HomeMy WebLinkAboutC-3245 - 32nd Street/Newport Boulevard Street Rehabilitation and 30th Street/Newport Boulevard Storm Drain ImprovementsMay 22, 2002
CITY OF NEWPORAEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
GCI Construction, Inc.
245 Fischer Avenue, B3
Costa Mesa, CA 92626
Subject: 32nd Street /Newport Boulevard Street Rehabilitation and 30th
Street/ Newport Boulevard Storm Drain Improvements (C -3245)
To Whom It May Concern:
On May 22, 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 June 28, 2001. The Surety for the
contract is Reliance Insurance Company, and the bond number is 2983015.
Enclosed is the Faithful Performance Bond.
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
LH:cf
cc: Public Works Department
R. Gunther, P.E., Construction Engineer
enclosure
3300 Newport Boulevard, Newport Beach
•
PAGE 16
EXECUTED IN FOUR COUNTERPARTS CITY OF NEWPORT BEACH BOND NUMBER 2983015
PUBLIC WORKS DEPARTMENT PREMIUM: $6,194.00
32ND STREET /NEWPORT BOULEVARD STREET REHABILITATION
and
30TH STREET /NEWPORT BOULEVARD STROM DRAIN IMPROVEMENTS
CONTRACT NO. 3245
BOND NO. 2983015
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ 6,194.00
being at the rate of $ 12.00/8.00 thousand of the Contract price.
WHEREAS, the City Council of the City of Newport Beach, State of California, by motion
adopted, awarded to GCI Construction, Inc., hereinafter designated as the "Principal ", a contract
for construction of 32ND STREET /NEWPORT BOULEVARD STREET REHABILITATION and
30TH STREET /NEWPORT BOULEVARD STROM DRAIN IMPROVEMENTS, Contract No.
3245 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. 3245 and the
terms thereof require the furnishing of a Bond for the faithful performance of the Contract;
NOW, THEREFORE, we, the Principal, and RELIANCE INSURANCE COMPANY
, 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 five hundred twenty -four thousand, two hundred eighty -eight and
001100 Dollars ($524288.00) 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 shalt
become null and void.
0
•
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 19th day of APRIL 2000.
Z/';
GCI CONSTRUCTION, INC.
�i
Name of Contractor (Principal) Auth rized reTtle TeryY ), IESr01e-
RELIANCE INSURANCE COMPANY id�flt
Name of Surety Au orized Agen iq ture
700 N. BRAND BL., STE 1250 MICHAEL D. STONG, ATTORNEY -IN -FACT
Address of Surety Print Name and Title
GLENDALE, CA 91203
(818) 240 -6960
Telephone
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
EWsersrpbatihare(Awn acte199132nd street o-3246,contract o3245.doc
1199
CALI I.I.-P'IIRPOSE CERTIPICATF. OI' ACKNOWI.EDomi -wr
State of _ I83h-Grn is
County of Or
On ALjotri 123,1666 before me, IL �- • �U S s2�� �%�o�aru i
U +Ir N +mr, lidr -e.R., ohn UM•N V,�WnruFl��
personally appeared /�ii�U� . 61��C�
Namely of S'ienrn(s1
JANET L RUSSELL
Comm. # 1166123 N
NOTARY PUBLIC CALIFORNIA
Onnp1 County
N Comm. E.pins flec.21,2001
seal
J4 Personally known to me
OR
J Proved to me on the basis of satisfactory evidence to
be the person(s) whose names) 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 signature(s) on the
instrument the person(s), or the entity upon behalf of which
the person(s) acted, executed the instrument.
�7r _!tiT.�il
2 -21-01
The data below is not required by law, however it nray prove valuable to persons
relying nn the document and could prevent fraudulent reattachment of this form.
SIGNATURE: A11THORrry OF SIGNER:__
U INDMILM!A1.
�) COkI'Ok AI'F: UPI °l('I'.k(S)
Pr�SiC�QfL -I-
T511ciO
C1 PARTNr.k
U LIA11TTEU
❑ GF..NEIiAL
U ATTONNEY- IN- FA(7
U TRt:STL'E(.S)
O :i t I A R UI A N/CO NS F. R VATO R
U OTMER:
NAt1F�S) nF PERSON(S) OR E \Tn(itS) SIGNER IS REPRFs \nxr.:
DESCRIPTION OF A'1 -1 -ACHED DocuMENT
TITLE oR TN-pc ur• D(x I -ME. r
Nu%IBER OF PAGES
DATE or Do('t WENT
SIGNER(S) OTHER THAN NAMED ABOVE:
Amcncan Smiciv of
STATE OF CALIFORNIA
SS.
COUNTY OF _RIVERSIDE _
r
On � / /vim _ , before me, ROSEMARY STANDLEY
PERSONALLY APPEARED MICHAEL D. STONG
personally known to me
�t facfiar3�
;J-,c4 to be the person44 -whose name4F -
is /•ate subscribed to the within instrument and acknowl-
edged to me that he /`14 @executed the same in his/
(authorized capacity4ec4, and that by his /koiW
t1wipsignature�4on the instrument the persor(4 or the
entity upon behalf of which the person ( s} -acted, executed
the instrument.
WITNESS my hand and official seal.
Signature —Qy
OPTIONAL
F • :ROSEMARY STANDLEY
L r CONVY1. #1090462
NCTArtY PUBLIC - CALIFORNIA O�
C "t.LLLE kPlcRSIDE COUNTY
My Comte. E)Orw June 7. 2000
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
TITLE(S)
❑ PARTNER(S) ❑ LIMITED
❑ GENERAL
i
ATTORNEY -IN -FACT
TRUSTEE(S)
GUARDIAN /CONSERVATOR
OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTa`o1ES)
DESCRIPTION OF ATTACHED DOCUMENT
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER(S) OTHER THAN NAMED ABOVE
ID-081 P.,6 /94 ALL - PURPOSE ACKNOWLEDGEMENT
June 28, 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.
245 Fischer Avenue, B3
Costa Mesa, CA 92626
Subject: 32nd Street /Newport Boulevard Street Rehabilitation and 30th
Street/ Newport Boulevard Storm Drain Improvements (C -3245)
To Whom It May Concern:
On May 22, 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
May 24, 2001, Reference No. 20010334834. The Surety for the contract is Reliance
Insurance Company, and the bond number is 2983015. Enclosed is the Labor &
Materials Payment Bond.
Sincerely,
% ;2
LaVonne M. Harkless, CMC /AAE
City Clerk
LH:lb
cc: Public Works Department
R. Gunther, P.E., Construction Engineer
encls.
3300 Newport Boulevard, Newport Beach
EXECUTED IN FOU UNTERPARTS .
PREMIUM INCLUDED IN PERFORMANCE BOND PAGE14
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
32ND STREET /NEWPORT BOULEVARD STREET REHABILITATION
and
30TH STREET /NEWPORT BOULEVARD STORM DRAIN IMPROVEMENTS
CONTRACT NO. 3245
BOND NO. 2983015
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 32ND STREET /NEWPORT BOULEVARD STREET
REHABILITATION and 30TH STREETINEWPORT BOULEVARD STROM DRAIN
IMPROVEMENTS, Contract No. 3245 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. 3245 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,
RELIANCE INSURANCE COMPANY duly authorized to transact
business under the laws of the State of California, as Surety, (referred to herein as "Surety") are
held firmly bound unto the City of Newport Beach, in the sum of five hundred twenty -four
thousand, two hundred eighty -eight and 001100 Dollars ($524,288.00) 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 3250 of the Civil Code of the State of California.
•' PAGE 15
The Bond shall inure to the benefit of any'and all persons, companies, and corporations
entitled to file cAaims 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 duly executed by-the above named
Principal and Surety, on the 19th day of APRIL '2000.
GCI CONSTRUCTION, INC.
Name of Contractor (Principal)
RELIANCE INSURANCE COMPANY
Name of Surety
700 N. BRAND BLVD., STE 1250
Address of Surety
GLENDALE, CA 91203
(818) 240 -6960
Telephone
r fle-1�1,LXUR
Autho zed Agent ftnt
MICHAEL D. STONG ATTORNEY -IN -FACT
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
CALIFORNIIWIJ PIIRMSF CERTIt:IcATE Ot'
State of
County of �(
0
On 40rif2a.2666 before me, d nje4 l-, ev �%1o{arU i
U +tr Name, lille • e.g.. john Dt "'. N.dan• rUhlk "r
personally appeared_ l Lr'ru • (Si (leSj:5(rf
NameM of Sienemis)
jW Personally known to Inc
OR
Proved to me on the basis of satisfactory evidence to
be the person(s) whose name(s) is /alt 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 signature(s) on the
JANET L. RUSSELL instrument the person(s), or the entity upon behalf of which
Comm. 01166123
N It NOTARY PUBLIC-CALIFORNIA N the person(s) act i
teed, executed Ac n%tt/ru/me�nt.
LOIN., orange County
comet. Wires Dec. tl,soBl
2 -2l-0
seat
OPTIONAL
The data below is not required by law, however it may prove valuable to persons
relying an the document and could prevent fraudulent reattachment ojthis form.
SIGNATURE Atf1'HURrry Of SIGNER:_
:, INUIVILWAI.
�I CORPONATE 0P19('I.R(S)
Pr�siCt�R�-
'ndets)
0 PARTNER
U LIAMWo
0 GENERAL
U ATTORNEY- IN- FAC7
0 TRIMMe(S)
0 GLIARUTAN /CONSERVATOR
U OTIIER:
NAME(S) Of' PERSoN(S) OR EA-IM(ILS) SIGNER IS REPRE.SENrImi:
DF..SC_RIPTION OF A'I-rACH1:D DOCUMENT
TITLE OR TYPL UP IirR-UMEV'I'
)`NUMBER OF PAGES
DATE OF DOC't mENT
SIGNER(S) OTHER THAN NAMED MovE:
Amencan Stwirtc of Notaries.
STATE OF CALIFORNIA
SS.
COUNTY OF RIVERSIDE
On /// //CPO , before me, ROSEMARY STANDLEY
PERSONALLY APPEARED — MICHAEL D. STONG
personally known to me ce_ __e -eei ._ -.,. __ .:.@ basis of
SaksfacJwr3LC ;J' cc 4 to be the person(&; whose name4L_
is/.a&@-subscribed to the within instrument and acknowl-
edged to me that he /,' executed the same in his/
i erf14eeir authorized capacity4@4, and that by his /k@4-/
tLeifsignature4 on the instrument the person(4 or the
entity upon behalf of which the person{s}-acted, executed
the instrument.
WITNESS my hand and official seal.
Signature
OPTIONAL
ROSEMARY STANDLEY
COMM. #10904&2
O NOTARY PUMIC -CALIFORNIA N
RIVERSIDE COUNTY
My Comm. Egires Jun'7. M
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
rITLE(S)
❑ PARTNER(S) ❑ LIMITED
❑ GENERAL
ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑ GUARDIAN /CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(16S)
DESCRIPTION OF ATTACHED DOCUMENT
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER(S) OTHER THAN NAMED ABOVE
ID -051 Rev. 6/94 ALL - PURPOSE ACKNOWLEDGEMENT
RELIANCE SURETY COMPANY
UNITED PACIFIC INSURANCE COMPANY
INSURANCE COMPANY
RELIANCE NATIONAL INDEMNITY COMPANY
"= ADMINISTRATIVE OFFICE, PHILADELPHIA, PENNSYLVANIA
? . POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, that RELIANCE SURETY COMPANY is a corporation duly organized under the laws of the State of Delaware,
and that RELIANCE INSURANCE COMPANY and UNITED PACIFIC INSURANCE COMPANY, are corporations duly organized under the laws of the
Commonwealth of Pennsylvania and that RELIANCE NATIONAL INDEMNITY COMPANY is a corporation duly organized under the laws of the State of
Wisconsin (herein collectively plied "the Companies') and that the Companies by virtue of signature and seals do hereby make, constitute and appoint
Michael D. Stong, Susan C. Monteon, Shawn Blume, Rosemary Standley, of Riverside, California their true and lawful Attorney(s )-in -Fact, to make,
execute, seal and deliver for and on their behalf, and as their act and deed any and all bonds and undertakings of suretyship and to bind the
Companies thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by
an'Executive Officer of the Companies and seated and attested by one other of such officers, and hereby ratifies and confirms all that their said Attor-
ney(s) -in -Fad may do in pursuance hereof.
This Power of Attorney is granted under and by the authority of Article VII of the By -Laws of RELIANCE SURETY COMPANY, RELIANCE
INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY which provisions are now in
full force and effect, reading as follows:
ARTICLE VII - EXECUTION OF BONDS AND UNDERTAKINGS
1. lLe eoasd of D'uemon, Ne RuWen, tine Ch.. of the Bored, any Senior Vice Pmideat. any Vice Preside , or AssisWd Via Resident o other officer de igra d by the Board of Directors shall have
power and authority to (a) appoint Avoray(s) -m -Faa and m and a iae them to cxamm n behalf of the Company. bads and undertakings. meognumnam, eonnarn of indemnity and other writings oblipmry in the mtuse
thereof, ant (b) in remove any such Aft r y(s) -in -Fan at any time and make do power and authority given to tem.
2. Atmmey(s) io-Fan shalt have power ad authoiry, subjxt ro the mrma ad limiatioa of dr Power of Arorrcy iaucd m them, m cxetvm W deliver m b f of the Company, bonds ad uMermkings,
rea,gnimca, conoaau of mdlmNry and mher writings abligamry in the baton d.,.f. The eoryomm sal a not .,any fa the validity of any bads W udetakinp recogot.. co n is of indemnity W other
writings obligatory in the nature thereof.
3. Anomcy(s)- in-Fam shall have power W autboriry m exaum affdavin required to be atathd to bonds, «cogrdz., co .. of idemniry or other mdidod or obligamry odemaki" ad they shall
also have power W authority to certify the fmaaul atamment of the Company W to copies of the By -tan of the Company or any article or section thereof.
71.6 Power of Aruuney a signed W sold by facsimie under W by authority of the fdlowing resolution adopted by the Executive W Finance Com r imo s of the Boards of D'ueemrs of Reliance Imomwe Company,
United Pacific I... Co npany and Reliance National Indemnity Company by Unanimous Conznt damd as of Februmy 29. 1994 and by the Eaetmxive ad Fi.W Co..none of the Board of Dirmos of Reliant
Somty Company by unanimous Comm dated as of March 31, 1994.
'Raolvd that the signumma of such dueaun W ofy e W the and of the Company may be affad 1. any writ Power of A..y or any certifra e, relating thereto by fa a mile, and any rah
Power of Aumery or oerdfiate bearing such fae ibnk aignamrzs o facsimile sir shall be vdld W biding upon the Company and any rah Power so eaceumd ad outifnd by fa..IOU all-
ad frsimile red shall be valid W binding upon dr Company, in the furore with respm many bond or udeneking an which it is anaclod.'
IN WITNESS WHEREOF, the Companies have Caused these presents to be signed and their Corporate seals to be hereto affixed, this September 27,
1999.
RELIANCE SURETY COMPANY
RELIANCE INSURANCE COMPANY
UNITED PACIFIC INSURANCE COMPANY
0*(96 RE LIANCE NATIONAL INDEMNITY COMPANY
r
STATE OF Washington ) 7
COUNTY OF King ) SS.
On this, September 27, 1999, before me, Laura L. Santos, personally appeared Mark W. Alsup , who acknowledged himself to be the Vice President
of the Reliance Surety Company, Reliance Insurance Company, United Pacific Insurance Company, and Reliance National Indemnity Company and that
as such, being authorized to do so, executed the foregoing instrument for the purpose therein contained by signing the name of the corporation by himself
as its duly authorized officer. Notary Public;
In witness whereof, I hereunto set my hand and official seal. Statsofwashirvwn
Laura L. Santos
Notary Public in and for the State of Washing
My Appoinnnent Expires 03-05-01 Residing at Puyallup
I, Robyn Layng, Assistant Secretary of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMP-
ANY, and RELIANCE NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a true and correct copy of the Power of
Attorney executed by said Companies, which is still in full force and effect. �, /J -�/yf�j1
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this J _ ) day of /t.l� year ofxre
OPPa,NaF,V 0(vee � OpPOq�^H s 3SAm
A ' t Secret d ry
0
RECORDING REQUESTED BY ANC
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
•
Recorded in Official Records, Cou..!, ^f ^r"nrle
Gary Granville, Clerk- Recorder
IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIINO FEE
20010334834 09:29am 05124101
114 33 N12 1
0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00
"Exempt from recording fees
pursuant to Government Code Section 6103"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard,
Newport Beach, California, 92663, as Owner, and GCI Construction, Inc. of Costa Mesa,
California, as Contractor, entered into a Contract on April 11, 2000. Said Contract set I�
forth certain improvements, as follows:
32nd Street/Balboa Boulevard Rehabilitation and
30th Street/Newport Boulevard Storm Drain Improvements,
C -3245
Work on said Contract was completed on April 25, 2001, and was found to be acceptable
on May 22, 2001, by the City Council. Title to said property is vested in the Owner, and
the Surety for said Contract is Reliance Insurance Company. /2
Itt � , 00 BY L
>o Pub I orks Director
L� I = City of Newport Beach
U
LU
VERIFICATION
I certify, und& penalty of perjury, that the foregoing is true and correct to the best of my
knowledge.
Executed on at Newport Beach, California.
BY
City Clerk
•
TO: Mayor and Members of the City Council
FROM: Public Works Department
May 22, 2001
CITY COUNCIL AGENDA
ITEM NO. to
SUBJECT: 32ND STREET /BALBOA BOULEVARD REHABILITATION AND 30TH
STREET /NEWPORT BOULEVARD STORM DRAIN IMPROVEMENTS,
CONTRACT NO 3245 — COMPLETION AND ACCEPTANCE
RECOMMENDATIONS:
1. Accept the work
2. Authorize the City Clerk to file a Notice of Completion. p"-T,
0 r,,. 1J r7'
I ISV
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.
DISCUSSION:
On April 11, 2000, the City Council authorized the award of the 32nd Street/Newport
Boulevard Rehabilitation and 30`h Street/Newport Boulevard Storm Drain Improvements
contract to GCI Construction, Inc., of Costa Mesa, California. The contract provided for
the construction of a new storm drain system in 30th Street and Newport Boulevard that
drains into the harbor. The new drains included dual stage low flow filters at each of
the six new catch basin inlets and at eight existing catch basins that now connect into
the new system.
In addition, the project provided new curb and gutter along a substantial portion of
Newport Boulevard to improve drainage; the rehabilitation and overlay of deteriorated
pavement in Newport Boulevard and 32nd Street; and for modifying a traffic signal at
30d' Street and Newport Boulevard.
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: $524,288.00
Actual amount of bid items constructed: 533,032.05
Total amount of change orders: 45,251.67
Final contract cost: $578,283.72
SUBJECT: 32ND STREETI &A BOULEVARD REHABILITATION AND 30T *REETINEWPORT BOULEVARD
STORM DRAIN IMPROVEMENTS, CONTRACT NO 3245 — COMPLETION AND ACCEPTANCE
May 22, 2001
Page 2
The increase in the amount of actual bid items constructed over the original bid amount
resulted from the provision of additional asphalt for street areas added to the work
exceeding the bid item quantity. The final overWt construction cost including change
orders was 10.30 percent over the original bid amount.
Four change orders totaling $45,251.67 were issued for the project. They were as
follows:
No.
Description
Amount
1
Concrete reinforcement of the shallow storm drain
$12,264.00
2
Exportinq of unsuitable material from the site
2,932.50
3
Concrete sealing "diapers" around storm drain joints
5,675.88
4
Utility adjustments and roadway removals
$24,379.29
Funds for the project were expended in the following accounts:
Description Account No. Amount
32 "d Street/Newport Boulevard Rehab and Newport 7181- C5100467 $349,656.38
Boulevard Storm Drain from 30"' to 32nd Street
Storm Drain Improvement Program 7012- C5100008 228,627.34
Total $578,283.72
The original completion date was December 20, 2000. Due to revised construction of
the storm drain, change order work, and corrections to the tide gate valve, the
completion date was extended to April 25, 2001. All work was completed on April 25,
2001, the revised completion date.
Resoectfu ll subm�
PUBLIC WORKS DEPARTMENT
Don Webb. Director
By: %; • wvr 7ti
R. Gunther, P.E.
Construction Engineer
0
a
CITY CLERK
CITY OF NEWPORT BEACH
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA 92658 -8915
until 11:00 a.m. on the 2P day of March 2000 ,
at which time such bids shall be opened and read for
32ND STREET /NEWPORT BOULEVARD STREET REHABILITATION
and
30TH STREET /NEWPORT BOULEVARD STORM DRAIN IMPROVEMENTS
Title of Project
Contract No. 3245
$565,000
Engineer's Estimate
Approved by
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.
For further information, call Lloyd Dalton Project Manager at (949) 644 -3328.
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
32ND STREET /NEWPORT BOULEVARD STREET REHABILITATION
and
30TH STREET /NEWPORT BOULEVARD STORM DRAIN IMPROVEMENTS
CONTRACT NO. 3245
TABLE OF CONTENTS
NOTICEINVITING BIDS .......................................................... ............................... Cover
INSTRUCTIONS TO 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
LABOR AND MATERIALS BOND .................................................... .............................14
FAITHFUL PERFORMANCE BOND ................................................ .............................16
PROPOSAL...................... ......................................................................................... PR -1
SPECIAL PROVISIONS ................................................................. ...........................SP -1
PAGE 1
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
32ND STREET /NEWPORT BOULEVARD STREET REHABILITATION
and
30TH STREET /NEWPORT BOULEVARD STORM DRAIN IMPROVEMENTS
CONTRACT NO. 3245
INSTRUCTIONS TO BIDDERS
The following documents shall be completed, executed and received by the City Clerk in
accordance with NOTICE INVITING BIDS:
INSTRUCTIONS TO BIDDERS
BIDDER'S BOND
DESIGNATION OF SUBCONTRACTORS
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
NON - COLLUSION AFFIDAVIT
PROPOSAL
Cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be
received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid"
shall be clearly marked on the outside of the envelope containing the documents.
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.
The City of Newport Beach reserves the right to reject any or all bids and to waive any minor
irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the
request and expense of the Contractor, securities shall be permitted in substitution of money
withheld by the City to ensure performance under the contract.
0
PAGE 2
The securities shall be deposited in a state or federal chartered bank in California, as the
escrow agent.
In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial
Relations has ascertained the general prevailing rate of per diem wages in the locality in which
the work is to be performed for each craft, classification, or type of workman or mechanic
needed to execute the contract. A copy of said determination is available in the office of the
City Clerk. All parties to the contract shall be governed by all provisions of the California
Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive).
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.
-T55351Lv "A"
Contractor's License No. & Classification
GC I Cor1EJ-ruAo(\ .zne .
Bidder
Autho ¢ed Signature/Title FOC;(E5Z.n�l2t{
sac (Tr2AS
(arch .27 ZOO
Date
E
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
0
PAGE 3
32ND STREET/NEWPORT BOULEVARD STREET REHABILITATION
and
30TH STREEVNEWPORT BOULEVARD STORM DRAIN IMPROVEMENTS
CONTRACT NO. 3245
BIDDER'S BOND
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 ($ 107 of AMT. BID), to be paid and forfeited to the City
of Newport Beach if the bid proposal of the undersigned Principal for the construction of 32ND
STREET /NEWPORT BOULEVARD STREET REHABILITATION AND 30TH
STREET /NEWPORT BOULEVARD STROM DRAIN IMPROVEMENTS, Contract No. 3245 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 duly enter into and
execute the Contract Documents for the construction of the project in the form required within
ten days (10) (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 Bond.
Witness our hands this 13th day of MARCH AD 2000
CCI CONSTRUCTION, INC.
Name of Contractor (Principal)
RELIANCE INSURANCE COMPANY
Name of Surety
700 N. BRAND BL STE 1250, CLENDALE, CA
Address of Surety 91203
(818) 240 -6960
Telephone
utholi r 5 gna urefTitle
rl\
Authorized Agent Signature
SUSAN C. MONTEON, ATTORNEY -IN -FACT
Print Name and Title
(Notary acknowledgment of Principal & Surety must be attached)
California All- Purpose Certificate of Acknowledgment
State of California
County of or6fiX,)
On this the 2844' day of �� ZooO _ , before me, clan A- . dsyjf
Name of Notary Public
a Notary Public for the State of Califomia, personally appeared _ 0
tme(s) of Sipsers(s)
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 acknowledged to me that
he /she /they executed the same in his/her /their authorized capacity(ies), and that by his/her /their signature(s) on
the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
Witness my hand and official seal.
JANET L. RUSSELL
Comm. f 1166123 N
NOTARY range PULIC
ourtly -CALIFORNIA
J/0&lf Orange Courtly
My Comm, hint 0u. 31.2001
Notary'kPature Seal
OPTIONAL INFORMATION
77K Information below is optional However. It mayprove valuabk adcouldpreventf ouduknt attachment ofthisform to an unauthorl -ed document.
CAPACITY CLAIMED BY SIGNER (PRINCIPAL) DESCRIPTION OF ATTACHED DOCUMENT
❑ INDIVIDUAL
❑ CORPORATE OFFICER
Tide(s)
❑ PARTNER(S)
❑ ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑ GUARDIAN /CONSERVATOR
❑ OTHER:
ABSENT SIGNER (PRINCIPAL) IS REPRESENTING:
Name of Person(s)
Tnie or Type of Document
Number of Pages
Date of Document
odd
Reorder
1997 ESI Educationd Saninars• Inc. Reaoduetion Prohibited r. Call 1.600- 707 -5123
STATE OF _
COUNTY OF
CALIFORNIA
RIVERSIDE
On 31131bU
PERSONALLY APPEARED
before me,
I SS.
ROSEMARY STANDLEY
SUSAN C. MONTEON--- - - - - --
personally known to me ( '
sati4aeisfy be the person44_vvhose namo� -4
isAaw, subscribed to the within instrument and acknowl-
edged to me that .4 Ashe /tlp_y.executed the same in 14&V
her /iueir authorized capaciry(4"s and that by W&/her/
signatures n the instrument the person(e, or the
entity upon behalf of which the person44acted, executed
the instrument.
WITNESS my hand and official seal.
Signature��CTl1.u- �YYl.C"�IL�. �- /VW "�1`C
OPTIONAL
ROSEMARYSTANDLEY
N "'4NY ?UGI.IC CALIFORNIA O�Y
ai )
A ' ' aloes oe courm
A � My Camm. Expires June 7.2M
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
TITLE(S)
❑ PARTNER(S) ❑ LIMITED
❑ GENERAL
❑ ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑ GUARDIAN /CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSONS) OR ENTITY(IES)
DESCRIPTION OF ATTACHED DOCUMENT
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER(S) OTHER THAN NAMED ABOVE
ID ast R. ,. 6/94 ALL - PURPOSE ACKNOWLEDGEMENT
RELIANCE SURETY COMPANY
INSURANCE COMPANY
UNITED PACIFIC INSURANCE COMPANY RELIANCE NATIONAL INDEMNITY COMPANY
ADMINISTRATIVE OFFICE, PHILADELPHIA, PENNSYLVANIA
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, that RELIANCE SURETY COMPANY is a corporation duly organized under the laws of the State of Delaware,
and that RELIANCE INSURANCE COMPANY and UNITED PACIFIC INSURANCE COMPANY, are corporations duly organized under the laws of the
Commonwealth of Pennsylvania and that RELIANCE NATIONAL INDEMNITY COMPANY is a corporation duly organized under the laws of the State of
Wisconsin (herein collectively called "the Companies ") and that the Companies by virtue of signature and seals do hereby make, constitute and appoint
Michael D. Stong, Susan C. Monteon, Shawn Blume, Rosemary Standley, of Riverside, California their We and lawful Attomey(s)-in -Fact, to make,
execute, seal and deliver for and on their behalf, and as their act and deed any and all bonds and undertakings of suretyship and to bind the
Companies thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by
an Executive Officer of the Companies and sealed and attested by one other of such officers, and hereby ratifies and confirms all that their said Attor-
ney(s)- in-Fact may do in pursuance hereof.
This Power of Attorney is granted under and by the authority of Article VII of the By -Laws of RELIANCE SURETY COMPANY, RELIANCE
INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY which provisions are now in
full force and effect, reading as follows:
ARTICLE VII - EXECUTION OF BONDS AND UNDERTAKINGS
1. The Based of D'vectas, the Fwaiden, the Chan . of the Board, any senior Vice Pmidem, my Vim Pwsidw or Assistant Vice President ter mines olfi¢s designowl by me Board of Directors shall have
power and authority m (d appoim Anse my(s)-in -Fort and m authorise them to acute os Imbe f of ds Company, bonds seal undertakings, rcogdams, enhance, of indemnity and other writings obligatory to the Halms,
thereof, and (b) to rename any such AumneY(s )-m -Fact at any time and n w1aa the powu and autlwri 7 given he them.
2. Asmnsy(s) -m-F= shall lave power and and arby, subject as the rums and limitations of the Pawn of Amorcy issued to them, to eseaute snd delivu on behalf of the Compan, bonds and undertakings,
rmmgninncn, conmams of indemnity and other witiugs obligatory in the rmtum thereof. The mrpmas seal is not tax sary for the validity of any bonds and uMerukiM wougniaums, commis of indemnity and other
writings obligamsy in the atom thereof.
3. Attemey(s)-in -Fan shall have power and authority as momma affidavie, se,taim l as be umcld an bonds, raeogoia ms, commas of indemnity or othu I:oMhiorW or oblignrory unds rinkings and they shall
also have power and authority to certify the fimmial State ent of she Company and m topics of she By -law d the Company or any Miele or samion thereof.
Thu Power of Attmmy'n sigtsd std scaled by (aaimile under and by authority ot the followin6 msdutisre Indaptnd by the Exemtive and Finam Committee of the eoands of D'vecmrs of Reliarce Immmce Co mmy,
United Pacific Insurance Comi any and Reliance National Indemnity Company by Ummimom Consent dated as of Fdb 28, 1954 and by the Emoutive and Fim eid Commit. of the Boand of D'ucerons of Refunca
Surety Company by Umdm en, Consent dated as of Mantis 31, 1994.
'Roulwd that me signature of such dnanoe and offset and the seal of the Company may be affixed many such Power of Attoncy or any cenifimm selming dsncto by facsimile, and any corm
Poses of Attorney or cenifcam bearing such fsmimile sigmme en frsimile seal shill be valid and biding upon she Company sad any soh Power so amcmed and mnifsd by facsimile sigmtanes
and faoimile seal shall be wild and binding upon ds Company, in the !antra with rospat to my bond or undertaking to which it u atudmd.'
IN WITNESS WHEREOF, the Companies have caused these presents to be signed and their corporate seals to be hereto affixed, this September 27,
1999.
etee Nauq�u HpUNO POq rf ..�OPPOgq�2 ih 4s p5 s2 0 926 ') CON a ."~ ay .�`a
STATE OF Washington )
COUNTY OF King ) SS.
RELIANCE SURETY COMPANY
RELIANCE INSURANCE COMPANY
UNITED PACIFIC INSURANCE COMPANY
RELIANCE NATIONAL INDEMNITY COMPANY
I
On this, September 27, 1999, before me, Laura L. Santos, personally appeared Mark W. Alsup , who acknowledged himself to be the Vice President
of the Reliance Surety Company, Reliance Insurance Company, United Pacific Insurance Company, and Reliance National Indemnity Company and that
as such, being authorized to do so, executed the foregoing instrument for the purpose therein contained by signing the name of the corporation by himself
as its duly authorized offerer.
Notary Pfb&c
In witness whereof, I hereunto set my hand and official seal. Side dYyastlMtp00r1 �-
Laura L. Santos
My Appoi11men1 Expires lD-0SOt Notary Public in and for the State of Washing
Residing at Puyallup
I, Robyn Layng, Assistant Secretary of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMP-
ANY, and RELIANCE NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a true and correct ropy of the Power of
Attorney executed by said Companies, which is still in full force and effect. �e, -��k,�
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of nth a ti _ year oll Z
I us sir. c. msu.N fps. INO
a PPOq d`�'rep} ��, PPOq ca 40 PPOgI ~2
+ ?
SEAL k+0' ' SFaO �°. Scotfi a
Aftistirfit Secret dry
{ s aa'ia .sN !,s ` tMan.nw" lab �`sa
1
0 •
PAGE 4
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
32ND STREET/NEWPORT BOULEVARD STREET REHABILITATION
and
30TH STREET /NEWPORT BOULEVARD STORM DRAIN IMPROVEMENTS
CONTRACT NO. 3245
DESIGNATION OF SUBCONTRACTOR(S)
State law requires the listing of all subcontractors who will perform work in an amount in
excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the
Contractor represents that he /she is fully qualified to and will be responsible for performing that
portion of the work. Substitution of subcontractors shall be made only in accordance with State
law and /or the Standard Specifications for Public Works Construction, as applicable.
Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted
for any monies to be withheld to ensure performance under the Contract.
The Bidder, by signing this designation, certifies that bids from the following
subcontractors have been used in formulating the bid for the project and that these subcontractors
will be used subject to the approval of the Engineer and in accordance with State law. No
changes may be made in these subcontractors except with prior approval of the City of Newport
Beach.
2.
3.
4.
5.
6.
7,
8.
9.
Subcontract Work Subcontractor Address
I%_1 ' // 11 ' / •
LANIF I
/ /
\ WE WAY i /.4 i v // i.
0 0
PAGE 5
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
32ND STREETINEWPORT BOULEVARD STREET REHABILITATION
and
30TH STREET /NEWPORT BOULEVARD STORM DRAIN IMPROVEMENTS
CONTRACT NO. 3245
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
Completed Name /Agency
i lak 441A" U
..o
C I
Person Telephone
To Contact Number
(12 nskue t'ol,
Bidder Authorized Signaturerritle F 1OL� n& �-
'222 7v-a29-
* C I CONSTRUCTION, INC.•
FORMERLY: GILLISPIE CONSTRUCTION INC.
COMPLETED PROJECTS
As of June 30, 1999
CUSTOMER NAME & ADDRESS JOB #/ LOCATION
CONTRACT
AMOUNT
ADAMS & STREETER CIVIL
544 MWD Access Road Construction
81,137
ENGINEERS
15 Corporate Park
Irvine, CA 92606
(949_) 474 -2330
AMERICAN GOLF CORP. _- -
348 El Toro Golf Course
235,461
1633 26r" Street
355 Cherry Ave. /Jeronimo St. Improvements
228,629
Santa Monica, CA 90404
362 Rancho San Joaquin Storm Drain
18,182
BELCZAK & SONS
548 Rattlesnake Canyon ( I_ine Community Dev. Co)
_
_ 1,59_7,509
_ _ _
CATELLUS RESIDENTIAL - -
454 A- RidgemoorDebris Basin
kins
827,000
5 Park Plaza, 4400
464 Akins Westchester Grading
1,709,907
Irvine, CA 92714
465 Akins Westchester Storm Drain
55,002
(949) 690 -0280
476 Line A Outlet Structure
12,500
502 Grading Improvements -Dale& Malvern
104,994
CALIFORNIA CORRIDOR
447 San Joaquin Hills Transportation
66,475
CONSTRUCTORS
P.O. BOX 57018
Irvine, CA 92619 -7018
�. TRAN DEPT --... -- - - - -- - - - - - --
CALTRANSDEPT. OF TRANSP.
---------------- ...- ---- -..__...---- - -- - - -- - - -- - -- -- ...
356 Norco Housing
..---- --- ---
1,129,326
1120 "N" Street, Rm. 39
429 Orange County Fairgrounds
147,192
Sacramento, CA 95814
CALVERY CHAPEL
377 Green Valley Tank Site
104,089
3800 S. Fairview Road
Santa Ana, CA
CALVERY CHAPEL GOLDEN _ -_ _
_
457 Calvary Chapel Golden __ Springs_ , G_ rading & __
_
1 16,029
SPRINGS
Parking Lot
CARLSON LANDSCAPING
350 County of Orange
54,045
9050 Blackbird Ave.
Fountain Valley, CA 92708
CHRIST'S CHURCH OF THE VALLEY
489 Grading Improvements
79,467
493 Grading Improvements
417,012
CITY OF ANAHEIM
108 Lakeview/LaPalma Storm Drain
200 S. Anaheim Blvd.
109 Walnut Creek Sewer & Storm Drain
52,000
Anaheim, CA
113 Anaheim Site Improvements
5,854
(714) 254 -5100
156 Patrick Henry Storm Drain
441,000
376 Vintage Lane Soundwall
120,458
409 Residential Lots
12,233
518 I -5 Freeway Sewer Relocation Improvements
742,247
f:\mhold\gci\joblist\finished.gci I of 10 pages
41 C I CONSTRUCTION, INCO
FORMERLY: GILLISPIE CONSTRUCTION INC.
COMPLETED PROJECTS
As of June 30, 1999
CONTRACT
CUSTOMER NAME & ADDRESS JOB #/ LOCATION AMOUNT
CITY OF BREA
146 Laurel Ave. Street Improvements
146,000
#1 Civic Center Circle
152 Lambert Road Street Improvements
15,000
Brea, CA 92621
172 Firestation #3
330,0004,64
(714) 990 -7600
176 Sewer R_elocation_
0
_ _
CITY OF COSTA MESA
196 Arlington Drive Storm Drain & Street Improv.
185,000
77 Fair Drive
316 Fire Station
325,179
Costa Mesa, CA 92626
410 Iowa St. Storm Drain
50,494
(714) 754 -5000
427 Street Improvement Newport & 18' St.
171,450
432 Indus St. Drainage Improvements
45,738
CITY OF COVINA
396 5,000 Gallon Reservoir and Pumps
537,593
125 E. College
412 Sewage & Pump Station
64,151
Covina, CA
(818) 858 -7212
CITY OF DANA POINT
385 Street Widening— Stonehill & Selva
1,075,571
33282 Golden Lantern
451 Sidewalk Improvements on PCH
34,050
Dana Point, CA 92629
(949) 248 -9890
CITY OF FULLERTON
122 Emery Park Phase III
64,000
303 W. Commonwealth
123 Malvern -Brea Creek Tie -In Improvements
120,000
Fullerton, CA 92632
198 Drainage Improvements
97,000
(714) 738 -6845
304 Harbor Bastanchury Road
210,870
308 Lions Park Storm Drain
94,048
309 Brea Blvd. Widening
68,657
319 Berkeley/HarborStorm Drain
106,694
321 Bike Trail
55,536
322 Highland Ave. Widening
118,865
CITY OF GARDEN GROVE
320 Street, Storm Drain Improvements
190,052
11222 Acacia Parkway
Garden Grove, CA 92840
(714) 741 -5000
CITY OF HUNTINGTON BEACH
401 H.B. Playcourt Reconstruction
383 Huntington Lake Storm Drain
125,055
305,555
Public Works Department
2000 Main Street
414 Inlet Drive
177,345
Huntington Beach, CA 92648
462 Corsican Flood Control Channel
50,727
(714) 536 -5511
463 Slater Flood Control Channel
16,733
532 Warner Avenue Improvements
23,259
CITY OF INDUSTRY
403 Commuter Rail Station Parking Lot
1,154,971
15651 E. Stafford Street
Improvements
City of Industry, CA 91744
(Grading & Storm Drain Improvements)
800,198
416 Industry Hills Parking Lot & Roadways
552,547
507 Grand Avenue Ramps
f:\mhold\gci\joblist\finished.gci 2 of 10 pages
4 C I CONSTRUCTION, INCO
FORMERLY: GILLISPIE CONSTRUCTION INC.
