Loading...
HomeMy WebLinkAboutC-3369 - Jamboree Road/MacArthur Boulevard Intersection Improvements - PSACITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkess, MMC May 10, 2006 Hillcrest Contracting, Inc. 1467 Circle City Drive Corona, CA 92879 -1668 Subject: Jamboree Road /MacArthur Boulevard Intersection Improvements (C -3369) To Whom It May Concern: On May 10, 2005, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code and to release the Faithful Performance Bond one year after Council acceptance. The Labor & Materials Bond was released on June 21, 2005. The Surety for the contract is Fidelity and Deposit Company of Maryland, and the bond number is 08655272. Enclosed is the Faithful Performance Bond. Sincerely, �V LaVonne M. Harkless, MMC City Clerk cc: Public Works Department R. Gunther, P.E. enclosure 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us EXECUTED IN FOUR COUA ..PARTS CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREEE ROADIMACARTHUR BOULEVARD INTERSECTION IMPROVEMENTS CONTRACT NO. 3369 -�-' "'BOND NO. 08655272 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 8,805 being at the rate of $ 8.63/$6.33/$5.75 thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to Hilicrest Contracting, Inc., hereinafter designated as the 'Principal", a contract for construction of JAMBOREEE ROADIMACARTHUR BOULEVARD INTERSECTION IMPROVEMENTS, Contract No. 3369 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3369 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety'), are held and firmly bound unto the City of Newport Beach, in the sum of one million, four hundred forty thousand, nine hundred forty - four and 801100 Dollars ($1,440,944.80) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. W As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be Included costs and reasonable expenses and fees, Including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and It does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year 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 6TH day of - JUNE . 2003. HILLCREST CONTRACTING, INC. . (Principal) FIDELITY AND DEPOSIT COMPANY OF MARYLAND Name of Surety 225 S. LAKE AVE., SUITE 700 PASADENA, CA 91101 Address of Surety (626) 792 -2311 Telephone CHARLES L. FLAKE /ATTORNEY -IN -FACT Print Name and TIVe ' NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 29 CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT State of California County of Riverside ON JUNE 10, 2003 before me, Michelle Santiago, Notary Public , personally appeared Glenn J. Salsbury, personally known to me, to be the ep rson whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person or entity upon behalf of which the person acted, executed the instrument. r MICHELLE SANTIAGO Witness my hand C U COMM, C-CAUF86 NOTARY IVERS1IC•CALIFORNIA / � RIVHRBIDfi COUNTY My COMM, fixpine Sept. 7,20M Michelle Sa a OPTIONAL Though law does not require the information below, it may prove valuable to persons relying on the document and could prevent fraudulent removal of this form to another document. Description of Attached Document Title or type of Document: FAITHFUL PERFORMANCE BOND Document Date: JUNE 6, 2003 Number of Pages: TWO Signer(s) Other Than Named Above FIDELITY AND DEPOSIT COMPANY OF MARYLAND Capacity(ies) Claimed by Signer Signer's Name: Glenn J. Salsbury ❑ Individual U Corporate Officer — Title(s): President ❑ Partner - ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: HILLCREST CONTRACTING, INC. CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF ORANGE On 6/6/03 before me, LEXIE SHERWOOD - NOTARY PUBLIC personally appeared known to me to be th within instrument and same in his authorized instrument the person person acted, executed CHARLES L. FLAKE personally a person whose name is subscribed to the acknowledged to me that he executed the capacity, and that by his signature on the or the entity upon behalf of which the the instrument. WITNESS my hand and official seal. 9LEXIE SHERW OODV COMM, # 1311304 NOTARY PUBUGCALIFORNIAG) � Leaz ORANGE COLOY COUNTY Signat a of Notary Public OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. DESCRIPTION OF ATTACHED DOCUMENT PERFORMANCE BOND TITLe OR 27M OF DOCUMENT NUMB= OF PPWNS 2 Dare OF DOCU140M 6/6/03 CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE (S) ❑ PARTNER(S) ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ OTHER: SIGNER IS REPRESENTING: FIDELITY AND DEPOSIT COMPANY OF MARYLAND NAME OF PERSON(S) OR ENTITY(S) Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE, WTIMORE, MD. KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by C. M. PECOT, JR. , Vice - President, and C. W. ROBBINS Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By-Laws of said Company, which reads as follows: 'The Chairman of the Board, or the President, or any Executive Vice- President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice- Presidents, Assistant Vice- Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignmen ofiudgements,d "s, mortgages and instruments in the nature of mortgages, ... and to affix the seal of the Company thereto." 0 does hereby nominate constitute and appoint Charles k��Flake o heiln, California..... Ike and lawful agent and Attorney-in-Fact, to maecute, seaeliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and —h- taking .............................. execution of such bonds or un ngs in °knee of these presents, shall be as binding upon said Company, as fully and amply, to all inte d 1 urp000s" if they had been duly executed and acknowledged by the regularly elected officers of the Corn at its offiA@�i , altimore, Md., in their own proper persons. 0 The said Assistant Secretary does hereby t e aforegoing is a true copy of Article VI, Section 2, of the By -Laws of said Company, and is now IN WITNESS WHEREOF, the said Vice4resident and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this ......... 16th_ ............... day of-------------- JulY. ............................... . A.D. 1986----- ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND seu------------ -- ----- -A By ........................................ �... r STATE OF MARYLAND CITY OF BALTIMORE I �' On this 16th day of July , A.D. 19 86 , before the subscriber, a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above -mixed Vice - President and Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OFMARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the Real affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and Official Seal, at the City of Baltimore, the day and year first above written — 4 am ........... .. ..... ...... -- .-- -.- .. - -- Kx.,_�2t Notary Pubic Commis ' n pires7u - CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power of Attorney of which the foregoing isa full, trueand correct copy, is in full formand effect on the date of this certificate; and I do further certify that the Vice - President who executed the said Power of Attorney was one of the additional Vice - Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2 of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969. RESOLVED: 'That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified co y of any Qower of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed.' IN TESTIMONY WHEREOF, I have hereunto subscribed my time and affixed the corporate seal of the said Company, this ..... ti. ......... day of ............... IT UE ..... ................... : 2003 uaxR. —cr. —012 -4150 . ............ J'j � Q .i 0 ZURICH THIS IMPORTANT DISCLOSURE NOTICE IS PART OF YOUR BOND We are making the following informational disclosures in compliance with The Terrorism Risk Insurance Act of 2002. No action is required on your part. Disclosure of Terrorism Premium The premium charge for risk of loss resulting from acts of terrorism (as defined in the Act) under this bond is $_waived_. This amount is reflected in the total premium for this bond. Disclosure of Availability of Coverage for Terrorism Losses As required by the Terrorism Risk Insurance Act of 2002, we have made available to you coverage for losses resulting from acts of terrorism (as defined in the Act) with terms, amounts, and limitations that do not differ materially as those for losses arising from events other than acts of terrorism. Disclosure of Federal Share of Insurance Company's Terrorism Losses The Terrorism Risk Insurance Act of 2002 establishes a mechanism by which the United States government will share in insurance company losses resulting from acts of terrorism (as defined in the Act) after a insurance company has paid losses in excess of an annual aggregate deductible. For 2002, the insurance company deductible is 1% of direct earned premium in the prior year; for 2003, 7% of direct earned premium in the prior year; for 2004, 10% of direct earned premium in the prior year; and for 2005, 15% of direct earned premium in the prior year. The federal share of an insurance company's losses above its deductible is 90 %. In the event the United States government participates in losses, the United States government may direct insurance companies to collect a terrorism surcharge from policyholders. The Act does not currently provide for insurance industry or United States government participation in terrorism losses that exceed $100 billion in any one calendar year. Definition of Act of Terrorism The Terrorism Risk Insurance Act defines "act of terrorism" as any act that is certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the United States: 1. to be an act of terrorism; 2, to be a violent act or an act that is dangerous to human life, property or infrastructure; 1 to have resulted in damage within the United States, or outside of the United States in the case of an air carrier (as defined in section 40102 of title 49, United 17 States Code) or a United States flag vessel (or a vessel based principally in the United States, on which United States income tax is paid and whose insurance coverage is subject to regulation in the United States), or the premises of a United States mission; and 4. to have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. But, no act shall be certified by the Secretary as an act of terrorism if the act is committed as part of the course of a war declared by Congress (except for workers' compensation) or property and casualty insurance losses resulting from the act, in the aggregate, do not exceed $5,000,000. These disclosures are informational only and do not modify your bond or affect your rights under the bond. Copyright Zurich American Insurance Company 2003 surety terrorism disclosure notice • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC June 21, 2005 Hillcrest Contracting, Inc. 1467 Circle City Drive Corona, CA 92879 -1668 Subject: Jamboree Road /MacArthur Boulevard Intersection Improvements (C -3369) To Whom It May Concern: On May 10, 2005, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on May 17, 2005, Reference No. 2005000376529. The Surety for the contract is Fidelity and Deposit Company of Maryland, and the bond number is 08655272. Enclosed is the Labor & Materials Payment Bond. Sincerely, . o��hwu. ydi, AL.'A� LaVonne M. Harkless, MMC City Clerk cc: Public Works Department R. Gunther, P.E. encl. 3300 Newport Boulevard - Post Office Box 1768 • Newport Beach, Calffornia 92658 -8915 PREMIUM; INCLUDED IN EXECUTED IN FOUR COUNTERPARTS PERFORMANCE BOND CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREEE ROAD /MACARTHUR BOULEVARD INTERSECTION CONTRACT NO. 3369 BOND NO. 08655272 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to Hillcrest Contracting, Inc., hereinafter designated as the "Principal," a contract for construction of JAMBOREEE ROAD/MACARTHUR BOULEVARD INTERSECTION IMPROVEMENTS, Contract No. 3369 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3369 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We the undersigned Principal, and, FIDELITY AND DEPOSIT COMPANY OF MARYLAND duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as 'Surety") are held firmly bound unto the City of Newport Beach, in the sum of one million, four hundred forty thousand, nine hundred forty -four and 8D1100 Dollars ($1,440,944.80) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attomey's fee, to be fixed by the Court as required by the provisions of Section $250 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under-Section 3181 of the Caliifomia Civil Code so as to give aright of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in 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 6TH day of .TUNE , 2003. HILLCREST CONTRACTING, INC. (Principal) FIDELITY AND DEPOSIT COMPANY OF MARYLAND Name of Surety 225 S. LAKE AVE., SUITE 700 PASADENA, CA 91101 Address of Surety (626) 792 -2311 Telephone BY CHARLES L. FLAKE /ATTORNEY -IN -FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT State of California County of Riverside ON JUNE 10, 2003 before me, Michelle Santiago, Notary Public , personally appeared Glenn J. Salsbury, personally known to me, to be the ep rson whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person or entity upon behalf of which the person acted, executed the instrument. MICHELLE SANTIAGO Witne my hand and official seal 0 COMM. #1373488 NOTARY PUBLIC • CALIFORNIA / F RIVERSIDECOUNTY Mvcomm. EpvessaP T, zon6 Michelle SpKti go, Not4qPub lic OPTIONAL Though law does not require the information below, i y prove valuable to persons relying on the document and could prevent fraudulent removal of this form to another document. Description of Attached Document Title or type of Document: LABOR AND MATERIALS PAYMENT BOND Document Date: JUNE 6, 2003 Number of Pages: TWO Signer(s) Other Than Named Above FIDELITY AND DEPOSIT COMPANY OF MARYLAND Capacity(ies) Claimed by Signer Signer's Name: Glenn J. Salsbury ❑ Individual Ja Corporate Officer — Title(s): President ❑ Partner - ❑ Limited 0 General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: HILLCREST CONTRACTING, INC. 0 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF ORANGE On 6/6/03. before me, LEXIE SHERWOOD - NOTARY PUBLIC personally appeared known to me to be th, within instrument and same in his authorized instrument the person person acted, executed CHARLES L. FLAKE personally person whose name is subscribed to the acknowledged to me that he executed the capacity, and that by his signature on the or the entity upon behalf of which the the instrument. WITNESS my han and official seal. gature ef Notar Pub is VG A'•:', - -il- - ,i �; 0:. ,• -;� OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. DESCRIPTION OF ATTACHED DOCUMENT PAYMENT BOND TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES 2 DATE OF DOCUMENT 6/6/03 ❑ INDIVIDUAL ❑ PARTNER(S) ❑ OTHER: CAPACITY CLAIMED BY SIGNER ❑ CORPORATE OFFICER yrrrna ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) SIGNER IS REPRESENTING: FIDELITY AND DEPOSIT COMPANY OF MARYLAND NAME OF PERSON(S) OR ENTITY(S) 0- Release of Stop Notice o: City of Ncwpom Beach, 3300 Newport Blvd., Ncwport Bcach, CA 92663 nii 12 A 7 "1 R 3 You are hereby notified that the undersigned claimant releases that ccrV�[ap iJotirte -v C• Eph C! s'P Ri BEACH i 06/07/2004 in the amount of $ 3,829.51 m m against City orNewport Beach DVP al 5 N 711 ,ies Sent To: m w as owner or public body and Killcrest Contracting, ] 'Iiyor FA ��Umcil ❑ '''onager as prime contraclor in connection with the work of improvement known as At rrey _ r fmnhorec Road & NtacArt]uir Blvd. Improvements, Contract M3369, Newport Beach, CA A m in the city of Newport Bcaclr , County of Orange , State of a ifornia. o z D DmcC OGl28/2004 Name or Claimant: ➢ragg nvcstmcnt Co.. Inc. dba: Dram Cram Service, Inc. By: President VERIFICATION 1, the undersigned, state: I am the president orthe claimant named in the - foregoing Release; i have read said Release of Stop Notice and know tl e.contenl , thereof; and I certify that the same is true.. ofnty,own knowledge, - - I certify (or declare) ender penalty of perjury under the laws of the State of California that the foregoing is, true and correct. Executed on 0612812004 at Long Beach I m Stare of Califomia 6i N CD 0 D r v m *2 0 Unconditional Waiver and Release Upon Final Payment C ALIFOR \IA CI% IL CODE SECTION' 3262 (d)(4) The undersigned has been paid in full for all labor, services, equipment or material rurnished IO Hillcrest Contracting D11 the job of City of Newport Beach located it Jamboree Road & MacArthur Blvd. Improvements, Contract 1!3369, Newport Beach and does hereby waive and release any right to a mechanics' lien, stop notice, or any right against a labor and material bond ou the job, cseept for disputed claims for extra work in the amount of S 0.00 Dated_ 06128.i2004 Bragg Crane Service By d President NOTICE TO PERSONS SIGNING THIS WAIVER. THIS DOCUMENT WAIVES RIGHTS UNCONDITIONALLY AND STATES THAT YOU HAVE, BEEN PAID FOR GIVING UP THOSE, RIGHTS -THIS DOCUMENT "IS EN1i ORCEA$LE - AGAINST YOV IF =YOU SI GNJT, EVEN IF YOU HAVE NOT BEEN PAID. 'IF YOU HAVE NOT BEEN PAID, USE A CONDITIONAL RELEASE FORM. NOTE: CIVIL CODE 3262(d)(4) PRA\9t)BS: 9'1ere1hec1ainaa1'iSmg0red10 rsecvteanwivrrandm leasetaeschm+ge /M'. or in n+rler,m urdace prq•nlent a/; ufaivl pmw+em and fire c7tiiir,rua mrern ur the %wiv r7 iaa, in fact, hem paid rh_e fiwd - pgvmew. the waiver mrd irleuse,vball faflow•.evhslanrially lheforrui se�Jbr[h above. - - Stop Notice CALIFORNIA CIVIL CODE SECTION 3103 NOTICE TO: City of Newport Beach, 3300 CA 92663 u,V t q 2004 303LJGK'CRK' N WDn.r...E nJTYOF N7 (If Private Job -file with responsible officer or person at office or branch of construction lender administering the con- struction funds or with the owner - CIVIL CODE SECTIONS 3156 - 3175) (If Public Job - file with'offire'of" controller, auditor, or other public disbursing officer whose duty it is to make payments under provisions of the contract - CIVIL CODE SECTIONS 3179 - 3214) Prime Contractor: Sub Contractor: (If .Any): Ow nei or Public Body: City of Newport Beach Improvement known as Jamboree Road & Macarthur Blvd Improvements Contract #3369. Newport Beach County of Orange State of California. ,.,D,r�3gg._inves(tnent.cn.. Incda, ; „13rag LG,t;ane.,Sesvice; In�,,,� „�,,,___- _Claimant, a Corporation furnished certain labor. service, equipment or materials used in the above described work of improvement. The name of the person or company by whom claimant was employed or to whom claimant furnished labor, service, equipment, or materials is Hillcre t Contracting The kind of labor, service, equipment, or materials furnished or agreed to be furnished by claimant was: Provided Cranes. Equipment & Labor for Street Tmprovements as directed. Data Total value of labor, service, equipment, or materials agreed to be furnished ............... S 9.742.01 Pnpiec Sent To' Total value of labor, service, equipment, or materials actually furnished is .................. $ 9.74101 f1 Mayn,__r_r___________. Credit for materials returned. if any .............................. ............................... _ $ 0.00 Amount paid on account, if any ...................................... ............................... $ 5.912.50 r, .. Amount due after deducting all just credits and offsets... ............................... $ 3,829.51 ”' ° "'s'' ttorney A YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by you on the above dasdnbed pwiet x r_ satisfy claimant's demand in the amount of S3129.51 and in addition thereto sutras / coverry interest, court costs and reasonable costs of litigation, as provided by law. A bond (CIVIL CODE SECTION 3083) is not attached. (Bond required witITytop Notice served on construction lender on private jobs - bond not required on public jobs or on Stop Notice serve({ on owner on private jobs). Date: 06/07/2004 Name of Claimant: Bragg �Investment Co., Inc. dba: Bragg CraDg `Service, Inc. cmrrr: 7001 0360 0001 7922 2378 VERIFICATION L the undersigned, state: I am the Secretary/Treasurer of the claimant named in the foregoing Stop Notice; I have read said claim of Stop Notice and know the contents thereof, and I certify that the same is true of my own knowledge. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on 06/07/2004 at Long Beach S[ -/'w�_C� / REQUEST FOR NOTICE OF ELECTION (Private works Only) [fan election is made not to withhold funds pursuant to this Stop Notice by reason of a payment bond having been recorded in accordance with Sections 3235 or 3162, please send notice of such election and a copy of the bond within 30 days of such election in the enclosed preaddressed stamped envelope to the address of the claimant shown above. This information must be providedlD�nder Civil e Sections 3l or 3162. Signed: CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT X38/ W --­�Us� Agenda Item No. 5 May 10, 2005 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY FROM: Public Works Department R.Gunther, P.E. 949 - 644 -3311 rgunther@ city. newport - beach.ca.us HIM NAY i D ;,ph SUBJECT: JAMBOREE ROAD — MACARTHUR BOULEVARD INTERSECTION IMPROVEMENTS — COMPLETION AND ACCEPTANCE OF CONTRACT NO. 3369 RECOMMENDATIONS- 1 . Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the Labor and Materials bond 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. 4. Release the Faithful Performance Bond one year after Council acceptance. DISCUSSION: On June 24, 2003, the City Council authorized the award of the Jamboree Road - MacArthur Boulevard Intersection Improvements contract to Hillcrest Contracting. The contract provided for the widening of a portion of northbound MacArthur Boulevard between Jamboree Road and Fairchild Road, adding a second left -tum lane on MacArthur Boulevard at Jamboree Road for both directions, and a right -turn lane on northbound MacArthur Boulevard. To accommodate the roadway widening and traffic realignment, retaining walls, various utility relocations, PCC sidewalks, asphalt concrete pavement, traffic signal and street lighting, modifications were constructed. The southbound Jamboree Road right -turn lane and the adjacent traffic island at MacArthur Blvd was reconstructed to improve traffic flow. The existing curb -side bus stop along northbound MacArthur Boulevard in front of the Koll Center Newport was replaced with a new mid -block bus "turn -out' 0 0 SUBJECT: Jamboree Road - MacArthur Boulevard Intersection improvements - Completion And Acceptance of Contract No. 3359 May 10, 2005 Page 2 pocket. New landscaping, irrigation system, various drainage facilities, and pavement striping and markings were constructed throughout the work limits. This project was approved by the Orange County Transportation Authority for competitive Intersection improvement Program (IIP) funds under the Combined Transportation Funding Program. The IIP is funding $657,740.40 for the completed construction work. They will also be funding up to $87,600 for administrative, testing, and inspection services. In addition, since the improvements are within both the City of Newport Beach and the City of Irvine, the City of Irvine will reimburse the City of Newport Beach $733,533.94 for their portion of the contractor costs ($713,544.51 as their share of costs of the contract with Hilicrest, and $19,989.43 as part of Irvine's reimbursement to Newport Beach for Newport Beach's payment to IRWD for relocating a watermain within the City of Irvine. See attached letter from the City of Irvine). Irvine will also reimburse Newport Beach for 213 of the costs for administrative and construction services provided by the City of Newport Beach. The contract has now been completed to the satisfaction of the Public Works Department and the City of Irvine. A summary of the contract cost is as follows: Original bid amount: $1,440,944.80 Actual amount of bid items constructed: 1,483,668.50 Total amount of change orders: 119,263.98 Final contract cost: $1,602,932.48 The increase in the amount of actual bid items constructed over the original bid amount resulted from the need for additional deep lift asphalt concrete, 18 -inch diameter RCP storm drain, and concrete for the retaining wall footing. The overall construction cost including change orders was 11.2 percent over the original bid amount. The City Manager has given his written authorization to exceed the original contract by over 10% per the City Council Policy F -3. Nine Change Orders in the amount of $119,263.98 were issued for the project. They were numbered and described as follows: 1. In the amount of $9,010.53 providing for the removal of a tree at the retaining wall and potholing for relocation of a watermain. 2. In the amount of $7,856.26 providing for the removal of conflicting utilities and construction of a wall subdrain. 3. In the amount of $13,090.58 providing for additional concrete work for the revised right turn island at the northwest comer of the intersection, storm drain work, and traffic signal work. 4. In the amount of $7,519.31 providing for the addition of a new Myers cabinet and electrical service to the irrigation controller. 5. In the amount of $7,288.49 providing for additional work at watermain connections. SUBJECT: Jamboree Road — M• ur Boulevard Intersection Improvements - Completion And Acceptance of Contract No. 3369 May 10, 2005 Page 3 6. In the amount of $6,195.13 providing for storm drain modifications on CNS Line A -1. 7. In the amount of $5,034.00 providing for replacement of pavement markers, directional signs and additional groundcover required. 8. In the amount of $39,413.94 providing for additional over - excavation at the retaining wall and irrigation and myroporum groundcover behind the retaining wall. 8a. In the amount of $4,314.85 providing for a correction to CO8 for the additional over - excavation behind the retaining wall. 9. In the amount of $19,540.89 providing for removal of extra thick asphalt at the northwest corner of the intersection, additional electrical work, and other miscellaneous items. Environmental Review: The City of Irvine prepared the Initial Study and the Negative Declaration (without mitigation measures) document. No public comments were received. Funding Availability: Funds for the project were expended from the following accounts: Account Description Circulation and Transportation Contribution from City of Irvine Intersection Improvement Program Account Number Amount 7261- C5100584 $211,658.14 7251- C5100584 $733,533.94 7284- C5100584 $657,740.40 Total: $1,602,932.48 The original completion date was June 4, 2004. The project completion was extended to October 2004 due to change order work. The traffic signalization and traffic lanes were substantially complete in October 2004. The landscape maintenance period ended on January 15, 2005 when the City of Irvine accepted the landscaping on Irvine right of way. All work was completed by March 1, 2005, when as -built documents, CD's, and warranty and product brochures were delivered by the contractor. Since that time, staff has worked with the contractor to finalize costs and with the City of Irvine to finalize cost- sharing. Prepared by: Submitted by: R. Gunther, P. S�PorG_ um Construct ion Engineer 'Sublrector Attachment: City of Irvine Letter Dated April 19, 2005 �C� OF SAL �2 u � m City of Irvine, One Civic Center Plaza, P.O. Box '9575, Irvine, CaRorria 92623 -9575 (949 72,1-6000 April 19, 2005 R. Gunther Construction Engineer City of Newport Beach P.O. Box 1768 Newport Beach, CA 92658 -8915 SUBJECT: JA_NIBOREE ROAD / MACARTHUR BOULEVARD INTERSECTION IMPROVEMENT PROJECT — G-33L9 Dear Gunther: Thank you for your letter, dated April 7, 2005, explaining in detail, the additional excavation and irrigation activities and costs associated with this complex joint project. The City of Irvine appreciates the City of Newport Beach's efforts in leading he final design and construction phases of this project. After a careful review of the final cost sharing summary, dated March 16, 2005, as well as your recent letter and several telephone conversations explaining the additional excavation and irrigation costs, the City agrees with and approves the final cost sharing summary, as submitted on March 16, 2005. Per the final cost share summary, the City of Irvine is responsible for its share of project costs in the amount of $713,544.51, plus the reimbursement to Newport Beach for IRWD costs within the City of Irvine, in the amount of $19,989.43. If you have any questions, please feel free to call me at (949) 724 -6262. Sincerely, Sun -Sun T. Murillo, P.E. Senior Transportation Analyst C: Jon Toolson, Project Development Administrator Tim Kirkham, Right -of -Way Administrator Dave Mori, Project Development Administrator Eric Gruber, Senior Construction Inspector Bill Patapoff, City of Newport Beach Fong Tse, City of Newport Beach 6 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk MOO' Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Recorded in Official Records, Orange County Tom Daly, Clerk- Recorder IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIiIIIIIIIIIIIIIIIIIIIIIIIIIIIIIINO FEE 2005000316529 0810am 05/11/05 1174BN12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 "Exempt from recor in ees pursuant to Government Code ection 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Hillcrest Contracting of Corona, California, as Contractor, entered into a Contract on June 24, 2003. Said Contract set forth certain improvements, as follows: Jamboree Road – MacArthur Boulevard Intersection Improvements (C -3369) Work on said Contract was completed on March 1. 2005, and was found to be acceptable on May 10, 2005, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Fidelity and Deposit Company of f Maryland. Executed on �N�"1 /-2, at Newport Beach, California. BY fDyCity Clerk o� m� 4�roRM.r I� I -„ r_ T �m ¢ r = ic.W rks Director _ ; City,of ewport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on �N�"1 /-2, at Newport Beach, California. BY fDyCity Clerk o� m� 4�roRM.r I� I -„ 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harldess, MMC May 11, 2005 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion (C -3369) Please record the enclosed document and return it to the City Clerk's Office. Thank you. Sincerely, c. LaVonne ess, MMC City Clerk Enclosure 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 - www.city.newport- beach.ca.us 0 0 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 " xempt from recordin es pursuant to Government Code�ection 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Hillcrest Contracting of Corona, California, as Contractor, entered into a Contract on June 24, 2003. Said Contract set forth certain improvements, as follows: Jamboree Road – MacArthur Boulevard Intersection Improvements (C -3369) Work on said Contract was completed on March 1. 2005, and was found to be acceptable on May 10 2005, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Fidelity and Deposit Company of Maryland. VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. , ,( ,'I' Executed on t— , � at Newport Beach, California. BY <N0 OyCity Clerk ^T;J o m� 0 0 CITY OF NEWPORT BEACH CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA 92658 -8915 until 11:00 a.m. on the 14th day of May 2003, at which time such bids shall be opened and read for JAMBOREE ROAD /MACARTHUR BOULEVARD INTERSECTION IMPROVEMENTS Title of Project Contract No. 3369 $ 1,540,000 Engineer's Estimate tephen G. Badum blic Works Director RICK KREUZER \� r No. 42407 �Exp. 3 -31 -04 /* �0\11 `16;��\a��srl AP or c Prospective bidders may obtain one set of bid documents for $ 65.00 at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663 Contractor License Classification(s) required for this project. A For further information, call Fona Tse, Project Manager at (949) 644 -3340 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREEE ROAD /MACARTHUR BOULEVARD INTERSECTION CONTRACT NO. 3369 TABLE OF CONTENTS NOTICE INVITING BIDS .......................................................... ............................... Cover INSTRUCTIONS TO BIDDERS ........................................................ ..............................3 BIDDER'S BOND ............................................................................... ..............................5 DESIGNATION OF SUBCONTRACTOR( S) ...................................... ..............................6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................7 NON - COLLUSION AFFIDAVIT ......................................................... .............................11 DESIGNATION OF SURETIES ........................................................ .............................12 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL.. 13 ACKNOWLEDGEMENT OF ADDENDA ........................................... .............................15 INFORMATON REQUIRED OF BIDDER ......................................... .............................16 NOTICE TO SUCCESSFUL BIDDER .............................................. .............................19 CONTRACT..................................................................................... .............................20 LABOR AND MATERIALS BOND .................................................... .............................26 FAITHFUL PERFORMANCE BOND ................................................ .............................28 PROPOSAL................................................................................ ............................... PRA SPECIAL PROVISIONS ................................................................. ...........................SP -1 E 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREEE ROAD /MACARTHUR BOULEVARD INTERSECTION CONTRACT NO. 3369 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10 percent 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. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. 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 successful bidder's security shall be held until the Contract is executed. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. 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. 7. 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 0 securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. 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 by calling the prevailing wage hotline number (415) 703 -4774, and requesting one from the Department of Industrial Relations. 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). 9. 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 ". 10. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. The signature below represents that the above has been reviewed. 471664 A Contractor's License No. & Classification HILLCREST CONTRACTING, INC. Bidder Authorized Signature/Title GLENN J. SALSBURY, PRESIDENT May 12, 2003 Date .y • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. 3369 BIDDER'S BOND BOND #08560235 PREMIUM NIL We, the undersigned Principal and Surety, our successors and assigns`, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of TEN PERCENT OF AMOUNT BID Dollars ($ 10% ), to be paid and forfeited to the City of Newport Beach 9 the bid proposal of the undersigned Principal for the construction of JAMBOREEE ROAD /MACARTHUR BOULEVARD INTERSECTION IMPROVEMENTS, Contract No. 3369 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of `Notification of Award", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 29TH day of HILLCREST CONTRACTING, INC. Name of Contractor (Principal) FIDELITY AND DEPOSIT COMPANY OF MARYLAND Name of Surety APRIL , 2003. Authorized Signatureffitle GLENN J. S SBU Y, - E/htESIDENT , ^J, �u� Authorized Agent Signature 225 S. LAKE AVE, SUITE 700 PASADENA, CA 91101 DAVID L. CULBERTSON /ATTORNEY -IN -FACT Address of Surety Print Name and Title (626)792 -2311 Telephone (Notary acknowledgment of Principal & Surety must be attached) 5 0 • CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT State of California County of Riverside ON May 12, 2003 before me, Alice M. English, Notary Public—, personally appeared Glenn J. Salsbury, personally known tome, to be the ep rson whose name is subscribed to the within instrument and acknowledged tome that he executed the same in his authorized capacity, and that by his signature on the instrument the person or entity upon behalf of which the person acted, executed the instrument. IOOONOOOOpONO000004NO004NONONONON Witness my hand and official seal Z ALICE M. ENGLISH D .-. COMM LI 1278129 W NOTARY PUBLIC - CALIFOgNIA m i D ORANGECOUNTY y My Commission Expires Oct 21, 2004 a Alice M. Englishhota ubIic �9000000000aaa 00a0000000000009NON0�0� OPTIONAL Though law does not require the information below, it may prove valuable to persons relying on the document and could prevent fraudulent removal of this form to another document. Description of Attached Document Title or type of Document: BIDDER'S BOND Document Date: Apd 29, 2003 Number of Pages: ONE Signer(s) Other Than Named Above Fidelity and Deposit Company of Maryland Capacity(ies) Claimed by Signer Signer's Name: Glenn J. Salsbury ❑ Individual Ja Corporate Officer – Title(s): President ❑ Partner - Limited General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: HILLCREST CONTRACTING, INC. CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF ORANGE On 4/29/03 before me, LEXIE SHERWOOD - NOTARY PUBLIC personally appeared _ known to me to be th, within instrument and same in his authorized instrument the person person acted, executed DAVID L. CULBERTSON personally s person whose name is subscribed to the acknowledged to me that he executed the capacity, and that by his signature on the or the entity upon behalf of which the the instrument. WITNESS my hand and official seal. 1 -� L�ll� /!/,q�� �( �r;!•). �_F. 1;,' A_*T '` � -Vy` � -r ' COMM. 1331300 NOTARY PUBUGCALiFOR NU0 O Si Y4L �� i i ORANGE COUNTY a u e of d otary Public COM�,M. EXP. JULY 27, 2005- OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. DESCRIPTION OF ATTACHED DOCUMENT BID BOND TITLE OR TYPE OF DOCU24ENT NUMBER OF PAGES ❑ INDIVIDUAL ❑ PARTNER(S) ❑ OTHER: 1 DATE OF DOCUlfEWT 4/29/03 CAPACITY CLAIMED BY SIGNER ❑ CORPORATE OFFICER ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) SIGNER IS REPRESENTING: FIDELITY AND DEPOSIT COMPANY OF MARYLAND NAME OF PERSONIS) OR ENTITY(S) 0 0 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND MOMS OFFKE. aALTagaE. W KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by C. M. PECOTt JR. Vice - President, and C. W. ROBBINS , Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -IAws of said Company, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, does hereby nominate, constitute and appoint David L. Culbertson of An?eim, Cal j4.Qrnia ...................... — its true and lawful agent and Attorney -in -Fact, to make, axe" and d `f0, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings..,(i„ ......0 ... ............................... And the execution of such bonds or undertakings i moeiof eeute, shall be as binding upon said Company, as fully and amply, to all intents and purposes, as if th n d uted and acknowledged by the regularly elected officers of the Company at its office in Baltimore, Md., ' own ppa�e ns.This power of attorney revokes that issued on behalf of David L. ertsomated, February 13, 1981. The said Assistant Secretary does here that th set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -Laws of said Co and is 7orce. IN WITNESS WHEREOF, the sa' resident esistant Secretary have hereunto subscribed their names ana affixed the Corporate Seal h the said FIDE D DE OMPANY OF MARYLAND, this 15th day of ALLQOSC , A.D. I(�° _ FIDELrrY �DQEP�OSIT COMPANY OF MARYLAND ATTEST: SEAL � _.v.'?.= ,'':�°` _"`4......... BY_........—•- - -.�.� ___.._ A Secretary Vice-president STATE OF MARYLAND CITY of BALTmORE } as: On this 15th day of August , A.D. 1990 , before the subscriber, a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above -named Vice- President and Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and directs of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of Baltimore, the day and year first above written. ' Notary Public Commiesi ires August 1 , 1992 CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice- President who executed the said Power of Attorney was one of the additional Vice - Presidents specially authorized by the Board of Directors to appoint my Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16h day of July, 1969. RESOLVED: "That the facsimile or mechanically reproduced signature of my Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of my power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 29TH day of APRIL , 2003, 012 -4150 pf �0 1 Q� Assistant Secretary • • EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice- President, or any of the Senior Vice - Presidents or Vice- Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shat] have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice- Presidents, Assistant Vice - Presidents and Attomeys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages, ... and to affix the seal of the Company thereto." i 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREEE ROAD /MACARTHUR BOULEVARD INTERSECTION IMPROVEMENTS CONTRACT NO. 3369 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he /she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed) Subcontractor's Information Bid Item Description of Work % of Number Total Bid �',(, Name %ZZee Sy­-Ice / , n Address: a4/a5N, fi / OZ,t f-, CA, Phone: 7N 7p 003 State License Number: 32D i $3 Name' SCtl / //�4.�Cc�UC�e' P Address: i/l %3.4 K�eS-t C057/4 1V6T 1Cq Phone: 7 /1y v �a s 3 State License Number. 4j630g2 me: L ,R, /5/ /55 Address: F S �.ny� s Inc d Ph ne. E96-9($ -377( 7a5�io State License umber: HILLCREST CONTRACTING, INC. Bidder Authorized Signature/Title GLENN J. SALSBURY, PRESIDENT 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREEE ROAD /MACARTHUR BOULEVARD INTERSECTION CONTRACT NO. 3369 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he /she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed) Subcontractor's Information Bid Item Description of Work %of Number Total Bid Name: 1-4 axt Address: 3¢3,6 '2 ` 9 �7A(�eA17 l Phone: 3 State License Number. 5 Name: / Address: • / 67-'60 )_AAC(CCIe' -1. -A�PJn k- 1/00 bq - 70 Phone: 1' State License Number: g6 Name, a� �% )���� /A/LY( W'i4 /1S //`// A /kIde4111 3,2 35-36 pp 7 -3 PhoneCi�/�vi�'L "Liic er: State nseNumt HILLCREST CONTRACTING, INC. MI PRESIDENT Authorized Signature/Title GLENN J. SALSBURY CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREEE ROAD /MACARTHUR BOULEVARD INTERSECTION CONTRACT NO. 3369 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he /she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed) Subcontractor's Information Bid Item Description of Work %of Number Total Bid Name: ����K�✓"�IZRfL�J(�A� Address: B i�9aa le��n>?i�l�A�v rya Phone: _ p tip{ —33� 3 State License Number: 3 7 %g Name: 5AvA >4 562-31 Address: /( // i2'htit6D CA Phone: 9ti91j 020, State License Number. Name: / , b3 �����/ Address: X3_60 Fa IZ4 iCci. Phone: State License Number: 3 71 600 HILLCREST CONTRACTING, INC. PRESIDENT Bidder Authorized Signaturelritle GLENN J. SALSBURY 9 9 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREEE ROAD /MACARTHUR BOULEVARD INTERSECTION CONTRACT NO. 3369 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidders Name HILLCREST CONTRACTING, INC. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON - RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $15,000, provide the following information: No. 1 Project Name /Number SEE ATTACHED Project Description Approximate Construction Dates: From T Agency Name Contact Person Telephone ( Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) OWNER INITIATED CHANGES Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No. 2 Project Name /Number Project Description 0 0 SEE ATTACHED Approximate Construction Dates: From Agency Name Contact Person Telephone ( Original Contract Amount $ Final Contract Amount If final amount is different from original, please explain (change orders, extra work, etc.) OWNER INITIATED CHANGES Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. NO No. 3 Project Name /Number SEE ATTACHED Project Description Approximate Construction Dates: From Agency Name Contact Person To: Telephone ( Original Contract Amount $ Final Contract Amount If final amount is different from original, please explain (change orders, extra work, etc.) ONWER INITIATED EXTRA WORK Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. NO No. 4 Project Name /Number Project Description 9 0 SEE ATTACHED Approximate Construction Dates: From To: Agency Name Contact Person Telephone Original Contract Amount $ Final Contract Amount $_ If final amount is different from original, please explain (change orders, extra work, etc.) ONWER INITIATED EXTRA WORK Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. NO No. 5 Project Name /Number SEE ATTACHED Project Description Approximate Construction Dates: From Agency Name To: Contact Person Telephone Original Contract Amount $ Final Contract Amount $! If final amount is different from original, please explain (change orders, extra work, etc.) ADDITIONS 6 CHANGES MADE BY AGENCY Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. NO L No. 6 Project Name /Number Project Description SEE ATTACHED Approximate Construction Dates: From Agency Name Contact Person Telephone ( Original Contract Amount $ Final Contract Amount 40 If final amount is different from original, please explain (change orders, extra work, etc.) OWNER INITIATED CHANGES Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. SEE ATTACHED Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. HILLCREST CONTRACTING, INC. Bidder Authorized Signature/Title GLENN J. SALSBURY, PRESIDENT 10 Experience in Work of Similar Complexity and Scale to this Project 1). Project Name/Number: Railroad Grade Crossings — 01 -02 Project Description: Street Widening at 7 Separate Grade Crossings Approximate Construction Data: 03/21/01 — 08/28/01 Agency Name: Alameda Corridor East Contact Person: Lou Cluster Telephone: 626/962 -9292 Original Contract Amount: $507,913 Final Contract Amount: $586,007 2). Project Name/Number: Emerson Street & Garden Grove Boulevard Project Description: Street Widening, Concrete Alleys, and Landscaped Medians Approximate Construction Data: 10/25/01— 03/08/02 Agency Name: City of Garden Grove Contact Person: Navin Maru Telephone: 714/741 -5180 Original Contract Amount: $383,772 Final Contract Amount: $397,788 3). Project Name/Number: Fontana Auto Mall Street Improvements Project Description: Street Widening, Signals, Utility Conduit, and Storm Drain Approximate Construction Data: 10/06/2000 — 03115101 Agency Name: City of Fontana Contact Person: Meredith Kupterman Telephone: 909/873 -9660 Original Contract Amount: $1,024,913 Final Contract Amount: $1,3782,244 0 9 4). Project Name/Number: Public Infrastructure Improvements — Phase II Project Description: New Infrastructure including Storm Drain, Sewer, water, Electric, Utility Conduit Concrete & Paving Approximate Construction Data: 08/08/2000 — 04/30/2001 Agency Name: Contact Person: Riverside County Redevelopment Agency Colby Cataldi Original Contract Amount: $783,248 Telephone: 909/955 -11512 Final Contract Amount: $838,918 5). Project Name/Number: Metrolink Depot Enhancements & "A" Street Project Description: Street, Storm Drain & Sewer Improvements Including Restoration of the Upland Depot Approximate Construction Data: 10 /01 /01— 04/30/02 Agency Name: City of Upland Contact Person: Mike Thornton Telephone: 909/931 -4118 Original Contract Amount: $1,097,741 Final Contract Amount: $1,400,000 6). Project Name/Number: Wilken Way & Oertley Drive Project Description: Street, Sewer, and Water Improvements Approximate Construction Data: 09/08/2000 — 12/12/2000 Agency Name: Contact Person: City of Anaheim Dave Nelson Telephone: 714/765 -5126 Original Contract Amount: $622,912 Final Contract Amount: $596,188 � s CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREEE ROAD /MACARTHUR BOULEVARD INTERSECTION IMPROVEMENTS CONTRACT NO. 3369 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of Rivers idf GLENN J. SALSBURY being first duly swom, deposes and says that he or Owis PRESIDENT of HILLCREST CONTR. , INC., the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sharp bid. I declare under penalty of perjury of. the laws of the State of California that the foregoing is true anHILLCREST CONTRACTING, INC. Bidder Authorized Signature/Title GLENN J. SALSBURY, PRESIDENT Subscribed and sworn to before me this 12th Notary ublic Alice M. English, Notary Public My Commission Expires: 10/21/04 11 day of May , 2003. [SEAL] g eeeaaa asaaeeseeeseeeeseeseaeaeaeaaae >a>a ALICE,- D1. ENGLISH r COMM # 1278129 D NOTARY PUBLIC- CALIFORNIA M Q ORANGE COUNTY i Ma Cmmm¢sicu bpi)cs OCI. 21, 2004 Oea00eea O�iJ is i0eiry.. it. a..) e.A- >040aa300e9aa0a0 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREEE ROAD /MACARTHUR BOULEVARD INTERSECTION IMPROVEMENTS CONTRACT NO. 3369 DESIGNATION OF SURETIES Bidders name HILLCREST CONTRACTING, INC. Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance /bond type): INSURANCE: Carter Salisbury Insurance Company Fair Oaks Avenue, #b South Pasadena, CA 91030 626/799 -9557 INSURANCE: Dodge, Warren & Peters Insuranre Spry-ice 765 The City Drive, Suite 300 Orange, CA 92868 714/748 -0464 BONDING: Fidelity and Deposit Company of Maryland 225 S. Lake Avenue, #700 Pasadena, CA 91101 626/792 -2311 BONDING AGENT: Culbertson Insurance Service 5500 E. Santa Ana Canyon Road Anaheim, CA 92807 714/921 -0530 12 0 Thomas Hewitt 0 1467 Circle City Drive, Corona, CA 92879 -1668 Phone 909/273 -9600, Fax 909/273 -9608 Over 30 years experience in highway construction and site development. examples, Managed all aspects of construction on multiple projects encompassing everything from minor to multi - million dollar public works and private contracts. Responsibilities included (but not limited to): knowledge and interpretation of contract documents, specifications and plans; quality control management; scheduling projects; supervising Forman; coordinating personnel, equipment, materials, and subcontractors; managing and controlling job costs; negotiating change orders; acting as company liaison with all controlling agencies and owners; coordinating an indefinite number of projects simultaneously, each operating with multiple crews and subcontractors. Currently certified in Hazardous Waste /Health and Safety Training, Cal -OSHS Trenching and Excavation Standards of California (Competent Person), CPR and First Aid. -• Superintendent, Hillcrest Contracting, Inc., Corona, CA Feb. 1995 to Present General Superintenden4 Sully - Miller Contr. Co., Anaheim, CA Jan. 1993 to Feb. 1995 General Superintendent, Griffith Company, Santa Ana, CA July 1976 to Dec. 1992 Project Foreman, Sully - Miller Contracting Co., Orange, CA 1965 to July 1976 Truck Driver -Prime Mover, Warren Southwest, Duarte, CA 1963 to 1965 Truck Driver, D.F.H. Trucking, El Monte, CA 1961 to 1963 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREEE ROAD /MACARTHUR BOULEVARD INTERSECTION CONTRACT NO. 3369 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidders Name HILLCREST CONTRACTING, INC. Record Last Five (5) Full Years SEE ATTACHED Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary— Occupational Injuries and Illnesses, OSHA No. 102. 13 Current Record Record Record Record Record Year of for for for for for Record 2002 2001 2000 1999 1998 Total 2003 No. of contracts Total dollar Amount of Contracts (in Thousands of $ No. of fatalities No. of lost Workday Cases No. of lost workday cases involving permanent transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary— Occupational Injuries and Illnesses, OSHA No. 102. 13 0 0 / � ƒ \ / f Q $ u % § 2 Q / / Q § \/ cc rr rr It oo }} && 2 \ R / 0 « ® © f & }m §} Rm & . ON 00 00 cc 20 r oc gg r- r- 00 00 § /\ %% Cj N §§ co m �'t \\ /� /4 00 m w rq c c > }2 « \ \ 2 2 _ 2 { ® \ > ) IOU 'E ) » ] )\ 2e «\ 2 \ J ƒ�) j / ) u 7 \ \ \ }. - ® g33 . 4l 23 )w ) /a±aw%)e © ®�etaaaat /_Jm�_a.��. �..�3)..§ \§= ®cam° _§( 53«§5) ± §) =o \] ±'; ° #=:§=± \\§))5 \§}55)`) o� \��55 -.:e &zj®zukxu2.%zu2z=zua�au /2zu / /zu / � ƒ \ / f Q $ u % § 2 Q / / Q 11 Legal Business Name of Bidder Business Address: Business Tel. No.: State Contractor's License No. and Classification: 0 HILLCREST CONTRACTING, INC. 1467 Circle City Drive, Corona,CA 92879 909/273 -9600 471664 A Title GENERAL ENGINEERING CONTRACTOR The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder GLENN J. SALSBURY Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title May 12, 2003 PRESIDENT VICE PRESIDENT /SECRETARY If bidder is an individual, name and signature of individual must be provided, and, if he is doing business under a fictitious name, the fictitious name must be set forth. If bidder is a partnership or joint venture, legal name of partnership /joint venture must be provided, followed by signatures of all of the partners /joint ventures or of fewer than all of the partners /joint ventures if submitted with evidence of authority to act on behalf of the partnership /joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by notarized signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal. Signatures of partners, join venturers, or corporation officers must be acknowledged before a Notary Public, who must certify that such partners /joint venturers, or officers are known to him or her to be such, and, in the case of a corporation, that such corporation executed the instrument pursuant to its bylaws or a resolution of its Board of Directors. 14 • i CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT State of California County of Riverside On May 12, 2003 before me, Alice M. English, Notary Public, personally appeared Glenn J. Salsbury and Einer G. Lindholm personally known to me, to be the ern sons whose names are subscribed to the within instrument and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument the erg sons or entity upon behalf of which the persons acted, executed the instrument. Witness my hand and official seal . .O n . It 90009 9> 490999094940P >0000404900949090�99q LJ Y ALICE M. ENGLISH m AI ce M. En II COMM # 1278129 g 'sh, Nota ublic NOTARY PUBLIC - CALIFORNIA W ORANGE COUNT/ Q My Commission Expires Oct. 21, 2004 09N990409909 >g40n00040C9 ?0 >4099090949 >9> OPTIONAL Though law does not require the information below, it may prove valuable to persons relying on the document and could prevent fraudulent removal of this form to another document. Description of Attached Document Title or type of Document- CORPORATE ACKNOWLEDGEMENT Document Date: May 12. 2003 NO. of Pages: ONE Signer(s) Other Than Named Above NONE Capacity(ies) Claimed by Signer Signer's Name: GLENN J. SALSBURY & EINER G. LINDHOLM ❑ Individual Sk Corporate Officer— Title(s): President & Vice President/Secr. ❑ Partner - Limited General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: HILLCREST CONTRACTING COMPANY, INC. i • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREEE ROAD /MACARTHUR BOULEVARD INTERSECTION IMPROVEMENTS CONTRACT NO. 3369 ACKNOWLEDGEMENT OF ADDENDA Bidders name HILLCREST CONTRACTING, INC. The bidder shall signify receipt of all Addenda here, if any: Addendum No. Date Received Signature 15 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREEE ROAD /MACARTHUR BOULEVARD INTERSECTION IMPROVEMENTS CONTRACT NO. 3369 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: Business HILLCREST CONTRACTING, INC. 1467 Circle City Drive, Corona, CA 92879 -1668 Telephone and Fax Number: 909 /273 -9600 FAX 909/273 -9608 California State Contractor's License No. and Class: 471664 A (REQUIRED AT TIME OF AWARD) Original Date Issued: 02/26/85 Expiration Date: 04/30 /2005 List the name and title /position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: Jerry Blair, Chief Estimator The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone GLENN J. SALSBURY, PRESIDENT 1467 Circle City Drive 909/273 -9600 Corona, CA 92879 -1668 EINER G. LINDHOLM, VICE PRES. /SECRE. (SAME AS ABOVE) Corporation organized under the laws of the State of CALIFORNIA 16 0 0 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: NONE All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: NONE For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; NONE Briefly summarize the parties' claims and defenses; Have you ever had a contract terminated by the owner /agency? If so, explain. NO Have you ever failed to complete a project? If so, explain. For any projects you have been ,involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.) ?Yes / No Are any claims or actions unresolved or outstanding? Yes / No 17 0 0 If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non - responsive. HILLCREST CONTRACTING, INC. Bidder GLENN J. SALSBURY (Print name of Owner or President of Corporation /C any) PRESIDENT Authorized Signature/Title PRESIDENT Title May 12, 2003 Date Subscribed and swom to before me this 12th 18 day of [SEAL] 2003. JURAT State of California County of Riverside Subscribed and sworn to (or affirmed) before me this 12w of May, 2003 by GLENN J. SALSBURY neecc... enneeeeeeeeeneee +eaa•.e. +•.e:.; •. .._. .