HomeMy WebLinkAboutC-2924 - Corona del Mar Median Landscape•
•
•
0
TO: CITY COUNCIL
FROM: PUBLIC WORKS DEPARTMENT
r3�)
2 �12 5/
-May23, 1994
CITY COUNCIL AGENDA
ITEFv NO.__ 54___
U, .
' 31094:
I. APPROVED 2
SUBJECT: CORONA DEL MAR COAST HIGHWAY MEDIAN LANDSCAPING
ACTION:
1 . Approve or deny the Corona del Mar Chamber of Commerce
request for forgiveness of the funds advanced by the City.
V 2. If the request for forgiveness of the debt is denied, direct
the staff to prepare a modified agreement with the
Chamber allowing additional time for reimbursement (two
years is suggested).
DISCUSSION:
At the meeting of May 23, 1994 the City Council considered a
request by the Corona del Mar Chamber of Commerce for forgiveness of
funds ($6,600) loaned to the Chamber by the City which were used to install
additional landscaping desired by the Chamber in the median islands at the
Coast Highway /Marguerite Avenue intersection. Copies of the May 23 staff
report and attachments are attached hereto for reference. The Council
continued the matter to June 13 for additional information.
The original median island and landscaping project consisted of
two main phases of work; construction of median islands by the Sanitation
Districts in the Shorecliffs -Cameo Shores area of Coast Highway in
conjunction with the trunk sewer construction project, and installation of
landscaping and irrigation systems in the median islands under a separate
City contract. The City contract work extended from the easterly median
island at the Marguerite intersection to the easterly City limits, with the cost
of the work being about $121,000. The landscaping was similar to other
recent installations on Coast Highway; including Windmill Palms,
Mediterranean Fan Palms, Lily of the Nile, and various shrubs and
groundcovers. The City funding and scope of work did not include
landscaping of the westerly median island at the Marguerite intersection.
SUBJECT: CORONA DEL MAR COAST HIGHWAY MEDIAN LANDSCAPING
June 13, 1994
Page 2
At the request of the Corona del Mar Chamber of Commerce
provision was made for an alternate design including the installation of
Chamber furnished topiaries in the easterly median island at the Marguerite
intersection. During construction of the project the Chamber exercised the
alternate design in the easterly island, and asked the City to expand the
scope of work to include the westerly island. Additional costs in the amount
of $6,600 were to be reimbursed to the City by the Chamber pursuant to an
agreement approved by the City Council on June 14, 1993.
By letter to the City Manager dated April 25, 1994 the Chamber
has asked that the City forgive the obligation of the Chamber to reimburse
the additional funds advanced by the City, as the Chamber has been unable
to generate the funds needed. If the request for forgiveness of the debt is
denied by the City Council, it is suggested that the staff be directed to
prepare a revised agreement with the Chamber providing additional time for
reimbursement, perhaps two years.
One other point which was discussed at the May 23 meeting was
the possible eligibility of Park In -Lieu Fees for the median work and
maintenance. The City Attorney has opined that this would be prohibited as
the medians are not "neighborhood or community parkland ", and there may
be a conflict with State Subdivision Map Act provisions regarding the use of
suc fees.
Benjamin B. Nolan
Public Works Director
Attachments
•
C J
a
MODIFICATION TO AGREEMENT
THIS MODIFICATION TO AGREEMENT, made and entered into this
rh day 0 1994, BY AND BETWEEN THE CITY OF NEWPORT
BEACH, herei fter referred to as "CITY ", and the CORONA DEL MAR
CHAMBER OF COMMERCE hereinafter referred to as "CHAMBER ",
WITNESSETH
WHEREAS, CITY AND CHAMBER have previously entered into an IMP
Agreement dated June 18, 199 %, providing, among other things, for
CITY to advance and CHAMBER to reimburse certain landscaping
improvement funds; and
WHEREAS, CITY AND CHAMBER mutually desire to revise the
previously specified terms for reimbursement to CITY; and
WHEREAS, City Council of CITY approved of a revision to the
terms for reimbursement at a meeting held on June 13, 1994.
NOW THEREFORE, the parties agree:
1. Paragraph IIA of the June 18, 1993, Agreement is
modified to read as follows: "CHAMBER shall reimburse CITY the sum
of $6,600.00 not later than June 13, 1996 "; and
2. All other applicable terms of said previous
Agreement shall remain in effect.
IN WITNESS WHEREOF the said parties hereto have entered into
s Modification of Agreement on this day of
1994.
Date:JC, 1994 CORONA DEL MAR, CHAMBER OF COMMERCE
Date: \ZA-� V . 1994
Date , 1994
ub \agr \chamber.web
By % << c /'lh� .resident
CITY OF NEWPORT BEACH, A MUNICIPAL
CORPORATION
By
Kev' J. hy, City Manager
APPROVED AS TO FORM:
Assi
Attorney
L
r May 23, 1994
CITY COUNCIL AGENDA
• ITEM NO.___4____
TO: CITY COUNCIL
FROM: PUBLIC WORKS DEPARTMENT C 2
SUBJECT: CORONA DEL MAR COAST HIGHWAY MEDIAN LANDSCAPING
ACTION: APPROVE OR DENY THE FUNDING REIMBURSEMENT FORGIVENESS
REQUEST FROM THE CORONA DEL MAR CHAMBER OF COMMERCE
DISCUSSION:
In 1993 the City funded and contracted a median island
construction and landscaping project on Pacific Coast Highway in Corona del
Mar. As part of its community beautification program, the Corona del Mar
• Chamber of Commerce desired to include additional landscaping
improvements at its expense in the median islands at the intersection of
Marguerite Avenue and Coast Highway.
In a letter to the Council dated June 3, 1993 the CDM Chamber
asked the City to advance $6,600 for the additional landscaping work, and
proposed repayment of the funds in 6 months. At the meeting of June 14,
1993, the Council considered the CDM Chamber's request, and approved a
reimbursement agreement whereby the City advanced the funds, and the
Chamber agreed to reimburse the funds 6 months after completion and
acceptance of the work. The contract work was completed, and was accepted
by the City Council on September 13, 1993.
By letter dated April 25, 1994 to the City Manager, the CDM
Chamber has asked the City to forgive the loan. The Chamber feels that the
businesses have funded other improvements in the area, and have suffered
considerably during the period of extensive utility construction work on Coast
Highway.
Copies of the following documents are attached for Council
information:
Letter from CDM Chamber of Commerce to City Manager
dated April 25, 1994.
•
SUBJECT: CORONA DEL MAR COAST HIGHWAY MEDIAN LANDSCAPING
May 23, 1994
Page 2
•
2. Letter from CDM Chamber of Commerce to City Council
dated June 3, 1993.
3. Staff report from Public Works Department to City Council
dated June 14, 1993.
4. Agreement between City and CDM Chamber of Commerce
of Commerce dated June 18, 1993.
Benjamin B. Nolan
Public Works Director
[.3,90*
Attachments
•
•
LI
April 25, 1994
•
Corona del Mar
CHAMBER of COMMERCE
Kevin Murphy, City Manager
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
Dear Kevin:
0
A unique blend of people and place
• The Corona del Mar Chamber of Commerce requests the City forgive
the $6,000 loan to the Chamber and paid by the City for the res-
toration of the median at Marguerite and Pacific Coast Highway
that was destroyed during the construction of the sewer project.
The additional landscaping was paid for by the Chamber in the
amount of $4,000 for the dolphin topiaries that have had wide-
spread recognition. The Chamber feels it was an active partic-
ipant in the funding of that project and suffered sufficiently
throughout the sewer, water and gas construction that to ask
merchants for more funds would be unsuccessful.
The benches that have been installed along Pacific Coast Highway
were paid for by the merchants. The banners to be installed on
May 2 are also, paid for by merchants, assisted by residents,
and are a great expense. Positive efforts must be encouraged
to bring Corona del Mar back to a viable economy which will ben-
efit both the entire City of.Newport Beach as well as the Corona
del Mar district.
• We deeply appreciate the past cooperation of the City in our ef-
forts to beautify and rehabilitate our business district, and
we trust this request will be favorably received.
Sincerely,
Luvena Hayton
Executive Board Secretary
CC: Phil Sansone, Dave Niederhaus, Ben Nolan
2843 East Coast Highway . Post Office Box 72 . Corona del Mar , California 92625 . 714/673 -4050
0
• a.
� WWI
Corona del Mar
CHAMBER of COMMERCE
June 3, 1993
0
A unique blend of people and place is
Newport Beach City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
SUBJECT: Median Improvements at Marguerite and PCH. •
The Corona del Mar Chamber of Commerce requests the
City pay the expense of approximately $6,600 for the
second median improvements at Marguerite and Pacific
Coast Highway to be repaid within six months by the
Corona del Mar Chamber of Commerce.
Your cooperation is deeply appreciated.
Sincere y,
6
Donald H. G1 s ow
President
cc: Kevin Murphy, City Manager •
Bob Burnham, City Attorney
Ben Nolan, Public Works
2843 East Coast Highway . Post Office Box 72 . Corona del Mar. California 92625 . 714/673 -4050
•
0
0
June 14, 1993
CITY COUNCIL AGENDA
ITEM NO. 10
TO: Mayor and Members of the City Council
FROM: Public Works Department
SUBJECT: PACIFIC COAST HIGHWAY MEDIAN ISLAND IMPROVEMENTS AT
MARGUERITE AVENUE
ACTION:
If desired, approve a reimbursement agreement with the
Corona del Mar Chamber of Commerce, and authorize the
City Manager to execute the agreement.
DISCUSSION:
A contract to install median island improvements on
Pacific Coast Highway in Corona del Mar is currently under
• construction. The Corona del Mar Chamber of Commerce desires to
install additional landscaping improvements, at its expense, in the
median island at the Marguerite Avenue intersection.
The Chamber however, needs additional time to collect the
estimated cost of $6,600, and has requested that the City advance
the funds, with reimbursement within 6 months. A copy of a letter
from Donald H. Glasgow, President of the Corona del Mar Chamber of
Commerce, to the City Council is attached for reference.
A reimbursement agreement providing for City advancement
of funds, and reimbursement by the Chamber within 6 months has been
prepared; together with a budget amendment appropriating the funds
should the Chamber's request be approved.
Benjamin B. Nolan
Public Works Director
• JW:so
0 0
A. Administer the construction of the proposed additional
landscaping work as shown in Exhibit "A" in the form of
a contract change order to the City's on going
landscape contract.
B. Maintain the landscape and irrigation upon completion
of the project.
C. Advance funds for the costs associated with the
proposed work in the maximum amount of $6,600.
D. Provide a final accounting of costs to the CHAMBER upon
completion of the work.
II. The .CHAMBER shall:
A. Within six months of the completion of the work shown
on Exhibit "A ", acceptance of the work by the CITY, and
submittal of the final accounting to the CHAMBER,
reimburse the CITY for additional costs associated with
the proposed work.
• III. It is mutually understood and agreed as follows:
A. No changes which significantly alter the work shall be
made without the written approval of the CITY and
CHAMBER and that any approved changes shall be the
financial responsibility of the CHAMBER. An amendment
to this agreement will be required for any changes to
the work which require that the maximum funding of
$6,600 be exceeded.
AGREEMENT
1993,
THIS AGREEMENT, made and entered into this day iCEiyhor
BY AND BETWEEN the CITY OF NEWPORT BEACH, hereinaf referred to
as "CITY ", and the CORONA DEL MAR CHAMBER OF COMME ereinafter
referred to as "CHAMBER ",
•
W I T N E S S E T H•
WHEREAS, the City of Newport Beach has embarked on a program to
install landscaped medians and replant certain existing
landscaped medians along Pacific Coast Highway in Corona del Mar
that were affected by the recent County Sanitation District
project; and
WHEREAS, the CITY and CHAMBER have cooperatively designed the new
landscaping scheme for the above mentioned program. The new
median landscaping represents a change from the existing median
landscape scheme in Corona del Mar; and
WHEREAS, The existing landscaped median at Marguerite Avenue
along Pacific Coast Highway was not designated for replanting.
The CHAMBER desires to replant this median as shown on the
attached Exhibit "A ", so that it will conform with the new median
landscape scheme; and
WHEREAS, the CITY and CHAMBER recognize the public benefits of
providing a uniform landscape theme along Pacific Coast Highway
within Corona del Mar; and
WHEREAS, the additional cost to replant the existing landscaping
in the median at Marguerite Avenue is approximately $6,600; and
•
NOW, THEREFORE, be it resolved that for and in consideration of
the mutual promises and agreements contained below, the parties
do agree as follows:
I. The CITY Shall:
A. Administer the construction of the proposed additional
landscaping work as shown in Exhibit "A" in the form of
a contract change order to the City's on going
landscape contract.
B. Maintain the landscape and irrigation upon completion
of the project.
C. Advance funds for the costs associated with the
proposed work in the maximum amount of $6,600.
D. Provide a final accounting of costs to the CHAMBER upon
completion of the work.
II. The .CHAMBER shall:
A. Within six months of the completion of the work shown
on Exhibit "A ", acceptance of the work by the CITY, and
submittal of the final accounting to the CHAMBER,
reimburse the CITY for additional costs associated with
the proposed work.
• III. It is mutually understood and agreed as follows:
A. No changes which significantly alter the work shall be
made without the written approval of the CITY and
CHAMBER and that any approved changes shall be the
financial responsibility of the CHAMBER. An amendment
to this agreement will be required for any changes to
the work which require that the maximum funding of
$6,600 be exceeded.
0
B. This agreement represents the full and complete
understanding of every kind or nature whatsoever
between the parties hereto and all preliminary
negotiations and agreements are merged herein. No
verbal agreement or implied covenant shall be held to
vary the provisions hereof. Any modification of this •
agreement will be effective only by written execution
signed by both parties.
C. All notices which may be given hereunder shall be in
writing and, if given to the CITY, may be given
personally to the Mayor, City Manager or City Clerk of
the City, or may be mailed by first class mail to 3300
Newport Boulevard, P.O. Box 1768, Newport Beach, CA
92659 -1768, and if given to the CHAMBER, may be given
to any officer of the CHAMBER or may be mailed to
Corona del Mar Chamber of Commerce, 2343 East Coast
Highway, P.O. Box 72, Corona del Mar, CA 92625.
IN WITNESS WHEREOF, the parties hereto have executed this
agreement on the dates set forth opposite their respective
signatures.
CORONA DEL MAR
CHAMBER OF COMMERCE
Dated: �� I�3 1993 by
President
CITY OF NEWPORT BEACH
Dated: 6 k 1993 by�'.
g ty 1 a ger
ROBIN FLORY
Assistant City Attorney,
City of Newport Beach
0
0
_. ..
June 14, 1993
CITY COUNCIL AGENDA
• ��N 4 1993 ITEM NO. 10
TO: Mayor and Members of the City Council
FROM: Public Works Department
SUBJECT: PACIFIC COAST HIGHWAY MEDIAN ISLAND IMPROVEMENTS AT
MARGUERITE AVENUE
ACTION:
If desired, approve a reimbursement agreement with the
Corona del Mar Chamber of Commerce, and authorize the
City Manager to execute the agreement.
DISCUSSION:
A contract to install median island improvements on
• Pacific Coast Highway in Corona del Mar is currently under
construction. The Corona del Mar Chamber of Commerce desires to
install additional landscaping improvements, at its expense, in the
median island at the Marguerite Avenue intersection.
The Chamber however, needs additional time to collect the
estimated cost of $6,600, and has requested that the City advance
the funds, with reimbursement within 6 months. A copy of a letter
from Donald H. Glasgow, President of the Corona del Mar Chamber of
Commerce, to the City Council is attached for reference.
A reimbursement agreement providing for City advancement
of funds, and reimbursement by the Chamber within 6 months has been
prepared; together with a budget amendment appropriating the funds
should the Chamber's request be approved.
6:2 �11� 0. /�4
Benjamin B. Nolan
• Public Works Director
JW:so
0
June 3, 1993
Corona del Mar
CHAMBER of COMMERCE
Newport Beach City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
u
A unique blend of people and place is
SUBJECT: Median Improvements at Marguerite and PCH.
The Corona del Mar Chamber of Commerce requests the
City pay the expense of approximately $6,600 for the
second median improvements at Marguerite and Pacific
Coast Highway to be repaid within six months by the
Corona del Mar Chamber of Commerce.
Your cooperation is deeply appreciated.
Sincere y,
Donald H. G1 s ow
President
cc: Kevin Murphy, City Manager
Bob Burnham, City Attorney
Ben Nolan, Public Works
•
RECEIVED
.N 3 a
PUBLIC WORKS
NEWPORT BEACI, ALIF
2843 East Coast Highway . Post Office Box 72 . Corona del Mar, California 92625 . 714/673 -4050
0 0
AGREEMENT
THIS AGREEMENT, made and entered into thigere?:Kf referred f 1993,
BY AND BETWEEN the CITY OF NEWPORT BEACH, to
as "CITY ", and the CORONA DEL MAR CHAMBER OF COMM E hereinafter
referred to as "CHAMBER ",
W I T N E S S E T H:
WHEREAS, the City of Newport Beach has embarked on a program to
install landscaped medians and replant certain existing
landscaped medians along Pacific Coast Highway in Corona del Mar
that were affected by the recent County Sanitation District
project; and
WHEREAS, the CITY and CHAMBER have cooperatively designed the new
landscaping scheme for the above mentioned program. The new
median landscaping represents a change from the existing median
landscape scheme in Corona del Mar; and
WHEREAS, The existing landscaped median at Marguerite Avenue
along Pacific Coast Highway was not designated for replanting.
