Loading...
HomeMy WebLinkAboutC-1096 - Improvements of Jamboree Road from Ford Road to Palisades RoadJ , I ' Engineering Geology, Soil and Rock Engineering, Geohydrology GEOTECHNICAL CONSULTANTS, INC. Gleli Glendale, California Santa Ana, California Ventura, California Las Vegas, Nevada July 6, 1967 Our Job 57050 Geotechnical Review and Evaluation Improvement of Jamboree Road Ford Road to Palisades Road City of Newport Beach For The City of Newport Beach 1128 West Glenoaks Boulevard, Glendale, California 91202 • Phone (213) 245 -6931 Our Job 57050 1 TABLE OF CONTENTS G C Page 1 . '. INTRODUCTION . . . . . . . . . . . . . . . . . . . . . . PURPOSE . . . . . . . . . . . . . . . . . . . . . . . SCOPE. . . . . . . . . . . . . . . . LOCATION AND LAND USE . . . . . . . . . . . . . . . . PREVIOUS INVESTIGATIONS . . . . . . . . . . . . . . . IMPROVEMENTS . . . . . . . . . . . . . . . . . . . . . COMPLETED . . . . . . . . . . . . . . . . . . . . . . PROPOSED . . . . . . . . . . . . . . . . . . . . . . FINDINGS . . . . . . . . . . . . SITE AND GEOLOGIC CONDITIONS . . . . . . . . . . . . EARTHMATERIALS. . . . . . . . . . . . . . . . . . Man -Made Fill. . . . . . . . . . . . . . . . Tidal Flat Deposits . . . . . . . . . . . . . . . GROUNDWATER . . . . . . . . . . . . . . . . . . . . . SEISMICITY . . . . . . . . . . . . . . CONSTRUCTION MEASUREMENTS . . . . . . . . . . . . . . Settlement . . . . . . . . . . . . . . . . . . . Pore Pressure . . . . . . . . . . . . . . . . . . CONCLUSIONS. . . . . . . . . . . . . . . . 1.10 PRIOR INVESTIGATIONS . . 1.11 Report, Reference (1) - Porter & O'Brien 1.12 Report, Reference 2 - County of Orange 1.20 RELIABILITY OF EXISTING DATA . . . . . . . . . 1.21 Settlement Data . . . . . . . . . . . . . 1.22 Slope Stability. . . . 1.23 Bridge Foundation -Soil Interaction . . 1.30 RELATIVE STABILITY OF EXISTING IMPROVEMENTS. . 1.31 Settlement . . . . . . . . . . . . . 1.32 Slope Stability . . . . . . . . . . . . . 1.33 Bridge Foundations . . . . . . . . 1.40 PROPOSED ADDITIONAL EMBANKMENT . . . . . . . . 1.41 Settlement . . . . . . . . . . . . . 1.42 Slope Stability . . . . . . . . . . . . . 1.43 Sand Drains. . . . . . . . . . 1.44 Rate of Fill Placement . . . . . . . . . 1.45 Instrumentation. . . . . . . . . . . 1.46 Effect of Seismicity . . . . . . . . . . 1.50 PROPOSED BRIDGE STRUCTURE. . . . . . . .. . . . 1.51 Foundation Design. . . . . . . . . . . . 1.52 Pile -Tip Elevation . . . . . . . . . . . 1.53 Pile -Load Tests . . . . . . . . . . . . . Page 1 1 2 3 3 4 4 4 5 5 6 6 6 7 7 8 8 9 10 10 10 11 12 12 12 13 14 14 14 14 15 15 16 16 17 18 18 20 20 21 21 1 Our Job S7050 1 i 1 1 Page ii �_ ............. ......� TABLE OF CONTENTS (Continued) RECOMMENDATIONS. 2.10 SLOPE STABILITY. 2.20 SETTLEMENT PLATFORMS AND PIEZOMETERS . . . . 2.30 FILL AREA PREPARATION. . . . . . . . . . . . 2.40 LOADING BERMS. . . . . . . . . . . . . . . 2.50 PILE LOAD TESTS . . . . . . . . . . . . . . . PLATES Plate 1 Plate 2 Plate 3 - Location Map - Geotechnical Map - Geotechnical Profile Page 22 22 22 23 24 24 t I� APPENDIX SUPPORTINGNNICAL DATA EXPLORATION. . A -1 TESTING. . . . . A -2 MOISTURE AND DENSITY TESTS . . . . . . . • . A -2 STRENGTH TESTS A -2 ' ANALYSIS . . . . . . . . . . . . . . . . . . A -2 SETTLEMENT . . . . . A -2 SLOPE STABILITY . . . . . . . . . . . . . . . . . . A -3 ' PILING PENETRATION A -3 PLATES Plate A -1 - Log of Drill Hole ' Plate A -2 - Legend to Log Plate A -3 - Shear Test Data Plate A -4 - Legend to Test Data ' Plates A -5.1 and A -5.2 - Time- Settlement -Load -Pore Pressure Analysis t I� GFCI INTRODUCTION PURPOSE This report presents the results of our geotech- nical review and evaluation of the realignment of Jamboree Road, between Ford Road and Palisades Road, Newport Beach, California. This report, which discusses the geotechnical aspects of the improvement was prepared at the request of ' Mr. Hunter Cook, Department of Public Works, City of Newport Beach, and was authorized by City of Newport Beach contract, . ' number 1096E2. ' The purpose of this work was as follows: 1. Review and evaluate (a) existing technical reports prepared in connection with the improvements, (b) field measurements and data obtained during the construction performed to date, and (c) available published literature regarding the area involved. ' 2. Perform, as necessary, a limited amount of supple- mental subsurface exploration, laboratory testing ' and engineering analysis. ' 3 Assimilate all available data for the purpose of providing the City of Newport Beach with specific ' conclusions and recommendations regarding both the ' relative stability and geotechnical acceptability of the work performed to date, and procedures to be ' considered during completion of the project. I Our Job S7050 SCOPE ujc. The scope of this work was discussed with Mr. Hunter Cook, City of Newport Beach, and corresponds to that outlined in Paragraph I of the referenced contract, number 1096E2. In summary, the work consisted of: 1. A detailed evaluation of existing, available soils engineering studies prepared in connection with the proposed improvements. 2. An evaluation of field measurements (e.g., settle- ment records, piezometer readings and pile driving records ) taken during construction that has taken place to date. 3. Subsurface exploration and laboratory testing to determine the present strength and character of the foundation soils. L4. Preparation and submittal of a formal report summa- rizing our findings, conclusions and recommendations. Although plans and data were provided for the entire alignment of Jamboree Road, from Ford Road to Palisades Road, our work was basically limited to an evaluation of the section of Jamboree Road between Stations 159+75 and 177 +70, inasmuch as this area was most principally affected by geotechnical conditions. Our Job S7050 LOCATION AND LAND USE Page 3 G C' The proposed improvements represent the realignment of the existing Jamboree Road. The area involved is located between MacArthur Boulevard and Upper Newport Bay (see Plate 1 - Location Map). Much of the area south and west of the alignment has been developed for residential purposes. The central portion of the proposed roadway (i.e., Stations 159+ to 178+) crosses an area which has for several years, been used as an evaporation and drying area for salt production. PREVIOUS INVESTIGATIONS The following referenced reports were reviewed and evaluated as a part of our investigation, and to our knowledge, represent the only investigative work done in connection with geotechnical conditions affecting the improvements. (1) Foundation Report - Realignment of Jamboree Road (Between Bayside Drive and Palisades Road) by Porter and O'Brien, Consulting Engineers; undated and unsigned copy. (2) Materials Report For the Proposed Construction of Jamboree Road From Ford Road to Palisades Road in the City of Newport Beach, by F. F. LaBelle, Materials Engineer, County of Orange; dated March 21, 1967 and unsigned. In addition, the following data was supplied by the Department of Public Works, City of Newport Beach. 4 0 Our Job 5750 Page T GC7 ' J (3) Construction plans, "Jamboree Road Realignment - Eastbluff Drive to Palisades ' Road -First Contract (Revised)" prepared by Porter, O'Brien and Armstrong, last revision date December 15, 1964. ' (4) "Improvement Plans- Jamboree Road From Ford Road to Palisades Road" ' prepared by Boyle Engineering, dated May, 1967. ' (5) Correspondance dated April 18, 1967 and May 9, 1967, between the City of Newport Beach, Boyle Engineering and the County of Orange relative to report, reference (2). ' PROPOSED Based on improvement plans, reference (4), the ' existing alignment is to be widened to accommodate a four- ' lane divided roadway. This will necessitate the placement of I (6) Miscellaneous data obtained by the City of Newport Beach, relative to the results of construction outlined on plans described as reference (3). Includes results of settlement platform measurements, results of piezometer readings, and pile- , driving records. IMPROVEMENTS COMPLETED ' At the time of our investigation, a portion of the ' proposed ultimate improvement was being completed. A portion of the full width of alignment had been graded, one of the ' two proposed bridges had been constructed, and two lanes of paving had been applied. ' PROPOSED Based on improvement plans, reference (4), the ' existing alignment is to be widened to accommodate a four- ' lane divided roadway. This will necessitate the placement of I G Our Job 57050 Page 5 additional embankment in the area of Stations 159-+- to 178+, the construction of a. bridge parallel to the existing bridge, and the construction of additional paved roadway. FINDINGS SITE AND GEOLOGIC CONDITIONS The northern and southern segments of the alignment are located in the bluffs on the north and south boundaries of the upper reaches of Upper Newport Bay. Cut slopes formed by alignment grading in these areas expose both Plio - Pleistocene sediments and Pleistocene terrace deposits. Their materials are for the most part granular. Our investigation did not include either a detailed evaluation of these sediments or the cut slopes which expose them. An evaluation of both the subsurface exploration performed previously, references (1) and (2), and data obtained during our evaluation, indicate that the central portion of the alignment crosses a tidal flat of Upper Newport Bay. The character and sequence of the sediments underlying this flat indicate that the area has been affected by both lagoonal and alluvial deposition. It appears that the most recent deposi- tion has been alluvial in nature. Our Job S7050 Page 6 i EARTH MATERIALS The following description of earth materials is limited to a summary of those described in prior reports, references (1) and (2), and those identified during our investigation, and is limited to the area between Stations 159+ and 178+. Man -I:ade Fill. The construction of the existing roadway facilities has resulted in the placement of embank- ment between Stations 159+ and 178 +. At roadway Station 167 +84, this fill consists of approximately 19 feet of buff to brown clayey sand. The lower two feet of fill consists of a fine grained sand used as a drain to relieve pore pres- sure. Although our investigation did not include a detailed evaluation of the properties of this fill material, the fill appears to be firm and well - compacted. Tidal Flat Deposits. The materials comprising the tidal flat consist basically of (1) an upper zone of from one to nine feet of clayey sand and sand with minor zones of cobbles, (2) an underlying zone of from 10 to 27 feet of dark gray clay and silty clay which is generally soft and compress- ible, and (3) an underlying zone consisting of an interfinger- ing of silty clay, clayey silt, silty sand and sand which appears to extend below the depths penetrated by any explora- tion reviewed during this investigation. proximity to Upper Nel,.'port Bay, that groundwater is present within the tidal flat. Report reference (2) indicates ground - water surfaces ranging in elevation from approximately +0 to +4, Mean Sea Level datum, although there is no indication as to the method of obtaining those levels. Our evaluation assumes that these water level data are generally representa- tive of groundwater levels. SEISMICITY Seismicity is concerned primarily with geological conditions as they relate to earthquake activity. The site of the proposed alignment is located approximately four miles northeast of the Newport- Inglewood fault zone extended, and approximately eight miles northeast of the epicenter of the Long Beach earthquake of March 11, 1933, Richter Magnitude 6.3. The seismicity of the project area has been dominated by recurrent earthquake activity (magnitudes 4.0 to 4.5) on the Newport - Inglewood fault zone. There are insufficient instrumental data from strong earthquakes to establish the precise influence of local geo- logy on strong earthquake ground motions. However, sufficient tOur Job 57050 Page 7 — + -•_ iGROUNDWATER ' Although, there is no definite indication in refer- enced reports (1) and (2) that accurate groundwater levels ' were obtained, it must be assumed that, because of project proximity to Upper Nel,.'port Bay, that groundwater is present within the tidal flat. Report reference (2) indicates ground - water surfaces ranging in elevation from approximately +0 to +4, Mean Sea Level datum, although there is no indication as to the method of obtaining those levels. Our evaluation assumes that these water level data are generally representa- tive of groundwater levels. SEISMICITY Seismicity is concerned primarily with geological conditions as they relate to earthquake activity. The site of the proposed alignment is located approximately four miles northeast of the Newport- Inglewood fault zone extended, and approximately eight miles northeast of the epicenter of the Long Beach earthquake of March 11, 1933, Richter Magnitude 6.3. The seismicity of the project area has been dominated by recurrent earthquake activity (magnitudes 4.0 to 4.5) on the Newport - Inglewood fault zone. There are insufficient instrumental data from strong earthquakes to establish the precise influence of local geo- logy on strong earthquake ground motions. However, sufficient Our Job 57050 Page 8 �� observations have been made, mostly in Alaska and Japan, to classify saturated sediments in marine environments as partic- ularly responsive to earthquake excitation; much more respon- sive than well consolidated materials or rock. CONSTRUCTION PIEASUREMENTS Settlement. According to data supplied by the City of Newport Beach, five settlement platforms were installed prior to the placement of the embankment fill in the central portion of the alignment platforms are: PLATFORM NUMBER 1 2 3 t; 5 The approximate location of these STATION 163 +76 165 +76 167+76 172 +69 174+69 LOCATION 4 feet left 38 feet left 38 feet left 4 feet left 38 feet left These platforms were apparently installed in Febru- ary, 1965 and monitored on a periodic basis until at least May, 1967. Platforms numbers 1 and 4 were apparently destroyed in July, 1966. As a part of this investigation, the measurements taken on platforms numbers 1 and 3 were analyzed to determine degree of correlation with a theoretical time -rate of settle- ment for the compressible soils influencing the measurement of these platforms. During the measurement period of platform number 1, a total of 0.700 feet of settlement was measured; Our Job S7050 Page 9 i as of May 25, 1967, a total of 2.112 feet of settlement had been recorded for platform number 3. The conclusions de- rived from this analysis are described in a later section of this report. Pore Pressure. According to data supplied by the City of Newport Beach, seven piezometers were installed prior to placement of the embankment so that changes in the pore pressure of the foundation materials could be monitored dur- ing and after fill placement. The approximate location of the piezometers are: STATION PIEZOMETER NUMBER LOCATION 1 51 2 left 4 ' 6 left 7 STATION LOCATION 165 +24 51 feet left 165+30 51 feet left 168 +21 6 feet right 168+27 6 feet right 173 +16 50 feet left 173 +22 50 feet left on shoulder of old Jamboree Road These piezometers were installed in February, 1965, and monitored on a periodic basis until at least July, 1966. As a part of this investigation, piezometers numbers 1, 3 and 4 were selected for detailed correlation with settle- ment platform readings and embankment load rate data. The results of this analysis are described in a later section of this report. Our Job S7050 CONCLUSIONS 1.10 PRIOR INVESTIGATIONS Page 10 GC± 1.11 Report, Reference (1) - Porter & O'Brien. As a result of our evaluation of the geotechnical factors affecting the subject project, it is our opinion that report reference (1), represents a valid appraisal of the soils engineering factors which would affect con- struction. Considering the fact that this report was prepared prior to any construction, it is our opinion that two aspects of construction, which directly affect the feasibility of the project, should have been more strongly emphasized. 1. Report, reference (1), indicates that, irrespective of the geometry of embankment fill considered, the relative factor of safety against failure of the embankment due to rotational sliding would be 1.20 or less. In many cases, the indicated factors of safety are less than 1.0. Additionally, assurance of a factor of safety greater than 1.0 under static conditions was solely dependent on a substantial increase in strength of the clayey soils underlying the embankment. Our Job 57050 G C' Page 11 2. The evaluation of relative factor of safety against embankment failure was limited to static loading conditions. Our evaluation of the effect of temp- orary dynamic loads is presented in a later section of this report. 1.12 Report, Reference (2) - County of Orange. During our evaluation, it was not possible or practical to verify several conclusions included in this report relative to the more critical geotechnical aspects of the proposed construction. For example, 1. The report includes conclusions regarding the estimated settlement due to the proposed widening of the embankment. Since no additional laboratory testing (i.e., consolidation tests) were performed, we have assumed that the conclusions are based on some sort of evaluation of the settlement platform measurements. 2. The report includes conclusions regarding the design of the proposed embankment slope and recommends a specific loading berm design. The report does not include stability analysis of the proposed embank- ment but, rather, indicates that a "normal" stability analysis is not proper due to the nature of the foundation soils. We have assumed that the conclu- Our Job 57050 Page 12 IG sions and recommendations are based on the apparent stability of the existing embankment, and that the authors of the report are of the opinion that the factors of safety for embankment stability described in z'eport, reference (1), are adequate. 1.20 RELIABILITY OF EXISTING DATA 1.21 Settlement Data. It is our opinion that the data regarding settlement due to embankment loads are suffi- ciently reliable to provide meaningful conclusions relative to proposed construction. Construction monitor- ing of settlement indicates that the magnitude of settle- ' ment is essentially similar to estimates included in report, reference (1); the rate of settlement is signi- ficantly faster than originally predicted. 1.22 Slope Stability. Report, reference (1), indicates inadequate to marginal factors of safety against embank- , ment failure under static conditions. That report also indicates that the embankment load would cause an in- crease in strength during the consolidation process. Inasmuch as a portion of that stability analysis is based on assumptions, its reliability is regarded as fair. Our Job S7050 F.... Page 13 Our subsurface investigation and laboratory testing indicates that a certain increase in strength of the foundation soils has taken place, but that the amount of increase in strength is not substantial. The reli- ability of this data is regarded as good. 1.23 Bridge Foundation -Soil Interaction. Both reports, references (1) and (2), either recommend or assume the use of pile - supported abutments and interior bents for the bridges. In both cases, the reliability of the data used to evaluate minimum and recommended pile -tip elevations appears to be fair to good. The differences in the actual recommended tip elevations appear to be due to differences in the method of calculation used, the factor of safety applied, and the amount of credit given to the resistance of the compressible clays. Our review of the pile - driving records for the exist- ing bridge indicates that the reliability of this data is fair to good. There also appears to be reasonable correlation between these driving records, in those zones where driving records were obtained, and a theoretical analysis of pile resistance. GC Our Job S7050 Page 14 I 1.30 RELATIVE STABILITY OF EXISTING IMPROVEMENTS 1.31 Settlement. Based on the settlement data analyzed, it is our opinion that primary consolidation of the compressible clays and overlying sand caused by the existing embankment load has taken place. The remain- ing settlement, which will be due to secondary consolida- tion, should not exceed three inches, and will take place over an estimated period of eight months, provided no more fill is added. This maximum remaining settlement is applicable to the southern approach fill to the existing bridge; settlement on the northern approach fill should be, for practical purposes, completed. 1.32 Slope Stability. Analysis of the relative stability of the existing embankment indicates that the embankment is essentially in equilibrium (i.e., a relative factor of safety slightly in excess of 1.0) under static condi- tions, and unstable under temporary dynamic loads simula- ting seismic loading. Present, accepted engineering practice calls for a relative factor of safety of 1.5 under static conditions, and 1.2 under dynamic loading. 1.33 Bridge Foundations. Analysis of the available data indicates that the foundation for the existing bridge is adequate for the design loads. Settlement should be negligible, and foundation stability for temporary dynamic loads should be adequate. Our Job 57050 Page 1 i g 5 ..... - ------.. 1.40 PROPOSED ADDITIONAL EMBANKMENT 1.111 Settlement. It is our opinion that the additional exploration and laboratory testing necessary to provide an independent estimate of magnitude and rate of settle- ment due to the embankment widening is not justified in a practical sense. The time -rate of settlement should be quite similar to that observed for the existing embankment, provided the load application rate is similar. The magnitude of settlement at any given station should not exceed that obtained during the original loading process. Settlement caused by the proposed embankment will be a function of the embankment load distribution as compared to the distribution of the adjacent exist- ing embankment. For example, at Station 162 +50, the settlement caused by the proposed embankment will be essentially the same as that obtained during the original loadiriL. Conversely, the estimated settlement at Station 16650 should be approximately- one -half that obtained at that station during the original loading. The only aspect of settlement roflzich is unique to the proposed embankment involves differential amounts of settlement, during the initial loading period, between the inside and outside edges of the proposed embankment, 1 I i i I 1 1 1 1 Our Job :7050 i G Page 16 i_ .. _ with the outside edge undergoing more settlement. This differential settlement should pose no problem, however, since it should occur during the initial phases of load- ;nC 1.42 Slope Stability. The placement of the proposed embankment will not materially alter the magnitude of the relative factor of safety against failure, assuming the same size loading berms are used. Our analysis indicates that the loading berm design which has been used for the existing embankment does not significantly increase the relative factor of safety under static conditions. As indicated by our analysis, loading berms a minimum of six feet in depth and 40 feet wide would be necessary to provide a static factor of safety of 1.5. 1.43 Sand Drains. 3ased on a review of available data, it is our opinion that the sand -drain blanket below the existing embankment has been fundamental in establish- ing a reasonably satisfactory settlement rate both dur- ing and after loading, and the benefits derived more than justify the cost of installation. Its usefulness is particularly apparent during the initial loading period. Our Job S7050 Page 17 It is our opinion that the proposed embankment should tinclude an equivalent sand -drain blanket which is contin- uous with the existing blanket, and constructed so that ' the blanket provides positive drainage on both sides of ' the ultimate embankment. This continuous sand -drain will be necessary to dissipate pore pressure not only during ' the settlement period but also during future periods of dynamic loading. There is no assurance that the old III Jamboree Road embankment section can be used as part of ' this blanket, and such a procedure is not recommended. ' 1.44 Rate of Fill Placement. An analysis of the embank- ment load rate and piezometer readings for the existing ' embankment show that the loading rate used for the ' existing embankment was satisfactory, and may be used as a guide for placement of the proposed embankment. ' This rate was essentially as follows for the stations ' analyzed: 1. Initial placement of not more than 40 per cent of ' the total fill height during a one -week period. t2. Waiting period of approximately three weeks. 3. Repetitive process of placement of approximately five per cent of total fill height, followed by a waiting ' period of two to three weeks until a total of approx- imately 75 per cent of total fill height had been ' placed. III Our Job S7050 iG Page 18 L. _ _.._ ._.... _...._ . 4. Placement of the final 25 per cent of fill height over an approximately two week period. Fill placement can most effectively be correlated with changes in piezometer readings. Additional fill in- crements can be added as soon as piezometer readings stabilize for a period of seven days following the place- point of maximum strain. It is, therefore, anticipated that although earthquakes may be expected in the future from this system, they should not be significantly stronger than those experienced in the past, i.e., magni- tude 6.3. ment of the last increment of fill. ' 1.45 Instrumentation. The placement and monitoring of both settlement platforms and piezometers are, in our ' opinion, the only reliable method of both controlling ' the rate of placement and estimating stress accumulation in the foundation soils. At least two of each such ' devices should be installed on each side of the bridge prior to placement of the additional embankment. Recom- mended locations are presented in a later section of ' this report. ' 1.46 Effect of Seismicity. The recurrence of seismic activity along the Newport - Inglewood fault system may ' be indicative that relief occurs at a fairly consistent point of maximum strain. It is, therefore, anticipated that although earthquakes may be expected in the future from this system, they should not be significantly stronger than those experienced in the past, i.e., magni- tude 6.3. I I' 1 Our Job 57050 Page 19 _ The relation between earthquake magnitude, M, and 1 ground acceleration, a, in centimeters per second, at the epicenter may be roughly estimated by the expression: 1 M= 2.2+1.8log a. Based on this relationship, which assumes a point source of energy release, a magnitude 6.3 corres- ponds to a ground acceleration of 0.19g. 1 Statistical analysis of California earthquake data indicates the following probabilities of ground accelera- tion at the site with respect to a 50 year life of the 1 improvements. i 1 1 1 i 1 1 1 1 1 Ground Acceleration (g - acceleration of gravity) 0. log 0.159 0.20g 0.259' Once Per 50 years Probability 64% 40% 22% Seismograms close to the epicenter of an earthquake are generally rich in short period (high frequency) vibration. However, due to environmental conditions, the predominant period of ground motion at the site due to a local earthquake (recurrence of the Long Beach Earthquake, for example) is expected to be 2 second or longer. The expected duration of strong shaking is estimated to be on the order of 15 seconds. The predominant period of ground acceleration due '` to distant (30 miles or more) to be 1.0 second or longer. earthquakes is expected pt+ * A f �f Our Job 57050 Page 20 ; Tj Temporary dynamic loads of sufficiently long dura- tion may have two adverse effects on the roadway. Strong shaking over an extended period can cause a significant increase in the pore pressure of the founda- tion soils. This can lead to liquification of the sand below the clay and a large reduction in strength of the clay. Such conditions would certainly result in failure of the embankment. In order to determine the magnitude and duration of shaking necessary to produce these con- ditions, and determine the probability of that type of shaking occurring, additional laboratory testing of the dynamic properties of the soils involved would be neces- sary. The historic record of earthquakes in Southern California does not indicate a predominance of long - duration strong motion. 1.50 PROPOSED BRIDGE STRUCTURE 1.51 Foundation Design. In our opinion, a pile - supported bridge structure is best - suited to the geotechnical con- ditions of the site. It is also considered necessary to obtain pile support in the granular materials below the compressible clay. The proposed use of 15 -inch octagonal concrete pile is acceptable from a geotech- nical standpoint. I I I' Our Job 57050 Page 21 1.52 Pile -Tip Elevation. Our conclusions regarding pile tip elevations are based on the assumption that future channel improvements will preclude consideration of the soils above elevation -10 for foundation support. On this basis, it is our opinion that, for construction purposes, pile tip elevations of -30 should be used with a minimum penetration of 10 feet into the sandy materials below the compressible clay. These pile tip elevations are subject to the following verification during driving, and are based on a 165 -ton per pile design load. 1.53 Pile -Load Tests. A review of available data indicates that pile load tests are not strictly* justified, although they are certainly the most accurate means of evaluating actual pile capacity. It is possible that, during the driving of a pile, temporary excess pore pressure may build up below the pile and result in an erroneous driv- ing record. For this reason, the following procedures should be followed. 1. Jetting should be anticipated during driving for the materials below the compressible clay. 2. Approximately 24 hours after the pile has been driven to an apparent adequate load capacity, the hammer should be re- seated and another driving record obtained. If a "pressure bulb" was created I 1 I� 1 1 1 1 I'. Our Job 57050 Page 22 GPJ during the original driving, additional penetration will occur. If this is not the case, the driving record should verify an adequate load capacity. This treatment should only be necessary for the first series of piling; driven. if this procedure is followed, it will be particularly essential that the driving, energy and efficiency of the pile driver be accurately known. RECOMMENDATIONS 2.10 SLOPE STABILITY It is recommended that, prior to any additional construction, the City evaluate the relative risk involved in the marginal factors of safety against failure of the embankment. If a higher factor of safety is considered prudent, a major modification in the design of the load- ing berms or other design modifications will be necessary. 2.20 SETTLEMENT PLATFORMS AND PIEZOMETERS It is recommended that paired settlement platforms and piezometers be installed to monitor fill placement. For convenience and maximum efficiency, we recommend installation in the future roadway shoulder area in the Our Job 57050 Page 23 -- vicinity of Stations 163 +75, 167 +75, 172 +50 and 174+50. For ease of correlation with existing data, we recommend installations of the type already in place. 2.30 FILL AREA PREPARATION As in the case of the prior fill placement, it is recommended that, in the area where a sand -drain blanket has been provided for the existing embankment, this blanket be extended through the proposed embankment. A minimum blanket thickness of two feet is recommended. In those locations where the old Jamboree Road alignment underlies or abuts the proposed embankment in such a manner that it interrupts the continuity of the sand drain, the old roadway section should be removed and the area graded to provide drainage for the sand blanket. The materials comprising the old roadbed can be incorporated into the proposed embankment only if they are of equivalent granularity; clayey materials should not be used. We do not recommend the incorporation of the asphalt pavement in the embankment unless care is taken to assure that it is evenly spread and diluted with the embankment material. Our Job 57050 Page 24 iL i 2.40 LOADING BERMS It is recommended that the final design of loading berms be based on the evaluation discussed under Recom- mendation 2.10 - Slope Stability. The stability analysis included in this report as Plate A -6 shows the relative effect of the type of loading berm used on the prior job, and the geometry of berm necessary to provide a relative factor of safety of 1.5 under static conditions. It should be noted that an extended or enlarged berm does not significantly increase the relative factor of safety under dynamic loading. 2.50 PILE LOAD TESTS It is our conclusion that pile load tests are not necessary provided procedures outlined in this report are followed during pile driving operations. However, if such a test is to be performed, it is recommended that the test be of the "direct- loading" type rather than the "reaction- pile" method. The sensitivity of the soils providing pile support to remolding and changes in pore pressure indicate the "direct- loading" type of test would provide more accurate results. In any event, tests should not be performed for at least 15 days after the pile to be tested has been driven. i i i 1 1 Our Job S7050 Page 25 The Plates and Appendix which complete this report are listed in the Table of Contents. DAE :JJR:jg Respectfully suomitted, GEOTECHNI,C�AL CONSULTANTS, INC. John J. McCormick Engineering gSSeismgkogist Dennis A. Evans Civil Engineer 14450 t J AV OAAAQ[ ,�4 COAST p 4 COL l [I[ '0! C!rY OF c iiANSECr COSTA MESA VICTORIA IT. 1 `Ct `il f I � � J� hEI roPT If TM ST. IAI pQ' i 4� 4Q 4 J • arr OF'"y :m v Ewpwr EACH f R! r A PAY "APHIC SCAT IN MILTS LOCATION MAP 0 I� IS 2 I PRO✓EC r LOCARM l� PACMA� ew H'-"7 PAAA i I JOB 57050 GEOTECHNICAL CONSULTANTS, INC. PLATE I C -1096 See Contract File for Geotechnical Profile HHd' a�jNy ._ 0 N H ... a A 1 _Mbv - -- - -_703 cv.ui .. i I � N u w G H I i a I Qc I Q v Z "' , N W - + m Q m Q z, N a m+ + N is - m i Q Q _ + + O rn D. I Q lD I --3 ' c I M r r I— a— N a i c N LO r a L O z i- < < I <a , as Q a u~ ,� I { z I 0, < �~n 4 - w z - - s a L'LJ cv O + O p 1 + 011 w " r� + + tD F- _ V + N m QIQ v a a iv r G a a a s e N r n F O a cn O V) O r 1 In Y w (D 1 w z I Q m M a a >-o o Z 3 o cr CO ca r W W o ao � m LL 0 (D C zLIJ (r)r m W X Z c� ZF- z w X 00 OI I J Z w — MO m I a II a =Q 111 N / J Z Q °, N S1 l� . w w U) , xa wm z0 \ i / wa / i l u z wa co a- \ lr0 N, -� } co + \ \\ CO N tD b0 \ \ m Q a I[1 � + Orr\ m M m m a c( wl I U) HHd' a�jNy ._ 0 N H ... a A 1 _Mbv - -- - -_703 cv.ui .. Our Job S7050 PENDIX Page A -1 Il v SUPPORTING GEOTECHNICAL DATA This appendix presents the detailed geologic and engineering data which form the basis of our geotechnical findings, conclusions and recommendations. EXPLORATION Although this investigation principally involved an evaluation of available data, it was necessary to verify the amount of increase in strength of the compressible clays beneath the existing embankment as a result of the consolida- tion which has occurred since embankment placement. As a result one six -inch diameter, rotary -wash drill hole, using a tri -cone bit, was drilled in the southerly bridge approach area to a depth of 50 feet. Representative samples of the earth materials encountered were obtained for examination and laboratory test- ing. Both geologic and engineering classifications and descriptions of the earth materials encountered are presented on Plate A -1 - Log of Drill Hole. A legend to the log is presented as Plate A -2. The field measurements from two settlement platforms ' which were considered to be representative of the actual settlement rate, i.e., settlement platforms numbers 1 and 3, ' together with field measurements from appropriate piezometer ' stations, were analyzed to determine (1) total ultimate settle- ment, (2) rate of settlement, and (3) conformity with a ' theoretical time - settlement curve for the soils involved. ' For comparison with the theoretical curve, only the portion of the actual settlement curve reflecting full load was used. > ' 1 Our Job 57050 Page A -2 LG 7 ' TESTING ' MOISTURE AND DENSITY TESTS The field moisture content and in -place density were ' determined for samples The all undisturbed obtained. results ' of these tests are presented on the right -hand side of Plate A -1 - Log of Drill Hole. 1 STRENGTH TESTS ' Both triaxial compression tests and direct shear tests were performed on selected, undisturbed samples of the compressible clay and the underlying sand. The results of these tests are summarized on Plate A -3 - Shear Test Data. A legend to the test data is presented as Plate A -4. ' ANALYSIS The field measurements from two settlement platforms ' which were considered to be representative of the actual settlement rate, i.e., settlement platforms numbers 1 and 3, ' together with field measurements from appropriate piezometer ' stations, were analyzed to determine (1) total ultimate settle- ment, (2) rate of settlement, and (3) conformity with a ' theoretical time - settlement curve for the soils involved. ' For comparison with the theoretical curve, only the portion of the actual settlement curve reflecting full load was used. > q OurJob S7O5O Page A -3 - . These data were also compared with a time -load curve for the portion of the embankment involved. The results of these analyses are summarized on Plates A -5.1 and A -5.2 - Time - Settlement -Load -Pore Pressure Analysis. ' SLOPE STABILITY Analyses were performed to determine both the static ' and dynamic relative factor of safety against failure of the embankment at selected locations exhibiting varying thickness of clay underlying the embankment. The present shear strength, ' as determined by our laboratory testing of the clay was used ' for analysis. To simulate temporary dynamic loading, a 0.2g acceleration was applied. The results of these analyses are presented as Plates A -5 - Stability Analysis. PILING PENETRATION An analysis of both the originally estimated pile lengths and the actual pile driving records was made. The actual pile driving records were analyzed utilizing a modifi- cation of the well -known Engineering News Record formula, i.e., R = }� where E = rated energy S = set in Inches/blow 1 Our Job 57050 Page A -4 — rc: ' The theoretical pile capacities were analyzed 1 utilizing both the "summation of blow count" method as used by the California Division of Highways, and the "available 1 skin friction" method as modified by this firm. 1 The results of this analysis are included in the body of this report. The Plates which complete this Appendix are listed 1 in the Table of Contents. 