Loading...
HomeMy WebLinkAboutC-2150 - Prospect Street extension between Seashore and Pacific Coast Highwayi,It October 30, 1981 Jerry Cross Paving 264 Sherwood Street Costa Mesa, CA 92627 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 Subject: Surety: United States Fidelity and Guaranty Co. Bonds No.: 40- 0120 - 11625 -81 -3 Project: Prospect Street Construction Contract: C -2150 The City Council on October 13, 1981, accepted the work of subject project and authorized the City Clerk to file a Notice of Completion 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 October 22, 1981 in Book No. 14266, Page 7. Please notify your surety company that the bonds may be released 35 days after recording date. b f r Wanda E. Andersen City Clerk WEA:lr cc: Public Works Dept. File City Mall • 3300 Newport Boulevard, Newport Beach, California 92663 }';.r fir-, rt F.?GfiD1 TO EVARD _.. r < :...c. .,:;. (,r. IF. 92663 oa QOV81M8111 Ci� / 290 BK 14266Ps EXEMPT C2 6E1CWI ""f-4 RECORDS lIFD"IA F3� NOTICE OF COMPLETION M 0 22'91 PUBLIC WORKS 1 LEE A. 8RA!C -J, ".. .rr; RecorQp;? 1 o All Laborers and Material Men and to Every Other Person Interested YOU WILL PLEASE TAKE NOTICE that on October 13, 1981 the Public bVorks project consisting of Prospect Street Construction between West Coast Hi4hway and Seashore Drive (C -2150) on which arh-�{` spaying, 76,4 Sherwood at , Crigtn Mesa was the co,'rActor %"and United States Fidelity and Guaranty Co. _ was t}ie suretf was completed. CIT OF NEWPORT BFACH 77u orks Director VERIFICATION I, the undersigned, say: 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 October 20, 1981 at Newport Beach, California. Public Works Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said (:ity on October 13, 1981 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 October 20, 1981 at Newport Beach, California. City Clerk (Deputy) N October 20, 1981 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 Lee A. Branch County Recorder P.O. Box 238 Santa Ana, CA 92702 Dear Mr. Branch: Attached for recordation is Notice of Completion of Public Works project consisting of Prospect Street construction between West Coast Highway and Seashore Drive, Contract No. C -2150 on which Jerry Cross Paving was the Contractor and United States Fidelity and Guaranty Co. was the surety. Please record and return to us. Irene Butler Deputy City Clerk IB:lr attach. Cite Hall • 3,300 Neu-port Boulexard, Newport Beach, California 92663 CCT 13 1981 By tho CITY COUNCIL CITY, OF NEWPORT BEACH TO: CITY COUNCIL October 13, 1981 CITY COUNCjL AGENDA ITEM N0. ft —1 - FROM: Public Works Department SUBJECT: ACCEPTANCE OF PROSPECT STREET CONSTRUCTION BETWEEN WEST COAST HIGHWAY AND SEASHORE DRIVE (C -2150) kid;1I1r L D'T1KInk in 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: The contract for the construction of Prospect Street between West Coast Highway and Seashore Drive has been completed to the satisfaction of the Public Works Department. The bid price was $44,900.00 Amount of.unit price items constructed 44,957.88 Amount of change orders 492.00 Total contract cost $45,449.88 Funds were budgeted in the General and Federal Revenue Sharing Funds. One change order in the amount of $492 was issued. This provided for reimbursement to the contractor of CalTrans inspection and permit costs. The design engineering was performed by the Public Works Department. The Contractor is Jerry Cross Paving Co. Inc. of Costa Mesa. The contract date of completion was September 10, 1981. The contract was delayed because of CalTrans special requirements, with the work being com- pleted on September 18, 1981. Benjamin B. Nolan Public Works Director GPD:jd DATE July. 23 , 1981 9 CITY OF NEWPORT BEACH TO: FINANCE DIRECTOR OFFICE OF THE CITY CLERK (714) 640 -2251 FROM: City Clerk SUBJECT: Contract No. C -2150 Description of Contract Prospect Street Construction between West Coast Highway and Seashore Drive Effective date of Contract July 23, 1981 Authorized by Resolution No. 10078 adopted on June 22, 1981 Contract with Jerry Cross Paving Adress 264 Sherwood St., Costa Mesa Amount of Contract$ 44,900.00 WANDA E. ANDERSEN City Clerk City Ilall • 3300 Newport Boulevard, Newport Beach, California 92663 5 -81 NOTICE INVITING BIDS • CITY CLERK Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 11:00 A.M. on the 10th day of June 1981, at which time such b shall be opened and read for PROSPECT STREET CONSTRUCTION BETWEEN WEST COAST HI Title 2150 Contract No. 541.000 Engineer's Estimate • Approved by the City Council this 26th day of May , 1981. Ci • L�/f1Cl.Cilll0 Wanda E. Andersen City Clerk Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663. For further information, call Gilbert Wong at 640 -2281. Project Engineer I • PROPOSAL C PROSPECT STREET BETWEEN WEST COAST HIGHWAY AND SEASHORE DRIVE Title of Project 2150 Contract No. $41,000 Engineer's Estimate To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: PR la The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby pro- poses to furnish all materials and do all the work required to complete this Contract in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: ITEM NO. WANMY AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 1. Lump Sum Clearing, grubbing, and excavation Five Thousand Seven Hundred @Forty Dollars and No Cents $ Lump Sum $ 5,740.00 Lump Sum 2. 234 Construct P. C. C. curb and gutter Linear Feet @Ten Dollars and No Cents $ 10.00 $ 2,340.00 Per Linear Foot 3. 1400 Construct P. C. C. Sidewalk Square Feet @One Dollars and Sixty Cents $ 1.60 $ 2,240.00 Per Square Foot 4. 4 Construct P. C. C. curb access ramp Each @One Hundred Thirty Dollars and No Cents $ 130.00 $ 520.00 Each E ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE PR lb TOTAL PRICE WRITTEN IN WORDS: Fortv -Four Thousand Nine Hundred No 271868_ A-C12 Contractor's Lir _ Plo. & Classification June 10, 1981 )ate Dollars and Cents $ 44,900.00 Jerry Cross Paving Co., Inc. Blrlder --- -- - - -- - -- /s/ Frank Dolby /Vice President Authorized Signature /Title 264 Sherwood Street, Costa Mesa, CA 92627 Bidders Address -- - - - - -- (714) 548 -8116 Bidder's Telephone Number 150 5. -2-9}- Construct asphalt concrete pavement Tons @ Thirty -Nine Dollars and No Cents $ 39.00 $ 5,850.00 Per Ton 200 6. _V5G_ Construct aggregate base course Tons @ Twelve Dollars and Forty -Five Cents $ 12.45 $ 2,490.00 Per Ton 7 Modify Traffic Signal System Complete Lump Sum in place @ Twenty -Three Thousand Dollars and No Cents $ Lump Sum $23,000.00 Lump Sum 8 Modify Street Light System Complete Lump Sum in place @ Two Thousand Six Hundred Dollars and No Cents $ Lump Sum $ 2,600.00 Lump Sum 9. State of California Traffic Control Lump Sum @ One Hundred Twenty __Dollars and No Cents $ Lump Sum $ 120.00 Lump Sum —i -- - TOTAL PRICE WRITTEN IN WORDS: Fortv -Four Thousand Nine Hundred No 271868_ A-C12 Contractor's Lir _ Plo. & Classification June 10, 1981 )ate Dollars and Cents $ 44,900.00 Jerry Cross Paving Co., Inc. Blrlder --- -- - - -- - -- /s/ Frank Dolby /Vice President Authorized Signature /Title 264 Sherwood Street, Costa Mesa, CA 92627 Bidders Address -- - - - - -- (714) 548 -8116 Bidder's Telephone Number Page 2 INSTRUCTIONS TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis- crepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the con- tract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in- clusive). The Contractor shall be responsible for compliance with Section 1777. of the California Labor Code for all apprenticeable occupations. 271868 A -C12 Contr's Lic. No. & Classification June 10, 1981 Date Jerry Cross Paving Co., Inc. Bidder /s/ Frank Dolby /Vice President Authorized Signature /Title 0 DESIGNATION OF SUBCONTRACTORS • Page 3 The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will he used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer and as provided by State law. Item of Work Subcontractor Address 1. Concrete Markel Cement Contracting Costa Mesa 2. Electrical Steinv & Co., Inc. Anaheim 3 4. 5. 6. 7. 8. 9. 10. 11. 12. Jerry Cross Paving Co., Inc. Bidder /s/ Frank Dolb Nice President Authorize Signature/Title • 0 Page 4 FOR ORIGINAL SEE CITY CLERK'S FILE COPY BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, Jerry Cross Paving Co., Inc. , as bidder, and United States Fidelity and Guaranty Company , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent (10 %) of Amount Bid in------------ - - - - -- Dollars ($ 10% of bid ), 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 bidder for the construction of Prospect Street Between West Coast Highway And Seashore Drive C -2150 Title of Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 3rd day of ,lima , 1981. (Attach acknowledgement of Attorney -in -Fact) Bobby Marie Sommer commission expires June 9, 1981 Jerry Cross Paving Co., Inc. Bidder /s/ Frank Dolby /Vice President Authorized Signature /Title United States Fidelity and Guaranty Company Surety By /s/ Ken L. Carson Title Attorney -in -Fact • CERTIFIED COPY • GaTERAL POWER OF A'ITORN£Y 90620 No.............. I .......................... Know all Men by these Presents: That UNITED STATES FIDELITY AND GUAR -ANTY COMPANY, a corporation organized and existing under the laws of the State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint Ken L. Carson of the City of Newport Beach , State of California its true and lawful attorney in and for the State of California for the following purposes, to wit: To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, a certified copy of. which is hereto annexed and made a pan of this Power of Attorney: and the said UNITED STATES FIDEELITY AND GUARANTY COMPANY, through us, its Board of Directors, hereby ratifies and confirms all and whatsoever the said Ken L. Carson may Lawfully do in the premises b7 virtue of these ptexnis In Witness Whereo), the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be sealed with its corporate seal. duly attested b7 the signatures of its Vice - President and Assistant Secretary, this 29th day of May ,A,D.1980 (Signed) (Szx+) (Signed) STATE OF 1IARYLAND, ss: BALTIMORE CITY, UNITED STATES FIDELITY AND GUARANTY COMPANY. Charles 14. Boone By.... .................... ............................... Vice- President. Ray H. Britt . .............. ............................... As.siatant Secretary. On this 29th day of May , A. D. 1980, before me personally came Charles I'7. Boone Vice- President of the UNITED STATES iTDEIJTY AND GUARANTY COMPANY and aay H. Britt , Assistant Secretary of said Company, with both of whom I am personally acquainted, who being by me severally duly sworn, said that they, the said Charles W. Boone and Ray H . Britt were respectively the Vice, - President and the Assistant Secretary of the said UNITED STATES FIDELITY AND GUA ANTY COMPANY, the corporation described in and which executed the foregoing Power of Attorney; that they each knew the Deal of said corporation; that the seal affixed to said Power of Attorney was such corporate sea[, that it was so fixed by order of the Bomd of Directors of said corporation, and that they signed their names thereto by like order as Vice - President and Assistant Secretary, respectively, of the Company. My commission expires the first Lay in July, A. D. 19.8.2.... Margaret ... (S� ) (Signed) ................ ... Hur .. s ...... t .................... Notary P.:5ftc. STATE OF MARYLAND l I set. BALTI \i0iiE CITY, I Id i 1.1 t am Allen Clerk of the Superior Court of Baltimore City, which Curt is a Court of Record. and has a seal, do hereby cerify that Margaret M. Hurst Esquire, before whom the annexed af5ds.its orre. made, and who has thereto subscribed his name, was at the time of so doing a Notary Pubbc of the State of Maryland, in and for the City of Baltimore, duly commissioned and sworn and authorized by law to administer oaths and take arknowlc,Ignie,nU, or proof of deeds to be recorded therein. I further certify that I am acquam rd with the handwriting of the said Notary, and reply beGcve the, A nature to I,c l,is gcn•.une signature. In Testimony IV; ereoJ, I hereto set my hand and affix the seal of the Superior Court of Baltimore City, tho same belne a Court of Record, this 29th day of May • A. D. 19 80 (SE T) (Signed) .............Willi-am Allen ........................ . ............ I .......... .. Clerk of ri:a Superior Colin or Baltimore C,:y. FS 3 i6-77) r 0 COPY OF RESOLUTION That Whereas, it is necessary for the effectual transaction of business that this Company appoint ageni� :end atterncvs with power and authority to act for it and in its name in Mazes other than Maryland, and in the Territories of the Uml,d `late., and in the Provinces of the Dominion of Canada and in the Colony of Newfoundland. T herejore, be it Resolved, that this Company do, and it hereby does, authorize and empower its Po-siw :nt u either of its 1 ice - Presidents in conjunction with its Secretary or one of its Assistant Secretaries, tmder its corporate seal, to upl —i,u am person or persons as attorney or atiorneys-m fact, or agent or agents of said Company, in its name and as its act. to vxrcutc and dcitv,r any .tnd all cqn- traets guaranteeing the :delay of persons holding positions of public or private trust, guaranteeinj tin: pti',�nneneea of contracts other than insurance policies and executing or guaranteeing bonds and undertakings, required or pennitred in all actions or proCITdings, or by law allowed, and Also, in its name and as its attorney or attorneys -in fact, or agent or agents to execute and guarantee the rnnditi,ms of any and all bonds, recognizance.,, oUgations, stipulations, undertakings or anything in the nature of either of the same, which ,tre or may by ;eras, municipal or otherwise, or by any Statute of the United States or of any Mate or Teaitory of the United States or of the Provinces of the Dominion of Canada or of the Colony of Newfoundland, or by the rules. regulations, order=, eustnms, practice or dis,:rc :lun of any bv,ani. body, organization, office or office.. local, municipal or otherwise, be allowed, required or iK.r^.titted to be, ese,rated, made, taken, given, tendered, accepted, filed or recorded for the security or protection of, by or for any person or persons, corporation, body, office. interest. municipality or other association or organization whatsoever, in any and all capacities whatsoever, conditioned for the doing or not doing of anything or any conditions which may be provided for in any such bond, recognizance. obligation. stipulation, or undertaking, or anything in the nature of either of the same. I, George P„ Downer , an Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney given by said Company to Ken L. Carson of Newport Beach, California . authorizing and empowering hill to sign bonds as therein set forth, which power of attorney has never been revoked and is still in full force and effect. And I do further eenify that said Power of ,Attorney was given in pursuance of a resolution adopted at a regular :meting of the Board of Directors of said Company, duly called and held at the office of the Company in the City of Baltimure. on the 11th day of July. 1510. it which meeting a quorum of the Board of Directors was present. and that the foregoing is a true and correct co ;,.y of said resolution, and -.be whole thereof as recorded in the minutes of said meeting. In Testimony Whereof, I have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUARANTY COMPANY on . (Date) .Assistant, Secretary. • + Page 5 NON- COLLUSION AFFIDAVIT The bidder, 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 arrange- ment 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 arrangement 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 bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does.not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested., offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever 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 10th day of June 1981 . My commission expires: June 25, 1982 Jerry Cross Paving Co., Inc. Bidder /s/ Frank Dolby /Vice President Authorized Signature /Title /s/ Jeanne E. Achtien Notary Public • Page 6 FOR ORIGINAL SEE CITY CLERK'S FILE COPY STATEMENT OF FINANCIAL RESPONSIBILITY. The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. Jerry Cross Paving Co., Inc. Bidder /s/ Frank Dolby /Vice President Authorized Signature /Title 0 • 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. 1980 City of Costa Mesa 754 -5293 Jerry Cross Paving Co., Inc. Bidder /s/ Frank Dolby /Vice President Authorized Signature /Title • N O T I C E 0 Page 8 The following are samples of contract documents which shall be completed and executed by the successful bidder after he receives a letter of award from the City of Newport Beach: PAYMENT BOND (pages 9 & 10) FAITHFUL PERFORMANCE BOND (pages 11 & 12) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13,14 & 15) CONTRACT (pages 16 & 17) Since the City of Newport Beach will not permit a substitute format for these contract documents, bidders are advised to review their content with bonding, insuring and legal agents prior to sub- mission of bid. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and .(2) the Standard Specifications for Public Works Construction (latest edition adopted for use in the City of Newport Beach F, except as supplemented or modified by the Special Provisions for this project. 0 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That • Page 9 BOND #40- 0120 - 11625 -81 -3 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted June 22, 1981 has awarded to Jerry Cross Paving Co., Inc. hereinafter designated as the "Principal ", a contract for Prospect Street between West Coast Highway and Seashore Drive 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 of the City of Newport Beach; 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 JERRY CROSS PAVING CO., INC. as Principal, and UNITED STATES FIDELITY AND GUARANTY COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of _FORTY FOUR THOUSAND NINE HUNDRED --------------- - - - - -- Dollars ($44.900, ), 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. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal 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 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. This bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon 0 0 Page 10 Payment Bond (Continued) this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California. And 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 contract or to the work or to the specifications, In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 1st day of July 19 81 1 Appr ed as to f rm: T Ill Ci ty \Attorney JERRY CROSS PAVING CO., INC. (Seal)` Name of Contractor (Principal)i D E AT:- Authorized Signature and Title UNITED STATES FIDELITY & GUARANTY (Seal) Name of Surety 2600 E. Nutwood Avenue, Fullerton, California Ad ss f Surety 92631 Ken L. Carson fjY} `r— Attorne Zen Fact S nature an it a of ut orized gA ent COAST INSURANCE SERVICE 301 E. 17th Street, Ste. 210, Costa Mesa 92627 dress of Agent 714 - 631 -7200 Telephone No, of Agent $ / / / - r( // «r \ \\ \( //, r` F ¥ (\ / \$ «,&_ # }PM &s \} td [§� . $ .;�rE] - _&E\EG » CD ; CL «E ®E9 n�7 »/ 2 / �fDr-/P( ®�@ . e @ ®,M> r.4 -.P ° .,E\\ k DD ( pm, \ \` \ \o \ ( \3 \ _ ) ■ C) n / ) ) ( Vd\ §d § k _ [[ k \ § § \ \ \ B • . Page 11 FAITHFUL PERFORMANCE BOND BOND #40- 0120- 11625 -81 -3 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted June 22, 1981 has awarded to Jerry Cross Paving Co., Inc. hereinafter designated as the "Principal ", a contract for Prospect Street between West Coast Highway and Seashore Drive 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 of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, JERRY CROSS PAVING CO., INC. as Principal, and UNITED STATES FIDELITY AND GUARANTY COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of FORTY FOUR THOUSAND NINE HUNDRED llars {$ 44,900. ), 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, con- ditions, 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. And 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 to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice 0 • Page 12 Faithful Performance Bond (Continued) of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications., In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and. Surety above named, on the 1st day of July 19 81 . JERRY CROSS PAVING CO., INC. -"(Seal) .^ Name of Contractor (Principal) Authorized Signature and Title ��£fsZaEAr Authorized Signature and Title UNITED STATES FIDELITY AND GUARANTY CO - (Seal) Name of Surety , 2600 E. Nutwood Avenue, Fullerton, Ca. 92631 Addrip. s of Surety Ken L. Carson Attorney In Fact SigKfure arid Title of Authorized Agent COAST INSURANCE SERVICE Approved as to form 301 E. 17th St. Ste. 210, Costa Mesa, Ca. 92627 Address of Agent City Atto ney 714 - 631 -7200 Telephone No. of Agent co 0 ,, �(\\( R !}! / 0000, n n \ ° \� \ M ��� \ § *.i // \ Op0 0 q o `CI r 92\24 0 ] /pug `�- ZI� � {} 0 0 \� RC) \ / ` ��` \ 0 [ .; / \/ \ so EE\ ) \E =/b . § /o \ } /�I § \Ek , j 0 / 0, \ 2lk5 yR >. ID /} ; •§ R( \ \� � I § § § ( / ) { Q CERTIFICATE HOLDER City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 1971 PLACENTIA AVENUE • CERTIFICATE OF INSURANCE INSURANCE Company A Letter Company B Letter Company C Letter Company D • Page 13 ERAGES INSURANCE COMPANY OF THE PACIFIC ..i_. Le_.tte.r E This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time, including attached endorsement(s). COMPANY Policy Policy LIMITS OF LIABILITY IN THOUSANDS 000 LETTER TYPE OF INSURANCE No. Exp. Each Date I Occurrence lAqqregate GENERAL LIABILITY A 9 Comprehensive Form 0 Premises - Operations ❑ Explosion & Collapse Hazard ❑ Underground Hazard CA502 6121 11-1-81 Bodily Injury Property Damge $ $ $ $ 9 Products /Completed - Operations Hazard 10 Contractual Insurance Bodily Injury and Property $ 500, $ 500, n Broad Form Property Damage Damage Combined li] Independent Contractors 0 Personal Injury Personal Injury $ 500, E3 Marine ❑ Aviation AUTOMOTIVE LIABILITY A gl Comprehensive Form Q Owned �j Hi -red Non -owned GA502 6121 11 -1 -81 Bodily Injury Each Person $ $ \ \\ Bodily Injury Each Occurrence Property Dama e $ Bodily Injury and Property Damage 500, $ Combined EXCESS LIABILITY ❑ Unbrella Form El Other than Umbrella Form Bodily Injury and Property Damage Combined $ $ WORKERS' COMPENSATION Statutory and ac EMPLOYER'S LIABILITY Accident NOTE: The Comprehensive General Liability or (and) Automotive Liability policy(s) is (are) endorsed with the attached City of Newport Beach Endorsement(s). CANCELLTON: Should any of the above described policies be cancelled or coverage reduced ^/ before the expiration date thereof, the Insurance Company affording coverage shall provide 30 days' advance notice to the certificate holder by mail, ' COAST INSURANCE SERVICE 7 -1 -81 BY Agency: P. 0. Box 1686 Newport Beach 92 thbrized Representative 301 E. 17th St. Ste. 211 Costa Mnia 92627 Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: STREET CONSTRUCTION BETWEEN WEST COAST HIGHWAY AND SEASHORE DRIVE CONTRACT #2150 Project title and contract number NOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. 0 • Page 14 CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: With respect to such insurance as is afforded by the policy for Bodily Injury and Property Damage Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded the additional named insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The limits of liability under this endorsement for the additional insureds named in paragraph 1 of this endorsement shall be the limits indicated below for either Multi- ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability $ Property Damage Liability $ (xx ) Single Limit each occurrence each occurrence Bodily Injury Liability $ 500,000 each occurrence and Property Damage Liability Combined The limits of liability as stated in paragraph 3 of this endorsement shall not in- crease the total liability of the Insurance Company for all damages as the result of any one accident or occurrence in excess of the limits of Liability stated in the policy as applicable to Automobile Liability Insurance. 4. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: STREET CONSTRUCTION BETWEEN WEST COAST HIGHWAY AND SEASHORE DRIVE Project Title and Contract No.). CONTRACT #2150 This endorsement is effective July 1, 1981 at 12:01 A.M. and forms a part of Policy No.GA5026121 Named Insured JERRY CROSS PAVING CO., INC. Name of Insurance Company INS.CO. OF THE PACIFIC By No. ve • • Page 15 CITY OF NEWPORT BEACH COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: With respect to such insurance as is afforded by the policy for Comprehensive General Liability, the City of Newport Beach, its officers and employees are additional in- sureds but only with respect to liability arising out of operations performed by or on behalf the named insured in connection with the contract designated below or acts and omissions of the City of Newport Beach in connection with its general supervision of such operations. The insurance afforded said additional insured shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision con- tained in the written contract, designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU "hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured named in paragraph I of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability Property Damage Liability " Single Limit Bodily Injury Liability and Property Damage Liability Combined $ each occurrence 500.000 each occurrence each occurrence The applicable limit of the Insurance Company's liability for the insurance afforded for contractual liability shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insureds. The limits of liability as stated in this endorsement shall not increase the total liability of the Insurance Company for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to Comprehen- sive General Liability Insurance. 6. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department 7. Designated Contract: STREET CONSTRUCTION BETWEEN WEST COAST HIGHWAY AND SEASHORE DRIVE Project Title and Contract No. CONTRACT #2150 This endorsement is effective July 1, 1981 at 12:01 A.M. and forms a part of Policy No. GA 5026121 / Named Insured JERRY CROSS PAVING CO., INC. J ,indorsement No. Name of Insurance Company INS.CO.OF THE PACIFIC By COAST resentat Ica • Page 16 CONTRACT THIS AGREEMENT, entered into this day of 19 by and between the CITY OF NEWPORT BEACH, he reinafter Jerry Cross Paving Co., Inc. hereinafter "C trac , "is made with reference to the following facts: ` (a) City has heretofore advertised for bids for the following described public work: .ween West Coast Highway and Seashore Drive C -2150 tle of Project Contract No. (b) Contractor has been determined by City to be the lowest responsi- ble bidder on said public work, and Contractor's bid, and the compensation set forth in this contract, is based upon a .careful examination of all plans and specifications by Contractor, NOW, THEREFORE, the parties hereto agree as follows: 1. Contractor shall furnish all materials and perform all of the work for the construction of the following described public work: Street between West Coast Title of Project and Seashore Drive C -2150 Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of Forty -Four Thousand Nine Hundred and No Cents ($ 44,900.00 }. This compensation includes 1 any loss or. damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstruc- tions in the performance of the work; (3) any expense incurred as a result of any suspension or discontinuance of.the work; but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instruction to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and endorsement(s) • • Page 17 (f) Plans and Special Provisions for Prospect Street between West Coast Hiahwav and Seashore Drive C -2150 Title of roject Contract No. (g) This Contract 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximiately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused.this contract to be executed the day and year first above written. . ATTEST: City Clerk APPROVED AS TO FORM: ity At or y CITY OF NEWPORT BEACH By . ` F 4l5 -�c �. j ", Mayor Jerry Cross Paving, Inc. Contractor ` By Itsir�,; By Its CITY CONTRACTOR 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 9 STREET CONSTRUCTION PROSPECT STREET - WEST COAST HIGHWAY TO SEASHORE DRIVE CONTRACT NO. 2150 1980 -81 INDEX TO SPECIAL PROVISIONS Section Page I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. COMMENCEMENT AND COMPLETION OF WORK . . . . . . . . . . . . . 