Loading...
HomeMy WebLinkAboutC-1600 - Street improvements, Ford Road, Jamboree, MacArthur BoulevardA TO: CITY CLERK FROM: Public Works Department w October 10, 1975 SUBJECT: FORD ROAD IMPROVEMENTS- IAMBOREE ROAD TO 560 FEET WESTERLY OF MacARTHUR BOULEVARD (01600) Laura: /�) 4 Attached are six (6) full releases on Stop Notices filed on the subject project. _Oae StQp..NQtice remains. .in.force, that of The_.. Brokerage against E. L. White Co., Inc. for $700.00. —�,,,4 0"k1 - If you have any questions concerning this matter please give me a call on X 196. `5Steve Bucknam Jr. Project Manager SB:hh Attachments /'o 1. RECORDING REQUESTED BY: WHEN RECORDED MAIL TO: 0 FULL RELEASE (Complaint to Enforce Stop Notice and Stop Notice) FROM: WESLEY J. FOSTER dba W. J. FOSTER CONSTRUCTION COMPANY TO: E. L. WHITE CO., INC., a corporation; J. F. SHEA CO., INC., a corporation; CITY OF NEWPORT BEACH, a municipal corporation; FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY, a corporation; and DOES 1 to 50, inclusive. Work of Improvement Site: Ford Road located between MacArthur Boulevard and Jamboree Road under City of Newport Beach Contract No. 1600, AHFP Project No. 745. The undersigned, WESLEY J. FOSTER, has been paid the sum of $21,151.33, and has waived any further lien claim for labor, services, equipment and materials supplied to the above - described work of improvement, and hereby releases its Stop Notice dated February 14, 1975, in Orange County, and served upon the parties hereinabove. DATED: October 2, 1975. STATE OF CALIFORNIA ) ss COUNTY OF ORANGE ) WESLEY J. FOSTER dba W. J. FOSTER CONSTRUCTION.FQMM AL\ By!--L WESLEY J. FOSTER i On October 2, 1975, before me, the undersigned, a Notary Public in and for said State, personally appeared WESLEY J. FOSTER, known to me to be the authorized agent for W. J. FOSTER CONSTRUCTION COMPANY that executed the within instrument on behalf of the company therein named, and acknowledged to me that such company executed the within instrument. WITNESS my hand and official seal. OFFICIAL SEAL r� STEPHANIE D. PARISE i+wp' NOTARY PUBLIC CALIFORNIA = - of � K t PRINCIPAL OFFICE IN Notary Public In and for said ORANGE COUNTY 3 My Commission Expires Sapt. 4, 1978 County and State —1— 0 0 RELEASE AND PAYMENT AFFIDAVIT FOR AND IN CONSIDERATION of the payment to the under- signed of the sum of $ 661.50 , the receipt of which is hereby acknowledged, the undersigned CHARLES E. WRIGHT, does hereby release and discharge WESLEY J. FOSTER doing business as W. J. FOSTER CONSTRUCTION COMPANY, E. L. WHITE CO., INC., J. F. SHEA CO., INC. and CITY OF NEWPORT BEACH, and their officers, employees, successors, and assigns from all claims, damages and causes of action that now exist or that might subsequently accrue to the undersigned by reason of any matter growing out of or connected with the furnishing of labor, equipment and /or materials by the undersigned for the construction of a project designated as "Ford Road Project, City of Newport Beach, California." It is the purpose of this release to forever settle, adjust and discharge all claims of whatsoever kind or nature which the undersigned now has or may have against the parties heretofore mentioned arising out of or connected with said project. The undersigned for the purpose of inducing payment of the aforesaid sum avers and declares, under penalty of perjury, that the undersigned has paid in full all laborers and material- men supplying the undersigned with labor or materials furnished for and incorporated in said project., DATED: October 1975. CHARLES E. WRIGHT Subscribed and sworn to before me this _3 day of October, 1975. zz-/ //Xr,,L� Notary Public In and For ty�qcou of Orange, State of California -1- nnxlxwlxlxnnx®OFFICIA 1111 SEAL llnlxmxmpnE OFFICIAL SEAL W. PATRICK O'KEFFEI 1R. a NOTARY PUBLIC CALIFORNIA a PRINCIPAL OFFICE IN ORANGE COUNTY 5 my Commission Expires h17 25, 1979 @y YIIX 11111X1 YI IIII IIIIIIYI, tlI1XY111p111111NI111111xNIn11YYIl4Y1N IININ N1Yylllgh 0 RELEASE AND PAYMENT AFFIDAVIT FOR AND IN CONSIDERATION of the payment to the under- signed of the sum of $ 198.00 the receipt of which is hereby acknowledged, the undersigned WIMMERS WATER TRUCK, does hereby release and discharge WESLEY J. FOSTER doing business as W. J. FOSTER CONSTRUCTION COMPANY, E. L. WHITE CO., INC., J. F. SHEA CO., INC. and CITY OF NEWPORT BEACH, and their officers, employees, successors, and assigns from all claims, damages and causes of action that now exist or that might subsequently accrue to the undersigned by reason of any matter growing out of or connected with the furnishing of labor, equipment and /or materials by the undersigned for the construction of a project designated as "Ford Road Project, City of Newport Beach, California." It is the purpose of this release to forever settle, adjust and discharge all claims of whatsoever kind or nature which the undersigned now has or may have against the parties heretofore mentioned arising out of or connected with said project. The undersigned for the purpose of inducing payment of the aforesaid sum avers and declares, under penalty of perjury, that the undersigned has paid in full all laborers and material- men supplying the undersigned with labor or materials furnished for and incorporated in said project., DATED: October 3, 1975. WIMMERS WATER TRUCK BYY - *° Subscribed and sworn to before me this Zvc day of October, 1975. Notary Piib�ic In and For the County of Orange, State of California OFFICIAL SEAL PEPI HELM LE ! � cana NOTARY PUBLIC - CALIFORNIA j� GRANGE CCUNtY —1- ryr cam m. expires JAN % 19793 0 �. 6 37, :� RELEASE AND PAYMENT AFFIDAVIT FOR AND IN CONSIDERATION of the payment to the under- signed of the sum of $ 2,637.28 , the receipt of which is hereby acknowledged, the undersigned CROOKS TRUCKING & EQUIPMENT, does hereby release and discharge WESLEY J. FOSTER doing business as W. J. FOSTER CONSTRUCTION COMPANY, E. L. WHITE CO., INC., J. F. SHEA CO., INC. and CITY OF NEWPORT BEACH, and their officers, employees, successors, and assigns from all claims, damages and causes of action that now exist or that might subsequently accrue to the undersigned by reason of any matter growing out of or connected with the furnishing of labor, equipment and /or materials by the undersigned for the construction of a project designated as "Ford Road Project, City of Newport Beach, California." It is the purpose of this release to forever settle, adjust and discharge all claims of whatsoever kind or nature which the undersigned now has or may have against the parties heretofore mentioned arising out of or connected with said project. The undersigned for the purpose of inducing payment of the aforesaid sum avers and declares, under penalty of perjury, that the undersigned has paid in full all laborers and material- men supplying the undersigned with labor or materials furnished for and incorporated in said project. DATED: October, 1975. CROOKS TRUCKING & EQUIPMENT BY: Subscribed and sworn to before me this day of October, 1975. Notary Public In and For the County of Orange, State of California I -1- r E V u E N Z r 7 O co E Lo 0 • STATE OF CALIFORNIA COUNTY OF—ORANGE }ss. on October 3_ 97 1_5_ _ _. - _, before me said State, personally , the undersigned, a Notary Puhlic in and for JOHN S. PARISE to be the person whose name is subscrib:d to the within instrument, os a witness thereto P who nbe ng by meoduly me sworn, deposed and said: That he resides in___— Orange COUR that he was ___R'._O13ER_T present and saw__.._ __ -" "-- - - - - - Personally known to him to be the same person described in and who executed the said within instrument, part ._. —. ._ _ __ .therero, sign, seal and delis, the same and that the said_._ .__ROBERT._C._ CROOKS_ duly acknowledged in the presence of said affani that- executed he executed the same, and that he, the said ofAant, thereupon ar his _ ------request, equest, subscri hi name a:6 w' ne s erero. WITNESS my —rd od offc •// Signature �`' Name (Typed or Prince,-; R O;r'�F "Ag7 r z - _ Y�Ml�i..ZALFCOie�,M aaa �O, T —^ - OFFICIAL SEAL W. PATRICK TKEEFE, JR. NOTARY 1, :ALIFORNIA GRMCI r:'.E IN OR:A: CE .0 -1.1TY My Commission Ecpi c July 25, 1979 lelrc aa�s�A. "his moa far of!idal notarial sea 1L. I A RELEASE AND PAYMENT AFFIDAVIT a FOR AND IN CONS IDERATIOiF of...the •payment to the under- ' Sts 20 signed of the sum of $ receipt of which is hereby acknowledged, the undersigned HUNTINGTON BEACH EQUIPMENT RENTALS, does hereby release and discharge WESLEY J. FOSTER doing business as W. J. FOSTER CONSTRUCTION COMPANY, E. L. WHITE CO., INC., J. F. SHEA CO., INC. and CITY OF NEWPORT BEACH, and their officers, employees, successors, and assigns from all claims, damages and causes of action that now exist or that might subsequently accrue to the undersigned by reason of any matter growing out of or connected with the furnishing of labor, equipment and /or materials by the undersigned for the construction of a project designated as "Ford Road Project, City of Newport Beach, California." It is the purpose of this release to forever settle, adjust and discharge all claims of whatsoever kind or nature which the undersigned now has or may have against the parties heretofore mentioned arising out of or connected with said project. The undersigned for the purpose of inducing payment of the aforesaid sum avers and declares, under penalty of perjury, that the undersigned has paid in full all laborers and material- men supplying the undersigned with labor or materials furnished for and incorporated in said project., HUNTINGTON BEACH EQUIPMENT DATED: October 3 , 1975. RENTALS, INC. BY�o/� Subscribed and sworn to before' me this ,I_ day of October, 1975. Notary Public In and For tw Coun y of Orange, State of California -1- FQ 01FFICIAt SEAL SEAL NOTn�r. UCiI : CALIWRNIA FRL_C:VUL OFFICE IN 0RA " -GE COUNTY My Commission Expires July 25, 1979 inx�muxmxHMUtnunuumwwnui ••.,•........••.•uwtuu,.nuw xumrxnn�.nw 0 0 RELEASE AND PAYMENT AFFIDAVIT FOR AND IN CONSIDERATION of the payment to the under- signed of the sum of $3,708.50 , the receipt of which is hereby acknowledged, the undersigned M. H. COOK PIPELINE, does hereby release and discharge WESLEY J. FOSTER doing business as W. J. FOSTER CONSTRUCTION COMPANY, E. L. WHITE CO., INC., J. F. SHEA CO., INC, and CITY OF NEWPORT BEACH, and Their officers, employees, successors, and assigns from all claims, damages and causes of action that now exist or that might subsequently accrue to the undersigned by reason of any matter growing out of or connected with the furnishing of labor, equipment and /or materials by the undersigned for the construction of a project designated as "Ford Road Project, City of Newport Beach, California." It is the purpose of this release to forever settle, adjust and discharge all claims of whatsoever kind or nature which the undersigned now has or may have against the parties heretofore mentioned arising out of or connected with said project. The undersigned for the purpose of inducing payment of the aforesaid sum avers and declares, under penalty of perjury, that the undersigned has paid in full all laborers and material- men supplying the undersigned with labor or materials furnished for and incorporated in said project., DATED: October "� , 1975. M. H. COOK PIPELINE BY: 64 Subscribed and sworn to before me this ,3 dday� of October, 1975. Notary Public In and For he o ty of Orange, State of California -1- INp111MANI11HIIlOWWO111110...... 11 111 11 111IIIIIIII........ .........IIY IIIIIO OFFICIAL SEAL W. PATRICK O'KEEF% 1& NOTARY PUBLIC CALIRX MA PRINCIPAL OFFICE IN ORANGE COUNTY 9 My Commission Ex*os July 25, 1919 WIMNx�wummwwnxnnnmuumNwuuWMYlxnunnumn • RELEASE AND PAYMENT AFFIDAVIT FOR AND IN CONSIDERATION of the payment to the under- signed of the sum of $700.00, the receipt of which is hereby acknowledged, the undersigned, The Brokerage, does hereby release and discharge E. L. White Co., Inc., J. F. Shea Co., and the City of Newport Beach, and their officers, employees, successors, and assigns from all claims, damages and causes of action that now exist or that might subsequently accrue to the undersigned by reason of any matter growing out of or connected with the furnishing of labor, equipment and /or materials by the undersigned for the construction of a project designated as "Ford Road Project, City of Newport Beach, California." It is the purpose of this release to forever settle, adjust and discharge all claims of whatsoever kind or nature which the undersigned now has or may have against the parties heretofore mentioned arising out of or connected with said project. The undersigned for the purpose of inducing payment of the aforesaid sum avers and declares, under penalty of perjury, that the undersigned has paid in full all laborers and material - men supplying the undersigned with labor or materials furnished for and incorporated in said project. DATED: December 2, 1975 THE BROKERAGE, A General Partnership By Subscribed and sworn to oebe ' f *I" aoo ecemerq A-- L4 \C F6t 8 e v S. CEGLf4 e IN NOraTy "YUDEIC- in, anw, ;.,e.: for said State w..P A;;.; STOP NOTICE NOTICE TO WITHHOLD TO HOLDER OF FUNDS TO: City of Newport Beaah (Public ';forks ) (Name of owner, construction lender or public officer) 3300 Newport Blvd. Newport Beach, Calif. HOLDER OF FUNDS, (Address of owner or construction lender) YOU ARE HEREBY NOTIFIED THAT the undersigned claimant, (Name and address) has furnished or has agreed to furnish nna rot ed nncl mnintnineri PfI,;n_ aarth moving (labor, services, equipment, )materials) of the following kind rvlotnr arnrder (general description of labor, services, equipment or materials) to or for F I �'Ih i t a rn - for the work improvement, located at, or known as: (name of person to or for whom furnished) (address, legal description, description of site or project identification) The amount in value of the whole agreed to be done or furnished by claimant is $ 700.00 The amount in value of that already done or furnished by claimant is $ 700 .00 Claimant has been paid the sum of $ —0— , and there remains due and unpaid the sum of $ 700 _00 plus interest thereon at the rate of-----7%—per cent per annum from bdnrrh PA , YOU ARE HEREBY NOTIFIED TO WITHHOLD SUFFICIENT FUNDS TO SATISFY THIS CLAIM WITH INTEREST. Dated: Aug . 19 t 19 75 STATE OF CALIFORNIA COUNTY OF Orange ss. The Brnkernya Name of Claimant 1704 Sn Santa Fe St Santa A1na Address of Claimant Gilbert Drury, partner , and says: That ale is the perso*) who signed the foregoing Stop Notice; that—zshe has read the same and k to be true of his own knowledge, except as to any matters or things that may therein be stated on his— i as to those matters and things 3i—he believes them to be true. Subscribed and sworn to before me this 19th day of Au s 19 75 - Notary Public and in ak for said State Gilbert Drury '�' e'+ 4!' N COPIES SENT 10; f ❑ Mavar j j"j manager il V" Ui, lector 1915 �Gin e���r E] Councilmen o. 0FFIr"TAI cr. AT �y a M. E. KENNEDY ® '^ NOTARY PUBLIC- CALIFORNIA ORANGE COUNTY Mycommission Expires Mar. 15,1976 Tbb standard foam coven matt uaaal ptotdemt fo the Bold Indicated. Hefm Tou efEut nod ft, BII fu alt bhntu, STOP NOTICE sad make chimsm pmper b lour Lanfactlw. Cootult •sawym ff ym doWn the fomss 8tum for your yuspate. WOLCOTTE FORM 894—Ray. 2.72 0 August 11, 1975 J. F. Shea Co., Inc. 655 Brea Canyon Road Walnut, CA 91789 0 Subjeck¢ Surety . Fireman's _,nsurance Co. of Newark, N. J. Bonds No. : BND 1948995 Project : Ford Road Widening, Jamboree to MacArthur Contract No.: 1600 The City Council on July 28, 1975 accepted the work of subject project and authorised the City Clark to file a Notice of Comple- tion and to release the bonds 35 days after Notice of Completion has been filed. Notice of Completion was filed with the Orange County Recorder on July 30, 1975, in Book 11470, Page 979. Please notify your surety eomppx:y that bonds any be released 35 days after recording date. Laura Lagios, CHC City Clerk LL: ask cc: Public Works Department .ASE RETURN To: REQ ESRDING LAURA LAGIOS, CITY CLERK TED By CITY OF NEWPORT REACH 3300 NEWPORT P�Oil.EVARD NEWPORT CEACH CALIF. 92660 30671 • EXEMPT C8 NOTICE OF COMPLETION PUBLIC WORKS BW 1147OPG 979 RECORDED IN OFFICIAL REBtlN®I§ OF ORANGE COUNTY, CALIrMI NfA 9:05 A.M. JUL SO 1976 J. WYLIE CARLYLL, To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on April 25, 1975 the Public Works project consisting of 'Ford Road Widening, Jamboree to MacArthur on which J. F. Shea Co.. Inc. was the contractor, and Firemen's Insurance Co. of Newark, N. J. was the surety, was completed. VERIFICA I, the undersigned, say: CTTV nV NF.WPnRT REACH I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on July 29, 1975 at Newport Beach, California. V E RI FI I, the undersigned, say: UTY CLERK I am the City Clerk of the City of Newport Beach; the City Council of said City on July 28, 1975 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on July 29, 1975 at Newport Beach, California. /F ,'V / 1<i0 . a- 0 0 CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd Area Code 714 673 -2110 Date: July 29, 1975 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: Attached for recordation is Notice of Completion of Public Works project consisting of p„,,i RnagA wi lan n.+ .rte. borne to MacArthur Contract No. 160.0 — on which J. F. Shea Co., Inc. was the Contractor and _Fireren's Insurance Co. of Newark, I'. J, was the surety. Please record and return to us. Very truly yours, Laura Lagios City Clerk City of Newport Beach LL: Encl. 6 City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, California 92660 Attention: Pat Dunigan, Field Engineer 0 July 7, 1975 Subject: Ford Road Improvements (Contract No. 1600) J. F. Shea Co., Inc. - Release of Stop Notice Gentlemen: J & S Company does hereby release the Five hundred ten dollars and no cents ($510.00) being held by the City of Newport Beach on the Stop Notice filed April 15, 1975, against E. L. White Co., Inc. v '� Craig F rber Foreman CF:jd Date "- i%�)74 COPIES SE "T T8 ❑ Mayor Man, gsr Otto: n. i P r' G- mDZV; '-mcclor O>>�„r_d -� 0 Councilmen Yom= *$UI?EItIgR. COURT OF CALIFORNIA, COUNTY OF ORANGE ) ) I NAME OF MUNICIPAL OR JUSTICE COURT DISTRICT OR OF BRANCH COURT, IF ANY COUnR USE ONLY TITLE OF CASE (ABBREVIATED) W. J. FOSTER CONSTRUCTION COMPANY, a California /� corporation, V -vs- E. WHITE CO., INC., a corporation; et al. o - ����1 �7 f NAME, ADDRESS, AND TELEPHONE NUMBER OF SENDER JOHN S. PARISE Attorney at Law 888 North Main Street, Suite 1005 Santa Ana, California 92701 CASE NUMBER Telephone: (714) 558 -1655 22 73 56 NOTICE CITY OF NEWPORT BEACH TO:.....33.00._Newport. Boulevard, Newport, Califar.nia ............... ............................... (Insert name of individual being served) This summons and other document(s) indicated below are being served pursuant to Section 415.30 of the California Code of Civil Procedure. Your failure to complete this form and return it to me within 20 days may subject you (or the party on whose behalf you are being served) to liability for the payment of any expenses incurred in serving a summons on you in any other manner permitted by law. If you are being served on behalf of a corporation, unincorporated association (including a partnership), or other entity, this form must be signed by you in the name of such entity or by a person authorized to receive service of process on behalf of such entity. In all other cases, this form must be signed by you personally or by a person authorized by you to acknowledge receipt of summons. Section 415.30 provides that this summons and other document(s) are deemed served on the date you sign the Acknowledgment of Receipt below, if you return this form to me. Dated... April. 15,..1975 ........... . . . a/ John S. Parise (Signature of sander) JOHN S. PARISE ACKNOWLEDGMENT OF RECEIPT This acknowledges receipt of: (To be completed by sender before mailing) 1. ® A copy of the summons and of the complaint. 2. ❑ A copy of the summons and of the Petition (Marriage) and: ❑ Blank Confidential Questionnaire (Marriage) ❑ Order to Show Cause (Marriage) ❑ Blank Responsive Declaration ❑ Blank Financial Declaration ❑ Other: (Specify) (TO be completed by recipient) Date of receipt:... . i i7 % Date this form is signed i4 (sign lure of person ack wledgin r ceipt, with title it ackno lodgment is made on behal V another person) �Z- (Type r print your name and name of entity, if any. on wh se behalf this form is signed) Form APProved the COP 415.70, 41T.10: bp Judicial council of !artomia NOTICE AND ACKNOWLEDGMENT OF RECEIPT Gal. Rules of Ooer1. Revised Effective March a, 1972 Rine 1216 -._:a' ® FO1e2 -243.1 -_�- rl NAME AND ADDRESS OF ATTORNEY: TELEPHONE NO.: For Court Liss Only: JOHN S. PARISE (714) 558 -1655 Attorney at Law 888 North Main Street, Suite 1005 Santa Ana, California 92701 ATTORNEY FOR: PLAINTIFF Insert namo of court, judicial district or branch court, If any, and Post Office and Street Address: ORANGE COUNTY SUPERIOR COURT 700 Civic Center Drive West Santa Ana, California 92701 PLAINTIFF: W. J. FOSTER CONSTRUCTION COMPANY, a California corporation -vs- DEFENDANT: E. L. WHITE CO. , a corporation; J. F. SHEA CO. , INC. , a ,INC. corporation; CITY OF NEWPORT BEACH, a municipal corporation; FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY, a corporation; and DOES 1 to 50, inclusive, SUMMONS Case Number: � ^�x NOTICEI You have been sued. The court may decide IAVISOI Listed he sido demandedo. El Tribunal puede against you without your being heard unless you respond decldir contra Lid. stn audlencla a menos qua Lid. within 30 days. Read the Information below. responds dentro de 30 dies. Lea to Informacl6n quo sigue. 1. TO THE DEFENDANT: A civil complaint has been filed by the plaintiff against you. (See footnote*) a. If you wish to defend this lawsuit, you must, within 30 days after this summons Is served on you, file with this court a written pleading in response to the complaint. (If a Justice Court, you must file with the court a written pleading or cause an oral pleading to be entered in the docket in response to the complaint, within 30 days after this summons is served on you). b. Unless you so respond, your default will be entered upon application of the plaintiff and this court may enter a judgment against you for the relief demanded in the complaint, which could result in garnishment of wages, taking of money or property or other relief requested in the complaint. c. 11 you wish to seek the advice of an attorney In this matter, you should do to promptly so that your written response, if any, may be filed on time. /� 141975 WUTAM E. ST ""Clark, E)tipaty Dated:-APR , Clerk, By, (SEAL) 2. ® NOTICE TO THE PERSON SERVED: You are served a. D As an Individual defendant. b. E:1 As the person sued under the fictitious name oh c. 1:5D On behalf of: Under: CM CCP 416.10 (Corporation) ED CCP 416.60 (Minor) F-1 CCP 416.20 (Defunct Corporation) El CCP 416.70 (Incompetent) F-1 CCP 416.40 (Association or Partnership) ED CCP 416.90 (individual) C3 Other: • The word "complaint" Includes cross - complaint, "plaintiff' Includes cross - complainant, "defendant' includes cross-defendent. singular Includes the w plural and masculine Includes feminine and holder. A written pleading, Including an answer, demurcer, etc., must be In the form required by the « California Rules of Court. Your original pleading must be filed In this court with proper filing fees and proof that a copy thereof was served on each ptamtWe attorney and on each ptaintin not represented by an attorney. The time when l summons le deemed tarred on a party may vary depending t on the method of service. For example, lea CCP 413.1 Wthrough 415.40. 0 n r Form Adopted by Rule 992 of teas tosarw slat far Root W eta.leq The Judicial Councs of California SUMMONS CCP 412.20.412.30. are. Re load Effective January t. 1975 PROOF OF SERVICE (Sea InstruccOSIest and use aeperate proof of service for saeerson served) I served the summons and 0 e or Print) 1. Name: 2. Person served and title:. 4. Date and time of delivery: 5. Mailing date, type of mall and place of mailing: 3. Person with whom left and title or relationship to person served: 6. Address, city and state (when required, Indicate whether address is home or business): 7. Manner of service: (Check proper box) (Personal service) By personally delivering copies to the person served. (CCP 415.10.) (Substituted service on corporation, unincorporated association (including partnership), or public entity) By leaving, during usual office hours, copies In the office of the person served with the person who apparently was in charge and thereafter mailing (by first -class mail, postage prepaid) copies to the person served at the place where the copies were left. (CCP 415.20(a).) (Substituted service on natural person, minor, Incompetent, or candidate) By leaving copies at the dwelling house, usual place of abode, or usual place of business of the person served in the presence of a competent member of the household or a person apparently in charge of his office or place of business, at least 18 years of age. who was informed of the general nature of the papers, and thereafter mailing (by first -class mail, postage prepaid) copies to the person served at the place where the copies were left. (CCP 415.20(b). Attach separate declaration or affidavit stating acts relied on to establish reasonable diligence In first attempting personal service.) (Mail and acknowledgment service) By mailing (by first-class mail or airmail) copies to the person served, together with two copies of the form of notice and acknowledgment and a return envelope. postage prepaid. addressed to the sender. (CCP 415.30. Attach written acknowledgment of receipt.) 71 (Certified or registered mall service) By mailing to address outside California (by registered or certified airmail with return receipt requested) copies to the person served. (CCP 415.40. Attach signed return receipt or other evidence of actual delivery to the person served.) Q (Other —CCP 413.10, 413.30, 417.10- 417.30 — Attach separate page If necessary): 0 Additional page is attached. 8. The following notice appeared on the copy of the summons served (CCP 412.30 or 474): You are served as an individual defendant. You are served as (or on behalf of) the person sued under the fictitious name of: You are served on behalf of: Under: C CCP 416.10 (Corporation) CCP 416.60 (Minor) Other CCP 416.20 (Defunct corporation) CCP 416.70 (Incompetent) [] CCP 416.40 (Association or partnership) U CCP 416.90 (Individual) At the time of service I was at least 18 years of age and not a party to this action. Fee for service $ , Mileage $ , Notary $ , Total $ (To be completed In California by process server, I (To be completed In California by 9. 10. other than a sheriff,-marshat or constable*) Not a registered California process server (CCP 417.40). L7 Registered: Number: County, I declare under penalty of perjury that the foregoing is true and correct and that this declaration was executed on (Insert date) , at (Insert place) California. (Type or print name, address, and telephone no.) Signature: sheriff, marshal or constable*) I certify that the foregoing is true and correct and that this certificate was executed on (Insert date) , at (Insert place) California. (Type or print name, title, county and, when applicable, Municipal or Justice Court District) Signature: Thi5deciaration or certificateolservice must beesecuted wilhinCalifornia(CCP2015 5). A proof of serviceeaecutedoubideCatifornis muslbe madeby affidavit. 