The CHAMBER desires to replant this median as shown on the
attached Exhibit "A", so that it will conform with the new median
landscape scheme; and
WHEREAS, the CITY and CHAMBER recognize the public benefits of
providing a uniform landscape theme along Pacific Coast Highway
within Corona del Mar; and
WHEREAS, the additional cost to replant the existing landscaping
in the median at Marguerite Avenue is approximately $6,600; and
NOW, THEREFORE, be it resolved that for and in consideration of
the mutual promises and agreements contained below, the parties
do agree as follows:
I. The CITY Shall:
A. Administer the construction of the proposed additional
landscaping work as shown in Exhibit "A" in the form of
a contract change order to the City's on going
landscape contract.
B. Maintain the landscape and irrigation upon completion
of the project.
C. Advance funds for the costs associated with the
proposed work in the maximum amount of $6,600.
D. Provide a final accounting of costs to the CHAMBER upon
completion of the work.
II. The CHAMBER shall:
A. Within six months of the completion of the work shown
on Exhibit "A ", acceptance of the work by the CITY, and
submittal of the final accounting to the CHAMBER,
reimburse the CITY for additional costs associated with
the proposed work.
III. It is mutually understood and agreed as follows:
A. No changes which significantly alter the work shall be
made without the written approval of the CITY and
CHAMBER and that any approved changes shall be the
financial responsibility of the CHAMBER. An amendment
to this agreement will be required for any changes to
the work which require that the maximum funding of
$6,600 be exceeded.
0 0
B. This agreement represents the full and complete
understanding of every kind or nature whatsoever
between the parties hereto and all preliminary
negotiations and agreements are merged herein. No
verbal agreement or implied covenant shall be held to
vary the provisions hereof. Any modification of this
agreement will be effective only by written execution
signed by both parties.
C. All notices which may be given hereunder shall be in
writing and, if given to the CITY, may be given
personally to the Mayor, City Manager or City Clerk of
the City, or may be mailed by first class mail to 3300
Newport Boulevard, P.O. Box 1768, Newport Beach, CA
92659 -1768, and if given to the CHAMBER, may be given
to any officer of the CHAMBER or may be mailed to
Corona del Mar Chamber of Commerce, 2343 East Coast
Highway, P.O. Box 72, Corona del Mar, CA 92625.
IN WITNESS WHEREOF, the parties hereto have executed this
agreement on the dates set forth opposite their respective
signatures.
CORONA DEL MAR
CHAM ER OF CO ERCE
Dated: / , 1993 by
President NJ
CITY OF NEWPORT BEACH
Dated: �� , 1993 by
Ct:yMfi er
ROBIN FLORY
Assistant'Cit Attorney,
City of Newpot Beach
See Contract File for
Exhibit A to the Agreement with
The Corona del Mar Chamber of Commerce
(Landscaped Median at Marguerite Avenue
along Pacific Coast Highway)
a 4k
CITY OF NEWPORT BEACH
October 21, 1993
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
Tracy & Ryder Landscape, Inc.
22421 Gilberto, Suite A
Rancho Santa Margarita, CA 92688
Subject: Surety: Great American Insurance Company
Bond No. 7 58 51 55
Contract No.: C -2924
Project: Corona del Mar Median Landscape
The City Council of Newport Beach on September 13, 1993 accepted
the work of subject project and authorized the City Clerk to file
a Notice of Completion and to release the bonds 35 days after the
Notice of Completion has been recorded in accordance with
applicable portions of the Civil Code.
The Notice was recorded by the Orange County Recorder on September
30, 1993, Reference No. 93- 0663297.
Sincerely,
Wanda E. Raggio '% (/
City Clerk
WER:pm
cc: Public Works Department
3300 Newport Boulevard, Newport Beach
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport
Boulevard, Newport Beach, California, 92663, as Owner, and
CA 92688
Tracy & Ryder Landscape, Inc. 22421 Gilberto Ste,A Rancho Santa Mar arita ,as
Contractor, entered into a Contract on March 8, 1993
Said Contract set forth certain improvements, as follows:
Cnrnna rlal Mar Median Lanciacane (C -2924) - located in the Citv of Newport Beach,
County of Orange
Work on said Contract was completed on September 1, 1993
and was found to be acceptable on September 13, 1993
by the City Council. Title to said property is vested in the
Owner, and the Surety for said Contract is Great American Insurance
Company, P.O. Box 5440, Orange, CA 92667
BY ' �2
i or s irec or
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and
correct to the best of my knowledae.
Executed on
Newport Beach, California.
BY4f / '
city er
, at
i4�1 # rr
RECORDING REQUESTED BY AND
30 —SEF -1993 0,2- 9 PM
WHEN
RECORDED RETURN TO:
;.w -•f
neCOTu'eu ili uff iCiai ne�_vi d5
OCT L "_ 1993
of Mme County, Ca,ifornia
City
Clerk f
Lee A. Branch, County Recorder
Page 1 of 1 Fees: t
City
of rt Beach
Tax: $ 0.lG
3300
pNewpptt Boulevard
Ne
Newport Beach, CA
"Exempt from
recording fees pursuant
to Government
Code Section 6103"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport
Boulevard, Newport Beach, California, 92663, as Owner, and
CA 92688
Tracy & Ryder Landscape, Inc. 22421 Gilberto Ste,A Rancho Santa Mar arita ,as
Contractor, entered into a Contract on March 8, 1993
Said Contract set forth certain improvements, as follows:
Cnrnna rlal Mar Median Lanciacane (C -2924) - located in the Citv of Newport Beach,
County of Orange
Work on said Contract was completed on September 1, 1993
and was found to be acceptable on September 13, 1993
by the City Council. Title to said property is vested in the
Owner, and the Surety for said Contract is Great American Insurance
Company, P.O. Box 5440, Orange, CA 92667
BY ' �2
i or s irec or
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and
correct to the best of my knowledae.
Executed on
Newport Beach, California.
BY4f / '
city er
, at
0
BY THE CITY t .
CITY OF NEwP(- September 13, 1993
CITY COUNCIL AGENDA
WP E ITEM NO. 13
• Annnnvrn
TO: Mayor and Members of the City Council
FROM: Public Works Department
SUBJECT: ACCEPTANCE OF CORONA DEL MAR MEDIAN LANDSCAPE (C -29 &A)
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days
after the Notice of Completion has been recorded in
accordance with applicable portions of the Civil Code.
DISCUSSION:
• The contract for the landscaping of the Coast Highway
medians from the southerly City limits to Marguerite Avenue has
been completed to the satisfaction of the Public Works Department.
The bid price was $120,800.00
Amount of unit price items constructed 120,800.00
Amount of change orders 10.714.00
Total contract cost $131,514.00
Four Change Orders were issued. The first, in the amount
of $4,764.00, provided for a change in the planting in the median
easterly of Marguerite as requested by the Corona del Mar Chamber.
The second, in the amount of $6,600.00, provided for the
landscaping of the median westerly of Marguerite. The cost of this
work will be reimbursed by the Corona del Mar Chamber. The third,
in the amount of $350.00, provided for the installation of concrete
anchors to help prevent theft of the topiaries. The fourth, in the
amount of - $1,000.00, provided for the deletion of the planting of
the Chamber supplied topiaries in the westerly median as noted
below.
• Funds for the project were budgeted in the General Fund,
Account No. 7013 - 98413016.
The contractor is Tracy and Ryder Landscape, Inc. of
Rancho Santa Margarita.
0 4
Subject: Acceptance of Corona del Mar Median Landscape (C -2924)
September 13, 1993
Page 2
The Chamber has been unable to obtain the topiaries for
the westerly median. In order to not further delay the acceptance
of the original City contract and subsequent payment of the
retained funds, the work of planting these six topiaries was
deleted from the contract by means of the negative Change Order No.
4. A purchase order in the same dollar amount has been issued to
the contractor to provide for planting when the topiaries are
finally obtained by the Chamber. The matter has been discussed
with Ms. Patty MacDonald of the Corona del Mar Chamber who is in
agreement.
The work, including the 45 day maintenance period, was
completed on September 1, 1993.
Lx
Benjamin B. Nolan
Public Works Director
PD \so
•
•
•
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
TO: FINANCE DIRECTOR
FROM: CITY CLERK
(714) 644 -3005
DATE: March 16, 1993
SUBJECT: Contract No. C -2924
Description of Contract Corona del Mar Median Landscape
Effective date of Contract March 8, 1993
Authorized by Minute Action, approved on January 11, 1993
Contract with Tracy & Ryder Landscape, Inc.
Address 22421 Gilberto, Suite A
Rancho Santa Margarita. CA 92688
Amount of Contract $125,600.00
,.4" s
Wanda E. Raggio
City Clerk
WER:pm
Attachment
3300 Newport Boulevard, Newport Beach
•
•
January 11, 1993
CITY COUNCIL AGENDA
ITEM NO. 4
TO: Mayor and Members of the City Council
FROM: Public Works Department
SUBJECT: CORONA DEL MAR MEDIAN LANDSCAPE (C -2924) APPROVE
RECOMMENDATION:
Award Contract No. 2924 to Tracy & Ryder Landscape,
Inc. of Rancho Santa Margarita for Alternate B, plus
additive bid item for contract total of $125,600.00,
and authorize the Mayor and the City Clerk to execute
the contract.
At 11:00 A.M. on December 22, 1992, the City Clerk
opened and read the following bids for this project:
Amount
* Corrected bid price
+ it If u
if n n
if of n
is $121,800.00
" $120,800.00
" $175,376.00
" $172,936.00
The low bid is 2.4% below the Engineer's estimate of
• $125,000.00. The low bidder, Tracy & Ryder Landscape, is a well
qualified landscape contractor. Tracy & Ryder has not performed
previous contract work for the City; however a check with their
experience references has shown that they have successfully
completed contracts for the City of Tustin and Irvine.
P
f
k
Bidder
Alternate A
Alternate B
Low
Tracy & Ryder Landscape
$122,000.00*
$121,000.00+
2
Bopark Enterprises
136,407.00
141,107.00
3
Marina Contractors
137.750.00
138,250.00
4
Delta Landscape
140,700.00
138,235.00
5
John Etlin
168,500.00
166,500.00
6
Mentone Turf Supply
170,904.00
169,972.00
7
Valley Crest
175,375.00-
172,935.00=
8
A & Y Company
179,300.00
176,800.00
9
Lambaren Contractors
193,271.42
189,791.42
* Corrected bid price
+ it If u
if n n
if of n
is $121,800.00
" $120,800.00
" $175,376.00
" $172,936.00
The low bid is 2.4% below the Engineer's estimate of
• $125,000.00. The low bidder, Tracy & Ryder Landscape, is a well
qualified landscape contractor. Tracy & Ryder has not performed
previous contract work for the City; however a check with their
experience references has shown that they have successfully
completed contracts for the City of Tustin and Irvine.
P
f
k
•
•
Subject: Corona del Mar Median Landscape (C -2994)
January 11, 1992
Page 2
Alternate A provides for landscaping at the Marguerite
Avenue island without topiary's and Alternate B provides for the
installation of topiary's to be furnished by the Corona del Mar
Chamber of Commerce. The bid price with the Chamber furnished
topiary's is $1,000 less because the contractor has to furnish
and install less plant material. Alternate B with the topiary's
is recommended. The additive bid item for $4,800:.is to provide
and place 20 mil PVC moisture barrier around the planter border
to reduce moisture in the adjoining pavement sections. This was
a Caltrans encroachment permit condition reviewed after the
project was bid.
This project provides for landscaping the median
islands on Coast Highway from Marguerite Avenue to the easterly
City limits. The landscaping will include Windmill Palms,
Mediterranean Fan Palms, Lily of the Nile and various shrubs and
groundcover. At the Marguerite Avenue median, topiary sculptures
(Alternative B) will be included into the landscape theme.
Sufficient funds for the work are available in the
PCH /CDM Median Landscape (7013- 98413016) account.
Construction will begin in late January and should be
completed by the end of March 1993.
a
Benjamin B. Nolan
Public Works Director
HH:so
•
•
•
CITY CLERK
r
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3308 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92659 -1768
until 11:00 a on the 22ndday of December, 1992,
at whic time suc bids shall be opened and read for
EL MAR MEDIAN LANDSCAPE
Title of Project
C -2924
Contract No.
$125,000
Engineer's Estimate
r-( ,\
mrcw� �
Approved by the City Council
this 73rdday of NnvPmhPr 1992.
Wanda E. Raggi
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 92659 -1768.
For further information, call Horst Hlawat.Y at 644 -3311.
Project Manager
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CORONA DEL MAR MEDIAN LANDSCAPE
CONTRACT NO. 2924
ADDENDUM NO. 1
DECEMBER 8, 1992
NOTICE TO BIDDERS:
BIDDERS shall propose to complete Contract No: 2924 in accordance
with the Plans, Proposal, Contract Documents and Special Provisions
as modified by this ADDENDUM NO. 1.
The attached Caltrans Encroachment Permit is to be added under
APPENDIX A and is made part of the Special Provisions.
Execute and date this ADDENDUM NO. 1 and attach it to your bid
proposal. No bid proposal will be accepted without ADDENDUM NO. 1
being executed and attached thereto.
Horst Hlawaty
Project Manager
I have carefully examined ADDENDUM NO. 1 and hereby consent to it
being made a part of the proposal.
Tracy & Ryder Landscape, Inc.
Bidder's Na
Authorized ig ature
December 21, 1992
Date
•
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CORONA DEL MAR MEDIAN LANDSCAPE
CONTRACT NO. 2924
ADDENDUM NO. 2
DECEMBER 14# 1992
NOTICE TO BIDDERS:
BIDDERS shall propose to complete Contract No: 2924 in accordance
with the Plans, Proposal, Contract Documents and Special Provisions
as modified by this ADDENDUM NO. 2.
The following changes are hereby made to the Proposal and Special
Provisions:
1. Proposal
The proposal form is hereby replaced with the attached revised
proposal form. The revision includes the addition of 12 and
24 inch concrete headers as a lump sum bid item.
2. Special Provisions
Modify Item No. 10 of the Caltrans Encroachment Permit to
change the minimum depth of the PVC liner from 30 to 24 inches
as shown on the plans.
Execute and date this ADDENDUM NO. 2 and attach it to your bid
proposal. No bid proposal will be accepted without ADDENDUM NO. 2
being executed and attac ed thereto.
�J
Horst Hlawaty
Project Manager
I have carefully examined ADDENDUM NO. 2 and hereby consent to it
being made a part of the proposal.
Tracy 6 Ryder Landscape, Inc.
Bidder's Name
Authorized Si nature
December 21, 1992
Date
•
Attachments
i. Revised Proposal
2. Caltrans 8ncroacbment Permit Rider
•
•
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMEN'
PROPOSAL
•
CORONA DEL MAR MEDIAN LANDSCAPE
CONTRACT NO. 2924
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
P.O. Box 1768
Newport Beach, CA 92659 -1768
Gentlemen:
The undersigned declares that he has carefully
location of the work, that he has examined the
Provisions, and hereby proposes to furnish all
all work required to complete Contract No. 292
with the Plans and Specifications, and that he
payment therefore the following unit price for
of work, to wit:
PR 1.1
examined the
Plans and Special
materials and do
1 in accordance
will take in full
the completed item
ITEM QUANTITY ITEM DESCRIPTION AND TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE
1. Lump Sum Mobilization and traffic control
@ Ten Thousand Four Dollars
Hundred and
No Cents $10,400.00
Per Lump Sum
2. Lump Sum Automatic irrigation system,
including electrical installation
to Edison vault, complete as
shown on plans
@ Thirty Five ThousandDollars
and
No Cents $35,000.00
Per Lump Sum
3. Lump Sum Soil preparation and amendments
for lawn, groundcover and
planter areas
@ Five Thousand Dollars
and
No Cents $ 5,000.00
Per Lump Sum
• •
PR 1.2
ITEM QUANTITY ITEM DESCRIPTION AND TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE
4. Lump Sum Planting of all medians,
complete as shown on plans
@ Sixty Six Thousand Dollars
our un re and
No Cents $ 66,400.00
Per Lump Sum
5. Lump Sum 45 day maintenance period
@ One Thousand Dollars
and
No Cents $ 1,000.00
Per Lump Sum
6. Lump Sum Construct 12" and 24" concrete
mowstrips /headers, complete as
shown on plans
@ Four Thousand Dollars
and
No Cents $4,000.00
Per Lump Sum
ALTERNATIVE A (ITEMS 1 THROUGH 6)
One Hundred Twenty. One. Thousand - Eight. Dollars
Hundred and
No Cents $ 121,800.00
TOTAL BID PRICE (WORDS) TOTAL BID PRICE
(FIGURES)
7. Lump Sum Planting of all medians and
using City furnished topiary
plants at Marguerite Avenue
per alternate detail on plan
@ Sixty Five Thousand Dollars
our un re and
No Cents $65,400.00
Per Lump Sum
ALTERNATIVE B (ITEMS 1,2,3,5,6 AND 7)
One Hundred Twenty Thousand Eight Dollars
Hundred and
No Cents $120.800.00
TOTAL BID PRICE (WORDS) TOTAL BID PRICE
(FIGURES)
ADDITIVE BID ITEM (MAY BE ADDED TO BASE BID)
8. Lump Sum Provide and place 20 mil PVC
liner per detail on plan
@ four Thousand Eight Dollars
Hundred and
No Cents
Per Lump Sum
TOTAL INCLUDING ADDITIVE BID ITEM
PR1.3
$125,600 '.00
December 21 ✓Tracy & Ryder Landscape, Tnr_
Date Bidder o
(714) 858 -7002
Bidder' s Telephone No. Aut qr1� S igna ure /T�tle
a
KY der, ce PresT ent
382822 Class B C -27 22421 Gilberto_ Suite A
Bidder's License igdlder A ss
No. & Classification f�anchorSanta f�argarita, CA 92688
• •
Page 2
INSTRUCTIONS TO BIDDERS
The following documents shall be completed, executed and received
by the City Clerk in accordance with NOTICE INVITING BIDS:
PROPOSAL (Page 1)
INSTRUCTIONS TO BIDDERS (Page 2)
DESIGNATION OF SUBCONTRACTORS (Page 3)
BIDDER'S BOND (Page 4)
NON - COLLUSION AFFIDAVIT (Page 5)
TECHNICAL ABILITY AND EXPERIENCE REFERENCES (Page 6)
except that cash, certified check or cashier's check (sum not less
than 10% of the total bid price) may be received in lieu of the
BIDDER'S BOND. The title of the project and the words "Sealed Bid"
shall be clearly marked on the outside of the envelope containing
the documents.
