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