HomeMy WebLinkAboutC-5954 - Bayside Drive Storm Drain Litter Removala
cyt FOR�,`P
June 23, 2016
Clarke Contracting Corporation
Attn: Brian A. Clarke
4646 Manhattan Beach Boulevard
Lawndale, CA 90260
CITY CLERK'S OFFICE
Leilani Brown, MMC
Subject: Bayside Drive Storm Drain Litter Removal — C-5954
Dear Mr. Clarke:
On June 23, 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 June 30,
2015 Reference No. 2015000339242. The Surety for the contract is Federal
Insurance Company and the bond number is 8238-53-74. Enclosed is the Faithful
Performance Bond.
Sincerely,
wg� 4- .
Leilani I. Brown, MMC
City Clerk
Enclosure
106 Civic Center Drive + [lost Office Box 1768 e Newport Beach, Califoniia 92658-8915
Telephone: (949) 644-3005 • Fax: (949) 644-3039 4 www-newportbeachca.gov
EXHIBIT B
CITY OF NEWPORT BEACH
BOND NO. 8238-53-74
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ 2,953.00 being at the
rate of $ va es thousand of the Contract price.
WHEREAS, the City of Newport Beach, State of California, has awarded to
Clarke Contracting Corporation hereinafter designated as the "Principal; a contract for
the work necessary for the completion of this contract consists of (1) distributing
construction notices to affected residents; (2) construction surveying; (3) removing
existing hardscaping, storm drain pipe, pavement and landscape as needed for contract
work; (4) installing hydrodynamic separation units including manholes (5) modifying
existing irrigation system, (6) sidewalk/ driveway and curb restoration; (7) landscape
restoration (8) adjusting utility facilities as needed for new work; and (9) other incidental
terns to be completed in work place required by the Plans and Specifications, 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 Federal Insurance Company
duly authorized to
transact business under the laws of the State of Califomia as Surety (hereinafter
"Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of
Three Hundred Twenty Eight Thousand One Hundred Dollars and 00/100 ($328,100.00)
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
ad in this Performance Bond, there shall be included costs and reasonable
Clarke Contracting Corporation Page B-1
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.
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 instrument has been duly executed by the
Principal and Surety above named, on the 2nd day of February 2015
Clarke Contracting Corporation
Name of Contractor (Principal)
Federal Insurance Company
Name of Surety
15 Mountain View Road, Warren NJ 07059
Address of Surety
(908)903-2000
Telephone
l� -Brian A. Clarke
Authorized Signature/Tide Pres.
Authori Agent ignature
Douglas A. Rapp, Attorney in Fad
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF
CONTRACTOR AND SURETY MUST REATTACHED
Clarke Contracting Corporation Page 7-2
A Notary Public or other Officer completing this certificate verifies only the
identity of the individual who signed the document to which this certificate is
attached and not the truthfulness, accuracy, or validity of that document.
ACKNOWLEDGMENT
State of California
County of Orange )
on 02/02/2015
before me, Debra Swanson, (Votary Public
(insert name and title of the officer)
personally appeared _ Douglas A. Rapp
who proved to me on the basis of satisfactory evidence to be the person(,d) whose name(so is/are
subscribed to the within instrument and acknowledged to me that he%heilhey executed the same in
his/heFftheir authorized capacity(ie*, and that by hisAlierAheir signature($) on the instrument the
person($), or the entity upon behalf of which the person(yl) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature In,eC�k
< DEBRASWANSON
ev COMM. # 1997119 X
NOTARY PUBLIC -CALIFORNIA
Qe ORANGE COUNTY N
MY COMM, EXR NOV 10, 5016
(Seal)
KI Chubb POWER Federal Insurance Company Attn: Surety Department
OF Vigilant Insurance Company 15 Mountain View Road
�iuuu Surety ATTORNEY pacific Indemnity Company Warren, NJ 07059
Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE
COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and
appoint Douglas A. Rapp and Timothy D. Rapp of Aliso Viejo,
each as their true and lawful Attorney- in- Fact to exedute under such designation in thea names and to affix their corporate Seals to and deliver for and on their behalf as surety
thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course Of business, and any
instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations.
In IMmess Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested
meas presents and affixed their corporefe seal$ on this 16th day of December, 2011.
�
4em,th(,. wendal, AsshsaM Secretary ::::N=,, Jr„ Vice President
STATE OF NEW JERSEY
-
County ofSomerset SS'
On this 16th day of December, 2011 before me, a Notary public W New Jersey, personalty came Kenneth C. Wendel, to me
known to be ASSIS(arhl Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies Which
executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duly sworn, did depose and say that he is Assistant Secretary M FEDERAL
INSURANCE COMPANY. VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the
foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By- Laws of said Companies; and mat he signed mid Power of Attorney as
Assistant Secretary of said Companies by like authority; and that he is acquainted with David B. Norris, Jr., and knows him to be Vice President of said Companies; and that the
signature of David B. Norris, Jr., Subscribed to said Power M Attorney Is in the genuine handwriting of David B. Noms, Jr., and was thereto subscribed by authority of said Ily-
Laws and in deponent's presence.
Notarial Seal
J. KATNERINE J. ADEIAAR
�Ao NOTgRy FUIBUC OF NEW JFRSF4
Ne. 2316685
�jul
mWO" &trpinaJuly tb, ZOiA _7
'bFW JEP
Notary Public
CERTIFICATION
Extract from the By- Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY:
-All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, ether by the Chairman or the
President or a Vice President or an Assistant Vice President jointly with the Secretary or an Assistant Secretary, under their respective designattons, The
signature of such officers may be engraved, printed or lithographed The signature of each of the fogowahg off,am Chairman, President, any Vice President any
Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of atomay or to any
cemfsate relating thereto appointing Assistant Secrehnes or Attorneys- in. Fact for purposes only of executing and attesting bonds and undertakings and other
writings obligatory In the nature thereof, and any such power or attorney or certificate bearing such facsimile signature or facsimile seal shall be vend and binding
upon the Company and arty such Power so executed and'cemfied by such facsimile signature and facsimile seal shall be valid and binding upon the Company
with respect to any bond Of undertaking to which it is attached -
I, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY
(the'Companlesl do hereby cemty that
(i) the foregoing extract of the By- laws of the Companies is true and coast
(i) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are
authorized by the U.S. Treasury Department; further, Federal and Vigilant are licensed in Puerto Rico and the U.S. Virgin islands, and Federal is licensed in
American Samoa, Guam, and earn of the Provinces of Canada except Prince Edward Island: and
(iii) the foregoing Power of Attorney is true, correct and in full force and effect -
Given under my (rand and MIS OF Said Companies at Warren, NJ this 2nd day of February, 2015.
t • r
Kenneth C. wattles, Assistant Secretary
IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER
MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903- 3493 Fax (908) 903. 3656
e -Mail* suretychubb oom
Form 15.10.0225& U (Ed. 5- 03) CONSENT
CERTIFICATE OF ACKNOWLEDGMENT
State of California
County of Los Angeles
On February 4 2015 before me, Ann A. Takahashi Notary Public
Date
Name, Title of Officer (Notary Public)
personally appeared Brian A. Clarke who proved tome on the
Name(s) of Signers)
basis of satisfactory evidence to be the person whose name is subscribed to the within
instrument and acknowledged to me that he executed the same in his authorized
capacity, and that by his signature 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 true and correct.
WITNESS my hand and official seal.
Signature of Notary Public
ANN A. TAKAHASHI
Commisaion 1112007993
Notary Public - California
Z los Aniteles County
My Comm. Expires Feb 17, 2017
(Notary Seal)
----------------------------------------------------- OPTIONAL ------------------
-------------------------------
Although the information requested below is OPTIONAL, it could prevent fraudulent reattachment of this certificate to unauthorized documents.
CAPACITY CLAIMED BY SIGNER
INDIVIDUAL
X CORPORATE OFFICER
President
Title(s)
PARTNER(S) LIMTED
_ GENERAL
ATTORNEY-IN-FACT
TRUSTEE(S)
_ GUARDIAN/CONSERVATOR
OTHER
SIGNER IS REPRESENTING:
Name of Persons) or Entity(ies)
Clarke Contracting Corporation
DESCRIPTION OF ATTACHED DOCUMENT
City of Newport Beach
Faithful Performance Bond
Bayside Drive Storm Drain Litter Removal
Contract No. 5954
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DOCUMENT DATE
SIGNER(S) OTHER THAN NAMED ABOVE
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
Leilani Brown, CMC
September 4, 2015
Clarke Contracting Corporation
Attn: Brian A. Clark
4646 Manhattan Beach Boulevard
Lawndale, CA 90260
Subject: Bayside Drive Storm Drain Litter Removal C-5954
Dear Mr. Clarke:
On June 23, 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
June 30, 2015, Reference No. 2015000339242. The Surety for the bond is Federal
Insurance Company and the bond number is 8238-53-74. Enclosed is the Labor &
Materials Payment Bond.
Sincerely,
r WYlll, -
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.newportbeachea.gov
EXHIBIT A
CITY OF NEWPORT BEACH
BOND NO. 8238-53-74
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City of Newport Beach, State of California, has awarded to
Clarke Contracting Corporation hereinafter designated as the "Principal," a contract for
the work necessary for the completion of this contract consists of (1) distributing
construction notices to affected residents; (2) construction surveying; (3) removing
existing hardscaping, storm drain pipe, pavement and landscape as needed for contract
work; (4) installing hydrodynamic separation units including manholes (5) modifying
existing irrigation system, (6) sidewalk/ driveway and curb restoration; (7) landscape
restoration (8) adjusting utility facilities as needed for new work; and (9) other incidental
items to be completed in work place required by the Plans and Specifications, 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 9 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, _ Federal Insurance Company
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
Three Hundred Twenty Eight Thousand One Hundred Dollars and 00/100 ($328,100.00)
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.
Clarke Contracting Corporation Page A-1
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.
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 been duly executed by the above
named Principal and Surety, on the 2nd day of February , 2015 .
Clarke Contracting Corporation
Name of Contractor (Principal)
Federal Insurance Company
Name of Surety
15 Mountain View Road, Warren, NJ 07059
Address of Surety
(908)903-2000
Telephone
L-Brian A. Clarke
Authorized SignaturefTitle Pres.
jk'/'a-4'
Autho ' d Agent Signature
Douglas A. Rapp, Attorney in Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR
AND SURETY MUST SE ATTACHED
Clarke Contracting Corporation Page A-2
A Notary Public or other Officer completing this certificate verifies only the
identity of the individual who signed the document to which this certificate is
attached and not the truthfulness, accuracy, or validity of that document.
ACKNOWLEDGMENT
State of California
County of Orange
On 02/02/2015 before me, Debra Swanson, Notary Public
(insert name and title of the officer)
personally appeared Douglas A. Rapp
who proved to me on the basis of satisfactory evidence to be the person(,,!) whose name($) isfare
subscribed to the within instrument and acknowledged to me that he/the" executed the same in
hisA*FAgeir authorized capacity(ie*, and that by hisihaFAhek signature(05 on the instrument the
person(g), 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 hand and official seal. . o.,„, DERRA SwANSON
n COMM. # 1997119 X
NOTP.RYPUBLICGCALIFORNIA;U
ORANGE COUNTY N
Signature W�:o,;�� (Seal) MYC9MM,EXP,NQVto,201G
Chubb PUVVER Federal Insurance Company Attn: Surety Department
OF Vigilant Insurance Company 15 Mountain View Road
Iri Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059
oNu�
Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE
COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and
appoint Douglas A. Rapp and Timothy D. Rapp of Aliso Viejo, -------------------------
each as their true and lawful Attorney- in- Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety
thereon or othervdse, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given a executed in the course of business, and any
instruments amending or altering the same, and Consents to the modification or alteration of any instrument referred to in said bonds or obligations.
In whims Whemot, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested
these presents and affixed theircorporate seals on this 16th dayof December, 2011.
Kenneth C. Wendel. Assistant Secretary 1 Nonis, Jr., Vice President
STATE OF NEW JERSEY
County of Somerset
On this 16th day of December, 2011 before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel, to me
known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which
executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duly sworn, did depose and say that he is Assistant Secretary of FEDERAL
INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the
foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By- Laws of said Companies; and that he signed said Power of Attorney as
Assistant Secretary of said Companies by like authority; and that he is acquainted with David B. Norris, Jr., and knows him to be Vice President of saitl Companies; and that the
signature of David B. Norris, Jr., subscribed to said Power of Attorney is in the genuine handwriting of David B. Naris, Jr., and was thereto subscribed by authority at said By -
Laws and in deponent's presence.
.Notarial Seel KATHERINE I ADELAAR
a
NOTARY PUBLIC OF NEW JFRSFI/��No. 2316685 CSO^ 50irm July 1A, 2014
blic
CERTIFICATION
Extract from the By- Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY:
"All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the
President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The
signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman, President, any Vice President, any
Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any
certificate relating thereto appointing Assistant Secretaries or Attorneys- in- Fact for purposes only of executing and attesting bonds and undertakings and other
writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding
upon the Company and any such power so executed and'cemfied by such facsimile signature and facsimile seal shall be valid and binding upon the Company
with respect to any bond or undertaking to which it is attached.'
I, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY
(the'Companlesy do hereby certify that
(i) the foregoing extract of the By- Laws of the Companies Is true and coned,
(ii) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the Disbud of Columbia and are
authorized by the U.S. Treasury Department fuller, Federal and Vigilant are licensed in Puerto Rim and the U.S. Virgin Islands, and Federal is licensed in
American Samoa, Guam, and each of the Provinces at Canada except Prance Edward Island; and
(iii) the foregoing Power of Attorney is true, correct and in full force and effect.
Given under my hand and seats of said Companiesat Warren, NJ this 2nd dayof February, 2015.
Kenneth C. We el, Assistant Secretary
IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER
MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903- 3493 Fax (908) 903- 3556
e-mails
Form 15.1 D- 0225& U (Ed. 5- 03) CONSENT
CERTIFICATE OF ACKNOWLEDGMENT
State of California
County of Los Angeles
On _ February 4. 2015 before me, Ann A. Takahashi, Notary Public
Date Name, Title of Officer (Notary Public)
personally appeared Brian A. Clarke who proved to me on the
Name(s) of Signer(s)
basis of satisfactory evidence to be the person whose name is subscribed to the within
instrument and acknowledged to me that he executed the same in his authorized
capacity, and that by his signature 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 true and correct.
WITNESS my hand and official seal.
Signature of Notary Public
ANNATAKAHASHI
Commission i 2007883
Notary Public - Calilorele
=Los Angeles Coolly
OMV Comm. Rakes Feb 17.2017 +
(Notary Seal)
----------------------------------------------------- OPTIONAL -----------------------
-------------------------
Although the information requested below is OPTIONAL, it could prevent fraudulent reattachment of this certificate to unauthorized documents.
CAPACITY CLAIMED BY SIGNER
INDIVIDUAL
X CORPORATE OFFICER
President
Title(s)
PARTNER(S) LIMTED
GENERAL
_ ATTORNEY-IN-FACT
TRUSTEE(S)
GUARDIAN/CONSERVATOR
OTHER
SIGNER IS REPRESENTING:
Name of Peraon(s) or Entity(ies)
Clarke Contracting Corooration
DESCRIPTION OF ATTACHED DOCUMENT
City of Newport Beach
Labor and Material Bond
Bayside Drive Storm Drain Litter Removal
Contract No. 5954
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES DOCUMENT DATE
SIGNER(S) OTHER THAN NAMED ABOVE
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-Reclordllllllll'IIIII IIIIII�I NO FEE
I IIII I ,III'! 1 III i�lll I�III
koo IIIII76 ILII III�S�IIII 4I 2 5
*�
2015000339242 6:06 am 06130115
47 411 N12 1
0.00 0.00 0.00 0.00 0.04 0.00 0.00 0.00
"Exempt from recording fees
pursuant to Government Code Section 27383"
NOTICE OF COMPLETION ea1-0
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center fffnue,
Newport Beach, California, 92660, as Owner, and Clarke Contracting Corporation- of „
Lawndale, CA, as Contractor, entered into a Contract on February 10;,;20._16. paid
Contract set forth certain improvements, as follows:
Bayside Drive Storm Drain Litter Removal - C-5954
w
Work on said Contract was completed, and was found to be acceptable on
June 23, 2015 by the City Council. Title to said property is vested in the Owner and the
Surety for said Contract is Federal Insurance Company.
i
BY C
Public orks Director
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 V UY�� at Newport Beach, California.
BY Ar r
M ; bnov—_
City Clerk
a
U
-. e
k`CgCrFORNNP"
June 24, 2015
Orange County Recorder
P.O. Box 238
Santa Ana, CA 92702
CITY OF NEWPORT BEACH
CITY CLERK'S OFFICE
Leilani Brown, MMC
RE: Notice of Completion for the following projects:
• Bayside Drive Storm Drain Litter Removal - Contract No. 5954
• Sunset View Park - Contract No. 5443(A)
• Traffic Signal Modernization Phase 6 - Contract No. 5442
Please record the enclosed documents and return to the City Clerk's Office.
Thank you.
Sinc%%er��elly,
,��
Leilani I. Brown, MMC
City Clerk
Enclosures
100 Civic Center Drive • Post Office Box 1768 • Newport Beach, California 92658-8915
Telephone: (949) 644-3005 . 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 Clarke Contracting Corporation of
Lawndale, CA, as Contractor, entered into a Contract on February 10, 2015. Said
Contract set forth certain improvements, as follows:
Bayside Drive Storm Drain Litter Removal - C-5954
Work on said Contract was completed, and was found to be acceptable on
June 23, 2015 by the City Council. Title to said property is vested in the Owner and the
Surety for said Contract is Federal Insurance Company.
