Loading...
HomeMy WebLinkAboutC-5551 - Strom Drain Interceptors - Tier 1CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani I. Brown, MMC February 25, 2016 GRFCO, Inc. Attn: George Frost P.O. Box 7689 Moreno Valley, CA 92552 Subject: Storm Drain Improvements — C-5551 Dear Mr. Frost: On February 24, 2015, 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 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on March 4, 2015. Reference No. 2015000113135. The Surety for the contract is Guarantee Company of North America USA and the bond number is 12110495. Enclosed is the Faithful Performance Bond. Sincerely, auu , kA -WV" Leilani I. Brown, MMC City Clerk Enclosure 100 Civic Center Drive • Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 • Fax: (949) 644-3039 • www.newportbeachca.gov EXHIBIT C Executed in Two Counterparts CITY OF NEWPORT BEACH BOND NO. 12110495 FAITHFUL PERFORMANCE BOND Final Premium is based on ThIg clktar���s on this Bond is $ 9,397.00 the Final Contract Amount, being at the rate of $ 5,3u/tho and next ST7700nnn thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to GRFCO, Inc. hereinafter designated as the 'Principal," a contract for Storm Drain Improvements, C-5551, in the City of Newport Beach, In strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and The Guarantee Company of North America USA , 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 One Million Two Hundred Seventy Seven Thousand Three Hundred Fifty Dollars and 00/100 ($1,277,350.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise .this obligation shall become null and void. 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 City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. GRFCO, Inc. Page C-1 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 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 City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this Instrumdnt has Principal and Surety above named, on the13th day of _ GRFCC, Inc. Name of Contractor (Principal) The Guarantee Company of North America USA Name of Surety 1800 Sutter Street, Suite 880, Concord, CA 94520 Address of Surety (925) 566-6040 Telephone n duly executed by the June 20 14 Mark E. Shreckengast, Print Name and Title NOTARYACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED GRFCO, Inc. Page C-2 ACKNOWLEDGMENT State of California County of ) ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ACKNOWLEDGMENT State of California County of )ss' (seal) On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the Instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature GRFCO, Inc. (seal) ri$4>x -. mi a'.8<,. \ i!»�,ib"� oi!' +a�:civ.Cvlav�ai.r�g.�V,':.;.��.�S.y,.iL-�L�x;c, ...wL>«.ci,:�.X�.. �.a�.voC aV{•q .!a9r'. •{ � v x State of California County of Riverside On —JOv-e ?�l`7 before me, Leon Lopez, Notary Public Data Here Insert Nem. and Title of ew Offlcar personally appeared s -r Nam(s) of Slgner(e) who proved to me on the basis of satisfactory evidence to be the person(&) whose nameW is/are subscribed to the within instrument and acknowledged to me that he/shekhhey executed the same in hislda@nW;& authorized capacity(i®a), and that by his/kleokgeif signature(&} on the instrument the person(*, or the entity upon behalf of which the person(ayacted, executed the instrument. I certify under PENALTY OF PERJURY under the laws LEON NORIEGA LOPEZ of the State of California that the foregoing paragraph is COMM. #1907501 g true and correct. ' NOTARY PUBLIC -CALIFORNIA RIVERSIDE COUNTY My comm. expires Oct. e, 2014 WITNESS myhe o ' ial seal. Signature —;r Notary Seal Above S eture of Notary Pubic — OPTIONAL — Though the information below is not required by law, it may prove valuable to poisons 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: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: GE o P C- E FR.o,ST Signers Net 1-3 Individual C Individual 0 Corporate Officer — Title(s): President a Secretary ❑ Corporate Officer — Title(s) 0 Partner — CI Limited ❑ General 0 Partner — O Limited ❑ General Attorney in Fact _ NEW O Attorney in Fact J Trustee thumb here L; Trustee Guardian or Conservator a Guardian or Conservator u Other: _ O Other: Signer Is Representing: _ Signer Is Representing: C— Ft P C0 xNc SIG F SIGNER iRIGH NER R 02007 NaWal Notary A%ocabon• 8850 De Som Aw.. P.O.e 2402•Chalawarlh, CA Ml 31 2402• wwvl.NWalN.leryorg Wm 45W7 neoMer.Cen VWrae 1-80&87&8827 ACKNOWLEDGMENT State of California County of Los Angeles On June 13, 2014 before me, Julie M. Shreckengast, Notary Public (insert name and title of the officer) personally appeared Mark E. Shreckengast who proved to me on the basis of satisfactory evidence to be the person(g) whose namem islam subscribed to the within instrument and acknowledged to me that he/✓Mt6ltsWexecuted the same in hisAMM OK authorized capacity ax), and that by his/kCefYtbtO signatureO4 on the instrument the personM, or the entity upon behalf of which the personM acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of Califomia that the foregoing paragraph is true and correct. WITNESS my hand and official seal. @JULIE M. SHRECKENCOMM. #2019504 NOTARY PUBLIC • CALIFORNIA 65 LOS ANGELES COUNTY Com LISA GEES APRIL 28, 1017 Signature (Seal) THE GUARANTEE COMPANY OF NORTH AMERICA USA Southfield, Michigan POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and existing under the laws of the State of Michigan, having its principal office in Southfield, Michigan, does hereby constitute and appoint Mark E. Shreckengast Summit Surety Insurance Services its true and lawful attomey(s)-in-fact to execute, seal and deliver for and on its behalf as surely, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise. The execution of such instrument(s) In pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. The Power of Attorney is executed and may be certified so, and may be revoked, pursuant to and by authority of Article IX, Section 9.03 of the By -Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31" day of December, 2003, The President, or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority: 1. To appoint Attorney(s)-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof; and 2. To revoke, at any time, any such Attorney-in-fact and revoke the authority given, except as provided below 3. In connection with obligations In favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attomey-in-Fact includes any and all consents for the release of retained percentages andlor final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relleve this surety company of any of its obligations under its bond. 4. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner — Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. - Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 6th day of December 2011, of which the following Is a true excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed. i,o•'r<\ IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and !p '+•\ its corporate seal to be affixed by its authorized officer, this 23rd day of February, 2012. G s;1 THE GUARANTEE COMPANY OF NORTH AMERICA USA STATE OF MICHIGAN Stephen C. Ruschak, Vice President Randall Musselman, Secretary County of Oakland On this 23rd day of February, 2012 before me came the individuals who executed the preceding instrument, to me personally known, and being by me duly swom, said that each is the herein described and authorized officer of The Guarantee Company of North America USA: that the seal affixed to said Instrument Is the Corporate Seal of said Company; that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of Cynthia A. Takai A.. Notary Public. State of Michigan County of Oakland My Commission Expires February 27, 2018 Acting in Oakland County IN WITNESS WHEREOF, I have hereunto set my hand at The Guarantee Company of North America USA offices the day and year above written. I, Randall Musselman, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, which is still in full force and effect. �.xrfe� IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this 13th day of June , 2014 t}('5t G Randall Musselman, Secretary CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani Brown, CMC May 12, 2015 GRFCO, Inc. Attn: George Frost P.O. Box 7689 Moreno Valley, CA 92552 Subject: Storm Drain Improvements C-5551 Dear Mr. Frost: On February 24, 2015 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 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on March 4, 2015, Reference No. 2015000113135. The Surety for the bond is The Guarantee Company of North America USA and the bond number is 12110495. Enclosed is the Labor & Materials Payment Bond. Sincerely, Dwkj bqm'�- Leilani I. Brown, MMC City Clerk Enclosure 100 Civic Center Drive • Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 • Fax: (949) 644-3039 9 www.newportbeachca.gov EXHIBIT B Executed in Two Counterparts CITY OF NEWPORT BEACH BOND NO. 12110495 Premium: Inclu e m e ormance Bond LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to GRFCO, Inc. hereinafter designated as the "Principal," a contract for Storm Drain Improvements, C-5551, in the City of Newport Beach, In strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is Incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract 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, The Guarantee Company of North America USA duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety') are held and firmly bound unto the City of Newport Beach, in the sum of One Million Two Hundred Seventy Seven Thousand Three Hundred Fifty Dollars and 00/100 ($1,277,350.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, Jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 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 9500 et seq. of the Civil Code of the State of California. GRFCO, Inc. Page B-1 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 the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the lath daune -,20 14 . GRFCO, Inc. Name of Contractor (Principal) The Guarantee Company of North America USA By: Name of Surety Au 1800 Sutter Street, Suite 880, Concord, CA 94520 Mark E. Shreckengast, At Address of Surety Print Name and Title (925)566-6040 Telephone NOTARYACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST REATTACHED GRFCO, Inc. Page B-2 ACKNOWLEDGMENT State of California County of ) ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT State of California County of ) ss. On 20 before me, Notary Public, personally appeared , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) istare subscribed to the within Instrument and acknowledged to me that he/shafthey executed the same in his/herltheir authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the personW, or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal, Signature GRFCO, Inc. (seal) T%�i�.ai;1%%><Cai.>C=e;a:�:�...> » State of California County of Riverside On-T"t'r / Itl before me, Leon Lopez, Notary Public Date Here lr a ame and a of ft Officer personally appeared izo ST Name(s) of igner($) who proved to me on the basis of satisfactory evidence to be the persons) whose name( is/ate subscribed to the within instrument and acknowledged to me that ha/sheM" executed the same in hisAae#th& authorized capacity(les), and that by his/ke0heb signatuie(4 on the Instrument the person(*, or the entity upon behalf of which the persons} acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws „:::> LEON NORIEGA LOPEZ of the State of California that the foregoing paragraph is COMM. #1907501 true and correct. " NOTARY PUBLIC - CALIFORNIA N RIVERSIDE COUNTY My Comm. Expires Oct. 9, zofa WITNESS my hand seal. Signature Place Notary Seel Above Sigmtur r Ndery PubIL OPTIONAL Though the information below is not required by law, 0 may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment or this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Number of Pages: Signer's Name: CrW 0 RGE FR.05T Signers Name: ❑ Individual ❑ Individual M G .7 Corporate Officer — Title(s): President d Secretary Partner - Cl Limited O General Attorney in Fact Trustee Guardian or Conservator Other: Signer Is Representing: C—RPCO =NG, — OF SIGNER ❑ Corporate Officer — Title(s): _ G Partner — ❑ Limited ❑ General ❑ Attorney in Fact C Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: I ACKNOWLEDGMENT State of California County of Los Angeles On June 13, 2014 before me, Julie M. Shreckengast, Notary Public (insert name and title of the officer) personally appeared Mark E. Shreckengast who proved to me on the basis of satisfactory evidence to be the person(s) whose name(O is/mm subscribed to the within instrument and acknowledged to me that heh#Wkwexecuted the same in hisltY6lWtk19iK authorized capacity0es), and that by his/l% d*mk signatureW on the instrument the person(, or the entity upon behalf of which the personM acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature t J ` ✓ (Seal) s JULIE M. SHRECKENGAST COMM. #2019504 NOTARY PUBLIC • CALIFORNIA LOS ANGELES COUNTY C=Missim E%PiMs APRIL 26, 3017 THE GUARANTEE COMPANY OF NORTH AMERICA USA Southfield, Michigan POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and existing under the laws of the State of Michigan, having its principal office in Southfield, Michigan, does hereby constitute and appoint Mark E. Shreckengast Summit Surely Insurance Services its true and lawful attomey(s}in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, The execution of such instruments) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply, to all Intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. The Power of Attorney is executed and may be certified so, and may be revoked, pursuant to and by authority of Article IX, Section 9.03 of the By -Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31"day of December, 2003. The President, or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority: 1. To appoint Attorney(s)-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof; and 2. To revoke, at any time,any such Attorney-in-fact and revoke the authority given, except as provided below 3. In connection with obligations In favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attomey-in-Fact includes any and all consents for the release of retained percentages andlor final estimates on engineering and construction contracts required by the State of Florida Department of Transportation, It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor andlor its assignee, shall not relieve this surely company of any of its obligations under its bond. 4. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such Intent has been given to the Commissioner — Departmenl of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 6th day of December 2011, of which the following is a true excerpt; RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this 23rd day of February, 2012. ts, v 37� THE GUARANTEE COMPANY OF NORTH AMERICA USA ` STATE OF MICHIGAN Stephen C. Ruschak, Vice President Randall Musselman, Secretary County of Oakland On this 23rd day of February, 2012 before me came the individuals who executed the preceding instrument, to me personally known, and being by me duly swom, said that each is the herein described and authorized officer of The Guarantee Company of North America USA; that the seal affixed to said instrument is. the Corporate Seal of said Company; that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of Cynthia A. Takai Notary Public, State of Michigan County of Oakland My Commission Expires February 27, 2018 Acting in Oakland County IN WITNESS WHEREOF, I have hereunto set my hand at The Guarantee Company of North America USA offices the day and year above written. e, Alb -..L' a. Tom, I, Randall Musselman, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certify, that the above and foregoing is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, which is still in full force and effect. IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this 13th day of June , 2014 B� ``q ----- Randall Musselman, Secretary RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Recorded in Official Records, Orange County Hugh Nguyen, Clerk -Recorder IIII III I���IIIIIIIIII1111171111IIIII1111171111�������I�� I��$���*III N0 FEE * $ R 0 0 0 201500011313510:52 am 03104115 47 405 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and GRFCO, Inc. of Moreno Valley, CA, as Contractor, entered into a Contract on June 11, 2014. Said Contract set forth certain improvements, as follows: Storm Drain Improvements - C-5551 Work on said Contract was completed, and was found to be acceptable on February 24, 2015 by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is The Guarantee Company of North America USA. n BY Public Worcs rector City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on ��1�� �� at Newport Beach Californ"la'. rD 00 BY City Clerk p� IFOR1, s M 0 CITY OF NEWPORT BEACH CITY CLERK'S OFFICE Leilani Brown, MMC February 26, 2015 Orange County Recorder P.O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion for the following projects: • Storm Drain Improvements Contract No. 5551 Please record the enclosed document and return to the City Clerk's Office. Thank you. Sincerely, Leilani I. Brown, MMC City Clerk Enclosure 100 Civic Center Drive • Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 9 Fax: (949) 644-3039 • www.newportbeachca.gov RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and GRFCO, Inc. of Moreno Valley, CA, as Contractor, entered into a Contract on June 11, 2014. Said Contract set forth certain improvements, as follows: Storm Drain Improvements - C-5551 Work on said Contract was completed, and was found to be acceptable on February 24, 2015 by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is The Guarantee Company of North America USA. n M City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on���J at Newport Beach, California. BY 44 1 ;, �,E`wP°Rr City Clerk B T �GI FOAN,P CTY OF F NEWPORT BEACH City Council Staff Report February 24, 2015 Agenda Item No. 7 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: David A. Webb, Public Works Director- (949) 644-3330, dawebb@newportbeachca.gov PREPARED BY: Peter Tauscher, Civil Engineer PHONE: (949) 644-3316 TITLE: Storm Drain Trash and Debris Interceptor Project - Notice of Completion and Acceptance of Contract No. 5551 (CAP14-0039) ABSTRACT: On June 10, 2014, City Council awarded Contract No. 5551, Storm Drain Trash and Debris Interceptor Project to GRFCO, Inc. (GRFCO), for a total contract cost of $1,277,350.00 with a $128,650.00 (10 percent) allowance for contingencies. The required work is now complete and staff requests City Council acceptance and close out of the contract. RECOMMENDATION: a) Accept the completed work and authorize the City Clerk to file a Notice of Completion for the project; b) Authorize the City Clerk to release the Labor and Materials Bond 65 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code; and c) Release the Faithful Performance Bond one year after acceptance by the City Council. FUNDING REQUIREMENTS: Funds for the construction contract were expended from the following accounts Account Description Account Number Amount Matching General Fund 7012-C2502010 $ 82,500.00 Measure M2 Tier I: Hyatt, CPP 7284-C2502010 $ 247,500.00 Matching General Fund 7012-C2502015 $ 154,357.00 Measure M2 Tier II: Begonia 7284-C2502015 $ 352,353.00 Matching General Fund 7012-C2502016 $ 38,000.00 Measure M2 Tier I: Domingo 7284-C2502016 $ 106,000.00 General Fund 7012-C2502014 $ 308,850.00 Total:$ 1,289,560.00 7-1 DISCUSSION: On April 23, 2013, Council adopted resolution No. 2013-36 authorizing and supporting the submission of grant applications for funding Orange County Transportation Authority (OCTA) Measure M2 Environmental Cleanup Tier I and Tier II grant programs (Attachment B). OCTA established an environmental cleanup grant funding program to address water quality degradation associated with transportation generated pollution as a component of Measure M2. The OCTA provides Measure M2 grant funding opportunities to support cleaning urban and storm water runoff associated with transportation corridors. Furthermore, Measure M2 Tier I and Tier II grant funding requires a minimum City match of 25 and 30 percent, respectively. Staff initially reviewed locations within the City where storm water trash and debris interceptors would improve runoff water quality before entering the bay or ocean. From this effort, staff identified five locations that would be good candidates and then applied for and received three OCTA grants to fund the design and construction of these storm water trash and debris interceptors. The five interceptors are located at Channel Place Park, Domingo Drive, Hyatt Regency Parking Lot, Begonia Park, and Hampden Road (Attachment A). On June 10, 2014, City Council awarded a $1,277,350.00 contract to GRFCO to construct these five structures. The work required involved excavating, removing existing improvements, installing the hydrodynamic separation units, backfilling and compacting, replacing landscaping, and restoring pavement. The required work is now complete and staff requests City Council acceptance and close out of the contract. Overall Contract Cost/Time Summary Original bid amount: Actual cost of bid items constructed: Total change orders: Final contract cost: A summary of the project schedule is as follows: Estimated Completion Date per 2015 Baseline Schedule Project Awarded for Construction Contract Completion Date with Approved Extensions Actual Substantial Construction Completion Date ENVIRONMENTAL REVIEW: $ 1,277,350.00 $ 1,289,560.00 $ 0.00 $ 1,289,560.00 February 23, 2015 June 10, 2014 February 25, 2015 February 5, 2015 This project is exempt from the California Environmental Quality Act ("CEQA") pursuant to Section 15302 (c) (Construction resulting in no expansion of facility capacity) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect on the environment. 7-2 Actual Awarded Contract Final Cost at Contingency% Due to % Due to Amount Completion Allowance Contract Directed Unforeseen Change Change Change $1,277,350.00 $1,289,560.00 10% or less 1% 1% 0% Actual Time Allowed Contract Time (days) 109 -13 Under (-) or Over (+) Original bid amount: Actual cost of bid items constructed: Total change orders: Final contract cost: A summary of the project schedule is as follows: Estimated Completion Date per 2015 Baseline Schedule Project Awarded for Construction Contract Completion Date with Approved Extensions Actual Substantial Construction Completion Date ENVIRONMENTAL REVIEW: $ 1,277,350.00 $ 1,289,560.00 $ 0.00 $ 1,289,560.00 February 23, 2015 June 10, 2014 February 25, 2015 February 5, 2015 This project is exempt from the California Environmental Quality Act ("CEQA") pursuant to Section 15302 (c) (Construction resulting in no expansion of facility capacity) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect on the environment. 7-2 NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). ATTACHMENTS: Description Attachment A - Location Mao Attachment B - Resolution No. 2013-36 7-3 ATTACHMENT A MAR VISTA DRIVE 0 ,NUf O c_Z C 0 \ Q CORONAIH DEL MAR a PEAS NEWPORT II tN N_J LL HYATT =J� REGENCY BEGONIA OQ- CO �� PARK10, Ci O Q 2 �lT 07 it ------ i HYATT REGENCY YS�DE DRNE PARKING BA LOT � F,gST c OAST r�� tidy so �o NTS UP HAWDEN ROAD yy�� `SCF, LEGEND CONSTRUCTION LIMITS STORM DRAIN TRASH AND CITY OF NEWPORT BEACH DEBRIS INTERCEPTOR PROJECT PUBLIC WORKS DEPARTMENT LOCATION MAP C-5551 2/24/15 7-4 RESOLUTION NO. 2013-36 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AUTHORIZING AND SUPPORTING THE SUBMISSION OF A GRANT PROPOSAL FOR FUNDING UNDER THE ORANGE COUNTY TRANSPORTATION AUTHORITY (OCTA) ENVIRONMENTAL CLEANUP, TIER 1 AND TIER 2 GRANT PROGRAM. WHEREAS, the Orange County Local Transportation Ordinance No. 3, dated July 24, 2006, known and cited as the Renewed Measure M Transportation Ordinance and Investment Plan, has announced funding available through the Environmental Cleanup Program to help protect Orange County beaches and waterways from transportation generated pollution (urban runoff) and improve overall water quality; and WHEREAS, the Environmental Cleanup, Tier 1 Grant Program consists of funding to purchase and install catch basin Best Management Practices (BMPs), such as screens, filters, inserts, trash collection devices and other "street -scale" low flow diversion projects; and WHEREAS, the Environmental Cleanup, Tier 2 Grant Program consists of funding to purchase and install large scale BMPs, such as trash collection devices, constructive wetlands, infiltration basins and low flow diversion projects; and WHEREAS, the Orange County Transportation Authority has established the procedures and criteria for reviewing proposals; and WHEREAS, the City of Newport Beach has developed a targeted program to reduce transportation generated pollution and improve water quality; NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH DOES RESOLVE AS FOLLOWS: Section 1. The City Council has reviewed and supports the proposal, and hereby authorizes the City Manager or his designee to submit the proposal. 7-5 Section 2. The City of Newport Beach is capable of providing the amount of funding and/or in-kind contributions, specified in the funding plan and agrees to provide necessary funding and/or in-kind contributions if awarded a grant. Section 3. If awarded a grant, the City Council (at a future meeting) will decide to accept the funds and work with OCTA to meet established deadlines. Section 4. This resolution shall become effective immediately upon its passage and adoption. I HEREBY CERTIFY that the foregoing resolution was duly and regularly adopted at a Regular Meeting of the City Council of the City of Newport Beach on this 2350 day of April, 2013. Keith D. Curry Mayor leilani f. Brown, City Clerk „ 7-6 STATE OF CALIFORNIA } COUNTY OF ORANGE J ss. CITY OF NEWPORT BEACH } 1, Leilani 1. Brown, City Clerk of the City of Newport Beach, California, do hereby certify that the whole number of members of the City Council is seven; that the foregoing resolution, being Resolution No. 2013-36 was duly and regularly introduced before and adopted by the City Council of said City at a regular meeting of said Council, duly and regularly held on the 23`d day of April, 2013, and that the same was so passed and adopted by the following vote, to wit: Ayes: Gardner, Petros, Hill, Selich, Henn, Daigle, Mayor Curry Nays: None IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed the official seal of said City this 24th day of April, 2013. AkiI/Ut S swv--- City Clerk Newport Beach, California {Seal} 7-7 STORM DRAIN IMPROVEMENTS CONTRACT NO. 5551 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 11th day of June, 2014 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and GRFCO, Inc., a California corporation ("Contractor'), whose address is P.O. Box 7689, Moreno Valley, CA 92552, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work: Storm Drain Improvements. The work necessary for the completion of this Contract consists of: (1) distributing construction notices to affected businesses and residents; (2) construction surveying and traffic control; (3) removing existing hardscaping, storm drain pipe, pavement and/or landscape as needed for contract work; (4) installing hydrodynamic separation units including manholes; (5) modifying existing irrigation system; (6) constructing diversion weir boxes including weir, blockouts and manholes; (7) constructing storm drain manholes; (8) pavement restoration including cold milling; (9) landscape restoration; (10) adjusting utility and survey facilities as needed for new work; and (11) other incidental items to be completed in work place required by the Plans and Specifications (the "Project" or "Work"). C. 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, it is mutually agreed by and between the undersigned parties as follows: 1. 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, Notice to Successful Bidder, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 5551, Standard Specifications for Public Works Construction (current adopted edition and all supplements), and this Contract, and all modifications and amendments thereto (collectively the "Contract Documents"), all of which are incorporated herein by reference. 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. 2. 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. K�K�7ir�1:140RI_A 11 Is] kq' 3.1 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 One Million Two Hundred Seventy Seven Thousand Three Hundred Fifty Dollars and 001100 ($1,277,350.00). 3.2 This compensation includes: 3.2.1 Any loss or damage arising from the nature of the Work; 3.2.2 Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and 3.2.3 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. 4. 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. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). GRFCO, Inc. Page 2 5.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first- class mail, addressed as hereinafter provided. 5.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Public Works Director City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 5.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: George Frost GRFCO, Inc. P.O. Box 7689 Moreno Valley, CA 92552 I►&IIIM00[43 Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit A, and incorporated herein by reference. 7. RESPONSIBILITY FOR DAMAGES OR INJURY 7.1 City and its elected or appointed officers, agents, officials, employees and volunteers shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 7.2 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, GRFCO, Inc. Page 3 obstructions or from any cause arising from Contractor's Work on the Project, or the Work of any subcontractor or supplier selected by Contractor. 7.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees and volunteers (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). 7.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 7.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 7.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 7.7 Nothing in this Section or 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 above. 7.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. GRFCO, Inc. Page 4 8. CHANGE ORDERS 8.1 This Contract may be amended or modified only by mutual written agreement of the parties. 8.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 8.3 There shall be no change in the Contractors members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 9. 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. 10. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. 11. 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. 12. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. I�l[r7�T�i11;7�Y�7aa�i��_Cel�l GRFCO, Inc. Page 5 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATT_gRNY'S OFFICE Date:'11/-7,1 I U Aaron C. Harp MEA S/27 City Attorney ATTEST: Date: CITY OF NEWPORT BEACH, a California municipal corporation Date: —, -7—I�`7 By: Rush N. Hill, I Mayor CONTRACTOR: GRFCO, Inc., a Cal' i rporation D te: 7vA /9. 2o)4t By: By: Leilani I. Brown Geor Frost City Clerk Pr dent/Secretary 4 J 0Rr��� [END OF SIGNATURES] Attach me. Exhibit A — Insurance Requirements Exhibit B -- Labor and Materials Payment Bond Exhibit C -- Faithful Performance Bond GRFCO, Inc. Page 6 � 11 1. vai..s1..3Y.�L.�. a.e>; 01.'..it.:3. T":> 1':>, a. .. av3>v.. ..s .✓:a s> T:a' �T ✓ .. State of California County of Riverside On fu'nl ! g! before me, Leon Lopez, Notary Public _ Date Hereinwn Nameand No of Ne Df�r personally appeared SR- -- Nme(s) of slgnega) LEON NORIEGA LOPEZ COMM. #1907501 a i NOTARY PUBLIC -CALIFORNIA � RIVERSIDE COUNTY Q My Comm. Expires Oct 9, 2014 Place Notary Seel Above who proved to me on the basis of satisfactory evidence to be the persons) whose name(s) is/are subscribed to the within instrument and acknowledged to me that ha!s+le4iay executed the same in his/hetdN:t& authorized capacity(ias), and that by his/ke#444& signatures} on the instrument the person(*, or the entity upon behalf of which the person*acted, executed the instrument. I certify under PENALTY OF PERJURY under the taws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand atseal. Signature — _ si natut fNotary 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: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name:_ ❑ Individual M Corporate Officer—Titlets): President8secretary G Partner —❑ Limited ❑ General =7 Attorney in Fact �.J Trustee Top of thumb here Guardian or Conservator Other: Signer Is Representing: _ G R FCO SNC. Number of Pages: Signer's Name: O Individual Corporate Officer — Trais): _ Partner — 0 Limited ❑ General Attorney in Fact C Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: '"' flIGN 4'PRlN `. F SIGNER s _ _zaez� 02007 National Notary Aceocfa6 -9350 Ce Solo Aw,. P.O. a 402•ChaLsvoM, CA 9131 &2402•wwr[,NaiionelNolaryorq Item #5907 Reorder Cal1Te14Fiae 1�8(NbV&6827 a4:n:3rra INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with California law for all of the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its elected or appointed officers, agents, officials, employees and volunteers. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate and two million dollars ($2,000,000) completed operations aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an GRFCO, Inc. Page A-1 insured contract (including the tort liability of another assumed in a business contract) with no endorsement or modification limiting the scope of coverage for liability assumed under a contract. C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its elected or appointed officers, agents, officials employees and volunteers shall be included as additional insureds under such policies. C. Primary and Non Contributory. Contractor's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to City, its elected or appointed officers, agents, officials, employees and volunteers. Any insurance or self-insurance maintained by City shall be excess of Contractor's insurance and shall not contribute with it. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days notice is required) for each required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other GRFCO, Inc. Page A-2 endorsements as specified herein for each coverage. All of the executed documents referenced in this Contract must be returned to City within ten (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Contractor ninety (90) calendar days advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self-insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self - insure its obligations to City. If Contractor's existing coverage includes a self-insured retention, the self-insured retention must be declared to City. City may review options with Contractor, which may include reduction or elimination of the self-insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall GRFCO, Inc. Page A-3 have the right but not the obligation, to purchase such insurance, to terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. I. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. K. Maintenance of General Liability Coverage. Contractor agrees to maintain commercial general liability coverage for a period of ten (10) years after completion of the Project or to obtain coverage for completed operations liability for an equivalent period. GRFCO, Inc. Page A-4 Executed in Two Counterparts CITY OF NEWPORT BEACH BOND NO. 12110495 Final Premium is based on �S�ny r h ry C 9,397.00 the Final Contract Amount $ hh tum i.ary , ' 00 this Bond is $ being at the 9 t ousand first 0 000 rate of $ 6'3o tnn, sand next anZ3so in thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to GRFCO, Inc. hereinafter designated as the "Principal," a contract for Storm Drain Improvements, C-5551, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and The Guarantee Company of North America USA , 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 One Million Two Hundred Seventy Seven Thousand Three Hundred Fifty Dollars and 00/100 ($1,277,350.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. 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 City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. GRFCO, Inc. Page C-1 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 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 City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this it Principal and Surety above named, on the GRFCO, Inc. Name of Contractor (Principal) The Guarantee Company of North America USA Name of Surety 1800 Sutter Street, Suite 880, Concord, CA 94520 Address of Surety (925) 566-6040 Telephone nt has green duly executed by the day of June .20 14 Mark E. Shreckengast, Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED GRFCO, Inc. Page C-2 State of California County of ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) FTMMM*7111�� State of California County of ) ss. On 20 before me, Notary Public, personally appeared . who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature GRFCO, Inc. (seal) t. • I ' a i' ra t �' n {!Z.• �L�. a?t 12.; v'r.:�<..? %D eta+:\ .y :�:>..w, c�,.:v.�wia.4�'•�...i .:dS.:S.2. :A }at.!s�. ? 7 =D..:T .%T '•)Z:& ,�G�'��2?�..a.,-� TC.K:s>t. State of California County of Riverside On=f V vvff before me, Leon Lopez, Notary Public [)ale Here insert Name end Title of the officer personally appeared V-0 &-r re mebs) of slgnegs) who proved to me on the basis of satisfactory evidence to be the person(&) whose name( is/am subscribed to the within instrument and acknowledged to me that h9/s*M4%y executed the same in his/her{ authorized capacity(ies), and that by his/4eA4& signature(4 on the instrument the person(*, or the entity upon behalf of which the person(spacted, executed the instrument. 1 certify under PENALTY OF PERJURY under the laws @74,LEON NOR_1EGA LOPEZ of the State of California that the foregoing paragraph is COMM. #1907501 mm true and correct. NOTARY PUBLIC -CALIFORNIA R1VeRSIDE COUNTY 6Ay Comm. Expires Oct B, 2014 WITNESS my he o ' ial seal. o�^- Signature — Place Notary Seal Ab.va S' atum of Notary Public ---- - OPTIONAL Q It 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 1-itle or Type of Document: Document Date: _ Number of Pages: Signer(s) Other Than Named Above: _ Capacity(les) Claimed by Signer(s) Signers Name: G -EO RC 9—F X 0 -ST ame:___0 Signer's Name:---- F]Individual 0 Individual M Corporate Officer — Title(s): President a Secretary 0 Corporate Officer — Title(s): 0 Panner -0 Limited 0 General _ _ 0 Partner — O Limited ❑ General 'D Attorney in Fact ° -D Attorney in Fact IJ Trustee Top of thumb here 0 Trustee Top of thumb here E- Guardian or Conservator D. Guardian or Conservator 0 Other:__ ElOther: _ Signer Is Representing: — Signer Is Representing: G R FSO SNC. __ $�2001 National Nolary rl'sociafian•9350 De Soto Ave.. P.o.aax l402•Cha6w+aN,CA 913132402•wwvt.Na�ionblNoleryory item M590] RooNer: Cao Tol4Free t-8068)&682] State of California Countyof Los Angeles On June 13, 2014 before me, Julie M. Shreckengast, Notary Public (insert name and title of the officer) personally appeared Mark E. Shreckengast who proved to me on the basis of satisfactory evidence to be the person(s) whose namem is/mm subscribed to the within instrument and acknowledged to me that he/M*"K ycexecuted the same in hisft)OtWK authorized capacity0es), and that by his1MWtt% * signaturem on the instrument the person(v, or the entity upon behalf of which the personM acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. A$ ,.~, JULIE M. SHRECKENGAST COMM #2019504 _ NOTARY PUBLIC a CALIFORNIA LOS ANGELES COUNTY Commission Expires APRIL 26, 2699 Signature— __ (Seat) THE GUARANTEE COMPANY OF NORTH AMERICA USA Southfield, Michigan POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and existing under the laws of the State of Michigan, having its principal office in Southfield, Michigan, does hereby constitute and appoint Mark E. Shreckengast Summit Surety Insurance Services its true and lawful attomey(s)-in-fact to execute. seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise. The execution of such instrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply, to all Intents and purposes, as if the same had been duly executed and acknowledged by Its regularly elected officers at the principal office. The Power of Attorney is executed and may be certified so, and may be revoked, pursuant to and by authority of Article IX, Section 9.03 of the By -Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31" day of December, 2003, The President, or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority: 1. To appoint Attorney(s)-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof; and 2. To revoke, at any time, any such Attorney-in-fact and revoke the authority given, except as provided below 3. In connection with obligations in favor of the Florida Department of Transportation only, It is agreed that the power and authority hereby given to the Attomey-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. 4. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner — Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the Sth day of December 2011, of which the following Is a true excerpt RESOLVED that the signature of any authorized officer and the sea] of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and such signature and sea] when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this 23rd day of February, 2012. ` s �✓' �,J THE GUARANTEE COMPANY OF NORTH AMERICA USA N. STATE OF MICHIGAN Stephen C. Ruschak, Vice President Randall Musselman, Secretary County of Oakland On this 23rd day of February, 2012 before me came the individuals who executed the preceding instrument, to me personally known, and being by me duly sworn, said that each is the herein described and authorized officer of The Guarantee Company of North America USA; that the seal affixed to said instrument is the Corporate Seal of said Company; that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of Cynthia A. Takai Notary Public, State of Michigan County of Oakland My Commission Expires February 27, 2018 Acting in Oakland County IN WITNESS WHEREOF, i have hereunto set my hand at The Guarantee Company of North America USA offices the day and year above written. A bt a iF . I, Randall Musselman, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certify that the above and foregoing Is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, which is still in full force and effect. NE< IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this 13th day of lune 2014 a �"*•" Randall Musselman, Secretary Executed in Two Counterparts CITY OF NEWPORT BEACH BOND NO. 12110495 Premium: Inclu e m er ormance Bond WHEREAS, the City of Newport Beach, State of California, has awarded to GRFCO, Inc. hereinafter designated as the "Principal," a contract for Storm Drain Improvements, C-5551, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract 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, The Guarantee company of North America USA duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety') are held and firmly bound unto the City of Newport Beach, in the sum of One Million Two Hundred Seventy Seven Thousand Three Hundred Fifty Dollars and 001100 ($1,277,350.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 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 9500 et seq. of the Civil Code of the State of California. GRFCO, Inc. Page B-1 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 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 named Principal and Surety, on the 13th dam GRFCO, Inc. Ware of Contractor (Principal) The Guarantee Company of North America USA By: Name of Surety Au 1800 Sutter Street, Suite 880, Concord, CA 94520 Mark E. Address of Surety Print Na (925) 566-6040 Telephone duly executed by the above une 20 14 . and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED GRFCO, Inc. Page B-2 State of California County of _� ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) State of California County of _ } ss. On 20L --before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(les), and that by his/her/their signatures(s) on the instrument the person(, or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature P GRFCO, Inc. (seal) c.�. >�c� c�s.::o. .,�..->;Cs�.,ar ac�aC:,,:.. gin. �• ' m�,.�,nt�,:aa,.as.�t.:au._ �,. mac., .r=_•,.� �.,. ��n v,...c,.>•ra.<� ... ��,u.>s.� r! State of California County of Riverside On before me, Leon Lopez, Notary Public _ [tale Hera Insert Name and Tttle of the Officer personally appeared E®t�G E �N�em�e sj of signaris> who proved to me on the basis of satsfactory evidence to be the person( whose name(s) Wars subscribed to the within instrument and acknowledged to me that hei/streiitey executed the same in his/ke4i€ authorized capa6ity0ee), and that by his/heiAlRe4 signatute(4 on the instrument the person(*, or the entity upon behalf of which the person(* acted, executed the instrument. - I certify under PENALTY OF PERJURY under the Jaws LEON hJORIEGA LOPEZ of the State of California that the foregoing paragraph is COf i%!. #1907501 true and correct. NOTARY PUBLIC CALIFORNIA RIVERSIDE COUNTY My comm. Expires Oct. s, zBta WITNESS my hand seal. Signature — Place Notary Seat Above St9natur f Notary Pud'k _ -- — 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 Signers) Other Than Named Above: Capacity(ies) claimed by Signer(s) signer's Name:_ Gwo c. rz FR,0S-r E7 Individual C3 Corporate Officer —Title(s): President a Secretary C; Partner — E! Limited O General Attorney in Fact i Trustee Guardian or Conservator Other: Signer Is Representing: C—R FCO SNC, Top of thumb here Number of Pages: Signers Nar ❑ Individual • Corporate Officer — Titie(s): — • Partner — ❑Limited ❑ General Attorney in Fact ED Trustee Guardian or Conservator El Other: Signer Is Representing: HIGH TI L1 10PniNi` F 5reNEn ®2Q0]Naliorfai fJolary,lseocia6an•9350 De solo Ave.. P.O.eox 1.402•ChaLwro,Fh, CA 913132d02•vmvl.NaHonalNoleryorg Item%5901 Pa�rder: CaRToi4Rae f-80pe]66821 State of California County of Los Angeles On June 13, 2014 before me, Julie M. Shreckengast, Notary Public (insert name and title of the officer) personally appeared Mark E. Shreckengast who proved to me on the basis of satisfactory evidence to be the person(s) whose namem is/mm subscribed to the within instrument and acknowledged to me that he/IDtkwexecuted the same in hisAmKAWK authorized capacity "), and that by his/WW*%t signatureW on the instrument the person(V), or the entity upon behalf of which the person(>4t9 acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature _ (Seal) JULIEM. ZRECKENGAST COMM, #2019504 -a NOTARY PUBLIC 0 CALIFORNIA LOS ANGELES COUNTY z$ Commission Expose APRIL 26, 2017 v�vwsnaavnxx°ee°aesnwvnresv�aaanr THE GUARANTEE COMPANY OF NORTH AMERICA USA Southfield, Michigan POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and existing under the laws of the State of Michigan, having its principal office in Southfield, Michigan, does hereby constitute and appoint Mark P Shreckengast Summit Surety Insurance Services its true and lawful attomey(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, requited or permitted by law, statute, rule, regulation, contract or otherwise. The execution of such instrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply, to all Intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. The Power of Attorney is executed and may be certified so, and may be revoked, pursuant to and by authority of Article IX, Section 9.03 of the By -Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31" day of December, 2003. The President, or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority: 1. To appoint Attorney(s)-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof; and 2. To revoke, at any time, any such Attorney-in-fact and revoke the authority given, except as provided below 3, In connection with obligations in favor of the Florida Department of Transportation only, R is agreed that the power and authority hereby given to the Attomey-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. it is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. 4. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner — Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 6th day of December 2011, of which the following is a true excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed. � ` IN WITNESS WHEREOF, HEREto affixed by its R N EE officer, 23rd AMERICA ay of 2012. USA has caused this instrument to be signed and itscorpo i` ie `-✓ �y THE GUARANTEE COMPANY OF NORTH AMERICA USA STATE OF MICHIGAN Stephen C. Ruschak, Vice President Randall Musselman, Secretary County of Oakland On this 23rd day of February, 2012 before me came the individuals who executed the preceding instrument, to me personally known, and being by me duly sworn, said that each is the herein described and authorized officer of The Guarantee Company of North America USA; that the seal affixed to said instrument is the Corporate Seal of said Company; that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of Cynthia A. Takai Ey ,. Notary Public, State of Michigan County of Oakland My Commission Expires February 27, 2018 Acting in Oakland County IN WITNESS WHEREOF. I have hereunto set my hand at The Guarantee Company of North America USA offices the day and year above written. I, Randall Musselman, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certify that the above and foregoing is a Mie and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, which is still in full force and effect. IN WITNESS WHEREOF, I have thereunto set my hand and attached the seat of said Company this 13th day of June , 2014 f ,''moi!'-. a�®' Randall Musselman, Secretary CERTIFICATE OF INSURANCE CHECKLIST This checklist is comprised of requirements as outlined by the City of Newport Beach. * Date Received: 6/3/14 Date Completed: 6/17/14 Dept./Contact Received From: Raymund Sent to: Raymund By: Company/Person required to have certificate: Type of contract: GRFCO, Inc All Others GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 12/31/13-12/31/14 A. INSURANCE COMPANY: Ironshore Specialty Insurance Company I I G. 21 AM BEST RATING (A-: VII or greater): A:XIV ADMITTED Company (Must be California Admitted): Is Company admitted in California? LIMITS (Must be $1 M or greater): What is limit provided? ADDITIONAL INSURED ENDORSEMENT— please attach PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? (completed Operations status does not apply to Waste Haulers or Recreation) ADDITIONAL INSURED FOR PRODUCTS AND COMPLETED OPERATIONS ENDORSEMENT (completed Operations status does not apply to Waste Haulers) ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? 1, PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? J. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence" wording? K. ELECTED SCMAF COVERAGE (RECREATION ONLY): L. NOTICE OF CANCELLATION: Chris ❑ Yes N No 1,000,000/2,000,000 N Yes ❑ No ■ Yes 11 No 10 ■ Yes ■ No ■ Z Yes ■ No Il. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 12/03113-12/03-14 A. INSURANCE COMPANY: Nationwide Mutual Insurance Company B. AM BEST RATING (A-: VII or greater) A+:XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? N Yes ❑ No D. LIMITS - If Employees (Must be $1 M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? 1,000,000 E LIMITS Waiver of Auto Insurance / Proof of coverage (if individual) (What is limits provided?) N/A F. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste Haulers only): N N/A ❑ Yes ❑ No G. HIRED AND NON -OWNED AUTO ONLY: ❑ N/A ❑ Yes N No H. NOTICE OF CANCELLATION: ❑ N/A N Yes ❑ No III. WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 11/14/13-11/14/14 11 INSURANCE COMPANY: Barrett Business Services Inc. (Self Insurance) AM BEST RATING (A-: VII or greater): ADMITTED Company (Must be California Admitted): WORKERS' COMPENSATION LIMIT: Statutory E. EMPLOYERS' LIABILITY LIMIT (Must be $1M or greater) F. WAIVER OF SUBROGATION (To include): Is it included? G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM: H. NOTICE OF CANCELLATION: ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED IV. PROFESSIONAL LIABILITY V POLLUTION LIABILITY V BUILDERS RISK HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO WHICH ITEMS NEED TO BE COMPLETED? Approved: a;� Agent of Alliant Insurance Services Broker of record for the City of Newport Beach 6/17/14 Date 5,000,000 0 Yes ■ // ■ Yes ■ ■ Z Yes ■ RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than _; Self Insured Retention or Deductible greater than $ ) ❑ N/A ❑ Yes ❑ No Reason for Risk Management approval/exception/waiver: Risk management approval is needed for non -admitted status of general liability carrier. RM approval is also needed for the self insured status of the workers' compensation carrier. Both approved by Sheri on 6/4/14 and Approved: Risk Management Date * Subject to the terms of the contract. Sealed bids may be received at the office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 until 10:00 AM on the 13th day of May, 2014, at which time such bids shall be opened and read for 1.9 Contract No. 5551 $ 1,070,000.00 Engineer's Estimate City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Drawings by contacting Santa Ana Blue Print at (949) 756-1001 Located at 2372 Morse Avenue, Irvine, CA 92614 Contractor License Classification(s) required for this project: "A" For further information, call Peter Tauscher, Project Manager at (949) 644-3316 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: httD://www.NewDortBeachGA.gov CLICK: Online Services /Bidding & Bid Results City of Newport Beach Contract• TABLE O. CONTENTS NOTICEINVITING BIDS..........................................................................................Cover INSTRUCTIONSTO BIDDERS...................................................................................... 3 BIDDER'S BOND... ............ .............. .................................................. ........... .......... 5 DESIGNATION OF SUBCONTRACTOR(S)................................................................... 8 TECHNICAL ABILITY AND EXPERIENCE REFERENCES ............................................ 9 NON -COLLUSION AFFIDAVIT..................................................................... 13 DESIGNATION OF SURETIES...................................................................... 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD .................................................... 15 ACKNOWLEDGEMENT OF ADDENDA....................................................................... 17 INFORMATION REQUIRED OF BIDDER..................................................................... 18 NOTICETO SUCCESSFUL BIDDER........................................................................... 21 CONTRACT.................................................................................................................. 22 INSURANCEREQUIREMENTS..................................................... ...................... A-1 LABOR AND MATERIALS PAYMENT BOND ........... ............... ................ ............. B-1 FAITHFUL PERFORMANCE BOND.................................................................... C-1 PROPOSAL.............................................................................................................. PR -1 SPECIALPROVISIONS............................................................................................ SP -1 PRE -EXCAVATION ASSESSMENT................................................................... AP -1 GEOTECHNICALREPORT................................................................................ AP -2 r. City of Newport Beach STORM DRAIN IMPROVEMENTS Contract No. 5551 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. 3 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available 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 — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. The signature below represents that the above has been reviewed. 2s/af3 A Contractor's License No. & Classification 13// C/ Date El City of Newport Beach � TQRM DRAIN IMPROVEMENTS Contract No. 5551 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 of the Bid dollars ($ 10% ), to be paid and forfeited to the City of Newport Beach If the bid proposal of the undersigned Principal for the construction of NORM DRAIN IMPROVEMENTS, Contract No. 5551 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($) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this stn_ day GRFCO, Inc. Name of Contractor (Principal) The Guarantee Company of North America USA Name of Surety - 1800 Sutter Street, Suite 880, Concord, CA 94520 Address of Surety (925)566-6040 Telephone May J. 2014. Signature/Tltle prized Mark E. Shreckengast, Att¢rhey-in-F Print Name an Title (Notary acknowledgment of Principal & §urlE'tV must be attached) 5 ACKNOWLEDGMENT ■r■r1■r■rlla■r■■s■r■■■N■■■��r■1�■■ria■r}•r■rrr■�r■■■■■■r�■rr�■■■�a■■�rr■\11■a��■■ State of California County of ___AV 'eL= } SS. On I , 2-0before me, Public, Pers pally appeared _ 2r 11 Notary who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Ware subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capecity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person($) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my official seal_ Signature LEON NORII-4 t.OPEZ fCOMM. #1' r) 501 im ¢ J NOTARY PUBLIC • G {LIfORNIA ' RIVERSIDE COUNTY yr My Comm. ExnireF Orf 9, 2014 tSual} ■■r�■■■r■■■r■■■■r■■■■r■■■rs■■■■■a�■�■■■err■■ru■�r�■■■r�■■r�■■■r�■■■�■■■■�■■rsr� OPr1ONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document In a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Thumbprint of Signer [l Check here if Capacity of Signer: no thumbprint Trustee or fingerprint Power of Attorney Is available. CEO / CFO / COO President / Vice -President I Secretary / Treasurer Other: Other Information. R ACKNOWLEDGMENT A ■ ■ a ■ ■ r ■ 1 ■ ■ ■ ■ 1 ■ ■ ■ ■ ■ ■ ■ N ■ ■ ■ a N ■ ■ • a ■ ■ ■ a 1 ■ ■ a A ■ 1 ■ a ■ ■ ■ a ■ ■ ■ r M ■ ■ ■ ■ 1 ■ ■ M ' ■ ■ ■ a a N 1 ■ A 1 1 r a a ■ ■ IS State of California County of . Los Angeles }, On May 5, 201_4 _ _ before me, Julie M. Shreckengast Notary Public, personally appeared Mark E. Shreckengast ,who proved to me on the basis of satisfactory evidence to be the person) whose name* is/vne subscribed to the within instrument and acknowledged to me that he #"� executed the same in his/baNA ix authorized capacity@DG), and that by hisgwrA edx signatures+w) on the instrument the personM, or the entity upon behalf of which the person* acted, executed the instrument. 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal, 1 tura JULIE M. SHRECKENGAST COMM. #2019504 NOTARY PUBLIC • CALIFORNIA B LOS ANGELES COUNTY �..:: Commission Ezpiros APRIL 2i, 2017 (Sw i) N a 1 1 1 1 1 1 1 1 1 a 1 1 12■5 1 1 10►■■ N a a a 1 a 1 1 1 1 a a 1 1 1 a A 1 1 n a 1 100 4 F 1 1 a 0 1 a 1 a IN 1 1 1 r a 1 a a a a a 1 1■0 4 OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: Trustee Power of Attorney -CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other Information: 7 Thumbprint of Signer ❑ Check here if no thurnbprint or fingerprint Is avoibble. THE GUARANTEE COMPANY OF NORTH AMERICA USA Southfield, Michigan POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and existing under the laws of the State of Michigan, having its principal office in Southfield, Michigan, does hereby constitute and appoint Mark E. Shreckengast Summit Surety Insurance Services its true and lawful attorneys) -in -fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise. The execution of such instrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. The Power of Attorney is executed and may be certified so, and may be revoked, pursuant to and by authority of Article IX, Section 9.03 of the By -Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31" day of December, 2003, The President, or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority: 1. To appoint Attorney(s)-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof; and 2. To revoke, at any time, any such Attorney-in-fact and revoke the authority given, except as provided below 3. In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. 4. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner — Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 6th day of December 2011, of which the following is a true excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed. we'tco IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this 23rd day of February, 2012. � 4 `•4 THE GUARANTEE COMPANY OF NORTH AMERICA USA STATE OF MICHIGAN Stephen C. Ruschak, Vice President Randall Musselman, Secretary County of Oakland On this 23rd day of February, 2012 before me came the individuals who executed the preceding instrument, to me personally known, and being by me duly sworn, said that each is the herein described and authorized officer of The Guarantee Company of North America USA; that the seal affixed to said instrument is the Corporate Seal of said Company; that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of Cynthia A. Takai Notary Public, State of Michigan County of Oakland My Commission Expires February 27, 2018 Acting in Oakland County IN WITNESS WHEREOF, I have hereunto set my hand at The Guarantee Company of North America USA offices the day and year above written. I, Randall Musselman, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, which is still in full force and effect. PRPNIfE�O IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this 5th day of May , 2014 1 Randall Musselman, Secretary City of Newport Beach STORM DRAIN IMPROVEMENTS Contract No. 5551 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one-half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed.) Subcontractor's Information Bid Item Description of Work % of Number Total Bid Name: Address: Phone: State License Number: Email Address: Name: Address: Phone: State License Number: Email Address: Name: Address: Phone: State License Number: Email Address Bidder Aut orized Signature itle City of Newport Beach STORM DRAIN IMPROVEMENTS Contract No. 5551 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name CRFC®, LNC. 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 PV �- 4 17- IIS Project Description 7C'q Cj 1 0 -�- C( 2 p /� ►J P Approximate Construction Dates: From r d 13 To: Agency Name L Contact Person V 6L -(-e tf-b Telephone Original Contract Amount $ 5 51 k Final Contract Amount $ gE:a�, o o $ 5 72- -k If final amount is different from original, please explain (change orders, extra work, etc.) C!; -.t'4 e..,( rc-) S gP C 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. .A J O 0 No. 2 Project Name/Number Project Description `j-/ 3 o -4- /,.i5- // P, V) e - Approximate Construction Dates: From �lT0 X013 To: Agency Name Contact Person Telephone (3,a) 701— YS 3-5' Original Contract Amount $ 2, 12 g �- Final Contract Amount If final amount is different from original, please explain (change orders, extra work, etc.) 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. 3 Project Name/Number /0d Project Description / 520 Approximate Construction Dates: From �� 2�l3 To:�� -� Agency Name Contact Person JN— e14CO5-tom Telephone (7%ti) 7-32-- Y066 Original Contract Amount $ .1-152),'- Final Contract Amount $ � 5i >< If final amount is different from original, please explain (change orders, extra work, etc.) 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. X-0 C--) 10 No. 4 Project Name/Number Project Description Z `/ 7 S ©� I"( Approximate Construction Dates: From 4 2v) y To: -7b he 201 L� Agency Name , Contact Person /- M ri Cry /yr7� Telephone (7i y) 5"11.3 -- Original Contract Amount $ � IL Final Contract Amount $ i, 3 1- `"1 4-,' 955-7 If final amount is different from original, please explain (change orders, extra work, etc.) 0-e 1"e�-e -tl�o s,)D>'&'-S 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. /V e No. 5 Project Name/Number Project Description o4 2 L/ Approximate Construction Dates: From u To: Agency Name bo'u- ---orf 04-S Contact Person -"T6 Telephone (3A 2c-1 Original Contract Amount $ 1/78 L' Final Contract Amount $ / �, 7 R J --- If final amount is different from original, please explain (change orders, extra work, etc.) 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. 11 No. 6 Project Name/Number 64 . v1 Project Description 770' o 12 - Approximate 2 Approximate Construction Dates: From QGJ- X1--3 To: P -e C- /3 Agency Name �r> Contact Person ��,..v� Telephone 86 2 —051 f Original Contract Amount $ 257 rL Final Contract Amount $ .j�Cdl le— If final amount is different from original, please explain (change orders, extra work, etc.) �, ,� �i-e S• y, r 011 �' 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. /"f6 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 financi Lstatement and other information sufficiently comprehensive to permit an apprais of th Contractor's current financial conditions. GRFro, LNc, Pr Bidder orized Signature/Title 12 City of Newport Beach STORM DRAIN IMPROVEMENTS Contract No. 5551 NON -COLLUSION AFFIDAVIT State of California ) )SS. County of Q. ueisrJ�P ) rs e (_ra being first duly sworn, deposes and says that he or she is f> s �r�e.ti r of C'rRFC®I LNC. , 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 I-ontents 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 `hereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the ta4Siga the foregoing is true and correct. Fr,O LNC Bidder A)k A/Title Subscribed and sworn to (or affirmed) before me on this (3 day of /`'r 201,E 4/ by C,% r Cr proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. T LEON NORIEGA LOPEZ COMM. #1907501 Nota P bli NOTARY PUBLIC - CALIFORNIA � RIVERSIDE COUNT [SEAL] bAy Comm. Expires Oct. 9, 21)14 My Commission Expires: Oet i Zoiy 13 City of Newport Beach STORM DRAIN IMPROVEMENTS Contract No. 5551 DESIGNATION OF SURETIES Bidder's name GRFCO,LNC. 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): f3�� GC 4-9"4 ��8� S c 9- vii 9 .L�s P�Cc«e�� 14 City of Newport Beach STORM DRAIN IMPROVEMENTS Contract No. 5551 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name GRFCD, M. 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. 