11 1 1 �i 1 1 1 1 DRILLED ,June 14 1967 WITH Rotary Wash DIAMETER OF DRILL HOLE IN INCHES 6 inches LOGGED BY JJK D H I SURFACE ELEVATION IN FEET 24 DATUM Mean Sea Level GEOLOGICAL CLASSIFICATION DESCRIPTION o� �W w? as 0? ,° ENGINEERING CLASSIFICATION AND DESCRIPTION TEST DATA M (RC) O FILL (Roadway Fill) 0 5 CLAYEY SAND (SC), with some shell fragment, silt, and pebbles, buff to brown, firm, occasional shells. no shells, buff to red brown. Fine sand layer, ±2 Peet thick. 18-107 . 15 -108 =: 31 s 1 10 10 15 5 P ALLUVIUM (Qal) Lagoonal sedi- ments 0 20 CLAYEY SAND (SC), dark brown, medium to fine grained. 20 -104 19- 103 -TC 112_ 18- TC 27- 97 -TC 34- 87 -DS 52- 73 TC 53- 67 DS TC 25 1:::4 SAND (SP), well graded, dark brown, medium to coarse grained. - 30 CLAYEY SAND (SC), dark gray with some organics and silt. SANDY CLAY (CL), with some organics and shell frag- ments, ments, dark gray, inter- bedded fine sand and silt. _ 35 ^ 2 SILTY CLAY (CH), some shell fragments, dark gray. no shell fragments at 32 feet. 3 SHEET I OF 2 LOG OF DRILL HOLE LEGEND ON PLATE A -2 JOB S 7050 GEO'TECHNICAL CONSULTANTS, INC. PLATE A-1 a i •tea. DRILLED June 14, 1967 WITH . Rotary Wash DIAMETER OF DRILL HOLE IN INCHES 6 inches LOGGED BY JJK D H SURFACE ELEVATION IN FEET 2$ DATUM Mean Sea Level GEOLOGICAL CLASSIFICATION DESCRIPTION oW W? xW E3 o W ENGINEERING N `� CLASSIFICATION AND DESCRIPTION TEST DATA D M- (RC) O ALLUVIUM Lagoonal aedi- ments -1 40 SIM CLAY (CH), with occasional pebble, gray. 61 DS 61- TC 67- 61 DS TC 62- 62 DS TC 51- 70 65- 58 LL-1 - - _ 1 - - -pO -2 1 45 ^2 SILTY CLAY (CL), with some shell fragments, organics, dark gray with interbedded silty sand. 6. SAND (SW), dark gray, fine grained. SI CLAY (CH), with some sand, gray, interbedded sand. F�-TLA Bottom of drill hole at 50 feet. Drill hole backfilled with sand. SHEET 2 OF 2 LOG OF DRILL HOLE LEGEND ON PLATE A -2 JOB S7050 GEO'TECHNICAL CONSULTANTS, INC. PLATE A- I z O 0- U w 0 E1 z 0 H Q U w N Q J U \7 7f w d } w � z w O r w Y I O F- (L U) w — Z O m 0 (n J Z O Z J O ° W J 0 to a x O H(n _O H O JO W Zw W O Z O O ° O 0 Z F H O U Z a o N U- w a w N w g�z °a wwaw a H H U) aLLJ w�-2 p a Z f!7 W F- W - (-),2 0w F- W }U J� F. a Nw00 F F- z ° F- a - LLI x w U a z °p o LLJ rvmww° Fmz J W a Jfn �n W ~ �UzX Ww °a OZ za d zw0 w0 F a mmm N J J J f <WZ��' =�zm a w o aWa� HOOF Uw U a O a 0 p J LLJ O ? Z U J U) 0 x w O U) W a K N " z O F x ~ z Y cr OU ii li II � w 3 z > LLJ (n oo 0 1: W w z° Er J W 0 0 CD -- — w -�� Z Faa p �x W ° x W z Z o3 3 3 z z U) aZ 0 J B z 3 mD wm W o Ir Z Z z Z ml m O} W F- a m w? >> 0 z W Z >= J � 3 z�Fr w - O - > a C a- ° cn V) p ta; 0 ° ° a w Z Z J a I 0 Q x J Q° 0 x m v U rn I I I I w I z fn III 1 w cr J J � a a z° a 0C9 _ 3� U') u3� U po m W W mz wU mz �~ 11, Q 0 ~O (n F 0U� 3° 3Z ww ~ O >i J �w wOU zm z� z� z1 O W Opw Z Fa F- �' J� m a0� u�� W o a3 3w� c� 3 c�cn W > Y ° a to a o H F- ° \7 7f w d } w � z w (n V1 (n U p oa so III loc �opo0 Ills 1 N o Op W a r U) O z w Y I O F- U) w — > O m 0 (n J Z O Z a a F ° W J 0 to a x (n V1 (n U p oa so III loc �opo0 Ills 1 N o Op W a r U) z O F a X 7 H a m W F w J a f O U H H0 O xw O p� w a W U U z W r— U H 0w 2 X 000 }m U H w ~ to w w3 No cr UO Z z D cr W J Fww 0O yam a 0z �z 1 02 � 0 c } mw ° > w H Z a a~ F z m w 00 W Y � Fa W N � zz w0 ° } F- U O W F- �z Z 00 O gF U a d a M� 2 LL O pU U F)- w WO > U Q W - � J wma Q ami w?a� W W J J J w a m > O m a z a U) H w N ° F ° W U 0 to V) U z O F a X 7 H a m W F w J a f O U H H0 O xw O p� w a W U U z W r— U H 0w 2 X 000 }m U H w ~ to w w3 No cr UO Z z D cr W J Fww 0O yam a 0z �z 1 02 � 0 c } mw ° > w H Z a a~ F z m w 00 W Y � Fa W N � zz w0 ° } F- U O W F- �z Z 00 O gF U a d a M� 2 LL O pU U F)- w WO > U Q W - � J wma Q ami w?a� W H U) 0 Z x a fn f 00H UW U (Da �` O LO It J a V 0 J 0 0 Z W 0 Ld J I W F a J z O rn 0 0 J :v Q W f- Q J a U z r z a z O u a V Z x 0 0 O LO O r- (r) ED O aenr3 ONHO dki 'maG -1039 31VO v_m ilmlim ....t w F- a w X H w N ° F ° W w ? F n w 0 } O H(n H F W Zw W O Z O O ° O Z F H O a o N U- w ? r a X naN w g�z °a wwaw a H H U) aLLJ w�-2 p a Z f!7 W F- W - (-),2 0w F- W }U J� F. a Nw00 F F- z ° F- a - LLI x w U a z °p o LLJ rvmww° Fmz J W a Jfn f7 U Oaf m0 �UzX Ww °a OZ za d zw0 w0 f <WZ��' =�zm ox o aWa� HOOF Uw U cD(L °a O H U) 0 Z x a fn f 00H UW U (Da �` O LO It J a V 0 J 0 0 Z W 0 Ld J I W F a J z O rn 0 0 J :v Q W f- Q J a U z r z a z O u a V Z x 0 0 O LO O r- (r) ED O aenr3 ONHO dki 'maG -1039 31VO v_m ilmlim ....t Y S ' U ' a T H 0 o W I W F ' a 0 1 R -5 2 -63 DH/ an 32 fN)(CHJ DH /(4�3Q'(NXCH) DN /�a 2BYNXCLJ Dill@ 34(N)O) DH1928'lNXGL) D///036' (N)(CHJ DH/ I 38'(0(CH) DH /cad 36' � DH/ 28,0v)(cI J1H /(4�22(N)(SP) DH /�38' (N)(CN) D// /(Q�z4' (N)CSPJ DH /cm 40(NXcN DESIGN STRENGTH PARAMETERS DH/�z6'(N)(sc) FOR SAND SP c =0psf, = 29° DESIGN STRENGTH PARAMETERS FOR COMPRESSABLE CLAY c= 335psf, 0 =0° 1 I 1 I J w a 0 R -15 1 -67 SYMBOLS Q ♦ r GRANULAR SOIL O 01 COHESIVE SOIL OR ROCK TEST AT SATURATED MOISTURE CONTENT TEST AT MOISTURE CONTENT AS INDICATED ® WATER ADDED DURING TEST ABBREVIATIONS DH -16 - DRILL HOLE NUMBER TP -12 - TEST PIT NUMBER @7' - DEPTH BELOW GRADE IN FEET (SMI - SOIL TYPE EXPRESSED IN LETTER SYMBOL OF UNIFIED SOIL CLASSIFICATION SYSTEM AL(45 /10) - ATTERBERG LIMITS (LIQUID LIMIT/ PLASTICITY INDEX) TYPE OF SAMPLE TESTED N - UNDISTURBED NATURAL SOIL F - UNDISTURBED COMPACTED FILL SOIL R - SOIL REMOLDED IN LABORATORY M - MOISTURE CONTENT AT WHICH IN PERCENT OF DRY WEIGHT TEST WAS D - DRY DENSITY INITIATED IN POUNDS PER'CUBIC FOOT OPT. M - OPTIMUM MOISTURE CONTENT IN PERCENT OF DRY WEIGHT MAX.D - MAXIMUM DRY DENSITY IN POUNDS PER CUBIC FOOT RC - RELATIVE COMPACTION IN PERCENT OFMAXIMUM DRYDENSITY tx - TIME IN MINUTES FOR x PERCENT OF CONSOLIDATION TO TAKE PLACE LEGEND TO TEST DATA JOB S7050 GEO TECHNICAL CONSULTANTS, INC. PLATE A -4 -•y;§Nmvw // N33N10to ♦yj )190 Jim ow a 1 I r a { II �Z ; ; OW r 00 m +� o o a �0- I � N /r e 0 X to / r i T I W _ L to O � ( 1 } J _ z4 i' LL RZ O u0 wm OW ' W W � 1 d W CL / r 4 s R J (%n) 1/130N3d NOUV01lOSNOO 39VN3AV 031VNII1S3 r r z W � W I � W I � i � / 1 1- I oz I $F / :io WW � 7 \ iwW / • ) I it L I O 133! NI 1N3M131113S cis W) NOIIVA313 -•y;§Nmvw // N33N10to ♦yj )190 Jim ow �i .. ...._ .._ rNllo — �y7lMrorl w ��1kH 0 M t0 to c I a U w 0 W _ F Q J V% w w d CL O+ N ti a a`-° m V 1 dj J U) M 0. Z z N = ^ M 0 V ELI a I W z - V X (10 _ V O -}.J Ow V p a n z z Q w a = v Q < ~ n T M 0 J m O mmc L m r` Y N H M H y V W Z o 00 i —� m W Of cr M Q CO a O N O rM O �� 11) 0 to W p a z r h M OI U) X Y 11 M z } � rri � O ' � N M O � O O LO ° 0 r` z O 4- n Z N X n n n W{ 'Q0; o W u a o vi z o x r° o Q z OL 1 cn O n rn O li p x LLJ C13 wzaa tL U / n Y V I 'A In h LA h m�M M �' O u I � N � M I jr W • y z a_ `o .� _ _... .._...._ ___.__...... _.- .... —..._ __— .. —_ .__..._ .. C U. fr ., 0 f °- J v N U1 e° 00 v ezx� 3 �9 N� v m N 0 ~ ul N 2 Z? w I 1 h1 hl 1 N F- to d "' v 2 0 V 11 Oyo N N 0 vi H U 0 3 C t n z � Z (n N M sn C ao O F d 3 >- 0D CD d+ OZ ? V Jj z u u' It w ! Q (n !n i ;; u i li LL i U U. N3. G Z m�0 m XQ Y p p o Z m O a p Qo O b1 O M Q rr 0 K r oZo U� I n N v a m JOW Q E- u 3 � � � r� • cq co D -iW O t v h „ v 0 3Q' O ►N- 0 Vi ` v It cr k X N + W LL° Imo° o Q m U 'ON 33I1S m } } rn M N n z z z Q z {{ Z Q Q I{I J QQ 1 la IO�O Q o VW6 ?JON 3 crr a H H eat NIM a '1039 [� -f c. 31 V 0 M t0 J J c I a w 0 W _ F Q J V% w w d CL O+ N a`-° m V dj J W Q z Z z Q = F- � 0 Y v ELI N I W z O (10 V -}.J O V a z z Q w a = v ~ W i m M 0 J m O mmc L m r` H M H m V W ? o i —� m W LM M Q CO O N o O f °- J v N U1 e° 00 v ezx� 3 �9 N� v m N 0 ~ ul N 2 Z? w I 1 h1 hl 1 N F- to d "' v 2 0 V 11 Oyo N N 0 vi H U 0 3 C t n z � Z (n N M sn C ao O F d 3 >- 0D CD d+ OZ ? V Jj z u u' It w ! Q (n !n i ;; u i li LL i U U. N3. G Z m�0 m XQ Y p p o Z m O a p Qo O b1 O M Q rr 0 K r oZo U� I n N v a m JOW Q E- u 3 � � � r� • cq co D -iW O t v h „ v 0 3Q' O ►N- 0 Vi ` v It cr k X N + W LL° Imo° o Q m U 'ON 33I1S m } } rn M N n z z z Q z {{ Z Q Q I{I J QQ 1 la IO�O Q o VW6 ?JON 3 crr a H H eat NIM a '1039 [� -f c. 31 V 0 9 2 cr w m c� z 0 a 0 J 8 II l` 0 a [a] O 8 O u EM M O 1 _ \ 11 �I W J IQ M 1 L0 Z{ ¢ o O 0 0 0 0 w i m O "! 41 t\ n q m ° W H �` O h wzaoc F- 0- u O N G U D VI Ea'-Y- c.. v U I a r O -- 0 Y vNZ; o O w- I N? � Z > r m m m m U O m M M hl u ow a o{ W NC to F O 0 m 0 t" 0 - ~ "nI LC) • MI U ao �- N m O; NI O o > it s Q < a U Z u LL W h J �I M W � W < U M N ""1 0 _ ro O h d 0 {O � 0 r v LLI a n ui 11 w = _ Q 0 > 11 Z ~ X T `�y a �O g 11 N o z w > " o 1^ u a�� N L, U = + 2 L) x� a a cii n a O U 11 o J < In J M 0 - h �2 NO r' to o Z o Z U - O _ - N Q u If 1, u u " " F If It z Q U b w- 2 lL Li Fr U X Y I' OD N a mr 03 u JW W Z U' O Z Q Z Z o O O Z X F v W Q � ~ 2 N 0 Vl Q J r Q < J O = z a = Q W N W > h F- W m W `^ O a J m u m � � Q Q � � 7 � V J 10 W ti m w cn O to o O to -� z 75 Z{ ¢ o O 0 0 0 0 w ¢ m O "! 41 t\ n q m ° W H �` O h wzaoc F- 0- u O N G > a Y x L._.- Ea'-Y- c.. v u a p O -- 0 N vNZ; o O w- I N? u^ m m m m m m m m m M M hl u ow K W o F � 0 m 0 t" 0 O; LL M � s U I' OD N a mr 03 u JW W Z U' O Z Q Z Z o O O Z X F v W Q � ~ 2 N 0 Vl Q J r Q < J O = z a = Q W N W > h F- W m W `^ O a J m u m � � Q Q � � 7 � V J 10 W ti m w cn O to o O to -� z 75 Z{ ¢ o O 0 0 0 0 0 , U En s ZZ U- d w a m zZd co W W Z p� 3 O F- 0- u O N G L._.- Ea'-Y- c.. v a p O -- 0 N vNZ; o O p 0 0 zM O tl c U 0 N K W o F � 0 m 0 t" 0 O; LL M � s I' OD N a mr 03 u JW W Z U' O Z Q Z Z o O O Z X F v W Q � ~ 2 N 0 Vl Q J r Q < J O = z a = Q W N W > h F- W m W `^ O a J m u m � � Q Q � � 7 � V J 10 W ti m w cn O to o O to -� z 75 Z{ h J M , ZZ U- d w a m O W W Z p� 3 O F- 0- u W N G v a a. m� w O ++ zM O tl c U 0 N I' OD N a mr 03 u JW W Z U' O Z Q Z Z o O O Z X F v W Q � ~ 2 N 0 Vl Q J r Q < J O = z a = Q W N W > h F- W m W `^ O a J m u m � � Q Q � � 7 � V J 10 W ti m w cn O to o O to -� z 75 Z{ h ZZ 3 d a O m W Z p� 3 0- u jJ v zM O tl c U 0 1 ON 3 0 H H 0 d Al _777"N180 —fir '-1039 Z{ J Z z 0- u jJ v zM O tl c U 0 � 0 m 0 t" 0 O; U � h < ""1 H a ro O h d r w 0 O CD Y U U z > cv o 00 a N a a Z Cl C7 < m O O O h cn Q cl: -i a \40 ry 11 H l� i, w- m it 00 _Z M H i� h If R O O D J cn r a w d ro t a -� h It L) = ly h AIM o^ .. _ w to In �o 'A o M o 3 1 o h m z M cm 3 W11 11 > 3 V v ` N O ON 30115 _ N cn -� Q M ro a o > C a Q rn 06 w v rn O m V) 0 M (D — —/� m u W it 60 V/ V/ in w N (A J ll N v ~O J L- w N a Z Z Z o F Q w v QQ Z a 1 ON 3 0 H H 0 d Al _777"N180 —fir '-1039 w J a W 2 D Q N n O y n U � M .. u o U M o^ it 0 )11 O O M 0 It 11 1 1 J }' J Q U- U "r , o I I � I w Q I 1 � w ' L t7 Z O o / of / 1 / / Lel 0 is G -0NH0 Im 0: w m C7 0: Z m p Q (7 Q Z O � O O 3 3 i 1 Q CO V7 U) V7 J J Q Q QZ Q En 1�a N N C N (VI O r a — co M \O li M M Q r• M >- p LL W V) Y a a t w w0a3 CD X. O f' Q U t- ry N N M Q v 0 � o M m Y a Olt F a zW � t- o + 1 O co+ w Q LC a O + W � w U Z to c 3 ~ O 't OD c ^ ,I r M 03 f cn �C O MI0 w U pz W u z ° �o -� o > n = r Z o - Q 0 _ Z n Ii O O "s w x r �.- Z M ► �- n F U N O o z a N LLJ i `' x a v N m N _ = } U U W Q U = • e to Y J O N N 2 a? V - o Z O U _ Z — N a, Z tn N �\ a u F- ui u Z ti w „ U x >9 N V m- l a a \ In v J O = Q N x X10 _u Z N Z Q W cr S u N O J¢ On Q 0 r M >- w X r m J\ LL LL w U In ,n c w Z a°K > Q Y x LL O a J V) f�Y1 M M M `' N N U LL (� S U) ? ow F— � 2 v M1 v h a� cn Vic, N N c,Q m 'ON 301-IS c4 .a In 3 N U W O m w -7.) J ir 0 0 4 0 0 0 m m QU N e UI J Q O Q m O Zan Q cn o 1- Z F- Z a.. oco oo a o Q — F- i Hdy 'N9N 3 In d A l �M_� '4\80 . 31 V 0 �^ tO � � a a En 1�a N N C N (VI O zZZ ` 3 M \O M M w0a3 CD X. N ry N Q v 0 � i 1 + 1 to c 3 U Z y f ? O v 2 a. jJ N U z 10 oLL 3 U O ° a v N m a e • e to a, N to m- l a a \ In v Q N x X10 N ui 1!i p 5 „ N O J¢ On Q r M J\ LL LL LL O a V) a LJ `' LL � 2 v M1 v � Vic, m 'ON 301-IS c4 .a In 3 N m J N w M — Q Z F O UI J Q Z J Q Q 1- Z O Q F- i Hdy 'N9N 3 In d A l �M_� '4\80 . 31 V 0 �^ tO Engineering Geology, G . Soil and Rock Engineering, C. ng, Geohydrology GEOTECHNICAL CONSULTANTS, INC. October 3, 1967 City of Newport Beach 3300 Newport Boulevard Newport Beach, California Our Job 7050 -A Attention: Mr. Joseph Devlin R E C E IV E D Director of Public Works Subject: Comments Regarding Probability WT 131967 of Slope or Embankment Failure p Proposed Jamboree Road Realignment PIIBUC WOMS DEPT. Reference: Our Report, "Geotechnical Review and Evaluation - Improvement of Jamboree Road - Ford Road to Palisades Road - - " dated July 6, 1967 Gentlemen: This letter- report presents our interpretative comments regarding the significance of the analysis presented in our referenced repor ability of embankment failure under static ditions. This letter- report was requested of your organization for use in evaluating ing of the Jamboree Road realignment. slope stability t and the prob- and dynamic con - by Mr. Hunter Cook the proposed widen- As we indicated in our report, a factor of safety of 1.5 has been accepted as "standard" by the soil and rock engineering profession on the West Coast for the analysis of slope stability. This means that, for problems of routine complexity, the forces tending to resist failure should be 1.5 times larger than the forces tending to cause failure under static conditions. This is by no means a magic number, Main Office: 1128 West Gienoaks Boulevard, Glendale, Cahforn,a 91202 - Phone (213) 2456931 1905 East 17th Street, Suite 208, Santa Ana, California 92701 • Phone (714) 5475413 i Our Job 5020 -A Page 2 FC because the factor of safety, theoretically, should be deter- mined by (1) the reliability of the data used to compute it, and (2) an honest appraisal of the economic and social con- sequences of a failure. For example, the design of an iso- lated farm -to - market road might justify the use of a factor of 1.0, while the design of the Oroville Dam would necessi- tate the use of a. much higher factor. In the case of Jamboree Road, the final determination of the factor of safety used would be based on the amount of risk that is reasonable and proper. As indicated in our referenced report, the relative factor of safety, under static conditions, for the proposed embankment is, for practical purposes, 1.1 without extended loading berms. This means that to avoid failure, the data used to derive the factor must be accurate within 10 percent, a percentage of accuracy which would be coincidental if achieved. As a result, the margin of error for construction is less than the design accuracy and the probability of failure is increased. There is no accurate method of assessing what that degree of probability is, but, in our opinion, a 30 -50 percent probability appears reasonable. Our report also describes the relative effects of a seismic load on the embankment. This description essentially indicates that it is a virtual certainty that the embankment will be subjected to earthquake excitation during its economic Our Job 5020 -A page 3' life. The brevity of the instrumentally- recorded seismic history makes earthquake analysis a little like predicting next year's weather on the basis of yesterday's weather con- ditions, but it has been well - established that the higher the magnitude of an earthquake, the smaller the probability of the occurrence of an earthquake of that magnitude within a given time period. This decreasing probability relationship is described in our report and represents a statistically derived seismological "constant" for California. Because this relation- ship is a. "constant" for California., it provides the best available method for your determining a. "risk factor" for design. For example, several water storage facilities with which we are familiar were designed on the basis of a 22 per- cent probability. These facilities were designed to withstand the forces generated by an earthquake which has a 22 percent probability of occurring once each 50 years. The reaction of the embankment and its foundation soils to earthquake excitation depends on many earthquake and soil mechanics factors, including ground acceleration, the period (or frequency) of the motion, the duration of the motion, and the density, moisture content and drainage characteristics of the soils. Although the understanding of soils properties under seismic load is still in its infancy, it has been rea- sonably well established that a given soil will perform Our Job 5020 -A Page 4. FC: elastically under dynamic load for a given number of load repetitions. A larger number of load repetitions can cause non - elastic and permanent changes in the soil properties. To determine the performance of the embankment under dynamic load it would be necessary to perform laboratory or model tests on representative soil samples under simulated earthquake loads. This testing is complex and relatively expensive. In the present state of the art there is no established standard whereby the accuracy of the similitude between laboratory and field conditions could be established. Research investigators have been able to demonstrate the mechanism of failure under dynamic loads under carefully con- trolled conditions using "laboratory" soils. However, the extrapolation of this research work to a design problem in- volves many gross assumptions regarding the character of the anticipated earthquake- induced ground motion and the embank- ment soil and foundation response to this excitation. It would be of considerable engineering interest to perform a laboratory or model dynamic analysis of the embankment and relate this analysis to the actual performance of the instrumented embank- ment during its life. As indicated by our analysis it is also probable that failure will occur in the embankment even though the soils perform elastically. This type of failure would be caused by the acceleration of the embankment mass toward .. �.. :.:.._ ... . .. ...::.... sss..t,�.'�., ;:. .....z.__� 7v- Our Job 5020 -A either of the slope faces Page 5 FC As indicated by our analysis, an earthquake which produces a ground acceleration of 0.20g would produce a factor of safety of less than 1.0. Although not in- cluded in our analysis, an earthquake which produces an accel- eration of 0.10g would result in a factor of safety of approxi- mately 0.90. In summary, it is our opinion that the following probabilities of failure of the embankment are reasonable: 1. Static Conditions - Probability of failure 30 to 50 percent if extended loading berms are not constructed. 2. Dynamic Conditions - Probability of failure more than 50 percent based on the 64 percent probability that an earthquake ground acceleration of 0.159 will occur during the useful life of the improvement. DAE:JJM:jg Copies submitted (6) Respectfully submitted, GEOTECHTdICAL� CONSULTANTS , INC. John J. McCormick Engineering Seismologist Dennis A. Evans Civil Engineer 14450 lUx 16.7 (7) 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 A G RE EMS N T TM AMDZNT, wade sed entered into this E2g�_ day OF D, , 15679 BY im, BETWEEN CITY OF NEWPORT BF.ACHt a municipal corporatio.iv herein- after designated a3 ' CITY", and COUP OF tItA1M a political subdivision of tL State of California hereinafter d®s- IgHated I� W *-� I.il4 'E__.1,s. : WKWAS, a considerable volume of traffic presently' exists and is progressively increasing in that portion of Palisades Road lying within CITY and COMM boundaries at its inter- section with Jamboree Road, and WHFR g CITY and COUNTY contemplate doing certain improvement work at the intersection of Palisades Road and Jamboree Roam, hereinafter referred to as than "project ", and wish to specify the proportionate shares of the costs that are to be borne by CITY and COUNTY; and WHEREAS, the provisions of Title 1, Division 7, Chapter 5, Article 1, of the California Government Code entitled "Joint Powers Agreements" authorise two or more public agencies to jointly exercise any power common to the contracting parties; NOWt THEREFORE, Il IS AGREED by the parties hereto as follows: 1. CITY shall: (a) Prepare detailed plans, specifications and cost estimates for the project, which shall include the construction of a right turn lane, a raised island, and traffic signal and intersection lighting modifications. (b) Acquire such additional right of way as may be required 32 j+ for the project, 1 2 3 4, I F 6 7 8 i 9'. 10 11 12 13 14 1 }5 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 it 24 CITY is designate: as the aEen t of COUNTY for the purposes of cozstracting for the Lzpv&v swmts, project administration, and construction of the public improvements called for in this agreement and is authorized by COUNTY to perform all.*at$ necessary or required in order to construct the improvements 1- accordance with the plans and specifications. On comple- tion of the plans, specifications and cost estimates for the project, CITY shall transmit the .same to the appropriate COUNTY department for approval. After written approval has been obtained from COUNTY, CITY shall ,;proceed to award a contract for the project pursuant to the public bid require- ments of the City Charter, or to accomplish the work by means of a change order pursuant to an existing contract, as may be appropriate. If the work is to be accomplished by means of a change order, CITY shall transmit the change order to the appropriate COUNTY department for approval prior to the work being done. In addition, CITY shall obtain COUNTY approval of the conditions of acquisition of right of way in COUNTY terri- tory prior to any such acquisition. 3. For and in consideration of the covenants and conditions agreed to be performed by CITY, COUNTY agrees to reimburse CITY within thirty (30) days following receipt of an itemized statement setting forth COUNTY's share of the project construction costs and engineering costs on the following basis: (a) For any necessary street widening and improvement work, COUNTY will reimburse CITY for the cost of right of way acquisition and improvement work done within COUNTY territory as that territory existed at the time of the award of the construction contract or issuance of a change order, as the case may be. (b) COUNTY's share of design. engineering and inspection costs stall be based upon a percentage equivalent to 20 ill the ratio which COUM's share of the project eonatrne- till tion costs besxs.to the total construction costs sad 3 shall include a charge of fifteen percent (13A) to cover 4.1 CITY's overhead cost. 5 (c) COUWff1s share of the cost of the traffic signal and 6 intersection lighting modifications shall be based on the 7 price for said portion of the work and be in the 8 ratio of the number of legs of highway under jurisdic- g tion of COUNTY to the total number of legs of highway le at the intersection, as the COLT "Limits exist at the 11I time the contract is awarded. As of the date of this 12 agreements the estimated cost for the entire project is 13 $11P000 and the estimated cost to COUNTY 14 for its share of the project is $8s700 15� The actual amount of COUNTY's share shall be determined 161 after completion of the work covered by the construction 17j 18 4,. Upon completion of the project, the traffic signal system at 1Q� the intersection of Palisades Road and Jamboree Roads as 20 consisting of street lights, traffic signals,, and 21 pedestrian signals, a traffic signal controller; and various 22, vehicle detectors and appurtenances,, shall be maintained and 23; operated by CITY. The maintenance and operational costs 24 thereof shall be based on the actual costs incurred and shall 25 be borne by the parties hereto. COUNTY's share of said costs 261 shall be in the ratio of the number of legs of highway under 27I jurisdiction of COUNTY to the total number of legs of highway 28 at such intersection, as the COUNTY limits exist at the time 2g the maintenance and operational costs are incurred. COUNTY's 30 share shall be payable on an annual basis, with its share for �51 the first year's maintenance and operation becoming due one 32 year from the date of execution of this agreement. COUNTY I 30 1 2 3 5. 4i 511 6 7 8 9 We 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 25 27 28 29 W: agrees to pay CITY for each such share annually within thirty (30) days following; reagipt of a statememt therefor from CITY. It is mutually understood and agreedt (a) That neither COUNTY nor any officer or employee thereof shall be responsible for any damage or liability occur- ring by reason of.anything done or omitted to be done by CITY trader or in connection with any work, authority or jurisdiction delegated to CITY under this agreement. It is also understood and agreed that, pursuant to Govern- ment Code Section 895.4, CITY shall fully indemnify and hold COUNTY harmless from any liability imposed for injury (as defined by government Code Section 310.8) occurring by reason of anything done or omitted to be done by CITY under or in connection with any work, authority or jurisdiction delegated to CITY under this agreement. (b) That neither CITY nor any officer or employee thereof shall be responsible for any damage or liability occur- ring by reason of anything done or omitted to be done by COUNTY under or in connection with any work, authority or jurisdiction not delegated to CITY under this agreement. It is also understood and agreed that, pursuant to Govern- ment Code Section 895.4, COUNTY shall fully indemnify and hold CITY harmless from any liability imposed for injury (as defined by Government Code Section 310.8) occurring by reason of anything done or omitted to be done by COUNTY under or in connection with any work, authority or jurisdiction not delegated to CITY under this agreement. IN WITUSS WHMUWF, CITY has caused this agreement to be J111executed by its Mayor and attested by its Clerk, and COUNTY has 321Icaused this agreement to be executed by the Chairman of its Hoard 4. 1 of Supervisors and attested by its Clerk, all thereunto duly 2 authorized by resolution of the City Council and minute order of 3 the Board of Supervisors, respectively, on the date written 4 opposite their signatureis, 5 CITY OF NMjMT BEACH, a municipal Icorporation 6! Dated, 7U , 1967 By _ 7 Mayor 8 APPRO'V0 AS TO PORM: ATTEST: y , . S—eyv4ur city cler 10l Attorney o e 6ity of Newport Beach CITY 11 12 13+ 14 i Dated;', �� „ (�;�� /o7i, 1967 15, 16 II APPROVED AS TO POMs 17 11 ADRIAN KUYPSR COUNTY COUNSEL 8 COUNTY, 181 CAL59AIA 19 By 20 21I 22 II 23 24 25 26 27 28 29 30 31 32 COUNTY OF ORANGE$ a political subdivision of the 8t2ae of Cal fornia By Chairman, x .• I.X. Sup oar o ery sore ATTEST: Wo E, ST JOHN County Clerk and ex- officio Clerk of the Board of Supervisors By 5. TMM 2 MW ff i4/67 (12) RMSOLUU01f. XD. 6672 2 A RESOLUTION OF TWX'tITY COMIL OF THE CITY OF NEWPORT BUCS AUTORIZING THE =XCUTION OF AN ACREEMENT WM THE COUNTY OF OMXM 51 WHUXASe the GUy: bf Newport Beach and the County of 6I Orange coutemplato doin,& certa4Auprovement work at the inter- 7 section of Palisades Road and Jamboree Road* including the eo*- 8 struction of a right turn lance a raised island, and traffix. 911 sigtal and intersection lighting modifications; and 1011 1 WMMS, there bas been presented to the City Council' an agreement between the City and the County providing for such 121 work, with the cost thereof to be shared by the City and Cminty in 131 the manner set out therein; and 14 WHXRW. the City Council has considered :,the term and 151, cOliditious of said agreemant and found then to be fair and equi- table and determined it to be in the interests of thatity and ttW 171 Lmrovements to be necessary; 18 19 20; 211. 22 23 24 25! 26 27 28 29 ,0 32 NW9 THEREFORSO BE IT RESOLVED that said 49reemlUt is approved and the Mayor and City Clerk are authorized and directed to execute the same on behalf of the City of Newport Beach, ADOPTED this 27th day of November 19671.. I I I - ma� MINUTES OF THE BOARD OF SUPERVISORS OF ORANGE COUNTY, CALIFORNIA December 12, 1967 IN RE: AGREEMENT TRAFFIC SIGNAL MODIFICATION PALISADES ROAD AT JAMBOREE BOULEVARD CITY OF NEWPORT BEACH On motion of Supervisor Allen, duly seconded and unanimously carried by Board members present, the Chairman and the Clerk are author- ized to sign the Agreement dated December 12, 1967, between the County of Orange and the City of Newport Beach, providing for the modification of the traffic signal at Palisades Road and Jamboree Boulevard. IN RE: FUEL BREAK AGREEMENT LAGUNA BEACH FUEL BREAK On motion of Supervisor Allen, duly seconded and unanimously carried by Board members present, the Chairman and the Clerk are author- ized to sign the Fuel Break Agreement dated December 12, 1967, between the County of Orange and Benjamin Morgenstern, providing for the acquisition of fuel break rights for the construction of Laguna Beach Fuel Break, Project No. G.A. 832, Parcel No. 226. The Division of Forestry, State of California, is designated as an agent of the County of Orange for the purpose of constructing the fuel break over the subject parcel. IN RE: LEASE SAN JUAN CAPISTRANO LIBRARY FISHER, ET AL On motion of Supervisor Allen, duly seconded and unanimously carried by Board members present, the Chairman and the Clerk are author- ized to sign the Lease dated December 12, 1967, between the County of Orange and W. E. Fisher, et al, providing for an extension of the Lease dated January 19, 1965, on existing San Juan Capistrano Library, Project No. G.A. 614, Parcel No. 2. The County Auditor - Controller is instructed to make payments of $135.00 per month, commencing February 1, 1968, to W. E. Fisher, E1 Adobe Plaza, Suite A. San Juan Capistrano, for the entire term of the lease. F 101) -2.i November 27, 1967 T0: CITY COUNCIL �_"y ac:z' FROM: Public Works Department SUBJECT: IMPROVEMENT OF PALISADES ROAD AT JAMBOREE ROAD RECOMMENDATIONS: Adopt a resolution authorizing the Mayor and City Clerk to execute a cooperative financing agreement for the subject improvement with the County of Orange. Authorize the Public Works Director to negotiate a change order with the Griffith Company for the subject work. DISCUSSION: Palisades Road is presently constructed as a four lane divided roadway at the intersection of Jamboree Road. The intersection is signalized with free right turn arrow provided to expedite the movement of traffic desiring to turn from east- bound Palisades onto southbound Jamboree. This right turn movement carries approx- imately 65% of the total peak hour traffic approaching the intersection from the west. Frequently the right lane is blocked during the green arrow by auto(s) waiting to continue east on Palisades toward MacArthur Boulevard. These stoppages consider- ably decrease the capacity of the intersection, especially during the morning and evening rush hours. The recommended solution is construction of a separate right turn lane. This would involve the acquisition of approximately 1/10 acre of right of way from the School District, owner of the adjacent property (attachment #1) and the con- struction of some 5300 square feet of driving surface (attachment #2). All of the new right of way and 93% of the new roadway would be within Orange County jurisdic- tion and would be financed by the County. The proposed project has been discussed with the School District and with the County. Both agencies have indicated a willingness to participate. The School District has indicated it will provide the right of way at an agreeable price. Formal action will be taken at their meeting of December 12. A City construction contract is presently underway on Jamboree Road which includes work at the Palisades intersection. If the subject project is approved, the City will attempt to negotiate a change order to the existing contract for the right turn construction. The unit prices in the contract are very favorable, and should result in the most economical means of accomplishing the work. Subject: Improvement of Palisades Road at Jamboree Road Page 2 0 The estimated cost of the entire project is $11,000. Funding would be as follows: Construction Right of Way Contingency & Miscellaneous Cit Section 186 county Gas Tax Fun s $1,900 $3,800 0 3,300 400 1,600 2,300 $8,700 Unappropriated Gas Tax Funds are available. A budget amendment will be submitted for your consideration after completion of negotiations. The City is preparing the plans and specifications and will act as the County's agent in securing the right of way. The scheduled completion date of the project is February 15, 1968. Jseph Devlin P blic s Director HTC:naj I lk-S, - L� c\ � d, Q I Olt" 177)" aoRy AWLY ZbVe 0vrJ4&6i9he6 P6 I i P o"e. cv/91//00 I I I BEACH Pul-,'LC ViORKS DE-Pt"RTMENT 'i 117- FOR 51-4-,E�1--T 902 ,04615,40a5 R0. 4r ,14",50REE AD, ki) APPROVED,, A95T. PUBLIC DRAWING NO. O O O Nt O a� KS DIRECTOR R.E. NO. 4280 W A, 4 I BEACH Pul-,'LC ViORKS DE-Pt"RTMENT 'i 117- FOR 51-4-,E�1--T 902 ,04615,40a5 R0. 4r ,14",50REE AD, ki) APPROVED,, A95T. PUBLIC DRAWING NO. O O O Nt O a� KS DIRECTOR R.E. NO. 4280 W 4 I BEACH Pul-,'LC ViORKS DE-Pt"RTMENT 'i 117- FOR 51-4-,E�1--T 902 ,04615,40a5 R0. 4r ,14",50REE AD, ki) APPROVED,, A95T. PUBLIC DRAWING NO. O O O Nt O a� KS DIRECTOR R.E. NO. 4280 W o ILI I BEACH Pul-,'LC ViORKS DE-Pt"RTMENT 'i 117- FOR 51-4-,E�1--T 902 ,04615,40a5 R0. 4r ,14",50REE AD, ki) APPROVED,, A95T. PUBLIC DRAWING NO. O O O Nt O a� KS DIRECTOR R.E. NO. 4280 r F h Qy 4 < 0 34 W � 1 0 L o� Q 0 2 Q a � � a N L E =Nt� E. P. EDGE i°q �1E�'✓1ENT T• S. 7;-A,FFI = S1G/JAL P /::� PoD ✓ER ROLE Pi %`/ ,?16117- OF 1✓4Y L I Uj 4 s � a BEACH PU v "'LI : l'VORKS DEPARTMENT �fe'Ol =�u; Ci 19IC1 r ?'uRN LAM=. i PQOAoSEOTS. ZOCAT/O.V \3 o/ �4 R uh Q �O VZ 3u � ou U4 p QUWti \3 o/ W Q 3u � b) o/ p QUWti Q W v Q�aa ipc �IquW ash jU 1.�rk 4Q � DRAWN ,l.K.f✓ DATE APPROVED ASST. PUBLIC WORKS `tI S Aec 141/4/67 (7) f I' I . 1 ENTRY AGREEMENT I 2;1 3i! This Entry Agreement was made as of this day of 41 /�,��, , 1967, by and between THE IRVINE COMPANY, l 51; hereinafter called 'Owner ", and the CITY OF NEWPORT BEACH, herein - i 6`j after called "City ", 71 RECITALS 81 Owner is the owner of certain real property in the City 91 of Newport Beach, County of Orange, State of California, located 1' 101 adjacent to Jamboree Road, lying between Palisades Road and Ford lli Road /Eastbluff Drive and in Big Canyon westerl Y of Jamboree Road _ 12��; hereinafter called the "Premises ". City desires to enter upon 1 •_ 13� the premises to grade slope banks, obtain borrow material, dispose 141; of excess material, construct culverts and maintain said culverts I I 15! upon the following terms and conditions. 16'1 WITNESSETH• ii 171 1. Owner hereby grants the right of entry to City to 18!1 enter upon the premises adjacent to the right of way as it exists 191; at the time of award of Contract 1096 for the improvement of I; 201; Jamboree Road, I 21;1 2, Said entry permit is limited to entry for the pur- l; 22:1 pose of construction and maintenance adjacent to Jamboree Road in li 23i1 accordance with the plans and specifications for Select System i 241: Project #69, City of Newport Beach Drawing R- 5085 -S, Sheets 1 -26, 251: dated August 14, 1967. Said construction and maintenance will I 261 include; i; 2711 (a) Construction of slope banks. 281! (b) Removal of borrow material from locations desig- 291 nated in writing by Owner. 30 I! J (c) Disposal of suitable excess material, to be 31� compacted and placed in locations approved by,-Owner in 32I 1; writing. I r it �I 1 i I! �i 1' 1; (d) Construction of culverts. I , 2i (e) Maintenance of said culverts. 31i J. Owner agrees to permit City to remove all fencing It, 411 which may exist on Owner's property within the limits of the improvement and relieves City of any obligation to replace same. 61; 4. The term of this entry permit for Items 2(a) through ii Iii 2(d) shall be until construction is complete, but in no event 8 later than June 30, 1970. 9 5. This entry permit as applied to Item 2(e) shall 1011 remain in force and effect until such time as said culverts are removed or this agreement is mutually modified by the parties I� 1211j hereto and until such time City shall maintain said culverts. 131! 6, Owner shall not be liable for any loss, damage or ,1 141; injury of any kind or character to any person or property caused 151 by or arising from any act or omission of City or any of its 16!, agents or employees and City, as a material part of the considera- 17I1 tion for this agreement, hereby agrees to indemnify and hold Owner 11 181; free and harmless from all liability for any such loss, damage or 19; injury. is 2011 7. City shall not suffer or permit to be enforced 1: against the premises covered by this entry agreement, or any part 221; thereof, any mechanics', materialmen's, contractors' or subcon- 231� tractors' liens arising from or any claim for damage growing out 241' of the work authorized by this agreement; and City shall pay or 1 251' cause to be paid all of said liens, claims or demands before any ,1 26; action is brought to enforce the same against said land; and City 27,E agrees to indemnify and hold Owner and said land free and harmless I 2811 from all liability for any and all such liens, claims and demands, 291! together with reasonable attorneys' fees and all costs and expenses 3011 in connection therewith. Notwithstanding anything to the contrary 3111 hereinabove contained, if City shall in good faith contest the 3211 validity of any such lien, claim or demand, then City shall, at ii it I ii 2 hl I 11;. its expense, defend itself and Owner against the same and shall 21 pay and satisfy any adverse judgment that may be rendered thereon 3� before the enforcement thereof against Owner or the premises, upon li 4j'1 the condition that, if Owner shall require, City shall furnish to I: 5' Owner a surety bond satisfactory to Owner in an amount equal to 6i such contested lien, claim or demand indemnifying Owner against 71j liability for the same, and holding the premises free from the 8: of such lien or claim or, if Owner shall request, City giI ; shall procure and record the bond provided for in Section 1193 -2 I 10+ of the California Code of Civil Procedure, or any comparable 11 statute hereafter enacted providing for a bond freeing the premises i! 12k from the effect of such lien or claim or action thereon. Owner ii 131'1 reserves the right at any time and from time to time to post and it 14, maintain on the premises such notices as may be necessary to ,I 151 protect Owner against liability for all such liens or claims. I 16 ;1 IN WITNESS WHEREOF, the parties hereto have executed this 17j entry agreement as of the day and year first above written. THE IRVINE COMPANY 20; LEA 11 21 � 22 f �T ViRG 23! 24 25 26 27 28 29 30 31 32 o By E, ',-Assistant Secretgry 101 M;7 CITY Q.F-X9UXORT BEAC� By 1,15 f' a.� � ,Pfayor�� ATTEST: -� �- city Z'Le C ITY 3. 1 2 3 41 5 6 7 8 9 10 11 w: WAULAS, Tae In *'w C=WmV is the oanor of Main ral PZZOPS y adjacent to Jirboree ADada lying beWeeec 8aiissdes Road and Ford 1e44ll€astbluff Drive and in US Gera®n WeStorly of Jawb -oree Soody upoe ebich provdseas tte City desires to faoCW far the P`o'se at aradinj slope banks, obi borrow aster ial, disposing of exosae material, and construeting and rrsi staining culverts I and 12' Wntimo there "a bow rpraseamted to the City Council 13 au 2Gr y Agreement under whieah The 8rvism Ccoqpkiny grants to tibs 14 City tbm sight to eater upon said promises for the purposes 15 s ified; "d 16 UNDSM0,the City Coum4U has emside ed the tee aced 17 aonditior;s of the agreement and found dism to be fair and 18 equitable; 19 mod, TAU"ORE, W sT ALWLfigir< that said 8ra6ry A6re6Wont 20 is approved mod the Mayer and City Clerk am autbulj ed and gir- 21 euted to gX&GWW the same an behalf of the City of W#Wporb . 