Loading...
HomeMy WebLinkAboutC-3657 - Rivo Alto Coping Replacement; Finley Avenue Bulkhead Repair; 26th St tide Gate Structure & Bulkhead; and Via Lido Wall Replacement0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilanl I. Brown. MMC May 12, 2010 John S. Meek Company, Inc. 14732 S. Maple Avenue Gardena, CA 90248 Subject: Rivo Alto Coping; Replacement; Finley Avenue Bulkhead Repair, 26b, Street Tide Gate Structure Improvements; Via Lido Wall Replacement (C3657) Dear Mr. Meek: at 36f Street & Bulkhead On May 12, 2009, the City Council of Newport Beach accepted the work for 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 26, 2009. The Surety for the contract is Travelers Casualty and Surety Company and the bond number is 1767438. Enclosed is the Faithful Performance Bond. Sincerely �� p Leilani I. Brown, MMC City Clerk Enclosure 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, Callfornta 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.clty.newport- beach.ca.us Executed in Triplicate 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT F (3126TH STREET TIDE GATE STRUCTURE 8 BULKHEAD IMPROVEMENTS• (4) VIA LIDO WALL REPLACEMENT CONTRACT NO. 3657 BOND NO. 1767438 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 8.338.00 being at the rate of $ 11.38 first $500,000.; $8.00 next ' thousand of the Contract price. $2,000,000. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to Name of Contractor, Hereinafter designated as the 'Principal', a contract for construction of (1) RIVO ALTO COPING REPLACEMENT; (2) FINLEY AVENUE AT 36TH STREET BULKHEAD REPAIR; (3) 26TH STREET TIDE GATE STRUCTURE & BULKHEAD IMPROVEMENTS; (4) VIA LIDO WALL REPLACEMENT, CONTRACT NO, 3657 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. 3657 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Great American 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 Eight Hundred Thirty -Six Thousand and " 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. " no /100 Dollars ($836,000.00) THE CONDITION OF THIS OBLIGATION IS SUCH, that If the Principal, or the Principars heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. 28 0 0 As a part of the obligation secured hereby, and in addition to the face amount specified to 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, stiputa0es and agrees that no change, extension of lime, 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, afterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year (ollowing the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, a is agreed that the death of any such Principal shall not exoneratb the Surety from its obligations under Nis Bond. IN WITNESS WHEREOF. this instrument has been duty executed by the Principal and Surely above named, on the 30th day of August 2007. John S. Meek Company, Inc. Name of Contractor (Principal) Great American Insurance company Name of Surety 750 The City Drive South, Suite 300 Orange, CA 9206&6905 Address of Surely (714) 740 -3279 elephone _ v ok ( Aut r ed Signature/Title Authorized Agent Signature Q — Nanette Mariella- Myers, Attorney in Fad Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 0 0 0 State of California ACKNOWLEDGEMENT County of Orange On August 30 2007 before me, Jeri Apodaca, Notary Public (here insert name and title of the officer) personally appeared Nanette Mariella -Myers 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 acknowledge 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 instLurnerlt. WITNESS my hand and official seal. Signature OPTIONAL �•-.-a r 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 Trims) ❑ PARTNER(S) B LIMITED GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSONS) OR OMW(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE FRP 0 0 GREAT AMERICAN INSURANCE COMPANY® Administrative Office: 580 WALNUT STREET • CINCINNATI, OHIO 45202. 613.369-6000 • FAX 613 -723 -2740 The cumber of persons authorized by this power of attorney is not mote than FIVE No.0 14405 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized sad existing under and by virtue of the laws of the State of Ohio, doze hereby nominate, constitute and appoint the person or priors named below its true and lawful attomeyin -hicL for hand in its name, play and stead to execute in be alfof the said Company, as surety, my and all bonds, nmdertBcings and cootracla of suretyship, or other written obligations in the moue thereof provided ttal the liability of the sad Compmy on any such bond, undertaking or contract of suretyship executed under this authority shall ON exceed the hunt stated below. Name Address Limit of Power JAMES A. SCHALLER ALL OF ALL JANE KEPNER IRVINE, $75,000,000.00 NANETTE MARIELLA -MYERS CALIFORNIA RHONDA C. ABEL SUZANNE EDWARDS This Power of Attorney revokes all previous powers issued in behalf of the atromcy(s }in -fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused dose presents to be signed and attested by its appmPriate officers and its corporate seal hereunto affixed this 2CP day of, MARCH , 2007. Attest STATE OF OHIO, COUNTY OF HAMB TON - ss: GREAT AMERICAN INSURANCE COMPANY 0AV10C.atch,m (511aa9J811) On this 20a day of MARCH . 2007, before the personally appeared DAVID C. KI TCHBJ, tome known, being duly sw om. deposes and says the he resides in Cincinnati, Ohio, that he is the Divisional Senior Vim Pmsidat of the Band Division of Great American Insumme Company, the Company described in and which executed the above instrtmenr that he knows the seal of the said Company; that the seal affixed tithe said instrument is such corporate seal; that it was so affixed by authority of his office under the By -Laws of said Company, and tbat he signed his name thereto by like authority. This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors ofOmat American Inwaanoe Company by unanimous written consent dated March 1, 1993. RESOLVED: Thx the Drvisim Prestairm or sevrrd Dtvwm Vice Presidmir and Asriatmr Via PrvAdmis, or any are of blear, he and herby is wahmt,,d firm floe a rent, to appotat one or avert Arta t s- in-Fa" to aeane oa bdwlfgrde Camymry, as surety, mry and all' bads. wdetria iagr and contracts ofsare"ho rr odser wrflnn obligations er de nature thereof to prr=ibe deir rrspecdwe bates and the respea1vr hoWs of dwir asdbarity ; and to revoke any such appornmren at any tent. RESOLVED FURTHER: That ban Company seal and the aigrraure ofary of she aforesaid officers and any 5rcrelmy or Assistant! Seeremy of the Caapanry may he %%ed by frcrfmlk to mry parer of an- my a cerbJtcnia ofaidrer gtwn far tfr ewcu Non of my borsd u+derrabt& contra" or sunrAlh0r, or other wrtam obl%uifar in the nature hereof such siVuum anrdsmt when so used being hereby adopard by the Company as At original sigrmaae ofzuch oj%ncer and the aigind seat of Ae Compmry, to be valid ad bi ding upon the Company wbh the samr force and efEdas Though nwwlly ggmrd L RONALD C. HAYES, Assistant Sectu ry of Great Areriao Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions oftbe Bond of Directors of Mach 1, 1993 have not been revoked and at taw in 6dl form and effect Signed and sealed d is 81029T(11A) day aft ALTO 3 0 2007 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of CaMomia Count of Los Angeles _ � � :` County 0 On _�0_ before me, ._- fly J. White , Notary Public n a Nano ra Tr d dew 1� g..'JUw po.. Nwry Fitiv.'1 !I personalty appeared ,TrThn S, i'>eek NunMw nsgnsrtel - �� 'Miry J. WHITE Commissro a 1513023 a t•'' Nofay Pubhc - Colifornh, Los Angeles Camty My Comm Exoer- SPt r 12.2008 M personalty known to me CJ proved to me on the basis of satisfactory evidence to be the person(4 whose name(a�tSllarG subscribed to the within instrument and acknowledged to me that�shsApoy-executed the same in I�i§ktkMak authorized capacity(ies), and that by t@44walhaic signature(s}on the instrument the person(V, or the entity upon behalf of which the person(b) acted, executed the Instrument. /Tim. � •s/. ia. �: OPTIONAL Thc gn ft ATlavnWb* aelm Is nd moaded q new, a may PMM Y&URW to person a MOV M Me d=0fov am C0"Woomw flame lant mmovel end reanadvr"V of tNs tam to a wdw loran" Description of Attached Document True or Type of Document Document Date: /+.,A � 0 00 , Number of Pages: Signers) Otter Than Named Above: a _ Capacfty(les) Claimed by Signer Signer's Name: John S. Meek ❑ Individual Tap a vxxne nxe I$ Corporate Officer — Thle(s): President • Partner — O Limited O General • Attomey -in -Fad ❑ Trustee ❑ Guardian or Conservator O Other: Signer Is Representing: John S. Meek Company, Inc. 0IMN NO" Nn( I Wee Do Sam Aa PQ On 2 - CaNmrsrA Gnfr53� ,a- .axakmMgM P WSYa rraev. Cl Tc". taoDeteeRT 'TRr�o,,:,.d in Ofhcu� e� nrds Oouige County I RFl CI`/tJlditl-l' 'fy 1 11 a 11.1 111. 111 RECORDING REQUESTED BYAND "'' " rri r WIN.: 111.111 11''lf1 d 11 II rjt' F LL- WHEN RECORDED RETURN 1: _2 9- *( 000260/20 02.04pn105122109 119 11 N12 1 City Clerk oma OF 1) 00 r MI o 00 o 00 0 00 0 00 0 00 0 0o City of Newport Beach THE My GLEE( 3300 Newport Boulevard Cp Or �,p ART BEO Newport Beach, CA 92663 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and John S. Meek Company, Inc., of Gardena, California, as Contractor, entered into a Contract on September 11, 2007. Said Contract set forth certain improvements, as follows: (1) (2) (3) (4) Via Lido Wall Replacement (C- 3657). Work on said Contract was completed, and was found to be acceptable on May 12, 2009, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Great American Insurance Companv. VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on at Newport Beach, California. BY O D r� City Clerk 1` 4 r • CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 9 May 12, 2009 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Frank Tran, Project Engineer 949 -644 -3340 or ftran @city.newport- beach.ca.us SUBJECT: RIVO ALTO COPING REPLACEMENT; FINLEY AVENUE AT 36TH STREET BULKHEAD REPAIR; 26TH STREET TIDE GATE STRUCTURE AND BULKHEAD IMPROVEMENTS; AND VIA LIDO WALL REPLACEMENT - COMPLETION AND ACCEPTANCE OF CONTRACT NO. 3657 Recommendations: 1. Accept the completed work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the Labor and Materials bond 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. 4. Release the Faithful Performance Bond 1 year after Council acceptance Discussion: On September 11, 2007, the City Council authorized the award of the subject contract to John S. Meek Co., Inc., (MEEK). Under this contract, MEEK constructed four projects: 1. Rivo Alto Coping Replacement: This project included removing and reconstructing a concrete coping and fence atop the bulkhead located at the east end of the Rivo Alto Channel. 2. Finley Avenue at 36th Street Bulkhead Repair: This project consisted of repairing bulkheads at the Finley Avenue street end at 36th Street. 3. 26th Street Tide Gate Structure and Bulkhead Improvements: This project included removing and reconstructing a concrete bulkhead, coping, tie rods and anchor blocks; and constructing an electricalty- operated tide gate drainage structure. Rivo Alto Coping ment; Finley Avenue at 36th Street Bulkhead ; 26th Street Tide Gate Structure and Bulkhead Improvements; and Via Lido Wall Replacement - Completion and Acceptance of Contract No. 3657 May 12, 2OD9 Page 3 Public Notice: The Notice Inviting Bids was advertised in the City's official publication and in construction industry publications. Prior to starting work, two City - prepared construction informational notices were distributed by the contractor to residents within the Work vicinity. The first notice was distributed ten days prior to the scheduled work. The second notice was distributed 48 hours before the work commenced. Total Project Cost In addition to the primary construction contract, this project involved other project expenses. Total project expenses are summarized as follows: Construction $811,074.80 Surveying $3,468.00 Construction Inspection $1,766.70 Plan- check, Geotechnical & Material Testing $14,392.00 Via Lido Park Landscape and Fence $22,353.80 New Meter Installation (SCE) $2,074.29 Incidentals $305.97 Total Project Cost $855,435.56 Funding Availability: Funds for the construction contract were expended from the following accounts: Account Description Rivo Alto Coping R?Rlacement Finley Avenue at 36 St. Bulkhead 26th St. Tide Structure and Bulkhead Via Lido Wall Replacement Via Lido Wall Replacement Prepared by: 4Uvw TL� Frank Tran Associate Civil Engineer Account Number 7231- C5100837 7231- C2502000 7231- C5100887 7231- C5100738 7013- C5100738 Total: Amount $94,000.00 $73,000.00 $384,000.00 $243,474.80 $16,600.00 $811,074.80 L NEWPORT BEACH OFFICE OF THE CITY CLERK Lellani I. Brown. MMC June 26, 2009 John S. Meek Company, Inc. 14732 S. Maple Avenue Gardena, CA 90248 Subject: Rivo Alto Coping Replacement; FinleyAvenue at 36th Street Bulkhead Repair; 261h Street Tide Gate Structure & Bulkhead Improvements; Via Lido Wall Replacement (C -3657) Dear Mr. Meek: On August 30, 2007, the City Council of Newport Beach accepted the work for 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 22, 2009, Reference No. 2009000260720. The Surety for the contract is Great American Insurance Company and the bond number is 1767438. Enclosed is the Labor & Materials Payment Bond. Sincerely, 1-()( Leilani I. Brown, MMC City Clerk Enclosure 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 www.city.newport- beach.ca.us r • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Uilani 1. Brown, MMC May 13, 2009 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion for the following project (C- 3657): 1. Rivo Alto Coping Replacement; 2. Finley Avenue at 36 Street Bulkhead Repair, 3. 26"' Street Tide Gate Structure & Bulkhead Improvements; 4. Via Lido Wall Replacement Please record the enclosed document and return it to the City Clerk's office. Thank you. Sinnccerel J� Leilani I. Brown, MMC City Clerk Enclosure 3300 Newport Boulevard • Post Office Box 1768 - Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 - www.city.newporl- beach.ca.us 0 0 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and John S. Meek Company, Inc., of Gardena, California, as Contractor, entered into a Contract on September 11, 2007. Said Contract set forth certain improvements, as follows: (1) (2) (3) (4) Via Lido Wall Replacement (C- 3657). Work on said Contract was completed, and was found to be acceptable on May 12, 2009, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Great American Insurance Company. VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on 'Y �V �� at Newport Beach, California. BY o I r i City Clerk CITY OF NEWPORT BEACH CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 10:00 a.m. on the 24th day of August 2007, at which time such bids shall be opened and read for (3) (4) VIA LIDO WALL REPLACEMENT. Title of Project Contract No. 3657 $600,000 Engineer's Estimate M Prospective bidders may obtain one set of bid documents for $20 at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663 Com r_actor License Classification(s) required for this project; ` BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http://www.city.newr)ort-beach.ca.us CLICK: e- onlineservices /e- bidPublicWorks For further information, call Frank Tran, Project Manager at (949) 644 -3340 q„ CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT (1) RIVO ALTO COPING REPLACEMENT; (2) FINLEY AVENUE AT 36TH STREET BULKHEAD REPAIR; (3) 26TH STREET TIDE GATE STRUCTURE & BULKHEAD IMPROVEMENTS; (4) VIA LIDO WALL REPLACEMENT CONTRACT NO. 3657 TABLE OF CONTENTS NOTICE INVITING BIDS .......................................................... ............................... Cover INSTRUCTIONS TO BIDDERS ........................................................ ..............................3 BIDDER'S BOND .............................................................................. ..............................5 DESIGNATION OF SUBCONTRACTOR(S) ..................................... ..............................6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................7 NON - COLLUSION AFFIDAVIT ........................................................ .............................11 DESIGNATION OF SURETIES ........................................................ .............................12 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL.. 13 ACKNOWLEDGEMENT OF ADDENDA .......................................... .............................15 INFORMATON REQUIRED OF BIDDER ......................................... .............................16 NOTICE TO SUCCESSFUL BIDDER ............................................. .............................19 CONTRACT..................................................................................... .............................20 LABOR AND MATERIALS BOND .................................................... .............................26 FAITHFUL PERFORMANCE BOND ................................................ .............................28 PROPOSAL................................................................................ ............................... PR -1 SPECIAL PROVISIONS ................................................................. ...........................SP -1 E CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT (1) RIVO ALTO COPING REPLACEMENT: (2) FINLEY AVENUE AT 36TH STREET BULKHEAD REPAIR: (3) 26TH STREET TIDE GATE STRUCTURE & BULKHEAD IMPROVEMENTS: (4) VIA LIDO WALL REPLACEMENT CONTRACT NO. 3657 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The -City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity. or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 at seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703 -4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 at 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. 709151 Contractor's License No. & Classification John S. Meek Company, Inc. Bidder President orized Signature/Titie 8 -22_07 Date CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3 26TH STREET TIDE GATE STRUCTURE & BULKHEAD IMPROVEMENTS; (4) VIA LIDO WALL REPLACEMENT CONTRACT NO. 3657 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 total amount bid Dollars ($ 10% of the bid ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of (1) RIVO ALTO COPING REPLACEMENT; (2) FINLEY AVENUE AT 36TH STREET BULKHEAD REPAIR; (3) 26TH STREET TIDE GATE STRUCTURE & BULKHEAD IMPROVEMENTS; (4) VIA LIDO WALL REPLACEMENT, CONTRACT NO. 3657 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award ", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 21st day of August 2007. JOHN S. MEEK COMPANY, INC. /L Name of Contractor (Principal) A�ri�zed— S�igna�turre(fitle GREAT AMERICAN INSURANCE COMPANY `�� L_ioa/_� e_e Name of Surety Authorized Agent Signature 750 The City Drive South, Suite 300 Orange, CA 92868 -6905 Address of Surely (714) 740 -3279 Telephone Rhonda C. Abel, Attorney -in -Fact Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) State of California County of Orange On AUG 212007 personally appeared Rhonda C. Abel ACKNOWLEDGEMENT before me, J. Barragan, Notary Public (here insert name and title of the officer) 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 acknowledge 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. J, BARRAGAN WITNESS m hand and offici Gamy Public # tas8t25 Y � -. Notary Publtc - Calironua Orange County Signature My Comm. Explm Jan 5, 201 (Seal) OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) LIMITED GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTI Y(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE S4067 /GE 1/06 FRP CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles ss. On � .,Q.2 607 before me, Emily J. White, Notary Public Data Nerve wd MflB d Mm We., -J.. Doe, Notary NNW) personally appeared John S. Meek N -NO of si�ensl EMILY J. WHITE Commission k 1513023 Notory Public - Collfomka Q Los a Angeles County My Comm. ExptresSep 12, 2008 N personally known to me ❑ proved to me on the basis of satisfactory evidence to be the persons} whose name(s)-is/ara subscribed to the within instrument and acknowledged tome t t& l;eA9y- executed the same in %baic thorized capacity(ies), and that by 9i hedtbaic signature(a) on the instrument the person(s), or the entity upon behalf of which the person(e) acted, executed the instrument. WITNESS my hand and official seal. s reef Diary wafn OPTIONAL Though the intonation below is not required bylaw, it may prove valuable to poisons relying on the document and could prevent fraudulent removal and reattachment of this torn to another document. Description of Attached Document Title or Type of Document: Zd 0,9; O - ! %71f • .310 S� Document Date: , 1 1 .200'7 Number of Pages: I Signer(s) Other Than Named Above: Capecity(les) Claimed by Signer Signer's Name: ❑ Individual John S. Meek EX Corporate Officer — Title(s): President ❑ Partner —❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Jchn S. Meek Company, Inc. RIG7nitw13PRINT OF SIGNER o 0 1999 N"onol Notary Mwcia0on -9:60 De 5 Aw., P.O. Bm 2402 • pieRaroM, CA 91313-2M2 • v mfionahatWry q Prod N.. 5907 A..M. Call T.H.F. I-BOOA76-W7 0 0 0 GREAT AMERICAN INSURANCE COMPANY® Administrative Office: 580 WALNUT STREET' CINCINNATI, OHIO 45202. 513 - 3695000' FAX 513- 723 -2740 The number of persons authorized by this power of attorney is not more than FIVE No. 0 14405 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons meted below its true and lawful attomeyia -fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liabil ity of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power JAMES A. SCHALLER ALL OF ALL JANE KEPNER IRVINE, $75,000,000.00 NANETTE MARIELLA -MYERS CALIFORNIA RHONDA C. ABEL SUZANNE EDWARDS This Power of Attorney revokes all pieviom powers issued in behalf of the anomey(s )-in -fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixedthis 2e day of, MARCH , 2007. Attest STATE OF OHIO, COUNTY OF HAMILTON - ss: GREAT AMERICAN INSURANCE COMPANY DAVIDC.MTCHIN (5133693811) On this 2& day of MARCH , 2007, before me personally appeared DAVID C. KITCHIN, to me known, being duly mom, deposes and says that he resides in Cincinnati, Ohio, that he is the Divisional Senior Vice President of the Bond Division of Great American instance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal; list it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. This Power of Attorney is grantedby authority of the following resolutions adopted by the Bond of Directors of Great American Insurance Company by unanimous written consent dated March 1, 1993. RESOLVED: That the Division President, the several Division Vice Presidents mid Assistant Vice Presidents, or any one of them, be acrd hereby is authortzed, from time to time, to appoint one or more Attorneys -in -Fact to execute on behalf of the Compan3j as surety, any and all bonds, lmderialangs and contracts of suretyship, or other written obligations in the native thereof, to prescribe their respective duties and the respective limits of their authority; and to revoke any such [appointment at any time. RESOL VED FURTHER: That the Company seal and the sigtratnte of any of th e aforesaid q#'icvrs and any Secretary or Assistant Secretory of the Company may be of and byfacsimile to arypower of attorney or certificate of either given for the execution of any bond, undertaking, contract or suretyship, or other written obligation in the nature thereof, such signature and seal when sowed being hereby adopted by the Compatyas the original signature ofsuch o irer and the origimi seal of the Comparo, to be valid and binding upon the Company with the same force and effect as though manually qffl d CERTIFICATION 1, RONALD C. HAYES, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions ofthe Board of Directors of March, 11, 119993 have not been revoked and are now in full force and effect. Signed and sealed this day of, MG 212007, S 10297 (11101) Best's Rating Center - Company Information for Great American Insurance Company Rating Center Rating Methodolog Industry Research Ratings Definitions Search Bans Rob Press Release; Related Products s Cauchy Risk Flaw to Oat Rated Y, Vier Ralings: FIJI Strength Issuer Credit securities Advarysa Search Great American Insurance Company is member of Great American P d C Insurance Gm) A.M.aest X: 02313 NmC k 16691 FEIN M 310 6012 3 0 Address: 580 Walnut Street, 12th Floor Cincinnati, OH 45202 Best's Ratings Phone: 513 - 3696000 Fax: 513- 369 -3600 Web: www.great_amedcaninsurance.com Financial Strength Ratings View Definitions Rating: A lExcelfent) Affiliation Code: p (Pooled) Financial Size Category: XIV ($1.5 Billion to $2 Billion) Outlook: Stable Acton: Affirmed Effective Date: November 28, 2006 * Denotes Under Review Best's Ratings Pagel of 2 Other Web Centers: r" Aasi9ned to compeMes Nat ban. �n norr onjon. an excellent adliry n mrM Nair hddegoGlgations [o colitynddem. Issuer Credit Ratings View. Definitions Long- Term:a Outlook: Stable Action: Affirmed Date: November 28, 2606 Reports and News Visit our NewsRoom for the latest news ano press releases for this company and its A.M. Best Group. Best's Comoanv Report - includes Best's Financial Strength Raring and rationale along with comprehensive analyl �p1 �. detailed business overview and key financial data. Y � Report Revision Date: 07/2312007 (represents the latest significant change). Historical Reports are available in Best's Company—Report Amhive. Z Best's Executive Summary Reports (Financial Overview) - available in three versions, these presentation style n sheet, income statement, key financial performance tests including profitability, liquidity and reserve analysis. Data Status: 2007 Best's Statement File - P /C, US. Contains data compiled as of 8/23/2007 (Quality Cross Check( • Single Company - five years of financial data specifically on this company. • Comparison - Side -by -side financial analysis of this company with a peer group of up to five other companies yc • Composita - evaluate this company's financials against a peer group composite. Report displays both the avera composite of your selected peer group. (i—a'l, AMB Credit Report Business Professional - provides three years of key financial data presented with colorful ch ) report also features the latest Best's Ratings, Rating Rationale and an excerpt from Our Business Review comments Data Status: Contains data compiled as of 8/23/2007 (Quality Cross Checked). Best's Key Rating Guide Presentation Report - includes Best's Financial Strength Rating and financial data as fin Rating Guide products. • 1' Data Status: 2006 Financial Data (Quality Cross Checked). Financial and Analytical Products Best's Property /Casltalty Center - Premium Data & Reports Best's Key Rating Guide - P /C, US & Canada Best's,Statement File - PIC, US Best's Statement File - GIQ W Best's Insurance Reports -_P/C US & Car a_da Bast's State Line - P/C, US Best's Insurance Expense Exhibit (IEE)= PIC, US Best's Stale /Line (Combined.Lines) -. P /C, US Best's Stale Line - Property I Casually - Single State Best's Schedule P (Loss Reserves) - PIC, US Customer Service i Pro get Suopprt I Member Center I Contact Info I Cam About A.M.. Best I Site Map i Privacy- Policy I Securityr i Terms of Use I Legal &Licensing http: / /www3.ambest.com/ ratings fFullProfile.asp ?B1= 0 &AMBNum= 2213 &A1tSrc =1 &Alt... 08/27/2007 L-aou, KvE=1�'lv.C'.-dtiUr1EW B tai VIA LIDO WALL REPI BcEIYIEadi CONTRACT NO- 3657 DESIGNAT10H OF SUBCONTRACTORiS) 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. tf a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed) Subcontractor's Information Bid Item Description of Work %of Number Total Bid Name: �e�rla Address: Sa�T� GP s(7 �.300 Phone: State License Number: a507-7q Name: k J OrkwooA+ &-sgoc- Address:'Tins�th,cR E ��f`IC41 Phone: 714- 5o6--19 -1-7 State License Number: a 4 33 Name: Wknper(l -i Pook"Co /t Address: WVVk ? V-, CA J Phone: State License Number: OmP 510 John S. Meek Co. Inc. /General blanager S1• d,--i' 11u2 U-4 49as:e1 � 1- 4d-astuV- e— M1`Ir� CONTRACT Noe 3657 DESIGNATIO14 OF SUBCONTRACTOFCtSi State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he /she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed) Subcontractor's Information Bid item Description of Work %of Number Total Bid t � Name: G. i F eoncxe {-2�vi�� J Address: s0.reE0. aV Gt CA O -P iJ +1 C n 013,4 3,1 W# Phone: -7)q (94'?- 039-7 State License Number. 5 ` () 310 Name: Ace -Pence- Address: C,17 z,(7 (ndu5irJ Ck a FEACe .54 % Phone: (o. `7 State License Number. M (0'74 Name: Address: Phone: State License Number: John S. Meek Co. Inc.o /General Manager S'�kidki?F f, Idwaizi< 8 Xrau tuusfTids E ls=G E q' sr--k"' E��!iirr'I�h� vc %�.•i=�6..� [��6�'��aE=_il ho9�6�9 u f?D VIA LIDO WALL P,EPLACEMENT CONTRACT NO. 355`r ®EStGNATI ®N OF SlfBGQHTRACTQRJ6g 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 Bead. (Use additional sheets if needed) Subcontractors Information Bid Item Description of Work %of Number Total Bid Name: Address: Phone: State License Number. Name: Address: Phone: State License Number. Name: Address: Phone: State License Number: John S. Meek Co. Inc. ����� /General Manager 1-4z; der lgrl6 '.tP.96smae' CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT (1) RIVO ALTO COPING REPLACEMENT; . (2) FINLEY AVENUE AT 36TH STREET-BULKHEADREPAIR- (3126TH STREET TIDE GATE STRUCTURE & BULKHEAD IMPROVEMENTS; (4) VIA LIDO WALL REPLACEMENT CONTRACT NO. 3657 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidders Name John S. Meek Company, Inc. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON - RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $15,000, provide the following information: No. 1 Project Name /Number Newport and Balboa Piers Project Description Repair of two municipal piers Approximate Construction Dates: From lo/16 /m To: 5/22/07 Agency NameCity of Newport Contact Person Mark Puglisi Telephone (349) 644 -3331 Original Contract Amount $-8o Final Contract Amount $ 790, 523.97 If final amount is different from original, please explain (change orders, extra work, etc.) Scope of work changed Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? if yes, briefly explain and indicate outcome of claims. No No. 2 Project Name /Number Santa Monica P; Pr Phnqp TTT Project Description Municipal pier rehab Approximate Construction Dates: From 09 -06 -06 Agency Name City of Santa Monica 04 -30 -07 Contact Person Randall Martinez Telephone 010) 628 -9362 Original Contract Amount$J' 934, "'Final Contract Amount $ 2, 233, 833 If final amount is different from original, please explain (change orders, extra work, etc.) Approved change orders Did you file any claims against the Agency.) Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. Ime No. 3 Project Name /Number yereda Bikeway Project Description construction of bikeway undercrossing Approximate Construction Dates: From 3/10/06 To: 2/08/07 Agency Name Clty of San .Yuan r ni i etrann Contact Person Brian Ige Telephone149 ) 441 -6150 $1,734,444 Original Contract Amount $ Final Contract Amount $1,854,522 If final amount is different from original, please explain (change orders, extra work, etc.) Approved change orders Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No No. 4 Project Name /Number Short Trail at Houses 437 and 469 Project Description Two retaining walls Approximate Construction. Dates: From 9 -1 -06 To: 6 -30 -07 Agency Name County of Los Angeles Department of Public Works Contact Person Tim Bazinet Telephone (26 ) 458 -2185 Original Contract Amount $98.30 4 Final Contract Amount $1.028, 309 If final amount is different from original, please explain (change orders, extra work, etc.) Approved change orders Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No No. 5 Project Name /Number 182nd Street Bridge Project Description Remove and replace section of bridge Approximate Construction Dates: From 5 -12 -06 -To:-1-10-07 Agency Name City of Los Angeles Contact Person Timothy Fu Telephone (?13) 202 -5593 $1,298,232 Original Contract Amount $ Final Contract Amount $1.297 If final amount is different from original, please explain (change orders, extra work, etc.) Unit price contract and change orders Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No No. 6 Project Name /Number Mulholland at Allenwood Slope Repair Project Description Emergency repair /replacement of retaining walls and bulkheads Approximate Construction Dates: [From. 10-2.5-o5,, To:. .1 -12 -07 Agency Name City of Los Aneeles Contact Person Carlton Jones Telephone 013) 485 -4587 .. Original Contract Amount $405,348 Final Contract Amount $ 604.446 If final amount is different from original, please explain (change orders, extra work, etc.) Increase in scope of work . Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other i9 formation sufficiently comprehensive to permit an appraisal of the Contractor's cu t financial conditions. John S. Meek Company, Inc. President Bidder 4utrized Signature/Title 10 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT (1) RIVO ALTO COPING REPLACEMENT: (2) FINLEY AVENUE AT 36TH-STREET BULKHEAD REPAIR: (3) 26TH STREET TIDE GATE STRUCTURE & BULKHEAD IMPROVEMENTS; (4) VIA LIDO WALL REPLACEMENT CONTRACT NO. 3657 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of ILs AnLele)s John S. Meek beingg first duly sw9m, depos sand says that he or she is Presiden otioTin S. Meek Company, inc. the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California that the regoing is true and correct. John S. Meek Company, Inc. President Bidder A rized Signature/Title Subscribed and sworn to before me this _22 Notary P li Emily J. White My Commission Expires:Sept. 12, 2006 11 day of August , 2007. - [SEAL] CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT (1) RIVO ALTO COPING REPLACEMENT: (2) FINLEY AVENUE AT 36TH STREET BULKHEAD REPAIR: (3) 26TH STREET TIDE GATE STRUCTURE & BULKHEAD IMPROVEMENTS: (4) VIA LIDO WALL REPLACEMENT CONTRACT NO. 3657 DESIGNATION OF SURETIES Bidders name John S. Meek Company, Inc. Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance /bond type): A /L, G/L and E/L AON (Sam Tse at (213) 630 -2015) i s re Boulevard - 6te. bUU Los Angeles, CA 90017 =0469 W/C Wood Gutmannand Bogart Ins (Jim Gutmann (714) 505 -7000) 15901 Red Hill Avenue - Ste. 100 Tusbin, GA 92780 AON - Bond Div. Agent: Ronn1_ Abel (949) 608 -6352 1901 Main Street - Ste. 300 rvine, 12 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT (1) RIVO ALTO COPING REPLACEMENT: (2) FINLEY AVENUE AT 36TH STREET BULKHEAD REPAIR: (3) 26TH STREET TIDE GATE STRUCTURE & BULKHEAD IMPROVEMENTS: (4) VIA LIDO WALL REPLACEMENT CONTRACT NO. 3657 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL . Bidders Name John S. Meek Company, Inc. Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102. 13 Current Record Record Record Record Record Year of for for for for for Record 2006 2005 2004 2003 2002 Total 2007 No. of Contracts q ?So0 anho Manhour � 3q 906 �J6 , 7 a S IOq 3q3 , 154 21a , 1 3SA 34, &W)S3 5` Total dollar Amount of Contracts (in -# 14nn -# iy.n r2 /SAA 11M Thousands of $ No. of fatalities 0 0 p p O C7 O No. of lost Workday Cases 2 0 2- 4 5 /7 No. of lost workday cases involving permanent transfer to 0 0 O 2 another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102. 13 Legal Business Name of Bidder John S. Meek company, Inc. Business Address: 14732 So. Maple Avenue Gardena, CA 90248 Business Tel. No.: (310) 834 -6323 State Contractor's License No. and Clasgification: -709151 A B HAZ Title The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. f - , Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title If bidder is an individual, name and signature of individual must be provided, and, if he is doing business under a. fictitious name, the fictitious name must be set forth. If bidder is a partnership or joint venture, legal name of partnershiptloint venture must be provided, followed by signatures of all of the partnerstjoint ventures or of fewer than all of the partnersrioint ventures if submitted with evidence of authority to act on behalf of the partnershipfioint venture. if bidder is a corporation, legal name of corporation must be provided, followed by notarized signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal. Signatures of partners, join venturers, or corporation officers must be acknowledged before a Notary Public, who must certify that such partners/joint venturers, or officers are known to him or her to be such, and, in the case of a corporation, that such corporation executed the instrument pursuant to its bylaws or a resolution of its Board of Directors. 14 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT ,4 iS S' State of Caldomia County of Los Angeles as. On 9- / 3 before me, Emily J. White, Notary Public Date Name and TdIo of atoer (a.g. `Jana Doe, Neltary PeNtel personally appeared EMILY J. WHITE Commission # 1513023 -,� Notary Public - California Los Angeles County — My Comm. Expires Sep 12, 2008 Ndloaq.) or slenaga) )0 personally known to me p proved to me on the basis of satisfactory evidence to be the person(s) whose name(&) are subscribed to the within instrument and acknowledged to me that el he/they executed the same in @0er /their authorized capacity(iss), and that by &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. r �i � t NNNery Public OPTIONAL Though the mlonnaa'oo below is not required bylaw, it may prove valuable to persons mlying on the documont and Could prevent fraudulent t'emoval and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Au 0 ,)A o 0 �2 v Number of Pages: a Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: John S. Meek O Individual Top of thumb here M7 Corporate Officer — Title(s): Sacre!aKy O Partner —O Limited 0General O Attorney -in -Pact O Trustee O Guardian or Conservator O Other: Signer Is Representing: John S. Meek Company, Inc. e 'r. L, n it �'�J ��. <` /:!.I lam: ?: :r': (}. ... _ .. .. - .. �'..+ :! /CiPlh:Yjl..:fy.J,.;`�: "J_i. }L(✓_. l.': ...�i l..�.. 01999 Nat Notary/156 .n • 9350 0e 9010 Ave., P0. Bo¢ 2402 • ChelssoM. CA Di 3*24D2 • wmmeuorelnolary.orq Prod. No. 59D7 Re000r: Can To6Freo 1SOd6T64e27 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California Coun ty of Los Angeles ss. On _ 9 - / 3 U'7 before me, Dirtily J. White, Notary Public to Name and Tnle of Officer (e.g.,'Jwe )oe, Notary Public) personally appeared John S. Meek Name(.) of Signer(.) 'jo R__ �_ EMILY J. WHffE Commbslon # 1513023 Rotary Public - California courlty ��Sap 12, 20f� Z personally known to me G proved to me on the basis of satisfactory evidence to be the person(4 whose name(c}.6w& subscribed to the within instrument and acknowledged to me t at helshWthey- executed the same in Wedlb 'uthorized capacity(ies), and that by fi erltdaic signature(s) on the instrument the person(g), or the entity upon behalf of which the persons) acted, executed the Instrument. WITNESS my hand and official seal. g of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: ao71 a U O 17 Number of Pages: .� Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer Signer's Name: ❑ Individual John S. Meek RIGHT THM16PRINT OF SIGNER I$ Corporate Officer — Ttle(s): President ❑ Partner — ❑ Limited O General • Attorney -in -Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: John S. Meek Company, Inc. r< 019H National Notary Aseocla9on • 9350 Da Soto Are- P.O. Box 2002 • C W alb, CA 91313 -2402 • tw.uMonalnoieryorg P W No. 5907 aeoder Call Tor -Free 1d 87bli827 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT (1) RIVO ALTO COPING REPLACEMENT; (2) FINLEY AVENUE AT 36TH STREET BULKHEAD REPAIR: (3) 26TH STREET TIDE GATE STRUCTURE & BULKHEAD IMPROVEMENTS; (4) VIA LIDO WALL REPLACEMENT CONTRACT NO. 3657 ACKNOWLEDGEMENT OF ADDENDA Bidders name John S. Meek Company, Inc. The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: •22 -07 15 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT (1) RIVO ALTO COPING REPLACEMENT: (2) FINLEY AVENUE AT 36TH STREET BULKHEAD REPAIR;-- - (3) 26TH STREET TIDE GATE STRUCTURE & BULKHEAD IMPROVEMENTS; (4) VIA LIDO WALL REPLACEMENT CONTRACT NO. 3657 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: John S. Meek Company, Inc. Business Address: 14732 So Merle Avenue Gardena CA 90248 Telephone and Fax Number: ( 310) 830 -6323 (310) 835 -2163 California State Contractor's License No. and Class: 709151 A. B. AAz (REQUIRED AT TIME OF AWARD) Original Date Issued: 2000 Expiration Date: 07 -31 -09 List the name and title /position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: Don Foreman, Project Manager /Estimator The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone John S. Meek President 14732 So. Maple Avenue (310) 830 -6323 Gardena, CA 90248 Corporation organized under the laws of the State of -California M, The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; Briefly summarize the parties' claims and defenses; N/A Have you ever had a contract terminated by the owner /agency? If so, explain. No Have you ever failed to complete a project? If so, explain. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)?fis / No Are any claims or actions unresolved or outstanding? Yes / No N/A 17 If yes to any of the above, explain. (Attach additional sheets, if necessary) N/A Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non - responsive. John S.-Meek (Print name of Owner or Presider} of ChorporaVion /Cgmpany) John S. Meek Company, Inc. Bidder Signature/Title Pra Ci rl cn'F Title 8 -22 -07 Date Subscribed and sworn to before me this 22 SEE ATTACHED ACKNOWLEDGEMENT 18 day of August _'2007. (SEAL] CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT ,�1- c��c`.}�.<;l`.C;<. vCrGt.;..�,..�.. ,��:..: n,•v�,�'s: ti<.. C<' 1.' C, C( YCVSG' c% G<:% G�>.r i�'.'-(`..' M�." �c^F:c;i:pr�.- �%»C:c-i:n`.p.'�. State of California County of Los Angeles ss. On 0 �_ before me, Emily J. White, Notary Public Dace Name and Tore d OOicer (e.g, •Jane Doe. Noary Public') personally appeared John S. Meek Name(.) d Signed.) EMILY J. WHITE _ Commisslon # 1513023 @,My Notary Public - California Los Angeles County Comm. Expliea Sep 12, 2008 0 personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(4 whose name(s�- islasa subscribed to the within instrument and acknowledged to me that he /sheRhey- executed the same in his/hadtheir authorized capacity(ies), and that by hislboatheir signature([) on the instrument the person(a), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. " 9 !4t/ l A U Ugnaram W Notary Public OPTIONAL Though the information below Is not required bylaw, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached D�ocurm Title or Type of Document: Document Date: A -a'] - 0 7 Signer(s) Other Than Named Above: _ Capaclty(ies) Claimed by Signer Signer's Name: ❑ Individual John S. Meek a Corporate Officer — Tille(s): President ❑ Partner — ❑ Limited ❑ General ❑ Attorney -in -Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: John S. Meek Company, Inc. rf tl Number of Pages: 3 RIGHT THUMBPRINT OF SIGNER 01999 NaO Noary A.wclatlon • 9350 De Soto Ave., P.O. Bon 2402 • Chemtvodh, CA 91313 -2002 • �naucumluoary.wg Prod. N. 5907 Reor,Tar. Cell Toll -Fee 1A00� CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT (1) RIVO ALTO COPING REPLACEMENT; (2) FINLEY AVENUE AT 36TH STREET BULKHEAD REPAIR; (3) 26TH STREET TIDE GATE STRUCTURE & BULKHEAD IMPROVEMENTS; (4) VIA LIDO WALL REPLACEMENT CONTRACT NO. 3657 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall-be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been receiVed and approved by the City. 19 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT (1) RIVO ALTO COPING REPLACEMENT; (2) FINLEY AVENUE AT 36TH STREET BULKHEAD REPAIR; (3) 26TH STREET TIDE GATE STRUCTURE & BULKHEAD IMPROVEMENTS; (4) VIA LIDO WALL REPLACEMENT CONTRACT NO. 3657 CONTRACT THIS AGREEMENT, entered into this & day of 50e , 2007, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and John S. Meek Company, Inc., a California Corporation, hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: (1) RIVO ALTO COPING REPLACEMENT; The work necessary for the completion of the 4 sub - projects in this contract consists of but not limited to: (1) Rivo Alto Coping Replacement (Drawing No. H- 5166 -S): The work necessary for the completion of this sub - contract consists of removing and reconstructing a concrete coping and fence atop the bulkhead located at the east end of the Rivo Alto channel and other incidental items of work. (2) Finley Avenue at 36th Street Bulkhead Repair (Drawing No. H- 5167 -S): The work necessary for the completion of this sub - contract consists of repairing bulkhead at Finley Avenue street end at 36`h Street, reconstructing the removed improvements and other incidental items of work. (3) 26`h Street Tide Gate Structure & Bulkhead Improvements (Drawing] No. H- 5165 -S): The work necessary for the completion of this sub - contract includes, but is not limited to, removing existing bulkhead and tide gate structure; removing existing pavement, driveway approach, sidewalk, curb, and curb and gutter; constructing asphalt pavement, P.C.C. driveway approach, curb, curb and gutter; constructing concrete bulkhead, coping, tie rods, anchor blocks; constructing a tide gate drainage structure with an electrically operated sluice gate and other incidental items of work. (4) Via Lido Wall Replacement: The work necessary for the completion of this design -build sub - contract consists of furnishing transportation, labor, materials, and equipment for the removal of an existing crib wall adjacent to Via Lido at the approach to the Lido Isle bridge; design and placement of a segmental retaining wall (SRW) or a mechanically stabilized earth wall (MSE) at the Contractor's choice in accordance with the Technical Specifications and in conformity with the lines and grades shown on Drawing No. R- 5864 -S; reinstalling chain barrier, all the removed improvements for the wall construction and other incidental items of work." 20 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. 3657, 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. 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 Eight Hundred Thirty -Six Thousand Dollars and 001100 ($836,000.00). 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: 21 CITY City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Frank Tran (949) 644 -3340 John Se Meek Company, Inc. 14732 South Maple Avenue Gardena, CA 90248 310 - 830 -6323 310 - 835 -2163 Fax 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 original certificates of insurance and with original endorsements effecting coverage required by this Contract. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. All certificates and endorsements are to be received and approved by City before work commences. City reserves the right to require complete, certified copies of all required insurance policies, at any time. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. 1. Minimum Scope of Insurance Coverage shall be at least as broad as: a) Insurance Services Office Commercial General Liability coverage "occurrence" form number CG 0002 (Edition 11/85) or Insurance Services Office form number GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. b) Insurance Services Office Business Auto Coverage form number CA 0002 0287 covering Automobile Liability, code 1 "any auto' and endorsement CA 0029 1288 Changes in Business Auto and Truckers Coverage forms - Insured Contract. c) Workers' Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. 2. Minimum Limits of Insurance Coverage limits shall be no less than: a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit 22 shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. b) Automobile Liability: $x,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. 4. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages City, its officers, agents, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees or volunteers. ii. Contractor's insurance coverage shall be primary insurance and /or primary source of recovery as respects City, its officers, officials, employees and volunteers. Any insurance or self- insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, agents, officials, employees and volunteers. iv. Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. The insurance afforded by the policy for contractual liability shall include liability assumed by contractor under the indemnification /hold harmless provision contained in this Contract. b) Workers' Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against =City, its officers, agents, officials, employees and volunteers for losses arising from work performed by Contractor for City. 23 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 parry, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to City. All of the executed documents referenced in this contract must be returned within ten (10) working days after the date on the "Notification of Award," so that the City may review and approve all insurance and bonds documentation. 5. Acts of God Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the repairing and restoring damage to Work, when damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract amount provided that the Work damaged is built in accordance with the plans and specifications. 6. Right to Stop Work for Non - Compliance City shall have the right to direct the Contractor to stop work under this Agreement and/or withhold any payment(s), which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. H. RESPONSIBILITY FOR DAMAGES OR INJURY City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. 3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractor's subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify City from the 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 suchsuits 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. 24 6. The rights and obligations set forth in this Article shall survive the termination of this Contract. In the event that Contractor enters into any design contracts for this Project, Contractor agrees to include a provision that requires the subcontractor- designer to defend, indemnify and hold the City harmless for all claims that may arise from the "negligence, recklessness, or willful misconduct" of the subcontractor, its employees or agents. This hold harmless provision must be in a form approved by the City Attorney's Office. In addition, any contract between Contractor and subcontractor- designer shall specify that City is a third -party beneficiary. Finally, subcontractor - designer shall add City as an additional insured on its professional liability policy in connection with the Project. J. 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. K. CONFLICT If there is a coriftict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. L. 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 year first written above. ATTEST: APPR D AS TO FORYUI: �� C �- N C. HARP Assistant City Attorney 25 caused this contract to be executed the day and OF NEWPORT BEACH By: CONTRACTOR sy: Officer) Print Name: :�_p 4 ,�/ f (Financial Officer) 'tie: �/�1i C.r✓y � Print Name: Executed in Triplicate CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LLRIVO ALTO COPING REPLACEMENT; Premium Included in Performance Bond CONTRACT NO. 3657 BOND NO. 1767438 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to Name of Contractor, hereinafter designated as the 'Principal,' a contract for construction of (1) RIVO ALTO COPING REPLACEMENT; (2) FINLEY AVENUE AT 36TH STREET BULKHEAD REPAIR; (3) 26TH STREET TIDE GATE STRUCTURE & BULKHEAD IMPROVEMENTS; (4) VIA LIDO WALL REPLACEMENT, CONTRACT NO. 3657 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. 3657 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, Great American 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 Eight Hundred Thirty -Six * lawful money of the United Stales 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. * Thousand and no /100 Dollars ($836,000.00) 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 of 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 Surely 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 attorneys fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 26 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 et, seq. of the Civil Code of the State of Callfomia. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to, the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duty executed by the ab a named Principal and Surety, on the 30th day of August 1200 7. John S. Meek Company, Inc. Name of Contractor (Principal) Great American Insurance Company Name of Surety 750 The City Drive South, Suite 300 Orange, CA 92868-6905 Address of Surety (714) 740 -3279 Telephone Agent Signature 4 Nanette Mariella- Myers, Attorney in Fact Print Name and Tide NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 27 State of California County of Orange ACKNOWLEDGEMENT On August 30 2007 before me, Jeri Apodaca, Notary Public (here insert name and title of the officer) personally appeared Nanette Mariella -Myers 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 acknowledge 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 instgM&Qj+._ _ _ _ _ _ WITNESS my hand and official seal. Signature OPTIONAL K � Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER ❑ PARTNER(S) LIMITED GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE SAD67 /GE 1106 FRP CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT ,i 47('•gc• f'(:•G` .(�c: �:: t�c.•(.�'n.: tn. \:k;....a. n �: \Y%t...,Cn: \- {'...:,il;� ..{ .' {.:,E -1 �,'i %CC �s;G:K'.�.':c� ;r,Y'{'(• {Y'.[n `ti•(;cM•CY �T' Y State of California Coun ty of Los Angeles ss. On 4U61, /, 2-v0q before me, Emily J. White, Notary Public Dale Name and Tlde of Officer (e g.,'Jame Doe. Notary PublWc personally appeared ,TQhn S. Meek Name(.) of Slgnegs) EMILY J. WHITE I ''F Commission # 1513023 z , o Notary Public • California ' Los Angeles County MY Comm. Expires Sep 12, 2008 N personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(.} whose name(s}. iii subscribed to the within, instrument and acknowledged to me that Wsha4hoy- executed the same in Is4=4theic authorized capacity(i @s), and that by f&-hecLtbeic signature(o 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. 4.1�c "anun,6114orar, Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: _i(1 r cP. D B D Number of Pages: a Signer(s) Other Than Named Above:C�'t- ?o- ±�L�� -� Capacity(ies) Claimed by Signer Signer's Name: O Individual John S. Meek CX Corporate Officer — Title(s): President ❑ Partner —O Limited O General • Attorney -in -Fact • Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: John S. Meek Company, Inc. RIGHT THUMBPRINT OF SIGNER NMI ®1999 National Notary Assodalow • 9390 Do Solo Ave., P.O. Box 2402 • Chaf r h, CA 91313 -2402 • w raoonalnotary0m Prod. No. 5907 Roomer. Call Toll -Free 1 900F370 7 Executed in Triplicate CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT (41 VIA LIDO WALL REPLACEMENT CONTRACT NO. 3657 BOND NO, 1767438 FAITHFUL PERFORMANCE BOND The premium charges on being at the rate of $ 11.38 first thousand of the Contract price. - $2,000,000. WHEREAS. the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to Name of Contractor, hereinafter designated as the "Principal ", a contract for construction of (1) RIVO ALTO COPING REPLACEMENT; (2) FINLEY AVENUE AT 36TH STREET BULKHEAD REPAIR; (3) 26TH STREET TIDE GATE STRUCTURE & BULKHEAD IMPROVEMENTS; (4) VIA LIDO WALL REPLACEMENT, CONTRACT NO. 3657 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. 3657 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Great American Insurance Company duly authorized to transact business under the laws of the State of Califomia as Surety (hereinafter "Surety'), are held and firmly bound unto the City of Newport Beach, in the sum of Eight Hundred Thirty -Six Thousand and " 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. — no /100 Dollars ($836,000.00) THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principars 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 C'dy of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall became null and void. 28 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees. including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principat shalt not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duty executed by the Principal and Surety above named, on the 30th day of August , 2007. John S. Meek Company, Inc. Name of Contractor (Principal) Great American Insurance company Name of Surety 750 The City Drive South, Suite 300 Orange, CA 92868 -6905 Address of Surety (714) 740 -3279 Telephone X1 v Authorized Agent Signature D — Nanette Mariella- Myers, Attorney in Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 29 State of California ACKNOWLEDGEMENT County of Orange On August 30 2007 before me, Jeri Apodaca, Notary Public (here insert name and title of the officer) personally appeared Nanette Mariella -Myers 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 acknowledge 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 instrurljerj. WITNESS my hand and official seal. Signature OPTIONAL Commkdon # 1693703 Notary Pudic - California Orange Canty r Cantu. bVier Oct 12, 20 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) B LIMITED GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTrFY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE FRP 0 0 0 GREAT AMERICAN INSURANCE COMPANY® Administrative Office: 680 WALNUT STREET' CINCINNATI, OHIO 46202' 613369-6000' FAX 513- 723 -2740 The number of persons authorized by this power of attorney is not more than FIVE No.0 14405 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominRe, constitute and appoint the person or persons named below its true and lawful attomeym -fact, for it and in as name, place and stead to execute in behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof, provided dnat the liability of the said Company on any such bond, undertaking or marred of suretyship executed order this authority shall not exceed the Brat stated below. Name Address Limit of Power JAMES A. SCHALLER ALL OF ALL JANE KEPNER IRVINE, $75,000,000.00 NANETTE MARIELLA -MYERS CALIFORNIA RHONDA C. ABEL SUZANNE EDWARDS This Power of Attorney revokes all previous powers issued in behalf of the attomey(s }in -fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to he signed and attested by its appropriate officers and its corporate seal hereunto affixedthis ZIP day of, MARCH , 2007. Attest STATE OF OHIO, COUNTY OF HAMILTON - ss: GREAT AMERICAN INSURANCE COMPANY DAVID C. IQTCHIN (5133693811) On this 2& day of MARCH , 2007, before me personally appeared DAVID C. KIICHIN, to me known, being duly swom, deposes and says that he resides in Cincinnati, Ohio, that he is the Divisional Senior Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. This Power of Attorney is giamedby authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated March 1, 1993, RESOLVED: That the Division President, the several Division Vice Presidents aid Assistant Vice Presidents, or my one of them , be and hereby is authorized, from time to trine, to appoint are or more AttanWs -in -Fact w execute on behalf of the Companry, as surety, ozy mrdall bonds, undertakings and contracts ofsuretyshrp, or other written obligations in the nature thereof,- to prescribe their respective duties and the respective lhnits of their authority; and to revoke any such appomIntent at any time. RESOLVED FURTHER: IRat the Company seal and the signature of any of the aforesaid officers and arty Secretary orAssruant Secretary of the Company may be affixed by fa csimile to any power of attorney or certificate of either gmen fo r the exncunon of any bond, undertakintg, contract or sure ryshrp, or other writes obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature ofsuch officer and the arigmal seal of the Company, to be valid and brndwg upon the Company with the same forew and effect as though manually affixed CERTIFICATION I, RONALD C. HAYES, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of Much 1, 1993 have not been revoked and are now in full force and effect Signed and sealed this S IMT(11ro+) day of, AUG 3 0 2007 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT C':t:i State of California County of Los Angeles SS. On 3 ?00 before me, Emily J. White, Notary Public 0 e Name and Title of Officer (e.9.. vane Doe, Notary Public') personally appeared John S Meek , Name(e) of agner(s) EMILY J. WHITE Commission # 1513023 QM, Notary Public • Colltornlu Los Angeles County My Comm. Emfes Sep 12, 2008 IN personally known to me ❑ proved to me on the basis of satisfactory evidence to be the persons} whose name(s}r<s o. subscribed to the within instrument and acknowledged to me that( heMey- executed the same in 1(theathefc authorized capacity(ies), and that by Cls�bpr[Woic signature(s)-on the instrument the person(k, or the entity upon behalf of which the person(t) acted, executed the instrument. WITNESS my hand and official seal. L4 ^- gnat f Notary PIN OPTIONAL Though the informahon below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: � a 1 D AD -7 Number of Pages: 1-2 Signer(s) Other Than Named Above: 31AW4 a Capacity(ies) Claimed by Signer Signer's Name: John S. Meek 171 Individual CX Corporate Officer — Title(s): President ❑ Partner — ❑ Limited ❑ General ❑ Attorney -in -Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: John S. Meek Company, Inc. RIGHT THUMBPRINT OF SIGNER 0 1999 National Notary Aesoaanan • 938o Do Sacs A, P.O. Box 2102 • Chanvndh, CA 9131 &2@02 • ww.nalionalnotagaq Prod. No. 5907 Reortler: Cali Tol -Foes 1�&882% DATECIE/y/w r I 099 ACORM 1 2007 raD � Risk Services, Inc of So CA Insurance Services 707 Wilshire Boulevard 111SCERT'IFICATT: IS ISSUED ASAatATTER OF INFORMATION ONLY AND CONFERSNO RIGHrrs UPON TIIE CERTIFICATE (HOLDER THIS suite 6000 CERTIFICATE DOESNOT AAIBTIO, MFUND OR ALTER TIlE Los Angeles CA 90017 -0460 USA COVERAGE AFFORDED BYTIIE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC0 ntANC. 