COMPLETED PROJECTS
As of June 30, 1999
CONTRACT
CUSTOMER NAME & ADDRESS JOB #/ LOCATION AMOUNT
CITY OF IRVINE
419 Amalfi Drive Seepage Mitigation
13,580
1 Civic Center Plaza
473 Westpark II - Offsite
Irvine, CA 92713
(949) 724 -6000 C
— --- - - - - -- - -- -
CITY OF ORANGE
-- - -
305 Tustin St. Street Improvements
216,620
300 E. Chapman Ave.
Orange, CA 92666
(714) 744 -2225
CITY OF LAGUNA BEACH
155 Heisler Park Slope Reconstruction
230,000
505 Forest Avenue
370 Wastewater Pump Station Improvements
239,418
Laguna Beach, CA 92651
405 Storm Damage
40,076
(714) 497 -0339
415 Animal Shelter
18,673
456 Cress Street Retaining Wall
105,114
458 Animal Shelter Bridge
86,728
459 Canyon Acres Drive Fire Access Road
69,021
461 Dunning Drive Landslide Repair
698,201
466 Laguna Beach Water District
44,410
520 Orchid & Ocean
6,198
522 Park & Wendt
7,750
523 Animal Shelter
9,757
524 Rancho Laguna
38,112
529 Misc. Repair Jobs
54,499
533 Ocean Vista Storm Drain
388,731
547 Dewitt Property Bridge Over Laguna Cyn
123,769
Channel
26,500
.- --- --- ---- ----- - - - -- - - - - --
552 Tiajuana Street Reservoir
-1-3 -- - -- - - - - - -- - -- _
- --
-
CITY OF LONG BEACH
scap---odifi
5 Landscape Modification
148,000
148,00
3300 Newport Blvd.
136 Gabion Slope Repair
168,000
Newport Beach, CA 92663
(949) 644 -3311
CITY OF LAGUNA NIGUEL
441 Callendar Court
211,639
27801 La Paz
488 Crown Valley Parkway/Niguel Road
457.319
Laguna Niguel, CA 92656
501 Parking Lot Extention, Crown Valley Pkwy.
22,580
(714) 362 -4300
539 La Plata Storm Drain
387,396
CITY OF NEWPORT BEACH
101 Old ort Newp Blvd.
90,000
3300 Newport Blvd.
128 Oasis Park & 5th St. Improvement
242,000
Newport Beach, CA 92663
131 1983 -84 Storm Drain Improvement
218,000
(714) 644 -3311
194 Ticket Booth Const.
58,000
311 Hospital Road Widening
275,157
306 Backbay Trail
1,063,334
418 Misc. Storm Drain Const.
382,319
f:\mhold\gci\joblist\finished.gci 3 of 10 pages
C I CONSTRUCTION, INC�
FORMERLY: GILLISPIE CONSTRUCTION INC.
COMPLETED PROJECTS
As of June 30, 1999
CUSTOMER NAME & ADDRESS JOB #/ LOCATION
CONTRACT
AMOUNT
f: \mhold \gci \joblist \finished.gci 4of10pages
428 Hazel Drive
494,747
425 Channel Drive
51,365
450 Balboa Blvd. Reconst.
891,513
452 Bolsa Park
161,452
460 Main Street Sidewalk Improvements
66,902
471 MacArthurBlvd.
7,068
472 Balboa Manholes
17,283
475 Corona Del Mar Alley & Water Main
373,649
CITY OF NEWPORT BEACH
479 151h St. Rehab, Storm Drain & Water Main
1,095,168
continued
Constr.
457,319
486 Bayview Way /Jamboree Road Improvements
13,200
498 Lido Isle Pump Station
78,673
508 Kings Road Storm Drain Newport
6,199
520 Orchird & Ocean
405,693
542 Buck Gully/Little Corona Beach Outlet Mod.
17,580
549 Big Canyon Reservoir
13,650
- - ---
555 Slope Repair @ Jamboree Rd. & Big Canyon
-------- ..- - - - - -- -- -
--------------- -
-- -- ---------- - - - - --
CITY OF SAN CLEMENTE
- - - - -- _- ___ ___ - - --
516 Calle Bahia Water Line
144,976
100 Avenida Presidio
San Clemente, CA
I
(949) 361 -6100
CITY OF SAN JUAN CAPISTRANO
115 Sunhollow Improvements
184,000
32400 Paseo Adelanto
120 Alipaz & Del Obispo St. Improvements
93,000
San Juan Capistrano, CA 92675
302 Del Obispo St. Widening
209,000
(949) 493 -1171
328 Drainage Improvements
64,000
332 Del Obispo Storm Drain
234,000
CITY OF SANTA FE SPRINGS
509 Patterson Place
697,212
11710 Telegraph Road
517 UPRR Storm Channel Restoration
37,650
Santa Fe Springs, CA 90670
(562) 868 -0511
CITY OF WHITTIER
353 Savage Canyon Landfill
1,224,745
13230 E. Penn Street
374 Savage Canyon Landfill
170,720
Whittier, CA 90602
375 Gas Distribution Wells 15, 17 & 18
36,362
(310) 945 -8200
393 Savage Canyon Landfill
117,161
449 Well #13 MCC Building
54,950
485 Well # 14 Rehabilitation, Whittier
142,907
CITY OF TUSTIN
195 Bell Avenue Storm Drain
_
96,673
300 Centinnial Way
453 Pinetree Park Parking Bay Improvements
92,779
Tustin, CA 92680
455 Reconstruction "C" Street
65,983
(714) 573 -3000
i
f: \mhold \gci \joblist \finished.gci 4of10pages
A C I CONSTRUCTION, INC�
FORMERLY: GILLISPIE CONSTRUCTION INC.
COMPLETED PROJECTS
As of June 30, 1999
CUSTOMER NAME & ADDRESS JOB #/ LOCATION
CONTRACT
AMOUNT
CITY OF VILLA PARK
467 Villa Park Storm Drain
147,108
17855 Santiago Blvd.
Villa Park, CA 92861
(714) 998 -1500
CITY OF YOR13A LINDA
390 Street/StormDrain
111,896
P.O. Box 7487
404 Remove & Replace AC
145,900
Yorba Linda, CA 92686
443 Town Center Plaza
93,383
(714) 961 -7100
445 Brooklyn Avenue
69,804
513 Interim Grading of Esperanza Road
109,405
543 Buena Vista Avenue
278,782
COTO DE CAZA DEVELOPMENT
169 Gabion Drop Structures
630,000
P.O. Box 438
180 Rip Rap Slope Protection
260,062
Trabuco Canyon, CA 92678
181 Storm Drain Improvements
159,693
184 Gabion Slope Repair
16,285
186 Gabion Slope Repair
140,513
188 Low Flow Crossing II
39,606
192 Corrective Work
240,642
-- - -- - - -- --- - - - - -- - -- - - - - -- --
COUNTY OF LOS ANGELES,
- - - - - -- - - ----- - - - - -- -- ----- __----- - - - - --
111 Rambla Pacifico
--------------- -
36,555
ROAD DEPARTMENT
1540 Alcazar Street
j
Los Angeles, CA 90033
COUNTY OF ORANGE
148 Stonehill
316,120
400 Civic Center Drive
160 EMA Palm Ave. Street and Storm Drain
268,864
Santa Ana, CA 92651
197 Stonehill Drainage Improvements
29,000
(714) 834 -3100
435 Delhi Channel
603,200
495 Frank Bowerman Landfill
319,672
511 Prima Deshecha Landfill
306,730
521 Frank Bowerman Landfill _ _ _
_ 4,975
COUNTY OF ORANGE -EMA
367 Missions Planned Community Road Closures
42,604
P.O. Box 4048
Santa Ana, CA 92702 -4048
CYPRESS HOMES, INC.
448 Sorrento Stormwater Pump Station
469,500
14 Corporate Plaza
(Project #9226-1)
Newport Beach, CA 92660
_ _ _
DANA STRAND BEACH CLUB
___
133 Rock Slope Protection
260,000
34001 Dana Strand Road
Dana Point, CA 92629
EASTERN MUNICIPAL WATER
382 Grant Ave. & Corwin Pumping Plants
854,453
DISTRICT
f:\mhold\gci\joblist\finished.gci 5 of 10 pages
0i C I CONSTRUCTION, INC .0
FORMERLY: GILLISPIE CONSTRUCTION INC.
COMPLETED PROJECTS
As of June 30, 1999
CONTRACT
CUSTOMER NAME & ADDRESS JOB #/ LOCATION AMOUNT
ESSLINGER FAMILY TRUST
470 Laguna Terrace Park
208,941
LAGUNATERRACEPARK
30802 S. Coast Highway
Laguna Beach, CA 92651
GENTRY GOLF
413 Island Golf Center
195,619
14893 E. Ball Road
Anaheim, CA
GORDON & WILLIAMS
468 Rotoshake
175,898
26081 Merit Circle # 123
477 Teen Center (K.B.F.)
49,140
Laguna Hills, CA 92653
484 Roaring Twenties -North Project (K.B.F.)
278,005
(714) 367 -7818
492 North Project, PH II & III Demo at Knott's Berry
Farm
HON DEVELOPMENT
335 Storm Drain, Stairway
755,420
25200 La Paz Rd., #210
Laguna Hills, CA 92653
(714) 586 -4400
THE IRVINE COMPANY
139 Big Canyon Grading
120,000
550 Newport Center Dr.
141 Entryway Improvements
165,000
Newport Beach, CA 92660
145 Grading & Improvements
600,000
(714) 720 -2000
147 Site Improvements
480,000
149 Back Bay Erosion Control
120,000
157 Flagstone Park
143,693
158 Big Canyon Landscape
700,000
310 Mac Arthur Blvd. Widening
552,411
178 Center Dr. Realignment
135,000
179 Monroe Street Improv.
91,000
182 R.C. Box Structure
56,242
187 Jamboree Road Widening
458,479
189 Big Canyon Slope Repair
66,000
190 Post Office Parking Lot
158,214
317 Sewer Cleanout
4,300
163 Back Bay Sewer
45,000
174 Los Trances Parking Lot
140,000
333 Peters Canyon Grading
382,000
338 Jamboree Rd. Widening
566,000
360 Pelican Hill Syphon
414,000
361 Pelican Hill Road
35,000
378 Rock Shelter
27,729
392 Newport Coast
28,808
397 Pelican Hills Golf Course
126,687
499 Coast Supply Line Relocation, Irvine
687,672
f: \mhold \gci \joblist \finished.gci 6of10pages
* C I CONSTRUCTION, INCP
FORMERLY: GILLISPIE CONSTRUCTION INC.
COMPLETED PROJECTS
As of June 30, 1999
CONTRACT
CUSTOMER NAME & ADDRESS JOB #/ LOCATION AMOUNT
Continued.....
519 Hick's Canyon Channel
3,476,243
546 East Foot Bypass 1
81,601
551 Temporary Bypass— Lower Peters Canyon
88,578
IRVINERANCH WATER D ISTRICT
387 Pump Station
575,795
15600 Sand Canyon Ave.
Irvine, 92618
(714) 453 -5300
KNOTT'S BERRY FARM
119 Various Grading & Improvements
734,000
8039 Beach Blvd.
121 Various Grading & Improvements
Buena Park, CA 90620
144 Storm Drain Improv.
(714) 220 -5228
161 Parking Improvements
185 Dolphin Park Improv.
315 Landscape Maint. Grading
45,591
389 Grand Ave. Parking Lot
373,490
407 Spirit Lodge
293,855
426 Steak House
62,986
431 Fiber Optics Phase IIA
565,061
442 Farmwide Communications
171,361
468 Rotoshake
175,898
512 Virginia Warehouse Remodel
97,681
514 Electrical Substation
17,936
515 Jelly Factory
52,385
530 Jelly Factory Emergency Sewer
55,703
536 Knott's Berry Farm South Parking Lot
1,047,611
LAGUNA BEACH COUNTY WATER
339 Grading &Storm Drain Improvements
529 Various Repair Projects
392,000
57,772
DISTRICT
306 3rd Street
550 EWT Install Valve
3,497
Laguna Beach, CA
(714) 494 -1041
LAIDLAW GAS RECOVERY SYSTEMS
324 Grading Improvements
329 Sewer & Water
449,532
857,000
39899 BallentineDr., Ste. 275
Newark, CA 94560
334 Methane Gas Header
238,000
336 Landscaping
71,000
346 Realignment of Sewer, Water & Gas Line
161,189
352 Pump Station
95,083
391 Pump Station
_ 44,805
_
LAKE ELSINORE UNIFIED SCHOOL
369 Temescal Canyon High School
309,223
DISTRICT
545 Chaney Street
Lake Elsinore, CA 92330
f:\mhold\gci\joblist\finished.gci 7 of 10 pages
qA C I CONSTRUCTION, INC�
FORMERLY: GILLISPIE CONSTRUCTION INC.
COMPLETED PROJECTS
As of June 30, 1999
CONTRACT
CUSTOMER NAME & ADDRESS JOB #/ LOCATION AMOUNT
LOS ALISOS WATER DISTRICT
110 Grading & Site Improvements
95,000
P.O. Box 699
343 Rough Grading
817,434
El Toro, CA 92630
LOS ANGELES COUNTY DEPT. OF 1
371 Eaton Wash Spreading Grounds
373 SchabarumRegional Park
893,734
790,116
PUBLIC WORKS, MISC. DEPT.
900 S. Fremont Ave. (
398 San Dimas Reservoir !
797,640
Alhambra, CA 91803
406 Kenneth Hahn Park
379,546
408 Santa Anita Debris Basin
261,343
434 Morgan Debris Basin
338,377
439 Rio Hondo Spreading Grounds
913,201
MISSION VIEJO CHRISTIAN CHURCH
504 Grading Improvements
505 Backfill Walls
497,764
67257
27405 Puerta Real, Ste. 360
Mission Viejo, CA 92691
(949) 768 -0209
MOULTON NIGUEL WATER DIST.
510 Remedial Grading &Drainage East Aliso Creek
l OMG Reservoir
76,467
27500 La Paz Road
Laguna Niguel, CA
(949) 831 -2500
ORANGE COUNTY WATER DIST.
380 Santiago Basin Revegetation
402 Alamitos Barrier Injection Well
178,080
142,567
10500 Ellis Avenue
Fountain Valley, CA 92708
ORANGE COUNTY EMA PUBLIC
340 Aliso Beach Front Improvements
344 OCEMA (Pelican Hill)
297,203
484,785
WORKS DEPT.
P.O. Box 4048
347 Bee Canyon Landfill
165,992
Santa Ana, CA 92702 -4048
351 Portola Parkway Storm Drain
113,000
359 Santiago Canyon Landfill
507,089
PULTE HOME CORPORATION
337 Grading & Storm Drain Improvements
1,110,298
270 Newport Center Drive
345 Retaining Wall
33,731
Newport Beach, CA 92660
424 Storm Drain & Street Repair
27,286
(949) 721 -0622 __ _
_ _ __
_
RANCHOSANTAMARGARITA
381 Antonio Parkway
166,196
30211 Avenida de Las Banderas, Ste. 200
Rancho Santa Margarita, CA 92688
RANCHO SANTIAGO COMMUNITY
372 Parking Improvements
1,606,214
COLLEGE
17" Street at Bristol
Santa Ana, CA 92706
f:\mhold\gci\joblist\finished.gci 8 of 10 pages
9 C I CONSTRUCTION, INC.
FORMERLY: GILLISPIE CONSTRUCTION INC.
COMPLETED PROJECTS
As of June 30, 1999
CONTRACT
CUSTOMER NAME & ADDRESS JOB 91 LOCATION AMOUNT
REAL ESTATE DEVELOPMENT
183 Grading —Tract 11356, Lot 6
29,758
18302 Irvine Blvd., Ste. 360
303 Point Del Mar
70,000
Tustin, CA 92680
REGENTS OF THE UNIVERSITY OF
199 UCI Parking Lot No. 14
303 UCI Parking Lot No. 18C
145,000
110,000
CALIFORNIA AT IRVINE
Irvine, CA 92717
313 Lot 6 & 80 Modifications
118,963
318 Unit 5 Site Grading
252,567
384 UCI Grading, Storm Drain
258,312
417 Erosion Control
18,803
433 Jamboree Widening
138,900
RITZ COVE DEVELOPMENT L.L.C.
506 Site 8 Grading & Improvements
1,190,782
33111 Pacific Coast Hwy.
Monarch Beach, CA 92629
(949) 240 -2500
SADDLEBACK VALLEY
430 Saddleback Valley School District
25,050
SCHOOL DISTRICT
SANTA MARGARITA CATHOLIC
490 Grading Improvements
393,277
HIGH SCHOOL
SOUTHERN CALIF. WATER
494
105,348
COMPANY
STANDARD PACIFIC
_
327 Bike Way Drains
13,500
1565 W. MacArthurBlvd.
349 Retaining Walls
122,699
Costa Mesa, CA 92626
(714) 546 -1161
___
STATE OF CALIFORNIA DEPT.
108 El Pescador State Pazk
63,000
OF PARKS AND RECREATION
112 Topanga State Park
14,400
2422 Arden Way, Ste. A -1
Sacramento, CA
STATE OF CALIFORNIA
429 Pavement/Drainage
149,800
1111 Howe Ave., Ste. 650
Sacramento, CA
TAISEI CONSTRUCTION
480 Monarch Beach Storm Drain Phase I
138,839
301 E. Ocean Blvd., Ste. 400
480 Monarch Beach Storm Drain Phase II
220,000
Long Beach, CA 90802
491 Monarch Beach Golf Course Street & Park
222,240
(310) 432 -5020
Improvements
f:\mhold\gci\joblist\finished.gci 9 of 10 pages
9 C I CONSTRUCTION, INC •
FORMERLY: GILLISPIE CONSTRUCTION INC.
COMPLETED PROJECTS
As of June 30, 1999
CONTRACT
CUSTOMER NAME & ADDRESS JOB #/ LOCATION AMOUNT
TRABUCO CANYON WATER DISTRICT
535 Santiago Canyon Road
321,749
32003 Dove Canyon Drive
Trabuco Canyon, CA 92678
(949) 858 -0722
—
UNIVERSITY OF IRVINE i
525 Faculty Management Grounds
32,479
125 Interim Office Building
Irvine, CA 92697 -5444
j
(949) 824 -6958
j
WATT HOMES
531 Mandalay /M02- VistaPacificaBox Crossing
104,611
10737 Laurel Street, Ste. 280
I
Rancho Cucamonga, CA 91730
(909) 481 -7700
WESTERN INDUSTRIAL
342 Raymer Avenue Street Improvements
i 136,008
3325 Pico Blvd.
Fullerton
Los Angeles, CA
f: \mhold \gci \joblist \finished.gci 10 of 10 pages
0 •
PAGE 6
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
32ND STREET /NEWPORT BOULEVARD STREET REHABILITATION
and
30TH STREET /NEWPORT BOULEVARD STORM DRAIN IMPROVEMENTS
CONTRACT NO. 3245
NON - COLLUSION AFFIDAVIT
State of California )
) ss.
County of prjJ+ )
�-- IoL*A 1�1Y1gjrH- , being first duly sworn, deposes and says that he or she is
S1en?Iz 3V TreAZofer of CSC' I (bbSfrU�ioyl,ziy ., the party making the
foregoing bid; thaTthe 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.
1 declare under penalty of perjury of the laws of the State of California that the foregoing is true
and correct.
90-1 3k
Bidder Autho e-d Signature/ Title FlOya n
sae.. rezS.
Subscribed and sworn to before me this day of
ary Public
My
I
�* JANET L. RUSSELL
Comm. A 1166123 N
N NOTARY PUBLIC - CALIFORNIA
Orange County
0 9
PAGE
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
32ND STREET /NEWPORT BOULEVARD STREET REHABILITATION
and
30TH STREET /NEWPORT BOULEVARD STORM DRAIN IMPROVEMENTS
CONTRACT NO. 3245
NOTICE TO SUCCESSFUL BIDDER
The following Contract Documents shall be executed and delivered to the Engineer within
ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of 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.
The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by
an insurance organization or surety (1) currently authorized by the Insurance Commissioner to
transact business of insurance in the State of California, and (2) listed as an acceptable surety in
the latest revision of the Federal Register Circular 570.
Pursuant to Public Contract Code Section 22300, appropriate securities may be
substituted for any monies to be withheld to ensure performance under the Contract
Insurance companies affording coverage shall be (1) currently authorized by the Insurance
Commissioner to transact business of insurance in the State of California, and (2) assigned
Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance
with the latest edition of Best's Key Rating Guide: Property- Casualty. Coverages shall be
provided as specified in the Standard Specifications for Public Works Construction, except as
modified by the Special Provisions. Certificates of Insurance and additional insured
endorsements shall be on the insurance company's forms, fully executed and delivered with the
Contract. The Notice to Proceed will not be issued until all contract documents have been
received and approved by the City.
PAGE 8
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
32ND STREET /NEWPORT BOULEVARD STREET REHABILITATION
and
30TH STREET /NEWPORT BOULEVARD STORM DRAIN IMPROVEMENTS
CONTRACT NO. 3245
CONTRACT
THIS AGREEMENT, entered into this 11th day of April, 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:
32ND STREET /NEWPORT BOULEVARD STREET REHABILITATION and
30TH STREET /NEWPORT BOULEVARD STORM DRAIN IMPROVEMENTS
Project Description
3245
Contract No.
WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and
Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's
careful examination of all Contract documents, plans and specifications.
NOW, THEREFORE, City and Contractor agree as follows:
A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the
following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's
Bond, Non - Collusion Affidavit, Faithful Performance Bond, Labor and Materials Payment
Bond, Permits, General Conditions, Standard Special Provisions and Standard Drawings,
Plans and Special Provisions for Contract No. 3245, 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.
0
PAGE
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 five hundred twenty -four thousand, two
hundred eighty-eight and 00/100 Dollars ($524,288.00).
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 request for
payment.
E. WRITTEN NOTICE Any written notice required to be given under the Contract
Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid,
directed to the address of Contractor and to City, addressed as follows:
CITY
City of Newport Beach
Public Works Department
3300 Newport Boulevard
Newport Beach, CA 92663
Attention: Lloyd Dalton
(949) 644 -3328
CONTRACTOR
GCI Construction, Inc.
245 Fischer Avenue, B -3
Costa Mesa, CA 92626
(714) 957 -0233
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
•
i
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 11/85) or Insurance Services Office form number
GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance
Services Office form number GL 0404 covering Broad Form Comprehensive
General Liability.
b) Insurance Services Office Business Auto Coverage form number CA 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 0
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
►-
L-1
r-]
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.
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.
0
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.
ATTEST:
�T7�dt
CLERK
AS TO FORM:
CITY OF NEWPORT BEACH
A Municipal C rporation
M-
GCI Construction, Inc.
Im
CALIFORNIA MF
At.1 - PuRPOsIi CERTIEICATF -OI' ACKNOWI.ED(iMF.N'I'
Stateuf
_63(i�o-rnia
County of c
282Q6U
On Yl
beforenne, l(XT�.IPUS�ri�/�o(arG�
Vale
Name, 1111e • e.k., phen Uw•. Notam Pubh— a
&i
personally appeared
121rrW T-') . I�e—
Name(+) ,1t Signi-N(s)
J4 Personally known to Inc
OR
;.J Proved to me on the basis of satisfactory evidence to
be the person(s) whose name(s) is /art 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 signature(s) on the
instrument the person(s), or the entity upon behalf of which
JANET L. RUSSELL
Comm. N 1166123
NOTARY /LIC V1
the person(s) acted, executed the instrument.
/ "
PU - CALIPORW
Olenpe County
/
My Comm. Ex Ira Dec. 21,2001
signulum i Wnan
r"111i- U (0 � � • 12 -21 -d I
,rat
Prim Nnta '.. Name. Gxm1r in x hie h LWIR11"Mmm and 0,11tatin"M "Plnm.n nalr
OPTIONAL
The data below is not required by law, however it tray prove valuable to persons
relying on the document and
could prevent fraudulent reattachment ojthis form.
SIGNATURE AtrrHORI'I'Y OF SIGNER:
VtisC_RIPTION OF A'ITAcm:D Do(uMENT
(, INWVIDOAI.
,) CORPORA'1'EE OI'I'I('Lk(S)
rae,ni
TITLE. OR TYPE OF DOCVMEN "1'
(J PARTNER
IJ LlArlr!•:!A
_ _
❑ iiF.'Nh.'NAL
___
NU`IBEk OF PAGES
U Al"rokNEl•- IN- FAE-1'
U TRUSTL'E(S)
O GUARDIAN /CONSERVATOR
DATE of Do('t 1 \1ENT
Ll UTIII:R:
_
SIGNER(s) OTHER THAN NAMED ABOVE:
%lAA1f.(5) (1F P(:RSfIN(S) OR �„ \TITY(IES) $IfN[R IS REFRESE \TI \C:
j]
nna.ihi,.•.I
kour.L -r fn..n a.....,..,. C., ..,...d k ..... A... Ye1R(11.1U11 KAA
_m&Dr. CERTIFICA "O; OF LIABILITY INSUWC1rwFID SG DATEIMM/DWYYI
ICO -1 Os /16/00
James Econn & Co. Insurance
CA License #0340047
0,45 S. Figueroa St., 36th Fl.
Los Angeles CA 90071 -1602
Phone:213- 629 -3131 Fax:213- 629 -4440
INSURED
GCI Construction, Inc., at al,
ATTN: Debbie Elmer
245 Fischer Avenue, B -3
Costa Mesa CA 92626
COVERAGES
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
INSURERA: Caliber One
INSURER B: General Security
INSURER C: Frontier Insurance
INSURER D: Generali
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FORTH E POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR
MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR TYPE OF INSURANCE POLICY NUMBER DATE MM /DDI 1�I DATEYDf EXPIRATION
LTR
LIMITS
GENERAL LIABILITY :
EACH OCCURRENCE
$ 1,000,000
A X COMMERCIAL GENERAL LIABILITY 1, CGO- 001329 -01 04/01/00 04/01/01
FIRE DAMAGE (Anyone fuel
S 50,000
CLAIMS MADE X OCCUR
MED EXP (Any one person)
S _
-X Contractual Liab.:
_PERSONAL B ADV INJURY
X1,000,000
X'. Broad Form PD
GENERAL AGGREGATE
$2,000,000
�GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP /OP AGG
51,000,000
. POLICY PRO-
JECT
AUTOMOBILE LIABILITY
COMBINED SINGLE LIMIT -
$ 1, 000,000
D X ANY AUTO 1000002121 04/01/00 04/01/01
(Ea accident)
ALL OWNED AUTOS I
BODILY INJURY i$
- —
(Per person)
SCHEDULED AUTOS
X HIRED AUTOS
BODILY INJURY
$
—
(Per accident)
X - NON -OWNED AUTOS
PROPERTY DAMAGE
$
—- - -° —
I
(Per accident)
AUTO ONLY - EA ACCIDENT
S
GARAGE LIABILITY !
ANY AUTO
.OTHER THAN EA ACC
S
-- -
AUTO ONLY AGG _
$
EACH OCCURRENCE
S 2000000
.EXCESS LIABILITY
B X OCCUR CLAIMS MADE CE9000043 04/01/00 04/01/01
AGGREGATE :s2000000
—
$
DEDUCTIBLE
RETENTION $
$
WORKERS COMPENSATION AND
_
X TORY LIMITS- ' ER'
_
CEMPLOYERS'LIABILITY W202301016 I 0I/01/00? 01/01/01
E.L. EACH ACCIDENT
51,000,000
-
E.L. DISEASE - EA EMPLOYEE
$ 1, 0 0 0 , 0 0 0
E.L. DISEASE - POLICY LIMIT
S 1,000,000
OTHER
DESCRIPTION OF OPERATION SILOCATIONSIVEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS
See Additional Insured Endorsement. This insurance is primary and
non-
contributory source of recovery as per the terms of Contract #3245.
Waiver of
subrogation rights are provided for under the Workers Compensation
policy.
* *Parental Guaranty provided by Admitted Insurer PMA Reinsurance Co. A +VIII
* 10days notice for non - payment of premium.
ctK l Hr H,A IC I1VL.uCR T ADVI �IVnr�L
City of Newport Beach
Public Works Department
Attn: Lloyd Dalton
3300 Newport Boulevard
Newport Beach CA 92663
c CITYNEW I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATIO
DATE THEREOF, THE ISSUING INSURER WILL EmXOR11127® MAIL 30* DAYS WRITTEN
N ICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUTXXKXNKXNZM 8D SHALL
POSE NO OBLIGATION OR LIAjj6LTyOF ANY KIND UPON THE INSURER, ITS AGENTS OR
05/15/00 MON 15:52 FAX 818 9925870 Bass and Associates Inc. 444 Econn Q003
Sent By: Forte; 415 445 7196; May -100 11:47Ad; Page 515
NAY -15 ^o0 10:07AM FROM- FRONTIER IItSURANLE GROUP +6115155115 T•70 P.02/02 F -203
WORKERS COMPENSATION AND EMPLOY9RSUAB11.1TY INSURANCE POt1CY WC 04 03 0$
WAIVER OF OUR RIGHTTO RECOVER FROM OTHERS EPI,CIORSEMENT-
CALIFORNIA
We have the right to recover our payments from anyone liable for an injury covered by this .t olvy. We will not enforce
our right against the person Or organization named in the Schedule. (This agreement api CE4; only to the extent that
you perform work under a written contract that requires you to obtain this agreement from u 5.;
You must maintain payroll records accurately segregating the remuneration of your emplc y eis while engaged In the
work described in the Schedule.
The additional premlumfor this endorsemont Shall be % of the CatHomia works.,! compensation prefnium
otherwise due on such remuneration.
&CREDUL.E
PERSON OR ORGANIZATION JOB DESCWTION
CITY OF NEWPORT BEACH, CA CONTRACT ( #3245 32N.) E;TR &ET /NEWPORT BLVD
REHABILITATION AND 3071r'N$WPORT BLVD STREET
S01JTH DRAIN 1M?ROVEMECO.E).,
cwAV+r w r
05/15/00 MON 14:57 1TX /RX NO 72121 16003
C`
ENDORSEMENT O
C
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement, effective 1/1/00 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
b cln.mnity Company
C01.E67 (01/98) Page 1 of 1
0
POLICY NUMBER: 1000002121 COMMERCIAL AUTO
CA 20 48 02 99
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
DESIGNATED INSURED
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
GARAGE COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
TRUCKERS COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi-
fied by this endorsement.
This endorsement identifies Person(s) or organizations) who are "insureds" under the Who Is An Insured Provi-
sion of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form.
This endorsement changes the policy effective on the inception date of the policy unless another date is indicated
below.
Endorsement Effective: 04/11/00
Countersigned By:
Named Insured: GCI Construction, Inc., et al
Authorized Representative)
SCHEDULE
Name of Persons) or Organization(s):
City of Newport Beach, its officers, officials, employees and volunteers as per the terms of the 32adStreet/Newport
Boulevard Rehabilitation and 30'/Newport Boulevard Street Storm Drain Improvements - Contract No. 3245
(If no entry appears above, information required to complete this endorsement will be shown in the Declarations as
applicable to the endorsement.)
Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent
that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained
in Section 11 of the Coverage Form.
As per contract provisions the City, its officers, officials, employees and volunteers 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; and /or
automobiles owned, leased, hired or borrowed by Contractor. The coverage shall not contain
any special limitation on the scope of protection afforded to City, its officers, officials,
employees or volunteers.
CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 1 13
POLICY NUMBER: CGO- 0013-01
LAMERCIAL GENERAL LIABILITY
CG 20 1010 93
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS (FORM B)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization:
City of Newport Beach, its officers, officials, employees and volunteers as per the terms of the•
32ndStreet/Newport Boulevard Rehabilitation and 30i° /Newport Boulevard Street Storm Drain
Improvements - Contract No. 3245
(If no entry appears above, information required to complete this endorsement will be shown in the Declarations as
applicable to this endorsement.)
WHO IS AN INSURED (Section Iq 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 ongoing operations performed for that insured.
As per contract provisions require the City, its officers, officials, employees and volunteers are
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. The
coverage shall not contain any special limitation on the scope of protection afforded to City, its
officers, officials, employees or volunteers.
CG 20 1010 93 Copyright, Insurance Services Office, Inc., 1992 Page 1 of 11 13
rI
FACSIMILE TRANSMISSION FROM
JAMES ECONN & CO. INSURANCE
445 South Figueroa Street, 36th Floor, Los Angeles, CA 90071 -1602
CA LICENSE NO. 0340047
FACSIMILE PHONE: (213) 629 -4440 TELEPHONE NO.: (213) 629 -3131
TO: Shauna Oyler
COMPANY: City of Newport Beach
FAX NUMBER: 949 - 644 -3311
FROM: Suseela Gupta
DATE: May 16, 2000
RE: Contract No: 3245 - 321 Street/Newport Boulevard Rehab Job
Revised Insurance Contracts
NUMBER OF PAGES SENT INCLUDING COVER PAGE: 6
Ms. Oyler -
I am faxing but will forward by mail the original certificates of insurance that indicate
the amendments as required under the contract. Rather than just the amended
documents I have refaxed the whole package.
Included are:
(IG; IIF) Primary and Non Contributory Wording under General & Auto Liability
(IIID) Waiver of subrogation under Workers compensation policy.
call me if any additional modifications are neccessary.
Gupta
JECA45 (Rev. 2/98)
��
original document to follow by mail if box checked --
,MAY -17 -00 WED 09:01 AM
05/16/00 17:11
PUSWORKS d 917149391654
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
P.O. BOX 1768
NEWPORT BEACH, CA 92658 -8915
FAX N0.
0
RECEIVEDe
MAY 1 :' 2000
ZAHCRYIN UNIT
P, 01
N0.267 D01
Fax COVER SHEET
DATE: �` oZOYU FAX NUMBER: 714. 939.1654
COMPANY: C4LSURANCE
ATTENTION OF , y oua
FROM: / '-%4SRAU /4 OVLER FAXED BY: ShagQ6
PHONE NUMBER: (949) 644 -9711
NUMBER OF PAGES INCLUDING COVER SHEET.
COMMENTS: PLEASE APPROVE ASAP
FAX NUMBER: (649) 644.9916
71115 C:&VMPKRM /fpVF
NUlc�
yap,
Please Notify Sender NTransmission Is Incomplete.
r 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
32nd STREET /NEWPORT BOULEVARD STREET REHABILITATION
AND
30TH STREET /NEWPORT BOULEVARD STORM DRAIN IMPROVEMENTS
CONTRACT NO. 3245
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard, P. O. Box 1768
Newport Beach, California 92663 -8915
Gentlemen:
The undersigned declares that he has carefully examined the location of the work, has read
the Instructions to the Bidders, understands the alternate bid proposals stated above, has
carefully examined the Plans and Special Provisions, and hereby proposes to furnish all
materials and perform all work required to complete Contract No. 3245 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
Lump Sum Mobilization
@ lmlollars
and
Cents $
Per Lump Sum
2. Lump Sum Traffic Control
@%1 d—V- JI Dollars
/I and
t a Cents $ 8
Per Lump Sum
3. Lump Sum Clearing and G ubbin
* r2r7 US
@ ke ars
and g)/000" & Cents $
Per Lump Sum
a
PR2of8
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. 500 C.Y. Excavation
@ Dollars
and
no Cents
Per Cubic Yard
5. 36,600 S.F. Cold Mill Existing Asphalt
Concrete Pavement to 2 -Inch
Thickness
410."' 20iddc),
$ ,C�$
@ 1t9 Dollars
and
Cents $ $ -7-3_
Per Square Foot
6. 6,800 S.F. Cold Mill Existing Asphalt Concrete
Pavement to Variable Thickness
@ /to Dollars
and
C Cents $ -730
Per Square Foo
7. 4,100 S.Y. Crack Seal Existing Pavement
and Install Pavement Fabric
@ TIQ Dollars
�
/ and
l -O Cents $ Z. oU $ °o
Per Square Yard
8. 910 Tons Construct Crushed Aggregate Base
@TWeY}�G Dollars
°O
and
/ CSJ Cents $
Per Ton
9. 280 Tons Construct Asphalt Concrete Base
Course or Full Depth Backfill
@ Dollars
and
60 Cents $ SUQO $ 40066-00
Per Ton
0 0
PR3of8
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
10. 1,225 Tons Construct 2 -Inch Minimum
Asphalt Concrete Overlay
@ VnY +J_z Dollars
and
110 Cents $ q22 GO $ 514rEz 0a
Per Ton
11. 320 S.F. Construct P.C.C. Driveway Approach
@ye- Dollars
and
J e Cents $ 5.25 $
Per Square oot
12. 530 L.F. Construct P.C.C. Curb and Gutter,
Type "A" with 2 -Foot Gutter
@ I U JP i OOAk Dollars
and
n 0 Cents $ 21.00 $ 111 130.. 00
Per Linear Foot
13. 200 S.F. Construct P.C.C. Alley Approach
and
'Fif4g Cents $ 5.50 $ 1,100.00
Per Square oot
14. 1 Each Construct P.C.C. Access Ramp
@��PFF1tU►'(.11'ej1>C' %ollars
and
10C Cents $ 5-70.0" $ 5-10•00
Per Each
15. 900 S.F. Construct P.C.C. Sidewalk
@ Dollars
and
IISJ Cents $ Ig O° $ 3,W0.0d
Per Square Foot
0
0
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
16. 2 Each Construct 2 -Foot Wide P.C.C.