> ALICE N1. ENGLISH Alice M. En lish, Not Public COMM # 1278129 D g W NOTARY PI)BUG- GAUFORMA p Q ORANGE COUNTY My 21,2004 s+ saneoneneeeeeenno-necannona :eoeeeereaeo OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal of this form to another document. Description of Attached Document Title or type of Document: Information Required by Bidder Document Date: May 12, 2003 Number of Pages: One Signer(s) Other Than Named Above None CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREEE ROAD /MACARTHUR BOULEVARD INTERSECTION IMPROVEMENTS CONTRACT NO. 3369 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 shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property- Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 19 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT E JAMBOREEE ROAD /MACARTHUR BOULEVARD INTERSECTION IMPROVEMENTS CONTRACT NO. 3369 CONTRACT THIS AGREEMENT, entered into this _ day of , 2003, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Hillcrest Contracting, Inc., hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: JAMBOREEE ROAD /MACARTHUR BOULEVARD INTERSECTION IMPROVEMENTS Project Description 3369 Contract No. WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, City and Contractor agree as follows: A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non - Collusion Affidavit, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, General Conditions, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 3369, Standard Specifications for Public Works Construction (current adopted edition and all supplements) and this Agreement, and all modifications and amendments thereto (collectively the "Contract Documents "). The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. B. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project: All of the work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 20 0 0 C. COMPENSATION As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of one million four hundred forty thousand, nine hundred forty-four and 80/100 Dollars ($1,440,944.80). This compensation includes: (1) Any loss or damage arising from the nature of the work, (2) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (3) Any expense incurred as a result of any suspension or discontinuance of the work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. E. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to City, addressed as follows: CITY City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Fong Tse (949) 644 -3340 F. LABOR CODE 3700 LIABILITY INSURANCE hereby certifies: CONTRACTOR Hillcrest Contracting, Inc. 1467 Circle City Drive Corona, CA 92879 -1668 909 - 273 -9600 909 - 273 -9608 Fax Contractor, by executing this Contract, "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or undertake self - insurance in accordance with the provisions of the Code, and I will comply with such provisions before commencing the performance of the work of this Contract." G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less than A:VII and insurers must be a California Admitted Insurance Company. Contractor shall furnish City with original certificates of insurance and with original endorsements effecting coverage required by this Contract. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that 21 0 0 insurer to bind coverage on its behalf. All certificates and endorsements are to be received and approved by City before work commences. City reserves the right to require complete, certified copies of all required insurance policies, at any time. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. 1. Minimum Scope of Insurance Coverage shall be at least as broad as: a) Insurance Services Office Commercial General Liability coverage "occurrence" form number CG 0002 (Edition 11/85) or Insurance Services Office form number GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. b) Insurance Services Office Business Auto Coverage form number CA 0002 0287 covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288 Changes in Business Auto and Truckers Coverage forms - Insured Contract. c) Workers' Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. 2. Minimum Limits of Insurance Coverage limits shall be no less than: a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily injury and property damage. c) Workers' Compensation and Employers Liability: Workers' compensation limits as required by the Labor Code of the State of California and Employers Liability. 3. Deductibles and Self- Insured Retentions Any deductibles or self- insured retentions must be declared to and approved by City. At the option of City, either: the insurer shall reduce or eliminate such deductibles or self- insured retentions as respects City, its officers, officials, employees and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. 22 0 4. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages City, its officers, agents, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees or volunteers. ii. Contractor's insurance coverage shall be primary insurance and /or primary source of recovery as respects City, its officers, officials, employees and volunteers. Any insurance or self- insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, agents, officials, employees and volunteers. iv. Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. v. The insurance afforded by the policy for contractual liability shall include liability assumed by contractor under the indemnification /hold harmless provision contained in this Contract. b) Workers' Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against City, its officers, agents, officials, employees and volunteers for losses arising from work performed by Contractor for City. c) All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, rescinded by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to City. All of the executed documents referenced in this contract must be returned within ten (10) working days after,the date on the "Notification of Award," so that the City may review and approve all insurance and bonds documentation. 5. Acts of God Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the repairing and restoring damage to Work, when damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract amount provided that the Work damaged is built in accordance with the plans and specifications. 23 0 0 6. Right to Stop Work for Non - Compliance City shall have the right to direct the Contractor to stop work under this Agreement and /or withhold any payment(s), which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. H. RESPONSIBILITY FOR DAMAGES OR INJURY City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. 3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractor's subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify City from the sole negligence or willful misconduct of City, its officers or employees. 4. To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 5. Nothing in this article, nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for in H.3, above. 6. The rights and obligations set forth in this Article shall survive the termination of this Contract. I. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents, J. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. 24 K. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above. ATTEST: nrl071 CITY OF NEWPORT BEACH A IV 0� IA ..� • S �A -CV K• � ORN`P 6 tw�I CITY CLERK VVV - y APPROVED AS TO R HILLCREST CONTRACTING, INC. By. CITY ATTORNEY - Authorized Signature and Tittle_ Glenn J. Salsbury- President 25 I IIAI 10 9M9 11. AL AAA 1) III D e...,, I,1 D.,,,.., -� n:,; �;,.� MT\ 9 1' L D 9 u V I, I/• L V V J� 1 • V VII„ u. u p r r i u i i i v p, u.i. v• i r i .... „ v. L 1 I V L ACORD CERTIFICA F LIABILITY INSURA OP ID C GATE (M MDD TTYT) H L400C 06/19/03 PRODUCER THIS CERTIFICATE SUED AS A MATTER OF INFORMATION Dodge Warren Peters - ORANGE ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Lic. #0543895 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 765 The City Drive, Suite #300 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, UNITS Orange CA 92868- Phone.-714-748-0464 PaxL714- 748 -0474 INSURERS AFFORDING COVERAGE NAIC iI INSURED INSURERA: Starnet Ins CO $1,000,000 INSURER B; X 8illcrest Contracting Inc. Attnl Gabi INSURER C: 01/31/03 INSURER D: PREMISES Ea=mmnce 1467 Circle City Dr. Corona CA 92879 SU INRER E: $10,000 COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID O AMS. LTR �10 L NBRE TYPE OF INSURANCE POLICY NIB$BFR miuvr�pmllvt DATE N �IuuT OJITE(MUMMMIMN UNITS GENERAL LwBIUTY EACH OCCURRENCE $1,000,000 A X X COMMERCIAL GENERALLNBILTTY CLAIMS MADE X7 OCCUR CPP037404 01/31/03 01/31/04 PREMISES Ea=mmnce s300 000 MEO EXP (Any One Pcrsw) $10,000 X CGL0001 07/90 enMaaX commam n /maw PERSONAL d ADV INJURY 51,000,000 X $3,000 PD Dad /occ FORK PD /XCU GENERAL AGGREGATE s2,000,000 OWL AGGREGATE LIMIT APPLIES PER PRODUCTS - COMPJOP AGO $2,000,000 X PP CT JECT LOC AUTOMOBILE LIABILITY ANY AUTO COMBINED SINOLE LIMB (Ea aWdenU S BODILY INJURY (PTr Parson) $ ALL OWNED AUTOS SCHEWLED AUTOS HIREDAUTOS N0"WNED AUTOS �� INSVstQpl1 BODILY INJURY (Pa ePddenp $ rr DAMAGE (Per dent) $ E GARAGE LIABILITY ONLY• FA ACCIDENT S OTHERTIAN EA ACC S ANYAUTO $ AUTO ONLY: AGO EXCESS/1MDRMLA LIABILITY EACH OCCURRENCE S OCCUR FI CAiNS MADE AGGREGATE S S $ DEDUCTIBLE S RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' UABIUTY ANY PROPRIETOWPARTNEWEXECUTIVE TOflY LMTT9 Efl E.L. EACH ACCIDENT $ E.L DISEASE- EA EMIPLOYFE S OFFICER/MEMBER EXCLUDED? It yC3, AL PROVISIONS SPECIAL PROVISIONS lxlpw E.1, DISEASE -PpuCV LIMB $ OTHER DESCRIPTION OF OPERATIONS I LOCATIONS VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS *'10 days notice of cancellation for non - payment of premium.Rs- Jamboree Road /Nacarthur Blvd. Intersection improvements Contract No. 3369.City of Newport Beach, its Officers, agents, officials, employees and volunteers are named as Primary additional insureds per attached endorsement L -3471 12/02. XXX REPLACES CERT DATED 6/18/03 CERTIFICATE HOLDER CANCELLATION CTYNEW? SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Newport Beach DATE THEREOF, THE ISSUING INSURER WILL EMAIL +30 OAYSw;Brmm Public Works Dept. Fong Tee NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 3300 Newport Beach Blvd. Newport Beach CA 92663 AUTHORIZED R Paul A. ACORD 25 (2001/05) - r l - � v - DACORD CORPORATION 1939 JUN. 19. 2003 11; 07AM D. W. P. • POLICY NUMBER: CPP037404 Special Programs Division N0. 2116 P. 3 0 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: City of Newport Beach, its officers, agents, officials, employees and volunteers Re: Jamboree Road/MacArthur Blvd. Intersection Improvements- Contract No. 3369 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement) WHO IS AN INSURED (Section 11) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. "It is agreed that such insurance as is afforded by this policy for the benefit of the additional insured shown shall be primary insurance, and any other insurance maintained by the additional insured(s) shall be excess and non - contributory, but only as respects any claim, loss or liability arising out of the operations if claim, loss or liability is determined to be the negligence or responsibilit. L-3471 12/02 Page 1 of 1 ❑ IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. AGORD 25s (2001198) 2 of 3 #S29930/M28874 DESAIPTIONS (Continued from Me 1) 1 AUTO SECTION, WAIVER OF RIGHTS OF RECOVERY FORM ALSO ATTACHED, OUR POLICY IS PRIMARY PER CNA COMPANY FORMS. AMS 25.3 (2001108) 3 0t3 • POLICY NUMBER: CPP037404 0 COMMERCIAL GENERAL LIABILITY INSURANCE COMPANY: STARNET INSURANCE COMPANY INSURED: Hillcrest Contracting Inc. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: City of Newport Beach, its officers, agents, officials, employees and volunteers Re: Jamboree Road /Macarthur Blvd. Intersection improvements Contract No. 3369 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. K i^4�10 Signed By: Date CG 20 10 11 85 Copyright, Insurance Services Offices, Inc. 1984 Page 1 of 1 r OUCY NUMBER: 10447 3 COMMERCIAL AUTO CA 20 48 02 88 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies Insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM, TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are insureds" under the Who Is An Insured Provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Effective: ' Co rsigned By: Named Insured: HILLCREST CONTRACTING . INC /ROS MAR EQUIP. AuthorizedRe r ntative CI SCHEDULE Name of Person(s) or'Organization(s): CITY OF NEWPORT BEACH, ITS OFFICERS, AGENTS, OFFICIALS, EMPLOYEES, AND VOLUNTEERS (If no entry appears above, information required to complete this .endorsement will be shown in the Declarations as applicable to the endorsement) Each person or organization shown in the Schedule. isan "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form. CA 20 48 02 99 Copyright, Insurance Services Office, Inc-, 1,998 Page 1 of 1 fir/ M terwll4.C..fh.au)'o. fr.:r r'vNV. - LVYY /Y /LJJ THIS ENDORSEMENT CtdANGES THE POLIC:: PLEASE .READ IT CAREFULLY. WAIVER OF TRANSFER RIGHTS OF RECOVERY AGAINST OTHERS_ This endorsement modifies insurance provided-under the following: Business Auto Coverage Fong Garage Coverage Form Truckers Coverage Form Schedule Name of Person orOrganizafion: SEE BELOW (If no entry appears above, information required to. complete this endorsement will•be shown in the Declaration as applicable to this endorsement.) We waive any right of recovery we may have against the person or organization shown in the Schedule because of payments we make for the injury or damage. This Injury or damage must arise out of your activities under a contract with that person or -organization. The waiver applies only to the person or organization shown In the Schedule. CITY OF NEWPORT BEACH, ITS OFFICIALS, AGENTS, OFFICERS, EMPLOYEES AND VOLUNTEERS This endorsement is a part of your policy and takes effect on the effective date of your policy, unless another effective date is shown below. 9.231B6.A (Ed. 05189) C4mp4q Ono' NAtw 7AU fiOwew 4Not Ana wEA IAr PP9cr Or fr Ab, to bt Wmiw wffA the Pofip ISSUED TO EFFECrrVE OATE OF HILLCREST CONTRACTING, INC. mnsENDORSEMENT 6/3/O't Mat Be Comp4led F1tOi N(1 POUCY NO. 4 SC(j229510806 9.231B6.A (Ed. 05189) C4mp4q Ono' NAtw 7AU fiOwew 4Not Ana wEA IAr PP9cr Or fr Ab, to bt Wmiw wffA the Pofip ISSUED TO EFFECrrVE OATE OF HILLCREST CONTRACTING, INC. mnsENDORSEMENT 6/3/O't Client#: 17237 HIL425Z ACORDr. CERTIFICAO OF LIABILITY (MMIDDNYYY) INSURONCE MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH 06109/03 PRODUCER Pik crab- 4A4- 53� Arroyo Insurance Services Carter Salisbury Ins Brokers , l ION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 1414 Fair Oaks Ave, #6 POLICY NUMBER POLICY EFFECTIVE DATE MM /DDIVY South Pasadena, CA 91030 INSURERS AFFORDING COVERAGE NAIC # INSURED HILLCREST CONTRACTING, INC. ROS -MAR EQUIPMENT COMPANY P.O. BOX 1898 CORONA, CA. 92879 -1898 INSURER A. AMERICAN CASUALTY -CNA INSURER B STATE COMPENSATION FUND INSURER C $ INSURER D: REVISED - REPLACES CERT $ INSURER E OF 613103 COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR WDD'L NSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE MM /DDIVY POLICY EXPIRATION DATE MMIDDIYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE TO RENTED PREMISE cc rrenc $ COMMERCIAL GENERAL LIABILITY MED EXP (Any one person) $ CLAIMS MADE ❑ OCCUR PERSONAL 8 ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS - COMP /OP AGG $ PRO LOC POLICY EC T A AUTOMOBILE LIABILITY ANY AUTO 1044747153 12/19/02 12/19103 I COMBINED SINGLE LIMIT (Ea accident) $1,000,000 X BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULEDAUTOS X BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNEDAUTOS X PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO $ AUTO ONLY: AGG EXCESS /UMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR El CLAIMS MADE AGGREGATE S $ DEDUCTIBLE $ RETENTION $ B WORKERS COMPENSATION AND 07130006691 10101/02 X10/01103 X WOCSTATU- ER E.L. EACH ACCIDENT $2,000,000 EMPLOYERS' LIABILITY TO FOLLOW FROM ANY PROPRIETORIPARTNER /EXECUTIVE OFFICER/MEMBER EXCLUDED? THE STATE COMP. E.L. DISEASE - EA EMPLOYEE $2,000,000 If yes describe PROVISIONS SPECIAL yes de PROVISIONS below EL. DISEASE - POLICY LIMIT $2,000,000 OTHER DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS ALL OPERATIONS USUAL TO THE NAMED INSURED. RE:FIRE STATION #3,PAVEMENT RECOSTRUCTION PROJECT DESCRIPTION: CONTRACT # 3605 THE CITY OF NEWPORT BEACH, ITS OFFICERS, AGENTS, OFFICIALS, EMPLOYEES AND VOLUNTEERS ARE NAMED AS DESIGNATED INSURED AS RESPECTS TO THE COMMERCIAL (See Attached Descriptions) CITY OF NEWPORT BEACH, PUBLIC WORKS DEPARTMENT 3300 NEWPORT BLVD. Newport Beach, CA 92663 (949) 644 -3318 i ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION IEREOF, THE ISSUING INSURER WILL X9l9HL XItX9t MAIL _ In DAYS WRITTEN TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, AKXRVMIRXXRX99J6AX=MX ACORD 25 (2001108) 1 of 3 #S2993O/M28874 LOC © ACORD OORPORATION 1988 JUN -16 -2003 MOO}N f0,1p:03 (,*L PMCA SURANCE FAX N0, 7 391654 P. 01 /01 Fax t 14 !- CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. Date Received: (o" 11-03 Dept./Contact Received From: rY! \ kLo Date Completed: (,g- I (I - 0 3 Sent to: By: Company /Person required to have certificate: �T ) /G,�[Sd1(AGi n I. 51 GENERAL LIABILITY A. INSURANCE COMPANY: S+a e-r)C,± B. AM BEST RATING (A: VII or greater): -Q Y r C. ADMITTED Company (Must be California Admitted); Is Company admitted in California? Yes ❑ No D. LIMITS (Must be $1 M or greater): What is limit provided? � In" I E. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? XrYes ❑ No F. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? XYes ❑ No G. PRIMARY & NON - CONTRIBUTORY WORDING (Must be included): Is it included? Yes ❑ No H. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence" wording? 91Yes ❑ No I. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. AUTOMOBILE LIABILITY A. INSURANCE COMPANY: A3ma d C" CQ_S Li-a t 4-V B. AM BEST RATING (A: VII or greater): A- X U � C. ADMITTED COMPANY (Must be Califomia Admitted): Is Company admitted in Califomia? eyes No D. LIMITS (Must be $11M min. BI & PD and $500,000 UM): What is limits provided? I W1`+ E. ADDITIONAL INSURED WORDING TO INCLUDE (The City its �r officers, officials, employees and volunteers): Is it included? {y Yes ❑ No F. PRIMARY & NON - CONTRIBUTORY WORDING (For Waste Haulers only); j) la Is it included? t ❑ Yes ❑ No G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. III. WORKERS' COMPENSATION A. INSURANCE COMPANY: S edit B. AM BEST RATING (A: VII or greater): tw)t C. LIMITS: Statutory D. WAIVER OF SUBROGATION (To include): Is it included? ❑ Yes NfNo HAVE ALL ABOVE REQUIREMENTS BEEN MET? ❑ Yes ❑ No 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL JAMBOREE ROAD I MACARTHUR BOULEVARD INTERSECTION CONTRACT NO. 3369 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 3369 in accord with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit:. ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Mobilization @ NlLmA oIIars and 2z;9LJ Cents $ %� Per Lump Sum 2. Lump Sum Traffic Control TtFroE7� rV6 7 s =F.JJ @ Dollars and _F67ZL� Cents $ '�•CtrD Per Lump Sum 3. Lump Sum Construction Advisory Sign @ ✓e /n�ksq„�d Dollars and Cents $ ds w Per Lump Sum PR -1 ITEM QUANTITY ISM DESCRIPTION AND UNIT MIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. Lump Sum Survey Services r,,F-r&-5l 7.,*ws.H✓J/ @ Dollars and _Z25721C. Cents $ Per Lump Sum 5. Lump Sum Cle rin a d Grubbi g / @ Dollars and Zt° 'fc) Cents Per Lump Sum 6. 3,680 C.Y. Unclassified Excavation @ J5f9M-7,5x�J Dollars and Z*5)?.6 Cents $ /KCD $ Z346.cro Per Cubic Yard 7. 1,163 L.F. Construct 8 -inch PCC Curb with 24 -inch Gutter @ Dollars and i?E1Za Cents $ 17, GR% $ /2 771 oU Per Linear Foot 8. 738 L.F. Construct 8 -inch PCC Curb (Median) @ 77ii,=TZ56! Dollars and 05� Cents $ /3.co $ 9 . Per Linear Foot 9. 472 L.F. Construct 8 -inch PCC Curb with 12 -inch Gutter (Median) @ f e �,<ej Dollars and Cents $ I .00 $ X60 civ Per Linear Foot PR -2 ITEM QUANTITY InM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 402 L.F. Construct Modified 8 -Inch PCC Curb with 12 -inch Gutter (Median/islands) @ '�7!/2.z-,& Ir,oj Dollars and Cents Per Linear Foot 11. 2,786 S.F. Construct 4 -inch Thick Integrally Colored Stamped Concrete @ Dollars and Z� Cents Per Square Foot 12. 8,588 S.F. Construct 4 -inch PCC Sidewalk $ / K. 6-0 $ 54�Zg,U� $ /3a1 @ MAz Dollars and 3•10 ,525-4-7 Cents $ 311775-.60 Per Square Fo t 13. 117 S.F. Construct 4 -inch Thick PCC Type "C" Passage Way (Caltrans Std A8813) @ n ✓6 Dollars and 05:40 Cents $ $ 5SS dcD Per Square Foot 14. 2 EA Construct PCC Curb Access Ramp Case C (Caltrans Std A88A) fo✓IZ i��/ ilk /i'�`.T� @ Dollars and _ zosa_, Cents $ 'F V CTYD $ 900, oo Per Each 15. 2 EA Construct PCC Curb Access Ramp Cas E (Caltrans Std A88A) xilt- "*444!0 ie @ —Doilars and Cents $ $ 9c�0• 00 Per Each PR -3 ITEM QUANTITY M DESCRIPTION AND UNIT IT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 16. 950 S.F. Construct Modified Mid -Block Bus Turnout (OCPFRD Std 1120) @ 691f7- Dollars and x 45e .0 Cents $ $ 7&ev, 60 Per Square Foot 17. 30 Ton Place Asphalt Concrete (0.2') @ Dollars and � Cents $ Lzo, $ (Acv, 0O Per Ton 18. 635 Ton Place Asphalt Concrete (0.6') d7 7 lei✓ @ / Dollars and 025tzO Cents $ q5 dv $ mf_, Ste, 6.0 Per Ton 19. 864 Ton Place Asphalt Concrete Deeplift (1.5') @ Dollars and Cents $ 60, cTl7 $ 5 �SLp d-U Per Ton 20. 2,043 Ton Place Aggregate Base (2.0') @ ✓ Dollars and -15Z-b Cents Per Ton 21. 3,569 S.F. Cold Plane Min. 2 -inch and Place Variable thickness AC Overlay @ cfyus Dollars and M c Cents $ (o Z , za Per Square F t um ITEM QUANTITY ITEM DESCRIPTION AND UNIT >?NIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 22. 13,030 S.Y. Slurry Seal (Type II) @ Ne Dollars and 1'O4A Cents $ /, y(i $ a. Per Square tYard 23. 323 C.Y. Structural Concrete (Retaining Wall Sta 10 +30.57 to 16 +90.57) @ Dollars and ,ned Cents $ =cm $ Per Cubic Yard 24. Lump Sum Wall Drainage and Subdrain System (Retaining Wall Sta 10+3Q.57 to 16 +90.57) -nfiiuy r-rw, -17-feus4� @ Dollars and iA51z<',) Cents $ 3Z dV" CO Per Lump Sum 25. 795 S.F. Concrete Masonry —16" Splitface One -side (Retaining Wall Sta 10 +30.57 to 16+90.57) @ Dollars and y�,7 �N Cents $/ $ Per uar Foot 26. 2,370 S.F. Concrete Masonry —12 -inch Splitface One -side (Retaining Wall Sta 10 +30.57 to 16 +90.57) @ %1G2 v Dollars and Cents $ /3.7D $ .Z ,oU Per Square Fo t PR -5 ITEM QUANTITY ISM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 27. 3,200 S.F. Concrete Masonry — 8 -inch Splitface One -side (Retaining Wall Sta 10 +30.57 to 16 +90.57) M 29. 30 31 @ / %_Dollars and 2Z eoo Cents $ /1.00 $ s ��U Utz Per Square Foot 660 L.F. 12 -inch PCC Wall Gutter (Retaining Wall Sta 10+30..577 to 16+90.57) Dollars and 2E�. Cents Per Linear Foot 660 L.F. Cable Railing — Black Vinyl Coated (Retaining Wall Sta 10 +30.57 to 16 +90.57) $ /o, OD $ (O, 60 Dollars and e/lc% Cents $ /706 $ Y "D,dd Per Linear Foot 50 L.F. Relocate IRWD 12 -inch Domestic Water Line @ 77,eer_ 4"e{ Dollars and Cents $,3 CY), L) 6 $ )S C)06 Per Linear Foot 50 L.F. Relocate 4 -inch Private Sewer Force Main (Centerpointe) @ Ayrr✓Douars and 90 ,0U Cents $ $ y6A&oy Per Linear Foot is ITEM QUANTITY RMM DESCRIPTION AND UNIT SNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 32. 8 C.Y. Structural Concrete (Sign /Retaining Wall Sta 9 +96.70 to 10 +30.57) —i71W -6-& /f JAJ,01Zj26 @ Dollars and Cents Per Cubic Yard 33. Lump Sum Wall Drainage and Subdrain System (Sign /Retaining Wall Sta 9 +96.70 to 10 +30.57) @ o ars and Cents Per Lump sum 34. Lump Sum Concrete Masonry Pilaster -16- inch Precision Block — 7.5' High (Sign /Retaining Wall Sta 9 +96.70 to 10 +30.57) ;Glj R r__� AJ 40,l @ Dollars and -2551ZZ Cents Per Lump Sum 35. Lump Sum Concrete Masonry Pilaster —16- inch Precision Block — 4.0' High (Sign /Retaining Wall Sta 9+96.70 to 10 +,30.57) IJ uvc5 /A),c0lLw )r? @ Dollars and 0�2b Cents Per Lump Sum 36. 122 S.F. Concrete Masonry —12 -inch Precision Block (Sign /Retaining Wall Sta 9 +96.70 to 10 +30.57) @ r-iF_rZ5� Dollars Per Square Foot PR -7 r� iT and Cents $ /5-,00 $ dO, c�t7 $ q-�i co, &D $ / ,60 $ 9sa.a0 $ 1?3a.60 ITEM QUANTITY TAM DESCRIPTION AND UNIT TNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 37. 224 S.F. Concrete Masonry — 8 -inch Precision Block (Sign /Retaining Wall Sta 9 +96.70 to 10 +30.57) @2C Dollars and >r%�1 Cents $ $ 3t36, CF0 Per Square Foot 38. 225 S.F. Ledge Stone Veneer (Sign /Retaining Wall Sta 9+96.70 to 10 +30.57) —�/ @ fiw �1 Ctr Dollars and ZPaO Cents $ 0_5-,� $ y 7c�� Per Square Foot 39. 60 L.F. 12 -Inch RCP Storm Drain (1500 -D) ON C 4Lk,46 �u Y eve @ Dollars and Ze20 Cents $ / $ Per Linear Foot 40. 263 L.F. 18 -inch) RCP StoT3 Drain (2000 -D) fiwcJ tSK Q-4 @ Dollars z�lzcJ and Cents $ Per Linear Foot 41. 3 EA Curb Inlet Type OS — 3.5' (CNB Std. 3p6 -L) TN-1/1 iZf r.Vt lA oo�� @ Dollars and Cents $ 3, dO $ /o moo. do Per Each 42. 1 EA Curb Inlet Type OL — 14' (CNB Std. 306 -L) @ Dollars and li5lzo Cents $ 5-coo. $ 5-mv . a0 Per Each im ITEM QUANTITY ITtM DESCRIPTION AND UNIT TMIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 43. 1 EA Curb Inlet Type II - 7' (COI Std. 300) jyF-7F- 7W6 /YVAI.Q2yo @ / Dollars and _72o Cents $ Sze, co $ Szmo. cSu Per Each 44. Lump Sum Reconstruct 12 -inch Sq C.I. Inlet & Drain Pipe @ Dollars and Cents Per Lump Sum 45. 3 EA Curb Inlet Type II -14' (COI Std. 300) pFt;y -ma, I�uVvg:�n @ Dollars and z7eZa7 Cents $ Siao.utJ $ _co, oD Per Each 46. 2 EA Curb Inlet Type II - 21' (COI Std. 300) Fry - 6 q Hj- D� @ Dollars and T _351- 0 Cents $ 5$co• $ i/ 00• Per Each 47. 2 EA Construct Concrete Junction Structure No. 1 (COI Std. 306) @ Dollars and F6_,ZJ Cents $ 35M• $ 7000. CrO Per Each 48. 4 EA Construct Concrete Collar @ Dollars and 7-(5iZD Cents $ 4�5v, $ % Pte. era Per Each a ITEM QUANTITY ITEM DESCRIPTION AND UNIT IIIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 49. 4 EA Construct Concrete Junction Structure No. 1 (PNB Std. 310 -L) @ Dollars and Cents $ 294o.Gm Per Each 50. 80 L.F. Concrete Encasement Over Pipe (8 -inch Minimum Cover) @T J, i i� 2 Dollars and Zed(z Cents $ Per Linear Foot 51. 2 EA Adjust/Reconstruct Manhole Frame and Cover to Grade 77-M,66 IIUA O2c,Q Fi)5�q @ Dollars and �o Cents $ 350,60 Per Each 52. Lump Sum Construct Steel Manhole Curb Plate Assembly @ Dollars and �iY4 Cents Per Lump Sum 53. 2 EA Relocate and Replace Cathodic Protection Valve Cover, Riser and Adjust to Grade (IRWD Std. W -7) ��a/6,/ /i%vQR�'� lEip @ Dollars / and z9520 Cents $ / /SD.47D Per Each PR -10 $ // i 600. ooh $ ct1 Cic> $ 7M, a0 $ ! CBO, C-0 $ 234,'0. L-J ITEM QUANTITY MM DESCRIPTION AND UNIT MIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 54. 1 EA Replace 16 -inch BFV Valve Cover, Riser and Adjust to Grade (IRWD Std. W -7) ollars and Cents $ ao,cD Per Each 55. 1 EA Replace 4 -inch Blow -Off Valve Cover, Riser and Adjust to Grade (IRWD Std. W -7) @ rs and -.Fi� Cents $ Per Each 56. Lump Sum Relocate and Modify IRWD 4 -inch Blow -off Riser Assembly 774-IaW � @ Dollars and Cents Per Lump Sum 57. Lump Sum Relocate and Modify IRWD 2 -inch ARVR Assembly TfH%ta i�✓✓/� f�iJ�uO @ / Dollar and Cents Per Lump Sum 58. 1 E Furnish and Install 1 -inch Copper Reclaimed Water Service (IRWD Std. W -1) @ Dollars and Cents Per Each PR -11 $ 7ccv. 00 $ 39e�60. tso $ 3t400• ITEM QUANTITY MM DESCRIPTION AND UNIT MIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 59. .1 61 62. 63 1 EA Furnish and Install 2 -inch Copper Reclaimed Water Service (IRWD Std. W -2) @ Dollars and Ze�<i Cents Per Each $w $ sno d,vc 1 EA Relocate 2 -inch Meter and Install 2" Copper Reclaimed Water Service (IRWD S d. W -2) Dollars and ✓1y Cents $ CCU Per Each Lump Sum Street Light System (City of Newport Beach) @ Gr cti�kw Dollars and _�9�2 Cents Per Lump Sum Lump Sum Street Light System (City of Irvine) @ Dollars and 7�2cJ Cents Per Lump Sum Lump Sum Traffic Signing and Striping @ Dollars and Cents Per Lump Sum PR -12 ITEM QUANTITY 14T-:M DESCRIPTION AND UNIT TNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 64. Lump Sum Irrigation System (City of Newport Beach) @jig,- f�joasg -e( Dollars and Cents Per Lump Sum 65. Lump Sum Irrigation System (City of Irvine & Centerpointe) @ n Dollars and Z'QOJ Cents $ q 6 , 0-0 Per Lump Sum 66. 1,100 C.Y. Top Soil Backfill for Planting @� Dollars and i5£lzc) Cents $ Z0. co $ u 0to, to Per Cubic Yard 67. Lump Sum Landscape Planting (City of Newport Beach) —t�( — flv_2p_ l7 ,s 4_ � @ Dollars and -::' PR-61 Cents $ 51-o , ev Per Lump Sum 68. Lump Sum Landscape Planting (City of Irvine & Centerpointe) Dollars z�v Per Lump Sum PR -13 and Cents ITEM QUANTITY MM DESCRIPTION AND UNIT MIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 69. Lump Sum 90 -Day Plant Establishment and Maintenance (Newport Beach) @'%e�! vt,(,Z i4� Dollars and Cents Per Lump Sum 70. Lump Sum 90 -Day Plant Establishment and (City of Irvine & Cen erpginte) C V" Z- � Dollars and Zenv Cents Per Lump Sum 71. Lump Sum Traffic Signal Modifications @ Dollars and 2eav Cents Per Lump Sum 72. Lump Sum Temporary 6' Chain Link Safety Fence 7w�Ty �1�6 Nroc1/�/� @ Dollars and OG4:�) Cents Per Lump Sum 73. Lump Sum As =Built Plans on 24 96 mylar 771-1 idVX @ 1A ' J Dos IF2926 and Cents Per Lump Sum PR -14 $ aycy. o 0 $ UU $ ate Ow-C)D $ Zsno, u`-O $ 3 • eQ ITEM QUANTITY MM DESCRIPTION AND UNIT 7714IT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE TOTAL PRICE IN WRITTEN WORDS and _t( _Cents $ �� y141{, 6 Q —/ I Total Price (Figures) May 12, 2003 Date 909/273 -9600 909/273 -9608 Bidders Telephone and Fax Numbers 471664 A Bidder's License No(s). and Classification(s) PR -15 HILLCREST CONTRACTING, INC. Bidder Bidder's Authorized Signature and Title GLENN J. SALSBURY, PRESIDENT 1467 Circle City Drive Bidders Address Corona, CA 92879 -1668 PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS JAMBOREE ROAD / MACARTHUR BOULEVARD INTERSECTION IMPROVEMENTS CONTRACT NO. 3369 INTRODUCTION PART 1 - -- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 1 2 -7 SUBSURFACE DATA 1 2 -9 SURVEYING 2 2 -9.3 SURVEY SERVICE 2 2 -9.6 SURVEY MONUMENTS 2 SECTION 3 CHANGES IN WORK 2 3 -3 EXTRA WORK 2 3 -3.2 PAYMENT 2 3 -3.2.3 MARKUP 2 SECTION 4 CONTROL OF MATERIALS 2 4 -1 MATERIALS AND WORKMANSHIP 3 4-1.3 INSPECTION REQUIREMENTS 3 4 -1.3.4 INSPECTION AND TESTING 3 SECTION 5 UTILITIES 3 5-2 PROTECTION 3 5 -4 RELOCATION 3 5-6 COOPERATION 3 5-8 SALVAGED MATERIALS 4 SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 4 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 4 6 -7 TIME OF COMPLETION 5 6-7.1 GENERAL 5 • 6-7.2 WORKING DAYS 5 6-7.4 WORING HOURS 5 6 -9 LIQUIDATED DAMAGES 5 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 4 7 -3 LIABILITY INSURANCE 6 7 -7 COOPERATION AND COLLATERAL WORK 6 7 -8 PROJECT SITE MAINTENANCE 6 7 -8.1 CLEANUP AND DUST CONTROL 6 7 -8.5 TEMPORARY LIGHT POWER AND WATER 6 7 -8.6 WATER POLLUTION CONTROL 6 7 -8.8 STEEL PLATES 7 7 -8.9 SAFETY FENCING FOR RETAINING WALL WORK 7 7 -9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS 7 7 -10 PUBLIC CONVENIENCE AND SAFETY 8 7 -10.1 TRAFFIC AND ACCESS 8 7 -10.2 STORAGE OF EQUIPMENT AND MATERIALS IN PUBLIC PROPERTY 8 7- 10.2.1 STORAGE OF EQUIPMENT AND MATERIALS ON PRIVATE PROPERTY 8 7 -10.3 STREET CLOSURES, DETOURS, AND BARRICADES 8 7 -10.4 PUBLIC SAFETY 9 7- 10.4.1 SAFETY ORDERS 9 7 -10.5 "NO PARKING" SIGNS 9 7 -10.7 NOTICE TO RESIDENTS AND TEMP PARKING PERMITS 9 7 -15 CONTRACTOR LICENSES 10, 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS 10 SECTION 9 MEASUREMENT AND PAYMENT 10 9 -3 PAYMENT 10 9 -3.1 GENERAL 10 9 -3.2 PARTIAL AND FINAL PAYMENT 10 PART 2 - -- CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS 201 -1 PORTLAND CEMENT CONCRETE 22 201 -1.1.2 CONCRETE SPECIFIED BY CLASS 22 201 - 1.1.3 4 -INCH THICK COLORED STAMPED CONCRETE 23 201 -1.6 WATERPROOFING 23 201 -2 REINFORCEMENT FOR CONCRETE 23 201 -2.2.1 REINFORCING STEEL 23 201 -5 CEMENT MORTAR 23 201 -5.1 GENERAL 23 SECTION 202 MASONRY MATERIALS 23 202 -2 CONCRETE BLOCK 23 202 -2.1 MASONRY UNITS 23 202 -2.1.1 23 202 -2.1.2 LEDGESTONE VENEER UNITS 23 202 -2.1.3 WATERPROOFING 24 202 -2.2 MORTAR 24 202 -2.2.1 BONDING AGENT 24 202 -2.2.3 PRODUCT SAMPLE 24 202 -2.2.4 24 SECTION 207 PIPE 25 207 -2 REINFORCED CONCRETE PIPE 25 207 -2.1 GENERAL 25 207 -2.5 JOINTS 25 207 -9 IRON PIPE AND FITTINGS 25 207 -9.1 GENERAL 25 207 -17 PVC PLASTIC PIPE 25 207 -17.1 GENERAL 25 207 -17.2 PVC PIPE DOME 25 SECTION 209 ELECTRICAL COMPONENTS 25 209 -1 REGULATIONS AND CODES 25 SECTION 212 LANDSCAPE AND IRRIGATION MATERIALS 26 212 -1 LANDSCAPE MATERIALS 26 212 -2 IRRIGATION SYSTEM MATERIALS 26 SECTION 214 PAVEMENT MARKERS 26 214-4 NONREFLECTIVE PAVEMENT MARKERS 26 2145 REFLECTIVE PAVEMENT MARKERS 26 SECTION 215 IRVINE RANCH WATER DISTRICT FACILITIES 26 215 -1 GENERAL 26 216 -1 GENERAL 26 0 0 PART 3 - -- CONSTRUCTION METHODS SECTION 300 EARTHWORK 27 300 -1 CLEARING AND GRUBBING 27 300 -1.3 REMOVAL AND DISPOSAL OF MATERIALS 27 300 -1.3.1 GENERAL 27 300 -1.3.2 REQUIREMENTS 27 300 -1.5 SOLID WASTE DIVERSION 27 300 -3 STRUCTURE EXCAVATION AND BACKFILL 27 300 -3.1 GENERAL 27 300 -3.5 STRUCTURE BACKFILL 28 SECTION 302 ROADWAY SURFACING 28 302 -4 EMULSION - AGGREGATE SLURRY (SLURRY SEAL) 28 302 -4.3.1 GENERAL 28 302 -5 ASPHALT CONCRETE PAVEMENT 28 302 -5.1 GENERAL 28 302 -5.4 TACK COAT 29 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 29 303 -4 MASONRY CONSTRUCTION 29 303 -4.1.1 GENERAL 29 303 -4.1.2 CONSTRUCTION 29 303 - 4.1.2.1 LEDGESTONE VENEER INSTALLATION 29 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS 29 GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 29 303 -5.1 REQUIREMENTS 29 303 -5.1.1 GENERAL 29 303 - 5.1.1.1 30 SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATTION 61 308 -1 GENERAL 61 SECTION 310 PAINTING 61 310 -5 PAINTING VARIOUS SURFACES 61 310 -5.6 PAINTING TRAFFIC STRIPING, PAVEMENT MARKINGS, AND CURB MARKINGS 61 310 -5.6.7 LAYOUT, ALIGNMENT, AND SPOTTING 61 310 -5.6.8 APPLICATION OF PAINT 61 0 SECTION 312 PAVEMENT MARKER PLACEMENT AND REMOVAL 62 312 -1 PLACEMENT 62 SECTION 400 ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 62 Attachments • Standard Plans & Details • Exhibit "A" Construction Advisory Sign Detail (4 sheets) • Exhibit "B" Battery Backup- Manual Bypass Switch Detail • Exhibit "C" Battery Cabinet Detail F: \USERS \PB\MShared \Contracts \FY 02 -01Jamboree - MacArthur Intersection C- 3369 \Specs Index C- 3369.doc • s CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS JAMBOREE ROAD /MACARTHUR BOUELVARD INTERSECTION IMPROVEMENTS CONTRACT NO. 3369 INTRODUCTION All work necessary for the completion of this contract shall be done in accord with (1) these Special Provisions; (2) the Plans (Drawing No. R- 5808 -S); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (1994 edition), including Supplements; (4) Standard Specifications for Public Works Construction (Standard Specifications or "Greenbook" 1997 edition), including supplements, Caltrans Standard Plans and Specifications (1999 and 2002 editions), and the IRWD "Procedural Guidelines and General Design Requirements' and the "IRWD Construction Manual" (latest editions). Copies of the City's Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714 - 517 -0970. Copies of IRWD "Procedural Guidelines and General Design Requirements" and the "IRWD Construction Manual" are available at the Irvine Ranch Water District Headquarters, 15600 Sand Canyon Avenue, Irvine, CA, 92718. The following General and Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter. Materials and construction methods not specifically covered in these Special Provisions shall comply with the corresponding standard specifications or standard plans identified above: PART 1 GENERAL PROVISIONS SECTION 2-- -SCOPE AND CONTROL OF THE WORK 2 -7 SUBSURFACE DATA A soils evaluation for this project entitled: Foundation Evaluation Proposed Intersection Improvements Jamboree Road and MacArthur Boulevard Newport Beach and Irvine, CA was prepared by Constant & Dickey, Inc, dated February 15, 2001, and is available for information at the City of Newport Beach Public Works Department. E 2 -9 SURVEYING • SP2 OF 62 2 -9.3 Survey Service. Add to this section: "The Contractor's California Licensed Land Surveyor shall utilize /follow the existing City survey records used for the project design to provide all construction survey services that are required to construct the improvements. The filing of a Corner Record and /or Record of Survey with the County Surveyor's Office is required after the Work completion. All existing street centerline ties and property corner monuments are to be preserved. The Contractor shall be responsible for the cost of restoring all survey ties and /or monuments damaged by the Work. 2 -9.6 Survey Monuments. The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and then schedule a meeting with the City Surveyor to walk the project to review the survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall have the affected survey monuments restored per records, at his expense. The Contractor's Surveyor shall file the required Record of Survey or Corner Records with the County of Orange upon monument restoration. SECTION 3 - -- CHANGES IN WORK 3 -3 EXTRA WORK 3 -3.2 Payment 3 -3.2.3 Markup. Replace this section with, "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ................... :........................ 20 2) Materials ........ ............................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, 1 percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3- 3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. • • SP3 OF 62 This Section only applies to work in excess of the estimated quantities shown in the Proposal. SECTION 4 - -- CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing. All material and articles furnished by the Contractor shall be subject to thorough inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 hours minimum) notice of the Contractor's readiness for inspection. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed his work, such tests and inspections shall be paid for by the Contractor. SECTION 5 - -- UTILITIES 5 -2 PROTECTION. Add the following: "In the event that an existing pull or meter box or cover is damaged by the work and is not re- useable, the Contractor shall provide and install a new pull or meter box or cover of identical type and size at no additional cost to the City." 5 -4 RELOCATIONS. Add the following: "The Contractor shall relocate and adjust to finish grade all Irvine Ranch Water District (IRWD) and City -owned meter boxes, valve covers, manholes, cleanouts and survey monuments as shown on the plans or as otherwise required to complete the intended work. The Contractor shall coordinate the adjustment of Southern California Edison, The Gas Company, SBC (Pacific Bell), Cox cable and other private facilities to finish grade with their respective owners. The contractor shall remove and salvage all manhole covers and grade rings, valve cans and covers, and furnish and install new manhole covers and valve covers prior to finish grade adjustment. Salvaged materials shall be packaged as directed by the Engineer and delivered to the respective owner as directed by the Engineer." 5 -6 COOPERATION. Add the following: "It is anticipated that SCE, SBC, Cox, and Signal Fiber (City) will require relocation, which will include several hundred feet of • • SP4 OF 62 lowering and possible lateral shift of these facilities to accommodate storm drain and water line relocations and other proposed improvements. It is imperative the Contractor upon project award, make adequate schedule and access provisions with the utility companies for modifying their facilities to accommodate the proposed improvements" "Other incidental impacts to vaults and pull boxes are also affected throughout the project. In the event that an existing pull or meter box or cover is damaged by the work and is not re- useable, the Contractor shall provide and install a new pull or meter box or cover of identical type and size at no additional cost to the City." Add the following Section: 5 -8 SALVAGED MATERIALS. The Contractor shall salvage all existing meter or valve box covers and removed cast iron pipes. The Contractor shall make arrangements for the delivery of salvaged City of Newport Beach materials by contacting Mr. Ed Burt, Utilities Superintendent, at (949) 718 -3402. IRWD materials to be salvaged shall be coordinated with Mike Jack at (949) 453 -5315 for appropriate delivery location. SECTION 6 - -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section: "The time of completion as specified in Section 6 -7, shall commence on the date of the 'Notice to Proceed." No work shall begin until a "Notice to Proceed" has been issued, a pre- construction meeting has been conducted, and a schedule of work and the Contractor's traffic control plans have been approved by the Engineer. The Contractor shall submit a construction schedule and the traffic control plan to the Engineer for approval a minimum of five working days prior to the pre - construction meeting. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until, in the Engineers judgment, has caught up to meet his original schedule and has demonstrated to be able to maintain the approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job." • 6 -7 TIME OF COMPLETION SP5 OF 62 6 -7.1 General. Add to this section: "The Contractor shall complete all work under the Contract within 200 consecutive working days after the date on the Notice to Proceed." "The project work shall be designated as two phases. Phase 1 work includes the safety fencing, retaining wall, grading, drainage, utility relocations, irrigation, fine grading, and related work along Centerpointe Development property frontage (easterly side of MacArthur Blvd, south of Jamboree Road). Phase 2 includes all other work necessary to complete the project per the contract documents. The purpose of the phasing is to minimize the period of the Centerpointe property disruption and to diligently prosecute the work to completion. Centerpointe area (Phase 1) work shall be completed within 120 working days and shall be the first order of work. Phase 2 work shall be completed prior to the expiration of the 200 working days. However, Phase 1 and Phase 2 work may be constructed simultaneously. It will be the Contractor's responsibility to ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." 6 -7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 1 st, the third Monday in January (Martin Luther King Day), the second Monday in February (Lincoln's birthday), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday in November (Thanksgiving), the fourth Friday in November (day after Thanksgiving), December 24th (Christmas Eve), and December 25th (Christmas Day). 6 -7.4 Working Hours. Normal working hours are limited to 7:00 a.m. to 3:30 P.M. Monday through Friday. Should the Contractor elect to work outside normal working hours, he must first obtain special permission from the Engineer. The request may be for 3:30 P.M. to 6:30 P.M. on weekdays or 8:00 A.M. to 6 P.M. on Saturday only. A request for working during any of these hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $60.00 per hour when such time periods are approved. 6 -9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive calendar day after the time specified in Section 6 -7 -1 for completion of the work, the • • SP6 OF 62 Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $500. Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that $500 per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly, preplanned, and continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations." SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR 7 -3 LIABILITY INSURANCE. Add to this Section: " The Contractor shall also name the City of Irvine as additional insured, including its officers, employees, and agents, while acting within the scope of their duties on the Work." 7 -7 COOPERATION AND COLLATERAL WORK. Add to this Section: "Unless otherwise provided for on the plans, if needed, IRWD and /or City forces will perform all shut downs of water facilities. The Contractor shall give IRWD seven calendar days notice of the time he desires the shut down of facilities to take place. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the Irvine Ranch Water District. The Contractor shall provide utility companies with adequate time and access for relocation of underground facilities in conflict with the proposed project work, whether specifically shown on the plans or not." 7 -8 PROJECT SITE MAINTENANCE 7 -8.1 Cleanup and Dust Control. Add to this Section, 'The work site shall be cleaned and barricaded at the end of each day until the Work is completed." 7 -8.5 Temporary Light, Power and Water. Add to this Section: "All water used during construction will be paid for by the Contractor including water for flushing and pressure testing all lines." 7 -8.6 Water Pollution Control. Add to this Section, "Surface runoff water, including all water used during sawcutting operations and grading, containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from entering into any catch basin, storm drain system, natural drainage course or onto adjacent properties." • SP7 OF 62 7 -8.8 Steel Plates. The City may be able to make available a limited quantity of steel plates. These plates may be obtained for a rental charge of $15.00 per plate per week or part thereof. In addition, the Contractor shall deposit $100 for the use of the City's lifting eye fitting and for the use of trench plates. The Contractor shall obtain plates from and return them to the City's Utilities Yard at 949 West 16th Street. To determine the number of plates available and to reserve the plates, the Contractor must call the City's Utilities Superintendent, Mr. Ed Burt, at (949) 718 -3402 to make arrangements. 7 -8.9 Safety Fencing for Retaining Wall Work. Immediately following clearing and grubbing activities for Phase 1 work, the Contractor shall install and maintain a temporary 6' high continuous chain link (with green screening fabric) safety fence along the Centerpointe Development property between the proposed retaining wall and the existing parking lot curb which generally runs parallel to the proposed retaining wall. Except as otherwise provided herein, the fence shall be installed between a 30" westerly offset from the existing parking curb line (car overhang allowance) and the retaining wall backcut excavation and /or shoring limits. The safety fencing shall be fitted with a green synthetic fabric sheeting along its entire length and height of the fence. The safety fencing shall be designed and adequately secured to the ground to withstand seasonal high wind loads without overturning, and shall be provided with signing on the private property side indicating "Construction Zone -Open Trench. Do Not Enter', at regular intervals. There are two locations directly involving work on the Centerpointe Development parking lot: 1) The catch basin and connection for Storm Drain Line D; and 2) the Relocation of the 12" IRWD Water Line. At these two locations the contractor will be allowed to fence -off 4 contiguous parking stalls per location (an area of approximately 17'x 32', each). The safety fence will need to extend into the parking lot at these locations, and shall be installed so as not to encroach on the parking lot drive isle or adjacent parking stalls. The Contractor shall stage and sequence the work so as not to encroach into these two areas of the parking lot longer than 20 consecutive working days. After such 20 consecutive working days has expended the Contractor shall relocate the fence back to the location described above, between the wall excavation and the 18" curb offset. Prior to interrupting the two parking lot areas for the 20 continuous days, the Contractor shall notify the property manager at least two weeks in advance of any interruption and provide evidence of such owner contact to the Engineer prior to initiating the work. 7 -9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. Add to this Section, "The Contractor is hereby advised that the City work under this contract adjoins private properties. The Contractor shall be responsible for the in -kind repair of any and all private properties damaged during the course of the Work, to the satisfactory of the Engineer. The Contractor is advised to photograph the private improvements adjacent to the Work for record and future references." Add the following to the first sentence of the second paragraph after "e.g. ", "storm drains, curb drains and private irrigation lines." 0 7 -10 PUBLIC CONVENIENCE AND SAFETY • SP8 OF 62 7 -10.1 Traffic and Access. Add to this Section: "The Contractor shall provide traffic control and access in accord with Section 7 -10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH) also published by Building News, Inc." 7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following, "Construction materials shall not be stored in streets, roads, or sidewalk areas." In addition, the contractor shall locate a staging area for the engineer's approval prior to mobilization. 7- 10.2.1 Storage of Equipment and Materials on Private Property. Unless otherwise provided for in these special provisions, the Contractor shall not park employee vehicles, store materials, or park equipment on the Centerpointe Development property, including the parking lot, without the prior written consent of the property owner, owners, or representative. The Centerpointe property manager is Ms. Gail Robinson, Charles Dunn Company, Phone: (562) 795 -6900. 7 -10.3 Street Closures, Detours, Barricades. Modify this Section to read, "The Contractor shall submit traffic control and detour plan(s) for each phase of work to the Engineer and it shall conform with the provisions of the W.A.T.C.H. and approved by the City of Irvine and City of Newport Beach" Such plan(s) shall be submitted to the City at least five (5) working days before the pre - construction meeting and shall be signed by a registered Traffic Engineer and shall include the following: 1. Access and Traffic Controls Access to.all side streets, parking lots, and service driveways shall be maintained at all times. Emergency vehicle access shall be maintained at all times. The location and wording of all barricades, signs, delineators, lights, warning devices, and any other details required shall assure that all pedestrian and vehicular traffic will be handled in a safe and efficient manner with minimum inconvenience to the public. All advanced warning sign installations shall be reflectorized and /or lighted. The Contractor shall provide solar - powered arrow boards and uniformed flag persons to direct traffic through all construction areas at all times. • • SP9 OF 62 The Contractor shall be aware and make provisions that OCTA buses will pass through the construction area. 2. Traffic Through and Turn Lanes The Contractor shall not close more than one (1) traffic lane in any travel direction before 9 AM or after 3 PM on work days. All traffic lanes in each direction shall be maintained during non -work hours. 7 -10.4 Public Safety 7- 10.4.1 Safety Orders. Add to this Section: 'The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work. The Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." 7 -10.5 "No Parking" Signs. The Contractor shall furnish, install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING' signs) which he shall post at least forty -eight hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Department, Parking Control Division at (949) 644 -3717, for verification of posting at least forty -eight hours in advance of the need for enforcement. For areas within the City of Newport Beach, the signs shall (1) be made of white card stock; (2) have minimum dimensions of 12- inches wide and 18- inches high; and (3) be City of Newport Beach 'Temporary Tow -Away, NO Parking" signs available at the Public Works Department public counter. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 7 -10.7 Notices to Businesses. Ten working days prior to starting work, the Contractor shall deliver a City provided construction notice to the adjacent Businesses, within 500 feet of the project, describing the project and indicating the limits of construction. Forty -eight hours before the start of any construction, the Contractor shall distribute to the adjacent businesses a second City notice stating when construction operations will start, what disruptions may occur, and approximately when the construction will be complete. An interruption of work at any location in excess of 14 calendar days shall require re- notification. The Contractor shall insert the applicable dates and times when the notices are distributed. Errors in distribution, false starts, acts • • SP10 OF 62 of God, strikes or other alterations of the schedule will require Contractor re- notification using an explanatory letter furnished by the Engineer. 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a General Engineering Contractor "A" License. From the start until the completion of work, the Contractor shall possess a valid Business License issued by the City of Newport Beach and by the City of Irvine. 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS. A stamped set of approved plans and specifications shall be at the job site at all times. In addition, the Contractor shall maintain "As- Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up -to -date and submitted to the Engineer at the time each progress bill is submitted. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. SECTION 9 - -- MEASUREMENT AND PAYMENT 9 -1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9 -1.1 General. Add to this Section, "In case of conflicting method of measurement between the Standards referenced in the Plans and these Specifications, the City's Standard Specifications shall take precedence." 