866 283 -7122 FAY. 847 9S3 -5390 INSURCD LYMW=AI Hartford Fire Insurance Co. 19682 MUMA0: American Home Assurance co. 19380 John S. Neck Company, Inc. 14732 S. HaVle Ave. Gardena CA 90248 USA n wMnislle a Dm»tR o: WSUM4 @ ° THE POLICIES OF WSURAINCE LISTED BELOW HAVE BED; ISSUED TOn1B MUREONAMED ABOVE FOR THE POLICY PERIOD 8.TIICAIED. NOIWTIILS MDINO ANY MAUIREMEtT. TERM OR CONDITION OF ANY COSIRACT OR OMER DOCUMENT WITH REMCT TO WIUCI T18S CERTMCATE MAY BE ISSUED OR MAY PERTA L TIM INSURANCE AFFORDED BY TILE POLICIES DESCRIBED HEKE N IS SUBUCCrTO ALLnIBIEAMB. EXCLUSIONS ANM CONDMONS OF SUCH POUCtEA AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIM& 1:uR LTR 7YKOP L\SURAYCS rol1CV NUN.IFA MUCV L"%Cn D.ATTLA011MVVI FOUCY R(HRATON DATf(11NDOlY1T UMn3 a r YLRALUARnITY 04418 01/01107 01/01/06 enaloccuJA^IM 51,000.000 DAMAOBTORDMD PRCABSES R. /I ss0.000 X ODIMLPI.TALGDSRALUARnITY CLADDMADO ® OODUR KRSONAL. A ADV INJURY 51.000.000 a N 6ENTIML AODALOATO $2.000,00D GLYLAGORIAAtD LOUT AIFlWSPEP, ® MUCY O O Lot n r $ RODIKTS.COMMPAGO $1.000.000 x"c¢r n N A AUTOMOM1,XUARILITY ANY AUTO 72UENIL4406 01/01/07 01/01/06 001 ®DQDSL�1t UfrIT It. wuw) $1.000.000 .. ° Z OODCLY WAMY (T"P-1 ALLO%NW AVSOS SCHEOW:DAUTOS u C IOR[DAUM NON/SM�TD AUTOS :=V7 DOWLY IN) � "�'�1 FROPEM OMLAM SSW Ded. COWCDI1 (ra w w CwL%cR LUBILITY AUTO ONLY. RA AOCIDLVT ANY AUTO orIRRTNA.Y RA AM AVTOOA'LY: AGO a MCI..A MM PRLIAA I AA RH U 00020 0 D DI Va CAC110RSIRREM ®OMM O CLAM MAUL ADOSLDATE S11.0001000 DrllutnaLa RBrrxttGv STAIN O/T4 C AnON.AAD LXPLOI LL%X11 CMI3DYRR3• LLARtUTY BL M431 AOUDCNr ANY rROR¢TORIPARMERIMUM M-0 On=15CEM,O{ "CLUDLO? III. DFSWLS&ZA T1010M UTeadsTle ad'srE.C7AL FROVtN" BI. DMIA.MP000Y LOUT = ontPA Ee OI.SC1OM OF OKRAnON*SIDC.ATMX%SM DCtl&%=USl0"7 AODCD BY e`mORSUKOCr RCLAL RO.°6MN3 Project: OS -06 Ocean Pier Repairs - contract He. 3657. City its officers, agents, officials, emplo ees, and volunteers are included as Additional insured as respects Liability arising out o operations (cork performed by or on behalf of the Named Insured. The General Liability policy includes a Per Project Aggregate. o insurance P►_ 2 ccyy of Newport Beach - OPW ; is Works Specialist 3300 Newport Blvd. SD Attn. Shallna Lyn Oyler Y 9 Nevrport Beach, Ca 2663 USA ate W&4Yan¢ADMoes KorouCMSRa Ck%,CEuzooEr an¢aJDM7av DATE Tt¢REOr. nel ISSU a COMMA 4nL WWEAA'OR 70 MALL DAYS a7IrM4.%V i1TOTH ¢CLWMIrAIDISOUXRNNADTOnmLFJr. RUT FAHLUXOTO DOSODLLLL 090.315 NO OEUOATIONO2 LLUUITY O'A'R faAVN�TIES WWREX rrS AMTS OR RSAZSLNTAMLS. r� M 1S �j/ ALD7D r1RLSrNrAT1AE A/N ti+e $IDta1LfL'e�$fR1A1 SfHCfCa $Rta wart - R DTI SFt �T -_ -UT M Attachment to ACORD Certificate for John S. Meek company. Inc. The terms, conditions and provisions noted below are hereby attached to the captioned certificate as additional description of the coverage afforded by the insurer(s). This attachment does not contain all terms, conditions, coverages or exclusions contained in the policy. INSURED John S. Meek Company, Inc. 14732 S. Maple Ave. Gardena CA 90248 USA no) 0Vy CON FIOW CLAM If a policy below does no include limit information. refer to certificate form for policy limits. DESCRIMON OF OPERATIONSn .00ATIONS(VEMC ESM USIONS ADDED BY El00RSE MUFFISPECLAL PROVISIONS provided shall be primary and any other insurance maintained by the Additional insured is excess and non- contributory. 'All per American Home Assurance Company CML Policy No. Q0419' Certificate No : 570024758295 No DESCRIMON OF OPERATIONSn .00ATIONS(VEMC ESM USIONS ADDED BY El00RSE MUFFISPECLAL PROVISIONS provided shall be primary and any other insurance maintained by the Additional insured is excess and non- contributory. 'All per American Home Assurance Company CML Policy No. Q0419' Certificate No : 570024758295 MUREo John S. meek Company, Inc. 14732 S. maple Ave. Gardena CA 90248 USA CG 20 10 11 85 POLICY NUMBER: Q0419 COMMERCIAL GENERAL LIABILITY insured: John S. Meek company, Inc. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSERS OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILTY COVERAGE PART. SCHEDULE Name of Persons or organization: city, its officers, agents, officials, employees and volunteers RE: Project: OS -06 ocean Pier Repairs - Contract No. 3657 (if no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of 'your work for that insured by or for you. The insurance afforded by this policy for the benefit of the additional insureds shown above shall be primary but only with respect to any claims, loss or liability arising out of the operations of the named insured and any insurance maintained by the additional insureds shall be non - contributory. CG 20 10 11 85 Copyright, Insurance services office, Inc., 1984 CertlOcate No : 570024758295 I F A6 RO CERTIFICATE OF LIABILITY INSURANCE Dew mm/dd/yy) 8/28/2007 Producer Monica Gamfa THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. Wood Gutmann & Bogart Insurance Brokers 15901 Red Hill Ave., Suite 100 THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDIP Tustin CA 92780 INSURER American Home Assurance Co. 714 505.7000 www.wgbib.com License No. 0679263 INSURER Immd INSURER John S. Meek Company, Inc. 14732 So. Maple Ave. Gardena CA 90248 INSURER INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. NSR LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE POLICY EXPIRATION DATE LIMITS GENERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIAR CLAIMS MADE OCCUR FIRE DAMAGE ( are fire) $ MED EXP one —0 $ PERSONAL & ADV INIURV $ GENERAL AGGREGATE $ GE AGO LIMIT APPLEES E PRODUCTS - COMP /OP AGO $ POLICY ROJECT LOC $ AUTOMOBILE LIABILITY ANY AUTO COMBMfED SINGLE Mar E ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ HIRED AUTOS BODILY INJURY NON -OWNED AUTOS [Per aeemem) $ PROPERTY DAMAGE (Pd Mwem) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC AUTO ONLY: AGG $ $ EXCESS LIABILITY OCCUR F I CLAIMS MADE EACH OCCURRENCE $ AGGREGATE $ q DEDUCTIBLE $ RETENTION q $ A EMOPLOVERS'LWBILITVTION& WC2959738 1�1�2007 1/12006 STATUTORY LIMIT THER EL EACH ACCIDENT $ 1 �0 000 EL DISEASE - EA EMPLOYEE 00 _$ EL DISEASE - POLICY LIMB q a. ACC Dis/Empl. 1M/1M DESCRIPTION OF OPERAT =796IT9,01 Re: Contract #3657 CERTIFICATE HOLDER CANCELLATION Contract 93657. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Newport Beach Department of Public Works EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL &V&KQM MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 3300 Newport Boulevard Newport Beach CA 92659 -1768 AUTHORIZED REPRESENTATIVE James E. Gutmann V ACORD 25 -S (7197) ® ACORD CORPORATION 1988 iaii9*10.4 CA 0" If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001108) created at .e CertsONLINE.com ACORO° CERTIFICATE OF LIABILITY INSURANCE °"'9f007 RoWca yy„gm GArd+ THIS CERTIFICATE IS ISSUED AS A MATTER OF o rORMATION ONLY AND CONFERS NO RtGNIS UPON THE CERItnCATE HOLDER. Wood Gutmann & Bogart Insurance Brokers 15901 Red Hill Ave.. Suite 100 THIS CERTIFICATE DOES HOT AMEND. EXTEND OR ALTER IIIE COVERAGE AffOROFO BY THE POLICIES BELOW. Tustin CA 92780 m-Ana American Home Assurance Co. 714 505.7000 VA'AV.wgbib.com License No. 0679263 uNwRtP :Hued 0.YIFIIR C PYSiR2P John S. Meek Company. Inc. 14732 So. Maple Ave. Gardena CA 90248 PJa acR COVERAGES THE POLICIES OF INSURANCE LISTED BELOW IIAVE BEEN ISSUED O THE INSURED NAMED ABOVE OR THE POLICY RIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY TIE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, AGGREGATE LIMITS SHOWN MAY NAVE BEEN REDUCED BY PAID CLAIMS. NSR LTR TYPE OF MAIRANCE POLICY NUMBER Ei�CTIVE 1 POLICY f OV 0" MMIDDIVY CARTS GE14ERAL UA0.UIY [ACII OLCU7RUME t IPN OAUAGC . r t C6SIMTRCLU.00JJ.RAL IMS CCAOASMAOL OOCWR A&D tX 165 m _ t KRSamt A Aw MIURY I rgaA At �:[ Al a Wwwr AwocTioa PROaNCIStOVAOP AFL S S VOICY NCI OC AUTTDNAeO LIABILITY July Comma0 UK=ILWT I AU OwMO AU 105 $=410=0 ADIOS SOCCLY MARRY V" 0.1.0 S M=Y INJURY KIRIO ADIOS NON4•YATO AUTOS 01. •acrw t PROPERTY DAMAGt IPa wi*wv ri GARAGE UABIITY ADrO anY• EA ACC==T I OTRTR TNAR FA AUTO OA7y, ACC I ANY AUTO IS EXCESS UAB..' OCCUR NLAWS MAOt FACII OCCUM. [ I JACCAMCAIL S S t OLOIUCHSLC. s attrerrq:l I A WORKERS' COwEHSADou S EMR.OYERS' UADXITY WC2959738 111/2007 11112008 rAl nOM IbAlt 7Id Il [ACN ALCtWIT { ( OLVASE.FA rYNOYC[ t T a$IASL • POLICY tdRR { B0s1E pl.1NVIN4 WIT 191771?17�W5 J t tip X U t. O NDOR :x Ro: Contract #3657 Waiver applies per the attached WC 04 03 06 04 84 form. CERTIFICATE HOLDER CANCELLATION Contra= 03857. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BErORE mE _City Of Ne%,Wn Beach Department of Public Works EXPIRATION DATE THEREOr. TILE ISSUING COMPANY WILL F. 4YJLlICWb MAIL 30 DAYS WRrrrEt) NOTICE TO THE CERTIFICATE HOLDER NAMED 10 THE LEFT. �2iYXDi{ Sc' 1fii5) Lt'( YX'' UUGYJGY1IifQCiiC •A(IUUaIttl�:�c�FK>'iSel� iSSi�GI$fi4l9OtiOLiU: W4> iXN�i7Uti4KIt1 :iS%XX #xi�VXTs�{KA�fIt�H�7t 3300 Newport Boulevard`s Newport Beach CA 92659 -1768 AulNalaLa mil/ parm E. Guvr%an 1 ACORD 25S (7197) - DACORO CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) created at www.e CertsONLINE.com 9/5/2007 WAIVER OF OUR RIGHTTO RECOVER FROM OTHERS ENDORSEMENT — CALIFORNIA This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attached clause" needs to be completed only when this endorsement is issued subsequent to preparation of the policy). This endorsement, effective forms a port of Policy No. WC2959738 Issued to John S. Meek Company, Inc. By Commerce & Industry Premium$ We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the schedule. The additional premium for this endorsement shall be 5.0% of the California workers' compensation premium otherwise due on such remuneration. WC 04 03 06 (ad 4-84) Countersigned by Authorized Representative: License Detail Page I of 3 License Detail CALIFORNIA CONTRACTORS STATE LICENSE BOARD Contractor License # 709151 DISCLAIMER A license status check provides information taken from the CSLB license data base. Before relying on this information, you should be aware of the following limitations: • CSLB complaint disclosure is restricted by law (B &P 7124.6). If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and /or legal action Information. • Per B &P 7071.17, only construction related civil judgments reported to the CSLB are disclosed. • Arbitrations are not listed unless the contractor falls to comply with the terms of the arbitration. • Due to workload, there may be relevant information that has not yet been entered onto the Board's license data base. Extract Date: 08/27/2007 * * * Business Information * * * JOHN S MEEK COMPANY INC 14732 SOUTH MAPLE AVENUE GARDENA, CA 90248 Business Phone Number: (310) 830 -6323 > Entity: Corporation Issue Date: 0710511995 Expire Date: 07/31/2009 * * * License Status * * * This license is current and active. All information below should be reviewed. littpJhvww2 ,.cslb.ca.gov /CSLB LIBRARY /License+Dctail.asp 03/27/2007 License Detail * * * Classifications * * * Kla41 Description FA GENERAL ENGINEERING CONTRACTOR] ©GENERAL BUILDING CONTRACTOR * * * Certifications * * * Cert I Description HAZ HAZARDOUS SUBSTANCES REMOVAL * * * Bonding Information * * * Page 2 of 3 CONTRACTOR'S BOND: This license filed Contractor's Bond number 184909C in the amount of $12,500 with the bonding company INDEMNITY COMPANY OF CALIFORNIA. Effective Date: 01/01/2007 Contractor's Bonding History BOND OF QUALIFYING INDIVIDUAL(1): The Responsible Managing Officer (RMO) JOHN SHEA MEEK certified that he /she owns 10 percent or more of the voting stock/equity of the corporation. A bond of qualifying individual is not required. Effective Date: 07/05/1995 * * * Workers Compensation Information This license has workers compensation insurance with the AMERICAN HOME ASSURANCE COMPANY Policy Number: WC2959738 Effective Date: 01/0112007 Expire Date: 01/01/2008 Workers Compensation History http: / /www2.cslb.ca.gov /CSLB LIBRARY/License +Detail.asp 08/27/2007 License Detail Page 3 of 3 Personnel listed on this license (current or disassociated) are listed on other licenses. V. Personnel List Other Licenses License Number Request Contractor Name Request Personnel Name Reguest Salesperson RMuuest salesperson Name Request Q2006 State of California. Conditions of Use Privacy Policy http: /iwww2.csib.ca.gov /CSLB LIBRARY/License +Detail.asp 08/27/2007 California Business Search �t'llll��t�l�11117 � L1�S1It11L -SS l�C�l "��11 Seercl:trl of St:lle DEBRAEic: WEN DISCLAIMER: The information displayed here is current as of AUG 24, 2007 and is updated weekly. It is not a complete or certified record of the Corporation. Corporation JOHN S. MEEK COMPANY, INC. Number: C1763528 Date Filed: 5/1271995 Status: active Jurisdiction: California Address 14732 S MAPLE AVE GARDENA, CA 90248 Agent for Service of Process JOHN S MEEK 14732 S MAPLE AVE GARDENA, CA 90248 Blank fields indicate the information is not contained in the computer file. If the status of the corporation is "Surrender ", the agent for service of process is automatically revoked. Please refer to California Corporations Code Section 2114 for information relating to service upon corporations that have surrendered. Page 1 of 1 http:// kepl er. ss. ca. gov/ corpdata/ ShowAliList ?QueryCorpNumbet= C1763528 &printer =yes 08/27/2007 Encompass Detail Acct. Type: Business Tax License * BT96005755 Bus. ID: 0018717 Name: MEEK, JOHN S COMPANY INC Owner MEEK JOHN S Name: Owner C Type: Exp. Date: 4(30!2005 S Addy: 1931 NORTH GAFFEY STREET, SUIT S Addy 2: Addr3: SAN PEDRO CA Zip: 90731 -1265 B Addr1: 1931 NORTH GAFFEY STREET, SUIT B Addr2: B Addr3: SAN PEDRO, CA B Tip: 90731 -1265 Phone: 310 - 830 -6323 FEIN: 330664950 SEIN: 1763528 Established: 5/1/1996 1521 - SINGLE FAMILY HOUSING SIC: CONSTRUC Owner * 0018717 # of Emps: 1 usr1: 7817 California Business Search DISCLAIMER: The information displayed here is current as of SEP 07, 2007 and is updated weekly. It is not a complete or certified record of the Corporation. Corporation JOHN S. MEEK COMPANY, INC. Number: C1763528 Date Filed: 5/12/1995 Status: active Jurisdiction: California Address 14732 S MAPLE AVE GARDENA, CA 90248 Agent for Service of Process JOHN S MEEK 14732 S MAPLE AVE GARDENA, CA 90248 Blank fields indicate the mfomiation is not contained in the computer file. If the status of the corporation is "Surrender ", the agent for service of process is automatically revoked. Please refer to California Corporations Code Section 2114 for information relating to service upon corporations that have surrendered. Page 1 of 1 http:// kepler. sos. ca. gov/ corpdata/ ShowAilList ?QueryCorpNumber= C1763528 &printer =yes 09/12/2007 Page: 1 of I CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 (1) RIVO ALTO COPING REPLACEMENT, (2) FINLEY AVENUE AT 36' STREET BULKHEAD REPAIR, (3) 2e" STREET TIDE GATE STRUCTURE & BULKHEAD IMPROVEMENTS, AND (4) VIA LIDO WALL REPLACEMENT CONTRACT NO 3657 DATE: 6-F-0-01 TO: LL PLANHOLDERS The following changes, additions, deletions, or clarifications shall be made to the Contract Documents — all other conditions shall remain the same. SPECIAL PROVISIONS: 1. Section 7 -5 PERMITS. Delete Section 7 -5 and replace with the following: 7-5 PERMITS. Add to this section: 'The City NPDES permit for dewatering can be utilized for this project. The Contractor's dewatering operations shall conform with all requirements of the California Regional Water Quality Control Board, Santa Ana Region, General Waste Discharge Requirements for Short-Term Groundwater - Related Discharges and De Minimus Wastewater Discharges to Surface Waters within the San Diego Creek/Newport Bay Watershe. A copy of the permit is attached in Appendix C. The Contractor shall monitor and report the dewatering operations in accordance with the Effluent Monitoring Guidelines C.2.15. All costs associated with the required testing and reporting shall be included in the lump sum bid item for construction at that site. "' 2. Replace the content of the Appendix C - "Monitoring and Reporting Requirements of CRWQCB" with the attachment ( NPDES No. CAG998002) Page: 2 of t Bidders must sign this Addendum No. 1 and attach it to the bid proposal. No bid will be considered unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. John S. Meek Company, Inc. Bidder's Name (Please Print) August 22, 2907 Date President Authol'z¢d Signature & Title f:luserslpbwlsharedlcontractslfy 07- 081via lido wall replacement & other bulkhead improvements project c- 36571addendum - no 1.doc California Regional Water Quality Control Board Santa Ana Region GENERAL WASTE DISCHARGE REQUIREMENTS FOR SHORT -TERM GROUNDWATER- RELATED DISCHARGES AND DE MINIMUS WASTEWATER DISCHARGES TO SURFACE WATERS WITHIN THE SAN DIEGO CREEK/NEWPORT BAY WATERSHED Template Monitoring and Reporting Program No. R8 -2004 -0021 NPDES No. CAG998002 A. 3C f q 1. Monitoring shall be in accordance with the following: All sampling and sample preservation shall be in accordance with the current edition of "Standard Methods for the Examination of Water and Wastewater" (American Public Health Association). 2. All laboratory analyses shall be performed in accordance with test procedures under 40 CFR 136 (revised as of May 14, 1999) "Guidelines Establishing Test Procedures for the Analysis of Pollutants," promulgated by the United States Environmental Protection Agency (EPA), unless otherwise specified in this monitoring and reporting program (M &RP). In addition, the Regional Board and/or EPA, at their discretion, may specify test methods that are more sensitive than those specified in 40 CFR 136. Unless otherwise specified herein, organic pollutants shall be analyzed using EPA method 8260, as appropriate. Chemical, bacteriological, and bioassay analyses shall be conducted at a laboratory certified for such analyses by the California Department of Health Services or EPA or at laboratories approved by the Executive Officer of the Regional Board. 4. All analytical data shall be reported with method detection limits (MDLs) and with identification of either minimum levels, practical quantitation levels (PQLs) or limits of quantitation (LOQs). 5. Whenever the discharger monitors any pollutant more frequently than is required by this Order, the results of this monitoring shall be included in the calculation and reporting of the data submitted in the discharge monitoring report specified by the Executive Officer. 6. The discharger shall deliver a copy of each monitoring report in the appropriate format to: California Regional Water Quality Control Board Santa Ana Region 3737 Main Street, Suite 500 Riverside, CA 92501 -3348 I cj R M &RP No. R8- 2004 -0027, NPDES Na. CAG 998002 Page 2 of Discharges Within the San Diego Cmek/Newpon: Bay.Watershed The discharger shall assure that records of all monitoring information are maintained and accessible for a period of at least five years from the date of the sample, report, or application. This period of retention shall be extended during the course of any unresolved litigation regarding this discharge or by the request of the Board at any time. Records of monitoring information shall include: a. The date, exact place, and time of sampling or measurements; b. The individual(s) who performed the sampling, andior measurements; C. The date(s) analyses were performed; d. The individual(s) who performed the analyses; e. The analytical techniques or methods used; f. All sampling and analytical results; g. All monitoring equipment calibration and maintenance records; h. All original strip charts from continuous monitoring devices; i. All data used to complete the application for this Order; and j. Copies of all reports required by this Order. 8. A "grab" sample is defined as any individual sample collected in less than 15 minutes. 9. Weekly samples shall be collected on any representative day of each week. 10. Monthly samples shall be collected on a representative day of the month. 11. Quarterly samples shall be collected in January, April, July, and October. 12. Semi - Annual samples shall be collected at the initiation of the project for the first sample and during January and July thereafter. 13. Annual samples shall be collected on the month the discharge authorization letter was issued. WINIE :: il DI lKeRUIU91 I.,. U I U 1 t For groundwater discharges that are treated prior to discharge, a sampling station shall be established at the groundwater extraction point. This station shall be located where representative samples can be obtained before the extracted groundwater is treated and discharged. The volume of daily extracted groundwater shall be recorded daily on a permanent log. Simultaneous with sampling and analysis for total nitrogen and selenium in the discharged effluent (See C. Effluent Monitoring, below), a grab sample of the extracted groundwater shall be taken and analyzed for total nitrogen and total recoverable selenium. Al&RP tV& R8- 200i-0021, NPDES No. CAG 998001 OBchorgc!:fUfn the San Diego CrealiVe%port Bay Watershed 5 q I Page 3of7 1. The discharger shall visually monitor and record all !lows and the duration of all waste discharges. 2. A sampling station shall be established at the discharge point. This station shall be located where representative samples can be obtained before the discharge mixes with the receiving waters. The following shall constitute the effluent monitoring program: a. For all groundwater- related wastewater discharges resulting from activities described in Finding 6.a., of the Order. tie (- .OnStltlleylt '� 3 ti$t ,�. 'u Y p ,. e f "�e r " # cM•- 111«1�tit` ` nc "'oC3�� � ,s£S` "n •. r c' •;•Sat17 .11n 'tQt.! Ital •t $ Flow Flownicter GPD Dail Once daily during the first 30 Total Suspended Solids' Grab mgjl minutes of each discharge and as directed by the Executive Officer, thereafter Sulfide " Oil and Grease " Coliform isms MPN " Ivtethylene Blue Activated 7 m !/ „ Substances AS Total Hardness „ Total Inorganic Nitrogen " " Total Nitrogen " Total Petroleum H ns " " Total Arsenic " it PA See C.3. below Total Recoverable Selenium " It " Total Recoverable Cadmium " Total Recoverable & Dissolved Cop er Total Recoverable ,X. Dissolved Lead Total Recoverable Nickel Grab jLgA See C.3., below Not applicable !craft %Witnater "Ill percolate prior to reaching receiving waters. Z Onlyforgroujidwaterdeymicringprojew in the vfeinfly of active Iciver lines. s Only groundwater dawatertng projects in an area where gasoline icoks, spills. or contamination has occurred. or when active groundwater nemediation projects are occurring (r-g. gasoline service station leakfag underground storage tonV, or when gatollneldiesel powered engines are used In the dewatering operation. Ais constituent shall be monitored for four sampling events. If all jour sample rest results pursuant to Provtrfon C 3.a. or C3.b, whichever G applicable. result in nondctection. ro further monitoring for this constituent Is required. AN RP No. RS2006-002J, NPDES No. CAC 998002 Dkeharges tRMA the San Diego CreeWewporr Bay Watershed Page I of 7 (0 of I t ,t n W'zscTYP�uf Co`nsttittent a ,� `'q°`3s'_ a mts { 1 ,'TVlit}tmuinFregtlencYOf `s.; , � &Anal Total Recoverable & Dissolved Zinc Grab pg/I See C.3., below H Flowmeter Unit " Temperature C " Dissolved Oxygen Grab MP11 " Total Alkalinity mg CaC0 I Annutill Electrical Conductance gmhostcm " Chloride Grab MgA Annually Sulfate " Total Organic Carbon " Total Dissolved Solids " b. For wastewater discharges resulting from activities described in Finding G.b. of the Order: 3. Minimum frequency of sampling & analysis: a. For projects that result in discharges of wastewater of I million gallons per day (mgd) or more, daily grab samples for four consecutive days shall be taken and analyzed individually for the constituent required to be monitored. Subsequent samples shall be taken and analyzed once quarterly, unless directed otherwise by the Regional Board Executive Officer. If the discharge does not last for more than a day, one composite sample taken for the duration of the discharge shall be analyzed; b. For all other projects that result in discharges of wastewater of less than 1 mgd, weekly sampling and analyses shall be conducted for the first month. Subsequent sampling and analyses shall be conducted once quarterly, unless directed otherwise by the Regional Board Executive Officer. Unless it is brown, that chlorine it not In the discharge. �d= ' ,.1xmmUrirY're"'Se o 06 -A;• (S �BcAna1, 5 Flow Flowmeter GPD Dail Once daily during the first 30 Total Suspended Solids' Grab mgfl minutes of each discharge and as directed by the Executive Officer, thereafter Total Residual Chlorine • Total Petroleum Hydrocarbon? " Oil and Grease " 3. Minimum frequency of sampling & analysis: a. For projects that result in discharges of wastewater of I million gallons per day (mgd) or more, daily grab samples for four consecutive days shall be taken and analyzed individually for the constituent required to be monitored. Subsequent samples shall be taken and analyzed once quarterly, unless directed otherwise by the Regional Board Executive Officer. If the discharge does not last for more than a day, one composite sample taken for the duration of the discharge shall be analyzed; b. For all other projects that result in discharges of wastewater of less than 1 mgd, weekly sampling and analyses shall be conducted for the first month. Subsequent sampling and analyses shall be conducted once quarterly, unless directed otherwise by the Regional Board Executive Officer. Unless it is brown, that chlorine it not In the discharge. I 0� I M &RP Na R8- 2004 -0021, NPDES No. CA 998002 Page S of Discharges Within the Sara Diego Creek/Newport Bay Watershed 4. Total nitrogen and total recoverable selenium offset monitoring and reporting: a. Dischargers responsible for providing a nitrogen and/or selenium offset shall assure that sufficient monitoring of influent and effluent flow, total nitrogen including particulate organic nitrogen (specifically for San Joaquin Marsh wetlands ponds treatment system effluent discharges), and/or total selenium concentrations, as appropriate, from the facility(ies) providing the offset is conducted to demonstrate that the requisite offset(s) of the discharger's nitrogen and/or selenium load is achieved. b. Provide documentation necessary to demonstrate that implementation of the offset(s) results in requisite reduction of total nitrogen and selenium as applicable. C. If no offset occurs during the monitoring period, a letter to that effect shall be submitted in lieu of a monitoring report. The letter shall include a justification for the failure to provide the offset. D. REPORTING RFOLiIRFMFNTC 1. Five days prior to any discharge from locations already reported, the discharger shall notify the Regional Board staff by phone or by a fax letter indicating the date and time of the proposed discharge. 2. Five days prior to any planned dischargeb from locations not yet reported, the discharger shall notify the Regional Board staff by phone or by a fax letter indicating the following: a. Specific type of the proposed wastewater discharge (see listing on Finding b. of the Order); b. The estimated average and maximum daily flow rates; C. The frequency and duration of the discharge; d. The affected receiving water(s); e. A description of the proposed treatment system (if appropriate); and f. A description of the path from the point of initial discharge to the ultimate location of discharge (fax a map if possible). 