Loading...
HomeMy WebLinkAboutC-2655 - Groundwater Development - 30-inch Water Main Relocation Across the Santa Ana River Complex WideningMay 6, 1991 CITNtF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 California Pipeline Company 2272 Michelson Drive, Suite 104 -222 Irvine, CA 92715 Subject: Surety: Amwest Surety Insurance Bonds No.: 1219939 Contract No.: C -2655 Project: Groundwater Development Water Main Relocation Complex Widening Co. Project 30 -Inch Santa Ana River The City Council of Newport Beach on April 8, 1991 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 the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. The Notice was recorded by the Orange County Recorder on April 16, 1991, Reference No. 91- 177385. Sincerely, Wanda E. Raggio City Clerk WER:pm cc: Public Works Department 3300 Newport Boulevard, Newport Beach RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: NQ(E(UMTPR City Clerk /wk, GOVERNMENT CODE 6103 City of Newp t Beach EXEMPT 3300 Newport Boulevard Newport Beach, CA 92663 NOTICF. OF COMPLETION PUBLIC WORKS q1 _ 117385 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA P.M. APR 161991 C4 a- C6tao&t RECORDER 'lo All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on March 14, 1991 the Public Works project consisting of GROUNDWATgR DEVELOPMENT PROJECT 30 -INCH WATER_ MAIN RELOCATION SANTA ANA RIVER COMPLEX WIDENING (C -2655) on which California Pipeline Company, 2272 Michelson Drive, Suite 104 -222, Irvine, CA was the contractor ; -�4nd est Surety Insurance Co., 2801 S. Valley View, 92715 was the surety „ `Was cpmpl' d. te. as Vegas, V 02 RECEIVED i Hpy 6 1991 Lily CORK - %� ItEWCp'pttRl we” VERIFICATION I, the undersigned, say: C OF NEWPORT BEACH c / Public Works Director 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 April 10, 1991 at Newport Beach, California. L Public corks 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 City on April S 1991 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 April 10, 1991 at Newport Beach, California. aET City Clerk i � sty r��u��� a►��mra� ' e,�ta �;�o� rrs�a��ta�vaa • TO: FROM: SUBJECT: • BY THE CITY COUNUL CH 8� City Council Public Works Department April 8, 1991 CITY COUNCIL AGENDA ITEM NO. F -11 ACCEPTANCE OF 30" WATER LINE RELOCATION ACROSS THE SANTA ANA RIVER (C- 2655 -A) RECOMMENDATIONS: 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 the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. DISCUSSION: The contract for the construction of the subject project has been completed to the satisfaction of the Public Works Department. The bid price was $438,332.00 Amount of unit price items constructed 438,332.00 Amount of change orders 5,463.63 Total contract cost $443,795.63 One Change Order was issued. In the amount of $5,463.63, it provided for additional work on the Santa Ana River levees as required by the Orange County EMA (Flood Control) Permit. Funds for the project were budgeted in the Water Fund, Account No. 50- 9297 -208. The contractor is California Pipeline Company of Riverside. The contract date of completion was October 11, 1990. This date was established because of requirements contained in the permit to cut through the Santa Ana River levees. The pipeline was completed through the river and the levees were restored by • September 28, 1990. The contractor was then delayed by a combination of a lack of City supplied materials, slow delivery on the part of his suppliers and weather. All work including final cle nup was completed on March 14, 1991. Benjamin B. Nolan Public Works Director GPD:so 09) 0 • • Fountain Valley Transit *'x 18030 Mt. Washington Fountain Valley, CA 92708 41 RECEIVED CM CLFRK kEW0460K Release of Stop Notice TO: City of Newport Beach Const ruction Lender lot party with wham amp Nc)icr roar filed) P.O. Box 1768, Newport Beach, CA 92659 Addnu You are hereby notified that the undersigned claimant releases that certain Stop Notice dated November 7, 1990 ,intheamountoff 5912.19 against City of Newport Beach as owner or public body and California Pipeline as prime contractor in connection with the work of improvement known as Santa Ana River & Hamilton — E. Levy in the City of Huntington Beach _, County of Orange 'Date February 6. 1991 ry G t E � N i? a. UrA i- �y�Car q�ctt7c" s 0.i.�J�.. "�lic°o5a�r 'ttiao 0 c;;:3CSf��f7fl�d❑��� , State of California. %ameol'Ciaimanl Fountain Valley Transit Mix IF N trl 8j. Cr it r4n ger IOfficial Capacity) VERIFICATION I. the undersigned, state: Iamthe agent of t' "atrot ot".' P.r +meet of'*. "A Partner of '. "owner of'. tic.) the claimant named in the forego ine Rcleasc; I h a % c read said Rcicaseof Stop Notice and know the contents thereof, ane I certify that the same is true of my own hnow ledge. I certify (or declare) under penalt) of perjure under the laws of the State of California that the foregoing is true and correct. Executed on February 6 Iq 91 at Fountain Valley Calif. California. 0 • 9 1997 6 Stop Notice C -� RECEIVE NOTICE TO City of Newport Beach ,pN (Name of public Body or Lender) uewcvoet�2.c��" P.O. Box 1768 Newport Beach CA 92659 (Address) (If Public Job — file with office of controller, auditor, or other public disbursing officer whose duty it is to make payments under provisions of the contract.) (If Private Job — file with responsible officer or person at office or branch of construction lender administering the construction funds.) Prime Contractor California Pipeline Sub Contractor (If Any) Western Gunite Owner or Public Body: City of Newport Beach Improvanoniknownu SA River & Hamilton HB -E Levy (Nome and address of project or work of improvement) i intheCilyof Huntington Beach ,County of Orange State of California, F.V. Transit Mix claimant, Corporation clattrant) (C'urpurotion/Parbtership /Sole proprietorship) furnished certain labor, service, equipment or materials used in the above described work of improvement. The name of the person or company by whom claimant was employed or to whom claimant furnished labor, service, equipment or materials is Western Gunite (Name of Subcontractor /Contractor /Owner - Builder) 21353 Mayall St. Chatsworth, CA 91311 The kind of labor, aerviar equipment or materials furnished or agreed to be furnished by claimant was READY MIX CONCRETE .f (describe in detail) Total value of labor, service, equipment or materials agreed to be furnishcd .............S Total value of labor, service, equipment or materials actually furnished is ...............S Credit tot materials returned, if any ................ ..............................S .Ansount paid on account, if any .................... ..............................S Amount Out after deducting all just credits and offset$ . ..............................S 5,912.19 YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by you on the above described project to satisfy claimant's demand in the amount of S 5 . 912 . 1 its provided in Sections 3156 through 3214 of the Civil Code, and in addition thereto sums sufficient to cover interest, court costs and reasonable costs of litigation, as provided by law. A bond IS NOT attached. (Bond required on private jobs— not on public jobs.) Ili/if am) Data Nnvpmhpr 7. 1990 ' Nameol'Clai NTAIN VAL,EY TRANSIT MIX rA{� rmN mrJ x By AN coo c�ac RED T A ER G)0aai - �u7 erre d ca cc >?$ ob 3 �j (official Capacity) Ac� i it�eii5 tC G9 O 0 0 0 (3 0 b)� VERIFICATION I, the undersigned, state: Iamthe AGCNf OF AS CRFI)IT MANAGCI4 ('agent of' " precedent of "'a partner of '.owner of'. tic.) the claimant named in the foregoing Stop Notice; I have read said claim of Stop Notice and know the contents thereof, and 1 certify that the same is true of my own knowledge. 1 cartify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. EAecutadon November 7. 1990 l9a V-11-11 CA 92708 California. Ili •arnv nl i rirnr, Inch hnrirrd Aernl t te ` ' �. CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 6443005 TO: FINANCE DIRECTOR FROM: CITY CLERK DATE: July 13, 1990 SUBJECT: Contract No. C -2655 Description of Contract Groundwater Development Proiect 30 -Inch Water Main Relocation Santa Ana River Complex Widening Effective date of Contract Authorized by Minute Action, approved on June 25, 1990 Contract with California Pipeline Company Address 2272 Michelson Drive, Suite 104 -222 Irvine, CA 92715 Amount of Contract (�e 4e Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach 714 - 272-1200 CAR: ,�¢nz�00 GEORGE ABERNATHY VICE PRESIDENT CALIFORNIA PIPELINE COMPANY 4121 BUCHANAN STREET • RIVERSIDE, CA 92503 WORKERS' COMPENSATION INSURANCE CERTIFICATION "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract," Alf Date Signatu e California Pipeline Company Contractor Groundwater Development Project 30 -Inch Water Main Relocation Santa Ana River Complex Widening C -2655A JUL 12 '90 08:56 CALIF. PIPELINE j • ® FAX COVER SHEET MF FAX MESSAGE ONLY To: Cemponp: s- From /4B"w/Asr xv I� Data•. '7 — /L — 9a 3abjeet: Cc.p.o .t!�s 215 P01 ibis FAX eantafnt 3 pages. It For do net reeehe al poles, pleose cog or Fax es at the aemhsn Cate4 beer. CALIFORNIA PIPELINE CO. • 4121 BUCHANAN S7: • RIVERSIDE, CA 92503 • (714) 272 -120D • FAX: (714) 272-4100 11 NENPCALIF v I TI II 1? '9R OR: 90 CA IF PTPFI TNF P19 PO", we, the undersigned, being all of the directors of California Pipeline Company, a California Corporation, do hereby unanimously consent to the following arts and resolutions: RESOLVED, that the President, Secretary, Treasurer, and all vice Presidents of California Pipeline Company are the authorized officers of the corporation to execute all docu- ments and contracts on behalf of the corporation. WITNESSED this 1st day of May, 2990. RICHARD B. ANDRAD£ , Director qELnWILM0UT Direc or GEORGE AB RNATHY, �Dfr6CRoz� (AGR 195186016- 002 /mch a- f /klm) e JUL 12 190 06:50 CRLIF. PIPELINE 215 P03 r..+�.�.t •• P' TOTAL P.03 2311.0 .TS. 1S nrrb ianng .0 PO.So +96A23C q0-21 1725 Sac nN, CA 942A10230 fterttazu of lt3t2 "WW(916)"-SZV2o STATEMENT BY DOMESTIC STOCK CORPORATION I THIS STATPAENI MUST BE PIAD 'NITN CAUFCRNIA SECRETARY OF $TATS ISSC. IM2, CORPORATIONS A $5 FILING rE= MUST ACCOMPANY THIS STATEMENT. ( = N D O R S S D FILED N4EN CCMF, "c ?INC FORM, PL!AS1 USE BLACK TYFEWRITI:R RIBBON OR BLACK INK jP AAdMdw. SPPwafdSlaN d ARs,a, d CPIMPq IMPORTANT Please RTad Instrur -ons On Bed, Of form MAY ^ q 1690 I' I { C1525036 DUE DATE: 03 -31 -90 188015 CALIFORNIA PIPELINE: COMPANY ! FONGEV.9ECnis7al5bte � 1 RIVERSIDE, CA 92503 I 20 NOT A1. 9t PnPIRNT2^ 4ANQ IS :.:M NO. 1 : ^w 56ANK Pt4AlC eNTzR .'.CRPORAT4 MAMC ' THE CALIFCR)VA CORFORATION NAMED HEREM, MARES THE FOLLOWING STATEMENT 2. =— ADOR&69 OR PRI.W`t➢AL C"42 I ROOM NO. { 2A'. C.TV AND grA!"- �S. Sif C2: 4121 Buchanan Street 1 ! Riverside CA 192503 STREK AOOAA-• 00 PAINC:9AL SUa9NC --S CVPIC3 IN CANSOAMIA ROOM Pro. 1 ZA. orn ! • 20 CS: Sane ( I CA ! `.. MAILvio Ammiss ROOM No. ,i,1. Cr•f AND STAT ; 481 Same }I I � T . r - :�_ ;•r -r-IWoLLawt:: S. cwgx t%RCL'TIv9 OPrf"A SA. s I!ZZf ADORCSS em 09TERS9 Slow SB. CM AND STATE :C. to GCS KAREN ANN WILMOUTH 4121 Buchanan Street � Riverside, CA 192503 S. SECReYAAV GA. 97a+0 ADDRERI OU R�m SIMM 65. DRY AND SrATT 6C. Mo COQ GEORGE W. ABERNATHY 4121 Buchanan Street Riverside, CA 92503 7. CMEP PIMANOIAL DPfC.ER 7A. smi9T ADomw Ises R9VARss slop 79. CRY AND S,AtC ! 7C. T.T CDC GEORGE W. ABERNATIHI 4121 Buchanan Street Riverside, CA !92503 INCUMBENT DIRECTORS, INCLUDING DIRECTORS WHO ARE ALSO OFFICERS (Attach supplemental "St if n9easaary) ' S. NAME I $A. mwr AvonwD ®ii REYERC9 ilea ON. CM Alm 3rATs SC:i. CI GOD KAREN ANN WILMOUTH 14121 Buchanan Street 1R_iv_ersidst CA 192503 9. More EA. siren" „t"RxoS =% RQVif!= wrin og. CTT NO WAT2 °C 1T __: GEORGE W. ABERNAT Y 412 BLIChanan Streit Riverside, cA 192503^ 10. NAME CA. DTRatr ADDAws an Remus emw DEI. ORT AND STAT6 3 CC. k1P ce: RICHARD ANA A. 4121 �Bughanan Street Riverside, CAA 192593 I I. THE NUMBER OF VACANCIES ON THE BOARD Of DIRIZORS, IF ANY: DESIGNATED "AGENT POA'SZRVICE CF,PR0C—eS8 (On i one agent may be named) ' I(Ai C. HARGAN 13. CALPOWAA ETAElT A00R658 IF AOENT LS AN INOMOVAL 100 NOT USE 0A. DOA DO maT MCLUCE ADCA •164! W AGENT ® A DORPORATON. 14. Ya9cmaa TrP_ or aVSINEaa OP TNa caor"wV:oM NAN{p M 1TaM f. Construction I3. 1 vem"a TWAT t MAYO EIIAMINlY "OS YTAT9049MT AMID TM S9S O i}� R W YAVL COARSCT AMY 6000169!% =AM9 RICHARD 8. ANDRADE (, Vice President 04/27/90, TTOE OR PRINT NAMa OF ONING 0111090 OR ACENT SIMMATI wn OAf^_ I VECUki TNEAa WAS YERN Mo CNANae IN THE IMPOAMATICM CONTAINED IN TP.t LAM 9?A'MM9Nr OP %-'e 6TARY OP MAfPy OAFKS DOaa NOT AMLY ON INT.AL PM1.Y, 43011PORAT)ONW14CNI4 OM Pa IN TWO AD INSTRUCTION agroxf b0 Lq W _ ____- _.... 1 r..+�.�.t •• P' TOTAL P.03 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT GROUNDWATER DEVELOPMENT PROJECT FOR 30 -INCH WATER MAIN RELOCATION SANTA ANA RIVER COMPLEX WIDENING CONTRACT NO. C -2655A PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P.O. Box 1768 Newport Beach, California 92663 -3884 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete rContract No. C -2655A in accord with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: i ITEM UNIT NO, OUANT, UNIT DESCRIPTION PRICE TOTAL 1. 981 L.F. Install 30" ductile iron restrained joint pipe including bends, tee, cutoff walls, appurtenances, excavation, bedding, backfill, test and disinfect for the unit price of Tbree�Hundred Seventy-Two Dollars and No --------------------------- Cents $ 372.00 $ 364,932.00 per Lump Sum 2. 