9 -3 PAYMENT 9 -3.1 General. Revise paragraph two to read: "The unit and lump sum prices bid for each item of work shown on the Proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: 9 -3.2 Partial and Final Payment. Add to this Section: "Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." Item No. 1 Mobilization: Work under this item shall include providing bonds, insurance and financing, scheduling and staging of equipment and materials, preparation of the SWPPP — if needed, preparation of the construction schedule, and all other related work as required by the Contract Documents. • • SP11 OF 62 Item No. 2 Traffic Control: Work under this item shall include the delivery of all required Notifications, posting and removal of temporary signs, preparation of traffic control plans signed by a California licensed traffic engineer, the placement, maintenance and removal of signs, cones, barricades, flashing arrow boards, K -rail, temporary striping, flag - persons, and furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. and City of Newport Beach requirements. Item No. 3 Construction Advisory Signs: Work under this item shall include the fabrication, placement, maintenance and removal of one advisory sign for each direction of travel for both MacArthur Boulevard and Jamboree Road, placed at approximately 500' in advance of the work limits (or as otherwise directed by the Engineer), for a total of four (4) signs. Item No. 4 Survey Services: Work under this item shall include the cost of construction staking, preliminary grades, final grades, centerline ties, all horizontal and vertical alignment, survey monument adjustment (if necessary), as -built field notes, filing of corner records (if necessary), re- establishment of property corners (if necessary) disturbed by the work, and other survey items as required to complete the work in place. Item No. 5 Clearing and Grubbing: Work under this item shall include the cost of clearing and grubbing operations as described in Section 300 -1, together with all labor, materials, and equipment, for saw- cutting concrete and asphalt concrete (AC) paved surfaces; removal and disposal of below grade concrete structures, junction structures, catch basins, and storm drains; removing concrete sign structures, abandoning buried conduits and storm drains; concrete curbs, asphalt pavement and surfacing removals; raised median and underlying roadway pavement section removals, tree removal; vegetative and objectionable material removals, and other items designated for removal or otherwise required to be removed (as directed by the Engineer). Asphalt pavement removals shall include the AC section and base material to the depth required to accommodate the proposed structural sections as shown on the plans, including the areas below the footprint of the proposed median island improvements. Except as otherwise required for buried concrete structures as stated above, clearing and grubbing of vegetative matter and objectionable materials shall extend a minimum of 2 feet below the grading plane or proposed subgrade. Clearing and grubbing shall extend to the actual work limits, which may extend outside the road right -of -way, in order to prepare the work area as required to complete the work shown on the plans. Item No. 6 Unclassified Excavation: Work under this item shall include all grading activities, including watering and dewatering, compaction operations, backfilling and compacting removal voids created during clearing and grubbing operations, in order to establish rough grade for roadway pavement, median construction, curbs and gutters, retaining walls, miscellaneous concrete flatwork, and related surface improvements. Item No. 7 Construct 8" PCC Curb with 24" Gutter: Work under this item shall include subgrade preparation, furnishing and placing concrete curb and gutter, in SP12 OF 62 accordance with the specified standard plans and details, and to the lines and grades shown on the plans, or as otherwise directed by the Engineer. Item No. 8 Construct 8" PCC Curb (Median): Work under this item shall include subgrade preparation, furnishing and placing concrete curb and gutter, in accordance with the specified standard plans and details, and to the lines and grades shown on the plans, or as otherwise directed by the Engineer. Item No. 9 Construct 8" PCC Curb with 12" Gutter (Median): Work under this item shall include subgrade preparation, furnishing and placing concrete curb and gutter, in accordance with the specified standard plans and details, and to the lines and grades shown on the plans, or as otherwise directed by the Engineer. Item No. 10 Construct Modified 8" PCC Curb with 12" Gutter (Median /Islands): Work under this item shall include subgrade preparation, furnishing and placing concrete curb and gutter, in accordance with the specified standard plans and details, and to the lines and grades shown on the plans, or as otherwise directed by the Engineer. Item No. 11 Construct 4" Thick Integrally Colored Stamped Concrete: Work under this item shall include subgrade preparation, furnishing and placing concrete, stamping (maximum 3/8" deep grooves), and coloring, in accordance with the specified plans and specifications, where shown on the plans, and as otherwise directed by the Engineer. Item No. 12 Construct 4" PCC Sidewalk: Work under this item shall include subgrade preparation, furnishing and placing concrete, in accordance with the specified plans and specifications, where shown on the plans, and as otherwise directed by the Engineer. Item No. 13 Construct 4" Thick PCC Type "C" Passage Way (Caltrans Std A886): Work under this item shall include subgrade preparation, furnishing and placing concrete, in accordance with the specified plans and specifications, where shown on the plans, and as otherwise directed by the Engineer. Item No. 14 Construct PCC Curb Access Ramp Case C (Caltrans Std A88A): Work under this item shall include subgrade preparation, furnishing and placing concrete, in accordance with the specified plans and specifications, where shown on the plans, and as otherwise directed by the Engineer. Item No. 15 Construct PCC Curb Access Ramp Case E (Caltrans Std A88A): Work under this item shall include subgrade preparation, furnishing and placing concrete, in accordance with the specified plans and specifications, where shown on the plans, and as otherwise directed by the Engineer. Item No. 16 Construct Modified Mid -Block Bus Turnout (OCPFRD Std 1120): Work under this item shall include subgrade preparation, furnishing and placing concrete, in accordance with the specified plans and specifications, where shown on the plans, and as otherwise directed by the Engineer. • • SP13 OF 62 Item No. 17 Place Asphalt Concrete (0.2'): Work under this item shall include subgrade preparation, placing prime coat over compacted subgrade; furnishing, placing and compacting AC to finish grade, all in accordance with the plans and specifications, and as otherwise directed by the Engineer. Item No. 18 Place Asphalt Concrete (0.6'): Work under this item shall include placing prime coat over compacted aggregate base (AB) material; furnishing, placing and compacting AC pavement to finish grade, including intermediate lifts (a minimum of 2 lifts and maximum of 4- inches per lift), AC base courses and AC surface course materials, tack coats between lifts, all in accordance with the plans and specifications, and as otherwise directed by the Engineer. Item No. 19 Place Asphalt Concrete Deeplift (15): Work under this item shall include scarifying and preparing sub grade, including prime coat, to receive AC pavement directly, placing tack coats between lifts; furnishing, placing and compacting AC pavement to finish grade including intermediate lifts (the first lift a maximum of 6 inches, and all other lifts a maximum of 4 inches), AC base courses and AC surface course materials, all in accordance with the plans and specifications, and as otherwise directed by the Engineer. Item No. 20 Place Aggregate Base (2.0'): Work under this item shall include scarifying and preparing sub grade to receive aggregate base directly; furnishing, placing and compacting the AB (maximum of 6" lifts) to the required grade to receive AC paving, all in accordance with the plans and specifications, and as otherwise directed by the Engineer. The Contractor may substitute crushed miscellaneous base for aggregate base as provided for in the Standard Specifications ( "Greenbook ") Item No. 21 Cold Plane Min. 2" and Place Variable Thickness AC Overlay: Work under this item shall include cold planing and disposal of the existing asphalt concrete (AC) roadway as a result of cold planing operations, as specified on the plans and as directed by the Engineer, filling cracks and place tack coat on planed surface, and place AC finish paving overlay course to coincide with the straight grade projection from the gutter edge and join clean to the adjacent proposed AC pavement full structural section. Item No. 22 Slurry Seal (Type II): Work under this item shall include furnishing and placing slurry seal, preparation of existing surface to be slurried, including removal of striping, painted markings, and raised pavement markers and adhesive materials, and power sweeping, so as to avoid propagation of old markings through slurried surface, all as shown on the plans and in accordance with the specifications, and as directed by the Engineer. Item No. 23 Structural Concrete (Retaining Wall Sta 10 +30.57 to 16 +90.57): Work under this item shall include structure excavations, removal and disposal of unsuitable sub grade material; backfilling with suitable material, preparing and compacting foundation sub grade to receive structural concrete for footing systems; sheeting, shoring and bracing of excavations for wall construction; furnishing and placing concrete for footings and stems, formwork for concrete, furnishing and placing bar reinforcing • • SP14 OF 62 steel, placement and compaction of structure backfill, cohesive cap and final grade behind retaining wall as shown on the plans and the specifications, and as directed by the Engineer. Item No. 24 Wall Drainage and Subdrain System (Retaining Wall Sta 10 +30.57 to 16 +90.57): Work under this item shall include permeable material, Y44" gravel in filter fabric, non - perforated and perforated Schedule 40 PVC pipe & fittings, waterproofing system, surface pipe dome drains & fittings, and connections to storm drains or catch basins as shown on the plans, the specifications and as directed by the Engineer. Item No. 25 Concrete Masonry — 16" Splitface One -side (Retaining Wall Sta 10 +30.57 to 16 +90.57): Work under this item shall include furnishing and placing masonry block stems, furnishing and placing bar reinforcing steel, grout and mortar, water proofing, placement and compaction of structure backfill, cohesive cap and final grade behind retaining wall as shown on the plans and the specifications, and as directed by the Engineer. Item No. 26 Concrete Masonry — 12" Splitface One -side (Retaining Wall Sta 10 +30.57 to 16 +90.57): Work under this item shall include furnishing and placing masonry block stems, furnishing and placing bar reinforcing steel, water proofing, grout and mortar, placement and compaction of structure backfill, cohesive cap and final grade behind retaining wall as shown on the plans and the specifications, and as directed by the Engineer. Item No. 27 Concrete Masonry — 8" Splitface One -side (Retaining Wall Sta 10 +30.57 to 16 +90.57): Work under this item shall include furnishing and placing masonry block stems, 2" masonry wall cap, furnishing and placing bar reinforcing steel, water proofing, grout and mortar, placement and compaction of structure backfill, cohesive cap and final grade behind retaining wall as shown on the plans and the specifications, and as directed by the Engineer. Item No. 28 12" PCC Wall Gutter (Retaining Wall Sta 10+30.57 to 16 +90.57): Work under this item shall include furnishing and placing concrete, formwork, wall drainage, behind retaining wall as shown on the plans and as directed by the Engineer. Item No. 29 Cable Railing - Black Vinyl Coated (Retaining Wall Sta 10 +30.57 to 16 +90.57): Work under this item shall include furnishing and placing cable railing system, including shop applied black vinyl coating, concrete foundations, cables, posts, anchors and ties, behind retaining wall as shown on the plans and as directed by the Engineer. Item No. 30 Relocate IRWD 12" Domestic Water Line: Work under this item shall include removing designated portions of the existing 12" asbestos cement pipe (ACP); furnishing and installing all new pipe materials and fittings; potholing of all existing facilities; pavement and concrete curb removal and replacement; exposing utilities in advance of pipe excavation operations; trench excavations, shoring, bracing, temporary trench plates with V AC hot mix border; controlling ground and surface water; installing • • SP15 OF 62 pipe, fittings, and tie -ins; placing bedding; make connections to existing facilities; pressure testing and disinfection of pipeline; abandoning or protecting interfering portions of existing utilities or improvements; obtaining an AQMD manifest on the removal and disposal of asbestos containing material (ACM); temporary and permanent support of utilities, disposing of excess excavation materials and all other work complete and in place as shown on the plans and in accordance with Irvine Ranch Water District Standard Specifications, and as directed by the IRWD Inspector and the Engineer. Item No. 31 Relocate 4" Private Sewer Force Main ( Centerpointe): Work under this item shall include contacting and coordinating with the Centerpointe sewer lift station maintenance company (Gemini Systems 949 - 770 -7654) for scheduling shut downs and for tie -ins, removing designated portions of the existing 4" PVC force main; furnishing and installing all new pipe materials and fittings; potholing of all existing facilities; exposing utilities in advance of pipe excavation operations; trench excavations, shoring, bracing, controlling ground and surface water; installing pipe, fittings, and tie -ins for a continuous restrained pipe alignment; placing bedding; providing restrained pipe connections to existing facilities; pressure testing of pipeline; abandoning or protecting interfering portions of existing utilities or improvements; temporary and permanent support of utilities, disposing of excess excavation materials and all other work complete and in place as shown on the plans and as directed by the Centerpointe representative and the Engineer. Item No. 32 Structural Concrete (Sign /Retaining Wall Sta 9 +96.70 to 10 +30.57): Work under this item shall include structure excavations, removal and disposal of unsuitable sub grade material; backfilling with suitable material, preparing and compacting foundation sub grade to receive structural concrete for footing systems; sheeting, shoring and bracing of excavations for wall construction; furnishing and placing concrete for footings and stems, formwork for concrete, furnishing and placing bar reinforcing steel, placement and compaction of structure backfill, cohesive cap and final grade behind retaining wall as shown on the plans and the specifications, and as directed by the Engineer. Item No. 33 Wall Drainage and Subdrain System (Retaining Wall Sta 9 +96.70 to 10 +30.57): Work under this item shall include permeable material, Y4" gravel in filter fabric, non - perforated and perforated Schedule 40 PVC pipe & fittings, waterproofing system, surface pipe dome drains & fittings, and connections to storm drains or catch basins as shown on the plans, the specifications and as directed by the Engineer. Item No. 34 Concrete Masonry — 16" Precision Block 7.5' High Pilaster (Sign /Retaining Wall Sta 9 +96.70 to 10 +30.57): Work under this item shall include furnishing and placing masonry block pilaster & pilaster cap, furnishing and placing bar reinforcing steel, water proofing, grout and mortar, placement and compaction of structure backfill, cohesive cap and final grade behind retaining wall as shown on the plans and the specifications, and as directed by the Engineer. • 0 SP16 OF 62 Item No. 35 Concrete Masonry — 16" Precision Block 4.0' High Pilaster (Sign /Retaining Wall Ste 9+96.70 to 10 +30.57): Work under this item shall include furnishing and placing masonry block pilaster & pilaster cap, furnishing and placing bar reinforcing steel, water proofing, grout and mortar, placement and compaction of structure backfill, cohesive cap and final grade behind retaining wall as shown on the plans and the specifications, and as directed by the Engineer. Item No. 36 Concrete Masonry — 12" Precision Block (Sign /Retaining Wall Sta 9 +96.70 to 10 +30.57): Work under this item shall include furnishing and placing masonry block stems, furnishing and placing bar reinforcing steel, water proofing, grout and mortar, placement and compaction of structure backfill, cohesive cap and final grade behind retaining wall as shown on the plans and the specifications, and as directed by the Engineer. Item No. 37 Concrete Masonry — 8" Precision Block (Sign /Retaining Wall Sta 9 +96.70 to 10 +30.57): Work under this item shall include furnishing and placing masonry block stems, 2" masonry wall cap, furnishing and placing bar reinforcing steel, water proofing, grout and mortar, placement and compaction of structure backfill, cohesive cap and final grade behind retaining wall as shown on the plans and the specifications, and as directed by the Engineer. Item No. 38 Ledge Stone Veneer (Sign /Retaining Wall Ste 9+96.70 to 10 +30.57): Work under this item shall include furnishing and placing ledge stone material as shown on the plans and specifications, and in accordance with manufacturers recommendations to the satisfaction of the Engineer. Item No. 39 12 -inch RCP Storm Drain (1500 -D): Work under this item shall include furnishing and installing all pipe material including, but not limited to, potholing of all existing facilities, pavement removal, exposing utilities in advance of pipe excavation operations, trench excavations, shoring, bracing, temporary patching or trench plates with VAC hot mix border, controlling ground and surface water, installing pipe, installing joint sealer, placing sand bedding, trench backfilling and final surfacing, make connections to existing and proposed storm drain systems, compaction, fittings, connecting to existing facilities, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work complete and in place as shown on the plans and as directed by the Engineer. Item No. 40 18 -inch RCP Storm Drain (2000 -D): Work under this item shall include furnishing and installing all pipe material including, but not limited to, potholing of all existing facilities, pavement removal, exposing utilities in advance of pipe excavation operations, trench excavations, shoring, bracing, temporary patching or trench plates with VAC hot mix border, controlling ground and surface water, installing pipe, installing joint sealer, placing sand bedding, trench backfilling and final surfacing, make connections to existing and proposed storm drain systems, compaction, fittings, connecting to existing facilities, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, • SP17 OF 62 disposing of excess excavation materials and all other work complete and in place as shown on the plans and as directed by the Engineer. Item No. 41 Curb Inlet Type OS - 3.5' (CNB Std. 306 -L): Work under this item shall include the construction of concrete catch basins per CNB Std. 306 -L including, but not limited to, pavement removal, exposing utilities in advance of work, excavation, temporary shoring, bracing, patching or plating, control of ground and surface water, backfill, compaction, disposal of excess excavated materials, installation of base, basin, grade rings, manhole frames and covers, installation of "No Dumping — Drains to Bay /Ocean" decal, potholing of all existing utilities, make connections, removals, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, and all other work necessary to construct the concrete catch basins complete in place. Item No. 42 Curb Inlet Type OL - 14' (CNB Std. 306 -L): Work under this item shall include the construction of concrete catch basins per CNB Std. 306 -L including, but not limited to, pavement removal, exposing utilities in advance of work, excavation, temporary shoring, bracing, patching or plating, control of ground and surface water, backfill, compaction, disposal of excess excavated materials, installation of base, basin, grade rings, manhole frames and covers, installation of "No Dumping — Drains to Bay /Ocean" decal, potholing of all existing utilities, make connections, removals, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, and all other work necessary to construct the concrete catch basins complete in place. Item No. 43 Curb Inlet Type II - 7' (COI Std. 300): Work under this item shall include the construction of concrete catch basins per COI Std. 300 including, but not limited to, pavement removal, exposing utilities in advance of work, excavation, temporary shoring, bracing, patching or plating, control of ground and surface water, backfill, compaction, disposal of excess excavated materials, installation of base, basin, grade rings, manhole frames and covers, installation of "No Dumping — Drains to Bay /Ocean" decal, potholing of all existing utilities, make connections, removals, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, and all other work necessary to construct the concrete catch basins complete in place. Item No. 44 Reconstruct 12" Scl C.I. Inlet & Drain Pipe: Work under this item shall include the re- construction of the existing 12" square cast iron inlet and connecting 6" drain line affected by the adjacent curb inlet construction work as shown on the plans. Work shall also include, but not limited to, pavement removal, exposing utilities in advance of work, excavation, temporary shoring, bracing, patching or plating, control of ground and surface water, backfill, compaction, disposal of excess excavated materials, potholing of all existing utilities, make connections, removals, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, and all other work necessary to reconstruct the C.I. inlet and 6" drain pipe in- place. SP18 OF 62 Item No. 45 Curb Inlet Type II - 14' (COI Std. 300): Work under this item shall include the construction of concrete catch basins per COI Std. 300 including, but not limited to, pavement removal, exposing utilities in advance of work, excavation, temporary shoring, bracing, patching or plating, control of ground and surface water, backfill, compaction, disposal of excess excavated materials, installation of base, basin, grade rings, manhole frames and covers, installation of "No Dumping — Drains to Bay /Ocean" decal, potholing of all existing utilities, make connections, removals, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, and all other work necessary to construct the concrete catch basins complete in place. Item No. 46 Curb Inlet Type II - 21' (COI Std. 300): Work under this item shall include the construction of concrete catch basins including, but not limited to, pavement removal, exposing utilities in advance of work, excavation, temporary shoring, bracing, patching or plating, control of ground and surface water, backfill, compaction, disposal of excess excavated materials, installation of base, basin, grade rings, manhole frames and covers, installation of "No Dumping — Drains to Bay /Ocean" decal, potholing of all existing utilities, make connections, removals, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, and all other work necessary to construct the concrete catch basins complete in place. Item No. 47 Construct Concrete Junction Structure No. 1 (COI Std. 306): Work under this item shall include the construction of P.C.C. junction structures per COI Std 306 including but not limited to, pavement removal, exposing utilities in advance of work, excavation, temporary patching or plating, control of ground and surface water, backfill, compaction, disposal of excess excavated materials, installation of base, shaft, grade rings, manhole frames and covers, potholing of all existing utilities, connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, and all other work necessary to construct the P.C.C. junction structure complete and in place. Item No. 48 Construct Concrete Collar: Work under this item shall include steel reinforcement, concrete (560 -C- 3250), removals, protection of interfering portion of existing utilities or improvements, temporary and permanent support of existing utilities, disposal of excess excavation materials and all other work necessary to install complete and in place. Item No. 49 Construct Concrete Junction Structure No. 1 (City Std. 310 -L): Work under this item shall include, the construction of P.C.C. junction structures per CNB Std -310 -1- including but not limited to, pavement removal, exposing utilities in advance of work, excavation, temporary patching or plating, control of ground and surface water, backfill, compaction, disposal of excess excavated materials, installation of base, shaft, grade rings, manhole frames and covers, potholing of all existing utilities, connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, and all other work necessary to construct the P.C.C. junction structure complete and in place. SP19 OF 62 Item No. 50 Concrete Encasement Over Pipe (8" Minimum Cover): Work under this item shall include 8" concrete encasement over pipe where top of the pipe is less than 24" below finish surface as shown on the plans, including removal and disposal of existing interfering improvements, temporary and permanent support of utilities, disposal of excess excavated materials and complete all other work complete and in place. Item No. 51 Adjust/Reconstruct Manhole Frame and Cover to Grade: Work under this item shall include replacement of manhole frame and cover for sewer manholes, utility manholes (where indicated), adjusting and remodeling all manholes to grade and any equipment and materials necessary to complete the work under this contract. Item No. 52 Construct Steel Manhole Curb Plate Assembly: Work under this item shall include constructing the galvanized steel manhole curb plate and hardware over the existing SBC (Pacbell) manhole where it is in conflict with the proposed curb alignment, including necessary appurtenances, concrete curbing and special concrete gutter, concrete collars, formwork, and coordination with SBC for a finished assembly after SBC has adjusted the manhole to the required grade, and equipment and materials necessary to complete the work under this contract. Item No. 53 Relocate and Replace Cathodic Protection Valve Cover, Riser and Adjust to Grade (IRWD Std. W -7): Work under this item shall include replacement of all water valve risers and covers and adjusting and remodeling to grade and any equipment and materials necessary to complete the work under this contract as shown on the plans, IRWD Standard Specifications, and as directed by IRWD Inspector. Item No. 54 Replace 16" BFV Valve Cover, Riser and Adjust to Grade (IRWD Std. W -7): Work under this item shall include replacement of all water valve risers and covers and adjusting and remodeling to grade and any equipment and materials necessary to complete the work under this contract as shown on the plans, IRWD Standard Specifications and as directed by IRWD Inspector. Item No. 55 Replace 4" Blow -Off Valve Cover, Riser and Adjust to Grade (IRWD Std. W -7): Work under this item shall include replacement of 4" blow -off water valve riser and cover and adjusting and remodeling to grade and any equipment and materials necessary to complete the work under this contract as shown on the plans, IRWD Standard Specifications and as directed by IRWD Inspector. Item No. 56 Relocate and Modify IRWD 4" Blow -off Riser Assembly: Work under this item shall include the relocation and adjustments to re- establish the blow -off riser behind the proposed curb as shown on the plans and as shown on IRWD Std W -22, and is to include all materials, fittings, equipment, removals, trenching, and all other items as required to complete the work in place in accordance with IRWD Standard Specifications and as directed by the IRWD Inspector. Item No. 57 Relocate and Modify IRWD 2" ARVR Assembly: Work under this item shall include the relocation and adjustments to re- establish the ARVR valve assembly SP20 OF 62 as shown on the plans and as shown on IRWD Std W -10, and is to include all materials, fittings, equipment, removals, trenching, and all other items as required to complete the work in place in accordance with IRWD Standard Specifications and as directed by the IRWD Inspector. Item No. 58 Furnish and Install 1" Copper Reclaimed Water Service (IRWD Std W- 1): Work under this item shall include the furnishing and installation of a 1" copper service connection to existing 8" ACID RW line in MacArthur Blvd, install meter box, 1" copper line, corporation stop and related incidental work as required per IRWD standards. All work shall be done in accordance with IRWD Std W -1, IRWD Standard Specifications and as directed by the IRWD Inspector, including all removals, trenching, backfilling, and all other items as required to complete the work in place. Item No. 59 Furnish and Install 2" Copper Reclaimed Water Service (IRWD Std W- 2): Work under this item shall include the furnishing and installation of a 2" copper service connection to existing 8" ACP RW line in MacArthur Blvd, install meter box, 2" copper line, corporation stop and related incidental work as required per IRWD standards. All work shall be done in accordance with IRWD Std W -2, IRWD Standard Specifications and as directed by the IRWD Inspector, including all removals, trenching, backfilling, and all other items as required to complete the work in place. Item No. 60 Relocate 2" Meter and Install 2" Copper Reclaimed Water Service (IRWD Std W -2): Work under this item shall include the relocation of the existing meter assembly and meter box, furnishing and installation of a 2" copper service connection to existing 8" ACID RW line in MacArthur Blvd, install meter box (if replacement required), 2" copper line, corporation stop and related incidental work as required per IRWD standards. All work shall be done in accordance with IRWD Std W -2, IRWD Standard Specifications and as directed by the IRWD Inspector, including all removals, trenching, backfilling, and all other items as required to complete the work in place. Item No. 61 Street Light System (City of Newport Beach): Work under this item shall include all labor and material to removing, relocating existing street lights & foundations, constructing street light foundation, relocating street light pole, modifying and installing street light conduit, irrigation controller conduits, pull boxes, and conductors (no splicing of wires and conductors between pull boxes will be allowed), making connections and all other items shown on the plans and as required to complete the work in place. Item No. 62 Street Light System (City of Irvine): Work under this item shall include all labor and material for furnishing and installing street light conduits, irrigation controller conduits, pull boxes, and pull rope, making connections and all other items shown on the plans and as required by Southern California Edison Standard Specifications, to complete the work in place. Item No. 63 Traffic Signing and Striping: Work under this item shall include temporary and permanent striping, striping and marking removals, thermoplastic traffic and parking striping, pavement markers, curb painting, sign relocations, sign removals, L SP21 OF 62 furnishing and installing new signs, and all work necessary to complete the signing and striping as shown on the plans, and as directed by the Engineer, complete in place. Item No. 64 Irrigation System (City of Newport Beach): Work under this item shall include all labor, material, and equipment to furnish and install new irrigation systems; controllers, electrical cabinets, and backflow preventers complete; removing and disposing of existing interfering irrigation systems; protecting existing systems to remain, furnishing and installing couplings, conduits, piping, valves, regulators, wiring, connections to City of Newport Beach /SCE power source; connections to water supply, electrical connections; roadway trenching and resurfacing; controller programming; and sleeves to re- establish existing system to meet project intent; installing new systems to connect with existing systems as appropriate, and all other work necessary to complete the work in place as shown on all the plans and as directed by the Engineer. Item No. 65 Irrigation System (City of Irvine and Centerpointe): Work under this item shall include all labor, material, and equipment to furnish and install new irrigation systems; controllers, electrical cabinets, and backflow preventers complete; removing and disposing of existing interfering irrigation systems; protecting existing systems to remain, furnishing and installing couplings, conduits, piping, valves, regulators, wiring, connections to SCE power drop at Fairchild Road; connections to water supply, electrical connections; roadway trenching and resurfacing; controller programming; and sleeves to re- establish existing system to meet project intent; installing new systems to connect with existing systems as appropriate, and all other work necessary to complete the work in place as shown on all the plans and as directed by the Engineer. Item No. 66 Topsoil Backfill For Planting: Work under this item shall include the excavation and placement of Class "B" select material in the median areas to be planted and areas requiring backfilling to meet proposed grade for planting, such as the northeast corner area adjacent to the Koll Center. This work shall include a minimum of 18 inches depth of the select material over these areas up to meet the intended grade for planting, with allowances for soil amendments as per the Planting Plans, and shall include all labor, material and equipment for excavating, hauling, placing and compacting as top soil, as shown on the plans, per the specifications, and as directed by the Engineer to complete the work in place. Item No. 67 Landscape Planting (City of Newport Beach): Work under this item shall include all labor, material and equipment for landscape planting, including all requirements shown on the plans in the City of Newport Beach, coordinating and providing the replacement planting for for areas disturbed adjacent to the Koll Center (similar to existing conditions), and replacement of any remaining plants damaged during construction (to match the existing landscaping), all as shown on the plans and as directed by the Engineer to complete the work in place. Item No. 68 Landscape Planting (City of Irvine and Centerpointe): Work under this item shall include all labor, material and equipment for landscape planting, including all requirements shown on the plans, coordinating and providing the replacement planting for the Centerpointe Development (similar to existing conditions), and replacement of • • SP22 OF 62 any remaining plants damaged during construction (to match the existing landscaping), all as shown on the plans, as directed by the Engineer, and as directed by the Centerpointe Development representative to complete the work in place. Item No. 69 90 -Day Plant Establishment and Maintenance (City of Newport Beach): Work under this item shall include all labor, material and equipment for providing the 90 -day period of maintenance and plant establishment as indicated on the plans, per the specifications and as directed by the Engineer. Item No. 70 90 -Day Plant Establishment and Maintenance (City of Irvine and Centerpointe): Work under this item shall include all labor, material and equipment for providing the 90 -day period of maintenance and plant establishment as indicated on the plans, per the specifications and as directed by the Engineer. Item No. 71 Traffic Signal Modifications: Work under this item shall include, but not be limited to installing traffic signal controller cabinet, traffic signal poles and mast arms, signal heads, fiber system, traffic loops, battery backup, luminaries, conduits, wiring, pull boxes, internally illuminated street name sign, and all other work necessary to install traffic signals, including pavement removal, exposing utilities in advance of work, controller programming, hardware and software, patching or plating, potholing of all existing utilities, make connections, removals, abandonment or protection of interfering portions of existing utilities or improvements, and all other work necessary to reconstruct. All equipment and materials shall be furnished by the Contractor. Item No. 72 Temporary 6' Chain Link Safety Fence: Work under this item shall include, but not be limited to, furnishing and installing a temporary 6' chain link safety fence with green fabric as described in Section 7 -9 "Protection and Restoration of Existing Improvements" of these special provisions and Section 304 -3 Chain Link Fence of the Standard Specifications, including all labor, materials, and equipment to install relocate, and remove when all related work is completed. Item No. 73 As -Built Plans: Work under this item shall include all work and costs required to submit a set of as -built plans on 24 -inch by 36 -inch mylars to the satisfaction of the Engineer within one month after the final pavement striping work has been completed. PART 2 CONSTRUCTION MATERIALS SECTION 201 - -- CONCRETE. MORTAR, AND RELATED MATERIALS 201 -1 PORTLAND CEMENT CONCRETE 201 -1.1.2 Concrete Specified by Class. Add to this section: "Unless otherwise specified on the plans, Portland Cement Concrete for the work shall be Class 560 -C- 3250." No recycled materials shall be allowed. • • SP23 OF 62 201 -1.1.3 4 -inch Thick Integrally Colored Stamped Concrete Concrete shall be Class 520 -C -2500, or as specified in Section 201 - 1.1.2, "Concrete Specified by Class," of the Standard Specifications. Colored hardener shall match existing on Jamboree Road and shall be "Lithochrome Color Hardener' as manufactured by L. M. Scaffold Company, Los Angeles, California, or an ENGINEER - approved equivalent. Colorwax curing and finishing compound shall match existing on Jamboree Road and shall be "Lithochrome Colorwax" as manufactured by L. M. Scaffold Company, Los Angeles, California, or an ENGINEER - approved equivalent. 201 -1.6 Waterproofing. All below grade portions of concrete retaining wall structures, as indicated on the plans, shall be coated with a waterproofing system such as Slatex Below Grade Waterproofing, as manufactured by Multicoat Products, or an approved equivalent. Installation shall be as recommended by the approved product manufacturer. 201 -2 REINFORCEMENT FOR CONCRETE 201 -2.2.1 Reinforcing Steel. Add to this section: "Unless otherwise specified on the plans, reinforcing steel shall be Grade 60 billet steel conforming to ASTM A 615. 201 -5 CEMENT MORTAR 201 -5.1 General. Cement mortar shall consist of Portland cement, sand, and water. Cement and sand shall first be combined in the proper proportions, and then thoroughly mixed with the required amount of water. Refer to the plan notes for mortar material requirements. SECTION 202 - -- MASONRY MATERIALS 202 -2 CONCRETE BLOCK 202 -2.1 Masonry Units. Add the following: "Concrete block specified as split face type block, shall be tan in color, as manufactured by ORCO Block Company, and conform to the requirements on plans. Cement mortar shall consist of Portland cement, sand, and water. Cement and sand shall first be combined in the proper proportions, and then thoroughly mixed with the required amount of water. 202 -2.1.1 A 2 -inch (nominal) wall cap shall match the splitface units and provide a 1 -inch nominal overhang either side on the wall. • • SP24 OF 62 202 -2.1.2 Ledgestone Veneer Units. Veneer units shall be pre -cast units consisting of portland cement, sand, lightweight aggregates, and mineral oxide pigments. Ledgestone type, pattern and color shall be "Buckskin Mountain Ledge' as manufactured by Eldorado Stone, LLC 1370 Grand Avenue, Bldg B, San Marcos, CA 92069, Ph (800) 925 -1491, Fax (760) 736 -8890, e-mail: www.eldoradostone.com. Veneer Unit Properties: A. Compressive Strength: ASTM C513, 5 sample average = 2,200 psi. B. Shear Test: ASTM C482 = 50 psi. C. Water Absorption: UBC Standard 32 -12 = 22 percent. D. Freeze -Thaw Test: ASTM C 67 = 0.67 percent. E. Thermal Resistance: ASTM C177 = R 0.60. F. Density: ASTM C567 (Dry density) = 75 pcf. 202 -2.1.3 Waterproofing All below grade portions of the concrete structure as indicated on the plans shall be coated with a waterproofing system such as Slatex Below Grade Waterproofing, as manufactured by Multicoat Products, or an approved equivalent. Installation shall be as recommended by the approved product manufacturer. 202 -2.2 Mortar: A. Cement: Any cement complying with ASTM C 270 B. Lime: ASTM C207 C. Sand: ASTM C 144, natural or manufactured sand. D. Pigment: ASTM C979, mineral oxide pigments E. Water: Potable F. Pre - Packaged Latex - Portland Cement Mortar: ANSI A118.4 G. Mortar mixes shall be in accordance with Eldorado Stone, LLC mortar preparation instructions. Add color pigment in accordance with pigment manufacturer's instructions. 202 -2.2.1 Bonding Agent: Daraweld C as manufactured by Grace Construction, or equivalent. 202 -2.2.2 Sealer: Water based silane or siloxane masonry sealer, clear finish. 202 -2.2.3 Product Sample: Following identification of the product type, pattern and color, prepare a "laid -up" sample board using the selected stone and mortar materials specified, showing the full range of colors expected in the finish work. The minimum sample size shall be 3 feet by 3 feet. 202 -2.2.4 The top of the ledgestone veneer walls shall include a "peaked" cap to appropriately match the veneer work, as supplied by the same manufacturer of the • • SP25 OF 62 veneer material. Peaked cap shall be nominally 2" high and uniformly overhang each side of the wall nominally 2 inches. SECTION 207 -- -PIPE 207 -2 REINFORCED CONCRETE PIPE (RCP) 207 -2.1 General. All RCP's to be installed for the work shall be of the "spun" type quality. 207 -2.5 Joints. Add to this section: "All storm drain RCP pipe joints shall be sealed with an external joint sealer. The joint sealer shall consist of a reinforced collar composed of rubberized mastic formulated to bond into the pores of the concrete. The joint sealer shall also have embedded steel straps. All joint sealers shall function identically to Mar Mac "Mac Wrap." The Mar Mac Manufacturing Company may be contacted at (800) 845 - 6962." 207 -9 IRON PIPE AND FITTINGS 207 -9.1 General. Add to this section: "All ductile iron pipe (DIP) and fittings shall be in accordance with 'IRWD Construction Manual' specifications (latest edition)." 207 -17 PVC PLASTIC PIPE 207 -17.1 General. Add to this section: "All PVC pipe shall be UV treated schedule 40 and all PVC fittings shall be UV treated Schedule 80. Joints shall be solvent cement joints." 207 -17.2 PVC Pipe Dome for retaining wall drainage shall be structural foam polyethylene atrium grate with UV inhibitor, No. 90 as manufactured by NDS Products, or approved equivalent. SECTION 209 - -- ELECTRICAL COMPONENTS 209 -1 REGULATIONS AND CODES Add to this Section: "Unless otherwise shown or specified on the plans, or elsewhere in these special provisions, electrical components for signals, street lighting and irrigation systems shall conform to Section 209 Electrical Components of the Standard Specifications. All work involving for City of Irvine Street Lighting facilities shall be in compliance with Southern California Edison Company (SCE) requirements' E • SP26 OF 62 SECTION 212 - -- LANDSCAPE AND IRRIGATION MATERIALS 212 -1 LANDSCAPE MATERIALS Add to this Section: "Unless otherwise shown or specified on the plans, landscape material shall conform to Section 212 -1 Landscape Materials, of the Standard Specifications" 212-2, IRRIGATION SYSTEM MATERIALS Add to this Section: "Unless otherwise shown or specified on the plans, irrigation system materials shall conform to Section 212 -2 Irrigation System Materials, of the Standard Specifications' SECTION 214 - -- PAVEMENT MARKERS 214 -4 NONREFLECTIVE PAVEMENT MARKERS Add to this Section: "All new non - reflective pavement markers types A and AY shall be ceramic." 214 -5 REFLECTIVE PAVEMENT MARKERS Add to this Section: "All new reflective pavement markers shall have glass- covered reflective faces or be 3M Series 290." SECTION 215 - -- IRVINE RANCH WATER DISTRICT FACILITIES 215 -1 GENERAL Domestic water, reclaimed water (irrigation services), and public sewers in the project vicinity are owned and maintained by the Irvine Ranch Water District (IRWD). Any impacts or modifications to their facilities shall conform to the "IRWD Construction Manual' specifications (latest edition), the referenced details, the plan details, and the requirements of the IRWD inspector. SECTION 216 - -- CONSTRUCTION ADVISORY SIGN 216 -1 GENERAL Material shall be per the details attached with these Special Provisions, Exhibit A. However, the sign supports may be fabricated with lumber. • • SP27 OF 62 PART 3 CONSTRUCTION METHODS SECTION 300 - -- EARTHWORK 300 -1 CLEARING AND GRUBBING 300 -1.3 Removal and Disposal of Materials 300 -1.3.1 General. Add to this section: 'The work shall be done in accordance with Section 300 -1.3.2 of the Standard Specifications except as modified and supplemented herein. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. The Contractor shall maintain the job site in a clean and safe condition. The Contractor will remove any broken concrete, debris or other deleterious material from the job site at the end of each workday. All areas of roadway removal and replacement shall have a minimum trench width of 3 -feet to facilitate maximum compaction. Contractor shall meet with the Engineer to mark out the areas of roadway removal and replacement. 300 -1.3.2 Requirements (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections. Replace the first sentence of this Section with: "Saw cuts shall be neatly made to a minimum of two (2) inches." And replace the words "1 '/2 inch" of the last sentence with the words "two (2) inches'. 300 -1.5 Solid Waste Diversion. Non - reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer on a form provided by the Engineer and provide appropriate confirmation documentation from the recycling facility. 300 -3 STRUCTURE EXCAVATION AND BACKFILL 300 -3.1 General. Add to this section: "Sheeting, Shoring and Bracing for Structures. Trenching and structure excavations shall have sheeting, shoring, and 0 • SP28 OF 62 bracing conforming to CAL /OSHA requirements and the jurisdictional owners requirements, including City of Irvine and Newport Beach. The Contractor's attention is directed to the retaining wall adjacent to the Centerpointe Development property. Shoring is expected adjacent to the existing parking lot in order to construct the retaining wall without disturbing the existing parking lot AC paving and concrete curb, or interruption of the private parking lot functions. The Contractor shall make provisions and allowances for an 18" overhang for cars beyond the parking lot curb line, and space for a 6' high chain link safety fence (described elsewhere in these special provisions) between the excavation and /or shoring system for the retaining wall construction and the 18" overhang. The Contractor shall prepare a shoring design, including implementation sketches for the Engineer's review and approval prior to implementation of shoring system. Lateral earth pressures for design of shoring systems shall be consistent with the specific soil conditions where shoring is used, including groundwater, adjacent surcharge, type of shoring, and as otherwise directed by the Engineer. " 300 -3.5 Structure back-fill. Add to this section: "Structure backfill shall have a minimum sand equivalent of 30, and a maximum expansion index of 20. The maximum roack size shall be 3 -inch with the following gradation: Sieve Size Percentage Passing 3 -inch 100 No. 4 25 -70 No. 50 5 -20 No. 200 0 -5 SECTION 302 - -- ROADWAY SURFACING 302 -4 EMULSION - AGGREGATE SLURRY (SLURRY SEAL) 302 -4.3.1 General. Add to this section: "Slurry seal as indicated on the plans shall be Type II ". 302 -5 ASPHALT CONCRETE PAVEMENT 302 -5.1 General. Add to this section: 'The asphalt concrete (AC) used for surface courses and overlays shall be Type III -C3 -AR -4000. AC surface course and overlays shall not be less than 2 inches in final thickness. The AC used for base courses shall be Type III -132 -AR -4000. No recycled materials will be allowed for this project. All cracks 1/8 -inch or greater in width shall be cleaned and sealed with a hot - applied crack sealant approved by the Engineer. Holes, spalls, and cracks in existing pavement to be • • SP29 OF 62 overlaid, greater than 1 -inch in width, shall be filled and compacted with an F -AR 4000 asphalt concrete mix. The pavement shall then be cleaned with a power broom prior to placing overlays." 302 -5.4 Tack Coat. Add to this section: 'Prior to placing the asphalt concrete over base material, between lifts, and overlays, a tack coat of Type SS -1 h asphaltic emulsion at a rate not to exceed one —tenth (1/10) of a gallon per square yard shall be uniformly applied to the surfaces receiving AC, including PCC surfaces and edges against which asphalt concrete is to be placed." SECTION 303 - -- CONCRETE AND MASONRY CONSTRUCTION 303 -4 MASONRY CONSTRUCTION 303 -4.1.1 General. Add to this section: "Masonry materials shall also conform to the requirements under section 202 -2 of these special provisions." 303 -4.1.2 Construction. Add to this section: "Masonry construction shall also conform to the requirements shown on the plans and, 303 - 4.1.2.1 Ledgestone Veneer Installation. "Installer of the ledgestone units shall be thoroughly experienced in this type of masonry construction, and provide documentation to the Engineer of at least 3 other projects similar in nature within the past 2 years, including project location, owner contact name and phone number. Installer shall not commence work until proof of experience has been provided and approved by the Engineer. Block material to receive ledgestone veneer shall be clean and free of obstructions. Adjacent stone work and block work not intended to receive mortar shall be protected from contact with mortar and pigmented mortar, and if marred by mortar shall be cleaned to the satisfaction of the Engineer without damage to the surfaces to be permanently exposed to view. Clean and install ledgestone units in accordance with the manufacturer's installation instructions. Sealer shall be applied per the manufacturer's instructions. All work shall be subject to the manufacturer's field representative at the request of the Engineer. A final cleaning and rinsing of the finished and installed ledgestone veneer surfaces shall be conducted in accordance with the manufacturer's recommended procedures." E • SP30 OF 62 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303 -5.1 Requirements 303 -5.1.1 General. Add to this section: "Sidewalk and curb access ramps shall be opened to pedestrian access on the 3`d day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or patchback shall be placed within 48 hours following concrete placement. Newly poured PCC improvements subject to vehicle loads shall not be opened to vehicle traffic until the concrete has cured to a minimum strength of 2,000 psi." 303 -6 STAMPED CONCRETE 303 -6.1 General. 4 -inch Thick Stamped Concrete. Pattern-Stamped Concrete shall consist of constructing pattern stamped concrete at locations shown on plans. Imprinting of the concrete shall be done in a uniform manner to match existing color and pattern that exists on the Jamboree Road medians, east of MacArthur Boulevard. The pattern shall be a running bond, 4" x 8" x 3/8" (max height) transverse to the length of the median. Colored hardener shall match existing and shall be "Lithochrome Color Hardener' as manufactured by L. M. Scaffold Company, Los Angeles, California, or an Engineer - approved equivalent. The minimum rate of application of the hardener shall be 6.5 Ibs per square yard. Colorwax curing and finishing compound shall match existing and shall be "Lithochrome Colonaax" as manufactured by L. M. Scaffold Company, Los Angeles, California, or an Engineer- approved equivalent. Minimum application coverage of the unthinned colorwax shall be 4 gallons per square yard. Final color, patterned and appearance shall be uniform throughout the entire surface area and match adjoining areas. All surfaces that are not uniform in color and surface texture will be rejected. SECTION 307 - -- STREET LIGHTING AND TRAFFIC SIGNALS 307 -3 STREET LIGHTING CONSTRUCTION Add the following to this Section: "Unless otherwise shown or specified on the plans, or elsewhere in these special provisions, street lighting construction shall conform to Section 307 -3 Street Lighting Construction of the Standard Specifications. • SP31 OF 62 All work involving City of Irvine Street Lighting facilities shall be in compliance with Southern California Edison Company (SCE) requirements' 307 -4 TRAFFIC SIGNAL CONSTRUCTION The following text shall substitute the entire section relating to traffic signal work as shown on the plans. "Sections I through XIII Not Used. XIV. TRAFFIC II SIGNAL AND SAFETY LIGHTING FACILITIES A. General The Contractor shall furnish all tools, equipment, materials, supplies, and manufactured articles and shall perform all operations necessary to modify existing and construct additional traffic signal and street lighting facilities as shown on the drawings and as specified herein. See SCOPE OF WORK. B. Reference Specifications and Standard Plans Standard Specifications - Except as modified herein, materials and installation shall conform to the California Standard Specifications, 1999. All references in this section to "Standard Specifications" shall be understood to be referenced to the California Standard Specifications. 2. Standard Plans - Except as modified herein, all references in this section to "Standard Plans" shall be understood to be referenced to the California Standard Plans, 1999. 