Curb Opening
@ U'( U Y t ollars
and
U Cents $ ?6.`° $ E&O-01,
Per Each
17. 8 Each Adjust Manhole to Grade
@ "Y Dollars
and
i10 Cents $ 3 -75,t0 $ 3rdop
Per Each
18. 12 Each Adjust Water Valve \Monitoring
Well y \Survey_Monument to Grade
@ I flC2Q IIL]If�l 1'eA Dollars
and
Cents $ 1 $ 31720,00
Per Each
19. 57 Each Replace Traffic Signal Loop
@T� i�l tWCi1�Ci Dollars
and
no Cents $ X00.00 $ 11466,00
Per Each
20. 1 Each Construct Opening Through
Existing W'all
@A fOO `fL Dollars
and
AG Cents $ V601"d $ 30— 00
Per Each
21, 1,140 L.F. Construct 36" Diameter R.C.P.,
1500D
@CM ItruKdKgd ;6C Dollars
and
(ly Cents $ 1O4.o1
Per Linear Foot
0
PR5of6
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
22. 64 L.F. Construct 15 Diameter R.G.P.,
1500D with Concrete Backfill
@ Dollars
and
nG Cents $ 2- °o $ 01%58100
Per Linear Foot
23. 340 L.F. Construct 18" Diameter R.C.P.,
1500D with Concrete Backfill
@ t1 I Dollars
and
!16 Cents $ q( $ 3�(o�lO,co
Per Linear Foot
24. 6 Each Construct Junction Structure No. 1
@ 1nr�U�U Dollars
and
66 Cents $ 3T_ $ !8 �
—+W
Per Each
25. 4 Each Connect Existing Storm Drain to
Proposed Junction Structure
@ {A? /lU►�(I i Dollars
and
Ao Cents $ 3qQ. 00
Per Each
26. " 9a4i - Abandon Existing Storm Drain, Plug
1-lJ( Za)(f0 End with Brick & Mortar, and Grout
Abandoned Pipe with,,��1 Sack Slurry
Ca qV�a 6idWDollars
and
Cents $ 5-700 °a 7(
Per Each
27. 3 Each Construct Connection Assembly
@ OUK n lT d(6 Dollars
and
IN Cents $ goo $
Per Each
0 0
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
28. 5 Each
Construct Curb Inlet Catch Basin
with Filter and Local Depression
@1e' Dollars
and
n6 Cents
$_
Per Each
29. 1 Each
Construct Curb Inlet Catch Basin with
Manhole in Street per APWA Std. Plan
307 -2, Filter and Local Depression
1
IlA.l1'1J 1 J Dollars
and
n8 Cents
$ toa+°O $ (Q� G•c°
Per Each
30. 7 Each
Remove Existing Concrete Apron
and Existing Catch Basin Structure
@ 1LU ill Dollars
and
ft Cents
$ 390.° g 2,730.'
Per Each
31. 1 Each
Construct Tide Gate Structure�
@2DdU5diit 7� Dolla __�
sed'
and
�a Cents
$ 1T $ 151700 -"4
Per Each
32. Lump Sum
Construct Tide Gate, Operator,
Controls and Electric Service
@ l t) Y OV
Doors
/� and
1 0 Cents
$ Z3_ Ot 00 O0
Per Lump Sum
33. 2 Each
Plug End with Brick and Mortar
@�I110NlfG1 ►t�A Dollars
T�and
na Cents
$ zo&' $ % _
Per Each
0 0
PR7of8
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
34. 1 Each Remove Portion of Existing 12"
CMP and Connect Proposed
18" RCP to Existing 36" RCP
@ I Dollars
and
Cents
Per Each
35. 2 Each Relocate Existing Water Main
@ T�„ I Dollars
and
' l9 Cents
Per Each
36. Lump Sum Dewateejn [� . =4ollars
o and
Cents
Per Lump Sum
37. Lump Sum
Traffic IISignal Modifications
@ V� U90 40Q Dollars
(tnn,^ and
o Cents
Per Lump Sum
38. Lump Sum Traffic Striping (, Y I n�
IWtl�t - Dollars
n and
i lSN Cents
Per Lump Sum
39. 8 Each Install Filter in� Existing Catch Basin
@ filurCJrc!/ Dollars
and
r� o Cents
Per Each
$ Z�OUO,ov $ 000.°0
$ le uyuoo
0 0
U
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
40. Lump Sum Remove, Store and Reinstall
Traffic Signs
@ Dollars
and
An Cents
Per Lump Sum
41. Lump Sum Sheeting, Shoring and Bracing
@�V�XIIllX�IIUIf1�IDollars
and
R6 Cents
Per Lump Sum
42. Lump Sum Construction Survey and Staking
1
@ 4 Ue44 Dollars
and
n0 Cents
Per Lump Sum
TOTAL PRICE IN WRITTEN WORDS
Bidder's
Bidder's
V-
$
$ 506d. °V
i
1,,q
Dollars $ 52-Y, Z8 °d
And Total Price
Cents
1(2-
Bidder's Telephone Number_ L71 `Y) q 5% - 6233
Contractor's License No. & Classification 75535Za �1A //
a �)-z-7-66
Date
Dete: 03/23/00 Time: 02:00 PM Ta: 17145401149
•
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
P.O. BOX 1768
NEWPORT BEACH, CA 92658 -8915
FAX COVER SHEET
DATE: March 23. 2000
TO: All Planholders
•
SUBJECT: 32 "D Street / Newport Boulevard Street Rehabilitation
and
30th Street / Newport Boulevard Storm Drain Improvements
Contract No. 3245
ADDENDUM NO. 1
NUMBER OF PAGES INCLUDING COVER SHEET. 2
Page: 002 -002
\\ MIS_ 1\ SYS \Users\PBW\Shared \Contracts\FY 99- 00192nd St Rehab -30th St Storm Drain C- 3245\Fax Planholders Addendum.doc
G.re:
03!2 ? /00
Ti.:
02:00
PM
Ta:
17145401148
P.g.: 001 -002
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
F
32 "d Street/Newport Boulevard Street Rehabilitation
and
301h Street/Newport Boulevard Storm Drain Improvements
Contract No. 3245
ADDENDUM NO. 1
Bidders shall propose to complete Contract No. 3245 in accordance with previously- issued
Contract Documents, as modified by this Addendum:
1. Proposal
Bid Item No. 26: Revise Quantity and Unit to read "Lump Sum ".
2. Plans
Construction Note 27: Revise Quantity to read "Lump Sum" and provide slurry
additives as needed to grout the entire abandoned pipe system.
Construction Note 33: Relocate water mains under the new storm drains.
..................................................... ...............................
Please execute and date this Addendum No. 1 and attach it to your proposal. Failure to do
so may result in disqualification of your bid.
03.27 -00
Date
(Signature on File)
Lloyd Dalton
Project Manager
I have carefully examined this Addendum No. 1 and include full payment therefor in my
Proposal.
a 3 -27- 00
Date
i
/�
PUBLIC WORKS DEPARTMENT
INDEX
FOR
SPECIAL PROVISIONS
GRANT HOWALD ATHLETIC FIELD REHABILITATION PROJECT
SECTION 3
CONTRACT NO. 3252
2
3 -3
INTRODUCTION
2
3 -3.2
PART 1 - -- GENERAL PROVISIONS
2
SECTION 2
SCOPE AND CONTROL OF THE WORK
1
2 -5
PLANS AND SPECIFICATIONS
1
2 -5.3
Shop Drawings and Submittals
1
2 -5.3.3
Submittals
1
2 -6
WORK TO BE DONE
2
2 -9
SURVEYING
2
SECTION 3
CHANGES IN WORK
2
3 -3
EXTRA WORK
2
3 -3.2
Payment
2
3 -3.2.3
Markup
2
SECTION 4
CONTROL OF MATERIALS
3
4 -1
MATERIALS AND WORKMANSHIP
3
4 -1.3
Inspection Requirements
3
4 -1.3.4
Inspection and Testing
3
SECTION 6
PROSECUTION, PROGRESS AND ACCEPTANCE
3
OF THE WORK
6 -1
CONSTRUCTION SCHEDULE AND
COMMENCEMENT OF WORK
3
6 -7
TIME OF COMPLETION
3
6 -7.1
General
3
6 -7.2
Working Day
4
6 -7.4
Working Hours
4
7 -9 PROTECTION AND RESTORATION OF
EXISTING IMPROVEMENTS 5
7 -10
0
SECTION 7
RESPONSIBILITIES OF THE CONTRACTOR 4
7 -5
PERMITS 4
7 -8
PROJECT SITE MAINTENANCE 4
7 -8.1
Cleanup and Dust Control 4
7 -8.5
Temporary Light, Power and Water 5
7 -8.6
Water Pollution Control 5
7 -9 PROTECTION AND RESTORATION OF
EXISTING IMPROVEMENTS 5
7 -10
PUBLIC CONVENIENCE AND SAFETY
5
7 -10.1
Traffic and Access
5
7 -10.2
Storage of Equipment and Material in Public Streets
5
7 -10.3
Street Closures, Detours, Barricades
5
7 -10.4
Public Safety
5
7- 10.4.1
Safety Orders
5
7 -10.5
"No Parking" Signs
6
7 -10.6
Notice to and Residents
6
7 -15
CONTRACTOR'S RECORDS /AS BUILT DRAWINGS
6
SECTION 9
MEASUREMENT AND PAYMENT
7
9 -1
MEASUREMENT OF QUANTITIES FOR UNIT
PRICE WORK
7
9 -1.1
General
7
9 -3
PAYMENT
7
9 -3.1
General
7
9 -3.2
Partial and Final Payment
11
PART 2 - -- CONSTRUCTION MATERIALS
SECTION 200
ROCK MATERIALS
11
200 -1
200 -1.5
200 -1.5.6
SECTION 201
ROCK PRODUCTS 11
Sand 11
Play Sand 11
CONCRETE, MORTAR, AND RELATED MATERIALS 11
201 -1 PORTLAND CEMENT CONCRETE 11
201 -1.1 Requirements 11
201 -1.1.1 General 11
SECTION 203
203 -1
203 -1.1
SECTION 212
0
BITUMINOUS MATERIALS
PAVING ASPHALT
General
1]
11
11
11
LANDSCAPING AND IRRIGATION MATERIALS 12
212 -1
LANDSCAPE MATERIALS
12
212 -12
Soil Fertilizing and Conditioning Materials
12
212.1.2.1
General
12
212 -125
Mulch
12
212 -1 A
Plants
12
212 -1.4.1
General
12
212 -1.4.3
Shrubs
12
PART 3 - -- CONSTRUCTION METHODS
SECTION 300
EARTHWORK
13
300 -1
CLEARING AND GRUBBING
13
300 -13
Removal and Disposal of Materials
13
300 -1.3.1
General
13
300 -1.3.2
Requirements
13
SECTION 302
ROADWAY SURFACING
14
302 -5
ASPHALT CONCRETE PAVEMENT
13
302 -5.4
Tack Coat
13
SECTION 303
CONCRETE AND MASONRY CONSTRUCTION
14
303 -5
CONCRETE CURBS, WALKS, GUTTERS, CROSS
14
GUTTERS, ALLEY INTERSECTIONS, ACCESS
RAMPS AND DRIVEWAYS
14
303 -5.1
Requirements
14
303 -5.1.1
General
14
SECTION 308
LANDSCAPE AND IRRIGATION INSTALLATION
14
308 -2
EARTHWORK AND TOPSOIL PLACEMENT
14
308 -2.2
Trench Excavation and Backfill
14
308 -2.3
Topsoil Preparation and Conditioning
14
308 -2.3.2
Fertilizing and Conditioning Procedure
14
308-4
PLANTING
15
308 -4.1
General
15
308 -4.5
Tree and Shrub Planting
15
308 -47
Ground Cover
16
308 -4.8
Lawn Planting
16
308 -4.8.2
Seed
16
308 -4.10
Weed Abatement
16
0
P
308 -5
Irrigation System Installation
17
308 -5.2
Irrigation Pipeline Installation
17
308 -5.4
Sprinkler Head Installation and Adjustment
17
308 -5.4.1
General
17
308 -5.4.4
Sprinkler Head Adjustment
17
308 -5.6
Flushing and Testing
17
308 -5.6.1
General
17
308 -5.6.2
Pipeline Pressure Test
18
0
• SP 1 OF 18
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
GRANT HOWALD ATHLETIC FIELD REHABILITATION PROJECT
CONTRACT NO. 3252
INTRODUCTION
All work necessary for the completion of this contract shall be done in accord with (1)
these Special Provisions; (2) the Plans P- 5171 -S; (3) the City's Standard Special
Provisions and Standard Drawings for Public Works Construction, 1994 Edition,
including Supplements; (4) the Standard Specifications for Public Works Construction,
1997 Edition, including Supplements, (5) APWA Standard Plans, (Latest Edition), and
(6) the Work Area Traffic Control Handbook, 1996 Edition (W.A.T.C.H.). Copies of the
Standard Special Provisions and Standard Drawings may be purchased at the Public
Works Department for Ten Dollars ($10.00) each. Copies of the W.A.T.C.H. may be
purchased at the Public Works Department for Six Dollars ($6.00) each. Copies of the
Standard Specifications may be purchased from Building News, Inc., 1612 South
Clementine Street, Anaheim, California, 92802, telephone (714) 517 -0970.
Unless otherwise specified, 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 -5 PLANS AND SPECIFICATIONS
2 -5.3 Shop Drawings and Submittals
2 -5.3.3 Submittals Add to the end of the second paragraph, "Products and
materials that require submittals prior to their installations include soil amendment
chemicals, fertilizers, ground cover materials, shrubs, all irrigation components,
masonry block, chain link fencing, drainage system components, site furnishings, and
any other items as required by the Engineer.
Immediately after construction completion, the Contractor shall submit the following
documents to the Engineer for approval and record. Final payment to the Contractor
shall not be made until these documents have been received and accepted by the City:
•
1. As -built blueprints which include the as -built location of:
a. Routing of irrigation lines.
b. Sprinkler control valves.
c. Routing of irrigation control wiring.
d. Quick coupling valves.
e. Other related work as required by the Engineer.
• SP 2 OF 18
2. Two (2) 3 -rings Operation and Maintenance Manuals that include:
a. The Contractor's address and telephone number.
b. List of installed equipment and the names and addresses of their respective
manufacturers' local representatives.
c. Catalogs and parts sheets of every type of installed materials, parts, and
equipment.
d. Operation and maintenance instructions of all installed equipment.
e. Equipment spare parts lists and their respective manufacturer's information.
f. Equipment and parts guarantee statements."
2-6 WORK TO BE DONE. Add to this Section, "The work necessary for the
completion of this contract include: distribute construction notices to nearby residents;
removals; excavation; grading; construct retaining walls; install chain link fencing;
reconstruct A.C. paving; reconstruct P.C.C. driveway approach; construct P.C.C. pad
and curb and gutter; ballfield turf preparation; hydroseed ballfield; install shrubs, trees,
and ground cover; install irrigation system; install drainage system; install ballfield bases
and pitching rubber; and complete other items of work as required by the Plans and
these Specifications.
2 -9 SURVEYING
2.9.3 Surveying Services. Replace this Section with, "The Engineer will provide one-
time construction staking as required to construct the improvements. Any additional
staking or any restaking or costs thereof shall be the responsibility of the Contractor.
The Contractor shall notify the Engineer in writing two (2) 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.
3 -3.2.3 Markup. Replace this Section with,"
(a) Work by Contractor. The following percentages shall be added to the Contractor's
costs and shall constitute the markup for all overhead and profits:
1) Labor ............. ............................... 20
2) Materials ........ ............................... 15
3) Equipment Rental ........................... 15
4) Other Items and Expenditures ........... 15
•
SP 3 OF 18
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."
SECTION 4 - -- CONTROL OF MATERIALS
4 -1 MATERIALS AND WORKMANSHIP
4 -1.3 Inspection Requirements
4 -1.3.4 Inspection and Testing. Add this Section, "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 furnish the Engineer full information as to the progress of the work
in its various parts and shall give the Engineer timely (48 hours minimum) notice of the
Contractor's readiness for inspection.
The Engineer shall select an independent testing laboratory and pay for all first -time
testing as specified in the various sections of the Standard Special Provisions and
these Special Provisions. When in the opinion of the Engineer, additional tests and re-
tests are necessary due to failed tests or inspections, such tests and inspections shall
be paid for by the Contractor."
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 by the
Engineer. The Contractor shall submit a construction schedule to the Engineer for
approval a minimum of five (5) working days prior to the pre- construction meeting.
Such schedule may be bar chart or CPM style.
The Engineer will review the schedule and if the work falls behind the approved
schedule, the Contractor may be required to submit a remedial schedule, showing how
he will meet the time of completion requirement.
The Contractor shall schedule and conduct his work in a manner as to minimize the
length of time that the field will be closed to the public."
6 -7 TIME OF COMPLETION.
6 -7.1 General. Add to this Section, 'The Contractor shall complete all construction
work within forty (40) consecutive working days.
• SP 4 OF 18
It shall be the Contractor's responsibility to ensure the availability of all material prior to
the start of work. The ninety (90) calendar days plant establishment and maintenance
period shall commence immediately after all construction work has been completed.
By submitting a bid, the Contractor has reviewed and agreed to adhere to the following
approximate schedule:
• Bid opening: March 23, 2000.
• Contract award: April 11, 2000.
• Start construction work: April 24, 2000.
• Complete construction work: June 16, 2000.
• Start plant establishment and maintenance period: June 17, 2000.
• End plant establishment and maintenance period: September 22, 2000."
6 -7.2 Working Day. Revise "3)" of this Section to read, "any City holiday, defined
as January 151 (New Year), the third Monday in February (President's Day), the last
Monday in May (Memorial Day), July 4th (Independence Day), the first Monday in
September (Labor Day), November 11th (Veterans Day), the fourth Thursday in
November (Thanksgiving), the Friday after Thanksgiving, December 25th (Christmas),
December 24th (Christmas Eve), and December 31st (New Year's Eve). If a holiday falls
on a Sunday, the following Monday is a holiday"
6 -7.4 Working Hours. Modify this Section to read, "All construction work shall be
limited to 7:00 a.m. to 4:30 p.m. Monday through Thursday and from 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. Saturdays, he must first obtain
special permission from the Engineer. A request for working during any of these after -
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 at the rate of $50.00 per hour when such time periods are approved."
SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR
7 -5 PERMITS. Modify the second paragraph to read, "At the time of bid opening and
until the completion of Work, the Contractor shall possess a General Engineering
Contractor "A" License or a Landscape Contractor "C -27" License. Additionally, from
the start and until the completion of Work, the Contractor and each subcontractor shall
possess a valid City Business License issued by the City of Newport Beach
Administrative Services Department. No work may proceed without the required valid
City Business License."
7-8 PROJECT SITE MAINTENANCE.
7 -8.1 Cleanup and Dust Control. Add to this Section, "The work site shall be
cleaned, barricaded, and "taped off' at the end of each day until the work is complete
and ready for public use."
• • SP 5 OF 18
7 -8.5 Temporary Light, Power and Water. Add to this Section, "If the Contractor
elects to use City water for the work, he shall arrange for a construction water meter
and tender a $1,500 meter deposit for each meter with the City's Public Works Utilities
Division at 949 West 16`" Street and at (949) 644 -3011. Upon return of the meter to
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 through storm drains and catch basins."
7 -9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. Replace
the first sentence of the second paragraph with, "The Contractor shall repair, restore, or
reconstruct all existing improvements disturbed or damaged by the Work which are not
designated for removal. Such restoration work may include, but not limited to, plants
and planters, shrubs, trees, irrigation components, electrical components, fences,
concrete, asphalt concrete pavement, etc."
Add to this Section, 'The Contractor is advised to keep records of the existing work site
condition prior to the start of any construction work."
7 -10 PUBLIC CONVENIENCE AND SAFETY.
7 -10.1 Traffic and Access. Add to the third paragraph of this Section, "The
Contractor shall, at all times, maintain access through Iris Avenue 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 outside of
the park site."
7 -10.3 Street Closures, Detours, Barricades. Modify this Section to read, 'The
Contractor shall submit ballfield and parking lot closure plan(s) to the City at least five
(5) working days before the pre- construction meeting. Such plans, if submitted, shall
conform with the W.A.T.C.H. and shall include provisions for each phase of the work.
1. The Contractor shall anticipate trespassers and school children at the site.
2. Emergency vehicle and personnel access shall be maintained at all times.
3. The location and wording of all barricades, signs, delineators, lights, warning
devices, and any other details required shall assure that the park visitors will be
handled in a safe and efficient manner with minimum inconvenience to the public.
4. All warning sign installations shall be reflectorized and /or lighted.
7 -10.4 Public Safety
7- 10.4 -1 Safety Orders. Add to this Section, 'The Contractor shall be solely
and completely responsible for the condition of the job -site, including the safety of all
• SP 6 OF 18
persons and property during the performance of the work. The Contractor shall fully
comply with all City, State, Federal, and other laws and ordinances, rules, regulations,
and orders relating to the safety of the public and workers.
The right of the Engineer to conduct inspections, 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. Add this Section to read, "The Contractor shall
furnish, install, and maintain in place "NO PARKING -TOW AWAY" signs (even if the
streets already have posted "NO PARKING' signs) which he shall post at least seventy -
two (72) 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 the 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 Notices to Nearby Residents. Add this Section to read, "Seventy -two (72)
hours before the start of any construction, the Contractor shall distribute to all residents
within 500 feet of the project, a written Notice stating when construction operations will
start; what disruptions may occur; and approximately when the construction will be
completed. 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, inclement weather, strikes or other alterations of the schedule
will require Contractor re- notification using an explanatory letter furnished by the
Engineer."
7 -15 CONTRACTOR'S RECORDS /AS -BUILT DRAWINGS. Add this Section to read,
"A stamped set of approved plans and specifications shall be at the job site at all times.
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
kept up -to -date and so certified by the Engineer at the time each progress payment
request is submitted.
Upon project completion, the Contractor shall provide the Engineer with an as -built copy
of the Plans. The as -built plans shall be accepted by the Engineer prior to final
payment or the release of any bonds.
All contract records and documents shall be maintained in accord with generally
accepted accounting principles and practices and be retained for at least five (5) years
after the date of completion. The Contractor shall provide suitable facilities for access,
inspection, and copying of such material by the Engineer."
Ll
• SP 7 OF 18
SECTION 9 - -- MEASUREMENT AND PAYMENT
9 -1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK.
9 -1.1 General. Add to this Section, "In case of conflicting method of measurement
between the City's Standard Specifications and the Caltrans Standard, the City's
Standard Specifications shall take precedence."
9 -3 PAYMENT
9 -3.1 General. Revise paragraph two of this Section to read, "The unit and lump
sum prices bid for each item of work shown on the Proposal shall include the full
compensation for the labor, materials, tools, equipment, and for performing all of the
work required to complete the work in place as shown on the Plans 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:
Item No. 1 Mobilization: Work under this item shall include, but not limited to, all
preparation, and scheduling of materials and equipment, distribute notices to nearby
residents, and other items of work as necessary to complete the work under this
contract.
Item No. 2 Traffic Control: Work under this item shall include, but not limited to,
preparation of traffic control and closure plans, signage, barricades, arrowboards,
flagpersons, posting and prompt removal of "NO PARKING -TOW AWAY" signs, closure
of ballfield and parking lot, installation and maintenance temporary fencing within the
ballfield during the plant establishment and maintenance period, and all other work
necessary to comply with the W.A.T.C.H. and other items of work as may be required
by the Engineer.
Item No. 3 Ballfield Turf and Planting Area Preparation: Work under this item shall
include, but not limited to, the cost of all labor, materials, and equipment to remove and
dispose of all dead plants within the work limits, weed abatement, provide and install
soil amendments, and prepare the work site for planting, and perform other items of
work as required to complete the work as shown on the Plans.
Item No. 4 Grading: Work under this item shall include, but not limited to, the cost of all
labor, materials, and equipment to grade the work site as required. Such work shall
include excavation, import, export, disposal, retaining wall slope backfill and benching,
compaction, and perform other items of work as required to complete the work as
shown on the Plans.
Item No. 5 Furnish and Install 3" PVC Pipe: Work under this item shall include, but not
limited to, the cost of all labor, materials, and equipment to excavate the pipe trench,
furnish and install the pipe, make pipe connections, back fill, compaction, pipe flushing,
pressure testing, and perform other items of work as required to complete the work as
shown on the Plans.
• . SP8OF18
Item No. 6 Furnish and Install 4" PVC Perforated Pipe: Work under this item shall
include, but not limited to, the cost of all labor, materials, and equipment to excavate
the pipe trench, furnish and install the pipe, furnish and install filter fabric and crushed
aggregates, furnish and install pipe sleeves, connectors and drain vents, make pipe
connections, back fill compaction, pipe flushing, pressure testing, and perform other
items of work as required to complete the work as shown on the Plans.
Item No. 7 Furnish and Install No. 3 Catch Basin: Work under this item shall include,
but not limited to, the cost of all labor, materials, and equipment to trench, furnish and
install the catch basin, make and seal the pipe /catch basin connection, backfill, secure
the drain cover, and perform other items of work as required to complete the work as
shown on the Plans.
Item No. 8 Furnish and Install 24" X 24" Catch Basin: Work under this item shall
include, but not limited to, the cost of all labor, materials, and equipment to trench,
furnish and install the catch basin, make and seal the pipe /catch basin connection,
backfill, secure the drain cover, and perform other items of work as required to
complete the work as shown on the Plans.
Item No. 9 Furnish and Install 3" PVC Curb Drain: Work under this item shall include,
but not limited to, the cost of all labor, materials, and equipment to trench, sawcut and
remove the existing PCC curb, furnish and install the pipe, make pipe connections,
furnish and install curb drain pipe sleeves, backfill, compaction and perform other items
of work as required to complete the work as shown on the Plans.
Item No. 10 Furnish and Install 6" Perforated Drain Line: Work under this item shall
include, but not limited to, the cost of all labor, materials, and equipment to excavate
the pipe trench, furnish and install the pipe, furnish and install pipe connectors, make
pipe connections, backfill, compaction, pipe flushing, pressure testing, and perform
other items of work as required to complete the work as shown on the Plans.
Item No. 11 Construct 18" Wide PCC Mow Strip: Work under this item shall include,
but not limited to, the cost of all labor, materials, and equipment to excavate and
dispose of excess soil, soil compaction, and perform other items of work as required to
complete the work as shown on the Plans.
Item No. 12 Construct Reinforced PCC Edge Strip: Work under this item shall include,
but not limited to, the cost of all labor, materials, and equipment to excavate and
dispose of excess soil, soil compaction, place reinforcing bars, and perform other items
of work as required to complete the work as shown on the Plans.
Item No. 13 Construct PCC Curb and Gutter: Work under this item shall include, but
not limited to, the cost of all labor, materials, and equipment to excavate and dispose of
excess soil, soil compaction, and perform other items of work as required to complete
the work as shown on the Plans.
Item No. 14 Reconstruct A.C. Pavement: Work under this item shall include, but not
limited to, the cost of all labor, materials, and equipment to sawcut, remove and dispose
of the existing pavement, compact the existing subgrade and new aggregate base to a
minimum of 95% relative compaction, tack coat all joining surfaces, and perform other
items of work as required to complete the work as shown on the Plans.
•
• SP9OF18
Item No. 15 Reconstruct Aggregate Base: Work under this item shall include, but not
limited to, the cost of all labor, materials, and equipment to sawcut, remove and dispose
of the existing pavement, compact the existing subgrade to a minimum of 95% relative
compaction, and perform other items of work as required to complete the work as
shown on the Plans.
Item No. 16 Reconstruct PCC Drive Approach: Work under this item shall include, but
not limited to, the cost of all labor, materials, and equipment to sawcut, remove and
dispose of the existing drive approach, furnish and place aggregate base, compact the
existing subgrade and new aggregate base to a minimum of 95% relative compaction,
steel plate and protect the new improvements from vehicle traffic until the concrete has
cured to support vehicle loadings, and perform other items of work as required to
complete the work as shown on the Plans.
Item No. 17 Construct 4" Thick PCC Pad: Work under this item shall include, but not
limited to, the cost of all labor, materials, and equipment to excavate and dispose of
excess soil, soil compaction, install expansion joints, construct rounded edges, restore
adjacent soil to level with the top of the new PCC pad, and perform other items of work
as required to complete the work as shown on the Plans.
Item No. 18 Construct 64" High Retaining Wall With 48" High Chain Link Fence: Work
under this item shall include, but not limited to, the cost of all labor, materials, and
equipment to excavate and dispose of excess soil, construct foundation, soil
compaction, furnish and install reinforcing bars, grout masonry cells, make wall
connections, backfill behind new wall, install water proofing behind new wall, install
chain link fence, and complete other items of work as required to perform the work as
shown on the Plans.
Item No. 19 Construct 32" High Retaining Wall at Parking Lot Entrance: Work under
this item shall include, but not limited to, the cost of all labor, materials, and equipment
to excavate and dispose of excess soil, construct foundation, soil compaction, furnish
and install reinforcing bars, grout masonry cells, make wall connections, backfill behind
new wall, install water proofing behind new wall, and perform other items of work as
required to complete the work as shown on the Plans.
Item No. 20 Construct 24" High Retaining Wall: Work under this item shall include, but
not limited to, the cost of all labor, materials, and equipment to excavate and dispose of
excess soil, construct foundation, soil compaction, furnish and install reinforcing bars,
grout masonry cells, make wall connections, backfill behind new wall, install water
proofing behind new wall, and perform other items of work as required to complete the
work as shown on the Plans.
Item No. 21 Construct 16" High Retaining Wall at Parking Lot Entrance: Work under
this item shall include, but not limited to, the cost of all labor, materials, and equipment
to excavate and dispose of excess soil, construct foundation, soil compaction, furnish
and install reinforcing bars, grout masonry cells, make wall connections, backfill behind
new wall, install water proofing behind new wall, and perform other items of work as
required to complete the work as shown on the Plans.
•
• SP 10 OF 18
Item No. 22 Install 48" High Chain Link Fence: Work under this item shall include, but
not limited to, the cost of all labor, materials, and equipment to remove and dispose of
existing post and chain, construct fence foundation, soil compaction, and perform other
items of work as required to complete the work as shown on the Plans.
Item No. 23 Furnish and Install Ballfield Bases and Pitching Rubber: Work under this
item shall include, but not limited to, the cost of all labor, materials, and equipment to
install City furnished brick dust, furnish and install base, pitching rubber, and home
plate per Plan Details, and perform other items of work as required to complete the
work as shown on the Plans.
Item No. 24 Furnish and Install New Irrigation System: Work under this item shall
include, but not limited to, the cost of all labor, materials, and equipment to make water
connection, furnish and install backflow preventer and enclosure, furnish and install
irrigation controllers, lines, valves, sprinkler heads, and wirings, pressure test system,
adjust coverage as required, provide system operation manuals to the City, train City
personnel on system operations, and perform other items of work as required to
complete the work as shown on the Plans.
Item No. 25 Furnish and Install Hydroseed Turf: Work under this item shall include, but
not limited to, the cost of all labor, materials, and equipment to prepare the graded
ballfield for hydroseed, hydroseed ballfield, and perform other items of work as required
to complete the work as shown on the Plans.
Item No. 26 Furnish and Install 5- Gallon Shrub: Work under this item shall include, but
not limited to, the cost of all labor, materials, and equipment to make planting pits,
provide and place mulch, soil amendments, fertilizers, and planting tablets, provide
plant watering until the start of plant establishment and maintenance period, and
perform other items of work as required to complete the work as shown on the Plans.
Item No. 27 Furnish and Install 1- Gallon Shrub: Work under this item shall include, but
not limited to, the cost of all labor, materials, and equipment to make planting pits,
provide and place mulch, soil amendments, fertilizers, and planting tablets, provide
plant watering until the start of plant establishment and maintenance period, and
perform other items of work as required to complete the work as shown on the Plans.
Item No. 28 Furnish and Install 24" Box Tree: Work under this item shall include, but
not limited to, the cost of all labor, materials, and equipment to make planting pits,
provide and place mulch, soil amendments, fertilizers, and plant vitamins, provide plant
watering until the start of plant establishment and maintenance period, tree staking, and
perform other items of work as required to complete the work as shown on the Plans.
Item No. 29 Furnish and Install Annual Nursery Stock: Work under this item shall
include, but not limited to, the cost of all labor, materials, and equipment to make
planting pits, provide and place mulch, soil amendments, and fertilizers, provide plant
watering until the start of plant establishment and maintenance period, and perform
other items of work as required to complete the work as shown on the Plans.
i
SP 11 OF 18
Item No. 30 Furnish and Install Ground Cover: Work under this item shall include, but
not limited to, the cost of all labor, materials, and equipment to make planting pits,
provide and place mulch, soil amendments, and fertilizers, provide plant watering until
the start of plant establishment and maintenance period, and perform other items of
work as required to complete the work as shown on the Plans.
Item No. 31 90 -Day Plant Establishment and Maintenance Period: Work under this
item shall include, but not limited to, the cost of all labor, materials, and equipment to
provide weed abatement, maintain healthy turf and plant growth, turf mowing, replace
all unhealthy and /or dead plants and turf, and perform other items of work as required
to complete the work as shown on the Plans.
9 -3.2 Partial and Final Payment. Add to this Section, "Partial payments for
mobilization and traffic control shall be made in accordance with Section 10264 of the
California Public Contract Code."
PART 2
CONSTRUCTION MATERIALS
SECTION 200 -- -ROCK MATERIALS
200 -1 ROCK PRODUCTS
200 -1.5 Sand
200 -1.5.6 Play Sand Play sand shall be non - compact washed plaster sand as
supplied by D. Mario Building Supplies, 310/923 -9292. The Contractor shall supply a
sample to the Engineer for approval. Any existing sand, which is stockpiled for re -use,
shall be approved by the Engineer for re -use before reincorporating the material into
the project.
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."
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 III- C3 -AR- 4000."
• SP 12 OF 18
SECTION 212 - -- LANDSCAPING AND IRRIGATION MATERIALS
212 -1 LANDSCAPE MATERIALS
212 -1.2 Soil Fertilizing and Conditioning Materials
212 -1.2.1 General Add to this Section the following, "Fertilizing materials shall
be delivered to the work site in their original unopened containers bearing
manufacturer's guaranteed chemical analysis, name, trademark, and conformance to
State Laws. The Contractor shall retain all containers, bags, etc., on site until otherwise
directed by the Engineer.
212 -1.2.5 Mulch Replace this Section with the following, "Mulch shall be walk -
on -bark consisting of a fibrous, woody bark mixture of varied particle size. The
mixture's size distribution shall be as follows: 90% to 100% passing a 1 -inch sieve, 80%
to 100% passing a'h inch sieve, and 20% to 60% passing a' /< inch sieve."
212 -1.4 Plants
212 -1.4.1 General Add to this Section the following, "
1. The Contractor shall notify the Engineer at least five (5) working days in advance
of plant materials delivery. Each delivery shall be itemized for the Engineer's
record.
2. Plants shall be delivered with legible identification labels. Containers of like shrubs
and ground cover materials shall be bundled and labeled with the correct plant
names and sizes.
3. All plants shall be handled and stored in a manner that will adequately protect
them from drying out, windburn, or any other injuries.
4. Care shall be exercised in the handling of plant materials. All damaged materials
shall be replaced at the Contractor's sole expense and no additional compensation
shall be made by the City.
5. All plant materials that would not be planted within four (4) hours after their
removal from the containers /flats shall be protected and maintained in a healthy
and vigorous condition."
212 -1.4.3 Shrubs. Replace this Section with the following, "Plant materials
shall be verified as stated on the Plans. Container stock shall have been grown in
containers for at least one (1) year, but not more than two (2) years, and their roots
shall not have been confined nor root - bound.
The sizes of the plants provided by the Contractor shall be as specified on the Plans,
and are pre - pruning measurements with the branches in normal position.
Larger plants may be substituted for smaller plants upon approval from the Engineer.
Such plant size substitution shall be made at the Contractor's sole expense and no
additional compensation shall be made by the City."
PART 3
CONSTRUCTION METHODS
SECTION 300 - -- EARTHWORK
300 -1 CLEARING AND GRUBBING
300 -1.3 Removal and Disposal of Materials
• SP 13 OF 18
300 -1.3.1 General. Replace this Section with, 'Removed pavement and
unsalvageable material shall become the property of the Contractor and be disposed of
at the Contractor's expense in a manner and at a location acceptable to the agencies.
All removal and 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 site 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 with,
"Sawcutting of edges to be joined with existing A.C. pavement is required."
(b) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley
Intersections. Replace the first sentence of this Section with, "Saw cuts shall be neatly
made to a minimum of 2 inches and replace the words 1 '/2 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 asphalt concrete, a tack
coat of Grade SS -1h asphaltic emulsion at a rate not to exceed 1/10 of a gallon per
square yard shall be uniformly applied to the existing A.C. and P.C.C. surfaces and
edges against which asphalt concrete is to be placed."
•
• SP 14 OF 18
SECTION 303 - -- CONCRETE AND MASONRY CONSTRUCTION
303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY
INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS
303 -5.1 Requirements.
303 -5.1.1 General. Add the following to this section, "
1. The Contractor shall not begin any removal work within existing walks or driveways
unless the removed areas can be reconstructed and barricaded to protect the public
by the end of same day.
2. All P.C.C. pads and walks shall be at least 4 inches thick unless otherwise shown on
the Plans.
3. All curb and gutter shall be constructed on top of 10 inches of 95 percent relative
compacted subgrade or on top of 95 percent relative compacted 4 -inch thick
aggregate base.
4. All forms shall be removed and all damaged private improvements shall be repaired
in -kind to the satisfaction of the respective owner within 24 -hours following concrete
placement.
5. P.C.C. work subject to vehicle loads such as driveways and gutters shall not be
opened to traffic until the concrete has been sufficiently cured. The Contractor shall
detour traffic around such work until the work is ready for public use."