1 III. GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 IV. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 V. CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . . . . . . . . 1 VI. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 VII. SURFACE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 VIII. TRAFFIC SIGNAL AND SAFETY LIGHTING FACILITIES . . . . . . . . . . . 2 A. General . . . . . . . . . . . . . . . . 2 B. Reference Specifications and Standard Plans . . . . . . . . . . 2 C. Description . . . . . . . . . . . . . . . . . . . 3 D. Equipment List and Drawings . . . . . . . . . . . . 3 E. Maintaining Existing and Temporary Electrical Systems . . . . . 4 F. Schedule of Work . . . . . . . . . . . . . . . . . . . . . . . . 4 G. Foundations . . . . . . . . . . . . . . . . . . . 4 H. Standards, Steel Pedestals and Posts . . . . . . . . . . . . . . 4 I. Conduit . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 J. Pull Boxes. . . . . . . . . . . . . . . . . . . . . . . . 5 K. Conductors and Wiring . . . . . . . . . . . . . . . . . . . . . 5 L. Bonding and Grounding . . . . . . . . . . . . . . . . . . . . . 5 M. Vehicle Signals . . . . . . . . . . . . . . . . . . . . . . . 5 N. Pedestrian Signals . . . . . . . . . . . . . . . . . . . . . . . 6 0. Detectors . . . . . . . . . . . . . . . . . . . . . . . . . . 6 P. Pedestrian Push Buttons . . . . . . . . . . . . . . . . . . . . 7 Q. Bicycle Push Buttons . . . . . . . . . . . . . . . . . . . . . . 7 R. Luminaires. . . . . . . . . . . . . . . . . . . . . . . . . 8 S. Photoelectric Controls . . . . . . . . . . . . . . . . . . . . . 8 T. Ballasts. . . . . . 8 U. Salvaging and Reinstalling or Stockpiling Electrical Equipment. 8 IX. PERMITS * . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 X. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . . . . . 9 A. Clearing, Grubbing and Excavation . . . . . . . . . . . . . . . 9 B. Aggregate Base . . . . . . . . . . . . . . . . . . . . . . . 9 C. Asphalt Concrete . . . . . . . . . . . . . . . . . . . . . . . .10 *California Department of Transportation Encroachment Permit Attached CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR STREET CONSTRUCTION 0 SP 1 of 10 PROSPECT STREET - WEST COAST HIGHWAY TO SEASHORE DRIVE CONTRACT NO. 2150 I. SCOPE OF WO The work to be done under this contract is the construction of Prospect Street between West Coast Highway and Seashore Drive; including the construction and modification of all roadway improvements, concerte improvements, and other inci- dental related work. The contract requires the completion of all the work in accordance with these Special Provisions; the Plans (Drawing No. R- 5409 -5); the City's Standard S ecial Provisions and Standard Drawin s; and the Standard S ecifications for Public Works Construction, 9 9 Edition, including Supp ements to date. Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 870 -9871. A copy of the Standard S it; Provisions and Standard Drawings may be purchased at the Engineer s office for 5. II. COMMENCEMENT AND COMPLETION OF WORK The Contractor shall complete all work on this contract within forty -five (45) consecutive calendar days after the start of work. III. 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. IV. PAYMENT The unit price and lump sum bid for each item of work shown on the proposal shall be considered as full compensation for all labor, equipment, materials, and all other things necessary to complete the work in place, and no additional allowance will be made therefor. Payment for all items of work not separately provided for in the proposal shall be included in the prices bid for other items of work. V. CONSTRUCTION SURVEY STAKING Field surveys for control of construction shall be provided by City. • • SP 2 of 10 VI. WATER The Contractor shall make provisions for obtaining and applying water necessary to perform his work. If the Contractor elects to use City water free of charge, it shall be his responsibility to make arrangements by contacting the City's Utilities Superintendent, Mr. Gil Gomez, at (714) 640 -2221. VII. SURFACE WATER CONTROL Surface runoff water containing mud, silt, or other deleterious material from the project shall be treated by filtration or retention in a settling basin or basins, sufficient to prevent such waters from directly entering storm drains or the bay. Prior to commencing construction, the contractor shall submit a plan for imple- menting siltation control concurrently to the Board, Santa Ana Region, 6809 Indiana Avenue, Suite 200, Riverside California 92506, Telephone (714) 684 -9330. Upon approval of the plan by the City and the Boars, the Contractor shall be responsible for the implementation and maintenance of the control facilities. The Contractor's attention is called to Subsection 7 -8.1 of the Standard Specifications as regards project site maintenance. VIII. TRAFFIC SIGNAL AND SAFETY LIGHTING FACILITIES The Contractor shall provide traffic control in compliance with the attached State's Encroachment Permit, Section 7 -10 of the Standard Specifications, and the Work Area Traffic Control Handbook (WATCH), published by Building News, Inc. except as modified herein. 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 light- ing facilities as shown on the drawings and as specified herein. Reference Specifications and Standard Plans Standard Specifications_ Except as modified herein, materials and installation shall conform to the California Standard Specifications, January 1981. All references in this section to "Standard Specifications" shall be understood to be referenced to the California Standard Specifi- cations. 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 1981. 3. Codes, Ordinances, and Re ulations - All electrical materials and equipment furnis ed and insta ed 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. 91 L SP 3 of 10 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 date set for receipt of bids. Description Furnishing and installing traffic signals, safety lighting, and sign illumination systems and payment therefor shall conform to the provisions in Section 86, "SIGNALS AND LIGHTING ", of the Standard Specifications and as modified herein. Traffic signal work is to be performed at the following location: COAST HIGHWAY @ PROSPECT STREET 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 a single 24" x 36" size sheet, or if desired, on a single 36" x 48" size sheet for five through eight phase installations only, and shall be drawn in sufficiently large scale to be clearly readable by field technicians. Partial schematic diagrams of the basic cabinet wiring on numerous other size 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 installation or, if ordered by the Engineer, prior to purchase. The maintenance manual shall include, but need not be limited to, the following items: (1) Specifications (2) Design characteristics (3) General operation theory (4) Function of all controls (5) Detailed circuit analysis (6) Trouble shooting procedure (diagnostic routine) (7) Voltage charts with wave forms (8) Block circuit diagram (9) Geographical layout of components (10) Schematic diagram (11) List of replaceable component parts with stock numbers • • SP4of 10 E. 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 Electrical Systems ", of the Standard Specifications and these Special Provisions. Cost for maintaining existing and temporary electrical systems shall be included in the lump sum bid. No "extra work" will be allowed. Traffic signal system shutdown shall be limited to periods between the hours of 9:00 a.m. and 3:30 p.m. All signal indications, detectors and control equipment, shall be main- tained in operation except during shutdown hours as specified above. F. Scheduling of Work Scheduling of work shall conform to the provisions in Section 86 -1.06, "Scheduling of Work ", of the Standard Specifications and these Special Provisions. The Contractor shall perform sub - surface work consisting of the instal- lation of conduit, foundations, and detectors, prior to receipt of all electrical materials and equipment, and shall begin said work within 10 days of the date of execution of contract. Above ground signal work shall not commence until such time that the Contractor notifies the Engineer, in writing, of the date that all electrical materials and equipment are received, and said work shall start within 15 days after said date. No materials or equipment shall be stored at the job sites until receipt of said notification by the Engineer. The job sites shall be maintained in neat and orderly condition at all times. G. Foundations Foundations shall conform to the provisions in Section 86 -2.03, "Founda- tions", 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 564 pounds of cement per cubic yard. H. 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. In lieu of the pipe tenon being at 90 degrees to the end of the signal arm, as shown on Detail S of Standard Plan ES -6S, the pipe tenon shall extend from the end of the signal arm and shall be parallel to the end of the arm. One Type 15 pole with 15 -foot mast arm and anchor bolts for pole No. 5 sheet 3 of the plans, shall be furnished by the City. Contractor is to transport same approximately 2 miles from Corporation Yard, 592 Superior Avenue, Newport Beach,to the jobsite. • • SP 5 of 10 All lighting standards or combined signal and lighting standards shall be provided with handholes and handhole covers. I. Conduit Conduit shall conform to the provisions in Section 86 -2.05, "Conduit ", of the Standard Specifications and these Special Provisions. Non- metallic type conduit shall not be used. Insulated bonding bushings will be required. After conductors have been installed, the ends of conduits terminating in pull boxes and controller cabinets shall be sealed with an approved type sealing compound. J. Pull Boxes Pull boxes shall conform to the provisions in Section 86 -2.06, "Pull Boxes ", of the Standard Specifications and these Special Provisions. Plastic pull boxes shall not be used. Pull boxes shall be No. 5 unless otherwise shown on the Plans. K. 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 Specifications and these Special Provisions. Conductors #10 AWG, or larger, shall be spliced by the use of "C" shaped compression connectors as shown on the plans. Splices shall be insulated by "Method B" L. Bonding and Grounding Bonding and grounding shall conform to the provisions in Section 86 -2.10, "Bonding and Grounding ", of the Standard Specifications and these Special Provisions. Grounding jumper shall be attached by a 3/16 inch or larger brass bolt in the standard or pedestal and shall be run to the conduit, ground rod, or bonding wire in adjacent pull box. The grounding jumper shall be visible after the pole foundation cap has been poured. M. Vehicle Signals Vehicle signals shall conform to the provisions in Section 86 -4, "TRAFFIC SIGNALS AND FITTINGS ", of the Standard Specifications and these Special Provisions. N • • SP6of10 All lamps for vehicle signals shall be provided by the Contractor, and the cost thereof shall be included in the lump sum bid. Pedestrian Signals Pedestrian signals shall conform to the provisions in Section 86 -4.05, "Pedestrian Signal faces ", of the Standard Specifications and these Special Provisions. Pedestrian signals shall be Type B or Type C. The following type of screen shall be provided on Type B or Type C signals: A 1z- inch -deep egg -crate type screen either of 0.020 -inch minimum thickness 5052 -H32 aluminum alloy or of 0.030 -inch nominal thickness polycarbonate. The assembly shall be mounted in a frame constructed of 0.040 -inch minimum thick- ness aluminum alloy or polycarbonate. The vertical spacing of the horizontal members shall be z inch starting approximately ; inch above and ending approxi- mately ', inch below the "DONT" and "WALK" legends respec- tively. Additional members may be employed outside the 2 legend areas for structural strength. The egg -crate 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. 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. Alternate methods may be substituted for the above screening pro- viding the results are equal to or superior to those obtained with the above specified screens as determined by the Engineer. The hood described described in Section 86- 4.05C, "Visors ", of the Standard Specifications shall be provided and shall have the divider strip located between the "DONT WALK" and the "WALK" indications. 