HomeMy WebLinkAboutC-2957 - Design Balboa Peninsula Water Main Re-Lining (Stop notice in file) (2)TO
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
FINANCE DIRECTOR 6 (� _ 93
FROM: CITY CLERK
DATE: August 3, 1993
SUBJECT: Contract No. C- 2957(A
Description of Contract Agreement for Design Balboa Peninsula
Water Main Re- Linine Proiect
Effective date of Contract July 27, 1993
Authorized by Minute Action, approved on July 26, 1993
Contract with Boyle Engineering Corporation
Address 1501 Quail Street
Newport Beach, CA 92658 -9020
Amount of Contract (See Agreement)
Wanda E. Raggio
City Clerk .
WER:pm
Attachment
3300 Newport Boulevard, Newport Beach
i
TO: Mayor & Members of the City Council
FROM: Utilities Department
July 26, 1993
CITY COUNCIL AGENDA
ITEM NO. --.4,- c./
C- 29s7
SUBJECT: PROFESSIONAL SERVICES AGREEMENT FOR DESIGN
BALBOA PENINSULA WATER MAIN RE- LINING PROJECT
PREPARATION OF DETAILED PLANS & SPECIFICATIONS
BOYLE ENGINEERING CORPORATION
RECOMMENDATION:
If desired, authorize the Mayor and the City Clerk to execute a
Professional Services Agreement on behalf of the City, with Boyle
Engineering Corporation, to prepare detailed Plans and
Specifications for re- lining the 16 -inch water main on the Balboa
Peninsula for a fixed fee of $39,770.
The City's water system is comprised of over 200 miles of pipelines
ranging in diameter from 4 inches to 30 inches. Portions of the City's water
transmission and distribution pipeline system were installed many years ago.
One of the oldest water mains still in operation is the 16 -inch diameter
pipeline that runs the length of the Balboa Peninsula. The pipe was installed in
1928. It is over 60 years old. During the era between the turn of the century
and World War II, one of the most commonly installed type of pipe material was
cast iron pipe. Pipe was manufactured in 18 -foot lengths by casting molten
iron in vertical sand molds. The 16 -inch pipe on the Balboa Peninsula was
manufactured using this sand - casting technique. The pipe walls are fairly thick
and given its age, it is in good condition.
Although the pipe walls are thick and in good structural condition;
the interior of the pipe has succumb to the effects of rust and corrosion.
Inspections of the pipe interior during the last decade have revealed a rather
significant build -up of rust and corrosion by- products called tuberculation. A
lay- person's description of tuberculation might be "rust barnacles ".
The 16 -inch cast iron pipe between 19th Street and Island Avenue
has a significant amount of tuberculation inside. Field inspections have found
the build -up to be over an inch thick in some areas. In addition, rust sediment
up to 4- inches deep has been found in the bottom of some parts of the line.
For a number of years there have been water quality problems on
the Balboa Peninsula which are directly related to the condition of the
interior of the 16 -inch transmission main. The problems become most
noticeable whenever a high -flow condition stirs up the sediment in the line.
High }lows in this pipeline are almost always related to water main breaks in
the surrounding areas or fire flows through hydrants.
• 0 Page 2
Professional Services Agreement
Balboa Peninsula Water Main Re- lining
July 26, 1993
Being generally concerned about the City's water quality, the
Utilities Committee requested staff to prepare its capital budgets to accomplish
water quality improvements on the Balboa Peninsula. Staff has reviewed the
condition of the 16 -inch water transmission pipeline between 19th Street and
Island Avenue and believe it to be an ideal candidate for a re- lining project.
Cleaning and re- lining this reach of pipeline can be done for approximately
one -fourth the cost of replacement. Assuming a successful re- lining project,
the remaining pipeline life could be as long as 50 years. Staff believes this
project will be the single -most effective way to noticeably improve water quality
on the Balboa Peninsula.
To implement the re- lining project, the Council approved
components in the 1992 -93 and 1993 -94 capital budgets as a part of the
Water Fund Capital Projects. With a portion of last year's funds, the Utilities
Department forces installed isolation valves at 19th Street, 13th Street and
Peninsula Point. The valves will facilitate a contract cleaning and re- lining
project and will allow the City to isolate key sections of the pipeline to be
re- lined, while maintaining sufficient flows for water service. The balance of
last year's funds were carried over to this fiscal year to design and construct
the project.
