Loading...
HomeMy WebLinkAboutC-1261 - Jamboree, San Joaquin Hills Road traffic signalTO: CITY COUNCIL FROM: Public Works Department November 23, 1970 SUBJECT: ACCEPTANCE OF TRAFFIC SIGNAL MODIFICATION AT THE INTERSECTION OF JAMBOREE ROAD AND SAN JOAQUIN HILLS ROAD (C -1261) 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 Notice of Completion has been filed. DISCUSSION: 4 -9 The contract for the traffic signal modification at the intersection of Jamboree Road and San Joaquin Hills Road has been completed to the satisfaction of the Public Works Department. The bid price was $15,019.00 Amount of unit price items constructed 15,215.83 Amount of change orders 334.00 Total contract cost 15,549.83 The project was financed from Account No. 19- 5697 -048, Installation of Traffic Signals. The change order was issued to cover work required because of an error on the plans. The cost has been recovered from the consulting engineer. The contractor is Steiny and Company of Anaheim, California. The contract date of completion was September 20, 1970. Due to the delay caused by the plan error, work was not completed until September 25, 1970. Jpseph . Devlin P blic r s Director INII IIIIO��� III! ■IIOI■ �, ■��I■ �■��u■ �i- �w iie■ n�i, �OI�II�1 1 QU = J } 1 U�j z W F=' u v -t o LL N LL W 4 d 3 Q a �` z co F ire � w r4 �� `" —yr� �. � 1 ci t O z o J M y. . ^r gin. 4 yy{ .. } r.t 9..�,.T..�:..w�*v' ..�.�...�x..p:r• ! ,. 3, k 'c TO: CITY COUNCIL FROM: Public Works Department SUBJECT: TRAFFIC SIGNAL MODIFICATION AT THE INTERSECTION OF JAMBOREE ROAD AND SAN JOAQUIN HILLS ROAD, C -1261 RECOMMENDATIONS: 1. Approve the plans and specifications 2. Authorize the City Clerk to advertise for bids to be opened at 3:30 P.M., June 15, 1970 DISCUSSION; The development of the Park Newport Joaquin Hills Road westerly of Jamboree Road. street requires modifications to the existing This signal work is the City's responsibility and the project was added to the traffic sign January 26, 1970. May 25, 1970 L,"J Apartments includes extending San Construction of this new section of traffic signal at the intersection. under the Capital Improvement Policy; 31 program at the Council meeting of The modifications will include the construction of a left -turn lane in the existing raised median on San Joaquin Hills Road easterly of Jamboree Road. Traffic detector loops will be modified and added on San Joaquin Hills Road as necessary to permit proper operation of the signal. Conduits and wiring will be added or replaced as required to facilitate the immediate modifications as well as the two future phases which will provide for protected left -turn movements from San Joaquin Hills Road to Jamboree Road. The estimated cost of the contract work is $11,000. The project will be financed with Gas Tax Funds, under the budget item for installing traffic signals. sephj. blick,Wo P /bg The plans were prepared by Raub, Bein, Frost, and Associates of Costa Mesa. The estimated date of completion is August 15, 1970. i ,lin Director February 17, 1970 TO: (1) CITY ATTORNEY (2) CITY MANAGER (3) CITY CLERK FROM: Assistant Public Works Director SUBJECT: ENGINEERING SERVICES FOR TRAFFIC SIGNAL MODIFICATION AT THE INTERSECTION OF JAMBOREE ROAD AND SAN JOAQUIN HILLS ROAD, C -1261 Attached is the original and one copy of a proposal from Raub, Bein, Frost, and Associates to perform the subject work. At their regular meeting on January 26, 1970 the City Council authorized the staff to accept the proposal and to execute a contact with Raub, Bein, Frost, and Associates for the work. The,following actions are requested: 1. City Attorney a. Review proposal form as to adequacy for serving as a contract if executed by the City Manager. b. If acceptable, forward all copies to the City Manager. 2. City Manager a. Execute documents. b. Forward all copies to the City Clerk 3. City Clerk a. Retain original for your files.'/ b. Return copy to Public Works Department...- Benjamin B. Nolan Assistant Public Works Director GPP /em Att. a TO: Date - ❑ MAYOR ❑ MARINA PARK ❑ COUNCILMAN ❑ MARINE SAFETY MANAGER ❑ PARKS & REC. ❑ ATTORNEY [J PERSONNEL . ❑ BUILDING [] PLANNING ❑ CITY CLERK ❑ POLICE [] FINANCE ❑ PUBLIC WORKS ❑ FIRE ❑ PURCHASING [] GEN. SERVICES ❑ TRAFFIC [] LIBRARY ❑ FOR: ACTION & DISPOSITION ((([] FILE INFORMATION [] REVIEW & COMMENT ❑ RETURN _ i C G Remarks: Frnm RAUB, BEIN, FROST & ASSOCIATES Civil Engineers & Land Surveyors P.O. Box 117 Phone 548 -7723 136 Rochester Street, Costa Mesa, California 92627 ORDERED BY: Cit_, of iNPwport RParh DATE: December 26. 1969 3300 Newport Boulevard WORK ORDER NO: 11228 Newport Beach California CLIENT AUTH. NO. INDIVIDUAL: Mr. Benjamin B. Nolan PHONE N0. 673 -2110 JOB DESCRIPTION: Provide engineering and surveying services for the preparation of ron- struction plans and specifications and a quantity and cost estimate for the modification of the existing traffic ianal- for the construction of the median mod'f'r Lion required for a c Inn Jonquin A'llc D^ ^a Fn tP l�z of TnnhnrPP Rond nnd for the dpgigning And construction of the triangular shape right -turn islands and curb returns in the Southeasterly d Nortle ctPrly corners of the 'nt rc ri-'on of San Joaquin Pill, Ro ^d and Jamboree Road Newport Beach California The work will include any necessary field surveys at the inter- section that are required for the completion of the construction drawings and normal consul- tation during the construction period. ESTIMATED TIME OF COMPLETION AFTER RECEIPT OF AUTHORIZATION: AS SOON AS POSSIBLE ESTIMATED FEE: The work will be done on a per diem basis in accordance with the following rates; however, our maximum fee will not exceed $ 3.650.00 RATES PER HOUR: Registered Engineer $22.00 Drafting $ 16.00 Design, Calculation & Supervision $ 18.00 Field Survey Crew $ 42.00 NOTE: These hourly rates will be subject to a 6% increase each ensuing August 1st, until completion of the project due to a union contract presently in force. Should you authorize work at overtime rates, the rates set forth above will be increased to 1 1/2 times the amounts shown. Raub, Bein, Frost & Associates makes no representation concerning the cost figures made in connection with the maps, plans, specifications or drawings prepared by them other than that all cost figures are estimates only and the Engineer cannot be responsible for fluctuations in cost factors. Upon receipt of a signed copy of this Authorization, we will proceed with the subject work. All blueprints, filing fees or other miscellaneous charges advanced by our firm shall be an additional cost to you over and above the fees set forth herein. All sums that are owing shall be paid within ten (10) days following the initial billing. Any billings that are not paid when due shall thereafter bear interest at the rate of ten percent (10 %) per annum until they are paid in full. Client hereby agrees that the balance as stated on the billing from engineer to client is correct, conclusive and