8 9 10 11 1^ 15 14 15 16 17 18 19 20 •21 22 23 24 25 26 27 28 29 30 31 JOHN S. PARISE Attorney at Law 688 North Main Street, :;uit.e 1005 Santa Ana, California 92701 Telephone: (714) 558 -1655 Attorney for Plaintiff APR 14 1975 W1LUAM E ST. JOHN, County Clerk �Yr - lteoutw SUPERIOR COURT OF THE STATE OF CALIFORNIA FOR THE COUNTY OF ORANGE W. J. FOSTER CONSTRUCTION COMPANY, a California corporation, 111.1 iul i I I', -vs- E. L. WHITE CO., INC., a corporation; J. F. SHEA CO., INC., a corporation; CITY OF NEWPORT BEACH, a municipal corporation; FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY, a corporation; and DOES 1 to 50, inclusive, Defendants NO. ;2 73,5 g!P COMPLAINT' TO 8NPORCL STOP NOTICE, AND PAYMENT BOND, BREACH OF CONTRACT AND COMMON COUNT Plaintiff alleges: FIRST CAUSE OF ACTION (As Against Defendant E. L. WHITE CO.,'INC. for breach of written contract.) 1. Plaintiff is, and was at all times herein mentioned, a corporation duly'organized and existing 'under'th6'laws of the State of CaliforniA'; and'is, and was at all times herein mentioned, duly licensed as a contractor by the State of California, Department of Consumer Affairs, Contractor's State License Board in,Primary Class A, License No. 193740. 2. Defendants E. L. WHITE CO., INC. ( "WHITE CO. ") and J. F. SHEA CO., INC. ( "SHEA CO. ") are, and were at all times ri_ 9 10 11 12 13 14 15 16 17 18 19 20 •21 22 23 24 25 26 27 28 29 30 31 32 0 0 herein mentioned, corporations authorized to do, and doing, business in the State of California. 3. Defendant CITY OF NEWPORT BEACH is a municipal corporation existing under the laws of the State of California. 4. The true names or capacities, whether individual, corporate, associate or otherwise, of defendants sued herein as DOES 1 to 50, inclusive, are unknown to plaintiff, who therefore sues said defendants by such fictitious names under the provisions of the Code of Civil Procedure. Plaintiff will ask leave of Court to amend this Complaint to show such true names and capacities when it has ascertained the same, together with apt and proper words to charge them. 5. On or about October 15, 1974, defendant CITY OF NEWPORT BEACH awarded a public works contract to defendant SHEA CO. in connection with the improvement of Ford Road located between MacArthur Boulevard and Jamboree Road; and on or about October 29, 1974, defendants CITY OF NEWPORT BEACH and SHEA CO. executed such public works contract; said public works contract is known to defendant CITY OF NEWPORT BEACH as Contract No. 1600, AHFP Project No. 745. 6. On or about November 4, 1974, plaintiff and defendant WHITE CO. entered into a written subcontract agreement wherein plaintiff agreed to furnish all materials and perform all labor and service necessary to complete certain excavation, clearing, grubbing asphaltic concrete and concrete removal in connection with the above described public works contract, and defendant WHITE CO. agreed to pay the approximate total of $31,325.00. A copy of said subcontract agreement is attached hereto as Exhibit "A" and incorporated by this reference as though fully and completely set forth at this point. 7. Said written subcontract agreement was twice amended to provide for extras in the sum of .$257.26. Copies of -2- 0 plaintiff's invoices therefore are attached hereto as Exhibit "B" and incorporated by reference as though fully and completely set forth at this point. 4 8. Between November 1, 1974 and February 22, 1975, both 5 dates inclusive, plaintiff performed all things necessary on its 6 part to be performed under said subcontract agreement, as 7 supplemented, and furnished all labor, services, equipment and 8 materials contemplated by said subcontract agreement as 9 10 11 12 13 14 15 16 17 18 19 20 •21 22 23 24 25 26 27 28 Q63 30 31 32 supplemented. 9. Defendant WHITE CO. has breached said subcontract agreement in that it has paid to plaintiff or plaintiff's subcontractors the sum of $8,510.48 only, and the sum of $23,071.78 is presently due, owing and unpaid, together with seven percent (7%) per annum from and after February 22, 1975. 10. Defendant WHITE CO. has been paid by SHEA CO. for the work performed by plaintiff, but defendant WHITE CO. willfully refuses to pay plaintiff. 11. Said subcont.r,u-t rgreement provides for attorney's fees to defendant WHITE CO. in the event plaintiff breaches said agreement or allows liens to be filed against the work of improvement, wherefore by the provisions of Civil Code section 1717 plaintiff is entitled to its reasonable attorney's fees. 12. In the institution of these proceedings, plaintiff has employed John S. Parise, Attorney at Law, who is duly licensed to practice before the highest court of the State of California, as its attorney. SECOND CAUSE OF ACTION (As Against Defendant CITY OF NEWPORT BEACH on Stop Notice.) 13. Plaintiff refers to paragraphs 1 to 12, inclusive, of its First Cause of Action and incorporates said paragraphs -3- • 1 as though fully set forth at this point. 2 14. Before the filing of the Stop Notice alleged in this 3 Complaint, and not later than twenty (20) days after plaintiff 4 first furnished labor, service, equipment and materials to the 5 jobsite, plaintiff caused a preliminary 20 -day notice (public 6 works) in writing to be served on the prime contractor, 7 defendant SHEA CO., and defendant CITY OF NEWPORT BEACH, a 8 copy of which is attached as Exhibit "C" and incorporated by 9 this reference as though fully and completely set forth at this 10 point. The notice stated with substantial accuracy a general 11 description of the labor, services, equipment and 'materials 12 furnished and the name of the party to whom they were furnished, 13 and set forth an estimate of the total price of .the contract, 14 and specified the name of the trust fund for which supplemental 15 Fringe Benefits were payable. 16 15. Before the expiration of ninety (90) days after 17 completion or cessation, no notice of completion, acceptance, 18 or cessation having been recorded, plaintiff served on defendant 19 CITY OF NEWPORT BEACH a Stop Notice signed and sworn to by 20 plaintiff for the labor, services, equipment and materials -21 furnished for the sum of $23,409.12, a copy of which is attached '22 hereto as Exhibit "D" and incorporated by this reference as 23 though fully and completely set forth at this point. 24 16. The Stop Notice was served on defendant CITY OF 25 NEWPORT BEACH on February 14, 1975. The period within which 26 Stop Notices must be filed under Civil Code section 3184 has 27 not yet expired. 28 17. Plaintiff is informed and believes and upon such infor- 29 mation and belief alleges that at the time said Stop Notice was 30 served, defendant CITY OF NEWPORT BEACH had in its possession or 31 under its control funds due or to become due to defendant SHEA CO. 32 in an amount unknown to plaintiffs but known to those defendants. -4- t- 5 6 7 8 9 10 11 12 13 14 16 17 18 19 20 •21 22 23 F� 25 26 27 28 29 30 31 32 i THIRD CAUSE OF ACTION (As Against Defendants J. F. SHEA CO., INC. and FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY, on Payment Bond.) 18. Plaintiff refers to paragraphs 1 to 12, inclusive, of its First Cause of Action and incorporates said paragraphs as though fully set forth at this point. 19. Plaintiff is informed and believes and upon such information and belief alleges that defendant FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY ( "FIREMEN'S INSURANCE ") is, and was at all times herein mentioned, a corporation duly authorized and qualified to transact a surety business in the State of California. 20. On or about October 18, 1974, defendant SHEA CO. as principal, and FIREMEN'S INSURANCE as surety did execute, deliver and file with defendant CITY OF NEWPORT BEACH, a Labor and Material Bond in the nature of a corporate surety bond, being Bond No. BND 194 89 95, in form and content as required by Civil Code sections 3247 and 3248. A copy of said bond is attached hereto as Exhibit "E" and incorporated by this reference as though fully and completely set forth at this point. 21. Plaintiff falls within the class of persons for whose benefit said bond is required in that Bond No. BND 194 89 95 reads in relevant part as follows: "THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or his subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams, 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 Unemploy- ment Insurance Code with respect to such work or -5- 1 2 3 9 labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the Provisions of Section 4204 of the Government Code of the State of California." 22. Said .bond provides that should defendant SHEA CO. as 9 principal, or its subcontractors, fail to pay for any labor, 10 materials, supplies or equipment on or about said work of 11 improvement covered by said bond, that defendant FIREMEN'S 12 INSURANCE, as surety, would pay for said labor, materials, 13 supplies or equipment in an amount not exceeding the sums specified in said bond, and that in case suit is brought upon said bond, a reasonable attorney's fee to be fixed by the Court 1611 shall be paid. 17 23." All of the labor, services, equipment and materials 18 supplied by plaintiff for which it has not been paid, was 19 utilized in the works bonded for under said improvement bond. 20 24. Within ninety (90) days after plaintiff furnished •21 the last labor, services, equipment and materials for which 22 plaintiff's claim is made, plaintiff served a 90 -day public 23 works preliminary bond notice on the original contractor, 24 defendant SHEA CO., on defendant WHITE CO., and on defendant 25 CITY OF NEWPORT BEACH; a copy of which is attached hereto as 26 Exhibit "F" and incorporated by this reference as though fully 27 and completely set forth at this point. The notice was in 28 the form, and was served in the manner, prescribed by Civil 29 Code section 3091. 3011 25. In the institution of these proceedings, plaintiff 31IIhas employed John S. Parise, Attorney at Law, who is duly 3211licensed to practice before the highest court of the State of 4 5 6 7 E 12 13 14 16 17 16 19 20 •21 '22 23 24 25 26 27 28 29 30 31 32 California, as its attc,rney. POUPT11 OUSE OF ACTION (As Against Defendant E. L. WHITE CO., INC. and DOES 1 to 50, inclusive, on Common Count.) 26. Plaintiff refers to paragraphs 1 to 4, inclusive, of its First Cause of Action and incorporates said paragraphs as though fully set forth at this point. 27. Within two (2) years last past, plaintiff rendered work, labor, service, and furnished equipment and materials at the special insistence and request of defendant WHITE CO. and DOES 1 to 50, inclusive. The reasonable value thereof is the sum of $31,582.26. 28. Plaintiff, or his subcontractors and suppliers, has been paid the sum of $8,510.48 only, and there is now due, owing and unpaid the sum of $23,071.78, together with interest at the rdte of seven percent (78) per annum from February 22, 1975. WHEREFORE, plaintiff prays judgment against defendants, and each of them, as follows: 1. For the sum of $23,071.78, together with seven percent (7 %) interest per annum from February 22, 1975; 2. For reasonable attorney's fees in the sum of not less than $2,500.00; 3. For costs; and 4. For such other and further relief as to the Court is deemed just. JDATED: April 8, 1975. -7- 0 Job ere (I it L - Slgn and return all three copies. SUBCOW RACT AGREEMENT one signed coif will be returned for your fibs. OWNER C' f !: ✓ r l l � nlG)o;.'f i'�O_wh _Date i�O�7CRLCr G•r 19 %rt: 3300 h ,•, >ort Blvd GENERAL CONTRACTOR • %• L• t:�iLTIS (� ,t_r. _. _ _._ADDRES n:2 Ii• Lill:. ?:? ':t. l�/ �...• I The undersigned subcontractor agrees; to fumish all materials and perform all labor and services necessary to complete the following as per plans and specifications dated _and S!:,te and Local Laws and Ordinances: J.) c 'LA 1 ".ovation --21,03 C.Y. (t 1.05 Item # of said plans and specifications:;._.._.. Of said plans and specifications: C J'c J Item # IJ Item # of said plans and specifications: I• "�' s r3G ' �� Item # of said plans and specifications: All of the above work and materials to be as set forth In said plans and specifications and to be completed bi a substantial and workmanlike manner. For the sum of • • • • • • • • • • • ... • • a • . a . 0 .. • • . ; •Dollars (, 31r 325.00 payable by General Contractor as follows: - i'.C` t' Iii 1.1% P. MUD. 1' V.Lk' .T.D 11AUC, "R CII ItCCO TR1l 4F irL" !iRnB i(hiL.iil 15 1. .....,._. .IJ : 7. li... M A t . iu.:: `: Vl ! 1'•.7:.. 'r Any alteration or deviation from plans or specifications, whether involving extra cost of materials or labor or not, and any extra work because of unusual subsoil conditions, will be effective only upon written order for same, and will become an extra charge or credit only when approved in writing by all parties hereto or their authorized agents. Subcontractor further agrees to hold the Owner and General Con- tractor harmless from any and all Federal and State taxep. allocable to the labor or material fumished and /or installed by the Subcontractor. Subcontractor agrees to begin work within Z) days of written notice of approval and acceptance of this {ubcontract agree- ment by the undersigned General Contractor and to continue said work diligently to completion by --:,n:3 L0g7d.1-k_--0 If not so completed, the General Contractor may give the Subcontractor notice In writing, allowing him ( ) hours in which to supply the necessary labor and material to finish. Should the Subcontractor fall or refuse to comply with such written request, the General Contractor may order such labor and material as Is necessary to complete the bb and the cost of same shall be paid by the Subcontractor, provided, however, the Subcontractor may claim and receive benefit of any excuses for delay to which the General Contractor under his original contract with the owner Is entitled and to the name extent. The Subcontractor shall also reim• burse the General Contractor for any liquidated damages which the General Contractor may haw to pay by reason of delays by Subcontractor. If Subcontractor is prevented from stsfting work before by any action of owner or by General Contractor, Subcontractor may terminate this contract. - - - Subcontractor W. J. F'oater Const. CO. By By License Approved and eceepted— ]9� Genera& Contractor %. L.' white Co.. Inc �/�-- rJIr,7E i lr glcF 71 2,11797 By 7I.]71Q.� rAs 1 . By NOTE: PLEASE SEND CERTIFICATES OF INSURANCE AS SOON AS POSSIBLE. -• - ? The'terms and conditions an the reverse side are expressly Incorporated into this contract. Page 1 of 2 Revised toff . { l y� 1 a +.:ft L3v.. .�_.itr�aaP.SteaL %dlrA�i. .s9- {u`k`•t]i'�.', EXHIBIT "A" Page l.of 3 Y r..4 +i?i 1. INSURANCE — Before Subcontra* forms any work, at, or prepares or deliver Isis to the site of construction, Ihe'SUb- ' cnntracfni. shall furnish Cerificates of Insurance evidencing that __has placed In force, valid insurance covering full liability under Workmen's Compensation laws of the State-of California, and also Comprehensive Bodily Injury and Property Damage insurance fully protecting the Subcontractor. Insurance shall be In forms and amounts satisfactory to the General Con— in tractor and shall be maintained in force until the work is completed. All work covered by this agreement done at the site of construction or preparing or delivering materials to the said site shall be at the risk of the Subcontractor alone. Subcontractor agrees to indemnify and hold harmless General Contractor and the Owner against any claims, actions or demands against them, or either of them, and against any damages, liabilities or expenses, including attorney fees, for personal Injury or death or for loss or damage to property, or any or all of them, arising, out of or in any way connected with the performance of this Agreement by Subcontractor. 2. GUARANTEE — The Subcontractor guarantees all materials and workmanship and agrees to replace at his sole cost and expense and to the satisfaction of the General Contractor, any or all materials adjudged defective or improperly installed as well as guarantee the Owner and General Contractor against liability, loss or damage arising from said Installation during a period of one year from completion and acceptance of the entire project. If, however, the period of guarantee Is stipulated In excess of one year by the Contract Documents, Subcontractor shall be bound as specified. 3. LAYOUT RESPONSIBILITY — The General Contractor shall establish principal axis lines and levels whereupon the Subcontractor shall lay out and shall be strictly responsible for the accuracy of his work and for any loss or damage to other Contractors engaged in work on the site by reason of failure of the undersigned Subcontractor to set out or perform his work correctly. The Subcontractor shall exercise prudence so that actual final conditions and details shall result in perfect alignment of finish surfaces. 4. ASSIGNMENT OF CONTRACT — The Subcontractor shall not, without written consent of the General Contractor, assign, transfer, nor sublet any portion or part of this work, nor assign any payments to others, but will furnish all labor, materials, and equipment neces. sary for performance of this agreement. The General Contractor may assign or transfer the whole or part of this agreement, and his (or its) rights hereunder, to any corporation, Individual, or partnership which he or It may designate. 5. LIENS — Subcontractor shall at times Indemnify and save General Contractor and Owner harmless against all liability for claims and liens for labor performed or materials used or furnished to be used on the job, Including any costs and expenses for attorney fees and all inci- dental or consequential damages resulting to General Contractor or Owner from such claims. Further, in case suit on such claim is brought, Subcontractor shall defend said suit at his own cost and expense, and will pay and satisfy any such lien or judgment as may be established by the decision of the court in said suit and further hold harmless the General Contractor from any personal liability thereon. Subcontractor agrees within ten (10) days after written demand, to cause the effect of any suit or lien to be removed from the premises, and in the event Subcontractor shall fail so to do, General Contractor is authorized to use whatever means In Its discretion it may deem appropriate to cause said lien of suit to be removed or dismissed and the cost thereof, together with reasonable attomey fees, shall be immedigtely due and pay- able to General Contractor by Subcontractor. Subcontractor may litigate any lien or suit above described provided he causes the effect thereof to be removed promptly from the Premises above mentioned, and shall further do such things as may be necessary to cause Owner not to withold any monies due to General Contractor from Owner by reason of such liens or suits. 6. PROTECTION OF SUBCONTRACTOR'S OWN WORK — The Subcontractor shall effectually secure and protect the work to be done hereunder and assume full responsibility for the, condition thereof until final acceptance by Owner and General Contractor. Subcontractor further ngrres to provide such protection as Is necessary to protect the workmen of the General Contractor and other subcontractors dl• redly from his operation and from the results therefor. 7. RESPONSIBILITY FOR DAMAGES TO WORK IN PLACE — Subcontractor shall be liable for any loss or damage to any work In place a or to any equipment and materials on job site caused by him or his agents, employees or guests. C B. USE OF CONTRACTOR'S EQUIPMENT — In the event Subcontractor shall use General Contractor's equipment or facilities, he shall reimburse Contractor at a predetermined rate, unless otherwise stated herein. Further, that in so doing, Subcontractor assumes all responsibility for, and shall hold General Contractor harmless from any claims, actions, demands, damages, liabilities, or expenses, in- cluding attorney fees, resulting from the use of same by said Subcontractor or his agents, employees, or permittees. 9. SUBCONTRACTOR AS AN INDEPENDENT CONTRACTOR — Subcontractor is an independent contractor and shall, at his sole cost and expense, and without increase in the Contract Price, comply with all laws, rules, ordinances, and regulations of all governing bodies having jurisdiction over the work; obtain all necessary permits and licenses therefor; pay all manufacturers' taxes, sales taxes, use taxes, processing taxes, and all federal and state taxes, insurance and contributions for Social Security and Unemployment which are measured by wages, salaries, or other remunerations paid to Subcontractor's employees, whether levied under existing or subsequently enacted laws, rules, or regulations. Subcontractor, upon request shall furnish evidence satisfactory to General Contractor that any or all of the fore- going obligations have been fulfilled, Including Health 6 Welfare, pensions, vacations, etc., funds as required by the Master Labor Agreements. 10. CLEAN -UP — During the course of construction, the Subcontractor shall remove waste materials from the site from time to time as Is necessary to maintain the premises in a clean and orderly condition. Upon completion of the work under this Agreement, the Sub - contractor shall remove from the site all temporary structures, debris and waste incident to his operation and clean all surfaces, fixtures, equipment, etc., relative to the performance of this agreement. If the Subcontractor fails to perform a clean -up function within two days after notification by the General Contractor to do so, the General Contractor may proceed with that function as he adjudges necessary and in the manner he may deem expedient, with the understanding the cost thereof shall be charged to the Subcontractor and deducted from the monies due under this Agreement. 11. OTHER SUBCONTRACTORS — Subcontractor shall use reasonable effort to cooperate with all other subcontractors on the same job. ?" 12. BONDS — Performance and Labor and Material bonds In amounts satisfactory to the General Contractor are to be furnished by: (Please Check) Subcontractor ❑; General Contractor p; not required ❑. 13. CONTRACT DOCUMENTS — Subcontractor acknowledges that he has received and read a copy of the plans and specifications, and that the same are a part of this agreement. 14. ARBITRATION — All questions as to the performance of work required under the terms of this contract are subject to arbitration '!.:f (•• either under the rules of the American Arbitration Association, or under the following procedure whichever shall be first selected. In case of dispute either party hereto may make a demand for arbitration by filing such demand in writing with the other. One arbitrator may be agreed upon, otherwise, there shall be three, one named in writing by each party within five days after demand is given, and a third chosen by the two appointed. Should either party refuse or neglect to appoint said arbitrator or to furnish the arbitrators with any papers or information demanded, the remaining arbitrators are empowered by both parties to proceed ex parte. If there be one arbitrator, his de. cision shall be binding; It there be three, the decision of any two shall be binding. The arbitrators, If they deem that the case demands it, are authorized to award to the party whose contention is upheld such sums as they shall deem proper for the time, expenses and trouble incident to the appeal, and If the appeal was taken without reasonable cause, damages for delay. The arbitrators shall fix their own compensation, unless otherwise agreed upon, and shall assess the cost and charges of arbitration upon either or both parties. 15, MASTER LABOR AGREEMENT — Subcontractor guarantees that he complies In all respects with the requirements of the Master Labor Agreements and other union agreements, end that during the term of this subcontract he will comply with ell provisions thereof, 16, MISCELLANEOUS- ... w,...•.._ ...�. _r a,v �L EXHIBIT'`. "A"'.;.: 1`'t1hl' S 1.) CloarinL,'Grubbing, and solid removals 'ro.. hid to l.ho fill nt thr >nuthwest Snnte Pe Land fill. If this site cannot he used th(• .lump sum price All. be re- nvgoti.nted and will not eycond r11,30n.00 2.) The subcontractor shall complete all wort; within the item: bid _s per plans and specs. and to the satisfaction of the Cite EnL&Qor.. 3.) I'll(-, roul;li gradi.% subcontractor to finish all £;rides to within plus nr Minus .10' of subgrade unon completion of th& ro%h &rode on- ration. Includ.inE I Curl) F i. Guttor....: k. ll_.drain,�ircaas .trhere .coot..... is to he placed: 4.) Subcontractor to provide all flagmen and or labor to Maintain tray fic during his scopr of work. 5.) .The Prime Contractor will furnish all barricades; signs, and Jo Hnent: ors. Sul) Contractor involved to, set & maintain same during the scope of his operation. . 6.) 7•) H 'file Prime Contractor Will furnish surveying ndeftunte to perform the work. , The cost- of any restnkinl clue to subconstrac.t: ors Operations 311,911 he borne by the subcontractor, whose Operation-destroys stakes, 6 . The Prime Contrar_tar will pr.ovi.dc metered woter'^s'close,to the site as permitted. '1110 Subcontractor will: be mesponsibl.e .f.or all costs involved to handle and apply water.: 1 \ VIA" f� • { v v^or 32G ` O OUR III1Mb[R eapma BeercG, Ca. 92652 8520 fonc �714f 494 -3368 DAZE TO E ` /�r �� l C �'•� �/l CUSTOMER'S ORDER VShipped To_ 11:711 0 a OAddress - -- C 67 6'�12 /i t-r aw u 1 J R� I , 1 J R� W. J. FOSTER CONSTRUCTION COMPANY 2991 Zurich Court Laguna Beach, California 92651 i E. L. White Company, Inc. 832 North Lemon Street Orange, California Date: January 2 1974 Job: Ford Road On December 4 1974 during our meeting at the job site, we discussed and agreed to share in one-third the Cost of removing mud from the downdrain at the intersection of Ford Road and Jamboree. This bill constitutes your share of the amount due us. c' - .. J. CALIFORNIA ? «! NMINARY NOTICE: T. �. IN AC %NCE WITH HCTION 3097 AND 3098, CALIFORNIA ;ODE THIS IS NOT A LIEN, THIS A REFLECTION ON WE INTEGRITY OF ANY CONTRIW OR SUBCONTRACTOR YOU ARE HEREBY NOTIFIED THAT. . . I_ L F L CONSTRUCTION LENDER or Reputed Construction Lender, if any. City of tl�ivryport Ccach 3300 llemort Blvd. Newport Beach, California 1, J, Fester Coos_tructlon_Cor� ^any Iname of person or firm furn,shmq lahnr, servrccs, equipment or mateNOtt 2991 Zurich Court:, �agurai Ee %cam Ca) if (address of person or firm furnishlnq labor, servkes,92651 �. ' equipment or material) i has furnished or will furnish labor, services. equipment or materials of the following general description: t a J a.� •; Igenerol description of the labor, services, equipment or C egring. CradLng. Cancratc Ft.mval IL O ORIGINAL CONTRACTOR or.