M.
s
Public Works Director
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 V iAnf d-'1:�iJ� at Newport Beach, California.
BY A �IW - hm�
City Clerk
s
City Clerk
CITY OF NEWPORT BEACH
C.i
NOTICE INVITING BIDS
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 14th day of January, 2015,
at which time such bids shall be opened and read for
BAYSIDE DRIVE STORM DRAIN LITTER REMOVAL
Contract No. 5954
$ 330,000.00
Engineer's Estimate
Approved by
ark Vukojevic
City Engineer
Prospective bidders may obtain Bid Documents, Project Specifications and
Drawings by contacting
Mouse Graphics at(949)548-5571
Located at 659 W. 19th Street, Costa Mesa, CA 92627
Contractor License Classification(s) required for this project. "A"
For further information, call Ben Davis, Project Manager at (949) 644-3317
BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE:
h[ti2://www.Newport6eachCA.gov
CLICK: Online Services/Bidding & Bid Results
City of Newport Beach
BAYSIDE DRIVE STORM DRAIN LITTER REMOVAL
Contract No. 5954
TABLE OF CONTENTS
NOTICEINVITING BIDS..........................................................................................Cover
INSTRUCTIONS TO 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
NOTICE TO SUCCESSFUL BIDDER.. ........ ............... ............ ..........
...... ....... ........ 21
CONTRACT..................................................................................................................
22
INSURANCE REQUIREMENTS ............. ........... ................ ...................................
A-1
LABOR AND MATERIALS PAYMENT BOND .... ...... .................
........ ............ ........ B-1
FAITHFUL PERFORMANCE BOND....................................................................
C-1
PROPOSAL..............................................................................................................
PR -1
SPECIALPROVISIONS............................................................................................
SP -1
GEOTECHNICALREPORT........................................................................................
G-1
2
City of Newport Beach
BAYSIDE DRIVE STORM DRAIN LITTER REMOVAL
Contract No. 5954
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.
325994 A,B, & Haz.
Contractor's License No. & Classification
Clarke Contracting Corporation
Bidder
-Brian A. Clarke
Authorized Signature/Title President
January 13, 2015
Date
0
City of Newport Beach
BAYSIDE DRiVE STORM DRAIN LITTER REMOVAL
Contract No. 5954
i3IDDER'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, ih 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
BAYSIDE DRIVE STORM DRAIN LITTER REMOVAL, Contract No. 5954 in the City of Newport
Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract
is awarded to the Principal, and the Principal fails to execute the Contract Documents in the
form(s) prescribed, including the required bonds, and original insurance certificates and
endorsements for the construction of the project within thirty (30) calendar days after the date of
the mailing of "Notification of Award", otherwise this obligation shall become null and void.
If the undersigned Principal executing this Bond is executing this Bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from its
obligations under this Bond,
Witness our hands this 9th day of January , 2015.
Clarke Contracting Corporation
Name of Contractor (Principal)
Federal Insurance Company
Name of Surety
15 Mountain View Road, Warren, NJ 07059
Address of Surety
(908)903-2000
Telephone
��. -Brian A. Clarke, President
Authorized Signature/Title
uthorized nt-Sig ure --
Timothy D. Rapp, Attorney in Fact
Print Name and Title
(Notary acknowledgment of Principal & SUrL2tV must be attached)
5
j A Notary Public or other Officer completing this certificate verifies only the
identity of the individual who signed the document to which this certificate is
attached and not the truthfulness, accuracy, or validity of that document.
ACKNOWLEDGMENT
State of California
County of Orange )
On janijar; A, 2n15 before me, Debra Swanson, Notary Public
(insert name and title of the officer)
personally appeared Timothy D. Rapp
who proved to me on the basis of satisfactory evidence to be the person($) whose name(je) isAw.&
subscribed to the within instrument and acknowledged to me that he/eheft*" executed the same in
his/#er#I e&W authorized capacity(i*, and that by hiSAheF hail signature(y) on the instrument the
person(,g), or the entity upon behalf of which the person(o) 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.
�,3-OFTH� DEBRA SWANSON
COMM. # 1997119 X
w wes o NOTARY PUBLIC -CALIFORNIA ;U
ORANGE COUNCn
TY
Signature `�C1L'" (Seal) ° MY COMM, EXP, NOV 10, 2016
C Chubb POWER Federal Insurance Company Attn: Surety Department
OF Vigilant Insurance Company 15 Mountain View Road
Surety ATTORNEY
oNuss Pacific Indemnity Company Warren, NJ 07059
Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE
COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and
appoint Douglas A. Rapp and Timothy D. Rapp of Aliso Viejo, California ---------------------------------------------------------
each as their true and lawful Attorney- in- Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety
thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any
instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations.
In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested
these presents and affixed their corporate seals on this 16th day of December, 2011.
Kenneth C. Wendel, Assistant Secretary . Norris, Jr., Vice President
STATE OF NEW JERSEY
ss.
County of Somerset
On this 16th day of December, 2011 before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel, to me
known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which
executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duly sworn, did depose and say that he is Assistant Secretary of FEDERAL
INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the
foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By- Laws of said Companies; and that he signed said Power of Attorney as
Assistant Secretary of said Companies by like authority; and that he is acquainted with David B. Norris, Jr., and knows him to be Vice President of said Companies; and that the
signature of David B. Norris, Jr., subscribed to said Power of Attorney is in the genuine handwriting of David B. Norris, Jr., and was thereto subscribed by authority of said By -
Laws and in deponent's presence.
_Notarial Seal
J. ADc KATHERINE J. ADELAAR
ZARY`� NOTARY PUBLIC NEW JEk$Fl
Nn, 231616 6@5
g��G ComM"On Expires July 18, 20W
a� Notary Public
CERTIFICATION
Extract from the By- Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY:
"All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the
President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The
signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman, President, any Vice President, any
Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any
certificate relating thereto appointing Assistant Secretaries or Attorneys- in- Fact for purposes only of executing and attesting bonds and undertakings and other
writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding
upon the Company and any such power so executed and,certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company
with respect to any bond or undertaking to which it is attached."
I, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY
(the "Companies") do hereby certify that
(i) the foregoing extract of the By- Laws of the Companies is true and correct,
(ii) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are
authorized by the U.S. Treasury Department, further, Federal and Vigilant are licensed in Puerto Rico and the U.S. Virgin Islands, and Federal is licensed in
American Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island; and
(iii) the foregoing Power of Attorney is true, correct and in full force and effect.
Given under my hand and seals of said Companies at Warren, NJ this 9th day of January, 2015
y J Wae°xy 'lamo
�OIANPNFWYOp�'
Kenneth C. We del, Assistant Secretary
IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER
MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903- 3493 Fax (908) 903- 3656
e-mail: Buret chubb.com
Form 15-10- 022513- U (Ed. 5- 03) CONSENT
CERTIHCATE OF ACKNOWLEDGMENT
State of California
County of Los Angeles
On January 13, 2015 before me, Kelli J. Meier, Notary Public ,
Date Name, Title of Officer (e.g. "Jane Doe, Notary Public")
personally appeared Brian A. Clarke who proved to me on the
Name(s) of Signer(s)
basis of satisfactory evidence to be the person whose name is subscribed to the within
instrument and acknowledged to me that he executed the same in his authorized
capacity, and that by his signature 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 true and correct.
WITNESS my hand and official seal.
Sig f Notary Public
KELLI J. MEIER
Coawnission #t 1994684 it
Notary Public - California D
Ila Los Angeles County
My Comm. Ex fres Oct 20, 2016
(Notary Seal)
OPTIONAL-------------------------------------------
Although the information requested below is OPTIONAL, it could prevent fraudulent reattachment of this certificate to unauthorized documents.
CAPACITY CLAIMED BY SIGNER
_ INDIVIDUAL
X CORPORATE OFFICER
President
Title(s)
PARTNER(S) LIMTED
GENERAL
ATTORNEY-IN-FACT
TRUSTEE(S)
GUARDIAN/CONSERVATOR
OTHER
SIGNER IS REPRESENTING:
Name of Person(s) or Entity(ies)
Clarke Contracting Corporation
SIGNER(S) OTHER THAN NAMED ABOVE
DESCRIPTION OF ATTACHED DOCUMENT
Bayside Drive Storm Drain Litter Removal
Contract No. 5954
City of Newport Beach
Bid Bond
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES DOCUMENT DATE
City of Newport Beach
BAYSIDE DRIVE STORM DRAIN LITTER REMOVAL
Contract No. 5954
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:
6m�5e L.rRn sUY✓g.yl�
Address: (/ (q /U , Eck [,W ff $ {yee
nY &t
? 1 I
Phone: C 4,V—�l
State License Number: LSLI
Email Address: C J 5r ��k3e�a r R
Name:
Address:
Phone:
State License Number:
Email Address:
Name:
—
Address:
Phone:
State License Number:
Email Address
Clarke Contracting Corporation
Bidder
E:7
—7-1-7_ _ Brian A Clarke
Authorized Signature/Title President Signature/Title President
City of Newport Beach
Contract No. 5954
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
Contractor must use this form!!! Please print or type.
Bidder's Name Clarke Contracting Corporation
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 Hyperion Treatment Plant Chemical Line Upgrades
Project Description Chemical Line Upgrades
Approximate Construction Dates: From 6/25/13
1/3/14
Agency Name City of Los Angeles Environmental Engineering Division
G
Contact Person Richardo Acosta Telephone (319 648-3227
Original Contract Amount $778,268 Final Contract Amount $ 778, 268.00
If final amount is different from original, please explain (change orders, extra work, etc.)
N/A
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.
N/A
R
No. 2
Project Name/Number Mulholland Drive
Project Description Berm Repair and Replacement
Approximate Construction Dates: From 4/1/14 To: 5/9/14
Agency Name City of Los Angeles Board of Public Works
Contact Person Gene N. Edwards
Telephone (213) 847-0463
Original Contract Amount $537,522 Final Contract Amount $ 537,522-00
If final amount is different from original, please explain (change orders, extra work, etc.)
N/A
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.
N/A
No. 3
Project Name/Number Mulholland and Jennings Drives
Project Description Bulkhead Construction
Approximate Construction Dates: From 1/8/14 To: 6/6/14
Agency Name City of Los Angeles Board of Public Works
Contact Person Gene N. Edwards
Telephone (21) 847-0463
Original Contract Amount $857,453 Final Contract Amount$ 857,453.00
If final amount is different from original, please explain (change orders, extra work, etc.)
N/A
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.
10
No. 4
Project Name/Number Sewer Lift Station Bypass Valve Replacement
Project Description 4 Lift Station Bypass Valve Replacement- Manhattan Beach
Approximate Construction Dates: From 3/18/14 To: 3/28/14
Agency Name City of Manhattan Beach
Contact Person Raul Saenz Telephone (319 802-5315
Original Contract Amount $ 58,092 Final Contract Amount $ 581_092. 00
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.
N/A
No. 5
Project Name/Number Mulhulland Drive Emergency Pump Station
Project Description Rebuilt mechanical portion of pump station
Approximate Construction Dates: From 5/16/13 To: 6/24/13
Agency Name Los Angeles County Department of Public Works
Contact Person Jeff Bouse
Telephone (62C 300-3373
Original Contract Amount $126, 700. �i al Contract Amount $ 126, 700.44
If final amount is different from original, please explain (change orders, extra work, etc.)
N/A
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly ex lain and indicate outcome of claims.
N/A
11
No. 6
Project Name/Number Hillcrest Drive Slope Repair
Project Description Landslide Repair
Approximate Construction Dates: From _10/15/12
5/7/14
Agency Name City of Los Angeles Bureau of Engineering
Contact Person
Gene N. Edwards
Telephone (21) 847-0463
Original Contract Amount $�,804,03Final Contract Amount $ 4,804,039.20
If final amount is different from original, please explain (change orders, extra work, etc.)
N/A
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.
Attach additional sheets if necessary. - PLEASE SEE ATTACHED COMPLETE LIST.
Attach to this Bid the experience resume of the person who will be designated as
General Construction Superintendent or on-site Construction Manager for the
Contractor.
Upon request, the Contractor shall attach a financial statement and other information
sufficiently comprehensive to permit an appraisal of the Contractor's current financial
conditions.
Clarke Contracting Coporation
Bidder
12
-Brian A. Clarke
Authorized Signature/Title resident
Q
CLARKE CONTRACTING CORP.
Project Name
Agency
Contract $
Start
Contact Person
Change Order $
Complete
Puddingstone Pump Station
County of Los Angeles
$ 84,561.62
3/24/09
Robert Schwartz
Frank G. Bonelli Park
Dept. of Public Works
4/10/09
T 626 300-2319
Sewer Maintenance
1000 S. Fremont Ave., 4th Floor
Alhambra, CA 91803
Sleepy Hollow Slope Repair Project
City of Glendale
$ 255,762.90
4/20/09
Kevin C. Carter, P.E.
633 E. Broadway, Room 305
6/11/09
T: 818 548-3945
Glendale, CA 91206-4388
F: 818 242-7087
Las Flores Canyon Road
County of Los Angeles
$ 490,069.27
6/29/09
Abigail Flores
Storm Damage Repair
Dept. of Public Works
8/19109
T: 626 458-3517
900 S. Fremont Ave.
F: 626 458-2197
Alhambra, CA 91803
Raymond & Esther Kabbaz High
Le Lycee Francais de Los Angeles
$ 122,335.00
5/3/09
Timothy Tucker
School
3261 Overland Boulevard
6/15/09
West Cal Const.
Sewer Repair
Los Angeles, CA 90034
T: 310 533-5078
F: 310 533-5187
Steele Avenue Sewer Repair
County of Los Angeles
$ 121,883.64
8/31/09
Fernando Villaluna
Emergency Sewer Repair
Dept. of Public Works
10/16/09
T: 626 300-3380
Sewer Maintenance
1000 S. Fremont Ave., 4th Floor
Alhambra, CA 91803
722 E. 41st Place
City of Los Angeles
$ 209,135.52
9/10/09
Jon Haskett
Emergency Sewer Repair
1149 S. Broadway
10/8/09
T: 213-485-5864
Los Angeles, CA 90015
F: 213-485-5903
Fiscal 2009-10 Emergency Sewer &
City of Glendale
$ 98,540.00
10/26/09
Troubik Golanian
Storm Drain Repair
63 E. Broadway
11/18/09
T: 818 548-3945
Glendale, CA 91206
F: 818 242-7087
ESR- Bonnie Brea
City of Los Angeles
$ 84,578.39
11/13/09
Jon Haskett
1149 S. Broadway
12110/09
T: 213-485-5864
Los Angeles, CA 90015
F: 213-485-5903
Station Fire -
County of Los Angeles
$ 254,740.00
12/2/09
Colin McCarter
Upper Big Tujunga Canyon Road
Dept. of Public Works
3/11/10
T: 626 458-3116
Culvert Improvement Project
900 S. Fremont Ave.
F: 626 458-2197
Alhambra, CA 91803
Strand Infiltration Trench Project
City of Hermosa Beach
$ 496,840.00
1/6/10
Derry Mac Mahon
CIP No. 07-420
1315 Valley Drive
4/30/10
T: 310 329-0102
Hermosa Beach, CA 90254-3885
F: 310 329-1021
Vortex Separation System
City of Long Beach
$ 264,275.00
2/5110
Anneke VanGelder
at Pump Station 11
Dept. of Public Works
6118/10
T: 562-570-6698
333 West Ocean Blvd., 9th Floor
Long Beach, CA 90802
675 N. Front Street
City of Los Angeles
$ 67,195.44
1119110
Jon Haskett
1051 San Pasqual Ave.
Bureau of Engineering
2/23/10
T: 213-485-5864
4080 Cahuenga Blvd.
1149 S. Broadway St.
F: 213485-5903
Repair Water Lines
Los Angeles, CA 90015
Project Name
4759 BrowndeerLane
Sewer Repair
2300 W. Sunset Blvd.
Emergency Slope Repair
21787-21775 Ulmus Drive
Sewer Repair
Avalon Boulevard Storm Drain
Emergency Storm Drain Repair
ESR- 3rd Street & Alameda
ESR- Siena Way
Pickens and Snover
Debris Basin Enlargements
ESR- Rogerton Drive
ESR- Grand Canal
2111 & 2250 E Dominguez Street
Excavate Presurized Manholes
ESR- 15120 Mulholland Drive
CLARKE CONTRACTING CORP.