22 ADOPM this 9th day of October' 1 %7. 23 . 24 25 ATWT1 +�7 2.6 ty Clark 27 28 29 30 31 32 14 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 7 (7) MMY AGRIAMM This Entry Ag eement was made as of this day of , 1967, by and between THE iR9'IHE G�QdPANY, IlKreinafter called `owner",, and the CITY OF NEWPORT BEACH, herein- after called "City ". RECITALS Owner is the owner of certain real prope ty in the City of Newport Beach, County of Orange, State of California, located adjacent to Jamboree Road. lying between Palisades Road and Ford Road /Eastbluff Drive and in Big Canyon westerly of Jamboree Road, hereinafter Bailed the "Premises ". City desire* to enter upon the premises to grade slope banks, obtain borrow material, dispose of excess material, construct culverts and maintain said culverts upon the following terms and conditions. WITNESS$TH: 1. Owner hereby grants the right of entry to City to eater upon the premises adjacent to the right of way as it exists at the time of award of contract 1096 for the improvement of Jamboree Road. 2. Said entry permit is limited to entry for the pur- pose of construction and maintenance adjacent to Jamboree Road in accordance with the plans and specifications for Select System Project #69, City of Newport Beach Drawing R- 5085 -5, Sheets 1 -26, dated August 14, 1967. Said construction and maintenance will include: (a) Construction of slope banks. (b) Removal of borrow material from locations desig- nated in writing by Owner. (c) Disposal of suitable excess material, to be compacted and placed in locations approved by Owner in writing. 1 (d) Construction of culverts. 2 (e) Maintenance -Of. -said culverts. 3 3. Owner agrees to permit City to remove all fencing 4 which spay exist on Owner's propsxty within the limits of the 5 impr•avement and relieves City of any obligation to replace same. 6 4. The term of this entry permit for Item 2(a) through 7 2(d) shall be, until construction is complete, but in no event 8 later than June 30, 1976. 9 5. This entry permit as applied to Item 2(e) shall 10. in force and affect until such time as said culverts are 11 removed or this agreement is mutually modified by the parties 12 hereto and until such time City shall maintain said culverts. 131 5. Owner shall not be liable for any loss, damage or 14 injury of any kind or character to any person or property caused 15 by or arising from any act or omission of City or any of its 16 agents or employees and City, as a material part of the considera- 17 tion for this agreement, hereby agrees to indemnify and hold Owner 18 free and harmless from all liability for any such loss, damage or 19 injury. 20 7. City shall not suffer or permit to be enforced 21 against the premises covered by this entry agreement, or any part 22 thereof, any mechanics', materialmen's, contractors' or subcon- 23 tractors' lions arising from or any claim for damage growing out 24 of the work authorised by this agreement; and City shall pay or 25 cause to be paid all of said lions, claims or demands before any 26 action is brought to enforce the same against said land; and City 27 agrees to indemnify and hold Owner and said land free and harmless 28 from all liability for any and all such liens, claims and demands, 29 together with reasonable attorneys' fees and all costs and expenses 30 in connection therewith. Notwithstanding anything to the contrar; 31 hereinabove contained, if City shall in good faith contest the 32 validity of any such lien, claim or demand, then City shall, at z. . 1 its expense, defend itself and, owner against the same 4nd 61011 2 pay and satisfy any adversa judgment that may be rendegod thereon 3 before the enforcement the-eat against, owner or tbs.P e'aises, upon 4 the condition that, if Owner shall require, City snail furnish to 5 1, Owner a surety bond satisfactory to Omer in an amo=t sgwrl to 6 such contested lien, claim or demand indemnifying Omer against 7 liability for the same, and holding the premises lzse from the 8 effect of such lien or claim or, if Owner shall request, City g shall procure and record the boned provided for in section 1193.2 101 of the California Code of Civil Procedure, ov any comparable 11 statute hereafter enacted providing for it bond. freeing the premises 12 from the effect of such lien or claim or action thereon. Owner 13 reserves the right at any time and from time to time to post and 14 maintain on the premises such notices as may be necessary to 15 protect owner against liability for all such liens or claims. 16 IN WITNESS THEREOF, the parties hereto have executed this 17) entry agreement as of the day and year first above written. 18 THE IRVINE COMPANY C0\ 19 N- 4 - 9�.C� By 20 i- ' VICE Yr"LdSnt S E ,A L L- 21 I i' B y N. J 22 \�y ° —,J�P/ ,tee stant ecretary FS 23 -- OWNER 24 25 26 27 28 29 APPROVED AS TO FORK: 30 II City Attorney 31 32 CITY OF NEWPORT BEACH By.sz.. or ATTEST: 3. r. CITY 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 19 20 21 22 23 24 25 26 27 28 29 30 31 32 �6� 4 i/67 s/67 (7) . This Entry Agreement was made as of this day of Syr. -4- , 1967, by and between T118 IRVINE CCMPMit, hereinafter called "Owner ", and the CITY OF NZWPORT MACH, hesein- rafter called "City ". RECITALS Owner is the owner of certain real property in the City of Newport Beach, County of orange, State of California, located adjacent to Jamboree Road, lying between Palisades Road w A lord Road /Eastbluff Drive and in Big Canyon westerly Of Janber" load, hereinafter called the "Premises ". City desires to enter upon the premises to grade slope banks, obtain borrow aaterial, dispose of excess material, construct culverts and maintain said culverts upon the following terms and conditions. 1. Owner hereby grants the right of entry to City to enter upon the promises adjacent to the right of way as it exists at the time of award of Contract 1096 for the improvement of Jamboree Road. 2. Said entry permit is limited to entry for the pur- pose of construction and maintenance adjacent to Jamboree Road in accordance with the plans and specifications for Select System Project #69, City of Newport Beach Drawing 9.5085 -9, Sheets 1 -26, dated August 14, 1967. Said construction and maintenance will include. (a) Construction of slope banks. (b) Removal of borrow material from locations desig- nated in writing by Owner. (c) Disposal of suitable excess uaterial, to be compacted and placed in locations approved by owner in writing. 101 11 12 13 141 15I 16 17 18 19'' 20' 21 22 23' 24 25 26 27 28, 29 30 J1 321 0 (d) Construction of "Iverts. (e) Maintenance of said culverts. 3. Owner agrees to permit City to remove all fencing which may exist on owner's property within the limits of the improvement and relieves City of any obligation to replace same. 4. The term of this entry permit for items 2(a) through 2(d) shall be until construction is complete, but in no avant later than June 30, 1970. 5. This entry permit as applied to Itest 2(e) shall remain in force and effect until such time as said culverts are removed or this agreement is mutually modified by the parties hereto and until such time City shall maintain said culverts. 6. Owner shall not be liable for any loss, damage or injury of any kind or character to any person or property caused Eby or arising from any act or omission of City or any of its agents or employees and City, as a material part of the considera- tion for this agreement, hereby agrees to indemnify and hold owner free and harmless from all liability for any such loss, damage or injury. 7. City shall not suffer or permit to be enforced against the premises covered by this entry agreement, or any part thereof, any mechanics', smateriaimen's, contractors' or subcon- tractors' liens arising from or any claim for damage growing out of the work authorized by this agreement; and City shall pay or cause to be paid all of said liens, claims or demands before any action is brought to enforce the same against said land; and City agrees to indemnify and hold owner and said land free and harmless from all liability for any and all such liens, claims and demands, together with reasonable attorneys' fees and all costs and expenses in connection therewith. Notwithstanding anything to the contrary herainabove contained, if City shall in good faith contest the validity of any such lien, claim or demand, then City shall, at 2. I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 0 31 32 ,its expense, defend itself and Owner against the same and shall VOY and satisfy any adverse judgment that may be rendered thereon before the enforcement `he4&f against Goner or the promises, upon the condition Chats if Owner shall require, City shall furnish to Owner a surety bond satisfactory to owner in an amount equal to such contested lien, claim or demand indemnifying Owner against liability for the same, and holding the premises frei from the effect of such lien or claim or, if owner shall rt$uesto City shall procure and record the bond provided for in section 1193.2 of the California Code of Civil Procedure, or any comparable statute hereafter onacted providing for a bond freeing the promises from the effect of such lien or claim or action therson. Owner reserves the right at any time and from time to time to post and maintain on the premises such notices as may be.neceseary to protect owner against liability for all such liens or claims. IN WITNESS WliMW, the parties hereto have executed this gentry agreement as of the day and year first above written. THE IRVINE COWANY By es en By a ant retary CITY OF,XMQC' $ ki $y gyor ATTEST: APPROVED AS TO FORK: City dMik H. CIAi City Attorney 3. 1 2 3 4 5 6 n reap -,a .0 A G R E E M E N T WOF NEWPORT BEACH Agreement No. MS67 -F05 -300 THIS ACREEMENT, made and entered into as of this //y dzy of 1967, BY AND BETWEEN AND ORANGE COUNTY FLOOD CONTROL DISTRICT, a body politic of the State of California, hereinafter referred to as "DISTRICT", CITY OF NEWPORT BEACH, a muni.ci.ei corpora- tion, hereinafter referred t:c as "CITY ". R E C I T A L S A. San Diego Creek flows westerly from MacArthur Boulevard into Upper New- port Bay, a distance of approximately 1700 -feet. B. DISTRICT has heretofore improved San Diego Creek upstream frog MacArthur Boulevard c ,.nd intends in the future to extend said improvements westerly from MacArthur Boulevard to the Upper Bay. C. CITY has heretofore constructed a two -lane bridge rroseing the San. Diego Creek near the Upper Bay, said construction having been sufficient to accommodate DISTRICT'S future channel improvements. DISTRICT and CITY have previously cooperated in the construction of said tvo -lane bridge. D. CITY now wishes to construct another taro -lane bridge adjacent to the pre- vious bridge for the purpose of making Jamboree Road a four -lane highway. E. DISTRICT, in its Engineers Report dated January 17, 1967, included Pro- ject No. 55 consisting of said channel improvement work and cooperation with CITY in the construction of the additional two-lane bridge for Jamboree Road. The reasons for said cooperation are set Forth in the description of said Project No. 55, �,hich reasons are by reference made n part of this agreement. F. It is deemed mutL�sl.l.y advantageous at this tis;e for DISTRICT and CITY to cooperate in the construction of said second two-lane bridge. NOW, THEREFORE, it is agreed as follows: I. CITY shall prepare or have prepared -I.e:eis and Specifications for said bridge and shall refer Name to DISTRICT'S Chief Engineer for *evil;.-. After ,PPtoval } 1 2 3 4 5 6 n 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 78w -13 of said plans and specifications by DISTRICT'S Chief Engineer CITY shall advertise same for bids, receive the bids, open same in public and if a satisfactory bid is re- ceived award a contract for the construction all in accordance with applicable pro- visions of law. 2. During construction CITY shall provide a qualified resident engineer charged with the responsibility of obtaining compliance with the plans and specifica- tions on the part of the contractor. DISTRICT may also furnish a resident engineer for the same purpose, but in the event of disagreement between said resident engineers, the orders and opinions of CITY'S resident engineer shall prevail. 3. CITY shall not issue any change orders for said construction without first having obtained the concurrence of DISTRICT'S Chief Engineer. 4. Upon completion of the construction CITY shall file a Notice of Comple- tion and shall determine the cost of construction which, for the purpose of this agree- ment, is defined as the amount of money actually paid to the contractor for the con- struction of the bridge, plus 15% thereof for CITY'S engineering, inspection, testing, general supervision and overhead. 5. DISTRICT'S share of said cost of construction shall be determined by the following formula: DISTRICT'S share = cost of construction x A-B A v:here: A = length of bridge actually constructed (estimated to be 337') B m 80 -feet (length of bridge that would be required without widened channel) 6. Upon concurrence of DISTRICT'S Chief Engineer in the determination of DISTRICT'S share, DISTRICT shall upon demand of CITY pay promptly to CITY DISTRICT'S share, but CITY shall not make such demand prior to December 1, 1.967, 7. CITY, by execution of this agreement, grants to DISTRICT irrevocable permission to construct, reconstruct, operate and maintain channelization of San Diego Creek through said bridge within CITY'S existing and future easements for Jamboree Road. Prior to construction of further highway improvements or installation of utili- ties within said easements within 200 -feet of the bridge midspan, CITY shall obtain or require DISTRICT'S Chief Engineer's approval of the plans for said improvements or utility work. Said approval shall be withheld only if construction would interfer - 2 - 1 2 3 4 5 6 7' 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 MM-13 0 with existing or proposed channel improvements or channel maintenance. If DISTRICT'S Chief Engineer does not disapprove the plans within 15 days after submission of plans to him, such failure to disapprove may be deemed as an approval. 8. Upon completion of the work the responsibility for maintenance of the bridge shall be CITY'S. 9. It is estimated that DISTRICT'S share of the cost of construction is $150,000 an amount being included in DISTRICT'S 1967 -68 budget. Upon approval oY this agreement the Auditor - Controller of the County of Orange is authorized to encumber said amount in the 1967 -68 budget. If CITY has not awarded said contract by April 1, 1968 this agreement shall become null and void. IN WITNESS WHEREOF, the parties hereto have executed this agreement the day and year first above written. Date: JU'_ ' ? Date: I -; APPROVED AS TO FORM: ADRIAN KUYPER, COUNTY COUNSEL COUNTY OF ORANGE, CALIFORNIA Deputy f Date: 'lsr 3 /i6 Date: j, FOR APPROVAL: Original Signed By H. G. Mom H. G. Osborne, Chief Engineer - 3 - ORANGE COUNTY FLOOD CONTROL DISTRICT T l Chairman of its Board of Supervisors ATTEST: W. E. ST JOHN, County Clerk and ex- officio Clerk of the Board of Supervisors of the Orange - Bounty Flood outrol District „ D ° -putY CITY OF' NEY3PORT BEACH \ „� \ Aayor ATTEST: Ey. City Cl rd k 04 2 3 4 5i 6 7i 8 91 I 10 11, 12 I 13 14 15 16� 171 18 19 20; 21 22 23 24 25j I 26 27 281 29 I 30 i 31i 32'. 6/15/67 (12)_� RESOLUTION pD. 6589 0 A RESOLUTION OF CITY COUNCIL, OF Tit$ CITY of NEWPORT BEACH AU�RIZING THE EYECUTiMt OF AN AGREEMENT WITH THE ORANGE COUNTY FLOOD ,CClfTitOL DISTRICT FOR THE CONSTRUCTION OF A SNCONA JAMMU ROAD BRIDGE WHEREAS, the City of Newport Beach and the Orange Coa►ty Flood Control District have heretofore cooperated in the eonstrnc- tion of a two -lane bridge for Jamboree Road, crossing the Saa Diego Crack near the Upper Bay, and the City intends to conattut another two -lane bridge adjacent thereto for the purpose of "king Jamboree Road a four -lane highway, and WHEREAS, it is mutually advantageous for the City and the Blood Control District to cooperate in the construction of the second Jamboree Road bridge; and WHEREAS, there has been presented to the City Council an agreement between the City and the District providing for the con - j struction of said bridge, with the cost thereof to be shared by the parties in the manner set out therein; and WHEREAS, the City Council has considered the terms and conditions of said agreement and found them to be reasonable and equitable; NOW, THEREFORE, BE IT RESOLVED that said agreement is approved and the Mayor and City Clerk are hereby authorised and directed to execute the same on behalf of the City of Newport Beach. ATTEST: ADOPTED this 26th day of June , 1%70 mayor rLv Lem c SEPTEMBER 11y1967 TO. CITY COUNCIL FROM- PUBLIC WORKS DEPARTMENT SUBJECT. RIGHT OF WAY CERTIFICATION IN CONNECTION WITH CONTRACT 1096 (JAMBOREE ROAD FROM FORD ROAD TO PALISADES ROAD) RECOMMENDATIONS. ADOPT A MINUTE RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE THE SUBJECT RIGHT OF WAY CERTIFICATION. DISCUSSION- THE COUNCIL HAS APPROVED A PROJECT FOR THE IMPROVEMENT OF JAMBOREE ROAD WHICH INCLUDES THE CONSTRUCTION OF A SECOND BRIDGE OVER SAN DIEGO CREEK AND THE WIDENING OF JAMBOREE ROAD TO A FOUR LANE DIVIDED ROADWAY. THE NECESSARY RIGHT OF WAY HAS BEEN PREVIOUSLY ACQUIRED. THIS PROJECT 13 JOINTLY FUNDED BY THE CITYy ORANGE COUNTY FLOOD CONTROL DISTRICT AND THE ORANGE COUNTY ROAD DEPARTMENT THROUGH THE ARTERIAL HIGHWAY FINANCING PROGRAM. ONE OF THE REQUIREMENTS OF THE ARTERIAL HIGHWAY FINANCING PROGRAM IS A CERTIFICATION BY THE CITY COUNCIL THAT THE NECESSARY RIGHT OF WAY IS AVAOLABLE AND THAT THE COUNTY WILL NOT BE HELD RESPONSIBLE FOR ANY LIABILITY ARISING FROM THE USE OF THE RIGHT OF WAY. THE SUBJECT CERTIFICATION 13 IN THE FORM REQUESTED BY THE COUNTY. �JO EPH EVLIN LIC OR S DIRECTOR �.���JTD /HTC /LDG 10611 It .r al-VIL f 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 6 4I0HT OF i�AY MTIFICATICN The CITY OF NEWPORT MACR hereby co rtifies iu connection with the right of way for project 94b9 lepaw"Wnt of Jamboree Road from Ford Read to Palisades` Road, than 1. All work is within the existing right of way and no additionsl'right of way is necessary. 26 Ispravements as shown on the contrast drawings and described in the contract specifications exist within . the existing right of way but will not interfere with con- struction In making this certification, the City of Newport Beach agrees to holes the County harmless from any liability which stay arise by reason of the County's reliance upon this certificate and its use of said rights of way. clTr of VZWMT By 7 yor Attest; Date: , y-1 �.;��, � _ , 19670 To: From: 0 CITY OF NEWPORT BEACH City Clerk City Attorney CITY AARTMENT September 6, 1967 Subject: Improvement of Jamboree Road from Ford Road to Palisades Road, Contract No. 1096 Transmitted are the original and two copies of a Right of Way Certification in connection with the subject project. The Public Works Director requested preparation of this document for consideration by the City Council at their meeting on September 11, 1967. If approved by the City Council, it would be in order to adopt a minute resolution authorizing the Mayor and City Clerk to execute the same on behalf of the City. THS :mec Atts. cc - City Manager Public Works (Attention: Director Hunter T. Cook) Tully 4V r City Attorney MA MINUTES OF THE BOARD. OF SUPERVISORS OF ORANGE COUNTY, CALIFORNIA' July 11, 1967 /Teri IN RE: AGREEMENT SECOND JAMBOREE ROAD BRIDGE,CONSTRUCTION CITY OF NEWPORT BEACH On motion of Supervisor Allen, duly seconded and unanimously carried, the Chairman and the Clerk are authorized to sign Agreement No. MS67 -F05 -300 dated July 11, 1967, between toe Orange County Flood Control District and the City of Newport Beach for cooperation in construction of the second Jamboree Road Bridge across the San Diego Creek Channel. IN RE: LEASE BRED. LIBRARY IRWIN, ET AL On motion of Supervisor Featherly, duly seconded and unanimously carried, the Chairman is authorized to sign the Lease dated July 11, 19613 between the County of Orange and John H. Irwin, Gladys E. Irwin and Jennie M. Hopper for the rental of space for the Brea Library, at 642 South Brea Boulevard, Brea, California, Project No. G.A. 602, Parcel No.l. The County Auditor - Controller is instructed to make payments of $300.00 per month, under the terms of said lease, made payable to John H. Irwin and Jennie M. Hopper, P.O. Box 7457, Long Beach, California 90807, with said payments to be made out of County Free Library Fund No. 104- 6021 -220. IN RE:, LEASE DEPARTMENT OF BUILDING AND SAFETY OFFICE SPACE TADD On motion of Supervisor Allen, duly seconded and unanimously carried, the Chairman is authorized to sign the lease dated July 11, 1967, between the County of Orange and Roy W..Tadd and June C. Tadd, for the rental of office space for the Department of Building and Safety, Dana Point Office, Project No. G.A. 1206, Parcel No. 1. The County Auditor - Controller is instructed-to make payments of $150.00 per month for the entire lease term, made payable to Roy W. and June C. Tadd, 34091 Aurelio, Dana Point, California, with said payments, to be made out of Building and Services' Rents and Leases Fund. The first payment is to be made after notice from the Director Of Rea ?roperty Services that compliance with Lease provisions has been me FIO13 -2.1 HELLIV EO JUL 1, 1967 ORANGE COUNTY -:,1) ­ T JUNE 26, 1967 TO: C I TY COUNCIL FROM: PUBLIC WORKS DEPARTMENT SUBJECT: COOPERATIVE AGREEMENT WITH THE ORANGE COUNTY FLOOD CONTROL DISTRICT FOR THE CONSTRUCTION OF A SECOND BRIDGE ON JAMBOREE ROAD OVER SAN DIEGO CREEK RECOMMENDATIONS: ADOPT A RESOLUTION AUTHORIZING THE MAYOR AND THE CITY CLERK TO EXECUTE A COOPERATIVE FINANCING AGREEMENT WITH THE FLOOD CONTROL DISTRICT FOR THE SECOND BRIDGE. DISCUSSION: THE BRIDGE WILL BE CONSTRUCTED AS PART OF CONTRACT 1096 FOR THE IMPROVEMENT OF JAMBOREE ROAD FROM FORD ROAD TO PALISADES ROAD. THIS CONTRACT WILL COMPLETE THE WIDENING OF JAMBOREE ROAD TO FOUR LANES - DIVIDED FROM COAST HIGHWAY TO PALISADES ROAD. THE DESIGN OF THE BRIDGE, WHICH WILL BE SIMILAR IN APPEARANCE TO THE FIRST BRIDGE, IS COMPLETE. IT WILL BE CONSTRUCTED AS A CONTINUOUS SPAN REINFORCED CONCRETE BRIDGE TO BE CAST IN PLACE RATHER THAN THE PRE -CAST DESIGN OF THE FIRST BRIDGE. THE ESTIMATED COST OF THE BRIDGE WILL BE $186,000.00. OF THIS AMOUNT $1146,000.00 WOULD BE BORNE BY THE FLOOD CONTROL DISTRICT. THE DISTRICT WOULD FUND AN ADDITIONAL 15% TO COVER THE DISTRICT'S SHARE OF ENGINEERING, TESTING, INSPECTION, ADMINISTRATION AND OVERHEAD EXPENSES. THE REMAINING COST OF THE BRIDGE WILL BE SPLIT BETWEEN THE CITY AND THE ARTERIAL HIGHWAY FINANCING PROGRAM. THIS PROJECT IS INCLUDED IN THE FISCAL YEAR 1967 -68 BUDGET. CONSTRUCTION IS SCHEDULED TO BEGIN IN LATE FALL. PH t.E AN ` IC IRECTOR LD E i THS1 4 a 8/91!6 i� 1 i 2i 4i 1, 5i I is 61; 7 8 9 10 11 12 13 15 16 1711 18 I' 19 201 i 21 22; 23) 241 25I 261 271 28I 29� 30 311 321 i em CONTRACT FOR SUPPLEMENTAL ENGINEERING SERVICES (Improvement of Jamboree Road between Ford Road and Palisades Road) THIS AGREEMENT is made and entered into by and between the CITY OF NEWPORT BEACH, hereinafter referred to as "City ", and GEOTECHNICAL CONSULTANTS, INC., hereinafter referred to as "Engineer ". . RECITALS• City is engaged in a public works project involving the widening and improvement of Jamboree Road from Ford Road to Palisades Road. Engineer has previously performed engineering services in connection with said project pursuant to an agreement dated June 30, 1967, and City has requested that Engineer per- form certain supplemental'engineering services in connection therewith which Engineer has offered to perform. AGREEMENT NOW, THEREFORE, the parties agree as follows 1. Scope of Work Engineer agrees to perform the following services: (a) Preparation gild submittal of additional conclusions regarding the probability of slope failure of existing and proposed embankments of the Jamboree Road realignment. This information shall be con- sidered to be an addendum to Engineer's recently completed evaluation of the geotechnical aspects of the subject construction, performed under City's con- tract number 1096E2. (b) Preparation of specifications and inst4lla- tion procedures for:;piezometers to be installed ring the proposed construction. (c) Supervision and installation control of a V i! Lr ii 2 i' 31j it 41 I 61 7 0 10 11' 12 13 15 16 17 18 19 2011 21 i 22 23 24 25 26 27 28 29 30 31' 32 4 0 total of six piezometers, and the supplying of all piezometer components including sufficient pipe and casing with cap to complete the fill installation, to be located in the future right shoulder area of the roadway at Stations 163 +75, 167 +75, 172 +50 and 174 +50. At Stations 167 +75 and 172 +50 two piezometers shall be located at each location, one to measure water levels in the foundations soils, the other to measure water levels in the sand drain. (d) Periodic analysis and consultation, on an as- needed basis, relative to the interpretation of read- ings obtained from the piezometers, together with data obtained from settlement platforms which are to be installed. 2. Obligations of City City agrees to do the following: (a) Provide semiskilled manpower to assist Engineer's personnel during the initial placement period of the piezometers and appurtenances. (b) Following the placement of the piezometer head and initial conduit extension, install the additional extensions as fill placement progresses and install the conduit protective casing. 4 3. Cost of Work City agrees to pay Engineer for its services hereunder on the following basis: (a) For the work described in items (a), (b) and (c) of paragraph 1, an estimated fee of $1,650 which,,:,hall not be exceeded without written approval of the City. (b) For the work described in item (d) of para- graph 1, the actual cost for Engineer's services computed upon a time and expgpse basis in accordance with Engineer's 2• 9 I 11 current schedule of charges. 21; Payment for said services shall be made upon receipt i' 31i by the City of Engineer's itemized statement within thirty ii 411 (30) days after completion of said services to the satis- faction of City's Public Works Director. I I 61,1 4. Reproduction Costs it 71 City agrees to reimburse Engineer for the actual cost I' 81 of reproducing drawings and other documents requested by City. 91 5. Termination i 101 City reserves the right to terminate this contract at Ili any time by giving Engineer three (3) days' prior written notice, I 12; either by personal service or by placing said notice in the United 1311 States mails, postage prepaid, addressed to any of Engineer's I 141; business offices. In the event that City shall terminate this 1511 contract, it shall reimburse Engineer for the actual work done 16jj up to the date of termination on the basis of Engineer's current 171 schedule of charges. 6. Amendment is 191 This contract may be amended or modified only by written 2011 agreements signed by both parties and failure on the part of 21 either party to enforce any provision of this contract shall not I 22 be construed as a waiver of the right to compel enforcement of 231; such provision or provisions. r: 2411 IN WITNESS WHEREOF, the parties hereto have executed i 251 this contract this _' day of -S 1967. 261. CITY OF NEWPORT BEACH 1 APPROVED AS TO FORM: 2711 By . . 7f z� ,' City Man ger 28I' u y e r, City Attorney 1 CITY 29 !i CEO TE ICAL CQNSULTANT INC. 30 ��(✓�� By 31 Its �t 321; By J ry Its I; _ 1 (Execution of this agreement by the City Manager authorized by 1� - Resolution No. 6421 adopted August 8, 1966.) THS : "gym L t 6/1267 (7) CONTRACT FOR ENGINEERING SERVICES 2. (Improvement of Jamboree Road between Ford Road and Palisades Road) 311 I• 4' THIS AGREEMENT is made and entered into by and between 5! the CITY OF NEWPORT BEACH, hereinafter referred to as "City ", and 6 GEOTECHNICAL CONSULTANTS, INC., hereinafter referred to as 711, "Engineer ". I s RECITALS: 91 City is engaged in a public works project involving the 101i widening and improvement of Jamboree Road from Ford Road to lli ; Palisades Road. In connection with said project City is in need 1211 of certain engineering services which Engineer has offered to 131; perform. 141. AGREEMENT: ,: 151; NOW, THEREFORE, the parties agree as follows: l6l 1. Scope of Work 171; Engineer agrees to perform the following services: 18. (a) Review and evaluate (1) existing technical 19; reports prepared in connection with the facilities, (2) 20 field measurements and data obtained during the construction 21 performed to date, and (3) available published literature 22'; regarding the area involved. 23 (b) Perform, as necessary, a limited amount of 241 supplemental subsurface exploration, laboratory testing 25 and engineering analysis. 26;' (c) Assimilate all available data for the purpose 2711 of providing City with specific conclusions and recommenda- 28i tions regarding both the relative stability and acceptabili 291: of the work performed to date, and procedures to be consid- ered during completion of the project, including a detailed 31;' evaluation of the existing foundation reports prepared by 32;. the engineering firm of Porter, O'Brien & Armstrong and the 1: is Ii III County of Orange Road Department Materials Laboratory; 2i1 analyze the field measurements and data (e.g., piezometer ii 3i, and settlement platform data) for correlation with antici- i 4!; ; pated and theoretical conditions; and drill one hole in I' 5H the existing embankment to verify the soil strengths which fl 1i 6i Porter, O'Brien & Armstrong indicated would be necessary 7il for stability. 8l 2. Additional Work 91 If, after completion of the services described in para- 10 graph 1, the Public Works Director of City determines that addi- 11i tional work will be necessary to provide the City with a meaning - 1, 12i ful, responsive evaluation of existing conditions and their 13; effect on the proposed improvements, Engineer agrees to perform 1411 the following additional services upon written authorization by i 15; the Public Works Director: (a) Additional laboratory testing on samples from 17! the one hole drilled to determine the sensitivity of the I 18! foundation clays (sensitivity is an indicator of soil .I 19" response to dynamic load). I' 2011 (b) Drilling two additional holes, sampling and 21; laboratory testing to determine the effect of additional 2211 loading on the stability of the existing and proposed 231j embankment. 24'.; (c) Laboratory testing to determine the critical 251 1 properties of the foundation soils, if there is no conti- 26 nuity to the existing data. 27 -1 (d) Laboratory and field testing to determine the 28:! ground motion spectrum of the site and the effect of dynamic 29i on embankment stability. i 30 3. Cost of Work II 311; City agrees to pay Engineer the actual cost of its �i 3 services computed on the basis of the following fee schedule: I I II it 2. i 1 I': 2 i 5I 6� 711 I 8 9 10 11 12 13 14 15 16 17 181111 ii 20F 21 22 i 2.311 24! I 251 261 271 28 29 30 31 32 Services Consultation (Principal of the firm) Consultation (Associate of the firm) Exploration (including supervision).. Field Control (including supervision) Analyses and Report (including supervision) Laboratory Testing Drafting Clerical Other Charges Drilling, tractor exploration and other outside services, if billed to and paid by Engineer Drilling, tractor exploration and other outside services, if billed to and paid by City Laboratory Equipment Charges 12- Channel Refraction Seismograph 3- Channel Vibration Seismograph Mileage Out of pocket expenses $20.00 /man hour 17.50 /man hour 14.00 /matt hour 10:51 `` hour 15.00 man hour 10.00 /man hour 9.50 /man hour 7.50 /man hour Cost + 10% No Chargge $ 1.00 /hour' .12.50 /hour 6.25 /hour 0.12 /mile At Cost The maximum fee for the services described in paragraph 1 shall not exceed $1,800, and the maximum fee for the additional services described in paragraph 2 shall not exceed $1,900. Said amount shall be payable upon the receipt by the City of Engi- neer's itemized statement within 30 days after completion of said services to the satisfaction of the Public Works Director. 4. Reproduction Costs City agrees to reimburse Engineer for the actual cost of reproducing drawings and other documents requested by City. 5. Termination City reserves the right to terminate this contract at any time by giving Engineer three (3) days' prior written notice, either by personal service or by placing said notice in the United States mails, postage prepaid, addressed to any of Engineer's business offices. In the event that City shall terminate this contract, it shall reimburse Engineer for the actual work done up to the date of termination on the basis of the fee schedule set forth herein. 6. Amendment This contract may be amended or modified only by written 3. 7� agreements signed by both parties and failure on the part of 21 either party to enforce any provision of this contract shall not iii be construed as a waiver of the right to compel enforcement of 4'• such provision or provisions. 1: 7. Hold Harmless Agreement 61 Engineer shall indemnify and save harmless the City, and its officers and employees, from all damage and liability 81 arising from any errors, omissions, or negligence in Engineer's I 91 performance of this contract or from the engineering work and 1011 services herein provided. 11! IN WITNESS WHEREOF, the parties hereto have executed it 12� this contract this _�?o to day of June, 1967. 13�; CITY OF NEWPORT BEACH 14I 1 APPROVED AS TO FORM: By 15'x; f `�� (� it y nag r 16!1 TTulL�1. Se r, City ttorney CITY �I 1711 18� GEOTECHNICAL CONSULTANTS, INC. 19 �! By �ii/ti _Tip 20 its �i:__ ";t7- 21' 1. Attest,, 22;1 Its 231 ENGINEER 24! li 25 26 I 27 28I 29'1: � I 30 �I 31 (Execution of this agreement by the City Manager authorized by 32� Resolution No. 6421 adopted August 8, 1966.) i i I� II 4 I 0 To: CITY COUNCIL FROM: PUBLIC WORKS DIRECTOR MAY 22, 1967 n A y � SUBJECT: COOPERATIVE AGREEMENT WITH AERONUTRONIC FOR IMPROVE- MENTS TO JAMBOREE ROAD AT AERONUTRONIC ENTRANCE RECOMMENDATIONS: 1. ADOPT A RESOLUTION AUTHORIZING THE MAYOR AND THE CITY CLERK TO EXECUTE THE SUBJECT AGREEMENT ON BEHALF OF THE CITY. 2. APPROVE AN INCREASE OF $850 IN THE MAXIMUM EN- GINEERING FEE AUTHORIZED FOR DESIGN OF THE JAMBOREE ROAD IMPROVEMENTS. DISCUSSION: DURING DESIGN OF THIS PROJECT, AERONUTRONIC REQUEST- ED THAT THE CITY COMBINE CERTAIN IMPROVEMENTS AT THE ENTRANCE TO THE AERONUTRONIC PLANT WITH THE CONSTRUCTION OF JAMBOREE ROAD. THESE IMPROVEMENTS WOULD INCLUDE WIDENING OF THE ROAD SOUTHERLY OF THE PLANT ENTRANCE TO ACCOMODATE A RIGHT TURN LANE THE ADDITION OF A "FREE RIGHT TURN" ARROW TO THE TRAFFIC SIGNAL AT THE PLANT ENTRANCE TO OPERATE IN CONJUNCTION WITH THE RIGHT TURN LANES AND THE CONSTRUCTION OF A DOUBLE LEFT TURN LANE IN THE JAMBOREE MEDIAN TO SERVE SOUTHBOUND TRAFFIC ENTERING THE PLANT. ALL WORK RESULTING FROM THE MODIFICATIONS AT THE PLANT ENTRANCES INCLUDING THE ADDITIONAL ENGINEERING WORK RE- QUIRED FOR MODIFICATION OF THE EXISTING SIGNALS WILL BE FINANCED BY AERONUTRONIC. THE ESTIMATED COST OF THIS WORK IS $1010000 IN- CLUDING ENGINEERING. THE ENGINEER HAS PROPOSED TO COMPLETE THE ADDITIONAL ENGINEERING WORK AT A FEE NOT TO EXCEED $850. SEPH DEVLIN BLIC � KS DIRECTOR C:JR s THE .aem 3/2)/67 (8) 1 AGREEMENT (Improvement o Jamboree Road 2 from Ford Road to Bison Avenue) 3 4 THIS AGREEMENT is made and entered into this day 5 of `.j -_ 1967, by and between AERONUTRONIC 6 DIVISION OF PHILCO -FORD CORPORATION, hereinafter referred to as 7 "Company ", and the CITY OF NEWPORT BEACH, a municipal corporation, 8 hereinafter referred to as "City ". 9 RECITAL• 10 City and Company mutually desire to widen and improve 11 that portion of Jamboree Road lying between Ford Road and Bison 12 Avenue and share the cost thereof as provided for herein. 13 AGREEMENT: 14 For and in consideration of the mutual benefits, cov- 15 enants and conditions herein contained, the parties hereto agree 16 as follows: 17 1. City shall prepare or arrange for the preparation 18 of all plans and specifications for the widening and improvement 19� of Jamboree Road from Ford Road to Bison Avenue, hereinafter 20 referred to as the "project ". Plans and specifications shall be 21 prepared by or under the supervision of a registered civil en- 22 gineer, licensed by the State of California. All portions of the 23 project to be financed by'Company shall be subject to the approval 24 of Company prior tothe. advertisement of a notice inviting bids 25 for the constructionNo rk. 26 2. City shall award a publc'works contract for the 27 project in conformity with the public bid procedure set forth in 28 Section 1110 of the City Charter. 29 3. Company shall reimburse City for: 30 a. That portion of the total cost of construction 31 attributable to the addition of a double left turn pocket at 32 the entrance to the Company plant south of Bison Avenue. ".7 �';;. y Y 4 17 O/ • • THS em 1 b. That portion of the total cost of construction 2 attributable to the addition of improved right turning lanes 3 at said Ccmpany plant entrance. 4 c. That portion of the total cost of construction 5 attributable to modifications to the traffic signal at said 6 Company plant entrance. 7 Said constructions costs shall be based upon the unit 8 prices as submitted in the bid of the successful bidder. 9 4. Company shall -reimburse the City for engineering 10 costs attributable to item 3.c above. Said costs shall be based 11 upon actual costs as billed by the engineer employed by City, but 12 in no event shall exceed a maximum of $850.00. 13 5. City shall pay that portion of the total cost of 14 the project attributable to all other items. 15 6. City agrees to indemnify Company against and to 16 hold Company harmless from any loss of or damage to any property 17 or injury or death of any person whomsoever proximately caused in 18 whole or in part by negligence of City, its employees, agents or 19 contractors in the exercise of the rights herein granted, save 20 and except in those instances where such loss or damage or injury 21 or death is proximately caused in whole or in part by any neg- 22 ligence of Company. 23 IN WITNESS WHEREOF. Company has caused this agreement 24 to be executed by its officers thereunder duly authorized, and 25 City has caused this agreement to be executed by its officials 26 thereunto duly authorized by resolution of the City Council, as 27 of the day and year first hereinabove written. 28 AHILCO ZID VI TI /J 29 PHILCG -FO OY.P TIG /J)y 30 i By 31 A. C. Haines 32 Director, Operations Support `� w `_ Y THS aen 4/1 /67 li2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 0 By 0 CITY OF NEWPORT- AC By APPROVED AS TO FORM: Mayor /eh n.::.. Attest: Tu lly Seymo City A torney'�z City Clerk CITY 3. }_ C4910unm m* I= 'UHNOM x e s fi '. 