126 L.F. Jack and bore 42" steel casing and install 30" ductile iron restrained joint pipe including excavation, bedding, backfill, test and disinfect for the unit price of Four Hundred Dollars and No --------------------- - - - - -- Cents $ 400.00 $50,400.00 per Lump Sum i 1� 3. Lump Sum Install vault, valve and appurtenances as required Twenty -Three Thousand Dollars and it No -------------------- - - - --- Cents $ 23,000.00 $23,000.00 per Lump Sum i� PROPOSAL TOTAL PRICE IN WRITTEN WORDS TOTAL PRICE Four Hundred Thirty -Eight Thousand Three Hundred Thirty -Two Dollars and No ----------------------------------- - - - - -- Cents $438,332.00 Contractor's License No. 490285A VCalifornia Pipeline Company (Bidder's Name) Date_ June 14,_ 1990 Paletsas.Assistant Secretary (Authorized Signature /Title) Bidder's Address` 2272 Michelson Drive, Suite 104 -222 Irvine. CA 92715 Bidder's Telephone 833 -2969 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT GROUNDWATER DEVELOPMENT PROJECT 30 -INCH WATER MAIN RELOCATION SANTA ANA RIVER COMPLEX WIDENING CONTRACT NO. 2655A ADDENDUM NO. 1 NOTICE TO BIDDERS: Bidders shall propose to complete Contract No. 2655A in accordance with the Plans, Proposal, Contract Documents and Special Provisions as modified by this Addendum No. 1. Bids for this project are to be opened on June 14, 1990. The following additions are hereby made to the Special Provisions: 1. Concrete levee paving removed or damaged during construction shall be replaced in kind to a construction joint. The cost of removal and replacement shall be considered in the various bid items and no additional payment will be made therefor. i 2. Condition No. 4 of the Department of Fish & Game streambed alteration conditions will not be construed to prohibit construction equipment within the pipeline crossing area. 3. The Contractor may use a larger casing than shown on the plans provided it is reviewed and approved by the Engineer prior to construction. 4. Working hours are not restricted provided the Contractor has made arrangements with the property owners for access. ' 5. Water for construction or testing shall be obtained by the Contractor from the City of Huntington Beach or by connecting to the existing City 12" line on the easterly side of the Santa Ana River. The cost of connecting to the existing 12" line shall be at the Contractor's expense. The cost for setting the meter and the water used shall be paid for by the Contractor. J I rj L i� I Addendum No. 1 Contract No. 2655A Page 2 6. Any interfering portions of the existing 12" water line may be removed. 7. The bike trial along the westerly levee shall remain open to bike and pedestrian traffic at all times. 8. The chlorinated water used for testing the pipeline may remain in the line provided the tests are satisfactory. Execute and date this Addendum No. 1 and attach it to your bid proposal. No bid proposal will be accepted without Addendum No. 1 being executed and attached thereto. s/ Donald C. Simpson Donald C. Simpson Special Projects Manager I have carefully examined ADDENDUM NO. 1 and hereby consent to it being made a part of our proposal. Date: June 14, 1990 Telephone No. (714) 272- 1200'' Bidders Address: 4121 Buchanan Street Riverside, CA 92503 California Pipeline Company (Bidder's Name) / K•� (Authorized Signature) '*INSTRUCTIONS TO BIDDERS • � Page 2 �l The following 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) ,.j 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON - COLLUSION AFFIDAVIT 6. 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 documents. The City of Newport Beach will not permit a substitute format for the documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest 1 revision of the Federal Register Circular 570. J 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 I PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. �I 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 1 multiplied totals. ' The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available 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 inclusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all �I apprenticeable occupations. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the;, corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 490285A California Pipeline Company Contr's Lic. No. & Classification Bidder June 14. 1990 s/ G. Douglas Paletsas. Assistant Secretary �� Date Authorized Signature /Title • • Page 3 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. tSubcontract Work Subcontractor Address 1. gore Tunnels & Bores Fontana, CA 2 3. 6 r o 9. 12. I California Pipeline Company Bidder i� s/ G. Douglas Paletsas Assistant Secretary Authorized Signature /Title Page 4 BIDDER'S BOND ' KNOW ALL MEN BY THESE PRESENTS, �i That we, California Pipeline Company, Inc. as bidder, and Amwest Surety Insurance Company as Surety, t� are held and firmly bound unto the City of Newport Beach, California, in the sum of Fifty -Five Thousand and No /100 --------------------------------- - - - - -- Dollars ,) ($ 55,000.00 ), 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 Groundwater Development Project C -2655A 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 to said City the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) after the date of the mailing of Notice of Award to the above bounded bidder by and from said City, then this obligation shall become null and void; otherwise it shall be forfeited to the said City. In the event that any bidder above named executed this bond as an 1 individual, 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 loth day of June (Attach acknowledgement of California Pipeline Company, Inc. Attorney -in -Fact) Bidder Elizabeth Stout _ r..�.,, S, Notary Public Authorize Signature /Title July 18, 1993 Commission Expires 1 I� Amwest Surety Insurance Company Surety By: s/ Patricia Lutz Patricia Lutz Title: Attorney in Fact ■ �, � POtNER NUMBER _� E26354 _ BOND NUMBER_`_ 1215226 This Power of Attorney has been i delivered in connection with "the i above bond number. ' NAME OF PRINCIPAL: NAME OF OBLIGEE: AMWEST SURETY INSURANCE CO *5 P.O. BOX 4500, WOODLAND HILLS, CA 9 5.4500 w (818) 704 -1111 LIMITED POWER OF ATTC)FI .... (READ CAREFULLY) To be used only in conjunction with the bond specified herein. CALIFORNIA PIPELINE COMPANY, INC. CITY OF NEWPORT BEACH VOID IF NOT USED BY: JANUARY 1, 1991 No Power of Attorney on this form shall be valid as to bonds, under- takings, recognizances or other written obligations in the nature thereof executed on or after said expiration date. PENAL SUM$ 55,000.00 This Power of Attorney may not be used in conjunction with any other power of attorney. This Power of Attorney is void it alferr � er �st•n is printed on blue paper with black and red ink. This power of attorney bears a raised seal of AMWEST SURETY INSURANCE 'N.PAN Y. of this Power of Attorney are valid. No representations or warranties regarding this Power of Attorney may be ma di by any person . r fh rt officer of AMWEST SURETY INSURANCE COMPANY, and must be in writing. Questions or inquiries regarding this Power of A ,nn r to AMWEST SURETY INSURANCE COMPANY at the address and telephone number set forth at the lop of this Po ;r: of Attorney. ... . Department. This Power of Attorney shall be governed by the laws of the State of California. Any power of attorney used in connection cod: ._. . by AMWEST SURETY INSURANCE COMPANY on or after February 21, 1989 must be on Amwest Form UN -AI007 (REV 2189). All ntbe.. �>;;s i;owar of attorney forms issued by AMWEST SURETY INSURANCE COMPANY have been revoked and are of no further force or effect. KNOW ALL MEN BY THESE PRESENTS, that AMWEST SURETY INSURANCE COMPANY, A CALIFORNIA CORPORATION, (the "Company "), does hereby make, constitute and appoint PATRICIA LUTZ AS EMPLOYEE OF AMWEST SURETY INSURANCE COMPANY Its true and lawful Attorney(s) -in -Fact, with limited power and authority for and on behalf of the Company as surety, to execute and deliver and affix the seal of the Company thereto if a seal is required, bonds, undertakings, recognizances or other written obligations in the nature thereof, as follows: Bid Bonds up to $250,000; Contract, Court & Subdivision Bonds up to $250,000; Small Business Administration Guaranteed Bonds up to $250,000; License & Permit Bonds up to $50,000; Miscellaneous Bonds up to $25,000. and to bind AMWEST SURETY INSURANCE COMPANY thereby. This appointment is made under and by authority of the following provisions of the By -Laws of the Company, which are now in full force and effect: Article III, Section 7 of the By -Laws of AMWEST SURETY INSURANCE COMPANY This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of AMWEST SURETY INSURANCE COMPANY at a meeting duly held on December 15, 1975. RESOLVED that the president or any vice - president, in conjunction with the secretary or any assistant secretary, may appoint attorneys -in -fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the Company to execute and deliver and affix the seal of the Company to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and said officers may remove any such attorney -in -fact or agent and revoke any power of attorney previously granted to such person. RESOLVED FURTHER that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company (i) when signed by the president or any vice - president and attested and sealed (if a seal be required) by any secretary or assistant secretary; or (ii) when signed by the president or any vice - president or secretary or assistant secretary, and countersigned and sealed (if a seal be required) by a duly authorized attorney -in -fact or agent; or (iii) when duly executed and sealed (if a seal be required) by one or more attomeys -in -tact or agents pursuant to and within the limits of the I authority evidenced by the power of attorney Issued by the Company 10 such person or persons. RESOLVED FURTHER that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, AMWEST SURETY INSURANCE COMPANY has caused these presents to be signed by its proper officers, and its corporate seal to be hereunto affixed this 7 day of December 19 89_ ry Gary R. Peterson, Prmidant Karen G. Conan. sauelary STATE OF CALIFORNIA, COUNTY OF LOS ANGELES — ss On this _ 7 day of December A.D., 19 89 , personally came before me Gary R. Peterson and Karen G. Cohen to me known to be the individuals and officers of AMWEST SURETY INSURANCE COMPANY, CALIFORNIA who executed the above Instrument. and they each acknowledged the execution of the same, and being by me duly sworn, did severally depose and -say: that they are the said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as sucn or icers were ooiy aiii,:eo and subscribed to the said instrument by the authority of the board of directors of said corporation. _ OFFGML MF tA ,v„bMG„,,,,, (SEAL) i 1 w mns'aOURM, M dsa 4 rev V. Notary Public STATE OF CALIFORNIA, COUNTY OF LOS ANGELES — ss CER71FiCATE t. the undersigned, secretary of the AMWEST SURETY INSUPANCE COMPANY, a California corporation, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not beer, revoked, and funhernrore, that the provisions of the By -Laws of the Company and the Resolutions of the board of directors set forth in the Power of Attorney. are now in force. Signed and sealed at LAS VEGAS,NV _ this _LK—t day of JUNE 19 90. 1'— Karen G eonen seuemp A UN -At007 IRE'/. 21891 t t ,1 t jl 11 11 fa 1� I'l �1 • • 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 arrangement or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any 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 considering 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 suggested, 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 whomsoever to pay, deliver to, or share with an 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 14th day of June 19 90. My Commission Expires: October 31, 1991 California Pipeline Company Bidder Authorized ignature /Title G. Douglas Paletsas Notary Public CAI..IFOR IA PIPELINE MPAN'Y 2272 Mi elsomDr. Ste. 104 -222, Irvine, CA 15 (714) 833 -2969 State Lie. No. 490285A REFERENCES 1 GA ENCY CONTACT PERSON Los Angeles Co. Dept. Public Jess Sanchez Works, Alhambra, CA Garvey Drain ' City of Riverside /J. F. Rod Crampton Davidson Associates Alessandro /Wood Rd. Sewer City of Redlands Dennis Ryan Cajon Street Sewer City of riverside Phoenix Street Sewer TELEPHONE (818) 458 -3104 (714) 686 -0844 (714) 789 -7698 Jerry Lamoreaux (714) 7b'L -5's4o Irvine Ranch Water District Duke O'Neil (714) 476 -7b53 Harvard Ave Trunk Sewer VB City of Monterey Park Al Labree (bl8) 307 -13U2 18" Waterline Replacement I Orange County Water District Mike Marcus (714) 963 -5661 Anaheim/Kraemer/Atwood Bypass Pipeline Orange County Sanitation Tom Dawes (714) 540 -2910 Newland Trunk Sewer City of Rancho Cucamonga Chris Johnson (714) 989 -1b62 Area VII Storm D'rai�n I 1� ti �I t1 t1 �l t� r1 i! 0 Page 6 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 California Pipeline Company Bidder s/ G Douglas Paletsas, Assistant Secretary Authorized Signature /Title I • 0 Page 7 I I I NOTICE The following contract documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of mailing Notice of Award to the successful bidder: PAYMENT BOND (pages 8 & 9) FAITHFUL PERFORMANCE BOND (pages 10 & 11) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12,13 &14) CONTRACT (pages 15 & 16) The City of Newport Beach will not permit a substitute format for these contract documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Payment and Faithful Performance Bonds shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Insurance Companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VIII (or larger) in accordance with the latest edition of Best's Keu Rating Guide :Property- Casualty, except as modified by the Special Provisions. 