HomeMy WebLinkAboutC-3198(A) - Bayside Drive Storm Drain ImprovementsMarch 27, 2002
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
GCI Construction, Inc.
Attention: Terry Gillespie
345 Fischer Avenue, B-3
Costa Mesa, CA 92626
Subject: Bayside Drive Storm Drain Improvements (C -3198)
To Whom It May Concern:
On March 27, 2001, the City Council of Newport Beach accepted the work of the
subject project and authorized the City Clerk to file a Notice of Completion, to
release the Labor & Materials Bond 35 days after the Notice of Completion had
been recorded in accordance with applicable portions of the Civil Code and to
release the Faithful Performance Bond one year after Council acceptance.
The Labor & Materials Bond was released on May 3, 2001. The Surety for the
contract is Travelers Casualty and Surety Company of America, and the bond
number is 103387916. Enclosed is the Faithful Performance Bond.
Sincerely,
Lavonne M. Harkless, CMC /AAE
City Clerk
LH:lb
cc: Public Works Department
Lois Thompson, Administrative Manager
enclosure
3300 Newport Boulevard, Newport Beach
PAGE 16
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BAYSIDE DRIVE STORM DRAIN IMPROVEMENTS
CONTRACT NO. 3198
PREMIUM: $3,235.00
EXECUTED IN FOUR COUNTERPARTS
BOND NO. 103387916
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ 3,235. 00
being at the rate of $ 14.40 thousand of the Contract price.
WHEREAS, the City Council of the City of Newport Beach, State of Cal'domia, by motion
adopted, awarded to OCI Construction, Inc., hereinafter designated as the "Principal", a contract
for construction of BAYSIDE DRIVE STORM DRAIN IMPROVEMENTS, Contract No. 3198 in
the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other
Contract Documents maintained in the Public Works Department of the City of Newport Beach, all
of which are incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute Contract No. 3198 and the
terms thereof require the furnishing of a Bond for the faithful performance of the Contract;
NOW, THEREFORE, we, the Principal, and TRAVELERS CASUALTY AND SURETY COMPANY
OF AMERICA , duly authorized to transact business under the laws of the State of
California as Surety (hereinafter "Surety'), are held and firmly bound unto the City of Newport
Beach, in the sum of two hundred twenty -four thousand, six hundred twenty -seven and
001100 Dollars ($224,627.00), lawful money of the United States of America, said sum being
equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach,
its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our
heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these
present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's
heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep
and perform any or all the work, covenants, conditions, and agreements in the Contract
Documents and any alteration thereof made as therein provided on its part, to be kept and
performed at the time and in the manner therein specified, and in all respects according to its true
intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach,
its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the
same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall
become null and void.
PAGE 17
As a part of the obligation secured hereby, and in addition to the face amount specified in
this Performance Bond, there shall be included costs and reasonable expenses and fees,
including reasonable attorneys fees, incurred by the City, only in the event the City is required to
bring an action in law or equity against Surety to enforce the obligations of this Bond.
Surety, for value received, stipulates and agrees that no change, extension of time,
alterations or additions to the terms of the Contract or to the work to be performed thereunder or
to the specifications accompanying the same shall in any way affect its obligations on this Bond,
and it does hereby waive notice of any such change, extension of time, alterations or additions of
the Contract or to the work or to the specifications.
This Faithful Performance Bond shall be extended and maintained by the Principal in full
force and effect for one year following the date of formal acceptance of the Project by the City.
In the event that the Principal executed this bond as an individual, it is agreed that the
death of any such Principal shall not exonerate the Surety from its obligations under this Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 26th day of SEPTEMBER �00. /
..
GCI CONSTRUCTION, INC.
Name of Contractor (Principal)
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
Name of Surety
700 N. BRAND BL., STE 1250, GLENDALE, CA
Address of Surety 91203
(818) 240 -6960
Telephone
MICHAEL D. STONG, ATTORNEY -IN -FACT
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
0
CALIFORNIA ALL - PURPOSE A%,ANOWLEDGMENT
State of California
County of
Orange
is
On October 3, 2000 before me, Janet L. Russell - Notary Public
DATE NAME. TITLE OF OFFICER . EA.. 'JANE DOE, NOTARY PUEUC'
personally appeared Terry D. Gillespie - President
NAME(S) OF SIGNERS)
personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence
to be the person(s) whose name(s) is /are
subscribed to the within instrument and ac-
knowledged 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
JANET L. RUSSELL person(s) acted, executed the instrument.
N Comm. /1166123
NOTARY "BLIC•CALIFORIA N WITNESS my hand and o 'cial seal.
OnAP CFmty
M Cahn. tr irn DK.21.2001
41. OFNOTARY Notary
OPTIONAL
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL
® CORPORATE OFFICER
President
MUM
❑ PARTNER(S) ❑ LIMITED
❑ GENERAL
❑ ATTORNEY-IN-FACT
❑ TRUSTEE(S)
❑ GUARDIANICONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTWO:
KM* OF PERSON(3) OR ENmY("
DESCRIPTION OF ATTACHED DOCUMENT
n �S —
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER(S) OTHER THAN NAMED ABOVE
60.1137 3194 GI OM (ATIONAL NOTARY ASSOCIATION • SM RWW* Aw.. P.O. e0F 7131. Caw" PaK CA 91309'7104
STATE OF
COUNTY OF
CALIFORNIA
RIVERSIDE
On % /0q , before me,
PERSONALLY APPEARED
MICHAEL D. STONG
personally known to me
Seti9fnetaty eoidenee) to be the persons} whose name(4
is/m,e subscribed to the within instrument and acknowl-
edged to me that4w/she /gwy executed the same in We/
her / authorized capacity(ies)-, and that by his /-lea,/
4heia•signature(s*on the instrument the person(4 or the
entity upon behalf of which the person*acted, executed
the instument.
WITNESS my hand and official seal.
Signature
R. STANDLEY
OPTIONAL
;� R. STANDLEY
I ' COM.M. #1253272
¢` -7 NOTARY PUBLIC - CALIFORNIA r9n
RIVERSIDE COUNTY
My Comm. Expires Jury 7.2004
This area for OfJ9cial Notarial Seal
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL
❑ CORPORATE OFFICER
TM E(S)
❑ PARTNER(S) ❑ LIMITED
❑ GENERAL
❑ ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑ GUARDIANCONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTRV(IES)
DESCRIPTION OF ATTACHED DOCUMENT
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER(S) OTHER THAN NAMED ABOVE
ID481 Rev.O /sa ALL- PURPOSE ACKNOWLEDGEMENT
TRAVEV CASUALTY AND SURETY COMPANY OF ERICA
ELERS CASUALTY AND SURETY COMP
FARMINGTON CASUALTY COMPANY
Hartford, Connecticut 06183 -9062
TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS
Naperville, Illinois 60563 -8458
POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEYS) -IN -FACT
KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,
corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford,
County of Hartford, State of Connecticut, and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, a
corporation duly organized under the laws of the State of Illinois, and having its principal office in the City of Naperville, County of
DuPage, State of Illinois, (hereinafter the "Companies ") hath made, constituted and appointed, and do by these presents make,
constitute and appoint: Michael D. Stong, Shawn Blume or Susan C. Monteon ' "
of Riverside, CA, their true and lawful Attomey(s) -in -Fact, with full power and authority hereby conferred to sign, execute and
acknowledge, at any place within the United States, or, if the following line be filled in, within the area there designated
the following instrument(s):
by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the
nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto
and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers
of the Companies, and all the acts of said Attorneys) -in -Fact, pursuant to the authority herein given, are hereby ratified and
confirmed.
This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are
now in full force and effect:
VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any
Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys -in -Fact
and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe
to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in
the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such
appointee and revoke the power given him or her.
VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President
may delegate all or any pan of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is
in writing and a copy thereof is filed in the office of the Secretary.
VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional
undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any
Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any
Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if
required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or
by one or more Company officers pursuant to a written delegation of authority.
This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following
Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY, FARMINGTON CASUALTY COMPANY and
TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, which Resolution is now in full force and effect:
VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice
President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any
power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys -in -Fact for
purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney
or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and
certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or
undertaking to which it is attached.
(9-97)
May 3, 2001
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
GCI Construction, Inc.
345 Fischer Avenue, B -3
Costa Mesa, CA 92626
Attn: Terry Gillespie
Subject: Bayside Drive Storm Drain Improvements (C -3198)
To Whom It May Concern:
On March 27, 2001, the City Council of Newport Beach accepted the work of the
subject project and authorized the City Clerk to file a Notice of Completion, to
release the Labor & Materials Bond 35 days after the Notice of Completion had
been recorded in accordance with applicable portions of the Civil Code and to
release the Faithful Performance Bond one year after Council acceptance.
The Notice of Completion was recorded by the Orange County Recorder on
March 28, 2001, Reference No. 20010181283. The Surety for the contract is
Travelers Casualty and Surety Company of America, and the bond number is
103387916. Enclosed is the Labor & Materials Payment Bond.
Sincerely,
LaVonne M. Harkless, CMC/ AAE
City Clerk
LH:cf
cc:
encls.
Public Works Department
R. Gunther, P.E., Construction Engineer
3300 Newport Boulevard, Newport Beach
PAGE 14
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BAYSIDE DRIVE STORM DRAIN IMPROVEMENTS
CONTRACT NO. 3198
EXECUTED IN FOUR COUNTERPARTS
BOND NO. 103387916 PREMIUM: INCLUDED 'IN PERFORMANCE
BOND
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City Council of the City of Newport Beach, State of California, by motion
adopted, has awarded to GCI Construction, Inc., hereinafter designated as the "Principal," a
contract for construction of BAYSIDE DRIVE STORM DRAIN IMPROVEMENTS, Contract No.
3198 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and
other Contract Documents in the office of the Public Works Department of the City of Newport
Beach, all of which are incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute Contract No. 3198 and the
terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's
subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon,
for, or about the performance of the work agreed to be done, or for any work or labor done
thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We the undersigned Principal, and,
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA duly authorized t0 transact
business under the laws of the State of California, as Surety. (referred to herein as "Surety") are
held firmly bound unto the City of Newport Beach, in the sum of two hundred twenty -four
thousand, six hundred twenty -seven and 001100 Dollars ($224,627.00) lawful money of the
United States of America, said sum being equal to 100% of the estimated amount payable by the
City of Newport Beach under the terms of the Contract; for which payment well and truly to be
made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly
and severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's
subcontractors, fail to pay for any materials, provisions, or other supplies, implements or
machinery used In, upon, for, or about the performance of the work contracted to be done, or for
any other work or labor thereon of any kind, or for amounts due under the Unemployment
Insurance Code with respect to such work or labor, or for any amounts required to be deducted,
withheld and paid over to the Employment Development Department from the wages of
employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment
Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an
amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce
the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by
the provisions of Section 3260 of the Civil Code of the State of California.
0
E
PAGE 15
The Bond shall inure to the benefit of any and all persons, companies, and corporations
entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action
to them or their assigns in any suit brought upon this Bond, as required by and in accordance with
the provisions of Sections 3247 et. seq. of the Civil Code of the State of California.
And Surety, for value received, hereby stipulates and agrees that no change, extension of
time, alterations or additions to the terms of the Contract or to the work to be performed
thereunder or the specifications accompanying the same shall in any wise affect its obligations on
this Bond, and it does hereby waive notice of any such change, extension of time, alterations or
additions to the terms of the Contract or to the work or to the specifications.
In the event that any principal above named executed this Bond as an individual, it is
agreed that the death of any such principal shall not exonerate the Surety from its obligations
under this Bond.
IN WITNESS WHEREOF, this instrument has been duty executed by the above named
Principal and Surety, On the 26th day of SEPTEMBER , , 2000.
GCI CONSTRUCTION, INC.
Name of Contractor (Principal)
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
Name of Surety Author
700 N. BRAND BLVD., STE 1250
Address of Surety
GLENDALE, CA 91203
(818) 240 -6960
Telephone
MICHAEL D. STONG, ATTORNEY -IN -FACT
Print Name and rifle
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
M
CALIFORNIA ALL- PURPOSEILHOWLEDGMENT •
State of California
County of
Orange
On October 3, 2000 before me, Janet L. Russell - Notary PubliC
DATE NAME, TIME OF OPMER • E.G.. 'JANE DOE. NOTARY PUBLIC
personally appeared Terry D. Gillespie - President
NAME(S) OF SIGNERIS)
f personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence
to be the person(s) whose name(s) is /are
subscribed to the within instrument and ac-
knowledged 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.
JANET L. RUSSELL
N Comm. 1166123
NOTARY ?URIC •CAUFORNIA
N
WITNESS my hand and official seal.
40MY Orange County
C4am. Ex Mn De4.21,2
OPTIONAL
Though the data below is not required by law, R may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL
® CORPORATE OFFICER
President
Tm.ES)
❑ PARTNER(S) ❑ LIMITED
❑ GENERAL
❑ ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑ GUARDIANICONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
NAME OF PER40NM OR EMMOM
80 -1133 7/44
DESCRIPTION OF ATTACHED DOCUMENT
:_AT
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER(S) OTHER THAN NAMED ABOVE
01993 NATpNAL NOTARY ASSOCIATION • 8478 PAMW Aw.. P.O. Bo: 7184 • CWXIP Park. CA 91309.7184
STATE OF
COUNTY OF
CALIFORNIA
RIVERSIDE
On �/ I(p1�� before me,
PERSONALLY APPEARED MICHAEL D. STONG
personally known to me
to be the person(c4 whose name(4)
is /ere subscribed to the within instrument and acknowl-
edged to me that- ke/she /tieey executed the same in lie/
her /grit- authorized capacity(ies} and that by his /4w*/
#lwi&signature(+on the instrument the person(&)�r or the
entity upon behalf of which the person(*acted, executed
the instrument.
WITNESS my hand and official seal.
Signature
I SS.
R. STANDLEY
OPTIONAL
R. STANDLEY
d ' n COMM. #1263272 / NOTARY PUBLIC. CALIFORNIA m
RIVERSIDE COUNTY ' ^e My Comm. Expires Juno 7, 2004 It
This area for Official Notarial Seat
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL
❑ CORPORATE OFFICER
nTLE(S)
❑ PARTNER(S) ❑ LIMITED
❑ GENERAL
❑ ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑ GUARDIAN/CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSONIS) OR ENITYVES)
DESCRIPTION OF ATTACHED DOCUMENT
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER(S) OTHER THAN NAMED ABOVE
ID-Ml Re .6/94 ALL- PURPOSE ACKNOWLEDGEMENT
i
RECORDING F&MtVCB& AND
WHEN RECORDED RETURN TO:
City Clerk rot APR -6 A8 :36
City of Newport Beach
3300 New_p *�u1 &Y CLERK
Newport 8e�tt T BEACH
40
Recorded in Official Records, County of Orange
Gary Granville, Clerk- Recorder
Ilimllllll111111111111111111111111111111 (IN0 FEE
20010181283 03:10pm 03128101
115 3 N12 1
0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00
pursuant to Govemment Code Section 6103" —
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard,
Newport Beach, California, 92663, as Owner, and GCI Construction, Inc., of Costa Mesa,
California, as Contractor, entered into a Contract on September 12, 2000. Said Contract
set forth certain improvements, as follows:
Bayside Drive Storm Drain Improvements,
C -3198
Work on said Contract was completed on January 26, 2001, and was found to be
acceptable on March 27, 2001, by the City Council. Title to said property is vested in the
Owner, and the Surety for said Contract is Travelers Casualty and Surety Company of
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge.
Executed on —Mal_ k oZ 8 d DL) l at Newport Beach, California.
BY / /i}n ,ice %' 1 . /C /lCr C 14E _... _.
City Clerk 4FAMI\M
March 27, 2001
CITY COUNCIL AGENDA
ITEM NO. 8
TO: Mayor and Members of the City Council
FROM: Public Works Department
SUBJECT: BAYSIDE DRIVE STORM DRAIN IMPROVEMENTS, CONTRACT NO.
3198 — ACCEPTANCE AND COMPLETION
M aE Crrr C(
RECOMMENDATIONS: 2
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the Labor and Materials bond 35 days after the
Notice of Completion has been recorded in accordance with applicable portions of
the Civil Code.
4. Release the Faithful Performance Bond 1 year after Council acceptance.
5. Direct staff to increase the appropriation in Account No. 7012- C5100008 in the
amount of $22,229.35 and increase the revenue estimate for General Fund
Account No. 5100 -5864 in the amount of $22,229.35 for the additional contract
work and subsequent reimbursement by Pacific Bell.
DISCUSSION:
On September 12, 2000, the City Council authorized the award of the Bayside Drive
Storm Drain Improvements contract to GCI Construction, Inc., of Costa Mesa,
California. The contract provided for:
• Enlarging the existing catch basins at Fernleaf Avenue and Carnation Avenue
• Installation of a new catch basin at Femleaf Avenue
• Installation of drainage inlets at County Road and northerly of County Road
• Resurfacing of roadway pavement from County Road to Femleaf Avenue
• Connection of the higher capacity storm drain system to an existing 24 -inch
reinforced concrete pipe for discharge through an existing County Road street
end seawall opening
SUBJECT: BAYSIDE DRIVE STRAIN IMPROVEMENTS, CONTRACT NO 3198 r�EPTANCE AND COMPLETION
March 27, 2001
Page 2
The contract has now been completed to the satisfaction of the Public Works
Department. A summary of the contract cost is as follows:
Original bid amount: $246,627.00
Actual amount of bid items constructed: 228,408.01
Total amount of change orders: 36,888.90
Final contract cost: $265,296.91
The increase in the amount of actual bid items constructed over the original bid amount
resulted from the need for asphalt grinding, asphalt overlay, and curb replacement.
The final overall construction cost including change orders was 18.11 percent over the
original bid amount.
A total of three change orders totaling $36,889.90 were issued to complete the project.
They were as follows:
A change order in the amount of $3100.00 provided for removal of one catch
basin.
2. A change order in the amount of $11,559.55 provided for installation of a rock
wall, additional curb and gutter, and reconstruction of a sewer lateral.
3. A change order in the amount of $22,229.35 was due to unmarked Pacific Bell
conduits, which required six days of additional work by the contractor. Pacific
Bell has been sent an invoice to reimburse this expenditure.
Funds for the project were budgeted in the following account:
Description Account No. Amount
Storm Drain Improvement Plan 7012 - 05100008 $265,296.91
The original scheduled completion date was November 22, 2000. Due to the required
change order work, the completion date was extended to January 26, 2001. All work
was completed by the revised completion date.
R�, pectfull /y/ submitted,
t`Y YLC�`^tiwnddvw7 T�"�
PUBLIC WORKS DEPARTMENT
Don Webb, Director
By: 9. (557c-'t�
R. Gunther, P.E.
Construction Engineer
Attachment: Letter to Pacific Bell
Project Location Map
0 0
N PLO
x® \
0
pLP l
949 P� f
n
P
NEWPORT
HARBOR
�qAf
PO
A A SAO p1" q
INS A`!s
LOCATION MAP P�
NOT TO SCALE
� -- PROJECT LOCATION
ci
BAYSIDE DRIVE STORM DRAIN IMPROVEMENTS
C -3198
March 15, 2001
0
9
CITY OF NEWPORT BEACH
Mr. Ryan Thomas
Engineering Department
Pack Bell
3939 E. Coronado Street
Anaheim, CA 92807
PUBLIC WORKS DEPARTMENT
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 6443311
SUBJECT: Bayside Drive Storm Drain Improvements (C -3198)
Dear Mr. Thomas,
As pointed out in my letter of October 25, 2000 (attached), the above City project's
construction work was delayed due to the lack of response from Pacific Bell. City
records confirm that your office was notified many months before the City Contractor
started the City work. A storm drain plan transmittal letter, a "Prepare to Relocate
Notice," and a set of plans were sent to your office from DMc Engineering, the City's
engineering firm for the project, on May 31, 2000, via National Messenger Inc., (receipt
attached). This notification was well ahead of the start of City construction work.
Although Pacific Bell was notified by letter on September 28, 2001, your staff failed to
attend the preconstruction conference on October 3, 2000. Construction delay costs
were incurred from October 16 through October 26, 2000.
Your letter of October 30, 2000, stated that Pac Bell received the letter of May 31, from
DMc Engineering, but plans were not received. Both the letter and the notification from
DMc clearly states the contrary as verified by the receipt. Your letter also states that
regarding the preconstruction meeting that the only thing Pacific Bell needed were the
plans. Pacific Bell had the plans well ahead of time and if the original plans had been
misplaced your office should have requested a replacement set.
Enclosed is an invoice for $22,229.35, which is the amount of the change order
(attached) paid to the contractor for the cost of construction delays and the costs of
having the City contractor adjust the Pacific Bell facilities.
3300 Newport Boulevard, Newport Beach
0 0
Please sign and return this letter along with your check to:
City of Newport Beach
Attention: R. Gunther
Public Works Department
3300 Newport Boulevard
Newport Beach, CA 92663
You may contact R. Gunther of my staff at (949) 644 -3311 if you have any questions.
Sincerely,
Bill Patapoff, P.E.
City Engineer
By: R, 444t.v
R. Gunther, P.E.
Construction Engineer
cc: Derek McGregor, DMc Engineering
Fong Tse, CNB
Signature of Pac Bell:
Date:
Attachments: National Messenger receipt
October 25, 2000 letter
Invoice
Change Order
pity of Newport Beach
BUDGET AMENDMENT
2000 -01
EFFECT ON
BUDGETARY FUND BALANCE:
Description
010
Increase Revenue Estimates
X
REVENUE ESTIMATES (3601)
Increase Expenditure Appropriations
Division
Fund/Division
Transfer Budget Appropriations
SOURCE:
5100
5864
Private Refunds & Rebates
from e)dsting budget appropriations
Px
Number
from additional estimated revenues
Number
from unappropriated Acid balance
EXPLANATION:
NO. BA-
r ,
037
AMOUNT: $22,229.35
Increase in Budgetary Fund Balance
AND Decrease in Budgetary Fund Balance
X No effect on Budgetary Fund Balance
This budget amendment is requested to provide for the following:
To increase revenue estimates and expenditure appropriations for additional work on the Bayside Drive Storm Drain
Improvement Project (C -3198) to be paid for by Pacific Bell.
ACCOUNTING ENTRY:
BUDGETARY FUND BALANCE
Fund
Accoun t
Description
010
3605
Fund Balance
REVENUE ESTIMATES (3601)
Number
Division
Fund/Division
Account
Description
5100
5864
Private Refunds & Rebates
EXPENDITURE APPROPRIATIONS (3603)
Division
Number
Account
Number
Division
Number
Account
Number
Division
Number
Account
Number
Division
Number
Account
Number
Division
Number
Account
Number
Signed:
Signed:
Signed:
Description
7012 Drainage
C5100008 Storm Drain Improvement Program
Amount
Debit Credit
$22,229.35
$22,229.35
nistrative S 'ces Director Dale
City Manager � ate O
City Council Approval: City Clerk
Date
fty of Newport Beach
BUDGET AMENDMENT
2000 -01
i
NO. BA- 037
AMOUNT: $22,229.35
EFFECT ON BUDGETARY FUND BALANCE:
Increase Revenue Estimates Increase in Budgetary Fund Balance
X Increase Expenditure Appropriations AND Decrease in Budgetary Fund Balance
Transfer Budget Appropriations X No effect on Budgetary Fund Balance
, I' T
SOURCE: at � _
from existing budget appropriations ��IA�pp
from additional estimated revenues MAR 2 7y
PX from unappropriated fund balance
EXPLANATION:
This budget amendment is requested to provide for the following:.
To increase revenue estimates and expenditure appropriations for additional work on the Bayside Drive Storm Drain
Improvement Project (C -3198) to be paid for by Pacific Bell
ACCOUNTING ENTRY:
BUDGETARY FUND BALANCE
Fund Account
Description
010 3605
Fund Balance
REVENUE ESTIMATES (3601)
Number
Fund/Division Account
Description
5100 5864
Private Refunds & Rebates
EXPENDITURE APPROPRIATIONS (3603)
Division
Number
Account
Number
Division
Number
Account
Number
Division
Number
Account
Number
Division
Number
Account
Number
Division
Number
Account
Number
Signed:
Signed:
Administrative
Description
7012 Drainage
C5100008 Storm Drain Improvement Program
City
Signed: � !(/ nc. In -
fV�
City Council Approval: City Clerk
Amount
Debit Credit
$22,229.35
$22,229.35
>l�- 3 / :-/-
Director Date
� � O
ate
Y 34�
Date
AMENDMENT NO. 2
TO
PROFESSIONAL SERVICES AGREEMENT WITH DMc ENGINEERING
FOR
BAYSIDE DRIVE AND CARNATION AVENUE STORM
DRAIN IMPROVEMENTS
THIS AMENDMENT No. 2 TO PROFESSIONAL SERVICES
AGREEMENT (hereinafter referred to as "Amendment No. 2 "), entered into this 1322
day of 2001, by and between the City of Newport Beach, a Municipal
Corporation (hereinafter referred to as "City"), and DMc Engineering, whose address is
18 Technology Drive, Suite 100, Irvine, California, 92618, (hereinafter referred to as
"Consultant'), is made with reference to the following:
RECITALS
A. On June 30, 1998, and amended on July 27, 1999, the City and the
Consultant entered into an Agreement to provide for professional engineering services
for construction of drainage improvements on Bayside Drive and Carnation Avenue.
B. CITY and CONSULTANT mutually desire to amend the
AGREEMENT as provided herein.
NOW, THEREFORE, the parties hereto agree as follows:
1. Consultant has provided the services noted below relative to storm
drain improvements in Bayside Drive north and south of County
Road that were not part of the original agreement.
a. Prepare three separate sets of Improvement Plans. One for
Coastal submittal, another for Coastal Improvement final
drawings, and a third for non - Coastal improvements.
b. Analyze pothole data and revise trench drain, two storm
drain laterals, and roadway cross sections on the
construction plans.
C. Re- design the junction structure at County Road in order to
relocate it horizontally and vertically from existing utilities
and private property improvements.
d. Additional reprographic allowance for changes in the
Amendments to the Agreement.
I
2. Consultant shall be compensated for additional services performed
pursuant to this Agreement in the amount and manner set forth in
Exhibit "A ". The maximum fee for additional services shall not
exceed $9,800. The maximum amount of the Agreement as
awarded by Amendment No. 1 is $30,060. The total maximum
amount including Amendment Nos. 1 and 2 is $39,860.
3. The Term of this Agreement and Amendment Nos. 1 and 2 is
extended to June 30, 2001, unless terminated earlier as set forth
herein.
4. Except as expressly modified herein, all other provisions, terms,
and covenants set forth in AGREEMENT shall remain the same
and shall be in full force and effect.
IN WITNESS WHEREOF, the parties have caused this Amendment No. 2
to be executed on the day and year first written above.
APPROVED AS TO FORM:
22
Assistant City Attorney
ATTEST:
CITY OF NEWPORT BEACH
A Municipal Corporation
By:
Mayor
DMc ENGINEERING
Consultant
By: o��% M.JCcn�P�
LaVonne Harkless Derek J. McGre o ' P.E., P.L.S.
City Clerk Principal
f:\usere\pbw\shared\contracts\fy 00- 01%bayside drive stone drain improvements o-3198\dmc engineering amend 2.doc
ExN�aIT'q' .
ADDENDUM NO, 3
ENGINEERING SERVICES
BAYSIDE DRIVEICARNATION AVENUE IMPROVEMENT PLANS
Below are the additional work items and associated fees included in this addendum:
A. En in Bring Services
L Prepare three (3) separate Storm Drain Improvement Plan Sets:
a) Coastal Submittal
b) Coastal Improvement Plans Set
c) Non - Coastal Improvement Plan Set
This work item was not included in our original scope of work for the above project. Therefore,
we request your approval of an additional fee of $3,000 plus a budget amount of $500 for the
cost of blueprints, computer plotting, reproductions and deliveries.
All terms and conditions of our original agreement shall apply to this addendum.
0
ADDENDUM NO. 4
ENGINEERING SERVICES
BAYSIDE DRIVE IMPROVEMENT PLANS
Below are the additional work items and associated fees included in this addendum:
A. Enne_ineering Services
Analyze recently provided pothole data relative to the final plans,
2. Compile the pothole data and revise the trench drain and two (2) storm drain
laterals accordingly.
3. Revise the plans and cross sections relative to the existing pavement sections
provided with the pothole data based on the above. This includes verification of
achieving the recently provided 4" AC over 10" AB minimal pavement section.
This also includes revising the specifications and quantities.
These work items were not included in our original scope of work for the above project.
Therefore, we request your approval of an additional fee of $3,740 plus a budget amount of
$200 for the cost of blueprints, computer plotting, reproductions and deliveries.
All terms and conditions of our original agreement shall apply to this addendum.
ADDENDUM NO.5
ENGINEERING SERVICES
BAYSIDE DRIVE IMPROVEMENT PLANS
Below are the additional work items and associated fees included in this addendum:
A. Engineering Services
Re- design the storm drain juncture structure's horizontal and vertical location at
the intersection of Bayside Drive and County Road. This includes revisions to the
vertical and horizontal location. This is based on our field meeting on 10/2/00 and
subsequently provided fax on 10/4/00 along with City provided field survey data
on 1015100 and will be noted as Delta 2.
These work items were not included in our original scope of work for the above project.
Therefore, we request your approval of an additional fee of $1,360 plus a budget amount of
$200 for the cost of blueprints, computer plotting, reproductions and deliveries.
All terms and conditions of our original agreement shall apply to this addendum.
C
TO: Mayor and Members of the City Council
FROM: Public Works Department
SUBJECT: BAYSIDE DRIVE STORM DRAIN IMPRC
NO. 2 TO PROFESSIONAL SERVICES
ENGINEERING
RECOMMENDATIONS:
08-)
0,3\98
February 13, 2001
'CIVICIV 1 J - MvIr-NUIV1G111
AGREEMENT WITH DMc
Approve Amendment No. 2 to the Professional Services Agreement with DMc
Engineering for $9,800.
2. Authorize the Mayor and the City Clerk to execute Amendment No. 2 to the
Agreement.
DISCUSSION:
On June 30, 1998, the City entered into an Agreement with DMc Engineering to
conduct a drainage assessment of three areas of the City that experienced flooding
during the 1997 -98 rainy season. One of the areas was on Bayside Drive near County
Road where a number of private properties were flooded. As a result of the
assessment, an Agreement was executed on May 12, 1999, to provide design services
for a new drainage system on Bayside Drive in addition to upgrading the existing
drainage system in Bayside Drive from County Road to Femleaf Avenue. Amendment
No. 1 to the Agreement was executed on July 27, 1999, to design additional drainage
facilities in an easement obtained from a property owner on Bayside Drive at County
Road.
As the final design plans were developed, staff felt the project could be expedited if all
improvements requiring Coastal Commission approval were separated from the rest of
the project and completed first. The plans requiring approval were submitted to the
Coastal Commission and a permit was obtained. Meanwhile the remaining design
plans were completed. A second set of drawings was needed to expedite the
construction of a storm drain in an easement adjacent to a home that was under
construction at Bayside Drive at County Road, and a third set of plans were completed
for the remaining improvements. This work was above the contracted scope of work.
Potholing was conducted to locate underground utilities prior to and during construction.