Staff invited several firms to submit statements of qualifications
and experience. After consideration of qualifications and experience, staff
requested that four firms submit proposals. They were: Montgomery- Watson
Consulting Engineers, BSI Consulting Engineers, Boyle Engineering
Corporation and RBF Consulting Engineers.
The Utilities Department Selection Committee chose Boyle
Engineering Corporation to perform the required professional services. Boyle
has a team of well qualified, technical professionals and designers who have
experience with similar water main re- lining projects.
The proposed Professional Services Agreement with Boyle
Engineering Corporation provides for preparation of a re- lining design and
preparation of construction specifications and detailed plans with written special
provisions and documents suitable for bidding and construction.
Funds are available in the Water Fund under Capital Projects
Account No. 7503 - 98500033. If approved, the final design effort can
commence immediately. Plans and specifications could be ready for bidding by
mid - September.
Respectfully submitted,
JEFF SrgnJEaRr
Jeff Staneart, P.E.
Utilities Director
Attachments: Professional Services Agreement
i . ` -295'
AGZEEM ENT
PROFESSIONAL SERVICES
FOR DESIGN OF THE
BALBOA PENINSULA WATER MAIN
RE- LINING PROJECT
THIS AGREEMENT is made and entered into this Z -Jr" day of July
1993, by and between the City of Newport Beach, a municipal Corporation,
hereinafter referred to as "CITY ", and Boyle Engineering Corporation, a California
Corporation, hereinafter referred to as "CONSULTANT ".
WITHESSETH:
WHEREAS, "CITY ", operates a municipal water distribution system and
numerous water facilities to transport and deliver potable water to its
customers, and;
WHEREAS, "CITY" as a part of its mission under the Water Master plan is
obligated to keep the 200 miles of water distribution and transmission piping
operating in an efficient and progressive manner, and;
WHEREAS, "CITY'S" Balboa Peninsula Water Main is an existing 16 -inch
diameter cast iron water main originally constructed in 1926, and;
WHEREAS, The subject cast iron pipe has an accumulation of rust and
tuberculation inside it, which at times can cause water to appear red and distasteful,
and;
WHEREAS, "CITY" desires to clean and re -line the existing 16 -inch water
main to improve water quality as part of the capital improvement and maintenance
program, and;
WHEREAS, "CITY" desires to prepare a design for re- lining the Balboa
Peninsula Water Main, hereinafter be referred to as "PROJECT ", to accomplish its
goals, and;
WHEREAS, implementation of the design of said "PROJECT" requires the
services of a qualified engineering design consultant, and;
WHEREAS, "CITY" has solicited and received a proposal from
"CONSULTANT" for preparation of the "PROJECT" design and to provide certain
other essential professional services, as outlined herein below, and;
WHEREAS, "CITY" has reviewed the previous experience and has evaluated
the expertise of "CONSULTANT" and desires to accept the proposal submitted by
"CONSULTANT ", and;
0
0
NOW THEREFORE, in consideration of the foregoing, it is mutually agreed
and understood that:
I. GENERAL
A. "CITY" engages "CONSULTANT" to perform the described services for the
consideration hereinafter stated.
B. "CONSULTANT" agrees to perform the described services in accord with the
terms and conditions hereinafter set forth.
C. "CONSULTANT" agrees that all services required hereunder shall be
performed under his direct supervision, and all personnel engaged in the work shall
be fully qualified and shall be authorized or permitted under State and local law to
perform such services. "CONSULTANT" shall not sublet, transfer or assign any work
except as otherwise provided for herein or as authorized in advance by the "CITY ".
II. SERVICES TO BE PERFORMED BY CONSULTANT
"CONSULTANT" shall provide the following listed professional services to "CITY ".
A. "CONSULTANT" shall provide the necessary services to complete the defined
tasks associated with the design phase of the "PROJECT ". Those tasks include the
following:
1. Meetings with City staff.
a. "CONSULTANT" shall keep City Project Manager apprised of the
progress being made on the "CONSULTANT'S" design activities. Such
appraisal shall be made via telephone, in writing as appropriate and via
the meetings mentioned herein below.
b. "CONSULTANT" shall meet with the City staff for an orientation
meeting, again for a 50% design review, again for a 90% design review,
and again for a 100% design review for the "PROJECT ". Other
meetings may be held on an as- needed basis.
