HomeMy WebLinkAboutC-2962 - Rough Grading and Temporary Embankment ConstructionCIT?OF NEWPORT B4 ACH
March 14, 1994
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
Southern California Sandbags
12620 Bosley
Corona, CA 91719
Subject: Surety: American Motorists
Bond No. 3SM 799 846 00
Contract No.: C -2962
Project: Rough Grading and
Construction
Insurance Company
Temporary Embankment
The City Council of Newport Beach on February 14, 1994 accepted the
work of subject project and authorized the City Clerk to file a
Notice of Completion and to release the bonds 35 days after the
Notice of Completion has been recorded in accordance with
applicable portions of the Civil Code.
The Notice was recorded by the Orange County Recorder on February
23, 1994, Reference No. 94- 0133400.
Sincerely,
Wanda E. Raggio
City Clerk
WER:pm
cc: Public Works Department
3300 Newport Boulevard, Newport Beach
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk ! t / • ch'
ci of t e oft Beach
Newport Beach, CA Boulevard
VU1 fb6 V & Y.lilt�i)
A'V 0 • f V iVV i V V
y #J.
"Exempt from recording fees pursuant
to Government Code Section 6103"
REC.
HAR 111994 [-1 NOTICE OF COMPLETION
TICE IS BY GIVEN that the City of Newport Beach, 3300 Newport
ulevard, "Newport Beach, California, 92663, as Owner, and
Southern California Sandbags, 12620 Bosley, Corona, CA 91719 as
Contractor, entered into a Contract on January 4, 1994
Said Contract set forth certain improvements, as follows:
Rough Grading and Temporary Embankment Construction (C -2962) - located in the
City of Newport Beach, County of Orange
Work on said Contract
was completed
on January
12, 1994
and was found to be acceptable
on
February 14,
1994 v'
by the City Council.
Title to
said
property is vested in the
Owner, and the Surety
for said
Contract is American Motorists
Insurance Company, 7470 N.
Figueroa
Blvd.,
Los Angeles,
CA 90041
BY
u i or cs
Director
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and
correct to the best of m knowledge. q
Executed on t-e�i �lo • 1/ 9 at
Newport Beach, California.
BY
city Clerk
V F.
C
•
T:,ie CITY COUNCIL
SPORT BEACH
FEB 1 41994
APPROVED
0
February 14th, 1994
CITY COUNCIL AGENDA
ITEM NO. d a
TO: Mayor & Members of the City Council
FROM: Utilities Department
SUBJECT: CONTRACT FOR ROUGH GRADING, TEMPORARY EMBANKMENT
CONSTRUCTION & STORM DRAIN RELOCATION
UTILITIES YARD EXPANSION PROJECT - PHASE II
GROUNDWATER DEVELOPMENT PROJECT
(CONTRACT NO. 2962)
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion
for Contract No. C -2962 on behalf of the City.
3. Authorize the City Clerk to release the bonds, 35 days
after the Notice of Completion has been filed and
recorded in accord with the applicable provisions of
the California Civil Code.
DISCUSSION:
The contract for the construction of the subject project has
been completed to the satisfaction of the City's Utilities and Building
Departments.
The contract was performed by Southern California Sandbags, of
Corona, California.
Total Bid Price $ 41,382.80
Total of Unit Price Items Constructed $ 41,382.80
Total of Authorized Change Orders $ 300.00
Total Contract Cost $ 41, 682.80
One change order was issued in the amount of $300 to provide
for additional sandbag placement and erosion control measures.
The project provided for moving approximately 27,000 cubic
yards of dirt material into the ravine adjacent to the Utilities Yard so as to
adequately compact the soils beneath the proposed 3.0 million gallon
reservoir. The project also included the installation of a temporary storm
drain and miscellaneous erosion control.
Page 2 - February 14, 1994
Rough Grade & Temporary Embankment Project
Contract Acceptance (C -2962)
The project is part of the City's Groundwater Development
Project and was a necessary component of the 3.0 million gallon reservoir
proposed at the 16th Street Reservoir Site. Funds for the project were
provided from account number 7503 - 98500018.
The contract required completion of all improvements within
30 days of the award of contract. The contract was awarded December
13th, 1993. The required completion date was January 12th, 1994. All
work was completed by the required date.
Respectfully submitted,
JEFF 6rANE.4R
Jeff Staneart, P.E.
Utilities Director
JS: sdi •
•
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
Cr % �Z7GGi/L ie�
TO: FINANCE DIRECTOR / - G_. /
FROM: CITY CLERK
DATE: January 6, 1994
SUBJECT: Contract No. C -2962
Description of Contract Rough Grading and Temporary Embankment
Construction
Effective date of Contract January 4, 1994
Authorized by Minute Action, approved on December 13, 1993
Contract with So. Cal. Sandbags
Address 12620 Bosley
Corona, CA 91719
Amount of Contract $41.382.80
Wanda E. Raggio
City Clerk
WER:pm
Attachment
3300 Newport Boulevard, Newport Beach
.I/
•
n
C7
BY THE Clrf C0?,R:' z
CITY OF
DEC 1 31993
APPROVED
0
December 13th, 1993
CITY COUNCIL AGENDA
ITEM NO. ¢I
TO: Mayor & Members of the City Council
FROM: Utilities Department
SUBJECT: CONTRACT FOR ROUGH GRADING, TEMPORARY EMBANKMENT
CONSTRUCTION & STORM DRAIN RELOCATION
UTILITIES YARD EXPANSION PROJECT - PHASE II
GROUNDWATER DEVELOPMENT PROJECT
(CONTRACT NO. 2962)
RECOMMENDATIONS:
1. Find that the lowest bidder, Southern California
Sandbags, can meet the requirements for completing
the proposed contract work and declare them the
"low bidder ".
2. Award Contract No. 2962 to in the amount of $41,383.
3. Authorize the Mayor and the City Clerk to execute the
contract on behalf of the City.
DISCUSSION:
At 1:30 p.m. on November 30th, 1993, the City Clerk opened
and read bids for the subject project. A summary of the results are listed
below and a more detailed itemized bid summary is attached as Exhibit "A ":
Rank Contractor /Bidder
Total Bid Price
low
Southern California Sandbags
$
41,382
2
Salisbury Engineering & Grading
$
46,051
3
Goplen Excavating & Engineering
$
58,079
4
Gillespie Construction, Inc.
$
59,118
5
Dobson Equipment Rentals, Inc.
$
65,584
6
LGT Enterprises
$
66,850
7
Peterson -Chase Construction, Inc.
$
67,745
8
Southern California Grading, Inc.
$
70,445
9
Silveri Construction Company
$
71,224
10
Excel Paving Company
$
71,317
11
Fleming Engineering, Inc.
$
75,805
12
United Builders
$
78,682
13
Lambaren Contractors, Inc.
$
79,279
0 2
R ugh Grading Project
Contract Award (C -2962)
December 13, 1993
Thirteen bids were received. The low bid was 43% below the
Engineer's Estimate of $72,700. Staff believes the low bid price is less •
than the Engineer's Estimate because of the conservative cost estimate and
due to the very depressed market conditions in the residential and
commercial building construction industry which provides most of the
grading project volume. The large number of bidders is also reflective of
this market condition.
The low bidder, Southern California Sandbags, is a well qualified,
general engineering contractor, who specializes in earthwork and grading
projects and is licensed to do business in California. This company has
successfully completed much larger and complex grading construction
projects for a number of reputable developers in Southern California.
This project provides for moving approximately 27,000 cubic
yards of dirt into the ravine adjacent to the Utilities Yard so as to
adequately compact the soils beneath the proposed 3.0 million gallon
reservoir. The project also includes the installation of a temporary storm
drain and erosion control. Detailed plans and specifications for the
project were prepared by a civil engineering consulting firm.
Funds for the work are included in the approved 1992 -93 •
water capital projects budget and were carried -over to the 1993 -94 fiscal
budget to allow an award of contract.
The project is part of the City's Groundwater Development
Project and is a necessary component of the 3.0 million gallon reservoir
proposed at the 16th Street Reservoir Site. Funds for the project are
available from account number 7503 - 98500018.
The estimated time of completion for this rough grading
and temporary embankment project contract is 45 calendar days. The
expected completion date is February 11th, 1994.
Respectfully submitted,
JEFF 5TA, (..,642 - .
Jeff Staneart, P.E.
Utilities Director
Attachments: Exhibit "A ": "Bid Summary"
J5: sdi
•
EL
0
ca
a
h
GZLi
U�
W F
0] �
L:a
aQ
z�
3
OU
U]
a
0
0
a
0
LL)
Y
U
LLI
S
U
I0
N
0
U
0 w m
F
mom
m � W
U
'oIU W F
z0 Uz 0
F U W 0.
•
0
y
J
H
0
U
w
0
U
ATTAG-(MENT �A" P•t-lP4
1
AI
y
J
H
0
U
w
0
U
ATTAG-(MENT �A" P•t-lP4
d
IL
U
N
W
0.
xz
U
w0
m
�a
aQ
Wa
z0
�.3
OU
U�
n.
M
O
M
W
F
Q
m
m
m
d
v s
w
O O W
Y a y U
`y 0 _
U in ? U
O
U Z
0 o
mFOro
s
w ..�
f K
� m
- F U
O
UZ W
Ow
U CL
•
•
Arr"mCtlr •A" p. ZoF4
�
ICI
I
•
•
Arr"mCtlr •A" p. ZoF4
•
•
•
d
(L
O
Lil
c�
Q
M
= Z
U w
W F-
m 2 a
1
00 LU
N
w Y
Z cr-
O
L
O U
� J
v 00
CL
m
O
F'
Q
Q
u
U
LLI
U
Z N
O o
Q
U
O E
mom
a
0
C�
O
U
c
E
E v
O C
D N O m
E ° c n
w N
f\
ry
O
a
v
c LU
� Q �
m
Z
0U
W U
Z LU
�z�o
4TTAC44MEnfT �JV P. 3 4-4
o
r
o
z
N
C
W
N
m
Z)
u
w
N
O
o
�
m
a
Q
h
=
Fn
m'
v
m
o
n
o
0
w
N
z
F-
N
uoi
N-
�
von
O
Z
t7
Cj
m
Cl
m
In
c
Q
�
c
w
O
o
m
r
o
m
0
r
0
N
wr
wern
E
Z
h"'
H
v
LL
�
cL
df
W
_
N
b9
2
t
m
N
O
y
t7 2
m
N
m
r
w
Z
O
Z
N
N
m
o
m
N
c
=Q
�
o
°ass
m
-�
rn
F
Z
N
r
O
9
O
v
O
o
O
o
D
o
4
'n
F
U
U
p
g
z�ss8�
W
Yoo
�.o
E
~
m
r
r
Z
N
E
Q
'
U
z
O
a
L
g
o
m
U
2
m
n
m
U)
Lu
o
a.=
fa
-a
V
ig
q
y
A
b
V
N
.
U
W
W
(n
W
W
�NNNNNNNNNN(�l
C7
M
[�!C]
f7
(7
H
4TTAC44MEnfT �JV P. 3 4-4
4
L'V
U
a
s w
U 2
er
Ow0 Q
�
a a
N
w Y
Z
O
L
O
U
F- J
U m
CL
CL
�I
U
YID
d a
Lo
W
F-
M
L
0 LU
of
M Y
U
E =
U
0
z
OLD
O � F
a
u
U
`n
C
ry
N
UI
C
� Q
� ~ Q
O
� � W U
uJ E? W
j Z (�
puwa
`J
L
i
4
L'V
U
a
s w
U 2
er
Ow0 Q
�
a a
N
w Y
Z
O
L
O
U
F- J
U m
CL
CL
�I
U
YID
d a
Lo
W
F-
M
L
0 LU
of
M Y
U
E =
U
0
z
OLD
O � F
a
u
U
`n
C
ry
N
UI
C
� Q
� ~ Q
O
� � W U
uJ E? W
j Z (�
puwa
`J
L
•
•
•
Arr"mfo -r "q" p.+,*+
�Ell
i'll
II
II
000
•
•
•
Arr"mfo -r "q" p.+,*+
• • - -C1 I i CLERK
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, Post Office Box 1765, Newport Beach, California 92659 -1765
until 1:30 o'clock p.m. on 30th day of November 11993,
at which time such bids shall be opened and read for
ROUGH GRADING AND TEMPORARY EMBANKMENT CONSTRUCTION
�0)
Title of Project
C -2962
Contract No.