The utilities were found to be in a different location (vertically and /or horizontally) than
SUBJECT: Bayside Drive Storm a Improvements - Amendment No. 2 to Professionaorvioes Agreement with DMc
Engineering
February 13, 2001
Page 2
shown by the utility markings in the field and therefore redesign of a number of facilities
was necessary to complete the drainage improvements.
All the drainage facilities were constructed and completed prior to this year's rains and
have been successful in conveying the Bayside Drive runoff.
The original contract amount for the design of the Bayside Drive drainage
improvements was $23,000. Amendement No. 1, which was for design of the storm
drain system within the easement, amounted to $7,060. The costs for the three
separate sets of plans, plus the pothole revisions were $9,800 (Amendment No. 2).
Therefore, the design costs for the $290,000 construction project were $39,860.
Funds are available in the Storm Drain Improvement Account No. 7012- C5100008 for
Amendment No. 2 ($9,800).
Respe bmitt ,
P BL WORKS DEPARTMENT
Don Webb, Director
y: I 17r.;V;Tx!ZP-0— —
Bill po
City Engineer
Attachment: Amendment No. 2
Location Map
NEWPORT
LOCATION MAP
NOT TO SCALE
M -- PROJECT LOCATION
BAYSIDE DRIVE STORM DRAIN IMPROVEMENTS
C -3198
0 • .
AMENDMENT NO.2
TO
PROFESSIONAL SERVICES AGREEMENT WITH DMc ENGINEERING
FOR
BAYSIDE DRIVE AND CARNATION AVENUE STORM
DRAIN IMPROVEMENTS
THIS AMENDMENT No. 2 TO PROFESSIONAL SERVICES
AGREEMENT (hereinafter referred to as "Amendment No. 2 "), entered into this
day of 2001, by and between the City of Newport Beach, a Municipal
Corporation (hereinafter referred to as "City"), and DMc Engineering, whose address is
18 Technology Drive, Suite 100, Irvine, California, 92618, (hereinafter referred to as
"Consultant'), is made with reference to the following:
RECITALS
A. On June 30, 1998, and amended on July 27, 1999, the City and the
Consultant entered into an Agreement to provide for professional engineering services
for construction of drainage improvements on Bayside Drive and Carnation Avenue.
B. CITY and CONSULTANT mutually desire to amend the
AGREEMENT as provided herein.
NOW, THEREFORE, the parties hereto agree as follows:
1. Consultant has provided the services noted below relative to storm
drain improvements in Bayside Drive north and south of County
Road that were not part of the original agreement.
a. Prepare three separate sets of Improvement Plans. One for
Coastal submittal, another for Coastal Improvement final
drawings, and a thins for non - Coastal improvements.
b. Analyze pothole data and revise trench drain, two storm
drain laterals, and roadway cross sections on the
construction plans.
C. Re- design the junction structure at County Road in order to
relocate it horizontally and vertically from existing utilities
and private property improvements.
d. Additional reprographic allowance for changes in the
Amendments to the Agreement.
0
•
2. Consultant shall be compensated for additional services performed
pursuant to this Agreement in the amount and manner set forth in
Exhibit "A ". The maximum fee for additional services shall not
exceed $9,800. The maximum amount of the Agreement as
awarded by Amendment No. 1 is $30,060. The total maximum
amount including Amendment Nos. 1 and 2 is $39,860.
3. The Term of this Agreement and Amendment Nos. 1 and 2 is
extended to June 30, 2001, unless terminated earlier as set forth
herein.
4. Except as expressly modified herein, all other provisions, terms,
and covenants set forth in AGREEMENT shall remain the same
and shall be in full force and effect.
IN WITNESS WHEREOF, the parties have caused this Amendment No. 2
to be executed on the day and year first written above.
APPROVED AS TO FORM:
LIM
Robin Clauson
Assistant City Attorney
ATTEST:
By:
LaVonne Harkless
City Clerk
CITY OF NEWPORT BEACH
A Municipal Corporation
By:
Mayor
DMc ENGINEERING
Consultant
By:
Derek J. McGregor, P.E., P.L.S.
Principal
f:WSerstpbvAsharedkontracts %fy DD- Oftayside drive storm drain Improvements c- 3198Xdmc engineering amend 2.doo
Exhibit A Summary
Addendum No. 3 $3,500
Addendum No. 4 $30940
Addendum No. 5 $1,560
Additional Miscellaneous
Duplicating And Printing Of
Three Versions Of Plans 800
$9,800
ADDENDUM NO. 3
ENGINEERING SERVICES
BAYSIDE DRIVEXARNATION AVENUE IMPROVEMENT PLANS
Below are the additional work items and associated fees included in this addendum:
I. Prepare three (3) separate Storm Drain Improvement Plan Sets:
a) Coastal Submittal
b) Coastal Improvement Plans Set
c) Non - Coastal Improvement Plan Set
This work item was not included in our original scope of work for the above project. Therefore,
we request your approval of an additional fee of $3,000 plus a budget amount of $500 for the
cost of blueprints, computer plotting, reproductions and deliveries.
All terms and conditions of our original agreement shall apply to this addendum.
ADDENDUM NO.4
ENGINEERING SERVICES
BAYSIDE DRIVE RAPROVEMENT PLANS
Below are the additional work items and associated fees included in this addendum:
, .41 1 I u:
1. Analyze recently provided pothole data relative to the final plans.
2. Compile the pothole data and revise the trench drain and two (2) storm drain
laterals accordingly.
3. Revise the plans and cross sections relative to the existing pavement sections
provided with the pothole data based on the above. This includes verification of
achieving the recently provided 4" AC over 10" AB minimal pavement section.
This also includes revising the specifications and quantities.
These work items were not included in our original scope of work for the above project.
Therefore, we request your approval of an additional fee of $3,740 plus a budget amount of
$200 for the cost of blueprints, computer plotting, reproductions and deliveries.
All terms and conditions of our original agreement shall apply to this addendum.
r
ADDENDUM NO.5
ENGINEERING SERVICES
BAYSIDE DRIVE IMPROVEMENT PLANS
Below are the additional work items and associated fees included in this addendum:
A. Engin� Services
1. Re- design the storm drain juncture structure's horizontal and vertical location at
the intersection of Bayside Drive and County Road. This includes revisions to the
vertical and horizontal location. This is based on our field meeting on 10/2/00 and
subsequently provided fax on 10/4/00 along with City provided field survey data
on 1015100 and will be noted as Delta 2.
These work items were not included in our original scope of work for the above project. .
Therefore, we request your approval of an additional fee of $1,360 plus a budget amount of
$200 for the cost of blueprints, computer plotting, reproductions and deliveries.
All terms and conditions of our original agreement shall apply to this addendum.
0 •
CITY OF NEWPORT BEACH
NOTICE INVITING BIDS
PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS
CITY CLERK
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA 92658 -8915
until 11:00 a.m. on the 30th day of August. 2000,
at which time such bids shall be opened and read for
BAYSIDE DRIVE STORM DRAIN IMPROVEMENTS
Title of Project
Contract No. 3198
$275,000
Engineer's Estimate
Approved
Don Webb
Public Works Director
Prospective bidders may obtain one set of bid documents at no cost
at the office of the Public Works Department, 3300 Newport
Boulevard, P. O. Box 1768, Newport Beach, CA 92658 -8915.
REQUIRED CONTRACTOR LICENSE CLASSIFICATION: "A"
For further infonnation, call Fong Tse, Project Manager at (949) 644 -3311.
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BAYSIDE DRIVE STORM DRAIN IMPROVEMENTS
CONTRACT NO. 3198
TABLE OF CONTENTS
NOTICEINVITING BIDS ..........................................................
............................... Cover
INSTRUCTIONSTO BIDDERS ........................................................
..............................1
BIDDER'S BOND ...............................................................................
..............................3
DESIGNATION OF SUBCONTRACTOR( S) ......................................
..............................4
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
.............. ..............................5
NON - COLLUSION AFFIDAVIT ..........................................................
.....:........................6
NOTICE TO SUCCESSFUL BIDDER ...............................................
..............................7
CONTRACT......................................................................................
..............................8
LABORAND MATERIALS BOND ....................................................
.............................14
FAITHFUL PERFORMANCE BOND ................................................
.............................16
PROPOSAL....................................................................................
...........................PR-1
SPECIALPROVISIONS .................................................................
...........................SP -1
L.A.C.F.C.D. STANDARD PLAN ...... ...............................
.......................APPENDIX
CALIFORNIA COASTAL DEVELOPMENT PERMIT ............
.......................APPENDIX
PAGE 7
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BAYSIDE DRIVE STORM DRAIN IMPROVEMENTS
CONTRACT NO. 3198
INSTRUCTIONS TO BIDDERS
1. The following documents shall be completed, executed and received by the City Clerk in
accordance with NOTICE INVITING BIDS:
INSTRUCTIONS TO BIDDERS
BIDDER'S BOND
DESIGNATION OF SUBCONTRACTORS
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
NON - COLLUSION AFFIDAVIT
PROPOSAL
2. Cash, certified check or cashier's check (sum not less than 10% of the total bid price) maybe
received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid"
shall be clearly marked on the outside of the envelope containing the documents.
3. The City of Newport Beach will not permit a substitute format for the Contract Documents
listed above. Bidders are advised to review their content with bonding and legal agents prior
to submission of bid.
4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently
authorized by the Insurance Commissioner to transact business of insurance in the State of
California, and (2) listed as an acceptable surety in the latest revision of the Federal Register
Circular 570.
5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to
allow the comparison of total bid prices.
6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied
by unit price submitted by the bidder. In the event of discrepancy between wording and
figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of
estimated quantity by unit price, the correct multiplication will be computed and the bids will be
compared with correctly multiplied totals. The City shall not be held responsible for bidder
errors and omissions in the PROPOSAL.
7. The City of Newport Beach resery es the right to reject any or all bids and to waive any minor
irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the
request and expense of the Contractor, securities shall be permitted in substitution of money
withheld by the City to ensure performance under the contract.
0
PAGE 2
The securities shall be deposited in a State or Federal chartered bank in California, as the
escrow agent.
8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial
Relations has ascertained the general prevailing rate of per diem wages in the locality in which
the work is to be performed for each craft, classification, or type of workman or mechanic
needed to execute the contract. A copy of said determination is available 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 -7989 inclusive).
9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5
of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public
Contracts Code, "Subletting and Subcontracting Fair Practices Act".
10. All documents shall bear signatures and titles of persons authorized to sign on behalf of the
bidder. For corporations, the signatures shall be of a corporate officer or an individual
authorized by the corporation. For partnerships, the signatures shall be of a general partner.
For sole ownership, the signature shall be of the owner.
The signature below represents that the above has been reviewed.
%955' J ,5W oJols.S /AEI
Contractor's License No. & Classification
rl 0
PAGE
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BAYSIDE DRIVE STORM DRAIN IMPROVEMENTS
•.. Z• )
We, the undersigned Principal and Surety, our successors and assigns, executors, heirs
and administrators, agree to be jointly and severally held and firmly bound to the City of
Newport Beach, a charter city, in the principal sum of TEN PERCENT OF THE AMOUNT OF
THE BID Dollars ($ 10% OF BID ), to be paid and forfeited to the City
of Newport Beach if the bid proposal of the undersigned Principal for the construction of
13AYSIDE DRIVE STORM DRAIN IMPROVEMENTS, Contract No. 3198 in the City of Newport
Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract
is awarded to the Principal, and the Principal fails to duty enter into and execute the Contract
Documents for the construction of the project in the form required within ten days (not including
Saturday, Sunday, and federal holidays) after the date of the mailing of Notice of Award;
otherwise this obligation shall become null and void.
If the undersigned Principal executing this Bond is executing this Bond as an individual,
it is agreed that the death of any such Principal shall not exonerate the Surety from its
obligations under this Band.
Witness our hands this 23rd day of AUGUST 200 �' M1
GCI CONSTRUCTION, INC.?
Name of Contractor (Principal) Authoriz Sign ?Xr�e1S�¢►t�'
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
Name of Surety nzed Agent Signature
700 N. BRAND BL STE 1250, GLENDALE, CA 91203 SHAWN BLUME, ATTORNEY -IN -FACT,
Address of Surety Print Name and Title
(818) 240 -6960
Telephone
(Notary acknowledgment of Principal & Surety must be attached)
CALIMYIRNIA M. -PI IRPOSr: CERTIPICATF OF
Stateuf California _
County of orange
On Mbefore
rWO
personally; ippeared
JANET L. RUSSELL
N Comm. /1166123
NOTARY PUBLIC -CAMRNa
Onnpe County
R1 Conm. 4prrei Os. 11, 1001 `�
at
Personally known to me
OR
) Proved to the on the basis of sutisfactory evidence, to
be the person(-.) whose name(s) is/arc subscribed to the
within instrument and acknowledged to me that he/she/
they executed the same in his /her /their authorized
capacity(ics), and that by his/her /their signaturc(s) on the
instrument the PC". n(s), or the entity upon behalf of which
the persons) acted, executed the instrument.
OPTIONAL
The data below is not required by law, however It may prove valuable to persons
relying a.n the document and could prevent fraudulent reattachment of this form.
SIGNATt1RF: AUTHORITY OF Slgt :
U INVIVIDMI.
U ColtFolt mF Orru aN(s)
TWMA)
Q PARTNER
U Limrre )
U ATroumey -w -FA( r
O Totesme(s)
O Ct1AR NAN/CONSF:RVATOR
O OTr1ER' _
NAMKS) (} Pr;tlstlN(S) OR EMIAMS) SRaO tS REtRESEN—Wi:
0.
MscitIPTION or ATTACHED DOCUMCNT
TRLE OR TYPE uv [Xict'A7tsT
Nuvaot OF PArmv
DATE OF DOCIIMEW
SIGNER(S) OTB M THAN NAMED Mow
STATE OF
CALIFORNIA
COUNTY OF y RIVERSIDE
On a/a `�
PERSONALLY APPEARED
I SS.
,before me, R. STANDLEY
personally known to me (Q r_-' to ...Pc^ the bar" °£
satisiaetEiry ,...:a,... ^^) to be the person(.} whose name(g}
is /arc subscribed to the within instrument and acknowl-
edged to me that he /executed the same in his/
U ". ;hew authorized capacity(ies), and that by his /Uef�f
-their signature* on the instrument the person4 or the
entity upon behalf of which the persgr4 - acted, executed
the instrument.
WITNESS my hand and official seal.
Signature 0z"
SHAWN BLUME
R.STANOLET
s
COMM. #1263272 �y
NOTARY PUBLIC - CALIFORNIA q
RIVERSIDE COUNTY . -e
H My Cn mm. Em ms June T. 2004 6
OPTIONAL
This area for Official Notarial Seal
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL
❑ CORPORATE OFFICER
❑ PARTNER(S) ❑ LIMITED
❑ GENERAL
® ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑ GUARDIAN/CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSONIS) OR ENTITYIIE6)
Ia081 Rev. 6/94
DESCRIPTION OF ATTACHED DOCUMENT
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER(S) OTHER THAN NAMED ABOVE
ALL - PURPOSE ACKNOWLEDGEMENT
TRAVELS CASUALTY AND SURETY COMPANY OF RICA
TIW-LERS CASUALTY AND SURETY COMP
* FARMINGTON CASUALTY COMPANY
Hartford, Connecticut 06183 -9062 rrt�t`
TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS �If�
Naperville, Illinois 60563 -8458 t ✓• ?.LEA
POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S) -IN-FAC 00
KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,
corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford,
County of Hartford, State of Connecticut, and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, a
corporation duly organized under the laws of the State of Illinois, and having its principal office in the City of Naperville, County of
DuPage, State of Illinois, (hereinafter the "Companies ") hath made, constituted and appointed, and do by these presents make,
constitute and appoint: Michael D. Stung, Shawn Blume or Susan C. Monteon * *
of Riverside, CA, their true and lawful Attomey(s) -in -Fact, with full power and authority hereby conferred to sign, execute and
acknowledge, at any place within the United States, or, if the following line be filled in, within the area there designated
the following instrument(s):
by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the
nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto
and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers
of the Companies, and all the acts of said Attorney(s) -in -Fact, pursuant to the authority herein given, are hereby ratified and
confirmed.
This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are
now in full force and effect:
VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any
Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys -in -Fact
and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe
to sign with the Company's naive and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in
the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such
appointee and revoke the power given him or her.
VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President
may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is
in writing and a copy thereof is filed in the office of the Secretary.
VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional
undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any
Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any
Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if
required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or
by one or more Company officers pursuant to a written delegation of authority.
This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following
Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY, FARMINGTON CASUALTY COMPANY and
TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, which Resolution is now in full force and effect:
VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice
President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any
power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys -in -Fact for
purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney
or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and
certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or
undertaking to which it is attached.
(8-97)
0
PUGS `1tlelat3as;ue ;sissys ' r° • F� °��° r,, .•w
uosueyor •w uoN a' a`o" , a�yy',�'�9; o a! .0*
ci lt6l � s NN00
F8 ylV3S L861 6i 'aHOjumH ? §p'- £
�-�'Y/ �✓ °S�Vb°dU °n 7�'��bpl�� W6'J y g
Owe'
jo st!p sigl paleQ 7nopoouuoJ jo ale1S `ploj11eH jo f<) aqi m 'XuedwoJ aql jo a3lUO owoH agl le paleaS pue pauft
par
ur mou ate '.{luoylnV jo mmup11aJ
aql ur 111103 lag se `sloloatr(l jo spleog oql jo suopnlosag 8urpuelS ayi imp `alounagiteg pue 'pa)Ional uoaq 1ou sey pue a31oj llnl
ur surewat .iluoglny jo oleovipoo pue Souio11V jo 13A1od Patimm pue 8ur03010j ag11eg1 kmi-I9J Ag3m 00 `srournl jo olms
agl jo uollmodto3 xools `SIONII'II 30 ANVdWO3 AI3HIIS (INV AAIVf)SV3 SH3I3AVHI Pue `1n3p3auuoJ jo MIS oql
jo suopetodlo3 sI3ols `ANVdNIOJ AL IVII5Va NOJf)MP1HV3 Pue ANVdNOJ AI MIS 0MV A•L'IVIISVJ SH3I3AVH.L
`VJIII3IIIV 30 ANIVdWOJ AI MIS aNV AIrWIISVJ SH3I3AVHI j0 Gel3t33S IuelsrssV `p308131opun ayl 'I
3.I.VJId1.I.I13J
llneatlal •O anew
wjgnd AMON LOOL 'OE aunt` sandxa uoissnuwo3 An
t Oti �
joataylsuopnlosag
guipumS ayl tapun a31lgo tot /sTq 3o fgwi lne Aq suopel0dto3 ay1 jo jlegaq uo luawnnsur pies ayl palnwxa ays/ag legl pue 'sleas
alelodtoo pris ate luawnllsur pres ay1 of paxlge sleas ayi 1eg1'suoyetodtoa pies jo sleas aql smou l ails/ay ieyl'luownnsur anoge
agl paln3axa y3nlm pue ur p3qu3s3p suopelodlo3 ayi 'SIONII7I 30 ANVdI1IO3 AL3HIIS QNIV ALIVIISVa SH3I3AVH•L
Pug A4VdI1IOJ AL'IVIISVJ NO•L`JNIY+IIIVd `ANVd1KOJ A.LARaS QNV AL'Idf1SVJ SH3'I3AVHI `VaIH31AIV
3O ANWI1iO3 A•LMIS QNV A.L'IVIISVJ SH3I3AVH,L jo Iuaplsa.id aoi toivaS si ays/aq legl Ius pue asodap prp `atoms
Xlnp aw Iq 3uraq `oqm `umoull aw of NOSaWOHL 'M 3JH039 owe3 Alleuostad aw alojaq 6661 'aunt 30 :Cep 11191 sryl uO
luaPreaJd OWAtoluas s
uosdwoylyMa6toa0
�B 6 N3S
'�dem co
SIONPI'H 30 ANVdWOJ ALMS QNV AI'IVIISV.3 911373AVHI
ANVdIAIOJ AI7VIlSVJ NOIOKGV*IV3
ANVdWOJ A13HfIS ONV AI'IVaSVJ SH373AVHI
V31EBW 30 ANVdWOJ AIRMS (M AIZVIISVJ S11373AVIU
?Q�a$V'y1 °i�F�,9�
0 L96i G=i
,�'sbod�r°
��nsv�
u MNO'J � � {rf•�0�rj
6'SOtlOtLMHbn ��'/
a �
oar AA'`vc rittsaM
Qdo&INVH 30 A.INMoo
P10j11sH 'SS f
.Lf131103NNOJ 30 31VIS
'6661 `aunf 30 ,Cep y181 still paxrge oiataq aq of Was
alwodlo3 nayl pue `IUaplsatd 331A .tornaS nagl :Cq pau3rs aq of luauuulsur sr111 posne3 wil SIONI'I'II 30 ANVd1410a AI3HfIS
QNIV Al'lVf1SVJ SH3'I3AVHI Pell ANVdIVO0 AI'IVIISVJ NO.L`JNIINRIV3 `ANVdNOa AI3HIIS QNV AZIVf1SVJ
SH3'I3AVH,L `VJIH3IIIV 30 ANWINOa AIMS QNV A,LIVIISVJ SH3I3AVH,L `3O3H319M SS3N•LIM NI
PAGE 4
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BAYSIDE DRIVE STORM DRAIN IMPROVEMENTS
CONTRACT NO. 3198
DESIGNATION OF SUBCONTRACTOR(S)
State law requires the listing of all subcontractors who will perform work in an amount in
excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the
Contractor represents that he /she is fully qualified to and will be responsible for performing that
portion of the work. Substitution of subcontractors shall be made only in accordance with State
law and /or the Standard Soecificetions for Public Works Construction, as applicable.
Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted
for any monies to be withheld to ensure performance under the Contract.
The Bidder, by signing this designation, certifies that bids from the following
subcontractors have been used in formulating the bid for the project and that these subcontractors
will be used subject to the approval of the Engineer and in accordance with State law. No
changes may be made in these subcontractors except with prior approval of the City of Newport
Beach.
2.
3.
4.
5.
6.
7.
8.
9.
Subcontract Work Subcontractor
At. {tai I riy
�b � a
0
PAGE 5
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BAYSIDE DRIVE STORM DRAIN IMPROVEMENTS
CONTRACT NO. 3198
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character to that
proposed herein which he /she has performed and successfully completed.
Year Project Person Telephone
CCompleettedd, � Name /Agency To Contact umber
a.cAfi 1jimblAb'
to
C I CONSTRUCTION, INC•
FORMERLY: GILLESPIE CONSTRUCTION INC.
COMPLETED PROJECTS
As of May 31, 2000
CUSTOMER NAME & ADDRESS JOB #/ LOCATION
CONTRACT
AMOUNT
CITY OF FOUNTAIN VALLEY
017 Park & Ride Lot at the Fountain Valley
166,669
10200 Slater Avenue
Recreation Center
Fountain Valley, CA 92708
(714) 593-4400
CITY OF LAGUNA BEACH
025 Virginia Park Drive, Skyline Drive & Vista Lane
315,315
505 Forest Avenue
Storm Drain
Laguna Beach, CA 92651
(949) 497 -0351
CITY OF NEWPORT BEACH
009 Water Line Replacements & Alley
26,243
3300 Newport Blvd.
ReconstructionMarcus
Newport Beach, CA 92658 -8915
012 Jamboree Road Sewer Improvement
139,730
(949) 644 -3311
018 Central Balboa Water, Sewer & Alley
495,804
Improvements & West Newport Beach Main
Replacement, Phase II
CITY OF ROSEMEAD
013 Storm Drain Improvements
330,031
8838 East Valley Blvd.
Rosemead, CA 91770
(626) 288 -6671
CITY OF TORRANCE
016 Constructionof CMP Replacement Program
1,021,000
3031 Torrance Blvd.
1998 -199
Torrance, CA 90509 -2970
026 Construction of Arnie Avenue Retention Basin
423,078
(310) 618 -2820
Force Main
C.W. DRIVER
035 "Perilous Plunge" - Utilities
215,583
7442 North Figueroa Street
Los Angeles, CA 90041 -1710
(323) 259 -8600
IRVINE RANCH WATER DISTRICT
001 Bonita Creek Park Trunk Sewer Relocation
621,100
15600 Sand Canyon Avenue
Irvine, CA 92618
(949) 453 -5585
JOHN LAING HOMES
037 Laing Homes Meadowlark Utilities- Tract 15472
99,981
19600 Fairchild, Suite 150
Irvine, CA 92612
(949) 476 -9090 Ext. 230
G: 3=t \GCNOBLISI\GCI REFERENCE SHTAM Page 1 of 3
05 C I CONSTRUCTION, INC•
FORMERLY: GILLESPIE CONSTRUCTION INC.
COMPLETED PROJECTS
As of May 31, 2000
CUSTOMER NAME & ADDRESS JOB #/ LOCATION
CONTRACT
AMOUNT
KNOTT'S BERRY FARM
010 Coasters Restaurant Knott's Berry Farm
12,820
8039 Beach Blvd.
023 "Wipe Out" & "Scrambler"
71,031
Buena Park, CA 90620
027 "Soak City" Demo
123,882
(714) 220 -5227
028 Parking Lot Rehab for Restriping
51,309
029 Employee Parking Lot
29,418
030 "Soak City" - Water Lines
13,000
031 Mechanical Pump Buildings - "Soak City"
899,999
032 "Soak City" - Grading
572,073
033 "Soak City" - Utilities
498,067
034 "Perilous Plunge" -Demo
159,750
039 Cross Town Sewer
210,708
041 "Soak City" - Asphalt Paving
170,394
043 "Soak City" - Concrete Flatwork
753,828
044 "Soak City" - Wall #1 for Ramp to Bridge
94,590
046 Grand Avenue Drop Off - Knott's Berry Farm
102,136
054 Stanton Avenue Phase - 1
136,071
055 Housekeeping Pads - "Soak City"
9,812
LOYOLA MARYMOUNT UNIVERSITY
002 L.M.U. Export - Playa Vista
716,502
7900 Loyola Blvd.
Los Angeles, CA 90045 -8370
(310) 338 -7762
MISSION VIEJO CHRISTIAN CHURCH_
011 Mission Viejo Christian Church
11,222
27405 Puerta Real Suite 360
Mission Viejo, CA 92691
(714) 768 -0209
MR. JOHN THORSELL
006 Water Line Relocation- Dana Point
13,709
1 Santa Lucia
Dana Point, CA 92629
(949) 448 -8722
PACIFIC BUILDING INDUSTRIES
024 Bayside Restaurant - Newport Beach
2,700
3190 -K Airport Loop Drive
Costa Mesa, CA 92626
(714) 755 -0299
PERDOMO BLT ENTERPRISES, LLC
003 East L.A. Recycling and Transfer Station
::]144
511 Spectrum Avenue
Oxnard CA 93030
(805) 278 -8220
G:U=et\GCNOBLISINGCI REFERENCE SHT.doc Page 2 of 3
C I CONSTRUCTION, INA
FORMERLY: GILLESPIE CONSTRUCTION INC.
COMPLETED PROJECTS
As of May 31, 2000
CUSTOMER NAME & ADDRESS JOB #/ LOCATION
CONTRACT
AMOUNT
PLAYA CAPITAL COMPANY, LLC
004 Placement of LMU Import Material
132,470
12555 West Jefferson Blvd., Suite 300
Los Angeles, CA 90066
(310) 822 -0074
PORT OF LONG BEACH
925 Harbor Plaza Drive, 4th Floor
Long Beach, CA 90801
(562) 437 -0041
022 Removal of Nicholson Avenue Ramp
128,153
SOUTH COAST WATER DISTRICT
007 Coastal Treatment Plant - Export Sludge Force
Main Phase III
015 Camino De Estrella Sewer Main
93,109
110,767
31592 West Street
Laguna Beach, CA 92607
(949) 499 -4555
SOUTHERN CA WATER COMPANY
045 Albertoni Blvd., East of Avalon Blvd. - 12" DI
Pipe Watermain Installation
142,229
17140 South Avalon Blvd., Suite 100
Carson, CA 90746
(310) 767 -8205
WALNUT VALLEY UNIFIED SCHOOL
008 Morning Sun Landslide Site - Walnut
25,392
DISTRICT
880 South Lemon Avenue
Walnut, CA 91789
(909) 595 -1261 Ext. 1378
G:U=tNGCN0BLIST\GC1 REFERENCE SHT.dm
Page 3 of 3
• 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BAYSIDE DRIVE STORM DRAIN IMPROVEMENTS
CONTRACT NO. 3198
NON - COLLUSION AFFIDAVIT
State of California )
ss.
County of - c 1 )
PAGE
TerLA b.6(i (fwic, _, being first duly §§worn dgposes and says that he or she is
re1S:Ldn_B1f of 6G ahI -T-M i the party making the
foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person,
partnership, company, association, organization, or corporation; that the bid is genuine and not
collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of,
or on behalf of, any undisclosed person, partnership, company, association, organization, or
corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or
indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or
indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham
bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or
indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of
the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of
that of any other bidder, or to secure any advantage against the public body awarding the contract
of anyone interested in the proposed contract; that all statements contained in the bid are true;
and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any
breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or
paid, and will not pay, any fee to any corporation, partnership, company association, organization,
bid depository, or to any member or agent thereof to effectuate a collusive or sham bid.
I declare under penalty of perjury of the laws of the State of California that the foregoing is true
and correct.
r ei CxnsVan
Bidder
Subscribed and sworn to before me thisday of
Brf
RUSSELL
,y,,L Z
t omm. 166123 N
NOTARY PUBLIC - CALIFORNIA
Droop County
J
• 0
PAGE 7
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BAYSIDE DRIVE STORM DRAIN IMPROVEMENTS
CONTRACT NO. 3198
NOTICE TO SUCCESSFUL BIDDER
The following Contract Documents shall be executed and delivered to the Engineer within
ten days (not including Saturday, Sunday and Federal holidays) after the date of receipt Notice of
Award to the successful bidder:
• CONTRACT
• LABOR AND MATERIALS PAYMENT BOND
• FAITHFUL PERFORMANCE BOND
The City of Newport Beach will not permit a substitute format for these Contract
Documents. Bidders are advised to review their content with bonding, insuring and legal agents
prior to submission of bid. Certificate(s) of Insurance, General Liability Insurance
Endorsement, and Automobile Liability Insurance Endorsement shall be provided as
required by the Contract Documents and delivered to the Engineer within ten. days (not
including Saturday, Sunday, and Federal Holidays) after the date of receipt of the Notice of
Award to the successful bidder.
The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by
an insurance organization or surety (1) currently authorized by the Insurance Commissioner to
transact business of insurance in the State of California, and (2) listed as an acceptable surety in
the latest revision of the Federal Register Circular 570.
Pursuant to Public Contract Code Section 22300, appropriate securities may be
substituted for any monies to be withheld to ensure performance under the Contract
Insurance companies affording coverage shall be (1) currently authorized by the Insurance
Commissioner to transact business of insurance in the State of California, and (2) assigned
Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance
with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be
provided as specked in the Standard Specifications for Public Works Construction, except as
modified by the Special Provisions. Certificates of Insurance and additional insured
endorsements shall be on the insurance company's forms, fully executed and delivered with the
Contract. The Notice to Proceed will not be issued until all contract documents have been
received and approved by the City.