Colin McCarter
Agency
Contract $
Start
626-300-3365
Change Order $
Complete
Los Angeles County
$ 28,374.88
1/25/10
Department of Public Works
2/2/10
Sewer Maintenance
1000 S. Fremont Ave., 4th Floor
Alhambra, CA 91803
City of Los Angeles
$ 37,000.00
2/24/10
Bureau of Engineering
2/24/10
1149 S. Broadway St.
Los Angeles, CA 90015
Los Angeles County
$ 157,274.18
2/26/10
Department of Public Works
3/23/10
Sewer Maintenance
1000 S. Fremont Ave., 4th Floor
Alhambra, CA 91803
City of Carson
$ 89,290.50
3/1/10
701 E. Carson Street
3124/10
P. O. Box 6234
Carson, CA 90749
City of Los Angeles
$ 337,810.54
3/4/10
Bureau of Engineering
5/14110
1149 S. Broadway St.
Los Angeles, CA 90015
City of Los Angeles
$ 115,329.22
5/11/10
Bureau of Engineering
7/23/10
1149 S. Broadway St.
Los Angeles, CA 90015
County of Los Angeles
$ 452,447.20
6124/10
Dept. of Public Works
10/27/10
900 S. Fremont Ave.
Alhambra, CA 91803
City of Los Angeles
$ 100,264.78
6/25/10
Bureau of Engineering
7/22/10
1149 S. Broadway St.
Los Angeles, CA 90015
City of Los Angeles
$ 36,809.95
8/6/10
Bureau of Engineering
8/20/10
1149 S. Broadway St.
Los Angeles, CA 90015
Los Angeles Co. Sanitation District
$ 28,593.80
8/23/10
Carson Field Office
8/27/10
24501 S. Figueroa Street
Carson, CA 90245
City of Los Angeles
$ 192,097.73
9/27/10
Bureau of Engineering
1/26111
1149 S. Broadway St.
Los Angeles, CA 90015
Contact Person
Colin McCarter
T: 626-300-4686
F: 626-300-3365
Pedro Garcia
T: 213-847-0472
Bela/ Temimi
T: 213-847-0296
Belal Temimi
T: 213-847-0296
Mario Rodriguez
T: 626-458-3147
F: 626A58-2197
Belal Temimi
T: 213-847-0296
Belal Temimi
T: 213-847-0296
Alex Manesh
T: 310-830-2400
F: 323-775-2040
Jon Haskett
T: 213-485-5864
F: 213-485-5903
Colin McCarter
T:
626-300-4686
F:
626-300-3365
Raymond
H. Velasco
T:
310-952-1700
F:
310-835-5749
Bela/ Temimi
T: 213-847-0296
Belal Temimi
T: 213-847-0296
Mario Rodriguez
T: 626-458-3147
F: 626A58-2197
Belal Temimi
T: 213-847-0296
Belal Temimi
T: 213-847-0296
Alex Manesh
T: 310-830-2400
F: 323-775-2040
Jon Haskett
T: 213-485-5864
F: 213-485-5903
Project Name
ESR- Paseo Miramar
19860 Pioneer Blvd.
Slope Repair
Glendower Avenue
Manhole Installation
Rio Hondo College
Sewer Repair
Storm Drain Repair
Kanan Road at Culvert Marker 6.22
2960 Durand Drive
Emergency Storm Drain Repair
5864 Lorea Place Easement
Emergency Sewer Repair
Madrona Marsh Restoration and
Enhancement Project
2500 Gleason Avenue
Emergency Sewer Repair
Hillcrest & Florence
Pothole for Utilities
Reseda Area Sewer Cleaning
Remove Calcium Deposits
ESR- 7500 W. Sunset Blvd.
Dickson & Hicks Avenue
Emergency Sewer Repair
CLARKE CONTRACTING CORP.
Agency
City of Los Angeles
Bureau of Engineering
1149 S. Broadway St.
Los Angeles, CA 90015
City of Torrance
Street Services Department
20500 Madrona Avenue
Torrance, CA 90503
City of Los Angeles
Bureau of Engineering
1149 S. Broadway St.
Los Angeles, CA 90015
Rio Hondo College
3600 Workman Mill Road
Whittier, CA 90601
(Torres Construction Group)
County of Los Angeles
Dept. of Public Works
900 S. Fremont Ave.
Alhambra, CA 91803
City of Los Angeles
1149 S. Broadway St.
Los Angeles, CA 90015
City of Los Angeles
1149 S. Broadway St.
Los Angeles, CA 90015
City of Torrance
20500 Madrona Avenue
Torrance, CA 90503
City of Los Angeles
1149 S. Broadway St.
Los Angeles, CA 90015
Los Angeles County
Sanitation Districts
24501 So. Figueroa Street
Carson, CA 90745
City of Los Angeles
1149 S. Broadway St.
Los Angeles, CA 90015
City of Los Angeles
1149 S. Broadway St.
Los Angeles, CA 90015
Los Angeles County
Department of Public Works
Sewer Maintenance
1000 S. Fremont Ave., 4th Floor
Alhambra, CA 91803
Contract $ Start Contact Person
Change Order $ Complete
$ 136,591.09 10/27/10 Jon Haskett
1/7/11 T: 213-485-5864
F: 213-485-5903
$ 24,806.00
12/7/10
Jon Haskett
Tom Cook
$ 522,410.00
12/8/10
T:
310-781-6900
$ 109,413.94
5/31/11
F:
310-781-6902
$ 148,214.85
12/27/10
213-485-5864
Elvin Yeck
F:
2115/11
T:
213-847-0299
$ 544,401.00
12/6/10
T:
Samir Mehrotra
3/14/11
T:
562-463-3142
F:
562-463-4657
$ 551,219.00
1/26/11
Torres Construction
4/5/11
Nate Beach
T:
323-257-7460
F:
323-257-8044
$ 22,180.97
2/8/11
Iraj Mossay-Afzali
2/22/11
T:
213-485-5846
$ 70,874.66
3/25/11
Jon Haskett
4/22111
$ 522,410.00
7/25/11
$ 586,999.00
12/8/11
$ 109,413.94
5/31/11
6/27/11
$ 43,316.51
5/4/11
213-485-5864
5/27111
$ 375,555.37
$ 382,715.47
$ 34,099.10
Jon Haskett
T: 2131485-5864
F: 2131485-5903
John C. Dettle, P.E.
T: 310-618-3059
F: 310-781-6902
Jon Haskett
T: 213-485-5864
F: 213.485-5903
Alex Manesh
T: 310-830-2400
F: 323-775-2040
7/27/11
Jon Haskett
10/14/11
T:
213-485-5864
F:
213-485-5903
8/23/11
Jon Haskett
11/3/12
T:
213-485-5864
F:
213-485-5903
8/24/11
Fernando
Villaluna
9/8/11
T:
626-300-3380
CLARKE CONTRACTING CORP.
Project Name
Agency
Contract $
Start
Contact Person
Change Order $
Complete
Vincent Park Sewer Improvements
City of Inglewood
$ 139,760.09
9/26111
Ken Watson
One Manchester Blvd.
11/1111
T:
310-412-5333
Inglewood, CA 90301-1750
F:
310-412-5552
ESR- Tigertail Road
City of Los Angeles
$ 50,310.99
11/17/11
Jon Haskett
1149 S. Broadway St.
11/29/11
T:
213-4855864
Los Angeles, CA 90015
F:
213485-5903
Davids Road Sewer Pump Station
Los Angeles County
$ 326,077.30
2/9/12
Jeff Bouse
Kay Lane
Department of Public Works
5110/12
T:
626-300-3373
Emergency Force Main Replacement
Sewer Maintenance
C:
626-476-6709
1000 S. Fremont Ave., 4th Floor
Alhambra, CA 91803
ESR- Somma Way
City of Los Angeles
$ 74,437.17
2/21/12
Jon Haskett
1149 S. Broadway St.
3/19/12
T:
213-485-5864
Los Angeles, CA 90015
F:
213-485-5903
Colima Road Slope Failure Project
County of los Angeles
$ 920,300.00
3/29/12
Waleed Jouzey, CCM
Dept. of Public Works
$ 1,040,873.88
8/24112
T:
626-300-3289
900 S. Fremont Ave.
F:
626-300-2387
Alhambra, CA 91803
354 Paseo De Arena
City of Torrance
$ 28,318.39
4/9/12
Tom Cook
Emergency Storm Drain Repair
Street Services Department
4/10/12
T:
310-781-6900
20500 Madrona Avenue
F:
310-781-6902
Torrance, CA 90503
Subtropic Drive & Virazon Drive
City of La Habra Heights
$ 133,790.72
5/15/12
Sean Nazarie
Storm Drain Repair
1245 N. Hacienda Road
6/15112
CNC Engineering
La Habra Heights, CA 90631
1 Corporate Park #101
Irvine, CA 92606
T:
949-863-0588
F:
949-863-0589
ESR -1924 Adair Street
City of Los Angeles
$ 64,398.49
6/23/12
John Haskett
Wastewater Conveyance
7/9/12
T:
213 485-5864
11.49 S. Broadway St.
F:
213 923-4628
Los Angeles, CA 90015
Calabasas Sewer Upgrade
County of Los Angeles
$ 1,033,170.00
7/3/12
Colin McCarter
Dept. of Public Works
10/12/12
T:
626-458-3116
900 S. Fremont Ave.
F:
626-458-2197
Alhambra, CA 91803
ESR- Swarthmore Avenue
City of Los Angeles
$ 287,170.00
8/31/12
Bing Sun
Wastewater Conveyance
1018/12
T:
213-485-1604
1149 S. Broadway St.
F:
213-485-4838
Los Angeles, CA 90015
ESR- Tilden Avenue
City of Los Angeles
$ 44,283.34
912/12
Jon Haskett
1149 S. Broadway St,
9/26/12
T:
213-485-5864
Los Angeles, CA 90015
F:
213-485-5903
Walnut & 28th Street, Signal Hill
Los Angeles County
$ 31,570.88
9/7/12
Alex Manesh
Atlantic & Elmwood, Lynwood
Sanitation Districts
9/24/12
T:
310-830-2400
Pothole for Utilities
24501 So. Figueroa Street
F:
323-775-2040
Carson, CA 90745
Project Name
Vista Del Mar Bulkhead
Hillcrest Drive Slope Repair
15400 Nordoff Street and
Langdon Avenue
Emergency Storm Drain Repair
1205 S. Camden Drive
Emergency Sewer Repair
Capistrano Circle e/o Canada Blvd.
Emergency Sewer Repair
950 S. Flower Street
Emergency Sewer Repair
CLARKE CONTRACTING CORP.
Agency
Contract $
Start
5/16/13
Change Order $
Complete
City of Los Angeles
$ 199,475.00
10/19/12
Bureau of Engineering
1/7/13
1149 S. Broadway St.
1000 S. Fremont Ave., 4th Floor
Los Angeles, CA 90015
Alhambra, CA 91803
City of Los Angeles
$ 4,804,03920
10/15/12
Bureau of Engineering
$ 58,092.00
517/14
1149 S. Broadway St.
Los Angeles, CA 90015
(4 Lift Stations: Bell, Meadows, Palm,
City of Los Angeles
1149 S. Broadway St.
Los Angeles, CA 90015
City of Los Angeles
1149 S. Broadway St.
Los Angeles, CA 90015
City of Glendale
633 E. Broadway
Glendale, CA 91206
City of Inglewood
One W. Manchester Blvd.
Inglewood, CA 90301
$ 42,977.71 10/25/12
1118/12
$ 49,567.25 10126/12
1116/12
$ 30,819.60 3/21/13
3/28/13
$ 15,564.18 3/28/13
4/1113
Mulholland Drive Emergency Pump
Los Angeles County
$ 126,700.44
5/16/13
Station
Department of Public Works
6/24/13
Sewer Maintenance
1000 S. Fremont Ave., 4th Floor
Alhambra, CA 91803
Sewer Lift Station Bypass Valve
City of Manhattan Beach
$ 58,092.00
3/18/14
Replacement
3/28/14
(4 Lift Stations: Bell, Meadows, Palm,
and Voorhees)
Sewer Lift Station No. 3 Replacement
City of Alhambra
$ 1,699,005.00
In
N2M13-33
111 South First Street
Progress
Winthrop Dr. & Baizac Street
Alhambra, CA 91801
W. Ramona Rd.
7801 Mulholland Drive Bulkhead
City of Los Angeles
$ 857,453.00
118/14
13200 Mulholland Drive Bulkhead
Board of Public Works
6/6114
4112 Jennings Drive Bulkhead
200 N. Spring Street, Room 355
Los Angeles, CA 90012
Berm Repair and Replacement Program: City of Los Angeles $ 537,522.00
Mulholland Dr. & 405 Freeway Board of Public Works
Alta Mesa Dr. & Avenida del Sol 200 N. Spring Street, Room 355
Camino de La Cumbre & Valley Vista Blvd Los Angeles, CA 90012
Crescent Dr. & Oakstone Way
Grandview Dr. & Cole Crest Dr.
Mannix Dr. & Kirkwood Dr.
4/1/14
5/9/14
Contact Person
Gene N. Edwards
T: 213-847-0463
F: 213-847-0541
Gene N. Edwards
T: 213-847-0463
F:213-847-0541
Jon Haskett
T: 213-485-5864
F: 213-485-5903
- Jon Haskett
T: 213-485-5864
F: 213-485-5903
Kevin Carter
T: 818-937-8256
Jose Ramirez
T: 310-412-4200
C: 310-901-8024
Jeff Bouse
T: 626-300-3373
C: 626-476-6709
Raul Saenz
T: 310-802-5315
rsaenz ancitvmb.info
Dennis Ahien
T: 626-570-3274
Gene N. Edwards
T: 213-847-0463
F:213-847-0541
Gene N. Edwards
T:213-847-0463
F:213-847-0541
Hyperion Treatment Plant City of Los Angeles $ 778,268.00 6125/13 Ricardo Acosta
Chemical Line Upgrades Environmental Engineering Division 1/3/14 T: 310-648-3227
12000 Vista Del Mar ricardo.acosta(a lacity org
Ferguson Bldg, #200
Playa Del Rey, CA 90293
Brian A. Clarke
President and CEO
Estimator/Project Manager
Clarke Contracting Corporation
Education:
9/86-6/88-- El Camino College, Torrance Ca
Associates of Arts, Business Administration
9/88-12/90 University of Southern California
Bachelor of Arts, Business Administration -Entrepreneur Program
Employment History/Qualifications:
2/91-6/91 Clarke Contracting Corp.
Marketing Manager -Designed and implemented a comprehensive
marketing program to solicit private work.
6/91-5/93 The Southland Corporation
Field Consultant -Worked with retail franchisees on behalf of the
parent company to manage the daily retail operations of Twelve
7 -Eleven stores.
5/93-3/94 United Publishers Corporation
Advertising Sales Representative -Sold Yellow Page advertising
to businesses throughout L.A. & Orange Counties,
4/94-4/97 United Publishers Corporation
Divisional Sales Manager -Managed a group of 12 salespeople
responsible for selling over 4 million dollars worth of display
advertising dollars
5/97 -Present Clarke Contracting Corporation
President, CEO
Estimator/Project Manager -Investigate, prepare & bid Public and
Private Public Works projects. Manage all projects awarded on
daily basis. Prepare submittals, scheduling, manpower needs, and
material needs for project. Have worked on projects for M.T.A.,
LACDPW, L. A. City, Sanitation Districts of Los Angeles
County, etc.
Robert F. Clarke
Secretary
Senior Estimator/ProjectManager
Safety Officer
Clarke Contracting Corporation
Education:
9/86-6/88 El Camino College, Torrance Ca
Associates of Arts, Business Administration
9/88-12/90 University of Southern California
Bachelor of Arts, Business Administration -Entrepreneur Program
Professional Registrations/Licenses:
6/98 Licensed General Contractor
Lie. No. 751271 Type A, HIC
Employment HistorylQualif cations:
2/91 -Present Clarke Contracting Corp.
Secretary
Senior Estimator/Project Manager -Investigate, prepare & bid
Public and Private Public Works projects. Manage all projects
awarded on daily basis. Prepare submittals, scheduling, man-
power needs, and material needs for project. Extensive
experience in many types of Public Works projects including:
Sewer pump stations construction. Sewer, storm drain, and
waterline construction. Grading and slope repair. Street
grading & concrete construction ( re -enforced and non -re -
enforced concrete).
Specialty Training:
Safety Officer -Trained and certified in CPR/First Aid
John J. Clarke
Treasurer
Past -President and Founder
Clarke Contracting Corporation
Education:
9163-6/67 California State University, Chico
— Bachelor of Science, Civil Engineering
9/67-6/69 California State University, Long Beach
Graduate Work in Soil Mechanics
Professional Registrations/Licenses:
7/69 Registered Professional Civil Engineer
R.C.E. No. 19296
7/1/76 Licensed General Contractor
Lie. No. 285815 A
Clarke Construction Company
9/30/76 Licensed General Contractor
Lie. No. 325884 A, B & Haz.
Clarke Contracting Corporation
Employment History/Qualifications:
6/67-6/70 L. A. County Road Department
Civil Engineering — Soil and asphalt test labs,
design, construction and planning.
6/70-9/73 Tomei Construction Company
Chief Estimator - Responsible for all bidding and
project engineering & management. Annual sales
$4 million.
9/73-9/76 Fleming & Clarke
President/Owner
9/76-8/12 Clarke Contracting Corporation
President/Owner
Active role in all company estimating,
Project management, and business decisions.
9/12 -Present Clarke Contracting Corporation
Past President/Owner/Treasurer
Johana Perez
Estimator/Project Manager
Clarke Contracting Corporation
Education:
8/07-5/11 University of California, Berkeley
— Bachelor of Science, Civil and Environmental Engineering
• CEE 60 Civil Engineering Materials
• CEE 70 Engineering Geology
• CEE 101 Fluid Mechanics of rivers, Waves & Wetlands
• CEE 111 Environmental Engineering
• CEE 112 Environmental Engineering Design
• CEE 130 Mechanics of Materials
• CEE 165 Concrete Materials and Construction
• CEE 166 Construction Engineering
• CEE 167 Engineering Project Management
• CEE 175 Geotechnical and Geoenvironmental Engineering
• CEE 176 Engineering Geotechnics
Employment History/Qualifications:
3/12 -Present Clarke Contracting Corporation
Estimator/Project Manager- Investigate, prepare & bid Private and
Public Works Projects. Manage all projects awarded on a daily
basis. Prepare submittals, scheduling, manpower and material
needs for projects.
10/11-2/12 J&C Underground
Estimator- Prepared bid proposals for underground site utility
Public Works projects by examining blueprints and technical
specifications, contracting suppliers and resolving issues.
Calculated and prepared change orders and submittals for ongoing
projects.
7/09-8/10 Anderson Drilling
Intern- Shadowed Los Angeles Superintendent on various jobs,
(i.e. Orange Line Expansion and Oso Creek Bridge). Expedited
progress daily reports and processed paperwork.
Christopher Ochoa
Superintendent/Operating Engineer
Clarke Contracting Corporation
Employment History/Qualifications:
1982 — Present Clarke Contracting Corp.