$ 72,700
Engineer's Estimate
7, `
�n
r,
Approved by the City Council
this 8th day of November, 1993
Wanda E. Raggi .
City Clerk
Prospective bidders nxty obtain one set of bid documents at no cost at
the office of the Public Works Department, 3300 Newport Boulevard,
Post Office Box 1768, Newport Beach, California 92659 -1768
For further information, call Jeff Staneart at 644 -3011.
Project Manager
CITY OF NEWPORT BEACH
UTILITIES DEPARTMENT
•
ROUGH GRADING AND
TEMPORARY EMBANKMENT CONSTRUCTION PROJECT
(M- 5313 -S)
CONTRACT NO. C -2962
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard, P.O. Box 1768
Newport Beach, California 92663 -3884
Gentlemen:
The undersigned declares that he has carefully examined the location of the work, has
read the Instructions to the 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. C -2962 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:
NOTE: All applicable sales taxes, State and /or Federal, and any other special
taxes, patent rights or royalties shall be included in the prices quoted in this proposal.
ITEM UNIT
NO_ QUANTITY UNIT DESCRIPTION PRICE TOTAL
1. 3.2 AC Clearing and grubbing
within the limits of
grading for the unit
price of
Eight Hundred & Dollars
Forty and
00 /100 Cents $ 840.00 $ 2,520.00
per Acre
ITEM UNIT
NO. QUANTITY UNIT DESCRIPTION PRICE TOTAL
2. 26,750 CY Excavate and place compacted
fill to a minimum 110 # /CF
wet for the unit price of
One Dollars
and
Twelve Cents $ 1.12 $30,000.00
per Cubic Yard
3. 740 CY Excavate drainage Swale
for the unit price of
One Dollars
Sixty -Two and
Cents
per Cubic Yard
4. 3 EA Install settlement
monitoring plates for the
unit price of
Seven Hundred & Dollars
Twenty and
00 /100 Cents
per Each
5. LS Install erosion control
for the lump sum price of
Five Thousand ThreeDollars
Hundred & Seventy -Six and
00 /100 Cents
Lump Sum
$ 1.62 $ 1,200.00
$ 720.00 $ 2.160.00
$ 0 $_5,376. 00
TOTAL PRICE IN WRITTEN WORDS
Forty One Thousand Two
Hundred Fifty Six
00 /100
Dollars
and
Cents
TOTAL PRICE
oi
I declare under penalty of perjury that all representation made above are true and
correct.*
* Effective January 1, 1990, Business and Professional Code Section 702.8.15
provides that any bid not containing the above requested information, or a bid
containing information which is subsequently proven false, shall be considered
non - responsive and shall be rejected.
Bidder's Name
Bidder's Address
So. Cal. Sandbags
12620 Bosley
Corona, CA 91719
Bidder's Telephone No. (909) 277 -3404
Contractor's License No. & Classification A- 632882
Expiration Date
11/29/93 k4tll 00-1,e '
Date Authorized Signature /Title
Peter Rasinski, Owner
0
INSTRUCTIONS TO BIDDERS
Page 2
The following documents shall be completed, executed and received by the
City Clerk in accordance with NOTICE INVITING BIDS.
L PROPOSAL
2. INSTRUCTIONS TO BIDDERS
3. DESIGNATION OF SUBCONTRACTOR(S)
4. BIDDER'S BOND (sum not less than 10% of total bid price)
5. NON - COLLUSION AFFIDAVIT
6. TECHNICAL ABILITY AND EXPERIENCE REFERENCES
except that cash, certified check or cashier's check (sum not less than 10% of the total
bid price) may be received in lieu of the Bidder's Bond. The title of the project and
the words "SEALED BID" shall be clearly marked on the outside of the envelope
containing the documents.
The City of Newport Beach will not permit a substitute format for the
documents listed above. Bidders are advised to review their content with bonding
and legal agents prior to submission of bid.
BIDDER'S BOND shall be issued by an insurance organization or surety (1)
currently authorized by the Insurance Commissioner to transact business of
insurance in the State of California, and (2) listed as an acceptable surety in the latest
revision of the Federal Register Circular 570.
The estimated quantities indicated in the PROPOSAL are approximate, and
are given solely to allow the comparison of bid totals.
Bids are to be computed upon the estimated quantities indicated in the
PROPOSAL multiplied by unit price submitted by the bidder. In the event of
discrepancy between wording and figures, bid wording shall prevail over bid figures.
In the event of error in the multiplication of estimated quantity by unit price, the
correct multiplication will be computed and the bids will be compared with correctly
multiplied totals. The City shall not be held responsible for bidder errors and
omissions in the PROPOSAL.
In accordance with the California Labor Code (Sections 1770 et seq.), the
Director of Industrial Relations has ascertained the general prevailing rate of per
diem wages in the locality in which the work is to be performed for each craft,
classification, or type of workman or mechanic needed to execute the contract. A
copy of said determination is available in the office of the City Clerk. All parties to
the contract shall be governed by all provisions of the California Labor Code relating
to prevailing wage rates (Sections 1770 -7981 inclusive). The Contractor shall be
responsible for compliance with Section 1777.5 of the California Labor Code for all
apprenticeable occupations.
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.
A- 632882
Conti s Lic. No. & Classification
Date
So. al Sandbags
Bidd
OW sCO_
Authorized Signature /Title
Peter Rasinski, Owner
9 0
Page 3
DESIGNATION OF SUBCONTRACTOR (S)
State law requires the listing of all subcontractors who will perform work in an
amount in excess of one -half of one percent of the Contractor's total bid. I£ a
subcontractor is not listed, the Contractor will be responsible for performing that
portion of the work. Substitution of subcontractors shall be made only in
accordance with State law and /or the Standard Specifications for Public Works
Construction, as applicable.
The Bidder, by signing this designation, certifies that bids from the following
subcontractors have been used in formulating the bid for the project and that these
subcontractors will be used subject to the approval of the Engineer and in accordance
with State law.
Subcontract Work Subcontractor Address
None
2.
5
0
9.
11
12
Sa Cal Sandbags
Bidder
I�W_ k /d W vt,ecr
Authorized Si atyre /Title
Peter Rasfnski, Owner
Page 4
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, So. Cal Sandbags as bidder,
and CASHIER'S CHECK 02073623 as Surety,
are held and firmly bound unto the City of Newport Beach, California, in the sum of
Four Thousand Four Hundred and Fifty -Six _ _ Dollars
($ $4,456.00 ), lawful money of the United States for the payment of which sum
well and truly to be made, we bind ourselves, jointly and severally, firmly by these
presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden bidder for the construction of
Rough Grading and Temporary Embankment Construction, C -2962
Title of Project Contract No.
in the City of Newport Beach, is accepted by the City Council of said City, and if the
above bounden bidder shall duly enter into and execute a contract for such
construction and shall execute and deliver to said City the "Payment" and "Faithful
Performance" contract bonds described in the Specifications within ten (10) days (not
including Saturday, Sunday, and Federal holidays) after the date of the mailing of
Notice of Award to the above bounded bidder by and from said City, then this
obligation shall become null and void; otherwise it shall be forfeited to the said City.
In the event that any bidder above named executed this bond as an
individual, it is agreed that the death of any such bidder shall not exonerate the
Surety from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this
day of 19_
(Attach acknowledgement of So. C 1 Sandbags
Attorney -in -Fact) Bidder i p J - dwre�
Notary Public Authorized Si atpre /Title
Peter Rasiiski, Owner
Commission Expires
M
Title:
0 0
Page 5
NON - COLLUSION AFFIDAVIT
The bidder, by its officers and agents or representatives present at the time of filing
this bid, being duly sworn on their oaths, say that neither they nor any of them
have, in any way, directly or indirectly, entered into any arrangement or agreement
with any other bidder, or with any public officer of such CITY OF NEWPORT
BEACH whereby such affiant or affiants or either of them, has paid or is to pay to
such bidder or public officer any sum of money, or has given or is to give to such
other bidder or public officer anything of value whatever; or such affiant or affiants
or either of them has not directly or indirectly, entered into any arrangement or
agreement with any other bidder or bidders, which tends to or does lessen or destroy
free competition in the letting of the contract sought for by the attached bids; that no
bid has been accepted from any subcontractor or materialman through any bid
depository, the bylaws, rules or regulations of which prohibit or prevent the bidder
from considering any bid from any subcontractor or materialman which is not
processed through said bid depository, or which prevent any subcontractor or
materialman from submitting bids to a bidder who does not use the facilities of or
accept bids from or through such bid depository; that no inducement of any form or
character other than that which appears upon the face of the bid will be suggested,
offered, paid or delivered to any person whomsoever to influence the acceptance of
the said bid or awarding of the contract; nor has the bidder any agreement or
understanding of any kind whatsoever with any person whomsoever to pay, deliver
to, or share with an other person in any way or manner, any of the proceeds of the
contracts sought by this bid.
Subscribed and sworn to before me
this day of
19
My Commission Expires:
Notary Public
,
pt
State of California
SS.
County of
On 3c) befog me,
Notary Public, perso ally appeared - .A
personally known to me (or proved to me on the basis o Batts actory evidence) to be the person(s) whose
name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the
same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
WITNESS my hand and official s
.
JWO-1. �� �ryRj'�.?
AO. ^PICIAL SEAL
Signatur (Seal)
P �
.� �.�qv Yu�e couvrvoaNin
FD -1 (12190)
• •
L
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character to
that proposed herein which he has performed and successfully completed.
Year Completed For Whom Performed (Detail) Person to Contact Telephone No
CI.
Bidder U
NffKd,,I er
Authorized Signature /Title
iWv 9,L P 6j-
M ,ke
S
om3b2.5 1YD
/vN
Tavgl. e &Gm
4-err,,1)x (d
go-tY2t
CI.
Bidder U
NffKd,,I er
Authorized Signature /Title
City of Newport Beach
Utilities Department
Bid Addenda No. 1
for the project titled:
Rough Grading and Temporary Embankment
Construction Plan
Contract No. C -2962
Bid Documents Addenda No. 1:
Bidders shall propose to complete Contract No. C -2962 in accord with the "PROPOSAL"
as modified by this bid addenda.
This is the first addenda to this contract. It consists of two (2) pages; this page and one (1)
other as an attachment. The attachment is provided as additions, deletions and clarifications
to the plans and special provisions.
Bidders are required to include this page and the attachments when submitting their bid
proposal.
Bids will be opened by the City Clerk of the City of Newport Beach in the Clerk's
Office at 3300 Newport Boulevard at 1:30 p.m. Tuesday, November 30, 1993.
Warning! Bids submitted without all pages of this addenda signed, dated and attached
to the bid proposal shall be rejected as "non- responsive."
Jeff Staneart, P,E.
Util ties Director &
Project Manager
Js: dsg
Addendum received by: q
Bidder: ,/, r� - S )915 S Date] 2- %' / 3
Signature: V 0Lr"w
Page 1 of 2 for Addenda Number 1 (Sent November 26, 1993)
The following changes, additions, deletions or clarifications shall be made to the
contract documents; all other conditions shall remain the same.
SECTION 1, PARAGRAPH 5 - Payment
Add the following paragraphs:
Payment for all unclassified excavation will be made at the Contract Unit
Price per Cubic Yard. Measurement of the pay quantity for material removed
from the borrow area will be based on the volume it occupies in the
temporary embankment area in its final position.
The City shall establish the volume based on a topographic survey before and
after placement of temporary embankment fill. Borrow area excavation
volume will not be considered in the calculation of pay quantities. The
volume of the temporary embankment fill area will be the only basis for
payment.
Addendum received by:
Bidder: C 4 SA ti 11 Date: 11 -2 %— y
Signature: , (r "V-"
Page 2 of 2 for Addenda Number 1 (Sent November 26, 1993)
i •
Page 7
NOTICE
The following contract documents shall be executed and delivered to the
Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays)
after the date of mailing Notice of Award to the successful bidder:
PAYMENT BOND (pages 8 & 9)
FAITHFUL PERFORMANCE BOND (pages 10 & 11)
CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12,13 &14)
CONTRACT (pages 15 & 16)
The City of Newport Beach will not permit a substitute format for these
contract documents. Bidders are advised to review their content with bonding,
insuring and legal agents prior to submission of bid.