0. Detectors Detectors shall conform to the provisions in Section 86 -5, "DETECTORS ", of the Standard Specifications and these Special Provisions. Loop detector sensor units shall be Type B except as otherwise speci- fied herein, and shall be Canoga Controls Corporation Proximeter 404 or approved equal. • • SP 7 of 10 Loop detector sensor units with integral call delay capability shall be two channel units and shall be Canoga Controls Corporation Proximeter 402/2T or approved equal. The first paragraph of Section 86- 5.OlA(4), "Construction Materials ", of the Standard Specifciations is amended to read: "Conductor for each inductive detector loop shall be con- tinuous, unspliced, Type RHW -USE, neoprene - jacketed or Type USE cross- linked polyethylene insulated, No. 12, solid or stranded copper wire." Detectors shall meet the performance characteristics as defined in Sections 86- 5.01A(2) and 86- 5.O1B(2), "Performance Characteristics ", of the Standard Specifications for vehicles which include motor driven cycles, as defined in the California Vehicle Code, that are licensed for street use by the Department of Motor Vehicles of the State of California, and whose unladen weight does not exceed 220 pounds or whose engine displacement does not exceed 80 cubic centimeters. P. Pedestrian Push Buttons Pedestrian push buttons shall conform to the provisions in Section 86 -5.02, "Pedestrian Push Buttons ", of the Standard Specifications and these Special Provisions. When pedestrian push buttons are installed on pedestrian push button posts, the button shall be installed at a height of 3' -10" with the assembly in the upright position. The pedestrian push button post shall be of sufficient length to facilitate installation of the button at this height. The sign shall be 9" x 12" and shall not extend beyond the mounting framework. Q. Bicycle Push Buttons Bicycle push buttons shall conform to the provisions in Section 86 -5.02, "Pedestrian Push Buttons ", of the Standard Specifications and these Special Provisions. The sixth and seventh paragraphs of Section 86 -5.02, "Pedestrian Push Buttons ", of the Standard Specifications are amended to read: "Push buttons shall be Type B unless otherwise speci- fied." "Arrows on push button signs shall point in the same direction as the corresponding vehicular through movement." Push button signs, and the installation of push button signs and push buttons shall conform to the City of Newport Beach Standard Drawing Numbers STD -913 -L and STD - 914 -L. • • SP 8 of 10 R. Luminaires Luminaires shall conform to the provisions in Section 86 -6.01, "High- Intensity Discharge Luminaires ", of the Standard Specifications and these Special Provisions. Glare shields are not required. All new luminaires shall be 120 volt, 250 watt high pressure sodium vapor with integral ballast and photoelectric cell. S. Photoelectric Controls Photoelectric controls shall conform to the provisions in Section 86 -6.07, "Photoelectric Controls ", of the Standard Specifications and these Special Provisions. Photoelectric controls shall be Type IV. T. Ballasts Ballasts shall conform to the provisions in Section 86 -6.10, "Ballasts ", of the Standard Specifications and these Special Pro- visions. Integral ballasts shall be provided. U. Salvaging and Reinstalling or Stockpiling Electrical Equipment Salvaging and reinstalling or stockpiling electrical equipment shall conform to the provisions in Section 86 -7, "Salvaging and Reinstalling or Stockpiling Electrical Equipment ", of the Standard Specifications and these Special Provisions. Hauling and stockpiling of salvaged material off the right -of -way, as directed by the Engineer, will be paid for as extra work as pro- vided in Section 4 -1.03D of the Standard Specifications. All traffic signal equipment to be salvaged but not reused on this project shall be delivered to the Corporation Yard, 592 Superior Avenue, Newport Beach. IX. PERMITS • SP 9 of 10 The Contractor shall obtain the following permit and rider prior to any construction: 1. Permit to dispose of demolition at any sanitary landfill site in Orange County from the City's Public Works Department at no charge. 2. Rider for California Department of Transportation Encroachment Permit. Contractor shall remit permit and inspection fees (approximately $500) with the Department of Transportation and will be reimbursed by City for actual costs of permit and inspection fees upon completion and acceptance of Project. The City has obtained the following permits: 1. Project approval: California Regional Water Quality Control Board - -Santa Ana Region (See Section VII). 2. Permit: California Coastal Commission, South Coast Regional Commission. 3. Permit: California Department of Transportation Encroachment Permit (attached hereto). X. CONSTRUCTION DETAILS A. Clearing, Grubbing, and Excavation This item of work shall be done in accordance with Section 300 -1 "Clearing and Grubbing," Section 3004 "Unclassified Excavation" and Section 301 -1 "Subgrade Preparation" of the Standard Specifica- tions and shall include, but not be limited to, the following items: 1. Removal of all existing portland cement concrete and asphalt concrete improvements, as shown on the plans. 2. Removal of all interfering portion of existing chain link fence and reset end posts. 3. Removal and disposal of all interfering shrubbery. 4. Removal of unsuitable material, grading and recompacting native soil prior to subbase. B. Aggregate Base Aggregate base shall conform with untreated base materials, processed miscellaneous base per Section 400 -2 of the Standard Specifications, and these Special Provisions. In lieu of the second sentence of Subsection 200 - 2.4.1, at least 65 %, by weight, of the material retained on the No. 4 sieve, shall be crushed particles as determined by Test Method No. California 205. C 0 0 SP 10 of 10 Evaluation of gradation and sand equivalent test results shall conform to the provisions of Subsection 400 -1.4. The gradation and sand equiv- alent requirements of Subsections 200 -2.2 through 200 -2.6 shall be the moving average requirements. Individual test requirements for gradation and sand equivalent shall be as determined by the Orange County Environ- mental Management Agency - Materials Laboratory. Asphalt Concrete This item of work shall include furnishing and placing 0.35 feet overlay and variable thickness asphalt concrete patch over existing roadway. The provisions of Section 302 -5, "Asphalt Concrete Pavement ", of the Standard Specifications shall apply except as supplement herein. The asphalt concrete shall by Type III -C -3 with 5.8 percent AR -4000 paving asphalt and shall be furnished and placed in accordance with Section 400 -4 "Asphalt Concrete" of the Standard Specifications. The 0.35' thick asphalt concrete overlay shall be laid in two (2) or more courses. All contact surfaces, pavement joints and P.C.C. gutter shall be uniformly applied with a tack coat of type SS -lh emulsified asphalt at a rate not to exceed one -tenth (1 /10) of a gallon per square yard. )) • 0 OC►ARTMENT OF TRAPAS►ORTAT:ON ICALTRANSI ENCROACHMENT PERMIT ON.N.►.202A 'RCv 1101, In compliance with (Check One): _ 1 o Your application of 2 2 19 I _ C3 Utility Nonce No. of 19 LJA9re.Nwul fAr Of R/W Contract No. of TO: F City of Nei,mort Beach 3300 U. Newport Blvd. Tdewport Beach, CA 92663 L J 0tA- 001 - 21.06.1 gATE iay -14, 1981 rEC ►ABC LE►OSIT f 19— I /9 e T PERMITTEE and subject to the following, PERMISSION IS HEREBY GRANTED to: construct street intersection and traffic signal facilities within the State right of way on the Southerly side of Pacific Coast Highway at Prospect St., OPA- 001 - 21.061, in the City of Nevrport Beach as shown on the attached plans, as specified in t his permit and as directed by the State Permit rngineer in the Field. Traffic signal t•rork California Standard Sisal plan. The Dermittee shall ections repaired to during, modification shall be done in accordance with the State of Specifications, plans, and the approved Traffic tray for any temporary wiring or service conn- keep the siEnal system in effective operation HxistinL traffic si dal system /s on State Ili C n,,ay shall be kept in normal oneration :'or the benefit of the traveling public durinu pro Tess of :nor1, If traffic signal system shutdovrn is necessary shutdown hours shall be limited to snort periods between 9:30 am and 3:30 pm as directed by the State Inspector. In addition to fee.—the permittee will be billed actual costs for Review C3 Yes ®NO; Inspection © Yes O No; Field work N) Yes (If eny Calfrans effort expanded) The following attachments are also included as part of this permit (Check applicable:) a) General Provisions: Q Yes b) Utility Maintenance Provisions'. ❑ Yes ED No c) Special Provisions: 50 Yes ONO A, R, Si �yal (:t1ri� f- utters wheelchair rai d) A Cal -OSHA permit required prior to beginning work: 0Yes El e The information in the environmental documentation has been reviewed and considered prior to approval of this permit: []Yes QN. A. This permit is void unless the work is completed before December 31 19 81 This permit is to be strictly construed and no other work other than specifically mentioned is hereby authorized. qo Project work shall be commenced until all other necessary permits and environmental clearances have been obtained. M': s, , cc: L3 11B IUMELI BOETTCHER LH. District District Director I _ 0 DEPARTMENT OF TRANSPORTATION (CALTRANS) GENERAL PROVISIONS TO ENCROACHMENT PERMIT DM- M-P-202e (REV. 1 /81) 1. Anthortty: This permit Is Issued In accordance with Chapter 3 of DM- Stan 1, commencing with Section 660. of the Streets and High. ways Code. 2. Revocation: Except as otherwise provided for public corporations, franchise holders, and utilities, encroachment permits are revocable on five days' notice. These General Provisions. Utility Maintenance Provisions. and this Encroachment Permit Issued hereunder are revocable or subject to modification or abrogation at any time, without prejudice, however, to prior rights. Including those evidenced by Joint use agrecmehts, franchise rights, or reserved right for operating purposes In a grant of highway easement. 3. Permits for Record only: If occupation of highway right of way Is under joint use agreement or under prior easement, encroach- ment Permits will be Issued to the permittm for the purpose of Providing Caltrans with notice and a record of work and for the terms and conditions relating to public safety. No new or different rights or obligations are intended to be created by the permit In such cases, and all such prior rights shall be fully protected. Encroachment Per mils Issued in such cases shall have designated across the face therof "Not Ice and Record Purposes Only." (District Office of Right of Way must give approva! for this designation). 4. Responsible Party- No party other than the named Pernittee or contractor of the permlttee Is authorized to ,work under this permit. 5. Acceptance of Provlaloy: It Is understood and agreed by the permitter that the doing of any work under this permit shall con- stitute an acceptance of the Provisions of this permit and all attachments. 6. No Precedent Established: This Permit Is Issued with the under- standing that any particular action Is not to be considered as establishing any precedent (1) on the quesI of the expediency of perm if ling any certain kind of encroachment to be erected within right of way of slate highways, or (2) as to any utlllty, of the acceptability of any such per- mits as to any other or future situation. 7. Notice Prior to Starting Work: Before starting work under the Encroachment Permit. the permit- Ice shall notify the District Director or other designated employee three working days prior to Initial start of work When work has been Interrupted. an additional 24 -hour notification is required before restarting work 8. Keep Permit on the Work: The Encroachment Permit or a copy thereof shall be kept at the site of the work and roust be shown to any representative of Caltrans or any law enforcement offlceron demand. WORK SHALL BE SUSPENDED IF PERMIT IS NOT AT JOB SITE AS PROVIDED. 9. Conflicting Permits: If a prior encroachment conflicts with the Proposed work the new permitter must arrange for any necessary removal or relocation with the prior permitt". Any such removal or relocation will be at no expense to the State. 10. Permits From OtherAgendes: The party or parties to whom a permit Is Issued shall, whenever the same Is required by law, secure the written order or consent to any work under a permit from the Public Utilities Commission of the State of California, Cal -OSHA. or any other public _agency having jurisdiction and any penult shall not be valid until such order or consent Is obtained. 11. Protection of Traffic: Adequate provisions shall be made for the Protection of the traveling public. The warning signs., -llgi- i and other safety devices and other measures required for the public safety, shall conform to the require- ments of the Manual of Traffic Controls or any,slgn manual Issued or to be Issued by Caltrans and /or the current Caltrans Standard Specifications. Traffic control for' day or nighttime lane closures will be In - conformance with Caltrans standard plans for Traffic Control System. Nothing In the Permit Is Intended. as to 'third parties, to Impose an permlttee any duty, or standard of care. greater than or different than, the duty or standard of care Imposed by law. 12. Ylolmnm Interference With Tiagic: All work shall be planned and carried out so that there will be the ' least possible Inconvenience to the traveling. public. Pennittee Is authorized In place properly attired flagmen to stop and warn conventional highway traffic for necessary protection to public safety, but traffic shall not be unreasonably delayed. Flagging procedures shall be In conformance with the Instructions to Flaggers pamphlet and /or Manual of Traffic Controls Issued by Caltrans. 13. Storage of lfaterialr: No con- struction material shall be stored, nor equipment parked, within ten (10) feet from the edge of pavement or traveled way. Utilities are subject to the provisions of Section 22512 of the Vehicle Code. 14. Clean Up Right of Way: Upon completion of the work all brush. timber, scraps, material, etc., shall oe entirely removed and the right of way shall be left In as presentable a condition as existed before work started. 15. Standards of Construction: All work performed within the highway shall conform to recognized Stan-, dards of construction and the the current Caltrans Standard Specifications, and any special provisions relating thereto. 16. Inspection and Approval by Caltraot All work shall be subject to Inspec- (Ion and approval by Caltrans. The permittee, shall notify Caltrans when the work has been completed. 17,. Aetnal Cost Billing: When the permittee Is to be billed actual costs (as Indicated on the face of the permit), such costs will Include salaries, traveling expenses. Incidental expenses. and overhead. 