325 a 32 CONCRETE BOX CULVERT LF 94 Olb, 33 WINGWALLS LF 50 O- 34 RETAINING WALL (MASONRY BLOCK) LF 46 0 � STORM DRAIN IMPROVEMENTS 35 CONCRETE COLLAR PER CITY OF NPT EA 6 BCH STANDARD 313 -L 0, 3 36 PIPE SLOPE ANCHOR EA 8 37 72" CONCRETE COLLAR PER DETAIL EA 3 ON PLANS 38 CONNECTION ASSEMBLY PER CITY EA 4 OF NPT BCH STD. 312 -L 39 JUNCTION STRUCTURE NO. 1 PER EA 12 CITY OF NPT BCH STD. 310 -L 3 an. as 40 MODIFIED JUNCTION STRUCTURE EA 4 NO. 1 PER DETAIL ON THE PLANS a 9 , 41 RISER INLET TYPE GCP PER EA 1 CALTRANS STD. D75 9 f� 42 INLET TYPE OS PER CALTRANS STD. EA 5 D -72 W /2' LOCAL DEPRESSION 43 INLET TYPE OL (W =3.5') PER EA 1 CALTRANS STD. D -72 W /2' LOCAL DEPRESSION a oa a as . ov 44 INLET TYPE OL (W = 7') PER EA 7 CALTRANS STD. D -72 W /2" LOCAL DEPRESSION XTO. 60 ar crag. o0 P -3 I I I 1 1 11 1 [1 GRIFFITH COMPANY P -4 ' MacArthur Blvd - Segment 2 Addendum No. 1 City Project No. C -2825 (F) Page 10 of 11 May 13, 1997 ITEM UNITS ESTIMATED ITEM PRICE TOTAL ITEM OF QUANTITY (IN FIGURES) (IN FIGURES) NO. MEASURE IS) (S) 45 INLET TYPE OL (W = 10') PER EA 5 CALTRANS STD. D -72 W /2' LOCAL DEPRESSION 46 INLET TYPE OL (W = 14') PER EA 4 CALTRANS STD. D -72 W /2' LOCAL DEPRESSION 47 INLET TYPE G1 OR G3 PER EA 43 CALTRANS STD. D73 (WITH PCC 7DD APRON FOR G1) 48 DRAINAGE MANHOLE NO. 2 PER EA 3 �� CITY OF NPT BCH STD 307 -L 3� 49 DRAINAGE MANHOLE NO. 4 PER EA 1 rr// CITY OF NPT BCH STD. 308 -L 50 8" SCH 40 PVC PIPE LF 125 3. �g"76- 51 18" RCP (D -LOAD PER PROFILE) LF 3,530 52 24" RCP (D -LOAD PER PROFILE) LF 2,820 56 vo -OD 53 36" RCP (D -LOAD PER PROFILE) LF 270 S-S. 6D to 54 42" RCP (D -LOAD PER PROFILE) LF 340 $rD• 6a •OIJ 55 48" RCP (D -LOAD PER PROFILE) LF 210 56 60" RCP (D -LOAD PER PROFILE) LF 310 57 72" RCP (D -LOAD PER PROFILE) LF 190 gam. 00 et 58 6" CONCRETE ENCASEMENT LF 93 59 ENERGY DISSIPATOR PER APWA STD EA 2 c�ri• Oa 384 -1 AND AS MODIFIED PER PLAN J6 I/// , 60 ROCK SLOPE PROTECTION FABRIC SY 4,300 3m. 60 61 ROCK SLOPE PROTECTION CY 150 5, ero /p1 '�0. OD TRAFFIC IMPROVEMENTS 62 TRAFFIC CONTROL SYSTEM LS LUMP I5'/ /3.Co S /3•oa sum 63 TEMPORARY RAILING (TYPE K) LF 18,700 64 TEMPORARY CRASH CUSHION EA 60 MODULE 6 65 TRAFFIC SIGNING AND STRIPING LS LUMP SUM 00 Qw•6rD 66 MODIFY TRAFFIC SIGNAL LS LUMP 10 y/ �i• L� SUM P -4 ' MacArthur Blvd - Segment 2 Addendum No. 1 City Project No. C -2825 (F) Page 10 of 11 May 13, 1997 I 11 [1 1 C [I GRIFFITH COMPANY ITEM ITEM UNITS ESMATED ITEM PRICE TOTAL NO. OF QUATINTITY (IN FIGURES) (IN FIGURES) MEASURE (SI IS) 67 CITY STREET LIGHTING LS LUMP SUM 5 0M. dt 135 W .CC SEWER SYSTEM IMPROVEMENTS 68 8" PVC SEWERLINE REMOVAL AND LS LUMP SUM REPLACEMENT INCLUDING ALL APPURTENANCES PER SHEET SS -1 35 o�rD . ot> 35 6dD - �D 69 8" PVC SEWERLINE PER SHEET SS -2 LS LUMP SUM 1 00 70 6" PVC INDUSTRIAL WASTELINE LS LUMP SUM INCLUDING ALL APPURTENANCES 60 op•W 40, 00. 0 PER SHEET IW -1 WATER SYSTEM IMPROVEMENTS 71 8" PVC WATERLINE INCLUDING ALL LS LUMP SUM APPURTENANCES PER SHEET W -1 LANDSCAPING IMPROVEMENTS 72 LANDSCAPING LS LUMP SUM Y 73 LANDSCAPE EROSION CONTROL SY 1,000 MATTING 74 IRRIGATION SYSTEM LS LUMP SUM 75 1 PLANT ESTABLISHMENT LS LUMP SUM 600. CC 3010oo 30,000 TOTAL BID ITEMS 1 THR UGH 75 ........ ..:..................[[......,9g,,. __� dl�� tD WRITTEN IN WORDS: jW - Yl� i/ l B%LP 1lfflPt�/I�LLARS CPrrecied 5, 10( q 37, 50 * $ AND CENTS Li� THOMAS L. GRIFFITH COMPANY //Willow e!--zw VICE PRES. /DIS BIDDER AUTHORIZED SIGNATURE /TITLE 714 -549 -2291 2020 YALE STREET, SANTA ANA, CA 92704 BIDDER'S TELEPHONE NUMBER ADDRESS ' 032168 AUG. 31, 1998 CONTRACTOR'S LICENSE NO. EXPIRATION DATE ' SAME AS ABOVE............ CONTRACTOR'S ADDRESS CONTRACTOR'S TELEPHONE NUMBER Corrected by City of Newport Beach to reflect specification Section No. 5 -1.09 PAYMENTS, which required a minin n bid of $30,000.00. Item No. 75 to reflect a total bid sum change of $25,000.00. New total bid for Items 1 through 75 is $5,167,937.50. P5 Bill patapotfkJcity Engineer * MG; L_ 1 GRIFFITH COMPANY Page 2 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: PROPOSAL (Pages P -1 through P -5) INSTRUCTIONS TO BIDDERS (Page 2) DESIGNATION OF SUBCONTRACTORS (Page 3) BIDDER'S BOND (Page 4) NON - COLLUSION AFFIDAVIT (Page 5) TECHNICAL ABILITY AND EXPERIENCE REFERENCES (Page 6) BIDDER DBE INFROMATION (Page 6A) ' 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 documents. 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. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. ' The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. ' 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 responsible for bidder errors ' and omissions in the PROPOSAL. The City of Newport Beach reserves the right to reject any or all bids and to waive any ' minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 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 5/97 ' GRIFFITH COMPANY Page 2A 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 insuring compliance with provisions of Section ' 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." ' All 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 partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 032168 #ABC -12 #C -8 HAZ ' Contractor's License No. & Classification t GRIFFITH COMPANY Bidder ' MAY 21, 1997 �p Date Authorized Signature/Title THOMAS L. FOSS, VICE PRES. /DIST. MGR. 5/97 1 GRIFFITH COMPANY 1 1 GRIFFITH COMPANY 1 i 1 Griffith Company Officers 1 Name Title Address City Zip Donald L. McGrew Chairman of the Board 511 Los Altos Long Beach 90814 1 James D. Waltze President 1853 Kinglet Ct. Costa Mesa 92626 Robert P. Molko V.P./Treas. /C.F.O. 16795 Silverstar Ct. Riverside 92506 Russel S. Grigg V.P./District Manager 605 N. El Rio Bakersfield 93309 1 Thomas L. Foss V.P./District Manalzer 314 Robinhood Ln. Costa Mesa 92627 Daniel L. Muns V.P./Division Manager 3800 Forest Glen Yorba Linda 92686 1 Daryl W. Rutledge V.P./District Manager 430 Arapaho Pl. Placentia 92670 Robert S. Dennis Division Manager 4416 Ave. De Las Flores Yorba Linda 92686 William E. Bames Sec. /Controller 9321 Gainford Downey 90240 1 Bailev L. Abbott Chief Estimator 2500 Renegrade Ave. Bakersfield 93306 Daniel A. McGrew Chief Estimator 2957 Ballesteros Ln: Tustin 92680 Gary A. Hyles Assistant Secretary 3024 Wood Lane Bakersfield 93304 1 Susan L. Schildts Assistant Secretary 901 N. Dianne Tustin 92701 1 1 1 1 �n tractors No. Corporate Office P.O. Box Bakersfield District P.O. Box 7013; Los Angeles District P.O. Box "_150 Orange Count District "0 "0 'ule cense 2150 Street '132168 1" " "') Bloomfield Ave. :?98 So. Union Are, 12200 Bloomfield :lee. Santa .kna. CA 92704 — s ��?�• Santa Fe Springs, C,{ 90670 -0150 Bai,sueld. CA 93387-0157 Santa Fe Spring, C4 90670 -0L0 l ;ld) 5 49.2291 1310) 929 -1128 (805) 831 -7591 (910) 929 -1128 1 Fax (310) 929 -7116 Fax (805) 891 -0113 Fax (310) - 864.8970 ' GRIFFITH COMPANY GRIFFITH COMPANY RESOLUTIONS RESOLVED, that any one or more of the following officers of this Corporation: Chairman of the Board, Chief Executive Officer, President, Executive Vice President, Vice President/Treasurer and Chief Financial Officer, together with, when required, the Secretary, Secretary/Controller or Assistant Secretary, be and they are hereby authorized to execute and deliver in the name of this ' Corporation any and all bids, authorizations, contracts, notes, deeds, bonds, stocks, declarations, releases and agreements of any nature or sort whatever. ' FURTHER RESOLVED, that any one or more of the following officers of this Corporation: Vice President/District Manager, Vice President/Division Manager, District Manager, Division ' Manager, Assistant District Manager, Chief Estimator, Secretary, Secretary/Controller, Assistant Secretary, be and they are hereby authorized to execute and deliver in the name of and on behalf of this Corporation any and all bids, authorizations, contracts, certifications, declarations and ' releases, including: bid bonds, labor and material bonds, performance bonds and stop notice bonds. ' FURTHER RESOLVED, that any and all persons, firms, corporations and other entities shall be entitled to rely on the authority of any one or more of the officers above named to bind this Corporation by the execution and delivery of any of the documents or papers set forth ' hereinabove. FURTHER RESOLVED, that the authority granted hereby shall not be modified or revoked ' except by a resolution to that effect passed by the Board of Directors of this Corporation. ' FURTHER RESOLVED, that any and all authorization heretofore granted by this Corporation to any officers other than those above named, to perform acts in the name of and on behalf of this Corporation similar to the acts authorized above, be and they are hereby revoked, rescinded and ' annulled. The undersigned hereby certifies that he is the Secretary of Griffith Company, a California ' Corporation, and does hereby certify that the above is a full, true and correct copy of resolutions passed by the Board of Directors of GRIFFITH COMPANY at a meeting thereof held on March 3, 1997, in accordance with the by -laws of said GRIFFITH COMPANY and at said meeting there was at all times a quorum present and acting and that said resolution has not, to the date of this certificate, been in any manner amended, modified, revoked, rescinded or annulled. IN WITNESS WHEREOF, the undersigned has hereunto set his hand and affixed the seal of GRIFFITH COMPANY this 11th day of March, 1997. 7.,////�/�/ S William E. Barnes, Secretary ' Attest: James D. Waltze, Presi ent EO 11 ' GRIFFITH COMPANY Page 3 ' DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in ' excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he /she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State ' law and /or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted ' for any moneys to be withheld to endure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors ' will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. ' Subcontract Work Subcontractor Address 2. 1 3. ' 4. 5. 6. 7. 8. 9. ' 10. 11. 12. ►3. GRIF Bidder 5/97 Authorized Signature/Title THOMAS L. FOSS, VICE PRES. /DIST. MGR. I 1 1 1 1 I 1 GRIFFITH COMPANY Page 4 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of 10% OF THE TOTAL AMOUNT BID - - - dollars ($ - - - ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersiq�ned pp Principal // for the construction of uDADRTn FOR RD D�CONTTRACTONS.4CM2825(F)0 SAN JOAQUIN HILLS (title of project and contract no.) in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to duly enter into and execute the Contract Documents for the construction of the project in the form required within ten days (10) (not including Saturday, Sunday, and federal holidays) after the dale of the mailing of Notice of Award; otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing 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. Witness our hands this 21st day of GRIFFITH COMPANY Principal / by: O� THOMAS L. FOSS VICE PRES./ DIST. MGR. Print Name & Title 1 S/9] MAY ,19 97. RELIANCE INSURANCE COMPANY Surety by: (Notary acknowledgment of Principal CYNTHIA L. LEWIS ATTORNEY -IN -FACT Print Name & Title of must be attached) 'CALIFORNIA ALL- PURPOSE ACKNOWLEDGMENT GRIFFITH COMPHiv ' I State of 11 1 I� 1 LJ 1 1 1 CALIFORNIA County of SAN FRANCISCO On MAY 16, 1997 before me, JANET C. ROJO, NOTARY PUBLIC No. 5907 DATE NAME, TITLE OF OFFICER - E.G..'JANE DOE, NOTARY PUBLIC' personally appeared CYNTHIA L. LEWIS NAME(S) OF SIGNER(S) ® personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and ac- knowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. JANET C. ROJO C )MM. #1001101 S y hand and offici � = ® _ ' NP ?ARC PUBLIC - CALIFORNIA ` ,� SAN FRANCISCO COUNTY MY CORYR. Fn9ires Aug 18,1997 ' SIGNATURE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TRLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑x ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) RELIANCE INSURANCE COMPANY DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT TWO (2) NUMBER OF PAGES MAY 21, 1997 DATE OF DOCUMENT N/A SIGNER(S) OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION • 8236 Remmet Ave., P.O. Box 7184 • Canoga Park, CA 91309 -7184 RELIANCE INSURANCE COMPANY I,NITED PACIFIC INSURANCE COMPANY RELIANCE NATIONAL INDEMNITY-COMPANY I ADMINISTRATIVE OFFICE, PHILADELPHIA, PENNSYLVANIA GRIFFITH COMPANY POWER OF ATTORNEY JN ALL MEN BY THESE PRESENTS, that RELIANCE SURETY COMPANY is a corporation duly organized under the laws of the State of Del - ware, and that RELIANCE INSURANCE COMPANY and UNITED PACIFIC INSURANCE COMPANY, are corporations duly organized under the laws f the Commonwealth of Pennsylvania and that RELIANCE NATIONAL INDEMNITY COMPANY is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called "the Companies ") and that the Companies by virtue of signature and seals do hereby make, constitute and appoint Cynthia L. Lewis, of San Francisco, California their true and lawful Attorney(s) -in -Fact, to make, execute, seal and deliver or and on their behalf, and as their act and deed any and all bonds and undertakings of suretyship and to bind the Companies thereby as fully and o the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of he Companies and sealed and attested by one other of such officers, and hereby ratifies and confirms all that their said Attorney(s) -in -Fact may do in pursuance hereof. This Power of Attorney is granted under and by the authority of Article VII of the By -Laws of RELIANCE SURETY COMPANY, IELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY which rovisions are now in full force and effect, reading as follows: ARTICLE VII - EXECUTION OF BONDS AND UNDERTAKINGS 1. The Board of Directors, the President, the Chairman of the Board, any Senior Vice President, any Vice President or Assistant Vice President or other officer designated by the Board of irecmrs shall have power and authority to (a) appoint Anorneyls) -in -Fact and to authorize them to execute or, behalf of the Company, bonds and underewngs, recognizance$. contracts of indemnity and other writings obligatory in the nature thereof. and Ibl to remove any such Anorneyls) -io+wt at any time and revoke the power and authority given to them. 2. Attomey(s)- inmFact shall have power and authority, subject to the terms and limitations of the Power of Attorney issued to them, to execute deliver on behalf of the Company, bonds undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The corporate seal is not necessary for the validity of any bonds and undertakings, gnizances, contracts of indemnity and other writings obligatory in the nature thermt. 3. Attomeylsl-m -Fact shall have power and authority to execute affidavits required to be attached to bonds, recognizance$, contracts of indemnity or other conditional or obligatory P and they shall also have power and authority to certify the financial statement of the Company and to copies of the By -Laws of the Company or any article or section thereof. Ihis Power of Attorney is signed and sealed by facsimile under and by authority of the following resolution Mooted by the Executive and Finance Committees of the Boards of Directors of Reliance Insurance Company, United Pacific Insurance Company and Reliance National Indemnity Company by Unanimous Consent dated as of February 28, 1994 and by the Executive and Financial Committee of the Board of Director. of Reliance Surety Company by Unanimous Consent dated as of March 31, 1994. '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 caniticates relating thereto by Iacsimile,aM any such Power of Attorney or certificate bowing such faesirnile 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.' WITNESS WHEREOF, the Companies have caused these presents to be signed and their corporate seals to be hereto affixed, this July 19, RELIANCE SURETY COMPANY RELIANCE INSURANCE COMPANY UNTIED PACIFIC � INS URANCE COMPANY rip, RELIANCE NATIONAL INDEMNT COMPANY :4+ ATE OF Washington } IUNTY OF King } se. I this, July 19, 1996, before me, Janet Blankley, personally appeared Mark W. Alsup, who acknowledged himself to be the Vice President of a Reliance Surety- Company, and the Vice President of Reliance Insurance Company, United Pacific Insurance Company, and Reliance National lemnity Company and that as such, being authorized to do so, executed the foregoing instrument for the purpose therein contained by signing 9 name of the corporation by himself as its duly authorized officer. witness whereof, I hereunto set my hand and official seal. 2'�+ -��Y�, NOTARY NBUC ` N7l 12.29A7 `O= �_. f F�F'lli N ary Public in and�f6r t State of Washingt Re iding at Puyallup Robyn Layng, Assistant Secretary of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE CO P- iY, and RELIANCE NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a true and correct copy of the Power Attorney executed by said Companies, which is still in full force and effect. WITNESS WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 21 St day of 1 p ( er^ " "tt• l a ' �+ a, � aE. e ew6C4l ' , Assistant Secretary $CA ° a i MAY 19 97 I 1 [1 [1 [1 State of CALIFORNIA County of ORANGE On MAY 21, 1997 before me, JEN_NE RATTI, NOTARY PUBLIC (DATE) (NAME /TITLE OF OFFICER- i.e.'JANE DOE, NOTARY PUBLIC -) personally appeared THOMAS L. FOSS (NAMEIS) OF SIGNERISI) Y_ known to me -OR- ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrumentthe person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. OFFICIAL SEAL. �taE�`Tn kitness my hand and official seal. 7 NOTARY PUSUC • CALIFORNIA COMMISSION 1111024008 C N ORANGE COUNTY � / ✓J My COMIT ion Exp. May 1, 1> i-1 /7 ATTENTION NOTARY The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Title or Type of Document Number of Popes 3 BID BOND Data of Document MAY 21, 1 Siar arls) Other Than Named Above WOLCOTTS FORM 63240 Nv. 3 -94 IPnce clpa B.2A) (rd 1994 WOLCOTTS FORMS, INC. ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITYMEPRESENTATIONITWO FINGERPRINTS GRIFFITH COMPANY RIGHT THUMBPRINT (Optional) 0 0 CAPACITY CLAIMED BY SIONERIS) DINDIVIDUAL(S) (GCORPORATE V.P. /DIST. OFFICER(SI ITITlF51 OPARTNER(S) CLIMITED OGENERAL ❑ATTORNEY IN FACT CTRUSTEEIS) ❑GUARDIAN /CONSERVATOR DOTHER: SIGNER IS REPRESENTING: (Noma of Person(s) or Entitylles) GRIFFITH COMPANY RIGHT THUMBPRINT (Optionall X 0 0 CAPACITY CLAIMED BY SIGNERIS) DINDIVIDUALIS) DCORPORATE OFFICER(S) mTliS1 DPARTNER(S) ❑LIMITED OGENERAL ❑ATTORNEY IN FACT CTRUSTEE(S) D GUARD IAN /CONSERVATOR DOTHER: SIGNER IS REPRESENTING: Mom of Personls) or EntltyResl 1 1 t GRIFFITH COMPANY NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of ORANGE ) Page 5 THOMAS L. FOSS , being first duly sworn, deposes and says that he or she is V • P • / DIST. MGR. of GRIFFITH COMPANY , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct. GRIFFITH COMPANY Bidder Authorized Signature/Title THOMAS L. FOSS, VICE PRES. /DIST. MGR. Subscribed and sworn to before me this 21STday of JENENE RATTI Notary Public My Commission Expires: MAY 1, 1998 5/97 MAY , 1997 , [SEAL] I 1 1 11 F State of CALIFORNIA County of ORANGE On MAY 21, 1997 before me, JENENE RATTI, NOTARY PUBLIC DATE INAMEMTLE DF OFFICER ,..VANE DOE. NOTARY PUBLIC "I personally appeared THOMAS L. Foss INAMEISI OF SIGNER(SI) known to me -OR- Proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrumentthe person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. OFFICIAL SEAL J �Y NOTARY PUBLICRCALFORNIA NWitness my hand and official seal. Uj COMMISSION A 1024068 C ORANGE COUNTY -� My Commission Exp. May 1, 1 Bee ISEALI ATTENTION NOTARY The information requested below and in the column to the right is OPTIONAL Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. THIS CERTIFICATE Trtleor TYPeof Docu m, NON - COLLUSION AFFIDAVIT MUST BE ATTACHED TO THE DOCUMENT Number of Popes 1 Dam of Dmum m MAY 21, 1997 DESCRIBED AT RIGHT: Sipner(sl Omer Than Names Above WOLCOTTS FORM 43240 Rev. 3-e1 •.once nm B -DAI °:DDC WOLCDTTS FORMS, !NC. ALL PURPOSE ACKNOMAEDGMENT WITR SIGNER CAPnC: C- IREPRESENTATION,, NO ANGERPMNTS GRIFFITH COMPANY RIGHT THUMBPRNT (OPtionsll 0 CAPACITY CLAIMED BY SIGNERIS) DINDIVIDUALISI $ffcoRPORATEV.P. /DIST. ? OFFICERIS) Z)PARTNER(S) OLIMITED OGENERAL OATTORNEY IN FACT :)TRUSTEE(S) O GUARDIAN /CONSERVATOR Z5OTHER: SIGNER IS REPRESENTING: IName of Personlsl of Entityrrs) GRIFFITH COMPANY RIGHT THUMBPRINT IOPlionsll i 0 'o CAPACITY CLAIMED BY SIGNER(S) 0INDIVIDUAL(SI OCORPORATE OFFICER(S) lnt n— PARTNERIS) OLIMITED OGENERAL ATTORNEY IN FACT ZTRUSTEcisi GUARDIAN /CONSERVATOR --OTHER: SIGNER IS REPRESENTING: IName of PPemonld or EmitY(ies) A'K?L. R GRIFFITH COMPANY .- . TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he /she has performed and successfully completed. Year For Whom Person Telephone Completed Performed (Detail) To Contact Number SEE LIST OF GRIFFITH COMPANY'S REFERENCES TO FOLLOW GRIFFITH COMPANY Bidder 5/97 Authorized Signature/Title THOMAS L. FOSS, VICE PRES. /DIST. MGR. GRIFFITH COMPANY ' GRIFFITH COMPANY 2020 Yale Street, Santa Ana, CA 92704 I 1 1 P LJ 1 CONSTRUCTION EXPERIENCE REFERENCES Projects Under Construction or Recently Completed Orange County Division Reference: The Irvine Company Mr. Jim Lerman VP Construction 714 - 720 -2447 City of Newport Beach Mr. Gail Pickart Project Manager 714 - 673 -6779 City of Vista Mr. Tim Flanagan Senior Engineer 619- 726 -1340 City of Riverside Mr. Sandy Caldwell Principal Engineer 909- 782 -4348 County of Orange, E.M.A. Mr. Jim Johansen Construction Manager 714 -567 -7800 Caltrans Mr. Arthur Padilla Resident Engineer 619 - 727 -1537 current in bold Project: Northwoods Phase I A & 1B Pelican Hills, Phase I & II SCE Access Road & Cribwalls Ocean Ridge I & II Development MacArthur Boulevard Widening PCH to San Joaquin Hills Road North Santa Fe Avenue Street Imp. Jurupa Avenue Widening Alicia Parkway Sycamore Avenue Undercrossing Rt. 78 - Near Vista - San Diego Co. Page 1 of 2 Value: $5,194,008 $2,010,000 $1,108,002 $1,850,062 $5,141,989 $5,506,741 $ 832,743 :�• 111 $4,038,689 1 1 1 1 GRIFFITH GRIFFITH COMPANY COMPANY CONSTRUCTION EXPERIENCE REFERENCES Projects Under Construction or Recently Completed Orange County Division CONTINUED Reference: Project: Value: County of Orange Pacific Coast Highway Widening $8,100,000 Mr Dave Marshall Sand Canyon Avenue @ PCH $2,800,000 Chief of Construction Newport Coast Drive / San Joaquin $23,781,842 714 -567 -7838 City of Anaheim Kraemer Avenue Rehabilitation $ 166,653 Mr. Dave Nelson Area V Site Development $ 619,067 Director of Construction Harbor Boulevard/La Palma Avenue $1,591,828 714- 254 -5386 Harbor Bl. Imp. & Beautification $5,198,675 Caltrans PCH - Huntington Beach $3,578,743 Mr. Bill Decker Beach Boulevard, I405 to Lincoln $11,070,140 Mr_ Larry Kellerman Resident Engineers 714- 724 -2277 City of Irvine Westpark II, Phase II $4,878,000 Mr Tom Mazzola Yale Avenue Undercrossing $1,730,343 Project Engineer 714- 724 -7546 current in bold Page 2 of 2 1 1 1 I 1 1 t GRIFFITH COMPANY CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 MacArthur Boulevard Widening 0.4 Miles N/0 San Joaquin Hills Road to Ford Road CONTRACT NO. C -2825 (F) Proposal 1. Substitute the enclosed Proposal Pages P -2 and P -4. The description for Item 7 has been changed from "unsuitable materials removals" to "remedial removals ". The quantity for Item 11, "Aggregate Base (Class 21", is revised to 44,700 tons. Item 13 - "Crushed Miscellaneous Base" has been deleted and replaced by Item 13 - "Construction Staking ". Item 47 has changed to include inlet types G1 and G3 and the quantity has been revised to 43 ea. The quantity for Item 60, "Rock Slope Protection Fabric," is revised to 4,300 sy. Contract Documents 1. Delete the Contract Documents commencing with "Instructions to Bidders" and ending with "Bidder DBE Information" in their entirety. Substitute the attached Contract Documents. Section 2 - Proposal Requirements and Conditions 1. Delete the last two paragraphs of Section 2 -1.01. Section 5 - General Contracl Requirements 1. In Section 5 -1.04 - "Responsibilty for Damage." Substitute Deist - Binsfield, Inc. (the project construction manager) as a party to be indemnified and held harmless in lieu of the State. Similarly, Deist - Binsfield, Inc. is to be an additionally named insured along with the City of Newport Beach. MacArthur Blvd - Segment 2 City Project No. C -2825 (F) May 13, 1997 Addendum No. 1 Page 1 of 11 I tJl GRIFFITH COMPANY Replace the insurance limits set forth in Section 7 -1.12 of the Standard Specifications with the following: Coverage Minimum Limits Comprehensive General Liability $5,000,000 combined Completed Operation and a Broad Form including single limit per Property Endorsement and occurrence Comprehensive Automobile Liability for the Southern California Edison Company work shall mean 30 non- Workers' Compensation Statutory ' Section 9 - Description of Work 1. Delete the reference to "California State Department of Transportation" from the last sentence of the first paragraph. ' Section 10 - Construction Details 1. Section 10-1.10 - "Obstructions ". The 30 calendar day period shown for the Southern California Edison Company work shall mean 30 non- consecutive calendar days. 2. Section 10 -1.15 - "Maintaining Traffic ". The first sentence of the ' seventh paragraph is amended to read . be performed between 6:00 a.m. and 9:00 a.m. nor between ...... "Construction 3. Section 10 -16 - Staking" shall be deleted in its entirety and substitute the following: 10 -1.16 CONSTRUCTION STAKING -- This work shall consist of furnishing and setting construction stakes and marks by the Contractor to establish the lines and grades required for the completion of the work as shown on the plans and as specified in the Standard ' Specifications and these special provisions. Except as provided herein for establishment of horizontal and vertical control and right of way staking by the Engineer, all other specifications, including the requirements in Section 5 -1.07 "Lines and Grades," of the Standard Specifications which require the establishment of lines and grades by the Engineer shall not apply to this contract. 1 [1 Before starting any survey work, the Contractor shall submit in writing for approval by the Engineer, the proposed procedures, methods, MacArthur Blvd - Segment 2 City Project No. C -2825 (F) May 13, 1997 Addendum No. 1 Page 2 of 11 GRIFFITH COMPANY ' equipment, and typical stake markings to be used. All procedures, ' methods, typical stake markings shall be in accordance with standard industry practice. Construction staking shall be performed as necessary to control the work. Construction stakes and marks shall be furnished and set with accuracy adequate to assure that the completed work conforms to the ' lines, grades, and sections shown on the plans. The Engineer will furnish survey data to the Contractor for the ' construction control surveys, horizontal and vertical, as shown on the plans. The Engineer will set a total of six (6) control points which the Contractor can utilize for horizontal and vertical control. In the event ' the Contractor's operations destroy any of the Engineer's survey control points, the Contractor shall either replace such control points at its expense, subject to verification by the Engineer, or request the ' Engineer to replace the destroyed control points. If requested to replace the control points, the Engineer will do so within 10 working days. The cost of any such verification or replacement of the ' Engineer's control surveys will be deducted from any moneys due or to become due to the Contractor. The Contractor will not be allowed any ' adjustments in contract time for such verification or replacement or survey control points by the Engineer. ' All horizontal and vertical survey control monuments shown on the layout plans shall be checked by the Contractor for description, location and accuracy, prior to their use. 1 1 The Contractor shall be responsible for protecting all existing horizontal and vertical survey controls, monuments, ties and bench marks located within the limits of the project. If any of the above require removal, relocating or resetting, the Contractor shall, prior to any construction work and under the supervision of a California - licensed land surveyor or pre -1972 licensed civil engineer, establish sufficient temporary ties and bench marks to enable the points to be reset by the Contractor after completion of construction. Any ties, monuments and bench marks disturbed during construction shall be reset per City of Newport Beach standards after construction and the tie notes submitted to the City of Newport Beach. The Contractor and its sureties shall be liable for, at its expense, any resurvey required due to its negligence in protecting existing ties, monuments, bench marks or any such horizontal and vertical controls. MacArthur Blvd - Segment 2 City Project No. C -2825 (F) May 13, 1997 Addendum No. 1 Page 3 of 11 ' GRIFFITH COMPANY The Contractor shall comply with The Land Surveyors Acts #9771 (Record of Surveys - Monumentation) and #8773 (Corner Records - Records of Survey for "Lost Corners "). ' Survey notes, drawings, calculations and other survey documents /materials shall be completed and delivered to the City of Newport Beach. The Contractor shall set and record permanent survey control points in reference to the new center line /station line. Points to be referenced include: beginnings and ends of curves (BCs and ECs); mid - points of curves (MPCs) with a length exceeding 1100 feet; points on tangent (POTS) no more than 1200 feet apart; and beginning and endings of ramp station lines. The points shall consist of washers or tags fastened to the pavement with boat spikes or lead and tacks, and are to be set 0.05 feet below the plane of the pavement's finished surface. The control points shall be set in outer shoulder of the roadway not less than 6 feet from the outer edge of the traveled way, the exact location shall be determined by the Engineer. Field surveys for control of construction shall be the responsibility of ' the Contractor. The Contractor shall be wholly responsible for the lines and grades and for the stakes and marks for the construction of all improvements shown on the plans. All computations necessary to establish the exact position of the work from control points shall be made by the Contractor. All ' computations, survey notes, and other records necessary to accomplish work shall be neat, legible and accurate. Copies of such computations, notes and other records shall be furnished to the ' Engineer prior to beginning work that requires their use. Construction stakes shall be removed from the site of the work when ' no longer needed. Upon completion of construction staking and prior to acceptance of ' the contract, all computations, survey notes, and other data used to accomplish the work shall be furnished to the Engineer. All computations and final survey notes shall be reviewed and accepted ' by the Engineer prior to completion of contract and shall become the property of the City before the acceptance of the contract. ' MacArthur Blvd - Segment 2 Addendum No. 1 City Project No. C -2825 (F) Page 4 of 11 ' May 13, 1997 [1 I 1 1 1 [1 GRIFFITH COMPANY Construction staking will be paid for on the basis of a lump sum price. The contract lump sum price paid for construction staking shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in performing construc-ion staking and relocation of survey monuments, as shown on the plans, as specified in these special provisions and as directed by the Engineer and no additional compensation will be made therefor. 4.a. Section 10 -1.41 - "Roadway Excavation and AC Pavement Removal ". The second sentence of the first paragraph is amended to read "Any unsuitable materials encountered shall be removed and replaced with suitable material excavated from other parts of the work, or from an approved borrow site. Removal and disposal of unsuitable materials shall be paid by force account ". 4.b. The first sentence of the third paragraph is amended to read, "Remedial removals shall be completely ..... 4.c. The first sentence of the fourth paragraph is amended to read "Quantities of remedial removals to be paid for ...... 4.d. The second sentence of the fourth paragraph is amended to read "Payment for remedial removals excavation shall include .... " 5. Section 10 -1.46 - "Crushed Miscellaneous Base ". Delete the fourth paragraph in its entirety and substitute the following: "Payment for crushed miscellaneous base shall be made at the contract unit price per ton for Aggregate Base (Class 2) and shall include all labor, materials, tools and equipment to complete the work and no additional compensation will be made therefor ". 6. Section 10 -1.49 - "Planing Asphalt Concrete ". The first sentence of the eighth paragraph is amended to read " .... price paid per square yard for plane asphalt .... ". 7. Section 10 -1.51 E - "Retaining Wall (Masonry Block)" Amend the first sentence of the last paragraph to read " .... price paid per linear foot of masonry .... ff. 8. Section 10 -1.62 - "Reinforced Concrete Pipe ". Delete this section in its entirety and insert the following. "Reinforced concrete pipe shall conform to the provisions of Section 267 -2 "Reinforced Concrete Pipe (RCP)" or the Standard Specifications for Public Works Construction. MacArthur Blvd - Segment 2 City Project No. C -2825 iF) May 13, 1997 Addendum No. 1 Page 5 of 11 1 ' 1 1 t ' II. 1 GRIFFITH COMPANY Pipe bedding shall be in accordance with City of Newport Beach Standard Plan No. 106 -L and shall be 90% relative compaction. The contract price paid per linear foot for reinforced concrete pipe of the sizes shown on the plans shall include full compensation for furnishing all labor, materials, tools, equipment, incidentals, jacking pipe beneath existing walls and landscaping, and for doing all the work involved in furnishing and placing reinforced concrete pipe, complete in place, as shown on the plans, as specified in the Standard Specifications for Public Works Construction, and these special provisions, and as directed by the Engineer and no additional compensation will be made therefor. 9.a. Section 10 -1.63 - "Rock Slope Protection ". Add the sentence "Rock Blanket Fabric shall be Amoco Style 2006 as shown on the plans, or approved equal ". 9.b. Revise the reference to sheet C -3 in the fourth paragraph to sheet C -1. 10. Section 10 -1.65 - "PCC Curb and Curb and Gutter ". Amend the first sentence of the fourth paragraph to read ".... for providing 30 mil PVC liner .... ". 11. Section 10 -4.10 "Backfill and Densifications ". Amend the first paragraph to read ".... compacted to 90 percent minimum relative compaction ". 12. Section 10 -4.14 "Payment ". The first sentence of the first paragraph shall be amended to include, "jacking pipe beneath existing walls and landscaping." JJWAJ 1. Construction Note 234 is amended to read "Furnish and install 8" Class 150 Resilient Wedge Gate Valve, FLG. x M.J. with retainer gland per City of Newport Beach Std - 508 -L. 2. Plan Sheet X -1, "Typical Sections." The reference to Retaining Wall "B" in the section from Sta 152 + 08.00 to Sta 156 + 00.00 is amended to read "Retaining Wall "A ". 3. Plan Sheet IW -9, "Industrial Waste Line." Exhibit "A ", "Pressure Cleanout Cover - Industrial Waste Line" is hereby included as a part of said plan sheet. Cleanouts shall be placed in pairs (for cleaning MacArthur Blvd - Segment 2 City Project No. C -2825 (F) May 13, 1997 Addendum No. 1 Page 6 of 11 ' 1. The City has available for review by the Contractor at the Public GRIFFITH COMPANY ' Works Department, copies of the Geotechnical Report and the ' upstream and downstream) at intervals not to exceed 400'. Precise Stormwater Pollution Prevention Plan (SWPPP). placement of cleanouts shall be as directed by the Engineer. 2. 4.a. Plan Sheet HP -9, "Median Hardscape and Drainage Details ". For the ' detail, "Colored Concrete Maintenance Vehicle Parking ", the reference ' to "95% relative compaction" is amended to read "90% relative 3. compaction ". ' "Stamped and storm drain work shown on plan sheets W -1, D -6 and D -17, The 4.b. For the detail, Colored Concrete Maintenance Walk and Median Drainage Detail ", the reference to "Min 12" depth topsoil" is ' amended to read "Min 12" depth topsoil in all median areas except including final clean -up within the Big Canyon Villas development below hardscape improvements. Soils under hardscape shall be compacted subgrade (90 %) relative compaction." ' within the aforementioned timeframe shall be cause for the City to III. MISCELLANEOUS ' 1. The City has available for review by the Contractor at the Public Works Department, copies of the Geotechnical Report and the ' Stormwater Pollution Prevention Plan (SWPPP). 2. Cross - Sections at 50' intervals are also available for purchase from the ' City. 3. The City is currently obtaining a right -of -entry permit for the waterline ' and storm drain work shown on plan sheets W -1, D -6 and D -17, The Contractor shall be required to complete all work shown on the plans, including final clean -up within the Big Canyon Villas development within 40 consecutive calendar days. Failure to complete the work within the aforementioned timeframe shall be cause for the City to invoke the provisions of Section 4 -4, "Liquidated Damages ". 4. For the waterline and storm drain work shown on plan sheets W -1, D- ' 6 and D -17, the Contractor is required to jack the waterline and storm drain lines beneath the existing wall and adjacent landscaped areas within the Big Canyon Villa property. 5. The Contractor's sole ingress /egress to the Big Canyon Villas shall be by the emergency access gate along MacArthur Boulevard. The ' Contractor shall minimize vehicular traffic within the development and furthermore shall not store any equipment materials or vehicles within the Big Canyon villas overnight. All construction trash /debris shall be ' removed daily and the streets shall be swept or washed daily as directed by the Engineer. MacArthur Blvd - Segment 2 Addendum No. 1 ' City Project No. C -2825 (F) Page 7 of 11 May 13, 1997 ' GRIFFITH COMPANY ' 6. The Contractor is responsible for protecting all improvements within the Big Canyon Villas development in place unless specifically noted to be removed and /or replaced on the plans. ' 7. The lump sum price bid for 6" PVC industrial wasteline (Bid Item No. 70) shall include the cost of installing the pressure cleanouts in accordance with the detail provided as part of this Addendum No. 1 ' and no additional compensation will be paid therefor. 8. The requirement in Section 8 -1.01 of the Standard Specifications that ' the Contractor perform contact work amounting to 50 perent of the original total contract price is reduced to 40 percent. ' Please sign and date this ADDENDUM NO. 1 and attach it to your Bid Proposal. No bid will be considered unless this signed Addendum No. 1 is attached. 1 11 I 1 Gail P. Pickart Project Management Consultant MacArthur Blvd - Segment 2 City Project No. C -2825 (F) May 13, 1997 GRIFFITH COMPANY Bidders Name im,,4iJ Authorized Signature THOMAS L. FOSS, VICE PRES. /DIST. MGR. Addendum No. 1 Page 8 of 11 I I 1 I I IIL Z O Q O LL Z_ w m 0 cr- w 0 m a c A N CL u E c N O ..�.. 4 N as v� U) Q) In N 1 r-I r-1 M•r1 •� x q S~ ro •� 3 rd ro0 sa 0 Ln >rom f0 N N !n O m N 70a o.0 wzro 3 0 s4Nw° rA J-) }1 O w` g ro O b - O UU C) C4 N E U ? •0 C N �p O U Q 2 J H Z O C7 U Q 1w Q N Q Q JQ Q o O O 0 o 0 0 0 0 0 0 0 W 00 w 6 u a, O LL W N 1 rn H D W T d p H W O < H H £ W 2 W H N O z C 6 O N N W U N n h 0 rn � .-� Z n N N �l N C 0 O m o p LL m L m¢ Za.• Z O Q O LL Z_ w m 0 cr- w 0 m a c A N CL u E c N O ..�.. 4 N as v� U) Q) In N 1 r-I r-1 M•r1 •� x q S~ ro •� 3 rd ro0 sa 0 Ln >rom f0 N N !n O m N 70a o.0 wzro 3 0 s4Nw° rA J-) }1 O w` g ro O b - O UU C) C4 N E U ? •0 C N �p O U Q 2 J c¢o (D 0) (4 IL Z O C7 U � Q Q JQ Q o O O 0 o 0 0 0 0 0 0 0 W o LL �""• O O LL W N O ON d Ic co 10 Q W 2 C7 O O 4 Z c0 O d O M n O J U � .-� ✓1 n M �l � O 0 O m o LL W f) LL m m O ? Z W J N O LL U) m Q J LL J O m V' LL w U) W m w w w w w w W pq w w 3 3 W W 3 U O Z N Z w oN O H o Ln Y O> LL H O a O T H F- w 04 a z 6 z CL w o Z a s z iE U x U o0 Q z a x x 0 w 6 [a+ P. H¢ w P a d m z v' - a CW E vii H lHil O 6 W P: C 0 U V v, z a w W H V W a H E Z H 7 v zm w H u o z m O Q E w H U m U w U H Z W O U O 04 ZHK. a H U H 6 X Z H LL Z PG w W V < 0 O x H p4 w O Q V F 6 6 H C H H Z W H H A OH ,C-1 x 6 V V w a C w > a,¢' a a d U M wWw c¢o (D 0) (4 IL Z O C7 � Q Q O LL Z 0 W o m W LL LU Q co 0 Q W 2 C7 Z O 11 O J � CL ° 0 O m o LL W f) LL m m Z W J O LL m Q J LL J O m V' LL w U) c¢o (D 0) (4 IL UOILL/177f 1A:1b i14- b22 -bb2b CCCCCCCCC TTTT CCCCCCCCC TTTT CCCC TTTTTTTTTTTTTT CCCC TTTTTTTTTTTTTT �CCCCCCCC TTTT CCCCCCC TTTT TTTT CC TTTTTTTTT CALTRANS certification Number= CT- 015368 Certifying Agencys CALTRANS xpiration Dates 02 -01 -1999 ontact Persons KENDEE HAERTLING Attentions KENDEE HAERTLING 'CNC ENGINEERING COMPANY 6 CENTERPOINTE DRIVE., STE. 280 LA PALMA, CA 90623 CNC ENGINEERING CO. HISPANIC MALE CORPORATION (909) 522 -2246 PAGE 02 DEPARTMENT OF TRANSPORTATION Business Enterprise Program PO BOX 942674 - MS 79 SACRAMENTO, CA 94274 -0001 c916) 227 -9599 x CERTIFIED PROGRAMS - -- DBE SMBE - - -- -Post in Public View----- CERTIFICATION MUST BE RENEWED 120 DAYS PRIOR TO EXPIRATION DATE.-- - 'It is your responsibility to: Apply for Recertification on a Timely Basis. - Review this notification for accuracy and notify Coltrane in writing of any necesomry changes. - ----Preferred WORK LOCATIONS ----- SW STATE WIDE 'C8770 CONSTRUCTION MANAGEMENT SE C9810 SMALL STRUCTURES SE C9826 LAND SURVEYING SE 09829 RETAINER WALLS SE Only certified DBE's say be utilized to meet Federally funded contract goals. Only certified SMBE or SWBE's may be utilized to meet State funded contract goals. Only certified CFMBE or CFWBE's may be utilized to meet Century Freeway contract goals. - -- Preferred WORK CATEGORIES and BUSINESS Types---- - Ce700 CONSULTANT SE C8705 DESIGN SE FEASIBILITY STUDIES SE C8710 ENGINEERING SE 'C8707 08711 COMPUTER SE 08720 CIVIL ENGINEERING SE C6721 RIGHT OF WAY ENGINEER SE C8722 ENVIRONMENTAL ENGINEER SE C8744 LANDSCAPE ARCHITECTS SE C8760 SURVEYOR SE 'C8770 CONSTRUCTION MANAGEMENT SE C9810 SMALL STRUCTURES SE C9826 LAND SURVEYING SE 09829 RETAINER WALLS SE Only certified DBE's say be utilized to meet Federally funded contract goals. Only certified SMBE or SWBE's may be utilized to meet State funded contract goals. Only certified CFMBE or CFWBE's may be utilized to meet Century Freeway contract goals. �ay -22 -97 01:05P Rock Structures CCCCCCCCC TTTT CCCCCCCCC TTTT CCCC TTTTTTTTTTTTTT CCCC TTTTTTTTTTTTTT CCCCCCCCC TTTT CCCCCCCCC TTTT TTTT TTTTTTTTT CALTRANS Certification Number: CT- D14054 HISPANIC MALE 'Certifying Agency: CALTRANS SOLE PROPRIETOR Expiration Date: 06 -01 -1999 Contact Person: ANTONIO T. PAREDES (909) 371-1112 I 1 it Attention: ANTONIO T. PAREDES ROCK STRUCTURES CONSTRUCTION COMPANY 761 SMOKEWOOD LANE SAN DIMAS, CA 91773 909 3711141 P.01 DEPARTMENT OF TRANSPORTATION Business Enterprise Program ZZ_V_Z� - - -- -Post in Public View - - - -- PO BOX 942874 - MS 79 SACRAMENTO., CA 94274 -0001 (916) 227 -9599 --- x CERTIFIED PROGRAMS - -- DBE SMBE CERTIFICATION MUST BE RENEWED 120 DAYS PRIOR TO EXPIRATION DATE. - -- 'It is your responsibility to: - Apply for Recertification on a Timely Basis. - Review this notification for accuracy and notify Caltrans in writing of any necessary changes. �t Only certified DBE's may be utilized to meet Federally funded contract goals. Only certified SMBE or SWBE's may be utilized to meet State funded contract goals. Only certified CFMBE or CFWBE's may be utilized to meet Century Freeway contract goals. 11 I P 1 - - - -- Preferred WORK LOCATIONS---- - SW STATE WIDE -- Preferred WORK CATEGORIES and BUSINESS Types---- - 00625 SAND 8 GRAVEL SU C1910 GRADING SE C1940 DITCHES EXCAVATION SE CZ501 AGGREGATE SUBBASE SE 02602 AGGREGATE BASE SE C7200 ROCK SLOPE PROTECTION SE CONCRETED -ROCK SLOPE PROT 5E C9908 HEAVY EQUIPMENT RENTAL SE 'C7215 C9980 DEMOLITION SE D3280 CUT STONE 8 STONE PRODUCT MA �t Only certified DBE's may be utilized to meet Federally funded contract goals. Only certified SMBE or SWBE's may be utilized to meet State funded contract goals. Only certified CFMBE or CFWBE's may be utilized to meet Century Freeway contract goals. 11 I P 1 17 13:44 FROM:AMERICAN BARR UALI mama :Alcation Number: CT- 004656 Eying Aueneye CALTRANS irstien Detal 04 -01 -1998 %tact Porean: JUDITH DIGON Ittention: JUDITH DIGON AMERICAN BARRICADE, INC 45 NORTH PARKER ANGE, CA 92667 714- 744 -83732 CAUC FEMALE CORPORATION (714) 744 -8934 10:714 545 4033 PAGE:al DEPARTMENT OF TRANSPORTATION luainesm Enterprise Program PO BOX 942874 - M$ 79 SACRAMENTO, CA 94274P0001 (916) 227 -9599 -- a CERTIFIED PROGRAMS - -- CFWBE DIE SWBE ' - - -- -Past in Public View---- - CERTIFICATION MUST BE RENEWED 120 DAYS PRIOR TO EXPIRATION OATS; - -= vour responsibility tai for Recertification an a Timely Basis. R ■view this notification for accuracy and notify Caltrans in writing of any necoseary Ages.a . x -- Preferred WORK LOCATIONS----- ° CENTURY FREEWAY 13 IMPERIAL 19 LOS ANGELES 30 ORANGE I VERSIDE 36 SAN BERNARDINO 37 SAN DIEGO 56 VENTURA �erta -fied DBE's may be utilized to meet Federally funded contract goals. ceertified SMBE or SWBE's may be utilized to most State funded contract goals. �cortified CFMBE or CFWBE's may be utilized to most Century Freeway contract Goolm. L� I I --- -- Preferred WORK CATEGORIES and BUSINESS Types---- - 100 MISC SUPPLIERS SE C0612 SAFETY SE : PAINT SE C0680 FENCING SE i GUARD RAILINGS B BARRIERS SE C0685 PAVEMENT MARKERS SE CONSTRUCTION AREA SIGNS SE C12ol TRAFFIC CONTROL SYSTEM SE 100 FENCING SE C8201 OBJECT MARKER SE, I METAL BEAM GUARD RAILING SE C8331 CONCRETE BARRIER SE i j PAVEMENT MARKING ' SE C8605 MESSAGE SIGNS, LIGHTING 8 SE I CONSTRUCTION EQUIPMENT RE SE �erta -fied DBE's may be utilized to meet Federally funded contract goals. ceertified SMBE or SWBE's may be utilized to most State funded contract goals. �cortified CFMBE or CFWBE's may be utilized to most Century Freeway contract Goolm. L� I I MHY -22 -1997 14:44 FROM SULLIVAN CONCRETE TEXTURE llCCCCC�GC TTTTI:I CCCCC C TTTT V V CCCC TTi. T' CCCCCCCCC CCCCCCCCC_: CAL 'Certifying Expiration Contact Pei 11 ' It is your - APPly fa Review t changes. OS CALAVER 15 IMPERIA 33 RIVERSI 40 SAN LUI C4010 PORTL C7215 CONCR 'Only car'tif; Only certif; Only cartif; T TTTT' j. TTTT ` S !. ` Number,: i CT- 000!475 ncy. C,ALTRANS a r . � 01- 01-,1998 r GAIi�' INLE TO 95494033 P.02 DEPARTMENT OF TRANSPORTATION Business Enterpri a Program PO BOX 942874 - MS 79 SACRAMENTO, CA 94274 -0001 (916) 227 -9599 CAUC FEMALE CORPORATION (714) 556 -7633 ZLV_t� -- x CER71F CFWBE DBE ! CERTIFICATION MANAGER, BusIN 5 APP I �. - - -- -Post in Public View---- - ; CERTIFICATION MUST BE RENEWED 120 DAYS PRIOR TO EXPIRATI •AsponsiNility to; •IRecar,t f4cation:on a Timely Basis. ris ndtijf,icgtian`.for accuracy and notify Caltrans in writing of any i. - ^---Preferred WORK LOCATIONS---- - 1S!. :07 CONTRA COSTA 08 DEL NORTE ll.GLENN I'! 19 LOS ANGELES 27 MONTEREY 30 ORANGE )E! Ij F .35 SAN BENITO 36 SAN BERNARDINO 37 SAN DIEGO i! BISPO i42 SANTA BARBARA 56 VENTURA DATE. - -- necessary -ad WORK CATEGORIES and BUSINESS Types----� ET SE C5105 MINOR CONCRETE STRUCTURE S DT SE tilized to most Federally funded contract goals. may be utilized to most State funded contract go ls. 's may be utilized to meet Century Freeway contra :t goals. III is i I, i DATE. - -- necessary -ad WORK CATEGORIES and BUSINESS Types----� ET SE C5105 MINOR CONCRETE STRUCTURE S DT SE tilized to most Federally funded contract goals. may be utilized to most State funded contract go ls. 's may be utilized to meet Century Freeway contra :t goals. r r CCCCC CCC TTTT DEP RTMENT OF TRANSPORTATION CCCCC CC TTTT Business Enterprise Program CCCC TTTTTTTTTTTT CC CC TTTTTTTTTTTT P BOX 942874 - MS 79 CCCCCCCCC TTTT S CRAMENTO, CA 94274-0001 r CCCCCCCCC TTTT TTTT (916) 221 -9599 TTTTTTTTT CALTRANS r Certification Numbers. CT-000S10 HISPANIC - -- M CERTIFIED PROGRAMS - -- MALE DBE SMBE Certifying Aoency, CALTRANS CORPORATION Expiration Dater 02 -01 -1999 Contact Persont DAN UGALDE (714) 632 -6730 rAttention, DAN UGALDE UGALDE TRUCKING COMPANY, INC / r 3920 EAST CORONADO, SUITE 1101 ANAHEIM, CA 92807 r - - -Post in Public View - - --- --- CERTIFICATION MUST BE RENEWED 120 DAYS PRI R TO EXPIRATION DATE. - -- , It is your responsibility tot Apply for Recertification an a Timely Basis. Review this notification for accuracy and notify Caltrans in oriting of any necessary changes. r- - - -- Preferred WORK LOCATIONS---- - CF CENTURY FREEWAY 13 IMPERIAL 19 LOS ANGELES 30 ORANGE ' 33 RIVERSIDE 36 SAN BERNARDINO 37 SAN DIEGO 56 VENTURA -- Preferred WORK CATEGORIES and BUSINESS T es - - - -- C1601 CLEARING 8 GRUBBING SE C1901 ROADWAY EXCA T10N SE C19ZO STRUCTURE EXCAVATION SE C1925 SHAPED BEDDI SE C1930 STRUCTURE BACKFILL SE C1940 DITCHES EXCA TION SE C1970 EMBANKMENT CONSTRUCTION SE C1980 IMPORTED NOR W SE C9771 TRUCK BROKER SE C9774 TRUCKER SE r Only certified DBE's may be utilized to meet Federally funded contract goals. Only certified SMBE or SWBE's may be utilized to most State funded contract goals. Only certified CFMBE or CFWBE's may be utilized to meet Century Freeway contract goals. r r r r r r r 7.9 39vd 9NIAOnai 3Q-ivL)1 9bb6ZE9DTL 80:01 L66T /ZZ /90 1 U- L/ a: I `JF M 1-RUM U H I-'AF'H 1 UAIVU I RUUr, tJU7 L I tl 103t3Z CCCCCCCCC TTTT CCCCCCCCC TTTT CCCC TTTTTTTTTTTTTT JCCC TTTTTTTTTTTTTT CCCCCCC TTTT CCCCCC TTTT TTTT TTTTTTTTT ' CALTRANS :ertification Numbers CT- 004163 tifying Agencyt CALTRANS iration Dates 02 -01 -1998 tact Person: LYNDA PAPAIOANU 'Attentions LYNDA PAPAIOANU PAPAIOANU, G.A. TRUCKING, INC. 7430 LIBERTY STREET CORONA, CA 91719 1-. L DEPARTMENT OF TRANSPORTATION Business Enterprise Program PO BOX 942874 - MS 79 SACRAMENTO, CA 94274 -0001 (916) 227 -9599 CAUC - -- X CERTIFIED PROGRAMS --- FEMALE DBE SWBE CORPORATION (909) 735 -4037 z4v-,�— L - - -- -Post in Public View---- - CERTIFICATION MUST BE RENEWED 120 DAYS PRIOR TO EXPIRATION DATE. - -- d+ is your responsibility tot 'APply for Recertification on a Timely Basis. Review this notification for accuracy and notify Caltrans in writing of any necessary changes, -- - -- Preferred WORK LOCATIONS---- - IMPERIAL 19 LOS ANGELES 30 ORANGE 33 RIVERSIDE 36 SAN BERNARDINO 37 SAN DIEGO 56 VENTURA - - - -- Preferred WORK CATEGORIES and BUSINESS Types---- - 71 TRUCK BROKER SE C9774 TRUCKER SE OlY certified DBE's may be utilized to meet Federally funded contract goals. y certified SMBE or SWBE's may be utilized to meet State funded contract goals. y certified CFMBE or CFWBE's may he utilized to meet Century Freeway contract goals. I I I J 1 rcY. �. Jfl,LCCIOtYdLfl, rJ2uc�im�/ ,y'�LC Dump Truck Rental Lynda Papaloanu, General Manager Caltrans WBE CT- 004163 7430 Liberty Avenue Corona, California 91719 (909) 735.4037 phone (909) 279 -0382 fax SRVRLR CCCCCCCCC TTTT CCCCCCCCC TTTT CCCC TTTTTTTTTTTTTT C TTTt'rTTTTTTTTT C CCCCCC TTTT C CCCCCC TTTT TTTT ,TTTTTTTTT ' CALTRANS Certification Number: Fax :714 -552 -8597 CT- 000316 Certifying Apencys CALTRANS Expiration Data% 11 -01 -1997 Contact Parsons SEAN SAVALA ' Attentions SEAN SAVALA SAVALA EQUIPMENT CO., INC 16602 E. CONSTRUCTION CIRCLE IRVINE, CA 92714 1 May 22 '97 1354 P.03 HISPANIC MALE CORPORATION (714) 552 -1859 DEPARTMENT OF TRANSPORTATION Business Enterprise Program PO BOX 942874 - MS 79 SACRAMENTO, CA 94274-0001 (916) 227 -9599 --- * CERTIFIED PROGRAMS - -- CFMBE DBE SMBE - -- --Post in Pubiic View---- - CERTIFICATION MUST BE RENEWED 120 DAYS PRIOR TO EXPIRATION DATE.-- - t is your responsibility toe Apply for Recertification on a Timely Basis. Review this notification for accuracy and notify Caltrans in writing of any necessary changes. ----- Preferred WORK LOCATIONS---- - 113 IMPERIAL 19 LOS ANGELES 30 ORANGE 33 RIVERSIDE 36 SAN BERNARDINO 37 SAN DIEGO 56 VENTURA Preferred WORK CATEGORIES and BUSINESS W3SO M ;SC EQUIPMENT RENTAL 6 L SE �ly certified DBE's may be utilized to meat Federally funded contract goals. ly certified SMBE or SWBE's may be utilized to meet State funded contract goals. Only certified CFMBE or CFWBE's may be utilized to meet Century Freeway contract goals. L i S0'd "1Ui0i ' CCCCCCCCC TTTT CCCCCCCCC TTTT CCCC TTTTTTTTTTTTTT CCCC TTTTTTTTTTTTTT CCCCCCCCC TTTT CCCCCCCCC TTTT TTTT TTTTTTTTT CALTRANS Certification Numbers CT-001312 Certifying Agency= CALTRANS Expiration Dates 03-01-1998 ' Contact Parsons PETER RAYFIELO 1 1 I Att t' PETER RAYFIELD HMIALEANIC CORPORATION (310) 946 -1505 an xans FRANKLIN REINFORCING STEEL CO., INC 13546 IMPERIAL HWY SANTA FE SPRINGS, CA 90670 -0277 DEPARTMENT OF TRANSPORTATION Business Enterprise Program PO BOX.942874 - MS 79 SACRAMENTO, CA 94214 -0001 (916) 227-9599 --- x CERTIFIED PROGRAMS --- CFMBE DBE SMBE - - -- -Poet in Public View---- - CERTIFICATION MUST BE RENEWED 120 DAYS PRIOR TO EXPIRATION DATE. - -- It is your responsibility tot - Apply for Recertification on a Timely Basis. - Review this notification for accuracy and notify Caltrans in writing of any necessary changes. - - - -- Preferred WORK LOCATIONS:--- - CF CENTURY FREEWAY SW STATE WIDE - - -- -Preferred WORK CATEGORIES and BUSINESS Types---- - 00652 REINFORCING BAR SECTION SE ' a Only certified DBE's may be 'utilized to meet Federally funded contract goals. Only certified SMBE or SWBE's may be utilized to meat State funded contract goals. Only certified CFMBE or CFWBE's may be utilized to meet Century Freeway contract goals 1 TS ,4 CCGU.bghq TC' ,FROM.: MAGYAR TRUCKING PHONE NO. : 909 945 5190 'CCCCCCCCC TTTT CCCCCCCCC TTTT CCCC TTTTTTTTTTTTI'T CCCC TTTTTTTTTTTTTT CCCCCCCCC TTTT ' �CCCCCCCC TTTT TTTT TTTTTTTTT CALTRANS �artification Number% CT-001023 FEMALE' Certifying Apency, CALTRANS SOLE PROPRIETOR xpiration Dates 10 -01 -1997 ontact Parsons VICKY MARIE JOHNSON (909) 945 -9588 Attentioni VICKY MARIE JOHNSON ' MAGYAR TRUCKING 8558 HUNTER DRIVE ALTA LOMA, CA 91701 '----- Post in Public View - - - -- May. 22 1997 02:40PIl P1 DEPARTMENT OF TRANSPORTATION Business Enterprise Program PO BOX 962874 - MS 79 SACRAMENTO, CA 94274 -0001 (916) 227-9599 -- * CERTIFIED PROGRAMS - -- DBE SWBE CCRTIFICATION MUST BE RENEWED 120 DAYS PRIOR TO EXPIRATION DATE.-- - �It is your ramnsibility toi Apply for Raca tification on a Timely Basis. ' - Review this notification for accuracy and notify Coltrane in writing of any necessary changes. ' -- Preferred WORK LOCATIONS---- - 13 IMPERIAL 19 LOS ANGELES 30'ORANGE 33 RIVERSIDE 36 SAN BERNARDINO 37 SAN DIEGO 56 VENTURA -- Preferred WORK CATEGORIES and BUSINESS Types - - --- , C1901 ROADWAY EXCAVATION SE C9771 TRUCK BROKER SE C9174 TRUCKER SE I7350 MISC EQUIPMENT RENTAL 8 L SE Only certified DBE's may be utilized to meet Federally funded contract goala. Only certified SMBE or SWBE'a may be utilized to meet State funded contract goals. Only certified CFMBE or CFWBE's may be utilized to meet Century Freeway contract goals. is ' Page 7 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of mailing Notice of Award to the successful bidder: ' LABOR AND MATERIALS PAYMENT BOND (Page 8) FAITHFUL PERFORMANCE BOND (Page 9) ' CERTIFICATE OF INSURANCE (Page 10) GENERAL LIABILITY INSURANCE ENDORSEMENT (Page 11) AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT (Page 12) ' CONTRACT (Page 13) The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. ' The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in ' the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract ' Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned ' Policyholders' Rating A (or higher) and Financial Size Category Class VIII (or larger) in accordance with the latest edition of Best's Key Rating Guide Propety- Casual . Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, ' except as modified by the Special Provisions. 1 1 5/97 :. Page 8 .: ' BOND NO. B271 6867 'LABOR AND MATERIALS PAYMENT BOND ' WHEREAS, the Citv Council of the City of Newport Beach, State of California, by motion adopted June 9, 1997 has awarded to Griffith Corrpany h ei fer si to as the "Principal," a contrail fodtc�Arthhur ' Blvd. Widening 0.4 miles t an be m. . Is (Contrail No. 292S IT? in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 2825 (F) and ' the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's 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 ' any kind, the Surety on this bond will pay the same to the extent hereinafter• set forth: NOW, THEREFORE, We the undersigned Principal, and, MMIAHCE INSURANCE COMPANY duly authorized to transact business under the laws of the State of California, as Surety, (ref rd to in as 'S ret " a held.firml boun unto t e City of Newport Beach, in the sum of I-ve �. sue' �0 37,50) Rgign lawful money of the United States of America, said sum fiWdOfflo 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 present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's ' subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment ' Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with.respect to such work and labor, then the Surety will pay for the same, in an ' amount not exceeding the sum specified in this. Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys 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 this Bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. ' And 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 anywise affect its ' 5/97 _ Pa�BA obligations on this Bond, and it does hereby wive notice of any such change, extension of ' alterations or additions to the terms of the Contract or to the work or to the spedfications. 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, ! is instrument has been duly executed by the above named, _ Principal and Surety, on the 3— day of Griffith Conpany Name of Contractor (Principal) Authorized Signature - ' THOMAS CLSS VI I$ Title RELIANCE INSURANCE COMPANY ' Name of Surety A:M. ent natu OODRUFF ' A TTORNEY -IN -FACT Title ' 700 N. BRAND BLVD. #1250 GLENDALE, CA 91203 Address of Surety (818)240 -6960 Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED I ' 5/97 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of San Francisco On June 25. 