Payment and Faithful Performance Bonds shall be issued by an insurance
organization or surety (1) currently authorized by the Insurance Commissioner to
transact business of insurance in the State of California, and (2) listed as an
acceptable surety in the latest revision of the Federal Register Circular 570.
Insurance Companies affording coverage shall be (1) currently authorized by
the Insurance Commissioner to transact business of insurance in the State of
California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size
Category Class VIII (or larger) in accordance with the latest edition of Best's Key
Rating Guide: Property- Casualty except as modified by the Special Provisions.
All costs associated with the specifications of these contract documents shall
be absorbed in the bid. Such specifications shall include those contained in (1) each
contract document and (2) the Standard Specifications for Public Works Construction,
except as modified by the Special Provisions.
i:.
ECUTED IN FOUR PARTS" •
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS, That
Bond: 93SX 799 846 00
Premium: Included with tV
Performance Bonc
WHEREAS, the City Council of the City of Newport Beach, State of California,
by motion adopted has awarded
to Southern California Sandbags hereinafter ,.
designated as the 'Principal ", a contract for rough grading & temporary enbankment
construction project (M- 5313 -S) Contract HC -2962
in the City of Newport Beach, in strict conformity with the Drawings and
Specifications and other contract documents on file in the office of the City Clerk of
the City of Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract
and the terms thereof require the furnishing of a bond with said contract, providing
that if said Principal or any of his or its subcontractors, shall fail to pay for any
materials, provisions, or other supplies used in, upon, for, or about the performance
of the work agreed to be done, or for any work or labor done thereon of any kind,
the Surety on this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We Southern California Sandbags
as Principal, and American Motorists Insurance Comnanv
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
Forty -One Thousand Two Hundred Fifty -Six & NOJ100 Dollars$ 41,256.00 )�
said sum being equal to 100% of the estimated amount payable by the City of
Newport Beach under the terms of the contract; for which payment well and truly
made, we bind ourselves, our heirs, executors and administrators, successors, or
assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above
bounden Principal or his subcontractors, fail to ray for any materials, provisions, or
of .er supplies,.used in, upon, for, or about the performance of the work contracted ..
to be done, or for any other work or labor thereon of any kind or for amounts due
under the Unemployment Insurance Code with respect to such work or labor, that
the Surety or Sureties will pay for the same, in an amount not exceeding the sum
specified in the bond, and also, in case suit is brought upon the bond, a reasonable
attorney's fee, to be fixed by the Court as required by the provisions of Section 3250
of the Civil Code of the State of California.
Page 9
The bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 3181 of. the California Civil Code so as
to give a right of action to then or their assigns in any suit brought upon this bond as
required by the provisions of Section 3247 et seq. of the Civil Code of the State of
California.
And said Surety, for value received, hereby stipulates and agrees that no charge,
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 die terms of the contract or to the work or
to the spe(:ifications.
In the event that any prind=al above named executed this bond as an individual,
it is agreed that :he death of any suer, principal shall not exonerate the Surety from its
obligations under this bond.
LN W77,,ESS PVT- MRTEGF, :his instrument has been dulv r_rec ted by the Prin cpai and
Surety above named, on he 16th day of December 19 93
Southern California Sandbags (deal)
Name of tontracrcr Rlaincrap
Authorized Signature and Title
Authorized Signature and Title
American Motorists Insurance Company (Seal)
Nacre of Surety
7470 N. Figueroa Blvd., Los Angeles, Ca 90041
Address of Surety
Signature and Title of Authorized Agent
Doug Lane /Attorney -in -fact
P. 0. Box 41375, Los Angeles, Ca 90041
Address of Agent
714) 771 -4701
Telephone Number of Agent
State of California
County of Orange
On DEC 16 1993 before me, Susan E. Morales, Notary Public
(DATE) INAME. TITLE OF OFFICER - I.E.. -JANE DOE. NOTARY PUBLIC-
personally appeared Doug Lane
(NAME(S) OF SIGNER(S))
I@ personally known to me - OR -
❑ proved to me on the basis of satisfactory evidence
INDIVIDUAL(S)
to be the person(s) whose name(s) is /are sub-
CORPORATE
scribed to the within instrument and acknowledged
111'1ato
me that he /she /they executed the same in
OFFICIAL SEAL
This /her /their authorized capacity(ies), and that by
SUSPUSUC- ALIFO
NOTARY PUBLIC- CALIFORNIA
-his /her /their signature(s) on the instrument the
COMMISSION# 96(053
�
- person(s), or the entity upon behalf of which the
Z ORANGE COUNTY
MV Comm. Exp. December 6, 1996
person(s) acted, executed the instrument.
OTHER:
Witness my hand and official seal.
W
E
0
CAPACITY CLAIMED BY SIGNER(S)
•
INDIVIDUAL(S)
•
CORPORATE
Number of Pages Date of Document
OFFICER(S)
•
PARTNER(S) MTLE(S))
&
ATTORNEY IN FACT
•
TRUSTEE(S)
•
GUARDIAN /CONSERVATOR
•
OTHER:
SIGNER IS REPRESENTING:
(NAME OF PERSON(S) OR ENTITYIIFS))
American Motorists
1 Insurance Company
(SEAL) (SIGNATURE OF NOTARY)
ATTENTION NOTARY: The information requested below is OPTIONAL It could, however, prevent fraudulent attachment of this certificate to any unauthorized document.
THIS CERTIFICATE
Title or Type of Document
MUST BE ATTACHED
TO THE DOCUMENT
Number of Pages Date of Document
DESCRIBED AT RIGHT:
Signer(s) Other Than Named Above
WOLCOI TS FORM 63210 -ALL FURPI)SE ACI(NOWLEDGMENT WIN SIGNER CNPACMREPRESENTATION /FINGERPNINT -Rn.. 1292 41992 WOLCOTTS FORMS, ING
Doug Lane of Orange, California
its true and lawful agent(s) and atiorney(s) -in -fact, to make, execute, seal, and deliver during the period
beginning with the date of issuance of this power and ending December 31, 1994, unless sooner revoked for and on
Its behalf as surety, and as its act and dead:
Any and all bonds and undertakings pprovided the amount
of no one bond or undertakin exceeda ONE MILLION
DOLLARS ($1,000,000.00)
EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver any bond or undertaking which guarantees the
Payment or collection of any promissory note, check, draft or letter of credit.
This authority does not permit the same obligation to be split into two or more bonds in order to bring each such
bond *ithin the dollar limit of authority as set forth herein.
This. appointment may be revoked at any time by the American Motorists Insurance Company.
The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said
American Motorists Insurance Company as fully and amply to all intents and purposes, as if the same had been duly
executed and acknowledged by its regularly elected officers at its principal office-in Long Grove, Illinois.
THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF DECEMBER 31, 1994.
This Power of Attorney is executed by authority of a resolution adopted by the Executive Committee of the Board of
Directors of said American Motorists Insurance Company on February 23, 1988 at Long Grove, Illinois, a
true and accurate copy of which is hereinafter set forth and is hereby certified to by the undersigned Secretary as
being in full force and effect:
"VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in
writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and
attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company
thereto, bonds and undertakings, recognizences, contracts of indemnity and other writings, obligatory in the nature
thereof, and any such officers of the Company may appoint agents for acceptance of process."
This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following
resolution adopted by the Executive Committee of the Board of Directors of the Company at a meeting duly called and
hold on the 23rd day of February, 1988:
"VOTED, That the signature of the Chairman of the Board, the President, any Vice President, or their appointees
designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and
certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to
resolution adopted by the Executive Committee of the Board of Directors on February 23, 1988 and any such power so
executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be
valid and binding upon the Company."
In Testimony Whereof, the American Motorists Insurance Company has caused this instrument to be signed and its
corporate seal to be affixed by its authorized officers, this 01 day of July , 1992 .
Attested and Certified:
F.C.Mctullough, Secretary
AMERICAN MOTORISTS INSURANCE COMPANY
COMPANY
•
-----
AMERICAN
MOTORISTS
INSU&CE
e 4
Home Ofiicw:
tong Grove, IL
60049
®Rstman
nURia
POWER OF
ATTORNEY
onnranes
,
Know All Men By These
Presents:
That the American Motorists Insurance Company, a corporation organized
and existing under
the laws of the State of
Illinois, and
having its principal office in Long Grove, Illinois, does
hereby appoint
Doug Lane of Orange, California
its true and lawful agent(s) and atiorney(s) -in -fact, to make, execute, seal, and deliver during the period
beginning with the date of issuance of this power and ending December 31, 1994, unless sooner revoked for and on
Its behalf as surety, and as its act and dead:
Any and all bonds and undertakings pprovided the amount
of no one bond or undertakin exceeda ONE MILLION
DOLLARS ($1,000,000.00)
EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver any bond or undertaking which guarantees the
Payment or collection of any promissory note, check, draft or letter of credit.
This authority does not permit the same obligation to be split into two or more bonds in order to bring each such
bond *ithin the dollar limit of authority as set forth herein.
This. appointment may be revoked at any time by the American Motorists Insurance Company.
The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said
American Motorists Insurance Company as fully and amply to all intents and purposes, as if the same had been duly
executed and acknowledged by its regularly elected officers at its principal office-in Long Grove, Illinois.
THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF DECEMBER 31, 1994.
This Power of Attorney is executed by authority of a resolution adopted by the Executive Committee of the Board of
Directors of said American Motorists Insurance Company on February 23, 1988 at Long Grove, Illinois, a
true and accurate copy of which is hereinafter set forth and is hereby certified to by the undersigned Secretary as
being in full force and effect:
"VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in
writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and
attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company
thereto, bonds and undertakings, recognizences, contracts of indemnity and other writings, obligatory in the nature
thereof, and any such officers of the Company may appoint agents for acceptance of process."
This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following
resolution adopted by the Executive Committee of the Board of Directors of the Company at a meeting duly called and
hold on the 23rd day of February, 1988:
"VOTED, That the signature of the Chairman of the Board, the President, any Vice President, or their appointees
designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and
certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to
resolution adopted by the Executive Committee of the Board of Directors on February 23, 1988 and any such power so
executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be
valid and binding upon the Company."
In Testimony Whereof, the American Motorists Insurance Company has caused this instrument to be signed and its
corporate seal to be affixed by its authorized officers, this 01 day of July , 1992 .
Attested and Certified:
F.C.Mctullough, Secretary
(OVER)
by J.S.Kemper,III,Sanior Vice President
AMERICAN MOTORISTS INSURANCE COMPANY
(OVER)
by J.S.Kemper,III,Sanior Vice President
• •
STATE OF ILLINOIS SS
COUNTY OF LAKE
I, Marilyn L. Riley, a Notary Public, do hereby certify that J. S. Kemper, III and F. C. McCullough personally known
to ins to be the sane persons whose oases are respectively,as Senior Vice President and Secretary of the American .
Motorists Insurance Company, a Corporation of the State of Illinois, subscribed to the foregoing instrument,
appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed,
sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation
and as their own free and voluntary act for the uses and purposes therein set forth.
My commission expires: 4 -9 -96
1' "OFFICIAL SEAL°
1 Marilyn L Riley ►
1 Notary Public, State of Illinois ►.
/ My Commission Expires 919196
CERTIFICATION
Mer yy L. Riley, Notary Pubtfor
I, N. J. Zarada, Secretary of the American Motorists Insurance Company, do hereby certify that the attached Power
of Attorney.dated July 1, 1992 on behalf of the person(s) as listed on the reverse side is a
true and correct copy and that the seam has been in full force and effect since the date thereof and is in full
force and effect on the date of this certificate) and I do further certify that the said J. S. Kemper, III and F. C -.
McCullough who executed the Power of Attorney as Senior Vice President and Secretary respectively were on the date
of the execution of the attached Power of Attorney the duly elected Senior Vice President and Secretary of the
American Motorists Insurance Company.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the American
Motorists Insurance Company on this
day of DEC 16 !993 , 19 _
N.J.Zareds, Secretary
This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named
therein, and they have no authority to bind the Company except in the manner and to the extent herein stated.
FM 836 -5 6 -92 IN
Power of Attorney - Term
PRINTED IN U.S.A.