Superintendent/Operating Engineer
One of our most experienced foreman. He is the kind of
foreman that figures out solutions to the toughest types of
projects. Chris has completed millions of dollars of Public
Works projects. He has extensive knowledge of slope failure
repairs, landfill gas collection system, cast -in-hole drilled
piles, tie back shoring construction, grading, excavation, street
work, storm drain, sewer, CDS Unit ( Continuous Deflective
Specialty Training:
Separator ) and waterline projects.
Chris is now our Superintendent. His duties include interface
between construction managers, owners, engineers, inspectors,
subcontractors and field construction crews.
He is responsible for the scheduling and performance of the
field construction crews on all jobs.
Hazardous Waste Operations
40 hour training per OSHA 29 CRF1910.120
First Aid, CPR and Emergency Response
MTA Heavy Rail Training
Manuel Sanchez
Foreman/Operating Engineer
CIarke Contracting Corporation
Employment HistorVlQualif cations:
1990 — Present Clarke Contracting Corp.
Foreman/Operating Engineer
Mr. Sanchez's construction knowledge has enabled him to
oversee projects which include: Sewer and storm drain,
CDS Units ( Continuous Deflective Separator) installation,
pump station upgrades, earthwork, street and site
improvements and landfill gas collection system const.
He is a foreman who looks out for the safety of all those
involved and gets the job done efficiently and with the
utmost workmanship.
Specialty Training:
Hazardous Waste Operations
40 hour training per OSHA 29 CRF1910.120
First Aid, CPR and Emergency Response
City of Newport Beach
BAYSIDE DRIVE STORM DRAIN LITTER REMOVAL
Contract No. 5954
NON -COLLUSION AFFIDAVIT
State of California )
ss.
County of Los Angeles)
Brian A. Clarke being first duly sworn, deposes and says that he or she is
President of Clarke Contracting Corp. , the party making the
foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that
party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed
person, partnership, company, association, organization, or corporation; that the bid is genuine and not
collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a
false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder
or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any
manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid
price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that
of any other bidder, or to secure any advantage against the public body awarding the contract of anyone
interested in the proposed contract; that all statements contained in the bid are true; and, further, that the
bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents
thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation,
partnership, company association, organization, bid depository, or to any member or agent thereof to
effectuate a collusive or sham bid.
I declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct.
Clarke Contracting Corporation `�L -Brian A. Clarke, President
Bidder Authorized Signature/Title
Subscribed and sworn to (or affirmed) before me on this 13th day of January , 2015
by Brian A. Clarke , 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.
Notary bli
[SEAL]
�
KELLI J. METER
Commission # 1994664
Notary Public - California
= Los Angeles County
My Comm. Expires Oct 20.2010
13
My Commission Expires: 10/20/16
City of Newport Beach
BAYSIDE DRIVE STORM DRAIN LITTER REMOVAL
Contract No. 5954
DESIGNATION OF SURETIES
Bidder's name Clarke Contracting Corporation
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):
Insurance: BB&T Insurance Services
2400 E. Katella Avenue, Suite 1100
Anaheim, CA 92806
714-741-2800
Bonding: Federal Insurance Company
802 South Figueroa Astreet
Los Angeles, CA 90017
213-612-0880
Surety: Rapp Surety & Insurance Services
120 Vantis Drive, Suite #300
Aliso Viejo, CA 92656
949-540-6770
14
City of Newport Beach
BAYSIDE DRIVE STORM DRAIN LITTER REMOVAL
Contract No. 5954
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
TO ACCOMPANY PROPOSAL
Bidder's Name Clarke Contracting Corporation
Record Last Five (5) Full Years
Current Year of Record
I ne 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
2014
2013
2012
2011
2010
Total
2015
No. of contracts
0
12
19
18
19
23
91
Total dollar
Amount of
Contracts (in
0
2553
4156
7376
2803
2023
18911
Thousands of $
No. of fatalities
0
0
0
0
0
0
0
No. of lost
Workday Cases
0
0
0
1
0
0
1
No. of lost
workday cases
involving
permanent
0
0
0
0
0
0
0
transfer to
another job or
termination of
employment
I ne 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 Clarke Contracting Corporation
Business Address:4646 Manhattan Beach Blvd., Lawndale, CA 90260
Business Tel. No.: 310-542-7724
State Contractor's License No. and
Classification: 325884 A, B, & Haz.
Title Brian A. Clarke, President
The above information was compiled from the records that are available to me at this
time and I declare under penalty of perjury that the information is true and accurate
within the limitations of those records.
Signature of
bidder -Brian A. Clarke
Date January 13, 2015
Title Preside t
Signature of
bidder �°�---- -Robert F. Clarke
Date u ry 1 2015
Title Secretary
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.
[NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI
16
CERTIHKATE OF ACKNOWLEDGMENT
State of California
} ss.
County of _Los Angeles
On January 13, 2015 before me, Kelli J. Meier, Notary Public ,
Date Name, Title of Officer (e.g. "Jane Doe, Notary Public")
personally appeared Brian A. Clarke and Robert F. Clarke , who proved to me
Name(s) of Signer(s)
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 and official seal.
6�/ SCJ
g tur of Notary` ubIic
----------------------------------------------------- OPTIONAL
KE LIL J. ME►ER
Commission #~ 1994684
Notary Public - California
Los Angeles County 31,
My Comm. Expires Oct 20, 2016
(Notary Seal)
Although the information requested below is OPTIONAL, it could prevent fraudulent reattachment of this certificate to unauthorized documents.
CAPACITY CLAIMED BY SIGNER
INDIVIDUAL
X CORPORATE OFFICER
President and Secretary
Title(s)
PARTNER(S) LIMITED
GENERAL
ATTORNEY-IN-FACT
TRUSTEE(S)
GUARDIAN/CONSERVATOR
OTHER:
SIGNER IS REPRESENTING:
Name of Person(s) or Entity(ies)
Clarke Contracting Corporation
SIGNER(S) OTHER THAN NAMED ABOVE
DESCRIPTION OF ATTACHED DOCUMENT
Bayside Drive Storm Drain Litter Removal
Contract No. 5954
City of Newport Beach
Industrial Safety Records Signature Sheet
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DOCUMENT DATE
City of Newport Beach
BAYSIDE DRIVE STORM DRAIN LITTER REMOVAL
Contract No. 5954
ACKNOWLEDGEMENT OF ADDENDA
Bidder's name Clarke Contracting Corporation
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
BAYSIDE DRIVE STORM DRAIN LITTER REMOVAL
Contract No. 5954
INFORMATION REQUIRED OF BIDDER
Bidder certifies under penalty of perjury under the laws of the State of California that the
following information is true and correct:
Name of individual Contractor, Company or Corporation: Clarke Contracting Corporation
Business Address: 4646 Manhattan Beach Blvd., Lawndale, CA 90260
Telephone and Fax Number: T- 310-542-7724 F- 310-542-2188
California State Contractor's License No. and Class: 325884
(REQUIRED AT TIME OF AWARD)
A, B, & Haz.
Original Date Issued: 9/28/76 Expiration Date: 12/31/16
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:
Brian A. Clarke, President and Johana Perez, Project Manager & Estimator
The following are the names, titles, addresses, and phone numbers of all individuals,
firm members, partners, joint ventures, and company or corporate officers having a
principal interest in this proposal:
Name Title Address Telephone
Brian A. Clarke, President- 1501 Walnut Ave., Manhattan Beach, CA 90266 310-629-4268
Robert F. Clarke, Secretary- 1141 Tennyson St., Manhattan Beach, CA 90266 310-505-7391
Corporation organized under the laws of the State of California
The dates of any voluntary or involuntary bankruptcy judgments against any principal
having an interest in this proposal are as follows:
N/A
All company, corporate, or fictitious business names used by any principal having
interest in this proposal are as follows:
N/A
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;
City of Los Angeles v. Clarke Contracting Corporation;
Susan Morris and P.J. Pesce
Nichols Canyon Easement Sewer Repolacement Project - Project Completed 1/11/06
Claim Filed 11/14/11 - Case No. BC448511
Briefly summarize the parties' claims and defenses;
More than four years after successful completion of a project for the City of
Los Angeles, Plaintiffis suing the City and Clarke Contracting Corp. for mud, water
and debris flow washing down onto their property after a major storm. City of Los Angeles
is countersuing Clarke Contracting to defend them.
Have you ever had a contract terminated by the owner/agency? If so, explain.
Yes, Grand Canal. Project was terminated by the City due to environmental concerns.
Have you ever failed to complete a project? If so, explain.
No
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 ODO
19
Are any claims or actions unresolved or outstanding? Yes CEO)
If yes to any of the above, explain. (Attach additional sheets, if necessary)
N/A
Failure of the bidder to provide ALL requested information in a complete and accurate
manner may be considered non-responsive.
Brian A. Clarke
(Print name of Owner or President
of Corporation/Company)
Clarke Contracting Corporation
Bidder Authorized Signature/Title
President
Title
January 13, 2015
Date
On January 13, 2015 before me, Kelli J. Meier Notary Public, personally
appeared Brian A. Clarke 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 and official seal.
Not�Pt4��aforsaid State
My Commission Expires: 10/20/16
20
KELLI J. MEIER
Commission # 1994684
(SEAL) �:� Notary Public - California
Los Angeles County
My Comm. Expires Oct 20, 2018
City of Newport Beach
BAYSIDE DRIVE STORM DRAIN LITTER REMOVAL
Contract No. 5954
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
BAYSIDE DRIVE STORM DRAIN LITTER REMOVAL
CONTRACT NO. 5954
THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 10th
day of February, 2015 ("Effective Date'), by and between the CITY OF NEWPORT
BEACH, a California municipal corporation and charter city ("City'), and Clarke
Contracting Corporation, a California corporation ("Contractor'), whose address is 4646
Manhattan Beach Boulevard, Lawndale, California 90260, 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: The work
necessary for the completion of this contract consists of (1) distributing
construction notices to affected residents; (2) construction surveying; (3)
removing existing hardscaping, storm drain pipe, pavement and landscape as
needed for contract work; (4) installing hydrodynamic separation units including
manholes (5) modifying existing irrigation system, (6) sidewalk/ driveway and
curb restoration; (7) landscape restoration (8) adjusting utility facilities as needed
for new work; and (9) 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, Labor and Materials Payment Bond (Exhibit A),
Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and
Standard Drawings, Plans and Special Provisions for Contract No. 5954, 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.
3. COMPENSATION
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 Three Hundred Twenty Eight Thousand One
Hundred Dollars and 00/100 ($328,100.00).
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, including tsunamis,
and which loss or expense occurs prior to acceptance of the Work by City.
4. PROJECT MANAGER
Contractor shall designate a Project Manager, who shall coordinate all phases of
the Project. This Project Manager shall be available to City at all reasonable times
during the term of the Contract. Contractor has designated Johana Perez to be its
Project Manager. Contractor shall not remove or reassign the Project Manager without
the prior written consent of City. City's approval shall not be unreasonably withheld.
5. ADMINISTRATION
This Contract shall be administered by the Public Works Department. City's Public
Works Director, or designee, shall be the Project Administrator and shall have the
authority to act for City under this Contract. The Project Administrator or designee shall
represent City in all matters pertaining to the Work to be rendered pursuant to this
Contract.
Clarke Contracting Corporation Page 2
6. 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.).
7. WRITTEN NOTICE
7.1 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.
7.2 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
7.3 All notices, demands, requests or approvals from City to Contractor shall
be addressed to Contractor at:
Attention: Brian A. Clarke
Clarke Contracting Corporation
4646 Manhattan Beach Boulevard
Lawndale, CA 90260
8. INDEPENDENT CONTRACTOR
City has retained Contractor as an independent contractor and neither Contractor
nor its employees are to be considered employees of City. The manner and means of
conducting the Work are under the control of Contractor, except to the extent they are
limited by statute, rule or regulation and the express terms of this Contract. No civil
service status or other right of employment shall accrue to Contractor or its employees.
Contractor shall have the responsibility for and control over the means of performing the
Clarke Contracting Corporation Page 3
Work, provided that Contractor is in compliance with the terms of this Contract.
Anything in this Contract that may appear to give City the right to direct Contractor as to
the details of the performance or to exercise a measure of control over Contractor shall
mean only that Contractor shall follow the desires of City with respect to the results of
the Work.
ll*01!IS] IWL
9.1 Contractor shall obtain, provide and maintain at its own expense during
the term of this Contract both of the following: (1) a Faithful Performance Bond in the
amount of one hundred percent (100%) of the total amount to be paid Contractor as set
forth in this Contract in the form attached as Exhibit B and incorporated herein by
reference; and (2) a Labor and Materials Payment Bond in the amount of one hundred
percent (100%) of the total amount to be paid Contractor as set forth in this Contract
and in the form attached as Exhibit A and incorporated herein by reference.
9.2 The Faithful Performance Bond and Labor and Materials Payment 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, (2)
listed as an acceptable surety in the latest revision of the Federal Register Circular 570,
and (3) assigned a 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.
9.3 Contractor shall deliver, concurrently with execution of this Contract, the
Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy
of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance
Commissioner, which authorizes the Insurer or Surety to transact surety insurance in
the State of California.
Consultant agrees to work closely and cooperate fully with City's designated
Project Administrator and any other agencies that may have jurisdiction or interest in the
Work to be performed. City agrees to cooperate with the Consultant on the Project.
11. PROGRESS
Consultant is responsible for keeping the Project Administrator informed on a
regular basis regarding the status and progress of the Project, activities performed and
planned, and any meetings that have been scheduled or are desired.
12. 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 or for other periods as specified in the Contract Documents,
policies of insurance of the type, amounts, terms and conditions described in the
Clarke Contracting Corporation Page 4
Insurance Requirements attached hereto as Exhibit C, and incorporated herein by
reference.
13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS
Except as specifically authorized under this Agreement, the services to be
provided under this Agreement shall not be assigned, transferred contracted or
subcontracted out without the prior written approval of City. Any of the following shall be
construed as an assignment: The sale, assignment, transfer or other disposition of any
of the issued and outstanding capital stock of Consultant, or of the interest of any
general partner or joint venturer or syndicate member or cotenant if Consultant is a
partnership or joint -venture or syndicate or co -tenancy, which shall result in changing
the control of Consultant. Control means fifty percent (50%) or more of the voting power
or twenty-five percent (25%) or more of the assets of the corporation, partnership or
joint -venture.
14. PREVAILING WAGES
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.
15. SUBCONTRACTING
The subcontractors authorized by City, if any, to perform the Work on this Project
are identified in the Contractor's Proposal and are attached as part of the Contract
Documents. Contractor shall be fully responsible to City for all acts and omissions of
any subcontractors. Nothing in this Contract shall create any contractual relationship
between City and subcontractor, nor shall it create any obligation on the part of City to
pay or to see to the payment of any monies due to any such subcontractor other than as
otherwise required by law. City is an intended beneficiary of any Work performed by the
subcontractor for purposes of establishing a duty of care between the subcontractor and
City. Except as specifically authorized herein, the Work to be performed under this
Contract shall not be otherwise assigned, transferred, contracted or subcontracted out
without the prior written approval of City
16.1 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
Clarke Contracting Corporation Page 5
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.
16.2 Contractor shall be responsible for any liability imposed by law and for
injuries to or death of any person or damage to property resulting from defects,
obstructions or from any cause arising from Contractor's Work on the Project, or the
Work of any subcontractor or supplier selected by Contractor.
16.3 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, subconsuitants, subcontractors, anyone employed directly or indirectly by any
of them or for whose acts they may be liable for any or all of them).
16.4 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.
16.5 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.
16.6 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.
Clarke Contracting Corporation Page 6
16.7 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.
16.8 The rights and obligations set forth in this Section shall survive the
termination of this Contract.
17. CHANGE ORDERS
17.1 This Contract may be amended or modified only by mutual written
agreement of the parties.
17.2 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.
17.3 There shall be no change in the Contractor's 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.
18. CONFLICTS OF INTEREST
18.1 Contractor or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act"), which (1) requires such persons to
disclose any financial interest that may foreseeably be materially affected by the Work
performed under this Contract, and (2) prohibits such persons from making, or
participating in making, decisions that will foreseeably financially affect such interest.
18.2 If subject to the Act, Contractor shall conform to all requirements of the
Act. Failure to do so constitutes a material breach and is grounds for immediate
termination of this Contract by City. Contractor shall indemnify and hold harmless City
for any and all claims for damages resulting from Contractor's violation of this Section.
19. TERMINATION
19.1 In the event that either party fails or refuses to perform any of the
provisions of this Contract at the time and in the manner required, that party shall be
deemed in default in the performance of this Contract. If such default is not cured within
a period of two (2) calendar days, or if more than two (2) calendar days are reasonably
required to cure the default and the defaulting party fails to give adequate assurance of
due performance within two (2) calendar days after receipt of written notice of default,
specifying the nature of such default and the steps necessary to cure such default, the
non -defaulting party may terminate the Contract forthwith by giving to the defaulting
party written notice thereof.
19.2 Notwithstanding the above provisions, City shall have the right, at its sole
discretion and without cause, of terminating this Contract at any time by giving seven (7)
calendar days prior written notice to Contractor. In the event of termination under this
Clarke Contracting Corporation Page 7
Section, City shall pay Contractor for Services satisfactorily performed and costs
incurred up to the effective date of termination for which Contractor has not been
previously paid. On the effective date of termination, Contractor shall deliver to City all
materials purchased in performance of this Contract.
20. STANDARD PROVISIONS
20.1 Recitals. City and Contractor acknowledge that the above Recitals are
true and correct and are hereby incorporated by reference into this Contract.
20.2 Compliance with all Laws. Contractor shall at its own cost and expense
comply with all statutes, ordinances, regulations and requirements of all governmental
entities, including federal, state, county or municipal, whether now in force or hereinafter
enacted. In addition, all Work prepared by Contractor shall conform to applicable City,
county, state and federal laws, rules, regulations and permit requirements and be
subject to approval of the Project Administrator.