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, except as modified by the Special Provisions. I� is ISSUED IN QUADRUPLICATE S 10 BOND PREMIUM BASED O• FINAL CON T TRACT PFtiCE Page 8 PAYMENT BOND BOND NO: 1219939 PREMIUM: $9,767.00 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted June 25, 1990 has awarded to California Pipeline Company hereinafter designated as the "Principal ", a contract for Groundwater Development Project 30 -Inch Water Main Relocation Santa Ana River Complex Widening (C- 2655A) in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We California Pipeline Company 2272 Michelson Drive, Suite 104 -222, Irvine, CA 92715 as Principal, and AMWEST SURETY INSURANCE COMPANY 2801 S. VALLEY VIEW, STE. 5, LAS VEGAS, NV 89102 as Surety, are held firmly bound unto the City of Newport Beach, in the sum of Four Hundred Thirty -Eight Thousand Three Dollars ($ 438.332.00 ), Hundred Thirty -Two and No /100 said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms p!'the contract, for which payment well and truly 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, or other supplies, 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 3250 of the Civil Code of the State of California. Page 8 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, ' by motion adopted June 25, 1990 has awarded to California Pipeline Company hereinafter designated as the 'Principal ", a contract for Groundwater Development Project 30 -Inch Water Main Relocation Santa Ana River Complex Widening (C- 2655A) 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, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We California Pipeline Company 2272 Michelson Drive, Suite 104 -222, Irvine, CA 92715 as Principal, and as Surety, are held firmly bound unto the City of Newport Beach, in the sum of Four Hundred Thirty -Eight Thousand Three -Dollars ($ 438,332.00 ), Hundred Thirty -Two and No /100 -i said sum being equal to 100% of the estimated amount payable by the City of J Newport Beach under the terms of ,the contract; for which payment well and truly made, we bind ourselves, our heirs, executors and administrators, successors, or i assigns, jointly and severafly,.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, or other supplies, 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 3250 of the Civil Code of the State of California. '] 11 I , Page 9 The bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this bond as required by the provisions of Section 3247 et seq. of the Civil 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 svecifications. 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. N WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the loTH day of JULY 11990 i - NOTARY PUBLIC ! County of Clark-State of Nevada KAREN L. NORTH My AppointmentExpires July 14,1097 California Pipeline Company (Seal) Name of Contractor (Principal) Authorized Signature and Title Authorized Signature and Title / AMWEST SURETY INSURANCE COMPANY V MV'MEY VI -ST L BY: A11164ANMA. ELIZABETH ABLE (Seal) VEGAS, NV_ 89102 ATTORNEY IN FACT SignatGre and Title of Authorized Agent JAMES A. HARRIS /PRESIDENT r;Faa r11MRR(7N STREET, LAS VEGAS, NV 89118 Address of Agent (702) 364 -4541 _ Telephone Number of Agent Page 9 The bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this bond as required by the provisions of Section 3247 et seq. of the Civil 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 day of 119 California Pipeline Company (Seal) Name of Contractor (Principal) 11 Authorized Signature and Title lAuthorized Signature and Title .. (Seal) Name of Surety ' I Address of Surety Signature and Title of Authorized Agent '1 Address of Agent Telephone Number of Agent 11 ira .ISSUI'Q IN QUADRLPLICAIs E • — , F1NA Ci W Page 10 FAITHFUL PERFORMANCE BOND BOND NO: 1219939 PREMIUM: $9,767.00 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted June 25, 1990 has awarded to California Pipeline Company hereinafter designated as the "Principal ", a contract for Groundwater Development Project 30 -Inch Water Main Relocation Santa Ana River Complex Widening (C- 2655A) in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, California Pipeline Company 2272 Michelson Drive, Suite 104 -222, Irvine, CA 92715 as Principal AMWEST SURETY INSURANCE COMPANY 2801 S. VALLEY VIEW, STE. 5, LAS VEGAS, NV 89102 as Surety, are held and firmly found unto the City of Newport Beach, in the sum of Four Hundred Thirty -Eight Thousaod.Three Dollars ($ 438,332.00 ), Hundred Thirty -Two and No /100 ' said sum being equal to 100 %a 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 made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. Page 10 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted June 25, 1990 has awarded to California Pipeline Company hereinafter designated as the "Principal ", a contract for Groundwater Development Project 30 -Inch Water Main Relocation Santa Ana River Complex Widening (C- 2655A) 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, California Pipeline Company 2272 Michelson Drive, Suite 104 -222, Irvine, CA 92715 as as Surety, are held and firmly found unto the City of Newport Beach, in the sum of Four Hundred Thirty -Eight Thousand_.Three Dollars ($ 438,332.00 ), Hundred Thirty -Two and No /100 " said sum being equal to 10096 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 made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. � EO I • .. ... 11A AA r_?� ON • Page ll' n. FINAL o. " . ai ?' 1 P i 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 of any such change, extension of time, alterations or additions of the contract or to the work or to the specifications. In the event that any princpal 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. Ii 1 WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 10TH day of JULY '1990, NOTARY PUBLIC S • Counry of;lark-Stuto of Nevada4 KAREN L. NORTH S My Appointment Expiirrees� July 14,11992 California Pipeline Company (Seal) Lampe of Contractor (Principal) % �4-thorized Signature Od Title Authorized Signature and Title AMWEST SURETY INSURANCE COMPANY (Seal) Name of Surety ,. -2801 S. VALLEY VIEW, STE. 5 IN FACT 'Signature and Title of Authorized Agent JAMES A. HARRIS /PRESIDENT 5649 CAMERON STREET, LAS VEGAS, NV 89118 Address of Agent (702) 364 -4541 Telephone Number of Agent L Page 11 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 of any such change, extension of time, alterations or additions 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 day of '19—. California Pipeline Company (Seal) Name of Contractor (Principal) Authorized Signature and Title Authorized Signature and Title (Seal) Name of Surety Address of Surety Signature and Title of Authorized Agent Address of Agent Telephone Number of Agent POWER NUtiIBER 11383 BOND NUMBER 1219939 This Power of Allorncy has been delivered in connection with the above bond number. AMWEST SURETY INSURANCE COMANY P.O. BOX 4500, WOODLAND HILLS, C 65 -4500 IS 18) 704 -1111 LIMITED POWER OF ATTORNEY (READ CAREFULLY) To be used only in conjunction with the bond specified herein. BY. JANUARY 1, 1991 No Power of Attorney on this form Shall be valid as to bonds, under. takings, recognizances or other written obligations in the nature thereof executed on or after said expiration date. NAME OF PRINCIPAL: ---------- OLI_FORNIA PIPELINE COMPANY PENAL SUM$ 438,332.00 NAME OF OBLIGEE ._.CITY_OF NEWPORT BEACH I I'll 1'- n: :1 .II ''ii -.'J4: j I IIJy m,t too: uuud in conjunction with any other power of attorney. This Power of Attorney is void it altered or erased. This document i•. I, d.,l „li h1ii,: p „p,a .-Iih Idack and red ink. This power of attorney bears a raised seal of AMWEST SURETY INSURANCE COMPANY. Only originals . 11.1.: 1',,..ui ,•I 111o, u,.� u10 i,dud, (to representations or warranties regarding this Power of Attorney may be made by any person other than an authorized .:m, •.i ,.I AhiVJLZ` I SURE i Y INSURANCE COMPANY, and must be fit writing. Questions or inquiries regarding this Power of Attorney must be addressed �., A W&ST sufie IV IUSUNANCE COMPANY at ilia address and telephone number set forth at the top of this Power ot Attorney, Attention: Underwriting �.....i. 161:, of Attorney shall be governed by the laws of the State of California. Any power of attorney used in connection with any bond issued r.uWLS If SUHt tY INSURANCE COMPANY on or after Fubriary 21, 1989 must be on Amwest Form UN -A1007 (REV. 2189). All other previous power ..i .,u. ":,i; Ionna is..uud by AMWEST SURETY INSURANCE COMPANY have been revoked and are of no further force or effect. KNOW ALL MEN BY THESE PRESENTS, that AMWEST SURETY INSURANCE COMPANY, A CALIFORNIA CORPORATION, (the "Company "), does hereby make, consutute and appoint E. ELIZABETH ROBLE AS EMPLOYEE OF AMWEST SURETY INSURANCE COMPANY its true and lawful Attorney(s) -in -Fact, with limited power and authority for and on behalf of the Company as surety, to execute and deliver and affix the seat of the Company thereto it a seal is required, bonds, undertakings, recognizances or other written obligations in the nature thereof, as follows: Bid Bonds up to $250,000; Contract, Court 8 Subdivision Bonds up to $500,000; Small Business Administration Guaranteed Bonds up to $1,250,000; License 8 Permit Bonds up to $100,000; Miscellaneous Bonds up to $25,000. and to bind AMWEST SURETY INSURANCE COMPANY thereby. This appointment is made under and by authority of the following provisions of the By -Laws of the Company, which are now in full force and effect: Article Ill, Section 7 of the By -Laws of AMWEST SURETY INSURANCE COMPANY This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of AMWEST SURETY INSURANCE COMPANY at a meeting duly held on December 15, 1975. RESOLVED that the president or any vice - president, in conjunction with the secretary or any assistant secretary, may appoint attorneys -in -tact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the Company to execute and deliver and affix the seal of the Company to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and said officers may remove any such attorney -in -fad or agent and revoke any power of attorney previously granted to such person. RESOLVED FURTHER that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company (I) when signed by the president or any vice - president and attested and sealed (if a seal be required) by any secretary or assistant secretary; or (if) when signed by the president or any vice - president or secretary or assistant secretary, and countersigned and sealed (if a seal be required) by a duty authorized attorney -in -fad or agent; or (iii) when duly executed and sealed (it a seal be required) by one or more attorneys -in -fact or agents pursuant to and within the limits of the authority evidenced by the power of atorney issued by the Company to such person or persons. RESOLVED FURTHER that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, AMWEST SURETY INSURANCE COMPANY has caused these presents to be signed by its proper officers, and its corporate seal to be hereunto affixed this day of DDeeecccember DGary R. Poiareen, emaiaant STATE OF CALIFORNIA, COUNTY OF LOS ANGELES — ss 19 89- . Karon G Cohen. S`- e:erary On this 7.._ day of .__December A.D., 19 89 , personally came before me Gary R. Peterson and Karen G. Cohen w me Known to be me individuals and officers of AMWEST SURETY INSURANCE COMPANY, CALIFORNIA who executed the some instrument, and they each I acknowledged me execution of the same, and being by me duly sworn, did severally depose and say: that they are the said officers of the corporation aforesaid. and that the seal affixed to the above instrument is the seat of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. JJ DrrrbuL R.g TA J. YItNaQ' N." PAIii-ciallaaaa A4=-000 Y Ni li rr,a P. 14110 STATE OF CALIFORNIA. COUNTY OF LOS ANGELES — ss (SEAL)i� Noiary Vuphc CERTIFICATE I, (tie undersigned. ... —... —_ secretary of the AMWEST SURETY INSURANCE COMPANY, a California corporation, DO HEREBY CERTfFY that the forugou,g and artached Power of Attorney remains in lull force and has not Dien r- rooked, and lurihermcre, that the provisions of the By-Laws of the Company .nd the Resolutions of me board of directors set forth in the Power of Affoiney, are now in kxce. Signed and sealed at LAS , VEGN S,_NV „_— __`------ `------ this _Jl M day of JULY 19 90 Lyn.. ,i 01�11�E xamn G Ccnan Seam,, CERTIFICATE PNODUCER SUMMIT RISK MANAGEMENT AND INSURANCE SERVICES, INC. 455 UNIVERSITY AVE., 1300 SACRAMENTO CA 95825 INSURED CALIFOER41A PIPELINE COMPANY 18401 VON KARMAN SUITE 350 IRVINE CA 92715 :. Page 12 OF INSURANCE COMPANIES AFFORDING COVERAGE COMPANY .I LETTER A COMPANY 8 LETTER INSURANCE COMPANY OF TM WEST COMPANY C LETTER ST PAUL SURPLUS COVERAGES ]HIS IS TJ CLAW( T)IAI POLICIES OF INSURANCE LISTED BELCAV RAVE 0EEN I: INfKATLD NONJN'HSTANDIrIG ANY RLOUIREMENT. TERM OR CONDMON OF ANY CERPII ICAIc IA"Y BE ISSUED OR MAY PER"FAIN. THEINSNRANCE AFFORDED BY T f iCLL1iiIONS. AND CONDITIONS OF SWII POLICIES AND IS NOT AMENDED, EXTEI CO PIPE OF INSURANCE EFFECTIVE IT POIICY NUMBER DATE GENERAL LIABILITY { (_CCURRNCE BASIS ONLY) � cohlMERCV,L CPO 1460 5%1/90 YI CGlti'13EHENStVE 1 OWNERS d CONTRACTORS (� PROTECTIVE I Xj CONTRACTUAL FGR SPECIFIC CONNRACT 1973 OLD OCCLRRENCE f �.X� PRODUCiS)CGMPt_ OPER. XCU HAZARDS f j, bkOAD FOW.1 PROP, DAMAGE I j� SEVEiI'viBILlTY OF INP'ERES'I Ck FUSE PERSONAL ItIJURY wim EMPLOYEL LAciUSKN I, kf:LIOVI.D M 1 IL Hrlh I AUTOMOBILE LIABILITY B ,j X Ii Lu nLIIEN 3iv E ALY 1142183 5125/90 i, �1II72LIi I xNGNCA:NLO � EXCESS LIABLLIN C iX i MAIir,LLIA F0RI.1 SPO 5506819 6/8/90 UMBRLti-A LllRfd i '.SUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS IE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL DIE TERMS, TOED OR ALTERED BY THIS CERTIFICATE. EXPIRATION ALL LIMITS IN THOUSANDS DATE GENERAL AGGREGATE S s /1191 PRODUCTSICOMPLETED S OPERATIONS AGGREGATE 1100 M — PERSONAL INJURY S 1, DDO ORM - - - -- - -- - -- - - -- EACH OCCURANCE ' FIRE DAMAGE 5 (ANY ONE FIRE) 50 MEDICAL EXPENSES S (ANY ONE PERSON) _ 5 COMBINED 5/25/91 SINGLE .L1 1.000_ ...