BOND PREMIUM BASED ON gXECUTED IN FOUR PARTS"
FINAL CGNTRACT PRICE FAITHFi 11. PERFORMANCE- E BOND
KNOW ALL MEN BY THESE PRESENTS, That
Bond: 93SM 799 846 00
Premium: $1,238.00
WHEREAS, the City Council of the City of Newport Beach, State of California,
by motion adopted
has awarded to Southern California Sandbags
hereinafter designated as the "Principal', a contract for rough grading s temporary
embankment construction project (M- 5313 -S) Contract 4C -2962
in the City of Newport Beach, in strict conformity with the Drawings and
Specifications and other contract documents on file in the office of the City Clerk of
the City of Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract
and the terms thereof require the furnishing of a bond for the faithful performance
of said contract;
NOW, THEREFORE•, We, Southern California Sandbags
as Principal American Motorists Insurance ComDanv
as Surety, are held and firmly found unto the City of Newport Beach, in the sum of
Forty -One Thousand Two Hundred Fifty -Six & NO 1100 Dollars ($ 41,256.00
said sum being equal to 100 °0 of the estimated amount of the contract, to be paid to
the said Citv or its certain attorney, its successors, and assigns; for which payment
well and truly made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above
bounden Principal, his or its heirs, executors, administrators, successors, or assigns,
shall in all things stand to and abide by, and well and truly keep and perform the
covenants, conditions, and agreements in the said contract and any alteration
thereof made as therein provided on his or their part, to be kept and performed at
the time and in the manner therein specified, and in all respects according to their
true intent and meaning, and shall indemnify and save harmless the City of
Newport Beach, its officers and agents, as therein stipulated, then this obligation
shall become null and void; otherwise it shall remain in full force and virtue.
And said Surety, for value received, hereby stipulates and agrees that no
change, extension of time, alterations or additions to the terms of the contract or to
the work to be performed thereunder or to the specifications accompanying the
same shall in any wise affect its obligations on this bond, and it does hereby waive
notice of any such change, extension of time, alterations or additions 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
Principal and Surety above named, on the 16th day of December 1993 ,
California Sandbags (Seal)
ie of tractor (Principal)
Authorized- Signature and Title
Authorized Signature and Title
American Motorists Insurance Company (Seal)
Name of Surety
7470 N. Figueroa Blvd., Los Angeles, Ca 90041
Address of Surety
Signature and Title of Authorized Agent
Doug Lane /Attorney -in -fact
P. o. Box 41375, Los Angeles, Ca 90041
Address of Agent _.
714) 771 -4701
State of California
County of Orange
On OEC 1 R )997 before me, Susan E. Morales, Notary Public
(DATE( ( NAME. TITLE OF OFFICER - I.E.. -JANE DOE, NOTARY PUBLIC-)
personally appeared
(NAME(S) OF SIGNER(S)I
s
x
0
CAPACITY CLAIMED BY SIGNER(S)
❑ INDIVIDUAL(S)
❑ CORPORATE
OFFICER(S)
® personally known to me - OR -
❑ proved to me on the basis of satisfactory evidence
TK7
to be the person(s) whose name(s) is /are sub-
•
scribed to the within instrument and acknowledged
•
to me that he /she /they executed the same in
his /her /their authorized capacity(ies), and that by
OFFICIAL SEAL
,i's . SUSAN E. MORALES
his /her /their signature(s) on the instrument the
NOTARY PUBLIC - CALIFORNIA
person(s), or the entity upon behalf of which the
COMMISS10Np8aoo59
ORANGE COUNTY
person(s) acted, executed the instrument.
« "' My Comm. Exp. December M 19913
Witness my hand and official seal.
(SEALI
(SIGNATURE OF NOTARY)
s
x
0
CAPACITY CLAIMED BY SIGNER(S)
❑ INDIVIDUAL(S)
❑ CORPORATE
SIGNER IS REPRESENTING:
(NAME OF PERSON(S) OR ENT"(IES))
American Motorists
Insurance Company
ATTENTION NOTARY: The mformation requested below is OPTIONAL It could, however, prevent fraudulent attachment of this certificate to any unauthorized document.
THIS CERTIFICATE
MUST BE ATTACHED
TO THE DOCUMENT
DESCRIBED AT RIGHT:
Title or Type of Document
Number of Pages
Signer(s) Other Than Named Above
Date of Document
WOLCOTTS NORM 4 7240 —ALL PURPOSE AMOWLEOGMENT WITH SIGNER CAPACITY /REPRESENTATION /RNGERPRINT —Rev. 12 -92 01992 WOLOOTTS FORMS, INC.
OFFICER(S)
❑
PARTNER(S) (mLE(s))
TK7
ATTORNEY IN FACT
•
TRUSTEE(S)
•
GUARDIAN /CONSERVATOR
•
OTHER:
SIGNER IS REPRESENTING:
(NAME OF PERSON(S) OR ENT"(IES))
American Motorists
Insurance Company
ATTENTION NOTARY: The mformation requested below is OPTIONAL It could, however, prevent fraudulent attachment of this certificate to any unauthorized document.
THIS CERTIFICATE
MUST BE ATTACHED
TO THE DOCUMENT
DESCRIBED AT RIGHT:
Title or Type of Document
Number of Pages
Signer(s) Other Than Named Above
Date of Document
WOLCOTTS NORM 4 7240 —ALL PURPOSE AMOWLEOGMENT WITH SIGNER CAPACITY /REPRESENTATION /RNGERPRINT —Rev. 12 -92 01992 WOLOOTTS FORMS, INC.
ISSUEDA (MwDMY7
12 -23 -93
_EiTE.i7S
PRODUCER 4w
KNOX GENERAL INSURANCE BROKERS
COMPANIES r ORDINGCOVERAGE
A CANADIAN INS. CO.
226 S. Glassell Street
Orange, CA 92666
LCOMPANY
COMPANY B
(714) 744 -3300
LETTER
INSURED SOUTHERN CALIFORNIA SANDBAG
COMPANY C
LETTER
Peter Rasinski
YD
LETTER
12620 Bosley Ln.
Corona CA 91719
COMPANY
LETTER
COVERAGES
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE
TERMS. EXCLUSIONS, AND CONDITIONS OF SUCH POLICES AND IS NOT AMENDED, EXTENDED OR ALTERED BY THIS CERTIFICATE.
co
LTR
TYPE OF INSURANCE
POLICY
NUMBER
EFFECTIVE
DATE
EXPIRATION
DATE
ALL LIMITS IN THOUSANDS
GENERAL LIABILITY
(OCCURANCE BASIS ONLY)
GENERAL AGGREGATE
$ 1,000,
A
COMMERCIAL
COMPREHENSIVE
C S P 161494
10/6/9-
10/6194
PRODUCTSICOMPLETED
OPERATIONS AGGREGATE
$ 1,000,
OWNERS & CONTRACTORS
PERSONAL INJURY
$ 1,000,
PROTECTIVE
CONTRACTUAL FOR SPECIFIC
CONTRACT
PRODUCTSICOMPLETE
EACH OCCURANCE
$ 1 OOO
OPERATIONS
, ,
XCU HAZARDS
BROAD FORM PROPERTY DAMAGE
FIRE DAMAGE
$ 50,
SEVERABILITY OF INTEREST CLAUSE
(ANYONE FIRE)
MEDICAL EXPENSES
$ 5
P.1. WITH EMPLOYEE EXCLUSION
REMOVED
MARINE
(ANY ONE PERSON)
'
AUTOMOBILE LIABILITY
COMBINED
$ 1 000
SINGLE LIMIT
+ +
ANY AUTO
BODILY INJURY
$
A
ALLOWNEDAUTOS
(PER PERSON)
SCHEDULED AUTOS
HIREDAUTOS
SBA180313
10/6/93
10/6/94
BODILY INJURY
(PER ACCIDENT)
$
NON -OWNED AUTOS
PROPERTY
GARAGE LIABILITY
DAMAGE
$
EXCESS LIABILITY
EACH AGGREGATE
A
UMBRELLA FORM
X L P 19 8112
10/6/93
10/6/94
OCCURANCE
OTHER THAN UMBRELLA FORM
$ 1,000, $ 1 , 000 ,
sraruroav
WORKERS' COMPENSATION
$
EACH ACCIDENT
&
$
DISEASE - POLICY LIMIT
EMPLOYERS' LIABILITY
$
DISEASE -EACH EMPLOYEE
OTHER
$
DESCRIPTION OF OPERATIONS /LOCATIONSNEHKXESIRESTRICTIONS /SPECIAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF
NEWPORT BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH THE FOLLOWING CONTRACT:
ROUGH GRADING AND TEMPORARY EMBANKMENT CONSTRUCTION C -2962
PROJECT
TITLE AND CONTRACT NUMBER
CERTIFICATE HOLDER
CANCELLATION _::..
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON - RENEWED, CANCELLED OR
COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE COMPANY AFFORDING
CITY OF NEWPORT BEACH
COVERAGE SHALL PROVIDE 30 DAYS MINIMUM ADVANCE NOTICE TO THE CITY OF
P.O. BOX 1768
NEWPORT BEACH B GI TERED M ATTENTION: ag F F S t,a,R-e a rt
3300 NEWPORT BOULEVARD
12 -23 -93
NEWPORT BEACH, CALIFORNIA 92658- 8915�%�
AUiH0RhR6 REPRESENTATIVE ISSUE DATE
0
ATTACHED TO AND MADE PART OF POLICY SBA 1803130
---------------
ISSUED TO: SOUTHERN CALIFORNIA SANDBAG
ADDITIONAL INSURED - AUTOMOBILE
IT IS AGREED THAT THE "WHO IS AN INSURED" PROVISION IS
AMENDED TO INCLUDE AS AN INSURED THE PERSON OR ORGANIZATION
NAMED BELOW BUT ONLY WITH RESPECT TO LIABILITY ARISING OUT
OF THE OWNERSHIP, MAINTENANCE OR USE OF A COVERED AUTOMOBILE
FOR SUCH INSURED BY OR ON BEHALF OF THE NAMED INSURED
ARISING OUT OF WORK PERFORMED FOR THE ADDITIONAL INSURED.
NAME OF PERSON OR ORGANIZATION: CITY OF NEWPORT BEACH
FORM U007 (4188)
0
THIS ENDORSEMENT IS ATTACHED TO AND FORMS PART OF POLICY
NO: CSP 1614943 ISSUE TO: SOUTHERN CALIFORNIA SANDBAG
------------------------- -------- -- ---------- ----- - - - - --
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY
ADDITIONAL INSURED
This endorsement modifies insurance provided under the following
COMMERCIAL GENERAL LIABILITY COVERAGE FORM
WHO IS AN INSURED (Section II) is amended to include as an
insured the person(s) or organization(s) named below but
only with respect to liability arising out of operations
performed for such insured by or on behalf of the named
insured.
NAME OF PERSON OR ORGANIZATION: CITY OF NEWPORT BEACH
Any person or organization named on the Certificate of
Insurance whose contract with the Named Insured requires
that they be named as an Additional Insured under this
policy for ALL OPERATIONS performed by or on behalf of
the Named Insured within the State of California.
U023 2190
0
CITY OF NEWPORT BEACH Page 13
AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. With respect to such insurance as is afforded by the policy for Automobile Liability, the City of
Newport Beach, its officers and employees are additional insureds, but only with respect to
liability for damages arising out of the ownership, maintenance or use of automobiles (or autos)
used by or on behalf of the named insured in connection with the contract designated below. The
insurance extended by this endorsement to said additional insured does not apply to bodily injury or
property damage arising out of automobiles (1) owned by or registered in the name of an additional
insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured.
The insurance afforded said additional insured(s) shall apply as primary insurance and no other
insurance maintained by the City of Newport Beach shall be called upon to contribute with
insurance provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured who is seeking
coverage or against whom a claim is made or suit is brought, except with respect to the limits of
liability of the company affording coverage."
3. The limits of liability under this endorsement for the additional insureds named in Paragraph 1. of
this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit:
[ ] Multiple Limits
Bodily Injury Liability $ per person
Bodily Injury Liability $ per accident
Property Damage Liability $
[ X] Combined Single Limit
Bodily Injury Liability $ 1,000,000
and
Property Damage Liability
The limits of liability as stated in this endorsement shall not increase the total liability of the
company affording coverage for all damages as the result of any one accident or occurrence in
excess of the limits of liability stated in the policy as applicable to Automobile Liability
Insurance.