18. Future Moving of Installation: a) Installations Requested by Permutes. If the Encroachment Permit was Issued at request of the permittee, It Is understood that whenever construction, - recon- struction or maintenance work on the highway may require, the Installation shall, upon request of the Department, be immediately moved by'and at'the sole expense of the pennittee, except as other- wise provided by law, or by any applicable permit provisions. b) Utility Moues Ordered by Caltrans. if. the Installation made under a permit Is being relocated In accordance with Caltrans' `Notice to Relocate Utility .Facility," the permittee shall have the same and no greater rights as relocated as It enjoyed prior. to moving at Caltrans' order. C) Utility In Freeway. This see- , (ion and the other sections of these General Provisions are subject to Article 2.5 of Chapter 3 of Division I of the Streets and Highways Code and other appllca ble law. and In the case of any Inconsistency, the .said Article 2.5 or other applicable law shall control the removal from or relocation of utlllty facilities In freeways d) Future Moving of Installation. ii Is understood by the permatce that whenever construction. recon stnuctlon or maintenance work on the highway may require. the Instal- lation provided for herein shall. upon request of Caltrans be moved by the permittee, the cost of the move to be borne by the party legally responsible therefor. 19. Responsibility for Damage: The State of California and all officers and employees thereof. Ineluding but not limited to the Director of Transportation and the Chief Engineer, shall not be answerable or accountable In any manner: for Injury to or death of any person. Including but not limited to the permittee, persons employed by the permitter. persons acting In behalf of the permlltee; or for damage to property from any cause which might have been prevented by the pennittee, those persons employed by the permittee, or persons acting In behalf of the permittee. The permittee shall be responsible for any liability Imposed by law and for Injuries to or death of any person. Including but not limited to the permittee. persons employed by the permittee, persons acting in behalf of the permittee. or damage to property arising out of work permitted and done by the permittee under a permit, orarising out of the failure on the permit - tee's part to perform his.obllgations ender any permit in respect to maintenance or any other obliga- t!ons.-or resulting from defects or obstructions. or from any cause whatsoever during the progress of the work or at any subsequent time work is being performed under the obligations provided by and con- templated by the permit. The permittee shall Indemnifv and save harmless the State of Califor- nia and all officers and employees thereof. Including but not limited to the Director of Transportation and the Chief Engineer, from all claims. suits or actions of every name. kind and description brought for or on account of injuries to or death of any person. Including but not limited to the permittee, persons employed by the permittee, persons acting In behalf of the per - mittee and the public, or damage to property resulting from the per- formance of work under the permit. or arising out of the failure on the permlttee's part to perform his obligations under any permit In respect to maintenance orany other obligations, or resulting from de- fects or obstructions, or from any cause whatsoever during the prog- ress of the work or at any subse- quent time work is being performed under the obligations provided by and contemplated by the permit, except as otherwise provided by statute. The duty of the permittee to Indemnify and save harmless In. cludes the duties to defend as set forth In Section 2778 of the Civil Code. The permittee waives any and all rights to any type of express or Implied Indemnity against the State, its officers or employees. It Is the intent of the parties that the permittee will Indemnify and hold harmless the State. its officers and employees from any and ail claims. suits or actions as set forth above regardless of the existence or degree of fault or negligence, whether active or passive, primary or secondary, on the part of the State. the permittee. persons employed by the permittee or per - .sons acting In behalf of the permittee. 20. Bonding: This permit shall not be effective for any purpose uniessand until the permittee files with the Grantor, a surety bond in the form and amount required by said Grantee. A bond is not ordinarily required of any public corporation or publicly or privately owned utlll- ty, but will be required of any utility that falls to meet any obllgation arising out of the work permitted or done under an Encroachment Per- mit or falls to maintain its plant, work or facilities. 21. Making Repairs: In every case the permittee shall be responsible for restoring to Its former condition as nearly as may be possible any por- tion of the highway which has been excavated or otherwise disturbed by pennittee, except where caltrans elects to make repairs to paving and except where provision to the con. trary is made in the written portion of any permit. The permittee shall maintain the surface over facilities placed underany permit fora period of one (1) year after completion of work under the permit. If the high- way Is not restored as herein provided for, or If Cannons elects to make repairs, pennittee agrees by acceptance of permit to bear the cost thereof. 22. Care of Drainage: If the work con- templated In any Encroachment Permit shall Interfere with the established drainage, ample provi- sion shall be made by the permittee to provide for It as may be directed by Caltrans 23. Submit Plan: For Installation of all underground facilities, and all sur- face work of consequence, the permittee shall furnish a plan show- ing location and construction details with Its application. Upon completion of the work as -built plans of sufficient accuracy shall be submitted to the District to deter. mine location of the facility. 24. Maintenance: The permittee agrees, by acceptance of a permit. to main- tain properly any .encroachment placed by It In the highway and In inspecting for and preventing any Injury to any portion of the highway resulting from the encroachment. 25. Cost of Work: Unless otherwise stated on the permit or separate writ- ten agreement. all costs Incurred for work within the State right of way pursuant to this Encroachment Per. mit shall be home by the permittee, and permltteit herebywalves all claims for Indemnification or contribution from the State for such work 28. Federal Civil Pights Requirements For Pnblle Acr-omroodation: (A) The pernilltm. for himself, his personal represem atIves. successors In Inter- est. and assigns, as part of the consideration hereof, does hereby covenant and agree that (1) no person on the ground of race. color• or iiational origin shall be excluded from participation in, be denied the benefits of, or be otherwise sub- jected to discrimination In the use of said facilities, (2) that In connec- tion with the construction of any Improvements on ;ata lands and the fundshing of secvlCts thereon, no discrimination shall be pmc- ticed in the selection of emplovees and contractors, by contractors In the selection and retention of first. tier subcontractors In the selection of second -tler subcontractors. (3) that such discrimination shall not be practiced against the public in their access to and use of the fa- cilities and servtcn provided for public accommodations (such as eating, sleeping rest. recreation. and vehicle servicing) constructed or operated- on. over, or under the space of the right of way, and 14) that the permittee shall use the premises In compliance with all -other re- quirements imposed pursuant to Title 15. Code of Federal Regula- tions. Commerce and Foreign Trade. subtitle AOffice of the Secretary of Commerce. Part 8 ( 15 C.F.R. Part 8). and as said Regulations may be amended. (a) That in the event of breach of any of the above nondiscrimination covenants, the State shall have the right to terminate the permit and to re -enter and repossess said land and the facilities thereon. and hold the same as If said penult had never been made or issued. 27. Archaeologleak The permittee shall cease work in the vicinity of any archaeological resources that are revelled. The Permit Engineer shall be notified Immediately. A qualified archaeologist. retained by the permittee. will evaluate the situation and make recommendations to the Permit Engineer concerning the continuation of the work Department of Transportation ( Caltrans) SPECIAL PROVISION "A" (Attached to all Permits - 4/81) 1. Permittee shall notify the Permit Inspector between 0700 and 0900 two (2) working days prior to starting any work authorized by this permit. See the face of the permit for Inspector's telephone number. 2. Permittee shall arrange for a pre - construction meeting at the job site with the Permit Inspector and all other interested persons two (2) working days prior to starting work, to discuss the permit requirements. 3. In the event that all or a portion of this work is within the working area of a State highway construction project, no work shall be started until all arrangements have been made with the State Contractor and Resident Engineer to avoid any and all conflict or delay to the State Contractor. 4. Any work authorized by this permit which requires traffic diversion and /or traffic interruption, including sidewalks and bike paths, skull be approved by the Permit Inspector. See the face of the permit for inspector's telephone number. 5. Unless otherwise authorized by the Permit Inspector, the normal traffic control shall be limited to the hours of 0900 - 1500 and open for use by public traffic on Saturdays, Sundays, de- signated legal holidays and after 3 :00 P.M. on Fridays and the day preceding designated legal holidays, and when construction operations are not actively in progress on working days. 6. Designated legal holidays are: January 1st, the third Monday in February, the last Monday in May, July 4th, the first Monday in September, November 11th, Thanksgiving Day, and December 25th. When a designated legal holiday falls on a Sunday, the following Monday shall be a designated legal holiday. When November 11th falls on a Saturday, the preceding Friday shall be a designated legal holiday. The permittee shall provide adequate protection of traffic in accordance with the current traffic control requirements of the Manual of Traffic Controls, the Standard Specifications and special provisions of the permit. The condition and location of other traffic control devices shall be approved by the Permit Inspector and installed and maintained by the permittee in accordance with this permit. All flagpersons shall be trained and their sole duty will be to control traffic. They shall wear white hard hats, orange vests or jackets, and have an approved slow /stop paddle. They shall be intervisible or be in communication via 2 -way radio. During the hours of darkness the vest or jacket shall be re£lectorized, flagman stations shall be illuminated such that the flagman will be clearly visible to approaching traffic and all necessary cones used for lane delineation shall be illuminated and reflectorized. 8. All lane closures on multilane highways shall be made using an approved flashing arrow sign, if available. Aftex August 1, 1981 the State Inspector shall close down any project found to have such a lane closure without the required flashing arrow signs. The signs used for traffic control shall either be covered, removed from the right of way, or turned to face away from traffic when not actually in use. 10. Unless otherwise authorized by the Permit Inspector, all work within State right of way shall be in accordance with the current Caltrans standards specifications and standard plane. Improvements shall be constructed at the location shown on the Permittee's approved plans if they do not conflict with State requirements. -2- 11. Should there be any discrepancy between the terms of this permit and the plans attached hereto, the terms of the permit will prevail. 12. All inspection costs incurred incidental to this work shall be borne by the permittee. % 13. All work shall be performed during the working hours regularly assigned to Department of Transportation employees unless other- wise authorized in writing. 14. All costs incurred for work within State right of way pursuant to this encroachment permit shall be borne by the Permittee, and Permittee hereby waives all claims for indemnification or contribution from the State for such work. 15. Upon completion of work, Permittee shall clean the highway and the work area shall be left in a neat and presentable condition and to the satisfaction of the Permit Inspector. 16. A minimum sidewalk and /or bike path width of 30 inches must be maintained at all times for safe passage through the work area. 17. The Permittee shall notify the Division of Highways Signal Laboratory at 213- 620 -2030, at least 72 hours in advance of any excavation within 500' of the signalized intersection or in the vicinity of State lighting facilities. The Permittee and /or his contractor.assume the responsibility for the payment of all costs incurred by the State in repairing facilities damaged during construction. Requests for relocation of facilities for the contractor's convenience must be made in writing with the contractor assuming costs. 18. Existing utilities shall be protected from damage by the Permittee. 19. Existing highway facilities damaged by reason of the Permittee's operations shall be repaired by the Permittee at his expense. 20. The Permittee'.s contractor shall request a separate Caltrans Encroachment Permit for authorization to perform the work within the State right of way for the Permittee. 21. The Permittee and /or the contractor shall submit a copy of all required Cal Osha permits to the Permit Inspector prior to starting work. 22.. This permit shall be kept at the site of the work and must be shown to any representative of the grantor or law enforcement officer on demand. Failure to comply may require stoppage of all work within State right of way for a minimum of the remain- der of the working day. 23. All lane and pavement markings shall be removed by sandblasting or air blasting. 