1997 before me, personally appeared ❑x personally known to me - OR - JANET C. R0� J COMM. #1001101_ L �A\. FR4l`QSCO COUNTY �,.. ^", EuPires Aug Aug 16, 1997 ❑proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her/ their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. r--- )" r , re of Notary Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER • Individual • Corporate Officer Title(s) I]Attorney -in -Fact ❑Other: Name of person(s) or Entity(ies) Signer is Representing: Reliance Insurance Company DESCRIPTION OF ATTACHED DOCUMENT Title of Type of Document: Number of Pages Date of Document: Bond No. B271 6867 Five (5) State of County of CALIFORNIA ORANGE On JUNE 27, 1997 before me, JENENE PATTI, NOTARY PUBLIC (DATE) IM MEnITLE OF OFFICERa.a.'JME DOE. NO TMY PUBLIC') personally appeared THOMAS L. FOSS ("AMEISI OF SIONERISII personally known to me -OR- ❑ OFFICIAL sEAL SENENE RATTt N n NOTARY PUBLIC. CALIFORN�} COMMISSION N 1024008 W ItjleS$ W ORANGE COUNTY 1 tYN Cornmimm Exp. Ma 1. te88� ISEALI ATTENTION NOTARY ad to me on the of satisfactory ance to be the Dn(s) whose name(s) a subscribed to in instrument a owledged to me: same in his /her /their authorized capacity(ies), and that by his /her /their signaturets) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. my seal. The information requested below and in the column to the right is OPTIONAL. Recording of this document is not requited by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: TRleertypeol Doeunlem LABOR & MATERIALS PAYMENT BOND Number of Pages 3 Oats of Document Syrwrlsl 001er Than Named Above WOLCOTTS FORM 03240 Rev. 3•94 Iwma class 9 -2AI 1991 WOLCOTTS FORMS, INC. ALL PURPOSE ACKNOWLEDGMENT WIT" SIGNER CAPACITYMEPRESENTATION TWO FINGERPRINTS RIGHT THUMBPRINT IOptionall Y Y yx C CAPACITY CLAIMED BY SIGNERISI OINDIVIDUALISI X.NcoRPoRATE V.P. /_➢IST.M OFFICERISI IIIR1e1 OPARTNERISI OLIMITED 00ENERAL OATTORNEY IN FACT OTRUSTEE(SI OGUARDIANICONSERVATOR OOTHER: SIGNER IS REPRESENTING: INeme of Persenlel of EntOylloal GRIFFITH COMPANY RIGHT THUMBPRINT (Optional) CAPACITY CLAIMED BY SIONERISI ❑INDIVIDUALIST OCORPORATE OFFICEPIGI lt1TMR OPARTNERISI OLIMITED OGENERAL OATTORNEY NE FACT OTRUSTEEts) OGUARDIANICONSERVATOR OOTHER: SIGNER IS REPRESENTING: Memo of Penon(sl or Entit0es) 67775 631 s Page g 'BON iiC1. B271 6867 FAITHFUL PERFORMANCE BOND ' (The premium charges on this Bond is $ 31, 923.00 being at the rate of $ *Sjelow thousand of the Contract price. ' *First 500,000 10.00 per thou; Next 2,000,000 6.50 per thou; Next 2,500,000 5.25 per thou; next 167,937.50 WHEREAS, the Citv Council of the City of Newport Beach, State of California, by motion 4.75 per thou. adopted jVne 91 1997 has awarded to Griffith CmPany hereinafter designated as the "Pri ci )al" a contract for MacArthur Boulevard Widenina 0.4 miles N /r) San J039 ii r., (Contract No.2825 F in the City of Newport Beach, in strict conformity with the plans, drawings, ' specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. ' WHEREAS, Principal has executed or is about to execute Contract No. 2825 (F) and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; ' NOW, THEREFORE, we, the Principal, and RELIANCE INSURANCE COMPANY , duly authorized to transact business under the laws of the State of California as Surety erein "Buret ") are he and firtnl boun unto t e City of Newport Beach, in the sum oZe • n sixty �II 5dawful money of the United States of America, said su o 100% of the estimated amount of the Contract, to be paid to.the City of Newport Beach, 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 present. ' . THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract ' Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, ' its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. ' As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety,. -for value received,. 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 way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of ' the Contract or to the work or to the specifications. 5/97 _ Page 9A ... This Faithful Performance Bond shall and maintained by the Principal in full force and effect for six (6) months following t or acceptance of the Project by the In the event that the Principal 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 -fay of i `wc- 191 -?-- Griffith Camanv �n - - ' Name of Contractor (Principal) Authorized Signature/ritle ; THOMAS L. FOSS, VICjA PiMIN /DIST. MGR. C 1 1 1 1 RELIANCE INSURANCE COMPANY Name of Surety 700 N. BRAND BLVD. X11250 GLENDALE, CA 91203 Address of Surety Telephone fymN 1111]11111044 NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED , 5/9] s .g.ik ``gyp.. `s ^..p -v .��-... m.`r..... Fear '. '}'�.A_�'- =.,4�c -�•q"'.a�Y1, �,_...�� ^ �..�,'..- ','r;�.Gl , x'� ..ems' "_.�... -+-u s.,.,.etN'� s� ��R � �' C. CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of San Francisco On June 25. 1997 before me, personally appeared ❑O personally known to me - OR - ❑proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her/ their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. - +fs Comm Expves Aug Its 1997 Signa ure of Notary ------------------- --- ------------------- - - ---- OPTIONAL----- - - - --- -- ---- --------- - - - - -- ----------- - - -- -- Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ Individual Title of Type of Document: Bond No. B271 6867 ❑ Corporate Officer Title(s) Number of Pages Five (5) gAttorney -in -Fact Date of Document: ❑Other: Name of person(s) or Entity(ies) Signer is Representing: Reliance Insurance Companv SURETY COMPANY RELIANCE INSURANCE COMPANY UNITED PACIFIC INSURANCE COMPANY RELIANCE NATIONAL INDEMNITY COMPANY ADMINISTRATIVE OFFICE, PHILADELPHIA, PENNSYLVANIA POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, that RELIANCE SURETY COMPANY is a corporation duly organized under the laws of the State of Del- aware, and that RELIANCE INSURANCE COMPANY and UNITED PACIFIC INSURANCE COMPANY, are corporations duly organized under the laws of the Commonwealth of Pennsylvania and that RELIANCE NATIONAL INDEMNITY COMPANY is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called "the Companies ") and that the Companies by virtue of signature and seals do hereby make, constitute and appoint Jack M. Woodruff, of San Francisco, California their true and lawful Attorneys) -in -Fact, to make, execute, seal and deliver for and on their behalf, and as their act and deed any and all bonds and undertakings of suretyship and to bind the Companies 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 Companies and sealed and attested by one other of such officers, and hereby ratifies and confirms all that their said Attorney(s) -in -Fact may do in pursuance hereof. \ This Power of Attorney is granted under and by the authority of Article VII of the By -Laws of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY which provisions are now in full force and effect, reading as follows: ARTICLE VII - EXECtrriON OF BONDS AND UNDERTAKINGS 1. The Board of Directors. the President, the Chakman of the Bowd. any Senior Vice President. any Vice Resident or Assiwant Vice President or other office designated by the Board of Directors shell have Power and oolhorily to (a) appoint Attwney(s)- in-IM and to authorize Ithe ri to execute on behalf of the Contrary, bands end undenakingn, recognnances, contracts of indemnity and other writings obligatory in the nature thereof, and Ibl to remove any such Attornery(N -h.Fem at any time and revoke the www and wlhority given to them. 2. AttorneyWAn -Fact $hall have poww and authority. subject to the tams ma limitations of the Power of Attorney issued to thorn, to execute deFlVer on behalf of the Canpany, bonds and undertakings, recognitances, contracts of Indemnity, and other writing, obligatory in the nature thereof. The corporate seal is rot necessary for the validity of any bads and unartakings, recognizance$, contracts of indannity and other writings obligatory in the malts thereof. 3. Atmmayisl-in-Facl Mee have power and authwily to execu a affidavits reauirc l to be attached to tonnes. repoprdasMa0. contracts of indemnity, or other conditional q obligatory undertakings and they Mail also have power and authority be certify the financial statement of the Company and to copies of the Bylaws of the Company or any article or secVon thereof. This Power of Attorney is signed and sealed by faeeamila under and by authority of the following readution adopted by the Executive and Fin. Committees of the Boards of Directors of Reliance Insurance Canpany, United Pa fa, insurance Company and Reliance National Indemnity Company by unanimous Consent dated as of February 29, 1994 end by the Executive and Financial Committee of the Board of Directors of Reliance Surety Company by UnaNmoue Consent dated as of March 31, 1994. "Resolved that the signaures of such directors and officers and the seal of the Cornitany may be affixed to any such Power of Anomey or any ewtiacates rearing ttnerste by faadmile,erd any such Power of Attorney or canlllcate bearing such fasvnile signatures or facahnlle seal Mall be valid and binding ltaon the Company and are such Power so exaMad and certified by facaima a signatures and facalmile see shed be valid and binding upon the Cosepsny, In the future Man respect to any bond or umdenakirig to which It Is attached." IN WITNESS WHEREOF, the Companies have caused these presents to be signed and their corporate seals to be hereto affixed, this July 19, 1996. a T 00i 0 STATE OF Washington } COUNTY OF King } BE, RELIANCE SURETY COMPANY RELIANCE INSURANCE COMPANY UNITED PACIFIC INSURANCE COMPANY RELIANCE NATIONAL INDEMNITY COMPANY On this, July 19, 1996, before me, Janet Blankley, personally appeared Mark W. Alsup, who acknowledged himself to be the Vice President of the Reliance Surety Company, and the Vice President of Reliance Insurance Company, United Pacific Insurance Company, and Reliance National Indemnity Company and that as such, being authorized to do so, executed the foregoing instrument for the purpose therein contained by signing the name of the corporation by himself as its duly authorized officer. In witness whereof, I hereunto set my hand and official seal. Pubfie in and for the State of Washington B at Puyallup I, Robyn Layng, Assistant Secretary of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE ANY, and RELIANCE NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a true and correct copy of the of Attorney executed by said Companies, which is still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of j SOSO rpr. Assistant Secretary 19—. State of CALIFORNIA County of ORANGE On JUNE 27, 1997 before me, JENENE RATTI, NOTARY PUBLLC (DATE) tNANIMITLE OF OFFICEN-I.a.'JANE DOE. NOTMI PUBLIC'I personally appeared THOMAS L. FOSS INAMEISI OF SIGNERISII personally known to me -OR- ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Witness my hand 1 (SEALI ATTENTION NOTARY The information requested below and in the column to the right is OPTIONAL. Recording of this document is not requited by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: TlUeor Typeof Documem FAITHFUL PERFORMANCE BOND Number of P89e4 4 Date of Document Siyt atiti Other Than Named Abow WOLCOTTS FORM 80240 Rev. 7.94 lo,,ce clna 9QAI 01994 WOLCOTTS FORMS. INC. ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CMACITYIREPRESENTATION/TWO FINGERPRINTS RIGHT THUMBPRINT IOotlonall E a e CAPACITY CLAIMED BY SIGNER(I) OINDIVIDUALISI XOCORPORATE V.P.LDIST.N OFFICER(SI CIPARTNERIS) OLIMIIED OGENERAL OATTORNEY IN FACT OTRUSTEEIS) ❑GUARDIAN /CONSERVATOR OOTIIEA: SIGNER IS REPRESENTING: INama al P.,aenla) or Enthyllaal GRIFFITH COMPANY RIGHT THUMBPRINT IOptlunal) I U O CAPACITY CLAIMED BY SIONER(S) OINDIVIDUAL(SI OCORPORATE OrricEn{sl Itnuel OPARTNERIS) ❑LIMITED ❑GENERAL ❑ATTORNEY IN FACT OTRUSTEEIS) OGUARDIANICONSERVATOR OOTHER: SIGNER IS REPRESENTING: (Name of Pareonle) or EntNylMa) 7 X67775 �II3I2f11 a tgj_-&. Company B Street , CA 94104 Street CA 92702 Page 10"- kTE OF:INSURANCE '�. " 6/25/9° COMPANIES AFFORDING COVERAGE COMPAETTER NYp.: St. Paul Fire Marine L COMPANY B LETTER- National Union Fire COMPANY C ' LETTER COMPANY D LETTER COMPANY E THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD THSTAND(NG ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS BE ISSUED OR MAY PERTAIN. THE S INSURANCE , AND CONDI IONS OF SUCH POLICIES S NOT �ENDED. EXTENDED OR ALTERED BY THIS I THE CERTIFICATE. POLICY EFFECTIVE EXPIRATION ALLLIMffS[NTHOUSANDS ISURANCE NUMBER DATE DATE ABILITY GENERAL AGGREGATE $ 2,000 ASIS ONLY) KKO8300370 12/31/96 12/31/97 PRODUCTSICOMPLETED VE';. OPERATIONS AGGREGATE $2,000 RTRACTORS .`" PERSONAL INJURY $1,000 FORSPECIFIC I NSU IANCE APP 0 f" OPERATION /� RENCE $1,000 1 / LAUSE JA 1AfU�RVU� rl u we $ IWME I FIRt7 IC roN . MEDICAL EXPENSES $ (ANY ONE PERSON) 5 COMBINED $ SINGLE LIMIT 1,000 KKO8300370 12/31/96 12/31197 BODILY INJURY s (PER PERSON) BODILY INJURY $ (PER ACCIDENT) p PROPERTY $ DAMAGE EACH BE9326410 12/31/96 12/31/97 OCCURENCE .. sTANTORY SCO2 -1296- 12/31/96 12/31/97 $1,000 EACH ACCIDENT -' 06297 51,000 DISEASE - POLICY LIMIT j DISEASE -EACH EMPLOYEE 5 LOCATIONSNEWCLESIRESTRICT10NMPECIAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF HALF,OF THE NAMED INSURED IN CONNECTION WITH, BUT NOT LIMITED TO THE FOLLOWING CONTRACT: W 0 4�IIIT'V OO San �e JOagTUn EGntract No 282. 'PROECTTn EANDCONTKACTNUMBER' .CANCELLATION : ;, SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON- RENEWED. CANCELLED OR COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE COMPANY AFFORDING COVE RAGE SHALL PROVIDE 30 DAYS MINIMUM ADVANCE NOTICE TO THE CITY OF ,�i .:. NEWPORT BEACH BY FIRST CLASS MAIL ,A 92658 -8915 6/25/97 :.:;.•.:. AUTHORIZEDREPRF.SFMAMVE ISSUE DATE a Pager 10 ' A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS ' HIRED AUTOS NON -OWNED AUTOS GARAGE LIABILITY ' B EXCESS LIABILITY UMBRELLA FORM OTHER THAN UMBRELLA FORM KK08300370 112/31/96 1 12/31/97 12/31/96 12/31/97 COMBINED $ CERTIFICATE OF INSURANCE ... .` 6725/97 BODILY INJURY PRODUCER (PER PERSON) COMPANIES AFFORDING COVERAGE BODILY INJURY Lamberson Roster & Company _ PROPERTY $ DAMAGE COTTER .A:. A 580 California Street St. Paul Fire 6 Marine San Francisco, CA 94104 COMPANY B LETTER National Union Fire INSURED COMPANY C Griffith Company LETTER COMPANYD 2020 Yale Street Santa Ana, CA 92702 LETTER COMPANY E LETTER COVERAGES':: d THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE 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 AND IS NOT AMENDED, EXTENDED OR ALTERED BY THIS CERTIFICATE. CO TYPE OF INSURANCE POLICY NUMBER EFFECTIVE DATE EXPIRATION DATE ALL LIMITS IN THOUSANDS TR . A GENERAL LIABILITY (OOCURENCE BASIS ONLY) GENERAL AGGREGATE $2,000 COMMERCIAL KK08300370 12/31/96 12/31/97 COMPREHENSIVE PRODUCTS/COMPLETED OPERATIONS AGGREGATE $2,000 OWNERS ACONTRACTORS PERSONAL IW URY $1,000 PROTECTIVE CONTRACTUAL FOR SPECIFIC $ CONTRACT PRODUCTS/COMPLETED OPERATION EACH OCCURENCE $1,000 IL XCU HAZARDS FIRE $ BROAD FORM PROPERTY DAMAGE SEVERABILITY OF INTEREST CLAUSE (ANYONE FIRE) (ANYONE FIE 1� ' P. I. WITH EMPLOYEE EXCLUSION REMOVED MEDICAL EXPENSES MARINE (ANY ONE PERSON) $ 5 ' A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS ' HIRED AUTOS NON -OWNED AUTOS GARAGE LIABILITY ' B EXCESS LIABILITY UMBRELLA FORM OTHER THAN UMBRELLA FORM KK08300370 112/31/96 1 12/31/97 12/31/96 12/31/97 COMBINED $ SINGLE LIMIT BODILY INJURY $ (PER PERSON) BODILY INJURY $ (PER ACCIDENT) PROPERTY $ DAMAGE EACH _E I AGGREGATE OIXEACH E $__ _ $ STATUTORY WORKERS' COMPENSATION STATUTORY ' C SCO2 -1296- 12/31/96 12/31/97 $1,000 EACH ACCIDENT EMPLOYERS'LIABILIT'Y 06297 $1,000 DISEASE -POLICY LIMIT $ DISEASE -EACH EMPLOYEE OTHER $ ' DESCRIPTION OF OPERATIONSA. OCATIONSNEHrLESJRESTRICTONSISPECUIL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT BEACH BY OR ON BEHALF 1OFF,THE NAMED INSURED IN CONNECTION WITH, BUT NOT LIMITED TO THE FOLLOWING CONTRACT: MacArthur Blvd. W1aenins' PRC ' CERTIFICATE HOLDER':u' ADDITIONALLY INSURED ' CITY OF NEWPORT BEACH P.O. BOX 1768 3300 NEWPORT BOULEVARD NEWPORT BEACH, CALIFORNIA 92658 -8915 ATTENTION: .ai I Pi rkari- miles N10 San JbagU3.n Contract No. 2825 (F) iCTT1TLE AND CONTRACT' NUMBER ANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON - RENEWED, CANCELLED OR COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE COMPANY AFFORDING COVERAGE SHALL PROVIDE 30 DAYS MINIMUM ADVANCE NOTICE TO THE CITY OF NEWPORT BEACH BY FIRST CLASS MAIL llz 6/25/97 AUTHORMED REPRESENTATIVE ISSUE DATE ' _ . Page 11 t GENERAL LIABILITY INSURANCE ENDORSEMENT ' It is agreed that: 1. With respect to such insurance as is afforded by the policy for General Liability, the City of ' Newport Beach, its 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 its general supervision of such operations. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance ' provided by this policy. 1 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 liability of the company affording coverage. 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the ' terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision contained in the written contract designated below, between the named insured and the City of Newport Beach. ' 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU" hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured(s) named in ' Paragraph 1 of this endorsement shall be the limits indicated below written on an "Occurrence" basis: (k) Commercial () Comprehensive General Liability $ 1,000,000 each occurrence ' $ 2,000,000 aggregate The applicable limit of Contractual Liability for the company affording coverage shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insured(s). rThe limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one occurrence in excess of the 1 limits of liability stated in the policy as applicable to General Liability Insurance 1 5/97 Page 11A 6. Should the policy be non - renewed, canceled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of ' Newport Beach by registered mail, Attention: Public Works Department. MacArthur Bouldvard Widening 0.4 miles ' 7. Designated Contract: N/O San Joaquin Hills Road to Ford Road 2825 (F) Project Title and Contract No. ' This endorsement is effective 6/9/97 at 12:01 a.m. and forms a part of Policy No. 1 of St. Paul Fire 6 Marin4<Company Affording Coverage). ' Insured: Griffith company Endorsement No.: 1 ' ISSUING COMPANY By: Anzedfiepresentative ' Debra Moore Lamberson Roster 6 Company I ' 5/97 - c- ..."�_ ' Page 12 It is agreed that: 1. With respect to such insurance as is afforded by the policy for Automobile Liability, the City ' of Newport Beach, its officers and employees are additional insureds, but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the Contract ' designated below. The insurance extended by this endorsement to said additional insured 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 said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall 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 liability of the ' company affording coverage." 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: ' () Multiple limits Bodily Injury Liability $ per person ' Bodily Injury Liability $ per accident ' Property Damage Liability $ (� Combined Single Limit ' Bodily Injury Liability & Property Damage Liability $ 1.0oo.000 ' The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage 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. ' 5/97 I Page -M 4. Should the policy be non - renewed, canceled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. MacArthur Boulevard Widening 0.4 miles ' 5. Designated Contract: -N/0 San Joaquin Hills Road to Ford Road 2825 (F) Project Title and Contract No. ' This endorsement is effective 6/9/97 at 12:01 a.m. and fors a part of Policy No. 1 of St. Paul Fire 6 Narine(Company Affording Coverage). ' Insured: Griffith Company Endorsement No.: 1 ' ISSUING COMPANY By: dwo" kx, Authorized Representative ' Debra Moore Lamberson Koster & Company L L, ' 5/9.1 1 Page 13 tAGREEMENT THIS AGREEMENT, entered into this 9th • day of Jame 197 by and ' between the CITY OF NEWPORT BEACH, hereinafter "City," and Griffith cxnpany , hereinafter "Contractor," is made with reference to the following facts: 1 f] 1 1- t 5/97 A. City has advertised for bids for the following described public work: MacArthur Boulevard Widening 0.4 miles WO San Joaquin Hills Rd to Ford Rd,FProject ") Project Description 2825 (F) Contract No. B. Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifi- cations. NOW, THEREFORE, the City and Contractor agree as follows: 1. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non - Collusion Affidavit, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, Plans, General Conditions, Standard Plans and Specifications, Plans and Special Provisions for Contract No.2825 (F) , Standard Specifications for Public Works Construction (current edition) and all supplements and this Agreement, and all modifications and amendments thereto (collectively the "Contract Documents'). The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. 2. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and fumish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project: All of the work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. The Contractor is required to perform all activities, at no extra cost to the City which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 3. As full compensation for the performance and completion of the .Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Five million one hundred sixty seven thousand nine hundred thirty seven dollars & fifty Dollars ($ 5,167,937.50 ). cants 1 1 1 1 1 5/97 Page 94. This compensation includes: (a) Any loss or damage arising from the nature of the work, (b) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (c) 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. 4. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. 5. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mails, postage prepaid, directed to the address of the Contractor and to the City, addressed as follows: 1r CONTRACTOR City of Newport Beach Griffith Company P.O. Boa 1768 2020 Yale Street 3300 Newport Boulevard Santa Ana, CA 92702 Newport Beach, CA 92658 -8915 6. LABOR CODE 3700 LIABILITY INSURANCE Contractor, by executing this Contract, hereby certifies: 'I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or undertake self - insurance in accordance with the provisions of the Code, and I will comply with such provisions before commencing the performance of the work of this Contract. ' Page 15 7. INSURANCE: ' Insurance is to be placed with insurers with a Best's rating of no less than A:VII and insurers must be a California Admitted Insurance Company. ' VERIFICATION OF COVERAGE ' Contractor shall furnish the City with certificates of insurance and with original endorsements effecting coverage required by this Agreement. The certificates and endorsements for each insurance policy are to be signed by a ' person authorized by that insurer to bind coverage on its behalf, on forms provided by the City. All certificates and endorsements are to be received and approved by the City before work commences. The City reserves the right to ' require complete, certified copies of all required insurance policies, at any time. ' Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his agents, representatives, employees or subcontractors. ' The cost of such insurance shall be included in the Contractor's bid. A. MINIMUM SCOPE OF INSURANCE Coverage shall be at least as broad as: ' 1. Insurance Services Office Commercial General Liability coverage "occurrence" form CG 0001 (Edition 11/85) or Insurance Services Office form number GL 0002 (ed. 1/73) covering Comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. ' 2. Insurance Services Office Business Auto Coverage form number CA 0001 0187 covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288 Changes in Business Auto and Truckers Coverage forms - Insured ' Contract. 3. Workers' Compensation insurance as required by the Labor Code of the State ' of California and Employers Liability insurance. B. MINIMUM LIMITS OF INSURANCE Coverage limits shall be no less than: ' 1. General Liability: $1,000,0001combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. ' 5/97 .xS. ' : 'u =.. .r...'�; �ssH:;�F�!ua3�YL'.�g;��as's6s�' ; ;+�•°`.r�'R I' •'°ds.;C'- x..'�` ...:.. Page 16 I 2. Automobile Liability: $ 1,000.000 combined single limit per accident for bodily injury and property damage. b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees and volunteers. Any insurance or self- insurance maintained by the City, its officers, officials, employees and volunteers shall be excess of the Contractor's ' insurance and shall not contribute with it C. Any failure to comply with reporting provisions of the policies shall not ' affect coverage provided to the City, its officers, officials, employees and volunteers. d. The Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 1 5/97 ... _.. .v.e. -�.a � -� . _...._�+�- ^zv'� >�.r:•y�- s.���iv .�..; ,..-. — - ..�::e`i "x ��.- . ^ ""'���.,z�� - �4 -�="�a .�„f- "Y =-a• 4IDaa.nkt�;,�Gi � 3. Workers' Compensation and Employers Liability: Workers' compensation ' limits as required by the Labor Code of the State of California and Employers Liability limits of $1,000,000 oer accident. C. DEDUCTIBLES AND SELF - INSURED RETENTIONS Any deductibles or self- insured retentions must be declared to and approved ' by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self- insured retentions as respects the City, its officers, officials, employees and volunteers; or the Contractor shall procure a ' bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. ' D. OTHER INSURANCE PROVISIONS ' The policies are to contain, or be endorsed to contain, the following provisions: ' 1. General Liability and Automobile Liability Coverages a. The City, its officers, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of ' activities performed by or on behalf of the Contractor, including the insured's general supervision of the Contractor; products and completed operations of the Contractor; premises owned, occupied or ' used by the Contractor; or automobiles owned, leased, hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, officials, employees or volunteers. b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees and volunteers. Any insurance or self- insurance maintained by the City, its officers, officials, employees and volunteers shall be excess of the Contractor's ' insurance and shall not contribute with it C. Any failure to comply with reporting provisions of the policies shall not ' affect coverage provided to the City, its officers, officials, employees and volunteers. d. The Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 1 5/97 ... _.. .v.e. -�.a � -� . _...._�+�- ^zv'� >�.r:•y�- s.���iv .�..; ,..-. — - ..�::e`i "x ��.- . ^ ""'���.,z�� - �4 -�="�a .�„f- "Y =-a• 4IDaa.nkt�;,�Gi � 1.: Page 17 ' 5/97 ..:- ..xs3cb''�• ia�t`ios°.f' -uCa�3av,.s.,y..... -.+x� ^J{ri'" ^: r�C`i��}�".' '7 ��,kY?". _ _- w= .;,se'��rR -�- ,_�'_N e. The insurance afforded by the policy for contractual liability shall ' include liability assumed by the contractor under the indemnification /hold harmless provision contained in this Agreement. ' 2. Workers' Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses arising from work performed by the Contractor for the City. ' 3. All Coverages ' Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. E. Acts of God: Pursuant to Public Contract Code Section 7105, the CONTRACTOR shall not be responsible for the repairing and restoring damage to Work, when damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract amount provided that the Work damaged is built in accordance with the plans and specifications. ' F. Right to Stop Work for Non-Compliance: The City shall have the right to offer the Contractor to stop Work under this Agreement and /or withhold any payment {s) ' which become due to the CONTRACTOR hereunder until the CONTRACTOR demonstrates compliance with the requirements of this article. ' 8. RESPONSIBILITY FOR DAMAGES OR INJURY A. The City and all officers, employees and representatives thereof shall not be ' responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person ' either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. B. The Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, ' obstructions or from any cause arising from Contractor's work on the Project. C. The Contractor shall indemnify, hold harmless, and defend the City, its officers and employees from and against (1) any and all loss, damages, liability, claims, ' allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions ' of Consultant, its employees, agents or subcontractors in the performance of ' 5/97 ..:- ..xs3cb''�• ia�t`ios°.f' -uCa�3av,.s.,y..... -.+x� ^J{ri'" ^: r�C`i��}�".' '7 ��,kY?". _ _- w= .;,se'��rR -�- ,_�'_N .. . Page 18 : services or work conducted or performed pursuant to this Agreement; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractor's subcontractors or suppliers on the project, and shall include ' reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify or defend City from the sole negligence or willful misconduct of City, its officers or employees. ' D. To the extent authorized by law, as much of the money due the Contractor under and by virtue of the Contract as shall be considered necessary by the City may be retained by it until disposition has been made of such suits or claims for damages ' as aforesaid. E. Nothing in this article, nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Agreement. ' F. The rights and obligations set forth in this Article shall survive the termination of ' this Agreement ' 9. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Agreement and all other Contract Documents by the Contractor is a representation that the Contractor has visited the Project Site, has become familiar with the local conditions under ' which the work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 1 /// ' /// /// 1 /p /// ' /// ' 5/97 .' 7. L I 1 1 I 7 1 L L LJ 7 Page 19 10. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above. ATTEST: CITY OF NEWPORT BEACH A Municipal Corporation By: CITY C LJAYOR APPROVED AS TO FORM: U(vlJ\,, V\L Griffith Congany CITY ATTORNEY Name of Contractor ATTEST: By: 4ffler 114 � rtZK::tL CITY CLERK Authorized Signature and Title THOMAS L. FOSS VICE PRES. /DIST. MGR. F:\catkdebbie\ag\bid.doc - RC:da 05-07 -97 5/97 'x, State Of CALIFORNIA County of ORANGE On JUNE 27, 1997 before me, JENENE RATTI, NOTARY PUBLIC LOATE; INAMEFTITLE OF OFFICFfli.a: JANE DOE. NOTARY PUBLIC; personally appeared THOMAS L. FOSS INAMEISI OF SIONERISII personally known to me -OR- ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose names) Is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the some in his /her /their authorized capacity(les), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the OPFICIALSEAL instrument. .- JENENE RATTI NOTARY PUBLIC • CALIFORNIA N COMMISSION A 1024006 Witness my han seal. Wf ORANGE XP. MlaY t _ _ My Commission EXP. ;day I, 1958 ( ISEALI ATTENTION NOTARY The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: T,tleorTypeolDoeurrwm AGREEMENT PAGES 13 — 1 Number of Pages _ 7_ Dote of Document Signulal OU1er Then Named Above RIGHT THUMBPRINT (Optionall a CAPACITY CLAIMED BY SIGNER111 OINDIVIDUALISI YACORPGRATE V.P. /DIST.MGR OFFIC£RISI OPARTNERMI OLIMITED ❑GENERAL ❑ATTORNEY IN FACT OTRUSTEEISI ❑GUARDIAN /CONSERVATOR ❑OTHER: SIGNER 11 REPRESENTINO:- IHamo of Panonlal or E,N iVII.O GRIFFITH COMPANY RIGHT THUMBPRINT i0ptbnal) >t T S `o CAPACITY CLAIMED BY SIONERISI ❑INDIVIDUALIST OCORPORATE OFFICERISI nituR (3PARTNERIS) ❑LIMITED OGENERAL ❑ATTORNEY IN FACT OTRUST£Els) OGUARDIAN /CONSERVATOR ❑OTHER: SIGNER IS REPRESENTING: (Name of Peuonb) or Entilylieel WOLCOTT$ FORM 57240 RO. 7.94 lams CIO. 8-2A; 01994 WDLCOTTS FORMS, INC. L ALL PURPOSE ACKNOWLEDGMENT MTN SIGNER CAPACITYIREPRESENTATIONRWO FINGERPRINTS — — 7 1111111111�11Il2l4 l�y� GRIFFITH COMPANY RESOLUTIONS RESOLVED, that any one or more of the following officers of this Corporation: Chairman of the Board, Chief Executive Officer, President, Executive Vice President, Vice President/Treasurer and Chief Financial Officer, together with, when required, the Secretary, Secretary /Controller or Assistant Secretary, be and they are hereby authorized to execute and deliver in the name of this Corporation any and all bids, authorizations, contracts, notes, deeds, bonds. stocks. declarations. releases and agreements of anv nature or sort whatever. FURTHER RESOLVED, that any one or more of the following officers of this Corporation: Vice President/District Manager, Vice President/Division Manager, District Manager, Division Manager. Assistant District Manager, Chief Estimator, Secretary, Secretary /Controller, Assistant Secretary, be and they are hereby authorized to execute and deliver in the name of and on behalf of this Corporation any and all bids, authorizations, contracts, certifications, declarations and releases. including: bid bonds, labor and material bonds, performance bonds and stop notice bonds. FURTHER RESOLVED. that any and all persons, firms. corporations and other entities shall be entitled to rely on the authoritv of anv one or more of the officers above named to bind this Corporation by the execution and delivery of any of the documents or papers set forth hereinabove. FURTHER RESOLVED. that the authority granted herebv shall not be modified or revoked except by a resolution to that effect passed by the Board of Directors of this Corporation. FURTHER RESOLVED, that any and all authorization heretofore granted by this Corporation to any officers other than those above named, to perform acts in the name of and on behalf of this Corporation similar to the acts authorized above. be and they are hereby revoked. rescinded and annulled. The undersigned herebv certifies that he is the Secretary of Griffith Company, a California Corporation, and does hereby certify that the above is a full, true and correct copy of resolutions passed by the Board of Directors of GRIFFITH COMPANY at a meeting thereof held on March :. 1997. in accordance with the by -laws of said GRIFFITH COMPANY and at said meeting there was at all times a quorum present and acting and that said resolution has not, to the date of this certificate. been in anv manner amended, modified. revoked. rescinded or annulled. IN WITNESS WHEREOF. the undersigned has hereunto set his hand and affixed the seal of GRIFFITH COMPANY this 11th day of March. 199 7. W;Iliam E. Barnes. Secretary Attest: D. Waitze. Presi enu EO SECTION 1. SPECIFICATIONS AND PLANS The work embraced herein shall be done in accordance with the Standard Specifications dated July 1992, and the Standard Plans dated July 1992, of the California Department of Transportation (Caltrans) insofar as the same may apply and in accordance with the following special provisions. Additionally, construction shall be done in accordance with the Standard Specifications For Public Works Construction, 1994 Edition with Supplements, and the City of Newport Beach Standard Special Provisions and Standard Drawings for Public Works Construction, 1994 Edition, as applicable. Should there be a conflict between the Caltrans Standards and the Standards for Public Works Construction, the provisions of the Caltrans Standards shall govern, unless noted otherwise. ' References herein to the Standard Specifications shall mean the Ca /trans Standard Specifications. 1 -1 MODIFICATIONS TO THE STATE OF CALIFORNIA, DEPARTMENT OF TRANSPORTATION, STANDARD SPECIFICATIONS 1 -1.01 DEFINITIONS AND TERMS -- Definitions shown in the Standard Specifications are amended to read as follows: 1 -1.13 DEPARTMENT. The Public Works Department of the City of Newport Beach. 1 -1.15 DIRECTOR. The Public Works Director of the City of Newport Beach. 1 -1.18 ENGINEER. Designated representative of the Public Works Director, City of Newport Beach. 1 -1.39 STATE. The City of Newport Beach. 1 -1.40 STATE CONTRACT ACT. Chapter 1, Division 2 of the Public Contract Code. The provisions of this act and other applicable laws form and t constitute a part of the provisions of this contract to the same extent as if set forth herein in full. Any reference in the specifications and other contract documents to sections of former Chapter 3 (Sections 14250 -14424 inclusive) of Part 5 of Division 3 of Title 2 of the Government Code shall be deemed to be a reference to the successor section of the Public Contract Code. I i 1 1 -1 I ' SECTION 2. PROPOSAL REQUIREMENTS AND CONDITIONS 2 -1 MISCELLANEOUS I2 -1.01 GENERAL -- The bidder's attention is directed to the provisions in Section 2, "Proposal Requirements and Conditions," of the Standard Specifications and these special provisions for the requirements and conditions which the bidder must observe in the preparation of the proposal form and the submission of the bid. The form of the Bidder's Bond mentioned in the last paragraph in Section 2 -1.07, "Proposal Guaranty," of the Standard Specifications will be found following the Instructions to Bidders of the proposal. Section 2 -1.11, "Competency of Bidders" of the Standard Specifications is deleted. Prequalification will not be required for this project. Public Contract Code Section 10232 (Chapter 466, Stats. 1982) provides as follows: Every contract shall contain a statement by which the Contractor swears under penalty of perjury that no more than one final, unappealable finding of contempt of court by a federal court has been issued against the contractor within the immediately preceding two -year period because of the Contractor's failure to comply with an order of a federal court which orders the contractor to comply with an order of the National Labor Relations Board. For purposes of the section, a finding of contempt does ' not include any finding which has been vacated, dismissed, or otherwise removed by the court because the contractor has complied with the order which was the basis for the finding. The state may rescind any contract in which the contractor falsely swears to the truth of the statement required by this section. ' A form for the statement required by Section 10232 is included in the Contract Documents Section of these special provisions. 2 -1.02 DISADVANTAGED BUSINESS -- This project is subject to Part 23, Title 49, Code of Federal Regulations entitled "Participation by Minority Business Enterprise in Department of Transportation Programs." Portions of the Regulations, including portions of Subpart D ' which defines Disadvantaged Business Enterprise (DBE) and includes other provisions implementing Section 105(f) of the 1982 Surface Transportation Act, are set forth in Section 6. "Federal Requirements for Federal -Aid Construction Projects" of these special ' provisions, and the Regulations in their entirety are incorporated herein by this reference. Bidders shall be fully informed respecting the requirements of the Regulations and the ' City's Disadvantaged Business Enterprise (DBE) programs developed pursuant to the Regulations; particular attention is directed to the following matters: 1. A DBE must be a small business concern as defined pursuant to Section 3 of U.S. Small Business Act and relevant regulations promulgated pursuant thereto; 2. A DBE may participate as a prime contractor, subcontractor, joint venture partner with a prime or subcontractor, or vendor of materials or supplies; 1 2 -1 3. A DBE joint venture partner must be responsible for a clearly defined portion of the work to be performed in addition to satisfying requirements for ownership and control. The DBE joint venturer must submit Schedule B of the Regulations. 4. A DBE must perform a commercially useful function, i.e., must be responsible for the execution of a distinct element of the work and must carry out its responsibility by actually performing, managing and supervising the work; 5. Credit for DBE vendor of materials or supplies is limited to 20 percent of the amount to be paid to the vendor for the material unless the vendor manufactures or substantially alters the goods; 6. A DBE must be a Caltrans certified DBE on the date bids for the project are opened before credit may be allowed toward the DBE goal. The Caltrans DBE directory identifies DBEs which have been certified. The DBE directory may be obtained from Caltrans. 7. Noncompliance by the Contractor with the requirements of the regulations constitutes a breach of this contract and may result in termination of the contract or other appropriate remedy for such breach. 2 -1.03 DBE GOALS FOR THIS PROJECT -- The City has established the following goals for Disadvantaged Business Enterprise (DBE) participation for this project: Disadvantaged Business Enterprises (DBE) 10 percent It is the bidder's responsibility to make a sufficient portion of the work available to subcontractors and suppliers and to select those portions of the work or material needs consistent with the available DBE subcontractors and suppliers, so as to assure meeting the goals for DBE participation. The following organizations can assist the bidder in securing DBE's as subcontractors and materials suppliers: Triaxial Management Servi( 17870 Sky Park Circle Irvine, CA 92614 (714) 851 -1448 Bidders may utilize the services Contact with these organizations opening date. :es Inc. Caltrans (Electronic Bulletin Board) Mr. John Capen - Director (916) 227 -8937 of these organizations to contact interested DBE's. should be at least one week in advance of the bid 2 -1.04 SCOPE OF CONTRACT -- In submitting this bid, the Contractor warrants that the cost of any work not specifically covered by a contract pay item is included in the cost and compensation of all the contract items of work and no additional compensation shall be allowed therefor. 2 -2 i SECTION 3. SUBMISSION OF DBE INFORMATION, AWARD, AND EXECUTION OF CONTRACT 3 -1 MISCELLANEOUS 3 -1.01 GENERAL -- The bidder's attention is directed to the provisions for the requirements and conditions concerning submittal of DBE information, award, and execution of contract. It is the bidder's responsibility to meet the goals for DBE participation or to provide information to establish that, prior to bidding, the bidder made good faith efforts to do so, as outlined elsewhere in these special provisions. 3 -1.02 DBE INFORMATION -- The apparent successful bidder (low bidder) shall submit DBE information supporting the bid to the City's Public Works Department within three working days after such supporting information is requested. The bidder's DBE information shall establish that the DBE goals will be met or that a good faith effort to meet the goals has been made. The information to show that the DBE goals will be met shall include the names of DBEs to be used with a complete description of work or supplies to be provided by each and the dollar value of each such DBE transaction. (N=: DBE subcontractors for signal and lighting items, if there are such items or work, must have been named in the bid - see section entitled "Subcontracting" of these special provisions.) The information necessary to establish the bidder's good faith efforts to meet the DBE goals should include: 1. The names and dates of advertisements of each newspaper, trade paper and minority -focus paper in which a request for DBE participation for this project was placed by the bidder; 2. The names and dates of notices of all certified DBEs solicited by direct mail for this project and the dates and methods used for following up initial solicitations Ito determine with certainty whether the DBEs were interested. 3. The items of work for which the bidder requested subbids or materials to be supplied by DBEs, the information furnished interested DBEs in the way of plans, specifications and requirements for the work, and any break -down of items of work into economically feasible units to facilitate DBE participation. (Where ' there are DBEs available for doing portions of the work normally performed by the bidder with its own forces, the bidder will be expected to make portions of such work available for DBEs to bid on). ' 4. The names of DBEs who submitted bids for any of the work indicated in item 3 above who were not accepted, a summary of the bidder's discussion and /or negotiations with them, the name of the subcontractor or supplier that was selected for that portion of work, and the reasons for the bidder's choice. If the reason for rejecting a DBE bid was price, give the price bid by the rejected DBE and the price bid by the selected subcontractor or supplier. Since the utilization 1 3 -1 I of available DBEs is expected, only significant price differences will be considered as cause for rejecting such DBE bids. 5. Assistance that the bidder has extended to DBEs identified in Item 4 above to , remedy the deficiency in their subbids. 6. The names and dates of the DBEs contacted through the uses of one or more of the organizations listed in the special provisions to provide these services. The name(s) and date(s) of the organization(s) contacted. 3 -1.03 AWARD OF CONTRACT -- The award of contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements prescribed and who has met the goals for DBE participation or has demonstrated, to the satisfaction of the City, good faith effort to do so. Meeting the goal for DBE participation or demonstrating, to the satisfaction of the City, good faith efforts to do so is a condition for being eligible for award to contract. The days included in Section 3 -1.01 of the Standard Specifications are changed to 45, 60 ' and 75 days respectively. The days included in Sections 3 -1.03 and 3 -1.04 of the Standard Specifications are changed from 8 to 15 days. 3 -1.04 SUBCONTRACTING -- Attention is directed to the provisions in the Section "Subcontracting" of the Standard Specifications, Section "Proposal Requirements and Conditions," Section "Submission of Minority Business Enterprise Information, Award, and Execution of Contract" elsewhere in the Standard Specifications and these special provisions. The DBE information furnished under the Section "DBE Information," of these special provisions in addition to the subcontractor information required to be furnished under said Section "Subcontracting." In accordance with the Federal MBE regulations (Section 23.45(f) (2), part 23, Title CFR): 1. No substitution of an MBE subcontractor shall be made at any time without the written consent of the City; and 2. If an MBE subcontractor is unable to perform successfully and is to be replaced, ' the Contractor will be required to make good faith efforts to replace the original MBE subcontractor with another MBE subcontractor. The "Subletting and Subcontracting Fair Practices Act" (Government Code Sections 4100- 4113, inclusive) applies to the items of signals and lighting and requires subcontractor, if used for such work, to be listed in the prime contractor's proposal; prohibits the , substitution of subcontractors, except as therein authorized; and provides for penalties for violations of the Act. Bidders are cautioned that this listing requirement is in addition to the requirement to provide a list of MBE subcontractors after the opening of the proposals. Each bidder shall, with respect to the items of signals and lighting, list in its proposal: 3 -2 1 I 1. The name and the location of the place of business of each subcontractor who will perform work or labor or render services to the prime contractor in or about the construction of the work or improvement, or a subcontractor licensed by the 1 State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one -half of one percent of the prime contractor's total bid. 2. The portion of the work which will be done by each such subcontractor. Only ' one subcontractor shall be listed for each such portion. A sheet for listing the subcontractors, as required by the Subletting and Subcontracting Fair Practices Act, is included in this proposal. The Contractor shall not be entitled to any payment for such work or material unless it is performed of supplied by the listing DBE or by other forces (including those of the Contractor) pursuant to prior written authorization of the Engineer. 3 -1.05 MBE RECORDS -- The Contractor shall maintain records of all subcontracts entered into with certified DBE subcontractors and records of materials purchased from certified DBE suppliers. Such records shall show the name and business address of each DBE jsubcontractor or vendor and the total dollar amount actually paid each DBE subcontractor or vendor. Upon completion of the contract, a summary of these records shall be prepared and certified correct by the Contractor or its authorized representative, and shall be furnished to the engineer within 30 days after acceptance by the City. I lS I I 1 3 -3 LJ SECTION 4. BEGINNING OF WORK, TIME OF COMPLETION, LIQUIDATED DAMAGES AND PARTNERING 4 -1 GENERAL Attention is directed to the provisions in Sections 8 -1.03, "Beginning of Work," 8 -1.06, Time of Completion," 8 -1.07, "Liquidated Damages," and 20 -4.08, "Plant Establishment Work," of the Standard Specifications and these special provisions. 4 -2 BEGINNING OF WORK The Contractor shall begin work within 15 calendar days subsequent to receipt of a written Notice to Proceed. 4 -3 TIME OF COMPLETION Said work (except plant establishment work) shall be diligently prosecuted to completion before the expiration of: 225 WORKING DAYS beginning on the first day of work. 4 -4 LIQUIDATED DAMAGES ` The Contractor shall pay to the City of Newport Beach the sum of $1,000 per day, for each and every calendar day's delay in finishing the work in excess of the number of working days prescribed above. 4 -5 VOLUNTARY PARTNERING The City of Newport Beach intends to encourage the foundation of a cohesive partnership with the contractor and its principal subcontractors and suppliers. This partnership will be structured to draw on the strengths of each organization to identify and achieve reciprocal goals. The objectives are effective and efficient contract performance and completion within budget, on schedule, and in accordance with plans and specifications. This partnership will be bilateral in makeup, and participation will be totally voluntary. Any cost associated with effectuating this partnering will be absorbed by the respective parties with no change in the total contract price established in the proposal. .,j To implement this partnership initiative prior to starting work in accordance with the requirements of Subsection 4 -2 and prior to the preconstruction conference, the Contractor's management personnel and the Engineer will initiate a partnering development seminar /team building workshop. The City will designate and provide a facility, such as the Central Library, in which to conduct the workshop. The City will also hire a facilitator for the workshop. This facilitator will be a consultant experienced in arranging partnering workshops between public agencies and private construction contractors. The facilitator's fees will be paid by the City. I 1 4 -1 With the assistance of the facilitator, City and Contractor project personnel will identify the persons who should attend the workshop and will establish the agenda for and the duration of the workshop. The persons who will be strongly encouraged to attend the workshop are the City's resident engineer and inspectors, the Contractor's on -site project manager and key project supervisory personnel, and any major subcontractor or supplier's key management and supervisory personnel. Each party will be responsible for paying for the costs of their personnel involved in the workshop's preparation and attendance. Follow -up workshops may be held periodically throughout the duration of the contract as agreed upon by the City and the Contractor. The establishment of a partnership charter for the project will not change the legal relationships of the parties to the contract nor will it relieve either party from any of the terms of the contract. The partnership concept is intended to clarify lines of communications, identify procedures, and establish mechanisms to resolve disputes quickly and at an early stage. I 1 II A I'. I 4 -2 1 SECTION 5. GENERAL CONTRACT REQUIREMENTS 5 -1 MISCELLANEOUS 5 -1.01 PREVAILING WAGE -- Attention is directed to Section 7 -1.01 A, "Prevailing Wage," of the Standard Specifications. The wage rates determined by the Director of Industrial Relations and published in the Department of Transportation publication entitled General Prevailing Wage Rates refer to expiration dates. If the published wage rate does not refer to a predetermined wage rate to be paid after the expiration date, said published rate of ' wage shall be in effect for the life of this contract. If the published wage rate refers to a predetermined wage rate to become effective upon expiration of the published wage rate and the predetermined wage rate is on file with the Department of Industrial Relations, .� such predetermined wage rate shall become effective on the date following the expiration date and shall apply to this contract in the same manner as if it had been published in said publication. If the predetermined wage rate refers to one or more additional expiration dates with additional predetermined wage rates, which expiration dates occur during the life of this contract, each successive predetermined wage rate shall apply to this contract on the date following the expiration date of the previous wage rate. If the last of such predetermined wage rates expires during the life of this contract, such wage rate shall apply to the balance of the contract. 5 -1.02 LABOR DISCRIMINATION -- Section 7- 1.O1A(4), "Labor Nondiscrimination," of the Standard Specifications is amended to read: Attention is directed to Section 1735 of the Labor code, which reads as follows: LNo discrimination shall be made in the employment of persons upon public works because of the race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, or sex of such person, except as provided in Section 12940 of the Government Code, and every subcontractor for public works violating this section is subject to all the penalties imposed for a violation of this chapter. Attention is also directed to the following Notice that is required by Chapter 5, Title 2, California Administration Code. NOTICE FOR REQUIREMENT FOR NONDISCRIMINATION PROGRAM (GOVERNMENT CODE, SECTION 12990) Your attention is called to the "Nondiscrimination Clause," set forth herein, which is applicable to all nonexempt state contracts and subcontracts, and to the "Standard California Nondiscrimination Construction Contract Specifications" set forth herein. The Specifications are applicable to all nonexempt state construction contracts and subcontracts of $5,000 or more. NONDISCRIMINATION CLAUSE 1. During the performance of this contract, Contractor and its subcontractors shall not unlawfully discriminate against any employee or applicant for employment because of race, religion, color, national origin, ancestry, 1 5 -1 physical handicap, medical condition, marital status, age (over 40) or sex. Contractors and subcontractors shall insure that the evaluation and treatment of their employees and applicants for employment be free of such discrimination. Contractors and subcontractors shall comply with the provisions of the Fair Employment and Housing Act (Government Code, Section 12990 et. seq.) and the applicable regulations promulgated thereunder (California Administrative Code, Title 2, Section 7285.0 et. seq.). The applicable regulations of the Fair Employment and Housing Commission implementing Government Code, Section 12990, set forth in Chapter 5 of Division 4 of Title 2 of the California Administrative Code are incorporated into this contract by reference and made a part hereof as if set forth in full. Contractor and its subcontractors shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other agreement. STANDARD CALIFORNIA NONDISCRIMINATION CONSTRUCTION SPECIFICATIONS (GOVERNMENT CODE, SECTION 12990) These specifications are applicable to all contractors and subcontractors having a construction contract or subcontract of $5,000 or more. 1. As used in the specifications: a. "Administrator" means Administrator, Office of Compliance Programs, California Department of Fair Employment and Housing, or any person to whom the Administrator delegates authority. b. "Minority" includes: (1) Black (all persons having primary origins in any of the black racial groups of Africa, but not of Hispanic origin); (ii) Hispanic (all persons of primary culture or origin in Mexico, Puerto Rico, Cuba, Central or South America or other Spanish derived culture or origin regardless of race); (iii) Asian /Pacific Islander (all persons having primary origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent of the Pacific Islands); and (iv) American Indian /Alaskan Native (all persons having primary origins in any of the original peoples of North America and who maintain culture identification through tribal affiliation or community recognition). 2. Whenever the Contractor or any subcontractor subcontracts a portion of the work, it shall physically include in each subcontract of $5,000 or more the nondiscrimination clause in this contract directly or through incorporation by reference. Any subcontract for work involving a construction trade shall also include the Standard California (Nondiscrimination) Construction Contract Specifications, either directly or through incorporation by reference. 5 -2 �J 3. The Contractor shall implement the specific nondiscrimination standards provided in paragraphs 6(a) through (c) of these specifications. 4. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Government Code, Section 12990, or the regulations promulgated pursuant thereto. 1 5. In order for the nonworking training hours of apprentices and trainees to be counted, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor or the California Department of Industrial Relations. 6. The Contractor shall take specific actions to implement its nondiscrimination program. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor must be able to demonstrate fully its efforts under Steps a through c below: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and at all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on -site supervisory personnel are aware of and carry out the Contractor's obligations to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. 1 b. (Reserved) C. Disseminate the Contractor's equal employment opportunity policy by ' providing notice of the policy to unions and training, recruitment and outreach programs and requesting their cooperation in assisting the Contractor to meet its obligations; and by posting the company policy on bulletin boards accessible to all employees at each location where construction work is performed. 7. Contractors are encouraged to participate in voluntary associations which assist in fulfilling their equal employment opportunity obligations. The efforts of a Contractor association, joint contractor - union, contractor - community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under these specifications provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the 1 5 -3 concrete benefits of the program are reflected in the Contractor's minority and female workforce participation, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's. 8. The Contractor is required to provide equal employment opportunity for all minority groups , both male and female, and all women, both minority and non - minority. Consequently, the Contractor may be in violation of the Fair Employment and Housing Act (Government Code, Section 12990 et. seq.) if a particular group is employed in a substantially disparate manner. 9. Establishment and implementation of a bona fide affirmative action plan pursuant to Section 8104 (b) of this chapter shall create a rebuttable presumption that a Contractor is in compliance with the requirements of Section 12990 of the Government Code and its implementing regulations. 10. The Contractor shall not use the nondiscrimination standards to discriminate against any persons because of race, color, religion, sex, national origin, ancestry, physical handicap, medical condition, marital status or age over 40. 11. The Contractor shall designate a responsible official to monitor all employment - related activity to ensure that the company's Equal Employment Opportunity policy is being carried out, to submit reports relating to the provisions thereof as may be required by OCP, and to keep records. Records shall at least include for each employee the name, address, telephone numbers, construction trade, union affiliation, if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and location at which the work was performed. Records shall be maintained in any easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, Contractors shall not be required to maintain separate records. NOTE: Authority cited: Sections 12935(a) and 12990(d), Government Code Reference: Section 12990, Government Code. 5 -1.03 PUBLIC SAFETY -- The Contractor shall provide for the safety of traffic and the public in accordance with the provisions in Section 7 -1.09, "Public Safety," of the Standard Specifications and these special provisions: Whenever the Contractor's operations create a condition hazardous to traffic or to the public, he shall, at its expense and without cost to the City, furnish, erect and maintain such fences, temporary railing (Type K), barricades, lights, signs, pavement delineation and other devices and take such other protective measures as are necessary to prevent accidents or damage or injury to the public. Such fences, temporary railing (Type K), barricades, lights, signs, pavement delineation and other devices furnished, erected and maintained by the Contractor, at its expense, are in addition to any construction area traffic control devices for which payment is provided for elsewhere in these special provisions. 