0 0
PAGE
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BAYSIDE DRIVE STORM DRAIN IMPROVEMENTS
CONTRACT NO. 3198
CONTRACT
THIS AGREEMENT, entered into this 12th day of September, 2000, by and between the
CITY OF NEWPORT BEACH, hereinafter "City," and GCI Construction, Inc., hereinafter
"Contractor," is made with reference to the following facts:
WHEREAS, City has advertised for bids for the following described public work:
BAYSIDE DRIVE STORM DRAIN IMPROVEMENTS
Project Description
3198
Contract No.
WHEREAS, Contractor has been determined by City to be the lowestsesponsible bidder and
Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's
careful examination of all Contract documents, plans and specifications.
NOW, THEREFORE, City and Contractor agree as follows:
A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the
following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's
Bond, Non - Collusion Affidavit, Faithful Performance Bond, Labor and Materials Payment
Bond, Permits, General Conditions, Standard Special Provisions and Standard Drawings,
Plans and Special Provisions for Contract No. 3198, Standard Specifications for Public
Works Construction (current adopted edition and all supplements) and this Agreement,
and all modifications and amendments thereto (collectively the "Contract Documents ").
The Contract Documents comprise the sole agreement between the parties as to the
subject matter therein. Any representations or agreements not specifically contained in
the Contract Documents are null and void. Any amendments must be made in writing,
and signed by both parties in the manner specified in the Contract Documents.
B. SCOPE OF WORK Contractor shall perform everything required to be performed, and
shall provide and furnish all the labor, materials, necessary tools, expendable equipment
and all utility and transportation services required for the Project:
All of the work to be performed and materials to be furnished shall be in strict accordance
with the provisions of the Contract Documents. Contractor is required to perform all
activities, at no extra cost to City which are reasonably inferable from the Contract
Documents as being necessary to produce the intended results.
E
PAGE 9
C. COMPENSATION As full compensation for the performance and completion of the
Project as required by the Contract Documents, City shall pay to Contractor and
Contractor accepts as full payment the sum of two hundred twenty-four thousand, six
hundred twenty-seven and 001100 Dollars ($224,627.00).
This compensation includes:
(1) Any loss or damage arising from the nature of the work,
(2) Any loss or damage arising from any unforeseen difficulties or obstructions in the
performance of the work,
(3) Any expense incurred as a result of any suspension or discontinuance of the work, but
excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the
Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance
of the work by City.
D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before
making its final request for payment under the Contract Documents, Contractor shall
submit to City, in writing, all claims for compensation under or arising out of this Contract.
Contractor's acceptance of the final payment shall constitute a waiver of all claims for
compensation under or arising out of this Contract except those previously made in writing
and identified by Contractor in writing as unsettled at the time of its -final t request for
payment.
E. WRITTEN NOTICE Any written notice required to be given under the. Contract
Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid,
directed to the address of Contractor and to City, addressed as follows:
CITY U V K I KAI, I _UK
City of Newport Beach GCI Construction, Inc.
Public Works Department 345 Fischer Avenue, B -3
3300 Newport Boulevard Costa Mesa, CA 92626
Newport Beach, CA 92663 Attention: Terry Gillespie
Attention: Fong Tse (714) 957 -0233
(949) 644 -3340
F. LABOR CODE 3700 LIABILITY INSURANCE
Contractor, by executing this Contract, hereby certifies:
"I am aware of the provisions of Section 3700 of the Labor Code which requires every
employer to be insured against liability for Workers' Compensation or undertake self -
insurance in accordance with the provisions of the Code, and I will comply with such
provisions before commencing the performance of the work of this Contract."
G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less
than A:ViI and insurers must be a California Admitted Insurance Company.
Contractor shall furnish City with certificates of insurance and with original
endorsements effecting coverage required by this Contract. The certificates and
endorsements for each insurance policy are to be signed by a person authorized by that
0 0
PAGE 10
insurer to bind coverage on its behalf. All certificates and endorsements are to be
received and approved by City before work commences. City reserves the right to
require complete, certified copies of all required insurance policies, at any time.
Contractor shall procure and maintain for the duration of the contract insurance against
claims for injuries to persons or damages to property which may arise from or in
connection with the performance of the work hereunder by Contractor, his agents,
representatives, employees or subcontractors. The cost of such insurance shall be
included in Contractor's bid.
1. Minimum Scope of Insurance
Coverage shall be at least as broad as:
a) Insurance Services Office Commercial General Liability coverage "occurrence"
form number CG 0001 (Edition 11185) or Insurance Services Office form number
GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance
Services Office form number GL 0404 covering Broad Form Comprehensive
General Liability.
b) Insurance Services Office Business Auto Coverage form number CA 0001 0187
covering Automobile Liability; code 1 "any auto" and endorsement CA 0029..1288 .
Changes in Business Auto and Truckers Coverage forms - Insured Contract.
c) Workers' Compensation insurance as required by the Labor Code of the State of
California and Employers Liability insurance.
2. Minimum Limits of Insurance
Coverage limits shall be no less than:
a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily
injury, personal injury and property damage. If Commercial Liability Insurance or
other form with a general aggregate limit is used, either the general aggregate
limit shall apply separately to this project/location or the general aggregate limit
shall be twice the required occurrence limit.
b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily
injury and property damage.
c) Workers' Compensation and Employers Liability: Workers' compensation limits
as required by the Labor Code of the State of California and Employers Liability.
3. Deductibles and Self- Insured Retentions
Any deductibles or self- insured retentions must be declared to and approved by City.
At the option of City, either: the insurer shall reduce or eliminate such deductibles or
self - insured retentions as respects City, its officers, officials, employees and
volunteers; or Contractor shall procure a bond guaranteeing payment of losses and
related investigations, claim administration and defense expenses.
0 6
PAGE 11
4. Other Insurance Provisions
The policies are to contain, or be endorsed to contain, the following provisions:
a) General Liability and Automobile Liability Coverages
City, its officers, officials, employees and volunteers are to be covered as
additional insureds as respects: liability arising out of activities performed by
or on behalf of Contractor, including the insured's general supervision of
Contractor; products and completed operations of Contractor; premises
owned, occupied or used by Contractor; or automobiles owned, leased, hired
or borrowed by Contractor. The coverage shall contain no special limitations
on the scope of protection afforded to City, its officers, officials, employees or
volunteers.
ii. Contractor's insurance coverage shall be primary insurance and /or primary
source of recovery as respects City, its officers, officials, employees and
volunteers. Any insurance or self - insurance maintained by City, its officers,
officials, employees and volunteers shall be excess of. the Contractor's
insurance and shall not contribute with it.
iii. Any failure to comply with reporting provisions of-the policies.shall not-affect ...
coverage provided to City, its officers, officials, employees and volunteers.
iv. Contractor's insurance shall apply separately -to. each insured against whom
claim is made or suit is brought, except with respect to the limits of the
insurer's liability.
v. The insurance afforded by the policy for contractual liability shall include
liability assumed by contractor under the indemnification /hold harmless
provision contained in this Contract.
b) Workers' Compensation and Employers Liability Coverage
The insurer shall agree to waive all rights of subrogation against City, its officers,
officials, employees and volunteers for losses arising from work performed by
Contractor for City.
c) All Coverages
Each insurance policy required by this clause shall be endorsed to state that
coverage shall not be suspended, voided, canceled, rescinded by either
party, reduced in coverage or in limits except after thirty (30) days' prior
written notice by certified mail, return receipt requested, has been given to
City.
5. Acts of God
Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for
the repairing and restoring damage to Work, when damage is determined to have
been proximately caused by an Act of God, in excess of 5 percent of the Contract
• •
PAGE 12
amount provided that the Work damaged is built in accordance with the plans and
specifications.
6. Right to Stop Work for Non - Compliance
City shall have the right to offer the Contractor to stop Work under this Agreement
and /or withhold any payment(s) which become due to Contractor hereunder until
Contractor demonstrates compliance with the requirements of this article.
H. RESPONSIBILITY FOR DAMAGES OR INJURY
City and all officers, employees and representatives thereof shall not be responsible in
any manner: for any loss or damages that may happen to the Work or any part
thereof; for any loss or damage to any of the materials or other things used or
employed in performing the Work, for injury to or death of any person either workers or
the public; or for damage to property from any cause arising from the construction of
the work by Contractor, or its subcontractors, or its workers, or anyone employed by it.
2. Contractor shall be responsible for any liability imposed by law and for injuries to or
death of any person or damage to property resulting from defects, obstructions or from
any cause arising from Contractor's work on the Project, or the work of any
subcontractor or supplier selected by the Contractor.
3. Contractor shall indemnify, hold harmless, and-defend City, its officers:and employees .
from and against (1) any and all loss, damages, liability, claims, allegations. of liability,
suits, costs and expenses for damages of any nature whatsoever, including, but not
limited to, bodily injury, death, personal injury, property damages, or any other claims .
arising from any and all acts or omissions of Contractor, its employees, agents or
subcontractors in the performance of services or work conducted or performed
pursuant to this Contract; (2) use of improper materials in construction of the Work; or,
(3) any and all claims asserted by Contractor's subcontractors or suppliers on the
project, and shall include reasonable attorneys' fees and all other costs incurred in
defending any such claim. Contractor shall not be required to indemnify City from the
sole or active negligence or willful misconduct of City, its officers or employees.
4. To the extent authorized by law, as much of the money due Contractor under and by
virtue of the Contract as shall be considered necessary by City may be retained by it
until disposition has been made of such suits or claims for damages as aforesaid.
5. Nothing in this article, nor any other portion of the Contract Documents shall be
construed as authorizing any award of attorneys' fees in any action to enforce the
terms of this Contract, except to the extent provided for in H.3, above.
6. The rights and obligations set forth in this Article shall survive the termination of this
Contract.
I. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other
Contract Documents by Contractor is a representation that Contractor has visited the
Project Site, has become familiar with the local conditions under which the work is to be
performed, and has correlated all relevant observations with the requirements of the
Contract Documents.
Page 13
J. CONFLICT If there is a conflict between provisions of this Contract and any other
Contract Document, the provisions of this Contract shall prevail.
K. WAIVER A waiver by City or any term, covenant, or condition in the Contract
Documents shall not be deemed to be a waiver of any subsequent breach of the same or
any other term, covenant or condition.
IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day
and year first written above.
U I Y L LtKK
APP ED AS TO FORM:
CWY ATTORNEY
CITY OF NEVPORT BEACH
A Municipal orporation
0
GCI
and Title
�l C- - IdQK+-
yC aD CERTIFICA76 OF LIABILITY INSU NC ID SG DATE (MMDWYY)
ICO -1 10/03/00
PRODUCER
James Econn & Co. Insurance
CA- License #0340047
445 S. Figueroa St., 36th Fl.
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
Los Angeles CA 90071 -1602
Phone:213 -629 -3131 Fax:213 -629 -4440
INSURED
INSURER A: Caliber One
INSURER B: General Security
GENERAL LIABILITY
X COMMERCIAL GENERAL LIABILITY
CLAIMS MADE ®OCCUR
GCI Construction, Inc., at al,
ATTN: Janet Russell
245 Fischer Avenue B -3
Costa Mesa CA 9262E
INSURERC: Frontier Insurance
INSURER D: Generali
INSURER E:
V THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
LTR I
TYPE OF INSURANCE
POLICY NUMBER
pA M F
DATE MMRt
LIMITS
A
GENERAL LIABILITY
X COMMERCIAL GENERAL LIABILITY
CLAIMS MADE ®OCCUR
CGO-001329-01
01/01/00
04/01/01
EACH OCCURRENCE
$1,000,000
FIRE DAMAGE (Any one fire)
$5Q, 000
MED EXP Wy ale person)
S
PERSONAL B ADV INJURY
$1,000,000
GENERAL AGGREGATE
32,000,000
GEHL AGGREGATE LIMIT APPLIES PER:
POLICY Fil jECT LOC
PRODUCTS - COMPIOPAGG
$1,000,000
D
AUTOMOBILE
LABILITY
ANYAUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIREDAUTOS
NON -OWNED AUTOS
1000002121
04/01/00
04/01/01
COMBINED SINGLE LIMIT
(Eae dent)
$1,000,000
X
BODILY INJURY
(Per Pelson)
$
BODILY INJURY
(Per aeddenq
$
X
X
PROPERTY DAMAGE
(Per ecddenl)
$
GARAGE LIABILITY
ANY AUTO
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EA ACC
AUTO ONLY: AGG
S
S
B
EXCESS LIABILITY
X OCCUR CLAIMS MADE
DEDUCTIBLE
RETENTION $
CE9000043
01/01/00
04/01/01
EACH OCCURRENCE
s4,000,000
AGGREGATE
s4,000,000
S I R
SO
$
S
C
WORKERS COMPENSATION AND
EMPLOYERS'LUIBILITY
WC6521952
09/15/00
09/15/01
_
X TORY LBATTS ER
E.L. EACH ACCIDENT
$1,000,000
E.L. DISEASE - EA EMPLOYEE
$1,000,000
E.L. DISEASE - POLICY LIMIT
$1,000,000
OTHER
DESCRIPTION OF OPERATN) NSILOCATIONSNEWCLESIEXCLLtMONS ADDED EN RSEMENTB ULL PEC PROVISIONS /O
Re: Bayside Drive Storm Drain Improvem nt - Contract No: 31 These (�
policies shall be primary and /or primary source of recovery as respects
City, its officers, officials, employees and volunteers. Any insurance or
self- insurance maintained by the City,its officers, officials, employees or
volunteers shall be excess of these poicies & shall not contribute with it.
UQM II, 1M^I G" I 1
City of Newport Beach
public Works Department
Attn: Fong Tae
3300 Newport Boulevard
Newport Beach, CA 92663
NEWPORT I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30* DAYSWRITTEN
TICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO $O SHALL
POSE NO OBLIGATION G/MVBILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
ACORD 253 (7197)
ENDORSEMENT #3
0
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement, effective 111100 at 12:01 A.M. Standard time, forms a part of Policy Number
CGO 0001329.01 issued to GCI Construction, Inc. by Caliber One Indemnity Company.
This endorsement modifies insurance provided for under the following:
Commercial General Liability Coverage Form (Occurrence)
PARENTAL GUARANTY ENDORSEMENT
It is agreed that PMA Reinsurance Corporation guarantees the performance of Caliber One Indemnity Company's
obligations under this policy.
PMA Reinsurance Corporation
1735 Market Street, Suite 2800
Philadelphia, PA 19103
Authorized Representative
_ ndumnity Conw ..;
CUM (01188) Page 1 of 1
POLICY NUMBER: CGO 001 #01 C &ERCIAL. GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - (FORM B)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
SCHEDULE
Name of Person or Organtzatton:
City of Newport Beach, its officers, officials, employees and
volunteers, for boidly injury and property damage arising out of the
activities performed by or on behalf of Contractor under Contract No.3198.
(If no entry appears above, information required to complete this endorsementwill be shown in the Declarations as
applicable to this endorsement)
WHO IS AN INSURED (Section 11) is amended to include as an insured the person or organization shown in the
Schedule, but only with respect to liability arising out of "your work" for that insured by or for you.
This policy shall be primary insurance and /or primary source of recovery
as respects City, its officers, officials, employees and volunteers. Any
insurance or self - insurance maintained by City, its officers, officials,
employees and volunteers shall be excess of this insurance and shall not
contribute with it.
CG 20 10 1185 Copyright Insurance Services OfRee, Inc., 1964
Page 1 of 1 O
ENDORSEMENT #5
n
L�
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement, effective- 111100 at 12:01 A.M. Standard time, forms a part of Policy Number
CGO 0001329.01 issued to GCI Construction, Inc. by Caliber One Indemnity Company.
This endorsement modifies insurance provided for under the following:
Commercial General Liability Coverage Form (Occurrence)
ADDITIONAL INSURED - BLANKET FORM
WHO IS AN INSURED (Section II) is amended to include as an insured the person(s) or organization(s) shown in
the Schedule as an insured but only with respectto liability arising out of "bodily injury' or "property damage ".
SCHEDULE
All certificates of insurance holders you have agreed to include as an insured prior to an °occurrence" or offense.
Name of Person or Organization:
As required by written contract.
Authorized Representative
- Corrwany
COLE01 (01 -98) Page 1
i
ENDORSEMENT H
•
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement, effective - 111100 at 12:01 A.M. Standard time, fors a part of Policy Number
CGO 0001329.01 issued to GCI Construction., Inc. by Caliber One Indemnity Company.
This endorsement modifies insurance provided for under the following:
Commercial General Liability Coverage Form (Occurrence)
WAIVER OF TRANSFER RIGHTS OF RECOVERY AGAINST OTHERS
We waive any right of recovery we may have against the person or organization shown in the Schedule because
of payments we make for injury or damage arising out of "your work* done under a contract with that person or
organization. The waiver applies only to the person or organization shown in the Schedule.
Name of Person or Organization: As required by written contract
Authorized Representative
nde_lty
COI.E64 (01/98) Page 1 of 1
CCI CONSTRUCTION, INC. i w
Policy No: WC6521952
WORIERS COMPENSATION AND BMPLOYM UABI W INSURANCE POLICY
=
WAIVER OF OUR RIGHTTO RECOVER FROM OTHERS EM CIORSEMENT-
. CALIFORNIA
We have the rlgnt to moover our payments from anyone liable for an Injury covered by this 3 otcy. We will not enforce
our right against the person or organization named In the Schedule. UhIS egreemant apl4":t only to the extent that
you perform work under a wrtttart contract that requires you to obtain this agreement fromtu i.;
You must maintain payroll records accurately segregating the remuneration of your emplclails while engaged in the
work described in the Schedule.
The additional premlumlor this endorsement shall be 5 St, of the California works-t' compensation premium
otherwise due on such remuneration.
PERSON OR ORGANIZATION
City of Newport Beach, its officers,
officials, employees and volunteers
1
SCHEDULE
JOB 10I3CP IPTiON
Contract No: 3198
Bayside Drive Storm Drain Improvement
OCT -06 -00 FRI 09:07 AM FAX NO. P. 01 /10
KCAL- SURANCE
California Insurance License 0256292
--------------------........----- .......--------........----.-..
COMMERCIAL DEPARTMENT
FAX COVER SHEET
............................... ...............................
DATE: 10/612000
TIME: 8:54 AM
TOTAL NO. OF PAGES INCLUDING COVER ('10)
TO FROM
---- -•--------------- --..........---
FAX NO.:
(949)644.3318
FAX NO.:
(714)9391654
COMPANY:
City of Newport Beach
SENDER:
Celia James
ATTENTION: Shauna Oyler PHONE NO.: (714)940 -6828
EMAIL: cjames @caisumnce.com
................................. .... .. .. .......................
RE: Certificate of insurance —
GCI Construction, Inc.
Dear Shauna:
Enclosed is the checked certificate of Insurance for GCI Construction, Inc. Please refer to the
bottom of the checklist for requirements that are not met.
Should you have any questions with regards to this request, feelf Me to give me a call.
Thank you.
Celia
333 City Boulevard West, Orange, CA 92868 • P.O. Dolt 7048, Orange, CA 92863-7048. 714 - 939 -0800 • 714 - 939 -1654
0 •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
BAYSIDE DRIVE STORM DRAIN IMPROVEMENTS
CONTRACT NO. 3198
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard, P.O. Box 1768
Newport Beach, California 92658 -8915
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 and shall perform all work
required to complete Contract No. 3198 in accordance with the Plans and Special
Provisions, and will take in full payment therefore the following unit prices for the
work, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
Bid Items No 1 & No 2 oertain to Plan Nos. D- 5244 -S and D- 5247 -S.
1. L.S. Mobilization
Dollars
and od
Cents $
Per Lump Sum
2. L.S. Traffic Control
@ "T hy-e :Vm(L � Dollars
and
0 a Cents $
Per Lump Sum
0
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
Bid Items No 3 through No 15 pertain to work shown on Plan No. D- 5244 -S.
3. 4 Each Construct Grate Inlet, W = 6.40'
@ Dollars
and
q Cents $ 14.TQ 0o $1,OOC - 00
Per Each
4. 1 Each Construct Grate Inlet, W = 23.64'
@A-jey T6vd& 4ollars
and
KC Cents
Per Each
5. 1 Each Construct Junction Structure
@S-9&&ydrj j�° �(/i1CIY� Dollars
and
((d Cents
Per Each
6. 170 L.F. Install 18" RCP Storm Drain (2000D)
C %I
almdr6d ♦��, Dollars
and
_$
Per Linear ..
7. 2 Each Construct Pipe Collar
@ Dollars
and
R9 Cents $ 4'30()•30 $
Per Each
8. L.S. Install Grate Inlet T p : Fossil Model 2436
@ Sars
and
ka Cents
Per Lump Sum
w //
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
9. 120 L.F. Reconstruct Curb & Gutter (Drive Approach)
@ =ILL-,k4l S IL Dollars
and
AZ Cents $,�&'o_ $ 20. _
Per Linear Foot
10. 2 Each Remove and Re- install Existing Interfering
Water Service
@ -gip tndi(�Q Dollars
and
(� Cents $1,3Q8.aj $�Z(OW.00
Per Each
11. 360 S.F. Reconstruct PCC Drive Approach
@ Dollars
and
110 Cents $ -7.00 $2�SZp• °°
Per Square Foot
12. L.S. Restore Existing Private Improvements
Damaged by the Work
@I �xtJtt CY IGLU Dollars
and
Cents $
Per Lump Sum
13. L.S. Cradle Between Gas Main
and New Grate Inlet
yL}r�y Dollars
and
�g Cents $ l
Per Lump Sum
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
14. L.S. Trench Shoring
@ Dollars
and
Cents
Per Lump Sum
15. 1 Each Adjust Water Valve Cover to
New Finished Grade
Dollars
•
Cents $ it'
Per Each
Bid Items No 16 through 31 pertain to work shown on Plan No. D- 5247 -S.
16. 20,325 S.F. Grind Existing AC (Min. 2" deep)
@ no Dollars
and
Cents $ el% $ 800
Per Square Foot
17. 342 Ton Construct AC Overlay
@ Dollars
and
R9 Cents
Per Ton
18. 190 S.F. Reconstruct PCC Drive Approach
$ P51-00 $ 1-7 00
@ Ten Dollars
and ap
(lg Cents $ t0 °o $ 1iQ00•
Per Square Foot
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
19. 1 Each Modify Existing Catch Basin
@ r;(CQVI �(�19Us2wid Dollars
and
(� Cents $ 8)0i $ E3 Oe
Per Each
20. 2 Each Modify Existing Catch Basin Bottom
@ Dollars
and
(lg Cents $ I1 G0 $ ryy� 0c)
Per Each
21. 30 L.F. Reconstruct Curb & Gutter
@ Tu Dollars
and
(� Cents $,Z7 .do $ S10.00
Per Linear Foot
22. 50 L.F. Install 24" RCP Storm Drain (2000D)
Dollars
and
(gyp Cents $ 2-4Z°3 $!Z+ 100.00
Per Linear Foot
23. 37 L.F. Install 18" RCP Storm Drain (2000D)
@A0A! ive-.1 Dollars
and
(L Cents $
Per Linear Foot
24. 1 Each Construct Catch Basin W = 28'
@124"L VegJq
ollars
and
ad Cents
Per Each
."'1.1 ., : 111•
0 0
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
25. L.S. Temporary Traffic Pavement,
Striping & Markings
@ oe4o) "dr4d Dollars
and
/lq Cents
Per Lump Sum
26. L.S. Install Catch Basin Type Fossil Filters
Model"21and CI �o*2-8-
b Ilars
and
nQ Cents
Per Lump Sum
27. 6 Each Adjust Manhole to New
Finished Grade
�/ "
Mug..
@-r} (a Dollars
and
NO Cents $ 0O° $ 2i0q6•p°
Per Each
28. 4 Each Adjust Water Valve to New
Finished Grade
@-�ir,�tlMo�Y�- t'1111�c1.0 Dollars
and
_ no Cents $ Z?Z°d $ 9A,o6
Per Each
29. 1 Each Adjust Monument Cover to
New Finished Grade
@�—tLW 14Wr4pd jQabh Dollars
and
(lo Cents
Per Each
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
30. L.S. Trench Shoring
@T5m—*wSa*Y Dollars
and
(La Cents
Per Lump Sum
31. 1 Each Remove Existing Fire Hydrant and
Install New Fire Hydrant
$2�a
@-rLr444SJZdkkhjred Dollars
and
Ad Cents $ 3 9" $ 3— 100 0
Per Each
TOTAL PRICE IN WRITTEN WORDS
T, min rTix° VI, _ Oc1S Dollars and
\ Cents $ 2Z , (O Z%. �
Total Price (Figures)
Ququs+ -10 2= 4,tl
DAte J Bidder
-233
Bidde's Telephone Number
- 755. 0 &MS
Bidder's License No(s).
& Classification(s)
5 �;3dtQr4Lrr . $3 Qa�{a/1Zosa
Bidder's Address �uP P
TABLE OF CONTENTS
SPECIAL PROVISIONS
INTRODUCTION
PART 1
GENERAL PROVISIONS 1
SECTION 2
SCOPE AND CONTROL OF THE WORK
2-6 WORK TO BE DONE 1
2 -9 SURVEYING 1
2 -9.2 Survey Service 1
SECTION 3
CHANGES IN WORK 2
3-3 EXTRA WORK 2
3-3.2 Payment
3 -3.2.3 Markup
(a) Work by Contractor
(b) Work by Subcontractor
SECTION 4
CONTROL OF MATERIALS 2
4 -1 MATERIALS AND WORKMANSHIP 2
4 -1.3 Inspection Requirements
4 -1.3.4 Inspection and Testing
SECTION 5
UTILITIES 3
5 -7 ADJUSTMENTS TO GRADE 3
SECTION 6
PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 3
6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 3
6 -7 TIME OF COMPLETION 3
L
0
6 -7.1 General 3
6 -7.2 Working Day 3
6 -7.4 Working Hours 4
6 -9 LIQUIDATED DAMAGES 4
SECTION 7
RESPONSIBILITIES OF THE CONTRACTOR 4
7 -7
COOPERATION AND COLLATERAL WORK
4
7-8
PROJECT SITE MAINTENANCE
5
7-8.5 Temporary Light, Power and Water
5
7-8.6 Water Pollution Control
5
7-8.8 Steel Plates
5
7 -10
PUBLIC CONVENIENCE AND SAFETY
5
7 -10.1 Traffic and Access
5
7 -10.2 Storage of Equipment and Materials in Public Streets
5
7 -10.3 Street Closures, Detours and Barricades
6
7 -10.4 Public Safety
6
7- 10.4 -1 Safety Orders
6
7 -10.5 "No Parking" Signs
6
7 -10.6 Street Sweeping Signs
6
7 -10.7 Notices to Residents
7
7 -15
CONTRACTOR'S LICENSES
7
7 -16
CONTRACTOR'S RECORDS /AS BUILT DRAWINGS
7
SECTION 9
MEASUREMENT AND PAYMENT 7
9 -3 PAYMENT 7
9-3.1 General
PART 2
CONSTRUCTION MATERIALS 12
201 - -- CONCRETE. MORTAR, AND RELATED MATERIALS_ 12
201 -1 PORTLAND CEMENT CONCRETE 12
201 -1.1 Requirements.
201 -1.1.1 General 12
SECTION 203
BITUMINOUS MATERIALS
12
2034 PAVING ASPHALT
12
203 -1.1 General
12
SECTION 215
14
FILTERS
12
215 -1 GENERAL
12
PART 3
14
CONSTRUCTION METHODS
13
SECTION 300
EARTHWORK
13
300 -1 CLEARING AND GRUBBING
13
300 -1.3 Removal and Disposal of Materials
13
300 -1.3.1 General
13
300 -1.3.2 Requirements
13
(a) Bituminous Pavement
(b) Concrete Curb and Gutters and Driveways
13
SECTION 302
ROADWAY SURFACING
14
302 -5 ASPHALT CONCRETE PAVEMENT
14
302 -5.4 Tack Coat
14
SECTION 303
CONCRETE AND MASONRY CONSTRUCTION 14
303 -5 CONCRETE CURBS AND GUTTERS AND DRIVEWAYS
14
303 -5.4 Joints
14
303 -5.4.1 General
14
303 -5.5 Finishing
14
303 -5.5.1 General
14
303 -5.5.2 Curb
14
303 -5.5.4 Gutter
14
SECTION 313
FILTERS 14
313 -1 INSTALLATION 14
u
0 SP1 of 14
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
BAYSIDE DRIVE STORM DRAIN IMPROVEMENTS
CONTRACT NO. 3198
INTRODUCTION
All work necessary for the completion of this contract shall be done in accord with (1)
these Special Provisions; (2) the Plans "D- 5244 -S and D- 5247 -S "; (3) the City's
Standard Special Provisions and Standard Drawings for Public Works Construction,
(1994 edition), including Supplements; (4) Standard Specifications for Public Works
Construction (1997 edition), including Supplements; (5) the 1996 edition of the Work
Area Traffic Control Handbook (WATCH); (6) California Coastal Development Permit
No. 5 -99 -452; and (7) the attached Los Angeles county Flood Control District Standard
Plans. Copies of the Standard Special Provisions and Standard Drawings may be
purchased at the Public Works Department. Copies of the Standard Specifications may
be purchased from Building News, Inc.,. 3055 Overland Avenue, Los Angeles,
California, 90034, telephone (310) 202 -7775.
The following Special Provisions supplement or modify the Standard
Specifications for Public Works Construction as referenced and stated
hereinafter:
PART 1
GENERAL PROVISIONS
SECTION 2-- -SCOPE AND CONTROL OF THE WORK
2-6 WORK TO BE DONE Add to this section, "The work necessary for the completion
of this contract consists of removal and construction of curb and gutter, driveways,
cold plane, construction of asphalt concrete overlay, catch basins, and grate inlets,
adjustment of manhole and valves to grade, signing and striping, and other
incidental items not mentioned that are required by the Plans and Specifications."
2-9 SURVEYING
2.9.1 Survey Service. Add to this section, `The Engineer will provide construction
staking as required to construct improvements. Any additional stakes,
restaking, or costs thereof shall be the responsibility of the Contractor. The
Contractor shall notify the Engineer in writing at least two working days in
advance of the time that the stakes are needed."
SECTION 3--- CHANGES IN WORK
3-3 EXTRA WORK.
3-3.2 Payment.
41 SP2 of 14
3 -3.2.3 Markup. Replace this section with,
"(a) Work by Contractor. The following percentages shall be added
to the Contractors costs and shall constitute the markup for all
overhead and profits:
1) Labor .................................... ............................... 20
2) Materials .............................. ............................... 15
3) Equipment Rental ................. ............................... 15
4) Other Items and Expenditures ............................. 15
To the sum of the costs and markups provided for in this subsection,
1 percent shall be added for compensation for bonding.
(b) Work by Subcontractor. When all or any part of the extra work
is performed by a Subcontractor, the markup established in 3-
3.2.3(a) shall be applied to the Subcontractor's actual cost of
such work. A markup of 10 percent on the first $5,000 of the
subcontracted portion of the extra work and a markup of 5
percent on work added in excess of $5,000 of the subcontracted
portion of the extra work may be added by the. Contractor.
This Section only applies to work in excess of the estimated quantities
shown in the Proposal." .
SECTION 4 - -- CONTROL OF MATERIALS
4 -1 MATERIALS AND WORKMANSHIP.
4 -1.3 Inspection Requirements.