24. Placement of pavement and lane markings shall be done by the Permittee under the direct supervision of the State representa- tive in the field. 1 Department of Transwtation (Caltrans) STANDARD SPECIAL PROVISIONS "B" - (STREET IMPROVEMENTS) 4/81 I This Special Provision sheet "B" and its attachments are to be used as minimum specifications for construction of sidewalk, curb and gutter, roof drains, and wheel chair ramps at the location shown bn Permittee's approved plan. II Sidewalk 1. Sidewalk shall be constructed with Class "A" (6 sack) Portland Cement Concrete four (4) inches in depth except at commercial drive- ways where six (6) inch depths respectively, will be required. 2. The subbase under the sidewalk shall be 4" of pea gravel or sand subbase. The 4" of subbase may be waived provided the native soil has a sand equivalent value of 20% as determined by California Test Method 217F or as determined by the Permit Inspector. 3. A Caltrans approved soil sterilant shall be .applied as directed by the State representative in the field. The sterilant shall be a borate chlorate sterilant containing not less than 25 percent sodium chlorate. The sterilant shall be applied at a rate such that not less than 2.5 pounds of sodium chlorate is applied per 100 square feet of area to be sterilized. Sterilant shall not be applied closer than 12 inches to plants and shall be applied by a device approved by the Engineer. 4. The finished grade of sidewalk shall have a crossfall of 1/4" per foot toward the curb. The surface of sidewalks shall be marked into rectangles of not less than 12 square feet nor more than 20 square feet with a scoring tool which will leave the edges rounded or scored to matching adjoining sidewalk. 5. Back edge of sidewalk shall be placed on the right of way line. Sidewalk width shall be a minimum of 5 feet. 6. Section of existing concrete sidewalks to be removed shall be sawcut on the nearest score marks beyond the limits of removal unless it is within 5' of an expansion joint. This concrete shall be re- moved to the sawcut line or the expansion joint to full depth and disposed of outside the State right of way. III Curb and Gutter 1. Unless otherwise authorized by the Permit curb and gutter shall be Caltrans standard A2 -8. Curb and gutter shall be constructed with class 'A' (6 sack) Portland Cement Concrete over a minimum of 6" class II aggregate base. 2. Concrete curbs and gutters shall be constructed to plan grade or in conformance with alignment and grade of existing curb and gutter. 3. Prior to the removal of existing curbs or construction of new curbs, the Permittee shall relocate surface obstructions (such as utility poles, trees, etc.) to locations back of the proposed curb. Surface obstructions shall also be relocated fifty (50) feet before beginning of curb construction and one hundred fifty (150) feet -2- 0 Department of Transportation (Caltrans) STANDARD SPECIAL PROVISIONS "B" - (STREET IMPROVEMENTS) 4/81 III 3 Curb and Gutter (continued) beyond the end of curb construction for safe traffic movement. 4. Sections of existing concrete curbs and gutter to be removed shall be sawcut on the nearest score marks beyond the limits of removal unless it is within 5' of an expansion joint. This con- crete shall be removed to the sawcut line or the expansion joint, to full depth and disposed of outside the State right of way. 5. A monolithic pour of sidewalk and curb and gutter shall not be permitted. 6. Asphalt, colored concrete, flagstone, brick, tile, or gravel materials are unacceptable unless otherwise authorized by the permit. 7. In the event that the Permittee removes or damages a monolithic curb return and spandrel, the Permittee shall remove and replace the entire curb return and spandrel. IV Roof and Surface Drains Drains must be restricted to the exclusive purpose of draining rain water from the roof of Permittee's building and /or paved parking lot. Drains if used for any other purpose, such as draining waste water or domestic supply water onto the highway, will not be authorized. Drains shall be installed at right angles to the curb line unless otherwise authorized. No more than (2) pipe drains shall be installed at each location. If additional drains are necessary, the Permittee shall con- struct a box structure approved by the permit. V Wheel Chair Ramps Wheel chair ramps shall be constructed in accordance with the attached detail sheet SDN8 -B -3 Wheel Chair Ramps. fF I. .•.L SE^'I ^a curb gutter and sidewalk R/d ling nar;.able 4• -- 5' min.] X in. t 7aggregate in A2 -8 curb & gutter d e e d n I" o 0 F_C sldewalk o su -aase " 1 T T O 1r SNP -B.! S I /!•p. xeE� LF €e °�-,°, � €u °3 ". °_E °E� En -e 33t EgB:o _� �� €Y E 4�_ €eyn ra-�O m `F � a N ,_ -E �.`s°E _e Y`m EE g '_ �i`xk= __ Eu -• E £ g -g° Wiz m I�' ' , �g-EeB ;,. "= .�•-�'- F� 8s` epO a;;` Y_ E Ey� .. _Ey °Q = "oy €vi. F'£2S =`s •6E2' ve ^_: b % ? -a �_s ajE'aVQ H SH _et soo, ; =.E: s; - SE'E eE: §$`q' j;i£s a€ S 22 . j8: -= a °-e € ♦- :gd;Fi321, S €a$s`60 € "t -E a8y =O %EE V ie: °E.: E - „', [< = e_ z3'. •__'^Q_a s'-_V =6oe. Ya`a 3 ti e8 °e _�f b ee 3:yy e,i :E Cx sg S °:FSFa S'Ei `.`�SOFCF2YEE •_8?�:��8zzZyE t 3� I ' I, m W o ' (7 a g' •� ', I J � a' � h%.: i a U, r- ♦ i �xEE'E X ♦ � A xi 6<�I s8 it c' L V g� i G .t,. • b s : Y �t Q ai w1 m S 3 Q 7 m= 'U / T eL N �� V • ixc[i �� N c ° w ♦ °yy .� y~ I O I,�; I n O� x � O q N�i mn xxyi y ° y �— N b (UWiI 1 + S I 0 i t 8 till I g • I =: mt E �'nixz I ai: � d _; 'i V g V If1W5 I '•En Y2 T— •'p' _s•1 'ulw �� C ♦( Q• W f/l = 1_ x�99 U n I 7 E g� i G .t,. • b s : Y �t Q ai w1 m S 3 Q 7 m= 'U / T eL N �� V • ixc[i �� N c ° w ♦ °yy .� y~ I O I,�; I n O� x � O q N�i mn xxyi y ° y �— N b (UWiI 1 + S I 0 i t 8 till I PR la PS)f1Pf1S GS - PROSPECT STREET BETWEEN WEST COAST HIGHWAY AND SEASHORE DRIVE Title of Project 2150 Contract No. $41,000 Engineers Estimate To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby pro- poses to furnish all materials and do all the work required to complete this Contract in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Clearing, grubbing, and excavation Five Thousand Seven Hundred Fotty @ Dollars and No Cents $ Lump Sum $ 5,740.00 Lump Sum 2. 234 Construct P. C. C. curb and gutter Linear Feet @ TEN Dollars and NO Cents $ 10.00 $_2,340.00 Per Linear Foot 3. 1400 Construct P. C. C. Sidewalk Square Feet @ ONE Dollars and SIXTY Cents $ 1.G0 $ 2,240.00 Per Square Foot - 4. 4 Construct P. C. C. curb access ramp Each @ One Hwidted Thi/ ty Dollars and No Cents $ 130.00 $ 520.00 Each 01 150 5 . 810 Tons Pen Eve 200 6. K58 Tons Pen Eve 7. Lump Sum 8. Lump Sum 9. Lump Sum 0 IN Construct asphalt concrete pavement PRICE PRI PR lb @ Thi,, ty -N.Lne Dollars and NO Cents $ 39.00 $ 5,850.00 Per Ton Construct aggregate base course TWELVE Dollars and 2,490.00 FORTY -FIVE Cents $ 12.45 $ 3x4RRx9Q- ii Modify Traffic Signal System Complete in place @ Twenty Three Thousand Dollars and NO Cents Lump Sum Modify Street Light System Complete in place @ Two Thowsand Six Hundred Dollars and NO Cents ump State of California. Traffic Control, $ Lump Sum $ 23,000.00 $ Lump Sum $ 2,600.00 @ One Hwtdred Twenty Dollars and NO Cents $ Lump Sum $ 120.00 Lump Sum TOTAL PRICE WRITTEN IN WORDS: Four Thousand Nine Hundred 271868 A -C12 Contractor's Lic No. & Classification June 10, 1981 Date NO Dollars and Cents $ 44.900.00 .7my Cnos6 Paving Co., Inc. Bidder 264 Shm000d St., Costa Mesa, Ca. 92627 (714) 548 -8116 Bidder's Address Bidder's Telephone Number RECOMMENDATION: Adopt a resolution awarding the contract to Jerry Cross Paving Co., Inc. for $44,900 and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: The following five bids were opened and read in the office of the City Clerk at 11:00 A.M. on June 10, 1981. Bidder Amount Bid 1. Jerry Cross Paving Co., Inc. $44,900.00 2. Gillespie Construction 45,888.00 3. Hardy and Harper Inc. 50,400.90 4. Sully- Miller Contracting Co. 52,306.00 5. Griffith Co. 54,474.00 The low bid is 9.5% higher than the revised Engineer's estimate of $41,000. Funding for award is proposed from the following accounts: $25,600 from 17.3397.080 (Prospect Street Construction) $17,000± from 02.4180.052 (Bulkhead and Harbor Street End Improvement Program) $ 3,500± from 17.3297.081 (Street Light Conversion Program) Budget amendments have been prepared for Council consideration to transfer the $17,000± balance of the Bulkhead and Harbor Street End Improvement Program Account and the $3,500 balance of the Street Light Conversion Program Account into two Prospect Street Construction Accounts. If the transfers are approved, adequate funds will be provided to award the contract and to provide for minor contingencies. This project will provide for a second traffic access point from West Coast Highway to Seashore Drive, thereby reducing traffic in the narrow alley that parallels Seashore Drive between 61st Street and Orange Street (see attached location map). The plans and specifications were prepared by the Public Works Depart- ment and by Herman Kimmel and Associates, sociates, Inc., traffic engineering consultants. The project is scheduled to a completed during August of this year. Benjamin B. Nolan GW:jd Public Works Director Att. O June 22, 1981 ' CITY COUNCIL AGENDA ITEM N0. ,Z - 01 TO: CITY COUNCIL Ey T"° , )PT BfiACH C i r. :: FROM: Public Works Department SUBJECT: PROSPECT STREET CONSTRUCTION BETWEEN WEST COAST HIGHWAY AND SEASHORE DRIVE, C -2150 RECOMMENDATION: Adopt a resolution awarding the contract to Jerry Cross Paving Co., Inc. for $44,900 and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: The following five bids were opened and read in the office of the City Clerk at 11:00 A.M. on June 10, 1981. Bidder Amount Bid 1. Jerry Cross Paving Co., Inc. $44,900.00 2. Gillespie Construction 45,888.00 3. Hardy and Harper Inc. 50,400.90 4. Sully- Miller Contracting Co. 52,306.00 5. Griffith Co. 54,474.00 The low bid is 9.5% higher than the revised Engineer's estimate of $41,000. Funding for award is proposed from the following accounts: $25,600 from 17.3397.080 (Prospect Street Construction) $17,000± from 02.4180.052 (Bulkhead and Harbor Street End Improvement Program) $ 3,500± from 17.3297.081 (Street Light Conversion Program) Budget amendments have been prepared for Council consideration to transfer the $17,000± balance of the Bulkhead and Harbor Street End Improvement Program Account and the $3,500 balance of the Street Light Conversion Program Account into two Prospect Street Construction Accounts. If the transfers are approved, adequate funds will be provided to award the contract and to provide for minor contingencies. This project will provide for a second traffic access point from West Coast Highway to Seashore Drive, thereby reducing traffic in the narrow alley that parallels Seashore Drive between 61st Street and Orange Street (see attached location map). The plans and specifications were prepared by the Public Works Depart- ment and by Herman Kimmel and Associates, sociates, Inc., traffic engineering consultants. The project is scheduled to a completed during August of this year. Benjamin B. Nolan GW:jd Public Works Director Att. Page 2 INSTRUCTIONS TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis- crepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the con- tract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in- clusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. 271868 A -C12 JeN' Cltobd Pavincf Co.. Inc. Contr's Lic. No. & Classification Bidder June 10, 7981 ��s 7"1 Date Date Authoriz d Signature/ Title Yce PA" dent Contract 1 1 (Revised) (1 -74) 0 DESIGNATION OF SUBCONTRACTORS • Page 3 The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer and as provided by State law. Item of Work Subcontractor Address 1. Concrete Ma,kUZ Cement Contnarting Cn,51n MOAt7 2. ECec.tAicak Ste-%ny S Co., Inc. Anahe,%m 3 4 5 6 7 8 9 10 12 Jeycy CAoah Paving Co., Inc. Bidder Authori e Signature Tit cce PAe32de.nt UNITED STATES FIDE E If .,NO AR ANTY COMPANY W BID BOND BOND NUMBER ....... 40- 0120- 447 -79 ........... ............................... KNOW ALL MEN BY THESE PRESENTS: THAT...............JERRY...CROSS... PAVING... COMPi119..,.....1 I, VG.,............................................................................... ............................... .........— ........................................................................ ............................... of .... 1971 Placentia Avenue ................................................................................. ............................... Costa Mesa, California as Principal , and UNITED STATES FIDELITY AND GUARANTY COMPANY, a Maryland corporation, as Surety, are held and firmly bound unto ......... CITY OF NEWPORT BEACH .................................................. ............................... as Obligee, in the full and just sum of ................. Ten Percent (10 %) of Amount Bid .............................................................................................................................. ............................... Dollars, lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the said Principal is herewith submitting its proposal Contract 2150 Prospect Street Contruction between West Coast Highway and Seashore Drive THE CONDITION Of THIS OBLIGATION is such that if the aforesaid Principal shall be awarded the contract the said Principal will, within the time required, enter into a formal contract and give a good and sufficient bond to secure the performance of the terms and conditions of the contract, then this obligation to be void; otherwise the Principal and Surety will pay unto the Obligee the difference in money between the amount of the bid of the said Principal and the amount for which the Obligee legally contracts with another party to perform the work if the latter amount be in excess of the former, but in no event shall liability hereunder exceed the penal sum hereof. June 3, 1981 Signed, sealed and delivered .............. ............................... (Date) Bid Date June 10, 1981 Contract 11 ( Revised 1 (1 -74) ....................... �1�� .......