3. Codes. Ordinances and Regulations - All electrical materials and equipment furnished and installed under this section shall conform to the referenced regu- lations and codes specified in Section 86 -1.02 of the Standard Specifications, and to all other ordinances and regulations of the authorities having jurisdiction. When reference is made to the Code, Safety Orders, General Orders, or Standards, reference shall be construed to mean the Code, Order or Standard in effect on the date set for receipt of bids. C. Description Furnishing and installing traffic signals and highway lighting systems and payment therefor shall conform to the provisions in Section 86, "Signals and Lighting ", of the Standard Specifications and the Standard Plans of the State of California, Department of Transportation, dated July 1999, and these special provisions. Traffic signal work is to be performed at the following location: Jamboree Road and MacArthur Boulevard 0 D. Equipment List and Drawings rSP32 OF 62 The controller cabinet schematic wiring diagram and intersection sketch, to be mounted on the cabinet door (24" x 36 "), shall be combined into one drawing so that, when the cabinet door is open, the drawing is oriented with the intersection. The Contractor shall furnish two maintenance manuals for all new controller units, auxiliary equipment, and vehicle detector sensor units, control units and amplifiers, furnished by the contractor. The maintenance manuals and operation manuals may be combined into one manual. The maintenance manuals or combined maintenance and operation manuals for controllers shall be submitted at the time the controllers are delivered for testing or, if ordered by the Engineer, previous to purchase. The maintenance manuals shall include but need not be limited to, the following items: (a) Specifications (b) Design characteristics (c) General operation theory (d) Function of all controls (e) Trouble- shooting procedure (diagnostic routine) (f) Block circuit diagram (g) Geographical layout of components (h) Schematic diagrams (i) List of replaceable component parts with stock numbers Furnish one reproducible, in addition to the required five sets, of the cabinet schematic wiring diagram (cronoflex or sepia mylar). E. Scheduling of Work The Contractor may perform sub - surface work consisting of the installation of conduit, foundations, and detectors, prior to receipt of all electrical materials and equipment. Above - ground signal work shall not commence until such time that the Contractor notifies the Engineer, in writing, of the date that all electrical materials and equipment are received, and said work shall start within 15 days after said date. Existing street lighting shall remain in operation until new lighting is operational. No materials or equipment shall be stored at the job sites until receipt of said notification by the Engineer. The job sites shall be maintained in neat and orderly condition at all times. All striping, pavement markings, and signing shall be in place prior to signal turn -on and /or opening of street to public travel. The location of proposed striping and crosswalks shall be marked in the field for approval by the Engineer prior to installation of signal detector loops. F. Foundations Portland cement concrete shall conform to Section 90 -10, "Minor Concrete ", of the Standard Specifications and shall contain not less that 470 pounds of cement per cubic yard, except concrete for reinforced pile foundations shall contain not less that 564 pounds of cement per cubic yard. \J G. Standards, Steel Pedestals and Posts • SP33 OF 62 Where the plans refer to the side tenon detail at the end of the signal mast arm, the applicable tip tenon detail may be substituted. Luminaire mast arms shall be the short radius davit type. The pole shaft and luminaire mast arm shall be manufactured as a single unit. H. Conduit Non - metallic type conduit shall not be used. Insulated bonding bushings will be required on metal conduit. After conductors have been installed, the ends of conduits terminating in pull boxes and controller cabinets shall be sealed with an approved type of sealing compound. Rigid metal conduit, to be used as a drilling or jacking rod, shall be fitted with suitable drill bits for size hole required. Pull Boxes Grout in bottom of pull boxes will not be required. Where the sump of an existing pull box is disturbed by the Contractor's operations, the sump shall be reconstructed and, if the sump was grouted, the old grout shall be removed and new grout placed. Pull boxes, pull box covers, and pull box extensions shall be concrete. Standard Plan Drawing ES -8, "Pull Box Details ", Note 4 -a.5 and b.9, shall not apply to this project. J. Conductors and Wiring Conductors shall be spliced by the use of "C"- shaped compression connectors, as shown on the plans. Splices shall be insulated by "Method B ". Subparagraph 5, of the first paragraph of Section 862.09D, "Splicing ", of the Standard Specifications is deleted. Insulation for conductors installed for internally illuminated street name signs shall be color -coded orange with no stripe. Interconnect cable (SIC) shall be six (6) pair No. 22 twisted- shielded cable, conforming to REA PE -39 specifications. Interconnect cable shall not be spliced, except at designated cable termination points. All pairs of the cable shall be properly connected to a terminal block mounted to each controller cabinet. • SP34 OF 62 K. Bonding and Grounding Grounding jumper shall be attached by a 3/16 inch, or larger brass bolt in the signal standard or controller pedestal and shall be run to the conduit, ground rod or bonding wire in adjacent pull box. Grounding jumper shall be visible after cap has been poured on foundation. L. Service If service equipment cabinet design deviates in any way from the details shown on the plans, details of such deviation shall be submitted to the Engineer for review before fabrication of the contract cabinet. If deemed necessary by the Engineer, one complete prototype cabinet shall be delivered to the Engineer for review at least 30 days before fabrication of the contract fixtures. The prototype cabinet will be returned to the Contractor and, if permitted by the Engineer, the cabinet may be installed in the work. M. Testing Testing will be required for all equipment furnished by the contractor, including contractor furnished controllers. Testing will not be required for any City furnished equipment, including City furnished controllers. The City will not require that the traffic signal control equipment or cabinet be tested at the California Transportation Laboratory or other independent test facility. However, the City will require a Certificate of Compliance be forwarded to the City along with a written certification from the supplier stating that the controller units, auxiliary equipment, and cabinet, fully wired, meet the requirements of the Standard Specifications and these Special Provisions. The functional test for each lighting system shall consist of not less than fourteen (14) days. If unsatisfactory performance of the system develops, the conditions shall be corrected and the test shall be repeated until the fourteen (14) days of continuous, satisfactory operation is obtained. The sixth paragraph in Section 86 -2.14, "Functional Testing ", of the.Standard Specifications, is amended to read: During the test period, the City or its representative will maintain the system or systems. The cost of any maintenance necessary, except electrical energy and maintenance due to damage by public traffic, shall be at the Contractor's expense and will be deducted from any monies due, or to become due, the Contractor. The eighth paragraph in Section 86 -2.14, "Functional Testing ", of the Standard Specifications, is amended to read: A shutdown of the electrical system resulting from damage caused by public traffic or from interruption shall not constitute discontinuity of the functional test. Turn -on of the new traffic signal shall be prior to 1 p.m. and shall not be on, nor shall the functional test start on, a Friday, Saturday, Sunday, holiday, or any day preceding a holiday. The Traffic Engineer shall be notified at least forty -eight (48) hours prior to the intended turn -on. • • SP35 OF 62 Turn -on shall be scheduled only for the hours between 9 a.m. and 12 noon. If the scheduled turn -on cannot be completed before noon, it shall be rescheduled subject to the limitations of this section. A knowledgeable representative for the manufacturer or distributor of the traffic signal control equipment shall be present for the turn- on,and for a reasonable period of time thereafter, as determined by the Engineer. If the representative for the manufacturer or distributer is not qualified, or authorized, to work on the control equipment, the Contractor shall arrange to have a so- qualified signal technician, employed by the controller manufacturer or his representative, present at the time the equipment is turned on. The Contractor shall be required to deliver Controller Cabinets and other City Furnished equipment weighing more than 60 pounds to the job site from a specified location within 100 miles of the job site. Payment for necessary delivery, testing, modifications, repair, storage and pickup of equipment is included in the bid price. No additional compensation for this item will be made. N. Painting All new vehicle and pedestrian heads that are to be furnished by the Contractor shall have all the exposed metal parts of the vehicle or pedestrian housing, door, side mount, visor, and backplate (excluding stainless steel attachment hardware) properly pretreated with environmentally safe, ultraviolet resistant, polyester powder coating, which shall be applied electrostatically at 90 K.V. and baked for 20 minutes at 375 degrees F, per ASTM D -3359, ASTM D -3363 and ASTM D -522. Type II electrical service cabinets and any other cabinets shall be painted to match the exterior finish of the controller cabinet. O. Tvoe 90 Controller Assembl Type 90 controller assembly is an existing 8 -phase Multisonics 820A Controller, complete with integral time base coordination capability, in a Type "P" cabinet. The Contractor shall provide and necessary additional equipment and modify the cabinet to provide the indicated operation. Bicycle Timing Logic Package A special external bicycle timing logic package shall be provided in the traffic signal controller cabinet. For each phase on which bicycle pushbuttons are used, the bicycle timing logic package shall have a separate solid state circuit with a solid state timer capable of an adjustable timing period from 0 to 16 seconds and a display lamp. The lamp shall indicate when a bicycle pushbutton call has been registered and shall remain on until the "bicycle timing" described below has been completed. Actuation of a particular bicycle pushbutton will activate its respective bicycle timing circuit which shall place and hold a vehicle call on the associated vehicle phase as specified below: For actuations received during the yellow or red interval of the phase, the bicycle timing circuit shall place and hold the vehicle call until the start of the next green interval for the phase. At the 0 • SP36 OF 62 start of the next green interval, the vehicle call will continue to be held until the present time on the adjustable time has "timed out ". For actuations received during the green interval of phase, the bicycle timing shall begin immediately and the bicycle timing circuit shall place and hold the vehicle call during the bicycle timing provided that bicycle timing has previously occurred during that same green interval. Actuations received during the green interval while the bicycle timing is in effect, or after the bicycle timing has been completed, will not be remembered or carried over to the next cycle. The bicycle timing shall be totally independent of the controller timing and the removal of the bicycle timing logic package shall not affect the normal operation of the controller. If vehicles or pedestrians are also placing calls on the phase that has received a call from the bicycle timing circuit, then either the vehicle time, pedestrian time, or the bicycle time, whichever is longest, shall be in effect during the time the affected phase is being serviced. The bicycle timing logic package shall be provided in a separate shelf- mounted housing, and the individual timing circuits for each of the individual phases shall be in the same housing and shall be connected by a NEMA- approved connector and harness. P. Vehicle Signal faces and Signal heads All indications shall be 12" LED's, except where indicated on the plans. All lamps for traffic signal units (including programmed visibility type) shall be furnished by the Contractor. Q. Pedestrian Sianals Pedestrian signals shall be Type C with the Z -crate type screen. The hood described in Section 86- 4.05D, "Visors" of the Standard Specifications shall be provided. Pedestrian signals shall be IDC- Indicator Controls Corporation P/N 4094, or approved equal. All Side Pole (SP) installations shall utilize CS Clamshell -type mountings. R. Detectors Loop detector sensor units will be Type B (2 or 4 channel). Loop wire shall be Type 1. Lead -in wire cable shall be Type B. The Contractor shall test the detectors with a motor - driven cycle, as defined in the California Vehicle Code, that is licensed for street use by the Department of Motor Vehicles of the State of California. The unladen weight of the vehicle shall not exceed 220 pounds and the engine displacement shall not exceed 100 cubic centimeters. Special features, components or vehicles designed to activate the detector will not be permitted. The Contractor shall provide an operator who shall drive the motor - driven cycle through the response or detection area of the detector at not less than 3 miles per hour, nor more than 7 miles per hour. • • SP37 OF 62 The number of sensor units and lead -in cables required to achieve the specified detection shall be installed. S. Pedestrian Pushbuttons Pedestrian pushbutton signs, for pushbutton assemblies to be installed on pedestrian pushbutton posts, shall be 5' x 7 -1/2 ". All other pedestrian pushbutton signs shall be 9" x 12" and shall not extend beyond the mounting framework. Installation of pushbutton assemblies for bicycle use shall be accordance with City Standard Plan STD - 913 -L, and pushbutton assemblies shall be 5 inches by 7 -1/2 inches. Push buttons shall be Caltrans approved Type ES -7A installed at a height of 40" from the ground. T. Luminaires Luminaires shall be the full -cutoff type. Glare shields are not required on semi -cutoff or full -cutoff luminaires. Each luminaire shall be die -cast aluminum, with integral regulator ballast and Type IV photoelectric control (section 86- 6.07A) for use in a multiple 120V circuit. The optical assembly shall provide true 90- degree cutoff and shielding (without external glare shield) and shall consist of: a glass or glass - coated gasketed reflector; a heat and impact resistant flat glass lens; and a porcelain - enclosed mogul multiple screw shell socket with lamp grips. The optical assembly shall contain an activated charcoal filter which prevents particulate and gaseous contamination. The reflector shall be specifically designed to produce an ANSI /IES medium, cutoff, Type III light distribution when used with the metal halide lamps. All luminaires shall be General Electric M -400AZ series 250 W HPS with light distribution M -C- 111 or approved equal. U. Photoelectric Controls Type IV photoelectric controls shall be provided on each luminaire and on each internally illuminated street name sign. V. Ballasts The twelfth paragraph in Section 86 -6.10, "High- Intensity- Discharge Lamp Ballasts ", of the Standard Specifications is amended to read: Ballasts for luminaires to be mounted on mast arms, brackets, or lowering assemblies shall be the regulator type and shall be located within the luminaire housing. The ballast for each horizontally- mounted luminaire shall consist of components mounted on a down - opening door. The door shall be hinged and secured to the luminaire housing separately from the refractor or flat lens frame. The door shall be easily removable and replaceable. The door shall be secured 0 • SP38 OF 62 to the housing in a manner to prevent its accidental opening when the refractor or flat -lens frame is opened. Section 86- 6.10A. 'Regulator Type Ballasts ", of the Standard Specifications is amended to read: Regulator -type ballasts shall be lag -type or lead -type and shall conform to the following: 86 -6.10A (1) LAG -TYPE REGULATOR BALLASTS— Each lag - type regulator ballasts shall have the primary and secondary windings electrically isolated and, when operated with the appropriate lamp, shall have the following characteristics and shall maintain the following lamp operation: The power factor shall be not less than 90 percent throughout the life of the lamp at nominal line voltage with a nominally rated reference lamp. 2. Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 18 percent for ± 10 percent input voltage variation. 3. For nominal input voltage and lamp voltage, the ballasts design center shall not vary more than 7- 1/2 percent from rated lamps watts. 4. The ballasts shall be designed so that a capacitance variance of ± 6 percent will not cause more than a ± 8 percent variation in lamp wattage regulation throughout rated lamp life for nominal input voltage. 5. The lamp current crest factor shall not exceed 1.8 for input voltage variation of ± 10 percent at any lamp voltage from initial thorough life. 86- 6.10(2) LEAD -TYPE REGULATOR BALLASTS -- Each lead -type regulator ballast (CWA- constant wattage autoregulator) shall, when operated with the appropriate lamp, have the following characteristics and shall maintain the following lamp operation: The power factor shall be not less than 90 percent when the ballast is operated at nominal line voltage with a nominally -rated reference lamp. 2. Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 30 percent for t 10 percent input voltage variation. 0 3. For nominal input voltage and lamp voltage, the ballast design center shall not vary by more than 7 -1/2 percent from rated lamp watts. 4. The ballast shall be designed so that a capacitance variation of ± 6 percent will not cause more than a ± 8 percent variation in lamp wattage regulation throughout rated lamp life for nominal input voltage. 5. The lamp current crest factor shall not exceed 1.8 for input voltage variation of ± 10 percent at any lamp voltage from initial through life. W. Internally Illuminated Street Name Signs (IISNS) SP39 OF 62 Internally illuminated street name Signs (IISNS) shall conform to the provisions in Section 86- 6.065 of the SSS, and shall be installed in accordance with the construction drawings and the SSP. IISNS shall be Type A. Photoelectric controls for IISNS shall be Type IV. X. OPTICOM Priority Control System This subsection shall apply only where Emergency Vehicle Pre -empt systems are to be protected in place or relocated by the Contractor. Model 762, phase selector units in Model M -360 rack, as manufactured by 3M Company, installed in the existing controller cabinet manufactured by IDC- Multisonics. Install Model 722 Optical Detector units, as manufactured by 3M Company, at locations indicated on the plans. Model 138 Optical Detector Cable as manufactured by 3M Company, shall be replaced. If non -3M Company Equipment shall be proposed, the equipment shall be capable of logging up to 100 events, including user classification, vehicle identification number from among up to 20,000 vehicles, time of priority, elapsed time in priority phase, direction of priority phase, and total duration of priority. The equipment shall be fully compatible and interchangeable with 3M hardware indicated above. The event log shall be retrievable using PC software and hardware intended for use with 3M Model 722 Optical detector units. Existing Model 562 phase selectors and 522 detectors shall be salvaged to City of Newport Beach Public Works Department Traffic Division. XV, MAINTAINING EXISTING AND TEMPORARY ELECTRICAL SYSTEMS Traffic signal system shutdowns shall be limited to periods between the hours of 9:00 a.m. and 3:30 pm. 0 0 SP40 OF 62 The Contractor shall place "STOP AHEAD" and "STOP" signs to direct vehicle and pedestrian traffic through the intersection during traffic signal system shutdown. Temporary "STOP AHEAD and "STOP" signs shall be either covered or removed when the system is turned on. "STOP AHEAD" and "STOP" signs shall be furnished by the Contractor and shall conform to the provisions in Section 12 -3.06 "Construction Area Signs ", of the Standard Specifications, except that the base material for the signs shall not be plywood. One "STOP AHEAD" sign and one "STOP" sign shall be placed for each direction of traffic. Location of the signs shall be as directed by the Engineer. Full compensation for furnishing, installing, maintaining and removing temporary "STOP AHEAD" and "STOP" signs and for covering signs not in use shall be considered as included in the contract lump sum price paid for the signal item involved and no additional compensation will be allowed therefore. All existing signal indications, pedestrian push buttons, detectors, and control equipment shall be maintained in operation, except during shutdown hours as specified above. Existing luminaries, that are to be removed, shall remain in operation until the replacement luminaire is installed and operating. Cost for minor temporary wiring, which may be required on a day- to -day basis, shall be considered as part of the lump sum price bid for each intersection. XVI. NOT USED XVII. NOT USED XVIII. REMOVING, REINSTALLING OR SALVAGING ELECTRICAL EQUIPMENT Hauling and stockpiling of salvaged material off the right -of -way, as directed by the Engineer, shall be included in the lump -sum price for signal construction. XIX. NOT USED XX. NOT USED XXI. FIBER OPTIC CABLE General The specifications used herein shall be used for the removal and re- installation of existing fiber interconnect cable. Fiber optic communication systems and related materials, auxiliary equipment and accessories, hardware, parts, and components to be supplied to the City. Reference is made to other source documents which are generally available to the bidder when using this document. The cable owner is the City of Irvine. The City of Irvine will supervise and inspect all Fiber Work. Delivery Schedule SP41 OF 62 The first fiber optic equipment and materials shall be delivered within 60 days after receipt of the order, with the order to be completed within 120 days after receipt of the order. Additional Equipment and Materials The City reserves the right to order additional equipment and materials as specified in this order at the same prices bid within 90 days of the original order. Any additional equipment shall be delivered before the completion of this contract, and shall be delivered within 90 days of receipt of the original order. Certification When called for by the City, the Vendor shall supply written certification (including test results) that the equipment, materials, and auxiliary equipment conform to the specifications, and are currently accepted by the city. Failure to comply, when requested by the Engineer, within 15 calendar days shall constitute rejection of the contract. Communications Cable — Composite Fiber Optic Signal Cable The specification for existing fiber optic cable is as follows. Any new or replacement cable shall also comply with this specification. Cable Description - Product Specifications for Cooper and Fiber -optic Cable Composite Fiber Optic Cable and Copper Telemetry Cable60 fiber - 24 multi -mode and 36 single -mode 25 pairs - 22 AWG solid copper Temperature Rating: -20 degree C to 70 degree C Fiber Optics: 60 fibers in two cables with four (4) gel - filled loose tubes and two (2) fill tubes with orange Polyethylene jacket for the multi -mode cable. Six (6) gel - filled loose tubes with yellow polyethylene jacket for the single -mode cable. Each cable shall have an insulated epoxy glass rod with a strength member, a mylar binder, rip cord and a medium density polyethylene (MDPE) jacket. Copper Cable: 25 pairs of 22 AWG solid copper, insulated with a mylar binder, coated aluminum shield, water blocking tape under the shield, and black (MDPE) outer jacket, all per REA PE -39. Cable Construction A. Fiber Tube Construction: 24 multi -mode fibers, 6 fibers in 4 tubes and 36 single -mode fibers, 6 in each of 6 tubes. A loose tube construction with multiple color coded fibers, contained in a filled color -coded buffer tube, stranded around an insulated dielectric strength member, with aramid yarn and a gel - filled core. B. Fiber Color Code: 24 multi -mode fibers, 6 fibers in each of 4 tubes, and 36 single -mode fibers, 6 fibers in each of 6 tubes color coded as follows: Multi -mode Cable Sin le -mode Cable 0 SP42 OF 62 Cable #1 Cable #2 Tube Multi -Mode Tube Single-Mode Blue Blue Blue Blue Orange Orange Green Green Brown Brown Slate Slate White White Orange Blue Orange Blue Orange Orange Green Green Brown Brown Slate Slate White White Green Blue Green Blue Orange Orange Green Green Brown Brown Slate Slate White White Brown Blue Brown Blue Orange Orange Green Green Brown Brown Slate Slate White White Slate Blue Orange Green Brown Slate White White Blue Orange Green Brown Slate White C. Fiber Core: The fiber tubes are to be assembled around an insulated epoxy glass strength member, completely filled with flooding compound, wrapped with a mylar binder tape, and bound with a kevlar serving braid to complete the torque balanced fiber core. • • SP43 OF 62 D. Inner Jacket: An extruded Orange & Yellow, .045" (MDPE) inner jacket shall be applied over the completed Multi -mode and Single -mode fiber cable with a nominal, overall, diameter of .408" and .438" respectively. An overall extruded .060 MDPE black outer jacket .shall be applied over the Multi -mode and Single -mode construction with a oval overall diameter of .996 ". E. Copper Telemetry Cable Conductors: shall be 22 AWG solid bare copper, insulated with .012" (MDPE) with a nominal diameter of .70 ". F. Insulated Pairs: Conductors shall be twisted into pairs with a random lay to minimize cross -talk. The length of lay shall not exceed 6 inches. G. Twisted Pair Color Code: The pairs shall be color coded as follows: Pair Color Pair Color 1 Wht/Blu 14 Blk/Brn 2 Wht/Org 15 Blk/Slt 3 Wht/Grn 16 Yel /Blu 4 Wht/Brn 17 Yel /Org 5 Wht/Slt 18 Yel /Grn 6 Red /Blu 19 Yel /Brn 7 Red /Org 20 Yel /Slt 8 Red /Grn 21 Pur /Blu 9 Red /Brn 22 Pur /Org 10 Red /Slt 23 Pur /Grn 11 Blk/Blu 24 Pur /Brn 12 Blk/Org 25 Pur /Slt 13 Blk/Grn H. Pair Assembly: The pairs shall be uniformly wrapped in water blocking tape and wrapped with a mylar binder to complete the cable core. I. Shielding A .008" corrugated aluminum shield shall be longitudinally applied over the completed cable core. J. Outer Jacket: A black UV resistant .060" (MDPE) outer jacket shall be extruded over the completed cable assembly. Finished cable diameter shall be .966" nominal for the Composite Fiber optic cable and .70" for the Copper Telemetry Cable, with a minimum bending radius of twelve times the cable diameter. The cable jacket shall be marked with the manufacturer's name, the year of manufacture, part number, and be sequentially footage marked. Required Fiber -optic Properties A. Multi -Mode fibers 1. 62.5 / 125 microns 2. Maximum attenuation @ 850 /1300nm: 3.50/1.0 dB /km 3. Maximum bandwidth @ 850 / 1300nm: 160/500 MHz B. Single -Mode fibers • • SP44 OF 62 1. 8.3 / 125 microns 2. Maximum attenuation @ 1310 / 1550nm: .35/.25 dB /km Required Electrical Properties - Copper Pairs A. Capacitance: Twisted pairs = 17 pf /ft. nominal B. Capacitance: Pair to pair = 80pf /1000 ft. max. C. Capacitance: Unbalanced to ground = 175 pf /1000 ft. max/avg. Crosstalk: FEXT 49 db /1000 ft. @ 772 kHz NEXT 47 db /1000 ft. @ 772 kHz E. Attenuation: 1.8 db /1000 ft. @ 150 kHz 4.0 db /1000 ft. @ 772 kHz Shipping. Packaging and Additional Requirements A. All reels are to be fully lagged using 2" x 4" lagging. B. All reels will have 36" of the lead end of the cable exposed, amply protected and secured to the side of the reel for testing. C. All fibers in cable shall be tested and test results shall be shipped with reels and provided to the City of Irvine Traffic Engineering /Circulation, OSF. D. All cable will be manufactured within one year of shipment. E. All reels shipped in the upright position to the location specified on the City of Irvine purchase order. F. Freight pre -paid and FOB destination. Termination and Connections Fiber Optic Cable Termination All fiber optic termination components shall meet or exceed the applicable provisions of EIAB455B5. No cutting and /or splicing of fiber optic cable will be allowed between cabinets. All cable ends shall be terminated with AST@ connectors. If the fiber optic cable is terminated in a termination cabinet, all fiber ends shall be connected to a patch panel installed in the cabinet. If the fiber optic cable is terminated in a traffic signal controller cabinet, the fiber ends shall be connected directly to the fiber optic modem; all unused fibers shall be jumpered. All cables shall be routed in each equipment cabinet in a manner that prevents damage during regular operation and maintenance functions. All exposed cable and fiber subcables shall be secured every 12" to 18" to the equipment frame or cable tray with nylon ties, hand tightened only. 0 SpA5 Olr 62 j 0 nets an Enclosures connector ioation Patch Pa The Gross tic Term specified on the plans- Fiber o tic cable i installed where sp ilitate fiber p tin and shall fac e uipment cab g ely enclosures shalfiber caPac"ty' optical signals pass, ers or Patch Panels and 60x2 les and opto-electronof passing q fiG jump anal shall have a lant cab means passing fiber °p sad to connect patch p, Outside lant cable a$1 nal destinations• bay GPnnection between plan cable to Pan to the g ST type connection of p Gable end. Patchcordstsalalcontain terminated, a1so local enclosure and The patch panels Factory- {e 30 -mm through the used to connect each dust covers_ standard fiber optic modems'ave protective atchcords, patch Panel patchcords shall blocal couplings shall have assemblies or p s via the p i the cable to the coup tic I tic modem coupling s• All unused d fiber OP to the fiber oP are I inations rPUCmg and tighfBbuffered, eCt the optical cable term means for the fiber O p„ shall Conn ed with a suitable the mounted couplings e quipped project all for regular operation and ,closure shall be q means of during all rag greater than 4 panel a ,,vide a suitable jumpers must be g shall e to fibers and connectors ump The termination and damage cable. and j tical fibers. securing to prevent diameters on of the op separate connectors, Bend mechanical integrity inside asap tical and Shall reside shall have rriaintenanoe fun s to e• anal enclosure or eQual and Optic patch inches at all times to ensure oP the patch Pane standard type 3eeep The fiber s all have the plans' and 8 inches anei indicated on 20 inches wide Patch panel encl The Patch p Where cabinet. This Cabinet shall be a cabinet. The deep termination of 20 inches high this and 5 inches are necessary for mounted inside Vde, No doors d close without infernal dclosur, shall be high 15 inches w cabinet an an in the panel enclosure P{ 15 inches g and rear of the Punted vertically ensions Puntable to the top they must be able to °P access to nominal dim If doors are provided. Part shall be m to all°w on shall be wall m e Center of the enclosure Gable enclosure anei enclosures- inner connector p the bottom, and the patch P outer cabinet. The anei enclosure from hall provide IN' the be apProXimaterytfie patch P interference anal. The patch panel enclosures shall be patch panel endosurecable ends shall enter constructed of heavy gauge anei enclosure shall be and rd\0 . ceramic both cable sides. The The patch p resistance. Ail enclosure hardwar each side of the vertical center P Z1nc bodies a entry P anted far corrosion lated steel and be pa s shall have nickel Plate' tic strain reliefs at the Mill galvanized connector coup 9 act jumper stainless steel. For interconnectinje noon fiber sleeves. connectors. a short contractor . alignment slee 1emode or 336 cabinets, lied by the designed for sing 330, 332, couplings shall be local type umper cable shall bee S pp.oMectors. Ap coup housed inside the interconnect 1 with tyP modems terminate The er Shall be terming {ed cable shall be tal�bers of the jump nnectors pptical fiber Both ends and p tical GO 1, the cable used. as may be Ma ant component', perfectly n and p eters of equipm field inshe intteerlace param shall be all of the tubing and to the All connectors ant spe0 ,ficalions. buffer and buffer to p satisfy m the cladding the fiber connectors shall termination to to bond defined by the transmission equip fitting II be used The connectors shall provide tight outer jacket Epoxy based ,,,hot melt adhesives s a • • SP46 OF 62 the connector ferrule and body prior to polishing the endface. No dry- termination or "quick crimpy' connectors are allowed. After termination with connectors, the fiber ends must be visually inspected at a magnification of not less than 100 power to check for cracks or pits in the endface of the fiber. If any irregularities found cannot be removed by further polishing, the entire process must be redone by cutting off and disposing the connector body. Multimode Connectors Multimode connectors shall have a maximum allowable connection loss of 0.5 dB per mated pair, as measured per EIAB4551334. No index - matching gel is to be used, dry interfaces only. Multimode connectors shall be capable of field installation on 50/125 and 62.5/125 micron fibers with 900 micron buffers (OD). Each multimode connector shall be of the industry standard ST type, designed for multimode tolerances, and shall meet or exceed the applicable provisions of EIAB455135, 455132A, and 4551334, and shall be capable of 100 repeated matings with a maximum loss increase of 0.5 dB. Connectors shall incorporate a key -way design and shall have a zirconia ceramic ferrule. Connector bodies and couplings shall be made of corrosion- resistant and oxidation - resistant materials, such as nickel plated zinc, designed to operate in humid environments without degradation of surface finishes. Singlemode Connectors Singlemode connectors shall have a maximum allowable connection loss of 0.3 dB per mated pair, as measured per EIAB4551334. No index - matching gel is to be used, dry connections only. Singlemode connectors shall be capable of field installation on 9/125 micron fibers with 900 micron buffers (OD). Each singlemode connector shall be of the industry standard ST type, designed for singlemode tolerances, and shall meet or exceed the applicable provisions of EIAB455B5, 455132A, and 4551334, and shall be capable of 100 repeated matings with a maximum loss increase of 0.3 dB. Connectors shall incorporate a key -way design and shall have a zirconia ceramic ferrule. Connector bodies and couplings shall be made of corrosion - resistant and oxidation - resistant materials, such as nickel plated zinc, designed to operate in humid environments without degradation of surface finishes. Connector Couplings Connector couplings shall be installed in the center patch panel. All shall have nickel - plated zinc bodies and zirconia ceramic alignment sleeves. All couplings shall be designed for singlemode connectors. Optical Splicing Splicing of fiber optic cable will not be permitted except in emergency conditions or as specified on the plans. Fiber optic cable runs and required looping of the cable shall be provided in one continuous length. When splicing is authorized by the Engineer, splicing shall be by trained, authorized persons only. • • SP47 OF 62 Any allowed splicing of fiber optic cable shall be by fusion splice only; no mechanical splices are allowed. All fusion splicing equipment shall be in good working order, properly calibrated, and meeting all industry standards and safety regulations. Cable preparation, closure installation and splicing shall be accomplished in accordance with accepted and approved industry standards. The average splice loss of each multimode fiber shall be 0.2 dB or less per splice and for singlemode fiber shall be 0.1 dB or less per splice. The average splice loss is defined as the summation of the loss as measured in both directions using an optical time domain reflectometer (OTDR) through the fusion splice, divided by two. No individual splice loss measured in a single direction shall exceed 0.25 dB for multimode fiber and 0.15 dB for singlemode fiber. Upon completion of the splicing operation, all waste material shall be deposited in suitable containers, removed from the job site, and disposed of in an environmentally acceptable manner. Fiber - Optics Cabinet Termination Components — (Part Listing for Fiber Termination) New fiber termination supplies standard (Quantities determined by location) Part Fiber Interconnect Unit (FIU) Splice tray kit Dust cover kit ST patch panel (multi -mode) ST patch panel (single -mode) Splice tray ST connectors (multi -mode) ST connectors (single -mode) Loose -tube Fan -out ST -ST jumpers (multi -mode) ST -SC jumpers (multi -mode ST -ST jumpers (single -mode) Part Number Siecor, WCH -04P Siecor, WCH - SPLC -4 -8 Siecor, WCH- DUST -CVR Siecor, CCH- CP12 -15T Siecor, CCH- CP12 -19T Siecor, M67 -068 Siecor, 95- 100 -04 Siecor, 95- 200 -06 Siecor, FAN- BT25 -06 Fibertron, L1008 (ST -ST, 3 meter, simplex) Fibertron, L1014 (ST -SC, 3 meter, duplex) Fibertron, D02K- 31- 31 -001M (ST -ST, 1 meter, duplex) Submittals Detailed drawings and specifications of proposed products shall be submitted at the time of quotation for technical review Representative samples manufactured to the above specifications shall be submitted at the time of quotation for technical approval. Within a minimum of 20 calendar days prior to anticipated construction the Contractor shall provide all documentation pertaining to the materials and method of execution proposed to satisfy the requirements of this section. The Engineer's approval is required prior to the committing of any materials or the commencement of any work. The Engineer shall either approve or disapprove each submitted item within 20 calendar days of submittal subject to the completeness of the Contractor's submittal. Actual elapsed time for the • SP48 OF 62 Engineer's review is dependent upon the completeness and appropriateness of the documentation being submitted. Any deficiencies in the Contractor's submittals shall introduce additional time for approval. Any delays caused by such deficiencies shall not be grounds for extension of project completion dates. The Contractor shall anticipate review intervals and schedule submittals accordingly so as to ensure the project's progress. The Engineer's approval of any submitted documentation shall in no way relieve the Contractor from compliance with the safety and performance requirements as specified herein. Submittals required by this item shall include, but not be limited to, the following: 1. A material staging plan, should the Contractor propose State -owned property as a staging area. 2. Manufacturer's complete specifications for all communication system cables, connectors, patch panels, and associated electronics and hardware components. 3. Manufacturer's complete specifications for optical fiber cable patch panels. 4. A detailed fiber optic cable installation procedure including the following: a. Cable pulling plan which shall state the exact operational procedures to be utilized and which also identifies the physical locations for equipment placement, proposed equipment setup at each location, staffing, and the pulling methodology for each type of cable. b. Manpower proposed for all equipment, safety, and manual assist operations. Quality Assurance All work described in this section shall meet or exceed the applicable provisions of the following documents: 1. ANSI, C8.471983, American National Standard for Polyolefininsulated Thermoplastic Jacketed Communication Cables. 2. EIAB455 (addendum 1 through 5) Standard Test Procedures for Fiber Optics, Cables, Transducers, Connecting and Terminating Devices. 1 EIAB455627A, Method of Measuring (Uncoated) Diameter of Optical Waveguide Fibers, 4. EIAB455B28A, Method for measuring Tensile Failure Point of Optical Waveguide Fibers. 5. EIAB455B34, Interconnection Device Insertion Loss Test. 6. EIAB4551346, Spectral Attenuation Measurement for Long Length Gradedindex optical Fibers. 7. EIA13455689, Fiber Optic Cable Jacket Elongation and Tensile Strength. 8. EIAB455B95, Absolute Optical Power Test for Optical Fibers and Cables. C, J 9. EIAB359BAII Special Colors. Fiber Optic Cable Installation Cable Installation Supervision SP49 OF 62 Supervision of the materials and installation requirements as specified herein shall be provided to insure a complete operating communication system. All test results and installations shall be certified and submitted to the Engineer prior to final acceptance and payment. Cable Protection During Installation All fiber optic cable shall be pulled in conduit except as specified on the plans. Care shall be exercised during cable pulls through conduit bends and looping in pull boxes. To reduce the possibility of damage to the outer jacket of the fiber optic cable, protective measures shall be used when the cable is installed. The requirements herein shall be followed, but do not limit the installation to only those identified. The purpose of the installation specifications is to ensure protection of the fiber optic cable when it is installed. Other protective measures not specified herein may be taken during installation if it will ensure protection of the cable. Jacket damage will require anew cable run! Repair of cable jacket will not be permitted! A cable feeder guide shall be used between the cable reel and the face of the duct and conduit to protect the cable and guide it off the reel and into the duct. The cable shall be carefully inspected for jacket defects as it is removed from the reel. If defects are noticed, the pulling operation shall be stopped immediately and the Engineer notified. Precautions shall be taken during installation to prevent the cable from being kinked or crushed. A pulling eye shall be attached to the cable end and be used to pull the cable through the duct and conduit system. As the cable is pulled off the reel and into the cable feeder guide, it shall be sufficiently lubricated with a lubricant that shall be of the waterBbased type and approved by the cable manufacturer. Dynamometers or break away pulling swings shall be used to ensure the pulling line tension does not exceed the installation tension values specified by the cable manufacturer. The mechanical stress placed upon the cable during installation shall not be such that the cable is twisted and stretched. Maximum allowable cable strain during installation shall be less than 0.75 %. The pulling of the cable shall be hand assisted at each handhole or pullbox. The cable shall not be crushed, kinked or forced around a sharp corner. Sufficient slack shall be left at each end of the cable to allow proper cable termination. At each pullbox or vault and at each cabinet, the cable shall be visibly marked as follows: "CAUTION - FIBER OPTIC CABLE" • SP50 OF 62 The maximum length of cable pulling tensions shall not exceed the cable manufacturer's recommendations. The cable shall be looped in all Type 6E pull boxes and vaults to provide approximately thirty (30) feet of extra cable in the pull box. In junction boxes and No. 3E pullboxes, the cable shall be straight through. At termination points, such as at cabinets or computers, a thirty -foot loop shall also be provided wherever space permits. The supplier of the fiber optic cable shall provide assistance and /or supervision in the installation process unless the installing company meets the requirements of the supplier. Fiber Optic Cable Installation Procedures Fiber optic cables shall be installed in continuous lengths without intermediate splices throughout the project. Cable installation personnel shall be familiar with the cable manufacturer's recommended procedures including, but not limited to, the following: 1. Proper attachment to the cable strength elements for pulling during installation. Depending on cable design this will involve direct attachment to internal strength members or attaching an external "Kellums" or split mesh grip. 2. Cable tensile limitations and tension monitoring procedures. 3. Cable bending radius limitations. The Contractor shall comply with the cable manufacturer's specifications at all times. To accommodate long continuous installation lengths, bidirectional "center pull" techniques for the pulling of the fiber optic cable is acceptable and shall be implemented as follows: 1. From the midpoint, pull the fiber optic cable into the conduit from the shipping reel in accordance with the manufacturer's specifications. 2. When this portion of the pull is complete, the remainder of the cable must be removed from the reel to make the inside end available for pulling in the opposite direction. 3. This is accomplished by hand pulling the cable from the reel and laying into large "figure eight" loops on the ground. 4. The purpose of the figure eight pattern is to avoid cable tangling and kinking. 5. The loops shall be laid carefully one upon the other (to prevent subsequent tangling) and shall be in a protected area. 6. The inside reel end of the cable is then available for installation. 7. In some cases, it may be necessary to set up a winch at an intermediate cable vault. 8. The required length of cable shall be pulled to that point, and brought out of the cable vault and coiled into a figure eight. 9. The figure eight is then turned over to gain access to the free cable end. This can then be reinserted into the duct system for installation into the next section. • • SP51 OF 62 Slack fiber optic cable shall be coiled and secured with cable ties in the pullbox, vault, or cabinet. The Contractor shall ensure that the minimum bending radius of the fiber optic cable is not compromised when preparing this stored cable slack. The pulling eye /sheath termination hardware on the fiber optic cables shall not be pulled over any sheave blocks. Installation by blowing the fiber cable through the conduit shall be allowed using forced air and equipment intended for this purpose; however, applicable sections of these Special Provisions shall apply, as determined by the Engineer. When power equipment is used to install fiber optic cabling, the pulling speed shall not exceed 30 meters per minute. The pulling tension and bending radius limitation for fiber optic cable shall not be exceeded under any circumstances. Large diameter wheels, pulling sheaves, and cable guides shall be used to maintain the appropriate bending radius. Tension monitoring shall be accomplished using commercial dynamometers or loadcell instruments. The Contractor shall submit detailed installation procedures (pull plans) for approval ten (10) working days prior to pulling in each fiber optic segment. The pull plan shall contain the manpower and equipment to be used, locations of the manpower and equipment for each pull, location of figure eights, and the estimated pulling tensions. Provide the pulling tension calculations and backup with the pull plan. If fiber optic cable will reside without copper wires in a PVC conduit, the Contractor shall install a bare or green - insulated #14 or larger copper locator /ground wire in the conduit together with the fiber optic cable. Fiber Optic Cable Link Testing The installed optical fiber cable shall be tested for compliance with the transmission requirements of this specification, the cable and hardware manufacturer's specifications, and prescribed industry standards and practices. The following tests shall be performed before and /or upon completion of the fiber optic cable installation and connectorization. The Contractor shall notify the Engineer in writing 10 working days in advance, prior to commencing these tests. Test Descriptions Multiple tests shall be required before, during, and after installation of the cable. The results of these tests shall be both logged and posted in the cabinet and in a conspicuous location for future comparisons. Upon completion of the project, the log shall also be submitted for future comparisons and made part of the project documentation. The types of acceptance tests required by the City of Irvine optical fiber cable system certification are: • Continuity Testing (before installation) • Optical Time Domain Reflectometer (OTDR) Testing (before and after installation) • Insertion Loss Testing (after installation) Continuity Testing • • SP52 OF 62 The first continuity test shall be performed prior to the installation of the connector, and shall consist of an end -to -end continuity test to safeguard proper installation of the fiber optic cable. The second continuity test procedure shall be used on short links (less than 100 meters) of the cable system during construction to validate continuity of the fiber elements. Cable continuity shall be verified using a visual light source, typically a 635 -nm laser diode. For cables with insertion loss of less than 3 dB, the light source shall be commercial test equipment light source, such as the Siecor OS -100D test set, a RIFOCS 263A visual fault finder, or equivalent. The continuity test procedure shall also be used to verify continuity on all fibers prior to measuring preBinstallation attenuation using an OTDR. This insures that the fibers are completely continuous from end to end, since single -ended OTDR tests cannot reveal fiber discontinuities close to the cable endpoints. Optical Time Domain Reflectometer (OTDR) Testing These tests shall occur after the termination process has been completed. Each point -to -point link shall be tested for optical power loss with an OTDR in both directions. The connectors shall be identified by numbered colored tape, where each tape color shall be consistent throughout the project. The Contractor shall use Optical Time Domain Reflectometer (OTDR) testing to insure that each fiber is one continuous length (contains no splices within the cable structure) and meets the attenuation specifications of the manufacturer and cognizant industry standards. OTDR measurements made before the cable installation provide baseline data for comparison to post - installation OTDR tests. The OTDR test also provides useful measurements and documentation for the installed system. Therefore, OTDR traces shall be generated into a hard copy and software file on a floppy disk for the purpose of developing historical "as- built" documentation regarding the cable's condition before and after it was installed. The hard -copy and floppy disk documentation shall be provided to the City. Prior to cable installation into the duct and conduit systems, and connectorization of the multimode and singlemode optical fibers, all optical fiber cable shall be tested by the Contractor using an OTDR. Cable sections failing this test shall be disqualified from subsequent use for installation. Prior to conducting OTDR tests, the Contractor shall provide the City with information regarding what type test equipment will be utilized (manufacturer and model number) plus the equipment calibration procedures that will be utilized by the Contractor. An optical time domain reflectometer (OTDR) with recording capability shall be utilized to test for the end -to -end transmission quality of each optical fiber. Quality tests shall consider both attenuation and localized loss discontinuities. Two types of OTDRs will be required to fully test the hybrid cable. One OTDR shall be equipped with a 1300 -nm light source and be compatible with 50/125 and 62.5/125 ❑m multimode test fibers. The other OTDR shall be equipped with a switchable, dualwavelength module with 1300 -nm and 1550 -nm light sources, and be compatible with singlemode test fibers. A single OTDR mainframe that accepts both multimode 1300nm and singlemode 1300/1550 plug -in modules is recommended. The OTDR(S) shall either be capable of writing to a floppy disk or configured with an XY plotter to provide a hard • • SP53 OF 62 copy record of each test measurement. The OTDR(S) shall be equipped with sufficient internal masking to allow the entire cable section to be tested. This may be achieved by using an optical fiber pigtail of sufficient length to display the required cable section, or by using an OTDR with sufficient normalization to display the required cable section. A hard copy XY plot shall be provided to the City for all fiber optic tests. Required OTDR Trace Information All traces shall display the entire length of cable under test, highlighting any localized loss discontinuities. The trace shall display fiber length (in kilofeet), fiber loss (dB), and average fiber attenuation (in dB /km) as measured between two markers placed as near to the opposite ends of the fiber under test as is possible while still allowing an accurate reading. Time averaging shall be used to improve the displaysignal -to -noise ratio. If connectors exist in the cable under test, then two traces shall be recorded. One trace shall record the fiber loss (dB) and average attenuation (dB /km) of the entire cable link, including connectors. The second trace shall display a magnified view of the connector regions, revealing the connector losses (dB). All connector losses shall be measured using the Least Squares Approximation (LSA) or 5 -point splice loss measurement technique. The OTDR trace shall also include the following information: The date and time of the test The Cable ID number The fiber color or ID number The optical wavelength used for the test The refractive index setting of the OTDR The pulse width setting of the OTDR The averaging interval of the test Each connector shall be tested for optical loss using an OTDR. Measure each connector in both directions, at 1300 nm, for multimode and singlemode connectors. An XY plot, from the OTDR, shall be provided for each connector measurement. Connector loss shall meet or exceed the requirements of the connector specifications. The OTDR shall be calibrated for correct index of refraction to provide proper length measurement for the known length of reference fiber. Insertion Loss Testing Insertion loss testing is performed after the cable has been installed, terminated with connectors, and connected to the patch panels. It is used to closely emulate the losses incurred in a fully assembled optical data link. It measures actual losses through connector panels and fiber cable. A light source from an insertion loss test set directly replaces the data transmitter at the output launch point and an optical power meter replaces the data receiver at the data receiver input port. The Contractor shall conduct insertion loss testing on all installed and terminated optical fiber elements. Insertion loss test measurements for each fiber on each cable shall be documented by the Contractor and the results provided to the City. Testing shall be conducted at 1300 nm for all multimode subcables and at both 1300 and 1550 ran for all singlemode subcables. Total end -to -end loss for each subcable in each cable shall be within the fiber optic modem manufacturer's allowable loss budget specifications. The total end -to -end insertion loss, • • SP54 OF 62 between adjacent modems, for any multimode fiber link within the system shall be less than 15 dB. The total end -to -end insertion loss, between adjacent modems, for the singlemode fiber links shall be less than 10 dB at 1300 nm and less than 6 dB at 1550 nm. If it is not, the Contractor shall take corrective measures to bring the cable link's insertion loss into compliance with the manufacturer's specifications, including remating and retermination of the connectors, and /or replacement of the cable. The Contractor shall provide the City with information regarding what type test equipment will be utilized (manufacturer and model number) plus the equipment calibration procedures that will be utilized by the Contractor prior to conducting this test routine. The test recordings for all fiber cables shall be provided on documentation sheets in a form to be determined by the City and submitted to the city within two (2) weeks after termination of the fiber elements. Insertion Loss Test Equipment Testing Light Source An LED light source with a wavelength equal to the operational system wavelength shall be used. The LED shall be stable within 0.1 dB in output power over a time period sufficiently long to perform the measurement. For multimode fibers, the spatial output of the LED shall overfill the numerical aperture (NA) and core diameter in order to best simulate realistic launch conditions generated in the actual system. Launch Reference Cable The cable shall provide for attachment to the light source. The launch reference cable shall be of the same fiber size and type as the fiber under test. To eliminate cladding modes, a self - modestripping cable or a low loss ( -0.5 dB) mandrel wrap mode filter shall be used. Power Meter The detector in the power meter shall have an effective numerical aperture (NA) and active area that is larger than the fiber under test. The power meter shall have a sufficient measurement range to measure the insertion loss of the cable and connectors in the link. The power meter must be linear over the range of losses to be measured in the system and have sufficient resolution for the proposed measurements (0.05 dB). The power meter must be able to measure both absolute power in units of dBm and relative loss in units of dB. The power meter must also be able to change its calibration wavelength to match the system operation wavelength (850, 1300, or 1550 nm). Insertion Loss Test Procedures and Execution The Contractor shall provide all personnel, equipment, instrumentation and supplies necessary to perform all testing. Zero Reference Cable Connect the launch reference cable between the test light source and the power meter detector. Illuminate the reference cable and record the optical power as Ref. Power 1 in dBm. System Insertion Loss • SP55 OF 62 The system to be tested shall be inserted between the launch reference cable and the power meter, completing the optical path from the LED to the power meter. Record the optical power shown on power meter as Test Power 1 in dBm. System Insertion Loss 1 is then calculated by the following equation: NOTE: Record insertion loss as a positive value. System Insertion Loss 1 (dB) = Ref. Power 1 (dBm) - Test Power 1 (dBm) The system under test shall then be tested from the other end in a similar fashion as above. Here, record the output of the launch reference cable as Ref. Power 2 and the output of the system link as Test Power 2. System Insertion Loss 2 is calculated identically: System Insertion Loss 2 (dB) = Ref. Power 2 (dBm) - Test Power 2 (dBm) Test Documentation The results of system link insertion loss testing shall be recorded along with the test date, name of person performing the test, and the brand name, model number and serial number of the equipment used during the test. OTDR Equipment to be Furnished As a bid alternate, the Contractor shall furnish an OTDR measuring device that shall be capable of providing OTDR measurement tests meeting the requirements of this specification. The City reserves the right to eliminate this equipment purchase from the project without penalty or adjustment in any other bid items and costs. • OTDR must be a dedicated field- rugged test instrument, not a laptop computer or similar; no plug -in modules. • Compare function to display two traces simultaneously • Automatic test function selects machine settings and provides a fully automatic event search • Semi - automatic search performs the event search with the user's machine settings. • Search results displayed in an event table. • Programmable search allows the user to enter specific locations (such as the location of near -zero splice losses) that are to be tested each time the semi - automatic search is run. • Automatic file naming function to automatically increment a numbered filename each time a fiber is tested. This function must test at both wavelengths and save the event table for both wavelengths. This must be a one - button - per -fiber test. A maximum loss threshold may be set so that the user will be warned if an event is detected with loss exceeding the threshold. • Built -in mouse controls functions on- screen with pull -down menus; operation is simple point- and - click. Dedicated hard -keys are provided for often used functions. • 2 -PT and LSA Fiber and splice loss modes; Reflectance of connectors, splices and other components • OTDR must warn user if a bad disk is detected or if data saved is not written on disk • Power Meter Data must be saved and printable in chart form. 0 0 SP56 OF 62 • OTDR hardware is factory upgradeable; without plug -in modules • Software upgrades are performed via the diskette and can be done by the user. • Emulation software provides all of the same analysis functions as found on the OTDR, plus batch printing, 1 or 2 traces per page, batch editing of header and scale settings, control of print order, bi- directional trace overlay. Accessories • Bare Fiber Adapter, FC compatible • Jumper, 2 meters, Single -mode, FC /UltraPC connectors As -Built Records The Contractor shall provide the City with a cable route diagram indicating the actual cable route and "meter marks" for all intersections, directional change points in the cable routing, and all termination points. The Contractor shall record these points during cable installation. Cable system "as- built" drawings showing the exact cable route shall be provided by the Contractor to the City. Information such as the location of slack cable and its quantity shall also be recorded in the cable route diagram. Implementation Quality The optical fiber transmission media and related hardware shall be implemented in a manner that is consistent with industry standards, modern telecommunications and electronic design principles, and compatible with requirements for efficient system maintenance. The Contractor's equipment, materials, and installation procedures shall conform to all applicable codes and accepted industry standards and practices. Special Definitions Core nonBcircularity is defined as the difference between the longest and shortest cords each passing through the center of the core and connecting on the core /cladding interface, divided by the average core diameter. Optical fiber dimensions shall be in compliance with the methods for measuring as established in EIA- 455 -176. Cladding non - circularity is defined as the difference between the longest and shortest cords, each passing through the center of the cladding and connecting points on the outer cladding surface, divided by the average diameter of the cladding surface. Concentricity error is the distance between the core and cladding centers divided by the average core diameter. XXII. 24V BATTERY BACK -UP SYSTEM FOR TYPE 90 SYSTEM TRAFFIC SIGNALS UTILIZING LIGHT EMITTING DIODES (LED) TRAFFIC SIGNAL MODULES: General • SP57 OF 62 The battery back -up system (BBS) shall be designed for outdoor applications and shall include, but not limited to the following: Inverter module with a built -in battery charging circuitry, batteries, a combined 30 /Automatic Transfer Relay — manually operated non - electric bypass switch (See Figure 1 on page 38 — BBS Block Diagram) and all necessary hardware and interconnect wiring. The BBS shall provide reliable emergency power to a traffic signal in the event of a power failure or interruption. The BBS shall be capable of providing power for full run -time operation for an "LED- only" Intersection (all colors red, yellow, and green), an intersection with yellow only incandescent bulbs, or flashing mode operation for an intersection using Red LED's. 1.0 Operation 1.1 The BBS shall provide a minimum two (2) hours of full run -time operation for an "LED- only" intersection (minimum 700W /1000VA active output capacity, with 80% minimum inverter efficiency). The BBS shall have at least 4000 wafts of peak power. 