` ' material furnished or to be fumishedl (Material men not required to Furnish the above) - 1 R Reputed Contractor, If any <,. . FOLD HERE �� for the building. structure or other work of Improvement ! o located at: Ford Road " 7 loddress or dew-pimn of lob file may be subject to mechanic's liens. J. F. `� l.i Co.. I Inc. A A :Dated N November _IQ. 1974 sufficient for idemibconoAl• The name of the person or firm who contracted for the - ( purchase of such labor, services, equipment or material is: OWNER or PUBLIC AGENCY Ce Lo Mite Co., Inc. Or Reputed Owner. Lon public works Iname and address of person or firm$ ton private work) ± 832 North Lemon Street orange, California City of it ^mport roach 3300 Newport Blvd. , i An estimate of the total price of the labor, services. Newport Beach, California equipment or materials furnished or to be furnished is: J„. $ 31025.00 Motor amount must be furnished to construction lender Construction loon no. — _ (if kno iml optional as to owner at Contractor) Trust Funds to which Supplemental Fringe Benefits are - - FOLD HERB Payable. r. r Operating Engineers Trust Fund inomei— laddressl � a P. 0. nox 5'1964 +" f' -Tome( facldrms) �'t�y}IIVV Los Anaoios. Caiifornla_^o0p q' (nomel foddtess) t a a.� (nomel (ocidressl IL O ORIGINAL CONTRACTOR or.` ' '. >.,{ ,' it. ( (Material men not required to Furnish the above) - 1 R Reputed Contractor, If any <,. . .. t I If bills are not paid in full for labor, services, equipment ! o or materials furnished or to be furnished, the improved ..'Property m may be subject to mechanic's liens. J. F. `� l.i Co.. I Inc. A A :Dated N November _IQ. 1974 655 Crea Canyon Road Walnut. California -- - - ( (s(/gnoNr (ole) / : TelepKone Number( 714 1 494 -33613 _1 4S449 Arid. ne FILE CO' EXHIBIT'' n PrLge 1 0£ i 7 1 ' I .. STOP NOTWE NOTICE TO WITHHOLD TO HOLDER OF FUNDS ./x.71 iJJ l ii]11�✓�l r"_ILllfi3 C1iY' C� fR;( 21 FEB 1-< 1975>- CITY OF 3 CALIF. ^ TO: City of Newpnrt Raa.h (Name of owner, construction lender or public officer) 3300 Newport Rlvd_, New er Reaepl ifnrnIa HOLDER OF FUNDS, (Address of owlgr or tonstruclion tender) YOU ARE HEREBY NOTIFIED THAT the undersigned claimant, W. J. FOSTER CONSTRUCTION COMPANY, 2991 Zurich Court, Laguna Beach. Caiifor a (Name sod address) has furnished or has agreed to furnish_ I,pbor and equipment (labor, services, equipment, materials) J !;J J� 9265.1 .1 of the following kind Dirt Handling Equipment as specified on contract #1600 (general description of labor, services, equipment or materials) ' • " to or for J • F. Shea Co. ,Inc. / E.L. White Co., Inc. , for the work improvement, located at or known as: (name of person to or for whom furnished) Ford Road Improvement between MacArthur b Jamboree, Newport Beach. Ca. on contract #16 (address, legal description, description of rite or project Identification) " The amount in value of the whole agreed to be done or furnished by claimant is $ 31 .659, 60 The amount in value of that already done or furnished by claimant is S 31,659-60 Claimant has been paid the sum of i_ 8,250.48 , and there remains due and unpaid the sum of = 23,409.12 plus interest thereon it the rate of i per cent per annum from February 15 lg 7S ' YOU ARE HEREBY NOTIFIED TO WITHHOLD SUFFICIENT FUNDS TO SATISFY THIS CLAIM WITH INTEREST. ` Dated, 'February 14 1975 W. J. Foster Construction Company Name of Claimant 2991 Zurich Court, Laguna Beach, Calif.', 92651 Addrw al Clekrlwt I ;y STATE Of CALIFORNIA COUNTY OF � r6_ 4 SL being duly sworn, deposes • . and says: That --he is the persons) who signed the foregoing Stop Notice; that _he has read the same and knows the contents thereof to be true of h r own knowledge, except as to any, matters or things that may therein be stated on h.a_s information and belief and as to those matters end things Jle believes them to be true. W. J, oster, Owner Subscribed and sworn to before me — P OFF.'CIAL SEAL BARBARA F. NOLL this \4"a+ tiyof4�o�.ao�19`t ,1tR- Y •a..'�,• NOTARY PUBLIC - CALIFOnNIA ' -. • . �!� a�\��•�� ,` "ti r� ORANGE COUNTY" MyCommbsbnEaplrusAug.3,1776 ttetery Public aM Ili sw br saw Tub ' • LABOR APiD MAiVRIAL BOND • KNOW ALL MEN BY THESE PRESENTS, That ^r,: P� A , ,1C :'r.7414 a rnr tiff E0111 is in that - !:oivn on Cie Pcr:onmance Coal" WHEREAS, the City Council of the City of Newport Beach, State of California by motion adopted October 15, 1,374 has awarded to J. F. Shea Co., Inc. hereinafter designated as the "Principal ", a contract for Ford Road ImAroyeMi nts from JL -boree Road to 560 Feet Westerly of P',icArthur Boulevard (SH 73) - Contract 1600 AHF? Project t'lo. 745 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies or teams used in, upon, for, or about the per- formance 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 as Principal, hereinafter designated as the Contractor and -"x as Surety, are held firmly bound Unto the City of Newport Beach, in the sum of u�0 ��Lf/Y/O/QEU �l /XT�EN -7dLIJ'%/NO �. E14 -,"T• %Li /A//JP. E/J ONE Avn lo/iou - — Dollars }4; EZ) X k ) said sum being one -half 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 presents. i :y w a Y ti O. n� c� THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or his subcontractors, fail to pay for.any materials, provisions, provender, or other supplies or teams, 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, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum .specified in the bond, and also, in case suit is brought t upon the bond, a reasonable attorney's fee., to be fixed by the Court as required by the i Provisions of Section 4204 of the Government Code of the State of California. Page 9 (Labor' and Material Bond - Continued) 'This bond shall inure to the benefit of any and all persons, companies, and corporation entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond, as required by the Provisions of Section 4705 of the Government Code of the State of California. And the said Surety, for value received, hereby stipulates and agrees that no change. extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change,. extension of time, alterations or additions to the terms of the contractor 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 Principal and Surety above named, on the TN day of STATE OF CALIFORNIA ss. County of Los Angeles On this 18th day of ---Qc lber in the year One Thousand Nine Hundred and seventy four before me, Martha J. Chase a Notary Public in and for the County of Los Angeles , Stale of California, residing therein, duly commissioned and sworn, personally appeared _ OFFICIAL srs.t. ""^^^ HARRY Al. COLLINS ~" UARTHA J. CHASE known to me to be the person whose name is subscribed to the within instrument NOTARY PU3LIC, CgLIFCiRNiA as the attorney of FIREMEN`S INSURANCE PRINCIPAL OFFICE IN F XMJA , NEW TF.i1SEY Corporation) ' LOS ANGELES COUNTY and acknowledged to me that he subscribed the name of said Corporation thereto My Gornmfsslon Expires April 3, 1977 as surety and his own name as attorney .e fN WITNESS WHEREOF, f have hereunto set my hand and affix1d my official seal atA County of Angel as the day and year in this ceWi 'cafe first above Notary Public in and for the County of_la.3 Angeles alifomia My Commission Expires % Pac Bond 2824 A • of the City of Newport Beach by motion on the said 1!141- Palarao la U.S.A. • . Page 9 (Labor and Material Bond - Cont=nu•- This bond shall inure to the benefit of and all persons, companies, and corporation entitled to file claims under Secti 11' i of the Code of Civil Procedure so as to give a right of action to them or th it ;!ns in any suit brought upon this bond, as required by the Provisions of Secti� 4:,'� r +f the Government Code of the State of California. And the said Surety, for value extension of time, alterations to be performed thereunder or affect its obligations on this extension of time, alterations work or to the specifications. received, h,?reby stipulates and agrees that no change, or ad,itini•, t.o the terms of the contract or to the work the specifications accompanying the same shall in any wise bond, and it does hereby waive notice of any such change, or additions to the terms of the contractor or to the 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 Principal.and Surety above named, on the �,� Z:;� day of /fin 19 r' (/ y•la�: �,; , (Seal) . i �\ . (Seal ) contractor PASS -r SeG2y Approved as h .Clty At `torm. IA \I • . This bond was approved by the City Council of the City of Newport Beach by motion on Attest; Da to City Clerk � 1 /f / //4B/y N J' N UPffNC'�\„ +r "DIN/ o rV' Seal ). (Seal)- 'Emy J.. P us (Seal), $I...... EXHIBIT "E" Page 3 of 3 i • NINETY -I�AY PilPLIC WORIfS PRELTMI"r%P•; 1—ND NOTICE (Section 3091 ( ,1;! rnia Civil Code) TO: (1) J. F. SHEA CO., INC. 655 Brea Canyon R(:ad Walnut, California; and TO: (2) CITY OF NEWPORT BEACH 330U Newport. Boul yard Newport, California; and TO: (3) E. L. WIIITv ,'()., INC. 032 North Lo imm !A revt Orange, California. YOU AND EACH OF YOU ARE HERFBY NOTIFIED: That the undersi,lned, W. J. FOSTER CONSTRUCTION CO., furnished labor, materials, equipment and services consisting of grading, excavation, clearing, grubbing, A.C. and concrete removal work to E. L. WHITE CO., INC., to be used and actually used in that certain public work consisting of improvement of Ford Road between Mac Arthur Boulevard and Jamboree Road, Newport Beach, County of Orange, California. That the last of the said labor, materials, equipment and services for which claim is made, were furnished within ninety (90) days prior to this date; and that the amount claimed after deducting all just credits and offsets is $23,071.78. DATED: March 12, 1975. 1 J. BY ;actor 's License -1- EXHIBIT "F" Priue 1 of 2 ION CO. . 193740A 1 2 3i 4 5 6 7 8 9 10 11 12 13 14 hi.V 16 17 18 19 20 21 22 23 24 25 26 27 28 Y1.10i n ti I ION 01" PA ItTY (416, 1015.5 C. C. P.) STATE. OF CALIFORNIA, C OUN IY (tF I am the- in the nL.nr enlidrd action car I,,— r4m:. I low, he and know the contents thereof; and 1 certify that the .same it tree o/ my sum knowledge, escape as to shore matters which are therein stated upon my inlormotion or belief, and at b those matters I bditue It to he true. declare, under penalty of perjury, that the foregoing is true and carrece. Executed an of (date) Calfjornia Signature PROOF OF SF.RYI(F. BY MAIL (1013x, 201S.5 C. G P.) STATE OF CALIFORNIA, COUNTY OF Utt.1: JGL 1 cam a resident of the county aforewid: I cam ate, the age of eighteen years and not a party to the within entitled artinn; my htuiness address is: 888 Hcnh "::win Street Cult. 1005 Satlt�.x11....r�itr: Zia 92701 on Marr 12, 19..7 f arrived the udt I NINETY -DAY PUBLIC WORKS PRELIMINARY BOND NOTICE 3091 California Civil Code) on the Intereated parties (a said action, by plating a true copy thereof enclosed in a scaled muelope apish postage thereon /ally prepaid, in the United States moil at Santa l,tla,_CalliQt'nfa addressed Its follow: J. F. Sili: CO., I14C. 655 Brea Canyon Road Walnut, California E. L. WHITE CO., INC. 832 North Lemon Street Orange, California 1 declare, under penalty of perjury, that the foregoing (a leas and correct, E„Cuted an March 12, 1975 .t Santa Ana CITY OF NEWPORT BEACH 3300 Newport Boulevard Newport, California /s /Carole L. Parise Carole L. Parise Sklnlaea EXHIBIT "Fro - Page 2 of 2' K CtrO%rnia 4 5 6 7 A 10 11 12 13' 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 0 0 VF.HII h.A H'' " PARTY (446, 2015.5 C. C. P.) STATE OF CALIFORNIA, COUNTY OF r: siti,nt •.r cor­)nrat -ion, W. J. FOSTEp. I am CONSTRUCTION COhi' Complaint to Enforce in the rtborr rnti Ned nrtinn or prm rrrlinr; ! Am r r.,rJ llrc furrgnin /;__ Stop Notice, and Payment Pond, Breach of Contract and Common and know the contents thereof; and I certify that the lame is true of my own knowledge, erupt at to those matters which are therein stated upon my information or belie), and as to thou matters I believe it to he true. I declare, under penalty of perjury, that the foregoing is true and correct. April // n 19 "1 Santa Ana Executed on .mot California (date) (place) / W. J. Foster W. J. $t6MR PROOF OF SERVICE BY MAIL 0013x, 2015.5 C. C. P.) STATE OF CALIFORNIA, COUNTY OF I am a resident of the county aforesaid: I am nrrr the age of eighteen iPnrs and not a /arty to the taithin entitled of tinn; my business address is: 19 1 served the on the in said action, by placing a erne copy thereof enclosed in a sealed envelope with postage thereon lolly prepaid, in the United States mail at ^. ... _ addressed as fallouts: i declare, under penalty of perjury, that the foregoing is true and correct. Executed aye ^t California (dam) (place) Signature 1 2 3 4 5 6 7 A 10 11 12 13' 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 0 0 VF.HII h.A H'' " PARTY (446, 2015.5 C. C. P.) STATE OF CALIFORNIA, COUNTY OF r: siti,nt •.r cor­)nrat -ion, W. J. FOSTEp. I am CONSTRUCTION COhi' Complaint to Enforce in the rtborr rnti Ned nrtinn or prm rrrlinr; ! Am r r.,rJ llrc furrgnin /;__ Stop Notice, and Payment Pond, Breach of Contract and Common and know the contents thereof; and I certify that the lame is true of my own knowledge, erupt at to those matters which are therein stated upon my information or belie), and as to thou matters I believe it to he true. I declare, under penalty of perjury, that the foregoing is true and correct. April // n 19 "1 Santa Ana Executed on .mot California (date) (place) / W. J. Foster W. J. $t6MR PROOF OF SERVICE BY MAIL 0013x, 2015.5 C. C. P.) STATE OF CALIFORNIA, COUNTY OF I am a resident of the county aforesaid: I am nrrr the age of eighteen iPnrs and not a /arty to the taithin entitled of tinn; my business address is: 19 1 served the on the in said action, by placing a erne copy thereof enclosed in a sealed envelope with postage thereon lolly prepaid, in the United States mail at ^. ... _ addressed as fallouts: i declare, under penalty of perjury, that the foregoing is true and correct. Executed aye ^t California (dam) (place) Signature STOP NOTICE NOTICE TO WITHHOLD TO HOLDER OF FUNDS TO: City of Newport Beach �v11 (Name of owner, construction lender or public officer) owner or construction lender) YOU ARE HEREBY NOTIFIED THAT the undersigned claimant, HOLDER OF FUNDS, J & S Company 12522 Fairmont Wav Orange, Calif. (Name and address) has furnished or has agreed to furnish labor and material (labor, services, equipment materials) of the following kind _street barricade (general description of labor, services, equipment or materiels) to or for E • L. White Company, Inc. for the work Improvement, located at, or known aa: (name of potion to or for whom furnished) Ford Road Newport Beach, California (address, legal description, description of site or project Identification) The amount in value of the whole agreed to be done or furnished by claimant is $ 510.00 The amount in value of that already done or furnished by claimant Is $ 510.00 Claimant has been paid the sum of $ 0 , and there remains due and unpaid the sum of $ 510.00 plus interest thereon at the rate of 7 per cent per annum from April 16 ! 19_z5_ YOU ARE HEREBY NOTIFIED TO WITHHOLD SUFFICIENT FUNDS TO SATISFY THIS CLAIM WITH INTEREST. Dated. April 15, 1 -975 STATE OF CALIFORNIA COUNTY Orange as. J & S Com an Name of Claimant 12522 Fairmont Way Orange Addreu of Claimant John Perich Jr. , being duly sworn, deposes and says: That _he is the person(s) who signed the foregoing Stop Notice; that _he has read the some and knows the contents thereof to be true of his own knowledge, except as to any matters or things that may therein be stated on hi.. Information and belief and addle ilaaa aretters „snd „tdiags., „Aakjtes them to be true. Cor-missicn Ex -.,As Se; t. 20, 1976 ......... .. Subscribed and sworn to before me this f E +t e r of 6 fir' 191 Notary Public and in and for said State G7 4 oateAPR l ; 1975 UFS SENT T0: ❑ mryor f.3an ^cr Art Lorncy P 'ii olrz.-tor jfn Councilmen Tbh standard farm my amst Used psohtams in the add rnalcata& sat= g: wad 4 ® eo as blob. STOP NOTICE and make changes prepm as yanr haosacem. Con^dt a lawyer if rm daubt tha [ s lanN. in arm A+rvass. WOLCOTTIN FORM 094 —le[v. s•Ta $L jW f� N GRANGE _CU.•VY Cor-missicn Ex -.,As Se; t. 20, 1976 ......... .. Subscribed and sworn to before me this f E +t e r of 6 fir' 191 Notary Public and in and for said State G7 4 oateAPR l ; 1975 UFS SENT T0: ❑ mryor f.3an ^cr Art Lorncy P 'ii olrz.-tor jfn Councilmen Tbh standard farm my amst Used psohtams in the add rnalcata& sat= g: wad 4 ® eo as blob. STOP NOTICE and make changes prepm as yanr haosacem. Con^dt a lawyer if rm daubt tha [ s lanN. in arm A+rvass. WOLCOTTIN FORM 094 —le[v. s•Ta . ... . .. ., ..: _..,, .a . .. a ^,a: ' . ... . .. ., ..: _..,, .a . .. YOU ARE HEREBY NOTIFIED THAT the undersigned claimant. __— CHARLES E. WRIGHT, 1843 E. Rowland Avenue, West Covina, CA (tlamE and address) has furnished or has agreed to furnish. - labor, services and equipment _J (labor, services, equiwenh materials) of the follo.ving kind _asading eguiQment, rental, operation_ and maintenance___ (,eagr2l description of dbn:• sarvic ip W atar Y`° `°. nt i. **ITE CONSTRUCTION CO., W. J. FOSTER CONSTRUCTION CO./ to for---_._.._.__.._._....._..__.- ....._..-- --__- _— _- --- ..- - - - - -, i46C �i2i�'.�9e21C 3tj0Y,�axCCBS. (name of person to or far nhom furnished) for SHEA COMPANY, INCORPORATED for the work improvement, located at, or known as roadimprovement _a_t_._F_ord_Rcad,__Sonth of Jamhoree_.Eoulevard, N_PTr -t Beach, CA. (address, Loa[ description, description of site or project idantlllcatioN The amount in value of the vrhole agreed to be done or furnished by claimant is S_661_-_50 The amount in value of that already done or furnished by claimant is c-- 661.50 Claimant has been paid the sum of 5----- _� ---, and there remains due and unpaid the sun of $_661.50 plus interest thereon at the rate of__7 per cent per annum from 6c- YOU ARE HEREBY iiOfIFIED TO GITHHOLD SUFFICI69T FUNOS TO SATISFY THIS CLAIM Y11TH INTEREST. Dated._ March. 20, 1975 STATE. OF CALIFORNIA ss, Los Angeles f COUifTY OF9e ) c. /i N CHARLES E.tlanf��y t __ 1843 E._Rowland Ayenue,_West Covina, Address of claimaat CA. CHARLES E. WRIGHT ___ _- --- _.--- - - - - -- - - -. —__.._ --.._ ---- . — ..... being duly s +Porn, deposes and 'says: That __.he is the person; lvho signed the foregoing Stop Notice; that ._ -he has read the same and kuov,s the cvleots thereof to ba trod of h.A _ can kco;;l�dr -,e, except as to any matters or things that may therein be stated on h ! s information and belief and as to those matters and things . —he believes them to he true. Subscribed and sworn to before me this ;20 day of 1975. Notary in and for said County and State. umullnenunllnunnlllllminllllnnlnlnullnn nu nln nm Iu 17. DAN L. STROUD 3 w OFFICIAL SEAL DAN L. STROUD yr 6 say ®tA a•o�NOT PRINCIPAL OFFICEF C FSCOtiN•. Try My Commission Expires March 9, 1918 A WIIIIOIOIIIIIIIIIIIIIIIIIIIII !Ilhlllidl, 111.l.IJ..II .4•,O.1 .L L!rv.lall II .. ..._.._ - ihit sinaclo :d L +rn awes mat tu+ul probih Lo the o -"'I nI I:Cabd, l :,dnry you r';;n, read it• ml in n❑ IIIdtVJ. nod rn.tYt tS.n ge, Prof =e to pour traa;aaon. Coesul[ a 111,,, d "o 2ni ✓+t L,, Forth's Geeeet fat your vTC:r ro F \10-CID'. T orxM nvi- -:!sv. ❑.73 t =- • • D E- MAR _.21 1975 >y� C�_. E)i.. : :: or ✓.� J I NOTICE TO WITHHOLD TO HOLDER OT FUNDS A'.taroey . ,j El l �Other�,vf. TO: -- TljE.._ CITY OF NEWPORT _BEACH (ti'me of o5nef, CCnsl uckion 1 °ndaf or pubk G IiCEr) 3300 Newport Boulevard, Newport CA — — — - - -' — .-- - - - - -- — - - - -- - - -- . —+ HOLDER OF FUNDS. (Address of c:;ner or construction lender) YOU ARE HEREBY NOTIFIED THAT the undersigned claimant. __— CHARLES E. WRIGHT, 1843 E. Rowland Avenue, West Covina, CA (tlamE and address) has furnished or has agreed to furnish. - labor, services and equipment _J (labor, services, equiwenh materials) of the follo.ving kind _asading eguiQment, rental, operation_ and maintenance___ (,eagr2l description of dbn:• sarvic ip W atar Y`° `°. nt i. **ITE CONSTRUCTION CO., W. J. FOSTER CONSTRUCTION CO./ to for---_._.._.__.._._....._..__.- ....._..-- --__- _— _- --- ..- - - - - -, i46C �i2i�'.�9e21C 3tj0Y,�axCCBS. (name of person to or far nhom furnished) for SHEA COMPANY, INCORPORATED for the work improvement, located at, or known as roadimprovement _a_t_._F_ord_Rcad,__Sonth of Jamhoree_.Eoulevard, N_PTr -t Beach, CA. (address, Loa[ description, description of site or project idantlllcatioN The amount in value of the vrhole agreed to be done or furnished by claimant is S_661_-_50 The amount in value of that already done or furnished by claimant is c-- 661.50 Claimant has been paid the sum of 5----- _� ---, and there remains due and unpaid the sun of $_661.50 plus interest thereon at the rate of__7 per cent per annum from 6c- YOU ARE HEREBY iiOfIFIED TO GITHHOLD SUFFICI69T FUNOS TO SATISFY THIS CLAIM Y11TH INTEREST. Dated._ March. 20, 1975 STATE. OF CALIFORNIA ss, Los Angeles f COUifTY OF9e ) c. /i N CHARLES E.tlanf��y t __ 1843 E._Rowland Ayenue,_West Covina, Address of claimaat CA. CHARLES E. WRIGHT ___ _- --- _.--- - - - - -- - - -. —__.._ --.._ ---- . — ..... being duly s +Porn, deposes and 'says: That __.he is the person; lvho signed the foregoing Stop Notice; that ._ -he has read the same and kuov,s the cvleots thereof to ba trod of h.A _ can kco;;l�dr -,e, except as to any matters or things that may therein be stated on h ! s information and belief and as to those matters and things . —he believes them to he true. Subscribed and sworn to before me this ;20 day of 1975. Notary in and for said County and State. umullnenunllnunnlllllminllllnnlnlnullnn nu nln nm Iu 17. DAN L. STROUD 3 w OFFICIAL SEAL DAN L. STROUD yr 6 say ®tA a•o�NOT PRINCIPAL OFFICEF C FSCOtiN•. Try My Commission Expires March 9, 1918 A WIIIIOIOIIIIIIIIIIIIIIIIIIIII !Ilhlllidl, 111.l.IJ..II .4•,O.1 .L L!rv.lall II .. ..._.._ - ihit sinaclo :d L +rn awes mat tu+ul probih Lo the o -"'I nI I:Cabd, l :,dnry you r';;n, read it• ml in n❑ IIIdtVJ. nod rn.tYt tS.n ge, Prof =e to pour traa;aaon. Coesul[ a 111,,, d "o 2ni ✓+t L,, Forth's Geeeet fat your vTC:r ro F \10-CID'. T orxM nvi- -:!sv. ❑.73 t w • • NINETY -DAY PUBLIC WORKS PRELIMINARY BOND NOTICE (Section 3091 California Civil Code) TO: (1) J. F. SHEA CO., INC. 655 Brea Canyon Road Walnut, California; and TO: (2) CITY OF NEWPORT BEACH 3300 Newport Boulevard Newport, California; and l TO: (3) E. L. WHITE CO., INC. 832 North Lemon Street Orange, California. /f i6.j'G G' YOU AND EACH OF YOU ARE HEREBY NOTIFIED: That the undersigned, W. J. FOSTER CONSTRUCTION CO., furnished labor, materials, equipment and services consisting of grading, excavation, clearing, grubbing, A.C. and concrete removal work to E. L. WHITE CO., INC., to be used and actually used in that certain public work consisting of improvement of Ford Road between Mac Arthur Boulevard and Jamboree Road, Newport Beach, County of Orange, California. That the last of the said labor, materials, equipment and services for which claim is made, were furnished within ninety (90) days prior to this date; and that the amount claimed after deducting all just credits and offsets is $23,071.78. DATED: March 12, 1975. 1 e.t MAR_ 1 1975 In P "'I'I: attar ❑ Cu:o :r; i;i:ec[or Councilmen W. J. F ONSTRUCTION CO. A � J. FOSTE , Owner ntractor s License N 193740A -I- A. s ON 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 VERIFICATION BY P (W, 20155 C. C. P.) ,STATE OF CALIFORNIA, COUNTY OF . I an the . in the above entitled artiou or proceeding; 1 have read the and know the contents thereof;. and 1 certify that the sq#is true of my otott knowledge, exeePt as to those ns"Aq+_.}PAieh •ai are therein stated upon my information or belief, and as to �thoOnotters I believe it to be true. rq I declare, under penalty of perjury, that the foredbutg is true and correct. Executed oa at , Caiijorniu (date) (Place) Signature PROOF OF SERVICE BY MAIL (1013x, 20155 C. C. P.) STATE OF CALIFORNIA, COUNTY OF ORANGE I' am a resident al. the county aforesaid; 1 am over the -age o/ eighteen years and not a party to the within entitled action; my basiness address is: 888 North .Main Street Suite INS Santa Ana. California 92701 On March 12. 19., 1 served the within NINETY-DAY PUBLIC WORKS PRELIMINARY BOND NOTICE (Section 3091 California Civil Code) on the lntaregted nartiws in said action, by placing a true copy thereof enclosed in a sealed envelope with postage thereon fully prepaid, in the United States mail at Santa Ana, California addressed as follows: J. F. SHEA CO., INC 655 Brea Canyon Road Walnut, California E. L. WHITE CO., INC.. 832 North Lemon Street Orange, California 1 declare, under penalty of perjury, that the foregoing is true and correct. Executed on March 12, 1975 t Santa Ana y California (date) (Place) /s /Carole L. Parise Carole L. Parise Signature CITY OF NEWPORT BEACH 3300 Newport Boulevard Newport, California STOP NOTICE NOTICE TO WITHHOLD TO HOLDER OF FUNDS of owner, construction lender or public officer) Y RECEIVED CITY CLERK FEB 1 1 1975m- CITY OF NEWPORT GEAR CALIF. /%3 G 3300 Newport Rlvd_, Nort RAarh -, ralifnrnia HOLDER OF FUNDS, (Address of owner or construction lender) YOU ARE HEREBY NOTIFIED THAT the undersigned claimant, W. J. FOSTER CONSTRUCTION COMPANY, 2991 Zurich Court Laguna Beach, California 92651 (Name and address) has furnished or has agreed to furnish Labor and (labor, services, equipment, materials) of the following kind Dirt Handling Equipment as specified on contract #1600 (general description of labor, services, equipment or materials) to or for J. F. Shea Co. ,Inc. / E.L. White Co., Inc. for the work improvement, located at, or known as: (name of person to or for whom furnished) Ford Road Improvement between MacArthur 8 Jamboree, Newport Beach, Ca. on contract #1600 (address, legal description, description of site or project identification) The amount in value of the whole agreed to be done or furnished by claimant Is $ 31,659-60 The amount in value of that already done or furnished by claimant is $ 31,659-60 Claimant has been paid the sum of $ 8,250.48 , and there remains due and unpaid the sum of $ 23,409.12 plus interest thereon at the rate of—JA—per cent per annum from February 15 '19-75— YOU ARE HEREBY NOTIFIED TO WITHHOLD SUFFICIENT FUNDS TO SATISFY THIS CLAIM WITH INTEREST. Dated: February 14 1975 STATE OF CALIFORNIA COUNTY OF �'r�� ss. W. J. Foster Construction Company Name of Claimant 2991 Zurich Court, Laguna Beach, Calif, 92651 Address of Claimant ` o being duly sworn, deposes and says: That —he is the person(s) who signed the foregoing Stop Notice; that . —he has read the same and knows the contents thereof to be true of hl�_ own knowledge, except as to any matters or things that may therein be stated on h_L� information and belief and as to those matters and things —he believes them to be true. W. J Subscribed and sworn to before me this V°' 4"" day of 19 _. Notary Public and in a i for said State ter, Owner OF —CLAL SE.' TL K x BARBARA F. NOLL NOTARY PUBLIC-CALIFORNIA S ORANGE COUNTY My Commission ExpiresAug.3,1976 Coils s "3ff T0: r � , br Councilmen 15777 Tbb standard form coven most umd pnbbma to the Said Indicated. Before you sip, nod R all In an blaRb, AITOF NOTICK and make changes proper to yaa transaction. Consult a lawyer if yon doubt ebe form a amesa for your yanoee. WOL.C"' FORM 804 --Ray. 2.73 it'3G STOP NOTICE r NOTICE TO WITHHOLD TO HOLDER OF FUNDS I. L` = % CitV of Newport Beach (Name of owner, construction lender or public officer) 3300 Newport Blvd., Newport, Beach, California HOLDER OF FUNDS, (Address of owner or construction lender) YOU ARE HEREBY NOTIFIED THAT the undersigned claimant, M. H. Cook Pipeline Construction Co. P.O. Box 835, Paramount, Calif. (Name and address) has furnished or has agreed to furnish Labor and Equipment (labor, services, equipment, materials) of the following kind Caterpillar DS tractor Model 46A fully_ operated and maintained. J. F. Shea Co. IAI!ral description of labor, services, equipment or meterlala) toorforE. L. White Co. Inc. W. J. Foster ConsVt ho work Improvement, located it, or known ae, (name of person to or for whom furnished) Ford Road Improvement between MacArthur & Jamboree, Newport Beach. Ca. (address, legal description, description of site or project Identification) The amount in value of the whole agreed to be done or furnished by claimant is $ 4 866.50 The amount in value of that already done or furnished by claimant Is $ 4 +866.50 Claimant has been paid the sum of $1 +158.00 , and there remains due and unpaid the sum of $3 +708.50 plus interest thereon at the rate of__2�_per cent per annum fromFebruary 15. ig YOU ARE HEREBY NOTIFIED TO WITHHOLD SUFFICIENT FUNDS TO SATISFY THIS CLAIM WITH INTEREST, Dated: February 14, 1975 M. H. Cook Pipeline Construction Co. Name of Claimant P.O. Box 835,.Paramount, California 90723 Address of Claimant STATE OF CALIFOR IA COUNTY OF , being duly sworn, deposes and says: That 4& is the persons) who signed the foregoing Stop Notice; that —he has read the same and knows the contents thereof to be true of h&a2own knowledge, except as to any matters or things that may therein be stated on hlBL Information and belief and as to those matters and things _he believes them to be true. 1 1975 ack Cook, Vice — President ,(Y Subscribed and sworp to before me this — dddavoff -�&Aee-erl'zl 1975 tary Public and in an for laid State S )I 7, Tbb standard tore coven most used problemr In the field Indicated. Eaton you ,l.., mad t4 eE in aE MAWS, STOP NOTICE and make change, props, to your transaction. Consult a lawyer if you doubt the to=t dnen for your popes. WOLCOTTS FORM 804 —Ray. 2•70 TO: Public Works Department FROM: City Clerk i L- SUBJECT: Contract No. 1,600 Project r=A RadW y}j �„ 7�aRtna is cAtsChr» Attached is signed copy of subject contract for transmittal to the contractor. Contractor: .T. F_ Shun r., r Tnr Address: 655 Bsra Canyon Road Walnut A 91799 Amount: $ 438.602_20 Effective Date: 10 -29 -74 Resolution No. 936q Laura Lagios LL-dg Att. cc: Finance Department [7 CONTRACT NO. 1600 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 0 CITY CLERK CONTRACT DOCUMENTS FOR FORD ROAD IMPROVEMENTS' FROM JAMBOREE ROAD TO 560 FEET WESTERLY OF MAC ARTHUR BOULEVARD (SH 73) AHFP PROJECT NO. 745 SUBMITTED BY: J. F. Shea Co., Inc. Contractor 655 Brea Canyon Road Address Approved by the City Walnut, California 91786 Council this jj� day City zip of Sept 1974. 