binding on the client, unless client within ten (10) days from the date of the making of the billing, notifies engineer, in writing, of the particular item that is alleged to be incorrect. In the event Raub, Bein, Frost & Associates should require the services of an attorney for the collection of any sums due under this Agreement, the undersigned agrees to pay said reasonable attorney's fees together with any costs incurred in said collection. As a condition precedent to the performance of the work described herein, and as a con- sideration therefore, all parties to the performance of this work agree that in the event any one of them institutes a suit against any other party because of any failure or alleged failure to perform, error, omission or negligence, if such suit is not successfully prosecuted, or if it is dismissed, or if verdict is rendered for any defendant or defendants, the party instituting the suit hereby agrees to pay any and all costs of defense - including attorney's fees, expert witnesses' fees, and any other expenses of defense which may be needful - immediately following dismissal of the case or immediately upon verdict being rendered in behalf of any defendant. If this work is not completed within one year after the above date, we reserve the right to terminate th's Work Or-der and renegotiate our fee. RAU FR T & A AKES 2c Authorized by Robert W. Bein - President 1 \ Nil + ( ignature) Date .1 L11 f r� E January 26, 1970 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: ENGINEERING SERVICES FOR TRAFFIC SIGNAL MODIFICATION AT THE INTERSECTION OF JAMBOREE ROAD AND SAN JOAQUIN HILLS ROAD RECOMMENDATION: Approve the addition of the subject project to those projects listed under the 1969 -70 budget item for installing traffic signals. Authorize the staff to retain the consulting engineering firm of Raub, Bein, Frost and Associates for preparation of plans and specifications for the project. DISCUSSION: The development of the Park Newport Apartments includes extending San Joaquin Hills Road westerly of Jamboree Road. Construction of this new section of street will require modifications to the existing traffic signal at the intersection. i G -� At the time the 1969 -70 budget item for installing traffic signals was prepared, the subject project was not included because the timing for the development of the Park Newport Apartments was uncertain. The development is now progressing rapidly and the traffic signal modification should proceed immediately in order for completion of the work to coincide with initial occupancy of the Park Newport Apartments, Modification of the signal is a City responsibility under the Capital Improvement Policy. A proposal has been obtained from the consulting civil engineering firm of Raub, Bein, Frost and Associates of Costa Mesa to perform the necessary engineering services, consisting of field surveys, preparation of plans and specifications, preparation of quantity and cost estimates, and consultation during construction. The fee will be based on their standard hourly rates, with a maximum of $3,650.00. The firm of Raub, Bein, Frost and Associates is well qualified to perform the type of work involved in this project. The firm is also designing the public improvements at this intersection required in conjunction with the development of the Park Newport Apartments. They have satisfactorily performed other engineering work for the City in the past. Sufficient funds are available in installing traffic signals, to finance the the subsequent construction work, l Jlin Director /bg the Gas Tax Fund, under the budget item for cost of the engineering services as well as WHEN. RECORDED MAIL TO: �C3TrCLERK 3300 W. Newport Blvd., 42 Newport B?ach, California 92660 NOTICE OF COMPLETION PUBLIC WORKS FREE C3 } 9476 pat 69 RECORDED AT REQUEST IN OFFICIAL RECORDS OI ORANGE COUNTY, CALIF. 9:05 AM DEC 2 1970 J. WYLIE CARLYLE, County Rewr9er To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on September 25, 1970 the Public Works project consisting of Traffic Signal Modification at tl Intersection of Jamboree Road and San Joaquin Hills Road (C -1261) on wnicn aceiny ana i.ompany, inc. was the contractor, and General Insurance Company of America was the surety, was completed. I, the undersigned, say: r'T'rV nV NrUTID()RT RF.ArT -i 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 November 25, 1970 I, the undersigned, E Newport Beach, California. I am the City Clerk of the City of Newport Beach; the City Council of said City on November 23, 1970 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 November 25, 1970 i i i CITY OF NEWPORT BEACH CALIFORNIA Date: November 25, 1970 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: City Hall 3300 W. Newport Blvd. Area Code 714 673 -2110 Attached for recordation is Notice of Completion of Public Works project consisting of Traffic Signal Modification at the Inter- section of Jamboree and San Joaquin Contract No. 1261 on which Rteiny AnA Company Inc was the Contractor and General Insurance Company of America was the surety. Please record and return to us. Very truly yours, Laura Lagios City Clerk City of Newport Beach LL: dg Encl. a t � � t S k< y. 2�j3[ �°i +�'"�� �2`� -... r,ti. ,r ti • x �L ➢may¢ F r�' -. .. '.yi '�1CYE T� L"t i bjF. 5 R z IT IT TQ IT QI QQ rf I} G V - 76i<ri �3 >td r i. t r:"y.' x t r� w 1 IF lo VI Is M TF ; �y.� r+ y✓ _ +$as3f_ tYr -i VA IF TI TI t ry ¢L ff ¢ z IF TI ..*'ata'•. 5 g.y " I t•°' }>•e t 40_ �s- #`"'rt Y Sa IF, t • 'ice, }j 'S' a- `-] £ Y : w e FYihL {`.. �� aY• ft wA..'.4�r RYV. � ^'! �Yn.: i�sR'n +za . -,3 ��. ... < Li Ys - � � s - L] CITY OF NEWPORT BEACH TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. C -1261 Project Tftffic Signal MDdi.ficatiao • Date July 27, 1970 Jamboree Road and San Joaquin Hills Roar] Attached are 3 executed copies of subject contract for your files and for transinittal to the contractor. OW the banding qty. Contractor: Ste3ny and Ca w y, Inc. Address: 1401 Baxter Street, Anaheim, CA Amount: $ 8iS 5019.00 Effective Date: July 22, 1970 Resolution No. R-7199 adopted on Jum 229 1970 i MIS LL:dg Att. cc: Finance Department ❑ 0 0 All on Tel, eh4aip)Coe) 1 N C C R P p R P T E D Insurance 3200 WILSHIRE BOULEVARD TELEGRAPH ADDRESS I_o5 Angeles, California 90005 TELEX 677-136 TELEPHONE July 17, 1970 385.2861 AREA 213) .City of Newport Beach City Hall, 3300 West Newport Boulevard Newport Beach, California Attn: Public Works Department Gentlemen: Re: Steiny & Company, Inc. You will find enclosed: ❑ Policy as requested. ❑ Endorsement which should be APH!aOV-O Aj attached to your policy. Dora: ell Jy ❑ Renewal policy continuing coverage C6 i U00 on same terms and conditions. ❑ Certificate copy of policy the original By 4 having been sent to the mortgagee. ❑ Loss Payable Endorsement. ❑ Duplicate copy of policy. OcFICES CHICAGO -SAN FRANCISCO ANCHORAGE CORRESPONDENTS PRINCIPAL CITIES V.S.A. AND CANADA FORM r73 ® Certificate of Insurance as requested. Also attached is a copy of our original transmittal letter, sending the original Certificate ❑ to the City Clerk of City of Newport Beach. KK/BFG /k Encl. cc: Steiny & Company, Inc. Very truly yours, A L 7 N T. ARCI -QER CO. °\ K. Ki er FILE UNDER • — DAILY REPORT CONTACT FILE f ` ^' F''• "':' (1n. �CIAIMS INACTIVE 3200 e : ' ; BARD _ PERM. NON CLIENT SUBJ. ;;,;; —CORRESPONDENCE _. Juan 29. 