Loading...
HomeMy WebLinkAboutC-2516 - San Joaquin Hills Road Improvements & Median Landscapelb 6 March 3, 1987 Griffith Company 2020 Yale Santa Ana, CA 92704 CITY OF NEWPORT BEACH Subject: Surety: United Pacific Insurance Company Bonds No. U 67 76 19 Contract No.: C -2516 Project: San Joaquin hills Road Improvements and Median landscaping — Marguerite Avenue to Spyglass Hill Road The City Council of Newport Beach on January 26, 1987 accepted the work of subject project and authorized the City Clerk to file a Notice of Congletion and to release the bonds 35 days after the Notice has been recorded in accordance with applicable sections of the Civil Code. The Notice was recorded by the Orange County Recorder on January 30, 1987, Reference No. 87- 055312. Sincerely, Wanda E. Raggio City Clerk WER:pm cc: Public Works Department City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 PLEASE RETURN TO: City ZIerk/V/ City of Ne o t B ach 3300 Newport Blvd. Newport Beach, CA 92663 -3884 87- 055312 EXEMPT RECORDING REQUEST GOVERNMENT COD _ ,-..� NOTICE OF COMPLETION No 11x1 UCIDCP!AT10p PUBLIC Waks EXE C16 RECORDED IN OFFICIAL OF ORANGE COUNTY C, .2 sO PM JAN M '87 I o All Laborers and Material Men and to Every Other Person Interested: COUNTY YOU WILL PLEASE TAKE NQ E that 9p January 26, 1987 ��,. I Public Works proje`cf "consisting o an Joaquin Ifills %oad Improvements and Median_ Landscaping -- Marguerite Avenue to Spyglass Hill Road (C -2516) on N was OF S NEWpIRi aFpCN. 4. -`. tP,PR �1g81 • CE K th Company, 2020 Yale, San,Ati�n "4!' 04 r, and United Pacific Ins ui�nce Cony, 200 West Glenoaks_ as completed. Glendale, CA 91202 reigned, say: VERIFICATION CIT OF NEWPORT BEACH r � bli Works Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty o� perjury that the foregoing ie true and correct. Executed on January 28, 1987 at Newport Beach. California. i s Publi Works Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on January 26, 1987 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 January 28, 1987 at Newport Beach, California. City Clerk t 03i T? U 06" CIT100F NEWPORT AACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 January 28, 1987 County PecorderIs Office P.O. Box 238 Santa Ana, California 92702 (714) 6443005 F2:closed is the following document for recordation and return to the above -named office: San Joaquin Hills Road Improvements and Median Landscaping -- Marguerite Avenue to Spyglass Hill Road (C- 2516). Sincerely, 3300 Newport Boulevard, Newport Beach • TO: CITY COUNCIL FROM: Public Works Department 0 - BY THE MY COUNOI@nuary 26, 1987 CITY OF P : a, I i'6J CITY COUNCIL AGENDA JAN 2 G 1987 ITEM NO. F -13 APhipi VED SUBJECT: SAN JOAQUIN HILLS ROAD IMPROVEMENTS.AND MEDIAN LANDSCAPING MARGUERITE AVENUE TO SPYGLASS HILL ROAD (C -2516) RECOMMENDATION: 1. Accept the work. 2. Authorize the €.itq C#erie ta-ii#e a Neice �f._€eIetf�n. 3. Authorize the city CYerk to release the bonds -35 days after Notice of Completion.has been recorded in accordance with applicable sections of the Civil Code. DISCUSSION: The contract for the subject project has been completed to the satisfaction of the Public Works Department. • The bid price was $448,427.45 Amount of unit price items constructed $436,031.02 Amount of change orders $ 1,934.95 Total contract cost $437,965.97 Funds were budgeted in the General Fund (Account Numbers 02- 3385 -015 and 02- 7797 -375) and State Gas Tax Fund (Account Numbers 18- 3316 -007 and 19- 3314 -005). One change order was issued which provided for: 1. A change in the street light pole anchor bolts. 2. Modifications to the catch basin to accommodate a drain from Harbor Day School. 3. A replacement manhole frame and cover. The roadway plans were prepared by the Public Works Department; and the median landscaping plans were prepared by Eichenberger, Jennell, & Associates. The contractor is Griffith Company of Santa Ana, California. • The work was completed on January 14, 1987. JJ-4ft�- 6j� )IJ464 Benjamin B. Nolan Public Works Director BBN /bjm CITY OF NEWPORT BEACH OFFICE Or I HE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 926594915 014)644 -3005 TO: FINANCE DIRECTOR Public Works Department FROM: CITY CLERK DATE: August 26, 1986 SUBJECT: Contract No. C-2516 Description of Contract San Joaquin Hills Road Improvements and Median Landscaping Marguerite Avenue to Spyglass Hill Road Effective date of Contract August 25, 1986 Authorized by Minute Action, approved on July 28, 1986 Contract with Griffith Company "dress 2020 Yale Santa Ana, CA 92704 Amount of Contract $448,427.45 "6e4e Wanda E. Reggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach QQ 0 E AIL August 22, 1986 TO: CITY CLERK FROM: Public Works Department SUBJECT: SAN JOAQUIN HILLS ROAD IMPROVEMENTS AND MEDIAN LANDSCAPING MARGUERITE TO SPYGLASS HILL ROAD., C -2516 Attached are four copies of the subject contract documents. Please have executed on behalf of the City, retain your copy and the insurance certificates, and return the remaining copies to this department. L` hn Wolter Project Engineer JW:em Att: CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clift, 3300 Newport Boulevard, P. O:.Box 1760; Newport @each•, CA-92.658 -8915 until 11:00 -a.m. on the 15th. day of Jul , 1986; at whic t�Fi ime such bids sWaaTT be opene and read for SAN JOAQUIN.HILLS ROAD IMPROVEMENTS AND MEDIAN LANDSCAPING- - MARGUERITE AVENUE TO SPYGLASS HILL ROAD Title of roect 2516 Contract No. $480,000 Engineer's stimate Approved by the City Council this 9th day of June 1986. Wanda E. Raggio City Clerk Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, P. 0. Box 1768,-Newport Beach, CA 92658 -8915. For further information, call John Wolter at 644 -3311. . roject Mana9er f , G� ;_, , e�s.4m c^`'3a a y.'.^a4 ,� � � � �, L r CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL SAN JOAQUIN HILLS ROAD STREET IMPROVEMENTS AND MEDIAN LANDSCAPING MARGUERITE AVENUE TO SPY GLASS HILL ROAD CONTRACT NO.. 2516 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P. 0. Box 1768 Newport Beach, CA 92658 -8915 Gentlemen: PR1of4 The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 2516 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: IT UNIT PRICE WRITTEN IN WORDS 1. 6,150 Unclassified excavation and backfill Cubic Yards including removal and disposal of concrete, asphalt concrete, aggregate, unsuitable material and surplus material PRICE PRICE @ Three Dollars and Seventy -six Cents $ 3.76 $ 23,124.00 Per cubic yard 2. 11,425 Construct aggregate base section in- Tons cluding prime coat, complete in place @ Nine Dollars and Eighteen Cents $ 9.18 $ 104,881.50 Per ton 3. 2,400 Construct asphalt concrete pavement Tons base course including tack coat, complete in place @ Thirty -two Dollars and Forty -one Cents $ 32.41 $ 771784.00 Per ton L 1 U L 7 O N N 0J U 6 U L L 0 CO 4J 4J C.7 -�^ c 3 4- S- •r •r O o, >> .0 M, yrY roauGi J to (a 0 3 0) r i U L 7 0) +1 +J NrL N Cr i� V C•r •r p•r 1 ;4- roV O O O1r H O ro 0! U MM N c V V C C yy be ro O C i O ro o LE 7 •r N 4J 0) O u C i 0 •rNi 0 V 01 d a +, 4 ro ar O O O L L Y +�+ N C i i 4- 0 O TOO C N O C N V r r O C C > E 4J O O1 E o to •rE C w ro N n N •r o 01 >1 0! O V +L+ > E n L- a) O O 4- u 01 V- O 01 L 01 i- 4�a 01 •r N L 7 L L N= ro p'OJ++ C A L L; O U E L 3 07 , L ro u u > a+ r i C O C +L O rO i O = gv-v nu CJ W J d 3 c N 4! to N N I U • PR2of 4 i 9 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 1,425 Construct asphalt concrete pavement, Tons finish course and overlay, including tack coat, complete in place @ Thirty -two Dollars and Forty -one Cents $ 32.41 $ 46,184.25 Per ton 5. 6,500 Cold plane existing asphalt concrete, Square Feet including disposal @ No Dollars and Forty -one Cents $ 41 Per square foot 6. 3,025 Construct P.C.C. curb and gutter Linear Feet Type "C" (6 -inch curb face) per C.N.B. Std - 183 -L, complete in place @ Six Dollars and Ten Cents $ 6.10 Per linear foot 7. 1 Construct curb inlet Type "OL" Each (W = 15') (H - 5.0') per C.N.B. Std - 306 -L, with local depression, connection to existing storm drain pipe, removal of existing improvements and including excavation and backfill, complete in place $ 2,665.00 18,452.50 @ Five Thousand One Hundred Dollars and No Cents $5,100.00 $ 5,100.00 Per each 8. 1 Construct curb inlet Type "OS" (W = 3.5') Each (H = 5.0') per C.N.B. Std - 306 -L, with local depression, connection to exist - ing storm drain junction structure, removal of existing improvements and including excavation and backfill, complete in place @ Three Thousand One Hundred Fifty- six Dollars and No Cents Per each $ 3,156.00 $ 3,156.00 • • PR3of 4 ITEM QUANTITY ITEM DESCRIPTION UN L NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 9. 10 11. 12 13. 14. 11 Raise existing street light standard Each to finish median grade as shown on the plans and extend street light pull box to grade, complete in place @ Five Hundred Forty -five Dollars and No Cents $ 545.00 $ 5,995.00 Per each 9 Adjust manhole covers and frames to Each finish grade, complete in place @ Four Hundred Thirty Dollars and No Cents $ 430.00 $ 3,870.00 Per each 5 Adjust water valve and survey monument Each box to finish grade per C.N.B. Std -116 -L and C.N.B. Std - 511 -L, complete in place @ Two Hundred Dollars and No Cents $_200.00 $ 1,000.00 Per each 12,500 Construct 4 -inch thick P.C.C. "cobblestone" Square Feet median pavement per the project Special Pro- visions, complete in place @ Two Dollars and Eighty-Pp Cents S 2.84 $ 35,500.00 Per square or 3,990 Construct P.C.C. median planter walls, Linear Feet complete in place @ Nineteen Dollars and Fifty -eight Cents $ 19.58 $ 78,124.20 eP r Tinear oot Lump Sum Construct median irrigation system including electrical controller, and connections, complete in place Hundred Fifty -seven @ Twenty -nine Thousand Seven Dollars and No Cents Per lump sum $ 29,757.00 . • PR 4 of 4 NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 15. Lump Sum Construct 6 -inch Schedule 40 P.V.C. sleeves as shown on plans, complete in place @ Three Thousand Nine Hundred Dollars and No Cents $ 3,900 On Per lump sum 16. Lump Sum Traffic control and striping as re- quired by the specifications and shown on the plans, complete in place Seventy -seven @ Eight Thousand Three Hundred Dollars and No Cents $ 8,377.00 Per lump sum 17. Lump Sum Guard undergroung construction @ Five Hundred Fifty -seven Dollars and No Cents $ 557.00 Per lump sum TOTAL PRICE WRITTEN IN WORDS Four Hundred Forty -eight Thousand Four Hundred Twenty -seven Dollars and Forty -five Cents $ 448,427.45 July 15, 1986 Date (714) 549 -2291 Bidder's Telephone Number 32168 A B -C12 Contractor's License No. & Classification GRIFFITH COMPANY S /James D. Waltze, Vice President Authorized ignature it e 2020 Yale, Santa Ana, CA 92704 Bidder's Address . • Page 2 INSTRUCTIONS TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS. 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less that 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. The City of Newport Beach will not permit a substitute format for the contract documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis- crepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissionsin the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the con- tract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in- clusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. 32168 A -B -C12 GRIFFITH COMPANY Contr s Lic. No. & C assification Bidder July 15. 1986 S /James D. Waltze, Vice President Date Authorized Signature /Title • , Page 3 DESIGNATION OF SUBCONTRACTOR(S) The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer -and as provided by State law. Subcontract Work Subcontractor Address 1. Stamped Concrete Sullivan Concrete Costa Mesa 2. Concrete Jezowski Orange 3. Electrical Steiny Anaheim 4. Landscape Phoenix Orange 5. 6. 7. 8. 9. 10. 11. 12. S /Jam D. WLS' tze, Ni resident ut es orize gnature ce Title . FOR ORIGINAL SEE CITY CLERK'S4V E COPY Page 4 ' BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, GRIFFITH COMPANY, 2020 YALE, SANTA ANA- CA 92704 , as bidder, and UNITED PACIFIC INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, Calfornia, in the sum of TEN PERCENT (10 %) OF THE TOTAL AMOUNT BID IN ---- - - - - -- Dollars ($---------- - - - -4, lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of San Joaquin Hills Road Improvements and Median Landscaping -- e OT f roject Lontract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver to said City the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of contract documents for execution to the above bounden bidder by and from said City, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an individual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 10th day of July , 1986. (Attach acknowled ement of Attorney- in- Factq Catherine L. Rhoads Notary Public Commission Expires: April 4, 1988 GRIFFITH COMPANY Bidder S /James D. Waltze, Vice President Authorized Signature /Title UNITED PACIFIC INSURANCE COMPANY Surety By S /Mary A. Jenny Title .Attorney -in Fact 0 Page 5 NON- COLLUSION AFFIDAVIT The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this 15th day of July 1986. My commission expires: GRIFFITH COMPANY Bidder S /James D. Waltze. Vice President Authorized Signature /Title S /Sue G. F. Hewitt Notary Public '• '• 0 Page 6 u TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. See Attached. GRIFFITH COMPANY Bidder S /James D. Waltze, Vice President Authorized Signature /Title , GRIFFITH COMPANY CONSTRUCTION EXPERIENCE REFERENCES Year Completed For Whom Performed 1983 State of California - Department of Food & Agriculture Orange County Fair & Exposition Center ($763,163.00) 1983 City of Newport Beach Superior Avenue ($1,016,876.00) 1983 City of Irvine Barranca Parkway ($902,223.00) 1983 City of San Clemente Pier Bowl ($663,507.00) 1983 City of Irvine University Avenue ($989,505.00) 1984 City of Fullerton Fullerton Airport ($477,400.00) 1984 County of Orange, G.S.A. John Wayne Airport ($941,248.00) Kenneth R. Fulk (714) 751 -3247 General Manager Benjamin B. Nolon (714) 640 -2291 Director of Public Works Brent Muchow (714) 660 -3600 Director of Public Works Edward Putz (714) 492 -5101 City Engineer Brent Muchow (714) 660 -3600 Director of Public Works Hugh L. Berry (714) 738 -6845 Assistant City Manager Dick Smith (714) 834 -3212 Project Engineer Construction Section r NOTICE The following are contract documents which shall be completed and executed by the successful bidder after he receives a letter of award from the City of Newport Beach: PAYMENT BOND (pages 8 & 9) FAITHFUL PERFORMANCE BOND (pages 10 & 11) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12, 13, 14) CONTRACT (pages 15 & 16) The City of Newport Beach will not permit a substitute format for these contract documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. BONDING COMPANIES shall be acceptable as sureties in accordance with the latest revision of Federal Register Circular 570. INSURANCE COMPANIES shall be (1) licensed to conduct business in California, and (2) assigned Policyholders' Rating .A (or higher) and Financial Size Category Class VIII (or larger) in accordance with the latest edition of Best's Key Ratin Guide: Pro ert - Casualty. Coverages shall be provided or a 1 YP S 0 N URA, checked on the CERTIFICATE OF INSURANCE. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such.specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction (latest edition adopted for use in the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. Page 7 � 1 .._1 _'... KNOW ALL MEN BY THESE PRESENTS, That Bond No. U 6 19 Executed.in drgplicate. "The Premium charged for this PAYMENT BOND Band is Inchsted In that shows as the Perfirmaace Bad s WHEREAS., the City Council:of the City of Newport Beach, State of California, by motion adopted July 28, 1986 has awarded to GRIFFITH COMPANY hereinafter designated as the "Principal ", a contract for SAN JOAQUIN HILLS ROAD IMPROVEMENTS AND MEDIAN LANDSCAPING MARGUERITE AVE. TO SPY GLASS HILL RD. (C -2516) Page 8 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of Any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We GRIFFITH COMPANY as Principal, and UNITED PACIFIC.INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of FOUR HUNDRED FORTY EIGHT THOUSAND FOUR HUNDRED TWENTY SEVEN AND 45/100 — — — — — - — — — — — — — — — — — - — — — — — Dollars ($448,427.45 )> said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions, or other supplies, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemploy- ment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. The bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon F 174, BY THESE PRESENTS, That Bond No. U 67 76 19 Page 8 Rxecuted is Quadruplicate. PAYMENT BOND `The Premium charged for this Bond is incfuded in that shown on the Performance Bond." HEREAS, the City Council of the City of Newport Beach, State of California, by ,on adopted July 289 19436. as awarded to GRIFFITH COMPANY hereinafter designated as the "Principal ", a contract for SAN JGMUIN HILLS ROAD IMPROVEMENTS AND MEDIAN LANDSCAPING MARGUERITE AVE. TO SPY GLASS HILL RD, (C -2516) in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We GRIFFI'!B: as Principal, and as Surety, are held firmly bound unto the City of Newport Beach, in the sum of: FOUR IW14DRO FORTY BIGHT THOUSAND HOUR HUNDRED TWENTY SZ= AND 45/100 - - - - - - - - - - - - - - - - - - - - - - - - Dollars ($448,427.45 said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly:; and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions, or other supplies, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemploy- ment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code. of the State of California. The bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code � so as to give a right of action to them or their assigns in any suit brought upon y Page 9 Payment Bond (Continued) this bond, as required by the Provisions s 3247 et; seq. of the Civil Code of the State of California And said Surety,:fo'r 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':ascompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above.named. executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from i its obligations under this bond. I IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 5th day of august 1986 Seal) Name�of ocnTtc r rincipa 1wr \ A WALTZ% (:I.OY PMNENT rized S 'gnat and Title — = TEgO(�r ASST DISTRICT M02 'AMorized Signature and le SYt�D PACIFIC INSURANCE COMPANY= (Sep}) lame of Surety 200 West Cle ks B d Glendale 120 - 0 ..fir ,®�.. - ...