714 595 7432 Phone L 4aa"gios , C Clerk $433,602.20 Total BI Price Items 1 thru 56 l I nu I V I a 0- September 18, 1974 CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROJECT: FORD ROAD IMPROVEMENTS FROM JAMBOREE ROAD TO 560 FEET WESTERLY OF MACARTHUR BOULEVARD (SH 73) CONTRACT NO.: 1600 AHFP PROJECT NO.: 745 ADDENDUM NO. 1 CHANGES TO SPECIAL PROVISIONS: A. Add the following paragraphs to Section IV: "CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK" on page 6P 6 of 60. The Contractor shall be responsible for traffic control in accordance with Subsection 7 -10 of the Standard Specifications. One traffic lane in each direction shall be maintained open at all times for through traffic. Prior to commencing work, the Contractor shall submit a written traffic plan to the engineer for approval. The plan shall show: traffic control phasing, the location and signing of detours, and any other details re- quired by the engineer to assure that all through and local traffic will be handled in a safe and efficient manner with a minimum of inconvenience. B. Add the following Section to the Special Provisions: XXV. PORTLAND CEMENT CONCRETE Portland Cement Concrete shall conform to the provisions in Sec- tion 90, "Portland Cement Concrete," of the State of California Standard Specifications and of the State of California Special Provisions. The Cleanness Valve specified in Section 90- 2.02A, "Coarse Aggregate," of the State Standard Specifications shall be amended as follows: Tests Test Method No. Calif. Requirements Cleanness Valve 227 Individual Test Result 70 Min. Moving Average 75 Min. I 1• [ T Au L V1 L The Sand Equivalent Valve specified in Section 90 -2.02 B, "Fine Aggregate" of the State Standard Specifications shall be amended as follows: Test Method Tests No. Calif. Requirements Sand Equivalent 217 Individual Test Result 70 Min, Moving Average 75 Min. NOTE: SHOW DATE OF RECEIPT OF THIS ADDENDUM ON THE PROPOSAL OR INSERT A COPY WITH YOUR PROPOSAL. C. S ephen Bucknam Jr., P.E. Project Manager Sept. 19, 1974 Date Received S/ Peter 0. Shea Authorized Signature CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROJECT: FORD ROAD IMPROVEMENTS FROM JAMBOREE ROAD TO 560 FEET WESTERLY OF MacARTHUR BOULEVARD (SH 73) CONTRACT NO.: 1600 AHFP PROJECT NO.: 745 ADDENDUM NO. 2 I. CHANGES TO PROPOSAL A. Remove Sheet No. PR 8 of 10 and insert Revised Sheet No. PR 8 of 10. The revised sheet changes the unit designation of Bid Item No. 45 from LF (Linear Feet) to SF (Square Feet). II. CHANGES TO SPECIAL PROVISIONS A. Revise paragraph 1 of Section XX "EROSION CONTROL PLANTING" Subsection (e) "Soil Stabilent" to read as follows: "The soil stabilent shall be "Landlock" as manufactured by Minnesota Mining and Manufacturing Company, or an alternative stabilent as approved by the Engineer." NOTE: SHOW DATE OF RECEIPT OF THIS ADDENDUM ON THE PROPOSAL OR INSERT A COPY WITH YOUR PROPOSAL. C. tep en Bucknam Jr., P.E. Project Manager September 24, 1974 S/ Peter 0. Shea Date Received Authorized Signature p ^ � '� PR 1 of lb CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT FORD ROAD.IMPROVEMENTS FROM JAMBOREE ROAD TO 560 FEET WESTERLY OF MAC ARTHUR BOULEVARD (SH.73) CONTRACT NO. 1600 AHFP PROJECT NO. 745 PROPOSAL To the Honorable City Council City of Newport Beach 3300 W. Newport Boulevard Newport Beach, Ca. 92660 . Gentlemen: The undersigned declares that he has carefully.examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes.to furnish.all materials and do "all the work required to complete Contract No. 1600 and will take in full payment therefor the.following unit prices for each item, complete in place, to wits: ITEM QUANTITY ITEM DESCRIPTION UNIT 7 TOTAL NO. AND UNIT UNIT PRICE.WRITTEN IN WORDS PRICE PRICE. 1 1 Clearing and grubbing Lump Sum @ Forty Thousand Dollars and no Cents' ,.000DO$ 40..000.00 Lump Sum 2 500 Const. 18" R.C.P. (2000D) L.F. . @ Twenty -two Dollars and no Cents, $ 22.00$ 11,000.00 Per Linear Foot 3 g7 Const. 18" R.C.P. (1750D) L.F. @ Twenty -one Dollars and no Cents 21.00 $ 1.827.00 Per Linear Foot 4 t � Per Linear Foot 5 282 Const. 24" R.C.P. (2000D) L.F. @ Twenty -four Dollars and no Cents $ 24.00$ 6,768.00 Per Linear Foot 6 52 Const 24" R.C.P. (1500D) L.F. @ Twenty -three Dollars and no Cents $ 23.00 $ 1,196.00 'Per Linear Foot 7 70 Const. 30" R.C.P. (1750D) L.F. @ Twenty - seven Dollars and no Cents $ 27.00$ 1,890.00 Per Linear Foot 8 55 Const. 36" R.C.P. (1750D) L.F. @ Thirty -three Dollars and . no Cents $ 33.00$ 1,815.00 Per Linear Foot 9 10 Const. 24" C.M.P. L.F. @ Twenty Dollars and no Cents $ 20.00$ 200.00 Per Linear Foot 10 1 Const. Type OL -A Curb Inlet, E Eaci L =14' Per C.N.B. DWG. 305 -L @ Fifteen hundred Dollars and no Cents $1,500.00$ 1,500.00 Each PR 2 of 10 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4 53 Const. 18" R.C.P. (1250D) L.F. @ Twenty Dollars and no Cents $ 20.00 $ 1,060.00 Per Linear Foot 5 282 Const. 24" R.C.P. (2000D) L.F. @ Twenty -four Dollars and no Cents $ 24.00$ 6,768.00 Per Linear Foot 6 52 Const 24" R.C.P. (1500D) L.F. @ Twenty -three Dollars and no Cents $ 23.00 $ 1,196.00 'Per Linear Foot 7 70 Const. 30" R.C.P. (1750D) L.F. @ Twenty - seven Dollars and no Cents $ 27.00$ 1,890.00 Per Linear Foot 8 55 Const. 36" R.C.P. (1750D) L.F. @ Thirty -three Dollars and . no Cents $ 33.00$ 1,815.00 Per Linear Foot 9 10 Const. 24" C.M.P. L.F. @ Twenty Dollars and no Cents $ 20.00$ 200.00 Per Linear Foot 10 1 Const. Type OL -A Curb Inlet, E Eaci L =14' Per C.N.B. DWG. 305 -L @ Fifteen hundred Dollars and no Cents $1,500.00$ 1,500.00 Each @ One thousand Dollars and no Cents. $1,000.00$ 3,000.00 Each 16 1 Const. Junct. Structure No. 2 Each Per C.N.B. DWG. 311 -L @ Four hundred Dollars and no Cents $ 400.00$ 400.00 Each PR 3 of 10 ITEM WIT QUANTITY ITEM DESCRIPTION NO. AND UNIT UNIT PRICE WRITTEN IN WORDS .. PRICE PRICE 11 1 Const. Type OL Curb Inlet, Each L =21', Per C.N.B. DWG. 306 -L @ Eighteen hundred Dollars and no Cents $1,800.00 $ 1.800.00. Each 12 2 Const. Type OL Curb Inlet, . i Each L=10, Per C.N.B. DWG. 306 -L @ Thirteen hundred Dollars and no Cents $1,300.00 $ 2,600.00 Each 13 1 Const. Type OL Curb Inlet, Each L=7', per C.N.B. DWG. 306 -L @ Twelve hundred Dollars and . no Cents $1,200.00 $ .1,200.00. Each 14 1 Const. Type OS Curb Inlet, EacK L =3.5', Per C.N.B. DWG. 306 -1, @ Nine hundred Dollars and nn Cents $ 900100$ 900.00 Each 15 3 Const. Junct. Structure No. 1' . Each Per C.N.B. DWG. 310 -L @ One thousand Dollars and no Cents. $1,000.00$ 3,000.00 Each 16 1 Const. Junct. Structure No. 2 Each Per C.N.B. DWG. 311 -L @ Four hundred Dollars and no Cents $ 400.00$ 400.00 Each 19 20 21 22 23 PR 4 of 10 UANTITY ITEM DESCRIPTION UNIT TOTAL ND UNIT UNIT PRICE WRITTEN IN WORDS. PRICE PRICE 3 Const. Conc. Pipe Collar Per Each C.N.B. DWG. 313 -L @ One hundred Dollars and _ mo Cents $ 100.00 $ 300.00 Each 1 Const. Headwall Per Detail EacTi Sheet No. 9 @ Three hundred Dollars and no Cents 300.00 $ 300.00 Each 25 Const. Downdrain Per Detail L.F. Sheet No. 9 @ Ten Dollars and no Cents.. S 10.00 $ 250.00 Per Linear Foot 570 Const. Intercepting Terrace Per L.F. C.N.B. DWG. 701 -L @ Ten Dollars and no Cents $ 10.00 S 5,700.00 Per Linear Foot 365 Const. Diverter Terrace Per L.F. C.N.B. DWG. 701 -L @ Six Dollara and no Cents $ 6.00 S "2,190.00 Per Linear Foot 60 Const. 8" A.C.P. Water Service - L.F. Plug End @ Ten Dollars and . nn Cents $ 10.00 S 600.00 Per Ulnear Foot PR 5 of. 10 ITEM QUUMITY ITEM DESCRIPTION. UNIT AL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 24 3 Const. 8" Gate Valve Per C.N.B. Each DWG.. 507 -L with tapping sleeve @ Twelve hundred. Dollars and no Cents $1,200-00 $ 3.6nn.00 Each 25 10 Const. Fire Hydrant Per C.N.B. Each DWG. 500 -L @ Two thousand Dollars and no Cents 1 $2,000.00 $ 20,000.00 Each 26 4 Adjust Valve Box to Grade Each @ One hundred twenty five Dollars and no Centss' 125.00 $ 500.00. . Each 27 1 Relocate Air Vacuum Valve EacF @ Two hundred fifty Dollars and no Cents4 250.00 $ . 250.00 Each 28 5 Adjust Sewer Manhole to Grade Each @ One hundred, fifty Dollars and no Cents $x150.00 $ 750.00. Each 29 1 Const. Std. Street Light City E`acFi Switch in Econolite Cabinet @ One thousand Dollars and no Cents $1.000.00 $ 1.000.00 Each 30 21 Const. Type II Street Light Each Per C.N.B. DWG. 200 -L (Incl. . Pull Box, Conduit & Wire). @ Fifteen hundred Dollars. and .nn Cents $,500:00 $ 31,500.00 . Each Per Linear Foot 32 1,425 Const. Type. "C" P.C.C. Curb & L.F. Gutter Per C.N.B. DWG. 106-L @ 'Two Dollars and sixty Cents $ 2.60 $ 3 705_nn Per Linear Foot 33 240 PRbox tu, L.F. C.N.B. DWG. '106 -L ITEM QUANTITY ITEM DESCRIPTION UNIT TO NO`.` AND UNIT`' UNIT PRICE WRITTEN IN WORDS PRICE PRICE 31 6,315 Const. Type "A" P.C.C. Curb & L.F. Gutter @ Three Dollars Cents $ 3_n0 and No Cents $ 3.00 $ 18.945.00 Per Linear Foot 32 1,425 Const. Type. "C" P.C.C. Curb & L.F. Gutter Per C.N.B. DWG. 106-L @ 'Two Dollars and sixty Cents $ 2.60 $ 3 705_nn Per Linear Foot 33 240 Const. Type "E" A.C. Curb, Per L.F. C.N.B. DWG. '106 -L @ Three Dollars and no Cents $ 3_n0 $ 79n _nn Per Linear Foot 34 33,220 Const. P.C.C. Sdwlk. Per C.N.B. S.F. DWG. 110 -L @ no Dollars and .sixty -five Cents $ 0.65 $ 21,593.00 Per Square Foot 35 2,390 Const. 2" thick A.C. Sdwlk S.F. @ no Dollars and thirty Cents, $ 0.30 $ 717.00 Per Square Foot 36 5,566 Const. Asphaltic Conc. Pavement Tons Incl. Prime Coat @ Ten Dollars and fifty Cents $.10.50 $ 58,443.00 Per Ton 37 Tons Const Aggregate Base $ 4.20 $ 63,235.20' PR 7 of 10 ITEM.- QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND.UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE CcI M 40 41 42 43 1,110 Const. 4" P.C.C. Cobblestone S.F. Pavement @ TWO Dollars and no Cents $ 2.00$ ,2,220.00. Per Square Foot 852 Const. 6" P.C.C. Type I Com- S.F. mercial Drive Approach Per C.N.B. DWG. 111 -L @ One Dollars and no Cents $ 1.00$ 852.00 . Per Square Foot 306 Const. 2 "x6" R/W Header L.F. @ One Dollars and no Cents $ 1.00$ 306.00 Per Linear Foot 65 Const. Std. Street Barricade Per L.F. C.N.B. DWG. 122 -L @ Ten Jollars and no Cents $ 10.00$ 650.00 Per Linear Foot 11 Const. Std. Survey Monument Per Each C.N.B. DWG. 124 -L @ Fifty Dollars and no Cents $ 50.00 $ 550.00 Each 1 Reconstruct Traffic Signal System Lump Sum Per Detail Sheet No. 11 @ Sixty thousand Dollars and no Cents $60,000AO $ 60,000.00 Lump Sum :::_ @ One thousand Dollars and no Lump Sum 1 Cents $ ,000.00 $ 1,000.00 1 I' PR 8 of 10. E . ITEM QUANTITY ITEM 5nCRIPTION UNIT NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 44 1 Conc. Block Wall (Incl. Footing) Lump Sum @ Twenty two hundred Dollars and no Cents $2,200_on $ 2.9nn no Lump Sum 45 105,300 Erosion Control Planting S.F. @ no Dollars and ten Cents $ 0.10 $ 10,530.00 Per Square Foot 46 1 Relocate Existing Irrigation Lump Sum System Adjacent to Northerly Curb Line @ Seven hundred Dollars and no Cents $ 700.00 $ 700.00 Lump Sum 47 1 Construct 1 1/2" Water Service Eaci — Per C.N.B. DWG, 503 -L Including Meter Box @ Five hundred Dollars and no Cents $ 500.00 $ 500.00 ac 48 230 Construct 1 1/2" Schdl. 40 P.V.C. L.F. Sprinkler Line @ Two Dollars and no Cents $ 2.00 $ 460.00 Per Linear Foot 49 1 Guard Underground Construction Lump Sum @ One thousand Dollars and no Lump Sum 1 Cents $ ,000.00 $ 1,000.00 4 i `'Y 53 1 Fill Existing C.M.P. Storm Lump Sum Drain Pipes w /2 Sack Conc. Slurry, Except 30" C.M.P. at Station 3 +00 @ Five hundred Dollars and no Cents. $ 500.00$ 500.00 Lump Sum 54 1 Const. Alternate Inlet Structure Each No. 1 for Line "A" and 30" C.M.P. and Bulkhead Line "A" Outlet in Lieu of Item 52 @_ Twelve hundred Dollars and no Cents $1,200.00 $ 1,200.00 Each 55 1 Fill Existing 30" C.M.P. at Lump Sum Sta. 3 +00 w/2 Sack Conc. Slurry @- Seven hundred Dollars and no Cents $ 700.00$ 700.00 Lump Sum PR 9 of 10 r. ITEM QUANTITY- ITEM.DESCRIPTZON UNIT -TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 50, 1 Pavement Removal Lump Sum. @ Four thousand Dollarsi . and no. Cents ., $4,000.00$ 4,000.00 Lump Sum 51 1 Reconstruct Sewer Manhole . Lump um Base and Shaft @__Five hundred Dollars and nn Cents $ 500.00 $ 500.00 Lump Sum 52 1 Const. Inlet Struct. No. 1 Each 30" C.M.P. @ Seven hundred Dollars and no Cents $ 700.00$ 700.00 Each 53 1 Fill Existing C.M.P. Storm Lump Sum Drain Pipes w /2 Sack Conc. Slurry, Except 30" C.M.P. at Station 3 +00 @ Five hundred Dollars and no Cents. $ 500.00$ 500.00 Lump Sum 54 1 Const. Alternate Inlet Structure Each No. 1 for Line "A" and 30" C.M.P. and Bulkhead Line "A" Outlet in Lieu of Item 52 @_ Twelve hundred Dollars and no Cents $1,200.00 $ 1,200.00 Each 55 1 Fill Existing 30" C.M.P. at Lump Sum Sta. 3 +00 w/2 Sack Conc. Slurry @- Seven hundred Dollars and no Cents $ 700.00$ 700.00 Lump Sum �. PR 10 of 10 P i ITEM QUANTIrY ITEM DESCRIPTION UNIT.. TOTAL. NO. AND UN�T UNIT PRICE WRITTEN IN WORDS PRICE PRICE. 56 21,300 Unclassified Excavation Cu.YdS. @ One Dollars and sixty Cents $ 1.60 $ 34,080.00 TOTAL PRICE FOR ITEMS 1 THROUGH 56 WRITTEN IN WORDS Four hundred thi.rtythree thousand six hundred two Dollars and twenty Cents $ 433,602.20 CONTRACTOR'S LICENSE NO. 177061 J. F. SHEA CO., INC. BIDDER'S NAME DATE October 1, 1974 . S/ Peter 0. Shea, Vice President DATE AUTHORIZED SIGNATURE CONTRACTOR'S ADDRESS 655 Brea Canyon Road Walnut, California 91789 TELEPHONE NUMBER (714) 595 7432 NOTE: Designate the Traffic Signal Controller Supplier for Bid Item 43 in the space below: (Address) (714 ) 993 - 6520 Telephone Number , s ` 0 Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until _' I OC_ A.M. on the 1 day of October , 1974 at which time they wi it be opened and read, for performing work as follows: FORD ROAD IMPROVEMENTS FROM JAMBOREE ROAD TO 560 FEET WESTERLY OF MACARTHUR BOULEVARD (SH 73) AHFP PROJECT NO. 745 CONTRACT NO.1600 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required an the—Corporate � � Seal shall be affixed to all documents requiring signatures. In the case of a arP tnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) �,: - �.Rr k 0 A Page la The City has adopted the Standard Specifications for Public Works Construction (1973 Edition) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $5.00 per set. A standard "Certificate of Insurance for Contract Work for City" form has been adopted by the City. This form is the only certificate of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the contract. For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds, and Faithful Performance Bonds must be an insurance company or surety company licensed by the State of California. The companies must also have a current General Policy Holders Rating of A or better; and a Financial Rating of at least AAA as per the latest edition of Best's Key Rating Guide (Property - Liability). In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach 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 and has set forth these items in Resolu- tion No. 8090 adopted September 10, 1973. A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). The City reserves the right to reject any or all bids and to waive any informality in such bids. Revised 12 -10 -73 Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 177061 Classification A Accompanying this proposal is Rnn (Cash, Certifiei 5eck, CasRier's Check or on in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. 714 595 7432 Phone Number Oc te ober 1. 1974 a J. F. SHEA CO.. INC. Bidder's Name (SEAL) S� Peter 0. Shea, Vice President u} ui o i ze�ti gnature S/ Robert L. Thomson, Assistant Secretary Authorized Signature Corporation Type of Organization (Individual, Corporation, or Co- Partnership) List below.names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: John F. Shea, President Peter 0. Shea, Vice President G. E. Brolin. Secretary- Treasurer 0 0 Page 3 DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address 1. Electrical Steinev Anaheim 2. Underaround 3. PCC Cobblestone Pattarn Concrete Laguna 6eash 4. Concrete Jezowski - Market Santa Ana 5. Base & A.C. E. L. White Orange 6. 7. 8. 9. 10. 11. J. F. SHEA CO., INC. Bidder's ame S/ Peter 0. Shea, Vice. President Authorized gnature Corporation Type of Organization (Individual, Co- partnership or Corp.) 655 Brea Canyon Road Walnut California 91789 Address Y FOR ORIGN SEE CITY CLERK'S FILE COPY & Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, J. F. Shea Co., Inc., 655 Brea Canyon Rd., Walnut, Calif. , as Principal, and Firemen's Insurance Company of Newark, New Jersey as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent of the total amount of the bid Dollars ($ 10% ), lawful money of the United States for the payment of which sum well.and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of Ford Road J tan /J/ nnrr r11,JCG6 IW. 19D - WFILrdUL 1 1V. IDVV in the City of Newport Beach, is accepted by the City Councilo of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (.2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. 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, we hereunto set our hands and seals this 1st day of October , 19 74 . Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) Oct. 1, 1974 S/ Martha J. Chase, Notary Public J. F. Shea Co. Inc. Principal S/ Peter 0. Shea, Vice President Commission expires April 3, 1977 Firemen Insurance Como of Newark. New Jersey Surety BY S/ Harry J. Collins.. Title Attornu _ Page 5 NON- COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agree- ment with any other bidder, or with any public officer.of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agree- ment with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no inducement or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this st day of October 19 74 My commission expires: April 26. 1978 J. F. Shea Co., Inc. S/ Peter 0. Shea, Vice President S/ Robert L. Thomson. Assistant Secretary S/ Rodolfo Magallanes Notary Public • J. F. SHEA CO., INC. • BALANCE SHEET AUGUST 31, 1974 ASSETS Cash (Intl. Time Deposits) 525,882 Marketable Securities (At Cost) 21,306,075 Accounts And Notes Receivable 120052,495 Inventories 12,617,327 Prepaid Expenses Anal Other Assets 599,016 Investment In Joint Ventures (518,396) Other Investments 404,251 Plant, Buildings And Equipment (Net Of Accumulated Depr.) 10,869,159 Total Assets 57,855,809 LIABILITIES Accounts Payable 2,450,453 Notes Payable Secured By Trust Deed 11060,762 Notes Payable - Unsecured 4,859,653 Provision For Federal Income And Franchise Taxes: Current Provision 4,130,459 Deferred 2,370,730 6,501,189 Accrued And Other Liabilities 1,411,182 Billings In Excess Of Costs And Estimated Earnings On Uncompleted Contracts 7,504,803 Stockholders Equity: Capital Stock 10,000,000 Retained Earnings 24,067,767 34.067,767 Total Liabilities 57,855,809 I certify that the above statement fairly represents the financial condition of the Company on the date shown. 1�J r R. L. Thomson, Asst. Secretary C a4GN rWPC2t B. FOR ORIGINAL SEE CITY CLERK'S FILE COPY Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. J. F. SHEA CO., INC. Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person. to Contact Telephone No. SEE ATTACHED J. F. SHEA CO., INC. S/ Peter 0. Shea, Vice President Signed C • • m 'O yl U - • G O b O G v U U m G G Y U T m F W C (p O N A b h N M m N O M O m N • m m G. H pl b U 1� .-• Q ti b tD N t7 N M P N v) � ^� S N m F 0 1 U 2 O is G N N G T 9 m N 4 m y m U •my .m. h N .-m. N O N O Q N Q b O O . i h b O m m M ti N 1Il � O ti T f7 � � m O tf N m b 4l Cl 0 U P O b O O b m N O N P h b ^� m N (� b I C T • • • b ^ b Iz N N N N N O N G O o .• H U U Um z° H m •a h m _G U y q l0 b t0 b b tD tD tO b t0 lD n (O [� h m lO tJ 1� y a O E ti.D p N tl N OI m U 0 0 0 0 � T G T G O O O O m ro a m m .n a a m a ¢ a a m m m m ro m roC m m V m m m ro m m m 4 4 C 0 w � w U w U m O O O « O O O U m U O m O p m m m Y« w CO N N mJ O m N Q ti �/] w m N 4 O r a ❑m o w w w q q U G U G w r G G w C [G C G a m w m m yl U - • G b O G U U m G G Y U T m F W y m m F 0 U U F O O is G O G T 9 m N 4 m y m U •my .m. .-m. .r Cl 0 0 LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, That z Pa e 8 n U9 me me BOND NOS au " the Premium charged for t v Z Bond is included iu that shown X 0 O on the Performance Bond." uw V [3 WHEREAS, the City Council of the City of Newport Beach, .State of California by in motion adopted October 15, 1974 + •, has awarded to J. F. Shea Co., Inc. hereinafter designated as the "Principal ", a contract for Ford Road Improvements from Jamboree Road to 560 Feet Westerly of MacArthur Boulevard (SH 73) - Contract 1600 AHFP Project No. 745 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with.said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender., or other supplies or teams.used in, upon,.for,.or about the per - formance 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 J F_side q /% // _1.e, , -7—AT, . c��SJiPE9 �-" ,V10Al as Principal, hereinafter designated as the Contractor and giy Ei✓ 'J as Surety, are held firmly bound unto the City of Newport Beach, in the sum of Tw d /1llN0/9� D ,/ /X TEA✓ Tops/7N0 Dollars (s said sum being one -half 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 presehtse THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or his.subcontractors,' fail to pay for any materials, provisions, proJender,.or other supplies or teams, 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, that the Surety or Sureties Will pay for the same, in an amount ,not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee:, to be fixed by the Court_as required by the Provisions of Section 4204 of the Government Code of the State of California. 11 (Labor and Material Bond - Continued). 46 Page 9 This bond shall inure to the.benefit of any and all persons, companies, and corporation entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California. And the said Surety, for value extension of time, alterations to be performed thereunder or affect its obligations on this extension of time, alterations work or to the specifications. received, hereby stipulates and agrees that no change, or additions to the terms of the contract or to the work the specifications accompanying the same shall in any wise bond, and it does hereby waive notice of any such change, or additions to the terms of the contractor or to the 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 instr ment has been duly executed by the Principal and Surety above named, on the _ /2 Z day of �d TA�E,p 19 ' '. oved as la�O - ity Attorney This bond was approved by the City Council of the City of Newport Beach by motion on Attest: City Clerk — hontraetor Fi�r� nE N ° ,v,P i.PS�N e E C-d M_PH_ NY €Seal"f • - COLLINS Sea ) 0 ;F 0 E$ r\ \] \ % j) \{ @6 .y \3; \ }0 \k� )I- ; \ /{} _<[� t cc ! \/ Z§0 a /oa \ \ CU )2 , Co } / a\t U. \ �1 \/ \} `\ }/ \\ ` ) / 0 z< E$ r\ \] \ % j) \{ @6 .y \3; \ }0 \k� 0 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That E Page: 10 � *ND r►t�_Av�„ &A9 W The 2!ramime . s8lM be this Bond is .l THIS a014D EXECUTED IN ........ :51_._. ....COUNTERPARTS WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted October 15. 1974 as awarded to J. F. Shea Co. Inc. hereinafter designated as the "Principal ", a contract for Ford Road Improvements from amboree_Road_to 550 Feet Westerly of MacArthur Boulevard (SH 73) - Co in the City of Newport Beach, in strict conformity with the drawings and specifications and other contract documents now on file in the office of the City Clerk of the City of Newport Beach. WHEREAS, said Principal has executed or is about to execute said contract -and the terms whereof require the furnishing of a bond for the faithful performance of said contract; as Principal, hereinafter designated as the "Contractor ", and MEN -'JF As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of FD u /� f/sC .r O,,p� 0 TNi/r TY - T /�'EE TNOIlJ'fiNO Tiyo A.y,g D / /�_ Dollars ($ said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, 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 presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal,.his or its heirs, executors, administrators, successors, or assigns, shall in all things. stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the said contract and any alteration thereof made.as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue, e 0 0 Page 11 (Performance Bond - Continued) And said Surety, for value received, hereby stipulates and agrees, that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alteration or addition 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 exe uted.by the Principal and Surety above named, on the 1,Pry day of /��T��E� U JIEf7 l rs;: Real.).. X O _ a = _``(weal ) Jr NEA � l' (Seal) Contractor 'c, Cz�-/ urety Approved as to form: ty Attorney 'q 7 eal Li 0 Nk7 �& / *\ \§\\ 4, \ �\ ` (� }U) \ . - ' \ \�� \ \ \� CL \ \ �\ 2 )0 \ )® \s 6 /`*J: , OQ {( }\ r\ 'ri / t 0 ) \ \ \ \ \ )) %§zbE ) §x\999 \ < :y§. [a23z! \ °°&:`J [2 •�, � a Page 12 CONTRACT THIS AGREEMENT, made and entered into this Aed, day, of QG7- ,q6 ,f 19/-Y , by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and J. F. Shea Co., Inc. hereinafter designated as the Contractor, party of the second part. WITNESSETH: That the parties hereto do mutually agree as follows: 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees -with the City to furnish all materials and labor for the construction of I M, ',.. , , loll •. 