1970 City Clerk City of Newport Beach City Ball, 3300 1:', Newport Elvd. Newport Beach, California Gentlemen: Re: Steiny & CognanyLlnc. You will find enclosed: ❑ Policy as requested. ❑ Endorsement which should be attached to your policy. ❑ Renewal policy continuing coverage on same terms and conditions. ❑ Certificate copy of policy the original having heen sent to the mortgagee. ❑ Loss Payable Endorsement. ❑ Duplicate copy of policy. ® Certificate of Insurance as requested., naming you as additional Insured and with ten day notice by resis.tered mail. El Very truly yours, ALLEN T. ARCHER CO. K. Kindler KK/B G/k Encl. cc* Steiny & Company, Inc. CERTIFICATE OF INSURANCE CITY C=X Date: •1I7t32i 29* 1979 • C"T OF iPy =T $ Job: All Operations of the insured Cii'Y F axt 33W 1:. V = "s'on =00 =. Trw" -= SL . 34wMC&T10 i Mi,JT= REAM$ CAl.Utk�.MIA - _ =X"C",iT.Cd3 jxzo rx k3. & MU JSXsfi1;I27 f y 2 INSURED: STEINY & MITCHEL, INC., ETAL 221 N. Ardmore Ave., Los Angeles, California 1801 Mariposa Street, San Francisco, California 1401 Baxter Street, Anaheim, California THIS IS TO CERTIFY AS TO THE EXISTENCE OF INSURANCE WITH HARBOR INSURANCE COMPANY AS DESCRIBED BELOW: COMPREHENSIVE GENERAL LIABILITY INSURANCE INCLUDING AUTOMOBILE LIABILITY POLICY NOS. 106379 and 106427 HARBOR INSURANCE COMPANY EFFECTIVE FROM: 7 -1 -68 to 7.1 -71 LIMIT OF LIABILITY: $2,000,000.00 COMBINED SINGLE LIMIT PERSONAL LIABILITY AND BROAD FORM PROPERTY DAMAGE LIABILITY INCLUDING GENERAL OPERATIONS; BLANKET CONTRACTUAL, OWNER'S AND CONTRACTOR'S PROTECTIVE, COMPLETED OPERATIONS, AND OWNED, HIRED AND NON OWNED AUTOMOBILE LIABILITY INSURANCE. THE FOLLOWING ENDORSEMENT IS ATTACHED TO EACH OF THE ABOVE POLICIES: "IT IS AGREED THIS POLICY MAY NOT BE CANCELLED NOR THE LIMITS OF LIABILITY REDUCED UNTIL THE COMPANY HAS MAILED WRITTEN NOTICE TO EACH CERTIFICATE HOLDER STATING WHEN (NOT LESS THAN TEN (10) DAYS THEREAFTER) SUCH CANCELLATION OR REDUCTION SHALL BE EFFECTIVE. DELIVERY OF SUCH NOTICE ON BEHALF OF THE COMPANY SHALL BE EQUIVALENT TO MAILING." HARBOR INSURANCE COMPANY BY W. F. we 14 UN3 For further informaiton contact: Agent: Allen T. Archer Co.' 3200 Wilshire Blvd_. Los Angeles, California TELEPHONE (213).385 -2861 f c im no %sla 0 THti KUM ,'�' -M M4T 3J ADDED TO rMICY NA. 1063" AND 106427 ISXZO BY klA:". Ztti:tZUWC ; cu pAayl IT is t W"UT' up. sRalmyl A:-M brAr"D Td" 7H?1 C'C1.YCY TO MCI Tms CMMV CANS 8£:i'r"S RA7 UTE Y3 C&Kc'�— bLLZ.hs 2?A'T u -.!.,Y mk"'a7<Dp i > 43:. 1 IiL'.httf'i 1 Ta U!'"— L °. �.IAL T; d (10 IlkliS tVLs ''t P."( ``. -C Ia Ttt:s CITY Mug O.Y $S?Z C= $3' 2LV. ';;" :'.a E4::± ;Y, Cl %Y '.t :a ZOMPOUk L'';Wlp C&11743 1I49oo 42 A M:IGZ ^4Y'42 0 u$11m ii us w wwa ttaE:L[=zc -6i ca =kiCsiou is Covets. IT y� IS 23T C. NTy-1p A( ., O } AT "yu. CITY CT kT��-'q7��li'C.4�'! !y�11ZA��:. IytgTy9�p�I�33'�MIX $f se S y� LDDIT -wr .L SIXUrt" 1 U MA . V ii FViR1LJ MY X.'14 PSdV-i -Ur VSt lh= iY�413Pdf:NCE As RZ t+:` cl '.ECG MONO Ate': TWE n'^ UXC-N aL =U 10.21M ' AT 'M M:14$MCM W .i ce$' $ MD ,AM pz a =�3 k--Y iT :i: y Ac::3 tv Ei :Y3 In. LneTs oV UA=nl gds THO OXWXST 'd ARE AS YOMM81 WOU'l T:'L VAV FERN M': Wo wo W, V4110" r e 4250, e; ;;yy r JIP4O :Ki +I 110 �k{ Vi ,VAL 1�- USTRIAL INDEM�TY COMPANY tr.,.. IA STOCK COM. 1 NOME OFFICE SAN FRAt#=O INSURED STEINY & COMPANY,.INC & :C.W. ALLEN FI 221 NORTH ARDMORE AVE= A DTVISICF .LOS ANGELES, CALIFORNIA, 90006 CITY OF NEWPORT BEACH, CITY. -HALL CERTIFICATE . 3300 W. Newport Blvd. , . ISSUED TO .Newport Beach; California ATTENTION: GAIL PICKART CERTIFICATE Jj OF INSURANCE STEM & CO. CERTIFICATE ISSUED BY . INDUSTRIAL INDEMNITY COMPANY- • P.O. BOX 22524JERMINAL ANNEX • LOS ANGELES, . CALIFORNIA�rPO054 INDUSTRIAL INDEMNITY COMPANY has issued coverage effective as of the dates and for the periods and limits specified below and subject to all terms, conditions, provisions, exclusions and limitations of the described Binders or Policies whether shown . by endorsement or otherwise. Any requirements or provisions in any contract or agreement between the Insured and any other person, firm or corporation will not be construed as enlarging, altering or amending the definition of insured or any other terms or conditions of this certificate or the policy designated. KIND OF INSURANCE POLICY NUMBER POLICY PERIOD LIMITS OF LIABILITY COMPENSATION EFF 1 -1 -70 CB 661 -3951 STATUTORY CALIFORNIA COMPENSATION - - -- WORKMEN'S COMPENSATION._....._. __ __ -_. _ EXP –. . EMPLOYEWS LfABILITY— $2,000A00.RER-- OCCURREN - -- ' COMPENSATION EFF STATUTORY COMPENSATION STATEISI OF WORKMEN'S COMPENSATION EXP EMPLOYER'S LIABILITY - - $ —'PER OCCURRENCE LIABILITY EACH PERSON EACH OCCURRENCE BODILY INJURY LIABILITY--- - AUTOMOBILE $ $ EACH PERSON EACH OCCURRENCE BODILY INJURY LIABILITY--- - EXCEPT AUTOMOBILE EFF $ $ EACH OCCURRENCE PROPERTY DAMAGE LIABILITY--, - AUTOMOBILE EXP $ EACH OCCURRENCE AGGREGATE PROPERTY DAMAGE LIABILITY - - -- EXCEPT AUTOMOBILE $ $ AUTOMOBILE PHYSICAL DAMAGE COMPREHENSIVE EFF s .. FIRE. LIGHTNING a TRANSPORTATION s THEFT IBROAO FORMI EXP s COLLISIOWOR UPSET ACTUAL CASH VALUE LESS S DEDUCTIBLE INLAND MARINE EFF EXP $ EFF EXP $ EReOive any loss under Physical Damage Coverage is payable as interests mayappear to the Named Insured and the Uenholder named- below.in. accordance with Loss Payable Endorsement on reverse side:. U„ ,30.,,rry -1 ._ AS uEN110LDER . Dated: A CITY A: ORNEY As resorts the following described aubmobila(sF. YEAR . I TRADE NAME I BODY TYIE AND MODEL I SERIAL NUMBERBy ...1.... _ _ ____` DESCItIPTION'AND LOCATION' OF OPERATIONS CITY OF NEWPORT BEACH IS ADDIITONAL INSURED.WITH RESPECTS TO JOB: C1261 Jamboree Road and San Joaquin Hills Rd. This policy shall not be canceled nor reduced in coverage until after l0 days written notice of such can - celation or reduction in coverage shall have been mailed to this certificate holder. Certified this 9 day of July 19 �p INDUST IAL D MN COMPANY Producer ALLEN.,.SIMMS, GATES & CO.. le INDUSTRIAL INDEMWY COMPANY t (A STOCK COMPAIW HOME OFFICE SAN FRANCISCO . CERTIFICATE IF INSURANCE NAMED INSURED STEINY AND CO., INC. AND C.W. ALLEN ELECTRICAL CONTRACTOR, A DIVISION OF STEINY AND CO. 221 NORrH ARDMORE AVENUE LOS ANGELES, CALIFORNIA CERTIFICATE CITY OF NEWPORT BEACH, CITY HALL CERTIFICATE ISSUED TO 3300 W. NEWPORT BOULEVARD ISSUED BY . TNDUSI T.AL mDmANrrY COSCLAW NEWPORT BEACH, CALIFORNIA P.O. BOX 225j,,raxTERMINAL ANNEX ATTN-. GAIL PICKART LOS h4GELES, CALIFORNWk 90054 U4M9 RIAL INDENT TTfY COMPANY has issued covbrage effective as of the dates and for the periods and limits specified below and subject