� -. .. ,_.-- .,...i�'�' .;^era'u' r -', .. .�..., ��. .� �� � `r�. ,T` �•. � .�1 r � ^ "� _ .r _. _. .. .. _ �' �. _:� v � .._ I .. ..fir ,®�.. - ...� -. .. ,_.-- .,...i�'�' .;^era'u' f I r . =- •` Y � ' - -... is�:._. �... r ,T` f I r . =- •` Y � ' - -... is�:._. �... /� �� § FL mglwt� � §\ k / \ © k0) �k ] f \j E� CM )j} j /o M:3: \;\) ) ■§;@ 2 ) / _f r —— _2 of � e � ,( \ &} ®_/0 ®+ $! k §(\)\ °Lu K twO E . k co } .{ 86 / \+3 §| § § §; . . .. .. & § f ( � ( } $| }z CL CL �o ui ZO0<Z .■£ §§. 0 z kB §§ 21 Lu 00 ! $| { k7 0 �f\ w }( - 2 2' \ / ) \ \ �) �a � tf §. In E 0 \ aCL _ )E 2 )\ ;a§m� /Eo <��[ TTITI=D PACIPIC I1q8T3 -P ANCE CODQPANY L� ;-'S 01 HOME OFFICE, TACOMA, WASHINGTO46 POWER OF ATTORNEY I$NOW A6L MEN BY THESE PRESENTS, That the UNITED PACIFIC INSURANCE COMPANY, a corporation duly organized under the lawn of the State of Washington, does hereby make, constitute and appoint MARTHA J. CHASE of LOS ANGELES, CALIFORNIA----------- - - - - -- in true and lawful Attomeyin -feet, to make execute, seal and deliver for and on its behalf, and wits amend deed ANY AND ALL BONDS AND OF SURETYSHIP-------------- - - - - -- and to bind the UNITED PACIFIC INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the UNITED PACIFIC INSURANCE COMPANY and seated and attested by one other of such oHieers,and hereby ratifiesand confirms all that its said Attorney ( sltin -fact may do in pursuance hereof. This Power of Attorney is granted under and by authority of Section 37A of the By -Laws of UNITED PACIFIC INSURANCE COMPANY which provisions are now in full force and effect, reading as follows: SECTION 37A — ATTORNEYS -IN -FACT SECTION A. The Board of Directors, the President, or any Vice - President or Assistant Vice -Presidant dell have power and authority to: (al appoint Atrameys -in -fact and to authorize them to execute on behalt of the Company, bonds and undertakings, recognitences, contracts of indemnity and other writings obligatory in the nature thereof, and (b) to remove any such Attorney -in -fact at any time and revoke the power and authority given to him. SECTION 2. Attorneys -in -fact shall have power and authority, subject to the terms and limitations of the power of attorney issued to them, to execute and deliver on behalf of the Company, bonds and undertakings, recognizance&, contracts of indemnity and other writings obligatory in the nature thereof. The corporate seal is not necessary for the validity of any bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. This power of attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of UNITED PACIFIC INSURANCE COMPANY at a meeting held on the 26th day of October, 1971, at which a quorum was present, and said Resolution has not been amended or repealed: "Resolved, that the signatures of such directors and officers and the seal of the Company may be affixed to any such power of attorney . or env certificate relating thereto by facsimile, and any such power of attorney or. certificate bearing such facsimile signatures or facsimile seal shall be valid and bindings pon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached." 117 WITNESS WHEREOF, the UNITED PACITTC INSURANCE COMPANY has caused these presents to be signed by its Vice-President, and its corporate seal to be hereto affixed, this 2nd hey STATE OF Washington COUNTY OF 'Pierce December tg 75. UNITED PACIFIC INSURANCE COMPANY On this 2nd day of December ,19]U personally appeared MORRIS F _ BROWN Executive to me known to be the Vice- President of the UNITED PACIFIC INSURANCE COMPANY, and acknowledged that he executed and attested the foregoing instrument and affixed the seal of said corporation thereto, and that Section 37A,Section 1 and 2 of the BY-Laws of Said Company and the Resolution, set forth therein, are still in full force. My Commission Expires: ' +aE qd (/4; a• • ,... January 15 t9 %8 /y; �pTAges � Puetlts4' Notary Public in and for State of Washia¢ton rri sat•`4' Residing at T8COm8 1 D. Keith Johnson , Assistant Secretary of the UNITED PACIFIC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by said UNITED PACIFIC INSURANCE COMPANY, which is still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company this 5th day of August 19� 86 A t $ecretary - BPAL es WBOU -1431 ED.6f74 ♦�`jfi Y <<\ n =! SEAL >q fg2 �� /�I Executive Vice-President s; r3nsscs On this 2nd day of December ,19]U personally appeared MORRIS F _ BROWN Executive to me known to be the Vice- President of the UNITED PACIFIC INSURANCE COMPANY, and acknowledged that he executed and attested the foregoing instrument and affixed the seal of said corporation thereto, and that Section 37A,Section 1 and 2 of the BY-Laws of Said Company and the Resolution, set forth therein, are still in full force. My Commission Expires: ' +aE qd (/4; a• • ,... January 15 t9 %8 /y; �pTAges � Puetlts4' Notary Public in and for State of Washia¢ton rri sat•`4' Residing at T8COm8 1 D. Keith Johnson , Assistant Secretary of the UNITED PACIFIC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by said UNITED PACIFIC INSURANCE COMPANY, which is still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company this 5th day of August 19� 86 A t $ecretary - BPAL es WBOU -1431 ED.6f74 ' • Bond No. U# 76, 19, Page 10 Premium: $4036..00.. Executed in Quadruplicate. { FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted July 28, 1986 has awarded to GRIFFITH COMPANY hereinafter designated as the. "Principal ", a contract for SAN JOAQUIN HILLS RD, STREET {, IMPROVEMENTS AND MEDIAN LANDSCAPING MARGUERITE AVE. TO SPY GLASS HILL RD. (C -2516) in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, GRIFFITH COMPANY as Principal, and UNITED PACIFIC TNSORANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of FOUR HUNDRED FORTY EIGHT THOUSAND FOUR HUNDRED TWENTY SEVEN AND 45/100 - - - - - - - - --- - - - - - - - - - - - - - - - Dollars ($448,427..45 ) , said sum being equal to 100% of the estimated.amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, con- ditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on'this bond,.and it does.hereby waive.notice WA ..,_...,,.rte "< r. 4 �W.:-Perfoirmance Bond (Continued) of any such change, extension-of time, alterations or add4ions to the terms of the contract or to the work or�t6: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 5th day of August 19 86 -. / West BlVd., 0' i r-. §a a E \\ -2 • A_ k2�A \ e \($f % 4 ! a _ ` k0 {k bi ° ] f §k \\ ƒ , » E® } §� ®(R& z , $$ ! ¥ ) //! .! : .Fri § � � t z.. � !� §■ It . . . . aELLCL - a L o .Q to-. .. • > O c U C G Q Z Q CC EE"� N m « Z 1 w ;.. m U o , � , g u U w U T C O. CL LU co �� o 171 $ «z S a CN � N C L « ' •' O C £3Q I' r }^{ l A VJ C Z d n «. V .. 0 4 � W , ' 1OOM 0 Z 4Z i oy o Z vom� C.9 m aCi ixada° lL E io •c U2 O � w Q c E, °¢ ° t� , ifo' o.a Qoo.•� m o N p W N W.0 F w wwy �«pp � m 3 N. pp U O 6 O O. Y m. UNITED PACIFIC INSURANCE COMQPANY sr"'^ 0H OME OFFICE, TACOMA, WASHINGTOO POWER OF ATTORNEY "OW ALL MEN BY THESE PRESENTS, That the UNITED PACIFIC INSURANCE COMPANY, a corporation duly organized under the lawn of the State of Washington, does hereby make, constitute and appoint MARTHA J. CHASE of LOS ANGELES, CALIFORNIA---- - - - - -- its true and lawful Attomeytin -fact, to make execute, seal and deliver for and oNifollolself,and as its act and deed ANY AND ALL BONDS AND UNDERTAKINGS OF SURETYSHIP-------- - - - - -- and to bind the UNITED PACIFIC INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the UNITED PACIFIC INSURANCE COMPANY and sealed and arrested by one other of such officers, and hereby ratifies and confirms all that its said Attorney(s)4n4act may do in pursuance hareof. This Power of Attorney is granted under and by authority of Section 37A of the By -taws of UNITED PACIFIC INSURANCE COMPANY which provisions are now in full force and effect, reading as follows: SECTION 37A — ATTORNEYS -IN -FACT SECTION 1. The Board of Directors, the President, or any Vice-President or Assistant Vice- President shell haw power and authority to: fs) appoint Attorneys -in -fact and to authorize them to execute on behalf of the Company, bonds and undertakings, recognizences, contracts of indemnity and other writings obligatory in the nature thereof, and (b) to remove any such Attorney -in -fact at any time and revoke the power and authority given to him. SECTION 2. Attorneys -in -fact shall have power and authority, subject to the terms and limitations of the power of attorney issued to them, to execute and deliver on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The corporate seal is not necessary for the validity of any bonds and undertakings, recognizance:, contracts of indemnity and other writings obligatory in the nature thereof. This power of attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of UNITED PACIFIC INSURANCE COMPANY at a meeting hold on the 26th day of October, 1971, at which a quorum was present, and said Resolution has not been amended or repealed: "Resolved, that the signatures of such directors and officers and the seal of the Company may be affixed to any such power of attorney. or any certificate relating thereto by facsimile, and any such power of attorney or. certificate bearing such facsimile signatures or facsimile seal shall be valid and bindingp pon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and bindinr, upon the Company in the future with respect to any bond or undertaking to which it is attached." IN NRTNESS WHEREOF, the UNITED PACtFfC INSURANCE COMPANY has caused these presents to be signed by its Vice - President, and its corporate seal to be hereto affixed, this 2nd day of December 1 g 75. UNITED PACIFIC INSURANCE COMPANY `„i aur��J/ SEAL :. F ''/ STATE OF Washington ! ' sz 'r Executive Vice-President COUNTY OF g ( ss• 4.ru„s,e�, Pierce On this 2nd day of December , 19].� personally appeared MORRIS E. BROWN Executive to me known to be the Vice-Fresident of the UNITED PACIFIC INSURANCE COMPANY, and acknowledged that he executed and attested the foregoing instrument and affixed the seal of said corporation thersto,and that Section 37A,Section 1 and 2 of the By -laws of said Company and the Resolution, set forth therein, are still in full forc�e. //} My Commission Expires: /��ti • "� "`a -`-� January 15 '19 78 y t�letA4��+a1 Y. uauc,�•, Notary Public in and for State of Washington 4: Residingat Tacoma 1 D. Keith Johnson , Assistant Secretary of the UNITED PACIFIC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by said UNITED PACIFIC INSURANCE COMPANY, which is still in full face and effect. IN WITNESS WHEREOF, 1 haw hereunto set my hand and affixed the seal of said Company this 5th day of August �19 86 wt'S uruayri ."'2 A t Secretary SF.1L 9 � WBOU -1431 ED. 6/74 wren cal - This is to certify that policies of insurance listed below have been issued to the insured named I above and are in force at this time, including attached endorsement(s). • CERTIFICATE OF INSURANCE i _Page 12 LIMITS OF LIABILITY IN THOUSANDS 000 COMPANY CERTIFICATE HOLDER Policy INSURANCE COMPANIES AFFORDING COVERAGES City of Newport Beach LETTER Company No. Date 3300 Newport Boulevard Each Letter A Unicare Insurance Company Newport Beach, CA 92663 Company Occurrence Operations A GENERAL LIABILITY x Comprehensive Form x Premises - Operations x Explosion & Collapse Hazard Letter B United National NAME AND ADDRESS OF INSURED $ $ Company C GRIFFITH COMPANY Letter x Products /Completed Operations Company ILetter 2020 Yale Hazard x Contractual Insurance and Property Damage Combined $1,000, $,000, Company E Santa Ana, CA 92704 Letter This is to certify that policies of insurance listed below have been issued to the insured named I above and are in force at this time, including attached endorsement(s). NOTE. The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof,_the- Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department. Corroon & Black Insurance Services,INC Date: August 4, 11986 v Telephoner (818) 796 -3888 Description of operations /locations /vehicles: All operations tpeeerforme�dWfor the City of Newport Beach by or on behalf SAN JOAQUIN HILLinsured MPROVEMEN�SioA% MEDIAN LfA% Sl; A designated contract: e This certificate or verification of insurance is not an insurance poiicy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any.requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. Policy LIMITS OF LIABILITY IN THOUSANDS 000 COMPANY TYPES OF INSURANCE Policy Exp. Ag.Products LETTER COVERAGE REQUIRED No. Date Each Completed Occurrence Operations A GENERAL LIABILITY x Comprehensive Form x Premises - Operations x Explosion & Collapse Hazard GCO1 - 1255 /21/87 Bodily Injury Property Damage $ $ $ $ x Underground Hazard x Products /Completed Operations Bodily Injury Hazard x Contractual Insurance and Property Damage Combined $1,000, $,000, x Broad Form Property Damage x Independent Contractors x Personal Injury Marine Aviation Personal Injury $ 1,000, AUTOMOTIVE LIABILITY A Q Comprehensive Form Owned UAC01- 1255 3/21/8 Bodily Injury (Each Person $ $ Bodily Injury Each Occurrence Hired ProeerU Damage ❑x Non -owned Bodily njury and Property Damage Combined $1,000, EXCESS LIABILITY B ® Umbrella Form ❑ Other than Umbrella Form CU1163 ( 3/21/8 Bodily Injury and Property Damage Combined $1,000, $ 1,000, WORKERS' COMPENSATION Statutory A and EMPLOYER'S LIABILITY UCCO1- 1255 3/21/8 $1,000, ac Accident) NOTE. The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof,_the- Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department. Corroon & Black Insurance Services,INC Date: August 4, 11986 v Telephoner (818) 796 -3888 Description of operations /locations /vehicles: All operations tpeeerforme�dWfor the City of Newport Beach by or on behalf SAN JOAQUIN HILLinsured MPROVEMEN�SioA% MEDIAN LfA% Sl; A designated contract: e This certificate or verification of insurance is not an insurance poiicy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any.requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. Page 13 CITY OF NEWPORT BEACH AUTOMOTIVE LIAB -ItITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Bodily Injury and Property Damage Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily . injury or property damage arising out of automobiles (l) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded the additional named insured(s) shalt apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, .except with respect to the limits of the Insurance Company's Liability." 3. The limits of liability under this endorsement for the additional insureds named in paragraph 1 of this.endorsement shall be the limits indicated below for either Multi- ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability Property Damage Liability * (X ) Single Limit Bodily Injury Liability and Property Damage Liability Combined $ each occurrence $ each occurrence 1,000,000. occurrence The limits of liability as stated in paragraph 3 of this endorsement shall not in- crease the total liability of the Insurance Company for all damages as the result of any one accident or occurrence in excess of the limits of Liability stated in the policy as applicable to Automobile Liability Insurance. 4. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail Attention: Public SAd JOAQUIN HILLS ROAD IWM s V pp 9 {e }:EDIAN LANDSCAPING- - 5. Designated Contract: MARGUERITE AVENUE TO SPYGLASS HILL ROAD C -2516 Project Title and Contract No.). This endorsement is effective 8/4/86 at 12:01 A.M. and forms a part of Policy No. IIAC01125S Named Insured Griffith Company Endorsement No. c Name of Insurance Company Unicare gy Am Authorized Representativ ✓ *Umbrella Coverage- United Natonal policy #CU11636 $1,000,000 ea, occ. /$1,000,000. aggregate see page 12 for umbrella coverage eff. 3/21/86 -87 Page 14 CITY OF NEWPORT BEACH COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Comprehensive General Liability, the City of Newport Beach, its officers and employees are additional in- sureds but only with respect to liability arising out of operations performed by or on behalf of the named insured in connection with the contract designated below or acts and omissions of the City of Newport Beach in connection with its general supervision of such operations. The insurance afforded said additional insured shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision con- tained in the written contract, designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU "hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured named in paragraph I of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability $ each occurrence Property Damage Liability $ each occurrence ✓` * (g) Single Limit Bodily Injury Liability $ 1,000,000, each occurrence and Property Damage Liability Combined The applicable limit of the Insurance Company's liability for the insurance afforded for contractual liability shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insureds. The limits of liability as stated in this endorsement shall not increase the total liability of the Insurance Company for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to Comprehen- sive General Liability Insurance. 6. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department SAN JOAQUIN HILLS ROAD' IMPROVEMENTS AND MEDIAN LANDSCAPING— 7. Designated Contract: - . _ Project t Cor No This endorsement is effective 8/4/86 at 12:01 A.M. and forms a part of Policy No. urrn 1955 Named Insured Griffith Company Endorsement No. Name of Insurance Company Unicare By Authorized-Representative ` *Umbrella coverage over primary: United National Insurance Co. #CU11636 $1,000,000. occurence and aggregate 3/21/86 -87 see page 12 for umbrella coverage x 'r r THIS AGREEMENT, e by and between the CITY OF. GRIFFITN MMPANY reverence zo zne Toiiowing:Taczs: (a). City has heretofore adverti described public work: SAN JOAQUIN HILLS ROAD STREET c&iay o inafter " after "Co bids for following MEDIAN LANDSCAPING 2516 Contract No. (b) Contractor has been determined by City to be the lowest responsi- ble bidder on said public work, and Contractor's bid, and the compensation set forth in this contract, is based upon a careful examination of all plans and specifications by Contractor, NOW, THEREFORE, the parties hereto agree as follows: 1. Contractor shall furnish all materials and perform all of the work for the construction of the following described public work: SAN JOAQUIN HILLS ROAD STREET IMPROVEMENTS AND MEDIAN LANDSCAPING 2516 Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of Four Hundred Forty -eight Thousand Four Hundred Twenty -seven and 45/100 Dollars ($ 27.45 This compensation includes (1) any loss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstruc- tions in the performance of the work; (3) any expense incurred as a result of any suspension or discontinuance of the work; but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The-contract documents are incorporated herein by reference as though set out in full and .include the following: (a) Notice Inviting Bids (b) Instruction to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and endorsement(s) JY i � � _ ": . '=.,�iatr- � r- —. �-ii ' -4a aoavmX.lsmti...e- �.:n � � ..' si;,,..�..... ro Page 16 I (f) Plans and PrcY ons for SAN I AQUIN HILLS RD. STREET IMPROVEMENTS AND MEDIA APING MARGUERITE AVE. TO SPY GLASS N LL RD. Title of f Project Contract No. 2516 (g) This Contract. 4. Contractor shall assume the - ;defense of, and indemnify and hold harmless, City and its officers, empW-s representatives from all claims, loss or damage, except such loss or ximiately caused by the sole negligence of City or its officers, and repr esentatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. ATTEST: i ty Clerk AS TO FORM: MR-11 CITY •a r (Principal' D11Td83 D. WALTZE S� M3JDENT gnature d Title A ASST r10"IS H. WAGUE CT MGR. , ignature an tle T. T. f y ro Page 16 I (f) Plans and PrcY ons for SAN I AQUIN HILLS RD. STREET IMPROVEMENTS AND MEDIA APING MARGUERITE AVE. TO SPY GLASS N LL RD. Title of f Project Contract No. 2516 (g) This Contract. 4. Contractor shall assume the - ;defense of, and indemnify and hold harmless, City and its officers, empW-s representatives from all claims, loss or damage, except such loss or ximiately caused by the sole negligence of City or its officers, and repr esentatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. ATTEST: i ty Clerk AS TO FORM: MR-11 CITY •a r (Principal' D11Td83 D. WALTZE S� M3JDENT gnature d Title A ASST r10"IS H. WAGUE CT MGR. , ignature an tle i Y e 11 yy . r._:'wm_4✓ -. -.. - ..ti.'1!4vsv�- ,n'4 :c1 ki .Y- .`.i.a'�... ....�. v. +..�... .F.wr��iiS"i � :. .:. �� 3ie..s�':::.'.�: L if Y e 11 yy . r._:'wm_4✓ -. -.. - ..ti.'1!4vsv�- ,n'4 :c1 ki .Y- .`.i.a'�... ....�. v. +..�... .F.wr��iiS"i � :. .:. �� 3ie..s�':::.'.�: L if \ -+ . §.6 @ -.»@ k _ / C5 m 0 4 t; 4J . a$ \ (z7k \ ■ E'S a pAwk . @ k! / -! . §ƒ§a§w 4 Lj § 7� :3 /Lu . O,E } °�_ - j§� $ \¥ - ƒ e _ j C3 � . I • CITY, OF NEWPORT BEACH . PUBLIC WORKS DEPARTMENT SAN JOAQUIN HILLS ROAD STREET IMPROVEMENT AND MEDIAN LANDSCAPING MARGUERITE AVENUE TO SPY GLASS HILL ROAD CONTRACT NO. 2516 SPECIAL PROVISIONS I(kU1* SECTION PAGE 1 SPECIFICATIONS . . . . . . . . . . . . . . . . . . . . . . . . . . 1 2 DRAWINGS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 3 LOCATION AND SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . 1 4 AWARD OF CONTRACT, TIME OF COMPLETION AND COMMENCEMENT OF WORK. . 2 5 PAYMENT .............................2 6 WATERING AND WATER DEVELOPMENT . . . . . . . . . . . . . . . . . . 2 7 GUARDING UNDERGROUND CONSTRUCTION . . . . . . . . . . . . . . . . 2 8 PROTECTION OF EXISTING UTILITIES . . . . . . . . . . . . . . . . 3 9 GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 10 CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . . . . . . . 3 11 LIABILITY INSURANCE . . . . . . . . . . . . . . . . . . . . . . . 4 12 PERMITS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 13 JOB SAFETY . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 14 WORKING HOURS . . . . . . . . . . . . . . . . . . . . . . . . . . 5 15 EROSION CONTROL . . . . . . . . . . . . . . . . . . . . . . . . . 5 16 PROJECT SITE MAINTENANCE . . . . . . . . . . . . . . . . . . . . . 5 17 TRAFFIC CONTROL . . . . . . . . . . . . . . . . . . . . . . . . . 6 18 CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . . . . 7 18.1 CLEARING AND GRUBBING . . . . . . . . . . . . . . . . . . . . . . 7 18.2 EARTHWORK . . . . . . . . . . . . . . . . . . . . . 8 18.3 SUBGRADE PREPARATION . . . . . . . . . . . . . . . . . . . . . . .10 18.4 RELATIVE COMPACTION . . . . . . . . . . . . . . . . . . . . . . .10 18.5 AGGREGATE BASE. . . . . . . . . . . . . . . . . . . . . . . . .10 18.6 ASPHALT CONCRETE. . . . . . . . . . . . . . . . . . . . .11 18.7 PORTLAND CEMENT CONCRETE. . . . . . . . . . . . . . .11 18.8 STORM DRAINS AND DRAINAGE STRUCTURES . . . . . . . . . . . . . . .12 18.9 UTILITY ADJUSTMENTS . . . . . . . . . . . . . . . . . . . . . . .12 18.10 DUST CONTROL. . . . . . . . . . . . . . . . . . . . . . . . . .13 18.11 FINAL CLEAN UP. . . . . . . . . . . . . .13 18.12 TRAFFIC STRIPING AND PAVEMENT MARKINGS . . . . . . . . . . . . . .14 18.13 MEDIAN IMPROVEMENTS . . . . . . . . . . . . . . . . . . . . . . .15 • • SP 1 of 30 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS SAN JOAQUIN HILLS ROAD STREET IMPROVEMENT AND MEDIAN LANDSCAPING MARGUERITE AVENUE TO SPY GLASS HILL ROAD 1011pliff:%fiF, W4.i111 1. SPECIFICATIONS All work shall be completed in accordance with these Special Provisions, the City's Standard Special Provisions, and the City's Standard Drawings and Specifications. The City's Standard Specifications are the Standard Specifications for Public Works Construction, 1985 edition. opies may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, CA 90034, (213) 870 -9871. 2. DRAWINGS San Joaquin Hills Road street improvement and median landscape, Marguerite Avenue to Spy Glass Hill Road, City of Newport Beach Drawing No. R- 5525 -S, Sheets 1 through 10 inclusive. The City of Newport Beach Standard Drawings, 1985 Edition. 3. LOCATION AND SCOPE OF WORK The work to be accomplished under this contract consists of the construction of street improvements and median improvements for San Joaquin Hills Road between Marguerite Avenue and Spy Glass Hill Road. The work shall consist of furnishing all labor, materials, vehicles, tools, machines, equipment, and incidentals to accomplish clearing and grubbing, grading, removal of existing asphalt and concrete improvements construction of concrete curb and gutter, asphalt concrete over aggregate base pavement, asphalt concrete overlay, stamped P.C.C. median paving, P.C.C. median planter walls, median irrigation system, raise existing street light standards, construction of storm drain facilities including R.C. pipe and minor concrete structures, striping and miscellaneous appurtenant work as shown on the plans; provide qualified supervision and all other items necessary to provide complete improvements to the satisfaction of the City of Newport Beach. All work shall conform to the Standard specifications, the Standard Drawings of the City of Newport Beach, and these special conditions. • 0 SP 2 of 30 4. AWARD OF CONTRACT, TIME OF COMPLETION AND COMMENCEMENT OF WORK The award, if made, will be within 60 days after the opening of bids. All items of work shown on the plans, described in these Speci T- ,Provisions and listed as items in the bid proposal shall be completed in0. CONSECUTIVE DAYS after the City Council awards the contract. The Contractor's schedule shall take into account and provide time allowan- ces for work to be accomplished by the various utilities. In submitting his bid the Contractor shall consider traffic control, access and limita- tion of hours of construction. 5. PAYMENT The unit or lump sum prices bid for the various items of work shall be con- sidered as full compensation for all labor, materials, tools, equipment, and incidentals necessary to complete the work in place, and no additional compensation will be made therefor. Compensation for work shown on the plans or described in the specifications, but not separately provided for in the bid proposal, shall be included in the prices bid for the various items of work listed in the bid proposal and no additional compensation shall be allowed therefor. WATERING AND WATER DEVELOPMENT A. Water Development: The Contractor shall furnish and install all materials, meters, etc., to develop, furnish, and apply all water necessary to complete the various items of work. If the Contractor desires to use available City water, it shall be his responsibility to make arrangements by contacting the City's Utilities Department at (714) 644 -3011. Payment: The cost of developing, furnishing, and applying all water shall be considered as included in the various items of work, and no additional compensation will be allowed therefor. 7. GUARDING UNDERGROUND CONSTRUCTION Trench excavation and backfill shall conform to Section 306 -1 of the Standard specifications and these Special Provisions. The walls and faces of all excavations over 5 feet in depth shall be effec- tively guarded by a shoring system, sloping of the ground, or other equiva- lent means. Trenches less than 5 feet in depth shall also be guarded when examination indicates hazardous ground movement may be expected. The Contractor shall obtain a permit to perform excavation or trench work from the Division of Industrial Safety, State of California, prior to any construction. E 0 SP 3 of 30 Compensation for guarding underground construction and complying with all the provisions of this section including the cost of providing all necessary information to obtain the permit and the cost of complying with the provisions of the permit shall be included in the lump sum price for guarding underground construction and no additional compensation shall be allowed therefor. 8. PROTECTION OF EXISTING UTILITIES All underground utilities as shown on these plans are plotted from existing records and general observation in the field and are shown for the infor- mation of the contractor only. The Contractor shall verify the position and elevation of these utilities and shall protect said utilities during the course of the construction. If the Contractor discovers underground facilities not indicated on the plans or in the Special Provisions, he shall immediately give the Engineer written notification of the existence of such facilities. Such facilities shall be protected from damage as directed by the Engineer. Delays of the contract caused by utility work for utilities not shown on the plans may occur and will be considered an acceptable cause for time extension, but no idle time compensation will be allowed. If the Contractor wishes to have any utility located, he shall contact the responsible agency at least 48 hours prior to construction in the immediate vicinity of the utility. The Contractor shall be responsible for companies having facilities within the of their substructures. 9. GUARANTEE contacting directly all utility work area to determine the locations The Contractor shall guarantee for a period of one year, after acceptance of the work by the City Council, all materials and workmanship against any defects whatsoever. Any such defects shall be repaired at the Contractor's expense within 15 days of notice to do so from the City. See Section D. for SPRINKLER IRRIGATION SYSTEM. 10. CONSTRUCTION SURVEY STAKING Field surveys for control of construction shall be the responsibility of the Contractor. All such surveys, including construction staking, shall be under the supervision of a California licensed surveyor or civil engineer. 0 0 SP 4 of 30 Staking shall be performed on all items ordinarily requiring grade and alignment at intervals normally accepted by the agencies and trades involved. Payment for construction survey staking shall be considered as included in the various items of work, and no additional allowance will be made therefor. 11. LIABILITY INSURANCE Section 7 -3 of the Standard Specifications is hereby amended as follows: The work "Agency," where used in this section, shall include the City of Newport Beach, the County of Orange, and Roert Bein, William Frost & Associates. A standard "Special Endorsement of Insurance for contract Work for City" form has been adopted by the City. This form is.to be attached and made a part of all policies of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of contract. A copy of this form is included herein for the Contractor's review. The minimum limits of liability shall be: MultiDle Limits: Bodily Injury $500,000 each person $1,000,000 each occurrence Property Damage $200,000 each occurrence Single Limit: $2,000,000 Bodily Injury and Damage Combined 12. PERMITS In addition to a valid City business license, the Contractor shall obtain the following permits prior to any construction: A. Permit to perform excavation or trench work from the Division of Industrial Safety, State of California (see Section 10 "Guarding Underground Construction "). B. Permit to dispose of demolition at any sanitary landfill site in Orange county from the City Public Works Department at no charge. C. City of Newport Beach application for temporary street encroachment at no charge. The Contractor shall be responsible for making himself aware of and conducting his operations in accordance with the requirements of these approvals and per- mits. All costs involved in complying with these provision shall be included in the priced bid for various items of work, and no additional compensation will be made therefor. 9 0 13. JOB SAFETY Contractor confirms that he is Safety Orders which pertain to required to comply with all of necessary steps to insure that the Contractor on the job site Safety Orders. SP 5 of 30 aware of all terms and provisions of CAL -OSHA the work described herein. Contractor is said Construction Safety Orders and to take all all representatives, employees, and agents of will be fully knowledgeable of said Construction 14. WORKING HOURS City ordinance limits working hours (including equipment maintenance) to Monday through Friday from 7:00 a.m. to 6:30 p.m. and Saturday from 8 a.m. to 6 p.m. Violators are subject to citation and fine. Permission is required in advance by City for any Saturday work. 15. EROSION CONTROL It is anticipated that surface and ground or other waters may be encountered at various times and locations during the work herein contemplated. The Contractor, by submitting a bid, acknowledges that he has investigated the risks arising from water and has prepared his bid accordingly. The Contractor shall conduct his operations in such a manner that storm or other waters may proceed uninterrupted along their existing street and drainage courses. Diversion of water for short reaches to protect construction in progress will be permitted if public or private properties are not damaged or, in the opinion of the Engineer, are not subject to the probability of damage. Surface runoff water containing mud, silt, or other deleterious material from the project area shall be treated by filtration or retention in a settling basin or basins, sufficient to prevent such waters from entering storm drains or tidal waters. All costs involved in any dewatering or desilting operations shall be included in the price bid for the related item requiring dewatering or desilting and no additional compensation shall be allowed therefor. 