11 ��, l'" :,.. , .1 , u. . :. J_S_H 73) - Contract No. 1600 - AHFP Proiect Nn_ 745 and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the Plans and'Specifications therefor; to furnish at his own proper cost and expense all tools, equipment, labor, and materials necessary therefor, (Except such materials, if any, as in the said Specifications are stipulated to be furnished by the City), and to do everything required by this Agreement and the said Plans and Specifications. 2. For furnishing all said materials and labor, tools and equipment, and doing all the work contemplated and embraced in this Agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be encountered in the prosecu- tion of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said Specifications are expressly stipulated to;be borne by the City ;'-and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the said Plans and Specifications, the City will pay and the Contractor shall receive in full compensation therefore the lump sum price, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the Specifications, named in the bidding sheet of the Proposal, as the case may be. 3. The City 'hereby promises and agrees with the said Contractor, to employ, and does hereby employ the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to for the price aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the Plans and Specifications, and all amendments thereof, when approved by the parties hereto, or when required by the City in accordance with the provisions of the Plans and Specifications, are hereby incorporated in and made part of this Agreement. A 40 Page 13 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the Director of Public Works, and their officers and employees, from all claims, loss, damage, injury, and liability of every kind, nature, and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence; and from any and all claims, loss, damage, injury, and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the day and year first above written. CITY OF NEWPORT.BEACH, CALIFORNIA Bymayor,� By. SSE lit le By - A K ( t4.��V\.20n t -L4K• 111L Title w w CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR FORD ROAD IMPROVEMENTS FROM JAMBOREE ROAD TO 560 FEET WESTERLY OF MAC ARTHUR BOULEVARD (SH 73) CONTRACT NO. 1600 AHFP PROJECT NO. 745 INDEX TO SPECIAL PROVISIONS PAGE I. SCOPE OF WORK .......... ............................... 1 II. AWARD OF CONTRACT ...... ............................... 3 III. COMPLETION OF WORK ..... ............................... 4 IV. CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK........ 5 V. SHOP DRAWINGS, DATA ON MATERIALS AND EQUIPMENT, AND SAMPLES .......... ............................... 7 VI. PAYMENT ................ ............................... 10 VII. CONSTRUCTION SURVEY STAKING ........................... 11 VIII. PROTECTION OF EXISTING UTILITIES ...................... 12 IX. GUARANTEE .............. ............................... 13 X. FLOW AND ACCEPTANCE OF WATER .......................... 14 XI. GUARDING UNDERGROUND CONSTRUCTION ..................... 16 XII. CLEARING AND GRUBBING........... ................... 17 XIII. PAVEMENT REMOVAL ........ ............................... 18 XIV. UNCLASSIFIED EXCAVATION, STRUCTURE EXCAVATION, AND UNCLASSIFIED FILL .... ............................... 19 XV. AGGREGATE BASE ......... ............................... 20 1 w INDEX TO,SPECIAL PROVISIONS - Continued CONTRACT NO. 1600 AHFP PROJECT NO. 745 PAGE XVI. ASPHALT CONCRETE ....... ............................... 22 XVII. "COBBLESTONE" PAVEMENT . ............................... 24 XVIII. ADJUSTMENT OF WATER VALVE BOXES AND MANHOLE COVERS TO FINISHED GRADE ............................ 25 XIX. SURVEY MONUMENTS ....... ............................... 26 XX. EROSION CONTROL PLANTING .............................. 27 XXI. STREET LIGHT SYSTEM .... ............................... 30 XXII. RELATIVE COMPACTION.: ................................. 31 XXIII. STATISTICAL TESTING .... ............................... 32 XXIV. TRAFFIC SIGNAL FACILITIES ............................. 34 ii I. 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR FORD ROAD IMPROVEMENTS FROM JAMBOREE ROAD TO 560 FEET WESTERLY OF MAC ARTHUR BOULEVARD (SH 73) CONTRACT NO. 1600 AHFP PROJECT NO. 745 SCOPE OF WORK SP 1 of 60 The work to be done under this contract consists of widening and reconstructing Ford Road from Jamboree Road easterly 3550 feet; reconstructing the traffic signal system at the inter- section of Ford Road and Jamboree Road; constructing storm drains; constructing a street lighting system, constructing fire hydrants and water stubs; and other incidental items of work. The contract requires completion of all the work in accordance with these Special Provisions, the City's Standard Special Provisions; the plans (Drawing No. R- 5245 -S); the City's Standard Drawings and Specifications; and, where applicable, the California Standard Specifications, January 1973, and the California Standard Plans, January 1973. The City's Standard Specifications are the Standard Specifications for Public Works Construction, 1973 Edition. Copies may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 870 -9871. Copies of the SP 3 of 60 City's Standard Drawings and Special Provisions may be pur- chased from the Public Works Department at a cost of $5.00. If there is a conflict in methods of measurement between the City's Standard Specifications and the California Standard Specifications, the City's Standard Specifications shall take precedence. SP 3 of 60 II. AWARD OF CONTRACT The City reserves the right to delete all or portions of bid items No. 51, 52, 53, or 54. SP 4 of 60 0 • III. COMPLETION OF WORK The Contractor shall complete all work except the traffic signal improvements within 90 consecutive calendar days after the date that the City executes the contract. The traffic signal improvements shall be completed within 150 consecutive calendar days after the date the City executes the contract. 0 • SP 5 of 60 IV. CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK Subject to the provisions in Section 6 -1 of the Standard Specifications, the Contractor shall begin work within 15 calendar days after the City executes the contract. The project shall be constructed in phases in accordance with the construction phase diagram shown on the plans. No work shall be done within the existing paved portion of Ford Road until Phase I has been completed and approved by the Engineer. Prior to the opening of Phase I to traffic, the Contractor shall modify the Ford Road and Jamboree Road traffic signal standards and detectors as necessary to make them operative. All modifications shall be approved in advance by the Engineer. The existing drainage system shall remain in operation at all times until the new system has been satisfactorily completed. If the adjacent developer on the southerly side of Ford Road has not constructed the downstream extension of Line "A" prior to the time it is necessary to abandon the existing system, then the Contractor shall construct the alternate in- let at the entrance of Line "A" at Station 6 +26.74, bulkhead the southerly end of Line "A" as shown on the plans and omit the filling of the existing 30" C.M.P. • • SP 6 of 60 It is planned that another Contractor will construct an- under- ground electrical power conduit together with vaults in the southerly parkway of Ford Road between Jamboree Road and Sta. 31+75. Therefore, when the southerly curb and gutter, the retaining wall and the grading between the curb and the souther- ly right -of -way line have been completed, the Contractor shall allow 21 consecutive working days for the construction of these under- ground electrical facilities. The contractor shall notify the Engineer 14 days in advance of the expected time that the parkway will be available for the construction of the underground electrical facilities. The underground electrical contractor will be required to restore the parkway to its original condition. Any additional cost involved in constructing the project in the phases as shown on the plans and as described herein shall be considered as included in the various items of work, and no additional allowance will be made therefor. Or bU V- SHOP DRAWINGS, DATA ON MATERIALS AND EQUIPMENT, AND SAMPLES a. General The Contractor shall furnish to the Engineer such working drawings, data on materials, and equipment and samples as are required for the proper control of the work, including, but not limited to, those working drawings, data and sam- ples specifically required elsewhere in the specifications and in the drawings. All working drawings, data, and samples shall be subject to review by the Engineer for conformity with the drawings and specifications. b. Shop Drawings and Data Defined Working drawings include without limitation, shop detail drawings, fabrication drawings, falsework and formwork drawings, pipe layouts, steel reinforcement and similar classes of drawings. They shall contain all required details and information in reasonable scale. Data on materials and equipment include, without limitation, materials and equipment lists, catalog data sheets, cuts, performance curves, diagrams, and similar.descriptive lists. Materials and equipment lists shall give, for each item thereon, the name and location of the supplier or manufacturer, trade name, catalog reference, size, finish and all other pertinent data. • . • SP B of 60 C. Review and Revision The Contractor shall furnish to the Engineer for review three prints of each shop drawing. The Contractor shall properly check and correct all working drawings and data before their submission, whether they are prepared within his own organization or by a subcontractor or supplier. The shop drawings shall be submitted at least 30 calendar days before drawings will be required for commencing the work. Within ten days of receipt of said prints, the Engineer will return one print of each drawing to the Contractor with his comments noted thereon. If the drawing is returned to the Contractor marked "NO EXCEPTIONS TAKEN," a revision of said drawing will not be required, and the Contractor shall immediately submit four additional copies to the Engineer. If the drawing is returned to the Contractor marked "MAKE CORRECTIONS NOTED," formal revision of said drawing will not be required and the Contractor shall immediately sub- mit five corrected copies to the Engineer. If the drawing is returned to the Contractor marked "AMEND AND RESUBMIT," the Contractor shall revise said drawing and shall resubmit six copies of said revised drawing to the Engineer. • • SP 9 of 60 If the drawing is returned to the Contractor marked "RE- JECTED - RESUBMIT," the Contractor shall revise said drawing and shall resubmit three copies of said revised drawing to the Engineer, as in the case of an original submittal. Fabrication of an item shall not be commenced before the Engineer has reviewed the pertinent shop drawings and returned copies to the Contractor without rejection. Revision indicated on shop drawings shall be considered as changes necessary to meet the requirements of the contract plans and specifications and shall not be taken as the basis of claims for extra work. The Contractor shall have no claim for damages or extension of time due to any delay resulting from making required revisions to shop drawings. The review of said drawings by the Engineer shall apply to general design only and shall in no way relieve the Contractor of responsibility for errors or omissions contained therein nor shall such review operate to waive or modify any provisions or requirements contained in these contract specifications or on the contract drawings. be 1V OI 60 VI. PAYMENT The unit or lump sum price bid for each item of work shown on the proposal shall be considered as full compensation for all labor, materials, equipment, and all other things necessary to complete the work in place, and no additional allowance will be made therefor. Payment for incidental items of work, not separately provided for in the proposal, shall be included in the price bid for other related items of work. . • SP 11 of 60 VII. CONSTRUCTION SURVEY STAKING Field surveys for control of construction shall be the respon- sibility of the Contractor. All such surveys including con- struction staking, shall be under the supervision of a Cali- fornia licensed surveyor or civil engineer. Staking shall be performed on all items ordinarily requiring grade and alignment at intervals normally accepted by the agencies and trades involved. The centerline of construction shown on the drawings shall be established from the Record of Survey map. The Engineer will provide a copy of this map to the Contractor's surveyor. Payment for construction survey staking shall be considered as included in the various items of work, and no': additional allowance will be made therefor. 0 • SP 12 of 60 VIII. PROTECTION OF EXISTING UTILITIES Known utilities are indicated on the plans. Prior to per- forming construction work, the Contractor shall request each utility company to locate it's facilities. Construction of the storm drain and structural sections will cause work to be performed under and very near existing sewer, gas, water, telephone, and electrical lines. The Contractor shall protect in place and be responsible for, at his own expense, any damage to any utilities encountered during construction of the items shown on the plans. SP 13 of 60 IX. GUARANTEE The Contractor shall guarantee for a period of one year, after acceptance of the work by the City Council, all materials and workmanship against any defects whatsoever. Any such defects shall be repaired at the Contractor's expense. SP 14 of 60 X. FLOW AND ACCEPTANCE OF WATER It is anticipated that surface and ground or other waters will be encountered at various times and locations during the work herein contemplated. The Contractor, by submit- ting a bid, acknowledges that he has investigated the risks arising from water and has prepared his bid accordingly. The Contractor shall conduct his operations in such a manner that storm or other waters may proceed uninterrupted along their existing street and drainage courses. Diversion of water for short reaches to protect construction in progress will be permitted if public or private properties are not damaged or, in the opinion of the Engineer, are not subjected to the probability of damage. Contractor shall obtain written permission from the property owner before any diversion of water outside the street right- of -way will be permitted by the Engineer. Surface runoff water containing mud, silt, or other deleterious material from the project area shall be treated by filtration or retention in a settling basin or basins, sufficient to pre- vent such waters from entering storm drains or the bay. The Contractor shall submit a plan for implementing siltation con- trol to the City prior to commencing construction. Upon approval of the plan by the City.the Contractor shall be responsible for the implementation and maintenance of the • SP 15 of 60 control facilities. The Contractor's attention is called to Subsection 7 -9.1 of the Standard Specifications as regards project site maintenance. . SP 16 of 60 XI. GUARDING UNDERGROUND CONSTRUCTION Trench excavation and backfill shall conform to Section 306 -1 of the Standard Specifications and these special provisions. Guarding - the walls and faces of all excavations over 5 feet in depth shall be effectively guarded by a shoring system, sloping of the ground, or other equivalent means. Trenches less than 5 feet in depth shall also be guarded when examin- ation indicates hazardous ground movement may be expected. The Contractor shall obtain a permit to perform excavation or trench work from the Division of Industrial Safety, State of California, prior to any construction. The cost of providing all necessary information to obtain the permit and the cost of complying with the provisions of the permit shall be included in the lump sum bid for guarding underground construction. • SP 17 of 60 XII. CLEARING AND GRUBBING This item of work shall include the clearing and grubbing of all areas and shall be done in accordance with Section 300 -1 of the Standard Specifications., The removal and disposal of all existing asphalt concrete pavement and concrete curb is not included in this item. All material accumulated under this item of work shall become the property of the Contractor. It shall be the Contractor's responsibility to dispose of the material away from the job site in a manner and at a location acceptable to all cognizant agencies. The Contractor shall exercise care in removing only those materials which are un- suitable for use as roadway embankment. • • SP 18 of 60 XIII. PAVEMENT REMOVAL This item shall include the removal and disposal of all existing asphalt concrete pavement and concrete curb and shall be done in accordance with Section 300 -1 of the Standard Specifications. All material accumulated under this item of work shall become the property of the Contractor. It shall be the Contractor's responsibility to dispose of the material away from the job site in a manner and at a location acceptable to all cognizant agencies. • SP 19 of 60 XIV. UNCLASSIFIED EXCAVATION STRUCTURE EXCAVATION AND UNCLASSIFIED A. GENERAL Roadway excavation shall conform with Section 300 -2, Unclas- sified Excavation, of the Standard Specifications except as modified herein. The surplus material from roadway construc- tion and structure excavation shall be placed in the disposal site shown on the drawings at the northeasterly corner of Ford Road and Jamboree Road. The unit price bid per cubic yard for unclassified excavation shall include compensation for placing the material in the disposal site shown on the project drawings; and for place- ment of sliver fills on Ford Road as shown on the project drawings. Material placed in the disposal site is not subject to compaction requirements. B. DESILTING BASIN The cost of the desilting basin outlet structure and peri- meter berms as shown on the plans shall be considered as included in the unit price bid for Unclassified Excavation and no additional compensation will be allowed therefor. • • SP 20 of 60 XV. AGGREGATE BASE Aggregate base shall be Class 3 and shall conform to the pro- visions for Class 2 aggregate base as specified in Section 26, "Aggregate Bases ", of the California Standard Specifications and these special provisions. The grading limits shall be 13�-inch maximum or 3/4 -inch maximum, at the option of the Contractor. Changes from one grading to another shall not be made during the progress of the work, un- less permitted by the Engineer. At least 65 percent, by weight, of the material retained on the No. 4 sieve shall have at least one fractured face as determined by Test Method No. Calif. 205. The provisions of Section-26-1.035, "Adding Water ", of the California Standard Specifications are superseded by the fol- lowing. At the time aggregate base is spread, it may have a moisture content sufficient to obtain the required compaction. Such moisture shall be uniformly dis- tributed throughout the material. Aggregate bases shall be spread upon prepared subgrade by means of an approved spreading device which will deposit a uniform windrow or layer and will provide the required thickness within the tolerances specified. • • sp 21 of 60 Motor graders may be used during spreading and compaction operations. Tailgate spreading by dump trucks will not be permitted except for spot dumping and in areas not readily accessible to spreading equipment. • /,, SP 22 of 60 XVI. ASPHALT CONCRETE Asphalt concrete shall be Type B and shall conform to the pro- visions of Section 39 of the California Standard Specifications and these special provisions. The viscosity grade of paving asphalt will be Grade AR -4000. The amount of asphalt binder to be mixed with the mineral aggre- gate shall be between 433 percent and 7'h percent by weight of the dry mineral aggregate. The exact amount of asphalt binder to be mixed with the mineral aggregate will be determined by the Engineer. The provisions in Sections 39 -2.04A and 39 -2.04B of the California Standard Specifications are superseded by the following:. At least 75 percent, by weight, of the material re- tained on the No. 4 sieve shall have at least one fractured face as determined by Test Method No. Calif. 205. Aggregate grading requirements for base course (lower 2'h ") shall be 3/4" maximum (coarse) as specified in Section 39 -2.02 of the California Standard Specifications. The asphaltic concrete to be furnished and placed for the surface course (top 1k, ") of the new pavement, shall be h" maximum (medium) as specified in Section 39 -2.02 of the California Standard Specifications. Asphalt pavers shall be used for laying both the base course and surface course. • . SP 23 of 60 Each lane of the top course (surface course) shall be placed continuously between terminals as directed by the Engineer. Paint binder (tack coat) shall be SS1 type asphaltic emulsion with a bituminous base grade of 60 -70 paving asphalt, except where directed by the Engineer to use another grade. Prime coat shall be liquid asphalt grade SC -250 unless directed otherwise by the Engineer. In lieu of the rolling equipment required in Sections 39 -5.03 and 39 -6.03 of the California Standard Specifications, the Contractor will be required to furnish rolling equipment in conformance with Section 302 -5.5 of the City's Standard Specifications. • • SP 24 of 60 XVII. "COBBLESTONE" PAVEMENT "Cobblestone" pavement shall be 564 -C -3000 portland cement concrete. Colored hardener shall be Russet (A -24) "Litho - chrome Color Hardener" as manufactured by L.M. Scofield Company, Los Angeles, California. The minimum rate of appli- cation of the hardener shall be 60 pounds per 100 square feet. Color wax curing and finishing compound shall be Russet (A -24) "Lithochrome Colorwax" as manufactured by L.M. Scofield Company, Los Angeles, California. Minimum application coverage shall be 600 square feet per gallon of unthinned colorwax. Sub -grade preparation shall conform to the requirements of Section 301 -1 of the Standard Specifications. Imprinting of the concrete shall be done in such a manner as to duplicate the existing "cobblestone" pavement in place on the Jamboree Road Medians between Pacific Coast Highway and Ford Road. The final color appearance shall be uniform throughout the entire surface area. All surfaces that are not uniform in color and surface texture will be rejected and must be removed and reconstructed at the Contractor's expense. Measurement and payment will be in accordance with Section 303 -5.9 of the Standard Specifications. • • SP 25 of 60 XVIII. ADJUSTMENT OF WATER VALVE BOXES AND MANHOLE COVERS TO FINISHED GRADE Existing and new water valve -boxes and manhole covers shall be adjusted to finished grade in a manner similar to that described in Section 302 -5.7 of the Standard Specifications. SP 26 of 60 XIX. SURVEY MONUMENTS The Contractor shall install survey monuments conforming to C.N.B. STD. DWG. -124 -L at locations indicated on the plans, and in accordance with Section 309 of the Standard Specifi- cations. The brass marking plates shall be furnished by the Contractor, but the scribing on the marker will be done by, others. • 0 SP 27 of 60 XX. EROSION CONTROL PLANTING This item of work shall include hydro - seeding the cut and fill slopes indicated on the drawings and the entire surface of the surplus earthwork stockpile. a. Mixture The quantity of hydro -seed mixture applied to each acre shall contain the following: Mulching fiber 1800 lbs, Fertilizer 300 lbs. Seed mix 61 lbs. Soil Stabilent 100 gal. Pre -merge 3 gal. Water As required b. Mulching Fiber Mulching fiber hhall be produced from cellulose such as wood pulp or similar organic material. When mixed with water it shall form a uniform slurry. When applied to the ground surface it shall form an absorptive or porus mat, but not a membrane. The fiber shall not contain any materials which inhibit germination or growth. C. Fertilizer The fertilizei.shall be a commercial grade, 16 -6 -8 pro- portion, consisting of a combination of quick and slow release nitrogen. • SP 28 of 60 d. Seed Mix The seed mix shall be designated as "Ford Road #56" as supplied by Peooff Brothers Nursery and Seed Inc., Rt. 5, Box 215R, Escondido, Ca. 92025, Phone No..(714) 744 -3120. All seed used shall be clearly tagged or labled showing type of seed, test date, name of supplier and percentage of the following: pure seed, crop seed, inert matter, weed seed, noxious weeds, and total germination content. e. Soil Stabilent The soil stabilent shall be "Landlock" as manufactured by Minnesota Mining and Manufacturing Company. f. Catalytic Pre -merge The catalytic pre -merge shall be specifically manufactured to promote seed germination: g. Water Water used in the mixture shall be from a portable supply and free of excess chlorine and salts. h. Equipment Mixing shall be done in a tank with a built -in continuous agitation and recirculation system of sufficient capacity to produce a homogenous slurry. The pump and discharge system shall be designed to apply the slurry at a con- tinuous and uniform rate. • • sp 29 of 60 i. Application The hydro -seed slurry shall be prepared and applied only in the presence of the Engineer. The mixture shall be applied continuously and uniformly to the designated areas at the specified rate. All materials to be used shall be packaged or in containers showing net weight and contents therein. If materials are taken from bulk supply, an accurate weighing or measuring device shall be used to insure that exact quantities of each material are present in each load. j. Irrigation The Contractor shall irrigate the planted slopes for a minimum of three weeks after the mixture is applied. The rate and frequency of irrigation shall be such that the moisture content of the seed bed is sufficient to promote rapid germination and growth. The irrigation shall be accomplished by means of a water truck or other suitable equipment that will apply the water uniformly without dislodging the hydro -seed mixture. The Engineer shall be the sole judge as to whether the rate, frequency and method of irrigation are satisfactory. SP 30 of 60 XXI. STREET LIGHT SYSTEM The street light system shall be in accordance with the applicable portions of Section 307 of the Standard Specifi- cations except as modified herein. The conduit shall be placed under existing improvements by jacking or drilling unless otherwise permitted by the Engineer. The circuit breaker for each street light circuit shall be placed in a weather proof box with locking hasp. At least one foot of slack shall be left for each conductor at each lighting standard and at least 3 -feet of slack at each pull box. 0 6 SP 31 of 60 XXII. RELATIVE COMPACTION Whenever relative compaction is specified to be determined by Test Method No. Calif. 