The City of Newport Beach will not permit a substitute format
for the documents listed above. Bidders are advised to review
their content with bonding and legal agents prior to submission of
bid.
BIDDER'S BOND shall be issued by an insurance organization or
surety (1) currently authorized by the Insurance Commissioner to
transact business of insurance in the State of California, and (2)
listed as an acceptable surety in the latest revision of the
Federal Register Circular 570.
The estimated quantities indicated in the PROPOSAL are
approximate, and are given solely to allow the comparison of bid
totals.
Bids are to be computed upon the estimated quantities
indicated in the PROPOSAL multiplied by unit price submitted by the
bidder. In the event of discrepancy between wording and figures,
bid wording shall prevail over bid figures. In the event of error
in the multiplication of estimated quantity by unit price, the
correct multiplication will be computed and the bids will be
compared with correctly multiplied totals. The City shall not be
held responsible for bidder errors and omissions in the PROPOSAL.
The City of Newport Beach reserves the right to reject any or
all bids and to waive any minor irregularity or informality in such
bids. Pursuant to Public Contract Code Section 22300, at the
request and expense of the Contractor, securities shall be
permitted in substitution of money withheld by the City to ensure
performance under the contract. The securities shall be deposited
in a state or federal chartered bank in California, as the escrow
agent.
5/91
•
•
Page 2A
In accordance with the California Labor Code (Sections 1770 et
seq.) , the Director of Industrial Relations has ascertained the
general prevailing rate of per diem wages in the locality in which
the work is to be performed for each craft, classification, or type
of workman or mechanic needed to execute the contract. A copy of
said determination is available in the office of the City Clerk.
All parties to the contract shall be governed by all provisions of
the California Labor Code relating to prevailing wage rates
(Sections 1770 -7981 inclusive).
The Contractor shall be responsible for insuring compliance
with provisions of Section 1777.5 of the Labor Code Apprenticeship
requirements and Section 4100 et seq. of the Public Contracts Code,
"Subletting and Subcontracting Fair Practices Act."
All documents shall bear
authorized to sign on behalf of
signatures shall be of a co;
authorized by the corporation.
shall be of a general partner.
shall be of the owner.
signatures and titles of persons
the bidder. For corporations, the
-porate officer or an individual
For partnerships, the signatures
For sole ownership, the signature
382822 Class B, C -27
Contractor's License No. & Classification
Tracy & Ryder Landscape, Inc.
Bidder
December 21, 1992
Date
5/91
Page 3
DESIGNATION OF SUBCONTRACTOR(S)
State law requires the listing of all subcontractors who will
perform work in an amount in excess of one -half of one percent of
the Contractor's total bid. If a subcontractor is not listed, the
Contractor will be responsible for performing that portion of the
work. Substitution of subcontractors shall be made only in
accordance with State law and /or the Standard Specifications for
Public Works Construction, as applicable.
The Bidder, by signing this designation, certifies that bids
from the following subcontractors have been used in formulating the
bid for the project and that these subcontractors will be used
subject to the approval of the Engineer and in accordance with
State law. No changes may be made in these subcontractors except
with prior approval of the City of Newport Beach.
Subcontract Work Subcontractor Address
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Tracy & Ryder Landscape, Inc.
Bidder
5/91
Vice Pr
•
NON- COLLUSION AFFIDAVIT
State of California )
) ss.
County of Orange )
•
Page 5
Bart Ryder , being first duly sworn, deposes and
says that he or she is Vice President of Tracy & Ryder Landsca e Inc.
the party making the foregoing bid; that the bid is not made n the
interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation; that the bid is
genuine and not collusive or sham; that the bidder has not directly
or indirectly induced or solicited any other bidder to put in a
false or sham bid, and has not directly or indirectly colluded,
conspired, connived, or agreed with any bidder or anyone else to
put in a sham bid, or that anyone shall refrain from bidding; that
the bidder has not in any manner, directly or indirectly, south by
agreement, communication, or conference with anyone to fix the bid
price of the bidder or any other bidder, or to fix any overhead,
profit, or cost element of the bid price, or of that of any other
bidder, or to secure any advantage against the public body awarding
the contract of anyone interested in the proposed contract; that
all statements contained in the bid are true; and, further, that
the bidder has not, directly or indirectly, submitted his or her
bid price or any breakdown thereof, or the contents thereof, or
divulged information or data relative thereto, or paid, and will
not pay, any fee to any corporation, partnership, company
association, organization, bid depository, or to any member or
agent thereof to effectuate a collusive or sham bid.
I declare under penalty of perjury that the foregoing is true
and correct.
Tracy & Ryder Landscape, Inc. Vice President
Bidder Authorized ignature /Title
Subscribed and sworn to before me this 21st day of December
1992.
[SEAL]
Wo-ta,Zy Public /�
' :;r OFP !A, SEAL
My Commission Expires: April 15, 1994 (� ry(e.':
S� ` "��,'.'��i•' @eta, y. Aub;ic l'afdcmia
(h Ay Cammis�icn Eq.4!15 /31
5/91
•
•
Page 6
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 For Whom Person Telephone
Completed Performed (Detail) To Contact Number
1991 City of Tustin Jerry Otteson (714) 544 -8890
$429,541.00 15222 Del Amo Ave. Name of Project: E. Tustin Median Islands
Tustin, CA 92680
1992
City of
Orange
Jeff Arehart
(714)
744 -2246
$1,481,460.00
PO Box
449
Name of Project:
Santiago
Hills Streetscenes
Orange,
CA 92666
1992
City of
Fontana
Roger Hatch
(714)
720 -1166
$4,459,517.00
PO Box
518
(Barclay & Associates)
Fontana CA 92334
Name of Project:
Village
of Heritage
1992
City of
Irvine
Rosemary Cott
(714)
724 -7513
$277,256.00
PO Box
19575
Name of Project:
Irvine
Medians
Irvine,
CA 92713
Tracy & Ryder Landscape, Inc.
Bidder
5/91
Vice President
Au horized S gnature /Title
L�
KNOW ALL MEN BY THESE PRESENTS,
•
Page 4
That we, TRACY & RYDER LANDSCAPE, INC. as
bidder, and GREAT AMERICAN INSURANCE COMPANY as
Surety, are held and firmly bound unto the city of Newport Beach,
California, in the sum of TEN PERCENT OF THE AMOUNT OF BID- - - - - -- Dollars
($ 101 OF BID - - - - -) , lawful money of the on ted States for the payment
of wh ch aum 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 CORONA DEL MAR MEDIAN LANDSCAPE
(Title of Project and Contract No.) in the City of Newport Beach,
is accepted by the city Council of said City, and if the above
bounden bidder shall duly enter into and execute a contract for
such construction and shall execute and deliver to said City the
"Payment" and "Faithful Performance" contract bonds described in
the Specifications within ten (lo) days (not including Saturday,
Sunday, and Federal holidays) after the date of the mailing N ^tire
of Award to the above bounden bidder by and from said City, then
this obligation shall become null and void; otherwise it shall be
forfeited to the said City.
In the event that any bidder above named executed this band as
an individual, it is agreed that the death of any such bidder shall
not exonerate the Surety from Its obligation under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this
18TH day Of DECEMBER , 1992.
' TRACY 6 RYDER LANDSCAPE, INC.
BY:
Bidder (Attach Acknowledgment Authorized S. natire /Title
of Attorney -In -Fact) 1
Notary Public
Commission Expires:
5/91
Trrid 0 col
State of CALIFORNIA On DECEMBER 18 1992 , before me, the undersigned, a
SS. Notary Public of said county and state, personally appeared, personally
County of ORANGE known tome or proved to me on the basis of satisfactory evidence,
HICBAEL A. QUIGLEY
known to me to be the Attorney -in -Fact of
GREAT AMERICAN INSURANCE COMPANY
the Corporation that executed the within instrument, and known to me to
OWCIAL SEAL P be the person who executed the said instrument on behalf of the Corporation
JENNIFER HARIUNG therein named, and acknowledged to me that such Corporation executed
the same.
;:<if2GP%.L CFFIC: IN �!
r} '';,�y 5AN DIEGO COUNTY
by Commission Expires OCtobe; 22, 1993
Y PUBLIC
E
GMU AMERICAN INSURANCE COMPANY
The number of persons authorized by
this power of attorney is not more than
No.O 13287
FOUR POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and
existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named
below its true and lawful attorney -in -fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and
all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said
Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below.
Name Address Limit of Power
MICHAEL D. STONG OF RIVERSIDE, CALIFORNIA ALL
MICHAEL A. QUIGLEY OF IRVINE, CALIFORNIA UNLIMITED
CARRIE L. PRICE OF RIVERSIDE, CALIFORNIA
JENNIFER JOHNSTON OF IRVINE, CALIFORNIA
This Power of Attorney revokes all previous powers issued in behalf of the attorney(s) -in -fact named above.
IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by
its appropriate officers and its corporate seal hereunto affixed this 20th day of June .19 91
Attest GREAT AMERICAN INSURANCE COMPANY
STATE OF OHIO, COUNTY OF HAMILTON — ss
On this 20th day of June, 1991 , before me personally appeared WILLIAM J. MANEY, to me
known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the Great American Insurance
Company, the Company described in and which executed the above instrument;that he knows the seal; that it was so affixed by authority of
his office under the By -Laws of said Company, and that he signed his name thereto by like authority.
This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great
American Insurance Company by unanimous written consent dated August 20, 1979.
RESOLVED: That the President, the several Vice Presidents and Assistant Vice Presidents, or any one of them, be and herebv is
authorized, from time to time, to appoint one or more Attorneys -Jn -Fact to execute in behalf of the Company, as surety, any and all
bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; to prescribe their respective duties
and the respective limits of their authority; and to revoke any such appointment at any time.
RESOLVED FURTHER: 77at the Company seal and the signature of any of the aforesaid officers may be affixed by facsimile
to any power of attorney or cerrifrcate of either given for the execution of any bond, undertaking, contract or suretyship, or other
written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original
signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect
as though manually affixed.
CERTIFICATION
I, RONALD C. HAYES, Assistant Secretary of the Great American Insurance Company, do hereby certify that the foregoing
Power of Attorney and the Resolutions of the Board of Directors of August 20, 1979 have not been revoked and are now in full force and
effect.
Signed and sealed this 18TH day of DECEHBER 1 19 92
•
E
Page 7
NOTICE TO SUCCESSFUL BIDDER
The following contract documents shall be executed and
delivered to the Engineer within ten (10) days (not including
Saturday, Sunday and Federal holidays) after the date of mailing
Notice of Award to the successful bidder:
PAYMENT BOND (Page 8)
FAITHFUL PERFORMANCE BOND (Page 9)
CERTIFICATE OF INSURANCE (Page 10)
GENERAL LIABILITY INSURANCE ENDORSEMENT (Page 11)
AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT (Page 12)
WORKERS' COMPENSATION INSURANCE CERTIFICATION (Page 13)
CONTRACT (Page 14)
The City of Newport Beach
for these contract documents.
content with bonding, insuring
of bid.
will not permit a substitute format
Bidders are advised to review their
and legal agents prior to submission
Payment and faithful performance bonds shall be issued by an
insurance organization or surety (1) currently authorized by the
Insurance Commissioner to transact business of insurance in the
State of California, and (2) listed as an acceptable surety in the
latest revision of the Federal Register Circular 570.
Insurance companies affording coverage shall be (1) currently
authorized by the Insurance Commissioner to transact business of
insurance in the State of California, and (2) assigned
Policyholders' Rating A (or higher) and Financial Size Category
Class VIII (or larger) in accordance with the latest edition of
Rest's Kev Ratina Guide: Property - Casualty. Coverages shall be
provided as specified in the ,Standard Speciticat•on�
Works Construction, except as modified by the Special
The Workers' Compensation Insurance Certification shall be
executed and delivered to the Engineer along with a Certificate Of
Insurance for workers' compensation prior to City's execution of
the Contract.
5/91
Page 8
BOND 17 58 51 55
PAYMENT BOND PREMIUM INCLUDED ON
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 Jan 11, 1993 __ has awarded
to Tracy & Rxd_pr an¢Scanp In0 hereinafter
designated as the "Principal ", a contract for Corona del Mar Media
J andcranp (ContractNo. C-2924 ) in
the City of Newport Beach, in strict conformity with the Drawings
and Specifications and other contract documents in the office of
the City Clerk of the City of Newport Beach, and all of which are
incorporated herein by this reference;
WHEREAS, said Principal has executed or is about to execute
Contract No. C -2924 and the terms thereof require the furnishing
of a bond, providing that if Principal or any of Principal's
subcontractors, shall fail to pay for any materials, provisions, or
other supplies used in, upon, for, or about the performance of the
work agreed to be done, or for any work or labor done thereon of
any kind, the Surety on this bond will pay the same to the extent
hereinafter set forth:
NOW, THEREFORE, We, TRACY 6 RYDER LANDSCAPE, INC.
as Principal, and GREAT AMERICAN INSURANCE COMPANY
as Surety, are held firmly bound unto the City of Newport Beach, in
the sum of M IR EMMA - QNAAD - - - -- Dollars ($ 125,600.00 - - - - -)
said sum being equal to 100% of the estimated amount payable by the
City of Newport Beach under the terms of the contract; for which
payment well and truly 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 /her 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 Unemployment Insurance Code with respect to such work or labor,
or for any amounts required to be deducted, withheld and paid over
to the Employment Development Department from the wages of
employees of the Principal and subcontractors pursuant to Section
13020 of the Unemployment Insurance Code with respect to such work
and labor, 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.
5/91
•
•
Page 8A
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 to them or
their assigns in any suit brought upon this bond, as required by
and in accordance with the provisions of Sections 3247 et. seq. of
the Civil Code of the State of California.
And said Surety, for value received, hereby stipulates and
agrees that no change, extension of time, alterations or additions
to the terms of the contract or to the work to be performed
thereunder or the specifications accompanying the same shall in any
wise affect its obligations on this bond, and it does hereby waive
notice of any such change, extension of time, alterations or
additions to the terms of the contract or to the work or to the
specifications.
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 above named Principal and Surety, on the 20TH day of
JANUARY , 19--9-3
Tracy & Ryder ] aVg(LaP, Tnr_
Name of Contractor (Principal)
GREAT AMERICAN INSURANCE COMPANY
Name of Surety
P. 0. BO% 5440
ORANGE, CA 92667
Address of Surety
A
Bart Ryder;, y4-ee esi ent
MICHAEL A. QaGLEY,�,ATT0DEYr -IN -FACT
714- 740 -3287
Telephone
NOTARY ACKN0WLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
5ro1
Acknowledgment of Principal
® Acknowledgment of Surety (Attorney -in -Fact)
STATE OF CALIFORNIA
County of
ORANGE 9e
On JANUARY 20 1993 before me, JENNIFER UARJUNG
(here insert name and title of the officer), personally appearedMICHAEL A- QUIGLEY
personally known to me (or proved to me on the basis of satisfactory evidence) to be the persons) wnose nametsi
is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/
her /their authorized capacity(ies), and tha er /their signature(s) on the instrument the person(s), or the
entity upon behalf of which the person(!.}- acted. a ecu d the mstrument.
WITNESS my hand and official sea} "-V _ i 1 0
(Seal)
}
STAlH OF CALIFORNIA }ss.
COUNTY OF
On AL- - p' i S before me, j .,;� AAC - C.
personally appeared
personally known to me (or proved
to me on the basis of satisfactory evidence) to be the person($) whose name(s) is/are subscribed to the within
instrument and acknowledged to me that he /she/they executed the same in his /her/their authorized eapacity(ies)•
and that by his/her /their signature(s) on the instrument the person(s) or the entity upon behalf of which the
person(s) acted, executed the instrument.