4. Should the policy be non - renewed, cancelled or coverage reduced before the expiration date thereof,
the Issuing Company shall provide 30 days advance notice to the City of Newport Beach by
registered mail, Attention: Public Works Department.
5. Designated Contract: Rough Grading and Temporary Embankment Construction, C -2962
(Project Title and Contract No.)
This endorsement is effective 12 -9 -93 at 12:01 A.M. and forms part of
Policy No. SBA 1803130
CALIFORNIA SANDBAG
Issuing Company KNOX GENERAL INS.
CANADIAN INS CO.
(Company Affording Coverage)
5
0 0
CITY OF NEWPORT BEACH
GENERAL LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
Page 14
1. With respect to such insurance as is afforded by the policy for General Liability, the City of Newport
Beach, its officers and employees are additional insureds but only with respect to liability arising out
of operations performed by or on behalf of the named insureds in connection with the contract
designated below or acts and omissions of the additional insureds in connection with its general
supervision of such operations. The insurance afforded said additional insured(s) shall apply as
primary insurance and no other insurance maintained by the City of Newport Beach shall be called
upon to contribute with insurance provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies se arately to each insured against whom claim is made or
suit is brought, except with respect to the limits of the liability of the company affording coverage."
3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions
and exclusions applicable to such insurance) includes liability assumed by the named insured under the
indemnification or hold harmless provision contained in the written contract, designated below,
between the named insured and the City of Newport Beach.
4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the
explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU"
hazards) are deleted.
5. The limits of liability under this endorsement for the additional insured(s) named in paragraph I of
this endorsement shall be the limits indicated below written on an "Occurrence" basis:
(X J Commercial i ] Comprehensive
General Liability $ 1,000,000 each occurrence
$ 1,000,000 each occurrence
The applicable limit of the Contractual Liability for the company affording coverage shall be reduced
by any amount paid as damages under this endorsement in behalf of the additional insured(s).
The limits of liability as stated in this endorsement shall not increase the total liability of the
company affording coverage for all damages as the result of any one occurrence in excess of the limits
of liability stated in the policy as applicable to General Liability Insurance.
6. Should the policy be non - renewed, cancelled or coverage reduced before the expiration date thereof,
the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by
registered mail, Attention: Public Works Department
7. Designated Contract: Rnugh fradinn and Temporary Embankment Construction, C -2962
(Project Title and Contract No.)
This endorsement is effective 12 -9 -93 at 12:01 A.M. and forms a
part
of Policy No.CSP1614943 of
CANADIAN INS 00.
(Company Affording Coverage)
ProducerKNOX GENERAL INS. By:
(Authorized Representative)
0 •
CONTRACT
Page 15
THIS AGREEMENT, entered into this 4th day of January 19 94 ,
by and between the CITY OF NEWPORT BEACH, hereinafter "City," and
Southern California Sandbags hereinafter "Contractor," is made with
reference to the following facts:
(a) City has heretofore advertised for bids for the following described public work:
Rough Grading & Temporary Embankment Const, C -2962
Title of Project Contract No.
(b) Contractor has been determined by City to be the lowest responsible bidder on
said public work, and Contractor's bid, and the compensation set forth in this contract,
is based upon a careful examination of all plans and specifications by Contractor,
NOW, THEREFORE, the parties hereto agree as follows:
1. Contractor shall furnish all materials and perform all of the work for the
construction of the following described public work:
Rough Grading & Temporary Embankment Const. C -2962
Title of Project Contract No.
which project is more fully described in the contract documents. Contractor shall
perform and complete this work in a good and workmanlike manner, and in
accordance with all of the contract documents.
2. As full compensation for the performance and completion of this work as
prescribed above, City shall pay to Contractor the sum of forty One Thousand Three
Hundred and Eighty Two Dollars and 80/100 ($ 41,382.80 )
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.
3. All of the respective rights and obligations of City and Contractor are set
forth in the contract documents. The contract documents are incorporated herein by
reference as though set out in full and include the following:
(a) Notice Inviting Bids
(b) Instruction to Bidders and documents referenced therein
(c) Payment Bond
(d) Faithful Performance Bond
(e) Certificate of Insurance and Endorsements(s)
0 0
Page 16
(f) Plans and Special Provisions for Rough Grading nd Temgorar-v
Fmhankmant rnn,;trllGti0n, r.-2862
Title of Project Contract No.
(g) This Contract.
4. Contractor shall assume the defense of, and indemnify and hold harmless,
City and its officers, employees and representatives from all claims, loss or damage, except
such loss or damage proximately caused by the sole negligence of City or its officers,
employees and representatives.
IN WITNESS WHEREOF, the parties hereto have caused this contract to be
executed the day and year first above written.
ATTEST:
City Clerk
CITY OF NEWPORT BEACH
a municipal corporation
By: m,14 �- /V
Mayor
APPROVED AS TO FORM: CONTRACTOR:
So. Cal. Sandbags
Attorney Name 719T' ract (P
ia� 2 CV A%451-
Authorized Signature and Title
Peter Rasinski, Owner
Authorized Signature and Title
• •
TABLE OF CONTENTS
SPECIAL PROVISIONS
SECTION 1 - SCOPE AND CONTROL OF THE WORK
1 -1 General
1 -2 Definitions
1 -3 Scope of Work
1 -4 Completion Schedules
1 -5 Payment
1 -6 Liquidated Damages
1 -7 Permits and Licenses
1 -8 Pre Bid Conference
1 -9 Pre - Construction Conference
1 -10 Conferences
1 -11 Inspection of the Plans and Specifications by the Contractor
1 -12 Local - Conditions
1 -13 Contractor's Records /As -Built Drawings
1 -14 Safety
1 -15 Protection of Utilities
1 -16 Construction Survey Staking
1 -17 Water and Power
1 -18 Contractor's Work Area
1 -19 Testing and Inspection
1 -20 Dust /Noise Control
1 -21 Sanitary Facilities
1 -22 Indemnification of the Consulting Engineer
1 -23 Supplementary Information
SECTION 2 - CONSTRUCTION MATERIALS
2 -1 Erosion Control
SECTION 3 - CONSTRUCTION METHODS
3 -1
Fence Removal
3 -2
Unclassified Grading
3 -3
Settlement Plates
3 -4
Erosion Control
SECTION 4 - APPENDIX
APPENDIX A - Reduced Plan Set
CITY OF NEWPORT BEACH •
UTILITIES DEPARTMENT
SPECIAL PROVISIONS
ROUGH GRADING AND
TEMPORARY EMBANKMENT CONSTRUCTION PROJECT
(M- 5313 -S)
CONTRACT NO. C -2962
SECTION 1 - SCOPE AND CONTROL OF THE WORK
1 -1 General
All work shall be performed in accord with these Special Provisions; the Plans
(Drawing No. M- 5313 -S); the City's Standard Special Provisions and
Standard Drawings for Public Work Construction; copies of which are
available for purchase at the Public Works Department, City Hall Complex at
3300 Newport Boulevard, Newport Beach, California, 92663 for Ten dollars
($10.00). In addition all work shall be performed in accord with the Standard
Specifications for Public Works Construction (SSPWC), latest edition; copies
of which may be purchased from Building News, Inc. 3055 Overland Avenue,
Los Angeles, California, 90034, (213) 202 -7775.
1 -2 Definitions
Consulting Engineer DM` Engineering
18 Technology Drive, Suite 100
Irvine, California 92718
(714) 753 -9393
See City of Newport Beach Public Works Department Standard Special
Provisions for additional definitions.
1 -3 Scope of Work
The work to be done under this Contract consists of the following:
a. Disposal of an existing fence and all related appurtenances.
b. Installation of settlement plates with appurtenances.
C. Excavation and grading for construction of a temporary embankment
(surcharge).
d. Grading of an earth channel.
e. Erosion control including sandbag placement, temporary downdrain
with appurtenances, temporary sandbag embankment with
appurtenances, and removal of silt from an existing storm drain.
SP -2
1 -4 Completion, Schedule and Prosecution of the Work
1 -4.1 Completion Schedule
The Contractor shall complete all work under the Contract within
thirty (30) calendar days from the date of award of the contract by the
City Council.
1 -4.2 Prosecution of Work
No work shall begin until a schedule of work has been approved by the
City. The Contractor shall submit a construction schedule to the City
for approval a minimum of five (5) working days prior to commencing
any work. The schedule may be bar chart or CPM style and shall be
on a weekly progress basis showing line item activities of work by the
Contractor. The City will review the schedule and may require the
Contractor to adjust to the requirements of the City.
1 -4.3 Working Hours
Working hours are limited to 7:00 a.m. to 6:30 p.m. Monday through
Friday, and 8:00 a.m. to 6:00 p.m. Saturdays per Section 10 -28 of the
Newport Beach Municipal Code.
Should the Contractor elect to work later than 5:00 p.m. weekdays or
at anytime Saturday, he must first obtain special permission from the
City. A request for working during any of these hours must be made
at least 72 hours in advance of the time period. A separate request
must be made for each work shift. The City reserves the right to deny
any or all such requests. Additionally, the Contractor will be required
to pay for inspection during these periods when such work is approved.
No work will be permitted on Sundays and holidays which disturbs or
could disturb, a person of normal sensitivity who works or resides in
the vicinity. "Holiday" shall be defined as January 1, the third Monday
of February (President's Day), the last Monday in May (Memorial
Day), July 4, the first Monday in September (Labor Day), November
11 (Veteran's Day), the fourth Thursday in November (Thanksgiving),
and December 25 (Christmas). If January 1, July 4, November 11 or
December 25 falls on a Sunday, the following Monday is a holiday.
SP -3
i
1 -5 Payment
The prices shown on the proposal shall be considered full compensation for all
labor, equipment, materials, etc. necessary to complete the work in place and
no additional allowance will be made therefore. Payment for incidental items
of work not separately listed shall be included in the price shown for other
related items of work.
1 -6 Liquidated Damages
Failure of the Contractor to complete the work within the time specified will
result in significant damages being sustained by the City. All work specified
under this contract shall be completed within the time specified for completion
or the Contractor shall pay the City as liquidated damages, the sum of one
thousand dollars ($1,000) per calendar day for each and every calendar day's
delay in completing the work in excess of the specified time, plus any
authorized time extension, pursuant to Government Code 53069.85.
1 -7 Permits and Licenses
The Contractor shall obtain all necessary permits for the proposed construction
and grading. The City permit fee for grading shall be waived. The permits
contain requirements which may affect the cost of the project work. The
Contractor shall be responsible to comply with all permit requirements.
At the time of the bid and until completion of the work, the Contractor shall
possess a General Engineering Contractor "Class A" or Earthwork and Paving
Contractor "Class C -12" License. In addition, at the start of work and until
completion of work, the Contractor shall possess a valid business license
issued by the City of Newport Beach.
1 -8 Pre -Bid Conference
A pre -bid conference will be held at 2:00 p.m. on Tuesday, November 23,
1993. The conference will be held at the office of the City of Newport Beach,
Utilities Department located at 949 West 16th Street in the City of Newport
Beach. This conference is not mandatory.
SP -4
1 -9 Pre - Construction Conference
A pre - construction meeting shall be scheduled 48 hours prior to the start of
construction with the following people, or their representatives, present:
Newport Beach Utilities Department, Consulting Engineer, City Inspector.
Required field inspection will be outlined at the meeting. This meeting is
mandatory.
1 -10 Conferences
At any time during the progress of the work, the City shall have authority to
require the Contractor to attend a conference including any or all of the
subcontractors engaged in the work, and any notice of such conferences shall
be duly observed and complied with by the Contractor.
1 -11 Inspection of the Plans and Specifications by the Contractor
The Contractor shall familiarize himself with the plans and specifications.
Should he discover any discrepancies or omissions in them, he shall at once
report his discovery in writing to the City for a decision on its' correction,
revision or clarification. The decision of the City shall be final.