216, the relative compaction may be determined by Test Method No. Calif 216 or 231, "as modi- fied herein," at the discretion of the Engineer. The area, as stated in the test method No. Calif. 231, may be represented by one (1) or more individual test sites at the discretion of the Engineer. • • SP 32 of 60 XXIII. STATISTICAL TESTING Statistical testing shall conform to the following: Whenever both individual test results and moving average requirements are specified, materials shall meet both require- ments. Individual samples tested prior to the first use of aggregates from each source, or prior to the first use of aggregates after appreciable changes have been made in aggregate proces- sing procedures, shall conform to the limits specified for the moving average. Whenever the result of a moving average does not conform to the Moving Average Limits, or an individual test result does not conform to the Individual Test Limits, the production of that material shall be suspended until corrective changes have been made by the Contractor and tests indicate that the quality of the next material to be used in the work complies with that specified for the moving average. Moving averages shall be computed as follows: The moving average is the average of the two most recent test results representing accepted material plus the test result being considered for acceptance. • . SP 33 of 60 The first individual test result shall be considered a moving average result also and will conform to moving average limit(S). Moving averages shall be rounded to the same number of signi- ficant figures as are reported for individual test results. When the figure to be dropped is less than 5, round down; if greater than 5, round up; and if it is 5, round up or down to the even number. In computing moving averages, whenever an upper calculation limit value for an individual test is stated in the specifi- cations, the upper calculation limit value shall be used in the calculations in lieu of any actual individual test result which exceeds said upper calculation limit value. The moving average for any one material does not necessarily have to be continuous for the producer. At the discretion of the Engineer, a new moving average may be started when there are periods of inactivity, changes in materials or processing, or other significant changes. XXIV TRAFFIC SIGNAL FACILITIES a) General The Contractor shall furnish all tools, equipment, materials, supplies, and manufactured articles and shall perform all operations necessary to modify existing and construct additional traffic signal and street lighting facilities as shown on the drawings and as specified herein. The Electrical Contractor shall coordinate all work with other Con- tractors on the job site. b) Reference Specifications and Standard Plans 1. Standard S ecifications - Except as modified herein, materials and installation sia conform to the California Standard Specifications, January, 1973. All references in this section to "Standard Specifications" shall be understood to be referenced to the California Standard Speci- fications. 2. Standard Plans - Except as modified herein, all references in this section to "Standard Plans" shall be understood to be referenced to the California Standard Plans, January, 1973. 3. Codes, Ordinances, and Regulations - All electrical materials and equipment furnished and installed under this section shall conform to the referenced regulations and codes specified in Section 86 -1.02 of the Standard Specifications and to all other ordinances and regulations of the authorities having jurisdiction. Whenever reference is made to the Code, Safety Orders, General Order, or Standards, the reference shall be construed to mean the Code, Order or Standard that is in effect on the day set for receipt of bids. c) Description Furnishing and installing traffic signals and highway lighting and sign illumination systems and payment therefor shall conform to the provisions in Section 86, "Signals and Lighting," of the Standard Specifications and these special provisions. Traffic signal and highway lighting work is to be performed at the foll- owing location: Jamboree Road and Ford Road d) Materials 1. All materials furnished and used shall be new, except such salvaged materials as specifically provided for on the drawings and as -34- 0 0 specified herein. The material shall be manufactured, handled, and used in a work - manlike manner to insure complete work in accordance with the Plans and Specifications. 2. All systems shall be complete and in operation to the satisfaction of the Engineer at the time of acceptance of the Contract. e) Equipment List.and Drawings Equipment list and drawings of electrical equipment and material shall conform to the provisions in Section 86 -1.03, "Equipment List and Drawings," of the Standard Specifications and these special provisions. The controller cabinet schematic wiring diagram and intersection sketch shall be combined into one drawing, and shall be supplied on 24" X 36" size sheets and shall be drawn in sufficiently large scale to be clearly readable by field technicians. Partial schematic diagrams of the basic cabinet wiring on 8 -1/2" X 11" sheets will not be acceptable. The Contractor shall furnish a maintenance manual for all controller units, auxiliary equipment, and vehicle detector sensor units, control units and amplifiers. The maintenance manual and operation manual may be combined into one manual. The maintenance manual or combined maintenance and operation manual shall be submitted at the time the controllers are delivered for testing.or, if ordered by the Engineer, previous to purchase. The maintenance manual shall include, but need not be limited to, the following items: (a) Specifications (b) Design characteristics (c) General operation theory (d) Function of all controls (e) Detailed circuit analysis The third paragraph in Section 86 -2.04, "Equipment List and Drawings," of the Standard Specifications is amended to read: The Contractor shall allow 14.days for City testing, except testing of control equipment, from the time the materials or equipment is delivered to the testing facilities as designated by the City_ until notification of the final resu ts. (f) As -Built Print The Contractor is required to submit to the Engineer "As- Built" prints, prior to the City accepting the installations. The prints shall indicate in red all deviations from the contract plans, such as: locations of poles, pull boxes and runs, depths of conduit, number of conductors, and other appurtenant work, for future reference. (g) Maintaining Existing and Temporary Electrical Systems Maintaining existing and temporary electrical systems shall .conform to the provisions in Section 86 -1.05, "Maintaining Existing and Temporary Elect- -35- Highway lighting system shutdowns shall be limited to periods between the hours of 7 a.m. and 5 p.m. h) Foundations Foundations shall conform to the provisions in Section 86 -2.03, Foundations," of the Standard Specifications and these special provisions. Portland cement concrete shall conform to Section 90 -10, "Minor Concrete," of the Standard Specifications and shall contain not less than 5 sacks of cement per cubic yard, except concrete for pile foundations shall contain not less than 6 sacks of cement per cubic yard. i) Standards, Steel Pedestals and Posts Standards, steel pedestals and posts shall conform to the provisions in Section 86 -2.04, "Standards, Steel Pedestals and Posts," of the Standard Specifications and these special provisions. The first sub - paragraph of the third paragraph in Section 86 -2.04, "Standards, Steel Pedestals and Posts," of the Standard Specifications is amended to read: Standards fabricated from 3 -gage or thicker material shall be fabricated from (A) sheet steel conforming to the specifications of ASTM Designation: A283, Grade D, or (B) sheet steel of weldable grade having a minimum yield, after fabrication, of 40,000 pounds per square inch. Standards fabricated from 7 -gage or thinner mater- ial shall be fabricated from sheet steel conforming to the specifi- cations of ASTM Designation: A570, Grade C, or from sheet steel conforming to alternative (B) above. The chased outlet shown on the plans in the mast arm mounting plate and in the arm mounting plate on the standard shall be 1 -1/2- minimum diameter and shall be smoothed after galvanizing to facilitate installation of conductors without damage to conductor insulation. Installation of a chase nipple will not be required. Standards and posts shall be fabricated in accordance with ASTM A595 standards and shall meet the requirements of the Uniform Building Code of the State of California. Certain of the signal standards have special structural requirements due to extra loadings. The City will require the submittal of drawings and specifications relating to the structural design of these certain signal standards. Structural design of these standards shall be determined by the manufacturer, and shall be warranted capable of safely sustaining all of the intended loadings. The Contractor is cautioned to obtain approval of the Engineer prior to ordering these certain items of equipment, and none of these items may be incorporated into the work until said approval has been granted. Approval will be contingent upon the warrantee submittals of the manufacturer substantiation the ability of these standards to satisfactorily perform as intended. Information related to mast arm loadings and the necessary modification to provide electrical energy to -36 - 0 0 iliuminated street name signs is attached herein. j) Conduit Conduit shall conform to the provisions in Section 86 -2.05, "Conduit," of the Standard Specifications and these special provisions. Conduit threads and damaged conduit` surfaces shall be painted either with high zinc dust content paint conforming to the requirements of Military Specifications MIL -P -21035 or.with primer conforming to the provisions of Section 91 -2.01, "Zinc -Rich Primer, Organic Vehicle Type," of the Standard Specifications, except that the paint shall not be thinned. The seventh paragraph in Section 86- 2.05C, "Installation ", of the Standard Specifications is amended to read: A No. 12 copper pull wire or a pull rope shall be installed in all conduits which are to receive future conductors. The pull rope shall be nylon or polypropylene with a minimum tensile strength of 500 pounds. At least 2 feet of pull wire or rope shall be doubled back into the conduit at each termination. Non - metallic type conduit shall not be used. Rigid metal conduit to be installed shall not be used as a drilling or jacking rod. Insulated bonding bushings will be required on metal conduit. After conductors have been installed, the ends of conduits terminating in pull boxes and controller cabinets shall be sealed with an approved type of sealing compound. Conduit runs are shown in schematic form only. Actual installation shall be done in the most direct manner. k) Pull Boxes Pull boxes shall conform to the provisions in Section 86 -2.06, "Pull Boxes," of the Standard Specifications and these special provisions. Grout in bottom of pull boxes will be required. 1) Conductors and Wiri Conductors and wiring shall conform to the provisions in Section 86- 2.08, "Conductors," and Section 86 -2.09, "Wiring," of the Standard Spec- ifications and these special provisions. Conductors No. 8 AWG and larger shall be stranded (except service conductors). The first paragraph in Section 86- 2.08A, "Traffic Signal and Multiple -37- Lighting Conductors," of the Standard Specifications is amended to read: Conductors for traffic signal, flashing beacon and multiple lighting installations shall be UL listed and rated for 600 -volt operation. The insulation for No. 16 AWG or smaller conductors shall be Type TF. The insulation for No. 14 AWG and larger conductors shall be one of the following: .(A) Type TW polyvinyl chloride conforming to the require- ments of ASTM Designation: D2219. (B) Type THW polyvinyl chloride. (C) Type XHHW or Type RHW cross - linked polythylene. Minimum thickness of any of the above insulations shall be 45 mils for conductor sizes No. 14 to No. 10 AWG, inclusive, and 60 mils for No. 8 to No. 2 AWG, inclusive. The second and third paragraphs in Section 86- 2.08A, "Traffic Signal and Multiple Lighting Conductors," of the Standard Specifications are amended to read: All conductors used in controller cabinet wiring shall be No. 22 AWG, or larger, with a minimum of 19 strands. Conductors shall conform to Military Specification: MIL- W- 16878D, Type B or D, Vinyl -Nylon Jacket or irradiated cross - linked polyvinyl chloride, 600 -volt, 1150C., except that, at the Contractor's option, con- ductors No. 14 AWG and larger may be UL Type THHN. All conductors used in controller cabinet wiring shall conform to the following color -code requirements: (A) The grounded conductor of a circuit shall be identified by a continuous white or natural gray color. (B) The equipment grounding conductor shall be identified by a continuous white color with one or more green stripes. (C) The ungrounded conductors shall be identified by any color not specified in (A) or (B) above. The grounded conductor (signal common) terminal bus shall not be grounded to the controller cabinet and shall provide a minimum of 10 terminals for connection of field conductors. An equipment grounding conductor bus shall be provided in each con- troller cabinet. The bus shall be grounded to the cabinet and shall be connected to the metal conduit system or other approved ground with a N0. 8 AWG or larger bare grounding conductor. The eleventh paragraph in Section 86- 2.09B, "Installation," of the Standard Specifications is amended to read: �I� �J Conductor identification shall be provided under the following conditions: (A) Where signal phase or circuit are not clearly indicated by conductor insulation color and stripe as .detailed in the conductor table following Section 86 -2.08, "Conductors," or when identification stripes are not available. Marking shall be as detailed in said conductor table for special and overlap phases. (B) Where metered and unmetered conductors occupy the same pull box, the unmetered circuit conductors shall be identified, "UNMETERED- STREET LTG ", "UNMETERED -COUNT STATION ", or as appropriate to describe the unmetered circuit. Conductors shall be permanently identified as to function. Identification shall be placed on each conductor, or each group of conductors comprising a signal phase, in each pull box and near the end of terminated conductors. Identification shall be by direct labeling, tags or bands fastened to the conductors in such a manner that they will not move along the conductors. Labeling shall be by mechanical methods. Conductors shall be spliced by the use of "C" shaped compression connectors as shown on the plans. Splices shall be insulated by "Method B ". Conductors for future phases shall be brought into the controller cabinet. Conductors shall be banded for identification of the future phase they will be used for. m) Service Service shall conform to the provisions in Section 86 -2.11, "Service," of the Standard Specifications and these special provisions. Install Type II service with Type VII B meter and wiring. Circuit breakers shall be rated 25% higher than the expected load. PWRE 0 f n) Field Test Field tests shall conform to the provisions in Section 86 -2.14 of the Standard Specifications and these special provisions. Turn -on of the new traffic signal systems shall not be made on a Friday or the day preceding a legal holiday. The Traffic Engineer shall be notified at least 48 hours prior to the intended "turn-on ". The initial turn -on shall be made during the hours between 9:00 a.m. and 2:00 p.m. Prior to turn-on or change -over, all equipment as shown on the plans shall be installed and operable. All louvers, hoods, and signal heads shall be directed to provide maximum visibility. The signal monitoring unit shall be tested in the field before "Turn- On ". A knowledgeable representative for the manufacturer or distributor of the traffic signal controller equipment and components, exclusive of standard conduit, and conductors, shall be present for the initial portion, first day, of the functional test. Splices in the pull box adjacent to the magnetometer sensing elements shall not be made prior to performing the megger test on the lead -in con- ductors between said pull box and the controller cabinet field terminals. Megger test shall not be performed on magnetometer detectors. o) Painting Painting shall conform to the provisions in Section 86 -2.16, "Painting," of the Standard Specifications and these special provisions. The last sentence of the sixth paragraph of Section 86 -2.16, "Painting," of the Standard Specifications is amended to read: Immediately after cleaning, all galvanized surfaces and all non- ferrous metal surfaces shall be coated with Pre - Treatment, Vinyl Wash Primer, Section 91 -2.07, followed by one prime coat of commercial quality zinc - chromate primer. The eighteenth paragraph in Section 86 -2.16, "Painting," of the Standard Specifications is amended to read: Signal heads, signal head mountings, brackets and fittings, outside of hoods, pedestrian push button housings, pedestrian signal head housings and hoods, and back faces of back plates, shall be finished with 2 coats of Enamel; Traffic Signal, Dark Olive Green, Section 91 -4.02, except back faces of back plates -40- may be finished with 2 coats of Enamel; Traffic Signal, Luster- less, Black, Section 91 -4.01. p) Solid -State Traffic Actuated Controllers Solid -state traffic actuated controller units, cabinet, and auxiliary equipment shall conform to the provisions in Section 86 -3, "Controllers," of the Standard Specifications and these special provisions. Install a Type 90 solid -state digital controller, providing 5 phase modules in an 8 frame control unit. The seventh paragraph in Section 86 -3.01, "Controllers," of the Standard Specifications is amended to read: The period of time between notification to the Contractor of equipment noncompliance and return of the corrected equipment to the test site and also the required retesting period shall not be considered part of the 21 day testing period. Flashing operation shall provide flashing red lights on all approaches. During flashing operation, pedestrian signals shall be turned off. Controller units equipped with a "guaranteed passage time feature" shall provide a method of omitting this feature without internal circuit modification. Total added initial time shall be capable of being limited by an internal circuit or front panel adjustment providing "Maximum Initial Green ". The last sentence in Section 86- 3.09E(li), "Simultaneous Termination," of the Standard Specifications is amended to read: When this feature is provided by logic external to the con- troller unit, means shall be provided to disable this feature without affecting the normal operation of the controller. Detector switching shall be provided between phases as follows: Phase A2 -Phase A4 The third paragraph in Section 86- 3.09E(2e), "Selectable Semi- Actuated Mode," is amended to read: In modular controller units, the phase or phases to become non - actuated shall be designated Phase A or such other phase or phases as shown on the plans. Pedestrian operation shall be as specified above for non - modular controller units. The minimum green period for the modified phase shall be the pedestrian "WALK" period plus -41- 0 `J the flashing "DONT WALK" interval or, if the pedestrian periods are not available on the module, shall be the initial period plus one vehicle extension interval. The controller unit shall rest in the modified phase until released by an external command. Subsection (5) (A) "Preset Gap Period," of Section 86- 3.09D(lb), "Actuated Phase Section," of the Standard Specifications is amended to read: The extensible portion shall be held by successive or continuous detector actuation until the time spacing between 2 successive actu- ations exceeds the preset gap period. Termination of green interval by the preset gap period shall not place a call for the terminated phase. The preset gap period shall be adjustable from 0.25 to 9.5 seconds. Subsection (5) (B) "Reducible Gap Period," of Section 86- 3.09(lb), "Actuated Phase Section," of the Standard Specifications is amended to read: The reducible gap shall be adjustable to allow one of the following two options: Option I The reducible gap shall be capable of reducing from a pre- determined adjustable value of at least 15 seconds down to at least 0.25 seconds. The reducible gap period shall begin reducinq (1) with initial green if an opposing call has been placed, or (2) during initial green when an opposing call is placed, or (3) during the extensible portion when an opposing call is placed. Option II The reducible gap shall not begin reducinq until a pre- determined adjustable time after the beginning of its assoc- iated phase green. This timing range shall be adjustable between the range of 15 to 30 seconds. The reducible gap shall begin reducing from the pre -set gap value. The length of time required to reduce from the maximum reducible gap to the minimum reducible gap shall be adjustable from 10 seconds to at least 35 seconds in one second or less increments. Termination of green by the reducible gap period shall place a call for return to that phase. -42- 0 P The reducible gap period shall function like the preset gap period but shall not be able to terminate the green until its length becomes less than the preset gap period. In addition to the methods specified in the 9th paragraph of Section 86- 3.09G, "Mechanical. Design and Component Quality," of the Standard Specifications, a center mounted actuating screw may be used to secure. the connector. Type 90 controller units shall be capable of operating a minimum of 4 phases in a single controller unit frame. Type 90 controllers for 5 -phase through 8 -phase operation may utilize one or 2 controller unit frames. The Type 90 controller unit modules for 2 through 8 phases shall be identical and interchangeable within the individual manufacturer's Type 90 controller unit frames. The second paragraph in Section 86- 3.09J(1), "Flasher and Flasher Relay," of the Standard Specifications is amended to read: Two circuit flashers shall be capable of carrying a minimum of 10 amperes per circuit. Single circuit flashers shall be capable of carrying a minimum of 20 amperes. Flasher case shall be grounded or double insulated. Flash transfer relays shall operate in the 8 -pin Jones -type socket used in the California Type 200 controller cabinet. A California Type 200 controller cabinet is available for inspection at the Transportation Laboratory, 5900 Folsom Boulevard, Sacramento, Flasher relay coil current draw shall not exceed 200 milliamperes. The flasher shall operate in the flasher socket used in the California Type 200 controller cabinet. Solid -state switching devices shall conform to the following: The switching device shall utilize zero -point switching, with turn-on at the zero voltage point,4 5 degrees, and turn-off at the zero current point,] 5 degrees, of the power line sinusoid. Zero voltage turn-on is not required during the first half -cycle of line voltage during which the input signal lamps is applied. The switching device shall be energized by a low -level signal (saturated NPN transistor, 0 to 2.0 volts, DC). A high -level imput signal (cut -off NPN transistor) shall cause the signal lamps to be extinguished. During normal operation (no circuit or one circuit energized), the switching device shall not utilize more than 20 milliamperes from a +15 to +24 volt DC source. The load switch shall not apply more than 30 volts, peak, to the signal imput line, nor shall the -43- input signal source be required to sink more than 10 milliamperes. The switching device shall have a PRV rating of not less than 400. Construction of the switching device shall be such that personnel inserting or removing modules will not be exposed to live parts. Hand pulls shall be provided. The switching device shall mate with.the socket shown on the plans. Switching devices shall be capable of being mounted in a California Standard load - switch rack. A California Standard load- switch rack is available for inspection at the Transportation Laboratory at 5900 Folsom Boulevard, Sacramento. No other equipment within the controller cabinet shall use a socket which will accept a switching device. The cabinet shall contain a conspicuous warning against operation without the monitoring device being installed. A removable rigid metal cover shall be provided on the back of the police panel to cover switch terminals. Section 86- 3.07D(11), "Cartridge Fuses," of the Standard Specifications is amended to read: Cartridge fuses shall be installed in panel mounted fuseholders. Fuse type and rating shall be as recommended by the fuse manu- facturer for the type of load being protected. Integral detector sensor units shall not be provided. Rack mounted sensor units in the cabinet are acceptable. Removal of the monitoring device shall not cause the intersection to go into flashing operation. The intersection shall go into flashing operation by operation of the monitor unit if the controller unit fuse or monitoring device fuse is blown. The first paragraph in Section 86- 3.09K(5), "Special Timing," of the Standard Specifications is amended to read: Each special timer shall Dave a range from 0 to 30 seconds. Timing of the interval shall be adjustable in one second maximum increments. Calibration accuracy shall be to the smallest selec- able setting if the line voltage is at any value from 105 to 130 volts while the ambient temperature is between OoF. and 1600F. Each special timer shall be a plug- connected solid -state device with an indicator light to show when the timer is operating. -44- I-] The eighth sdb- paragraph of Section 86- 3.07E, "Traffic Actuated Controller Cabinet," of the Standard Specifications is amended to read: Field terminals shall be installed within 18 inches of the face of the cabinet and shall be oriented for screwdriver operation from the door opening. All terminals shall be a minimum of 5 inches above the foundation. The second paragraph in Section 86- 3.09L, "Solid -State Traffic Actuated Controller Cabinet," of the Standard Specification is amended to read: In addition to the switches specified in Section "Police Panel Switches," an internal panel mounted switch shall be provided which, when placed in the shall provide flashing operation as specified in Si "Flashing Operations." When said switch is placed position, the controller unit shall resume control Section 86- 3.09H, "Supply and Auxiliary Voltages." 