16. PROJECT SITE MAINTENANCE The Contractor shall provide project site maintenance in compliance with Part 1, Subsection 7 -8, "Project Site Maintenance," of the Standard specifications. The Contractor shall furnish and operate a self - loading motor sweeper to keep paved haul areas clear as directed by the Engineer. E 17. TRAFFIC CONTROL . SP 6 of 30 The Contractor shall provide sufficient signing and barricades to protect the motorists, pedestrians, bicyclists and construction personnel. All barricading and construction signing shall be in conformance with the Plans and the Work Area Traffic Control Handbook as published by Building News, Inc., 3055 Overland Avenue, Los Angeles, CA 90034. Sole determination as to the adequacy of construction signing and barricading shall be made by the City of Newport Beach. Supplemental signing and barricading required in the opinion of the City of Newport Beach to protect the public shall be immediately erected by the Contractor. Supplement and amend Subsection 7 -10.3, "Street Closures, Detours, Barricades, of the Standard Specifications for Public Works Construction as follows: A traffic control plan for a lane closure on eastbound San Joaquin Hills Road as been prepared as a part of the project plans. The Contractor shall provide a complete and separate drawing for each additional (if any) stage of construc- tion proposed by the Contractor showing the location of all signs, barricades, lights, warning devices, and temporary parking restrictions. A Temporary Street Encroachment Permit shall be obtained prior to any changes. The Contractor shall provide and maintain all signs, barricades, pedestals, flashers, delineators, and other necessary facilities for the protection of the motoring public within the limits of the construction area. He shall also post proper signs to notify the public regarding the condition of the roadway, all in accordance with the provisions of the Vehicle Code, and the "Manual of Warning Signs, Lights, and Devices for Use in Performance of Work upon Highways," as published by the State of California, Business and Transportation Agency, Department of Transportation. Portable delineators shall be spaced as necessary for proper delineation of the travel way. The spacing between delineators shall not exceed 100 feet on tangents of 50 feet on curves except when used for lane closures. When used for lane closures, the fluorescent traffic cones or portable deli- neators shall be placed at intervals not to exceed the following: Tapers 50 feet Edge of Closed Lane Tangents 200 feet Curves 100 feet If the traffic cones or portable delineators are damaged, displaced or are not in an upright position, from any cause, said cones or portable delineators shall immediately be replaced or restored to their original location, in an upright position by the Contractor. The Contractor shall furnish such flagmen as are necessary to give adequate warning to traffic or to the public of any dangerous conditions to be encoun- tered, such as equipment crossings and trucks entering or leaving the highway. Flagmen, while on duty and assigned to give warning to the public that the • ` SP 7 of 30 highway is under construction and of any dangerous conditions to be encoun- tered as a result thereof, shall perform their duties and shall be provide with the necessary equipment in accordance with the current "Instructions to Flagmen" of the Department of Transportation. The equipment shall be furnished and kept clean and in good repair by the contractor, at his expense. Ingress and egress by heavy construction equipment of trucks will require short -term temporary lane closures or detours. Such closures or detours shall be subject to approval by the Engineer. The Contractor shall obtain the approval of the Traffic Engineer for a haul route to be used for the movement of equipment or for the disposal of excess excavation and construction debris. All conditions required in conjunction with the haul route approval shall be considered included in the lump sum cost for traffic control and no additional compensation shall be allowed therefor. Reduction of traffic lane widths shall be limited to between the hours of 9:00 a.m. and 3:00 p.m. only on Monday through Friday, excluding holidays unless otherwise specified herein or approved by the Engineer. Should the Contractor appear to be neglectful or negligent in furnishing warning and protective measures as above provided, the Engineer may direct attention to the existence of a hazard, and the necessary warning and pro- tective measures shall be furnished and installed by the Contractor, at his expense. Should the Engineer point out the inadequacy of warning and pro- tective measures, such action on the part of the Engineer shall not relieve the Contractor from responsibility for public safety or abrogate his obliga- tion to furnish and pay for these devices. All existing stop signs and street name signs shall be maintained in visible locations during construction and permanently relocated or removed as directed by the Engineer. Signs which need not be maintained during construction or permanently relocated, shall be salvaged. 18 CONSTRUCTION DETAILS 18.1 CLEARING AND GRUBBING This item of work shall include the clearing and grubbing of all areas as shown on the plans except as otherwise specified herein and shall be done in accordance with Section 300 -1 of the Standard Specifications. All materials accumulated under this item of work, except City traffic signs, markers and reflectors, shall become the property of the Contractor. It shall be the Contractor's responsibility to dispose of the material away from the job site in a manner and at a location acceptable to all cognizant agencies. The Contractor shall exercise care in removing only those materials which are unsuitable for use as roadway embankment. • 0 SP 8 of 30 Areas to be cleared and grubbed shall include all unimproved areas where plans indicate work to be performed, and shall also include the ground sur- face of areas to be excavated or filled beyond the right of way. All traffic signs and markers that interfere with the work in this contract, whether shown on plans or not, shall be removed by the Contractor, salvaged, and delivered to the City Corporation Yard located at 592 Superior Avenue, Newport Beach, California. All Contractor's expense in connection with these traffic signs and markers shall be included in the contract lump sum price bid for clearing and grubbing. No signs shall be removed without first obtaining permission from the Engineer. Full payment for clearing and gurbing and for conforming to the provisions of this section except as otherwise provided shall be on the basis of the lump sum bid. Payment shall be considered full compensation for all work specified herein including sawcutting, removal, hauling away and disposal, including cleanup and backfilling, furnish all labor, materials, tools, equipment, and incidentals, paying all disposal fees, and doing all work involved as shown on the plans and as specified in these specifications and no additional compensation will be allowed therefor. 18.2 EARTHWORK Earthwork shall conform to the provisions of Section 300, "Earthwork," of the Standard Specifications, and these Special Provisions. Whenever reference to finished grade is made, it shall be considered to be the finished surface of the complete facility. After subgrade is made, the Contractor shall notify the Engineer so he may arrange for inspection of the subgrade. Trenches, holes, depressions, and pits caused by the removal of facilities shall be backfilled with embankment material as provided in Section 300, "Earthwork," of the Standard Specifications. Such trenches, holes, depressions, and pits that are in surfaced areas, otherwise to remain undisturbed, shall be backfilled with material equal to or better in quality and to the same thickness as the surrounding materials. When hauling is done over public highways, and when directed by the Engineer, loads shall be trimmed and all material removed from shelf areas of vehicles in order to eliminate spilling of material. If directed by the Engineer, loads shall be watered after trimming to eliminated dust. Operations shall be conducted in such a manner that existing highway facili- ties, utilities, and other non - highway facilities which are to remain in place will not be damaged. 0 A. Unclassified Excavation 0 SP 9 of 30 Unclassified excavation shall conform to the provisions of Section 300 -2 "Unclassified Excavation," of the Standard Specificatoins for Public Works Construction of these Special Provisions. It is estimated that 6,150 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 as shown on the plans. The City of Newport Beach reserves the right to change the estimated amount without a change in unit price in the event the decrease or increase exceeds 25 percent. The excavation quantity will include all material, regardless of classi- fication, occurring between the existing paved or ground surface, and the grading plane required to construct the improvements according to plans or as directed. No excavation within 5 feet of the traveled way shall remain open longer than is necessary to perform the work. At the end of each working day, if a difference in excess of 0.33 foot exists between the elevation of the existing pavement and the elevation of any excavation within 5 feet of the traveled way, material shall be bladed up and compacted against the vertical cuts adjacent to the tra- veled way. During excavation operations, native material may be used for this purpose; however, once the placing of the structural section commences, structural material shall be used. The material shall be placed to the level of the elevation of the top of existing pavement and tapered at a slope of 4:1 or flatter to the bottom of the excavation. Measurement for payment for unclassified excavation will be based on volumes obtained from cross - sections within the limits shown on the plans or as outlined by the Engineer. Full compensation for conforming to the requirements of this article and for blading up the material regardless of the number of times it is required, and subsequent removing or reshaping of the material to the lines and grades shown on the plans, shall be considered as included in the contract price paid for the various items of work involved, and no additional compensation will be allowed therefor. No payment will be made for material placed in excess of that required for the structural section. B. Structure Excavation and Backfill To Subsection 300 -3.5, "Structure Backfill," add the following: Compaction equipment or methods which may cause excessive displacement or may damage structures, shall not be used. To Subsection 300 -3.6. "Payment," add the following paragraph: The cost for all structure excavation and backfill required for rein- forced concrete pipes, inlet structure, and junction structures shall be considered as included in the contact bid prices bid for those various items, and no additional compensation will be allowed therefor. 18.3 18.4 C D. Backfill for equivalent of not less than all structures not less than 90 percent. Unclassified Fill SP 10 of 30 including trench backfill shall have a sand 30 and shall have a relative compaction of Unclassified fill shall conform to the provisions of Subsection 300 -4 of the Standard Specifications and these Special Provisions. The suitabi- lity of the material to be placed as compacted fill will be determined by the Engineer. Relative compaction of all fill shall not be less that 90 percent. Payment for placing fill within the roadway and within the adjacent area as shown on the plan, including all appurtenant work, shall be included within the contract unit price for unclassified excavation and backfill, and no separate payment will be made. Excess Material All surplus material resulting from grading operations shall become the property of the Contractor who shall dispose of the material outside of the right of way to an approved disposal site acceptable to all cognizant governing agencies and in accordance with Section 300 -2.6 of the Standard Specifications. Full compensation for providing all labor, materials, tools, equipment, incidentals and for doing all work necessary to dispose of surplus material shall be included in the contract price for unclassified excava- tion and no additional compensation will be allowed therefor. SUBGRADE PREPARATION Subgrade preparation shall conform to the provisions in Subsection 301 -1 of the Standard Specifications. Within the roadway area the top 6 inches of the subgrade material below the grading plane shall be compacted to a relative compaction of not less than 90 percent. No separate payment will be made for subgrade preparation. All Contractor's costs of subgrade preparation shall be considered to be included in the contract unit prices for items of work which require subgrade preparation. RELATIVE COMPACTION Wherever relative compaction is specified to be determined by Test Method No. Calif. 216, the relative compaction will be determined by Test Method No. Calif. 216 or 231. The area, as stated in Test Method No. Calif. 231, may be represented by one or more individual test sites. Laboratory maximum density tests shall for oversize material as stated in Test replaced with Note 2 of ASTM 01551. 18.5 AGGREGATE BASE be per Section 21 -2.1. The correction Method No. Calif. 215 shall be Untreated base materials shall meet the requirements of Section 400 -2 of the Standard Specifications. 0 SP 11 of 30 Payment for aggregate base shall be the contract unit price per ton and shall include full compensation for all labor, materials, tools, equipment and incidentals and all work involved in construction of aggregate base and application of prime coat, and no additional compensation will be allowed therefor. 18.6 ASPHALT CONCRETE A. Asphalt Concrete The asphalt concrete base course shalt meet the requirements of Section 400 -4 of the Standard Specifications and these Special Conditions. The asphalt concrete base course shall be Type III -B2 -AR 4000 with 5.4 per- cent asphalt content. Coarse aggregate shall consist of material of which at least 75 percent by weight shall be crushed particles in lieu of the requirements of Section 4004.2.3. The asphalt concrete finish coursq. and overlay shall be Type III -C3 -AR 4000 with asphalt content between 5,percent and 7 percent. B. Measurement and Payment Measurement and payment for asphalt concrete shall be in accordance with Subsection 302 -5.8 of the Standard Specifications and as specified herein. All asphalt concrete shall be measured in tons and payment will be made at the contract unit prices, as shown in the Proposal. Payment for all asphalt work shall include full compensation for fur- nishing all labor, materials, tools, equipment, and incidentals and for doing all work involved in constructing asphalt concrete pavements and overlay, complete in place, and shall include all costs of furnishing and applying prime coat, tack coat, and paint binder and where required by the plans and these Special Provisions. 18.7 PORTLAND CEMENT CONCRETE All Portland cement concrete shall be Class 560 -C -3250 unless otherwise spe- cified on the plans. Construction shall be performed according to the requirements of the applicable sections of the Standard Specifications, except as herein modified. Portland cement concrete used for the curb and gutter and sidewalk shall be securely barricaded immediately following placement, and no vehicular traf- fic shall be allowed thereon for four (4) days. E�7 STORM DRAINS AND DRAINAGE STRUCTURES A. Pipe I C. �7L Storm drain pipe shall be reinforced concrete pipe or pipe of the size and strength shown on the plans. The shall be in accordance with Sections 207 -2 and 207 -6, the Standard Specifications. Reinforced concrete pipe cast or spun. SP 12 of 30 asbestos cement pipe and fittings respectively, of shall be either Storm drain pipe bedding shall conform to Class "C" bedding per City of Newport Beach Standard 316 -L. Backfill material in all pipe trenches above the bedding material and around associated structures shall be placed and compacted in accordance with Section 306 -1.3 of the Standard Specifications. Drainage Structures All drainage structures shall tinent City Standard Drawings inlets shall have a protection Standard 300 -L. Measurement and Payment be constructed in accordance with the per - and details shown on the plans. All curb bar installed per City of Newport Beach Payment for storm drain pipe shall be included in the contract lump sum price for the drainage structure and shall include all costs of fur- nishing and installing pipe, trenching, bedding, pipe laying, backfill and compaction, the abandonment of existing storm drain pipe and struc- tures, and all appurtenant work, complete in place. The contract lump sum or unit prices for the drainage structures shall also include all compensation for furnishing all labor and materials to construct all items as shown in details on the plans for the various locations including excavation, backfill and compaction, access frames and covers, bulb or face angles, protection bars, reinforcing steel, rounded entrances to inlet and outlet pipes, local depressions and all appurtenances, complete in place. 