(SEAL) Jerr .. Cr ss PaviL n om an Y ............... .. .............................. ....................................................... 1SEAU UNITED STATES FIDELITY AND GUARANTY COMPANY ....... . � s ...... Ken L. Carson .............. Attorney -in -fact () \� \) �� ct \ ;) s \ 0 (n \ (� {� 3 j )2) (! } j : Jl ): § ) \ \ 2 \ \ — \ ; $ � \ I � () \� \) �� s \ 0 (n \ (� {� )2) (! 0 CERTIFIED COPY F] GENERAL POWER OF ATTORNEY 90620 No.. ... ............................... Know all Men by these Presents. That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint . Ken L. Carson of the City of Newport Beach , State of California its true and lawful attorney in and for the State of California for the following purposes, to wit: To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES FIDELITY AND GUARANTY COMPANY, through us, its Board of Directors, hereby ratifies and confirms all and whatsoever the said Ken L. Carson may lawfully do in the premises by virtue of them presents In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY his caused this instrument to be sealed with its corporate seal. duty attested by the signatures of lta Vice - President and Assistant Secretary, this 29th day of May ,A. D. 1980 (Signed) (SEAL) (Signed) STATE OF MARYLAND, ) BALTIMORE CITY, UNITED STATES FIDELITY AND GUARANTY COMPANY. Charles W. Boone BY .......... . ................... I .................... ..... Vice- President Ray H. Britt Assistant Secretary. On this 29th day of May , A. D. 1980, before me personally came Charles W. Boone , Vice - President of the UNITED STATES FIDELITY AND GUARANTY COMPANY and Ray H. Britt , Assistant Secretary of said Company, with both of whom I am personally acquainted, who being by me severally duly sworn, said that they, the said C h a r 1 e 3 W . B O o n e and Ray H. Britt were respectively the Vice - President and the Assistant Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corporation, and that they signed their names thereto by like order as Vice - President and Assistant Secretary, respectively, of the Company. My commission expires the first day in July, A. D. 19.8 Z.... (SEAL) (Signed) STATE OF MARYLAND 1 BALTIMORE CITY, )7 Set. Margaret M. Hurst ........................ ............................... Notary Public. 11 William Allen , Clerk of the Superior Court of Baltimore City, which Court is a Court of Record, and has a smL do hereby certify that Margaret M. Hurst , Esquire, before whom the annexed affidavits were made, and who has thereto subscribed his name, was at the time of m doing a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and sworn and authorized by law to administer oaths and take acknowledgments, or proof of deeds to be recorded therein. I further certify that I am acquainted with the handwriting of the said Notary, and verily believe the signature to be his genuine signature. In Testimony Whereo/, t hereto set my hand and affix the seal of the Superior Court of Baltimore City, the same being a Court of Record, this 29th day of May , A. D. 19 8 0 (SEAL) (Signed) ............. Will ia ............ m Allen ....... ............................... Clerk of the Superior Court at Baltimore City. FS 3 (641) u ,filiiial ,IaS lunistry.v • ( alga) .uo ANVd1400 xlNVHyn'3 ONd UI13013 S31F-d.S O3,LM ayl jo Teas 091 pup puey Aw tas 0111114144 aleq I 'foaaaydj 1110101 fal v1 '8unaaw pies jo sainUlm ayi m paploaal se joalagi ajogw alp pue'11onnjosw pees ;o Atloa ioalloa put anal p st 8gtoeam; ayi ieyl put yuxud cew wmaanO ;u pleog ay7 jo mtuonb s 8upaam 4411 '0141 'AInf jo App 411; ayl uo - alownleg jo Alts ayi w Auedwo:) ay jo aaglo aqi it pjay pup paljeo Alnp 'AuedmoZ) pigs . jo slolaaljO jo plgog a4i jo 8unaaw lelnHal a it paldope uotmjosal a jo aauensmd ut uae78 sew .Cauaollt- jo lawod Pees leyl .kj!llaa lagiln; op I puN 'laaga pue 4440; gnj ut [[nc st pue pallonu vaaq nAau say Aaulong ;o lawod gatq.'quoj ix utalayl st spuoq u8ts of M T 14 8vuawodma put Sumpo4ing ` B F U.1 0; F j E,0 s T.j J B a E 1.I O dM a N 30 uosavo •a uax of AuedwoD pigs Aq uam2 Aaulotle jo lawod lew8uo ayl jo Adoa 10amoa put anal 'ljnj v st 8uto8alol ay ley Ajtuaa Agolay op 'ANdd1V00 N.LNYHY;lO aNN A1113OI3 S3.Ld1S laJ.IN[I ayi jo Aaeialaas luels1mv up I I •kj a`�.IOaaJ `/ awes ayi ;o nylta jo amisu aql m 8ntglAup to '8univilapun Je 'uonslndtis 'uoijv*ggo aDuvru5ooai 'puoq gons fur ut lol papvAold aq Aew yacy. suotltpuoa hue to futyiAgp ;o 8utop IOU 10 SUTOp ayi 40) PQUOl11UU03 'lQAao%lVgm sampodeo 11v pup Aug Ul 'I2AaO¢ie4M UOrlMUB2lo 10 UoneiOonv laylo 10 Alggdla;Uum 11salaiul •aalgo 'Apoq 'UOL7glodlo3 `suoslad 10 uouad AUe loj JO Aq 'j0 uopaawid 10 Alimaas ayi loj paploaal 10 paly 'paldaaae 'palapuoi 'ualt8 'uai)el 'apew 'palmaxa aq of pantmaad to paltnbal 'pawolle aq 'xtwlagio to lvdtomnm 'lgaol 'laaigo 10 aaylo 'uonezlut8ao 'Apoq 'pleoq .Sue jo uonainip to aotloeld 'swolsno 'slaplo 'suonejneal 'sajnl aql Aq to 'puejpunojwaN jo Auojo:) ay jo 10 epeug:) ;o uotutwOG ayi jo saautnold ayi jo l0 saleiS paltup aqi jo Uoi!maj l0 amS Aup jo l0 sairig paifu[l ayi jo alnmS Aug Aq 10 'xl.lagi0 to ledrl;unm '.Mel Aq Aew 10 alt 4014. 'awes ayi jo layna jo am1eU ayi UT 2UIy14uv JO 68ui31eilapun 'suoijujndus 'suon0gg0 'ea0unw2o0a1 'spuoq Ije put Aup jo sUOnipuoa ayi aaiuuivn8 pug amaxa Oi sma8p 10 iu29p ao 'iaej- ui- sAaulone 10 Aaulone 61 er put ameu sit ut 10011v Put 'paAOr[V wpl Aq SO '0uipaaJOld 10 euoilae jje Ul pantwlad 10 paimbai '68Unlewapun put spuoq 8ulaaluplen8 to 2ulin34x2 pup solagOd aaUEmsut 11ey1 IaylO S13E1JUOa jo 6aaUBWlOjlad ayl BUUaiuelpn8 '16nA a]EAtld ]O ag9nd jo su0nlcod 8ulplo4 suoslad jo Ailjapg ayi 8wa2]Ue1wi2 siaeli .UW jle pue Aue laAljap pup ainaaxa of 'm sit st put aweu sit ut 'AupdmoD plps jo sma8e jo waft to yael- uo56aulwle l0 Aaulonv sp suoslad 10 uosaad Aue lulodde Ol 'leas alplodloa sit aapun 'sauplamas lurismv ell jo auO 10 Al 2i3aS sit qllm uogaunf= ut sivaplald -aOIA sit jo lagila to luaptsald sn la.odma put aluogmp 'saop Aqalaq li put 'op AuedwoD styi imp - paajosag p aq 'aaofaaayl -puutpunojwaN jo Auolo:) ay ui put epuue:) jo uolutmo(I a4l jo saau"Old ayi ut put saleic paPu,-1 ayi )o sapolinal ayi UT pue'puejAlejq Upgl 1a4i0 safely ul aweu 97t ul pup it loj age Ol Aiuoyine pup lamod yl.m sAaujone pue Sivaic iuioddu AuedmoD sly: iegl seautenq j0 uomusuru teniaapa ayi loj iarmaau st n 'svala%j M aogl NOUXIOS39 d0 AdOD 0 KNOW ALL MEN BY THESE PRESENTS, That we, and BIDDER'S BOND Page 4 as bidder, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Dollars ($ ), 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 bidder for the construction of Title of Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this day of , 19 . (Attach acknowledgement of Attorney -in -Fact) X. Title Authorized Signature /Title NON- COLLUSION AFFIDAVIT • Page 5 The bidder, 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 arrange- ment 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 arrangement 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 bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever 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 10th day of June 19-Q]. My commission expires: OFFICIAL SEAL JEANNE E. ACHTIEN Notary Public- California i PRINCIPAL OFFICE IN F ORANGE COUNTY i y My Commission Expires June 25, 1982 Je&vcy Cnoaa Paving Co., Inc. If Notary Public C, J • Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. Jen)uj Cnohh Paving Co., Inc. Bidder Aut on ed Signature7Titl a ice Pneatident • • 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. 1980 Chu of Costa Mesa 754 -529 Jemmy Cnosz Paving Co., Inc.. Bidder /A ///'� uthorize ignature /Ti 1' e Vi resident 0 THE NEWPORT ENSIGN PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF CALIFORNIA, 55. County of Orange, I am a citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the above - entitled matter. I am the principal clerk of the printer of the Newport Harbor Ensign newspaper of general circula- tion, printed and published weekly in the city of Newport Beach, County of Orange, and which news- paper has been adjudged a newspaper of general circulation by the Superior Court of the County of Or- ange, State of California, under the date of May 14, 1951, CASE NUMBER A -20178 that the notice, of which the annexed is a printed copy (set in type not smaller than nonpareil) has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates to -wit: May 27, 1981 I certify (or declare) under penalty of perjury that the foregoing is true an correct. Dated af, Newport Beach, California, this %day of M 19251 Signature THE NEWPORT ENSIGN 2721 E. Coast Hwy., Corona del Mar, California 92625. 0 This space is for the County Clerk's Filing Stamp A Notice Proof of Publication of Contact Y 2150 PUUM NO7ICS NOTMKO MOO6mS S.,Ld bib m.> be r w>.d at Me .ff.. f the City Clak, 3389 N,i p.e SFd., N.w AA..h, CA 939m VWW 11 ..m. w " 1pb day of 1.>, 1901, a whbh N ,..h bkb &a be .p..• e�8sw WEST Cr CO ANDSLASNOIRDNNS Cwt N..3100 :m91 e.r.Sm.b:sa,m App,e..a by d. CN7 C.Owd BW 20 A.7 a Wim 1981. wows N. A.d.,CB>CL,b: pt..p..tiv. ,A f bpd d.mwmb .t m .wt M Sr .91..,d th. P.Wm W.,b D.p�t, 39D9 N..p.n Bbd., N..p.e N...h, CA 93963. r.r &dM lvbtm.0 ®, ..9 adb.n Wtnc, prvj..aoN r,.f8 n=l. p.b1N: buy 37, 1951 m 7b. N..w.iUft% . - ..N®M:1 PROOF OF PUBLICATION 098 G 1v n in y W I m n -i `�o— Z �1 F, m N Z coo —i - ' `IV .. I C7 L S 1 J TI �] L3 C n N n A A � J Q G a w c La 1� m m '• � IO Iw M n c z a 0 r C Z J r1 r tO^ v fi i' ti z CD I z`r I v rN � Ic 0 z C_;o i -LL. t C I m n -i `�o— Z �1 F, m N Z coo —i - ' `IV .. I C7 L S 1 J W d --i < r1l rtri k` L, I to waa ti 21 C-3 to W d --i < r1l rtri k` L, I to ay 26, 1981 CITY COUNCIL AGENDA ITEM NO. TO: CITY COUN T • •'v ._ FROM: Public Works Department SUBJECT: PROSPECT STREET.CONSTRUCTION BETWEEN WEST COAST HIGHWAY AND SEASHORE DRiVE5,C -2150 RECOMMENDATIONS: Accept the Negative Declaration of Environmental Impact, subject to the determination that Seashore Drive will remain in one -way operation. Approve the plans and specifications for the subject project. Authorize the City Clerk to advertise for bids to be opened at 11:00 A.M. on June 10, 1981. On April 27, 1981, the City Council directed staff to continue working on this project, with the condition that Seashore Drive remain a one -way street. The construction of Prospect Street is intended to provide a second traffic ac- cess point from West Coast Highway to Seashore Drive, thereby reducing traffic in the narrow alley that parallels Seashore Drive between 61st Street and Orange Street. (See attached location map.) A Negative Declaration of Environmental Impact has been prepared by staff and approved by the Environmental Affairs Committee. A Notice of Deter- mination has been filed with the County Clerk. A copy of the Negative Declara- tion is attached for reference. The Negative Declaration of Environmental Impact was processed and approved by the Environmental Affairs Committee in February 1981. Included in the Negative Declaration was wording describing the proposed change to two -way operation of Seashore Drive between Prospect Street and Orange Street. Pursuant to the Council decision on April 27, 1981, Seashore Drive is to remain in one -way operation. It should be noted that operation of Seashore Drive is not part of the Prospect Street project, and the language which was included was informational only. Permits have been obtained from the State of California Department of Transportation, and from the Coastal Commission. In addition, the Regional Water Quality Control Board has issued clearance for the project. The Engineer's estimate for this project is $41,000; however, only $28,000 is included in the current budget (Acct. No. 17- 3397 -080). If the project is approved for advertisement, a budget amendment will be prepared for Council consideration when bids have been received and final costs determined. Funds may be transferred from the current year's storm drain improvement account, or appropriated from surplus. Plans and specifications were prepared by the Public Works Department and by Herman Kimmel and Associates, Inc., traffic engineering consultants. onstruction sh d in in June and be completed in August of this year. �iamin Nol an LRD:jd Public Works Director Att. \ I1+ r —� _ 11 `� 11 +o• cc"+ l( — _ ? .. A C J J•' C P� Jeep (( e m' 0 O C E .n V E See WCAr /ON M.1.0 QEGau we j Oc l ! JAI 1;T COAST HIGHWAY � � APO ✓E'�T ---- •;��_- - - -_ -- SEASHORE Cl JF NEWPORT BEACH CRAWN_�. DATE ?_iC WORKS DEPARTMENT APPROVED rRO- SPEC STREET PUBLIC WORKS DIRECTOR fJSM/65,67"N W'S vT COAST HIGHWAY R.E. NO. _. ANA yrASWW Dl?)V,5 DRAWING NO. PROSPECT STREET BETWEEN PACIFIC COAST HIGHWAY AND SEASHORE DRIVE (C -2150) NEGATIVE DECLARATION BY CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1. PROJECT LOCATION: This project is located between Pacific Coast Highway and Seashore Drive, providing the connecting link between two existing segments of Prospect Street. PROJECT DESCRIPTION: Interfering portions of curb, gutter and sidewalk along the south side of Pacific Coast Highway and the north side of Seashore Drive will be removed to permit construction of the 83 -foot -long by 48- foot -wide Prospect Street connection. The connection includes (1) grading and compaction of native sand to receive aggregate base and asphaltic concrete pavement, (2) 10- foot -wide sidewalks to join existing Pacific Coast Highway and Seashore Drive sidewalks, (3) 4 wheelchair access ramps, (4) 227 linear feet curb and gutter, (5) relocation of one street light, and (6) relocation of 2 traffic signals. PROJECT GOALS: Completion of the project will permit Seashore Drive to return to two -way operation between Prospect Street and Orange Street, thereby relieving the oceanfront alley congestion which has occurred since Seashore Drive became a one -way street. The project will also provide a second direct access to West Newport Beach (for beach users) and to Pacific Coast Highway (for West Newport Beach residents). 