WITNESS my hand
Signature
OFFICIAL SEAL
{' I ;C!My Public Ctnilm ma
�OLR
"1Y
A9y Com.nissian Exp. 4115194
(This area for official notarial seal)
• 0 • •
GUM AINERICAN INSURANCE COMPANY
The number of persons authorized by
this power of attorney is not more than No. 0 13287
FOUR POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and
existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named
below its true and lawful attorney -in -fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and
all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said
Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below.
Name Address Limit of Power
MICHAEL D. STONG OF RIVERSIDE, CALIFORNIA ALL
MICHAEL A. QUIGLEY OF IRVINE, CALIFORNIA UNLIMITED
CARRIE L. PRICE OF RIVERSIDE, CALIFORNIA
JENNIFER JOHNSTON OF IRVINE, CALIFORNIA
This Power of Attorney revokes all previous powers issued in behalf of the attorney(s) -in -fact named above.
IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by
its appropriate officers and its corporate seal hereuntoaffixed this 20th day of June ,19 91
Attest
STATE OF OHIO, COUNTY OF HAMILTON — ss:
GREAT AMERICAN INSURANCE COMPANY
On this 20th day of June, 1991 , before me personally appeared WILLIAM J. MANEY, to me
known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the Great American Insurance
Company, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by authority of
his office under the By -Laws of said Company, and that he signed his name thereto by like authority.
This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great
American Insurance Company by unanimous written consent dated August 20, 1979.
RESOLVED: That the President, the several Vice Presidents and Assistant Vice Presidents, or any one of them, be and hereby is
authorized, from time to time, to appoint one or more Attorneys -In -Fact to execute in behalf of the Company, as surety, any and all
bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof to prescribe their respective duties
and the respective limits of their authority; and to revoke any such appointment at any time.
RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers may be affixed by facsimile
to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract or suretyship, or other
written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Companv as the original
signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect
as though manually affixed.
CERTIFICATION
I, RONALD C. HAYES, Assistant Secretary of the Great American Insurance Company, do hereby certify that the foregoing
Power of Attorney and the Resolutions of the Board of Directors of August 20, 1979 have not been revoked and are now in full force and
effect.
Signed and sealed this 20TH day of JANUARY 19 93
cin,au irvi/gn1
Page 9
FAITHFUL PERFORMANCE BOND BOND #7 58 51 55
PREMIUM:
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State
of California, by motion adopted Jan. 11, 1993 has awarded
to Tracy & Ryder Landscape, Inc. hereinafter
as
a
Landscape (Contract No. C -2924) in
the City of Newport Beach, in strict conformity with the Contract,
Drawings and Specifications and other contract documents in the
office of the City Clerk of the City of Newport Beach, all of which
are incorporated herein by this reference;
WHEREAS, Principal has executed or is about to execute
Contract No. C- 2924 and the terms thereof require the
furnishing of a bond for the faithful performance of the Contract;
NOW, THEREFORE, we,
as Principal, and GREAT_
as Surety,
the sum of vTx AI1r7 '?Ep
TRACY & RYDER LANDSCAPE
said sum being equal t
contract, to be paid to
successors, and assigns;
bind ourselves, our
successors, or assigns,
presents.
t0 F - - TB- D - --
),
- -- Dollars $125,600.00
0 100% of the estimated amount of the
the City or its certain attorney, its
for which payment well and truly made, we
heirs, executors and administrators,
jointly and severally, firmly by these
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above
bounden Principal, its heirs, executors, administrators,
successors, or assigns, shall in all things stand to and abide by,
and well keep truly and perform the covenants, conditions, and
agreements in the Contract and any alteration thereof made as
therein provided on its part, to be kept and performed at the time
and in the manner therein specified, and in all respects according
to its true intent and meaning, and shall indemnify and save
harmless the City of Newport Beach, its officers, employees and
agents, as therein stipulated, then this obligation shall become
null and void; otherwise it shall remain in full force and effect.
As a part of the obligation secured hereby, and in addition to
the fact amount specified in this Performance Bond, there shall be
included costs and reasonable expenses and fees, including
reasonable attorneys fees, incurred by the City, in the event it is
required by bringing any action in law or equity to enforce the
obligations of this Bond.
Surety, for value received, stipulates and agrees that no
change, extension of time, alterations or additions to the terms of
the contract or to the work to be performed thereunder or to the
specifications accompanying the same shall in any wise affect its
5/91
0
Page 9A
obligations on this bond, and it does hereby waive notice of any
such change, extension of time, alterations or additions of the
contract or to the work or to the specifications.
This Faithful Performance Bond shall be extended and
maintained by the Principal in full force and effect for six (6)
months following the date of formal acceptance of the Project by
the City.
In the event that the principal executed this bond as an
individual, it is agreed that the death of any such principal shall
not exonerate the Surety from its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by
the Principal and Surety above named, on the 20TH day of
JANUARY , 19 93
Tracy & Rvder Lands�aRP inr_
Name of Contractor (Principal)
GREAT AMERICAN INSURANCE COMPANY
Name of Surety
P. 0. BOX 5440
ORANGE, CA 92667
Address of Surety
119- 19V -J401
Telephone
NOTARY ACINOWLEDGXENTTS OF CONTRACTOR AND SURETY XUST BE ATTACHED
5/91
I
I
SOF CALIFORNIA }�
COUNTY OF
On before me, S v i ar. A''t C.q
personally appeared
personally known to me (or proved
to me on the basis of satisfactory evidence) to be the persons) whose name(s) islare subscribed to the within
instrument and acknowledged to me that he/she /they executed the same in histher/their authorized capacity(ies),
and that by his /her/their signature(s) on the instrument the person(s) or the entity upon behalf of which the
person(s) acted, executed the instrument.
'" ^;*; C^r'CiAL SEAL
' SUSAN M+AGEE
WITNESS m he d and o eal. j `�
y ":c:a;y FcLIiL CaidwNa
Signature '>•C " �- •- -- `- IL't�CE CGUNiy
L'ry Cafi,TiEvan Exp. 4115/94
Acknowledgment of Principal
® Acknowledgment of Surety (Attorney -in- Fact)'
STATE OF CALIFORNIA
ss
County of ORANGE
On JANUARY 20, 1993 before me, JENNIFER HARJUNG
(here insert name and title of the officer), personally appeared MICHAEL A. QUIGM
personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) wnose namets/
is/are subscribed to the within instrument and acknowledged to me that heishe/they executed the same in his)
her /their authorized capacity(ies), and that 'slherhheir signature(s) on the instrument the person(s), or the
entity upon behalf of which the persons cted. e ecute�he instrument, \n
WITNESS my hand and official sea
(Seal)
GUM ANEMCAN INSURANCE GIOMPANY
The number of persons authorized by
this power of attorney is not more than No. 0 13287
FOUR POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and
existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named
below its true and lawful attorney -in -fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and
all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said
Company on any such bond, undertakingor contract of suretyship executed under this authority shall not exceed the limit stated below.
Name Address Limit of Power
MICHAEL D. STONG OF RIVERSIDE, CALIFORNIA ALL
MICHAEL A. QUIGLEY OF IRVINE, CALIFORNIA UNLIMITED
CARRIE L. PRICE OF RIVERSIDE, CALIFORNIA
JENNIFER JOHNSTON OF IRVINE, CALIFORNIA
This Power of Attorney revokes all previous powers issued in behalf of the attorney(s) -in -fact named above.
IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by
its appropriate officers and its corporate seal hereunto affixed this 20th day of June ,19 91
Attest
STATE OF OHIO, COUNTY OF HAMILTON — ss:
GREAT AMERICAN INSURANCE COMPANY
On this 20th day of June, 1991 , before me personally appeared WILLIAM J. MANEY, to me
known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the Great American Insurance
Company, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by authority of
his office under the By -Laws of said Company, and that he signed his name thereto by like authority.
This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great
American Insurance Company by unanimous written consent dated August 20, 1979.
RESOLVED: That the President, the several Vice Presidents and Assistant Vice Presidents, or any one of them, be and hereby is
authorized, from time to time, to appoint one or more Attorneys -fn -Fact to execute in behalf of the Company, as surety, anv and all
bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; to prescribe their respective duties
and the respective limits of their authority; and to revoke any such appointment at any time.
RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers may be affixed by facsimile
to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract or suretyship, or other
written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original
signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect
as though manually affixed.
CERTIFICATION
1, RONALD C. HAYES, Assistant Secretary of the Great American Insurance Company, do hereby certify that the foregoing
Power of Attorney and the Resolutions of the Board of Directors of August 20, 1979 have not been revoked and are now in full force and
effect.
Signed and sealed this 20TH day of JANUARY 19 93
cm ?one ma /c i
ft
EMPLOYERS REINSURANCE CORPORATION
520OMetca /f P.O. Box2991 Ouer/andPaik, Kansas 66201 -1391
(913) 676 -5200 Facsimile (913) 676 -5221
REINSURANCE CERTIFICATE AeiEF�
We do hereby certify that as of the date specified herein there is in
effect certain Liability Excess Reinsurance Agreements between Employers
Reinsurance Corporation (hereafter the CORPORATION) and Northwestern
National Insurance Company (hereafter the REINSURED) which affords
indemnity to the REINSURED in excess of $500,000 each occurrence up to a
maximum limit of $5,000,000 each occurrence.
Said reinsurance agreement is written on a continuous basis subject to
termination by mutual consent of the parties or by either party
individually upon 90 days' registered mail notice to the other party.
While this Certificate does not confer any rights under the reinsurance
agreement upon the Certificate holder, the CORPORATION will endeavor to
give 30 days' notice to the Certificate holder of termination of the said
reinsurance agreement.
The statement of reinsurance provided by this Certificate is subject to
the terms, conditions and limitations in said reinsurance agreement and
this Certificate does not amend, extend or otherwise alter any such
terms, conditions or limitations.
DATE OF CERTIFICATE:
POLICY NUMBER:
CERTIFICATE HOLDER:
INSURED:
ADDITIONAL INSURED:
EMPLOYERS REINSURANCE CORPORATION
BY
Tit Underwriter
Casualty Treaty Department
09/01/92 to 09/01/93
BCP 2226125
City of Newport Beach
Office of the City Attorney
P.O. Box 1768
Newport Beach, VA 92688
Park West Landscape, Inc.
Tracy & Ryder Landscape, Inc.
Traigh Corporation
City of Newport Beach
Contract #2924
Page 1C
TIFICATE OF INSO' AN(
PRODUCER
COMPANIES AFFORDING COVERAGE
SMITH, NE{JMAN S ADAHSON
INSURANCE AGENCY, INC.
COMPANY A
285 Imperial Hwy., Suite 104
LETTER PPOIPIC NATIONAL INSMANCE
Fullerton, CA 92635
310 694 -2247
COMPANY B "REPLACES CERTIFICATE ISSUED
INSURED
LETTER 01/25/93"
','Y:bt RiD� LH'II�Y.APE
2242, 1 GII.�b, �, nlE "A!'
COMPANY `^
LETTER
RtLM SANTA 1ggCARITA, CA 926W
COVERAGES`r 1aJ�' F:..., n r , �sN �p✓ • ,,:....', ±,
3• - +_k4, #.�wi ;,lS.r f'�u+, � {ae
�' +� n.•. rv'Mri'::
.rn. nl ,bc.4�»''ircardG.,
NAMED ABOVE FOR THE POLO PERIOD
rHIS.S TO CER-IN THAT POLICIES OF WSURANCE L7STED BELOW kkvt BEEN' ISSUED TO THE INSURED
NDCn7E0 NCINVrT 'ANDNG ANY REOUIRIMENT, TEAM OR C0N0r},'1N OF ANY ;ON'. ACT OR OVER 'DOCUMENT WITH RESPECT TO "ICH TMS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THEINSURANCE
AfFC4'i)E0 B� THE POLICIES DESCRa BED HEREIN IS SUBJECT TO ALL THE TERMS
EXCLUSIONS, AND CONO(T%7NS OF SUCH POL.OES AND IS NO'
A.IENDEO. E ?:•ENDED CA UTEREO BY THIS CEATIFICATE _
CO
TYPE OF INSUANCE
POLICY NUMBER
EFEECTTV7GENEPAL
ALL UM(TS IN THOUSANDS
LT
DATE
GENERAL UASIUTY
AGGREGATE
f 1,000
(OCCURANCE BASIS ONLY)
DMPLET F.O
t
A
COMMI IICW
222617`)
09 (1 /I/SIC
..
COMPREH(NSNE
ONS AGGREGATE
1.0W
PEFISOPUL INJURY
S 1,000
GROTRS�ECONTACTORS
CD COWrRACTUAL FOR SPECIFIC
1,000
CONTRACT
Q PRODUCTS /COMPL OPER.
EACH OCCURANCE
t
xCU HAZARDS
f
BROAD FORM PROP. DAMAGE
I
SEVERA.&UTY OF INTEREST
FAA ONE FIRE)
CLAUSE
O PERSONAL INJURY WTTH
EMPLOYEE OCCLUSION
MEDICAL EXPENSES
S 5
REMOVED
ANY ONE PERSON)
MARINE
COMBINED
I
UASILfrY
EHENS,VE
HCP 2226125
109/01/92
09/01/93
LE UMFf
1,000
CMPRA
BODILY INJURY
s
r'
OWNED
! (PER PERSON
��?J
8~00( YINJURY
!
MIRED
1
(PER ACCIDENT)
- •�P ��
PROPERTY
�NON-OWNED
DAMAGE
EXCESS UABILfTY
'"''icy,
al l
EACH
OCCURRENCE
AGGREGATE
UMBRELLA FORM
rl OT)IER THAN UMBRELLA FORM
I
,;. y.: ^.'.('. + ;•i'� "'.J"
f
S'.ATUTORV
WORKERS' COMPENSATION
� 2221820
,09/01/92
09 /01/9
S 1,000
EACH ACCIDENT
A
S
DISEASE •POLICY LIAR
AND
EMPLOYERS' LIABILITY
$ 1,000
DISEASE•EACH EMPLOYEE
LONGSHOREMEN'S AND HARBOR
STATUTORY
r
:+ "�y4d!»
i
WORKERS' COMPENSATION I
DESCRLFI)ON OF OPERATIONS /LOCATbN AeEHICLES /RES7RICT!ONS,SPECAL ITEMS: AUL OPERATION$ PERFORMED FOR THE CRY OF NEWPORT
BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION
W'fP'H'.HE FOLLOWINO CONTRACT'
Corona del Mar Median
Landsr C -2_924
PROJECT TITLE AND CONTACT N MBER
CERTIFICAT E' HOLDER! ;�.�:r�,Mr��� "fir, ?r,�r.. ;»,...,
�a•.
',.y, '.CANCELLATION '.
. ,,, ,,)•a,
S+.JrI.D AV" L/ T}je AS,.- DESCRIBED POLICIES BE NON RENL�Y EII
CITY OF NEWPORT BEACH
rLLEL OR CC EA3F. PtDUCED BEFORE IKE E%P,PATION DATE THE
P.O. BOX 1768
COMPANY A,'FORDING CO ✓ERAGE SHALL PROVIDE X DAYS MIN ADVANCE
3300 NEWPORT BLVD,
NOTICE TO THE CrrY OF NEWPORT BEACH BY REGISTERED MAIL
NEWPORT BEACH, CA. 92659 -1768
I ATTENTION.
03/02/93
.2P� l! ,c1 ! 7�?: —o%i —
A•.. ?I10RL?EO PF.PRESENTAIN SSVE DAIE
•
•
Page 11
GENERAL LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
With respect to such insurance as is afforded by the policy
for General Liability, the City of Newport Beach, its officers
and employees are additional insureds, but only with respect
to liability arising out of operations performed by or on
behalf of the named insureds in connection with the contract
designated below or acts and omissions of the additional
insureds in connection with its general supervision of such
operations. The insurance afforded said additional insureds)
shall apply as primary insurance and no other insurance
maintained by the City of Newport Beach shall be called upon
to contribute with insurance provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies
separately to each insured against whom claim
is made or suit is brought, except with
respect to the limits of liability of the
company affording coverage.
3. The insurance afforded by the policy for Contractual Liability
Insurance (subject to the terms, conditions and exclusions
applicable to such insurance) includes liability assumed by
the named insured under the indemnification or hold harmless
provision contained in the written contract designated below,
between the named insured and the City of Newport Beach.
4. With respect to such insurance as is afforded by this policy,
the exclusions, if any, pertaining to the explosion hazard,
collapse hazard and underground property hazard (commonly
referred to as "XCU" hazards) are deleted.
5. The limits of liability under this endorsement for the
additional insured(s) named in Paragraph 1 of this endorsement
shall be the limits indicated below written on an "Occurrence"
basis:
(X) Commercial ( ) Comprehensive
General Liability $ 1,000,000 each occurrence
$ 1,000,000 aggregate
The applicable limit of Contractual Liability for the company
affording coverage shall be reduced by any amount paid as
damages under this endorsement in behalf of the additional
insured(s).
5/91
• •
Page 11A
The limits of liability as stated in this endorsement shall
not increase the total liability of the company affording
coverage for all damages as the result of any one occurrence
in excess of the limits of liability stated in the policy as
applicable to General Liability Insurance.
6. Should the policy be non - renewed, canceled or coverage reduced
before the expiration date thereof, the Issuing Company shall
provide 3o days' advance notice to the City of Newport Beach
by registered mail, Attention: Public Works Department.