18.9 UTILITY ADJUSTMENTS All sewer manholes, sewer cleanouts, storm drain manholes, water valve covers, monuments, water boxes, traffic signal boxes and street light pull boxes are to be adjusted to finish grade. 18.10 • 0 SP 13 of 30 DUST CONTROL Dust control shall conform to the provisions of Section 7 -8.1, "Cleanup and Dust Control," and Section 7 -8.2, "Air Pollution Control," of the Standard Specifications. The Contractor has the option of utilizing water for dust control or applying a dust palliative, both as set forth in these Specifications. A. Watering Watering shall conform to the provisions in Section 17, "Watering," of CalTrans Standard Specifications, except that full compensation for developing a water supply and applying water shall be considered as included in the prices paid for the various contact items of work involving the use of water, and no separate payment will be made therefor. B. Application of Dust Palliative Application of dust palliatives shall conform to the provisions of Section 18, "Dust Palliative," of the CalTrans Standard Specifications, except that full compensation for furnishing all labor, materials, tools, equipment, and incidentals and application shall be considered as included in the prices paid for the various contact items of work, and no separate payment will be made therefor. The Contractor shall use "Soil Seal Concentrate" or equal as manufac- tured by the Soil Seal Corporation, Los Angeles, California, phone (213) 487 -0251. No separate payment will be made for any work performed or material used to control dust resulting from the Contractor's performance of this contract, either inside or outside the right of way. Full compensation for such dust control will be considered as included in the prices paid for the various items of work involved and no additional compensation will be allowed therefor. 18.11 FINAL CLEAN UP Upon completion and before making application for acceptance of the work, the Contractor shall clean all work areas, and all other grounds occupied by him in connection with the work of all rubbish, excess materials, temporary structures, and equipment, and all parts of the work and grounds occupied by him shall be left in a neat and presentable condition. Full compensation for conforming to the requirements of this article shall be considered as included in the contact bid prices paid for the various items of work, and no additional compensation will be allowed therefor. 0 • SP 14 of 30 18.12 TRAFFIC STRIPING AND PAVEMENT MARKINGS This item of work shall be done in accordance with Section 210 -1.6, "Paint for Traffic Striping, Pavement Marking and Curb Marking" and Section 310 -5.6, "Painting Traffic Striping, Pavement Markings, and Curb Markings" of the Standard Specifications, except as supplemented or modified below: Paint for traffic striping and pavement markings shall be white Formula Number 42A9 and yellow Formula Number 1040A9 as manu- factured by J. E. Bauer Company or approved equal. Delete paragraph 1 of Subsection 310 - 5.6.7, "Layout, Alignment and Spotting" of the Standard Specifications and add the following: The Contractor shall perform all layout, alignment and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown in the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping and markings. No street shall be without the proper striping over a weekend. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all other contract work until the striping has been properly performed. New raised pavement buttons and markers on San Joaquin Hills Road shall be provided and installed by the Contractor in accordance with Section 85 "Payment Markers" of the Caltrans Standard Specifications, except the raised pavement markers for location of fire hydrants shall conform to City of Newport Beach Std.- 902 -L. One application of paint shall be applied to all striping and markings on San Joaquin Hills Road within 24 hours after the pavement has been constructed. The pavement markers to be installed on San Joaquin Hills Road must be installed between 15 days and 30 days after the paving has been completed and should be placed directly over the new striping. The pavement marking material furnished and installed under this contract shall be warranted by the Contractor against failure due to blistering, bleeding, excessive cracking, staining, discoloring under heat, deteriora- tion due to contact to oil or gasoline drippings, chipping, spoiling, poor adhesion resulting from defective materials or methods of application, loss of reflectivity, damage from traffic and wear. 0 SP 15 of 30 Contract "Lump Sum" bid for traffic signing and striping and pavement markings and pavement markers shall include full compensation for furnishing all labor, materials, tools and equipment, and for doing all the work involved in traffic striping and pavement markings, and no additional com- pensation will be allowed therefor. 18.13 MEDIAN IMPROVEMENTS A. CONCRETE STRUCTURES Construct concrete planter walls and footings as shown on the plans and in accordance with the provisions of Subsections 201 -1 and 303 -1 of the Standard Specifications except as modified herein. (1) Surface Finishes Surface finish for planter walls. (a) Class I Surface Finish Class I surface finish shall conform to the requirements of Subsection 303 -1.9.3 of the Standard Specifications and the following: Construct a 4' wide x 3.5' high x 4" thick sample panel and apply a medium sandblast (Class I) finish to the satisfaction of the Engineer. The finish is to be similar to the existing planter walls on San Joaquin Hills Road westerly of the project. Construct the sample panel utilizing the same concrete mix, forms, equipment, and methods used for production of the actual structures. Upon approval by the Engineer, the sample panel shall serve as the standard of color, texture, and workmanship acceptable for the project. The sample panel must be approved at least 14 days prior to the beginning of construction of concrete which is to have Class I surface finish. Remove the sample panel from the project site upon completion of the project. (2) Measurement and Payment Payment for cast -in -place "Concrete Planter Walls and Footings" will be made at contract unit price per linear foot and shall include full compensation for furnishing all labor, materials, tools, equip- ment and incidentals, and for doing all the work involved in constructing the concrete work, complete in place as shown on the plans and as specified in the Standard Specifications and these Specifications and as directed by the Engineer. 0 • SP 16 of 30 B. P.C.C. "COBBLESTONE" MEDIAN PAVEMENT Patterned concrete pavement shall be 520 -C -2500 Portland cement concrete. Colored hardener shall be "Lithochrome Color Hardener" as manufactured by L. M. Scofield Co., Los Angeles, California. The mini- mum rate of application of the hardener shall be 60 pounds per 100 square feet. Color wax curing and finishing compound shall be "Lithochrome Colorwax" as manufactured by L. M. Scofield Company, Los Angeles, California. Minimum application coverage shall be 600 square feet per gallon of unthinned colorwax. Subgrade preparation shall conform to the requirements of Section 301 -1 of the Standaard Specifications. The final color, to be selected by the Engineer, shall appear uniform throughout the entire surface area. All surfaces that are not uniform in color and surface texture will be rejected and must be removed and reconstructed at the Contractor's expense. Generally, the imprint shall match that which exists in previously improved medians on San Joaquin Hills Road. Payment for patterned concrete will be made at the contract unit price as listed in the proposal which price and payment shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work involved in furnishing and placing the patterned concrete as specified in the Specifications and as directed by the Engineer. CONDUIT SLEEVES Conduit sleeves shall be installed as indicated on the plans. Tops of sleeves shall be located 18" below the finished paving surface. Sleeve diameters shown on the plans are to accommodate future installations of PVC irrigation laterals plus 2" PVC pressure conduit with fittings and irrigation controller wires. Sleeves may run continuous through planter openings. Sleeve ends shall be capped in a manner satisfactory to the Engineer. Sleeves shall be schedule 40 PVC or heavier. D. LANDSCAPE IRRIGATION SYSTEM Furnish all labor, materials, equipment, appliances and necessary inci- dentals for the complete installation of all landscape irrigation system as shown on the drawings and in accordance with the provisions of Subsections 212 -2 and 308 -5 of the Standard Specifications except as modified herein. (1) Explanation of drawings: (a) Due to the scale of drawings, it is not possible to indicate all offsets, fittings, sleeves, etc., which may be required. Carefully investigate the structural and finished conditions 0 • SP 17 of 30 affecting all work and plan work accordingly, furnishing such fittings, etc., as may be required to meet such conditions. Drawings are generally diagrammatic and indicative of the work to be installed. Install the work in such a manner as to avoid conflicts between irrigation systems, planting, and architec- tural features. (b) Provide all work called for on the drawings by notes or details whether or not specifically mentioned in the specifications. (c) Do not willfully install the irrigation system as shown on the drawings when it is obvious in the field that obstructions, grade differences or discrepancies in area dimensions exist that might not have been considered in engineering. Such obstruc- tions or differences should be brought to the attention of the Engineer. Assume full responsibility for any revision necessary if notification is not performed. (2) Submittals (a) Material List: 1) Furnish the articles, equipment, materials, or processes specified by name in the drawings and specifications. No substitution will be allowed without prior written approval by the Engineer. 2) Submit a complete material list prior to performing any work. Include in the material list the manufacturer, model number and description of all materials and equipment to be used. 3) Equipment or materials installed or furnished without prior approval of the Engineer may be rejected and the Contractor required to remove such materials from the site at his own expense. 4) Approval of any item, alternate or substitute indicates only that the product or products apparently meet the require- ments of the drawings and specifications on the basis of the information or samples submitted. 5) Manufacturer's warranties do not relieve the Contractor of his liability under the guarantee. Such warranties only supplement the guarantee. (b) Record Drawings: 1) Provide and keep up to date a complete record drawings set of blue line ozalid prints which shall be corrected daily and show every change from the original drawings and speci- fications and the exact 'as- built' locations, sizes, and SP 18 of 30 kinds of equipment. Prints for this purpose may be obtained from the City. Keep this set of drawings on the site and use only as a record set. 2) Record drawings will be used as work progress sheets. Make neat and legible annotations thereon daily as the work pro- ceeds, showing the work as actually installed. Make these drawings available at all times for inspection. 3) Before the date of the final inspection, transfer all infor- mation from the record drawings to a sepia mylar procured from the City. Indicate work legible in ink and submit to the Engineer for approval prior to making controller charts. 4) Dimension from two (2) permanent points of reference, building corners, sidewalk, or road intersections, etc., the location of the following items: a) Connection to existing water lines. b) Connection to existing electrical power. c) Gate valves. d) Routing of sprinkler pressure lines (dimension max. 100 ft. along routing). e) Sprinkler control valves. f) Routing of control wiring g) Quick coupling vales. h) Other related equipment as directed by the Engineer. 5) On or before the date of the final inspection, deliver the corrected and completed sepias to the Engineer. Delivery of the sepias will relieve the Contractor of the responsibility of furnishing required information that may be omitted from the prints. c) Controller Charts: 1) Obtain approval of the record drawings from the City before controller charts are prepared. 2) Provide one controller chart for each controller supplied. 3) Show areas controlled by the automatic controller on the chart. 4) The chart is to be a 50% reduced drawing of the actual as- built system. Enlarge to a size that will be readable in the event the controller sequence is not legible when the drawing is reduced. 5) Provide a chart that is a blackline or blueline ozalid print and use a different color to indicate the area of coverage for each station. 0 • SP 19 of 30 6) When completed and between two pieces 10 mils. approved, hermetically seal the chart of plastic, each piece being a minimum of 7) Prior to final inspection of the irrigation system, complete charts and obtain approval. d) Operation and Maintenance Manuals: Prepare and deliver to the Engineer within ten calendar days prior to completion of construction, two hard cover binders with three rings containing the following information: 1) Index sheet stating Contractor's address and telephone number, list of equipment with name and addresses of local manufacturer's representative. 2) Catalog and parts sheets on every material and equipment installed under this contract. 3) Guarantee statement. 4) Complete operating and maintenance instruction on all major equipment. 5) In addition to the above - mentioned maintenance manuals, pro- vide the Owner's maintenance personnel with instructions for major equipment and show evidence in writing to the Engineer at the conclusion of the project that this service has been rendered. e) Equipment to be furnished: 1) Supply as a part of this contract the following tools: a. Two sets of special tools required for removing, disassembling and adjusting each type of sprinkler and valve supplied on this project. b. Two five - foot -long valve keys for operation of gate valves. c. Two keys for each automatic controller. d. Six quick coupler keys and matching hose swivels for each type of quick coupling valve installed. 2) Turn over the above- mentioned equipment to the City at the conclusion of the project. Before final inspection can occur, evidence that the City has received material must be shown to the Engineer. 3. Job Conditions a) Verification of Existing Conditions: Is SP 20 of 30 1) Visit the site to determine existing conditions, including access to the site and the nature and extent of existing improvements upon adjacent public and private property. Nature of materials to be encountered and other factors that may affect the work of this section. 2) Additional compensation resulting from the alleged ignorance of local conditions, and their effect upon the cost of the work will not subsequently be approved. b) Protection: 1) Protect the City's Property from injury or loss. Repair at Contractor's expense all damage to existing property (buildings, utilities, etc.,) or planting (trees, shrubs, lawn or ground cover) caused during operation or as a result of malfunction of installed work during the guarantee period. 2) Cause minimum interference with workmen, materials, or other equipment of other trades on the project. Do not begin irrigation work until all construction adjacent to the areas has been completed unless otherwise directed. Apply for and secure all required permits. Handling of PVC Pipe and Fittings: The Contractor is cautioned to exercise care in handling, loading, unloading, and storing of PVC pipe and fittings. Transport all PVC pipe in a vehicle which allows the length of pipe to lie flat so as not to subject it to undue bending or con- centrated external load at any point. Replace any section of pipe that has been dented or damaged. 