to all terms, conditions, provisions, exclusions and limitations of the described Binders or Policies whether shown by endorsement or otherwise. Any requirements or provisions in any contract or agreement between the Insured and any other person, firm or corporation will not be construed as enlarging, altering or amending the definition of insured or any other terms or conditions of this certificate or the policy designated. KIND OF INSURANCE POLICY NUMBER POLICY PERIOD LIMITS OF LIABILITY COMPENSATION EFF 1/1/70 CB 661 -3951 STATUTORY CALIFORNIA COMPENSATION — WORKMEN'S COMPENSATION EXP 111171 EMPLOYER'S LIABILITY — S2,000,000 PER OCCURRENCE COMPENSATION EFF STATUTORY COMPENSATION STATE(S) OF WORKMEWS COMPENSATION EXP EMPLOYER'S LIABILITY —t PER OCCURRENCE LIABILITY EACH PERSON EACH OCCURRENCE BODILY INJURY LIABILITY - $ AUTOMOBI LE EACH PERSON EACH OCCURRENCE BODILY INJURY LIABILITY— ; EXCEPT AUTOMOBILE > EFF EACH OCCURRENCE PROPERTY DAMAGE LIABILITY — AUTOMOBILE EXP _ EACH OCCURRENCE AGGREGATE PROPERTY DAMAGE LIABILITY— pp EXCEPT AUTOMOBILE Y AUTOMOBILE PHYSICAL DAMAGE COMPREHENSIVE EFF FIRE, LIGHTNING a TRANSPORTATION THEFT (BROAD FORM) EXP COLLISION OR UPSET ACTUAL CASH VALUE LESS $ DEDUCTIBLE EFF INLAND MARINE _ _EXP EFF EXP $ :ti, any loss under Automobile Physical Damage Coverage is payable as interests may appear to the Named Insured the Lienholder named below in accordance with Loss Payable Endorsement on reverse side. LIENHOLDER YEAR I TRADE NAME I BODY TYPE AND MODEL I SERIAL NUMBER I DESCRIPTION AND LOCATION OF OPERATIONS — (This certificate of insurance neither affirmatively or negatively afforded by the policy described herein.) JOB: C -1261 JAITBOREE ROAD AND SAN JOAQUIN HILLS ROAD. ,\ extends A \aivo !` 4, a coverage This policy shall not be canceled nor reduced in coverage until after 10 days written notice of such can- cellation or reduction in coverage shall have been mailed to this certificate holder. Certified this 6th day of JULY 1970 IND arnBlvuNrrY c� ANY Producer ALLEN, SIMONDS, GATES & CO. IXOa I- wa(e -se) LA —ves, BY Authorized Representative tble f rs is ti tlq t may e r p c- on'the company ter , dlredly�.to the Le Holc Thal! -4 payenie to li it or Mortgagee or pt, oKrpany, es he*ty ag e s i4,e ty fIE54f lbed fR "n }QO A da conies, to the insOmil as : rr a tb, t o der k'rji�fhe Lie t 's th_ a ap.of -eetd Idss -- ntpf its eet 4 he be po}fi the interest a ly of ^L r:y _ any e q : an e tit a�Ch°of kk`:} sbre werrar,[ly� fti ofl a6isc_by the pq.. aa4.: an:/ act l '. C d Woos'" he pol, y 'v enY a het r gortd i or c f r•r .. odrtdtl1e�1 *'y'. e r 6yti ie pol cy i sego se state there- -'', nta�fivea, whetl•. it ;lice ":G1L ,.r te or a ment etiVwhethp L c er 'the -la wrong s+ on enbez'::. st_serr C LCS � ws�,.n c, i!ie Bd {q d s.'. ion ase eg,ea,mv"r, ar Y pd ?y utf wally insure r..t.,e '-9 in the eve,of Ak;.or Yh_e m ued t< prem oq+e due o Come / e � - notice to menf of F t n -si .t 'deir.fr 4 jweniy (a 2 of Such. (l OP days after recaipi of': 0 P t'.tsahe LIeS Hc!jer vhco so wi1wia,'by it, •v' h - 9e}_iU yRr 7 }aT Gd ,t therefor. 'id'Xie�TewP'W &i+' r. 1 L pro rdy ... priem urn r �; or he a tinder f Endo I .cr be efaro ta r, m nt bald vftffteh Knbticr d ilr Lien +4 if the company,'eldtts to cancel this rcLcy In vi 'room of pfatnium, or for abp'o he of the cancellaion notice to the Lien n ldc-r it ,goncurrer8fy vrirh':1he scnding'of nofire to it policy xhall cctw1hBe in'force. for the benefit J liays'after wrdten notice. of st h cancellal Holden fm.ne ev!'ot, xt to, e, Int @root da y of I, lation of any insurance under this nolik, ov, x d {! }y }.- , t a H there fn its i. oothpany:' - :IIGj #or fbe; try, ir' hmurcd' bears tiY;?"r e Ve {o; td Apd`' tjrance e tmifp'r =charedM yayanl: to a f ar:pressly eomarNed o the LF 'vxfent of p,ymr,iis Q made t'hHy'rgotp any, ` r y, og A all r I insurers cprA'a�tog fo sa4 s bt , v i to 1!! of dei s rights Of contnbuhoo urNTer said other'? b. Whenever. this r•ompany shad paY'to the Len -Hot de iJfggr loss roe ],,,age under t6's tnalify and shelf ela,m that. as ' d f7b'"Nieb fgt Golder ihecefQr exist n's ,company at is opfw5 i. Lien Hol°,the r..,b ersmp abolWncipa m and interest due: 9r t t Yrgrh' the mser4'r+nn, j cy' or ibtt e +ei by �bcy r (tyjjf As+.: o ton k; -rnl_ e¢r not arm ,r, !), and mpairy. shf i6roepon'rt4SeJva -s .!/ b 1 5e un ghalt d n inn. Mte - d , s po ;'y o the ,; E '+ eels rs:or '. rapret' i' 3f this aotea =x... t_Sk. fm ( s nci c ered:%4er }his h ,,a..: p that in o.- 'a, prc , or add 1 onal eo 'e an a ha-,p y to -ms ' this" o icy, Yhefn w lodgac n H '-ter r such non - d +hin hurrf7 & c c hn at'.d t s a can 'of > bn I' p hereuni That .tlA, :un ¢Sony. of to f h ant; v' /.�f '13ny5 de r, i n d prt: lv,,l :. or: ad, : r by r is'4uTrRnobilq'LosS. rP.; 3hle nee_= pry '- (l OP days after recaipi of': o e iod'Cf I.. .. eompany a:a ys with fl Or in part for db,r�9+F°'-r Imitaey "will forward a dopy ent to K2e:.specified heireindffbt w-m, 9. /t ed t,uY ,n Such in o.- Lren- Holder ',:f ten shall 'b, reservedy n- indicate i- Holdar she 1 - u!e moberv.. t .. _.. It tifereto but -no i h at al. impair the +I er 'he vita ". r r;:a this policy sha ! - onti:rue 4%4ull-force apdae Lien -Hold, r only, for a p:r od 'qf ten (10) rli4,; o1,. u Tess art accepteide policy n rene v.il'thereclf' yablr, tor the Len- 4itaiAt in acce,cdanee w 1h .th " term ss Payable Endorse*pt shaWf h'8ve been :sstied W and ac epted by''-1W L,en4Q)der In the,,en of a :ed, duran8_ the extended tent 00)x!ays pedcid huen.r weir tng';je. same hazards to Ike 'Plgq,�rfy ins (,be issued and accepted by'.fli� LlimJT'' dp and ig41 of possess on of nay of the prope ty my ,gaame vested I the L enIHolder or its gent a is to 1.4WI,ern. ! r r for ihe•4aiiiit of the Len - Holder:( 0: lob -. the .,o!,"O but.im:.. h,' event. lamac.rarhn a or ,tlty -dt ;tnu Y ' ccntracare n ^rater r Id all "4ias hi<ewise required to k ,re here weiged for a period of egotit'ements applying as the time c i.. . be'div_an by 1he Co-- Ripaoy to-tiW J. route Lien Holder' at its office or Ja Irtsann {e• f 'All F T!;' vqf' this, policy: reman( dnchangedd r .after wintery ticp„ef re uest he, _ --- 'y�{""`'^ '1°. 0. for cancellation svvyy �*erl open to the y;,` y , \ z '.Lien- Holder by tha company, in the event of eanceffAt,oit'df the policy tha unearned all be Lien s t it premlunrl" paid to the HolderY provided the said Lf.n Holder has sdvrclTie 6dorserneld Is om w 0 � .•indieehd 4A1' adv �,. caH� 1 prenirun Ni .A N� nPB ti �e r r r h C' L'>k . . y j sp -1. r7, eI ilt sr Lac , _r tJ, y - a '3< r y e 1tit:" ri 'IN�JUSTRIAL I�INIY EOIv'i v' /.�f v .. r(y>ra 1i ?�rV�rY� G R0Jl 1 i� #,a cy tWR ... _ .J q:. d r' '.. ^>1Rni r T }r ' ry µa' „.fiv`.•1t r'x6t�'^y. I.. .. t t.1.,YWy VvJ �•a ^r� .iii =' r:,y q. T .) ✓ v .t�L lhi '..,.,r.: '" '. tit.':.. '. "., s.: ....