1 -12 Local - Conditions
Bidders shall read each and every clause of the specifications, examine the
drawings, and shall satisfy themselves by personal investigation, on the site, as
to local conditions affecting the work. Information on existing conditions
including the location of utilities and other structures were derived from record
plans, and specifications. These facilities should be regarded as approximate
and should approached with caution. Each bidder or his representative shall
visit the site of the work and familiarize himself with local conditions, and
shall investigate the material and take his own boring (with prior City
approval) as deemed necessary. The work area may contain debris, rubbish
and other material. The presence of and any required removal and disposal of
any material or object so encountered shall be considered in the price of the
bid for construction. The bidder shall determine the actual condition and
requirements of the work, the character and amount of all classes of labor and
materials that may be required, and all circumstances and conditions that may
affect the cost of the work. They shall include in their unit prices any and all
expenses or costs that may be necessary to complete the project in accord with
the requirements of the Contract.
SP -5
The plans and specifications for the work show subsurface conditions or
otherwise hidden conditions as they are supposed or believed, by the
Consulting Engineer, to exist. It is not intended or to be inferred that the
conditions as shown thereon constitute a representation that such conditions are
actually exist. Except as otherwise specifically provided in the contract
documents, the City, the Consulting Engineer, and their consultants shall not
be liable for any loss sustained by the Contractor as a result of any variance of
such on the plans and the actual conditions revealed during the progress of the
work or otherwise.
1 -13 Contractor's Records /As -Built Drawings
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 (3) years after the date of
completion of the project. During this time, the material shall be made
available to the City or to its authorized designated representative. Suitable
facilities are to be provided for access, inspection and copying of this material.
The stamped and signed set of approved plans and specifications shall be on
the job site at all times and in addition, the contractor shall maintain
"As- Built" drawings of all work as the job progresses. A separate set of
prints, for this purpose only, shall be kept at the job site at all times. It shall
be required that these drawings be up -to -date and so certified by the City's
Inspector at the time each progress bill is submitted.
Upon completion of the project, the Contractor shall provide "As- Built"
corrections upon a copy of the plans. The "As- Built" corrections plans shall
be verified by the City prior to final payment or release of any bonds.
1 -14 Safety
In accord with the generally accepted construction practices, the Contractor
shall be solely and completely responsible for conditions of the job site,
including safety of all persons and property during any performance of the
work, and the Contractor shall fully comply with all State, Federal and other
laws, rule, regulations and orders relating to safety of the public and workers.
The right of the Consulting Engineer or the City's Representative to conduct
construction review or observation of the Contractor's performance will not
include review or observation of the adequacy of the Contractor's safety
measures in, on or near the construction site.
owl
1 -15 Protection of Utilities
The Consulting Engineer has endeavored to determine the existence of utilities
at the site of the work from the records of known utilities in the vicinity of the
work. The approximate location of utilities in the project area have been
shown on these plans. Prior to excavating in the vicinity of these utilities, the
Contractor shall notify Underground Service Alert. The Contractor shall be
responsible for verifying the actual location and elevation of all utilities in the
field prior to start of construction by pot - holing all crossings and connections
by hand excavation methods.
The Contractor shall protect all existing utilities from damage, whether they
are shown or not. The existing utilities are to remain in place and be protected
against damage during construction operations. The Contractor shall not
interrupt existing utilities serving occupied or used facilities, except when
authorized in writing by the City. If the existing utilities interfere with
construction, the Contractor shall submit drawings showing methods, material
and sequences of operation for continuing construction and maintaining utility
services.
The Contractor shall not turn off or shut down any utilities at his convenience.
No additional cost will be acceptable nor time extension granted, if a delay in
work is caused by inconvenience.
1 -16 Construction Survey Staking
The City will provide one (1) set of field stakes for clearing and grubbing,
grading and location of the settlement monitoring plates. Any additional stakes
or any restaking or costs thereof shall be the responsibility of the Contractor.
The Contractor shall notify the City in writing two (2) working days in
advance of the time that stakes are needed.
1 -17 Water and Power
The contractor will be responsible for obtaining any water required for his
operation. If the Contractor elects to use City's water, he shall arrange for a
meter and tender a $750 meter deposit with the City. Upon return of the
meter in good condition to the City, the deposit will be returned to the
Contractor, less a quantity charge for water usage.
The Contractor will be responsible for obtaining any power required for his
operation.
SP -7
1 -18 Contractor's Work Area
0
It shall be the responsibility of the Contractor to coordinate with the City; the
area or areas that can be used for equipment parking and material storage.
The Contractor's and subcontractor's personnel shall be required to park all
personal vehicles in areas designated by the City.
1 -19 Testing and Inspection
The City shall select the independent testing laboratory and pay for all testing
as specified in the various sections of the special provisions. When, in the
opinion of the City, additional tests or inspections are required because of
unsatisfactory results in the manner in which the Contractor has executed his
work, such tests and inspections shall be paid for by the Contractor.
The City will perform the necessary inspections. The Contractor shall furnish
the City full information as to the progress of the work in its various parts and
shall give the City timely (48 hours minimum) notice of the Contractor's
readiness for inspection.
All materials and articles furnished by the Contractor shall be subject to rigid
inspection, and no material or article shall be used in the work until it has
been inspected and accepted by the City.
1 -20 Dust /Noise Control
Dust shall be controlled by watering and /or dust palliative in accord with City
of Newport Beach requirements.
Noise, excavation, delivery and removal shall be controlled per Section 10 -28
of the Newport Beach Municipal Code.
1 -21 Sanitary Facilities
Sanitary facilities shall be maintained on the site during the construction
period. Use of City facilities will not be allowed.
1 -22 Indemnification of the Consulting Engineer
Contractor shall name the Consulting Engineer as an additional insured on all
policies of insurance related to the performance of this contract.
-1
1 -23 Supplementary Information
A preliminary geotechnical study was performed and a corresponding report
dated November 3, 1993 was prepared by:
Converse Consultants
15245 Alton Parkway, Suite 100
Irvine, CA 92718 -2307
It shall be the Contractor's responsibility to thoroughly familiarize himself
with the above reports. There is no warranty or guarantee, either expressed or
implied, that the conditions indicated by such investigations or records thereof
are representative of those existing throughout such areas. The preliminary
geotechnical study will be available for review at City of Newport Beach,
Utilities Department, 949 West 16th Street, Newport Beach, CA 92663.
SP -9
a
SECTION 2 -CONSTRUCTION MATERIALS
2 -1 Erosion Control
Erosion control shall be provided as shown on the plans. Plastic barrier shall
be 10 mil thick. The 12" corrugated metal pipe shall be 16 gauge. The 12"
slope anchors shall be Alhambra Foundry A -4022 or equal. Sandbags shall be
as shown on the plans.
SECTION 3 - CONSTRUCTION METHODS
3 -1 Fence Removal
Shall include removal of the existing fence, posts and foundations. The limits
of removal are shown on the plans.
3 -2 Unclassified Grading
Shall include rough grading (excavating) the borrow area and the temporary
earth channel and placement of all excavated material to the temporary
embankment (surcharge) elevations indicated on the plans. Place on -site fill
material with nominal compaction to attain a moist density of at least 110 pcf.
Grading shall be done in accord with Section 300 -2 and 300 -4 respectively of
the Standard Specifications for Public Works Construction.
3 -3 Settlement Plates
Install three (3) settlement plates at elevation 64 feet MSL; two (2) in the
proposed reservoir and ravine area and one (1) southerly of the proposed
reservoir in the ravine as shown on the plan. Elevations of the settlement
plates will be taken, by the City, daily during filling and twice weekly after
reaching finished grade.
3 -4 Erosion Control
Plastic barrier shall be placed from the bottom of the temporary downdrain to
the top maintaining 18" minimum overlap for each section of plastic barrier.
SP -10
0 0
SECTION 4 - APPENDIX
APPENDIX A - Reduced plan set
L n n
3-
n
i �
Z
o J
o �
O
F-
O Q �
cc
o O
Z
O W
a z Q
w
Z
PCH O Q
o
W w N 4 w
Er t�lj Q V 1 F w
y OC a
aF
F G
0 0
w
O G
Q � n
Z d w
Q a �
a a
� � z
O � R
O
cr
F
R PH
gg8
� �a :k'iKYo ens
8 �
Qc
a
b
.vejYR
H�Kkb
00 - aaa a R 2 = o
OE
Boa �s ;ag �yy �r aE:
�2Y
m d" $ Yd §
a H fib A: �3 Yea
a
s
k„
s"
a�
if
Via€
� C
�m
b 3
p 30 €
- Val
g Sm a d b3gp` tl zzk
s$k
�J sate z ss z€
o
�k
a 9EV k
OWE, - 11 a
$say° Nil
a a; 06 Ma
gt
gg Ni s Ma
_�n a
I I I
I
i
r,5
DWm
DEW
I
I + �
rrn --1
. .
g
nn a uxmi'
f
a
U
i
O
6
U
U
4�
c4'
O
IL
2 !2
f
6�
5
i c
b4 S §keg
-; H
b � 8 M4
akYkg
a
ffoW zz'9 u
�as�gW�
w°
�G C� 3s�oy
�a LtYaa� �ads�
� ac9
a�
g }gs �ag�gG by °aa° :g
Lie �GSd a � z.
n - o ❑
C
i
Y
~�_nn
m m
s n �
F
� < u
a" m -
u
gW
m i 3
�I
C7�C I
0
I
I
r I
I I
I
I
II
i
r,5
DWm
DEW
I
I + �
rrn --1
. .
g
nn a uxmi'
f
a
U
i
O
6
U
U
4�
c4'
O
IL
2 !2
f
6�
5
i c
b4 S §keg
-; H
b � 8 M4
akYkg
a
ffoW zz'9 u
�as�gW�
w°
�G C� 3s�oy
�a LtYaa� �ads�
� ac9
a�
g }gs �ag�gG by °aa° :g
Lie �GSd a � z.
n - o ❑
C
i
Y
~�_nn
m m
s n �
F
� < u
a" m -
u
gW
m i 3
�I
d
8
R
�a yy`zaR��
2
Ed Ed alaq
s`zk:
sa ��
ik k
R aq�b
H N
8
qgV
�yC
• bw�
$b�
�b
€
9a g
� =a
�R
bw
yyy co
g K m C�
lilt, 11311m
® i Q o l I 9' T Y I I lX 0
x
I
0
m ��c
C
yg5
�K
G _ ^ b
it
c s
gN
j
4FgS S �y�j
Ply
d
8
R
�a yy`zaR��
2
Ed Ed alaq
s`zk:
sa ��
ik k
R aq�b
H N
8
qgV
�yC
• bw�
$b�
�b
€
9a g
� =a
�R
bw
yyy co
g K m C�
lilt, 11311m
® i Q o l I 9' T Y I I lX 0
x
I
°
w F-
W
yl
r
m
� I
M
3
9
Y yy
g Y�
Z g
6
G
0
II �G
a,
M9
v
1 5 w B
° .... ..s:._.___....
r
I / r LJ I
IJ
■ (ya,� ■
°I
I �
\, m
R �
.. .. _F V39 1tl0d4�N f0 UIJ 1_
7
-
. 37NY80 JO UNfIIXI
y Be N k_
A s
Be
a
w
`sbi
s
Ig
a
i
('
o IS
A=
a=
s
rr
r
1
$�
Is a
�a
It
_
w—
1
o
Asa °°
19
5
s
a
a
13i''
ai
Id
�- J Q
fi
i
3«
G� �
4
S
8
8
k51
_
W
Z:
O
8
U
$� 3
F
gg
s
W
cc
IT
90000
a
90®0®
r
e
¢
a
zO
06
000
$
¢
'66
g
3m
W
W
0-
sS
II
Z
to
w F-
W
yl
r
m
� I
M
3
9
Y yy
g Y�
Z g
6
G
0
II �G
a,
M9
v
1 5 w B
° .... ..s:._.___....
r
I / r LJ I
IJ
■ (ya,� ■
°I
I �
\, m
R �
.. .. _F V39 1tl0d4�N f0 UIJ 1_
7
-
. 37NY80 JO UNfIIXI
CITY OF NL,'J.
NOV 8 1993 1
APPROVED
Novem•8, 1993
CITY COUNCIL AGENDA
ITEM NO. I to
TO: Mayor & Members of the City Council
FROM: Utilities Department
SUBJECT: CONTRACT FOR ROUGH - GRADING & EARTHWORK
UTILITIES YARD SITE WORK (CONTRACT NO. 2962)
GROUNDWATER DEVELOPMENT PROJECT EIR ADDENDUM
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids for
construction of the project.
a. Bids to.�- opened at 1:30 p.m., on the afternoon of
Tuesday, November 30th, 1993, at the office of the
City Clerk.