2. Review Background Data.
a. "CONSULTANT" shall, in an effort to relay relevant information to
their staff, review the pertinent background data obtained at the
meetings with City staff and /or as provided by "CITY" during the
course of the "PROJECT ".
b. "CONSULTANT" is entitled to rely on materials provided by or
through City without independent evaluation by "CONSULTANT ".
c. "CONSULTANT" shall perform a field and control survey to
accurately reflect the existing surface conditions. This survey will be
used to prepare accurate base sheets.
0 0
3. Plans Preparation.
"CONSULTANT" shall complete the required drawings and plans for
'PROJECT'. A listing of those drawings included in this phase shall
include at least the following:
Preparation of a "Title Sheet" with legend, notes, and vicinity map;
"Plan Sheets" as required to detail the pipeline alignment in accord
with City Standards; "Detail Sheets" as required to fully illustrate
and show all fittings, tie -ins, and water valves and appurtenances
associated with the 'PROJECT'.
b. "CONSULTANT' shall deliver up to fifty (50) complete plan sets for
construction bidding purposes.
4. Specifications Preparation.
a. "CONSULTANT' shall complete preparation of detailed written
specifications, bid proposal, standard special provisions, special
provisions, compile City standard contract forms and bind them for
'PROJECT'.
b. "CONSULTANT' shall include within the special provisions; the
method of cleaning and relining the existing 16 -inch water main; and
the method of reconnection of all water services.
c. "CONSULTANT' shall utilize City Standard Specifications and shall
prepare them in the standard format.
Construction documents are intended to be publicly bid as a complete
package which shall meet the requirements of "CITY' and all applicable
local and State laws.
d. "CONSULTANT' shall deliver up to fifty (50) complete specification
sets. "Complete set" means bound standard specifications with special
provisions, contract documents, bid proposal, engineers estimate and
reduced construction drawings with a colored cover page and acetate
front and back cover.
5. Cost Estimate & Schedule.
"CONSULTANT" shall prepare a detailed written cost estimate and
construction schedule for 'PROJECT'. Estimate shall be transmitted to
"CITY" with a written memorandum of transmittal and explanation.
1. Any opinion of construction cost prepared by "CONSULTANT'
represents his judgment as a design professional and is supplied
for the general guidance of the "CITY'. Since "CONSULTANT'
has no control over the cost of the labor and material, or over
competitive bidding or market conditions, "CONSULTANT'
need not guarantee the accuracy of such opinion as compared to
Contractor bids or actual cost to the "CITY'.
i •
6. Construction Phase Services
a. "CONSULTANT" shall perform the following during the construction
phase:
Visit the site at scheduled intervals or as otherwise agreed by the
"CITY" and "CONSULTANT ", to become generally familiar with
the progress and quality of the work and to provide assistance to the
"CITY" to verify the work is being performed substantially in accord
with the contract documents.
2. "CONSULTANT" shall not be required to make exhaustive or
continuous on -site inspections to assess the quality or quantity of
work and shall not be responsible for the contractor's failure to
carry out the work in accord with contract documents.
3. Prepare change order work and review shop drawings as requested
by "CITY ", including all drawings or specifications necessary to
describe and detail the work to be added, deleted or modified.
Should said work require a substantial addition to the plan set,
then additional compensation to "CONSULTANT" would be
authorized.
4. Prepare "record" drawings based upon change orders and addenda
to the extent approved by "CITY" and incorporated into the
construction of the Project. "CITY" shall require the contractor to
submit "as- built" drawings of actual construction installations to
"CONSULTANT" for use in preparing "record" drawings.
5. "CONSULTANT" shall provide one set of construction stakes
for the re -lined water main at all tie -in and fire hydrant locations
for the "CITY'S" Contractor. Any additional staking or any
restaking or costs thereof will be the responsibility of the
Contractor.
III. DUTIES OF THE CITY
In order to assist the "CONSULTANT" in the execution of his
responsibilities under this Agreement, "CITY" agrees to provide the
following:
A. Provide any background information, reports, contracts, specifications,
proposals or agreements as may be available or are in existence, which
may be germane to the proper preparation and completion of the
"CONSULTANT'S" defined duties.
B. Assist "CONSULTANT" with interpretation of "CITY" standards and
design criteria. Meet with "CONSULTANT" as necessary to provide
input or direction on matters pertaining to completion of specifications
and final construction plans.