15 Current Record Record Record Record Record Year of for for for for for Record 2013 2012 2011 2010 2009 Total 2014 No. of contracts / I Total dollar Amount of # 35 1 Contracts (in �� q L Thousands of $) 7 3 No. of fatalities No. of lost Workday Cases No. of lost workday cases involving permanent transfer to 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. 15 Legal Business Name of Bidder GRFCO, INC. 1? 0 Box 7689 Business Address: Moreno Valley, CA 92552 Business Tel. No.: 6? -5/ 6 5 -7- g K & -7 State Contractor's License No. and Classification: Z %l o 13 Title Pres The above information was compiled from the records that are available to me at this time and I declare under-p-ealty of perjury that the information is true and accurate within the limitations of those %cords. Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. MOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI W [. G�v!:v£�' v, ��i„ '!:�C.�4:s�C rev t�::�v�?v.�: :v�.G�,�i:.:::=� � �i.7:t..1.r�2.: �..: �v �..�..: � � ��.. _'.� a 7•,:�. •: �!:U�s��vs� State of California County of Riverside _ On t3 20/ before me, Leon Lopez, Notary Public )ate Here Insert Name and Trtle of the Officer personally appeared S'r _-- Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(&) whose name(s) is/EtM subscribed to the within instrument and acknowledged to me that he/shMiiey executed the same in his/he4authorized capacity(iee), and that by his/hefi4heif signature(4 on the instrument the person(*, or the entity upon behalf of which the person( acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is LEON NOf21E(�A LOPEZ COMM. #1907501 g3 true and correct. c') ` NOTARY PUBLIC - CALIFORNIA N RIVERSIDE COUNTY My Comm. Expires Oct. 9, 2014 WITNESS my hand ar • al seal. Signature Place Notary Seal Above 'nature of Notary Public J ---- OPTIONAL --- Though the information below is not required by law, it may prove valuable to persons relying on the document arra could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signers) Other Than Named Above: C:apacity(ies) Maimed by Signer(s) Signer's Name: _ G•E o RCa> FR,O.S-r ❑ Individual t"j Corporate Officer Title(s): _President & Secretary 0 Partner — 0 Limited O General Attorney in Fact J Trustee Top of thumb here ,a Guardian or Conservator Other: Signer Is Representing: _ CRFCo2NC- Number of Pages: Signer's Name:- --0 Individual ❑ Corporate Officer — Title(s): r Partner — ❑ Limited ❑ General r? Attorney in Fact L Trustee t❑ Guardian or Conservator O Other: __ Signer Is Representing: FIIGHf THUMBPRINT F SIGNER Top of thumb here WMM 02007 National Notary Association - 9350 De Soto Ave.. P.O. Box 2402 -Chatsworth, CA 91313.2402- wym.NatfonaiNalaryorg Item #5907 neorder: Call Toll -Ree 1.800.876-6827 City of Newport Beach STORM DRAIN IMPROVEMENTS Contract No. 5551 ACKNOWLEDGEMENT OF ADDENDA Bidder's name GRFCO, LNCI The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Signature 17 City of Newport Beach STORM DRAIN IMPROVEMENTS Contract No. 5551 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: GRFCO, PNC. Name of individual Contractor, Company or Corporation: 42$ex 7689 Moreno Valley, CA 92552 Business Address: Telephone and Fax Number: �S() S"7 - 'R- 2 F7 5 -7— 6 7-77 California State Contractor's License No. and Class: 2_9)�/3 (REQUIRED AT TIME OF AWARD) Original Date Issued: Expiration Date: 7 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: 6 Fro _,3i- Pis 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 G� n S t 1' I '�'� c Pte. G cox 76 8 5 �gSi JAS g$ Fs 7 /t�, V r,4- el,)_ 5 5 -::�-- Corporation organized under the laws of the State of The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: i 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; AA Briefly summarize the parties' claims and defenses; Have you ever had a contract terminated by the owner/agency? If so, explain. Have you ever failed to complete a project? If so, explain. ti CU 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.)? Yes / No 19 Are any claims or actions unresolved or outstanding? Yes 6/ If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. fir®, Lvc. Bidder Print ame of Owner or President' of Co oration/Company) Authorized Slanatdre/Title res Title Date 3, 20 y before me, Lea L �-� On �`1�-�/ � Notary Public, personally appeared�'�.e�sr S e �-,—o who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand,4Ad official seal. Notaryubli n and or said State My Commission Expires: 9 toy 20 Gauc:,un�4C.•-G:-'1�u-:.�'�`K.TiCr'= LEON i'IORIEC�/! LOPEZ COMM. ,It'] 01501 � xs NOTAF:v PUBLIC • CALIFORNIA T (SEAL)] RIVERSIDE COUNTY My cr)rnm. Expires Oct. 0, 2014 City of Newport Beach Contract No. 5551 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. 21 PR I OF 7 STORM DRAIN IMPROVMENTS CONTRACT NO. 5551 To the Honorable City Council City of Newport Beach 100 Civic Center Drive Newport Beach, California 92660 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. 5551 in accord with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE LUMP SUM MOBILIZATION AND DEMOBILIZATION @fd OctCgAj and az er U Cents $ �,®�®• LUMP SUM 2. LUMP SUM TRAFFIC CONTROL @�Wa,V 964, t4ollars and Cents $ Z ®.® ®p . — LUMP SUM LUMP SUM SURVEYING SERVICES @{7u� fl�akSaPlle Dollars and Cents LUMP SUM PR2of7 1 EACH FURNISH AND INSTALL HYDRODYNAMIC SEPARATION UNIT BY CDS (MODEL CDS3030) AT CHANNEL PLACE PARK, PER MANUFACTURER'S SPECIFICATIONS AND REQUIREMENTS 6�,F_ (SCREEN APERTURE= 4700 MICRONS (0.185")) �"ev� flours" Z5S®®® - �Fitr,®—Dollars ~and 6W Ze—G Cents $ 4WG.F$ Per EACH 1 EACH FURNISH AND INSTALL HYDRODYNAMIC SEPARATION UNIT BY BIO CLEAN (MODEL NSBB-4-6.5-72) AT HYATT PARKING LOT, PER MANUFACTURER'S SPECIFICATIONS AND REQUIREMENTS @�,`J�e ve f � Agso"al and ZSB®o.- a c d Cents $ ® $ Z5,6c�3 Per EACH 6. 1 EACH FURNISH AND INSTALL HYDRODYNAMIC SEPARATION UNIT BY BIO CLEAN (MODEL NSBB-4-6.5-72) AT HAMPDEN ROAD, PER MANUFACTURER'S SP-EECIFICATION_% AND REQUIREMENTS fw /g�+ �t v (�14 t%�,4AJ i @ ollars d and 3 + o Cents Per EACH 6F 7. 290 C.Y. FURNISH AND INSTALL BACKFILL FULL DEPTH WITH 1 -SACK SLURRY 12"" MINIMUM ALL AROUND STRUCTURE(S) ®ue '/Dollars �ollarsand ®J 2cc� Cents $ I ® — $ '13AS'®O Per CUBIC YARD ' 8. 10 EACH FURNISH AND INSTALL 24" DIA MANHOLE FRAME AND COVER PER CNB STD -1 12-L AND CNB STD -309-L @ 4iVG �ik: d f Dollars and a e�a Cents $ ®00 . - $ to, 000, Per EACH 9. 60 L.F. REMOVE INTERFERING PORTIONS OF EXISTING STORM DRAIN @t_00 Ah"A'4e- Dollars and Cents $ ZOO . — $' Z 000.— Per 00.—Per LINEAL FOOT 10. 11 12. 13. PR3of7 2,020 S.F. CONSTRUCT PAVEMENT RESTORATION PER CNB STD -105-L @ 'rem Dollars and z2��' Cents $ ..1 " $ �� ZO®• Per SQUARE FOOT LUMP SUM REMOVE AND REPLACE EXISTING WHEEL STOPS AND PAINT PARKING STALL LINES @77�QP� f AOIJQA Dollars and a Cents $ O®®. Per LUMP SUM 4 EACH ADJUST EXISTING MANHOLE FRAME AND COVER TO GRADE PER CNB STD -111-L i/ �.ve Liljolkg,A Dollars and P-cfc Cents $ 500.® $ Per EACH 1 EACH FURNISH AND INSTALL HYDRODYNAMIC SEPARATION UNIT BY CDS (MODEL CDS4045) AT DOMINGO DRIVE, PER MANUFACTURER'S SPECIFICATIONS AND REQUIREMENTS (SCREEN APERTURE= 4700 MICRONS (0.185")) 'fasp Alt /t Ofe @ D tars and ZRO Od®.— ��' o Cents $ $ Per EACH 1 EACH CONSTRUCT FLAT INVERT, STEEL REINFORCED PCC DIVERSION WEIR BOX (L=12', H=4', S=4') AT DOMINGO DRIVE PER CALTRANS STDS. D80 AND D82 AND SSPWC STANDARD PLAN 323-2 't"weu7�y �v� i�imu�pr @ ® Dollars and Cents $ ZSOd�D. Per EACH 15. 1 EACH CONSTRUCT PCC WEIR (Hw=1.63', A=60°) AT DOMINGO DRIVE @ / �QLiSCfa Dollars and o Cents Per EACH PR4of7 16. 2 EACH FURNISH AND INSTALL 30" DIA MANHOLE FRAME AND COVER PER CNB STD -1 14-L AND CNB STDf-309-L OAA2, tt ok'.O, -rive 1, awq�Qea @ Dollars and G Cents $ ;e'c. - $31(5610-- Per G46 ®. - Per EACH 16A. 2 EACH FURNISH AND INSTALL 30" DIA BOLT DOWN TYPE MANHOLE FRAME AND COVER PER CNB STD -1 14-L AND CNB STD -309-L at Ra�&_ r.cA*t"-Ca*4j/Dollars and �+G Cents $ 3600.-- $ O®d .- Per EACH 17. 3 EACH CONSTRUCT BLOCKOUTS IN PCC DIVERSION WEIR BOX @•f 6✓0 '-AgyCci/vlsl Dollars and 0 Cents Per EACH 18. 25 L.F. REMOVE AND CONSTRUCT P.C.C. TYPE A CURB AND GUTTER AS NECESSARY FOR NEW WORK (MATCH EXISTING) PER CNB STD -183-L @ / F Dollars and Zlcr 0 Cents $ 56_ $ �sZ�®• Per LINEAL FOOT 19. 175 S.F. REMOVE AND CONSTRUCT 4" THICK P.C.C. SIDEWALK @__ _ }2-N Dollars and Cents $ to.- $ �' %� O Per SQUARE FOOT 20. 1 EACH FURNISH AND INSTALL HYDRODYNAMIC SEPARATION UNIT BY CDS (MODEL CDS5678-8-F) AT BEGONIA PARK, PER MANUFACTURER'S SPECIFICATIONS AND REQUIREMENTS (SCREEN APERTU = 4700 MICRONS (0.185")) 7 n h %!eDollfy /� A5SG ars and Cents Per EACH PR5of7 21. 1 EACH CONSTRUCT FLAT INVERT, STEEL REINFORCED PCC DIVERSION WEIR BOX (L=10', H=5', S=6) AT BEGONIA PARK PER CALTRANS STDS. D80 AND D82 AND SSPWC STANDARD PLAN 323-2 & 4teeu u,SaJ'Vap @ Dollars and L2 6 Cents $ j4d0®_ $ /9000,® Per EACH 22. 1 EACH CONSTRUCT PCC VYEIR (Hw=2', A=72°) AT BEGONIA PARK f&®%tSa at jjjjjWG ollars and Zeta Cents $ 5600.— $ j{ 000.— Per 00.—Per EACH 23. 1 EACH CONSTRUCT STORM DRAIN MANHOLE PER CNB STD -307-L @✓? 4-64 i4ollars and Cents Per EACH 24. 50 L.F. FURNISH AND INSTALL 36" HDPE WITH WATER TIGHT JOINTS @ pe- Amoval Dollars and �* Cents $ SD 0.— $ Zs 00 Per LINEAL FOOT 25. 35 L.F. REMOVE CURB AND GUTTER AND CONSTRUCT 4" P.C.C. TYPE A CURB AND GUTTER AS NECESSARY FOR NEW WORK PER CNB STD -183-L @ S14 Dollars and �c4-v Cents $ $Per LINEAL FOOT 26. 5 EACH CONSTRUCT REMOVABLE BOLLARD PER CNB STD -917-L AND 918-L tt / / @ Ld v ¢ N G/ivo(. kollars and d Cents $ ,SOO.' $ ZSt�p.— Per EACH PR6of7 27. 1,535 S.F. REMOVE P.C.C. SIDEWALK @ /ye. Dollars and _ b Cents $ S• $ 7,47 Per SQUARE FOOT 28. 2,810 S.F. REMOVE EXISTING AND FURNISH AND INSTALL SOD (MARATHON II) TO MATCH EXISTING @ Dollars and Cents $ S $ Np Per SQUARE FOOT 29. 200 S.F. CONSTRUCT 6" THICK PCC PAD W14" SE 30 SAND BEDDING T/ @ TI Dollars and Cents $ S. $ 3jco®. Per SQUARE FOOT 30. 2 E.A. REMOVE AND INSTALL IRRIGATION SYSTEM @t � / h6145 Dollars and 2 �cl Cents $ 3040 $ Per EACH 31. 2 EACH REMOVE ANDREPLACE EXISTING SIGNS @ Y'%Ue, hAAiGf 164ollars and _ Cents $ _aa ® $ 1, D O®e Per EACH 32. 1 EACH CONSTRUCT FLAT INVERT, STEEL REINFORCED PCC DIVERSION WEIR BOX (L=10', H=4', S=6') AT CHANNEL PLACE PARK PER CALTRANS STDS. D80 AND D82 AND SSPWC STANDARD PLAN 323-2 Qt few f'AoRsa&4 @ ollars and Cents $ /90c'5.-$ 000. Per EACH 33. 1 EACH CONSTRUCT PCC WEIR (Hw=1.6', A=60°) AT CHANNEL PLACE PARK Dollars and ��c 3 Cents Per EACH 34. 35 36. PR7of7 90 S.F. REMOVE EXISTING CURB AND GUTTER AND DRIVEWAY AND CONSTRUCT 6" THICK P.C.C. DRIVEWAY W/ 4" SE 30 SAND BEDDING PER CNB STD -160 -L-A @r Dollars and Cents $ Z-®° ® $ 1900. -- Per SQUARE FOOT 2,135 S.F lILTi1ma-M& TOTAL PROJECT CONSTRUCT P.C.C. SIDEWALK (T=6") W/ 4" SE 30 SAND BEDDING PER CNB STD -180-L @ -IkAl Dollars and 2� Cents $ Per SQUARE FOOT PROVIDE AS -BUILT PLANS @FIVE THOUSAND Dollars and NOCents Per LUMP SUM $ 5,000 TOTAL PRICE IN WRITTEN WORDS ®/V2 P41*111°®N tsV® AqvaltZ44 Dollars and Cents $ , z 7 7,7SO. ® J Total Price (Figures) The award of the contact, if made, will be to the lowest responsible bidder as determined solely by the City using the total price bid for items. &/_3 Dam 951)657 -,?9&7 �s7-0777 Bidder's Telephone & Fax Numbers 9/G,'3 Bidder's License No(s). and Classification(s) ORFCO, LNC. Bider I c_ 1W Flhsy BiAuthorized Signature and Titie 7" po' 3®11 See Section 500-1.1.2 For Required Bid Submittals PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS STORM DRAIN IMPROVEMENTS CONTRACT NO. 5551 PART2 GENERAL PROVISIONS SECTION 2 ---SCOPE AND CONTROL OF THE WORK 2-6 WORK TO BE DONE 2-9 SURVEYING 2-9.1 Permanent Survey Markers. 2-9.4 Line and Grade. SECTION 3 ---CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup SECTION 4 ---CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.4 Inspection and Testing SECTION 5 ---UTILITIES 5-1 LOCATION 5-2 PROTECTION 5-7 ADJUSTMENTS TO GRADE 1 1 1 1 1 2 2 2 2 2 3 3 3 3 3 3 3 3 SECTION 6 ---PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 4 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 4 6-1.1 Construction Schedule 4 6-7 TIME OF COMPLETION 4 6-7.1 General 4 6-7.2 Working Days 4 6-7.4 Working Hours. Normal working hours are limited to 8:00 a.m. to 4:30 p.m., Monday through Friday. 5 6-9 LIQUIDATED DAMAGES 5 6-10 SEQUENCE OF CONSTRUCTION 5 SECTION 7 ---RESPONSIBILITIES OF THE CONTRACTOR 5 7-1 THE CONTRACTOR'S EQUIPMENT AND FACIUITIES 5 7-1.2 Temporary Utility Services 5 7-7 COOPERATION AND COLLATERAL WORK 6 7-8 WORK SITE MAINTENANCE 6 7-8.4.3 Storage of Equipment and Materials in Public Streets 6 7-8.6 Water Pollution Control 6 7-8.6.2 Best Management Practices (BMPs) 8 7-8.6.4 Dewatering 8 7-8.6.5 Payment 8 7-8.7.2 Steel Plates 9 7-10 PUBLIC CONVENIENCE AND SAFETY 9 7-10.1 Traffic and Access 9 7-10.3 Street Closures, Detours and Barricades 9 7-10.4 Safety 10 7-10.4.1 Safety Orders 10 7-10.5 "No Parking' Signs 10 7-10.6 Notices to Residents and Businesses 11 7-10.7 Street Sweeping Signs and Parking Meters it 7-15 CONTRACTOR'S LICENSES 11 7-16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS 12 7-19 STORM DRAIN FLOW BY-PASS SYSTEM 12 SECTION 9 ---MEASUREMENT AND PAYMENT 12 9-3 PAYMENT 12 9-3.1 General 12 9-3.2 Partial and Final Payment 19 PART2 23 CONSTRUCTION MATERIALS 21 SECTION 201--- CONCRETE, MORTAR, AND RELATED MATERIALS 21 200-1 ROCK PRODUCTS 21 200-1.1 General 21 201-1 PORTLAND CEMENT CONCRETE 21 201-1.1.2 Concrete Specified by Class 21 201-2 REINFORCEMENT FOR CONCRETE 21 201-2.2.1 Reinforcing Steel 21 201-7 NON -MASONRY GROUT 21 201-7.2 Quick Setting Grout 21 SECTION 206 - MISCELLANEOUS METAL ITEMS 22 206-7 SIGN POST 22 SECTION 207 ---PIPE 22 207-2 REINFORCED CONCRETE PIPE (RCP) 22 207-2.1 General. These specifications apply to reinforced concrete pipe intended to be used for the construction of storm drains, sewers, and related structures. 22 207-2.5 Joints 22 SECTION 214 --- PAVEMENT MARKERS 22 214-4 NONREFLECTIVE PAVEMENT MARKERS 22 214-5 REFLECTIVE PAVEMENT MARKERS 22 SECTION 212 - LANDSCAPE AND IRRIGATION MATERIALS 23 212-1 LANDSCAPE MATERIALS 23 212-1.1 Topsoil. 23 212-1.1.1 General 23 212-2 IRRIGATION SYSTEM MATERIALS 23 212-2.1 Pipe and Fittings. 23 212-2.1.1 General 23 212-2.2 Valves and Valve Boxes 23 212-2.2.1 General 23 212-2.2.7 Valve Boxes 23 212-3 ELECTRICAL MATERIALS. 23 212-3.1 General 23 SECTION 215 --- STORM WATER TREATMENT DEVICE 24 215-1 DESCRIPTION 24 215-2 QUALITY ASSURANCES 24 215-3 SUBMITTALS 25 215-4 MATERIALS AND DESIGN 25 215-5 PERFORMANCE 26 215-6 MANUFACTURER 30 215-7 HANDLING AND STORAGE 30 215-8 INSTALLATION 30 215-9 — GENERAL 30 215-10— COMPONENTS 32 215-13 — PERFORMANCE 33 215-12 - EXECUTION 34 215-13 — QUALITY ASSURNACE 36 PART 3 CONSTRUCTION METHODS 37 SECTION 300 ---EARTHWORK 37 300-1 CLEARING AND GRUBBING 37 300-1.3 Removal and Disposal of Materials 37 300-1.3.1 General 37 300-1.3.2 Requirements 37 300-1.4 Payment 37 300-1.5 Solid Waste Diversion 38 300-2 UNCLASSIFIED EXCAVATION 38 300-2.1 General 38 300-2.9 Payment 38 300-4 UNCLASSIFIED FILL 38 300-4.3 Other Fill Material 38 300-4.9 Measurement and Payment 39 SECTION 301 TREATED SOIL, SUBGRADE PREPARATION, AND PLACEMENT OF BASE MATERIALS 39 301-1 SUBGRADE PREPARATION 39 301-1.7 Payment 39 301-2 UNTREATED BASE 39 301-2.4 Measurement and Payment 39 SECTION 302 ---ROADWAY SURFACING 39 SECTION 302-4 EMULSION -AGGREGATE SLURRY 39 302-5 ASPHALT CONCRETE PAVEMENT 39 302-5.1 General 39 302-5.4 Tack Coat 39 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 40 302-6.6 Curing 40 SECTION 303 ---CONCRETE AND MASONRY CONSTRUCTION 40 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 40 303-5.1 Requirements 40 303-5.1.1 General 40 303-5.5 Finishing 40 303-5.5.1 General 40 303-5.5.2 Curb 40 303-5.5.4 Gutter 40 t SECTION 306 UNDERGROUND CONDUIT CONSTRUCTION 306-1 OPEN TRENCH OPERATIONS 306-1.1 Trench Excavation. 306-1.1.1 General 306-1.1.6 Bracing Excavations 306-1.2 Installation of Pipe 306-1.2.1 Bedding 306-1.3 Backfill and Densificaiton 306-1.3.3 Water Densified Backfill" 306-1.3.4 Compaction Requirements 306-1.5 Trench Resurfacing 306-1.5.1 Temporary Resurfacing 306-1.6 Bases of Payment for Open Trench Installations SECTION 308 ---LANDSCAPE AND IRRIGATION INSTALLATION 308-1 General 308-6 Maintenance and Plant Establishment SECTION 310 --- PAINTING 310-5 PAINTING VARIOUS SURFACES 310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310-5.6.6 Preparation of Existing Surfaces 310-5.6.7 Layout, Alignment, and Spotting 310-5.6.8 Application of Paint 310-5.6.11 Pavement Markers SECTION 312 --- PAVEMENT MARKER PLACEMENT AND REMOVAL 312-1 PLACEMENT. Amend this section with: 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 41 41 41 41 41 41 41 41 41 41 42 42 42 42 42 43 44 44 44 44 44 44 45 45 45 45 45 45 45 45 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS CONTRACT NO. 5551 11,119&11101 i�701 SP 1 OF 45 All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. D_5377_S); (3) the City's (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2009 Edition), including supplements. Copies of the City's 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 2-6 WORK TO BE DONE Add to this section, 'The work necessary for the completion of this contract consists of (1) distributing construction notices to affected businesses and residents; (2) construction surveying and traffic control; (3) removing existing hardscaping, storm drain pipe, pavement and/or landscape as needed for contract work; (4) installing hydrodynamic separation units including manholes (5) modifying existing irrigation system, (6) constructing diversion weir boxes including weir, blockouts and manholes; (7) constructing storm drain manholes, (8) pavement restoration including cold milling; (9) landscape restoration (10) adjusting utility and survey facilities as needed for new work; and (11) other incidental items to be completed in work place required by the Plans and Specifications." 2-9 SURVEYING 2-9.1 Permanent Survey Markers. Delete this section and replace with the following: "The Contractor shall, prior to the beginning of work, inspect the project for [1) '.MW existing survey monuments and then schedule a meeting with the Engineer to walk the project to review the 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 Contractor shall restore the affected survey monuments at his sole expense. The Contractor's Licensed Surveyor shall file the required Record of Survey or Corner Records with the County of Orange upon monument restoration. Existing street centerline ties and property corner monuments are to be preserved. The Contractor shall be responsible for the cost of restoring all survey ties and/or monuments damaged by the Work." 2-9.4 Line and Grade. 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 this project is Walden & Associates and can be contacted at 949-660-0110. At a minimum, two (2) sets of cut -sheets 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. 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. Prior to any demolition Work the Contractor shall prepare and submit the Corner Records for review by the City a minimum of three (3) working days before the anticipated Work. SECTION 3 ---CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup. Replace this section with the following: "(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 ............................................ 15 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, one (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 (prior to any markups) 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. [2j SP3OF45 SECTION 4 ---CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements Add Section 4-1.3.4 Inspection and Testing 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 3`d paragraph: "Within seven (7) Calendar days after completion of the work or phase of work, the Contractor shall remove all USA utility markings. Removal by sand blasting is not allowed. Any surface damaged by the removal effort shall be repaired to its pre -construction condition or better." 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." Add Section 5-7 ADJUSTMENT TO GRADE 5-7 ADJUSTMENTS TO GRADE. The Contractor shall adjust or replace to finish grade of City -owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. The Contractor will be required to contact Southern California Edison, The Gas Company, AT&T Telephone, cable television, and any other utility facilities to have their existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities in advance of work to avoid potential delays to the Project Schedule. [3j SP4OF45 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.' 6-1.1 Construction Schedule. Add the following between the first and second paragraphs of this section: 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 the pre -construction meeting. 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." 11�itllir�Ii73K�lir 1»Iit�7P 6-7.1 General. Add to this section: "The Contractor shall complete all work under the Contract within 90 consecutive working days including product delivery after the date on the Notice to Proceed, exclusive of maintenance periods. The Contractor shall ensure the availability and delivery of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." 6-7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 1 St (New Year's Day), 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), December 25th (Christmas), and December 31't(NewYear's Eve). If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday." [4) SP5OF45 6-7.4 Working Hours. Normal working hours are limited to 8:00 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 from 4:30 p.m. up to 6:30 p.m. on weekdays or 8:30 a.m. to 6 p.m. on Saturday only. A request for working outside the normal working 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 $146 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 the above liquidated damages 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. 6-10 SEQUENCE OF CONSTRUCTION. Construction in the Hyatt Regency shall not begin before September 8, 2014. The Contractor shall schedule work in order to minimize the inconvenience to the hotel or guests of the hotel. SECTION 7 ---RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services. Add to this end of this section: "If the Contractor elects to use City water, he shall arrange for a meter and tender an $857 meter deposit with the City. Upon return of the meter to the City, the deposit will be [5] SP6OF45 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. City shall designate to the Contractor the location of the fire hydrant or other connection acceptable for drawing of construction and temporary water. City reserves the right to limit the location, times and rates of drawing of such water" 7-7 COOPERATION AND COLLATERAL WORK. Add to this section: "City forces will perform all shut downs of water facilities as required. The Contractor shall give the City seven calendar days notice of the time he desires the shutdown of water and/or sewer facilities to take place. A four-hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the nighttime hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the Engineer. The City must approve any nighttime work in advance. It is the Contractor's responsibility to notify the affected business and residents of the upcoming water shutdown with a form provided by the Engineer at least 48 hours minimum in advance of the water shut down." 7-8 WORK SITE MAINTENANCE Add Section 7-8.4.3 Storage of Equipment and Materials in Public Streets 7-8.4.3 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 in advance. It is the Contractor's responsibility to obtain an area for the storage of equipment and 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." 7-8.6 Water Pollution Control. Add to this section, "Surface runoff water, includinc 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 [6] SP7OF45 Department or can be found on the City's website at www.newportbeachca.gov/publicworks and clicking on permits, then selecting the link Construction Runoff Guidance Manual. Additional information can be found at www.cleanwaternewport.com." [7l SP8OF45 7-8.6.2 Best Management Practices (BMPs). Add to this section: The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site 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. i. Provide settling tanks (baker tank) for any tidal, ground, storm drain and/or surface water encountered during the course of Construction. 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. 7-8.6.4 Dewatering. Delete subsection in total and substitute with the following "Dewatering shall be performed by the Contractor as necessary for construction of the Work and shall include tidal influence, ground, storm drain and surface water. Dewatering shall be performed in conformance with NPDES Permit No. CAG918002 and/or NPDES Permit CAG998001 as defined by the location of the Construction site and all other applicable local, state and Federal laws and permits issued by jurisdictional regulatory agencies. Permits necessary for treatment and disposal of accumulated water shall be obtained by the Contractor. Accumulated water shall be treated prior to disposal as required by a permit. The Contractor shall submit a working drawing and related supporting information per 2-5.3 detailing its proposed plan and methodology of dewatering and treatment and disposal of accumulated water. The plan shall identify the location, type and size of dewatering devices, pits and related equipment, the size and type of materials composing the collection system, the size and type of equipment to be used to retain and treat accumulated water, and the proposed disposal locations. The proposed disposal location will be either a storm drain system or receiving body of water as determine by the location of the Construction site. The Contractor shall provide the minimum number of pits necessary to allow for the construction and not affect areas outside the work zone." 7-8.6.5 Payment. Delete Subsection in total and substitute with the following: "Unless otherwise provided in the specifications, no payment for implementation and maintenance of BMPs shall be considered. The cost thereof shall be considered as SP9OF45 included in the price bid for the construction or installation of the items to which implementation and maintenance of BMPs is required, incidental or appurtenant. Said cost shall also include full compensation for all labor and materials including required disposal of materials. Payment for dewatering shall be included with the Hydrodynamic Separation Unit as specified in the Special Provisions. Said cost shall also include full compensation for all labor and materials including implementation and maintenance." 7-8.7.2 Steel Plates. "Steel plates utilized for trenching shall be the slip resistant type per Caltrans Standards. In addition, steel plates utilized on arterial highways shall be pinned and recessed flush with existing pavement surface." 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 (W.A.T.C.H.), 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)." 7-10.3 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 - a traffic control plan and detour plans(s) for each street and parking lot. The Contractor shall be responsible for processing and obtaining approval of a traffic control plans from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan. Traffic control plans shall conform to the provisions of the Work Area Traffic Control Handbook (W.A.T.C.H.), Latest Edition. Traffic control and detours shall incorporate the following items: 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 refiectorized and/or lighted. 191 SP 10 OF 45 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, at (949) 718- 3468 and all affected property owners. At a minimum, the Contractor shall maintain one lane of traffic in each direction when completing their work. Sidewalk closures in non-residential areas, or as determined by the City, shall be set with barricades and SIDEWALK CLOSED signs on barricades at the closure and SIDEWALK CLOSED USE OTHER SIDE signs on barricades at the closest crosswalk or controlled intersection. 7. Sidewalk closures in residential areas, or as determined by the City, shall be set with barricades and SIDEWALK CLOSED signs on barricades at the closure 8. Bike lane closures shall have BIKE LANE CLOSED AHEAD, BIKE LANE CLOSED, and SHARE THE ROAD/BICYCLE WARNING (combination) signs mounted on barricades in order on the approach and at the closure." 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." Add the following Section 7-10.5 "No Parking" Signs 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 by the City at no cost to the Contractor. However, the City reserves the right to charge $2.00 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 City of Newport Beach [10] SP 11 OF 45 "Temporary Tow -Away, No Parking" signs are 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 non -erase letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. Add the following Section 7-10.6 "Street Sweeping Signs and Parking Meters' 7-10.6 Notices to Residents and Businesses. Ten working days prior to starting work, the Contractor shall deliver a construction notice to all residents and businesses within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the notice. Forty-eight hours prior to the start of construction, the Contractor shall distribute to the residents and businesses a second written notice prepared by the City clearly indicating specific dates in the space provided on the notice when construction operations will start for each block or street, what disruptions may occur, and approximately when construction will be complete. An interruption of work at any location in excess of 14 calendar days shall require re -notification. The Contractor shall insert the applicable dates and times at the time the notices are distributed. The written notices 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 furnished by the City. 7-10.7 Street Sweeping Signs and Parking Meters. After posting temporary "NO - PARKING -TOW AWAY" signs, the Contractor shall cover street sweeping signs and parking meters, on those streets adjacent to the construction with a "PERMIT PARKING ONLY" sign, in a manner approved by the Engineer. The contractor shall also cover all street sweeping signs on the opposite side of the street from where he has posted the "PERMIT PARKING ONLY" signs, in a manner approved by the Engineer. Immediately after construction is complete and the alley is opened to traffic, the Contractor shall remove all signs and uncover the street sweeping signs. City of Newport Beach "PERMIT PARKING ONLY" signs are available from the Engineer. Add the following Sections: 7-15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a General "A" Engineering Contractor's License. At the start of work and until completion of work, the Contractor and all Sub -contractors shall possess a valid Business License issued by the City of Newport Beach. SP 12 OF 45 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. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the "As -Built" drawings. The "As -Built' 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." Add the following Section: 7-19 STORM DRAIN FLOW BY-PASS SYSTEM As a part of this project, the Contractor will be responsible for the temporary by-pass of the storm drain system. The Contractor shall bypass all storm drain flows during storm drain related construction operations, as required. The Contractor shall at all times be responsible for the operation of the bypass system, including furnishing the necessary equipment and making arrangements to obtain power as required. If pumping is required, the system shall be designed to handle 120% of the peace flow as specified by the City. The effluent level in the bypass pumping manhole shall not be allowed to rise more than 1 foot above the crown of the incoming storm drain pipe. Plans for bypassing shall be submitted by the Contractor to the City for approval prior to related construction activity, allowing at least 10 working days for review and return of comments. Approval by the City does not in any way relieve the Contractor of its responsibilities provided for in this section of any public liability for storm drain spills under this Contract. The cost thereof shall be considered as included in the price bid for the construction or installation of the items to which providing storm drain flow by-pass is incidental or appurtenant" SECTION 9 ---MEASUREMENT AND PAYMENT FIIil7_Y/1142 9-3.1 General. Revise paragraph two to read: "The unit and lump sum prices bid for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not [12] 61ZtGX61X111 separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization and Demobilization: Work under this item shall include providing submittals, bonds, insurance and financing, attending all meetings, establishing a field office (if necessary), providing and maintaining 6' high construction chain link fence with screen, preparing the BMP Plan and construction schedule, and all other related work as required by the Contract Documents. It shall also include work to demobilize from the project site including but not limited to site cleanup, removing construction chain link fence, removing all USA Markings and Restore Pavement Surfaces to pre -construction conditions (Sandblasting is not permitted) and providing any required documentation as noted in these Special Provisions. Item No. 2 Traffic Control: Work under this item shall include delivering all required notifications, posting signs and all costs incurred notifying residents. In addition, this item includes, providing the traffic control required for the project including, but not limited to signs, cones, barricades, flashing arrow boards and changeable message signs, K -rail, temporary striping, flagpersons, etc. This item includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, Latest edition, and City of Newport Beach Requirements. Item No. 3 Surveying Services: Work under this item shall include surveying including restoring all survey monuments and centerline ties disturbed, construction staking, and all other items as required to complete the work in place. The Contractor's Licensed Surveyor shall file the required Record of Survey or Corner Records with the County of Orange upon monument restoration. Item No. 4 Furnish and Install a Hydrodynamic Separation Unit by CDS (Model CDS3030) at the Channel Place Park Location, per Manufacturer's Specifications and Requirements (Screen Aperture = 4700 Microns (0.185")): Work under this item shall include providing all labor, equipment, materials and incidentals required to offload and install the unit and appurtenances per Manufacturer's specifications and requirements and as shown on the plans including but not limited to, turf removal, exposing utilities in advance of work, excavation, shoring, false work, temporary patching or plating, control of storm drain, subsurface and surface water, backfill, compaction, disposing of excess excavated materials, installing base, shaft, grade rings, manhole frames and covers, connections to facilities, removal, abandonment, protection and/or adjusting existing utilities or improvements unless otherwise noted on the plans, temporary and permanent support of utilities, and all other work items as required to complete the work in place. The Contractor shall also provide a cleaning and debris removal demonstration once construction is substantially completed and ready to be accepted by the City with Manufacturer personnel in attendance. See Appendix 1 for Pre - Excavation Environmental Assessment Report dated March 31, 2014, prepared by Avocet Environmental, Inc. (Project No. 1370.001). [13] SP 14 OF 45 Item No. 5 Furnish and Install a Hydrodynamic Separation Unit by BIO CLEAN (Model NSBB-4-6.5-72) with stainless steel screen, BioSorb Hydrocarbon Boom, Skimboss and sliding lid for screen system at the Hyatt Parking Lot Location per Manufacturer's Specifications and Requirements: Work under this item shall include providing all labor, equipment, materials and incidentals required to offload and install the unit and appurtenances per Manufacturer's specifications and requirements and as shown on the plans including but not limited to, pavement removal, exposing utilities in advance of work, excavation, shoring, temporary patching or plating, control of storm drain, subsurface and surface water, backfill, compaction, disposing of excess excavated materials, installing base, shaft, grade rings, manhole frames and covers, connections to facilities, removal, abandonment, protection and/or adjusting existing utilities or improvements unless otherwise noted on the plans, temporary and permanent support of utilities, and all other work items as required to complete the work in place. The Contractor shall also provide a cleaning and debris removal demonstration once construction is substantially completed and ready to be accepted by the City with Manufacturer personnel in attendance. Item No. 6 Furnish and Install a Hydrodynamic Separation Unit by BIO CLEAN (Model NSBB-4-6.5-72) with stainless steel screen, BioSorb Hydrocarbon Boom, Skimboss and sliding lid for screen system at the Hampden Road Location per Manufacturer's Specifications and Requirements: Work under this item shall include providing all labor, equipment, materials and incidentals required to offload and install the unit and appurtenances per Manufacturer's specifications and requirements and as shown on the plans including but not limited to, pavement removal, exposing utilities in advance of work, excavation, shoring, temporary patching or plating, control of storm drain, subsurface and surface water, backfill, compaction, disposing of excess excavated materials, installing base, shaft, grade rings, bolt down type manhole frames and covers, connections to facilities, removal, abandonment, protection and/or adjusting existing utilities or improvements unless otherwise noted on the plans, temporary and permanent support of utilities, and all other work items as required to complete the work in place. The Contractor shall also provide a cleaning and debris removal demonstration once construction is substantially completed and ready to be accepted by the City with Manufacturer personnel in attendance Item No. 7 Furnish and Install Backfill Full Depth with 1 -Sack Slurry 12" Minimum all Around Structure(s) Work under this item shall include but not limited to, installing a 1 -sack slurry all around Hydrodynamic Separation Unit, manhole, junction structure and Diversion Weir Box installed under this contract, and all other work items as required to complete the work in place. Item No. 8 Furnish and Install 24" Manhole Frame and Cover per CNB -112-L and applicable sections of CNB Std -309-L: Work under this item shall include installing manhole, cover and grade rings and all other work items as required to complete the work in place [14] 6*isI6i.»Y Item No. 9 Remove Interfering Portions of Existing Storm Drain: Work under this item shall include removing and disposing of interfering portions of existing storm drain pipe for new work and all other work items as required to complete the work in place. Item No. 10 Construct Pavement Restoration per CNB Std -105-L: Work under this item shall include pavement restoration per CNB Std -105-1- A, B, C, E and F including cold milling the existing asphalt roadway to a depth below existing finished grade as shown on the standards, a 2" minimum AC Finish Course, tack coating, restripe traffic lanes/markings within removal area and all other traffic striping damaged during construction and all other work items as required to complete the work in place. If unauthorized removals expose wet subgrade conditions, the cost of all remedial work to bridge the pavement shall be borne by the Contractor Item No. 11 Remove and Replace Existing Wheel Stops and Paint Parking Stall Lines at the Hyatt Parking Lot Location to Match Existing: Work under this item shall include removing, storing and protecting existing wheel stops and replacing per industry standards and painting 4" wide white lines to delineate parking stalls (match existing), and all other work items as required for performing the work complete and in place. Item No. 12 Adjust Existing Manhole Frame and Cover to Grade per CNB Std - 111 -L at the Domingo Drive and Begonia Park Locations: Work under this item shall include adjusting, lowering and raising during paving operation, of the manhole frame and cover to grade and all other work items as required to complete the work in place. Item No. 13 Furnish and Install Hydrodynamic Separation Unit by CDS (Model CDS4045) at the Domingo Drive Location, per Manufacturer's Specifications and Requirements (Screen Aperture = 4700 Microns (0.185")): Work under this item shall include providing all labor, equipment, materials and incidentals required to offload and install the unit and appurtenances per Manufacturer's specifications and requirements and as shown on the plans including but not limited to, pavement removal, exposing utilities in advance of work, excavation, shoring, false work, temporary patching or plating, control of storm drain, subsurface and surface water, backfill, compaction, disposing of excess excavated materials, installing base, shaft, grade rings, manhole frames and covers, connections to facilities, removal, abandonment, protection and/or adjusting existing utilities or improvements unless otherwise noted on the plans, temporary and permanent support of utilities, and all other work items as required to complete the work in place. The Contractor shall also provide a cleaning and debris removal demonstration once construction is substantially completed and ready to be accepted by the City with Manufacturer personnel in attendance. See Appendix 2 for Geotechnical Evaluation Report dated December 18, 2013, prepared by LGC (Project No. 13073-01). Item No. 14 Construct Flat Invert, Steel Reinforced P.C.C. Diversion Weir Box (L=12', H=4', S=4') at the Domingo Drive Location per CALTRANS Stds. D80 and D82 and SSPWC Standard Plan 323-2: Work under this item shall include but not limited to, [15j SP 16 OF 45 pavement removal, exposing utilities in advance of work, excavation, shoring, temporary patching or plating, control of ground, storm drain and surface water, backfill, compaction, disposing of excess excavated materials, installing base, shaft, grade rings, manhole frame and cover, connections to existing facilities, protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, and all other work items as required to complete the work in place. Item No. 15 Construct P.C.C. Weir (Hw=1.63', A=600) at the Domingo Drive location: Work under this item shall include constructing P.C.C. weir per detail on plan and all other work items as required to complete the work in place. Item No. 16 Furnish and Install 30" Manhole Frame and Cover per CNB -1 14-L and applicable sections of CNB Std -309-L: Work under this item shall include installing manhole, cover and grade rings and all other work items as required to complete the work in place Item No. 16A Furnish and Install 30" Bolt Down Type Manhole Frame and Cover per CNB -1 14-L and applicable sections of CNB Std -309-L: Work under this item shall include installing manhole, cover and grade rings and all other work items as required to complete the work in place. Item No. 17 Construct Blockout in P.C.C. Diversion Weir Box: Work under this item shall include coordinating with the Manufacturer's Specifications and Requirements in constructing one inlet and one outlet blockout as required to match CDS unit including additional rebar per details on plan and all other work items as required to complete the work in place. Item No. 18 Remove and Construct P.C.C. Type A Curb and Gutter: Work under this item shall include sawcutting, removing and disposing of the existing curb and gutter, including 1' wide minimum AC slot patch for work, compacting subgrade, constructing P.C.C. curb and gutter, installing full depth AC slot patch with Type III -C3 - PG 64-10, 1/2" maximum Asphalt Concrete material, , re -chiseling of curb face for existing underground utilities, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Gutter width shall match existing and gutter hike shall be adjusted to match existing. Item No. 19 Remove and Construct 4 -Inch Thick P.C.C. Sidewalk per CNB -180-L: Work under this item shall include sawcutting, removing and disposing of the existing sidewalk, subgrade compaction, constructing the 4 -inch thick P.C.C. sidewalk, and all other work items as required to complete the work in place. Item No. 20 Furnish and Install Hydrodynamic Separation Unit by CDS (Model CDS5678-8-F) at the Begonia Park Location, per Manufacturer's Specifications and Requirements (Screen Aperture = 4700 Microns (0.185")): Work under this item shall include providing all labor, equipment, materials and incidentals required to offload and install the unit and appurtenances per Manufacturer's specifications and requirements [161 SP 17 OF 45 and as shown on the plans including but not limited to, turf removal, exposing utilities in advance of work, excavation, shoring, false work, temporary patching or plating, control of ground, tidal, storm drain and surface water, backfill, compaction, disposing of excess excavated materials, installing base, shaft, grade rings, manhole frames and covers, connections to facilities, protection of existing utilities or improvements unless otherwise noted on the plans, temporary and permanent support of utilities, and all other work items as required to complete the work in place. The Contractor shall also provide a cleaning and debris removal demonstration once construction is completed and ready to be accepted by the City with City and Manufacturer personnel in attendance. See Appendix 3 for Geotechnical Evaluation Report dated December 18, 2013 prepared by LGC (Project No. 13073-01). Item No. 21 Construct Flat Invert, Steel Reinforced P.C.C. Diversion Weir Box (L=10', H=5', S=6') at the Begonia Park Location per CALTRANS Stds. D80 and D82 and SSPWC Standard Plan 323-2: Work under this item shall include but not limited to, pavement removal, exposing utilities in advance of work, excavation, shoring, temporary patching or plating, control of ground, storm drain and surface water, backfill, compaction, disposing of excess excavated materials, installing base, shaft, grade rings, manhole frame and cover, connections to existing facilities, protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, and all other work items as required to complete the work in place. Item No. 22 Construct P.C.C. Weir (Hw=2', A=72°) at the Begonia Park Location: Work under this item shall include constructing P.C.C. weir per detail on plan and all other work items as required to complete the work in place. Item No. 23 Construct Storm Drain Manhole: Work under this item shall include constructing a manhole per CNB Std -307-1- including but not limited to exposing utilities in advance of work, excavation, shoring, temporary patching or plating, control of ground, storm drain and surface water, backfill, compaction, disposing of excess excavated materials, installing base, shaft, grade rings, manhole frames and covers, installing 36" pipe, potholing of all existing utilities, connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, and all other work items as required to complete the work in place. Item No. 24 Furnish and Install 36 -inch HDPE Storm Drain with Water Tight Joints: Work under this item shall include, but not be limited to, installing all pipe material including exposing utilities in advance of excavation operations, trench excavations, shoring, bracing, temporary patching or trench plates, controlling ground, tidal, storm drain and surface water, subgrade compaction, installing pipe, placing bedding and crushed miscellaneous base, connecting to facilities, protecting existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. [17] SP 18 OF 45 Item No. 25 Remove Existing Curb and Gutter and Construct 4" P.C.C. Type A Curb and Gutter: Work under this item shall include sawcutting, removing and disposing of the existing curb and gutter, including 1' wide minimum AC slot patch for work, compacting subgrade, constructing P.C.C. curb and gutter, including five foot transition, installing full depth AC slot patch, re -chiseling of curb face for existing underground utilities, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Gutter width shall match existing and gutter hike shall be adjusted to match existing. Item No. 26 Construct Removable Bollard per CNB Std -917-1- and Std -918-L: Work under this item shall include constructing and installing removable bollards per City standards including, but not limited to, excavation, compaction, and all other work items as required to complete the work in place. Item No. 27 Remove Existing P.C.C. Sidewalk: Work under this item shall include sawcutting, removing and disposing of the existing sidewalk, subgrade compaction, and all other work items as required to complete the work in place. Item No. 28 Remove Existing and Furnish and Install Sod to Match Existing: Work under this item shall include, but not be limited to, removing and disposing of the existing turf, regarding work area to existing conditions while maintaining positive drainage, preparation and compaction of subgrade, including providing class "A" top soil (6" minimum) and installing MARATHON II sod and all other work items as required to complete the work in place. Item No. 29 Construct 6" Thick P.C.C. Pad: Work under this item shall include excavation, subgrade compaction, placing base, constructing the 6 -inch thick P.C.C. pad per plan, and all other work items as required to complete the work in place. Item No. 30 Remove and Install Irrigation System: Work under this item shall include, but not be limited to, abandoning interfering portions of the existing irrigation system and appurtenances and constructing a new irrigation system and appurtenances (matching existing and/or per City requirements). It is the Contractor's responsibility to examine the site and determine the damage incurred by its work or modifications required. Improvements include, but are not limited to, connecting the new service to the existing service, relocating or adding new heads, valves and valve boxes, (match existing) adjusting, lowering and raising the existing irrigation and electrical system as needed. The Contractor shall make sure that the new system provides 100% coverage to the satisfaction of the Engineer and all other work items as required to complete the work in place. Item No. 31 Remove and Replace Signs: Work under this item shall include, but not be limited to, removing existing signs and posts and relocate existing signs with new post at a location determined in the field by the Engineer. All new posts shall be furnished and installed by the Contractor. Sign post installed in turf areas shall be 4"x4" post per Table 204-1.2 (A). Post shall match existing height and shall be embedded a [18] SP 19 OF 45 minimum of 24 inch below finish surface. Sign post installed in P.C.C. shall be 2" galvanized square tubing (Qwik-Punch or Equal). Anchor shall be 2.5" square tubing (one size larger) and embedded a minimum of 30 inch below finish surface. When two signs are installed on one post, the signs shall be installed in the proper standard vertical positions unless otherwise directed by the Engineer. Regulatory, Warning and Guide signs shall be posted above parking restriction signs. The City shall determine the proper order for multiple signs. Sign panels shall not be overlapped. Item No. 32 Construct Flat Invert, Steel Reinforced P.C.C. Diversion Weir Box (L=10', H=4', S=6') at the Channel Place Park location per CALTRANS Stds. D80 and D82 and SSPWC Standard Plan 323-2: Work under this item shall include but not limited to, pavement removal, exposing utilities in advance of work, excavation, shoring, temporary patching or plating, control of ground, storm drain and surface water, backfill, subgrade compaction, disposing of excess excavated materials, installing base, shaft, grade rings, manhole frame and cover, connections to existing facilities, protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, and all other work items as required to complete the work in place. Item No. 33 Construct P.C.C. Weir (Hw=1'-2", A=56°) at the Channel Place Park location: Work under this item shall include constructing P.C.C. weir per detail on plan and all other work items as required to complete the work in place. Item No. 34 Remove Existing Curb and Gutter and Driveway and Construct Driveway Approach per CNB Std -160 -L-A: Work under this item shall include sawcutting, removing and disposing of the existing curb, gutter and driveway, including 1' wide minimum AC slot patch for work, subgrade compaction, constructing 9" reinforced P.C.C. driveway approach, installing full depth AC slot patch with Type III -C3 - PG 64-10, 1/2" maximum Asphalt Concrete material, re -chiseling of curb face for existing underground utilities, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Gutter width shall match existing and gutter hike shall be adjusted to match existing. Item No. 35 Construct 6" Thick P.C.C. Sidewalk: Work under this item shall include subgrade compaction, placing base, constructing the 6 -inch thick P.C.C. sidewalk per plan and all other work items as required to complete the work in place. Item No. 36 Provide As -Built Drawings. Work under this item shall include all actions necessary to provide as -built drawings. These drawings must be kept up to date and submitted to the Engineer for review prior to request for payment. An amount of $5,000 is determined for this bid item. The intent of this pre-set amount is to emphasize to the Contractor the importance of as -build drawings. 9-3.2 Partial and Final Payment. Delete the third paragraph and replace with the following: "From each progress estimate, five (5) percent will be retained by the Agency, and the remainder less the amount of all previous payments will be paid." [19] SP 20 OF 45 Add to this section: "Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." [20] PART 2 CONSTRUCTION MATERIALS SECTION 201 --- CONCRETE MORTAR AND RELATED MATERIALS 200-1 ROCK PRODUCTS 200-1.1 General. Add to this section: "In accordance with the provisions of Section 20676 of the State of California Public Contract Code, it shall be mandatory upon the Contractor to whom the Contract is awarded, and upon all subcontractors and suppliers under it, to obtain all construction aggregate, sand, gravel, crushed stone, road base, fill materials, and any other mineral materials, including those used in other construction materials such as asphalt concrete and Portland cement concrete, from a supplier that is included on the most current Office of Mine Reclamation AB3098 List. Failure to identify the supplier and the mine may result in rejection of the submittal, and any work completed using materials from an unlisted mine will be SUBJECT TO REJECTION. All rock used shall be per the drawings or manufacturer requirements or specifications." 201-1 PORTLAND CEMENT CONCRETE 201-1.1.2 Concrete Specified by Class. Add to this section: "Portland Cement concrete for construction shall be Class 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." 201-7 NON -MASONRY GROUT 201-7.2 Quick Setting Grout. Add to this section: "The Contractor shall grout the area between a reinforced concrete structure and pipe with a quick setting grout. The Contractor shall use Sika Grout 212 a non -shrink, non-metallic grout by Sika Chemical Company or approved equal or as directed by the manufacturer." [21 SECTION 206 - MISCELLANEOUS METAL ITEMS Add Section 206-7 Sign Post 206-7 SIGN POST Sign post installed in P.C.C. shall be 2" galvanized square tubing with holes on all 4 sides (Qwik-Punch or Equal). Anchor shall be 2.5" square tubing (one size Larger) galvanized after fabrication and embedded a minimum of 30 inch below finish surface. Steel posts shall conform to the standard specifications for hot rolled carbon sheet steel, commercial quality, ASTM DES A-569-72, (in line galvanized zinc coating) and have a cross linked polyurethane acrylic exterior coating. 12 gauge square tube shall have 7/16" diameter holes, V on center. SECTION 207 ---PIPE 207-2 REINFORCED CONCRETE PIPE (RCP) 207-2.1 General. These specifications apply to reinforced concrete pipe intended to be used for the construction of storm drains, sewers, and related structures. 207-2.5 Joints. Add to this section: "All storm drain joints shall be sealed with an external joint sealer for pre -cast concrete. The joint sealer shall consist of a reinforced collar composed of rubberized mastic formulated to bond into the pores of the concrete. The joint sealer shall also have embedded steel straps. The Contractor shall use Mar Mac "Mac Wrap" or approved equal. Mar Mac Manufacturing Company may be contacted at (800) 845-6962." SECTION 214 --- PAVEMENT MARKERS 214-4 NONREFLECTIVE PAVEMENT MARKERS Add to this Section: "All new non -reflective pavement markers types A and AY shall be ceramic." 214-5 REFLECTIVE PAVEMENT MARKERS Add to this Section: "All new reflective pavement markers shall have glass -covered reflective faces or be 3M Series 290." [22j SP 23 OF 45 SECTION 212 - LANDSCAPE AND IRRIGATION MATERIALS 212-1 LANDSCAPE MATERIALS 212-1.1 Topsoil. 212-1.1.1 General. Delete subsection in total and substitute with the following: 'Topsoil shall be designated as Class A (imported). Topsoil shall be transported from the source to its final position unless otherwise directed by the Engineer. 212-2 IRRIGATION SYSTEM MATERIALS 212-2.1 Pipe and Fittings. 212-2.1.1 General. Delete subsection in total and substitute with the following: "All new pipe materials and fittings shall be PVC SCH 40 or as determined in the field by the Engineer and shall comply with the applicable specifications:" 212-2.2 Valves and Valve Boxes 212-2.2.1 General. Delete subsection in total and substitute with the following "All new valves shall be of the same size, type, and capacity as the existing or as determined in the field by the Engineer and shall comply with the applicable specifications." 212-2.2.7 Valve Boxes. Delete subsection in total and substitute with the following "All new Valve boxes and covers shall be of the same size and type as the existing or as determined in the field by the Engineer and shall comply with the applicable specifications." 212-3 ELECTRICAL MATERIALS. 212-3.1 General. Delete subsection in total and substitute with the following "The contractor shall furnish and install all new electrical equipment and materials required for a complete electrical system while maintaining continuity with the existing system. All new equipment and materials shall comply with the requirements of the governing code and the City and shall be approved and identified by Underwriters Laboratories, Inc. (UL). [23] SP 24 OF 45 Add Section 215 Storm Water Treatment Device SECTION 215 --- STORM WATER TREATMENT DEVICE Contech Storm Water Solutions (CDS) 215-1 DESCRIPTION A. Scope The Contractor shall furnish all labor, equipment and materials necessary to install the Hydrodynamic Separation Unit (unit) by CDS and appurtenances specified in the Drawings and these specifications. 215-2 QUALITY ASSURANCES A. Inspection All components shall be subject to inspection by the Engineer at the place of manufacture and/or installation. All components are subject to be rejected or identified for repair if the quality of materials and manufacturing do not comply with the requirements of this specification. Components which have been identified as defective may be subject for repair. Final acceptance of the component is contingent upon the discretion of the Engineer. B. Warranty The unit's components shall be guaranteed against all manufacturer originated defects in materials or workmanship for a period of twelve (12) months from the date of substantial completion for installation. The work performed by the Contractor shall in no way void the manufacturer's warranty. The Warranty shall be in the Name of the City of Newport Beach. The manufacturer shall be notified of repair/replacement issues in writing within the referenced warranty period. The manufacturer shall, upon its determination of repair, correct or replace any manufacturer originated defects identified by written notice within the referenced warranty period. The manufacture and/or Contractor shall provide all labor and materials necessary to repair, correct or replace the defects within the 12 month period. The use of CDS components shall be limited to the application for which it was specifically designed. C. Manufacturer's Performance Certificate The manufacturer shall submit to the Engineer a "Manufacturer's Performance Certification" certifying that each unit is capable of achieving the specified removal efficiencies as listed in these specifications. The certification shall be supported by independent third -party research. [24j SP 25 OF 45 215-3 SUBMITTALS A. Shop Drawings The contractor shall prepare and submit shop drawings in accordance with 2-5.3. The shop drawings shall detail horizontal and vertical dimensioning, reinforcement and joint type and locations. 215-4 MATERIALS AND DESIGN A. Precast Concrete Components Precast concrete components shall conform to applicable sections of ASTM C 478, ASTM C 857 and ASTM C 858 and the following: 1. Concrete shall achieve a minimum 28 -day compressive strength of 4,000 pounds per square -inch (psi); 2. Unless otherwise noted, the precast concrete sections shall be designed to withstand lateral earth and AASHTO H-20 traffic loads; 3. Cement shall be Type III Portland Cement conforming to ASTM C 150; 4. Aggregates shall conform to ASTM C 33; 5. Reinforcing steel shall be deformed billet -steel bars or welded steel wire conforming to ASTM A 615 or A 185, respectively; 6. Joints shall be sealed with preformed joint sealing compound conforming to ASTM C 990 and 7. Shipping of components shall not be initiated until a minimum compressive strength of 4,000 psi is attained or five (5) calendar days after fabrication has expired, whichever occurs first. B. Internal Components and Appurtenances Internal Components and appurtenances shall conform to the following: 1. Screen and support structure shall be manufactured of Type 316 and 316L stainless steel conforming to ASTM F 1267-01; 2. Hardware shall be manufactured of Type 316 stainless steel conforming to ASTM A 320; 3. Fiberglass components shall conform to the National Bureau of Standards PS -15 and coated with an isophalic polyester gelcoat 4. Access system(s) conform to the following: Manhole castings shall be pressure type manhole frame and cover. [25] SP 26 OF 45 215-5 PERFORMANCE 15=24111 =W 24097709-7, 1. The unit shall be capable of achieving an 80 percent average annual reduction in the total suspended solid load. 2. The unit shall be capable of capturing and retaining 100 percent of pollutants greater than or equal to 2.4 millimeters (mm) regardless of the pollutant's specific gravity (i.e.: floatable and neutrally buoyant materials) for flows up to the device's rated -treatment capacity. The unit shall be designed to retain all previously captured pollutants addressed by this subsection under all flow conditions. 3. The unit shall be capable of capturing and retaining total petroleum hydrocarbons. The unit shall be capable of achieving a removal efficiency of 92 and 78 percent when the device is operating at 25 and 50 percent of its rated -treatment capacity. These removal efficiencies shall be based on independent third -party research for influent oil concentrations representative of storm water runoff (20 ± 5 mg/L). The unit shall be greater than 99 percent effective in controlling dry -weather accidental oil spills. The unit shall be capable of utilizing sorbent media to enhance removal and retention of petroleum based pollutants. B. Hydraulic Capacity 1. The unit shall provide a rated -treatment capacity, which is consistent with governing water treatment regulations. At its rated -treatment capacity, the device shall be capable of achieving greater than 65 percent removal of particles typically found in roadside sediments. This removal efficiency shall be supported by independent third -party research utilizing samples consistent with the NURP gradation or finer. 2. The unit shall maintain the peak conveyance capacity of the drainage network as defined by the Engineer. C. Storage Capaci 1. The unit shall be designed with a sump chamber for the storage of captured sediments and other negatively buoyant pollutants in between maintenance cycles. The minimum storage capacity provided by the sump chamber shall be in accordance with the volume listed in Table 1. The boundaries of the sump chamber shall be limited to that which do not degrade the unit's treatment efficiency as captured pollutants accumulate. The sump chamber shall be separate from the treatment processing portion(s) of the unit to minimize the probability of fine particle re -suspension. In order to not restrict the Owner's ability to maintain the unit, the minimum dimension providing access from the ground surface to the sump chamber shall be 20 inches in diameter. [26] 2. The unit shall be designed to capture and retain Total generated by wet -weather flow and dry -weather gross spills capacity provided by the unit shall be in accordance with the below. [271 SP 27 OF 45 Petroleum Hydrocarbons The minimum storage volume listed in Table 1 SP 28 OF 45 TABLE 1 Storm Water Treatment Device Hydraulic and Storage Capacities CDS Model* Treatment Capacity (cfs)/(L/s) Minimum Sump Storage Capacity (yd3)/ (m3) Minimum Oil Storage Capacity (gal)/(L) CDS2015-4-C 0.7 19.8 0.9(0.7) 61 232 CDS2015-5-C 0.7 19.8 1.5(1.1) 83 313 CDS2020-C 1.1 31.2 1.5(1.1) 99 376 CDS2025-C 1.6 45.3 1.5(1.1) 116 439 CDS3020-C 2.0 56.6 2.1(1.6) 184 696 CDS3025-C 2.4 68.0 2.1(1.6) 210 795 CDS3030-C 3.0 85.0 2.1 1.6 236 895 CDS3035-C 3.8 106.2 2.1(1.6) 263 994 CDS4030-C 4.5 127.4 5.6(4.3) 426 1612 CDS4040-C .0 169.9 5.6(4.3) 520 1970 CDS4045-C 7.5 212.4 5.6(4.3) 568 2149 CDS5640-C .0 254.9 8.7(6.7) 758 2869 CDS5653-C 14.0 396.5 8.7(6.7) 965 3652 CDS5668-C 19.0 538.1 8.7(6.7) 1172 4435 CDS5678-C 25.0 708 8.7(6.7) 1309 4956 CDS2015-5-F 0.7 19.8 1.5 1.1 109 413 CDS2020-5-F 1.1 31.2 1.5 1.1 142 538 CDS2025-5-F 1.6 45.3 1.5 1.1 153 579 CDS3020-6-F 2.0 56.6 2.1(1.6) 202 765 CDS3030-6-F 3.0 85.0 2.1(1.6) 288 1089 CDS3035-6-F 3.8 106.2 2.1 1.6 327 1236 CDS4030-7-F 4.5 127.4 4.3(3.3) 02 1522 CDS4040-7-F 6.0 169.9 4.3(3.3) 500 1892 CDS4045-7-F 7.5 212.4 4.3(3.3) 543 2056 CDS5640-8-F .0 254.9 5.6(4.3) 554 2098 CDS5653-8-F 14.0 396.5 5.6(4.3) 720 2727 CDS5668-8-F 19.0 538.1 5.6(4.3) 859 3252 CDS5678-8-F 25.0 708 15.6(4.3) 1081 4091 CDS3030-V 3.0 85.0 1.5 1.1 N/A CDS5042-V 9.0 254.9 1.6(1.2) N/A CDS5050-V 11.0 311.5 1.6(1.2) N/A CDS7070-V 26.0 736.3 3.3(2.5) N/A CDS10060-V 30.0 849.6 7.1 5.4 N/A CDS10080-V 150.0 1416.0 7.1 5.4 N/A CDS100100-V 64.0 1812.5 7.1 5.4 N/A *Note that system internals for the "-C" and "-F" models can be put in larger manholes to accommodate site demands which may change standard capacities listed above RE SP 30 OF 45 215-6 MANUFACTURER The manufacturer of the unit shall be one that is regularly engaged in the engineering design and production of systems deployed for the treatment of storm water runoff for at least five (5) years and which have a history of successful production, acceptable to the Engineer. In accordance with the Drawings, the unit(s) shall be a CDS® device manufactured by: CONTECH Stormwater Solutions 9025 Centre Pointe Dr., Suite 400 West Chester, OH 45069 (866) 551-8325 (toll free) 215-7 HANDLING AND STORAGE 1. The contractor shall exercise care in the storage and handling of the CDS components prior to and during installation. Any repair or replacement costs associated with events occurring after delivery is accepted and unloading has commenced shall be born by the contractor. 