20.3 Integrated Contract. This Contract represents the full and complete
understanding of every kind or nature whatsoever between the parties hereto, and all
preliminary negotiations and agreements of whatsoever kind or nature are merged
herein. No verbal agreement or implied covenant shall be held to vary the provisions
herein.
20.4 Conflicts or Inconsistencies. In the event there are any conflicts or
inconsistencies between this Contract and any other attachments attached hereto, the
terms of this Contract shall govern.
20.5 Interpretation. The terms of this Contract shall be construed in
accordance with the meaning of the language used and shall not be construed for or
against either party by reason of the authorship of the Contract or any other rule of
construction which might otherwise apply.
20.6 Amendments. This Contract may be modified or amended only by a
written document executed by both Contractor and City and approved as to form by the
City Attorney.
20.7 Severability. If any term or portion of this Contract is held to be invalid,
illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining
provisions of this Contract shall continue in full force and effect.
20.8 Controlling Law and Venue. The laws of the State of California shall
govern this Contract and all matters relating to it and any action brought relating to this
Contract shall be adjudicated in a court of competent jurisdiction in the County of
Orange, State of California.
20.9 Equal Opportunity Employment. Contractor represents that it is an equal
opportunity employer and it shall not discriminate against any subcontractor, employee
Clarke Contracting Corporation Page 8
or applicant for employment because of race, religion, color, national origin, handicap,
ancestry, sex, age or any other impermissible basis under law.
20.10 No Attorney's Fees. In the event of any dispute or legal action arising
under this contract, the prevailing party shall not be entitled to attorneys' fees.
20.11 Counterparts. This Contract may be executed in two (2) or more
counterparts, each of which shall be deemed an original and all of which together shall
constitute one (1) and the same instrument.
21. 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.
22. 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.
23. RECITALS
City and Contractor acknowledge that the above Recitals are true and correct
and are hereby incorporated by reference into this Contract.
[SIGNATURES ON NEXT PAGE]
Clarke Contracting Corporation Page 9
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 ATTORNEY'S OFFICE
Date: t�
:
BY
Aaron C. Harp (Am
City Attorney
ATTEST: Z �, 6Date:
By:
Y
Leilani I. Brown
City Clerk
Lr �OG''r
Attachments
CITY OF NEWPORT BEACH,
a California municipalorporation
Date:
By u
Edward D. Selich
Mayor
CONTRACTOR: Clarke Contracting
Corporation, a California corporation
Date:
By:--F-2-
Brian
y. k
Brian A. Clarke
President
Date: 14
BY:
Ro ert F. Clarke
Secretary
[END OF SIGNATURES]
Exhibit A -- Labor and Materials Payment Bond
Exhibit B -- Faithful Performance Bond
Exhibit C — Insurance Requirements
Clarke Contracting Corporation Page 10
CERTIFICATE OF ACKNOWLEDGMENT
State of California
County of Los Angeles
On February 4, 2015 before me, Ann A. Takahashi, Notary Public ,
Date Name, Title of Officer (Notary Public)
personally appeared Brian A. Clarke and Robert F. Clarke , who proved to me on the
Name of Signer(s)
basis of satisfactory evidence to be the persons whose name are subscribed to the within
instrument and acknowledged to me that they executed the same in their authorized
capacities, and that by their signatures on the instrument the persons, or the entity upon
behalf of which the persons acted, executed the instrument.
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. ANN A. TAKAHASHI
Commission # 2007893
Notary Pubiic - California =
Los Angeles County -
MY Comm. E$ Feb 17, 2011.
Signature of Notary Public (Notary Seal)
----------------------------------------------------- OPTIONAL ---------------------------------------------------------
Although the information requested below is OPTIONAL, it could prevent fraudulent reattachment ofthis certificate to unauthorized documents.
CAPACITY CLAIMED BY SIGNER
INDIVIDUAL
X CORPORATE OFFICER(S)
President & Secretar
Title(s)
PARTNER(S) LIMTED
GENERAL
ATTORNEY-IN-FACT
TRUSTEE(S)
GUARDIAN/CONSERVATOR
OTHER
SIGNER IS REPRESENTING:
Name of Person(s) or Entity(ies)
Clarke Contracting Corporation
DESCRIPTION OF ATTACHED DOCUMENT
City of Newport Beach
Contract
Bayside Drive Storm Drain Litter Removal
Contract No. 5954
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES DOCUMENT DATE
SIGNER(S) OTHER THAN NAMED ABOVE
EXHIBIT A
CITY OF NEWPORT BEACH
BOND NO. 8238-53-74
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City of Newport Beach, State of California, has awarded to
Clarke Contracting Corporation hereinafter designated as the "Principal," a contract for
the work necessary for the completion of this contract consists of (1) distributing
construction notices to affected residents; (2) construction surveying; (3) removing
existing hardscaping, storm drain pipe, pavement and landscape as needed for contract
work; (4) installing hydrodynamic separation units including manholes (5) modifying
existing irrigation system, (6) sidewalk/ driveway and curb restoration; (7) landscape
restoration (8) adjusting utility facilities as needed for new work; and (9) other incidental
items to be completed in work place required by the Plans and Specifications, 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, Federal Insurance Company
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
Three Hundred Twenty Eight Thousand One Hundred Dollars and 001100 ($328,100.00)
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 specked 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.
Clarke Contracting Corporation Page A-1
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.
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 been duly executed by the above
named Principal and Surety, on the 2nd day of February .201s .
Clarke Contracting Corporation
Name of Contractor (Principal)
Federal Insurance Company
Name of Surety
15 Mountain View Road, Warren, NJ 07059
Address of Surety
(908)903-2000
Telephone
- — L� -Brian A. Clarke
Authorized Signaturer itle Pres.
A�a-
Authorl,�,-hd Agent S gnature
Douglas A. Rapp, Attorney in Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR
AND SURETY MUST BE ATTACHED
Clarke Contracting Corporation Page A-2
A Notary Public or other Officer completing this certificate verifies only the
identity of the individual who signed the document to which this certificate is
attached and not the truthfulness, accuracy, or validity of that document.
ACKNOWLEDGMENT
State of California
County of Orange )
On
02/02/2015
before me, Debra Swanson, Notary Public
(insert name and title of the officer)
personally appeared Douglas A. Rapp
who proved to me on the basis of satisfactory evidence to be the personv) whose name(,#) is/ere
subscribed to the within instrument and acknowledged to me that he/eheftHey executed the same in
his/*eF44& authorized capacity(iee), and that by his*a4t4eir signature($) 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 true and correct.
WITNESS my hand and official seal q77DEA SWANSON4'vt#1997119 �\(YPUBLICCALIFORNIA�g lJ s ()tic,E coUNrrNSi nature i� v ahlw� Seal td,BXP.NOWQ,301&
Chubb POWER Federal Insurance Company Attn: Surety Department
OF Vigilant Insurance Company 15 Mountain View Road
cHuss Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059
Know All by These Presents, That FI
COMPANY, a New York corporation, and P
appoint Douglas A. Rapp and Timothy
COMPANY, an Indiana corporation, VIGILANT INSURANCE
MPANY, a Wisconsin corporation, do each hereby constitute and
o, California ---------------------------------------------
each as their We and lawful Attorney- in- Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety
thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the Course of business, and any
instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations.
In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested
these presents and affixed their corporate seals on this 16th day of December, 2011.
/
Kenneth C. Wendel, Assistant Secretary t . Nonis, Jr., Vice President
STATE OF NEW JERSEY `
as.
County of Somerset
On this 16th day of December, 2011 before me, a Notary Public of New Jersey, personalty came Kenneth C. Wendel, tome
known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies Which
executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duly sworn, did depose and say that he is Assistant Secretary of FEDERAL
INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the
foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By- Laws of said Companies; and that he signed said Power of Attorney as
Assistant Secretary of said Companies by like authority; and that he is acquainted with David B. Norris, Jr., and knows him to be Vice President of said Companies; and that the
signature of David B. Norris, Jr., subscribed to said Power of Attorney is in the genuine handwriting of David B. Norris, Jr., and was thereto subscribed by authority of said By -
Laws and in deponent's presence.
Notarial Seal KATHERINE J. ADELAAR
0'�Ww
NOTARY PUBLIC 16 NEW JfkSF1
Ne,23TG605
Cont"I"on E+rplresJUly i1, 2014
Notary Public
CERTIFICATION
Extract from the By. Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY:
"AII powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the
President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The
signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman, President, any Vice President, any
Assistant Vice President, any Secretary, any Assistant Secretary and the Seal of the Company may be affixed by facsimile to any power of attorney or to any
certificate relating thereto appointing Assistant Secretaries or Attorneys- In. Fact for purposes only of executing and attesting bonds and undertakings and other
writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seat shall be valid and binding
upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company
with respect to any bond or undertaking to which it is attached.`
I, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY
(the 'Companies' do hereby certify that
(1) the foregoing extract of the BY Laws of the Companies is true and correct,
(it) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are
authorized by the U.S. Treasury Department; further, Federal and Vigilant are licensed in Puerto Rico and the U.S. Virgin Islands, and Federal is licensed in
American Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island; and
(iii) the foregoing Power of Attorney is true, correct and in full force and effect.
Given under my hand and seats asaid Companies at Warren, NJ this 2nd day of February, 2015.
.I
Kenneth C. We el, Assistant Secretary
IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER
MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903- 3493 Fax (908) 903- 3656
e-mail: surety chubb.com
Form 15-10- 0225B- U (Ed. 5- 03) CONSENT
State of California
County of Los Angeles
On February 4, 2015 before me, Ann A. Takahashi, Notary Public
Date Name, Title of Officer (Notary Public)
personally appeared Brian A. Clarke who proved to me on the
Names) of Signer(s)
basis of satisfactory evidence to be the person whose name is subscribed to the within
instrument and acknowledged to me that he executed the same in his authorized
capacity, and that by his signature on the instrument the person, or the entity upon
behalf of which the person acted, executed the instrument.
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 of Notary Public
OPTIONAL
ANN A. TAKAHASHI
Commission # 2007095
m Notary Public - Calitomlit
Z Los Angeles County
My Comm. Ez fires Feb 17, 2017
(Notary Seal)
Although the information requested below is OPTIONAL, it could prevent fraudulent reattachment of this certificate to unauthorized documents.
CAPACITY CLAIMED BY SIGNER
_ INDIVIDUAL
X CORPORATE OFFICER
President
Title(s)
_ PARTNER(S) LIMTED
GENERAL
ATTORNEY-IN-FACT
TRUSTEE(S)
_ GUARDIAN/CONSERVATOR
OTHER
SIGNER IS REPRESENTING:
Name of Person(s) or Entity(ies)
Clarke Contracting Corporation
DESCRIPTION OF ATTACHED DOCUMENT
City of Newport Beach
Labor and Material Bond
Bayside Drive Storm Drain Litter Removal
Contract No. 5954
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DOCUMENT DATE
SIGNER(S) OTHER THAN NAMED ABOVE
CITY OF NEWPORT BEACH
BOND NO. 8238-53-74
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ 2.953.00 -,being at the
rate of $ varies thousand of the Contract price.
WHEREAS, the City of Newport Beach, State of California, has awarded to
Clarke Contracting Corporation hereinafter designated as the "Principal;' a contract for
the work necessary for the completion of this contract consists of (1) distributing
construction notices to affected residents; (2) construction surveying; (3) removing
existing hardscaping, storm drain pipe, pavement and landscape as needed for contract
work; (4) installing hydrodynamic separation units including manholes (5) modifying
existing irrigation system, (6) sidewalk/ driveway and curb restoration; (7) landscape
restoration (8) adjusting utility facilities as needed for new work; and (9) other incidental
items to be completed in work place required by the Plans and Specifications, 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 Federal Insurance Company
, duly authorized to
transact business under the laws of the State of California as Surety (hereinafter
"Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of
Three Hundred Twenty Eight Thousand One Hundred Dollars and 00/100 ($328,100.00)
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
specked, 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
specked in this Performance Bond, there shall be included costs and reasonable
Clarke Contracting Corporation Page B-1
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.
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 instrument has been duly executed by the
Principal and Surety above named, on the 2nd day of February ,2O 15
Clarke Contracting Corporation
Name of Contractor (Principal)
Federal Insurance Company
Name of Surety
15 Mountain View Road, Waaen, NJ 07059
Address of Surety
(908)903-2000
Telephone
4 -Brian A. Clarke
Authorized Signature/Title Pres.
Authon d Agent Signature
Douglas A. Rapp, Attorney in Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF
CONTRACTOR AND SURETY MUST BE ATTACHED
Clarke Contracting Corporation Page B-2
A Notary Public or other Officer completing this certificate verifies only the
identity of the individual who signed the document to which this certificate is
attached and not the truthfulness, accuracy, or validity of that document.
ACKNOWLEDGMENT
State of California
County of Orange )
ED
02/02/2015
before me, Debra Swanson, Notary Public
(insert name and title of the officer)
personally appeared Douglas A. Rapp
who proved to me on the basis of satisfactory evidence to be the person(iE) whose name($) isle*&
subscribed to the within instrument and acknowledged to me that he%heFHiey executed the same in
his14e0 eeir authorized capacity(ie*, and that by hisA4%fAl4eir signature($) on the instrument the
person(*), or the entity upon behalf of which the person($) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal. WDE RA SwANSONtt1rA. * 1997119 �RY PUBLIC �ANGE COUNTY (�89M, EXP, CALIFORNIA,NQV 10, 2016
Signature M -na . c J;R (Seal)
Chubb POWER Federal Insurance Company Attn: Surety Department
OF Vigilant Insurance Company 15 Mountain View Road
ic Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059
Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE
COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and
appoint Douglas A. Rapp and Timothy D. Rapp of Aliso Viejo,
each as their true and lawful Attorney- in- Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety
thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any
instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations.
In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested
these presents and affixed their corporate seals on this 16th day of December, 2011.
Kenneth C. Wende, Assistant Secretary .OawrY6. Norris, Jr., Mce President
STATE OF NEW JERSEY
ss.
County of Somerset
On this 16th day of December, 2011 before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel, tome
known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which
executed the foregoing Power of Attorney, and the said Kenneth. C. Wendel, being by me duly sworn, did depose and say that he is Assistant Secretary of FEDERAL
INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the
foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By- Laws of said Companies; and that he signed said Power of Attorney as
Assistant Secretary of said Companies by like authority; and that he is acquainted with David B. Norris, Jr., and knows him to be Vice President of said Companies; and that the
signature of David B. Norris, Jr., subscribed to said Power of Attorney is in the genuine handwriting of David B. Norris, Jr., and was thereto subscribed by authority of said By.
Laws and in deponents presence.
Notarial Seal KATHERINE J. ADELAAR
NOTARY PUBLIC OF NEW JFRSF)i
F ��10.R�Yy No, 2316685
®8`�G Commiaion Expires July 16.201®
PU 5�V Notary Public
CERTIFICATION
Extract from the By- Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY:
"All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, edher by the Chairman or the
President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The
signature of such officers may be engraved, printed or lithographed. The signature of eadr of the following officers: Chairman, President, any Vice President, any
Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any
certificate relating thereto appointing Assistant Secretaries or Attorneys- in- Fact for purposes only of executing and attesting bonds and undertakings and other
writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding
upon the Company and any such power so executed and'ceNfied by such facsimile signature and facsimile seal shall be valid and binding upon the Company
with respect to any bond or undertaking to which it is attached.'
1, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY
(the "Companies°) do hereby certify that
(i) the foregoing extract of the ay- Laws of the Companies is true and correct,
(ii) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are
authorized by the U.S. Treasury Department; further, Federal and Vigilant are licensed in Puerto Rim and the U.S. Virgin Islands, and Federal is licensed in
American Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island; and
(iii) the foregoing Power of Attomey is true, correct and in full force and effect.
Given under my hand and seals of said Companies at Warren, NJ this 2nd day of February, 2015.
Kenneth C. We el, Assistant Secretary
IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER
MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903- 3493 Fax (908) 903- 3656
e-mail: sure chubb.com
Form 15-10-02256-d (Ed. 5-03) CONSENT
State of California
County of Los Angeles
On February 4, 2015 before me, Ann A. Takahashi, Notary Public
Date Name, Title of Officer (Notary Public)
personally appeared Brian A. Clarke who proved to me on the
Name(s) of Signer(s)
basis of satisfactory evidence to be the person whose name is subscribed to the within
instrument and acknowledged to me that he executed the same in his authorized
capacity, and that by his signature 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 true and correct.
WITNESS my hand and official seal.
Signature of Notary Public
OPTIONAL
ANN A. TAKAHASHI
Commission S 2007893
Z ; m Notary Public - California ZZ
Z Los Angeles County
J. My Comm. Expires Feb 17, 2017
(Notary Seal)
Although the information requested below is OPTIONAL, it could prevent fraudulent reattachment of this certificate to unauthorized documents.
CAPACITY CLAIMED BY SIGNER
_ INDIVIDUAL
X CORPORATE OFFICER
President
Title(s)
PARTNER(S) LIMTED
GENERAL
ATTORNEY-IN-FACT
TRUSTEE(S)
GUARDIAN/CONSERVATOR
OTHER
SIGNER IS REPRESENTING:
Name of Person(s) or Entity(ies)
Clarke Contracting Corporation
DESCRIPTION OF ATTACHED DOCUMENT
City of Newport Beach
Faithful Performance Bond
Bayside Drive Storm Drain Litter Removal
Contract No. 5954
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES DOCUMENT DATE
SIGNER(S) OTHER THAN NAMED ABOVE
EXHIBIT C
INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION
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
Clarke Contracting Corporation Page C-1
insured contract (including the tort liability of another assumed in a
business 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,
products and completed operations, 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
endorsements as specified herein for each coverage. All of the executed
Clarke Contracting Corporation Page C-2
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. Contractor shall require and verify that
all subcontractors maintain insurance meeting all the requirements stated
herein, and Contractor shall ensure that City is an additional insured on
insurance required from subcontractors. For CGL coverage,
subcontractors shall provide coverage with a format at least as broad as
CG 20 38 0413.