SECTION 308 - -- LANDSCAPE AND IRRIGATION INSTALLATION
308 -2 EARTHWORK AND TOPSOIL PLACEMENT
308 -2.2 Trench Excavation and Backfill Replace the last paragraph with, "
1. The Contractor shall not backfill the trench until all required tests have been
successfully performed and witnessed by the Engineer.
2. The Contractor shall initially backfill trenches only with granular materials. No
particles larger than '/2 inch diameter shall be used as part of this initial backfill.
3. Flooding of trenches will not be permitted.
4. The Contractor, at his sole expense, shall make all necessary repairs as needed to
correct all trench settlement damages including, but not be limited to, pipes, valves,
sprinkler heads, lawn, plantings, and other affected improvements."
308 -2.3 Topsoil Preparation and Conditioning
308 -2.3.2 Fertilizing and Conditioning Procedure. Add to this Section with, "
A. After the proper finished grades have been established, the soil shall be conditioned
and fertilized in the following manner:
L
• SP 15 OF 18
1. Planting areas with slopes of 2:1 or steeper shall not be soil prepared.
2. In all planting areas with gradients less than 2:1, or as indicated on the plans, a
layer of soil amendments shall be uniformly spread and cultivated by means of
mechanical tiller into the top 6 inches of soil so that the soil shall be loose,
friable, and free from rocks, sticks, and other object undesirable to planting.
3. The following soil amendments shall be added per 1,000 square feet to all
planting areas with gradients less than 2:1:
Organic amendment, 2 cubic yards
Ammonium Sulfate (21 -0 -0), 5 pounds
Single Superphosphate (0- 20 -0), 4 pounds
Agricultural Gypsum, 100 pounds
Potassium Sulfate (0- 0 -50), 3 pounds"
308-4 PLANTING
308 -4.1 General. Replace this Section with the following, "
1. The Contractor shall only plant when weather and soil conditions are optimum, and
approved by the Engineer.
2. The Contractor shall layout the planting areas with flagged grade stakes. The
grade stakes shall contain the plant name and the specified plant size. Each plant
species shall be flagged by its own different colored flags.
3. The plant locations and the outlines of planting areas shall be identified and
approved by the Engineer before any plant pits are dug.
4. The Contractor shall only distribute as many plants as can be planted and watered
that same day.
308 -4.5 Tree and Shrub Planting. Amend this Section with the following, "
1. The Contractor shall not use any imported materials without the Engineer's prior
approval.
2. All planting excavations shall be shaped with vertical sides. Circular and flat
bottoms shall be used for canned materials.
3. Cans shall be cut on two sides with approved can cutter only, and without injury to
the rootballs. Edge roots shall be cut with a sharp knife on three sides after the
plant has been removed from the can. Plastic containers do not require cutting.
4. Plants shall be centered in the pit or the trench. Face plants with fullest growth into
prevailing wind. Plant plumbs shall be set and held rigidly in position until the soil
mix has been tamped firmly around the ball or the roots.
5. The plant containers shall be removed before planting.
6. Raise all plants that have settled deeper than the surrounding grade. After the
settled plant has been re- positioned, add sufficient backfill to the pit to cover
• • SP 16 OF 18
approximately '/2 of the root ball. Then add water to the top of the rootball and
thoroughly saturate rootball and the surrounding soil.
7. After the water has been completely drained, three (3) planting tablets shall be
placed for each 1- gallon container plant.
8. Place the planting tablets 3 inches below the surface along the side of the root ball.
Backfill the remainder of the pit and firm tamp the soil mix. Construct a basin with
amended backfill around each plant after backfilling. The basin shall have
sufficient depth to hold at least 2 inches of water. Remove all basins within turf
areas at the end of the maintenance period.
9. The Contractor shall apply water to each tree and shrub immediately after planting.
Sufficient quantities of water shall be applied to the plants as required by seasonal
conditions to keep the planted areas moist below the root system.
10. The Contractor shall not compact the planting areas when delivering plants or other
materials to the work site.
11. The Contractor shall incorporate into the site grade all excess soil generated by
planting pits that will no be used for backfilling."
308 -4.7 Ground Cover. Amend this Section with the following, "
1. Grow ground cover in flats until transplanting. Soil in flats must contain sufficient
moisture so it will not break apart when lifting plants.
2. The ground cover shall not be allowed to dry out before or during planting. Their
roots shall not be exposed to the air except during planting. Wilted plants shall be
replaced and not planted.
3. Ground cover shall be planted in straight rows, evenly and triangularly spaced, and
at the intervals specified on the Plans.
4. Each rooted plant shall be planted with at least 2 cubic feet of flat soil, Each plant
shall be watered immediately after planting, and until the entire area within 5
square feet of the root has been soaked to the full depth of each pit.
5. The Contractor shall protect each and every plant from damage and trampling at all
times.
6. Top dress all ground cover and shrub areas with a minimum 1 -1/2 inch layer of
approved mulch.
308 -4.8 Lawn Planting
308 -4.8.2 Seed. Replace the first sentence of this paragraph with,
"Lawns shall be seeded per Method 'B'."
308 -4.10 Weed Abatement. Add to this Section the following, "
1. If live perennial weeds exist within the work site at the beginning of work, the
Contractor shall spray a City approved non - selective systemic contact herbicide in
a manner as recommended by the product's manufacturer. Such chemical shall be
E
0 SP 17 OF 18
applied by a licensed applicator. Sprayed plants shall remain intact for at least
fifteen (15) calendar days.
2. All weeds shall be removed by either mowing or grubbing off all plant parts at least
2 inches below the soil's surface, over the entire area to be planted.
3. Pre -plant weed control: After the completion of soil preparation and the
establishment of final grades prior to planting, the Contractor shall irrigate the
planting areas for 3 weeks or until all weed seeds have germinated or as directed
by the Engineer. Post emergent contact weed killer shall be applied when sufficient
weeds have germinated. The Contractor shall allow two (2) additional weeks for
the weed killer to dissipate before starting any planting operations. Residual foliage
and roots shall be removed. Repeat as necessary.
4. The Contractor shall maintain the site weed free until the end of plant maintenance
period.
308 -5 Irrigation System Installation
308 -5.2 Irrigation Pipeline Installation. Add to the end of the first paragraph
the following, "PVC to metal connections shall only be made with PVC male adapters
into metal female fittings. All PVC pipes and fittings shall be thoroughly cleaned of dirt,
dust, and moisture for installation and solvent welding."
Add after the first paragraph the following, "Plastic lines shall not have multiple
assemblies. Each assembly shall have its own outlet."
308 -5.4 Sprinkler Head Installation and Adjustment
308 -5.4.1 General. Add to the end of the first paragraph the following,
"The entire irrigation system shall be operating properly before the start of any planting
operations."
308 -5.4.4 Sprinkler Head Adjustment. Add to the end of the first
paragraph the following, "Adjust all sprinkler heads for optimum performance. Redirect
sprinkler heads to prevent overspray outside of the construction limits."
Replace the third paragraph of this Section with the following, "If it is determined by the
Engineer that adjustments in the irrigation equipment will make the system more
effective, the Contractor shall make the approved adjustments prior to planting. Such
needed adjustments may include changes in nozzle sizes, degrees of arc, etc."
308 -5.6 Flushing and Testing
308 -5.6.1 General. Add to the end of the first paragraph the following,
"The Contractor shall schedule with the Engineer at least 48 hours in advance of the
required tests. The pressure and coverage tests shall be performed prior to plantings."
•
• SP 18 OF 18
308 -5.6.2 Pipeline Pressure Test. Replace this Section with the following, "
1. All pressure lines shall be tested under a 150 PSI of hydrostatic pressure.
2. All lines shall be watertight.
3. All pressure main lines shall be tested prior to the installation of electric control
valves.
4. The pressure lines shall maintain pressure for at least four (4) consecutive hours. If
the pressure lines develop leaks, the Contractor shall replace the joints and retest
the system until the entire system has been proven watertight.
5. Pipes shall not be backfilled until they have been inspected, tested, and approved
by the Engineer."
•
TO: Mayor and Members of the City Council
FROM: Public Works Department
(32I�I��
C.- 3 d H
,r� -Js�
Apr 11,2000
CITY COUNCIL AGENDA__..,
ITEM NO. 5
Aid I i I
i
SUBJECT: 32ND STREET / NEWPORT BOULEVARD STREET
AND 30TH STREET / NEWPORT BOULEVARD
IMPROVEMENTS -CONTRACT NO. 3245
RECOMMENDATIONS:
1. Approve the plans and specifications.
APPROVED
REHABILITATION
STORM DRAIN
2. Award Contract No. 3245 to GCI Construction, Inc. for the Total Bid Price of
$524,288.00, and authorize the Mayor and the City Clerk to execute the contract.
3. Establish an amount of $50,000.00 to cover the cost of testing and unforeseen
work.
4. Authorize a transfer of $224,496.98 from Account No. 7012- C5100008 to
Account No. 7012- C5100467.
DISCUSSION:
At 11:00 A.M on March 28, 2000, the City Clerk opened and read the following bids for
this project:
BIDDER
Low GCI Construction, Inc.
2 Sully - Miller Contracting Company
3 PALP, Inc. dba Excel Paving Company
4 R. J. Noble Company
5 Los Angeles Engineering, Inc.
TOTAL BID AMOUNT
$524,288.00
$567,815.00
$596,495.00
$668,504.55
$680,308.00*
*Corrected total bid amount is $673,128.00
The low total bid amount is 8% below the Engineer's Estimate of $565,000. The low
bidder, GCI Construction, Inc., possesses a General Engineering Contractor "A" license
and has satisfactorily completed similar storm drain /street rehabilitation projects for the
City and for other agencies.
SUBJECT: 32ND STREETAORT BOULEVARD STREET REHABILITATION AND 30T" STREET /NEWPORT
BOULEVARD STORM DRAIN IMPROVEMENTS —AWARD OF CONTRACT NO. 3245
April 11, 2000
Page: 2
PROJECT DESCRIPTION:
This project provides for constructing a new storm drain system in 30th Street and
Newport Boulevard that drains into the harbor, as shown on the attached Exhibit "A ".
The new drain will replace a deteriorated and undersized system in Newport Boulevard
that drains into The Rivo Alto Channel. The drainage is being rerouted in an effort to
reduce the pollutants that are presently transported to channels surrounding Newport
Island. The new drain will feature dual stage low flow filters at each of the six new catch
basin inlets and at eight existing catch basins that will connect into the new system.
These filters will collect many of the low flow pollutants that trickle into the Bay
throughout the year.
In addition, the project provides for constructing new curb and gutter along a substantial
portion of Newport Boulevard to improve drainage; for rehabilitating and overlaying
deteriorated pavement in Newport Boulevard and 32nd Street; and for modifying a traffic
signal at 30th Street and Newport Boulevard.
The plans and specifications were prepared by DL &A Engineering and Public Works
staff. The contract stipulates that work shall not begin in Newport Boulevard or 32nd
Street until after Labor Day, and that all work shall be completed within 65 working days
thereafter. Liquidated damages are $500 per calendar day.
Funds to award the contract and provide for testing and unforeseen work are available
in the following appropriations:
Description
32nd Street Reconstruction, Balboa Blvd. To Newport Blvd.;
and Newport Blvd. Storm Drain, 301h St. to 32nd St.
Storm Drain Improvement Program
Respectfully submitted,
PUBLIC WORKS DEPARTMENT
Don Webb, Director
,%%'
. P. .
Design Engineer
Attachment: Exhibit "A ", Project Location Map
Exhibit "B ", Bid Summary
Budget Amendment
f: \users\pbw\ shared \council\fy99- 00\april -11 \30th st & newport c-3245.doc
Account No. Amount
7181- C5100467 $349,791.02
7012- C5100008 $224,496.98
TOTAL $574,288.00
F
2Z
U W
LU
i
CO Q
�a
00
3x
W �
Z Q
LL 3
}o}u
F� J
u O0
a
C
o �
rl J
W I W
E
Y O W
w s V
U f =
V ry V
O 4
s°
O N
°
m
m
w <oo
w O J
Q o p
p b O
ce w0
K J
p J
J
{0
O
Co
a
3
W
FZ
N
O
M
q1
Q
S
W
J
CI
0 O
3 W
Q
f
Z
O vw z
O z V, f
ww
wG
LL; z w
rJ m
F V° w w
E
0
w
m
a
a
f
f
0
m
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
$
8
0
0
�ri
8
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
6
o
c
Z
0
o
O
M
m
h
N
m
m
O
O
V
p
W
a
M
O�
O
O
-
O
o
0
N
0
N
0
O
P
P
O
m
m
'i
P
m
P
V1
V1
h
O
N
P
f�
M
�+
V
�
N
rV
p
M
N
W
1�
n
ti
W
1!1
�D
N
T
M
w
F
N
N
N
P
M
Q
f
O
O
O
�O
M
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
O
O
M
0
0
O
N
N
M
0
0
0
vt
O
of
O
Vf
O
O
O
O
O
O
O
O
O
O
O
O
S
O
O
O
O
N
N
M
m
M�
P
S
Opp
0
0
yMj
lP/1
O
�O/1
�D
N
m
O
Omi
N�
O
N
O�
O
P
O
ni
N
Ui
M
N
ti
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
O
0
0
0
0
0
0
Z
O
O
O
O
O
C
O
C
N
M
V
0
N
0
N
0
O
vt
P
m-I
0
f�
vl
O
m
w
O
C
N
1�
O
P
O
C
�O
vt
M
P
b
O
C
N
M
O
1�
0
N
C
O
O
M
n
�
N
�O
.y
�p
m
m
n
N
ti
+
N
O
m
O
O
h
m
m
P
ti
M
ni
-i
W
O
W
vi
r
P
V
ti
Q
V
V
8
0
0
0
0
0
0
0
0
0
8
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0$
0
0
O
O
O
O
N
M
O
O
O
O
N
O
V1
O
O
O
O
O
O
O
O
O
O
O
O
O
p
O
O
O
O
O
O
O
O
N
O
O
N
vt
N
O
P
O
vt
O
O
O
P
N
�D
O
p
O
O
O
O
O
Z
O
0
0 C
O
0
P
N
1!1
P
N
N
M
M
P
I�
m
M
O
N
O
0
O
�+
b
W
O
O
P
m
O
1�
O
P
O
P
O
P
m
O
CJ
N
w
O
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
m
Z
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
�
�D
o
O
0
O
0
O�
0
N
0
0
N
o
�D
N
ry
�0
vt
N
0
b
0
N
0
V1
0
of
0
W
0
P
0
O
N
0
P
0
O
0
O
0
P
b"i
0
N
0
O
0
O
0
O
0
IF
pp
0
0
r/1
0
O
n
IL
VI
Q
P
O
O
1R
O
P
GD
N
O
ti
P
b
.-i
Vf
ti
W
N
O
P
L7
m
w
w
c
c
�-+
O
O
N
N
0
0
0
C
0
W
O
0
0
0
:J
O
O
0
0
0
0
0
0
0
0
0
0
�D
O
vt
P
m
vt
N
O
.y
O
IA
O
In
O
V1
O
-Q+
ia+i
rQi
-a+
Z
J
U
VI
VI
Vl
VI
J
!A
W
lA
W
W
W
W
W
J
J
J
W
W
W
F-
r
yJ
yJ
yJ
O
O
N
O
Z
M
w
Y
Y
O
p
d
U
J
V
qUq
2CT
'
_Om�p
d
m
L
i
V
V
2
V
N
V
V
w
m
N
3
¢
N
ry
T
O
Q
O
a
N
ti
w
Z
a
C
L
U
IA
W
WL
o
E
°1
c
m
E
m
u
n
a
a
a
0
E
3
°
J
w
w$
3
v
m
3_p
0
°n
a
a>
U
p
m
3
J
o
C
v
G
V
16
3~
�y
Q�
30:
,V+
c
2
l7
v
Q
¢
5i
F
w
�'_
¢
gi
m
u
Q
U
v
9
.o.
in
c
m
m
m
o
cpp
c
o
u'�
u�
2
E
V(�
U
v�
VJ
V$
0
f
w
0
e
>>
c
-—
a
2
V
N
c
{
W
U
(
E:
W
uroi
o
_w.
IL
O
NV
C
L
10
f
f
VI
Q
6
d
0.
C
7
x
V
V
V
V
_
U
c
~
E
w
0
0
c
c
c
Yc
a
c
E w
u 8
V
U
ac
C
3
3
o
V
ao
z w
V
V
o
V
V
V
¢
V 0 o m
cc
w
m
a
a
f
f
0
m
F
S W
V2
ma
LU
a
On
3x
W W
Z O
LL 3
O V
J
V m
IL
IL
F
a
°o
N �
V w
Q H
� O �
� � Y
v A U
V f =
N U
U
Z w
0
s°
O
J
m
m
rf. a00
M m o J
Q O �
Ny
c O
O
ra
J
10
f
O
a
3
W
Z
3 w
H
a
f
W p
<
tj Ow z
Z�f
zGw
'V w
OU W 6
L
J
E
a
(D
v
v
s
0
v
m
a
Q
E
y
m
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
c
o
o
0
0
0
0
0
o
c
0
0
0
D
o
m
0
0
0
0
0
0
0
0
0
0
N
V1
m oc
W
1�
—
O
f
N
X
0
0
0
0
0
0
0
0
0
0
0
0
V1
6
0
0
0
0
0
0
0
0
0
0
0
O
O
n
0
0
0
0
0
0
0
S
0
m
z
Z
O
Vl
Iri
W
I,�
-Z
V
R
N
N
v
O
O
O
O
O
O
O
O
O
O
O
O
O
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
aC
0
N
0
o
�o
.n
w m
o
o
0
0
0
o
0
m
0
m
in
m
o
n
o
o
m
ry
u
in
u
U
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
o
O
O
O
0
O
0
O
0
0
d
o
0
0
0
0
d
0
0
0
3
in
m
vi
P
0
n
0
O
0
J
M
N
O
m
b
.i
1!1
.�i
ry
m
w
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
E
0
0
0
0
0
0
0
0
c
0
0
0
0
0
C
C 0
0
0
0
a
0
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
W
�n
O
in
.w
M
O
N
C
st
.ti
vi
vi
vi
N
v
c
c
o
0
0
0
0
0
0
0
0
0
0
o
w
w
o
0
0
0
0
0
0
0
0
0
0
o
w
0
0
0
0
0
0
0
0
0
0
0
0
O
0
O
0
O
in
O
a
O
�n
O
o
O
0
O
o
O
in
O
0
O
0
O
0
O
Vf
W
J
W
J
J
J
W
W
W
J
J
N
N
m
Z
N
u
a
v
u
w
�
�
�
�
c
o
w
v
�'
Cry
C
JC
W
C
C
N
U
d
C
N
2
v
C
m
8
,
z
y
N
u�
c
m
u
v
w
w
o
3
3
c
b
v
65
vLi
o
ry
c
VI
VI
IL
W
C
J
J
E
a
(D
v
v
s
0
v
m
a
Q
E
y
m
2
= W
V �
m Q
�a
LU
°ate
3x
W
20
LL 3
O V
J
V m
7
IL
f
¢
O
ti a
U W
O
Y O
Y
v m U
U f i
N U
V
Z F
O
s°
O
O
m
m
wao0
w f S J
N
Q
too
K �O
N J
J
C7
0
3
W_
0
M
tll
Q
x
09
J
31
K
3 <
E �
.. V
O
Z W Z
C N �
K
� W Z b
w
O _Z w
J a O
V W d
F
= z
V W
i
OWO Q
a
aLU LU
3Y
W �
Z C
'6 3
O V
J
U m
9L
a
iF M
M
N
01
N
d
N
m
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
O
O
O
O
O
O
O
O
O
O
O
O
O
S
Z
O
O
O
N
M
O
N
M
n
V
W
W
m
W
O
N
m
rO
N
V
N
O
W
O
N
O
t0
W
O
W
Oi
V°
!/1
W
N
O�
--
O
N
O
P
O
O
O
O
O
W
O
O
O
O
O
M
O
I,
W
N
1,
.a
b
O
P
�
�O
P
O
N
vt
W
¢
J
O
O
O
O
N
N
P
O
0
0
u1
vt
0
0
0
0
0
0
0
0
0
0
0
0
O
O
O
O
O
O
O
O
V
O
O
N
W
�D
N
ui
�O
V
0
vi
0
of
O
O
O
W
in
O
O
O
O
O
0
O
0
b
16
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
in
0
0
0
0
0
0
0
0
0
0
0
0
0
0
00
0
0
0
0
0
o
0
W
0
o
0
0
0
0
0
0
0
0
0
0
0
0
V
U
H
O
O
O
O
h
I�
vt
P
W
w
A
I�
O
N
m
w
W
W°
W
M
O
O
O
O
O
O
O
p
O
O
O
O
N
W
O
O
R
O
W
V1
0
O
0
O
P
W
N
P
h
P
m
h
m
W
N
W
10
W
O�
M
I�
O�
�O
W
M
C
P
O
O+
M
W
O
in
W
O-
W
I
V
W
h
V
0
Z
7
�O
Oi
C
m
W
^i
T
O�
M
N
.�
M
.-i
N
N
.�
N
OP
N
N
Oi
N
N
P'
W
^i
Q
vNi`
K
O
C
1
m
p
0
O
i
O
G
O
O
l(t
O
P
!/
N
N
N
W
N
W
N
�
c
Z
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
°0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
o00000000�0000000
O
O
O
O
N
w
O
O
S
000000
0
0
0000
00
d
0
0
0
o
m
m
m
N
M
n
W
N
m
O
.o
O
P
O
m�
O
O
O
O
P
P
V
o
0
�c
0
0
m
0
0
0
0
0
0
0
0
0
in
O
in
O
in
¢
N
-+
O
ti
r1
N
N
N"'
O
O�
W
01
N
Q
O
�D
n
Rl
Pl
W
O
O
o
O
0
O
0
O
0
N
0
N
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
S
0
O
0
O
O
O
O
v�
tll
16
!/1
O
N
.-i
O
N
M
1
m
J
J
V
VI
N
N
z
z
m
J
VI
Q
W
N
aa
QQ
ee((
QQ
W
QQ
W
J
J
J
<<
QQ
V1
11
QQ
aa
QQ
QQ
F
F
F
W
W
W
W
W
W
W
W
W
O
yy
M
b
P
U
W
J
C
L
u
m
LL
q
O
a
aL.
.L.
Q
d
a
z¢z
�^
N
c
v
C
c
°
U
t
3
3
U
A
a o
j
J>�N
O
w
Y
O�
ry
c
`O
U
N
3
m
h
h
h
O
d
Q
LL
6 v
V
Q
o
L
u
0
z
0
l7
n
d
L
c
3
c
>
y
v
o
fry
S
K
s
.q
m
3 m
df
E
w¢
O
.0
N
N
d'
Y
a
3
J
°�
`w
W
V
m
c
a
d
A
d>
U
3
¢
,y
'�
w3:
W
a
C
IO
`FEEEcE
L
a
w
J2
C
°c_'ac¢
y
U J
2
¢xx
Qxxd¢��?
6
dS.
os
ny
c
C
C
C
W
W
m
C
U¢¢
VI
O
Q
p
U
a
0
f+
w
Q
N
{ V�
(VJ
{ U�
( V�
w
L
O
`L
b
W
N
O
O
U
__
W
V
m
VI
V
v
Yn
tn'
6
v
�^
6
6
6
N
77
Yn
O
�'
0
V
Y^
V
^'
a
O
tE
O
m
v
X
a
O
a
O
u
p Cp
0
0
v
v
v
v
OO
f$~
v
v
v
v
O
L
V,
Cp
v
Op N
E
f
F
V
w
V
U
V
O
U
V
U
0
V
V
0
V
0
U
0
U
O
U¢
U
a
Q
W
C
O
V
O
U
O
V
O
V
O
U
U W-
¢
pOp
V
p
V
p
V -ml
C
M
N
01
N
d
N
m
F
Z
V W
f
LU
m Q
�a
UA
00
3Y
W y
Z 0
LL 3
}O V
F J
V m
IL
IL
O
V W
O �
y� O
Y O W
w m V
V f =
N U
V
Z
sO
O
VI
D
m
m
C
C
O
Q
0
[O
U
Ll
r.
A
a
}
Q
f
N
O
m
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
O
O
O
O
O
O
O
O
N
O
1
00
O
O
O
O
IO
O
O
O
in
�p
t �
Iq
m
W
�
C
W
0
0
0
0
0
0
0
0
0
0
0
0
Q
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
O
V1
O
O
O
vi
O
W
O
O
O
M
t0
I�
�O
IF
O
�
M
I-
n
ti
N
Ol
M
O
O
O
O
O
O
O
O
O
O
O
O
0
0
0
0
0
0
0
0
0
0
0
0
ui
o
�c
vi
o
o
vi
o
�d
vi
o
o�
m
O
ll1
O
n
V1
h
i
N
V1
V
w
�
�
O
z
n
O
o
0
0
0
0
0
0
0
0
0
0
�
o
0
0
0
0
q
0
0
0
0
0
0
vi
o
m
vi
o
o
vi
o
�
vi
o
0
m
M
O
N
O
h
V1
M-i
N
L
p
O
O
O
O
O
O
O
O
O
O
O
O
O
0
0
0
0
0
0
0
0
0
0
0
0
0000
0
0
6
0
00000;
O
O
N
O
O
O
O
O
O
O
O
O
Q
m
o
.+
ri
o
0
o
e
m
ni
vi
o
e
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
00
O
N
O
O
O
�O
ti
M
ut
O
N
Q
J
Q
Q
Q
VN1
U1
J
Q
Vf
Vf
V�
W
W
W
W
J
J
W
J
J
J
N
N
IM
IT
Z
w
uu
w
�
�
�
�o
c
x
m
u
c
s
8
c
o
u
r
u
p
c
F
c
c
ie
v°
f
m
c
B
1O
A
N
9
m
a
o
L
a
m
a
c
c
u
K
a
c
m
m
p
x
°
u
c
O
3
A
3
c
c
E
�
L
�n
c
o
aw
v
a
.N.
5
'y
b
,�v,
Fv
F-
c
S
U�
G
Vt
ii
0
cc
W
w,
A
IE
tE
o
ti
c
°
E
3
A
E
w
c
V
o
d
n01'
K
O
F
F$
K
m
V
M
M
M
M
M
M
M
M
M
Q
V
V
C
O
Q
0
[O
U
Ll
r.
A
a
}
Q
f
N
O
m
32ND STREETINEAORT BOULEVARD STFIET REHABILITATION
41
BOULEVARD STORM
ULJ I
-
MPROVEMENTS
ST
LIDO PENINSULA
1p
Oity of Newport Beach 0
BUDGET AMENDMENT
1999 -00
EFFECT ON
BUDGETARY FUND BALANCE:
Description
Increase Revenue Estimates
Number
7012
Increase Expenditure Appropriations
X
Number
Transfer Budget Appropriations
SOURCE:
Division
Number
7012
from existing budget appropriations
Account
Number
from additional estimated revenues
32nd Street Reconstruction
Division
from unappropriated fund balance
EXPLANATION:
NO. BA- 054
AMOUNT: $zza,63t.sz
Increase in Budgetary Fund Balance
AND Decrease in Budgetary Fund Balance
PX No effect on Budgetary Fund Balance
This budget amendment is requested to provide for the following:
To transfer $224.631.62 from the Strom Drain Improvement Program to 32nd Street Reconstruction.
ACCOUNTING ENTRY:
BUDGETARY FUND BALANCE
Fund Account
REVENUE ESTIMATES (3601)
Fund/Division Account
EXPENDITURE APPROPRIATIONS (3603)
Description
Description
Signed:
Signed:
Signed:
Approval:
Amount
Increase Decrease
$224,631.62
$224,631.62
Auto tk System Entry_
nistrative Services Director Date
City Manager Date
City Council Approval: City Clerk
Date
Description
Division
Number
7012
Drainage
Account
Number
C5100008
Storm Drain Improvement Program
Division
Number
7012
Drainage
Account
Number
C5100467
32nd Street Reconstruction
Division
Number
Account
Number
Division
Number
Account
Number
Signed:
Signed:
Signed:
Approval:
Amount
Increase Decrease
$224,631.62
$224,631.62
Auto tk System Entry_
nistrative Services Director Date
City Manager Date
City Council Approval: City Clerk
Date
(W of Newport Beach #
BUDGET AMENDMENT
1999 -00
EFFECT ON BUDGETARY FUND BALANCE:
Increase Revenue Estimates
Increase Expenditure Appropriations AND
X Transfer Budget Appropriations
SOURCE:
�5
NO. BA- 064
AMOUNT: S22a,631.62
Increase in Budgetary Fund Balance
Decrease in Budgetary Fund Balance
X No effect on Budgetary Fund Balance
CH
from existing budget appropriations
from additional estimated revenues
from unappropriated fund balance
EXPLANATION:
��p
IM I I
This budget amendment is requested to provide for the following:
To transfer $224.631.62 from the Strom Drain Improvement Program to 32nd Street Reconstruction.
Description
Division
Number
ACCOUNTING ENTRY:
BUDGETARY FUND BALANCE
Fund Account
REVENUE ESTIMATES (360 1)
Fund/Division Account
EXPENDITUREAPPROPRIATIONS (3603)
Description
Description
Signed:
Signed:
Signed:
Approval: Administrative Services Director
City
City Council Approval: City Clerk
Amount
Increase Decrease
$224,631.62
$224,631.62
Date
Date
11 /c, 7
Date
Description
Division
Number
7012
Drainage
Account
Number
C5100008
Storm Drain Improvement Program
Division
Number
7012
Drainage
Account
Number
C5100467
32nd Street Reconstruction
Division
Number
Account
Number
Division
Number
Account
Number
Signed:
Signed:
Signed:
Approval: Administrative Services Director
City
City Council Approval: City Clerk
Amount
Increase Decrease
$224,631.62
$224,631.62
Date
Date
11 /c, 7
Date
July 26, 1999
CITY COUNCIL AGENDA
APPROVED ITEM NO. 15
TO: Mayor and Members of the City Council
FROM: Public Works Department
SUBJECT: MITIGATED NEGATIVE DECLARATION FOR 32ND STREET /NEWPORT
BOULEVARD STREET REHABILITATION AND 30T" STREET/
NEWPORT BOULEVARD STORM DRAIN IMPROVEMENTS,
CONTRACT NO. 3245
RECOMMENDATION:
Adopt the Mitigated Negative Declaration for the 32nd Street/Newport Boulevard Street
Rehabilitation and 301h Street/Newport Boulevard Storm Drain Improvements Project
DISCUSSION:
The City's Capital Improvement Program includes the 32nd Street/Newport Boulevard
Street Rehabilitation and 30th Street/Newport Boulevard Storm Drain Improvements
. Project. The proposed project consists of the following:
• Replacement of an existing deteriorated storm drain with a new 36 inch storm
drain along Newport Boulevard between 30th Street and 3151 Street
• Installation of a new 36 inch storm drain along 30th Street between Newport
Boulevard and Newport Harbor
• Installation of a new storm drain outlet into Newport Harbor at the eastern
terminus of 30th Street
• Resurfacing of the streets after the storm drain replacement is complete
• Resurfacing of 32nd Street between Newport and Balboa Boulevards
A Draft Initial Study for the proposed project was prepared pursuant to the California
Environmental Quality Act. It was filed with the Governor's Office of Planning and
Research State Clearinghouse for State review. The review period started on June 24,
1999 and concluded on July 23, 1999. The Draft Initial Study was provided to various
agencies including the California Coastal Commission, Department of Fish and Game,
Department of Health Services, Department of Parks and Recreation, Regional Water
Quality Control Board, State Coastal Conservancy and State Lands Commission.
The Draft Initial Study has determined that if the proposed conditions and mitigation
measures are applied to the project's design and operation, the project will not have a
• significant effect on the environment. The suggested mitigation measures can be
incorporated into the plans and specifications for the project.
SUBJECT: Mitigated Negative ration for 32nd StreeUNewport Boulevard Street Recitation and 30d Street/Newport
July 26, 1999
Boulevard Storm Drprovements, Contract No. 3245
Page 2
Council adoption of the Mitigated Negative Declaration is a requirement prior to
submitting an application for the California Coastal Commission Permit.
Respectfully submitted,
PUBLIC WORKS DEPARTMENT
Don Webb, Director
By:�
Ed Wimmer
Senior Civil Engineer
Attachment: Draft Initial Study
0
f. \users\pbw\shared \coundl\fy99-00yuly- 26\32nd newport c- 3245.doc s
DRAFT
IRGATIVE DECL.ARATAN
To: From:
Office of Planning and Research City of Newport Beach
X❑ 1400 Tenth Street, Room 121 Public Works Department
Sacramento, CA 95814 3300 Newport Blvd
Newport Beach, CA 92663
(Orange County)
F-1 County Clerk, County of Orange
Public Services Division
P.O. Box 238 Date received for filing at OPR/County Clerk:
Santa Ana, CA 92702
Public review period: June 24, 1999 —July 26, 1999
Name of Project: 32nd Street/Newport Boulevard Street Rehabilitation and
30' Street/Newport Boulevard Storm Drain Improvements
Project Location: Newport Boulevard between 30th and 32nd Streets, 30th Street from
Newport Boulevard to Newport Harbor, and 32nd Street between
Newport Boulevard and Balboa Boulevard, Newport Beach
Project Description: Please see attached Environmental Checklist
Findine: 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 would not have a significant effect on the environment.
A copy of the Initial Study containing the analysis supporting this finding is attached. The Initial Study
may include mitigation measures that would eliminate or reduce potential environmental impacts. This document
will be considered by the decision - maker(s) prior to final action on the proposed project. If a public bearing will
be held to consider this project, a notice of the time and location is attached.
Additional plans, studies and/or exhibits relating to the proposed project may be available for public
review. If you would like to examine these materials, you are invited to contact the undersigned.
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. If a public hearing will be held, you are also invited to attend and 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- 33111�1)-'.aa I f
�G,!-�L.i Q'Gr/� Date 6 I ZI 79
Edward 4mmer, P.E.
0 0
ENVIRONMENTAL CHECKLIST
1. PROJECT TITLE:
32nd Street/Newport Blvd. Street Rehabilitation and
30th Street/Newport Blvd. Storm Drain Replacement
2. LEAD AGENCY NAME AND ADDRESS:
City of Newport Beach
3300 Newport Blvd.
Newport Beach, CA 92663
3. CONTACT PERSON AND PHONE NUMBER:
Ed Wimmer, P.E.
Senior Civil Engineer
City of Newport Beach Public Works Department
949 - 644 -3311
4. PROJECT LOCATION:
Newport Boulevard between 32nd and 300' Streets, 32nd Street between Newport
Boulevard and Balboa Boulevard, and 30"' Street from Newport Boulevard to Newport
Harbor. (See Exhibit 1, Vicinity Map)
5. PROJECT SPONSOR'S NAME AND ADDRESS:
City of Newport Beach
3300 Newport Blvd.
Newport Beach, CA 92663
6. GENERAL PLAN DESIGNATION: Mixed Commercial
7. ZONING: SP -6 (Cannery Village/McFadden Square Specific Plan)
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 proposed project consists of the following components:
• Replacement of an existing deteriorated storm drain with anew 36" storm drain
along Newport Boulevard between 300' Street and 31" Street
City of Newport Beach Initial Study/Draft Negative Declaration
32 "d Street/Newport Blvd. Street Rehabilitation and
30" Street/Newport Blvd. Storm Drain Improvements Page 1
0
0
I!
I•
Q BAKER ST.
U N ADAMS AVE. m ARAN
m COAST
z CITY OF COLLEGE ORANGE 00. srg CITY
COSTA FAIRGROUND 0
z = MESA s g1 �PTST > OF
IRVINE
z
LL VICTORIA ST. P �v
UNIVERSI
NEWPORT pe
U 19TH < ST. �P ST BAY � U.C.I.
.19 CITY
F P� OF 87SON AVE \
Q r'W �P s' NEWP err,
y�e 4 BEAC
Sri R0.
FORD
\ Q4Q' sT P SAN RD.
Ilk
5 i
NPT.
CENTE SAN SY D k�
DRESER.
RD.
a �
PROJECT
LOCATION oh 1
VICINITY MAP
NOT TO SCALE �� n
Y
32ND ST./NEWPORT BLVD. STREET REHABILITATION AND
30TH ST. /NEWPORT BLVD. STORM DRAIN IMPROVEMENTS
0
• Installation of a new 36" storm drain along 30'h Street between Newport Boulevard
and Newport Harbor 0
• Installation of a new storm drain outlet into Newport Harbor at the eastern terminus
of 30th Street
• Resurfacing of the streets after the storm drain replacement is complete
• Resurfacing of 32nd Street between Newport and Balboa Boulevards
Exhibit 2, Site Plan illustrates the locations of these project components.
It is anticipated that project construction will occur over a period of approximately two
months, between late September and November 1999.
9. SURROUNDING LAND USES AND SETTING (Briejly describe the project's
surroundings):
The project area and its immediate vicinity are characterized by mixed commercial, light
industrial and scattered residential uses in the area generally known as Cannery Village
(see Exhibit 3, Site Photos).
10. OTHER PUBLIC AGENCIES WHOSE APPROVAL IS REQUIRED (e.g., permits,
financing approval, or participation agreement):
The actions and approvals required to implement the project, which are part of this
analysis, include the following:
• Approval of plans and specifications by the Newport Beach City Council
• Approval of a discharge permit from the Regional Water Quality Control Board
• Approval of a Coastal Development Permit by the California Coastal Commission
Other agencies having review or permit authority over the project may be identified
during the environmental review process.
City of Newport Beach . Initial Study/Draft Negative Declaration
32nd Street/Newport Blvd. Street Rehabilitation and
30" Street/Newport Blvd. Storm Drain Improvements page 3
32ND SIRIEWPORT BLVD. STREET REBILI19ION AND
30TH SUNEWPORT BLVD. STORM DRAIN IMPROVEMENTS
LOCATION MAP
NOT TO SCME
•
Insert Exhibit 3 — Site Photos
City of Newport Beach
32nd Street/Newport Blvd. Street Rehabilitation and
30" Street/Newport Blvd, Storm Drain Improvements
Initial Study/Draft Negative Declaration
Page 5
u
I
c:
-
a_
•
,u
-o7 -
st
�:
�.
t .'� �� R�
?gyp` �4
� '.:1.L..:. - �
__ � �� � !
d. i T.. �N
f �
��. �� �:
t � � �`
t ;,
Y �� ,`,� ,
1 -,•
.,
,r
�Y '
0 0
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.