7. Designated Contract: Corona del Mar Median Landscape C -2924
This endorsement is effective 01/25/93 at 12:01 a.m.
and forms a part of Policy No. " 2226129 of Pm-n rr .,gy=m naamAR7
(Company Affording Coverage).
Insured: TMGY & R)M LANDWAM Endorsement No.
Smith, Newman & Adamson
ISSUING COMPANY Insurance Agency, Inc.
285 Imperial Hwy., Suite 104
Fullerton, CA 92635
(310) 694 -2247 (714) 773 -4084
By:
Authorized Representative
5/91
LI
•
Page 12
AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. with respect to such insurance as is afforded by the policy
for Automobile Liability, the City of Newport Beach, its
officers and employees are additional insureds, but only with
respect to liability for damages arising out of the ownership,
maintenance or use of automobiles (or autos) used by or on
behalf of the named insured in connection with the contract
designated below. The insurance extended by this endorsement
to said additional insured does not apply to bodily injury or
property damage arising out of automobiles (1) owned by or
registered in the name of an additional insured, or (2) leased
or rented by an additional insured, or (3) operated by an
additional insured. The insurance afforded said additional
insured(s) shall apply as primary insurance and no other
insurance maintained by the City of Newport Beach shall be
called upon to contribute with insurance provided by this
policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies
separately to each insured who is seeking
coverage or against whom a claim is made or
suit is brought, except with respect to the
limits of liability of the company affording
coverage."
3. The limits of liability under this endorsement for the
additional insureds named in Paragraph 1. of this endorsement
shall be the limits indicated below for either Multiple Limits
or Single Limit:
( ) Multiple limits
Bodily Injury Liability $ per person
Bodily Injury Liability $ per accident
Property Damage Liability $
(x) Combined Single Limit
Bodily Injury Liability &
Property Damage Liability $ 1,000,000
The limits of liability as stated in this endorsement shall
not increase the total liability of the company affording
coverage for all damages as the result of any one accident or
occurrence in excess of the limits of liability stated in the
policy as applicable to Automobile Liability Insurance.
5/91
Page 12A
4. Should the policy be non - renewed, canceled or coverage reduced
before the expiration date thereof, the Issuing Company shall
provide 30 days' advance notice to the City of Newport Beach
by registered mail, Attention: Public Works Department.
5. Designated Contract: Coronad Median lander - Lr_ F& L
Pro ect T tle and Contract to.
This endorsement is effective 01/25/93 at 12:01 a.m.
and forms a part of Policy No. 12222filZL_ of PACIFIC NATrOhnt. miamarlg
(Company Affording Coverage).
Insured: TUCY 6 KMM LNESCM Endorsement No.:
Smith, Newman & Adamson
ISSUING COMPANY Insurance Agency, Inc.
285 Imperial Hwy., Suite 104
Fullerton, CA 92635
�� (310) 694 -2247 (714) 773 -4084
By: �.G%. � diI'K.�hw'
Authorized Representative
s /9i
• •
Page 13
"I am aware of the provisions of Section 3700 of the Tabor Code
which require every employer to be insured against liability for
workers' compensation or to undertake self - insurance in accordance
with the provisions of that code, and I will comply with such
provisions before commencing the performance of the work of this
contract."
Jan 12, 1993
Date
C -2924
Contract Number
sis1
Tracy & Ryder Landscape, Inc.
Name of Contractor (Principal)
U
Authoriz ignature and le
Bart Ryder, Wice President
Page 14
CONTRACT
THIS AGREEMENT, entered into this �_ day of v ,
19D, by and between the CITY OF NEWPORT BEACH, hereinafter "City,"
and Tracv & R der Landsca a Inc. , hereinafter
"Contractor," is made with reference to the follow ng facts:
A. City has heretofore advertised for bids for the following
described public work:
r n d 1 r edian Lands a c -2924
Title of Pro in
Contract No.
B. Contractor has determined by City to be the lowest
responsible 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:
Corona del Mar Median Landscape C -2924
Title of Project Contract No.
which project is more fully described in the contract documents.
Contractor shall perform and complete this work in a good and
workmanlike manner, and in accordance with all of the contract
documents.
2. As full compensation for the performance and completion
of this work as prescribed above, City shall pay to
Contractor the sum of One Hundred Twenty-Five Thousand Six Hundred
Dollars ($ 125,600.00 ). This compensat on
includes:
(a) Any loss or damage arising from the nature of the
work,
(b) Any loss or damage arising from any unforeseen
difficulties or obstructions in the performance of
the work,
(c) Any expense incurred as a result of any suspension
or discontinuance of the work,
but excludes any loss resulting from earthquakes of a
magnitude in excess of 3.5 on the Richter Scale and tidal
waves, and which loss or expense occurs prior to
acceptance of the work by City.
5191
•
•
Page 14A
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)
(b)
(c)
(d)
(e)
(f)
(g)
(h)
Notice Inviting Bids
Instructions to Bidders and documents referenced
therein
Payment Bond
Faithful Performance Bond
Certificate of Insurance and Endorsement(s)
Plans and Special Provisions for Corona del Mar
Median Lands4aoa
Title of Project
This Contract
Standard Specifications
Construction (current Edition)
C.-2924
Contract No.
of Public Works
and all supplements
4. Contractor shall assume the defense of, pay all expenses
of defense and hold harmless, City and its officers,
employees and representatives from all claims, loss or
damage, injury and liability of every kind, nature and
description by reason of or arising out of the negligent
or willful conduct of the Contractor, his /her employees,
agents and subcontractors in the performance of the
Project, except such loss or damage caused solely by the
active negligence of City or its officers, employees and
representatives.
IN WITNESS WHEREOF, the parties hereto have caused this
contract to be executed the day and year first written above.
CITY OF NEWPORT BEACH
A M ipal Corporation
ayor
AS 416 FORM:
f
Tracy & Ryder Landscape, Inc.
Name of Contractor
ATTEST: /i�US
d6k,,�f. CITY CLERK Authorizeq Signature and Title
Bart Ryder, Vice President
5/91
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX
FOR
SPECIAL PROVISIONS
CORONA DEL MAR MEDIAN LANDSCAPE
CONTRACT NO. C -2924
Section
Page No.
SP -9
I.
SCOPE OF WORK
SP -1
II.
COMPLETION, SCHEDULE AND PROSECUTION OF WORK
SP -1
III.
CLASSIFICATION OF CONTRACTOR'S LICENSE
SP -1
IV.
PERMITS
SP -2
V.
PAYMENT
SP -2
VI.
PUBLIC AND CONVENIENCE AND TRAFFIC CONTROL
SP -2
H.
A. Traffic Control Plans
SP -2
I.
B. Lane Closures
SP -2
VII.
IRRIGATION
SP -3
A. General
SP -3
B. Explanation of Drawings
SP -3
C. Manufacturer's Specifications
SP -3
D. Submittals
SP -3
E. Controller Charts
SP -5
F. Operation and Maintenance Manuals
SP -5
G. Water Supply
SP -6
H. Electrical Supply
SP -6
I. Trenching
SP -6
J. Backfill
SP -7
K. Assemblies
SP -7
L. Automatic Controller
SP -7
M. Service
SP -8
N. Field Quality Control
SP -8
VIII. PLANTING
Agm
A.
General
SP -9
B.
Submittals
SP -9
C.
Samples and Testing
SP -9
D.
Storage and Handling
SP -10
E.
Maintenance Period
SP -11
F.
Guarantee
SP -11
G.
Plant Materials
SP -11
H.
Soil Amendments and Fertilizers
SP -12
I.
Installation Procedures
SP -15
SP 1 of 19
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
CORONA DEL MAR MEDIAN LANDSCAPE
CONTRACT NO. 2924
I. SCOPE OF WORK
The work to be done under this contract consists of (1)
constructing concrete headers; (2) installing an
automatic irrigation system; and (3) soil preparation and
planting.
All work necessary for the completion of this contract
shall be done in accordance with (1) these Special
Provisions, (2) the Plans (Drawing Nos. R- 5662 -5, (3) the
City's Standard Special Provisions and Standard Drawings
Copies of the Standard Special Provisions and Standard
Drawings may be purchased at the Public Works Department
for Ten Dollars ($10.00). Copies of the Standard
Specifications may be purchased from Building News, Inc.,
3055 Overland Avenue, Los Angeles, California 90034,
telephone (213) 202 -7775.
II. COMPLETIONo SCHEDULE AND PROSECUTION OF WORK
No work shall begin until a schedule of work and a
traffic control plan have been approved by the Engineer.
The Contractor shall submit a construction schedule to
the Engineer for approval a minimum of five (5) working
days prior to commencing any work. The following
requirements shall be incorporated into the schedule:
A. All work under this contact, excluding the
maintenance period, shall be completed within
forty -five (45) consecutive calendar days from the
day of commencement of work set by the City.
B. No work shall be permitted on Saturdays, Sundays,
legal holidays and evening hours (between 6:30 P.M.
and 7:00 A.M.) without the Engineer's approval.
III. CLASSIFICATION OF CONTRACTOR'S LICENSE
At the time of award the Contractor shall possess a
General Engineering Contractor A license or Landscape
Contractor C -27 license.
• • SP 2 of 19
Prior to the start of work and until the completion of
the work, the Contractor shall possess a Business License
issued by the City of Newport Beach.
IV. PERMITS
The City has obtained an encroachment permit from
Caltrans for this project. The contractor shall be
required to make himself aware of and shall comply with
the conditions of the permit. See Appendix A.
Upon execution of contract documents and prior to start
of construction, the contractor shall obtain a rider to
the encroachment permit from Caltrans and pay the
required fee in the amount of $1,365. Compensation for
the fees paid shall be included in the cost of other
items of work and no additional compensation shall be
allowed therefor.
V. PAYMENT
The unit or lump sum price bid for each item of work
shown on the proposal shall be considered as full
compensation for labor, equipment, materials and all
other things necessary to complete the work in place, and
no further additional allowance will be made therefore.
Payment for incidental items of work not separately
provided for in the proposal shall be included in the
unit prices bid for items of work.
VI. PUBLIC CONVENIENCE AND TRAFFIC CONTROL
The Contractor shall provide traffic control and access
in accordance with Section 7 -10 of the Standard
Specifications and the CALTRANS Manual of Traffic
Controls for Construction and Maintenance Zones, 1990
Edition.
A. Traffic Control Plans
The Contractor shall submit a written traffic
control plan to the Engineer and obtain his
approval a minimum of five (5) working days prior
to commencing any work.
B. Lane Closures
No lane closures will be permitted during the
hours:
Eastbound 3:00 p.m to 6:00 P.M.
Westbound 6:00 a.m to 9:00 a.m.
Lane closures shall be in compliance with Figure 5-
9, Typical Lane Closure (See Appendix B), and shall
be approved by the Engineer 24 hours prior to need.
VII. IRRIGATION
A. General
• SP 3 of 19
The work performed in connection with highway
planting and irrigation systems shall conform to
the provisions in Section 212, " Landscape and
Irrigation Material ", Section 308, "Landscape and
Irrigation Installation," of the Standard
Specifications and these special provisions.
B. Explanation of Drawings
1. Due to the scale of drawings, it is not
possible to indicate all offsets, fittings,
sleeves, etc. which may be required. The
contractor shall carefully investigate the
structural and finished conditions affecting
all of his work and plan his work accordingly,
furnishing such fittings, etc. as may be
required to meet such conditions.
2. Drawings are generally diagrammatic and
indicative of the work to be installed. The
work shall be installed in such a manner as to
avoid conflicts between irrigation systems,
planting and architectural features.
3. The Contractor shall 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 obstructions or differences should be
brought to the attention of the Engineer as
soon as possible. In the event this
notification is not performed, the Contractor
shall assume full responsibility for any
revision necessary.
C. Manufacturer's specifications
Manufacturer's directions and detailed drawings
shall be followed in all cases where the
manufacturers of articles used furnish directions
covering points not shown in the drawings or
specifications.
D. Submittals
1. Material
a. Submit manufacturer's literature on
products and materials to be installed in
this work.
C. Manufacturer's warranties shall not
relieve the contractor of his liability
under the guarantee. Such warranties
shall only supplement the guarantee.
2. Record Drawing (As- Builts)
a. The Contractor shall provide and keep up
to date a complete set of "as built"
drawings indicating locations, sizes, and
kinds of equipment installed. Prints for
this purpose may be obtained from the
Engineer. This set of drawings shall be
kept on the site and shall be used only
as a record set.
b. These drawings shall also serve as work
progress sheets, and the Contractor shall
make neat and legible annotations thereon
daily as the work proceeds, showing the
work as actually installed. These
drawings shall be available at all times
for inspection and shall be kept in a
location designated by the Engineer.
C. Before the date of the final inspection,
the Contractor shall transfer all
information from the "as built" prints to
an ozalid mylar, procured from the
Engineer. All work shall be neat, in
ink, and subject to the approval of the
Engineer.
d. The Contractor shall dimension from two
(2) permanent points of reference
(concrete edging, median ends, or road
intersections, etc.) the location of the
following items:
1. Connection to existing water lines.
2. Connection to existing electrical
power.
3. Gate valves.
4. Routing of sprinkler pressure lines
(dimension max. 50' along routing).
5. Significant changes in routing of
lateral lines from those indicated
on plans.
6. Sprinkler control valves.
7. Routing of control wiring.
S. Quick coupling valves.
9. Other related equipment as directed
by the Engineer.
SP 4 of 19
• .
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.
C. Manufacturer's warranties shall not
relieve the contractor of his liability
under the guarantee. Such warranties
shall only supplement the guarantee.
2. Record Drawing (As- Builts)
a. The Contractor shall provide and keep up
to date a complete set of "as built"
drawings indicating locations, sizes, and
kinds of equipment installed. Prints for
this purpose may be obtained from the
Engineer. This set of drawings shall be
kept on the site and shall be used only
as a record set.
b. These drawings shall also serve as work
progress sheets, and the Contractor shall
make neat and legible annotations thereon
daily as the work proceeds, showing the
work as actually installed. These
drawings shall be available at all times
for inspection and shall be kept in a
location designated by the Engineer.
C. Before the date of the final inspection,
the Contractor shall transfer all
information from the "as built" prints to
an ozalid mylar, procured from the
Engineer. All work shall be neat, in
ink, and subject to the approval of the
Engineer.
d. The Contractor shall dimension from two
(2) permanent points of reference
(concrete edging, median ends, or road
intersections, etc.) the location of the
following items:
1. Connection to existing water lines.
2. Connection to existing electrical
power.
3. Gate valves.
4. Routing of sprinkler pressure lines
(dimension max. 50' along routing).
5. Significant changes in routing of
lateral lines from those indicated
on plans.
6. Sprinkler control valves.
7. Routing of control wiring.
S. Quick coupling valves.
9. Other related equipment as directed
by the Engineer.
• • SP 5 of 19
e. on or before the date of the final
acceptance of improvements, the
Contractor shall deliver one (1) set of
mylars of as -built plans to the Engineer.
Delivery of the mylars relieve the
contractor of the responsibility of
furnishing required information that may
be omitted from the prints.
E. Controller Charts
1. As -built drawings shall be approved by the
Engineer before controller charts are
prepared.
2. Provide one controller chart for each
controller supplied.
3. The chart shall show the area controlled by
the automatic controller and shall be the
maximum size which the controller enclosure
door will allow.
4. The chart is to be a reduced drawing of the
actual as -built system. However, in the event
the controller sequence is not legible when
the drawing is reduced, it shall be enlarged
to a readable size.
5. The chart shall be a blackline ozalid print
and a different color shall be used to
indicate the area of coverage for each
station.
6. When completed and approved, the chart shall
be hermetically sealed between two pieces of
plastic, each piece being a minimum 10 mils
thick.
7. These charts shall be completed and approved
prior to final inspection of the irrigation
system.
B. Submit approved controller charts to the
Engineer.
F. Operation and Maintenance Manuals
1. The Contractor shall prepare and deliver to
the Engineer prior to acceptance of
improvements two hard cover binders with three
rings containing the following information.
a. Index sheet stating Contractor's address
and telephone number, list of equipment
with names and addresses of local
manufacturer's representatives.
Ce7
E.
• • SP 6 of 19
b. Catalog and parts sheets on every type of
material and equipment installed.
C. Guarantee statement.
d. Complete operating and maintenance
instructions on all major equipment.
e. Spare parts lists and related
manufacturer information for all
equipment.
2. In addition to the above mentioned maintenance
manuals, the contractor shall provide the
City's maintenance personnel with specific
instructions for major equipment.
Water Supply
1. Irrigation system shall be connected to water
supply points of connection as indicated on
the drawings.
2. Connections shall be made at approximate
locations as shown on drawings. Contractor is
responsible for minor changes caused by actual
site conditions. Connection will be made by
Contractor in coordination with the City's
Water Department.
Electrical Supply
1. All electrical connections required for the
completion of the project shall be made per
local codes and ordinances.
2. Electrical connections for automatic
controller shall be made to electrical points
of connection as indicated on the drawings.
3. Final location of all electrical connections
shall be approved by the Engineer prior to
making any connections.
I. Trenching
1. Dig trenches straight and support pipe
continuously on bottom of trench. Lay pipe to
an even grade. Trenching, excavating shall
follow layout indicated on drawings and as
noted.
2. Provide for a minimum of eighteen (18) inches
cover for all pressure supply lines 2 -1/2
inches and smaller.
J.
K.
• • SP 7 of 19
3. Provide for a minimum cover of twelve (12)
inches for all non - pressure lines.