4 -1.3.4 Inspection and Testing. All material and articles furnished
by the Contractor shall be subject to rigid inspection, and no material or
article shall be used in the work until it has been inspected and accepted
by the Engineer. The Contractor shall fumish the Engineer full
information as to the progress of the work in its various parts and shall
give the Engineer timely (48 hours minimum) notice of the Contractor's
readiness for inspection.
The Engineer shall select an independent testing laboratory and pay for
all first time testing as specified in the various sections of the Standard
Special Provisions and these Special Provisions. When in the opinion of
0
the Engineer,
deficient work,
Contractor.
SECTION 5--- UTILITIES
0 SP3 of 14
additional tests and /or retesting are required due to
such tests and inspections shall be paid for by the
5 -7 ADJUSTMENTS TO GRADE. The Contractor shall adjust to finished grade
City-owned water meter boxes, water valve covers, sewer manholes, sewer
cleanouts and survey monuments. The Contractor shall coordinate the
adjustment of Southern California Edison, Orange County Sanitation District,
The Gas Company, Pacific Bell, cable television, and other private facilities to
the finished grade with their respective owner.
SECTION 6 - -- PROSECUTION. PROGRESS AND ACCEPTANCE OF THE WORK
6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to
this section "No work shall begin until a schedule of work has been approved
and a "Notice to Proceed" has been issued by the Engineer. The Contractor
shall submit a construction schedule to the Engineer for approval a minimum of
five (5) working days prior to commencing any work. The schedule may be of
bar chart or CPM style.
The Engineer will review the schedule and may require the Contractor to
reschedule to conform to the requirements of the Contract. If work falls behind
the approved schedule, the Contractor shall be prohibited from starting
additional work until he has exerted extra effort to meet his original schedule
and has demonstrated that he will be able to maintain his approved schedule in
the future. Such stoppages of work shall in no way relieve the Contractor from
his overall time of completion requirement, nor shall it be used as the basis for
payment of extra work because additional men and equipment were required
on the job.
All existing PCC driveways removed by the work shall be reconstructed and be
either cured sufficiently for private vehicles to access the garages by the end of
the same day or access to the garages be provided through steel plates."
6 -7 TIME OF COMPLETION.
6 -7.1 General. Add to this section "Excluding pipe delivery, the Contractor
shall complete all contract work within thirty (30) consecutive working
days from the date of the "Notice to Proceed ". All work shall be
completed by December 1, 2000. It will be the Contractor's
responsibility to ensure the availability of all material prior to the start
of work."
6 -7.2 Working Day. Revise 3) to read "any City holiday, defined as January
1 st, the third Monday in February (President's Day), the last Monday in
0 SP4 of 14
May (Memorial Day), July 4th, the first Monday in September (Labor
Day), November 11th (Veterans Day), the fourth Thursday in
November (Thanksgiving), December 17"' through December 24th
(Newport Beach Parade), and December 25th (Christmas). If a
holiday falls on a Sunday, the following Monday is a holiday."
6 -7.4 Working Hours. Normal working hours are limited to 7:00 a.m. to
4:30 p.m. Monday through Thursday and 7:00 a.m. to 3:30 p.m. on
Fridays.
Should the Contractor elect to work later than 4:30 p.m. (3:30 p.m.
Fridays) (up to 6:30 p.m.) weekdays or between 8:00 a.m. and 6:00
p.m. Saturday, he must first obtain special permission from the
Engineer. A request for working during any of these hours must be
made at least 72 hours in advance of the desired time period. A
separate request must be made for each work shift. The Engineer
reserves the right to deny any or all such requests. Additionally, the
Contractor shall pay for inspection costs of $50.00 per hour when such
time periods are approved.
6 -9 LIQUIDATED DAMAGES. Revise sentence three to read "For each
consecutive calendar day after the thirty (30) consecutive working days
specified for completion of the work, the Contractor shall pay to the City or
have withheld from moneys due it, the daily sum of $500.
Revise paragraph two, sentence one, to read "Execution of the Contract shall
constitute agreement by the Agency and Contractor that $500 per day is the
minimum value of the costs and actual damage caused by the.failure.of the
Contractor to complete the Work within the allotted time."
The intent of this section is to emphasize to the Contractor the importance of
prosecuting the work in an orderly preplanned continuous sequence so as to
complete the work prior to the rainy season and minimize inconvenience to the
public.
SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR
7 -7 COOPERATION AND COLLATERAL WORK. Add to this section "This project
is adjacent to the construction of a new residence at 2323 Bayside Drive. The
Contractor for 2323 Bayside Drive is WMC Development. WMC's telephone
number is (949) 723 -9100, the City Contractor shall coordinate with WMC
Development to minimize conflicts during the work."
Due to the City Fernleaf Avenue Slope Repair Project at Bayside Drive from
May' 2000 to October' 2000, the Contractor shall contact the slope repair
contractor, Metro Builders & Engineers Group, Ltd., at telephone number (949)
7-8
7 -10
0 0
SP5 of 14
515 -4350, to ascertain that both this and the slope repair project are
coordinated to avoid work area conflicts. The Contractor shall start and
complete all work associated with D- 5244 -S within fifteen (15) days from notice
to proceed.
PROJECT SITE MAINTENANCE.
7-8.5 Temporary Light, Power and Water. Add to this section "If the
Contractor elects to use the City's water, he shall arrange for a meter
and tender a $750 meter deposit with the City. Upon return of the meter
to the City, the deposit will be returned to the Contractor, less a quantity
charge for water usage and repair charges for damage to the meter."
7-8.6 Water Pollution Control. Add to this section "Surface runoff water
containing mud, silt or other deleterious material due to the construction
of this project shall be treated by filtration or retention in settling basin(s)
sufficient to prevent such material from migrating into the bay, and as
required by the attached Coastal Development Permit ".
7-8.8 Steel Plates. The City can provide a limited quantity of steel plates.
These plates may be obtained for a rental charge of $15.00 per plate
per week or part thereof. In addition, the Contractor shall deposit $100
for the use of the City's lifting eye fitting and for the use of trench plates.
The Contractor shall obtain the plates from and return the plates to the
City's Utilities Yard at 949 West. 16th Street. To determine the number
of plates available and to reserve the plates, the Contractor must call the
City's Utilities Superintendent, Mr. Ed Burt, at (949) 718 -3402.
PUBLIC CONVENIENCE AND SAFETY.
7 -10.1 Traffic and Access. Add to this Section "The Contractor shall provide
traffic control and access in accordance with the Standard
Specifications and the (WATCH). Additionally, he shall:
1. Not close any traffic lane before 8:30 AM or after 4:30 PM.
2. Maintain at least one traffic lane at all times.
3. Use flagpersons to direct traffic within the construction zone.
4. Coordinate with the Contractor(s) for the private residence at 2323
Bayside Drive.
5. Maintain access for emergency vehicles and personnel at all
times."
7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the
first paragraph and add the following: "Construction materials
shall not be stored in streets, roads, or sidewalk areas."
• 0 SP6 of 14
7 -10.3 Street Closures, Detours and Barricades. Add to this section "The
Contractor shall submit to City a traffic control plan prepared by a
California Registered Traffic or Civil Engineer. The Contractor shall be
responsible for processing and obtaining approval of said plan from
the City. The Contractor shall adhere to the conditions of the traffic
control plan."
7 -10.4 Public Safety.
7- 10.4 -1 Safety Orders. Add to this section "The Contractor shall be
solely and completely responsible for conditions of the job -site,
including the safety of all persons and property during performance of
the work. The Contractor shall fully comply with all State, Federal and
other laws, rules, regulations, and orders relating to the safety of the
public and workers.
The right of the Engineer or the City's Representative to conduct
construction review or observation of the Contractor's performance
shall not include review or observation of the adequacy of the
Contractor's safety measures in, on, or near the construction site."
7 -10.5 "No Parking" Signs. The Contractor shall furnish, install, and
maintain in place "NO PARKING -TOW AWAY" signs (even if streets
have posted "NO PARKING" signs) which he shall post at least forty -
eight (48) hours in advance of the need for enforcement. In addition, it
shall be the Contractor's responsibility to notify the City's Police
Department, Parking Control Division at (949) 644 -3717, for
verification of posting at least forty -eight (48) hours in advance of the
need for enforcement. The signs shall (1) be made of white card
stock; (2) have minimum dimensions of 12- inches wide and 18- inches
high; and (3) be similar in design and color to sign R -38 of the
CalTrans Uniform Sign Chart.
The Contractor shall print the hours and dates of parking restriction on
the "NO PARKING -TOW AWAY" sign in 2 -inch high letters and
numbers. A sample of the completed sign shall be reviewed and
approved by the Engineer prior to posting.
7 -10.6 Street Sweeping Signs. After posting "NO PARKING -TOW AWAY"
signs, the Contractor shall cover street sweeping signs, on those
streets adjacent to construction, with a "PERMIT PARKING ONLY"
sign, in a manner approved by the Engineer. Immediately after
construction is complete, the Contractor shall uncover the street
sweeping signs.
•
SP7 of 14
7 -10.7 Notices to Residents. Forty-eight (48) hours before the start of any
construction, the Contractor shall distribute to adjacent residents,
within 500 feet of the project, a written notice stating when construction
operations will start, when construction will be complete and what
disruptions may occur. The written notices will be prepared by the
Engineer. The Contractor shall insert the applicable dates and times
when the notices are distributed. Errors in distribution, false starts,
acts of God, strikes or other alterations of the schedule will require
Contractor renotification using an explanatory letter furnished by the
Engineer.
7 -15 CONTRACTOR'S LICENSES. At the time of award and until the completion of
work, the Contractor shall possess a General Engineering Contractor "A"
License. At the start of work and until the completion of work, the Contractor
and all Subcontractors shall possess a valid Business License issued by the
City of Newport Beach.
7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS. A stamped set of
approved plans and specifications shall be on the job site at all times. In
addition, the Contractor shall maintain "As- Built" drawings of all work as the job
progresses. A separate set of drawings shall be maintained for this purpose.
These drawings shall be up-to -date and so certified by the Engineer at the time
each progress invoice is submitted.
Upon completion of the project, the Contractor shall provide "As- Built"
corrections upon a copy of the Plans. The "As- Built" correction plans shall be
verified by the Engineer prior to final payment or release of any bonds.
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 Engineer. Suitable facilities are to be provided for access, inspection,
and copying of this material.
SECTION 9 - -- MEASUREMENT AND PAYMENT
9-3 PAYMENT.
9-3.1 General. Revise paragraph two (2) to read "The unit and lump sum
prices bid for each item of work shown on the Proposal shall include full
compensation for furnishing the labor, materials, tools, and equipment, and
doing all the work to complete the work in place and no other compensation will
be allowed thereafter. Payment for incidental items of work not separately
listed shall be included in the prices shown for the related items of work. The
following items of work pertain to the bid items included within the Proposal:
. SP8 of 14
Item No. 1 Mobilization: Work under this item shall include all
preparation and scheduling of materials and equipment necessary to complete
the contract work.
Item No. 2 Traffic Control: Work under this item shall include providing
the required traffic control including, but not limited to, traffic control plans,
signs, delineators, traffic cones, barricades, arrowboards, flagpersons, steel
plates, and all other work necessary to comply with the WATCH and the City of
Newport Beach requirements. This item shall also include the delivery of all
required notices, posting of signs, and all other costs incurred in notifying the
nearby residents.
Item No. 3 Construct Grate Inlet, W = 6.40': Work under this item shall
include the cost of all labor, equipment and materials including, but not limited
to, provide and install bicycle -proof grate cover, excavation, trenching, shoring,
removals, disposal, backfill, compaction, pipe connections, and other items of
work as required to complete the work in place.
Item No. 4 Construct Grate Inlet, W = 23.64': Work under this item shall
include the cost of all labor, equipment and materials including, but not limited
to, provide and install bicycle -proof grate cover, excavation, trenching, shoring,
removals, disposal, backfill, compaction, pipe connections, and other items of
work as required to complete the work in place.
Item No. 5 Remove Existing and Construct New Junction Structure:
Work under this item shall include the cost of all labor, equipment and
materials including, but not limited to, excavation, trenching, removals,
disposal, backfill, compaction, pipe connections, and other items of work as
required to complete the work in place.
Item No. 6 Install 18" RCP Storm Drain: Work under this item shall
include the cost of all labor, equipment and materials including, but not limited
to, excavation, removals, disposal, trenching, pipe installation, pipe
connections, bedding, backfill, compaction, and other items of work as required
to complete the work in place.
Item No. 7 Construct Pipe Collar: Work under this item shall include the
cost of all labor, equipment, and materials, required to construct and complete
the work in place as shown on the plans.
Item No. 8 Install Grate Inlet Type Fossil Filters: Work under this item
shall include the cost of all labor, equipment and materials to furnish and install
the grate inlet type fossil filters in accordance with the manufacturer's
instructions and with approved fasteners.
SP9 of 14
Item No. 9 Reconstruct Curb & Gutter: Work under this item shall include
the cost of all labor, equipment and materials including, but not limited to,
sawcuts, removals, disposal, temporary driveway access ramping, 12" deep lift
A.C., and other items as required to complete the work in place.
In the event that the existing curb and gutter scheduled for reconstruction is of
special design, color, appearance, etc., the new curb and gutter shall match
the finish of the existing improvements. The Contractor is advised to keep
photographic records of any non - standard improvements designated for
reconstruction for future reference.
Item No. 10 Re -route existing Interfering Water Service: Work under this
item shall include the cost of all labor, equipment and materials including, but
not limited to, water connections, adjust the existing water meter, box, and
cover to finished grade, chisel curb face of lateral location, and other items as
required to complete the work in place.
Item No. 11 Reconstruct PCC Drive Approach: Work under this item
shall include the cost of all labor, equipment and materials including, but not
limited to, sawcuts, removals, disposal, temporary -driveway access ramping,
and other items as required to complete the work in place.
In the event that the existing drive approach scheduled for reconstruction is of
special design, color, appearance, etc., the new drive approach shall match
the finish of the existing improvements. The Contractor is advised to keep
photographic records of any non- standard improvements designated for
reconstruction for future reference.
Item No. 12 Restore existing Private Improvements Damaged by the
Work: Work under this item shall include all work necessary to repair, restore,
or reconstruct all existing public and private improvements disturbed or
damaged by the Work which are not designated for removal, to their condition
prior to the work. Such restoration work may include, but not limited to, turf,
plants and planters, shrubs, trees, irrigation components, electrical
components, fences, walls, brick and brick pavers, concrete, painting of various
surfaces, ornaments and other decorative items, property comer survey
markings, etc.
Payment for this item shall be made
impacted improvements have been
respective owners.
only after all damaged or otherwise
restored to the satisfaction of their
Item No. 13 Cradle Between Gas Main and New Grate Inlet: Work under this
item shall include the cost of all labor, equipment and materials including, but
not limited to, sawcuts, removals, disposal, reinforcing, concrete protection of
SP10 of 14
utilities, backfill and re- compaction, and other items as required to complete the
work in place.
Item No. 14 Trench Shoring: Work under this item shall include the cost
of all labor, equipment and materials including, but not limited to, trench
shielding and /or jacks, structural calculations, "I" Beams and /or lagging, and
other items as required to complete the work in place.
Item No. 15 Adjust Water Valve Cover to New Finished Grade: Work
under this item shall include the cost of all labor, equipment and materials
including, but not limited to, adjust the existing box and cover to finished grade,
and other items as required to complete the work in place.
Item No. 16 Grind Existing AC: Work under this item shall include the
cost of all labor, equipment and materials including, but not limited to, sawcuts,
excavation, removals, disposal, and other items as required to complete the
work in place.
Item No. 17 Construct AC Overlay Section: Work under this item shall
include the cost of all labor, equipment and materials including, but not limited
to, sawcuts, excavation, removals, disposal, tack coat, compaction, and other
items as required to complete the work in place.
Item No. 18 Reconstruct PCC Drive Approach: Work under this item
shall include the cost of all labor, equipment and materials including, but not
limited to, sawcuts, removals, disposal, temporary driveway access ramping,
and other items as required to complete the work in place.
In the event that the existing drive approach scheduled for reconstruction is of
special design, color, appearance, etc., the new drive approach shall match the
finish of the existing improvements. The Contractor is advised to keep
photographic records of any non - standard improvements designated for
reconstruction for future reference.
Item No. 19 & 20 Modify Existing Catch Basin: Work under this item shall
include the cost of all labor, equipment and materials including, but not limited
to, excavation, trenching, shoring, removals including the local depressions,
disposal, backfill, compaction, pipe connections, and other items of work as
required to complete the work in place.
Item No. 21 Reconstruct Curb & Gutter: Work under this item shall
include the cost of all labor, equipment and materials including, but not limited
to, sawcuts, removals, disposal, and other items as required to complete the
work in place.
0 SP11 of 14
Item No. 22 Install 24" RCP Storm Drain: Work under this item shall
include the cost of all labor, equipment and materials including, but not limited
to, excavation, removals, disposal, trenching, pipe installation, pipe
connections, pipe collar, bedding, backfill, compaction, and other items of work
as required to complete the work in place.
Item No. 23 Install 18" RCP Storm Drain: Work under this item shall
include the cost of all labor, equipment and materials including, but not limited
to, excavation, removals, disposal, trenching, shoring, pipe installation, pipe
connections, bedding, pipe collar, backfill, compaction, and other items of work
as required to complete the work in place.
Item No. 24 Construct Catch Basin, W = 28': Work under this item shall
include the cost of all labor, equipment and materials including, but not limited
to, excavation, trenching, shoring, removals, disposal, backfill, compaction,
pipe connections, local depressions, sidewalks, and other items of work as
required to complete the work in place.
Item No. 25 Temporary Traffic Pavement Striping and Markings: Work
under this item shall include the cost of all labor, equipment and materials
required to install temporary pavement striping, markers, and -markings as
required to maintain vehicle traffic in a safe manner.
Item No. 26 Install Catch Basin Type Fossil Filters: Work under this item
shall include the cost of all labor, equipment and materials to furnish and install
the catch basin type fossil filter in accordance with the manufacturer's
instructions and with approved fasteners.
Item No. 27 Adjust Manhole to New Finished Grade: Work under this
item shall include the cost of all labor, equipment and materials including, but
not limited to, adjust the existing ring and cover to finished grade, and other
items as required to complete the work in place.
Item No. 28 Adjust Water Valve Cover to New Finished Grade: Work
under this item shall include the cost of all labor, equipment and materials
including, but not limited to, adjust the existing box and cover to finished
grade,and other items as required to complete the work in place.
Item No. 29 Adjust Monument Cover to New Finished Grade: Work
under this item shall include the cost of all labor, equipment and materials
including, but not limited to, adjust the existing box and cover to finished grade,
and other items as required to complete the work in place.
Item No. 30 Trench Shoring: Work under this item shall include the
cost of all labor, equipment and materials including, but not limited to, trench
0 SP12 of 14
shielding and /or jacks, structural calculations, "I" Beams and /or lagging, and
other items as required to complete the work in place.
Item No. 31 Remove Existing Fire Hydrant and Install New Fire Hydrant:
Work under this item shall include the cost of all labor, equipment and
materials including, but not limited to, excavation, removals, disposal,
trenching, pipe installation, pipe connections, bedding, backfill, compaction,
and other items of work as required to complete the work in place.
PART 2
CONSTRUCTION MATERIALS
SECTION 201 - -- CONCRETE. MORTAR, AND RELATED MATERIALS
201 -1 PORTLAND CEMENT CONCRETE
201 -1.1 Requirements.
201 -1.1.1 General. Add to this Section, "All Portland Cement
concrete used on the work shall be 560 -C -3250 with quick cure
admixture that will develop a minimum of 2,000 psi of compressive
strength to support vehicle traffic within five (5) hours of
placement. Sodium Chloride shall not be used as an admixture."
SECTION 203 - -- BITUMINOUS MATERIALS
203 -1 PAVING ASPHALT.
203 -1.1 General. Add to this Section, "All asphalt concrete used on the
work shall be I11- C3 -AR- 4000."
SECTION 215 - -- FILTERS
215 -1 GENERAL. Filters shall be manufactured by Kri Star Enterprises, Inc.,
telephone (800) 579 -8819. Model shall be per plan.
Insert widths shall match the curb opening widths of catch basins or opening of
grate inlets: Screens, braces and fasteners shall be fabricated from Type 304
stainless steel.
PART 3
CONSTRUCTION METHODS
SECTION 300 - -- EARTHWORK
300 -1 CLEARING AND GRUBBING.
300 -1.3 Removal and Disposal of Materials.
SP13 of 14
300 -1.3.1 General. Add to this section, "The Contractor shall not
dispose of any interfering private improvements within the work
limits. All existing private improvements removed or damaged by
the Contractor to facilitate the work shall be rebuilt to their condition
prior to the work. In case of errant disposal of existing private
improvements, the Contractor shall furnish all replacement
materials and labor at his own costs to restore the affected
improvements.
Removed pavement and unsalvageable material shall become the
property of the Contractor and be disposed of at the Contractors
expense in a manner and at a location outside of the California
Coastal Zone that is acceptable to the agencies. All removal ad
disposal costs shall be included in the unit price bid for that item of
work.
The Contractor shall either 1) apply for and obtain a no -fee solid
waste self -haul permit from the City's Business License office, or 2)
subcontract with a private solid waste hauler already permitted to
operate within the City.
Unless otherwise specified elsewhere in this contract, non -
reinforced concrete and asphalt wastes generated from the job
sites shall be disposed of at a facility which crushes such materials
for reuse. Excess soil and other recyclable solid wastes shall not
be disposed of at a sanitary landfill.
The Contractor shall maintain monthly tonnage records of solid
wastes generated and solid wastes disposed at a sanitary landfill.
The Contractor shall report said monthly tonnages to the Engineer
on the form provided by the Engineer."
300 -1.3.2 Requirements.
(a) Bituminous Pavement. Replace the second sentence of this
Section, "Sawcutting of edges to be joined with existing A.C.
pavement is required."
f •
SP14 of 14
(b) Concrete Curb and Gutters and Driveways. Replace the
first sentence of this section, "Sawcuts shall be neatly made to a
minimum of 2 inches and replace the words 1 'Yz inch" of the last
sentence with the words "2 inches."
SECTION 302- -- ROADWAY SURFACING
302-5 ASPHALT CONCRETE PAVEMENT.
302 -5.4 Tack Coat. Add to this section, "Prior to placing the asphalt concrete
patches, a tack coat of Type SS -1 h asphaltic emulsion at a rate not
to exceed one -tenth (1/10) of a gallon per square yard shall be
uniformly applied to existing A.C. and P.C.C. surfaces and edges
against which asphalt concrete is to be placed."
SECTION 303 --- CONCRETE AND MASONRY CONSTRUCTION
303 -5 CONCRETE CURBS AND GUTTERS AND DRIVEWAYS.
303 -5.4 Joints.
303 -5.4.1 General. All sawcuts shall be made to a depth of 2
inches.
303 -5.5 Finishing.
303 -5.5.1 General. Add to this section "The Contractor. shall patch
back A.C. and PCC at locations shown on the Plans."
303 -5.5.2 Curb. Add to this section 'The Contractor shall install or
replace curb markings that indicate sewer lateral or water valve
location on the face of the curb. The Contractor shall mark the curb
with a chiseled "S" for sewer lateral and a chiseled "V -X" for water
valve locations. "X" shall indicate the number of feet from the curb
face to the valve.
303 -5.5.4 Gutter. Add to this section "The Contractor shall hold
the flow line tolerances to within 0.01 foot of the elevations shown on
the Plans."
SECTION 313 — FILTERS
313 -1 INSTALLATION.
In addition to the manufacturer's installation instructions, all Fossil
Filters shall be secured to catch basin and grate inlet walls at 12"
maximum on- centers spacing with Engineer approved 3/8" minimum
diameter, Type 304 stainless steel fasteners.
F:\Users\PBW\Shared \Contracts \FY 00-01\Bayside Drive Storm Drain Improvements C- 3796ASpecificafions.doc
e -3ta8
September 12, 2000
CITY COUNCIL AGENDA
TO: Mayor and Members of the City Council
FROM: Public Works Department
SUBJECT: BAYSIDE DRIVE STORM DRAIN IMPROVEMENTS
CONTRACT NO. 3198
RECOMMENDATIONS:
SEP 12 7-1
1. Approve the plans and specifications.
2. Award Contract No. 3198 to GCI Construction, Inc., for the Total Bid Price of
$224,627.00, and authorize the Mayor and the City Clerk to execute the contract.
3. Establish an amount of $22,000.00 to cover the cost of material testing and
unforeseen work.
DISCUSSION:
During the 1997/98 rainstorms, the existing Bayside Drive storm drain system's capacity
was exceeded. Bayside Drive and a number of homes northerly of County Road
experienced flooding. This project provides for:
• Enlarging the existing catch basins at Femleaf Avenue and Carnation Avenue
• Installation of a new catch basin at Femleaf Avenue
• Installation of drainage inlets at County Road and northerly of County Road
• Resurfacing of roadway pavement from County Road to Femleaf Avenue
Upon completion of this project, the higher capacity storm drain system will be
connected to an existing 24 -inch reinforced concrete pipe for discharge through an
existing County Road street end seawall opening.
At 11 A.M on August 30th, 2000, the City Clerk opened and read the following bids for
this project:
BIDDER TOTAL BID AMOUNT
Low GCI Construction, Inc. $224,627.00
2 4 -Con Engineering, Inc. $243,682.50
3 Southern Cal Underground Construction $246,986.00 "
4 Clark Contracting Corp $247,758.75
5 TM Engineering $257,495.00
6 Atlas- Allied, Inc. $263,573.75
0 0
Subject: Bayside Drive Storm Drain Improvements — Award of Contract No. 3198
September 12, 2000
Page: 2
BIDDER
7 David T. Wasden, Inc.
8 Tri Star Engineering, Inc.
9 Tiger Equipment Company, Inc.
10 Beador Construction Co., Inc.
11 Savala Construction Co., Inc.
TOTAL BID AMOUNT
$285,255.00
$287,298.25
$303,684.00 **
$318,000.00
$374,753.40
* Corrected Bid Amount is $246,986.25
** Corrected Bid Amount is $308,155.75
The low total bid amount is 18 percent below the Engineers Estimate of $275,000.00.
The low bidder, GCI Construction, possesses a General Engineering "A" contractor's
license as required by the project specifications. GCI has satisfactorily completed
similar improvement projects for the City.
The project plans and specifications were prepared by DMc Engineering and the Public
Works staff. Due to the narrow width of Bayside Drive at County Road, GCI Construction
will need to close one -half of the roadway intermittently for work at this location. All
construction work must be completed within 30 consecutive working days, and no later
than December 1, 2000.
There are sufficient funds available in the following account for the work:
Account Description Account Number Amount
Storm Drain Improvement Plan 7012- C5100008 $246,627.00
Respectfully
PUBLIC WORKS DEPARTMENT
Don Webb, Director
By:
Fon se, P.E.
Associate Civil Engineer
Attachment: Project Location Map
Bid Summary
• i
� ' O
94
NEWPORT
HARBOR
O
AL A
IN
LOCATION MAP !�
NOT TO SCALE
-- PROJECT LOCATION
BAYSIDE DRIVE STORM DRAIN IMPROVEMENTS
C -3198
F
2 Z
V W
W
M a
IL
a°
N
W Y
Z
L, 0>
i
L
OV
J
V m
7
a
f
¢
— 00
2 •'�
U w
i
m r
u
00 W
w O U
Y
d ¢ 2
ui
U o U
M
A
ZF
O
Q m
U u
O
J O
�_ W
Qi
m
8 w
�Si ~
z
1 N O
IH Y
z
K
0
tLj N W
r
Ix W
° ..��
LLJ
N W Q
Z
00 KWU LLJ
LijHz
t O Z ¢
H U W a
00
00
0)
v
N
fA
3
m
0
V
.L]
v
E
D
rn
0
0
ID
0
0
rn
3
m
'O
D
N
E
D
to
0
0
0
0
0000008000000
0
0
0
0
0
0
0
0
0
0
0
0
0
In
0
0
0
0
0
00000
0
0
0
0
0
0
0
000
0
0
0
0
0
0
0
0
0
0
0
f"
O
O
000000
0
0
0
0
0
0
0
n
N
O
O
SO
O
O
m
O
o
0
0
v)0001�
0
0
0
u)
0
0000
0 cy
ciz
00
OO
00000000000
OOMOOO
N
M,400
p
ON
0
N
MM
NW
OOO
N
a{
t
Oho
d
0.
0u
w
ED
a
u)
ai
U;g
-i
O1--i
•+•-i
u)
a
N
N
9a
I\
OD
ON.+
MN�
U
Q
N
C
d
c
0
0
0
00
o0
o0
O°000
0O
0°0o
y
0
0
0
0
0
0
,
c
I
80
00
0
o
0
O
0
8
o
O
m
M
o
m
[i
^
O
O
M
u[O
W
ui
M
ui
N
O
O
O
m
O
M
m
N
O
g
O0
O
O
O
m
O
OON
N
On
O
u
Z
a
n
m
O
ai
vi
Ol
N
N
0
0
0
0
0
0
0
0
0
0
S
O
O
O
O
O
O
O
O
O
O
p
00
0
0
O
p
p
O
O
O
p
O
O
O
O
S
O
pp
pp
O M
O
O
O
O
uO
0
O 0
O
0
O
O
pp
N
0
S
0
N
ti
Z
O
O
N
OO )
8
o.uu
O
M
O
N
0
0
0
00
N
Lq
tp
c
c;
C6
tiN
kdN
O;MN
N
00.N
+
06
r.:
ti
cd
vi
N
Mi
N
o¢
�
U
°
o000000000
0000000
v0o00000
o0000000
000
0
0
0°
0
00
00
U
~
O O
0
o
O
O
O
O
R
O
O
O N
I
O
OS
O
O
N
O
O
O
O
�
a
6
O
O
O
0
O
0
a
M
0
00
0
3
U
0
u
N
Lq
"thO
u
In
m
NM
O
OM
N
N
0M
0
J
O
m
4
W
0
W
-_
a
N
0
0
0
000
0
0
0
0
0
0
coo
0
0
0
0
0
0
0
p
0
O
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0000
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
1-
0
vio
0
0
o0
0
0
nS00000008
0000000
Moo
O+
nS000mo888oE880
0000000000000
z
.o
Ino
oo9
Olnonolntq
oaln0lnm
-+m
e0m800,
no00,gLq
NMlnop
m
00
vi
O
N
00
O)
N
1�
m
N
0
m
'+
a
N
N
N
N
M
N
n
O
M
n
N
.-i
1�
O
L6
E
0
M
N
N
.ti
.a
.+
N
.-�
I\
W
¢
Ui
S
°
00Oo
°o
°
°oS
o
°
o
°
o
0S
°oQQ
SSoQQ
o
o°
S
°o
oQQ
°
o
o
O
0
0
0oOO
OO.0000
O00
M6600
O
vi
n.00
M6000000000ON
Uo
0
W
W
u
U
N
O
v
u
O
OOMM
U
M
uW
O
00
v
u
00
m
N
N
O 'QQ"
J
J
iQQ�
W
J
aaU)Jn
m
J
J
J
W
N
r
M
QQ
W
W
J
J
J
W
J
J
QQ
W
W
QQ
W
J
W
F
u1
Z
ti
0
10
0m
ti
a
.
ti
N
Mo
�
0w
01
N
M
0101
N�
4
m
m
N
V1
O
M
O
0
M
ri
N
@
V
N
3
d
Q
cli
EL
N
U?