DETERMINATION: (To be completed by the Lead Agency)
On the basis of this initial evaluation:
F] I find that the proposed project COULD NOT have a significant effect on the
environment, and a NEGATIVE DECLARATION will be prepared.
IRI I find that although the proposed project could have a significant effect on the
environment, there will not be a significant effect in this case because revisions in the project
have been made by or agreed to by the project proponent. A MITIGATED NEGATIVE
DECLARATION will be prepared.
❑ I find that the proposed project MAY have a significant effect on the environment, and an
ENVIRONMENTAL IMPACT REPORT is required.
I find that the proposed project MAY have a "potentially significant impact' or
"potentially significant unless mitigated" impact on the environment, but at least one effect 1) has
been adequately analyzed in an earlier document pursuant to applicable legal standards, and 2)
has been addressed 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 ation measu s t t are imposed upon the proposed project, nothing further is
requi /
Signature Date
Don Webb, P.E.
Director of Public Works
City of Newport Beach Initial Study/Draft Negative Declaration
32 "d Street/Newport Blvd. Street Rehabilitation and
3& Street/Newport Blvd. Storm Drain Improvements Page 6
L J
•
0
Aesthetics
Agricultural Resources
Air Quality
Biological Resources
Cultural
Geology / Soils
Hazards & Hazardous Materials
H dm1Water ualit
sand Use / Plannin
Mineral Resources
JNoise
Po ulation / Housin
Public Services
Recreat
Trans rlation / Traffic
Utilities /Services stems
MandatFindin sof Significance
DETERMINATION: (To be completed by the Lead Agency)
On the basis of this initial evaluation:
F] I find that the proposed project COULD NOT have a significant effect on the
environment, and a NEGATIVE DECLARATION will be prepared.
IRI I find that although the proposed project could have a significant effect on the
environment, there will not be a significant effect in this case because revisions in the project
have been made by or agreed to by the project proponent. A MITIGATED NEGATIVE
DECLARATION will be prepared.
❑ I find that the proposed project MAY have a significant effect on the environment, and an
ENVIRONMENTAL IMPACT REPORT is required.
I find that the proposed project MAY have a "potentially significant impact' or
"potentially significant unless mitigated" impact on the environment, but at least one effect 1) has
been adequately analyzed in an earlier document pursuant to applicable legal standards, and 2)
has been addressed 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 ation measu s t t are imposed upon the proposed project, nothing further is
requi /
Signature Date
Don Webb, P.E.
Director of Public Works
City of Newport Beach Initial Study/Draft Negative Declaration
32 "d Street/Newport Blvd. Street Rehabilitation and
3& Street/Newport Blvd. Storm Drain Improvements Page 6
L J
•
0
• •
EVALUATION OF ENVIRONMENTAL IMPACTS
. A brief explanation is required for all answers except "No Impact" answers that are adequately
supported by the information sources a lead agency cites in the parentheses following each
question. A "No Impact" answer is adequately supported if the referenced information sources
show that the impact simply does not apply to projects like the one involved (e.g., the project falls
outside a fault rupture zone). A "No Impact" answer should be explained where it is based on
project - specific factors, as well as general standards (e.g., the project would not expose sensitive
receptors to pollutants, based on a project - specific screening analysis).
All answers must take account of the whole action involved, including off -site as well as on -site,
cumulative as well as project - level, indirect as well as direct, and construction as well as
operational impacts.
Once the lead agency has determined that a particular physical impact may occur, then the
checklist answers must indicate whether the impact is potentially significant, less than significant
with mitigation, or less than significant. "Potentially Significant Impact" is appropriate if there is
substantial evidence that an effect may be significant. If there are one or more "Potentially
Significant Impact" entries when the determination is made, and EIR is required.
"Negative Declaration: Less Than Significant With Mitigation Incorporated" applies where the
incorporation of mitigation measures has reduced an effect from "Potentially Significant Impact"
to a "Less Than Significant Impact ". The lead agency must describe the mitigation measures, and
briefly explain how they reduce the effect to a less than significant level (mitigation measures
from Section XVII, "Earlier Analyses ", may be cross - referenced).
. Earlier analyses may be used where, pursuant to the tiering, program EIR, or other CEQA
process, an effect has been adequately analyzed in an earlier EIR or negative declaration. Section
15063(c)(3)(D). Earlier analyses are discussed in Section XVII at the end of the checklist. In this
case, a brief discussion should identify the following:
a) Earlier Analysis Used. Identify 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
Measures 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.
Lead agencies are encouraged to incorporate into the checklist references to information sources
for potential impacts (e.g., general plans, zoning ordinances). Reference to a previously prepared
or outside document should, where appropriate, include a reference to the page or pages where
the statement is substantiated. A source list should be attached, and other sources used or
individuals contacted should be cited in the discussion.
City of Newport Beach Initial Study/Draft Negative Declaration
32 "" Street/Newport Blvd. Street Rehabilitation and
306 Street/Newport Blvd. Storm Drain Improvements Page 7
•
0
Supporting Information Sources: A source list should be attached, and other sources used or
individuals contacted should be cited in the discussion.
This is only a suggested form, and lead agencies are free to use different formats; however, lead
agencies should normally address the questions from this checklist that are relevant to a project's
environmental effects in whatever format is selected.
The explanation of each issue should identify:
a) The significance criteria or threshold, if any used to evaluate each question; and
b) The mitigation measure identified, if any, to reduce the impact to less than significant.
City of Newport Beach
32nd Street/Newport Blvd. Street Rehabilitation and
30t' Street/Newport Blvd. Storm Drain Improvements
Initial Study/Draft Negative Declaration
Page 8
0
0
0
0
0
11
City of Newport Beach
32nd Street/Newport Blvd. Street Rehabilitation and
30" Street/Newport Blvd. Storm Drain Improvements
Initial Study/Draft Negative Declaration
Page 9
Less Than
Potentially
significant
Less Than
No
Issues
Significant
With
Significant
Impact
Impact
Mitigation
Impact
Incorporated
L AESTHETICS. Would the proposah
a) Have a substantial adverse effect on a
X
scenic vista?
b) Substantially damage scenic resources,
including, but not limited to, trees, rock
X
outcroppings, and historic buildings within a state
scenic highway?
C) Substantially degrade the existing visual
character or quality of the site and its
X
surroundings?
d) Create a new source of substantial light or
glare, which would adversely affect day or
X
nighttime views in the area?
II. 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 prepared
X
pursuant to the Farmland Mapping and
Monitoring Program of the California Resources
Agency, to non -a ricultural use?
b) Conflict with existing zoning for
X
agricultural use or a Williamson Act contract?
C) Involve other changes in the existing
environment which, due to their location or
nature, could result in conversion of Farmland, to
X
non - agricultural use?
III. AIR QUALITY. Where available, the significance criteria established by the,
applicable air quality management or air pollution control district may be relied
upon to make the following determinations. Would the project:
a) Conflict with or obstruct implementation
X
of the applicable air quality plan?
b) Violate any air quality standard or
contribute substantially to an existing or projected
X
air quality violation?
City of Newport Beach
32nd Street/Newport Blvd. Street Rehabilitation and
30" Street/Newport Blvd. Storm Drain Improvements
Initial Study/Draft Negative Declaration
Page 9
• •
City of Newport Beach
32"d Street/Newport Blvd. Street Rehabilitation and
30" Street/Newport Blvd. Storm Drain Improvements
Initial Study/Draft Negative Declaration
Page 10
0
9
Less Than
Potentially
Significant
Less Than
No
Issues
Significant
With
Significant
Impact
Impact
Mitigation
Impact
Incorporated
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
X
standard (including releasing emissions, which
exceed quantitative thresholds for ozone
precursors)?
d) Expose sensitive receptors to substantial
X
pollutant concentrations?
C) Create objectionable odors affecting a
substantial number of people?
X
IV. BIOLOGICAL RESOURCES. Would the proj ect:
a) Have a substantial adverse effect, either
directly or through habitat modifications, on any
species identified as a candidate, sensitive, or
special status species in local or regional plans,
X
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,
X
policies, regulations, or by the California
Department of Fish and 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, but not
X
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 resident or
X
migratory wildlife corridors, or impede the use of
native wildlife nursery sites?
e) Conflict with any local policies or
ordinances protecting biological resources, such
X
as a tree preservation policy or ordinance?
f) Conflict with the provisions of an adopted
Habitat Conservation Plan, Natural Community
Conservation Plan, or other approved local,
regional or state habitat conservation plan?
X
City of Newport Beach
32"d Street/Newport Blvd. Street Rehabilitation and
30" Street/Newport Blvd. Storm Drain Improvements
Initial Study/Draft Negative Declaration
Page 10
0
9
E
0
•
0
City of Newport Beach
32nd StreetlNewport Blvd. Street Rehabilitation and
30'" StreetfNewport Blvd. Storm Drain Improvements
Initial Study/Draft Negative Declaration
Page I I
Less Than
Potentially
Significant
Less Than
No
Issues
Significant
With
significant
Impact
Impact
Mitigation
Impact
Incorporated
V. CULTURAL RESOURCES. Would the project:
a) Cause a substantial adverse change in the
significance of a historical resource as defined in
X
15064.5?
b) Cause a substantial adverse change in the
significance of an archaeological resource
X
pursuant to § 15064.5?
C) Directly or indirectly destroy a unique
paleontological resource or site or unique geologic
X
feature?
d) Disturb any human remains, including
those interred outside of formal cemeteries?
X
VI. GEOLOGY AND SOILS. Would the project:
a) Expose people or structures to potential
substantial adverse effects, including the risk of
loss, injury, or death involving:
i) Rupture of a known earthquake fault, as
delineated on the most recent Alquist -Priolo
Earthquake Fault Zoning map, issued by the State
Geologist for the area or based on other
X
substantial evidence of a known fault? Refer to
Division of Mines and Geology Special
Publication 42.
ii) Strong seismic ground shaking?
X
iii) Seismic- related ground failure, including
X
liquefaction?
iv Landslides?
X
b) Result in substantial soil erosion or the
X
loss of topsoil?
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 result in on-
X
or off -site landslide, lateral spreading, subsidence,
liquefaction or collapse?
d) Be located on expansive soil, as defined
in Table 18- 1 -B of the Uniform Building Code
X
(1994), creating substantial risks to life or
roe ?
e) Have soils incapable of adequately
supporting the use of septic tanks or alternative
wastewater disposal systems where sewers are not
available for the disposal of wastewater?
X
City of Newport Beach
32nd StreetlNewport Blvd. Street Rehabilitation and
30'" StreetfNewport Blvd. Storm Drain Improvements
Initial Study/Draft Negative Declaration
Page I I
0
0
City of Newport Beach
32nd Street/Newport Blvd. Street Rehabilitation and
3& Street/Newport Blvd. Storrs Drain Improvements
Initial Study/Draft Negative Declaration
Page 12
•
0
0
Less Than
Potentially
Significant
Less Than
No
Issues
Significant
With
Significant
Impact
Impact
Mitigation
Impact
Incorporated
VII. HAZARDS AND HAZARDOUS MATERIALS. Would the project:
a) Create a significant hazard to the public
or the environment through the routine transport,
X
use or disposal of hazardous 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 environment?
C) Emit hazardous emissions or handle
hazardous or acutely hazardous materials,
X
substances, or waste within one - quarter mile of an
existing 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 65962.5
X
and, as a result, would it create a significant
hazard to the public or the environment?
C) For a project located within an airport
land use plan or, where such a plan has not been
adopted, within two miles or a public airport or
X
public use airport, would the project result in a
safety hazard for people residing or working in the
project area?
n For a project within the vicinity of a
private airstrip, would the project result in a safety
X
hazard for people residing or working in the
roiect area?
g) Impair implementation of or physically
interfere with an adopted emergency response
X
tan or emergency evacuation plan?
h) Expose people or structures to a
significant risk of loss, injury or death involving
wildland fires, including where wildlands are
X
adjacent to urbanized areas or where residences
are intermixed with wildlands?
VIII. HYDROLOGY AND WATER 0 UALITY. Would the P ro'ect:
a) Violate any water quality standards or
X
waste discharge requirements?
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 table level (e.g., the production
X
rate of pre - existing nearby wells would drop to a
level which would not support existing land uses
or planned uses for which permits have been
granted)?
City of Newport Beach
32nd Street/Newport Blvd. Street Rehabilitation and
3& Street/Newport Blvd. Storrs Drain Improvements
Initial Study/Draft Negative Declaration
Page 12
•
0
0
i
L_ J
0
0
City of Newport Beach
32nd Street/Newport Blvd. Street Rehabilitation and
30ih Street/Newport Blvd. Storm Drain improvements
Initial Study/Draft Negative Declaration
Page 13
Less Than
Potentially
Significant
Less Than
No
Issues
Significant
With
Significant
impact
Impact
Mitigation
Impact
Incorporated
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
X
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
X
substantially increase the rate or amount of
surface runoff in a manner, which would result in
flooding on- or off -site?
e) Create or contribute runoff water which
would exceed the capacity of existing or planned
X
stormwater drainage systems or provide
substantial additional sources of polluted runoff?
0 Otherwise substantially degrade water
X
quality?
g) Place housing within a 100 -year flood
hazard area as mapped on a federal Flood hazard
X
Boundary of Flood Insurance Rate Map or other
flood hazard delineation map?
h) Place within 100 -year flood hazard area
structures, which would impede or redirect flood
X
flows?
i) Expose people or structures to a
significant risk of loss, injury or death involving
X
flooding, including flooding as a result of the
failure of a levee or dam?
j) Inundation by seiche, tsunami, or
mudflow?
X
IX. LAND USE AND PLANNING. Would the rect:
o
a) Physically divide an established
X
m
comuni ?
b) Conflict with any applicable land use
plan, policy, or regulation of an agency with
jurisdiction over the project (including, but not
limited to the general plan, specific plan, local
X
coastal program, or zoning ordinance) adopted for
the purpose of avoiding or mitigating an
environmental effect?
"
C) Conflict with any applicable habitat
conservation plan or natural community
X
conservation plan?
X. MINERAL RESOURCES. Would the project:
a) Result in the loss of availability of a
known mineral resource that would be a value to
X
the region and the residents of the state?
City of Newport Beach
32nd Street/Newport Blvd. Street Rehabilitation and
30ih Street/Newport Blvd. Storm Drain improvements
Initial Study/Draft Negative Declaration
Page 13
•
0
City of Newport Beach
32nd Street/Newport Blvd. Street Rehabilitation and
30' Street/Newport Blvd. Storm Drain Improvements
Initial Study/Draft Negative Declaration
Page 14
0
0
Less Than
Potentially
Significant
Less Than
No
Issues
Significant
with
Significant
Impact
Impact
Miligation
Impact
Incorporated
b) Result in the loss of availability of a
locally important mineral resource recovery site
delineated on a local general plan, specific plan or
X
other land use plan?
XI. NOISE. Would the project result in:
a) Exposure of persons to or generation of
noise levels in excess of standards established in
X
the local general plan or noise ordinance, or
applicable standards of other agencies?
b) Exposure of persons to or generation of
excessive groundbome vibration or groundbome
X
noise levels?
C) A substantial permanent increase in
ambient noise levels in the project vicinity above
X
levels existing without the project?
d) A substantial temporary or periodic
increase in ambient noise levels in the project
X
vicinity above levels existing without the ro'ect?
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
X
public use airport, would the project expose
people residing or working in the project area to
excessive noise levels?
t) For a project within the vicinity of a
private airstrip, would the project expose people
residing or working in the project area to
X
excessive noise levels?
MI. POPULATION AND HOUSING. Would the rooect:
a) Induce substantial population growth in
an area, either directly (for example, by proposing
new homes and businesses) or indirectly (for
X
example, through extension of roads or other
infrastructure)?
b) Displace substantial numbers of existing
housing, necessitating the construction of
X
replacement housing elsewhere?
C) Displace substantial numbers of people,
necessitating the construction of replacement
X
housing elsewhere?
City of Newport Beach
32nd Street/Newport Blvd. Street Rehabilitation and
30' Street/Newport Blvd. Storm Drain Improvements
Initial Study/Draft Negative Declaration
Page 14
0
0
0
L _J
0
•
City of Newport Beach
32nd Street/Newport Blvd. Street Rehabilitation and
30'h Street/Newport Blvd. Storm Drain Improvements
Initial Study/Draft Negative Declaration
Page 15
Less Than
Potentially
Significant
Less Than
No
Issues
Significant
With
Significant
Impact
Impact
Mitigation
Impact
Incorporated
XIII. PUBLIC SERVICES. 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:
a) Fire protection?
X
b) Police protection?
X
C) Schools?
X
d) Parks?
X
C) Other public facilities?
X
XIV. RECREATION.
a) Would the project increase the use of
existing neighborhood and regional parks or other
recreational facilities, such that substantial
X
physical deterioration of the facility would occur
or be accelerated?
b) Does the project include recreational
facilities or require the construction or expansion
of recreational facilities, which might have an
X
adverse physical effect on the environment?
XV. TRANSPORTATION/TRAFFIC. 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 in a
X
substantial increase in either the number of
vehicle trips, the volume to capacity ratio on
roads or congestion at intersections)?
b) Exceed, either individually or
cumulatively, a level of service standard
X
established by the county congestion management
aeencv for desi nated roads or highways?
C) Result in a change in air traffic patterns,
including either an increase in traffic levels or a
X
change in location that results in substantial safety
risks?
d) Substantially increase hazards due to a
design feature (e.g., sharp curves or dangerous
X
intersections) or incompatible uses (e.g., farm
equipment)?
C) Result in inadequate emergency access'?
X
0 Result in inadequate parking capacity?
X
City of Newport Beach
32nd Street/Newport Blvd. Street Rehabilitation and
30'h Street/Newport Blvd. Storm Drain Improvements
Initial Study/Draft Negative Declaration
Page 15
• •
City of Newport Beach
32n' Street/Newport Blvd. Street Rehabilitation and
301b Street/Newport Blvd. Storm Drain Improvements
Initial Study/Draft Negative Declaration
Page 16
0
0
Less Than
Potentially
Significant
Less Than
No
Issues
Significant
With
significant
Impact
Impact
Mitigation
Impact
Incorporated
g) Conflict with adopted policies, plans, or
programs supporting alternative transportation
X
(e.g., bus turnouts, bicycle racks)?
XVI. UTILITIES AND SERVICE SYSTEMS. Would the proi eet:
a) Exceed wastewater treatment
requirements of the applicable Regional Water
X
Quality Control Board?
b) Require or result in the construction of
new water or wastewater treatment facilities or
expansion of existing facilities, the construction of
X
which could cause significant environmental
effects?
C) Require or result in the construction of
new storm water drainage facilities or expansion
X
of existing facilities, the construction of which
could cause significant environmental effects?
d) Have sufficient water supplies available
to serve the project from existing entitlements and
X
resources or are new or expanded entitlements
needed?
e) Result in a determination by the
wastewater treatment provider, which serves or
may serve the project that it has adequate capacity
X
to serve the project's projected demand in addition
to the provider's existing commitments?
0 Be served by a landfill with sufficient
permitted capacity to accommodate the project's
X
solid waste disposal needs?
g) Comply with federal, state, and local
statutes and regulations related to solid waste?
X
XVII. MANDATORY FINDINGS OF SIGNIFICANCE.
a) Does the project have the potential to
degrade the quality of the environment,
substantially reduce the habitat of a fish or
wildlife species, cause a fish or wildlife
population to drop below self - sustaining levels,
X
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?
City of Newport Beach
32n' Street/Newport Blvd. Street Rehabilitation and
301b Street/Newport Blvd. Storm Drain Improvements
Initial Study/Draft Negative Declaration
Page 16
0
0
E
C_1
•
0
0
Issues
Potentially
Significant
Impact
Less Than
Significant
With
Mitigation
Incorporated
Less Than
Significant
Impact
No
Impact
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
X
effects of past projects, the effects of other current
projects, and the effects of probable future
projects.)
C) Does the project have environmental
effects, which will cause substantial adverse
effects on human beings, either directly or
X
indirectly?
City of Newport Beach
32"d Street/Newport Blvd. Street Rehabilitation and
30" Street/Newport Blvd. Storm Drain Improvements
Initial Study/Draft Negative Declaration
Page 17
• •
ENVIRONMENTAL ANALYSIS
This section provides the explanations and supporting analysis for the impact categories
and questions contained in the previous checklist, and identifies mitigation measures
where applicable. Topics that have no identified impacts, or that have impacts
determined to be less than significant without mitigation, will not be discussed in the
environmental impact report.
L AESTHETICS
Would the project.
a) Have a substantial adverse effect on a scenic vista?
Less Than Sienificant Impact. The proposed storm drain project would only be visible at
the outlet into Newport Bay, since the piping would be installed below grade. The outlet would
be constructed in the existing seawall with a tide gate. Although Newport Bay is a notable scenic
resource, the outlet would be similar to other outlets that are common around the bay; therefore
no substantial impacts to scenic vistas would result. Furthermore, the outlet would most likely be
obscured by docks located adjacent to the bulkhead (see Exhibit 3, Site Photos). No mitigation
measures are necessary.
During construction, there would be a temporary visual impact to views. These impacts are not
considered significant due to their brief duration (i.e., approximately two months).
b) Substantially damage scenic resources, including, but not limited to, frees, rock
outcroppings, and historic buildings within a state scenic highway?
Less Than Si¢rtificant Impact. See I.a. above. There are no scenic resources other than
Newport Harbor in the immediate vicinity of the project. No mitigation measures are necessary.
c) Substantially degrade the existing visual character or quality of the site and its
surroundings?
Less Than Sienificant Impact. See discussion under I.a and I.b, above. 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 proposed storm drain project would not create any new source of light or
glare. No mitigation measures are necessary.
City of Newport Beach Initial Study/Draft Negative Declaration
32nd Street/Newport Blvd. Street Rehabilitation and
3e Street/Newport Blvd. Storm Drain Improvements Page 19
• •
II. 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 lion- agricultural use?
No Impact. No agricultural activities occur in the project vicinity. No mitigation
measures are necessary.
b) Conflict with existing zoning for agricultural use, or a Williamson Act contract?
No Impact. The site is not zoned for agriculture and there are no Williamson Act
contracts in the vicinity. No mitigation measures are necessary.
c) Involve other changes in the existing environment which, due to their location or
nature, could result in conversion: of farmland, to non- agricultural use?
No Impact. The project would not involve any changes that could result in the
conversion of farmland. No mitigation measures are necessary.
III. AIR QUALITY
Where available, the significance criteria established by the applicable air quality management
district 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 plan?
Less Than Significant Impact. The project would result in emissions during construction
(e.g., dust, construction equipment exhaust). No emissions would be generated after construction
is completed. It is anticipated that construction equipment will be limited to one backhoelloader,
one dump truck and one sweeper at the end of each workday. This combination of equipment is
estimated to generate substantially less that the significance thresholds identified in the South
Coast Air Quality Management District's 1993 CEQA Air Quality Handbook, Table A9 -8 -E. -As
a result, the project would not conflict with or obstruct implementation of the air quality plan.
Standard contract specifications require that all construction equipment 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 III.a, above.
City of Newport Beach
32nd Street/Newport Blvd. Street Rehabilitation and
30' Street/Newport Blvd. Storm Drain Improvements
Initial StudytDraft Negative Declaration
Page 19
• •
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 III.a, above.
d) Expose sensitive receptors to substantial pollutant concentrations?
Less Than Significant Impact. See Section III.a, above.
e) Create objectionable odors affecting a substantial number of people?
Less Than Significant Impact. Diesel - powered equipment used for excavation and
construction could cause odors and emissions that may be offensive to sensitive receptors. There
are some residences immediately adjacent to the storm drain alignment, therefore this
construction activity would occur in close proximity to sensitive receptors. It is estimated that
construction will proceed at an average rate of 100 to 200 feet per day, therefore any given
residence would only be impacted for 1 or 2 days at most. As a result, the issue of odor
generation is expected to be less than significant.
IV BIOLOGICAL RESOURCES
Would the project:
a) Have a substantial adverse effect, either directly or through habitat modifications, on
any species identified as a candidate, sensitive, or special status species in local or regional
plans, policies, or regulations, or by the California Department of Fish and Game or U.S. Fish
and Wildlife Service?
Less Than Significant Impact. Although urban runoff contains contaminants (e.g., oil,
heavy metals, pesticides) the construction of a new storm drain and outlet would not have a
substantial effect on water quality in Newport Bay since the same runoff from the project area
currently flows into the bay through the existing storm drain system. 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 11 ildlife Service?
Less Than Significant Imnact. See Section IV.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, etc.)
through direct removal, filling, hydrological interruption, or other means?
Less Than Significant Impact. See Section IV.a. above.
City of Newport Beach Initial Study/Draft Negative Declaration
32nd Street/Newport Blvd. Street Rehabilitation and
30' Street/Newport Blvd. Storm Drain Improvements Page 20
0
0
CJ
0 0
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 IV.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 IV.a. above.
J) Conflict with the provisions of an adopted Habitat Conservation Plan, Natural
Community Conservation Plan, or other approved local, regional, or state habitat conservation
plan?
No Impact. The site is not included in any Habitat Conservation Plan or NCCP area. No
mitigation measures are necessary.
V. CULTURAL RESOURCES
Would the project:
a) Cause a substantial adverse change in the significance of a historical resource as
defined in §15064.5?
No Impact. There are no historic resources on the site. No mitigation measures are
necessary.
b) Cause a substantial adverse change in the significance of an archaeological resource
pursuant to § 15064.5?
No Impact. There are no known archaeological resources in the vicinity. Balboa
Peninsula is composed primarily of sand and dredged material, therefore there is a very low
probability that archaeological resources are present. No mitigation measures are necessary.
c) Directly or indirectly destroy a unique paleontological resource or site or unique
geologicfeature?
No Imnact. There are no known paleontological resources in the vicinity. Balboa
Peninsula is composed primarily of sand and dredged material, therefore there is a very low
probability that paleontological resources are present. No mitigation measures are necessary.
d) Disturb any human remains, including those interred outside of formal cemeteries?
No Impact. Balboa Peninsula is composed primarily of sand and dredged material,
therefore there is a very low probability that any human remains could be present. No mitigation
measures are necessary.
City of Newport Beach
32nd StreetfNewport Blvd. Street Rehabilitation and
30d' Street/Newport Blvd. Storm Drain Improvements
Initial StudylDraft Negative Declaration
Page 21
• •
VI. GEOLOGYAND SOILS
Would the project.
a) Expose people or structures to potential substantial adverse effects, including the risk
of loss, injury, or death involving.
i) Rupture of a known earthquake fault, as delineated on the most recent Alquist-
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 vicinity of the project. No mitigation is necessary.
ii) Strong seismic ground shaking?
No Impact. Although there are no known earthquake faults in the project
vicinity, the area is subject to strong seismic ground shaking, as is the case with
all of Southern California. This does not present a significant impact, however,
since no serious hazards would result if a break were to occur in the stone drain
as a result of seismic shaking. No mitigation measures are necessary.
iii) Seismic- related ground failure, including liquefaction?
No Impact. See item a)ii, above. 0
iv) Landslides?
No Impact. The project area 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?
Less Than Significant Impact. The project area is completely urbanized and the project is
located entirely within street rights -of -way, therefore no soil erosion or loss of topsoil would
occur during construction operations. No mitigation measures are necessary.
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 result in on- or off-site landslide, lateral spreading,
subsidence, liquefaction or collapse?
Less Than Significant Impact. The project area is characterized by sandy soils with the
water table at less than 10 feet below the surface. These conditions are conducive to liquefaction
during seismic ground shaking. The project would have no effect on these conditions, and would
not increase geologic hazards in the area. As noted under VI.a.ii, above, these conditions do not
present a significant hazard with respect to the proposed project. No mitigation measures are
necessary.
City of Newport Beach Initial Study/Draft Negative Declaration
32nd Street/Newport Blvd. Street Rehabilitation and
30d' Street/Newport Blvd. Storm Drain Improvements Page 22
0 0
d) Be located on expansive soil, as defined in Table 18 -1 -B of the Uniform Building Code
(1994), creating substantial risks to life or property?
Less Than Significant Impact. Expansive soils are generally high in clay content. Soils
in the project area are typically sandy, and are not expansive. 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?
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.
VII. 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 materials is proposed in
connection with the 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. During construction, gasoline- and diesel - powered
equipment would be used. In the event of an accident, gasoline or diesel fuel could be spilled.
Standard construction contract provisions would require that the contractor follow site
maintenance and spill cleanup procedures as described in the Standard Specifications for Public
Works Construction (the "Greenbook "). 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 nearest school (Newport Elementary)
is located at Balboa Boulevard at 13'" Street approximately 1 -1/2 miles from the project area. 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.
City of Newport Beach Initial Study/Draft Negative Declaration
32nd Street/Newport Blvd. Street Rehabilitation and
301" Street/Newport Blvd. Storm Drain Improvements Page 23
0 0
e) For a project located within air airport land use plan or, where such a plan has not
been adopted, within two miles or a public airport or public use airport, would the project
result in a safety hazard for people residing or working in the project area?
No Impact. The storm drain would have no effect on aircraft- related safety. 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. There are no private airstrips within the project vicinity. No mitigation
measures are necessary.
l) Impair implementation of or physically interfere with an adopted emergency response
plan or emergency evacuation plan?
Less Than Significant With Mitigation Incorporated. The proposed storm drain would
have no permanent effect on an emergency response or emergency evacuation plan or procedures.
Emergency evacuation routes could be affected during construction, however, due to temporary
street or lane closures. The following mitigation measure would reduce this impact to a level that
is less than significant.
Mitigation measure
VII -1 Traffic Control Plan. Prior to award ofa construction contract, a traffic control
plan meeting the approval of the City Traffic Engineer shall be prepared. The
plan shall specify what measures shall be taken to minimize travel disruptions
and safety hazards, including safety of pedestrians and bicyclists, minimize
inconveniences to residents and businesses, minimize the loss of parking, and
ensure adequate emergency access at all times. The traffic control plan shall be
incorporated into the contract specifications and shall be enforced by the
construction inspector.
h) Expose people or structures to a significant risk of loss, injury or death involving
wildland fires, including where wildlauds are adjacent to urbanized areas or where residences
are intermixed with wildlands?
No Impact. The project site is surrounded by urban development, and no wildland
interface exists. No mitigation measures are necessary.
City of Newport Beach
32nd Street/Newport Blvd. Street Rehabilitation and
30d' Street/Newport Blvd. Storm Drain Improvements
Initial Study/Draft Negative Declaration
Page 24
is
•
0 0
VIII. HYDROLOGYAND WATER QUALITY
Would the project:
a) Violate any water quality standards or waste discharge requirements?
Less Than Significant Impact. The project would involve the discharge of stormwater
into Newport Harbor, which would be expected to contain urban pollutants such as pesticides and
oil. Since the same runoff from the project area is currently flowing into the harbor, no change in
the type or quantity of pollutant runoff would be anticipated. Grading activities could
temporarily increase the amount of soil erosion and siltation. Construction will be subject to
National Pollutant Discharge Elimination System ( NPDES) Best Management Practices, which
require that measures be taken to minimize runoff of contaminants and siltation. No additional
mitigation measures are necessary.
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 table level (e.g., the production rate of pre - existing nearby wells would drop to a
level which would not support existing land uses or planned uses for which permits have been
granted)?
No Impact. Runoff from the area to be served by the proposed storm drain currently
flows into Newport Harbor. The project would have no effect on groundwater supplies or
recharge.
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 project would alter the drainage patterns of the area
by diverting runoff from the area east of Newport Boulevard in the vicinity of 300' to 32nd Streets
into the Rhine Channel. This area currently drains into Rivo Alto Channel, west of Newport
Boulevard. Since the area is completely urbanized, no erosion or siltation would result from this
change in drainage pattern. During excavation, earth could be spilled onto adjacent strects
resulting in siltation if preventative measures are not taken. Required compliance with NPDES
Best Management Practices will reduce this construction impact to a level that is less than
significant. 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 Ilse rate or amount of
surface runoff in a manner, which would result in flooding on- or off-site?
Less Than Significant Impact. The project would have no impact on the rate or amount
of surface runoff. The capacity of the storm drain system would be enhanced to reduce the risk of
flooding. No mitigation measures are necessary.
City of Newport Beach Initial Study/Draft Negative Declaration
32"d Street/Newport Blvd. Street Rehabilitation and
30' Street/Newport Blvd. Storm Drain Improvements Page 25
0
0
e) Create or contribute runoff water which would exceed the capacity of existing or
planned stormwater drainage systems or provide substantial additional sources of polluted
runoff?
Less Than Significant Impact. The local drainage pattern would be altered as described
in Section VIII.c, above. No increase in runoff would be caused by the project; the capacity of
the storm drain system would be enhanced, however, reducing the risk of flooding. No additional
source of polluted runoff would be generated by the project upon completion. During
construction, oil, grease or fuel could be spilled from construction equipment onto the street
resulting in additional contamination. Required compliance with NPDES Best Management
Practices and the Greenbook would reduce this impact to a level that is less than significant. No
additional mitigation measures are necessary.
J) Otherwise substantially degrade water quality?
Less Than Significant Impact. The proposed project is not anticipated to generate
unusual or substantial amounts of pollutants. Investigation of issues described under Item VIII.a.
will address water quality concerns. No mitigation measures are necessary.
S) Place housing within a 100 year flood hazard area as mapped on a federal Flood
Hazard Boundary of Flood Insurance Rate Map or otter flood hazard delineation map
No Impact. No housing is proposed in connection with the project. No mitigation
measures are necessary.
h) Place within a 100 year flood hazard area structures, which would impede or redirect
flood flotps?
No Impact. No structures are proposed that would impede flood flows. The proposed
storm drain would improve the efficiency of the draining system. No mitigation measures are
necessary.
0 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 project would not expose additional people or structures to flood
hazards. No mitigation measures are necessary.
j) Inundation by seiche, tsunami, or mudflow?
No Impact. The site is located in a low -lying area that could be inundated in the event of
seiche or tsunami. The project would have no effect on these conditions, however, other than to
improve the efficiency of drainage. No mitigation measures are necessary.
City of Newport Beach
32od Street/Newport Blvd. Street Rehabilitation and
306 Street/Newport Blvd. Storm Drain Improvements
Initial Study/Draft Negative Declaration
Page 26
0
•
0
0
J
0 0
IX LAND USE AND PLANNING
Would the project:
a) Physically divide an established community?
No Impact. The site is surrounded on all sides by developed land. The project would
have no effect on the established community. No mitigation measures are necessary.
b) Conflict with any applicable land use plan, policy, or regulation of an agency with
jurisdiction over the project (including, but not limited to the general plan, specific plan, local
coastal program, or zoning ordinance) adopted for the purpose of avoiding or mitigating an
environmental effect?
No Impact. The proposed 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 plait or natural community
conservation plan?
No Impact. The site is not located within an NCCP or habitat conservation plan. No
mitigation measures are necessary.
X. MINERAL RESOURCES
Would the project:
a) Result in the loss of availability of a known mineral resource that would be a value to
the region and the residents of the state?
No Impact. The project area is urbanized and no mineral resources would be affected.
No mitigation measures are necessary.
b) Result in the loss of availability of a locally important mineral resource recovery site
delineated on a local general plan, specific phut or other land use plan?
No Impact. There are no locally important mineral resource recovery areas located in the
project area. No mitigation measures are necessary.
City of Newport Beach
32 Street/Newport Blvd. Street Rehabilitation and
30" Street/Newport Blvd. Stone Drain Improvements
Initial Study/Draft Negative Declaration
Page 27
1i
XL NOISE
0
Would the project result in: 0
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 With Mitigation Incorporated. The storm drain project would not
result in any long -term noise increase. A short -term noise increase during construction would
occur, however. The Newport Beach Municipal Code allows construction only between the
hours of 7:00 a.m. and 6:30 p.m. weekdays, and between 8:00 a.m. and 6:00 p.m. Saturdays
(NBMC Sec. 10.28.040). The following mitigation measures would further reduce potential
noise impacts during construction to a level that is less than significant.
Mitigation Measures
X1-1 Construction Noise. The following requirements shall be incorporated into the
project contract specifications and noted on construction plans, and shall be
enforced by the City's construction inspector.
a. Hours of Construction. No construction shall occur except between the
hours of 7:00 a.m. and 6:30 p.m. weekdays unless required to respond to
an emergency situation.
b. Construction Equipment. All construction equipment, either fixed or
mobile, shall be equipped with properly operating and maintained
mufflers. 0
C. Staging Areas. Stockpiling and/or vehicle staging areas shall be located
as far as practicable from dwellings.
b) Exposure of persons to or generation of excessive groundborne vibration or
groundborne noise levels?
Less Than Significant With Mitigation Incorporated. A short-tetra increase in
groundborne vibration and noise would be expected to occur during excavation and construction.
Limitations on allowable hours of construction would reduce these impacts. Mitigation measure
XI -1 would reduce this impact to a level that is less than significant.
c) A substantial permanent increase in ambient noise levels in the project vicinity above
levels existing without the project?
No Impact. The project would have no long -term noise impacts. No mitigation is
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 With Mitigation Incorporated. See Section XI.a, above.
City of Newport Beach Initial Study/Draft Negative Declaration •
32nd Street/Newport Blvd. Street Rehabilitation and
30d' Street/Newport Blvd. Storm Drain Improvements Page 28
0 0
e) For a project located within an airport land use plan or, where such a plait 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?
Less Than Sienificant Impact. The site is located near the flight path from John Wayne
Airport; therefore construction workers would be subject to minor noise impacts due to aircraft
overflight. These impacts are not considered significant, however, since the area is outside the 65
dB CNEL noise contour and their exposure would be temporary. No mitigation measures are
necessary.
J) 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 vicinity of the site. No mitigation
measures are necessary.
M. 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) ?
No Impact. The project site is fully developed and the proposal consists of the
replacement of an existing storm drain. No increase in development potential would occur as a
result from the project. No mitigation measures are necessary.
b) Displace substantial numbers of existing /rousing, necessitating Cite construction of
replacement housing elsewhere?