4. Provide for a minimum cover of eighteen (18)
inches (or at same depth as mainline) for all
control wiring.
Backf ill
1. Do not backfill until required tests have been
successfully performed and witnessed.
2. Initially place fine granular material
backfill on all lines. No foreign matter
larger than 1/2 inch will be permitted in the
initial backfill.
3. Flooding of trenches will be permitted only
with prior approval.
4. If settlement occurs and subsequent
adjustments in pipes, valves, sprinklers
heads, lawn or planting, or other construction
are necessary, make adjustments without cost
to the City.
Assemblies
1. install irrigation lines following approximate
routing shown on drawings.
2. Install all assemblies specified herein in
accordance with respective detail. In absence
of detail drawings or specifications
pertaining to specific items required to
complete work, perform such work in accordance
with best standard practice with prior
approval of the Engineer.
3. Install NO multiple assemblies on plastic
lines. Provide each assembly with its own
outlet.
4. On P.V.C. to metal connections, the contractor
shall work the metal connections first. Actual
P.V.C. to metal connections shall only be
accomplished by P.V.C. male adapters screwed
into metal female fittings. Teflon tape or
approved equal shall be used.
5. Thoroughly clean P.V.C. pipe and fittings of
dirt, dust, and moisture for installation and
solvent welding.
L. Automatic Controller
1. Install as per manufacturer's instructions.
Remote control valves shall be connected to
• . SP 8 of 19
controller in numerical sequence as shown on
the drawings.
2. The exact location of the controller shall be
approved by the Engineer before installation.
The electrical service shall be coordinated
with this location.
3. The controller shall be programmed to operate
the irrigation system during period of minimal
use of the design area.
M. service
1. 120 volt power connection from the Edison
vault to the automatic controller shall be
provided by the contractor.
2. All electrical work shall conform to local
codes, ordinances, and authorities having
jurisdiction. See Appendix C for Edison
requirements.
M. Field Quality Control.
1. Adjusting the system:
a. Adjust sprinkler heads for optimum
performance and to prevent overspray onto
walks and roadways.
b. If it is determined that adjustments in
the irrigation equipment can make the
system more effective, make the approved
adjustments prior to planting.
Adjustments could also mean changes in
nozzle sizes and degrees of arc.
C. The entire system shall be operating
properly before any planting operations
commence.
2. Testing of irrigation system:
a. The contractor shall request the presence
of the Engineer at least 48 hours (two
working days) in advance of testing.
b. Test all pressure lines under hydrostatic
pressure of 150 pounds per square inch
and prove watertight.
C. Testing of pressure main lines shall
occur prior to installation of electric
control valves.
d. All piping under paved areas shall be
tested under hydrostatic pressure of 150
• • SP 9 of 19
pounds per square inch and proved
watertight prior to paving installation.
e. Sustain pressure in the lines for not
less than four (4) hours. If leaks
develop, replace joints and repeat test
until entire system is proven watertight.
f. All hydrostatic tests shall be made only
in the presence of the Engineer. No pipe
shall be backfilled until it has been
inspected, tested, and approved.
g. Furnish necessary force pump and all
other test equipment. Disconnect pump
after pressure has been established.
h. When the sprinkler irrigation system is
completed, perform a coverage test to
determine if the water coverage for
planting areas is complete and adequate.
Correct inadequacies due to deviations
from drawings, or where the system has
willfully been installed without bringing
possible deficiencies to the attention of
the Engineer in advance. Perform these
tests prior to planting of groundcovers.
VIII. PLANTING
A. General
The work performed in connection with highway
planting and irrigation systems shall conform to
the provisions in Section 212, " Landscape and
Irrigation Material ", Section 308, "Landscape and
Irrigation Installation," of the Standard
Specifications and these special provisions.
B. Submittals
1. Submit specifications and product information
on items being used on the project.
2. Prior to job acceptance, written
certifications shall be submitted to the city
for the following:
a. Quantity and quality of commercial
fertilizer and organic fertilizer.
b. Quantity and quality of all soil
amendments called for by plans and
specifications.
C. samples and Testing
1. The City reserves the right to take and
D.
•
• SP 10 of 19
analyze samples of materials for conformity to
specifications. Provide samples for testing
upon request. Remove rejected materials from
the site immediately upon rejection at no
additional cost. Testing costs shall be paid
for by the city if materials prove to be in
compliance with the specifications.
2. After completion of fine grading and prior to
soil preparation, the Contractor may be
required to obtain agronomic soils tests for
all planting areas. Tests shall be performed
by an approved agronomic soils testing
laboratory and shall include a fertility and
suitability analysis with written
recommendations upon approval of the City for
soil amendment, fertilizer, and chemical
conditioner application rates for soil
preparation, planting backfill mix, auger hole
requirements, and post maintenance
fertilization program. The soils report
recommendations shall take precedence over the
minimum amendment and fertilizer application
rates specified herein only when they exceed
the specified minimums.
Storage and Handling
1. Deliver fertilizer to site in original
unopened containers bearing manufacturer's
guaranteed chemical analysis, name, trademark,
and conformance to state laws. All
containers, bags, etc., shall remain on site
until project is completed and accepted by the
City.
2. Notify the City seven days in advance of
delivery of plant materials and submit
itemization of plants in each delivery.
3. Deliver plants with legible identification
labels. Label trees, bundles of containers of
like shrub and ground cover plants. State
correct plant name and size.
4. All plants shall be handled and stored so
that they are adequately protected from drying
out, from wind burn, or from any other injury.
5. Exercise care in handling, loading, unloading,
and storing of plant materials. Replace
damaged materials.
6. Maintain and protect plant material not to be
planted within four hours, in a healthy,
vigorous condition.
• • SP 11 of 19
B. Maintenance Period
1. All areas landscaped by the contractor under
this contract shall be maintained by him for a
period of not less than forty five (45) days
from the date of completion and written
acceptance by the City.
2. Maintenance period shall not start until all
elements of the project and the plant
establishment period is completed.
3. Written approval by the Engineer must be
obtained prior to the beginning of the
maintenance period.
4. If the project maintenance fails to
continuously meet standards required for start
of maintenance, the maintenance period shall
be suspended and shall recommence only after
the Contractor has corrected deficiencies.
5. On completion of the forty five (45)
maintenance period and meeting of the criteria
required for the start of maintenance, the
City will inspect the project.
6. Deficiencies noted during inspection shall
extend the maintenance period until all are
corrected.
7. End of maintenance shall occur only on written
acceptance by the Engineer.
F. Guarantee
1. All plants that show signs of failing growth
at any time during the life of the contract,
including the maintenance period or those
plants so injured or damaged as to render them
unsuitable for the purpose intended, shall be
immediately replaced in kind and size at the
expense of the Contractor.
The Contractor, within five days of
notification by the City, shall remove and
replace all guaranteed plant materials which
for any reason fail to meet the requirements
of the guarantee. Replacement shall be made
with plant materials as indicated or specified
for the original planting, and all such
replacement materials shall be guaranteed as
specified for the original guaranteed
materials.
G. Plant Materials
1. Sizes of Plants:
• • SP 12 of 19
a. Plant materials shall be as stated on the
plan. Container stock (1 gallon, 5
gallon, and 15 gallon) shall have been
grown in containers for at least one (1)
year, but not over two (2) years.
b. The size of the plants will correspond
with that normally expected for species
and variety of commercially available
nursery stock, or as specified in the
drawings. The minimum acceptable size of
all plants, measured before pruning with
the branches in normal position, shall
conform with the measurements, if any,
specified on the drawings in the list of
plants to be furnished. Plants larger in
size than specified may be used with the
approval of the city, but the use of
larger plants will make not change in
contract price.
The height and spread of all plant material
shall be measured with branches in their
normal position, and shall be as indicated on
the drawings. The caliper of all trees shall
be measured 4' -0" above the surface of the
ground. Where caliper or other dimensions of
any plant materials are omitted from the
"Plant Legend", it shall be understood that
these plant materials shall be normal stock
for type listed.
S. soil Amendments and Fertilizers
1. Organic soil amendments derived from redwood
or fir, granular in nature, stabilized with
nitrogen, and having the following properties:
a. Organic content - minimum 90% by weight;
b. Nitrogen content - 0.5% based on dry
weight for redwood sawdust, 0.7% based on
dry weight for fir sawdust, 1.0% based on
dry weight for fir bark. Note: Pine
sawdust is not acceptable.
C. Particle size: 95 to 100 percent passing
2.33 mm standard sieve.
d. Salinity: Ensure that saturation extract
conductivity does not exceed 3.5
millions per centimeter at 25 degrees C.
as determined by saturation extract
method.
e. Iron content - Minimum 0.08 percent
dilute acid soluble Fe on dry weight
basis.
•
2.
• SP 13 of 19
f. Ash - O to 6 percent (dry weight).
Soil Amendments
a. Soil sulfur - Agricultural grade sulfur
containing minimum of 99 percent sulfur
(expressed as elemental).
b. Iron sulfate - 20 percent iron (expressed
at metallic iron), derived from ferric
and ferrous- sulphate, 10 percent sulfur
(expressed as elemental).
C. Calcium carbonate - 95 percent lime as
derived from oyster shells.
d. Gypsum - Agricultural grade product
containing 90 percent minimum calcium
sulphate.
e. Polymer - A water absorbant gel as
manufactured by Aquatrols or Terra Sorb.
f. Fine sand - Clean, natural fine sand free
from deleterious material, weed seed,
clay balls, or rock with minimum of 95
percent passing a No. 4 sieve and maximum
of 10 percent passing a No. 100 sieve.
3. Fertilizer
a. Planting fertilizer
granular form consisting
percents by weight
commercial fertilizer
nitrogen, 20 - phospl
potash.
Pelleted or
of the following
and mixed by
supplier: 6 -
oric acid, 20-
b. "Gro- Power -Plus" fertilizer - Provide
"Gro -Power Plus (bacteria included) with
soil penetrant and consisting of the
following percents by weight: 5 -
nitrogen, 3 - phosphoric acid, 1 -
potash, 50 - humus, 15 - humic acid,
1.25% soil penetrant.
C. Planting tablets - Provide slo- release
type/ percents by weight of nutrients
listed: 1- nitrogen, 8- phosphoric acid,
8- potash, 3.5- commercial sulphur, 2.00 -
iron (elemental) from ferrous sulfate.
Provide in 7 gram tablets manufactured by
S.C.O.F. or other approved.
• • SP 14 of 19
d. Single super - phosphate - Commercial
product containing 18 to 20 percent
available Phosphoric Pentoxide or other
approved.
e. Calcium nitrate - Agricultural grade
containing 15.5% nitrogen.
4. Import Topsoil
Topsoil shall consist of a natural, fertile,
friable, sandy loam soil possessing the
characteristics of representative soils in the
vicinity which produce heavy growth of crops,
grasses or other vegetation and shall be
obtained from natural well drained areas.
Before removal of the topsoil, the surface at
the source of supply is to be stripped to a
depth of two inches in order to remove weed
seeds, roots, etc. The source of topsoil
shall be free from Bermuda grass, crab grass
and all noxious weeds or grasses. The topsoil
shall be free from subsoil, refuse, heavy
roots, clay lumps, stones larger than one inch
in size, noxious weeds, sticks, brush, litter
and other deleterious substances.
5. Mulch
Provide Walk -On Bark consisting of fibrous,
woody bark mixture of varied particle size
such that 90 to 100 percent passes 1 inch
sieve, 80 to 100 percent passes 1/2 inch
sieve, and 20 to 60 percent passed 1/4 inch
sieve.
6. Pesticides and Herbicides
a. All chemicals used for weed control shall
be registered by the State of California
Department of Food and Agriculture and
the Environmental Protection Agency with
registration identification on the label
and present at all times.
b. All chemicals shall be applied as per
registered label instruction and
manufacturer's recommendations.
C. Chemicals requiring a licensed applicator
must be applied by persons registered
with the County of orange Department of
Agriculture's Commissioner's Office as
owning a current, valid, qualified pest
control applicator's license.
d. The use of any restricted materials is
forbidden unless a special use permit is
• • SP 15 of 19
obtained from the County of Orange
Department of Agriculture.
I. Installation Procedures
Soil Preparation
a. The contractor shall secure and pay for
an agronomic soils test with analysis and
soil preparation recommendations prior to
beginning the work in this section. Soils
tests shall be reviewed by the engineer
for required alterations to the soil
amendments previously specified.
b. After proper finished grades have been
established, condition and fertilize soil
in the following manner:
1. In all planting areas with gradients
less than 2:1, a layer of soil
amendments shall be uniformly spread
and cultivated by means of
mechanical tiller into the top 6
inches of soil, or as recommended by
the soils report, so that the soil
shall be loose, friable, and free
from rocks, sticks, and other
objects undesirable to planting.
2. Planting areas with slopes 2:1 and
steeper shall not be soil prepared.
3. The following soil amendments shall
be added per 1,000 square feet to
all planting areas with gradients
less than 2:1 (agronomic soil test
recommendations shall take
precedence where these minimum
amounts are exceeded):
Organic amendment 3 cubic yards
Gro -Power Plus 200 pounds
Agricultural Gypsum 100 pounds
Polymer 2 pounds
2. Planting Installation
a General
Perform actual planting only during
those periods when weather and soil
conditions are suitable and in
accordance with locally accepted
practice, as approved.
Confirm location and depth of
underground utilities and
I • • SP 16 of 19
obstructions. If underground
construction or utility lines are
encountered in the excavation of
planting areas, other locations for
planting may be selected by the
Engineer.
3. Accomplish layout with flagged grade
stakes indicating plant names and
specified container size on each
stake.
4. Mark locations for plants and
outlines of areas to be planted
before any plant pits are dug.
5. Distribute in planting areas only as
many plants as can be planted and
watered that same day.
b. Tree and Shrub Planting
1. Strip and stack approved excavation
for planting which is encountered
within areas for trenches, tree
holes, plant pits and planting beds.
2. Shape planting excavations with
vertical sides and flat bottom;
square for box materials, circular
for canned materials.
3. Cut cans on two sides with
acceptable can cutter only. Do not
injure rootball. Superficially cut
edge roots with knife on three sides
after removing from can.
4. Center plant in pit or trench. Face
plants with fullest growth into
prevailing wind. Set plant plumb
and hold rigidly in position until
soil has been tamped firmly around
ball or roots.
5. Remove bottom of plant boxes before
planting. Remove sides without
damage to rootball after positioning
plant and partially backfilling.
6. Backfill container plants with:
6 parts by volume on -site soil
4 parts by volume organic
amendment
18 pounds "Gro -Power Plus" per
cubic yard of mix or approved
equal
` • • SP 17 of 19
1 pound iron sulphate per cubic
yard of mix
1 pound "Supersorb -C" or equal
per cubic yard of mix.
7. Raise all plants which settle deeper
than the surrounding grade. After
plant has been placed, add
sufficient backf ill to hole to cover
approximately 1/2 of rootball. Add
water to the top and thoroughly
saturate root -ball and adjacent
soil.
8. After water has completely drained,
place planting tablets:
3 tablets per 1 gallon
container
8 tablets per 5 gallon
container
4 tablets per 15 gallon
container
16 tablets per 24 inch box
8 tablets per 30 inch box
20 tablets per 36 inch box
22 tablets per 42 inch box
24 tablets per 48 inch and
larger boxes
Set planting tablets with each plant
on top of rootball while plants are
still in their containers so the
required number of tablets can be
verified.
9. Backfill remainder of hole and tamp
firm. Construct an earthen basin
around each plant after backfilling.
Provide basin of depth sufficient to
hold at least 2 inches of water.
Construct basins with amended
backfill. Remove basin in all turf
areas after the plant establishment
period.
10. Immediately after planting, apply
water to each tree and shrub. Apply
water in sufficient quantities and
as often as seasonal conditions
require to keep the planted areas
moist well below the root system.
11. Limit pruning to minimum necessary
to remove injured twigs and branches
never exceeding 1/3 or branching
structure. Pruning may not be done
prior to delivery of plants. Paint
cuts over 3/4 inch in diameter with
' • • SP 1S of 19
tree paint.
12. All trees (Palms excepted) shall be
double staked or guyed immediately
after planting. All trees 24" box or
larger shall be guyed except when
guying is impossible due to
location, in which case they shall
be double staked.
13. All trees located adjacent to walks,
walls, paving or near buildings
shall be planted with root control
barriers. All street trees shall be
planted with root control barriers
per city requirements.
14. Protect areas from excessive
compaction when trucking plants or
other materials to planting areas.
15. Remove from site, excess soil
generated from planting holds and
not used for backfilling.
C. Groundcover
Grow groundcovers in flats and
ensure they remain in the flats
until transplanting. Flat's soil
must contain sufficient moisture so
it will not fall apart when lifting
plants.
2. Groundcover plants shall not be
allowed to dry out before or while
being planted. Roots shall not be
exposed to the air except while
actually being placed in the ground.
Wilted plants will not be accepted.
3. Plant groundcovers in straight rows
evenly spaced unless otherwise
directed, and at intervals required
by drawings. Use triangular spacing
unless otherwise noted on drawings.
Plant each rooted plant with its
proportionate amount of flat soil.
Immediately water after plantings
until entire area is soaked to full
depth of each hole.
5. Protect plants from damage and
trampling at all times.