� BODILY INJURY s (PER PERSON) BODILY INJURY -$ (PER ACCIDENT) PROPERTY S DAIdAGE_.. EACH AGGREGATE 5/1/91 OCCURRENCE $1,000 — �$ 1,000 -- STATUTORY WORKERS COMPENSATION -- - -`A _ �� EACH ACCIDENT AHD._._.._._.. _._..__._. ._ Er.i GI O' /ERo' tIG BILII'1 i S DISEASE- POLICY LIMIT S DISEASE EACH EMPLOYEE I LONO�FICREMEWS AND HARBOR I YlONM ER> COMPENSATION STATU FORY SiLU {sl('Itvtl OF G,'Lf U.14.iN'.::1 Ot IIUt!' 9,^✓ LIiICLES lRES1flICIlONS1SPLtCIA1. Il£MS. ALL OPERATIONS PERFORMED FOR TVtE CITY OF NENlPORT Bf'i.' I lil 1'.R',ll Lf.I I41F Of DIE IIAMED INSURED IN CONNECTION VIRII THE F011-CAVING CONTRACT, GROON1WATER DEVELOPMENT PROJECT 30 -INCH WATER MAIN RE1JOMTION SANTA - .ANA.. RIVER. CCMP.EXX- WIDENING_... _ . _.C- 2655A_.__- ....._. PROJECT TITIE AND CONTRACT NUMBER CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF NIE ABOVE DESCOIBED POLICIES BE NON RENEWED, CITY OF HEWPORY BEACH CANCEI LED OR COVCRAGE REDUCED BEFORE T'ItE EXPIRATION DATE THE R0, BOX 1768 COMPADY AFFORDING COVERAGE SHALL PROVIDE 30 DAYS MIN. ADVANCE 3300 HEWPORT BLVD, NOTICE TO TIIE CITY OF NEVA'= BEACH BY REGISTERED MAIL. HLWPORT BEACH. CA. 92658 -8915 _ 7 -9-90 91UT HORVID REPFIESEMA NE ISSUE DATE 4 v >j `r r r r r r r r r r r r r r r I� i • PAnn 19 CERTIFICATE OF INSURANCE PRODUCER COMPANIES AFFORDING COVERAGE COMPANY A LETTER u COMPANY B LETTER INSURED COMPANY C LETTER COVERAGES THIS IS TO CERTIFY THAT POUGES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POUCIES AND IS NOT AMENDED, EXTENDED OR ALTERED BY THIS CERTIFICATE. CO TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EXPIRA TION ALL LIMITS IN THOUSANDS LT DATE GATE GENERAL LIABILITY GENERAL AGGREGATE 3 (OCCURANCE BASIS ONLY) COMMERCIAL PRODUCTSICOMPLETED 3 COMPREHENSIVE OPERATIONS AGGREGATE OWNERS & CONTRACTORS PROTECTIVE PERSONAL INJURY 3 CONTRACTUAL FOR SPECIFIC CONTRACT PRODUCTS)COMPL OPER XCU WIZARDS EACH OCCURANCE S BROAD FORM PROP. DAMAGE SEVERABILITY OF INTEREST FIRE DAMAGE 3 CLAUSE (ANY ONE FIRE) PERSONAL INJURY WITH EMPLOYEE EXCLUSION MEDICAL EXPENSES 3 REMOVED (ANY ONE PERSON) I MARINE AUTOMOBILE LIABILITY COMBINED 3 COMPREHENSIVE SINGLE LIMIT - -_� BODILY INJURY _---- - - OWNED (PER PERSON) 3 BODILY INJURY 3 HIRED (PER ACCIDENT) Q NON -OWNED PROPERTY 3 DAMAGE EXCESS LIABILITY EACH AGGREGATE UMBRELLA FORM OCCURRENCE OTHER THAN UMBRELLA FORM 3 3 STATUTORY WORKERS' COMPENSATION S EACH ACCIDENT AND 3 DISEASE POLICY LIMIT EMPLOYERS' LIABILITY S DISEASE -EACH EMPLOYEE LONGSHOREMEN'S AND HARBOR WORKERS' COMPENSATION f STATUTORY I DESCRIPTION OF OPERATIONSI LOCATIONSNEHICLES /RESTRICTIONSISPECWL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH THE FOLLOWING CONTRACT: PROJECT TITLE AND CONTRACT NUMBER CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON-RENEWED, CITY OF NEWPORT BEACH CANCELLED OR COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE P.O. BOX 1768 COMPANY AFFORDING COVERAGE SHALL PROVIDE 30 DAYS MIN. ADVANCE 3300 NEWPORT BLVD, NOTICE TO THE CITY OF NEWPORT BEACH BY REGISTERED MAIL NEWPORT BEACH, CA. 92656 -8915 ATTENTION: AUTHORIZED REPRESENTATIVE ISSUE DATE j STATE P.O. BOX 807, SAN FRANCISCO, CA 9410140807 GOMPRNSATION [ __ INBIJRA NCE J C I FUN D CERTIFICATE OF WORKERS' COMPHN SATION INSURANCE 1 I JULi -:1990 POLICYNUMBER: 1137047 — 90 CERTIFICATE EXPIRES: 5-1 -91 rCITY OF NEWPORT BEACH BUILDING AND SAFETY ATTN: DONALD C. SIMPSON /SPECIAL.VROJECTS ENG. 330 WEST NEWPORT BLVD. NEWPORT BEACHr CA. 92659 -1768 L This is to cenifV that we have issued a valid Workers Compensation insurance policy in a form approved by the California I_ Insurance Commissioner to the employer named below for the policy period indicated. _. This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer. We will also give you TEN days' advance notice should this policy be cancelled prior to its normal expiration This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with respect to which this certificate 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. I PRESIDENT EMPLOYER r CALIFORNIA PIPELINE CO. INC. 4121 BUCHANAN STREET RIVERSIDE CALIFORNIA 92503 AV L � ' SCIF 20262 (REV. 10.86) OLD 262A ,� (TIY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: Page 13 with respect to such insurance as is afforded by the policy for Automobile Liability, the City of Ncwlx)it 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 fx:half 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 said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall 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 liability of the company affording coverage." 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 Multiple Limits or Single Limit: I I Multiple Limits Bodily Injury liability $ per person Bodily Injury Liability $ per accident Property Damage Liability j X) Combined Single Limit Bodily Injury Liability $� 1.,000:00I) and Properly Damage Liability The limits of liability as stated in this endorsement shall not increase the total liability of the Company affording coverage 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. -t. 51,ould the policy be non - renewed, cancelled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. (ROLluahTE R DEVELOPMENT PROJECT 5, Designated Contract:— 30—INM MTER -MAIN RELOCATION C -2655A SANTA ANA RIVER COMpILF4tijcLaldDF81MConuact No.) I hiS endorsement is effetlive____r;/9rj.M at 12:01 A.M. and forms part of Policy No. _._ -._ALY j 7 d97 R4 _of TN41RAT7CE CY7HIPANY OF THE WEST (Company Affording Coverage) Itt a ul....__.CALFIRONIA PIPEI III COMPANY - - -- Endorsement No. Issuing (tympany IIOLWANCE COMPANY OF THE WFST� p (Authorized Representative) sUNAIIT RISK MANAGE ME2U Page 13 CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Automobile 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 said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall 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 liability of the company affording coverage." 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 Multiple Limits or Single Limit: [ j Multiple Limits Bodily Injury Liability $ per person Bodily Injury Liability Property Damage Liability [ ] Combined Single Limit $ per accident Bodily Injury Liability $ and Property Damage Liability The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage 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 non - renewed, cancelled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. ' S. Designated Contract: (Project Title and Contract No.) This endorsement is effective at 12:01 A.M. and forms part of Policy No. of (Company Affording Coverage) Insured EndorsementNo. Issuing Company By (Authorized Representative) i • 0 CITY OF NEWPORT BEACH GENERAL I..IABILITY INSURANCE ENDORSEMENT It is agreed that: Page 14 Willi respect to such insurance as is afforded by the policy for General Liability, the City of Newport i3,2ach, its officers and employees are additional insureds but only with respect to liability arising out of operations performed by or on behalf of the named insureds in connection with the contract designated below or acts and omissions of the additional insureds in connection with its general supervision of such oth�ralions. The insurance afforded said additional in5ured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. 'Ile 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 liability of the company affording coverage:" 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 contained in the written contract, designated below, between the named insured and the City of Newport Beach. a. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the caplosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU" hazards) are deleted. �. I'It,- limits of liability under this endorsement for the additional insured(s) named in paragraph I of this endorsement shall be the limits indicated below written on an "Occurrence" basis: I ) C.mrmercial l Id Comprehensive General Liability $ 7 ,(XmA)O0__ _each occurrence $_ 1,000,000 each occurrence I he applicable limit of the Contractual Liability for the company affording coverage shall be reduced by 'uuy amount paid as damages under this endorsement in behalf of the additional insured(s). I he limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one occurrence in excess of the limits of liability sLitcd in the Ixulicy as applicable to General Liability Insurance. n. Should the Ix)licy be non - renewed, cancelled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department (ROUNIDWATER DEVELOPMENT PRWECT I h�signated Contract: ,_3O.INCEI 1q& _MA71rLRELO^A9T N C -2655A SANTA ANA RIVER C0Mp1 jW11 *;INd Contract No) 1'l its endorsement is effective. ___5 190 at 12:01 A.M. and forms a part of Pulley Cdo.CP0�46Oof�LLOYD5 OF LONDCN (Company Affording Coverage) htiunil CALIFORNIA PIPELINE COMPANY SUMMIT RISK MANAGEMENT SUMMIT No. r • CITY OF NEWPORT BEACH GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: Page 14 With respect to such insurance as is afforded by the policy for General Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability arising out of operations performed by or on behalf of the named insureds in connection with the contract designated below or acts and omissions of the additional insureds in connection with its general supervision of such operations. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall 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 liability of the company affording coverage." 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 contained 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(s) named in paragraph I of this endorsement shall be the limits indicated below written on an "Occurrence" basis: [ ] Commercial [ j Comprehensive ' General Liability $ each occurrence $ each occurrence The applicable limit of the Contractual Liability for the company affording coverage shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insured(s). ' The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to General Liability Insurance. 6. Should the policy be non - renewed, cancelled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department 7. Designated Contract: (Project Title and Contract No.) This endorsement is effective at 12:01 A.M. and forms a part of Policy No. of (Company Affording Coverage) Produce By. (Authorized Representative) • • Page 15 ' CONTRACT TFIIS AGREEMENT, entered into this 13-20C day of 19 ' by and between the CITY OF NEWPORT BEACH, hereinafter ity, and California Pipeline Company hereinafter "Contractor," is made with reference to the following facts: ' (a) City has heretofore advertised for bids for the following described public work: Groundwater Development Project 30 -Inch Water Main Relocation Santa Ana River Complex Widening 2655A Title of Project Contract No. (b) Contractor has been determined by City to be the lowest responsible 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: Groundwater Development Project 30 -Inch Water Main Relocation Santa Ana River Complex Widening 2655A Title of Project Contract No. which project is more fully describ ;n 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 Four Hundred Thirty -Eight Thousand Three Hundred Thirty -Two and No /100 ($ 438,332.00 ) This compensation includes (1) any loss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work; (3) any expense incurred as a result of any suspension or discontinuance of the work; but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 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 Endorsements(s) 0 0 Page 16 (f) Plans and Special Provisions for Groundwater Development Project 30 -Inch Water Main Relocation Santa Ana River Complex Widening C -2655A Tide of ProIc<[ 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 proximately 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. CITY OF NEWPORT BEACH a municipal corporation By: &4yvYw�` Mayor ATTEST: APPROVED AS TO FORM: oat'V3 I 0411 City Attorney CONTRACTOR: California Pipeline Company Name of Contractor (Principal) jG2e au G� Authorized Signature and Ti e Authorized Signature and Title 0 0 .. wry. • • i TABLE OE` CONTENTS S P E C I A L P R OV I S I O N S ' SECTION 1 - SCOPE AND CONTROL OF THE WORK 1 -1 Scope of Work ' 1 -2 Completion Schedule 1 -3 Payment 1 -4 Liquidated Damages 1 -5 Permits /Agreements ' 1 -6 Pre Bid Conference & Job Walk 1 -7 Conferences 1 -8 1 -9 Inspection of Plans and Specifications by the Contractor Local - Conditions 1 -10 Contractor's Records 1 -11 Safety '1 -12 Protection of Utilities 1 -13 Construction Survey Staking 1 -14 Water and Power -15 City Furnished Materials '1 1 -16 Contractor's Work Area 1 -17 Inspection and Test 1 -18 Santa Ana River SECTION 2 - CONSTRUCTION MATERIALS 2 -1 Earth Work -2 Backfill '2 2 -3 Ductile Iron Pipe 2 -4 Steel Casing 2 -5 Concrete Vault ' 2 -6 Butterfly Valve 2-7 Valve Operator 2 -8 Harness Assembly SECTION 3 - CONSTRUCTION METHODS 3 -1 Bedding 3 -2 Pipe ' 3 -3 Excavating /Shoring 3 -4 Dewatering 3 -5 Jacking & Boring ' 3 -6 Testing & Disinfecting 1 0 0 TABLE OF CONTENTS CONTINUED SECTION 4 - APPENDIX APPENDIX A City Furnished Materials List APPENDIX B California Department of Fish & Game Agreement ' 9 SECTION 1 - SCOPE AND CONTROL OF THE WORK ' 1 -1 Scope of Work ' The work to be done under this Contract consists of installing ' approximately 1107 linear feet of ductile iron pipe, steel casing, incidental items of work not separately listed shall be vault and all related fittings and appurtenances. The Contract ' requires completion of all work in accord with these Special 1 -4 Provisions; the City's Standard Special Provisions; the Plans Damages (Drawings No. W- 5189 -S); the Standard Drawings for Public Works Failure of Construction, 1988 Edition; and the Standards Specifications for Public Works Construction (SSPWC), latest edition; copies of which result in significant damages being sustained by the are available for purchase at the Public Works Department, City Hall ' Complex at 3300 Newport Blvd., Newport Beach 92663 or at Building News, Inc. 3055 Overland Ave., Los Angeles 90034, (213) 202 -7775. 