86- 3.9J(5), "Signal - Flash" "Flash" position, action 86 -3.03, in the "Signal" as specified in The convenience receptacle shall have ground -fault circuit interruption as defined by the Code. Circuit interruption shall occur on 5 milliamperes of ground -fault current. The last sentence of the sixth paragraph in Section 86- 3.09L, "Solid - State Traffic Actuated Controller Cabinet," of the Standard Specifications is amended to read: The "ON -OFF" switch for the lighting fixture shall be the following: A door- actuated switch that turns the light on when the door is open, and off When the door is closed. Maximum cabinet door width'shall be 44 inches. Slope on the roof of the cabinet, as shown on the plans, will not be required. The Contractor shall arrange to have a signal technician, qualified to work on the controller, present at the time the equipment is turned on. The controller shall be capable of resting in "all red" when selected by a manual selector switch. The controller shall be capable of performing as a "lane occupancy controller" and as a standard "passage time" or "reducible gap" controller by use of the various selector switches provided and adjustment of the timing controls on the phase sections provided, and on the detector units. -45- The future expanded phasing will be operated with individual controller modules for each phase. The future changes will be accomplished on site by insertion of necessary additional modules and the corresponding revision of related field wire connections on the terminal strip. A harness shall be installed in the controller cabinet to enable emer- gency installation of a pre-timed controller, a type acceptable to the City, in event of failure of the Type 90 controller. The cabinet and harness shall be wired to permit the solid -state con- troller to be disconnected and the dial unit plugged in to produce the same vehicular and pedestrian preferred phase sequence as shown on the plans. The harness shall be connected to the field terminal board. All cabinet switches and auxiliary equipment shall be labeled with em- bossed labels made from 6 mil polyvinyl chloride self- adhesive labeling tape with contrasting background. Conduit shall be positioned in the controller cabinet foundation so that when the cabinet is set the conductors will enter the cabinet between the door and the centerline of the cabinet. q) Emergency Replacement Pre-timed Controllers Pre-timed controller units, cabinets and auxiliary equipment shall conform to the provisions in Section 86 -3, "Controllers," of the Standard Specifications and these special provisions. A pre-timed controller shall be provided in the cabinet for emergency replacement operation. The pre-timed controller shall have 21 signal circuits with not less than 12 intervals. The dust cover specified in Section 86- 3.08D, "Motor and Dial," of the Standard Specifications shall be rigid and self- supporting. r) Traffic Count Station Traffic count station shall conform to the details shown on the plans and these special provisions. Sensor units and magnetometer detectors for traffic count station and the installation thereof shall conform to the provisions under "Detectors" elsewhere in these special provisions. Sensor units shall be labeled as Section 86- 3.09G, "Mechanical Design Standard Specifications. specified in the fourth paragraph of and Component Quality," of the A. Cabinet - All wiring for count station equipment shall be installed in the Type 'R' cabinet with the traffic signal control equipment. 0 • Cabinet wiring shall provide for necessary recorders to count Northbound (0 A4) and Southbound (g A2) traffic simultaneously. B. Install Traffic Count Lane Summator - Each summator unit shall have: 1. Solid state circuitry throughout conforming to the provisions in Section 86 -309G, "Mechanical Design and Component Quality," of the Standard Specifications. Relays shall not be used. The power supply for the summator shall be integral and shall operate from 120 volts t10 percent, 60 Hz power. 2. The capability to operate as spedified from 0 °F. to 160 °F. 3. Immunity to line transients when tested in accordance with Test Method No. Calif. 667. 4. Six input channels, two output channels. The summator shall have the capability of producing one output pulse on any input channel. In addition, it shall have the capability of producing 6 output pulses for 6 simultaneous inputs. 5. Input circuitry compatible with the output circuitry of the vehicle detectors used with the summator. 6. An output that is a solid state switch and compatible with the input circuitry of the traffic counter used with the summator. The solid state switch shall have a minimum current rating of 500 milli - amps in the "on" state and a minimum breadkown voltage of 30 volts in the "off" state. The output switch shall be protected to switch an inductive load. The traffic summator shall be Traffic Data Systems, Inc. Model No. CD2265 -2 or equal. C. Future Traffic Count Recorder - Each recorder will be a mechan- ical device capable of producing a punched tape record of the vehicle count in terms of a relay closure in a sensor or summator functioning as the input to the recorder. Each recorder will operate on 120 volts (t 10 percent) 60 Hz power, will be equipped with a 60- minute cam and will have a tape capacity for storing a 365 -day count. The future traffic count recorders will be Fischer & Porter Model No. 1544. -47- s) Signal Faces and Signal Heads Signal faces, signal heads and auxiliary equipment, as shown on the plans, and the installation thereof, shall conform to the provisions in Sections 86 -4.01 to 86 -4.04, inclusive, of the Standard Specifications and these special provisions. All lamps for traffic signal, units. shall be furnished by the contractor. The fourth paragraph in Section 86 -4.01, "Signal Faces," of the Standard Specifications is amended to read: All new vehicular signal faces, except programmed visibility type, shall be of the same make. The fifth paragraph in Section 86 -4.01, "Signal Faces," of the Standard Specifications is amended to read: All new pedestrian signal faces shall be of the same make. The sixth paragraph in Section 86- 4.01A, "Optical Units," of the Standard Specifications is amended to read: Reflectors shall be made of silvered glass or of specular aluminum with an anodic coating. All reflectors shall conform to the provisions of ANSI Standard: D -10.1. The third paragraph in Section 86 -4.04, "Signal Head Mounting," of the Standard Specifications is amended to read: At each signal location, unless otherwise shown on the plans, a terminal compartment shall be constructed into the mounting brackets. Each compartment shall be fitted with a terminal block containing a minimum of 12 poles, each pole with 2 screw type terminals. Each terminal shall be designed to accommodate at least 5 No. 14 AWG conductors. A raintight cover shall be provided, giving ready access to the terminal Block. The terminal compartment shall be bronze Type 356 -T6 aluminum. t) Detectors Detectors shall conform to the provisions in Section 86 -4.05, "Vehicle Detectors," of the Standard Specifications and these special provisions. KM Section 86- 4.05B(3), "Sensor Unit Construction," of the Standard Specifications is amended to read: Each sensor unit shall be housed in a metal case and shall be pro- vided with an integral power supply. All controls, pilot lights, meters, fuseholders, and connectors shall be mounted on the front panel. Sensor units shall not interfere with the operation of other sensor units installed in the same cabinet. 1. Loop Detectors In multiple loop installations, all loop conductors to be connected to the same sensor channel shall be wound in the same direction. Section 86- 4.05B(2), "Performance Characteristics," is amended to read as follows: Loop sensor units shall provide an output closure for each vehicle passing through the response area of the loop at speeds up to 75 miles per hour and shall also provide an output closure of at least 10 minutes duration when a vehicle, except motorbikes, is occupying the response area of the loop. An output closure of at least 1 minute duration shall be provided for motorbikes. Loop sensors shall be self- tuning. Loop sensor units shall be Type B. Type B sensor units shall provide an independent output for each of 4 separate inputs. All input and output circuits for each unit shall enter via a connector conforming to Military specification: MIL 3102A22 -14P, Key M. The connector shall have the following pin assignments: Pin Function Pin Function A AC neutral L Channel 4 loop C 120 volts, AC+ M Channel 4 loop H Chassis ground N Channel 1 Output - Pos. D Channel 1 loop P Channel 1 Output - Neg. E Channel 1 loop R Channel 2 Output - Pos. F Channel 2 loop S Channel 2 Output - Neg. G Channel 2 loop T Channel 3 Output - Pos. J Channel 3 loop U Channel 3 Output - Neg. K Channel 3 loop V Channel 4 Output - Pos. B Channel 4 Output - Neg. -49 - 0 0 The first paragraph of Section 86- 4.056(4), "Construction Materials," of the Standard Specifications is amended to read: The conductor for each inductive detector loop shall be continuous, unspliced, Type RHW - USE, No. 12 AWG, neoprene - jacketed or Type USE cross- linked polyethylene insulated, solid copper wire. Capacitors or inductors necessary for loop tuning shall not be mounted external to the loop detector sensor unit. The loop detector lead -in, from the field terminals in the cabinet to the sensor unit, shall conform to the following: A cable containing 2 No. 22 AWG, or larger, copper conductors with each conductor insulated with 0- 014 -inch minimum polyethylene or polypropylene. The conductors shall be twisted and the twidted- pair shall be protected with a shield of tinned copper- brass, or aluminum - polyester. The shield shall be grounded at one end of the cable. The cable shall be provided with a chrome vinyl outer jacket with a minimum thickness of 0.027 -inch. Loop detector lead -in cable, from the pullbox adjacent to the loop to the field terminals in the cabinet, shall conform to the following: Two No. 12 AWG copper conductors with each conductor insulated with 0.035 -inch minimum, high molecular weight, heat - stabilized, colored polyethylene. The conductors shall be twisted and the twisted - pair shall be protected with a shield of tinned copper- brass, or aluminum - polyester. A No. 16 AWG minimum stranded tinned copper ground drain wire shall be provided. The cable shall be provided with a chrome vinyl outer jacket with a minimum thickness of 0.037 -inch. If asphalt concrete surfacing is to be placed, the loop detector conductors shall be installed prior to placing the uppermost layer of asphalt concrete. The conductors shall be installed, as shown on the plans, in the compacted layer of asphalt concrete immediately below the uppermost layer. Installation details shall be as shown on the plans, except the epoxy sealant shall fill the slot flush to the surface. Loop detectors in left turn lanes shall not detect any vehicle in adjacent lanes. Size of individual loops may vary from that shown on the plans. -50- 0 The number of sensor units and lead -in cables required to achieve the specified detection shall be installed. 2. Magnetometer Detectors Control units for magnetometer detectors shall be provided with a time delay feature which shall extend the vehicle call for an adjustable period of approximately 0.10- second to 3.0 seconds. The delay feature shall not operate during pulse mode. A separate channel shall be provided for each lane. Separate control units shall be provided for each approach. The Contractor shall test the detectors with a motor - driven cycle, as defined in the California Vehicle Code, that is licensed for street use by the Department of Motor Vehicles of the State of California. The unladen weight of the vehicle shall not exceed 220 pounds and the engine displacement shall not exceed 100 cubic centimeters. Special features, components or vehicles designed to activate the detector will not be permitted. The Contractor shall provide an operator who shall drive the motor- driven cycle through the response or detection area of the detector at not less than 3 miles per hour nor more than 7 miles per hour. The detector shall provide an indication in response to this test. u) Pedestrian Push Buttons Pedestrian push buttons shall conform to the provisions in Section 86 -4.06, "Pedestrian Push Buttons," of the Standard Specifications and these special provisions. The pedestrian push button instruction signs shall be 9" x 12" in size. On the Type B push button assembly, the sign shall attach to and be securely supported by the framework. v) Pedestrian Signals Pedestrian signals shall conform to the provisions in Section 86 -4.07, "Pedestrian Signals," of the Standard Specifications and these special provisions. Pedestrian signals shall be Type C. In addition to other specified materials, the message plate may be 1/8 inch nominal thickness, glass fiber reinforced plastic. The letters shall be a minimum of 4 -1/2 inches in height. -61 - Type C signals may use alternative tubing configurations. Type C signals shall have leter stroke brightness level, contrast ratio between letters and background, uniformity of brightness in the letters, and legibility equal to that of the California Standard pedestrian signal heads. California Standard Type C pedestrian signal heads are available for insp- ection at the Transportation Laboratory, 5900 Folsom Boulevard, Sacramento. The third paragraph in Section 86- 4..07A, "Messages," of the Standard Specifications regarding Type C signals is amended to read: Type C signals shall conform to the provisions for Type B signals except message plate and tubing shall be formed into an integral weatherproof plug -in module with a molded case of 3/32 inch mini- mum white acrylonitrile butadine styrene. The message module shall operate in the California Type C pedestrian signal head. A California Type c pedestrian signal head is available for inspection at the Trans- portation Laboratory, 5900 Folsom Boulevard, Sacramento. The module shall not require the use of tools for insertion or removal. The second sentence in Section 86- 4.07J, "Tube Mounting," of the Standard Specifications is amended to read: Tubing may be replaceable without disconnecting any wires. The following type of screen shall be provided on Type C signals: A 1 -1/2 -inch deep eggcrate type screen either of 0.020 -inch mini- mum thickness 3003 H14 aluminum alloy or of 0.030 -inch nominal thickness polycarbonate. The assembly shall be mounted in a frame constructed of 0.040 -inch minimum thickness aluminum alloy or polycarbonate. The vertical spacing of the horizontal members shall be 1/2 inch starting approximately 1/4 inch above the ending approximately 1/4 inch below the "DONT" and "WALK" legends respectively. Additional members may be employed outside the 2 legend areas for structural strength. The eggcrate type screen shall be installed parallel to the face of the "DONT WALK" message and shall be held in place by the use of stainless steel screws. -52- ,. • The hood described in Section 86- 4.07C, "Hoods," of the Standard Specifications will be required with the eggcrate type screen. The screen and frame shall be anodized flat black or may be finished with flat black enamel as specified in Section 91 -4.01, "Enamel; Traffic Signal Lusterless Black," of the Standard Specifications. Said enamel shall be applied in the shop at the Contractor's expense. w) High Pressure Sodium Vapor Luminaires Luminaires shall conform to the provisions in Section 86 -5.01, "Mercury Vapor Luminaires," and Section 86 -5.02, "Mercury Vapor Luminaires with Glare Shields," of the Standard Specifications and these special provisions. Glare shields are not required. The luminaires shall be provided with filters to filter the air entering the optical assembly. All 25,500 lumen luminaires shall be a General Electric Powr /Door, Type M400A, or approved equal with 250 watt, 25,500 lumen high pressure sodium vapor lamps. The luminaire shall at a minimum meet the requirements of a 400 watt mercury vapor luminaire as described in Section 86 -5.02. All 16,000 lumen luminaires shall be General Electric Powr /Door, Type M250A, or approved equal, M -S -II light distribution with 150 watt, 16,000 lumen high pressure sodium vapor lamps. Luminaires shall be provided with integral ballasts and integral photo- electric contorls. x) Internally Illuminated Street Name Signs Internally illuminated street name signs shall conform to the require- ments of the Specifications, the Plans, and Special Details No. 1 and No. 2 hereinafter. Illuminated street name sign fixtures shall be internally illuminated and capable of producing a clearly visible message. Signs shall be designed for mounting on signal mast arms as shown on the Plans. Sign panels shall easily swing open and closed, and shall be removable for quick and easy maintenance without use of tools. The overall weight of sign fixtures shall not exceed 75 pounds each. Contractor shall submit 2 complete sets of shop drawings for review and approval prior to performing any work on the signs. Drawings shall illustrate the size and assembly location of components. -53- 1. Reflectors - Finished surface of reflectors shall be acrylic baked white enamel with minimum reflective factor of 86 %. Design of the reflectors shall provide even illumination of the entire surface of the sign panels. 2. Si n Panels - Sign panels shall consist of a translucent lens and Hig way reen translucent plastic film. "Highway Green" color shall meet the requirements of Federal Color Standard 595a (Color No. 14109) and Bureau of Public Roads Color Standard No. 4. Colors for highway signs and detailed drawings of the standard capital and lower -case alphabets are available on request from the U.S. Department of Commerce, Bureau of Public Roads, Washington, D.C. The weather - exposed layer shall be of green translucent.plastic film with cut -out letees. The nonweather- exposed layer shall be a translucent lens. Both materials shall be laminated together so that the street name messages will stand out in sharp permanent white -on- green contrast. Translucent lens shall be white acrylated, glass fiber reinforced, and shall have a thin coat of polyvinyl fluoride applied to one side of the lens at the time of manufacture. The lens shall be a minimum of 0.060 -inch in thickness, having a 16,740 psi tensile strength (ASTM- 638), and 16,670 psi shear strength (ASTM -732). The lens shall be shatterproof. Highway Green translucent plastic film shall be of the polyvinyl chloride type. One side shall be coated with pressure- sensitive adhesive for easy application and adhesion to the side of fiberglass having poly- vinyl fluoride film. The translucent plastic film shall have high resis- tance to water, humidity and corrosion, and shall have a thickness of 0.003 inch. Light transmission factor of the sign panel shall be approximately 10 to 1, letter to background ratio brightness. The sign panel assembly shall have a continuous extruded aluminum frame along the edge of both sides of the panel and shall be provided with vinyl gaskets to resist the entrance of water between frame and panel. A catch shall be provided at the bottom of the sign panel and shall be fabricated as an integral part of the frame. -54- 3. Si n�Messa ems - Letters shall be 8" upper case and 6" lower Case presented on panel length specified. Signs shall be double -faces with message shown on the Plan. 4. Gaskets - Gaskets between the sign panel frames and the fixture housing salT be uniform and even textured and shall be of the closed call sponge neoprene type. Gasketing shall be adequate to resist the entrance of water between the frame and the fixture housing. Gaskets shall be neatly applied to thoroughly degreased, clean sur- faces with a suitable heat resistant adhesive which will not allow the gaskets to slip at a temperature of 160 F. 5. Ballasts - Ballasts shall be of the high power factor type and shall Be capable of starting the lamps at 0° F. and above. Ballasts shall be rated at 200 milliamperes for slimline lamps. Ballasts shall be listed by UL or Electrical Testing Laboratories for outdoor operation on 110 -125 volt, 60 Hz. circuits and shall conform to the requirements of ANSI Standards C82.1 and C82.2. 6. Lampholders - High voltage lampholders shall be listed by UL with a rating of 1,000 volts and shall de- energize the primary system of the ballast when a lamp is removed. No live parts shall be exposed during relamping. The distance between the face of the lampholders for each lamp shall be designed to provide a compression of at least 0.10 -inch on the spring - type lampholder when the lamp is in place. The lamp shall have positive mechanical and electrical contact when the lamp is in place. The socket on the spring -type lampholder shall have sufficient travel to permit installation of the lamp. 7. Lames - Each fixture shall be furnished with two 72T12 cool white, 430 MA, slimline, fluorescent lamps which shall meet the requirements of ANSI Standard C78. Each lamp shall operate from a single -lamp ballast. 8. Terminal Blocks - All wiring connections in the fixtures and on the ballast chassis shall be terminated on a molded, phenolic barrier type, two -pole terminal block rated at 15 amperes, 1,000 volts, and shall have integral type, white waterproof, marking strips. All current carrying parts of the terminal blocks shall be insulated from the fixture -55- 0 0 with integral plugs or strips to provide an insulating value in excess of the line -to- ground flash -over voltage. If sectionalized terminal blocks are used, each section shall be provided with an integral barrier on each side and shall be capable of rigid mounting and alignment. 9. Fuses - Fuses shall be of the miniature, slow -blow type, with appropriate current voltage rating. Fuseholders shall be the panel mounting type with threaded or bayonet type knob which grips fuse tightly for extraction. 10. Conductors - Conductors from ballasts to fixtures and fixture wire shall be UL approved appliance wiring material (AWM) No. 16 AWG min- imum, stranded, copper wire with 2/64 inch thermo - plastic insulation rated 1,000 volt, 90° C. The manufacturer's name or trademark, wire size, insulation type letter designation and temperature rating shall be marked on the insu- lation or a certificate of compliance conforming to the provisions in Section 6 -1.07, "Certificates of Compliance ", shall be submitted by the manufacturer with each shipment of sign lighting fixtures. External conductor cables.shall be 3- conductor Type SJT. Cables shall be 6' long each and light gray color. Cables shall be shipped assembled and attached to individual sign housings with a weather -tight screwed fitting. Electrical conductors and ground shall be attached for use. Cables shall attach to the pole end of sign housings on the median line at locations specified herein. Lampholder conductors shall be of sufficient length to extend from the high - voltage sockets to fixture terminal block. If splicing is necessary, the splice shall be insulated to a rating equal to or greater than that of the fixture wire. Color coding shall match the coding of the ballast leads. 11. Weep Holes - Screened weep holes shall be provided at strategic locations in the bottom shell of the fixture body to allow for drainage of any condensation or accumulation of moisture. 12. Fasteners - All fasteners, screws, hardware, etc., shall be of stainless steel or aluminum, type 316 or 302. 13. Mounting Assemblies - The top shall of the provide for a full length interlocking adjustment ially designed mounting brackets that shall have throughout the entire length of the assembly. -56- fixture housing shall for attachment to spec - infinite adjustment 0 Hangers shall be bar stock with a 6" vertical adjustment for leveling after installation. Hangers and upper clamping assemblies shall be of sufficient strength and bearing as to prevent rotation or deformation under severe wind loading. The lower end of hangers shall provide for controlled rotational movement of sign housings by means of bronze sleeve bearings. The connection between hangers and mast arm clamps shall present a minimum of 4 sq. inches common bearing surface. 14. Photocells — Electrical switching shall be by individual photocell control. r Photocells shall be mounted mid -point along the median line of the top of sign housings, and shall be plug -in type. 15. Message - As indicated on the plans. Y) Photoelectric Controls Photoelectric controls shall conform to the provisions in Section 86 -5.10, "Photoelectric Controls," of the Standard Specifications and these special provisions. The second paragraph in Section 86- 5.10B(2), "Contactor," of the Standard Specifications is amended to read: The contactor shall be either the mechanical armature type or the mercury displacement type. The contacts of the mechanical armature alternative material. The mercury contactor shall have a minimum rating of 70 amperes. Photoelectric controls shall be Type IV. z) Ballasts Ballasts shall conform to the provisions in Section 86 -5.13, "Ballasts," of the Standard Specifications and these special provisions. Integral ballasts shall be provided. -57- 6" for 7' long signs S = 13' -0" max. fo'r Type XVI and Type XVII b = 17' -6" max, for Type XVIII, Type XIX, Type XXIV and Type XXVI 3/8" x 2" Banger a v V G N 4 V ..y Photocell 0'�" Clearance � /� a q SIG�t/ �SJT Cable and b Elbow Fitting (Showing Drip Loop) U et on backside o SECTION A -A a .�SSc/./Ju�GY OF S /G /U CUitlr�G: ✓:c'/TS For Fufure S&aa,76 I0177a S1917S SArC/QL 4F7,41L -58- , ro u N r � i r 6 V N r� N / H 4 4 yy++ V 0 W U) Gd P4 GA w z k. D ro o �b o 0 o m no a 4 � v o � x � 0 .. � m rd P4 ` 4 4 rd o v� H V w m n �a y o.m n v Hex r , 0 . T -/o¢ ✓2 car %� " S2rriCe ,r::ini -60- SPECA4L D,FT.d /L • CITY OF NEWPORT BEACH • CERTIFICATE OF INSURANCE FOR CONTRACT WORK FOR CITY IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. 1600 - AHER p„,e ct Na- 745 Project Description: Ford Road Improvements from Jamboree Road to 560 Feet Westerly of Mac Arthur .Boulevard (SH 73) This is to certify that the The Continental Insurance Cc puny (Name of Insurance Company has issued to J. F. Shea Co., Inc. nsur 655 Brea Canyon Road, Walnut, California 91789 (Aadress of Insure the policy of liability insurance certified herein. CITY CONTRACT ENDORSEMENT This endorsement is attached to the policy described herein to assure compliance by the named insured with the terms and provisions of the contract or other agreement(s) entered into between the insured as contractor and the City of Newport Beach. The Company amends the policy described herein as follows: 1. It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled or materially changed until thirty days after receipt of registered written notice of cancellation or change by the City of Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, Ca. 92660. 