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. If the
Contractor maintains higher limits than the minimums shown above, the
City requires and shall be entitled to coverage for higher limits maintained
by the Contractor. Any available proceeds in excess of specified minimum
limits of insurance and coverage shall be available to the City.
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
Clarke Contracting Corporation Page C-3
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
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.
1. 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.
Clarke Contracting Corporation Page C-4
CERTIFICATE OF INSURANCE
CHECKLIST
City of Newport Beach
This checklist is comprised of requirements as outlined by the City of Newport Beach. *
Date Received:
2/10/15 Dept./Contact Received From: Raymund
Date Completed:
2/10/15 Sent to: Raymund By: Alicia/Renee
Company/Person required to have certificate: Clark Contracting Corporation
Type of contract:
All Others
I. GENERAL
LIABILITY
EFFECTIVE/EXPIRATION DATE: 3/1/14-3/1/15
A.
INSURANCE COMPANY: Ironshore Specialty Insurance Company
B.
AM BEST RATING (A-: VII or greater): A:XIV
C.
ADMITTED Company (Must be California Admitted):
Is Company admitted in California?
❑ Yes ® No
D.
LIMITS (Must be $1 M or greater): What is limit provided? 1,000,000/2,000,000
E.
ADDITIONAL INSURED ENDORSEMENT — please attach
® Yes ❑ No
F.
PRODUCTS AND COMPLETED OPERATIONS (Must
include): Is it included? (completed Operations status does
not apply to Waste Haulers or Recreation)
® Yes ❑ No
G.
ADDITIONAL INSURED FOR PRODUCTS AND
COMPLETED OPERATIONS ENDORSEMENT (completed
Operations status does not apply to Waste Haulers)
® Yes ❑ No
H.
ADDITIONAL INSURED WORDING TO INCLUDE (The City
its officers, officials, employees and volunteers): Is it
included?
® Yes ❑ No
1.
PRIMARY & NON-CONTRIBUTORY WORDING (Must be
included): Is it included?
® Yes ❑ No
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?
❑ Yes ® No
K.
ELECTED SCMAF COVERAGE (RECREATION ONLY): 0 N/A
❑ Yes ❑ No
L.
NOTICE OF CANCELLATION: ❑ N/A
® Yes ❑ No
II. AUTOMOBILE LIABILITY
EFFECTIVE/EXPIRATION DATE: 3/1/14-3/1/15
A.
INSURANCE COMPANY: West American Insurance Company
B.
AM BEST RATING (A-: VII or greater) A:XV
C.
ADMITTED COMPANY (Must be California Admitted):
Is Company admitted in California?
® 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/A
❑ Yes ❑ No
G.
HIRED AND NON -OWNED AUTO ONLY: ❑ N/A
❑ Yes ® No
H.
NOTICE OF CANCELLATION: ❑ N/A
IN Yes ❑ No
WORKERS' COMPENSATION
EFFECTIVE/EXPIRATION DATE: 3/1/14-3/1/15
A. INSURANCE COMPANY: State Fund
B. AM BEST RATING (A-: VII or greater):
C. ADMITTED Company (Must be California Admitted):
D. WORKERS' COMPENSATION LIMIT: Statutory
E. EMPLOYERS' LIABILITY LIMIT (Must be $1 M 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
LVE:I111II11114:%9C161R
HAVE ALL ABOVE REQUIREMENTS BEEN MET?
IF NO WHICH ITEMS NEED TO BE COMPLETED?
Approved:
Agent of Alliant Insurance Services Date
Broker of record for the City of Newport Beach
❑ Yes ❑ No
® Yes ❑ No
1,000,000
® Yes ❑ No
N N/A ❑ Yes ❑ No
❑ N/A ® Yes ❑ No
® N/A ❑ Yes ❑ No
® N/A ❑ Yes ❑ No
® N/A ❑ Yes ❑ No
silo S
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 received 2/12/15.
Approved:
Risk Management Date
* Subject to the terms of the contract.
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
BAYSIDE DRIVE STORM DRAIN LITTER REMOVAL
CONTRACT NO. 5954
To the Honorable City Council
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
Gentlemen:
PR 1 OF 3
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. 5954 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
E
3.
LUMP SUM MOBILIZATION
@_ T�v�..� �i. � . 77-t a ✓s Dollars
and co
/Vo Cents $ 2 5400
LUMP SUM
LUMP SUM TRAFFIC CONTROL
@ 7"wd 7Lcy a.., 'dl Dollars
and Ov
A/'u Cents $ 2000
LUMP SUM
LUMP SUM SURVEYING SERVICES
@ ?7� r;ee 7Zt dy5 et., C' Dollars
and oW
1400 Cents $ 3000
LUMP SUM
0
5
VA
.1
A
PR2of3
1 EACH FURNISH AND INSTALL HYDRODYNAMIC SEPARATION UNIT BY BIO
CLEAN (MODEL NSBB-11-24-125)
@ ltfSc� t ,�dcF 6tVt� J Dollars
and
AT) Cents $ $
Per EACH
150 C.Y. BACKFILL FULL DEPTH WITH 1 -SACK SLURRY 18" MINIMUM ALL
AROUND STRUCTURE
@ ONS *uki d real:k,.. 4Ve Dollars
and
A/0 Cents $ 195-- $ /9 75o -
Per CUBIC YARD
750 S.F. SAWCUT AND REMOVE AC CURB AND AC DRIVEWAY
@ Dollars
and
A -C) Cents $ $ %!5o
Per SQUARE FOOT
LUMP SUM
LUMP SUM
150 L. F
REMOVE, RELOCATE AND INSTALL TEMPORARY AND PERMANENT
IRRIGATION SYSTEM
@ Olfe %2c.oySa.'. d AiVe §,,wdrrd Dollars
and IV 00
%/y Cents $ 1500 $ /Sop
Per LUMP SUM
REMOVE EXISTING, FURNISH AND INSTALL SOD (MARATHON ll) TO
MATCH EXISTING
@_UP Ao'vsa, Alc ollars
and ,moo
)vv Cents $ 2 SDO
Per LUMP SUM
CONSTRUCT 6" P.C.C. CURB
@ l � Pt' k Dollars
and
Cents $ �S
Per LINEAL FOOT
10. 825 S.F. CONSTRUCT 6" P.C.C. DRIVEWAY
Dollars
and
c� Cents
Per SQUARE FOOT
11. LUMP SUM PROVIDE AS -BUILT PLANS
$ tztioL
@ ONE THOUSAND FIVE HUNDRED Dollars
and
NO Cents
Per LUMP SUM
TOTAL PRICE IN WRITTEN WORDS
and go Cents
January 13, 2015
Date
310-542-7724 / 310-542-2188
Bidder's Telephone and Fax Numbers
325884 - A, B, & Haz.
Bidder's License No(s).
and Classifications)
PR3of3
S 14 RSo
$ 1,500
Dollars
$�
Total Price (Figures)
Clarke Contracting Corporation
Bidder
rian A. Clarke, President
Bidder's Authorized Signature and Title
4646 Manhattan Beach Blvd., Lawndale, CA 90260
Bidder's Address
Bidder's email address: ccclawndale@yahoo.com
PUBLIC WORKS DEPARTMENT
INDEX
FOR
SPECIAL PROVISIONS
BAYSIDE DRIVE STORM DRAIN LITTER REMOVAL
CONTRACT NO. 5954
PART 1 - GENERAL PROVISIONS
SECTION 2 - SCOPE AND CONTROL OF THE WORK
2-5 PLANS AND SPECIFICATIONS.
2-5.2 Precedence of Contract Documents,
2-6 WORK TO BE DONE,
2-9 SURVEYING.
2-9.1 Permanent Survey Markers.
2-9.2 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.
U
1
1
1
1
2
2
2
2
2
2
2
3
3
3
3
3
3
4
4
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. 5
6-7.2 Working Day. 5
6-7.4 Working Hours. 5
6-9 LIQUIDATED DAMAGES. 5
SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 6
7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES. 6
7-1.2 Temporary Utility Services. 6
7-7 COOPERATION AND COLLATERAL WORK. 6
7-8 WORK SITE MAINTENANCE. 7
7-8.4.3 Storage of Equipment and Materials in Public Streets. 7
7-8.6 Water Pollution Control. 7
7-8.6.2 Best Management Practices (BMPs). 7
7-8.6.4 Dewatering. g
7-8.6.5 Payment. 8
7-8.7.2 Steel Plates. 8
7-10 PUBLIC CONVENIENCE AND SAFETY. 9
�I�
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
7-10.8 Notices to Residents and Temporary Parking Permits,
10
7-15 CONTRACTOR'S LICENSES.
11
7-16 CONTRACTOR'S RECORDS/AS-BUILT DRAWINGS.
11
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.
14
PART 2 - CONSTRUCT/ON MATERIALS
14
SECTION 201- CONCRETE, MORTAR, AND RELATED MATERIALS
14
201-1 PORTLAND CEMENT CONCRETE.
14
201-1.1 Requirements.
14
201-1.1.2 Concrete Specified by Class and Alternate Class.
15
201-2 REINFORCEMENT FOR CONCRETE.
15
201-2.2 Steel Reinforcement.
15
201-2.2.1 Reinforcing Steel.
15
201-7 NON -MASONRY GROUT.
15
201-7.2 Quick Setting Grout. -
15
SECTION 207 - PIPE
15
207-2 REINFORCED CONCRETE PIPE (RCP).
15
207-2.1 General.
15
207-2.5 Joints.
15
212-1 LANDSCAPE MATERIALS.
15
212-1.1 Topsoil.
15
212-1.1.1 General.
16
212-2 IRRIGATION SYSTEM MATERIALS.
16
212-2.1 Pipe and Fittings.
16
212-2.1.1 General.
16
212-2.2 Valves and Valve Boxes.
16
212-2.2.1 General.
16
212-2.2.7 Valve Boxes.
16
SECTION 215 - STORM WATER TREATMENT DEVICE.
16
215-1 GENERAL.
16
215-1.1 Scope.
16
215-1.2 Description.
16
215-1.3 Manufacturer.
17
215-1.4 Submittals.
17
215-1.5 Work Included,
17
215-1.6 Reference Standards.
18
215-2 COMPONENTS.
18
215-2.1 Screening System.
18
215-2.2 Skimmer System.
18
215-2.3 Storm Boom Housing.
18
215-2.4 Sediment Removal Chambers,
19
215-2.4.1 Baffle Walls.
19
215-2.4.2 Turbulence Deflectors.
19
215-3 PERFORMANCE.
19
215-3.1 General.
19
215-3.1.1 Function.
19
215-3.1.2 Removal Efficiencies.
20
215-3.1.3 Hydraulic Capacity.
20
215-3.1.4 Storage Capacity.
20
215-3.1.5 Pollution Separation.
20
215-3.2 Test Performance.
20
215-3.2.1 Independent Third Party Testing,
20
215-3.2.2 Full Capture Approval,
21
215-3.2.3 Oil and Grease Removal.
21
215-3.2.4 Field Testing.
21
215-4 EXECUTION.
21
215-4.1 General.
21
215-4.2 Installation.
21
215-4.2.1 Grading and Excavation.
21
215-4.2.2 Compaction.
22
215-4.2.3 Backfill.
22
215-4.2.4 Concrete Structures.
22
215-4.3 Shipping, Storage and Handling.
22
215-4.3.1 Shipping.
22
215-4.3.2 Storage and Handling.
22
215-4.4 Maintenance and Inspection.
22
215-4.4.1 Inspection.
22
215-4.4.2 Maintenance.
22
215-4.4.3 Material Disposal.
23
215-5 QUALITY ASSURANCE.
23
215-5.1 Warranty.
23
215-5.2 Performance Certification.
23
PART 3 -CONSTRUCTION METHODS 23
SECTION 300 - EARTHWORK
23
300-1 CLEARING AND GRUBBING.
23
300-1.3 Removal and Disposal of Materials.
23
300-1.3.1 General.
24
300-1.3.2 Requirements.
24
300-1.4 Payment.
24
300-1.5 Solid Waste Diversion.
24
300-2 UNCLASSIFIED EXCAVATION.
25
300-2.1 General.
25
300-2.9 Payment.
25
300-4 UNCLASSIFIED FILL.
25
300-4.3 Other Fill Material.
25
300-4.9 Measurement and Payment.
25
SECTION 301- TREATED SOIL, SUBGRADE PREPARATION, AND PLACEMENT OF BASE MATERIALS 26
301-1 SUBGRADE PREPARATION.
26
301-1.7 Payment.
26
301-2 UNTREATED BASE.
26
301-2.4 Measurement and Payment.
26
SECTION 302 - ROADWAY SURFACING
26
302-6 PORTLAND CEMENT CONCRETE PAVEMENT.
26
302-6.6 Curing.
26
SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION
26
303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND
DRIVEWAYS.
26
303-5.1 Requirements.
26
303-5.1.1 General.
26
303-5.5 Finishing.
27
303-5.5.1 General.
27
303-5.5.2 Curb.
27
303-5.5.4 Gutter.
27
SECTION 306 UNDERGROUND CONDUIT CONSTRUCTION
27
306-1 OPEN TRENCH OPERATIONS.
27
306-1.1 Trench Excavation.
27
306-1.1.1 General.
27
306-1.1.6 Bracing Excavations.
27
306-1.2 Installation of Pipe.
28
306-1.2.1 Bedding.
28
306-1.3 Backfill and Densificaiton.
28
306-1.3.3 Water Densified Backfill.
28
306-1.3.4 Compaction Requirements.
28
306-1.5 Trench Resurfacing.
28
306-1.5.1 Temporary Resurfacing.
28
306-1.6 Bases of Payment for Open Trench Installations.
29
SECTION 308 - LANDSCAPE AND IRRIGATION INSTALLATION
29
308-1 General.
29
PART4
30
SECTION 400 - ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE,
30
PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL
30
400-2 UNTREATED BASE MATERIALS.
30
400-2.1 General.
30
400-2.1.1 Requirements.
30
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
BAYSIDE DRIVE STORM DRAIN LITTER REMOVAL
CONTRACT NO. 5954
INTRODUCTION
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 -5385-S); (3) the City's
Standard Special Provisions and Standard Drawings for Public Works Construction,
(2004 Edition), including Supplements; (4) Standard Specifications for Public Works
Construction (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 for Public Works Construction may
be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA
92802,714-517-0970.
The following Special Provisions supplement or modify the Standard
Specifications for Public -Works Construction as referenced and stated
hereinafter:
PART 1 - GENERAL PROVISIONS
SECTION 2 - SCOPE AND CONTROL OF THE WORK
2-5 PLANS AND SPECIFICATIONS.
2-5.2 Precedence of Contract Documents.
Add to this section, "If there is a conflict within any one specific Contract Document, the
more stringent requirement as determined by the Engineer shall control."
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 residents; (2) construction surveying; (3)
removing existing hardscaping, storm drain pipe, pavement and landscape as needed
for contract work; (4) installing hydrodynamic separation units including manholes (5)
modifying existing irrigation system, (6) sidewalk/ driveway and curb restoration; (7)
landscape restoration (8) adjusting utility facilities as needed for new work; and (9)
other incidental items to be completed in work place required by the Plans and
Specifications."
Page 'I of 30
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 existing survey monuments and then schedule
a meeting with the City Surveyor 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."
2-9.2 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
Page 2 of 30
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.
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."
Page 3 of 30
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 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.
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.
6-7 TIME OF COMPLETION.
Page 4 of 30
6-7.1 General.
Add to this section: "The Contractor shall complete all work under the Contract within 60
consecutive working days after the date on the Notice to Proceed.
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."
Add the following Section 6-7.2 Working Day.
6-7.2 Working Day.
Revise 3) to read: "any City holiday, defined as January 1St (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 24t", (Christmas Eve),
December 25t" (Christmas), and December 31St (New Year'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."
Add the following Section 6-7.4 Working Hours.
6-7.4 Working Hours.
Normal working hours are limited to 7:00 a.m. to 4:30 p.m., Monday through Friday.
The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work
site, storage sites, staging areas, etc., before or after the normal working hours
prescribed above.
Should the Contractor elect to work outside normal working hours, Contractor must first
obtain special permission from the Engineer. The request may be for 4:30 p.m. to 6:30
p.m. on weekdays or 8:00 a.m. to 6:00 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."
Page 5 of 30
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."
SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR
7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES.
7-1.2 Temporary Utility Services.
Add to the end of this section: If the Contractor elects to use City water, it shall arrange
for a meter and tender a $1,073.21 meter deposit with the City. Upon return of the
meter to the City, the deposit will be returned to the Contractor, less a $90 monthly
charge for meter use, a charge for water usage and any 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 provide the City advanced notice a minimum of seven calendar
days prior to 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.
Page 6 of 30
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.
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, including all water used during sawcutting
operations, containing mud, silt or other deleterious material due to the construction of
this project shall be treated by filtration or retention in settling basin(s) sufficient to
prevent such material from migrating into any catch basin, Newport Harbor, the beach,
or the ocean. The Contractor shall also comply with the Construction Runoff Guidance
Manual which is available for review at the Public Works Department or can be found
on the City's website at 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.
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.
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
Page 7 of 30
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
the 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 determined 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 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 submittals, delivery, implementation, maintenance and
removal."
Add Section 7-8.7.2 Steel Plates.
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."