3. Adopt the finding contained in the staff report
pertaining to the Addendum to the FEIR for the
Groundwater Development Project.
BACKGROUND & DISCUSSION:
This portion of the City's Groundwater Development Project
provides for the rough - grading and preliminary earthwork necessary to
complete the 3.0 million gallon water storage reservoir at the Utilities
Yard Site located at 949 West 16th Street.
As a part of the City's plan to expand the Utilities Yard Site
for reservoir and pump station construction, a geotechnical engineer
was retained to perform soils sampling and a detailed seismic and soils
evaluation. The consultant has completed the geotechnical investigation
and has prepared a report of findings and recommendations for design
and construction of the reservoir, pump station and other site
improvements.
The geotechnical report recommended that the City
construct a temporary earth embankment (fill) in the ravine area adjacent
to the Utilities Yard Site in order to avoid more costly pile foundation
construction or a thickened -slab reservoir. Following this cost - saving
recommendation, staff retained a consulting civil engineering firm to
prepare grading plans and construction specifications from which to
build the temporary surcharge embankment.
010
• Page 2
Aggh- grading for Reservoir
Authorization to Advertise Bids
November 8, 1993
Placement of the temporary surcharge embankment will
compress soil layers which lie under the proposed reservoir such that
they will not settle significantly after the reservoir is built and filled with
water. If this surcharge embankment is not placed, soil settlement of
over 6 inches could occur under the center of the proposed reservoir.
To construct the temporary embankment, dirt from the
adjacent area will be moved into the ravine where surcharging is needed.
Because this method of reservoir foundation preparation was not
considered in the environmental impact report for the Groundwater
Development Project, an addenda has been prepared to address the
additional grading it requires.
DISCUSSION ON COMPLIANCE WITH CEQA
In accord with the California Environmental Quality Act (CEQA), the State
CEQA Guidelines, and City Council Policy K -3, Final EIR No. 151 for the
Groundwater Development Project was prepared and certified by the City
Council on January 25, 1993 (Resolution No. 93 -2).
At the time the EIR was prepared and certified, all of the detailed design
studies related to the Groundwater Development Project and its project
components had not been completed. The Final EIR included a biological
survey based on preliminary plans delineating the project area that would be
disturbed. The soils studies and a grading plan have now been completed
for the water storage reservoir and pump station at the Utilities Yard. These
studies indicate the need for more extensive grading and soil surcharging
than originally assumed in the area of the reservoir. The City's geotechnical
consultant found this to be necessary in order to eliminate the potential for
differential soil settlements that could cause damage to the reservoir
structure or its connecting pipelines. On the basis of these studies, it has
been determined that the total area affected by grading and surcharging for
the reservoir construction will cover approximately 4.3 acres. A small
portion of this area was not included in the original biological survey
prepared as part of the EIR, therefore, the City has conducted a
supplemental biological survey to determine whether the expanded area of
disturbance includes any sensitive resources that would require additional
mitigation or would change the conclusions contained in the Final EIR.
The City retained an independent consultant, Glen Lukos Associates, to
perform a biological survey of the site and the affected surrounding areas.
The biological study determined that the additional area which will be
disturbed contains mostly ruderal grasses, weeds and other exotic species,
and that no significant native vegetation or wildlife habitat are present. A
portion of the area is located in a ravine, but no riparian vegetation or
wetland soils are present, therefore, the area does not qualify as a stream -
bed subject to Department of Fish & Game or Corps of Engineers
jurisdiction.
• Page 3
R•h- grading for Reservoir
Authorization to Advertise Bids
November 8, 1993
No other potential impacts were identified that have not been addressed
in the Final EIR, and no additional mitigation measures are required.
Section 15164 of the CEQA Guidelines provide that the Lead Agency shall
prepare an addendum to an EIR, if only minor technical changes or
additions are necessary to make the EIR adequate for the proposed action,
and these changes do not raise important new issues about the significant
effects on the environment. Pursuant to the requirements of Guidelines
under Section 15164, an addendum to Final EIR No. 151 has been prepared
to address potential impacts associated with the additional grading required
in connection with the construction of the storage reservoir and pump
station. On the basis of the supplemental biological survey, the addendum
concludes that the necessary revisions to the analysis contained in FEIR No.
151 represent only minor changes and do not raise any new issues or alter
the conclusions of the EIR regarding the environmental impacts of the
project. No new significant impacts will result, and no additional mitigation
measures are required as a result to the revisions to the project.
SUGGESTED CEQA ACTION
Staff suggests that Council adopt the friding that:
Final EIR No. 151, previously certified on January 25, 1993, and Addendum No. 1 to the
Final EIR were considered prior to approval of the project. Together they were determined
adequate to satisfy all requirements of CEQA. The Addendum does not raise any important
new issues regarding the environmental effects of the project. The Final EIR and
Addendum reflect the independent judgment of the City Council.
The Addendum No. 1 to Final EIR No. 151 is an attachment to this staff
report.
ROUGH - GRADING & TEMPORARY EMBANKMENT CONSTRUCTION
The rough - grading and temporary embankment construction
plans have been prepared to minimize duplicated efforts in future project
phases. The plans and specifications were prepared by a private consulting
civil engineering firm. The plans provide for construction of the temporary
surcharge embankment using soils contained entirely on the two lots
adjacent to the existing site. This construction strategy avoids any costs or
timely delays associated with finding suitable dirt or fill materials from other
non -local sites. Under this plan earth hauling costs are minimized.
The project will involve moving or placing approximately
25,000 cubic yards of earth materials. Work will be confined to the two
lots adjacent to the Utilities Yard Site.
These two lots are owned by the Armstrong Petroleum
Corporation. The property owner has expressed a willingness to execute a
right -of -entry agreement with the City to allow construction. The right -of-
entry agreement will be presented to the Council for consideration at the
Council meeting scheduled for December 13th, 1993.
• Page 4
RoTigh- grading for Reservoir
Authorization to Advertise Bids
November 8, 1993
The proposed rough grading and temporary earth embankment
construction project construction will be performed by a private contractor.
The Engineers' Estimate for the grading construction costs is
$72,700. The costs are distributed as indicated below. Funds for the work
are available in the water capital projects budget related to the City's
Groundwater Development Project. Funds are available in the Water Fund
under Capital Projects Account No. 7503 - 98500218.
Engineers' Cost Estimate
Item Amount
Clear & grub site $2,700
Site excavation & temporary till & embankment placement 50,100
Over- excavation & earth movement 1,100
Construct temporary drainage swale 11,800
Install temporary settlement monitoring plates 3,000
Provide erosion control 4,000
Total Estimated Cost $72,700
The estimated time of completion for this rough - grading and
earthwork is 21 calendar days. The City proposes for the contractor to
commence construction as soon as is practical to allow adequate time for
the temporary earth embankment to compress the underlying soils
sufficiently. The geotechnical engineer recommends that the surcharge
embankment be left in place for approximately six weeks.
If the City awards the contract immediately after bids are
received, (at the first Council Meeting in December), the resulting
completion date should be January 4th, 1994. Timely action by the City
will insure that the overall reservoir and pump station project schedule
can be maintained.
Staff recommends approval of the listed actions.
Respectfully submitted,
JEFF GrAnJ r420t—
Jeff Staneart, P.E.
Utilities Director
JS: sdi
Attachment: "A ": Addendum No. 1 to Final EIR No. 151
0 0
ADDENDUM NO. 1 TO FINAL EIR NO. 151
STORAGE RESERVOIR AND PUMP STATION
NEWPORT BEACH GROUNDWATER DEVELOPMENT PROJECT
Prepared by:
City of Newport Beach
Planning Department
October 29, 1993
0
Introduction
0
On January 25, 1993 the Newport Beach City Council adopted Resolution No. 93 -2 certifying
Final EIR No. 151 (State Clearinghouse No. 91121068) for the Newport Beach Groundwater
Development Project. The project consists of the development of new water wells along with a
water transmission line, storage reservoir and appurtenant facilities to serve the needs of the
residents of Newport Beach.
At the time the EIR was prepared and certified, all of the detailed design studies had not been
completed for the project. The EIR included a biological survey based on preliminary plans
delineating the project area that would be disturbed. Soils studies and a grading plan have now
been completed for the water storage reservoir and pump station. These studies indicate the need
for more extensive grading and soil surcharge than originally assumed in the area of the reservoir
in order to eliminate the potential for differential soil settlement that could damage the reservoir
structure. On the basis of these studies it has been determined that the area affected by grading and
surcharge for the reservoir will cover approximately 4.3 acres. A small portion of this area was
not included in the original biological survey prepared as part of the EIR, therefore the City has
conducted a supplemental biological survey to determine whether the expanded area of disturbance
includes any sensitive resources that would require additional mitigation or would change the
conclusions contained in the Final EIR. This addendum presents the results of the supplemental
biological investigation.
Revised Project Description
The Groundwater Development Project includes construction of a 3- million- gallon reinforced
concrete storage reservoir and pump station at the southerly terminus of the new transmission line
adjacent to the Utilities Yard located at 949 West 16th Street. As noted above, detailed engineering
and soils studies have indicated that more extensive grading than assumed in the Final EIR will be
required for construction of the reservoir and pump station. A copy of the site plan and grading
plan is attached.
Analysis
The detailed site plan and grading plan for the reservoir and pump station were evaluated to
determine whether there is any potential for environmental impacts beyond those described in Final
EIR 151. This evaluation showed that an area of approximately 4.3 acres will be graded or
excavated to prepare the area for construction of the concrete reservoir structure and pump station.
A small portion of this area, immediately south of the reservoir site contains a ravine that was not
surveyed as part of the original EIR, therefore, the City retained an independent consultant, Glenn
Lukos & Associates, Inc. to conduct a supplemental survey of the site for the purpose of
determining whether any sensitive resources would be impacted. A copy of the survey report is
attached.
The biological survey determined that the additional area which will be disturbed, contains mostly
ruderal grasses, weeds and other exotic species, and no significant native vegetation or wildlife
habitat are present. A portion of the area is located in a drainage course, but no riparian vegetation
or wetland soils are present, therefore, the area does not qualify as a streambed subject to
Department of Fish and Game or Corps of Engineers jurisdiction.
No other potential impacts were identified that have not been addressed in the Final EIR, and no
additional mitigation measures are required.
Addendum No. 1 to Final EIR 151
Newport Beach Groundwater Development Project
0
Conclusion
E
In accord with the California Environmental Quality Act (CEQA), the State CEQA Guidelines and
City Council Policy K -3, Final Environmental Impact Report No. 151 was prepared for the
Groundwater Development Project and was certified by the City Council on January 25, 1993.
Public Resources Code Section 21166 provides that:
"When an environmental impact report has been prepared for a
project pursuant to this division, no subsequent or supplemental
environmental impact report shall be required by the lead agency or
by any responsible agency, unless one or more of the following
events occurs:
(a) Substantial changes are proposed in the
project which will require major revisions of
the environmental impact report.
(b) Substantial changes occur with respect to the
circumstances under which the project is
being undertaken which will require major
revisions in the environmental impact report.
(c) New information, which was not known and
could not have been known at the time the
environmental impact report was certified as
complete, becomes available."
The proposed revision to the project has been evaluated and it has been determined that none of the
conditions described in Section 21166 exist, therefore, no additional EIR is necessary. Section
15164 of the State CEQA Guidelines provides that the Lead Agency shall prepare an addendum to
an EIR if only minor technical changes or additions are necessary to make the EIR adequate for the
proposed action, and these changes do not raise important new issues about the significant effects
on the environment.
Pursuant to the requirements of Guidelines Section 15164, this addendum to Final EIR No. 151
has been prepared to address potential impacts associated with the additional grading required in
connection with the construction of the water storage reservoir and pump station. On the basis of
the biological survey attached hereto, this addendum concludes that the necessary revisions to the
analysis contained in EIR No. 151 represent only minor changes and do not raise any new issues
or alter the conclusions of the EIR regarding the environmental impacts of the project. No new
significant impacts will result, and no additional mitigation measures are required as a result of the
revisions to the project.
Attachments
1. Biological Survey
Addendum No. 1 to Final EIR 151
Newport Beach Groundwater Development Project
FROM -GLENN LUIMS ASSOC.