3. For monitoring under Section C.2.a., above: Monitoring reports shall be submitted by the 30th day of each month. The monitoring reports shall cover the previous month's monitoring activities and shall include: a. The daily flow data; b. The depth from which groundwater is extracted as measured from ground surface elevation, including Global Positioning System coordinates for discharge point(s); For those unplanned discharges, as much prior notification as possible rs required before any drscbarge it initiated I M &RP Na R8- 2004 -0021, NPDES No. CAG 998002 Page 6 of 7 Discharges Within the San Diego Creek/Newpart Bay Wavrshed C. A brief description of the type of dewatering activity (e.g. well construction, well purging, dewatering for foundation, etc.); d. The results of all laboratory analyses for constituents required to be monitored in Section C.2.a., above; e. Calculations of removal rate for total nitrogen, and total suspended solids; f. A summary of the discharge activities (when and where the discharge occurred, description of type of discharge, etc.) including a report detailing the discharger's compliance or noncompliance with the requirements of the general permit and discharge authorization letter; g. Total nitrogen and total recoverable selenium offset monitoring report described in C.4., above, as appropriate; and h. For every item where the requirements of the general permit and discharge authorization letter are not met: 1) A statement of the actions undertaken or proposed which will bring the discharge into full compliance with requirements at the earliest time; and 2) A timetable for implementing the proposed actions. 4. For monitoring under Section C.2.b., above: Monitoring reports shall be submitted by the 30th day of each month. The monitoring reports shall cover the previous month's monitoring activities and shall include: a. The daily flow data; b. Global Positioning System coordinates for discharge point(s); C. A brief description of the type of dewatering activity; d. The results of all laboratory analyses for constituents required to be monitored in Section C.2.b., above; e. A summary of the discharge activities (when and where the dischargedoccurred, description of type of discharge, etc.) including a report detailing the discharger's compliance or noncompliance with the requirements of the general permit and discharge authorization letter; f. For every item where the requirements of the general permit and discharge authorization letter are not met: 1) A statement of the actions undertaken or proposed which will bring the discharge into full compliance with requirements at the earliest time; and 2) A timetable for implementing the proposed actions. 5. If no discharge occurs during the previous monitoring period, a letter to that effect shall be submitted in lieu of a monitoring report. 6. All reports shall be arranged in a tabular format to clearly show compliance or noncompliance with each discharge specification. WE C1 qI M &RP No. R8.1004 -0027, NPDES Na CA 998002 Page 7 of 7 Discharges Witbia the San Diego CreeWewport Bay Watershed All reports shall be signed by a responsible officer or duly authorized representative of the discharger and shall be submitted under penalty of perjury. Ordered by CG6rard J. Thibeault Executive Officer December 20, 2004 (3) CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL CONTRACT NO. 3657 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 3657 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 @ " V>`IUO. %W" -- mollars and LGt� Cents $ E000,00 Per Lump Sum 2. Lump Sum Rivo Alto Coping Replacement Dollars and Cents $ / 4, 6(o' DD Per Lump Sum 3. Lump Sum Finley Avenue at 36°h Street Bulkhead Repair and Cents $ 5;j 0,911, 0D Per Lump Sum PR2of2 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 5. Lump Sum 260' Street Tide Structure and Bulkhead Improvements @mac /d 9j `A4 -u_z ollars nd ��- Cents $ 369 000, do Per Lump Sum Lump Sum Via Lido Wall Replacement @ T4 tc Dollars and Ltv -Cents $ Va.00 Per Lump Sum Lump Sum Provide As Built Plans @ ------ Dollars and '-A,V ---------,Cents $ 5d d a. do Per Lump Sum TOTAL PRICE IN WRITTEN WORDS: and `" Cents August 22, 2007 John Date I (310) 830 -6323 (310).835 -2163 Bidder's Telephone and Fax Numbers 709151 Bidder's License No. and Classification(s) johnsmeek @.iohnsmeek.com Bidder's a -Mail Address Meek $ d'37, 000.00 *TOTAL PRICE (Figures) President Signature and Title 1V32 So. Maple Avenue Bidder's Address Gardena, CA 90248 * Within three calendar days after bids are opened, the Contractor shall submit to the Engineer a "Schedule of Values" for the four lump sum construction items (2,3,4 & 5) listed in this proposal. The Engineer will use said schedule to calculate monthly progress payments during the term of construction. The Lump Sum for Mobilization shall be divided in fifths, with 20% being paid for preconstruction costs, and 20% being paid upon mobilization at each site. (3) PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS CONTRACT NO. 3657 INTRODUCTION PART 1 - -- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 1 2 -5 PLANS ANS SPECIFICATIONS 1 2 -5.3 Shop Drawings and Submittals 1 2 -5.3.2 Shop Drawings 1 2 -5.3.3 Submittals 1 2 -6 WORK TO BE DONE 2 2 -7 SUBSURFACE DATA 2 2 -9 SURVEYING 3 2 -9.3 Survey Service 3 2 -9.6 Survey Monuments 3 SECTION 3 CHANGES IN WORK 3 3 -3 EXTRA WORK 3 3 -3.2 Payment 3 3 -3.2.3 Markup 3 SECTION 4 CONTROL OF MATERIALS 4 4-1 MATERIALS AND WORKMANSHIP 4 4-1.3 Inspection Requirements 4 4-1.3.4 Inspection and Testing 4 SECTION 5 UTILITIES 4 5 -7 ADJUSTMENTS TO GRADE 4 SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE 7 -7 OF THE WORK 5 6 -1 CONSTRUCTION SCHEDULE AND 7 -8.5 COMMENCEMENT OF THE WORK 5 6 -7 TIME OF COMPLETION 5 6 -7.1 General 5 6 -7.2 Working Days 5 6 -7.4 Working Hours 6 6 -9 LIQUIDATED DAMAGES 0 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 6 7 -7 COOPERATION AND COLLATERAL WORK 6 7 -8 PROJECT SITE MAINTENANCE 7 7 -8.5 Temporary Light, Power and Water 7 7 -8.6 Water Pollution Control 7 7 -8.6.1 Best Management Practices and Monitoring Program 7 7 -8.8 Dewatering 8 7 -9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS 8 7 -10 PUBLIC CONVENIENCE AND SAFETY 8 7 -10.1 Traffic and Access 8 7 -10.2 Storage of Equipment and Materials in Public Streets 8 7 -10.3 Street Closures, Detours, Barricades 9 7 -10.4 Public Safety 9 7- 10.4.1 Safety Orders 9 7 -10.5 "No Parking" Signs 10 7 -10.7 Notice to Residents and Temp Parking Permits 10 7 -15 CONTRACTOR LICENSES 10 7 -16 CONTRACTOR'S RECORDSIAS BUILT DRAWINGS 10 SECTION 9 MEASUREMENT AND PAYMENT 11 9 -3 PAYMENT 11 9 -3.1 General 11 9 -3.2 Partial and Final Payment 11 PART 3 - -- CONSTRUCTION METHODS SECTION 300 EARTHWORK 12 300.1 PART 2 - -- CONSTRUCTION MATERIALS 12 SECTION 200 ROCK MATERIALS 11 200 -1 ROCK PRODUCTS 11 200 -1.5 Sand 11 200 -1.5.4 Sand for Backfill at the Bay 11 SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS 11 201 -1 PORTLAND CEMENT CONCRETE 11 201 -1.1.2 Concrete Specified by Class 11 201 -2 REINFORCEMENT FOR CONCRETE 11 201 -2.2.1 Reinforcing Steel 11 201 -2.2.4 Expoxy- coated Reinforcement 12 SECTION 206 MISCELLANEOUS METAL ITEMS 12 206 -7 SLUICE GATE 12 206 -7.1 General 12 206 -8 WELDED STEEL CHAIN 12 206 -8.1 General 12 PART 3 - -- CONSTRUCTION METHODS SECTION 300 EARTHWORK 12 300.1 CLEARING AND GRUBBING 12 300 -1.3 Removal and Disposal of Materials 12 300 -1.3.1 General 12 300 -1.3.2 Requirements 13 300 -1.5 Solid Waste Diversion 13 SECTION 302 ROADWAY SURFACING 13 302 -5 ASPHALT CONCRETE PAVEMENT 13 302 -5.1 General 13 302 -5.4 Tack Coat 13 302 -6 PORTLAND CEMENT CONCRETE PAVEMENT 14 302 -6.6 Curing 14 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 14 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 14 303 -5.1 Requirements 14 303 -5.1.1 General 14 303 -5.4 Joints 14 303 -5.4.1 General 14 303 -5.5 Finishing 14 303 -5.5.1 General 14 303 -5.5.2 Curb 14 303 -5.5.4 Gutter 14 SECTION 310 PAINTING 14 310 -5 PAINTING VARIOUS SURFACES 14 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 14 310 -5.6.1 General 14 PART 4 SECTION 400 ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 400 -2 UNTREATED BASE 400 -2.1 General 400 -2.1.1 Requirements TECHNICAL SPECIFICATIONS Segmental Retaining Wall (SRW) System Mechanical Stabilized Earth (MSE) Retaining Wall APPENDICES APPENDIX A Specifications for Tide Gate, Operators and Controls APPENDIX B Vault Ladder Standard Plan - IRWD STD. DWG. G -4 APPENDIX C Monitoring and Reporting Requirements of CRWQCB APPENDIX D Via Lido-Geotechnical Report by Bagahi Engineering, Inc. 15 15 15 SRW1 -10 MSE1 -16 (3) 26T" STREI CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT W °O o. 191�11� SPECIAL PROVISIONS}�g/�' /' (1) (4) VIA LIDO WALL REPLACEMENT CONTRACT NO. 3657 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing Nos. H- 5166 -S, H- 5167 -S, H -5165- S, and R- 5864 -S); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2003 Edition), including supplements. Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714 - 517 -0970. 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- 5.3.2 Shop Drawings. Add to this section: "The Contractor's shop drawings shall include, but not be limited to, electrical service layout, pipe layouts, shoring, wiring diagrams, bulkhead panel layout, etc." 2- 5.3.3 Submittals. Add to this section: "The Contractor's submittals shall include, but not be limited to, the sluice gate; motor operator, electrical controls and cabinet; sheeting, shoring and bracing; etc." SP2 OF 15 2 -6 WORK TO BE DONE. Add to this section: "There are 4 sub - projects in this contract: (1) Rivo Alto Coping Replacement (Drawing No. H- 5166 -S): The work necessary for the completion of this sub - contract consists of removing and reconstructing a concrete coping and fence atop the bulkhead located at the east end of the Rivo Alto channel and other incidental items of work. (2) Finley Avenue at 36th Street Bulkhead Repair (Drawing No. H- 5167 -S): The work necessary for the completion of this sub - contract consists of repairing bulkhead at Finley Avenue street end at 36th Street, reconstructing the removed improvements and other incidental items of work. (3) 26t" Street Tide Gate Structure & Bulkhead Improvements (Drawing No. H- 5165 -S): The work necessary for the completion of this sub - contract includes, but is not limited to, removing existing bulkhead and tide gate structure; removing existing pavement, driveway approach, sidewalk, curb, and curb and gutter; constructing asphalt pavement, P.C.C. driveway approach, curb, curb and gutter; constructing concrete bulkhead, coping, tie rods, anchor blocks; constructing a tide gate drainage structure with an electrically operated sluice gate and other incidental items of work. (4) Via Lido Wall Replacement: The work necessary for the completion of this design - build sub - contract consists of furnishing transportation, labor, materials, and equipment for the removal of an existing crib wall adjacent to Via Lido at the approach to the Lido Isle bridge; design and placement of a segmental retaining wall (SRW) or a mechanically stabilized earth wall (MSE) at the Contractor's choice in accordance with the Technical Specifications and in conformity with the lines and grades shown on Drawing No. R- 5864 -5; reinstalling chain barrier, all the removed improvements for the wall construction and other incidental items of work." " Within three calendar days after bids are opened, the Contractor shall submit to the Engineer a "Schedule of Values" for the four lump sum construction items listed in his proposal. The Engineer will use said schedule to calculate monthly progress payments during the term of construction. The Lump Sum for Mobilization shall be divided in fifths, with 20% being paid for preconstruction costs, and 20% being paid upon mobilization at each site. 2 -7 SUBSURFACE DATA. Add to this section: "A geotechnical report for the Via Lido Wall Replacement project has been prepared for the site by Bagahi Engineering Inc., dated May 21, 2007 (Appendix D). The Contractor shall comply with this report for design of the retaining wall." SP3 OF 15 2 -9 SURVEYING 2 -9.3 Survey Service. Add to this section: "The Contractor's California Licensed Land Surveyor shall utilize /follow the existing City survey records used for the project design to provide all construction survey services that are required to construct the improvements. The design surveyor for the 26"' Street Tide Structure & Bulkhead Improvements and the Via Lido Wall Replacement projects was Coast Surveying, Inc., who can be contacted at (714) 918 - 6266. At a minimum, two (2) sets of staking for all areas shall be included in the bid price and copies of each set shall be provided to City 48 -hours in advance of any work. Prior to any demolition Work, the Contractor shall prepare and submit the preliminary Corner Records for review by the City a minimum of three (3) working days before the anticipated Work. In addition, the filing of a Corner Record and /or a Record of Survey with the County Surveyor's Office is required after the completion of Work in the event that existing survey monuments need to be replaced." 2 -9.6 Survey Monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the City will restore the survey monuments at the Contractor's sole expense. The restoration cost to the Contractor will include filing the required Record of Survey or Comer Records with the County of Orange. SECTION 3 - -- CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3 -3.2.3 Markup. Replace this section with, "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............. ............................... 20 2) Materials ........ ............................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, 1 percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3- 3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor." SP4 OF 15 SECTION 4--- CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing. All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall 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. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. SECTION 5--- UTILITIES 5 -1 LOCATION. Add the following after the 3rd paragraph: "upon completion of the work or phase of work, the Contractor shall remove all USA utility markings." 5 -2 PROTECTION. Add the following: "In the event that an existing pull or meter box or cover is damaged by the Work and is not re- useable, the Contractor shall provide and install a new pull or meter box or cover of identical type and size at no additional cost to the City." 5 -7 ADJUSTMENTS TO GRADE. The Contractor shall furnish and replace to finish grade City-owned water meter boxes, water valve covers, sewer cleanouts and survey monuments at no additional cost to the City. The Contractor will be required to contact Southern California Edison, The Gas Company, SBC Telephone, cable television, and other utility facilities to have existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities. SP5 OF 15 SECTION 6 -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section: "The time of completion as specified in Section 6 -7, shall commence on the date of the 'Notice to Proceed." No work shall begin until a "Notice to Proceed" has been issued, a pre - construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to commencing any work. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the original schedule and has demonstrated that the ability to maintain the approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job. The term `work' as used herein shall include complying with groundwater discharge requirements of the California Regional Water Quality Control Board, preparing and obtaining the Engineer's approval of shop drawings and submittals, and performing the items of work specified under Section 2 -6 above, in the Plans, and in these Special Provisions." 6 -7 TIME OF COMPLETION 6 -7.1 General. Add to this section: "The Contractor shall complete all work under the Contract within 175 consecutive working days after the date on the Notice to Proceed. The Contractor shall finish work at one site before starting work at the other site, except for preparing and obtaining the Engineers approval of shop drawings and submittals. Preparing and obtaining the Engineer's approval of shop drawings and submittals may be performed at anytime. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time." 6 -7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 1st, the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 24th, (Christmas Eve — half day), December 25th (Christmas), and December 31 St (New Year's Eve — half day). If SP6 OF 15 January 1st, July 4th, November 11th or December 25th falls on a Sunday, the following Monday is a holiday." 6 -7.4 Working Hours. Normal working hours are limited to 7:00 a.m. to 4:30 p.m., Monday through Friday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 4:30 p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6 p.m. on Saturday. A request for working during any of these hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $123.90 per hour when such time periods are approved. 6 -9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive calendar day after the time specified in Section 6 -7 -1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $500.00. Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that $500.00 per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations." SECTION 7--- RESPONSIBILITIES OF THE CONTRACTOR 7-5 PERMITS. Add to this section: "The City NPDES permit for dewatering can be utilized for this project. The Contractor's dewatering operations shall conform with all requirements of the California Regional Water Quality Control Board, Santa Ana Regional Waste Discharge Permit for Construction Dewatering issued to the City (Appendix C). All costs associated with the required testing shall be included in the lump sum bid item for construction at that site." 7 -7 COOPERATION AND COLLATERAL WORK. Add to this section: "City forces will perform all shut downs of water and street lighting facilities as required. The Contractor SP7 OF 15 shall give the City seven calendar days notice of the time he desires the shut down of facilities to take place. The Contractor shall provide and install new water meter, valve boxes, monument covers, and street light pull boxes. Existing water meter or valve box frames and covers shall be salvaged. Salvaged meter or valve boxes and water pipe shall be delivered to the City's Utilities Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting Mr. Ed Burt, Utilities Operation Manager, at (949) 718 - 3402." 7 -8 PROJECT SITE MAINTENANCE 7-8.5 Temporary Light, Power and Water. Add to this section: "If the Contractor elects to use City water, he shall arrange for a meter and tender an $813 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a quantity charge for water usage and repair charges for damage to the meter." Water used during construction shall be paid for by the Contractor.. This includes water for flushing and pressure testing water lines, compaction, irrigation during maintenance period for landscaping, etc." 7-8.6 Water Pollution Control. Add to this section, "Surface runoff water, including all water used during sawcutting operations, 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 any catch basin, Newport Harbor, the beach, or the ocean. The Contractor shall also comply with the Construction Runoff Guidance Manual which is available for review at the Public Works Department or can be found on the City's website at htti)://www.city.newport- beach. ca. us /pu bworks /links. htm." 7 -8.6.1 Best Management Practices and Monitoring Program. The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from each of the project sites including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw - cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. SP8 OF 15 The BMP will be approved by the Engineer prior to any work. The City of Newport Beach will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back - charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate Administrative Citation per Section 14.36.030A23 of the City's Municipal Code. 7-8.8 Dewatering Groundwater may be encountered during the excavation of the project. The Contractor will be responsible for providing, installing, maintaining and operating a dewatering system in the project area if groundwater is encountered. The Contractor's dewatering operations shall conform with all requirements of the California Regional Water Quality Control Board, Santa Ana Regional Waste Discharge Permit for Construction Dewatering issued to the City. A copy of the permit is attached in Appendix C. 7 -9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. Add to this section: "The Contractor shall repair, restore, or provide and reconstruct all existing public and private improvements disturbed or damaged by the work. Such restoration work shall include, but not limited to: above and below ground private improvements, handrails, street lights, pull boxes, water meters, signs, property corner survey markings, etc. At the Rivo Alto, the Finley Avenue and the 26th Street project sites, the Contractor shall protect the streets from tidal flooding. All costs for dewatering, clarifying and discharging, constructing cofferdams or any other method of flood protection shall be included in the lump sum bid item for construction at that site." 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 -10.1 Traffic and Access. Add to this section: "The Contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into (and out of) the affected establishments. Such measures shall be shown on the Detailed Traffic Control Plans (see Section 7- 10.3)." 7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer. It is the Contractor's responsibility to obtain an area for the storage of equipment and SP9 OF 15 materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre - construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction." 7 -10.3 Street Closures, Detours and Barricades. Add to this section: "The Contractor shall submit to the Engineer - at least five working days prior to the pre - construction meeting - traffic control and detour plan(s) for each site. The Contractor shall be responsible for processing and obtaining approval of traffic control plans from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plans. Traffic control plans shall be prepared by a licensed Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic control and detour plans shall meet the following requirements: 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and /or lighted. 4. For the work at the Rivo Alto, the Contractor shall maintain vehicular access at all times at the alley behind the Wachovia Bank. 5. For the work at 26th Street End, the Contractor shall maintain access to the Balboa Boat Yard and the professional building at all times. 6. For the work at Via Lido near Lido Isle Bridge, the Contractor shall maintain minimum 10 -ft wide lane in each direction on Via Lido at all times." 7 -10.4 Safety 7- 10.4 -1 Safety Orders. Add to this section: "The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." SP10 OF 15 7 -10.5 "No Parking" Signs. The Contractor shall install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty -eight hours in advance of the need for enforcement. The signs will be provided at no cost to the Contractor. However, the City reserves the right to charge $1.50 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police Department at (949) 644 -3717 for verification of posting at least forty -eight 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 City of Newport Beach "Temporary Tow -Away, No Parking" signs available at the Public Works Department public counter. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 7 -10.7 Notices to Residents and Businesses. Ten working days prior to starting work, the Contractor shall deliver a construction notice to businesses and residents within 200 feet of the project, describing the project and indicating the limits of construction. The written notice will be prepared by the City, but shall be completed and distributed by the Contractor. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re- notification using an explanatory letter fumished by the City. 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a "A" License. At the start of work and until completion of work, the Contractor and all Sub - contractors shall possess a Business License issued by the City of Newport Beach. 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As- Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up -to -date and reviewed by the Engineer at the time each progress bill is submitted. The "As- Built" plans shall be submitted and approved by the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. SECTION 9--- MEASUREMENT AND PAYMENT 9-3 PAYMENT SP11 OF 15 9 -3.1 General. Revise paragraph two to read: "The lump sum prices bid for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including disposing the removed items and restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed therefore. Payment for all items of work shall be included in the lump sum prices." 9 -3.2 Partial and Final Payment. Add to this section: "Partial payments for mobilization 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 -1.5.4 Sand for Backfill at the Bay. The Contractor shall contact Jim Auger at 949- 718 -3477 in General Services Department for a site within the City limit to get sand for backfill at the bay. SECTION 201 - -- CONCRETE. MORTAR, AND RELATED MATERIALS 201 -1 PORTLAND CEMENT CONCRETE 201 -1.1.2 Concrete Specified by Class. Add to this section: "Portland Cement concrete for tide gate structure, bulkhead and coping construction shall be Class 650 -C- 4000, and for sidewalk concrete construction shall be 560 -C- 3250." 201 -2 REINFORCEMENT FOR CONCRETE 201 -2.2.1 Reinforcing Steel. Add to this section: "Reinforcing steel shall be Epoxy coated Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans. All cut ends of reinforcing bar shall be treated with epoxy repair per manufacture's written instructions." SP12 OF 15 201 -2.2.4 Epoxy- coated Reinforcement. Bar reinforcement to be epoxy - coated shall conform to the requirements in ASTM Designation and grade required by Section 201 - 2.2.1. The epoxy- coated bar reinforcement shall conform to the requirements in ASTM A 775. Fabrication and jobsite handling of the epoxy- coated bar reinforcement shall conform to the requirements of ASTM D 3963. SECTION 206 - -- MISCELLANEOUS METAL ITEMS 206 -7 SLUICE GATE 206 -7.1 General. The Contractor shall remove existing gate, provide and install a Waterman P -30ff Medium Duty Sluice Gate, or approved equal, with 24 -inch diameter opening. Waterman Industries, Inc. can be reached at (800) 331 -0808. 206-8 WELDED STEEL CHAIN 206 -8.1 General. The Contractor shall provide and install 3/8" diameter Welded Steel Chain for the chain barrier at Via Lido site. Welded Steel Chain shall be Grade 30 Proof Coil Chain per National Association of Chain Manufacturers or approved equal. PART 3 CONSTRUCTION METHODS SECTION 300 -- EARTHWORK 300 -1 CLEARING AND GRUBBING 300 -1.1 General. Add to this Section: "The Contractor shall remove and dispose debris from the bay at each project site. Debris shall be rock, concrete, rubble and any objectionable materials as directed by the Engineer." 300 -1.3 Removal and Disposal of Materials Add to this Section: "Removal and disposal of material shall be done by City approved Licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be provided upon request or be found on the City's website at hftp: / /www.city. newport- beach. ca .us /GSV /Frachised %20Haulers. htm." 300 -1.3.1 General. Add to this section: "The work shall be done in accordance with Section 300 -1.3.2 of the Standard Specifications except as modified and supplemented herein. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of SP13 OF 15 jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. The Contractor shall maintain the job site in a clean and safe condition. The Contractor will remove any broken concrete, debris or other deleterious material from the job site at the end of each workday." 300 -1.3.2 Requirements (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections. Replace the first sentence of this Section with: "Saw cuts shall be neatly made to a minimum of two (2) inches." Replace the words "1 ?/z inch" of the last sentence with the words "two (2) inches ". 300 -1.5 Solid Waste Diversion. Non - reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer on a form provided by the Engineer and provide appropriate confirmation documentation from the recycling facility. SECTION 302 - -- ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT 302 -5.1 General. Add to this section: "The asphalt concrete (A.C.) used for surface caps shall be III -C3 -AR -4000. The A.C. for base course shall be III -132 -AR -4000. All cracks '/4 -inch or greater in width shall be cleaned, have weed kill applied and sealed with a hot - applied crack sealant approved by the Engineer. In residential areas no highway rated equipment or trucks are to be used (eg. no super trucks). Use truck and trailers or transfers. Use of heavier rated trucks must be approved by Engineer. The top 1 z inches of asphalt shall be placed in a separate lift. Holes, spalls, and cracks greater than 1 -inch in width shall be filled and compacted 95% minimum with an F -AR 4000 asphalt concrete mix. The pavement shall then be cleaned with a power broom." 