1 -2 Completion Schedule ' The Contractor shall complete all work under the Contract within 90 the City as liquidated damages, the sum of three thousand dollars calendar days from the date of award of the contract by the City ' Council. 1 -3 Payment The prices shown on the proposal shall be considered full compensation for all labor, equipment, materials, installation of all materials furnished by the City, etc. necessary to complete the L! irl work in place and no additional allowance will be made therefore. ' Payment for incidental items of work not separately listed shall be included in the price shown for other related items of work. 1 -4 Liquidated Damages Failure of the Contractor to complete the work within the time specified will result in significant damages being sustained by the ' City. All work specified under this contract shall be completed within the time specified for completion or the Contractor shall pay the City as liquidated damages, the sum of three thousand dollars ($3000) per calendar day for each and every calendar day's delay in completing the work in excess of the specified time, plus any authorized time extensions. ' L! irl . 0 9 1-5 Permits / Aareements ' The City shall obtain permits and /or agreements from The County of Orange, U.S. Army Corps of Engineers, California Department of Fish ' and Game, California Coastal Commission and the Regional Water Quality Control Board. The contractor will be required to adhere to the conditions of each permit and /or agreement. The permits and /or agreements that have been obtained are provided in the appendix. The ' Contractor shall work in accord with all CalOSHA requirements. The Contractor shall obtain a business license at the Cities of Huntington Beach and Newport Beach. •: : and- C A pre -bid conference and job walk will be held at 10:00 am on June ' 7, 1990. The conference will begin at the entrance to the Orange County Sanitation District property at the intersection of Brookhurst St. and Banning Ave. 1 -7 Conferences ' At any time during the progress of the work, the City shall have authority to require the Contractor to attend a conference of any or all of the subcontractors engaged in the work, and any notice of such conferences shall be duly observed and complied with by the ' Contractor. 1 -8 Inspection of the Plans and Specifications by the Contractor ' The Contractor shall familiarize himself with the plans and specifications. Should he discover any discrepancies or omissions in them, he shall at once report his discovery in writing to the City for a decision on its correction, revision or clarification and the decision of the City shall be final. C 1 -9 1 -10 1 -11 . }. Bidders shall read each and every clause of the specifications, examine the drawings, and shall satisfy themselves by personal investigation on the site as to local conditions affecting the work. Information on existing conditions including the locations of utilities and other structures derived from maps, plans, specifications, profiles or drawings, or from the engineer or his assistants should be regarded as approximate only. Each bidder or his representative shall visit the site of the work and familiarize himself with local conditions, and shall investigate the material and take his own boring as deemed necessary. The material to be removed within the limits indicated on the Contract plans may contain debris, rubbish, and any other material. The presence of and any required removal and disposal of any material or object so encountered shall be considered in the price of the bid for construction of the line. The bidder shall determine the actual conditions and requirements of the work, the character and amount of all class of labor and materials that may be required, and all circumstances and conditions that may affect the cost of the work. They shall include in their unit prices any and all expense or cost that may be necessary to complete the project in accord with the requirements of the Contract. .t The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records and documents shall be retained for at least three (3) years after the date of completion of the project. During this time, the material shall be made available to the City or to its authorized designated representative. Suitable facilities are to be provided for access, inspection, and copying of this material. In accord with the generally accepted construction practices, the Contractor shall be solely and completely responsible for conditions of the job site, including safety of all other persons and property during any performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. 0 0 1 -12 Protection of Utilities ' The approximate location of utilities in the project area have been shown on these plans. Prior to excavating in the vicinity of these ' utilities, the Contractor shall notify Underground Service Alert and ascertain the exact location of all utilities. The Contractor shall protect all existing utilities from damage, whether they are shown or not. ' 1 -13 Construction Survey Staking The City will provide one (1) set of stakes for both line and grade for the construction of the water line. Any additional stakes or any restaking or costs thereof shall be the responsibility of the Contractor. The Contractor shall notify the City in writing two working days in advance of the time that line and grade stakes are needed. .. The Contractor will be responsible for obtaining any water and power required for his operations. The City will furnish certain material for Contractor installation. The material to be furnished by the City is listed in the appendix. All other material required to complete the work shall be furnished by the Contractor. The City furnished material will be located at the City's Utilities Department Yard at 949 West 16th Street, Newport Beach. The Contractor will be responsible for loading S transporting the City furnished material to the job site. .t Two work areas as shown on the drawings are available to the Contractor for storage of materials and equipment. Any additional space required by the Contractor for storage, work areas, or for warehousing shall be provided by him, off the site, at his own expense. In all cases, the Contractor shall be responsible for the care of materials and equipment stored in the work area, and for the proper maintenance of all fencing and structures in connection therewith. 1 -17 1 -18 0 0 ,.: _,• All materials and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the City. The Contractor shall furnish the City full information as to the progress of the work in its various parts and shall give the City timely notice of the Contractor's readiness for inspection. City furnished materials shall be joint and the City at the Utilities Yard transport and delivery to the project become responsible for materials, transportation and installation once possession of same. ly inspected by the Contractor site prior to its loading, work area. Contractor shall its condition, security, he begins loading and takes The Contractor will be responsible for completing all work within the Santa Ana River and the Greenvi I I e/ Banning Channel prior to October 15, 1990. SECTION 2 - CONSTRUCTION MATERIALS 2 -1 Earthwork The Contractor shall perform all earthwork required for Construction of the pipeline. Excavation shall include without classification the removal of all material of whatever nature encountered. The Contractor shall remove unsuitable material and dispose of it at an offsite location. Costs of said disposal shall be the sole responsibility of the Contractor. 2 -2 Backfill Backfill around the pipe and to 12- inches over the pipe shall be crushed rock meeting the requirements of Section 200 -1.2 of the City's Standard Special Provisions. Backfill of trenches above the rock backfill shall be placed in layers not more than 8- inches thick and compacted to 90 percent of maximum density. ., 2 -3.1 Pipe Ductile iron pipe shall be Class 52 except where otherwise specified and shall comply with AWWA C151 (ANSI A21.51) . 1 t 1 1 2 -3.2 Pipe Joints Joints shall be rubber gasketed, push -on joint type restrained as manufactured by U.S. Pipe & Foundry (TR FLEX) or as manufactured by Clow Corporation (SUPERLOCK). 2 -3.3 Fittings Fittings shall be manufactured in accord with AWWA C110 (ANSI A21.10) and shall be ductile iron. Cast iron fittings shall not be accepted. 2 -3.4 Lining and Coating Internal surfaces of ductile pipe shall be lined with a uniform thickness of cement mortar then sealed with bituminous coating in accord with AWWA C104 (ANSI A21.4). The outside surface shall be coated with a bituminous coating 3 mils thick in accord with ANSI A21.6 or ANSI A21.51. To protect the pipe from corrosion ductile iron pipe and pipe fittings buried underground shall be protected with plastic film wrap in accord with AWWA C105 (ANSI A21.5). Wrap shall be loose 8 mil thick polyethylene. See drawings for pipe section not requiring the polyethylene encasement. 2 -3.5 Flanges Flanged fittings shall be ductile iron material and shall conform to the requirements of ANNA Standard C -110 latest revision and ANSI A21.10. Pipe and adapter flanges shall be ANSI B16.5 pattern, Class 150 flanges. Steel flanges, where specified shall conform to the requirements of ANSI B16.5 and ASTM A105. Flange bolt pattern shall match the ductile iron fittings specified above. 2 -3.6 Bolts & Nuts Bolts & Nuts for above ground installations (vault) and underground installations shall be type 316 stainless steel. Coat threads with liberal amount of anti -seaze compound. 2 -4 Steel Casino Steel pipe shall include fabrication, testing, field welding and installation of steel pipe casing. Steel casing shall be 5/16 -inch wall thickness, seamless welded steel manufactured in accord with ASTM A570, grade 36 and shall have a yield strength of 36,000 psi. 2 -5 Concrete Vault 2 -5.1 Vault The Vault may be cast in place or may be supplied as precast modular units provided that the vault meets "Caltrans H -5" loading requirements. In no instance shall the wall thickness of the vault be less than 6- inches: nor shall the vault base be less the 8 -inch; nor shall the vault ceiling be less than 6- inches thick. The vault shall be 8' wide x 8' long (minimum) and 7' -6" from floor to ceiling (minimum). Pipe clearance shall be 24" minimum from floor to flange bottoms. All sides of the vault shall be properly reinforced with steel to withstand the specified loading. All joints, seams & outlets shall be sealed in such a manner as to insure water tightness. Vault exterior shall be coated with 5 mils of bitumastic concrete waterproofing compound prior to backfill. All interior joints and seams (except pipe entrance) shall be filled with non - shrink cement grout compound and shall be trowel finished smooth. 2 -5.2 Precast Vault Precast vault shall be manufactured by Brooks Products, Quickset or Utility Vault Company, or approved equivalent. 2 -5.3 Vault Openings The vault shall have two top openings. On inch diameter manhole, frame and cover. the valve body. The other opening shall be dimensions of 30" x 36" and shall be in one cover shall be a hinged, spring - assisted steel or aluminum cover. Covers shall be 5" loading. e shall be a standard 36- [t shall be centered over rectangular with minimum corner of the vault. Its diamond plate stainless designed to carry the "H- t 2 -5.4 Pipe to Wall Joints Pipe to wall joints shall be sealed using rubberized mechanical glands as manufactured by "Link- Seal ". Grout sealing these joints is ' not an acceptable practice. Ventilation duct openings may be sealed with a non - shrink grout material or with "Link - Seals ". ' 2 -5.5 1 Vault Section and Manhole Ring Joints Vault section and manhole ring joints shall be sealed with non - shrink cement grout and shall be finished smooth inside. I I 1 1 2 -5.6 Vault Floor The vault floor shall be graded to slope toward one corner. A 12- inch diameter recessed sump (a collection sump, not a draining sump) shall be provided. The sump shall be a minimum of 8 inches deep. A cast iron grate shall be provided for the sump such that it is flush with the vault floor. The grate shall be manufactured by Alhambra Foundry or approved equivalent. 