• TO:714G443250 OCT 2e
GLENN LUKAS ASSOCIATES
Regulalory Serviccis
October 28, 1993
Mr. John Douglas
City of Newport Beach
33(10 Ncwlxarl 131vd
Newport Beach, California 92063
1993 4:lePM P.02
777 �7
Subject: Ikcscivoir Site for the Newport Beach Groundwater Development Project
Dear Mr. Douglas:
This letter report sununariz s our preliminary findings of U.S. Army Corps of Bngincerx (Corps) and
California Department of Fish and Game (CDFG) jurisdiction for the above- refercoccd situ. Also
provided is a description (including a species list) of the vegetation to be impaciml by grading
activities neux%sary for installation of the underground reservoir.
The project site is part of the Newport Beach Groundwater Development Project and is located on
the property of the city of Newport Beach covering approximately 4.3 acres. The si(o is bordered on
the, east by the city of Newport Beach maintenance yard and by an athletic field of an adjacent
school, No blue -lint streams (as depicted on the U.S. Geological Survey (USGS) topographic map
Newport 13eacb, C'tdiforuia Jdated 1965 and phoforevised in 198]]) arc located within the project
boundaries. At the subject site, it three million gallon reservoir will be installed for storage purposes.
Installation will require cut and fill operations which will result in the partial filling of a ravine on the
site. It is the partial filling of the ravine which is addressed in this report along with impacts to the
surrounding vegetation.
U.S. Army Coorps of Engineers Jurisdiction
Put:suanl to Section 404 of the Clean Water Act, Ulu Corps regulates the discharge of drulged antlAw
fill utatcrial into waters of the United States. The term "waters of the United States" is defined tit
33 CFR Part 328 and includes (1) all navigable waters (including all wa(cis subject to the ebb and
Ilow or the lido), (2) all interstate waters and wetlands, (3) all other waters such as intrastate lakes,
rivers, streams (including inlennillculstreams), tnudflats, sand0ats, wcllands, sloughs, prairie potholes,
wet meadows, playa lakas, or natural ponds, file use, degradation or dastructiun of which could affect
interstate. or foreign commerce, (4) all impoundments of waters mentioned above, (5) all tributaries
to waicts mentioned above, (C,) the territorial seas, and (; }a8 wetlands adjacent to waters mentioned
above,
In the absence of wetlands, file limits of Corps jurisdiction in non -tidal waters, such as intermittent
xtrcams, extend to the ordinary high water mark (0)IWM) which is defined at 33 C17R 328.3(c) as:
...that line, on the shore established by the fluctuation of water and indicated by
physical characteristics such as clear, natural line impressed on the bank, shelving,
23441 South Poinle Drive Suite 150 Laguna Hills, California 926b3
lc;lephone: (714) 837 -0404 Facsimile: (714) 837.5834
FROM :GLENN LUKpS ASSOC. • TO:7146443250 OCT 2e, 1993 4 :19PM P.03
John Douglas
October 28, I9W
Page 2
changes in the character of soil, destruction of terrestrial vegetation, the presence of
litter and debris, or other appropriate means that consider the chardcterislics of the
surrounding areas.
Wetlands are defined at 33 CPR 328.3(b) as "those areas that arc inundated or saturated by surface
or ground water at a frequency and duration sufficient to support ... a prevalence of vegetation typically
adapted for life in saturated soil conditions."
The mclltodulogy sot forth in ilia 1987 Wetland Manual generally rcquirea that, in order to be
considered a wetland, the vegctnlion, soils, and hydrology of an area exhibit at least minimal hydric
charactcristics. While ilia manual provides great detail in methodology and allows for varying special
conditions, it wetland should normally meet the following three criteria:
(1) more than SO percent of the dominant plant species at the site must be typical of wetlands
(i.e., rated as facultative or welter in the National Lit of I'litnt Sn"i rot Occur in
WC (Rill t3t );
(2) soils must exhibit physical and /or chcmieal characteristics indicative of permanenl or periotlic
saturation (e.g., a glcyed color, or mottles with a matrix of low chroma indicating a relatively
consistent fluctuation between aerobic and anaerobic conditions); and
(3) hydrologic characteristics must indicate that ilia ground is saturated to within 12 inches of the
surface for at least five percent of the growing season during a normal rainfall year?
California i)gartntent or Fish and Game Jurisdiction
Pursuant to Division 2, Chapter 6, Sections 1600 -1603 of the California Fish and Game Code, the
ta7PG regulates all diversions, obstructions, or changes to the natural flow or bed, channel, or hank
of any river, stream, or lake which supports fish or wildlife.
CDPG defines a "stream" (including cracks and rivers) as "a body of water that. llows at least
periodically or intermittently through a bad or channel having banks and supports fish or other
atputic life. 'Phis includes watercourses having surface or subsurface flow that supports or has
supported riparian vegetation." CDrO's definition of 'take" includes " natural lakes or man -made
reservoirs."
C'1-)FG jurisdiction within altered or artificial waterways is based upon the value of those waterways
to fish and wildlife. CDFG Legal Advisor has prepared the following opinion:
tReed, Y.B., Jr. 1988. National LisLof Plant Species that Occur in Wetlands. L1,S, fish and
Wildlife Service Biological Report FS(26.10).
2For most of low -lying southern California, five percent of the growing season is equivalent to
18 days.
F12DM:OLENN LUKOS ASSOC
John Douglas
OWOhcr 2K, 1993
Page 3
0 TO:7146443250
4T 213, 1993
Natural waterways that have been subsequently modified and which have file potential
(n contain fish, aquatic insects and riparian vegetation will be treated like natural
waterways.,.
Artificial waterways that have acquired the physical attributes or natural stream
courses and which have been viewed by the community as natural stream courses,
Should be treated by JCDFG] as natural waterways..,
Artificial waterways without the attributes of natural waterways should gencrahy not
he subject to Nish and Game Code provisions...
4:20PM P.04
Thus, CDFG jurisdictional limits closely mirror those of the Corps. Exceptions arc CDT-G's cxcluslon
of isolated wellands (those not associated with a river, stream, or lake); the addition of arlilicial stock
lxmds and irrigation ditches constructed on uplands; and the addition of riparian habitat supported
by it rive :r, stream, or lake regardless of the riparian area's federal wetland status.
Kesulls
Ihe Nile. contains a ravine which splits into two branches (a north branch and it south branch),
approximately IW feet south of the placement Site for concrete reservoir, Mic bottom of the ravine
supports no riparian vegetation within the boundaries of the project sitc.'3 A culvert cmplics into
the northern branch providing a possible intermilt nt source of water. 'lice only source: of water for
the southern branch, which begin,.; abruptly at a large headcut, comes from rainfall and related runoff
from the adjacent field and athletic field.
Impacts to Corps Jurisdiction
The partial filling of the ravine will result in no impacts to Corps jurisdiction on the Nil: for the.
following reasons;
There are no signs of an Ordinary High Water Mark such as lines impressed on the
hank, shelving, signs of debris, or flow marks.
2. ''here. are no wetland indicators (hydrophytic vegetation, hydric soils or wetland
hydrology) present.
3. As stated above, the hydrology of the area has been altered siguilicai ly by
development over the course of many years. Presently, the only source ()['water for
file ravine is from a culvert, from direct rainfall into the ravine, and from runoff from
the packing lot of the maintenance yard for the city of Newport Beach and from the
school athletic Geld adjacent to the project site.
3There arc some arroyo willows (Sahr lasiolep6r) approximately 500 feet below the pcojmt site.
. FPGM:GLENN LUKOS ASSOC.
John Douglas
October ltd, 1993
Page 4
• TC:714G443250
Impacts to CDFG Jurisdiction
*T 28, 1993
•' - ,
']'be partial filling of the ravine will result in no impact to CDPG Jurisdiction on the site for the
following reasons:
I. 71cm is no riparian vegetation within any portion of the ravine on the project site'
2. '17tc ravine is not part of any surface drainage system, but begins abruptly on the, site.
The south branch begins abruptly in what appears to have been an agricultural field
which has been graded in the past. This is evident from the regular topography of the
field which grades into the adjacent athletic field of the school.
Ilahitat Assessment
The vegetation on the project site consists of a predominance of introduced weeds, sonic native
species common to disturbed areas, and a few native shrubs. Overall lbc habitat is highly degrnded
holli within the ravines, on the sides of the ravines and on the terraces above the ravines. Of the 27
plant species on the site 14 are introduced weeds, six are native plants typically found in disturbed
places, six are native, herbs and shrubs common to a variety of coastal habitats, and one is an
intoduced native (Yucca baccata, normally found in the Mojave Desert).
Introduced Weauls
Abiplcr semibaccala - Australimr saltbush
Avers /alma - wild oats
Practira idgm - black mustard
Broncos mathilensir rubcrrs - red brume
Ceataurea melitensi.r - locolote
Conyza canaclensis - giant horsowced
Cerardcuia scllanun - pampas grass
Cyauura carrhutculus - cardoon
llirschfieldia incana - biennial mustard
Aliumbiumt vulgare - horehound
Rapbamis salivus - wild radish
Richum co mmunic - castor bean
Rupitej' r4iinis - docks
&rlsola lragus - Russian thistle
°'lac bottom of the ravine supports little vegetation due to disttrbaatcc by various types of
vehicular traffic. The banks, however do support significant ruderal vegetation, and these contain
no riparian vegetation.
FROM :GLENN LUKOS ASSOC. • TO :7146443250 OCT 28, 1993 4 :21PM P.06
John Douglas
October 28, 1493
Page 5
Native Plants Commuo to Disturbed Arens
Ambrosia aemrlhicarpa - aavuud ragwood
Ambrosia psiloslarhjw - western ragweed
rremocnrpus seligems - dove weed
Cirindelia cnngwnun - gurraplaral
Ilemizonin paniculala - larwced
lieferorheca grnndiflora - (clegraph weed
Native Herbs or Shrubs Uminion to C(mstal l:xposums
Uislicldis spirala - seltgmss
Mmikenia salina - alkali heath
Lsucorm menzie.sh vernrnwides - coast golden bush
Isonaeris ar'horea - bludtlet'pod
Rubus lursu)us - California blackberry
If yo have any questions please feel fret; to call ine.
Sincerely,
GLENN Ll1KOS ASSOCIA'1'LS, INC.
,",(
-L,P1'ony dlomkamp
< Regulalory Sl)eC1i111S1�1O1fI111A1
s:0154 -2a.hr
Authorized to Publish Advertisements of all kinds including public notices by
Decree of the Superior Court of Orange County, California. Number A -6214,
September 29, 1961, and A -24831 June 11, 1963,
PROOF OF PUBLICATION
STATE OF CALIFORNIA)
) SS.
County of Orange )
I am a Citizen of the United States and a
resident of the County aforesaid; I am over
the age of eighteen years, and not a party to
or interested in the below entitled matter.
am a principal clerk of the NEWPORT
BEACH -COSTA MESA DAILY PILOT, a
_-
P0BL1_ �"_rfCE
newspaper of general circulation, printed and
NOTICE
INVITING BIOS.
published in the City of Costa Mesa, County
Sealed bids may be re-
calved at the office of the
of Orange, State of California, and that
City Clerk. - 3300 New
Boulevanl. Post OMM x
attached Notice is a true and complete copy
1768r�Port Beach,Cali-
forma 92689.1766 until 1:30
h
as was printed and published on t e
O'clock P.M. on 30th day of
November. 1993. at which
time saoh bids
following dates:
shalt be
opened and read for Ur
D
TEMPOHARADING EMBANK-
MENT CONST_ RUCTION,
the...
Engi-
neer's s , to 572,70D
APProved - by the City
Council Nis 8th day of No-'
vember, 1993
Wanda L Baggio,
City Clerk
Prospective bidders may
Novenber 11, 16, 1993
obtain one set of bid docu-
ments at m cost at the of.
fice of the Public Works
Department, 3300 Newport
Boulevard, Post Offioe 80,
1768, Newport Beach. Call -
forma 92669. 1766,
For further information,
Call Jeff Steneart at S"
3011.
Published Newport
Beach -Costa Mesa Daily
Pilot November 11, 16,
,893
I declare, under penalty of perjury, that the
+hu263
foregoing is true and correct.
Executed on Novenber 16 , 199 a
at Costa Mesa, California.
i
Signature