E
LL
D
'a
°
o
�
O
D
c
m
a.0
m(7
daC
E
E
m
v
wv
z°
o_
m
�
o
.0W E
0c
g
N
v
w
m
L
Z
V
N
O
C
0
N
c
LL
O
CN
LL
w
a
2,
c
Q
[1
2
0
0
it
n
T�
Z
g
¢
E
'
d9
¢>mm
..S'
'f
w
Z
v
m
m
U)
3
m
7
oo
'i
o�
`
O
n
m
>0om2
LL
u
E
``q
ES
W
v_
O
c
o
m
ry
0
o
o
m
M
m
0
E
mnc-
Er,
¢
U
«W
°
>
d
0
c
a
�
c
r`
a
U
U
U
m
2
i
E
l' i
C
U
d
Q
�E
w
0:
w
U
O
c
O
1U
0
3:
m
m
O
Z
N
O
O
Z
N
O
%
w
Z
m
e
-
$
u�
y
E
c
o
E
N
ym
>>>En
r
o
E
w
w,
V
Z
U
U
U=
U
U
F¢
-0
'
U
0:
S
w
C
1+141110,
o.+Nm
0
""
,y
*W)
�u�wmo-
I
N
N
�Nm
N
"IN
--tmU
N
N
r�wmo
N
N
N
M
M
00
00
0)
v
N
fA
3
m
0
V
.L]
v
E
D
rn
0
0
ID
0
0
rn
3
m
'O
D
N
E
D
to
f
W
W
O
C
o.
f
Z
R
0
0
0
0o
S
°o
°o5
°o
°0005
°080000
S
°o
°o,
S
°000
$oo$0000000
00
0000000
F
z
0o
o0
o0
00
oog$$gOSo�oog0
0
000
o
ui
(n
$1n8
o
§nog
00
0
ogbog�50
0
0�
OO
OOOO
ONO
OInO
N
NN
10
OON
OOYIOO
a
0
O
N
N
10
a
N
10
O
.+
N
N
a0
u1
�0
in
c
N
100
.ti
m
)
N
Q
N
d}
m
c_
c
O
S
pO
0
0
0
p
0
0
8
8
0
p
8
0
8
pp
10
p
0
0
0
0
0
0
p
0
O
0
0
0
0
0
0
0
0
0
0
0
0
0
W
O
O
0
O
O
O
8
O
0
O
0
u i
M
O
i n
�+
0
0
0
0
0
0
0
0
0
O
1[ 1
N
0
O
0
O
1 n
M
09990999
O
O
�—
oo
X08
0o
q
$mom
�q
o2
Z
uio
m0cli
.,ui
..
o.:ui
v..
00mv
Nij
7
N
m
.+
"•
O
O
0
0
0
0
5
0
0
0
B
O
O
S
n
pp
O
p
8
O
O
p
8
p
S
0
0
pp
0
O
O
O
pp
O
O
O
n
O
O
8
80000
O
0
O
pppp
0
0
8
0
0
0
0
0
M
O
O
8
O
O
8
N
O
O
8
O
O
8
8
O
Ln
O
O
S
S
08N�°n_O
S
m
N
ID
001_O
B�nO
OS1n0NNNO10^
80
Ota
lONNdanlO
+
j
.
N
MN�Q
D
N.NiNi.
M--
—
NaN
g
a
c
_
Q
N
tR
U
08
88885$88008808
10800080080o8So0
0
60
0
0
0
0
0
0
0
0
0
0
o
0
n
u I
o
O
0
S
66
000
0
0
ui
I�.-�
0
0
O
0
O
0
O
0
O
ci
N
0
0
0
0
0
0
0
1 n
0
0
0
0
8
0
0
s~
00
00
oo0NOO
O
�n
0o
cn
00
V
mONOCmN0
Ln2
01
7
a
n
N
n
.+
.�
N
CA
m
N
.y
10
N
a
U
N
.a
O
O
0
0
0
0
0
0
0
0
0
0
8
0
N
O
O
O
O
O
8
O
0
O
0
O
0
O
0
O
0
O
0
S
0
O
N
a
c
r
O
00
00
O
0
0
0000000000
0
0
0
0
00.00000
000088866'
0
-
OJmoS008NOOOM
0
0
0
0
0
0
1n
0
0
0
0
$1c0
0
Ooom
0
010
na,
00
00
1Vtq
wco1oo00M
ONm
_Lg04
o�
`
O
N
d
N
n
.+
t0
a
.+
m
.0
.�
10
6
N
.+
.y
.+
•�
N
V
t0
L
O
M
O
.+
.-�
.+
.+
m
N
m
N
a
Q
N
64
c
U
00
00
0
0
0
0
000000
8
1n
0
0
0
00000
0
0
0
0
pp
0
000000
0
0
0
0
0
0
c
d
F
O
00
O
0
0066060000000
0
0
o
0
0
0
0
0
0
0
0
N
O�
0
n
0
0
0
0
010
0
0
0
Q
0
�N
1 n
O
O60008
N
000
OO
O
O
OOO
O
O
N
N
N
OO
1
o
�0.
0]
0000
0
0
0
0)
10
.�
O
N
.-�
g80
M
O
N
N
O
O
M
Q
Z
O
O
N
V
N
10
V
•+
10
.+
10
M
O
m
M
N
J
J
W
W
W
J
J
J
W
M
J
J
W
(n
r
m
QQ
W
QQ
W
J
J
J
QQ
W
J
J
QQ
W
QQ
W
QQ
W
J
Qa
W
...1
a
.ti
.r
N
.w
N
N
.a
.r
.a
.a
N
M
Q
N
.a
N
M
10
M
r
-
Q
m
o
m
N
N
N
co
V)
W
a
Y
C
co
N
m
o_
o
m
-0
d
�m
n
o
f
U
LL
m
m
f
0
u
c�
vi
.n
m
u
(7
v
E
c
O
V
O.
«
W
W
L
m
N
0
E
d
c
N
.0.
C
0
lv
—>
LL
O
M
N
u
O
0
•�.
Z
L
LL
'10
N
u
O
m
N
C
IVi
(?
li
r
C
'C
M
0
C
`
y
m
O
S
C
`
c
c
C
C
��
0
LL
0
U
°'
d°i
n
u'�
u
a
m
Z.
m
w3
cn
33
�o
LL::3Q
m
E
m
d
E
mm
60
�;
vt
o
m
D
0
0"
m
a>
E
`m
0
i
i
U0
r
'
v
cLi
0
E
E
Z
L
C
C
C
O—
r
d❑
E0
m
d
0_
—
O
10
10
°a
O
O
m
0
Y
y
2
oNU_a
y
V
>
000
Q
�000Din
i
8 W
as f
n Z
W OW
w
Z
W
rL
a
Z
OC
a
w ..
�w
W ., f <
N Z W Q
m < W U
JZ 070
I-0UW d
0 0
0 0
o (7
en
tp 0
v o
N M
yt N
m 3
R
3 0 0
a �
CO O N
O
O
0000000080
O
p
O
O
O
O
O
O
O
O
O
o
O
0
O
0
,0
pZ
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
N
00
O
0
O
0
O
0
O
0
O
0
0
0
0
O
0
8
8
0
0
0
0
N
00
�O
OO
00
OO
ON
ppOpoOOOOpOO
O
a
0000
at,0
p
O
0)N
M
,0M
m
OO
LCMD
Mo
tD,0
,0O
p10n00
,0880000
V
,0,0
,0N
'0
C;
,0
Otp.i
.,0
d
dN
td
,0
N
C
N
a
N
cid
4MN
ri
^
C�
y
¢
N
m
�
c
001
0
0
0
0
0
0
0
0
8
0
8
0000
W
00
O
01000000880000
O
000
p
O
O
,0OONS
O
p
O
r
O
O8S0
O
t0
6
O
ID
to
0
00NMMOS000000
0
�,
6
0
0
0
p
p
p
666
tp�
ND
8
0
,0
N
O
m
a
O
O
0
N
O
OfO
V
M
O
n
O
n°
p
p
p
x
00
N
W
d
m
,0
N
..
n00
H
.1.
00
O
O
O
O
O
O
00008888g80000000
O
O
O
O
O
8
0
0
0
$0000goo
0000000
00
°°p°0008
°$00888
0
°00
°0
°088058888
�z
00
0080mltomt0000m
.+Nm08N8m
0-
N
NOON
00
-O
O,0
dC4
a,0
N
to
m
n
C6
L6
ul
O
N
N.i
OD
n.+O
to
OO
C
2
N
co
�
Q
N
�
A
3
00
0000000000000
0080080
000000000
F-
v�
0
00
00
0
O
OOOMOONO
000000m000$$0
O
O
O
O
O
O
0
0
-.o
0
0
0
0
o
,0
00050000000000005
0
,0..00-00m000m000
(?o
0000000000
>
O
O
N
O
O'.
N
O
,0
O
m
O,0
N
•.O
o
O
m
mmoox
07
N
m
a.N.
a
..,0
M
,0
,0O
Nm
00.n.
Nt.^
8
O
0000000000000
O
O
O
O
O
O
O
,0
n
0
o
0
0
0
0
0
O
0
O
0
O
0
O
0
o
0
0
0
0
0
0
0
0
1
F-
Z
O
0
O
O
O
O
8
O
8
O
0
O
0
O
0
0
0
0
0
0
0
0
m
p
o
O
O
O
O
O
8
8
0
0
0
o
t (1
O
O
O
O
n
pi
7
O
OO
O
0
OOO
0
MO
0
0
,0tp
0
OMO
N
O
M
N
a
N
W
n
N
N
O
00
O
O
Ol
O
ON
t p
OOO
0
0
tp
0
O
M
0M
n
tj
0
M
N
,0
N
a
C\,
N
n
m
t[i
a
c
N
t0
16
O
N
IM
M
m
m
Cq
d
Ld
m
•+
,0
a
M
c
�
,0
Q
N
m
ffi
T
¢
0
0
0000000080008
n
0
0
0
0
0
0
0
0
0
0
0
0
0
8
0
N
O
O
O
O
O
O
O
O
O
N
O
0
0
0
00"0000080006
0
N
66
Q~
00
00
008
000
moam
N
O,0
O
,0
•.000,0
0
,00
N
pi
..
o0
Otp
mw
N
m
N
OO
000,0
O
W
N
M
o
0
O
M
Z
m
co
a
m
a
.-t
n
N
O
N
td
m
'+
N
V
N
,0
d
M
M
W
W
LL<
J
W
m
LL¢
J
W
LL
(7
m
J
M
J
m
J
W
LL
M
Z
LL
M
W
W
LL
J
LL
J
LL
J
Q
W
M
J
M
J
M
J
J
J
W
J
r
H
N
Z
..
..
cT
..
..
N
N
..
N
N
tOp
...
..
..
..
N
M
d
OOi
..
N
M
top
m
..
..
.r
W
'.
'.
..
Q
.-,
..
m
o
M
..
�
N
N
m
V)
M
N
a
N
3
d
N
0
FL
N
,0
N
v
L
q
C
d,0
m
o
U
lU
N
a
y
E
1LLi
C7
A
E
c
c
(7
C7
a
m
u
mcv
�a.E
E
s
m
dv
d
Lit
E
N
0
O
"
d
>
d
L
O
L
L
m
tD
-
O
O
m
V0
iz
C
N
C
C
C
p
it
N
3
C
:
3
E
'C
c
Y
ui
m
v
E
m
w >
`t>
0
A
W
N
d
N
E
m
>
g
>
L
E
E
V
Z
L
p
d
aR r
O°0
x
=c°
0
o
E°
0
A
OU
m0
U
L)f
L
C
:21(L
0
m
c
c
0_
c
>$
Q
b
a
c
c
U
o
o
c
iz
CJ
¢
2
U
cc
o
p
U
U
U
m
a
N
0
O
L
M
t
u\
U
O
`
`
L
o
y
3
N
LL
•�
x
m
m
L
'
'
$
°°
L
o
x
E
c
c
c
u
c
N
c
E
c
c
0
v
c
E
O
°
O
O
N
E
V
W
o
N
O
0
y
O
N
'>
M,
2
U
c
U
<
Q
QcE
H
Q:
w'.N
ma
,0tpnNrno..Nma,0
tpnNmo
Nm<t,0
tpnNmo
0 0
o (7
en
tp 0
v o
N M
yt N
m 3
R
3 0 0
a �
CO O N
O 0
0
00
O O
N m
w �
y1 N
m �
3
m �
o O
M Y
17 �
a E
> >
N N
S
SSSDDOSDS0088
NSS80°8�80880808a
cr
o0
dui0000edoo
$1n1nn
o01ri
nitioUionlciaoogo�oogcvj
a
-Z
'O
o0
On
oanninonpp
a
U)M
�NNtON
U)'+a
to
m1°nN1°om'»o1n
U)t0m
tD
a
N
a0
t0N
nn
�m�in
n
U�
r
0001
a
�-�
01a
a
tO
O'+M
N
Na
a0M
"'�v
M01
DON
a
"1
rl
0laa
g
coo"
n
O
Q
�
U
y
p
O
OO
0
0
00
NO
O
O
O
N
°
Ota
S
O
OS
0
o
O
U•1
O
U
NN
N
a
U
a
O
O
m
0c
m
000
00
U)n
0U
S
Mm
m0.0
m
U
mm
m
n
ton
0000
nn
t0a
r
N.t
N
a
m
E
00
aON
p i
a
�
Nm
7
m
0
0
0
0
0
8000000
0
0
0
0
0
0
0
0
0
0
S
S
0
08
0
0
CZ
N0
000000000080
0
W0400000.4
0OSOS000
O0
000
N
010
t00
00
m
.+Ln
cnU
0.
00
O
10N
M
ooc"
[ice
()O
Oln
NO
a
ODt0t0
M
iNU)-O
O
N.a
nN
U)
N
O;O
a
fir%:
O;
U)�
C
r2
N
N
.ti
N
.y
N
.a
.y
.-+
.a
O
Q
H
000
0
0
0
0
0
0
0
0
0
0
10
0
0
0
0
0
0
f 7
0
0
S
0
0
0
0
0
t)�--
n
OtO
0
0
000U
0
0
0
0
Oom
0
0
0
O
W
OO
OOOO
O
0
O
0000
U).�O
0
0000
n
ON0
8
0
OU7000O=
0
0
0
0
0
U,
000
OUI
O
000M
U)O..a
n
Uf
000NMUIOOr
O
dm..
-�
Ui
O
,°°
001
N
m
0
M
t0
N
U)
.y
N
.y
V
m
U
N
m
O
0
0
0
0
0
0
0
0
0
0
0
0
0
0
n
0
0
0
0
0
0
('08080q.
O
n
UZ
00
00
00
O
N
U)N
mCI
O
OtnO
N0000
N
O
W
M
m0000
N
00
a
a
00000
aao
co
a
d
NN
010
a
U)
n
f�100?OD
0000
0'+W
N
OIa
W
U)
OUj
OLO
N,..1
c�
ODN
<t
U)
Na
a
•+N
Or!
U?N
n
a
t00
^!
00
0
a
M
t0
m
U)
M
N
W
n
0
U)
n
o
n
n
00
tin
n
�";
n
m
O1
t0
N
N
ti
n��
U4
N
.-�
.y
ti
O
G
M
o
C
E
0U.�
0N
0
o
o
°y,
°$
°
0000oOoo
0°,°
°o
$o
p
0
O
O
o
O
O
O
O
O
m
O
,
,
0a
p 00
)
tUp
C'i
n
m
U
O
a
O
0m
O
N
a
0
a
O
N
N
O
O
O
Q
O
14
7
ZO
u
+n
mm
0O
z
N
amo
Mto
NM
H
0,
r
J
J
J
J
J
W
M
W
J
J
W
N
H
Ul
W
W
J
J
J
W
J
J
W
W
W
J
W
lil
yJ
1y1
W
}
r
U)
001
�
N
N
N
N
M
m
m
Y
0
07
ri
N
G
m
a
N
"y
=
a
�
dt
c
m1N0
U
m
m
n°
m
to
u
mC7
a
c
v
Z
:
0
E
°
N
D
N
L
O
O
s
r
A
c
0
w
LL
p
y
m0
V
LL
A
N
O
m
N
C
101i-0
LL
tj
LL
o
n
m
v
A
0
Y
c
c
c
c
��
y
cr
01
d°i
n
E
c
m
t0
m003'`-�
U
U'
LL
«3
Q
E
¢
dy
m
D
O
'm"
a�
in
E
`m
U'
c
°.
t
a
>-
v
u
0
E
E
.m
h
LL
U
a
m
d
a
m
�1
m
U
-°
°2
d�
dU
EO
>
oU
d
V
UUdyinm
::
°
c
d
c
°
m
ma
=
jYU
tg
U S
U a�
U
°e
d
E
co
W
t
c
U
¢
c
.
`C
c
O
°m
°
O
y
U
G
O
m
O
t
t
N
Z
0
m
°
00
L
K
E
m
0
0
N
E
O
V
U
E
>>
>
'
m
O
0
)0
�
s
z
°
S
0
0
FtuzjF
.�
N
ma
U)
0n
OD
01�ti
ti,m.�ti
�..
N
NN
LIM
N
N
N
NN
NMm
O 0
0
00
O O
N m
w �
y1 N
m �
3
m �
o O
M Y
17 �
a E
> >
N N
AA CPY OF NEWPORT BEA& g T E D
3300 Newport Boulevard - P.O. Boa 1768 O
Newport Beach, CA 92658 -8915 DEC 15 1,199
(949) 644 -3311
GARY L. GRANVILLE, Clerk- DEPO�Tta(
NOTICE OF DETERMINATION av —
To:
❑X
Office of Planning and Research
1400 Tenth Street, Room 121
Sacramento, CA 95814
County Clerk, County of Orange
X
❑
Public Services Division
12 Civic Center Plaza
Santa Ana, CA 92702
From: City of Newport Beach
Public Works Department
3300 Newport Boulevard - P.O. Box 1768
Newport Beach, CA 92658 -8915
Orange County
Date received for filing at OPR/County Clerk:
Subject: Filing of Notice of Determination in compliance with Section 21108 or
21152 of the Public Resources Code.
Name of Project: Bayside Drive Storm Drain Improvement Project
State Clearinghouse Number: City Contact Person: Telephone No.:
99111039 William Pataooff 949 / 644 -3311
Project Location: Bayside Drive from 2307 Bayside Drive to County Road
Project Description: This project installs of 160 feet of 18 -inch RCP, a reinforced concrete
junction structure, and five (S) catch basins with grates and connects these improvements to an existing
24 "RCP for drainage through a new bulkhead opening next to the County Road street end..
This is to advise that the City of Newport Beach has approved the above described project on December 13. 1999
and has made the following determinations regarding the above described project:
1. The City is Lead Agency for the project.
2. The project will not have a significant effect on the environment.
3. An Environmental Impact Report was not prepared for this project pursuant to the provisions of CEQA.
4. A Negative Declaration was prepared for this project pursuant to the provisions of CEQA.
5. Mitigation measures were not made a condition of the approval of the project.
6. A Statement of Overriding Considerations was not adopted for this project.
7. Findings were made pursuant to the provisions of CEQA.
The final Negative Declaration and record of project approval is available for review at the Public Works Department
of the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, CA 92658 -8915; 949/644 -3311.
illiam Patap ff, Engineer Date
•
•
C -319
December 13, 1999
BY i ,c, iL�1CIL AGENDA
CI,Y OF � - T N 5
TO: Mayor and Members of the City Council t DEC 13;
FROM: Public Works Department R- A"RGVEr
SUBJECT: APPROVAL OF NEGATIVE DECLARATION FOR BA`(SIDE DRIVE STORM
DRAIN IMPROVEMENT PROJECT — CONTRACT NO. 3198
RECOMMENDATION:
Approve the Negative Declaration for the Bayside Drive Storm Drain Improvements.
DISCUSSION:
The City's Capital Improvement Program includes the Storm Drain Improvements Program. This
program consists of the following:
• Install approximately 160 feet of 18 -inch reinforced concrete storm drainpipe in Bayside Drive
from 2307 Bayside Drive to County Road.
• Install 5 catch basins with grates and a junction structure within the project limits on Bayside
Drive to intercept and direct future stormwater into the new storm drain system.
• Connect these improvements to an existing 24 -inch reinforced concrete pipe located in a
drainage easement within the private property at 2323 Bayside Drive.
• Construct a new bulkhead opening next to the County Road street end for stormwater
discharge.
A Draft Initial Study (D.I.S.) for this project was prepared by staff pursuant to the California
Environmental Quality Act. The D.I.S. was filed with the Governor's Office of Planning and
Research, a State Clearinghouse, for review by various State agencies. The review period started
on November 8, 1999, and concluded on December 9, 1999. Some of the State agencies that
received the D.I.S. for review included the California Coastal Commission, the Department of
Conservation, the Department of Fish and Game, the Department of Parks and Recreation, the
Regional Water Quality Control Board, the Resources Agency, and the State Lands Commission.
The D.I.S. determined that the project would not have a significant effect on the environment. A
Coastal Development Permit is required for the work. City Council approval of the Negative
Declaration is required before the Coastal Development Permit application can be processed.
Staff recommends approval of the project's Negative Declaration.
Respectful s d,
PL BPORKS DEPARTMENT
Don Webb,.Diwctor /
By: 7 417
Fong X96, P.E.
Associate Civil Engineer
Attachment: Negative Declaration
F:\Users\PBw\ Shared \COUNCIL1Fy99- 00\Deoember -13 \County Rd.doc
CIRTY OF NEWPORT BECH
3300 Newport Boulevard - P.O. Box 1768
Newport Beach, CA 92658 -8915
(949) 644 -3311
NEGATIVE DECLARATION
To:
From: City of Newport Beach
Public Works Department
Office of Planning and Research
3300 Newport Boulevard - P.O. Box 1768
XX 1400 Tenth Street, Room 121
Newport Beach, CA 92658 -8915
Sacramento, CA 95814
(Orange County)
County Clerk, County of Orange
Fx-x-1 Public Services Division
P.O. Box 238
Date received for filing at OPR/County Clerk:
Santa Ana, CA 92702
Public review period: November 8, 1999 to December 9, 1999
Name of Project: Bayside Drive Storm Drain Improvement Project
Project Location: Bayside Drive from 2307 Bayside Drive to County Road
Project Description: This drainage project provides for the installation of approximately 160 feel of 18-
inch reinforced concrete pipe, a reinforced concrete junction structure, and five (5)
differently sized catch basins with grates and the connection of these improvements
to an existing 14" reinforced concrete pipe for drainage through a new bulkhead
opening next to the County Road street end.
Flailing: Pursuant to the provisions of City Council K -3 pertaining to procedures and guidelines to implement the
California Environmental Quality Act, the Environmental Affairs Committee has evaluated the proposed project and determined
that the proposed project with the proposed mitigation measures implemented would not have a significant effect on the
environment.
A copy of the Initial Study containing the analysis supporting this finding is attached. This document will be
considered by the decision - makers) prior to final action on the proposed project. A.public hearing will be held to consider this
project. The time and location of the public meeting is attached.
If you wish to appeal the appropriateness or adequacy of this document, your comments should be submitted in writing
prior to the close of the public review period. Your comments should specifically identify what environmental impacts you
believe would result from the project, why they are significant, and what changes or mitigation measures you believe should be
adopted to eliminate or reduce these impacts. There is no fee for this appeal. You are also invited to attend the public meeting
and to testify as to the appropriateness of this document.
If you have any questions or would like further information, please contact the undersigned at (949) 644 -3311.
Date I t 12-1 R9
William Patapo f, C' ngineer
City of Newport B ublic Works Department
0
0
•
CRY OF NEWPORT BEAR
NOTICE OF COMPLETION
and Environmental Document Form
To:
State Clearinghouse
From: City Of Newport Beach
1400 Tenth St., Rm. 121
Public Works Department
Sacramento, CA 95814
3300 Newport Boulevard
Newport Beach, CA 92663
(Tel. No.: 916445 -0613)
(Orange County)
Contact Person: MT. Fong Tse, P.E.
SCH #
Tel No.: (949) 644 -3311
Project Location: Bayside Drive
Cross Streets From 2307 Bayside Drive to County Road
Total Acres 0.1
A.P.No.Not Applicable Section Not Applicable Twp. Not Applicable
Range Not Applicable Base Not Applicable
Within 2 Miles: State Hwy #. 1— PCH
Waterways: NenRort_Harbor
Airports: None Railways: None
Schools :Harbor View Elementary
Present
Land Use/Zoning/General Plan Use: R -1. R -2, and R -3 Residential
Project
Description: Installation of 160 feet of 18 -inch reinforced concrete pipe, a reinforced concrete Junction structur
five (5)
differently sized catch basins with Prates, and the
connection
of these improvements to an existing reinforced
concrete pipe for drainage through a new bulkhead opening next to the County Road street end.
Document Type
CEQA:
NEPA OTHER
O
NOP ❑ SupplementtSubsequent
❑ NOT ❑ Joint Document
❑
Early Cons ❑ EIR (Prior SCE No.)
❑ EA ❑ Final Document
®
Neg Dec
❑ Draft EIS ❑ Other
❑
Draa/EIR ❑ Other
❑ FONSI
Local Action Type
O
General Plan Update ❑ Specific Plan
❑
Rezone O Annexation
❑
General Plan Amendment Cl Master Plan
❑
Prezone ❑ Redevelopment
❑
General Plan Element O Planned Unit Dev.
❑
Use Permit ® Coastal Permit
❑
Community Plan O Site Plan
❑
Land Division (Sub- ❑ Other.
division Parcel Map,
Tract map, ect.)
Development Type
❑
Residential: Units Acres
❑
Water Facilities: Type MGD
❑
Office: Sq.ft Acres Employees_
❑
Transportation: Type
❑
CommerciahSq.ft Acres Employees_
❑
Mining: Mineral
❑
Industrial: Sq.ft Acres Employees_
❑
Power. Type Watts
❑
Educational:
❑
Waste Treatment Type
❑
Recreational
❑
Hazardous Waste: Type
®
Other. Storm drain improvements
Project Issues Discussed in Document
❑
Aesthetic/Visual ❑ Flood PlainlFlooding
❑
Schoohouniversities ❑ Water Quality
❑
Agricultural Land ❑ Forest land/Firc hazard
❑
Septic Systems ❑ Water Supply/Groundwater
❑
Air Quality ❑ Geologic/Seismic
❑
Sewer Capacity ❑ WethwdfRiparian
❑
Archeologic/Historic ❑ Minerals
❑
Wildlife ❑ Soil Emsion/Compaction/Grading
❑
Coastal Zone ❑ Noise
❑
Solid Waste ❑ Growth Inducing
❑
Drainage/Absoption ❑ Population/Housing/Balance
❑
Toxieffluardous ❑ Land Use
❑
Economic/Jobs ❑ Public Service/Facilities
❑
TrafrrcfCirculation ❑ Cumulative Effects
❑
Fiscal ❑ Recreation/Parks
❑
Vegetation ® Other: None Applicable
0
CITY OF NEWPORT BEACH
NOTICE OF INTENT
TO ADOPT A
NEGATIVE DECLARATION
NOTICE IS HEREBY GIVEN that the City of Newport Beach has prepared an Initial Study/
Mitigated Negative Declaration pursuant to the California Environmental Quality Act for the
proposed project described below. The Initial Study has determined that the project, with the
proposed mitigation measures implemented, will not have a significant effect on the
environment. The City therefore intends to adopt a Negative Declaration,
Proiect Name: Bayside Drive Storm Drain Improvement Project.
Proiect Location: Bayside Drive from 2307 Bayside Drive to County Road.
Project Proponent: City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
Public Review Period: November 8, 1999 through December 9, 1999
Proiect Description:
The project provides for the installation of approximately 160 feet of 18 -inch reinforced concrete
pipe, a reinforced concrete junction structure, and five (5) differently sized catch basins with
grates and the connection of these improvements to an existing 24" reinforced concrete pipe for
drainage through a new bulkead opening next to the County Road street end.
These drainage improvements are needed to decrease the potential of flooding nearby homes and
the Bayside Drive roadway during heavy rain storms.
Opportunity for Public Review:
Interested persons are invited to review the Negative Declaration, including studies and/or
exhibits relating to the proposed project, and submit comments. These documents and all
comments received will be considered by the Newport Beach City Council prior to final action
on the proposed project. A copy of the Negative Declaration, and related documents are
available for review at the following location:
Newport Beach City Hall
Public Works Department
3300 Newport Boulevard
Newport Beach, CA 92663
0
0
gft If you wish to appeal the appropriateness or the adequacy of the Negative Declaration, your
comments should be submitted in writing prior to the close of public review period stated above.
Your comments should specifically identify what environmental impacts you believe would
result from the project, why they are significant, and what changes you believe should be
adopted to eliminate or reduce the impacts.
The City Council is scheduled to consider approval of the project and the Negative Declaration
at a public meeting on Monday, December 13, 1999 at 7:00 PM in the Newport Beach Council
Chambers, 3300 Newport Boulevard, Newport Beach, California.
If you have any questions or would like further information, please contact Mr. Fong Tse of the
City of Newport Beach Public Works Department at (949) 644 -3311.
Date of Publication: November 8, 1999
•
CJ
0 0
CITY OF NEWPORT BEACH
ENVIRONMENTAL CHECKLIST FORM
1. Project Title: Bayside Drive Storm Drain Improvement Project
2. Lead Agency Name and Address: City of Newport Beach
Public Works Department
3300 Newport Boulevard,
Newport Beach, CA 92658 -8915
(949) 644 -3311 (fax: 949 -644 -3308)
3. Contact Person and Phone Number: Mr. Fong Tse, (949) 644 -3311
4. Project Location: Bayside Drive from 2307 Bayside Drive to County Road
S. Project Sponsor's Name and Address: City of Newport Beach, Public Works Department
3300 Newport Boulevard
Newport Beach, CA 92663
6. General Plan Designation: Residential •
7. Zoning: R-1, R -2, and R -3
8. Description of Project: (Describe the whole action involved, including but not limited to later
phases of the project, and any secondary, support, or off -site features necessary for its
implementation. Attach additional sheets-if necessary.)
The project provides for the installation of approximately 160 feet of 18 -inch reinforced
concrete pipe, a reinforced concrete junction structure, and five (5) differently sized catch
basins with grates and the connection of these improvements to an existing 24" reinforced
concrete pipe for drainage through a new bulkhead opening next to the County Road street
end
These drainage improvements are needed to decrease the potential of flooding nearby
homes and the Bayside Drive roadway during heavy rainstorms.
•
CHECKUST
Page 1
9. Surrounding Land Uses and Setting: (Briefly describe the project's surroundings.)
Current
Development: Fully improved 2 -lane roadway and drainage easement.
To the north: R -1 land use with fully developed residential lots (with homes)
To the east: R-1 land use with fully developed residential lots (with homes)
To the south: R -2 and R -3 land use with fully developed residential lots (with
homes)
To the west: R-1 with fully developed residential lots (with homes) and Newport
Harbor
10. Other public agencies whose approval is required (e.g., permits, financing approval, or
participation agreement.)
California State Coastal Commission — Coastal Development Permit
Regional Water Quality Control Board — Discharge Permit/Waiver
ENVIRONMENTAL FACTORS POTENTIALLY AFFECTED:
The environmental factors checked below would be potentially affected by this project, involving at
least one impact that is a "Potentially Significant impact" as indicated by the checklist on the following
pages.