1.2 The maximum transfer time from loss of utility power to switch over to battery backed inverter power shall be less than 65 milliseconds. 1.3 The BBS shall provide the user with 3 -sets of normally open (NO) and normally closed (NC) single -pole double -throw (SPDT) relay contact closures, available on a panel- mounted terminal block, rated at a minimum 120V/1A, and labeled so as to identify each contact. For typical configuration, see Exhibit B attached to these Special Provisions. There shall be a LED indication when each relay is activated. All relays should be deactivated by turning the BBS switch to off. 1.3.1 The first set of NO and NC contact closures shall be energized whenever the unit switches to battery power. Contact shall be labeled or marked "On Batt." 1.3.2 The second set of NO and NC contact closures shall be energized whenever the battery approaches approximately 40% of remaining useful capacity. Contact shall be labeled or marked "Low Batt." 1.3.3 The third set of NO and NC contact closures shall be energized two hours after the unit switches to battery power. Contact shall be labeled or marked "Timer." 1.4 Operating temperature for both the inverter module and the combined 30A Automatic Transfer Relay - Manual Bypass Switch shall be -37 °C to +74 °C. 1.5 • SP58 OF 62 The combined 30A Automatic Transfer Relay - Manual Bypass Switch shall be rated at 240VAC /30 amps, minimum. 1.6 The BBS shall use an internal temperature - compensated battery charging system. The charging system shall compensate over a range of 2.5 — 4.0 mV / °C per cell. 1.7 Batteries shall not be recharged when battery temperature exceeds 50 °C ±3 °C, and the battery charger should shut off. 1.8 BBS shall bypass the utility line power whenever the utility line voltage is outside of the following voltage range: 100VAC to 130VAC (t2VAC). 1.9 When utilizing battery power, the BBS output voltage shall be between 110 VAC and 125 VAC, pure sine wave output, 60Hz ±3Hz. 1.10 BBS shall be compatible with Type 90 controllers and components for full time operation. 1.11 When the utility line power has been restored at above 105 VAC ± 2 VAC for more than 30 seconds, the BBS shall dropout of battery backup mode and return to utility line mode. 1.12 When the utility line power has been restored at below 125VAC ± 2 VAC for more that 30 seconds, the BBS shall dropout of battery backup mode and return to utility line mode. 1.13 BBS shall be equipped to prevent a malfunction feedback to the cabinet or from feeding back to the utility service. 1.14 In the event of inverter failure, battery failure or complete battery discharge, the 30A Automatic transfer relay shall revert to the NC state, where utility line power is reconnected to the cabinet. 1.15 Recharge time for the battery, from "protective low- cutoff' to 80% or more of full battery charge capacity, shall not exceed ten (10) hours. 2.0 Mounting /Configuration 2.1 Complete BBS, except batteries, shall fit inside a typical, fully equipped Type P Cabinet that includes one Type 90 controller. W14 • t SP59 OF 62 Mounting method shall be shelf- mount, rack - mount, swing -tray or combination of either. Front - mounted available rack space is 3U or approximately 6 inches. 2.2.1 Inverter Unit shall be shelf- mounted, and mount from the front of the cabinet with controls and meters in the front and all wiring connections in the back. 2.2.2 All batteries shall be located in the battery cabinet, see Exhibit "E ". 2.2.3 The combined 30A Automatic Transfer Relay Manual Bypass Switch shall be mounted on the EIA rail or shelf mounted. 2.3 All necessary hardware for mounting (shelf angles, rack, etc.) shall be included in the bid price of the BBS. 2.4 All interconnect wiring provided between the combined 30A Automatic Transfer Relay Manual Bypass Switch and Cabinet Terminal Service Block shall be no less than 2 meters of #10 AWG wire. 2.5 Relay contact wiring provided for each set of NO /NC relay contact closure terminals shall be 2 meters of #18 AWG wire. 3.0 Maintenance, Displays, Controls and Diagnostics 3.1 The BBS shall include a display and /or meter to indicate current battery charge status and conditions. 3.2 The BBS shall have lightning surge protection compliant with IEEE /ANSI C.62.41. 3.3 The BBS shall be equipped with an integral system to prevent battery from destructive discharge and overcharge. 3.4 The BBS and batteries shall be easily replaced with all needed hardware and shall not require any special tools for installation. 3.5 The BBS shall include a resettable front -panel event counter display to indicate the number of times the BBS was activated and a front -panel hour meter to display the total number of hours the unit has operated on battery power. Both meters should be resettable. • • SP60 OF 62 Manufacturer shall include two (2) sets of equipment lists, operation and maintenance manuals, and board -level schematic and wiring diagrams of the BBS, and the battery data sheets. Manual shall conform to TEES 1999, Chapter 1 Section 1.2.4.2. 4.0 Battery System 4.1 Individual batteries shall be 12V type, 65 Amp -Hour or 105 Amp -Hour maximum, and shall be easily replaced and commercially available off the shelf. 4.2 Batteries used for BBS shall consist of 2 to 4 batteries with a cumulative minimum rated capacity of 105 Amp- Hours, and a maximum system voltage of 24 VDC to comply with NEC Class 2 Voltage. 4.3 Batteries shall be deep cycle, sealed prismatic lead- calcium based AGM/VRLA (Absorbed Glass Mat/Valve Regulated Lead Acid) group 24 or group 31. 4.4 Batteries shall be certified by the manufacturer to operate over a temperature range of -25 °C to +74 °C. 4.5 The batteries shall be provided with appropriate interconnect wiring and corrosion- resistant mounting trays and /or brackets appropriate for the cabinet into which they will be installed. 4.6 Batteries shall indicate maximum recharge data and recharging cycles. 4.7 Battery interconnect wiring shall be via modular harness. 4.8 Battery terminals shall be covered and insulated so as to prevent accidental shorting. 5.0 Warranty Manufacturers shall provide a two (2) year factory- repair warranty for parts and labor on the BBS from date of acceptance by the State. Batteries shall be warranted for full replacement for two (2) years from date of purchase. The warranty shall be included in the total bid price of the BBS. 6.0 Battery Cabinets The battery cabinets shall be P/N FCU103980 or approved equal and made of Aluminum alloy and of a size and details as shown on Exhibit "C" attached to these Special Provisions. The battery cabinets for the Type 90 cabinets shall be painted "Newport Beach White" to match the existing signal cabinets and be mounted to the side of the existing signal cabinet at a height to be approved by the City Engineer." 9 SP61 OF 62 SECTION 308 - -- LANDSCAPE AND IRRIGATION INSTALLATION 308 -1 GENERAL Add the following: "Unless otherwise shown or specified on the plans, landscape and irrigation installation shall conform to Section 308 Landscape and Irrigation Installation, of the Standard Specifications" SECTION 310 - -- PAINTING 310 -5 PAINTING VARIOUS SURFACES 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310 -5.6.7 Layout, Alignment, and Spotting. Modify and amend this section to read: 'The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without the proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight." 310 -5.6.8 Application of Paint. Add to this section: 'Temporary painted traffic striping and markings shall be applied in one coat, as soon as possible and within 24 hours after the finish course has been applied. Paint for temporary traffic striping and pavement markings shall be white Formula No. 2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured by Morton. These temporary paints shall be applied at 1.5 mils wet. The final striping for all painted areas shall be sprayable reflectorized thermoplastic. The sprayable reflectorized thermoplastic pavement striping shall not be applied until the paving has been in place for at least 15 days. The thermoplastic shall be applied at 0.45 mm minimum thickness for all striping except crosswalks and limit lines — which shall be 0.90 mm minimum thickness. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re- install "NO PARKING, TOW- AWAY" signs and re- notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes /covers /damages existing striping and /or raised pavement markers outside of the work area, he shall re- stripe /replace such work items at no cost to the City. , • SP62 OF 62 The Contractor shall paint or otherwise delineate, to the satisfaction of the Engineer, temporary traffic lanes when (1) two opposing traffic lanes are adjacent or (2) there is more than one lane in any one direction, for more than three consecutive calendar days. Dependent upon construction phasing, the Engineer may require the Contractor to apply two applications of paint to maintain adequate delineation on base pavement surfaces, at no additional cost to the City." SECTION 312 - -- PAVEMENT MARKER PLACEMENT AND REMOVAL 312 -1 PLACEMENT. Amend this section with: 1. The location of raised pavement fire hydrant marker shall conform to the City of Newport Beach Standard Plan No. STD - 902 -L. 2. The Contractor shall install raised pavement markers until after the pavement finish course has been placed for at least 15 days." PART 4 SECTION 400 - -- ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 400 -2 UNTREATED BASE MATERIALS 400 -2.1 General 400 -2.1.1 Requirements. Add to this section: 'The Contractor may substitute crushed miscellaneous base for aggregate base as the pavement base material." FAUSERS \PB\MShared \Contracts \FY 02- Mamboree- MacArthur Intersection C- 3369 \SPECS C-3369.doc A REVISIONS X —� —Y 8 W/4 —$7-- try �— X D' C' W BASELINE W = WIDTH OF LEFT TURN POCKET L = LENGTH OF TAPER X = DISTANCE FROM POINT "A" ALONG BASE LINE Y = OFFSET FROM BASE LINE AB= BC= CD =L /3 AB' AND C'D' ARE PARABOLIC CURVES EXCEPT ON CURVED ALIGNMENTS SINGLE LEFT TURN POCKET L =90' W =10' X 0' 10' 20' 1 30' 1 40' 1 50' 60' 70' 80' 90' 16.80' �_®® 19.20' 19.80' m ee 5.83' 7.50' 8.89' 9.72' 10.00' DOUBLE LEFT TURN POCKET L =150' W =20' ©m®®®®®®® 90' 100' 110' 120' 130' 140' 150' 11.00' © e e• 16.80' �_®® 19.20' 19.80' m ee • •• III 80' 90' 100' 110' 120' 130' 140' 150' 11.00' 13.00' 15.00' 16.80' 18.20' 19.20' 19.80' 20.00' NOTE : 1. IN THE CASE WHEN THE BASELINE IS CURVED THE OFFSETS ARE CAL- CULATED BY ASSUMING THE BASELINE TO BE A TANGENT, THEN THEY ARE APPLIED TO THE CURVED BASELINE. AB' AND C'D' ARE NO LONGER PARABOLIC AND B'C' IS NO LONGER TANGENT. 2. THE MINIMUM WIDTH OF A RAISED MEDIAN IS 4 FOOT WIDE FROM CURB FACE TO CURB FACE. CITY OF IRVINE PARABOLIC CURB TRANSITION STANDARD PLAN No. 107 5y; a roll R.C.E. 31515 Sheet I of I City Engineer 1).t. 2 7 G/ +6'12"— T. WIDTH TO THIS POINT /2" SEE 2" R SEE NOT CURB #4TE E 1/2" R 5 8 11 3/4" ° R / a• a 6. a f 1 7/8" J LEVEL LINE 20 1/2° CONC. PER L.F. = .040 CU. YDS. 1 CU. YD. = 24.8 L.F. TYPE "A" A 6" PVMT. WIDTH TO THIS POINT 2" 24" 1/2 "R 1/2" R 8" CURB FACE 1" R 14" a S7 SEE N07 f SEE NOTE 4 6" f� a '1 14" ' • . '... PVMT. WIDTH TO THIS POINT 1 1/2" — 1/2- R F.S. a � 9 1/2" CONC. PER L.F. = .0279 CU. YDS. 1 CU. YD. = 35.8 L.F. TYPE "B -6" PVMT. WIDTH TO THIS POINT 6" 1 1 /2" 1/2 R I ' F.S. 8" A . f6" 8. I 1/2-1 CONC. PER L.F. = .0645 CU. YDS. CONC. PER L.F. = .0319 CU. YDS. 1 CU. YD. = 15.5 LF. 1 CU. YD. = 31.3 L.F. TYPE "A -2" TYPE "B -8" NOTES : 1. ALL CURBS AND GUTTERS SHALL BE PORTLAND CEMENT CONCRETE. 2. CONSTRUCTION JOINTS AT 10 FOOT INTERVALS. 3. PAVEMENT SHALL BE 3/8 INCH HIGHER THAN EDGE OF GUTTER ON TYPE "A -2" AND TYPE "D ". 4. MOISTURE BARRIERS SHALL BE REQUIRED IN ACCORDANCE WITH STD. PLAN No. 222. 5. TYPE "B —B" CURBS MAY ONLY BE USED ON ARTERIAL STREET MEDIANS. REVISIONS I CITY OF IRVINE CONCRETE CURBS AND GUTTERS 7 7�7 7-7-1 7- 0 7 y �- PLAN No..I 200 Approved pr. Mark L Caaol .. 31515 Sheet 1 of 2 City EL..2r Dale REVISIONS PVMT. WIDTH TO THIS POINT 1 1 /2" 6" 18" i/2° R 6" CURB FACE 1" 1/2" R R r- 1 1/2• 12" •: " -" .. 6 3' SEE NOTE 26 1/2" CONC, PER L.F. = .0505 CU. YDS. 1 CU. YD. = 19.8 L.F. TYPE "D" NOTES : 1. ALL CURBS AND GUTTERS SHALL BE PORTLAND CEMENT CONCRETE. 2. CONSTRUCTION JOINTS AT 10 FOOT INTERVALS. 3. PAVEMENT SHALL BE 318 INCH HIGHER THAN EDGE OF GUTTER ON TYPE "A -2" AND TYPE "D ". 4. MOISTURE BARRIERS SHALL BE REQUIRED IN ACCORDANCE WITH STD. PLAN No. 222. CITY OF IRVINE CONCRETE CURBS AND GUTTERS Approved q^ Date 2- s STANDARD PLAN No. . 200 sheet 2 of 2 _i� NOTES : 1. THICKNESS OF SIDEWALK SHALL BE 4' EXCEPT IN DRIVEWAY APRONS (STD. No. 204). 2. CURB AND CUTTER SHALL HAVE SCORE MARKS AT THE ENDS OF CURB RETURNS AND 1 — 1/2' DEEP WEAKENED PLANE JOINTS AT INTERVALS SHOWN HEREON. JOINTS SHALL HAVE EDGES WITH 1/8" RADII. 3. SEE SIDEWALK RETURN (STD. No. 202) AND DRIVEWAY STANDARDS (STD. No. 204 & 205) FOR ADDITIONAL CONTROL JOINT REQUIREMENTS. 4. SIDEWALK SHALL BE PORTLAND CEMENT CONCRETE IN ACCORDANCE WITH STD. No. 405. 5. ALL SOILS SHALL BE BROUGHT TO MAXIMUM SATURATION AS REQUIRED IN THE APPROVED SOILS REPORT. THE SOILS ENGINEER SHALL PROVIDE CERTIFICATION ON THE FORM PROVIDED BY THE CITY STATING THE MOISTURE CONTENT HAS BEEN MAINTAINED AS REQUIRED PRIOR TO AND DURING THE PLACEMENT OF CONCRETE. IN HILLSIDE AREAS. SOIL SHALL BE SATURATED AS RECOMMENDED BY THE SOILS ENGINEER AND.APPROVED BY THE CITY ENGINEER. 6. SIDEWALKS ARE REQUIRED ON THE SIDE OF STREETS WHERE PARKING IS ALLOWED (i.e. PARKING ALLOWED ON ONE SIDE, SIDEWALK ON THAT SIDE OF STREET-, PARKING ON BOTH 'SIDES OF STREET, SIDEWALKS ON BOTH SIDES). WHERE NO PARKING IS ALLOWED PEDESTRIAN CIRCULATION MUST BE PROVIDED EITHER WITH A SIDEWALK OR A GREENBELT PATHWAY. 7. PRE—EMERGENT WEEDKILLER MUST 13E APPLIED PRIOR TO CONSTRUCTION OF SIDEWALK. 8. SEE STD. No. 222 FOR MOISTURE BARRIER REQUIREMENTS. 9. CURING COMPOUND IS REQUIRED IN ACCORDANCE WITH THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION. REVISIONS I CITY OF IRVINE SIDEWALK DETAILS PLAN No. 201 Appm.d br. TJ - L-Carral FLC.L 71515 1 M t I a 8 Rte----------_—__ — 10' SCORE MARK(TYP.) SIDEWALK 10' D.C. CURB &GUTTER R/W SCORE MARK(TYP.) SIDEWALK 10, D.C. -k 10, PARKWAY WIDTH VARIES CURB & GUTTER NOTES : 1. THICKNESS OF SIDEWALK SHALL BE 4' EXCEPT IN DRIVEWAY APRONS (STD. No. 204). 2. CURB AND CUTTER SHALL HAVE SCORE MARKS AT THE ENDS OF CURB RETURNS AND 1 — 1/2' DEEP WEAKENED PLANE JOINTS AT INTERVALS SHOWN HEREON. JOINTS SHALL HAVE EDGES WITH 1/8" RADII. 3. SEE SIDEWALK RETURN (STD. No. 202) AND DRIVEWAY STANDARDS (STD. No. 204 & 205) FOR ADDITIONAL CONTROL JOINT REQUIREMENTS. 4. SIDEWALK SHALL BE PORTLAND CEMENT CONCRETE IN ACCORDANCE WITH STD. No. 405. 5. ALL SOILS SHALL BE BROUGHT TO MAXIMUM SATURATION AS REQUIRED IN THE APPROVED SOILS REPORT. THE SOILS ENGINEER SHALL PROVIDE CERTIFICATION ON THE FORM PROVIDED BY THE CITY STATING THE MOISTURE CONTENT HAS BEEN MAINTAINED AS REQUIRED PRIOR TO AND DURING THE PLACEMENT OF CONCRETE. IN HILLSIDE AREAS. SOIL SHALL BE SATURATED AS RECOMMENDED BY THE SOILS ENGINEER AND.APPROVED BY THE CITY ENGINEER. 6. SIDEWALKS ARE REQUIRED ON THE SIDE OF STREETS WHERE PARKING IS ALLOWED (i.e. PARKING ALLOWED ON ONE SIDE, SIDEWALK ON THAT SIDE OF STREET-, PARKING ON BOTH 'SIDES OF STREET, SIDEWALKS ON BOTH SIDES). WHERE NO PARKING IS ALLOWED PEDESTRIAN CIRCULATION MUST BE PROVIDED EITHER WITH A SIDEWALK OR A GREENBELT PATHWAY. 7. PRE—EMERGENT WEEDKILLER MUST 13E APPLIED PRIOR TO CONSTRUCTION OF SIDEWALK. 8. SEE STD. No. 222 FOR MOISTURE BARRIER REQUIREMENTS. 9. CURING COMPOUND IS REQUIRED IN ACCORDANCE WITH THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION. REVISIONS I CITY OF IRVINE SIDEWALK DETAILS PLAN No. 201 Appm.d br. TJ - L-Carral FLC.L 71515 1 M t I a 8 EXISTING SIDEN REVISIONS SIDEWALK JOINT DETAIL nnkl t l innMl InMm NOTES : 1. ALL APPLICABLE NOTES FROM SHEET 1 SHALL APPLY. 2. KEY NEW SIDEWALK SECTION UNDER EXISTING SIDEWALK. 3. SOAKING OF SOIL SHALL BE APPROVED BY INSPECTOR. Approv0d CITY OF IRVINE SIDEWALK DETAILS Date: PLAN No. 201 sheet It of 2 CONTROL JOINTS _� AT BCR /ECR AND 1/2 DEL TYPICAL "/2 R/W SIDEWALK IN ACCORDANCE WITH STD. PLAN NO. 201 CURB FACE NO LIP AT GUTTER SIDEWALK ACCESS RAMP AND CROSS WALK IN ACCORDANCE WITH T -24 AND ADA CONTROL JOINTS AT BCR /ECR AND 1/2 DELTA 6/2 6/2 R/W STRAIGHT CORNER CUT -OFF RADIUS CORNER CUT -OFF CURB RET. APPLICATION' RAD. 25' LOCAL STREET INTERSECTING ANOTHER LOCAL STREET 35' ALL OTHER INTERSECTIONS NOTES : 1. RIGHT -OF -WAY CORNER CUT -OFF MAY BE CIRCULAR AT LOCAL TO LOCAL STREET INTERSECTIONS, ANY INTERSECTION WITH AN ARTERIAL HIGHWAY THAT 15 SIGNALIZED SHALL HAVE A STRAIGHT CORNER CUT -OFF. 2. ALTERNATIVE DESIGNS FOR SIDEWALK RETURN RAMPS MAY BE CONSIDERED FOR APPROVAL BY THE CITY ENGINEER. 3. SEE STANDARD NO. 201 FOR SIDEWALK DETAIL. REVISIONS CITY OF IRVINE °PLAN N NoIANvo" .. CURB & SIDEWALK RETURN DETAIL 202 Approrod W. Mbrrk �L. Corroll R.C.E.'31515 Sheet 1 of 1 CURB SCORE LINE 4 #4 BARS 0 4" A A N i7 R ON OPENINGS #4 BARS ® 5 " PLAN FRAME & COVER IN ACCORDANCE WITH STD. PLAN No 311 4 1/2" 22" T 'I. 1:1 KEYED CONST. e} JOINT ..el SLOPE TO OUTLET FROM ALL o- DIRECTIONS .I dI 4:1 • e T T I 3' —O" I T SECTION A -A FACE PLATE & CURB SUPPORT IN ACCORDANCE WITH STD. PLAN No. 302 OR 302A U x — 1:1 3" 3/4" DIA. GALV. STEEL RUNG STEP DETAIL ALTERNATE FLOOR I REVISIONS CITY OF IRVINE CATCH BASIN TYPE I 22 -s Approved by-. Mark L Carroll R.C.E. 31515 City Engineer Date PLAN No. 300 Sheet 1 0l 2 REVISIONS NOTES: 1. CURB OPENING SHALL CONFORM TO ADJACENT CURB ALIGNMENT. 2. REINFORCING STEEL FOR WALLS AND FLOOR SHALL BE #4 BARS 0 18" O.C. BOTH WAYS, PLACED 1 -1/2" CLEAR TO INSIDE OF CATCH BASIN. 3. STEPS: a. NONE REQUIRED WHERE 'H' IS 3' -6" OR LESS. b. INSTALL LOWEST STEP 16" ABOVE FLOOR AND OTHER STEP(S) AT 12" — 16" INTERVALS TO WITHIN 12" OF THE TOP OF THE BOX. c. WHERE 'H' IS MORE THAN 5' -0 ", STEPS SHALL BE EVENLY SPACED AT 16" INTERVALS FROM 16" ABOVE THE FLOOR TO WITHIN 12" OF THE TOP OF THE BOX. d. PLACE STEPS IN WALL WITHOUT PIPE PENETRATION. 4. PIPES MAY BE PLACED IN ANY WALL. 5. CATCH BASIN FLOORS SHALL BE SLOPED FROM ALL DIRECTIONS TOWARD OUTLET PIPE AND SHALL HAVE A WOOD TROWEL FINISH. 6. DIMENSIONS: H = 4' -0" UNLESS OTHERWISE SHOWN. T = 6" FOR H = 8' -0" OR LESS. T = 8" FOR H = 8' -1' TO 20' -0 ". 7. CURB FACE AT CATCH BASIN OPENING SHALL BE EQUAL TO EXISTING C.F. + DEPTH OF LOCAL DEPRESSION (A), SEE STD. PLAN No. 303. 8. CONCRETE: f'c = 3250 psi AT 28 DAYS. CITY OF IRVINE NOTES FOR STANDARD PLAN 300 Approved by: Z 7- s Date STANDARD PLAN No. X11 Short 2 of E T.C. SEE NOTE 2 CURB FACE - - - SEE NOTE 1 WARPED SURFACE 6'W INLET 6' 12 12" I r► A — - - T CURB FACE 74- - -L SEE NOTE 1 WARPED SURFACE EXIST. T.C. PLAN EX.C.F. EX.C.F. N- A 6' W 6' INLET ELEVATION AT CURB FACE I REVISIONS FACE PLATE IN ACCORDANCE WITH STD. PLN. 302 & 302�h -O C.F.++AA I SECTION A -A 3/8" LIP STREET FINISHED SURFACE NOTE: 1. WHERE NO CURB EXISTS, CURB SHALL BE CONSTRUCTED BETWEEN ENDS OF LOCAL DEPRESSION. 2. G = WIDTH OF EXISTING GUTTER. 3. A = 1" FOR G = 1' AND 2" FOR G GREATER THAN 1'. 4. CONCRETE SHALL HAVE COMPRESSIVE STRENGTH OF 3250 P.S.I. AT 28 DAYS. 5. DEPRESSION SHALL BE MONOLITHIC PLACEMENT. CITY OF IRVINE LOCAL DEPRESSION MFrored by: Mork L. Carroll R.C.E. 31515 City Engineer Date STANDARD PLAN No. 303 Sheet 1 of I �.A wiW Of of N U PLAN EX.C.F. EX.C.F. N- A 6' W 6' INLET ELEVATION AT CURB FACE I REVISIONS FACE PLATE IN ACCORDANCE WITH STD. PLN. 302 & 302�h -O C.F.++AA I SECTION A -A 3/8" LIP STREET FINISHED SURFACE NOTE: 1. WHERE NO CURB EXISTS, CURB SHALL BE CONSTRUCTED BETWEEN ENDS OF LOCAL DEPRESSION. 2. G = WIDTH OF EXISTING GUTTER. 3. A = 1" FOR G = 1' AND 2" FOR G GREATER THAN 1'. 4. CONCRETE SHALL HAVE COMPRESSIVE STRENGTH OF 3250 P.S.I. AT 28 DAYS. 5. DEPRESSION SHALL BE MONOLITHIC PLACEMENT. CITY OF IRVINE LOCAL DEPRESSION MFrored by: Mork L. Carroll R.C.E. 31515 City Engineer Date STANDARD PLAN No. 303 Sheet 1 of I in r A JA J in B PLAN (SHAFT NOT SHOWN) ANGLE SHALL NOT EXCEED 45• WHEN SIDE FLOW EXCEEDS 104 OF MAIN LINE FLOW L 3 STATION LINE A oT� ALL REINF. T -t' -r[ #4 BARS O 4- I m f STATION ELEVATION — STREET GRADE MANHOLE FRAME k COVER IN ACCORDANCE WITH STD. PLAN No. 311 0 I cONC. RINGS do REDUCER PER 2' -0' STD. No. 312, 313 ec 314 go 1� —..•13 —0�• I = NT 4 m I T '3' -6 T SECTION A( -A NOTES: 1. USE JUNCTION STRUCTURE No. I FOR 2. SEE STD. No. 306A FOR NOTES AND 3' RAD 3/4' ROUND GALV. STEEL STEPS, 1' -4' O.C. 4' x 4' MORTAR FILLET I I co STATION ELEVATION SECTION B -B MIN. 2'- 10 -1/2' FOR PAVED STREETS �- MIN. 3' -6' FOR UNPAVED STREETS SEE DETAIL 'N" k SEC. 'C -C' FOR SHALLOW INSTALLATIONS. ROUND EDGES OF INLETS MAX. 24' DIA. SIDE INLET. USE J.S No. III FOR SIDE INLETS LARGER THAN 24' SEE STD. No. 308 INLET ELEVATIONS • MANHOLE SHAFT SHALL BE 4' -0' & J.S. WIDTH SHALL BE 4' -0' WHEN 'M' IS GREATER THAN 20'. ALSO USE 6' THICK RINGS IN ACCORDANCE WITH STD. PLAN No. 313 do 314 MAINLINE PIPES 39' DIA. OR LESS. OTHER DETAILS. " ISIONS CITY OF IRVINE STANDARD PLAN No. JUNCTION STRUCTURE No. I 1306 Full parkway sidewalk per applicable arterial highway Standard Plan 60' 60' min. Transition Turnout R - -Curb — FIOWIine� F P.C.C. 20' Pavement A 20' MID -BLOCK Full parkway sidewalk per applicable arterial highway Standard Plan 60' 1 80' mn. Turnout �2 P.C.C. , UUTT 8 , 20 Pavement p Gutter lip when local depression applies FAR SIDE ni0TCC. D =0.81' for 8" curb 0.64" for G" curb SECTION A -A Q. L W latch c treet .4• r sfiall Level Line c-D p A D =0.50' for 8" curb W =2.0' for 8" curb 0.38' for 6" curb 1.5' for 6" curb *Note : 4' when local depression for catch basin applies. See local depression per Std. Plan 1308 including D dimension. SECTION A -A SECTION B -B L. n -. W 2. P.C.C. pavement thickness shall be 12 ". 3. Bus shelters shall be set back from the face of the curb a minimum clear distance of four (4) feet for pedestrian troveiway. 4. Curb shall be poured monolithic with P.C.C. pavement. 5. Modifications of this standard shall be reviewed for acceptability by the Traffic Engineering Division. 6. Construct control joints at 10' intervals. 7. Catch basins should not be located in bus turnouts if possible. 8. Driveways should not be located in bus turnouts. ORANGE COUNTY ENVIRONMENTAL MANAGEMENT AGENCY Approved JL /� WL Zou'vDirecior or Public Works Res. 83 -1442 Revised: Res. 88 -1341: 96 -546 BUS TURNOUTS STD. PLAN OR 11 /� tlo SHT. I OF I 1 C f w sa p rc ;oi VjZS2 ZmaVWaF NLL_VyU w N�N V� � B Q uj W Q 2� :a yw ¢ 4$V5¢ ¢O_ N F o a w °z Paz �az <U °¢Iw WZw U 99 °nyi New 6H- 6Vep NI �J ¢ � p�jaFQ QyZ n m m 02012 J° 0F4 0�4 %N m>J U ¢ OWN a9 1N ZO¢ fNaxO I O O ® O O O O O O V � O z rl a U o mjW °a z � gam F Nn0 _N -¢ V m Z°F �j pU O trio i�W� x a O SOwy ¢ O m ¢ nP . m wiz u m m w� .-8a8 gi ¢P¢'p V$Pfi a 0 p OH 0 < �O 5 N i u wi °� z °n vmiF� rvw ncmio -vmi ma ¢o vii Nms �_ W O O pFpF �j�jL N m m u °iip ii i'� iii �i° i_^ °ox u. Wn naaa< �x.-n xvl zN xW x�i m m p N H Q vi ¢ ¢ W J K a Z ¢ GG � N Y-Ol V o�. Z RV K W ZW¢ W O Z2 Z W6 tim Z�+C OU W i OW'Am WW W p N3 °i� �� O mw'o¢a 2� :a yw ¢ 4$V5¢ ¢O_ N F o a w °z Paz �az <U °¢Iw WZw U 99 °nyi New 6H- 6Vep NI �J ¢ � p�jaFQ QyZ n m m 02012 J° 0F4 0�4 %N m>J U ¢ OWN a9 1N ZO¢ fNaxO I O O ® O O O O O O V � O z rl U o mjW °a z � gam F Nn0 _N -¢ V m Z°F �j pU O trio i�W� jli J 41 C Z O SOwy ¢ O m ¢ iGi mw� . m wiz u m m w� .-8a8 gi ¢P¢'p V$Pfi a p OH 0 2� :a yw ¢ 4$V5¢ ¢O_ N F o a w °z Paz �az <U °¢Iw WZw U 99 °nyi New 6H- 6Vep NI �J ¢ � p�jaFQ QyZ n m m 02012 J° 0F4 0�4 %N m>J U ¢ OWN a9 1N ZO¢ fNaxO I O O ® O O O O O O i Z QO J Q r Z V W In W D. al$I�I� � h � ° z ¢d F W O m ¢ m m w� a 0 l N a W O O pFpF �j�jL N m m u N N F ° $of 0 Z m p N H Q o 0 a i Q fn 19 Fm�11� o�. y 1' C GF w y� Z2 a0 af tim C Z ¢ Z p 4 w z p N3 .�� O W N-i m�Na 12 off U o ° m e, my x m �a ¢ w G p S7 wQ Gi ril J 6 ZO w Z Ml < N N 1� 6 N i Z QO J Q r Z V W In W D. al$I�I� w < aF 3 W�p U ;03 wOUO NFUWU 2 ypN u9 VJ NIW.ZY Q w H Q z O b wZ ^ LO w z °ww °w N _o m w G w > (C z z 3 o ° io G N3 WZ w s wow= ULL �x H 3 i zLL_ ��: zR V;iZ qLL W§ Inww Iwl rl ti oxzo mw ox CG wx rcZi osg J '.° 00 ad =U> 20 p M z Z maw ¢ IJi WJp ¢w a,w was ow z CIF d UOFO ?um za zz z N o mJy O m ¢v °�L�m e 2 m00 yFy Op4 0W0 m LLQO mOj mJ2 ovg� ci of �. ry 3`. r�Q.. r3 i�j3 O O ti in i¢� O o m x ¢ Q w O m U N Q w w z O NVI O rOn n C O mmTV21°O b 6 m R W N Z m a 400 P�mn mn'm CN PopO n dN Q G �SVmI Ory i2LLm fNn >> iSw �0 OVY O O V< N4 ZNY�I VW13 ww U OV j 3S w m E Zd 0 N U Z Z o r2' O JJ p dp 5ST H j F z p Z J3 m W u 3 � a o M1� gm o m o U U �w J p I W W W m p O ZO VI W W ¢0 d. WHO W mJJO Wp Ba o ryry m� FF NO v2irc ° rc Z� 0 °flm°.rc m O 0o an i16� mQ W �Z J 3m oio N m nw o�LL 0�2 w wpm mw�m In vwl vl m Z Zd¢ w < aF 3 W�p U ;03 wOUO NFUWU 2 ypN u9 VJ NIW.ZY Q w H Q z O b wZ ^ LO w z °ww °w N _o m w G w > (C z z 3 o ° io G N3 WZ w s wow= ULL �x H 3 i zLL_ ��: zR V;iZ qLL W§ Inww Iwl rl ti oxzo mw ox CG wx rcZi osg J '.° 00 ad =U> 20 p M z Z maw ¢ IJi WJp ¢w a,w was ow z CIF V UOFO ?um za zz Z' m wJK mJy O m ¢v °�L�m °VY KID m00 yFy Op4 0W0 m LLQO mOj mJ2 ovg� ci of �. ry 3`. r�Q.. r3 i�j3 O O O ® O O v 0 LO w z °ww °w � o Z _o m w G w w� ¢ U F LO 3 o ° io z Z � O U w s wow= o00 w2V10�W L Rm2^ Z;; OWJJ V44VKF�y p aryFW m>G01U>j>6F O vl Y +NFO 3� T F J mJvK 3m^ o p M z Z maw ¢ n NIN Z 0 0 0 JO Q 0 m Z 3 �4 Z� and o0 z QQ H z au �O V U ypj 0 z 0 0 z 3 w o 6 m U w Q 0 LO w ° � o Z _o m w G Z o U w� ¢ U F LO 3 o ° io z Z � O U � Y O� om <3 0 0 0 JO Q 0 m Z 3 �4 Z� and o0 z QQ H z au �O V U ypj 0 z 0 0 z 3 w o 6 m U w Q 0 w V 1 W VI K a O U R q N m z -FwS Z r � Y GWy � �- F ✓� w fO O vl 3m�o T F J z ¢ V ¢ F W p a,w w z V UOFO J¢ZSO 0 S 9 w V 1 W VI K a O U R q N m Z r � Y � Z wi O w fO O � p ZW F T F J z V ¢ F W p d O w m ° �w o �F ° o ¢ O m U N Q w w z m R W O 1~/1 12/1 W Z m V 400 ow� F =033 W O V< 4 p O¢ ww U OV j 3S w m E Zd 0 N I /1 O m€ o r2' O JJ p dp 5ST H j F z p Z J3 m W u 3 u.�2 w z gm m ° owl m o my �w w m p O U VI VI opvl ¢0 �� ° Z� z m� FF NO v2irc ° rc Z� 0 m O V1N w3 O p �Z UQ 3m ww N m nw '(n w wpm �m i Zd¢ r'o r3 u ¢c°i 1°. w V 1 W VI K a O U R q N m MATERIALS: O SERVICE SADDLE AND CORPORATION STOP ( SEE STD. DWG. W -2, SHEET 1 ) O 2" BRONZE CORPORATION STOP MALE I.P. X F.I.P. O 2" NIPPLE MALE I.P. X MALE I.P., BRONZE O 2" DIELECTRIC UNION F.I.P. X SWEAT ( EPCO, CENTRAL, or EQUAL ) O 2" COPPER SERVICE TUBING I IRVINE RANCH WATER DISTRICT STANDARD DRAWING I 2" COPPER DIELECTRIC INSULATION nu. OT u IL �rnuveu un CHECKED AUG., 96 CB 3 CHAIRMAN DATE DATE BY EN ING DEPT. AUG., 96 AUG.. 96 NO SCALE DIRECTf3R OF ENGINEERING DATE SHEEP 2 OF 2 cnE \s \rtEbl ek\stdw -1E ( �2\7- \ \° (//) § %e, / 0 0- §e, ! ; :Z_ . \ \ /� /\ \ :.® On a i/ § \ / § /\\ eR_ =�J %a \& # &a> / ] \\ \\ ~`\ } } a r \j / / \\ � § \d H-1 11 ��\ g- - - -- | / / �. »/ ; ZH | \ /) j x . 7 � . ® a x : \ }! |( �yI3 �^ �\ ® � { / 10 1/2. 0 X 4• ITEM MATERIALS w 12 STAINLESS STEEL NO z ANCHOR BOLT CAST i� IN SLAB (2 EACH O GALVANIZED STEEL VENTED PIPE 00 3 AT 18(r APART) COVER (CEBE -21) SEE NOTE 2 a STAILESS O 1' AIR & VACUUM RELIEF VALVE mN 4 STEEL NUT SEE NOTES 2 & 3 '^ O3 2 1' BRASS CLOSE NIPPLE c�a 5 O4 1' BRONZE GATE VALVE 1' MIP THREAD X SWEAT ADAPTER "r © COLD JOINT STRIP i 1' 90' SWEAT COPPER OR BRASS ELL 1' CORPORATION STOP �' O9 SIZE BY 1' BRONZE SERVICE SADDLE 6 BACK OF SIDEWALK ro MUST BE LEVEL OR 10 1' SCH. BO PVC CLOSE NIPPLES AND r7 SLOPE UPWARDS 900 BENDS i 11 11 1' COPPER TUBING TYPE K RIGID 2' PVC SLEEVE 12 THREADED PRE —FAB. PVC SCREEN OUTLET 7 INSTALL OUTLET IN 7 WITH RIGID STAINLESS VERTICAL POSITION. 11 STEEL SCREEN. NOTES: 1. REFER TO IRWD STD. DWG. W -1 FOR OTHER NOTES. I 8 2. PAINT PIPE COVER & AIR RELEASE VALVE 9 WITH 1 COAT OF PRIMER AND 2 COATS OF FINISH PAINT (SEE PAINT SPECIFICATION SECTION 09900). 3. SEE SPECIFICATION SECTION 15089 FOR — I — ACCEPTABLE PRODUCTS. 1 VALVE ASSEMBLY LOCATION PLANS FACE OF CURB FACE OF CURB 3' OR WIDER m PARKWAY 15' t Stfj WAIJ(" t. >:�1NC PAB; "` m 24 ;.9`y;2•'�VC•.SL£EV�::-: -: � 2 - IPVC z4' ..'... CASE 1 SLEEVE I "I CASE 3 SIDEWALK ADJACENT TO CURB CASE 2 SIDEWALK NOT ADJACENT TO CURB IRVINE RANCH WATER DISTRICT STANDARD DRAWING 1" AIR RELEASE & VACUUM RELIEF VALVE ASSEMBLY REVISIONS DRAWN REVIEWED Bl' AN D SPECIFlGTKINS COYMRIEE NO. By GTE APPROVED SK AUG., 98 CHECKED CB CHAIRMAN GTE GTE ENGIN DEPT. AUG., 96 • AUG., 96 m �7 NO SCALE GINEEPoNG GTE SHEEP 1 OF i e: \stdblock \STDW -10 • w • ----�? N o . N blo E �w ON 0 Z W m J Q U W J W a Q U U Z W m Q U a W J 0 O W W H ?go 4 6d p�vl I 0 0 p�; n F m i13 C i 3did d0 NM ¢ III I I � / z I I II I NIN t�J MQ Z K d Q V Z W 0 Z W z m O U Q w U N � W W U O W U7 0 U � z rc i � o oZ Z 6 p rc wN K �ry Uz O p zz zz Zp pp mw W N mN wVl mrciy�y� o mo � Q6 5NX iNp Z y4.p.C�n mpF wm U UOO 661211?N ¢Z .I -ON UZVI ZpO J o QI.. mi. 050 N g O 1 U1, m� ug jZWmm �w� jG 7 04 In K KG €M:4A Z< ? ly d00 ¢dN 0 O N n Y W Q W D U Z Q W m Y U m U) U1 2 H W O W N Ai. Z N N J ti D Y U m N F �� €� q N m ti p w N ¢ n •i i i n p _I a` > ^ w 0 0 o S � Y1 in h h •n C I p z j N n 2 N iN m p W p iu n iO n W0 . \ � • O ` it N s h a a m i i l i i l NK m N ` p A n1 •I I I I a N N N J ti D Y U m N F �� €� q N m ti W is 01 I 14 i SCHEDULE STEEL CASING NOMINAL CARRIER PIPE SIZE MINIMUM CASING SIZE MIN. WALL THICK. 4" 10 3/4 O.D. 1/4" 6" 12 3/4 O.D. 1/4- 8" 16" O.D. 5/16° 10" 18" O.D. 5/16" 12" 20" O.D. 5/16' NOTES: STEEL CASING 0 30' 30' CARRIER PIPE T r r � FOR EACH LENGTH OF PIPE, 3' LONG - 4 "X4" SKIDS, BEVELED AT BOTH ENDS, SHALL BE STRAPPED IN PLACE 3' FROM EACH END OF PIPE . NOTCH SKID TO SEAT STRAP. STRAP SHALL BE 316 STAINLESS STEEL. PIPE 1. CASING SHALL BE INSTALLED BY THE BORE, JACK AND /OR TUNNEL METHOD. 2. SIZE AND THICKNESS OF CASING SHALL BE AS SHOWN IN SCHEDULE. FOR LONG BORES OR SPECIAL SITUATIONS, GREATER WALL THICKNESS THAN SHOWN IN THE SCHEDULE MAY BE REQUIRED 3. ALL STEEL CASING PIPE FIELD JOINTS SHALL BE WELDED FULL- CIRCUMFERENCE. 4. UNFINISHED REDWOOD SKIDS SHALL BE PROVIDED PER DETAIL ABOVE. 5. CARRIER PIPE SHALL BE PRESSURE TESTED PRIOR TO FILLING CASING. 6. EACH END OF CASING SHALL BE SEALED WITH CONCRETE. 7. CONTRACTOR SHALL FURNISH ALL NECESSARY THRUST RESTRAINT DEVICES. 8. BACKFILL FOR CASING IN OPEN CUT SHALL BE IN ACCORDANCE WITH IRWD STD. DWG. W -11. IRVINE RANCH WATER DISTRICT STANDARD DRAWING STEEL CASING PIPE zm CHECKED CB AUG., 96 DATE t ffi W-13 CHNR BATE AUG., 96 P EN" DEPT. AUG., e6 R OF ENGINEERMG BATE NO SCALE SHEET 1 OF 1 MATERIALS ITEM DESCRIPTION lO— D.I.P. 50cut_ fX FE. OO— vFLLEX TRANSITION COUPLING (A.C.P. ROUGH BARREL BY p• LP, ) WITH STAINLESS STEEL RESTRAINING HARNESS (MINIMUM CENTER SLEEVE LENGTH OF 12 ") �4 EXISTING A.C.P. MAIN LINE. NOTES: 1. CUT ANY MACHINE —END OFF A.C.P. TO EX. ROUGH BARREL COUPLING GASKET. TI "E -IN TO EXISTING A.C.P. MAIN NO. GATE REVISION APP DATE PROVED 6Y STANDARD SPECIFICATIONS C01AMfTTEE �rJTi�Piap W-17 I I I I I /'I DIRECTOR OF ENGINEERING uAm -%� 1 n n c c c STREET PLASTIC WARNING TAPE � ALUMINO— THERMIC WELD PER SPECIFICATIONS. METALLIC PIPE R" GALVANIZE METAL CHANNEL POST uET TE CURB FACE 2'x2'x4" CONCRETE PAD (IN UNPAVED AREAS). CONCRETE TEST BOX PER STD. DWG. CP -4; WIRING PER STD. DWG. CP -6. PIPE LEAD WIRES 2 —N0. 8 PER SPECIFICATIONS. NOTE : 1. FOR TEST STATIONS INSTALLED CROSS COUNTRY OR IN UNPAVED AREAS, A GALVANIZED METAL CHANNEL POST SHALL BE INSTALLED ADJACENT TO TEST STATION AND APPURTENANCES PER DETAIL AT LEFT. 2. FOR TEST STATIONS ON PIPES IN STREETS SEE STD. DWG. CP -8. IRVINE RANCH WATER DISTRICT STANDARD DRAWING TWO WIRE TEST STATION REVISIONS r DRAWN I RENEWED BY STANDARD SPECIRCATIONS COMMRTEE �r. CHECKCK Q C P 1 ED AUG., 96 C.B. CHAIRMAN DATE GATE BY ENGI NC DEPT. �J AUG.. 96 q�m AUC., 96 NO SCALE DIREC R F ENGINEER G DATE SHEET 1 OF 1 N C O Q J — 4'— — fn- 0 47- _ ir% z /""\ z �.cf) z 0 Exhibit 15.1 m c o 0 1 (n � �� �"'� n- L.L n c@@ O m m o O J 0 5 m C.) m O m ¢ c m b C G p on Z J OOO Q Q Q C O Q J — 4'— — fn- 0 47- _ ir% z /""\ z �.cf) z 0 0 o 0 1 (n � �� �"'� n- L.L n U 0 C.) U 0 0 >- a6 Q •%wool C� `. �m J .09 .I �T V 1 T 1 0 CL 2 C) 0 0. 0 L. CL 3 4 - X 1 Lei 1 0 U '0 [L fyD _V o ' O tu- w T N SD -1 �--X- F% /B1T q C co LU e � W SD-2 Exff &r A y a � a�iv 0. ggo U a v'n n y *UN .9 \ � w N / •a� j C N E " U SD-2 Exff &r A 0 P*U e o� y c b m � E N C O 4 N Q7 SD -3 H J r x y N t�D Sw V E �E Q m � CC a s LL m z E a rn m c � m LL `o w c O FJI J 4 U a m m �E N � m- dt m o � v z 3 a 0 M W x b � c c m m 6 C x o �° v �Sm d m i max` W F,Xffi0i - i4 ' z11 C O 4 N Q7 SD -3 H J r x y N t�D Sw V E �E Q m � CC a s LL m z E a rn m c � m LL `o w c O FJI J 4 U a m m �E N � m- dt m o � v z 3 a 0 M W x b � c c m m 6 C x o �° v �Sm d m i max` W F,Xffi0i - i4 ' Framing member Wood Post Sign Panel 8J8' hex head bolt Flat Washer; Flat washer nut and jam nut El Fiber washer TYPICAL BOLT INSTAL ATION DETAIL B WELD DETAIL Detail C .. FUM weld all around in and out on material T and larger. Grind beadle flush born and beck. Weld . around outside only on 1" material. Fofferiflnguler tubing. weld dl around and grind where weld contacts sign Panel. SHEET 4 OF 4 SD-4 Fxyl /3/T , ^ 1 X 21 MANUAL BYPASS SWITCH ('TYPICAL) AC Line to Transfer Relay and inverter TB NO TB Utility Line Power Notes AC Line from Transfer Relay and inverter TB x TB AC Power to NEMA cabinet 1. TB - #8 Terminal Blocks 2. NO - Normally Open 3. NC - Normally Closed 4. NO /NC contacts shall all toggle simultaneously with one single manually operated switch. 5. Manual Bypass Switch shall only switch line. Neutral and Equipment Ground are not switched and shall be connected to NEMA cabinet buses. FIG 2: RELAY CONTACTS (NO /NC) AVAILABLE ON PANEL - MOUNTED TERMINAL BLOCK (TYPICAL) NO Notes: 1. rani Low Batt Timer x vas x ✓ 0 2. �x C NC NO C NC NO C NC NO /NC contacts may either share or sue separate commons Specification for 24V Battery Back -up System For 17012070 system Traffic Signals utilizing Light Emitting Diodes (LED) Traffic Signal Modules: r,X/{/81% ''gu 19 -2002 10:25 AM y * 606 2576 P/N HU1039t80 107 FRONT VIEK OPEN DOOR SECTION A -A TOP VIEW i i pu i - - -- � HRH I- -21.00 FRONT VIEW P.01 AT RIA - ALUMINUM ALLOY .125 THICK 5052 -H32, SURFACE SHALL HAVE A NATURAL ALUMINUM MILL FINISH. PAINT - OPTIONAL DOORS & LOCKS - DOORS ARE NEMA 3R CONSTRUCTION WITH NEOPRENE GASKET, RAIN TIGHT CONTINUOUS HINGE .075 THK. ALUM. WITH STAINLESS STEEL PIN, SECURED BY 1/4 -20 SS CARRIAGE BOLTS, STANDARD EQUIPMENT INCLUDES A 3 POINT LOCKING SYSTEMS WHICH SECURES DOOR AT TOP, BOTTOM AND CENTER WITH A #2 CORBIN LOCK, DOOR RODS 1/4" X 3/4" ALUM, BAR W/ 1" NYLON ROLLERS, MAIN DOOR HANDLE STEEL, BRUSH ZINC PLATED. SHEIVF S - ONE REMOVABLE FULL WIDTH SHELVES ARE FURNISHED WITH EACH CABINET, SHELF IS 6.25° DEEP. VENTILATION - A VENT PATTERN IS PROVIDED ON THE UNDERSIDE OF THE COVER OVERHANG, LOUVER SLOTS ARE FORMED IN THE LOWER PART OF THE MAIN DOOR. THIS CREATES A NATURAL MOVEMENT OF AIR AND HAS A COOLING AFFECT ON ELECTRICAL EQUIPMENTS. AND IF SPECIFICATIONS CALL FOR EXHAUST FAN, PROVISIONS ARE MADE TO ACCOMOOATE THE FAN, THE INTAKE AND THE EXHAUST IS RAIN TIGHT AND WILL NOT DRAIN WATER INTO CABINET, RIGHT SIDE G'YU►RIT- BY THE CKY COUNCIL CITY OF NEWPORT BEACH P^R 0 !l Rq CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 12 June 24, 2003 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Fong Tse, Associate Civil Engineer 949 -644 -3311 ftse@city.newport-beach.ca.us SUBJECT: JAMBOREE ROAD /MACARTHUR BOULEVARD INTERSECTION IMPROVEMENTS - AWARD OF CONTRACT NO. 3369 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Approve Negative Declaration. 3. Award Contract No. 3369 to Hillcrest Contracting, Inc. for the Total Bid Price of $1,440,944.80, and authorize the Mayor and the City Clerk to execute the contract. 4. Establish an amount of $144,055.20 to cover the cost of unforeseen work. 5. Approve a Budget Amendment appropriating an additional $505,880 to Contributions Account No. 7251- C5100584 and increasing revenue estimates by $505,880 in Circulation and Transportation Fund Revenues Account No. 250- 4858. 6. Approve a Budget Amendment appropriating $70,000 from the unappropriated balance of the Transportation and Circulation Fund to Account No. 7261 - 05100584. DISCUSSION: At 11:00 AM on May 14, 2003, the City Clerk opened and read the following bids for this project: BIDDER TOTAL BID AMOUNT Low Hillcrest Contracting, Inc. of Corona $1,440,944.80 2 Sequel Contractors, Inc. of Santa Fe Springs $1,534,675.00 3 Palp, Inc. of Long Beach $1,743,451.00 4 Los Angeles Engineering, Inc. of Rosemead $1,852,609.30 Subject: Jamboree Road /PcArthur Boulevard Intersection Improvements Awl and of Contract No. 3369 June 24, 2003 Page: 2 The low total bid amount is six percent below the Engineer's Estimate of $1,540,000. The low bidder, Hillcrest Contracting, Inc., possesses a General Engineering "A" contractor's license as required by the project specifications. Hillcrest has completed similar projects for other Southern California agencies. The work will widen the portion of northbound MacArthur Boulevard between Jamboree Road and Fairchild Road to facilitate the space needed to add a left -tum lane at Jamboree Road for both directions and to add a northbound right -turn lane at Jamboree Road, thus increasing intersection capacity and improving the level of service for existing and future traffic. To accommodate the roadway widening and traffic realignment, retaining walls, various utility relocations, PCC sidewalks, asphalt concrete pavement, a traffic signal, and a street lighting system will be constructed next to the Centerpointe Business Center within the City of Irvine. The existing raised median islands on MacArthur Boulevard adjacent to the intersection will be reconstructed and realigned. The southbound Jamboree Road right -turn lane and the adjacent traffic island at MacArthur Blvd will be reconstructed to improve traffic flow. The existing curb -side bus stop along northbound MacArthur Boulevard in front of the Koll Center will be replaced with a new mid -block bus "tum -out' pocket. New landscaping, irrigation system, various drainage facilities, and pavement striping and markings will be constructed throughout the work limits. This project was approved by the Orange County Transportation Authority for competitive Intersection Improvement Program (1113) funds under the Combined Transportation Funding Program. The IIP will fund up to $642,742 for the construction work and up to $87,600 for administrative, testing, and inspection services. In addition, since the improvements are within both the City of Newport Beach and the City of Irvine, the City of Irvine has agreed, through a Cooperative Agreement, to reimburse the City of Newport Beach for their portion of the project costs, up to $722,000 for construction and up to $98,500 for administrative and inspection services. Environmental Review: The City of Irvine prepared the Initial Study and the Negative Declaration (without mitigation measures) document, which is attached. It was posted by the County Clerk on September 21, 2001. The public review period ended on October 24, 2001. No public comments were received. Funding Availability: Staff originally budgeted $314,620 for the contribution from the City of Irvine and now requests a Budget Amendment appropriating an additional $505,880 to Account No. 7251 - 05100584 for the total $820,500 to be reimbursed by the City of Irvine. Subject: Jamboree Road/Makur Boulevard Intersection Improvements — A rrd of Contract No. 3369 June 24, 2003 Page: 3 A second Budget Amendment is recommended to appropriate an additional $70,000 from the unappropriated balance of the Transportation and Circulation Fund to Account No. 7261- C5100584. Upon approval of the recommended Budget Amendments, there will be sufficient funds available in the following accounts for the work: Account Description Circulation and Transportation Contribution from City of Irvine Intersection Improvement Program Prepared by: Fon se Associate Civil Engineer Account Number 7261- C5100584 7251- C5100584 7284- C5100584 Total Attachments: Project Location Map Bid Summary Initial Study and Negative Declaration Budget Amendment Submitted by: Amount $220,273.00 $721,985.00 $642,742.00 $1,585,000.00 m G. Bddur Works Director 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TITLE: Jamboree ENGINEER'S ESTIMATE: PROJECT MANAGER: BID LOCATION: City Clerk's Office -City Hall 3369 DATE: May 14, 2003 TIME: 11:00 AM $1,640,000.00 BY: Fong Tee Fong Tse f: \us mkpbw \shared \contmct \00-01 \\BID SUMMARY FORM.zIs Page 1 En ineer's Estimate Hillcrest Contracting. Inc. 1 obit tlon Ic ntrel 1 L S 50 Ono. Construction Advisary Sion 1 S 3. .00 Survev Servi ces 1 L 17 50 5 earin an nubbin 1 . 5 O.DD nc ass led vatlon Y 40 8" PCC Curb utter 1163 Curb a Ian L 1B. u 1 utter edian 472 IF 2.1 1 Ie u 1 utter a Ian 2 L 11 4 tam 4 Sidewalk loretl ncrete ion 2 8 B.0 4.50 1 d E! assn e a 117 1 14 15 u m se urD m ase 2 750.00 16 Modified I - lock us Turnout 5 18.OD 1 As att nbete 02' 3 1 Asphalt Concrete (0.61 S .DO 5 19 As ah Concrete 1.5' Li Aggregate . ' 86 2043 . 52.D0 4 21 Cold lane minimum Var veda 35 1. Slurry II 1 30 1. 2 al Structural Concrete li ace wall t s 24 all mina a and u rain tem ace Wall 1 000.00 25 Concrete Mason 1 li ace loc - etwa 795 45.0 26 Concrete ason lidace lock - ehvall 70 4 7 2 ncrete ason 8" I ace loc - etwall 1 Wall utter 32 660 . p, p 1 29 ale IIn Vin aled L 30. 1 Water bcation 50 15 31 4 nvate ewer Force Main location ente Into 50 L . 8 . bul n wall 500.00 3 Drai Wall Drainage and ubtlmin tare I n all 1 1 0 Gone Mason 16' recision Block .5' Hi Master . 1 000.00 Cone ason 1 recision lock 4. h ilaster 1 L 36 7 38 Gone Mason 1 recision Block I n all Cone son recision lock- I n all Ledge tone Veneer n al 122 4 225 0 20.0 39 1 form min 1500 L 75. 18" storm min 200 263 lotion 41 42 u Inlet - .5 N 1. L Curb net - 14' id. 3 - 3 1 . 500.00 480000 43 urb Inlet II - 7. I t . 1 4.200.00 econstmet 12' C.I. Inlet min Pi 1 L 45 Curb Inlet II - 1 I t . 3 4 800.0 46 1 Curb Mail - 1' sic. 00 2 5 4 47 unction tr. No. 1 I td. 4.500.00 ncrete Collar N Sid. 13-1 4 1 0. 49 0 51 unction Sir. No. 1 id. 1 Concrete Encasement aver i Adus econstrvct H reme ver to mde 4.500.00 0.00 52 onstruct teal Manhole Curb late Assembly L 50.00 53 Relocate /Adjust Water Valve Frame an Cover to mde at o Ic e lace i6" V Valve antl iser to mde 300. 300.0 5 Ad'ust 4 Valve mme an over to mde 300. 56 elocate odi 4" owo "ser A,,semb L 3500. 7 a ocate and odj 2" A Assemb umish antl Insta 1 o r claime Water ervice umish an Instal eclalmetl Water ervice 180 500.00 5 000 3 6 elocate antl Install claimed Water ervice 5 61 treat Li ht tam rt ach .pp 10 63 ree! ht Ic i nm tam Irvine to In 15 00 . 10 000.00 4 66 60 ahon em it o ew rt ach an ation stem it o Irvine o soil Bac III or Iantln Lan see Plantin 11 o New rt eac ndsca lantin o rvine 9 a lan t stablishment an aintenance New rt eac L L 1 .00 5 000.00 5.00 DO 62 000. 70 a ant stab Ishment and aintenance rnne an me I 1 L .00 71 cattle Si na od Icetion --LT- 1 5 000. 73 em ham In a el once - u it Isla ns 1 1 L p 954. EE 51,540,000.00 LOW 51,440,944.80 f: \us mkpbw \shared \contmct \00-01 \\BID SUMMARY FORM.zIs Page 1 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TITLE: ENGINEER'S ESTIMATE: PROJECT MANAGER: 0 f:\ users \pbwlshared \contract \00 -01\ \BID SUMMARY FORM.xIs Page 2 Sequel Contractors, Inc. Excel Pa Ing Comp an 1 Mobilization 1 L 2 ra is ntml 1 L Construction Advisory n 1 L 4 burve ervices 1179" 5 uleanno and UNtIbing 1 L 6 Unclassiied Fxcavation 36 7 8' PCG Curb & 24' Gutter 116 L 8 8' PCC Curb fMedianl b PILU uum & 12" utter Median 472 LF 10 ie urb i utter Median 4 11 4" tam d olored oncrete (Me man) 27 12 14 Huu tiidewaw 8588 13 4" hick assa e a 11 1 urb m ase 2 EA 15 P urb m ase A 16 Mod' ied Mid -Block Bus I umout 5 17 D all ncrete .2 30 N 18 --l-F- As halt ncrete 35 N As halt ncrete 1.5' Dee Lift 864 N 20 A re ate .0' 2043 TN 1 Id lane 2" minimum & Var A C; Uverlav 3569 SF 22 unry ea ype 1303 Y 23 Structural Concrete DI I ace wall t s 3 Y 24 Wall rains a antl ubdrain tem lmace Wall 1 LS iuuuu.uu 25 ncrete Mason 16" li ace oc - 5 Zb ncrete Mason 12" bp1mace Block - Ketwall 2370 SF 27 Concrete Mason B " 5plittace Block - Retwall 3200 28 1 all Miter 660 L 29 Cable Railing (Vinyl Coated 660 L JU 12- I W Water Line Kelocation 5 1 4 Private Sewer Force Main Relocation (Centemintel 5 32 Structural Concrete n wall 8 Y Wall Dramau a and ubdrain stem i n Wall 1 L 34 nc ason 16" recision Block 7.5' Hi h ilaster 1 LS 35 Conic Mason 16" recision NIOCK 4.0' 111 011 Pilaster 1 L 36 Conc Masonry 12 recision Block - 151an a 122 37 Conic Mason 8" Precision Slock - n Wall 224 F Led a tone Veneer n Wall 2 39 1 torte rain 1500 -D 60 L 4 18 P torm Drain (2000-D) 6 L 41 Curb Inlet vDe - 3.5' NB Std. 306 -1- 3 A 42 Curb Inlet Tvoe OIL - 14' NB td. 306 -L 7 43 Curb Inlet voe II - 7.5' I t . 1 A 44 Reconstruct 12' a C.I. Inlet Drain Pipe 1 L 45 Curb Inlet voe 11 - iq lCul Sio. 0 3 A 46 Curb Inlet 1 ype II - 21' td. 300 2 E 47 Junction tr. No. 1 I td. 306 2 A 48 Concrete ollar N t . 13-L 4 EA 49 Junction btr. NO. 1 NB 61d. 310 -L 4 A 50 oncrete Encasement over Pipe 80 LF 51 us econstruct MH Frame 8 over to Grade A 5T-- onstrut" feel Manhole urb tat Assembl 1 L 53 a ovate Water Valve name and ver to ratle athodic 54 Replace 16" BFV Valve and to ratle 1 EA 55 Ad'ust alve Frame and over to Grace 1 56 elocate /Mod' 4" 610 iser ASSembl 1 L e ovate and Mod' 2" IKWU AKVK Assembly 1 L 58 Furnish and Instal 1 Cooper Reclaimed Water Service 1 =A 59 umish and Install 2 Reclaimed Water Service 1 FA 60 Relocate and Install 2" Reclaimed Water Service 1 A 1 Street Licht stem New rt each 1 L i (reel hl Stem Irvine 1 L 63 Traffic Siamno & Stnomo L 64 Ind ation Svstem of New rt Beac 1 L 65 Irri anon stem o Irvine 1 L 66 o soil Backfill for 110 Y 6 7- Landscape Planning Cil 01 Newport each 1 L 68 Landscape manning or Irvine —17-9- 69 --7U— 90 -da Plant Establishment antl Maintenance ew rt each 1 L 9 -0a lant stablishment an aintenance Irvine and me of 71 Tra Ic nal Mod'icalion 1 L 72 I eMP b Uhain Link Safety Fence 1 L ra 3 s- wlt lans 1 L 2ND $1,534,675.00 3RD 1 $1,743,451.00 f:\ users \pbwlshared \contract \00 -01\ \BID SUMMARY FORM.xIs Page 2 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TITLE: ENGINEER'S ESTIMATE: PROJECT MANAGER: f:\usem\pbw\shared\contmct\00-01 \\BID SUMMARY FORM.xls Page 3 Los An else En Ineerin , Inc. Mobilization 2 Traffic Control Construction Advisory Stan 1 L 4 urve Services 5 Clearing and Grubbing cevabon l"PCCl 80 Curb u 4 utter 1 L 8 urb a ian 73 6' Curb 1 utter Median 1 V 8 PGC Modified urb utter ian 4 11 4' tam d lore oncrete a ian 786 1 2 4"PCC Sidewalk 13 is assa a Wa 117 SF Z.b 14 u m se C p 15 PCC Curb m ass 16 Modified Mid-Block bus I Low 5 17 As hat Concrete 30 18 Asohalt Concrete 0. 63 19 AsDhalt Concrete 1.5 a L' 864 0 Acioreinate Base 043 1 Cold Plane minimum & Va_r_AC_ffv—.d.� Slurry Seat 13030 3 Structure oncrete 23 24 wall Drainage and ubdrem tam ace Wa 1 25 Concrete Mason i6 li ace lock- elwall 795 Concrete son li ace oc - elwa 70 27 Concrete Mason li ace lock- etwall 320 1 al utter 0 L 29 Cable Railina (Vinvl oat 6 L 12 Water Line Relocation 50 1 4' Private Sewer once Main Relocation ante inte 50 L 32 Structural Concrete (Sion wa Wall rain a and Subdrain System n Wall t 34 Conc Mason 16" recision Block .5' Hi h Pilaster 1 L 35 Conc Masonry 1 recision Block 4. High ilastar one son 1 recision oc - n a 1 1 2 3 7 Conc Mason recision lock- i n all 224 ed a Stone Veneer Man Wall 25 SF 1 54.1013 39 1 P Storm Crain L 40 18" RCP Storm Drain 263 L 41 lCurto Inlet -3.5'(CNBStd.3Q6-L1 3 42 lCurb Inlet Tvne - 14'(CNB Std. 306-LI 1 43 lCurb Inlet Type II- I Sid. 3ool 1 44 Reconstruct 1 .I. Inlet Crain Pine 1 L 45 Curb Inlet Tvne II - 1 I Std. 3001 Cu Inlet -21' td. 300 q 4 Junction tr. No. 1 7R IC 3 p 48 Concrete Collar (CNB Std . 13-L q EA 4 Junction Str. No. i td. 310-L) 50 Concrete Encasement over Pice 80 L 1 5 Adius construct MH Frame over to reds onstruct teal Manhole Curb ate Assem A 1 LS 5 e ovate Adiust ater Valve rame an over to reds atho is A 54 a lace 1 V Valve and Riser to ra e 1 55 Adiust 4 Valve rams and over to rade 1 Relocate/Modify lawo ser Assem 1 57 Reloczdeand Moditv2"IRWDARVRAsse mbl v LS 58 Furnish and Install 1' onar ec aimed Water ervice 1 FA 59 umish an nstall2 acaimed afar ervice 1 6 Relocate and Install ec aimed afar ervice 1 61 treel LightSystern jNewQprt bee ch 1 treat i ht tem Irvine 1 L 6 is nin to in 1 L 64 Im anon stem o New od each 65 ni anon vstem o Irvine 1 L 6T ODs)il c I or lanting 1100 CY 67— Landsra ce Plantino ew rt each 1 L Lan sca Plantin o Irvine 1 69 90-da ant stab ishment and Maintenance ew rt each 1 L 9 a 90,day Plant tstablishmem and maintenance (Irvine and Cents i ra is i na icehon 1 LS buuu.L)Lj 71 1 L em hain Lin a et secs 1 L As- colt tans 1 4TH 41,852,609.30 f:\usem\pbw\shared\contmct\00-01 \\BID SUMMARY FORM.xls Page 3 NOTICE OF IN i tNT TO ADOPT / NOTICE OF AABILITY NEGATIVE DECLARATION FOR Jamboree Road /MacArthur Boulevard Intersection Improvements This serves as the City of Irvine's Notice of Intention to adopt an Initial Study/Negative Declaration for the Jamboree Road /MacArthur Boulevard Intersection Improvement P cre ared in accordance with the California Environmental Quality Act (CEQA), State C en iD local implementation procedures. r aaaaaa��� SEC" s` t I r: i NameofProject: Jamboree Road /MacArthur Boulevard Intersection Improvements GARY y �jG'ierk- co/aer Project Location: The proposed project is located at the existing Jamboree Road B ulevar intersection at the border of the City of Irvine and the City of Newport Bea , CounRUTY Orange, State of California within the Irvine Business Complex (IBC). Lead Agency: City of Irvine, One Civic Center Plaza, Irvine, California, 92606 Project Description: The objective of the proposed project is to improve the existing level of service (LOS) at the intersection of Jamboree Road and MacArthur Boulevard. The project will also serve to alleviate future traffic operational deficiencies projected to occur with the planned build - out of the IBC. Proposed intersection improvements have been designed to accommodate ultimate long -range improvements to Jamboree Road and MacArthur Boulevard. Project Applicant: City of Irvine NOTICE IS HEREBY GIVEN THAT the City of Irvine proposes to adopt a Negative Declaration for the above -cited project. Such Negative Declaration is based on the findings that the project poses no potential for permanent significant adverse impacts. The reasons to support such a finding are documented by an Initial Study prepared by the City of Irvine. Copies of the Initial Study and the Proposed Negative Declaration are available for review at the City of Irvine Public Works Department, One Civic Center Plaza, Irvine, CA 92606. For questions regarding the Negative Declaration contact: NAME: Ms. Sun -Sun T. Murillo TITLE: Senior Transportation Analyst ADDRESS: City of Irvine One Civic Center Plaza, Irvine, CA 92606 PHONE: 949/ 724 -6262 Public Review Period: Begins: September 24, 2001 Ends: October 24, 2001 In accordance with the State CEQA Guidelines for implementing the California Environmental Quality Act, any comments concerning the findings of the proposed Initial Study/Negative Declaration must be submitted in writing and received by the City of Irvine no later than 5:00 p.m., Wednesday, October 24, 2001, in order to be considered prior to the City's final determination on the project. Should you decide to challenge this Project, you may be limited to the issues raised during this 30 -day public review period. Please mail or fax your written comments to Ms. Sun -Sun T, Murillo, City of Irvine, One Civic Center Plaza, Irvine, CA 92606 (FAX: 9491724 - 7513). Date: September 24.200124. 2001'(17 "!✓t+ {J Ms. Sun -Sun T. Murillo, Senior Transportation Analyst Initial Study and Negative Declaration Jamboree Road and MacArthur Boulevard Intersection Improvements City of Irvine Department of Public Works 1 Civic Center Plaza Irvine, CA 92623 Contact: Sun -Sun T. Murillo, Senior Transportation Analyst September 2001 I 4L •J Environmental Checklist Form. Table of Contents I 1. Project Title ........................................................................................... ..............................1 2. Lead Agency Name and Address .......................................................... ..............................1 3. Contact Person and Phone Number ....................................................... ..............................1 4. Project Location ..................................................................................... ..............................1 5. Project Sponsor's Name and Address .................................................. ............................... l 6. General Plan Designation ...................................................................... ..............................1 7. Zoning ................................................................................................... ..............................1 8. Description of Project ............................................................................ ..............................1 9. Surrounding Land Uses ......................................................................... ..............................1 10. Other Public Agencies Whose Approval Is Required ........................... ..............................2 Environmental Factors Potentially Affected ................................................................... ..............................2 Evaluation of Environmental Impacts ............................................................................. ..............................4 Initial Study and Negative Declaration City of Irvine Jamboree Road 8 MacArthur Boulevard i List of Figures Figure1 ................................................................... ............................... .......Project Location Initial Study and Negative Declaration City of Irvine Inmhnr" R„nn x r,nn,e,tn,., 1. 2. 3. t t Environmental Checklist Form Project title: Lead agency name and address Contact person and phone number: 4. Project location: 5. Project sponsor's name and address: 6. General Plan designation: 7. Zoning: 8. Description of project: Jamboree Road and MacArthur Boulevard Intersection Improvement Project City of Irvine Department of Public Works Project Development Section I Civic Center Plaza Irvine, CA 92623 Sun -Sun T. Murillo, Senior Transportation Analyst (949) 724 -6262 The intersection of Jamboree Road and MacArthur Boulevard lies along the city boundary line between the cities of Irvine and Newport Beach. Figure 1 illustrates the project location. City of Irvine Department of Public Works 1 Civic Center Plaza Irvine, CA 92623 Urban and Industrial 5.1 IBC Multi -Use The Jamboree Road & MacArthur Boulevard Intersection Improvement Project (CIP 312030) is a joint effort between the cities of Irvine and Newport Beach, in which the City of Irvine is the lead agency for the environmental phase of the project. The improvements at the intersection provide increased operational capacity and efficiency, and are included as a mitigation measure for the 1985 and 1991 Environmental Impact Reports (EIR) for the Irvine Business Center (IBC) Re -Zone. Improvements include realignment of the westbound to northbound right turn movement onto MacArthur Boulevard, and widening of the northbound MacArthur Boulevard approach to provide for a dedicated right turn lane onto Jamboree Road. Improvements also include a second northbound and southbound left -turn lane on MacArthur Boulevard by way of reduced median widths. Minor improvements include sidewalks, traffic signal modifications, drainage improvements, and parkway landscaping. In order to accommodate the dedicated northbound right -tum lane, an estimated 14,562 sq. ft. of right of way must be acquired with the project. An estimated 700 -foot long, 10 -foot high retaining wall is proposed east of the northbound right -tum lane due to existing sloped landscape at the location. Initial Study and Negative Declaration City of Irvine Jamboree Road & MacArthur Boulevard 0 P 9. Surrounding Land Uses: The intersection ofMacArthur Boulevard and Jamboree Road lies within the cities of Newport Beach and Irvine, in the County of Orange. The intersection lies within the southwesterly limit of the Irvine Business Complex. The northwest and southeast corners of the intersection comprise of two -story commercial buildings with associated outdoor parking lots adjacent to the intersection. The northeast corner comprises of a multi -story commercial building with an outdoor parking lot adjacent to the intersection. A vacant lot exists on the southwest comer of the intersection. 10. Agencies Whose Approval is Required: City of Irvine City of Newport Beach ENVIRONMENTAL FACTORS POTENTIALLY AFFECTED: The environmental factors checked below would be potentially affected by this project, involving at least one impact that is a "Potentially Significant Impact' as indicated by the checklist on the following pages. ❑ Aesthetics ❑ Biological Resources ❑ Hazards & Hazardous Materials ❑ Mineral Resources ❑ Public Services ❑ Utilities /Service Systems ❑ Agriculture Resources ❑ Cultural Resources ❑ Hydrology /Water Quality ❑ Noise ❑ Recreation ❑ Air Quality ❑ Geology /Soils ❑ Land Use/Planning ❑ Population ❑ Transportation/Traffic ❑ Mandatory Findings of Significance Initial Study andN - - A DeclaraBon City of Irvine Jamboree Road & MacArthur Boulevard t e 9 cf c O^ lF9ti VICINITY MAP of �k F i 3tLr 1. PpG lee. �O p i :ITY OF BISON O A \�Oq ToG is A }On ' u CITY OF IAVIh1E O.C.I. PROJECT LOCATION U o' ADAMS AYE. ORANGE O COAST CITY OF COLLEGE OR ? N COSTA o FAI z = = MESA a ;' Q =o m et. CD VICTORIA. ST. 2 ? U 19TH ST. pPp 9 cf c O^ lF9ti VICINITY MAP of �k F i 3tLr 1. PpG lee. �O p i :ITY OF BISON O A \�Oq ToG is A }On ' u CITY OF IAVIh1E O.C.I. PROJECT LOCATION e � DETERMINATION: (To be completed by the Lead Agency) On the basis of this initial evaluation: 1EI find that the proposed project COULD NOT have a significant effect on the environment, and a NEGATIVE DECLARATION will be prepared. ❑ I find that although the proposed project could have a significant effect on the environment, there will not be a significant effect in this case because revisions in the project have been made by or agreed to by the project proponent. A MITIGATED NEGATIVE DECLARATION will be prepared. ❑ I find that the proposed project MAY have a significant effect on the environment, and an ENVIRONMENTAL IMPACT REPORT is required. ❑ I find that the proposed project MAY have a "potentially significant impact' or "potentially significant unless mitigated" impact on the environment, but at least one effect 1) has been adequately analyzed in an earlier document pursuant to applicable legal standards, and 2) has been addressed my mitigation measures based on the earlier analysis as described on attached sheets. An ENVIRONMENTAL IMPACT REPORT is required, but it must analyze only the effects that remain to be addressed. ❑ I find that although the proposed project could have a significant effect on the environment, because all potentially significant effects (a) have been analyzed adequately in an earlier EIR or NEGATIVE DECLARATION pursuant to applicable standards, and (b) have been avoided or mitigated pursuant to that earlier EIR or NEGATIVE DECLARATION, including revisions or mitigation measures that are imposed upon the proposed project, nothing further is required. September 24, 2001 Signature Date Sun -Sun T. Murillo Printed Name Initial Study and Negative Declaration City of Irvine Jamboree Road & MacArthur Boulevard t c EVALUATION OF ENVIRONMENTAL IMPACTS: Issues: Less Than Significant Potentially with Less Than Significant Mitigation Significant No Impact Incorporation Impact Impact 1. AESTHETICS. Would the project: a) Have a substantial adverse effect on a scenic vista? b) Substantially damage scenic resources, including, but ❑ not limited to trees, rock outcroppings, and historic buildings within a state scenic highway? c) Substantially degrade the existing visual character or quality of the site and its surroundings? d)Create a new source of substantial light or glare which would adversely affect day or nighttime views in the area? (a and b) The proposed project will consist of intersection improvements to provide increased operational capacity and efficiency. The site is located within a developed urban setting with no scenic vistas located within the view shed. Further, no scenic resources exist within the project area. The project will result in only minor changes to existing public facilities located within the public right of way. No impact will result. (c) To implement the proposed northbound dedicated right turn lane for the project, right of way is to be acquired and a 10 -foot high retaining wall is proposed as part of this roject. The existing visual character or quality of the site and its surroundings would not be significantly degraded. It is anticipated that the use of appropriate lighting, landscaping and architectural treatments would serve to reduce potential adverse visual effects. (d) The proposed project will consist of intersection improvements to provide increased operational capacity and efficiency. No new lighting, otor glare are proposed or anticipated through the development of the project, No impact will result. AGRICULTURE RESOURCES: In determining whether impacts to agricultural resources are significant environmental effects, lead agencies may refer to the California Agricultural Land Evaluation and Site Assessment Model (1997) prepared by the California Department of Conservation as an optional model to use in assessing impacts on agriculture and farmland. Would the project: a) Convert Prime Farmland, Unique Farmland, or O Farmland of Statewide Importance (Farmland), as shown on the maps prepared pursuant to the Farmland Mapping and Monitoring Program of the California Resources Agency, to a non - agricultural use? b) Conflict with existing zoning for agricultural use, or a Williamson Act contract? c) Involve other changes in the existing environment El 11 El 0 Initial Study and Negative Declaration City of Irvine Jamboree Road & MacArthur Boulevard Issues: 0 which, due to their location or nature, could result conversion of Farmland to a non - agricultural use? less Than Significant Potentially with Significant Mitigation Impact Incorporation Less Then Significant No Impact Impact (a through c) The project area does not contain prime farmland, unique farmland, or farmland of state -wide importance. The project site is located within a developed urban setting and is zoned for a variety of uses, none of which is agriculture. No Williamson Act contracts have been executed in the project area. The project will not involve any changes to the existing environment that could result in conversion of farmland to non - agricultural use. No impact will result. III. AIR QUALITY: Where available, the significance criteria established by the applicable air quality management or air pollution control district may be relied upon to make the following determinations. Would the project: a) Conflict with or obstruct implementation of the ❑ ❑ ❑ 0 species in local or regional plans, policies, or applicable air quality plan? regulations, or by the California Department of Fish and Game or U.S. Fish and Wildlife Service? b) Violate any air quality standard or contribute ❑ ❑ ❑ the California Department of Fish and Game or US substantially to an existing or projected air quality Fish and Wildlife Service? c) Have a substantial adverse effect on federally ❑ ❑ ❑ 0 protected wetlands as defined by Section 404 of the violation? Clean Water Act (including, but not limited to, marsh, vernal pool, coastal, etc.) through direct removal, c) Result in a cumulatively considerable net increase of ❑ ❑ ❑ any criteria pollutant for which the project region is 0 non - attainment under an applicable federal or state ambient air quality standard (including releasing emissions which exceed quantitative thresholds for ozone precursors? d) Expose sensitive receptors to substantial pollutant ❑ ❑ ❑ QX concentrations? e) Create objectionable odors affecting a substantial ❑ ❑ number of people? ❑ (a through e) The proposed project will not result in an increase in development potential above the level currently allowed by the City's adopted General Plan. No impact to air quality issues will occur as a result of the proposed project. IV. BIOLOGICAL RESOURCES. Would the project: a) Have a substantial adverse effect, either directly or El El 1:1 through habitat modifications, on any species identified as a candidate, sensitive, or special status species in local or regional plans, policies, or regulations, or by the California Department of Fish and Game or U.S. Fish and Wildlife Service? b) Have a substantial adverse effect on any riparian ❑ ❑ ❑ ❑x habitat or other sensitive natural community identified in local or regional plans, policies, regulations or by the California Department of Fish and Game or US Fish and Wildlife Service? c) Have a substantial adverse effect on federally ❑ ❑ ❑ 0 protected wetlands as defined by Section 404 of the Clean Water Act (including, but not limited to, marsh, vernal pool, coastal, etc.) through direct removal, Initial Study and Negative Declaration City of Irvine Jamboree Road & MacArthur Boulevard It, Issues: Less Than Significant Potentially With Less Than Significant Mitigation Significant No Impact Incorporation Impact Impact filling, hydrological interruption, or other means? d) Interfere substantially with the movement of any ❑ ❑ ❑ ❑X native resident or migratory fish or wildlife species or with established native resident or migratory wildlife corridors, or impede the use of native wildlife nursery sites? e) Conflict with any local policies or ordinances protecting biological resources, such as a tree ❑ ❑ ❑ Q preservation policy or ordinance? f) Conflict with the provisions of an adopted Habitat ❑ ❑ ❑ Conservation Plan, Natural Community Conservation Plan, or other approved local, regional, or state habitat conservation? (a through f) No specific development is proposed. Additionally, the proposed intersection improvements do not impact or modify existing development regulations or City policies for the preservation of biological resources. No impact will result. V. CULTURAL RESOURCES. Would the project: a) Cause a substantial adverse change in the ❑ ❑ ❑ significance of a historical resource as defined in §15064.5? b) Cause a substantial adverse change in the ❑ ❑ ❑ El significance of an archaeological resource pursuant to § 15064.5? c) Directly or indirectly destroy a unique ❑ ❑ ❑ paleontological resource or site or unique geologic feature? d) Disturb any human remains, including those ❑ ❑ ❑ interred outside of formal cemeteries? (a through d) The proposed project does not involve revisions to development standards that would impact cultural resources. No impact will result. VI. GEOLOGY AND SOILS. Would the project: a) Expose people or structures to potential substantial ❑ ❑ ❑ ❑X adverse effects, including the risk of loss, injury, or death involving: See items i through iv below. i) Rupture of a known earthquake fault, as ❑ ❑ ❑ ❑X delineated on the most recent Alquist - Priolo Earthquake Fault Zoning Map issued by the State Geologist for the area based on other substantial evidence of a known fault? Refer to Division of Mines and Geology Special Publication 42. ii) Strong seismic ground shaking? ❑ ❑ ❑ Initial Study and Negative Declaration City of Irvine Jamboree Road & MacArthur Boulevard 0 @' Issues: Potentially Significant Impact Less Than Significant With Mitigation Incorporation Less Than Significant Impact No Impact iii) Seismic - related ground failure, including ❑ ❑ ❑ El liquefaction? disposal of hazardous materials? iv) Landslides? ❑ ❑ ❑ F b) Result in substantial soil erosion or the loss of ❑ ❑ ❑ 0 topsoil? c) Be located on a geologic unit or soil that is ❑ ❑ ❑ 0 unstable, or that would become unstable as a result hazardous materials into the environment? of the project, and potentially result in on- or off - c) Emit hazardous emissions or handle hazardous or ❑ site landslide, lateral spreading, subsidence, ❑ acutely hazardous materials, substances, or waste liquefaction or collapse? d) Be located on expansive soil, as defined in Table ❑ ❑ ❑ 0 18 -1 -B of the Uniform Building Code (1994), school? creating substantial risks to life or property? d) Be located on a site which is included on a list of ❑ ❑ e) Have soils incapable of adequately supporting the ❑ ❑ ❑ use of septic tanks or alternative waste water Government Code Section 65962.5 and, as a result, disposal systems where sewers are not available for the disposal of waste water? (a through e) The proposed project will not result in an impact related to geologic problems including fault the environment? rupture, seismic ground shaking, liquefaction, landslides, soil runoff, unstable soils, and expansive soils. The proposed retaining wall will be subject to site - specific geotechnical studies as determined appropriate by the City. No impact will result. VII. HAZARDS AND HAZARDOUS MATERIALS. a) Create a significant hazard to the public or the El 13 11 a environment through the routine transport, use, or disposal of hazardous materials? b) Create a significant hazard to the public or the ❑ ❑ ❑ ❑X environment through reasonably foreseeable upset and accident conditions involving the release of hazardous materials into the environment? c) Emit hazardous emissions or handle hazardous or ❑ ❑ ❑ acutely hazardous materials, substances, or waste within one - quaver mile of an existing or proposed school? d) Be located on a site which is included on a list of ❑ ❑ ❑ ❑X hazardous materials sites compiled pursuant to Government Code Section 65962.5 and, as a result, would it create a significant hazard to the public or the environment? (a through d) The proposed project does not involve the use of hazardous materials. No impact will result. e) For a project located within an airport land use plan ❑ ❑ 13 O or, where such a plan has not been adopted, within two miles of a public airport or public use airport, would the project result in a safety hazard for Initial Study and Negative Declaration City of Irvine Jamboree Road & MacArthur Boulevard V t Issues: Less Than Significant Potentially With Less Than Significant Mitigation significant No Impact Incorporation Impact Impact people residing or working in the project area? f) For a project within the vicinity of a private airstrip, ❑ ❑ ❑ would the project result in a safety hazard for people residing or working in the project area? (e and f) The City of Irvine borders John Wayne Airport, operated by the County of Orange. The proposed project would not result in a safety hazard for people residing or working in the project area. No impact will result. g) Impair implementation of or physically interfere El 1:1 11 with an adopted emergency response plan or emergency evacuation plan? h) Expose people or structures to a significant risk of ❑ ❑ ❑ loss, injury or death involving wildland fires, including where wildlands are adjacent to urbanized areas or where residences are intermixed with wildlands? (g and h) The proposed project will not impair implementation of an adopted emergency response plan. The proposed project is located in a developed urban area that is not adjacent to wildlands. No impact will result. Vlll. HYDROLOGY AND WATER QUALITY. Would the project: a) Violate any water quality standards or waste Cl I] Cl discharge requirements? b) Substantially deplete groundwater supplies or ❑ Cl El interfere substantially with groundwater recharge such that there would be a net deficit in aquifer volume or a lowering of the local groundwater table level (e.g., the production rate of pre- existing nearby wells would drop to a level which would not support existing land uses or planned uses for which permits have been granted)? c) Substantially alter the existing drainage pattern of ❑ ❑ IHI ❑ the site or area, including through the alteration of the course of a stream or river, in a manner which would result in substantial erosion or siltation on- or off -site? d) Substantially alter the existing drainage pattern of the site or area, including through the alteration of ❑ ❑ 0 ❑ the course of a stream or river, or substantially increase the rate or amount of surface runoff in a manner which would result in flooding on- or off - site? e) Create or contribute runoff water which would ❑ 0 ❑ [X] exceed the capacity of existing or planned stormwater drainage systems or provide substantial additional sources of polluted runoff? Initial Study and Negative Declaration ^" •' - Inmhnruc Pn.M K MnA Arthur Rnulcvarrl Issues: ❑ ❑ ❑ Less Than b) Conflict with any applicable land use plan, policy, ❑ ❑ ❑ or regulation of an agency with jurisdiction over the Significant project (including, but not limited to the general Potentially With Less Than Significant Mitigation Significant No mitigating an environmental effect? Impact Incorporation Impact Impact f) Otherwise substantially degrade water quality? ❑ ❑ ❑ g) Place housing within a 100 -year flood hazard area ❑ ❑ ❑ as mapped on a federal Flood Hazard Boundary or Flood Insurance Rate Map or other flood hazard delineation map? h) Place within a 100 -year flood hazard area structures ❑ ❑ ❑ which would impede or redirect flood flows. i) Expose people or structures to a significant risk of ❑ ❑ ❑ loss, injury or death involving flooding, including flooding as a result of the failure of a levee or dam? j) Inundation of seiche, tsunami, or mudflow? ❑ ❑ ❑ 0 (a and b) The proposed project will not impact groundwater supplies, water quality standards or waste discharge requirements. No impact will result. (c and d) Any and all changes in drainage patterns as a result of the proposed retaining wall and additional asphalt will be incorporated in the design per City design standards. The proposed project does not impact any existing stream or river courses and does not significantly increase the rate or amount of surface runoff. Implementation of the proposed project would not result in any significant long -term impacts. The slight increase in the amount of surface water run -off is not anticipated to substantially impact the existing stormwater drainage system. (e through j) Other than minor changes in water drainage patterns summarized above, the proposed project will have no impact on hydrology and water quality. No impact will result. IX. LAND USE AND PLANNING. Would the project: a) Physically divide an established community? ❑ ❑ ❑ b) Conflict with any applicable land use plan, policy, ❑ ❑ ❑ or regulation of an agency with jurisdiction over the project (including, but not limited to the general plan, specific plan, local coastal program, or zoning ordinance) adopted for the purpose of avoiding or mitigating an environmental effect? c) Conflict with any applicable habitat conservation ❑ ❑ ❑ plan or natural community conservation plan? (a through c) The proposed project will not physically divide an established community. The proposed project will not conflict with existing general plan goals or policies. No habitat conservation plans or natural community conservation plans exist in the project area. No impact will result. Initial Study and Negative Declaration City of Irvine Jamboree Road & MacArthur Boulevard r e Issues: Less Than Significant Potentially With Less Than Significant Mitigation Significant No Impact Incorporation Impact Impact X. MINERAL RESOURCES. Would the project: a) Result in the loss of availability of a known mineral resource that would be of value to the region and ❑ Cl ❑ 0 the residents of the state? b) Result in the loss of availability of a locally - important mineral resource recovery site delineated ❑ ❑ ❑ on a local general plan, specific plan or other land use plan? (a and b) No loss of known mineral resources will occur with the proposed project. No impact will result. XI. NOISE. Would the project result in: a) Exposure of persons to or generation of noise levels ❑ ❑ ❑ in excess of standards established in the local general plan or noise ordinance, or applicable standards of other agencies? b) Exposure of persons to or generation of excessive ❑ ❑ Cl groundborne vibration or groundbome noise levels? c) A substantial permanent increase in ambient noise El El ❑ levels in the project vicinity above levels existing without the project? d) A substantial temporary or periodic increase in ED 11 CE Cl ambient noise levels in the project vicinity above levels existing without the project? e) For a project located within an airport land use plan ❑ ❑ ❑ or, where such a plan has not been adopted, within two miles of a public airport or public use airport, would the project expose people residing or working in the project area to excessive noise levels? f) For a project within the vicinity of a private airstrip, ❑ ❑ ❑ MR would the project expose people residing or working in the project area to excessive noise levels? (a, c and d) Construction of the proposed improvements may result in short-term increased noise levels in the immediate project vicinity due to the operation of construction vehicles and other construction activities. This activity may result in a minor disturbance to existing commercial receptors situated near the project site. This would be a temporary condition, would cease upon project completion, and is subject to noise ordinance requirements. In order to minimize construction noise impacts, the City of Irvine requires that construction activity be limited to the hours of 7:00 a.m. and 7:00 p.m. Monday through Friday, and 9:00 a.m. to 6:00 p.m. on Saturday with no construction on Sundays or federal holidays. Although the project slightly increases the daily traffic volumes through the intersection, the post - project traffic noise will not be perceptibly different away from the immediate project vicinity. As a result, the slight increase in ambient noise levels on the project vicinity is considered less than significant. Initial Study and Negative Declaration "^ ^° Jamboree Road & MacArthur Boulevard t c Issues: Less Than Significant Potentially with Less Than Significant Mitigation Significant No Impact Incorporation Impact Impact (b, a and f) The proposed project is not within the vicinity of a public airport land use plan nor a private airstrip, and will not expose people residing or working in the project area to excessive noise levels generated by groundborne vibration or groundbome noise levels. No impact will result. XII. POPULATION AND HOUSING. Would the project: a) Induce substantial population growth in an area, ❑ 1:1 El ERE either directly (for example, by proposing new ❑ ❑ ❑ Q homes and businesses) or indirectly (for example, ❑ ❑ ❑ Q through extension of roads or other infrastructure)? ❑ ❑ ❑ 0 b) Displace substantial numbers of existing housing, ❑ ❑ ❑ 7 necessitating the construction of replacement housing elsewhere? c) Displace substantial numbers of people, ❑ ❑ ❑ 1E necessitating the construction of replacement housing elsewhere? (a through c) The proposed project does not involve additional housing development in the community. It will not alter the location, distribution, density, or growth rate of the City's population. No impact will result. XIII. PUBLIC SERVICES a) Would the project result in substantial adverse physical impacts associated with the provision of new or physically altered government facilities, need for new or physically altered governmental facilities, the construction of which could cause significant environmental impacts, in order to maintain acceptable service ratios, response times or other performance objectives for any of the public services: Fire protection? ❑ ❑ ❑ El Police protection? ❑ ❑ ❑ Q Schools? ❑ ❑ ❑ Q Parks? ❑ ❑ ❑ 0 Other public facilities? ❑ ❑ ❑ Q The proposed project does not generate additional demand for fire protection, police protection, schools, parks, or other public facilities. New or physical alteration to existing facilities will not be required. No impact will result. XIV. RECREATION a) Would the project increase the use of existing ❑ ❑ ❑ neighborhood and regional parks or other recreational facilities such that substantial physical deterioration of the facility would occur or be Initial Study and Negative Declaration o,..,w 0 u....e.n — Q—A--A t c Issues: Less Than Significant Potentially With Less Than Significant Mitigation Significant No Impact Incorporation Impact Impact b) Does the project include recreational facilities or ❑ ❑ ❑ M require the construction or expansion of recreational facilities which might have an adverse physical effect on the environment? (a and b) The proposed project will not increase the use of existing neighborhood facilities or require the construction or expansion of recreational facilities. No impact will result. XV. TRANSPORTATION/TRAFFIC. Would the project: a) Cause an increase in traffic which is substantial in ❑ ❑ ❑ relation to the existing traffic load and capacity of the street system (i.e, result in a substantial increase in either the number of vehicle trips, the volume to capacity ratio on roads, or congestion at intersections)? b) Exceed, either individually or cumulatively, a level 13 El El of service standard established by the county congestion management agency for designated roads or highways? c) Result in a change in air traffic patterns, including 13 El ❑ either an increase in traffic levels or a change in Uaj location that results in substantial safety risks? d) Substantially increase hazards due to a design El ❑ 13 feature (e.g., sharp curves or dangerous intersections) or incompatible uses (e.g., farm equipment)? e) Result in inadequate emergency access? ❑ ❑ ❑ i) Result in inadequate parking capacity? ❑ ❑ ❑ Q g) Conflict with adopted policies, plans, or program El El E] supporting alternative transportation (e.g., bus turnouts, bicycle racks)? (a) As part of the mitigation measures associated with the 1985 and 1991 EIR for the Re- Zoning of the Irvine Business Complex (IBC), the project increases the capacity for right -turns onto Jamboree Road through the proposed dedicated right -tum only lane from northbound MacArthur Boulevard to eastbound Jamboree Road. The second )eft-turn lanes from both directions of MacArthur Boulevard onto Jamboree Road increase the capacity for left turn volumes. Therefore, the proposed project will result in improved conditions at the subject intersection and will not result in an increase in traffic in relation to the existing traffic load and capacity of the street system. (b through g) The proposed project improves the operational level of service at the intersection, does not result in a change in air traffic patterns and does not incorporate substandard design features. The project provides adequate emergency access and does not conflict with adopted policies, plans, or programs supporting alternative transportation. No impact will result. Initial Study and Negative Declaralion Citv of Irvine Jamboree Road 8 MacArthur Boulevard Issues: Less Than Significant Potentially with Less Than Significant Mitigation Significant No Impact Incorporation Impact Impact XVI. UTILITIES AND SERVICE SYSTEMS. Would the project: a) Exceed wastewater treatment requirements of the ❑ ❑ ❑ applicable Regional Water Quality Control Board? b) Require or result in the construction of new water ❑ ❑ ❑ or wastewater treatment facilities or expansion of existing significant environmental effects? c) Require or result in the construction of new storm El 13 11 water drainage facilities or expansion of existing facilities, the construction of which could cause significant environmental effects? d) Have sufficient water supplies available to serve the El 1:1 11 El project from existing entitlements and resources, or are new or expanded entitlements needed? e) Result in a determination by the wastewater ❑ ❑ ❑ treatment provider which serves or may serve the project that it has inadequate capacity to serve the project's projected demand in addition to the provider's existing commitments? f) Be served by a landfill with sufficient permitted ❑ ❑ ❑ a capacity to accommodate the project's solid waste disposal needs? g) Comply with federal, state, and local statutes and E3 1:1 ❑ El regulations related to solid waste? (a through g) The proposed project will not generate wastewater or a demand for water. Therefore, new facilities will not be needed, and new storm water drainage facilities are not required. No solid wastes will be generated with the proposed project. No impact will result. XVII. MANDATORY FINDINGS OF SIGNIFICANCE a) Does the project have the potential to degrade the quality of the environment, substantially reduce the habitat of a fish or wildlife species, cause a fish or wildlife population to drop below self - sustaining levels, threaten to eliminate a plant or animal community, reduce the number or restrict the range of a rare or endangered plant or animal, or eliminate important examples of the major periods of California history or prehistory? b) Does the project have impacts that are individually limited, but cumulatively considerable? ( "Cumulatively considerable" means that the incremental effects of a project are considerable when viewed in connection with the effects of past projects, the effects of other current projects, and the effects of probable future projects)? ❑ ❑ ❑ ❑X ❑ ❑ ❑x ❑ Initial Study and Negative Declaration Jamboree Road & MacArthur Boulevard s Issues: it Less Than Significant Potentially with Less Than Significant Mitigation Significant No Impact Incorporation Impact Impact c) Does the project have environmental effects which will ❑ ❑ ❑ cause substantial adverse effects on human beings, either directly or indirectly? (a) Due to the limited scope of the proposed project, project implementation would not have the potential to degrade the quality of the environment, substantially reduce the habitat of a fish or wildlife species, cause a fish or wildlife population to drop below self - sustaining levels, threaten to eliminate a plan or animal community, reduce the number or restrict the range of a rare or endangered plant or animal, or eliminate important examples of the major periods of California history or prehistory. No impacts beyond the immediate intersection are anticipated. (b) Due to the relatively limited nature of the proposed physical improvements, the project would not involve significant cumulative impacts. The project creates a positive regional traffic and air quality effect, and for these reasons, is a key mitigation measure for the 1985 and 1991 EIRs for the Re- Zoning of the Irvine Business Complex (IBC). (c) Due to the nature and relatively limited scope of the proposed improvements, project implementation would not have environmental effects that would cause substantial adverse effects on human beings. Construction- related activities are anticipated to have only minor, temporary impacts (congestion, noise). Potential long -term impacts, including noise, is less than significant. Initial Study and Negative Declaration ON of Irvine Jamboree Road 8 MacArthur Boulevard T+ Is office is exemp ')m filing ! i er Govemme (tp No Ti," Due Pcr ccdel'I t2;) lJ NOTICE OF DETERMINATION To: _ Office of Planning and Research From: (Public Agency) City of Irvine 1400 Tenth Street, Room 121 Department of Public Works Sacramento, CA 95814 P. O. Box 19575 Irvine, CA 92623 -9575 X County Clerk County of Orange P. O. Box 838, Santa Ana, CA 92702 11 OF /q�� r Subject: Filing of Notice of Determination in compliance with Section 21108 or 21152 of the Public Resources Code. N/A Sun -Sun T. Murillo (949) 724 -6262 State Clearinghouse Number Lead Agency Area Coderrelephone /Extension (If submitted to Clearinghouse) Contact Person Recorded in Official Records, County of Orange Gary Granville, Clerk- Recorder Project Title: 1111111111111111111111111111111111111111111111111111H11IIIIINO FEE Jamboree Road /MacArthur Boulevard Intersection Improvements 200185001189 09:52am 10125101 170 10 201 Project Location: 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Jamboree Road /MacArthur Boulevard Intersection Improvement Project lies within the Citv of Newport Beach and the City of Irvine, within the County of Orange Project Description: intersection improvements have been designed to accommodate ultimate long -range improvements to Jamboree Road and MacArthur Boulevard. This is to advise that the City of Irvine has approved the above described project [ X ] Lead Agency [ ] Responsible Agency and has made the following determinations regarding the above described project: 1. The project { [ ] will [ X ] will not ) have a significant effect on the environment. 2. [ ] An Environmental Impact Report was prepared for this project pursuant to the provisions of CEQA. [ X ] A Negative Declaration was prepared for this project pursuant to the provisions of CEQA. 3. Mitigation measures { [ ] were [ X ] were not ) made a condition of the approval of the project. 4. A statement of Overriding Considerations { [ ] was [ X ] was not ) adopted for this project. Date received for filing: October 25. 2001 P059"T jj'ij FILED Signature (Public Agency) tl Senior Transportation Analvst OCT 2 5 2001 Title GARY L. GRAN [LLk. Cie n- Recorder GARY L RANVILLE, Clerk-Recorder BY .. _] ._� _ DEPUTY 0y DEPUTY FORM 45 -03 (6/99) 0 • CALIFORNIA DEPARTMENT OF FISH AND GAME CERTIFICATE OF FEE EXEMPTION De Minimis Impact Finding Project Title: Jamboree Road/MacArthur Boulevard Intersection Improvements EA /MND Project Location (include County): The proposed project is located at the existing Jamboree Road /MacArthur Boulevard intersection at the border of the City of Irvine and the City of Newport Beach, County of Orange, State of California within the Irvine Business Complex (IBC). /� OF f qLi U @ Project Description: The objective of the proposed project is to improve the existing level of service (LOS) at the intersection of Jamboree Road and MacArthur Boulevard. The project will also serve to alleviate future traffic operational deficiencies projected to occur with the planned build -out of the IBC. Proposed intersection improvements have been designed to accommodate ultimate long -range improvements to Jamboree Road and MacArthur Boulevard. Findings of Exemption (attach as necessary): As a result of the Initial Study, it has been determined that the project will have no significant adverse effects on the environment. There were no findings of impact to State and Federal Waters. Certification: I hereby certify that the public agency has made the above finding and that the project will not individually or cumulatively have an adverse effect on wildlife resources, as defined in Section 711.4 of the Fish and Game Code. Name: Sun -Sun T.Murillo Title: Senior Transportation Analyst PO T E D Lead Agency: City of Irvine Date: October 25, 2001 FILED OCT 2 5 2001 GARY L. MILLE, Clerk•Reconler By DEPUTY OCT 2 r ,,, , GA.P:`f ! . GpA kl�l � l c, ,i?rk Recorder by- uEPUI4 FORM 45 -24 (6199) Wy of Newport Beach 9 BUDGET AMENDMENT 2002 -03 EFFECT ON BUDGETARY FUND BALANCE: IF Increase Revenue Estimates X Increase Expenditure Appropriations Transfer Budget Appropriations SOURCE: from existing budget appropriations X from additional estimated revenues X from unappropriated fund balance EXPLANATION: NO. BA- 079 AMOUNT: 5575,8eo.oa AND NXIncrease in Budgetary Fund Balance Decrease in Budgetary Fund Balance No effect on Budgetary Fund Balance This budget amendment is requested to provide for the following: To increase revenue estimates and expenditure appropriations for the Jamboree Road /MacArthur Boulevard Intersection Improvements, C -3369. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account 260 3605 REVENUE ESTIMATES (3601) Fund /Division Account 250 4858 EXPENDITURE APPROPRIATIONS (3603) Description Circulation & Transportation Fund Balance Description Contributions - Refunds /Rebates from Govts Description Division Number 7251 Contributions Account Number C5100584 Jamboree Rd /MacArthur Blvd Improvements Division Number 7261 Fund Balance Account Number C5100584 Jamboree Rd /MacArthur Blvd Improvements Division Number Account Number Division Number Account Number Division Number Account Number Signed: Signed: Services Director Administrative ApprgOal: City Manager Signed: City Council Approval: City Clerk Amount Debit Credit $70,000.00 $505,880.00 Automatic $505,880.00 $70,000.00 Date Da Date 41ty of Newport Beach i• BUDGETAMENDMENT 2002 -03 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates X Increase Expenditure Appropriations Transfer Budget Appropriations SOURCE: from existing budget appropriations X from additional estimated revenues X from unappropriated fund balance EXPLANATION: NO. BA- 079 AMOUNT: $575,880.00 AND NXIncrease in Budgetary Fund Balance Decrease in Budgetary Fund Balance No effect on Budgetary Fund Balance This budget amendment is requested to provide for the following: To increase revenue estimates and expenditure appropriations for the Jamboree Road /MacArthur Boulevard Intersection Improvements, C -3369. ACCOUNTING ENTRY: Description Division Number 7251 Amount BUDGETARY FUND BALANCE Number C5100584 Debit _ Fund Account Description Fund Balance 260 3605 Circulation & Transportation Fund Balance $70,000.00 ` REVENUE ESTIMATES (3601) Number Fund /Division Account Description 250 4858 Contributions - Refunds /Rebates from Govts $505,880.00 EXPENDITURE APPROPRIATIONS (3603) Signed: Signed: / " -,(, . Signed: Services Director City Manager Ci until App i Glen Credit $505,880.00 $70,000.00 Dates Da e (a -25 -J3 Date Description Division Number 7251 Contributions Account Number C5100584 Jamboree Rd /MacArthur Blvd Improvements Division Number 7261 Fund Balance Account Number C5100584 Jamboree Rd /MacArthur Blvd Improvements Division Number Account Number Division Number Account Number Division Number Account Number Signed: Signed: / " -,(, . Signed: Services Director City Manager Ci until App i Glen Credit $505,880.00 $70,000.00 Dates Da e (a -25 -J3 Date PROFESSIONAL SERVICES AGREEMENT FOR JAMBOREE ROAD /MACARTHUR BOULEVARD INTERSECTION IMPROVEMENTS THIS AGREEMENT, entered into this day of ��cY , 2000, by and between CITY OF NEWPORT BEACH , a Municipal Corporation (hereinafter referred to as "City "), and KFM Engineering, Inc., whose address is 26632 Towne Centre Drive, Suite 240, Foothill Ranch, California, 92610, (hereinafter referred to as "Consultant'), is made with reference to the following: RECITALS A. City is a Municipal Corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City is planning to implement improvements to Jamboree Road and MacArthur Boulevard hereinafter referred to PROJECT. C. City desires to engage Consultant to provide professional engineering services for intersection improvements which include widening MacAuhur Boulevard in order to add a second northbound and southbound left turn lane as well as a dedicated northbound right turn lane approaching Jamboree Road upon the terms and conditions contained in this Agreement. D. The principal member for the Consultant for the purpose of this Project is Rick Kreuzer, P.E., President. 0 • E. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant and desires to contract with Consultant under the terms of conditions provided in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the 24th day of October 2000, and shall terminate on the 30th day of June 2003, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Consultant shall diligently perform all the duties set forth in the scope of services, attached hereto as Exhibit "A" and incorporated herein by reference. 3. COMPENSATION TO CONSULTANT City shall pay Consultant for the services in accordance with the provisions of this Section and the scheduled billing rates set forth in Exhibit "B" attached hereto and incorporated herein by reference. No rate changes shall be made during the term of this Agreement without prior written approval of City. Consultant's compensation for all work performed in accordance with this Agreement shall not exceed the total contract price of ninety three thousand two hundred eighty five dollars ($93,285). 3.1 Consultant shall maintain accounting records of its billings which includes the name of the employee, type of work performed, times and dates of all work which is -2- • • billed on an hourly basis and all approved incidental expenses including reproductions, computer printing, postage and mileage. 3.2 Consultant shall submit monthly invoices to City payable by City within thirty (30) days of receipt of invoice subject to the approval of City. 3.3 Consultant shall not receive any compensation for extra work without prior written authorization of City. Any authorized compensation shall be paid in accordance with the schedule of the billing rates as set forth in Exhibit "B ". 3.4 City shall reimburse Consultant only for those costs or expenses which have been specifically approved in this Agreement, or specifically approved in advance by City. Such cost shall be limited and shall include nothing more than the following costs incurred by Consultant: A. The actual costs of subconsultants for performance of any of the services which Consultant agrees to render pursuant to this Agreement which have been approved in advance by City and awarded in accordance with the terms and conditions of this Agreement. B. Approved computer data processing and reproduction charges. C. Actual costs and /or other costs and /or payments specifically authorized in advance in writing and incurred by Consultant in the performance of this Agreement. 4. STANDARD OF CARE 4.1 All of the services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical -3- personnel required to perform the services required by this Agreement and that it will perform all services in a manner commensurate with the community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City nor have any contractual relationship with City. Consultant represents and warrants to City that it has or shall obtain all licenses, permits, qualifications and approvals required of its profession. Consultant further represents and warrants that it shall keep in effect all such licenses, permits and other approvals during the term of this Agreement. 4.2 Consultant shall not be responsible for delay, nor shall Consultant be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, or acts of God, or the failure of City to fumish timely information or to approve or disapprove Consultant's work promptly, or delay or faulty performance by City, contractors, or governmental agencies, or any other delays beyond Consultant's control or without Consultant's fault. 5. INDEPENDENT PARTIES City retains Consultant on an independent contractor basis and Consultant is not an employee of City. The manner and means of conducting the work are under the control of Consultant, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute Consultant or any of Consultant's employees or agents to be the agents or employees of City. Consultant shall have the responsibility for and control over the details in means of performing the work provided that Consultant is in compliance with the terms 13 • r of this Agreement. Anything in this Agreement which may appear to give City the right to direct Consultant as to the details of the performance of the services or to exercise a measure of control over Consultant shall mean that Consultant shall follow the desires of City only in the results of the services. 6. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator, and any other agencies which may have jurisdiction or interest in the work to be performed. City agrees to cooperate with Consultant on Project. 7. PROJECT MANAGER Consultant shall assign Project to a Project Manager, who shall coordinate all phases of Project. This Project Manager shall be available to City at all reasonable times during term of Project. Consultant has designated Rick Kreuzer, P.E. to be its Project Manager. Consultant shall not bill any personnel to Project other than those personnel identified in Exhibit "B ", whether or not considered to be key personnel, without City's prior written approval by name and specific hourly billing rate. Consultant shall not remove or reassign any personnel designated in this Section or assign any new or replacement person to Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to removal or assignment of non -key personnel. Consultant, at the sole discretion of City, shall remove from Project any of its personnel assigned to the performance of services upon written request of City. Consultant warrants it will continuously furnish the necessary personnel to complete Project on a timely basis as contemplated by this Agreement. -5- • • 8. TIME OF PERFORMANCE Time is of the essence in the performance of the services under this Agreement and the services shall be performed by Consultant in accordance with the schedule specified below. The failure by Consultant to strictly adhere to the schedule may result in termination of this Agreement by City, and the assessment of damages against Consultant for delay. Notwithstanding the foregoing, Consultant shall not be responsible for delays which are due to causes beyond Consultant's reasonable control. However, in the case of any such delay in the services to be provided for Project, each party hereby agrees to provide notice to the other party so that all delays can be addressed. 8.1 Consultant shall submit all requests for extensions of time for performance in writing to the Project Administrator not later than ten (10) calendar days after the start of the condition, which purportedly causes a delay, and not later than the date upon which performance is due. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays, which are beyond Consultant's control. 8.2 For all time periods not specifically set forth herein, Consultant shall respond in the most expedient and appropriate manner under the circumstances, by either telephone, fax, hand delivery or mail. 9. CITY POLICY Consultant will discuss and review all matters relating to policy and project direction with the Project Administrator in advance of all critical decision points in order to ensure that the Project proceeds in a manner consistent with City goals and policies. C-1 0 0 10. CONFORMANCE TO APPLICABLE REQUIREMENT All work prepared by Consultant shall conform to applicable city, county, state and federal law, regulations and permit requirements and be subject to approval of the Project Administrator and City Council. 11. PROGRESS Consultant is responsible to keep the Project Administrator and /or his/her duly authorized designee informed on a regular basis regarding the status and progress of the work, activities performed and planned, and any meetings that have been scheduled or are desired. 12. HOLD HARMLESS Consultant shall indemnify, defend, save and hold harmless City, its City Council, boards and commissions, officers and employees from and against any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all negligent acts or omissions of Consultant, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Agreement, excepting only the active negligence or willful misconduct of City, its officers or employees, and shall include attorneys' fees and all other costs incurred in defending any such claim. Nothing in this indemnity shall be construed as authorizing, any award of attorneys' fees in any action on or to enforce the terms of this Agreement. -7- 13. INSURANCE Without limiting consultant's indemnification of City, and prior to commencement of work, Consultant shall obtain and provide and maintain at its own expense during the term of this Agreement policy or policies of liability insurance of the type and amounts described below and satisfactory to City. Certification of all required policies shall be signed by a person authorized by that insurer to bind coverage on its behalf and must be filed with City prior to exercising any right or performing any work pursuant to this Agreement. Except workers compensation and errors and omissions, all insurance policies shall add City, its elected officials, officers, agents, representatives and employees as additional insured for all liability arising from Consultant's services as described herein. All insurance policies shall be issued by an insurance company certified to do business in the State of California, with original endorsements, with Best's A- VII or better carriers, unless otherwise approved by City Risk Manager. A. Worker's compensation insurance covering all employees and principals of Consultant, per the laws of the State of California. B. Commercial general liability insurance covering third party liability risks, including without limitation, contractual liability, in a minimum amount of $1 million combined single limit per occurrence for bodily injury, personal injury and property damage. If commercial general liability insurance or other form with a general aggregate is used, either the general aggregate shall apply separately to this Project, or the general aggregate limit shall be twice M the occurrence limit. C. Commercial auto liability and property insurance covering any owned and rented vehicles of Consultant in a minimum amount of $1 million combined single limit per accident for bodily injury and property damage. D. Professional errors and omissions insurance which covers the services to be performed in connection with this Agreement in the minimum amount of one million Dollars ($1,000,000). Said policy or policies shall be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) days' prior notice has been given in writing to City. Consultant shall give City prompt and timely notice of claim made or suit instituted arising out of Consultant's operation hereunder. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. Consultant agrees that in the event of loss due to any of the perils for which it has agreed to provide comprehensive general and automotive liability insurance, that Consultant shall look solely to its insurance for recovery. Consultant hereby grants to City, on behalf of any insurer providing comprehensive general and automotive liability insurance to either Consultant or City with respect to the services of Consultant herein, a waiver of any right of subrogation which any such insurer of said Consultant may acquire against City by virtue of the payment of any loss under such insurance. 14. PROHIBITION AGAINST TRANSFERS Consultant shall not assign, sublease, hypothecate or transfer this Agreement or M 0 0 any of the services to be performed under this Agreement, directly or indirectly, by operation of law or otherwise without prior written consent of City. Any attempt to do so without consent of City shall be null and void. The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or co- tenant if Consultant is a partnership or joint- venture or syndicate or co- tenancy, which shall result in changing the control of Consultant, shall be construed as an assignment of this Agreement. Control means fifty percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more of the assets of the corporation, partnership or joint-venture. 15. OWNERSHIP OF DOCUMENTS Each and every report, draft, work product, map, record and other document reproduced, prepared or caused to be prepared by Consultant pursuant to or in connection with this Agreement shall be the exclusive property of City. Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed documents for other projects and any use of incomplete documents without specific written authorization from Consultant will be at City s sole risk and without liability to Consultant. Further, any and all liability arising out of changes made to Consultant's deliverables under this Agreement by City or persons other than Consultant is waived as against Consultant and City assumes full responsibility for such changes unless City has given Consultant prior notice -10- • i and has received from Consultant written consent for such changes. Consultant shall, at such time and in such forms as City may require, furnish reports concerning the status of services required under this Agreement. 16. CONFIDENTIALITY The information, which results from the services in this Agreement, is to be kept confidential unless the release of information is authorized by City. 17. CITY'S RESPONSIBILITIES In order to assist Consultant in the execution of his responsibilities under this Agreement, City agrees to provide the following: A. City will provide access to and upon request of Consultant, provide one copy of all existing record information on file at City and will provide all such materials in a timely manner so as not to cause delays in Consultant's work schedule. B. Provide blueprinting, copying and other services through City's reproduction company for each of the required submittals. Consultant will be required to coordinate the required submittals with City's reproduction company. All other reproduction will be the responsibility of Consultant and as defined above. 