302 -5.4 Tack Coat. Add to this section: 'Prior to placing the asphalt concrete patches, a tack coat of Type SS -1 h asphaltic emulsion at a rate not to exceed one — tenth (1/10) of a gallon per square yard shall be uniformly applied to existing A.C. and P.C.C. surfaces and edges against which asphalt concrete is to be placed." SP14 OF 15 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 302 -6.6 Curing. Add to this section: "The Contractor shall not open street improvements to vehicular use until P.C.C. has attained the minimum compressive strength specified in Section 201 -1.1 -2 of the Standard Specifications. Said strength may be attained more rapidly, to meet the time constraints in Section 6 -7.1 herein, by the use of additional Portland cement or admixtures with prior approval of the Engineer." 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 to this section: "Sidewalk and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or patchback shall be placed within 72 hours following concrete placement. Newly poured P.C.C. improvements subject to vehicle loads shall not be opened to vehicle traffic until the concrete has cured to a minimum strength of 2,000 psi." 303 -5.5 Finishing 303 -5.5.2 Curb. Add to this section: "The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S" or "W" for sewer or water lateral and a chiseled "V -X" for water valve locations. "X" shall indicate the number of feet from the curb face to the valve. To determine the location of sewer laterals and water services, the Contractor must call the City's Utilities Superintendent, Mr. Ed Burt, at (714) 718- 3402." 303 -5.5.4 Gutter. Add to this section: "The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan." SECTION 310 - -- PAINTING 310-5 PAINTING VARIOUS SURFACES 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings. 310 -5.6.1 General. Add to this section: "The Contractor shall complete an inventory of existing red curb and markings in location of removal of existing curb, curb & gutter, and submit to the City inspector to verify. Contractor shall repaint existing red curb and markings per City directions." SP15 OF 15 PART 4 SECTION 400 -- ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 400 -2 UNTREATED BASE MATERIALS 400 -2.1 General 400 -2.1.1 Requirements. Add to this section: "The Contractor shall use crushed miscellaneous base as the base materials." The Contractor shall fully comply with the following specifications pertaining to (4) VIA LIDO WALL REPLACEMENT Which augment, but are not referenced to in these provisions and sections of the Standard Specifications for Public Works Construction. SRW 1 OF 10 TECHNICAL SPECIFICATION FOR SEGMENTAL RETAINING WALL (SRW) SYSTEM PART 1: GENERAL 1.01 Summary A. Description Work shall include furnishing of all labor, materials, equipment and incidentals for the removal of an existing crib wall adjacent to Via Lido, design and construction of a Segmental Retaining Wall (SRW) including drainage system in accordance with these specifications, the Geotechnical Report by Bagahi Engineering Inc., and in conformity with the lines, grades shown on the Drawing No. R- 5864 -5. The work included in this section consists of, but not limited to, the following: 1. Excavation and removal of existing crib wall, riprap rocks, coarse gravels, and other native materials. 2. Design of a SRW including drainage system by a professional engineer. 3. Preparing foundation soil. 4. Furnishing and installing leveling pad, if required, plantable soil unit fill, backfill to the lines and grades shown on the Drawing No. R- 5894 -S and the approved shop drawing submittals. 5. Furnishing and installing foundation drain, sub - drain, and other wall related drainage systems that may be required by the wall manufacturer. 6. Furnishing and installing geosynthetic soil reinforcement of the type, size, location, and lengths designated on the approved shop drawing submittals. 7. Furnishing and placement of segmental retaining wall facing and coping units. 8. Furnishing and reconstructing all the removed improvements. Contractor shall protect in place the adjacent existing roadway (Via Lido); all costs for shoring and excavation shall be at the Contractor's sole expense. B. Definitions: 1. Engineer shall refer to the City's project engineer. 2. Wall Design Engineer shall refer to the individuals or firms who have been retained by the Contractor to provide design calculations and approved shop drawing submittals for the SRW system. 3= Retaining Wall Installer shall refer to the individual or firm who will be constructing the Segmental Retaining Wall including drainage system. SRW 2 OF 10 4. Coping units are the last course of concrete units used to finish the top of the retaining wall. 5. Drainage aggregate is a free draining soil with natural soil filtering capabilities, or a free draining soil encapsulated in a suitable geotextile, or a combination of free draining soil and perforated pipe all wrapped in a geotextile, placed behind the modular concrete units. 6. Drainage pipe is a perforated pipe used to carry water, collected at the base of the retaining wall, to outlets in order to prevent pore water pressures from building up behind the wall facing modules. 7. Foundation soil is the on -site soil beneath the wall structure. 8. Leveling pad is a layer of specified soil that is placed below the proposed wall to provide a level working surface. 9. Non -woven geotextiles are permeable synthetic fabrics formed from a random arrangement of fibers in a planar structure. They allow the passage of water from one soil medium to another while preventing the migration of fine particles that might clog a drainage medium. 10. Retained soil is on -site soil, or a specified replacement / infill soil, that is placed behind the wall drainage material. 11. SRW units are dry-cast solid concrete modular units that form the external facia of the retaining wall system. 1.02 Reference Standards A. Segmental Retaining Wall Units 1. ASTM C 1372 - Standard Specification for Segmental Retaining Wall Units 2. ASTM C 140 - Standard Test Methods of Sampling and Testing Concrete Masonry Units B. Geosynthetic Reinforcement 1. ASTM D 4595 - Tensile Properties of Geotextiles by the Wide -Width Strip Method 2. ASTM D 5262 - Test Method for Evaluating the Unconfined Creep Behavior of Geosynthetics 3. GRI:GG1 - Single Rib Geogrid Tensile Strength 4. GRI:GG5 - Geogrid Pullout C. Soils 1. ASTM D 698 - Moisture Density Relationship for Soils, Standard Method 2. ASTM D 422 - Gradation of Soils 3. ASTM D 424 - Atterberg Limits of Soil SRW 3 OF 10 D. Drainage Pipe 1. ASTM D 3034 - Specification for Polyvinyl Chloride (PVC) Plastic Pipe 2. ASTM D 1248 - Specification for Corrugated Plastic Pipe E. Engineering Design / References: 1. "NCMA Design Manual for Segmental Retaining Walls ", Second Edition 2. "AASHTO Standard Specifications for Highway Bridges, Section 5.8" 3. "Caltrans Bridge Design Specifications, Section 5 ", August 2004 4. Federal Highway Administration Report No. FHWA -NHI00 -043, "Mechanically Stabilized Earth Walls and Reinforced Soil Slopes Design and Construction Guidelines" by Elias, V., Christopher, B., and Berg, R., March 2001. F. Where specifications and reference documents conflict, the Engineer shall make the final determination of applicable document. 1.03 Submittals Due to the design -build nature of Segmental Retaining Wall Systems, the Contractor shall provide a system specific submittal package to the City at least twenty (20) days prior to the construction: 1. Product Data a. Material description and installation instructions for each manufactured product specified including Segmental Retaining Wall Units (SRW) and Geosynthetic Reinforcement. b. Name and address of the production facility where the proposed SRW units will be manufactured. All units shall be manufactured at the same facility. c. Notarized letter from the SRW manufacturer stating that the units supplied for this project are manufactured in complete compliance with Section 2.01 of this specification. d. A copy of the current ICBO Report. 2. Samples: a. Furnish one unit demonstrating the color, face pattern, and texture of the SRW unit. b. Furnish 12 -inch square or larger piece of the Geosynthetic Reinforcement specified. 3. Wall Design Engineer Qualifications: a. The Wall Design Engineer shall provide evidence that he /she is a licensed civil engineer in the State of California. b. The Wall Design Engineer shall have a minimum of five years of documentable experience in the design for reinforced soil structures: c. The Wall Design Engineer shall provide proof of current professional liability and errors and omissions insurance with an aggregate coverage limit of not SRW 4 OF 10 less than $1,000,000. The insurance shall name the City, its elected or appointed officers, officials, employees, and agents as additional insureds with respect to the liability arising out of the work performed. 4. Retaining Wall Installer Qualifications: a. The Retaining Wall Installer shall furnish five (5) project references of similar size and scope to this project including the wall(s) height and square footage. Contact names and telephone numbers shall be listed for each project. b. The Retaining Wall Installer must have successfully completed the Segmental Retaining Wall training and exam of the National Concrete and Masonry Association. 5. Retaining Wall Design Submittals a. Approved shop drawing submittals: Three (3) sets of the retaining wall system design, including wall elevation views, geosynthetic reinforcement layout, pertinent details, and drainage provisions. The drawings shall be drawn on standard 24 -inch by 36 -inch sheets. A registered professional engineer licensed in the state of California shall sign and certify that the approved shop drawing submittals are designed in accordance with the project civil plans and specifications. Approval by the Engineer shall be obtained prior to beginning construction. b. Design Calculations: Three (3) sets of engineering design calculations prepared in accordance with the NCMA Design Manual For Segmental Retaining Walls, Second Edition, and Second Printing, 1997. Analysis shall include Internal, External, Global Stability, and Bearing Capacity Calculations. 1.04 Delivery, Storage and Handling A. Contractor shall submit a Manufacturer's certification of materials upon delivery to assure that specified type and grade of materials have been received and proper color and texture of SRW units have been received. B. Contractor shall prevent excessive mud, wet concrete, epoxies, and like materials that may affix themselves, from coming in contact with materials. C. Contractor shall store and handle materials in accordance with manufacturer's recommendations. D. Contractor shall protect materials from damage. Damaged materials shall not be incorporated into the retaining wall. PART 2: MATERIALS 2.01 Segmental Retaining Wall Units A. SRW units shall be machine formed, Portland Cement concrete blocks specifically designed for retaining wall applications. SRW 5 OF 10 B. Color samples of SRW units shall be submitted to the Engineer for approval. C. Finish of SRW units shall be SPLIT FACE. D. SRW unit faces shall be straight geometry. E. SRW units shall be solid through the full depth of the unit. F. SRW units shall have a depth (front face to rear) to height ration of 2:1, minimum. G. SRW units shall be interlocked with connection pins. H. SRW units shall be capable of being erected with the horizontal gap between adjacent units no exceeding 1/8 inches. I. Concrete used to manufacture SRW units shall have a minimum 28 days compressive strength of 3,000 psi and a maximum moisture absorption rate, by weight, of 8% as determined in accordance with ASTM C140. J. SRW units' molded dimensions shall not differ more than + 1/8 inch from that specified, in accordance with ASTM C1372. K. Batter shall be 1 HAV. L. All wall materials shall be non - corrosive for use in a marine environment. 2.02 Segmental Retaining Wall Unit Connection Pins A. SRW units shall be interlocked with connection pins. The pins shall consist of glass- reinforced nylon or galvanized and epoxy coated steel' made for the expressed use with the SRW units supplied. 2.03 Geosynthetic Reinforcement A. Geosynthetic Reinforcement shall consist of geogrids or geotextiles manufactured as a soil reinforcement element. The manufacturers/ suppliers of the geosynthetic reinforcement shall have demonstrated construction of similar size and types of segmental retaining walls on previous projects. B. The type, strength, and placement location of the Reinforcing Geosynthetic shall be as determined by the Wall Design Engineer. 2.04 Leveling Pad A. Material for leveling pad shall consist of compacted sand, gravel, or combination thereof (USCS soil types GP, GW, SP, & SW) and shall be a minimum of 6 inches in depth. Lean concrete with a strength of 200 -300 psi and three inches thick maximum may also be used as a leveling pad material. The leveling pad should extend laterally at least a distance of 6 inches from the toe and heel of the lowermost SRW unit. SRW 6 OF 10 2.05 Drainage Aggregate A. Drainage aggregate shall be angular, clean stone or granular fill meeting the following gradation as determined in accordance with ASTM D422 Sieve Size 1 inch 3/4 inch No. 4 No. 40 No. 200 2.06 Drainage Pipe Percent Passin 100 75 -100 0 -60 0 -50 0 -5 A. The drainage collection pipe shall be a perforated or slotted PVC Schedule -40, or equivalent. The drainage pipe may be wrapped with a geotextile filter to prevent fines migration into the pipe. B. Drainage pipe shall be manufactured in accordance with ASTM D 3034. 2.07 Reinforced (Infill) Soil A. The reinforced soil material shall be free of debris. Unless otherwise noted on the final retaining wall plans prepared by the Wall Design Engineer, the reinforced material shall consist of the inorganic USCS soil types GP, GW, SW, SP, SM, meeting the following gradation, as determined in accordance with ASTM D422: Sieve Size Percent Passing 4 inch 100 No. 4 20 -100 No. 40 0 -60 No. 200 0 -35 B. The maximum particle size of poorly- graded gravels (GP) (no fines) should not exceed 3/4 inch unless expressly approved by the Wall Design Engineer and the long -term design strength (LTDS) of the geosynthetic is reduced to account for additional installation damage from particles larger than this maximum. C. The plasticity of the fine fraction shall be less than 20. SRW 7 OF 10 PART 3: DESIGN REQUIREMENTS 3.01 Soil A. Design of the SRW shall be based on the following soil parameters as determined during the geotechnical investigation Unit Weight Internal Friction Cohesion (y) (pcf) Angle (�) (degrees) (c) (psf) Reinforced Fill 120 30 50 Retained Soil 120 33 50 Foundation Soil 120 30 150 B. Should the actual soil conditions observed during construction differ from those assumed for the design, design shall be reviewed by the Wall Design Engineer at the Engineer's direction. 3.02 Design A. The design analysis for the final approved shop drawing submittals prepared by the Wall Design Engineer shall consider the external stability against sliding and overturning, internal stability, and facial stability of the reinforced soil mass and shall be in accordance with acceptable engineering practice, and these specifications. The internal and external stability analysis shall be performed in accordance with the "NCMA Design Manual for Segmental Retaining Walls ", using the recommended minimum factors of safety in this manual. The Wall Design Engineer shall consider all wall recommendations from the Geotechnical Report. B. The design life of structure shall be 75 years C. While vertical spacing between geogrid layers may vary, it shall not exceed 20 inches maximum in the wall design. D. The Geosynthetic Reinforcement placement in the wall design shall have 100 percent continuous coverage parallel to the wall face. Gapping between horizontally adjacent layers of geosynthetic (partial coverage) will not be allowed. Minimum reinforcement length shall be 70 percent of the wall height. E. Drainage Aggregate shall be placed within, between, and a minimum of 12" (inches) behind the segmental concrete facing units. F. Provide construction details where proposed wall meets existing wing wall, and at wall end. The corners must provide a positive connection as recommended in the Geotechnical Report. SRW 8 OF 10 3.03 Drainage Pipe A. If required, the drainage pipe shall be perforated or slotted PVC pipe manufactured in accordance with ASTM D -3034 or corrugated HDPE pipe manufactured in accordance with ASTM D -1248. PART 4: CONSTRUCTION 4.01 Excavation A. The Contractor shall excavate to the lines and grades shown on approved shop drawing submittals. The Contractor shall take precautions to minimize over - excavation. Over - excavation shall be filled with compacted infill material, or as directed by the Engineer, at the Contractor's expense. B. The Contractor shall verify location of existing structures and utilities prior to excavation. The Contractor shall protect in place the adjacent existing roadway (Via Lido). Excavation support, method of shoring, if required, shall be the responsibility of the Contractor. 4.02 Foundation Preparation A. Following the excavation, the foundation soil shall be examined by the Engineer to assure actual foundation soil strength meets or exceeds the assumed design bearing strength. Soils not meeting the required strength shall be removed and replaced with infill soils, as directed by the Engineer. B. Foundation soil shall be proof - rolled and compacted to 95% standard Proctor density and inspected by the Engineer prior to placement of leveling pad materials. 4.03 Leveling Pad Construction A. Leveling pad shall be placed as shown on the approved shop drawing submittals with a minimum thickness of 6 inches. The leveling pad should extend laterally at least a distance of 6 inches from the toe and heel of the lower most SRW unit. B. Granular leveling pad material shall be compacted to provide a firm, level bearing surface on which to place the first course of units. Well- graded sand can be used to smooth the top 1/2 to 114 inch of the leveling pad. Compaction will be with mechanical plate compactors to achieve 95% of maximum standard Proctor density (ASTM D 698). SRW 9 OF 10 4.05 SRW Unit Installation All SRW units shall be installed at the proper elevation and orientation as shown on the approved shop drawing submittals and details on the construction plans or as directed by the Wall Design Engineer. The SRW units shall be installed in general accordance with the manufacturer's recommendations. 4.06 Geosynthetic Reinforcement Placement A. All Geosynthetic Reinforcement shall be installed at the proper elevation and orientation as shown on the approved shop drawing submittals and details or as directed by the Wall Design Engineer. 4.07 Drainage Materials A. Drainage aggregate shall be installed to the line, grades, and sections shown on the approved shop drawing submittals. Drainage aggregate shall be placed to the minimum thickness shown on the approved shop drawing submittals between and behind units (a minimum of one cubic foot for each exposed square foot of wall face unless otherwise noted on the approved shop drawing submittals). B. Drainage collection pipes shall be installed to maintain gravity flow of water outside the reinforced soil zone. The drainage collection pipe shall daylight along a slope, at an elevation lower than the lowest point of the pipe within the aggregate drain. 4.08 Backfill Placement A. The reinforced backfill shall be placed as shown in the approved shop drawing submittals and in compliance with the recommendations of the Geotechnical Report. The backfill shall be placed and spread in such a manner as to eliminate wrinkles or movement of the geosynthetic reinforcement and the SRW units. B. Only hand - operated compaction equipment shall be allowed within 3 feet of the back of the wall units. Compaction within the 3 feet behind the wall units shall be achieved by at least three (3) passes of a lightweight mechanical tamper, plate, or roller. C. At the end of each day's operation, the Contractor shall slope the last level of backfill away from the wall facing and reinforced backfill to direct water runoff away from the wall face. D. At completion of wall construction, backfill shall be placed level with final top of wall elevation. If final grading, paving, landscaping, and /or storm SRW 10 OF 10 drainage installation adjacent to the wall is not placed immediately after wall completion, temporary grading and drainage shall be provided to ensure water runoff is not directed at the wall nor allowed to collect or pond behind the wall until final construction adjacent to the wall is completed. 4.09 SRW Coping Units A. SRW coping units shall be properly aligned and glued to underlying units with a flexible, high- strength concrete adhesive. Rigid adhesive or mortar are not acceptable. 4.10 Repair Existing Improvements A. Install chain barrier, and concrete mow strip. B. Reinstall concrete bench foundation and bench. C. Reinstall streetlight and pull box. D. Reconstruct sidewalk and all the removed improvements. E. Turf, plant materials and irrigation system replacement by others. END OF SECTION F :\Users\PBW\Shared\Contracts \FY 06- 07\06 -07 Bayfront Structure Projects - C-3657\Specs_ViaLido_SRW.doc Last saved 08/01/2007 11:06 AM MSE 1 OF 16 TECHNICAL SPECIFICATION FOR MECHANICALLY STABILIZED EARTH (MSE) RETAINING WALL SYSTEM 1.0 DESCRIPTION A. Work shall include furnishing of all labor, materials, equipment and incidentals for the removal of an existing crib wall adjacent to Via Lido; designing and constructing of a mechanically stabilized earth wall (MSE) including drainage system in accordance with these specifications, the Geotechnical Report by Bagahi Engineering inc., and in conformity with the lines, grades shown on the Drawing No. R- 5864 -S; reinstalling street light, chain barrier, concrete bench foundation; reconstructing sidewalk and all the removed improvements. B. The mechanically stabilized earth wall system shall consist of a non - structural leveling pad, concrete facing panels, coping, and soil reinforcement elements mechanically connected to each facing panel. Soil reinforcement shall have sufficient length, strength, and frictional resistance as required by the design outlined in these specifications. C. Contractor shall protect the adjacent existing roadway (Via Lido); all costs for shoring and excavation shall be at the Contractor's sole expense. 2.0 WALL SYSTEM SUPPLIERS The proprietary mechanically stabilized earth retaining walls suppliers: (1) The Reinforced Earth Company 8614 Westwood Center Drive, Suite 1100 Vienna, VA 22182 -2233 Tel. (703) 821 -1175 Fax. (703) 821 -1815 (2) Hilfiker Retaining Walls 1902 Hilfiker Lane Eureka, CA 95503 -5711 Tel. (800) 762 -8962 3.0 GENERAL REQUIREMENTS A. All appurtenances behind, in front of, under, mounted upon, or passing through the wall such as drainage structures, utilities, or other appurtenances shown on the approved shop drawings shall be accounted for in the stability design of the wall. - MSE 2 OF 16 B. The mechanically stabilized earth wall design shall follow the general dimensions of the wall envelope shown in the Drawing No. R- 5864 -S, and comply with the recommendations in the Geotechnical Report. The top of the face panels shall be at or above the top of the panel elevation shown on the plans. Where coping or barrier is utilized, the wall face panels shall extend up into the coping or barrier a minimum of 2 inches. The top of the face panels may be level or sloped to meet the top of the wall line noted. The mechanical wall height for the purposes of design calculations shall be from the top of the leveling pad to the top of the potential failure surface where the failure surface intercepts the ground surface. C. Drainage design and details for the wall shall be provided by the Contractor and subject to approval of the Engineer D. Standard facing panels shall have at least two levels of earth reinforcements to stabilize the panels against rotation. Top and bottom half panels shall have at least one level of earth reinforcements. The wall facing shall be designed to accommodate differential settlement of one foot in 100 feet. The spacing between adjacent panels shall be designed to be 0.75 inches. Joints between panels shall have a ship lap configuration to protect the joint materials from vandalism. There shall be no openings through the wall facing. E. Mechanically stabilized earth walls shall be built in-accordance with the approved design plans and panel shop drawings for the proposed wall. 4.0 DESIGN REQUIREMENTS. The design of the wall system shall consider the internal stability of the wall mass as outlined below. The external stability of the structure, including slope stability, bearing capacity safety, and total and differential settlement is not the responsibility of the Contractor. 4.1 Failure Plane The reinforced soil mass shall be analyzed so that the soil stabilizing components extend sufficiently beyond the failure plane to stabilize the material. The mechanical height, H1, of an MSE structure is defined as the effective height of the active zone (failure plane) that must be retained by the reinforcements. The mechanical height is measured from the top of the leveling pad to the elevation at which the potential failure plane intersects the ground surface. The long- accepted location of the failure plane envelope is defined by a line originating at the toe of wall, climbing at 0.6 horizontal to 1 vertical until it reaches 50% of the mechanical height of the structure. Then the potential failure plane becomes vertical and intercepts the ground surface at a distance of 0.3111 behind the facing. The mechanical height, H1, can be calculated by the following equation: MSE 3 OF 16 H, = H +tan B x 0.3H (1 -0.3 tan (3) where, H, = mechanical height H =facing height R = Angle that the slope on top of the structure makes with the horizontal When the ground surface is level, the angle of the slope equals zero and Hi equals H. In this case, the knee of the potential failure plane is at 50 percent of the facing height above the toe of wall. External loads which affect the internal stability such as those applied through piling, bridge footings, traffic, slope surcharge, hydrostatic and seismic loads shall be accounted for in the design. 4.2 Hydrostatic Forces Unless specified otherwise, when a design high -water surface is shown on the plans at the face of wall, the design stresses calculated from that elevation to the bottom of wall must include a 3' minimum differential head of saturated backfill. In addition, the buoyant weight of saturated soil shall be used in the calculation of pullout resistance. 4.3 Backfill The friction angle of the select backfill used in the reinforced fill zone for the internal stability design of the wall shall be assumed to be 340 unless shown otherwise on the approved shop drawing submittals. The friction angle shall be determined by the standard direct shear test, AASHTO T -236, utilizing a sample of the material compacted to 95 percent of AASHTO T -99, Methods C or D (with oversize correction, as outlined in note 7), at optimum moisture content. Before construction begins, the borrow selected shall be subject to approval to show conformance with this frictional requirement. Compliance with the test requirements shall be the responsibility of the Contractor. The wall supplier shall be furnished a copy of the test results for the backfill prior to construction. The friction angle of the foundation soils and random backfill shall be assumed to be 300 unless otherwise shown on the approved shop drawing submittals. 4.4 Safety Factors The minimum factors of safety shall be as follows: • 1.5 against pullout of the reinforcements based on pullout resistance at 0.5 inch deformation for a representative backfill. • 1.5 against sliding of the mass • 2.0 against overturning of the mass • 2.0 against panel connection pullout or rupture at the end of the design lif@ for the maRimum allowable reinforcement tension. TMASIRGIAN. 4.5 Connections All connections shall be positive, structural connections subject to the same metal loss rates and allowable tension requirements as outlined in Section 4.8. Adequacy and capacity of panel connections shall be demonstrated by providing test data on connections. 4.6 Reinforcement Length The soil reinforcement length shall be the same from top to bottom of each wall section. The reinforcement length defining the width of the entire reinforced soil mass may vary with wall height along the length of wall. For walls with level or sloped surcharge, the minimum length embedded in the soil shall be seventy percent of the facing height, H, or 8 feet, whichever is greater. 