❑ Land Use Planning
❑ Population & Housing
❑ Biological Resources
❑ Mineral Resources
❑ Aesthetics
❑ Cultural Resources
❑ Geology and Soils
❑
Hazards/Hazardous Materials
❑
Agricultural Resources
❑ Hydrology and Water Quality
❑
Noise
❑
Recreation
❑ Air Quality
❑ Transportation/Circulation
❑ Public Services
❑ Utilities & Service Systems ❑ Mandatory Findings of
Significance
CHECKLIST
Page 2
0 0
DETERMINATION (To be completed by the Lead Agency.)
On the basis of this initial evaluation:
I find that the proposed project COULD NOT have a significant effect on the
environment, and a NEGATIVE DECLARATION will be prepared.
I find that although the proposed project could have a significant effect on the
environment, there will not be a significant effect in this case because revisions
in the project have been made by or agreed to by the project proponent. A
MITIGATED NEGATIVE DECLARATION will be prepared.
I find that the proposed project MAY have a significant effect on the
environment, and ENVIRONMENTAL IMPACT REPORT is required.
I find that the proposed project MAY have a "potentially significant
impact" or "potentially significant unless mitigated" impact on the
environment, but at least one effect 1) has been adequately analyzed
in an earlier document pursuant to applicable legal standards, and 2) has
been addressed by mitigation measures based on the earlier analysis as
described on attached sheets. An ENVIRONMENTAL IMPACT
REPORT is required, but it must analyze only the effects that remain
to be addressed.
I find that although the proposed project could have a significant effect on
the environment, because all potentially significant effects (a) have been
analyzed adequately in an earlier EIR or NEGATIVE DECLARATION
pursuant to applicable standards, and (b) have been avoided or mitigated
pursuant to that earlier EIR or NEGATIVE DECLARATION,
including revisions or mitigation measures that are imposed upon the
proposed project, nothing further is required.
W,11 r
William Patapoff. P.E.
Printed Name
2
Date
0
J
U
.❑
CHBCKLW
Page 3
9
0
11
Checklist
Page 4
Laa "an
Issues
Potentially
s il"al
slgulticant
With
Less Than
significant
no
Im act
p
Impact
Ml igatloo
Impact
Incorporated
1. AESTHETICS — Would the project:
a) Have a substantial adverse effect on a scenic vista?
X
b) Substantially damage scenic resources, including, but not limited
to, trees, rock outcroppings, and historic buildings within a state
X
scenic hi hwa ?
c) Substantially degrade the existing visual character or quality of
the site and its surroundings?
X
d) Create a new source of substantial light or glare which would
X
adversely affect day or nighttime views in the area?
2. AGRICULTURE RESOURCES — In determining
whether impacts to agricultural resources are significant
environmental effects, lead agencies may refer to the
California Agricultural Land Evaluation and Site
Assessment Model (1997) prepared by the California Dept.
of Conservation as an optional model to use in assessing
impacts on agriculture and farmland. Would the project:
a) Convert Prime Farmland, Unique Farmland, or Farmland of
Statewide Importance (Farmland), as shown on the maps pre -
X
pared pursuant to the Farmland Mapping and Monitoring Pro-
gram of the California Resources Agency, to non - agricultural
use?
b) Conflict with existing zoning for agricultural use, or a William-
X
son Act contract?
c) Involve other changes in the existing environment which, due to
X
thew location or nature, could result in conversion of Farmland,
to non-agricultural use?
3. AIR QUALITY — Where applicable, the significance
criteria established by the applicable air quality
management or air pollution control district may be relied
upon to make the following determinations. Would the
project:
a) Conflict with or obstruct implementation of the applicable air
quality phn?
X
b) Violate any air quality standard or contribute substantially to an
existing or projected air quality violation?
X
C) Result in a cumulatively considerable net increase of any criteria
pollutant for which the project region is non - attainment under an
applicable federal or state ambient air quality standard
X
(including releasing emissions which exceed quantitative
thresholds for ozone precursors)?
d) Expose sensitive receptors to substantial pollutant concentra-
tions?
X
Checklist
Page 4
11
0
Checklist
Page 5
.o
9
0
Less Than
Issues
Potentially
Significant
significant
with
Las Than
Significant
No
Im act
P
Impact
Mitigation
Impact
Iawrporaw
e) Create objectionable odors affecting a substantial number of
X
people?
4. BIOLOGICAL RESOURCES — Would the project:
a) Have a substantial adverse effect, either directly or through habi-
tat modifications, on any species identified as a candidate, sensi-
X
tive, or special status species in local or regional plans, policies,
or regulations, or by the California Department of Fish and
Game or U.S. Fish and Wildlife Service?
b) Have a substantial adverse effect on any riparian habitat or other
sensitive natural community identified in local or regional plans,
policies, regulations or by the California Department of Fish and
X
Game or U.S. Fish and Wildlife Service?
c) Have a substantial adverse effect on federally protected wetlands
as defined by Section 404 of the Clean Water Act (including,
X
but not limited to, marsh, vernal pool, coastal, etc.) through
direct removal, filling, hydrological interruption, or other
means?
d) Interfere substantially with the movement of any native resident
or migratory fish or wildlife species or with established native
X
resident or migratory wildlife corridors, or impede the use of
native wildlife nursery sites?
e) Confect with any local policies or ordinances protecting biologi-
X
cal resources, such as a tree preservation policy or ordinance?
Q Conflict with the provisions of an adopted Habitat Conservation
Plan, Natural Community Conservation Plan, or other approved
X
local regional, or state habitat conservation plan?
5. CULTURAL RESOURCES — Would the project:
a) Cause a substantial adverse change in the significance of an
X
historical resource as defined in §15064.5?
b) Cause a substantial adverse change in the significance of an
X
archaeological resource pursuant to §15064.5?
c) Directly or indirectly destroy a unique paleontological resource
X
or site or unique geologic feature?
d) Disturb any human remains, including those interred outside of
X
formal cemeteries?
6. GEOLOGY AND SOILS — Would the project:
a) Expose people or structures to potential substantial adverse ef-
fects including the risk of loss iWuiy. or death involving:
1) Rupture of a known earthquake fault, as delineated on the most
recent Alquist - Priolo Earthquake Fault Zoning Map issued by
X
the State Geologist for the area or based on other substantial
evidence of a known fault? Refer to Division of Mines and Ge-
ology Special Publication 42.
Checklist
Page 5
.o
9
0
•
0
Checklist
Page 6
Len Than
Issues
potentially
Slgalsam
sipylaant
with
Less Than
sienlfiaat
No
Impact
p
Impact
Mitigation
Impact
Incorporated
2) Strong seismic ground shaking?
X
3) Seismic - related ground failure, including liquefaction?
X
4) Landslides?
X
b) Result in substantial soil erosion or the loss of topsoil?
X
c) Be located on a geologic unit or soil that is unstable, or that
would become unstable as a result of the project, and potentially
X
result in on- or off -site landslide, lateral spreading, subsidence,
liquefaction orcollapse?
d) Be located on expansive soil, as defined in Table 18 -1 -B of the
Uniform Building Code (1994), creating substantial risks to life
X
or
e) Have soils incapable of adequately supporting the use of septic
tanks or alternative waste water disposal systems where sewers
7(
are not available for the disposal of waste water?
7. HAZARDS AND HAZARDOUS MATERIALS —
Would the project:
a) Create a significant hazard to the public or the environment
through the routine transport, use, or disposal of hazardous
X
materials?
b) Create a significant hazard to the public or the environment
through reasonable foreseeable upset and accident conditions
X
involving the release of hazardous materials into the environ-
ment?
c) Emit hazardous emissions or handle hazardous or acutely haz-
ardous materials, substances, or waste within one - quarter mile
X
of an existine or proposed school?
d) Be located on a site which is included on a list of hazardous
materials sites compiled pursuant to Government Code Section
X
65962.5 and, as a result, would it create a significant hazard to
the public or the environment?
e) For a project located within an airport land use plan or, where
such a plan has not been adopted, within two miles of a public
X
airport or public use airpod, would the project result in a safety
hazard for people residing or workinIt in the project area?
f) For a project within the vicinity of a private airstrip, would the
project result in a safety hazard for people residing or working
X
in the project area?
g) Impair implementation of or physically interfere with an adopted
X
emergency response plan or emergency evacuation plan?
Checklist
Page 6
0
Checklist
Page 7
,I'
•
C.�
0
Las Than
Issues
Potentially
significant
significaat
Wt0
Lai Than
sigolficant
No
Impact
p
Impact
M ligatie.
Impact
Incarperated
h) Expose people or structures to a significant risk of loss, injury or
death involving wildland fires, including where wildlands are
adjacent to urbanized areas or where residences are intermixed
X
with wildlands?
8. HYDROLOGY AND WATER QUALITY — Would the
ro'ect•
a) Violate any water quality standards or waste discharge require -
X
ments?
b) Substantially deplete groundwater supplies or interfere substan-
tially with groundwater recharge such that there would be a net
deficit in aquifer volume or a lowering of the local groundwater
X
level (e.g., the production rate of pre- existing nearby wells
would drop to a level which would not support existing land
uses or planned uses for which permits have been ranted?
c) Substantially alter the existing drainage pattern of the site or
area, including through the alteration of the course of a stream
X
or river, in a manner which would result in substantial erosion or
siltation on- or off -site?
d) Substantially alter the existing drainage pattern of the site or
area, including through the alteration of the course of a stream
or river, or substantially increase the rate or amount of surface
X
runoff in a manner which would result in flooding on- or off -
site?
e) Create or contribute runoff water which would exceed the capac-
ity of existing or planned stormwater drainage systems or pro-
vide substantial additional sources of polluted runoff!
fJ Otherwise substantially degrade water quality?
X
g) Place housing within a 100 -year flood hazard area as mapped on
a federal Flood Hazard Boundary or Flood Insurance Rate Map
or other flood hazard delineation map?
X
h) Place within a 100 -year flood hazard area structures which
would impede or redirect flood flows?
X
i) Expose people or structures to a significant risk of loss, injury or
death, involving flooding, including flooding as a result of the
X
failure of a levee or dam?
j) Inundation by seiche, tsunami, or mudflow?
X
9. LAND USE AND PLANNING — Would the project:
a) Physically divide an established community?
X
b) Conflict with applicable land use plan, policy, or regulation of an
agency with jurisdiction over the project (including, but not lim-
ited to the general plan, specific plan, local coastal program, or
zoning ordinance) adopted for the purpose of avoiding or mitt.
Rating an environmental effect?
Checklist
Page 7
,I'
•
C.�
0
0
0
u
• i
Checklist
Page 8
Lett Than
Issues
Potentially
significant
Significant
with
Las Than
significant
Na
1 act
Impact
Mitigation
Impact
Incorporated
c) Conflict with any applicable habitat conservation plan or natural
X
community conservation plan?
10. MINERAL RESOURCES — Would the project:
a) Result in the loss of availability of a known mineral resource that
X
would be of value to the region and the residents of the state?
b) Result in the loss of availability of a locally- important mineral
resource recovery site delineated on a local general plan,
X
specific plan or other land use plan?
11. NOISE — Would the project result in:
a) Exposure of persons to or generation of noise levels in excess of
standards established in the local general plan or noise ordi-
X
nance or applicable standards of other agencies?
b) Exposure of persons to or generation of excessive groundbome
X
vibration or groundbome noise levels?
c) A substantial permanent increase in ambient noise levels in the
X
project vicinity above levels existing without the project?
d) A substantial temporary or periodic increase in ambient noise
levels in the project vicinity above levels existing without the
X
project?
e) For a project located within an airport land use plan or, where
such a plan has not been adopted, within two miles of a public
X
airport or public use airport, would the project expose people
residing or working in the project area to excessive noise levels?
f) For a project within the vicinity of a private airstrip, would the
project expose people residing or working in the project area to
j(
excessive noise levels?
12. POPULATION AND HOUSING — Would the project:
a) Induce substantial population growth in an area, either directly
(for example, by proposing new homes and businesses) or indi-
rectly (for example, through extension of roads or other infra-
X
structure)?
b) Displace substantial numbers of existing housing, necessitating
the construction of replacement housing elsewhere?
X
c) Displace substantial numbers of people, necessitating the con-
struction of replacement housing elsewhere?
X
13. PUBLIC SERVICES —
a) Would the project result in substantial adverse physical impacts
associated with the provision of new or physically altered gov-
ernmental facilities, need for new of physically altered govem-
mental facilities, the construction of which could cause signifi-
X
cant environmental impacts, in order to maintain acceptable ser-
vice ratios, response times or other performance objectives for
any of the public services:
Checklist
Page 8
0 0
Checklist
Page 9
rt
0
\_J
•
1. 5 Than
Issues
poteuaally
Siealacant
sleamcaot
with
Leta Than
SIpIrcant
No
Impact
Mldptlon
Impact
Im act
p
Incorporated
X
I Fire protection?
2) Police protection?
X
3) Schools?
X
4) Parks?
X
5) Other public facilities?
X
14. RECREATION—
a) Would the project increase the use of existing neighborhood and
regional parks or other recreational facilities such that
substantial physical deterioration of the facility would occur or
X
be accelerated?
b) Does the project include recreational facilities or require the
construction or expansion of recreational facilities which might
X
have an adverse physical effect on the environment?
1S. TRANSPORTATIONlCIRCULATION — Would the
ro ect•
a) Cause an increase in traffic which is substantial in relation to the
existing traffic load and capacity of the street system (i.e., result
X
in a substantial increase in either the number of vehicle trips, the
volume to capacity ratio on roads, or congestion at intersec-
tions)?
b) Exceed, either individually or cumulatively, a level of service
standard established by the county congestion management
agency for designated roads or highways?
X
c) Result in a change in air traffic patterns, including either an in-
crease in traffic levels or a change in location that results in sub-
stantial safety risks?
X
d) Substantially increase hazards due to a design feature (e.g., sharp
curves or dangerous intersections) or incompatible uses (e.g.,
farm ment )?
X
e) Result in inadequate emergency access?
X
f) Result in inadequate parking capacity?
X
g) Conflict with adopted policies, plans, or programs supporting
alternative transportation (e.g., bus turnouts, bicycle racks)?
X
16. UTILITIES AND SERVICE SYSTEMS — Would the
project:
a) Exceed wastewater treatment requirements of the applicable
Regional Water Quality Control Board?
X
b) Require or result in the construction of new water or wastewater
treatment facilities or expansion of existing facilities, the con-
struction of which could cause significant environmental
effects?
Checklist
Page 9
rt
0
\_J
•
LJ
9
0 9
18. EARLIER ANALYSES.
Earlier analyses may be used where, pursuant to the tiering, program EIR, or other CEQA process,
one or more effects have been adequately analyzed in an earlier EIR or negative declaration. Section
15063(cx3)(D). In this case a discussion should identify the following on attached sheets:
a) Earlier analyses used. Identify earlier analyses and state where they are available for review.
b) Impacts adequately addressed. Identify which effects from the above checklist were within the scope
of and adequately analyzed in an earlier document pursuant to applicable legal standards, and state
whether such effects were addressed by mitigation measures based on the earlier analysis.
c) Mitigation measures. For effects that are "Less than Significant with Mitigation Incorporated,"
describe the mitigation measures which were incorporated or refined from the earlier document and
the extent to which they address site - specific conditions for the project.
0
Checklist
Page 10
6
Lae Than
Issues
Potentially
significant
significant
With
Lae Than
significant
No
Impact
Mitigation
Impact
[.Pact
P
Incorporated
c) Require or result in the construction of new storm water drainage
facilities or expansion of existing facilities, the construction of
X
which could cause significant environmental effects?
d) Have sufficient water supplies available to serve the project from
existing entitlements and resources, or are new or expanded
entitlements needed?
X
e) Result in a determination by the wastewater treatment provider
which serves or may serve the project that it has adequate capac-
ity to serve the project's projected demand in addition to the
X
provider's existing commitments?
f) Be served by a landfill with sufficient permitted capacity to ac-
commodate the project's solid waste disposal needs?
X
g) Comply with federal, state, and local statutes and regulations
related to solid waste?
X
17. MANDATORY FINDINGS OF SIGNIFICANCE —
a) Does the project have the potential to degrade the quality of the
environment, substantially reduce the habitat of a fish or wildlife
species, cause a fish or wildlife population to drop below self-
X
sustaining levels, threaten to eliminate a plant or animal commu-
nity, reduce the number or restrict the range of a rare or endan-
gered plant or animal or eliminate important examples of the
major periods of California history or prehistpry9
b) Does the project have impacts that are individually limited, but
cumulatively considerable? ( "Cumulatively considerable"
means that the incremental effects of a project are considerable
X
when viewed in connection with the effects of past projects, the
effects of other current projects, and the effects of probable
future ro'ects )?
c) Does the project have environmental effects which will cause
substantial adverse effects on human beings, either directly or
X
indirectly?
18. EARLIER ANALYSES.
Earlier analyses may be used where, pursuant to the tiering, program EIR, or other CEQA process,
one or more effects have been adequately analyzed in an earlier EIR or negative declaration. Section
15063(cx3)(D). In this case a discussion should identify the following on attached sheets:
a) Earlier analyses used. Identify earlier analyses and state where they are available for review.
b) Impacts adequately addressed. Identify which effects from the above checklist were within the scope
of and adequately analyzed in an earlier document pursuant to applicable legal standards, and state
whether such effects were addressed by mitigation measures based on the earlier analysis.
c) Mitigation measures. For effects that are "Less than Significant with Mitigation Incorporated,"
describe the mitigation measures which were incorporated or refined from the earlier document and
the extent to which they address site - specific conditions for the project.
0
Checklist
Page 10
6
0 0
CITY OF NEWPORT BEACH .
ENVIRONMENTAL ANALYSIS CHECKLIST EXPLANATIONS
Bayside Drive Storm Drain Improvement Project
Project Description
This project provides for the installation of approximately 160 feet of 18 -inch
reinforced concrete pipe, a reinforced concrete junction structure, and five (5)
differently sized catch basins with grates and the connection of these improvements
to an existing 24" reinforced concrete pipe for drainage through a new bulkhead
opening next to the County Road street end.
These drainage improvements are needed to decrease the potential of flooding
nearby homes and the Bayside Drive roadway during heavy rainstorms.
ANALYSIS
The following provides the explanations and supporting analyses for the impact
categories and questions contained in the previous Checklist, and identifies
mitigation measures where applicable.
L AESTHETICS
Would the project :
a) Have a substantial adverse effect on a scenic vista?
No in act. This at -grade and below ground improvement project is located
within a fully developed residential section of the City. Except for a view of
Newport Harbor at the end of County Road, there are no other scenic
resources within proximity of the project.
The project consists of the construction of at -grade and underground
drainage improvements and will not interfere with the existing view of
Newport Harbor. No mitigation measures are necessary.
b) Substantially damage scenic resources, including, but not limited to, trees,
rock outcroppings, and historic buildings within a state scenic highway?
No impact. The project is not located within a state scenic highway. No
mitigation measures are necessary.
c) Substantially degrade the existing visual character or quality of the site
and its surroundings?
CHECKLIST EXPLANATIONS.
PAGE I
1�
0
No impact. The project consists of the construction of at -grade and
underground drainage improvements and will not affect the existing visual
character nor the quality of the site nor its surroundings. No mitigation
measures are necessary.
d) Create a new source of substantial light or glare which would adversely
affect day or nighttime views in the area?
No Impact. The project does not include any lighting work. The existing
street lighting arrangement within the project limits will remain as -is. The
project will not adversely impact the day or night time views in the area. No
mitigation measures are necessary.
2 AGRICULTURE RESOURCES
Would the project :
a) Convert Prime Farmland, Unique Farmland, or Farmland of Statewide
Importance (Farmland), as shown on the maps prepared pursuant to the
Farmland Mapping and Monitoring Program of the California Resources
Agency, to non - agricultural use?
No Impact. No agricultural activities occur within the project vicinity. No
mitigation measures are necessary.
b) Conflict with existing zoning for agricultural use, or a Williamson Act
contract?
No Impact. The project site is not zoned for agricultural use and there are no
Williamson Act contracts within the project vicinity. No mitigation
measures are necessary.
c) Involve other changes in the edsting environment which, due to their
location or nature, could result in conversion of Farmland, to non-
agricultural use?
No impacts. The project does not involve any work that could result in the
conversion of farmland. No mitigation measures are necessary.
3. AIR QUALITY
Would the project:
a) Conflict with or obstruct implementation of the applicable air quality
• plan?
Less Than Significant impact. The project would result in emissions during
CHECKUST EXPLANATIONS
Page 2
1 14
0 0
construction (e.g. dust and construction equipment exhaust). No emissions
would be generated after construction is completed. It is anticipated that
construction equipment will be limited to a backhoe/loader, a dump truck, a
flatbed truck, a concrete mixer, and other portable equipment during various
phases of the work. A street sweeper will be at the project site throughout
the work duration. This combination of equipment is estimated to generate
substantially less than the significance thresholds identified in the South
Coast Air Quality Management District's 1993 CEQA Air Quality
Handbook, Table A9 -8E. Consequently, the project would not conflict with
or obstruct implementation of the air quality plan. Standard contract
specifications require all construction equipment to be maintained in proper
working order, which would minimize emissions. No additional mitigation
is necessary.
b) Violate any air quality standard or contribute substantially to an existing
or projected air quality violation?
Less Than Significant Impact. See Section 3.a above.
c) Result in a cumulatively considerable net increase of any criteria pollutant
for which the project region is non - attainment under an applicable federal
or state ambient air quality standard (including releasing emissions which
exceed quantitative thresholds for ozone precursors)?
Less Than Significant Impact. See Section 3.a above.
d) Expose sensitive receptors to substantial pollutant concentrations?
Less Than Significant Impact. See Section 3.a above.
e) Create objectionable odors affecting a substantial number of people?
Less Than Significant Impact. Diesel- powered equipment used for
construction could cause odors and emissions that may be offensive to
sensitive receptors. However, the construction work is located in an area
with constant sea breezes and the odors should not cause any problems for
the nearby residents. Consequently, the project would not generate
objectionable odors during the work. The completed improvements will not
generate any odors. The issue of odor generation is expected to be less than
significant. No mitigation measures are necessary.
4. BIOLOGICAL RESOURCES
Would theproject.
a) Have a substantial adverse effect, either directly or through habitat
modifications, on any species identified as a candidate, sensitive, or
CHECKLIST EXPLANATIONS
Page 3
0
special status species in local or regional plans, policies, or regulations, or
by the California Department of Fish and Game or U.S. Fish and Wildlife
Service?
Less Than Significant Impact. Although urban runoff contains contaminants
such as oil, heavy metals, pesticides, etc., the construction of the new storm
drain and outlet would not have a substantial effect on water quality in
Newport Harbor. The runoff that will be discharged by the proposed
drainage improvements currently flows into the harbor through other
existing storm drain discharge locations in the area. No mitigation measures
are necessary.
b) Have a substantial adverse effect on any riparian habitat or other sensitive
natural community identified in local or regional plans, policies,
regulations or by the California Department of Fish and Game or U.S.
Fish and Wildlife Service?
Less Than Significant Impact. See Section 4.a above.
c) Have a substantial adverse effect on federally protected wetlands as
defined by Section 404 of the Clean Water Act (including, but not limited
to, marsh,, vernal pool, coastal, etr-) through direct remova4 filling,
0 hydrological interruption, or other means?
C�
Less Than Significant Impact. See Section 4.a above.
d) Interfere substantially with the movement of any native resident or
migratory fish or wildlife species or with established native resident or
migratory wildlife corridors, or impede the use of native wildlife nursery
sites?
Less Than Significant Impact. See Section 4.a above.
e) Conflict with any local policies or ordinances protecting biological
resources, such as a tree preservation policy or ordinance?
Less Than Significant Impact. See Section 4.a above.
fJ Conflict with the provisions of an adopted Habitat Conservation Plan,
Natural Community Conservation Plan, or other approved local, regiona4
or state habitat conservation plan?
No Impact. The project site is not included in any Habitat Conservation
Plan nor NCCP area. No mitigation measures are necessary.
CHECKLIST EXPLANATIONS
Page 4
• •
5. CULTURAL RESOURCES
Would the project:
a) Cause a substantial adverse change in the significance of an historical
resource as defined in §15064.57
No Impact. There are no historic resources at the project site. No mitigation
measures are necessary.
b) Cause a substantial adverse change in the significance of an
archaeological resource pursuant to §15064.57
No Impact. There are no archaeological resources at the project site. No
mitigation measures are necessary.
c) Directly or indirectly destroy a unique paleontological resource or site or
unique geologic feature?
No Imp act. There are no paleontological resources at the project site. No
mitigation measures are necessary.
d) Disturb any human remains, including those interred outside of formal
cemeteries?
No Impact. There are no known human remains at the project site. No
mitigation measures are necessary.
6. GEOLOGYAND SOILS
Would the project:
a) Expose people or structures to potential substantial adverse effects,
including the risk of loss, injury, or death involving.
1) Rupture of a known earthquake fault, as delineated on the most
recent Alquat Priolo Earthquake Fault Zoning Map issued by the
State Geologist for the area or based on other substantial evidence
of a known fault? Refer to Division of Mines and Geology Special
Publication 42
No Impact. There are no known earthquake faults or Alquist -Priolo .
zones within the project vicinity. No mitigation measures are
necessary.
CHECKLIST EXPLANATIONS
Page 5
.,A
0
L J
n
LEI
E
2) Strong seismic ground shaking?
No Imp act. Although there are no known earthquake faults within
the project vicinity, the area is subject to strong seismic ground
shaking, as is the case with all of Southern California. Since the
proposed improvements are intended for the conveyance of surface
runoff, seismic ground shaking will not pose serious hazards to the
public. No mitigation measures are necessary.
3) Seismic- related ground failure, including liquefaction?
No Impact. See Section 5.a.2 above.
4) Landslides?
No Impact. The project location is nearly flat and no significant risk
of landslide is present. No mitigation measures are necessary.
b) Result in substantial soil erosion or the loss of topsoil?
No Impact. The project area is completely urbanized and is located entirely
within existing street right -of -way and a drainage easement. No soil erosion
or loss of topsoil would occur during or after the construction operations.
No mitigation measures are necessary.
c) Be located on a geologic unit or soil that is unstable, or that mould become
unstable as a result of theprojec4 and potentially result in on- or off-site
landslide, lateral spreading, subsidence, liquefaction or collapse?
No hnpact. The project involves the shallow installation of drainage pipes,
catch basins, and a junction structure within a flat portion of the Bayside
Drive right -of -way and a drainage easement. The potential of landslide,
liquefaction, or other hazards that could be caused by this project is minimal.
No mitigation measures are necessary.
d) Be located on expansive soil, as defined in Table 18-1-B of the Uniform
Building Code (1994), creating substantial risks to M e orpmperty?
No Impact. Expansive soils are generally high in clay content. The native
soil material as observed through the private work at 2323 Bayside Drive,
which is located immediately adjacent to the proposed City project site, did
not exhibit clayey characteristics. No mitigation measures are necessary.
e) Have soils incapable of adequately supporting the use of septic tanks or
alternative waste water disposal systems where sewers are not available for
the disposal of waste water?
CHECKLIST EXPLANATIONS
Page 6
No Impact. The project does not involve the use of septic tanks. All
wastewater is presently conveyed off -site via connections to the sanitary
sewer system. No mitigation measures are necessary.
7. HAZARDS AND HAZARDOUS MATERIALS
Would the project:
a) Create a significant hazard to the public or the environment through the
routine transport, use, or disposal of hazardous materials?
No Impact. No use, transport, or disposal of hazardous material is proposed
for this project. No mitigation measures are necessary.
b) Create a significant hazard to the public or the environment through
reasonable foreseeable upset and accident conditions involving the release
of hazardous materials into the environment?
Less Than Significant Impact. Gasoline- and diesel powered equipment
would be used during construction. The standard construction contract
provisions require the contractor to follow the site maintenance and cleanup
procedures described in the Standard Specifications for Public Works
Construction. No additional mitigation measures are necessary.
c) Emit hazardous emissions or handle hazardous or acutely hazardous
materials, substances, or waste within one - quarter mile of an existing or
proposed school?
No Impact The project would not involve the handling or transport of
acutely hazardous materials and would not result in hazardous emissions.
The existing school facility closest to the project location is more than one-
quarter mile away and no new school facility is proposed within the project
vicinity. No mitigation measures are necessary .
d) Be located on a site which is included on a list of hazardous materials sites
compiled pursuant to Government Code Section 65962.5 and, as a result,
would it create a significant hazard to the public or the environment?
No impact The project is not located on a listed hazardous materials site.
No mitigation measures are necessary.
e) For a project located within an airport land use plan or, where such a
plan has not been adopter!, within two miles of a public airport or public
use ahpory would the project result in a safety hazard for people residing
or working in the project area? •
CHECKLIST EMANAMNS
Page 7
. q.
0
No Impact. The project is not located within an existing or future airport
land use plan area nor within two miles of an airport. No mitigation
measures are necessary.
J) For a project within the vicinity of a private airstrip, would the project
result in a safety hazard for people residing or working in the project
area?
No Impact. The project is not located within the vicinity of a private
airstrip. No mitigation measures are necessary.
g) Impair implementation of orphysicalty interfere with an adopted
emergency response plan or emergency evacuation plan?
Less Than Significant With Mitigation Incorporated. The project will not
have any permanent effects on an emergency response or emergency
evacuation plan. Due to temporary lane closure during construction,
emergency evacuation routes could be affected. The following mitigation
measure would reduce this impact to a level that is less than significant.
Mitigation Measure 7 -1. Traffic Control Plan Prior to project
advertisement for bids, the project specifications shall be prepared to
contain traffic control requirements that the contractor must adhere
to during the work. Such traffic control shall include provisions for
continuous traffic access through the construction site by emergency
equipment and personnel and the temporary installation of approved
warning devices alerting the public of the construction work and lane
closure.
Prior to the start of construction, the contractor shall provide the City
with a traffic control plan that has incorporated all of the project
requirements. No work shall begin without a City approved traffic
control plan.
h) Expose people or structures to a significant risk of loss, injury or death
involving wMand fires, including where wildlands are adjacent to
urbanized areas or where residences are intermixed with wildlands?
No act. The project is located in a fully developed urban residential area
with no wildland interface. No mitigation measures are necessary.
8. HYDROLOGYAND WATER QUALITY
Would the project:
a) Violate any water quality standards or waste discharge requirements?
CHECKLIST EXPLANATIONS
Page 8
,ti
0 0
Less Than Simificant Impact. The project provides for the discharge of •
runoff into Newport Harbor. Such discharge would contain urban pollutants
such as pesticides and oil. However, since the runoff to be conveyed by the
proposed drainage improvements is currently entering the harbor at other
discharge locations, no change in the type nor quantity of runoff into the
harbor is expected. All construction activities will be subject to the National
Pollutant Discharge Elimination System (NPDES) Best Management
Practices, which require measures be taken to minimize runoff of
contaminants and siltation. No additional mitigation measures are
CLL'Tzr�r�d
b) Substantially deplete groundwater supplies or interfere substantially with
groundwater recharge such that there would be a net deficit in aquifer
volume or a lowering of the local groundwater level (eg., the production
rate ofpre- existing nearby wells would drop to a level which would not
support existing land uses or planned uses for which permits have been
granted?