18. ADMINISTRATION This Agreement will be administered by the Public Works Department. Bill Patapoff, City Engineer shall be considered the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his /her -11- authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 19. RECORDS Consultant shall keep records and invoices in connection with the work to be performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement. All such records shall be clearly identifiable. Consultant shall allow a representative of City during normal business hours to examine, audit and make transcripts or copies of such records. Consultant shall allow inspection of all work, data, documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 20. WITHHOLDINGS City may withhold payment of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue work for a period of thirty (30) days from the date of withholding as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or his designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of seven percent (7 %) per annum from the date of withholding of any amounts found to have been improperly withheld. 21. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional -12- inexperience of Consultant which result in expense to City greater than would have resulted if there were not errors or omissions in the work accomplished by Consultant, the additional design, construction and /or a restoration expense shall be bome by Consultant. Nothing in this paragraph is intended to limit City's rights under any other sections of this Agreement. 22. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other consultants in connection with Project. 23. CONFLICTS OF INTEREST A. Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose financial interest that may foreseeably be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. B. If subject to the Act, Consultant shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of this Agreement by City. Consultant shall indemnify and hold harmless City for any and all claims for damages resulting from Consultant's violation of this Section. 24. SUBCONSULTANT AND ASSIGNMENT Except as specifically authorized under this Agreement, the services included in this Agreement shall not be assigned, transferred, contracted or subcontracted -13- • i without prior written approval of City. 25. NOTICES All notices, demands, requests or approvals to be given under this Agreement shall be given in writing and conclusively shall be deemed served when delivered personally or on the third business day after the deposit thereof in the United States mail, postage prepaid, first class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: Bill Patapoff, City Engineer City of Newport Beach 3300 Newport Boulevard P. O. Box 1768 Newport Beach, CA, 92658 -8915 (949) 644 -3311 Fax (949) 644 -3318 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Attention: Rick Kreuzer, P.E. President KFM Engineereing, Inc. 26632 Towne Centre Drive, Suite 240 Foothill Ranch, CA 92610 (949) 580 -3838 Fax(949)580 -3837 26. TERMINATION In the event either part hereto fails or refuses to perform any of the provisions hereof at the time and in the manner required hereunder, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period -14- of two (2) days, or if more than two (2) days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) days after receipt by defaulting party from the other party of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the nondefaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. 26.1 City shall have the option, at its sole discretion and without cause, of terminating this Agreement by giving seven (7) days' prior written notice to Consultant as provided herein. Upon termination of this Agreement, City shall pay to Consultant that portion of compensation specified in this Agreement that is earned and unpaid prior to the effective date of termination. 27. COMPLIANCES Consultant shall comply with all laws, state or federal and all ordinances, rules and regulations enacted or issued by City. 28. WAIVER A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein whether of the same or a different character. 29. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and -15- i • agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions hereon. Any modification of this Agreement will be effective only by written execution signed by both City and Consultant. 30. OPINION OF COST Any opinion of the construction cost prepared by Consultant represents his /her judgment as a design professional and is supplied for the general guidance of City. Since Consultant has no control over the cost of labor and material, or over competitive bidding or market conditions, Consultant does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to City. 31. COMPUTER DELIVERABLES CADD data delivered to City shall include the professional stamp of the engineer in responsible charge of the work. City agrees that Consultant shall not be liable for claims, liabilities or losses arising out of, or connected with (a) the modification or misuse by City, or anyone authorized by City, of CADD data; (b) the decline of accuracy or readability of CADD data due to inappropriate storage conditions or duration; or (c) any use by City, or anyone authorized by City, of CADD data for additions to this Project, for the completion of this Project by others, or for any other project, excepting only such use as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to indemnify Consultant for damages and liability resulting from the modification or misuse of such CADD data. All drawings shall be transmitted to the City in Auto Cad version 14 in ".dwg" file format. All written documents shall be transmitted to the City in Microsoft Word 97 and -16- Microsoft Excel 97 and be consistent with Microsoft Office 97. 32. PATENT INDEMNITY Consultant shall indemnify, defend, save, and hold harmless the City, its agents, officers, representatives and employees against liability, including costs, for infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in Consultant's drawings and specifications provided under this Agreement. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: By: Robin Clauson Assistant City Attorney ATTEST: 0 LaVonne Harkless City Clerk CITY OF NEWPORT BEACH A Municipal Corporation 0 CityW Newpc*t Beach CONSULTANT B/ yl� `? Rick Kreuzer, P.E. President \\ mis_ tlsys \users\pbw\shared\agmemenLSVy 00-01Wmiamboree road macarhur intersection.doc -17- KFM NGINEERING,INC. September 28, 2000 Mr. Bill Patapoff, P.E. City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92658 00 Y 9 2800 RE: Revised Proposal for Professional Engineering Services for the Jamboree Road I Macarthur Boulevard Intersection Improvements. Dear Mr. Patapoff: KFM appreciates the opportunity to submit this proposal. We believe we are very well qualified for the subject project, having completed numerous intersection widening projects within Orange County over the last three years. Our proposal is formatted as follows: SECTION 1.0 ............ PROJECT OVERVIEW SECTION 2.0 ............SCOPE OF WORK SECTION 3.0 ............MANHOUR ALLOCATION SECTION 4.0 ............SCHEDULE SECTION 5.0 .......,....QUALIFICATIONS Per the requirements of the RFP, we have enclosed our proposed fee in a separate sealed envelope. Once again, we appreciate the opportunity to be of further service to the City of Newport Beach. If you have any questions regarding this proposal or require additional information, please do not hesitate to give me a call. Reimalfully submitted: Rick Kreuzer, P.E. President 26632 Towne Centre Drive • Suite 240 • Foothill Ranch • California • 92610 Ph: 949.580.3838 Fax: 949.580.3837 � KFM � EN G IN E E R IN G. INC. September 28, 2000 Mr. Bill Patapoff, P.E. City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92658 RE: Revised Cost Proposal for Professional Engineering Services for the Jamboree Road / Macarthur Boulevard Intersection Improvements Dear Mr. Patapoff: Our proposed fee to complete the subject project is $93,285. A detailed breakdown of manhours and fees by task are depicted on the fee schedule (Exhibit A) contained on the following page. Exhibit B enclosed depicts KFM's schedule of hourly billing rates. We are very willing to sit down with the City to discuss this proposed fee at your earliest convenience. In the meantime, if you have any questions or require additional information, please do not hesitate to call. Respectfully submitted: Rick Kreuzer, P.E. President 26632 Towne Centre Drive • Suite 240 • Foothill Ranch • California • 92610 Ph: 949.580.3838 Fax: 949.580.3837 CITY OF NEWPORT BEACH FEE SCHEDULE EXHIBIT A TASK KFM STAFF TOTAL XFM WNHOURS LUMP SUM TOTAL ($115) ($95) PE ($70) CADD ($170) SURVEY I. DATA C 6 L Lff ft UN 4 -3450 2. FIELD SURVEY - HorizontWVerfical Con l 1 2 3 $455 -_- -Aerial Contm] 1 6 7 $1,135 - Cross Secfim & Grids 1 ........ .. 20 21 -Monwnentthon I 1 5 $795 -Surface Topography 9 9 E1 L75 - Subsurface Information 1 4 5 $795 3 AERIAL TOPOGRAPHIC MAPPING I 1 $1,300 $1,415 4, BASE MAPPING 1 4 16 $1,575 5. FIELD REVIEWS 4 12 $1,140 6.- UTILrrY INVESTIGATION AND COORDINATION 2 8 6 16 i. CTEOTECHNICAL REPORT 1 2 3 $9,450 _11,330_ $9,735 8. GEONffi-MC PLAN 9 32 24 64 $5,320 9. RIGHT-OF-WAY ENGNIIAING----- ­4 16 12 32 $2,660 10. AESTHETIC CONCEPT PLAN 4 8 8 20 $1-100 $2,900 11. FINAL P S & E - Ti* Shat (1) 1 2 4 7 $565 -T So;w- (1) 4 16 12 32 $2,660 - Details (1) 4 12 16 32 �$2 600 - Roadway Plan & Profile (2) 9 40 64 112 $8,800 - Intersection Grid Plan (1) 4 12 12 ------ $2,320 - Retai�g WaH Plan & Pwfile (1) 2 16 20 38 $2,990 - Rewhiing Wall Detmb (1) 1 2 8 11 52,500_ - Storm Drain Lateral Plan & Pmfdc (1) 4 16 16 36 52940 -L-d!cqe±tM U 2 __ _ 2 4 - - - - ---------- 6 $2,500 $3,070 g�= hyi n Pl 2 () 2 4 6 $2,500 $3.070 -jtr Light Plan.,)_ . S *ning & S mping Plan ( 1 ) 2 2 12 - 1 T 16 - i2 30 $2,370 22 $1 - Tmfrc SWW ModUkation Plan (1) 2 24 32 58 $4,510 - Traffic Conrol Pbm (2) 4 16 24 44 53,500 -Cross Sections (9) 9 16 32 56 $4,520 -S itrations 12 12 24 $2,400 -Cost ESUaWAe 4 8 12 $1,140 12. PROJECT COORDINXTION & MEff&GS 9 12 ��20T $1,940 13. BIDDING & CONSTRUCTION SUPPORT 2 6 6 I $1,160 14. AS-BUILT DRAWINGS 2 4 6 12 $"o 15. UMERSABLES E2000 E2000 TOTAL MANHOURS TOTAL COSTS l l l 512,765 322 $27,370 346 $25,950 44 $7,490 823 $21,450 593,285 EXHIBIT B KFM ENGINEERING, INC. SCHEDULE OF HOURLY BILLING RATES Rates Effective through December 31, 2000 OFFICE PERSONNEL: Typists, Word Processors ....................... ............................... $ 30.00 /Hr. Technician ............................................... ..............................$ 45.00 /Hr. Design Engineers / CADD Operat ors ....... ..............................$ 70.00 /Hr. Project Engineers .................................... ............................... $ 85.00 /Hr. Project Managers ..................................... ..............................$ 115.00/Hr. FIELD PERSONNEL: Two -Man Survey Party, including Truck and Equipment.. .......................... ................. $ 135.00/Hr. Three -Man Survey Party, including Truck and Equipment...... ... ................ ...... ...... $ 170.00 /Hr. SUPPORT $ MISCELLANEOUS COSTS: C.A.D.D. Work Station / Plotter ................. ............................... $ 25.00 /Hr. Computer time ........................................ ............................... $ 16.00/Hr. Telefax..................................................... ..............................$ 2.00 /Pg. Electronic Distance Measuring Equipment (E.D.M.) ............... $ 55.00 /Day Survey Trucks ......................................... ............................... $ 0.50 /Mile Other Vehicles ........................................ ............................... $ 0.30/Mile Outside services and consultants are billed at direct costs plus 15 %. Blueprints, reproduction, messenger service, subsistence, travel and other expenses are billed at direct cost plus 10 %. Terms are net 30 days with 1'/2% per month interest charges. The above schedule is for straight time hours. C OCT 2 4 October 24, 2000 CITY COUNCIL AGENDA nDDDntlt'I1 ' ITEM NO. io TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: DESIGN OF IMPROVEMENTS FOR THE INTERSECTION OF JAMBOREE ROAD AND MACARTHUR BOULEVARD, CONTRACT NO. 3369 — APPROVAL OF PROFESSIONAL SERVICES AGREEMENT WITH KFM ENGINEERING RECOMMENDATIONS: Approve a Professional Services Agreement with KFM Engineering Inc., of Foothill Ranch, California, for professional engineering services for a contract price of $93,285. Authorize the transfer of $37,000 from 7251- C5100584 to 7284- C5100584 to correctly identify the funds as a component of the Measure M Combined Transportation Funding Program. Authorize a budget adjustment to recognize an additional $23,000 available to the City from the Measure M Combined Transportation Funding Program. DISCUSSION: As part of the City's adopted FY 00 -01 Capital Improvement Program, staff invited five engineering firms to submit their proposals to provide engineering design services for the improvements at the intersection of Jamboree Road and MacArthur Boulevard. The proposed improvements include widening MacArthur Boulevard in order to add second northbound and southbound left turn lanes on MacArthur Boulevard in addition to a northbound right turn lane on MacArthur Boulevard approaching Jamboree Road. Staff is working with the City of Irvine with regards to right -of -way acquisition needed for the improvements. These projects are funded for engineering this fiscal year, right -of -way acquisition in FY 2001 -02 ($592,000), and construction in FY 2002 -03 ($730,000) respectively, through the Measure M Combined Transportation Funding Program. The scope of the professional services will include survey, utility investigation and coordination, pavement studies, hydrology and hydraulic studies to design the relocated drainage systems, striping plans, traffic control plans, street design, specifications, cost estimates, retaining wall plan, and landscaping and irrigation plans. SUBJECT: DESIGN OF IMPROVIONTS FOR THE INTERSECTION OF JAMBOREE ROD AND MACARTHUR BOULEVARD— APPROVAL OF PROFESSIONAL SERVICES AGREEMENT WITH KFM ENGINEERING October 24, 2000 Page 2 Four firms responded to the City's request for proposals: • Berryman & Henigar • KFM Engineering • RBF Consulting • Wilidan Associates Staff independently reviewed the firms' qualifications,. past experience on similar projects, and availability, and ranked KFM Engineering, Inc., (KFM) the highest. Upon selection, staff negotiated with KFM to provide the necessary scope of services for a fee of $93,285. KFM has completed engineering services competently and professionally on similar projects for our City and other local agencies in Southern California. A portion of the funds for this project was incorrectly budgeted in Account No. 7251 - 05100584 (Contributions). The funding sources are through the Measure M Combined Transportation Funding Program (Intersection Improvement Program $67,200; and Growth Management Area #8 $60,000), and should have been budgeted in Account No. 7284- C5100584. The City competes for these funds with other local agencies and during the budgeting process staff anticipated an award of $37,000 from Growth Management Area #8. The actual award has been increased by $23,000 for a total of $60,000. Funds for this project are available in the following account Account Name Account Number Amount OCCTFP 7284- C5100584 $ 93,285 Respectfully submitted, ,�g), PUBLIC WORKS DEPARTMENT Don Webb, Director I _ �„IN1,r "_7�1.� Attachments: Project Location Map Professional Services Agreement Exhibit "A' Scope of Services Exhibit "B" Schedule of Hourly Billing Rates 1 t/ /. .l �.:-. 1 _~e !'i. :'+=3i ':.♦ \(c fit ,iy:C }� X13 t T • • DRAFT PROFESSIONAL SERVICES AGREEMENT FOR JAMBOREE ROADIMACARTHUR BOULEVARD INTERSECTION IMPROVEMENTS THIS AGREEMENT, entered into this day of 2000, by and between CITY OF NEWPORT BEACH , a Municipal Corporation (hereinafter referred to as "City "), and KFM Engineering, Inc., whose address is 26632 Towne Centre Drive, Suite 240, Foothill Ranch, California, 92610, (hereinafter referred to as "Consultant'), is made with reference to the following: RECITALS A. City is a Municipal Corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City is planning to implement improvements to Jamboree Road and MacArthur Boulevard hereinafter referred to PROJECT. C. City desires to engage Consultant to provide professional engineering services for intersection improvements which include widening MacAuhur Boulevard in order to add a second northbound and southbound left turn lane as well as a dedicated northbound right turn lane approaching Jamboree Road upon the terms and conditions contained in this Agreement. 0 • D. The principal member for the Consultant for the purpose of this Project is Rick Kreuzer, P.E., President. E. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant and desires to contract with Consultant under the terms of conditions provided in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the 24th day of October 2000, and shall terminate on the 30th day of June 2003, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Consultant shall diligently perform all the duties set forth in the scope of services, attached hereto as Exhibit °A" and incorporated herein by reference. 3. COMPENSATION TO CONSULTANT City shall pay Consultant for the services in accordance with the provisions of this Section and the scheduled billing rates set forth in Exhibit "B" attached hereto and incorporated herein by reference. No rate changes shall be made during the term of this Agreement without prior written approval of City. Consultant's compensation for all work performed in accordance with this Agreement shall not exceed the total contract price of ninety three thousand two hundred eighty five dollars ($93,285). -2- • C, 3.1 Consultant shall maintain accounting records of its billings which includes the name of the employee, type of work performed, times and dates of all work which is billed on an hourly basis and all approved incidental expenses including reproductions, computer printing, postage and mileage. 3.2 Consultant shall submit monthly invoices to City payable by City within thirty (30) days of receipt of invoice subject to the approval of City. 3.3 Consultant shall not receive any compensation for extra work without prior written authorization of City. Any authorized compensation shall be paid in accordance with the schedule of the billing rates as set forth in Exhibit "B ". 3.4 City shall reimburse Consultant only for those costs or expenses which have been specifically approved in this Agreement, or specifically approved in advance by City. Such cost shall be limited and shall include nothing more than the following costs incurred by Consultant: A. The actual costs of subconsultants for performance of any of the services which Consultant agrees to render pursuant to this Agreement which have been approved in advance by City and awarded in accordance with the terms and conditions of this Agreement. B. Approved computer data processing and reproduction charges. C. Actual costs and /or other costs and /or payments specifically authorized in advance in writing and incurred by Consultant in the performance of this Agreement. -3- 0 4. STANDARD OF CARE 4.1 All of the services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical personnel required to perform the services required by this Agreement and that it will perform all services in a manner commensurate with the community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City nor have any contractual relationship with City. Consultant represents and warrants to City that it has or shall obtain all licenses, permits, qualifications and approvals required of its profession. Consultant further represents and warrants that it shall keep in effect all such licenses, permits and other approvals during the term of this Agreement. 4.2 Consultant shall not be responsible for delay, nor shall Consultant be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, or acts of God, or the failure of City to furnish timely information or to approve or disapprove Consultant's work promptly, or delay or faulty performance by City, contractors, or governmental agencies, or any other delays beyond Consultant's control or without Consultant's fault. 5. INDEPENDENT PARTIES City retains Consultant on an independent contractor basis and Consultant is not an employee of City. The manner and means of conducting the work are under the control of Consultant, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed ME 0 0 to constitute Consultant or any of Consultant's employees or agents to be the agents or employees of City. Consultant shall have the responsibility for and control over the details in means of performing the work provided that Consultant is in compliance with the terms of this Agreement. Anything in this Agreement which may appear to give City the right to direct Consultant as to the details of the performance of the services or to exercise a measure of control over Consultant shall mean that Consultant shall follow the desires of City only in the results of the services. 6. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator, and any other agencies which may have jurisdiction or interest in the work to be performed. City agrees to cooperate with Consultant on Project. 7. PROJECT MANAGER Consultant shall assign Project to a Project Manager, who shall coordinate all phases of Project. This Project Manager shall be available to City at all reasonable times during term of Project. Consultant has designated Rick Kreuzer, P.E. to be its Project Manager. Consultant shall not bill any personnel to Project other than those personnel identified in Exhibit "B ", whether or not considered to be key personnel, without City's prior written approval by name and specific hourly billing rate. Consultant shall not remove or reassign any personnel designated in this Section or assign any new or replacement person to Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to removal or assignment of non -key personnel. Consultant, at the sole discretion of City, shall remove from Project any of its -5- 0 0 personnel assigned to the performance of services upon written request of City. Consultant warrants it will continuously furnish the necessary personnel to complete Project on a timely basis as contemplated by this Agreement. 8. TIME OF PERFORMANCE Time is of the essence in the performance of the services under this Agreement and the services shall be performed by Consultant in accordance with the schedule specified below. The failure by Consultant to strictly adhere to the schedule may result in termination of this Agreement by City, and the assessment of damages against Consultant for delay. Notwithstanding the foregoing, Consultant shall not be responsible for delays which are due to causes beyond Consultant's reasonable control. However, in the case of any such delay in the services to be provided for Project, each party hereby agrees to provide notice to the other party so that all delays can be addressed. 8.1 Consultant shall submit all requests for extensions of time for performance in writing to the Project Administrator not later than ten (10) calendar days after the start of the condition, which purportedly causes a delay, and not later than the date upon which performance is due. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays, which are beyond Consultant's control. 8.2 For all time periods not specifically set forth herein, Consultant shall respond in the most expedient and appropriate manner under the circumstances, by either telephone, fax, hand delivery or mail. IRI • s 9. CITY POLICY Consultant will discuss and review all matters relating to policy and project direction with the Project Administrator in advance of all critical decision points in order to ensure that the Project proceeds in a manner consistent with City goals and policies. 10. CONFORMANCE TO APPLICABLE REQUIREMENT All work prepared by Consultant shall conform to applicable city, county, state and federal law, regulations and permit requirements and be subject to approval of the Project Administrator and City Council. 11. PROGRESS Consultant is responsible to keep the Project Administrator and /or his/her duly authorized designee informed on a regular basis regarding the status and progress of the work, activities performed and planned, and any meetings that have been scheduled or are desired. 12. HOLD HARMLESS Consultant shall indemnify, defend, save and hold harmless City, its City Council, boards and commissions, officers and employees from and against any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all negligent acts or omissions of Consultant, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Agreement, excepting only the active negligence or willful misconduct of City, its officers or employees, and shall include -7- • • attorneys' fees and all other costs incurred in defending any such claim. Nothing in this indemnity shall be construed as authorizing, any award of attorneys' fees in any action on or to enforce the terms of this Agreement. 13. INSURANCE Without limiting consultant's indemnification of City, and prior to commencement of work, Consultant shall obtain and provide and maintain at its own expense during the term of this Agreement policy or policies of liability insurance of the type and amounts described below and satisfactory to City. Certification of all required policies shall be signed by a person authorized by that insurer to bind coverage on its behalf and must be filed with City prior to exercising any right or performing any work pursuant to this Agreement. Except workers compensation and errors and omissions, all insurance policies shall add City, its elected officials, officers, agents, representatives and employees as additional insured for all liability arising from Consultant's services as described herein. All insurance policies shall be issued by an insurance company certified to do business in the State of California, with original endorsements, with Best's A- VII or better carriers, unless otherwise approved by City Risk Manager. A. Worker's compensation insurance covering all employees and principals of Consultant, per the laws of the State of California. B. Commercial general liability insurance covering third party liability risks, including without limitation, contractual liability, in a minimum amount of $1 million combined single limit per occurrence for bodily injury, personal injury Za • • and property damage. If commercial general liability insurance or other form with a general aggregate is used, either the general aggregate shall apply separately to this Project, or the general aggregate limit shall be twice the occurrence limit. C. Commercial auto liability and property insurance covering any owned and rented vehicles of Consultant in a minimum amount of $1 million combined single limit per accident for bodily injury and property damage. D. Professional errors and omissions insurance which covers the services to be performed in connection with this Agreement in the minimum amount of one million Dollars ($1,000,000). Said policy or policies shall be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) days' prior notice has been given in writing to City. Consultant shall give City prompt and timely notice of claim made or suit instituted arising out of Consultant's operation hereunder. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. Consultant agrees that in the event of loss due to any of the perils for which it has agreed to provide comprehensive general and automotive liability insurance, that Consultant shall look solely to its insurance for recovery. Consultant hereby grants to City, on behalf of any insurer providing comprehensive general and automotive liability insurance to either Consultant or City with respect to the services of Consultant herein, a waiver of any right of subrogation which any such insurer of said Consultant may acquire in 0 0 against City by virtue of the payment of any loss under such insurance. 14. PROHIBITION AGAINST TRANSFERS Consultant shall not assign, sublease, hypothecate or transfer this Agreement or any of the services to be performed under this Agreement, directly or indirectly, by operation of law or otherwise without prior written consent of City. Any attempt to do so without consent of City shall be null and void. The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or co- tenant if Consultant is a partnership or joint- venture or syndicate or co- tenancy, which shall result in changing the control of Consultant, shall be construed as an assignment of this Agreement. Control means fifty percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more of the assets of the corporation, partnership orjoint- venture. 15. OWNERSHIP OF DOCUMENTS Each and every report, draft, work product, map, record and other document reproduced, prepared or caused to be prepared by Consultant pursuant to or in connection with this Agreement shall be the exclusive property of City. Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed documents for other projects and any use of incomplete documents without specific written authorization from Consultant will be at City's sole risk and without liability to Consultant. Further, any and -10- all liability arising out of changes made to Consultant's deliverables under this Agreement by City or persons other than Consultant is waived as against Consultant and City assumes full responsibility for such changes unless City has given Consultant prior notice and has received from Consultant written consent for such changes. Consultant shall, at such time and in such forms as City may require, furnish reports concerning the status of services required under this Agreement. 16. CONFIDENTIALITY The information, which results from the services in this Agreement, is to be kept confidential unless the release of information is authorized by City. 17. CITY'S RESPONSIBILITIES In order to assist Consultant in the execution of his responsibilities under this Agreement, City agrees to provide the following: A. City will provide access to and upon request of Consultant, provide one copy of all existing record information on file at City and will provide all such materials in a timely manner so as not to cause delays in Consultant's work schedule. B. Provide blueprinting, copying and other services through City's reproduction company for each of the required submittals. Consultant will be required to coordinate the required submittals with City's reproduction company. All other reproduction will be the responsibility of Consultant and as defined above. -11- 18. ADMINISTRATION This Agreement will be administered by the Public Works Department. Bill Patapoff, City Engineer shall be considered the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his /her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 19. RECORDS Consultant shall keep records and invoices in connection with the work to be performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement. All such records shall be clearly identifiable. Consultant shall allow a representative of City during normal business hours to examine, audit and make transcripts or copies of such records. Consultant shall allow inspection of all work, data, documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 20. WITHHOLDINGS City may withhold payment of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue work for a period of thirty (30) days from the date of withholding as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or his designee with respect to such disputed sums. Consultant shall be entitled to receive -12- 0 E interest on any withheld sums at the rate of seven percent (7 %) per annum from the date of withholding of any amounts found to have been improperly withheld. 21. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Consultant which result in expense to City greater than would have resulted if there were not errors or omissions in the work accomplished by Consultant, the additional design, construction and /or a restoration expense shall be borne by Consultant. Nothing in this paragraph is intended to limit City's rights under any other sections of this Agreement. 22. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other consultants in connection with Project. 23. CONFLICTS OF INTEREST A. Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose financial interest that may foreseeably be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. B. If subject to the Act, Consultant shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of this Agreement by City. Consultant shall indemnify and hold harmless City for any and all claims for damages resulting from Consultant's violation -13- 0 0 of this Section. 24. SUBCONSULTANT AND ASSIGNMENT Except as specifically authorized under this Agreement, the services included in this Agreement shall not be assigned, transferred, contracted or subcontracted without prior written approval of City. 25. NOTICES All notices, demands, requests or approvals to be given under this Agreement shall be given in writing and conclusively shall be deemed served when delivered personally or on the third business day after the deposit thereof in the United States mail, postage prepaid, first class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: Bill Patapoff, City Engineer City of Newport Beach 3300 Newport Boulevard P. O. Box 1768 Newport Beach, CA, 92658 -8915 (949) 644 -3311 Fax (949) 644 -3318 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Attention: Rick Kreuzer, P.E. President KFM Engineereing, Inc. 26632 Towne Centre Drive, Suite 240 Foothill Ranch, CA 92610 (949) 580 -3838 Fax(949)580 -3837 -14- 0 0 26. TERMINATION In the event either part hereto fails or refuses to perform any of the provisions hereof at the time and in the manner required hereunder, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) days, or if more than two (2) days are reasonably required to cure the default and the defaulting parry fails to give adequate assurance of due performance within two (2) days after receipt by defaulting party from the other party of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the nondefaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. 26.1 City shall have the option, at its sole discretion and without cause, of terminating this Agreement by giving seven (7) days' prior written notice to Consultant as provided herein. Upon termination of this Agreement, City shall pay to Consultant that portion of compensation specified in this Agreement that is earned and unpaid prior to the effective date of termination. 27. COMPLIANCES Consultant shall comply with all laws, state or federal and all ordinances, rules and regulations enacted or issued by City. 28. WAIVER A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the -15- 4 9 same or any other term, covenant or condition contained herein whether of the same or a different character. 29. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions hereon. Any modification of this Agreement will be effective only by written execution signed by both City and Consultant. 30. OPINION OF COST Any opinion of the construction cost prepared by Consultant represents his /her judgment as a design professional and is supplied for the general guidance of City. Since Consultant has no control over the cost of labor and material, or over competitive bidding or market conditions, Consultant does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to City. 31. COMPUTER DELIVERABLES CADD data delivered to City shall include the professional stamp of the engineer in responsible charge of the work. City agrees that Consultant shall not be liable for claims, liabilities or losses arising out of, or connected with (a) the modification or misuse by City, or anyone authorized by City, of CADD data; (b) the decline of accuracy or readability of CADD data due to inappropriate storage conditions or duration; or (c) any use by City, or anyone authorized by City, of CADD data for additions to this Project, for the completion of this Project by others, or for any other project, excepting only such use as is -16- 0 authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to indemnify Consultant for damages and liability resulting from the modification or misuse of such CADD data. All drawings shall be transmitted to the City in Auto Cad version 14 in ".dwg" file format. All written documents shall be transmitted to the City in Microsoft Word 97 and Microsoft Excel 97 and be consistent with Microsoft Office 97. 32. PATENT INDEMNITY Consultant shall indemnify City, its agents, officers, representatives and employees against liability, including costs, for infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in Consultant's drawings and specifications provided under this Agreement. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: By: Robin Clauson Assistant City Attorney ATTEST: LaVonne Harkless City Clerk CITY OF NEWPORT BEACH A Municipal Corporation By: Mayor City of Newport Beach CONSULTANT By: Rick Kreuzer, P.E. President \ finis_ 1\ sys \users\pb+\shared\agreements \ry OO-01Udm- jamboree road macarthur intersecfion.doc -17- • C)tA LZ%T KFM F JG IN E. E R ING, INC. September 28, 2000 Mr. Bill Patapoff, P.E. City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92658 �` S� 2 92000 r RE: Revised Proposal for Professional Engineering Services for the Jamboree Road / Macarthur Boulevard Intersection Improvements. Dear Mr. Patapoff: KFM appreciates the opportunity to submit this proposal. We believe we are very well qualified for the subject project, having completed numerous intersection widening projects within Orange County over the last three years. Our proposal is formatted as follows: SECTION 1.0 ............PROJECT OVERVIEW SECTION 2.0 ............SCOPE OF WORK SECTION 3.0 ............MANHOUR ALLOCATION SECTION 4.0 ............SCHEDULE SECTION 5.0 ............QUALIFICATIONS Per the requirements of the RFP, we have enclosed our proposed fee in a separate sealed envelope. Once again, we appreciate the opportunity to be of further service to the City of Newport Beach. If you have any questions regarding this proposal or require additional information, please do not hesitate to give me a call. Re tfully submitted. Rick Kreuzer, P.E. President 26632 Tour ^:e Centre Drive • Suite 240 • Foothill Ranch • California Ph: 949.580.3838 Fax: 949.580.3837 92610 0 0 1.0 PROJECT OVERVIEW The City of Newport Beach has solicited proposals for the design of improvements to the Jamboree Road / MacArthur Boulevard intersection. The proposed improvements consist of widening MacArthur Boulevard in order to add a second northbound and southbound left turn lane as well as a dedicated northbound right turn lane approaching Jamboree Road. This northbound right will serve to alleviate a significant amount of "cut through" traffic which utilizes Fairchild Road in the A.M. peak to avoid the congested intersection. The right turn lane will greatly improve this situation. Another proposed improvement will be the modification of the existing raised "pork chop" median island in the northeast quadrant of the intersection for the purpose of eliminating the W/B Jamboree to N/B MacArthur free right turn. This free right turn is underutilized and, according to City staff, deleting it will not adversely affect the future Level of Service of the intersection. Furthermore, the elimination of the free right will alleviate an existing weaving problem due to the proximity of the existing bus stop and driveway on the north leg of MacArthur Boulevard. In preparation of this proposal, KFM has: • Conducted a thorough field review of the project and developed a comprehensive photo log to document existing site conditions. • Collected and reviewed City drainage atlas sheets for the project area. • Discussed the project with City staff. We believe these research efforts have given us a good understanding of the project requirements and the key issues, as summarized below, which we believe will need to be addressed for successful completion of the project. KEYISSUES Geometrics As discussed in detail in the scope of work section of this proposal, KFM will prepare a detailed Geometric Plan for City approval prior to commencement of right -of -way acquisition documents and final plans. This plan will tie down all improvements (stations /offsets and curve data) and will also present multiple options for the reconfiguration of the raised island in the northeast quadrant of the intersection. The projected future left and right turn peak hour turning volumes will be coordinated closely with City traffic staff in order to set the proper pocket lengths. Another design consideration when developing the geometric design will be to accommodate the ultimate roadway configuration for Jamboree Road which calls for 4 through lanes in the southbound direction through the intersection. Our geometric alignment will be developed to minimize future "throw -away" costs upon implementation of these ultimate improvements. Right of Way There are three parcels which will be impacted on the southeast corner due to the proposed improvements. Additionally, there will be excess public right of way on the northeast corner due to the proposed "pulling in" of the curb return in this area. KFM will prepare all right of way 0 0 documents required (legal, plats, deeds, etc.) necessary to affect the acquisition /transfer of land necessary to construct the project. KFM has recently prepared an aggregate total of over 200 legal descriptions and plats for the acquisition of right -of -way for the Katella Avenue and Imperial Highway Smart Street Improvement projects. Drainage As evidenced in the photograph below, there exists a battery of three storm drain inlets on the east side of MacArthur south of the intersection. Furthermore, there is another battery of three inlets on Jamboree Road leg of the southeast corner. The construction of a right turn lane will necessitate the reconstruction of all six of these inlets at the new curb line location. KFM will complete a hydrology analysis including flooded - width and inlet sizing calculations in order to justify the location and size of the inlets required to satisfy the flooded width criteria for the project. Retaining Wall As depicted in the figure above the construction of a right turn lane on the southeast corner will encroach into a pretty significant slope which separates MacArthur Boulevard from the parking lot on top of the slope. We estimate that the proposed wall could be as high as 12 to 14 feet. Due to the significance of this wall, KFM will not be using a cookbook (standard plan) for the basis of design, but will employ the services of a structural designer, McLean & Schultz, tc provide site specific design details /calculations for the wall. This approach will also enable us to address special footing requirements should there be any utility conflicts and to incorporate any wall aesthetic features such as special facing treatments, if the City so desires. Utility Coordination Utility coordination is a very important aspect of any project. KFM employs a very comprehensive and detailed approach to coordinating with utility agencies. Of particular concern will be the Southern California Edison and Pacific Bell Telephone vaults located on the southeast corner. Both of these vaults, depicted in the photos below, will require relocation and /or adjustment (including traffic bearing lids) in order to accommodate the proposed widening. KFM shall establish early contact with the service planners for these facilities to insure that the modifications to these facilities do not impact the construction schedule for this project. Agency Coordination The southeast corner of the intersection is in the City of Irvine. KFM will proactively coordinate with City of Irvine staff regarding the proposed improvements as well as the right of way acquisition required within their City. KFM staff, while with UMA Engineering, completed numerous design projects for the City of Irvine. We are familiar with their staff and their design guidelines. Project Management No project is successful without effective project management. KFM Engineering was founded on the philosophy of providing hands -on, experienced, proactive project management on all projects. This project will be no exception. Our proposed Project Manager, Rick Kreuzer, has 17 years of design and project management experience. He will not only be involved with project management and oversight, but will also be involved in day to day design of the project. We strongly encourage the City of Newport Beach to contact any of our client references cited herein regarding Mr. Kreuzer's and the balance of KFM Team's performance on past projects. • • 2.0 SCOPE OF WORK Task 1— Data Collection KFM shall collect and review all record information including, but not necessarily limited to, the following: • As -built drawings * • Utility record drawings • Right -of -way record maps' • Assessors parcel maps • Benchmark information • Centerline intersection ties • Drainage Index Maps * * denotes information already gathered by KFM in preparation of this proposal. Task 2 — Field Survey Field survey work shall consist of the following subtasks: ♦ Horizontal/Vertical Tie in centerline monumentation and run bench loop. ♦ Aerial Control Set aerial targets and tie -in to horizontal / vertical control. ♦ Cross Sections Survey cross sections will be taken at 25 foot intervals for the entire project stretch. Elevations shall be obtained at centerline, lane lines, grade breaks, lip of gutter, flowline, top of curb and to 20' beyond the proposed right of way. ♦ Grid Survey A complete grid survey of the Jamboree / Macarthur intersection will be completed. Elevations will be taken on a 10 foot grid for the entire intersection. ♦ Monumentation Locate existing centerline monumentation and reset with temporary points, as required. • • Surface Topography Locations /elevations will be picked up for all existing site features (manholes, valves, pedestals, signs, etc.) to a minimum of 20' beyond the proposed right of way. This information will supplement the aerial base sheets. Subsurface Information Sewer manholes and storm drain inlets, catch basins, and manholes will be dipped to obtain accurate invert elevations. This as -built information will be critical to avoiding utility conflicts during construction. Task 3 — Aerial Topographic Mapping Aerial topographic mapping will be completed at V =40' scale for the subject project. Mapping will extend to a minimum of 50 feet beyond the proposed roadway right -of -way. Contours will be depicted at 1 foot intervals. All surface features such as manholes, valves, vaults and the like will be depicted. Task 4 — Base Mapping Aerial mapping will be downloaded into KFM's CADD system. Utilizing information obtained under Tasks 1 through 3, KFM will plot all property lines, street right -of -way lines, and underground utility lines. Task 5 — Field Reviews The value of conducting thorough field reviews on a project cannot be underestimated. KFM believes very strongly in walking our projects in the field throughout the base mapping and design stages of a project to insure all design issues are considered. Thorough field reviews will be conducted by the KFM project team throughout the duration of the project. Task 6 — Utility Investigation and Coordination Utility coordination will be ongoing throughout the duration of this project and will consist of the following tasks: ♦ Obtain plans showing location and size of all utility lines and appurtenances within the project area. ♦ Plot utility lines on Base Map (Task 4). ♦ Cross check plotted locations above with field review information to insure that existing lines are shown in the proper location. Request potholing from utility companies, as warranted. ♦ Upon finalizing the proposed roadway improvements, determine where potential utility conflicts exist and where utility modifications are warranted. ♦ Coordinate with affected utility companies regarding conflicts, relocations and improvements. Two (2) full sets of plans will be submitted for comment to each utility agency concurrent with all KFM submittals to the City for plan check. All correspondence with utility companies will be sent via certified mail. 0 0 Task 7 — Geotechnical Report Field work will consist of the following: • Core through the existing pavement at 5 locations. Also obtain subgrade samples by hand auger. These activities will require lane closure and full traffic control. Provisions have been made to complete this work on the weekends or during other periods with lower traffic volumes, if necessary. Drill 3 borings to total depths of 20 to 25 feet in close proximity to the proposed retaining wall. The alignment is located on a slope which is currently landscaped with brush. A tripod drill rig will be used so that disturbance is minimized and so that the borings are located close to the actual position proposed for the wall. All borings will be continuously logged at the time of drilling and samples will be recovered for laboratory testing to establish engineering properties of the soils. The testing will consist of the following: - Moisture Content and Unit Weight - Percent Passing No. 200 Sieve - Maximum Density - Direct Shear - Expansion Index - Consolidation - R -Value - Soluble Sulfates The field and laboratory work will be compiled and presented in a written report which will also address the following design issues: - Existing Pavement Sections - Subsurface Soil Conditions - Groundwater - Expansion Potential - Subgrade Preparation - Backfill and Drainage Requirements for Retaining Walls - Design Earth Pressures - Vertical and Lateral Capacities for Wall Foundations - Flexible Pavement - Foundation Concrete Task 8 — Geometric Plan The objective of this task is to formalize the horizontal geometrics for the proposed improvements prior to proceeding on with the preparation of right of way acquisition documents and final plans. The Geometric Plan will be prepared at a scale of 1 " =40'. All proposed curb and new right of way lines will be shown. Additionally, the reconfiguration of the existing "porkchop" island on the northeast quadrant of the intersection will be analyzed and a recommended alternative will be put forward by KFM for the City's approval. The Geometric Plan will also depict all proposed pavement striping as well as any raised median reconstruction required. All improvements will be tied down horizontally with stations and offsets. All curve data will be summarized in tabular format. 0 0 Task 9 — Aesthetic Concept Plan An aesthetic concept plan will be developed at a scale of 1 "=40' for the subject project. The purpose of the plan will be to depict the proposed landscaping improvements and wall facing treatments. Color graphics and sectional views will be developed and presented to the City of Newport Beach and the City of Irvine for review and approval prior to commencing the preparation of final plans. Task 10 — Right of Way Engineering This task will include the preparation of legal descriptions and plats for all proposed parcel acquisitions, including all Temporary Construction Easements (TCE's) required. The improvements on the southeast quadrant of the intersection (NB MacArthur right turn) will require partial acquisition of three parcels, summarized as follows: AP# Description 445 - 132 -09 Office Space on SE Corner 445 - 132 -16 Office Space s/o above 445 - 132 -07 Office Space s/o above Additionally, the reconfiguration of the raised "pork chop" island and the corresponding "pulling in" of the curb return in the northeast quadrant of the intersection will result in excess public right -of -way at this corner. Our scope includes any legal /plat/deed preparation required to transfer this excess right of way to the property owner (Koll /Conexant) should the City so desire. Otherwise, the City may choose to hold on to the existing right of way and upgrade /retrofit it with additional landscaping. This scenario is also been accounted for in our scope for preparation of PS &E (Task 10). The provision of Preliminary Title Reports for the affected parcels are not included in our scope of work/fee. We have assumed that the City of Newport Beach would procure these reports through the title company of their choice and provide them to KFM Engineering. Task 11— Final PS &E Based upon the approved Geometric Plan resulting from Task 8, KFM will complete the construction bid documents in the form of finals plans, specifications and estimates (PS &E). We envision the following plan set: Description # Sheets • Title Sheet ........................................................ ..............................1 • Typical Sections ............................................... ..............................1 • Details .............................................................. ..............................1 • Roadway Plan & Profile .................................... ..............................2 • Intersection Grid Plan ....................................... ..............................1 • Retaining Wall Plan and Profile ........................ ..............................1 • Retaining Wall Details ...................................... ..............................1 • Storm Drain Lateral Plan & Profile ................... ..............................1 0 0 • Landscaping Plans ........................................... ..............................2 • Irrigation Plans ................................................. ..............................2 • Street Light Plans ............................................. ..............................1 • Signing and Striping Plans ............................... ..............................1 • Traffic Signal Modification Plans ....................... ..............................1 • Traffic Control Plans ......................................... ..............................2 • Cross Sections .............................................. ............................... 8 TOTAL .......................... 26 Sheets Roadway plan and profile sheets will be prepared at 1 "=40' horizontal and 1 " =4' vertical scale. The plans will depict all proposed roadway improvements, including the necessary relocation of existing utility lines and /or at -grade facilities. Profiles will depict all (median and parkway) existing and new top of curb elevations for the median and parkway. Any grade breaks within the roadway cross section will also be addressed The intersection grid plan will show existing and proposed grades on a 10 foot grid pattern for the entire Macarthur / Jamboree Intersection. This plan will be prepared at a scale of 1 " =20'. Retaining wall plan and profile plans will be prepared at a scale of 1 " =40' horizontal, 1 " =4' vertical. Due to the size of the adjacent slope and the multitude of utilities in the project area, we are anticipating the preparation of a special design for this wall (not an off - the -shelf standard plan) and have thus included a retaining wall detail sheet to depict the wall cross section and to incorporate any special aesthetic features the City may want to include. There are six large storm drain catch basins which will require reconstruction due to the implementation of the right turn lane. Therefore, we have included the preparation of a storm drain lateral plan and profile sheet to depict these improvements. This plan will depict each inlet / lateral connection at a scale of 1"=20' horizontal, 1 " =2' vertical. All required improvements will be depicted, including the collar connections to the existing laterals. Note: In support of the storm drain improvements, KFM will compute hydrology, flooded width, and inlet sizing calculations to satisfy the City's drainage design criteria. These calculations will be formulated into a Drainage Report for the project area which will serve to substantiate the proposed storm drain improvements. This report is included in our scope of work for preparation of lateral plan and profile drawings under Task 10. We have included provisions for retrofit landscape and irrigation improvements for those areas which are affected by the proposed widening as well as new landscaping and irrigation improvements in the raised median on the north and south legs of the intersection. Landscaping and Irrigation plans will be prepared at a scale of 1 " =20' in double plan format. Street light plans will be prepared at 1 " =40' scale in double plan format. All modifications and /or new improvements will be depicted. KFM will coordinate service points of connection with SCE. Signing and striping plans will be prepared at 1 "=40' in double plan format. A traffic signal modification plan for the intersection will be prepared at a scale of 1 " =20'. Supporting details will be provided, as necessary. Due to the high volume of traffic in the project area, we have included preparation of traffic control plans in our scope of work. We have assumed there would be two phases of work 0 0 (Phase 1 for outside widening; Phase 2 for median work) each requiring one 40 scale traffic control plan in double plan format. All plans will be prepared using AutoCAD 14. Final mylars and digital files will be provided to the City upon final approval of the plans. Quantities and cost estimates shall be completed for the project and submitted with the plans along with all project submittals. Task 12 — Project Coordination and Meetings KFM shall provide all necessary coordination activities and attend all project related meetings for the duration of the project. No additional compensation will be requested by KFM, regardless of the number of meetings. Task 13 — Bidding and Construction Support This task shall include provision of bid addenda and /or plan clarifications, as well as attendance at the project preconstruction meeting and other pertinent meetings. KFM shall also be available to City staff during the construction period to answer questions and provide clarification to plan and specification issues, as needed. Task 14 — As -Built Drawings Upon completion of construction, KFM shall complete as -built drawings for the project. One hard copy set of plans (mylar), along with digital files will be delivered to the City upon completion. Task 15 — Reimbursables KFM shall provide all reimbursables (mileage, printing, plotting, etc.) for the duration of the project, excluding bid set reproduction which will be the responsibility of the City of Newport Beach. 