4. Guarantee Submit guarantee for the sprinkler irrigation system in accordance with the attached form. File the general conditions and supplemen- tary conditions of these specifications with the City prior to acceptance of the irrigation system. Include a copy of the guarantee form in the operations and main- tenance manual. Retype the guarantee form onto Contractor's letterhead and contain the following information: • SP 21 of 30 GUARANTEE FOR SPRINKLER IRRIGATION SYSTEM We hereby guarantee that the sprinkler irrigation system we have furnished and installed is free from defects in materials and workmanship, and the work has been completed in accordance with the drawings and specifications, ordinary wear and tear and unu- sual abuse, or neglect excepted. We agree to repair or replace any defects in material or workmanship which may develop during the period of one year from date of acceptance and also to repair or replace any damage resulting from the repairing or replacing of such defects at no additional cost to the City. repairs or replacements will be made within a reasonable time as determined by the City, after receipt of written notice. In the event of our failure to make such repairs or replacements within a reasonable time after receipt of written notice from the City, we authorize the City to proceed to have said repairs or replacements made at our expense and we will pay the costs and charges therefrom upon demand. Project Location Signed: Address: Phone: Date of Acceptance: 5. Products Use only new materials of brands and type noted on drawings, spe- cified herein, or approved equals. PVC Pressure Main Line Pipe and Fittings: Two -inch and larger pressure main line piping: PVC Class 315. Pipe: NSF approved type I, grade I, PVC compound conforming to ASTM resin specification D1784, meeting requirements as set forth in Federal Specification PS- 22 -70, with an appropriate standard dimen- sion (S.D.R.). (Solvent weld) One and one -half inch or smaller pressure main line piping: PVC schedule 40. • SP 22 of 30 Pipe: NSF approved type I, grade I, PVC compound conforming to ASTM resin specification D1785, meeting requirements as set forth in Federal Specification PS -21 -70 with an appropriate standard dimen- sion (S.D.R.). (Solvent weld) PVC solvent weld fittings: Schedule 40, 1 -2, II -1 NSF approved con- forming to ASTM test procedure D2466. Solvent cement and primer: For PVC solvent weld pipe and fittings as prescribed by the manufacturer. All PVC pipe must bear the following markings: a. Manufacturer's name. b. Nominal pipe size. c. Schedule or class. d. Pressure rating in P.S.I. e. NSF (National Sanitation Foundation) approval. f. Date of extrusion. All fittings must bear the manufacturer's name or trademark, material designation, size, applicable I.P.S. schedule and NSF seal of approval. PVC Non - Pressure Lateral Line Piping: Lateral line piping: PVC class 200 with solvent weld joints. Pipe: NSF approved, type I, grade II PVC compound conforming to ASTM resin specification D1784, meeting requirements set forth in Federal Specification PS -22 -70 with an appropriate standard dimen- sion ration (S.D.R.). Except as noted in paragraph A and B of Section 2.03, meet all requirements for solvent weld pressure mainline pipe and fittings as set forth in Section 2.02 of these specifications. Brass pipe and fittings: Pipe: Red brass screwed conforming to Federal Specifications #WW -P -351. Fittings: Red brass conforming to Federal Specifications #WW -P -460. Galvanized Pipe and Fittings: Pipe: Galvanized steel ASA schedule 40 mild steel screwed. Fittings: Medium galvanized screwed beaded malleable iron and galvanized merchant coupling. Paint all galvanized pipe and fittings installed below grade with two coats of Koppers #50 Bitumastic. • SP 23 of 30 Quick Coupling Valves: Brass one or two piece body designed for working pressure of 150 P.S.I. operable with quick coupler with key size and type as shown on plans. Install six to twelve inches from nearest adjacent paved area. Gate Valves: Bronze Gate Valve: 125 lb. SWP with screw -in bonnet, non - rising stem and solid wedge disc with threaded ends and a bronze handwheel. Manufactured by Nibco or approved equal. Control Wiring: Connect between the automatic controllers and the electric control valves with direct burial copper wire AWG -UF 600 volt. Use different color stripe for each automatic controller. Install in accordance with valve manufacturer's specifications and wire chart. Do not use wire size less than $14. Place wiring in same trench and along the same route as pressure supply or lateral lines wherever possible. Tape wires together at intervals of ten feet where more than one wire is placed in a trench. Provide an expansion curl within three feet of each wire connection. Provide expansion curl with sufficient length at each splice conec- tion at each electric control, so that in case of repair, the valve bonnet may be brought to the surface without disconnection of the valve wires. Lay loosely control wires in trench without stress or stretching of control wire conductors. Make all splices with Rainbird Snap -Tite wire connector or approved equal. Use one splice per connector sealing pack. Do not allow field splices between the automatic controller and electrical control valves without prior approval of the Engineer. Check Valves: Swing Check Valves Two Inches and Smaller: Bronze construction 200 lb. W.O.G. with replaceable composition, neoprene or rubber disc and meet or exceed Federal Specification WW- V -51D, Class A, Type IV. Anti -Drain Valves: Heavy -duty virgin PVC construction with F.I.P. thread inlet and outlet, stainless steel and neoprene. Internal parts and field adjustable against drawout from 5 to 40 feet of head. Provide Valcon 'ADV' or approved equal. . SP 24 of 30 Automatic Controllers: Size and type shown on the plans. Obtain Engineer's approval of final location of automatic controllers. 120 volt electrical power to the automatic location will be fur- nished by others. Provide final electrical hook -up. Electric Control Valves: Provide electrical control valves with a manual flow adjustment. Provide and install one control valve box for each electric control valve. Backflow Prevention Units: Provide size and type indicated on the irrigations drawings. Provide Wye strainers at backflow prevention units with a 125 lb. flanged cast iron with 30 mesh monel screen and similar to Bailey #100A or approved equivalent. Control Valve Boxes: Use 10" x 1OP round valve box with PVC -6" minimum extension sleeve and bolt down cover for gate valves, Carson Industries 910 -12B or approved equivalent. Use 9P x 16 x 11" rectangular box for all electrical control valves, Carson Industries 1419 -12B with green bolt down cover embossed with controller and valve station numbers or approved equivalent. Sprinkler Heads: Provide same size, type, and deliver the same rate of precipitation with the diameter (or radius) of throw, pressure and discharge as shown on the plans and /or specified in these spe- cial provisions. Provide riser units in accordance with the details shown on the plans. Provide riser nipples of the same size as the riser opening in the sprinkler body. Provide sprinkler heads of the same type from the same manufacturer. (6) Execution All scaled dimensions are approximate. Check and verify all site dimensions and receive Engineer's approval prior to proceeding with work under this section. Exercise extreme care in excavating and ties. Repair at Contractor's expense d cause by his operations or neglect. Che drawings for existing utility locations. 0 SP 25 of 30 working near existing utili- amages to utilities which are ck existing utilities Coordinate installation of sprinkler irrigation materials, including pipe, so there shall be no interference with utilities or other construction or difficulty in planting trees, shrubs, vines, and ground covers. (a) Backfilling: 1) Do not backfill the trenches until all required tests are performed. Carefully backfill trenches with the excavated materials approved for backfilling, consisting of earth, loam, sandy clay, sand, or other approved materials, free from large clods of earth or stones. Mechanically compact the backfill in planting areas to a dry density equal to adjacent grades without dips, sunken areas, humps or other surface irregularities. 2) A fine granular material backfill will be initially placed on all lines. No foreign matter larger than 112 inch in size will be permitted in the initial backfill. 3) Flooding of trenches will be permitted only with approval of Engineer. 4) Make all required adjustments without cost to the City if settlement occurs and subsequent adjustments in pipe, valves, sprinkler heads, lawn or planting, or other contsruction are necessary. (b) Trenching and Backfill Under Paving: 1) Backfill trenches located under areas where paving, asphaltic concrete will be installed with sand - -a layer 6 inches below the pipe and 3 inches above the pipe - -and com- pacted in layers to 95% compaction, using manual or mechani- cal tamping devices. Compact trenches for piping to equal the compaction of the existing adjacent undisturbed soil and leave in a firm unyielding condition. Leave all trenches flush with the adjoining grade. Set in place, cap and pressure test all piping under paving prior to the paving work. 2) Generally, piping under existing walks is done by jacking, boring or hydraulic driving, but where any cutting or breaking of sidewalks and /or concrete is necessary replace work as part of the contract cost. Obtain permission to cut or break sidewalks and /or concrete from the Engineer. No hydraulic driving will be permitted under concrete paving. . SP 26 of 30 3) Provide for a minimum cover of 18" between the top of the pipe and the bottom of the aggregate base for all pressure and non - pressure piping installed under asphaltic concrete paving. (c) Assemblies: 1) Routing of sprinkler irrigation lines as indicated on the drawings is diagrammatic. Install lines (and various assemblies) in such a manner as to conform with the details per plans. 2) Install no multiple assemblies on plastic lines. Provide each assembly with its own outlet. Carefully check all grades to satisfy yourself that you may safely proceed before starting work in these sprinkler irri- gation system. 7. Preparation Physical Layout: a) Prior to installation, stake out all pressure supply lines, routing and location of sprinkler heads. b) Obtain approval of layout from Engineer prior to installation Water Supply: Water Supply: a) Connect the sprinkler irrigation system to water supply points of connection as indicated on the drawings. b) Make connections at approximate locations as shown on drawings. Contractor is responsible for minor changes caused by actual site conditions. Electrical Supply: a) Make electrical connections from automatic controller to electri- cal points of connection as indicated on the drawings. b) Make connections at approximate locations as shown on drawings. Contractor is responsible for minor changes caused by actual site conditions. 8. Installation a) Trenching: SP 27 of 30 • e 1) Dig trenches straight and support pipe continuously on bot- tom of trench. Lay pipe to an even grade. Follow layout indicated on drawings and as noted with trenching excavations. 2) Provide for a minimum cover of 24" for all pressure main line piping 4 inches and larger and for a minimum cover 18" for all pressure main line piping 3 inches and smaller. 3) Provide for a minimum cover of 12" for all non - pressure lines. 4) Provide for a minimum cover of 18" for all control wiring. 5) Provide for a minimum cover of 8" for all emitter flex hose. 6) Install all assemblies specified herein in accordance with respective detail. In absence of detail drawings or speci- fications pertaining to specific items required to complete work, perform such work in accordance with best standard practice with prior approval of Engineer. 7) Thoroughly clean PVC pipe and fittings of dirt, dust and moisture before installation. Follow installation and solvent welding methods recommended by the pipe and fitting manufacturer. 8) On PVC to metal connection, work the metal connections first. Use teflon tape or approved equivalent on all threaded PVC to PVC, and on all threaded PVC to metal joints. Light wrench pressure is all that is required. Where threaded PVC connections are required, use threaded PVC adaptors into which the pipe may be welded. (b) Line Clearance: Provide a minimum clearance of 6 inches from each o from lines of other trades. do not install parallel lines directly over one another. (c) Automatic Controller: Install in accordance with manufacturer's instructions. Connect remote control valves to controller in numerical sequence as shown on the drawings. (d) High Voltage Wiring for Automatic Controller: 1) Provide 120 volt power connection to the automatic controller. Remote Control Valves: Install where shown on drawings and details. When grouped together, allow at least 12 inches between valves. Install each remote control valve in a separate valve box. FF ' (e) Flushing of System: • SP 28 of 30 1) After all new sprinkler pipe lines and risers are in place and connected, all necessary diversion work has been completed, and prior to installation of sprinkler heads, open control valves and flush out the system with a full head of water. 2) Install sprinkler heads only after flushing of the system has been accomplished to the complete satisfaction of the Engineer. (f) Sprinkler Heads: 1) Install the sprinkler heads as designated on the drawings or approved equivalent. 2) Spacing of heads shall not exceed the maximum indicated on the drawings as recommended by the manufacturer. (9) Temporary Repairs The City reserves the right to make temporary repairs as necessary to keep the sprinkler equipment in operating condition. The Contractor is not relieved of his responsibilities under the terms of the guarantee as herein specified, if the City exercises this right. (10) Field Quality Control (a) Adjustment of the System: 1) Flush and adjust all sprinkler heads for optimum performance and to prevent overspray onto walks, roadways, and buildings as much as possible. 2) If it is determined that adjustments in the irrigation equipment will provide proper and more adequate coverage, make such adjustments prior to planting. Adjustments may also include changes in nozzle sizes and degrees of arc as required. 3) Within ten days after notification by Engineer lower raised sprinkler heads. 40 Set all sprinkler heads perpendicular to finished grades unless otherwise designated on the plans. (b) Testing of Irrigation System: 1) Request the presence of the Engineer in writing at least 48 hours in advance of testing. s SP 29 of 30 2) Test all pressure lines under hydrostatic pressure of 150 lbs. per square inch and prove watertight. NOTE: Test pressure main lines prior to installation of electric control valves. 3) Test all piping under paved areas under hydrostatic pressure of 150 lbs. per square inch, and prove watertight, prior to paving. 4) Sustain pressure in lines for not less than two hours. If leaks develop, replace joints and repeat test until entire system is proven watertight. 5) Make all hydrostatic tests only in the presence of the Engineer. Do not backfill any pipe until it has been inspected, tested and approved in writing. 6) Furnish necessary force pump and all other test equipment. 7) When the sprinkler irrigation system is completed, perform a coverage test in the presence of the Engineer, to determine if the water coverage for planting areas is complete and adequate. Furnish all materials and perform all work required to correct any inadequacies of coverage due to deviation from plans, or where the system has been willfully installed as indicated on the drawings when it is obviously inadequate, without bringing this to the attention of the Engineer. Accomplish test before any ground cover is planted. 8) Upon completion of each phase of work, test the entire system and adjust to meet site requirements. (11) Maintenance Operate entire sprinkler irrigation system under full automatic operation for a period of seven days prior to any planting and for sixty days after inspection to begin maintenance period. The Engineer reserves the right to waive or shorten the operation period. (12) Clean -up Clean up each portion of work as it progesses. Remove refuse and excess dirt from the site. Broom or wash down all works and paving and repair to original condition any damage sustained on the work of others. (13) Final Inspection Prior to Acceptance Operate each system in its entirety for the Engineer at time of final inspection. Rework any items deemed not acceptable by the inspector to the complete satisfaction of the Engineer. r t• F • SP 30 of 30 Show evidence to the Engineer that the City has received all accessories, charts, record drawings, and equipment as required before final inspection can occur. (14) Inspection Schedule Notify the Engineer in advance for the following inspections, according to the time indicated: a) Pre -job conference - 7 days. b) Pressure supply line installation and testing - 48 hours. c) Automatic controller installation - 48 hours. d) Control wire installation - 48 hours.. e) Lateral line and sprinkler and emitter installation - 48 hours. f) Coverage Test - 48 hours. g) Inspection to begin maintenance period - 7 days h) Final inspection - 7 days. When inspections have been conducted by other than the Engineer, show evidence of when and by whom these inspections were made. No inspection will commence without record drawings. Reimburse the City at the rate of two and one -half times the normal office hourly rate per hour portal to portal (plus transportation costs) for the inconvenience in the event the Contractor calls for an inspection without record drawings, without completing previously noted correc- tions, or without preparing the system for inspection. No further inspections will be scheduled until this charge has been paid. (15) Payment Payment for "Landscape Irrigation System" will be made at the contract lump sum price as listed in the proposal which price and payment shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work involved in furnishing and placing the irrigation system as specified in these Specifications and as directed by the Engineer. July 28, 1986 BY THE CITY COUNCILCITY COUNCIL AGENDA • CITY Of NEWPORT BEACVEM N0. F 3 (a) JUL 2 8 1986 TO: CITY COUNCIL AppROVED FROM: Public Works Department SUBJECT: SAN JOAQUIN HILLS ROAD IMPROVEI4ENTS AND MEDIAN LANDSCAPING, MARGUERITE AVENUE TO SPY GLASS HILL ROAD (C- 2516') RECOMMENDATION: Award Contract No. 2516 to the Griffith Co. of Santa Ana for $448,427.45 and authorize the Mayor and t#e thy.