No Impact. There is no existing housing that would be displaced by the proposed
development. No mitigation measures are necessary.
c) Displace substantial.numbers of people, necessitating the construction of replacement
housing elsewhere?
No Impact. No people or existing housing would be displaced by the proposed
development. No mitigation measures are necessary.
City of Newport Beach
32od Street/Newport Blvd. Street Rehabilitation and
30°i Street/Newport Blvd. Storm Drain Improvements
Initial Study/Draft Negative Declaration
Page 29
0
XIII. PUBLICSERVICES
0
Would the project result insubstantial adverse physical impacts associated with file 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 these public services:
a) Fire protection?
No Impact. The proposed project would have no effect on fire protection. No mitigation
measures are necessary.
b) Police protection?
No Impact. The proposed project would have no effect on police protection. Traffic
control during construction will be provided by the contractor in a manner meeting the approval
of the City Traffic Engineer (see Mitigation Measure No 7 -1 on page 23). No additional
mitigation measures are necessary.
C) Schools?
No Impact. The proposed project would have no effect on student generation or school
operations. No mitigation measures are necessary.
d) Parks?
No Impact. The proposed project would have no effect on parks or recreation. No
mitigation measures are necessary.
e) Other public facilities?
No Impact. The proposed project would have no effect on any other public facilities. No
mitigation measures are necessary.
XIV. RECREATION
a) Would the project increase the use of existing neighborhood and regional parks or
other recreational facilities, such that substantial physical deterioration of thefacility would
occur or be accelerated?
No Impact. The proposed project would not increase the use of parks or other recreation
facilities. No mitigation measures are necessary.
b) Does the project include recreational facilities or require Ilse construction or expansion
of recreational facilities, which might have an adverse physical effect on the environment?
No Impact. See Section XIV.a, above.
City of Newport Beach Initial Study/Draft Negative Declaration
32nd Street/Newport Blvd. Street Rehabilitation and
3& Street/Newport Blvd. Storm Drain Improvements Page 30
0 0
. XV. TRANSPORTATIONITRAFFIC
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. The project would have no effect on long -term traffic
levels. A short -term increase in traffic from construction equipment and workers would be
expected to occur, however. It is anticipated that 10 -15 workers will be employed on site during
construction, generating approximately 20-40 trips per day. In addition, an estimated 32 truck
trips will be required over the duration of project construction (less than one trip per day on
average) to haul excess earth material away from the site. This traffic increase would not be
considered significant. Mitigation Measure VII -I (see page 24) would further reduce this impact
by requiring the preparation of a traffic control plan prior to commencement of the project.
b) Exceed, either individually or cumulatively, a level of service standard established by
the county congestion management agency for designated roads or highways?
Less Than Significant Impact. See Section XV.a, above.
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?
No Impact. The project would have no effect on air traffic patterns. No mitigation
measures are necessary.
d) Substantially increase hazards due to a design feature (e.g., sharp curves or dangerous
intersections) or incompatible uses (e.g., farm equipment)?
Less Than Significant With Mitigation Incorporated. The project could disrupt traffic
patterns during construction due to lane closures or traffic diversions. Mitigation Measure VII -1
(see page 24) would reduce this impact to a level that is less than significant.
e) Result in inadequate emergency access?
Less Than Significant With Mitigation Incorporated. See Section XV.d, above.
J) Result in inadequate parking capacity?
Less Than Significant With Mitigation Incorporated. The project would have no effect
on long -term parking demand or capacity. Demand for additional parking would be created by
construction workers, however. It is estimated that between 10 and 15 workers will be on -site at
any given time, requiring a maximum of 15 parking spaces. In addition, some on- street or off -
street parking may be temporarily unavailable during construction. Mitigation Measure VII -1
(see page 24) would reduce this impact to a level that is less than significant.
City of Newport Beach Initial Study/Draft Negative Declaration
32 "d Street/Newport Blvd. Street Rehabilitation and
30'" Street/Newport Blvd. Storm Drain Improvements Page 31
0 0
l) Conflict with adopted policies, plans, or programs supporting alternative transportation
(e.g., bus turnouts, bicycle racks)? .
Less Than Significant With Mitigation Incorporated. The project would have no long-
term effect on alternative transportation. Potential disruption of bus travel and bicycle lanes
could occur during construction, however. Mitigation Measure 7 -1 (page 24) would reduce this
impact to a level that is less than significant.
XVI. UTILITIES AND SERVICE SYSTEMS
Would the project.
a) Exceed wastewater treatment requirements of the applicable Regional Water Quality
Control Board?
No Impact. The project would have no effect on wastewater flows or treatment
requirements. No mitigation measures are necessary.
b) Require or result lit the construction of new water or wastewater treatment facilities or
expansion of existing facilities, the construction of which could cause significant
environmental effects?
No Impact. 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 Imnact. The proposed project is the replacement of existing
deteriorated storm drains and the installation of a new storm drain along 30'" Street and Newport
Boulevard. No increase in stormwater flows would result, and no new or expanded drainage
facilities beyond those included in this project would be required. 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 have no effect on water supply or demand. 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 Imnact. See Section XVi.b, above.
City of Newport Beach Initial Study/Draft Negative Declaration
32"" Street/Newport Blvd. Street Rehabilitation and
30' StreetMewport Blvd. Stone Drain Improvements Page 32
0 0
n Be served by a landfill with sufficient permitted capacity to accommodate the project's
solid waste disposal needs?
Less Than Significant Impact. Construction of the project 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 volume. Excess fill would most likely
be used at another construction site. Fill that could not be used would be disposed of at a landfill.
Used asphalt would be recycled by the contractor. No mitigation measures are necessary.
g) Comply with federal, state, and local statutes and regulations related to solid waste?
Less Than Significant With Mitigation Incorporated. The project could generate solid
waste during construction. Standard contract specifications requiring the contractor to dispose of
waste in accordance with applicable statutes and regulations would reduce this impact to a level
that is less than significant. No mitigation measures are necessary.
MANDATORY FINDINGS OF SIGNIFICANCE
a) Does the project have the potential to degrade the quality of the environment,
substantially reduce the /habitat of a fish or wildlife species, cause a fish or wildlife population
to drop below self - sustaining levels, threaten to eliminate a plant or aninhal 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 With Mitigation Incorporated. The project has the potential to
degrade the quality of the environment, but the mitigation measures recommended would reduce
these potential impacts to a level that is less than significant.
b) Does tee 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 ofprobable future projects.)
Less Than Significant With Mitigation Incorporated. The project would contribute to
short-term cumulative impacts in the areas of air quality, noise and traffic during the two -month
construction period. The project's contribution to these cumulative impacts would be
substantially reduced by the recommended mitigation measures, however, and the incremental
impacts of the project would be so small that they would make only a de minimis contribution to
the cumulative impacts caused by other projects.
c) Does the project have environmental effects, which will cause substantial adverse
effects on human beings, either directly or indirectly?
Less Than Significant With Mitigation Incorporated. The recommended mitigation
measures would substantially reduce the potential impacts of the project to a level that is less than
significant.
• City of Newport Beach Initial Study/Draft Negative Declaration
32n° Street/Newport Blvd. Street Rehabilitation and
30" Street/Newport Blvd. Storm Drain Improvements Page 33
REFERENCES
0
Building News Publications, Standard Specifications for Public Works Construction, 1997 (the
"Greenbook ")
City of Newport Beach, Newport Beach Municipal Code.
South Coast Air Quality Management District, CEOA Air Quality Handbook, 1993
REPORT PREPARATION PERSONNEL
Lead Agency:
City of Newport Beach
Environmental Consultant:
J.H. Douglas & Associates
Don Webb, P.E.
Bill Patapoff, P.E.
Ed Wimmer, P.E.
Rich Edmonston, P.E.
John H. Douglas. AICP
City of Newport Beach
32nd StreeVNewport Blvd. Street Rehabilitation and
3e StreetlNewport Blvd. Storm Drain Improvements
Public Works Director
City Engineer
Sr. Civil Engineer
City Traffic Engineer
Principal
Initial Study/Draft Negative Declaration
Page 34
i
i
i
0 3- LL
Ct�
PROFESSIONAL SERVICES AGREEMENT
THIS AGREEMENT, entered into this 9`" day of November, 1998, by and between
CITY OF NEWPORT BEACH, a Municipal Corporation (hereinafter referred to as "City "),
and Dewan, Lundin & Associates, whose address is 12377 Lewis Street, Suite 101,
Garden Grove, California, 92840, (hereinafter referred to as "Consultant'), is made with
reference to the following:
RECITALS
A. City is a Municipal Corporation duly organized and validly existing under the
laws of the State of California with the power to carry on its business as it is
now being conducted under the statutes of the State of California and the
Charter of City.
B. City is planning to implement (Improvements to 32nd Street, Newport
Boulevard and 29t' Street) ('Project').
C. City desires to engage Consultant to provide professional engineering
design services for pavement rehabilitation on 32nd Street and for storm
drain facilities in Newport Boulevard and 29"' Street upon the terms and
conditions contained in this Agreement.
D. The principal member of Consultant for purpose of Project is Surender
Dewan, P.E., Principal.
-1-
E. City has solicited and received a proposal from Consultant, has reviewed
the previous experience and evaluated the expertise of Consultant and
desires to contract with Consultant under the terms of conditions provided in
this Agreement.
NOW, THEREFORE, it is mutually agreed by and between the undersigned
parties as follows:
1. TERM
The term of this Agreement shall commence on the 9t" day of November. 1998,
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
thirty-four thousand, two hundred ninety Dollars ($34,290.00).
-2-
0
3.1 Consultant shall maintain accounting records of its billings which includes
the name of the employee, type of work performed, times and dates of all work which is
billed on an hourly basis and all approved incidental expenses including reproductions,
computer printing, postage and mileage.
3.2 Consultant shall submit monthly invoices to City payable by City within thirty
(30) days of receipt of invoice subject to the approval of City.
3.3 Consultant shall not receive any compensation for extra work without prior
written authorization of City. Any authorized compensation shall be paid in accordance
with the schedule of the billing rates as set forth in Exhibit "B ".
3.4 City shall reimburse Consultant only for those costs or expenses which
have been specifically approved in this Agreement, or specifically approved in advance
by City. Such cost shall be limited and shall include nothing more than the following costs
incurred by Consultant:
A. The actual costs of subconsultants for performance of any of the services
which Consultant agrees to render pursuant to this Agreement which have
been approved in advance by City and awarded in accordance with the
terms and conditions of this Agreement.
B. Approved computer data processing and reproduction charges.
C. Actual costs and /or other costs and /or payments specifically authorized in
advance in writing and incurred by Consultant in the performance of this
Agreement.
-3-
0 0
3.5 Notwithstanding any other paragraph or provision of this Agreement,
beginning on the effective date of this Agreement, City may withhold payment of ten
percent (10 %) of each approved payment as approved retention until all services under
this Agreement have been substantially completed.
4. STANDARD OF CARE
4.1 All of the services shall be performed by Consultant or under Consultant's
supervision. Consultant represents that it possesses the professional and technical
personnel required to perform the services required by this Agreement and that it will
perform all services in a manner commensurate with the community professional
standards. All services shall be performed by qualified and experienced personnel who
are not employed by City nor have any contractual relationship with City. Consultant
represents and warrants to City that it has or shall obtain all licenses, permits,
qualifications and approvals required of its profession. Consultant further represents and
warrants that it shall keep in effect all such licenses, permits and other approvals during
the term of this Agreement.
4.2 Consultant shall not be responsible for delay, nor shall Consultant be
responsible for damages or be in default or deemed to be in default by reason of strikes,
lockouts, accidents, or acts of God, or the failure of City to furnish timely information or to
approve or disapprove Consultant's work promptly, or delay or faulty performance by City,
contractors, or governmental agencies, or any other delays beyond Consultant's control
or without Consultant's fault.
-4-
'• 0 •
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 compliance with the
terms of this Agreement. Anything in this Agreement which may appear to give City the
right to direct Consultant as to the details of the performance of the services or to
exercise a measure of control over Consultant shall mean that Consultant shall follow the
desires of City only in the results of the services.
6. COOPERATION
Consultant agrees to work closely and cooperate fully with City's designated
Project Administrator, and any other agencies which may have jurisdiction or interest in
the work to be performed. City agrees to cooperate with Consultant on Project.
7. PROJECT MANAGER
Consultant shall assign Project to a Project Manager, who shall coordinate all
phases of Project. This Project Manager shall be available to City at all reasonable times
during term of Project. Consultant has designated Surender Dewan, P.E., to be its
Project Manager. Consultant shall not bill any personnel to Project other than those
-5-
personnel identified in Exhibit "B ", whether or not considered to be key personnel, without
City's prior written approval by name and specific hourly billing rate. Consultant shall not
remove or reassign any personnel designated in this Section or assign any new or
replacement person to Project without the prior written consent of City. City's approval
shall not be unreasonably withheld with respect to removal or assignment of non -key
personnel.
Consultant, at the sole discretion of City, shall remove from Project any of its
personnel assigned to the performance of services upon written request of City.
Consultant warrants it will continuously furnish the necessary personnel to complete
Project on a timely basis as contemplated by this Agreement.
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 in Exhibit "A ". The failure by Consultant to strictly adhere to the schedule may
result in termination of this Agreement by City, and the assessment of damages against
Consultant for delay. Notwithstanding the foregoing, Consultant shall not be responsible
for delays which are due to causes beyond Consultant's reasonable control. However, in
the case of any such delay in the services to be provided for Project, each party hereby
agrees to provide notice to the other party so that all delays can be addressed.
la
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
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
-7-
are desired.
12. HOLD HARMLESS
Consultant shall indemnify, defend, save and hold harmless City, its City Council,
boards and commissions, officers and employees from and against any and all loss,
damages, liability, claims, allegations of liability, suits, costs and expenses for damages of
any nature whatsoever, including, but not limited to, bodily injury, death, personal injury,
property damages, or any other claims arising from any and all acts or omissions of
Consultant, its employees, agents or subcontractors in the performance of services or
work conducted or performed pursuant to this Agreement, excepting only the active
negligence or willful misconduct of City, its officers or employees, and shall include
attorneys' fees and all other costs incurred in defending any such claim. Nothing in this
indemnity shall be construed as authorizing, any award of attorneys' fees in any action on
or to enforce the terms of this Agreement.
13. INSURANCE
Without limiting consultant's indemnification of City, and prior to commencement of
work, Consultant shall obtain and provide and maintain at its own expense during the
term of this Agreement policy or policies of liability insurance of the type and amounts
described below and satisfactory to City. Certification of all required policies shall be
signed by a person authorized by that insurer to bind coverage on its behalf and must be
filed with City prior to exercising any right or performing any work pursuant to this
Agreement. Except workers compensation and errors and omissions, all insurance
policies shall add City, its elected officials, officers, agents, representatives and
employees as additional insured for all liability arising from Consultant's services as
described herein.
All insurance policies shall be issued by an insurance company certified to do
business in the State of California, with original endorsements, with Best's A VII or better
carriers, unless otherwise approved by the City Risk Manager.
A. Worker's compensation insurance covering all employees and principals of
Consultant, per the laws of the State of California.
B. Commercial general liability insurance covering third party liability risks,
including without limitation, contractual liability, in a minimum amount of $1
million combined single limit per occurrence for bodily injury, personal injury
and property damage. If commercial general liability insurance or other
form with a general aggregate is used, either the general aggregate shall
apply separately to this Project, or the general aggregate limit shall be twice
the occurrence limit.
C. Commercial auto liability and property insurance covering any owned and
rented vehicles of Consultant in a minimum amount of $1 million combined
single limit per accident for bodily injury and property damage.
D. Professional errors and omissions insurance which covers the services to
be performed in connection with this Agreement in the minimum amount of one
million Dollars ($ 1,000,000.00).
•
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
venture or syndicate member or co- tenant if Consultant is a partnership or joint- venture or
-10-
syndicate or co- tenancy, which shall result in changing the control of Consultant, shall be
construed as an assignment of this Agreement. Control means fifty percent (50 %) or
more of the voting power, or twenty -five percent (25 %) or more of the assets of the
corporation, partnership orjoint- venture.
15. OWNERSHIP OF DOCUMENTS
Each and every report, draft, work product, map, record and other document
reproduced, prepared or caused to be prepared by Consultant pursuant to or in
connection with this Agreement shall be the exclusive property of City.
Documents, including drawings and specifications, prepared by Consultant
pursuant to this Agreement are not intended or represented to be suitable for reuse by
City or others on any other project. Any use of completed documents for other projects
and any use of incomplete documents without specific written authorization from
Consultant will be at City's sole risk and without liability to Consultant. Further, any and
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
-11-
• •
confidential unless the release of information is authorized by City.
17. CITY'S RESPONSIBILITIES
In order to assist Consultant in the execution of his responsibilities under this
Agreement, City agrees to provide the following:
A. City will provide access to and upon request of Consultant, provide one
copy of all existing record information on file at City. Consultant shall be
entitled to rely upon the accuracy of data information provided by City and
the review of field conditions by Consultant. City will provide all such
materials in a timely manner so as not to cause delays in Consultant's work
schedule.
B. City staff will provide usable life of facilities criteria and provide information
with regards to deficient facilities.
18. ADMINISTRATION
This Agreement will be administered by the Public Works Department. Bill
Patapoff, City Engineer, shall be considered the Project Administrator and shall have
the authority to act for City under this Agreement. The Project Administrator or his /her
authorized representative shall represent City in all matters pertaining to the services to
be rendered pursuant to this Agreement.
19. RECORDS
Consultant shall keep records and invoices in connection with the work to be
performed under this Agreement. Consultant shall maintain complete and accurate
-12-
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 borne by Consultant.
Nothing in this paragraph is intended to limit City's rights under any other sections of this
61911
Agreement.
22. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS
City reserves the right to employ other consultants in connection with Project.
23. CONFLICTS OF INTEREST
A. Consultant or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act "), which (1) requires such
persons to disclose financial interest that may foreseeably be materially
affected by the work performed under this Agreement, and (2) prohibits
such persons from making, or participating in making, decisions that will
foreseeably financially affect such interest.
B. If subject to the Act, Consultant shall conform to all requirements of the Act.
Failure to do so constitutes a material breach and is grounds for termination
of this Agreement by City, Consultant shall indemnify and hold harmless
City for any and all claims for damages resulting from Consultant's violation
of this Section.
24. SUBCONSULTANT AND ASSIGNMENT
Except as specifically authorized under this Agreement, the services included in
this Agreement shall not be assigned, transferred, contracted or subcontracted
-14-
without prior written approval of City.
25. NOTICES
All notices, demands, requests or approvals to be given under this Agreement
shall be given in writing and conclusively shall be deemed served when delivered
personally or on the third business day after the deposit thereof in the United States mail,
postage prepaid, first class mail, addressed as hereinafter provided.
All notices, demands, requests or approvals from Consultant to City shall be
addressed to City at:
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: Surender Dewan, P.E.
Principal
Dewan, Lundin & Associates
12377 Lewis Street, Suite 101
Garden Grove, CA 92840
(714) 740 -8840
Fax (714) 740 -8842
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
-15-
r i
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
non - defaulting party may terminate the Agreement forthwith by giving to the defaulting
party written notice thereof.
26.1 City shall have the option, at its sole discretion and without cause, of
terminating this Agreement by giving seven (7) days' prior written notice to Consultant as
provided herein. Upon termination of this Agreement, City shall pay to Consultant that
portion of compensation specified in this Agreement that is earned and unpaid prior to the
effective date of termination.
27. COMPLIANCES
Consultant shall comply with all laws, state or federal and all ordinances, rules and
regulations enacted or issued by City.
28. WAIVER
A waiver by either party of any breach, of any term, covenant or condition
contained herein shall not be deemed to be a waiver of any subsequent breach of the
same or any other term, covenant or condition contained herein whether of the same or a
different character.
-16-
29. INTEGRATED CONTRACT
This Agreement represents the full and complete understanding of every kind or
nature whatsoever between the parties hereto, and all preliminary negotiations and
agreements of whatsoever kind or nature are merged herein. No verbal agreement or
implied covenant shall be held to vary the provisions hereon. Any modification of this
Agreement will be effective only by written execution signed by both City and Consultant.
30. OPINION OF COST
Any opinion of the construction cost prepared by Consultant represents his /her
judgment as a design professional and is supplied for the general guidance of City. Since
Consultant has no control over the cost of labor and material, or over competitive bidding
or market conditions, Consultant does not guarantee the accuracy of such opinions as
compared to contractor bids or actual cost to City.
31. 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
-17-
0 0
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.
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed
on the day and year first written above.
APPROVED AS TO FORM:
1 '
By: _
Robin Clawson
Assistant City Attorney
AT
A
LaVonne Harkless
City Clerk
f:\ users\ pbw\shared\agmt \99\dewanlund.doc
ISM
CITY OF NEWPORT BEACH
A Municipal Corporation
By: IiIIIII
Tho as C. tdYarcrs, Mayor
City of Newport Beach
CONSULTANT
DEWAN, LUNDIN & ASSOCIATES
By:
Surender Dewan, P.E.
Principal
a •
32ND STREET IMPROVEMENTS
EXHIBIT "A"
SCOPE OF SERVICES
ATTACHMENTS
September 24, 1998
Mr. Bill Patapoff
City Engineer
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92658 -8915
SUBJECT: Proposal for Professional Engineering Services
FY 1998 -1999 Street Rehabilitation Program
32 "' Street Rehabilitation and Newport Boulevard /29th Street Storm Drain
Dear Mr. Patapoff:
Dewan, Lundin & Associates (DLA), is pleased to present this proposal to provide professional
civil engineering services for the subject project.
DLA is a Caltrans certified DBE and a minority business enterprise (MBE) which provides
engineering consulting and related services to various government agencies, institutions and
developers. As a small business, DLA is committed to personal service, high quality products,
close communications, and enduring client relationships. As an MBE, DLA offers compliance with
contractual requirements pertaining to affirmative action.
Mr. Surender Dewan, P.E., Principal of DLA would be assigned as the Project Manager of this
project. As such, Mr. Dewan would be responsible for the overall scheduling and budget control
and would be available to meet with the City Staff to discuss the project as required. Mr. Walter
Lundin, P.E., Principal of DLA will assist Mr. Dewan on this project.
I hope that our past experience, record of performance and sincere interest in working with the
City of Newport Beach will result in favorable consideration. I look forward to the opportunity of
working with you and your staff.
If you have any questions or concerns regarding this submittal, please contact the undersigned.
Sincerely,
Dew V, Lundin & Associates
C
Suren er Dewan, P.E.
Principal
P- 0298C.PRO
0
TABLE OF CONTENTS
I. PROJECT DESIGN
♦ Project Description
♦ Understanding of the Project
♦ Project Approach
II. PROJECTTEAM
♦ Resumes
♦ Organization Chart
III. FIRM'S EXPERIENCE & REFERENCES
♦ Street Improvement Experience
♦ Storm Drain Improvement Experience
♦ List of References
IV. PROJECT SCHEDULE
V. RESOURCE REQUIREMENTS
VI. APPENDIX
♦ Sample Plans:
Gilbert Street, Garden Grove
Dover Drive, Newport Beach
♦ Insurance Certificate
♦ Minority Certificate
VII. FEE PROPOSAL
♦ See Separate Envelope
0
PROJECT DESIGN
PROJECT DESCRIPTION
UNDERSTANDING OF THE PROJECT
PROJECT APPROACH
0 0
PROJECT DESCRIPTION
The proposed project consists of street rehabilitation of 32nd Street from Balboa Boulevard to
Newport Boulevard and replacement of a storm drain system in Newport Boulevard between 32nd
Street and 29`h Street, or replacement of the existing drainage system in 29'" Street.
The proposed project consists of rehabilitation of existing roadway. Services to be provided by
DLA, under this proposal, encompass a full range of services. These services include the
following:
♦ Design Survey
♦ Deflection and Material Analysis
♦ Geotechnical Investigation
♦ Preparation of Street Improvement Plans
♦ Preparation of Drainage Improvement Plans
♦ Striping and Signage Plans
♦ Project Specifications
♦ Estimate of Probable Costs
♦ Assistance to Resolve Design Related Issues During Construction
♦ As -Built Plans from Information Provided by the City
• •
UNDERSTANDING OF THE PROJECT
Street Improvements:
32nd Street from Balboa Boulevard to Newport Boulevard is a four (4) lane street, 64 feet wide
from curb to curb. Concrete curb and gutter, and sidewalk exist on both sides of the street.
This section of the roadway is striped for two (2) lanes in the northeasterly direction from Balboa
Boulevard to Lake Avenue and in the southwesterly direction from Newport Boulevard to Lake
Avenue.
The section beyond Lake Avenue in the northeasterly direction and beyond Lake Avenue in the
southwesterly direction is striped for exclusive right turn and left turn lanes. Parking is permitted
on both sides of the street.
The intersection of Balboa Boulevard and 32nd Street, and 32nd Street and Newport Boulevard
are signalized.
A visual inspection of the project area indicates portions of pavement with alligator and
longitudinal cracks (See Figure 1, Plate 1). It appears that the roadway has been patched with
asphalt in several areas (See Figure 1, Plate 2). Portions of the roadway exhibiting structural
failure will require reconstruction. The rest of the roadway can be rehabilitated with placement
of overlay.
Actual treatment required for street rehabilitation will be based on a Deflection and Material
Analysis report to be prepared by DLA in conjunction with this project.
Drainage Improvements:
Newport Boulevard between 32nd Street and I Yh Street currently experiences significant flooding
normal rainfall events, in large part due to existing undersized storm drain facilities. The intent
of this project is to identify the deficiencies in the existing system and design system
�x� -�-T -- -
�,:
� .. �
r�!
:.
a..
�I�y,
..
i"�' Wy. •fY .."M.-
� �R�
� r �
�
�R�a�Y Yfr ?F:��r. aL.."
`
a.
�.vw'
IJ'i� _
�L�''�f
;�lrr�
�
♦� /� ��♦I
✓�yl
Ki�ir F `, �� �.���
.. 4 N�
1.
��
.r- 5'J� ��
.�
1V,�
' '
�
' w� �, '�k•. ..
� o .,. .
c�z�` �"�
y mow,.. .
T°
.. �ti�w:�s..
'.: � ..
Y "" '
1
A
Figure 1
Asphalt Patching on 32"" Street
PLATE 2
0 0
improvements to mitigate these deficiencies.
The existing drainage system in the project area can be divided into two separate areas (See
Figure 1, Plate 3).
Project Area "A ":
The drainage area contributing to the underground drainage system is surrounded by Balboa
Boulevard to the south, 30`h Street to the east, 32 "d Street to the west, and northerly of City Hall
to the north.
The existing storm drain system in this area consists of:
a) A 18 -inch R.C.P. storm drain on 32 "d Street northerly of Marcus Avenue;
b) A system on Newport Boulevard between 30'h Street and 32 "d Street, varying in
size from 8- inches to 12- inches;
c) A separate system across Newport Boulevard from City Hall to 32 "d Street,
varying in size from 8- inches to 18- inches.
All three systems drain into a 42 -inch diameter R.C.P. which outlets into Rivo Alto.
There are existing catch basins located at the following locations:
1) 32 "d Street/ Marcus Avenue - southwest corner;
2) 32 "d Street/ Newport Boulevard - southeast corner;
3) Northeast and northwest corner of 32 "d Street/ Newport Boulevard;
4) Northeast and northwest corner of 301h Street/ Newport Boulevard.
Project Area "B ":
The drainage area contributing to the underground system is surrounded by Newport Boulevard
to the south, 32 "d Street to the west, 29'h Street to the east, and the Bay to the north.
The existing storm drain system in this area consists of:
a) A system on 291h Street between Newport Boulevard and the Bay, varying in size
from 15- inches to 18- inches;
b) A 15 -inch diameter R.C.P. on Villa Way between 31 s' Street and 2 9'h Street;
J
9106
S_061 803_064 a\,�',
411b�;� ` A Y`['.•.. 03_03 11 T 1
�y/[Jn .I .I `..�•>: 803 �, � i I :',\
L4
I � '. ' \\ F- it In a 'x� b :�� \•
F\ ,{ ���III ry 11 11
u Half ,r I1..:_ rLQH.
,7f1r{xi 1 ZIP1�I I�In SIL I .VIA MALAGA
803_ '!
9PM0 I STREET
- --
'Y CB03_G60
400-03 UT
C1103_0 yy
/r 803 07
C803_071
803 07
l.!
313 -37 .. STREET. .
-
�
DRAINAGE
AREA «A„
DRAINAGE
AREA LAB„
I} ,
' 803 074 .; _
a� Isar" *T- -EBrm E-T - a1 Am
03_01
\ � 0 1076� I ui vl k .Jl_'
LIF Y�JI'LMI r �
90 q\
03
yt . < . •� �0
' ." '\ b •!Y.'
Pq
yyv. , l ._ x' ST03_
ST'
803_10
qq I
dY 3_047
e \ i
803_l06\ AJ
b \, \, o PLATE 3
I
�. �
Drainage Area Map
A
Jun 1996 E o m 0. I„
0
0
C) A 18 -inch diameter R.C.P. on Lafayette Avenue between 301E Street and 2911
Street.
There are existing catch basins located at the following intersections:
1)
Newport Avenue/ 29th Street;
2)
Villa Way/ 29th Street;
3)
Lafayette Avenue/ 2911 Street;
4)
301h Street/ Villa Way;
5)
316' Street/ Villa Way;
6)
Lafayette Avenue/ 301h Street.
The proposed improvements consist of upgrading the existing drainage system on Newport
Boulevard between 29'1 Street and 32nd Street. The scope of work also includes replacement
of substandard "grate" basins (See Figure 1, Plate 4) with curb opening, side inlet catch basins.
Preliminary research conducted at the City of Newport Beach, indicates that no hydrology study
or hydraulics analysis is available for the existing system.
A cursory review of the drainage area indicates that the upgraded system on Newport Boulevard
will ultimately tie into the system which outlets into Rivo Alto. The existing system on 291h Street
which varies in size from 15- inches to 18- inches does not appear to have the capacity to accept
this additional flow.
DLA will perform a hydrology study of the contributing area per the latest edition of the OCEMA
Hydrology Manual and for the purpose of downstream control obtain the water surface elevation
for the Newport Bay.
A visual inspection of the project area indicates the presence of sewer mains, water mains,
Southern California Edison vaults, Bell System manholes, Gas mains, and Comcast Cable Vision
facilities.
Figure 1
Substandard Catch Basin on Newpoil Boulevaid
PLATE 4
0 0
PROJECTAPPROACH
1. PRELIMINARY DESIGN DEVELOPMENT
♦ In a consultation meeting with the City, the scope of work, procedure for the
project and the precise limits of the project improvements will be reviewed.
♦ Notify all affected Public Utility Companies and identify all underground facilities
and structures.
♦ Obtain from City "as built' plans, centerline ties and bench marks.
2.
0
♦ Review with City staff to obtain specific input related to City goals, and discuss
preliminary issues.
UTILITY COORDINATION
♦ Proposed improvements will be coordinated with the following agencies:
a) Southern California Gas Company
b) Southern California Edison Company
C) Pacific Bell
d) Irvine Ranch Water District
e) Mesa Consolidated Water District
f) Comcast Cable Vision
g) Community Cable Vision
Each of the above listed utility companies will be sent a "Utility Notification Letter'
prior to commencement of preliminary design, preliminary improvement plans and
final plans. Copies of all utility correspondence will be delivered to the City with
completed construction documents submittal.
DESIGN SURVEY
♦ Locate beginning, intermediate and final bench marks. Locate and identify
horizontal controls used. Set aerial targets for each street.
♦ Conduct topographic survey and obtain street cross sections at 50 foot intervals.
Street cross sections to show elevations of top of curb, gutter flowline, lip of gutter,
edge of pavement, lane line, centerline, top of median curb, finished surface at
median curb.
.. • •
♦ Obtain street cross sections at all BCR's and ECR's.
♦ A minimum of two bench marks will be used for each street. Each bench mark will
be described on the plans and in the survey notes.
♦ Provide report to the City containing all survey control and cross section notes.
4. GEOTECHNICAL INVESTIGATIONS
♦ Mark the proposed boring locations and notify Underground Service Alert to
obtain clearances.
♦ Drill six (6) borings to a maximum depth of fifteen (15) feet. The borings will be
backfilled immediately upon completion of sampling and street pavement will be
temporarily patched with cold -mix asphalt concrete, Surplus soil will be removed
from the right -of -way.
♦ Measure the thickness of the pavement structural section and log the soil profile
at each boring location, and obtain samples for examination and testing in the
laboratory.
♦ Perform laboratory tests on selected samples to establish data on soil conditions.
Laboratory testing includes compaction, moisture, density, shear, sand equivalent,
water - soluble and stabilometer (R- Value) tests.
♦ Prepare a report on the findings and results of the investigation along with
recommendations /comments pertaining to trench stability, shoring, backfilling and
compaction for the storm drain and a recommended overlay for 32nd Street.
5. DEFLECTION ANALYSIS
♦ Drill a total of three (3) borings for the project. In general, borings will be located
at 50 foot intervals.
♦ Non - destructive pavement deflection data shall be gathered from each traveled
lane such that three sensor readings are recorded at each test location at select
intervals. Road Rater, operator, recorder and traffic control will be provided as
necessary.
♦ During deflection testing operations, notes of visual pavement conditions and /or
distress, cross streets, presence or absence of curb and gutter, and other such
observations shall be logged.
0 9
♦ Field data collected shall be processed through a computer. This process shall
produce a typed tabulation of all data and field notes thereon, which locate the
intersection of cross streets, pertinent landmarks, field conditions, etc. The
tabulation shall include the reading of three Road Rater sensors, as well as the
conversion of Road Rater Sensor Number One to an equivalent Traveling
Deflectometer unit.
♦ An engineering review of test data to isolate or separate limits of similar deflection
response for statistical summary of data (providing the 80th percentile deflection)
shall be made.
♦ Prior to field sampling operations, Underground Service Alert will be notified, all
test locations marked, and a meeting held, if requested, with concerned utilities
to relocate test sites as necessary.
♦ Coring and boring of the in -situ roadway materials shall be performed at noted
locations to determine pavement thicknesses and to obtain subgrade materials
for further analysis. Traffic control shall be provided during sampling operations.
♦ The in -place moisture content of the subgrade soil samples removed at each
location shall be determined. Individual or composite samples of subgrade
material which typify the materials encountered shall be selected and subjected
to R -Value testing for replacement section design.
♦ Using the traffic indices or traffic information provided by the City of Newport
Beach, and existing pavement thickness information determined during coring
operations, the 80th percentile deflection response shall be compared to known
pavement models. This comparison shall produce overlay requirements for a
select design period in accordance with CALTRANS Test Method No. 356, and
a service life reading (Nominal Service Life) for the roadways studied.
♦ A registered Civil Engineer shall supervise all operations, review all completed
data and incorporate results of deflection testing and pavement conditions.
Engineered recommendations for alternate methods of pavement rehabilitation
based upon deflection and materials analysis shall be provided.
0 0
6. PRELIMINARY DESIGN
Street Improvements:
♦ Prepare base maps using computer aided drafting (AutoCad) and transfer data
directly into the computer system. Plot existing utilities, existing right -of -ways etc.
♦ Provide necessary and proper coordination with all utility companies having
facilities within the project area. Send preliminary plans to utility companies,
requesting record data for all utilities. Record drawings provided by utility
companies will be used in conjunction with field data showing manholes, valves,
loop detectors and other appurtenances located by DLA during the deign survey.
♦ Plot existing cross sections.
♦ Superimpose proposed improvements over existing cross sections.
♦ Check the proposed cross sections for accuracy of cross slope. If the proposed
cross slope is less than the minimum required or more than the maximum
permissible, revise the type of proposed treatment to the street surface.
♦ Develop alternate methods of achieving city goals, giving consideration to existing
pavement condition as determined by pavement evaluation report. Repair,
rehabilitation, partial and full replacement shall be considered.
♦ Prepare preliminary street improvement plans.
♦ Prepare preliminary signage and striping plans.
♦ Prepare preliminary estimate of probable costs.
Drainage Improvements:
♦ Establish drainage boundaries and identify overland flow direction.
♦ Perform a hydrology study of the contributing area in accordance with County of
Orange Hydrology Manual.
♦ Review proposed horizontal and vertical alignment of proposed improvements in
relation to utility crossings.
♦ Prepare street capacity calculations to determine the location and sizes of
proposed catch basins.
♦ Obtain and coordinate with the City for hydraulic grade line control for existing
storm drain located on 32nd Street.
♦ Compute main line hydraulics for the system using the P.C. Version of Program
No. F051 (W.S.P.G. compiled by Woodcrest Engineering).
. • •
♦ Review hydraulic calculations with the City staff to identify system deficiencies.
♦ Design pipe sizes to maintain an open channel condition per City of Newport
Beach design criteria. If the contributing area is less than 100 acres, the
proposed system will be designed for 10 year storm. For drainage area in excess
of 100 acres, the proposed system will be designed for a 25 year storm.
♦ Prepare and submit preliminary storm drain plans to the City of Newport Beach
for review.
♦ Prepare preliminary estimate of probable costs.
7. FINAL DESIGN PHASE
Street Improvements:
♦ Evaluate cross sections and profiles for drivability.
♦ Prepare final street improvement plans. In addition, provide copies of all
calculations, cross sections and other support data to the City.
Title sheet will show:
0 Title
0 Vicinity and location map with plan sheet index and scale
0 Utility and plan legends
0 Bench mark, basis of bearings
0 General and master construction notes
0 Standard signature and title blocks
0 Utility notes, contact names and telephone numbers
Plan and Profiles will include:
0 Topography between right -of -way and beyond as necessary.
0 Right -of -way limit lines (existing and proposed)
0 Utility location plot
0 Construction notes and quantity estimates
0 Typical sections and details
0 Top of curb and center line profile
♦ Prepare final striping and signage plans. Final plans to include:
0 Removal and /or construction of existing and /or proposed traffic
features where applicable.
0 Traffic striping (traffic lanes, crosswalks, etc.)
0 Traffic signing.
0 Pavement markings and markers.
♦ Prepare project specifications and cost estimates.
♦ Final plans will be plotted on 4 mil thick mylar and delivered to the City on IBM
compatible floppy disks.
Drainage Improvements:
♦ Prepare and revise alignment per City of Newport Beach's comments.