4.7 State of Stress and Pullout Resistance The lateral earth pressure to be resisted by the reinforcements shall be calculated using the appropriate coefficient of earth pressure, K, based on the type of reinforcement used times the vertical soil stress at each reinforcement layer. The vertical soil stress shall be calculated using the Meyerhof method. For ribbed or ladder reinforcing strips, the earth pressure shall vary from 1.5 x Ka at the top of the structure to 1.0 x Ka at a depth of 20 ft. For wire mesh and bar mat reinforcements, the earth pressure shall vary from 2.0 x Ka at the top of structure to 1.5 x Ka at a depth of 20 ft., and it will remain constant (at 1.5 x Ka) below a depth of 20 ft. The soil reinforcement length shall be sufficient to satisfy the above requirements, sliding, overturning and pullout factors of safety and the minimum lengths required for external stability as recommended by the Engineer. Calculation of stresses and pullout factors of safety shall be in accordance with the 1994 AASHTO Interim Specifications for Highway Bridges. For ribbed or ladder reinforcing strips, the maximum apparent coefficient of friction, f", shall be as follows: Uniformity Coefficient (CU) of Select Granular Backfill Maximum f" < 2 1.2 2 -7 1.5 > 7 2.0 This maximum may be used at the top of the structure and shall vary to a value not exceeding tan 0 at a depth of 20 ft., and it will remain constant ( <_ tan m) below a depth of 20 ft. A maximum f" value of 2.0 is justified when using crushed stone Backfill with a uniformity coefficient less than 7. For wire mesh or bar mat reinforcement, -the maximum anchorage factor, Ac, shall be 30 at the top of the structure and shall vary to 15 at a depth of 20 ft., and it will remain constant at 15 below a depth of 20 ft. MSE 5 OF 16 The top of the structure is established as the elevation at the upper limit of the mechanical height, Hj. The actual applied bearing pressures under the stabilized mass for each reinforcement length shall be clearly indicated on the design drawings. Passive pressure in front of the wall mass shall be assumed to be zero for design purposes. Calculations for stresses and factors of safety shall be based on assumed conditions at the end of the design life. The design life of structure shall be 75 years. 4.8 Allowable Reinforcement Tension For determination of the allowable reinfor loss rates shall be assumed: Zinc (first 2 years): Zinc (subsequent years to depletion): Carbon Steel (after depletion of zinc): Carbon Steel (75 to 100 years): cement tension, the following metal 15 microns /year /side 4 microns/year/side 12 microns/year/side 7 microns /year /side The allowable tensile stress in steel reinforcements and connections including tie strips and loop inserts, Ft, at the end of the service life, shall conform to the following: • Systems with ribbed or ladder reinforcing strips: Ft = 0.55 Fy at the reduced gross section (minimum cross section) Ft = 0.50 Fu at the net section at bolt hole • Systems with bar mats or welded wire mesh: Ft = 0.48 Fy at all sections. For ladder strips, bar mats and welded wire mesh reinforcements, the gauge of the wires or bars shall be the same in both the longitudinal and transverse directions. Fy used for design shall not exceed 65 ksi. The maximum allowable tension in the reinforcements shall consider any reduction in cross sectional area of reinforcements due to punching, and corrosion losses, and shall not exceed 50% of the pullout capacity of the connection devices embedded in the facing panels. 5.0 SUBMITTALS The Contractor shall provide a submittal package to the City at least twenty (20) days prior to the construction. The Contractor shall submit three (3) copies of the design comptutations and three (3) sets of design drawings for review by the Engineer. The drawings shall be drawn on standard 24 -inch by 36 -inch sheets. A registered professional engineer licensed in the state of California shall sign and MSE 6 OF 16 certify that the shop drawings are designed in accordance with the project civil plans and specifications. Approval by the Engineer shall be obtained prior to beginning construction. (a) The design drawings shall include all details, dimensions, quantities and cross - sections necessary to construct the wall and shall include but shall not be limited to the following: 1. An elevation view for each wall shall include the top of wall elevation at all horizontal and vertical break points and at least every 50 feet along the face of wall, the elevation of all steps in the leveling pads, the designation as to the type of panel, the length of soil reinforcing elements, the distance along the face of the wall to where changes in length of the soil reinforcing elements occur; and an indication of the final ground line and maximum calculated bearing pressures. 2. A typical cross section or cross sections showing the elevation relationship between ground conditions and proposed grades. 3. General notes pertaining to design criteria and wall construction. (b) All panel details shall show all dimensions necessary to construct the element, all reinforcing steel in the element, and the location of soil reinforcing connection devices embedded in the panels. (c) Clearly indicated details for construction of walls around drainage facilities. (d) Details of the architectural treatment. (e) The details for diverting soil reinforcements around obstructions such as piles, and other utilities. (f) The details for connections between the concrete panel and the soil reinforcements. (g) The details where proposed wall meets existing wing wall, and at wall end. The comers must provide a positive connection as recommended in the Geotechnical Report. 6.0 MATERIALS The Contractor shall make his own arrangements to purchase the materials covered by this section of the specifications, including concrete facing panels, precast coping, reinforcing mesh, grid or strips, attachment devices, fasteners, joint materials and all necessary incidentals from one of the approved wall system suppliers. The Contractor, or the supplier as his agent, shall furnish the Engineer a Certificate of Compliance certifying that the applicable materials comply with this section of the specifications. Materials not conforming to this section of the specifications shall not be used without the written consent of the Engineer. All wall materials shall be non - corrosive for use in a marine environment. MSE 7 OF 16 6.1 Concrete Facing Panels Concrete facing panels shall have a minimum thickness of 5 1/2 inches and a minimum concrete cover on reinforcing steel of 2 inches. Reinforcing steel shall be hot dip galvanized. Cement shall be Types I, II or III and shall conform to the requirements of AASHTO M -85. Concrete shall have a compressive strength at 28 days in accordance with Section 6.1.7, Compressive Strength. Additives containing chloride shall not be used without the approval of the Engineer. Attachment devices and lifting devices shall be set in place to the dimensions and tolerances shown on the approved shop drawings and called out in these specifications prior to casting. 6.1.1 Testing and Inspection Acceptability of the precast units shall be determined on the basis of compressive strength tests and visual inspection. The precast units shall be considered acceptable regardless of curing age when compressive strength test results indicate that the compressive strength will conform to the 28 -day requirement. The Contractor, or his supplier, shall furnish facilities and perform all necessary sampling and testing in an expeditious and satisfactory manner. Panels utilizing Type I or II cement shall be considered acceptable for placement in the wall when the seven -day initial strength equals or exceeds 85 percent of the 28 -day requirement. 6.1.2 Casting The panels shall be cast face down in level forms supported on a flat working surface. Guides shall be used to locate and support attachment devices set in the back face of the panel. The concrete in each panel unit shall be placed without interruption and shall be consolidated by the use of an approved vibrator, supplemented by such hand tamping as may be necessary to force the concrete into the corners of the forms and to prevent the formation of stone pockets or cleavage planes. Clear form oil or release agent shall be used throughout the casting operation. 6.1.3 Curing The units shall be cured for a sufficient length of time so that the concrete will develop the specified compressive strength. Any production lot which does not conform to the strength requirements of Section 6.1.7, Compressive Strength, shall be rejected. 6.1.4 Removal of Forms The forms shall remain in place until they can be removed without damage to the unit. MSE 8 OF 16 6.1.5 Concrete Finish Unless otherwise indicated on the approved shop drawing submittals or elsewhere in the specifications, the concrete surface for the front face shall have an ordinary steel form finish, and for the rear face an unformed finish. The rear face of the panel shall be free of open pockets of aggregate and surface distortions in excess of 1/4 inch. 6.1.6 Tolerances All units shall be manufactured within the following tolerances with respect to the dimensions shown on the shop drawings: a. Attachment Device Locations and Alignment — Lateral position of reinforcing strip attachment devices shall be within one inch. Embedment measured from the back face of the panel shall be within + 1/4 inch, - 1/2 inch. Bearing surfaces of multiple attachment points for a single soil reinforcing element shall align within 1/16 ". b. Panel Dimensions -- All panel dimensions shall be within 114 inch. All hardware embedded in the panel with the exception of attachment devices shall be within 1/4 inch. c. Panel Squareness -- Squareness, as determined by the difference between the two diagonals, shall not exceed 1/2 inch. d. Panel Surface Finish -- Surface defects on smooth - formed surfaces, measured on a length of 5 feet, shall not exceed 1/4 inch. Surface defects on textured - finished surfaces, measured on a length of 5 feet, shall not exceed 5/16 inch. 6.1.7 Compressive Strength Acceptance of the concrete panels, with respect to compressive strength, shall be determined on the basis of production lots. A production lot is defined as a group of panels that shall be represented by a single set of compressive strength samples and shall consist of not more than 80 panels or a single day's production, whichever is less. Compressive strength tests shall be performed on 6 -inch diameter by 12 -inch cylinders prepared in accordance with AASHTO T -23. During the production of the concrete panels, the manufacturer shall randomly sample the concrete in accordance with AASHTO T -141. A single set of compressive strength samples, consisting of a minimum of four (4) cylinders, shall be made for every production lot. MSE 9 OF 16 For every compressive strength sample, a minimum of two cylinders shall be cured in the same manner as the panels and tested at seven (7) days or less. The average compressive strength of these cylinders, when tested in accordance with AASHTO T -22, will determine the initial strength of the concrete. In addition, a minimum of two cylinders shall be cured in accordance with AASHTO T -23 and tested at 28 days. The average compressive strength of these cylinders, when tested in accordance with AASHTO T -22, will determine the compressive strength of the production lot. If the initial strength test result indicates a compressive strength greater than or equal to 4,000 pounds per square inch, then this test result will be utilized as the compressive strength test result for that production lot, and the requirement for testing at 28 days will be waived for that particular production lot. Acceptance of a production lot will be made if the compressive strength test result is greater than or equal to 4,000 pounds per square inch. If the compressive strength test result is less than 4,000 pounds per square inch, the acceptance of the production lot will be based on its meeting the following acceptance criteria in its entirety: a. Ninety (90) percent of the compressive strength test results for the overall production shall exceed 4,150 pounds per square inch. b. The average of any six (6) consecutive compressive strength test results, including the one in question, shall exceed 4,250 pounds per square inch. c. No individual compressive strength test result shall fall below 3,600 pounds per square inch. In the event that a production lot fails to meet the specified compressive strength requirements, the production lot shall be rejected. Such rejection shall prevail unless the manufacturer, at his own expense, obtains and submits evidence of a type acceptable to the Engineer that the strength and quality of the concrete placed within the panels of the production lot is acceptable. If such evidence consists of tests made on cores taken from the panels within the production lot, the cores shall be obtained and tested in accordance with AASHTO T -24. 6.1.8 Acceptance Criteria Precast panels shall be accepted for use in wall construction provided the concrete strength meets or exceeds the minimum compressive strength requirement, the soil reinforcement connection devices and the panel dimensions are within tolerances and any chipping, cracks, honeycomb or other defects are within acceptable standards for precast concrete as determined by the Engineer_ MSE 10 OF 16 It is recognized that certain cracks and surface defects are not detrimental to the structural integrity of the panel if properly repaired. The Engineer shall determine the need for and proper method of such repair. All repairs shall be approved by the Engineer prior to acceptance of the panel for use in wall construction. 6.1.9 Marking The date of manufacture, the production lot number, and the piece -mark shall be clearly marked on the side of each panel. 6.1.10 Handling, Storage and Shipping All units shall be handled, stored and shipped in such a manner as to minimize the danger of chipping, cracks, fractures and excessive bending stresses. Panels shall be stored and shipped in stacks, front face down. Firm blocking, of sufficient thickness to prevent the attachment devices from contacting the panel above, shall be located immediately adjacent to the attachment devices. Lifting inserts shall be installed on the top edge of the precast panels to permit lifting at the project site. Reinforcement connection inserts (tie strips or loop inserts) shall not be used for lifting or handling the panel. 6.2 Soil Reinforcing and Attachment Devices All reinforcing and attachment devices shall be carefully inspected to insure they are true to size and free from defects that may impair their strength and durability. (1) Ribbed Reinforcing Strips. Ribbed Reinforcing Strips shall be hot rolled from bars to the required shape and dimensions. Their physical and mechanical properties shall conform to ASTM A -572 grade 65 (AASHTO M -223) or equal. Galvanizing shall conform to the requirements of ASTM- A123 (AASHTO M -111). The minimum coating thickness shall be 2oz/SF. (2) Ladder Reinforcing Strips. Ladder Reinforcing Strips shall be shop fabricated of cold drawn steel wire conforming to the minimum requirements of ASTM A -82 and welded into the finished strip configuration in accordance with ASTM A -185. The longitudinal and transverse wires shall be of the same size. Galvanizing shall be applied after the ladder strips are fabricated and shall conform to the minimum requirements of ASTM A -123 (AASHTO M -111). The minimum coating thickness shall be 2oz/SF. (3) Reinforcing Mesh and Bar Mats. Reinforcing Mesh and Bar Mats shall be shop fabricated of cold drawn steel wire conforming to the minimum requirements of ASTM A -82 and welded into the finished mesh fabric in accordance with ASTM A -185. The longitudinal and transverse wires MSE 11 OF 16 shall be of the same size. Galvanizing shall be applied after the mesh is fabricated and shall conform to the minimum requirements of ASTM A- 123 (AASHTO M -111). The minimum coating thickness shall be 2oz/SF. (4) Tie Strips. Tie Strips shall be shop fabricated of hot rolled steel conforming to the minimum requirements of ASTM A -1011 SS, Grade 50 or equivalent. Galvanizing shall conform to the minimum requirements of ASTM A -123 (AASHTO M -111), or ASTM A -153 (AASHTO M -232). The minimum coating thickness shall be 2 oz/SF. (5) Wire Tie Strips and loop inserts. Wire Tie Strips and loop inserts shall be shop fabricated of cold drawn steel wire conforming to the minimum requirements of ASTM A -82. Galvanizing shall conform to the minimum requirements of ASTM A -123 (AASHTO M -111). The minimum coating thickness shall be 2oz/SF. (6) Fasteners. Fasteners shall consist of hexagonal cap screw bolts and nuts conforming to the minimum requirements of ASTM A -325 (AASHTO M- 164) or equivalent. Galvanizing shall conform to the minimum requirements of ASTM A -153 (AASHTO M -232). (7) Connector Bars and Pins Connector Bars and Pins shall be fabricated from cold drawn steel wire conforming to the minimum requirements of ASTM A -82 and shall be galvanized in accordance with the requirements of ASTM A -123 (AASHTO M -111). The minimum coating thickness shall be 2oz/SF. (8) Structural Connectors. Structural Plate Connectors and fasteners used for yokes to connect reinforcements to wall panels around pile or utility conflicts shall conform to the material requirements of Tie Strips and Fasteners, Items 4 and 6, stated above. 6.3 Joint Materials Installed to the dimensions and thicknesses in accordance with the approved shop drawings. 6.3.1 Bearing Pads Bearing pads shall be EPDM rubberpads conforming to ASTM D -2000 M2AA 807, having a durometer hardness of 80 +/- 5. 6.3.2 Joint Cover Where required, as shown on the approved shop drawing -submittals,: horizontal and vertical joints between panels shall be covered by a geotextile. The geotextile may be either a non -woven needle punched polyester MSE 12 OF 16 geotextile or a woven monofilament polypropylene geotextile as approved by the wall supplier. Adhesive used to hold the geotextile filter fabric material to the rear of the facing panels prior to backfill placement shall be approved by the wall supplier. 6.4 Select Granular Backfill Material The select granular backfill material used in the mechanically stabilized earth structure shall be reasonably free from organic and otherwise deleterious materials and shall conform to the following gradation limits as determined by AASHTO T -27: Sieve Size Percent Passing 4 inches 100 3 inches 75 -100 No. 200 0 -15 In addition, the backfill shall conform to all of the following requirements: 1. Plasticity Index -- The Plasticity Index (P.I.), as determined by AASHTO T- 90, shall not exceed 6. 2. Soundness -- The material shall be substantially free of shale or other soft, poor durability particles. The material shall have a magnesium sulfate soundness loss of less than 30 percent after four (4) cycles, as determined by AASHTO T -104. 3. Electrochemical Requirements -- The backfill material shall conform to the following electrochemical requirements: Property Requirement Test Methods Resistivity Minimum 3000 ohm -cm, at ASTM G -57 -78 100% saturation AASHTO T- 288 -911 ASTM G -51 -77 pH Acceptable Range 5 -10 AASHTO T -289 -911 Chlorides* Maximum 100 ppm ASTM D- 512 -88 AASHTO T- 291 -911 Sulfates* Maximum 200 ppm ASTM D- 516 -88 AASHTO T- 290 -911 * If the minimum resistivity exceeds 5000 ohm -cm, at 100% saturation, the need for testing of chlorides and sulfates is waived. MSE 13 OF 16 The Contractor shall furnish to the Engineer a Certificate of Compliance certifying that the select granular backfill material complies with this section of the specifications. A copy of all test results performed by the Contractor, which are necessary to assure compliance with the specifications, shall also be furnished to the Engineer. Backfill not conforming to this specification shall not be used without the written consent of both the Engineer and the wall supplier. 7.0 CONSTRUCTION REQUIREMENTS The contractor's method of construction shall closely follow the construction procedure outlined in the contract documents and these specifications. 7.1 Waii Excavation Unclassified excavation shall be in accordance with the requirements of the general specifications and in reasonably close conformity with the limits shown on the approved shop drawings. 7.2 Foundation Preparation The foundation for the structure shall be graded level for a width equal to or exceeding the length of the soil reinforcements, or as shown on the approved shop drawings. Prior to wall construction, the foundation, if not in rock, shall be compacted as directed by the Engineer. Any foundation soils found to be unsuitable shall be removed and replaced as directed by the Engineer. At each panel foundation level, an un- reinforced concrete leveling pad shall be provided as shown on the approved shop drawings. The leveling pad shall have nominal dimensions of 6 inch thickness and 12 inch width, and shall be cast using minimum 3,000 psi 28 -day compressive strength concrete. The leveling pad shall be cast to the design elevations as shown on the approved shop drawings. Allowable elevation tolerances are +0.01 foot (118 inch), and -0.02 foot (1/4 inch), from the design elevation. 7.3 WaH Erection Precast concrete panels shall be placed vertically with the aid of a light crane. For erection, panels shall be handled by means of lifting devices set into the upper edge of the panels. Panels shall be placed in successive horizontal lifts in the sequence shown on the approved shop drawing submittals as backfill placement proceeds. As backfill material is placed behind the panels, the panels shall be maintained in a vertical position by means of shoulder clamps to adjacent panels and temporary wooden wedges placed in the joint at the junction of the two adjacent panels on the external side of the wall. External bracing is MSE 14 OF 16 required for the initial lift. Vertical and horizontal alignment tolerances shall not exceed 314 inch in 10 feet. The overall vertical tolerance of the wall (plumbness from top to bottom) shall not exceed 3/4 inch per 10 feet of wall height. 7.4 Placement of Reinforcements Prior to placing the first layer of reinforcements (strips, mats or grids), backfill shall be placed and compacted in accordance with Section 7.5, Backfill Placement. Bending of reinforcements in the horizontal plane that results in a kink in their alignment shall not be allowed. Gradual bending in the vertical direction that does not kink the reinforcements is allowable. Connection of reinforcements to piles or bending of reinforcements around piles shall not be allowed. Cutting of reinforcement longitudinal bars shall not be allowed to avoid conflicts with piles or utility obstructions. A structural connection (yoke) from the wall panel to the reinforcement shall be used whenever it is necessary to avoid cutting or excessive skewing of reinforcements due to pile or utility conflicts. Soil reinforcements shall be placed normal to the face of the wall, unless otherwise shown on the approved shop drawing submittals or directed by the Engineer. If skewing of the soil reinforcements is required due to obstructions in the reinforced fill, rotatable connections shall be used and the maximum skew angle shall not exceed 15 degrees from the normal position unless specifically addressed in design calculations that justify that the skewed reinforcements are adequate. 7.5 Backfill Placement Backfill placement shall closely follow erection of each course of panels. Backfill shall be placed in such a manner as to avoid any damage or disturbance to the wall materials or misalignment of the facing panels. Any wall materials which become damaged or disturbed during backfill placement shall be either removed and replaced at the Contractor's expense or corrected, as directed by the Engineer. Any backfill material placed within the reinforced soil mass which does not meet the requirements of this specification shall be corrected or removed and replaced at the Contractor's expense, as directed by the Engineer. Backfill shall be compacted to 95 percent of the maximum density as determined by AASHTO T -99, Method C or D (with oversize correction, as outlined in Note 7). The moisture content of the backfill material prior to and during compaction shall be uniform throughout each layer. Backfill material shall have a placement moisture content less than or equal to the optimum moisture content. Backfill MSE 15 OF 16 material with a placement moisture content in excess of the optimum moisture content shall be removed and reworked until the moisture content is uniform and acceptable throughout the entire lift. The optimum moisture content shall be determined in accordance with AASHTO T -99, Method C or D (with oversize correction, as outlined in Note 7). The frequency of sampling of select granular backfill material, necessary to assure gradation control throughout construction, shall be as directed by the Engineer. If 30 percent or more of the select granular backfill material is greater than 3/4 inch in size, AASHTO T -99 is not applicable. For such a material, the acceptance criterion for control of compaction shall be either a minimum of 70 percent of the relative density of the material as determined by ASTM D-4253 and D -4254, or a method specification, based on a test compaction section, which defines the type of equipment, lift thickness, number of passes of the specified equipment, and placement moisture content. The maximum lift thickness after compaction shall not exceed 10 inches, regardless of the vertical spacing between layers of soil reinforcements. The Contractor shall decrease this lift thickness, if necessary, to obtain the specified density. Prior to placement of the soil reinforcements, the backfill elevation, after compaction, shall be 2 inches above the attachment device elevation from a point approximately 12 inches behind the back face of the panels to the free end of the soil reinforcements, unless otherwise shown on the approved shop drawing submittals. Compaction within 3 feet of the back face of the panels shall be achieved by at least three (3) passes of a lightweight mechanical tamper, roller or vibratory system. The specified lift thickness shall be adjusted as warranted by the type of compaction equipment actually used, but no soil density tests need be taken within this area. Care shall be exercised in the compaction process to avoid misalignment of the panels or damage to the attachment devices. Heavy compaction equipment shall not be used to compact backfill within 3 feet of the wall face. At the end of each day's operation, the Contractor shall slope the last level of backfill away from the wall facing to direct runoff of rainwater away from the wall face. In addition, the Contractor shall not allow surface runoff from adjacent areas to enter the wall construction site. 7.6 Coping Placement Coping placement shall be in compliance with the approved shop drawings. 7.7 Repair Existing Improvements A. Install chain barrier, and concrete mow strip. MSE 16 OF 16 B. Reinstall concrete bench foundation and bench. C. Reinstall street light and pull box. D. Reconstruct sidewalk and all the removed improvements. E. Turf, plant materials and irrigation system replacement by others. END OF SECTION F: \Users"W\SharechGontraOts1FY 08-0 710&07 Bayfinnt Structure Projects -C- 3657 \Specs VlaUdo MSE.doc. Last saved 08101 /200711:07 AM APPENDIX A Specifications for Tide Gate, Operators and Controls Page 1 of 2 APPENDIX A SPECIFICATIONS FOR TIDE GATE, OPERATOR AND CONTROLS Install 24" Waterman Industries, Inc., medium duty P -30ff slide gate, or equal approved by the Engineer, with Type 316 non - rising stainless steel stem to fully open gate, bronze seating faces, bronze thrust nut and side wedges, Type 316 stainless steel rails, hardware and yokes, flangeback frame for wall mounting against grout pad, primed and coal tar epoxy coated by the manufacturer. Install ALMA (Model SA10.1 -54A) or equal approved by the Engineer, heavy duty operator with torque and limit switches, reversing starter, local 3 button /2 light pushbutton station, local- off - remote selector switch, declutchable handwheel, all primed and coated by the manufacturer. Power source is 1201240 volt, single phase, 60 Hz (Contractor shall be responsible to verify field voltage). Actuator shall conform to the requirements of AWWA C540 -93. Actuator enclosure shall be NEMA 4 (watertight). Manual over -ride shall be by handwheel. Manual operation will be via power gearing to minimize required rimpull and facilitate easy change -over from motor to manual operation when actuator is under load. Return from manual to electric mode of operation will be automatic upon motor operation. A seized or inoperable motor shall not prevent manual operation. Actuator shall be capable of hand wheel operation if motor control unit is removed. Limit switches shall be furnished at each end of travel. Limit switch adjustment shall not be altered by manual operation. Limit switch drive shall be by countergear. Limit switches must be capable of quick adjustment requiring no more than five (5) turns of the limit switch adjustment spindle. One set of normally open and one set of normally closed contacts will be furnished at each end of travel where indicated. Contacts shall be of silver and capable of reliably switching low voltage DC source from the control system furnished by others. Mechanically operated torque switches shall be furnished at each end of travel. Torque switches will trip when the valve load exceeds the torque switch setting. The torque switch adjustment device must be calibrated directly in engineering units of torque. All wiring shall be terminated at a plug and socket connector. Actuator in open /close service will be furnished with integral motor controls consisting of reversing starters, control transformer, phase discriminator, monitor relay (to signal fault conditions such as thermal switch trip, torque switch tripped in mid - travel, wrong phase sequence or phase failure), 'open- stop - close" pushbuttons, "local -off- remote" selector switch in addition to red and green indicating lights. An interface with the control system must be furnished with optical isolators to separate incoming voltage signals from the internal motor controls. Page 2 of 2 Size operator and sluice gate to raise and lower the gate against 20 feet of seating head and 10 feet of unseating head at 9 -to -15 inches per minute. Install electric motor operator panel-in Type 316 stainless steel waterproof in the meter pedestal, with clear plastic stem cover and Mylar strip type position indicator; and provide "open ", "close" and "stop' controls with red (off) and green (on) indicator lights per A.W.W.A. C- 501 -80, Sections 3.15.13 and 3.15.15, and a 20 AMP circuit breaker. Install 3" Sch. 40 PVC conduit with #10 THWN wiring for motor and #12 THWN wiring for control circuit per SCE requirements from Edison Pull Box (X5444715) as shown on the plan to the meter pedestal, pull box, and tide gate structure. Install wiring in conduits to meet N.E.C. standards, and arrange for Southern California Edison Co. power meter to be set (City to pay SCE fees). Install Type 316 stainless steel fasteners and anchor bolts throughout. Shopcoat non - stainless ferrous metals with a polyamide epoxy paint system. Fabricate, assemble and anchor sluice gate, operator, control components, enclosures and attachments with materials that are waterproof, primed, epoxy coated, and certified for long -term exposure and long -term submergence in a salt water environment, and prove to the Engineer's satisfaction that these specifications have been met. Upon obtaining prior authorization of the Engineer, provide a manufacturers authorized representative to certify the installation, setup and operation of the sluice gate, operator and controls. Upon acceptance of the sluice gate, operator and controls by the Engineer, provide a one year minimum full labor and materials warranty of the installation, setup and operation of the sluice gate, operator and controls. Actuator shall be manufactured by AUMA Actuators, Inc. of Pittsburgh, Pennsylvania. f :\users \pbw\shared \contracts \fy 06. 