11 the OUW of vow" 2640 a* 4svemant Uetwaft tba City md Unpo 12 wavokU of ftibsoofmd Y. -S 13 vork# d 1 ♦ r * *not dwavot to be obatvd Uy the partift Lu 4-'- 14 tk • k 17 *4"tabU Md A*t&Tebod it to be in the lato"Ots of Cho i r r, to sumato tlw son on s bewt of F'.. city of #*"met 400146 23 C' 24 ... 251 ATrWj 26 28 29 30 31 32 I. PLEASE RTURN 10: LAU'A LAGIOS, CITY CLERK I 01Y CF NEWPORT BEACH l Z-03 NEWPORT BOULEVARD NE: W-O.iT BEACH, CALIF. 92660 20581' NOTICE OF COMPLETION PUBLIC WORKS BOOK 8%06 FAG[ 21 RECORDED AT REQUEST OF GM OF NEWPORT BEACH ORANGE COUNTY, CALIF. 9:05 AM AUG 29 1968 1. WYLIE CARLYLE, Couuly RetmW To All Laborers and Material Men and to Every Other Person Interested: FREE C4 YOU WILL PLEASE TAKE NOTICE that on Au t 5 1968 , the Public Works project consisting of Improvement o oree Road i7rcm Ford Road to Palisades RDad (C -1096) on which Griffith Company was the contractor, and The American Insurance Company was the surety, was-completed, CITY OF NEWPORT BEACH Assistant Public Works Director VERIFICATION I, the undersigned, say: Assistant I am the)Public Works Director of the City of Newport Beach;. the.foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on August 22, 1968 at Newport Beach, California. VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on Ai,�yGt �g� �ggg accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare.under penalty of perjury that the foregoing is true and correct. Executed.on August 22. 1968 at Newport Beach, California. a September 12, 1968 Griffith Company P. 0. Box 395 Costa Mesa, California 92627 Subject: Surety : The-American Insurance Company. Bonds : Faithful Performance Bond. Labor & Materials Bond. Project: : Improvement of Jamboree Road from Ford - Palisades. Contract No.: 10 116 Gentlemen: The City Council on August 19, 1968 accepted the work of subject project and authorized the City Cleric to file a Notice of Completion and to release the bands 35 days after Notice of Completion has been filed. Notice of Completion was filed with the Orange County Recorder on August 29, 1968, in Book NS. 8706, Page 21. Please notify your surety company that bonds may be released 35 days after recording date. ih cc: Public Works Dept. Very truly yours, Laumf Lagios City Clerk City of Newport Beach q„ r 10 TO: CITY COUNCIL FROM: Public Works Department � to August 12, 1968 SUBJECT: ACCEPTANCE OF IMPROVEMENT OF JAMBOREE ROAD FROM FORD ROAD TO PALISADES ROAD (C -1096) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: The contract for the Improvement of Jamboree Road from Ford Road to Palisades Road has been completed to the satisfaction of the Public Works Department. The project was financed from a number of different accounts and agencies. Upon receipt of the cost figures from the participating agencies, a financial summary will be submitted. It appears at this time that the project will be approximately $10,000 less than estimated. The contractor is the Griffith Company of Costa Mesa, California. Engineering was by Boyle Engineering of Santa Ana, California. The original date of completion was October 27, 1968. The contractor was delayed approximately 30 days due to rain. The road and bridge were opened to traffic on July 1, 1968 approximately 4 months ahead of schedule. V UI'IV 11.. DPOSI N: / ) i �; A FILE: !P /uca r Irksseph T DevlinS blic Director D /ldg CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 W. NEWPORT BOULEVARD T0: CITY CLERK DATE SEPTEMBER 7, 1967 ATTENTION: SUBJECT: CONTRACT 1096 - IMPROVEMENT OF JAMBOREE ROAD FROM FORD ROAD TO PALISADES ROAD WE ARE TRANSMITTING THE FOLLOWING: N0. COPIES DESCRIPTION CONTRACT DOCUMENTS AND CONSTRUCTION SPECIFICATIONS REMARKS: FOR YOUR FILES. AN.APPROVED SET OF CONSTRUCTION DRAWINGS IS ON FILE IN THIS OFFICE AND IS AVAILABLE FOR YOUR USE AS REQUIRED. COPIES TO: r BY: HUNTER T. COOK PROJECT ENGINEER 9 0 August 23, 1968 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: Attached for recordation is Notice of Completion of Public Works project consisting of Improvement of Jamboree Road from Ford Road to Palisades Road (Contract No. 1096) an which. Griffith Company was the contractor and The American Insurance Company was the surety. Please record and return to us. Very truly yours, Laura Lagios City Clerk City of Newport Beach ih Encl. Iz f' ORTIFICATE OF 1NSURANCIG TO: Name and Address of Insured City of Newport Beach GRIFFITH COMPANY City Hall 3300 West Newport Boulevard 611 SOUTH SHATTO PLACE Newport Beach, Califronia LOS ANGELES, CALIFORNIA 90005 COVERAGE COMPANY AND POLICY * EXPIRATION DATE LIMITS OF LIABILITY Workmen's Compensation Pacific Indemnit 7 -1 -69 WC— Statutory Employers Liability PEC 54200 EL- Unlimited in California Bodily Injury Property Damage * Comprehensive General Pacific Indemnit 7 -1 -69 $500,000 Per Uccurrence - Each Person Liability LAC 177900 Each Accident Combined Sing 'e Limit for Aggregate Bodily Injury & Property Dama e * 7 -1 -69 Comprehensive Automobile �� " Liability Insurance Each Person Each Accident Excess Liability Harbor Ins. Co. 7 -1 -69 $1,500,000 Per Occurrence - Insurance 103904 Combined Single Limit for Bodily Injury and Property Damage, excess over Pacific Indemnity Policy LAC 177900 *The City of Newport Beach is recogni ed as an additional insured but only as respects work performed by Griffith Company. * It is hereby understood and agreed that the policy to which this certificate refer3 may not be canc lied, materi lly changed, nor the amount of cover,aga thereof reduced nor the policy allowed to lapse Newport Beach, City Hall, Newport Beach, Califo nia, of a registered written notice of such cancellatio or reductior in coverage. RECFIVEQ Location: "114 Z 0 Ribb All operations of the insured Notice of Cancelation—In the event of cancelation or change in the above certified Coverages, RAxttM:mdeL1iox ad the undersignedXx give 1$ days written notice of cancelation or change to: will 30 See Above (See reverse side for additional provisions) FRED. S. JAMES & CO. This is to certify Coverage under the above policies. INSURANCE aROKER5 I 6- 25 -68 /st 625 ^put)t Kingsley Drive, Los Angeles 5, Calif. By April 8, 1968 TO: CITY COUNCIL /7/— FROM: Public Works Department SUBJECT: WIDENING OF JAMBOREE ROAD, FORD ROAD TO PALISADES ROAD (C -1096) DIS/P0,10ON: RECOMMENDATION: Relieve the contractor from maintaining and protecting the completed J portions of the project, excepting slope planting; and subject to the provisions of Section 7 -1.15 of the State Standard Specifications. DISCUSSION: With the exception of the bridge and the bridge approaches the subject pro- ject has been satisfactorily completed and has been opened to traffic. The contract date of completion is October 27, 1968, however, it appears that all work may be com- pleted by July 1, 1968: The City Standard Specifications require that until final acceptance by the Council, the contractor be responsible for maintenance and protection of the work from damage due to any cause. The State Division of Highway Standard Specifications, however, provide that if a substantial portion of the work is completed in all respects and open to use by the public, the contractor may be relieved from the obligation to protect and maintain that portion from damage caused by other than his acts. The contractor remains responsible for making good defective work or materials found at a later date, and for damage caused by his operations in the adjacent areas. The new standard specifications proposed for adoption throughout Southern California also contain a provision similar to that in the State Standards. The contractor has submitted a request for relief of maintenance, A copy of the letter of request is attached for reference. Inasmuch as the portions of the project involved have been satisfactorily completed and are in daily use by the general public, approval of the request is rec- c.ommended. eph � Devlin 1 i c W ks Director GPD:naj Att: .i GRIFFITH COMPANY CONTRACTORS 611 SOUTH SHATTO PLACE LOS ANGELES 5 DUNKIRK 7.3241 March 29, 1968 Mr. Joseph Devlin, Director of Public Works City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92660 Re: Jamboree Road, Ford Road to Palisades Road Gentlemen: Effective this date all work on the subject project, with the exception of Item 9., Slope Planting, has been completed between Ford Road and Station 164 +80, and between Station 176 +75 and Palisades Road. We respectfully request that we be granted relief from maintenance and responsibility for these portions of the roadway in accordance with the provisions of Section 7 -1.15 of the Standard Specifications. Very truly yours, GRIFFITH COMPANY G. P. Griffith District Manager GP G.ld cc: Mr. W. I. Gregory 19 1 . • • 10 March 25, 1968 H ..2, TO: CITY COUNCIL COUNCIL: FROM: Public Works Department n r.d p MSDnSITi(INt SUBJECT: JAMBOREE ROAD WIDENING, FORD ROAD TO PALISADES ROAD, (C -1096) U4 RECOMMENDATION: Confirm Public Works issuance of Change Order No. 6 in the amount of $558.37. DISCUSSION: The City's Standard Specifications require Council approval of all Change Orders in excess of $500.00. On Jamboree Road between Ford Road and Eastbluff Drive (North) the westerly median curb was designed to have the outer edge of the two foot gutter poured directly against a saw cut edge of the existing pavement. This design was recommended in order to preclude the need for a pavement patch. In order to provide a more satisfactory straight line to pour the gutter edge against, it was determined during construction that the saw cut edge should be moved three inches and the gutter width increased to twenty -seven inches. Change Order No. 6 was issued to cover the cost of widening the gutter three inches for the 4,500 foot length. seph 1 .\Devlin blic W ks Director D /ldg 6ERTIFICATE OF INSURANCI& T6. City of Newport Beach Name and Address of Insured City Hall GRIFFITH COMPANY 3300 West Newport Boulevard 611 SOUTH SHATTO PLACE Newport Beach, California LOS ANGELES, CALIFORNIA 90005 COVERAGE COMPANY AND POLICY * EXPIRATION DATE LIMITS OF LIABILITY Workmen's Compensation Pacific Indem 7 -1 -68 WC- Statutory Employers Liability PEC 52500 EL- Unlimited in California Bodily Injury Property Damage * 7 -1 -69 Each Person Comprehensive General Pacific Indemnit $500,000 Per Cccurrence - Liabiuty LAC 177900 Each Accident Combined Single Limit for Aggregate Bodily Injury and Property Damage 7 -1 -69 Comprehensive Automobile R Liability Insurance Each Person Each Accident Excess Liability Harbor Ins. Co. 7 -1 -69 $1,500;000 Per Occurrence - Insurance 103904 Combined Single Limit for Bodily Injury and Property Damage, excess over Pacific Indemnity Policy LAC 177900 * THE CITY OF NEWPORT BEACH is reccgnized as an 1dditional Insured but only as respects work performed hy GRIFFITH COMPANY., (Endorsement No. 3 under Pac' is Indemnity Pol icy LAC 17790 0) "It is hereby understood and agreed that the Policy to which this certificate re. rs may not be czncelled, mate ially changed, nor e policy allowed to lapse until ten (10) days after receipt by the City Clerk of the City of Ne ort Beach, City Hall, Newport Beach, California, of a registereIf written notice f such cancel ation or reduction in coverage." / ul/% 7 ✓s Location: Improvement of Jamboree Road fftm Ford Rdlad to Palisades Road Contract No. 1096 Notice of Cancelation —In the event of cancelation or change in the above certified CoveragesA *3M*% x dg the undersigned to give jQ days written notice of cancelation or change to: will 30 See Above (See reverse side for additional provisions) FRED. S. JAMES & CO. This is to certify Coverage under the above policies. INSURANCE BROKERS 625 u h IC3.ngs1 ve, Los Angeles 5, Calif. 10- 17- 67 /st� `�� n,p,AA�_�- _ -.___ = '\ sT i GRIFFITH COMPANY RESOLVED, that any one or more of the following officers of this Corporation: President, Vice President and Assistant to the President together with, when required, the Secretary or 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, notes, deeds, bonds, stocks and agreements of any nature or sort whatsoever. FURTHER RESOLVED, that any and all persona, firma, 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 such bids, authorizations, contracts, notes, deeds, bonds, stocks and agreements. 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 authorizations 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 Assistant Secretary of Griffith Company, a California corporation, a5d does hereby certify that the above is a full, true and correct copy of resolution passed by the Board of Directors of Griffith Company at a meeting thereof held on May 6, 1963, in accordance with the bylaws 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 19th day of October 19_x,. F. C. RODENBROCK Assistant Secretary October 23, 1967 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: IMPROVEMENT OF JAMBOREE ROAD FROM FORD ROAD TO PALISADES ROAD (C -1096) RECOMMENDATION: Approve Change Order Number 1 in the amount of approximately $1,500.00. DISCUSSION: The City of Newport Beach Standard Specifications require City Council approval of Change Orders in excess of $500.00. The industrial property easterly of Jamboree Road and northerly of the Aeronutronic plant is scheduled for development within the next few years. During design of the subject Jamboree Road project, it had been assumed that water for the pressure Zone II areas of the industrial site would be obtained from the easterly side near Mac Arthur Boulevard. It has now become apparent that it would be de- sirable to feeiZone II water from the westerly side also, providing two separate sources for the property. The work proposed under Change Order Number 1 would be installation of a 12 -inch valve and pipeline stub from the existing main in the center of the Jamboree - Eastbluff intersection to the easterly edge of the proposed pavement. Construction at this time would preclude the need for cutting the new pavement within a short time after completion of the widening project. Water main stubs for service to the Zone III areas of the site have already been constructed in conjunction with the development of Eastbluff. Sufficient funds are available in the Water Fund to cover the cost of this change. :naj Devlin ks Director �. tog � Approved by the City Council on the 14th day of August, 1967 ' Laura agios, ity Cler B 0 Y L E E N G I N E E R I N G Bakersfield San Diego Santa Ana Ventura '51- 0050 -01 -00 1 1:Zk x' � dt C .R Dwight VC. Schroeder, C.E. 8603 d&?v(�p qa7-'4�" Don R. Rooke, C. E. 7174 ' CONTRACT DOCUMENTS & CONSTRUCTION SPECIFICATIONS FOR JAMBOREE ROAD SELECT SYSTEM PROJECT NO. 69 AHFP PROJECT NO. 346 ' CONTRACT 1096 CITY OF NEWPORT BEACH ' Orange County, California ' September, 1967 Approved by the City Council on the 14th day of August, 1967 ' Laura agios, ity Cler B 0 Y L E E N G I N E E R I N G Bakersfield San Diego Santa Ana Ventura '51- 0050 -01 -00 1 1:Zk x' � dt C .R Dwight VC. Schroeder, C.E. 8603 d&?v(�p qa7-'4�" Don R. Rooke, C. E. 7174 a r M A S T E R T A B L E O F C O N T E N T S CONTRACT DOCUMENTS NOTICE INVITING SEALED BIDS PROPOSAL DESIGNATION OF SUBCONTRACTORS BID BOND LABOR AND MATERIAL BOND PERFORMANCE BOND NONCOLLUSION AFFIDAVIT BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY CONTRACT SPECIFICATIONS PART I SPECIAL PROVISIONS Page 1 -A (Sheet 1 of 3) CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City 1 ,Hall, Newport Beach, California, until 10:00 A.M., on the 19 day of September, 1967, at which time they will be opened and read, for performing work as follows: IMPROVEMENT OF JAMBOREE ROAD 1 FROM FORD ROAD TO PALISADES ROAD CONTRACT - 1096 No bid will be received unless it is made on a proposal form furnished by the Public Works Department. Each bid must be accompanied by cash, certified check or bidder's bond made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The documents included within the sealed bids which require completion and ' execution are the following: 1. - Proposal ' 2. Page 3 - Designation of Subcontractors 3. Page 4 - Bidder's Bond 4. Page 9 - Noncollusion Affidavit 5. Page 10 - ,'Contractor's Financial Status The documents shall be affixed with the appropriate signatures and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice - President and Secretary or Assistant Secretary are required and the Corporate Seal shall be affixed to all documents requiring signatures. In the case of a partnership, the signature of at least one general partner is required. All bids are to be compared on the basis of the Engineer's estimate. The estimated quantities are approximate only, being given solely as a basis for the comparison of bids. No bid will be accepted from a Contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of Business and Professions' Code. The Contractor shall state his license number and classification in the proposal. ' Plans, Special Provisions .and Contract Documents may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. A nonrefundable charge of $2.00 will be required ' for each set of plans, special provisions and contract documents for others than licensed contractors. It is requested that the plans and special provisions be returned within 2 weeks after the bid opening. A nonrefundable charge of $2.00 will be required for each set of City of Newport Beach Standard Specifications. ' The City of Newport Beach reserves the right to reject any or all bids and to waive any informality in such bids. Q Page 1 -B (Sheet 2 of 3) In accordance with the provisions of Section 1770 of the Labor Code, the City Council of the City of Newport Beach has vailing rate of per diem wages in the locality ascertained the general in which the work pre- is to be performed for each craft or type of workman or mechanic needed to execute the contract and has set forth these items in Resolution No. 6519• A copy of said Resolution is available in the office of the City Clerk in the City of Newport Beach. The following is the schedule of prevailing wage rates, 1966 -67, for a selective list of classifications. Together with the information included in Resolution No. 6519, this schedule is to be considered a part of these contract specifications. PREVAILING WAGE RATES - 1966 -67 Classification (Selective Listing) 5/1/66 511/67 ' Carpenters 4.83 Cement Mason Journeyman 4.60 4.84 Laborers General or Construction 3.70 3.85 ' Asphalt Raker & Ironer 3.91 4.06 Flagman 3.70 3.85 Guinea Chaser 3.78 3.93 Laying of all nonmetallic pipe 4.01 4.16 Tunnel Classifications Vibratorman, Jack Hammer, Pneumatic Tools, (except driller) 4.315 4.4445 Operating Engineers 7/1/66 7/1/6 Oiler and signalman (Group 1) 4.38 4.53 Skiploader (Less 3/4 yd.) (Group 2) 4.62 4.77 Rodman and Chainman (Group 3) 4.86 5.01 Instrumentman (Group 4) 4.97 5.12 Grade Checker (Group 5) 5.16 5.31 Pavement- breaker operator (Group 5) 5.16 5.31 Grade -all operator (Group 6) 5.26 5.41 Teamsters 5/1/66 5/1/6 Dump Truck Driver (Less than 4 yds) 4.35 4.50 Water Truck Driver (2500 gal. to 4000 gal.) 4.53 4.68 Building and Construction Trades Bricklayer & Stone Mason 5/1/66 5.15 5/1/6 5.15 Electrician /1/66 /1/67 Journeyman Wireman 6.11 6.55 i 4/28/66 Lather 4.765 Painters 7/1/66 7/1/6 Journeyman - spray 5.22 5.33 Pipe trades Plumber 5.55 5.64 Page 1 -C (Sheet 3 of 3) Any classification omitted herein shall be the prevailing craft rate. Overtime, Sunday and Holiday rates are at prevailing craft rates. CITY OF NEWPORT BEACH, CALIFORNIA Laura Lagios, City Clerk I CITY OF NEWPORT BEACH JAMBOREE ROAD SELECT SYSTEM PROJECT NO AHFP PROJECT NO. 346 CONTRACT 1096 To The City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California PROPOSAL Page 2 -A • (Sheet I of 9) M ' Gentlemen: Clearing and grubbing, includ- The undersigned declares that he has carefully examined the location of the ' work, read the hereby proposes Notice Inviting Bids, to furnish all labor, examined the materials, plans and specifications, and equipment, transportation and ' services required to do all the work to complete Contract 109 6 in accordance with the plans, the specifications of the City of Newport Beach, and the special provisions, and that he will take in full payment therefor the following unit prices for each item complete in place, to wit: $ 12,000.00 ' ITEM QUANTITY - ITEM DESCRIPTION UNIT 70TAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Clearing and grubbing, includ- Sum ing removal of undesirable material, complete in place for ' the lump sum price of @ Twelve Thousand Dollars _ and No Cents $ L. S. $ 12,000.00 2.1 6,000 L.F. Concrete curb and gutter, 6 -inc wi ` 2'0'' gutter, complete in place @ One Dollars and Sixty Cents $ 1.60 $ 9,600.00 're7-1 rneoot ' 2.2 91550 CQILC.rete curb and gutter, L.F. 6 -inch C.F. with 1'0'' gutter, complete in place @ One Dollars and Forty Cents $-L-110 $ 13.370.00 Per Linear Foot Page 2 -B (Sheet 2 of 9) ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3• 75,340 Roadway excavation, complete C.Y. in place ............ @ No Dollars and Seventy Cents $ 0.70 $ 52,738.00 ' Per Cubic Yard 4. 22,900 Borrow excavation, complete C.Y. in place r@ No Dollars and Eighty Cents $ 0.80 $ 18,320.00 ' Per Cubic Yard 5. 1,900 Select top soil for median, C.Y. complete in -place Two Dollars Dollars and ' No Cents $ 2.00 $ 3,800.00 Per Cubic Yard 6. 7,110 Imported aggregate base (Class Tons 3), complete in piece- - �a Two Dollars and Fifty Cents $ 2.50 $ 17,775.00 Per Ton 6.2 600 Imported aggregate subbase, ' Tons complete in place (a Two Dollars and Twenty Cents $ 2.20 $ 1,320.00 Per Ton 7. 6,250 Asphalt concrete, including ' Tons prime coat, tack coat and paint binder, complete in place @ Six Dollars and Seventy -five Cents $ 6.75 $ 42,187.50 Per Ton r • • Page .2 -C (Sheet 3 of 9) ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 8. 3,000 Miscellaneous asphalt, placing S.Y. complete in place @ Two Dollars and Fifty Cents $ 2.50 $ 7,500.00 Per Square Yard 9. 249,000 Slope planting, complete in S.F. place @ No Dollars and Eleven Cents $ 0.11`_ $ 27,390.00 Per Square Foot 10. 4 Settlement platforms, complete Each in place @ One hundred fifty Dollars --- ..__........_._._.._� and No Cents S150.00 $ 600.00 Each H. Lump Pervious sand blanket, complete Sum in place @ Ten thousand Dollars — ...... and No Cents $L.S. $ 10,000.00 12. 12 Adjust manhole frame and Gover Each to grade, complete in place @ Sixty Dollars and No Cents $60.00 $ 720.00 Each 13• 12 /kdjust water valve covers to' Each grade, complete in place-, @ Thirty Dollars and No Cents $30.00 $ 360.00 Each 2 14. Lump Relocate air vents fro Sum vaults, complete in place'' $L.S. $ 300.00 Three hundred Dollars and No Cents ,i • Page 2 -D (Sheet 4 of 9) ' ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 15. Lump Relocate two air -vac control Sum units, complete in place ' @ Two hundred Dollars and No Cents $L.S. $ 200.00 16. Lump Remove existing drainage Sum structures, complete in place One thousand @ three hundred ..Dollars L.S. 1,300.00 and No Cents $ $ 17• g00 1" x 6" redwood erosion pre- L.F. venters, complete in place @ No Dollars and Fifty Cents $0.50 $ 450.00 Per Linear Foot 18.1 Lump Traffic signal modifications Sum in intersection at Station ��Gt 117 +38, complete in place 1 @ -Six thousand - ---" Dollars and No Cents $L.S. $ 6,000.00 18.2 Lump Relocate traffic signal box Sum at Station 186 +30 ±, complete in place' @ One hundred Dollars and No Cents $L.S. $ 100.00 18.3 4 Install traffic signal pull ' Each boxes, complete in place @ Forty Dollars and No Cents $40.00 $ 160.00 Each 18.4 200 Install 2 -inch diameter rigid L.F. conduit for future traffic si nals, complete in place @ Three Dollars and ' Fifty Cents $ _3_5n $ 7nn_nn Per Linear Foot r• r� ITEM NO. QUANTITY AND UNIT • ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE Page 2 -E (Sheet 5 of 9) TOTAL PRICE 19• 560 1 -1/2 -inch PVC conduit, L.F. complete in place r @ Twn Dollars and No Cents $2 nn $ 1,12n r Per Linear Foot 20. 2,820 S.F. 3 -inch PCC pavement, complete in place @ tin Dollars and Cents $n Fn $ 1,41n-nn er Square Foot 21. 580 PCC curb Type B -3, complete in L.F. place @ One Dollars and No Cents $1 nn $ 58n on Per Linear Foot ... 22. Lump Drainage structures at Station Sum 96 +88, complete in place @ Adrg d Dollars and NG Cents $I q $ Ann nn 23. Lump Fill existing 36 -inch CMP Sum drain as specified, completej(�. in place C @ One Thousand One- Dollars Hundred and No Cents $L.S. $ 1,100.00 24. Lump '- Drainage structures at Station\ ., r Sum 155 +75, complete in place One Thousand Three Q@ Hundred Dollars r .... ... . No Cents $L.S. $ 1,300.00 25. Lump Drainage structures at Sum Station 164 +80, complete in place Two Thousand Two @ Hundred Dollars and No Cents $ L.S. $ 2,200.00 • Page 2 -F (Sheet 6 of 9) ITEM QUANTITY NO. AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 26. 407 18 -inch reinforced concrete 29 L.F. pipe 2000 -D, complete in 30 place 31 Ely @ Dollars and No Cents $18.00 $ 7.326.00 Per Linear Foot 3l Lump 18 -inch corrugated metal pipe Sum downdrain at Station 168 +96 to 169 +17, complete in place P Seven Hundred Dollars and Nn Cents Lump Drainage structures at Station Sum 176 +75, complete in place Two Thousand Two (@ Mundrpd Dollars and R 11 11 Nn Cents � l c > 2 2nn nn 412 24 -inch reinforced concrete L.F. pipe 1500 -D, complete in place @ Sixtppn Dollars and Nn Cents $ifi on $ 599.01) Per Linear Foot Lump Drainage structures at Station Sum C 180 +21 ±, complete in place One Thousand Five -... Hundred .....-- -D61lars and —.Nn Cents $ Lump Junction chamber Station Sum 184 +21 ±, complete in place P° liv Hli2rpd Fif}x, Dollars and Nn Cents 155 21 -inch reinforced concrete L.F. pipe, complete in place @ FeurkeQa Dollars and No Cents Per Linear Foot 11 11 1 11 28 29 30 31 32 Lump 18 -inch corrugated metal pipe Sum downdrain at Station 168 +96 to 169 +17, complete in place P Seven Hundred Dollars and Nn Cents Lump Drainage structures at Station Sum 176 +75, complete in place Two Thousand Two (@ Mundrpd Dollars and R 11 11 Nn Cents � l c > 2 2nn nn 412 24 -inch reinforced concrete L.F. pipe 1500 -D, complete in place @ Sixtppn Dollars and Nn Cents $ifi on $ 599.01) Per Linear Foot Lump Drainage structures at Station Sum C 180 +21 ±, complete in place One Thousand Five -... Hundred .....-- -D61lars and —.Nn Cents $ Lump Junction chamber Station Sum 184 +21 ±, complete in place P° liv Hli2rpd Fif}x, Dollars and Nn Cents 155 21 -inch reinforced concrete L.F. pipe, complete in place @ FeurkeQa Dollars and No Cents Per Linear Foot 11 11 1 11 ITEM 33 34. 35 36 37• . 1H 0 • QUANTITY AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS Lump Junction chamber at Station Sum 185 +79, complete in place r +luadred Dollars and and No Cents Lump Metal beam guard railing in- Sum cluding removal and reuse of complete in place existing railing, complete in place No Cents @ Si,r Hundred Fifty Dollars Sum San Diego Creek complete in and place No Cents 3,600 Furnish Type I prestressed L.F. concrete piling complete in place C@ Fiaht Dollars Page 2 -G (Sheet 7 of 9) UNIT TOTAL PRICE PRICE $1 -S_ $_ 400.00 650.00 $ 8.00 $ 28,800.00 $ 520.00 $ 33,280.00 $ L.S. $ 89,000.00 . L.S. $ 3,000.00 No Lents Per Linear Foot 64 Drive prestressed concrete Each piling complete in place. c@ Five Hundred Twenty Dollars and No Cents Each Lump Reinforced concrete bridge Sum structure including wing walls, barrier rails and railing complete in place @' Eighty-Nine Thousand Dollars and No Cents Lump Restore water passageway at Sum San Diego Creek complete in place P Three Thousand Dollars and No Cents Page 2 -G (Sheet 7 of 9) UNIT TOTAL PRICE PRICE $1 -S_ $_ 400.00 650.00 $ 8.00 $ 28,800.00 $ 520.00 $ 33,280.00 $ L.S. $ 89,000.00 . L.S. $ 3,000.00 Page 2 -H ,' , • (Sheet 8 of 9) ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE. PRICE ' 39• 145 15 -inch corrugated metal L.F. pipe, complete in place Cd Fifteen Dollars and No Cents $ 15.00 $ 22175.00 Per Linear Foot TOTAL SUM OF BID. FONr•Hendred.Thinteep Thousand.Six.Hundred Forty -Three .DQ1]ars,and,Fjfty,Cgnts, , , , . .. (Words). $ 413.643.50 1 (Figures) All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this proposal are ' approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Sunday, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California , providing for the registration of contractors, License No. 32168 Classification A, SC12, B1, C10 [j �' • • Page 2-1 ' (Sheet 9 of 9) Accompanying this proposal is Bidder's Bond (Cash, certified check, cashier's check ' or bond ) in an amount not less than 10% of the total bid price. ' The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self - insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. KI 9 -2291 GRIFFITH COMPANY ' Phone Number Bidder's Name (SEAL) September 19, 1967 (s) Ben P. Griffith Ben P. Griffith Date Authorized Signature PVesident P. 0. Box 395 (s) F. C. Rodenbrock Asst. Secretary Authorized Signature ' rncta Mesa, California 92627 CORPORATION Bidder's Address Type of Organization ' (Individual, Corporation, Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: ' Ron P. rriffith Prpcidpnt 1001 Linda Flora Dr,Los Anoeles,Calif 90049 W R Miramc virp Prpcidpnt & Secy. 241 Via Genoa Newport Beach,Cal. 92660 r F Rppc Vinp Prpcidpnt w Treas. 204 N. Hillcrest BI.,Inolewood,CA1.9030I O F PprChpr virp Prpcidpnt- Constr. 2921 Illinois Ave.,South Gate,Cal. 90280 Thelma M. Barnes Asst. to President 401 S. Burnside Ave.,Los Angeles,Cal.90036 W. I. Gregory,Jr. Contract Officer -Asst Secy 4535 Carpenter Ave.,N.Hollywood,Cal 91607 F. C. Rodenbrock Asst. Secretary 512 S. Hobart Blvd., Los Angeles,Cal.90005 L. W. Bunch Asst. Treasurer 411 Osborn, West Covina,Cal. 91790 I I 1 i 1 1 1 I • • DESIGNATION OF SUBCONTRACTOR Page 3 The undersigned certifies that he has used the subbids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the City Council of the City of Newport Beach. ITEM OF WORK SUBCONTRACTOR ADDRESS I. Concrete lPitnwski R Marka4 Santa Ana 2. clone^ Planting Chawn rn Anaheim 3• ctnrm Drain ail]PC -Caryl Congt Newport 4. FlPrtrical ctainy P. Mitchell Los 1ingoles 5• Piling Marrn paramount raj 6. Griffith Company Bidder's Name (s) Ben P. Griffith President Authorized Signature Ben P. Griffith Corporation Type of Organization (Individual, C(5- Partnership or Corporation) P. 0. Box 395 Costa Mesa. California 92627 Address NOTE: Immediately after bid opening Griffith (Reg) informed me Davis was concrete Sub vice J & M which was erroneously listed. HTC 9/19/67 "FOR ORIIf AL COPY SEE CITY CLERK'S FILE . W" Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, GRIFFITH COMPANY , as Principal, and THE AMERICAN INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten amount bid in percent of the total / Dollars ($ 10% of Bid ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. ' THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above- bounden principal for the construction of improvement of Jamboree Road from Ford Road to Palisades Road; Contract 1096 in the City of Newport Beach, if accepted by the City Council of said City, and if the above - bounden Principal shall duly enter into and execute a contract for such construction and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday and Sunday) from the date of the mailing of a notice to the above -- bounden Principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. 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, We hereunto set out hands and seals this 19th day of September , 1967• Corporate Seal (If Corporation) GRIFFITH COMPANY Principal (Attach Acknowledgement of (s) Ben P. Griffith Attorney in Fact) Ben P. Griffith President Attached to original THE AMERICAN INSURANCE COMPANY Surety By (c) R. .1_ Roltnn Title R. ,1_ Rnitnn Premium included in Attorney -in -fact Page 5 LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, THAT I I WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted October 9, 1967 has awarded to Griffith Company hereinafter designated as the "Principal ", a contract for improvement of Jamboree Road from Ford Road to Palisades Road - Contract 1096 in the City of Newport Beach, in strict conformity with the drawings and specifi- cations and other contract documents on file in the office of the City Clerk. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, provid- ' ing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon, for or about the 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 GRIFFITH COMPANY as Principal, hereinafter designated as the Contractor and THE AMERICAN INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of Two- Hundred- Six - Thousand, Eight- Hundred- Twenty -One & - - - - - - - - - - 75/100 - Dollars ($ 206,821.75 ), said sum being one -half of the estimated amount payable by the City of Newport Beach under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors or 1 assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or his sub- contractors, fail to pay for any materials, provisions, provender or other supplies, or teams, used in, upon, for or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the court, as required by the provisions of Section 4204 of the Government Code of the State of California. I I r 1 i i 1 1 0 Page 6 This bond shall inure to the benefit of any'and all persons, companies and corpor- ationsentitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond, as required by the provisions of Section 4205 of the Government Code of the State of California. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contractor or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 19th day of October , 1967. GRIFFITH COMPANY (Seal) (Seal) zor J. f. PORCHER T (Seal) Contractor THEJM. RTVI INSURANCE COMPANY (Seal) Approved as to form: P 71 Ci V Attor This bond was approved by the City Council of the City of Newport Beach by Motion on Date Attest: City Clerk (Seal) SCLTON 4i5: ::' in -_ _ �- (Sea) Surety x�J of CB1iiO•Trt�ll ty of Ips "moo sss: On October 19, 1967 , before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared 8. J BOLTON known to me to be Attorney -in -Fact of THE MAERIMI MSURANICC COiAPANY the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of the said Corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my Aand and affixed my official seal, the day and year stated in this certificate above. r OFFICIAL SEAL �J JAN 14 1968 Commission E M. S. BYBEE 0 xpires ' •' - NOTARY PUBLIC - CALIFORNIA ? Notary PRINCIPAL OFFICE IN LOS ANGELES COUNTY i i i i i i i i i 0 • Page 7 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, that WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted October 9, 1967 has awarded to GRIFFITH COMPANY , hereinafter designated as the "Principal ", a contract for Imorovement of Jamboree Read from Ford-Road to Palisades Road - Contract 1096 in the City of Newport Beach, in strict conformity with the drawings and specifi- cations and other contract documents now on file in the office of the City Clerk of the City of Newport Beach. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing a bond for the Faithful Performance of said contract; NOW, THEREFORE, WE, GRIFFITH COMPANY as Principal, hereinafter designated as the "Contractor ", and THE AMERICAN INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of Two-Hundred-Six-Thousand, Eight- Hundred- Twenty -One & - - - - - - - - - 75/100 - - Dollars ($ 206,821.75 ), said sum being equal to 50% of the estimated amount of the contract, to be paid to the said city or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above - bounden Principal, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. 0 • Page 8 (Performance Bond - Continued) And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the con- tract or to the work or to the specifications. In the event that any Principal above named executed this bond as an individual, it is agreed that the death on 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. 19th day of October , 1967. COMPANY (Seal ) r nGRRIIFFFI/ITTH Sl�jJ�/ yG' .��` (Sea I ) J. F. PORCHER -PRE IDS ENT (Seal) Contractor THE AMERMO INSURANCE COMPANY_ ,. (Sea]) ... _.. (Seal ) dilea l ) Surety Approved as to form]: C i ty At� f ney 6 rye l� 1 State of ca.0 brni County of Ioe �e�Bss' On October 19, 1967 , before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared a, J. EACLTON known to me to be Attorney -in -Fact of THE A"'ERT ." COMPANY the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year stated in this certificate above. OFFICIAL SEAL JAN 14 1968 € _ My Commission Expires _ M. S. BYBEE _ 12$86 NOTARY VULLIC - CALIFORNIA PRINCIPAL OFFICE IN LOS ANGELES COUNTY r i i i i i I i I i i Page 9 NONCOLLUSION AFFIDAVIT The Bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such City of Newport Beach whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulation of which prohibit or prevent the Contractor from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which pre- vent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no inducement or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. GRIFFITH COMPANY (s) Ben P. Griffith President (s) F.C. Rodenbrock Asst. Secretary Subscribed and sworn to before me by Ben P. Griffith F. C. Rodenbrock This 19th day of September 1967. My Commission Expires: My Commission Expires August 21, 1978(s)Elsa Bergstrom Notary Public Elsa Bergstrom "FOR 00NAL SEE CITY CLERK'S FILE" • BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY TECHNICAL ABILITY AND EXPERIENCE Page 10 (The Bidder is required to state what work of a similar character to that included in the proposed contract he has successfully performed and give reference which will enable the City Council to Judge his responsibility, experience, skill and business standing.) The undersigned submits herewith a statement of his financial responsibility. The undersigned submits below a statement of the work of similar character to that included in the proposed contract which he has successfully performed. Griffith Company (s) Ben P. Griffith Signed Ben P. Griffith President Page 11 C O N T R A C T THIS AGREEMENT, made and entered into this ;Z 3-0 day of t&Z�, 1967, by and between the City of Newport Beach, California, hereinafter designated as the City, party of the first part, and GRIFFITH COMPANY hereinafter designated as the Contractor, party of the second part. WITNESSETH: that the parties hereto do mutually agree as follows; 1 1. For and in consideration of the payments and agreements hereinafter men- tioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of Improvement of Jamboree Road from Ford Rodd to Palisades Road - Contract 1096 and to perform and complete in a good and workmanlike manner all the work pertain- ing thereto shown on the plans and specifications therefor; to furnish at his own proper cost and expense all tools, equipment, labor and materials necessary there- for, (except such materials, if any, as in the said specifications are stipulated to be furnished by the City), and to do everything required by this agreement and the said plans and specifications. 