♦ Prepare and compute mainline pipe hydraulics. Compute hydraulic grade line on
mainline and laterals.
♦ Prepare a hydrology and hydraulics notebook including copies of hydrologic and
hydraulic calculations.
♦ Prepare final storm drain plans and intersection modification plans at 40 scale.
♦ Prepare estimate of probable costs for proposed improvements based on final
design plans.
♦ Submit final plans to utility companies and obtain their approval.
♦ Prepare project specifications, estimates and bid packages.
NOTE: The final plans will be submitted to the City on IBM compatible floppy disks.
8. CONSTRUCTION ASSISTANCE
♦ Provide coordination during bidding process including answering bidders
questions during bidding phase.
♦ Provide assistance during construction phase including plan clarifications,
answering contractors questions and making revisions to plans, if any, to facilitate
smooth construction process.
♦ Prepare "as- built" plans based on information provided by the City.
9. QUALITY CONTROL/QUALITY ASSURANCE
DLA will use the critical path method of management for this project. A schematic critical
path will be submitted at the beginning of the project. This C.P.M. chart will identify
milestones and critical dates. The critical path will identify the order in which critical items
are to be completed. Throughout the project and before the drawings are submitted to
the City, a department review is implemented. This review will be performed by Mr. Walt
Lundin, P.E. Plans will be reviewed for accuracy, dimensional errors, conformity before
presented for review.
9
RESUMES
ORGANIZATION CHART
0
PROJECT TEAM
0 0
PROJECT TEAM
The most important element in the provision of professional services is the assignment of key
personnel. Quality personnel and an effective management system combine to produce quality
services. Accordingly, the following personnel have been assigned to this project.
Surender Dewan, P.E.
Project Manager /Principal
Walter Lundin, P.E.
Survey Coordinator, Quality Control /Principal
Hoang Nguyen
Project Engineer
Alex Bantigue
Designer
Bette Lee
Designer
Richard Coulson
Estimator
Charles Tuggle, L.S.
Survey Party Chief
Subconsultants
LaBelle- Marvin, Inc. Deflection and Material Analysis
Harrington Geotechnical Engineering, Inc. Geotechnical Investigations
H
<<
rm
2
U �
m
U
�
o-
0
m`
Z
r=
m
m 0
c
)
Z �
tu
o o�
Cc
Q U
Q
U
=o
o
- --
W
°°
x Q
Z
Co
uj
L6
a
¢ U
Q
ca
iQ
tea`
cc
O
ac
)
a
„o,
��
N
a
a
O
W
:t
;w
em
vi
ca
W
gU
"a
L6
aZ
0y
LU
m m
U
c o
�o °U
c
o
sZ
aU�
`v)
H
_
Ci !0
m
m �
O O
W
z�y
w
cc
O
m�Q
m
m G
N N
a.
J Q
0 0
SURENDER M. DEWAN, P.E.
PROJECT ASSIGNMENT: Project Manager
EDUCATION: Bachelor of Science, Civil Engineering, Delhi University, 1970
Master of Science, Civil Engineering, Washington University, 1978
ACTIVE REGISTRATION: Civil Engineer, California - RCE 34559
Civil Engineer, Nevada - RCE 11221
PROFESSIONAL BACKGROUND:
Mr. Dewan, Principal of Dewan, Lundin & Associates (DLA), has over 28 years of professional
experience in the design of Public Works projects. Mr. Dewan is responsible for performing and /or
coordinating engineering design and other related technical services including project management;
preparation of plans, specifications, estimates, design, and evaluation of major street improvement
and drainage improvement projects.
Mr. Dewan has served as Project Manager on numerous municipal projects:
• 1996 -1997 CDBG Street Renovation Project - Baldwin Park
• Baldwin Park Boulevard Improvements - Baldwin Park
• Firestone Boulevard Improvements - South Gate
• Southern Avenue Improvements - South Gate
• Brea Canyon Road and Brea Canyon Cut -off Street Improvements - Diamond Bar
• Bloomfield Avenue Improvements - Cerritos
• Diamond Bar Boulevard Improvements, Grand Ave. to State Route 60 - Diamond Bar
• Diamond Bar Boulevard Improvements, Palomino to Temple - Diamond Bar
• Sunset Crossing Improvements - Diamond Bar
• Brookhurst Street/Trask Avenue Intersection Improvements - Garden Grove.
• 183rd Street Improvements - Cerritos
166th Street Improvements - Cerritos
• South Laguna Storm Drain Project - Laguna Beach
• Orangefair Commercial Storm Drain System - Anaheim
• East Newport Heights Relief Storm Drain - Newport Beach, Dover Drive
Gilbert Street Storm Drain Improvements - Garden Grove
• Shannon Avenue Storm Drain Improvements - Garden Grove
Ambushers and Meadowglen Street and Storm Drain Improvements- Diamond Bar
• Trask Avenue Street and Storm Drain Improvements - Garden Grove
0 0
WALTER F. LUNDIN, P.E.
PROJECT ASSIGNMENT: Quality Control and Specifications
EDUCATION: Bachelor of Science, Civil Engineering, Oregon State University
Masters of Business Administration, National University
ACTIVE REGISTRATION: Registered Civil Engineer, California Certificate 44453
Professional Engineer, Hawaii License Number PE -5666
PROFESSIONAL BACKGROUND:
Mr. Lundin, Principal of Dewan, Lundin & Associates (DLA), has experience in quality control and
construction management of roadway and drainage projects.
Within Mr. Lundin's quality control experience he has been responsible for constructibility review of
plans and specifications, development and implementation of contractor quality control programs,
and final acceptance of completed work.
In the area of construction management, Mr. Lundin has been responsible for obtaining and
evaluating bids, reviewing contractor qualifications, coordinating contractor's work with the client,
reviewing requests for clarification, negotiating and approving change orders, approving requests
for payment, coordinating inspections of work, final acceptance of work, and review of as -built plans.
Recent projects on which Mr. Lundin provided design and construction services include:
• 1996 -1997 CDBG Street Renovation Project - Baldwin Park
• Baldwin Park Boulevard Improvements - Baldwin Park
• Sunset Crossing Road Improvements - Diamond Bar
• Southern Avenue Improvements - South Gate
• Firestone Boulevard Improvements - South Gate
• Traffic Signal Upgrades Phase I - South Gate
• Diamond Bar Boulevard Improvements - Diamond Bar
• Grand Avenue Improvements - Diamond Bar
• Slurry Seal Area V and VI - Diamond Bar
• South Laguna Storm Drain Project - Laguna Beach
• Orangefair Commercial Storm Drain System - Anaheim
• Shannon Avenue Storm Drain Improvements - Garden Grove
HOANG NGUYEN
PROJECT ASSIGNMENT: Project Engineer
EDUCATION: Associate of Arts, Drafting , College of Denver, 1980
Bachelor of Science, Civil Engineering, Metropolitan State College,
1984
PROFESSIONAL BACKGROUND:
Mr. Nguyen has over 20 years of civil engineering experience. Mr. Nguyen has been responsible
for preparation of plans, specifications, estimates and design of street improvement projects. Mr.
Nguyen is particularly knowledgeable in the use of AutoCAD with Autodesk software. He has been
responsible for the operation and technical coordination of all projects produced on the CAD system.
Mr. Nguyen has recently served as Project Engineer on the following projects:
• 1996 -1997 CDBG Street Renovation Project - Baldwin Park
• Baldwin Park Boulevard Improvements - Baldwin Park
• Diamond Bar Boulevard Improvements, Grand Ave. to State Route 60 - Diamond Bar
• Diamond Bar Boulevard Improvements, Palomino to Temple - Diamond Bar
• Sunset Crossing Road Improvements - Diamond Bar
• Firestone Boulevard Improvements - South Gate
• Southern Avenue Improvements - South Gate
• 183rd Street Improvements - Cerritos
• Bloomfield Avenue Improvements - Cerritos
• 166th Street Improvements - Cerritos
• Brookhurst Street/Trask Avenue Intersection Improvements - Garden Grove
• South Laguna Storm Drain Project - Laguna Beach
Orangefair Commercial Storm Drain System - Anaheim
• East Newport Heights Relief Storm Drain - Newport Beach, Dover Drive
• Gilbert Street Storm Drain Improvements - Garden Grove
Shannon Avenue Storm Drain Improvements - Garden Grove
Ambushers and Meadowglen Street and Storm Drain Improvements- Diamond Bar
• Trask Avenue Street and Storm Drain Improvements - Garden Grove
• i
BETTE LEE
PROJECT ASSIGNMENT: Designer /Draftsperson
EDUCATION: Cadastral and Topographic mapping, University of California, Los
Angeles Workshop on Caltrans Standards - 1987
PROFESSIONAL BACKGROUND:
Mrs. Lee has over 25 years of experience in civil engineering drafting. Most recently her experience
has been in preparing street improvement, and water and sewer plans for various tracts, mobile
homes parks and various government projects in the Orange County area. She has plotted
topographic and boundary maps from field survey notes and has prepared parcel maps.
For the State of California, Division of Highways, department of Public Works, District 7,
(CALTRANS), Mrs. Lee has experience in preparing construction plans for freeways; preparing and
plotting base maps for layouts, profiles for roadway grading, and cross sections from field survey
notes; drawing roadway templates for earthwork quantities; computing and checking earthwork and
concrete paving quantities; computing alignment and grades for roadway ramps; drawing
construction details; and checking computations for estimates of contract quantities.
ALEX BANTIGUE
POSITION: Designer
0
EDUCATION: Bachelor of Science - 1986, University of California, Irvine
PROFESSIONAL BACKGROUND:
Mr. Bantigue has 10 years of experience specializing in civil and traffic engineering design and has
applied his expertise in engineering design to computer applications. He is particularly
knowledgeable in the use of AutoCAD with the D.C.A. Software Program. Mr. Bantigue has been
responsible for the operation and technical coordination of projects produced on the CAD system.
This includes imputing and processing output of all engineering drawings from concept through final
design of projects such as roadway design, traffic signals, and pavement reconstruction.
Mr. Bantigue's representative experience in CADD system operation and technical coordination of
road /highway projects has included:
• Valley Center Road - County of San Diego
• Victoria Street Improvements - Costa Mesa
• Trabuco Road Improvements - Mission Viejo
• Western Avenue Improvements - Garden Grove
• Bloomfield Avenue Improvements - Cerritos
• Atlantic Avenue Street Improvements - Lynwood, Los Angeles County
• Capital Roadway Improvements Project - UCI, Orange County
• South Street Improvements and Median Modification Project - Cerritos
• Street Rehabilitation Improvement Projects - South Gate, Los Angeles County
RICHARD COULSON
PROJECT ASSIGNMENT: Cost Estimator
PROFESSIONAL AFFILIATIONS: American Society of Professional Estimators
National Association of Professional Consultants
American Arbitration Association
Society of American Military Engineers
State of California Public Works Contract Arbitration
Committee
PROFESSIONAL BACKGROUND:
Mr. Coulson has over 35 years of experience as a Chief Estimator, General Engineering Contractor,
and Quantity Surveyor for both governmental and private industries. He is experienced in the area
of bidding, estimating, contract administration, purchasing, quantity estimates, and budgets.
Mr. Coulson has provided competitive bids, budgetary estimates and conceptual cost evaluations
for the construction of roads /highways, paving, grading, waterlines, sewers, and storm drains
(primarily in cast -in -place concrete pipe).
He has also been Chief Estimator for the construction of marinas, shopping centers, school sites,
subdivisions, golf courses, and airfields.
Mr. Coulson prepared cost estimates for the following road projects:
• Diamond Bar Boulevard Improvements - Diamond Bar
• Sunset Crossing Road Improvements - Diamond Bar
• Firestone Boulevard Improvements - South Gate
• Southern Avenue Improvements - South Gate
• Bloomfield Avenue Improvements - Cerritos
• 166th Street Improvements - Cerritos
• Norwalk Boulevard Improvements - Cerritos
• Residential Street Rehabilitation Project - Cerritos
• Trask Avenue Improvements - Garden Grove
• Brookhurst Street/Trask Avenue Intersection Improvements - Garden Grove
Turnbull Canyon Road - County of Los Angeles
0 0
CHARLES TUGGLE, L.S.
PROJECT ASSIGNMENT: Survey Party Chief
EDUCATION: Santa Ana College - Advanced Surveying Problems,
Photogrammetry, Programmable Desk Top Computers, Boundary
Control for Surveyors, Land Survey Descriptions.
El Camino College - Trigonometry, Elementary Analysis, Engineering
Drawing.
ACTIVE REGISTRATION: Licensed Land Surveyor - State of California - Registration No. 4025
(1972)
PROFESSIONAL BACKGROUND:
Mr. Tuggle has over 45 years of experience in management and supervision of land surveying for
various projects from the development phase through the construction phase. His responsibilities
have included quality /budget control; project scheduling; and coordination with civil engineers, land
planners and other governmental agencies in order to successfully complete multi - million dollar
projects. Mr. Tuggle has prepared tentative maps, final maps, parcel maps, legal descriptions,
easement descriptions, right -of -way acquisition documents, lot line adjustments and ALTA surveys.
The types of projects Mr. Tuggle has been responsible for include streets; storm drains; water lines;
sewer systems; and commercial, multi - dwelling and single - family residential, and industrial
properties.
Mr. Tuggle has been responsible for reviewing and approving survey data; coordination of design
work; managing and scheduling survey crews, and coordination with site superintendents; collection
and analysis of field data; reviewing contractor bids; selecting contractors; and performing site
inspections during construction.
Mr. Tuggle has recently performed design and construction services on the following road projects:
• Gilbert Street Storm Drain Improvements - Garden Grove
• Dover Drive Storm Drain Improvements - Newport Beach
• Baldwin Park Boulevard Improvements - Baldwin Park
• Diamond Bar Boulevard Improvements - Diamond Bar
Sunset Crossing Road Improvements - Diamond Bar
• Firestone Boulevard Improvements - South Gate
• Southern Avenue Improvements - South Gate
• 183rd Street Improvements - Cerritos
• Bloomfield Avenue Improvements - Cerritos
• 166th Street Improvements - Cerritos
• Norwalk Boulevard Improvements - Cerritos
E
0
Subconsultant: LaBelle - Marvin, Inc.
SUMMARY OF QUALIFICATIONS
LaBelle - Marvin is a corporation which was founded in 1969 by Francis F. LaBelle. LaBelle -
Marvin specializes in the analysis and design of asphalt concrete pavements. The company
takes pride in offering professional pavement engineering services to their valuable variety of
clients.
LaBelle- Marvin, Inc. has developed a reputation as a leader in the evaluation of asphalt concrete
pavements including the dynamic testing of in -situ pavement strength using the mobile Road
Rater equipment. Expertise in paving system services include laboratory evaluation of asphalt
concrete materials, aggregates, soils, soils stabilization and pavement rejuvenating /recycling.
In addition, commercial pavements and private street systems are evaluated, rehabilitation
designed, plans, specifications and bid documents prepared and distributed, the contract
administered and repair operations monitored. Specialized services include use of the California
Profilograph to determine pavement surface smoothness or the Mu -Meter to measure skid
resistance characteristics.
Subconsultant: Harrington Geotechnical, Inc.
SUMMARY OF QUALIFICATIONS
Harrington Geotechnical, Inc. provides quality geologic and geotechnical engineering services.
The firms geotechnical expertise is carefully applied in those projects for which geotechnical
design criteria are critical.
Careful field observation and interpretation of data from specific laboratory tests allow Harrington
Geotechnical's geologist and geological engineers to provide appropriate data for a variety of
engineering applications.
Harrington Geotechnical's main purpose is to provide sound, practical, and useful environmental
and geotechnical services in a timely and cost efficient manner.
a •
Don Harrington, Sr., P.E.
PROJECT ASSIGNMENT: President, Harrington Geotechnical Engineering, Inc
EDUCATION: Civil and Structural Engineering, ICS Center for Degreed Studies
Certificate in Environmental Auditing, California State University
Certificate in Environmental Site Assessment & Remediation,
University of California, Irvine
Geotechnical Engineer License Review, University of California,
ACTIVE REGISTRATION: Civil Engineer, California, Oregon and Nevada
Geotechnical Engineer, California
Environmental Assessor, California
Registered Inspector, Long Beach, California
PROFESSIONAL ACTIVITIES:
Examination
Consultant: Board of Registered Construction Inspectors, State of California, Department of
Consumer Affairs, 1975
Director: California Geotechnical Engineers Association, 1974 -1975
Chairman: Governmental Practices Committee, California Geotechnical Engineers Association,
1973 -1975
Member: American Society of Civil Engineers
International Society of Soil Mechanics & Foundation Engineers
National Society of Professional Engineers
American Society for Testing and Materials
International Conference of Building Officials
CONTINUING EDUCATION SEMINARS:
ASCE Geotechnical - Shear Strengths for Slope Stability Evaluation and Practical Methods of Slope
Stability Analysis
PWI Consulting Engineers - Health and Safety Training for Hazardous Waste Operations
Building Industry Association - Toxic Liability and Hazardous Waste Clearance Investigations
Department of Civil Engineers - Building on Expansive and Collapsing Soils
Post Tensioning Design Institute - Design and Construction of Post Tensioned Slabs on Ground
Troxler Electronic Laboratories - Nuclear Testing Equipment Training Course
ASCE - Individual Sewage Disposal Systems
0 0
FIRM'S EXPERIENCE & REFERENCES
♦ STREET IMPROVEMENT EXPERIENCE
STORM DRAIN IMPROVEMENT EXPERIENCE
REFERENCES
0 0
STREET IMPROVEMENTS
DLA provides a full realm of services to various clients for their street improvement
and new roadway design projects. Our staff has been responsible for preliminary
and final plans, specifications and estimates, project and contract administration,
construction observation, right -of -way engineering, field and construction
surveying, pavement evaluation and rehabilitation, alignment studies, bicycle
roadway systems, environmental impact studies, street lighting plans, landscape
architecture, construction traffic control plans, bid documents, and preparation of
as- constructed drawings. Our staff is also familiar with government funding
requirements such as Community Development Block Grants, Federal Aid Urban,
Housing and Urban Development, Local Public Works Act Bill, Housing and
Community Development Administration, and Arterial Highway Financing
Programs, ISTEA, and Measure "M ".
0
0
STREET IMPROVEMENT EXPERIENCE
Listed below are some of the major street improvement projects in progress or recently
completed by our firm.
Client: City of Baldwin Park
Project: 1996 -1997 CDBG STREET RENOVATION PROJECT
Description: The project consisted of design of street improvements including design survey
for various streets in the City of Baldwin Park.
Construction Cost: $1 Million
Completion Date: In Progress
Contact Person: Ms. Anne Garvey, Associate Engineer
(626) 960 -4011
Client: City of Baldwin Park
Project: BALDWIN PARK BOULEVARD IMPROVEMENTS
Description: Baldwin Park Boulevard improvements from Francisquito Avenue to Merced
Avenue. This project included the reconstruction /rehabilitation of existing
roadway, signage and striping plans, etc. Total length of project 3/4 mile.
Construction Cost: $500,000
Year Completed: 1997
Contact Person: Ms. Anne Garvey, Associate Engineer
(626) 960 -4011
Client: City of Diamond Bar
Project: AMBUSHERS AND MEADOWGLEN IMPROVEMENTS
Description: Ambushers Street between Woodhill Circle and 20914 Ambushers, and
Meadowglen Road between Ironhorse Canyon and Silver Rain Drive. This project
includes street and storm drain plans, striping and signage plans, specifications,
etc.
Construction Cost: $350,000
Year Completed: 1998
Contact Person: Mr. David Liu, Deputy Director of Public Works
(909) 396 -5672
Client: City of Diamond Bar
Project: DIAMOND BAR BOULEVARD
Description: Diamond Bar Boulevard improvements from Palomino Drive to Temple Avenue.
This project includes reconstruction /rehabilitation of existing roadway, signage and
striping. Total length 1.75 miles.
Construction Cost: $950,000
Year Completed: 1998 -99
Contact Person: Mr. David Liu, Deputy Director of Public Works
(909) 396 -5672
0 0
Client: City of Diamond Bar
Project: DIAMOND BAR BOULEVARD
Description: Diamond Bar Boulevard improvements from Grand Avenue to State Route 60.
This project includes reconstruction /rehabilitation of existing roadway, signage and
striping plans, etc. Total length 1.75 miles.
Construction Cost: $1 Million
Year Completed: 1996
Contact Person: Mr. David Liu, Deputy Director of Public Works
(909) 396 -5672
Client: City of Diamond Bar
Project: SUNSET CROSSING ROAD IMPROVEMENTS
Description: Sunset Crossing from Golden Springs Drive to Diamond Bar Boulevard. This
project includes reconstruction /rehabilitation of existing roadway, signage and
striping plans. Total length 1.25 miles.
Construction Cost: $350,000
Year Completed: 1996
Contact Person: Mr. David Liu, Deputy Director of Public Works
(909) 396 -5672
Client: City of South Gate
Project: FIRESTONE BOULEVARD IMPROVEMENTS
Description: Firestone Boulevard improvements from Alameda to easterly City limits. The
project included reconstruction /rehabilitation of existing roadway with rubberized
asphalt, reconstruction of curb and gutter, sidewalks, drainage improvements,
signage and striping plans. Total length 4.5 miles.
Construction Cost: $3.1 Million
Year Completed: 1995
Contact Person: Mr. Shafique Naiyer, Acting Deputy City Engineer
(323) 563 -9582
Client: City of South Gate
Project: SOUTHERN AVENUE IMPROVEMENTS
Description: Southern Avenue improvements from Long Beach Boulevard to Atlantic Avenue.
The project included reconstruction of existing pavement, reconstruction of curt
and gutter, sidewalks, striping, signage, and street lighting plans. Total length 1.7
miles.
Construction Cost: $1 million
Contact Person: Mr. Shafique Naiyer, Acting Deputy City Engineer
(323) 563 -9582
Client: City of Cerritos
Project: BLOOMFIELD AVENUE IMPROVEMENTS
Description: Bloomfield Avenue improvements, from Artesia Boulevard to northerly city limits.
The project included construction of landscaped and irrigated medians on
Bloomfield Avenue. Also included in the project was rehabilitation of existing
pavement using rubberized asphalt, construction of drainage improvements,
signage, and striping plans. Total length 1.5 miles.
0 0
Construction Cost: $650,000
Contact Person: Mr. Vince Barr, Director of Public Works
(310) 860 -0311
Client: City of Cerritos
Project: 183rd STREET IMPROVEMENTS
Description: 183rd Street Improvements, from Shoemaker Avenue to Marquardt Avenue.
Project included construction of landscaped and irrigated medians on 183rd.
Construction Cost: $1 Million
Contact Person: Mr. Rash Syed, Associate Engineer
(310) 860 -0311
Client: City of Cerritos
Project: NORWALK BOULEVARD IMPROVEMENTS
Description: Norwalk Boulevard improvements from Del Amo Avenue to the northerly city limits.
Total length 1.6 miles.
Construction Cost: $600,000
Contact Person: Mr. Rash Syed, Associate Engineer
(310) 860 -0311
Client: City of Cerritos
Project: 166TH STREET IMPROVEMENTS
Description: 166th Street Improvements, from Bloomfield Avenue to Norwalk Boulevard.
Norwalk Boulevard Improvements, from Del Amo Avenue to Northerly City limits.
Total length 1.6 miles.
Construction Cost: $500,000
Contact Person: Mr. Rash Syed, Associate Engineer
(310) 860 -0311
Client: City of Cerritos
Project: RESIDENTIAL STREETS
Description: Residential Streets Rehabilitation Project, various locations, total length 1.2 miles.
Construction Cost: $600,000
Contact Person: Mr. Rash Syed, Associate Engineer
(310) 860 -0311
Client: City of Garden Grove
Project: BROOKHURST STREET /TRASK AVENUE INTERSECTION
Description: The project consisted of reconstruction /rehabilitation of the intersection with fabric,
rubberized asphalt, additional turn lanes, signal modifications, etc.
Construction Cost: $300,000
Contact Person: Mr. Bill Patapoff, City Engineer
(714) 741 -5184
0 0
HYDRAULIC, HYDROLOGYAND
STORM DRAIN IMPROVEMENT EXPERIENCE
Our range of services in the area of storm drainage systems has included master
plans; hydrology/hydraulic calculations; preliminaryfnal plans; specifications and
estimates; planning; coordination of materials testing; topographic and
construction surveying; construction /contract administration; inventory of facilities;
mapping; condition analyses; and preparation of construction bid packages.
• i
Client: City of Anaheim
Project: ORANGE FAIR LANE STORM DRAIN IMPROVEMENTS
Description: The project consists extending a 48 inch diameter storm drain approximately 900
feet to collect surface runoff from Orange Fair Lane. In doing so the new line
crosses several sets of railroad tracks requiring extensive coordination with the
Southern California Regional Rail Authority.
Construction Cost: $200,000
Year Completed: 1998
Contact Person: Mr. Eddy Jan, Associate Engineer
(714) 254 -5176
Client: City of Laguna Beach
Project: SOUTH LAGUNA BEACH STORM DRAIN
Description: Construction of a new storm drain system in South Laguna Beach of
approximately 3,500 L.F. with an energy dissipator at the outlet structure.
Expected completion date in mid -1998.
Construction Cost: $700,000
Year Completed: 1998
Contact Person: Mr. Steve May, City Engineer
(714) 497 -3311
Client: City of Newport Beach
Project: EAST NEWPORT HEIGHTS STORM DRAIN
Description: Construction of major storm drain improvements on Dover Drive. The total length
of the system is approximately 2,700 linear feet. Expected completion date: 1998.
Construction Cost: $750,000
Year Completed: In Progress
Contact Person: Ms. Marla Matlove, Senior Civil Engineer
(714) 644 -3322
Client: City of Garden Grove
Project: GILBERT STREET STORM DRAIN
Description: Construction of major storm drain improvements on Gilbert Street from Lampson
Avenue to Bixby Avenue. The size of the storm drain varies from 54 inches to 42
inches.
Year Completed: 1997
Contact Person: Mr. Navin Maru, Assistant Engineer
(714) 741 -5180
Client: City of Diamond Bar
Project: AMBUSHERS AND MEADOWGLEN IMPROVEMENTS
Description: Ambushers Street between Woodhill Circle and 20914 Ambushers, and
Meadowglen Road between Ironhorse Canyon and Silver Rain Drive. This project
includes street and storm drain plans, striping and signage plans, specifications,
etc.
Construction Cost: $200,000
Year Completed: In Progress
Contact: Mr. David Liu, Deputy Director of Public Works
(909) 396 -5672
0
0
LIST OF REFERENCES
Additional information regarding the professional capabilities of Dewan, Lundin & Associates can
be obtained by contacting the present and former clients listed below. We urge you to contact
these references regarding our record of performance, quality of work, and ability to meet time
schedules.
Mr. David Liu City of Diamond Bar
Deputy Director of Public Works
(909) 396 -5672
Mr. Ralph Harp City of Anaheim
Principal Civil Engineer
(714) 765 -5176
Mr. Tom Melendrez City of South Gate
Senior Engineer
(323) 563 -9537
Mr. Bob Kellison City of Fountain Valley
Project Coordinator
(714) 965 -4400
0
0
PROJECT SCHEDULE
J
W
U
z
CO
W
0
z
a
0
0
z:m
acj:x
Z O c�
ON W
Q F- f SCI
W E4
J�a
mN
a
Lj w
m0 z
N
O
m >
H J
(n M i--�
0H �
Z W
N O
M d
3
W
Z
1]
0
RESOURCE REQUIREMENTS
C
L
E
O
r
d
ru r
ru N
m L
O "
F d N
Z C
W SO-. cc
r2 R d
Lu = 7
�a O
j R m
L
u 0
UJ
N Z
00) c
y tQ
W r o
M
V
LL @
t
d
m
d
N
M
J
Q
U
U
c
W
•�
7
N
a
V
V
1
N
i
i
O
N
CO
a
J
U
m
a°)
c
m
0
o
0
O
Q
J
�
C
t0
�
~
C
=
W
�
c
W
Z
U
�
U
p
co
C
U
O
ED
O
O
O
N
O
i
N
r
i
0
tO
y
W
O
�
m
W
> w
O
U) U
H K
U W
W
-)Z
V
V
a
V
V
vt
N
fD
N
M
W
N
[O
vt
co
c0
co
co
V
f0
� 0
1
az
w
~w
w (9
QZ
N
N
N
N
N
N
N
N
N
V
N
N
N
N
N
vt
CO
N
d' Q
ag
W
J
<
C1
¢
a
O
Y
U
a
O
CL
H
Y
O
0
F'
N
'>
C
t0
C
m
U
N
E
N
m
o
K
Y
z
m
a
a
>
W
C
z
a
¢
co
p
J
.0
E
a
a
Q
y
O
m
M
o
a�
w
O
U
N
_
W
WQ
O
0
'
cn
'm
O
w
m
�
o
a
f
(O 7
Z
w
Q
Q°
E
O
y
O
O_
E
F
N
W
W
0
F
°
c
E
°
E
E
o
(
w
0
=
z
F
V)
z
o
o
o
a
IL
c7
w
O N
0
U)
in
W
e
i
i5
in
W
E°
c=
o
p
c7
V)
z
41 c
n
`°
Z`
Z'
Z
E
a
m
>,
Z`
Z'
Q
m
v
oiS
E
U
z
p
i
w
t9
CO
c
c
c
c
d
Ol
N
0)i
O
y
Z
J
0
.m
>
o
O
J
c
a
E
in
U)
'o
rn
U
y
Y>
Q
Q
Y v
a i
E
.E
.E
o
-
o
c
E
E
c
p
z
a
O
z
Q
N
w
m
N
E
V
Tm
'd
N
p
c
c
6
C
a
w
__a5Q
Ja
Z
D.
m
o
a
n.
a_
m
'0
2
G
LL
LL
E
2
tL
y
Z
g
fn
Z
F=
U
w
Z
E
z
d
d
d
d
Z
E°
�,
D E
d
Y
m
d
d¢
J
J
n
a
a
a
a
°t
a
a
a
Im
'm
Q
« y
.�
E
J«
d
o
a
a
o
a
y
7
W
W
w
w
W i
d
j
¢
a
d
d
w
m
d
a`
d
d
d
U
m
d
Z .��,
a
d�
d
d
N
N
a
o
0
(7
o. V)
0
LLy
O
a¢
Q
0
Percent of work hours performed be various members of the team by designation, will be as
follows:
Project Team Member
Percentage of Work Hours
Project Manager
13%
Project Engineer
40%
Survey Crew
9%
Designer
35%
Estimator
3%
Subconsultants:
Not Included
0 0
APPENDIX
♦ SAMPLE PLANS
♦ INSURANCE CERTIFICATE
♦ MINORITY CERTIFICATE
• Certificate of Insurance •
Agency Name and Address:
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Professional Practice Insurance Brokers, Inc.
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
250 Newport Center Drive, Suite M -106
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
Newport Beach, California 92660
ALTER THE COVERAGE AFFORDED THE POLICIES LISTED BELOW.
(949) 729.0777 Fax (949) 729.0770
EFFEC. DATE
Insured's Name and Address:
Companies Affording Coverage
DL&A (Dewan, Lundin & Associates)
Company A -- American Motorists Insurance Company
12377 Lewis Street, Suite 101
Company B -- Continental Casualty Company
Garden Grove, California 92640
General Aggregate $2,000,000
COVERAGES: THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.
NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE ANY 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.
CO.
TYPE OF
POLICY
POLICY
POLICY
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
LTR.
INSURANCE
NUMBER
EFFEC. DATE
EXPIR. DATE
LIMITS
GENERAL LIABILITY
Authodxed Representallve: Date: septembw 17, 199s
General Aggregate $2,000,000
Products-Com/O pe Agg. $2,000,000
A
[XI Comml. Gen. Liability
7JW304394 -01
09126/98
09126199
Personal & Adv. Injury $1,000,000
( I Claims Made
Each Oacurtence $1,000,000
( X I Occurrence
Fire Dame ge (any one Oro $ 100,000
(XI Independent Contractors
Other
I X I Contractual
[Xj BFPD
I $
AUTO LIABILITY
Combined Single Limit $1,000,000
A
[ I Any Automobile
7JW304394 -01
09126198
09/26/99
Bodily Injury (per person)
[ I All owned autos
[ I Scheduled autos
$
Bodily Injury (per accident)
[ X I Hired autos
( X I Non-owned autos
$
Property Damage
[ I Garage liability
i
EXCESS LIABILITY
( j Umbrella Forth
Each Occurrence $
Other than Umbrella Form
Aaareoilto $
WORKERS'
Statutory UnTits:
A
COMPENSATION
7CW304394 -03
09101198
09/01/99
Each Aoddent $1,000,000
AND EMPLOYERS'
Dlaea ollcy Limit $1,000,000
LIABILITY
Disease -Each Employee 1 10001000
B
PROFESSIONAL
SFN133324987
0912311998
09123/2001
Per Clain / $ 1,000,000
LIABILITY
And Aggregate $1000000
Description of Operations/ LocationsNehicies /Resttic6onsiSpecial Items:
EVIDENCE OF COVERAGE'S RENEWED
Certificate Holder:
THE AGGREGATE LIMIT IS THE TOTAL INSURANCE AVAILABLE FOR CLAIMS PRESENTED
WITHIN THE POLICY FOR ALL OPERATIONS OF THE INSURED. CANCELLATION:
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL MAR 30 DAYS' WRITTEN NOTICE
TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, EXCEPT BI THE EVENT OF
CANCELLATION DUE TO NO AYMENT OF PREMIUM IN WHICH CASE A 10 DAYS NOTICE
WILL BE GIVEN. eats mWE CNANaa IN cA4cN.L AnoN voitsuisin
Authodxed Representallve: Date: septembw 17, 199s
Heather HI 'a �_
CCCCCCCCC TTTT
•
CCCCCCCCC TTTT
CATEGORIES and BUSINESS Types---- -
CCCC TTTTTTTTTTTTTT
C8700
CCCC TTTTTTTTTTTTTT
SE
CCCCCCCCC TTTT
DESIGN
CCCCCCCCC TTTT TTTT
C8710
TTTTTTTTT
SE
CALTRANS
CIVIL ENGINEERING
Certification Number:
CT- 027313
Certifying Agency: CALTRANS
Expiration Date: 02 -01 -2000
Contact Person: SURENDER DEWAN
Attention: SURENDER DEWAN
DEWAN, LUNDIN B AS
12377 LEWIS ST 0101
GARDEN GROVE, CA 92640
ASIAN IND
MALE
PARTNERSHIP
---- -Post in I uuuc •anw
(714) 740 -8840
DRTMENT OF TRANSPORTATION
B 91ness Enterprise Program
PO BOX 942874 - MS 79
SACRAMENTO, CA 94274 -0001
(916) 227-9599
- -- * CERTIFIED PROGRAMS - --
DBE SMBE
CERTIFICATION MUST BE RENEWED 120 DAYS PRIOR TO EXPIRATION DATE. - --
It is your responsibility to:
- Apply for Recertification on a Timely Basis.
- Review this notification for accuracy and notify Caltrans in writing of any necessary
changes.
-- ---Preferred WORK LOCATIONS---- -
19 LOS ANGELES 30 ORANGE 33 RIVERSIDE 36 SAN BERNARDINO
37 SAN DIEGO
(( Only certified DBE's may be utilized to meet Federally funded contract goals.
Only certified SMBE or SWBE's may be utilized to meet State funded contract goals.
Only certified CFMBE or CFWBE's may be utilized to meet Century Freeway contract goals.
- - - -- Preferred WORK
CATEGORIES and BUSINESS Types---- -
C8700
CONSULTANT
SE
C5705
DESIGN
SE
C8710
ENGINEERING
SE
C8720
CIVIL ENGINEERING
SE
08721
RIGHT OF WAY
ENGINEER SE
C8760
SURVEYOR
SE
C8765
DRAFTING
SE
C0770
CONSTRUCTION MANAGEMENT
SE
(( Only certified DBE's may be utilized to meet Federally funded contract goals.
Only certified SMBE or SWBE's may be utilized to meet State funded contract goals.
Only certified CFMBE or CFWBE's may be utilized to meet Century Freeway contract goals.
E
32ND STREET IMPROVEMENTS
EXHIBIT "B"
SCHEDULED BILLING RATES
ATTACHMENTS
October 19, 1998
Mr. Bill Patapoff
City Engineer
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92658 -8915
OCT 1 9 1998
SUBJECT: Revised Fee Proposal for Professional Engineering Services
FY 1998 -1999 Street Rehabilitation Program
32"" Street Rehabilitation and Newport Boulevard 129th Street Storm Drain
Dear Mr. Patapoff:
Pursuant to the meeting held at your office on October 12 "', enclosed herewith is the revised fee
proposal for the subject project.
The proposal has been revised to reflect the following:
a) Revised scope of geotechnical services per attached letter from Harrington Geotechnical,
dated October 16, 1998.
b) Include preparation of plans for construction of asphalt concrete overlay on Newport
Boulevard between 32nd Street and 30 " Street and delete striping and signage plans.
If you have any questicns or concerns regarding this submittal, please contact the undersigned.
Sincerely,
Dewan, Lunddin &?associates
—k� i,.
Surender Dewan, P.E.
Principal
Enclosures
NB- 004Rev -PRO
FEE PROPOSAL
For
Proposal for Professional Engineering Services
FY 1998 -1999 Street Rehabilitation Program
32 "' Street Rehabilitation and Newport Boulevard /29th Street Storm Drain
Revised October 19, 1998
ITEM DESCRIPTION AMOUNT
1. Preliminary Design Development ........................... $930.00
2. Design Survey ......... ............................... $5,650.00
3. Preliminary Design Phase ............ I .............. 1 $13,845.00
4. Final Design Phase ..... ............................... $6,785.00
5. Assistance during Bidding Phase ........................... $645.00
6. As -Built Plans ............ ............................... $930.00
7. Printing Allowance ........ ............................... $500.00
Subtotal: $29,285.00
Subconsultants:
Harrington Geotechnical, Inc . .. ............................... $4,550.00
(Geotechnical Investigations) Mark -Up 10% .............. $455.00
Subtotal: $5,005.00
TOTAL NOT -TO- EXCEED FEE: .............................. $34,290.00
SCHEDULE OF HOURLY RATES
Dewan, Lundin & Associates
HOURLY CHARGES FOR PERSONNEL:
Project Manager ................. ...............................