2. The City of Newport Beach, its officers and employees are hereby declared to be additional insureds in the policy described insofar as they may be held liable for injuries, death or damage to property excluding the sole negligence of the City, its officers and employees. It is further agreed that any other insurance carried by the City, its officers and employees shall not be contrib- uting or primary with the insurance provided by this policy. This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder named above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. Marine or Aviation (when applicable). Name of Agency or Broker: CORROM F, RT.ACK -WTTFR & AW-q Address of Agency or Broker: Countersigned by: urance sentative Effective date of this endorsement: OCTOBER 18, 19 74, Endorsement No. 35 it ) crencE Policy Term I Limits of LiaF 1t _ Coverage Policy No. ac ccurance ggregate (Minimum: (Minimum: tnbrella Liability No. 116556 8/1/73 to $500,000) $ 500,000 Protective 8/1/76 Difference be 1,000,000 Products these limits and 500,000 Contractui primary limit COMPREHENSIVE LIAB. From: 9/1/73 j * Protectiv( Combined Single $ * * Products Limit Bodily Injury L 4432202 1o: 9/1/76 -- Contractu< Each occurence or Property Damage *$1,000,000.00 Ccibined Singlq Limit Bodily Ir#jury & /or Pro Damage Any Cne Occu This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder named above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. Marine or Aviation (when applicable). Name of Agency or Broker: CORROM F, RT.ACK -WTTFR & AW-q Address of Agency or Broker: Countersigned by: urance sentative Effective date of this endorsement: OCTOBER 18, 19 74, Endorsement No. 35 it ) crencE • • CITY OF NEWPORT BEACH CERTIFICATE OF INSURANCE FOR CONTRACT WORK FOR CITY IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. 1900 _ ATM Rxoje t No 745 Project Description:Ford Road Improvements fran Jamboree Road to 560 Feet Westerly of Mac Arthur Boulevard (SH 73) This is to certify that the The Continental Insurance ame of nsurance Company has Issued to J. F. Shea Co., Inc. ame of Insure 655 Brea Road, Walnut, California ress of Insure the policy of liability insurance certified herein. CITY CONTRACT ENDORSEMENT This endorsement is attached to the policy described herein to assure compliance by the named insured with the terms and provisions of the contract or other agreement(s) entered into between the insured as contractor and the City of Newport Beach. The Company amends the policy described herein as follows: 1. It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled or materially changed until thirty days after receipt of registered written notice of cancellation or change by the City of Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, Ca, 92660. 2. The City of Newport Beach, its officers and employees are hereby declared to be additional insureds in the policy described insofar as they may be held liable for injuries, death or damage to property excluding the sole negligence of the City, its officers and employees. It is further agreed that any other insurance carried by the City, its officers and employees shall not be contrib- uting or primary with the insurance provided by this policy. This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder named above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. Marine or Aviation (when applicable). Name of Agency or Broker: CCFT4= & BLA M4fll"M & AM ES Address of Agency or Broker: 3600 Countersigned by: urance Effective date of this endorsement: OCTOBER 18, 19 74, Endorsement No. 35 il) it 6 icy Term Limits of 1a 1 1t Coverage Policy No. Each Occurance Aggregafi (Minimum: (Minimum: kdorella Liability NO. 116556 8/1/73 to $500,000) $ 500,000 Protectiv 8/1/76 ifference betNew$1,000,000 Products these 1im1tsand 500,000 Contractu+ r' 17, A111d2t2Q2 COMPREHENSIVE LIAB. From: 9/l/73 * Protectiv( Combined Single $ * Products Limit Bodily Injury L 4432202 To: 9/1/76 Contractu� Each occurence or Property Damage *$1,000,000.00 ined Sing Limit Bodily ury &/or Damage Any one Dom This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder named above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. Marine or Aviation (when applicable). Name of Agency or Broker: CCFT4= & BLA M4fll"M & AM ES Address of Agency or Broker: 3600 Countersigned by: urance Effective date of this endorsement: OCTOBER 18, 19 74, Endorsement No. 35 il) it ®r *(8 r) 0 CERTIFICATE OF INSURANCE . 3600 Wilshire Blvd. 1 TM F TTY & CASUAITY O F NEW YORK company Los Angeles, Ca. 90010 company (213) 386 -2360 LIMITS OF LIABILITY WORKMAN'S company company THIS IS TO CERTIFY TO CITY OF NEWPORT BEACH, PUBLIC WORKS DEPARDIENT 3300 NEWPORT R(:TT.FVARII,_ NF'Gpo T RFAm, rATTF()RNTA g96r 1 THAT ON THE DATE NOTED BELOW, THE FOLLOWING DESCRIBED INSURANCE POLICIES, ISSUED BY THIS COMPANY (OR COMPANIES) ARE IN FULL FORCE AND EFFECT. DESCRIPTIVE SCHEDULE NAME OF INSURED J. F. SHEA CO., INC. ADDRESS OF INSURED 655 BREA CANYON ROAD WALNUT, CALIFORNIA 91789 DESCRIPTION OF 0 VEHICLES 0 PREMISES EX OPERATIONS COVERED •i• C•:• I PRCRfl2E Yk. FTtCM JAMBOREE ROAD rM s6n 9daJ wp-qTFRTv rw Ddar AR=M X r tiny• SCHEDULE OF INSURANCE DESCRIPTION OF COVERAGE INSURING CO. NO. POLICY NUMBER INCEPTION DATE EXPIRATION DATE LIMITS OF LIABILITY WORKMAN'S STATUTORY COMPENSATION 1. WC 2006155 9/1/74 9 1 75 General Liability $ ea. person Bodily Injury $ ea. occurr. General Liability $ ea. occurr. Property Damage, $ aggregate Automobile Liability $ ea. person Bodily Injury $ ea. occurr. Automobile Liability $ ea. occurr. Property Damage $ Deductible ACTUAL CASH VALUE 0 Fire & Theft 0 Comp. S Deductible ACTUAL CASH VALUE Collision IT IS UNDERSTOOD & AGREED THAT, IN THE EVENT OF CANCELLATION, REDUCTION IN LIMITS, OR CHANGE IN COVERAGE, THE INSURING COMPANY (OR COMPANIES) WILL MAIL THIF2' y (30 ) DAY WRITTEN NOTICE THEREOF/rO THE CERTIFICATE - HOLDER. by registered mail EFFECTIVE 10 /18/74 INSURING COMPANY (OR COMPANIES) BY -'' \ ��"L � %`• � f �' a Aqrized Representative CORROON & BLACK- MILLER & AMES � c • CER,7I,FIjCATE OF INSURANCE 3600 Wilshire Blvd. 1. THE FTDZ ITY & rASMITY CO OF NEW YORK company Los Angeles, Ca. 90010 company (213) 386 -2360 company company THIS IS TO CERTIFY TO CITY OF NEWPORT BEACH PUBITC VO S DEPAR`INLM 3300 nVJPORT ROTTT , RD hTT.m^RT RVALH (`A7 TFORNS& -92660 THAT ON THE DATE NOTED BELOW, THE FOLLOWING DESCRIBED INSURANCE POLICIES, ISSUED BY THIS COMPANY (OR COMPANIES) ARE IN FULL FORCE AND EFFECT. DESCRIPTIVE SCHEDULE NAME OF INSURED J. F. SHEA CO. INC ADDRESS OF INSURED 655 BREA CANYON ROAD WAINUT, CAIJ.MRNIA 91789 DESCRIPTION OF ■ VEHICLES ■ PREMISES EX OPERATIONS C• •'Y :1Y:Y IP2R0VM= 9; •.0 JAMBOREE dYGY rrn 560 9718) a Y : C)F, „• _:1.1 _t !a _rA_S_:! RYAIYL:M s• a•• l.19• NO, SCHEDULE OF INSURANCE DESCRIPTION OF COVERAGE INSURING CO. NO. POLICY NUMBER INCEPTION DATE EXPIRATION DATE LIMITS OF LIABILITY WORKMAN'S STATUTORY COMPENSATION 1. WC 2006155 9/1/74 9 1 75 General Liability $ ea. person Bodily Injury $ ea. occurr. General Liability $ ea. occurr. Property Damage $ aggregate Automobile Liability $ ea. person Bodily Injury $ ea. occurr. Automobile Liability $ ea. occurr. Property Damage $ Deductible ACTUAL CASH VALUE ❑ Fire &Theft 0Comp. $ Deductible ACTUAL CASH VALUE Collision IT IS UNDERSTOOD & AGREED THAT, IN THE EVENT OF CANCELLATION, REDUCTION IN LIMITS, OR CHANGE IN COVERAGE, THE INSURING COMPANY (OR COMPANIES) WILL MAIL THIRTY (30 ) DAY WRITTEN NOTICE THEREOF/FO THE CERTIFICATE- HOLDER. by registered mail , EFFECTIVE 10 /18/74 INSURING COMPANY (OR COMPANIES) BY U�” Arlfi pr'ized Representative V (. CORROON & BLACK - MILLER & AMES I aa� �. -' 0 •w QzLo 0 �+-• c :J 1J C .:. W -• o o s { t C {I t ► � s of ► ► � I �I �I d 1 i t tat at t at ��, =fit i fe o,�l�\�t`8 �o���$gg 1���•g�°�; J �h��{.yti��,�h N F Q44 W 42 ` { U �4eL. 3E } a I .o �.a =rom J z in U W aW F U G Z F— U ;a!— 0 W r m L2—� i r dal � °�i6 N 1a 1- � I �► z o h" i t All till ! 81 8 & v 858 i i i t�( ; Zq 88 loft g S kf i h till Ira o n vvv v� !� rq �v�1�tv�41�iW q��q W ° \ oa :7 .L} '. ;'1 = Y All, VI iI' s +s`� Iii vi !�� ; 'q,l•,� �i�l�l ��a o ,N ,� 0 W r m } Q p P m Jz cn Q E— Of J 47 i a ..' r z c� o z. F- U:. M �o t � i a o tttj� I I� z 1y�N�,hIt14 i f a l It i a� aI oI i i i �i t i p N i �droj ; 9i ,el la N qq a o I ^ N 43 l` f tli�l'`ti I g`trW��;V�S Ul V�� i FJJ" F,' a�5{ 1 ��,,4 I�i�ki r a O O Li °z v> U W w c � za O 7 A M-U:J 1 - R i O r u r E I I i • 1 " i �j II o. .t`' n � s lzi ILI \ Vj X \11 O r u r e 0 0 CONTRACT NO. 1600 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR FORD ROAD IMPROVEMENTS FROM JAMBOREE ROAD TO 560 FEET WESTERLY OF MAC ARTHUR BOULEVARD (SH 73) AHFP PROJECT NO. 745 SUBMITTED BY: Approved by the City Council this 97W day Of Sept, 1971. J. F. Shea Co.,Inc. Contractor 655 Brea Canyon Road Address Walnut, California 91786 City zip 714 595 7432 Phone Total Bid Pride Items I thru 56 oar o 9'817,el 2 &cc-,ae-0 V1,11741 Ay vv -r ow r" flz-elZel -X Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hail, Newport Beach, California, until 10:30 A.M. on the 1 day of October 1974 , at which time they will be opened and read, for performing work as fo lows: FORD ROAD IMPROVEMENTS FROM JAMBOREE ROAD TO 560 FEET WESTERLY OF MACARTHUR BOULEVARD (SH 73) AHFP PROJECT NO. 745 CONTRACT NO.1600 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of inancial Responsibility F. Technical Abi�ity and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations,'the signatures of the President or Vice President and Secretary or Assistant Secretary are required an�C_orPorate Seal shall be affixed to a1T documents requiring signatures. In the case of a arT� tnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) 0 The City has adopted the Standard S ecifi (1973 Edition) as prepared by out er Public Works Association and the Associat may be obtained from Building News, Inc., California 90034, (213) 870 -9871. 0 Page. la s for Public Works Construction ornia Chapters of the rican eral Contractors of America. Copies Overland Avenue, Los Angeles, The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $5.00 per set. A standard "Certificate of Insurance for Contract Work for City" form has been adopted by the City. This form is the only certificate of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the contract. For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds, and Faithful Performance Bonds must be an insurance company or surety company . licensed by the State of California. The companies must also have a current General Policy Holders Rating of A or better; and a Financial Rating of at least AAA as per the latest edition of Best's Key Rating Guide (Property - Liability). In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach 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 and has set forth these items in Resolu- tion No. 8090 adopted September 10, 1973. A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). The City reserves the right to reject any or all bids and to waive any informality in such bids. Revised 12 -10 -73 • • Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for.any errors or omiys o;:a on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 177061 Classification A Accompanying this proposal is Bond Cash, Certified Check, Cashier's Check or Bond in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. 714 595 7432 J.F.SHEA CO., INC. Phone Number Bid Name October 1,1974 (SEAL) Date KIN 'ed Signature h , Vice President Uthorl a ignature ASS�STAWT SECQ'ETAP. ROBED- L. Yf}{�mSpN, Y CORPORATION Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: John F. Shea , President G. E.Brohil.Secretar - Treasurer 0 DESIGNATION OF SUB-CONTRACTORS Page 3 The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the sub- contractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these sub - contractors except upon the prior approval of the Engineer. Item of Work Sub - contractor Address 8. 9. 10. 11. 12. M .:..: _ .. %i rte!. J• is �. .. MMCM- r r T.F. SHEA CO. , INC. i er s Name Authorize' S.i nature Peter O. Shea, Vice President Corporation Type of rganization (Individual, Co- partnership or Corp) 655 Brea Canyon Road Walnut, California 91789 Dress ... .... 0 NON- COLLUSION AFFIDAVIT 0 Page 5 The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrange- ment or agreement with'any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or material - man which is not processed through said bid depository, or which prevent any 'subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no induce- ment or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomesoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me by this 1st day of October , 19 74 . Nay commission expires: F. SHEA CO., INC. r to O. Shea', Vice President 1. Wn RObtkT L. -T"tiMWt4, AvS1STANT SEGRETA y Notary ,,ORUb 11 s pnmm�mmnnnurnninnmrinnrrnnmrrrrnmm�rmmmmnnnmwnnnimmnninnmu € OFFICIAL SEAL @ `DOLFO MAGALLANES +m NOTARY PUBLIC-CALIFORNIA PRINCIPAL OFFICE IN E LOS ANGELES COUNTY Es My Commission Expires Apr. 26, 1978 bmurxunmaxmnnxnnnmmmamnmrwnmammurm .urununwmrxmnmir J. F. SHEA CO., INC. BALANCE SHEET AUGUST 31, 1974 ASSETS Cash (Incl. Time Deposits) 525,882 Marketable Securities (At Cost) 21,306,075 Accounts And Notes Receivable 12,052,495 Inventories 12,617,327 Prepaid Expenses And Other Assets 599,016 Investment In Joint Ventures (518,396) Other Investments 404,251 Plant, Buildings And Equipment (Net Of Accumulated Depr.) 10.869,159 Total Assets 57,855,809 LIABILITIES Accounts Payable 2,450,453 Notes Payable Secured By Trust Deed 1,060,762 Notes Payable - Unsecured 4,859,653 Provision For Federal Income And Franchise Taxes: Current Provision 4,130,459 Deferred 2,370,730 6,501,189 Accrued And Other Liabilities 194110182 Billings In Excess Of Costs And Estimated Earnings On Uncompleted Contracts 7,504,803 Stockholders Equity: Capital Stock 10,000,000 Retained Earnings 24,067,767 34,067,767 Total Liabilities 57,855,809 I certify that the above statement fairly represents the financial condition of the Company on the date shown. YREto,a9pXS POCj�iS Ag7Q�" NEWPOR10BEp�ll: CALIF• \ t .._)I Y I R. L. Thomson, Asst. Secretary Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. Ar= GrJ /v gr/.J /5 ?,c AJO E.r_as c. f✓��'``c✓r >u ��N4�C /.SQL 2ESrOo.✓s rgicr�y. Sn,HEA CO., INC/. lSigned Peter O.'Shea, Vice President ! • Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No SEE ATTACHED J.F.SHEA CO., INC. n Q gne Peter O. Shea, Vice President 0 o, ac T: C � N / a E O U la U t d C O � f Q t ri O U 0 i N q E o G o U U U U w 0 •an c � U o m „'a O E � v .0C U • w • m N N I .mi m N m N O O O N N N n P n ID M m b m N O M n Of N N N M tT m n P N n P O T m b m M n O n 0 R O N m • tD -+ m m .Pn N N P n N O1 M N ^ N P N pl m m P m N N N pl O n m m tr m tD N N T O n O P m tD m m �O O O O O N (p N N N N 1 N I N 1 n 1 N 1 M O N O N O Ip V P O tD O 00 P b m N O m P n N m N n � N N m n n m P w N m M m m Of N P c P n tD m m N O1 O N m N 1 3 w C 3 3 3 V N P P N N m N Vt N m N to m m m Ic Ol m O n O n O n r n n � n N n N n N n N n N n ry� n N e M m N Ic N e n u N m n m m m pl m n In ° m 1O n It b Ic O n m Ic n N n w m N N U U U U G C O O O O N (p N N N N O N O N O Ip V q1 H N H Y L M C L U E ° '° 0 o ° w p w w w o 3 w C 3 3 3 u v v ti W U W U a U U W m U U o m U o 0 o m d « « m 0 U _., O O 0 U w A O w q w 0 q w m ('� ° 4H0 . a m a m N' L 0 y 7 p o QI O C « U 7 ID G N Z O U N N I T y m w O rTi zi F m N q O m w y U a y« F T T 0 T m .� m N C F d U V N t0. V O O O 0r 0 V N = c =°• Nm G y T m -°N ° $ « H a a¢ PR 1 of .16 CITY OF NEWPORT BEACH ' "! PUBLIC WORKS DEPARTMENT.. i FORD ROAD IMPROVEMENTS FROM JAMBOREE ROAD .. TO 560 FEET WESTERLY OF MAC ARTHUR BOULEVARD (SH 73) CONTRACT NO. 1600 AHFP PROJECT NO. 745 PROPOSAL To the Honorable City Council ; City of Newport Beach 3300 W. Newport Boulevard Newport Beach, Ca. 92660 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete contract No. 1600 and will take in full payment therefor the following unit prices for each item, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN.IN WORDS PRICE, PRICE 1 .1 Clearing and grubbing Lump Sum . @ Dollars and lflA Cents $$T� Lump Sum 2 500 Const. 18" R.C..P..--(2000D) L.F. @ Dollars - and IYLc� Cents 00 _ S ;2: '$ A DDD. Per Linear Foot .3 87 Const. 18" R.C.P. (1750D) L.F. ��/- - @� -._ Dollars and /JcO Cents D� $ 92"7 Per Linear Foot • 9 " PR 2 of 10 ' IT QUANTI.TX ITEM DESCRIPTION UNIT:` TOTAL NO., AND UNIT:.. UNIT PRICE WRITTEN" -IN °i+IORDS PRICE PRICE 4 53 Const. 18" R.C.P. (125OD) - L.F.` . % Dollars and /n© Cents S zo. � S D6 LA Per Linear Foot 5 282 Const..24" R.C.P. (2000D) - L.F. Dollars r QQ eli,6 Cents Per Linear Foot 6. 52 Const 24" R.C.P. (1500D) L.P. �- @ Dollars and. 00 Cents $ �3. - P.er.L near Foot 7 70 Const. 30" R.C.P. (1750D). L.F. @ Dollars and. /� 00 l/ZC9 Cents Per Linear Foot 8 55 Const. 36" R.C.P. (1750p) L.F. . @ Dollars and rYLO Cents 00 . r. Per Linear Foot 9 10 Const. 24" C.M.P. L.F. @ l Dollars and 00. ._ rho . Cents Per Linear.FOOt 10 1 Const. Type OL -A Curb Inlet,. EacS L =14' Per C.N.BB..DWG. 305 -L @ liars -- and llf6 oa $16W,'S Each _Cents G. PR 3 of 10 A UNIT ITEM QUANTITY ITEM DESCRIPTION NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 11 1 Const. Type OL Curb Inlet, Each L =21', Per C.N.B. DWG. 3p0.6 -L @ 4 /�i✓A.! w/ Dollars and Cents po q ..Each 12 2 Const. Type OL Curb Inlet, Each L=10', Per C.N.B. DWG. 306 -L . @ A" A"/— Dollars 40 and Cents Each 13 1 Const. Type OL Curb Inlet, EacW L =7', Per C.N.B. DWG. 306 -L. @ �Gr Dollars i _ and oo /J2o Cents q $ /ZdO,'$ /zoo. Each 14 l Const. Type OS Curb Inlet, Eaci L =3.5'; Per C.N.B.p DWG. 306 -L Q @ �hjtL / /E�%u!/L�lf Dollars and /7t6 rCe,ntq G� S QC%'S qao. Each 15 3 Const. Junct. Structure No. l Eac5 Per 310 -L p�C.N.B..DDWG. @ Cy�c� L>/E[IC[G Dollars and l{2p Cents Each 16 1 Const. Junct. Structure No. 2 . Each Per C.N.B. DWG. 311 -L @ �j�ttic Dollars and ejtC Cents $7cw. $ 4eO• ^. Each 17 1 Const. Inlet Structure No. .l Eac 12" C.M.P. @ F!?,�� Dollars and Cents $ Each .. • Ll PR 4 of 10 TTVM nVAOPTRTTnV T1UTT 18 3 Const. Conc. Pipe Collar Per.. Each C.N.B. DWG. 313 -L D @ ���[p. Dollars and Cents Each 19 1 Const. Headwall Per Detail E'acKi Sheet No. 9 @ Dollars and l}ZD Cents Each 20 25 Const. Downdrain Per Detail L.F. Sheet No. 9 @ .Dollars and rYL.f, cents Per Linear Foot 21 570 Const. Intercepting Terrace Per L.F. C..N.B. DWG. 701 -L @ Z40-pr- Dollars and �l'GC7 Cents Per near Foot 22 365 Const. Diverter Terrace Per. L.F. C.N.B. DWG. 701 =L @ D I1 $ /ao.°-�$ 3C — p0 (s 0— $ DO $ 26 i s /o. °—� s 5704. o ars � and O _ Cents $ �• D $2/90. Per near Foot 23 60 Const.,8" A.C.P. Water Service - L.F. Plug End T @ Dollars and �JZO. Cents Per Linear Foot 40 PR 5 of 10 IT= WUANTI.YZ 1.1ZK =5CAIPTION 'UNIT TUTAL NO. 'AND.UNIT' UNIT PRICE WRITTEN IN WORDS PRICE PRICE Eac 24 3 Const. 8" Gate Valve Per C.N.B. @eP Dollars Each DWG: 507 -L with tappQing/f sleeve �tl� Cents $/ocr, Dollars Const..Type II Street Light Per C.N.B. DWG. 200 -L (Incl. qp Pull Box, Conduit & Wire) .and /itd Cents oo $$ ✓6� — and Each Const. Fire Hydrant Per C.N.B. Each DWG. 500 -L @ /&o Dollars and QO /hO Cents seew,7 $ . O DOD, Each 26 4 Adjust Valve Box to Grade EacTi Dollars and Cents pp $ as: $ �� Each 29 l Eacl 21 Each Relocate Air Vacuum Valve Dollars i and r Cents $ Each Adjust Sewer Manhole to Grade @ �. , �lsrkdild' Dollars and /�{� Cents c!o $ 3 D, Eac Const. Std. Street Light City Switch in Econolite Cabinet. @eP Dollars ! and �tl� Cents $/ocr, Each Const..Type II Street Light Per C.N.B. DWG. 200 -L (Incl. Pull Box, Conduit & Wire) @ ollars and Cents. $ $ -„ . Each Si fy�:�:: .. - - � _ ,�: �. _f PR 6 of 10 ITEM UNIT TOTAL :QUANTITY. ITEM DESCRIPTION NO.' AND UNIT UNIT PRICE WRITTEN.IN WORDS PRICE PRICE 3,1 61315 Const. Type "A ".P.C.C. Curb & 'LeF: Gutter @ G Dollars and Cents $ Per Linear Foot 32, 1 425 Const. Type "C" P.C.C. Curb & L.F. Gutter Per C.N.B. DWG. 106 -L. Dollars and .. Gp — Cents $ ,C + $ Per Linear wot 33,° 240 Const. Type "E" A.C. Curb;. Per L.F.: C.N.B. .DWG. 106 -L @ l LeP Dollars and p0 r — 7,20, /14) cents $.3� S Per Linear Foot 34 :33 220 Const. P.C.C. Sdwlk. Per C.N.B. S: F. DWG. 110 -L O'Dollars s _ and Cents Per s.qVlrrFoot 35 2,390, Const. 2" thick.A.C. Sdwlk. S.F. Dollars and Cents 3o . $ L/. / y, T Per Square Fo _$ 36 _ 5,.566 Const. Asphaltic Conc. Pavement .,Tons Incl. Prime Coat @ Dollars .. and Cents Per Ton 37 :.:. ons Const Aggregate Base @ Oat Dollars and �•a Cents $ T +._— $ �o� -' Per Ton 0 PR 7 of 10 +s ura jdwC'++&A ++LLL1'L1'iDVi[1tliVLY - ull1j: IvAni1 NO. AND UNIT UNIT PRICE WRITTEN IN WORDS.. PRICE PRICE 38, 11110 Const. 4" P.C.C. Cobblestone S.F. Pavement @ 7&--7- m Dollars and IXL�j Cents Per Square Foot 39 852 Const. 6" P.C.C. Type I Com- S.F._ mercial Drive Approach Per C.N.B. DWG. 111 -L @ Critr Dollars and Y�'Lf3 Cents Per Square Foot 40 306 Const. 2 "x6" R/W Header L.F. @�- Dollars and /yLCQ. Cents Per Linear Foot 41 65. Const. Std. Street Barricade Per —7. —F. C.N.B,.' DWG. 122 -L @ Dollars and IIZQ Cents Per Linear Foot 42 11 Const. Std. Survey Monument Per Each C.N.B. DWG. 124 -L @ Dollars and Cents Each 43 1 Reconstruct Traffic Signal System Lump Sum Per Detail Sheet No. 11 . @ Dollars and e',16 Cents Lump Sum f s •2 °—° $ ,2220, � .� i $ /po $ �sz, $ /.- $ 3©4.— Ole e' -o - T— 0 0 • PR 8 of 10 ITEM QUANTITY ITEM 5ESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 44 1 Conc. Block Wall (Incl. Footing) Lump Sum �- @��oars and Op l}2p . Cents $ Lump Sum 45 105,300 Erosion Control Planting S.F. @ 19L0 Dollars and /O _ Cents $ $ Per Square Foot 46 1 Relocate Existing Irrigation Lump Sum System Adjacent to Northerly Curb Line @ JzfA�Do11ars and OD 00 Cents $ 700. $ 700, Lump Sum 47 1 Construct 1 1/2" Water Service aT cTi — Per C.N.B. DWG. 503 -L Including Meter Box ^ @ /— Gft�� /,�? Dollars i and $ ` ©ac /yam Cents $' B OO,' — ;J Each 48 230 Construct 1 1/2" Schdl. 40 P.V.C. L.F. Sprinkler Line @ Dol 1 ars and �ff (hO Cents $ Per Linear Foot 49 1 Guard Underground Construction Luum @ Dollars and oo 174-6 Cents $ D�� $ /0oD Lump um i __ �._ - - _ .� __ . Lump Sum 52 1 Const. Inlet Struct.. No. 1 Eaci- • 4 J, @ �Dollars / PR 9 of 10 Each 53 1 ITEM. QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE':WRITTEN IN WORDS' PRICE 'PRICE" 50 1 Pavement'Removal Dollars Lump Sum @ /—iNcGitau// Dollarsi /. p0 $ urp0 —$ pp, .. _ and Do 54 1 Const. Alternate Inlet Structure IN D Cents $ OD, 174000. �. No. 1 for Line "A" and 30" C.M.P. Lump Sum and Bulkhead Line "A" Outlet in 51 1 Reconstruct Sewer Manhole Lump Base and Shaft and pia, Cents J ' Dollars / 55 1 and oo LUMP um Sta. 3 +00 4/2 S_cjc Conc. Slurry /7Z6 Cents Lump Sum 52 1 Const. Inlet Struct.. No. 1 Eaci- 300 C.M.P. @ �Dollars / and d cents Qo $ 706, -' $ 704. Each 53 1 Fill Existing C.M.P. Storm Lump Sum Drain Pipes w/2 Sack Conc. Slurry, Except 30" C.M.P.. at Station 3+00 Dollars A and /ft0 cents p0 $ urp0 —$ pp, .. _ Lump Sum 54 1 Const. Alternate Inlet Structure Eac No. 1 for Line "A" and 30" C.M.P. and Bulkhead Line "A" Outlet in Lieu/ of Item 52 � GL�C1Dollars and pia, Cents J ' Each 55 1 Fill Existing 30" C.M.P. at LUMP um Sta. 3 +00 4/2 S_cjc Conc. Slurry @ bollars and Mt*!� Cents oo $ D4. ' S 700. _ Lump Sum r PR 10 of 10 . ITEM OUANTITY UNIT TOTAL ITEM DESCRIPTION NO. AND UNIT UNIT PRICE WRITTEN IN WORDS: PRICE PRICE 56 21 300 Unclassified Excavation C QQ Dollars -: and Cents TOTAL PRICE FOR:ITEMS 1 THROUGH 56 CONTRACTOR'S LICENSE NO, 177061 DATE October 1;1974 DATE pow $ 3 3 f oZ.O J.F.SHEACO., INC. (BIDDER S NAME' AU HORIZED'SIce enY Peter OO 3Shhea, Vice PPrree sfi CONTRACTOR'S ADDRESS 655 Brea Canyon Road Walnut, California 91789 TELEPHONE NUMBER ( 714) 595 7432 NOTE: Designate the Traffic Signal Controller Supplier for Bid Item 43 in the space below:` (Telephone Number) :.. �.tt ..... .� .. mA :mm:',. '. ___'_ _ I f The Premium Chargcd `'' thll Bond is included in that S iJO a on the Annual Bid Bond." Pap '4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, J. F. Shea On-- Tnn. 655 Brea Carron Rd.. Walnut Calif. , as Principal, and Firemen's Insurance Company of Newark, New Jersey , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the Sum of Ten Percent of the total amount of the bid Dollars ($Ja ---------- ), lawful money.of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents.. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of Ford Road - Contract No. 1600 in the City of Newport Beach, is accepted by the City Councilo of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount i specified herein shall be forfeited to the said City. 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, we hereunto set our hands and seals this 1st day of October 19�� a(; Corporate Seal (If Corporation) J. F.-Shea Co. Inc. nPet (Attach acknowledgement of er ASZhea4ice�Presidefit_, ' Attorney -in -Fact) - -- — --- -- '' - t Harrel J. Co] ins- Atternev - .. . �I 0 4b Ar r II 3 e 3 O z O m o o a a 2 < p NZ T T 0 N g m O O ➢ rr - '.a NOn yr'. N On r >q, �+ Cmr rr', �2cm, D V Z Z OD a rn N [p t9 N H O O VD P per,, � tO 2. gc n R 2 S rb d � Eg O d x m p N 6N1 p � O R d O_ F O d El Y d 60 fD N 6. •\ m �3 n � O � z n � o a 5 ro k b Y m y y n. 0 S n 0 c O O Na CD r m n' d M 0 3 u I y 0 2 'a y 0 2 w m A rq O m F- m -. m t m m a N O ¢ m N � Y ¢ S (p fn ti n � T 01 ry � d vwvvw�r) 5 m ¢ y N O k m 0 � F ¢ 4 " a 0 F o � 3 ° m O N N �', I I m I d N 0 m a: n O bo N d O 0 O ., o S � N N O O � D D o DO O jog � m 2 7 2 S ] b D N 3 F 7 >, � O ] y m 5 it fllr � Y � R I ai c z 4 0 m U! m m E y c O 0 � � n m OT h m mY b' CL 0 m s y v n ly O O j m a- � yN S .n y n0 rQ _� rQ D ° m m� ° y C ° ¢ v z � _ N lb m ° n 2 o ^ c. n b � F d N 7 � a �^ O ¢ of `C N a D In O +7 n a r 0 O X z N Ez"N z O v y. �-A, A SP Z < 7o O D m :>r n `D n ,t �yQA�F�n 8�D(1 t FF m - C i Z_3'D z fff�liiillll D .M...wv.n 0 5 m ¢ y N O k m 0 � F ¢ 4 " a 0 F o � 3 ° m O N N �', I I m I d N 0 m a: n O bo N d O 0 O ., o S � N N O O � D D o DO O jog � m 2 7 2 S ] b D N 3 F 7 >, � O ] y m 5 it fllr � Y � R I ai c z 4 0 m U! m m E y c O 0 � � n m OT h m mY b' CL 0 m s y v n ly O O j m a- � yN S .n y n0 rQ _� rQ D ° m m� ° y C ° ¢ v z � _ N lb m ° n 2 o ^ c. n b � F d N 7 � a �^ O ¢ of `C N a D In O +7 n a r 0 O X z N ,, RESOLUTION NO. 8 36 9 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OCT 4174 OF NEWPORT BEACH AWARDING A CONTRACT FOR IMPROVEMENTS IN CONNECTION WITH THE WIDENING OF FORD ROAD FROM JAMBOREE ROAD TO MACARTHUR BOULEVARD, CONTRACT NO. 1600 WHEREAS, pursuant to the notice inviting bids for improvements in connection with the widening of Ford Road from Jamboree Road to MacArthur Boulevard, in accordance with the plans and specifications heretofore adopted, bids were received on the 1st day of October, 1974, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefore is J. F. Shea Company, Inc.; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of J. F. Shea Company, Inc. for the work in the amount of $433,602.20 be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 15th ATTEST: City Clerk day of October , 1974. Mayor DDO /bc 10/8/74