0 0
C. Review plans, specifications and other documentation provided by
"CONSULTANT" relative to "PROJECT" in a timely fashion.
D. Act as the Project Manager and provide construction contract
administration and field inspection on the proposed project, once
designed and awarded for construction.
IV. TIME OF COMPLETION AND LIQUIDATED DAMAGES
"CONSULTANT" shall commence work immediately upon receipt of
written notice to proceed. Work as required herein, shall be completed in a
diligent and efficient manner to the execution of its completion. All work,
with the exception of the construction phase services required to advertise
for construction shall be completed no later than September 10, 1993. It is
mutually agreed by "CONSULTANT" and "CITY" that liquidated damages of
three hundred dollars ($300.00) per calendar day shall be assessed
"CONSULTANT" for delays beyond the above specified completion date.
Said damages shall be deducted from the "CONSULTANT'S" fee.
The term of this Agreement shall expire thirty (30) calendar days after the
date the "PROJECT" is completed and accepted by "CITY ". It is agreed and
understood by both parties, that this is sufficient time to complete all such
activities and tasks associated with the "PROJECT ", including "as -built
drawing" preparation.
V. OWNERSHIP OF DOCUMENTS
Original drawings and other deliverable documents to be provided by
"CONSULTANT" under this Agreement shall become the exclusive
property of "CITY" and may be reproduced as deemed necessary by "CITY"
or its duly authorized representative. However, any use of completed
deliverables or documents for purposes other than for this "PROJECT ", or
any use of incomplete documents, shall be at "CITY's" sole risk, and "CITY"
shall indemnify "CONSULTANT" for any damages incurred as a result of
such use. No report, drawing, map, document or other data given to or
prepared or assembled by "CONSULTANT" pursuant to this Agreement
shall be made available to any individual or organization by
"CONSULTANT" without prior written approval by "CITY ", unless
required by subpoena.
"CONSULTANT" may reserve the right to publish materials or reports
related to the work performed or data collected under the provisions of this
Agreement. The right to publish shall be at the sole discretion of the "CITY"
and written permission must be obtained by "CONSULTANT" from "CITY"
on a case by case basis. Blanket publishing approval shall not be granted.
"CONSULTANT" is granted permission to show to prospective clients
reports and data which have been accepted by "CITY" as prepared under
this Agreement.
VI. RIGHT OF TERMINATION
A. "CITY" reserves the right to terminate this Agreement without cause at
any time by giving "CONSULTANT" five (5) business days prior written
notice. Notice shall be deemed served when delivered personally or upon
deposit in the United States mail, postage prepaid, addressed to the
"CONSULTANT'S" business office at 1501 Quail Street, P. O. Box 3030,
Newport Beach, California 922658 -9020.
B. "CONSULTANT" may terminate this Agreement after ten (10) days'
written notice from "CONSULTANT" to "CITY" notifying "CITY" of it's
substantial failure to perform in accord with the terms of this Agreement,
if , the "CITY" has not corrected it's non - performance within that time.
C. In the event of termination due to errors, omissions, or negligence of
"CONSULTANT ", "CITY" shall be relieved of any obligation to
compensate "CONSULTANT" for that portion of work directly affected
by such errors, omissions, or negligence of "CONSULTANT ". If this
Agreement is terminated for any other reason, "CITY" agrees to
compensate "CONSULTANT" for the actual services performed up to
the effective date of the "Notice of Termination ", on the basis of the fee
schedule contained herein.
VII. SUBCONTRACTORS AND ASSIGNMENT
A. None of the services included in this Agreement shall be asigned,
transferred, contracted or subcontracted without prior written approval
of "CITY ".
B. Neither "CONSULTANT" nor "CITY" shall assign or transfer any
interest in this Agreement, whether by assignment or novation, without
the prior written consent of the other party; provided, however, that
claims for money due or to become due "CONSULTANT" from "CITY"
under this Agreement may be assigned to a bank, trust company or other
financial institution, or to a trustee in bankruptcy, without such
approval. Notice of any such assignment or transfer shall be promptly
furnished to "CITY ".
C. In the performance of this "PROJECT ", "CONSULTANT" may utilize
the services of a private surveying firm to complete those tasks which
require surveying and related professional tasks. Said surveying firm,
Bush & Associates hereinafter "SUBCONSULTANT ", shall be directed
and compensated by "CONSULTANT" as if said firm were a direct
employee of "CONSULTANT ".