215-8 INSTALLATION 1. The unit shall be installed in accordance with the manufacturer's recommendations and related sections of the contract documents. The manufacturer shall provide the contractor installation instructions and offer on- site guidance during the important stages of the installation as identified by the manufacturer at no additional expense. A minimum of 72 hours notice shall be provided to the manufacturer prior to their performance of the services included under this subsection. 2. The contractor shall fill all voids associated with lifting provisions provided by the manufacturer. These voids shall be filled with non -shrinking grout providing a finished surface consistent with adjacent surfaces. The contractor shall trim all protruding lifting provisions flush with the adjacent concrete surface in a manner which leaves no sharp points or edges. Bio Clean 215-9 — GENERAL 1 Scope The Contractor shall furnish all labor, equipment and dual stage Hydrodynamic Separation Unit (unit) by specified in the Drawings and these specifications. [30] materials necessary to install the Bio Clean and appurtenances 1�T00�y 2 Description The unit is used for filtration of stormwater runoff including dry weather flows. The unit is an inline pre-engineered hydrodynamic separation system composed of multiple sediment removal chambers, a screening system designed to capture and store solid debris such as foliage and litter in a dry state, and a skimmer system to remove floating pollutants. 3 Manufacturer The manufacturer of the unit shall be one that is regularly engaged in the engineering design and production of systems developed for the treatment of stormwater runoff for at least (5) years, and which have a history of successful production, acceptable to the engineer of work. In accordance with the drawings, the unit(s) shall be a device manufactured by Bio Clean Environmental Services, Inc., or assigned distributors or licensees. Bio Clean Environmental Services, Inc. can be reached at: Corporate Headquarters: 2972 San Luis Rey Road Oceanside, CA 92058 Phone: (760) 433-7640 Fax: (760) 433-3176 www.biocleanenvironmental.net 4 Submittals 4.1 Submittal drawings are to be provided with each order to the Contractor and Engineer. 4.2 Submittal drawings are to detail the unit and all components required and the sequence for installation, including: System configuration with primary dimensions Interior components Any accessory equipment called out on submittal drawings 4.3 Inspection and maintenance documentation will be submitted to the Engineer. 5 Work Included 5.1 Specification requirements for installation of unit. 5.2 Manufacturer to supply components of the unit(s): Concrete structure (chambers) Internal components Risers, hatches, and manholes optional 6 Reference Standards [31 j SP 32 OF 45 STM A 615 Standard Specifications for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement STM F 716.07 Standard Test Methods for Sorbent Performance of Absorbents STM D 3787 Standard Test Method for Bursting Strength of Textiles -Constant - Rate -of -Traverse (CRT) Ball Burst Test 215-10 — COMPONENTS The unit and all of its components shall be self-contained within a concrete structure constructed with a minimum 28 day compressive strength of 5,000 psi, with reinforcing per ASTM A 615, Grade 60, and supports a minimum H-20 loading as indicated by AASHTO. All seams and connection points shall be sealed water tight with non -shrink grout in accordance with manufactures recommendations and project specifications. 1 Screening System 1.1 Screen Frame shall be constructed of stainless steel grade 316. All joints and seams are to be welded or fastened together with stainless steel hardware. All sides of screen frame shall be fixed. The top section of the screen frame shall have one of the following, open top, hinged top section, or a track guided sliding top section per drawings. The bottom section of the basket frame shall be a minimum of 3.5" above static water line and use a series of hinges to allow the bottom section to open to allow access to the sediment chambers located below in the lower portion of unit. The screen frame shall be located below the access hatches to allow access for maintenance. The screen frame shall be secured to the concrete baffle(s) with a minimum of 2 brackets and 4 bolts. 1.2 Screens shall be manufactured of flattened expanded stainless steel grade 316 . As an alternate, the screen system may also be manufactured of perforated stainless steel or aluminum of the same grade mentioned previously. The screen shall be attached to the screen frame by sandwiching the screen to the screen frame between a series of aluminum or stainless steel angle beams and welded in place. 1.3 Skimmer System The skimmer system shall be mounted to the skimmer wall and located between the end of the screening system and the outlet pipe. Skimmer wall shall be constructed of concrete with a minimum 28 day compressive strength of 5,000 psi, with reinforcing per ASTM A 615, Grade 60. 1.4 Storm Boom Housing shall be constructed of a stainless steel grade 316 frame with flattened expanded stainless steel grade 316 screen system. Housing shall have a hinged top section. Screen shall be attached to the Storm Boom Housing Frame by sandwiching the screen to the stainless steel frame between a series of stainless steel [32j SP 33 OF 45 angle beams and welded in place. Storm Boom Housing shall be secured to the skimmer wall with stainless steel hardware. 1.5 Storm Boom Storm Boom media shall be made of granulated oil absorbing polymers that have been tested in accordance with section 11.2 of ASTM F 716.07. Polymer granules must meet performance absorption standards in section 03.01.04. Boom netting shall be 100% polyester with a number 16 sieve size, and strength tested per ASTM D 3787. 1.6 Sediment Removal Chambers 1.7 Baffle Walls shall be constructed of concrete with a minimum 28 day compressive strength of 5,000 psi, with reinforcing per ASTM A 615, Grade 60. 1.8 Turbulence Deflectors shall be manufactured of 100% marine grade polyester resin and fiberglass strands and be mounted to the concrete baffles with stainless steel hardware. The turbulence deflectors should be sized to effectively eliminate scouring and re -suspension of previously captured sediments in the sediment removal chambers and creates a flow pattern that encourages suspended solids in influent flows to settle out and accumulate at the bottom of the unit. 1. The all fiberglass deflectors must be coated with a polyester gel coating with ultra violet inhibitors incorporated into the coating for maximum ultra violet protection. 2. Fiberglass must have a minimum thickness of 3/16". 1 General 2 Function - The unit is a pre-engineered inline hydrodynamic separation system composed of multiple sediment removal chambers, a screening system designed to capture and store solid debris such as foliage and litter in a dry state above the static water line, and a skimmer system to capture oils, grease, and floating pollutants. 3 Removal Efficiencies - The unit shall be capable of achieving a minimum of 80% total suspended solids removal (of the size fractions typical for urban runoff) from the design flow rate. The unit must be capable of capturing and retaining 100% of all materials greater than or equal to a specific size as required by state and local regulations and at flow rates listed on submittal drawings. The unit shall be capable of capturing and retaining 90% of oils and grease. The unit shall not release material during flow events greater than the design flow rate. All removal efficiencies shall be tested in accordance with section 3.2. [33) SP 34 OF 45 4 Hydraulic Capacity - The unit shall provide a rated hydraulic capacity, which is consistent with governing water treatment regulations. 5 Storage Capacity - The unit must have multiple sediment removal chambers for storage of sediments and other non-floatable pollutants. The volume of each sediment removal chamber will be called out on the submittal drawings. The unit must have a skimmer to capture floatable pollutants. The skimmer shall be equipped with storm booms per section 2.2.2. The storm boom must be capable of capturing up to 180% of its weight in oils & grease along with other emulsified and free floating hydrocarbons and tested per section 3.2.3. 6 Pollution Separation - The unit must be equipped with a screening system capable of capturing and storing solid debris such as foliage and litter in a dry state above the static water line. The debris captured by the screening system must be stored a minimum of 3.5" above the static water line. The screening system must be located directly under the systems access hatch(s) to allow easy maintenance and removal of captured debris. 411475IMM* /x011111 1 General The installation of the unit shall conform to all applicable national, state, municipal and local specifications. 2 Installation The Contractor shall furnish all labor, equipment, materials and incidentals required to install the unit and appurtenances in accordance with the drawings and these specifications. 2.1 Grading and Excavation site shall be properly surveyed by a registered professional surveyor, and clearly marked with excavation limits and elevations. After site is marked it is the responsibility of the contractor to contact local utility companies and/or DigAlert to check for underground utilities. All grading permits shall be approved by City before commencement of grading and excavation. Soil conditions shall be tested in accordance with the governing agencies requirements. All earth removed shall be transported, disposed, stored, and handled per governing agencies standards. It is the responsibility of the contractor to install and maintain proper erosion control measures during grading and excavation operations. 2.2 Compaction — Shall be to a relative compaction of 90% from the top of the bedding section to 12 inches below pavement subgrade, or finished grade where there is no pavement, and 95% from 12 inches below pavement subgrade to pavement subgrade. [34] SP 35 OF 45 2.3 Backfill - shall be placed according to the manufacturer recommendations and per the City standards, and with a minimum of 12" of gravel under all concrete structures. 2.4 Concrete Structures — After backfill has been inspected by the City and approved the concrete structures shall be lifted and placed in proper position per plans. 3 Shipping, Storage and Handling 3.1 Shipping — The unit shall be shipped to the contractor's address or job site, and is the responsibility of the contractor to offload the unit(s) and place in the exact site of installation. 3.2 Storage and Handling— The contractor shall exercise care in the storage and handling of the unit and all components prior to and during installation. Any repair or replacement costs associated with events occurring after delivery is accepted and unloading has commenced shall be born by the contractor. The unit(s) and all components shall always be stored indoors and transported inside the original shipping container until the unit(s) are ready to be installed. The unit shall always be handled with care and lifted according to OSHA and NIOSA lifting recommendations and/or contractor's workplace safety professional recommendations. 4 Maintenance and Inspection 4.1 Inspection — After installation, the contractor shall demonstrate that the unit has been properly installed at the correct location(s), elevations, and with appropriate components. All components associated with the unit and its installation shall be inspected by the engineer at the place of installation. In addition, the contractor shall demonstrate that the unit has been installed per the manufacturer's specifications and recommendations. All components shall be inspected by a qualified person once a year and results of inspection shall be kept in an inspection log. 4.2 Maintenance — The manufacturer recommends cleaning and debris removal and replacement of the storm booms as needed. The maintenance shall be preformed by someone qualified. A Maintenance Manual will be provided to the City from the manufacturer. The manual has detailed information regarding the maintenance of the unit. A Maintenance/Inspection record shall be kept by the maintenance operator . The record shall include any maintenance activities preformed, amount and description of debris collected, and the condition of the storm booms. 4.3 Material Disposal - All debris, trash, organics, and sediments captured by the unit shall be transported and disposed of at an approved facility for disposal in accordance with local and state requirements. Please refer to state and local regulations for the proper disposal of toxic and non-toxic material. [35] SP 36 OF 45 RilFril��lil�ttlYl'i_F���I3`►T•L�3 1 Warranty The unit's components shall be guaranteed against all manufacturer originated defects in materials or workmanship for a period of twelve (12) months from the date of substantial completion for installation. The work performed by the Contractor shall in no way void the manufacturer's warranty. The Warranty shall be in the Name of the City of Newport Beach. The manufacturer shall be notified of repair/replacement issues in writing within the referenced warranty period. The manufacturer shall, upon its determination of repair, correct or replace any manufacturer originated defects identified by written notice within the referenced warranty period. The manufacture and/or Contractor shall provide all labor and materials necessary to repair, correct or replace the defects within the 12 month period. The unit is limited to recommended application for which it was designed. 2 Performance Certification The manufacturer shall submit to the Engineer a "Manufacturer's Perfomance Certificate" certifying the unit is capable of achieving the specified removal efficiency for suspended solids as typically found in storm water runoff. The manufacture shall also provide a certification from a Licensed Civil Engineer that the unit(s) will remove a minimum of 80% of total suspended solids (of the size fractions typical for urban runoff or as required by local regulations) from the design flow rate. [361 SP 37 OF 45 PART 3 CONSTRUCTION METHODS SECTION 300 ---EARTHWORK KII�aiI���_131i[HJiL�Zr]��13_=11;LC�3 300-1.3 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: http://newportbeachca.gov/index.aspx?paqe=157 and then selecting the link Franchised Haulers List." 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 for Public Works Construction 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 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 shall remove any broken concrete, debris or other deleterious material from the job site at the end of each workday or as directed by the Engineer. All areas of roadway removal and replacement shall have a minimum trench width of 3 -feet to facilitate maximum compaction. Contractor shall meet with the Engineer to mark out the areas of roadway removal and replacement. The Contractor shall dispose of all excess or waste material and shall include all fees for such disposal in the appropriate bid items." 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 %2 inch" of the last sentence with the words "two (2) inches". 300-1.4 Payment. Delete Subsection in total and substitute with the following: "Unless otherwise provided in the specifications, no payment will be made for clearing and grubbing including but not limited to removal of existing street section, concrete curb, walk, gutters, etc. The cost thereof shall be considered as included in the price bid for the construction or installation of the items to which such is required, incidental or [37] SP 38 OF 45 appurtenant. Said cost shall also include full compensation for all labor and materials including required saw cutting, removal and disposal of materials." Add the following Section 301.5 Solid Waste Diversion 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 and provide appropriate confirmation documentation from the recycling facility. All material disposal manifests shall be provided to the Engineer prior to release of final retention." 300-2 UNCLASSIFIED EXCAVATION 300-2.1 General. Add the following: "Unclassified excavation shall include excavating, removing, hauling and disposal of all material including asphalt concrete, concrete base and aggregate base to the subgrade as required to construct the new improvements. Removal of asphalt concrete, concrete base, aggregate base and native soil shall be made at the locations shown on the plans, or as specified in the field by the Engineer. Asphalt pavement shall be removed to clean straight lines by saw cutting. The areas and quantities shown on the plans are given only for the Contractor's aid in planning the Work and preparing bids. The Engineer shall designate the limits to be removed and these designated areas shall be considered to take precedent over the areas shown on the plans. No guarantee is made that areas or quantities shown will equal the areas or quantities designated by the Engineer. Unless directed otherwise by the Engineer stockpiling of removal material will not be allowed in or around the project site." 300-2.9 Payment. Add the following: "Unless otherwise provided for in the specifications, no payment will be made for unclassified excavation. The cost thereof shall be considered as included in the price bid for the construction or installation of the items to which such excavation is required, incidental or appurtenant. Said cost shall also include full compensation for all required saw cutting of removal areas." 300-4 UNCLASSIFIED FILL 300-4.3 Other Fill Material Delete subsection in total and substitute with the following: "Brick rubble, broken asphalt pavement, and broken concrete originating from [38j SP 39 OF 45 the project will be disposed of at the Contractor's expense at an approved landfill or recycling site." 300-4.9 Measurement and Payment. Delete subsection in total and substitute with the following: "Unless otherwise provided for in the specifications, no payment will be made for unclassified backfill. The cost thereof shall be considered as included in the price bid for the construction or installation of the items to which such backfill is required, incidental or appurtenant." r � • 301-1.7 Payment Delete the last paragraph and add the following: "Payment for adjusting manhole frames and covers to grade will be made at the Contract Unit Price for adjusting each manhole frame." 301-2 UNTREATED BASE 301-2.4 Measurement and Payment Delete subsection in total and substitute with the following: "Unless otherwise provided for in the specifications, no payment will be made for untreated base. The cost thereof shall be considered as included in the price bid for the construction or installation of the items to which such untreated base is required, incidental or appurtenant." SECTION 302 ---ROADWAY SURFACING SECTION 302-4 EMULSION -AGGREGATE SLURRY 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 PG 64-10. The A.C. for base course shall be 111 132 PG 64-10. All cracks Y4 -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%2 inches of asphalt (finish course) 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 — [391 SP 40 OF 45 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." 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 3,000 psi." 303-5.5 Finishing 303-5.5.1 General. Add to this section: 'The Contractor shall patch back A.C., P.C.C. and brick within private property as needed for the new work in a manner that matches the adjoining existing private property in structural section, texture and color." 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. A two (2) day notice to the Engineer is required for requests to the City to determine the location of sewer laterals and water services." 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 and adjust the hike up to maintain existing design." 6iffA(S]Y>~9 SECTION 306 UNDERGROUND CONDUIT CONSTRUCTION 306-1 OPEN TRENCH OPERATIONS 306-1.1 Trench Excavation. 306-1.1.1 General. Replace the last sentence in the third paragraph and add the following: "If tidal, storm drain, surface and/or groundwater is encountered, the Contractor shall dispose of it per 7-8.6.4. The trench shall be dewatered to a minimum depth of 12 inches below the outside diameter of pipe or structure. Payment for dewatering shall be included with the Hydrodynamic Separation Unit as specified in the Special Provisions." 306-1.1.6 Bracing Excavations. Add the following: "Unless otherwise provided in the specifications, no payment will be made for trench shoring. The cost thereof shall be considered as included in the price bid for the construction or installation of the items to which such is required, incidental or appurtenant. Said cost shall include full compensation for all required labor and materials, and performing all work as specified to brace excavations or provide an equivalent method for protection of workers per Section 6707 of the California Labor Code. No other measurement or additional compensation will be allowed therefor. The Contractor shall use shoring complying with the CAL/OSHA construction safety orders for constructing the work shown on the plans" 306-1.2 Installation of Pipe 306-1.2.1 Bedding. Replace the second sentence of the second paragraph with the following: `Bedding for pipe shall conform to City Standard Plans and as modified per these specifications. Additional bedding ordered by the Engineer, over the amount indicated on the plans due to unsuitable material, shall be paid for per 3-3." KZIMI_ M. 9111FiTMIT-411741415M i 4 306-1.3.3 Water Densified Backfill Delete Subsection in total and substitute with the following: "Water densified backfill will not be permitted." 306-1.3.4 Compaction Requirements Delete Subsection in total and substitute with the following: "Trench backfill shall be compacted to a relative compaction of 90% from the top of the bedding section to 12 inches below pavement subgrade, or finished grade where there is no pavement, and 95% from 12 inches below pavement subgrade to pavement subgrade." [411 SP 42 OF 45 306-1.5 Trench Resurfacing 306-1.5.1 Temporary Resurfacing Modify as follows: "Temporary pavement resurfacing shall be required for all backfilled trenches at the end of each work day, unless otherwise directed by the Engineer. As used in 306-1.5.1, the word "maintained" shall mean that the Contractor shall provide a relatively smooth surface over the trench free of deformations greater that'/ inch in both transverse and longitudinal directions. Where the trench sags because of inadequate trench compaction, the Contractor shall remove the existing temporary resurfacing, recompact the backfill, and restore the temporary resurfacing. Temporary pavement resurfacing shall in no case remain for more than five working days after final construction of appurtenances on a street. Payment for Temporary asphalt concrete pavement shall be considered to be included in the contract price bid for the construction or installation of the items to which temporary resurfacing is required, incidental or appurtenant. Said cost shall include full compensation for all required labor and materials, and performing all work as specified. No other measurement or additional compensation will be allowed therefor." 306-1.6 Bases of Payment for Open Trench Installations Delete the second paragraph and substitute with the following: "Unless otherwise provided in the specifications, no payment will be made for open trench installations. The cost thereof shall be considered as included in the price bid for the construction or installation of the items to which open trench installation is required, incidental or appurtenant. Said cost shall include full compensation for all required labor and materials, and performing all work as specified. No other measurement or additional compensation will be allowed therefor." SECTION 308 ---LANDSCAPE AND IRRIGATION INSTALLATION 308-1 General. Add to this section: "The Contractor is responsible for clearing and grubbing, pruning and removing tree roots that interfere with the work. The Contractor shall be responsible for ensuring that no tree roots are pruned or cut that could compromise the stability of the tree. The Contractor shall arrange to meet for this work with the City's Urban Forester, Mr. John Conway at (949) 644-3083 a minimum of five workdays prior to beginning the work. The Contractor shall describe the method of pruning and removing minor tree roots that may be encountered during construction. The Urban Forrester will decide at that time if a formal submittal is required for review by the City. If the Contractor encounters large tree roots, he/she shall cease work at that location and immediately contact the City's Urban Forrester for inspection. Upon inspection, the [42] SP 43 OF 45 Urban Forrester may require the Contractor to formally submit a plan for removing the large roots to the City for review. If required, the submittal shall adhere to the following guidelines. 1. Root Pruning a. Whenever possible, root pruning shall only be done on one side of the tree unless specifically authorized by the City's Urban Forester. b. Roots shall be cleanly severed using a root -pruning machine, ax or comparable tool. 2. Arbitrary Root Cut a. A straight cut with a root -cutting machine shall be made. b. The cut shall be a maximum 14" below grade for sidewalks and 26" for curbs, and shall be made as far away from the tree base as possible. 3. Selective Root Pruning a. This process involves selectively removing offending roots when a tree trunk or root flare is less than 2 feet from the sidewalk and/or the size, species or condition of the tree warrants a root cut to be hazardous to the tree or when there is only one minor offending root to be removed and/or the damage is minimal (i.e., only one panel uplifted, etc.). b. Selective root pruning shall be performed with an ax or stump -grinding machine instead of a root -pruning machine. c. All tree roots that are within the sidewalk construction area shall be removed or shaved down. d. Roots greater than two inches in diameter that must be removed, must be pre -approved by the City's Urban Forester. e. Roots shall be selected for removal on the basis that will have the least impact on the health and stability for the tree. 308-6 Maintenance and Plant Establishment. Delete the fifth paragraph and replace with: "The Contractor is responsible for clearing and grabbing, pruning and removing tree roots that interfere with the work. The Contractor shall be responsible for ensuring that no tree roots are pruned or cut that could compromise the stability of the tree." [43) SP 44 OF 45 SECTION 310 --- PAINTING 310-5 PAINTING VARIOUS SURFACES 310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310-5.6.6 Preparation of Existing Surfaces. Modify and amend this section to read: "The Contractor shall remove all existing thermoplastic traffic striping and pavement markings prior to application of slurry seal by a method approved by the Engineer." 310-5.6.7 Layout, Alignment, and Spotting. Modify and amend this section to read: "The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without the proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight." 310-5.6.8 Application of Paint. Add to this section: "Temporary painted traffic striping and markings shall be applied in one coat, as soon as possible and within 24 hours after the finish course has been applied. Paint for temporary traffic striping and pavement markings shall be white Formula No. 2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured by Morton. These temporary paints shall be applied at 15 mils wet. The final striping for all painted areas shall be sprayable reflectorized thermoplastic. The sprayable reflectorized thermoplastic pavement striping shall not be applied until the paving has been in place for at least 15 days. The thermoplastic shall be applied at 0.25 mm minimum thickness for all striping except crosswalks and limit lines — which shall be 0.90 mm minimum thickness. Primer shall be applied to concrete surfaces prior in application of thermoplastic striping. The primer shall be formulated for the intended application. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re -install "NO PARKING, TOW -AWAY" signs and re -notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes/covers/damages existing striping and/or raised pavement markers outside of the work area, he shall re-stripe/replace such work items at no cost to the City. [44] lrytI&il3M The Contractor shall paint or otherwise delineate, to the satisfaction of the Engineer, temporary traffic lanes when (1) two opposing traffic lanes are adjacent or (2) there is more than one lane in any one direction, for more than three consecutive calendar days. Dependent upon construction phasing, the Engineer may require the Contractor to apply two applications of paint to maintain adequate delineation on base pavement surfaces, at no additional cost to the City." Add the following Section: 310-5.6.11 Pavement Markers. "All Pavement markers shall comply with Section 85 of the State of California Standard Specifications. Non -reflective markers shall be ceramic. All new markers shall have glass faces or be 3M series 290." SECTION 312 --- PAVEMENT MARKER PLACEMENT AND REMOVAL 312-1 PLACEMENT. Amend this section with: 1. The location of raised pavement fire hydrant marker shall conform to the City of Newport Beach Standard Plan No. STD -902-L. 2. The Contractor shall not replace raised pavement markers until fifteen days after the application of the pavement or slurry." SECTION 400 ---ALTERNATE ROCK PRODUCTS ASPHALT CONCRETE PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL Ct�Z�b��L`ll>r7�it���7 3F9��ril�ti�3G1_�� 400-2.1 General 400-2.1.1 Requirements. Add to this section: 'The Contractor shall use crushed aggregate base as the base materials." [45j City of Newport Beach STORM DRAIN IMPROVEMENTS Contract No. 5551 AvoCET ENVIRONMENTAL, INC. March 31, 2014 Mr. Steve Kreiger WALDEN & ASSOCIATES 2552 White Road, Suite B Irvine, California 92614 Pre -Excavation Environmental Assessment Channel Place Park Storm Drain Improvements Newport Beach, California 90220 Dear Mr. Kreiger: PDF via email only Project No. 1370.001 Avocet Environmental, Inc. (Avocet) is pleased to submit this report to Walden & Associates (Walden) documenting a pre -excavation environmental assessment related to storm drain improvements in Channel Place Park (the site) the site is shown in Figure 1 and a plan o improvement area, is presented in Figure 2. BACKGROUND in Newport Beach, California. The location of the site, showing the proposed storm drain The City of Newport Beach (the City) is planning to install a hydrodynamic separation unit in an existing storm drain line to remove trash and debris upstream of the outfall into nearby Newport Harbor (Figure 2). The excavation to accommodate the unit will be approximately 18 feet deep and extend approximately 10 feet below mean sea level. The City has expressed concern that soil removed from the excavation and groundwater extracted for dewatering purposes may have been impacted by an abandoned oil well believed to be located nearby. Specifically, the City is concerned that soil and/or groundwater from the excavation may contain petroleum hydrocarbons attributable to the oil well and which may necessitate treatment or offsite disposal. The subject pre -excavation environmental assessment was conducted to address these concerns such that appropriate management strategies, if required, can be developed for the excavated soil and/or extracted groundwater. SCOPE OF WORK The scope of work was designed to assess whether and to what extent soil and groundwater in the planned excavation area may have been impacted by the nearby oil well. It involved the collection and analysis of soil matrix samples and a groundwater sample from a single boring advanced to 20 feet below ground surface (bgs) within the footprint of the hydrodynamic separation unit. The location of Boring B1, relative to the existing storm drain and proposed excavation/improvement area, is shown in Figure 2. The results of the soil sample analyses were compared to the Regional Screening Levels (RSLs) developed by the U.S. Environmental Protection Agency (EPA, November 2013). The results of the groundwater sample results were compared to federal and California drinking water Maximum Contaminant Levels (MCLS). Technology Drive, Suite CS 13 • Irvine, California 92 618-530 8 Phone 949-296-4977 a Fa.N 949-296-091-8 it w w.avocetenv.corn Pre -Excavation Environmental Assessment Channel Place Park Newport Beach, California Health and Safety Page 2 March 31, 2014 The assessment was conducted in accordance with a health and safety plan (HASP) prepared specifically for the subject scope of work (Avocet, March 5, 2014). The HASP was reviewed by the site field personnel prior to any field work being conducted. Subcontractors providing onsite services had the option of following Avocet's or their own HASP, provided it was at least as stringent. The pre -excavation assessment field work was completed without any health and safety incidents of any description. Permitting Prior to mobilizing to the site, the City submitted an "Application for Well Construction Permit" to Orange County Health Care Agency (OCHCA). OCHCA requires this type of permit for borings drilled for environmental assessment purposes. A copy of Well Permit Number 14-03-07, issued by OC ICA on March 6, 2014, is included as Attachment 1 to this report. Subsurface Utility Clearance Guided by plans of the proposed storm drain improvements provided by Walden, the proposed location of Boring B 1 was staked at the site with white flagging on March 8, 2013. Underground Service Alert of Southern California (aka DigAlert) was then notified of the assessment and issued Ticket No. A40690463. DigAlert contacted the appropriate utility companies to mark their subsurface utilities (cable, telephone, natural gas, electric, oil, etc.), if present, in the vicinity of the soil boring with color -coded flagging. Other than the subject storm drain, no subsurface utilities were identified in the immediate vicinity of the boring, with the possible exception of landscape irrigation lines. Drilling and Soil Matrix Sampling On March 13, 2014, a patch of turf was removed and Boring B1 was advanced to 20 feet bgs using a limited -access direct -push drill rig operated by Kehoe Testing and Engineering, Inc., of Huntington Beach, California. The soils encountered during drilling were visually classified based on the Unified Soil Classification System and ASTM International Standard ASTM - D 2488 entitled "Standard Practice for Description and Identification of Soils (Visual -Manual Procedure)." An edited version of the field boring log for Boring B 1 is included as Attachment 2 to this report. Soil matrix samples for field screening, visual classification, and possible chemical analysis were collected at depths of 2, 5, 10, 15, and 20 feet bgs. The soil samples were collected in 1 -inch - diameter by 24 -inch -long acetate sample sleeves housed in a 1.5 -inch -diameter sampling device driven into the soil using the direct -push rig's pneumatic hammer. Upon recovery from the boring, the soil samples were screened for visual and olfactory indications of chemical impacts, such as discoloration, excess moisture, and odors in ambient air. They were also screened for organic vapors using a calibrated photoionization detector (PID). It had been Avocet's intention to use the field screening results in selecting which soil matrix samples to analyze; however, no elevated PID readings were recorded and there were no other indications of environmental impact other than a faint "marshy" odor emanating from soil near the water table. Absent field AvoCET ENVIRONMENTAL, INC. Pre -Excavation Environmental Assessment Channel Place Park Page 3 Newport Beach, California March 31, 2014 indications of impacts, three soil matrix samples were selected for analysis to provide information throughout the anticipated excavation depth, including near the water table where the marshy odor was noted. Where appropriate, subsamVles for volatile organic compound (VOC) analysis were collected using disposable Terra Core samplers in accordance with EPA Method 5035. After the soil subsamples were collected and labeled, the soil -filled sample sleeves retained for possible chemical analysis were sealed with plastic end caps lined with Teflon foil, labeled, and placed in resealable freezer bags. The soil matrix samples and subsamples were immediately placed on ice in a cooler. Chain -of -custody procedures were followed at all times from sample collection to receipt by the analytical laboratory. Groundwater Sampling On completion of soil sampling, a one-time groundwater "grab" sample was collected from Boring Bl using a Hydropunch-type sampling device. The sampling device featured a 4 -foot - long, 0.5 -inch -diameter, slotted polyvinyl chloride (PVC) screen. Using the direct -push drill rig, the screen was deployed between 8 and 12 feet bgs. The groundwater sample was then collected from within the PVC screen using virgin disposable sample tubing fitted with a Wattera-type foot valve. The groundwater samples were decanted into virgin containers provided by the analytical laboratory and containing the appropriate preservatives. The sample containers were appropriately labeled and immediately placed on ice in the sample cooler. Chain -of -custody procedures were followed at all times from sample collection to receipt by the analytical laboratory. Equipment Decontamination Drilling and sampling equipment were cleaned prior to first use and between subsequent sampling attempts. Equipment cleaning included an Alconox detergent scrub followed by potable and distilled water rinses. Site Restoration On completion of soil and groundwater sampling, the boring was sealed to approximately 6 inches bgs with bentonite chips hydrated in place with potable water. The upper 6 inches of the boring were filled with the removed patch of turf to match the surrounding area. Laboratory Analysis The groundwater and soil matrix samples selected for analysis were submitted to TestAmerica Laboratories, Inc. (TestAmerica), in Irvine, California. The analytical methods and samples analyzed were as follows: liv®CE° T �: ENl*IRONATENTAL.. INC. Pre -Excavation Environmental Assessment Channel Place Park Newport Beach, California Page 4 March 31, 2014 Parameter EPA Method Sample Depths feet bgs) Soil Groundwater Total petroleum hydrocarbons (TPI-)) 8015B (CC) 5, 10, 15 8 to 12 Volatile organic compounds (VOCs) 5035/8260B 5, 10, 15 8 to 12 Semivolatile organic compounds (SVOCs) Title 22 metals 8270C 6010B/7471 A 10 10 - - 8 to 12 It is noted that TestAmerica is certified by the State of California for the analytical methods listed above. FINDINGS The upper 8 feet of the soil encountered in Boring B 1 was visually classified as yellowish brown, fine-grained sand (Attachment 2). From approximately 8 feet bgs to approximately 12 feet bgs, the soil was visually classified as very dark grayish brown, fine-grained sand with silt. From approximately 12 feet to the total depth drilled of 20 feet bgs, fine to medium sand was observed. Shell fragments were present throughout the soil profile. Groundwater was first encountered at approximately 8 feet bgs but the depth to groundwater may be subject to tidal influence. The soil and groundwater samples were analyzed for TPH, VOCs, SVOCs (soil only), and Title 22 metals. The results of these analyses are summarized below and in Tables 1 through 4, respectively. The results are presented in full in the TestAmerica analytical report included as Attachment 3. • The three soil matrix samples and the groundwater sample did not contain detectable concentrations of TPH (Table 1). • With the exception of trace concentrations of benzene and toluene in the 10 -foot soil matrix sample, VOCs were not detected in the three soil matrix samples analyzed (Table 2). The reported benzene and toluene concentrations in the 10 -foot soil matrix sample were as follows: VOCs in Soil Matrix Samples Detection. Concentration Residential Industrial Compound Frequency (pP�kg) RSL RSL (EOEO (R kg Benzene 1 1/3 1 L 4.7 1,100 5,400 Toluene 1/3 0.46 (J) 5,000,000 45,000,000 Notes: J flag denotes estimated concentration between the Reporting and Method Detection Limits. As shown above, the reported benzene and toluene concentrations are several orders of magnitude lower than EPA's residential RSLs. The groundwater sample from Boring Bl did not contain detectable concentrations of any VOCs. � 1 1Y oCE9. , ^. 7 ENVIRONMENTALINC. Pre -Excavation Environmental Assessment Channel Place Park Newport Beach, California Page 5 Much 31, 2014 • The 10 -foot soil matrix sample did not contain detectable concentrations of any SVOCs (Table 3). • Several Title 22 metals were detected in the 10 -foot soil matrix sample and the groundwater sample; however, the reported concentrations were all well below the corresponding residential RSLs and MCLS, respectively (Table 4). CONCLUSIONS AND RECOMMENDATIONS Based on the findings summarized above, the impact, if any, of the nearby oil well on soil and groundwater in the excavation area has been negligible and no additional investigations are warranted or recommended at this time. In Avocet's professional opinion, excavated soil need not be managed as a potentially hazardous waste and could, if suitable from a geotechnical perspective, be reused onsite as backfill. If some or all of the excavated soil is to be transported offsite for disposal, the analytical data reported herein should be adequate to profile it as nonhazardous waste. With respect to groundwater, there are no indications of petroleum hydrocarbon impacts; however, other water quality parameters (such as salinity, total dissolved solids, and the like) may be relevant in evaluating appropriate discharge or disposal options. Moreover, the results summarized above represent "static" groundwater conditions; groundwater quality could change under the dynamic conditions created by construction dewatering. CLOSING REMARKS Avocet Environmental, Inc. appreciates the opportunity to provide services to Walden & Associates and the City of Newport Beach. If you have any questions regarding this report or require additional information please do not hesitate to contact the undersigned at (949) 296- 0977 Ext. 102 or at pmillercx avocetenv.com. Respectfully submitted, AVOCET ENVIROONMENTAL, IN, 04uzc� Philip Miller, P.E. Principal PM:sh Attachments PNB_Pre-Ix ,Issess Ro"0)44331.do AvoCET E.NVIRONAIENTAL, INC'. Channel Place Park Newport Beach, California Avocet Environmental, City of Newport Beach. Pre -Excavation Environmental Assessment Page 6 March 31, 2014 REFERENCES Inc., March 5, 2014, "Health and Safety Plan, Environmental Services, Beach, Channel Place Park, California," prepared for City of Newport U.S. Environmental Protection Agency, November 2013, "Regional Screening Level (RSL) Summary Table (TR=1E-6, HQ=1) November 2013," at http://www.eva,gov/reg3hwmd/ risk/human/rb-concentration table/Generic Tables/docs/composite sl table run NOV2013.pdf AvoCET ENVIRONMENTAL. INC. . YoCET ENN TRONMENTAL, INC. Table 1 TPH in Soil and Groundwater Samples Channel Place Park Newport Beach, California Notes: Analyses conducted by TestAmerica Laboratories, Inc. using EPA Method 8015B. bgs = below ground surface mg/kg = milligrams per kilogram mg/L = milligrams per liter < Denotes not detected at the Reporting Limit (RL) indicated. AVOCET ENVIRONMENTAL, INC. Sample Sample Units Sample C4-C6 C6-C7 C7 -C8 C8 -C9 C9-Clo C10 -C11 C11 -C12 C12 -C13 C13 -C14 C15 -C16 C17 -C18 C19 -C20 C21 -C22 C23-CZ4 C25 -C26 C27 -C28 C29 -C30 C31 -C32 C33 -C34 C35 -C36 C37 -C38 C39 -C40 C13 -C40 Depth No. (feet bgs) Date „� .-� . B1-5' 5 mg/kg 03/13/14 <0.34 r,e,,.., <0.34 <0.34 <0.34 <0.34 <0.34 <0.34 <0341 <5 1 <5 <5 1 <5 <5 <5 <5 <5 <5 <5 <5 <5 <5 <5 <5 B1-10' 10 mg/kg03/13/14 <0.4 <0.4 <0.4 <0.4 <0.4 <0.4 <0.4 <0.4 <5 <5 <5 <5 <5 <5 <5 <5 <5 <5 <5 <5 1 <5 <5 <5 B1-15' 15 mg/kg 03/13/14 <0.32 <0.32 <0.32 <0.32 <0.32 <0.32 70.32 <0 321 <5 <5 1 <5 1 <5 1 <5 175 <5 <5 <5 <5 <5 <5 <5 <5 <5 x .. .., _4 7577 Grodwater Un B1 -GW 8 -12 8 - 12 m /L 03/13/14 70.05 70.05 70.05 70.05 70.05 70.05 70.05 70.05 70.49 70.49 <0.49 <0.49 <0.49 <0.49 <0.49 <0.49 <0.49 <0.49 <0.49 <0.49 <0.49 70.49 70.49 Notes: Analyses conducted by TestAmerica Laboratories, Inc. using EPA Method 8015B. bgs = below ground surface mg/kg = milligrams per kilogram mg/L = milligrams per liter < Denotes not detected at the Reporting Limit (RL) indicated. AVOCET ENVIRONMENTAL, INC. Table 2 VOCs in Soil and Groundwater Samples Channel Place Park Newport Beach, California Page 1 of 3 Notes: Analyses conducted by TestAmerica Laboratories, Inc. using EPA Method 8260B. bgs = below ground surface Vg/kg = micrograms per kilogram pg/L = micrograms per liter < Denotes not detected at the Reporting Limit (RL) indicated. Bold type indicates reported at detectable concentration. J = estimated; analyte is detected above method detection limit (MDL) but below RL Regional Screening Levels (RSL) after EPA, November 2013. NA indicates that RSLs are not available. Y i,r 1 ��� ENVIROMMENTAL, INC. u a a c c sem. R R u u y u a u O R p e03 y V G N A R. O N C G u O ,� V C C N V C R N C U G C U C V ❑ O "�-. d A R A +L.+ U .T U w V l:i V L O L ,� L O .0 U S V .!.' U V E G O G O L L L O E u h u cn u F N L H F N �L F v v u �L F �L F �L. h �Y F s s _O u _O u u F, v u v v O E E tA ^� A A M r v A A A A A v A A A A r R R v G R "-'� ";, ^ � N N N N N N W N N N M M M 7 N V . =.1. x... .. td*,t:� r .,......_��x e , t . e. ><.. .«.. - B1-5' 5 1 pg/kg 03/13/14 <1.7 1 <0.85 1 <1.7 1 <0.85 1 <0.85 1 <1.7 <0.85 1 <1.7 1 <8.5 1 <4.3 1 <1.7 1 <4.3 <0.85 <0.85 <0.85 <0.85 <1.7 <0.85 <0.85 <0.85 <1.7 <1.7 B1-10' 10 pg/kg 03/13/14 <L5 <0.77 <1.5 <0.77 <0.77 <1.5 <0.77 <1.5 <7.7 <3.9 <1.5 <3.9 <0.77 <0.77 <0.77 <0.77 <1.5 <0.77 <0.77 <0.77 <L5 <1.5 B1-15' 15 pg/kg 03/13/14 <L6 <0.8 <1.6 <0.8 <0.8 <1.6 <0.8 <1.6 <8.0 <4.0 <1.6 <4.0 <0.8 <0.8 <0.8 <0.8 <1.6 <0.8 <0.8 <0.8 <1.6 <1.6 :Groundwater+. * .f .. 1., ,... , _F... �, 1.. � � t i".. r.. p }. < + t r,.. '�`'.. ;: .,. I -< .. i t... z. .. t..:. ,. , � x, t . ym n < 1 ., :.. i s -... «;. r , .,, r f`, C. � u a#e S - h ,, .. ) ,, f 3. � k ¢.... 3. � , .. A, x, { t �:... 1, `6Y. t x -. 'tk R {,+. 't. 4, a. ,. 1. .Y...:t'> 7.. Ki Y�. ,:. L_ .: ,s i � N AF s - i.. , _. <. .. .., . + .. , ...., ., :., . .:. .. <. ,.. r. .., .. ..�... .,. .. r .,+ _,.. ..., .. .r... ,., ,. :... ., .. ... .. .. .: .4 .,, _... v^h- _. .. .=fi .a. ., _. .: .., aT <:;.r.:.. ?%J..,. ., .... _ ._ :,. .. .. ,.. ..+ r _,. r+ .. :.. .r. _: t s ,« , .> s s.. + ,.. .k ., ... r i x.... m s ... ., .r ,... rx r ,a. ,..... ,... ,. .v .t. , .,:. e .� :;n r . a s.:.+ .. ...: s. - B1 -GW 8-12 µg/L 03/13/14 1 <0.5 <0.5 1 <0.5 1 <0.5 <0.5 <0.5 <0.5 <1.0 <0.5 <1.0 I <0.5 <1.0 <0.5 <0.5 <0.5 <0.5 <OTT <0.5 <0.5 <0.5 1771.0 <0.5 RSL -Residential Soil 11,900 1 8,700,000 1 560 11,100 3,300 1 240,000 NA 1 49,000 5 22,000 1 62,000 5 34 1,900,000 430 940 780,000 NA 1,600,000 2,400 NA 1,600,000 RSL - Commercial Soil 19,300 138,000,000 12,800 15,300 117,000 1 1,100,000 NA 1490,000 1 95 1 99,000 1 260,000 1 69 1 170 19,800,000 12,200 4,700 10,000,000 NA 20,000 000 12,000 NA 1 20,000,000 Notes: Analyses conducted by TestAmerica Laboratories, Inc. using EPA Method 8260B. bgs = below ground surface Vg/kg = micrograms per kilogram pg/L = micrograms per liter < Denotes not detected at the Reporting Limit (RL) indicated. Bold type indicates reported at detectable concentration. J = estimated; analyte is detected above method detection limit (MDL) but below RL Regional Screening Levels (RSL) after EPA, November 2013. NA indicates that RSLs are not available. Y i,r 1 ��� ENVIROMMENTAL, INC. Table 2 VOCs in Soil and Groundwater Samples Channel Place Park Newport Beach, California Page 2 of 3 Analyses conducted by TestAmerica Laboratories, Inc. using EPA Method 826013. bgs = below ground surface µg/kg = micrograms per kilogram µg/L = micrograms per liter < Denotes not detected at the Reporting Limit (RL) indicated. Bold type indicates reported at detectable concentration. J = estimated; analyte is detected above method detection limit (MDL) but below RL Regional Screening Levels (RSL) after EPA, November 2013. NA indicates that RSLs are not available. VOCE 1 a� R C C C O L R « O O = �'':' U U U 40. � A A o 00 L CL N is U C E. 0 E 0 E 0.01 rid SC7. O U U U U a �-7 �,. I �; ;F. ?... gid,.. i�« Z A W 131-5' S µg/kg 03/13/14 <1.7 <0.85 <1.7 <1.7 <0.85 <1.7 <1.7 <1.7 <0.85 131-10' 10 µg/kg 03/13/14 <L5 4.7 <1.5 <1.5 <0.77 <1.5 <1.5 <1.5 131-15' 15 µg/kg 03/13/14 <1.6 <0.8 <1.6 <L6 <0.77 <0.8 <1 6 Grundwater P r. 4 ,. h - ... r ,.. . .,_,.> BI -GW µg/L 03!13/14 <0.5 <0.5 <0.5 <0.5 <0.5 <1.0 <0.5 <0.5 <0.51 RSL - Residential Soil 1,600,000 1,100 300,000 160,000 270 62,000 7,300 610 <0.5 <0.5 <0.5 <0.5 <0.5 <0.5 <0.5 <0.5 <0.5 <0.5 <0.5 <0.5 <0.5 RSL - Commercial Soil 20,000,000 15,400 1 1.800000 680 000 1 400 1 220,000 32,000 13,000 290,000 15,000,000 290 120,000 160,000 NA 680 25,000 94,000 1 5,400 NA 1 6,200 2,400,000 2,100,000 11.400000 61,000,000 11,500 1500000 2 000,000 NA 13,300 1110,000 1 400 000 127 000 NA 122-000 1 10 o00 000 11,000,000 Analyses conducted by TestAmerica Laboratories, Inc. using EPA Method 826013. bgs = below ground surface µg/kg = micrograms per kilogram µg/L = micrograms per liter < Denotes not detected at the Reporting Limit (RL) indicated. Bold type indicates reported at detectable concentration. J = estimated; analyte is detected above method detection limit (MDL) but below RL Regional Screening Levels (RSL) after EPA, November 2013. NA indicates that RSLs are not available. VOCE 1 Table 2 VOCs in Soil and Groundwater Samples Channel Place Park Newport Beach, California Page 3 of 3 Nines: Analyses conducted by TestAmerica Laboratories, Inc. using EPA Method 826013. bgs = below ground surface µg/kg = micrograms per kilogram µg/L = micrograms per liter < Denotes not detected at the Reporting Limit (RL) indicated. Bold type indicates reported at detectable concentration. J = estimated; analyte is detected above method detection limit (MDL) but below RL Regional Screening Levels (RSL) after EPA, November 2013. NA indicates that RSLs are not available. V k,.. E ENVIRONMENTAL, INC. m u '; •°c ,� t F N s O ¢ V G d U O d C N C � ..0+ ❑ d v C ,C O y d o� zHF z o H F i F H „ �' �j•' , `�, r ��;� +`�f>a�U" kl�'nitl�'sh,'�a�4�a . ., Y, , "i -.,�. w > ... a .,., BI -5' S 03/13/14 101W t..: vg/kg <1.7<1.7 <0.85 1 <0.85 <0.85 <0.85 <0,85 BI -10' 10 µg/kg 03/13/14 <I.5 <7.7 <1.5 <1.5 <1.5 <0.77 <0.77 <0.77 <1.5 <0.77 <L7 <L7 <1.7 BI 15' 15 µg/kg 03/13/14 <1.6 <8 0 <1 6 <I 6 <1 6 <0 8 <0.8 <0.8 0.46 J <0.77 <0.77 <0.77 <1.5 <1.5 <1.5 roun� .. a , <1.6 <0.8 <0.8 <0.8 <0.8 <O,g <1.6 <1.6 T <1.6 -,. .. ... -GW g 03/13/14 <BI 10 . <2>..,, . <1.0 <1dwa <0.5 1 <0.5 <0.5 <0.5 <0.5 <0.5 <10<0.5 <0.5 <0.5 <0.5 RSL -Residential Soil NA 56,000 43,000 3,600 3,900,000 3,400,000 690,000 NA 7,800,000 6,300,000 NA NA 7,800,000 22,000 5,000,000 150,000 <0.5 NA <0,5 <0.5 <0.5 <1 RSL - Commercial Soil NA 1 960,000 1220,000 18 000 51,000,000 21,000 000 1 3,000,000 NA 100 000,000 36 000 000 NA NA 100,000,000 1 110 000 45,000,000 910 790,000 60NA 690,000 NA 1 6,109 3 400 000 1,700 NA 11 Nines: Analyses conducted by TestAmerica Laboratories, Inc. using EPA Method 826013. bgs = below ground surface µg/kg = micrograms per kilogram µg/L = micrograms per liter < Denotes not detected at the Reporting Limit (RL) indicated. Bold type indicates reported at detectable concentration. J = estimated; analyte is detected above method detection limit (MDL) but below RL Regional Screening Levels (RSL) after EPA, November 2013. NA indicates that RSLs are not available. V k,.. E ENVIRONMENTAL, INC. Table 3 SVOCs in Soil Samples Channel Place Park Newport Beach, California Page I of 3 Analyses conducted by TestAmerica Laboratories, Inc. using EPA Method 8270C. bgs = below ground surface Units are micrograms per kilogram (µg/kg). < Denotes nondetected at the Reporting Limit (RL) indicated. Regional Screening Levels (RSL) after EPA, November 2013. NA indicates that RSLs are not available. vVCE 1 ENVIRONMENTAL, TNC- l d N O N G Cr" OC ° N u C ^LS iy 1 m u y •C + i, y a0i a d CL y H u d N u V u F. ❑ C C O O .0 O O u .0 R. O .� ° � � v � � tA z "' "' "� `O' "•� •-i N N N N N N N N N N N N N M M u M e} as d. B1-10' 10 pg/kg 5T/r3/7l4j <330 <330 <330 <330 <330 <330 <330 <330 <330 <660 <330 <330 <330 <330 <330 F <330 <330 <330 <830 <330 <330 <420 <330 RSL -Residential Soil 22,000 11,900,000 1 610 NA 2,400 6,100,000 44,000-1 180,000 T 1,200,000 120,000 11,600 1 330 6,300,000 11 390,000 230,000 3,100,000 610,000 NA 1,100 6,100,000 NA 4,900 NA RSL - Commercial Soil 99,000 19,800,000 1 2,200 1 NA 12,000 62,000,000 160,000 1,800,000 112000000 1,200,000 IS,500 1 1,200 187000000 5,100,000 2,200,000 131,000,000 6,000,000 NA 3,800 1 62,000,000 NA 49,000 NA Analyses conducted by TestAmerica Laboratories, Inc. using EPA Method 8270C. bgs = below ground surface Units are micrograms per kilogram (µg/kg). < Denotes nondetected at the Reporting Limit (RL) indicated. Regional Screening Levels (RSL) after EPA, November 2013. NA indicates that RSLs are not available. vVCE 1 ENVIRONMENTAL, TNC- l Table 3 SVOCs in Soil Samples Channel Place Park Newport Beach, California Page 2 of 3 O C a. d � d d a z A A o d 8 d E ! o U 0 U A B1-10' 10 1 µg/kg 03/13/14 <330 <330 RSL - Residential Soil 6,100,000 2,400 RSL -Commercial Soil 62,000,000 8,600 Table 3 SVOCs in Soil Samples Channel Place Park Newport Beach, California Page 2 of 3 Notes: Analyses conducted by TestAmerica Laboratories, hic. using EPA Method 8270C. bgs = below ground surface Units are micrograms per kilogram (µg/kg). < Denotes nondetected at the Reporting Limit (RL) indicated. Regional Screening Levels (RSL) after EPA, November 2013. NA indicates that RSLs are not available. V CL' 1 MANIA lkl�p F.NVIRONNIENTAL, LKC. d � d A y y � y ¢ F• _ � � GZ v u o 0 0 >> � u u u d x°. 0 R a o. o. d � b I I I 1 •o y V Z Z u u uC u u u Oa m W u W u W u W ;a fit Pa f� 0.1 U er <r et d d d d W s'-0 Pa <330 <420 <330 <1300 <330 <330 <330 <330 <330 <830 <330 <330 <330 <330 <330 <330 <330 <830 <830 <330 <330 NA 85,000 17,000,000 1 150 15 150 NA 1,500 240,000,000 6,100,000 4,600 180,000 210 35,000 260,000 15,000 NA 24,000 NA 3,400,000 NA 1 33,000,000 MA 1 300,000 170,000,000 8 2,100 210 2,100 NAl 21,000 2,500,000,000 162000000 22,000 1 1,800,000 1 1,000 1 120,000 1910,000 1 210,000 NAT 86.000 Notes: Analyses conducted by TestAmerica Laboratories, hic. using EPA Method 8270C. bgs = below ground surface Units are micrograms per kilogram (µg/kg). < Denotes nondetected at the Reporting Limit (RL) indicated. Regional Screening Levels (RSL) after EPA, November 2013. NA indicates that RSLs are not available. V CL' 1 MANIA lkl�p F.NVIRONNIENTAL, LKC. Table 3 SVOCs in Soil Samples Channel Place Park Newport Beach, California Page 3 of 3 Notes: Analyses conducted by TestAmerica Laboratories, Inc. using EPA Method 8270C. bgs = below ground surface Units are micrograms per kilogram (µg/kg). < Denotes nondetected at the Reporting Limit (RL) indicated. Regional Screening Levels (RSL) after EPA, November 2013. NA indicates that RSLs are not available. U NIVIRONNTPNTAL, TNC. C U C 'd U�' C C E N l; Z Z Z Z Z a a a a 131-10' 1 10 1 pg/kg 103/13/141 <420 1 <330 1 <330 1 <330 1 <330 1 <330 1 <330 1 <330 1 <330 1 <330 1 <830 1 <330 1 <330 1 <330 1 <330 1 <330 1 <250 1 <330 1 <830 1 <330 1 <330 1 <330 RSL -Residential Soil 1 15 1 78,000 49,000,000 NA 6,100,000 610,000 2,300,000 2,300,000 300 1 6,200 1 370,000 12,000 1 150 1 510,000 3,600 1 4,800 69 99,000 890 NA 18,000,000 1,700,000 RSL - Commercial Soil 1 210 1 1,000,000 490,000,000 NA 62,000,000 6,200,000 22,000,000 22,000,000 1,100 1 22,000 13,700,000 43,000 1 2,100 11,800,000 18,000 124,000 250 350,000 2,700 NA 180,000,000 17,000,000 Notes: Analyses conducted by TestAmerica Laboratories, Inc. using EPA Method 8270C. bgs = below ground surface Units are micrograms per kilogram (µg/kg). < Denotes nondetected at the Reporting Limit (RL) indicated. Regional Screening Levels (RSL) after EPA, November 2013. NA indicates that RSLs are not available. U NIVIRONNTPNTAL, TNC. Table 4 Summary of Title 22 Metal Results Channel Place Park Newport Beach, California Sample Depth SNoople le Units Antimony Arsenic Barium Beryllium Cadmium Chromium Cobalt Copper Lead Mercury Molybdenum Nickel Selenium Silver Thallium Vanadium Zinc o. Date (feet bgs) i } .. n.. 1 N °E G :. . x, 3 n• s . b. , „m, .,. ,��: z§, z m.. a ' � � • ';e "r. ,# .. . ,.ti3i:t _ ",(ry : L . v ti`..i v, y ,w —p. , B1-10' 10 mg/kg 03/13/14 1 19.9 1 <3 34 1 1.2 1 <0.49 1 8.7 1 3 1 8.4 3.1 1 0.012 J <2 5.3 2.8 J <1.5 1 <9.9 1 19 1 20 ,. ; , ', . .., ... .,.. & , Groundw ater, r.. � � , B1 -GW 8 - 12 mg/L 03/13/14 <0.01 <0.01 0.13 <0.004 <0.005 <0.005 0.0025 J 0.018 <0.005 <0.0002 0.062 0.0077 J 0.024 <0.01 0.008 J <0.01 0.022 RSL - Residential Soil 31 0.61 15,000 160 1 70 NA 23 3,100 400 10 390 1,500 390 390 0.78 390 23,000 11 RSL -Commercial Soil 1 410 1 2.4 1190,000 12,000 1 800 1 NA 1 300 1 41,000 1 800 1 43 1 5,100 1 20,000 1 5,100 15,100 1 10 1 5,100 1310,000 Notes: Analyses conducted by TestAmerica Laboratories, Inc. using EPA Methods 601013/7470A/7471A bgs = below ground surface mg/kg = milligrams per kilogram mg/L = milligrams per liter < Denotes nondetected at the Reporting Limit (RL) indicated. Bold type indicates reported at detectable concentration. J = estimated; analyte is detected above method detection limit (MDL) but below RL Regional Screening Levels (RSL) after EPA, November 2013. NA indicates that RSLs are not available. AvoCET ENV IRON NIKN'I'A L, INC. Figures AvoCET ENVIRONMENTAL, INC. a 3 1 ".•_,� "._ , : .,,., - _�-" '______,� _:_. - H 3 r''trtit,:'# : » „ _ p -7, .. £ z iy _, 5 , s, ..; , '...a `>; 2 -`^� a f t t iI ,.,._ '.rii , ;,r '� SitL,�IpI n i`;.I 4 T,. (Trailer. r;= .r . _ x . ;< ;, a 3 „ ', __.___ '_ J ::. ;t:: »3> i Y ,-_..,-'�-_`t-' -,I "._. p- <t :P' `y �,` rY -r _ m ...__., r 7 ..; ,'� .„ Yjj ,y r 1 _. ,: _ �Itr- - 4= :: i' P I+ 2t{# �' 'q „7 .¢ _ :. Z, E ;J �i : r, Ji 'Y= - f3 ji,SCPj jj _ ri Xx -1. _} $ ---. KrbStd z, ri 1t a I ,J { ,,. 4: yr v ✓r �' ° �,. 1 xr,-,�' it E3'1#`3�32i I1 I$ t ,. r �� �,.r.S ,�;% � .� ♦� :f, u'-' e i r fr a=r's �' fa'eh i-.—= W -a�' 1 ;\•'X. \'" qr' 7.,`_, 'e` ,v ik •' r .. ..r -__•_.-__ .- L. a. __ : 1. - .. .: -1F€ ri (} c � ai==t, an ca#ass t.. _ - w s + s ,.r; _.[ _,,✓= .�. _.., _ w -sr -,I,'7 .'Til —_ -- :r"; :.�� 3 'it .vp p ='.-,' , .r :>@; -:-„,t .: :r . -,r` i - c karr--ybfi�at?i?”- 5Y : {}t` �`",'.:N s..,. .+4` 1 ;rtir"'J iEti U* ,a¢»i. m r ;�'.. f-= 4 : a J , I -�)r. (! ,Y '.y _ 1"`':F %`_ :^1' P ,�'#5 x -/ r '4� z L } a€ - _ —= ,: : I €.<.._._,! t&, PI = - I: �C*.0 .,,,vim, . `,:. r' ,.,G ; ,t4. \t , f t:>' >: 4 - > ,, , 3 : r'M,E . !� _,... it ,h r J..♦ 'r: - + i�7G'`2l2t If `✓r,l - -i a\ .. h „}",.-' r+, -, .. , ;,-:..�- --. ,.,`'�zr, .^--iT� - •='mac': --w ;-:•,.:.' ,..;: .—. -.- _ 4' ',i\� t:f\"\ a r, �^ � ,x■rxtl t, ar t' E:ar �-:! � _.:' , :t "' � r,4 :�, ♦"* ,< :,;,ti rr� ,/� ir! -_', # , ;. :? .p_ I .,•... ,,.- _ 13 ;I:. .3 , i. Il -a 1 .�.-If ..\ r\. `.: *. '.s' &¢'i`�: ..- . .' •s , I '`; ` '�1, �C� :, , i- , ;� i :jI_., ! _ �.: •� '`*.'. :: „•,r -,3ih' '�' S ':�ti f t,,IOU t , x I ...�,i_,-_ _ .,,%.... Sr I /-'... Y -,' y ,,,.• -.. ' ::. - s d. 4.:'..:...-, i. ae s .: ;?•':.. , ,—:�.:d_..i ::� ,; (st, , ..: ",:;•, 'tifr. .rs: 'ox .` ,.a £: .f- �,1� -_-. k= , �a._ter , «*.._.�,, , ,- . '�.�k .. (" . '`:�:" ,� ,.'''I • 1, .. A I , .... •, .-,..:. '.l ,1:, ✓.' `s; '.; ,( < °� ; x ; . < '. ;. :,:-� w�a __c_..r !, 5 PVL°§tt?d3s,� I> -ws L_.. ..�.� \-, ,': i\ f�:� ,;..! # I _ !"`-" . i � ... _ ,.» `\ .�" ;.•�'>r �' f r .� ,t w s dill :-.1 ,t Ir ::!__-'t _ ... ,,. r; -r.:.5 . �;. .�,. > -a.:r, �a „ ___I f, I r t ---i. �`i � `,.. \v T • /..F. s: sl .:v8 t ;.:: , <r. „ 's<,✓3':"x.f •... <,3 -.,.:.. Y1_ , , -:., 73 : ?�tf :`�. _ `s-.\,` b ,:?. ;, 5: 5,, v; \ a - `�'4v < 1 t .. E i a C.S \:-'nom 5. } .j. ,!� :;;<,i .." _,.. _. r s, '; `, u r •„. '4r `. -, mwm i 4�€ ^:.,,},• i - *\, i -;h �., N , �i tt y�,r \, �,` } $2 E � 'a43" - I PC CK( 11 `'�. ff �1 \\ ,\,. _._„� s ,� , S. . ,_ __—•_ j ..�".�.:... : fi -�..I, y;.. _ 4 ->. : .r f.__i-�^ ,• �. _-. ,�..^-tt ,;-c-.�,�, .i -1 ---i: , ;:,. �.f P` x, tJ t , 1C�.d�,T r 1 a. :➢. k ... -'t . 14..,- !`'r Iv 1t 'I'll , szler " L ,' \ '"in, : SQ �•7{r � <. -`d`� MEN, -:. r m. loam '�thn ..F� t.. = `r• .,,<. '`, ! mum °1 !.. "gg .,.x��__'`-...—'--••—�..., �':- -4_- --,. I.._ __.E.%ti_v. .ter._ 'PI'``,,.- 'Sw „ fi"'•, c *:' s-.,; s; t I' t, .1 , ri f: r, € .w•I ,� °{ '�I ,��e it :t°' °..F �-✓ '� ,� `\ :.�.r: -,•,a "�, i-': `� z -, r. ry �;. �`..._ ;:.:.I .; ¢ t-� - -:U, ..�f` _. at --r• �M1i'� , ' \.?,.,�\ �"v .../j , {6 ; ,. � ,� 4---, r .. f;, _._.,..� _,> .� __. � �' `\'ria' 1 �., � '`y •� �'.'�' -� ,C.,1 A, -&V `l ,.r.,,• #,. o -......,�:,.,, .i:C' -...... if.. --,jJ =,,, .":.=.<:::°.,., »..:' _.. t,., !. ( ! '�w fi+:-;;.;.:' -: c.,fl;�-- -..I� .. ,.r'•.r-'_-� __ ••-�..,... -ia,-_,#'��. %,!<z•,.d:, -::.�¢#-ti �, 3I-�-✓-`��.,:...,,..\ >� •,., 'v f, t -ct,irid hi — � "I7cT'`��t.�,r.`;stir-.•.t4v. , .,,r ;`'`� -. \.'��,P�\,`,�� i.. ,,,:.::. r # } - fc... r ': �:' ,e ro;i :.. li i :. ¢Y , >. sy•:, .;`:' .:--k\:•' � .� a :. 1 ., �•IS �,; it , z,�. .t� a:. I_x�Seh � _h c� P r \ .�' tf y f : .r \ -„' ^.. ',,� is \: \, '•e - :jf: l`" Imo:__ ---'i ,- w:.., ,.. .. -{ _> :.., <, :: :' ^•, ..,,..-. ,.:�n5_,- s-.-. ....—I A aI :_:. _„.,i".J"-; _'4 � '�:,, ,,,`\� �:'�-c gin./ s'•., ,- _,_ ..•; 5 fi� > ,._ .. �, .� .: € „ :.-,::ta •z :,.. . , - :, ..,ir,,.,,. ...,�, ,. s, ,� .,r -----"J ,--*�—z'�i--,.. _ r::'`. \�� .,.`a•,\. -, "�, P`1 ,.*,-. ... , .,.�_.,+ hri". .r'ei'"�. 'tib. ,,,,k vv __ r ._. -� � .,,. '� ti.'A .;�: t,rC; ^. 'rt>� �,:" ;. 'v, :.• -:r ,.t. .r. t 2. .., _�Y,.,, .. ..,,t �.. . EF F `i . .6 's.: \n,r 1. _ ;e� i,.r^.., 'y / -. r. r, ,. ra .:, rt,,, s, u ..:., - - - :, -\ .:. -.,:, .... .:I ... ,r ": I .,: , ,�,.r....., I ( -;��' , r (,., ..,r ., ;.� �...,` ', E i?IS, Ci t- „ i :: ; .- {. ,.. _ x .r Y ti \.'. \rr i ti l -" i Y� <.,,... t..g ., �.; .. ...u., , "I ,,..�.,rr,,• "'jd'.. -.,.. -x--�' ! �f`�� ..t .) Sr'" .�:N \�:; ��• .,.; \`s <-:u .,r , r-, _ t � I ,, <. _h •. ' .;^.\ `�., v: @tr m , _ :. :.,'•! '.c:w , :54,".. ,.,, , ,( i' h'�%4 C•~\ '23: ',."(x" }Y d'S' aw \ ; L. •,,. ., y av !, `;vlr.y.r \. �.. ,. '.. ,,,..._ •, .r _.A,. , tt._ , ,�.. ':::•� ,;:.,', .K. ,. ._ ,. . ,.�\ �4 ..1 s'> rc.�'fi.... , ,o �'4` ;•i �,. -s:".i c� "3 r� ,r: ", osa� : .. ;.•„ ',,:. ,. ' ' R`.s'•,`y,`, , . , , \.\ ,ra,. L. 3 V°,•` ;;< - tin. N :.:r (:...• .I; .:,y g ::v"• ■ I� I ,.;.t...:.-.= \ \� e�. .4 f(._ , \mfr ,F • ',.s. .ti f. [ t 4' .f '^�,\."`.r \��it :?- '\ 1. \\ ': <:, .r `-: .. :" _- -- J. TI_.:v .'.T. ,�• 'ice ,'\w �, Y•'., . r.,_.>,,.., .\z...,,. .,,„r1,n..,,,1 -_-L= '�� _- ._.---:kJj --c-�% 4, -I....,. ,\. �•. l” �r",,.:\ '`'. .?a'4.. o"� r: ^:s -a.. .,,, , r,,, i _ ....,. i ... _-"' r trj" f ::l',.,,,,. '}, t'ti: :`;. ,..i ii' : ,. �, l -.-, i% " '77 .a n .'-.r`. \\ ' '\, r1 - i\>:; VICINITY MAP .. .,..) t '+a:. 'S' !.•: 5• x, F, ,...... u•: -r. \..��`.' �_� irltt.c. J, ,..,.'f":-" ,�� tt'.-'•, ;": r ,,. € ..) .WT ! > ..fr. a r .� �.. fr r..:. _ , . ., U , ,i. a ,. -c.. �,v - tet. _-] , • _r•.:: ;_: ., \ 7 •,, 4`S :-°''ri4s� "'{ '� ,. s :-.4. ..::.... .,,: .ra „•. .-� .t. .,_. ...r. ,r5, ... 1 :`-''t- tom-.-_ ,:,: ! -t-,.. •° 1 '`�v: tis-° •t `�•r �'�>;,� L q ..- { :- '�, t r.. ,:i ..,,I >..: :_,...a=1F;ark., n .�_y t "�. r, �\'v'z\�`'<,;/ '`a ,\•-.- �J t p .,.. r ,#:. •.., _. r':',:-_. <,..>. `, _ q, .1 r.. + --5» I t 11 r_; �v\. .,.. ,. -�.. - � -. pr .a, n. �,.,•• ,. Jr"r , <,,;'1�... ;:. :: • ;5..,, ,\ ,-.a,. ,.mn.a ..,.!, ! ..a :.,- r.. , ,.., ,.,,` rr L .r -\ti 'i8 t` A'r .,:w-�", ' , f.,. , rr:, , , , , . 1 '....... ..�" , ..�. "_.... .,. _..r :,:.. `rvt �.... ,.�:.__.,.- ��. -. _,...5..,-. _ i,_•r = ", '`.\ �-` �•�-'=�. \�. =1 ".''n"vk \" : 1 >{i,. v ,...._..__ r--_-.. ,,.(, , x%, :.'x. 1..,: vr' �k t i,1�:': :it .. `: fi '� j •£ r'l $ "`�, ice. , �°i : it..• F . h fe Tactic- ; ,, ' .f ''c, r iat' REFERENCE ✓ wi t.... , . 7 v $ 1.r, Y r r \: 4r1,+ \ x 'r L' 1 i _ ,i : ¢::>>%.+,- \:,. .: ,.,. ,_ ,.;.. : .,, :y.,r , �¥ sTrpta "..'.. 5 S„aans -r+' 7.5 MINUTEU.S.G.S. OPO �b :: ;:. ,,.-\ ...,,,, z .,..=a-., • ., i ,,,1. -,.rte _i �r1� � 1, w' :�,• "\ tiE13.._ d TOPOGRAPHIC MAP m .. r .. M_ U ,-.,. . ,.. .. _ �f-... ,.1. .a, E.7 ,. . _`..0 � _._._ . �-� , . ,.. �`,.,. .: - \ . c,.:� .a -r:,8f 1.'''