6. Topdress all groundcover and shrub
areas with 1 inch layer of approved
` r • •
SP 19 of 19
bark mulch.
D. Weed Abatement
1. If live perennial weeds exist on site at
beginning of work, spray with a non-
selective systemic contact herbicide as
recommended and applied by an approved
licensed pest control advisor and
applicator. Leave sprayed plants intact
for at least 15 days.
2. Clean and remove these existing weeds by
mowing or grubbing off all plant parts at
least 1/4 inch below the surface of the
soil over the entire area to be planted.
3. Pre -plant weed control: After soil
preparation and establishment of final
grades prior to planting, irrigate for 2
to 3 weeks, or until weed seeds have
germinated. Apply post emergent contact
weed killer when sufficient weed
germination exists. Wait an additional 2
weeks for weed killer to dissipate, then
plant. Remove residual foliage and roots.
Repeat as necessary.
4. Maintain weed free site until acceptance
by City.
APPENDIX A
CALTRANS ENCROACHMENT PERMIT
APPENDIX B
FIGURE 5 -9
TYPICAL LANE CLOSURE
(TRAFFIC CONTROL SYSTEM FOR MULTILANE CONVENTIONAL HIGHWAYS)
0
- 5 -48
TRAFFIC CONTROLS • Traffic Manual
Figure 5 -9
TYPICAL LANE CLOSURE
(TRAFFIC CONTROL SYSTEM FOR MULTILANE CONVENTIONAL HIGHWAYS)
: VORK
C23
(See note
3 thru 5)
apv t (S raze li IW _ ar►
F '1F 0
J /
aE 2610 UNE
a 0.620 No Scale
D AxEAD
(At.) C20 (Rt.)
TABLE 1
APPROACH
SPEED
(MPH)
TAPER
LENGTH
(L) *
NUMBER
OF CONES
FOW TAPER*
SPACING OF CONES
ALONG TAPER
(F ) !
25
125
6
25
30
180
7
30
35
245
8
35
40
320
9
40
45
540
13
45
50
600
13
50
50+
1 1000
1 21
50
11020 ,t022
C14
(See note 6)
Legend:
F sign
• Cone or Portable Delineator
22a► Direction of Traffic
Q Flashing Arrow Sign (Optional)
NOTES:
Taper formula:
L =
S x W for speeds of 45 or more.
L =
WS 2 for speeds of 40 or less.
so
Where:
L =
Minimum length of taper.
S =
Numerical value of posted
( *) Based on 12 -foot wide lane. This column Is also appropriate for lane widths speed limit prior to work or
less than 12 feel. 85 percentile speed.
W = Width of offset.
SPECIAL NOTE: Field conditions could require deviations from these plans and accompanying notes.
NOTES:
1. This plan does not apply where there are
emergency conditions. Under emergency condi-
tions, equipment and personnel which are
available should be utilized to implement a
closure even though such closure does not meet
the standards contained in this plan. As equip-
ment or personnel become available an im-
mediate effort should then be made to implement
the standards shown on this plan.
2. Where approach speeds are low, signs may be
placed at 300 feet spacings, and even closer in
urban areas.
3. All advance warning signs shall be 48' x 48'
minimum on highways with approach speeds of
45 mph or more. When speeds are less than 45
mph the C23 sign shall be 30' x 30' minimum;
other advance warning signs shall be 36" x 36'
minimum. (See Note 5)
4. All warning signs for night closures shall be
either Illuminated or reflectorized.
S. A C18 "ROAD CONSTRUCTION AHEAD" sign
may be used in lieu of the C23. (See Note 3)
6. A C13 "END CONSTRUCTION" sign, as ap-
propriate, may be used in lieu of the C14. The sign
Is optional if the end of work zone Is obvious or
falls within a larger project limit.
7. Warning (W) series signs used In work zones
shall be black on orange. Existing yellow warn-
ing signs already in place within these areas may
remain in use.
8. Pavement markings for closures shall conform
to Section 5 -05 of this manual.
9. All cones shall be internally Illuminated or fined
with reflective white sleeves for night closures
(See Section 5- 03.3).
10. The maximum spacing between channelizing
devices in a taper should be approximately equal
In feet to the speed limit. (Sea Table 1)
I
I
APPENDIX C
EDISON REQUIRE14ENTS
. r
Z-)
Q !/11 SEit .. tl/cSi
o
sroEc�4C/c
a
y�o/1s'T h'LgW�'T�
6yy33 /i
»r�/v rr cflL T /�yivJ / '"'L TG
,W rzs2
G O/3S7-
0
I
PLAN SHOWING PROPOSED
ELECTRIC UNDERGROUND LAYOUT
ISTOMEn HIM:
SCUI:nNLL 441 ryc fOR CUSTOMER INSTALLATION
T t/7• A r Uucl • 16' SNU:n
4' DUCT • 40' SUM'S
SCHEDULE nU SNCC' AT HISCII POLE wnn1UNG UNDrnGDOUNDSEnVICGALIEnT
• IIUCT ITT nC MINIMIIN )n• IILLUU 1'111151iCn r.MU[ Tlu on•.ur rnnnd. .n wrin muurry lw .•.la
IIISI AI.L 1 14' 1•ULT 1•ULL Ilnl'L III 111101 rn11 �_ «•��„N,,,wJ..n...•w l..Hln.. wl•ISf••....•..Ir lw 1-000-422-4133
HMIIINELL I KI: In to Cunt w•Arnu 1e beHlp.r lw lA..N..IL1
11ucl KIIST nE tnsr[Citn nr.rnnC nACKft1.1.I11G wry w. f•
DUCT MUST UL MAIIUIICLLCD AFIC11 IIACKFILI AWIpbJlsulw••NCJbowunJUpw•W 1«11Nbr, r. CHII USAISC
• ou.lJw, u. 4d60.N N 4.. «w•1., A...•..., u.. for Undecaround Locellno
OTCs A 411- Itnlln AlITA11CC NOTICE IS nr.gUlllr.n Tell liw•IJwrmWUn.nl ..•u l.wrJen••nJ rL. <n.IN q WorAlno Dwy neon• You Dlo
IIUL116NUDNU 111i1•CCTIUN. CHOW SCL IIISHlC1ulU ••w•1•me•...•yM 1•.IwJ.•bn.•u.r•.n . le:rry Wnw
KIHK TAUCIIJCC (114) UIS -0770 ouvu «. ww.uw
fwmww CN11 «d. (Ab.wCww•wy atCAI,6a r.-r.r•O wwr. l /•. nCCAL J2,
\Nhl.li; J11/1 NAME; 7UIICMAN: DISTIIICT:ORnNGC COAST
�ci <c c;r7rL
a JOII LOCATION: IIIUL'N I PIC: JUAIC SENT TO 11AN: JOIST. SKETCII M
-Z Do c
NU.: UM-CSD 140 IIEUUIIIED T.L.AA DATA% g OKAWN n
YES NO SITE KVA Or T. lO AO
—�
.A. N11.: 1:11111 NO. TIIUMAS MAP F.KIST. W(IIIKEI/ IIT: MAP
1.1101•. NU:
1. /•ILO w.%1.: - VOLTAO[ OnnP
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids to
be opened at 11:00 a.m. December 22, 1992.
DISCUSSION:
This project provides for landscaping the median
islands on Coast Highway from Marguerite Avenue to the easterly
• City limits. The landscaping to be installed will be similar to
that installed on Coast Highway between MacArthur Boulevard and
Jamboree Road. The landscaping will include Windmill Palms,
Mediterranean Fan Palms, Lily of the Nile and various shrubs and
groundcovers. At the Marguerite Avenue median, the Corona del
Mar Chamber of Commerce will donate some topiary sculptures
(dolphins) for inclusion into the landscape scheme.
The City has applied for a Caltrans Encroachment Permit
with the stipulation that the City will maintain the landscape
within the State right -of -way.
The Landscape Architect's construction estimate is
$125,000. Sufficient funds to award the project have been
budgeted.
The proposed project is Categorically Exempt (Class lc)
from the provisions of CEQA (existing facility).
The plans and specifications were prepared by Robert L.
Pedersen & Associates. The contract should be completed by March
• 31, 1993.
Benjamin B. Nolan
Public Works Director
HH:so
BY THE CITY CO UPi CIL
CITY OF NEWPORT I
November 23, 1992
L
CITY COUNCIL AGENDA
•
_ _____.....
APPROVED,
ITEM NO. 14
TO: Mayor and
Members of the City Council
FROM: Public Works Department
SUBJECT: COAST HIGHWAY MEDIAN LANDSCAPING
IN CORONA DEL MAR
(C -2924)
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids to
be opened at 11:00 a.m. December 22, 1992.
DISCUSSION:
This project provides for landscaping the median
islands on Coast Highway from Marguerite Avenue to the easterly
• City limits. The landscaping to be installed will be similar to
that installed on Coast Highway between MacArthur Boulevard and
Jamboree Road. The landscaping will include Windmill Palms,
Mediterranean Fan Palms, Lily of the Nile and various shrubs and
groundcovers. At the Marguerite Avenue median, the Corona del
Mar Chamber of Commerce will donate some topiary sculptures
(dolphins) for inclusion into the landscape scheme.
The City has applied for a Caltrans Encroachment Permit
with the stipulation that the City will maintain the landscape
within the State right -of -way.
The Landscape Architect's construction estimate is
$125,000. Sufficient funds to award the project have been
budgeted.
The proposed project is Categorically Exempt (Class lc)
from the provisions of CEQA (existing facility).
The plans and specifications were prepared by Robert L.
Pedersen & Associates. The contract should be completed by March
• 31, 1993.
Benjamin B. Nolan
Public Works Director
HH:so
i
Aulhonzed to Publish Advertisements of all Wnds Including public notices by
Decree of the Superior court of Orange County, California, Number A -6214,
September 29, 1961, and A -24831 June 11, 1963
STATE OF CALIFORNIA
County of Orange
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 NEWPORT
BEACH —COSTA MESA DAILY PILOT, a
newspaper of general circulation, printed
and published in the City of Costa Mesa,
County of Orange, State of California, and
that attached Notice is a true and complete
copy as was printed and published on the
following dates:
December 5, 9, 1992
I declare, under penalty of perjury, that the
foregoing is true and correct.
Executed on December 9 ,199 9
at Costa( esa, California
Signature
•
PUBLIC NOTICE
NOTICE
INVITING BIDS
Sealed bids may be Is,
calved at the office of the
a.m. on
of
Wanda E. Naggio,'
City Clark,
Prospective bidders mgyl
obtain one set of bid docu -'
ments at no cost at the of-
fice of the Public Works
Department, 3300 Newport;
Baulevatd- P.O. Box 1768.
Newport Beach, CA 92659-
1768.
For further Intonate•
tion; call Horst Hlawaty
(Project Manager) at
6443311.
Published Newport
Beach -Costa Mesa Daily
Pilot December S, 9, 1992.
SaW817
PROOF OF PUBLICATION j8
0
TO: City Clerk
FROM: Public Works Department
SUBJECT: CDM LANDSCAPE.
0
COUNCIL
i.
November 18, 1992
Enclosed for Council distribution are eight (8) copies of a
revitalization plan for the Corona Del Mar area.
This is an informational item to be placed with Agenda Item 14.
Horst Hlawal-
Project Manager
HH:so
Enclosure
November 17, 1992
i '16 -N
WINI
Corona del Mar
CHAMBER of COMMERCE
Honorable City Council
c/o Horst Hlawaty, C.E.
City of Newport Beach
Public Works Department
3300 Newport Boulevard
Newport Beach, CA 92658 -8915
Honorable City Council Member:
A unique blend of people and place
BY THE CITY COUNCIL
CITY OF NEP.KPOP.T
3
+i
As part of our overall revitalization program, we would like to create a
unique topiary sculpture within key center islands along Corona Del Mar's
Coast Highway. We have obtained commitments through Roger's Gardens
to contribute $4,000 worth of sculpture, as well as interest in the
maintenance of them by Roger McKinnon.
We would like your permission to accomplish this, along with Ivy
Geranium (our official village flower) at the Marguerite islands. (The
unlandscaped downcoast island is our highest priority but if the budget
allows, we would like to also have topiary at the upcoast Marguerite island.)
We are currently working with Roger's Gardens and their sculptor on
refining the details.
We are familiar with Cal Trans rules and will conform to their safety and
maintenance guidelines. We would also like to have permission to have
access to electrical power for future Christmas lights.
Very truly yours,
47r)
Ron Yeo F 1
Co- chairman, Revitalization Committee
RY /mj h
Enclosure: Center island action program
Long range program plan
2843 East Coast Highway . Post Office Box 72 . Corona del Mar, California 92625
714/673 -4050
0 0
CORONA DEL MAR
CHAMBER OF COMMERCE
LONG -RANGE PLAN
PCH - CENTER ISLANDS
RON YEO, FAIA
n
ARCHITECT, INC.
REVITALIZATION ACTION PROGRAM
GOALS: To create a powerful village character along Coast Highway.
PROBLEMS: Permits, approvals, maintenance.
OBJECTIVES: To reinforce the "Flower Power" concept and create topiary
sculpture at key islands.
OPTIONS: King Neptune, mermaids, pelicans, seals, dolphins.
OPPORTUNITIES: Take advantage of the "new" islands at Marguerite, Poppy,
Seward /Morning Canyon.
ACTION: Contact City regarding concept.
Follow Cal Trans rules.
Obtain private funding.
• •
CORONA DEL MAR
CHAMBER OF COMMERCE
LONG -RANGE PLAN
RON YEO, FAIA
I
n
ARCHITECT, INC.
REVITALIZATION ACTION PROGRAM
GOALS
PROBLEMS 72�plrKr
SLUG 6IG%E
OBJECTIVES AdXZo /t
Ae44f
OPTIONS
OPPORTUNITIES
ACTION
64wllva
eoy --
/YY ,
6c�\
J
�Y=
Mt��ill�i�lT�
CORONA DEL MAR
CHAMBER OF COMMERCE
LONG -RANGE PLAN
7rOlPloo /100'
REVITALIZATION AC
�if/�•1-T /�
ErG
RON YEO, FAIA
ARCHITECT, INC.
ION PROGRAM
rcu�A.�s
Ay 65-�1011aM
cl/l t
7A�
0
r
CG 0 40411940-1� IW% dre:ZN/ AI�6�
GQ'NM/iMEJ'/T
Corona del Mar
CHAMBER of COMMERCE
1]
Corona del Mar
CHAMBER of COMMERCE
PRESS RELEASE
0
A unique blend of people and place
September 15, 1992
` For Immediate release.
The Corona del Mar Chamber of Commerce unveiled today a long range plan to revitalize
the two mile-4ong stretch of businesses and commerce on East Coast Highway between
MacArthur Boulevard and the now developing Newport Coast.
The five -year plan calls for the creation of an unique village atmosphere to provide a more
appealing shopping experience for locals and tourists alike. Visitors to the area will soon
see the first signs of the new village as banners are installed featuring the flowers for which
local streets are named.
I•
Other features of the plan encourage participation among local retailers, and envision more
activities in the area to draw shoppers.
Developed by key Chamber members and local business leaders, the plan emerged as
businesses faced a combination of economic recession and highway construction. These
two factors together stretched the ability of small businesses to survive. Those who have
are enthusiastic about the plan.
According to Royal Radtke, President of The Corona del Mar Chamber of Commerce and
manager of the local Bank of America branch, "As we faced the highway construction, it
became apparent that we had to put an eye to the future. We wanted to do more than
simply survive the construction. We realized that we want to shape the future of this area
and make it even more appealing for retailers and shoppers."
Corona del Mar is home to the popular annual Christmas Walk which takes place in
December and the Scenic 5K Race held in June.
For more information, contact the Chamber office at (714) 673-4050 or Don Glasgow at
714 -640 -6525.
2843 East Coast Highway . Post Office Box 72 . Corona del Mar, California 92625 . 714/673-4050
•
•
CORONA DEL MAR CHAMBER OF COMMERCE
MISSION STATEMENT
The Corona del Mar Chamber of Commerce, an
• organization of businesses, commercial property
owners and residents, preserves and actively pro-
6 motes the success of the local business community
by acting as a unifying force and organizing to
• effectively represent its collective best interests.
Li
•
•
•
•
• 0
CORONA DEL MAR CHAMBER OF COMMERCE
• LONG RANGE PLAN
• long Range Plan Chairman: Donald H. Glasgow
Long Range Plan Coordinator: B.J. Johnson
•
Selected Goal Areas
Pam
A.
Membership Enhancement
1 -3
Co- Chairs: Dr. James K. Handy
B.J. Johnson
•
B.
Fundraising
4 - 5
Co- Chairs: Audrey Patterson
Luvena Hayton
•
C.
R e v i t a f i z a f i o n
6 - 9
Co- Chairs: Patty McDonald
Ron Yea
Betty Beauchamp
D.
Civic Effectiveness
1 D - 11
Chair: Luvena Hayton
E.
Multi- Cultural Enrichment
12- 13
Co -Chairs: Michael Zepeda
David Neishabod
F.
Corona del Mar, Crown of the Sea
14- 15
1
0 0
CORONA DEL MAR CHAMBER OF COMMERCE
MEMBERSHIP ENHANCEMENT
GOAL AND OBJECTIVES
! Co- Chairs: Dr. James K. Handy and B.J. Johnson
GOAL Develop and strengthen the membership of the Chamber by
expanding and diversifying its base, while increasing member
participation, enthusiasm and commitment
OBJECTIVES:
o By December 1992, devise a short-term membership development
program which will result in 50 or more new business members by
December, 1993.