Page 8 of 30
7-10 PUBLIC CONVENIENCE AND SAFETY.
7-10.1 Traffic and Access.
Add to this section: The Contractor shall provide traffic control and access in
accordance with Section 7-10 of the Standard Specifications and the Work Area Traffic
Control Handbook (WATCH), also published by Building News, Inc.
Pedestrian access to all storefronts, offices, residences, etc., within the limits of work
must be maintained at all times. The Contractor shall cooperate with the Engineer to
provide advance notice to any and all establishments whose access will be impacted by
construction operations, particularly sidewalk construction. The Contractor shall furnish
and install signage, barricades, delineators, yellow safety ribbon, and any other
measures deemed necessary by the Engineer to safely direct the public around areas
of construction, and into (and out of) the affected establishments. Such measures shall
be shown on the Detailed Traffic Control Plans (see Section 7-10.3),
7-10.3 Street Closures, Detours and Barricades.
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), 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 reflectorized and/or lighted.
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.
5. At a minimum, the Contractor shall maintain one lane of traffic in each
direction when completing their work.
6. 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
Page 9 of 30
7. 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 "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 7-10.8 Notices to Residents and Temporary Parking
Permits.
7-10.8 Notices to Residents and Temporary Parking Permits.
Ten working days prior to starting work, the Contractor shall deliver a construction
notice to the adjacent residents, within 500 feet of the project, describing the project
and indicating the limits of construction. The City will provide the notice.
Page 10 of 30
Forty-eight hours prior to the start of any construction, the Contractor shall distribute to
the adjacent residents 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 alley, 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. In addition to the forty-eight
hour notice, the Contractor shall hand out two Temporary Parking Permits to each
residence adjacent to the alley construction. The Temporary Parking Permits shall be
filled out and signed by the Engineer and valid during the period of construction of the
adjacent alley only.
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.
Add the following Section 7-15 CONTRACTOR'S LICENSES.
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.
Add the following Section 7-16 CONTRACTOR'S RECORDS/AS-BUILT DRAWINGS.
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
Page 11 of 30
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 4,500 gallons per minute (gpm). 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 Item No. 4 Furnish and Install a
Hydrodynamic Separation Unit by BIO CLEAN (Model NSBB-11-24-125).
SECTION 9 - MEASUREMENT AND PAYMENT
9-3 PAYMENT.
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 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: Work under this item shall include, but not be limited to, all
labor, tools, equipment and material costs for providing bonds, insurance and financing,
preparing and implementing the BMP Plan, preparing and updating construction
schedules, as needed, attending construction progress meetings as needed, and all
other related work as required by the Contract Documents. This bid item shall also
include work to demobilize from the project site including but not limited to site cleanup,
removal of USA markings and providing any required documentation as noted in these
Special Provisions.
Item No. 2 Traffic Control: Work under this item shall include, but not be limited
to, all labor, tools, equipment and material costs for delivering all required notifications
and temporary parking permits, posting signs, covering conflicting existing 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
Page 12 of 30
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 BIO CLEAN
(Model NSBB-11-24-125) with stainless steel screen, BioSorb Hydrocarbon Boom,
Skimboss, sliding lid for screen system, steps, 48" DIA shaft, 48"06" DIA eccentric
cone, 36" DIA risers, 36" DIA in -direct traffic rated manhole frame and cover (installed
per STD -1 12-L and applicable sections of CNBSTD-309-L). 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, installation and operation of storm
drain flow by-pass system, temporary patching or plating, control of storm drain,
subsurface and surface water, backfill, compaction, disposing of excess excavated
materials, installing rock base, steps, 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. 5 Backfill Full Depth with 1 -Sack Slurry 18" Minimum all Around
Structure: Work under this item shall include but not limited to, installing a 1 -sack slurry
all around Hydrodynamic Separation Unit and manhole structure installed under this
contract, and all other work items as required to complete the work in place.
Item No. 6 Sawcut and Remove AC curb and AC Driveway: Work under this
item shall include sawcutting, removing and disposing of the existing curb and driveway
and subgrade compaction, and all other work items as required to complete the work in
place. The existing depth of pavement is approximately 3 inch AC over 4 inch AB.
Item No. 7 Remove, Relocate and Install Temporary and Permanent Irrigation
System: Work under this item shall include, but not be limited to, removing interfering
portions of the existing irrigation system and appurtenances and constructing a
temporary irrigation system and appurtenances during construction, and constructing a
permanent 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 temporary and new service to the existing service,
relocating valves and valve boxes, (match existing) adjusting, lowering and raising the
existing irrigation system as needed. The Contractor shall make sure that the
Page 13 of 30
temporary and permanent 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. 8 Remove Existing, Furnish and Install Sod (Marathon II) 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 Il sod and all other
work items as required to complete the work in place
Item No. 9 Construct P.C.C. Type B Curb: Work under this item shall include
compacting subgrade, constructing P.C.C. curb, including transition from 0" curb face to
6" curb face and necessary transition to match existing AC curb, per CNB STD -182-L,
restoring all existing improvements damaged by the work, and all other work items as
required for performing the work complete and in place.
Item No. 10 Construct 6" Thick P.C.C. Driveway: Work under this item shall
include subgrade compaction, placing 4" SE 30 sand base, constructing the 6 -inch thick
P.C.C. driveway including pavement joints per CNB STD -141-L per plan, restoring all
existing improvements damaged by the work, and all other work items as required to
complete the work in place.
Item No. 11 Provide As -Built Plans: 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 $1,500.00 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."
Add to this section: "Partial payments for mobilization and traffic control shall be
made in accordance with Section 10264 of the California Public Contract Code."
PART 2 - CONSTRUCTION MATERIALS
SECTION 201 CONCRETE MORTAR AND RELATED MATERIALS
201-1 PORTLAND CEMENT CONCRETE.
201-1.1 Requirements.
Page 14 of 30
201-1.1.2 Concrete Specified by Class and Alternate Class.
Add to this section: Portland Cement Concrete for construction shall be Class 560-C-
3250.
201-2 REINFORCEMENT FOR CONCRETE.
201-2.2 Steel Reinforcement,
201-2.2.1 Reinforcing Steel.
Add to this section: Reinforcing steel shall be 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 the 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."
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 212 - LANDSCAPE AND IRRIGATION MATERIALS
212-1 LANDSCAPE MATERIALS.
212-1.1 Topsoil.
Page 15 of 30
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."
Add Section 215 STORM WATER TREATMENT DEVICE.
SECTION 215 - STORM WATER TREATMENT DEVICE.
215-1 GENERAL.
215-1.1 Scope.
The Contractor shall furnish all labor, equipment and materials necessary to install the
dual stage Hydrodynamic Separation Unit (unit) by Bio Clean and appurtenances
specified in the Drawings and these specifications including steps, 48" DIA shaft,
48"x36" DIA eccentric cone, 36" DIA risers, 36" DIA in -direct traffic rated manhole frame
and cover (installed per CNB STD -1 12-L and applicable sections of CNB STD -309-L).
215-1.2 Description.
Page 16 of 30
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.
215-1.3 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. 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
215-1.4 Submittals.
Submittal drawings are to be provided with each order to the Contractor, who in turn will
submit to the Engineer for review.
Submittal drawings are to detail the unit and all components required and the sequence
for installation, including:
1. System configuration with primary dimensions
2. Interior components
3. Any accessory equipment called out on submittal drawings
Inspection and maintenance documentation will be submitted to the Contractor, who in
turn will submit to the Engineer for review.
215-1.5 Work Included.
Specification requirements for installation of unit.
Manufacturer to supply components of the unit(s):
1. Concrete structure (chambers)
2. Internal components
3. Risers, hatches, and manholes including necessary risers
4. Steps
Page 17 of 30
215-1.6 Reference Standards.
STM A 615
Standard Specifications for Deformed and Plain Carbon-Stee
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
215-2 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.
215-2.1 Screening System.
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.
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.
215-2.2 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.
215-2.3 Storm Boom Housing.
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
Page 18 of 30
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
angle beams and welded in place. Storm Boom Housing shall be secured to the
skimmer wall with stainless steel hardware.
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 215-3.1.4.
2. Boom netting shall be 100% polyester with a number 16 sieve size, and
strength tested per ASTM D 3787.
215-2.4 Sediment Removal Chambers.
215-2.4.1 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.
215-2.4.2 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.
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".
215-3 PERFORMANCE.
215-3.1 General.
215-3.1.1 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.
Page 19 of 30
215-3.1.2 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
215-3.2.
215-3.1.3 Hydraulic Capacity.
The unit shall provide a rated hydraulic capacity, which is consistent with governing
water treatment regulations.
215-3.1.4 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 215-
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 215-
2.3.
215-3.1.5 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.
215-3.2 Test Performance.
At a minimum, the unit must meet all of these testing performance standards and have
a Manufactures Performance Certification per 215-5.2:
215-3.2.1 Independent Third Party Testing.
The unit must be tested and verified by a nationally recognized testing protocol and
meet these testing standards;
Approved by New Jersey Corporation for Advanced Technology (NJCAT),
Technology Assessment Protocol — Ecology Program (TAPE), Technology
Page 20 of 30
Acceptance and Reciprocity Partnership (TARP), or Environmental Technology
Verification Program (ETV).
2. Must use a particle size distribution with an average mean of 63 microns (5%
clay / 40% silt / 55% sand). Testing must have been performed with the unit
50% pre -loaded with sediment.
3. At 50% and 100% storage capacity and 125% treatment flow rate the unit must
demonstrate no scouring of previously captured sediment.
215-3.2.2 Full Capture Approval.
Full capture is defined as 100% removal of all materials of a specific size as required by
state and local regulations.
215-3.2.3 Oil and Grease Removal.
The unit must be independently tested by a city or government agency to capture a
minimum of 90% of all oils and grease along with other emulsified and free floating
hydrocarbons.
215-3.2.4 Field Testing.
The unit must be independently field tested by a city or government agency and
demonstrated to remove a minimum of 80% TSS
215-4 EXECUTION.
215-4.1 General.
The installation of the unit shall conform to all applicable national, state, municipal and
local specifications.
215-4.2 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.
215-4.2.1 Grading and Excavation.
The 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 City's 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.
Page 21 of 30
215-4.2.2 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.
215-4.2.3 Backfill.
Shall be placed according to the manufacturer recommendations and per City
standards, and with a minimum of 12" of gravel under all concrete structures.
215-4.2.4 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.
215-4.3 Shipping, Storage and Handling.
215-4.3.1 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.
215-4.3.2 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
borne by the contractor. The unit and all components shall always be stored indoors
and transported inside the original shipping container until the unit is 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.
215-4.4 Maintenance and Inspection.
215-4.4.1 Inspection.
After installation, the contractor shall demonstrate that the unit has been properly
installed at the correct location, elevations, and with appropriate components. All
components associated with the unit and its installation shall be inspected by the
engineer and manufacture at the place of installation. In addition, the contractor shall
demonstrate that the unit has been installed per the manufacturer's specifications and
recommendations.
215-4.4.2 Maintenance.
Page 22 of 30
A Maintenance Manual will be provided to the City from the manufacturer. The manual
shall detail information regarding the maintenance of the unit.
215-4.4.3 Material Disposal.
After installation and before final acceptance by the City 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. Contractor shall
refer to applicable state and local regulations for the proper disposal of toxic and non-
toxic material.
215-5 QUALITY ASSURANCE.
215-5.1 Warranty.
The unit's components shall be guarantee 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.
215-5.2 Performance Certification.
The manufacturer shall submit to the Engineer a "Manufacturer's Performance
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.
PART 3 - CONSTRUCTION METHODS
SECTION 300 - EARTHWORK
300-1 CLEARING AND GRUBBING.
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:
Page 23 of 30
http://newportbeachea.gov/index.asr)x?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 Ailey
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 '% 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 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.
Page 24 of 30
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 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
Page 25 of 30
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."
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
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
Page 26 of 30
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 at locations shown on the plans 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."
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
Page 27 of 30
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 CAUOSHA 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."
306-1.3 Backfill and Densificaiton.
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."
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.
Page 28 of 30
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
K--5cVT=- a
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
Urban Forrester may require the Contractor to formally submit a plan for removing the
large roots to the City for review.
The submittal shall adhere to the following guidelines, if required.
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
Page 29 of 30
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.
Payment for pruning and removing tree roots shall be considered to be included in the
contract price bid for the construction or installation of the items to which pruning and
removing tree roots is required, incidental or appurtenant. Said cost shall include full
compensation for all required labor, materials and arborist, and performing all work as
specified. No other measurement or additional compensation will be allowed therefor.
PART 4
400-2 UNTREATED BASE MATERIALS.
400-2.1 General.
400-2.1.1 Requirements.
Add to this section: "The Contractor shall use crushed miscellaneous base as the base
materials."
Page 30 of 30
City of Newport Beach
Contract No. 5954
G-1
American Geotechnical, Inc.
GEOTECHNICAL ENGINEERING /MATERIALS TESTING & INSPECTION
December 22, 2014
City of Newport Beach
Public Works Engineering Department
100 Civic Center Drive
Newport Beach, CA 92660
Attn: Mr. Benjamin Davis, Associate Engineer
Subject: GEOTECHNICAL REPORT FOR HELIOTROPE AVENUE
Heliotrope Avenue at Bayside Drive
Newport Beach, California
Dear Mr. Davis:
File No. 33602-04
In accordance with your request, American Geotechnical has completed a geotechnical investigation of the
subject project site located at Bayside Drive Park at the northwest corner of Heliotrope Avenue at its
intersection with Bayside Drive in Newport Beach, California. The purpose of this investigation was to
evaluate the site conditions and to make geotechnical recommendations for the proposed stormwater
improvements. Our findings, conclusions, and preliminary recommendations for earthwork are presented
below.
1.0 SCOPE OF WORK
The scope of work performed during this investigation included the following:
• Review of geologic maps and reports prepared by others for the project vicinity;
• Excavation and logging, using visual and tactile methods, of one small -diameter boring;
• Collection of undisturbed and bulk samples of representative materials encountered in the boring;
• Laboratory testing of the selected soil samples;
• Engineering analyses of field and laboratory data, and
• Preparation of this report summarizing our field investigation, laboratory testing, findings,
conclusions and recommendations.
22725 Old Canal Road, Yorba Linda, CA 92887 - (714) 685-3900 - FAX (714) 685-3909
2640 Financial Court, Suite A, San Diego, CA 92117 - (858) 450-4040 - FAX (858) 457-0814
3100 Fite Circle, Suite 103, Sacramento, CA 95827 - (916) 368-2088 - FAX (916) 368.2188
5600 Spring Mountain Road, Suite 201, Las Vegas, NV 89146 - (702) 562-5046 - FAX (702) 562-2457
American Geotechnical, Inc.
File No. 33602-04
December 22, 2014
Page 2
2.0
The project site is situated in an existing park (Bayside Drive Park) located at the northwest corner of the
intersection of Heliotrope Avenue and Bayside Drive as indicated on Plate 1. The park includes an
asphalt driveway which serves residential homes along the northern margin of the park.
3.0 PROPOSED PROJECT
We understand that the project includes storm -drain inlet improvements including installation of a precast
concrete continuous deflective separator (CDS) unit at an existing stormwater catch basin located along
Heliotrope Avenue in Newport Beach, California. We further understand that the invert of the existing
storm drain is approximately 8 -feet below grade and that the CDS unit is to be installed about 10 to 15 feet
below the pipe invert elevation.
4.0
Our subsurface investigation included drilling one (1) small -diameter boring within the asphalt driveway of
the project site on December 14, 2014, at the approximate location shown on Plate 2. The boring was
drilled using an 8 -inch diameter hollow -stem auger drill rig under the observation of a State of California
Certified Engineering Geologist. The materials encountered in Boring AGSB-1 consisted of approximately
4-1/2 feet of moist, firm, dark brown gravelly sandy clay (fill soils) overlying native alluvial sediments
composed of moist, stiff, dark brown clayey gravely sand to a depth of 7 feet below the ground surface.
These sediments were underlain by alluvial deposits composed of dense clayey gravel (with large rock
fragments), stiff sandy clay, dense clayey sand, gravelly clay, and clay deposits to a depth of 31 feet (limits
of sampling). A very dense caliche lense was encountered between 13 to 15 feet which was very hard to
drill through with the drill rig. Groundwater was not encountered in the boring at the time of drilling.
The soil boring was backfilled with soil cuttings derived from the drilling activities. The asphalt core was
patched with "cold patch asphalt" to match the existing driveway surface conditions.
®American Geotechnical, Inc.
File No. 33602-04
December 22, 2014
Page 3
The boring was logged by our field personnel using both visual and tactile methods. A detailed log of the
boring is presented in Appendix B. Representative samples of the subsurface materials were collected
and forwarded to the laboratory for the purpose of estimating material properties for use in subsequent
engineering evaluations.
5.0 SITE GEOLOGY AND SEISMIC HAZARDS
Available geologic publications (see Appendix A) indicate that the project site is underlain by Quaternary -
age terrace deposits (undifferentiated marine and non -marine sands, silts, gravels) overlying Tertiary -age
Monterey formation (light -gray to gray -brown shale and siltstone). The sediments encountered in the soil
boring below 7 feet appear to be consistent with the published descriptions of the Quaternary -age terrace
deposits and not representative of the Monterey formation sediments..