No Impact The project would not have any effect on groundwater supplies
nor recharge. No mitigation measures are necessary.
c) Substantially alter the existing drainage pattern of the site or area,
including through the alteration of the course of a stream or river, in a
manner which would result in substantial erosion or siltation on- or off
site?
Less Than Significant Impact. The proposed improvements will intercept
and divert future rainstorm runoff on Bayside Drive so as to decrease the
potential of flooding nearby homes. The drainage pattern for the general
area, however, will remain unchanged and no erosion nor siltation will result
from the improvements. No mitigation measures are necessary.
d) Substantially alter the existing drainage pattern of the site or area,
including through the alteration of the course of a stream or river, or
substantially increase the rate or amount of surface runoff in a manner
which would result in flooding on- or off-site?
Less Than Significant impact. The proposed improvements will intercept
and divert future rainstorm runoff on Bayside Drive so as to decrease the
potential of flooding nearby homes. The drainage pattern for the general area
will remain unchanged. No mitigation measures are necessary.
e) Create or contribute runoff water which would exceed the capacity of
existing or planned stormwater drainage systems or provide substantial
additional sources ofpolluted runoff`? •
No imp . The project would not create any urban runoff. No mitigation
measures are necessary.
CHECKLIST EXPLANATIONS
Page 9
It
0 0
Otherwise substantially degrade water quality?
No Impact. Since the project only changes the point of discharge for the
existing urban runoff, the water quality in the area will not change. No
mitigation measures are necessary.
g) Place housing within a 100 year flood hazard area as mapped on a federal
Flood Hazard Boundary or Flood Insurance Rate Map or other flood
hazard delineation map?
No Impact. No housing is proposed for this project. No mitigation
measures are necessary.
h) Place within a 100 year flood hazard area structures which would impede
or redirect flood flows?
No Impact. Except for the construction of drainage improvements that will
redirect urban runoff and decrease the potential of flooding nearby homes
during heavy rainstorms, no other structures are proposed for this project.
No mitigation measures are necessary.
i) Expose people or structures to a significant risk of loss, injury or death,
• involving flooding, including flooding as a result of the failure of a levee
or dam?
No Impact. The proposed improvements will direct future urban runoff
away from the nearby homes and residents. No mitigation measures are
necessary.
j) Inundation by seiche, (sunami, or mudflow?
No Lmpact . The project site, typical of the California coastline, is located in
a low -lying area that could be inundated in the event of seiche or tsunami.
The proposed improvements would have no effect on these conditions. No
mitigation measures are necessary.
9. LAND USE AND PLANNING
Would the project.
a) Physically divide an established community?
No hngact. The project is located in a fully developed residential area of the
City. The project would not physically divide the already established
• community. No mitigation measures are necessary.
CHECKLIST EXPLANATIONS
Page 10
ar
• •
b) Conflict with applicable land use plan, policy, or regulation of an agency
with jurisdiction over the project (including, but not limited to the general
plan, specific plan, local coastal program, or zoning ordinance) adopted
for the purpose of avoiding or mitigating an environmental effect?
No Impact. The project would not conflict with the existing General Plan
land use designation or zoning. No mitigation measures are necessary.
c) Conflict with any applicable habitat conservation plan or natural
community conservation plan?
No Impact. The project would not conflict with habitat or natural
community conservation plan. No mitigation measures are necessary.
10. MINERAL RESOURCES
Would the project:
a) Result in the loss of availability of a known mineral resource that would
be of value to the region and the residents of the state?
No Impact. The project is located in a fully developed residential area of the
City and no mineral sources would be affected. No mitigation measures are
necessary.
b) Result in the loss of availability of a local(y-important mineral resource
recovery site delineated on a local general plan, sped plan or other land
use plan?
No imp act There are no locally important mineral resource recovery areas
located within the project limits. No mitigation measures are necessary.
IL NOISE
Would the project result in:
a) Exposure of persons to or generation of noise levels in excess of standards
established in the local general plan or noise ordinance, or applicable
standards of other agencies?
Less Than Significant Impact. The project would not result in any long-
term noise increase. As with all public works projects, a short-term noise
increase around the project site would occur during construction. All
construction equipment will comply with the noise limits imposed by the
Standard Specifications for Public Works Construction and by the Newport a
Beach Municipal Code. No additional mitigati on measures are necessary.
CHECKLIST EXPLANATIONS
Page 11
?�
0 0
b) Exposure of persons to or generation of excessive groundborne vibration
or groundborne noise levels?
Less Than Significant Impact. The project could generate a moderate
amount of ground vibration during the storm drain trench work. Such
vibration is typical of public works projects. Since the amount of trench
work is minimal, the ground vibration that could result from the work
should not last more than a few day. No additional mitigation measures are
necessary.
c) A substantial permanent increase in ambient noise levels in the project
vicinity above levels existing without the project?
No Impact. The project could not generate a permanent increase in ambient
noise levels in the area. No mitigation measures are necessary.
d) A substantial temporary or periodic increase in ambient noise levels in the
project vicinity above levels existing without the project?
Less Than Significant Impact. The project could generate a moderate and
temporary noise increase during construction. Such noise increase is typical
of public works projects. All construction equipment will comply with the
noise limits imposed by the Standard Specifications for Public Works
Construction and by the Newport Beach Municipal Code. No additional
mitigation measures are necessary.
e) For a project located within an airport land use plan or, where such a
plan has not been adopted, within two miles of a public airport or public
use airport, would the project expose people residing or working in the
project area to excessive noise levels?
No Impact. The project is not located within an airport land use plan nor
within two miles of a public airport. No mitigation measures are necessary.
,n For a project within the vicinity of a private airstrip, would the project
expose people residing or working in the project area to excessive noise
levels?
No Impact. There are no private airstrips within the project vicinity. No
mitigation measures are necessary.
12. POPULATIONAND HOUSING
Would the project:
a) Induce substantial population growth in an area, either directly (for
example, by proposing new homes and businesses) or indirectly (for
example, through extension of roads or other infrastructure)?
CHECKLIST EXPLANATIONS
Page 12
zL
0 •
No act. The project is located in a fully developed area of the City and
is proposed for drainage improvements. No increase in population growth
could result from this project. No mitigation measures are necessary.
b) Displace substantial numbers of existing housing, necessitating the
construction of replacement housing elsewhere?
No Impact. The project is located in a fully developed area of the City and
is proposed for drainage improvements. No decrease of existing housing
could result from this project. No mitigation measures are necessary.
c) Displace substantial numbers of people, necessitating the construction of
replacement housing elsewhere?
No Impact. The project is located in a fully developed area of the City and
is proposed for drainage improvements. No displacement of existing
residents could result from this project. No mitigation measures are
necessary.
13. PUBLICSERVICES
a) Would the project result in substantial adverse physical impacts associated
with the provision of new or physically altered governmental facilities, need for
new or physically altered governmental facilities, the construction of which could
cause significant environmental impacts, in order to maintain acceptable service
ratios, response times or other performance objectives for any of the public
services.
1) Fire protection?
No lmpact. The project would not adversely impact fire protection
in the area. No mitigation measures are necessary.
2) Police protection?
No impact The project would not adversely impact police
protection in the area. No mitigation measures are necessary.
3) Schools?
No Impact. The project would not affect student generation or
school operations. No mitigation measures are necessary.
4) Parks?
No Impact. The project would not affect parks or recreation. No
mitigation measures are necessary.
CHECKLIST EXPLANATIONS
Page 13
1c,
0 0
S) Other public facilities?
No Impact. The project would not affect any other public facilities.
No mitigation measures are necessary.
14. RECREATION
a) Would the project increase the use of existing neighborhood and regional
parks or other recreational facilities such that substantial physical
deterioration of thefacility would occur or be accelerated?
No Impact. The project would not increase the use of existing neighborhood
or regional parks or other recreational facilities. No mitigation measures are
necessary.
b) Does the project include recreational facilities or require the construction
or expansion of recreational facilities which might have an adverse
physical effect on the environment?
No Impact. The project would not increase the use of parks or other
recreational facilities. No mitigation measures are necessary.
15. TRANSPORTATION /CIRCULATION
Would the project:
a) Cause an increase in traffic which is substantial in relation to the existing
traffic load and capacity of the street system (Le., result in a substantial
increase in either the number of vehicle trips, the volume to capacity ratio
on roads, or congestion at intersections)?
Less Than Significant Impact. Typical of all construction work, a short-term
increase in traffic in the general area immediately adjacent to the work site is
expected to occur during construction. The traffic increase will not be
significant.
b) Exceed, either individually or cumulatively, a level of service standard
established by the county congestion management agency for designated
roads or highways?
No Impact. Except for the temporary traffic delays during construction, the
improvements will not change the existing level of service in the area. No
mitigation measures are necessary.
c) Result in a change in air traffic patterns, including either an increase in
traffic levels or a change in location that results in substantial safety
risks?
CHECxusT F.70'uwnnaNs
Page 14
• •
No Impact. The project will not change the current air traffic patterns in the
area. No mitigation measures are necessary.
d) Substantially increase hazards due to a design feature (eg., sharp curves
or dangerous intersections) or incompatible uses (eg., farm equipment)?
No impact. The proposed improvements will not change the geometrics of
the existing roadway. No mitigation measures are necessary.
e) Result in inadequate emergency access?
Less Than Significant Impact. The project will not have any
permanent effects on emergency access. Due to temporary lane
closure during construction, emergency access routes could be
affected. However, prior to project advertisement for bids, the
project specifications shall be prepared to contain traffic control
requirements that the contractor must adhere to during the work.
Such traffic control shall include provisions for continuous traffic
access through the construction site by emergency equipment and
personnel and the temporary installation of approved warning
devices alerting the public of the construction work and lane closure.
Prior to the start of construction, the contractor shall provide the City
with a traffic control plan that has incorporated all of the project
requirements. No work shall begin without a City approved traffic
control plan. The City emergency response personnel will be
notified of the construction work and temporary lane closure prior to
and during the work.
J) Result in inadequate parking capacity?
No Impact The project will not change the existing parking capacity in the
area. No mitigation measures are necessary.
g) Conflict with adopted policies, plans, or programs supporting alternative
transportation (eg., bus turnouts, bicycle racks)?
No ImpacK The.project will not conflict with adopted policies, plans, or
programs supporting alternative transportation. No mitigation measures are
necessary.
16. UTILITIES AND SERVICE SYSTEMS
Would the project:
a) Exceed wastewater treatment requirements of the applicable Regional
Water Quality Control Board?
CHECKLIST EXPLANATIONS
Page 15
0 0
No Impact. The project would have no effect on wastewater flows or
treatment requirements. No mitigation measures are necessary.
b) Require or result in the construction of new water or wastewater treatment
facilities or expansion of existing facilities, the construction of which
could cause significant environmental effects?
No hnp_act. The project would have no effect on wastewater flows or
treatment requirements. No mitigation measures are necessary.
c) Require or result in the construction of new storm water drainage
facilities or expansion of existing facilities, the construction of which
could cause significant environmental effects?
Less Than Significant Impact. Although the project proposed the
construction of new drainage provisions, the completed work is an isolated
stand -alone system that would not cause the construction of additional new
or expanded drainage facilities. No mitigation measures are necessary.
d) Have sufficient water supplies available to serve the project from existing
entitlements and resources, or are new or expanded entitlements needed?
No Impact. The project would not affect water supply or demands. No
mitigation measures are necessary.
e) Result in a determination by the wastewater treatment provider which
serves or may serve the project that it has adequate capacity to serve the
project's projected demand in addition to the provider's existing
commitments?
No Impact The project would have no effect on wastewater flows or
treatment requirements. No mitigation measures are necessary.
Be served by a landfill with sufci'ent permitted capacity to accommodate
the project's solid waste disposal needs?
Less Than Significant Impact. The project construction may result in the
generation of excess earth material that would need to be transported off site.
This would not be considered a significant impact due to its temporary
nature and limited quantity. Removed native material that could not be
reused on the project will be diposed of at a landfill. Removed asphalt
material will be recycled by the contractor. No mitigation measures are
necessary.
g) Comply with federal, state, and local statutes and regulations related to
solid waste?
CHECKLIST EXPLANATIONS
Page 16
• •
No Impact. The project specifications require the contractor to dispose of .
construction waste in accordance with the applicable statutes and
regulations. No mitigation measures are necessary.
17. MANDATORYFINDINGSOFSIGNIFICANCE
a) Does the project have the potential to degrade the quality of the
environment, substantially reduce the habitat of a fish or wildhfe species,
cause a fish or wildlife population to drop below self - sustaining levels,
threaten to eliminate a plant or animal community, reduce the number or
restrict the range of a rare or endangered plant or animal or eliminate
important examples of the major periods of California history or
prehistory?
Less Than Significant Impact. The project has the potential to degrade the
quality of the environment, but the measures recommended would reduce
these potential impacts to a level that is less than significant.
b) Does the project have impacts that are individually limited, but
cumulatively considerable? ( "Cumulatively considerable" means that the
incremental effects of a project are considerable when viewed in
connection with the effects of past projects, the effects of other current
projects, and the effects of probable future projects)? .
No Impact. The project does not have any impact that is individually
limited, but cumulatively considerable. No mitigation measures are
necessary.
c) Does the project have environmental effects which will cause substantial
adverse effects on human beings, either directly or indirectly?
No Impact. The project does not have any environmental effects that could cause
substantial adverse effects on human beings. No mitigation measures are
necessary.
REFERENCES
• Building News Publications, Standard Specifications for Public Works Construction,
1997 Edition.
• City of Newport Beach, Newport Beach Municipal Code.
• South Coast Air Quality Management District, CEQA Air Ouality Handbook. 1993.
REPORT PREPARATION PERSONNEL
Lead Agency:
City of Newport Beach . Don Webb, P.E. Public Works Director
Bill Patapoff, P.E. City Engineer
Fong Tse, P.E. Associate Civil Engineer
CHECKLIST EXP[ANAnONS
Page 17
0
E
Appendix A
Project Vicinity Map and Location Map
0
0
BAKER ST. x
low
_ II
c:i LLI y ADAMS AVE.
Co
,4
z a 2
O CITY OF COLLEGE ORANGE CO.
y COSTA o FAIRGROUNDS 4 4 (� CITY
z S MESA oQ aP,sT�N / N OF
IRVINE
0
= m VICTORIA ST
LL.
UPPER \ UNIVERSI G
NEWPORT
V j 19TH ST. BAY o a U.C.I.
�.. F �9� CITY
/ OF BISON
i n. s� '�P l NEWP R Avt 9
BEA H o�y
SAN TORO
ISLAM STaOTY �� \
YARD 5
BAY
PROJECT LOCATION PAC/% A
(SEE LOCATION MAP)
1 �
VICINITY MAP
NOT TO SCALE /yq�
BAYSIDE DRIVE STORM DRAIN IMPROVEMENT
(FROM 2307 BAYSIDE DRIVE TO COUNTY ROAD)
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
4 41
A P O
O
P�aP ��Sf
r GF
P�
O �P
NEWPORT
HARBOR
D
P�
P
O�
A
IN
F
LOCATION MAP P�
NOT TO SCALE �cA
-- PROJECT LOCATION
BAYSIDE DRIVE STORM DRAIN IMPROVEMENT
lip (FROM 2307 BAYSIDE DRIVE TO COUNTY ROAD)
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
Authorized to Publish Advertisements of ail kinds including public notices by
occree of the Superior Court of Orange County, California. Number "214,
September 29, 1961, and A -24871 June 11, 1967.
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. I
am a principal clerk of the NEWPORT
BEACH -COSTA MESA DAILY PILOT, a
newspaper of general circulation, printed and
published in the City of Costa Mesa, County
of Orange, State of California, and that
attached Notice is a true and complete copy
as was printed and published on the
following dates-
November 8, 1999
I declare, under penalty of perjury, that the
foregoing is true and correct.
Executed on November 8, 1992_
at Costa Mesa, California.
Signature
RECEIVED
'99 NOV 12 Pit :05.
OFFICE OF THE CITY CLERK
CITY OF NEWFIRT BEACH
Oct S
1,
• C -348
CITY OF NEWPORT AACH �p 5
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
December 15, 1999
Orange County Recorder
P. O. Box 238
Santa Ana, CA 92702
RE: Notice of Determination for the Bayside Drive Storm Drain Improvement
Project; and
Notice of Determination for the San Miguel Drive Widening Project
Please record the enclosed documents and return it to the City Clerk's Office.
Thank you.
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
Attachments
3300 Newport Boulevard, Newport Beach
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
P. O. Box 1768
Newport Beach, CA 92658 -8915
TITLE OF DOCUMENT:
0
THIS SPACE FOR RECORDER'S USE ONLY.
Exempt Recording Request per Government Code 6103
Notice of Determination
(Bayside Drive Storm Drain Improvement Project)
C*Y OF NEWPORT BEAN p O S T E D
3300 Newport Boulevard - P.O. Box 1768
Newport Beach, CA 92658 -8915 DEC 15 1999
(949) 644 -3311
GARY L. GRANKLE, Clerk - Recorder
NOTICE OF DETERMINATION er_.._ --- DEFY
To:
Office of Planning and Research
❑X 1400 Tenth Street, Room 121
Sacramento, CA 95814
County Clerk, County of Orange
Public Services Division
12 Civic Center Plaza
Santa Ana, CA 92702
From: City of Newport Beach
Public Works Department
3300 Newport Boulevard - P.O. Box 1768
Newport Beach, CA 92658 -8915
Orange County
Date received for filing at OPR/County Clerk:
Subject: Filing of Notice of Determination in compliance with Section 21108 or
. 21152 of the Public Resources Code.
Name of Project: Bayside Drive Storm Drain Improvement Project
State Clearinghouse Number: City Contact Person: Telephone No.:
99111039 William Patapoff 949 / 644 -3311
Project Location: Bayside Drive from 2307 Bayside Drive to County Rodd
Project Description: This project installs of 160 feet of 18 -inch RCP, a reinforced concrete
junction structure, and five (5) catch basins with grates and connects these improvements to an existing
14 "RCP for drainage through a new bulkhead opening next to the County Road street end..
This is to advise that the City of Newport Beach has approved the above described project on December 13. 1999
and has made the following determinations regarding the above described project:
1. The City is Lead Agency for the project.
2. The project will not have a significant effect on the environment.
3. An Environmental Impact Report was not prepared for this project pursuant to the provisions of CEQA.
4. A Negative Declaration was prepared for this project pursuant to the provisions of CEQA.
5. Mitigation measures were not made a condition of the approval of the project.
6. A Statement of Overriding Considerations was not adopted for this project.
7. Findings were made pursuant to the provisions of CEQA.
The final Negative Declaration and record of project approval is available for review at the Public Works Department
of the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, CA 92658 - 8915949/644 -3311.
i1h ff W 'am Patap Engineer Date
PROFESSIONAL SERVICES AGREEMENT
FOR
BAYSIDE DRIVE AND CARNATION AVENUE STORM
DRAIN IMPROVEMENTS
THIS AGREEMENT, entered into this la*r— day of / , 1999, by and
between CITY OF NEWPORT BEACH , a Municipal Corporation (hereinafter referred to
as "City'), and DMc Engineering, whose address is 18 Technology Drive, Suite 100,
Irvine, California, 92618, (hereinafter referred to as "Consultant "), is made with reference
to the following:
RECITALS
A. City is a Municipal Corporation duly organized and validly existing under the
laws of the State of California with the power to carry on its business as it is
now being conducted under the statutes of the State of California and the
Charter of City.
B. City is planning to construct drainage improvements on Bayside Drive
and Carnation Avenue.
C. City desires to engage Consultant to prepare plans, specifications and
cost estimate for drainage improvements for the Bayside Drive and
Carnation Avenue Storm Drain Project upon the terms and conditions
contained in this Agreement.
D. The principal members of Consultant are for purpose of Project are
Derek McGregor and Harvey Kuehl.
E. City has solicited and received a proposal from Consultant, has reviewed
I
-1-
the previous experience and evaluated the expertise of Consultant and
desires to contract with Consultant under the terms of conditions provided in
this Agreement.
NOW, THEREFORE, it is mutually agreed by and between the undersigned
parties as follows:
1. TERM
The term of this Agreement shall commence on the 3rd day of May 1999, and
shall terminate on the 30th day of June 1999, unless terminated earlier as set forth
herein.
2. SERVICES TO BE PERFORMED
Consultant shall diligently perform all the duties set forth in the scope of services,
attached hereto as Exhibit "A" and incorporated herein by reference.
3. COMPENSATION TO CONSULTANT
City shall pay Consultant for the services in accordance with the provisions of this
Section and the scheduled billing rates set forth in Exhibit "B" attached hereto and
incorporated herein by reference. No rate changes shall be made during the term of this
Agreement without prior written approval of City. Consultant's compensation for all work
performed in accordance with this Agreement shall not exceed the total contract price of
Twenty Two Thousand Dollars ($22,000) plus City approved reimbursable expenses for
blueprinting, reproductions, computer plotting and messenger services.
3.1 Consultant shall maintain accounting records of its billings which includes
the name of the employee, type of work performed, times and dates of all work which is
billed on an hourly basis and all approved incidental expenses including reproductions,
-2-
computer printing, postage and mileage.
3.2 Consultant shall submit monthly invoices to City payable by City within thirty
(30) days of receipt of invoice subject to the approval of City.
3.3 Consultant shall not receive any compensation for extra work without prior
written authorization of City. Any authorized compensation shall be paid in accordance
with the schedule of the billing rates as set forth in Exhibit "B ".
3.4 City shall reimburse Consultant only for those costs or expenses which
have been specifically approved in this Agreement, or specifically approved in advance by
City. Such cost shall be limited and shall include nothing more than the following costs
incurred by Consultant:
A. The actual costs of subconsultants for performance of any of the services
which Consultant agrees to render pursuant to this Agreement which have
been approved in advance by City and awarded in accordance with the
terms and conditions of this Agreement.
B. Approved computer data processing and reproduction charges.
C. Actual costs and /or other costs and /or payments specifically authorized in
advance in writing and incurred by Consultant in the performance of this
Agreement.
4. STANDARD OF CARE
4.1 All of the services shall be performed by Consultant or under Consultants
supervision. Consultant represents that it possesses the professional and technical
personnel required to perform the services required by this Agreement and that it will
perform all services in a manner commensurate with the community professional
-3-
standards. All services shall be performed by qualified and experienced personnel who
are not employed by City nor have any contractual relationship with City. Consultant
represents and warrants to City that it has or shall obtain all licenses, permits,
qualifications and approvals required of its profession. Consultant further represents and
warrants that it shall keep in effect all such licenses, permits and other approvals during
the term of this Agreement.
4.2 Consultant shall not be responsible for delay, nor shall Consultant be
responsible for damages or be in default or deemed to be in default by reason of strikes,
lockouts, accidents, or acts of God, or the failure of City to furnish timely information or to
approve or disapprove Consultant's work promptly, or delay or faulty performance by City,
contractors, or governmental agencies, or any other delays beyond Consultant's control
or without Consultant's fault.
5. INDEPENDENT PARTIES
City retains Consultant on an independent contractor basis and Consultant is not
an employee of City. The manner and means of conducting the work are under the
control of Consultant, except to the extent they are limited by statute, rule or regulation
and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed
to constitute Consultant or any of Consultant's employees or agents to be the agents or
employees of City. Consultant shall have the responsibility for and control over the details
in means of performing the work provided that Consultant is in compliance with the terms
of this Agreement. Anything in this Agreement which may appear to give City the right to
direct Consultant as to the details of the performance of the services or to exercise a
measure of control over Consultant shall mean that Consultant shall follow the desires of
W1
• •
City only in the results of the services.
6. COOPERATION
Consultant agrees to work closely and cooperate fully with City's designated
Project Administrator, and any other agencies which may have jurisdiction or interest in
the work to be performed. City agrees to cooperate with Consultant on Project.
7. PROJECT MANAGER
Consultant shall assign Project to a Project Manager, who shall coordinate all
phases of Project. This Project Manager shall be available to City at all reasonable times
during term of Project. Consultant has designated Derek J. McGregor to be its Project
Manager. Consultant shall not bill any personnel to Project other than those personnel
identified in Exhibit 'B ", whether or not considered to be key personnel, without City's prior
written approval by name and specific hourly billing rate. Consultant shall not remove or
reassign any personnel designated in this Section or assign any new or replacement
person to Project without the prior written consent of City. City's approval shall not be
unreasonably withheld with respect to removal or assignment of non -key personnel.
Consultant, at the sole discretion of City, shall remove from Project any of its
personnel assigned to the performance of services upon written request of City.
Consultant warrants it will continuously fumish the necessary personnel to complete
Project on a timely basis as contemplated by this Agreement.
8. TIME OF PERFORMANCE
Time is of the essence in the performance of the services under this Agreement
and the services shall be performed by Consultant in accordance with the schedule
specified below. The failure by Consultant to strictly adhere to the schedule may result in
-5-
1 , •
E
termination of this Agreement by City, and the assessment of damages against
Consultant for delay. Notwithstanding the foregoing, Consultant shall not be responsible
for delays which are due to causes beyond Consultant's reasonable control. However, in
the case of any such delay in the services to be provided for Project, each party hereby
agrees to provide notice to the other party so that all delays can be addressed.
Phase 1: Consultant shall complete all work described in Exhibit "A" within
28 calendar days of the execution of this Agreement.
8.1 Consultant shall submit all requests for extensions of time for performance
in writing to the Project Administrator not later than ten (10) calendar days after the start
of the condition, which purportedly causes a delay, and not later than the date upon which
performance is due. The Project Administrator shall review all such requests and may
grant reasonable time extensions for unforeseeable delays, which are beyond
Consultant's control.
8.2 For all time periods not specifically set forth herein, Consultant shall
respond in the most expedient and appropriate manner under the circumstances, by
either telephone, fax, hand delivery or mail.
9. CITY POLICY
Consultant will discuss and review all matters relating to policy and project
direction with the Project Administrator in advance of all critical decision points in order to
ensure that the Project proceeds in a manner consistent with City goals and policies.
10. CONFORMANCE TO APPLICABLE REQUIREMENT
All work prepared by Consultant shall conform to applicable city, county, state and
federal law, regulations and permit requirements and be subject to approval of the Project
0
Administrator and City Council.
11. PROGRESS
Consultant is responsible to keep the Project Administrator and /or his /her duly
authorized designee informed on a regular basis regarding the status and progress of the
work, activities performed and planned, and any meetings that have been scheduled or
are desired.
12. HOLD HARMLESS
Consultant shall indemnify, defend, save and hold harmless City, its City Council,
boards and commissions, officers and employees from and against any and all loss,
damages, liability, claims, allegations of liability, suits, costs and expenses including, but
not limited to, bodily injury, death, personal injury, property damages, or any other claims
arising from the negligent acts or omissions of Consultant, its employees, agents or
subcontractors in the performance of services or work conducted or performed pursuant
to this Agreement, excepting only the active negligence or willful misconduct of City, its
officers or employees, and shall include attorneys' fees and all other costs incurred in
defending any such claim. Nothing in this indemnity shall be construed as authorizing,
any award of attomeys' fees in any action on or to enforce the terms of this Agreement.
13. INSURANCE
Without limiting consultant's indemnification of City, and prior to commencement of
work, Consultant shall obtain and provide and maintain at its own expense during the
term of this Agreement policy or policies of liability insurance of the type and amounts
described below and satisfactory to City. Certification of all required policies shall be
signed by a person authorized by that insurer to bind coverage on its behalf and must be
-7-
a
• •
filed with City prior to exercising any right or performing any work pursuant to this
Agreement. Except workers compensation and errors and omissions, all insurance
policies shall add City, its elected officials, officers, agents, representatives and
employees as additional insured for all liability arising from Consultant's services as
described herein.
All insurance policies shall be issued by an insurance company certified to do
business in the State of California, with original endorsements, with Best's A VII or better
carriers, unless otherwise approved by City Risk Manager.
A. Workers compensation insurance covering all employees and principals of
Consultant, per the laws of the State of California.
B. Commercial general liability insurance covering third party liability risks,
including without limitation, contractual liability, in a minimum amount of $1
million combined single limit per occurrence for bodily injury, personal injury
and property damage. If commercial general liability insurance or other
form with a general aggregate is used, either the general aggregate shall
apply separately to this Project, or the general aggregate limit shall be twice
the occurrence limit.
C. Commercial auto liability and property insurance covering any owned and
rented vehicles of Consultant in a minimum amount of $1 million combined
single limit per accident for bodily injury and property damage.
D. Professional errors and omissions insurance which covers the services to
be performed in connection with this Agreement in the minimum amount of
One Million Dollars ($1,000,000).
Said policy or policies shall be endorsed to state that coverage shall not be
canceled by either party, except after thirty (30) days' prior notice has been given in
writing to City. Consultant shall give City prompt and timely notice of claim made or suit
instituted arising out of Consultant's operation hereunder. Consultant shall also procure
and maintain, at its own cost and expense, any additional kinds of insurance, which in its
own judgment may be necessary for its proper protection and prosecution of the work.
Consultant agrees that in the event of loss due to any of the perils for which it has
agreed to provide comprehensive general and automotive liability insurance, that
Consultant shall look solely to its insurance for recovery. Consultant hereby grants to
City, on behalf of any insurer providing comprehensive general and automotive liability
insurance to either Consultant or City with respect to the services of Consultant herein, a
waiver of any right of subrogation which any such insurer of said Consultant may acquire
against City by virtue of the payment of any loss under such insurance.
14. PROHIBITION AGAINST TRANSFERS
Consultant shall not assign, sublease, hypothecate or transfer this Agreement or
any of the services to be performed under this Agreement, directly or indirectly, by
operation of law or otherwise without prior written consent of City. Any attempt to do so
without consent of City shall be null and void.
The sale, assignment, transfer or other disposition of any of the issued and
outstanding capital stock of Consultant, or of the interest of any general partner or joint
venturer or syndicate member or co- tenant if Consultant is a partnership or joint- venture
or syndicate or co- tenancy, which shall result in changing the control of Consultant, shall
be construed as an assignment of this Agreement. Control means fifty percent (50 %) or
0
more of the voting power, or twenty -five percent (25 %) or more of the assets of the
corporation, partnership or joint- venture.
15. OWNERSHIP OF DOCUMENTS
Each and every report, draft, work product, map, record and other document
reproduced, prepared or caused to be prepared by Consultant pursuant to or in
connection with this Agreement shall be the exclusive property of City.
Documents, including drawings and specifications, prepared by Consultant
pursuant to this Agreement are not intended or represented to be suitable for reuse by
City or others on any other project. Any use of completed documents for other projects
and any use of incomplete documents without specific written authorization from
Consultant will be at City's sole risk and without liability to Consultant. Further, any and
all liability arising out of changes made to Consultant's deliverables under this Agreement
by City or persons other than Consultant is waived as against Consultant and City
assumes full responsibility for such changes unless City has given Consultant prior notice
and has received from Consultant written consent for such changes.
Consultant shall, at such time and in such forms as City may require, furnish
reports concerning the status of services required under this Agreement.
16. CONFIDENTIALITY
The information, which results from the services in this Agreement, is to be kept
confidential unless the release of information is authorized by City.
17. CITY'S RESPONSIBILITIES
In order to assist Consultant in the execution of his responsibilities under this
Agreement, City agrees to provide the following:
-10-
A. City will provide access to and upon request of Consultant, provide one
copy of all existing record information on file at City. Consultant shall be
entitled to rely upon the accuracy of data information provided by City or
others without independent review or evaluation. City will provide all such
materials in a timely manner so as not to cause delays in Consultant's work
schedule.