07\06 -07 bayrront structure projects - c- 3657\appendix a - tlde gate & actuator specs.doc APPENDIX B Vault Ladder Standard Plan - IRWD STD. DWG. G-4 O— 1 -1/2' DA. STD. STEEL PIPE AS A SIDE RAIL EXTENSION. 11 O2 — VAULT WALL lT 6— PLATE 2" HIGH X 1' WIDE WELD TO SIDE RAIL EXTENSION. 1 4 — 1/4• PLATE WALL ANCHOR BRACKET, 2" WIDE X B" LONG, UP POSITION O5 — 2" LONG, 2" CA. STD. STEEL PIPE SECTION. WELD 1 TO SIDE OF LADDER AS A GUIDE COUPLING. 2 O6 -- -NOTCH TOP OF PIPE GUIDE 1/2" DEEP X 1/2" WIDE (AS SHOWN BELOW) AND SLOT SIDE TO ACCOMMODATE 1 /1' LOCKING TAB. g' O7 — 1/4' PLATE STEEL, FLAT BARSTOCK, 2' WIDE. O8 —1' CA. ROUND STEEL BAR, AS A LADDER RUNG. T—� O— 5/16" STAINLESS STEEL ANCHOR BOLT. 1 L/4 8OTN SIDES 10 — 1 -1/2' DA. PIPE CAP. WELD TO BOTTOM OF SIDE 2+ (TYP. ALL RAIL EXTENSION. ?� m f�: ANCHOR 11 2_1/2• VIA X 1/4" NICK PLATE WELDED TO TOP OF ./ BRACKETS) SIDE RAIL EXTENSION TEARDROP SHAPE. TIP ON SAME SIDE AS TAB. 9 11 i2 —PLATE BRACKET. 2" X 2' X 1/4" ANGLE. 2" WIDE WELD TO SIDE OF LADDER AS EXTENSION PIPE STOP. 1/4 WELD TO LADDER 4 RAIL BOTH SIDES 4 (TYP. ALL 4 1/4 GUIDES) 7 5 DOWN POSITION 1/4 WELD TO 1 UQQER NAtL 1 10 1 \ e GUDES)L N j I 8 6 3 4 e ry � 3 9 O O IO 4 IO TI 1/4 12 4 S FLOOR OF VAULT TO 18 12 OUTg 10 OP RV LS 1/4 UP AND LOCKED POSITION ROTATE TO RAISE AND LOWER GENERAL NOTES: T. ALL SURFACES AND WELDS SHALL BE GROUND 3.HOT DIP DALVANIZE AFTER FABRCARON. SMOOTH AND CLEANED AFTER FABRICATION. 4.ALL CONNECTING AND MOUNTING HARDWARE 2.ALL JOINTS SHALL BE WELDED PER AMERICAN SHALL BE TYPE 316 STAINLESS STEEL. WELDING SOCIETY STANDARDS, LATEST REVISION. APPENDIX C Monitoring and Reporting Requirements of CRWQCB California Regional Water Quality Control Board Santa Ana Region Winston ff. Mckox IntwnetAddresa: httpl/www.mreb.ca.govltwgeb8 Gray Dmtvis Secretary for 3737 Main Sheet, Suite 500, Riverside, Califamia 92501 -3348 ror'°TJOr EnviroMnental Phone (909) 7824130 - FAX (909) 781-6288 i Protection 1 71te energy ckallenge facing Catrfornip is teat. Alrry Colifornian needs to take unmedla!¢ acdon [o reduceenergy oor,cmnptian. For a Itsv ofatmple ways you can redo.. demand ead cut you. energy costa, sae ow website at w nvrcb.ca.80dry4cb& - October 20, 2003 Tim Deutsch City of Newport Beach P.O. Box 1768 Newport Beach, CA 92658 -8915 WASTE DISCHARGE REQUIREMENTS, ORDER NO. R8- 2003 -0061; NPDES NO. CAG998001 (DE MINIMS DISCHARGES), CITY OF NEWPORT BEACH, NEWPORT BEACH, ORANGE COUNTY Dear Mr. Deutsch: On September 12, 2003, you submitted a Notice of Intent to discharge wastewater under the terms and conditions of the Regional Board's general permit, Order No. R8- 2003 -0061. Effective immediately; you are authorized to discharge wastewater from this project under the terms and conditions of Order No. R8- 2003 -0061. Enclosed is Monitoring. and Reporting Program No. R8-2003- 0061 -040, which specifies the frequency of sampling and the constituents to be monitored. Please note that modifications to the sampling frequency and constituents to be monitored can be considered on a case -by -case basis. Orange County Public Facilities and Resources Department has requested that we have dischargers in Orange County call Doug Witherspoon at (714) 834 -2366 regarding local agency requirements for this discharge. Order No. R8- 2003 -0061 will expire on August 1, 2008. If you wish to terminate coverage under this general permit prior to that time, please notify us immediately upon project completion so that we can rescind your authorization and avoid billing you an annual fee. If you have any questions regarding tho permit or the monitoring and reporting program, please contact Najah Amin at (909) 320 -6362. Sincerely, Oerard J. Thlbeault Executive Officer Enclosures (2): Monitoring and Reporting Program No. Rg- 2003 -0061 -040 cc w/o enc: US EPA Permits Issuance Section (WTR -5) - Doug Eberhardt State water Resources Control Board, Division of Water Quality — JimMaughan Orange County public Facilities and Resources Department — Doug Witherspoon 7[SMupert8ewb California Environmental Protection Agency Recycled Paper Z, California Regional Water Quality Control Board Santa Ana Region GENERAL WASTE DISCHARGE REQUIREMENTS FOR DISCHARGES TO SURFACE WATERS THAT POSE AN INSIGNIFICANT (DE MINIMUS) THREAT TO WATER QUALITY Monitoring and Reporting Program No. R8- 2003 - 0061 -040 NPDES No. CAG998001 for City of Newport Beach Newport Beach, Orange County A. MONITORING AND REPORTING REQUIREMENTS Monitoring and reporting shall be in accordance with the following: All monitoring reports, or information submitted to the Regional Board shall be signed and certified in accordance with 40 CFR 122.22. 2. All laboratory analyses shall be performed in accordance with best procedures under 40 CFR 136 (revised as of May 14, 1999) "Guidelines Establishing Test Procedures for the Analysis of Pollutants," promulgated by the United States Environmental Protection Agency (EPA), unless otherwise specified in this monitoring and reporting program (M &RP). In addition, the Regional Board and/or EPA, at their discretion, may specify test methods that are more sensitive than those specified in 40 CFR 136. Unless otherwise specified herein, organic pollutants shall be analyzed using EPA method 8260, as appropriate, and results shall be reported with ML or PQL and MDL. 3. Chemical, bacteriological, and bioassay analyses shall be conducted at a laboratory certified for such analyses by the State Department of Health Services or EPA or at laboratories approved by the Executive Officer of the Regional Board. 4. All analytical data shall be reported with method detection limits (MDLs) and with identification of either practical quantitation levels (PQLs) or limits of quantitation (LOQs). 5. Whenever the discharger monitors any pollutant more frequently than is required by this general permit, the results of this monitoring shall be included in the calculation and reporting of the data submitted in the discharge monitoring report specified by the. Executive Officer. i i M &RP No. R8- 2003 - 0067 -040, NPDES Na. CA G998001 Page 2 of 4 City of Newport Beach 6. The discharger shall deliver a copy of each monitoring report in the appropriate format to: California Regional Water Quality Control Board Santa Ana Region 3737 Main Street, Suite 500 Riverside, CA 92501 -3348 The discharger may request a reduction in the constituents to be monitored and/or a reduction in monitoring frequency for a specific constituent(s) subject to the approval of the Executive Officer when the conditions stipulated in Provisions E.7. of this general permit are met. 8. The discharger shall assure that records of all monitoring information are maintained and accessible for a period of at least five years from the date of the sample, report, or application. This period of retention shall be extended during the course of any unresolved litigation regarding this discharge or by the request of the Board at any time. Records of monitoring information shall include: a_ The date, exact place, and time of sampling or measurements; b. The individual(s) who performed the sampling, and/or measurements; c. The date(s) analyses were performed; d. The individual(s) who performed the analyses; e. The analytical techniques or methods used, including any modification to those methods; f. All sampling and analytical results, including 1) Units of measurement used; 2) Minimum reporting limit for the analysis (minimum level, practical quantitationlevel (PQL)); 3) Results less than the reporting limit but above the method detection limit (NDL); 4) Data qualifiers and a description of the qualifiers; 5) Quality control test results (and a written copy of the laboratory quality assurance plan); 6) Dilution factors, if used; and 7) Sample matrix type; and; g: All monitoring equipment calibration and maintenance records; h. All original strip charts from continuous monitoring devices; i. All data used to complete the application for this general permit; and, i- Copies of all reports required by this general permit. 9. Weekly samples shall be collected on a representative day of each week . ..... . ..... .................._.... _............ _. P MhXPNo. R8- 2003 - 0061 -000, NPDMNa CA G998001 City of Newport !leach B. EFFLUENT MONIT OPUNG Page of 4f 1. A sampling station shall be established for the point of discharge where representative samples of the discharge can be obtained before the discharge mixes with the receiving waters. 2. The following shall constitute the effluent monitoring program: Flow gpd I Daily During the first 30 minutes of each Oil and Grease Grab mg/1 discharge and then weekly thereafter Total Residual Chlorine t' 2 " Total Suspended Solids 2 " ^ Total Petroleum Hydrocarbons) Grab µdl " Total Dissolved Solid? mgA Once annually at each discharge point Total htorganic Mtrogen3 Once annually at each discharge Doint ' C. REPORThXG I. Five days prior to an disc ys p y barge from locations already reported, the discharger shall 5 notify the Regional Board staff by phone or by a fax letter indicating the date and time of the proposed discharge. 6 2. Five days prior to any planned discharge from locations not yet reported, the discharger shall notify the Regional Board staff by phone or by a fax letter indicating the following: 1) Specific type of the proposed wastewater discharge (see listing on Finding 1 of the Order); 2) The estimated average and maximum daily flow rates; 3) The frequency and duration of the discharge; 4 ih:lecr it it known that ehlor}ne is not in the discharge. 2 Not applicable !(roll nvrtc%wrer will percolate prior to reaching reccA tg xvters. lnhtali Y% or new welldeelo D masts. I f TMandTPHara prrscnt continue monitaig. e For those unplanned dirchorges, at mach prior notUicatlon as pour /ble is required before any discharge it Initiated. M &RP No. R8- 2003 -0067 -040, NPDES No. CAG999001 City of Newport Beach Page 4 of 4 4) The affected receiving water(s); 5) A description of the proposed treatment system (if appropriate); and 6) A description of the path from the point of initial discharge to the ultimate location of discharge (fax a map if possible); 3. Monitoring reports shall be submitted, by the 30th day of each month following the monitoring period. The monitoring reports shall cover the previous month's monitoring activities and shall include: a. The results of all laboratory analyses for constituents required to he monitored (see Section B. above), b. The daily flow data, C. A summary of the discharge activities (when and where discharge occurred, description of type of discharge, etc.) including a report detailing the discharger's compliance or noncompliance with the requirements of the general permit and - discharge authorization letter, and d. For every item where the requirements of the general permit and discharge authorization letter are not met: 1) A statement of the actions undertaken or proposed which will bring the discharge into full compliance with requirements at the earliest time, and 2) A timetable for implementing the proposed actions. e. If no discharge occurs during the previous monitoring period, a letter to that effect shall be submitted in lieu of a monitoring report 4. All reports shall be signed by a responsible officer or duly authorized representative of the discharger and shall be submitted under penalty of Perjury. 6j`! .._(,k7erard J. Thibeault Executive Officer October 20, 2003 California Regional Water Quality Control Board Santa Ana Region ORDER NO. R8- 2006 -0004 Amending Order No. R8- 2003 -0061, NPDES No. CAG998001 As amended by Order No. R8- 2005 -0041 General Waste Discharge Requirements for Discharges to Surface Waters That Pose An Insignificant (De Minimus) Threat to Water Quality The California Regional Water Quality Control Board, Santa Ana Region (hereinafter Regional Board), finds that: On August 22, 2003, the Board adopted Order No. R8- 2003 -0061, NPDES No. CAG998001, General waste discharge requirements for discharges to surface waters that pose an insignificant (De Minimus) threat to water quality. On March 4, 2005, Order No. R8- 2005 -0041 amended Order No. R8- 2003 -0061 to allow for coverage of previously excluded groundwater related discharges and/or de minimus discharges within the San Diego Creek/Newport Bay Watershed. Coverage of these discharges under R8 -2003- 0061 could be authorized provided that the discharges do not contain nitrogen, selenium or TMDL pollutants of concern at levels that pose a threat to water quality. 2. Type of discharges regulated under Order No. R8 -2003 -0061 did not include discharges of filter backwash water from treatment facilities. Filter backwash water from water treatment facilities discharges pose a de minimus threat to water quality. 3. It is appropriate to amend Order No. R8- 2003 -0061 to include discharges of filter backwash water from water treatment facilities in Finding No. 1 of Order No. 88 -2003- 0061. 4. In accordance with Water Code Section 13389, the amendment of Order No. R8 -2003- 0061, NPDES No. CAG998001 is exempt from those provisions of the California Environmental Quality Act contained in Chapter 3 (commencing with Section 21100), Division 13 of the Public Resources Code. 5. The Board has notified the dischargers and other interested agencies and persons of its intent to amend Order No. R8- 2003 -0061 and has provided them with an opportunity to submit their written views and recommendations. 6. The Regional Board, in a public meeting, heard and considered all comments pertaining to the amendment. IT IS HEREBY ORDERED that Order No. R8- 2003 -0061 shall be amended as follows: Order No.RB- 2006 -0004 Page 2 of S Amending Order R8- 2003 -0061, NPDES No. C4G998001 General De Minimus Waste Discharge Requirements 1. Order No. R8 -2003 -0061, Page 3 of 14, revise Finding 9 as follows: 9. This general permit regulates de minimus discharges (as listed below) to surface waters. An entity(ies) /individual(s) proposing de minimus discharges is hereinafter referred to as "discharger" and upon authorization, is subject to the terms and conditions of this Order. a. Construction dewatering wastes; (except storm water dewatering at construction sites)'; b. Wastes associated with well installation, development, test pumping and ping; C. Aquifer testing wastes; d. Dewatering wastes from subterranean seepage, except for discharges from utility company vaults; e. Discharges resulting from hydrostatic testing of vessels, pipelines, tanks, etc.; f. Discharges resulting from the maintenance of potable water supply pipelines, tanks, reservoirs, etc.; g. Discharges resulting from the disinfection of potable water supply pipelines, tanks, reservoirs, etc.; h. Discharges from potable water supply systems resulting from system failures, pressure releases, etc.; i. Discharges from fire hydrant testing or flushing; j. Non - contact cooling water; k. Air conditioning condensate; 1. Swimming pool drainage; M. Discharges resulting from diverted stream flows; n. Other similar types of wastes, which pose a de minimus threat to water quality, yet technically must be regulated under waste discharge requirements; and o. Decanted filter backwash wastewater and/or sludge dewatering filtrate water from water treatment facilities. 2. Order No. R8- 2003 -0061, Page 5 of 14, revise Finding 19 as follows: 19. The de minimus discharges described in Finding No. 9, above are not expected to cause toxicity, therefore no toxicity limits are specified in this general permit. 3. Order No. R8- 2003 -0061, Page 6 of 14, revise first paragraph as follows: IT IS HEREBY ORDERED that dischargers, their agents, successors, and assigns, who are discharging the types of wastes listed in Findings No. 9, above, in order to meet the provisions contained in Division 7 of the California Water Code and regulations adopted thereunder and the provisions of the Clean Water Act as amended and regulations and guidelines adopted thereunder, shall comply with the following: Storm water discharges are covered under separate permit. Order No.R8- 2006 -0004 Page 3 of 5 Amending Order R8- 2003 -0061, NPDES No. CAG998001 General De Mudmus Waste Discharge Requirements 4. Order No. Rg -2003 -0061, Page 6 of 14, revise Discharge Specifications A.1. to include A. La. and A.1 b as follows: 1. The discharge of wastewater shall not contain constituent concentrations in excess of the following limits: a. For types of discharges a through n as listed in Finding No. 9 of the Order: EFFLUENT LIMITATIONS APPLICABLE TO ALL RECEIVING WATERS Constituent Maximum Concentration Oil and Grease 15 mg/l Sulfides 0.4 mg/l Total Residual Chlorine' 0.1 mg/l Total Suspended Solids4 75 mg/l Total Petroleum Hydrocarbons 100 gg/l (ppb) b. The discharge of decanted filter backwash wastewater and/or sludge dewatering filtrate water from water treatment facilities (Finding No. 9.o., above), shall not contain a total suspended solids maximum daily concentration in excess of 30 mg/L. 5. Order No. 118- 2003 -0061, Page 13 of 14, revise Application Requirements I.2. as follows: 2. FOR A NEW DISCHARGERS: At least 60 days before the intended start of a new discharge or individual permit expiration; the discharger shall submit an application for coverage under this Order. The authorization letter from the Executive Officer is required prior to commencement of the discharge for those types of wastes covered by this permit as described in Finding No. 9. The application shall consist of the following information: 6. Monitoring & Reporting Program No. 118- 2003 -0061, Page 3 of 5, revise Effluent Monitoring B.2. to include B.2.a. and B.2.b. as follows: ' Compliance shall be determined at a point before wastewater mixes with any receiving water. 4 Not applicable i all wastewater will pp f percolate prior to reaching any receiving water. 5 New discharger is an entity/individual who is not currently authorized to discharge waste under this general permit and who is proposing de minimus discharge to be covered under this general permit. Order No.R8- 2006 -0004 Amending Order R8- 2003 -0061, NPDES Na CA G998001 General De Minimus Waste Discharge Requirements 2. The following shall constitute the effluent monitoring program: Page 4 of S a. For types of discharges a through n as listed in Finding 9 of the Order: Constituent Type of Sample Units Muumum Frequency of Sam lin and Analysis Flow --- - - - --- gpd Daily Oil and Grease Grab mgll During the fast 30 minutes of each discharge and as directed by the Executive Officer, thereafter Sulfides " During the first 30 minutes of Total Residual Chlorines'Z Grab mg ft " Total Suspended SolidsZ " Total Dissolved Solids " Total Inorganic Nitrogen " " " Total Petroleum Hydrocarbons Grab mg/l " b. For the type of discharge listed in Finding 9.o. of the Order, the following shall constitute the effluent monitoring program: Constituent Type of Units Minimum Frequency of Sample Sampling and Analysis Flow -- - - - - -- gpd Daily During the first 30 minutes of Total Residual Chlorines' Z Grab mg ft each discharge and as directed by the Executive Officer, . thereafter Total Suspended SolidsZ " " " During the first 30 minutes of Aluminum (See note f below) Grab µF" each discharge and as directed (ppb) by the Executive Officer, thereafter Iron (See note I below) Manganese (See note I below) " Unless it is known that chlorine is not in the discharge. Not applicable if all wastewater will percolate prior to reaching receiving waters. Order N&R8- 1006-0004 Page 5 of 5 Amending Order R8 -1003 -0061, NPDES No. CAG998001 General De Minimus Waste Discharge Requirements Note 1: For analysis of these constituents, the Discharger shall use the following reporting detection levels: Aluminum (50 ug/L); Iron (100 ug/L); and Manganese (20 ug/L). 7. Monitoring & Reporting Program No. R8 -2003 -0061, Page 4 of 5, revise Reporting C.2.1. as follows: 1) Specific type of the proposed wastewater discharge (see listing on Finding 9 of the Order); 8. All other conditions and requirements of Order No. R8- 2003 -0061 shall remain unchanged. I, Gerard J. Thibeault, Executive Officer, do hereby certify that the foregoing is a full, true, and correct copy of an order adopted by the California Regional Water Quality Control Board, Santa Ana Region, on January 18, 2006. w erard J. Thibeault Executive Officer APPENDIX D Via Lido Geotechnical Report by Bagahi Engineering, Inc. Last saved by FTran07131l2007 2:33 PM fAusersVbwlcbared�contractffy 06 -07Ma lido wall replacement & other bulkhead improvements project c- 3657\appendices.doc PRELIMINARY GEOTECHNICAL INVESTIGATION PROPOSED RETAINING WALL Via Lido Newport Beach, California Prepared For: MR. FRANK TRAN City of Newport Beach 3300 Newport Blvd. Newport Beach, CA 92660 = BAGAHI ENGINEERING INC. 71 Great Lawn Irvine, CA 92620 Job No. 174N- 156 -00 May 21, 2007 TABLE OF CONTENTS INTRODUCTION Purpose....................................................................... ............................... Proposed Construction ................................................ ............................... Scopeof Services ........................................................ ............................... SiteDescription .......................................................... ............................... SUBSURFACE INVESTIGATION ....................................... ............................... SiteExploration ........................................................... ............................... LaboratoryTesting ..................................................... ............................... FINDINGS........................................................... I............................. Subsurface Conditions .............................. ............................... Faulting Seismicity and Liquefaction Potential .......................... CONCLUSIONS AND RECOMMENDATIONS .................. ............................... Site Preparation and Grading ...................................... ............................... Wall Recommendations ............................................ ............................... Typeof Cement .......................................................... ............................... PlanReview ................................................................. ............................... Pre-Construction Meeting ............................................ ............................... LIMITATIONS............................................... ............................... APPENDIX A — SUBSURFACE EXPLORATION APPENDIX B — LABORATORY TESTING 4 4 4 S 5 5 6 6 6 6 ii 7 8 12 13 13 13 Mr. Frank Tran Project: Retaining Wall Project No: 174N- 156 -00 /May 21, 2007 Page 4 PRELIMINARY GEOTECHNICAL INVESTIGATION Via Lido Newport Beach, California INTRODUCTION PURPOSE This report presents the results of our preliminary geotecbnical investigation for a proposed retaining wall on Via Lido, in Newport Beach, California. The purpose of our investigation was to perform subsurface investigation to evaluate subsurface conditions for the proposed construction. Conclusions and recommendations relative to the site grading, retaining wall design, temporary excavations, and type of cement for construction are presented herein. PROPOSED CONSTRUCTION We understand that the proposed construction will consist of removal of an existing concrete crib wall and construction of a new retaining wall with a maximum height of about 10 feet. SCOPE OF SERVICES The scope of services provided during the course of this investigation included: a. Subsurface exploration consisting of two auger borings, b. Logging and sampling of the borings and collection of soil samples for laboratory testing, Bagahi Engineering Inc. W. Frank Tran Project: Retaining Wall Project No: 174N- 156 -00 / May 21, 2007 Page 5 C. Laboratory testing of soil samples representative of subsurface conditions encountered in the borings, d. Geotechnical analysis of field and laboratory data to develop site stratigraphy and provide a basis for our conclusions and recommendations, and e. Preparation of this report presenting our findings, conclusions and recommendations. SITE DESCRIPTION The project site is along the south side of Newport Bay where it joins the West Lido Channel. An existing concrete crib wall, about 10 feet in height, is currently located in this area. The wall concrete has deteriorated with aggregates exposed in many areas. The wall infill appears to be broken rock pieces. Toe of the wall is along the shoreline and appears to be between about 2 to 6 feet above sea level, based on water markings on nearby structures. SUBSURFACE INVESTIGATION SITE EXPLORATION Subsurface conditions for this study were explored by drilling two auger borings to a maximum depth of 12 feet. The approximate locations of the borings are shown on the Plot Plan in Appendix A. Sampling included collection of bulk samples from cuttings derived during drilling, and ring samples. Relatively undisturbed samples (rings) were obtained using a modified hand sampler. The soil samples were retained in a series of brass rings each having an inside diameter of 2.41 inches and height of 1.0 inch. These rings were placed in close- fitting, moisture -tight containers for shipment to the laboratory for testing. Continuous logs of the subsurface conditions, as encountered in the borings, were recorded at the time of the drilling. A summary of these conditions is given in the log of borings in Appendix A. Bagahi Engineering Inc. Mr. Frank Tran Project: Retaining Wall Project No: 174N- 156 -001 May 21, 2007 Page 6 Test borings were located in the field by pacing from known landmarks. Boring locations as shown are therefore within the accuracy of such measurement. Subsequent to logging and sampling, the test holes were backfilled and tamped utilizing the soils excavated. LABORATORY TESTING Laboratory tests on both bulk and split spoon samples of the on -site soils were performed as part of this investigation to determine engineering properties of the subsurface materials. The details of the laboratory testing program and the test results are presented in Appendix B. FINDINGS SUBSURFACE CONDITIONS Based on the results of this investigation and laboratory testing, the subsurface materials at near the toe of the existing wall consist of light brown beach sand underlain by light gray clayey silt to the maximum explored depth of 8 feet. At the time of drilling groundwater was encountered at about 4 feet below the surface. Depth to groundwater is however tidal and shallower groundwater conditions ate likely. Backfill behind the wall consists of light brown fine sand with sonic shell fragments. FAULTING SEISMICITY AND LIQUEFACTION POTENTIAL The site is located in an area that is subject to moderate to strong earthquake ground shaking. The site is located in close proximity of Newport- Inglewood fault. For UBC seismic design use, the Newport- Inglewood fault fits the Type —B category for Seismic Source Type (UBC Table 16 -U) based upon the slip rate information provided on the California Division of Mines and Geology (CDMG) fault parameters table. The site is mapped as prone to liquefaction by State of California Seismic Hazard Zones Map. In the event of a major earthquake, damage to the wall is likely. Bagahi Engineering Inc. Mr. Frank Tran Project: Retaining Wall Project No: 174N-156-00 / May 21, 2007 Page 7 CONCLUSIONS AND RECOMMENDATIONS From a geotechnical engineering standpoint, it is our opinion that the proposed wall construction at the subject site would be feasible and would not impact adjacent properties provided the recommendations and conclusions presented herein are incorporated into the project design, plans and specifications, and implemented during construction. Recommendations for site preparation and grading, subgrade preparation, temporary excavations, and type of cement for construction, are presented in the following sections. SITE PREPARATION AND GRADING I. Clearing and Stripping All existing vegetation, debris, concrete, utilities or other deleterious substances within the proposed improvement areas and extending to 2 feet beyond these areas or to property line should be removed. Debris and rubble from the clearing operations should be removed from the site. Any existing disturbed loose soils should be removed and replaced with properly compacted fill material. Depressions resulting from the removal of unsuitable materials, which extend below finished site grades, should be backfilled with properly compacted fill. 2. Subgrade Preparation After removal of existing wall, the subgrade shall be scarified a minimum of six inches, moisture conditioned and proofrolled. Any surface or subsurface obstructions, buried structural elements, and unsuitable material encountered during grading, should be brought to the attention of the Geotechnicai Engineer for proper exposure, removal and processing as recommended. All exposed surfaces in the excavations should be observed and approved by this office prior to backfilling. Any localized dry or loose subgrade conditions Bagahi Engineering Inc. Mr. Frank Tran Project: Retaining Wall Project No: 174N- 156-00 /May 21, 2007 Page 8 observed at excavation levels should be excavated and backfilled with compacted granular fill. No excavation shall extend below the bottom of foundation of adjacent structures unless special precautions such as shoring are taken to protect the adjacent structures as discussed under "Temporary Excavations." WALL RECOMMENDATIONS 1. General The wall system being considered is not decided upon at this time. Recommendations presented herein covers segmental as well as gravity walls, the two wall types commonly used for retained heights under consideration. 