• tit .: , � I��i•. t�f9�j ~- }� � F .r'i i�'a � .i 'b i r' a-_l l �i 4�r,/'ar L��'z J it! "t'�' #A �''�� _ V. INEDUSTRIAL INDEM TY COMPAN- (A STOCK COIN ) NOME OFFICE . SAN FRANCISCO II SNSUURED STEINY & COMPANY, INC. .221 NORTH ARDMORE AVENUE .LOS ANGELES, CALIFORNIA, 90004 CEIMFICAIE CITY OF NEWPORT BEACH ISSUED TO CITY IiALL,.3300 W. NEWPORT BLVD., NEWPORT BEACH, CALIFORNIA ISSUED BY . INDUSTRIAL INDEMNITY COMPANY. . P.O. BOX 2252,7 AMINAL ANNEX . LOS ANGELES, CALIFORNIA,,.r90054 INDUSTRIAL INDEMNITY COMPANY has issued coverage effective as of the dates and for the periods and limits specified below and subject to all terms, conditions, provisions, exclusions and limitations of the described Binders for Policies whether shown by endorsement or otherwise. Any requirements or provisions in any contract or agreement between the Insured and any other person, firm or corporation will not be construed as enlarging, altering or amending the definition of insured or any other terms or conditions of this certificate or the policy designated. KIND OF INSURANCE POLICY NUMBER POLICY PERIOD LIMITS OF LIABILITY COMPENSATION EFF 1 -1 -70 CB 661 -3951 STATUTORY CALIFORNIA COMPENSATION .... WORKMEN'S COMPENSATION - EXP 1-1-71 EMPLOYER'S LIABILITY - -- $2,000,000 PER OCCURRENCE COMPENSATION EFF ' STATUTORY COMPENSATION SIATE151 OF WORKMEN'S COMPENSATION EXP EMPLOYER'S LIABILITY - -f PER OCCURRENCE UABUITI' EACH PERSON EACH OCCURRENCE BODILY INJURY LIABILITY-- - AUTOMOBILE $ $ EACH PERSON EACH OCCURRENCE BODILY INJURY LIABILITY. -.. EXCEPT AUTOMOBILE EFF $ $ EACH OCCURRENCE PROPERTY DAMAGE LIABILITY.... AUTOMOBILE EXP $ EACH OCCURRENCE AGGREGATE PROPERTY DAMAGE LIABILITY - - -- EXCEPT AUTOMOBILE $ $ AUTOMOBLE PHYSICAL DAMAGE COMPREHENSIVE EFF f FIRE. LIGHTNING Et TRANSPORTATION f THEFT (BROAD FORM) EXP f COLLISION-OR UPSET' ACTUAL CASH VALUE LESS S DEDUCTIBLE INLAND MARINE EFF EXP $ EFF EXP $ Effective any loss under Physical Damage Coverage is payable as interests moy.oppear to the Named Insured and the Lienholder nomedf below Iwoccordaace with Loss Payable Endorsement on reverse side: UENNOLDER. . As respects the following described automobile(:): YEAR TRADE NAME BODY TY AND MODEL SERIAL NUMBER DESCRWrION'AND LOCATIOM OF OPERATIONS .PROJECT: CONTRACT NO. 1261. This policy shall not be canceled nor reduced in coverage until after 10 days written notice of such can - celation or reduction in coverage shall have been mailed to this certificate holder. Certified this Producer ALLEN, 1st . day of July IIONDS, GATES & CO. 19 ; 70 INDUSTRIAL INDEMNITY COMPANY CONTRACT NO. 1261 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR TRAFFIC SIGNAL MODIFICATION AT THE INTERSECTION OF JAMBOREE ROAD AND SAN JOAQUIN HILLS ROAD 0 Approved by the City Council on this 25th Day of May, 1970 .dn.v Laura Lagios, Tity Crc CITY OF NEWPORT BEACH, CALIFORNIA NbTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 3:30 PM on the 15th day of June , 1970 , at which time they wiiT 6e opened and read, for performing work asoTTows: TRAFFIC SIGNAL MODIFICATION AT THE INTERSECTION OF JAMBOREE ROAD AND SAN JOAQUIN HILLS ROAD CONTRACT NO. 1261 Bids must be submitted on the Proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the Proposal Form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The Contract Documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signatures and titles of the persons signing on behalf of the bidder. For Corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required and the Corporate Sew Sha eTi of if x� to aTT documents requiring signatures. In the case of a Partnership, the signature of at least one general partner is required. No bids will be accepted from a Contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The Contractor shall state his license number and classification in the Proposal. Plans and Contract Documents, including Special Provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. A non - refundable charge of $2.00 will be required for each set of Plans and Contract Docu- ments•issued to others. It is requested that the Plans and Contract Documents be returned within 2 weeks after the bid opening. The City has adopted the Standard Specifications for Public Works Construction (1967 Edition and Supplements) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Ave., Los Angeles, Calif. 90034, (213) 670 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $2.00 per set. The City reserves the right to reject any or all bids and to waive any informality in such bids. City of Newport Beach, California Notice Inviting Bids In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract and has set forth these items in Resolution No. 6982, adopted May 12, 1969. A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). 5 -15 -69 0 PR l of 2 CITY OF NEWPORT BEACH TRAFFIC SIGNAL MODIFICATION AT THE INTERSECTION OF JAMBOREE ROAD AND SAN JOAQUIN HILLS ROAD CONTRACT NO. 1261 PROPOSAL To the City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92660 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 1261 in accordance with the Plans and Specifications and will take in full payment therefor the following unit price for each completed item of work, to wit: ITEM QUANTITY ITEM DESCRIPTION NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Modify traffic signal @ Eight Thousand Five Hundred Dollars Forty- ne and -0- Cents $ - - -- ump Sum 2. Lump Sum Remove existing P.C.C. curb and gutter; clear and prepare median for left -turn lane @ Seventeen Hundred Fifty Dollars and -0- Cents $ LUMP SUM um 3. Lump Sum Remove, salvage, and reconstruct median irrigation system @ Seven Hundred Twenty -Five Dollars and -0- Cents $ - - -- Lump Sum $ 8,541.00 $ 1,750.00 $ 725.00 L 0 PR2of 2 ITEM QUANTITY ITEM DESCRIPTION NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 438 Construct P.C.C. curb and gutter Lineal Feet (Includes Type "A ", "B ", and transitional) @ Three Dollars and Fift Cents $ 3.50 $ 1,533.00 er inea Foot 5. 280 Construct 13 -inch thick aggregate Tons base including subgrade preparation @ Four Dollars and Fifty Cents $ 4.50 $ 1,260.00 er on 6. 110 Construct 5 -inch thick asphalt Tons concrete pavement including prime coat @ Eleven Dollars and - - -- Cents $ 11.00 Per Ton TOTAL PRICE WRITTEN IN WORDS (ITEMS 1 THROUGH 6): Fifteen Thousand Nineteen c Dollars and Cents $ 1,210.00 $ 15,019.00 • • Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing. the required contract with necessary bonds within ten (10) days, not including Sunday, after having received notice that the contract is ready for signature, the proceeds of check or bind accompany- ing this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 161273 Classification 2 -10 Accompanying this proposal is Bidder's Bond (Cash, Certified Check, as ier s Check or Bond in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self - insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. 