There are no faults mapped across the project site; however, the site, like most of southern California, is
situated within a seismically active region. The closest active fault to the project site is the offshore
segment of the Newport -Inglewood Fault located approximately 2.6 miles to the south. A summary of the
local faults, the distances to the project site, estimated maximum magnitude earthquake, and estimated
ground movement at the site resulting from an earthquake along each of these faults is included in
Appendix C. A summary of the nearby faults (within 20 miles of the project site) is summarized in Table 1
below:
TABLE 1
SUMMARY OF FAULT CHARACTERIZATIONS
APPROXIMATE
MAXIMUM
FAULT
DISTANCE FROM
TYPE OF FAULT
EARTH4UAKE
SITE
MAGNITUDE (Mw}
Newport -Inglewood
2.6 miles
Right - Reverse
6.9
(Offshore Segment)
Newport -Inglewood
3.5 miles
Right Lateral -
6.9
(L.A. Basin Segment)
Reverse
Compton Thrust
12.7 miles
Thrust
6.8
Palos Verdes
14.2 miles
Thrust
7.1
Elysian Park Thrust
18.5 miles
Thrust
6.7
American Geotechnical, Inc.
File No. 33602-04
December 22, 2014
Page 4
Note: Data derived from EQFault Analysis
Seismic hazards for any site in southern California include primary hazards (ground rupture and ground
shaking) and secondary hazards (liquefaction, ground settlement, lurch cracking, lateral spreading, and
landslides). The primary and secondary hazards for the project site are addressed below:
Fault Rupture
Surface rupture occurs when movement on a fault breaks through to the surface. The rupture
almost always follows preexisting faults, which are zones of weakness, and may occur suddenly
during an earthquake or slowly in the form of fault creep. Sudden displacements are more
damaging to structures because they are accompanied by shaking. The project area is not located
within an Alquist-Priolo Earthquake Fault Zone, and no active faults are mapped to pass through
the project site. Therefore, the risk of ground surface fault rupture at the project site is low.
Ground Shaking
The intensity of the seismic shaking or strong ground motion at the project site during an
earthquake depends on the distance between the project area and the epicenter of the
earthquake, the magnitude of the earthquake, and the geologic conditions underlying and
surrounding the site. Earthquakes occurring on faults closest to the project site would most likely
generate the largest ground motions within the project area.
The EQFault analysis (Appendix C) estimates that the degree of ground shaking reported as peak
ground acceleration (%g) at the project site would be 0.477g. This data suggests that the project
site is at moderate to high risk of experiencing strong to intense ground shaking for future
earthquakes along the local active faults.
Liquefaction and Differential Compaction
Liquefaction is a phenomenon in which saturated granular sediments temporarily lose their shear
strength during periods of earthquake -induced strong ground shaking. The susceptibility of a site
to liquefaction is a function of the depth, density, and water content of the sediments and the
magnitude of an earthquake. Saturated, unconsolidated silts, sands, silty sands, and gravels
within 50 feet of the ground surface are most susceptible to liquefaction. Typical effects of
American Geotechnical, Inc.
File No. 33602-04
December 22, 2014
Page 5
liquefaction include loss of bearing strength, lateral spreading, and settlement. Differential
compaction occurs when unsaturated, cohesionless soil is densified by earthquake vibrations,
causing differential settlement.
The sediments beneath the project site consist of stiff to dense clay, clayey gravels, and clayey
sands and gravels, and the information obtained from the State of California Geotracker Database
indicates that water levels in the project area exceed a depth of 50 feet below the ground surface;
therefore, the project site has a low susceptibility for liquefaction.
The general nature of the underlying unconsolidated alluvial sediments consist of interbedded
lenses of rock fragments, river gravels, sand, and clayey sand and are considered to have a low to
moderate potential for differential compaction during an earthquake.
Earthquake -induced Lurch Cracking, Lateral Spreading, and Landslides
The project site is situated within a generally flat to gently sloping portion of the property; and
therefore, the project site has a low susceptibility for lurch cracking, lateral spreading, or landslide
activity during a strong earthquake event.
Tsunamis and Seiches
The project site is not adjacent or proximal to any open bodies of water; therefore, the project site
has a low susceptibility for inundation from tsunamis or seiches.
6.0 LABORATORY TESTING
Laboratory testing was performed on samples collected during our field exploration. Samples were tested
for the purpose of estimating material properties for use in the subsequent engineering evaluation. Tests
included in-situ moisture/density, maximum density and optimum moisture content, collapse/swell
potential, direct shear, and chemical tests. A summary of our laboratory test results is presented in
Appendix D.
American Geotechnical, Inc.
File No. 33602-04
December 22, 2014
Page 6
7.0 CONCLUSIONS AND RECOMMENDATIONS
Geotechnical exploration, analyses, experience, and judgment result in the conclusion that the proposed
site improvements are geotechnically feasible. It is our opinion that the site can be improved without
hazard of landslide, slippage, or damaging settlement, and improvements can occur without similar
adverse impact on adjoining properties. Realizing this expectation will require adherence to good
construction practice, agency and code requirements, the recommendations in this report, and possible
addendum recommendations made after plan review and at the time of construction.
7.1 Seismic Design Parameters
The closest known active fault to the site is the Newport -Inglewood Fault, located approximately 2.6 miles
to the south. The following seismic design parameters, based the 2013 Edition of the California Building
Code (CBC), Chapter 16, Section 1613, are provided below for consideration in the design.
1. Site Class
IC
2. Mapped spectral accelerations
• SS (for short periods) 1.699
e S, (for 1 -second period) 0.622
3. Site adjusted spectral accelerations
• Sms (for short periods) 1.699
• SM, (for 1 -second period) 0.933
4, Design spectral accelerations
Sos (for short periods) 1.133
• Scl(for 1 -second period) 0.622
It should be realized that the purpose of the seismic design, utilizing the above parameters, is to safeguard
against major structural failures and loss of life, but not to prevent damage altogether. Even if the structural
engineer provides designs in accordance with the applicable codes for seismic design, the possibility of
damage cannot be ruled out if moderate to strong shaking occurs as a result of a large earthquake. This is
the case for essentially all structures in southern California.
American Geotechnical, Inc.
File No. 33602-04
December 22, 2014
Page 7
7.2 Gradin
General
It is anticipated that the proposed construction will require grading at the site. When grading is conducted,
it should be done in accordance with good construction practices, minimum code requirements, and the
recommendations to follow. General guidelines for grading projects are also provided in Appendix E.
Site Preparation and Grading
Prior to the start of grading operations, utility lines within the project area, if any, should be located and
marked in the field so they can be rerouted or protected during site development. All debris and
perishable material should be removed from the site. Based on available information, the proposed
construction may require approximately 20 -feet deep temporary excavation. The contractor should
provide temporary construction slopes, sheeting, and bracing as necessary to protect workers in the
excavation. Our investigation indicates that the site is underlain by unconsolidated alluvial sediments
consisting of interbedded lenses of dense clayey gravel (with large rock fragments), stiff sandy clay, dense
clayey sand, gravelly clay, and clay deposits, and as such steep excavations may be subject to caving.
Temporary cut slopes up to approximately 1.5:1 (horizontal to vertical) in steepness should be stable. We
recommend that the excavation be performed under continuous geotechnical inspection and monitored
throughout the construction period. Care should be taken to remove loose material from the top and sides
of the excavation. The contractor should take appropriate action to maintain safe working conditions.
We recommend that the stormwater separator pad be over -excavated by a minimum of 1 foot and
backfilled with imported 3/4 inch crushed rock. Prior to the placement of the crushed rock, the upper 6 to
8 inches of the surface soil exposed by the over -excavation should be scarified, moisture -conditioned to 2
to 3 percent over optimum moisture content, and compacted to minimum 90 percent relative compaction.'
If localized areas of relatively loose soil prevent proper compaction, additional removal/over-excavation
and re -compaction will be necessary. The crushed rock to be placed over the finished subgrade should
be properly compacted.
' Relative compaction refers to the ratio of the in-place dry density of soil to the maximum dry density of the same material as obtained by the
"modified proctor" (ASTM D1557) test procedure.
American Geotechnical, Inc.
File No. 33602-04
December 22, 2014
Page 8
All grading should be conducted in accordance with the applicable codes, agency requirements, the
aforementioned recommendations, and the grading guidelines which accompany this report as mentioned
above.
Temporary Excavation and Shoring
Approximately 20 feet deep temporary excavation is anticipated for the project. We recommend that the
temporary excavation slopes not be steeper than 1.5:1 (horizontal to vertical). If excavations with vertical
walls are planned, temporary shoring should be designed and implemented at the site. The
recommended lateral active and passive pressures for the cantilevered shoring are 40 pcf and 300 pcf,
respectively. In addition to the earth pressures, applicable surcharge loads should also be considered in
the shoring design. Where excavations undermine existing improvements, such as the existing walls, etc.,
temporary structural support should be provided to reduce the risk of damage resulting from undercutting.
7.3 Preliminary Foundation Recommendations
General
Minimum criteria for the design of foundations applicable to the project are provided below. The criteria
should not be considered as substitutes for actual designs by the structural engineer. The structural
engineer should analyze the actual soil -structure interaction and consider, as needed, bearing, expansive
soil influence, strength, stiffness, and deflections in the various slab, foundation, and other elements of the
structure, in order to develop appropriate, design -specific details. As conditions dictate, it is possible that
other influences will also have to be considered. The structural engineer should consider all applicable
codes and authoritative sources where needed. If analyses by the structural engineer result in less critical
details than are provided herein as minimums, the minimums presented herein should be adopted. It is
considered likely that some, more restrictive details will be required. If the structural engineer has any
questions or requires further assistance, please do not hesitate to call or otherwise transmit the engineer's
requests.
American Geotechnical, Inc.
File No. 33602-04
December 22, 2014
Page 9
Foundation Design
The proposed subsurface structure may be supported on a structural (mat) slab foundation. The structural
slab system can be constructed on compacted crushed rock placed at the bottom of the excavation. The
following design values should be utilized in the design by the structural engineer;
Allowable bearing capacity ............................. ................... ..................................... ..... ...2,200 psf
Allowable Passive Pressure..............................................................................................300 pcf
Allowable friction coefficient.....................................................................................................0.4
Soil Modulus of subgrade reaction....................................................................................100 pci
Settlement/Heave
Consolidation settlement is not anticipated due to excavation of soil. In fact, a net loss of confining
pressure due to excavation of soil will result in heaving. The anticipated potential heave is less than 1/2
inch. It should also be realized that some of this heave will occur during construction. For design
purposes, we recommend that a total and differential movements of 1/2 and 1/4 inch, respectively be
utilized.
Even though the consolidation settlement/heave is not anticipated to be a significant factor in the design,
settlement due to hydro -consolidation of predominantly granular terrace deposits underlying the site may
impact the future performance. Hydro -consolidation occurs when the soil becomes saturated. Since the
proposed buried structure will be filled with water, we recommend that efforts be taken not to allow water
to leak into the subgrade. We recommend that a waterproofing system below the foundation slab as well
as side walls be designed and implemented.
7.4 Lateral Earth Pressure
The side walls of the water storage structure should be designed to resist the lateral earth pressure of 50
pounds per cubic foot (pcf) for level backfill conditions. If the structure is restrained at the top, an at -rest
earth pressure of 70 pcf should be utilized in the design. The allowable passive pressure is 300 pcf.
Appropriate allowances should be made for anticipated surcharge loading. It is assumed that the project
engineer will incorporate an appropriately designed wall backdrain system for the purpose of mitigating
American Geotechnical, Inc.
File No. 33602-04
December 22, 2014
Page 10
potential for hydrostatic and/or seepage forces. It is also assumed that the walls are backfilled with
predominantly granular, non -expansive materials. The uppermost 1.0 to 1.5 feet should be backfilled with
more cohesive material to minimize surface infiltration.
For seismic loading conditions, an additional seismic earth pressure of 20 pcf should be added to the
static earth pressures given above. It should be noted that the static earth pressures have a triangular
distribution, with the largest pressure occurring at the bottom of the wall, while the seismic earth pressure
is applied as an inverted triangle, with a largest pressure at the top of the wall. For simplicity, the seismic
earth pressure can be applied as a uniform pressure equal to 10 times H, where H is the retaining height.
It should be pointed out that the use of heavy compaction equipment in close proximity to the retaining
walls can result in excess wall movement and/or soil loadings exceeding the design values. in this regard,
care should be taken during the backfilling operations.
7.5 Concrete
Laboratory testing indicated that the surface soil at the site has low levels of sulfates, and as such no
special sulfate resistant concrete mix design is required. However, we recommend that low -permeable
concrete be utilized for the project. For this purpose, the water -to -cement ratio in the concrete should be
limited to 0.5 (0.45 preferred). Use of utilizing Type V cement is also preferred. Limited use (subject to
approval of mix designs) of a water -reducing agent may be included to increase workability. The concrete
should be properly cured to minimize risk of shrinkage cracking. One -inch hard rock mixes are
recommended. Pea -gravel mixes are specifically not recommended but could be utilized for relatively
non-critical improvements (e.g., flatwork) and other improvements provided the mix designs consider
limiting shrinkage. Contractors/other designers should take care in all aspects of designing mixes,
detailing, placing, finishing, and curing concrete. The mix designers and contractor are advised to
consider all available steps to reduce cracking. The use of shrinkage compensating cement or fiber
reinforcing should be considered. Mix designs proposed by the contractor should be considered subject
to review by the project engineer.
7.6 Corrosion Potential
In addition to sulfate tests, Chloride, pH, and resistivity tests on near -surface site soil were performed.
Results of these tests are presented in Appendix D. Test results indicate significant risk of corrosion to
American Geotechnical, Inc.
File No. 33602-04
December 22, 2014
Page 11
buried metals indicated by low resistivity values. Appropriate design considerations should be made for
the risk of damage from this corrosion.
7.7 Plan Review
When detailed grading and structural plans are developed, they should be forwarded to this office for
review and comment.
7.8 Agency Review
All soil, geologic, and structural aspects of the proposed development are subject to the review and
approval of the governing agency(s). It should be recognized that the governing agency(s) could dictate
the manner in which the project proceeds. They could approve or deny any aspect of the proposed
improvements and/or could dictate which foundation and grading options are acceptable.
7.9 Field Construction Review
During construction, a number of reviews by this office are recommended to verify the site geotechnical
conditions and conformance with the intentions of the recommendations for construction. Although not all
possible geotechnical observation and testing services are required by the City, the more site reviews
requested, the lower the risk of future problems. The following site reviews are advised, some of which
will probably be required by the agencies.
Preconstruction/pregrading meeting......................................................... Advised
Periodic soil and geologic observation and testing during any grading ....Required
Foundationexcavation............................................................................Required
Reinforcement for slab/foundations.......................................................... Advised
Unless otherwise agreed to in writing, all supplemental consulting services will be provided on an as -
needed, time -and -expense fee schedule basis.
American Geotechnical, Inc.
File No. 33602-04
December 22, 2014
Page 12
8.0 REMARKS
Only a portion of subsurface conditions have been reviewed and evaluated. Conclusions,
recommendations, and other information contained in this report are based upon the assumption that
subsurface conditions do not vary appreciably between and adjacent to the observation points. Although
no significant variation is anticipated, it must be recognized that variations can occur.
This report has been prepared for the sole use and benefit of our client. The intent of this report is to
advise our client on geotechnical matters involving the proposed improvements. It should be understood
that the geotechnical consulting provided and the contents of this report are not perfect. Any errors or
omissions noted by any party reviewing this report and/or any other geotechnical aspect of the project
should be reported to this office in a timely fashion. The client is the only party intended by this office to
directly receive the advice. Subsequent use of this report can only be authorized by the client. Any
transferring of information or other directed use by the client should be considered "advice by the client."
Geotechnical engineering is characterized by uncertainty. Geotechnical engineering is often described as
an inexact science or art. Conclusions and recommendations presented herein are based upon the
evaluation of technical information gathered, experience, and professional judgment. The conclusions
and recommendations presented should be considered "advice."
Other consultants could arrive at different conclusions and recommendations. Typically, "minimum"
recommendations have been presented. Although some risk will always remain, lower risk of future
problems would usually result if more restrictive criteria were adopted. Final decisions on matters
presented are the responsibility of the client and/or the governing agencies. No warranties in any respect
are made as to the performance of the project.
American Geotechnical, Inc.
File No. 33602.04
December 22, 2014
Page 13
The opportunity to work with you on this project has been greatly appreciated. Should you have any
questions regarding the contents of this report, please do not hesitate to contact our office.
Respectfully submitted,
AM
Aru
Prir
G.E
Enclosures:
Plates 1-2
Appendix A — References
Appendix B — Boring Log
Appendix C — EQFault Data
Appendix D — Summary of Laboratory Data
Appendix E — Geotechnical Guidelines for Grading
Projects
Distribution: Addressee (Regular Mail and Email: bdavis@newportbeachca.pov)
wpdata/OCf 33602-04.AA.CG.Dec 22 2014.Stormwaterlmprovements
22725 Old
American
Geotechnical, Inc.
anal Road, Yorba Linda, CA 9;
) 585-3900, Fax: (714) 685.34
CITY OF NEWPORT BEACH
STORMDRAIN IMPROVEMENTS
HELIOTROPE AVENUE
NEWPORT BEACH, CA
PROJECT SITE MAP
F.N. 33602.04 1 December, 201
Plate 1
INAmerican
Geotechnical, Inc.
PZ2)s MoIba LU
io-714w-3 JMW3.1
CITY OF NEWPORT BEACH STORM DRAW IMPPWEMENTS
HELIOTROPEAVEME
NEWPORT REACH. CA
LEGEND
OO INDICATES APPROX LOCATION OF SOIL BORING
PROJECT SITE PLAN
F.N. 3360204 ' D..RbeC 2014
Plate 2
T
AGS61
l
W
a
o
0
W -
x
INAmerican
Geotechnical, Inc.
PZ2)s MoIba LU
io-714w-3 JMW3.1
CITY OF NEWPORT BEACH STORM DRAW IMPPWEMENTS
HELIOTROPEAVEME
NEWPORT REACH. CA
LEGEND
OO INDICATES APPROX LOCATION OF SOIL BORING
PROJECT SITE PLAN
F.N. 3360204 ' D..RbeC 2014
Plate 2