Select chair and members for Membership Committee.
Conduct market research to determine current membership and
y potential membership market
Identify all chamber activities currently designed to bring in new
members and evaluate their past effectiveness in securing new
members.
— Based on evaluation, determine ways to enhance current
chamber activities to make them more effective in attracting
new members and retaining existing ones.
Implement changes in current chamber activities such that they
attract more new members.
— Devise new promotional programs and activities to attract new
members.
Develop incentive programs and competitive pricing formula.
40 — Implement new promotional programs and activities.
— Design and produce simple brochure outlining benefits of
chamber membership for distribution to potential members.
J = Devise strategy for distribution of membership brochure.
Implement distribution of membership brochure.
Provide incentives to attract NHACC members.
•
• •
o By December 1992, establish official welcome program that brings
prospective members through the membership process into active
participation in chamber activities.
Identify and evaluate existing new member welcome process.
Based on evaluation, make necessary changes to welcome
process.
Develop Adopt -A- Member (Ambassador) program.
Identify program components for a welcome program:
0 ■ Who secures membership?
■ How and when are new members recognized?
■ Who is responsible for getting the new member involved
in chamber activities?
■ How and when is official welcome program completed
for a new member?
o By December 1992, devise plan to ensure timely renewal of existing
chamber memberships.
Review current process for membership renewal.
Identify and implement any changes in current process which
will facilitate renewal of memberships.
Identify and implement any changes in current programs and
activities which would encourage membership renewal.
I•
o By December 1992, design and implement strategy to secure 10 new
memberships of property owners.
Identify property owners to target for membership.
— Get input from property owners about their business and their
perceptions of chamber to determine best way to approach for
membership.
Devise individual strategies (who, by when, how?) to secure
membership from each property owner.
Implement strategy for securing property owner memberships.
2
• •
• o By June, 1993, design and publish new membership directory.
— Determine best directory format and content to serve members
and customers and make recommendation to board.
— Secure board input to recommended format and content
• — Revise format and content based on board input
— Finalize format and content and secure board approval.
— Obtain competitive bids from publishers.
• — Obtain up-to -date information for directory listings.
— Determine distribution for directory.
— Print and distribute directory.
•
•
:7
•
n
r,
3
0 9 0
CORONA DEL MAR CHAMBER OF COMMERCE
0 FUNDRAISING
•
GOAL AND OBJECTIVES
Co- Chairs: Audrey Patterson and Luvena Hayton
•
GOAL Significantly increase the Chamber's ability to efficiently and
effectively fundraise for its annual budget and special programs.
•
4
OBJECTNES:
•
o By June 1993, increase revenue by $5,000 (net) over previous 12
months' revenue.
— Select chair and members for Fundraising Committee.
•
— Review current year's financial plan and determine anticipated
revenue for 12 -month period from June 1992 to June 1993.
— Based on review of current year's financial plan, develop new
financial plan that includes a $5,000 increase for June 1992 to
June 1993.
•
— Review current activities and anticipated revenue to be
generated by each.
— Make recommendations for ways to generate additional
revenue from current chamber activities. Examples include:
■ Hold 50 -50 cash opportunity drawing at every luncheon
and mixer.
■ Increase number of entries in 5K
•
■ Increase sponsor fees /benefits for 5K
■ Offer no -host cocktails at mixers and split revenue
between chamber and host business.
■ Make Christmas Walk revenue - generating program.
•
■ Increase number of chamber memberships.
•
4
1
Secure input from board on new financial plan and revenue -
generating recommendations.
— Revise financial plan and recommendations based on board
input.
— Implement financial plan and recommendations.
o By June 1993, establish annual financial planning process to increase
revenue 15% annually, and maintain $5,000 comfort zone.
Based on 92 -93 financial plan, devise effective planning
process.
Determine estimated revenue and recommend any changes to
programs and activities that will result in a 10 - 20% revenue
increase.
— Secure board approval of 1993 -1994 financial plan.
a
C7
a
11
0
0 5
a
0
•
•
•
•
n
u
•
•
0
• •
CORONA DEL MAR CHAMBER OF COMMERCE
REVITALIZATION
GOAL AND OBJECTIVES
Co- Chairs: Patty McDonald, Ron Yeo, Betty Beauchamp
Committee: Carleen Butterfield, Joan Wise, Diane Goldsberry, Ann Spencer
GOAL:
THEME
OBJECTIVES:
Revitalize Corona del Mar by creating a unique "Village Image"
that will be attractive to the existing business community and
outside consumers.
Flowers and More Flowers
July, 1992 through December, 1992:
Objective: Short term program that will result in improved street
maintenance, landscaping and charm, and lay the groundwork
for long term projects.
o Conduct a simple assessment to determine what improvements are
needed to streets, sidewalks, landscaping, signs, store fronts, seating,
windows, etc. (Ron Yeo, 9/92)
o Draft recommendations enhancing 'Village Image ".
— Create Programs and Incentives to involve merchants in
sprucing up CDM.
■ Clean Sweep Campaign project encouraging all to
sweep their sidewalks. (Ann Spencer, 9/92)
■ Sponsor a monthly event Fun events, seasonal events,
art fairs, concerts, games, contests, multi- cultural
enrichment (i.e. Halloween Festivities: face painting,
jugglers, music, paint the sidewalk or costume parade at
Sherman Gardens, merchant trick or treats, etc.)
■ Develop an award /recognition program.
2
0
•
C
•
0
0
Z
1
9 0
■ Flag Project
• Needs assessment Approximately 55 units.
• Research options: Fabric (light, cheery, and
festive) versus Tin (stationary, solid, a little less
expensive).
• Finalize design decision (9/92)
• Enlist local artist support (9/92)
• Start production (10/92)
• Install Flags (10/92)
■ Spread Flower Power. Plant trees, flowers, topiaries,
etc.
Revise City regulations on parking codes to meet CDM needs.
■ Plan for substantial parking increase.
■ Improve current parking situation (paint -r marks on
streets to delineate space). (12/92)
■ Funds from paid CDM Beach parking to go directly to
CDM.
■ Two to three new stop lights (Orchid, Iris).
Develop guidelines /standards for appearance
■ Establish a color palette to be used as a reference for
those planning to refurbish building exteriors. (Carleen
B. 12/92)
■ Provide suggested theme and design examples.
■ Develop Marketing /PR Resource Program:
• Invite experts to hold seminars on creative
options for signs, window displays, awnings,
lighting, etc.
• Have a library of resource guides listing idea
options and /or vendors who provide above
items. (12/92)
Develop a master architectural design concept for CDM. The goal is
to create a theme image that will be inviting, warm, friendly, and
creative. (12/92)
Style: i.e. English Tudor, Victorian, Cape Cod, Mediterranean,
Old English, brick, stucco design.
Face lifts for older buildings: i.e. paint, faux facades,
construction projects and full remodels.
7
0
Landscaping: Plants, trees, etc. in flower boxes, hanging
baskets, median gardens, maintenance contract for care of
flowers (automatic drip watering systems), construction of
benches, flower box seats.
Lighting: Twinkle lights for store fronts, trees, etc., Gas street
lights.
Installation of CDM Monument at entrance(s) of town.
Installation of town clock.
Development of park areas.
— Painting murals.
o Develop a list of commercial property owners (12/92).
o Contact local architects to assess interest in providing renderings of
design concepts. (Patty McDonald, 10/92).
o Secure board /member/landlord input to recommendations and
standards. (10/92)
o Revise recommendations and standards based on input (12/92)
o Review and update design concept (12/92)
o Secure approval and adoption of recommendations. (Board, 9/12/92)
o Secure approval and adoption of recommendations as a specified plan.
(City, 12/92)
January, 1993 through August, 1993:
Objective: Determine a proposed budget for the project, its funding
potential, planning constraints, and schedule.
o Develop a proposed budget based upon the approved design concept
o Anticipate permit requirements, regulatory agency involvement,
disruption during construction, etc.
o Draft and approve design /build schedule.
o Survey landlords, tenants, etc., to determine their potential level of
participation in funding and their long term commitment to the project
Explore the feasibility of assessing landlords and tenants.
o Select fund raising chair and committee.
lb
8
b
0 0
o Determine Funding Plan.
— Investigate resources available, i.e private sector, public funds,
business and community resources.
— Determine which of these are valid sources for proposed
project
— Determine assessment district
— Implement funding plan.
o Establish the chamber office as an example of what can be done.
o Investigate ways to attract new retail merchants. Increase tenant mix
in CDM.
August, 1993 through June, 1994:
o Review progress of project Gather input from chamber and community
leaders. Revise and update as needed.
o Complete and finalize design plan.
August 1994 through December 1995:
o Take design plans for construction bids.
o Complete fund raising.
o Begin construction of master plan.
o Completion of construction.
N
• •
CORONA DEL MAR CHAMBER OF COMMERCE
0 CIVIC EFFECTIVENESS
:7
GOAL AND OBJECTIVES
Chair: Luvena Hayton
GOAL Focus and enhance the Chamber's political effectiveness so that
elected officials and public agencies understand and support
key local business interests.
0 OBJECTIVES:
o By December 1992, devise political advocacy program that ensures
timely, effective response to political issues.
9 — Select chair and members of political effectiveness committee.
Review current process for identifying and acting upon issues
affecting CDM businesses.
Review past successful advocacy efforts and identify strengths
and weaknesses of each effort
Anticipate possible issues (gas line, Coast Highway
improvements, San Joaquin Hills Transportation corridor, City
participation in CDM revitalization) and possible responses to
these issues.
1
Based on review of current process and past efforts, devise
advocacy process for identifying and acting upon issues.
Secure board input on advocacy process.
— Based on board input, revise advocacy process.
Implement advocacy process as needed.
1 o By June 1993, establish a Political Action Network of chamber
members to support the chamber in its advocacy efforts.
10
0 0
— Devise a simple survey of possible issues (Coast Highway
improvements, San Joaquin Hills transportation corridor, City
participation in CDM revitalization) and ways of responding to
issues, to determine member's interest in a Political Action
Network.
— Mail survey and request for participation to chamber members.
— Based on survey response, identify members of Political Action
Network.
Devise plan for keeping members active when issues are not
active. Possible components:
■ Monthly /bimonthly newsletter with status reports on
current issues.
■ Quartedy issue forum to provide updates on issues.
Based on political advocacy process, activate Political Action
Network when necessary.
o By June 1993, gain support from Caltrans to address issues related to
Coast Highway that inhibit the success of businesses in CDM.
Identify problems and brainstorm possible solutions related to
Coast Highway.
Identify agencies and their key representatives who should be
included in discussions related to Coast Highway improvements.
— Devise short-term action plan to open discussion of Coast
Highway improvements.
Secure input from board on short-term action plan.
— Finalize short-term action plan based on board input
— Secure board approval of short -term action plan.
Implement short-term action plan.
— Based on discussions with key agency representatives, devise
long -term action plan and revise periodically as necessary to
implement Coast Highway improvements.
o Maintain reputation for political effectiveness among elected officials
and key decision makers.
•
Include elected officials (and update status as needed) and key
decision makers on chamber mailing list
11
CORONA DEL MAR CHAMBER OF COMMERCE
• MULTI- CULTURAL ENRICHMENT
GOAL AND OBJECTIVES
• Co- Chairs: Michael Zepeda and David Neishabori
GOAL: Emphasize cultural diversity among businesses such that the
• Chamber and the community can be enriched by their
participation.
OBJECTIVES:
•
o By January 31, 1993 devise and implement communication to
heighten understanding of the Chamber's role in local business
community participation.
Select chair and members for Multi- Cultural (MC) Enrichment
• committee.
Define and identify MC -owned and /or MC- operated businesses
and MC property owners and residents.
— Get input from MC business people, property owners and
• residents regarding their perception of the CDM Chamber,
along with their needs from the chamber.
Based on input from above mentioned, develop a MC business
strategy (who should say what, how and when ?) to heighten
awareness among MC business people of the Chamber's role
• in the community.
Implement MC business communication strategy.
o By February 28, 1993, gain 10 new chamber memberships MC
• businesses.
r
— Review current membership benefits (derived from Long Range
Planning Booklet) in relationship to MC business people.
Recommend changes to chamber programs and activities (i.e.
Long Range Planning Booklet) that will increase value of
membership for MC business owners.
12
0
0
Implement strategy for securing new MC members, utilizing
resources available from the chamber and City.
o By January 31, 1993, implement 3 promotional activities aimed at MC
business owners.
Develop "Welcome Wagon' greeter program to identify and
contact all MC business owners. Use resources available from
chamber and city to identify "new - comers'.
Offer chamber membership incentives (in relationship to
Membership Committee's plans) to demonstrate member
benefits.
— Plan and implement a 'Get Acquainted Night" hosted by a
chamber MC business owner or group of owners for all new
members.
13
CORONA DEL MAR
CROWN OF THE SEA
CORONA DEL MAR (Spanish for Crown of the Sea) is a community as
beautiful as its name. It is a part of the city of Newport Beach, a charter city
operating under a council -city manager form of government
Corona del Mar, with its own Post Office and Chamber of Commerce is
located on the coast 450 miles south of San Francisco and 70 miles north of
San Diego in Orange County, one of the fastest growing counties in the
United States. It is 50 miles south of Los Angeles International Airport and
only 4 miles west of Orange County Airport.
Nestled on and at the foot of the San Joaquin Hills, and fronting on the
Pacific Ocean with a view of Catalina Island, Corona del Mar ranges along a
bluff at the south end of Newport Beach, and includes some of the city's
most prestigious residential areas.
r The first plot map was in 1904 after George Hart bought 347 acres from The
Irvine Company. The original plan was for summer cottages, but these have
been replaced in the main by permanent homes. (They came to play but
couldn't leave so perfect a spot) Until the late 1920's Corona del Mar was
a tiny village reached from the peninsula by small boat at high tide, or by a
muddy dirt road that crossed the Irvine Ranch and continued along the bluffs
around Newport Upper Bay. With the opening of Pacific Coast Highway in
1926 (Mary Pickford and Douglas Fairbanks were there for the ribbon cutting)
a period of slow growth began, not accelerating until after World War II. The
Pacific Coast Highway is a tree -lined boulevard with trees encompassing a
complete shopping area, including fine restaurants, unique shops and offices.
The trees were planted by the Corona del Mar Chamber of Commerce in
1957.
Internationally known artists chose to make Corona del Mar their home,
including Joan Irving Brandt, Rex Brandt, Thelma Paddock Hope, the late Burt
Proctor, the late Clyde Zulch and his wife, sculptress Judith Brand and Chuck
Jones, creator of Bugs Bunny, Wile E Coyote, the Roadrunner, Daffy Duck
and many other Warner Brothers characters. Irving Manoir lived here, as did
Fred Johnson, creator of the comic strip, "Moon Mullins'. The movie industry
has been well represented as well.
One of the first large businesses was founded by Kay Finch, creator of Kay
Finch Ceramics. On a rock below Inspiration Point is a bronze sculpture of a
sea lion and her baby, modeled by Kay Finch in memory of her husband,
Braden Finch. Jessie Hill was the secretary of the Finch enterprises, and
became the Corona del Mar Chamber of Commerce Secretary form the time
of the Chamber's inception in 1957 until her retirement 25 years later.
One of the jewels in the Crown of Corona del Mar is the Sherman Library and
Gardens. It was begun in 1958 and has grown to occupy a full city block.
It has an extensive botanical collection ranging from rare cacti to exotic
vegetation, and the Library has more than 15,000 books and pamphlets
giving a history of the Pacific Southwest The setting includes fountains,
14
sculptures, flowers and hanging baskets. A conservatory houses bromeliads,
orchids, fems and a koi pond. There is a Discovery Garden designed for the
blind whose essential appeal is to the senses of touch or smell.
The Five Crowns Restaurant was built in Corona del Mar in 1935 by Tillie
MacCullock who loved buildings. It's a copy of Ye Olde Bell, an Inn at
Hurley-on-the-Thames, England. It has been a residence, an inn, it's been
forlorn and neglected and there's even rumors of wartime gambling and
prostitution. Now it's a Corona del Mar landmark.
In view of the close proximity of the commercial to the residential community,
special efforts are made to blend in harmony all aspects of working and living
together in this beautiful part of our world. Resident members of our
Chamber work side -by -side with business members to accomplish our
common goals.
The CDM Chamber was formed in 1957 in an effort to maintain our local
Class A Post Office (another successful effort) and to assist the small business
community with their special problems. Today, resident and business
members volunteer their time to not only enhance the boulevard with tree-
` well plantings of flowers or greenery, but work together on all special
projects.
The Christmas Festival is in its 16th year, with poinsettias and small lights
outlining store windows, refreshments served and entertainment all along the
boulevard. This opening of the Christmas season on the first Sunday in
40 December is the Chamber's party for the community, a "thank you" for their
patronage.
0
:I
The Scenic 5K run is a joint venture with the City of Newport Beach and
attracts over 3,000 runners and walkers on this special day. There is a
gourmet breakfast served on the picturesque ocean front by local restaurants.
It is truly a scenic and thoroughly delightful festive day for runners, workers,
and spectators alike.
The Chamber has taken a strong position to preserve the 'village atmosphere"
while at the same time encouraging business.
15