5 -4 I Temporary railing (Type K) shall conform to the provisions in Section 12 -3.08, "Temporary Railing (Type K)," of the Standard Specifications, except temporary railing (Type K) fabricated prior to January 1, 1993, with one longitudinal No. 5 ' reinforcing steel bar near the top in lieu of the 2 longitudinal No. 5 reinforcing steel bars near the top, as shown on the plans, may be used. 1 5 -5 In addition to any other measures taken by the Contractor pursuant to the provisions of said Section 7 -1.09, the Contractor shall install temporary railing (Type K) 1 between any lane carrying public traffic and any excavation, obstacle, or storage area when the following conditions exist: 1. Excavations. Any excavation which is 12 feet or less from the edge of the lane, except: ' a. Excavations covered with sheet steel or concrete covers of adequate thickness to prevent accidental entry by traffic or the public. b. Excavations less than one foot deep. C. Trenches less than one foot wide for irrigation pipe or electrical conduit or excavations less than one foot in diameter. d. Excavations parallel to the lane for the purpose of pavement widening or reconstruction. e. Excavations in side slopes, where the slope is steeper than 4:1. f. Excavations protected by existing barrier or railing. 2. Temporarily Unprotected Permanent Obstacles. Whenever the work includes the installation of a fixed obstacle together with a protective system, such as a sign structure together with protective railing, and the Contractor elects to install the obstacle prior to installing the protective system; or whenever the Contractor, for its convenience and with permission of the Engineer, removes a portion of an existing protective railing at an obstacle and does not replace such railing complete in place during the same day. 1 3. Storage Areas. Whenever material or equipment is stored within 12 feet of the lane and such storage is not otherwise prohibited by the specifications. rThe approach end of temporary railing (Type K), installed in accordance with the requirements in this section "Public Safety," and in Section 7 -1.09, "Public Safety," of the Standard Specifications shall be offset a minimum of 15 feet from the edge of the traffic lane open to public traffic. The temporary railing shall be installed on a skew toward the edge of the traffic lane of not more than one foot transversely to 10 feet longitudinally with respect to the edge of the traffic lane. If the 15 -foot minimum offset cannot be achieved, the temporary railing shall be installed on the 10 to 1 skew to obtain the maximum available offset between the approach end of the railing and the edge of the traffic lane, and an array of temporary crash cushion modules shall be installed at the approach end of the temporary railing. Temporary railing (Type K) shall conform to the provisions in Section 12 -3.08, "Temporary Railing (Type K)," of the Standard Specifications, except temporary railing (Type K) fabricated prior to January 1, 1993, with one longitudinal No. 5 ' reinforcing steel bar near the top in lieu of the 2 longitudinal No. 5 reinforcing steel bars near the top, as shown on the plans, may be used. 1 5 -5 Temporary crash cushion modules shall conform to the provisions in "Temporary Crash Cushion Module" elsewhere in these special provisions. The Contractor shall also furnish such flagmen as are necessary to give adequate warning to traffic or to the public of any dangerous conditions to be encountered and payment therefor shall be included in the cost of traffic control system at the lump sum price bid and no additional compensation will be made therefor. Signs, lights, flags and other warning and safety devices and their use shall conform to the requirements set forth in the current "MANUAL OF TRAFFIC CONTROLS - for Construction and Maintenance in Work Zones," published by the Department of Transportation. Any signs or other protective devices furnished and erected by the Contractor at its expense, as above provided, shall not obscure the visibility of, nor conflict in intent, meaning and function of either existing signs, lights and traffic control devices or any construction area signs and traffic control devices for which furnishing of, or payment for, is provided elsewhere in the specifications. Signs furnished and erected by the Contractor at its expense shall be approved by the Engineer as to size, wording and location. Construction equipment shall enter and leave the highway via existing intersections, roadways, and crossovers and shall move in the direction of public traffic. All movement of workmen and construction equipment on or across lanes open to public traffic shall be performed in a manner that will not endanger public traffic. Except for installing, maintaining and removing traffic control devices, whenever work is performed or equipment is operated in the following work areas, the Contractor shall close the adjacent traffic lane unless otherwise provided in the specifications: Approach speed of public traffic (Posted Limit) (Miles Per Hour) Work Areas Over 45 Within 6 feet of a traffic lane but not on a traffic lane. 35 to 45 Within 3 feet of a traffic lane but not on a traffic lane. When traffic cones or delineators are used to delineate a temporary edge of traffic lane, the line of cones or delineators shall be considered to be the edge of traffic lane; however, the Contractor shall not reduce the width of an existing lane to less than 10 feet without written approval from the Engineer. The lane closure provisions of this section shall not apply if the work area is protected by permanent or temporary railing or barrier. When work is not in progress on a trench or other excavation that required a lane closure, the traffic cones or portable delineators used for the lane closure shall be 5 -6 placed off of and adjacent to the edge of the traveled way. The spacing of the cones or delineators shall be not more than the spacing used for the lane closure. 1 Full compensation for conforming to the requirements in this section "Public Safety," including furnishing and installing temporary railing (Type K) and temporary crash cushion modules, shall be considered as included in the contract prices paid for the various items of work involved and no additional compensation will be allowed therefor. 5 -1.04 RESPONSIBILITY FOR DAMAGE -- The fifth paragraph in Section 7 -1.12, "Responsibility for Damage," of the Standard Specifications is amended to read: It is the intent of the parties that the Contractor will indemnify and hold harmless the State and City, 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 on the part of the City, the Contractor, the subcontractor or employee of any of these, other than the active negligence of the City, its officers and employees 5 -1.05 REQUIRED SUBCONTRACT AND MATERIAL SUPPLY CONTRACT PROVISIONS -- Attention is directed to the following section of these special provisions entitled "Arbitration." s All contracts valued at more than $15,000 between the general contractor and its subcontractors and suppliers shall include a provision that the subcontractors and suppliers shall be bound to the Contractor to the same extent that the Contractor is bound to the City by all terms and provisions of this contract, including the arbitration provision. 5 -1.06 ARBITRATION -- Article 7.1 (Sections 10240- 10240.13, inclusive) of Chapter 1, Division 2 of the Public Contract Code Chapter 466, Statutes of 1982) provides for the resolution of contract claims by arbitration. Claims (demands for monetary compensation or damages) arising under or related to performance of the contract shall be resolved by arbitration unless the City and the Contractor agree in writing, after the claim has arisen, to waive arbitration and to have the claim litigated in a court of competent jurisdiction. Arbitration shall be pursuant to Public Contract Code Sections 10240-10240.13, inclusive, and applicable regulations (See Subchapter 3 - Sections 301 -382 inclusive of Chapter 2 of Title 1 of the California Administrative Code). The arbitration decision shall be decided under and in accordance with the law of this State, supported by substantial evidence and, in writing, contain the basis for the decision, findings of fact, and conclusions of law. Arbitration shall be initiated by Demand for Arbitration made in compliance with the requirements of said regulations. A Demand for Arbitration by the Contractor shall be 1 made not later than 180 days after the date of service in person or by mail on the Contractor of the final written decision by the City on the claim. 5 -1.07 TERMINATION OF CONTROL -- Attention is directed to Section 8 -1.08, "Termination of Control," of the Standard Specifications. If the Contractor's control of the work is terminated or he abandons the work and the contract work is completed in conformance with the provisions of Section 10255 of the State Contract Act, any dispute 5 -7 concerning the amount to be paid by the City to the Contractor or its surety or to be paid to the State by said Act, shall be subject to arbitration in accordance with the section of these special provisions entitled "Arbitration." The surety shall be bound by the arbitration award and is entitled to participate in such arbitration proceedings. 5 -1.08 FINAL PAY QUANTITIES -- Section 9- 1.015, "Final Pay Quantities," of the Standard Specifications is amended to read: 9 -1.015 Final Pay Items -- When an item of work is designated as (F) in the Proposal, the estimated quantity for that item of work shall be the final pay quantity, unless the dimensions of any portion of that item are revised by the Engineer, or the item or any portion of the item is eliminated. If the dimensions of any portion of the item are revised, and the revisions result in an increase or decrease in the estimated quantity of that item of work, the final pay quantity for the item will be revised in the amount represented by the changes in the dimensions, except as otherwise provided for minor structures in Section 51 -1.22, "Measurement." If a final pay item is eliminated, the final pay quantity will be revised in the amount represented by the eliminated portion of the item of work. The estimated quantity for each item of work designated as (F) in the Proposal shall be considered as approximate only, and no guarantee is made that the quantity which can be determined by computations, based on the details and dimensions shown on the plans, will equal the estimated quantity. No allowance will be made in the event that the quantity based on computations does not equal the estimated quantity. In case of discrepancy between the quantity shown in the Proposal for a final pay item and the quantity or summation of quantities for the same item shown on the plans, payment will be based on the quantity shown in the Proposal. 5 -1.09 PAYMENTS -- Attention is directed to Section 9 -1.06, "Partial Payments," and 9 -1.07, "Payment After Acceptance," of the Standard Specifications and these special provisions. For the purpose of making partial payments pursuant to Section 9 -1.06, "Partial Payments," of the Standard Specifications, the amount set forth for the contract items of work hereinafter listed shall be deemed to be the maximum value of said contract item of work which will be recognized for progress payment purposes. Mobilization $ 100,000 Clearing and Grubbing $ 50,000 The minimum price bid for Proposal Item No. 75 (Plant Establishment) shall be $30,000. That amount shall be paid upon completion of plant establishment and shall be considered separate from acceptance of other contract items of work and other contractual payments and retentions. After acceptance of the contract pursuant to Section 7-1.17, "Acceptance of Contract," of the Standard Specifications, the amount, if any, payable for a contract item of work in excess of the maximum value for progress payment purposes herein above listed for said 5 -8 I item, will be included for payment in the first estimate made after acceptance of the contract. ' In determining the partial payments to be made to the Contractor, only the following listed materials will be considered for inclusion in said payment as materials furnished but not incorporated in the work: Irrigation Controllers Irrigation Controller Enclosure Cabinets Luminaires Signal and Lighting Standards Signal Heads and Mounting Brackets 1 5 -1.10 PAYMENT OF WITHHELD FUNDS -- The second paragraph of Section 9- 1.065, "Payment of Withheld Funds," of the Standard Specifications is amended to read: Upon the Contractor's request, the City will make payment of funds withheld from progress payments pursuant to the requirements of Public Contract Code Section 10261 if the Contractor deposits in escrow with the State Treasurer or with a bank acceptable to the City, securities eligible for the investment of State funds under Government Code Section 16430 or bank or savings and loan certificates of deposit, upon the following conditions: 1. The Contractor shall bear the expense of the City and the escrow agent, either the State Treasurer or the bank, in connection with the escrow deposit made. 2. Securities and certificates of deposit to be placed in escrow shall be of a j value at least equivalent to the amounts of retention to be paid to the 1 Contractor pursuant to this section. 3. The Contractor shall enter into an escrow agreement satisfactory to the City, which agreement shall include provisions governing inter alia: a. The amount of securities to be deposited. b. The providing of powers of attorney or other documents necessary for the transfer of the securities to be deposited. C. Conversion to cash to provide funds to meet defaults by the Contractor including, but not limited to, termination of the Contractor's control over the work, stop notices filed pursuant to law, assessment of liquidated damages or other amounts to be kept or retained under the provisions of the contract. d. Decrease in value of securities on deposit. e. The termination of the escrow upon completion of the contract. 5 -9 4. The Contractor shall obtain the written consent of the surety to such agreement. 5 -1.11 SUBCONTRACTING -- Attention is directed to the provisions in Section 8 -1.01, i "Subcontracting," of the Standard Specifications, Section 2, "Proposal Requirements and Conditions," Section 3, "Submission of DBE Information, Award, and Execution of Contract" elsewhere in these special provisions. Each subcontract and any lower tier subcontract that may in turn be made shall include the "Required Contract Provisions Federal -Aid Construction Contracts" in Section 6 of these special provisions. This requirement shall be enforced as follows: Noncompliance shall be corrected. Payment for subcontracted work involved will be , withheld from progress payments due, or to become due, until correction is made. Failure to comply may result in termination of the contract. The DBE information furnished under Section 3- 1.01A, "DBE Information," of these special provisions is in addition to the subcontractor information required to be furnished under said Section 8 -1.01, " Subcontracting," and Section 2 -1.04, "Required Listing of Proposed j Subcontractors," of these special provisions. In accordance with the Federal MBE regulations Section 23- 45(f)(2) Part 23, Title 49 CFR; 1. No substitution of a DBE subcontractor shall be made at any time without the written consent of the Department, and 2. If a DBE subcontractor is unable to perform successfully and is to be replaced, the contractor will be required to make good faith efforts to replace the original DBE subcontractor with another DBE subcontractor. The requirement in Section 2 -1.02, "Disadvantaged Business," of these special provisions that DBEs must be certified on the date bids are opened does not apply to DBE substitutions after award of the contract. 5 -1.12 DBE RECORDS -- The Contractor shall maintain records of all subcontracts entered ■ into with certified DBE subcontractors and records of materials purchased from certified DBE suppliers. Such records shall show the name and business address of each DBE subcontractor or vendor and the total dollar amount actually paid each DBE subcontractor or vendor. Upon completion of the contract, a summary of these records shall be prepared and certified correct by the Contractor or its authorized representative, and shall be furnished to the Engineer. I 5 -1.13 SOUND CONTROL REQUIREMENTS -- Sound control shall conform to the provisions in Section 7- 1.011, "Sound Control Requirements," of the Standard Specifications and these special provisions. The noise level from the Contractor's operations, between the hours of 9:00 p.m. and 7:00 a.m., shall not exceed 86 dbA at a distance of 50 feet. This requirement in no way 5 -10 relieves the Contractor from responsibility for complying with local ordinances regulating noise level. Said noise level requirement shall apply to all equipment on the job or related to the job, including but not limited to trucks, transit mixers or transient equipment that may or may not be owned by the Contractor. The use of loud sound signals shall be avoided in favor of ' light warnings except those required by safety laws for the protection of personnel. The Contractor shall note that each internal combustion engine used for any purpose on the J ob or related to the job shall be equipped with a muffler of a type recommended by the manufacturer. No internal combustion engine shall be operated on the project without a muffler. The Contractor shall plan its construction activities to group noisy operations together to reduce impacts to adjacent residential areas. Haul routes and construction staging areas for construction equipment and construction related vehicles shall be located away from existing residential and other sensitive land uses, where feasible. 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 involved and no additional compensation will be allowed therefor. 5 -1.14 HIGHWAY CONSTRUCTION EQUIPMENT -- Attention is directed to Sections 7- 1,01D, "Vehicle Code," and 7 -1.02, "Weight Limitations, " of the Standard Specifications and these special provisions. Pursuant to the authority contained in Section 591 of the Vehicle Code, the City has determined that, within such areas as are within the limits of the project and are open to public traffic, the Contractor shall comply with all the requirements set forth in Divisions 11, 12, 13, 14 and 15 of the Vehicle Code. Attention is directed to the statement in Section 591 that this section shall not relieve him or any person from the duty of exercising due care. The Contractor shall take all necessary precautions for safe operation of its equipment and the protection of the public from injury and damage from such equipment. 5 -1.15 PROJECT APPEARANCE -- The Contractor shall maintain a neat appearance to the work. When practicable, broken concrete and debris developed during clearing and grubbing shall be disposed of concurrently with its removal. If stockpiling is necessary, the Imaterial shall be removed or disposed of weekly. Full compensation for conforming to the provisions in this section, not otherwise provided for, shall be considered as included in prices paid for the various contract items of work involved and no additional compensation will be allowed therefor. 5 -1.16 ADDENDA -- The Engineer may issue addenda to the contract documents during the period of advertising for bids, for the purpose of: (a) revising prevailing wage scales or (b) clarifying or correcting Special Provisions, Plans or Bid Proposal. 1 5-11 I Purchasers of contract documents will be notified and furnished copies of such addenda, j either by certified mail or personal delivery during the period of advertising. I 5 -1.17 PROGRESS SCHEDULE -- In accordance with Section 8 -1.04 of the Standard Specifications, the Contractor shall submit a written proposed progress schedule to the Engineer prior to the start of any work with the following exception: Contractor shall be responsible for furnishing form and update of schedule. The written progress schedule ' shall be based on the Critical Path Method (CPM) utilizing a computer program such as Primavera. its 5 -1.18 PRECONSTRUCTION CONFERENCE -- The Contractor and all subcontractors shall meet with representatives of the City before start of construction. Discussion will include Equal Employment Opportunity Requirements, State and Federal Safety Requirements, and Labor Compliance Requirements. The Contractor will be notified regarding the exact time and place of the conference. 5 -1.19 LEGAL RELATIONS AND RESPONSIBILITY -- Legal relations and responsibility shall conform to the Standard Specifications provisions in Section 7 -1.12, "Responsibility of Damage," Section 7 -1.15, "Relief from Maintenance and Responsibility," and these special provisions. 5 -1.20 WATER CONSERVATION -- Attention is directed to the various sections of the Standard Specifications and these special provisions which require the use of water for the construction of this project. Attention is also directed to the provisions of Section 7, "Legal Relations and Responsibility," of the Standard Specifications with regards to the Contractor's responsibilities for public convenience, public safety, preservation of property and responsibility for damage. Nothing in this section "Water Conservation" shall be construed as relieving the Contractor from furnishing an adequate supply of water required for the proper construction of this project in accordance with the Standard Specifications or these special provisions or _ relieving the Contractor from the legal responsibilities defined in said Section 7. The Contractor shall, whenever possible and not in conflict with the above requirements, minimize the use of water during construction of the project. Watering equipment shall be kept in good working order; water leaks shall be repaired promptly; and washing of equipment, except when necessary for safety or for the protection of equipment, shall be discouraged. I I 5 -1.21 RELATIONS WITH CALIFORNIA DEPARTMENT OF FISH AND GAME -- A portion of this project is located within the jurisdiction of the California Department of Fish and Game. �{ An agreement (No. 5- 014 -94) regarding a stream or lake has been entered into by the City ` of Newport Beach and the Department of Fish and Game. The Contractor shall fully inform itself of the requirements of this agreement as well as all rules, regulations, and conditions that may govern its operations in said area and shall conduct its operations accordingly. Copies of the agreement may be obtained or inspected at the City of Newport Beach, l Public Works Department, 3300 Newport Boulevard, Newport Beach, California 92658, ` (714) 644 - 3311. 7 1. All work is to be confined to the area described in the work plans. ■ 5 -12 1 11 2. Disturbance or removal of vegetation shall not exceed the minimum necessary to complete operations. The disturbed portions of the stream channel within the high water mark of the stream shall be restored to as near their original condition as possible. Attention is directed to Sections 7 -1.01, "Laws to be Observed," 7- 1.01G, "Water Pollution," and 7 -1.12, "Responsibility for Damage," of the Standard Specifications. Attention is also directed to Section 5 -1.27, 'Business Licenses and Permits," of these ■ specifications. Any modifications to the agreement between the City of Newport Beach and the Department of Fish and Game which are proposed by the Contractor shall be submitted in writing to the Engineer for transmittal to the Department of Fish and Game for their consideration. When the Contractor is notified by the Engineer that a modification to the agreement is under consideration, no work will be allowed which is inconsistent with the proposed Imodification until the Agencies take action on the proposed modifications. Compensation 5 -13 3. Restoration shall include the revegetation of stripped or exposed area with vegetation native to the area. 4. Rock, riprap, or other erosion protection shall be placed as directed by the Engineer, in areas where vegetation cannot reasonably be expected to become reestablished. 5. No equipment shall be operated in live stream channels. 6. Equipment shall not be operated in wetted areas outside the limits of ' construction. 7. Wash water containing mud or silt from aggregate washings or other operation shall not be allowed to enter the flowing stream. 8. No debris, soil, silt, sand, bark, slash, sawdust, rubbish, cement or concrete or washings thereof, oil or petroleum products or other organic or earthen material from any construction or associated activity of whatever nature shall be allowed to enter into or placed where it may be washed by rainfall or runoff into waters of the state. When operations are completed, any excess materials or debris shall be removed from the work area. No rubbish shall be deposited within 150 feet of the high water mark of any stream. It is unlawful for any person to substantially divert or obstruct the natural flow or substantially change the bed, channel, or bank of any stream, river, or lake without first notifying the Department of Fish and Game, unless the project or activity is noticed and constructed in accordance with all conditions imposed under Fish and Game Code Section >I 1601. Attention is directed to Sections 7 -1.01, "Laws to be Observed," 7- 1.01G, "Water Pollution," and 7 -1.12, "Responsibility for Damage," of the Standard Specifications. Attention is also directed to Section 5 -1.27, 'Business Licenses and Permits," of these ■ specifications. Any modifications to the agreement between the City of Newport Beach and the Department of Fish and Game which are proposed by the Contractor shall be submitted in writing to the Engineer for transmittal to the Department of Fish and Game for their consideration. When the Contractor is notified by the Engineer that a modification to the agreement is under consideration, no work will be allowed which is inconsistent with the proposed Imodification until the Agencies take action on the proposed modifications. Compensation 5 -13 for delay will be determined in accordance with Section 8 -1.09, "Right of Way Delays," of I the Standard Specifications. The provisions of this section shall be made a part of every subcontract executed pursuant to this contract. Any modifications to any agreement between the City of Newport Beach and the Department of Fish and Game will be fully binding on the Contractor, and the provisions of this section shall be made a part of every subcontract executed pursuant to this contract. 5 -1.22 RELATIONS WITH CALIFORNIA REGIONAL WATER QUALITY CONTROL BOARD The grading within unnamed watercourses tributary to Newport Harbor is within an area controlled by the Regional Water Quality Control Board. Regional Water Quality Control Board General Permit No. CAS000002 has been issued covering work to be performed under this contract. The Contractor shall fully inform itself of all rules, regulations and conditions that may govern its operations in said area and shall conduct its work accordingly. Copies of the General Permit may be obtained or inspected at the City of Newport Beach, Public Works Department, 3300 Newport Boulevard, Newport Beach, California 92658, (714) 644 -3311. Attention is directed to Sections 7 -1.11, "Preservation of Property," and 7 -1.12, "Responsibility for Damage," of the Standard Specifications. Attention is also directed to Section 5 -1.27, "Business License and Permits," of these specifications. The Contractor's attention is directed to the following conditions which are among those established by the Regional Water Quality Control Board in their General Permit for this project: 1. Notification of dewatering activities prior to start of project 2. Monitoring of the discharge from dewatering 3. Report monthly on dewatering waste constituent concentrations Attention is directed to Section 8 -1.06, "Time of Completion," of the Standard Specifications. Days when the Contractor's operations are restricted by the requirements of this section, shall not be considered to be nonworking days whether or not the controlling operation is delayed. 5 -1.23 RELATIONS WITH UNITED STATES ARMY CORPS OF ENGINEERS -- A portion of this project is located within the jurisdiction of the U.S. Army Corps of Engineers. A permit has been issued by the U.S. Army Corps of Engineers to City of Newport Beach for this project. The Contractor shall fully inform itself of the requirements of this permit as well as all rules, regulations, and conditions that may govern its operations in said area and shall conduct its operations accordingly. Copies of the permit may be obtained or inspected at the City of Newport Beach, Public Works Department, 3300 Newport Boulevard, Newport Beach, California 92658, (714) 644 -3311. 5 -14 1 I Attention is directed to Sections 7 -1.01, "Laws to be Observed ", 7- 1.01G, "Water Pollution," and 7 -1.12, "Responsibility for Damage," of the Standard Specifications. Attention is also directed to Section 5 -1.27, "Business License and Permits," of these specifications. The provisions of this section shall be made a part of every subcontract executed pursuant to this contract. 5 -1.24 BUSINESS LICENSES AND PERMITS -- The Contractor's attention is directed to Subsection 7 -1.04 of the Standard Specifications and the Supplemental Standard 1 Provisions regarding business license, permit and construction water. The Contractor shall obtain the following permits: Irvine Company Right of Entry Permit - Upon execution of the contract documents and prior to the start of any construction, the Contractor shall obtain a right of entry permit from The Irvine Company for work associated with the stockpiling of excavated material and for the placement of roadside signs. The City has arranged for a permit with the Irvine Company and will assist the Contractor in obtaining the permit. 1 City obtained permits: California Regional Water Quality Control Board (CRWQCB) Permit - The Contractor will be required to comply with the requirements of the CRWQCB for dewatering /wastewater discharge from construction projects. California Department of Fish and Game Permit - The City has obtained a permit from the Department of Fish and Game for this project. The Contractor will be required to make itself aware of and shall comply with the conditions of this permit. United States Army Corps of Engineers Permit - The City has obtained a permit from the ACOE for this project. The Contractor will be required to make itself aware of and shall Icomply with the conditions of this permit. 5 -1.25 ARCHAEOLOGICAL /PALEONTOLOGICAL RESOURCES -- Prior to the issuing of a grading permit, an archaeologist certified by Orange County shall be retained by the City to monitor the grading throughout the project area. The archaeologist shall be present at the pre - grading conference, at which time monitoring procedures will be established, including procedures for halting or redirecting work to permit the assessment and possible salvage of unearthed cultural material. 1 A pre -grade reconnaissance of the area shall be made by a qualified paleontologist retained by the City to assess whether any significant fossils currently are exposed. Any fossils observed and deemed significant shall be salvaged. ' A qualified paleontologist shall be retained by the City to monitor and, if necessary, salvage scientifically significant fossil remains. i 1 5 -15 The paleontologist shall have the power to temporarily divert or direct grading efforts to allow the evaluation and any necessary salvage of exposed fossils. No additional compensation will be paid to the Contractor as a result of diverting or adjusting grading operations to accommodate the work of the paleontologist. Monitoring shall be on a full -time basis during grading in geologic units of high paleonotologic sensitivity because of the number of recorded localities directly impacted and those exposed very near the project. Paleontologic monitoring in units of moderate sensitivity requires part -time monitoring. Should significant fossils be observed during grading in these units, then full -time monitoring may be required. All collected fossils shall be donated to the Orange County Natural History Foundation, on a first right of refusal basis. A final report summarizing findings, including an itemized inventory and contextual strategraphic data, shall accompany the fossils to the designated repository, with an additional copy sent to the City of Newport Beach. 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 involved and no additional compensation will be allowed therefor. 5 -1.26 HAZARDOUS WASTE /MATERIALS -- Although none are anticipated, if unknown waste /materials or an underground tank that the Contractor believes may involve hazardous waste /materials are discovered during construction, the Contractor shall: 1. Immediately stop work in the vicinity of the suspected containment, remove workers and the public from the area; 2. Notify the City Engineer; 3. Secure the area as directed by the City Engineer. Any identified hazardous waste /materials shall be handled and disposed of in the manner specified by the State of California Hazardous Substances Control Law (Health and Safety Code Division 20, Chapter 6.5) standards established by the California Department of Health Services, Office of Statewide Health Planning and Development, and according to the requirements of the California Administrative Code, Title 30, Chapter 22. 5 -16 SECTION 6. (BLANK) I I I I n I I L I n I I 1 6 -1 I I I I I I �J I 1 I I I I I I I I SECTION 7. (BLANK) 7_, i SECTION 8. MATERIALS i SECTION 8 -1 MISCELLANEOUS 8 -1.00 BUY AMERICA REQUIREMENTS -- Attention is directed to the 'Buy America" requirements of the Surface Transportation Assistance Act of 1982 (Section 165) and the regulations adopted pursuant thereto. In accordance with said law and regulations, all manufacturing processes for steel materials furnished for incorporation into the work on this project shall occur in the United States. ' A Certificate of Compliance, conforming to the provisions in Section 6 -1.07, "Certificates of Compliance," of the Standard Specifications, shall be furnished for steel materials, other than 0.6 inch strand prestressing steel. The certificates, in addition to verifying that the materials comply with the specifications, shall also specifically certify that all manufacturing processes for the materials occurred in the United States. The requirements imposed by said law and regulations do not prevent minimal use of foreign steel materials if the cost of such materials used does not exceed one -tenth of one percent (0.1 %) of the total contract cost or 52,500, whichever is greater. The Contractor shall furnish the Engineer acceptable documentation of the quantity and value of any foreign steel prior to incorporating such materials into the work. 8 -1.01 GENERAL -- Attention is directed to Section 6 "Control of Materials," of the Standard Specifications and these special provisions. 8 -1.02 SLAG AGGREGATE -- Aggregate produced from slag resulting from any steel- making process or from air - cooled iron blast furnace slag shall not be used on this project. 8 -1 8 -1.03 TESTING -- Whenever a reference is made in the specifications to any of the California Test numbers specified below the corresponding ASTM Designation or AASHTO Designation test numbers may be used to determine the quality of materials. California Test ASTM Designation AASHTO Designation 216 D 1557 T 180 231 D 2922 T 238 203 D 422 T 88 204 D 4318 T 89 (a) T 90 (b) ' 504 C 231 T 152 518 C 138 T 121 521 C 39 T 22 523 C 293 (c) T 177 (c) C 78 (d) T 97 (d) 533 C 360 - - - - -- 211 C 131 (e) T 96 (f) C 535 (g) - - - - -- Notes: (a) Determining the Liquid Limits of Soils (b) Determining the Plastic Limit and Plasticity Soils of 8 -1 (c) Flexural Strength of Concrete (Using Simple Beam with Center Point Loading) (d) Flexural Strength of Concrete (using Simple Beam with Third Point Loading) (e) Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion Impact in the Los Angeles Machine (f) Resistance to Abrasion of Small -Size Coarse Aggregate , by Use of the Los Angeles Machine (g) Resistance to Degradation of Large -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine , 8 -1.04 MEASUREMENT OF QUANTITIES -- Attention is directed to the provisions in Section 9 -1.01, "Measurement of Quantities," of the Standard Specifications and these , special provisions. Within the limits of the project or at the plant site, the Contractor shall provide a vehicle platform scale of sufficient weighting capacity to check full production sized batches from all proportioning scales to be used in producing materials for the project. Such vehicle scale shall conform to the in said Section 9 -1.01. platform provisions Full compensation for furnishing and operating the vehicle platform scale required to check proportioning scales shall be considered to be included in the contract prices paid for the various contract items of work requiring the proportioning scales and no separate payment will be made therefor. 8 -1.05 ENGINEERING FABRICS -- Engineering fabrics shall conform to the requirements in Section 88, "Engineering Fabrics," of the Standard Specifications as revised as follows: ASTM Designations: D 1910 is amended to read ASTM Designation: D 3776 ASTM Designations: D 1117 and D 1682 are amended to read ASTM Designations: D 4632. All rock slope protection fabric for this project shall be ultraviolet ray (UV) protected. I 8 -1.06 PREQUALIFIED AND TESTED SIGNING AND DELINEATION MATERIALS -- Caltrans maintains a trade name list of approved prequalified and tested signing and delineation materials and products. Approval of prequalified and tested products and materials shall not preclude the Engineer from sampling and testing any of the signing and delineation materials or products at any time. Said listing of approved prequalified and tested signing and delineation materials and products cover the following: J h 8 -2 1 None of the above listed signing and delineation materials and products shall be used in the work unless such material or product is listed on the Caltrans List of Approved Traffic Products. A Certificate of Compliance shall be furnished as specified in Section 6 -1.07, "Certificates of Compliance," of the Standard Specifications for signing and delineation materials and products. Said certificate shall also certify that the signing and delineation material or product conforms to the prequalified testing and approval of the Department of Transportation, Division of Traffic Operations and was manufactured in accordance with the approved quality control program. I Materials and products will be considered for addition to said approved prequalified and tested list if the manufacturer of the material or product submits to the Division of Traffic Operations a sample of the material or product. The sample shall be sufficient to permit 1 performance of all required tests. Approval of such materials or products will be dependent upon a determination as to compliance with the specifications and any test the Department may elect to perform. The following is a listing of approved prequalified and tested signing and delineation materials and products: PAVEMENT MARKERS, PERMANENT TYPE Reflective pavement markers Apex (4x4) Ray- O -Lite, Models SS, RS, and AA (4x4) Stimsonite 88 (4x4) Reflective pavement markers with abrasion resistant surface Stimsonite 911 (4x4) Stimsonite 944 SB (2x4) - formerly model 947 Stimsonite 948 (2.3x4.7) ' Non - reflective pavement markers for use with epoxy or bituminous adhesive Apex Universal, Ceramic 1 Ferro Corporation, Permark (ceramic) Highway Ceramics Inc., Ceramic Safety Signs Inc. "Safety Dot" Model SD4 (Polyester) ITraffic Control Signs Co., Titan, TM40W /Y (Polyester) 8 -3 MATERIALS and PRODUCTS Temporary pavement markers Striping and pavement marking tape Pavement markers, reflective and non - reflective Flexible Class 1 delineators and channelizers Railing and barrier delineators I Sign sheeting and base materials Reflective sheeting for barricades ' Reflective sheeting for channelizers Reflective sheeting for markers and delineators Reflective sheeting for traffic cone sleeves None of the above listed signing and delineation materials and products shall be used in the work unless such material or product is listed on the Caltrans List of Approved Traffic Products. A Certificate of Compliance shall be furnished as specified in Section 6 -1.07, "Certificates of Compliance," of the Standard Specifications for signing and delineation materials and products. Said certificate shall also certify that the signing and delineation material or product conforms to the prequalified testing and approval of the Department of Transportation, Division of Traffic Operations and was manufactured in accordance with the approved quality control program. I Materials and products will be considered for addition to said approved prequalified and tested list if the manufacturer of the material or product submits to the Division of Traffic Operations a sample of the material or product. The sample shall be sufficient to permit 1 performance of all required tests. Approval of such materials or products will be dependent upon a determination as to compliance with the specifications and any test the Department may elect to perform. The following is a listing of approved prequalified and tested signing and delineation materials and products: PAVEMENT MARKERS, PERMANENT TYPE Reflective pavement markers Apex (4x4) Ray- O -Lite, Models SS, RS, and AA (4x4) Stimsonite 88 (4x4) Reflective pavement markers with abrasion resistant surface Stimsonite 911 (4x4) Stimsonite 944 SB (2x4) - formerly model 947 Stimsonite 948 (2.3x4.7) ' Non - reflective pavement markers for use with epoxy or bituminous adhesive Apex Universal, Ceramic 1 Ferro Corporation, Permark (ceramic) Highway Ceramics Inc., Ceramic Safety Signs Inc. "Safety Dot" Model SD4 (Polyester) ITraffic Control Signs Co., Titan, TM40W /Y (Polyester) 8 -3 Non - reflective pavement markers for use with only bituminous adhesive Edco, Models A 1107 and AY 1108 (ABSI Valterra Products - P20 -2000W and P20 -2001 Y (ABS) PAVEMENT MARKERS, TEMPORARY TYPE Temporary pavement markers for long term day /night use (6 months or less) Astro Optics Model TPM (4x4) Flex- O -Lite Model RCM (4x4) Stimsonite 66 (4x4) Stimsonite 66GB (Grabber Bottom) (4x4) Swareflex 3557/3558 (4x4) Temporary pavement markers for short term day /night use (14 days or less) Astro Optics Model TPM (4x4) Davidson T.O.M. (Flexible) Flex- O -Lite Model (RCM) (4x4) Stimsonite Model 66 (4x4) Stimsonite 66GB (Grabber Bottom) 14x4) Swareflex Model 3002/3004 (4x4) Swareflex Model 3557/3558 (4x4) Valterra Products 128011281 Series (Flexible) with Ref lexite PC -1000 Sheeting 3M Scotch -Lane A200 Pavement Marking System Temporary pavement markers for short term day /night use (14 days and less) at seal coat locations Davidson T.R.P.M. with Reflexite PC -1000 Sheeting Valterra Products - 1280/1281 Series with Ref lexite PC -1000 Sheeting STRIPING AND PAVEMENT MARKING MATERIAL Permanent traffic striping and pavement marking tape Brite -Line Series 1000 Swarco Industries "Director" 3M Stamark Brand Pliant Polymer Grade Series 350, 380, A420, A440 and 5730 3M Stamark Brand Bisymmetric 1.75 Grade Series 5750 (For use on low volume roadways only) Temporary removable construction grade striping and pavement marking tape Advanced Traffic Marking ATM Series 200 Brite -Line Series 100 3M Stamark Brand, Detour Grade, Series 5710 Swarco Industries "Director 2" Temporary non - removable construction grade striping tape Swarco Industries "Visa- Line" 3M Scotch Lane Brand Construction Grade, Series 5160/5161 and 5360/5361 RM, .1 CHANNELIZERS Surface mount type (36 ") Carsonite "Survivor" Model SMD -353 Carsonite "Super Duck" (Flat SDF- 436)(Round SDR -336) Carsonite Super Duck II "The Channelizer" FlexStake Surface Mount H -D The Line Connection "Dura- Post" Repo Models 300 and 400 Safe -Hit Guide Post with glue down base (SH236SMA) TYPE "K" SERIES OBJECT MARKER (18 ") Carsonite Models SMD 615 and SMD 615 -A Repo Models 300 and 400 Safe -Hit Model SH718SMA TYPE "K -4" OBJECT MARKER, (24 ") Carsonite Super Duck II The Line Connection "Dura- Post" Repo Models 300 and 400 Safe -Hit CONCRETE BARRIER DELINEATOR Impactable Type All West Plastics "Flexi -Guide 235" Duraflex Corp. "Flexi 2020" Davidson Portable Concrete Barrier Marker (PCBM -12) Reflexite Barrier Mount Delineator (Models 661 -662) Non - impactable Type Astro- Optics JD Series Stimsonite 967 EN CLASS 1 DELINEATORS One -piece driveable flexible type (48 ") All West Plastics "Flexi -Guide 400" Carsonite Curve -Flex CFRM -400 Carsonite Roadmarker CRM -375 FlexStake H -D I Polyform, Inc., Wista -Flex" CHANNELIZERS Surface mount type (36 ") Carsonite "Survivor" Model SMD -353 Carsonite "Super Duck" (Flat SDF- 436)(Round SDR -336) Carsonite Super Duck II "The Channelizer" FlexStake Surface Mount H -D The Line Connection "Dura- Post" Repo Models 300 and 400 Safe -Hit Guide Post with glue down base (SH236SMA) TYPE "K" SERIES OBJECT MARKER (18 ") Carsonite Models SMD 615 and SMD 615 -A Repo Models 300 and 400 Safe -Hit Model SH718SMA TYPE "K -4" OBJECT MARKER, (24 ") Carsonite Super Duck II The Line Connection "Dura- Post" Repo Models 300 and 400 Safe -Hit CONCRETE BARRIER DELINEATOR Impactable Type All West Plastics "Flexi -Guide 235" Duraflex Corp. "Flexi 2020" Davidson Portable Concrete Barrier Marker (PCBM -12) Reflexite Barrier Mount Delineator (Models 661 -662) Non - impactable Type Astro- Optics JD Series Stimsonite 967 EN REFLECTIVE SHEETING FOR CHANNELIZERS, MARKERS, AND DELINEATORS 3M High Intensity Reflexite PC 1000 (Metalized Polycarbonate) Reflexite AP -1000 (Metalized Polyester) Seibulite ULG (Ultralite Grade) REFLECTIVE SHEETING FOR BARRICADES Type II Reflective Sign Sheeting American Decal Adcolite Avery - Fasson 1500/1600 Seibulite EG 3M - Scotchlite REFLECTIVE SHEETING FOR TRAFFIC CONE SLEEVES Reflexite Vinyl SIGNING MATERIALS Reflective Sign Sheeting, Type IIIA (High Performance) Seibulite Brand "Ultralite" Series 700 and 800 3M High Intensity Reflective Sign Sheeting, Type IV Reflexite Vinyl (Roll -Up) Sign Substrate for construction area signs Aluminum Fiberglass Reinforced Plastic (FRP) Sequentia ( "Polyplate ") 8 -1.07 CITY - FURNISHED MATERIALS -- Attention is directed to Section 6 -1.02, "State - Furnished Materials," of the Standard Specifications and these special provisions. The following materials will be furnished to the Contractor: Construction project funding identification signs. 8 -2 CONCRETE 8 -2.01 COMPRESSIVE STRENGTH -- The fourth paragraph of Section 90 -9.01, "General," of the Standard Specifications is amended to read: When concrete is designated by 28 -day compressive strength rather than be cement content, the concrete strength to be used as a basis for acceptance of other than steam cured - conformance with Method I of California Test 540. If the results of any one or more of the 28 -day strength tests are below the specified strength, the Contractor shall, at its expense, make corrective changes, subject to approval of the Engineer, in the mix proportions or in the concrete fabrication procedures, before W. placing additional concrete, and shall pay to the City of Newport Beach $10.00 for each in place cubic yard of concrete represented by the deficit tests. If the results of any one or more of the 28 -day strength tests fall below 95 percent of the specified strength, the Contractor shall make the aforementioned corrections, and shall pay to the City of Newport Beach $15.00 for each in place cubic yard of concrete represented by the deficient tests. In additions, such corrective changes shall be made when the compressive strength of concrete tested at 7 days indicates, in the judgment of the Engineer, that the concrete will not attain the required compressive strength at 28 days. No single 28 -day strength test shall represent more than 300 cubic yards. 8 -2.02 AGGREGATES -- Section 90 -2.02, "Aggregates," of the Standard Specifications is amended by adding the following paragraph: If the aggregate is found to be "deleterious" or "potentially deleterious" when tested in accordance with ASTM Designation: C 289, mineral admixtures Class N or Class F will be required in the manufacture of concrete containing such aggregate. The use of mineral admixture shall conform to the requirements in Section 90 -4.06, "Required Use of Mineral Admixtures." 8 -2.03 CURING COMPOUND -- The seventh paragraph of Section 90-7.01B, "Curing Compound Method," of the Standard Specifications is amended to read: Curing compounds (1), (2), and (3) listed above shall be applied at a nominal rate of one gallon per 200 square feet. Curing compound (4) shall be applied at a nominal rate of one gallon per 250 square feet. Curing compounds (5) and (6) shall be applied at a nominal rate of one gallon per 150 square feet. Curing compounds (7) and (8) when specified shall be applied at the rate specified. 8 -3 EPDXY 8 -3.01 EPDXY ADHESIVE FOR PAVEMENT MARKERS -- The following changes are made to Section 95 -2.04, "Rapid Set Epoxy Adhesive for Pavement Markers," of the Standard Specifications: 1. The State Specification number is changed to 8040 -21 M -07. 2. The ingredient Fibrillated Polyethylene is changed to Oleophilic Fumed Silica and the parts by weight are changed to 4.50' for Component A and 3.50" for Component B. 3. Glycerine is deleted from Component A. 4. The parts by weight in Component B for talc is changed to 52.00 and for Silicone Anti -foam, 0.005. lE 5. The footnote that is designated by an asterisk ( *) is amended to read as follows: *A range of 4.00 to 5.00 parts is permitted in the A Component and 3.00 to 4.00 parts in the B Component, to achieve the required viscosity and thixotrophy. Small preparation batches should be made to determine the oleophilic silica level best suited for the manufacturing equipment used. 6. The footnote 4 is amended to read: 4High purity fumed silica, surface treated with a silicone oil, with the following properties: Appearance, fluffy white powder; surface area, NA.E.T. method 70 ±15 M2 /gram: pH, 4 grams dispersed in 100 mis of 20/80 volume mixture of ethyl alcohol and distilled water, 4.7; weight % carbon, 5.0 minimum; ignition loss (dry basis) 2 hours at 10000C., 6 to 7; specific gravity, 1.8. 7. Under tests: (1) is amended to read: (1) Brookfield Viscosity, Helipath Spindle TE at 5 rpm, Poise at 77 °F. Component A and Component B - - -- 3,000 to 4,000; (2) is revised by deleting "at 77 °F. "; (3) is revised by changing 11.75 to 11.90 under both components; (4) requirements is changed to read: "shall match curves on file at the Transportation Laboratory." Characteristics of Combined Components is amended by adding: (5) Sag Test ** No Sag * *A 7 inch long by 2 -1/2 inch wide by 1/4 inch thick layer of mixed adhesive is applied to the glazed face of Leneta Chart, Form 2 -A opacity, surface leveled with thickness controlled by 1/4 inch thick shims. Remove shims and immediately hang chart vertically until epoxy hardens. Test performed at 77 °F. The following changes are made to Section 95 -2.05, "Standard Set Epoxy Adhesive for Pavement Markers," of the Standard Specifications: a. The State Specification number is changed to 8040 -21 M -09. b. The ingredient Fibrillated Polyethylene is changed to Oleophilic Fumed Silica and the parts by weight are changed to 6.50* for Component A and 6.50* for Component B. C. The parts of weight of talc are changed to 34.00 for component A. d. The ingredient, Silicone Anti -foam, is deleted from Component A. e. The parts by weight of N- Aminoethyl Piperazine in Component B is changed to 23.20. 8 -8 , FJ [] I I 'I J I I I I f. The footnote 3 is amended to read: 3High purity fumed silica, surface treated with a silicone oil, with the following properties: Appearance, fluffy white powder; surface area, NZB.E.T. method 70 ±15 M2 /gram; pH, 4 grams dispersed in 100 mis of 20/80 volume mixture of ethyl alcohol and distilled water, 4.7; weight % carbon, 5.0 minimum; ignition loss (dry basis) 2 hours at 1000 1C., 6 to 7; specific gravity, 1.8. g. The footnote that is designated by an asterisk ( *) is amended to read as follows: *A range of 6.00 to 7.00 parts is permitted in the A Component and B Component, to achieve the required viscosity and shear ratio. h. Under tests: (1) is amended to read: (1) Brookfield Viscosity, Helipath Spindle TE at 5 rpm, Poise at 77 °F. Component A and Component B - - -- 3,000 to 4,000; (2) is revised by deleting "at 77 °F. "; (3) is revised by changing 11.75 to 11.90 under both components; (4) requirements is changed to read: "shall match curves on file at the Transportation Laboratory." Characteristics of Combined Components is amended by adding: (5) Sag Test ** No Sag * *A 7 inch long by 2 -1/2 inch wide by 1/4 inch thick layer of mixed adhesive is applied to the glazed face of Leneta Chart, Form 2 -A opacity, surface leveled with thickness controlled by 1/4 inch thick shims. Remove shims and immediately hang chart vertically until epoxy hardens. Test performed at 77 °F. 1 8 -9 SECTION 9. DESCRIPTION OF WORK The work under this contract shall consist of furnishing all labor, materials, vehicles, tools, machinery, equipment, etc. necessary to construct the widening and realignment of ' MacArthur Boulevard. The project will include grading, pavement removal and reconstruction, temporary pavement, curb, curb and gutter, sidewalk, drainage improvements, water and sewer main improvements, traffic signals, street lights, striping and signing, landscaping and irrigation, retaining walls, traffic control and appurtenant work, all as shown on the plans prepared by Robert Bein, William Frost & Associates, providing qualified supervision and all other items necessary to provide complete improvements to the satisfaction of the City of Newport Beach, California State Department of Transportation, and the Engineer. I I d �J I I I 11 I 1 9 -1 Such items and details not mentioned herein that are required by the plans, Standard Specifications, these Special Provisions, or any addendas or clarifications shall be furnished, placed, installed or performed. The cost of all work shown in the plans and required by the specifications but not specifically identified as a bid item or described within a bid item shall be included in related bid items, and no additional compensation shall become due to the Contractor by nature of compliance with the plans and specifications. I I d �J I I I 11 I 1 9 -1 The Contractor shall coordinate its work with other contractors performing work adjacent to this project. Construction operations for Segment 2 of the MacArthur Boulevard widening project will join the northerly limits of the Segment 1 portion, currently under construction and anticipated to be complete by July, 1997. Existing drainage facilities and water services shall be maintained in good working order until new facilities have been constructed and are operational Prior to commencement of construction for any new storm drain facility, the Contractor shall pothole all existing storm drain lines (shown to be protected in place) in order to verify invert elevations. Within the first ten (10) working days after being issued a notice to proceed, the Contractor shall pothole each location where a storm drain pipe or related structure presents a possible conflict with existing underground electrical conduits or vaults. The Contractor shall notify the Engineer immediately in the event of a discrepancy between the elevations shown on the plans and the potholed elevations determined in the field. Attention is directed to "Maintaining Traffic ", "Maintaining Existing and Temporary Electrical Systems ", and "Temporary Pavement Delineation" of these special provisions and to the stage construction sheets of the plans. 1 10 -1 SECTION 10 CONSTRUCTION DETAILS SECTION 10 -1 GENERAL 10 -1.00 CONSTRUCTION PROJECT FUNDING IDENTIFICATION SIGNS -- Before any major physical construction work readily visible to highway users is started on this contract, the Contractor shall erect two (2) Construction Project Funding Identification Signs furnished by the City at the locations designated by the Engineer. The signs shall be kept clean and in good repair by the Contractor. Upon completion of the work, the signs shall be removed and returned to the City. Full compensation for picking up signs from the City, erecting, maintaining, removing and returning to the City the construction project funding identification signs shall be considered as included in the contract lump sum price paid for construction area signs and no additional compensation will be allowed therefor. 10 -1.01 ORDER OF WORK -- Order of work shall conform to the provisions in Section 5 -1.05, "Order of Work," of the Standard Specifications and these special provisions. Attention is directed to "Water Pollution Control" of these special provisions. The uppermost layer (surface course) of new pavement shall not be placed until all other work is completed (except landscaping and final pavement delineation). Prior to commencement of the traffic signal functional test at any location, all items of work related to signal control shall be completed and roadside signs and all pavement j delineation and pavement markings shall be in place at that location, unless directed otherwise by the Engineer. The Contractor shall coordinate its work with other contractors performing work adjacent to this project. Construction operations for Segment 2 of the MacArthur Boulevard widening project will join the northerly limits of the Segment 1 portion, currently under construction and anticipated to be complete by July, 1997. Existing drainage facilities and water services shall be maintained in good working order until new facilities have been constructed and are operational Prior to commencement of construction for any new storm drain facility, the Contractor shall pothole all existing storm drain lines (shown to be protected in place) in order to verify invert elevations. Within the first ten (10) working days after being issued a notice to proceed, the Contractor shall pothole each location where a storm drain pipe or related structure presents a possible conflict with existing underground electrical conduits or vaults. The Contractor shall notify the Engineer immediately in the event of a discrepancy between the elevations shown on the plans and the potholed elevations determined in the field. Attention is directed to "Maintaining Traffic ", "Maintaining Existing and Temporary Electrical Systems ", and "Temporary Pavement Delineation" of these special provisions and to the stage construction sheets of the plans. 1 10 -1 The work shall be performed in conformance with the stages of construction shown on the plans. The Contractor shall first perform all work outside the limits of the existing travel lane(s) that will not require implementation of the Stage 1 traffic handling plan. Except as otherwise specified elsewhere in these special provisions, nonconflicting work in subsequent stages may proceed concurrently with work in preceding stages, provided satisfactory progress, as determined by the Engineer in the field, is maintained in said preceding stages of construction. Temporary crash cushions, temporary railing (Type K), barricades, delineators and construction area signs where shown on the stage construction plans, shall be in place prior to beginning work. The first order of work shall be to: Construct the retaining wall on the easterly side of MacArthur Boulevard. 2. Construct the wildlife crossing. 