. ... ,,, • •F:.. ..t.'';_, ('-�', ter., 'v `:'\',- „,:•; .z:;Md - " ("` : ,' .- - , CALIFORNIA {. \.._.. C f.: OF NEWPORT BEACH _ r x i tt .: .-.."�,..,a5 _.. .. - s„r.✓ .-::-� r _. .'--'-"., "/ _ q_: �:: •� al` €. y '�`' C - x i . ,:, 4 , :.� .. � r i •,�-s', s r f . °&� >� >'v: 7:¢ .s, r \� a , DATED: 1964 ., ' ?,•"'� �* , -•�•-- \ � i -1 PHOTOREVISED: 1981 -'-. _ �'' 3. , '� >`�, X , �' , f;`; L_ '! t �:I;.�t .. d ' �v ,,..:Rl,',- ',l'.. .-y i, k, `'�•" ,y, v y� ,•• ,,T} ,,+ r ,}d $ ` i.. \': ,�`•.,: .Z`._ [ - .;T'. - d'�,tc:_ ._ � . �.� , r.,.. : , , 5 • , .,, anti ,� .. , .r :. > 't f M - 4 I= S. 5. �,T�r ,rg j"..i�;e f 4 ` 8 , N e Fit i3# '> `..'�,.r>".',,•, -� � ,:*, , �S�•t3� i� Vd'. � t-. 'u rdr 4 �.. �`,� "`�°"� a�s� t ,^,..: >,<, \.�. -,...� .YLs�. .n . J•`t. :: .� -S}:,yj -:_;,``',••w .' :'' ;r,. �,. ?. }t....n .-.,. <,.e , +,. ,r.- a tv \ �t ,\ ra t:. s 'c a ,.-„:n✓"� _ , ' .: -�. .i. :' 1• ffi ;, :i :: "i.' Z 6 =::\ ! ::4 r~~\ 4-i - n'. s , A 01 mim `;:.' ,� Il4�� fi .\ . ,.moi-, \„ •: y,.y .� ,`”' `�`-•4Ai':�t ;` _. ,:. a -.:g-� r�'✓" ' €f; 3r„�'Q %;Yj .QM .rte �;... i ,Fr;,',; 5 ��%rte �. •<,,, 5p_: :,•:y. vz. J *,,�;� .,�„„ ,;:,.';�_ as EY',.,T .J .: i. , ,r '...s ,`e„r rt r?€57,. - ,}. ltd ` ' \»*�,`t'.`, ..h ' 1 rk f ,aci �ryr v.: ,r Hih:. f --•--e=b. - ,s Bch,_ rrn :f rj ..:° ar -til a +t.$vaa,s i.; ct,. d4r`: _ {'"'� ` r .\ ,rfi \\ s 0 1,000 2,000 4,000 ,¢'Gl._ �-�i -•r ',t--z_.�,__ __ ..,:. ,__ ,:.:^Fein# ,, ;'G' 1 f! r=,. - •.;�F" ..\�: }� .."1F9f' ,',... -} .,ti-" :.. it r\, \, r-- _" .,l•.'.r 'd rf' > .:ice Y,t :a :1 ti t. „'y• v - ".r `•.tiy v , �._'x. : ,, ..::�t °. +', . '''\i j? �,.y-}�'*fc..f•-`� r _I_",� :i ',`?r7y... , n,.,e' .;a t r\\ v f_... �\'r,,---�'�;,tc"ti z _:1' Feet '.�:`yhfFMli il •7 L 1:f..'(;3.'t: x s'� I _ G'aJ tr City �` rr `_ yam. �4c 641 ON 41 Awl \5\� f 1 :,1 ,,,t• -1 4 'r'� 'c '•.'•, s. tz.Al., r Y r' -KN&r !v sic i -•r--+ ,,� r tryf { f L v' I± ,*-"w_""' y ..os O�'•\sa 7 Z4Z i' ' + i a3 __, a v : ::t'hV ,•r! ,„ ,x %' < rr'+? yrs L't ',•,,,, 7-1 J\t+ k.,'flA,-.' ftt, t`4 f P;C.;e+ ,+c o.` v,.%�, ,'� 'S- i -{- r ,.�r�Fribni-hdy Txysic�s fill BM`: FIGURE 1 -^'�t x ' a 1p{: 1 `., t'ti iS>hi, s r € ..�"r S. t£a.. , _ I N r .' :,. ;< �, jSp SITE LOCATION MAP 33 x\i-� I f sy�yh# f`Par (:r'f�l t�a\ri',t '"'tJrtd'`.*'.:N '1!� r i_.z9_` "�}I ,`h''t' 1.`'•`. rarlurT Ar`efr f f ' ezr \ CHANNEL PLACE PARK S , t xetra4 rnciTlins ., NEWPORT BEACH, CALIFORNIA7 L 13 PA F Oiz ' 3 5,`;y Y `,J ■''� _. 4;\4'Ii2QYbiT;N;.SL, INC. .. ,:<.: � , P�Y�:: Y °-•. •; : t{ T s ft al t r, /, � t! ,(- �'�'�i� i(,' 1 Well Permit AvoCET" -- ENVIRONMENTAL, INC. APPLICATION FOR WELL CONSTRUCTION PERMIT ORANGE COUNTY HEALTH CARE AGENCY 1241 E. OYER ROAD, SURE 120 (714) 03800 ENVIRONMENTAL HE%TH DIVISION SANTA ANA Ca 997vi9lI cez I CITY D-7, NeM��'o �� ;, .� / WELL LOCATION {A, RESS IF AV BLE) � _. ^ IL tic-'r+h CJ114an6l 7 l f3� VP In NAME OF WELL OWNER A / G1 TYPE Of WELL (CHECK)PROBE SURVEY PRIVATE DOMESTIC ❑ MONITORING ❑ C ADDRE S �^ (% C.... �r1 ✓ J PUBLIC DOMESTIC ❑ SOIL BORING ❑ IRRIGATION C1 OTHER !NI R B, m CITY ZIP TELEPHONE I've-1(�ir ? zd o� Lv -3311 CATHODIC ❑ TOTAL NUMBER NAME OF CONSULTING FIRM ♦ n j Nc A. WELLS— SUBMIT A WELL CONSTRUCTION DIAGRAM BUSHINESS ADDRESS (INCLUDE DIMENSIONS) B. SOIL BORINGS AND PROBES — CITY /A}-7 ZIP T LEP LONE iV 7pr 11 LT`() NAME OF DRILLING CO. C-5TLICENSE.NO' TOTAL DEPTH '40 �G�h eh , 6 _ SEALING MATERIAL CITY ZIP TELEPHON U JJ — z C. PROPOSED START DATE DIAGWA OF WELL SITE (Use addl8anai sheets and/or attachments) I hereby agree to comply in every respect with all requirements of the Health Care Agency and with all ordinances and talus of the County of Orange and of the State of California pertaining to well construction, reconstruction and destruction, including the require mrnts to maintain the integrity of all sign{/fcant confining zone . I 36 PLICANPS SIGNATURE.�A DATE Ctr! PRIW NAME �:+rY9'( I(Aym 3/� s d TE PIAN ATTACHED, PHONENUbMBER FAXNUMOER OR ACCOUNTING USE ONLY: DISPOSITION OF PERMIT (DO NOT FILL IN): HSONO CHECK No. APPROVED SUBJECT TO THE FOLLOWING CONDITIONS: DATEAMOUNT l., `lCM /d"%r A. NOTIFY THIS AGENCY AT LEAST 48 HOURS g INTL PRIOR TO START. ❑ PRIOR TO SEALING THE ANNULAR SPACE OR FILLING OF APPROVAL BY OT ER AGENCIES: JURISDICTION THE CONDUCTOR CASING. B. ❑ SUBMIT TO THE AGENCY WITHIN 30 DAYS AFTER REMARKS COMPLETION OF WORK, A WELL COMPLETION REPORT AND/OR DRILLING LOGS. PLEASE REFERENCE PERMIT NO. C. ❑ SECURE ALL MONITORING WELLS TO PREVENT TAMPERING. D. ❑ OTHER ❑ DENIED �? PERMIT ISSUED DATE AUTHORIZED SIGNATUREpgTE &n-/ )6a PRINTNAME PHONE NUMBER WHEN SIGNED BY ORANGE COUNTY HEALTH CARE AGENCY REPRESENTATIVE, THIS APPLICATION ISA PERMIT. @F272-09.01103 (1311101) Boring Log" UOCET � n I:NVIRONTMEN'TAL. INC. Key to Soil Symbols and Terms Ma or Divisions I Graphic USCS Typical Names Terme used in Disconcert for describing soils according to their texture m grain size Log Symbols distributions are generally in accordance with the Umand Soil Classification Sermon Coarse -Grained Soils Terms Describing Density and Consistency (Mere than half of materia] is larger than No. 200 sieve) COARSE GRAINED SOILS (major pmson retained on N. 200.love) induce (p dean n else, 2)alltyorclayeyr-couend(3)ver otayay ox gxavepy Band PoUnWe deadly iaxalavndw BP9'blory not mrmared dx oveebameu l,roeaure or,hivaenaxgy_ L GW Well graded ravels, rave]- Br g g sand Clean Gravel mixtures Diol—re, fine.) b Relative SPT "N" Relative GRAVELS yy� ' �q{.0_p..' Gp Poorly graded gravels, graval.e nd mixtures, little.,. fines Density Value Density Characteristic (Mansion (More man half Emil hreinforcin Very Loess O-4 0-15 y penetrated with 1/2-inc g of w R ae &nabs ie tar er .hart No.4 Gravels with GM Silty g dant y gravels, gravel -sand rod Pushed by hand muni Fines mixtures Loose 4-10 15 .40 Easily penetrated with 1/2 -inch reinforcing rod pushed by hand (appxeoiamn nonce of mea) ® GC rcla Clayey gavels, gravel -sand, y i0 Penetrated a foot with 1/2 -inch reinforcing Medium 10-30 40-' r'3 mixture Deme rod driven with a5to hammer . Penetrated a foot with 1/2 -inch reinforcing Demme 30 -50 90 85 SW Well graded sands, gravelly sand, rod driven with a 5 -Ib hammer Clean Sands little or no rims { Very Dense >60 85-100 Penetrated only a es few inchwith lf4inch SANDS 0"o0 or no Russ) Sp Poorly graded sands, gravity sande, amreinforcing rod driven with a 5 -ib hmer little or no from FINE-GRAINED SOILS (majorxetalnal on fid 21 u,, Include la end led, (Clore man hilt.( orgnnlo ante arta days (2) slig .not or slay and (0) clayey mitae io si ie xalad aefxeabn ie th, ented amding to ehennnBe[renFthaain�liatea by pena[romntexxeedinee. decent nhenS or SPT blory mast. come , or SPT bo mac 4 doessuNa. 4eievej Sands and �IHI(fjljtlln�NlOn�Yf�HI� SM Silty Banda, sand -silt mixtures Fines SPT 'Ne Consistency Value Characteristic ^eaunramabta to of arta.) SC Clayey sands, sand -clay mixtures (Biowait) Very Soft 0.2 Easily penetrated a few inches by fist Five -Grained Soils (vl.re than half of material is .mailer than No. 200 Sieve) Soft 2 4 Emily penetrated a few inches by thumb Firm 4 - 8 Penetrated a few inches by thumb with 8,10 and very fine sands mak-Roder, HM ML silty or clayey fine sflnds,orclayey effbet silts with slight plasticity Stiff 8-16 Readily indented by thumb, but penetrated SILTS AND CLAYS fourgamc clays of low to medium only with great effort CL plasticity, gravelly clays, sandy Very Stiff 16 - 32 Readily indented by thembnajl (Liana clays, silty clays, lean clays Hard >32 Indented with difficulty Orgaidc silts and organic silty clays Note: Characteristics end blow onsite conm considered uncemented deposits only. Blow OL of low plasticity, count is Standard Penetration Teat (SPT): 2 inch diameter sampler by 14fooc) h driven by 140 -pound lmmmer hes falling 30 -inches. �00RD� Inorganic silts, micaceous or IIIIIIIIIIIII@ IIWII311llIIWIIIWIIfE MH diatomaceous fine sandy m mIty Terms Characterizing Soil Structure g soils, elastic and SLICRENSIDED Having mchned planes of weakness that are slick and SILTS AND CLAYS glossy in appearance CH Inorganic clays of high plastieitY. FISSURED Having shrinkage cracks, frequently filled with fine nacinid Ins., es, than 50) fat Clays sand on silt, usually earned LAMINATED Composed of thin layers of varying color and texture me ON Organic clays of medium W high INTERBEDDED Composed plasticity, organic silts of alternate layers of different soil types CALCAREOUS Contain., spenders A ... Gore ofcaloom conbomte HIGHLY ORGANIC SOILS Pt Peat and other highly organic soils WELL GRADED Wide range in grain sizes and substantial amounts of intermediate particle sizes Soil Moisture POORLY GRADED Mostly one grain size, or having it range of at... without From low to high, soil moisture is indicated by: some intermediate sizes POROUS Having visibly apparent void spaces through which DRY No apparent moisture water, air, or light may pass Size Proportions SLIGHTLYMOLST Slight moistm a content (well below optimum) MOIST Near optimum moisture content for compaction DESIGNATION PERCENT BY WEIGHT VERY MOIST Over optimum moisture concept TRACE 1 to 10 LITTLE 10 to 20 WET Water completely fills it voids (e., below water table) SOME 20 to 30 Grain Size Distribution Clay Silt Sand Gravels Cobbles Boulders y Fine Medium Coarse Fine Coarse H Sieve Size Number 200 40 10 4 3/4" 2" 3' 12" m ' ^-J ENVIRONMENTAL, ENVIRRINC. 0.005 of0.05t 0.1 a5 1,0 5o 10.0 50.0 100.0 500.0 Practical Diameter in Milli eters LITHOLOGIC LOG BORING No. B1 Logged By: Darren Brandner P.E. Date Started: 3/13/14 Client: City of Newport Beach Checked By: Philip Miller, P.E. Date Completed: 3/13/14 Site: Channel Place Park Driller: KehoeTesting & Eng./Robert Nagy Northing: - Location: Newport Beach, California Drilling Method: Geoprobe (2" Diameter) Easting: - Project No.: 1370.001 Sampling Method: 1.5"x24" Sleeve Elevation:- Sampling Interval: 2' then 5' Intervals Boring Depth: 20 feet Page: 1 of 1 _v Sample p Number m a 0 -C° .� " m > DESCRIPTION s m a > a a y v a v E a W W t9 rn o 3 0 " Yellowish brown (10YR 6/4), poorly-graded SAND, slightly SP moist, 100% fine-grained, trace silt, trace sea shell fragments, z 131-2 100 0 - v no staining, no odor. 4 -as above Bt-5 80 0 �+ N F, x,;5ka x'Y Groundwater encountered at 8 feet bgs g-----=- --------"' _ """-----------"""-------------"""-------------.-""------------"__----------- Very dark grayish brown, SAND with SILT, saturated, 70% SM fine-grained sand, 30% fines, shell fragments throughout, soil 1p - Btto 30 o.t discolored, faint marshy odor. 1z _-------------- -__..-------------- .._ ---- ---- ------ l 1a Very dark grayish brown (10YR 3/2), poorly graded SAND, '= Sp } saturated, 98% fine- to medium-grained sand, 2% fines, shell BI-15 50 0 ,^ fragments, no staining, no odor. r� r, is- s is— 18-as -as above except slightly coarser sand. BI-20 50 0 r 20 Total boring depth 20 feet bgs.C6roundwater encountered at 8 feet bgs and Sample ' collected using 1/2" PVC pipe wtih 4'screen.reen.AvoCET "� ENVIRONMENTAL, INC. Citv of Newport Beach MAI liTAWOOM Contract No. 5551 • a 14MONgagiz,11 yam. December 18, 2013 Mr. Steve Krieger Walden & Associates, Inc. 2552 White Road, Suite B Irvine, CA 92614 Project No. 13073-01 Subject: Geotechnical Evaluation for Proposed CDS Treatment Units for Begonia Park and Domingo Drive, City of Newport Beach, California In accordance with your request and authorization, LGC Geotechnical, Inc. has completed the Geotechnical RepW for the subject project. This report contains the findings and conclusions from our field evaluation and laboratory testing program. Should you have any questions regarding this report, please do not hesitate to contact our office. We appreciate this opportunity to be of service. Respectfully Submitted, LGC Geotechnical, lite. Exp. 12/31114 Dennis Bor tynec, GE 2770 VicePresi ent r9TF rECNcC BTZ/D7B/KAD/kmlr Kevin Dyekman, CEG 2595 Senior Staff Geologist Distribution: (3) Addressee (2 wet -signed copies and 1 electronic version) (3) City of Newport Beach (2 wet -signed copies and I electronic version) Attn: Mr. Peter Tauscher N0.2595 CEt211FIE1), TABLE OF CONTENTS Section page 1.0 INTRODUCTION.................................................................................................................................. 1 1.1 Purpose and Scope of Services................................................................................................... 1 1.2 Project Description..................................................................................................................... 1 1.3 Subsurface Geotechnical Evaluation......................................................................................... 3 1.4 Laboratory Testing..................................................................................................................... 3 2.0 GEOTECHNICAL CONDITIONS........................................................................................................4 2.1 Generalized Subsurface Conditions............................................................................................ 4 2.2 Groundwater..............................................................................................................................4 2.3 California Seismic Hazard Zones..............................................................................................4 2.4 Faulting......................................................................................................................................4 3.0 CONCLUSIONS....................................................................................................................................5 4.0 PRELIMINARY RECOMMENDATIONS........................................................................................... 6 4.1 Site Earthwork........................................................................................................................... 6 4.1.1 Site Preparation.............................................................................................................6 4.1.2 Temporary Excavations................................................................................................. 6 4.1.3 Utility Trench Subgrade................................................................................................ 6 4.1.4 CDS Treatment Unit Subgrade...................................................................................... 7 4.1.5 Material for Fill............................................................................................................. 7 4.1.6 General Fill Placement and Compaction...................................................................... 7 4.1.7 Trench Backfill and Compaction................................................................................... 8 4.2 Temporary Shoring.................................................................................................................... 8 4.3 Asphalt Pavement Sections........................................................................................................ 9 4.4 Soil Corrosivity.......................................................................................................................... 9 4.5 Geotechnical Observation and Testing During Construction................................................... 9 5.0 LIMITATIONS ......................................... LIST OF ILLUSTRATIONS AND APPENDICES Figures Figure 1 — Site Location Map (Page 2) Figure 2 — Boring Location Map (Rear of Text) Appendices Appendix A — References Appendix B — Field Exploration Logs Appendix C — Laboratory Test Results .............................................. 10 Project No. 13074-01 Page i December 18, 2013 LO INTRODUCTION 1.1 Purpose and Scope ofServices This report presents the results of our geotechnical evaluation for the proposed CDS treatment units at Begonia Park and Domingo Drive within the City of Newport Beach, California, as shown on the Site Location Map (Figure 1). The purpose of our study was to evaluate the existing onsite geotechnical conditions and to provide a preliminary geotechnical report relative to the proposed storm drain improvements. As part of this report, we have: 1) reviewed available geotechnical reports and in-house geologic maps pertinent to the site (Appendix A); 2) performed a limited subsurface geotechnical evaluation of the site consisting of the excavation of two small -diameter borings; 3) performed laboratory testing of select soil samples obtained during our subsurface evaluation; and 4) prepared this summary geotechnical report for the proposed project. 1.2 Proiect Description In general, the proposed project consists of storm drain improvements including the construction of CDS treatment units at Begonia Park and Domingo Drive. Begonia Park is located at the northwest intersection of Bayside Drive and Carnation Avenue where a CDS treatment unit is planned for the 48 -inch diameter storm drain system. The CDS treatment unit at Begonia Park will be approximately 34.5 feet below existing grade (Walden, 2011). The planned CDS treatment unit within Domingo Drive will be located south of Mar Vista Drive that services a 42 -inch diameter storm drain (Walden, 2011). The CDS treatment unit within Domingo Drive will be approximately 18.5 feet below existing grade. Project No. 13073-01 Page 1 December 18, 2013 1.3 Subsurface Geotechnical Evaluation A geotechnical field evaluation was performed by LGC Geotechnical in November of 2013. The exploration program consisted of drilling and sampling two small -diameter exploratory borings (LGC-1 and LGC-2) in the vicinity of the planned CDS treatment units. The approximate locations of our explorations are provided on Figure 2 at the end of the text. The boring logs are provided in Appendix B. The borings were drilled by Martini Drilling, Inc., under subcontract to LGC Geotechnical. An LGC Geotechnical representative observed the drilling operations, logged the borings, and collected soil samples for laboratory testing. Bulk samples of the near surface soils were logged and collected for laboratory testing from select borings. Relatively undisturbed (driven) soil samples were collected from borings by means of the Modified California Drive (MCD) sampler. The MCD is a split -barrel sampler with a tapered cutting tip and lined with a series of 1 -inch tall brass rings. The MCD sampler (2.4 -inch ID, 3.0 -inch OD) is driven using a 140 pound hammer falling 30 inches down a total depth of 18 inches or until refusal. The raw blow counts for each 6 -inch increment of penetration were recorded on the boring logs. Due to potential utility line conflicts, sampling was not performed in the upper approximate 10 feet of LGC-l. Auger refusal was also encountered in LGC-1 at a depth of approximately 36 feet below existing grade due to the presence of very dense/hard material. This boring was intended to be 40 feet deep. At the completion of drilling, the borings were backfilled with bentonite and, where applicable, asphalt cold patch was capped at the surface. Some settlement of the backfilled boring should be expected. The excess cuttings were placed in steel drums and the contents were profiled and properly disposed of. Other than profiling, no environmental testing of soils or groundwater was performed. LGC Geotechnical does not provide environmental consulting services. It should be noted that elevations provided on the boring logs were estimated from Google Earth and should be considered approximate. 1.4 Laboratory Testing Representative bulk and driven (relatively undisturbed) samples were retained for laboratory testing during our field evaluation. Laboratory testing included in-situ moisture content and in-situ dry density, fines content (percent passing No. 200 sieve), direct shear and sulfate content. The following is a sarnmary of the laboratory test results. Dry density of the samples collected ranged from approximately 73 pounds per cubic foot (pef) to 124 pcf, with an average of 92 pef. Field moisture contents ranged from approximately 7 percent to 48 percent, with an average of 29 percent. • Two fines content tests were performed and indicated a fines content (passing No. 200 sieve) of 15 and 38 percent. According to the Unified Soils Classification System (USCS) the tested samples are classified as coarse-grained soil. • Four direct shear tests were performed. The plots are provided in Appendix C. • Sulfate testing of samples obtained from LGC-1 and LGC-2 indicated a soluble sulfate content less than approximately 0.03 percent. A summary of the laboratory test results are presented in Appendix C. The moisture and dry density results are presented on the boring logs in Appendix B. Project No. 13073-01 Page 3 December 18, 2013 2.0 GEOTECHNICAL CONDITIONS 2.1 Generalized Subsurface Conditions The field exploration within Begonia Park (LGC-1) indicated primarily moist, medium stiff sandy clays over formational (bedrock) material consisting of hard sandy clays and sandy silts to the maximum drilled depth of about 36 feet below current grade where auger refusal was encountered. At this location the formational (bedrock) material was encountered at approximately 20 feet below existing grade. The field exploration within Domingo Drive (LGC-2) indicated primarily dense sands with varying amounts of silt over formational (bedrock) material consisting of very stiff sandy clays and sandy silts to the maximum drilled depth of about 25 feet below current grade. At this location the formational (bedrock) material was encountered at approximately 12 feet below existing grade. It should be noted that borings are only representative of the location where they are performed and varying subsurface conditions may exist outside of the performed location. In addition, subsurface conditions can change over time. The soil descriptions provided above should not be construed to mean that the subsurface profile is uniform and that soil is homogeneous within the project area. For details on the stratigraphy at the exploration locations, refer to the boring logs provided in Appendix B. 2.2 Groundwater During our subsurface evaluation, groundwater was encountered in LGC-1 (Begonia Park Site) at a depth of approximately 17 feet below existing grade. It is likely that this groundwater is perched above site bedrock. Groundwater was not encountered in LGC-2 (Domingo Drive Site) to the maximum explored depth of approximately 25 feet below existing grade. historic high groundwater for both sites is estimated at about 10 feet below existing ground surface (CGS, 1997). Seasonal fluctuations of groundwater elevations should be expected over time. In general, groundwater levels fluctuate with the seasons and local zones of perched groundwater may be present within the near -surface deposits due to local seepage from landscape irrigation and/or seasonal rains. 2.3 California Seismic Hazard Zones Neither site is located within a State of California liquefaction hazard zone or a seismically induced landslide zone (CGS, 1998). Evaluation of site specific liquefaction potential is beyond the scope of this report. 2.4 Faultine Neither site is located within an Alquist-Priolo Earthquake Fault Zone (CGS, 2000). The possibility of damage due to ground rupture is considered very low since no active faults are known to cross the site. Project No. 13073-01 Page 4 December 18, 2013 3.0 CONCL USIONS The following is a summary of our conclusions and the primary geotechnical factors which may affect the proposed project. • The field exploration within Begonia Park (LGC-1) indicated primarily moist, medium stiff sandy clays over formational (bedrock) material consisting of hard sandy clays and sandy silts to the maximum drilled depth of about 36 feet below current grade where auger refusal was encountered. The formational (bedrock) material was encountered at approximately 20 feet below existing grade. Groundwater was encountered in LGC-1 (Begonia Park Site) at a depth of approximately 17 feet below existing grade and is likely perched above site formational (bedrock) material. • The field exploration within Domingo Drive (LGC-2) indicated primarily dense sands with varying amounts of silt over formational (bedrock) material consisting of very stiff sandy clays and sandy silts to the maximum drilled depth of about 25 feet below current grade. The formational (bedrock) material was encountered at approximately 12 feet below existing grade. Groundwater was not encountered in LGC-2 (Domingo Drive Site) to the maximum explored depth of approximately 25 feet below existing grade. • Historic high groundwater for both sites is estimated at about 10 feet below existing ground surface (CGS, 1997). Project No. 13073-01 Page 5 December 18, 2013 4.0 PRELIMINAR Y RECOMMENDA TIONS The following recommendations are to be considered minimal from a geotechnical viewpoint, as there may be more restrictive requirements from the civil engineer and/or the City of Newport Beach. 4.1 Site Earthwork We anticipate that earthwork at the site will consist of required excavation and backfill for construction of the planned CDS treatment units. We recommend that earthwork onsite be performed in accordance with the following recommendations and the earthwork requirements of the latest edition of the Standard Specifications for Public Works Construction (Greenbook) and the requirements of the City of Newport Beach. 4.1.1 Site Preparation Prior to earthwork activities, any areas to receive fill should be cleared of existing vegetation, asphalt concrete, concrete, surface obstructions and any debris. Any vegetation and debris should be removed and properly disposed of off-site. Holes resulting from the removal of buried obstructions, which extend below proposed finish grades, should be replaced with suitable compacted fill material. 4.1.2 Temporary Excavations Trench excavations on the order of up to about 35 feet are anticipated for the planned CDS units. In general, temporary construction excavations may be made vertically without shoring to a depth of 4 feet below adjacent grades. For deeper cuts the excavations should be properly shored or sloped back. Surcharge loads (soil stockpiles, construction equipment, etc.) should not be permitted within a horizontal distance equal to the height of cut from the top of the excavation or 5 feet from the top of temporary slopes, whichever is greater, unless the cut is properly shored and designed for the surcharge load. Site soils may be considered Type "C" in accordance with the OSHA soil classification system. The contractor shall be responsible for providing the "competent person", required by OSHA standards, to evaluate soil conditions. Temporary excavations should meet the minimum requirements given in the most current State of California Occupational Safety and Health Standards. 4.1.3 Utility Trench Subarade Utility trench bottom subgrade should be observed prior to placement of bedding material to ensure that a firm and unyielding subgrade is exposed. If the subgrade is loose or unstable, the unsuitable subgrade soil should be removed and replaced with densified bedding material or properly compacted fill as outlined in the following sections. Project No. 13073-01 Page 6 December 18, 2013 4.1.4 CDS Treatment Unit Subzrade Subgrade for the CDS treatment units should be observed prior to placement of CDS treatment units to ensure that a firm and unyielding subgrade is exposed. If the subgrade is loose or unstable, the unsuitable subgrade soil should be removed and replaced with properly compacted fill as outlined in the sections below. 4.1.5 Material for Fill From a geotechnical perspective, the onsite soils are generally suitable for use as compacted fill provided they are screened of any oversized rock material (8 inches maximum in any dimension), construction debris, and significant organic materials. From a geotechnical perspective, any import fill soils should consist of clean, granular soils of Very Low expansion potential (expansion index 20 or less based on ASTM D4829) and contain no materials over 8 inches in maximum dimension. Source samples should be provided to the geotechnical consultant for laboratory testing a minimum of three working days prior to any planned importation. Aggregate base (crushed aggregate base or crushed miscellaneous base) should conform to the requirements of the latest edition of the Standard Specifications for Public Works Construction ("Greenbook") for untreated base materials (except processed miscellaneous base). 4.1.6 General Fill Placement and Compaction Areas to receive fill should be observed and accepted by the geotechnical consultant prior to subsequent fill placement. In general, any areas to receive compacted fill should be scarified to a minimum depth of 6 to 8 inches, brought to a near -optimum moisture condition, and re - compacted per American Society for Testing and Materials (ASTM) Test Method D1557. Material to be placed as fill should be brought to near optimum moisture content (generally within optimum and 2 percent above optimum moisture content) and compacted to at least 90 percent relative compaction per project requirements. The optimum lift thickness to produce a uniformly compacted fill will depend on the type and size of compaction equipment used. In general, fill should be placed in uniform lifts not exceeding 8 inches in compacted thickness. Each lift should be thoroughly compacted prior to subsequent lifts. Generally, placement and compaction of fill should be performed in accordance with local grading ordinances and with observation and testing by the geotechnical consultant. Moisture conditioning and/or drying back of the soils will be necessary to achieve the required degree of compaction. Aggregate base should be compacted to a minimum of 95 percent relative compaction over subgrade compacted to a minimum of 90 percent relative compaction per ASTM D1557, at or slightly above optimum moisture content. Project No. 13073-01 Page 7 December 18, 2013 4.1.7 Trench BackftU and Compaction The onsite soils may generally be suitable as soil backfill within the trench zone (above the pipe bedding zone and below pavement aggregate base/asphalt concrete), provided the soils are screened of any rocks greater than 6 inches in any dimension, construction debris and significant organic matter. Rocks greater than 2%z inches in any dimension should not be placed within 1 -foot of pavement subgrade. Trench backfill within the trench zone should be placed in loose lifts not exceeding 8 inches in thickness, conditioned to near optimum moisture content, and compacted to a minimum relative compaction of 90 percent in accordance with ASTM D1557. If hand -directed mechanical tampers are used for compaction, the loose lift thickness should not exceed 6 inches. In backfill areas where mechanical compaction of soil backfill is impractical due to space constraints, sand -cement slurry may be substituted for compacted backfill. The slurry should contain about one -sack of cement per cubic yard. When set, such a mix typically has the consistency of compacted soil. The minimum depth between the top of slurry and finish grade shall be confirmed with the City of Newport Beach directly by the contractor. A geotechnical representative should observe, probe, and test the backfill to verify compliance with the project recommendations. 4.2 Temporary Shoring For preliminary design and cost estimating purposes, the following geotechnical parameters are provided for temporary shoring. Typical cantilever temporary shoring, where deflection of the shoring will not impact the performance of adjacent structures and improvements, may be designed using the active equivalent fluid pressure of 35 pounds per square foot (psi) per foot of depth (or pcf). Braced shoring may be used in areas where the shoring will be located close to existing structures in order to limit shoring defections or required due to the proposed depth of excavation. Braced shoring with a level backfill may be designed using a uniform soil pressure of 25H in pounds per square foot (psf), where H is equal to the depth in feet of the excavation being shored. A passive equivalent fluid pressure of 300 pcf, to a maximum of 3,000 psf can be used for preliminary design. Any adjacent loading (e.g., structures, equipment, traffic, etc.) located within a 1:1 (horizontal to vertical) projection from the base of the shoring, should be added to the applicable lateral earth pressure. If applicable, a lateral load due to the surcharge from vehicle traffic (equivalent to at least 2 feet of soil) should be added to the above lateral pressures. The provided lateral earth pressures do not include appreciable factors of safety, therefore the shoring designer should apply appropriate factors of safety and/or load factors in their design. The provided lateral earth pressures are for free -draining conditions and do not include any hydrostatic pressures. Temporary excavations should meet the minimum requirements given in the most current State of California Occupational Safety and Health Standards. The shoring contractor should evaluate site conditions when planning the shoring type and installation methods. Difficult drilling or excavating may occur due to shallow dense bedrock materials, cemented layers within and/or concretions. Some caving and/or groundwater or dewatering should be anticipated, (refer to the boring logs, Appendix B). Project No. 13073-01 Page 8 December 18, 2013 4.3 Asphalt Pavement Sections Asphalt pavement sections should be replaced in accordance with the requirements of the City of Newport Beach. The encountered thickness of asphalt concrete and aggregate base from LGC-2 is provided on the boring logs (Appendix B). It should be noted that the pavement thicknesses depicted on the boring logs are only representative of the location where they are performed. Earthwork recommendations for subgrade and aggregate base are provided in the "Site Earthwork" section of this report. 