2. For furnishing all said materials and labor, tools and equipment, and doing all the work contemplated and embraced in this agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulites which may arise or be encountered in the prosecution of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension of discontinuance of work, except such as in said specifications are expressly stipulated to be borne by the City; and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the said plans and specifications, the City will pay and the Contractor shall receive in full compensation therefor the lump sum price, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the specifications, named in the bidding sheet of the proposal, as the case may be. 3• The City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to for the price aforesaid, and hereby contracts to pay the same at the time, in the manner and upon the conditions set forth in the specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. 1 r 1 1 i i i i r • Page 12 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the plans and specifications, and all amendments thereof, when approved by the parties hereto, or when required by the City in accordance with the provisions of the plans and specifications, are hereby incorporated in and made part of this agreement. 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the Director of Public Works, and their officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from the performance of the contract or work, regardless of responsibility for negligence; and from any and all claims, loss, damage, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. ATTEST: City CleYk Approved as to form: 7✓, dr City Vorney CITY OF N C C FORNIA By May GRIFFITH COMPANY Contractor (Sea l ) By�Ag� R '_� J. F. PORCHER VICE - PRESIDENT Title F. C. RODE'NBROCK A55 T. SECRETARY Title I N D E X PART I - SPECIAL PROVISIONS PAGE SECTION I - SPECIFICATIONS I 1 -1 GENERAL 1 SECTION 2 - DRAWINGS 1 2 -1 GENERAL 1 SECTION 3 - LOCATION AND SCOPE OF WORK 1 3 -1 GENERAL I SECTION 4 - TIME OF COMPLETION 2 4 -1 GENERAL 2 SECTION 5 - PAYMENT 2 5 -1 GENERAL 2 SECTION 6 - CLEARING AND GRUBBING 2 6 -1 GENERAL 2 6 -2 AREAS TO BE CLEARED AND GRUBBED 3 6 -3 MISCELLANEOUS SIGNS AND TRAFFIC MARKERS 3 6 -4 EXISTING CURB AND GUTTER 3 6 -5 PAYMENT 3 SECTION 7 - EARTHWORK 3 7 -1 GENERAL 3 7 -2 ROADWAY EXCAVATION 3 7 -3 STRUCTURE EXCAVATION 5 7 -4 STANDARD EMBANKMENTS 5 7 -5 SPECIAL EMBANKMENTS 6 7 -6 BORROW EXCAVATION 7 7 -7 STRUCTURE BACKFILL 7 7 -8 MEASUREMENT AND PAYMENT 7 SECTION 8 - PERVIOUS SAND BLANKET 8 8 -1 GENERAL 8 8 -2 SOURCE 8 8 -3 GRADATION 8 8 -4 MEASUREMENT AND PAYMENT 8 SECTION 9 - SELECT TOP SOIL 9 9 -1 GENERAL 9 9 -2 MEASUREMENT AND PAYMENT 9 Part I - Special Provisions Index - 1 • • PART I - SPECIAL PROVISIONS INDEX - Continued PAGE SECTION 10 - WATER 9 10 -1 GENERAL 9 SECTION 11 - SUBGRADE PREPARATION 9 11 -1 GENERAL 9 SECTION 12 - AGGREGATE BASE 10 12 -1 GENERAL 10 SECTION 13 - AGGREGATE SUBBASE 10 13 -1 GENERAL 10 13 -2 SUBBASE MATERIALS 11 13 -3 PLACING 11 13 -4 MEASUREMENT AND PAYMENT 11 SECTION 14 - EROSION PREVENTERS 11 14 -1 GENERAL 11 SECTION 15 - ASPHALT PAVING 12 15 -1 GENERAL 12 15 -2 ASPHALT CONCRETE ON AGGREGATE BASE 12 15 -3 1 -1/2 INCH ASPHALT CONCRETE PAVING ON SHOULDERS 12 15-4 MISCELLANEOUS ASPHALT 12 15 -5 HEADERS 13 15 -6 MEASUREMENT AND PAYMENT 13 SECTION 16 - PORTLAND CEMENT CONCRETE 13 16 -1 GENERAL 13 SECTION 17 - REINFORCING STEEL 14 17 -1 GENERAL 14 17 -2 MEASUREMENT AND PAYMENT 14 SECTION 18 - CONCRETE STRUCTURES 14 18 -1 GENERAL 14 18 -2 MEASUREMENT AND PAYMENT 14 SECTION 19 - PRESTRESSED CONCRETE PILING 14 19 -1 GENERAL 14 19-2 TEST PILES 15 19 -3 BEARING VALUE 15 19 -4 MEASUREMENT AND PAYMENT 15 Part I - Special Provisions Index - 2 ' Part I - Special Provisions Index - 3 ' PART I - SPECIAL PROVISIONS INDEX - Continued PAGE SECTION 20 - BARRIER RAILINGS 15 20 -1 GENERAL 15 20 -2 MEASUREMENT AND PAYMENT 16 ' SECTION 21 - WORK AREA AND MAINTENANCE OF WATER PASSAGEWAY 16 21 -1 GENERAL 16 21 -2 WORK AREA ON EXISTING PARALLEL BRIDGE 16 SOILS AND 17 SECTION 22 - MATERIAL REPORT 22 -1 GENERAL 17 ' 22 -2 OTHER AVAILABLE INFORMATION 17 SECTION 23 - CONCRETE CURBS AND GUTTERS AND PORTLAND CEMENT CONCRETE PAVEMENT 17 23 -1 GENERAL 17 23 -2 MEDIAN CURBS AND GUTTERS IN JAMBOREE ROAD 17 23 -2.1 WEST MEDIAN CURB AND GUTTER (LEFT OF CENTERLINE) 17 23 -2.2 WEST MEDIAN CURB AND GUTTER (LEFT OF CENTERLINE) 18 23 -2.3 EAST MEDIAN CURB AND GUTTER 18 23 -2.3.1 STATION 94 +89.50 TO STATION 98+91.01 AND STATION 183 +25 TO STATION 184 +13 18 23 -2.3.2 STATION 98+91.01 TO STATION 156 +41.50 18 23 -2.3.3 STATION 157 +25.50 TO STATION 165 +00 AND STATION 176 +50 TO STATION 183 +25 AND STATION 184 +13 ' TO STATION 186 +35 19 23-3 23 -4 CONCRETE CURB TYPE B -3 3 -INCH PORTLAND CEMENT CONCRETE PAVEMENT 19 19 23 -5 MEASUREMENT AND PAYMENT 19 ' SECTION 24 - CROSS SECTIONS 20 24 -1 GENERAL 20 SECTION 25 - TRAFFIC CONTROL 20 25 -1 GENERAL 20 25 -2 BRIDGE DETOUR 21 25 -3 FORD PLANT ENTRANCE 21 25-4 COMPENSATION 21 ' SECTION 26 COORDINATION OF - WORK 21 26 -1 GENERAL 21 ' Part I - Special Provisions Index - 3 1 1 0 PART I - SPECIAL PROVISIONS INDEX - Continued 26 -1.1 STATION 98+91.01 - 131 +20 26 -1.2 STATION 131 +20 - 151 +00 26 -1.3 STATION 151 +00 - 165 +00 11 26 -2 PROTECTION OF UNDERGROUND UTILITIES SECTION 27 - CONSTRUCTION STAKING 27 -1 GENERAL SECTION 28 - FENCE REMOVAL ' 28 -1 GENERAL SECTION 29 - STORM DRAINS AND DRAINAGE STRUCTURES I 1 I 11 1 1 29 -1 GENERAL 29-2 TRENCHING AND EXCAVATION 29 -3 ASBESTOS- CEMENT STORM DRAIN PIPE OPTION 29 -4 INSTALLATION OF 15 -INCH CORRUGATED METAL PIPE (CMP) 29-5 MEASUREMENT AND PAYMENT 29 -5.1 STATION 96 +88 29 -5.2 STATION 155 +75 29 -5.3 STATION 164 +80 29 -5.4 STATION 165+60 29 -5.5 STATION 168+91 TO STATION 169+17 29 -5.6 STATION 176 +75 29-5.7 STATION 180 +87 29 -5.8 STATION 184 +21 29-5.9 STATION 185 +79 SECTION 30 - REMOVE EXISTING DRAINAGE STRUCTURES 30 -1 GENERAL 30 -2 DESCRIPTION OF ITEMS TO BE REMOVED 30 -3 PAYMENT SECTION 31 - SALVAGE 31 -1 GENERAL SECTION 32 - FILL 36 -INCH CORRUGATED METAL PIPE DRAIN 32 -1 GENERAL 32 -2 METHOD 32 -3 PAYMENT SECTION 33 - METAL BEAM GUARD RAILING 33 -1 GENERAL PAGE 22 22 22 23 23 23 23 23 24 24 24 24 25 25 25 25 26 26 26 26 26 26 26 26 26 27 27 27 27 28 28 28 28 Part I - Special Provisions Index - 4 PART I - SPECIAL PROVISIONS INDEX - Continued PAG E SECTION 34 - RELOCATE VENT LINES 29 34 -1 GENERAL 29 34 -2 PAYMENT 29 SECTION 35 - RELOCATE AIR -VAC UNITS 29 35-1 GENERAL 29 35 -2 PAYMENT 29 SECTION 36 - ELECTRICAL 29 36 -1 SCOPE 29 36 -2 STANDARDS 30 36 -3 BREAKDOWN OF BID 30 36 -4 PAYMENT 30 SECTION 37 - SETTLEMENT PLATFORMS 30 37 -1 GENERAL 30 37 -2 PAYMENT 30 SECTION 38 - SLOPE PLANTING 30 38 -1 GENERAL 30 38 -2 SLOPES TO BE PLANTED 31 38 -2.1 FORD ROAD TO NORTH EASTBLUFF DRIVE 31 38 -2.2 NORTH EASTBLUFF DRIVE TO PALISADES ROAD 31 38 -3 MEASUREMENT AND PAYMENT 31 SECTION 39 - STANDARD DRAWINGS 32 39 -1 GENERAL 32 Part I - Special Provisions Index - 5 CITY OF NEWPORT BEACH ORANGE COUNTY, CALIFORNIA 3-1 GENERAL The work to be constructed under this contract is the improvement of Jamboree Road approximately 9,200 feet in length located in the City of Newport Beach between Ford Road and Palisades Road. The work to be done consists of clearing and grubbing, grading, removal of existing pavement and base, construction of concrete curb and gutter, construction of variable pavement and base sections, a traffic signal system modification, miscellaneous drainage, construction of a two lane reinforced concrete bridge on precast concrete piling and other appurtenant work as necessary to complete the work as shown on the plans and as included in these specifications. 1 I1 Special Provisions - 1 JAMBOREE ROAD SELECT SYSTEM PROJECT NO. 69 AHFP PROJECT NO. 346 CONTRACT 1096 SPECIAL PROVISIONS SECTION 1 SPECIFICATIONS 1 -1 GENERAL ' All work shall be done in accordance with the City of Newport Beach, Public Works Department, standard specifications dated November 27, 1961, the applicable pro- visions in the California State Standard Specifications dated July, 1964, except- , ing the provisions pertaining to measurement and payment,and these special provisions. SECTION 2 DRAWINGS 2 -1 GENERAL The for bidding complete set of plans and construction consists of the following: Drawing No. R- 5085 -5, Sheets 1 through 26 SECTION 3 LOCATION AND SCOPE OF WORK 3-1 GENERAL The work to be constructed under this contract is the improvement of Jamboree Road approximately 9,200 feet in length located in the City of Newport Beach between Ford Road and Palisades Road. The work to be done consists of clearing and grubbing, grading, removal of existing pavement and base, construction of concrete curb and gutter, construction of variable pavement and base sections, a traffic signal system modification, miscellaneous drainage, construction of a two lane reinforced concrete bridge on precast concrete piling and other appurtenant work as necessary to complete the work as shown on the plans and as included in these specifications. 1 I1 Special Provisions - 1 CLEARING AND GRUBBING 6 -1 GENERAL ' All materials resulting from clearing and grubbing operations, except traffic signs and markers and metal fence posts and braces, become property of the Contractor, and the Contractor shall dispose of same in the following manner. a. All combustible material such as trees, stumps, roots, scrap lumber and timber shall be burned at an approved location or shall be disposed of by hauling to an approved dump. b. All steel wire, scrap pipe, miscellaneous scrap metal, rocks and broken concrete shall be disposed of by hauling to an approved dump. SECTION 4 c. Grass and roots mixed with soil together with broken asphalt TIME OF COMPLETION asphalt larger than 0.67 feet in any one dimension, may be end 4 -1 GENERAL dumped in the disposal area designated on Sheet No. 11 of the All items of work shown on the plans, described in these special provisions and materials in the designated area subject to inspection. The listed as items in the bid proposal shall be completed in 365 CONSECUTIVE CALENDAR DAYS from the date of the notice to proceed. Contractor shall complete all materials dumped in this area shall be removed by the Contractor work between Ford Road and North Eastbluff Drive within 90 CALENDAR DAYS from the day Contractor commences excavation for median curbs or pavement widening. SECTION 5 Special kovisions - 2 PAYMENT 5 -1 GENERAL The prices bid for the various items of work shall, unless otherwise stated, include full compensation for all labor, materials, tools, equipment and incidentals necessary to the completed work. Compensation for work shown on the ' plans and described in the specifications, but not separately provided for in the bid proposal, shall be included in the prices bid for the various items of work listed in the bid proposal. SECTION 6 CLEARING AND GRUBBING 6 -1 GENERAL ' All materials resulting from clearing and grubbing operations, except traffic signs and markers and metal fence posts and braces, become property of the Contractor, and the Contractor shall dispose of same in the following manner. a. All combustible material such as trees, stumps, roots, scrap lumber and timber shall be burned at an approved location or shall be disposed of by hauling to an approved dump. b. All steel wire, scrap pipe, miscellaneous scrap metal, rocks and broken concrete shall be disposed of by hauling to an approved dump. c. Grass and roots mixed with soil together with broken asphalt from the clearing and grubbing operation, containing no chunks of asphalt larger than 0.67 feet in any one dimension, may be end dumped in the disposal area designated on Sheet No. 11 of the plans. The property owner has authorized the disposal of these materials in the designated area subject to inspection. The Contractor shall blade the area to a reasonably smooth surface sloped to drain before contract is completed. Any objectionable materials dumped in this area shall be removed by the Contractor at his own expense. After clearing and grubbing is completed, the Contractor shall not dump any material in the designated area without prior permission of the City. Special kovisions - 2 Excavation quantities will include all material regardless of classification, occurring between the existing paved or ground surface and the grading planes required to construct the improvements according to plans or as directed except that excavation required for median concrete curbs and gutters will not be included in roadway excavation. 1 Special Provisions - 3 1 6 -2 AREAS TO BE CLEARED AND GRUBBED Areas to be cleared and grubbed shall include all unimproved areas within the right of way where plans indicate work to be performed, and shall also include the ground surface of areas to be excavated beyond the right of way, ' including borrow sites and the foundation areas of compacted embankments beyond the right of way as shown on the plans. 1 6 -3 MISCELLANEOUS SIGNS AND TRAFFIC MARKERS All signs within the right of way belonging to private parties will be removed and relocated by others. All traffic signs and markers, that interfere with the work in this contract, whether shown on plans or not, shall be removed by Con- tractor, salvaged and delivered to the City Corporation Yard, located at 592 Superior Avenue, Newport Beach, California. All contractors expense in 1 connection with these traffic signs and markers shall be included in the contract lump sum price bid for clearing and grubbing. 1 6 -4 EXISTING CURB AND GUTTER The removal and disposal of existing concrete median curb and gutter, northerly of Station 94 + 89.50, is included as part of clearing and grubbing. 6 -5 PAYMENT The contract lump sum item for clearing and grubbing shall constitute full compensation to Contractor for all the above described work including the removal of fences as described in the fencing section of these special provisions, and the removal of the abandoned 2 -inch water line in the vicinity 1 of Station 167 +00. SECTION 7 EARTHWORK 7 -1 GENERAL Earthwork shall conform to Section 10 of the City Standard Specifications and these special provisions. 7-2 ROADWAY EXCAVATION 1 It is estimated that 75,340 cubic yards of soil, existing asphalt concrete and aggregate base must be excavated to construct the road improvements as shown on typical sections and to produce the lines and grades easterly of the 1 Jamboree Road right of way from Station 130 +00 to Station 149 +00 and from Station 177 +00 to Station 183 +25 as shown on the plans. Excavation quantities will include all material regardless of classification, occurring between the existing paved or ground surface and the grading planes required to construct the improvements according to plans or as directed except that excavation required for median concrete curbs and gutters will not be included in roadway excavation. 1 Special Provisions - 3 1 c. Broken asphalt shall not be placed closer than 6 feet from the top of any compacted embankment, nor closer than 6 feet from the exposed face of any fill, nor closer than 6 feet from drainage structures required to be constructed under this contract. Aggregate base removed in roadway excavation may be disposed of in any compacted embankment subject to meeting specifications for compaction but shall be placed no closer than 2 feet from the exposed face of any fill slope. ' Special Provisions - 4 tIncluded in roadway excavation are the following special items: a. Removal of old asphalt concrete and aggregate base, generally 3 -inch asphalt concrete on 8 -inch aggregate base where existing' between median curbs. Quantity will be measured from the top of pavement to bottom of aggregate base times width of structural pavement removed. b. Excavation for pavement widening. Quantity will be measured from existing ground surface to the grading plane and to neat width of the aggregate base course as shown on plans or as directed. c. Excavation of the existing dike and temporary haul road easterly of Jamboree Road between Station 162 +00 and 168 +75 and grading a drainage ditch along the toe of the embankment shall be included as roadway excavation. Quantity for payment will be computed by i the method of average end areas from cross sections prepared by 'the Engineer. d. Excavation of the stilling basin at the south end of existing 15- inch CMP drain as shown on Sheet 10 of the plans will be included as a part of roadway excavation. A quantity of 20 cubic yards of roadway excavation will be allowed for this item. Existing asphalt concrete pavement on aggregate base, required to be removed as roadway excavation, is herein defined as structural pavement. The asphalt concrete pavement removed as roadway excavation shall become property of the Contractor and shall be disposed of at Contractor's expense. The Contractor, at his option, may dispose of asphalt concrete pavement from roadway excavation 1 within compacted embankments between Station 160 +50 and Station 168 +65, or as otherwise approved by the City, subject to the following conditions: I a. Waste asphalt concrete pavement shall be broken up such that no single piece of asphalt concrete exceeds 2.0 feet in any dimension. jb. Material shall be placed according to Section 19 -6 of the State Standard Specifications in horizontal layers not exceeding 1 -1/2 foot in thickness. It shall be covered by not less than two 8 -inch layers of compacted fill soil before placing another layer of broken asphalt. 1 c. Broken asphalt shall not be placed closer than 6 feet from the top of any compacted embankment, nor closer than 6 feet from the exposed face of any fill, nor closer than 6 feet from drainage structures required to be constructed under this contract. Aggregate base removed in roadway excavation may be disposed of in any compacted embankment subject to meeting specifications for compaction but shall be placed no closer than 2 feet from the exposed face of any fill slope. ' Special Provisions - 4 1J Special Provisions - 5 1 Miscellaneous asphalt surfaces other than structural pavement, include oil cake and asphalt surfacing on native soil including existing asphalt surfaced drainage ditches. Where encountered above the grading plane, these materials will be removed and paid for as roadway excavation. In locations such as between median curbs and in shoulder areas where these miscellaneous asphalt surfaces must be removed before placing fill, constructing new asphalt concrete drainage ditches or placing 1 -1/2 -inch asphalt concrete shoulder paving, such existing asphalt surfaces regardless of thickness or extent must be removed by Contractor and disposed of. When fill more than 3 feet in depth is to be placed above such asphalt surfaces, they need not be removed, but if left in place they must be scarified and compacted to specification requirements before placing the first layer of new fill. No payment will be made for the removal or disposal of these miscellaneous asphalt surfaces where required by this section. All Contractor's costs for removing or scarifying and compacting miscellaneous asphalt surfaces shall be included in the contract price bid for the item which necessitates the removal or scarifying and compacting in place of such miscellaneous asphalt surfaces. Wherever miscellaneous asphalt surfaces must be removed, the mixture, of asphalt and soil may be disposed of in fills in the same location and in the same manner as specified for excavated asphalt concrete pavement. 7-3 STRUCTURE EXCAVATION Excavation for drainage structures, pipes or other bid items requiring excavation, will not be paid for as roadway excavation. The Contractor shall include all costs of structure excavation in the unit or lump sum price bid for the applicable structure. 1 7 -4 STANDARD EMBANKMENTS When clearing and grubbing is completed, the foundation areas of compacted embankments shall be scarified to a depth of 6 inches and compacted to 90% relative compaction; each successive layer of compacted material shall be com- pacted to 90% of relative compaction in lieu of the 95% relative compaction required by Section 19 -6.02 of the State Standard Specifications. Relative compaction as used in this specification refers to Test Method No. California 216 referred to in Section 19 -1.01 of the State Standard Specifications. . Prior to placing new fill adjacent to existing slopes, Contractor shall cut into the slopes a minimum of 6 feet horizontally in conformance with Section.19 -6.01 of the State Standard Specifications. Contractor may bench wider than 6 feet if approved by the City. Width of bench at top 6 feet of embankments shall be 1 reduced as necessary to protect existing paved surfaces and the existing 18 -inch water line located at an average depth of 5 feet below ground surface 4 feet west of roadway centerline beginning at Station 157 +50. Where toe of fill ends on a slope steeper than five horizontal to one vertical, the lowest bench of the new embankment shall be equipment width plus 5 feet but in no case less than 10 feet wide. No measurement will be made and no separate payment will be made for the benching work. All contractor's costs of benching into hillsides or existing embankments shall be included in the contract unit prices for roadway and borrow excavation. 1J Special Provisions - 5 ' When the new 3 -inch AC on 8 -inch AB structural section is to be placed directly upon the existing paved roadway from Station 157 +50 to Station 160+00 and the finished pavement surface is less than 4 feet above the existing.asphalt surface, the Contractor shall either remove entirely and dispose of the existing asphalt concrete pavement as described elsewhere in these specifications, or shall obliterate the old asphalt pavement by rooting, plowing, pulverizing or scarify- ing such that the bituminous material is broken up into pieces not larger than 0.33 feet in greatest dimension, and the material blended with existing aggregate base and recompacted to 90% relative compaction before placing fill or new aggregate base thereon. When top of finish pavement is more than 4 feet above the existing asphalt paved surface, the old asphalt concrete pavement shall be broken up to form a suitable base on which the first layer of compacted embank- ment or pervious sand blanket shall be placed. No separate payment will be made for this work. All Contractor's costs and expenses of removing or breaking up existing asphalt concrete pavement as described in this section shall be con- sidered to be included in the contract unit price for roadway excavation. 7-5 SPECIAL EMBANKMENTS The new embankments between Station 163 +00 and Station 177 +00 are to be 1 placed against previously constructed embankments and on relatively unstable existing ground which require the following special provisions, The Contractor shall comply strictly with the following precautionary construction procedures which are intended to minimize the possibility of slipouts or ruptures. a. Imported sand borrow used in constructing the pervious sand blanket from Station 164 +50 to end of south abutment fill and from end of north abutment fill to Station 176 +50 is to be placed in an uncom- pacted state by end dumping or other approved means. The existing drainage ditch from Station 165 +58 to the toe of the new embankment shall be filled with imported sand borrow. b. Prior to constructing embankment upon the pervious sand blanket the entire blanket shall be graded to a relatively smooth surface to facilitate the installation of settlement control devices as indicated on the plans. ' c. Prior to constructing embankment upon the completed pervious sand blanket a period of not to exceed five calendar days shall be allowed for the installation of settlement platforms by Contractor and piezometer pipes to be installed by others. The piezometers will consist of 2 -inch diameter plastic pipe extending up through the fill parallel to and approximately 3 feet from the pipe extensions to ' the settlement platforms. The plastic pipe will be furnished and installed by others. Fill around the piezometer pipes will be by Contractor similar to the method specified for fill around the settle - ment platform pipe extensions. Any damage to settlement platform pipe extensions or piezometer pipes as result of Contractor's operations shall be repaired by the Contractor at his own expense. 1 d. After commencing construction of special embankments, the Contractor shall conform to the following general schedule: ' 1. Initial placement of embankment to elevation +13.0 with no special time delay. 2. Embankment above elevation +13.0 shall be placed at a rate of one 8 -inch lift every other day. Special Provisions - 6 • • The Contractor is reminded that the foundation conditions in this area are generally poor. If excessively high pore pressure increases are encountered as the fill is placed, the rate of placement will be reduced as the Engineer deems necessary to contain the pore pressure within acceptable limits. If the pore pressure remains stable, the rate of fill may be increased as approved by the Engineer. Fill for the existing approach embankments above elevation +13.0 was placed at a rate of approximately 6 inches per week. Pore pressure readings which accompanied this rate of fill placement are available for Contractor's inspection in the office of the Engineer. No payment will be made for special embankment as such. All costs of placing compacted embankments shall be included in the contract unit prices bid for roadway excavation and borrow excavation. The Contractor shall not be entitled to extra compensation for any costs of extra equipment movements, time delay or any other costs caused by any of the above precautionary procedures. The contract completion date will be extended one calendar day for each day the Contractor is not allowed to place fill at the rate specified in Section 7 -5d. The entire project requires a total of 82,949 cubic yards of compacted embankment, measured in place. Special embankments between Stations 163 +00 and 177 +00 comprise only 42,000 cubic yards of this total embankment. 7-6 BORROW EXCAVATION The mass diagram included in the contract drawings shows that the quantity of roadway excavation is insufficient to construct compacted embankments and indicates the areas of deficiency. It is estimated that 22,900 cubic yards of borrow soil will be required to complete compacted embankments to line and grade as shown on the plans. Contract drawings designate a borrow site and show its location in relation to the embankment area. The borrow soil is available in place at no cost to the Contractor except for excavating and transporting. The Contractor shall complete all roadway excavation as shown on the plans or as directed, and shall place all suitable materials from roadway excavation into compacted embamkment before the city will permit the Contractor to start excavat- ' ing and hauling from the designated borrow site. 7 -7 STRUCTURE BACKFILL 1 Backfill at all structures including trench backfill shall have a sand equivalent of not less than 30, and shall have a relative compaction of not less than 90 %. No separate payment will be made for structure backfill. All contractor's costs for structure backfill shall be included in the lump sum or unit price bid for the applicable structure. 7 -8 MEASUREMENT AND PAYMENT ' Measurement of roadway excavation for payment will be based in the volume of soil and other materials in cubic yards removed by Contractor to excavate the roadway to grade as determined by cross - sections prepared by the engineer with quantities computed by means of average end areas and distances between these areas. Roadway excavation will not include excavation required to construct median curbs and gutters as shown on plans. Special Provisions - 7 I. . - i 0 1 I I 1 I Measurement of borrow excavation for payment will be based on the volume of soil removed from the borrow site for constructing compacted embankments, based in cross - sections of the designated borrow site before commencing borrow operations and final cross - sections after borrow operations are completed. Quantities of roadway excavation and borrow excavation measured as specified herein will be paid for at the contract unit price per cubic yard in accordance with Sections 19 -2.09 and 19 -7.05 of the State Standard Specifications except that no separate payment will be made for overhaul. The Contractor shall include all costs of.transportation of materials from roadway excavation and borrow excavation, to location of placement in compacted embankments regardless of haul distance in the contract unit prices per cubic yard for roadway excava- tion and borrow excavation. SECTION 8 PERVIOUS SAND BLANKET 8 -1 GENERAL The pervious sand blanket shown on plans between station 164 +50 and Station 176 +50 shall be imported sand borrow. 1 8 -2 SOURCE Suitable sand for imported sand borrow is available at no cost to the Con- tractor at the following locations. The Engineer will designate suitable locations within the following stockpiles: a. Sand stockpile at the west end of Big Canyon at Back Bay Drive. b. Sand Stockpile west of Bayside Drive southerly of El Paseo Drive.. i8 -3 GRADATION C I Imported sand borrow from other sources shall conform to the following gradation: 8 -4 Sieve Size 4 inch 1/2 inch No. 4 No. 8 No. 50 No. 100 No. 200 MEASUREMENT AND PAYMENT Percentage Passing 100 6o - loo 50 - 100 15 - 100 10 - 30 0 -20 0 -3 ' No measurement will be made of the imported sand borrow for the pervious sand blanket. Contractor shall place the pervious sand blanket to the elevations indicated on cross- sections. Estimated volume of sand blanket in place is 5,150 cubic yards. All compensation for Contractor's costs of loading, hauling and placing the imported sand borrow for the pervious sand blanket shall be included in the contract lump sum price for pervious sand blanket. Special Provisions - 8 SECTION 9 SELECT TOP SOIL 9 -1 GENERAL Select top soil shall be placed within the median curbs and traffic island curbs at all locations except where plans call for 3-inch Portland cement concrete pavement. Excavations between median curbs shall be filled with I structure backfill and the space between median curbs shall be filled and compacted to 90% relative compaction to an elevation 0.5 feet below top of curb. The remaining space will then be filled with select top soil. There will be no requirement for compaction of the select top soil. The surface of the top soil shall be raked smooth and left in a neat, clean condition. Select top soil shall be weed free, fertile, sandy loam from a source approved by the City. If requested, the City will inspect and approve acceptable proposed sources of top soil for bidders prior to the opening of bids. Requests should be submitted at the office of the City Engineer, ' Telephone 714- 673 -2110. 9-2 MEASUREMENT AND PAYMENT ' The Contractor shall make his own provisions for the securing of water necessary to perform his work. No separate payment will be made for water. ' Measurement of select top soil will be made of the volume in cubic yards SUBGRADE computed by the area between median curbs times the depth of 0.5 feet. GENERAL Payment will be made for the computed volume of select top soil in place at the contract unit price per cubic yard. The contract unit cost shall ' include all compensation to Contractor for loading, hauling and placing 95% specified the select top soil. 10 -07 of the standard specifications. No separate payment will be made for sub- grade preparation. All Contractor's costs of subgrade preparation shall be con- SECTION 10 to be included in the contract unit prices for items of work which require subgrade WATER 10 -1 GENERAL ' The Contractor shall make his own provisions for the securing of water necessary to perform his work. No separate payment will be made for water. ' SECTION 11 SUBGRADE PREPARATION 11 -1 GENERAL Subgrade preparation shall conform to the provisions in Section 21 of the State Standard Specifications, except that the subgrade within 0.5 feet below the ' grading plane shall have a relative compaction requirement of 90% in lieu of the 95% specified in Section 21 -1.02 of the State Standard Specifications and Section 10 -07 of the standard specifications. No separate payment will be made for sub- grade preparation. All Contractor's costs of subgrade preparation shall be con- sidered to be included in the contract unit prices for items of work which require subgrade preparation. Special Provisions - 9 I I 1 I I SECTION 12 AGGREGATE BASE 12 -1 GENERAL Class 3 aggregate shall conform to the provisions for Class 2 aggregate base which is 1 -1/2 -inch maximum as specified in Section 26 of the State Standard Specifications and these special provisions. At least 65% by weight of the material retained on the No. 4 sieve shall have at least one fractured face as determined by Test Method No. Calif. 205. The R -value requirement will not be waived as provided in Section 26 -1.02A of the State Standard Specifications. The provisions of Section 26 -1.035 of the State Standard Specifications are super- seded by the following: At the time aggregate base is spread, it may have a moisture content sufficient to obtain the required com- paction. Such moisture shall be uniformly distributed throughout the material. In lieu of the spreading requirements specified in Section 26, aggregate base material shall be spread upon prepared subgrade by means of approved spreading devices which will deposit a uniform windrow or layer, and after spreading as above specified, the material shall be shaped to the requirements of Section 26 of the State Standard Specifications. Motor graders may be used for the afore- mentioned shaping. Tailgate spreading of the material by dump trucks will not be permitted except for spot dumping and in areas not readily accessible to approved spreading devices. The use of bottom dumps will be permitted. Compaction shall conform to the requirements of Section 11 -04 of the City Standard Specifications. SECTION 13 AGGREGATE SUBBASE ' 13 -1 GENERAL Soil tests indicate a possible need for 12 inches of aggregate subbase ' under the 4 -inch AC on 8 -inch AB structural section shown on plans to be con- structed between Stations 103 +00 - 111 +00 and between Stations 129 +50 - 135 +00. The exact extent of the areas requiring aggregate subbase are not known. After excavation to the grading plane shown on Typical Sections, Sheet No. 2 of the plans, selected additional soil tests will be made. Based on the results of these tests, Contractor will be requested to excavate an additional 12 inches in certain areas and place and compact 12 inches of aggregate subbase therein. I Special Provisions - 10 13 -2 SUBBASE MATERIALS Aggregate subbase shall be Class 4 and shall conform to the provisions in Section 25 of the State Standard Specifications and these special provisions. Material used as aggregate subbase shall be clean and free from roots, vegetable matter and other deleterious substances, and be of such character that it will form a firm stable subbase. The material shall be uniformly graded from coarse to fine, and shall be such sizes that the percentage composition by weight of material shall conform to the following grading when determined by Test Method No. California 202. SECTION 14 EROSION PREVENTERS 14 -1 GENERAL ' The Contractor shall provide approximately 60 erosion preventers averaging 15 feet in length at right angles between median curbs in locations where top of median curb slopes 5% or more. Erosion preventers shall be constructed as shown ' on the plans at exact locations to be determined by the city after select top soil is placed between median curbs. Lumber for erosion preventers shall be rough dimension 1" x 6" construction heart redwood. Nails shall be galvanized. Stakes shall be 1" x 3" construction heart redwood. Special Provisions - 11 Sieve Size Percentage Passing Sieve 2 inches 100 No. 4 6o -100 No. 200 0 -25 The material for aggregate subbase material shall conform to the following requirements: Tests Test Method Requirements No. Calif. Resistance (R- Value) 301 55 MiniMLm Sand Equivalent 217 25 Minimum The R -Value requirement will not be waived as provided in Section 25 -1.02A of the standard specifications. ' 13-3 PLACING Aggregate subbase shall be spread and compacted in conformance with Sub - sections 25 -1.04 and 25 -1.05 of the State Standard Specifications. 13 -4 MEASUREMENT AND PAYMENT ' Quantities of aggregate subbase to be paid for by the ton will be determined as provided in Section 9 -1.01 of the State Standard Specifications. Payment will be made at the contract unit price per ton. No adjustment in unit price will be allowed for variations in quantity of more than 25% above or below the estimated tons of aggregate subbase contained in the bid proposal. SECTION 14 EROSION PREVENTERS 14 -1 GENERAL ' The Contractor shall provide approximately 60 erosion preventers averaging 15 feet in length at right angles between median curbs in locations where top of median curb slopes 5% or more. Erosion preventers shall be constructed as shown ' on the plans at exact locations to be determined by the city after select top soil is placed between median curbs. Lumber for erosion preventers shall be rough dimension 1" x 6" construction heart redwood. Nails shall be galvanized. Stakes shall be 1" x 3" construction heart redwood. Special Provisions - 11 SECTION 15 ASPHALT PAVING 15-1 GENERAL The provisions of Section 12 of the City Standard Specifications shall govern the furnishing and placing of asphalt concrete on aggregate base, 1 -1/2 -inch asphalt concrete paved shoulders and miscellaneous asphalt as defined in these special provisions. 15 -2 ASPHALT CONCRETE ON AGGREGATE BASE Aggregate grading requirements for base Course may be either 3/4 -inch maximum (coarse) or base coarse as specified in Section 39-2.02 of the State Standard Specifications. The mineral aggregate for surface course shall be 3/4 -inch maximum - medium grading. ' The mineral aggregate for 1 -inch A.C. cap shall be 1/2 inch maximum -fine grading. The amount of asphalt binder to be mixed with the mineral aggregate shall be between 3% and 7% by weight of the dry mineral aggregate. The exact amount of ' asphalt binder to be mixed with the mineral aggregate will be determined by the City. The provisions in Section 39-2.04A and 39 -2.048 of the State Standard Specifications are superseded by the following: ' At least 75% by weight of the material retained in the No. 4 sieve shall have at least one fracture face as determined by Test Method No. Calif. 205. Prime coat and paint binder shall be applied in amounts as specified in Section 12 of the City Standard Specifications. Prime coat shall be liquid asphalt grade ' SC -250. Paint binder (tack coat) shall be mixing type asphalt emulsion with a bituminous base grade of 60 -70 paving asphalt. ' 15 -3 1 -1/2 INCH ASPHALT CONCRETE PAVING ON SHOULDERS The mineral aggregate for shoulder paving shall be 1/2 -inch maximum- medium grade. Before placing asphalt concrete shoulder paving, the earth subgrade shall be compacted as specified herein for subgrade preparation. The compacted subgrade shall receive a prime coat as specified for asphalt paving. 