3. Construct all items within the area between 12' from the existing traveled lanes and the right -of -way on both sides of MacArthur. 4. Pothole proposed traffic signal mast -arm standard foundations to verify that no utility conflicts exist prior to ordering, relocating, or manufacturing the proposed traffic signal standards. See Section 86 -1.03, "Equipment List and Drawings ", for equipment and materials for traffic signals to be installed. See Section 10 -3.03, "Standards, Steel Pedestals and Posts ", of these special provisions for special 29 -5 -80 signal standards. 5. Pothole for possible conflicts between storm drains and existing underground lines, especially electrical conduits and vaults. Attention is directed to Section 4 - "Beginning of Work, Time of Completion, Liquidated Damages and Partnering" of these specifications regarding the number of working days. The Contractor shall comply with the following general order of work: 1.1 Furnish and install construction area signs and install City furnished Construction Project Funding Identification Signs. , 1.2 Construct temporary A.C. pavement on the westerly side of MacArthur Boulevard. Stage 2 2.1 Construct portions of the ultimate structural section on northbound MacArthur Boulevard from the southerly project limit to Ste. 158 +00. I 10 -2 1 2.2 Construct the ultimate structural section (ultimate travel -way width) on northbound MacArthur Boulevard from Sta. 158 +00 to the northerly project limit. 2.3 Construct temporary A.C. pavement adjacent to the ultimate structural section on the easterly side of MacArthur Boulevard between the southerly project limit and 193 +00. Stage 3 3.1 Construct portions of the ultimate southbound roadway improvement on MacArthur Boulevard from the southerly project limit to Ste. 156 +60. 3.2 Construct the ultimate southbound roadway improvements including the median and median curb and gutter on MacArthur Boulevard from Sta. ' 156 +00 to the northerly project limit. Stage 4 ' At the end of each working day if a difference in excess of 0.15 -foot exists between the elevation of the existing pavement and the elevation of any excavation within 6 feet of the traveled way, material shall be placed and compacted against the vertical cuts adjacent to the traveled way. During excavation operations, native material may be used for this purpose, however, once the placing of the structural section commences, structural material shall be used. The material shall be placed to the level of the elevation of the top of existing pavement and tapered at a slope of 4:1 or flatter to the bottom of the excavation. Treated base shall not be used for the taper. Full compensation for placing the 1 10 -3 4.1 Close MacArthur Boulevard between San Joaquin Hills Boulevard and Ford Road, one evening between 9:00 p.m. and 4:30 a.m. and construct the ultimate roadway improvements on northbound and southbound MacArthur ' Boulevard between the southerly project limit and 161 +31.65 and construct variable a.c. overlay for northbound and southbound MacArthur Boulevard. 4.2 Construct the median and median curb and gutter on MacArthur Boulevard from the southerly project limit to Sta. 161 +31.65 and from Sta. 191 + 78 to the northerly project limits by closing adjacent lane (S). 4.3 Remove temporary A.C. pavement and construct the curb and gutter and sidewalk on the easterly side of MacArthur Boulevard from the southerly project limit to Sta. 193 +00. Stage 5 (Final) 5.1 Construct uppermost (surface course) A.C. paving layer for all roadway improvements and install ultimate pavement delineation and signing. Install ultimate raised pavement markers two (2) weeks after final paving. Prior to the end of each working day, the Contractor shall perform a test drive in all directions to ensure that all traffic control devices are in place and in good working condition. ' At the end of each working day if a difference in excess of 0.15 -foot exists between the elevation of the existing pavement and the elevation of any excavation within 6 feet of the traveled way, material shall be placed and compacted against the vertical cuts adjacent to the traveled way. During excavation operations, native material may be used for this purpose, however, once the placing of the structural section commences, structural material shall be used. The material shall be placed to the level of the elevation of the top of existing pavement and tapered at a slope of 4:1 or flatter to the bottom of the excavation. Treated base shall not be used for the taper. Full compensation for placing the 1 10 -3 material on a 4:1 slope, regardless of the number of times it is required, and subsequent removing or reshaping of the material to the lines and grades shown on the plans shall be considered as included in the contract price paid for the materials involved and no additional compensation will be made therefor. No payment will be made for material placed in excess of that required for the structural section. Where the roadway is to be widened, the existing pavement shall be restriped and the temporary railing (Type K) in place along the edge of existing pavement prior to beginning excavation for the widening operations. Removal of existing fence and construction of new fence shall be scheduled so that positive access control is maintained at all times. At the option of the Contractor, temporary fence may be used to provide the positive access control. Locations where temporary fence is specifically required are identified in "Temporary Chain Link Fence" elsewhere in these special provisions. The Contractor shall furnish the Engineer with a statement from the vendor that the order for the plants required for this contract, including inspection plants, has been received and accepted by said vendor. The statement shall be furnished not less than 60 days prior to planting the plants. The statement from said vendor shall also include the names, sizes, and quantities of plants ordered and the anticipated date of delivery. The Contractor shall place orders for replacement plants at the appropriate time with the vendor so that roots of the replacement plants are not in a pot -bound condition. The Contractor shall furnish the Engineer with a statement from the vendor that the order for the seed required for this contract has been received and accepted by said vendor. The statement shall be furnished not less than 60 days prior to applying seeds. The statement from said vendor shall also include the names and quantity of seed ordered and the anticipated date of delivery. Unless otherwise shown on the plans or specified in these special provisions, conduits to be jacked or drilled for water line crossovers and sprinkler control crossovers shall be installed prior to the installation of other pipe supply lines. Clearing, grubbing and earthwork operations shall not be performed in areas where existing irrigation facilities are to remain, until such facilities have been checked for proper operation as specified under "Highway Planting and Irrigation Systems," elsewhere in these special provisions. Attention is directed to the requirements specified in Section 20- 5.0276, "Wiring Plans and Diagrams," of the Standard Specifications, regarding submittal of working drawings. 10 -1.02 WATER POLLUTION CONTROL -- Water pollution control shall conform to the requirements in Section 7-1.01G, "Water Pollution," of the Standard Specifications and these special provisions. In addition to the requirements in said Section 7- 1.01G, the Contractor's program to control water pollution shall include adherence to the storm water pollution prevention plan (SWPPP) prepared by the City which is intended to prevent, to the extent feasible, any net increase in pollution of storm water runoff from entering waterways. The storm water 10 -4 pollution prevention plan shall be combined with the water pollution control program submittal. The combined submittal shall include all the requirements in said Section 7-1.01G and the requirements specified herein. I' This project is subject to the requirements of General Permit No. CAS 000002 issued by the State of California Water Resources Control Board. This permit regulates storm water ' discharges associated with construction activities. Attention is also directed to the handbook entitled, "California Storm Water Best Management Practical Plan Handbook," referenced in the project SWPPP. ' Copies of the handbook, with General Permit No. CAS000002 included, may be obtained from the Department of Transportation, Material Operations Branch, Publication Distribution Unit, 1900 Royal Oaks Drive, Sacramento, California 95815, Telephone: (916) 445 -3520. The Contractor shall fully inform itself of the conditions of the General Permit and the ' SWPPP prepared by the City which govern its operations and shall conduct its construction operations accordingly. Specifically, the Contractor shall comply with the General Permit's discharge prohibitions and receiving water limitations. The Contractor shall maintain a copy of the General Permit at the construction site and shall make the permit and plan available to operating personnel during construction activities. The Contractor shall allow authorized agents of the State Regional Water Quality Control ' Board, State Water Resources Control Board, Regional Water Quality Control Board, U.S. Environmental Protection Agency, and local storm water management agency, upon the presentation of credentials and other documents as may be required by law, to: 1. Enter, at reasonable times, upon the construction site and the Contractor's facilities pertinent to the work. I 2. Have access to and copy, at reasonable times, any records that must be kept as specified in the General Permit and the SWPPP. I 3. Inspect, at reasonable times, the construction site and related erosion and sediment control measures. 4. Sample or monitor, at reasonable times, for the purpose of ensuring compliance with the General Permit. Conformance with the requirements of this section shall in no way relieve the Contractor from its responsibilities, as provided in Section 7 -1.11, "Preservation of Property," and Section 7 -1.12, "Responsibility for Damage," of the Standard Specifications. iThe storm water pollution prevention plan includes erosion control measures for all phases of the work. The storm water pollution prevention plan is intended to achieve the objectives of, and satisfy the requirements outlined in Section A of General Permit CAS000002, related to the Contractor's operations for the period of time that the Contractor is responsible for the construction site. 10 -5 The Contractor shall submit to the Engineer an amended water pollution control program whenever there is a change in construction or operations which may affect the discharge of significant quantities of pollutants to surface waters, ground waters, or a municipal separate storm sewer system. The program shall also be amended if it is in violation of any condition of the General Permit. A copy of the storm water pollution prevention plan (SWPPP), together with any revisions, shall be kept at the construction site. The Contractor shall give immediate notice to the Engineer of any planned changes in the construction activity which may result in noncompliance with these special provisions. Full compensation for conforming to the requirements in Section 7-1.01G, "Water Pollution," of the Standard Specifications and these special provisions shall be considered as included in the lump sum price paid for NPDES compliance as shown in the Bid Schedule and no additional compensation will be made therefor. 10 -1.03 TEMPORARY EROSION CONTROL -- Temporary erosion control shall consist of, but not be limited to, constructing such facilities and taking such measures as are necessary to prevent, control, and abate water, mud, and erosion damage to public and private property as a result of the construction of this project. Conformance with the requirements of this section shall in no way relieve the Contractor from its responsibilities, as provided in Section 7 -1.01 G, "Water Pollution," Section 7 -1.11, "Preservation of Property," and Section 7 -1.12, "Responsibility for Damage," of the Standard Specifications. The requirements in said Section 7 -1.016 shall apply to temporary erosion control work. The program for water pollution control to be submitted shall include the Contractor's plans for erosion control measures for all phases of the work. As a minimum, the program shall provide for the following: 1. Protection from rainfall expected from a storm of at least a 2 -year frequency, based on copies of intensity- duration - frequency data for the project area which may be obtained at the office of the District Director of Transportation, District 12, 2501 Pullman Street, Santa Ana, California 92705. 2. The Contractor's plans to control pollution resulting from erosion and siltation on and from the project with each drainage shed or system treated separately. 3. When the use of desilting basins is shown, the program shall include the following information as a minimum: a. A drawing outlining the disturbed area contributing to each proposed desilting basin and indicating the acreage of the disturbed area. b. The capacity, in cubic yards, of each desilting basin to be constructed. The actual capacity of each desilting basin constructed shall be determined by the Contractor and he shall submit to the Engineer the actual field measurements and the calculated capacity of each basin within 5 days following construction of each basin. 10-6 i By October 1 of each year such temporary erosion control features as are necessary to prevent damage during the forthcoming winter season shall be constructed and functioning. If the earthwork in any area has not progressed to a point where all or part of the facilities on the temporary erosion control plans for that area can be constructed, the Contractor shall construct such supplementary temporary erosion control facilities as are necessary to protect adjacent private and public property. Temporary erosion control measures shall include, but not be limited to, the following: ' 1. The Contractor shall conduct its operations in such a manner that storm runoff will be contained within the project or channeled into the storm drain system which serves the runoff area. Storm runoff from one area shall not be allowed to divert to another runoff area. 2. Storm drain systems, toe of slope drains, and outlet structures shall be constructed and operating prior to commencing, or concurrently with placing, an embankment. Temporary downdrains, drainage structures, and other devices shall be provided to channel storm runoff water into the respective permanent storm drain systems during construction. Mud and silt shall be settled out of the storm runoff before said runoff enters the storm drain system. 3. Temporary fills placed against watercourses shall have appropriate protection against erosion at all times. ' 4. Embankment areas, while being brought up to grade and during periods of completion prior to final roadbed construction, shall be protected by various measures to eliminate erosion and the siltation of downstream facilities and ' adjacent areas. These measures may include, but shall not be limited to: temporary downdrains, either in the form of pipes or paved ditches with protected outfall areas; graded berms around areas to eliminate erosion of ' embankment slopes by surface runoff; confined ponding areas to desilt runoff; and temporary check dams in toe of slope ditches to desilt runoff or temporary slope stabilization. 5. Excavation areas, while being brought to grade, shall be protected from erosion and the resulting siltation of downstream facilities and adjacent areas by the use of various temporary erosion control measures. These measures may include, but shall not be limited to: check dams; confined ponding areas to desilt the runoff; and protection, such as sand bags around inlets which have not been brought up to grade. 6. Contour graded areas shall be protected against erosion and the resulting ' siltation of downstream facilities and adjacent areas during grading operations. Various measures may include, but shall not be limited to: the use of graded contour berms to control sheet flow; supplemental grading of ' large areas around temporary or unfinished inlet structures, to provide desilting basins; and temporary ditch paving. 1 1 10 -7 7. From October 1 to May 1: a. During embankment construction, an earth berm or appropriate grading to direct drainage away from the edge of the top of the embankment shall be constructed and maintained on those embankments where earthwork operations are not in progress. b. Special attention will be required to protect areas which have been cleared and grubbed prior to excavation or embankment operations, and which are subject to runoff during the period from October 1 to May 1. Temporary measures may include, but shall not be limited to: temporary desilting basins; contour graded ditches; temporary paved and unpaved ditches; and filter fabric fences to filter silt and sediment from runoff. C. After each storm, desilting basins shall be checked against their design capacity and if necessary, silt and sediment shall be removed to restore capacity. 8. The minimum capacity of each desilting basin which may be constructed shall be 10 cubic yards per horizontal acre of disturbed ground. 9. Stockpiled excavated materials shall be protected by appropriate erosion control devices so as not to become a source of sediment. Culvert pipe used in conjunction with temporary erosion control measures which was new when delivered to the project site and, in the opinion of the Engineer, is not damaged and whose dimensions and other properties conform to the requirements for new material may be used in the new work. Full compensation for conforming to the requirements in Section 7- 1.01G, "Water Pollution," of the Standard Specifications and these special provisions shall be considered as included in the lump sum price paid for NPDES compliance as shown in the Bid Schedule and no additional compensation will be made therefor. 10 -1.04 PRESERVATION OF PROPERTY -- Attention is directed to the provisions in Section 7 -1.11, "Preservation of Property," of the Standard Specifications and these special provisions. Existing trees, shrubs and other plants, that are not to be removed and are injured or damaged by reason of the Contractor's operations, shall be replaced by the Contractor in accordance with the requirements in Section 20 -4.07, "Replacement," of the Standard Specifications and the following: The minimum size of tree replacement shall be 24 -inch box and the minimum size of shrub replacement shall be 15- gallon. Replacement ground cover plants shall be from flats and shall be planted 12 inches on center. Replacement of Carpobrotus ground cover plants shall be from cuttings and shall be planted 12 inches on center. ®-' Replacement planting of injured or damaged trees, shrubs and other plants shall be completed prior to the start of the plant establishment period and shall conform to the provisions in Section 20 -4.05, "Planting," of the Standard Specifications. Damaged or injured plants shall be removed and disposed of outside the highway right of way in accordance with the provisions in Section 7 -1.13 of the Standard Specifications. At the option of the Contractor, removed trees and shrubs may be reduced to chips. Such chipped material shall be spread within the highway right of way at locations designated by the Engineer. 10 -1.05 DAMAGE REPAIR -- Attention is directed to the provisions in Sections 7 -1.16, "Contractor's Responsibility for the Work and Materials," and 7- 1.165, "Damage by Storm, ' Flood, Tidal Wave or Earthquake," of the Standard Specifications and these special provisions. 10 -1.06 RELIEF FROM MAINTENANCE AND RESPONSIBILITY -- The Contractor may be relieved of the duty of maintenance and protection for those items not directly connected with plant establishment work in accordance with the provisions in Section 7 -1.15, "Relief From Maintenance and Responsibility," of the Standard Specifications. 10 -1.07 COOPERATION -- Attention is directed to Sections 7 -1.14, "Cooperation," and 8 -1.10, "Utility and Non - Highway Facilities," of the Standard Specifications and these special provisions. It is anticipated that work by other contractors will be underway during the progress of this contract. The following construction contracts will be in progress concurrently with construction ' operations of this project: 1. The relocation of Southern California Edison overhead electrical facilities north of ' San Joaquin Hills Road on the westerly side of MacArthur Boulevard. 2. The construction of soundwalls adjacent to the homes along Port Manleigh Circle ' (approximately stations 174 + 00 to 178 + 00). Close coordination with adjacent projects shall occur during stage construction traffic ' shifts; opening of new lanes; closing of lanes, or local streets; and during any other operation that may affect or be influenced by adjacent projects. 10 -1.08 PROSECUTION AND PROGRESS -- Section 8 -1.03, "Beginning of Work," is superseded by the following: ' The Contractor shall begin work within the number of days specified in these Special Provisions. ' Delete entire Section 8 -1.09, "Right of Way Delays," except when applicable under provisions of Section 7- 1.125, "Legal Actions Against the Department." I 1 10 -9 Section 9 -1.02, "Scope of Payment," is supplemented and amended by the following: Payment for all unit price items of work, with the exception of items designated as final pay quantities, lump sum items and those items based on weight, shall be based on the quantities indicated in the Estimated Quantities in these special provisions. If the work is revised by the Engineer or if there is an error in the plans or the calculated quantities, the final quantities for payment will be revised in the amount represented by the changes or errors. The entire Section 9 -1.07, "Payment After Acceptance," including parts A and B, is superseded by the following: The final Engineer's estimate of quantities for payment to the Contractor will include completed contract item quantities of work, extra work and any other basis for payment, less all retentions and deductions made or to be made under the provisions of the contract. All prior estimates and payments shall be subject to correction in the final estimate. The Contractor shall review and approve the final progress payment prior to acceptance of the work by the City of Newport Beach. Following acceptance of the work by the City of Newport Beach, the amount deducted from the final estimate and retained by the City will be paid to the Contractor, except such amounts as are required by law or as authorized by the contract to be further retained. If within the time fixed by law, a properly executed Notice to Stop Payment is filed within the City, due to the Contractor's failure to pay for labor or materials used in the work, all money due for such labor or materials will be withheld from payment to the Contractor in accordance with applicable laws. Section 9 -1.08, "Adjustment of Overhead Costs," is deleted entirely. 10 -1.09 PROGRESS SCHEDULE -- Progress schedules will be required for this contract and shall conform to the provisions in Section 8 -1.04, "Progress Schedule," of the Standard Specifications. The Contractor shall update the progress schedule a minimum of once a month and shall submit the schedule with its monthly request for payment. The Contractor shall also update the schedule whenever it completes work for each construction stage as noted on the plans. The Contractor's attention is directed to the plans where work is to be done on and adjacent to private property. The Contractor shall submit a progress schedule which specifically identifies work to be done on and adjacent to each property and minimizes access denials and inconveniences of affected property owners and the public. Work in these areas shall not begin until such a schedule is approved by the Engineer. Attention is directed to Section 4, "Beginning of Work, Time of Completion and Liquidated Damages" and Section 10 -1.01, "Order of Work" for specific requirements regarding milestone completion dates. 10 -10 _ J .i i� I 1 The Contractor shall review the project plans and shall schedule the work in a manner that all improvements are completed within 225 Working Days beginning on the first day of work. 10 -1.10 OBSTRUCTIONS -- Attention is directed to Sections 8 -1.10, "Utility and Non - Highway Facilities," and 15, "Existing Highway Facilities," of the Standard Specifications and these special provisions. The Contractor's attention is directed to the existence of certain underground facilities that may require special precautions be taken by the Contractor to protect the health, safety and welfare of workmen and of the public. Facilities requiring special precautions include, but are not limited to: underground electric supply system conductors or cables, with potential to ground of more than 300 volts, either directly buried or in duct or conduit. The Contractor shall notify the Engineer and the appropriate regional notification center for operators of subsurface installations at least 2 working days, but not more than 14 calendar days, prior to performing any excavation or other work close to any underground pipeline, conduit, duct, wire or other structure. Regional notification centers include but are not limited to the following: Notification Center Telephone Number Underground Service Alert- Southern California (USA) 1 -800- 422 -4133 South Shore Utility Coordinating Council (DIGS) 1- 800 - 541 -3447 Western Utilities Underground Alert, Inc. 1- 800 - 424 -3447 ' The following utility facilities will be relocated during the progress of the contract. The Contractor shall notify the Engineer in writing 30 days prior to doing any work in the vicinity of the facility. The utility facility will be relocated within the listed calendar days, ' as defined in Section 8 -1.06, "Time of Completion," of the Standard Specifications, after said notification is received by the Engineer. ' Utility Location Calendar Days Southern California Along the westerly side of MacArthur 30 ' Edison Company Boulevard, north of San Joaquin Hills Road (Aerial Transmission) ' Full compensation for conforming to the requirements of this section, not otherwise provided for, shall be considered as included in the prices paid for the various contract items of work and no additional compensation will be made therefor. 1 J 1 10 -11 10 -1.11 DUST CONTROL AND SITE CLEANUP --The entire Section 10, "Dust Control," is superseded by the following: Throughout all phases of construction, including suspension of work, and until final acceptance of the project, the Contractor shall keep the work site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance by cleaning, sweeping and sprinkling with water, or other means as necessary. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. When required by these Special Provisions, the Contractor shall furnish and operate a self - loading motor sweeper with spray nozzles at least once each working day to keep paved areas acceptably clean wherever construction including restoration, is incomplete. Materials and equipment shall be removed from the site as soon as they are no longer necessary; and upon completion of the work and before final inspection the entire worksite shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall be absorbed in the Contractor's bid. Care shall be taken to prevent spillage on haul routes. If spillage occurs, it shall be removed immediately and the area cleaned. Excess excavated materials from catch basins or similar structures shall be removed from the site immediately. Sufficient material may remain for use as backfill if permitted by the Engineer. Forms and form lumber shall be removed from the site as soon as practicable after stripping. Earth dams will not be permitted at catch basin openings, local depressions, or elsewhere, except in time of emergency. Temporary dams of sand bags, asphaltic concrete or other accepted material may be permitted when necessary to protect the work, provided their use does not create a hazard or nuisance to the public. Such dams shall be removed from the site as soon as their use is no longer necessary. Failure of the Contractor to comply with the Engineer's cleanup orders may result in an order to suspend work until the condition is corrected. No additional compensation will be made as a result of such suspension. All equipment engines utilized by the Contractor in completing the work associated with this project shall be maintained in proper tune. Construction shall be discontinued during second stage smog alerts. Full compensation for all cleanup and dust control and for conforming to the requirements of this section shall be considered as included in the prices bid for the various contract items of work and no additional compensation will be made therefor. 10 -1.12 MOBILIZATION -- Mobilization shall conform to the provisions in Section 11, "Mobilization," of the Standard Specifications and these special provisions. Mobilization shall consist of preparatory work and operations including, but not limited to, those necessary for the movement of personnel, equipment, materials and incidentals to the project site necessary for work on the project and for all other work and operations 10 -12 which must be performed or costs incurred prior to beginning work on the various contract items on the project site. The Irvine Company, owner of the vacant land along the easterly side of MacArthur Boulevard, south of Ford Road, is issuing a right -of -entry permit to the City for construction activities. The Contractor may establish a construction yard in an area along the easterly side of MacArthur Boulevard between Stations 180 +00 and 190 +00. The Contractor shall not place or store any materials (including the construction trailer) within 25' of the property line of the adjacent residences. Payment for mobilization shall be made at the lump sum bid price and no additional compensation will be made therefor. 10 -1.13 TEMPORARY CHAIN LINK FENCE -- Temporary chain link fence (Type CL -6) shall be furnished and constructed, maintained and later removed as directed by the Engineer and as specified in Section 80 -4, "Chain Link Fence," of the Standard Specifications and these special provisions. Good sound used fabric and posts may be used. Concrete footings will not be required on line posts. When no longer needed in the work, the fence shall become the property of the Contractor and shall be disposed of in accordance with the provisions in Section 7 -1.13 of the Standard Specifications. Full compensation for the construction, maintenance and removal of temporary chain link fence shall be considered as included in the contract prices paid for the various items or work involved and no additional payment will be made therefor. 10 -1.14 CONSTRUCTION AREA SIGNS -- Construction area signs shall be furnished, installed, maintained, and removed when no longer required in accordance with the ' provisions in Section 12, "Construction Area Traffic Control Devices," of the Standard Specifications and these special provisions. 1 I Attention is directed to Section 10 -1.00, "Construction Project Funding Identification Signs," required as construction area signs. The Contractor shall notify the appropriate regional notification center for operators of subsurface installations at least 2 working days, but not more than 14 calendar days, prior to commencing any excavation for construction area sign posts. The regional notification centers include but are not limited to the following: Notification Center Telephone Underground Service Alert- Southern California (USA) 1(800)422 -4133 South Shore Utility Coordinating Council (DIGS) 1(800)541 -3447 Western Utilities Underground Alert, Inc. 1(800)424 -3447 10 -13 All excavations required to install construction area signs shall be performed by hand methods without the use of power equipment, except that power equipment may be used if it is determined there are no utility facilities in the area of the proposed post holes. Sign substrates for stationary mounted construction area signs may be fabricated from fiberglass reinforced plastic as specified under "Prequalified and Tested Signing and Delineation Materials" elsewhere in these special provisions. Type IV reflective sheeting for sign panels for portable construction area signs shall conform to the requirements specified under "Prequalified and Tested Signing and Delineation Materials" elsewhere in these special provisions. Where shown on the plans or as directed by the Engineer, construction area sign overlay panels shall be furnished and installed on sign panels. Full compensation for furnishing, installing and removing sign panel overlays shall be considered as included in the contract lump sump price paid for construction area signs and no additional compensation will be made therefor. 10 -1.15 MAINTAINING TRAFFIC -- Attention is directed to Sections 7 -1.08, "Public Convenience," 7 -1.09, "Public Safety," and 12, "Construction Area Traffic Control Devices," of the Standard Specifications and to the Section entitled "Public Safety" elsewhere in these special provisions, and these special provisions. Nothing in these special provisions shall be construed as relieving the Contractor from its responsibility as provided in said Section 7 -1.09. The minimum size specified for Type II flashing arrow signs in the table following the second paragraph of Section 12 -3.03, "Flashing Arrow Signs," of the Standard Specifications is amended to read "36 inches by 72 inches ". Lane closures shall conform to the provisions in the section of these special provisions entitled "Traffic Control System for Lane Closure." In addition to the provisions set forth in "Public Safety ", elsewhere in these special provisions, whenever work to be performed on the traveled way (except the work of installing, maintaining, and removing traffic control devices) is within 6 feet of the adjacent traffic lane, the adjacent traffic lane shall be closed. Personal vehicles of the Contractor's employees shall not be parked within the MacArthur Boulevard right of way or on private property. The preferred location is in the Construction Yard. The Contractor shall notify local authorities of its intent to begin work at least 5 days before work is begun. The Contractor shall cooperate with local authorities relative to handling traffic through the area and shall make its own arrangements relative to keeping the working area clear of parked vehicles. The Contractor shall not tow any parked vehicles without authorization of the City Police Department. No work that interferes with public traffic shall be performed between 6:00 a.m. and 10:00 a.m. nor between 3:00 p.m. and 7:00 p.m. except work required under Sections 7 -1.08 "Public Convenience" and 7 -1.09 "Public Safety" of the Standard Specifications. 10 -14 Attention is directed to Section 7 -1.08, "Public Convenience," and Section 7 -1.09, "Public Safety," regarding Contractor's trucks or other mobile equipment which enter or exit a traveled lane opened to public traffic. The Contractor shall prepare and submit a traffic control plan for locations were the Contractors vehicles will enter or exit the traveled lanes opened to public traffic. Said plan shall include, but not be limited to; advance warning signs, delineation, temporary crash cushion modules, barricades or other devices required to provide for the safety of traffic and the public when the Contractor's equipment enters or exits a traveled lane opened to public traffic. Full compensation for furnishing all labor, materials (including signs), tools, equipment and incidentals, and for doing all the work involved in placing, removing, storing, maintaining, moving to new locations, replacing, and disposing of the components of said traffic control ' plan shall be considered as included in the cost of traffic control system and no additional compensation will be made therefor. ' The full width of local streets shall be open for use by public traffic, unless otherwise shown on the plans, on Saturdays, Sundays and designated legal holidays, after 3:00 p.m. on Fridays and the day preceding designated legal holidays, and when construction operations are not actively in progress. Whenever vehicles or equipment are parked on the shoulder within 6 feet of a traffic lane, the shoulder area shall be closed as shown on the plans. ' Lanes shall be closed only during the hours shown on the Lane Closure Charts included in this section "Maintaining Traffic." Except work required under said Sections 7 -1.08 and ' 7 -1.09, work that interferes with public traffic shall be performed only during the hours shown for lane closures. L Designated legal holidays are: January 1st, the third Monday in February, the last Monday in May, July 4th, the first Monday in September, November 11th, Thanksgiving Day, and the following Friday and December 25th. When a designated legal holiday falls on a ' Sunday, the following Monday shall be a designated legal holiday. When November 11th falls on a Saturday, the preceding Friday shall be a designated legal holiday. ' Minor deviations from the requirements of this section concerning hours of work which do not significantly change the cost of the work may be permitted upon the written request of the Contractor if in the opinion of the Engineer public traffic will be better served and the work expedited. Such deviations shall not be adopted until the Engineer has indicated its written approval. All other modifications will be made by contract change order. The Contractor shall establish a schedule for all MacArthur Boulevard lane and street closures. The street closure of MacArthur Boulevard is limited to one night between 9:00 p.m. and 4:30 a.m. unless approved otherwise by the Engineer. Said schedule shall include ' anticipated start work date and closure duration. The Contractor shall submit the schedule to the Engineer for review and approval at least 30 calendar days prior to any closure. ' When a local street is to be closed longer than eight hours, the Contractor, as directed by the Engineer, shall place a portable sign with the message "(TYPE OF ROADWAY) CLOSED FROM (DATE) to (DATE)" 15 calendar days prior to the closure. The sign shall have minimum dimensions of 48" by 48" and shall conform to the requirements for portable signs as specified in "Construction Area Signs" of these special provisions. Full 10 -15 [1 compensation for furnishing, placing, and maintaining the portable signs shall be considered , as included in the contract lump sum price paid for traffic control system and no additional compensation will be made therefor. The Engineer may order additional signs to be posted to publicize the closures. Furnishing, ' posting, maintaining, and removing said signs shall be paid for as extra work as provided in Section 4 -1.03D of the Standard Specifications. ' I [I i �J F7 L L 10 -16 1 V NL ULUJUKC 1, 1 K 1 DIRECTION: Northbound and Southbound LOCATION: PM 1.0 TO PM 2.0 MacArthur Boulevard Lane Requirements and Hours of Work a a :4 0 N 0 0 0 6 0 o 6 0 $ o N 0 0 6 0 0 0 0 o B � N M V iN t0 n m Oi � Z � N in O� f0 n m W through Thursdays before Designated Legal Holidays Legend: One lane open in direction of travel =No lane closure permitted • Any work between 6:30 p.m. and 7:00 a.m. Monday through Thursday shall be approved in writing by the Engineer • Total Closure of MacArthur Boulevard between San Joaquin Hills Road and Ford Road is limited to one night between 9:00 p.m. and 4:30 a.m. 10 -17 10 -1.16 CONSTRUCTION STAKING -- This work consists of setting construction stakes and marks to be used by the Contractor to establish the lines and grades required for the completion of the work as shown on the plans and as specified in the Standard Specifications and these special provisions. Construction staking shall be performed as necessary to control the work. Construction stakes and marks shall be furnished and set with accuracy adequate to assure that the completed work conforms to the lines, grades, and sections shown on the plans. In the event the Contractor's operations destroy any of the Engineer's survey control points, the Contractor shall request the Engineer to replace the destroyed control points. If requested to replace the control points, the Engineer will do so within 10 working days. The cost of any such verification or replacement of the Engineer's control surveys will be deducted from any moneys due or to become due to the Contractor. The Contractor will not be allowed any adjustments in contract time for such verification or replacement or survey control points by the Engineer. The Contractor shall be responsible for protecting all existing horizontal and vertical survey controls, monuments, ties and bench marks located within the limits of the project. If any of the above require removal, relocating or resetting, the Contractor shall, prior to any construction work and under the supervision the Engineer, establish sufficient temporary ties and bench marks to enable the points to be reset by the Engineer after completion of construction. Any ties, monuments and bench marks disturbed during construction shall be reset by the Engineer per City of Newport Beach standards after construction and the tie notes submitted to the City . The Contractor and its sureties shall be liable for, at its expense, any survey required due to its negligence in protecting existing ties, monuments, bench marks or any such horizontal and vertical controls. The Contractor shall comply with The Land Surveyors Acts #9771 (Record of Surveys - Monumentation) and #8773 (Corner Records - Records of Survey for "Lost Corners "). Survey points, lines and monuments shall be established, marked, identified and referenced in accordance with juisdictional requirements. Construction Staking. - The City will provide survey stakes for construction of the Project at an agreed upon offset established at the Preconstruction Conference. Construction stakes will be provided as follows: Roadway Construction 1. One set of stakes on each side of roadway for clearing and grubbing limits at 200' intervals on tangent lines, 100' intervals along curves and one set of stakes or paint marks for removals and join points. 2. One set of slope stakes on each side of the roadway for embankment limits with cuts or fills to terrace drains, tops, toes and grade breaks at 50' stations for all slopes higher than six feet. 10 -18 D ' 3. One set of line and grade stakes for finish roadbed construction at 50' stations on each side of the roadway and along the centerline marked cut or fill to finished surface or top of curb. 4. One set of grade stakes or marks for final roadway asphalt laydown within intersections on a 25 foot grid. 5. One set of line and grade stakes for curb and gutter and median curb at 25' stations. 6. One set of line and grade stakes for retaining wall construction at 25' intervals marked cut or fill to top of footing or top of wall. ' 7. One set of line and grade stakes for storm drain construction at 25' stations, and at all angle points, manholes and inlets. One set of line and grade stakes shall be ' provided for each catch basin. Catch basin stakes shall consist of three stakes per basin offset to the face of curb and graded cut or fill to top of curb. ' B. One set of stakes or paint marks for street light construction. 9. One set of line and grade stakes for RCB extension construction on 25' stations with grades marked cut or fill to flowline. 10. One set of line and grade stakes for the sewer line on 25 foot stations marked cut to the flowline. '11, One set of line and grade stakes for the water line on 50 foot intervals and at angle points marked cut to flowline. ' 12. One set of alignment stakes on 50 foot intervals for temporary paving. ' Copies of field notes and cutsheets for all construction staking will be provided to the Contractor. Any survey stakes in addition to these described above will not be provided by the City, unless specifically requested by and paid for by the Contractor. The Contractor's requests for surveying shall be made to the Engineer a minimum of forty - eight (48) hours prior to the time requested for said work. Staking requests for Monday will be made prior to 10:00 A.M. the previous Friday. If the construction staking is provided and subsequently removed whether accidently or otherwise, or the Contractor desires additional staking from the above sets, the Contractor will be charged for the staking or re- staking at a fee of $155 per hour (2 hour minimum). 10 -1.17 STANDARD DETAILS AND STANDARD PLANS -- In addition to the Caltrans Standard Plans and the City of Newport Beach Standard Details, Standard Drawings and Standard Plans included as a part of these plans, other shop drawings forming a part of these Special Provisions include the following: 1 10 -19 ORANGE COUNTY ENVIRONMENTAL MANAGEMENT AGENCY I-IF-rer-Mrolillil .� STD. PLAN 1321 Down Drain AMERICAN PUBLIC WORKS ASSOCIATION STD -384 -1 Energy Dissipator - Impact Basin MISCELLANEOUS STANDARDS Emergency Vehicle Pre - Emption Detector Mastarm Mounting Detail 10 -1.18 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 it has investigated the risk from such waters and has prepared its bid accordingly, and Contractor by submitting a bid assumes all of said risk. In the course of water control the Contractor shall conduct its construction operations to protect waters from pollution with fuels, oils, bitumens or other harmful materials as specified in Section 10 -1.02 of these special provisions. Full compensation for control of water, erosion control and dewatering shall be considered included in the lump sum price paid for NPDES compliance as shown in the Bid Schedule and no additional compensation will be made therefor. 10 -1.19 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 legible marked showing each actual item of record construction including. 1. Measured depths of elements in relation to fixed datum points. 2. Measured horizontal and vertical locations of underground utilities and appurtenances with reference to permanent surface improvements. 3. Measured locations of internal utilities and appurtenances concealed in construction with reference to visible and accessible features of construction. 4. Field changes of dimensions, locations and /or materials with details as required to clearly delineate the modifications. 5. Any details not in original contract drawings developed by the City or the Contractor through the course of construction necessary to clarify or modify the contract drawings. 10 -20 The Contractor shall legibly modify the contract specifications to reflect actual items of record construction including: 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 payment will not be approved unless project record drawings are current. 10 -1.20 WORKING HOURS -- Work may be in progress during the following hours: Monday through Friday Saturday (only allowed when necessary or emergency) - Sunday 7:00 AM to 6:30 PM 8:00 AM to 6:00 PM No work permitted Contractor shall obtain approval in writing from the Engineer prior to performing work on Saturdays. Work done without required inspections will be subject to rejection. Upon approval in writing by the Engineer, work may be in progress after 6:30 p.m. and before 7:00 a.m. Monday through Thursday for specific items of work which require lane closures with only one lane on either the Northbound or Southbound direction on MacArthur Boulevard and on the eastbound and westbound direction on Pacific Coast Highway. Total closure of MacArthur Boulevard between project limits shall be during one night between 9:00 p.m. and 4:30 a.m. 10 -1.21 INSPECTION OF WORK AND TESTING LABORATORY A. Description. Inspection of the work will be under the supervision of the Engineer and will include monitoring and enforcing compliance of materials, equipment, installations, workmanship, methods and requirements of the contract documents. The Engineer may be represented on the work site by Inspectors and other duly authorized representatives. All submittals and correspondence between the City and the Contractor, related to inspection of the work on this contract, shall be directed to the Engineer. In addition to any inspection required by codes and /or ordinances or these specifications, Contractor shall notify the Engineer sufficiently in advance of the permanent concealment of any materials of work. The following list is typical, but is not inclusive of such required inspection: 1. Foundation /subgrade material, footing and slab beds. 10 -21 2. Reinforcing for concrete and masonry. 3. Contact surface of concrete forms. 4. Concrete and masonry surfaces. 5. Piping and conduit. 6. Finish grade prior to paving, seeding or planting. 7. All soil mixes prior to installation. 8. All chemicals and amendments prior to installation or application. Work or materials concealed or performed without the prior notice specified above will be subject to such tests or exposure as may be necessary to prove to the satisfaction of the Inspector that all materials used and the work done are in conformance with the contract documents. All labor and equipment necessary for exposing and testing shall be furnished and paid for by the Contractor. The Contractor shall replace, without additional cost to the City, any materials or work damaged by exposure or testing. B. Testing Laboratory. The Engineer shall be responsible for providing a certified laboratory for the testing of all materials and work on this project. The Contractor shall notify the Engineer in less than two (2) working days in advance of any required materials testing. 10 -1.22 SHOP DRAWINGS -- Shop drawings are drawings, diagrams, illustrations, schedules, performance charts, brochures, and other data which are prepared by the Contractor or any subcontractor, manufacturer, supplier or distributor, and which illustrate some portion of the work. The Contractor shall review, stamp with its approval, and submit for review by the Engineer, six (6) copies of shop drawings for the following items: 1 . Portland Cement Concrete 2. Asphalt Concrete 3. Aggregate Base 4. Reinforcing Steel 5. Pipe 6. Street Lights 7. Traffic Signal Equipment 8. G7 Sign Layouts 9. Retaining Wall Formliner Drawings shall show the name of the project, the name of the Contractor, and, if any, the name of suppliers, manufacturers, and subcontractors. Shop drawings shall be submitted with promptness and in orderly sequence so as to cause no delay in prosecution of the work. Drawings shall be submitted on 8-1/2" by 11 " or 24" by 36" sheet sizes only. By submitting shop drawings, the Contractor represents that materials, equipment, and other work shown thereon conform to the plans and specifications, except for the deviations set forth in the letter of transmittal. Within fifteen (15) days after receipt of said drawings, the Engineer will return two (2) prints of the drawings to the Contractor with its comments noted thereon. If so noted by the Engineer, the Contractor shall correct the drawings and resubmit them in the same manner as specified for the original submittal. The Contractor shall direct specific attention 10 -22 ' in the letter of transmittal accompanying resubmitted shop drawings to revisions other than the corrections requested by the City's representative on previous submittals. No portion of the work requiring a shop drawing submittal shall be commenced until the submittal has been reviewed by the City's representative and returned to the Contractor with a notation indicating that resubmittal is not required. The review by the Engineer is only of general conformance with the design concept of the project, and general compliance with the plans and specifications, and shall not be construed as relieving the Contractor of the full responsibility for providing materials, equipment, and work required by the Contract; the proper fitting and construction of the work; the accuracy and completeness of the shop drawings; selecting fabrication processes and techniques of construction; and performing the work in a safe manner. These items represent the minimum and additional shop drawings may be requested by the Engineer as required. 10 -1.23 TRAFFIC CONTROL SYSTEM FOR LANE CLOSURE -- A traffic control system shall consist of closing traffic lanes in accordance with the details shown on the plans, the provisions of Section 12, "Construction Area Traffic Control Devices," of the Standard Specifications, the provisions under "Maintaining Traffic" and "Construction Area Signs" elsewhere in these special provisions, and these special provisions. The provisions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to comply with the provisions in Section 7 -1.09, "Public Safety," of the Standard Specifications. Each vehicle used to place, maintain, and remove components of a traffic control system on multilane highways shall be equipped with a Type II flashing arrow sign which shall be in operation when the vehicle is being used for placing, maintaining, or removing said components. The sign shall be controllable by the operator of the vehicle while the vehicle ' is in motion. The flashing arrow sign shown on the plans shall not be used on the vehicles which are doing the placing, maintaining, and removing, of components of a traffic control system, and shall be in place before a lane closure requiring its use is completed. ' If any component in the traffic control system is displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. ' When lane closures are made for work periods only, at the end of each work period, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder. If the Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the highway right of way. ' The contract lump sum price paid for traffic control system shall include full compensation for furnishing all labor, materials (including signs), tools, equipment and incidentals, and for doing all the work involved in placing, removing, storing, maintaining, moving to new ' locations, replacing, and disposing of the components of the traffic control system as shown on the plans, as specified in the Standard Specifications and these special 1 10 -23 provisions, and as directed by the Engineer and no additional compensation will be made therefor. The adjustment provisions in Section 4 -1.03, "Changes," of the Standard Specifications, shall not apply to the item of traffic control system. Adjustments in compensation for traffic control system will be made only for increased or decreased traffic control system required by changes ordered by the Engineer and will be made on the basis of the cost of the increased or decreased traffic control necessary. Such adjustment will be made on a force account basis as provided in Section 9 -1.03, "Force Account Payment," of the Standard Specifications for increased work, and estimated on the same basis in the case of decreased work. Traffic control system required by work which is classed as extra work, as provided in Section 4 -1.03D of the Standard Specifications, will be paid for as a part of said extra work. 10 -1.24 TRAFFIC CONTROL FOR TRAFFIC STRIPING -- During traffic stripe operations and pavement marker placement operations using bituminous adhesive, traffic shall be controlled with lane closures, as provided for under "Traffic Control System For Lane Closure" of these special provisions, or by use of an alternate traffic control plan proposed by the Contractor. The Contractor shall not start traffic stripe operations using an alternate plan until he has submitted its plan to the Engineer and has received written approval of said plan. Alternate traffic control plans for striping operations shall conform to the provisions in Section 7 -1.08, "Public Convenience," 7 -1.09, "Public Safety," and 12, "Construction Area Traffic Control Devices," of the Standard Specifications and these special provisions. The alternate plan shall include the use of not less than two "shadow" vehicles equipped with Type II flashing arrow signs. The "shadow" vehicles and the application vehicle shall be equipped with two -way radios and the vehicle operators shall maintain communication during the striping operation. The trailing "shadow" vehicle shall weigh between 11,000 and 18,000 pounds and shall be equipped with a truck - mounted crash cushion (TMCC). The alternate plan shall also include the proposed spacing of the "shadow" vehicles and their operation for the various road conditions to be encountered on the project, (e.g., when placing centerline stripe on a two -lane highway, one "shadow" vehicle shall precede the striping vehicle to warn oncoming traffic and the other "shadow" vehicle shall follow the striping vehicle to warn traffic overtaking the striping operations.) Flashing arrow signs shall be in the caution display mode when used on two lane highways. The Contractor's attention is directed to the provisions in Section 84 -1.04, "Protection From Damage," of the Standard Specifications. The TMCC shall be designed, constructed, and tested to protect the truck from errant vehicles striking it from the rear and to protect the occupants of the errant vehicle. The TMCC, which includes the collapsing cartridge (attenuation), mounting hardware, and other accessories, shall meet the following requirements when tested in accordance with National Cooperative Highway Research Program (NCHRP) Report 230 except as noted herein. 10 -24 When mounted on a truck, weighing between 11,000 and 13,000 pounds, equipped with a manual transmission, and with the emergency brakes engaged and truck transmission in second gear; the TMCC assembly shall absorb the energy of passenger vehicles weighing 2,250 pounds and 4,500 pounds traveling at a minimum speed of 45 mph, impacting straight and centered into the rear of the TMCC. Either criterion A or B shall be met during each test. A. During impact (from time of initial impact to time of complete rest of both the truck and crash test vehicles) the highest 50 millisecond average value of longitudinal acceleration for either crash test passenger vehicle shall not exceed - 12 gs. B. The Occupant Impact Velocity of the impacting passenger vehicles must not exceed 40 feet per second any time during the impact. The Occupant Ridedown Acceleration shall be less than 20 gs. Other Criteria to be met from NCHRP Report 230 are the Safety Evaluation Criteria in Table 6 including Items C, D, E and H. If Item F is used, the values for F1, F2, F3 and F4 may be 1.0. All TMCCs shall be a minimum of 94 inches wide. The attenuator box shall be designed and constructed so that, when impacted, its components are retained and will not be obstacles to nearby traffic. ' The entire TMCC unit and accessories shall conform to the provisions of the California Vehicle Code, the Safety Orders of the Division of Occupational Safety and Health, and all Federal and State regulations. The rear face of the attenuator assembly shall have a 12 -inch reflectorized strip centered across the entire width of the attenuator. The strip shall consist of 4- or 6 -inch orange stripes alternating with 4- or 6 -inch white stripes at 45 degrees from lower left to upper right. Different size stripes shall not be used in the same strip. Each TMCC shall be individually identified with the manufacturer's name, address, TMCC model number, and a specific serial number. The names and numbers shall each be a ' minimum 1/2-inch high, and located on the left (street) side at the lower front corner. The TMCC shall have a message next to the name and model number in 1/2 inch high letters which states, "The bottom of this TMCC shall be inches ± inches above the ground at all points for proper impact performance." Each unit shall be certified by the manufacturer to meet the requirements of these special provisions. Any TMCC which is damaged or appears to be in poor condition must be recertified by the manufacturer. The Engineer shall be the sole judge as to whether used TMCCs supplied under this contract need recertification. 