- - Clerk -,-t$ amute tlw- coatraata DISCUSSION: Bids for this contract were opened at 11:00 A.M. on July 15, 1986. • Bidder Amount 1. Griffith Co., Santa Ana $448,427.45 2. McGrew Constructions Co., Anaheim $464,516.00 3. Gillespie Construction Co. $468,450.00 4. Nobest Inc., Westminster $468,772.25 5. Clayton Engineering, Laguna Hills $478,580.00 6. Sully- Miller, Orange $511,858.00 7. Fleming Engineering, Buena Park $537,115.00 The low bid was 6.6% less than the Engineer's estimate of $480,000. The difference between the estimate and the bid is due to current competitive bidding. The Griffith Co. has satisfactorily performed similar work for the City in the past. The proposed project will provide for asphalt concrete overlay of the existing roadway, construction of improvements for the northerly one -half of the roadway, and construction of median improvements on San Joaquin Hills Road be- tween Marguerite Avenue and Spy Glass Hill Road. Contract work will include grading; asphalt concrete pavement; asphalt concrete overlay; P.C.C. median curb; stamped median pavement; median planter walls; adjusting street light • poles; curb inlets and storm drain pipe; and an automatic median irrigation system. City crews will obtain and plant landscape material when the contract work is completed. The completed median improvements will be similar to the median improvements on San Joaquin Hills Road between Marguerite Avenue and San Miguel Road (see attached Exhibit "A "). ('38� • July 28, 1986 Subject: San Joaquin Hills Road Improvement and Median Landscaping, Marguerite Avenue to Spy GlassHill Road (C -2516) Page 2 Funds for the project have been provided in the current budget as follows: Description Account No. Amount Gas Tax (2106) 19- 3314 -005 223,500.00 Gas Tax (2107) 18- 3316 -007 206,400.00 Gen'l Fund (Resurface) 02- 3385 -015 18,527.45 $448,427.45 Landscape (Gen'] Fund) 02- 7797 -375 74,985.00 Contingency (Gen'l Fund) 02- 3385 -015 23,437.55 TOTAL $546,850.00 The plans and specifications for the landscaped medians were prepared by the landscape achitectural firm of Eichenberger, Fennell and Associates. The • roadway improvement plans and specifications were prepared by the Public Works Department. Contract work is scheduled to be completed by October 26, 1986, with landscaping by City forces to follow. 2 Benj min B. Nolan Public Works Director JW:jd Att. is • • 3 NEW PAYING P. m. ea rPARK e6eenAL Pr 1 4 � T el32 —�— octu to Te94M:R r DRIVE \ / _ ?'\ �\ o4rve SE A SELL CN. " f 1 A s , \ TR. 7141 AREA AP N. T. S. N 'L Y- 4/W _ d d ^P /W F_z/9T Ce,- 9GF s.. <i .,fir,- CX /9T 4�BUN / %! O /7C'IV ' SAN ✓OAOU /N HILLS ROAD �i T rP /CAL LANOSCAP /MG CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SAN JOAQUIN HILLS ROAD STREET IMPROVEMENT a MEDIAN LANDSCAPING MARGUERITE AVE- TO SPY GLASS HILL ROAD DRAWING N.D. ®cI+IBt"rAX Authorited to Publish Advertisements of aas including C pubisc notices by Decree of the SUPefldf Coy of orange ounty, California. Number A -6211, dated 29 September. 1961, and A•2483 t. dated 11 June. 1963 STATE OF CALIFORNIA County of Orange P'v .ie1KI •enrvrp conno " 1M W m 1 ppl,l wIh 10 MAP CW rr101" I am a Citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the below entitled matter. I am a principal clerk of the Orange Coast DAILY PILOT, with which is combined the NEWS - PRESS. a newspaper of general circulation, printed and published in the City of Costa Mesa, County of Orange. State of California, and that a Notice of INVITING BIDS of which copy attached hereto is a true and complete copy, was printed and published in the Costa Mesa, Newport Beach, Huntington Beach, Fountain Valley, Irvine, the South Coast communities and Laguna Beach issues of said newspaper for ONE TIME consecutive weeks to wit the issue(s) of 198 6 198- 198_ 198 - 198— I declare, under penalty of perjury, that the foregoing is true and correct. EXeQuted on June 26 egg 6 at C sta Mesa, Ca4fornia. PROOF OF PUBLICATION "I U 0 June 9, 1986 CITY COUNCIL.AGENDA BY THE CITY COUNCIL ITEM NO. J -1 CITY OF NEWPORT BEACH is TO: CITY COUNCIL .JUN 9 1986 FROM: Public Works Department APPROVED SUBJECT: :SAN.JOAQUIN HILLS ROAD IMPROVEMENTS AND MEDIAN LANDSCAPING— MARGUERITE AVENUE TO SPYGLASS HILL ROAD (C451b) RECOMMENDATION: 1. Proceed with the project and: a. Accept the Negative Declaration of Environmental Impact; b. Approve the plans and specifications; c. Authorize the City Clerk to--A­*J° Q- to be opened at 11:00 a.m. one or 2. Delay action on the project until the City Council reviews cir- •culation element modifications related to IPA 85 -1(B), DISCUSSION: The 1985 -86 budget provides funds for the landscaping of the San Joaquin Hills Road median area between Marguerite Avenue and Spyglass Hill Road. Funds are also provided for the completion of the roadway improvements between the existing curb on the northerly side and the median area. The project was budgeted in response to requests from the adjoining associations to improve the appearance of the area which has been set aside for the future construction of San Joaquin Hills Road. The roadway improvements to be constructed with this proposed project will include constructing the northerly one -half of San Joaquin Hills Road at the same width as the existing southerly one -half (42 feet). The median will be 16 feet wide and landscaped the same as the section between Marguerite Avenue and San Miguel Drive. (See that attached Exhibit A.) The staff contacted representatives of the Spyglass Hill and Spyglass Ridge Community Associations to explain the project and show them the plans. Attached is a copy of the staff's letter and a letter from the presidents of •both the Spyglass Hill and Spyglass Ridge Community Associations responding to the staff's letter. At the time the project was being explained, the staff provided the Associations with copies of the GPA 85 -1(B) memos to the Planning Commission, which, among other things, discussed recommended changes to the Circulation Element. One such change that was recommended was the reclassification of San Joaquin Hills Road easterly of Spyglass Hill Road from a major arterial (6 lanes divided) to a primary arterial (4 lanes divided). The Spyglass Hill Association C3) • • ! 0 June 9, 1986 Subject: San Joaquin Hills Road Improvements and Median Landscaping- - Marguerite Avenue to Spyglass Hill Road (C -2516) Page 2 letter was written under the assumption that this change would be made and that San Joaquin Hills Road.easterly of Spyglass Hill Road would not be built until the last phase of the Newport Center development. A map of the City's Circulation Element -- Master Plan of Streets and Highways is attached. At the May 22, 1986 Planning Commission meeting, the Commission did not accept the staff recommendation for San Joaquin Hills Road and left it as is currently shown in the Circulation Element, a major arterial (6 lanes divided). The Commission also required that San Joaquin Hills Road easterly of Spyglass Hill Road be under construction prior to the issuance of grading or building permits for the last phase of the Newport Center expansion (Block 800, Corporate Plaza West and Bayview Landing). The Associations are anxious way, but are also quite concerned that construction of San Joaquin Hills Road arterial standards (6 lanes divided). by the City Council in Resolution No. comment and concern number 6: to get the proposed improvements under the construction might lead to the future easterly of Spyglass Hill Road at major They have referred to the position taken 95 -11 (copy attached) which states under "6. The connection of San Joaquin Hills Road to Pelican Hill Road shall not occur until Pelican Hill Road is fully operational. San Joaquin Hills Road should not exceed four travel lanes as it connects to Pelican Hill Road. The extension of San Joaquin Hills Road east of Pelican Hill Road to the Corridor shall not occur." Resolution No. 85 -11 did not amend the City's Circulation Element con- cerning San Joaquin Hills Road. It was an expression of comments and concerns regarding the implementation of the San Joaquin Hills Transportation Corridor and the various arterials that might be constructed to connect to the corridor. Concerning Items 2 and 3 of the Spyglass Hill Community Association letter, the Council has two options: Direct the staff to proceed with the project and handle the Associations' concerns relating to the future extension of San Joaquin Hills Road easterly of Spyglass Hill Road during the public hearing on GPA 85 -1(B); or 2. Postpone the project until after the public hearing on GPA 85 -1(B). The design plans for San Joaquin Hills Road between Marguerite Avenue and Spyglass Hill Road provide for the roadway to be striped to accommodate four lanes of traffic; however, the curb -to -curb width of roadway is the same as that westerly of Marguerite Avenue and will accommodate six lanes. To handle Item 1 in the Spyglass Hill Association letter it is suggested that the City Council require that a public hearing be held prior to any restriping of San Joaquin Hills Road between Marguerite Avenue and Spyglass Hill Road that would allow for six lanes. Ll June 9, 1986 Subject: San Joaquin Hills Road Improvements and Median Landscaping- - Marguerite Avenue to Spyglass Hill Road (C -2516) Page 3 •It is recommended that the Council direct the staff to proceed with the project at this time and that the concerns related to the extension easterly of Spyglass Hill Road be resolved during the public hearing for GPA- 85 -1(B). Based on the current design, the roadway accommodates without change either a major or primary arterial easterly of Spyglass Hill Road. • The engineer's estimate for this contract is $480,000. In addition to this amount $65,000 will be required for plant material to be installed by the Parks,Beaches and Recreation Department for a total project cost of $545,000. If approved, this contract will be awarded in 1986 -7. The proposed budget pro- vides $407,000 in funds carried over from this year's budget. A budget transfer of approximately $137,000 in the Gas Tax Fund will need to be processed. The plans and specifications for the landscaped medians were prepared by the landscape architectural firm of Eichenberger, Fennell and Associates. The roadway improvement plans and specifications were prepared by the Public Works Department. If the Council approves the plans and specifications and authorizes advertising for bids, the project can be completed by mid- November. Benjamin B. Public Works DW:jd J a Nolan Director Att: 1. Exhibit A - -Area Map and Cross - section 2. Staff letter 3. Letter from Spyglass Ridge Community Assoc. 4. Letter from Spyglass Hill Community Assoc. 5. Master Plan of Streets and Highways 6. Resolution 85 -11 7. Negative Declaration of Environmental Impact nq y N. / NEW PAVING ! 3�� e. r. EEh reernt Eu rE�oIIUE nu Ej �, net, s . sen ' Te. uaE : —__ atom ZZ II A IYTNARer DRIVE \ D.M r EEL ^ l BELL w •� ,w CA. E w r u A 1 TR. Tttl AREA ,MAP N. T. S. v Z r. 41F W da.r/w e' aa' e' a• aa' s� A &W A✓ /N6 'o � 1 I 1 la ! I u7icT'I B'C.F EX /9T. 4'6UA/ /T� D /7CN SA N ✓OAQI/ /N HILLS ROAD 4 TYPICAL [AIOSCAP/MG CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SAN JOAQUIN HILLS ROAD STREET IMPROVEMENT • MEDIAN LANDSCAPING MARGUERITE AVE. TO SPY GLASS HILL ROAD DRAWING NO. G�ic�IBtT''A` • May 2, 1986 9 CITY OF NEWPORT BEACH P.O. BOX 1768, NEWPORT BEACH, CA 92658.8915 Public Works Department 714/644 -3311 Stella Chavos, President Spyglass Hill Community Association c/o Villageway Management, Inc. P. 0. 4708 Irvine, California 92716 Subject: San Joaquin Hills Road Street and Landscape Improvements- - Marguerite Avenue to Spyglass Hill Road Dear Mrs. Chavos: The plans for the subject project are being finalized, with construction sched- duled to begin this summer. A set of preliminary plans and a copy of the environmental document for the project have been given to Mr. Bob Duke who • agreed to deliver them to you for review and comments on behalf of your asso- ciation. Mr. Duke suggested that a review of the current and proposed planning for San Joaquin Hills Road would be helpful in reviewing the subject improvement plans. San Joaquin Hills Road is designated as a major roadway (six -lane divided high- way) on the City's current Master Plan Circulation Element of the General Plan. With the proposed development of the San Joaquin Hills Transportation Corridor, traffic studies indicate that future traffic volumes will be reduced on San Joaquin Hills Road easterly of Spyglass Hill Road and the Master Plan classifi- cation may be reduced to a primary roadway (four lanes divided). At present, a General Plan amendment to allow for some expansion in Newport Center is before the Planning Commission and is scheduled to be before the City Council in June or July. Included in this General Plan amendment are modifica- tions to the Circulation Element. Public hearings before both the Planning Commission and City Council are being held in order to discuss proposed changes to the General Plan. Staff recommendations concerning the Circulation Element are for San Joaquin Hills Road east of Spyglass Hill Road to be designated as a primary roadway • (four -lane divided highway). A copy of the staff report with these recommen- dations highlighted is enclosed for your information, along with a letter requesting the Orange County EMA's support. 5 3300 Newport Boulevard, Newport Beach May 2, 1986 Stella Chavos, President. Page 2 At the request of the area community associations, the City has included in this • year's budget a project to improve the appearance of San Joaquin Hills Road be- tween Marguerite and Spyglass Hill Road. The City's plans for the proposed project are to complete the roadway improvements which were started with the first tract development. The street and median landscaping improvements between Marguerite Avenue and Spyglass Hill Road would be the same as between Marguerite Avenue and Crown Drive with the exception that the roadway would be striped for four lanes. The date of the future extension of San Joaquin Hills Road between Spyglass Hill Road and Pelican Hill Road is uncertain at this time. The staff's recommen- dations are that it be completed with the last phase of the Newport Center buildout. Please return your comments by May 27 in order that the final plans can be completed. Your cooperation is appreciated, and if you have any questions, please call me at 644 -3311. Very truly yours, 7 W . . ohn Wolter Cooperative Projects Engineer JW:jd Enc. • 9 • May 29, 1986 Mr. John Wolter Cooperative Projects Engineer CITY OF NEWPORT BEACH P.O. Box 1768 Newport Beach, CA 92658 -8915 Subject: San Joaquin Hills Road Improvements Marguerite Avenue to Spy Glass Hill Road Dear John: Thank you for your letter of May 8, 1986 and your time • in reviewing the subject plans and documents with me. As you requested, they were presented to the Spyglass Ridge Homeowners Association Board of Directors and we are unani- mously in favor of the proposed improvements. Please know we appreciate the City's responsiveness to the homeowners desires to complete the San Joaquin Hills Road median strip and street section, and eliminating what has been a long - existing and unsightly condition in our neighbor- hood. Sinc dal your , r / E erett T. Stahl iresident, Spyglass Assocation Board of ETS /jd • Disc2Lev.OSGHHOBOD 7 Ridge Homeowner's Directors • 0 0 Spyglass Hill Community Association May 129 1986 Mr. John Wolter Cooperative Projects Engineer City of Newport Beach P.O. Box 1768 Newport Beach, CA 92658 -8915 RE: SPYGLASS RILL COMMUNITY ASSOCIATION SAN JOAQUIN HILLS ROAD Dear Mr. Wolter: RECEIVED � F1811C WORKS MAY 16 1986 0- CITY OF NEWPORT BEACH KI., CAUE This will respond to your letter dated May 2, 1986. The Spyglass Hill • Community Association supports the San Joaquin Hills Road, Street, and Landscaping Improvements - Marguerite Avenue to Spyglass Hill Road as outlined in your letter and in the plans given to Bob Duke on Thursday, May 1, 1986, based on the following three understandings: 1. The San Joaquin Hills Road between Marguerite and Spyglass Hill Road is to be designed as a four lane divided highway on the City's current Master Plan Circulation Element of the General Plan. 2. The City will strongly support and recommend to the County of Orange that the portion of the San Joaquin Hills Road between Spyglass Hill Road and Pelican Hills Road will also not exceed a four lane divided highway. The above are in accordance with the City's Resolution 85 -11, adopted on February 25, 1985. 