0 3.0 MANHOUR ALLOCATION 0 Exhibit A below summarizes the manhours, by task, estimated to complete the scope of work outlined in Section 2.0 of this proposal. CITY OF NEWPORT BEACH IAMBOREF/MACARTHM BYTERSECTION MANHOURALLOCATION R13 1IM TASK KFM STAFF TOTAL KFM NHOURS SUBS. TOTAL PM PF D 91 FRVFY I. DATA COLLECTION 2 2 4 4 2. FIELD SURVEY - HorimntaVVerbwl Control 1 2 3 3 -Anal Control 1 6 7 7 -Cross Sections & Grids 1 20 21 21 Monurnemetiwt 1 4 3 5 - Surfacer 1 8 9 9 - Subsuffo Information 1 4 5 5 3. AERIAL TOPOGRAPHIC MAPPING 1 / 16 17 4. BASE MAPPING l 4 16 11 1 21 5. FIELD REVEWS 1 4 8 11 12 6. UTILITY INVESTIGATION AND COORDINATION 2 8 6 16 1 16 7. GEOTECHMCAL REPORT 1 2 3 1 75 78 8. GEOMETRICPLAN 8 32 24 64 64 9. RIGHT -OF -WAY ENGINEERING 4 16 12 31 32 10. AFSTHEW CONCEPT PLAN 4 8 8 10 16 36 11. FINALPS &E -Tie Sbeet 1 1 2 4 7 1 7 -T Seutiore 1 4 16 12 32 1 32 _ppvg 1 4 12 16 32 32 -Road Pj=&Profik(21 8 40 64 111 112 - InlctseGiart Grid Plan 1 4 12 12 28 28 R WaI PIan &Pmfle 1 2 16 20 38 38 - Retain' Wal Dam's 1 1 2 8 11 30 41 - Stam Dmet Waal Plan & Pwfik 1 Phos 2 4 2 16 4 16 36 6 30 36 36 ' Para 2 2 4 6 30 1 36 -Sued Light Pln 1 2 12 16 30 30 - S' tn & S ' ' Plan 1 2 8 12 22 22 -TmRc S' uW Modirmton Plan 1 2 24 32 58 58 -Tmfl"c Control Plana 2 4 16 24 44 44 -Cross SMWW 8 8 16 32 56 56 _ g 12 12 1 24 24 Cost Estimate 4 8 1 12 12 12. PROJECT COORDINATION & MEETINGS 13. BIDDING & CONSTRUCTION SUPPORT 8 2 12 6 b 20 14 20 14 14. AS -BUILT DRAWINGS 2 4 6 12 12 15, REIABURSABLES N/A TOTAL MANHOURS 111 322 346 44 823 197 1020 0 4.0 SCHEDULE The project schedule is depicted graphically on Exhibit B on the following page. This schedule has been developed based upon an assumed agency review duration of fifteen days for the 50% and final reviews and a review duration of 10 days each for the 100% and final design reviews. Significant project milestones are summarized as follows: Notice to Proceed ................... ............................... ............................Day 1 Submit PS &E for 50% Design Review ........... ............................... Week 13 Submit PS &E for 100% Design Review ......... ............................... Week 18 Submit PS &E for Final Review... ..... ................................. Week 21 PS &E Approved; Project Complete ............... ............................... Week 24 m ►' a r ' m° xo wa v f� z " A O ' io F 40 f� xH w �� a s •o a a a a a a s a a Wpa� o;�ooLn N N Cn00000w000�oo,�o [z, r r r r r r M r r r w�z U� 3 a3i W > 0 � W c c @ (0 V) N O c o d d °) n v 0 CL CL 0 O Q d w@3 ci o° cc – g W y C > ° c U '`a >°t� w o Z n p a a i r vo� J -_'— a n Ta 0 U) o v ) D o d a>a o m o mmm0 m 0 Q) c 3 m F :3 m d > rn c- V) __ z0iiamZ)( C7 aiim¢u- co ¢wv)¢tia 5.0 QUALIFICATIONS PROJECT TEAM KFM Engineering, Inc. has assembled a Project Team which is knowledgeable and experienced in all aspects of the subject project. The Project Team structure is illustrated on Exhibit C on the following page. Personal resumes of the key team members identified are enclosed at the end of this proposal section. The Project Manager for the project will be Mr. Rick Kreuzer, P.E. Mr. Kreuzer is a Registered Civil Engineer in California with 17 years of civil engineering experience, including three years with the Orange County Environmental Management Agency as a construction inspector, one year as a Project Engineer for a major Orange County contractor and the last eleven years as a consultant. As the Project Manager, Mr. Kreuzer will have overall technical responsibility for the project and will be the client's primary contact. He will also have "hands -on" involvement in the day to day design of the project. His experience is well suited to this project, as summarized below: • 17+ years as a consultant with an emphasis in public works design. Numerous storm drain, roadway widening, and reconstruction /rehabilitation projects completed for various cities in Orange County over the past seventeen years. Extensive experience coordinating with utility companies. 3 years with OCEMA as field inspector on public works projects. He has a strong understanding of the construction elements to be considered on a project of this type. The Project Engineer responsible for the roadway, storm drain and retaining wall design on the project will be Gary Hammerlee, P.E. Mr. Hammerlee recently joined KFM Engineering. He is a Registered Engineer in the State of California with 10+ years of public works design experience. Ed Miller, P.E., T.E. will be responsible for the design of the traffic elements of the project, including the development of striping, street lighting, traffic signal, and traffic control plans. Mr. Miller has 16 years of experience in transportation /traffic design. Mr. Miller is a Registered Civil and Traffic Engineer in the State of California. The field surveying for the project will be under the direction of Ted Krull, L.S. Mr. Krull serves as KFM's survey party chief. He is a Registered Land Surveyor in the State of California with over 22 years of professional experience. David Jarvi, EIT will be responsible for the preparation of right of way documentation for the project. Mr. Jarvi recently completed over 100 legal descriptions /plats for right of way acquisition along Katella Avenue for the City of Anaheim. Arrowhead Mapping of San Bernardino will supply the aerial mapping for the project. They have worked extensively with KFM over the last 5 years. Brian Constant, P.E. of Constant and Dickey (CDI) will oversee the geotechnical report for the project. CDI is currently working on multiple projects as a subconsultant to KFM. � { \ __ ■• § � ■ / � )) 9 f ■ ' § § 0 F do � k §7� §} B/� § I� � a. 2 aI If « ` § � • CI McLean & Schultz (M &S) will be providing the necessary structural calculations and details for the retaining wall. M &S has also worked extensively with KFM on past projects. Clark and Green (C &G) are a Costa Mesa based landscape architecture firm providing landscape planning and design services to the public sector. C &G served as KFM's landscape /irrigation designers on the Katella Avenue Smart Street project recently completed for the City of Anaheim. C &G also provided the design (as a subconsultant to KFM) for the landscape improvements on the San Miguel roadway widening project recently completed for the City of Newport Beach. • • RELEVANT EXPERIENCE The following provides a summary of the most relevant and recent projects KFM has completed. PROJECT: LIMITS: CLIENT: REFERENCE: CONSTRUCTION VALUE: A/E FEE: SCHEDULE: Katella Avenue Smart Street Improvements Phases 1 and 2 Interstate 5 to Ninth Street City of Anaheim Mr. Ralph Harp (714) 765 -5175 $40,000,000 $1,600,000 Construction On- going, Completion November 2000 KFM completed and obtained approval of an Alignment Study and final design for the widening of 3 miles of Katella Avenue along the Disneyland and Anaheim Convention Center frontages. This project included the widening of four major intersections, namely Katella /Haster, Katella /Harbor, Katella/West and Katella/Walnut. The construction of Phase 1, from 1 -5 to Harbor Boulevard, was completed in June of 1999. Phase 2, extending from Harbor Boulevard to Ninth Street, is currently under construction and is slated for completion in November of 2000. The total construction value of both phases is approximately $40 million. The project included the design of street, storm drain, sewer, water, landscape, streetscape and traffic signal improvements. In addition, KFM staff completed legal descriptions and plats for the acquisition of all right -of -way required to construct the project. Significant project elements included the design of a double 8.5 foot x 8 foot concrete box culvert and detailed design of custom bus shelters, street lights, vault covers, traffic signals and entry monuments in 0 s conformance with Anaheim Resort Area (ARA) standards and aesthetic guidelines. All KFM design work on this project was completed on -time and within budget. The following depict some before and after photographs for the recently constructed Phase 1 portion of the project. (Before) (After) (Before) (After) 0 0 PROJECT: Fairview / Baker Intersection Improvements CLIENT: City of Costa Mesa REFERENCE: Mr. David Sorge (714) 754 -5183 CONSTRUCTION VALUE: $1,500,000 SCHEDULE: Design completed, construction underway KFM completed the design of widening improvements to the intersection of Fairview Road and Baker Street in the City of Costa Mesa. This project included the design of street, storm drain, utility relocation, landscape and irrigation improvements. • • PROJECT: Imperial Highway Smart Street Improvements CLIENT: City of La Habra REFERENCE: Mr. Majdi Ataya (562) 905 -9721 CONSTRUCTION VALUE: $18,000,000 SCHEDULE: Design 90% complete, Construction in 2001 KFM is currently completing the design of roadway improvements on Imperial Highway from the Los Angeles County Line to Rose Drive, a total distance of 8.5 miles. This project includes widening improvements to eight (8) major intersections along Imperial Highway. KFM's design efforts cover street, storm drain, sound wall, utility, signal and striping, traffic signal modification, street lighting, and landscape /irrigation improvements. The plan set for this project consists of over 300 plan sheets and will be processed by KFM through Caltrans District 12 for approval. KFM is also completing all right of way engineering for this project consisting of a comprehensive right of way acquisition map and legal descriptions and plats for the partial right of way acquisition of 124 parcels. 0 0 RESUMES Rick Kreuzer, P. E. Education Bachelor of Science in Civil Engineering University of California, Irvine, CA 1983 Certificate Program in Construction Management American Society of Civil Engineers, 1987 Affiliation American Society of Civil Engineers Institute of Transportation Engineers Registration Registered Civil Engineer (California) Registered Civil Engineer (New Mexico) Experience E KFM Engineering, Inc. Rick Kreuzer is the President of KFM Engineering. He has over 17 years of civil engineering experience. Mr. Kreuzer's experience as a Project Manager includes the following projects: Precise alignment, final design and right -of -way engineering for the widening of Katella Avenue in the City of Anaheim including roadway, storm drain, sewer, water and traffic signal improvements. Total project costs, including right -of -way acquisition, is $20,000,000. Project Manager for the rehabilitation of MacArthur Boulevard in the City of Newport Beach. Project Manager for the widening of San Miguel Drive in the City of Newport Beach. Project Manager for the rehabilitation of Artesia Boulevard from Knott Avenue to Beach Boulevard in the City of Buena Park. Project Manager for the reconstruction of Fairview Road from Fair Drive to Baker Street in the City of Costa Mesa. Project Manager for the rehabilitation of Yorba Linda Boulevard from Kraemer Boulevard to Linda Vista Drive (2.5 miles) in the City of Placentia. Final design for the Beach Boulevard /Imperial Highway Intersection Improvements in the City of La Habra. This project is subject to Caltrans District 12 oversight. Final design for street and storm drain improvement on 15th Street from Old Newport Avenue to Irvine Avenue in Newport Beach, California. Total project length was approximately one mile. Precise alignment and final design for the Imperial Highway Smart Street Improvements from the Los Angeles County Line to Rose Drive, a distance of 8.5 miles. This project traversed through the Cities of La Habra, Fullerton, Placentia, Brea and Yorba Linda. 9 Rick Kreuzer, P.E. 0 KFM Engineering, Inc. Implementation Plan, including alignment drawings, for Katella Avenue Smart Street from 1-605 to SR 55, a distance of 14.5 miles. This project traversed the Cities of Los Alamitos, Cypress, Stanton, Garden Grove, Anaheim and Orange, as well as the County of Orange. Project Manager for the rehabilitation of MacArthur Boulevard from Campus Drive to Jamboree Road (1 mile) in the City of Newport Beach. Implementation Plan, including alignment drawings, for Imperial Highway Smart Street from the Los Angeles County Line to SR 91, a distance of 12.5 miles. This project traversed the Cities of La Habra, Fullerton, Brea, Placentia and Yorba Linda. Project report, design and PS &E for the widening of the SR -55 freeway from 17th Street to the SR -22 freeway for the Orange County Transportation Authority and Caltrans District 12, including hydrology study, drainage design, utility relocation, traffic management plan, construction staging and traffic control. Project report, design and PS &E for the upgrading and widening of 4 signalized intersections on Lake Forest Drive in South Orange County, including geometry, retaining walls signing, striping, traffic signal modifications and right of way plans. This project required coordination with Caltrans District 12 regarding the 1-405 /Lake Forest of and on ramps. Design and PS &E for a 1 mile section of the Foothill Transportation Corridor (SR 241), and the Avenida De Las Banderas interchange in South Orange County for TCA and Caltrans District 12. The project included geometrics, grading, drainage, lighting, signing, striping, traffic signals and electrical systems. Specific design responsibilities included preparation of the hydrology /hydraulic report and the preparation of drainage PS &E. Design and PS &E for the widening of 1 mile of Gale Avenue into Caltrans SR-60 freeway right of way involving geometry, drainage modifications, signing, striping, traffic control and identification of right of way requirements, for the City of Industry and Caltrans District 7. Design and PS &E for the widening of the northbound off -ramp at the SR 60 /Azusa Avenue interchange for the City of Industry and Caltrans District 7. The project involved ramp widening, traffic signal modifications, retaining wall, drainage modifications and signing and striping. Design and PS &E for a 4 mile widening of the Pacific Coast Highway (SR 1) in Newport Beach, including design of highway geometrics, intersection channelization, drainage, soundwalls, reinforced earth embankment, 30 -inch water line, street lighting & the preparation of right of way documents. The plans were processed through and approved by Caltrans District 7. Project Study Report (PSR) for the widening of MacArthur Boulevard from Main Street to Campus Drive, in the City of Irvine, including bridge widening, ramp modifications at the 1-405 interchange, coordination with Agencies involved in the expansion of the John Wayne Airport, and discussions, review and approval by Caltrans. The report was prepared in accordance with Caltrans procedures. Project Manager for the preparation of the East Newport Heights Drainage Study for the City of Newport Beach. Philadelphia Street storm drain in the City of Chino. Amapola Storm Drain project for the Orange County Environmental Management Agency. Darby Storm Drain project for the Los Angeles County Flood Control District. Rick Kreuter, P.E. KFM Engineering, Inc. Lincoln Avenue storm drain project in the City of Anaheim. Los Molinos storm drain project in the City of San Clemente. Four mile widening and reconstruction of Pacific Coast Highway in Newport Beach. Responsibilities included design of highway geometrics, channelization, major storm drain facilities, soundwall, mechanically stabilized embankment wall, 30 inch water line, street lighting, and right -of -way documents. This was a FAU project under review by Caltrans, with an estimated construction cost of $7,500,000. Preparation of plans, specifications and estimates for the construction of Main Street roadway improvements through the Village of Westpark in Irvine. This project included the design of approximately 6,000 feet of arterial highway improvements, as well as the design of 4,000 feet of a 12'x 7' reinforced concrete box drainage facility adjacent to the proposed roadway. Design of street and storm drain improvements for Jamboree Road from Pacific Coast Highway to Backbay Drive in the City of Newport Beach. 9 Gary Hammerle, P. E. Education Bachelor of Science in Civil Engineering California State Polytechnic University, Pomona, 1990 Continuing coursework in Land Surveying Rancho Santiago College, Orange, CA Affiliations American Society of Civil Engineers Registration Registered Civil Engineer (California) Experience 0 KFM Engineering, Inc. Recently joined KFM Engineering, having been with Psomas for 2 years; and other firms for 8 years. Background Mr. Hammerle has more than ten years of professional civil engineering experience with various types of land development and public works projects. As a Project Engineer /Manager, he is responsible for the management and design of public works projects. He also coordinates the project production effort and interfaces with clients, subconsultants and governmental agencies to obtain project approvals. Projects Orangewood Avenue, Garden Grove, CA Project Engineer for the extension of a 63" storm drain line to alleviate flooding of several local streets for the City of Garden Grove. The City Drive, Orange, CA Project Engineer for the street widening design, utility relocation, right -of -way acquisition documents and construction assistance for the City of Orange. La Veta Avenue and Glassell Street, Orange, CA Project Engineer for the street widening design and utility relocation for the City of Orange. Crescent Avenue, Anaheim, CA Project Engineer for the analysis and design of a parallel sanitary sewer line for the City of Anaheim. Sycamore Street, Anaheim, CA Project Engineer for the replacement of sanitary sewer lines for the City of Anaheim. Easement Acquisition Documents, Anaheim, CA Project Engineer for the research, legal descriptions and sketches for public utility easements for the City of Anaheim Public Utilities Department, Electrical Division. Glassell Street and Walnut Avenue, Orange, CA Project Engineer for the extension of the Walnut Avenue Storm Drain. Tasks included hydrology and hydraulic calculations, storm drain design and utility relocation for the City of Orange. 0 Gary Hammerle, P.E. 9 KFM Engineering, Inc. Indian Ridge Country Club, Palm Desert, CA Project Engineer for the Clubhouse and Sports Club facilities as part of a golf course residential development project. Tasks included grading, drainage and utility design for Sunrise Development. Indian Ridge Country Club, Palm Desert, CA Project Designer for mass and precise grading of two championship golf courses and adjoining residential development for Sunrise Development. Moreno Valley Mall, Moreno Valley, CA Project Designer for grading, drainage, and parking lot layout of the ninety -acre regional mall for Homart Development. Vine, Bush, and Rose Streets, Anaheim, CA Project Engineer for design and hydraulic calculations for storm drain improvements for the City of Anaheim. Various Alleys, Placentia, CA Project Engineer for the rehabilitation of various alleys for the City of Placentia. Costco Wholesale Store, Garden Grove, CA Project Designer for hydrology and hydraulic calculations, grading and drainage on the retail site for the City of Garden Grove. City of Hope Medical Center, Duarte, CA Project Designer for the civil design of the utility corridor serving several new buildings on campus. Project also involved grading, street and storm drain design as well as coordination with the mechanical engineering consultant for the City of Hope Medical Center. Chollas Heights Navy Housing, San Diego, CA Project Designer for the design of water improvements. Company History Merit Civil Engineering, Orange CA As a Principal /Project Engineer, responsible for all tasks required to complete several municipal improvement projects, including project proposals, design, calculations, specifications, cost estimates, right -of -way acquisition, and construction assistance. Psomas, Costa Mesa, CA As Design Engineer, in charge of computer -aided design and drafting of site improvement plans including grading and drainage, street and sewer, water and other utilities. Resolved design issues and coordinate construction with other consultants, contractors, and architects. Responsible for hydrology /hydraulic calculations, surface model creation and manipulation using VANGO software, prepared NPDES /SWPPP reports and prepared project reports and proposals. Fuscoe Engineering, Irvine, CA Design Engineer responsible for computer -aided design and drafting of site improvement plans, hydrology /hydraulic calculations, COGO calculations using VANGO software, parcel map calculations and preparation and preparation of project proposals and cost estimates. Engineering Service Corporation (ESCO), Palm Desert and Los Angeles, CA Project Engineer in charge of computer -aided design and drafting of various site improvement plans, supervised several designers /draftsmen, performed digital translations between GDS, AutoCAD, and MOSS software, surface model creation and manipulation using GDS and MOSS, and managed and maintained a MicroVAXIVMS computer system. 9 Jeff Lund Education Civil Engineering Olympia Tech., Washington, 1984 Registration NICET Level 11, No. 079621, 1994 Experience 0 KFM Engineering, Inc. Jeff Lund is a Project Engineer with KFM Engineering, Inc. He has 13 years experience in the design and construction management of roadway improvement projects. Past assignments include: Project Engineer for the rehabilitation of Artesia Boulevard from Knott Avenue to Beach Boulevard in the City of Buena Park. Project Engineer for the reconstruction of Fairview Road from Fair Drive to Baker Street in the City of Costa Mesa. Project Engineer for the rehabilitation of Yorba Linda Boulevard from Kraemer Boulevard to Linda Vista Drive (2.5 miles) in the City of Placentia. Project Engineer for the rehabilitation of MacArthur Boulevard from Campus Drive to Jamboree Road (1 mile) in the City of Newport Beach. Project Engineer for the rehabilitation of Tustin Street from Fairhaven Street to Chapman Avenue (2 miles) in the City of Orange. Project Engineer for the rehabilitation of Tustin Street from Chapman Avenue to Collins Avenue (2 miles) in the City of Orange. Project Engineer for the rehabilitation of Ortega Highway from Del Obispo Street to 1 -5 ad for Del Obispo Street from Camino Capistrano to Alipaz for the City of San Juan Capistrano. Design Engineer for the Annual Roadway Resurfacing Project (Fiscal Year 1994 -95) in the City of Dana Point. Design Engineer for the rehabilitation of Lincoln Avenue in the City of Anaheim. Design Engineer for the rehabilitation of University Drive in the City of Irvine. Design Engineer for the rehabilitation of Marguerite Parkway in the City of Mission Viejo. Design Engineer for six roadway rehabilitation projects in the City of Irvine. Design Engineer for four roadway rehabilitation projects in the City of San Juan Capistrano. Design Engineer for the project report and PSBE for the upgrading of four major intersections on Lake Forest Drive in Orange County, including right -of -way engineering and utility coordination. Design Engineer for the Los Molinos Drive Rehabilitation project in the City of San Clemente. 0 Ed Miller, Jr., P.E., T.E. Education Bachelor of Science in Civil Engineering The Pennsylvania State University, 1983 Affiliation American Society of Highway Engineers Train Riders Association of California Orange County Traffic Engineers Council Registration Registered Civil Engineer (California) Registered Transportation Engineer (California) Registered Civil Engineer (Maryland) Registered Civil Engineer (Arizona) Experience 0 KFM Engineering, Inc. As a former Project/Traffic Engineer with UMA Engineering, Inc. in Irvine, California, Mr. Miller was responsible for the planning, design and contract administration of transportation projects. Past assignments include: Project Engineer for the Katella Avenue Smart Street for the City of Anaheim, California. This project involved the widening of a four lane arterial street to six lanes, plus left and right- turn lanes at intersections, and a raised center median with left -turn pockets. Project Manager for development of Ocean Boulevard traffic control plans for the Port of Long Beach. This project involved preparation of traffic control plans for four stages for reconstruction of a busy, three lane industrial roadway to include four travel lanes, a continuous left -turn lane, and right -turn lanes at intersections. Industrial traffic through the project was maintained in each stage of construction. Project Engineer for the preliminary and final design of interchange improvements at 1 -5 and Wheeler Ridge Road, south of Bakersfield. Project Manager for the precise alignment and final design for the widening of Imperial Highway (SR 90) from the Santa Ana River Bridge to Santa Ana Canyon Road in the City of Anaheim. Project Manager for the preparation of right-of-way maps and legal descriptions and plots for right -of - way acquisition of 14 parcels located near the Imperial Highway /La Palma Road intersection. Precise alignment and final design for the Imperial Highway Smart Street Improvements from the Los Angeles County Line to Rose Drive, a distance of 8.5 miles. This project traversed through the Cities of La Habra, Fullerton, Placentia, Brea and Yorba Linda. Implementation Plan, including alignment drawings, for Imperial Highway Smart Street from the Los Angeles County Line to SR 91, a distance of 12.5 miles. This project traversed the Cities of La Habra, Fullerton, Brea, Placentia and Yorba Linda. Engineer for the traffic design elements of the Lake Forest Drive intersection improvement project for the County of Orange. 0 0 Ed Miller, Jr., P.E., T.E. KFM Engineering, Inc. Traffic Engineer for final design for the Beach Boulevard (SR 39) Smart Street improvements in the City of La Habra. This project included design of improvements to the Beach Boulevard /Imperial Highway intersection. Project was subject to Caltrans District 12 oversight. Traffic Engineer for the widening of the SR 55 freeway from 17th Street to the SR 22 freeway, responsible for stage construction and traffic control plans, for a traffic management plan, and for the preparation of a fact sheet. Project Engineer for a 1 mile section of the Foothill Transportation Corridor, SR 241, and the Avenida de las Banderas interchange for TCA and Caltrans District 12. Responsible for horizontal and vertical alignment design, development of Digital Terrain Model (DTM), contour grading plans, and organization of CADD production. Project Engineer for an on -call contact with Caltrans District 11 to determine passing lane locations on 330 miles of a 2 -lane highway in Imperial and San Diego Counties, responsible for video data collection, documentation of existing and future conditions, spot speed and vehicular classification studies and preparation of preliminary plans. Project Engineer for preparation of PS &E for the upgrading of 27 changeable message signs on the L.A. County Freeway System for Caltrans District 7. Responsible for the preparation of plans, specifications and estimates for 16 new and 11 upgraded signs, involving surveys, site development, maintenance access, traffic control, power and telephone service, and CADD production. Project Engineer providing engineering overview services to the Orange County Transportation Authority, including the review of Caltrans and consultant plans for upgrading the County freeway system. Duties included preparation of fact sheets on the 1 -5 and SR 55 widenings and the Imperial Highway Superstreet project, participation in PDT meetings on 1 -5, and value engineering on various highway HOV projects. 0 David S. Jarvi, EIT Education Bachelor of Science in Civil Engineering California State University, Chico, 1992 Registration Engineer -in- Training (California) Experience • KFM Engineering, Inc. Mr. Jarvi has had 7 years experience in General Civil and Transportation Engineering. During this time he has worked for different cities and International organizations. As a Peace Corps Volunteer in the country of Malawi (Southeast Africa) for the Municipality of Zomba, he evaluated and assisted consultants on local government development projects, inventoried and evaluated the infrastructure of the Municipality, and instructed subordinates on the usage of computers and their programs. Other duties included assisting the Municipal Engineer with decisions pertaining to the department's structure, building codes, and management procedures. Past assignments include: On -call design /CADD services for sewer and water projects in the City of South Gate. Katella Avenue Smart Street Improvements, Orange County, California. Design Engineer for sections of the Katella Avenue Smart Street running through the cities of Los Alamitos, Cypress, Anaheim and Stanton. Improvements included precise alignment, intersection widenings, spot widenings for constructing bus bays, traffic signal installations and modifications. Responsibilities included the preparation of base maps and cross sections, utility coordination, water vault design and the preparation of legal plats and descriptions. Project Engineer /Manager for Two Markets, Malawi, Africa. This project was funded by World Bank and took one and a half years to build. It was an open air market where food and other items could be purchased from the local farmers in the area. The market had standup concrete tables so that food was not sold off of the ground, and a roof for protection from the rain and sun. Project Engineer /Manager for Rehab of Bus Depot, Malawi, Africa. This project was funded by World Bank and took one and a half year to build. Ninety- percent of all travel done was by bus. The Municipality of Zomba was a major stopping point along the main route and the work done included the construction of new buildings, restroom, a shelter, sidewalks, curb and gutters, and a repaving job. Design Engineer /Project Engineer for the Replacement of a Sewer Line, Malawi, Africa. This Project was funded by the Municipality and took six months to build. The sewer system was designed and built in 1962. There had not been much repair done since its completion. The flows had increased throughout the years, but the main line had not been expanded. The project involved surveying, design, and oversight of construction. Infrastructure Evaluation and Inventory, Malawi, Africa. The roads in Malawi were in poor condition due to the people's lack of knowledge about roads. Few roads had names and most were in various states of disrepair. A Dutch firm was hire by World Bank to supply a way of inventorying all the roads, structures and vehicles for the major cities. The work of gathering the information was left to the cities. David S. Jarvi, EIT KFM Engineering, Inc. Design Engineer for Rebuild of Bridge, Malawi, Africa. This project was not funded by the time Mr. Jarvi left Africa. It was the desire of the Municipality to replace an old 60 foot wooden bridge with a concrete deck bridge. Design Engineer of Water Tower, Malawi, Africa. This project was funded by the British Ambassador Fund and took four weeks. There were a number of droughts that occurred each summer in Zomba and the water tower was built to reduce the problem. Design Engineer for Teaching Classrooms and Dorms, Malawi, Africa. This project was not funded by the time Mr. Jarvi left Africa. A national primary teaching program was about to start in the country, but they needed a standard design for the new classrooms that were needed. Imperial Highway Sound Wall, Brea, Orange County. This project was a 890m long sound wall along Imperial Highway. Responsibilities included the preparation of base maps, surveys, preparation of details, structural evaluation, vertical and horizontal layout and the coordination of permits from Caltrans for the City. Chapman Avenue Widening, City of Orange, California. Design Engineer for the alignment study for a one mile segment of Chapman Avenue. Responsibilities include the development of base plans and cross sections for the purpose of alignment analysis and the completion of a summary report outlining roadway widening costs and right -of -way impacts for various alignment alternatives. 0 0 Theodore M. Krull, L.S. KFM Engineering, Inc. Education Southern California Surveyors Joint Apprenticeship Committee's four year training program Graduated 1976 Affiliation California Land Surveyors Association American Congress of Surveying and Mapping American Association of Geodetic Surveying National Society of Professional Surveyors Registration Licensed land surveyor, State of California Certified Survey Party Chief Certified for Hazardous Waste Operations, in compliance with O.S.H.A. 29 C.F.R. 1910.120. Experience Mr. Krull is Survey Party Chief. A second generation surveyor with 20 years of full time experience, he has supervised numerous projects including Rancho San Clemente - 1900 acre, 56 million cubic yard master planned, mixed use community; Wildomar - a 5000 acre G.P.S./ aerial mapping project in Riverside County; design survey for widening of approximately six miles of California State Highway 55; and many single family subdivisions. Past assignments include: Topographic survey of Katella Avenue from Ninth Street to 1 -5, a distance of 2.5 miles. Aerial control survey for State College Boulevard and Lincoln Avenue corridor alignment study in the City of Anaheim. Topographic survey of Imperial Highway from the Los Angeles County Line to Rose Drive, a distance of 8.5 miles. Topographic survey of 1.5 mile stretch of Chapman Avenue in the City of Orange. Survey of State College Boulevard Corridor from Orangewood to SR -91, a distance of 4 miles. The Highlands - Murrieta, CA - 1991, 5,050 acre land development - G.P.S., aerial, boundary. Oso Viejo Community Park, Phase I & II - Mission Viejo, CA - 1992, 7 acre community park - topography, construction. Mountain Gate Community Park Site /Greenbelt - Corona, CA - 1992, 24 acre park site - aerial, boundary, topography, construction. Wildrose - Riverside County, CA - 1992, 561 acre mixed use community - aerial, boundary, construction w/ 4 million yards of grading. CDI Constant & Dickey G E O S C I E N C E BRIAN D. CONSTANT Principal Engineer President California Civil Engineer No. C44506 California Geotechnical Engineer No. GE2278 Alberta: Professional Engineer No. M11747 Education Imperial College of Science and Technology, D.I.C., M.S., 1971 University of Alberta, B.S., 1970 Employment Record 2000 - present Constant & Dickey, Inc. 1987 - 2000 AGRA Earth & Environmental, Inc. (Formerly Moore & Taber) 1971 - 1987 Other predecessor firms to AGRA Earth & Environmental, Inc. Representative Experience Mr. Constant has applied geotechnical engineering to a full range of project requirements for twenty -eight years. This has included plant facilities; highways and bridges; residential, commercial, institutional and industrial development; hydraulic structures and impoundments; forensic studies; landfills; marine structures and seismic foundation design. Signature projects with geotechnical design completed under his leadership include the San Joaquin Hills Transportation Corridor, Huntington Beach Pier, Redondo Beach Pier, Cerritos Community Arts Center, Ritz Pointe in Dana Point, Montecito Neighborhood in Newport Coast, and the SR -58 and 1 -15 improvements in Barstow. 3040 Saturn Street, Suite 201, Brea, CA 92821 714- 985 -1066 Pax: 714 -985- 1033 0 Brian D. Constant Transportation 0 Transportation Mr. Constant has been directly responsible for the design and review of in excess of seventy -five rail and highway bridges and over five hundred miles of major highway alignment in Southern California and Western Canada. Related expertise includes heavy foundations subject to static and seismic loading, shoring and dewatering, construction on soft ground, and slope stabilization. Segment 3 of SR -30, San Bernardino, California: Geotechnical project manager for two and a half miles of new freeway alignment, seven bridges, two major culverts and extensive retaining walls /soundwalls. Retaining Walls, Imperial Highway at SR91, Anaheim, California: The widening of Imperial Highway necessitated the construction of walls adjacent to the abutments of the SR91 Overcrossing. San Joaquin Hills Transportation Corridor - Orange County, California: Geotechnical project manager for seventeen -mile design /build tollway project —the first of its kind in California. Seventy -eight bridge structures and over eight miles of retaining wall and soundwall were involved. Mitigation included removal /replacement, surcharging, wick drains, stone columns and deep foundations. Also served as project engineer for the Alicia Parkway Overcrossing and the Aliso Creek Bridges Santa Margarita Parkway Bridge Widening - Rancho Santa Margarita, California: Key design issues for this structure over the Arroyo Trabuco included coarse alluvial deposits and high groundwater levels. Foundations consisted of driven steel H -piles and footings. Oso Parkway Bridge - Rancho Santa Margarita, California: Foundations for this bridge over the Arroyo Trabuco included cast -in- drilled -hole concrete piles and driven steel H- piles. Design issues included the compressibility of the diatomaceous Monterey Formation. Antonio Parkway Bridge - Rancho Santa Margarita, California: Due to large variations in the depth to bedrock, a combination of driven piles and spread footings were used for this three -span structure over Tijeras Creek. Carmen Drive Overcrossing of Highway 101 - Camarillo, California: Class 70 precast concrete piles were used for the support of this two -span structure. 3040 Saturn Street, Suite 201, Brea, CA 92821 714- 985 -1066 Fax: 714.985- 0 0 Brian D. Constant Transportation Page 2 Lakeshore Drive Bridge Over the San Jacinto River - Lake Elsinore, California: Foundation design included Class 70 driven precast piles with an alternate for driven steel H- piles. Key issues included deep scour and delineation of lenses and layers of cobbles and boulders within the alluvium. Burning Tree Road Bridge - Fullerton, California: This structure spans the Brea Creek Channel. Foundations consist of CIDH piles. Highway 101 Improvements in Ventura and Oxnard, California: A detailed geotechnical study was undertaken to support a Project Report for the Proposed Highway 101 improvements between PM 22.0 and 23.7. Foundation recommendations were provided for the widening of the Santa Clara River Bridge, for the proposed SR -1 Undercrossing of SR -101 and for the proposed SR -101 Bridge over Ventura Road. Preliminary design recommendations for all other aspects of the project were provided in conformance with CTM 130. In addition, drilling and geophysical methods were used to establish the depth of historic scour in the Santa Clara River. New Intersections at Commerce Center Drive and "C" Street, State Route 126 - Los Angeles County, California: A Materials Report was prepared in accordance with CTM 130. Santa Margarita Parkway Interchange - Foothill Transportation Corridor, California: The bridge structure was supported on footings. Design also included grading along 0.6 miles of the Corridor alignment. Route 58 and Interstate 15 Highway Improvements - Barstow, California: This project involved seven miles of new alignment for R58 and two miles of widening for 115. Primary design issues included grading, borrow evaluation, permanent backslopes, embankments, pavement design, corrosion potential and a preliminary evaluation of foundation conditions for seven structures. A Materials Report was prepared in compliance with CTM 130. 3040 Saturn Street, Suite 201, Brea, CA 92821 714- 985 -1066 Fax: 714 -985- Name and Title: Project Assignment: Name of Firm: 0 0 JOHN R. ARIAS, S.E. - Principal Years experience with this firm: Education: Registration: Lead Bridge Engineer McLEAN & SCHULTZ 24 with other firms: 5 BS, 1968, Architectural Engineering 1972/Professional Engineer /California CE21498 19751 Structural Engineer /California S1963 Other Experience and Qualifications relevant to the proposed project: Mr. Arias has 29 years of experience in civil and structural engineering. He has provided consulting engi- neering to Caltrans, LACMTA, TCA, OCTA, Public Facilities and Research Department (formerly OCEMA), besides cities and counties throughout California. He has been a project manager /principal engineer for more than one hundred highway and railroad bridge projects. His considerable experience extends to Project Study Reports, Project Reports, contract plans, specifications and estimates. Mr. Arias provides construction engineering according to PF &RD, Corps of Engineers, Caltrans, AREA and federal require- ments. Mr. Arias has served as project manager and lead engineer on many seismic retrofit projects. Assignments have included (1) Orange County Transportation Authority Seismic Retrofit Program, (2) Caltrans Seismic Retrofit of State Bridges, (3) City of Los Angeles Seismic Retrofit of Local Bridges, and (4) Los Angeles County Retrofit Program. As project manager for Section 05 of the San Joaquin Hills Transportation Corridor, Mr. Arias provided and /or coordinated the work of all design professionals to [tie 35 percent design level for a complete section of freeway. The tasks involved bridges, geotedinical, civil traffic, drainage, hydrology, hydraulics and lighting. r .YMMOWrOr A4HM�GiM' LL MTV• audu n onw a hgba orvdgPaornl Value Engineering Certificate State Route 55 Improvements As project manager /supervising engineer for structures, Mr. Arias is responsible for overseeing the staff of engineers and technicians at McLean & Schultz during the preparation of PS &E documents for Caltrans. PS &E documents are prepared for undercrossings, overcrossings, overheads, underpasses, connection ramps and retaining walls. In addition, Mr. Arias also has significant heavy and light rail bridge design experience. He has served as project manager and lead engineer on numerous railroad grade separation projects. His current assign- ment includes preliminary engineering for Railroad Lowering (City of Placentia) and Fairmont Avenue Overhead at BN &SF Railroad. State Route 71 - Rio Rancho Interchange - Bridge type selection and PS &E for this 235 foot long single - span bridge crossing State Route 71. This project was the focus of high public awareness, therefore making aesthetics an important consideration. Mr. Arias utilized well - proportioned fluted, battered abut- ments to support the large superstructure causing a feeling of openness though the structure is very low over the roadway. Caltrans bridge permit and approval. Page 1 of 2 McLC+n B� chu /fj Ll 0 John R. Arias, S.E. (Cont) - Page 2 of 2 Imperial Highway (SR 90) at BN &SF Railroad and Esperanza Road - This project consists of the Advance Planning Studies for a $50 million major railroad grade separation within the Cities of Yorba Linda and Anaheim. Mr. Arias, as supervision engineer developed bridge types for overhead and underpass highway alignments. Project oversight by City of Yorba Linda, City of Anaheim and Caltrans. Imperial Highway Smart Street Improvement Project State Route 90 - Mr. Arias, is the project man- ager for Segments 5, 6 & 7 of the Imperial Highway Smart Street Improvement Project that involves the Cities of Yorba Linda and Anaheim, in Orange County. The project proposes to provide mid -block widen- ing to promote efficient vehicular travel and improve safety along this 7.75 kilometer corridor. The improve- ments include pavement rehabilitation, drainage modifications, retaining /soundwalls. The existing bridge structures Buena Vista Undercrossing and Santa Ana River Bridge will be widen and retrofitted. The Project is under oversight of Caltrans and the City of Yorba Linda. City of Placentia, Railroad Lowering Project from State Route 67 to Imperial Highway - As project manager, Mr. Arias is responsible for the preliminary engineering of this 5 -mile segment along Orangethorpe Avenue. His responsibilities include feasibility studies to evaluate conventional grade sepa- rations versus rail lowering, shoofly and track detour layout. He also supervises the devel- opment of preliminary track alignment and profile, utilities research and computer imagery for tunnel and grade separation alternatives, Railroad Lowering at Lakeview Avenue is here as an example of computer generated imagery being done for the project. shown Imperial Highway (SR 90) at BN &SF Railroad and Esperanza Road - This project consists of the Project Study Report and Advance Planning Studies for a $50 million major railroad grade separation within the Cities of Yorba Linda and Anaheim. Mr. Arias, as supervising engi- neer developed bridge types for overhead and underpass highway alignments. Project oversight by Cities of Yorba Linda and Anaheim and Caltrans. At the left is computer generated imagery depicting the proposed Grade Separation at Esperanza Road & Orangettrorpe Avenue. Advance Planning and Bridge Study Report for Del Amo Overcrossing @ State Route 405 - Mr. Arias was supervising engineer for this project consisting of an overcrossing at State Route 405 freeway and an east structure over Maaco Channel. The proposed west structure will be a six -span, 88 feet wide by 1003 feet long cast -in -place prestressed box girder superstructure and will provide six lanes of vehicular traffic and pedestrian sidewalks. Span lengths range from 130 feet to 220 feet with the longest span occurring at the freeway. Column placement was critical in that the structure will cross over a state weigh station, the Dominguez Channel, and State Route 405, which will be widened for center HOV lanes. Three col- umn bents were proposed as the most suitable configuration for 0iis structure. The foundation systern will consist of driven piles. NcL4seuy6- SC�uMi 0 0 Michael A. Green, Project Principal, Clark & Green Associates As principal of Clark & Green, Michael Green is in charge of project management and design. Mr. Green graduated from California State Polytechnic University, Pomona in 1982 with a master's degree in landscape architecture and formed Clark & Green Associates in 1987. During his career, Mr. Green has worked with the City of Westminster Planning Department and the Port Authority for the City of Long Beach in Environmental Impact Research Preparation and Risk Management Assessment. He also is an ASLA award winner. Mr Green is licensed to practice landscape architecture in California, Arizona, Utah and Oregon. Analogous Proiects - Camino Capistrano/El Camino Real (KIM, City of San Juan Capistrano) - Imperial Highway, Whittier Blvd. and Harbor Blvd. streetscapes (KIM and City of La Habra) - Palmer Park, City of Glendale - Lincoln Park, City of Santa Monica - Oak Canyon Community Park (Agoura Hills) - Corriganville Community Park (Simi Valley) - Oso Parkway /Wagon Wheel Regional Park Wildlife Enhancement and Trailways Plan - Santa Fe Recreation Master Plan (US Army Corps) - Seven Oaks Dam Resource Use Plan (US Army Corps) - Sunset Aquatic Regional Park General Development Plan and EIR (County of Orange) s KFM � ENGINEERING,INC September 28, 2000 Mr. Bill Patapoff, P.E. City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92658 RE: Revised Cost Proposal for Professional Engineering Services for the Jamboree Road / Macarthur Boulevard Intersection Improvements Dear Mr. Patapoff: Our proposed fee to complete the subject project is $93,285. A detailed breakdown of manhours and fees by task are depicted on the fee schedule (Exhibit A) contained on the following page. Exhibit B enclosed depicts KFM's schedule of hourly billing rates. We are very willing to sit down with the City to discuss this proposed fee at your earliest convenience. In the meantime, if you have any questions or require additional information, please do not hesitate to call. Respectfully submitted: Rick Kreuzer, P.E. President 26632 Towne Centre Drive • Suite 240 • Foothill Ranch • California • 92610 Ph: 949.580.3838 Fax: 949.580.3837 • • CITY OF NEWPORT BEACH JAMBOREVNIACARTHUR INTERSECTION 111 ML lj;iill EXHIBIT A TASK KFM STAFF TOTAL KFM HOURS LUMP SUM TOTAL (5115) PM (S85) PE ($70) CADD ($170) SURVEY 1. DATA COLLECTION 2 2 4 5400 2. FIELD SURVEY - HorirmneUVerbcal Control 1 2 3 $455 _ - Aer®IConwl 1 6 7 $1,135 - Cross Sections & Grids 1 20 21 $3,515 - Monumenmbon 1 4 5 $795 - Surface Topography 1 _.__.._ 8 ... ..4.... 9 $1475 e - Subswf Information 1 -- 5 $795 3. AERIAL TOPOGRAPHIC MAPPING 1 I $1,300 $1,415 _ 4. BASE MAPPING 1 4 16 21 $1,575 5. FIELD REVIEWS 4 8 12 $1140 6. UTILITY W VESTIGATION AND COORDINATION 2 8 6 16 $0 30 7, GEOTECHMCAL REPORT I 2 3 $9,450 59,735 _ _ _ -8. GEOMETRIC PLAN 8 32 _ 24 _ 64 ' $5,320 _ _ 9. RIGHT -OF -WAY ENGINEERING 4 16 12 - 32 $2,660_ 10 AESTHETIC CONCEPT PLAN — -- 4 8 8 - -�- 20 ,210 $2900 11. FINAL PS &E -- -Tide Shat 1 1 2 4 7 $565 T Sections (1) 4 16 12 32 $2,660 -Details 1 4 12 16 31 F 52600 - Roadway Plan & Profik (2) 8 40 64 112 58 800 - Intemeclion Grid Plan 1 4 l2 12 28 $2 320 - Relemmg WaO Plan &Profile I 2 16 20 38 $2,990 -Retamm Wall Details 1) 1 2 8 11 500 $3,345 - Storm Dmm Lamm1 Plan & Profde (1) 4 16 16 36 S2,940 - - LmA%cq a Pleas (2) 2 4 6 $2,500 $3,070 - Irrigation Pl=(2) 2 4 6 _52,500 $3,070 -SV dLight Plan 1 2 12 16 _ 30 $2370 S' & S Plan 1 �. _ 2 8 12 22 51_,750 - Tmf is SimW Modifkation Plan 1 2 24 32 58 _S4,510 - Trsffa: Control Plans 2) 4 16 24 44 $3500 -Cross Sections 8 8 16 32 56 54,520 -S ac*m 12 12 24 $2,400 -Cost Estvoate 4 8 - 12 511140 12. PROJECT COORDINATION & MEETINGS 8 12 20 51,940 13. BIDDING &CONSTRUCTION SUPPORT 2 6 6 14 $1,160 14. AS- BUILT DRAWINGS 2 4 6 12 $990 15. REDABURSABLES _ S2 000 S2 000 TOTAL MANHOURS TOTAL COSTS 1 I 1 512,765 322 $27,370 346 525,950 44 57,480 $23 $21,450 593,28.5 9 0 EXHIBIT B KFM ENGINEERING, INC. SCHEDULE OF HOURLY BILLING RATES Rates Effective through December 31, 2000 OFFICE PERSONNEL: Typists, Word Processors ........................ ..............................$ 30.00 /Hr. Technician .............................................. ............................... $ 45.00 /Hr. Design Engineers I CADD Operators ....... ..............................$ 70.00 /Hr. Project Engineers ..................................... ..............................$ 85.00 /Hr. Project Managers ..................................... ..............................$ 115.00 /Hr. FIELD PERSONNEL: Two -Man Survey Party, including Truck and Equipment..... Three -Man Survey Party, including Truck and Equipment..... SUPPORT & MISCELLANEOUS COSTS: ... ............................... $ 135.00 /Hr. ......... ............................... $ 170.00 /Hr. C.A.D.D. Work Station / Plotter ......... ............................... Computertime ................................ ............................... Telefax............................................ ............................... Electronic Distance Measuring Equipment (E.D.M.) ....... SurveyTrucks ................................. ............................... OtherVehicles ................................ ............................... ...... $ 25.00/Hr. .......$ 16.00 /Hr. ...... $ 2.00 /Pg. ....... $ 55.00 /Day ....... $ 0.50 /Mile ....... $ 0.30 /Mile Outside services and consultants are billed at direct costs plus 15 %. Blueprints, reproduction, messenger service, subsistence, travel and other expenses are billed at direct cost plus 10 %. Terms are net 30 days with 1'V2% per month interest charges. The above schedule is for straight time hours. ety of Newport Beach BUDGET AMENDMENT 2000 -01 EFFECT ON BUDGETARY FUND BALANCE: X Increase Revenue Estimates X Increase Expenditure Appropriations X Transfer Budget Appropriations SOURCE: from existing budget appropriations X from additional estimated revenues from unappropriated fund balance EXPLANATION: NO. BA- 008 AMOUNT: 597,000.00 X Increase in Budgetary Fund Balance AND Decrease in Budgetary Fund Balance No effect on Budgetary Fund Balance This budget amendment is requested to provide for the following: To increase appropriations due to an increase in the Measure M funds awarded to the City and to transfer funds so that they are correctly identified as a component of the Measure M Combined Transportation Funding Program. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Description Fund Account Description 280 3605 Fund Balance Control REVENUE ESTIMATES (360 1) 7284 Measure M Competitive Fund /Division Account Description 250 5901 Private Donations/Contributions 280 4861 Measure M Competitive D(PENDITUREAPPROPRIATIONS (3603) Division Account Division Account Signed: Signed: Signed: 0 City Manager City Council Approval: City Clerk Amount Debit Credit $23,000.00 $37,000.00 $60,000.00 $37,000.00 $37,000.00 i� /C)—/C)— OU Director Date 'PA-/A D Date Description Number 7251 Contribution Number C5100584 MacArthur Blvd/Jamboree Rd Number 7284 Measure M Competitive Number C5100584 MacArthur Blvd/Jamboree Rd 0 City Manager City Council Approval: City Clerk Amount Debit Credit $23,000.00 $37,000.00 $60,000.00 $37,000.00 $37,000.00 i� /C)—/C)— OU Director Date 'PA-/A D Date try of Newport Beach • NO. BA- 008 BUDGETAMENDMENT 2000 -01 AMOUNT: Sg7,aoo.00 EFFECT ON BUDGETARY FUND BALANCE: X Increase Revenue Estimates X Increase in Budgetary Fund Balance X Increase Expenditure Appropriations AND Decrease in Budgetary Fund Balance X Transfer Budget Appropriations ,No.eff. ect on,BUdgetary Fund.Balance _ SOURCE: CI -r ''i ':F 4 i from existing budget appropriations Pq from additional estimated revenues 0924- from unappropriated fund balance EXPLANATION: ApppnvFn This budget amendment is requested to provide for the following: To increase appropriations due to an increase in the Measure M funds awarded to the City and to transfer funds so that they are correctly identified as a component of the Measure M Combined Transportation Funding Program. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account 280 3605 REVENUE ESTIMATES (3601) Fund/Division Account 250 5901 280 4861 EXPENDITURE APPROPRIATIONS (3603) Description Fund Balance Control Description Private Donations/Contributions Measure M Competitive Signed: Services Director Signed: L;` Administrative App val: City Me Signed: City Council Approval: City Clerk Amount Debit Credit $23,000.00 - $37,000.00 $37,000.00 R..r rlr rr $37,000.00 /U— /C)— Oc" Date Date Date Description Division Number 7251 Contribution Account Number C5100584 MacArthur BNd/Jamboree Rd Division Number 7284 Measure M Competitive Account Number C5100584 MacArthur Blvd/Jamboree Rd Signed: Services Director Signed: L;` Administrative App val: City Me Signed: City Council Approval: City Clerk Amount Debit Credit $23,000.00 - $37,000.00 $37,000.00 R..r rlr rr $37,000.00 /U— /C)— Oc" Date Date Date