'LJ 1 10 -25 The following TMCC designs have been approved for use as meeting the above requirements: Hexfoam TMA Series 3000 and Alpha 1000 TMA Series 1000 and Alpha 2001 TMA Series 2001 Manufacturer: Distributors: Energy Absorption Systems, Inc. Energy Absorption Systems, Inc. One East Wacker Drive P.O. Box 33334291 Chicago, IL 60601 -2076 Encinitas, CA 92024 Telephone (312) 467 -6750 Telephone (619) 438 -7887 FAX (619) 438 -7848 Manufacturer: Hexcel Corporation 11711 Dublin Blvd. P.O. Box 2312 Dublin, CA 94568 Energy Absorption Systems, Inc. Customer Service Department One East Wacker Drive Chicago, IL 60601 -2076 Telephone (800) 255 -3240 FAX (312) 467 -0201 Cal T -001 Model 2 or Model 3 Distributor: Hexcel Corporation 11711 Dublin Blvd. P.O. Box 2312 Dublin, CA 94568 Telephone (510) 828 -4200 Reno Rengard Model Nos. CAM 8 -815 and RAM 8 -815 Manufacturer: Renco Inc. 1582 Pflugerville Loop Road. P.O. Box 730 Pflugerville, TX 78660 -0730 Telephone (800) 654 -8182 Distributor: Renco Inc. 1582 Pflugerville Loop Road. P.O. Box 730 Pflugerville, TX 78660 -0730 Telephone (800) 654 -8182 Approval for new TMCC designs shall be obtained by submitting a short but complete report of the crash tests as described on pages 12, 14 and 35 of NCHRP Report 230; films of the crash tests showing ground targets, car and truck targets, and a timing device for obtaining the speed of the car and truck during initial impact and thereafter; complete dimensioned scale drawings of the entire TMCC assembly; specifications for all materials that affect the impact performance of the TMCC; and a brief description of any quality control program the manufacturer will use to assure uniformity of the critical materials 10 -26 i 1 and /or components of the TMCC. This information shall be submitted for evaluation and I' approval to: Structures Research Section Transportation Laboratory P.O. Box 19128 5900 Folsom Boulevard Sacramento, CA 95819 ' Upon approval of a TMCC design, 4 sets of plans and specifications shall be submitted to the Transportation Laboratory. Any modification to an approved TMCC design shall be submitted to the Transportation Laboratory. Upon approval, the modified TMCC shall be assigned a new model number and 4 sets of plans and specifications shall be submitted to the Transportation Laboratory. ' Full compensation for providing traffic control for removing existing and applying traffic stripes and pavement markers with bituminous adhesive shall be considered as included in the contract lump sum price paid for traffic control system and no additional compensation will be made therefor. 10 -1.25 TEMPORARY PAVEMENT DELINEATION -- Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the provisions in Section ' 12 -3.01, "General," of the Standard Specifications and these special provisions. Nothing in these special provisions shall be construed as to reduce the minimum standards specified in the Manual of Traffic Controls published by the Department or as relieving the ' Contractor from its responsibility as provided in Section 7 -1.09, "Public Safety," of the Standard Specifications. GENERAL -- Whenever the work causes obliteration of pavement delineation, temporary or permanent pavement delineation shall be in place prior to opening the traveled way to public traffic. Laneline or centerline pavement delineation shall be provided at all times for traveled ways open to public traffic. Edgeline delineation shall be provided at all times for traveled ways open to public traffic when shown on the plans. ' All work necessary, including any required lines or marks, to establish the alignment of temporary pavement delineation shall be performed by the Contractor. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material. Temporary pavement delineation shall not be applied over existing pavement delineation or other temporary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with a new pattern of temporary pavement delineation or permanent pavement delineation. Temporary pavement markers and removable traffic type tape which conflicts with a new traffic pattern or which is applied to the final layer of surfacing or existing pavement to remain in place shall be removed when no longer required for the direction of public traffic, as determined by the Engineer. TEMPORARY LANE LINE DELINEATION -- Whenever lane lines are obliterated and temporary pavement delineation to replace the lines is not shown on the plans, the minimum lane line to be provided for that area shall be temporary reflective raised pavement markers placed at longitudinal intervals of not more than 24 feet. The temporary 1 10 -27 reflective raised pavement markers shall be the same color as the lane line the markers replace. Temporary reflective raised pavement markers shall be, at the option of the Contractor, one of the temporary pavement markers listed for short term day /night use (14 days or less) or long term day /night use (6 months or less) in "Prequalified and Tested Signing and Delineation Materials" elsewhere in these special provisions. Temporary reflective raised pavement markers shall be placed in accordance with the manufacturer's instructions and shall be cemented to the surfacing with the adhesive recommended by the manufacturer, except epoxy adhesive shall not be used to place pavement markers in areas where removal of the markers will be required. Temporary lane line delineation consisting entirely of temporary reflective raised pavement markers placed on longitudinal intervals of not more than 24 feet, shall be used on lanes opened to public traffic for a maximum of 14 days. Prior to the end of the 14 days the permanent pavement delineation shall be placed. If the permanent pavement delineation is not placed within the 14 days, the Contractor shall provide, at its expense, additional temporary pavement delineation. The additional temporary pavement delineation to be provided shall be equivalent to the pattern specified for the permanent pavement delineation for the area, as determined by the Engineer. Full compensation for furnishing, placing, maintaining, and removing the temporary reflective raised pavement markers, used for temporary laneline and centerline delineation for those areas where temporary laneline delineation is not shown on the plans and for providing equivalent patterns of permanent traffic lines for such areas when required; shall be considered as included in the contract prices paid for traffic control system and no additional compensation will be made therefor. TEMPORARY EDGELINE DELINEATION -- Whenever edgelines are obliterated and temporary pavement delineation to replace those edgelines is not shown on the plans, the edgeline delineation to be provided for that area adjacent to lanes open to public traffic shall, at the option of the Contractor, consist of either solid 4 -inch wide traffic stripe of the same color as the stripe the temporary edgeline delineation replaces, or shall consist of traffic cones, portable delineators or channelizers placed at longitudinal intervals not to exceed 100 feet. Four -inch wide traffic stripe placed for temporary edgeline delineation, which will require removal, shall conform to the requirements of temporary traffic stripe (tape) specified herein. Where removal of the 4 -inch wide traffic stripe will not be required painted traffic stripe conforming to the requirements of temporary traffic stripe (paint) specified herein, may be used. The lateral offset for traffic cones, portable delineators or channelizers used for temporary edgeline delineation shall be as determined by the Engineer. If traffic cones or portable delineators are used as temporary pavement delineation for edgelines, the Contractor shall provide personnel to remain at the jobsite to maintain the cones or delineators during all hours of the day that they are in use. Channelizers used for temporary edgeline delineation shall be surface mounted type and shall be orange in color. Channelizer bases shall be cemented to the pavement in the same manner provided for cementing pavement markers to pavement in the section of these special provisions entitled "Pavement Markers," except epoxy adhesive shall not be used to place channelizers on the top layer of pavement. Channelizers shall be, at the Contractor's 10 -28 option, one of the surface mount types (36 ") listed in "Prequalified and Tested Signing and Delineation Materials" elsewhere in these special provisions. ' Temporary edgeline delineation shall be removed when no longer required for the direction of public traffic, as determined by the Engineer. Full compensation for furnishing, placing, maintaining, and removing the temporary edgeline delineation for those areas where temporary edgeline delineation is not shown on the plans shall be considered as included in the contract prices paid for traffic control system and no ' additional compensation will be made therefor. TEMPORARY TRAFFIC STRIPE (TAPE) -- Temporary traffic stripe consisting of removable ' type traffic stripe tape shall be applied at the locations shown on the plans. The temporary traffic stripe tape shall be complete in place at the location shown, prior to opening the traveled way to public traffic. ' Removable type traffic stripe tape shall be the temporary removable construction grade type listed in "Prequalified and Tested Signing and Delineation Materials" elsewhere in ' these special provisions. Removable type traffic tape shall be applied in accordance with the manufacturer's installation instructions and shall be rolled slowly with a rubber tired vehicle or roller to ' ensure complete contact with the pavement surface. Traffic stripe tape shall be applied straight on tangent alignment and on a true arc on curved alignment. Traffic stripe tape shall not be applied, when the air or pavement temperature is less than 50° F., unless the ' installation procedures to be used are approved by the Engineer, prior to beginning installation of the tape. Removable type traffic tape shall be removed, when as determined by the Engineer, it is no longer required for the direction of public traffic, conflicts with a new traffic pattern for the area, or is applied to the final layer of surfacing or existing pavement to remain in place. ' TEMPORARY PAVEMENT MARKING (TAPE) -- Temporary pavement marking consisting of removable pavement marking tape shall be applied at the locations shown on the plans. ' The temporary pavement marking tape shall be complete in place at the location shown, prior to opening the traveled way to public traffic. Removable type pavement marking tape shall be the temporary removable construction grade type listed in "Prequalified and Tested Signing and Delineation Materials" elsewhere in these special provisions and shall be applied and removed in accordance with the provisions specified for applying and removing the temporary traffic stripe tape. TEMPORARY PAVEMENT MARKERS -- Temporary pavement markers shall be applied at ' the locations shown on the plans. The pavement markers shall be applied complete in place at the location shown, prior to opening the traveled way to public traffic. Temporary pavement markers shown on the plans shall conform to the requirements in the ' section entitled "Pavement Markers" elsewhere in these special provisions. Temporary type raised pavement markers shall be placed in accordance with the manufacturer's instructions and shall be cemented to the surfacing with bituminous adhesive. ' 10 -29 MEASUREMENT AND PAYMENT -- Full compensation for furnishing all labor, materials, , tools, equipment, and incidentals, and for doing all the work involved in applying, maintaining and removing the temporary traffic stripe tape, temporary pavement marking ' tape, and temporary pavement markers (reflective and non - reflective) complete in place, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer shall be as included in the contract price paid ' for traffic control system and no additional compensation will be made therefor. 10 -1.26 BARRICADES -- Barricades shall be furnished, placed, and maintained at the locations designated by the Engineer, shown on the plans, or specified and shall conform to ' the provisions in Section 12, "Construction Area Traffic Control Devices," of the Standard Specifications and these special provisions. ' Type II reflective sheeting for stripes on barricade rail faces shall conform to the requirements specified under "Prequalified and Tested Signing and Delineation Materials," elsewhere in these special provisions. ' Construction area sign and marker panels conforming to the requirements in Section 12 -3.06, "Construction Area Signs," of the Standard Specifications shall be installed on ' barricades as directed by the Engineer at the locations shown on the plans. Sign panels for construction area signs and marker panels installed on barricades shall , conform to the requirements of sign panels for stationary mounted signs in Section 12- 3.06A, "Stationary Mounted Signs," of the Standard Specifications. , Full compensation for furnishing, installing, maintaining, and removing construction area signs and markers on barricades shall be considered as included in the contract unit price paid for traffic control system and no additional compensation will be made therefor. ' 10 -1.27 TEMPORARY RAILING -- Temporary railing (Type K) shall be placed at the locations shown on the plans, specified in these special provisions or in the Standard ' Specifications or ordered by the Engineer, and shall conform to the provisions in Section 12, "Construction Area Traffic Control Devices," of the Standard Specifications and these special provisions. , Temporary railing (Type K) fabricated prior to January 1, 1993, with one longitudinal No. 5 reinforcing steel bar near the top in lieu of the 2 longitudinal No. 5 reinforcing steel bars ' near the top, as shown on the plans, may be used provided vertical holes are not drilled in the top of the temporary railing to secure temporary traffic screen to the temporary railing. Reflectors and adhesive shall be furnished by the Contractor. Reflectors and adhesive shall , be the same color as the adjacent traffic stripe. The Contractor's attention is directed to the provisions in "Public Safety" and "Order of , Work" elsewhere in these special provisions. Temporary railing (Type K) placed in accordance with the provisions in "Public Safety" ' elsewhere in these special provisions will not be measured nor paid for. 10 -30 ' Temporary railing (Type K) placed less than 2 feet from the edge of excavation shall be anchored as shown on the plans if the depth of the excavation exceeds 2.5 feet. Temporary railing (Type K) may be placed 1.0 foot from the edge of excavation without anchoring if the depth of excavation is less than 2.5 feet. Temporary railing (Type K) with scuppers, shall be constructed in accordance with the details shown on the plans, at the locations designated on the plans or as directed by the Engineer. ' Temporary railing with scuppers will be measured and paid for as temporary railing (Type K). t The approach end of the temporary railings shall not be exposed without the proper flare or crash cushions as shown on the plans or as directed by the Engineer. Full compensation for providing and installing reflectors for temporary railing (Type K), including adhesive, shall be considered as included in the contract price paid per linear foot for temporary railing (Type K) and no additional compensation will be made therefor. 10 -1.28 CHANNELIZERS -- Channelizers shall be surface mounted type and shall be furnished, placed and maintained at the locations shown on the plans and shall conform to the provisions in Sections 12, "Construction Area Traffic Control Devices," of the Standard ' Specifications and these special provisions. Channelizers shall conform to the provisions in "Prequalified and Tested Signing and ' Delineation Materials," elsewhere in these special provisions. Channelizer posts shall be orange in color. ' At the option of the Contractor, channelizer bases may be cemented to the pavement using hot melt bitumen adhesive and in the same manner provided for cementing pavement markers to pavement in the section of these special provisions entitled "Pavement Markers." Full compensation for providing, installing, maintaining, and removing channelizers whether epoxied to the pavement or not shall be considered as included in the contract price paid for traffic control system and no additional compensation will be made therefor. 10 -1.29 TEMPORARY CRASH CUSHION MODULE -- This work shall consist of furnishing, installing and maintaining sand filled temporary crash cushion modules in groupings or ' arrays at each location shown on the plans, specified in the special provisions or directed by the Engineer. The grouping or array of sand filled modules shall form a complete sand filled temporary crash cushion in accordance with the details shown on the plans and these special provisions. Attention is directed to "Public Safety ", "Order of Work ", "Maintaining Traffic" and ' "Temporary Railing" of these special provisions. GENERAL -- Whenever the work or the Contractor's operations establishes a fixed obstacle, ' the exposed fixed obstacle shall be protected with a sand filled temporary crash cushion. ' 10 -31 The sand filled temporary crash cushion shall be in place prior to opening the lanes adjacent to the fixed obstacle to public traffic. Sand filled temporary crash cushions shall be maintained in place at each location, including times when work is not actively in progress. Sand filled temporary crash cushions may be removed during a work period for access to the work provided that the exposed fixed obstacle is 15 feet or more from a lane carrying public traffic and the temporary crash cushion is reset to protect the obstacle prior to the end of the work period in which the fixed obstacle was exposed. When no longer required, as determined by the Engineer, sand filled temporary crash cushions shall be removed from the site of the work. MATERIALS -- At the Contractor's option, the modules for use in sand filled temporary crash cushions shall be either of the following types or equal: Energite Inertial Modules Manufacturer: Distributors Energy Absorption Systems, Inc. Energy Absorption Systems, Inc. One East Wacker Drive P.O. Box 33334291 Chicago, IL 60601 -2076 Encinitas, CA 92024 Telephone (312) 467 -6750 Telephone (619) 438 -7887 FAX (619) 438 -7848 Energy Absorption Systems, Inc. Customer Service Department One East Wacker Drive Chicago, IL 60601 -2076 Telephone (800) 255 -3240 FAX (312) 467 -0201 or Fitch Inertial Modules: National Distributor Roadway Safety Service, Inc. 700 -3 Union Parkway Ronkonkoma, NY 11779 Roadway Safety Service, Inc 700 -3 Union Parkway Ronkonkoma, NY 11779 Distributor (Northern ) Singletree Sales Company 1533 Berger Drive San Jose, CA 95112 Telephone (408) 287 -1943 Distributor (Southern I Traffic Control Service, Inc. 1881 Betmor Lane Anaheim, CA 92805 Telephone (714) 937 -0422 Modules contained in each temporary crash cushion shall be of the same type at each location. The color of the modules shall be the standard yellow color as furnished by the vendor, with black lids. The modules shall exhibit good workmanship free from structural flaws and objectionable surface defects. The modules need not be new. Good used undamaged modules conforming to color and quality of the types specified above may be 10 -32 utilized. If used Fitch modules requiring a seal are furnished, the top edge of the seal shall be securely fastened to the wall of the module by a continuous strip of heavy duty tape. Modules shall be filled with sand in accordance with the manufacturer's directions, and to the sand capacity in pounds for each module as shown on the plans. Sand for filling the modules shall be clean washed concrete sand of commercial quality. At the time of placing in the modules, the sand shall contain not more than 7 percent water, as determined by California Test 226. Modules damaged due to the Contractor's operations shall be repaired immediately by the Contractor at its expense. Modules damaged beyond repair, as determined by the Engineer, due to the Contractor's operations shall be removed and replaced by the Contractor at its expense. INSTALLATION -- Temporary crash cushion modules shall be placed on movable pallets or frames conforming to the dimensions shown on the plans. The pallets or frames shall provide a full bearing base beneath the modules. The modules and supporting pallets or frames shall not be moved by sliding or skidding along the pavement or bridge deck. A Type P or Type R marker panel, as shown on the standard plans, shall be attached to the front of the leading module of each temporary crash cushion. The marker panel shall be firmly fastened to the module with commercial quality hardware or by other methods approved by the Engineer. At the completion of the project, temporary crash cushion modules, sand filling, pallets or frames, and marker panels shall become the property of the Contractor and shall be removed from the site of the work. Temporary crash cushion modules shall not be installed in permanent work. MEASUREMENT AND PAYMENT -- Temporary crash cushion modules will be measured by the unit determined from the actual count of modules used in the work or ordered by the Engineer at each location. Temporary crash cushion modules placed in accordance with the provisions in "Public Safety" elsewhere in these special provisions and modules placed in excess of the number specified or shown will not be measured nor paid for. ' Repairing modules damaged by public traffic will be paid for as extra work as provided in Section 4 -1.03D of the Standard Specifications. Modules damaged beyond repair by public traffic, when ordered by the Engineer, shall be removed and replaced immediately by the Contractor. Modules replaced due to damage by public traffic will be measured and paid for as temporary crash cushion module. If the Engineer orders a lateral move of sand filled temporary crash cushions and the repositioning is not shown on the plans, moving the sand filled temporary crash cushion will be paid for as extra work as provided in Section 4 -1.03D of the Standard ' Specifications and such temporary crash cushion modules will not be counted for payment in the new position. ' The contract unit price paid for temporary crash cushion module shall include full compensation for furnishing all labor, materials (including sand, pallets or frames and marker panels), tools, equipment and incidentals, and for doing all work involved in ' furnishing, installing, maintaining, moving and resetting during a work period for access to the work, and removing from the site of the work when no longer required (including those 10 -33 damaged by public traffic) the sand filled temporary crash cushion modules, complete in place, as shown on the plans, as specified in these special provisions and as directed by the Engineer and no additional compensation will be made therefor. 10 -1.30 EXISTING HIGHWAY FACILITIES -- The work performed in connection with various existing highway facilities shall conform to the provisions in Section 15, "Existing Highway Facilities," of the Standard Specifications and these Special Provisions. 10 -1.31 ABANDON DRAINAGE FACILITIES -- Existing inlets, manholes, reinforced concrete box culverts, culverts and pipe lines, where shown on the plans to be abandoned, shall be abandoned in place or at the option of the Contractor, shall be removed and disposed of. All resulting openings into existing structures, that are to remain in place, shall be plugged with brick and mortar. Abandoning culverts and pipe lines in place shall conform to the following: Culverts and pipe lines, that intersect the side slopes, shall be removed to a depth of not less than 3 feet, measured normal to the plane of the finished side slope, before being abandoned. Culverts and pipe lines, 24 inches in diameter and larger, shall be backfilled with sand by any method, acceptable to the Engineer, which completely fills the pipe. Sand backfill material shall be clean, free draining, and free from roots and other deleterious substances. The ends of culverts and pipe lines shall be securely closed by a brick and mortar plug. Culverts and pipe lines shall not be abandoned until their use is no longer required. The Contractor shall notify the Engineer in advance of any intended culvert or pipe abandonment. The top portion of the inlets and manholes shall be removed to a depth of 3 feet below finished grade. Frame and grate and, frame and cover shall be removed and salvaged. Abandon drainage facilities is considered as a part of clearing and grubbing and payment for such work is considered to be included in the contract price for clearing and grubbing and no additional compensation will be made therefor. Full compensation for plugs, pipe removal, drainage structure excavation, and backfill (including sand backfill), shall be considered as included in the prices paid for the various contract items of work, and no additional compensation will be made therefor. 10 -1.32 REMOVE PAVEMENT MARKERS -- Existing pavement markers, when no longer required for traffic lane delineation as directed by the Engineer, shall be removed and disposed of. The price paid for removal and disposal of pavement markers shall be included in the lump sum price paid for traffic signing and striping and no additional compensation will be made therefor. 10 -34 I' 10 -1.33 REMOVE TRAFFIC STRIPES AND PAVEMENT MARKINGS -- Traffic stripes and pavement markings to be removed will be designated by the Engineer. i ' Where blast cleaning is used for the removal of painted traffic stripes and pavement markings or for removal of objectionable material, and such removal operation is being performed within 10 feet of a lane occupied by public traffic, the residue including dust shall be removed immediately after contact between the sand and the surface being treated. Such removal shall be by a vacuum attachment operating concurrently with the blast cleaning operation. ' Nothing in these special provisions shall relieve the Contractor from its responsibilities as provided in Section 7 -1.09, "Public Safety," of the Standard Specifications. ' The price paid for removal of traffic stripes and pavement markings shall be included in the lump sum price paid for traffic signing and striping and no additional compensation will be made therefor. ' 10 -1.34 REMOVE DRAINAGE FACILITIES -- Existing box culverts, culvert pipes, inlets, headwalls, endwalls, wingwalls, PCC apron slab, pipe downdrains, air -blown mortar channels, transition structures, asphalt concrete overside drains, curb opening catch basin inlets, asphalt concrete ditches, PCC channels, riprap, PCC junction structures and manholes, where any portion of such structures is within 3 feet of the grading plane in ' excavation areas, or within one foot of original ground in embankment areas, or where shown on the plans to be removed, shall be completely removed and disposed of. Frames and grates shall be salvaged and returned to the City. Full compensation for removing existing drainage facilities and for salvaging existing frames and grates shall be considered as included in the contract lump sum price paid for clearing and grubbing and no ' additional compensation will be made therefor. 10 -1.35 REMOVE ASPHALT CONCRETE DIKE -- Existing asphalt concrete dike, where ' shown on the plans to be removed, shall be removed and hauled to an appropriate recycling facility. ' Prior to removing the dike the outside edge of the asphalt concrete to remain in place shall be cut to a neat line. The cut shall be a minimum depth of 0.17 -foot ' The dike shall be removed in such a manner so that the surfacing which is to remain in place is not damaged. 10 -1.36 REMOVE ROADSIDE SIGNS -- Existing roadside signs, at locations shown on the plans to be removed, shall be removed and disposed of. ' Existing roadside signs shall not be removed until replacement signs have been installed or until the existing signs are no longer required for the direction of public traffic, unless otherwise directed by the Engineer. The price paid for removal and disposal of roadside signs and posts shall be included in the contract price paid for traffic signing and striping and no additional compensation will be made therefor. 1 10 -35 10 -1.37 RELOCATE ROADSIDE SIGNS -- Existing roadside signs shall be removed and relocated at new locations on new posts, electroliers, and traffic signals, as shown on the ' plans. Each roadside sign shall be installed at the new location on the same day said sign is , removed from its original location. Two holes shall be drilled in each wood post as required to provide a breakaway feature as shown on the plans. The price paid for relocate roadside sign (wood post), relocate roadside sign (metal post) i and relocate roadside sign (strap and saddle bracket method) shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all work involved in relocating roadside signs, complete in place, including removing , the existing sign; disposing or re -using of existing wood or metal posts or hardware; providing new wood or metal posts and hardware and installing the relocated sign in its new position, as shown on the plans, as specified in the Standard Specifications and these ' Special Provisions, and as directed by the Engineer, and shall be included in the contract price paid for traffic signing and striping and no additional compensation will be made therefor. ' 10 -1.38 EXISTING LOOP DETECTORS -- The existing inductive loop detectors shown on the plans are to remain in place unless noted otherwise. ' If any part of the loop conductor, including the portion leading to the adjacent pull box, is damaged by the Contractor's operations, the entire detector loop shall be replaced. If any ' adjacent loop is damaged during such replacement, that loop shall also be replaced. Attention is directed to Section 10 -3.02 "Maintaining Existing and Temporary Electrical ' Systems" of these special provisions for maintaining loop detection during the various stages of construction. ' 10 -1.39 REMOVE CONCRETE -- Concrete curb and gutter, and sidewalk designated on the plans to be removed, shall be removed. Concrete curb and gutter removal will be measured and paid for by the linear foot. Concrete sidewalk and driveway approach removal will be measured and paid for by the square foot. Attention is directed to "Remove Drainage Facilities" of these special provisions for removal of concrete drainage facilities. ' Unless specified elsewhere in this contract, all non - reinforced Portland cement concrete and asphaltic concrete generated from the job site shall be disposed of at a facility which crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be ' disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total wastes generated and total , solid wastes disposed of at sanitary landfills. The Contractor shall report said tonnage's monthly to the Engineer on a form provided by the Engineer. I 10 -36 1 1 1 Where no joint exists between concrete to be removed and concrete to remain in place, the concrete shall be cut in a neat line to a minimum depth of 0.17 -foot with a power driven saw before concrete is removed. i Where concrete has been removed outside the roadway prism, the backfilled areas shall be graded to drain and blended in to join with the surrounding terrain. Concrete to be removed which has portions of the same structure both above and below ground will be considered as concrete above ground for compensation. ' 10 -1.40 CLEARING AND GRUBBING -- Clearing and grubbing shall conform to the provisions in Section 16, "Clearing and Grubbing," of the Standard Specifications and these ' special provisions. i Vegetation shall be cleared and grubbed within the limits of construction as shown on the plans. The Contractor shall ensure that the landscape subcontractor is notified 30 days prior to start of clearing and grubbing work, so that the subcontractor can perform any needed irrigation modification work. Clearing and grubbing shall include removal and disposal of any metal beam guard railings (including posts and foundations) and barbed wiring fencing (including posts and foundations) that are within the limits of construction. ' The Contractor shall note the presence of an industrial waste (IW) line as shown on the plans. The Contractor shall remove interfering portions of the line as necessary to facilitate construction and cap the remaining ends. The remainder of the line shall remain abandoned in place. However no portion of the line shall remain that is within the structural section of the new roadway or within 3 feet of the final finished surface. All existing vegetation, outside the areas to be cleared and grubbed, shall be protected from injury or damage resulting from the Contractor's operations. All activities controlled by the Contractor, except cleanup or other required work, shall be confined within the graded areas of the roadway. ' Nothing herein shall be construed as relieving the Contractor of its responsibility for final cleanup of the highway as provided in Section 4 -1.02, "Final Cleaning Up," of the Standard Specifications. 10 -1.41 ROADWAY EXCAVATION AND AC PAVEMENT REMOVAL -- This item includes ' the removal and /or disposal or stockpiling of all earth, rock, disintegrated rock, base material, asphalt dike, asphalt concrete pavement /sidewalk, temporary asphalt concrete, macadam or similar materials. Any unsuitable materials encountered below the elevation of the roadway subgrade as shown on the plans shall be removed and replaced with suitable material excavated from other parts of the work, or from an approved borrow site. It is anticipated that the Contractor will encounter cement treated base beneath the asphalt concrete. The cement treated base has been in place for many years and is likely to be very hard. The Contractor shall use the appropriate equipment to remove the cement treated base. 1 10 -37 The unsuitable material shall be completely removed from its original location and reused as , compacted fill in accordance with the provisions of Section 1 -9, "Earthwork" of the Standard Specifications. A stockpile location for excavated material has been identified by the City on the easterly side of the project between stations 180 and 190. The Contractor ' shall stockpile all excavated materials except rock, asphalt concrete dike, asphalt concrete pavement, Portland cement concrete pavement, macadam or similar unsuitable materials at the stockpile location for reuse by the City as directed by the Engineer. No additional compensation will be made for excavating and hauling to or from stockpile. Quantities of unsuitable material to be paid for by the cubic yard will be measured and calculated by the contour method utilizing field survey topographic data or design contours, whichever is lower, as shown on the plans and field survey of the site after removal of material. Payment for unsuitable material excavation shall include excavation, removal, ' backfilling and recompacting in place, hauling away and disposal as necessary. The Contractor shall conduct his operations in a manner to allow the City's representative access to the areas to be measured before the Contractor begins replacing material. No idle or down time compensation shall be made for compliance with this provision. No additional compensation will be allowed for processing (scarifying) of the bottom of removal prior to backfilling. Copies of the Materials Report are on file and available for review by the Contractor at the City of Newport Beach, Public Works Department. ' Existing asphalt pavement shall be cut to a neat straight line by means of a cutting wheel or other device which provides a minimum depth of cut of one inch and which results in a vertical break throughout the depth of pavement. Roadway excavation shall conform to the provisions in Section 19 -2, "Roadway ' Excavation," of the Standard Specifications and these special provisions and to the lines and grades shown on the plans. An earthwork analysis by construction stage has been completed to assist the Contractor. The results of this analysis are as follows: Stage 1: 4,650 cy (cut) 15,500 cy (fill) Stage 2: 46,600 cy (cut) 27,600 cy (fill) Stage 3: 20,300 cy (cut) , 28,300 cy (fill) Stage 4: 2,950 cy (cut) 2,300 cy (fill) Total earthwork quantities are 74,500 cy cut and 73,700 cy fill. The earthwork quantities for cut for both stages 3 and 4 include removal of the temporary ' pavement. For stage 3 the estimated quantity for temporary asphalt concrete pavement 10 -38 1 removal is 555 cubic yards and for stage 4 the estimated quantity of temporary asphalt concrete pavement removal is 745 cubic yards. ' Payment for these items of work shall be at the contract unit price per cubic yard of material removed as determined by the project design cross sections or by field surveys for unsuitable materials removals. No allowance has been made for bulking during excavation. Payment will include compensation for furnishing all labor, materials, tools and equipment as required to dispose of or stockpile excavated material and no additional compensation will be made therefor. ' 10 -1.42 ROADWAY FILL -- Roadway fill shall conform to the provisions in Section 19, "Earthwork," and Section 19 -5, "Compaction," of the Standard Specifications, to lines and grades shown on the plans and these special provisions. This item of work also includes the fill material necessary to place 2' of compacted fill material within the new section of the 8' x 10' box culvert. ' 1. The areas to receive compacted fill shall be stripped of all vegetation, debris, and soft or disturbed soils as described in Section 16, "Clearing and Grubbing," of the Standard Specifications and these special provisions. The excavated areas shall be approved by the Engineer prior to placing compacted fill. 2. The exposed ground surface shall then be scarified to a depth of 8 inches and the scarified ground shall be compacted to at least 90% of the maximum laboratory density as determined by the ASTM compaction method described below. Where ' fill abuts an existing slope, benching shall be performed as the compacted fill is brought to final grade. 3. Fills, consisting of soil approved by the Engineer, shall be placed in compacted horizontal layers (maximum 8 inches thick) with approved compaction equipment. Non - organic operations of the excavated on -site materials are considered satisfactory for reuse in the compacted fills. All imported fill shall be examined by the Engineer prior to use in fill areas. Cobble larger than 8 inches in diameter shall not be used in the compacted fills. 4. The fill shall be compacted to at least 90% of the maximum laboratory density for the material used. The subgrade beneath proposed pavement areas shall be ' processed to a depth of 6 inches and recompacted to at least 95% relative compaction. The maximum density should be determined by the ASTM D 1557 -70 or California Method 216. 5. Observations and field tests shall be performed during grading to assist the Contractor in obtaining the required degree of compaction and the proper moisture 1 content. Where compaction of less than the required is indicated, additional compactive effort shall be made with adjustment of the moisture content as necessary until the required compaction is obtained. 6. Wherever, in the opinion of the Engineer, an unstable condition is being created, either by cutting or filling, the work shall not proceed in that area until an ' investigation has been made and the grading plan revised if found necessary. ' 10 -39 7. Proposed cut and fill slopes shall not exceed 2:1 (horizontal to vertical) except as ' noted on the plans. Payment will be made for roadway fill at the contract unit price per cubic yard of material placed as determined by the project design cross sections. No allowance has been made for shrinkage during fill. Payment will include compensation for furnishing all labor, materials, tools and equipment and doing all work involved in fill construction for the cost of all grading, shaping, compacting or consolidating and no additional compensation will be made therefor. 10 -1.43 WATER SUPPLY -- The provision of water for use in performing the various items of work in the contract shall be the Contractor's responsibility. Full compensation for developing a water supply and applying water shall be considered as included in the prices bid for the various items of work involving the use of water, and no additional compensation will be made therefor. 10 -1.44 AGGREGATE BASE -- Aggregate base shall be Class 2 and shall conform to the provisions in Section 26, "Aggregate Bases," of the Standard Specifications and these special provisions. The first paragraph of Section 26- 1.02A, "Class 2 Aggregate Base," of the Standard Specifications is amended by adding the following sentences: Aggregate may include or consist of material processed from reclaimed asphalt concrete, Portland cement concrete, lean concrete base, cement treated base, glass or a combination of any of these materials. Aggregate base incorporating reclaimed glass shall not be placed at locations where surfacing will not be placed over the aggregate base. The fourth paragraph in said Section 26- 1.02A, is amended by adding the following sentence: Untreated reclaimed asphalt concrete and Portland cement concrete will not be considered to be treated with lime, cement or other chemical material for purposes of performing the Durability Index test. 10 -1.45 CRUSHED ROCK -- Crushed rock shall conform to the provisions in Section 90- 2.02A "Coarse Aggregate" of the Standard Specifications and these special provisions. Crushed Rock shall be 1 -1/2" maximum. Gradation shall conform to the provisions in Section 90 -3.02 "Coarse Aggregate Grading ", of the Standard Specifications. Payment for crushed rock shall be made at the contract unit price per ton and shall include all labor, materials, tools and equipment to complete the work and no additional compensation will be made therefor. 10 -1.46 CRUSHED MISCELLANEOUS BASE -- Crushed miscellaneous base shall conform to the provisions in Section 26 -1.02A "Class 2 Aggregate Base" of the Standard Specifications and these special provisions. 10 -40 1 ' Crushed miscellaneous base shall consist solely of crushed asphalt concrete and /or crushed concrete as available at Ewles Materials, 1608 Construction Circla, Irvine, Ca (714) 552- 1 6008 or approved equal. Crushed miscellaneous base shall be 3/4" maximum. Gradation shall conform to the provisions in Section 26 -1.02A "Class 2 Aggregate Base" of the Standard Specifications. ' Payment for crushed miscellaneous base shall be made of the contract unit price per ton and shall include all labor, materials, tools and equipment to complete the work and no additional compensation will be made therefor. 10 -1.47 ASPHALT CONCRETE -- Asphalt concrete shall be Type B and shall conform to the provisions in Section 39, "Asphalt Concrete," of the Standard Specifications and these special provisions. Temporary asphalt concrete pavement shall be paid of the contract price paid per ton for asphalt concrete and no additional compensation will be made therefor. The last sentence of the first paragraph in Section 39 -2.01, "Asphalts," of the Standard Specifications and the fifth, sixth, seventh and eighth paragraphs of Section 39 -3.03, "Proportioning," of the Standard Specifications shall not apply. The second paragraph in Section 39 -3.05, "Asphalt Concrete and Asphalt Concrete Base Storage," of the Standard Specifications is amended to read: i Storage silos shall be equipped with a surge - batcher sized to hold a minimum of 4,000 pounds of material. A surge - batcher consists of equipment placed at the top of the storage silo which catches the continuous delivery of the completed mix and changes it to individual batch delivery and prevents the segregation of product ingredients as the completed mix is placed into storage. The surge - batcher shall be center loading and shall be thermally insulated or heated or thermally insulated and heated to prevent material buildup. Rotary chutes shall not be used as surge - batchers. The surge - batcher shall be independent and distinct from conveyors or chutes used to collect or direct the completed mixture being discharged into storage silos and shall be the last device to handle the material before it enters the silo. Multiple storage silos shall be served by an individual surge - batcher for each silo. Material handling shall be free of oblique movement between the highest elevation (conveyor outfall) and subsequent placement in the silo. Discharge gates on surge - batchers shall be automatic in operation and shall discharge only after a minimum of 4,000 pounds of material has been collected and shall close before the last collected material leaves the device. Discharge gate design shall prevent the deflection of material during the opening and closing operation. The amount of asphalt binder to be mixed with the aggregate for Type B asphalt concrete will be determined by the Engineer in accordance with California Test 367 using the samples of aggregates furnished by the Contractor in conformance with Section 39 -3.03, "Proportioning," of the Standard Specifications. 10 -41 The amount of asphalt binder used in asphalt concrete placed in dikes shall be increased one percent by weight of the aggregate over the amount of asphalt binder determined for use in asphalt concrete placed on the traveled way. Asphalt concrete placed in layers less than 0.15 -foot in compacted thickness or widths of less than 5 feet shall be spread and compacted with the equipment and by the methods specified in said Section 39. All other asphalt concrete shall be compacted and finished in conformance with said Section 39, amended as follows: Section 39 -5.02, "Compacting Equipment," of the Standard Specifications is amended to read: 39 -5.02 Compacting Equipment. - -The Contractor shall furnish a sufficient number of rollers to obtain the specified compaction and surface finish required by these specifications. All rollers shall be equipped with pads and water systems which prevent sticking of asphalt mixtures to the pneumatic- or steel -tired wheels. A parting agent, which will not damage the asphalt mixture, as determined by the Engineer, may be used to aid in preventing the sticking of the mixture to the wheels. The second paragraph of Section 39 -6.01, "General Requirements," of the Standard Specifications is amended to read: Asphalt concrete shall be compacted by any means to obtain the specified relative compaction before the temperature of the mixture drops below 150° F. Additional rolling to achieve the specified relative compaction will not be permitted after the temperature of the mixture drops below 150° F. or once the pavement is opened to public traffic. When vibratory rollers are used as finish rollers the vibratory unit shall be turned off. Section 39 -6.03, "Compacting," of the Standard Specifications is amended by deleting the fifth, and seventh through tenth paragraphs and adding the following before the eleventh paragraph: Asphalt concrete shall be compacted to a relative compaction of not less than 95 percent and shall be finished to the lines, grades and cross section shown on the plans. In -place density of asphalt concrete will be determined prior to opening the pavement to public traffic. Relative compaction will be determined by California Test 375. Laboratory specimens will be compacted in conformance with California Test 304. Lots will be established for asphalt concrete areas to be tested, as specified in California Test 375. If the test results for any lot of asphalt concrete indicate that the relative compaction is below 95.0 percent, but above 92.9 percent, the Contractor will be advised that he is not attaining the required relative compaction and that its materials or its procedures, or both, need adjustment. Asphalt concrete spreading operations shall not continue until the Contractor has 10 -42 I notified the Engineer of the adjustment that will be made in order to meet the required compaction. ' If the test results for any lot of asphalt concrete indicate that the relative compaction is less than 93.0 percent, the asphalt concrete represented by that lot shall be removed, except as otherwise provided below. Asphalt ' concrete spreading operations shall not continue until the Contractor makes significant adjustments to its materials or procedures or both in order to meet the required compaction. The adjustments shall be as agreed to by the Engineer. However, if requested by the Contractor and approved by the Engineer, asphalt concrete with a relative compaction of 90.0 percent or greater may remain in place and the Contractor shall pay to the State the amount of reduced compensation for such lot with low compaction. The Department may deduct an amount of reduced compensation from any monies due, or that may become due, the Contractor under the contract. The amount of reduced compensation the Contractor shall pay to the State will be calculated using the total tons represented in the lot with low compaction times the contract price per ton for the contract item of asphalt concrete involved times the following reduced compensation factors: Relative Reduced Relative Reduced Compaction Compensation Compaction Compensation (Percent) Factor (Percent) Factor 93.0 0.000 91.4 0.062 92.9 0.002 91.3 0.068 I 92.8 0.004 91.2 0.075 92.7 0.006 91.1 0.082 92.6 0.009 91.0 0.090 92.5 0.012 90.9 0.098 92.4 0.015 90.8 0.108 92.3 0.018 90.7 0.118 92.2 0.022 90.6 0.129 92.1 0.026 90.5 0.142 92.0 0.030 90.4 0.157 91.9 0.034 90.3 0.175 91.8 0.039 90.2 0.196 91.7 0.044 90.1 0.225 91.6 0.050 90.0 0.300 91.5 0.056 Aggregate for asphalt concrete dikes shall conform to the 3/8 inch maximum grading as specified in Section 39 -2.02, "Aggregate," of the Standard Specifications. 1 If the Contractor selects the batch mixing method, asphalt concrete shall be produced by the automatic batch mixing method as provided in Section 39- 3.03A(1b), "Automatic Proportioning," of the Standard Specifications. If the finished surface of the asphalt concrete on the traffic lanes does not meet the specified surface tolerances, it shall be brought within tolerance by either (1) abrasive Igrinding (with fog seal coat on the areas which have been ground), (2) removal and 1 10 -43 replacement, or (3) placing an overlay of asphalt concrete. The method will be selected by the Engineer. The corrective work shall be at the Contractor's expense. If abrasive grinding is used to bring the finished surface to specified surface tolerances, additional grinding shall be performed as necessary to extend the area ground in each lateral direction so that the lateral limits of grinding are at a constant offset from, and parallel to the nearest lane line or pavement edge, and in each longitudinal direction so that the grinding begins and ends at lines normal to the pavement centerline, within any ground area. All ground areas shall be neat rectangular areas of uniform surface appearance. Abrasive grinding shall conform to the requirements in the first paragraph and the last 4 paragraphs in Section 42 -2.02, "Construction," of the Standard Specifications. In addition to the aggregate requirements listed in Section 39, "Asphalt Concrete," of the Standard Specifications, the combined aggregates shall conform to the following quality requirement when mixed with paving asphalt Grade AR -4000 in the amount of asphalt determined to be optimum by California Test 367: Test California Test Requirement Surface Abrasion 360, Method A Loss not to exceed 15 grams In addition to the requirements in Section 39 -5.01, "Spreading Equipment," of the Standard Specifications, asphalt paving equipment shall be equipped with automatic screed controls and a sensing device or devices. When placing asphalt concrete to lines and grades established by the Engineer, the automatic controls shall control the longitudinal grade and transverse slope of the screed. Grade and slope references shall be furnished, installed and maintained by the Contractor. Should the Contractor elect to use a ski device, the minimum length of the ski device shall be 30 feet. The ski device shall be a rigid one piece unit and the entire length shall be utilized in activating the sensor. When placing the initial mat of asphalt concrete on existing pavement, the end of the screed nearest the centerline shall be controlled by a sensor activated by a ski device not less than 30 feet long. The end of the screed farthest from centerline shall be controlled by a sensor activated by a similar ski device. When paving contiguously with previously placed mats, the end of the screed adjacent to the previously placed mat shall be controlled by a sensor that responds to the grade of the previously placed mat and will reproduce the grade in the new mat within a 0.01 -foot tolerance. The end of the screed farthest from the previously placed mat shall be controlled in the same manner as when placing the initial mat. Should the methods and equipment furnished by the Contractor fail to produce a layer of asphalt concrete conforming to the requirements, including straightedge tolerance, of Section 39 -6.03, "Compacting," of the Standard Specifications, the paving operations shall be discontinued and the Contractor shall modify its equipment or furnish substitute equipment. Should the automatic screed controls fail to operate properly during any day's work, the Contractor may use manual control of the spreading equipment for the remainder of that 10 -44 day, however, the equipment shall be corrected or replaced with alternative automatically controlled equipment conforming to the requirements in this section before starting another day's work. rIn addition to the straightedge requirements in Section 39 -6.03, "Compacting," of the Standard Specifications asphalt concrete pavement shall conform to the surface tolerances specified herein. The top surface of the uppermost layer of asphalt concrete surfacing shall be profiled, by the Contractor in the presence of the Engineer, using a California Profilograph or equivalent in accordance with California Test 526 and as specified in these special provisions. Prior to beginning profiles, the profilograph shall be calibrated in the presence of the Engineer. Profiles shall be made on the traveled way 3 feet from and parallel to each edge of traveled way and at the approximate location of the planned lane lines. Pavement so profiled shall conform to the following Profile Index requirements: 1. Pavement on tangent alignment and pavement on horizontal curves having a centerline radius curve of 2,000 feet or more shall have a Profile Index of 5 inches per mile or less for each 0.1 -mile section profiled. 2. Pavement with a total thickness of 0.20 -foot or less, or pavement with extensive grade correction which does not receive advance leveling operations as specified in Section 39 -6.02, "Spreading," of 1 the Standard Specifications or where the edge of asphalt concrete conforms to curbs or gutters with a Profile Index greater than 5 inches per mile. 3. Pavement within 50 feet of a transverse joint that separates the pavement from an existing pavement not constructed under the ' contract. 1 10 -45 2. Pavement on horizontal curves having a centerline radius curve of 1,000 feet or more but less than 2,000 feet including the pavement within the superelevation transition of such curves, and pavement thicker than 0.20 -foot total thickness placed on existing surfacing, shall have a Profile Index of 10 inches per mile or less for each 0.1 -mile section profiled. 3. Pavement shall not have individual deviations in excess of 0.3 -inch, as determined by California Test 526. The location of the profiles for determining deviations shall be designated by the Engineer. Checking the following areas of pavement surface with the California Profilograph or equivalent will not be required: 1. Pavement on horizontal curves having a centerline radius curve of less than 1,000 feet and pavement within the superelevation transition of such curves. 2. Pavement with a total thickness of 0.20 -foot or less, or pavement with extensive grade correction which does not receive advance leveling operations as specified in Section 39 -6.02, "Spreading," of 1 the Standard Specifications or where the edge of asphalt concrete conforms to curbs or gutters with a Profile Index greater than 5 inches per mile. 3. Pavement within 50 feet of a transverse joint that separates the pavement from an existing pavement not constructed under the ' contract. 1 10 -45 4. All shoulders and miscellaneous areas. The Contractor shall schedule paving operations such that final rolling of asphalt concrete pavement is completed and initial runs of the profilograph are completed prior to opening new pavement to public traffic. The scheduling of these operations shall be in consideration of the lane closure requirements specified in "Maintaining Traffic" of these special provisions. In the event that initial profiles are not made prior to opening the pavement to public traffic, the initial profilograph runs shall be made the next day that traffic control is permitted for the area to be profiled. The top surface of the uppermost layer of asphalt concrete surfacing that does not meet all specified surface tolerances shall be brought within tolerance by abrasive grinding. Areas which have been abrasive ground shall receive a fog seal coat. Deviations in excess of 0.3 -inch which cannot be brought into specified surface tolerances by abrasive grinding shall be corrected by either (1) removal and replacement or, (2) placing an overlay of asphalt concrete. The corrective method for each area shall be selected by the Contractor and shall be as approved by the Engineer prior to beginning the corrective work. Any replacement or overlay pavement not meeting specified tolerances shall be corrected by the methods specified above. All corrective work shall be at the Contractor's expense except that flagging costs will be paid for as provided in Section 12 -2, "Flagging," of the Standard Specifications. After abrasive grinding has been completed to reduce individual deviations in excess of 0.3 -inch, additional grinding or corrections to the surface as specified above shall be performed as necessary to reduce the Profile Index of the pavement to the specified Profile Index value required for the area. The Contractor shall run profilograms of such areas that have received abrasive grinding or corrective work until the final profilograms indicate the Profile Index of the area is within the specified tolerance. When abrasive grinding is used to bring the top surface of the uppermost layer of asphalt concrete surfacing within specified surface tolerances, additional abrasive grinding shall be performed as necessary to extend the area ground in each lateral direction so that the lateral limits of grinding are at a constant offset from, and parallel to the nearest lane line or pavement edge, and in each longitudinal direction so that the grinding begins and ends at lines normal to the pavement centerline, within any ground area. All ground areas shall be neat rectangular areas of uniform surface appearance. Abrasive grinding shall conform to the requirements in the first paragraph and the last 4 paragraphs in Section 42 -2.02, "Construction," of the Standard Specifications, except that the grinding residue shall be disposed of outside the highway right of way. The original of final profilograms that indicate the pavement surface is within the Profile Index specified shall become the property of the State and shall be delivered to the Engineer prior to acceptance of the contract. Full compensation for performing all profile checks for Profile Index and furnishing final profilograms to the Engineer, for performing all corrective work to the pavement surface including abrasive grinding, removing and replacing asphalt concrete or placing asphalt concrete overlay to bring the surface within the tolerance specified shall be considered as included in the contract price paid per ton for asphalt concrete and no additional compensation will be made therefor. 