6
0
1. Compensation for "SUBCONSULTANT's" services shall not be
more than three thousand dollars ($3,000.00) and shall be paid to in
accord with the limits of the "not -to- exceed" fee listed herein below.
No additional compensation shall be made therefor.
VIII. PAYMENT AND FEE SCHEDULE
A. In consideration for the specified services, "CITY" hereby agrees to
compensate "CONSULTANT" on an hourly basis as set forth below in the
"PAYMENT & FEE SCHEDULE ". In no event shall said amount be greater
than the amount of thirty nine thousand seven hundred seventy dollars
($39,770), inclusive of the subcontract services defined herein, except as
otherwise provided for herein below.
B. PAYMENT AND FEE SCHEDULE
personnel hourly rates
Quality Assurance ........................................... ............................... $115.00
Project Manager ............................................... ............................... 105.00
SeniorEngineer ............................................... ............................... 95.00
AssistantEngineer ........................................... ............................... 75.00
Drafter................................................................ ............................... 55.00
Clerical............................................................... ............................... 35.00
Survey (2 -man) Crew - Bush & Associates ............................... 120.00
C. The contract amount shall be paid to "CONSULTANT" in monthly
partial payments based on the amount of hours worked and expenses
incurred during each monthly pay period based on the actual hours of
labor expended as determined by the Project Manager for "CITY ". The
sum of the partial payments shall not exceed ninety percent (90 %) of
the maximum fee as set forth in paragraph "A" herein above. The
balance of the total amount earned shall be paid upon completion of
the work specified herein.
D. In addition to the fixed, not -to- exceed fee, "CITY" agrees to reimburse
"CONSULTANT" for the actual cost (plus 10 %) for all outside
expenses including those for: reproduction for copies of plans, reports
and related documents, material costs authorized in advance by the
Project Engineer for "CITY ", and other reasonable expenses, where
such costs have been advanced by "CONSULTANT" and approved in
advance by "CITY ".
"CONSULTANT" shall provide written records (originals) of all
expenses incurred, and shall report all hours expended in the
performance of his duties and tasks on a bi- weekly basis. "CITY"
agrees to pay "CONSULTANT" within thirty (30) calendar days of
the receipt of said records and hourly summary.
2. "CONSULTANT" shall not be compensated for use of
"CONSULTANT'S" equipment, hardware, software materials or
reproduction. Said costs are non- compensable. Time expended by
'CONSULTANT's" personnel on such equipment shall be paid on
the basis of the "FEE SCHEDULE" herein above.
IX. ADDITIONAL SERVICES
No change in character, extent, or duration of the work to be performed
by "CONSULTANT" shall be made without prior written approval from
"CITY ". In consideration for performance of additional services
authorized by "CITY" in writing, "CITY" hereby agrees to compensate
"CONSULTANT" an amount based upon the hourly rate as submitted to
"CITY" in the "FEE SCHEDULE ", except that an increase in the total
compensation exceeding four thousand two hundred thirty dollars
($,4,230.00) shall require that an amended Agreement for such additional
services be executed by the "CONSULTANT" and "CITY ".
X. RECORDS
"CONSULTANT" shall maintain complete and accurate records with
respect to costs, expenses, receipts and other such information required by
"CITY" that relate to the performance of the services specified under this
Agreement. All such records shall be maintained in accord with
generally accepted accounting principles and shall be clearly identified
and readily accessible. "CONSULTANT" shall provide free access to the
representatives of "CITY" or its designees at all proper times upon
reasonable notice to "CONSULTANT" to such books and records, and
gives "CITY" the right to examine and audit same, and to make
transcripts therefrom as deemed necessary at "CITY'S" cost, and to allow
inspection of all work, data, documents, proceedings and activities related
to this Agreement.
XI. INSURANCE
A. On or before the date of execution of this Agreement, "CONSULTANT"
shall furnish "CITY" with certificates showing the type, amount, class of
operations covered, effective dates and dates of expiration of insurance
policies. Such certificates which do not limit "CONSULTANT'S"
indemnification, shall also contain substantially the following statement:
"The insurance covered by this certificate may not be canceled, except after
ten (10) days' written notice has been received by "CITY ". Coverage may
not be reduced or otherwise materially altered without reasonable notice to
"CITY" of such alteration.