382 -2331 Phone NUmber 6 -15 -70 Date Steiny and Company, Inc. biaaer•s Name /s/ (SEAL) By: Richard English, Vice - President Authorized Signature /s/ B. Robinson, Secretary Authorized igna ure A California Corporation Type of rganization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: J. D. Steiny, President, Treasurer, Manager Steiny and Company, Inc. Electrical o s B. Robinson, Secretary Electrical Engineers Zel NO?th ArdmoF6 Avenue R. English, Vice President Los Angeles, California 90004 0 0 Page 3 DESIGNATION OF SUB - CONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the sub - contractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these sub - contractors except upon the prior approval of the Engineer. Item of Work Sub - contractor Address 1. Item 2 -6 Sully- Miller Contracting Co. Orange, California 3. 4. 5. 6. 7. 8. 9. 10. ll. 12. Stein and Company, Inc. Bi der s Name By: /s Richard English, Vice President Authorized Signature A California Corporation Type of Orga m zation (Individual, Co- partnership or Corp) /s R. Robinson, Secretary 221 North Ardmore Avenue Tess Los Angeles, California 90004 FOR ORIGINAL SEE CITY CLERKS FILE COPY • • Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, STEINY AND COMPANY, INC. , as Principal, and GENERAL INSURANCE COMPANY OF AMERICA as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of 10 erg r cent (10 %) TEN PERCENT OF AMOUNT BID Dollars ($ ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of Traffic signal modification at the intersection of Jamboree Road and San Joaquin Hills Road Contract Number 1261 in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday and Sunday) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this frith day of tun, , 197n . Corporate Seal (If Corporation) (Attach acknowledgement of Attorney in Fact) 0 RYc Richard Fnglish. Vice - President B. Robinson, Secretary GENERAL INSURANCE COMPANY OF AMERICA urety (s) James A. Schrader Title Attorney -in -Fact EXECUTED IN FOUR COUNTERPARTS LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, THAT 0 PAGE 5 BOND #898746 "1'he Premium charged for this Rand is iactuded in that shown an the Performance Bond." WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION ADOPTED June 22, 1970 HAS AWARDED TO STEINY AND COMPANY, INC. , HEREINAFTER DESIGNATED AS THE "PRINCIPALny A CONTRACT FOR TRAFFIC SIGNAL MODIFICATION AT THE INTERSECTION OF JAMBOREE RD. & SAN JOAQUIN.HILLS RD. IN THE CITY OF NEWPORT BEACH.y IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI- CATIONS AND OTHER CONTRACT DOCUMENTS ON FILE IN THE OFFICE OF THE CITY CLERK. WHEREASy 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 V SAID PRINCIPAL OR ANY OF HIS OR ITS SUBCONTRACTORS, SMALL FAIL TO PAY FOR ANY MATERIALS, PROVISIONS, PROVENDER, OR OTHER SUPPLIES OR TEAMS 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, THEREFOREy WE STEINY AND COMPANY, INC. AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE CONTRACTOR AND GENERAL INSURANCE COMPANY OF AMERICA AS SURETYy ARE HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACHy IN THE SUM OF SEVEN THOUSAND FIVE HUNDRED NINE AND 50 /100 -- DOLLARS 7.509.50 SAID SUM BEING ONE —HALF OF THE ESTIMATED AMOUNT PAYABLE BY THE CITY OF NEWPORT BEACH UNDER THE TERMS OF THE CONTRACT, FOR WHICH PAYMENT WELL AND TRULY TO BE MADE WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND ADMINISTRATORS, SUCCESSORS OR A33IGNSA JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS. THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE PERSON OR HIS SUBCON- TRACTORS, FAIL TO PAY FOR ANY MATERIALS, PROVISIONS, PROVENDER, OR OTHER SUPPLIES, OR TEAMS, USED INy 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 SPECI- FIED IN THE BOND, AND ALSO, IN CASE SUIT IS BROUGHT UPON THEBONDy- A REASONABLE ATTORNEY IS FEE, TO BE FIXED BY THE COURT., AS REQUIRED BY THE PROVISIONS OF SECTION 4204 OF THE GOVERNMENT CODE OF THE STATE OF CALIFORNIA. 0 0 PAGE 6 LABOR AND MATERIAL BOND - CONTINUED) THIS BOND SHALL INURE TO THE BENEFIT OF ANY AND ALL PERSONS, COMPANIES, AND CORPOR- ATION ENTITLED TO FILE CLAIMS UNDER SECTION 1192.1 OF THE CODE OF CIVIL PROCEDURE SO AS TO GIVE A RIGHT OF ACTION TO THEM OR THEIR ASSIGNS IN ANY SUIT BROUGHT UPON THIS BOND, AS REQUIRED BY THE PROVISIONS OF SECTION 4205 OF THE GOVERNMENT CODE OF THE STATE OF CALIFORNIA. AND THE SAID SURETY, FOR VALUE RECEIVED, HEREBY STIPULATES AND AGREES THAT NO CHANGE, EXTENSION OF TIME, ALTERATIONS OR ADDITIONS TO THE TERMS OF THE CONTRACT OR TO THE WORK TO BE PERFORMED THEREUNDER OR THE SPECIFICATIONS ACCOMPANYING THE SAME SHALL IN ANY WISE AFFECT ITS OBLIGATIONS ON THIS 'BOND, AND IT DOES HEREBY WAIVE NOTICE OF ANY SUCH CHANGE, EXTENSION OF TIME, ALTERATIONS OR ADDITIONS TO THE TERMS OF THE CONTRACTOR OR TO THE WORK OR TO THE SPECIFICATIONS. IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL, IT IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOF, THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND SURETY ABOVE NAMED, ON THE 1st DAY OF . July, 1970 . )* . GENERAL INSURANCE COMPANY OF AMERICA (SEAL) BY: (�//1���dr✓ /Il� (SEAL) J ea6C s A. Schrader - Attorney in Fact (SEAL) SURETY APPROVED %TO FORM: 1� C Y ATTOR IT THIS BOND WAS APPROVED BY THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH BY MOTION ON E ATTEST CITY CLERK ACKNOWLEDGMENT BY SURETY STATE OF CALIFORNIA s s. COUNTY OF LOS ANGELES On this 1st day of July 1970, before me per- sonally appeared James A. Schrader known to me to be the attorney -in -fact of General Insurance Company of America, the corporation that executed the within instrument, and ac- knowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid County, the day and year to this certificate first above written. Notary Public in the State o California ROSS = County of Los Angeles t I r Crlforria Fn � J:d..,,. In _ y (Seal) Los Angeles County s-�6e at 9/66 = My Commission Expires Cacem6er 16. 1971x� cxluuxm xmnxunmwumuu...... wu..�.,.,,.�.,,... EXECUTED IN FOUR COUNTERPARTS PAGE 7 BOND #898746 Initial Premium $56.00 Subject to adjustment upon completion PERFORMANCE BOND of contract on final contract price. KNOW ALL MEN BY THESE PRESENTS, THAT WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION ADOPTED June 22, 1970 HAS AWARDED To STEINY AND COMPANY INC. HEREINAFTER DESIGNATED AS THE "PRINCIPAL% A CONTRACT FOR TRAFFIC SIGNAL MODIFICATION AT THE INTERSECTION OF JAMBOREE RD. & SAN JOAQUIN HILLS RD. IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI- CATIONS AND OTHER CONTRACT DOCUMENTS NOW ON FILE IN THE OFFICE OF THE CITY CLERK OF THE CITY OF NEWPORT BEACH. WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND THE TERMS THEREOF REQUIRE THE FURNISHING A BOND FOR THE FAITHFUL PERFORMANCE OF SAID CONTRACT; NOW, THEREFORE, WE, STEINY AND COMPANY, INC. AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE "CONTRACTOR", AND GENERAL INSURANCE COMPANY OF AMERICA AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF FIFTEEN THOUSAND NINETEEN AND N0 1100 - -- DOLLARS ($ 15.019.00 ), 100% SAID SUM BEING EQUAL TONW.I. OF THE ESTIMATED AMOUNT OF THE CONTRACT, TO BE PAID TO THE SAID CITY OR ITS CERTAIN ATTORNEY, ITS SUCCESSORS, AND ASSIGNS; FOR WHICH PAY- MENT, WELL AND TRULY TO BE MADE, WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND AD- MINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BE THESE PRE- SENTS. 