10 -46 10 -1.48 SLURRY SEAL -- Slurry Seal shall conform to the provisions in Section 37, "Bituminous Seals" of the Standard Specifications. Slurry Seal shall be placed at locations to be determined by the Engineer in the field. Aggregate shall be Type Il. The contract price paid per square yard for slurry seal shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work involved in furnishing and placing slurry seal, as specified in these special provisions and as directed by the Engineer and no additional compensation will be made therefor. 10 -1.49 PLANING ASPHALT CONCRETE -- Existing asphalt concrete shall be planed at the locations and to the dimensions shown on the plans and in accordance with these special provisions. Planing asphalt concrete pavement shall be performed by cold planing. The cold planing machine shall have a cutter head at least 30 inches wide and shall be _ . operated so as not to produce fumes or smoke. ■ The depth, width and shape of the cut shall be as indicated on the typical cross sections or as directed by the Engineer. The final cut shall result in a uniform surface conforming to the typical cross sections. The outside lines of the planed area shall be neat and uniform. The road surfacing to remain in place shall not be damaged in any way. Planed widths of pavement shall be continuous except for intersections at cross streets where the planing shall be carried around the corners and through the conform lines. The material planed from the roadway surface, including material deposited in existing gutters or on the adjacent traveled way, shall be immediately removed from the site of the work and disposed of as provided in Section 7 -1.13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications. The removal crew shall follow within 50 feet of the planer, unless otherwise directed by the Engineer. I Planing asphalt concrete pavement will be measured by the square yard. The quantity to be paid for will be the actual area of surface planed irrespective of the number of passes required. The contract price paid per square foot for plane asphalt concrete pavement shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work involved in planing asphalt concrete surfacing and disposing of material removed, as specified in these special provisions and as directed by the Engineer and no additional compensation will be made therefor. 10 -1.50 ADJUST FRAMES, COVERS, GRATES, AND MANHOLES TO GRADE -- Frames, covers, or grates of existing manholes, inlets, or other facilities shall be adjusted to grade in accordance with the provisions in Section 15 -2.05, "Reconstruction," of the Standard Specifications. 1 10 -47 0 FO Adjust Manhole to Grade Work under this item shall consist of adjusting storm drain and sewer manhole frame and covers to the finished pavement grade. P.C.C. shall be Class A as specified in Section 90 of the Standard Specifications. Frames and covers of existing manholes shall be adjusted to grade in accordance with the provisions in Section 15 -2.05, "Reconstruction," of the Standard Specifications and these special provisions. If the Contractor elects to not utilize a raising device, the following method shall be utilized: 1. After the asphalt concrete pavement placement has been completed, circular holes shall be cut where the manhole exists. The I.D. of the circular hole shall be at least 24 inches larger than the O.D. of the manhole. 2. The manhole frame and cover shall then be raised to the finished pavement grade. The manhole frame and cover shall be suitably blocked and grouted in place to the satisfaction of the Engineer. 3. A concrete collar shall be poured around the manhole frame and cover to within 2 inches of finished pavement grade. Said collar shall have a minimum depth of 8 inches and be placed on 4 -inch A.B. thoroughly compacted. 4. After concrete had cured sufficiently, it shall be tack coated and asphalt concrete shall be placed to finish pavement grade. All manholes shall be thoroughly cleaned of any constructed debris which may have entered due to the Contractor's operation. Payment for this item shall be considered as included in the other items of work and no additional compensation will be made therefor. Adjust Valve Cover to Grade Covers of existing valves or other facilities shall be adjusted to grade in accordance with the provisions in Section 15 -2.05, "Reconstruction," of the Standard Specifications and these special provisions. Adjustment of other facilities will be measured and paid for as adjust valve cover to grade. This work shall consist of adjusting valve covers to finished pavement grade per the utility owner's standards and the following: 1. The Contractor shall protect the existing facilities in place during construction and shall adjust them to final pavement grade after paving has been completed. 2. After the asphalt concrete pavement overlay has been completed, circular holes shall be cut where the valve can exist. The I.D. of the circular hole shall be at least twenty -four inches (24 ") larger than the O.D. of the water valve can. 3. The valve can shall then be adjusted to the finished pavement grade. The valve can shall be suitably blocked and grouted in place to the satisfaction of the Engineer. 4. A concrete collar shall be poured around the valve can up to two inches (2 ") from finished pavement grade. Payment for this item shall be considered as included in the other items of and no additional compensation will be made therefor. 10 -1.51 RETAINING WALLS AND REINFORCED CONCRETE BOX CULVERT EXTENSION -- This work shall consist of constructing retaining walls of reinforced concrete and concrete masonry and extending the existing reinforced concrete box culvert with wingwalls. The retaining walls shall be founded on spread footings. 1 10 -1.51A EARTHWORK -- Earthwork shall conform to the provisions in Section 19, "Earthwork," of the Standard Specifications and these special provisions. At the locations and to the limits shown on the plans, material below the bottom of the retaining wall footings shall be removed and replaced with Class 2 aggregate base material in accordance with the placing and compacting requirements for structure backfill. The relative compaction shall not be less than 95 percent. Removal of the material and furnishing, placing and compacting the replacement material shall be included in the contract price paid per linear foot for retaining wall, retaining wall (masonry wall), concrete box culvert, or wingwalls and no additional compensation will be made therefor. ' At the footings where material is removed and replaced, as described herein, a relative compaction of not less than 95 percent shall be obtained for a minimum depth of 0.5 foot below the bottom of excavation. Full compensation for structure excavation and structure backfill material required for the construction of retaining walls, box culverts and wingwalls shall be considered as included in the contract unit price per linear foot for retaining wall (masonry block, box culvert and wingwalls) and no additional compensation will be made therefor. Pervious backfill material placed behind retaining walls shall conform to the provisions in Subsection 19- 3.065, "Pervious Backfill Material," of the Standard Specification. Pervious backfill material within the limits of payment for retaining walls shall be included in the contract price paid per linear foot for retaining wall and no additional compensation will be made therefore. If the Contractor elects to use the "Weep Hole and Geocomposite Drain" alternative where permitted on the plans, the geocomposite drain shall conform to the details shown on the plans and the following: 1 10 -49 Engineering fabrics shall conform to the requirements in Section 88, "Engineering Fabrics," of the Standard Specifications. Geocomposite drain shall consist of a manufactured core not less than 0.25 inch thick nor more than 2 inches thick with one or both sides covered with a layer of filter fabric. The drain shall produce a flow rate of at least 2.0 gallons per minute per foot width at a hydraulic gradient of 1.0 and a minimum externally applied pressure of 3,500 pounds per square foot. A certificate of Compliance conforming to the provisions in Section 6 -1.07, "Certificates of Compliance," of the Standard Specifications shall be furnished for the geocomposite drain certifying that the drain produces the required flow rate and complies with these special provisions. The Certificate of Compliance shall be accompanied by a flow capability graph for the geocomposite drain showing flow rates for externally applied pressures and hydraulic gradients. The flow capability graph shall be stamped with the verification of an independent testing laboratory. Filter fabric for the geocomposite drain shall conform to the provisions for fabric for underdrains in Section 88, "Engineering Fabrics ", of the Standard Specifications. The manufactured core shall be either a preformed grid of embossed plastic, a mat of random shapes of plastic fibers, a drainage net consisting of a uniform pattern of polymeric stands forming 2 sets of continuous flow channels, or a system of plastic pillars and interconnections forming a semirigid mat. The core material and filter fabric shall be capable of maintaining a drainage void for the entire height of geocomposite drain. The filter fabric shall be integrally bonded to the core material. Core material manufactured form impermeable plastic sheeting have nonconnecting corrugations shall be placed with the corrugations approximately perpendicular to the drainage collection system. When only one side of the geocomposite drain is covered with filter fabric, the drain shall be installed with the filter side facing the embankment. The fabric facing the embankment side shall overlap a minimum of 3 inches at all joints and wrap around the exterior edges a minimum of 3 inches beyond the exterior edge. If additional fabric is needed to provide overlap at joints and wrap- around at edges, the added fabric shall overlap the fabric on the geocomposite drain at least 7 inches and be attached thereto. Should the fabric on the geocomposite drain be torn or punctured, the damaged section shall be replaced completely or repaired by placing a piece of fabric that is large enough to cover the damaged area and provide a 6 -inch overlap. Plastic pipe shall conform to the provisions for pipe for edge drains and edge drain outlets in Section 68 -3, "Edge Drains," of the Standard Specifications. Treated permeable base to be placed around slotted plastic pipe at the bottom of the geocomposite drain shall be cement treated permeable base conforming to the Provisions for cement treated permeable base in Section 29, "Treated Permeable Bases," of the Standard Specifications and these Special Provisions. 10 -50 ' The treated permeable base shall be enclosed with a high density polyethylene sheet or PVC geomembrane, not less than 10 mils thick, which is bonded with a suitable adhesive to the concrete and geocomposite drain. Surfaces to receive the polyethylene shall be cleaned before applying the adhesive. The treated permeable base shall be compacted with a vibrating shoe type compactor. ' Geocomposite drain shall include the furnishing and installing of geocomposite drain behind retaining walls, complete in place as shown on the plans. Full compensation for using the geocomposite drain alternative to pervious backfill material shall be I include din the contract price paid per linear foot for retaining wall and no additional compensation will be made therefore. 10 -1.518 CONCRETE STRUCTURES -- Portland cement concrete structures shall include retaining walls, box culvert, and wingwalls and shall conform to the provisions in Section 51, "Concrete Structures," of the Standard Specifications and these special provisions. Plastic pipe located behind retaining walls including horizontal or sloping drains or down slopes and across sidewalk areas shall be polyvinyl chloride (PVC) plastic pipe Schedule 80, conforming to the provisions for pipe for edge drains and edge drain outlets in Section 68- ' 3.02, "Materials," of the Standard Specifications. The vertical drain pipe shall be rigidly supported in place during backfilling operations. I Full compensation for furnishing and installing plastic pipe located behind retaining walls, including horizontal or sloping drains or down slopes and across sidewall areas, including horizontal or sloping drains or down slopes and across sidewalk areas, including excavation and backfill involved in placing the plastic pipe, shall be considered as included in the contract unit price paid per linear foot for retaining wall and no additional compensation will be made therefor. Concrete structures will be measured by the linear foot in accordance with the dimensions shown on the plans. Full compensation for concrete structures shall be considered as included in the contract price paid per linear foot for retaining wall or concrete box culvert or wingwall and no additional compensation will be made therefor. Concrete and bar reinforcing steel for the reinforced concrete counterfort parapet at the existing box extension shall be included in the contract price paid for concrete box culvert and no additional compensation will be made therefor. 10 -1.51C FRACTURED RIB TEXTURED SURFACE -- Fractured rib texture for concrete surfaces shall conform to the details shown on the plans and the provisions in Section 51, "Concrete Structures ", of the Standard Specifications and these special provisions: The fractured rib texture shall be an architectural texture simulating the appearance of 1 straight ribs of concrete with fractured concrete texture imparted to the raised surface between the ribs. Grooves between ribs shall be continuous with no apparent curves or discontinuities. Variation of the groove from straightness shall not exceed 1/4 inch for each 10 feet of groove. The architectural texture shall have random shadow patterns. Broken concrete at adjoining ribs and groups of ribs shall have a random pattern. The architectural texture shall not have secondary patterns imparted by shadows or repetitive fractured surfaces. 10 -51 The first paragraph of Sub - Section 52 -2.08 B is amended to read: All butt welded splices in reinforcing bars shall be full penetration butt welds conforming to the requirements in AWS D -1.4 and the requirements of these specifications. At the option of the Contractor, resistance butt welds may be used. The first paragraph of Sub - Section 523 -1.08C is amended to read: Mechanical butt splices may be the sleeve - filler metal type, the sleeve - filler grout type, the sleeve- threaded type, the sleeve- swaged type, or the sleeve- extruded type, at the option of the Contractor. Measurement for reinforcement in structures shall conform to the provision in Section 52- 1.10, "Measurement" of the Standard Specifications. Full compensation for reinforcement in structures shall be considered as included in the contract price paid per linear foot for retaining wall or concrete box culvert or wingwalls and no additional compensation will be made therefor. 10 -1.51E RETAINING WALL (MASONRY BLOCK) -- Retaining Wall (Masonry Block), consisting of a reinforced hollow unit masonry block stem, shall conform to the provisions in Sections 19, "Earthwork," 52, "Reinforcement," and 90, "Portland Cement Concrete," of the Standard Specifications and these special provisions. Masonry unit stems shall be constructed with joints of Portland cement mortar. Wall stem shall be constructed with hand laid block. Wall stems shall not be constructed with preassembled panels. Concrete for wall footings shall conform to the provisions in Section 51, "Concrete Structures ", of the Standard Specifications. Reinforcing bars shall conform to ASTM Designation: A706. Masonry units shall be hollow, load bearing, conforming to ASTM Designation: C90, medium weight classification, Grade N. Standard or open end units may be used. Open end units, if used, shall not reduce the spacing of the bar reinforcement as shown on the plans. The masonry units shall be slumped blocks and shall be laid in running bond. The color shall be approved by the City, selected from the manufacturer's standards, and uniform throughout the limits of the project. Portland cement mortar shall be colored to match the units. Coloring shall be chemically inert, fade resistant mineral oxide or synthetic type. Portland cement for wall stems shall conform to Section 90 -2.01, "Portland Cement," of the Standard Specifications. Hydrated lime shall conform to ASTM Designation: C207, Type S. Mortar sand shall be commercial quality. 10 -54 I Mortar for laying masonry units shall consist, by volume, of one part Portland Cement, 0 to 1/2 parts of hydrated lime, and 2 -1/4 to 3 parts mortar sand. Sufficient water shall be added to make a workable mortar. Each batch of mortar shall be accurately measured and thoroughly mixed. Mortar shall be freshly mixed as required. Mortar shall not be retempered more than one hour after mixing. ' Aggregate for grout used to fill masonry units shall conform to the provisions for aggregate and coarse aggregate in Section 90 -2.02, "Aggregates," and to Section 90 -3, "Aggregate Grading," of the Standards Specifications, except that the grading for coarse aggregate 1 shall be as follows: Sieve Sizes Percentage Passing Grout proportioned by volume shall consist of one part Portland Cement, 0 to 1/10 part hydrated lime, 2 -1/4 to 3 parts fine aggregate and 1 to 2 parts coarse aggregate. Aggregate volumes shall be based on a loose, air -dry condition. Grout shall contain only enough water to cause it to flow and fill the voids without segregation. No additives or admixtures shall be used in mortar for grout. Construction of reinforced concrete masonry unit wall stems with Portland Cement mortar joints shall conform to the following: Concrete masonry unit construction shall be true and plumb in the lateral direction and shall conform to the grade shown on the plans in the longitudinal direction. Bond beam units or recesses for horizontal reinforcement shall be provided. ' All cells shall be solid grouted and shall be provided with cleanout openings at the bottoms of each grout lift that exceeds 5 feet in height. After cell inspection, the cleanouts shall be sealed before filling with grout. Mortar joints shall be approximately 3/8 inch wide. Walls and cross webs forming cells to be filled with grout shall be full bedded in mortar to prevent leakage of grout. All head and bed joints shall be solidly filled with mortar for a distance in from the face of the wall or unit not less than the thickness of the longitudinal face shells. Head joints shall be shoved tight. Mortared joints shall be placed so as to preserve the unobstructed vertical continuity of the grout filling. Any overhanging mortar or other obstruction or debris shall be removed from the inside of such cells. Reinforcement shall be surely held in position at top and bottom with either wire ties or spacing devices and at intervals not exceeding 192 bar diameters. Wire shall be 16 -gage or heavier. Wooden, aluminum, or plastic spacing devices shall not be used. 1 10 -55 1/2" 100 3/8" 85 -100 No.4 0 -30 No.8 0 -20 Grout proportioned by volume shall consist of one part Portland Cement, 0 to 1/10 part hydrated lime, 2 -1/4 to 3 parts fine aggregate and 1 to 2 parts coarse aggregate. Aggregate volumes shall be based on a loose, air -dry condition. Grout shall contain only enough water to cause it to flow and fill the voids without segregation. No additives or admixtures shall be used in mortar for grout. Construction of reinforced concrete masonry unit wall stems with Portland Cement mortar joints shall conform to the following: Concrete masonry unit construction shall be true and plumb in the lateral direction and shall conform to the grade shown on the plans in the longitudinal direction. Bond beam units or recesses for horizontal reinforcement shall be provided. ' All cells shall be solid grouted and shall be provided with cleanout openings at the bottoms of each grout lift that exceeds 5 feet in height. After cell inspection, the cleanouts shall be sealed before filling with grout. Mortar joints shall be approximately 3/8 inch wide. Walls and cross webs forming cells to be filled with grout shall be full bedded in mortar to prevent leakage of grout. All head and bed joints shall be solidly filled with mortar for a distance in from the face of the wall or unit not less than the thickness of the longitudinal face shells. Head joints shall be shoved tight. Mortared joints shall be placed so as to preserve the unobstructed vertical continuity of the grout filling. Any overhanging mortar or other obstruction or debris shall be removed from the inside of such cells. Reinforcement shall be surely held in position at top and bottom with either wire ties or spacing devices and at intervals not exceeding 192 bar diameters. Wire shall be 16 -gage or heavier. Wooden, aluminum, or plastic spacing devices shall not be used. 1 10 -55 Splices in vertical reinforcement will be allowed only where shown on the plans. All grout in the cells shall be consolidated at the time of placement by puddling or vibrating and reconsolidated after excess moisture has been absorbed but before plasticity is lost. Slicing with a trowel is not acceptable. If the total height of grout to be placed exceeds 6 feet, the grout shall be placed in 4 -foot maximum height lifts. The grout placement shall proceed in lifts until the full height of the section is placed. A minimum waiting period between placing of lifts shall be limited to the time required to obtain initial consolidation of grout, but shall be not less than 30 minutes. A construction joint is required at the top of the top course to permit placement of the mortar and masonry cap block. The mix design for the mortar cap shall be as approved by the Engineer. Construction joints shall be made in grout when the placing of grout in grout filled cells is stopped for more than one hour. The construction joint shall be 112 inch below the top of the last course filled with grout. When fresh masonry joins masonry that is partially or totally set, the contact surface shall be cleaned, roughened and lightly wetted. Surface of the concrete on which the masonry walls are to be placed shall be roughened and cleaned, exposing the stone aggregate, and shall be flushed with water and allowed to dry to a surface dry condition immediately prior to laying the masonry units. Where masonry unit cutting is necessary, all cuts shall be made with a masonry saw to neat and true lines. Masonry units with excessive cracking or chipping of the finished exposed surfaces will not be acceptable. Masonry shall be protected as provided for concrete structures in Section 90 -6, "Protecting Concrete," of the Standard Specifications and these Special Provisions. During erection, all cells shall be kept dry in inclement weather by covering partially completed walls. The covering shall be waterproof fabric, plastic or paper sheeting, or other approved material. Wooden boards and planks are not acceptable as covering materials. The covering shall extend down each side of masonry walls approximately 2 feet. Splashes, stains or spots on the exposed faces of the wall shall be removed. In addition to normal inspections, the Contractor will employ special inspectors who shall provide inspection during the preparation of masonry wall prisms, sampling and placing of all masonry units, placement of reinforcement, inspection of grout space immediately prior to closing of cleanouts and during all grouting operations. Compliance with the requirements for the specified compressive strength of masonry, F, shall be confirmed by masonry prism testing. The compressive strength of masonry determined in accordance with Uniform Building Code (UBC) 10 -56 Standard No. 24 -26 for each set of prisms shall equal or exceed f'm. Verification by masonry prism testing shall meet the criteria for UBC. Retaining wall (Masonry block) will be measured by the square foot of wall projected on a vertical plane between the elevation lines shown on the plans and length of wall. The contract price paid per square foot of masonry block wall shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing the work involved in construction these wall complete in place, including all footing, pervious backfill material, filter fabric, anchorages, excavation, backfill reinforcement, and cable railing as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer and no additional compensation will be made therefor. 10- 1.51E.1 WATERPROOFING -- Retaining wall (Masonry block) exposed to subgrade shall be waterproofed conforming to Section 54, "Waterproofing" of the Standard Specifications and these special provisions. Full compensation for furnishing all labor, materials, tools, equipment and incidentals, and providing all the work involved in applying the waterproofing, complete in place, as shown the in plans, shall be considered as included in the contract unit price paid per linear foot for retaining wall (masonry block) and no additional compensation will be made therefor. 10 -1.51F CABLE RAILING -- Cable railings shall conform to the details shown on the plans and to the provisions in Section 83 -1, "Railings" of the Standard Specifications and these special provisions. Full compensation for furnishing and installing cable railing on the box culvert wingwalls shall be considered as included in the contract unit price paid per linear foot for retaining wall (masonry block) and wingwall and no additional compensation will be made therefor. 10 -1.51G TUBULAR HANDRAILING -- Tubular handrailing shall conform to the details 1 shown on the plans and to the provisions in Section 83 -1, "Railings" of the Standard Specifications and these special provisions. Full compensation for furnishing all labor, materials, tools, equipment and incidental and for doing all the work involved in furnishing and constructing the railing on top of the barrier on retaining wall, shall be considered as included in the contract unit price paid per linear foot for retaining wall and no additional compensation will be made therefor. 10 -1.51H CONCRETE BARRIER -- Concrete barrier shall conform to the details shown on I the plans and to the provisions in Section 83 -2, "Barriers ", of the Standard Specification and these Special Provisions. Full compensation for furnishing all labor, materials, tools, equipment and incidentals for doing all work involved in constructing the barrier on top of retaining wall including concrete, reinforcement and fractured rib texture, shall be considered as included in the contract unit price paid per linear foot for retaining wall and no additional compensation will be made therefor. I 1 10 -57 10 -1.52 ENERGY DISSIPATOR -- This work shall consist of constructing energy dissipators of reinforced concrete per American Public Works Association Standard Plans for the widths as shown on the plans and with modifications as specified herein. Cable railings shall conform to the details shown in the plans and to the provisions in Section 83 -1, "Railings" of the Standard Specifications and these Special Provisions. Full compensation for furnishing and installing cable railing on the energy dissipator shall be considered as included in the contract lump sum price paid for energy dissipator and no additional compensation will be made therefor. The lump sum contract price paid for each energy dissipator of the specified width shall include compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in constructing the structures complete in place, including earthwork, reinforcement, concrete, and cable railing as shown on the plans, as specified in these special provisions, and as directed by the Engineer and no separate payment will be made therefor. 10 -1.53 REINFORCED CONCRETE STRUCTURES AND CATCH BASINS -- Work under these items consists of constructing the storm drain manholes, junction structures, catch basins with local depressions, and any other reinforced concrete storm drain structures as shown on the plans and in these specifications. Concrete and placement shall conform to Section 51 -1.02, "Minor Structures," of the Standard Specifications. Class A concrete per Section 90 -10, "Minor Concrete," of the Standard Specifications shall be used for all structures unless otherwise specified on the plans. All testing for the concrete shall be done in accordance to Section 6, "Control of Materials," of the Standard Specifications and these special provisions. A result of any testing that does not meet the requirements specified herein shall be rejected by the City, and it shall be reconstructed by the Contractor at no cost to the City. All concrete structures shall be placed on firm and damp subgrade. If the existing subgrade is unstable, then it shall be overexcavated to the depth to be determined by the Engineer. Bedding material shall be used to backfill within 6 inches from the bottom of and around concrete structures. The remaining overexcavated area shall be backfilled with aggregate base. Payment for these items shall be at the contract price for each item constructed in place and shall include all labor, materials, tools, manhole frame and cover, and equipment to complete the work and additional compensation will be made therefore. 10 -1.54 PCC DOWNDRAIN -- Construction of PCC downdrain shall be in accordance with the applicable portions of the Orange County Environmental Management Agency Standard Plan 1321, and the details shown on the project plans. Concrete shall be Class A per Section 90, "Portland Cement Concrete," of the Standard Specifications. Flyash additives and /or substitutes shall not be permitted. 10 -58 II Payment for PCC downdrain shall be made at the contract unit price per linear foot in place and shall include all labor, materials, forms, curing compound, and equipment required to complete the construction as required on the plans and no additional compensation will be made therefor. 10 -1.55 REMOVE MISCELLANEOUS CONCRETE -- Remove miscellaneous concrete shall conform to the provisions in Section 15 -3 of the Standard Specifications and these special provisions. These items include the removal and disposal of all P.C.C. curb, curb and gutter, cross gutter, sidewalks, driveways and other miscellaneous concrete removals shown on the construction plans. IPayment for these removals shall be made at the contract unit price per square foot for cross - gutter, sidewalk and driveway or linear foot for curb or curb and gutter removed and 1 shall include all labor, materials and equipment for sawcutting, removal, and disposal and no additional compensation will be made therefor. ' 10 -1.56 ASPHALT CONCRETE DIKE -- Asphalt Concrete Dike Construction shall conform to Section 39, "Asphalt Concrete," of the Standard Specifications. Payment for "Asphalt Concrete Dike" shall be made at the contract price per linear foot of dike and shall include all labor, materials, tools and equipment to complete the work and no additional compensation will be made therefor. 10 -1.57 PATTERNED COLORED CONCRETE -- Patterned colored concrete and grout shall conform to the provisions in Section 51, "Concrete Structures," Section 52, "Reinforcement," Section 73, "Concrete Curbs and Sidewalks," and Section 90 -10, "Minor Concrete," of the Standard Specifications and these special provisions. Aggregate for minor concrete (patterned colored concrete) shall conform to the grading specified for fine aggregate in Section 90 -3.03, "Fine Aggregate Grading," of the Standard Specifications. Aggregate for grout shall conform to the following grading: Sieve Sizes Percentage Passing No. 4 100 No. 8 90 -100 No. 16 60 -100 No. 30 35 -70 No. 50 15 -35 INo. 100 2 -15 The texture, color and slump of the patterned colored concrete shall be similar to that on Pacific Coast Highway within the Project limits. However, the Engineer shall approve the texture, color and slump of the patterned colored concrete prior to construction as noted below. A sample of sufficient size of each type and color of patterned colored concrete, to demonstrate the texture and color of the concrete, including color hardener, curing and finishing compounds and color wax, for both grouted and ungrouted finishes, shall be submitted to the Engineer for written approval. 1 10 -59 Patterned colored concrete shall not be placed prior to approval by the Engineer of the samples prepared and submitted by the Contractor. Aggregate base shall be Class 2 and shall conform to the provisions in Section 26, "Aggregate Bases," of the Standard Specifications and these special provisions. The respective pattern types and colors of concrete for patterned colored concrete shall be placed at the locations shown on the plans, struck off and compacted until a layer of mortar is brought to the surface. The concrete shall be screened to the required grade and cross section and floated to a uniform surface. Floor color hardener shall be applied to the plastic surface of the concrete by the "dry - shake" method using a minimum of 60 pounds of hardener per 100 square feet. Hardener shall be applied, and shall be trowled only after the final floating. The resultant color of the floor hardener shall closely conform to the colors specified on the plans for the respective areas. The forming tools for the patterned colored concrete shall be applied to form the patterned surfaces while the concrete is still in the plastic stage of set. Patterned colored concrete areas shall be cured by the curing compound method as provided in Section 90-7.01B, "Curing Compound Method," except the curing compound shall be the clear or translucent type conforming to the requirements of AASHTO designation: M 148, Type 1 -D, except that the loss of water in the water retention test shall not exceed 0.040 -gram per square centimeter of surface. The curing compound shall be applied at the rate of one gallon per 150 square feet of area. Color wax curing and finishing compound shall be applied to the patterned colored concrete. Color wax shall conform to the respective color of the floor hardened specified and shall be thinned in the proportion of 4 parts color wax to 3 parts of mineral spirits (paint thinner). The mixture shall be applied uniformly with a roller or a motor - driven power sprayer at a rate of between 600 to 650 square feet per gallon of unthinned color wax. The color waxed surface shall be polished using a fine brush which will remove residual dust from the surface. For payment purposes, the area in square feet of patterned colored concrete will be determined from horizontal measurements of the finished patterned colored concrete. The contract price paid per square foot for patterned colored concrete shall include full compensation for furnishing all labor, materials (including welded wire fabric, where required, and aggregate base), tools, equipment and incidentals, and for doing all the work involved in constructing patterned colored concrete, complete in place, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer and no additional compensation will be made therefor. 10 -1.58 4 -INCH AND 8 -INCH PCC SIDEWALK -- The work under this item includes construction of 4 -inch and 8 -inch thick PCC sidewalk over 4 inches of sand per City of Newport Beach Standard Drawing No. 180 -L, and colored concrete landscape maintenance strip and pullouts. Sand shall have a minimum SE of 30. 10 -60 Construction of these items shall be in accordance with Section 73, "Concrete Curbs and Sidewalks," of the Standard Specifications and the line and grades as shown on the plans. ' Concrete shall be Class A per Section 90, "Portland Cement Concrete," of the Standard Specifications. Flyash additives and /or substitutes shall not be permitted. The color of the concrete landscape maintenance strip and pullouts as shown on the plans shall be in accordance with Section 10 -1.57, "Patterned Colored Concrete," of these special provisions. Payment for 4 -inch and 8 -inch P.C.C. sidewalk shall be made at the contract unit price per square foot in place and shall include all labor, materials including sand, forms, curing compound, and equipment to complete the construction as required on the plans and no additional compensation will be made therefor. Payment for 4 -inch and 8 -inch colored P.C.C. landscape maintenance strip and pullouts shall be made at the contract unit price per square foot in place and shall include all labor, materials including sand, forms, curing, and equipment to complete the construction as required on the plans and no additional compensation will be made therefor. 10 -1.59 PCC DRIVEWAY APPROACH -- The work under this item includes construction of 6 -inch thick PCC driveway approach per City of Newport Beach Standard Drawing No. 1 166 -L. Construction of this item shall be in accordance with Section 73, "Concrete Curbs and Sidewalks ", of the Standard Specifications and as shown on the plans. Payment for PCC commercial driveway approach type III shall be made at the contract unit price per square foot in place and shall include all labor, materials, forms, curing compound, and equipment to complete the construction as shown on the plans and no additional compensation will be made therefor. 10 -1.60 PARKWAY CULVERT -- Parkway culverts shall conform to the details for parkway culvert or grated inlet structure as shown on the plans. The contract price paid per each parkway culvert or grated inlet structure shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work required to construct the parkway culvert (including grated inlet) or grated inlet structure, complete in place, as shown on the plans, and these special provisions and as directed by the Engineer and no additional compensation will be made therefor. 10 -1.61 ROADSIDE SIGNS -- Roadside signs shall be installed at the locations shown on the plans or where directed by the Engineer, and shall conform to the provisions in Section 56 -2, "Roadside Signs," of the Standard Specifications and these special provisions. Type N, Type P, and Type R marker panels mounted on a post with a roadside sign and delineators installed on the flexible or channel posts shall be considered to be roadside signs and will not be paid for as markers or delineators. r 1 10.61 The Contractor shall furnish sign panels, posts, strap and saddle brackets, signal mastarm mounting, and mounting materials to install roadside signs as shown on the plans. Sign panel size shall be Caltrans "Standard" size unless noted otherwise on the plans. Sign panels for roadside signs shall be aluminum. Sign sheeting shall be high intensity reflective sheeting. All roadside signs shall be in accordance with the latest Caltrans Standard Sign Specifications and materials shall be contained on the Caltrans Prequalified and Tested Signing and Delineation Materials list as contained in Section 8 -1.06 of these Special Provisions. Roadside sign panels used for traffic control systems shall not be reused for final roadside signs unless approved by the Engineer. Full compensation for furnishing and installing roadside signs, including posts, strap and saddle, traffic signal mastarm mounting and mounting hardware shall be considered as included in the contract lump sum price paid for traffic signing and striping and no additional compensation will be made therefor. 10 -1.62 REINFORCED CONCRETE PIPE -- Reinforced concrete pipe shall conform to the provisions in Section 65, "Reinforced Concrete Pipe," of the Standard Specifications and these special provisions. Pipe bedding shall be in accordance with City of Newport Beach Standard Plan No. 106 -L. Except as otherwise designated by classification on the plans or in the specifications, joints for culvert and drainage pipes shall conform to the plans or specifications for standard joints. Reinforced concrete pipe shall be either dry cast or spun. Cast reinforced concrete pipe shall be manufactured by placing the concrete into stationary, vertical, cylindrical metal forms. Spun reinforced concrete pipe shall be manufactured by introducing the concrete into a rotating, horizontal, cylindrical metal form. Special reinforced concrete pipe, having concrete cover over the steel reinforcement greater than the cover specified in AASHTO Designation: M 170, shall conform to the provisions in Section 65 -1.02, "Materials," and Section 65- 1.02A, "Circular Reinforced Concrete Pipe," of the Standard Specifications, except the width of crack produced by the D -load test specified in AASHTO Designation: M 170 shall be the width determined by the following formula: b _ t -3/8d x 0.01 -inch t- 3 /8d -C b = Width of crack to be produced in lieu of the 0.01 -inch crack specified in AASHTO Designation: M 170 t = Wall thickness of pipe d = Effective depth of the section to be tested 10 -62 C = Concrete cover over steel reinforcement in excess of cover specified in AASHTO Designation: M 170 Reinforced concrete pipe that is to be hydrostatically tested shall be strength tested by the 3 -edge bearing method to a maximum D -load of 10 percent greater than the 0.01 -inch cracking D -load specified in AASHTO Designation: M 170 or to the actual D -load required ' to produce a 0.01 -inch crack, whichever is the lesser. 10 -1.63 ROCK SLOPE PROTECTION FABRIC -- Rock slope protection fabric shall conform to the provisions in Section 88, "Engineering Fabrics" of the Standard Specifications and these special provisions. Rock slope protection fabric shall be nonwoven type fabric - Type B. The elongation at break for the rock slope protection fabric shall be 50 percent minimum, in lieu of 50 percent maximum. Rock slope protection fabric is anticipated to be used for two purposes on this project. These uses are beneath the rock slope protection and as a "bedding and blanket' for the crushed rock as noted on the rock blanket detail on sheet C -3 of the plans. The contract price paid per square yard for rock slope protection fabric shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in furnishing and placing rock slope protection fabric, complete in place, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer and no additional compensation will be made therefor. 10 -1.64 ROCK SLOPE PROTECTION -- Rock slope protection shall conform to the provisions in Section 72, "Slope Protection," of the Standard Specifications. Rock slope protection fabric shall be as identified in Section 10 -1.63 "Rock Slope Protection Fabric" of these special provisions. 1 Payment for rock slope protection shall be made at the contract unit price bid per cubic yard and shall include full compensation for all labor, materials, tools, equipment and incidentals and for doing all the work involved in furnishing and placing rock slope protection as shown on the plans and no additional compensation will be made therefor. 10 -1.65 PCC CURB AND, CURB AND GUTTER -- Concrete curbs, and curb and gutter shall 1 be constructed according to the details shown on the plans and shall conform to the provisions in Section 73, "Concrete Curbs and Sidewalks," of the Standard Specifications and these special provisions. Weakened plane joints for curb and, curb and gutter shall be constructed in conformance with Section 73, "Concrete Curbs and Sidewalks ", except that the intervals for curb and sidewalk weakened plane joints shall not exceed 10 feet. The curb and curb and gutter joints shall be aligned and shall have a radius of 1/8 inch. 10 -63 No weakened plane joint or monolithic concrete placement shall be allowed between driveways and sidewalk, sidewalk and driveway approach, driveway approach and curb or curb and sidewalk. Full compensation for providing 10 mil PVC liner and asphalt emulsion for the moisture barrier as shown on the plans shall be considered as included in the contract unit price paid per linear foot of curb or curb and gutter and no additional compensation will be made therefor. Payment for these items of work shall be made at the contract unit price bid per linear foot in place and shall include full compensation for all labor, materials and equipment required to place the curb and curb and gutter to the line and grade as shown on the plans and no additional compensation will be made therefor. 10 -1.66 MARKERS AND DELINEATORS -- Markers and delineators shall conform to the provisions in Section 82, "Markers and Delineators," of the Standard Specifications and these special provisions. Markers and delineators on flexible posts shall be as specified in "Prequalified and Tested Signing and Delineation Materials," elsewhere in these special provisions. Flexible posts shall be made from a flexible white plastic which shall be resistant to impact, ultraviolet light, ozone and hydrocarbons. Flexible posts shall resist stiffening with age and shall be free of burns, discoloration, contamination, and other objectionable marks or defects which affect appearance or serviceability. Reflective sheeting for metal and flexible target plates shall be the reflective sheeting designated for channelizers, markers, and delineators specified in "Prequalified and Tested Signing and Delineation Materials," elsewhere in these special provisions. Attention is directed to "Roadside Signs" of these special provisions regarding payment for Type N, Type P, and Type R markers and delineators. 10 -1.67 THERMOPLASTIC TRAFFIC STRIPES AND PAVEMENT MARKINGS -- Thermoplastic traffic stripes (traffic lines) and pavement markings shall conform to the provisions in Sections 84 -1, "General," and 84 -2, "Thermoplastic Traffic Stripes and Pavement Markings," of the Standard Specifications and these special provisions. The State Specification No. for glass beads in Section 84 -2.02, "Materials," of the Standard Specifications is amended to read "8010-21C-22 (Type II)." The final traffic stripes for 4 -inch skip white shall be painted (1 -coat) prior to installing non - reflective raised pavement markers. All other final traffic stripes and markings shall be thermoplastic. Thermoplastic material shall conform to the requirements of State Specification No 8010- 21C -19. At the option of the Contractor, permanent striping tape as specified in "Prequalified and Tested Signing and Delineation Materials" elsewhere in these special provisions, may be placed instead of the thermoplastic traffic stripes and pavement markings specified herein, except that STAMARK Brand Pavement Tape, Bisymmetric 1.75 Grade, manufactured by 10 -64 I the 3M Company, shall not be used. Pavement tape, if used, shall be installed in accordance with the manufacturer's specifications. The contract price paid for traffic signing and striping shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing and installing thermoplastic traffic stripes and pavement markings, or I permanent tape, complete in place, as shown on the plans, as specified in the special provisions, and as directed by the Engineer, and no additional compensation will be made therefor. When bituminous adhesive is used for pavement marker placement, traffic control during placement operations shall conform either to the requirements of "Traffic Control System For Lane Closure" or "Traffic Control For Traffic Striping" of these special provisions. See Section 10 -1.73, "Paint Traffic Stripes and Pavement Markings," for installing permanent non - reflective pavement markers two (2) weeks after the initial painting of 4 inch skip traffic stripes. The contract price paid for traffic signing and striping shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing and installing stage construction traffic striping, markings and raised pavement markers and initial painting of final 4 -inch skip traffic stripes and installing final 1 raised pavement markers (reflective and non - reflective), complete in place, as shown on the plans, as specified in the special provisions, and as directed by the Engineer, and no additional compensation will be made therefor. 1 10 -65 10 -1.68 PAINT TRAFFIC STRIPES AND PAVEMENT MARKINGS -- Painting traffic stripes (traffic lines) and pavement markings shall conform to the provisions in Sections 84 -1, "General," and 84 -3, "Painted Traffic Stripes and Pavement Markings," of the Standard Specifications and these special provisions. The State Specification No. for glass beads in Section 84 -3.02, "Materials," of the Standard Specifications is amended to read "8010- 21C -22 (Type Ip." Traffic stripes and markings during stage construction shall be paint (2- coats). 10 -1.69 PAVEMENT MARKERS -- Pavement markers shall conform to the provisions in Section 85, "Pavement Markers," of the Standard Specifications and these special provisions. The second paragraph in Section 85 -1.02 "Type of Markers," of the Standard Specifications shall not apply. Certificates of compliance shall be furnished for pavement markers as specified in "Prequalified and Tested Signing and Delineation Materials" elsewhere in these special provisions. When bituminous adhesive is used for pavement marker placement, traffic control during placement operations shall conform either to the requirements of "Traffic Control System For Lane Closure" or "Traffic Control For Traffic Striping" of these special provisions. See Section 10 -1.73, "Paint Traffic Stripes and Pavement Markings," for installing permanent non - reflective pavement markers two (2) weeks after the initial painting of 4 inch skip traffic stripes. The contract price paid for traffic signing and striping shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing and installing stage construction traffic striping, markings and raised pavement markers and initial painting of final 4 -inch skip traffic stripes and installing final 1 raised pavement markers (reflective and non - reflective), complete in place, as shown on the plans, as specified in the special provisions, and as directed by the Engineer, and no additional compensation will be made therefor. 1 10 -65 SECTION 10 -2 HIGHWAY PLANTING AND IRRIGATION SYSTEMS 10 -2.01 GENERAL -- The work performed in connection with highway planting and irrigation systems shall conform to the provisions in Section 20, "Erosion Control and Highway Planting," of the Standard Specifications and these special provisions. Irrigation crossovers, electric service (irrigation), irrigation controller enclosure cabinets, water meter and payment therefor shall conform to the provisions specified elsewhere in these special provisions. PROGRESS INSPECTIONS -- Progress inspections will be performed by the Engineer for highway planting and irrigation system work at designated stages of the work. Inspections will be performed for work completed at each stage within an irrigation system or systems. Progress inspections will not relieve the Contractor of its responsibility for installation in accordance with the special provisions, plans and Standard Specifications. Work within an area shall not progress beyond each stage until the inspection has been completed, corrective work has been performed, and the work is approved, unless otherwise permitted by the Engineer. The requirements for progress inspections will not preclude additional inspections of work by the Engineer at any time during the life of the contract. The Contractor shall notify the Engineer in writing, at least 4 working days prior to completion of the work for each stage of an area and shall allow a minimum of 3 working days for the inspection. Progress inspections will be performed at the following stages of work: PRESSURE TESTING OF PIPELINES -- During pressure testing of the pipelines on supply side of control valves. TESTING OF CONDUCTORS -- During testing of low voltage conductors. PREPARING PLANTING AREAS -- Before planting begins and after completion of the work specified for planting in Section 20 -4.03, "Preparing Planting Areas," of the Standard Specifications and these special provisions. PLANTING. -- Before plant establishment work begins and after completion of the work specified for planting in Section 20 -4.05, "Planting." of the Standard Specifications and these special provisions. PLANT ESTABLISHMENT WORK -- Progress inspections will be performed at intervals of one month during the plant establishment period. 10 -2.01A COST BREAK -DOWN -- The Contractor shall furnish to the Engineer a cost break -down for the contract lump sum items of highway planting and irrigation system. Cost break -downs shall be completed and furnished in a format approved by the Engineer. 10 -66 ,t The Contractor shall determine the quantities required to complete all the work shown on the plans. Such quantities and their values shall be included in the cost break -downs submitted to the Engineer for approval. The Contractor shall be responsible for the accuracy of the quantities and values used in the cost break- downs submitted for approval. No adjustment in compensation will be made in the contract lump sum prices paid for landscaping and irrigation system due to any differences between the quantities shown in the cost break -downs furnished by the Contractor and the quantities required to complete the work as shown on the plans. The sum of the amounts for the units of work listed in each cost break -down for 1 highway planting and irrigation system work shall be equal to the contract lump sum price bid for said work. Overhead and profit shall be included in each individual unit listed in each cost break -down. Cost break -downs shall be submitted to the ' Engineer for approval within 15 working days after the contract has been approved. Cost break -downs shall be approved, in writing by the Engineer, before any partial payment for the items of highway planting and irrigation system will be made. Approved cost break -downs will be used to determine partial payments during the progress of the work and as the basis of calculating the adjustment in compensation for the items of highway planting and irrigation system due to changes ordered by the Engineer. When an ordered change increases or decreases the quantities of an approved cost break -down, the adjustment in compensation will be determined in the same manner specified for increases and decreases in the quantity of a contract item of work in accordance with Section 4- 1.036, "Increased or Decreased Quantities," of the Standard Specifications. 10 -2.02 HIGHWAY PLANTING -- The work performed in connection with highway planting shall conform to the provisions in Section 20 -4, "Highway Planting," of the Standard Specifications and these special provisions. ' 10 -2.02A HIGHWAY PLANTING MATERIALS - GENERAL -- Soil amendment shall be an organic amendment derived from 100 percent fir sawdust, nitrogen stabilized containing a minimum 0.5 percent nitrogen on dry weight basis with no ammonia added. Soil amendment shall be comprised of particles of such size that 100 percent shall pass a 5(8" standard screen, shall contain no more then 3 percent ash based on dry weight, and be low in salinity MULCH -- Mulch shall be wood chips. Wood chips produced from tree trimmings may contain leaves and small twigs. Plant material, that has been reduced to chips as provided elsewhere in these special provisions, shall not be substituted for mulch, nor shall such chipped material be placed within areas designated on the plans to receive mulch. TOP SOIL -- Top soil shall be Class A (imported) as designated in the Standard Specifications for Public Works Construction. Topsoil shall be placed to the limits noted on the plans. 1 10 -67 COMMERCIAL FERTILIZER -- Commercial fertilizer (slow release) shall be a pelleted or granular form, shall be a slow release type and shall have the following guaranteed chemical analysis: Ingredient Percentage Nitrogen 12 Phosphoric Acid 8 Water Soluble Potash 8 Commercial fertilizer (tablet) shall be a slow release type and shall be in tablet form. Each tablet, as shown on the Plant List on the plans, shall weigh 10-1/2 t 0.5 grams, and shall have the following guaranteed chemical analysis: Ingredient Percentage Nitrogen 20 Phosphoric Acid 10 Water Soluble Potash 5 10 -2.026 ROADSIDE CLEARING -- Prior to preparing planting areas, or commencing irrigation trenching operations for planting areas, trash and debris shall be removed from the entire highway right of way, within the project limits, excluding paved areas, medians and existing planted areas where existing plants are to remain. After the initial roadside clearing is complete, additional roadside clearing work shall be performed as often as necessary to maintain the areas, as specified above, in a neat appearance until the start of the plant establishment period. This work shall include the following: Trash and debris shall be removed. Rodents shall be controlled. Weed growth shall be killed before the weeds reach the seed stage of growth or exceed 6 inches in length. WEED CONTROL -- Weed control shall also conform to the following: Tumbleweeds shall be controlled by hand pulling before the tumbleweeds reach a height of 6 inches. Removed weeds shall be disposed of outside the highway right of way in accordance with the provisions in Section 7 -1.13 of the Standard Specifications. Weeds shall be mowed when directed by the Engineer and such mowing will be paid for as extra work as provided in Section 4 -1.03D of the Standard Specifications. 10 -2.02C PESTICIDES -- Pesticides used to control weeds shall conform to the provisions in Section 20- 4.026, "Pesticides," of the Standard Specifications. 10 -68 I I I I I LJ I I LJ 1 I L1 I L1 Except as otherwise provided in these special provisions, pesticide use shall be limited to the following materials: Glyphosate If the Contractor elects to request the use of other pesticides on this project, such request shall be submitted in writing to the Engineer not less than 10 working days prior to the intended use of such other pesticides. Except for the pesticides listed in the preceding paragraph, no pesticides shall be used or applied without prior written approval from the Engineer. Glyphosate shall be used to kill all weeds. No pesticides, except glyphosate shall be applied within the limits of plant basins. Pesticides shall not be applied in such a manner as to allow them to come in contact with the foliage and woody parts of plants. 10 -2.02D PREPARING PLANTING AREAS -- Plants adjacent to drainage ditches shall be so located that, after construction of the basins, no portion of the basin walls shall be less than the minimum distance shown on the plans for each plant involved. PREPARE HOLES -- Holes for plants shall be excavated to the minimum dimensions shown on the plans. Holes may be excavated by drilling. Backfill material for plant holes shall be a mixture of soil and soil amendment as shown on the plans. Backfill material shall be thoroughly mixed and uniformly distributed throughout the entire depth of the plant hole without clods and lumps. 