4. EFFECT ON THE ENVIRONMENT: There will be no significant long -term irreversi- ble or irretrievable effects on the environment. There will be minimal, acceptable short -term disturbances of the environment during construction. BASIS FOR NEGATIVE DECLARATION: This project is consistent with the General Plan of the City of Newport Beach and could not have a significant effect on the environment. INITIAL STUDY: The City of Newport Beach Public Works Department has pre- pared this Negative Declaration and its Initial Study in accordance with Article 7, Chapter 3, Guidelines for Implementation of the California Environmental Quality Act of 1970. Copies of the Initial Study may be obtained from said department during normal business hours. Benjamin B. Nolan Public Works Director LD:jd 2/11/81 M PROSPECT STREET BETWEEN PACIFIC COAST HIGHWAY AND SEASHORE DRIVE (C -2150) INITIAL STUDY by CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT A. CONFORMANCE WITH THE GENERAL PLAN This project is in accord with the General Plan of the City of Newport Beach, in particular the "Circulation Element." B. ENVIRONMENTAL CHECKLIST FORM An Environmental Checklist Form (Appendix I -- attached) has been completed as a portion of this study. The following statements, referenced to specific questions presented in the checklist, explain all "yes" responses: l.b. The proposed street construction will include grading and compaction of native sand in advance of the placement of roadway base and pave- ment material. I.C. The present ground surface within the project limits is ungraded native sand. The proposed surface will include street pavement with 2 sidewalks. 2.b. Street pavement and sidewalks will result in a nominal increase of surface water runoff within the project limits. 14.d. The proposed street will result in altered patterns of circulation and movement of people. That portion of Seashore Drive between Prospect Street and Orange Street will return to two -way operation, thereby relieving much of the oceanfront alley congestion which has occurred since Seashore Drive became a one -way street. 2/11/81 PROSPECT STREET BETWEEN PACIFIC COAST HIGHWAY AND SEASHORE DRIVE (C -2150) NEGATIVE DECLARATION BY CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROJECT LOCATION: This project is located between Pacific Coast Highway and Seashore Drive, providing the connecting link between two existing segments of Prospect Street. PROJECT DESCRIPTION: Interfering portions of curb, gutter and sidewalk along the south side of Pacific Coast Highway and the north side of Seashore Drive will be removed to permit construction of the 83 -foot -long by 48- foot -wide Prospect Street connection. The connection includes (1) grading and compaction of native sand to receive aggregate base and asphaltic concrete pavement, (2) 10- foot -wide sidewalks to join existing Pacific Coast Highway and Seashore Drive sidewalks, (3) 4 wheelchair access ramps, (4) 227 linear feet curb and gutter, (5) relocation of one street light, and (6) relocation of 2 traffic signals. PROJECT GOALS: Completion of the project will.permit Seashore Drive to return to two -way operation between Prospect Street and Orange Street, thereby relieving the oceanfront alley congestion which has occurred since Seashore Drive became a one -way street. The project will also provide a second direct access to West Newport Beach (for beach users) and to Pacific Coast Highway (for West Newport Beach residents). EFFECT ON THE ENVIRONMENT: There will be no significant long -term irreversi- ble or irretrievable effects on the environment. There will be minimal, acceptable short -term disturbances of the environment during construction. 5. BASIS FOR NEGATIVE DECLARATION: This project is consistent with the General Plan of the City of Newport Beach and could not have a significant effect on the environment. 6. INITIAL STUDY: The City of Newport Beach Public Works Department has pre- pared this Negative Declaration and its Initial Study in accordance with Article 7, Chapter 3, Guidelines for Implementation of the California Environmental Quality Act of 1970. Copies of the Initial Study may be obtained from said department during normal business hours. Benjamin B. Nolan Public Works Director LD:jd 2/11/81 y • • PROSPECT STREET BETWEEN PACIFIC COAST HIGHWAY AND SEASHORE DRIVE (C -2150) INITIAL STUDY by CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT A. CONFORMANCE WITH THE GENERAL PLAN This project is in accord with the General Plan of the City of Newport Beach, in particular the "Circulation Element." B. ENVIRONMENTAL CHECKLIST An Environmental Checklist Form (Appendix I -- attached) has been completed as a portion of this study. The following statements, referenced to specific questions presented in the checklist, explain all "yes" responses: l.b. The proposed street construction will include grading and compaction of native sand in advance of the placement of roadway base and pave- ment material. l.c. The present ground surface within the project limits is ungraded native sand. The proposed surface will include street pavement with 2 sidewalks. 2.b. Street pavement and sidewalks will result in a nominal increase of surface water runoff within the project limits. 14.d. The proposed street will result in altered patterns of circulation and movement of people. That portion of Seashore Drive between Prospect Street and Orange Street will return to two -way operation, thereby relieving much of the oceanfront alley congestion which has occurred since Seashore Drive became a one -way street. 2/11/81 I1 ENVI: (To be I. BACKGROUND 1. Name of 2. Address APPENDIX I 30NMENTAL CHECKLIST FORM completed by Lead Agency) Proponent Ci of Ale and Phone er .� . o o c 3. Date of Checklist Submitted 4. Agency Requiring Checklist 5. Name of Proposal, if applic CA II. ENVIRONMENTAL IMPACTS (Explanations of all "yes" and "maybe" answers are required on attached sheets.) YES MAYBE NO 1. Earth. Will the proposal result in: a. Unstable earth conditions or in changes in geologic substructures? X b. Disruptions, displacements, com- paction or overcovering of the soil? C. Change in topography or ground surface relief features? X d. The destruction, covering or modification of any unique geologic or physical features? X e. Any increase in wind or water erosion of soils, either on or off the site? X f. Changes in deposition or erosion of beach sands, or changes in siltation, deposition or erosion which may modify the channel of a river or stream or the bed of the ocean or any bay, inlet or lake? -_*Ir� • _Xf? . • 2. II I2 YES MAYBE NO g. Exposure of people or property to geologic hazards such as earthquakes, landslides, mudslides, ground failure, or similar hazards'? X 2. Air. Will the proposal result in: a. Substantial air emissions or deterioration of ambient air quality? b. The creation of objectionable odors? c. Alteration of air movement, molsture or temperature, or any change in climate, either locally or regionally? 3. Water. Will the proposal result in: a. Changes in currents, or the course or direction of V,ater movements, in either marine or fresh waters? Changes in absorption rates, drainaE:.e pattersn, or the rate ana amount of surface water runoff'. c. Alterations Lo the course or, flow of flood aat,rcI d. Change in the amount of surface %,aat,_: in any water tody'? e. i.i-c'iar;e into surface a :atr.r : :, or an :; a.lter•ar.ior, of eurfare ,rater- civalit,;, inciud+_ng but not limitcu to termperature, dissolved oxygen or Lice :,Idltl- ., X X x X X — -- X X t : ,lt�rati r. of or t!•�. :a.ir� :c :t.ior; o rate of, flow of grow d v:aters'i X C . Chani,�C in tn, quantity of Ground .raters, either thcouE;.i direct addition:: or ,jithdra :rals, or- through interception of all aquifer b cut:: or c::cavaticrs:' — X 3. h. Substantial reduction in the amount of water otherwise available for public water supplies? i. Exposure of people or property to water related hazards such as flooding or tidal waves? 4. Plant Life. Will the proposal result TF7—- 13 ( YES MAYBE No X a. Change in the diversity of species, or number of any species of plants (including trees, shrubs, grass, crops, microflora and aquatic plants)? ly b. Reduction of the numbers of any Unique, rare or endangered species of plants? c. Introduction of new species of plants into an area, or in a barrier to the normal replenishment of existing species? X d. Reduction in acreage of any agricultural crop? �( 5. Animal Life. Will the proposal result in: a. Change in the diversity of species, or numbers of any species of animals (birds, land animals including reptiles, fish and shellfish, benthic or anisms, Insects or microfaunM b. Reduction of the numbers of any unique, rare or endangered species of animals? X C. Introduction of new species of animals into an area, or result in a barrier to the migration or movement of animals? X d. Deterioration to existing fish or wildlife habitat? X EV 0 -;Llm - • 4, I I4 YES MAYBE NO 6. Noise. Will the proposal result in: a. Increases in existing noise X levels? - - b. Exposure of people to severe noise levels? 7. Light and Glare. Will the proposal produce new llgFit or glare? X 8. Land Use. Will the proposal result in a s— ubstantial alteration of the present or planned land use of an area? X 9. Natural Resources. Will the proposal resu in: a. Increase in the rate of use of any natural resources? b. Substantial depletion of any nonrenewable natural resource? 10. Risk of Upset. Does the proposal Involve a risk o: an explosion or the release of hazardolxs substances (includAng, but not limited to, oil, pesticides, chemicals or radiation) in the event of an accident or upset conditions? 11. Population. Will the proposal alter the location, d.ictribution, density, or, gro:,th rate of the human popu- lation of an area? X 12. Housing. L:il.l the proposal affect e'xist�g housing ,', or create a demand for additior:al housing:' X I c ansportation/Ci rculatlon. the propOSa] result iii: a. Gor nation of 1u`�stantlal addi- tional vehicu)ar movement? 5, r• _ o O 0 YES 11,14yBE TO b. Effects on existing parking facilities, or demans." for new parking? X . e. Subst-antial.impact upon existing transportation systems? y �( d. Alterations to present patterns of circulation or movement of people and /or goods? e, Alterations to waterborne, rail or air traffic? X f. :Increase in traffic hazards to motor vehicles, bicyclists or pedestrians? III. Public Services. Will the proposal }gave an ef'fe` -(5 upon, or result in a need for new or altered govern- ' mental services in any of the following areas: a. Fire protection? X b. Police-protection? C. Schools? �C d. Parks or other recreational facilities? e. Maintenance of public facili- ties,'including roads? ,Y _ f. Other governr: ,ital services? y 15. Energy_ Will the proposal result: in: a. Use of sub;"tantlal amounts of fuel or energy? X b. Substantial increase In demand upon ex1sti.ng .vurces of energy, - or require the development: of new sources of crier•gy? �_ X to • � Wj • 16 YES MAYBE NO 16. Utilities. Will the proposal result in a need Tor new systems, or substantial alterations to the following utilities: a. Power or natural gas? X b. Communications systems? �( C. Water? X d. Sewer or septic tanks? �( e. Storm water drainage? X f. Solid waste and disposal? �( 17 "3. Do. Human Health. Will the proposal resuT£-Tn:` a. Creation of any health hazard or potential health hazard (excluding mental health)? b. Exposure of people to potential health hazards? Aesthetics. Wiil the proposal result in the obstruction of any scenic vista or view open to the pl�blic, or will the proposal result in the creation of an aesthetically offensive site open to public view`: Recreation. dill the proposal result in an impact upon the quality or quantity of existing recreational opportunities? Archeological /Historical. Will the proposal result ]ti an alteration o' s.ignificar.t atrcnc:ologIcal a, i.ietorlcal 4Itc, tr.;;:tn e, object o:^ buildinL;? X X' X X PAN o. b. Does the project have the poten- tial to achieve short -term, to the disadvantage of long -term, environ- mental goals? (A short -term impact on the environment is one which occurs in a relatively brief, definitive period of time while long -term impacts will endure well into the future.) X( c. Does the project have impacts which are individually limited, but cumulatively considerable? (A project may impact on two or more separate resources where the impact on each resource is relatively small, but where the effect of the total of those impacts on the environment is significant.) �( d. Does the project have environ- mental effects which will cause substantial adverse effects on human beings, either directly or indirectly? ____ 17 YES MAYBE NO 21. Mandatory Findings of Significance. (a) Does the project have the potential to degrade the quality of the environment, substantially reduce the habitat of a fish or wildlife species, cause a fish or wildlife population to drop below self sustaining levels, threaten to eliminate a plant or animal community, reduce the number or restrict the range of a rare or endangered plant or animal or eliminate important examples of the major periods of California history or prehistory? r b. Does the project have the poten- tial to achieve short -term, to the disadvantage of long -term, environ- mental goals? (A short -term impact on the environment is one which occurs in a relatively brief, definitive period of time while long -term impacts will endure well into the future.) X( c. Does the project have impacts which are individually limited, but cumulatively considerable? (A project may impact on two or more separate resources where the impact on each resource is relatively small, but where the effect of the total of those impacts on the environment is significant.) �( d. Does the project have environ- mental effects which will cause substantial adverse effects on human beings, either directly or indirectly? ____