2. Excavations Excavations for installation of the new wall should be laid back no steeper than 1:1 gradient or properly shored. The above criteria are intended as general guideline only. The Geotechnical Consultant makes no warranties either express or implied as to the stability of temporary construction slopes. Soil conditions may vary locally and therefore site - specific evaluation of temporary excavation slopes will be required. 3. Waft Erection For segmental walls, as blocks are installed and backfill material is placed behind the blocks, the blocks shall be maintained in position such that the overall vertical tolerance of the wall (top to bottom) shall not exceed 2 inches per 10 feet of the wall height. A wall batter of IHAVis considered. Reinforcement elements shall be placed normal to the face of the wall and connected structurally to the wall facing elements. Prior to placement of the reinforcing elements, backfill shall be compacted in accordance with these specifications. Bagahi Engineering Inc. Mr. Frank Tran Project: Retaining Wall Project No: 174N- 156 -00 / May 21, 2007 Page 9 4. Backfill Placement and Compaction For segmental walls, backfill placement shall closely follow erection of each course of blocks. Backfill shall be placed in such a manner as to avoid any damage or disturbance of the wall material or misalignment of the facing. Any wall materials which become damaged during backfill placement shall be removed and replaced at contractor's expense. Any misalignment or distortion of the wall facing due to placement of backfill outside the limits of this specification shall be corrected by the contractor at his expense. At each reinforcement level, the backfill shall be placed to the level of the connection. Backfill placement near the facing shall assure that no voids exist directly beneath the reinforcing elements. Backfill shall be compacted to a minimum of 90 percent of the maximum density as determined by ASTM D:1557 (5 layer method). The moisture of the backhU material prior to and during compaction shall be uniformly distributed throughout each layer. Backfill material should have a placement moisture content within 2 percentage points of the optimum moisture content. The maximum lift thickness before compaction shall not exceed 8 inches. The contractor shall decrease this lift thickness, if necessary, to obtain the specified density. Compaction within 3 feet of the back face of the wall shall be achieved by at least three passes of a mechanical tamper, roller or vibratory system. Fill placement adjacent to the backcut shall be benched to achieve a level surface for fill placement and compaction. At the end of each day's operation, the contractor shall slope the level of the backfill to direct runoff away from adjacent areas to enter the wall construction site. S. Connection to Adjacent Wall A comer detail is necessary where proposed wall meets existing wing wall. The comers must provide a positive connection such that the wall backfill material cannot spill out through the connection at any time during the design life of the waft. Furthermore, the comer must be constructed in such a manner that the wall can be constructed with the M geotextile embedment lengths shown on the plans in the vicinity of the comer. Bagahi Engineering Inc. Mr. Frank Tran Project: Retaining Wall Project No: 174N- 156-00 / May 21, 2007 Page 10 6. Wall Embedment Wall facing embedment for segmental walls and footing embedment for gravity walls shall be a minimum of 3 feet below the lowest adjacent grade. In addition, wall embedment shall be at least a foot below any firture toe erosion as a result of wave attacks from storm. Groundwater is not expected at the bottom of excavation provided work is done under low tide condition. 7. Back Drain The wall should be provided with a back drain placed behind the entire length of the wall. The drain shall be at least one foot thick and extend from a lower drain pipe to within four feet of the finished grade of backfill. Drain material shall be free draining crushed rock as required by the wall design and shall be separated from the backfill material by a separation geofabric such as Supac- 4N , Mirafi 140, or equivalent. The lower drain pipe shall be perforated PVC Schedule -40 pipe or equivalent, a minimum of 4- inches in diameter and connected to solid PVC Schedule40 outlet pipe. 8. Wall Backfrll Material For segmental concrete walls, the reinforced backfill material shall be free of debris and rock fragments and consist of non - expansive material such as silty sand. There shall be less than 5 percent by weight of particles greater than %: inch, between 30 to 70 percent by weight passing No. 20 sieve and less than 10 percent passing No. 200 sieve. Maximum partical size shall be limited to % inch. On -she sandy soils may be used for backfill behind gravity retaining walls, provided it is free of roots , vegetation and silty soils. Existing crib wall infill material is not considered suitable as backfill material. Wall backfill material shall be approved by the Geotechnical Consultant prior to importing. Bagahi Engineering Inc. Mr. Frank Tran Project: Retaining Wall Project No: 174N- 156 -00 / May 21, 2007 Page 11 9. Soil Parameters Following soil parameters may be used in the wall design: Material Reinforced Retained Foundation Angle of friction 30 33 30 Cohesion (psf) 50 50 150 Moist unit weight (pcf) 120 120 120 For seismic design a horizontal ground acceleration of at least 2/3 of the probabilistic ground motion of 0.4 g may be used with vertical acceleration of at least 2/3 of the horizontal acceleration. 10. Allowable Bearing Pressures An allowable bearing pressure of not exceeding 1200 psf may be used for gravity walls, provided the subgrade is overexcavated and compacted a minimum of 2 feet below the bottom of the footing. Overexcavation shall extend a minimum of 2 feet beyond the footing limits. Bottom of overexcavation shall be proofrolled and observed by our office prior to fill placement. Allowable bearing pressure is for footings a minimum of 12 inches wide and 18 inches deep. The bearing pressure may be increased by 200 psf for each additional foot of width or depth but not to exceed 3000 psf. For lateral resistance an allowable friction coefficient of 0.3 may be used. For properly designed and constructed footings, the post- construction differential settlement is not expected to exceed 0.5 inches over a span of 20 feet. Bagahi Engineering Inc. W. Frank Tran Project: Retaining Wall Project No: 174N- 156 -00 /May 21, 2007 Page 12 11. Design Life A mui mi um design life of 50 years shall be considered consistent with the City of Newport Beach requirements for performance of such structures. 12. Groundwater Shallow groundwater may be encountered in excavations for the wall hereby requiring temporary dewatering. Depth to groundwater is however tidal, seasonal and variations from our observation is likely. 13. Segmental Wall Units Segmental wall units shall be composed of concrete with a minimum compressive strength of 3000 psi in 28 days. Units shall be securely interconnected using one inch diameter Schedule 80 pipe or equivalent per manufacturer's recommendation. Units shall be positively engaged to the units below. 14. Leveling Pad For segmental walls, a leveling pad of crushed aggregate as required by the manufacturer shall be provided at the bottom of the wall. Leveling pad should be a minimum of 6- inches thick and extend at least 6- inches beyond the toe and heel of lowermost unit. TYPE OF CEMENT A sulfate test was performed on a sample of near - surface sandy soils. The test results are presented in Appendix B and indicate low sulfate content. It is recommended that aff concrete in contact with subgrade soils meet as a minimum the requirements of Table 19 -A-4 of 1997 UBC for concrete exposed to at least negligible sulfate exposure. Exposure to marine air may require special concrete. A concrete expert shall be consulted for appropriate concrete mix design. Bagahi Engineering Inc. Mr. Frank Tran Project: Retaining Wall Project No: 174N- 156 -00 / May 21, 2007 Page 13 PLAN REVIEW Wall plans should be made available to us for review to verify conformance of these plans with the intent of the recommendations contained herein prior to permit application. Our review deals with general conformance of plans with our geotechnical recommendations and does not include review of accuracy of dimension, measurements, calculations, design or other professions inputs. Our review is not intended to evaluate an entire system of which a component is reviewed. Any soils imported to the site for use as subgrade fill or backfill materials should be tested and approved by the Geotechnical Engineer prior to importing. Site preparation and grading work and fill testing including testing of wall and trench backfills be performed under the observation and testing by the Geotechnical Engineer or his representative. PRE - CONSTRUCTION MEETING An on -site pre - grading meeting should be arranged between the representative of the City, the Geotechnical Engineer, the Contractor and representatives of the governing agency prior to start of construction to review the site conditions and the geotechnical observation, testing and documentation requirements during construction. LIMITATIONS Our investigation was performed in accordance with generally accepted practice in the geotechnical field. No warranty, expressed or implied, is made as to the conclusions and professional advice included in this report. The samples taken and used for testing and the observations made are believed representative of the entire project; however, soil conditions can vary significantly between observation points. As in most projects, conditions revealed by excavation may be at variance with preliminary findings. If this occurs, the changed conditions must be evaluated by the Geotechnical Consultant and designs adjusted as required or alternate designs recommended. It should be understood that the geotechnical consulting provided and the contents of this report are not perfect. Any errors or omissions noted by any party reviewing this report and/or any other geotechnical aspects of the project, should be reported to this office in a timely fashion. Bagahi Engineering Inc. Mr. Frank Tran Project: Retaining Wall Project No: 174N- 156 -00 /May 21, 2007 Page 14 This report is intended for design of this specific project and for sole use and benefit of our client. It is not intended to necessarily be adequate for a contractor to provide a fixed price bid or for a client to expect that no changed conditions will exist. Subsequent use of this report can only be authorized by the client. Any transferring of information or other directed use by the client should be considered advice by the client. Conclusions and recommendations presented herein are partly based on the evaluations of technical information gathered, partly on experience and partly on professional judgment. The conclusions and recommendations presented should be considered "advice ". Other consultants could arrive at different conclusions and recommendations. Typically "minimum" recommendations have been presented. Although some risk will always remain, lower risk of future problems would usually result if more restrictive criteria were adopted. Final decisions on matters presented are the responsibility of the governing agencies and/or the client. Observation and testing by the geotechnical consultant during construction should not relieve the contractor of his primary responsibility to perform the work in accordance with the specifications. This report is issued with the understanding that it is the responsibility of the Owner, or of his representative, to ensure that the information and recommendations contained herein are brought to the attention of the Architect and Engineer for the project and incorporated into the plans, and the necessary steps are taken to see that the Contractor and Subcontractors carry out such recommendations in the field. Bagahi Engineering Inc. APPENDIX A SUBSURFACE EXPLORATORY DEFINITION OF TERMS Primary Divisions Symbols Secondary Divisions 0.4 GRAVELS CLEAN GRAVELS GW Well graded gravels, grad -sand mixtures, We or no firm. Medium dense More Than Half of Coarse (Less Than 5% Fines) GP Poorly graded gravels or gravel-send ntdww, 10o or no fines. COARSE-GRAINED Fraction is Larger Than GRAVEL VATH GM Silly gravels, gravel-sad -sip mndums, nonplastic fines. GC C1 2M gravels, gravel-sand-clay moGUres. Plastic fines. SOILS More Than No. 4 Sieve FINES Half of Material Is Larger Than No. 200 SANDS More CLEAN SANDS (Less SW WO-graded sails, gravelly sands, lime or no fines. Sieve Size Than Half of Than 5% Fines) Coarse SP Poorly graded sands or gravely Bads, rmle or no ones Fraction is Smaller Than SM Silty sails, sad -sift mhdures, nonplastie fines. SANDS WITH FINES SC Clatey sails, sand-day mudwes, plastic firma. No. 4 Sieve ML inorganic sills and very fine sands, rack flour, silty or clayey fire sails or clayey sips with silgtd plasticity. SILTS AND CLAYS LIQUID LIMIT IS CL inorganic clays of low to medium plasticity, gravely days, sandy FINE- GRAINED LESS THAN 50% days loan clays OL Organic silts and organic silty clays of low plasticity. SOILS More Than Half of Material Is MH Inorganic silts, micaceous a d acrrraceous rune lady or silly Smaller Than No. 2D0 Sieve Size SILTS AND CLAYS LIQUID LIMIT IS eels, elastic sets. GRATER THAN 50% CH Inorganic clays of high plesficity, fa clays. OH Organic clays of medium to high plasticity, organic silts. HIGHLY ORGANIC SOILS Pt Peat and other highly organic sdts. GRAIN SIZES SILTS AND CLAYS G COBBLES BOULDERS FINE MEDIUM COARSE FINE I COARSE 1 200 40 10 4 3/4" T. 12" U.S. STANDARD SERIES SIEVE CLEAR SQUARE SIEVE OPENINGS RELATIVE DENSITY Cohesionless Sands and Silts BlowsHr BlowsKt1* Very loose 0.4 0-30 Loose 4-10 30-80 Medium dense 10-30 80 -200 Dense 30-50 200 -400 Very dense Over 50 Over 400 CONSISTENCY Cohesive Soils Blowsm Blows/ft`" Very soft 0-4 0-4 Soft 2-4 4-11 Firm 4-8 11 -50 Stiff 8-16 50 -110 Very stiff 16-32 11D -220 Hard Over 32 1 Over 220 " Blows/foot for a 140 -pound hammer falling 30 inches to drive a 2 -inch O.D., 1 -318 -inch I.D. Split Spoon sampler (Standard Penetration Test) Slowslfoot for a 36 -pound hammer falling 24 inches to drive a 3.25 O.D., 2.41 I.D. sampler (Hand Sampling). Blow count convergence to standard penetration test was done in accordance with Fig. 1.24 of Foundation Engineering Handbook by H.Y. Fang, Van Nostrand Reinhold, 1991. Kev to Samole Tvnes: R =Rma Samole S --Split Spoon B--Bulk C.'Wotler PlateiTable of Defwiicn of Terms.xls TYPE A CRIB WALL (E) 78' TYPE_ WALL a.. m 2 3 4 4 z° \ W w EXISTING CRIB WALL . \ ri3¢sr lRow " 6m 9 ■ a a a a ■ ■ ■ a a ■ ■ ■ ■ a sr 9iaa 1112MMONaalfg aalaaaaa oftemaRaaaa■aa aaa aa■41a■ MOM ■■a9aaa■aaNIF \ B -2 EXISTING WING\ SIDEWALK 1 �4. BENCH EX. LICHI-- EX. BENCH , _ \ EX. 120 PALM TI2EE " — — — — — — — — — — — — — — — — — — — — — — IQ VIA LIDO 4 +00 0 Approximate Location of Auger Exploratory Boring NOT OT SCALE PLOT PLAN PROJECT NO. 174n- 156 -00 DATE: PROJECT: Via Lido FIGURE: A -2 C: iMyDocumentsiBahrP latesRoSanForm.xls BAGAHI ENGINEERING INC. DATE OBSERVED: 4/23/07 LOG OF BORING NO. B -1 LOCATION: See Plot Plan LOGGED BY: SG METHOD OF DRILLING: 4" solid Auger GROUND EL.: Bottom of wall DRILLING CONTRACTOR HAMMER 36 lbs FALLING: 30 inches Field Field This log is part of the report prepared by Bagahi Engiamting Ino. Depth Soil Sample Blows/ and should be read together with the report for ootttplaro (ft.) Type Type Foot Moist Density interpretation. The summary applies only at the location of this ( %) (pCf) boring and at the tone ofdriQiog. The data contained in this log is a simplification of actual conditions encountered. 1- B 4.9% 0 -2' Light brown fine beach SAND, moist, loose, some sea shells. 2- R 23 35.7% 76.8 3- @ 2' Light gray clayey SILT, trace to some peat. 4- B 30.3% @ 4' Groundwater. 5- 6- R 25 @ 6' No recovery. 7- 8- @ 8' End of drilling. 9- Cave -in @ 8' Ground water @ 4' @ 11:21am 10- 11- 12- 13- 14- 15- 16- 17- 18- 19- 20- (Groundwater rises from 2' feet below drilled hole elevation to 7 or 8 feet.) 21- 22- JOB NO.: 174N- 156-00 Via Lido FIGURE: A -3 SHEET 1 OF 1 BAGAIII ENGINEERING INC. DATE OBSERVED: 4/23/07 LOG OF BORING NO. B -2 LOCATION: See Plot Plan LOGGED BY: SG METHOD OF DRILLING: 4" solid Auger GROUND EL.: Bottom of wall DRILLING CONTRACTOR HAMMER 36 ibs FALLING: 30 inches This log is pan of the report prepared by Baaalu Engineering lac. Depth ept Soil Sample Blows/ Field Field and should be read t with the report for complete Type Type Foot Moist Density interpretation. The surrey applies only at the location of this log is %) (pcfl boring and at the time of drilling. The data contained to this a simolification of actual conditions encountered I- B 6.0% 0 -6' Light brown fine SAND, loose, moist, roots. 2- 3- R 23 5.9% 100.0 4- 5- 6- R 20 Q 6' Some sea shells, slightly more moist, No recovery. 7- 8- 9- 90- R 31 2.70A 97.7 11- 12- Q 12' End of drilling. 13- No seepage. No cave -in 14- No groundwater 15- 16- 17- 18- 19- 20- 21- 22- JOB NO.: 174N- 156 -00 Via Lido FIGURE: A-4 SKEET 1 OF 1 BAGAHI ENGINEERING INC. LABORATORY TESTING Mr. Frank Tran Project: Proposed Segmental Retaining Wall Project No: 174n -156 -00 /April 27, 2007 LABORATORY TESTING MOISTURE- DENSITY Page I Moisture Density determinations were made on ring samples obtained from drilling. Moisture content tests were performed on bulk samples. Test results are presented in the boring logs. SULFATE A sulfate test was performed on a representative sample of the on -site soils. The laboratory standard used was California 417 A. The test results show a low sulfate content of less than 0.1 percent. DIRECT SHEAR Two direct shear tests were performed on samples of the near - surface soils. The apparatus used is in conformance with the requirements outlined in ASTM: D3080. Each test specimen, 2.4 inches in diameter and 1 -inch in height, was subjected to simple shear along a plane at mid - height after allowing time for pore pressure dissipation prior to application of shearing force. Each sample was saturated prior to shear under various normal loads The sample was sheared at a constant rate of strain of 0.05 inches per minute. Shearing of the specimen was continued until the shear stress became essentially constant, decreased or until a deformation of approximately 10 percent of original diameter bad been reached The post -peak shear stress values were plotted versus applied normal stress, and a best -fit straight line through the plotted points was drawn to determine the cohesion and the angle of the internal friction parameters. The direct shear test result is graphically presented in Direct Shear Test Plot. Bagahi Engineering Inc. ED ... w 2900 N R2= t N n I I-0 =1 DIRECT SHEAR TEST 0 500 1000 1500 2000 25M 3000 3600 40M 4500 NomW Stress, psf Project: Via Lido Cohesion, c= 50 psf Project No.: 174n -156 -00 Friction Angle = 330 Boring No.: B -2 Depth Elevation: 3 ft. Light orange brown find Bagahi EsgineerfngIna Eckel :.. N m 2000 r N M ..d rr Ell DIRECT SHEAR TEST 0 SOD 1000 1500 2000 2500 3000 39)U 4000 Normal stress, psf Project: Via Lido Cohesion, c = 150 psf Project No.: 174n -156 -00 Friction Angle = 30° Boring No.: B -2 Depth Elevation: 2 ft. Light orange brown find Bagahi Engineering Inc. • CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 11 September 11, 2007 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Frank Tran 949 -644 -3340 or ftran @city.newport- beach.ca.us SUBJECT: RIVO ALTO COPING REPLACEMENT; FINLEY AVENUE AT 367H STREET BULKHEAD REPAIR; 26TH STREET TIDE GATE STRUCTURE AND BULKHEAD IMPROVEMENTS; AND VIA LIDO WALL REPLACEMENT - AWARD OF CONTRACT NO. 3657 RECOMMENDATIONS: 1. Approve the construction drawings and specifications. 2. Award Contract No. 3657 to John S. Meek Co., Inc. for the Total Bid Price of • $836,000.00, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $83,600 (10 %) to cover the cost of unforeseen work. 4. Approve transfer of $139,000 from Account No. 7231- C5100836, Ocean Pier Repairs, to Account No. 7231- C5100887 for 26th Street Tide Structure and Bulkhead Improvements, and transfer of $281,000 from Account No. 7231 - 05100836, Ocean Pier Repairs, to Account No. 7231- C5100738 for Via Lido Crib Wall Replacement, geotechnical testing and project contingency. DISCUSSION: At 10:00 a.m. on August 24, 2007 the City Clerk opened and read the following bid for this project: BIDDER TOTAL BID AMOUNT Low John S. Meek Co., Inc. $836,000.00" * Corrected Bid Amount The low bid amount is 39% above the Engineer's Estimate of $600,000. This project consists of specialty work for bulkhead repair and replacement. John S. Meek Co. (Meek) is highly qualified to perform this type of work, possesses a California State Contractors • License Classification "A' as required by the project specifications, and has satisfactorily completed similar projects for the City including the recently completed Newport and Balboa Piers repair projects. Rivo Alto Coping Replacement Finely Avenue at 3e Street Bulkhead Repair; 26" Street Tide Gate Structure and Bulkhead Improvements; and Via Lido Wall Replacement— Award of Contract No. 3657 September 11, 2007 Page: 2 There are four projects to be completed under this Contract: 1. Rivo Alto Coping Replacement: This project includes removing and reconstructing a concrete coping and fence atop the bulkhead located at the east end of the Rivo Alto channel. 2, Finley Avenue at 36th Street Bulkhead Repair: This project consists of repairing or reconstructing bulkheads at the Finley Avenue street end at 36th Street. 3, 26th Street Tide Gate Structure and Bulkhead Improvements: This project includes removing and reconstructing a concrete bulkhead, coping, tie rods, anchor blocks; and constructing an electrically operated tide gate drainage structure. 4. Via Lido Wall Replacement: This design -build project consists of removing the existing crib wall adjacent to Via Lido at the approach to the Lido Isle bridge, designing and constructing a segmental retaining wall (SRW) or a mechanically stabilized earth (MSE) wall at the Contractors choice. Pursuant to the Contract Specifications, the Contractor will have 175 consecutive working days to complete the work. Environmental Review: This project is exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15301 of the CEQA Implementing Guidelines. This exemption covers the • maintenance and alteration of existing public facilities with negligible expansion of the facilities in areas that are not environmentally sensitive. Public Notice: The Notice Inviting Bids was advertised in the City's official publication and in construction industry publications. Prior to starting work two City prepared notices are distributed by the contractor to both residents and businesses. The first notice will be distributed ten days before work in the area and the second notice 48 hours prior to starting work in the area. Geotechnical and Material Testing: In addition to the contract costs, $11,500 is budgeted for geotechnical consulting and material testing services. These services will be performed by Harrington Geotechnical Engineering under an Ori -Call Professional Services Agreement. An estimated $1,100 is budgeted for printing and other incidentals. Funding Availability: The FY07 /08 CIP budget includes $512,200 for these four projects. $420,000 in additional funds is required to award this project. It is recommended that this amount be transferred from the Ocean Pier Repairs project which has a budget of $500,000. Since FY 05106 repairs were recently completed at the piers, the FY 07/08 Ocean Pier Repair project is not • urgent and is presently scheduled to be awarded in June 2008 with construction starting in September 2008. r� • LJ 0 0 Rivo Alto Coping Replacement; Finely Avenue at 3& Street Bulkhead Repair; 26� Street Tide Gate Structure and Bulkhead Improvements; and Via Lido Wall Replacement —Award of Contract No. 3657 September 11, 2007 Page: 3 It is further recommended that $139,000 be transferred to Account No. 7231- C5100887 for 26th Street Tide Structure and Bulkhead Improvements and $281,000 be transferred to Account No. 7231- C5100738 for Via Lido Crib Wall Replacement, geotechnical consulting and testing, and project contingency. There may be some opportunities to reduce project costs. Staff will work with Meek to explore lower cost options for excavation and dewatering. As the Via Lido Wall Replacement is a design/build task, staff will meet with Meek once the design is completed to check that construction costs are reasonable. A lower cost will be negotiated if warranted. Any cost savings at the end of this project will be returned to the Ocean Pier Repairs project budget. Supplemental funds for the Ocean Pier Repair project will be considered during the preparation of the FY 08109 CIP budget. Upon approval of the Budget Amendment, there will be sufficient funds available in the following accounts for the project: Account Description Rivo Alto Coping Replacement Finley Avenue at 36th St. Bulkhead 26th St. Tide Structure and Bulkhead Via Lido Wall Replacement Via Lido Wall Replacement Proposed uses are as follows: Account Number 7231- C5100837 7231- C2502000 7231- C5100887 7231- C5100738 7013- C5100738 Total: Amount $ 108,000.00 75,000.00 389,000.00 281,000.00 79,200.00 $ 932,200.00 Vendor Purpose John S. Meek Co., Inc. Construction Contract $ John S. Meek Co., Inc. Construction Contingency Harrington Geotechnical Engr. Materials Testing Various Printing and Incidentals 'repared . Frank Tran Associate Civil Engineer Attachments: Project Location Map Bid Summary Budget Amendment Total: S Amount 836,000.00 83,600.00 11,500.00 1,100.00 932,200.00 Submitted by: hen . Badum Public Works Director TITLE: Via Lido Wail Replacement and Other Bulkhead Improvements Project CONTRACT NO.: C3657 ENGINEER'S ESTIMATE: $600,000.00 PROJECT MANAGER: Frank Tran CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 0 BID LOCATION: City Clerk's Office - City Hall DATE: 24- Aug-07 TIME: 10:00 AM BY: Frank Tran CHECKED: DATE: 08124!2007 -Bid read as $837,000.00 • FAUserslPSW\Shared\ContractsTY 07.081Via Lido Wall Replacement & Other Bulkhead Improvements Project C- 36571611) SUM C- 3657jds Page 1 JOHN S. MEEK CO. INC. ITEM DESCRIPTION QUANTITY UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT 1 Mobilization 1 LS $60,000.00 $60,000.00 $75 000.00 $75,000.00 2 Rivo Alto Coping Replacement $65,000.00 $65,000.00 $64,000.00 $64,000.00 3 Finley Avenue at 36th Street Bulkhead 'Repair $60,000.00 $60,000.00 $58,000.00 $58,000.00 4 26th Street Tide Gate Structure and Bulkhead Improvements alL $293,000.00 $293,000.0 $369,000.00 $369,000.00 5 Via Lido Wall Replacement $120000.00 $120000.00 $265,000.00 $265,000.00 6 Provide As -Built Plans $2,000.00 $2,000.00 $5,000.00 $5,000.00 EE 1600,000.00 1 LOW 1 $835,000.00 1 2ND 3RD -Bid read as $837,000.00 • FAUserslPSW\Shared\ContractsTY 07.081Via Lido Wall Replacement & Other Bulkhead Improvements Project C- 36571611) SUM C- 3657jds Page 1 Cii0of Newport Beach • NO. BA- 08BA -010• BUDGET AMENDMENT 2007 -08 AMOUNT: $4zo,aao.00 EFFECT ON BUDGETARY FUND BALANCE: • Increase Revenue Estimates Increase in Budgetary Fund Balance X Increase Expenditure Appropriations AND Decrease in Budgetary Fund Balance Transfer Budget Appropriations X No effect on Budgetary Fund Balance SOURCE: from existing budget appropriations from additional estimated revenues from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: To transfer expenditure appropriations from the Ocean Pier Repair account for several projects including the Via Lido Wall Replacement, various bulkhead repairs and improvements, etc. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account REVENUE ESTIMATES (3601) Fund/Division Account EXPENDITURE APPROPRIATIONS (3603) Description Description Description Division Number 7231 Tidelands - Capital Account Number C5100836 Ocean Pier Repairs Division Number 7231 Tidelands - Capital Account Number C5100887 26th SL Tidal Structure/Bulkhead Division Number 7231 Tidelands - Capital Account Number C5100738 Via Lido Crib Wall Replacement Division Number Account Number Division Number Account Number Signed: Signed: Signed: I Approval: AdministratirServices Director City Manager City Council Approval: City Clerk Amount Debit Credit $420,000.00 $139,000.00 $281,000.00 Date Ve Date E r� LJ