4.4 Soil Corrosivity Although not corrosion engineers (LGC Geotechnical is not a corrosion consultant), several governing agencies in Southern California require the geotechnical consultant to determine the corrosion potential of soils to buried concrete and metal facilities. We therefore present the results of our testing with regard to corrosion for the use of the client and other consultants, as they determine necessary. Sulfate testing of samples obtained from LGC-I and LGC-2 indicated soluble sulfate contents less than approximately 0.03 percent. Based on laboratory sulfate test results, the near surface soils have a severity categorization of "Not Applicable" and are designated to a class "SO" per ACI 318, Table 4.2.1 with respect to sulfates. Concrete in direct contact with the onsite soils can be designed according to ACI 318, section 4.3 using the "SO" sulfate classification. 4.5 Geotechnical Observation and Testine During- Construction It is recommended that observation and testing be performed by geotechnical personnel during the following stages of construction: • Excavations for utility trenches; • Placement of utility trench bedding and backfill; • Shoring installation; • Subgrade for CDS treatment units; • Placement of compacted fill; • Preparation of subgrade and placing of aggregate base; and • When any unusual subsurface conditions are encountered. Project No. 13073-01 Page 9 December 18, 2013 5.0 LIMITATIONS Our services were performed using the degree of care and skill ordinarily exercised, under similar circumstances, by reputable soils engineers and geologists practicing in this or similar localities. No other warranty, expressed or implied, is made as to the conclusions and professional advice included in this report. This report is based on data obtained from limited observations of the site, which have been extrapolated to characterize the site. While the scope of services performed is considered suitable to adequately characterize the site geotechnical conditions relative to the proposed development, no practical evaluation can completely eliminate uncertainty regarding the anticipated geotechnical conditions in connection with a subject site. Variations may exist and conditions not observed or described in this report may be encountered during grading and construction. This report is issued with the understanding that it is the responsibility of the owner, or of his/her representative, to ensure that the information and recommendations contained herein are brought to the attention of the other consultants and incorporated into their plans. The contractor should properly implement the recommendations during construction and notify the owner if they consider any of the recommendations presented herein to be unsafe, or unsuitable. The findings of this report are valid as of the present date. However, changes in the conditions of a site can and do occur with the passage of time, whether they be due to natural processes or the works of man on this or adjacent properties. The findings, conclusions, and recommendations presented in this report can be relied upon only if LGC Geotechnical has the opportunity to observe the subsurface conditions during grading and construction of the project, in order to confirm that our preliminary findings are representative for the site. This report is intended exclusively for use by the client, any use of or reliance on this report by a third party shall be at such party's sole risk. In addition, changes in applicable or appropriate standards may occur, whether they result from legislation or the broadening of knowledge. Accordingly, the findings of this report may be invalidated wholly or partially by changes outside our control. Therefore, this report is subject to review and modification. Project No. 13073-01 Page 10 December 18, 2013 LIN, "I", y LEGEND LGC-2 Approximate Location of Hollow Stem Auger Boring with T. 2a, Total Depth in Feet FIGURE 2 Boring Location Map PROJECTNAME PROJECT N0. ENG. / GEOL. DATE Newport CDS 13073-01 DJB / KAD Not to Scale December 2013 APPENDIX A Re erences American Society for Testing and Materials (ASTM), Volume 04.08 Soil and Rock (I):D420 — D5876. California Geological Survey (CGS), (Previously California Division of Mines and Geology [CDMG]), 2000, Digital Images of Official Maps of Alquist-Priolo Earthquake Fault Zones of California, Southern Region, CDMG CD 2000-03. 1998, State of California Seismic Hazard Zone Map, Newport Beach Quadrangle, dated April 15, 1998. 1997, Seismic Hazard Zone Report for the Anaheim and Newport Beach 7.5 Minute Quadrangles, Orange County California, Hazard Zone Report 03. Caltrans, Califomia Test Methods. 2012, Corrosion Guidelines, Version 2.0, dated November 2012. Standard Specifications for Public Works Construction (Greenbook), 2012, Joint Cooperative Committee of the Southern California Chapter American Public Works Association and Souther California Districts Associated General Contractors of California. Walden & Associates, 2011, CDS Diversion for Corona Del Mar High School Tributary Area, Newport Beach, California, Sheet 1 of 1, dated March 29, 2011. , 2012, Hydrodynamic Separation Unit Diversion for Begonia Park Storm Drain, Newport Beach, California, Sheet 1 of 1, dated August 27, 2012. Project No. 13073-01 A-1 December 18, 2013 Appendix j Geotechnical Boring Log Borehole LGG-1 Date: 11/25/2013 Drilling Company: Martini Drilling Project Name: Newport Beach CDS Units Type of Rig: CME 75 Project Number: 13073-01 Drop: 30" Hole Diameter: 8" Elevation of Top of Hole: -44' MSL Drive Weight: 140 pounds Hole Location: See Geotechnical Map Page 1 of 2 Logged By KAD m o E zc v E C: O J U Z O n C >, CnN- O o U a> Y o > oQ "CL 0 as E 3 v U o W o C9 co m o DESCRIPTION h 0 Artificial Fill CL CLAY with sand: pale olive brown, moist to very moist; CR m trace gravel; brick debris @15- Rock on south side of boring 40 5- 35- Quaternary Alluvium 10 R-1 3 82.4 30.5 CL @10' - CLAY with gravel: mottled dark brown and pale DS 5 orange brown, very moist, medium stiff @12.5' - Same as above; lighter coloration; siltstone R-2 4 84.5 29.8 fragments, medium stiff 30 5 @15'- fine sandy CLAY: mottled dark brown and 15 orange brown, very moist, medium stiff; trace gravel, sub 17 R-3 4 88.5 28.6 angular; siltstone fragments 6 @16'- 22' Perched Groundwater near Formational = Contact R-4 88.3 33.9 SC @17.5'- Clayey SAND with gravel: mottled orange 4200 25 s 13 brown, dark brown and reddish brown, wet, medium dense; angular gravel 20 R-5 31 75.1 40.5 CL Tertiary Monterey Formation (Bedrock) 38 @20'- CLAY: brown to black, wet, hard; moderately weathered; Moderately to strongly cemented; thinly R-6 50/a^ bedded 20 @22.5'- Same as above: predominately gray to gray 25 brown with abundant orange brown staining, hard R-7 2577 9 40 2 50/3^ @25'- Same as above: very moist; decrease in weathering, hard R-8 CL @27.5' - CLAY: gray to black, very moist, hard; slightly DS 15 521 weathered; thinly bedded; closely spaced tight jointing 30 THIS SUMMARY APPLIES ONLY AT THE LOCATION SAMPLE TYPES: TEST TYPES: -e>^'?:=mr.•,. OF THIS BORING AND AT THE TIME OF DRILLING. SUBSURFACE CONDITIONS MAY DIFFER AT OTHER B BULK SAMPLE DS DBECTSHEAR R RING SAMPLE (cA MWIOed Sampler) MD MAXIMUM DENSITY LOCATIONS ANO MAY CHANGE AT THIS LOCATION WITH THE PASSAGE OF TIME. THE DATA G GRAB SAMPLE SA SIEVE ANALYSIS SPT STANDARD PENETRATION SAM SIEVE AND HYDROMETER PRESENTED IS A SIMPLIFICATION OF THE ACTUAL TEST SAMPLE EI EXPANSION INDEX ON CONSOLIDATION CONDITIONS ENCOUNTERED. THE DESCRIPTIONS OR CORROSION w eatuchnicrA lnc. PROVIDED ARE QUALITATIVE FIELD DESCRIPTIONS -s- GROUNDWATER TABLE AL ATTERDERG LIMITS 4 AND ARE NOT BASED ON QUANTITATIVE GO CCL APSEGWELL ENGINEERING ANALYSIS. RV WVALUE -MO % PASSING A 2W SIEVE Geotechnical Boring Log Borehole LGC-1 Date: 11/25/2013 Drilling Company: Martini Drilling Project Name: Newport Beach CDS Units Type of Rig: CME 75 Project Number: 13073-01 Drop: 30" Hole Diameter: 8" Elevation of Top of Hole: -44' MSL Drive Weight: 140 pounds Hole Location: See Geotechnical Map Page 2 of 2 Logged By KAD o �c E U) o J Z 7 V7 >+ cri f— - _o ° U W `o > o C a m E 3 � N U o a W o c9 W m o 2 = DESCRIPTION 30 R-9 80.8 40.1 CL @30' - CLAY: dark brown to black, very moist, hard; sore slightly weathered; strongly cemented in some areas R-10 @32.5'- Same as above: trace gypsum 542 10 35 R-11 50/3^ 99,7 18.9 @35'- Same as above, hard @36'- Auger Refusal Total Depth Drilled = 36' (Auger Refusal) Groundwater Encountered at Approximately 16' 5 Backfilled with Bentonite Grout on 11/2512013 40- 0045-550-1055-1560THIS 0- 45- -5- 50- -10- 55- -15- 60— THISSUMMARY APPLIES ONLY AT THE LOCATION SAMPLE TYPES: TESTTYPES: ,. LGIC OF THIS BORING AND AT THE TIME OF DRILLING. LOCATIONS AND MAY IONS MAYDIFFER CONDITIONS AT THIS LOCATIOFACE NS LOCATION LOCATION WITH THE PASSAGE OF TIME. THE DATA B BULKSAMPLE DS DIRECT SHEAR R RING SAMPLESITY R RIR ISAMPeICA Motlil'rea Samgep MO SAME AN LYSIS A SAMPLE MD SIEVE DEN S SPT STMDAROPENETRATION SSM SIEVE AND HYDROMETER TEST SAMPLE #Caectechncal'Irac:, PRESENTED IS A SIMPLIFICATION OF THE ACTUAL EI EXPANSION INDEX ON CONSOLIDATION CONDITIONS ENCOUNTERED, THE DESCRIPTIONS OR CORROSION PROVIDED ARE QUALITATIVE FIELD DESCRIPTIONS GROUNOWATERTAKE AL ATTERBERG LIMBS — AND ARE NOT BASED ON QUANTITATIVE Go COLLAPSEiSWELL ENGINEERING ANALYSIS. RV RNALUE ,tQw %PASSING #GOD SIEVE Geotechnical Boring Log Borehole LGC-2 Date: 11/25/2013 Drilling Company: Martini Drilling Project Name: Newport Beach CDS Units Type of Rig: CME 75 Project Number: 13073-01 Drop: 30" Hole Diameter: 8" Elevation of Top of Hole: -106' MSL Drive Weight: 140 pounds Hole Location: See Geotechnical Map Page 1 of 1 Logged By KAD � Q _ o E =3 c Y O o E c O J U Z O O n C >, Cn H N O Q U N w H- O > CLN (6 E N Q in m o � Z) DESCRIPTION 0 Approximately 3 inches of Asphalt Concrete over 5 105 inches of Aggregate Base m Quaternary Old Paralic Deposits R-1 121.3 8.4 SM @2.5'- Silty SAND: reddish brown, moist, medium CR 19 21 dense 5 R-2 112.3 8.3 @5'- Silty SAND: yellowish brown to reddish brown, 100 25 39 moist, dense R-3 25 123.7 7.4 SM-SC @7.5'- Silty SAND to clayey SAND: reddish brown, DS, 39 moist, dense; medium grained 4200 10 R-4 12 103.9 22.7 SM @10'- Silty SAND: mottled gray and reddish brown, 95 19 16 moist to very moist, medium dense; micaceous Tertiary Capistrano Formation (Bedrock) R-5 5 87.3 33.5 CL @12.5'- CLAY: gray with some orange brown staining, 12 moist, stiff; stained joint faces; massive 15 R-6 88.1 32.9 @15' - Same as above: rootlets along joint surface, very 90 13 21 stiff R-7 79.3 39.7 @17.5'- CLAY: olive gray, very moist, very stiff; stained DS 10 12 joint faces 20 R-8 85.3 34.2 @20'- Same as above 85 12 21 R-9 @22.5'- Same as above; decrease jointing 10 12 25 R-10 73.0 47.6 @25'- Same as above, stiff 80 i 12 Total Depth Drilled = 25' Groundwater Not Encountered Backfilled with Bentonite Grout and Capped with AC 30 Cold Patch to 4 inches on 11/25/2013 THIS SUMMARY APPLIES ONLY AT THE LOCATION SAMPLE TYPES: TEST TYPES. LGC; OF THIS BORING AND AT THE TIME OF DRILLING. LOCATIONS AND MAV IONS MAYDIFFER AND MAY LOCATIOFACENS CHANGE AT THIS LOCAAT TION LOCATION WITH THE PASSAGE OF TIME. THE DATA B BULK SAMPLE Ds DIRECT SHEAR R RINGS AMPLE ICA MOUIMd sampler) $A MAXIMUMSITY G RINGOR,V;SASAMPLE SA SIEVE MDENANALYSIS SPT STANDARD PENETRATION S&H SIEVE AND HYDROMETER TEST SAMPLE EI EXPANSION INDEX PRESENTED IS A SIMPLIFICATION OF THE ACTUAL ON CONSOLIDATION CONDITIONS ENCOUNTERED. THE DESCRIPTIONS OR CORROSION e G'3terhrtical is'SG::. PROVIDED ARE QUALITATIVE FIELD DESCRIPTIONS GROUNDWATER TABLE AL ATTERBERG LIMITS t AND ARE NOT BASED ON QUANTITATIVE ENGINEERING ANALYSIS. Co COLLAPSErswELL RV RwALUE . 00 %PASSING #200 SIEVE Appendix Laboratory ' Results APPENDL( C Laboratory Test Results The laboratory testing program was directed towards providing quantitative data relating to the relevant engineering properties of the soils. Samples considered representative of site conditions were tested in general accordance with American Society for Testing and Materials (ASTM) procedure and/or California Test Methods (CTM), where applicable. The following summary is a brief outline of the test type and a table summarizing the test results. Moisture and Density Determination Tests: Moisture content (ASTM Test Method D2216) and dry density determinations (ASTM D2937) were performed on relatively undisturbed samples obtained from the test borings. The results of these tests are presented in the boring logs. Where applicable, only moisture content was determined from undisturbed or disturbed samples. Fines Content: Representative samples were dried, weighed, and soaked in water until individual soil particles were separated (per ASTM D421) and then washed on a No. 200 sieve (ASTM D1140). Where applicable, the portion retained on the No. 200 sieve was dried and then sieved on a U.S. Standard brass sieve set in accordance with ASTM D6913 (sieve) or ASTM D422 (sieve and hydrometer). Sample Location Description % Passing # 200 < 0.02% LGC-2 @ 0-5 ft Sieve LGC-1 @ 17.5 ft Clayey Sand with gravel 38 LGC-2 @ 7.5 ft Silty Sand to Clayey Sand 15 Direct Shear: Direct shear tests were performed on select driven samples, which were soaked for a minimum of 24 hours prior to testing. The samples were tested under various normal loads, a motor - driven, strain -controlled, direct -shear testing apparatus (ASTM D3080). The plots are presented in this Appendix. Soluble Sulfates: The soluble sulfate contents of selected samples were determined by standard geochemical methods (CTM 417). The test results are presented in the table below. Sample Location Sulfate Content LGC-1 @ 2.5-7.5 ft < 0.02% LGC-2 @ 0-5 ft 0.024% Project No. 13073-01 C-1 December 18, 2013 M 0 N � I N a+ I C e-1 I ` f0 V Ln CI O u U i I ! O 0 °o. a m o J Z N N N o E Z Z m m Z N N NFT N N I i I I ' I Zw W (A LLI d1.4 � � ! p N O OA N M O)TO (j O O O O 00 N W HLI— U C .O U (A O O O O Ico � r -I mJ Ln > O O ^ _ ti L O N fu N pWp W i m m 3 m O o O O m o Nr o� Ln O m � cm> O p p ^ LOA . � . IONA N M tN0 'a �) v; m d > a m o mcp E N N aw ul c n cchZO An Z Z~ c ° UJ T d O O 0 O ++ .a.. O 10 d .O 'O .p O N �` 'S �5 N E O �� tAl U 4 E DI 0 0 2.00 Sample No. R-1 Depth (ft) 1.50 Sample Tvoe: Ring Dark olive gray lean clay L 1.836 Deformation Rate (in./min.) 0.0017 c ti 0.0017 Initial Sample Height (in.) 1.000 1.000 1.000 Y_ 2.415 2.415 Initial Moisture Content (%) 30.54 � 30.54 N (/1 Dry Density (pcf) � 81.2 83.3 87.8 Saturation (%) 76.7 1.00 89.7 Soil Height Before Shearing (in.) 0.9973 0.9927 0.9797 Final Moisture Content % 35.5 33.6 29.1 `m v L 0.50 - - 0.00 0 0.1 0.2 0.3 Horizontal Deformation (in.) 2.00 1.50 N u � N 02 1.00 _ -- 1n ' CO a) L 0.50 --- i 0.00 0.00 0.50 1.00 1.50 2.00 2.50 3.00 3.50 4.00 Normal Stress (ksf) Boring No. LGC-1 Project No.: 13073-01 DIRECT SHEAR TEST RESULTS Newport CDS Consolidated Drained - ASTM D 3080 12-13 Normal Stress (kip/ftz) I 0.500 1.000 2,000 Peak Shear Stress (kip/ftz) 0 0.465 ®0.874 ®1.836 Sample No. R-1 Depth (ft) 10 Sample Tvoe: Ring Dark olive gray lean clay Soil Identification: (CL), caliche noted Shear Stress @End of Test (ksf) � O 0.465 ❑ 0.865 L 1.836 Deformation Rate (in./min.) 0.0017 0.0017 0.0017 Initial Sample Height (in.) 1.000 1.000 1.000 Diameter (in.) 2.415 2.415 2.415 Initial Moisture Content (%) 30.54 � 30.54 30.54 Dry Density (pcf) � 81.2 83.3 87.8 Saturation (%) 76.7 80.6 89.7 Soil Height Before Shearing (in.) 0.9973 0.9927 0.9797 Final Moisture Content % 35.5 33.6 29.1 DS LGGf, R4 (a} 10 3 A Peak 0 A 0,30" Displacement 2 — --- w Y_ W N d a+ N A N L N 0. 0 1 2 3 Normal Stress (ksfl Tested Sample: LGC-1 at 10 ft Peak: At 0.30" Displacement: 42.3 Degrees 42.3 Degrees 0 ksf 0 ksf Project Number: 13073-01 LeoDIRECT SHEAR PLOT Date: Dec -13 Newport CDS 8.00 Peak Shear Stress (kip/ftz) ®3.593 4.464 6.00 Shear Stress @End of Test (ksf) � O 1.786 � El 4.052 A 5.539 Deformation Rate (in./min.) 0.0017 ( 0.0017 0.0017 Initial Sample Height (in.) 1.000 1.000 1.000 Diameter (in.) 2.415 2.415 2.415 Initial Moisture Content (%) 36.08 36.08 N N Dry Density (pcf) 74.7 76.1 76.9 Saturation (%) 77.5 T 4.011 81.7 Soil Height Before Shearing (in.)� 0.9909 0.9832 0.9760 Final Moisture Content (% 44.5 40.4 41.6 N S 2.00 0.00 0 0.1 0.2 0.3 Horizontal Deformation (in.) 8.00 6.00 - - 2 4.00 _ `m a� L 2.00 - i 0.00 0.00 2.00 4.00 6.00 8.00 10.00 12.00 14.00 16.00 Normal Stress (ksf) Boring No. LGC-i Project No.: 13073-01 DIRECT SHEAR TEST RESULTS Newport CDS Consolidated Drained - ASTM D 3080 12-13 Depth (ft) 27.5 Sample Type: Ring Soil Identification: clay'stone' (CL) Normal Stress (kip/ftz) 2.000 4.000 8.000_ Sample No. R-8 Dark olive gray lean Peak Shear Stress (kip/ftz) ®3.593 4.464 ®7.602 Shear Stress @End of Test (ksf) � O 1.786 � El 4.052 A 5.539 Deformation Rate (in./min.) 0.0017 ( 0.0017 0.0017 Initial Sample Height (in.) 1.000 1.000 1.000 Diameter (in.) 2.415 2.415 2.415 Initial Moisture Content (%) 36.08 36.08 36.08 Dry Density (pcf) 74.7 76.1 76.9 Saturation (%) 77.5 80.2 81.7 Soil Height Before Shearing (in.)� 0.9909 0.9832 0.9760 Final Moisture Content (% 44.5 40.4 41.6 DS LGC-i, R-8 Q 27,5 9 I. 7 - --------- - 11000 APeak oAt0.30"Displace ment 6 I — Y5 N N N v U) R4 m t __—------ _._--___-_ i i I I 2 i -- ----- i 0 i i 0 1 2 3 4 5 6 7 8 9 Normal Stress (ksf) Tested Sample: LGC-1 at 27.5 ft Peak: At 0.30" Displacement: 33.7 Degrees 30.5 Degrees 2.27 ksf 1.04 ksf WIG DIRECT SHEAR PLOT Project Number: 13073-01 Date: Dec -13 a",. Newport CDS 2.50 Peak Shear Stress (kip/ft2) • 0.550 1.135 2.00 -- _ i 4 1.302 Deformation Rate (in./min.) 0.0025 0.0025 0.0025 Initial Sample Height (in.) 1.000 1.000 1.000 U 1.50 - 2.415 Initial Moisture Content (%) 7.43 7.43 N N N W m 1.00 - -- ----- ---- 0.50 - 0.00 0 0.1 0.2 0.3 Horizontal Deformation (in.) 2.50 2.00 - I -- Y 1.50 -- -- N N � N W `a 1.00 --- m U) 0.50 41-- - 0.00 0.00 0.50 1.00 1.50 2.00 2.50 3.00 3.50 4.00 4.50 5.00 Normal Stress (ksf) Boring No. LGC-2 Project No.: 13073-01 DIRECT SHEAR TEST RESULTS Newport CDS Consolidated Drained - ASTM D 3080 12-13 Depth (ft) 7.5 Sample. Type: Ring Soil Identification: Normal Stress (kipJftz) 0.500 1.000 2.000 Sample No. R-3 Olive brown silty, clayey Dry Density (pcfi) 118.3 120.2 121.5 sand (SC -SM) Saturation (%) I 47.3 49.8 51.8 Soil Height Before Shearing (in.) 0.9989 0.9961 0.9909 Final Moisture Content (% 12.0 12.2 12.2 DS LGG2, R$ @ 7,5 Peak Shear Stress (kip/ft2) • 0.550 1.135 ®1.993 Shear Stress @End of Test (ksf) 0 0.355 � 00 .698 4 1.302 Deformation Rate (in./min.) 0.0025 0.0025 0.0025 Initial Sample Height (in.) 1.000 1.000 1.000 Diameter (in.) 2.415 2.415 2.415 Initial Moisture Content (%) 7.43 7.43 7.43 DS LGG2, R$ @ 7,5 N N CD L 0 0 t 2 3 Normal Stress (ksf) Tested Sample: LGC-2 at 7.5 ft Peak: At 0.30" Displacement: 43.4 Degrees 32.1 Degrees 0.12 ksf 0.05 ksf LGIC DIRECT SHEAR PLOT Project Number: 13073-01 nate: Dec-13 Newport CDS G..te.h, —M, Sno. 3.00 2.50 y 2.00 Y N N 2 1.50 0.50 0.00 0 3.00 2.50 y 2.00 Y I 111991 0.1 0.2 0.3 Horizontal Deformation (in.) i I i I Q i 0.00 0.00 0.50 1.00 1.50 2.00 2.50 3.00 3.50 4.00 4.50 5.00 5.50 6.00 Normal Stress (ksf) Boring No. LGC-2 sampie No. R-7 Depth (ft) 17.S Sample TyDe:. Ring Soil Identification: Olive lean clay (CL) Normal Stress (kip/i 1.000 2.000_ 4.000 Peak Shear Stress (kip/ft2) s 1.346 02.119 ® 2.851 Shear Stress @ End of Test (ksf) 10 0.641 ❑ 1.195 A 2.232 Deformation Rate (in./min.) 0.0017 0.0017 0.0017 Initial Sample Height (in.) 1.000 1.000 Diameter (in.) 2.415 2.415 2.415 Initial Moisture Content (°/D) 39.72 39.72 39.72 Dry Density (pcf) 78.4 79.8 79.8 Saturation (%) 93.3 96.4 96.5 Soil Height Before Shearing (in.) 0.9953 0.9915 0.9769 Final Moisture Content (%) 41.9 ( 42.0 39.2 DIRECT SHEAR TEST RESULTS Consolidated Drained - ASTM D 3080 Project No.: Newport CDS DS LGC-2. R -7Q 175 5 4 - —. i _ I ePeak oAt 0.30"Displacement I 3 C N Y N N d a.i N R d tq 2 ! 1 I — _ 0 0 1 2 3 4 5 Normal Stress (ksfJ Tested Sample: LGC-2 at 17.5 ft Peak: At 0.30" Displacement: 25.7 Degrees 27.9 Degrees 0.98 ksf 0.12 ksf .... Project Number: 13073-01 LeoDIRECT SHEAR PLOT Date: Dec-13 Newport CDS TESTS for SULFATE CONTENT Project Name: NewportCDS Tested By : G. Berdy Date: 12/10/13 Project No.: 13073-01 - _ Data Input By: J. Ward Date: 12/12/13 Boring No. Sample No. LGC-1 B-1 LGC-2 B-1 Sample Depth (ft)2.5 7.5 0-5 Furnace Temperature (°C) 820 820 Soil Identification: Yellowish Brown SM Duration of Combustion (mint_ brown (SC)g 45 Wet Weight of Soil + Container (g) 183.70 235.40 Dry Weight of Soil + Container (g) 173.30 18.4755 Weight of Container (g) 52.00 _234.60 55.80 _ Moisture Content (%) 8.57 0.45 Weight of Soaked Soil N/A N/A SULFATE CONTENT. DOT Califnrnia Tact O.i 7. Part TT Beaker No. 17 27 Crucible No. 15 54 Furnace Temperature (°C) 820 820 Time In / Time Out 9:00/9:45 9:00/9:45 Duration of Combustion (mint_ 45 45 Wt. of Crucible + Residue (g)__ 20.3232 18.4812 Wt. of Crucible (g) _ 20.3190_ 18.4755 Wt. of Residue (g) (A) 0.0042 0.0057 PPM of Sulfate (A) x 41,50 _ 172.83 234.56 PPM of Sulfate D Weight Basis 189 236 CHLORIDE CONTENT. DOT Califnrnia Tact 477 ml of Extract For Titration (B) ml of AgNO3 Soln. Used in Titration (C) PPM of Chloride (C -0.2) * 100 * 30 / B PPM of Chloride Dry Wt. Basis N/A N/A H TEST DOT California Test 532/643 pH Value___ N/A N/A Temperature °C TO: FROM PREPARED BY: PHONE: TITLE: CITY OF NEWPORT BEACH City Council Staff Report June 10, 2014 Agenda Item No. 7. HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL David A. Webb, Public Works Director- (949) 644-3330, dawebb@newportbeachca.gov Peter Tauscher, Civil Engineer 949-644-3316 Storm Drain Trash and Debris Interceptor Project - Award of Contract No. 5551 (CAP14-0039) ABSTRACT: Staff has received favorable bids for the Storm Drain Trash and Debris Interceptor Project and is requesting City Council approval to award the construction contract to GRFCO, Inc. of Moreno Valley, California. RECOMMENDATION: a) Approve the project plans and specifications; b) Award Contract No. 5551 to GRFCO, Inc. for the Total Bid Price of $1,277,350.00, and authorize the Mayor and the City Clerk to execute the contract; c) Establish an amount of $128,650.00 (approximately 10% of Total Bid) to cover the cost of unforeseen work; d) Approve Green Building Corporation's request to withdraw its bid; and e) Amend the Measure M2 seven year CIP for fiscal years 2013-14 through 2019-20 to include the Domingo Drive Litter Removal Project. FUNDING REQUIREMENTS: With approval of the FY 2014-15 Capital Improvement Program Budget, sufficient funding for the award of this contract will be available. The following funds will be expensed: 77 Account Description Account Number Amount Matching General Fund 7012-C2502010 $ 82,500.00 Measure M2 Tier I 7284-C2502010 $ 247,500.00 Matching General Fund 7012-C2502015 $ 154,357.00 Measure M2 Tier II 7284-C2502015 $ 360,168.00 Matching General Fund 7012-C2502016 $ 38,000.00 Measure M2 Tier I 7284-C2502016 $ 106,000.00 General Fund 7012-C2502014 $ 417,475.00 Proposed uses are as follows: Vendor GRFCO, Inc. GRFCO, Inc. DISCUSSION: Total: $ 1,406,000.00 Purpose Construction Contract $ Construction Contingency $ Total: $ Amount 1,277,350.00 128,650.00 1,406,000.00 On April 23, 2013, Council adopted resolution No. 2013-36 authorizing and supporting the submission of grant applications for funding Orange County Transportation Authority (OCTA) Measure M2 Environmental Cleanup Tier I and Tier II grant programs (Attachment B). OCTA established an environmental cleanup grant funding program to address water quality degradation associated with transportation generated pollution as a component of Measure M2. The OCTA provides Measure M2 grant funding opportunities to support cleaning urban and storm water runoff associated with transportation corridors. Furthermore, Measure M2 Tier I and Tier 11 grant funding requires a minimum City match of 25 percent and 30 percent, respectively. Staff selected locations within the City where storm water trash and debris interceptors would improve runoff water quality before entering the bay or ocean. As part of this effort, staff applied for and received three OCTA grants to fund the design and construction of storm water trash and debris interceptors at five locations. The five interceptors are located at Channel Place Park, Domingo Drive, Hyatt Regency Parking Lot, Begonia Park, and Hampden Road (Attachment A). These storm drain locations receive heavy street litter flows during storm events and hydrodynamic separator inceptor units will capture it before entering the ocean and bay waters. In accordance with the OCTA Measure M2 Eligibility Guidelines, the City is obligated to include all projects with Measure M2 funds in the Measure M2 seven-year CIP. The current Measure M2 seven-year CIP for fiscal years 2013-14 through 2019-20 was previously adopted on June 11, 2013. At this time, Measure M2 competitive funds were not yet allocated for this project. Therefore, staff recommends changing the Measure M2 seven-year CIP for fiscal years 2013- 14 through 2019-20 to include the Domingo Drive Litter Removal Project. At 10:00 A.M. on May 13, 2014, the City Clerk opened and read the following bids for this project: arsT Low Green Building Corporation 2 GRFCO, Inc. 3 GCI Construction, Inc. 4 T.E. Roberts Incorporated 5 Bali Construction, Inc. TOTAL BID AMOUNT $ 909,410.00* $1,277,350.00 $1,312,559.00 $1,438,715.00 $1,972,244.00** W 6 Mike Prlich & Sons, Inc. $2,071,340.00 *Bid Withdrawn, as read amount $913,629.00 ""As read amount $1,972,245.00 On May 15, 2014, Green Building Corporation submitted a written request to withdraw their bid due to clerical errors (Attachment C). Staff reviewed the request and recommends relieving Green Building Corporation of their bid in accordance with Public Contract Code Section 5101. The second low total bidder, GRFCO, Inc., possesses a valid and current California State Contractors License Classification "A" as required by the project specifications. A check of the contractor's references indicates satisfactory completion of similar projects for other public agencies including Huntington Beach, Santa Fe Springs, Fountain Valley, and Los Angeles County Sanitation District. GRFCO, Inc.'s total bid amount is approximately 17 percent above the Engineer's Estimate of $1,070,000. On May 23, 2014, Pierre Weakley from the Center for Contract Compliance contacted City staff to protest GRFCO, Inc.'s bid. In particular, he claimed GRFCO, Inc. operating under different company name, has a history of not paying employees prevailing wages and safety violations. Staff reviewed the documents and contacted other municipalities regarding recently completed projects and all stated GRFCO, Inc. is capable of completing the project. Many of the allegations against GRFCO, Inc. have not been resolved and currently the company is in good standing with the California Contractors State Licensing Board. The work necessary for the completion of this contract consists of procuring and installing five hydrodynamic separator interceptor units including the excavation, removal of existing improvements, backfilling and compaction, replacing asphalt or landscaping, and restoring pavement. Pursuant to the Contract Specifications, the Contractor will have 90 consecutive working days to complete the work. ENVIRONMENTAL REVIEW: Staff recommends the City Council find this project exempt from the California Environmental Quality Act ("CEQA") pursuant to Section 15302(c) (Construction resulting in no expansion of facility capacity) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect on the environment. NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). ATTACHMENTS: Description Attachment A - Location Map Attachment B - Resolution No. 2013-36 Attachment C - Green Building Corporation's Bid Withdraw Request dated May 15, 2014 79 ATTACHMENT A wFsr COAsT N�OHwAY W MAR VISTA DRIVE 0 O RNER CI AVENUE c_Z C O Q CH...... gmo kE E L/ HIGHO CAH OL MAR m0` CNANNEI PLACE C///�, c2 NEWPORT -Al III N_J LL HYATI' =J� REGENCY BEGONIA OQ- CO �� PARK Q O 2 �lT co it ------ i HYATT REGENCY YSIDE DRNE PARKING BA LOT � F,gST c OAST r�� tidy so �o NTS UP HAWDEN ROAD yy�� `SCF, LEGEND CONSTRUCTION LIMITS STORM DRAIN CITY OF NEWPORT BEACH IMPROVEMENTS PUBLIC WORKS DEPARTMENT LOCATION MAP C-5551 6/10/14 ATTACHMENT B RESOLUTION NO. 2013-36 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AUTHORIZING AND SUPPORTING THE SUBMISSION OF A GRANT PROPOSAL FOR FUNDING UNDER THE ORANGE COUNTY TRANSPORTATION AUTHORITY (OCTA) ENVIRONMENTAL CLEANUP, TIER 1 AND TIER 2 GRANT PROGRAM. WHEREAS, the Orange County Local Transportation Ordinance No. 3, dated July 24, 2006, known and cited as the Renewed Measure M Transportation Ordinance and Investment Plan, has announced funding available through the Environmental Cleanup Program to help protect Orange County beaches and waterways from transportation generated pollution (urban runoff) and improve overall water quality; and WHEREAS, the Environmental Cleanup, Tier 1 Grant Program consists of funding to purchase and install catch basin Best Management Practices (BMPs), such as screens, filters, inserts, trash collection devices and other "street -scale" low flow diversion projects; and WHEREAS, the Environmental Cleanup, Tier 2 Grant Program consists of funding to purchase and install large scale BMPs, such as trash collection devices, constructive wetlands, infiltration basins and low flow diversion projects; and WHEREAS, the Orange County Transportation Authority has established the procedures and criteria for reviewing proposals; and WHEREAS, the City of Newport Beach has developed a targeted program to reduce transportation generated pollution and improve water quality; NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH DOES RESOLVE AS FOLLOWS: Section 1. The City Council has reviewed and supports the proposal, and hereby authorizes the City Manager or his designee to submit the proposal. RE Section 2. The City of Newport Beach is capable of providing the amount of funding and/or in-kind contributions, specified in the funding plan and agrees to provide necessary funding and/or in-kind contributions if awarded a grant. Section 3. If awarded a grant, the City Council (at a future meeting) will decide to accept the funds and work with OCTA to meet established deadlines. Section 4. This resolution shall become effective immediately upon its passage and adoption. I HEREBY CERTIFY that the foregoing resolution was duly and regularly adopted at a Regular Meeting of the City Council of the City of Newport Beach on this 23`� day of April, 2013. Keith D. Curry Mayor leilani 1. Brown, City Clerk m STATE OF CALIFORNIA } COUNTY OF ORANGE CITY OF NEWPORT BEACH } 1, Leilani 1. Brown, City Clerk of the City of Newport Beach, California, do hereby certify that the whole number of members of the City Council is seven; that the foregoing resolution, being Resolution No. 2013-36 was duly and regularly introduced before and adopted by the City Council of said City at a regular meeting of said Council, duly and regularly held on the 23d day of April, 2013, and that the same was so passed and adopted by the following vote, to wit: Ayes: Gardner, Petros, Hill, Selich, Henn, Daigle, Mayor Curry Nays: None IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed the official seal of said City this 20 day of April, 2013. 4" � S. Nw� City Clerk Newport Beach, California (Seal) RN ATTACHMENT C G� C'N. �Green Building Corporation ��ccN BMJ! LD iN Lic#919867 Tel: (818) 308-6435 Fax: (818) 308-6202 May 15, 2014 Mr. Peter Tauscher Project Manager City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 RE: Storm Drain Improvements (Contract No 5551) Bid Opening Date of May 13'h Dear Mr. Tauscher: This letter is to serve as a formal notification that Green Building Corporation requests to withdraw our bid proposal submitted to the City of Newport Beach on the above referenced project. Upon further review of our bid, we have discovered a clerical error which altered the bid significantly. We regret any inconvenience this may have caused and if you should have any questions please do not hesitate to contact me at (818) 308-6435. Sincerely' incere Fred Heidarian ' President Green Building Corporation 6913 Alcove Avenue. North Holovood, CA 91605 Visit us at wwrvgreenbuildingcorporation.com E,