2 -5.7 Ventilation Opening The vault shall have two 8 -inch diameter ventilation openings. Ventilation piping shall be provided and run to the ground surface as necessary and shall be PVC schedule 40 or thicker. Steel ventilation piping is not acceptable. PVC ventilation pipe passing thru the vault wall may be grouted into place with a non - shrink cement grout material or "Link - Seals" and such joints must be watertight. 2 -5.8 Above -Grade PVC Vent Stacks Above -grade PVC vent stacks shall be as manufactured by Armour -Cast Company (formerly UTEL Supply Co.).Vent stack kits shall be UPSRK -8 2 -5.9 Wall Mounted Steel Ladder A wall mounted, steel ladder shall be provided. The ladder shall be of sufficient size, dimension and capacity to satisfy the requirements of OSHA. All steel components shall be hot -dip galvanized after fabrication. All mounting hardware shall be stainless steel. 2 -5.10 Side Rail Extensions The ladder shall be equipped with side rails extensions(two) as manufactured by Brooks Products, Specialty Dept. or pre- approved manufacturers equivalent. 2 -5.11 Detailed Fabrication Drawing The Contractor shall provide a detailed fabrication drawing which ' shall be submitted to the City for approval. Drawing shall indicate all vault and appurtenant material details, dimensions and manufacturers product data. 1 2 -6 Valves 2 -6.1 Butterfly Valve The butterfly valve shall meet or exceed the requirements established by the latest revision of AWWA C -504. Clow, Kennedy, Mueller, and Pratt are manufacturers of satisfactory valves. Contractor shall submit specific valve model data for City approval prior to Contractor purchase or installation. 2 -6.2 Shaft Shafts shall be fabricated from Type 304 stainless steel. 2 -6.3 Disc Discs shall be fabricated from Type 316 stainless steel or ASTM B- 143-A bronze containing less then 10% zinc and 2% aluminum. Cast iron or cast steel discs are permitted if the mating seat surface is Type 316 stainless steel. 2 -6.4 Interior Body of the Valve and Disc The interior body and disc shall be epoxy coated. Application shall be on a sandblasted surface with preparation conforming to SSPC -10 requirements. The epoxy coating shall be fusion bonded and electrostatically applied. 2 -7 Valve operator The operator shall be a worm and gear, single reduction design with provision for input, spur or bevel gear assemblies to produce the required torque with a maximum pull of 80 lbs. on the hand wheel. The input shaft shall be hardened alloy steel. The worm shall also be hardened alloy steel, and the mating worm gear shall be alloy bronze, accurately cut by hobbing machines, and the combination of these shall be self- locking. All gearing shall be greased lubricated at the factory. Ball or roller bearings shall be used to provide smooth rotation of the worm shaft. The operator shall comply with the latest revision AWWA C504. The operator shall be Limitorque Model No. T -350 with 5:1 input shaft spur gear attachment and 24" handwheel. 2 -7.1 Pointer Assembly The operator shall be provided with a pointer assembly for valve position indication. 2 -7.2 Mechanical Stops An integral adjustable stop device shall be provided to prevent over - travel. The stops shall allow valve travel of 90 degrees, with a minimum adjustability of ± 5 degrees a each end of travel. All stops shall be of steel material. 2 -8 harness Assembly The Contractor shall provide a pipe to pipe harness assembly spanning the flexible coupling. A total of two (2) - 3/4" stainless steel tie rods with stainless steel nuts and tieclamps shall be installed. SECTION 3 - CONSTRUCTION METHODS 3 -1 Bedding A 12 -inch thick layer of crushed rock (1/2 -inch) meeting the requirements of Section 200 -1.2 of the City's Standard Special Provisions shall be installed prior to placing the pipe. Prior to placing the pipe the bedding shall be graded so that when installed the pipe shall be in contact with the bedding for the full length of the barrel. Bell holes shall be provided at the bell and socket. A 12 inch -thick layer of the crushed rock shall be placed on top of the pipe after installation. 3 -2 Pie& The pipe shall be installed to the line and grade shown. The pipe joints shall be made up strictly in accord with the manufacturer's instructions. The pipe shall not be deflected more than 30 or more than that recommended by the manufacturer, whichever is less. The pipe shall be handled with canvas slings and care shall be taken not to bump or otherwise damage the pipe while it is being unloaded or placed in the trench or channel. Care shall be taken to minimize foreign material from entering the pipe during installation. In areas where open trenching is not used , excavations shall be braced or shored so as to provide conditions under which workmen may work safely and effectively at all times. The latest revision of the rules, orders, and regulations of the Division of Industrial Safety of the State of California shall be complied with. Contractor shall provide structural calculations for all shoring which shall be signed by a California licensed Civil Engineer. i • 3 -4 Dewatering If the Contractor chooses to dewater, he shall provide and maintain ample means and devices and shall promptly remove and properly dispose of all water from any source entering the excavation or other parts of the work. Dewatering shall be accompanied by methods which will ensure the preservation of final lines and grades of the bottoms of excavations. Said methods may include well points, sump points, suitable rock or gravel placed below the required bedding for drainage and pumping purposes, temporary pipelines, and other means that will not be detrimental to the proposed construction. Dewatering for the structures and pipelines shall commence, if he so chooses, when ground water is first encountered and shall be continued until such times as water can be allowed to rise in accord with the provision of this section. It should be noted that the contractor may opt to install the specified pipe and fittings without dewatering if he so chooses and it is practical to do so. Jacking & Boring shall be performed at the minimum length indicated on the plans. The Contractor has the option to extend the length of the jacking and boring if he so chooses, provided the extension is discussed with the City and is approved in advance. 3 -6 Testing and Disinfecting ' In addition to the pressure test and disinfecting as specified in the City's Standard Special Provisions Section 306 -1.4.8 and 306- 1.4.8 respectively, the pipe shall be "balled" with a rubber sewer cleaning ball, to remove any material which may have entered the pipe during construction. The pipe shall then be allowed to remain full for 48 hours so that the cement lining will absorb what water it will. I, I I • a SECTION 4 - APPENDIX APPENDIX A City Furnished Materials List 0 0 CITY FURNISHED MATERIALS LIST ITEM NO. OUANT. U 1. 1 Ea. 450 bend, 30" F.E. x F.E. 2. 3 Ea. 451 bend, 30" M.J. x M.J. 3. 4 Ea. Adapter, 30" F.E. x M.J. 4. 1 Ea. Tee, 30" x 24" x 30" F.E. x F.E. x F.E. 5. 9 Ea. M.J. Retainer glands, 30" 6. 2 Ea. 30" steel blind flange with 4" flanged nozzle outlet, Class 150 7. 1 Ea. Blind Flange, 24" steel, 8. 1 Ea. FOE, Spindle, 30" x 36" long, F.E. x plain end 9. 1 Ea. FOE, Spindle, 24" x 48" long, F.E. x victaulic groove, Class 56 10. 1 Ea. FOE, Spindle, 24" x 24" long, F.E. x victaulic groove, Class 56 11. 1 Ea. FOE, Spindle, 24" x 54" long, F.E. x plain end 12. 1 Ea. FOE, Spindle, 24" x 24" long, F.E. x plain end 13. 2 Ea. Eccentric Reducer, 30" x 24 ", F.E. x F.E. 14. 1008 L.F. 30 ductile iron pipe, 18 lengths, with restrained joint ends, Class 52 15, 2 Ea. 30" ductile iron pipe, 16.5' long, restrained joint ends, Class 52 1 1 i' t 1 1 1 0 0 CITY FURNISHED MATERIALS LIST l "Dili NO. OUANT. UNIT DESCRIPTION 16. 1 Ea. 30" ductile iron pipe, 10' long, restrained joint spigot x plain end, Class 52 17. 2 Ea. 30" ductile iron pipe, 9' long, restrained joint bell x plain end, Class 52 18. 1 Ea. 30" ductile iron pipe, 13.5' long, restrained joint spigot x plain end, Class 52 19. 2 Ea. 30" ductile iron pipe, 9' long, restrained joint spigot x plain end 20. 1 Ea. 24" butterfly valve, F.E. X F.E. without valve operator 21. 2 Ea. 30" ductile iron pipe spool, 24" long, F.E. x F.E. 0 SECTION 4 - APPENDIX 0 APPENDIX B California Department of Fish & Game Agreement i, Department of Fish and Game ' 330 Golden Shore, Suite 50 ! Long Beach, CA 30802 Notification No. 5- 182 -90 Page 1 of 4 ' AGREEMENT REGARDING PROPOSED STREAM OR LAKE ALTERATION THIS AGREEMENT, entered into between the State of California, ' Department of Fish and Game, hereinafter called the Department, and Donald c. 8imnson of City of Newport Beach , State of QaljfQrnia , hereinafter called the operator, is as follows: WHEREAS,pureuant to Section 1601 of California Fish and Game Code, the operator, on the 4tb day of 6*ril , 19U, notified the Department that he intends to substantially divert or obstruct the natural flow of, or substantially change the bed, channel, or bank of, or use material from the streambed of, the following water: Santa Ana River , in the County of Orange , State of California, Section lam` Township 58 Range 10W . WHEREAS, the Department (represented by Micbael Giusti has made an inspection of subject area on the 18tH day of April , 1991, and) has determined that such operations may aubstantially adversely affect existing fish and wildlife resources including: all wildlife in the Arne. THEREFORE, the Department hereby proposes measures to protect fish and wildlife during the operator's work. The operator herby agrees to accept the following recommendations as part of his work: (see attached list of proposed conditions). If the operator'a work changes from that stated in the notification specified above, this agreement is no longer valid and a new notification shall be submitted to the Department of Fiah and Game. Failure to comply with the provisions of this agreement and with other ' pertinent code sections, including but not limited to Fish and Game Code Sections 5550, 5652, and 5948, may result in prosecution. Nothing in this agreement authorizes the operator to trespass on any land or property, nor does it relieve the operator of responsibility for compliance with applicable federal, state, or local laws or ordinances. A consummated agreement does not necessarily ' constitute Department of Fish and Game endorsement of the proposed operation, or assure the Department's concurrence with permits required from other agencies. ' This agreement becomes effective on July 1e 5. 1990 and terminates Qct. r t5. 1g40 for nroie -.tt construe.i n activities only . This Agreement shall remain in effect for that length of time necessary to satisfy the miticatinn/reyeattation conditions of this agre==&- 0 0 Page 2 of 4 STREAMBED ALTERATION CONDITIONS FOR NOTIFICATION NUMBER: 5- 162 -90 The following provisions conatitute the limit of activities agreed to and resolved by this agreement. The signing of this agreement does not imply that the Operator is precluded from doing other activities, at the site. However, activities not specifically agreed to and resolved by this agreement are subject to separate notification pursuant to Fish and Game Code Sections 1500 et seq.. 1. The operator proposes to alter the streambed installing a 30 inch water line under the Santa Ana River and the Greenville Banning channel. The total pipeling legnth to be constructed under this agreement is 1040 feet. The line will extend f2.om the County's Sanitation Plant no 2. across the river and channel and extend 340 feet into the adjacent oil company property. 2. The Operator shall not remove any native species of riparian or wetland vegetation under this agreement. 3. When work in a flowing stream is unavoidable, the entire stream flow shall be diverted around the work area by a barrier, temporary culvert, and /or a new channel capable of permitting upstream and downstream fish movement. Construction of the barrier and /or the new channel shall normally begin in the downstream area and continue in an upstream direction, and the flow shall be diverted only when construction of the diversion is completed. Channel bank or barrier construction shall be adequate to prevent seepage into or from the work area. Channel banks or barriers shall not be made of earth or other substances subject to erosion unless first enclosed by sheet piling, rock riprap, or other protective material. The enclosure and the supportive material shall be removed when the work is completed and removal shall normally proceed from downstream in an upstream direction. 4. No equipment will be operated in live stream channals. 