B. Provide blueprinting, CADD plotting, copying and other services through
City's reproduction company for each of the required submittals. Consultant
will be required to coordinate the required submittals with City's
reproduction company. All other reproduction will be the responsibility of
Consultant and as defined above.
C. City staff will provide usable life of facilities criteria and provide information
with regard to deficient facilities.
D. City will prepare and provide to Consultant a survey digital file in AutoCAD
(DXF) compatible format.
18. ADMINISTRATION
This Agreement will be administered by the Public Works Department. Bill
Patapoff shall be considered the Project Administrator and shall have the authority to act
for City under this Agreement. The Project Administrator or his/her authorized
representative shall represent City in all matters pertaining to the services to be rendered
pursuant to this Agreement.
19. RECORDS
Consultant shall keep records and invoices in connection with the work to be
-111-
.\ • •
performed under this Agreement. Consultant shall maintain complete and accurate
records with respect to the costs incurred under this Agreement. All such records shall be
clearly identifiable. Consultant shall allow a representative of City during normal business
hours to examine, audit and make transcripts or copies of such records. Consultant shall
allow inspection of all work, data, documents, proceedings and activities related to the
Agreement for a period of three (3) years from the date of final payment under this
Agreement.
20. WITHHOLDINGS
City may withhold payment of any disputed sums until satisfaction of the dispute
with respect to such payment. Such withholding shall not be deemed to constitute a
failure to pay according to the terms of this Agreement. Consultant shall not discontinue
work for a period of thirty (30) days from the date of withholding as a result of such
withholding. Consultant shall have an immediate right to appeal to the City Manager or
his designee with respect to such disputed sums. Consultant shall be entitled to receive
interest on any withheld sums at the rate of seven percent (7 %) per annum from the date
of withholding of any amounts found to have been improperly withheld.
21. ERRORS AND OMISSIONS
In the event of errors or omissions that are due to the negligence or professional
inexperience of Consultant which result in expense to City greater than would have
resulted if there were not errors or omissions in the work accomplished by Consultant, the
additional design, construction and /or a restoration expense shall be bome by Consultant.
Nothing in this paragraph is intended to limit City's rights under any other sections of this
Agreement.
-12-
0
22. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS
City reserves the right to employ other consultants in connection with Project.
23. CONFLICTS OF INTEREST
A. Consultant or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act"), which (1) requires such
persons to disclose financial interest that may foreseeably be materially
affected by the work performed under this Agreement, and (2) prohibits
such persons from making, or participating in making, decisions that will
foreseeably financially affect such interest.
B. If subject to the Act, Consultant shall conform to all requirements of the Act.
Failure to do so constitutes a material breach and is grounds for termination
of this Agreement by City. Consultant shall indemnify and hold harmless
City for any and all claims for damages resulting from Consultant's violation
of this Section.
24. SUBCONSULTANT AND ASSIGNMENT
Except as specifically authorized under this Agreement, the services included in
this Agreement shall not be assigned, transferred, contracted or subcontracted without
prior written approval of City.
25. NOTICES
All notices, demands, requests or approvals to be given under this Agreement
shall be given in writing and conclusively shall be deemed served when delivered
personally or on the third business day after the deposit thereof in the United States mail,
postage prepaid, first class mail, addressed as hereinafter provided.
-13-
All notices, demands, requests or approvals from Consultant to City shall be
addressed to City at:
Attn: Administrative Manager
City of Newport Beach
3300 Newport Boulevard
P. O. Box 1768
Newport Beach, CA, 92658 -8915
(949) 644 -3311
Fax (949) 644 -3318
All notices, demands, requests or approvals from City to Consultant shall be
addressed to Consultant at:
Attention: Derek J. McGregor
DMc Engineering
18 Technology Drive, Suite 100
Irvine, CA 92618
(949) 753 -9393
Fax (949) 753 -9322
26. TERMINATION
In the event either part hereto fails or refuses to perform any of the provisions
hereof at the time and in the manner required hereunder, that party shall be deemed in
default in the performance of this Agreement. If such default is not cured within a period
of two (2) days, or if more than two (2) days are reasonably required to cure the default
and the defaulting party fails to give adequate assurance of due performance within two
(2) days after receipt by defaulting party from the other party of written notice of default,
specifying the nature of such default and the steps necessary to cure such default, the
nondefaulting party may terminate the Agreement forthwith by giving to the defaulting
party written notice thereof.
-14-
• • i
26.1 City shall have the option, at its sole discretion and without cause, of
terminating this Agreement by giving seven (7) days' prior written notice to Consultant as
provided herein. Upon termination of this Agreement, City shall pay to Consultant that
portion of compensation specified in this Agreement that is earned and unpaid prior to the
effective date of termination.
27. COMPLIANCES
Consultant shall comply with all laws, state or federal and all ordinances, rules and
regulations enacted or issued by City.
28. WAIVER
A waiver by either party of any breach, of any term, covenant or condition
contained herein shall not be deemed to be a waiver of any subsequent breach of the
same or any other term, covenant or condition contained herein whether of the same or a
different character.
29. INTEGRATED CONTRACT
This Agreement represents the full and complete understanding of every kind or
nature whatsoever between the parties hereto, and all preliminary negotiations and
agreements of whatsoever kind or nature are merged herein. No verbal agreement or
implied covenant shall be held to vary the provisions hereon. Any modification of this
Agreement will be effective only by written execution signed by both City and Consultant.
30. OPINION OF COST
Any opinion of the construction cost prepared by Consultant represents his /her
judgment as a design professional and is supplied for the general guidance of City. Since
-15-
Consultant has no control over the cost of labor and material, or over competitive bidding
or market conditions, Consultant does not guarantee the accuracy of such opinions as
compared to contractor bids or actual cost to City.
31. CADD DELIVERABLES
CADD data delivered to City shall not include the professional stamp or signature
of an engineer or architect. City agrees that Consultant shall not be liable for claims,
liabilities or losses arising out of, or connected with (a) the modification or misuse by City,
or anyone authorized by City, of CADD data; (b) the decline of accuracy or readability of
CADD data due to inappropriate storage conditions or duration; or (c) any use by City, or
anyone authorized by City, of CADD data for additions to this Project, for the completion
of this Project by others, or for any other project, excepting only such use as is
authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to
indemnify Consultant for damages and liability resulting from the modification or misuse
of such CADD data.
32. PATENT INDEMNITY
Consultant shall indemnify City, its agents, officers, representatives and
employees against liability, including costs, for infringement of any United States' letters
patent, trademark, or copyright infringement, including costs, contained in Consultant's
drawings and specifications provided under this Agreement.
-16-
•
0
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed
on the day and year first written above.
APPROVED AS TO FORM:
By:
Robi auson
Assistant City Attorney
ATTEST:
By: M
LaVonne Harkless
City Clerk
f.\ users \pWAshared\agreements \99\dmc engineedng.doc
-17-
CITY OF NEWPORT BEACH
A Municipal Corporation
Homer Bludad, City Manager
City of Newport Beach
DMc Engineering
By<=:�-
Derek J. McGregor
Principal
4 -30 -1999 1:54PM FROM DMC ENGRG IRVINE 714 753 9322 P.2
NAME
Derek J. McGregor
Harvey Kuehl
Duke Nyugen
Fugen Alexandrescu
Gordon Edwards
i
EXHIBIT B
POSITION
Principal
PM
SE
AE
PS
4 -16 -1999 9 :09A`-0 FROM DMC ENGRG IRVINE 714 753 9322 P.11
Bayside Drive /Carnation Avenue Improvement Plans
Hourly Rate Schedule
Effective January 1, 1999 thru December 31, 1999
Principal (PR)
$ 110.00
Project Manager (PM)
$
90.00
Project Engineer (PE)
$
85.00
Senior Engineer (SE)
$
75.00
Associate Engineer (AE)
$
65.00
CAD Operator (CAD)
$
55.00
Specification Typist
$
35.00
3 Person Survey Crew $ 160.00
2 Person Survey Crew $ 140.00
Project Surveyor (PS) $ 75.00
Survey Calculator (SC) $ 65.00
NOTE: Blueprinting; reproductions, computer plotting, messenger services and other direct
expenses will be charged at cost plus 10 %. No additional charges for mileage, supplies or
telephone expenses will be included.
U
•4 -16-1999 9tWAM FROM DMC
ENGRG IRVINE 714 753
9322
•
�
,A
E XN ► �B IT
Revised Proposal to Provide Professional
Civil Engineering Consulting Services
P-2
Bayside Drive /Carnation Avenue
Improvement Plans
KIM
jik4j'N
Prepared for:
City of Newport Beach
Public Works Department
P.O. Box 1768
Newport Beach, CA 92658 -8915
Prepared by:
DMc Engineering
18 Technology Drive
Suite 100
Irvine, CA 92618
•4 -16 -1999 9:03AM FROM DMC ENGRG IRVINE 714 763 9322 P.3
DNh:
Civil Sure ein
April 14, 1999 )N 99 -769 -1
Revised
Mr, Bill Patapoff
City Newport Beach
Public Works Department
P.O. Box 1768
Newport Beac14 CA 92658 -9915
SUBJECT, Bayside DrivelCarnatioe Avenue Improvement Plans
Dear Bill:
Based on our March 22, 1999 meeting and our subsequent April 14,1999 meting, DMc Engineering.
is excited about the opportunity to submit this revised proposal to provide Professional Civil
Engineering Services for the above subject project.
The following proposal is formatted to address the design of the work effort discussed in our
meetings. We look. forward to your review of this information and the opportunity to meet with
you personally to discuss the enclosed remised proposal. Should you require any additional
information, please do not hesitate to call.
Sincerely,
DMc Engineering
Derek J. McGregor, Fitt., P.L. S.
Principal
DJM :lg
18 Technology C)rha, Suite 100, Irvine; Calif)rnia 92.618 (949) 7539393 FAX (949) 753.9322
Offres in California and Nevada
4 -16 -1999 9:04AM FROM DMC ENGRG IRVINE 714 753 9322 p.4
Bayside Drive /Carnation Avenue Improvement Plans
TABLE OF CONTENTS
• Project Understanding
• Project ApproachSScopeofServices
• Ci& Furnished Materials
• Fee Proposal
• Hourly Rate Schedule
.4 -15 -1999 9:05AM FROM DMC ENGRG IRVINE 714 753 9322
Bayside Drive /Carnation Avenue Improvement Plans
Project Understanding
The City of Newport Beach wishes to obtain professional civil engineering consulting services for
the design of drainage improvements for the Bayside Drive/Carration Avenue Storm Drain
Project.
The project will include refinement of the selected drainage alternatives identified in our previous
study and depicted on the enclosed Exhibit A, along with preparation of final design plans
including preparation of detailed construction cost estimates and specifications.
,Project Approach/Scope of SerWces
Final )Engineerin
The most critical part of any project is to have accurate and current in formation on existing
conditions. Therefore, our initial effort is to prepare accurate base maps depicting
topographical and existing utility data of the subject area. We feel this task is essential in
order to develop sound alternative designs.
a. Research and Investiaa io
One of the initial steps will be to perform research to obtain existing utility and right -of-
way information from the jurisdictional agencies. This will include right -of -way maps,
street, storm drain, sewer and water improvement plans from the City. This is initialized
by sending a written request to Underground Service Alert to identify all carriers in the
subject area. A formal notice will then be sent to each agency having utilities in the area,
requesting documentation on their faalities.
m, . .
Compile City provided digital survey data into a contoured topographic map.
Information obtained in the research and investigation will be compiled onto the above
Topographic Map.
P. 5
4 -16 -1999 9:06AM FROM DMC ENGRG IRVINE 714 763 9322 P.6
Bayside Drive/Carnation Avenue Improvement Plans
Project Approach/Scope of Serimices (Continued)
Refine the City selected drainage alternatives (see enclosed Exhibit A) previously identified
by our office under a separate contract. This refinement is relative to alignments, utility
conflicts, hydrology and hydraulics of the existing and proposed systems, flow
characteristics, along with any existing physical constraints. This preliminary design will be
discussed with City personnel for review and approval prior to preparation of final plans.
M o T&WM 910o ::. ..:, ,.
Prepare an estimate of probable construction costs fbr the above improvements. This cost
estimate will be based on data compiled fiom our files for similar projects,
Based on the above, the project team will prepare final plan and profile sheets of the
proposed storm drain improvements. City Standard details for catch basins, junction
structures, concrete collars will be used, Special details for enlarged scale plan views and
connection to existing structures will also be developed.
The project plans will be completed at 1"— 40' scale on 24" by 36" Mylar sheets with City of
Newport Beach title block. The final drawings will be submitted in AutoCAD Release 13
format on 3.5 inch diskettes.
Based on the storm drain plan and profile detailed design, final hydrology and hydraulic
calculations will be completed for development of water surface profiles and hydraulic
characteristics of the proposed storm drain. City of Newport Beach water surface elevation
data will be utilized at the connection to the City's existing storm drain. The hydrology and
hydraulic calculations will be prepared in accordance with City and Orange County
requirements.
..T. .. ., ,,. ... w t....n.0 .
Specifications and bidding documents will be prepared by the project team in accordance
with City of Newport Beach supplied General Provisions and Bid Porms. Technical special
provisions will be prepared by the project team in accordance with the Standard
Specifications for Public Works Construction.
4 -16 -1999 9:06AM FROM DMC ENGRG IRVINE 714 753 9322
Ba side Drive/Carnation Avenue Improvement Plans
Project ApprowhIScope of Servkm (Continued)
Specifications will be prepared in Merosoft Word 6.0. DMc Engineering will look to the
City to provide the General Provisions, contract and bid forms in Microsoft Word 6.0 as well
as City General Provisions and Bid Forms.
MYFq:.'•.:. .IM 11 •7
The project manager and project engineer will develop an estimate of probable construction
cost for the improvements for use by the City. The estimate will be provided in Microsoft
Excel 5.0, and will be based on cost data compiled by our office for similar projects.
:. ,,.
The project team anticipates three (3) design review meetings and three (3) design
coordination meetings will be necessary for plan development, review and processing with
City staff. Meetings with Utility Companies are not anticipated.
Depending on the location of the proposed storm drain, traffic control plans may be required.
This has not been included in this proposal. In addition, DMc has not included the cost of
processing/permit fees, shoring design, structural design for non- standard details and/or
geotechnical work. The preparation and processing of a coastal permit is also not included.
P. 7
4 -16 -1999 9:07AM FROM DMC ENGRG IRVINE 714 753 9322
D. 8
4-16 -1999 9 :07AM FROM OMC ENGRG IRVINE 714 763 9322
Bayside Drive /Carnation Avenue Improvement Plans
City Furnished Materials
The City will provide sufficient topographic data in digital format that is compatible with
AutoCAD Version 13. This data will include data collection of street cross sections detailing
all grade breaks and critical elevations. This also includes the data collection of catch basins,
local depressions inverts of existing utilities and all other topographic data within the project
limits that is necessary for plan preparation. The accuracy of this data will be the
responsibility of the City of Newport Beach.
2, Right -of -way and available (on file) record utility information.
W1
4 -16 -1999 9:08AM FROM OMC ENGRG IRVINE 714 753 9322
Iiayside Drive/Carnation Avenue Improvement Plans
Fee Proposal
Client agrees to compensate consultant for the services as noted ftlow. 41M
I DID
Consultant shall perform the services outlined above in accord with the fee schedule below plus
a budget amount* of for blueprinting, reproductions,
computer plotting and messenger services. Consultant shall invoice client monthly on a percentage
of completion basis. Additional services not identified herein will be billed on a time and material
basis in accordance with the enclosed Hourly Rate Schedule.
Work Item En
Final Engineering $22,000
TOTAL PROFESSIONAL FEES Z **
Budget amount only, blueprinting, reproductions, computer plotting and messenger
services required beyond this amount will be added to the monthly invoices per the
enclosed Hourly Rate Schedule.
Total Professional Fees do not include budgeted blueprinting, reproductions, computer
plotting and messenger services.
l
NOW
Pq
I'd
a
E
E
IDd
A
c
x
� g
6 0
Y
Evollsolls
cloollows
CEENCOMMEE
CONSOMME
ni
1
E
I
Y
F)
m
ZEM £SL VIL aJI.,\t/I VdDN3 OM YKJdld; WVV9�0,1,, Ed6l -6l -V ' -�
1
I
e
F)
m
ZEM £SL VIL aJI.,\t/I VdDN3 OM YKJdld; WVV9�0,1,, Ed6l -6l -V ' -�
Ad L
..... .. T .....
A C
PRODUCER
Andreini Company
. ................... . . . . . . .
AW
V, . . . . . . E.
S/ 3/1999_"
ATE IS ISSUED AS A MATTER OF INFORMATION
canny CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER IS CERTIFICATE DOES NOT AMEND, EXTEND OR
2737 Campus Drive
Irvine, CA 92612
MAY
5 1C.
X"'A"E R COVERAGE AFFORDED BY THE POLICIES BELOW.—
COMPANIES AFFORDING COVERAGE
License No. 0208825
L
PJi-LICV
:3 AMERICAN MOTORISTS INS. CO.
INSURED '_":j
DEREK J. MCGREGOR, INC.
B
COMPANY
DBA: DMC ENGINEERING
IS TECHNOLOGY DRIVE, SUITE 100
C
COMPANY
IRVINE CA 92718
N.-
IBM wimm." X_
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION
OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY
HAVE BEEN REDUCED BY PAID CLAIMS.
CO
LTH
TYPE OF INSURANCE
POILICY NUMM
POIXY EFFEMA
DATE (IMMIDDIM
POW EXPIRATION
DATE WMM
LEM
A
GmER&L
LIABILITY
YJW30520201
02/01/99
02/01/00
GENERAL AGGREGATE
52JMODO
PRODUCTS - COMPVP ADS
$I.pnpffl
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE Y OCCUR
PERSONAL 6 ADY INJURY
$I.DW.DDD
EACH OCCURRENCE
$1.0wom
OWNERS & CONTRACTORS PROT
FIRE DAMAGE (Airy cm fire)
MED EV (AM one per )
A
LIABILITY
ANY AUTO
7
Oil 9 9
02/01/00
COMBINED SINGLE LIMIT
$I'000'O00
BODILY XJJRY
Perms)
$
ALL OWNED AUTOS
SCHEDULED AUTOS
awl Y INjjFrY
v;Eyomt)
$
HIRED AUTOS
NON-OWNED AUTOS
/ 11
ATE
RI 'SK
P /
"WERT, DAMAGE
GARAGE LIAIMUTY
AUTO ONLY - EA ACCIDENT
I
OTHER THAN AUTO ONLY:
ANY AUTO
ACCIDENT
AGGR7TE
1;
EXCESS LIABILITY
EACH OCCURRENCE
5
AGGREGATE
I
UMBRELLA FORM
$
OTHER THAN UMBRELLA FORM
A
WORMERS C�SATIDN Am
EMMYM LIABILITY
7CW305=1
02/01/99
02/01/00
X RA TH'
EL EACH ACCIDENT
51,0110.0w
EL DISEASE - POLICY UMff
SjjNpj0W
THE PROPRIEFOR! INCL
PARTM36EXECUM
FIM
_
ELOISEASE - EAEMPUOYEE
SI,IXXLOpp
OFFICERS ARE:
OTHER
DREORPTION OF OMATMSW"TMV*4MCLE81 =LU ITEMS
CITY OF NEWPORT BEACH IS NAMED AS ADDITIONAL INSURED, PER ENDORSEMENT
ATTACHED.
*EXCEPT 10 DAYS FOR NON-PAYMENT OF
PREMIUM.
. ....... .
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCIELUDD SHORE WE
CITY OF NEWPORT BEACH
EvNUTgN DATE THEREW, THE MMO COWAMY WILL OGMMOMdM ME.
ATTN: BILL PATAPOFF
*30 DAYS wwrrm HOME TO WE CERITIFICAYE HOLDER NAMED TO THE 1.1117,
P.O. BOX 1768
MENOMINEE,
NEWPORT BEACH CA 92658-8915
AVTHOPAED REPRESEMITA71YE
All
ARCHITECTS AND ENGINEERS PROGRAM ENDORSEMENT
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
INSURED: DEREK J. McGREGOR, INC., DBA: DMC
POLICY #: 7JW30520201
POLICY PERIOD: 2/1/99 TO 2/1/00
ADDITIONAL INSURED: CITY OF NEWPORT BEACH
This endorsement modifies insurance provided under the following:
POLICY
A. Additional Insured:
The following is added to paragraph C., WHO IS
AN INSURED, of the Businessowners Liability
Coverage Form, BP 7108.
All persons or organizations on file with the
company as Additional Insureds are also an
insured, but only with respect to liability arising
out of your ongoing operations for that insured.
B. Primary Coverage:
With respect to claims arising out of the opera-
tions of the Named Insured, such insurance
as afforded by this policy is primary and is not
additional to or contributing with any other
insurance carried by or for the benefit of the
above Additional Insureds.
C. Waiver of Subrogation:
Paragraph 2., of the TRANSFER OF RIGHTS
OF RECOVERY AGAINST OTHERS OT US
condition, of the Businessowners Common Policy
Conditions, BP 71 10, is deleted and replaced by
the following:
2. Applicable to Businessowners Liability
Coverage:
A
If the insured has rights to recover all
or part of any payment we have made
under this policy, those rights are
transferred to us. This insurance shall
not be invalidated should the Named
Insured wa
loss, any
BP 86 62 WA 09 96)
AMERICAN MOTORISTS
INSURANCE COMPANY
against any party for a loss occurring.
However, the insured must do nothing
after a loss to impair these rights. At
our request, the insured will bring
"suit" or transfer those rights to us and
help us enforce them. This condition
does not apply to Medical Expenses
Coverage.
b. After a loss you may waive your rights
against another party in writing, only if,
at the time of loss, that party is one of
the following:
A business firm:
1) Owned or controlled by you; or
2) That owns or controls you.
D. Notice of Cancellation
If we cancel this policy for any reason other
than nonpayment of premium, we will mail
written notice at least 30 days before the
effective date of cancellation to the Addi-
tional Insureds in paragraph A. above.
2. If we cancel this policy for nonpayment of
premium, we will mail written notice at least
10 days before the effective date of cancel] -
ation to the Additional Insureds in paragraph
A. above.
tepresentanve
in U.S.A.
Andreini & Company
2737 Campus Drive
Irvine, CA 92612
License No. 0208825
NEGRED
DMC ENGINEERING
18 TECHNOLOGY DRIVE
SUITE 100
IRVINE, CALIFORNIA 92718
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUCY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
....................................... -- ............. .................... .... ........ .................... ................ ................... ............ ........ ............. ..... ........ ......... .............. ........ ......... ......
.............. ...............................
POLICY EFFECTIVE POLICY EXPIRATION
TYPE OF INSURANCE POLICY MUINEA DATE (MMIODNY) DATE (MWDD" LEM
.............. - ..... .......I................ _ _.... _. _....
GENERAL LMBLIIY
........ COMMERCIAL GENERAL LIABLRY
CLAIMS MADE :OCCUR.
<!......... ... I ......
OWNERS 8 CONTRACTORS PROT.
........................................................... .... ........
...: ... ... ..... ..... ........ .... ........... .....
GENERAL AGGREGATE
:...................
............ ....._i .................. ................ .. ....... ....._
EACH OCCURRENCE
......................................................
I.........................
PRODUCTS-COMP/OP AGO.
...... ................
AGGREGATES
PERSONAL 6 ADV. RAW
[
EACH OCCURRENCE
.............. ...............................
FIRE DAMAGE (Arry � firers
......< .. ............
�
IED
�...........,.................
\(/
SIN
! COMBINED SINGLE
LIMIT
f
; .............................
8���7/lnnau• i lPor beriq ....... .. ..........
DAMAGE
... . ..... ..
f
............ ....._i .................. ................ .. ....... ....._
EACH OCCURRENCE
......................................................
.:.....__...... .._. ......
.f
...............................
AGGREGATES
STATUTORY LNRS
:......... ...............................
EACH ACCIDENT
......... ...............................
DISEASE - POLICY LIMB
.......... ...............................
DISEASE - EACH EMPLOYE
OTHER
A PROFESSIONAL E0 :07/01/98 :07/01/99 PER CLAIM
:LIABILITY :AGGREGATE
........................................................................................................... ............................... i...... I .................... .....;...................................... ...............................
EEBCR/INN OF OPEMYCNS&MATMNRNBRCLHMPECILL RESS
PROFESSIONAL LIABILITY DEDUCTIBLE - $15,000 RACE CLAIM.
ITY OF NEWPORT BEACH
rTN: BILL PATAPOFF
.O. BOB 1768
BWPORT BEACH CA 92658 -8915
. ...............................
.. ...............................
$1,000,00
$1,000,00
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
LIABILITY OF ANY VINO UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
Zurich Insurance Company
Endorsement #1
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
POLICY NO. EFF. DATE OF EXP. DATE OF EFF. DATE OF PRODUCER ADD'L PREM. RETURN
POL. POL. END. NO. PREMIUM
EOC6=70509 07/01188 07/01/09 5rim 76-M N/A N/A
Named Insured:
Address (including Zip Code):
DEREK J. MCGREGOR, INC.
DBA: DMC ENGINEERING
18 TECHNOLOGY DRIVE, SUITE 100
IRVINE, CA 92718.. _. .
This endorsement modifies insurance provided by the following:
ARCHITECTS AND ENGINEERS PROFESSIONAL LIABILITY POLICY
Cancellation Notice to Certificate Holders
In consideration of the premium charged it is understood and agreed that should the policy be canceled by
the Company prior to the expiration date for reasons other than non - payment of premium or a deductible
when due, the Company will provide not less than thirty (30) days notice to the following:
CITY OF NEWPORT BEACH
ATTN: BILL PATAPOFF
P.O. BOX 1768
NEWPORT BEACH, CA 92658 -8915
If in the event the policy is canceled because the Named insured has failed to pay a premium or
deductible when due, not less than ten (10) days notice will be provided.
All other terms and conditions of this policy remain unchanged.
INSURANCE
Authorized Representative
vrl
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
October 16, 2000
Savala Construction Co.
16402 E. Construction Circle
Irvine, CA 92606
Gentlemen:
Thank you for your courtesy in submitting a bid for the Bayside Drive Storm Drain
Improvements (Contract No. 3198) in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal for the above mentioned
project. Your cooperation in working with us on this matter is greatly appreciated, and
we hope that you will accept future opportunities to bid on projects of a similiar nature.
Enclosure
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
3300 Newport Boulevard, Newport Beach
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
October 16, 2000
Beador Construction Company
P. O. Box 1
Corona del Mar, CA 92625
Gentlemen:
Thank you for your courtesy in submitting a bid for the Bayside Drive Storm Drain
Improvements (Contract No. 3198) in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal for the above mentioned
project. Your cooperation in working with us on this matter is greatly appreciated, and
we hope that you will accept future opportunities to bid on projects of a similiar nature.
Enclosure
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
3300 Newport Boulevard, Newport Beach
• •
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
October 16, 2000
TEI (Tiger Equipment Co., Inc.)
35701 Avenida LaCresta
Murrieta, CA 92562
Gentlemen:
Thank you for your courtesy in submitting a bid for the Bayside Drive Storm Drain
Improvements (Contract No. 3198) in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal for the above mentioned
project. Your cooperation in working with us on this matter is greatly appreciated, and
we hope that you will accept future opportunities to bid on projects of a similiar nature.
Enclosure
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
3300 Newport Boulevard, Newport Beach
0 •
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
October 16, 2000
Tri Star Engineering, Inc.
4717 Lauren Canyon Blvd., #210
Valley Vaillage, CA 91607
Gentlemen:
Thank you for your courtesy in submitting a bid for the Bayside Drive Storm Drain
Improvements (Contract No. 3198) in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal for the above mentioned
project. Your cooperation in working with us on this matter is greatly appreciated, and
we hope that you will accept future opportunities to bid on projects of a similiar nature.
Enclosure
Sincerely,
LaVonne M. Harkless, CMClAAE
City Clerk
3300 Newport Boulevard, Newport Beach
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
October 16, 2000
David T. Wasden, Inc.
3220 Star Canyon Circle
Corona, CA 92882
Gentlemen:
Thank you for your courtesy in submitting a bid for the Bayside Drive Storm Drain
Improvements (Contract No. 3198) in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal for the above mentioned
project. Your cooperation in working with us on this matter is greatly appreciated, and
we hope that you will accept future opportunities to bid on projects of a similiar nature.
Enclosure
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
3300 Newport Boulevard, Newport Beach
CITY OF NEWPORT B*EACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 6443005
October 16, 2000
Atlas- Allied, Inc.
1210 N. Las Brisas
Anaheim, CA 92806
Gentlemen:
Thank you for your courtesy in submitting a bid for the Bayside Drive Storm Drain
Improvements (Contract No. 3198) in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal for the above mentioned
project. Your cooperation in working with us on this matter is greatly appreciated, and
we hope that you will accept future opportunities to bid on projects of a similiar nature.
Enclosure
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
3300 Newport Boulevard, Newport Beach
0 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
October 16, 2000
TM Engineering
19301 Ventura Blvd, #200
Tarzana, CA 91356
Gentlemen:
Thank you for your courtesy in submitting a bid for the Bayside Drive Storm Drain
Improvements (Contract No. 3198) in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal for the above mentioned
project. Your cooperation in working with us on this matter is greatly appreciated, and
we hope that you will accept future opportunities to bid on projects of a similiar nature.
Enclosure
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
3300 Newport Boulevard, Newport Beach
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
October 16, 2000
Clarke Contracting Corp.
4646 Manhattan Beach Blvd.
Lawndale, CA 90260
Gentlemen:
Thank you for your courtesy in submitting a bid for the Bayside Drive Storm Drain
Improvements (Contract No. 3198) in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal for the above mentioned
project. Your cooperation in working with us on this matter is greatly appreciated, and
we hope that you will accept future opportunities to bid on projects of a similiar nature.
Enclosure
Sincerely,
A
ru-
LaVonne M. Harkless, CMClAAE
City Clerk
3300 Newport Boulevard, Newport Beach
CITY OF NEWPORT AACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
October 16, 2000
Southern California Underground Contractors, Inc.
P. O. Box 1747
Brea, CA 92822
Gentlemen:
Thank you for your courtesy in submitting a bid for the Bayside Drive Storm Drain
Improvements (Contract No. 3198) in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal for the above mentioned
project. Your cooperation in working with us on this matter is greatly appreciated, and
we hope that you will accept future opportunities to bid on projects of a similiar nature.
Enclosure
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
3300 Newport Boulevard, Newport Beach
CA OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
October 16, 2000
4 -Con Engineering, Inc.
14771 Washington Drive
Fontana, CA 92334
Gentlemen:
Thank you for your courtesy in submitting a bid for the Bayside Drive Storm Drain
Improvements (Contract No. 3198) in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal for the above mentioned
project. Your cooperation in working with us on this matter is greatly appreciated, and
we hope that you will accept future opportunities to bid on projects of a similiar nature.
Enclosure
Sincerely,
�� „7C'ci'. 3 ^..:� ✓fir. � ✓.Jd�F+T,7
LaVonne M. Harkless, CMC /AAE
City Clerk
3300 Newport Boulevard, Newport Beach