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'PRO- VIDED 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. (PERFORMANCE BOND - CONTINUED) 0 PAGE 8 AND SAID SURETY, FOR VALUE RECEIVED HEREBY STIPULATES AND AGREES THAT NO CHANGE, EXTENSION OF TIMEi ALTERATION OR ADDITION 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 CHANGES EXTENSION OF TIME, ALTERATION OR ADDITION TO THE TERMS OF THE CONS TRACT 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 ON ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOF THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND SURETY ABOVE NAMED, ON THE 1St DAY OF —July, 1970 , )t* APPROVED AS TO FORM: CITY A VIORNEY 0 AL) AL) - AL) GENERAL INSURANCE COMPANY OF AMERICA (SEAL) EYi�" (,(� ,1�// �A (SEAL) SURETY James A. Schrader - Attorney in Fact ACKNOWLEDGMENT BY SURETY STATE OF CALIFORNIA ss. COUNTY OF LOS ANGELES On this 1st day of July 1 1970 , before me per- sonally appeared James A. Schrader known to me to be the attorney -in -fact of General Insurance Company of America, the corporation that executed the within instrument, and ac- knowledged to we that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid County„ the day ,and ,year ,in. this certificate first above written. iuu ninwnuv 1 , C _ ' A I S--AL i Notary Public in the State of Ca Ifornia County of Los Angeles (Seal) = My Commission Exwes Cacembu 16, 1971 = wnnnnnunnnmm�ninnumiunu ,i „innunnnunnunuunninmm�nnuml 5 -760 RI 7/66 0 0 Page 9 NON- COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrange- ment or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or material - man which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no induce- ment or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomesoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me by this 15th day of June , 1970 . My commission expires: May 21, 1972 Steinv and Comoanv. Inc. /s/ By: Richard English, Vice- President T /s/ B. Robinson, Secretary /s/ Paula L. Schwartz Notary Public . FOR ORIGINAL Co SEE CITY CLERKS FILE COPY Page 10 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. Steiny and Company, Inc. /s / By: Richard English, Vice - President B. Robinson, Secretary Signed 0 FOR ORIGINAL, SE4ITY CLERKS FILE COPY Page IOa 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. Steiny and Company, Inc. By: /s/ Richard English, Vice President /s/ B. Robinson. Secretary Slg� 0 0 CONTRACT PAGE II THIS AGREEMENT, MADE AND ENTERED INTO THIS ylii/7W DAY OF �� 1 I7%L_f BY AND BETWEEN THE CITY OF NEWPORT BEACH, CALIFORNIA, HEREINA TER DESIGNATED AS THE CITY, PARTY OF THE FIRST PARTS AND STEINY AND COMPANY, INC. HEREINAFTER DESIGNATED AS THE CONTRACTOR, PARTY OF THE SECOND PART. WITNESSEITH: THAT THE PARTIES HERETO DO MUTUALLY AGREE AS FOLLOWS I. FOR AND IN CONSIDERATION OF THE PAYMENTS AND AGREEMENTS HEREINAFTER MENTIONED TO BE MADE AND PERFORMED BY THE CITY, THE CONTRACTOR AGREES WITH THE CITY TO FURNISH ALL MATERIALS AND LABOR FOR THE CONSTRUCTION OF TRAFFIC SIGNAL MODIFICATION AT THE INTERSECTION OF JAMBOREE ROAD AND SAN JOAQUIN HILLS ROAD AND TO PERFORM AND COMPLETE IN A GOOD AND WORKMANLIKE MANNER ALL THE WORK PERTAINING THERETO SHOWN ON THE PLANS AND SPECIFICATIONS THEREFOR; TO FURNISH AT HIS OWN PROPER COST AND EXPENSE ALL TOOLS; EQUIPMENT, LABOR, AND MATERIALS NECESSARY THEREFOR, (EX- CEPT SUCH MATERIALS, IF ANY, AS IN THE SAID SPECIFICATIONS ARE STIPULATED TO BE FUR- NISHED BY THE CITY),, AND TO DO EVERYTHING REQUIRED BY THIS AGREEMENT AND THE SAID PLANS AND SPECIFICATIONS. 2. FOR FURNISHING ALL SAID MATERIALS AND LABOR, TOOLS AND EQUIPMENTS AND DOING ALL THE WORK CONTEMPLATED AND EMBRACED IN THIS AGREEMENTS ALSO FOR ALL LOST AND DAMAGE ARISING OUT OF THE NATURE OF THE WORK AFORESAID; OR FROM THE ACTION OF THE ELEMENTS, OR FROM ANY UNFORESEEN DIFFICULTIES WHICH MAY ARISE OR BE ENCOUNTERED IN THE PROSECU- TION OF THE WORK UNTIL ITS ACCEPTANCE BY THE CITY, AND FOR ALL RISKS OF EVERY DE- SCRIPTION CONNECTED WITH THE WORK; ALSO, FOR ALL EXPENSES INCURRED BY OR IN.CONSE- QUENCE OF THE SUSPENSION OR DISCONTINUANCE OF WORK, EXCEPT SUCH AS IN SAID SPECIFI- CATIONS ARE EXPRESSLY STIPULATED TO BE BORNE BY THE CITY; AND FOR WELL AND FAITHFULLY COMPLETING THE WORK AND THE WHOLE THEREOF,.IN THE MANNER SHOWN AND DESCRIBED IN THE SAID PLANS AND SPECIFICATIONS, THE CITY WILL PAY AND THE CONTRACTOR SHALL RECEIVE IN FULL COMPENSATION THEREFORE THE LUMP SUM PRICE, OR IF THE BID IS ON THE UNIT PRICE BASIS, THE TOTAL PRICE FOR THE SEVERAL ITEMS FURNISHED PURSUANT TO THE SPECIFICATIONS, NAMED IN THE BIDDING SHEET OF THE PROPOSAL, AS THE CASE MAY BE. 3. THE CITY HEREBY PROMISES AND AGREES WITH THE SAID CONTRACTOR TO EMPLOYS AND DOES:HEREBY EMPLOY THE SAID CONTRACTOR TO PROVIDE THE MATERIALS AND TO DO THE WORK ACCORDING TO THE TERMS AND CONDITIONS HEREIN CONTAINED AND REFERRED TO FOR THE PRICE AFORESAID, AND HEREBY CONTRACTS TO PAY THE SAME AT THE TIME, IN THE MANNER, AND UPON THE CONDITIONS SET FORTH IN THE SPECIFICATIONS; AND THE SAID PARTIES FOR THEMSELVES, THEIR HEIRS, EXECUTORS, ADMINISTRATORS, SUCCESSORS AND ASSIGNS, DO HEREBY AGREE TO THE FULL PERFORMANCE OF THE COVENANTS HEREIN CONTAINED, U. THE NOTICE TO BIDDERS, INSTRUCTIONS TO BIDDERS, CONTRACTOR'S PROPOSAL, AND THE PLANS AND SPECIFICATIONS, AND ALL AMENDMENTS THEREOF, WHEN APPROVED BY THE PAR- TIES HERETO, OR WHEN REQUIRED BY THE CITY IN ACCORDANCE WITH THE PROVISIONS OF THE PLANS AND SPECIFICATIONS, ARE HEREBY INCORPORATED IN AND MADE PART OF THIS AGREEMENT. ,2/7/67 Cl . PAGE 12 5- PURSUANT TO THE LABOR CODE OF THE STATE OF CALIFORNIA, THE CITY COUNCIL HAS ASCERTAINED THE GENERAL PREVAILING RATES OF PER DIEM WAGES FOR EACH CRAFT OR TYPE OF WORKMAN NEEDED TO EXECUTE THE CONTRACT AND A SCHEDULE CONTAINING SUCH INFORMATION IS INCLUDED IN THE NOTICE INVITING BIDS AND IS INCORPORATED BY REFERENCE HEREIN. 