15 -4 MISCELLANEOUS ASPHALT ' Miscellaneous asphalt includes 2 -inch nominal thickness asphalt concrete paving on soil for drainage ditches and transition flares and 6 -inch asphalt concrete curb. All grading required to excavate or fill to plan lines and grades for miscellaneous asphalt shall be performed as roadway excavation and no separate payment will ' be made for excavation or fill required for miscellaneous asphalt items. Special Provisions - 12 i 1 a • 1 1 Subgrade to receive miscellaneous asphalt shall be compacted as specified here- in for subgrade preparation. The subgrade shall receive a prime coat as specified for asphalt paving. Mineral aggregate for miscellaneous asphalt shall be 1/2 inch maximum - medium grading. ' 15-5 HEADERS 1 Redwood headers required by Subsection 12 -08 of the City Standard Specifications will not be required this on project. 15 -6 MEASUREMENT AND PAYMENT Asphalt concrete shall be measured in tons in accordance with Section 39 of the State Standard Specifications. Payment will be made at the contract unit price for asphalt concrete in tons which shall include full compensation for furnishing ' all labor, materials, tools, equipment and incidentals, and for doing all work involved in constructing asphalt concrete pavement including 1 -1/2 -inch paved shoulders complete in place and shall include all costs of furnishing and apply- ing prime coat, tack coat and paint binder where required by the City Standard Specifications and these special provisions. 1 Miscellaneous asphalt shall be measured for payment at the following net areas per unit length of item. ' Item Net Area 4 -foot A.C. ditch 0.75-foot deep 0.48 SY per LF 1 4 -foot A.C. ditch 1.00 -foot deep 0.50 SY per LF 6 -inch A.C. curb 0.26 SY per LF Transition Flares 0.50 SY per LF regardless of width or depth Payment for miscellaneous asphalt will be made at the contract unit price per square yard for placing only. Compensation for asphalt concrete used for miscellaneous asphalt items will be made at the contract bid price per ton for ' asphalt concrete. Payment for placing miscellaneous asphalt will include all compensation for filling, compacting and trimming the ground surface to design ' grade and for prime coat and tack coat applied before placing the miscellaneous asphalt items. SECTION 16 ' PORTLAND CEMENT CONCRETE 1 16 -1 GENERAL Portland cement concrete shall conform to requirements of Section 13 of the City of Newport Beach Standard Specifications. Concrete for bridge structure, barrier railing and drainage structures shall be Class A. Nonstructural con- crete shall be Class B. The concrete bridge deck shall be cured by the water method described in Section 90 -7.011A of the State Standard Specifications. The ' application of water with an atomizing nozzle shall be started as soon as the water sheen disappears from the concrete surface and shall be applied in such a manner that it does not mar the pavement surface. ' Special Provisions - 13 ISpecial Provisions - 14 SECTION 17 REINFORCING STEEL ' 17 -1 GENERAL Reinforcing steel shall conform to requirements of Section 13 of the City of ' Newport Beach Standard Specifications except that bar reinforcement shall be either intermediate grade or hard grade bars. Steel lists for the bridge structure shall be furnished in triplicate to the City at least two weeks prior to placement of steel. The lists are for the use of the City and will not be approved or returned to the Contractor. Steel shall be placed in accordance with the contract drawings. ' 17 -2 MEASUREMENT AND PAYMENT ' No separate measurement will be made for reinforcing steel. Payment for reinforcing steel will be included in the lump sum or unit prices paid for bridge, drainage and other reinforced concrete structures. SECTION 18 CONCRETE STRUCTURES ' 18 -1 GENERAL ' Concrete structures shall be constructed in accordance with applicable portions of Section 51 of the State Standard Specifications. 18 -2 MEASUREMENT AND PAYMENT ' No separate measurement will be made for concrete in concrete structures. Pay- ment for bridge, drainage and other reinforced concrete structures will be at the lump sum or unit prices paid for such structures. No separate measurement and payment will be made for structure excavation and backfill, the cost of which shall be included in appropriate items to which appurtenant. ' SECTION 19 PRESTRESSED CONCRETE PILING 19 -1 GENERAL Prestressed concrete piling shall be furnished and installed in accordance with applicable portions of Sections 49 and 50 of the State Standard Specifications. Piling shall have a minimum bearing value of 45 tons and shall be driven to or below a tip elevation of -35.0. Piles in abutment fills shall be driven in holes ' drilled through the embankment into natural soil. Micro films of detail shop drawings will not be required. Two sets of shop drawings shall be furnished to the City. ISpecial Provisions - 14 1 19-2 TEST PILES The Contractor shall install a test group of three piles at any one of Bents' 3 through 6 (preferably Bent No. 3) as detailed on the plans. The two outer piles may be incorporated into the final structure. The middle pile of the 1 test group shall be cut off by Contractor at elevation to +2.0 after the pile load test is completed. The Contractor shall notify the City at least 10 days prior to the date he anticipates that piles will be ready for testing. Testing will be conducted by the Materials Section of the Orange County Highway Department in accordance with "Standard Pile Load Test Procedure, Orange County 1 Highway Department," dated January 25, 1966. Cost for testing will be paid by the City. Approximately 3 days will be required to conduct and complete the tests. Test piles and load testing shall conform to Sections 49-1.10 of the 1 State Standard Specifications except where modified by the Orange County Highway Department Test Procedure. 1 Upon completion of tests and evaluation of results by the materials section, the Contractor will be given instructions for completion of pile driving. Depth of penetration and length of piles may vary from that shown on the plans as a 1 result of testing. 19 -3 BEARING VALUE 1 The bearing value of all piling shall be determined from the formula R = 2 E where E is the manufacturer's rating for foot pounds of energy S + 0.2 developed by the hammer and S is the sinking or penetration per blow in 1 inches, averaged over the last few blows. The Contractor shall submit the following to the City before the pile driver is moved to the site of the work. a. Type of pile driver b. Rated capacity 1 c. Certified results of test showing the energy delivered to pile head. 19 -4 MEASUREMENT AND PAYMENT 1 The length of piles to be paid for shall be the total length in place in the completed work measured from the tip of the pile to the plane of the pile cut off. Where piles are extended by means of reinforced concrete 1 extensions, the length of toe extension from pile cut off to the top of the extension will be considered as concrete piling and will be paid for at the contract price per linear foot. Piles will be paid for at the contract price per linear foot for furnishing p`linn and the contract unit price 1 for driving piles. Piles included in the pile test group will be paid for at the contract unit 1 prices for furnishing and driving piles. SECTION 20 1 BARRIER RAILINGS 1 20 -1 GENERAL Type 1 and Type 2 barrier railings shall be constructed in accordance with applicable portions of Section 83 of the State Standard Specifications. Type 1 Special Provisions - 15 ' Upon completion of the job, the Contractor shall remove temporary fill placed above elevation 8 and shall remove temporary piles above elevation 3. He further shall restore the passageway of San Diego Creek between the existing dikes. Excess fill removed from above elevation 8 may be spread along side the existing dikes, provided that drainage is not obstructed. ' No special payment will be made for placing temporary construction fill or piling. Payment for maintaining water passageway and for removal of temporary piling, excess construction fill and restoration of San Diego Creek water ' passageway will be at the lump sum amount bid for the work. 21 -2 WORK AREA ON EXISTING PARALLEL BRIDGE A two lane reinforced concrete bridge exists parallel with and westerly of the bridge to be constructed. The Contractor may apply to the City for permission to occupy the easterly 14 feet of this bridge between the hours of 8:30 A.M. ' and 4:00 P.M. when such occupancy will facilitate construction. At the time of applying for permission to occupy this existing bridge, the Con- ' tractor shall include an estimate of the probable number of days the bridge is to be occupied and the probable dates of such occupancy. The bridge may not be occupied at any time without permission granted by the City. No special payment will be made for providing and maintaining flagmen, barricades, detours and appurtenant items. See Section 25 -2 for special traffic control requirements. U Special Provisions - 16 ' I barrier railings shall include provisions for future electroliers including electrical pull boxes and conduits stubbed out one foot beyond the wingwalls one foot below finished grade. A pull line shall be installed and left in place in the conduits. Type 2 tailings are to be removed at a future date for widen- ing of the bridge. ' 20 -2 MEASUREMENT AND PAYMENT No separate measurement will be made for barrier railing. Payment for railing will be included in the lump sum amount paid for bridge structure. Payment will include compensation for concrete railing, metal railing, future electrolier bolts, electrical pull boxes and electrical conduit complete and in place. ' SECTION 21 WORK AREA AND MAINTENANCE OF WATER PASSAGEWAY 21 -1 GENERAL The Contractor may occupy such areas adjacent to the bridge site as may be necessary for placement of piling, shoring and bracing and for placement of concrete and reinforcement. In the area of San Diego Creek, the Contractor, at his cost, may place fill and /or temporary piling to facilitate construction. ' The Contractor may obtain fill material from the specified borrow area upon per- mission of the City or shall obtain suitable material from other sources. A water passageway of not less than 20 square feet shall be maintained by the Contractor through any fill placed in San Diego Creek. Fill across the ' Creek shall be notched in such a manner that the fill will be overtopped before water backs up to MacArthur Boulevard. ' Upon completion of the job, the Contractor shall remove temporary fill placed above elevation 8 and shall remove temporary piles above elevation 3. He further shall restore the passageway of San Diego Creek between the existing dikes. Excess fill removed from above elevation 8 may be spread along side the existing dikes, provided that drainage is not obstructed. ' No special payment will be made for placing temporary construction fill or piling. Payment for maintaining water passageway and for removal of temporary piling, excess construction fill and restoration of San Diego Creek water ' passageway will be at the lump sum amount bid for the work. 21 -2 WORK AREA ON EXISTING PARALLEL BRIDGE A two lane reinforced concrete bridge exists parallel with and westerly of the bridge to be constructed. The Contractor may apply to the City for permission to occupy the easterly 14 feet of this bridge between the hours of 8:30 A.M. ' and 4:00 P.M. when such occupancy will facilitate construction. At the time of applying for permission to occupy this existing bridge, the Con- ' tractor shall include an estimate of the probable number of days the bridge is to be occupied and the probable dates of such occupancy. The bridge may not be occupied at any time without permission granted by the City. No special payment will be made for providing and maintaining flagmen, barricades, detours and appurtenant items. See Section 25 -2 for special traffic control requirements. U Special Provisions - 16 ' The existing asphalt pavement shall be saw cut to a straight true line 10' 1 -1/2" left of centerline except at flares, tapers and left turn pockets, in which cases the existing asphalt concrete shall be cut as necessary to construct ' the concrete curb and gutter as shown on plans and typical sections. Special Provisions - 17 ' SECTION 22 SOILS AND MATERIAL REPORT 22 -1 GENERAL Reports for this project entitled "Materials Report for the Proposed Construction of Jamboree Road" prepared by the Orange County Road Department, and "Geotechnical Review and Evaluation - Improvement of Jamboree Road - Ford Road to Palisades Road, City of Newport Beach" prepared by Geotechnical Consultants, Inc. are on file in the City Engineer's office. These may be reviewed by ' bidders during normal working hours. These reports are furnished for convenience to bidders who are cautioned to observe that the field conditions set forth in ' the reports and shown on Sheets 22 through 24 of the plans apply only at the locations indicated and at the time that the actual field investigation was made. The City does not guarantee the accuracy of the information contained in the reports. The City shall not be liable for any loss sustained by the ' Contractor as a result of any variance between conditions shown in the soils reports and actual conditions encountered during construction or otherwise. t22 -2 OTHER AVAILABLE INFORMATION A copy of the Foundation Report entitled " Realignment of Jamboree Road" (between Bayside Drive and Palisades Road) which includes information per- taining to the westerly two lane bridge with its approach embankments, is available in the office of the City Engineer for the information of pros- pective bidders. Also available are the pile driving records for the westerly bridge. SECTION 23 ' CONCRETE CURBS AND GUTTERS AND PORTLAND CEMENT CONCRETE PAVEMENT 23 -1 GENERAL ' Concrete curbs and gutters, and Type B -3 concrete curbs shall conform to the requirements of Section 15 of the City Standard Specifications, the plans and ' these special provisions. 23 -2 MEDIAN CURBS AND GUTTERS IN-JAMBOREE ROAD ' As shown on plans and typical sections, the median curbs and gutters will be constructed as follows: ' 23 -2.1 WEST MEDIAN CURB AND GUTTER (LEFT OF CENTERLINE) The west curb and gutter between Station 94 +89.50 and Station 156 +41.50 shall be concrete with 6 -inch curb face with 2'0" wide gutter as shown on Sheet No. 2 of the plans. The face of curb shall be 8'0" to the left of centerline (except at flares, tapers and left turn pockets). This places the edge of gutter at 10' 1 -1/2" left of centerline. The edge of existing asphalt pavement is 10 feet or ' less left of centerline except between Station 152 +38 and Station 155+77 (see Sheet No. 9). ' The existing asphalt pavement shall be saw cut to a straight true line 10' 1 -1/2" left of centerline except at flares, tapers and left turn pockets, in which cases the existing asphalt concrete shall be cut as necessary to construct ' the concrete curb and gutter as shown on plans and typical sections. Special Provisions - 17 ' •• Existing asphalt concrete and aggregate base shall be removed as necessary to construct the concrete curb and gutter. Aggregate base below neat lines of concrete curb and gutter may remain in place but must be brought to grade and compacted to 95% of relative compaction before placing concrete thereon.. The concrete gutter shall be constructed with a cross -slope equal to or greater than the street cross -slope for proper drainage. The gutter at the west median curb shall be poured against the saw cut edge of existing asphalt concrete pave- ment. Gutter shall be finished at least 1/8 -inch higher than top of adjacent pavement. At short radius curves where existing pavement cannot be saw cut to a true line to form the concrete gutter, the asphalt concrete shall be removed at least 6 inches from edge of gutter, the gutter poured against a proper form, and after removal of the form, the space between the asphalt pavement and new concrete gutter shall be patched with asphalt concrete in accordance with State Standard Specifications. 23 -2.2 WEST MEDIAN CURB AND GUTTER (LEFT OF CENTERLINE) ' The west curb and gutter from Station 157 +25.50 to Station 165 +00 and from Station 176 +50 to Station 186 +35 shall be concrete with 6 -inch curb face with 1'0" wide gutter as shown on Sheet No. 2. Edge of existing asphalt concrete pavement is 910" to left of centerline. This pavement shall be saw cut to 9' 1 -1/2" to left of centerline. Construction of concrete curb and gutter shall conform to the methods described above. When roadway is superelevated such that street drains toward median gutter, the concrete gutter shall be finished 1/4 -inch below the top of adjacent asphalt pavement and the gutter cross -slope shall conform to the street cross - slope, but in any event shall be not less than 2 %. 23 -2.3 EAST MEDIAN CURB AND GUTTER The east median curb and gutter from Station 94 +89.50 to Station 186 +35 shall be concrete with 6 -inch curb face with 1'0" wide gutter as shown on Sheet No. 2. The conditions of construction vary as follows: 23 -2.3.1 STATION 94 +89.50 TO STATION 98 +91.01 AND STATION 183 +25 TO STATION 184+13 Existing asphalt concrete pavement shall be saw cut 9' 1 -1/2" from centerline. Existing asphalt concrete and aggregate base shall be removed as necessary to construct the concrete curb and gutter. Concrete curb and gutter shall be ' constructed with curb face 8'0" to right of centerline or as shown on plans. Methods of construction shall conform to the methods described above. 23 -2.3.2 STATION 98 +91.01 TO STATION 156 +41.50 Existing asphalt concrete pavement and aggregate base shall be removed as required to construct new curb and gutter. Wherever the bottom of median curb and gutter intersects or lies above existing asphalt concrete pavement, said asphalt concrete pavement shall be removed and ISpecial Provisions - 18 Due to variable thickness asphalt concrete paved section to be constructed adjacent to new curb and gutter, the concrete gutter must be formed to proper line and grade. After removal of forms, the asphalt pavement shall be con - structed as shown in typical sections. 23 -2.3.3 STATION 157 +25.50 TO STATION 165 +00 AND STATION 176+50 TO STATION 183+25 AND STATION 164+13 TO STATION 1 +35 Concrete curb and gutter shall be constructed to line and grade as shown on plan and profile drawings after which new asphalt concrete pavement shall be constructed. New asphalt concrete pavement shall be finished 1/4 -inch below top of concrete L gutter, except that when road is superelevated and drains toward the median gutter, the new pavement shall be finished 1/4 -inch above the concrete gutter. 23 -3 CONCRETE CURB TYPE B -3 Concrete curb Type B -3, according to Orange County Standard Plan 203, shall be constructed on top of existing asphalt pavement at locations as shown on the plans. disposed of as described in the Earthwork Section, of these special provisions. The volume of such material removed below the bottom of the curb and gutter City Standard Specifications. When Portland cement concrete pavement is placed section will not be measured for payment. All costs of such removal and the placement and compaction of structural backfill to bring the area to grade for curb and gutter placement shall be included in the contract unit price per linear foot for concrete curb and gutter. in square feet. Due to variable thickness asphalt concrete paved section to be constructed adjacent to new curb and gutter, the concrete gutter must be formed to proper line and grade. After removal of forms, the asphalt pavement shall be con - structed as shown in typical sections. 23 -2.3.3 STATION 157 +25.50 TO STATION 165 +00 AND STATION 176+50 TO STATION 183+25 AND STATION 164+13 TO STATION 1 +35 Concrete curb and gutter shall be constructed to line and grade as shown on plan and profile drawings after which new asphalt concrete pavement shall be constructed. New asphalt concrete pavement shall be finished 1/4 -inch below top of concrete L gutter, except that when road is superelevated and drains toward the median gutter, the new pavement shall be finished 1/4 -inch above the concrete gutter. Concrete curbs and gutters will be measured for payment by linear feet in place. Measurement will be made at top of curb face. Payment will be made at the con- tract unit price for 6 -inch concrete curb with 1'0" gutter or 2'0" gutter as itemized in the bid proposal. Payment for concrete curb and gutter will constitute ISpecial Provisions - 19 23 -3 CONCRETE CURB TYPE B -3 Concrete curb Type B -3, according to Orange County Standard Plan 203, shall be constructed on top of existing asphalt pavement at locations as shown on the plans. 23 -4 3 -INCH PORTLAND CEMENT CONCRETE PAVEMENT Portland cement concrete pavement shall be constructed between curbs of traffic islands and medians as shown on the plans. The pavement shall have a thick- ness of 3-inches and shall conform to the requirements of Section 15 of the City Standard Specifications. When Portland cement concrete pavement is placed over existing asphalt between Type B -3 curbs, a sand bed shall be provided as a foundation. When Portland cement concrete pavement is placed between median curbs and gutters, the foundation area shall be brought to the required grade by structural backfill. 23 -5 MEASUREMENT AND PAYMENT Three -inch Portland cement concrete pavement will be measured by horizontal area in square feet. Payment will be made at the contract unit price bid for 3 -inch Portland cement concrete pavement and shall include all compensation for constructing the pavement complete in place including sand bedding and structure backfill where required. Concrete curbs and gutters will be measured for payment by linear feet in place. Measurement will be made at top of curb face. Payment will be made at the con- tract unit price for 6 -inch concrete curb with 1'0" gutter or 2'0" gutter as itemized in the bid proposal. Payment for concrete curb and gutter will constitute ISpecial Provisions - 19 full compensation to Contractor for all costs of constructing concrete curb and gutter complete in place, including sawcutting of asphalt pavement, excavation and removal of asphalt concrete, aggregate base or earth as may be required to construct concrete curb and gutter to the lines and grades shown on the plans, including structural backfill to proper grade, where required, and disposal of all materials removed in excavations for curbs and gutters. Existing asphalt concrete and aggregate base removed to construct concrete curbs and gutters may �. be disposed of in the same manner as specified for waste asphalt concrete and aggregate base removed in roadway excavation. All Contractors' costs to construct special curb and gutters at Station 156 +23 to permit access to storm drain manhole cover will be included in the contract unit price for 6 -inch Portland cement concrete curb with 160" gutter. Contractor's attention is directed to the fact that the typical sections do not reflect exactly the conditions at each point along the median curb and gutter. Minor variations exist in the exact location and condition of the edge of the structural pavement along the west median curb. In those locations where existing pavement after sawcutting is more than 2' 1 -1/2'' from curb face and at all short radius curves in median curbs at intersections, the pavement shall be cut back far enough to allow the concrete gutter to be poured against a form. After removal of forms, the space between existing pavement and con- crete gutter shall be patched with asphalt concrete. No separate payment will be made for such patching where required, however, the asphalt concrete used in this work will be paid for under the contract unit price for asphalt concrete. The transitions from 6 -inch CF to 8 -inch CF where shown in the plans will be paid for at the contract unit price per linear foot for concrete curb and gutter and no extra compensation will be allowed. Concrete curb Type B -3 will be measured for payment by linear foot in place. Payment will be made at the contract unit price per linear foot and will''include all costs of constructing the Type B -3 curb complete in place. SECTION 24 CROSS SECTIONS 24 -1 GENERAL ■ The cross sections for excavation and compacted embankment are on file in the City Engineer's office and in the office of Boyle Engineering, 412 South Lyon Street, Santa Ana, California and are available to bidders for inspection. Copies will be furnished to the Contractor for use during construction. SECTION 25 TRAFFIC CONTROL 25-1 GENERAL Prior to the start of construction, the Contractor shall furnish to the City for approval, his schedule for performing the work. This schedule shall include his schedule for maintaining a minimum of one paved lane of traffic ISpecoal Provisions - 20 each way for the entire period of the contract as provided for in Section 7 of the State Standard Specifications, except that on Jamboree Road at the Ford Plant Entrance there shall be one southbound through traffic lane plus one southbound left turn lane to the Ford Plant open to traffic at all times. All barricading shall be permanently illuminated or reflectorized. Minnesota Mining and Manufacturing Company's CODIT reflective paint or SCOTCHLITE reflective sheeting are representative of suitable materials for this purpose. 25 -2 BRIDGE.DETOUR During any period that only one lane is open to traffic on the recently completed bridge parallel with and westerly of the bridge to be constructed in this con- tract, due to Contractors' operations, Contractor shall maintain alternate north- bound and southbound traffic with flagman control, or at his option he may divert northbound traffic from the westerly bridge by constructing a detour for northbound traffic over the old alignment of Jamboree Road crossing the old two lane bridge easterly of the construction site. The Contractor shall be responsible for provid- ing suitable and approved flagman, signs, warning devices and barricades to direct traffic to the detour. The Contractor shall maintain a paved driving surface on any detour and shall provide dust control if so directed by the City. 25 -3 FORD PLANT ENTRANCE Traffic signal at the Ford Plant Entrance shall be kept in operation between the hours of 7:00 A.M. to 9:00 A.M.and 4:00 P.M. to 6:00 P.M., Monday through Saturday, excepting holidays or Contractor may at his own expense pay the cost of a city traffic officer to direct traffic at this important intersection whenever the traffic signal is not fully operational during the above stated hours. At all other times, when the traffic signal at the Ford Plant entrance is not operating due to Contractors operations, the Contractor shall provide a flash- ing yellow signal to traffic in both directions on Jamboree Road, and a flash - ing red signal to traffic leaving the Ford Plant and entering Jamboree Road. The intensity, visibility and color of these temporary flashing signals shall conform to the State Standard Specifications. 25 -4 COMPENSATION All Contractor's costs of traffic control measures required to comply with Section 7 of the State Standard Specifications and these special provisions, including signs, barricades, flashers, detours, flagmen, traffic control officers and detour construction where approved, shall be included in the contract unit or lump sum prices bid for the items of work which require the traffic control measures, and no separate payment will be made therefor. SECTION 26 COORDINATION OF WORK 26 -1 GENERAL Along the entire length of the project there are numerous power poles, under- ground utility lines and appurtenances which will be removed or relocated by others in the following manner. Special Provisions - 21 26 -1.1 STATION 98 +91.01 - 131 +20 Existing power poles must remain in place with power on until Contractor has graded around each pole, leaving the ground undisturbed for pole support. Then Contractor will excavate to ultimate grade as close as possible to each existing pole. The utility company will then set a new pole approxi- mately 60 feet from street centerline and extend underground conduits to the new poles where required. After the new pole line is energized, the utility company will remove the old poles and underground conduits which are no longer required. Contractor will then finish grading at the old pole locations. The Southern California Edison Company has advised that existing underground conduits are 30 inches below top of existing pavement but exact depth in unpaved areas is not known. Contractor shall excavate with care in the vicinity of underground conduits to protect them from damage. 26 -1.2 STATION 131 +20 - 151 +00 The utility company will de- energize and remove all power poles easterly of Jamboree Road so that Contractor may complete roadway excavation in this area. 26 -1.3 STATION 151 +00 - 165 +00 There are five poles in this area that m.iist remain in place while grading operations are underway. The poles are high enough to permit filling to design grade. The utility company will brace and support underground 1 conduits when required. Contractor shall place new fill with care to prevent damage to these poles, and underground conduits. The Pacific Telephone and Telegraph Company has an overhead line on existing poles from Station 98 +91.01 to Pole No. 1347314 E at Station 104+77, where the line goes underground. The telephone company will remove the overhead and lay an underground cable from Station 98 +91.01 to Station 102+00 along a line 40 feet to right of roadway centerline buried 36 inches below existing grade. At Station 102 +00 the cable will be laid at right angles to street centerline and will be buried deep enough to be below all excavation required in this contract, refer to Sheet 5 of the plans. The telephone underground work should be completed before excavation work is started in this contract. Contractor shall verify the location of this new telephone cable before commencing excavation operations in the vicinity. The Southern California Gas Company has an 8 -5/8 -inch diameter gas main running for a portion of the project which is shown schematically on the plans. It will be the responsibility of the Contractor to maintain this facility in place during the course of construction. The Southern California Gas Company proposes to con- struct a new gas main in Jamboree Road from North East Bluff Drive to Palisades Road. The Contractor shall be responsible for maintaining in place all existing water mains, sewer mains and other utilities during the course of construction. It shall be the responsibility of the Contractor to adjust all sewer manholes, water valve covers and other facilities, other than mentioned above, to grade at the completion of the project. It shall be the responsibility of the Con- tractor to coordinate his work with the utility companies for the relocation or construction of their facilities. Special Provisions - 22 I ISpecial Provisions - 23 26 -2 PROTECTION OF UNDERGROUND UTILITIES All underground utilities as shown on these plans are plotted from existing records and general observation in the field and are shown for the information of the Contractor only. The Contractor shall verify the position and elevation of these utilities and shall protect said utilities during the course of con - struction. The Contractor shall give special attention to protection of the following utility lines: Eighteen -inch mortar lined steel water pipe is located 410" to the left of Jamboree Road centerline from Station 156+50 to end of the project. The Contractor shall conduct grading operations and excavations for storm drain pipes and structures, adjacent to or near this water pipe to protect it from damage. Twelve -inch C.I. water line to Ford Plant at Station 104 +72. The Contractor shall uncover this pipe line for accurate location before operating heavy equipment in this vicinity. Plans call for toe of cut slope to be set at 62 feet right of centerline to provide minimum of 1 foot of cover over 1 this 12 -inch C.I. pipe. The Contractor will be responsible for protecting the above described water mains 1 from damage during work under this contract. SECTION 27 CONSTRUCTION STAKING 27 -1 GENERAL All field staking for the control of construction shall be the responsibility of the Contractor. This construction staking shall be under the supervision of a State licensed surveyor or civil engineer. Payment for this item of work shall be included in the unit price for each phase of construction work. Sur- veying for determining excavation quantities will be performed by the City. SECTION 28 FENCE REMOVAL 28 -1 GENERAL All fences shown on the plans or interfering with the work shall be removed by Contractor as a part of clearing and grubbing. All metal posts and braces shall be stacked in a neat pile on The Irvine Company property adjacent to Jamboree Road right -of -way between Stations 129 +00 - 131+00. Contractor shall dispose of all barbed wire and other scrap wire by hauling to an approved dump. I ISpecial Provisions - 23 I. •• •• FJ SECTION 29 STORM DRAINS AND DRAINAGE STRUCTURES 29-1 GENERAL iStorm drains and drainage structures shall conform to the requirements of Section 17 of the City Standard Specifications and these special provisions. 29 -2 TRENCHING AND EXCAVATION Between Station 163 +00 and Station 177 +00, the compacted embankment shall be completed to design grade before trenching and excavations for storm drains and drainage structures are commenced except as noted on the plans. 1 The Contractor shall take special precautions including any necessary shoring of trenches and excavations when such trenching and excavations are adjacent to and lower than the existing 18 -inch water line located 4 feet west of centerline 1 of Jamboree Road and adjacent to 6 -inch blow -off valve and pipe at Station 176 +80. 29 -3 ASBESTOS- CEMENT STORM DRAIN PIPE OPTION ' Where plans show reinforced concrete pipe for storm drains, the Contractor may base his bid on furnishing asbestos - cement gravity sewer pipe in lieu of reinforced concrete pipe up to 24 -inch diameter as follows: Where Plans Show Contractor May Furnish ' 12" RCP 1500D 12" ACP Class 1500 15" RCP 1500D 16" ACP Class 1500 18" RCP 2000D 18" ACP Class 2400 21" RCP 1500D 24" ACP Class 2400 I 24" RCP 1500D 24" ACP Class 2400 If Contractor elects to furnish and install asbestos - cement gravity sewer pipe in lieu of reinforced concrete pipe, he shall provide short lengths 3'3" long for all connections to junction chambers and manholes as shown by typical detail on Sheet 10 of the Plans. Contractor shall shapethe bottom of the trench for asbestos - cement pipe for a width of at least one -half the diameter of the pipe. The trench shall then be backfilled to a height of 6 inches over the top of the pipe using structure backfill placed by hand and tamped to specified compaction around and under the pipe. Asbestos - cement gravity sewer pipe furnished in the above listed sizes shall be Type II as specified in ASTM C 428 -63T. Before the asbestos - cement gravity sewer pipe is placed in trench, the Contractor shall furnish a certificate from the supplier that the pipe furnished conforms to these specifications. I ISpecial Provisions - 24 29 -4 INSTALLATION OF 15 -INCH CORRUGATED METAL PIPE (CMP) The extension of the existing 15 -inch corrugated metal pipe drain at Station 165 +58 by installing 145 feet of 15-inch corrugated metal pipe shall be constructed in accordance with Section 66 of the State Standard Specifications as modified hereinafter. a. Corrugated metal pipe shall be 16 -gauge conforming to AASHO Designation H -36, asphalt dipped at the plant before being shipped. b. New pipe shall be connected to end of the existing 15-inch corrugated metal pipe drain with a standard band coupler. c. A sand bedding shall be provided by excavating a ditch 5 feet wide and 2 feet deep to remove existing muck along the centerline of the new 15 -inch corrugated metal pipe as shown on Plan Sheet No. 10. This ditch shall be backfilled with sand meeting the specifications for the pervious sand blanket. d. The sand backfill shall be brought to a grade such that the invert of the 15 -inch corrugated metal pipe will have a "camber" to compensate for anticipated settlement after the embankment is placed over the pipe. The exact profile of the 15-inch corrugated metal pipe with camber 1 is shown on Sheet No. 10 of the plans. e. After the 15 -inch corrugated metal pipe has been set to grade, the pervious sand blanket shall be placed around and over the pipe in accordance with the specifications contained in the Earthwork Section of these Special Provisions. Care shall be exercised to prevent damage to the corrugated metal pipe from equipment operations during the place - ment of the pervious sand blanket. 29-5 MEASUREMENT AND PAYMENT Eighteen -inch (2000D), 21 -inch 0500D) and 24 -inch (1500D) RCP will be measured by linear feet in place. Payment will be made at the contract unit price per linear foot and shall include all costs of furnishing and installing pipe, trenching, back - filling, connecting to manholes and junction chambers, and special shoring when necessary. The 15 -inch corrugated metal pipe will be measured by linear feet in place. I Payment will be made at the contract unit "price per linear foot and shall include all costs of furnishing and installing pipe, trenching, sand bedding and laying the pipe with camber as specified. Payment will be made at a contract lump sum price for the drainage structures at various locations as shown on the plans and as briefly described hereinafter: I(Pipe included in the following items will not be separately paid for). 29-5.1 STATION 96+88 Remove existing catch basin. Salvage two 210" x 3'4" steel grates. Install Type GVOV one grate inlet. Connect inlet to existing 15 -inch RCP drain. 29 -5.2 STATION 155 +75 Install special inlet catch basin with 65 LF of 15 -inch RCP to existing manhole. Special Provisions - 25 REMOVE EXISTING DRAINAGE STRUCTURES 30 -1 GENERAL IThe work of removing existing drainage structures shall include the complete removal and salvage or disposal of items described in this section and the ISpecial Provisions - 26 29 -5.3 STATION 164 +80 Remove existing concrete collar at end of existing 15 -inch ACP storm drain, and remove 15-inch CMP stub and asphalt downdrain. Construct new 48 -inch diameter I junction chamber, special inlet catch basin, a one grate Type GVOV grate inlet, 15-inch RCP connecting drains and 12 -inch CMP median drain. 29 -5.4 STATION 165 +60 Construct new 48 inch I.D. junction chamber manhole joined to end of existing I 15 -inch CMP drain as shown on Sheet No. 10 of plans. 