•
B. "CONSULTANT' shall maintain in force at all times during the
performance of this Agreement, policies of insurance required by this
Agreement; and said policies of insurance shall be secured from an
insurance company assigned Policyholders' Rating of "B" (or higher) and
Financial Size Category "XV" (or larger) in accord with an industry -wide
standard and shall be licensed to do business in the State of California.
However, the minimum rating for the "CONSULTANT's" Errors &
Omissions carrier shall be "B + ", "VIII" or better.
1. An appropriate industry -wide insurance rating standard shall be
deemed "Best's Key Rating Guide ", latest edition.
C. "CONSULTANT' shall maintain the following minimum coverages:
Liability Insurance
General liability coverage shall be provided in the following
minimum limits:
Category
Bodily Injury
Property Damage
Amount
$ 1,000,000 each occurrence
$ 1,000,000 aggregate
$ 1,000,000 each occurrence
$ 1,000,000 aggregate
A combined single limit policy with aggregate limits in the
amount of $1,000,000 will be considered equivalent to the required
minimum limits.
Errors & Omissions Insurance
Errors & Omissions coverage shall be provided in the amount of
one million dollars ($1,000,000.00).
D. Subrogation Waiver
In the event of loss or claim of loss due to any of the perils for which it
has agreed to provide general liability insurance, "CONSULTANT'
shall look solely to its insurance for recovery. "CONSULTANT'
hereby grants to "CITY ", on behalf of any general liability insurer
providing insurance to either "CONSULTANT' or "CITY" with
respect to the services of "CONSULTANT', a waiver of any right of
subrogation which any such insurer of said "CONSULTANT' may
acquire against "CITY" by virtue of the payment of any loss under
such insurance.
9
i
E. Additional Insured
"CITY", its City Council, boards and commissions, officers, servants
and employees shall be named as an additional insured under all
insurance policies required under this Agreement, except Errors &
Omissions Insurance. The naming of an additional insured shall not
affect any recovery to which such additional insured would be entitled
under this policy if not named as such additional insured; and an
additional insured named herein shall not be liable for any premium
or expense of any nature on this policy or any extension thereof. Any
other insurance held by an additional insured shall not be required to
contribute anything toward any loss or expense covered by the
insurance provided by this policy. Proceeds from any such policy or
policies shall be payable to "CITY' primarily, and to "CONSULTANT"
secondarily, if necessary.
XII. WAIVER
A waiver by "CITY' or "CONSULTANT" of any breach of any term,
covenant, or condition contained herein shall not be deemed to be a
waiver of any subsequent breach of the same or any other term, covenant,
or condition contained herein whether of the same or different character.
XIII. COST OF LITIGATION
If any legal action is necessary to enforce any provision hereof or for
damages by reason of an alleged breach of any provisions of this
Agreement, the prevailing party shall be entitled to receive from the
losing party all costs and expenses in such amount as the court may
adjudge to be reasonable cost of litigation.
XIV. INTEGRATED CONTRACT
This Agreement represents the full and complete understanding of every
kind or nature whatsoever between the parties hereto and all preliminary
negotiations and agreements of whatsoever kind or nature are merged
herein. No verbal agreement or implied covenant shall be held to vary
the provisions hereof. Any modification of this Agreement will be
effective only by written execution signed by both "CITY' and
"CONSULTANT ".
XV. HOLD HARMLESS
"CONSULTANT" shall indemnify and hold harmless, "CITY', its City
Council, boards and commissions, officers, and employees from and
against any and all loss, damages, liability, claims, suits, costs and
expenses, whatsoever, including reasonable costs of litigation, arising
from "CONSULTANT'S" negligent acts, errors or omissions, in the
performance of services hereunder.
10
i 01
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on
the first date above written:
APPROVED AS TO FORM:
Robin Flory
Assistant City Attoir ney
City of Newport Beach,
a municipal corporation
Clarence Turner, Mayor
"CITY"
ATTEST: t;J Boyle Engineering Corporation
a California Corporation
Wanda Raggio Victor E. Opincar, Vice President
City Clerk "CONSULTANT"
Address and Telephone:
City of Newport Beach
5390 Newport Boulecurd
Newpon Beach, Caldornia 92659 -1768
(71a) Ova -3011 (714)646 -5204 (FAX)
11
Boyle Engineering Corporation
1501 Quail Street
Newport Beach, California 92658 -9020
(714)476 -3300 (714)721 -7142 (FAX)