10 -2.02E PLANTING -- Commercial fertilizer shall be placed at the time of planting and at the rates shown on the plans. Commercial fertilizer (tablet) shall be placed evenly around and approximately one - half the depth of the root ball at Plant (Group A, B & K) plants. Attention is directed to the requirements specified under "Irrigation Systems Functional Test," elsewhere in these special provisions, regarding functional tests of irrigation systems. Planting shall not be performed in an area until the functional test has been completed on the irrigation system serving that area. 10 -2.02F HYDROSEEDING -- Hydroseeding shall comply with the following specifications. All graded slope areas shall be hydroseeded as shown on the plans. HYDROSEEDING MIXTURES AND RATES OF APPLICATION DESCRIPTION BOTANICAL NAME RATEOFAPPL /CAT /ON ' IRRIGATED Lotus scoparius 6 HYDROSEED Salvia mellifera 4 1 10 -69 LJ DESCRIPTION BO TAN /CAL NAME RATE OF APPLICATION MIX Artemesia californica 3 Encelia californica 4 , Lupinus bicolor 4 Eschscholzia californica 2 Vulpia myuros 'zorro' 6 Bromus arizonicus 6 NON - IRRIGATED Bromus mollis 20 HYDROSEED Vulpia Myuros 8 MIX Trifolium hirtum 30 HYDROSEEDING SUSPENSIONS OR SLURRY COMPOSITION ' Seed Mixture @ Req. Rate Per Acre. Virgin Cellulose Fiber - "Silva" or "Conwed" or Equal at 2,000 Pounds Per Acre. 16 -6 -8 + Iron Fertilizer @ 300# Per Acre. S APPLICATION PROCEDURES AND EQUIPMENT EQUIPMENT. Hydraulic equipment used for the application of the fertilizer, seed, and slurry of prepared wood pulp shall be of the "Super Hydroseeder" type. This equipment shall have a build -in agitation system and operating capacity sufficient to agitate, suspend and homogeneously mix a slurry containing not less that 40# of fiber mulch plus a combined total of 7# fertilizer solids for each 100 gallons of water. The slurry distribution lines shall be large enough to prevent stoppage and shall be equipped with a set of hydraulic spray nozzles which will provide a continuous non - fluctuating discharge. The slurry tank shall have a minimum capacity of 1,500 gallons and shall be mounted on a traveling unit, either self - propelled or drawn by a separate unit, which will place the slurry tank spray nozzles within sufficient proximity to the areas to be seeded. PREPARATION. The slurry preparation shall take place at the site of work and shall begin by adding water to the tank when the engine is at half - throttle. When the water level has reached the height of the agitator shaft, good recirculation shall be established and, at this time, the seed shall be added. Fertilizers shall then be added, followed by wood pulp mulch. Mulch shall only be added to the mixture after the seed and when the tank is at , least one -third (1/3) filled with water. The engine throttle shall be opened to full speed when the tank is half - filled with , water. All the wood pulp mulch shall be added by the time the tank is two thirds (2/3) to three fourths (3/4) full. Spraying shall commence immediately when the tank is full. , 10 -70 , The Contractor shall submit a watering schedule program, for each irrigation controller, to the Engineer for approval not less than 40 working days prior to the completion of the plant establishment period. If the Engineer determines the submitted watering schedule is unacceptable, the Contractor shall submit a revised watering schedule to the Engineer for approval within 5 working days after receiving ' notice that previously submitted schedule is unacceptable. 1 10 -71 APPLICATION. The operator shall spray the area with a uniform, visible coat by using the green color of the wood pulp as a guide. The slurry shall be applied in a sweeping motion, in an arched stream so as to fall like rain, allowing the wood fibers to build on each other until a good coat is achieved, and the material is spread at the required rate per acre. All bare spots shall be reseeded within thirty (30) days to the satisfaction of the Engineer. 10 -2.02G LANDSCAPE EROSION CONTROL MATTING -- Erosion control matting shall be furnished and installed at the locations determined by the Engineer. Erosion control matting shall be as manufactured by Greenfix America, LLC or approved equal. Installation shall be in accordance with the manufacturer's requirements. Payment for erosion control matting shall be made at the contract unit price per square yard and shall include all labor, materials, tools and equipment to complete the work and no additional compensation will be made therefor. 10 -2.02H PLANT ESTABLISHMENT WORK -- The plant establishment period shall be Type 1 and shall be 180 calendar days. Two applications of commercial fertilizer (slow release) shall be applied to trees, shrubs, and ground cover areas when directed by the Engineer. Commercial fertilizer shall be applied at the rates shown on the plans and shall be spread with a mechanical spreader wherever possible. Days during the plant establishment period in which any electric automatic irrigation component is operated manually will not be credited as plant establishment working days, unless such manual operation is permitted by the Engineer, or is within the 5 -day period specified under "Irrigation Systems" elsewhere in these special provisions, for repairing any malfunction or damage to the irrigation systems. Weeds shall be controlled by methods conforming to the requirements specified elsewhere in these special provisions. At the option of the Contractor, plants of a larger container size than those originally specified may be used for replacement plants during the first 125 working days of the plant establishment period. The use of plants of a larger container size than 1 those originally specified for replacement plants shall be at the Contractor's expense. The Contractor shall submit a watering schedule program, for each irrigation controller, to the Engineer for approval not less than 40 working days prior to the completion of the plant establishment period. If the Engineer determines the submitted watering schedule is unacceptable, the Contractor shall submit a revised watering schedule to the Engineer for approval within 5 working days after receiving ' notice that previously submitted schedule is unacceptable. 1 10 -71 Written instructions shall be given to the Engineer during the plant establishment period on the use and adjustment of the installed irrigation controllers. The approved watering schedule program shall be implemented by the Contractor not less than 10 working days prior to the completion of the plant establishment period. Such programming shall not relieve the Contractor of its responsibility to apply sufficient water as conditions may require to keep the plants in a healthy condition. Full compensation for highway planting work including all median drainage facilities and connections to proposed or existing storm drains and all work shown on the landscape plans, complete in place, shall be included in the lump sum price paid for landscaping and no additional compensation will be made therefor. Full compensation for plant establishment work shall be included in the lump sum price paid for plant establishment and no additional compensation will be made therefor. 10 -2.03 IRRIGATION SYSTEMS -- Irrigation systems shall be furnished and installed in accordance with the provisions in Section 20 -5, "Irrigation Systems," of the Standard Specifications, except materials containing asbestos fibers shall not be used. See Section 10 -2.031 for reclaimed water system requirements. Attention is directed to the requirements specified under "Obstructions," elsewhere in these special provisions, regarding work over or adjacent to existing underground facilities. Excavation for proposed irrigation facilities shall not be started until the existing underground facilities have been located. No partial payment will be made for irrigation controllers or electric remote control valves until said submittals of wiring diagrams have been received by the Engineer. All materials for irrigation systems, unless otherwise specified, shall be commercial quality. When plastic pipe is used, unions will not be required at valves. Primers and paints for application on metal surfaces shall be the best quality grade of the type specified elsewhere in these special provisions and shall be manufactured by a recognized paint manufacturer. Thinners and coloring tints shall conform to the paint manufacturer's recommendations. Coatings shall not be thinned except as recommended by the paint manufacturer for application. Each application of paint shall be compatible with the previous application and shall be from paint made by the same manufacturer. Testing of primers and paints will not be required. Irrigation systems shall use the following trade name products, or approved equals: Item Rainmaster EV series automatic controller or approval equal Description Stand alone automatic controller !J [1 I I 1 1 I LJ 11 I I I I I 1 Myers Meuos - MEUG- 1 -M285 or Automatic controller /electric meter enclosure , approved equal (stainless steel) 10 -72 i P I Item Description Wilkins Model #500FL or approved equal Pressure reducing valve, 2" Griswold 2000 series or approved equal Griswold 2030 or approved equal Toro 570 series or approved equal Nelson 42 or approved equal Matco 754 series or approved equal Rainmaster EVFM -P series flow sensor Remote Control Valve, 1-1/2" Master control Valve, 2" Pressure regulating pop -up sprinklers w /check valves Quick Coupling valve Ball Valve Flow Sensor VALVE BOXES -- Valve boxes shall conform to the requirements in Section 20 -2.24, "Valve Boxes," of the Standard Specifications except as otherwise provided herein. Covers for plastic valve boxes shall be hinged and lockable and shall be colored purple. Valve boxes shall be identified on the top surface of the covers by labels containing the appropriate abbreviation for the irrigation facility contained in the valve box as shown on the plans. Valve boxes that contain remote control valves shall be identified by the appropriate letters and numbers (controller and station numbers). Labels for plastic valve boxes shall be branded into the outside of the plastic covers. 10 -2.03A ELECTRIC AUTOMATIC IRRIGATION COMPONENTS IRRIGATION CONTROLLERS -- Irrigation controllers shall be single, independent microprocessors. 1. Irrigation controllers shall be fully automatic and shall be capable of operating a complete 14 -day or longer irrigation program. 2. A switch or switches shall be provided on the face of the control panel that will turn the irrigation controller on or off and provide for automatic or manual operation. Manual operation shall allow cycle start at any desired station and shall allow activation of a single station. 3. The watering time of each station shall be displayed on the face of the control panel. 4. The irrigation controller and the low voltage output source shall be protected by fuses or circuit breakers. 5. The irrigation controller mechanism, panel, and circuit board shall be connected to the low voltage control and neutral conductors by 10 -73 means of plug and receptacle connectors located in the irrigation controller enclosure. 6. Each station shall have a variable or incremental timing adjustment with a range of 1 minute to a minimum of 23 hours and 59 minutes. 7. Irrigation controllers shall be capable of a minimum of 2 program schedules. 8. Irrigation controllers shall have an output that can energize a remote control valve (master). 9. Timing and clock adjustments shall be made without inserting or removing pins. 10. Irrigation controllers shall be manufactured by the same company 11. Where direct burial conductors are to be connected to the terminals strip, the conductors shall be connected with the proper size open -end crimp -on wire terminals. No exposed wire shall extend beyond the crimp of the terminal and the wires shall be parallel on the terminal strip. 12. A 24 -volt component shall be pre -wired to terminal strips clearly indicating the proper points of connection with the remote control valve master, flow monitor, and station valves. 13. Each irrigation controller shall be capable of receiving operational instructions from a remote control valve actuator. 14. Irrigation controller shall have the minimum number of independent stations as shown on the plans. 15. Irrigation controllers shall have flow monitoring capabilities when operating as a stand alone field unit and shall have sensor interface for a flow meter. Attention is directed to the requirements specified under, "Electrical Service (Irrigation)," in Section 10 -3, "Signals, Lighting and Electrical Systems," elsewhere in these special provisions, regarding electrical power for irrigation controllers. Attention is directed to the requirements specified under "Irrigation Controller Enclosure Cabinets" in Section 10 -3, "Signals, Lighting and Electrical Systems," elsewhere in these special provisions, regarding irrigation controller enclosure cabinets. Irrigation controller enclosures shall be constructed of stainless steel. ELECTRIC REMOTE CONTROL VALVES -- Electric remote control valves shall conform to the following: 10 -74 i' 1. Valves shall be of brass, bronze, or cast iron construction. 2. Valves shall be normally closed. 3. Valves shall be completely serviceable from the top without removing the valve body from the system. ' 4. Valves shall be equipped with a device that will regulate and adjust the flow of water and shall be provided with a manual shutoff. The ' manual shutoff shall be operated by a cross handle. 5. Valves for each irrigation controller shall be the same model series and MI shall be compatible with the model series of the irrigation controller. 6. Valve solenoids shall operate on the low voltage AC current supplied by the irrigation controller. 7. Valves shall be straight pattern (side inlet) as shown on the plans. 8. Valves shall be provided with manual bleeding devices. 9. Valves shall be equipped with internal diaphragms installed in the valve body casting. 10. Valves shall be tagged as specified under reclaimed water warning signs elsewhere in these special provisions. CONDUCTORS -- Low voltage as used ± in this subsection "Conductors" shall mean 36 volts or less. New and existing low voltage control and neutral conductors in pull boxes and valve boxes, at irrigation controller terminals, and at splices shall be marked with adhesive cloth wrap- around markers. Markers for the control conductors shall be identified with the appropriate number or letter designations of irrigation controllers and valve station numbers. Markers for neutral conductors shall be identified with the appropriate number or letter designations of the irrigation controllers. New control and neutral conductors that are to be spliced to existing conductors or are to replace existing control and neutral conductors shall be the same size and color as the existing control and neutral conductors being connected to. The color of low voltage neutral and control conductor insulation, except for the striped portions, shall be homogeneous throughout the entire thickness of the insulation. PULL BOXES -- Pull box installations shall conform to the provisions in Section 20- 5.0271, "Conductors, Electrical Conduits and Pull Boxes," of the Standard ' Specifications. 1 10 -75 REMOTE CONTROL VALVE ACTUATOR -- The remote control valve actuator shall consist of a transmitter, receiver, connector, transformer and carrying case. The transmitter shall be a digital keypad capable of instant actuation of valve and pump start and remote control valve master with no sequencing required. Signal range shall be a minimum 3/4 mile. The transmitter shall have a In -Cad battery pack with recharger and power jack for recharger mounted on the side of case with a 12 volt DC power input. Two transmitters including recharger, power pack and carrying case shall be delivered to the engineer before the irrigation functional test begins. Transmitters and receivers shall be capable of operating all valves plus pump start and remote control valve master, shall interface with all irrigation controllers through a connector; have a 24 volt AC power input and an antenna. Connector (with housing) for each irrigation controller shall be permanently mounted to the controller enclosure cabinet. The housing shall be weather resistant thermoplastic and incorporate a socket head cap as a locking mechanism which allows the receiving unit to be plugged directly into the connector. ' Receivers and connectors shall be connected by a 30 -inch jacketed multi- conductor cable with spade lug terminal and shall have a subminiature connector with gold planted contacts. The transformer shall be UL approved 110 volt AC, 24 volt AC output at 1.5 amps and shall be equipped with a wall mounted case and a six foot cord. FLOW MONITOR -- Flow monitors shall be capable of sensing programmed water flows during the operation of the irrigation system and shall be capable of detecting excess or inadequate water flows. The flow monitor shall be compatible with the proposed central computer system and shall be capable of reporting water flow information to the central computer system and shall meet the following ' requirements. 1. The body and fabricated parts shall be brass, stainless steel and glass filled PPS. 2. The flow monitor shall be rated for a maximum pressure of 100 PSI , and a maximum temperature of 140 degrees f. (60 degrees Q. 3. Flow monitor shall have an accuracy of plus or minus 19 of full scale, linearity of plus or minus one percent repeatability of plus or minus 3 percent rangeability of 30 to one and a flow rate of one to 30 feet per second, 10 -2.036 IRRIGATION SYSTEMS FUNCTIONAL TEST -- Functional tests for irrigation controllers and associated remote irrigation control systems shall conform to the provisions in Section 20- 5.027J, "Testing," of the Standard Specifications and these special provisions. Tests shall consist of demonstrating to the Engineer, through one complete cycle of , the irrigation controllers in the automatic mode, that the associated automatic 10 -76 1 components of the irrigation systems operate properly. If automatic components of the irrigation systems fail a functional test, such components shall be repaired at the Contractors expense and the testing repeated until satisfactory operation is ' obtained. Associated automatic components shall include, but are not be limited to flow monitor, remote control valve actuator, remote irrigation control system, and remote control valves Upon completion of work on an irrigation system, including correction of deficiencies and satisfactory functional tests for the systems involved, the plants to be planted in the area watered by said irrigation system may be planted, provided the planting areas have been prepared as specified elsewhere in these special provisions. 10 -2.03C PIPE CROSSOVERS -- Continuously pressurized irrigation water mainlines crossing under roadway and sidewalk pavement shall be copper type K water pipe. The size of the copper pipe shall be equal to the size of the PVC continuously pressurized irrigation line that it connects to on the upstream side of the crossing. The pressurized copper pipe shall be enclosed in a schedule 40 PVC sleeve. The sleeve shall be equal to 1 1/2 times the diameter of the copper pipe. PLASTIC PIPE -- Plastic pipe supply lines shall be polyvinyl chloride (PVC) 1120 or ' 1220 pressure rated pipe with minimum pressure ratings (PR) as shown on the plans. All plastic pipe supply lines and fittings on the supply side of control valves shall have 24" cover. Plastic pipe supply lines downstream from the remote control valves for all sprinklers shall be SCH 40 for 1 1/4" or smaller, Class 315 for 1 1/2" or larger and shall have a minimum cover of 12 inches. Primers shall be used on all solvent cemented type joints. Plastic pipe supply lines installed in conduit shall have a minimum pressure rating (PR) of 315 psi. A nonhardening joint compound shall be used in lieu of the pipe thread sealant tape specified in Section 20- 5.03E, "Pipe," of the Standard Specifications. Joint compounds shall be applied in accordance with the manufacturer's recommendations. Purple colored PVC supply lines shall be used for reclaimed water supply lines. Purple colored supply lines shall conform to the following: 1. Reclaimed water supply line, at the Contractors option, shall be manufactured by one of the following: ' 10 -77 Alertline Water Warn Pacific Products International U.S. Polymers Inc. 2. Pipe shall be made of polyvinyl chloride (PVC) 1120 with the minimum pressure ratings (PR) as shown on the plans. 3. Pipe shall conform to the following Standards: ASTM Designation: D 1785, ASTM Designation: D 2241, ASTM Designation: D 2672, ASTM Designation: D 3139 and NSF Standard Number 14. 4. Pipe shall have permanent wording "CAUTION RECLAIMED WATER" in 2 rows, approximately 180 degrees apart, in the longitudinal direction of the pipe. The warning message shall be repeated every 24 inches continuously along the pipe. 5. Reclaimed water remote control valves shall be tagged as follows: (1) Attach to valve stem with plastic tie wrap or (2) Attach to solenoid wire with plastic tie wrap or (3) Attach to valve cover with existing valve cover bolt. Plastic pipe irrigation main lines carrying potable water shall be marked with a blue striping tape bearing "CAUTION BURIED WATERLINE BELOW ". 10 -2.03D WATER SERVICE METERS (2- INCHES OR LESS) -- Water service meters for the irrigation systems will be furnished and installed by the serving utility at the locations shown on the plans. The Contractor shall make all arrangements and pay all costs and fees required by the serving utility. 10 -2.03E BACKFLOW PREVENTER ASSEMBLIES -- Pressure loss through the backflow preventer within City of Newport Beach right -of -way shall not exceed the following: BACKFLOW PREVENTER SIZE (inches) FLOW RATE (GPM) PRESSURE LOSS (psi) 2 40 12 10 -2.03F BACKFLOW PREVENTER ASSEMBLY ENCLOSURES -- Enclosures shall be installed over backflow preventer assemblies on a Portland cement concrete pad as shown on the plans. Enclosure shall be fabricated of structural stainless steel angles and flattened expanded metal in accordance with the details shown on the plans and these special provisions. Expanded metal for sides, ends, and top panels shall be fabricated from 0.074 -inch (14- gage), minimum thickness, sheet stainless steel. The flattened expanded metal openings shall be approximately 3/4 inch by 1 314 -inch in size. 10 -78 1 1 1 i 1' 1 1 1 i 1 1 1 1 1 1 Warning Labels and Signs In all cases the warning labels or signs must be approved prior to installation. 1 Failure to receive prior approval may result in the City removing such sign(s) and providing approved replacement(s). All costs will be at the Contractor's expense. 10 -79 Expanded metal panels shall be attached to the stainless steel frames by a series of welds, not less than 1/4 inch in length and spaced not more than 4 inches on centers, along the edges of the enclosures. Hold down bolt assemblies shall be stainless steel and shall be installed when the Portland cement concrete pad is still plastic. Nuts shall be hexagonal and washers shall be the lock type. ' 10 -2.03G SPRINKLERS -- Sprinklers shall be the type, pattern and material and shall have the operating characteristics listed in the "Sprinkler Schedule" shown on the plans. 10 -2.03H WYE STRAINERS -- Wye strainers shall be installed at water service connections and at backflow preventer. Removable stainless steel strainers for wye strainers shall be 60 mesh at backflow. Quick coupling valves shall be positioned in such a manner that when opened the discharge will be up and out of the valve box. 10 -2.031 RECLAIMED WATER WARNING SIGNS -- This section describes special materials and their installation for reclaimed water facilities identification. Related Work Specified Elsewhere 1. PVC Pressure Distribution Pipe: 10 -2.05C Approved Manufacturers 1. Warning Tape: a. Griffolyn Company, Inc. 120020 Mykawa Road PO Box 33248 Houston, TX 77033 Phone: (713) 943 -0070 or (800) 231 -6074 ' b. Terra Tape, Division of Reef Industries PO Box 33310 Houston, TX 77233 Phone: (800) 231 -2417 Warning Labels and Signs In all cases the warning labels or signs must be approved prior to installation. 1 Failure to receive prior approval may result in the City removing such sign(s) and providing approved replacement(s). All costs will be at the Contractor's expense. 10 -79 Reclaimed Water Quick - Coupling Valve: Nelson 42 and 40 K key I Stenciled Pipe , 1. The use of the stenciled pipe will be accepted as an alternative to the use of warning tape. , 2. Stenciled PVC irrigation piping shall be white with green stenciling. The stenciling shall appear on both sides of the pipe with the marking "RECLAIMED WATER" in 5/8 -inch letters repeated every 12- inches. Valve Boxes ' 1. All valve boxes for reclaimed water facilities shall be purple colored and have valve # stenciled on top. ' Painting Scbrdulf. 1. Reclaimed water facilities shall be painted medium blue - green. Color ' sample shall be submitted to City for approval prior to use. Restriction of Public Access , 1. All onsite reclaimed water facilities shall be restricted from public access so that the general public cannot draw water from the system. Facilities such as washdown hydrants (typically found at tennis courts), blowoff hydrants, blowoffs on strainers, and other such ' facilities, shall be restricted from public access. 2. Reclaimed water facilities, both above and below grade, shall be housed in an approved lockable container colored green. A sign reading "CAUTION: RECLAIMED WATER" shall be installed, its size approved by the City Representative. An alternative acceptable means of restricting public access is the use of valves that operate by means of a recessed key slot or by means of hexagonal heads (such as those typically found on fire hydrants). Other means of restricting public access may be approved by City Representative. , Warning Signs and Labels 1. The City requires warning labels to be installed on all appurtenances in vaults, such as, but not limited to, air release valves, blowoffs, and meters, and on designated facilities, such as, but not limited to, , controller panels and washdown or blowoff hydrants on water trucks and temporary construction services. 2. All above grade equipment and every pipe shall be identified with a painted label. 10 -80 11' Warning Labels 3. Painted labels may, at the City Representative's discretion be i acceptable in lieu of plastic labels. ' I Q ui k- oupling Valves 1. In order to prevent unauthorized use, all reclaimed water quick- ' coupling valves shall be operated only with a special coupler key with an acme thread for opening and closing the valve. heavy -duty nylon fasteners. The size, type of label and location will be ' 2. Quick - coupling valves used in potable water systems shall be operated with a coupler key not using an acme thread for opening and ' closing the valve, and with a brass or yellow cover. ' 3. A warning sign shall be attached to each reclaimed water valve as specified herein. I1. MATERIALS Buried Piping Warning Tape ' The plastic warning tape shall be an inert plastic film specifically formulated for prolonged underground use and shall be prepared with blackprinting on a ' white field having the words, "CAUTION: RECLAIMED WATERLINE." Warning tape for potable water pipeline shall be blue with black printing ' having the words, "CAUTION: WATERLINE BURIED BELOW." The minimum thickness shall be 4 mils and the overall width of the tape shall be 12- inches (for B -inch pipe) and 6- inches (for 6 -inch and smaller pipe). Warning Labels Labels shall be inert plastic film specifically formulated for prolonged exposure and shall be prepared with black printing on a white field having the words: "CAUTION: RECLAIMED WATER FACILITY." The minimum thickness shall be 4 mils for adhesive backed labels and 10 mils for tag type labels. Tag type labels shall have reinforced tie holes and shall be attached with heavy -duty nylon fasteners. The size, type of label and location will be dictated by each individual application and subject to acceptance by the ' City's Representative. The minimum size shall 112" high letters. Quick - Coupling Valves Quick - coupling valves used in reclaimed water system shall conform to the following: I1. Quick - coupling valves shall be 3/4- or 1 -inch nominal size, Nelson 42 with 40K key or approved equal, with brass construction and a normal ' working pressure of 150 psi. 24 In order to prevent unauthorized use, the valve shall be operated only ' with a special coupler key with an acme thread for opening and closing the valve. ' 10 -81 11 3. The cover shall be permanently attached to the quick - coupling valve. It shall be green rubber or vinyl. 4. Special or locking covers may be required by the City and shall be noted on the plans during the plan check review. EXECUTION Installation of pone Warning Taoe Warning tapes shall be installed directly on the top of the pipe longitudinally and shall be centered. The warning tape shall be installed continuously for the entire length of the pipe and shall be fastened to each pipe length by plastic adhesive tape banded around the pipe and warning tape at no more than 5 -foot intervals. Taping attached to the sections of pipe before laying in the trench shall have 5 -foot minimum overlap for continuous coverage. All risers between the main line and control valves shall be installed with warning tape. Installation of Warning Labels Warning labels shall be firmly attached to all appurtenances using heavy -duty nylon fasteners. 10 -2.03J PRESSURE REDUCING VALVES -- Pressure reducing valves shall consist , of pressure reducing valves, pressure gages, valve boxes with gravel, fittings and pipe. Pressure reducing valves shall be pressure sustaining spring diaphragm type, manufactured of bronze or cast iron construction, hydraulically operated and pilot controlled, and shall have flanged or threaded pipe connections. Pressure reducing valves shall not have internal filter screens. Pressure gages for pressure reducing valves shall be hermetically sealed with neoprene and shall have watertight polycarbonate cases and covers with molded clear polycarbonate windows. Gages shall be 2 inches in diameter, calibrated from 0 to 160 psi in 5 -pound increments, have black aluminum pointers that contrast with gage faces and have brass stems. Internal gage parts shall be brass and phosphor bronze. One pressure gage shall be installed on the upstream side and one on the downstream side of the valve. ' Pressure reducing valves shall have an adjustable downstream discharge pressure range of 10 to 75 psi and an adjustable upstream pressure range of 20 to 200 psi. , 10 -2.03K BALL VALVES -- Ball valves shall be 2- piece, full port. They shall be pressure rated at 600 psi WOG (non-shock), 50 psi saturated steam. Ball valves ' shall be of brass manufacture and contain bottom loaded pressure retaining stems and virgin TFE seats. 10 -82 1 P 10 -2.03L FINAL IRRIGATION SYSTEM CHECK -- A final check of the existing and new irrigation facilities including automatic operation of the irrigation controllers shall be done not more than 20 working days prior to the acceptance of the contract. Length of watering cycles for the final check of irrigation facilities will be determined by the Engineer. All existing and new remote control valves connected to all existing and new irrigation controllers shall be checked for automatic performance when controllers are in the automatic mode. Unsatisfactory performance of irrigation facilities installed by the Contractor shall be ' repaired and rechecked at the Contractor's expense until satisfactory performance is obtained. Nothing in this section, "Final Irrigation System Check," shall be construed as relieving the Contractor of full responsibility to make good or repair all defective work or materials found at any time before the formal written acceptance of the entire contract by the Director. 10 -2.03M PAYMENT -- Full compensation for irrigation system complete and in place, shall be made at the contract lump sum price paid for irrigation system and shall include all labor, materials, tools and equipment to complete the work and no additional compensation will be made therefor. SECTION 10 -3. SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS 10 -3.01 DESCRIPTION -- Traffic signals and lighting, street lighting, electric service ' (irrigation), and sprinkler control conduit shall conform to the provisions in Section 86, "Signals, Lighting and Electrical Systems," of the Standard Specifications and these special provisions. Traffic signal and lighting work is to be performed at the following locations: Location 1 MacArthur Boulevard at Ford Road 10 -3.02 MAINTAINING EXISTING ELECTRICAL SYSTEMS -- Traffic signal system shutdowns shall be limited to periods between the hours of 9:00 a.m. and 3:00 p.m. Existing street lighting systems shall be maintained at all times during evening hours. During stage construction, one advanced loop detector for through lanes and a minimum of two loops in each left turn lane shall be maintained for each construction stage unless approved otherwise by the Engineer. 10 -3.03 STANDARDS, STEEL PEDESTALS AND POSTS -- Where the plans refer to the side tendon detail at the end of the signal mast arm, the applicable tip tendon detail may be substituted. The sign mounting hardware, as shown on Detail U of Standard Plan ES -6T, shall be installed at the locations shown on the plans. 1 10 -83 10 -3.06 TRAFFIC PULL BOXES -- Traffic pull boxes and covers shall have a vertical proof - load strength of 25,000 pounds. The 25,000 pound load shall be distributed through a , 9 "x9 "x2" steel plate according to Federal Specification RR- F -621e. This load shall be placed anywhere on the box and cover for a period of one minute without causing any cracks or permanent deformations. , No. 31/2(T) and No. 5(T) pull boxes shall have a galvanized Z -bar welded frame and cover similar to that shown on the plans for No. 6(T) pull boxes. ' Hold down bolts shall be 3/8 -inch Type A 316 stainless steel with hex head. The nut shall be zinc plated carbon steel and shall be made vibration resistant with a wedge ramp at the ' root of the thread. The nut shall be spot welded to the underside of, or fabricated with, the galvanized Z -bar pull box frame. Steel covers shall be countersunk approximately 1/4 -inch to accommodate the bolt head. , The bolt head shall not extend more than 1/8-inch above the top of the cover when tightened down. , 10 -84 1 The sign panels and hardware for mastarm and pole mounted signs shall be furnished and I installed by the Contractor and shall be included in the Contract price paid for Traffic ' Signals and Lighting and no additional compensation will be made therefor. On Standard Plan ES -6L, in the Signal Arm Data table, dimension "L" for 40' -0" and 45' -0" ' mast arms is revised to read 1 314 inches. On Standard Plan ES -6TA, in the Alternative Poles table, Standard Description, ' 17B- 2- 70 -20', is revised to read, 17- 2- 70 -20'. City of Newport Beach street lighting standard where shown on the plans, shall be Ameron ! #6- C1 -28 -F8 pole with 8 foot mast arm and 150 HPS luminaire or approved equal. 10 -3.04 CONDUIT -- Conduit to be installed underground shall be the rigid steel for traffic ' signals and rigid non - metallic type for all other electrical work type unless otherwise specified. Detector termination conduits may be the rigid non - metallic type. ' When a standard coupling cannot be used for coupling metal type conduit, a UL listed threaded union coupling, as specified in the third paragraph in Section 86- 2.05C, "Installation," of the Standard Specifications, or a concrete -tight split coupling or concrete - , tight set screw coupling shall be used. After conductors have been installed, the ends of conduits terminating in pull boxes, and in , service and controller cabinets shall be sealed with an approved type of sealing compound. At locations where conduit is required to be installed under pavement and if delay to any vehicle will not exceed 5 minutes, conduit may be installed by the "Trenching in Pavement Method." ' 10 -3.06 PULL BOXES -- Grout shall not be placed in bottom of pull boxes. Pullboxes, pull box covers, and pull box extensions shall be concrete unless specified otherwise for various other electrical work elsewhere in these special provisions. 10 -3.06 TRAFFIC PULL BOXES -- Traffic pull boxes and covers shall have a vertical proof - load strength of 25,000 pounds. The 25,000 pound load shall be distributed through a , 9 "x9 "x2" steel plate according to Federal Specification RR- F -621e. This load shall be placed anywhere on the box and cover for a period of one minute without causing any cracks or permanent deformations. , No. 31/2(T) and No. 5(T) pull boxes shall have a galvanized Z -bar welded frame and cover similar to that shown on the plans for No. 6(T) pull boxes. ' Hold down bolts shall be 3/8 -inch Type A 316 stainless steel with hex head. The nut shall be zinc plated carbon steel and shall be made vibration resistant with a wedge ramp at the ' root of the thread. The nut shall be spot welded to the underside of, or fabricated with, the galvanized Z -bar pull box frame. Steel covers shall be countersunk approximately 1/4 -inch to accommodate the bolt head. , The bolt head shall not extend more than 1/8-inch above the top of the cover when tightened down. , 10 -84 1 LI The opening of traffic pull boxes shall have the following dimensions. Pull box Type Width (t 1 inch) L (t 1 inch) 'No. 3-1/2(T) 10 -1/2" 17" No. 5(T) 13" 24" No. 6(T) 17" 30" The concrete to be placed around and under the traffic pull box as shown on the plans shall icontain a minimum of 564 pounds of cement per cubic yard. After the installation of traffic pull boxes, the steel covers shall be installed and shall be kept bolted down during periods when work is being performed elsewhere. When placing the steel cover for the final time, the cover and the Z -bar frame shall be cleaned of all debris and securely tightened down. 10 -3.07 CONDUCTORS AND WIRING -- Splices shall be insulated by "Method B" or, at the Contractors option, splices of conductors shall be insulated with heat - shrink tubing of ' the appropriate size after thoroughly painting the spliced conductors with electrical insulating coating. Conductors shall be spliced by the use of "C "- shaped connectors, as shown on the plans. 10 -3.08 SERVICE -- Continuous welding of exterior seams in service equipment enclosures is not required. Type III service equipment enclosures shall be the aluminum type. All overlapping exterior seams and doors shall meet the requirements for Type 3R enclosures specified in the NEMA Enclosure Standards. On Standard Plan ES -2E, in the table entitled "Type III -B Service (120/240V) Equipment Legend ", Item No. 15, the component is revised to read 100A, 240V, 4P, CB. On Standard Plan ES -21F, the table entitled "Type III -C Service (120/240V) Equipment Legend ", is revised as follows: Item No. 14, the component is revised to read 30A, 240V, 2P, CB and the Name Plate Description is revised to read "Sign Illumination." Item No. 16, the component is revised to read 40A, 240V, 2P, CB. Item No. 17, the component is revised to read 50A, 120V, 1P, CB. 10 -3.09 ELECTRIC SERVICE (IRRIGATION) -- Electric service (irrigation) shall be from the service points shown on the plans to the pullbox adjacent to the irrigation controllers (IC) ' and to the spaces provided in the irrigation controller enclosure cabinets (ICC) for irrigation controllers, as shown on the plans. The types of service for the irrigation controllers and irrigation controller enclosure cabinets shall conform to the following: ' 10 -85 (irrigation) be 120V, t ALL IRRIGATION CONTROLLERS (IC) -- Electric service shall ' 60Hz, .15 amp metered service with a single -pole, 15- ampere circuit breaker installed in the existing or new stainless steel enclosure as shown on the plans. , Service disconnects in IC and ICC service equipment enclosures shall be sing)e -pole, 15- ampere circuit breaker. ' Payment for electric service (irrigation) shall be included in the contract lump sum price paid for irrigation system and shall include full compensation for furnishing all labor, , materials, tools, equipment, and incidentals, and for doing all the work involved in installing electric service (irrigation) for irrigation controllers, complete in place, including conductors, ' conduit and pull boxes to the pull box adjacent to irrigation controller enclosure cabinets and irrigation controllers, as shown on the irrigation controller electrical service plans, as , in the Standard Specifications and these special provisions, and as directed by the specified Engineer and no additional compensation will be made therefor. , 10 -3.10 NUMBERING ELECTRICAL EQUIPMENT -- The placement of numbers on electrical equipment will be done by others. , 10 -3.11 MODEL 170 CONTROLLER ASSEMBLIES -- Modification of existing Model 170 controller assemblies, including controller unit, emergency vehicle pre - emption equipment, completely wired controller cabinet and inductive loop detector sensor units, shall be by the , Contractor in accordance with these special provisions. City forces will maintain all controller assemblies. 10 -3.12 IRRIGATION CONTROLLER ENCLOSURE CABINET -- Irrigation controller enclosure (CEC) shall be constructed and the equipment within the cabinets shall be installed ' cabinets in accordance with the details shown on the irrigation detail sheets, the Standard Specifications, and these special provisions. Irrigation controller enclosure cabinets shall be weatherproof cabinets of stainless steel construction. Dimensions of the cabinet shall be suitable for the equipment to be installed as shown on the plans and specified in these special provisions. , Irrigation controller enclosure cabinets shall be fabricated in accordance with the provisions in Section 86- 3.07A, "Cabinet Construction," of the Standard Specifications. ' Door locks for irrigation controller enclosure cabinets shall be a removable -core mortise cam cylinder door lock. Separate locks shall be provided for the electric meter door and , irrigation controller access door. Keys shall be removable from the locks in the locked position only. Door locks shall be installed in accordance with the manufacturer's written instructions and recommendations. Two keys for each door lock shall be delivered to the , Engineer. The plywood mounting panel shall be 3/4 inch exterior AC grade veneer plywood. The , panel shall be painted with one application of an exterior, latex based, wood primer and 2 applications of an exterior, vinyl acrylic enamel. The plywood panel shall be painted on all sides and edges prior to installation of the panel in the cabinet and equipment on the , panel. 10 -86 ' I I Inside of the doors shall have provisions for storage of irrigation plans. �.' Duplex convenience receptacles 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. Receptacles shall be installed in a ' weatherproof housing with rainproof lift covers. Irrigation controller enclosure cabinets will be measured by the unit as determined from ' actual count in place. Full compensation for irrigation controller enclosure cabinet shall be considered as included in the contract price paid for irrigation system and shall include furnishing all labor, materials, tools, equipment , and incidentals, and for doing all the work involved in fabricating and installing irrigation controller enclosure cabinets, complete in place (including constructing foundations and pads, conduits to pull box adjacent to cabinets, and installing equipment, within the cabinets, except controllers), as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer and no additional compensation will be made therefor. 10 -3.13 DETECTORS -- New loop detector sensor units shall be furnished and installed by the Contractor in existing Model 170 controller assemblies. Advanced through lane and left turn lane loop detection shall be maintained during each construction stage. New loop detector sensor units shall be card rack mounted Type 8 (two or four channel). ILoop wire shall be Type 1. Loop detector lead -in cable shall be Type C. At the Contractor's option, where a Type A or a Type B loop is indicated on the plans, a Type E loop may be substituted. ' The diameter and spacing of the Type E detector loops, shown on Standard Plan ES -56, is changed to 6 feet and 10 feet, respectively. The sides of the slot shall be vertical and the ' minimum radius of the slot entering and leaving the circular part of the loop shall be 1 112 inches. Slot width shall be a maximum of 314 inch. Loop wire for circular loops shall be Type 2. Slots of circular loops shall be filled with elastomeric sealant or hot melt rubberized asphalt sealant. 10 -3.14 CITY STREET LIGHTING -- City street lighting shall be in accordance with City of 1 Newport Beach Standard Plans STD - 201 -L, STD - 203 -L, STD -204 -L and STD -206 -L and as contained in these special provisions. ' The Contractor shall furnish and install new lamps, lamp fixtures, and photoelectric control units on all city street lights to be relocated. Existing lamps, lamp fixtures, and photoelectric control units shall be salvaged and delivered to the City maintenance yard ' unless approved otherwise by the Engineer. 10 -87 Luminaires for city street lighting shall be high pressure sodium vapor with the cutoff type , to minimize illumination away from the travelway. The Contractor shall furnish and install city street lights or relocate existing city street ' lights as shown on the plans. The Contractor shall furnish and install all new lamps in accordance with the City of Newport Beach Standard Plans contained in these special provisions. ' Temporary overhead wiring to maintain existing street lighting shall be included in the lump sum price paid for City Street Lighting. The contract lump sum price paid for City Street Lighting shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals for doing all the work involved in furnishing, installing, removing, reinstalling, maintaining existing street lighting system and salvaging city street lighting, complete in place, as shown on the plans, as specified in these special provisions and as directed by the Engineer, and no additional compensation will be made therefor. , 10 -3.15 FOUNDATIONS -- Foundations shall conform with the Standard Specifications Section 86 -2.03 and these Special Provisions, Foundations for City Street Lighting shall be in accordance with the City of Newport Beach Standard Plans as contained in these Special Provisions. , 10 -3.16 PAYMENT -- The contract lump sum prices paid for signal and lighting shall include highway lighting at intersections in connection with signals only, as shown on the plans. All other street lighting on the project shall be considered as included in the contract lump sum price paid for City Street Lighting, as shown on the plans. , Temporary overhead wiring to maintain existing city lighting and traffic signals shall be included in the lump sum price paid for these items. , Full compensation for salvaging, hauling and stockpiling electrical materials shall be considered as included in the contract price paid for the item requiring the material to be salvaged or reinstalled, and no additional compensation will be made therefor. , The contract price paid for traffic signals and lighting at locations shown on the plans shall include full compensation for furnishing all labor, materials, tools, equipment and ' incidentals, maintaining existing signal operation and for doing all the work involved in furnishing, installing, removing, reinstalling and salvaging traffic signal and lighting, complete in place, as shown on the plans, as specified in the special provisions, and as , directed by the Engineer, and no additional compensation will be therefor. SECTION 10-4 WATER SYSTEM , 10 -4.01 GENERAL -- The Contractor shall furnish and install all pipe, fittings, closure pieces, supports, bolts, nuts, gaskets, jointing materials and appurtenances as shown and ' specified, and shall furnish and install all auxiliary piping and appurtenances as required for a complete and workable piping system. Furthermore, the Contractor shall conform to the requirements as set forth in the City of Newport Beach Standard Special Provisions and Standard Drawings and as supplemented by the Standard Specifications for Public Works 10 -88 1 11 Construction. All piping shall conform thereto and shall be placed as indicated; provided that support for all piping shall be complete and adequate regardless of whether or not supporting devices are specifically called for on the plans. ' The Contractor shall expose all utilities and pipelines fifty (50) feet in advance of the water main installation. Utilities, pipelines and other substructure facilities indicated as existing, ' are shown diagramatically and it is not to be inferred that the locations shown are precise. The Contractor shall coordinate with the various owners prior to excavation and notify the Engineer of any variation from what is shown. ' The Contractor's attention is directed to the existence of hazardous underground utilities and pipelines, within the project area, which include, but are not limited to, electrical ' facilities. 10 -4.02 WATERLINE PIPE AND FITTINGS 10 -4.02A POLYVINYL CHLORIDE (PVC) PLASTIC PRESSURE PIPE -- All P,V,C, pipe shall be per AWWA C -900, SDR -14 in accordance with the City of Newport Beach Standard Special Provisions, Section 207 -21. 10 -4.028 FITTINGS -- Ductile iron fittings shall be manufactured in accordance with AWWA C -110, latest revision. Compact body fittings will not be permitted. All fittings /bends shall be mechanical joint ductile iron fittings, except as noted on the drawings, and shall be fitted with joint restraints. Mechanical joint restraint shall be incorporated with design of the follower gland and shall include a restraining mechanism which, when activated, imparts multiple wedging action against the pipe, increasing its resistance as the pressure increases. The joint shall maintain flexibility after burial. Glands shall be manufactured of ductile iron conforming to ASTM A536 -80. The mechanical joint ' restraint shall be EBAA IRON, INC., MEGALUG for PVC or approved equal. All fittings shall conform to the Standard Special Provisions, Section 207 -21.3. 10 -4.02C FLANGES AND GASKETS -- All fittings with flanged ends shall comply with ANSI 816.1. Flanges shall be ductile iron material and shall conform to the requirements of AWWA C -110 latest revision and ANSI A21,10. Pipe and adapter flanges shall be ANSI B16.5 pattern, Class 150 flanges. All flanged pipe and fittings shall be shop fabricated, not field fabricated. The gasket surface shall have a serrated finish of approximately 16 serrations per inch, approximately 1132 inch deep, with serrations in either a concentric or spiral pattern. Gaskets for flanges for D.I.P. and fittings shall be full face, 1/8 -inch, thick, nylon ' impregnated Buna -N rubber. Gaskets shall be suitable for a water pressure of 200 psi at a temperature of 180 °F. Gaskets shall have "nominal" pipe size inside diameters not the inside diameters of ANSI 816.21. 10 -4.03 SERVICE LATERALS -- Service laterals shall conform to Standard Drawings 502 -L and 503 -L. ' 10 -4.04 INSTALLATION -- At all times when the work of installing pipe is not in progress, all openings into the pipe and the ends of pipe in the trenches shall be kept tightly closed to ' prevent entrance of animals and foreign materials. The Contractor shall take all necessary precautions to prevent the pipe from floating due to water entering the trench from any ' 10 -89 I source, shall assume full responsibility for any damage due to this cause and shall at his , own expense restore and replace the pipe to its specified condition and grade if it is displaced due to floating. The Contractor shall maintain the inside of the pipe free from foreign materials and in a clean and sanitary condition until its acceptance by the Agency. ' Trench widths for pipeline installation shall, unless otherwise specified or directed by the , Engineer, conform to the following limitations: ' All Dimensions are in Inches , Maximum Width At Minimum Width At Nom. Pipe Size Too of Pipe Spring Line of Pipe ill 24" ' 2" 24" 11 Maximum Width At Minimum Width At Nom Pipe Size Ton of Pipe Spring Line of Pipe 4" 29„ 18„ ' 6" 31„ 19" 8" 33" 21„ ' 10 -4.05 TUNNELING -- Unless directed otherwise, the Contractor shall tunnel under , existing pipelines and utilities located above the required grade for installation of the water line. The Contractor shall carefully expose, protect and support pipelines and utilities , crossing the trench. Where tunneling is required to cross beneath other existing utility conduits, backfill material shall be 100% sand. It shall be placed and compacted to the specified density. Sand backfill shall extend a minimum of 3 feet laterally from the outside walls of the utility conduit crossed and up to the spring line of same. , Where specified, and /or at the direction of the Engineer, the Contractor may be required to tunnel beneath curb and gutter and /or sidewalk. In that event, bedding shall be a Class 100 -E -100 slurry mixture and shall be placed 3 feet to each side of the curb and gutter and /or sidewalk section being crossed. At such crossings the water line shall be bedded with 100% sand. Refer to City of Newport Beach, Standard Drawing No. 106 -L. , The contract price to be paid for tunneling under existing utilities as required for the installation of the water lines shall be included in the unit price for 8" PVC water line as , shown in the Bid Schedule and no additional compensation will be made therefor. 10 -4.06 CONNECTIONS TO EXISTING MAINS -- The City will perform all shutdowns of ' water facilities. The Contractor shall notify the City's Utilities Superintendent for water facilities, Mr. Peter Antista at (714) 644 -3011, at least seven (7) calendar days in advance of the need to shut down or connect to any existing water main. Seventy -two (72) hours , prior to making any connections to existing mains, the Contractor shall submit to the Engineer and the Utilities Superintendent, under whose jurisdiction the connection is to be made, a schedule and sequence of operations, so that appropriate measures may be taken , to assure proper operation of the system. A dry connection to existing facilities shall be made at times which have been scheduled ' with the Utilities Department and shall be planned in such a manner that the duration of 10 -90 1 I any shutdown will be kept to a minimum. No additional compensation will be paid for overtime which may be necessary in making the connection to the existing facilities. When a dry connection to the existing main is made, about two (2) ounces of HTH shall be placed ' in the pipe at each point where the existing main is cut. All new pipe fittings at the connection shall be swabbed internally with an approved chlorine solution. All connections shall be made in the presence of the Engineer. The cost for corrections to existing mains shall be included in the price paid for other items of work and no additional compensation will be made therefor. ' In no event shall the new pipelines be connected to existing facilities until the new pipelines have been successfully pressure tested and disinfected. ' The City does not warrant the condition of existing facilities. It is the Contractor's sole responsibility to provide acceptable pressure testing at his new installation. 10 -4.07 VALVES 10 -4.07A RESILIENT WEDGE GATE VALVES -- Resilient wedge gate valves shall conform to Section 207 -223 of the Standard Special Provisions and shall equal or exceed the requirements established by specifications of the American Water Works Association Standard No. C -509, latest revision. They shall be Clow, Kennedy 'Ken - Seal', Rich or Mueller, resilient seat gate valves. Unless otherwise specified, all valves shall be furnished with all internal working parts ' manufactured of cast bronze or stainless steel. The cast bronze shall be comprised of 85 percent copper, 5 percent tin, 5 percent lead and 5 percent zinc. Valve wedge disk and disk nut shall be fully encapsulated in an approved rubber coating. ' The non - rising stem and stem nut shall be stainless steel. The valves shall be furnished with "O" ring seals, with rust -proof body and cover bolts conforming to ASTM A -307, with operating nut and solid bronze stem nut conforming to ASTM B -62. The valve ends may be rubber ring, hub, mechanical joint, or flanged and shall be as specified in the plans. Rubber ring ends shall conform to the pipe manufacturer's specifications. Valves installed at end of mains shall be capped or plugged. ' 10 -4.078 BUTTERFLY VALVES -- Butterfly valves shall conform to Section 207 -22.2 of the Standard Special Provisions and shall meet or exceed the requirements established by the latest revision of AWWA C -504. Dresser 450, Clow, Kennedy, Mueller 200W, and Pratt Groundhog are examples of satisfactory valves. Unless otherwise specified, they shall be manually operated valves with an enclosed, buried - service operator. ' Shafts shall be fabricated from Type 304 or Type 316 stainless steel unless the shaft is isolated from the line contents. ' Discs shall be fabricated from Type 316 stainless steel or ASTM B-1 43-A bronze containing less than 10% zinc and 2% aluminum. Cast iron or cast steel discs will be permitted if the mating seat surface is Type 316 stainless steel. ' 10 -91 I 10 -4.07C VALVE BOXES -- Valve boxes shall be Brooks Products, Inc., Valve Box No. 4 , TT or approved equal. Valves not in vaults shall be provided with valve boxes. 10 -4.08 COUPLINGS , 10 -4.08A VICTAULIC COUPLINGS -- Unless otherwise specified, victaulic couplings shall be designed for a water working pressure of not less than 150 psi. They shall be equipped , with rubber gaskets for water service and shall be designed for use with pipe which has been banded and machined to the dimensions of Class A shouldered -end ductile iron pipe. Bolts used in victaulic couplings shall be stainless steel. , 10 -4.088 SLEEVE -TYPE COUPLINGS -- Unless otherwise specified, all sleeve -type couplings shall be ductile iron with 316 stainless steel bolts. Couplings shall be Dresser , Style 53, Rockwell Cast Couplings, or equal. 10 -4.09 THRUST BLOCKS -- Thrust blocks and anchor blocks shall be installed along all , mains where the direction of pipe changes 10 degrees or more, at fittings, at stub ends and at all other locations shown on the plans in accordance with Standard Drawing 510 -L. 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 for Public Works Construction, prior to pressure testing or trench backfilling. ' 10 -4.10 BACKFILL AND DENSIFICATIONS -- The compaction provisions of this section are amended as follows: All trench backfill and bedding shall be compacted to 95 percent minimum relative compaction. 10 -4.11 WATER DENSIFIED BACKFILL -- Delete Subsection 306.1.3.3 of the Standard Specifications for Public Works Construction. Water Densified backfill, including flooding, , will not be permitted, unless authorized by the Engineer. 10 -4.12 WATER PRESSURE TEST -- The Contractor shall test all mains in the presence of , the Engineer. Caulked joint pipe shall be center loaded and all joints exposed during the test. Rubber gasket 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 not less than 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 other amount of water entering the main during the test, less the measured leakage through valves and bulkheads. Allowable leakage shall be determined in accordance with Section 207 -27.1 of the Standard Special Provisions. Noticeable leaks , shall be repaired, any defective pipe shall be replaced with new sections and shall be retested. , All labor, materials, tools and equipment for the testing shall be furnished at the expense of the Contractor. r 10 -4.13 DISINFECTING WATER MAINS -- Water main disinfection shall be in accordance with Section 306 -1.4.7 of the Standard Special Provisions. 