29 -5.5 STATION 168 +91 TO STATION 169+17 IInstall 18 -inch CMP downdrain from end of 18 -inch RCP drain to elevation 4.0 in flood control channel. I29 -5.6 STATION 176 +75 Cut and remove or fill with sand - cement slurry the portion of 30 -inch CMP to I be abandoned. Construct 48 -inch diameter junction chamber and manhole joined to 30 -inch CMP. Install one special inlet catch basin, and a two grate Type GVOV grate inlet with 15 -inch RCP connecting drains, and 12 -inch CMP median drain. The 48 -inch diameter junction chamber - manhole may be constructed before 1 commencing embankment at this location. I 29 -5.7 STATION 180+87 Construct 48" x 48" reinforced concrete junction chamber joined to existing 18 -inch RCP drain. Install a Type GVOV one grate inlet and 12 -inch RCP connecting drain. 29 -5.8 STATION 184 +21 Construct 48 -inch diameter junction chamber with flat top manhole cover to join I existing 18 -inch RCP drain to new 21 -inch RCP drain. I 29 -5.9 STATION 185 +79 Cut and remove portion of existing 24 -inch CMP drain. Construct 36" x 36" reinforced concrete junction chamber joining existing 24 -inch CMP with new 21 -inch RCP drain. The contract lump sum price for the above described drainage structures shall include all compensation for furnishing all labor and materials to construct all items as shown in detail in the plans at each location, including excavation, I backfill, grates, covers, manhole frames and covers, joining to existing and new drain pipes, rounded entrances to outlet pipes and all appurtenances, complete in I place. SECTION 30 REMOVE EXISTING DRAINAGE STRUCTURES 30 -1 GENERAL IThe work of removing existing drainage structures shall include the complete removal and salvage or disposal of items described in this section and the ISpecial Provisions - 26 filling of holes and depressions resulting from such removal with structural backfill. Materials designated for salvage shall be used as described in these special provisions or shall be delivered to the Corporation Yard of the City of Newport Beach. 30 -2 DESCRIPTION OF ITEMS TO BE REMOVED 1. Remove inlet catch basin and 12" x 21" CMP drain between Station 110 +00 and Station 111 +10. 2. Remove two -grate inlet catch basin at Station 151 +50, salvage two 2' x 314" steel grates. Plug end of 18" RCP pipe before backfilling. 3• Remove special inlet catch basin at Station 154 +91, salvage precast cover (two sections). Plug end of 18 -inch RCP before backfilling. 4. Remove 12 -inch CMP downdrain and appurtenances at Station 155 +80. 5. Remove 12 -inch CMP downdrain and spillway at Station 176+50. 30-3 PAYMENT Payment will be made at the contract lump sum price bid for the complete removal of existing drainage structures as shown on plans and described in this section. SECTION 31 SALVAGE 31 -1 GENERAL The Contractor shall reuse salvage materials removed from existing drainage structures as described hereinafter. Item Description Two - 2'0" x 3'4" Steel grates Two - 2'O" x 314" Steel grates One - Precast cover (two sections) 80 LF + 12 -inch CMP One - Precast cover (two sections) Present Location C.B. at 96 +79 C.B. at 151+50 Special inlet C.B at Station 154 +91 Station 155 +80 Special inlet C.B. at Station 184 +19 To Be Reused At One at Station 96 +88 and one at Station 164+80 Two grates at Station 176 +75 Special inlet C.B. at Station 155 +75 Station 164 +60 and Station 176 +75 Special inlet L.B. at Station 176 +75 Special Provisions - 27 SECTION 32 FILL 36 -INCH CORRUGATED METAL PIPE DRAIN 32 -1 GENERAL The existing 36 -inch CMP drain to be abandoned in place at Station 151+70 shall be filled as specified herein. Also the portion of the 30 -inch CMP drain at Station 176 +75 to be abandoned shall be removed or filled as specified herein. 32 -2 METHOD L Since the 36 -inch CMP drain at Station 151 +70 is under structural pavement, it shall be completely filled with a pumped slurry so that no air pockets remain in the pipe. Existing openings shall be plugged as required. A witness hole at least 6 inches in diameter shall be provided from the most westerly end of the 36 -inch CMP vertically through the asphalt pavement at this location. A slurry consisting of one sack of Portland cement per cubic yard of sand shall be pumped into the lowest point of the 36 -inch CMP until slurry appears at the witness hole indicating that the 36 -inch CMP is completely filled with slurry. The water content of the slurry shall be kept as low as possible, consistent with standard grout pumping procedures. Removal of that portion of the 36 -inch 1 CMP not under structural pavement may be permitted subject to approval by City. 32 -3 PAYMENT ' Payment for filling the 36 -inch CMP at Station 151 +70 will be made at the contract lump sum price for the work complete in place including drilling and patching 1 witness holes, plugging 36 -inch CMP and plugging 18 -inch RCP side drain to 36- inch CMP. The cost of filling or removing the 30 -inch CMP drain at Station 176 +75 shall be included in the contract lump sum price for drainage structures at Station 176 +75. SECTION 33 METAL BEAM GUARD RAILING 33 -1 GENERAL ' Metal beam guard railing shall be installed at locations designated on plans and in accordance with Orange County Standard Plan 410. Fifty -four L.F. of metal beam guard railing shall be constructed on the westerly side and 104 L.F. shall be constructed on the easterly side of Jamboree Road at the south approach to the new two -lane bridge, as shown on Plan Sheet No. 11. jThe 104 L.F. of existing metal beam guard railing at the south approach to the existing bridge shall be removed. The materials from this 104 feet of metal beam guard railing, including posts, may be reused in constructing the metal beam guard railing as above described. The Contractor shall use care to avoid damage to the metal beam guard railing and posts to be removed. Any guard railing or posts damaged by the Contractor will be rejected and the Contractor 1 will be required to furnish new materials in lieu thereof. Special Provisions - 28 I 1. Signalization work at the intersection of Jamboree Road and Ford Plant Entrance. 2. Conduit and pull box . work for future signals and luminaires at the intersection of Bison Street and Jamboree Road. 3. Conduit and pull box.work for future signals and luminaires at the intersection of North East Bluff Drive and Jamboree Road. 4. Relocation of existing pull box at the inter- section of Palisades Road and Jamboree Road. Special Provisions - 29 SECTION 34 RELOCATE VENT LINES l34 -1 GENERAL The Contractor shall relocate vent lines to two water line vaults at Station 102 +36 and 104 +85 as shown on Sheet No. 15 of the plans. 34 -2 PAYMENT Payment will be made at the contract lump sum price for relocating vent lines at locations shown on the plans. Payment shall include full compensation for all costs of excavating, backfilling, re- ending existing pipe where reused, cutting into vault and lowering two vent lines as shown on the plans, and performing any or all work required to complete the relocation of these vent lines to function as designed. SECTION 35 RELOCATE AIR -VAC UNITS 35 -1 GENERAL 1 The Contractor shall relocate air -vac units and pipes at Station 104 +57 and Station 112 +77 as shown on Sheet No. 15 of the plans. 35 -2 PAYMENT Payment will be made at the contract lump sum price for relocating air -vac lines, valves and appurtenances at locations shown on the plans. Payment shall include 1 full compensation for all costs of excavating, backfilling, re- ending existing pipe where reused, and performing any or all work necessary to relocate the air -vac units to function as designed. SECTION 36 ' ELECTRICAL 36 -1 SCOPE ' The electrical work shall include the following: I 1. Signalization work at the intersection of Jamboree Road and Ford Plant Entrance. 2. Conduit and pull box . work for future signals and luminaires at the intersection of Bison Street and Jamboree Road. 3. Conduit and pull box.work for future signals and luminaires at the intersection of North East Bluff Drive and Jamboree Road. 4. Relocation of existing pull box at the inter- section of Palisades Road and Jamboree Road. Special Provisions - 29 • 5. Conduit work at the intersections of Jamboree Road with the Ford Plant Entrance, Bison Street, and North East Bluff Drive - said conduit work for future sprinkler controls. 6. Such additional and appurtenant work as is called out by the plans and the specifications, and as required in order that the electrical work be completed in all respects. 36 -2 STANDARDS The electrical work shall be in accordance with the State of California Division of Highways Standard Specifications dated July 1964, and with the L State of California Division of Highways Standard Plans dated November 1966. 36 -3 BREAKDOWN OF BID The successful bidder shall furnish a cost breakdown of all traffic signal modifications and traffic signal work, conduits and pull boxes in a format to be requested by the City. 36 -4 PAYMENT Payment for all electrical work shown or described by notes on Sheet No. 25 of the plans, or described in these special provisions shall be made on the basis of the unit or lump sum prices bid for the various contract items of the work. SECTION 37 SETTLEMENT PLATFORMS 37 -1 GENERAL Four settlement platforms shall be furnished and installed by Contractor as shown on plans and details on Sheet No. 3• Contractor will conduct his embankment operations so that piezometer pipes may be installed by others as described in the Earthwork section of these Special Provisions. 37 -2 PAYMENT Payment will be made at the contract unit price for settlement platforms complete in place including controlled filling operations necessary for such installation. ' SECTION 38 SLOPE PLANTING 38 -1 GENERAL Specified slopes will be planted with well rooted liner stock consisting of Myoporum, Acacia Latafolia and Nerium- Oleander placed on five foot centers. Distance between plants will be measured parallel to the ground surface. The first. row of plants will be placed one foot from toe of cut and fill Special Provisions - 30 I ISpecial Provisions - 31 slopes. All planting is to be in accordance with standard nursery practice. Planting will be maintained until initial growth is established, and it is apparent the plants have completely recovered from the transplanting shock. In any event, the maintenance will continue for a minimum period of ninety days. At the end of the maintenance period, all plants must be existing and growing. 38 -2 SLOPES TO BE.PLANTED The slopes to be planted include the following. 38 -2.1 FORD ROAD TO NORTH EASTBLUFF DRIVE Station 98 +1.01 to Station 133 +00 - Plant all slopes from 66 feet right of centerline to top of cuts or toe of fills. Station 133+00 to Station 149+00 - Plant all slopes from 66 feet right of centerline to 76 feet right of centerline. Station 142+00 to Station 157 +00 - Plant all slopes from 66 feet right of centerline to toe of fill slopes. 38 -2.2 NORTH EASTBLUFF DRIVE TO PALISADES ROAD Station 157 +00 to Station 185 +00 - Plant all slopes from 66 feet right of centerline to top of cuts or toe of fills, including the top and slope face of the loading berm but excluding the cut slope between Station 181+00 and Station 184 +50. Plant all cut and fill slopes.westerly of the westerly half of Jamboree Road including the top and slope ' face of the loading berm. 38 -3 MEASUREMENT AND PAYMENT Measurement of slope areas planted will be made parallel to the ground surface and will extend to one foot beyond the centers of the outer row of plants along ' the edge of all planted areas. Payment will be made at the contract unit Price per square foot and shall include full compensation for furnishing and installing.the plants and their care and maintenance as specified. No adjustment in the unit price of slope planting will be made for variations in quantity of more than 25% above or below the estimate contained in the bid proposal. In the event the low bid on this contract exceeds funds available, the item for slope planting may be deleted from the ' contract. I ISpecial Provisions - 31 SECTION 39 STANDARD DRAWINGS 39-1 GENERAL Standard drawings, attached to and forming a part of these special provisions, include the following: ' Agency Drawing No. Description City of Newport Beach STD -302 -L Bulb Angle Inlet ' City of Newport Beach STD -303 -L Bulb Angle Inlet (Alt.) City of Newport Beach STD -401 -L STD Precast Manhole City of Newport Beach STD -402 -L STD Precast Manhole ' City of Newport Beach STD -405-L STD Precast Manhole Orange County Highway Dept. STD Plan 304 Inlet Type GVOV Orange County Highway Dept. STD Plan 305 Miscellaneous Inlet Details Orange County Highway Dept. STD Plan 306 Grate & Frame Details Orange County Highway Dept. STD Plan 410 Metal Beam Guard Railing Orange County Highway Dept. STD Plan 503 Flat Top Manhole Covers Orange County Highway Dept. STD Plan 508, Junction Chamber (Storm Drain) i I Special P- rovisions - 32 I 1 ' I I, 3 G." DULS *'x Sf x IS* .. . . = RAIN[ }' I eARe TO ANGLE SO' "w LIEU OF TYPeb' ANCHORS LID DF OARS NOT WELDED MOLE W ANGLE •� RPNFORCMO STEEL PER Wftll SL[ eTANDMD PLAN OR AS OCTAILCD OTNERWISC, " CHINA. �•1r„ I" I � \ �Ile j STIRRUP (SEC NOTE e) NOTES W '(I PROTECTION 044A l9EE NOTE IU) ) WHEN CURB FACE EXCEEDS 9V4' A PLAIN ROUND STEEL PROTECTION BAR I' IN DIX SMALL BE INSTALLED. BAR SMALL BE EMBEDDED O' AT EACH ENO. (2) A STIRRUP' SMALL BE WELDED TO EACH BOLT WHEN A :• E 1'X 20'SUPPORY MLT PROTECTION BAR IS REQUIRED. WITH HEXAGONAL NUTS - (S) T • B' MIN. WHEN LENGTH OF OPENNO EXCEEDS 7 -O'. •• A•: ISEL WE Y) (4) ALL EXPOSED METAL PARTS SMALL et OALVANIZEO. I (0) WHEN REQUIRED BY LENGTH OF OPENING, BULB ANGLE . , '• �J MAY BE DELIVERED IN SECTIONS AND BUTT WELDED IN PLACE. ALL GALVANIZING DAMAGED BY WELDINO SHALL • •,S •• .RECEIVE TWO COATS OF ALUMINUM PAINT. • . (6) TYPE A OR TYPE B ANCHORAGE MAY BE USED AT p . ' CONTRACTORS• OPTION. • .• I (7) SUPPORT BOLTS SMALL BE INSTALLED WHEN LENGTH OF • OPENING EXCEEDS 7' -0 AND SMALL BE SPACED AT NOT • MORE THAN 7' -0' O.C. AND NOT LESS THAN S' -0• P.G •. ' , • (B) WHEN PROTECTION BAR IS REQUIRED AND LENGTH OF ' !,•, ••, • ••'•' OPENING IS 7' -0' OR LESS, SAID BAR SHALL BE LOCATED I ' D' BEHIND CURB FACE AND A' ABOVE GUTTER FLOW LINL ' END NOT a • I SECTION OF BASIN INLET . WITH TYPE A BULB ANGLE ANCHORAGE - ANCHORS -_ - -'_ -REWFGRCIN4 STEEL (SEC NOTE ON VIER ABOVE) 2 ! STEEL ANCHOR Ai'GL VAX ALTERNArt AS SHOWN. TYPE S BULB ANGLE ANCHORAGE' A DnPrr-D jc MA,/ C17-V OF LDS ANGELES S'TO PLAN 6 -9654 Cl-1 C NIEVI°0R 1 BEACH PUBLIC NORKS DEPARTMENT �A TCH SAS /N SULS ' ANGLE • i YLET DATE UtE.tMdtK` APPROVE ASST. P BLIC WORKS DIRECTOR DRAWING NO. 57-D- 3®2 -L a , ROUAIP - 1 `R I •6..66• :..'• ' ? f I Iro' HOLE .. I I /S •'i4. I '�'�' %': •: %� % X IO STEEL PLATE FORMED AS SHOWN, i S'a ":i:•' I• o� 5 r V L(L(��pyyp� r JE ;. , I NOTES , l- THE STEEL PLATE ALTERNATE FOP. CATCH BASIN i I INLETS SHALL BE FABRICATED FROM Y'6 It 10 UNIVERSAL MILL PLATES. THIS PLATE MAY BE USED • • •' ' I AT THE CONTRACTORS OPTION IN LIEU OF THE ;• •; y •• e'x Sy x I6x BULB. ANGLE. �t • � :,6 : , � � L-FOR ANCHORAGE AND OTHER DETAILS SEE - - STD - 302 -L 4: , ADOP %ED FPOti/ ClrY OF LDS A/.k-5ELE6 .STD, PLAN 8-3651 NEWPORT p n ` OKEMBE.P, /E. Cl I Y Off' BEAC{ 1 DATE PUBLIC WORKS DEPARTMENT APPROVE CATCH -BASIN. ASST UBLIC WORKS DIRECTOR BULB ANGLE INLET (ALTERNATE) DRAWING NO. ST/Q- 37/. . CAST /RON FQAME � COVEQ� ND. ,N�40 (24 J j N0. M•/157 (30J - � M02 /TZ FOUND ?Y OQ EpUAL SU2FACE SUQFACE _ Ll:'': `%�`'' ADJUST /NGR /NG5,4SBEOD �' • •' ' = 0"'D /A. Toed «• 2- 3 "R /NGS �••'� � ••' 2- 0# N^ �k " o .DLL Sd.V /TdQY •'�. �;',: �•��•• SEW62- MA,!/llOLOS •�'e ' SIiALL NAYG'' WGrlU �' '•'� lQOG/ srews PE?, •'' °���� � � °•• .SECT /ON B-B • � ('« � • �' TOP OF SNEL F d T CHANNEL . ECTIOAI A -A .... 9 IWA A I .T :. :• e n, NOTES: /. ALL CONCRETEMORA'S//ALL BECONSM&Ci'ED /N ACCO.POA,VCE W /TN A.S TM DES /GNAT /ON COMB -6 /T. 2 EXTEND CONCRETE M//. BASE M W /TN/N 4 "OFNEA2EST /NLE-T ANO OUTLET P /PE JO /NTS. J. W//EREYE.2 POSS /BCE, THE P IPE SHALL BE CJRR /ED CONTLV//OUSLY THROUGH THE AMM1149LES AND THE PL A Al OF BASE TOP P02T /ON OFTNE P /PE 2EMOYEO AFTEP ACL OXIIW Mop// /S COMPLETED. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT DRAWN ✓RS DATE / -M -GZ APPROVE ASS . PUBLIC WORKS DIRECTOR R.E. No. 9 53a_ N0N- ,ef1A1F0,QG« ED STAAIDA42D PkeC.4ST Afd"IHOLE '- •a? WP. DRAWING NO. STD• - 40/..- L .BEYiS /O� I I N 1,,90,rV V.404,0,1 alilev, No Af • - 1490 r JV y OA? A71144. '04 9 CONC. C04"A'> AD✓11srhya 0#65 814" 1 $ee ✓o1lvr A9EM14 24"m 6" 62=5 421AA9 -.45 SHOWAI, 24"x 2 !YZ-6,eA0E 0AIG- SIXIZAe rJV,01C.44 SEMOAl ✓olAIr DErwz- Q 7-f- .5",4 z 4 BE COA15'T. IAI ACC0eDqA1CC- WITH .457.Af OC,5'. C -478 -GI 7- Foe pmop A-LN. SEE oem? Aly L-401-57-0 53/4 I WDU C)(TeV,9 6.4-56 70 W,'rl-IIAI 4 Trf, 4 // cofts #ezwles r'-s -,vr juRs io#slr 4 48 DIA. ,dB'x 04"ECCENTA1 IC COME wr - 2/&V,# CITY OF NEWPORT E PUBLIC WORKS . DEPARTM PL A Al OF BASE H DRAWN-ZaZ DATE VECAS;r 11MA11101-h'_ DRAWING NO. 42 WORKS DIRECTOR R.E. NO. -9-ca; D. - 402 -L i I ' r� 1 1 !=T /RON FRAAfE )`COVE?, N'M-/I90o AIAiirT �Ai.unov no A611AI rrPiC44 sECTiaAi EXTEND rSaSE 7'O WITF/IN d" OF NE4RE,57 P IPE JOINTS P1-4A1 OF B4SE JO /NT DET41L 'RVAIFORCE /N 4CCOZD41VCE WITH .45TM C- 476-4;/7' COM41" RON CONE e 594f T NO TE MY. SHALL BE CONSTRUCTED IN 4CCORD4NCE W /TH 4S.74f, DES. C- 478-G/T FOR DROP M.N. $EE DWG. Ns L-401-8T0. CITY OF NEWPORT BEACH i PUBLIC WORKS DEPARTMENT DRAWN -.IZ DATE 926 -G2 APPROv A55 , PUBLIC WORKS DIRECTOR QE /NFOQCED ST4ND4R,9 P,eeCAST IWA11104E S G5 N.9. CdWVr CONC. COLLAR ,o dOJ/AR^, R /Ms.S . '. "..' '...: n.A` �.'�ly I `a1• K'. . i,i =, 27�+'av�Y.�.u- .�' AS REQ'D. ts' DIA. :` TOP 5 '. 2 -21/z Rhoves , �. >. •�• 4fd sAN/ av sawc¢ 8H4LL Ha VE iVV4*NOLE WOOUONT /OOAJ BTI.eS b. � _ $�t/aX, PEP. 8T0. GOO•L ''� SEE ✓O /NT AW TAY[ 48 4014. rrPiC44 sECTiaAi EXTEND rSaSE 7'O WITF/IN d" OF NE4RE,57 P IPE JOINTS P1-4A1 OF B4SE JO /NT DET41L 'RVAIFORCE /N 4CCOZD41VCE WITH .45TM C- 476-4;/7' COM41" RON CONE e 594f T NO TE MY. SHALL BE CONSTRUCTED IN 4CCORD4NCE W /TH 4S.74f, DES. C- 478-G/T FOR DROP M.N. $EE DWG. Ns L-401-8T0. CITY OF NEWPORT BEACH i PUBLIC WORKS DEPARTMENT DRAWN -.IZ DATE 926 -G2 APPROv A55 , PUBLIC WORKS DIRECTOR QE /NFOQCED ST4ND4R,9 P,eeCAST IWA11104E S G5 N.9. DRAWING NO. STD.- '405 -y�L ,o . '. "..' '...: n.A` �.'�ly I `a1• K'. . i,i =, 27�+'av�Y.�.u- V Decd a / r A' o E" clear GObenn.d .4.� 0np4 So. qoI I'll DHO. for elmcnl .r. 3/4" 0 Pr.Iw..' bar IS.. Nolc.) (Sid. Plon -3051 from' B Orb ^% z —3 /s p e 6" Pc bmn �•� „/ m ! "floe"~ -' t2- c- Ipa��•`Lpn� _'` .foss_ SECTION A - A STEEL LIST _ a � c v ! 3• -IIL'• 0 2 2 c r/8 Anchor Decal 1/2" Slon WIT, and Ipc..O a her., r Ip1... bern.. '5 MF IS.S . 46" pleM elel.) Total d SECTION X — "X a *rb and Aar/ M. NOTES DETAIL OF DOWEL lfpn Io o DETAIL OF END WALL Corb Line 3 I9 vo c V W Front Wall BASIN loan .... .n. .I.$;., vn101' etnwwl.. .... Map CURVATURE of I60 end -.ape at Corp openin3 Shell M Lrmed by tePfod -- te(ms a.4 shall net 00 mode by DIMENSIONS Hob - up .^ell A. I ii. .,h Valeo olker.l. e19c,6ld. Also all SlsnMld - P10n x307. Re I/2 ,nch I.1 bnr ana - .ON of a .in %11 basin, o/ Ike tallies bast* - .1 O o.6.. a, P'.'a P..,no. - R. 0 for oU O1h., old - .a0.. 8. I -1/2 Inaher for o .;Mal. pan. *r Ina Ie.'ot Mein of 1 •abbe of CPlead Dann., anl..a Olnar.,.. specified. - S • )12 m.h for lilt bpina croon loner Main •rtes, athal.loo opecllied. ••1" • 6 mcNe it N •, a Is,l or Is... "I” li d mchor it H u Opt.,,, d tool and B het. "t" • 10 ml^o d M Is B her or ever. M . 3 1.11 6 molls, vnloe O1hw.rn .yedfied. W 2 16.1 n - 3/0 niche, far line 91*T,n%. Add 3 Lei S - 3/8 i^cn.1 for each OdOil,0.01 plot,np. E %POSED SURFACES of the colon bona .hall conform I. .I.pl, %lade, .010" Ilm.h, ono 'corm• ro .n0bn% ,mprevemenl. o010C.ot L the bun. Mho,, 10 old ... 0. .u.10, the lop .hall be to cod- -_ farm L 1110n0ord nd..olk Hope end Imi'h, and onnno )'nit, shell lopfarm a' Marl, e1 p..npls to 20 Inch aaYVL.. Wn.re .O ewp - a.,.le, the better Of e.P.Soo old - walla .0010 Ike alrol .,fad ,hell cenfbrw le better for -Tender$ Palle/ Corb. OUTLET Pipe .hall lie trimmed 1e IM final shape and 10.b1h before _ ColC rill• Is poured. SLOPE of floor parallel eIt% two .hall be 12: 1 .nl.. other.,,. 'pacified Slope floor from on direction, 1. the *split. GVOV . ORATE VARIABLE LENGTH, CURB OPENING VARIABLE LENGTH .. Su lob 910.1 for 10^9148. So Sid. Pie.. Now 303, 508, and 307 for We'll' oddil; ... I not.•, %sae bpd I'.me dal"', ..d heal de- aeprassion 4.1.110. Core epa^I^% 'hall Co.,*'. to Care HibnmMr. COUNTY HIGHWAY DEPARTMENT Approved STD. PL 30 r 0 I i6 hole in face Nut tight on lost thread• I' /z 0 Stirrup 3r4" Protection Bar• (See Nole 6) 10 0 rod threaded 3" on top end / I" Edger Finish # Angle to suit Curb Face I1 1 —•uI 2 Edger Finish • �+-I r� 2., —Vert. T Gutter STIRRUP l 1 CURB SUPPORT DETAILS STEP DETAIL 0 Length of Curb 0 enin No of Anthers 3 -6° or less 2 7. -0.. 3 10'-0" 4 14'-0" S 21' -011 7 3/4 qoW _ _� -IO Edger Finish steel step 9-orb (Note 5) Angle to n Curb Face 0 ®3 -6" c.-c. FACE ANGLE CURB OPENING ANCHOR DETAIL GENERAL NOTES 1. „H" Depth for all boxes is 3'-6" unless otherwise specified. 2. For "I" won thickness see Table on Inlet Plan. 3. Height of curb opening will vary with the type of curb and the depth of the local depression. (See Local Depression, Std. Plan 'x3071 4. Reinforcing steel shall be w4 bars @ 18" . centers placed I-I /2 clear to inside of box unless otherwise shown. 5. Steps - None required where ,.H" Is 3' -6° or less. Install one step 16" above floor when „H„ Is more than 3'-6" and less than 5'-0 Where "H" is more than 5'-C ", steps shall be evenly spaced 0 16" intervals from 16" above floor to within 12° of the top of the box Place steps in wall without pipe openings. 6. When curb openings ore 7" high or more, place a 3/4 protection bar horizontally across the entire length of the opening and bend both 4" into the inlet wolion each side.Alhombro Foundry e`1565R or equal. 7. Curb openings longer than 7' shall have one curb support for each 7• increment or fraction thereof, evenly spaced. 8. P-peis) can be placed in any wall. 9. Curb section shall match adjacent curb. 10. Except for inlets used as junction boxes, basin floors shall have a minimum slope of 1213 from all directions towo(d outlet pipe and shall have o wood vowel finish. 11. Alternative reinforced floor of option of the eontroator. 12. Galvanizing; All Txposed metal shall be galvanized after fabrication. 13. See Standard Pion 0306 for Grate and Frarpe details. 14. See Standard Plan 0307 for Local Depressopn details. DETAILS =T' ALTERNATIVE REINFORCED BOTTOM (See Note it) ORANGE COUNTY HIGHWAY DEPARTMENT — �� 6/ze/cs- STD. PLAN AAi Approved _J - Hood Commissioner Date IMISCFLLANFOUS IN[ FT nFTAII _:S At NOTFS 3 '' Edger 2° Bolter Finish � L 31/2.31/2 ■ S U t 6" min. Keyed Cons?. Joint TYPE A, A, A-2tD, or E x CURB Edger Finish w "- L 4we 3 i 516:x; -' U 4 %, 2 R. min. I;, Keyed Const.Joift#.'. TYPE B CURB FACE ANGLE CURB OPENING ANCHOR DETAIL GENERAL NOTES 1. „H" Depth for all boxes is 3'-6" unless otherwise specified. 2. For "I" won thickness see Table on Inlet Plan. 3. Height of curb opening will vary with the type of curb and the depth of the local depression. (See Local Depression, Std. Plan 'x3071 4. Reinforcing steel shall be w4 bars @ 18" . centers placed I-I /2 clear to inside of box unless otherwise shown. 5. Steps - None required where ,.H" Is 3' -6° or less. Install one step 16" above floor when „H„ Is more than 3'-6" and less than 5'-0 Where "H" is more than 5'-C ", steps shall be evenly spaced 0 16" intervals from 16" above floor to within 12° of the top of the box Place steps in wall without pipe openings. 6. When curb openings ore 7" high or more, place a 3/4 protection bar horizontally across the entire length of the opening and bend both 4" into the inlet wolion each side.Alhombro Foundry e`1565R or equal. 7. Curb openings longer than 7' shall have one curb support for each 7• increment or fraction thereof, evenly spaced. 8. P-peis) can be placed in any wall. 9. Curb section shall match adjacent curb. 10. Except for inlets used as junction boxes, basin floors shall have a minimum slope of 1213 from all directions towo(d outlet pipe and shall have o wood vowel finish. 11. Alternative reinforced floor of option of the eontroator. 12. Galvanizing; All Txposed metal shall be galvanized after fabrication. 13. See Standard Pion 0306 for Grate and Frarpe details. 14. See Standard Plan 0307 for Local Depressopn details. DETAILS =T' ALTERNATIVE REINFORCED BOTTOM (See Note it) ORANGE COUNTY HIGHWAY DEPARTMENT — �� 6/ze/cs- STD. PLAN AAi Approved _J - Hood Commissioner Date IMISCFLLANFOUS IN[ FT nFTAII _:S At NOTFS 3 '' J 11 LI I1 I' F I u 1 Y l' %UI,I II rl a II 4i I M1 E� Ili �j'I I B" welded 0 . t.. 10 24" Welded 24" Bolted y2 Typical 24" GT4 r.. 2'. T r•. I TYPE 24 -9 13/e CLEAA SPACING 1 "CLEAR SPACING 1% CLEAR SPACING I SE WITHIN THE ROADBED ON n 3 - * 4)p USE IN LOCATIONS IGHWAYS WHERE BICYCLES B UNDER URBAN CONDITIONS ON HIGHWAYS WHERE BI- OF THE ROADBED ON Li WHERE BICYCLES B GRATES TYPICAL FRAME TYPE 18 -9 TYPE 24 -15 TYPE 24 -12 TYPE 24 -9 13/e CLEAA SPACING 1 "CLEAR SPACING 1% CLEAR SPACING 2" CLEAR SPACING SE WITHIN THE ROADBED ON USE WITHIN THE ROADBED USE WITHIN THE ROADBED USE IN LOCATIONS IGHWAYS WHERE BICYCLES B UNDER URBAN CONDITIONS ON HIGHWAYS WHERE BI- OF THE ROADBED ON EDESTRIANS ARE EXCLUDED WHERE BICYCLES B CYCLES 8 PECESTRIANS ALL TYPES Of R FOR RURAL CONDITIONS PEDESTRIANS ARE PER- ARE EXCLUDED, OR FOR HIGHWAYS. 316 MITTED.. RURAL CONDITIONS. 24"Grote =2'-II /," F "I Grote = 1 -7 /2 _ 24"Grote= 1 -115/6 —{ ! 18i�Gr ate • I' -51'0 Typical , .. I TjI II Typical I M 3/2 s /z bars I�._� •fin I I � � n �4 d I 2- -� I/2 Anchors CROSS SECTION (Thru Frame and Welded Grote) 3,— 41, U % or3 /4 "holes thru grate bars and bar Spacers for I/= or 9'j I bolts. 3,- S 3 /B• LONGITUDINAL SECTION (Th(u Frame and Bolted Grate) Bar ^ *�' I /2 or 3e bolls Cut washers Spot weld or peon Spacer See chart BOLTING DETAIL Typo No Bars x W41eht, Welded Bolted 18 -9 9 1%" 194 215 24 -9 9 1/" 200 230 24 -12 12 1 258 286 24 -15 15 I/ 316 344 18" fronts 80 24 frame 90 —Il'Ae I-- W r •- rN AT BAR SPACER s ` w •mow 0 N M S /eor%i ALTERNATIVE SPACER W.1 ". IS@ or 2" GENERAL NOTES I. Grate type numbers refer to width of grate in inches and number of bars, respectively. 2. Contractor has the option of using welded or bolted grates. 3. Grates and frames shall be galvanized. See Std. Specifications or Special Provisions. 4. Rounded top of bars optional on all grates. 5. Pipe drop inlets with a grate shall be placed so that bars parallel the direction of principle surface flow. NGE COUNTY HIGHWAY DEPARTMENT Approved STD. PLAN 306 f 111 ��— 12'-6' '�.— 12' -6' 1.9' (P057 BOLT 6L0T 1 1 1 w I I INSTALLATION �l 1 L.� NOTE: See Standard Plan N2610 1 for Material Specifications I SYMMETRICAL ABOUTt T 1 T 5" tlA IO ° 0.' I R s B ' 3,P DST BOLT CLOT IIZ —121 Le O_ HP 1 I .i 2° 44- °%; IOM •EIC �-1�• 1 lY MEUTM L AXIS :1 sR BY4 1 12p SECTION THROUGH RAIL ELEMENT SAME AS SECTION I TMRU MAIL ELEMENT TERMINAL SECTION �111111111'� - �� Y 1— OVAL SHOULD R T - f1 BUTTON HEAD W1 SPLICE BOLT & NUT POST BOLT: SIMILAR EXCEPT LENGTH ' MOTE: ALL UPDIMENSIONS SUBJECT TO 12 MAN ACTURINO TOLERANCES 2 . -. .._. ,.nnn ener BL n.•emre_ SET RAIL POST I N B',Di ee`a 2 -�� ARM 2' 1 ' s { f 24•'0.36" For Manhole base 8 JuncltSNt.,.',_� , 3'; 6 "er 16' Rings chamber, see STD. 506 8L 3"- 6" or 16" Rings For Manhole frame a cover $to STD. PLAN 510 Iz", I6", za'; 32", 36'• or ae" 7, For Manhole steps sea STD. Manhole pipe to make ��: s!' /ems Gal. steps PLAN 509 Max. spacing —li required depth. d (n0 steps mall be east in sanithry ' e• sewer manholes.) w ae" 60" Did. For Ring a Manhole pipe Hoop 4 wire cost into o. _ .e, sections see STD. PLAN' ' each section. As 501. thOMn, °Iz'I 5" TYPICAL SECTION Construction shall be in accord°, 5 1-- -- 6" FLAT TOP MANHOLE once with Std. Plan *611. i r Z 4 Bar - 15 lop - � i Z' I a 12 -4 Bars hooked at each end. i p4 Bar 36" Did 6 O -.. 'Diagonal Reintoreinq t• - FLAT TOP COVER PLAN OF 60" COVER WITH l 36" ACCESS 6" I4.I S..I S , 5.,� 5, v_ -- � 16 4 Bars hooked at each end. 1 eN 2' O \a 761. 2 2 tip e4 Bar + it 5 Bars hooked ' at each and �4 6 � Bar - ' PLAN OF 48" COVER IS" lap « 24 ACCESS PLAN OF 60" COVER WITH 'WITH 24" ACCESS ORANGE COUNTY HIGHWAY DEPARTMENT /0-z9-61 STD. PLAN 1 Approved Road Commissioner Oare FLAT TOP MANHOLE COVERS 50= LE; 4+• .A. i. �.. :t +•..f,1, •.�{ N.It 1•It 1. :n .• 1 •i.ti •I .I, L� 1 >.S 1 _.. �.t SECTION A —A SECTION THRU E. LATERAL 1 ALTERNATE DESIGN • ►wr.l -to - Pie s• ' 1 c.e.r.l. c R• ELEVATION 2 I 11 i � •1 I I KELEVAT4N3 I I \ I I A - -- SLOP = i ^2.. S �O'PE =;j, �Z. IMin.1 �- y Ds -- — 1 I � RELEVATION 3 I ' IL ELEVATION I � 1 1 2 04 bars Each Corner � �_—D, —� ALTERNATE DESIGN ' CAST —IN —PLACE CHAMBER USING PRE -CAST RING WITH CAST -IN NOTCHES tF 24" Dio. Nos. Notch in 48 "Long Pro -Cost Ring 1 ORANGE COUNTY HIGHWAY DEPARTMENT B -6i STD.PIAN Approved d omm ssron�r J� 1 JUNCTION CHAMBER ( Storm Drain) 508= L _T OF MANHOLE FOR MANHOLE DETAILS 1 EE STD.PLANS N9501- 505AND N 9 509-510 i t :� : I "MORTAR JOINT :.. ,+ r, i 1 _ _ 24' �•4!'. ,•.1 ��: �,, i�;�,F.. Ji•.•.L•.JC MIh 5.�. \ �.. •'� •�• �} N.0 1•tNiq. It N•10. 1.10. ;1:��...� �y�1 •t � rh LE; 4+• .A. i. �.. :t +•..f,1, •.�{ N.It 1•It 1. :n .• 1 •i.ti •I .I, L� 1 >.S 1 _.. �.t SECTION A —A SECTION THRU E. LATERAL 1 ALTERNATE DESIGN • ►wr.l -to - Pie s• ' 1 c.e.r.l. c R• ELEVATION 2 I 11 i � •1 I I KELEVAT4N3 I I \ I I A - -- SLOP = i ^2.. S �O'PE =;j, �Z. IMin.1 �- y Ds -- — 1 I � RELEVATION 3 I ' IL ELEVATION I � 1 1 2 04 bars Each Corner � �_—D, —� ALTERNATE DESIGN ' CAST —IN —PLACE CHAMBER USING PRE -CAST RING WITH CAST -IN NOTCHES tF 24" Dio. Nos. Notch in 48 "Long Pro -Cost Ring 1 ORANGE COUNTY HIGHWAY DEPARTMENT B -6i STD.PIAN Approved d omm ssron�r J� 1 JUNCTION CHAMBER ( Storm Drain) 508= L Date October 25, 1967 TO: Finance Director FROM: City Clerk SUBJECT: Contract Contract No. i096 Authorized by Resolution No. 6657 adopted on October 9, 1967 Date Mayor and City Clerk executed Contract October 25, 1967 Effective date of Contract October 25, 1967 Contract with Griffith Company Address P. O. Box 395 Costa Mesa, California Brief description of Contract Jamboree Road Select System Project No. 69 AHFP Project No. 346 Amount of Contract $413,643.50 City Clerk P 4 6�4 6 6 N AY (U) 6657 A X&SCIMSM ITY of a -W 2 12 A QQ*1&= yes M DQSM- mm aw =WNWW'Z FAM nO MAJ TO IWAAM 4 5 Womm"j. JUVoumt %o:*W matLM iWitims 614a for w*xk 6 OMS'nlvg wt the 'MV2WOOM&S Of JWADVMC %0" funs F*rd X" to 7 ftlie4d" mado to tho City of Newport S0441% La eemor4mmw With 8 the PIMS sad specaia"* have"foro edortod, we were A 9 r"aived, as the 19th 4" of t+ r, 1%% UA publicly OPONA 11 TOM" 0 it qpep" tbSt the lep"t x*"*amUU bidder 12 13 XWO TMOOMR&O a IX WAMM that the bid of ftWith 14 OvapSAW far..dw wark La the mm mt af,$413060-50 be aceep:"d and 15 th".. tb* OMMMOt ift : COW 0M4t%Wti9% V&Vk be AM946d saiA 16 bi4id4ro 17 U IT MMOR Ift"Va that the Newer Md city ICU%k is 4m b*a*y matUmimod sod At Octod to Ovecaft a 4,"tcaat ift 19 maeov4meo with the apeoLeLeAtimag b14 amd this mard. am beh"f 20 of the City of Newport 404614 mod that tb► tatty C&A be directed 21 to fundah m emcatad q*y to the rAmeawAd biAdor* 22 AVOMU this q th day of 23 24 rAw" 25 A27MI 26 27 28 29 30 31 II 32 City Clerk October 25. 1967 Public Works Department City Clerk Contract No. 1096. Attached are two executed copies of subject contract for the Jamboree Road Select System Project for your department and for transmittal to the contractor. LL:dg Att. Laura Lagios CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT October 20, 1967 TO: CITY CLERK FROM: Public Works Department SUBJECT: JAMBOREE ROAD SELECT SYSTEM PROJECT (C -1096) Attached are four sets of Insurance Forms and Contract Documents for the subject project. These documents have been reviewed and approved as noted, by the City Attorney's office. When all documents have been executed by the Mayor and your office, please transmit the Finance Department's copy to them and return the Public Works and Contractor's copies to me. Hunter T. Cook Project Engineer DHW:naj Arts: CONTRACT DOCUMENTS R CONSTRUCTION SPECIFICATIONS FOR JAMBOREE ROAD SELECT SYSTEM PROJECT NO. 69 AHFP PROJECT NO. 346 CONTRACT 1096 CITY OF NEWPORT BEACH Orange County, California September, 1967 Approved by the City Council on the 14th day of August, 1967 .. /fi i B 0 Y L E E N G I N E E R I N G Bakersfield San Diego Santa Ana Ventura 51- 0050 -01 -00 �)k uQ; t C, 'Z ►tom a�' Dwight C. Schroeder, C.E. 8603 0( a?v cp Cpa-x� Don R. Rooke, C. E. 7174 i T .. t • • M A S T E R T A B L E O F C 0 N T E.N T S CONTRACT DOCUMENTS NOTICE INVITING SEALED BIDS PROPOSAL DESIGNATION OF SUBCONTRACTORS BID BOND LABOR AND MATERIAL BOND PERFORMANCE BOND NONCOLLUSION AFFIDAVIT BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY CONTRACT SPECIFICATIONS PART I SPECIAL PROVISIONS I Page 1 -A CITY OF NEWPORT BEACH, CALIFORNIA (Sheet 1 of 3) ' NOTICE INVITING BIDS i SEALED BIDS will be received at the office of the City Clerk, City :Hall, Newport Beach, California, until 10:00 A.M., on the 19 day of September, 1967, at which time they will be opened and read, for performing work as follows: IMPROVEMENT OF JAMBOREE ROAD FROM FORD ROAD TO PALISADES ROAD CONTRACT - 1096 No bid will be received unless it is made on a proposal form furnished by the Public Works Department. Each bid must be accompanied by cash, certified check or bidder's bind made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. ' The documents included within the sealed bids which require completion and execution are the following: 1. - Proposal 2. Page 3 - Designation of Subcontractors 3. Page 4 - Bidder's Bond 4. Page 9 - Noncollusion Affidavit 5. Page 10 Contractor's Financial Status The documents shall be affixed with the appropriate signatures and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice - President and Secretary or Assistant Secretary are required and the Corporate Seal shall be affixed to all documents requiring signatures. In the case of a partnership, the signature of at least one general partner is required. All bids are to be compared on the basis of the Engineer.'s estimate. The estimated quantities are approximate only, being given solely as a basis for the comparison of bids. No bid will be accepted from a Contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of Business and Professions' Code. The Contractor shall state his license number and classification in the proposal. ` Plans, Special Provisions and Contract Documents may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. A nonrefundable charge of $2.00 will be required for each set of plans, special provisions and contract documents for others than licensed contractors. It is requested that the plans and special provisions be returned within 2 weeks after the bid opening. A nonrefundable charge of $2.00 will be required for each set of City of Newport Beach Standard Specifications. The City of Newport Beach reserves the right to reject any or all bids and to waive any informality in such bids. Page 1 -B (Sheet 2 of 3) In accordance with the provisions of Section 1770 of the Labor Code, the City Council of the City of Newport Beach has ascertained the general pre- vailing rate of per diem wages in the locality in which the work is to be performed for each craft or type of workman or mechanic needed to execute the contract and has set forth these items in Resolution No. 6519• A copy of said Resolution is available in the office of the City Clerk in the City of Newport Beach. ' The following is the schedule of prevailing wage rates, 1966 -67, for a selective list of classifications. Together with the information included in Resolution No. 6519, this schedule is to be considered a part of these contract specifications. PREVAILING WAGE RATES - 1966 -67 Classification (Selective Listing) /1/66 /1/6 Carpenters 4.83 Cement Mason Journeyman 4.60 4.84 Laborers 1 General or Construction 3.70 3.85 Asphalt Raker b Ironer 3.91 4.06 Flagman 3.70 3.85 Guinea Chaser 3.78 3.93 Laying of all nonmetallic pipe 4.01 4.16 Tunnel Classifications Vibratorman, Jack Hammer, Pneumatic Tools, (except driller) 4.315 4.4445 Operating Engineers /66) /1/6 Oiler and signalman (Group 1) 34 8 4.53 Skiploader (Less 3/4 yd.) (Group 2) 4.62 4.77 Rodman and Chairman (Group 3) 4.86 5.01 Instrumentman (Group 4) 4.97 5.12 Grade Checker (Group 5) 5.16 5.31 Pavement- breaker operator (Group 5) 5.16 5.31 �. Grade -all operator (Group 6) 5.26 5.41 Teamsters 5/1/66 5/1/6 Dump Truck Driver (Less than 4 yds) 4.35 4.50 Water Truck Driver (2500 gal. to 4000 gal.) 4.53 4.68 Building and Construction Trades 5/1/66 5/1/67 Bricklayer & Stone Mason 5.15 5.15 Electrician /1/66 /1/67 Journeyman Wireman 6.11 6.55 4/28/66 Lather 4.765 Painters 7/1/66 /I/6 Journeyman - spray 5.22 5.33 t Pipe trades Plumber 5.55 5.64 �l 11 fl II I I t_! a I I l7 I 'J 0 • Page I -C (Sheet 3 of 3) Any classification omitted herein shall be the prevailing craft rate. Overtime, Sunday and Holiday rates are at ,prevailing craft rates. CITY OF NEWPORT BEACH, CALIFORNIA Laura Lagios, City Clerk i Clearing and grubbing, includ- • i It AL BI ACl NOT RENi()'eF ' material, complete in place for Page 2 -A ' C� Et ✓� DoIIars (Sheet 1 of 9) CITY OF NEWPORT BEACH 2.1 6,000 Concrete curb and gutter, L.F. JAMBOREE ROAD complete in place SELECT SYSTEM PROJECT NO, 69 and S AHFP PROJECT NO. 346 Per i Foot 2.2 9,550 CONTRACT 1096 L.F. 6 -inch C.F. with I'0" gutter, PROPOSAL I 11 I u a I I i I 1 I I I 1 To The City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California Gentlemen: The undersigned declares that he has carefully examined the location of the work, read the Notice Inviting Bids, examined the plans and specifications, and hereby proposes to furnish all labor, materials, equipment, transportation and services required to do all the work to complete Contract 109 6 in accordance with the plans, the specifications of the City of Newport Beach, and the special provisions, and that he will take in full payment therefor the following unit prices for each item complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Clearing and grubbing, includ- Sum ing removal of undesirable material, complete in place for the lump sum price of C� Et ✓� DoIIars and Cents 2.1 6,000 Concrete curb and gutter, L.F. 6 -inch C.F. with 2'0" gutter, complete in place @ QiYE Dollars and S X7- Cents Per i Foot 2.2 9,550 Concrete curb and gutter, L.F. 6 -inch C.F. with I'0" gutter, complete in place S � • �' S �OOO- �D Dollars and / —o/zTY Cents $ %. �� $ /3370.- Linear ear Foot GRIFFITH COMPANY I i D D U I 11 I I i I I I I C I • Page .2 -B (Sheet 2 of 9) ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3• 75,340 Roadway excavation, complete C.Y. in place Dol tars and ��vEiYT� Cents Per Cubic Yard 4. 22,900 Borrow excavation, complete C.Y. in place Dollars �— and — /G/f�'/ Cents Per Cubic Yard 5. 1,900 Select top soil for median, C.Y. complete in place @27 .//oz z-A.eJ Dollars X/ and Cents Per Cubic Yard 6. 7,110 Imported aggregate base (Class Tons 3), complete in place @ / o Dollars L and Cents Pe r 6.2 600 Imported aggregate subbase, Tons complete in place Dollars --�— and Cents Per Ton 7. 