5. Preparation shall be made so that runoff from steep, erodible surfaces will be diverted into stable areas with little erosion potential. Frequent water checks shall be placed on dirt roads, cat tracks, or other work trails to control erosion. ' 5. If a stream channel has been altered during the operations, its low flow channel shall be returned as nearly as possible to its natural state without creating a possible future bank erosion problem, or a ' flat wide channel or, .sluice -like area. If a lake margin has been altered, it shall be returned as nearly as possible to its natural state without creating a future bank erosion problem. The gradient of ' the etreambed or lake margin shall be as nearly as possible the same gradient as existed prior to disturbance. Page 3 of 4 7. Structures and associated materials not designed to withstand high seasonal flows shall be removed to areas above the high water mark before such flows occur. B. No debris, soil, silt, sand, bark, slash, sawdust, rubbish, cement or concrete or washings thereof, oil or petroleum products or other organic or earthen material from any logging, construction, or associated activity of whatever nature shall be allowed to enter into or placed where it may be washed by rainfall or runoff into, waters of the State. When operations are completed, any excess materials or debris shall be removed from the work area. No rubbish shall be deposited within 150 feet of the high water mark of any stream or lake. 9. The operator shall notify the Department of Fish and Game at least five days prior, to the date of commencement of operations and at least five days prior to the date of completion or operations. The operator's shall notify in writing the Department. at 330 Golden Shore, suite 50, Long Beach CA 90802. 10. The operator shall comply will all litter and pollution laws. All contractors, subcontractors and employees shall also obey these laws and it shall be the responsibility of the operator to insure their compliance. 11. The Department reserves the right to enter the project site at any time to ensure that there is compliance with terms /conditions of this Agreement. ' 12, The Department reserves the right to suspend and /or revoke this Agreement if the Department determines that the circumstances warrant. The circumstances that could require a reevaluation include, but are not limited to, the following: a. Failure to comply with the terms /conditions of this Agreement. b. The information provided by the Operator in support of the Agreement /Notification is determined by the Department to be ' incomplete, or inaccurate. c. When new information becomes available to the Department representative(s) that was not known when preparing the original ' terms /conditions of this Agreement. d. The project as described in the Notification /Agreement has changed, or conditions affecting fish and wildlife resources change. ' 13.. The operator shall provide a copy of the agreement to all contractors and subcontractors, and the Operator's project supervisors. Copies of the agreement must be available at work sites during all ' periods of active work and must be present Department personnel upon demand. 14. No equipment maintenance shall be done in or near any stream channel or lake margin where petroleum products or other pollutants from the equipment may enter these areas under any flow. 1 i' i 0 Page 4 of 4 15. Staging /storage areas for equipment and materials will be located outside of the stream /lake. 16. Vehicles shall not be driven or equipment operated in water covered portions of a stream or lake, or, where wetland vegetation, riparian vegetation, or aquatic organisms may be destroyed. CONCURRENCE Operator signature California Department of (signature) Title (date) Fish and flame (signature) (date) Title Aesogjaye Riolocist E a C� O W� �u 1 �I �o w zi 4 Z O z �zz O 11 J U W J W 0 w = o o n w J a a c6 F co (b (,) F W a � a Of < F oxI F H J a a way, m z OZI_a v E a C� O W� �u 1 �I �o �A n5 �b m mm� (lsrN3f bl ib n _rc O 0 Q ���dJOI (035adob ry i —FI u � m ~ d I O E ate_ _a so I W z a Q N Ir W f O F F LL - w O u o F- ._.__ = .-Nid ON3 JI z 0 I Wo o m �1Fbl �3NNbN� N�eaY "Yens 3ve`�_\ �� —L _.''s 'uNfNybP. of, b3Afy (I -3) �� � �`_3j1iAN33rJ b1rybS zi 4 Z O ov �zz 11 F f Q W w F F Q 2 \o m D p z o z N1�38 W W \ wa a � a Of i5o Oo� a z W o a s way, m 1-- o x o W N W J n U o z o 0 w a z Ld Lu Q _> L1 • /� _ Q O D U Q U z z Z u l< 3 � r a !� V cn �A n5 �b m mm� (lsrN3f bl ib n _rc O 0 Q ���dJOI (035adob ry i —FI u � m ~ d I O E ate_ _a so I W z a Q N Ir W f O F F LL - w O u o F- ._.__ = .-Nid ON3 JI z 0 I Wo o m �1Fbl �3NNbN� N�eaY "Yens 3ve`�_\ �� —L _.''s 'uNfNybP. of, b3Afy (I -3) �� � �`_3j1iAN33rJ b1rybS a z O Q a' U O J u i ?:I7 Q ww =;z wi. a w w4 °ow =o Wio >a3° zi 4 Z O ov 11 F f Q W w F F Q 2 \o m 0 1J3�pbd \\ o z N1�38 W W \ a � a \ i5o Oo� a z W o a m a z O Q a' U O J u i ?:I7 Q ww =;z wi. a w w4 °ow =o Wio >a3° f • /� _° tlwN1 YJYw J`m li Z u 3 X71. ( o -`v ° J' ° ♦ F m _ O 60 A m !•• O n m m +� u �- b X ., +Y YY Z It N u' m w g �- co wuoz�� .•... • °�1 W < m °: O C, w x o f ¢ i a 3UwU <¢ o i w z z z z � w w °- -ww z o O m u0 'm nawtl°v 4 Q m f r m x u° m z w .ot�Q. '•� ,i' �- J�LLaf m '< z w- s s .- o° m wm mamu�w w° a a �mw <- - �zw�z�F u oua _ ♦ Yr- m -1 w o zzzr m C1 O: �� 4J" ao c f i i na v I b I I I' _ wwa z ° � I :c °�<E � I 19NaNON AO A113 i A f rk rna I Oil Vi 4 '011 13J SI Il HU1tlW = o In i v~ : yl a'�'1ii' M .: ^ I. I I I.. � �� v ��`� �Y3i1 /d' 4//yl✓P/'£/'biM% t 3 'T, .n 1 i • - o?;?= ! - O O'92 tzZ 'Y1S c So l ..: ... 7i•'rlll lrv! .. N .. .. v6 =Zoo 1 I I } /ly /- .: I Iysa yasfwiy � ice- HJl /0 15/X3 �iGl^ I o 1 � i HJn 9CLVN3N YO 11/J dfiL Ol } s�abn r , Vj 90, 2S� •a i�5 9� LL I , I' Q 1 V P : Ji/ Iy\ N W b IL I 1W L / ✓sl I I I I ' ,.! v / � ,9 O OY iEiiL6J /9'Y1S ° I I p: i p J� r d�ZLLi6/'VLS SS ; I •1 3S I r4 � 0 V � bj� w•'0j�, ' Z N` QC LL c' ;e '�OS•V # 15 /A�i_1' 1NZ _ 6D BL Y1 � s I U � so/ ,� /r ��•"•Y �'� bP BL : I _ x ., Z5Z m 11 w JI IT , 11 w S IT z x -gy m e 0 Y�X��a �''yO�Frr9>O' 758f�9? v1s ` I I x zso I I I .. ... .. i..... .:_... _. �.. ... t 9SS �92'YrgLC � Gov pg I I. i ' f IM r h V o� F I F p l : z {f I�•I ( ( I I Z :� r 3 F. S� 0 0 - 0 I I.: I , r , I i _ ..;... -'ew VLS e 0 I 0 m v <40 �gW �C3 �ko �AI J I III i V i ,5I }1i , 1 1 F <UQ� iA �b NJ1 /a.1=23v -/LZ I i 2n. L L 1 o� 0� W� h V l0 R � � G = e a � � i z Fo 'a 3 V o o � E 0 V L 0 u Y U Y W C o €�e Q Y�X��a �''yO�Frr9>O' 758f�9? v1s ` I I I .. ... .. i..... .:_... _. �.. ... t 9SS �92'YrgLC � pg I I. i h V F p I 0 m v <40 �gW �C3 �ko �AI J I III i V i ,5I }1i , 1 1 F <UQ� iA �b NJ1 /a.1=23v -/LZ I i 2n. L L 1 o� 0� W� h V l0 R � � G = e a � � i z Fo 'a 3 V o o � E 0 V L 0 u Y U Y W C o €�e Q Lo I I I I I I 0 m v <40 �gW �C3 �ko �AI J I III i V i ,5I }1i , 1 1 F <UQ� iA �b NJ1 /a.1=23v -/LZ I i 2n. L L 1 o� 0� W� h V l0 R � � G = e a � � i z Fo 'a 3 V o o � E 0 V L 0 u Y U Y W C o €�e Q \ / . \ \ \ \)\ �»\ /� \\ \� �« § \Zf � }( . )( )( o d /\ § � \ � LU § 2 \ \\ u� a \ [.s\ ~ � a . a> . / { . w; 0 ..y .l - -.� ©. }( . )( )( o d /\ § in - « \ \ \\(D(DQ § e 00 \' CCo � l })�\ § ); L z � \ � LU § 2 \ \\ u� a \ [.s\ in - « \ \ \\(D(DQ § e 00 \' CCo � l })�\ § ); L z � � S { :) LU § 2 \ \\ � � S { :) :© \ r § Q � LU \ \\ u� :© \ r § Q � • TO: FROM: SUBJECT: ��BY THE CITY COUNCIL CITY OF NEWPORT BEACH JuN 2 5 1990 City Council Public Works Department June 25, 1990 CITY COUNCIL AGENDA ITEM NO. F -3(.1) 30" WATER LINE RELOCATION ACROSS SANTA ANA RIVER (C- 2655A) RECOMMENDATIONS: Award Contract No. C -2655A to California Pipeline Company for the total bid price of $438,332.00, and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 10:00 A.M. on June 14, 1990, the City Clerk opened and read the following bids for this project: BIDDER TOTAL BID PRICE • Low California Pipeline Company $438,332.00 2 S.A. Healy Co. & Associates 840,500.00 3 Matt J. Zaich & Son, Inc. 877,900.00 The total low bid price is 9.5% above the Engineer's Estimate of $400,000.00. The low bidder, California Pipeline Company, has not performed previous contract work for the City; however, checks with their experience references and the State Contractor's License Board have shown that California Pipeline has successfully completed similar projects for other Southern California agencies and is a properly licensed General Engineering contractor. The project will replace an existing 12" water line with a 30" line.. The line will be used to transport water from the planned well field in Fountain Valley. The location of the existing line interferes with the U.S. Corps of Engineers Santa Ana River mainstem project that is scheduled to begin construction October 1, 1990. Because the City has a prior • right, the County Flood Control District, who is responsible for right -of -way acquisition, will pay for the cost of relocating the 12" line and the City will pay for the cost of upsizing the line to 30 ". An agreement providing for this cost sharing was approved at the June 11 Council meeting and is scheduled for approval by the Board of Supervisors at their June 19 meeting. • :7 0 Subject: 30" WATER LINE RELOCATION ACROSS SANTA ANA RIVER (C- 2655A) June 25, 1990 Page 2 The apparent low bidder is substantially lower than the other two bids. The project involves substantial risks from potential groundwater problems, and it appears that the bid differences are primarily the amount and cost of the dewatering that may be required. Staff proposes that funds for award be encumbered from the following accounts: Account No. Description 50- 9297 -208 Water Wells and Transmission Pipeline OCFCD Contribution Santa Ana River Water Line Crossing Benjamin B. Nolan Public Works Director DCS:so Amount $166,566.00 271,766.00 Au: -anzed to Publish AdvorGsumens oil kinds including public novices by Decree of the Superior Court of Orange County, California, Number A-6214, September 29, 1961, and A 24831 June 11, 1963 STATE OF CALIFORNIA 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 below entitled matter. I am a principal clerk of the ORANGE COAST DAILY PILOT, a newspaper of general circulation, printed and published in the City of Costa Mesa, County of Orange, State of California, and that attached Notice is a true and complete copy as was printed and published -in the Costa Mesa, Newport Beach, Huntington Beach, Fountain Vafley, Irvine, the South Coast communities and Laguna Beach issues of said newspaper to wit the issue(s) of: May 18, 22, 1990 I declare, under penalty of perjury, that the foregoing is true and correct. Executed on May 22' 199 at Costa Mesa, California Signature PROOF OF PUBLICATION 41 re- the cS s ii :, Estimate: Approved by the City Coun009his 14th day of May, 1990. .0 WWAANDA E. RAGGIO;'Clty Prospective bidders may obtain one set of bid docu- ments at no coat at the office of the Public Works.0epart- ment, '3300 Newport Boulevard. P. O. Bog 1768, Newport Beech, CA 92859 -1768. For further information, call Jeff Staneart, Project Mapuper at 644 -3011. 1 Publlahed orange: Cowl Dary Pilot May 18, 22, 19W F1461' 0 i TO: City Council FROM: Utilities Department May 14, 1990 CITY COUNCIL AGENDA BEM - -NO. F -14 THE MAY 1 4 1990 APPROVED SUBJECT: CONSTRUCTION OF 30" WATER LINE CROSSING OF SANTA ANA RIVER (CONTRACTS C- 2655 -A AND C- 2655 -B) RECOMMENDATIONS: 1. Approve the plans and specifications for the construction of a 30" water line crossing of the Santa Ana River (C- 2655 -A). 2. Authorize the City Clerk to Ad +is° f -o rnn+, E�.ri +„ ha ,+]-� iuO� --i9•- , duna-- 1 -4-, -- 392 4 3. Authorize a materials only purchase to be supplied • to the low bidder for Contract C- 2655 -A (C- 2655 -B) . DISCUSSION: The City has a 12" water line that crosses the Santa Ana River southerly of the extension of 19th Street. This line was used to transport water from City wells in Huntington Beach. The location of the line interferes with the U.S. Corps of Engineers Santa Ana River Mainstem project that is scheduled to begin construction October 1, 1990. The Corps, and the County Flood Control District who is responsible for right of way acquisition, have directed the City to relocate the line. The City has planned to increase the size of this line to 30" to transport water from new wells in the vicinity of Mile Square Park. Funds for this project are included in the current budget. The City's easement for the water line crossing predates the Flood Control District's easement acquisition, and therefore the City has a prior right. An agreement between the City and the District has been negotiated that provides that the District pay the cost of relocating the 12" line and the City to pay the cost of upsizing the line to 3011. The agreement stipulates that the • County's share on this basis is 62% and the City's share is 38 %. There is difference of opinion between the County and the City as to whether the City's prior right extends for the full width of the channel or only for about 70% of the width. In order to settle this dispute, the agreement provides submitting the question to a mutually agreed upon title company for determination. In any event, the County will pay a substantial portion of the cost of constructing the new 30" line. The final agreement with the County for cost sharing is scheduled to be before the Council for consideration prior to the award of the construction contract. l3� Subject: Construction of 30" Water Line Crossing of Santa Ana River (C- 2655 -A and C- 2655 -B) May 14, 1990 Page 2 The various permits required for the project have been • applied for, and the Department of Fish and Game stream bed alteration agreement will not allow work within the channel until after July 15th because it is a foraging area for the endangered least tern. The construction will require the opening of the levees, so the Corps and the Flood Control District will not permit any work after October 15th. The window for construction is therefore July 15th to October 15th. A negative declaration has been prepared and is before the Council for certification as