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 10 -92 1 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 pipeline 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 25 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 pipeline is filled with chlorinated water. ' All disinfecting procedures, unless otherwise specified, shall be in accordance with the AWWA Standard C 601, "Standard for Disinfecting Water Main." ' Discharge of chlorinated water into watercourses or surface waters is regulated by the National Pollutant Discharge Elimination System (NPDESI. All such discharge shall conform to the requirements of the NPDES permit. 10 -4.14 PAYMENT -- Full compensation for furnishing and installing PVC pipe complete in place, including all fittings, thrust blocks, PVC sleeves, polyethylene encasement, and connection to existing mains, excavation, backfill, bedding, slurry, removal and replacement of existing surface improvements and disinfection shall be considered as included in the contract lump sum price for 8" PVC waterline as shown in the Bid Schedule and no additional compensation will be made therefor. Full compensation for furnishing and installing valves, service connections, blow -off assemblies, fire hydrants, tapping sleeves, and air and vacuum assemblies, complete in place, shall be considered as included in the contract lump price for 8" PVC waterline as shown in the Bid Schedule and no additional compensation will be made therefor. ' SECTION 10 -5. SEWER SYSTEM 10 -5.01 GENERAL -- The Contractor shall furnish and install all pipe, fittings, closure pieces, supports, gaskets, jointing materials and appurtenances as shown and specified, and shall furnish and install all auxiliary piping and appurtenances as required for a ' complete and workable piping system. Furthermore, the Contractor shall conform to the requirements as set forth in the City of Newport Beach Standard Special Provisions and Standard Drawings and as supplemented by the Standard Specificatjons for Public Works Construction. All piping shall conform thereto and shall be placed as indicated; provided that support for all piping shall be complete and adequate regardless of whether or not supporting devices are specifically called for on the plans. ' The Contractor shall expose all utilities and pipelines fifty (50) feet in advance of the sewer main installation. Utilities, pipelines and other substructure facilities indicated as existing, l are shown diagramatically and it is not to be inferred that the locations shown are precise. The Contractor shall coordinate with the various owners prior to excavation and notify the Engineer of any variation from what is shown. 10 -93 17 10 -5.02 SEWERLINE AND FITTINGS , 10 -5.02A POLYVINYL CHLORIDE (PVC) PLASTIC PRESSURE PIPE AND FITTINGS -- All P.V.C. pipe and fittings shall be "Yelomine" as manufactured by CertainTeed Corporation ' (610) 341 -6820 or approved equal. 10 -5.03 INSTALLATION -- At all times when the work of installing pipe is not in progress, all openings into the pipe and the ends of pipe in the trenches shall be kept tightly closed to , prevent entrance of animals and foreign materials. The Contractor shall take all necessary precaution to prevent the pipe from floating due to water entering the trench from any source, shall assume full responsibility for any damage due to this cause and shall at his , own expense restore and replace the pipe to its specified condition and grade if it is displace due to floating. The Contractor shall maintain the inside of the pipe free from foreign materials and in a clean and sanitary condition until is acceptance by the Agency. , Trench widths for pipeline installation shall, unless otherwise specified or directed by the Engineer, conform to City of Newport Beach Standard Plan No. 106 -L. ' 10 -5.04 CONNECTIONS TO EXISTING MAINS -- The Contractor shall notify the City's Utilities Department at least seven (7) calendar days in advance of the need to shut down , or connect to any existing sewer main. Seventy -two (72) hours prior to making any connections to existing mains, the Contractor ' shall submit to the Engineer and the Utilities Superintendent, under whose jurisdiction the connection is to be made, a schedule and sequence of operations, so that appropriate measures may be taken to assure proper operation of the system. , Connection to existing facilities shall be made at times which have been scheduled with the Utilities Department 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 the connection to the existing facilities. The Contractor shall be solely responsible for providing a temporary bypass system in accordance with Subsection 500 -1.2.4 "Sewer Bypassing and Dewatering" of the Standard Specifications for Public Works Construction to accommodate the sewage flow within the ' existing main until such time as the new system is acceptable to the City. In no event shall the new pipelines be connected to existing facilities until the new , pipelines have been successfully pressure tested and disinfected. The City does not warrant the condition of existing facilities until the new pipelines have , been successfully pressure tested and disinfected. The City does not warrant the condition of existing facilities. It is the Contractor's sole ' responsibility to provide acceptable pressure testing at his new installation. 10 -5.05 BALL TEST -- The Contractor shall test all mains in the presence of the Engineer. ' The test shall be conducted in conformance with Subsection 306 - 1.4.8. "Ball Test for Gravity Sewers" of the City of Newport Beach Standard Special Provisions. I� L� 10 -94 1 10 -05.06 STOPPERS -- The Contractor shall furnish and install stoppers for the sewer line to be installed at Station 196 + 35. The stoppers shall be neoprene, polyethylene, or polyurethane. Stoppers shall be discs equal in diameter to the outside of the pipe barrel, and made and installed as approved by the Engineer. Neoprene stoppers shall be manufactured from a compound containing not less than 50 ' percent neoprene by volume, which shall be the sole elastomer. Stoppers shall not be adversely affected when exposed to the chemical and bacteriological environments normally found in wastewater sewers. 1 Stoppers shall be installed so as to prevent infiltration of soil and/or other deleterious material. 10 -05.07 PAYMENT -- Full compensation for furnishing and installing PVC sewer pipe complete in place, including all fittings, stoppers, connection to existing mains, excavation, backfill, bedding, testing and, providing and maintaining a temporary sewage bypass system shall be considered as included in the contract lump sum price shown in the bid schedule and no additional compensation will be made therefor. SECTION 10 -6 INDUSTRIAL WASTE LINE 10 -6.01 GENERAL -- Contractor shall furnish and install all pipe, fittings, cleanouts, supports, gaskets, jointing materials and appurtenances as shown and specified as required for a complete and workable piping system. ' The Contractor shall expose all utilities and pipelines fifty (50) in advance of the industrial waste line installation. Utilities, pipelines and other substructure facilities indicated as existing are shown diagramatically and it is not to be inferred that the locations shown are precise. The Contractor shall coordinate with the various owners prior to excavation and notify the Engineer of any variation from what is shown. ' 10 -6.02 POLYVINYL CHLORIDE (PVC) PLASTIC PRESSURE PIPE AND FITTINGS -- All PVC pipe and fittings shall be Schedule 80 and shall conform to ASTM specifications D1785 and D2467. 10 -6.03 INSTALLATION -- At all times when the work of installing pipe is not in progress, all openings into the pipe and the ends of pipe in the trenches shall be kept tightly closed to ' prevent entrance of animals and foreign materials. The Contractor shall take all necessary precaution to prevent the pipe from floating due to water entering the trench from any source, shall assume full responsibility for any damage due to this cause and shall at his own expense restore and replace the pipe to its specified condition and grade if it is displace due to floating. The Contractor shall maintain the inside of the pipe free from foreign materials and in a clean and sanitary condition until is acceptance by the Agency. ' Pipes and fittings shall have glued joints unless otherwise noted. Solvent cement shall conform to ASTM Specification 02564. Solvent and primer for PVC shall be compatible with the PVC pipe and fittings and shall be purchased from the manufacturer of the PVC pipe and fittings that are used. Solvent welding of PVC shall be in accordance with manufacturer's recommenced procedures. J 1 10 -95 Trench widths for pipeline installation shall, unless otherwise specified or directed by the , Engineer, conform to City of Newport Beach Standard Plan No. 106 -L and as modified as shown on the plans. 10 -6.04 CONNECTIONS TO EXISTING MAINS -- The Contractor shall notify the City's Utilities Department at least seven (7) calendar days in advance of the need to shut down or connect to any existing sewer main. , Seventy -two (72) hours prior to making any connections to existing mains, the Contractor shall submit to the Engineer and the Utilities Superintendent, under whose jurisdiction the connection is to be made, a schedule and sequence of operations, so that appropriate measures may be taken to assure proper operation of the system. Connection to existing facilities shall be made at times which have been scheduled with the , Utilities Department 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 the connection to the existing facilities. The Contractor shall be solely responsible for providing a temporary bypass system in accordance with Subsection 500 -1.2.4 "Sewer Bypassing and Dewatering" of the Standard ' Specifications for Public Works Construction to accommodate the industrial waste flow within the existing main until such time as the new system is acceptable to the City. ' The Contractor shall test all mains in the presence of the Engineer. In no event shall the new pipelines be connected to existing facilities until the new ' pipelines have been successfully pressure tested and disinfected. The City does not warrant the condition of existing facilities until the new pipelines have been successfully pressure tested and disinfected. The City does not warrant the condition of existing facilities. It is the Contractor's sole responsibility to provide acceptable pressure testing at his new installation. 10 -6.05 WATER PRESSURE TEST -- The Contractor shall test all mains in the presence of , the Engineer. The test shall consist of holding the test pressure in each section of the main for a period of not less than ten (10) minutes. The test pressure at lower end of each section of main tested shall be 220 psi unless otherwise specified. Pipe shall be inspected ' for leaks. Any pipe or joint that leaks shall be repaired and the pipe retested until no leaks are present. of ' All labor, materials, tools and equipment for the testing shall be furnished at the expense the Contractor. Waste ' 10 -6.06 PAYMENT -- Full compensation for furnishing and installing PVC Industrial Line, complete in place, including all fittings, cleanouts, appurtenances, connections to exiting pipelines, excavation, backfill, bedding, testing, and providing and maintaining a , temporary industrial waste bypass system shall be considered as included in the contract lump sum price shown in the bid schedule and no additional compensation will be made therefor. ' 10 -96 1 1 �1 APPENDIX A STANDARD PLANS AND SHOP DRAWINGS • ORANGE COUNTY ENVIRONMENTAL MANAGEMENT AGENCY • AMERICAN PUBLIC WORKS ASSOCIATION • EMERGENCY VEHICLE PRE - EMPTION DETECTOR MASTARM MOUNTING DETAIL I l f ' 1 I' i 1 Re•een to W t "ermined br engineer . DirKgr loloaml ' .. web. fen note ' .7 Ni Nges to be "framed erneetb exe -w 1.4 a W 1.4 Mnge iced B• �OOtieno� TERRACE DRAIN NOTES I Ir/ 1 lz' L Caltcreto Mall Aare a mi inum allYicle compressba otrangm at 26 drys of 2400 P.s 1. Concrete may be poermnotleally Placed and shall eotdorm to Section 1611 of "a Uniform Building Code. 1. Minfordnq shall M 6's 6' -W1.4 a w 1.4 welded wire mash (W.M.) or aMors/ "mi. & grand Mall be Pre - wetted to the satisfaction of the ouildng Official of EngenNr prior to Placement of Concrete. Moisture Ins retardant Mall be used when required by the Building OPiciel or Engineer. 4. Concrete or concrete Mee irarfor lePlesh) well to be constructed whom down drew terve"fi s at tlnoee droin. fee Plan for location end defoi4. ORANGE COUNTY ENVIRONMENTAL ANAGEMENT AGENCY Approtred r.— •Direefor of ReivIa or ddneted• the To -17210t Reviaed' a2 -71d 29 -1141 TERRACE DRAIN STD. PLAN 1321 I or 3 �4•I 31_0• �4•� s•nso - W1.4aM1.4 W. W. M. T• \ . Optional �" I am drab anchor .A:'o' r4 Ion SECTION A -A NOTES: L Con ste atoll how a Tl altseate eeepew W al*s^0111 at 10 days of 2500 p.s.i. Cetera» Tap be pNanatically paced wed *all eenfarT M Saatian 2 "I of the Urv. Wilding Cade. i Ilawforeing shall be Ise-11 1,41 M 1.4 mided win snob (W.W.M.) or approved equal. S. Wound *41 N pro -aM»d to the aotisfoction of IN PAdiq Official or Engineer pier to poaTmt of CanCaN. Mcishtn low retardant aNll W used when nauired by 1N Building Official K Engisoa. • A it" frond Z f. L. t 1� pe hen I • L I=• so 1w— Dew tatn onehon eorofineted ovary 101 M vertical Nip+ r and of top•, too of down drele. A DOWN DRAIN ORANGE COUNTY ENVIRONMENTAL MANAGEMENT AGENCY STA PLAN � � 13 2 l N. Rr / :�, Oiroe /o d O'lloNMaa DOWN DRAIN ISME" I 1 1 1 1 1 1 1 1 A4l A,4J ORANGE COUNTY ENVIRONMENTAL �OANAGEMENT AGENCY /pprowC N..L rlrov Orvc!a of Rpv /o►im A Pftd: Ms.71-1725 pwised: 02 •Ti• TERRACE DRAIN a DOWN DRAIN INTERSECTION STD. PLAN 1321 SHEET 3 OF B(SH. 3) H(SN. 3) GREATER OF 20 BAR DIAMETERS OR r- DIAMETERS A -7 A-3 B -1 B-3 B -I 2' DETAIL •E• (TYP.) A -7 N C-1 D-2 —� B -2 I - A -6 a 040)B f l A(BH.2) FLOW �) -A-4 I A -I FSHOWN O r N •4016' A-2 )BEND B -B At d T3' SYMMETRICAL • ABOUT 4 T2/2 • I Ten T2 h PIPE OR BOX PER PROJECT 4iD MIN. OR W DRAWINGS RIPR a d S'-O' NIGH CHAIN I' LINK FENCE PER STD. PLAN 600 L TS PLAN RIPRAP. BACKFILL. RETAINING WALL OR WING WALL PER PROJECT DRAWINGS TZ A QALL A -4 12• AROUND RCP (TYP3 RCS (TYP.1 DETAIL 'E• AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER PRpAULWtED BY NE ENERGY DISSIPATOR - IMPACT BASIN STANDARD PLAN PU•LIC NOXKS STANpNRGS ANC.. GREENBO WITH VERTICAL BAFFLE WALL 384-1 gf CDMMrtTEE 1W] Rte' 1Bp° USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SHEET 1 OF 8 B -1 FLOW S -2 A-4 -4012' TIES 2 --4 BAFFLE WALL INLET PIPE SLOPE . - 0.10. SEE PROD. -Ai CORN ER BARS t4' ' NEED FOR THRUST u/4 e/4 -4012' A -8 D -2J COLLAR Bi Ai qGc A 4 --8 0 CENTER PIER .4012• TIES T A -8 �G a ,-r 5-.02 MIN. PIPE OR SOX PER " PROJ. DWGS. MAX. i INLET PIPE SLOPE �. - 0.10. SEE PROD. DWGS. REGARDING NEED FOR THRUST u/4 e/4 BLOCK B/OR CONC. 7PLATF-. A -8 D -2J COLLAR C -2- 4. OR 6• FILLET. TFLAT A 4 --8 0 CENTER PIER SEE DE. SECTION A -A SECTION D -D y A ARS 'ACE. C 4~ C -1 .4018' UNDISTURBED EARTH. TYP. •4018' r CfSH. 3) TIES NOTE: FLAT ARMOR PLATE NOT SHOWN. SECTION G -G AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER STANDARD PLAN ENERGY DISSIPATOR - IMPACT BASIN 384-1 WITH VERTICAL BAFFLE WALL SHEET 2 OF 'i i ti 1 1 1 SYMMETRICAL ABOUT 4 3/40 CHAMFER A-1 & A -2 BARS. TYP. •40IB' m i A -3 N B -2 B A-6 —I SECTION B—B Ism `(ETA, 811 '' SECTION H —H Ism. 11 NOTE= ADDITIONAL RIPRAP OR BACKFILL AS REQUIRED. PER )UT 4 SYMMETRICAL ABOUT 4 1 SECTION C —C (SN. 2) DETAIL 'F' 3/8' PREMOLDED JOINT FILLER WING WALL RETAINING WALL AS REQUIRED R•2deo OR 18' MIN. AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER STANDARD PLAN 384-1 momw WITH VERTICAL BAFFLE WALL SHEET 3OF8 �N j :. 1. Fhl" . 1i l.� E • , m SECTION B—B Ism `(ETA, 811 '' SECTION H —H Ism. 11 NOTE= ADDITIONAL RIPRAP OR BACKFILL AS REQUIRED. PER )UT 4 SYMMETRICAL ABOUT 4 1 SECTION C —C (SN. 2) DETAIL 'F' 3/8' PREMOLDED JOINT FILLER WING WALL RETAINING WALL AS REQUIRED R•2deo OR 18' MIN. AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER STANDARD PLAN 384-1 ENERGY DISSIPATOR - IMPACT BASIN WITH VERTICAL BAFFLE WALL SHEET 3OF8 B A S I N W 1 0 T H W= 4 B A S I N W 1 0 T H W• 6' DIMENSIONS REINFORCING STEEL DIMENSIONS REINFORCING STEEL DESIGNATION SIZE 6 SPACING WORKING STRESS SIZE 8 SPACING STRENGTH DESIGN DESIGNATION SIZE 8 SPACING WORKING STRESS SIZE 6 SPACING STRENGTH DESIGN H 3' A -1 .4012. .4012- H 4'-6' A-1 .4012- N 012' L 5' -6' A -2 -4012- -4 012' L 8' A-2 -4012- .4012' a 2' A -3 -4010- •4 018' 0 3' A -3 -4 018' -4010- M 1' -6' A -4 .4018. .4018. 0 2'-3' A-4 .4018- -4 018' 1 2' A -5 .4010' .4018. a 3' A -5 -4(018' -4018- A e' A -6 .4012. .4 012' A 1'. A -6 .4012. .4012- • 4' A -7 .4012' -4 012' • 6' A -7 -4012' N 012' 1 2' A -B -4012- -4 012* 1 r A -8 04012- .4 ®12' p 1 3' B -1 -4 012' .4 012' 8 3' 5-1 94012' -4 012' T, 0' 6-2 -4012- .4 012' T, B' B-2 .4012- .4012' T B' B -3 -4012' .4 012' T BE B -3 .4012' .4012' T, e' C -1 -4018- .4 018' Ts B- C -1 .4018- -4 018• T4 6' C -2 .4018. .4 018' T4 8' C -2 .4018. N ® IB' y 9' D -1 .4012. •4 012* T 9' D -1 -4 01r -4012' T 9' 0-2 N 016' .4 016' Ts 9' 0-2 .4010. -4018- DLEOSIG IMPACT 0 225 PSF LoSim IMPACT - 300 PSF BASIN WIDTH W =6' BASIN WIDTH W -10' DIMENSIONS REINFORCING STEEL DIMENSIONS REINFORCING STEEL DESIGNATION SIZE 8 SPACING WORKING STRESS SIZE 8 SPACING STRENGTH DESIGN N DESIGNATION IZE 8 SPACING WORKING STRESS SIZE 6 SPACING STRENGTH DESIGN H 6' A -1 -5012' .4012- H r-6' A-1 -6012' -5 012' L II' A -2 -5012' .4012- L 13'-6' A -2 .7 012' -6 012' a 4' A -3 .4018. .4018. 4 S' A-3 -4018- -4018' M S. A -4 .4010- .4018. A 3' -9' A -4 .4010- -4018- a 4' A -5 •4 018' .4 018' • S' A -5 .**Is. .4018- 0 V-4- A -6 -5 012' .4 012• 4 1' -6' A -6 -7 012. .6012. • B' A -7 .4012' -4012- a 10' A -7 -S 014' -5 014• 1 2' A -8 .4012' .4012' 1 2' A -8 .5011. -4 012' p 3' 0-1 .4012' -4 012' W 4' B -1 .4012. .4012' T, e' 6-2 .4012' .4 012' T. B. 5-2 -4 012' 04012- T B' B-3 .4012' .4 012' T r B -3 -6 018' -6 01B' A e' C -1 -4 018' .4 018' T, 8' C -1 04010- N 018' T4 8' C -2 .4018' -4 018' T4 8- C-2 -4 018' .4018' T, 9' D -I -4012' .4012' T, 9' D-1 -4012' N 012' T, 9' D -2 .4 018' •4 018' TA 9' 0 -2 -4018' N 018' DEOSIG IMPACT A, 375 PSF DESIGN LOADS IMPACT = 450 PSF BASIN W 1 0 T H W -12' BASIN WIDTH W•14' DIMENSIONS REINFORCING STEEL DIMENSIONS REINFORCING STEEL DESIGNATION SIZE B SPACING WORKING STRESS SIZE 6 SPACING STRENGTH DESIGN DESIG NATION SIZE B SPACING WORKING STRESS SIZE 6 SPACING STRENGTH DESIGN H 9' A -1 -9 018' -6012- N j lo'-6• A-1 -8012' .8 018' L 16' A-2 .9018. .6 012' L NP -6' A-2 -8012- -8 018' 0 6' A-3 -4018- -4 018' a T A -3 -4012- -4010- 0 4' -6' A -4 .4018- -4 018' 0 5'-3' A-4 -4 018' -4010- a 6' A -5 -4060- -4 018- a r A -5 .4012- -4 010• A 2' A-6 .8012. -7012- A r -4- A -6 .9012' -0012' • 12' A -7 -S 012• -5012- • Y -2• A -7 .5010. -5010- 1 2' -6' A -8 -7012' -5012- 1 3' A -8 -8012- -6011- W S' 6 -1 .4012- -4012- p 5' -6' B-1 .4012' -4012- T. 9. B-2 N 012' .4012' To 10' B -2 .4 01r .4012- T2 B' 6-3 -5012' .5 012' T, 104 B -3 -6015- -6015- T, 10' C -1 -4010- .4018- T, 12* C -1 .4018- .4018. T. B' C -2 .4 016' -4018- T4 8.5• C -2 -4018- .4018- T, 9' D -I -4012- .4012' T, 9• 0-1 .4012- -4012- T4 9' D -2 -4 018' .4 018' To 9' 0-2 .4010- .4018- DESIGN LOADS IMPACT - 525 PSF m2 IMPACT - 600 PSF NOTES: I. BASIN FULL . IMPACT ON BAFFLE WALL. 2. BASIN FULL - 1/2 IMPACT ON THE OTHER WALLS. 3. STRENGTH DESION2 LIVE LOAD FACTOR • 1.7 DEAD LOAD FACTOR ! 1.4 AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER STANDARD PLAN 384-1 SHEET OF ENERGY DISSIPATOR - IMPACT BASIN WITH VERTICAL BAFFLE WALL BASIN WIDTH Wa16' DIMENSIONS REINFORCING STEEL REINFORCING STEEL DESIGNATION SIZE 6 SPACING WORKING STRESS SIZE A SPACINO STRENGTH DE3100 N Ir A-1 .9012• •B®ir L 21• -G' 11-2 .9012. •s 01r e s' A -3 •soir .4017, -0 D 6' A -4 .4018' .4®Ir e B' A -5 .5012. .4 e12' A 2'-9' A -6 -9012' .606• • 1' -4• 4-7 .6012' .6012' I 3'-6• A -8 -9012• •7012' 9 6' 8N .4012' .4012• T, Ir B-2 .4012• •4012' T 10• 5-3 .60 tr .6012• T 13• C-I .4015• .4015' TA B.S. C-2 .4 GIs' .4 015• T, '-0, 0-1 -4012' .4 G Ir T 9• 0 -2 .4016. .4016. DESIGN LOAN IMPACT R 675 PSF B A S I N W I D T H W a 2 0' DIMENSIONS REINFORCING STEEL DESIGNATION S12E 6 SPACING WORKING STRESS SIZE 6 SPACING STRENGTH DESIGN N IS' A-1 -BOB- 0808• L 26'-6• A -2 .T26' -?Os- • 10' A -3 .406• .408• -0 D 7'-6' ►-4 .4 air .4 GIs' e 10' A -5 .4012• .408• 0 3' -A• A-6 .906• .604• • I' -B' A -7 07014- •7 014' f 3' -6• A -e .60 T• j .8072' 0 7--6• B -I .4212• .4012' T, 14• 5-2 .4017, .401r T 12• 8 -3 .7 214• -7014- T3 16• C -1 .4 0t3' .4 013' T. 11.5' C -2 -4013' 04013- r 13• 0-1 -4012- .4 01r Ts 9' D -2 -6013' -5014- DESIGN LOA05 IMPACT W 675 PSF 8 A S I N W I D T H W= 2 4' DIMENSIONS REINFORCING STEEL DESIGNATION SIZE 6 SPACING WORKING STRESS SIZE 6 SPACING STRENGTH DESIGN N IB' A -I .906' .908• L 32' A -2 .906' w28• • 12' A -3 •506• •508' A 9' A -4 •S 012- .4016' e 12' A -S •406• .SG6• 4 4' A-6 "026• .906• • 2' A -7 .7012. -7062' I 4• -6 A -$ .907. .9012 y e' -6• B -I -4012- .4012- T. Ir 8 -2 -40121 -4012- TA 13• 0-3 -7012' -7012' 73 18• C -1 .4 01Y •4 01Y T4 14• C -2 -4012- -4012- Ty Ir D-1 -4912- .4012' T4 9• D -2 -9018- .7 014• DESIGN LOADS I IMPACT = 675 PSF BASIN W 1 0 T H Wx18' DIMENSIONS REINFORCING STEEL DESIGNATION SIZE 6 SPACING WORKING STRESS SIZE 6 SPACING STRENGTH DESIGN N 13' -6• AH NOG Ir w21r L 24' A -2 .706' K0 6• 0 9' A -3 •5012' .s21r 6 6' -9' A -4 "*le- -4018' e 9' A -5 .5012' .501r G 3' A -6 .806' .9012• • I• -6' A -7 *508. .50 6• 1 31-6' A -8 •8G B• .9014. 9 7• B-1 "Gtr 442tr T, 13' 6-2 .4012' .4012. T 12• 6-3 .T 016• .7016. T I4• C -1 •4013' .4013' Ta 10.5' C -2 .4011- -4013- Ty 11• 0 -1 ./ 012' .4 012• T 9' D -2 M 012' .4 016• DESIGN LOAD! I IMPACT • 750 PSF BASIN W 1 0 T H W =22' OIAEN$IOKS . REINFORCING STEEL DESIGNATION SIZE B SPACING WORKING STRESS SIZE 6 SPACING STRENGTH DESIGN H 16' -6• A-1 .906• .908• L 29' -6' A -2 •BG6• .BGB• a II' A -3 .406• NOG• A 8' -3• A -4 •4 012' $4016- e II' A -5 .5012' 05 01G' 4 3' -B• A-6 was. w0B• • 1' -10' A -7 •8 016' -8016- 1 4' A -S .908' .6011' a e' 6-1 .4012' •4 01r T, is- 6 -2 w air K 012' T 13• 6-3 •s 01e• •9 *is- T, 1T C -1 •4212' "air T4 13• C -2 -4012- -4012- T u• 0 -1 .4 air .401r T6 9• D -2 w 018• -6014- x316" LoADS IMPACT N 750 PSF 8 A S I N W I D T H W• 2 6' DIMENSIONS REINFORCING STEEL DESIGNATION SIZE 6 SPACING WORKING STRE33 SIZE 6 SPACING STRENGTH DESIGN H 19' -6' A -I .004' •100 9• L 35' A -2 •906' .92S- a 13' A -3 -608' .8016. A 9' -9• A -4 -6016- •S 016' e 13' A -5 .8016• •508' 4 4' -4• A -6 .$*A. •804' • 2' -r A -7 •626• •626• I 4' -6' A -8 •906' •808• 0 9' -6• 0-1 -4012- -4012' T, Is- 0 -2 -4012' w 012- T• 13' 6-3 .7012• •7012- Ty 2I• C -I .5016. .5016. T4 15• C-2 .5016. 05016. Ty 19' D -I -4012- .401 Ts 9• D-2 .8014' DESIo LLoADS IMPACT o 750 PSF NOTES, L BASIN FULL • IMPACT ON BAFFLE WALL. 2. BASIN FULL • 1/2 IMPACT ON THE OTHER WALLY. 3. STRENGTH DESIGN LIVE LOAD FACTOR • 1.7 DEAD LOAD FACTOR • 1.4 AMERICAN PUBLIC WORKS ASSOCIATION -SOUTHERN CALIFORNIA CHAPTER STANDARD PLAN 384-1 ENERGY DISSIPATOR - IMPACT BASIN WITH VERTICAL BAFFLE WALL SHEET 5 OF B A S I N W I D T H W= 2 8' DIMENSIONS REINFORCING STEEL DESIGNATION SIZE B SPACING WORKING STRESS SIZE B SPACING STRENGTH DESIGN M 1 21• A -1 .904. .9 0 6• L l 3r-6' A -2 .604• .900' • 14• A -3 -sea- .9 012' s 10• -6' A -4 .6012' •8012' c 14' A -5 -7012- -7012' 4 4• -e' A-6 .904• .804• • 2--4• A -7 .0013. .6013. I 5• A -e .804' .BOr 9 10' B -1 -4012- -4012- T, 20' B -2 .4012- •4 Olr T 14• 6-3 -8014- -6014' T3 23' C -1 .5015. .5015. TA Ir C -2" .5015. .5015. T9 21• D -1 .4012. .4012- y 9• 0-2 .6O N• .8015. DESIGN LOOADS ADS IMPACT = 1100 PSF B A S I N W 1 0 T H W- 3 2' DIMENSIONS REINFORCING STEEL DESIGNATION SIZE B SPACING WORKING STRESS SIZE D SPACING STRENGTH DESIGN N 24' A -1 MOO 4' .905. L 42' -6' A -2 -904' •e 0 5' a Is- A -3 .504- .6010. ► Ir A-4 fees, .405- • 16' A -5 .8012' .505• 4 3' -4' A-6 006 4. .1005. _ • r -B• A -7 .B 010' •e 010• I 6' A -8 .904. -BOB- B-I IV a •4 ®10• -4010- T, 25• B -z .4 ®lo• •4 010• r w B -S .e ®n• •B ®R' T 26• C -I .5012. -5012- Ta 20' C -2 .5 012' •5 01r D-1 Z6' D -I .4012- .4012. T m D -2 .4010. .9018. DE31 IMPACT =1500 PSF 8 A S I N W I D T H W N 3 0' ENERGY DISSIPATOR - IMPACT BASIN REINFORCING STEEL SIZE B SPACING SIZE a SPACING DESIGNATION WORKING STRESS STRENGTH DESIGN DIMENSIONS H 2r-6' A-1 .100 4' .004• L 40' A -2 -904- .1000. 4 15' A -3 -504' .?Ga. e 02- -3' A -4 -7012- .5 ®e• c 15' A -5 .7012- .404• 4 5' A -6 -904- .804- • 2'-6• A -7 •6 Olr -8012- I 5­6- A -B .905. .9 0 e• 9 10' -6• B-I -4012- -4012- T, 2r B -2 •4 01r .4012. T 14' 8-3 .6012. .e 012' T 24• C-I -5012' -50121 T4 1e.3• C-2 .5012. .5 012- T9 24' D-1 .4012- -4012- y o• 0 -2 .9013. .6015. LESION LOADS IMPACT =1200 PSF L BASIN FULL . IMPACT ON BAFFLE WALLS. 2. BASIN FULL - V2 IMPACT ON THE OTHER WALLS. 3. STRENGTH DESIGN LIVE LOAD FACTOR . 4.7 DEAD LOAD FACTOR • 1.4 AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER STANDARD PLAN 384-1 ENERGY DISSIPATOR - IMPACT BASIN WITH VERTICAL BAFFLE WALL SHEET 6OF8 J 41 WELDED WELDED STUD ANCHORS SHALL BE EMBEDDED INTO WET CONCRETE. FLAT ARMOR PLATE DETAIL(SH. z) I a2�L_- PL 1/4 SECTION J -J SECTION K -K AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER STANDARD PLAN 384-1 ENERGY DISSIPATOR - IMPACT BASIN WITH VERTICAL BAFFLE WALL SHEET7 OF A R M 0 R P L A T E A N C H O R T A B L E BASIN WIDTH TOTAL N0. of L SENT PLATE ANCHORS TOTAL NO. OF FLAT PLATE ANCHORS PLATE DIMENSIONS Row 1 Row 2 Row 3 NOW 4 Row -5 Row a now 7 x r 4' 6 3 3 3'-11• r -0• 6• 6 4 4 S'-/1• I' -9' a• 6 7 S 2 T-IP 2' -6' 10' 6 9 6 3 91-11• 3-3• 12' 6 12 T 2 3 11'-0• 4' -0' 14' 6 14 6 2 4 131-11• 4•-9• 16• 9 IS 9 2 4 15'-0' S' -6• la' 9 16 10 2 2 4 IT -If. 6' -3• 20' 9 20 II 2 2 S 19' -11• 71-01 22' 9 23 12 2 2 2 S 21' -41• 7-9• 24' 9 23 13 2 2 2 6 23' -11• 0' -6• 26• 9 26 14 2 2 2 6 25' -II' 9' -3' 2a' 12 29 IS 2 2 2 2 6 2T -11• 10' -0• 30' 12 31 15 2 2 2 2 7 29• -tl' t0• -9• 32• 12 32 17 2 2 2 2 7 3P -11 m -6• AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER STANDARD PLAN ENERGY DISSIPATOR - IMPACT BASIN 384-1 WITH VERTICAL BAFFLE WALL SHEETS OF • • fi'✓ ^'c T(CGUNC{L CM' -vE;`d'rORT BEACH ;M9 )997 V June 9, 1997 CITY COUNCIL AGENDA ITEM NO. 17 TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT SUBJECT: MACARTHUR BOULEVARD WIDENING - SEGMENT 2 CONTRACT NO. 2825 RECOMMENDATIONS: 1. Award Contract No. 2825(F) to the low bidder, Griffith Company, for the total corrected bid amount of $5,167,037.50; and authorize the Mayor and the City Clerk to execute the contract. 2. Establish an amount of $516,700.00 for unforeseen work and changed conditions. 3. Approve a professional services agreement with the following listed consultants and authorize the Mayor and City Clerk to sign the agreements. ja. Deist - Binsfield, Inc. for Construction Management and Inspection in an amount of $348,235.00. ! jb. AGRA Earth and Environment, Inc. for Geotechnical Field Services and Materials Testing in an amount of $50,661.00. jc. LSA Associates, Inc. for Archaeological and Paleontological Resources Monitoring in an amount of $33,000.00. /,-'d. Robert Bein, William Frost & Associates for Civil Engineering and Surveying Support and Quality Assurance in an amount of $24,900.00. Gail P. Pickart, P.E. for Project Management Services in an amount of $55,400.00. 4. Approve Amendment No. 4 to an Agreement for Professional Engineering Services with Robert Bein, William Frost and Associates in an amount of $85,166.00 for Segment 2 design changes. 5. Authorize the following Budget Amendments: a) Increase revenues to the Contributions Fund in the amount of $150,000.00 and appropriate this same SUBJECT: MACARTHURRULEVARD WIDENING - SEGMENT 2 CONTRACT NO. 2825 j •. June 9, 1997 • Page 2 amount to Account No. 7253- C5100066; and b) Appropriate $1,000,000.00 from the CIOSA fund reserves to Account No. 7431- C5100066. DISCUSSION: At 2:00 p.m.. on May 21, 1997, the City Clerk opened and read the following bids for this project: RANKING BIDDER AMOUNT Low Griffith Company $5,167,037.50 2 Sully - Miller Contracting Company $5,329,810.00 3 Sequel Contractors $5,332,673.00 * Corrected from $5,142,037.50 The Engineer's Estimate was $5,607,000.00 The low bidder, Griffith Company, is a well qualified contractor who has successfully completed similar projects for the City of Newport Beach and for other cities and counties in Southern California. Griffith Company is currently the construction • contractor for Segment 1 of the MacArthur Boulevard Widening project [Contract No. 2825(C)] and is performing the work satisfactorily. The Segment 1 Widening is scheduled for completion in late July 1997; therefore, an assumed start date of July 1, 1997, will allow Griffith Company to continue their construction operations. The Segment 2 MacArthur Boulevard project will complete the widening from 4 lanes to 6 lanes with a raised landscaped median between San Joaquin Hills Road and Ford Road /Bonita Canyon Road. The San Joaquin Hills Road intersection was completed with Segment 1. The Ford Road /Bonita Canyon intersection was completed by TCA last year. Also included in the Segment 2 project is the construction of curb, gutter and sidewalks, grading and some landscaping of the linear open space. Storm drainage and street lights are also part of the project. Due to alignment changes and the degraded condition, all of the existing pavement must be removed and replaced. The anticipated construction period for Segment 2 of the MacArthur Boulevard Widening project is approximately one year. The assumed start date of July 1, 1997, is after the California Transportation Commission June 5, 1997, adoption of the Resolution of Relinquishment and after the Resolution is recorded on or about June 20, 1997, which is the action effecting the relinquishment of State Route 73 (MacArthur Boulevard) from Caltrans to the City of Newport Beach. • SUBJECT: MACARTHUR OLEVARD WIDENING - SEGMENT 2 • CONTRACT NO. 2825 June 9, 1997 Page 3 Staff recommends award of Contract No. 2825 (F) to Griffith Company in the amount of $5,167,037.50. Staff further recommends authorization to establish an amount of $516,700.00 to cover possible changes in estimated quantities and unforeseen conditions. 'b MWR M91M.M6 NLrJi�1 9n or-27- IlK�- Ll!LL��IIl�IF7 Staff proposes to administer and support the construction of Segment 2 improvements with a team of consultants similar to the manner in which Segment 1 construction is being handled. Deist - Binsfield, Inc. (DBI) is the construction manager for Segment 1 and is recommended to perform the same function for Segment 2. DBI was selected as the most qualified firm for this role through a Qualification Based Selection process conducted earlier this year to identify construction managers for three projects: Birch Street Bridge Widening Overcrossing SR73, the "Arches" Interchange Improvements, and MacArthur Boulevard Widening Segment 2. Eight firms were interviewed by a panel of four people (three City representatives and one Caltrans representative). The panel ranked the three most qualified firms for each project and a more detailed scope of work with corresponding compensation amounts was then negotiated with each of the three top ranked firms. DBI's Professional Services Agreement covers a period of . approximately one year for two people essentially full -time and one person three - quarters time. Utility costs for a construction trailer as well as the costs for office equipment and sanitation facilities are also included in their scope of work. The geotechnical observation and testing for the Segment 2 grading work, the trench compaction testing, and the necessary testing of materials such as rock products is proposed to be handled by AGRA Earth & Environmental, Inc. (AGRA). AGRA was one of four firms who submitted proposals for the Segment 1 geotechnical services when Smith -Emery was selected to perform the work. The proposals from AGRA and Smith- Emery were very comparable and Staffs decision at that time was to recommend Smith- Emery for Segment 1 geotechnical services and AGRA for Segment 2 geotechnical services. AGRA's proposal for Segment 2 work in an amount $50,661.00 appears to be complete and reasonable. The grading work to be done for the Segment 2 Widening improvements is of such extent and magnitude that archeological and paleontological monitoring is necessary during earthwork operations. LSA Associates not only satisfactorily performed similar monitoring services for Segment 1 widening, but also prepared the Environmental Impact Report for the entire MacArthur Boulevard Widening project. Their background knowledge of the project and their familiarity with the project's requirements are the basis for Staffs recommendation to enter into a Professional Services Agreement related to Segment 2 • improvements. LSA's proposal establishes a budget amount of $33,000.00 and appears SUBJECT: MACARTHUR *ULEVARD WIDENING - SEGMENT 2 CONTRACT NO. 2825 June 9, 1997 Page 4 to be complete and reasonable in view of their previous research and investigation of the project area. Robert Bein, William Frost & Associates (RBF) has submitted a proposal to provide civil engineering and surveying support during the course of construction. Their support will include: (1) establish horizontal and vertical survey control for the construction contractor's surveyor; (2) review shop drawing and materials submittals; and (3) provide quality assurance and quantity verifications for earthwork pay items. RBF is satisfactorily providing similar services during Segment 1 construction. Their proposal to provide support services for Segment 2 in an amount of $24,900.00 appears complete and reasonable. Project management services have been provided by Gail P. Pickart, P.E. during design of the entire MacArthur Boulevard Widening project (Pacific Coast Highway to Ford Road) and during Segment 1 construction. A proposal has been submitted to continue these project management services during Segment 2 construction and to prepare the final project reports necessary to obtain payment from all the outside funding sources. These services will extend throughout the entire FY 1997 -98 and involve one person on approximately a half -ti%ne basis. A scope of services with a budget amount of $55,400.00 • as compensation has been submitted and appears appropriate for the current status of the overall project. Staff recommends approval of each of the five above described Professional Services Agreements and further recommends that the Mayor and the City Clerk be authorized to sign each of the Agreements on behalf of the City. As part of the final review of the Segment 2 plans and specifications, the design team considered the changed conditions and circumstances that now exist compared to those known or anticipated when final design began. Key changes related to (1) the impending relinquishment of MacArthur as a state highway by Caltrans; and (2) preliminary use and grading concepts prepared for the linear open space area along the easterly side of MacArthur to be dedicated by The Irvine Company under the terms of CIOSA. The design team concluded that the following significant aspects of the plans should be revised: 1. Eliminate the slotted drainage system preferred by Caltrans along the median curb and gutter in superelevated portions of the roadway and replace it with a series of side opening grate inlets which are less costly to install and easier to maintain. The estimated reduction in construction cost is $50,000.00 • SUBJECT: MACARTHUR JILEVARD WIDENING - SEGMENT 2 • CONTRACT NO. 2825 June 9, 1997 Page 5 2. Eliminate the lower of the two tiered retaining walls proposed along the easterly side of MacArthur Boulevard adjacent to the Big Canyon Nature Park and replace it with a graded slope. The estimated reduction in construction cost is $100,000.00. 3. Eliminate the storm drain detention basin along the easterly side of MacArthur Boulevard where an existing underground storm drain pipe from Port Charles Place in the Harbor View Homes community discharges into a surface drainage ditch and replace it with a continuous underground system across MacArthur. The Irvine Company has indicated a willingness to reimburse the City for the estimated increased cost of $150,000 for design and construction of the revised drainage system. Now that bid prices are available, a formal Agreement with more specific information will be presented to the City Council for consideration in July 1997. 4. Expand the grading work along the easterly side of MacArthur Boulevard to eliminate the "chopped up" appearance of the existing ground surface and to create a more gentle, rolling surface consistent with the preliminary design prepared for the City by Purkiss Rose - RSI covering this linear open space area. RBF's proposal for making these design changes has been incorporated into Amendment No. 4 to their November 1, 1993, Agreement for Professional Engineering Services. The cost of the design changes has been established in the amount of $85,166.00. Staff believes the RBF proposal is consistent with the magnitude of the changes and recommends approval of Amendment No. 4. The FY 1996 -97 budget for the Capital Improvement Program includes funding for Segment 2 of the MacArthur Boulevard Widening project. Funds needed to meet the commitments recommended for approval in this staff report total $6,281,099.50. In addition, construction of sound attenuation walls for six residential lots along Port Manleigh Circle in the Harbor View community which are estimated to cost $150,000 remains to be accomplished, $243,366.64 has been deposited with Southern California Edison for relocation of overhead electrical power lines along the westerly side of MacArthur Boulevard, $39,707 has been paid to the Irvine Company to handle the obligation for offsite riparian mitigation, and other miscellaneous costs have been paid. The current overall total of the project cost estimate for MacArthur Boulevard widening - Segment 2 is $6,281,099.50. • SUBJECT: MACARTHUR BOULEVARD WIDENING - SEGMENT 2 • CONTRACT NO. 2825 June 9, 1997 Page 6 The funding for the $6,281,099.50 of construction related costs is allocated as follows: ACCOUNT NO. AMOUNT 7253- C5100066 $ 150,000.00 7253- C5100066 $ 600,000.00 7284- C5100066 $3,110,000.00 7431- C5100066 $2,421,022.5 TOTAL $6,281,099.50 FUND The Irvine Company Contributions (Caltrans) OCTA, Measure "M ", MPAH (50% CIOSA Frontage Improvements The Caltrans contribution and the OCTA Measure "M" MPAH (Master Plan of Arterial Highways Program) funds are provided for in the FY 1996 -97 budget. A budget amendment is needed to appropriate The Irvine Company $150,000.00 to the Contributions Funds Account No. 7253- C5100066. Another budget amendment is needed to appropriate an additional $1,000,000 into the CIOSA Frontage Improvements account. The CIOSA bond issue authorized at the last City Council meeting provides for this funding. Respectfully n s�ubbmittted, 0A PUBLIC WORKS DEPARTMENT Don Webb, Director Attachments: *Agreement with Deist- Binsfield, Inc. Agreement with AGRA Earth and Environment, Inc. Agreement with LSA Associates, Inc. Agreement with Robert Bein, William Frost & Associates Agreement with Gail P. Pickart • 40 * Agreements to be delivered in Supplemental Agenda Packets on Friday, June 6, 1B07. W of Newport Beac(& BUDGET AMENDMENT 1996 -97 SECT ON BUDGETARY FUND BALANCE- Increase Pq Increase Revenue Estimates Increase Budget Appropriations Transfer Budget Appropriations SOURCE: from existing budget appropriations X from additional estimated revenues X from reserved fund balance EXPLANATION: NO. BA- 051 AMOUNT: i1,15a,000.00 Increase in Budgetary Fund Balance AND X Decrease in Budgetary Fund Balance No effect on Budgetary Fund Balance This budget amendment is requested to provide for the following: To aoorooriate $150.000 from contributions to MacArthur Blvd. w ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Euad Account 430 3605 REVENUE APPROPRIATIONS (3601) Fund /Division Account 250 4858 EXPENDITURE APPROPRIATIONS (3603) Description Fund Balance Control and to Description Refunds & Rebates from Governments Signed: Wd: Signed: Director City Manager City Council Approval: City Clerk 000 from CIOSA Amount Debit Credit $1,000,000.00 $150,000.00 $150,000.00 $1,000,000.00 Date lo� Date Date Description Division Number 7253 Public Works Account Number C5100066 MacArthur Widening Improvements Division Number 7431 CIOSA Frontage Improvements Account Number C5100066 MacArthur Widening Improvements Division Number Account Number Signed: Wd: Signed: Director City Manager City Council Approval: City Clerk 000 from CIOSA Amount Debit Credit $1,000,000.00 $150,000.00 $150,000.00 $1,000,000.00 Date lo� Date Date • 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 TO: FINANCE DIRECTOR FROM: CITY CLERK DATE: March 30, 1995 (714) 644 -3005 SUBJECT: Contract No. C- 2825(G) c4gy e, Description of Contract Cooperative Agreement for Relocation of overhead Electrical Power Lines for MacArthur Boulevard Widening Effective date of Contract March 30 1995 Authorized by Minute Action, approved on March 27, 1995 Contract with Southern California Edison Company Address Amount of Contract (See Agreement) &4�6e Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach MAR 2 7 • March 27, 1995 CITY COUNCIL AGENDA ITEM NO. TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT SUBJECT: MACARTHUR BOULEVARD WIDENING PROJECT (C- 2825):��� RECOMMENDATIONS: 1. Approve a Cooperative Agreement with Southern California Edison Company for Relocation of Overhead Electrical Power lines. 2. Authorize the Mayor and City Clerk to sign the Cooperative Agreement on behalf of the City. DISCUSSION: The MacArthur Boulevard Widening project extends from Pacific •Coast Highway to Ford Road. Construction will be accomplished in two segments: Segment I will extend from Pacific Coast Highway to approximately 1000 feet northerly of San Joaquin Hills Road, and Segment 2 will extend northerly from that terminus to Ford Road. Segment 1 construction is expected to begin in late summer of 1995 and Segment 2 construction is anticipated to begin in 1996 or possibly 1997. Overhead electrical power lines on wood poles exist along the westerly side of MacArthur Boulevard from San Joaquin Hills Road to Ford Road. The street widening improvements proposed in both construction segments will require relocation of the overhead lines. The pole line is presently situated in an exclusive use easement generally located outside the existing street right - of -way. Because of these prior rights, Edison does not have to relocate their facilities at their expense in order to accommodate the street widening improvements. Instead, the relocation costs become part of the overall project costs to be paid by the City. At the City's request, Edison has prepared engineering designs for •pole line relocation as required to accommodate street widening improvements planned with each of the two construction segments. The relocation design includes the use of steel poles instead of wood poles at three of the angle points in the alignment. The benefit of using steel poles is the elimination of ground anchors, avoidance of cross - street guy poles, and reduction in the total number of poles. The result will be an improvement in the overall project appearance. The Irvine Company supports the use of steel poles as part of the relocation and will dedicate the necessary replacement easement to Edison. (M) SUBJECT: MACARTHUR BOULEVARD WIDENING PROJECT (C -2825) March 27, 1995 Page 2 The total estimated cost for the pole line relocations is $530,000 ($304,000 for Segment 1 and $226,00 for Segment 2). A deposit of $15,000 toward that total of $530,000 has already been made to cover Edison's engineering design costs. Before ordering fabrication of steel poles, Edison requests an additional incremental deposit. The amount related to Segment 1 construction is $120,000 and the payment needs to be made in the next four to six weeks in order for the steel poles to be available in September 1995. A Cooperative Agreement has been prepared setting forth the responsibilities of both the City and Edison. This Agreement provides for Edison to prepare the engineering designs, perform the power line relocations work (install new steel and wood poles, transfer overhead wires, and remove old poles), and prepare a final accounting of costs they incurred. Included in the final accounting will be verification that steel pole fabrication was based on competitive bids and that the steel poles were purchased from the lowest bidder. The Cooperative Agreement provides for the City to phase project grading work to facilitate Edison's new pole installations. Also, the City will pay the total estimated cost of $530,000 for the relocation work in accordance with an anticipated incremental payment schedule as follows: Increment Description Engineering Design Segment 1 Steel Poles Segment 1 Relocation Segment 2 Steel Poles Segment 2 Relocation Increment Amount $ 15,000 120,000 169,000 75,000 151,000 * Based on Segment 2 funding by OCTA during F.Y. 1995 -96 Time of Payment March 1994 April 1995 August 1995 January 1996* April 1996* Approval of the Cooperative Agreement gives the Staff the authority to proceed with the electrical power line relocation aspects both segments of the MacArthur Boulevard Widening project. Funds for the Segment 1 steel poles are available in the current budget's Circulation and • Transportation Account No. 7261P301066A. Funds for subsequent incremental payments will be included in corresponding fiscal year budgets. 064,W Don Webb Public Works Director COOPERATIVE AGREEMENT for • Electrical Power Line Relocation along Westerly Side of MacArthur Boulevard from San Joaquin Hills Road Northerly THIS AGREEMENT, entered into this day of 1995, by and between the CITY OF NEWPORT BEACH, a municipal corporation (hereinafter referred to as "CITY "), and the SOUTHERN CALIFORNIA EDISON COMPANY, a California corporation (hereinafter referred to as "EDISON ") is made with reference to the following: RECITALS: A. CITY is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of the City. B. EDISON is a public corporation duly organized and validly existing under the laws of the State of California with one of its purposes being the distribution and transmission • of electrical power within the CITY and surrounding areas. C. CITY has underway a project to widen and reconstruct MacArthur Boulevard from Pacific Coast Highway to Ford Road which is to be accomplished in two construction segments: Segment 1 extends from Pacific Coast Highway to approximately 1,000 feet northerly of San Joaquin Hills Road and Segment 2 extends from approximately 1,000 feet northerly of San Joaquin Hills Road to Ford Road. D. EDISON has an existing electrical power line along the westerly side of the segment of MacArthur Boulevard northerly of San Joaquin Hills Road which is to be widened. The power line consists of wood poles, overhead wire conductors, and related appurtenances situated in an exclusive use easement. E. The MacArthur Boulevard Widening project requires relocation of portions of the existing poles and overhead lines which interfere with the proposed street improvements. F. At CITY'S request, EDISON has prepared preliminary engineering designs and cost • estimates for pole line relocations necessary to accommodate the MacArthur Boulevard Widening project based on information provided by CITY. The designs include replacing certain of the guyed wood poles with unguyed steel poles, thereby reducing the number of poles supporting the overhead lines and improving the appearance of the facilities. 3/95 1 0 0 NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: • SECTION 1. CITY agrees: 1. To pay for EDISON'S engineering costs associated with both preliminary and final designs and cost estimates for the required power line relocations. CITY has made two deposits of $5,000.00 and $10,000.00 respectively toward EDISON'S engineering costs. 2. In addition to the $15,000.00 deposit for engineering design costs, to make two installment payments for the relocation costs involved with each of the two planned segments of MacArthur Boulevard construction. The first installment for each segment will cover the cost of specially designed steel poles and the payment will be made prior to EDISON authorizing fabrication of the steel poles. The second installment for each segment will be made after the steel poles have been fabricated and prior to installation of the new and relocated poles and the transferring of the overhead lines. 3. To pay a total estimated cost of $529,552.97 for power line relocation consisting of an estimated cost of $303,816.73 for Segment 1 of MacArthur Boulevard Widening and $225,736.24 for Segment 2 of MacArthur Boulevard Widening. The first installment • amount to be paid for the fabrication of steel poles required for Segment 1 construction is $120,000.00. 4. To require in the construction contract, specifications for phased, incremental grading operations as needed to accomplish pole installation and relocation work to be accomplished by EDISON. 5. To pay any shortfall that may result when EDISON determines its total actual relocation costs compared to the total amount of deposits and installment payments by CITY. 6. To cooperate with EDISON in accomplishing the relocation work and to coordinate the activities of the CITY'S construction contractor with the operations of EDISON'S forces. SECTION H. EDISON agrees: 1. To complete the engineering designs for the power line relocations, including the replacement of certain wood poles with steel poles, corresponding to each of the two • proposed MacArthur Boulevard construction segments. 2. To provide design plans for the relocations to the CITY and its consultants for review and comparison with street improvement plans. 3/95 2 3. To handle the bidding, fabrication, delivery and installation of the replacement steel • poles; relocation or replacement of wood poles; transfer of overhead conductors and communication lines to new and relocated poles; and removal of wood poles, guys, and ground anchors rendered unnecessary by the relocations. 4. To competitively bid the steel pole fabrication work and to provide an explanation and justification should award not be made to the lowest bidder. 5. To keep accurate and complete records of all EDISON'S costs in accomplishing the power line relocations and to make a final accounting for each of City's construction Segments 1 and 2. 6. To refund to CITY any surplus between the total of EDISON'S cost for each construction segment and the total amount of deposits and installment payments made by CITY for each construction segment. 7. To prepare an appropriate Grant of Easement, including a legal description, for execution by The Irvine Company covering a 25 foot wide strip of land contiguous to MacArthur Boulevard street right -of -way and corresponding to the relocated power lines for those areas where required relocation cannot be accomplished within EDISON'S existing easement. 8. To prepare an appropriate Quitclaim Deed for those portions of EDISON'S existing easement that are replaced by a new Grant of Easement. Such quitclaim deeds shall be prepared, executed, and recorded after all relocation work associated with City's construction Segments 1 and 2 has been completed. 9. To cooperate with CITY in accomplishing the relocation work and to coordinate the activities of EDISON'S forces with the operations of the CITY'S construction contractor. SECTION III. CITY and EDISON mutually agree: 1. The term of this Agreement shall commence on the date set forth herein and shall terminate when all the required relocation work is complete and a final cost accounting has been made. Such final cost accounting and resultant payments are to be done within six months after relocation work has been completed. • 2. CITY shall hold harmless, indemnify, and defend EDISON and its officers, agents, and employees from and against all claims and liabilities for injury to person or property arising out of any negligent or wrongful act, error, or omission of CITY or its officers, agents, or employees in the performance of this Agreement. 3/95 3 0 0 3. EDISON shall hold harmless, indemnify and defend CITY and its officers, agents, and employees from and against all claims and liabilities for injury to person or property arising out of any negligent or wrongful act, error, or omission of EDISON or its • officers, agents, or employees in the performance of this Agreement. IN WITNESS WHEREOF, the parties hereto have executed this Cooperative Agreement on the date first above written. CITY OF NEWPORT BEACH Approved as to form: Mayor ATTEST: City Attorney City Clerk SOUTHERN CALIFORNIA EDISON COMPANY Approved as to form: FA MU&I19 Legal Counsel 3/95 4 • COOPERATIVE AGREEMENT for Electrical Power Line Relocation along Westerly Side of MacArthur Boulevard from San Joaquin Hills Road Northerly 2.f2 i- THIS AGREEMENT, entered into this 34'6% —day of 1995, by and between the CITY OF NEWPORT BEACH, a municcorporation (hereinafter referred to as "CITY "), and the SOUTHERN CALIFORNIA EDISON COMPANY, a California corporation (hereinafter referred to as "EDISON ") is made with reference to the following: RECITALS: A. CITY is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of the City. B. EDISON is a public corporation duly organized and validly existing under the laws of the State of California with one of its purposes being the distribution and transmission of electrical power within the CITY and surrounding areas. C. CITY has underway a project to widen and reconstruct MacArthur Boulevard from Pacific Coast Highway to Ford Road which is to be accomplished in two construction segments: Segment 1 extends from Pacific Coast Highway to approximately 1,000 feet northerly of San Joaquin Hills Road and Segment 2 extends from approximately 1,000 feet northerly of San Joaquin Hills Road to Ford Road. D. EDISON has an existing electrical power line along the westerly side of the segment of MacArthur Boulevard northerly of San Joaquin Hills Road which is to be widened. The power line consists of wood poles, overhead wire conductors, and related appurtenances situated in an exclusive use easement. E. The MacArthur Boulevard Widening project requires relocation of portions of the existing poles and overhead lines which interfere with the proposed street improvements. F. At CITY'S request, EDISON has prepared preliminary engineering designs and cost estimates for pole line relocations necessary to accommodate the MacArthur Boulevard Widening project based on information provided by CITY. The designs include replacing certain of the guyed wood poles with unguyed steel poles, thereby reducing the number of poles supporting the overhead lines and improving the appearance of the facilities. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: SECTION I. CITY agrees: 1. To pay for EDISON'S engineering costs associated with both preliminary and final designs and cost estimates for the required power line relocations. CITY has already made two deposits of $5,000.00 and $10,000.00 respectively toward EDISON'S engineering costs. 2. In addition to the $15,000.00 deposit for engineering design costs, to make two installment payments for the relocation costs involved with each of the two planned segments of MacArthur Boulevard construction. The first installment for each segment will cover the cost of specially designed steel poles and the payment will be made prior to EDISON authorizing fabrication of the steel poles. The second installment for each 3195 1 segment will be made after the steel poles have been fabricated and prior to installation of the new and relocated poles and the transferring of the overhead lines. 3. To pay a total estimated cost of $529,552.97 for power line relocation consisting of an estimated cost of $303,816.73 for Segment 1 of MacArthur Boulevard Widening and $225,736.24 for Segment 2 of MacArthur Boulevard Widening. The first installment amount to be paid for the fabrication of steel poles required for Segment 1 construction is $120,000.00. 4. To require in the construction contract, specifications for phased, incremental grading operations as needed to accomplish pole installation and relocation work to be accomplished by EDISON. 5. To pay any shortfall that may result when EDISON determines its total actual relocation costs compared to the total amount of deposits and installment payments by CITY. 6. To cooperate with EDISON in accomplishing the relocation work and to coordinate the activities of the CITY'S construction contractor with the operations of EDISON'S forces. SECTION Il. EDISON agrees: 1. To complete the engineering designs for the power line relocations, including the replacement of certain wood poles with steel poles, corresponding to each of the two proposed MacArthur Boulevard construction segments. 2. To provide design plans for the relocations to the CITY and its consultants for review and comparison with street improvement plans. 3. To handle the bidding, fabrication, delivery and installation of the replacement steel poles; relocation or replacement of wood poles; transfer of overhead conductors and Edison communication lines to new and relocated poles; and removal of wood poles, guys, and ground anchors rendered unnecessary by the relocations. 4. To competitively bid the steel pole fabrication work and to provide an explanation and justification should award not be made to the lowest bidder. 5. To keep accurate and complete records of all EDISON'S costs in accomplishing the power line relocations and to make a final accounting for each of City's construction Segments 1 and 2. 6. To refund to CITY any surplus between the total of EDISON'S cost for each construction segment and the total amount of deposits and installment payments made by CITY for each construction segment. 7. To prepare an appropriate Grant of Easement, including a legal description, for execution by The Irvine Company covering a 25 foot wide strip of land contiguous to MacArthur Boulevard street right -of -way and corresponding to the relocated power lines for those areas where required relocation cannot be accomplished within EDISON'S existing easement. 8. To prepare an appropriate Quitclaim Deed for those portions of EDISON'S existing easement that are replaced by a new Grant of Easement. Such quitclaim deeds shall be prepared, executed, and recorded after all relocation work associated with City's construction Segments 1 and 2 has been completed. 9. To cooperate with CITY in accomplishing the relocation work and to coordinate the activities of EDISON'S forces with the operations of the CITY'S construction contractor. 3/95 2 • 9 SECTION III. CITY and EDISON mutually agree: 1. The term of this Agreement shall commence on the date set forth herein and shall terminate when all the required relocation work is complete and a final cost accounting has been made. Such final cost accounting and resultant payments are to be done within six months after relocation work has been completed. 2. CITY shall hold harmless, indemnify, and defend EDISON and its officers, agents, and employees from and against all claims and liabilities for injury to person or property arising out of any negligent or wrongful act, error, or omission of CITY or its officers, agents, or employees in the performance of this Agreement. 3. EDISON shall hold harmless, indemnify and defend CITY and its officers, agents, and employees from and against all claims and liabilities for injury to person or property arising out of any negligent or wrongful act, error, or omission of EDISON or its officers, agents, or employees in the performance of this Agreement. IN WITNESS WHEREOF, the parties hereto have executed this Cooperative Agreement on the date first above written. T C q�ER vim r em CITY OF NEWPORT BEACH I Mayor Attorney ATTEST: City Clerk Approved as to form: Legal Counsel SOUTHERN CALIFORNIA EDISON COMPANY i Larry H. llsup Regional Manager Real Properties & Administrative services ATTEST: 3/95 3