$85.00
Project Engineer ................. ...............................
$70.00
Design Engineer ................. ...............................
$60.00
CADD Designer ................. ...............................
$60.00
Senior Drafter ...................... I ......................
$45.00
Senior Plan Checker .............. ...............................
$55.00
Construction Administrator ......... ...............................
$55.00
Construction Observer ............ ...............................
$45.00
Building Official .................. ...............................
$65.00
Building Plan Check Engineer ...... ...............................
$60.00
Building Plan Examiner ........... ...............................
$60.00
Building Inspector ................ ...............................
$50.00
Two -Man Field Party ............. ...............................
$130.00
Three -Man Field Party ........... ...............................
$185.00
Office Survey Analyst ........ ...............................
$50.00
Word Processor ................. ...............................
$30.00
i
�. ;.
! HH
1181'111 toll '
CO Ct1111Ca1:'
1�11�'jiil�i lll�, If1C.
September. 18, 1998
(Revised 10/16/98)
VIA FAX & U.S. MALL
S ure rider Dewan
DEWAN; LUNDIN & ASSOCIA'T'ES
12377 -Lewis Street; Suite 101
.:.Garden Grove, CA 92640`
Re Proposal to Provide Geotechnical Engineering Services for a) 32', Street Reha
bilitation and b) Construction of Newport Boulevard/29th Street Storm Drain.
HGEI Proposal No P -0727
Dear Mr. Dewan:
In accordance with your request, Harrington Geotechnical Engineering, Inc., is pleased to
submit this Proposal to provide the above- referenced services for your consideration.
We propose to complete a limited preliminary investigation, comprising the following:
Mark the proposed boring locations and notify Underground Service Alert to obtain
clearances. j
• Procure the services of a speciality company to provide traffic control.
Procure, the services .of a licensed contractor to drill. four borings with an 8- inch
diameter, hollow -stem, spiral auger to check the existing pavement structural section:
and develo information on soil and groundwater conditions. Two of the borings,
one in �Street and another in Newport Boulevard, will be drilled to 15 feet to
obtain soil samples, log subsurface conditions, and measure the pavement structural
section. Two borings will be drilled in 32nd Street to a depth of five feet to measure
the pavement structural section and obtain samples for R -value testings. The borings
will.be backfilled with auger cuttings immediately upon completion of sampling and
the street pavement will be temporarily patched with cold -mix asphalt concrete.
Surplus soil will be removed from the right -of -way.
• Perform laboratoy tests on selected samples to establish data on soil conditions.
Typically, the laboratory program for a street rehabilitation/storm drain project
includes: compaction, moisture, density, shear, sand equivalent, water - soluble and
stabilometer (R Value) tests:
j Batavia Business Center, 1938 North Batavia Street, Suite N, Orange, CA 92865 (714) 637 -3093 (600) 924 -7645 FAX (714) 637 -3096
DEWAN,.LUNDIN & ASSOCIATES'
HGEI Proposal_.No. P- 0727 -R
September 18,1998 (Revised 10 /16/9$) -
Page 2
•` Preparation of a written report on the findings and results of the investigation along
with recommendations /comments pertaining to trench stability, shoring, backfilling
and compaction for the storm drain project and a recommended overlay for 32 "a
Street.
Our fee. for the investigation outlined will be $4,550.00. It has been assumed that if a
permit is required from the City of Newport Beach it will be issued at no cost.
Wiz anticipate that the investigation can be started within five working days of receipt of
authorization to proceed and completed within 15 workings days thereafter.
To assure a clear understanding of all matters related to our mutual responsibilities, the
Standard Provisions for Geotechnical Engineering Services (Attachment "A ") are made a
part of this Proposal.
If this Proposal meets with your acceptance, please complete the Agreement & Work
Authorization (Attachment `B ") and return the blue copy for our file.
We appreciate f the. opportunity to submit the Proposal which we trust meets with your
acceptance and are looking forward to being of assistance again on this project.
Very truly yours,
HARRINGTON GEOTECHNICAL ENGINEERING, INC.
03
November 9, 1998
;, I) 9. i
I CITY COUNCIL AGENDA
APPRCV�D ITEM NO. 11
TO: Mayor and Members of the City Council
FROM: Public Works Department
SUBJECT: 32ND STREET AND NEWPORT BOULEVARD IMPROVEMENTS —
APPROVAL OF PROFESSIONAL SERVICES AGREEMENT
RECOMMENDATION:
Approve a Professional Services Agreement with Dewan, Lundin & Associates, of Garden
Grove, California, for professional engineering services for a contract price of $34,290.
DISCUSSION:
During heavy storms flooding occurs in Newport Boulevard, in the area of 29`h Street and
32nd Street. Existing storm drain facilities, comprised of small diameter corroded
corrugated metal pipe, convey drainage in Newport Boulevard to the Rivo Alto Channel.
• The drainage system for this area is undersized and needs to be upgraded. The
evaluation of the storm drain system will include a new storm drain in 291" or 30t' Street
that will take the drainage to the Rhine Channel instead of the Rivo Alto Channel. See
the attached location map.
In addition to the drainage problems experienced in the area, 32nd Street, between
Newport Boulevard and Balboa Boulevard, has shown several areas of pavement
distress and has been identified, through the City's Pavement Management Program, as
requiring rehabilitation.
As a part of the City's FY 98 -99 Capital Improvement Program, staff invited six (6)
engineering firms to submit proposals for design services for the project. The scope of
the professional services include the research of available records, data collection, field
survey, geotechnical investigations, utility coordination, hydrology, hydraulics,
development and analysis of roadway rehabilitation strategies, preparation of project
plans and specifications, pre- construction coordination and meetings, bidding and
construction assistance, and the preparation of as -built plans after construction
completion.
Five (5) firms responded to the request for proposals. Staff reviewed the firms
qualifications, past experience on similar projects, and availability; and ranked Dewan
Lundin & Associates (DL &A) of Garden Grove as the most suitable for the project,
SUBJECT: 32n0 Street Improve m� —Award of Professional Services Agreement •
November 9, 1998
Page 2
DL &A has completed engineering services on similar rehabilitation projects for our City
and other local agencies in Southern California.
Funding
Funds for this project are available in Account No. 7181- C5100467, 32nd Street
Reconstruction and Newport Boulevard Storm Drain Improvement Program.
Respectfully submitted,
PUBLIC WORKS DEPARTMENT
Don Webb, Director
By:
Stephen Cuy, P.E.
Associate Civil Engineer
Attachment: Professional Services Agreement
Exhibit "A" Scope of Services
Exhibit "B" Scheduled Billing Rates
Project Location Map
B\usersVbw\shared \council \ty98 -99�ov- 9432nd street.doc
0
0
u
3300 J
JJR
3 N N N _u N_ N G O+ W G U U_ G U fiII :/I W/ ✓' i S V O/
P rpp`N p ; �rn WON O O ; ON� AmON A I 3210 O O / �3p S 0� \�-
'
(If
'/ INN o O N N _ _N j0000U _U i 0
324
J`�:9�U� �♦ At0 4 U., _ W VNVO� ,. (P ,� OJ r' � �'7d
_. .... .. .. _ :✓\...92ND \S- TREE��=-
3100
3014
fmSN NNN \ �mm�p
3012 \ ____. � G • � \`
• 3010 \ o _...__. ___.__ �, � '. 'a /.
3008 \ j 1 3017
N DDDD pNNN 300 \
W
N
N
N
N
N
O
N
N
r
N N
p
N
b
Oi
W
O
h
i°NUN
V
N
N
N
N
N
N
O
N
N
N
P�
N N
p
N
A
Oi
W
m
w
I e
N
N N
N
NN
yy D
N N^A D
„U
OOOON
U�NiO�G(1N
„SON �' y
a 0
N No �N N N, _N aal
n ti
a , \
m »j 52 j.
2823
... 2821 1 2626r \
I
�j
PROJECT LIMITS
7 a78 r4
2816gg�; i t /
b �r.
J
\ � 41?
\a
Q
a
zeoa 260 7
% 2800:
iper>y. 2805 �lp
0 \
�Tgs6
I CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
32ND STREET IMPROVEMENTS
DRAWN J. c. DATE 10- 4� -763
APPROVED
PROJECT ENGINEER
LOCATION MAP
PROFESSIONAL SERVICES AGREEMENT
THIS AGREEMENT, entered into this 9`" day of November, 1998, by and between
CITY OF NEWPORT BEACH, a Municipal Corporation (hereinafter referred to as "City "),
and Dewan, Lundin & Associates, whose address is 12377 Lewis Street, Suite 101,
Garden Grove, California, 92840, (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
0
now being conducted under the statutes of the State of California and the 0
Charter of City.
B. City is planning to implement (Improvements to 32nd Street, Newport
Boulevard and 29" Street) ( "Project')
C. City desires to engage Consultant to provide professional engineering
design services for pavement rehabilitation on 32nd Street and for storm
drain facilities in Newport Boulevard and 29" Street upon the terms and
conditions contained in this Agreement.
D. The principal member of Consultant for purpose of Project is Surender
Dewan, P.E., Principal.
-1-
0
E
0
0
0
E. City has solicited and received a proposal from Consultant, has reviewed
the previous experience and evaluated the expertise of Consultant and
desires to contract with Consultant under the terms of conditions provided in
this Agreement.
NOW, THEREFORE, it is mutually agreed by and between the undersigned
parties as follows:
1. TERM
The term of this Agreement shall commence on the 91h day of November. 1998,
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
thirty -four thousand, two hundred ninety Dollars ($34,290.00).
-2-
0 0
3.1 Consultant shall maintain accounting records of its billings which includes is
the name of the employee, type of work performed, times and dates of all work which is
billed on an hourly basis and all approved incidental expenses including reproductions,
computer printing, postage and mileage.
3.2 Consultant shall submit monthly invoices to City payable by City within thirty
(30) days of receipt of invoice subject to the approval of City.
3.3 Consultant shall not receive any compensation for extra work without prior
written authorization of City. Any authorized compensation shall be paid in accordance
with the schedule of the billing rates as set forth in Exhibit "B ".
3.4 City shall reimburse Consultant only for those costs or expenses which
have been specifically approved in this Agreement, or specifically approved in advance
by City. Such cost shall be limited and shall include nothing more than the following costs
incurred by Consultant:
A. The actual costs of subconsultants for performance of any of the services
which Consultant agrees to render pursuant to this Agreement which have
been approved in advance by City and awarded in accordance with the
terms and conditions of this Agreement.
B. Approved computer data processing and reproduction charges.
C. Actual costs and /or other costs and /or payments specifically authorized in
advance in writing and incurred by Consultant in the performance of this
Agreement.
-3-
•
0
3.5 Notwithstanding any other paragraph or provision of this Agreement,
beginning on the effective date of this Agreement, City may withhold payment of ten
percent (10 %) of each approved payment as approved retention until all services under
this Agreement have been substantially completed.
4. STANDARD OF CARE
4.1 All of the services shall be performed by Consultant or under Consultant's
supervision. Consultant represents that it possesses the professional and technical
personnel required to perform the services required by this Agreement and that it will
perform all services in a manner commensurate with the community professional
standards. All services shall be performed by qualified and experienced personnel who
are not employed by City nor have any contractual relationship with City. Consultant
;. represents and warrants to City that it has or shall obtain all licenses, permits,
qualifications and approvals required of its profession. Consultant further represents and
warrants that it shall keep in effect all such licenses, permits and other approvals during
the term of this Agreement.
4.2 Consultant shall not be responsible for delay, nor shall Consultant be
responsible for damages or be in default or deemed to be in default by reason of strikes,
lockouts, accidents, or acts of God, or the failure of City to furnish timely information or to
approve or disapprove Consultant's work promptly, or delay or faulty performance by City,
contractors, or governmental agencies, or any other delays beyond Consultant's control
or without Consultant's fault.
Ell
7
0
0
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 compliance with the
terms of this Agreement. Anything in this Agreement which may appear to give City the
right to direct Consultant as to the details of the performance of the services or to
exercise a measure of control over Consultant shall mean that Consultant shall follow the
desires of City only in the results of the services. .
6. COOPERATION
Consultant agrees to work closely and cooperate fully with City's designated
Project Administrator, and any other agencies which may have jurisdiction or interest in
the work to be performed. City agrees to cooperate with Consultant on Project.
7. PROJECT MANAGER
Consultant shall assign Project to a Project Manager, who shall coordinate all
phases of Project. This Project Manager shall be available to City at all reasonable times
during term of Project. Consultant has designated Surender Dewan, P.E., to be its
Project Manager. Consultant shall not bill any personnel to Project other than those
-5-
•
V
• •
personnel identified in Exhibit "B ", whether or not considered to be key personnel, without
City's prior written approval by name and specific hourly billing rate. Consultant shall not
remove or reassign any personnel designated in this Section or assign any new or
replacement person to Project without the prior written consent of City. City's approval
shall not be unreasonably withheld with respect to removal or assignment of non -key
personnel.
Consultant, at the sole discretion of City, shall remove from Project any of its
personnel assigned to the performance of services upon written request of City.
Consultant warrants it will continuously furnish the necessary personnel to complete
Project on a timely basis as contemplated by this Agreement.
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 in Exhibit "A ". The failure by Consultant to strictly adhere to the schedule may
result in termination of this Agreement by City, and the assessment of damages against
Consultant for delay. Notwithstanding the foregoing, Consultant shall not be responsible
for delays which are due to causes beyond Consultant's reasonable control. However, in
the case of any such delay in the services to be provided for Project, each party hereby
agrees to provide notice to the other party so that all delays can be addressed.
8.1 Consultant shall submit all requests for extensions of time for performance is
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
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
-7-
1n
. are desired.
12.
E
HOLD HARMLESS
0
Consultant shall indemnify, defend, save and hold harmless City, its City Council,
boards and commissions, officers and employees from and against any and all loss,
damages, liability, claims, allegations of liability, suits, costs and expenses for damages of
any nature whatsoever, including, but not limited to, bodily injury, death, personal injury,
property damages, or any other claims arising from any and all acts or omissions of
Consultant, its employees, agents or subcontractors in the performance of services or
work conducted or performed pursuant to this Agreement. This indemnity shall apply
even in the event of negligence (active or passive) of City, or its employees, or other
contractors, excepting only the sole negligence or willful misconduct of City, its officers or
• employees, and shall include attorneys' fees and all other costs incurred in defending any
such claim. Nothing in this indemnity shall be construed as authorizing, any award of
attorneys' fees in any action on or to enforce the terms of this Agreement.
13. INSURANCE
Without limiting consultant's indemnification of City, and prior to commencement of
work, Consultant shall obtain and provide and maintain at its own expense during the
term of this Agreement policy or policies of liability insurance of the type and amounts
described below and satisfactory to City. Certification of all required policies shall be
signed by a person authorized by that insurer to bind coverage on its behalf and must be
filed with City prior to exercising any right or performing any work pursuant to this
12
0
9
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 the City Risk Manager.
A. Worker's compensation insurance covering all employees and principals of
Consultant, per the laws of the State of California.
B. Commercial general liability insurance covering third party liability risks,
including without limitation, contractual liability, in a minimum amount of $1
million combined single limit per occurrence for bodily injury, personal injury
and property damage. If commercial general liability insurance or other
form with a general aggregate is used, either the general aggregate shall
apply separately to this Project, or the general aggregate limit shall be twice
the occurrence limit.
C. Commercial auto liability and property insurance covering any owned and
rented vehicles of Consultant in a minimum amount of $1 million combined
single limit per accident for bodily injury and property damage.
D. Professional errors and omissions insurance which covers the services to
be performed in connection with this Agreement in the minimum amount of
5111
•
0
•
million Dollars ($ 1,000,000.00).
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
-10-
r�
9
venture or syndicate member or co- tenant if Consultant is a partnership or joint- venture or
syndicate or co- tenancy, which shall result in changing the control of Consultant, shall be
construed as an assignment of this Agreement. Control means fifty percent (50 %) or
more of the voting power, or twenty -five percent (25 %) or more of the assets of the
corporation, partnership or joint-venture.
15. OWNERSHIP OF DOCUMENTS
Each and every report, draft, work product, map, record and other document
reproduced, prepared or caused to be prepared by Consultant pursuant to or in
connection with this Agreement shall be the exclusive property of City.
Documents, including drawings and specifications, prepared by Consultant
pursuant to this Agreement are not intended or represented to be suitable for reuse by
City or others on any other project. Any use of completed documents for other projects •
and any use of incomplete documents without specific written authorization from
Consultant will be at City's sole risk and without liability to Consultant. Further, any and
all liability arising out of changes made to Consultant's deliverables under this Agreement
by City or persons other than Consultant is waived as against Consultant and City
assumes full responsibility for such changes unless City has given Consultant prior notice
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.
-11-
0
/c
16. CONFIDENTIALITY
The information, which results from the services in this Agreement, is to be kept
confidential unless the release of information is authorized by City.
17. CITY'S RESPONSIBILITIES
In order to assist Consultant in the execution of his responsibilities under this
Agreement, City agrees to provide the following:
A. City will provide access to and upon request of Consultant, provide one
copy of all existing record information on file at City. Consultant shall be
entitled to rely upon the accuracy of data information provided by City and
the review of field conditions by Consultant. City will provide all such
materials in a timely manner so as not to cause delays in Consultant's work
0 schedule.
B. City staff will provide usable life of facilities criteria and provide information
with regards to deficient facilities.
18. ADMINISTRATION
This Agreement will be administered by the Public Works Department. Bill
Patapoff, City Engineer, shall be considered the Project Administrator and shall have
the authority to act for City under this Agreement. The Project Administrator or his /her
authorized representative shall represent City in all matters pertaining to the services to
be rendered pursuant to this Agreement.
0
-12-
Pj
19. RECORDS .
Consultant shall keep records and invoices in connection with the work to be
performed under this Agreement. Consultant shall maintain complete and accurate
records with respect to the costs incurred under this Agreement. All such records shall be
clearly identifiable. Consultant shall allow a representative of City during normal business
hours to examine, audit and make transcripts or copies of such records. Consultant shall
allow inspection of all work, data, documents, proceedings and activities related to the
Agreement for a period of three (3) years from the date of final payment under this
Agreement.
20. WITHHOLDINGS
City may withhold payment of any disputed sums until satisfaction of the dispute
with respect to such payment. Such withholding shall not be deemed to constitute a •
failure to pay according to the terms of this Agreement. Consultant shall not discontinue
work for a period of thirty (30) days from the date of withholding as a result of such
withholding. Consultant shall have an immediate right to appeal to the City Manager or
his designee with respect to such disputed sums. Consultant shall be entitled to receive
interest on any withheld sums at the rate of seven percent (7 %) per annum from the date
of withholding of any amounts found to have been improperly withheld.
21. ERRORS AND OMISSIONS
In the event of errors or omissions that are due to the negligence or professional
inexperience of Consultant which result in expense to City greater than would have
-13-
L J
Ir„
• resulted if there were not errors or omissions in the work accomplished by Consultant, the
additional design, construction and /or a restoration expense shall be borne by Consultant.
Nothing in this paragraph is intended to limit City's rights under any other sections of this
Agreement.
22. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS
City reserves the right to employ other consultants in connection with Project.
23. CONFLICTS OF INTEREST
A. Consultant or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act "), which (1) requires such
persons to disclose financial interest that may foreseeably be materially
affected by the work performed under this Agreement, and (2) prohibits
. such persons from making, or participating in making, decisions that will
foreseeably financially affect such interest.
0
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
-14-
without prior written approval of City.
25. NOTICES •
All notices, demands, requests or approvals to be given under this Agreement
shall be given in writing and conclusively shall be deemed served when delivered
personally or on the third business day after the deposit thereof in the United States mail,
postage prepaid, first class mail, addressed as hereinafter provided.
All notices, demands, requests or approvals from Consultant to City shall be
addressed to City at:
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: Surender Dewan, P.E.
Principal
Dewan, Lundin & Associates
12377 Lewis Street, Suite 101
Garden Grove, CA 92840
(714) 740 -8840
Fax (714) 740 -8842
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
-15-
0
0
. 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.
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
0 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.
0
-16-
0
9
29. INTEGRATED CONTRACT •
This Agreement represents the full and complete understanding of every kind or
nature whatsoever between the parties hereto, and all preliminary negotiations and
agreements of whatsoever kind or nature are merged herein. No verbal agreement or
implied covenant shall be held to vary the provisions hereon. Any modification of this
Agreement will be effective only by written execution signed by both City and Consultant.
30. OPINION OF COST
Any opinion of the construction cost prepared by Consultant represents his /her
judgment as a design professional and is supplied for the general guidance of City. Since
Consultant has no control over the cost of labor and material, or over competitive bidding
or market conditions, Consultant does not guarantee the accuracy of such opinions as
compared to contractor bids or actual cost to City. .
31. 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
-17-
t�J
1 ._
0
0
0 0
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.
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed
on the day and year first written above.
APPROVED AS TO FORM:
By:
Robin Clauson
Assistant City Attorney
ATTEST:
By:
LaVonne Harkless
City Clerk
f:\ users \pbw%sh a red\agmt \99 \dewa nlund.doo
ISM
CITY OF NEWPORT BEACH
A Municipal Corporation
By:
Thomas C. Edwards, Mayor
City of Newport Beach
CONSULTANT
DEWAN, LUNDIN & ASSOCIATES
By:
Surender Dewan, P.E.
Principal
0
0
32ND STREET IMPROVEMENTS
EXHIBIT "A"
SCOPE OF SERVICES
ATTACHMENTS
11
Ll
0
0
0
PROJECT DESCRIPTION
The proposed project consists of street rehabilitation of 32nd Street from Balboa Boulevard to
Newport Boulevard and replacement of a storm drain system in Newport Boulevard between 32nd
Street and 29'h Street, or replacement of the existing drainage system in 29'h Street.
The proposed project consists of rehabilitation of existing roadway. Services to be provided by
DLA, under this proposal, encompass a full range of services. These services include the
following:
11
0
♦ Design Survey
♦ Deflection and Material Analysis
♦ Geotechnical Investigation
♦ Preparation of Street Improvement Plans
♦ Preparation of Drainage Improvement Plans
♦ Striping and Signage Plans
♦ Project Specifications
♦ Estimate of Probable Costs
♦ Assistance to Resolve Design Related Issues During Construction
♦ As -Built Plans from Information Provided by the City
I_�
0 0
1. PRELIMINARY DESIGN DEVELOPMENT
♦ In a consultation meeting with the City, the scope of work, procedure for the
project and the precise limits of the project improvements will be reviewed.
♦ Notify all affected Public Utility Companies and identify all underground facilities
and structures.
2.
♦ Obtain from City "as built' plans, centerline ties and bench marks.
♦ Review with City staff to obtain specific input related to City goals, and discuss
preliminary issues.
UTILITY COORDINATION
♦ Proposed improvements will be coordinated with the following agencies:
a) Southern California Gas Company
b) Southern California Edison Company
C) Pacific Bell
d) Irvine Ranch Water District
e) Mesa Consolidated Water District
f) Comcast Cable Vision
g) Community Cable Vision
Each of the above listed utility companies will be sent a "Utility Notification Letter"
prior to commencement of preliminary design, preliminary improvement plans and
final plans. Copies of all utility correspondence will be delivered to the City with
completed construction documents submittal.
3. DESIGN SURVEY
♦ Locate beginning, intermediate and final bench marks. Locate and identify
horizontal controls used. Set aerial targets for each street.
♦ Conduct topographic survey and obtain street cross sections at 50 foot intervals.
Street cross sections to show elevations of top of curb, gutter flowline, lip of gutter,
edge of pavement, lane line, centerline, top of median curb, finished surface at
median curb.
0
0
0 0
♦ Obtain street cross sections at all BCR's and ECR's.
♦ A minimum of two bench marks will be used for each street. Each bench mark will
be described on the plans and in the survey notes.
♦ Provide report to the City containing all survey control and cross section notes.
4. GEOTECHNICAL INVESTIGATIONS
♦ Mark the proposed boring locations and notify Underground Service Alert to
obtain clearances.
♦ Drill six (6) borings to a maximum depth of fifteen (15) feet. The borings will be
backflled immediately upon completion of sampling and street pavement will be
temporarily patched with cold -mix asphalt concrete. Surplus soil will be removed
from the right -of -way.
♦ Measure the thickness of the pavement structural section and log the soil profile
at each boring location, and obtain samples for examination and testing in the
laboratory.
♦ Perform laboratory tests on selected samples to establish data on soil conditions.
Laboratory testing includes compaction, moisture, density, shear, sand equivalent,
water- soluble and stabilometer (R- Value) tests.
♦ Prepare a report on the findings and results of the investigation along with
recommendations /comments pertaining to trench stability, shoring, backfilling and
compaction for the storm drain and a recommended overlay for 32nd Street.
5. DEFLECTION ANALYSIS
♦ Drill a total of three (3) borings for the project. In general, borings will be located
at 50 foot intervals.
♦ Non - destructive pavement deflection data shall be gathered from each traveled
lane such that three sensor readings are recorded at each test location at select
intervals. Road Rater, operator, recorder and traffic control will be provided as
necessary.
♦ During deflection testing operations, notes of visual pavement conditions and /or
• distress, cross streets, presence or absence of curb and gutter, and other such
observations shall be logged.
Field data collected shall be processed through a computer. This process shall .
produce a typed tabulation of all data and field notes thereon, which locate the
intersection of cross streets, pertinent landmarks, field conditions, etc. The
tabulation shall include the reading of three Road Rater sensors, as well as the
conversion of Road Rater Sensor Number One to an equivalent Traveling
Deflectometer unit.
An engineering review of test data to isolate or separate limits of similar deflection
response for statistical summary of data (providing the 80th percentile deflection)
shall be made.
Prior to field sampling operations, Underground Service Alert will be notified, all
test locations marked, and a meeting held, if requested, with concerned utilities
to relocate test sites as necessary.
Coring and boring of the in -situ roadway materials shall be performed at noted
locations to determine pavement thicknesses and to obtain subgrade materials
for further analysis. Traffic control shall be provided during sampling operations.
The in -place moisture content of the subgrade soil samples removed at each
location shall be determined. Individual or composite samples of subgrade
material which typify the materials encountered shall be selected and subjected
to R -Value testing for replacement section design.
Using the traffic indices or traffic information provided by the City of Newport
Beach, and existing pavement thickness information determined during coring
operations, the 80th percentile deflection response shall be compared to known
pavement models. This comparison shall produce overlay requirements for a
select design period in accordance with CALTRANS Test Method No. 356, and
a service life reading (Nominal Service Life) for the roadways studied.
A registered Civil Engineer shall supervise all operations, review all completed
data and incorporate results of deflection testing and pavement conditions.
Engineered recommendations for alternate methods of pavement rehabilitation
based upon deflection and materials analysis shall be provided.
0
0
0
6. PRELIMINARY DESIGN
Street
Improvements:
♦
Prepare base maps using computer aided drafting (AutoCad) and transfer data
directly into the computer system. Plot existing utilities, existing right -of -ways etc.
♦
Provide necessary and proper coordination with all utility companies having
facilities within the project area. Send preliminary plans to utility companies,
requesting record data for all utilities. Record drawings provided by utility
companies will be used in conjunction with field data showing manholes, valves,
loop detectors and other appurtenances located by DLA during the deign survey.
♦
Plot existing cross sections.
♦
Superimpose proposed improvements over existing cross sections.
♦
Check the proposed cross sections for accuracy of cross slope. If the proposed
cross slope is less than the minimum required or more than the maximum
permissible, revise the type of proposed treatment to the street surface.
♦
Develop alternate methods of achieving city goals, giving consideration to existing
pavement condition as determined by pavement evaluation report. Repair,
rehabilitation, partial and full replacement shall be considered.
♦
Prepare preliminary street improvement plans.
♦
Prepare preliminary signage and striping plans.
♦
Prepare preliminary estimate of probable costs.
Drainage
Improvements:
♦
Establish drainage boundaries and identify overland flow direction.
♦
Perform a hydrology study of the contributing area in accordance with County of
Orange Hydrology Manual.
♦
Review proposed horizontal and vertical alignment of proposed improvements in
relation to utility crossings.
♦
Prepare street capacity calculations to determine the location and sizes of
proposed catch basins.
♦
Obtain and coordinate with the City for hydraulic grade line control for existing
storm drain located on 32nd Street.
• ♦
Compute main line hydraulics for the system using the P.C. Version of Program
No. F051 (W.S.P.G. compiled by Woodcrest Engineering).
♦ Review hydraulic calculations with the City staff to identify system deficiencies.
♦ Design pipe sizes to maintain an open channel condition per City of Newport •
Beach design criteria. If the contributing area is less than 100 acres, the
proposed system will be designed for 10 year storm. For drainage area in excess
of 100 acres, the proposed system will be designed for a 25 year storm.
♦ Prepare and submit preliminary storm drain plans to the City of Newport Beach
for review.
♦ Prepare preliminary estimate of probable costs.
7. FINAL DESIGN PHASE
Street Improvements:
♦ Evaluate cross sections and profiles for drivability.
♦ Prepare final street improvement plans. In addition, provide copies of all
calculations, cross sections and other support data to the City.
Title sheet will show:
0 Title
0 Vicinity and location map with plan sheet index and scale
0 Utility and plan legends
0 Bench mark, basis of bearings
0 General and master construction notes
0 Standard signature and title blocks
0 Utility notes, contact names and telephone numbers
Plan and Profiles will include:
0 Topography between right -of -way and beyond as necessary.
0 Right -of -way limit lines (existing and proposed)
0 Utility location plot
0 Construction notes and quantity estimates
0 Typical sections and details
0 Top of curb and center line profile
♦ Prepare final striping and signage plans. Final plans to include:
0 Removal and /or construction of existing and /or proposed traffic
features where applicable.
• 0 Traffic striping (traffic lanes, crosswalks, etc.)
0 Traffic signing.
0 Pavement markings and markers.
♦ Prepare project specifications and cost estimates.
♦ Final plans will be plotted on 4 mil thick mylar and delivered to the City on IBM
compatible floppy disks.
Drainage Improvements:
♦ Prepare and revise alignment per City of Newport Beach's comments.
♦ Prepare and compute mainline pipe hydraulics. Compute hydraulic grade line on
mainline and laterals.
♦ Prepare a hydrology and hydraulics notebook including copies of hydrologic and
hydraulic calculations.
♦ Prepare final storm drain plans and intersection modification plans at 40 scale.
♦ Prepare estimate of probable costs for proposed improvements based on final
design plans.
♦ Submit final plans to utility companies and obtain their approval.
♦ Prepare project specifications, estimates and bid packages.
NOTE: The final plans will be submitted to the City on IBM compatible floppy disks.
8. CONSTRUCTION ASSISTANCE
♦ Provide coordination during bidding process including answering bidders
questions during bidding phase.
♦ Provide assistance during construction phase including plan clarifications,
answering contractors questions and making revisions to plans, if any, to facilitate
smooth construction process.
♦ Prepare "as- built" plans based on information provided by the City.
11
0
0
9. QUALITY CONTROL /QUALITY ASSURANCE
DLA will use the critical path method of management for this project. A schematic critical .
path will be submitted at the beginning of the project. This C.P.M. chart will identify
milestones and critical dates. The critical path will identify the order in which critical items
are to be completed. Throughout the project and before the drawings are submitted to
the City, a department review is implemented. This review will be performed by Mr. Walt
Lundin, P.E. Plans will be reviewed for accuracy, dimensional errors, conformity before
presented for review.
0
Is
?1
\_J
0
E
C
E
O
N
d
E
tv .n
� L
O "
H d N
Z C
W >
� m d
W = j
�a o
j R Co
CY
UJ
a
U i dr
D y Z
D
0 c
cn m
W O
�Cw
m
r
LL R
.c
to
d
C
N
Cl)
0
J
Q
m
U
7
C
Z
U
'a
N
<
a
V
N
't
N
i
a
w
J
U
@
�
a°i
a)
C7
O
m
°
F-
m
J
o
c
�
�
(O
V
i
N
i
l
r
~
N
=
N
C
m
W
rn
�
c
m
W
°
�
c
(fl
j
O
t0
O
t0
co
O
N
O
i
N
OO
y
U
a
r
W
�
Y
W
> W
L)
U) N
F-
UW
�W
Z
7
V
V
V
'Q
V
V
N
(D
N
CEO
CO
N
OD
V
(D
c
O
V
to
O 0
of z
.-
IL W
~w
w 0
O Z
N.
N
N
N
N
N
N
V'
N
N
N
N
N
V
OD
N
N
tr Q
ag
W
J
LLJ
V)
m
a
o
Y
a
F
U
z
O
a
3
a
m
3
°o
U
N
N
c
°
U
a)
E°
°
'>
)
a)
y
C
m
°z
>
IL
N
d
E
j
5
0
Z
a
Q
F
U)
w
W
m
I
m
N
N
N
O
z
E.ao
E
d
as
E
<
U
IL
z
c
°
L)
O
O
<
O
Q
Cl)
a
7
Cz
Q
E
Q
'c
E
F
W
to
>
w
F
°
°
E
>
°
u
)
c
to
W
p
o
U
°)
o
U
'�
€
o
CL
y
m
d
z
Q
W
z
v
io
�
in
w
c
a
T°
CO
in
W ..
E
—_
c
_`
p
C7
y
2
to c
n
c°
Z
Z`
Z
E
a
m>
CD
2
Z¢
c
a)
c
E
W%
_Z
W W
m
co
c
c
c
w
to
c
°)
c
c
c=
a'
0)
a)
v)
°t
N
y
z
J
.5
o
c
'E
'E
a E
tp
io
o
—°°
in
U
Q
Z
T>
Q
Q
V
Y w
m
E
E
E
o
o
a
g
X
z
o
c.2
a
0
P
-0
`a
t
o
c
c
a
T
�
w
z
y
Z
Z_ �-
m
'o
a
a
a
E
m
'o
Y
a.
a
to a
ii
iL
E
S
iC
W
Z
a
U
U
m
z
E
d
E
d
E
z
E
,�,
5
d
0 E
d
ar
d
E
Q
j
z
W
F�
_E
o.
a
a
n
10
a
°
a
o.
O.
a
to
a
a
Q
D
�-'
.�
.�
E
J«
m
W
to
LL
O
W d
_
E
E
C
E=
y
o
E
Q d
E
a)
W
W
V5
07
w
W
W
W
m ,�,
a
D
a
a
0-
a
D
m
U
a
a
z .2,
a
s
E
a
a
w
m
N
a
o
o
C7
aN
LL tA
O
a
Q
Q
2/
•
Percent of work hours performed be various members of the team by designation, will be as •
follows:
Project Team Member
Percentage of Work Hours
Project Manager
13%
Project Engineer
40%
Survey Crew
9%
Designer
35%
Estimator
3%
Subconsultants:
Not Included
0
•
0
Ll
41
32ND STREET IMPROVEMENTS
EXHIBIT "B"
SCHEDULED BILLING RATES
ATTACHMENTS
0
FEE PROPOSAL
For
Proposal for Professional Engineering Services
FY 1998 -1999 Street Rehabilitation Program
32nd Street Rehabilitation and Newport Boulevard /29th Street Storm Drain
Revised October 18, 1998
ITEM DESCRIPTION
AMOUNT
1.
Preliminary Design Development ...........................
$930.00
2.
Design Survey ......... ...............................
$5,650.00
3.
Preliminary Design Phase ............................
$13,845.00
4.
Final Design Phase ...................... . ...........
$6,785.00
5.
Assistance during Bidding Phase ........ ..................
$645.00
6.
As -Built Plans ............ ...............................
$930.00
7.
Printing Allowance ........ ...............................
$500.00
Subtotal:
$29,285.00
Subconsultants:
Harrington Geotechnical, Inc . .. ............................... $4,550.00
(Geotechnical Investigations) Mark -Up 10% .............. $455.00
Subtotal: $5,005.00
TOTAL NOT -TO- EXCEED FEE: .............................. $34,290.00
0
?t
Dewan, Lundin & Associates
LR_�J rr.1.11 c..,.�.,oe.i.,.. 12377 Lewis .1' 112377
SCHEDULE OF HOURLY RATES
Dewan, Lundin & Associates
HOURLY CHARGES FOR PERSONNEL:
Project Manager ................. ...............................
Project Engineer ................. ...............................
Design Engineer ................. ...............................
CADD Designer ................. ...............................
Senior Drafter ............................ I ................
Senior Plan Checker .............. ...............................
Construction Administrator ........................................
Construction Observer ............ ...............................
Building Official .................................................
Building Plan Check Engineer ..... ............................... .
Building Plan Examiner .......... ............................... .
Building Inspector ................ ...............................
Two -Man Field Party ............. ...............................
Three -Man Field Party .......... ...............................
Office Survey Analyst ........ ...............................
Word Processor ................. ...............................
$85.00
$70.00
$60.00
$60.00
$45.00
$55.00
$55.00
$45.00
$65.00
$60.00
$60.00
$50.00
$130.00
$185.00
$50.00
$30.00
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
May 23, 2000
Sully - Miller Contracting Co.
1100 E. Orangethorpe Ave., Suite 200
Anaheim, CA 92801
Gentlemen:
Thank you for your courtesy in submitting a bid for the 32nd Street/Newport Boulevard
Street Rehabilitation and 30'h Street/Newport Boulevard Storm Drain Improvements
Project (Contract No. 3245) 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,
�( r
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
May 23, 2000
Excel Paving Company
2230 Lemon Avenue
Long Beach, CA 90806
Gentlemen:
Thank you for your courtesy in submitting a bid for the 32nd Street/Newport Boulevard
Street Rehabilitation and 301" Street/Newport Boulevard Storm Drain Improvements
Project (Contract No. 3245) 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
May 23, 2000
R.J. Noble Company
P.O. Box 620
Orange, CA 92856
Gentlemen:
Thank you for your courtesy in submitting a bid for the 32nd Street/Newport Boulevard
Street Rehabilitation and 30'" Street/Newport Boulevard Storm Drain Improvements
Project (Contract No. 3245) 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
May 23, 2000
Los Angeles Engineering, Inc.
4134 Temple City Boulevard
Rosemead, CA 91770
Gentlemen:
Thank you for your courtesy in submitting a bid for the 32nd Street/Newport Boulevard
Street Rehabilitation and 30`h Street/Newport Boulevard Storm Drain Improvements
Project (Contract No. 3245) 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