a separate agenda item. The earliest a construction contract can be awarded is June 25th. The 30" ductile iron pipe which will be used for the crossing will require approximately 8 weeks for delivery. In order to have the material available by July 15th it is requested that the Council approve a materials only purchase. Quotations are being solicited from several suppliers and it is expected that a firm quotation will be available prior to the May 14th Council meeting. The Engineers estimate for the construction of the pipe • line, Contract C- 2655 -A, is $400,000. The material purchase, Contract C- 2655 -B, is estimated to cost $100,000. The total project cost estimate is therefore $500,000. As explained above, a large part of this cost will be paid by the County. Funds are included in the current budget for the City's share of the cost. Robert J. Dixon Utilities Director DCS:so C • • TO: FROM: f u' 'am City Council Utilities Department May 14, 1990 CITY COUNCIL AGENDA ITEM NO. F -13 SUBJECT: NEGATIVE DECLARATION FOR SANTA ANA RIVER WATER LINE CROSSING G - 2— RECOMMENDATION: Affirm the Negative Declaration of Environmental Impact. DISCUSSION: This project provides for the construction of a 30" water line across the Santa Ana River on an alignment just southerly of the future extension of 19th Street. The line will replace an existing 12" line which must be relocated to make way for the Corps of Engineers Santa Ana River mainstem project. The new 30" line will be a part of the transmission facility for the proposed well field project. The Negative Declaration was submitted to the State Clearing House and two comments were received. The California Regional Water Quality Control Board indicated that a NPDES permit may be required. An application has been submitted for this permit. The State Department of Fish and Game indicated that a stream bed alteration permit will be required. An agreement fulfilling this requirement has been entered into. Fish and Game also requested that construction be limited to the period between September 1 and April 1 to avoid interference with the forging of the endangered California Least Tern. Due to the storm flows, it would not be possible to accomplish the work within this time frame. However, the agreement stipulates that the construction be between July 15th and October 15th. Upon affirmation of the Negative Declaration, Notices of Determination will be filed with the Clerk of the Board of Supervisors and published in the local newspaper. Robert J. Di n Utilities Director DCS:so Attachment 0. • • is c` C ENVIRONMENTAL REVIEW -- NOTICE OF DETERMINATION BY CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WELL FIELD TRANSMISSION LINE CROSSING OF SANTA ANA RIVER A preliminary environmental review of the project for the Well Field Transmission Line Crossing of Santa Ana River has been performed. The review was conducted in accordance with the requirements of the California Environmental Quality Act of 1970, the State "Guidelines for Implementation of the California Environmental Quality Act of 1970," and the City's "Policies and Procedures for Implementing the California Environmental Quality Act." The environmental statement has been reviewed and was approved by th City's Environmental Affairs Committee. As a result of the preliminary review, it has been determined that: 1. The project is approved. 2. The project will not have a significant effect on the environment. 3. An environmental impact report has not been prepared. A Negative Declaration has been prepared and is attached hereto. Benjamin B Nolan Public Works Director IM: so 3 -7 -90 . ; .: 0 C7 r 3 NEGATIVE DECLARATION 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WELLFIELD TRANSMISSION LINE XING OF SANTA ANA RIVER 1. PROJECT LOCATION: The proposed water line will be located 100 feet southerly of the centerline of the westerly prolongation of 19th street within the existing and proposed right of way of the Santa Ana River, the Greenville- Banning Channel and the area proposed as a marsh mitigation area for the Santa Ana River mainstream project. 2. PROJECT DESCRIPTION: Construction of a 30" water line Xing of the Santa Ana River. The line will replace an existing water line that was used to deliver well water to the City's water system. The existing water line will interfere with the construction of the Santa Ana River mainstream project. The Orange County Flood Control District has requested that the City relocate the water line so that it will not interfere with the mainstream project. At a later date, the water line will be extended and eventually serve as a transmission line to deliver well water to the City. 3. PROJECT GOALS: To eliminate an interference with the Santa Ana River mainstream project and to provide a means of conveying well water to the City. 4. EFFECT ON THE ENVIRONMENT: Where will be no significant long -term irreversible or irretrievable effects on the environment. There will be minimal, acceptable short -term disturbances caused by construction activity. 5. BASIS FOR NEGATIVE DECLARATION: This project is consistent with the General Plan of the City of Newport Beach and will not have a significant effect on the environment. 6. INITIAL STUDY: The Public Works Department of the City of Newport Beach has prepared the Negative Declaration and its Initial Study in accordance with Articles 6 and 5, respectively, of Chapter 3, Guidelines for Implementation o the California Environmental Ouality Act. Copies of the Initial Study may be obtained from the Public Works Department during normal business hours. a 4 Benjamin B. Nolan Public Works Director INITIAL STUDY • BY CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT co WELLFIELD TRANSMISSION LINE CROSSING OF SANTA ANA RIVER A. CONFORMANCE WITH THE GENERAL PLAN: This project is consistent with existing zoning, plans, and other land use controls established in the General Plan of the City of Newport Beach. B. ENVIRONMENTAL CHECKLIST FORM: An Environmental Checklist Form (copy attached) has been completed as a portion of the Study. The following statements, referenced to questions presented on the checklist, explain all "yes" and "maybe" answers: II.l.b. Construction will temporarily cause disruptions, displacements, compaction or overcrowding of the soil. Upon completion, the original ground • surface conditions will be restored. Due to the temporary nature, this is not considered significant. II.l.c. Same answer as II.l.b. above. II.3.a. Excavating the trench across the River will temporarily change the course of surface flow. Upon completion of construction, the course of the surface flow will be restored to its preexisting condition. Due to the temporary nature, this is not considered significant. II.3.e. Construction activity may temporarily affect turbidity of the surface water. The construction documents will require the co.struction of a desilting basin or dike to mi Igate this effect. Due to the temporary nature, this is not considered significant. • II.6.a. Construction equipment will cause a temporary increase in existing noise levels. Due to the temporary nature, this is not considered significant. Benjamin B. Nolan Public Works Director y ENVIRONMENTAL CHECKLIST FORM I. Background • 1. Name of Proponent < O` ,f/ew/�p Er Ct�N 2. Address and Phone Number of Proponent ,3300 3. Date of Checklist Submission ,3- 4. Agency Requiring Checklist GiT� o !/cw�ooT -�1Gii 5. Title of Project II. Environmental Impacts (Explanations of all "yes" and "maybe" answers are required on attached sheets.) • 1. Earth. Will YES the proposal result in: a. Unstable earth conditions or in changes in geologic substructures? b. Disruptions, displacements, compaction or odercovering of the soil? jam_ C. Change in topography or ground surface relief features? _ C d. The destruction, covering or modification of any unique geologic or physical features? e. Any - increase in wind or water erosion of soils, either on or off the site? 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? r. MAYBE NO x SON X X • C (As MAYBE NO g. Exposure of people or property to geological hazards such as earth- quakes, landslides, mudslides, ground failure, or similar hazards? _ 2. Air, Will the proposal result in: a. Substantial air emissions or deterioration of ambient air quality? b. The creation of objectionable odors? X C. Alteration of air movement, moisture or temperature, or any change in climate, either locally or regionally? _X 3. Water. Will the proposal result in: a. Changes in currents, or the course or direction of water movements, in either marine or fresh waters? X b. Changes in absorption rates, drainage patterns, or the rate and amount of surface runoff? _ , C. Alterations to the course of flow of flood waters? X d. Change in the amount of surface water in any water body? e. Discharge into surface waters or in any alteration of surface water quality, including but not limited to temperature,'dissolved oxygen or turbidity? X f. Alteration of the direction or rate of flow of ground waters? g. Change in the quantity of ground waters, either through direct addi- tions or withdrawals, or through interception of an aquifer by cuts . or excavations? 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? X r r • • • C 4. Plant Life. Will the proposal result in: a. Change in the diversity of species, or number of any species of plants (including trees, shrubs, grass, crops, and aquatic plants)? 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? 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 organisms, or insects)? b. Reduction of the numbers.of any unique, rare or endangered species of animals? C. Introduction of new species of animals into an area, or result in a barrier to the migration or movement of animals? d. Deterioration to existing fish or wildlife habitat? 6. Noise. Will the proposal result in: a. Increases in existing noise levels? b. Exposure of people to severe noise levels? 7. Light and Glare. Will the proposal produce new light or glare? 8. Land Use. Will the proposal result in a substantial alteration of the present or planned land use of an area? YES MAYBE W NO X X X X C NOV X W" x 0 YES MAYBE NO 9. Natural Resources. Will the proposal result in: • a. Increase in the rate of use of any natural resources? b. Substantial depletion of any non- renewable natural resource? _ C� 10. Risk of Upset. Does the proposal involve a risk of an explosion or the release of hazardous substances (including, but not limited to, oil, pesticides, chemicals or radiation) in the event of an accident or upset conditions? X 11. Population. Will the proposal alter the location, distribution, density, or growth rate of the human population of an area? _ 12. Housing. Will the proposal affect existing housing, or create a demand for additional housing? • 13. Transportation /Circulation. Will the proposal result in: a. Generation.of substantial additional vehicular movement? x b. Effects on existing parking facilities, or demand for new parking? X C. Substantial impact upon existing transportation systems? d. Alterations to present patterns. of circulation or movement of people and /or goods? e. Alterations to waterborne, rail or air traffic? f. Increase in traffic hazardous to motor vehicles, bicyclists or • pedestrians? 14. Public Services. Will the proposal have an effect upon, or result in a need for new or altered governmental services in any of the following areas; • co YES MAYBE NO a. Fire protection? X b. Police protection? • c. Schools? d. Parks or other recreational facilities ?_ e. Maintenance of public facilities, including roads? X f. Other governmental services? 15. Energy Will the proposal result in: a. Use of substantial amounts of fuel or energy? b. Substantial increase in demand upon existing sources of energy, or require the development of new sources of energy? 16. Utilities. Will the proposal result in a • need for new systems, or substantial alterations to the following utilities: a. Power or natural gas? x b. Communications systems? c. Water? d. Sewer or septic tanks? X e. Storm water drainage? — f. Solid waste and disposal? 17. Human Health. Will the proposal result in: a. Creation of any health hazard or potential health hazard (excluding mental health) ? — b. Exposure of people to potential • health hazards ? 18. Aesthetics. Will the proposal result in the obstruction of any scenic vista or view open to the public, or will the proposal result in the creation of an aesthetically offensive site open to public view? C YES MAYBE NO 19. Recreation. Will the proposal result in an impact upon the quality or quantity • of existing recreational opportunities? 20. Archeolo ical /Historical. Will the proposa resu t in an alteration of a significant archeological or historical site, structure, object or building? }� 21. Mandatory Findings of Significance. 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? b. Does the project have the potential to achieve short -term, to the disadvantage of long -term, environmental goals? (A short -term impact on the environment is one which occurs in a relatively brief definitive period of time while long - term im acts will endure well into the futul _ c. Does the project have impacts which are individually limited, but cumu- latively 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.) iC d. Does the project have environmental • effects which will cause substantial adverse effects on human beings, either directly or indirectly? X