6,250 Asphalt concrete, including Tons prime coat, tack coat and paint binder, complete in place' @ J X Dollars and TZ— i vE Cents Per Ton $ 0.-7 $ 52,73F? $ 2. SC> $_)-77-7S.- $ "L"2- 0 $ GRIFFITH COMPANY GRIFFITH COMPANY ITEM NO. QUANTITY AND UNIT • ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE Page 2 -C (Sheet 3 of 9) TOTAL PRICE 8. 3,000 S.Y. Miscellaneous asphalt, placing complete 'in place C@ /�U Dollars and Cents $ 2 . S0 $ Per Square Yard S.F. place r @— Dollars and"k FVFy Cents— $ Per Square Foot 10. 4 Settlement platforms, complete Each in place C�ONF yypCEp�/�yDoIIars 1 and /ye Cents $ _ Each 11. Lump Pervious sand blanket, complete Sum in place CN /iImll 4ND Dollars and Cents $ LS+ $ i12. 12 Adjust manhole frame and over Each to grade, complete in place Dollars and Cents $ (t D.'- $ 7 '2 0, — Each 13. 12 Adjust water valve covers to ' Each grade, complete in place @ /�/���-ray Dollars and /y6 Cents $ 3a- $ 3c(`.- Each 14. Lump Relocate air vents from 2 Sum vaults, complete in place $ LS $ .(/c +GGN2J GRIFFITH COMPANY GRIFFITH COMPANY..... Page 2 -D ' (Sheet 4 of 9) ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 15• Lump Relocate two air -vac control Sum units, complete in place UNO.CEO Dollars and / / VO Cents $ L- 3 $ Z 16. Lump Lump Remove existing drainage Sum structures,, complete in place O,s/ — 7—//e U-rA 'v,0 CaZ- Dollars and Cents $ LS $ 17. 900 1" x 6" redwood erosion pre- L.F. venters, complete in place AYa @ / Dollars and f i�2 Y Cents $ 0.5-0 $ 450• — Per Linear Foot 18.1 Lump Traffic signal modifications Sum in intersection at Station 117 +38, complete in place @ _ /X /ifOUJANO Dollars and Cents $ L S $ 18.2 Lump Relocate traffic signal box Sum at Station 186 +30 +-, complete in place Dollars an Z11>4 Cents $ L-S $ ! 0 0, 18.3 4 Install traffic signal pull Each boxes, complete in place @ :,Y Dollars and Ala Cents $ 40.— $ l (n 4. Each 1 18.4 200 Install 2 -inch diameter rigid L.F. conduit for future traffic signals, complete in place �— —7;;— (CD Dollars @ and Cents $ 3,50 $ 700 "' Per Linear Foot GRIFFITH COMPANY..... ;I � ' " , .. � • Page 2 -E (Sheet 5 of 9) ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 19• 560 1 -1/2 -inch PVC conduit, L.F. comp-lete'.in place @ 7- D Dollars �� and /Yo Cents $ 2 $ l Per Linear Foot 20. 2,820 3 -inch PCC pavement, complete S.F. in place / @ 6 Dollars and �i FTY Cents $ Q.5D $ 1410.- Per Square Foot 21. 580 PCC curb Type B -3, complete in L.F. place @ �N E Dollars and ,� /Ya Cents $ 1. $ Aga•` Per Linear Foot 22. Lump Drainage structures at Station Sum 96 +88, complete in place Dollars and /yam Cents $ LS $ L�^ �n• 23• Lump Sum Fill existing 36 -inch CMP drain as specified, complete in place ONE T / �ovJA IVV @ DvEf�uvOi2 7G Do1Lars and � �!6 Cents $ LS $ q I1a- 6 24. Lump Drainage structures at Station Sum 155 +75, com lete in place UN1�' 7L/0' /U.s A^/0 EE AphYpge6Y Do l i a r s and Cents $ 1_3 $ 13 0O, — 25• Lump Drainage structures at Sum Station 164 +80, complete in place T/ovs @ruro fYv.vo.n F0 Dollars //e> Cents $ LS. $ 22 OQ. — GRIFFITH COMPANY ITEM NO. QUANTITY AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE Page 2 -F (Sheet 6 of 9) TOTAL PRICE 26. 407 18 -inch reinforced concrete L.F. pipe 2000 -D, complete in place � Dollars and Cents $ I � _— $ 731 Cc. Per Linear Foot 27. Lump 18 -inch corrugated metal pipe Sum downdrain at Station 168 +96 to 169 +17, complete in place @ �i/EN aN!> 6n Dollar s and /Lz Cents $ LS $ % t^ ©. _ 28. Lump Drainage structures at Station Sum 176 +75, complete in place @ dun i%vor�o Dollars and Cents $ LS $ '2-200. 29• 412 24 -inch reinforced concrete L.F. pipe 1500 -D, complete in place (@ Dol tars and Cents $ 1 CQ.— $ 6S 9Z:— Per Linear Foot 30. Lump Drainage structures at Station 1 Sum 180 +21 f, complete in place ✓1 A /✓.O @ ✓� �fuNait6o Dollars and /t Cents $ 31. Lump Junction chamber Station Sum 184 +21 ±, complete in place �iX fj/v .vl7 /L Ed Ca r FifTy Dollars and Cents $ 32. 155 21 -inch reinforced concrete L.F. pipe, complete in place @ Dollars and � Cents $ 14-•�' Per Linear Foot GRIFFITH COMPANY i ITEM NO. QUANTITY AND UNIT • ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE Page 2 -G (Sheet 7 of 9) TOTAL PRICE 33. Lump Junction chamber at Station Sum 185 +79, comp] to in place (� €G Dollars and lAlo Cents $ LS $ 400. - 34. Lump Metal beam guard railing in- Sum cluding removal and reuse of existing railing, complete in place .S'iX �vyp,�FO @ Dollars J and Cents $ L S $ G 5 b.- 35• 3,600 Furnish Type I prestressed L.F. concrete piling complete in place (� % Dollars and /i/ Cents $ g.— $ Per Linear Foot 36. 64 Drive prestressed concrete Each piling comp] to in place 1 �vs @ i�sf Dollars and Cents $ .7207 -' $ 33280.' Each iJ 37. Lump. Reinforced concrete bridge . Sum structure including wing walls, barrier rails and railing in place fcomplete ivE1}7D Dollars and Cents $ 38. Lump Restore water passageway at Sum San Diego Creek complete in place ^7-- 7—N2EE / ;ePV AiY.O (0) Dollars 1 and Cents GRIFFITH COMPANY 0 Page 2 -H (Sheet 8 of 9) ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL No. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 39• 145 15 -inch corrugated metal L.F. pipe complete in place C /'ifTEE_ Dollars and Cents $ /��� Per Linear Foot TOTAL SUM OF B I D./.—°!- 2vN9/y J (Words) (Figures) -T- All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the undersigned in making up this 4id. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Sunday, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of contractors, License No. 32166 Classification A, SC12, B1, C10 GRIFFITH COMPANY Accompanying this proposal Iin an amount not less than 10% of the a Page 2 -1 (Sheet 9 of 9) is Bidder's Bond (Cash, certified check, cashier's check or bond ) total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self - insurance in accordance with the 1 provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. KI 9 2291 Phone Number 1 September 19, 1967 Date IP. 0. Box 395 Costa Mesa, California 92627 Bidder's Address I GRIFFITH COMPANY Bidder's Name (SEAL) :J BEN P. GRIFFITH AuthoriZeM Signa ure PRESIDENT Auth rized Signature ASS'T.SECRETARY F. C. RODENSROCk CORPORATION Type of Organization (Individual, Corporation, Co- Partnership) I� I I I I I List below names of President, Secretary, Treasurer and Manager if I a corporation, and names of all co- partners if a co- partnership: Ben F Griffith President 1001 Linda Flora Dr Los Angeles Calif 90049 W R kirams Vice President & Secretary 241 Via Genoa Newport Beach Cal 92660 C F Rees Vice President & Treasurer 204 N Hillcrest Bl Inglewood Calif 90301 J F Forcher Vice President - Construction 2921 Illinois Ave South Gate Calif 90280 Thelma U Barnes Assistant to President 401 S Burnside Ave Los Angeles Calif 90036 II F I C Gregory Jr Rodenbrock Contract Officer -Asst Secy Assistant Secretary 4535 Carpenter Ave 512 S Hobart Blvd N Hollywood Los Angeles Calif 91607 Calif 90005 L II Bunch Assistant Treasurer 411 Osborn West Covina Calif 91790 I� I I I I I • • Page 3 DESIGNATION OF SUBCONTRACTOR The undersigned certifies that he has used the subbids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon tthe prior approval of the City Council of the City of Newport Beach. ITEM OF WORK SUBCONTRACTOR ADDRESS I I I I I I I u 2. St 3• STa Z -/'-? .lid T ,�NJJ T >�"�1��2 4. .CGEc Tjzi c,4 STz"/ ' / F / %117 -Y � €GC /Gt //yGF <L�-p 5• Ti z- W c C GRIFFITH COMPANY Bidder's Name /E' Authorized Signature PRESIDENT BEN P. GRIFFITH CORPORATION Type of Organization (Individual, C6- Partnership or Corporation) P, o. Box 395 Costa Mesa, California 92627 Address G • . Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL I KNOW ALL MEN BY THESE PRESENTS, That we, GRIFFITH COMPANY as Principal, and Tit€ PMERICV, INSU'RPAICE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of ten amount bid in percent of the total / Dollars ($ 10% of Bid), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above- bounden principal for the construction of improvement of Jamboree Road from Ford Road to Palisades Road; Contract 109 in the City of Newport Beach, if accepted by the City Council of said City, and if the above - bounden Principal shall duly enter into and execute a contract for such construction and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday and Sunday) from the date of the mailing of a notice to the above- bounden Principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. 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, We hereunto set out hands and seals this 19th day of September , 1967, Corporate Seal (If Corporation) GRIFFITH COMPANY nclpal (Attach Acknowledgement of Ai HEN P. GRIFFITil Attorney in Fact) PRESIDENT 7W AMER1=1 INSURARCE COMPANY Surety By - . 13OLTON Title 6tlsflrsly- in -a ©: IUM I1TC D- . Iii ° Slate of CaliYOrni 4 GPunty of Los AW sss. On. September 19, 1967 , before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared B. J. spited known to me to be Attorney -in -Fact of 1W i1Yl1 AN INSMA C MWAW the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year stated in this certificate above. • My Commission Expires JAN 14 1968 s 360212 -66 OFFICIAL SEAL 'ARY PUBLIC - CALIfuRN1A PRINCIPAL OMCE IN LOS ANGELES COUNTY Page 5 LABOR AND MATERIAL BOND IKNOW ALL MEN BY THESE PRESENTS, THAT as Surety, are held firmly bound unto the City of Newport Beach, in the sum of Dollars ($ ), said sum being one -half of the estimated amount payable by the City of Newport Beach under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or his sub- contractors, fail to pay for any materials, provisions, provender or other supplies, or teams, used in, upon, for or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the court, as required by the provisions of Section 4204 of the Government Code of the State of California. 11 11 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted has awarded to hereinafter designated as the "Principal ", a contract for in the City of Newport Beach, in strict conformity with the drawings and specifi- cations and other contract documents on file in the office of the City Clerk. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, provid- ing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon, for or about the 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 as Principal, hereinafter designated as the Contractor and as Surety, are held firmly bound unto the City of Newport Beach, in the sum of Dollars ($ ), said sum being one -half of the estimated amount payable by the City of Newport Beach under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or his sub- contractors, fail to pay for any materials, provisions, provender or other supplies, or teams, used in, upon, for or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the court, as required by the provisions of Section 4204 of the Government Code of the State of California. 11 11 . . ' r • . .. Page 6 This bond shall inure to the benefit of any and all persons, companies and corpor- ationsentitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond, as required by the provisions of Section 4205 of the Government Code of the State of California. u I I I I I I n u I I I And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contractor or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the day of , 1967. Approved as to form: City Attorney This bond was approved by the City Council of the City of Newport Beach by Motion on Date Attest: City Clerk tractor (Seal) (Seal) (Seal) (Seal) (Seal) Surety L_J I I I 0 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, that 0 Page 7 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted has awarded to hereinafter designated as the "Principal ", a contract for in the City of Newport Beach, in strict conformity with the drawings and specifi- cations and other contract documents now on file in the office of the City Clerk of the City of Newport Beach. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing a bond for the Faithful Performance of said contract; NOW, THEREFORE, WE, as Principal, hereinafter designated as the "Contractor ", and 1 as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of Dollars ($ ), said sum being equal to 50% of the estimated amount of the contract, to be paid to the.said city or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above- bounden Principal, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their 1 true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. I �? • • Page8 (Performance Bond - Continued) And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the con- tract or to the work or to the specifications. In the event that any Principal above named executed this bond as an individual, it is agreed that the death on 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. day of , 1967. ' {Seal) (Seal) (Seal) Contractor (Seal) (Seal) 1 (Seal) Surety ' Approved as to form: City Attorney I I I LJ I I I i 1 I I Page 9 NONCOLLUSION AFFIDAVIT The Bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such City of Newport Beach whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indi.rectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulation of which prohibit or prevent the Contractor from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which pre- vent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no inducement or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me by This 19th day of September , My Commission Expires: My Commission Expires August 21,197e • -• BEN P. GRIFFITH F. C. RODENBROCK 1967, ELSA BERGSTROM NOTARY YUBLIC - CALIFQRNIA ►RINCIPAL OFFICE IN LO$ ANGELES COUNTY Notary Public ELSA BERGSTROM GRIFFITH CO,"TANY CONTRACTORS This business was incorp:�rated in April, 1902, as Fairchild - Gilmore - Wilton Co. The name was changed to Griffith Company, incorporated under the laws of the State � ?f California on December 7, 1922, and has bean in continuous operation averaging $3 ,200,000.00 annually f?)r the past ten years and *32,500,000.00 annually for the past three years in contract amounts. Griffith Company has performed work of thin nature for the Cities of Los Angeles, San Diego, Chula Vista, Imperial Beach, Bakersfield, Taft, Arvin, Pasadena, Glendale, Long Beach, Santa Ana, Garden Grove, Newport Beach, Anaheim and many others, as well as for various departments of the State of California and the Counties of Los Angeles, San Diego, Kern, Ventura, Orange, San Bernardino, Riverside and others. Our banking reference is the Farmers and Merchants Office of Security -First National Bank, Bank of America, Loan Angeles Main Office, San Diego Trust and Savings Bank and United States National Bank of San Diego. We are bonded by The American Insurance Company of Newark, New Jersey. 3 T COMPANY Accounts Payable .BALANCE SHE ET ATD DECEMBER 31, Accrued Payroll 1209675,32 ASSET'S 53,578.44 _ CURRENT ASSETS 962.50 Installment Contracts Payable - Equipment Cash in Banks and on Hand S 5209258.41 24,880.21 Accounts Receivable Federal Income Tax Payable 496969545.38 Securities at Cost 111001000.00 1709868ao TOTAL Inventory Material and Supplies 49083,091.67 839890.26 Street Improvement Bonds IIupa d Labor Drafts 89863.62 Street Improvement Assessments 19,480.63 199089025.62 Mortgage. Payable - R. E. Long Term Sundry Refundable Deposits 89550.50 Notes Receivable DEFERRED CREDITS 309288.63 Advances on Uncompleted Contracts 452,551.27 CAPITAL STOCK AND SURPLUS TOTAL Capita Stoc issued S 7,8799841.79 OTHER ASSETS Surplus 5,796,900,30 Investments and Advances to Subsidiaries 6,639,800.30 and Real Estate Joint Ventures 4989641.10 Installment Contracts Receivable on Sales of Real Estate 319334.24 Second Mortgagee and Trust Deeds 15,483.57 Cash Surrender Value of Life Insurance 287.104.00 TOTAL 8329562.91 17XED ASSETS Land Plant Sites 261,687,99 Autos and Trucks 8198039030.66 Less Allowance for Depreciation 1.314.82L.,54 4889135.12 Equipment and Plants 395149917-15 Less Allowance for Depreciation 1,224,247.96 �W,669.iq 19974 9071-07 REAL ESTATE INVEST14ENTS Real Estate Lots 289727.63 Buildings and Improvements 1,414,553.80 Use Allowance for Depreciation 683,492.96 731.060.84 TO'rAl 759.Z88.47 M9 62 LIABILITIES - CAPITAL AND SURPLUS CURRENT LIABILITIES Accounts Payable 294889812.41 Accrued Payroll 1209675,32 Due Officers and Stockholders 53,578.44 Employees Savings Bonds Account 962.50 Installment Contracts Payable - Equipment loo,650.16 Mortgage Payable - eal Estate 24,880.21 Federal Income Tax Payable 1939532.63 Note Payable - Security First National Bank 111001000.00 TOTAL 49083,091.67 OTHER LIABILITIES IIupa d Labor Drafts 259688.31 Due Subsidiary - Piru Rock Company 19,480.63 Mortgage. Payable - R. E. Long Term 278,o4gao TOTAL 3239209,04 DEFERRED CREDITS Earnings on Uncompleted Contracts 4009163.23 CAPITAL STOCK AND SURPLUS Capita Stoc issued 842,900.00 Surplus 5,796,900,30 TOTAL 6,639,800.30 $11,4469264.24 LJ I I 1J • C l BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY TECHNICAL ABILITY AND EXPERIENCE Page 10 (The Bidder is required to state what work of a similar character to that included in the proposed contract he has successfully performed and give reference which will enable the City Council to Judge his responsibility, experience, skill and business standing.) The undersigned submits herewith a statement of his financial responsibility. The undersigned submits below a statement of the work of similar character to that included in the proposed contract which he has successfully performed. GRIFFITH COMPANY 4/'Y Signed BEN P. GRIFFITH PRESIDENT I k I t • C O N T R A C T 0 Page 11 THIS AGREEMENT, made and entered into this day of 1967, by and between the City of Newport Beach, California, hereinafter designated as the City, party of the first part, and hereinafter designated as the Contractor, party of the second part. 1 WITNESSETH: that the parties hereto do mutually agree as follows; 1 1. For and in consideration of the payments and agreements hereinafter men- tioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of ' 3. The City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to for the price aforesaid, and hereby contracts to pay the same at the time, in the manner and upon the conditions set forth in the specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. I and to perform and complete in a good and workmanlike manner all the work pertain- ing thereto shown on the plans and specifications therefor; to furnish at his own proper cost and expense all tools, equipment, labor and materials necessary there- for, (except such materials, if any, as in the said specifications are stipulated to be furnished by the City), and to do everything required by this agreement and the said plans and specifications. 2. For furnishing all said materials and labor, tools and equipment, and doing all the work contemplated and embraced in this agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulites which may arise or be encountered in the prosecution of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension of discontinuance of work, except such as in said specifications are expressly stipulated to be borne by the City; and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the said plans and specifications, the City will pay and the Contractor shall receive in full compensation therefor the lump sum price, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the specifications, named in the bidding sheet of the proposal, as the case may be. ' 3. The City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to for the price aforesaid, and hereby contracts to pay the same at the time, in the manner and upon the conditions set forth in the specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. I I r L I J I I I I � 4 • Page 12 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the plans and specifications, and all amendments thereof, when approved by the parties hereto, or when required by the City in accordance with the provisions of the plans and specifications, are hereby incorporated in and made part of this agreement. 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the Director of Public Works, and their officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from the performance of the contract or work, regardless of responsibility for negligence; and from any and all claims, loss, damage, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. ATTEST: City Clerk Approved as to form: City Attorney CITY OF NEWPORT BEACH, CALIFORNIA By By Mayor Contractor Title Title (Seal) Ln m 1 0 q NN. r l f n' A N,J;IVAu N 0 X10 J, ",���.� W 00 O O J �JJJJJJ V t A W ,AW Jvv Wei OWW- +N�A�Zmmm m;ow On o mJ z n J m w w �ww Z I = =Z m 'S O 0000C 3 JJ a Z < .•+ JZ w a (D w A w . 7 'O C) -0 CD -•• O A �. O < m 00 w w 0 Cr N c+ m w -5 C-) tom w (") C) G w 7 h rF < _- w -1 vI Z w m 0 O J m w J-1 X . w w w (+ w :3 7 Cr = fD x - CL (*7 g z J o1�c =cn n Jz rr 3< m n -s i •m -s z sw o rt w z Jcn cn C, +o• 00 tT 1n omw n 7 I < < < m nJ w X3 w< r1 w I-+c O• m+ A V 3OO O X -h C+7 m w n m 7 w —• Qr+ J -fI J .rF O -+ m + co to m In v -5 In N rr n +< In m w > 0 O O > 0 o z o Arrrr O fn CO N Ol 01 N O A r r • W O• r-s O rJ-+ - N N r 4. AW01 tD. N(n ko rfJ r V r• N N(n(n O r CO N O O m w N VI O N J to m m • fnw m O ON OmO _ J ? Ln In a_ T T orr• VI r• r w w O o o • T T T N I •• --" 1< T C N Ci, Ql O kv�\ to "ol °1°J�)1%\ IN Z m Snj " �i1� N N �I. 04 am A OJ W � OOOOO�Onoo 1On00 °oo OVq pOW W° � tnN o�000 °�nczi m \Q� o �a�\'VtavoQ \\ n I�Nj 111nh R IN t OI`hI�1�?1 � • V e° +.1�t�h"�i'.t � 0 4 l c z f , c1 O 1 I• '{y 11 IvWp.�aS T t1 NOO " VOd\ pQ�OpO�VO °���Qic4;v�tvVts:011llt d\ o0000��0 O�p0000�0 °� �10�Opoy�po0y` 0 •ic �IUI I ^� h IIZS Q�°1 1 °Is I�It9t�tV, llD ld ZC� 4ppd�O�Op4o�oppp��o�� \�ooO��p+vod� q O Or,opoo O���cW• -t OI� f; (IOoN� Iv ��.1 �II�t °'v101pl° zycC4 tT,�� eOtnONcvtnO� (u ti I�ppoOov� °�`��n�vu \p0 C: (>, NOOOu�SUtopOOopoonio�o�mOO�\zp� � o I o Ir a vvt J" � oOpOV � p14NOlO�A4pNOp °00 OOOp 4 O OpopO,ol�j�ppONA(ryp�� m z Z m m .Z7 cno Ir -C>30 mma AI 2 M. U) c 3 a M I x a N O a. Z0 cn z CO 0 --1 r c > -o mt 311 z CD 0 3 3 n 71 A O V Na L C 3 O Z N N ? 0 "S OI 00 fi �. > n > 3- A �l VI `r v -rv� V n c' r _ o0 00 0 + +ao + A + + N 111 Ln m 1 1 r A r r p Vl N N N D ID r c� v O�onopp�lo�txio � w ;.1 Z 4y1 v o°o°���000pootioo�l; Q IV G D •A 'R pi \fl (�1 V� {R G � � Vp t� Ql n � .: `tip v potvoINN `N4 1 V Ul�ppO O b '4 ° Z0 cn z CO 0 --1 r c > -o mt 311 z CD 0 3 3 n u x m m a �-* 0 n co mn1 � °z i zAFq � --ii mjr 0 �o �n Mm M. c 3 3 a { n NO IN nnnnnran�n� IIYII A ��11111 IBIIIN 111 mn�MYimmn Will 11111 ill, Wi-, co mn1 � °z i zAFq � --ii mjr 0 �o �n Mm M. c 3 3 a { 66 s7 ff3 October 9, 1967 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: IMPROVEMENT OF JAMBOREE ROAD FROM FORD ROAD TO PALISADES ROAD, CONTRACT 1096 RECOMMENDATION: l.i Adopt a resolution awarding the contract, excluding slope planting, +I to the Griffith Company fow-$98b,25 -.M and authorizing the M yor. l and the City Clerk to execute the contract,___.___... -.- 2. Adopt a resolution authorizing the Mayor and the City Clerk to execute an entry agreement with the Irvine Company, DISCUSSION: Four bids were received in the office of the City Clerk and opened on September 19, 1967. They were: BIDDER PRICE Griffith Company Costa Mesa $413,643x50 Walker and Bates Riverside 431,970.00 Lomar Corporation Huntington Beach 449,887,90 Sully - Miller Contracting Co. Orange 511,697 00 The low bid is 32% above the engineer's estimate of $399,397.60. This is primarily due to a very high bid for slope planting. It was anticipated that slope planting might raise the construction cost excessively, therefore, a stipulation was included in the specifications allowing the City to delete the work if the bid price exceeded the funds available. Since the price bid is $20,000.00 above the estimated amount, deletion of slope planting is recommended. If slope planting is deleted, the contract price would be 12% below the adjusted engineer's estimate of $391,927,00. The low bidder has requested that the City not delete the slope planting item from the contract. A copy of his letter is attached. The Griffith Company has recently completed or has following: 1) Widening of Jamboree Road from Coast Highway of Placentia Avenue at Production Place, 3) Widening of 16th to Sea Gull Lane, 4) Extension of Irvine Avenue northerly of 5) Reconstruction of the streets in Anniversary Estates, and Cliff Drive, under construction the to Ford Road, 2) Widening Street from Irvine Avenue Santa Isabel Avenue, 6) Reconstruction of The contract includes the construction of the third and fourth lanes from North Eastbluff Road to Palisades Road with a bridge across San Diego Creek, curbed median from Ford Road to Palisades Road and the construction of a double left turn lane at the entrance to the Aeronutronic facility.jcouNr."— i. —� Page 2 October 9, 1967 Subject: Improvement of 0 Jamboree Road 0 The total estimated cost of the project is: to Engineering $ 26,625,00 2, Striping and Signing 2,000,00 3, Inspection and Testing 5,621,50 4. Contract Amount 386,253050 5, Contingency 6,000,00 26,500,00 ff3 Funding will be as follows: Amt. of Budget Source Budgeted Required Amendment City (Section 18601 Gas Tax) $158,000.00 $175,140°00 $17,140,00 Acct, #19- 3369 -036 City (Water Fund) Acct, #50- 9297 -041 1,600°00 860°00 - County (AHFP) Acct. #25- 3369 -101 100,00mo 100,000x00 - County (Flood Control District) Acct, #25- 3369 -101 150,000,00 140,500,00 - Aeronutronic Acct, #25- 3369 -036 10,000°00 10,000,00 - $419,60MO $426,500.00 A budget amendment for the supplemental Gas Tax Funds is being submitted for Council consideration, The funds are available in the current budget for the improvement of Irvine /Tustin Avenue. That project will not be constructed until late in the spring of 1968 and can be partially funded with FY68 -69 Gas Tax Funds. Cooperative agreements have been executed with the County Road Dept., County Flood Control District and Aeronutronic for the funding outlined above. The Flood Control District will finance 258,5/338.5 of the cost of the bridge, The County, through the Arterial Highway Financing Program, will fund $100,000.00 and Aeronutronic will finance work at the entrance to their plant. The entry agreement with the Irvine Company will allow the contractor to obtain and dispose of material and perform certain construction on Irvine property. It will also permit the City to enter Irvine property to maintain drainage structures. Joseph T. Devlin 8,730 Public Works Director HTC /ldg Att. s J • 0 GRIFFITH COMPANY CONTRACTORS 611 SOUTH SHATTO PLAC! LOS ANGELES 8 DUmmwk T•SX41 September 21, 1967 Mr. Ben Nolan, City .6ngineer City of Newport Beach 3300 West Newport Boulevard Newport Beach, California Re: Jamboree Road Contract 1096 Gentlemen: In conversation this date you have advised us that in awarding the subject contract, you intend to exercise your option to delete Item 9. Slope Planting, as pro- vided in the last sentence of paragraph 2, Section 38 -3 of the Special Provisions. As we have explained to you in greater detail, our bid was inadvertently unbalanced during the few minutes preceding its closing, with the result that the deletion of the planting would work a hardship on us. We respectfully request that we be afforded an opportu- nity to review the matter with the appropriate City Officials, and to that end would like to see award of the contract deferred for two weeks. No loss of time in commencing the work will result by reason of this delay. Your favorable consideration to this request will be appreciated. Very truly yours, GRIFFI-Tji COMPANY G. P. Griffith GPG:ld District Manager September 25, 1967 TO: CITY COUNCIL FROM: Public Works Department q SUBJECT: IMPROVEMENT OF JAMBOREE ROAD FROM FORD ROAD TO PALISADES, CONTRACT 1096 RECOMMENDATIONS: 3 Defer awarding the contract until October 9, 1967. DISCUSSION: Four bids were received in the office of the City Clerk and opened on September 19, 1967. They were: BIDDER Griffith Company Walker and Bates Lomar Corporation Sully - Miller Contracting Co PRICE Costa Mesa $413,643.50 Riverside 431,970.00 Huntington Beach 449,887.90 Orange 511,697.00 The low bid is 32% above the engineer's estimate of $399,397.60. This is primarily due to a very high bid for slope planting. It was anticipated that slope planting might raise the construction cost excessively, therefore, a stipulation was included in the specifications allowing the City to delete the work of the bid price exceeded the funds available. Since the price bid is $20,000.00 above the estimated amount, deletion of slope planting is being considered. The low bidder has requested that the City not delete the slope planting item from the contract. A copy of his letter is attached. In order to allow time to fully analyze all aspects of his request, it is recommended the award be deferred. The low bidder has indicated he will accept award in any case and a three week delay in the award will not affect the time of completion of the contract. The Griffith Company has recently completed or has under construction the following: 1) Widening of Jamboree Road from Coast Highway to Ford Road, 2) Widening of Placentia Avenue at Production Place, 3) Widening of 16th Street from Irvine Ave. to Sea Gull Lane, 4) Extension of Irvine Ave. northerly of Santa Isabel Ave., 5) Reconstruction of the streets in Anniversary Estates, and 6) Reconstruction of Cliff Drive. I lic „ Att. ilin Director J-b il �io4G /467. L] GRIFFITH COMPANY CONTRACTORS 611 SOUTH SHATTO PLACK LOS ANGELES S. DUNKIRK 7.6141 September 21, 1967 Mr. Ben Nolan, City engineer City of Newport Beach 3300 West Newport Boulevard' Newport Beach, California Re: Jamboree Road Contract 1096 Gentlemen: In conversation this date you have advised us that in awarding the subject contract, you intend to exercise your option to delete Item 9. Slope Planting, as pro- vided in the last sentence of paragraph 2, Section 35 -3 of the.Special Provisions. As we have explained to you in greater detail, our bid was inadvertently unbalanced during the few minutes preceding its closing, with the result that the deletion of the planting would work a hardship on us. We respectfully request that we be afforded an opportu- nity to review the matter with the appropriate City Officials, and to that end would like to see award of the contract deferred for two weeks. No loss of time in commencing the work will result by reason of this delay. Your favorable consideration to this request will be appreciated. Very truly yours, GRIFFIT,H COMPANY G. P. Griffith GPG:ld District Manager r a CITY OF NEWPORT BEACH CITY ATTORNEY DEPARTMENT October 4, 1967 To: City Clerk From: City Attorney Subject: Resolution awarding a contrac for the improvement of Jamboree Road from Ford Rgad to Palisades Road (Contract N', 1096) // Transmitted is subject r solution ich, if adopted by the City Council, will award the c ntract o Griffith Company for the work, exclusive of Item #9 in e amount of This is for Council consideration at their meeting on October 9, 1967. Tully H. Seymour City Attorney THS:aem Atts. cc - City Manager Public Works Director THS'aem 1D//67 (12) 1 i• 3� 4i b 5!I 6 �, 81 9 10 llj 121 131 14 15 16 171 181 19i 20 21, 22 231 24 25 26 27 28 29 30 31 3a RESOLUTION. A RESOLUTION OF TZTY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT FOR THE.IMPROVE- MENT OF JAMBOREE ROAD FROM FORD ROAD.TO PALISADES ROAD .(CONTRACT.NO. 109.6) WHEREAS, pursu4At to the notice inviting bids for work consistini,of the improvement of Jamboree Road /from Ford Road to Palisades Rdk}d, in the City of Newport Beach,;'in accordance with the plans and), ecifications heretofore adopted, bids were ? received on the 'k9th day of September, 190, and publicly opened and declared; ank WHEREAS, It appears that the`lowest responsible bidder therefor is Griffithompany; NOW, THEREFOR, BE IT RESOLVED that the bid of Griffith Company for the work, ex&�usive of Item $9, in the amount of ,z $386,253.50 be accepted and,'that the contract for the construction work be awarded to said bddex. BE IT FURTHERiRESOLAD that the Mayor and City Clerk are hereby authorized /and direct 4d to execute a contract in accordance with thvr specifications bid and this award on behalf of the City of qew. port Beach, and tht the City Clerk be directed q to furnish an,,executed copy to the suc�essful bidder. ADOPTED this day of 4 1967. y Mayor ATTEST: City Clerk SEALED BIDS will. be :received at the office of the 'City Clerk, City Hall, Newport Belch, California, until 10:00 A.M., on the 19th day of September' 7967, at which time they will he opened and read, for per(ormivdA'work as follows: IMPROVEMENT"OF JAMBOREE ROAD FROM FORD ROAD TO PALISADES ROAD CONTRACT - 1096 No bid will be received unless it is made on a proposal form furnished byy the Public Works Department. Each bid must be accompanied by cash, certified check or Bidder's Bond made pa able to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The documents included within the sealed bids which require completion and execution are the following: 1. Proposal 2. Designation of subcontractors 3. Bidder's Bond 4. Noncollusion Affidavit 5. Contractor's Financial Status The documents shall he affixed with the appropriate signatures and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required and the Cor- porate Seal shall be affixed to all documents requiring signa- tures. In the case of a partnership, the signature of at least one general partner is required. All bids are to be compared on the basis of the Engineer's estimate. The estimated quantities are approximate only, being given solely as a basis for the comparison of bids. No bid will be accepted from a Contractor who has not been licensed in accordance with the provisions of Chapter 9, Divi- sion III of Business and Professions' Code. The Contractor shall state his license number and classification in the propo- sal. Plans, Special Provisions, and Contract Documents may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. A non - refundable charge of $2.00 will be required for each set of plans, special Provisions, and contract documents for others clam licensed contractors. It is requested that the plans and special provisions be returned within 2 weeks after the bid opening. A non - refundable charge of $2.00 will be required for each set of City of Newport Beach Standard Specifications. The City of Newport Beach reserves the right to reject any or all bids and to waive any informality in such bids. In accordance with the provisions of Section 1770 of the Labor Code, the City Council of the City of Newport Beach has as- certained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft or type of workman or mechanic needed to execute the contract and has set forth these items in Resolution No. 6519. A copy of said Resolution is available in the office of the City Clerk in the City of Newport Beach. The following is the schedule of prevailing wage rates, 1966- 67, for a selective list of classifications. Together with the iaformation included in Resolution No. 6519, this schedule is to be considered a part of these contract specifications. Prevailing Wage Rates - 1966 -67 Classification (Selective Listing) (517166) (517167) Carpenters 4.83 Cement Mason Journeyman 4.60 4.84 Laborers General or Construction 3.70 3.85 .Asphalt Raker & Ironer 3.91 4.06 Flagman 3.70 3.85 Chaser 3.78 3.93 of all non - metallic pipe 4.01 4.16 lassifications rman, Jack Hammer, Pneumatic Tools, a•at °•r 4.315 4.44 (711166) (7 /l /e 4.38 4.53 4.62 4.77 4.86 5.01 4.97 5.12 5.16 5.31 5.16 5.31 5.26 S.41 (5/7/66) 4.35 4.53 (5/7/66) 5.15 (7/1/66) 6.11 (4/28/66) 4.765 (7/7/66) 5.22 5c end signalman (Group 1) ader (Less % yd ;) (Group 2) n and Chainman (Croup 3) neatman (Group 4) Checker (Group 5) ent- breaker operator (Group 5) all operator (Group 6) ^rs Truck Driver (Less than 4yds) truck driver (2500 gal. to 4000 gal.) and Construction trades Oyer & Stone Mason • EJactrician )Arneyman Wireman - Spray i 7 7. ?mber 5.55 classification omitted herein shall be the 5. (7/1 (7/ 5. Sunday and Holiday rates are at prevailing y CITY OF NEWPORT BEACH, C.ALII Laura Lagios, City Publish: Sept. 7, 1967, in the Newport Harbor Ensign t M 4 S t 0 TO: CITY CLERK FROM: PUBLIC WORKS DIRECTOR 0 AUGUST 14, 1967 SUBJECT: IMPROVEMENT OF JAMBOREE ROAD FROM FORD ROAD TO PALISADES ROAD, CONTRACT NO. 1096 RECOMMENDATIONS: 1. APPROVE REVISIONS TO THE PLANS AND SPECIFICATIONS. Z. REVISE THE DATE FOR OPENING BIDS FROM AUGUST 21, 1967 TO SEPTEMBER 19, 1967- DISCUSSION: ON JULY 24, 19672 THE COUNCIL APPROVED THE ABOVE PROJECT AND AUTHORIZED A CALL FOR BIDS TO BE OPENED ON AUGUST 21, 1967. THE COUNTY ROAD DEPARTMENT, ACTING AS ADMINISTRATOR OF THE ARTERIAL HIGHWAY FINANCING PROGRAM FUNDS INCLUDED IN THE PROJECT FINANCING, HAS REQUESTED CERTAIN TECHNICAL REVISIONS TO THE ORIGINAL CONTRACT REQUIREMENTS. THE CHANGES INVOLVED, WHILE NOT ALTERING THE CONCEPT OR SCOPE OF THE WORK, HAVE RE- QUIRED SUFFICIENT REVISIONS TO THE PLANS AND SPECIFICATIONS TO MAKE NECES- SARY THE RECOMMENDED DEFERRAL IN THE DATE OF OPENING -BIDS. JOSEPH T. DEVLI w PUBLIC WORKS DIRECTOR i ,l BBN:NAJ TO: CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT � 7 . r ;21, /yd 7 JULY 242 1967 SUBJECT: IMPROVEMENT OF JAMBOREE ROAD FROM FORD ROAD TO PALISADES ROAD., CONTRACT 1096. RECOMMENDATIONS: 1. APPROVE THE PLANS AND SPECIFICATIONS. 2. AUTHORIZE THE CITY CLERK TO ADVERTISE FOR BIDS TO BE OPENED AUGUST 210 1967 AT 10 :00 A.M. DISCUSSION: THE PROJECT WILL PROVIDE A 16 FOOT CURBED MEDIAN FROM FORD ROAD TO PALISADES ROAD, EXCEPT IN THE FILL AREA WHERE SETTLEMENT 05 ANTICIPATED, AND TWO ADDITIONAL 12 FOOT LANES PARALLEL TO THE EXISTING ROADWAY FROM NORTH EASTBLUFF DRIVE TO PALISADES ROAD. A TWO LANE BRIDGE PARALLEL TO THE RECENTLY COMPLETED BRIDGE WILL BE CONSTRUCTED OVER SAN DIEGO CREEK. THE ESTIMATED COST OF THE PROJECT INCLUDING ENGINEERING is $420$000.00. FINANCING WILL BE AS FOLLOWS: SOURCE ESTIMATED COST AMOUNT BUDGETED E CITY (SECTION 186.1 GAS TAX) $158,000 *158,000 ACCOUNT #19 -3369 -036 CITY (WATER FUND) 2,000 20000 ,,k ACCOUNT 150 -9294 D-041 ORANGE COUNTY FLOOD CONTROL 150 .,000 150 .,000 DISTRICT ACCOUNT #26 -3369 -036 ARTERIAL HIGHWAY FINANCING 100 2000 1000000 PROGRAM (AHFP) ACCOUNT #26 -3369 -036 AERONUTRONIC 10,000 0 ACCOUNT #26- 3369 -036 $420,000 $410,000 COOPERATIVE FINANCIAL AGREEMENTS WITH THE FLOOD CONTROL DISTRICT, AERONUTRONIC AND WITH THE AHFP HAVE BEEN APPROVED BY THE COUNCIL. THE FLOOD CONTROL DISTRICT WILL FINANCE APPROXIMATELY 76% OF THE COST OF THE BRIDGE. AERONUTRONIC WILL FINANCE THE CONSTRUCTION OF TURNING LANES AND SIGNAL MODI- FICATIONS AT THE ENTRANCE TO THEIR PLANT. THE AHFP WILL CONTRIBUTE TOWARD BOTH BRIDGE AND ROADWAY CONSTRUCTION. c,Q-- 3 • PAGE 2 CITY COUNCIL MEETING JULY 24, 1967 CONTRACT 1096 A BUDGET AMENDMENT TO COVER THE AERONUTRORIC CONTRIBUTION 1S BEING SUBMITTED FOR YOUR CONSIDERATION. THE ESTIMATED COMPLETION DATE IS SEPTEMBER 15, 1968. HOMEVERy DEPENDING ON THE RATE OF FILL SETTLEMENT ATTAINEDO k LATER COMPLETION DATE MAY BE NECESSARY. 110 DEVLIN IC C RKS DIRECTOR LDO i,