3. The future extension of San Joaquin Hills Road between Spyglass Hill Road and Pelican Hills Road shall not be completed until the last phase of the Newport Center build out. This is in accordance with staff's recommendation as stated in your May 2, 1986, letter. We sincerely appreciate all the help and cooperation your fine department • has given to our homeowners to keep Newport Beach a beautiful city. Sincerely, SPYGLASS HILL COMMUNI SOCIATION Stella Chavos, resident Board of Directors cc: Bob Duke HJL /ke P.O. SOX 4706 • IRVINE, CA 92716 • (714) 2541876 H f.Y ol V is i.1 RESOLUTION NO. 85 -11 1 /O A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH EXPRESSING THE CITY'S POSITION ON THE SAN JOAQUIN • HILLS TRANSPORTATION CORRIDOR WHEREAS, the Orange County Board of Supervisors amended the Master Plan of Arterial Highways in August, 1976, incorporating a conceptually proposed alignment for the San Joaquin Hills Transportation Corridor; and WHEREAS, the City Council of the City of Newport Beach has previously expressed support for the San Joaquin Hills Transportation Corridor as a way of directing traffic around Newport Beach; and WHEREAS, the County of Orange has proposed a land development fee program to pay a portion of the cost of the facility; and WHEREAS, the County of Orange has proposed creation of a joint powers authority to implement construction of the facility; and .. WHEREAS, a Memorandum of Understanding has been prepared as a step towards creation of the joint powers authority; and WHEREAS, the City of Newport Beach has continuing concerns about cer- tain design features and potential traffic and environmental impacts of the facility; NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Newport Beach expresses the following comments and concerns regarding the facil- ity to the Orange County Board of Supervisors: 1. The City continues to support construction of the San Joaquin Hills Transportation Corridor, as a way of directing traffic around Newport Beach, with implementation at the earliest practicable date: 2. The City concurs in the concept of a development fee program to fund a portion of the cost of the facility, with the understanding that only new development shall be subject to such fees. 3. The City supports the proposed joint powers authority, and the Memorandum of Understanding (NDU) which is intended to be an initial step toward the joint powers authority. 1 /O 2 4. Reduce the overall scope of the initial project to not more than . six regular travel lanes to be constructed in this century. However, right-of- way for the ultimate improvement should be secured so acquisitions are not needed in the future. 5. Design the Corridor as a scenic highway and in an environmentally sensitive manner; with specific features incorporated to minimize grading impacts, including slope rounding, variable slope ratios, contouring, and split- level roadways where feasible. - 6. The connection of San Joaquin Hills Road to Pelican Hills Road shall not occur until Pelican Hills Road is fully operational. San Joaquin Hills Road should not exceed four travel lanes as it connects to Pelican Hills Road. The extension of San Joaquin Hills Road east of Pelican Hills Road to the Corridor shall not occur. 7. There will be no Corridor interchange connection with San Miguel Drive or Ford Road. S. Incorporate measures to discourage through truck traffic. • 9. Carefully analyze noise impacts and impacts upon archaeological and paleontological sites, flora and fauna and incorporate any necessary mitigation measures into the project. 10. Particular priority shall be given to providing design features and construction requirements which will minimize siltation impacts on Newport Bay. 11. A staged construction program should be developed which is specifi- cally intended to minimize impacts on the existing street system. 12. Additional and /or revised comments will be made as a part of the environmental review process. 13. it is the overriding policy of the City that the integrity of the Circulation Element of the General Plan be maintained; and that the Transporta- tion Corridor be designed in a way which will distribute traffic to the arterial street system without exceeding the capacity of individual elements of the system. For example, the design and construction phasing shall not result in • traffic burdens on Pacific Coast Highway in Corona del Mar which would cause parking to be removed. 2 C • C r 1 14. The Mayor is authorized to execute the MOU, with the understanding that the City of Newport Beach will not participate in the program to fund, design, approve or construct the San Joaquin Hills Transportation Corridor unless, and until, the City's concerns expressed in the resolution are fully protected in the joint powers agreaftnt or otherwise. ATTEST: City Clerk ADOPTED this 25th day of February , 1985. 3 Mayor • FILED FEB • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT L. GRAN C1IGAt SAN JOAQUIN HILLS ROAD IMPROVEMENT MARGUERITE AVENUE TO SPY GLASS HI�L ROAD ENVIRONMENTAL REVIEW -- NOTICE OF DETERMINATION A preliminary environmental review %f the project for construction of San Joaquin Hills Road improvement, Marguerite Avenue to Spy Glass Hill Road, has been performed. The review was conducted in accordance with the requirements of the California Environmental Quality Act of 1970, the State "Guidelines for Implementation of the California Environmental Quality Act of 1970," and the City's "Policies and Procedures for Implementing the California Environmental Quality Act." The environmental statement has been reviewed and was approved by the • City's Environmental Affairs Committee. As a result of the preliminary review, it has been determined that: 1. The project is approved. 2. The project will not have a significant effect on the environment. 3. An environmental impact report has not been prepared. A Negative Declaration has been prepared and is attached hereto. Benjamin B. Nolan �h Public Works Directcr AIM :jd Att. ,O S T E D 1/3/86 • FEB 31986 0'^ L. c^ . Coarr� p� a p. /3 • is /Y SAN JOAQUIN HILLS ROAD IMPROVEMENTS MARGUERITE AVENUE TO SPY GLASS HILL ROAD ! NEGATIVE DECLARATION 9 BY i.� CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1=EB 3 190 1. PROJECT LOCATION: The proposed improvements consist of constructing a raised median eveloped for landscaping, and the widening of the roadway on San Joaquin Hills Road between Marguerite Avenue and Spy Glass Hills Road, in Corona del Mar, a community in the City of Newport Beach, County of Orange. 2. PROJECT DESCRIPTION: A 44 -foot roadway barrel and a 16 -foot raised median will be constructed for approximately 2,400 feet along the northerly side of San Joaquin Hills Road between Marguerite Avenue and Spy Glass Hill Road. Construction will include median curb and gutter, stamped median paving and a structural roadway section. All improvements will be constructed between an existing curb and gutter and an existing edge of pavement. 3. PROJECT GOALS: The proposed improvements will join the existing roadway geometrics at Marguerite Avenue and will increase the roadway capacity. The cobblestone stamped concrete median paving and hardscape improvements for purposes of landscaping following completion of construction will enhance the aesthetic quality of the roadway. 4. EFFECT ON THE ENVIRONMENT: There will be no significant long -term irrever- sible or irretrieva e e fects on the environment. There will be minimal, acceptable short -term disturbances caused by construction activity. 5. BASIS FOR NEGATIVE DECLARATION: This project is consistent with the General an of the City of ewport Beach and could not have a significant effect on the environment. 6. INITIAL STUDY: The Public Works Department of the City of Newport Beach has prepared the Negative Declaration and its Initial Study in accordance with Article 7, Chapter 3, Guidelines for Im lementation of the California Environmental Qualit X A-c—t—of 1970. Copies of the nitial to y may outainea from the Public ors apartment during normal business hours. enja in B. Nolan Public Works Director HH:jd 12/19/85 • • E SAN JOAQUIN HILLS ROAD IMPROVEMENTS MARGUERITE AVENUE TO SPY GLASS HILL ROAD INITIAL STUDY BY CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT A. CONFORMANCE WITH THE GENERAL PLAN { This project is consistent with the environmental plans and goals as established by the General Plan of the City of Newport Beach. B. ENVIRONMENTAL CHECKLIST FORM An Environmental Checklist Form (attached) has been completed as a portion of this study. The following statements, referenced to questions presented on the checklist, explain all "yes" and "maybe" answers: • IIA .b. The proposed improvements will result in an increase in the overall width of the roadway by 44 feet and the construction of a 16 -foot median developed for landscaping a distance of approxi- mately 2,400 feet. The widening wil -1 be a fill in between an existing sidewalk and edge of pavement and is considered to be an insignificant adverse impact. • /S II.3.b. The increase in impermeable surface will increase runoff in the area. Existing facilities in the area are adequate to sustain the added runoff. This is an insiginifiant impact. HH: jd 12/19/85 .e • ENVIRONMENTAL CHECKLIST FORM I. Background • 1. Name of Proponent C t 41, o 1 u fw e r1- Pa cA,% 2. Address and Phone Number of Proponent ?uVt , o v K S Ot6 . 3300 Ut ipay- - _RIJ . _ Uew port- t3 cauE. _ 6c._ _ 9Zfo(63 (� (4) 644.-3-511 3. Date of Checklist Submission Q.2CA" (Ci9 S 4. Agency Requiring Checklist Ci:!4 04: Paw eov+ (, -eLe� 5. Title of Project San A00 uiv% Mils. QQad r., v ".4s — 11gYOJNGY� '1C0" S iT�4LS 14;1If �• II. Environmental Impacts (Explanations of all "yes" and "maybe" answers are required on attached sheets.) •YES MAYBE NO 1. Earth. Will the proposal result in: a. Unstable earth conditions or in changes in geologic substructures? X b. Disruptions, displacements, compaction or overcovering of the soil? X C. Change in topography or ground surface relief features? 1< d. The destruction, covering or modification of any unique geologic >( or physical features? e. Any increase in wind or water erosion of soils, either on or off the site? X f. Changes in deposition or erosion of • beach sands, or changes in siltation, deposition or erosion which may modify the channel of a river or stream or the bed of the ocean or any bay, inlet x or lake? /6 /7 NO X Y_ X X X V J &S MAYBE g. Exposure of people or property to geological hazards such as earth- quakes, landslides, mudslides, ground failure, or similar hazards? • 2. Air. Will the proposal result in: a. Substantial air emissions or deterioration of ambient air quality? b. The creation of objectionable odors? C. Alteration of air movement, moisture or temperature, or any change in climate, either locally or regionally? 3. Water. Will the proposal result in: a. Changes in currents, or the.course or direction of water movements, in either marine or fresh waters? b. Changes in absorption rates, drainage patterns, or the rate and amount of surface runoff? l� • C. Alterations to the course of flow of flood waters? d. Change in the amount of surface water in any water body? e. Discharge into surface waters or in any alteration of surface water quality, including but not limited to temperature, dissolved oxygen or turbidity? f. Alteration of the direction or rate of flow of ground waters? g. Change in the quantity of ground waters, either through direct addi- tions or withdrawals, or through interception of an aquifer by cuts or excavations? • h. Substantial reduction in the amount of water otherwise available for public water supplies? i. Exposure of people or property to water related hazards such as flooding or tidal waves? /7 NO X Y_ X X X V J YES /8 MAYBE NO X —y X_ X_ X X 4. Plant Life. Will the proposal result in: a. Change in the diversity of species, • or number of any species of plants (including trees, shrubs, grass, crops, and aquatic plants)? b. Reduction of the numbers of any unique, rare or endangered species of plants? C. Introduction of new species of plants into an area, or in a barrier to the normal replenishment of existing species? ` d. Reduction in acreage of any agricultural crop? 5. Animal Life. Will the proposal result in: a. Change in the diversity of species, or numbers of any species of animals (birds, land animals including reptiles, • fish and shellfish, benthic organisms, or insects)? b. Reduction of the numbers of any unique, rare or endangered species of animals? C. Introduction of new species of animals into an area, or result in a barrier to the migration or movement of animals? d. Deterioration to existing fish or wildlife habitat? 6. Noise. Will the proposal result in: a. Increases in existing noise levels? b. Exposure of people to severe noise levels? • 7. Light and Glare. Will the proposal produce new 11ght or g are? 8. Land Use. Will the proposal result in a substantial alteration of the present or planned land use of an area? /8 MAYBE NO X —y X_ X_ X X 9. Natural Resources. Will the proposal result in: • a. Increase in the rate of use of any natural resources? b. Substantial depletion of any non- renewable natural resource? 10. Risk of Upset. Does the proposal involve a ris of an explosion or the release of hazardous substances (including, but not limited to, oil, pesticides, chemicals or radiation) in the event of an agcident or upset conditions? 11. PP ula�tion. Will-the proposal alter the location, distribution, density, or growth rate of the human population of an area? 12. Housing. Will the proposal affect. existing housing, or create a demand for additional housing? • 13. Transportation /Circulation. Will the proposes result in:— a. Generation of substantial additional' vehicular movement? b. Effects on existing parking facilities, or demand for new parking? C. Substantial impact upon existing transportation systems? d. Alterations to present patterns, of circulation or movement of people - and /or goods? e. Alterations to waterborne, rail or air traffic? • f. Increase in traffic hazardous to motor vehicles, bicyclists or pedestrians? 14. Public Services. Will the proposal have an effect upon, or result in a need for new or altered governmental services in any of the following areas: /9 YES MAYBE NO X X X k X X' X X X X ,20 • ES MAYBE NO k X a. Fire protection? b. Police protection? • c. Schools? d. Parks or other recreational facilities? e. Maintenance of public facilities, including roads? f. Other governmental services? 15. Energy Will the proposal result in: a. Use of substantial amnunt� of fuel or energy? b. Substantial increase in demand upon existing sources of energy, or require , the development of new sources of energy? 16. Utilities. Will the proposal result in a need new systems, or substantial • alterations to the following utilities: a. Power or natural gas? b. Communications systems? c. Water? d. Sewer or septic tanks? e. Storm water drainage? f. Solid waste and disposal? 17. Human Health. Will the proposal result in: a. Creation of any health hazard or potential health hazard-(excluding mental health)? b. Exposure of people to potential • health hazards? 18. Aesthetics. Will the proposal result in the obstruct on of any scenic vista or view open to the public, or will the proposal result in the creation of.an aesthetically offensive site open to public view? ,20 • ES MAYBE NO k x _K X 0 X x x X X x _K X 0 YES MAYBE NO 19. Recreation. Will the proposal result in a` n pct upon the quality or quantity of existing recreational opportunities? X • 20. Archeological /Historical. Will the proposal resu t n an a teration of a significant archeological or historical site, structure, object or building? X 21. Mandatory Findings of Significance. Does the project have the potential to degrade the quality of the environment, substantially reduce the habitat of a fish or wildlife species,lcause a fish or wildlife population to Vrop below self - sustaining levels,'threaten to eliminate a plant or animal community, reduce the number or restrict the range of a rare or endangered plant or animal or eliminate important examples of the major periods of California history or prehistory? x • b. Does the project have the potential to achieve short -term, to the disadvantage of long -term, environmental goals? (A short -term impact on the environment is one which occurs in a relatively brief definitive period of time while long -, term impacts-will endure well into the future.) X c. Does the project have impacts which are individually limited, but cumu- latively considerable? (A project may impact on two or more separate resources where the impact on.each resource is relatively small, but where the effect of the total of those impacts on the environment is significant.) �( d. Does the project have.environmental • effects which will cause substantial adverse effects on human beings, either directly or indirectly?