6. THE CONTRACTOR SHALL ASSUME THE DEFENSE OF AND INDEMNIFY AND SAVE HARMLESS THE CITY, THE DIRECTOR OF PUBLIC WORKS, AND THEIR OFFICERS AND EMPLOYEES, FROM ALL CLAIMS, LOSSS DAMAGE, INJURYS AND LIABILITY OF EVERY KINDS NATURE, AND DESCRIPTION, DIRECTLY OR INDIRECTLY ARISING FROMTHE PERFORMANCE OF THE CONTRACT OR WORKS REGARDLESS OF RESPONSI- BILITY FOR NEGLIGENCE; AND FROM ANY AND ALL CLAIMS, LOSS, DAMAGES INJURY, AND LIABILITY, HOWSOEVER THE SAME MAY BE CAUSED, RESULTING DIRECTLY OR INDIRECTLY FROM THE NATURE OF THE WORK COVERED BY THE CONTRACTS REGARDLESS OF RESPONSIBILITY FOR NEGLIGENCE. IN WITNESS WHEREOF, THE PARTIES HERETO HAVE CAUSED THIS CONTRACT TO BE EXECUTED THE CAY AND YEAR FIRST ABOVE WRITTEN. ATTE T: CITY CLERK APPROVED AS TO FORM: vMriK CITY AoORNEY CITY AO ,2 r7'e' ACH C 1 FORN I BY: MAYOR r ITLE • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT • SP1of5 SPECIAL PROVISIONS FOR TRAFFIC SIGNAL MODIFICATIONS AT THE INTERSECTION OF JAMBOREE ROAD AND SAN JOAQUIN HILLS ROAD CONTRACT NO. 1261 I. SCOPE OF WORK The work to be accomplished shall generally consist of, but not necessarily be limited to, the following: A. Furnishing, erecting, installing, modifying and restarting up a traffic signal installation at the intersection of Jamboree Road and San Joaquin Hills Road, and; B. The construction of asphalt concrete pavement widening for a left turn pocket in San Joaquin Hills Road. The contract requires completion of all the work in accordance with these Special Provisions; the City's Standard Special Provisions; the Plans; the City's Standard Drawings and Specifications; the California Division of Highways Standard Specifi- cations, January 1969; and the California Division of Highways Standard Plans, February 1968. The City's Standard Specifications are the Standard Specifications for Public Works Construction, 1970 Edition. II. COMPLETION OF WORK The Contractor shall complete all work on the contract within 60 consecutive calendar days after the date the City executes the contract. III. PAYMENT The lump sum price bid for the traffic signal modification at Jamboree Road and San Joaquin Hills Road, shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing and installing the system as shown on the plans and as specified. Full compensation for all additional materials and labor not shown on the plans or called for in the specifications or provisions, but which are necessary to complete the traffic signal work shall be considered as included in the lump sum price bid, and no additional compensation will be allowed therefor. Payment for all the work associated with the construction of the left -turn lane in San Joaquin Hills Road easterly of Jamboree Road will be made in the unit and lump sum prices shown in Bid Item Nos. 2 through 6. IV. V. VI. VII 0 0 TRAFFIC CONTROL SP2of5 The Contractor shall provide traffic control in compliance with Section 7 -10 of the City's Standard Specifications. One lane of traffic in each direction shall be allowed to flow through the intersection at all times. The minimum width for one lane of traffic shall be considered to be eleven (11) unobstructed feet. COOPERATION AND COLLATERAL WORK The Contractor shall cooperate with others in compliance with Section 7 -7 of the Standard Specifications. WARRANTY All materials and equipment supplied on this job shall bear a 1 -year warranty so that any malfunction or other defect arising during said first year shall be promptly corrected by the Contractor at no cost or expense to the City. These warranties shall be provided in writing to the Contractor by the manufacturer(s), two copies of which shall be provided to the City by the Contractor. It shall not, however, be the Contractor's or controller manufacturer's responsibility to make the first service call on each occasion of trouble. The first call will be made by the City or City's maintenance contractor whenever service is apparently needed. If, as a result of examination made during initial call, it seems that warranty repairs or adjustments are required, the Contractor will then be asked to come to the site to effect needed repairs. All warranties shall begin at noon on the date of acceptance of entire job by the City. In the event any part of the traffic signal system provided as part of this job is inoperative during the warranty period and cannot be repaired in place, Contractor shall provide equivalent substitute materials and equipment during the time the City -owned materials and equipment are away from the site for repairs. BONDING AND GROUNDING Bonding and grounding of conduit shall conform to Section 86 -2.10 of the California Standard Specification except as modified herein. All conduits shall be electrically and all other enclosures, and they enclosures. No bonding conductor that of an AWG No. 6 copper wire. VIII. CONDUIT bonded to each other where they enter pullboxes shall be bonded to the metallic frames of all shall have a current - carrying capacity less than Conduits shall conform to Section 86 -2.05 of the California Standard Specifications except as modified herein. Conduits shall be galvanized steel. Ells shall be factory made. Conduits shall be located at least 2 feet (in plan) from any pipeline or any underground structure not associated with the signal system, except where they must cross the runs of other pipelines or other underground structure. IX 0 0 SP3of5 EQUIPMENT LIST AND DRAWINGS Equipment lists and drawings of electrical equipment and materials shall conform to provisions in Section 86 -1.03 of the Standard Specifications and these Special Pro- visions. The City reserves the exclusive right to determine if alternative proposed equipment shall be acceptable. Bidders are cautioned to inquire of the City before bid time, the acceptability of proposed alternative signal or lighting equipment. Traffic signal controller cabinet schematic wiring diagrams shall have phase designations as shown on the plans. All equipment inputs, outputs and terminals shall be identified by the phase designations shown on the plans. In addition to the requirements in said Section 86 -1.03, the Contractor shall submit, for review, prior to wiring the cabinet, 2 copies of proposed cabinet layout showing location and spacing of shelves, terminal boards and external equipment, including dimensioning. The controller cabinet schematic wiring diagram and intersection sketch shall be combined into one drawing so that when the cabinet door is fully open, the drawing is oriented with the intersection. In lieu of being permanently.sealed in plastic,.the required diagrams shall be placed in a heavy duty transparent plastic envelope. X. VEHICLE DETECTORS Detectors shall conform to the provisions in Specifications and these Special Provisions, permitted to each sensor unit. Splices will ductors or lead -in cables. They shall be sp pullbox. All splices will be soldered. The in the pullbox. Section 86 -4.05B of the Standard A maximum of four (4) loops will be not be permitted in either loop con - liced together only in the appropriate loop conductor leads shall be tagged The installation and connection of multiple loop detectors in left turn pockets shall be as follows: A. Detectors shall consist of 4 loops designated as 1, 2, 3, and 4 respectively, beginning with the loop closest to the intersection. B, The loops shall be 6 feet by 6 feet with 9 foot spacing between loops. C. The two series circuits formed of loops l and 4 and loops 2 and 3 shall be joined in parallel. Conductors for inductive loop detectors shall be provided with 3/64 -inch minimum thickness insulation. In addition to the conductor specified for inductive loop detectors in Section 86- 4.056(4), "Construction Materials" of the Standard Specifications, Type USE, cross - linked poly- ethylene- insulated conductors may be used. Sensor units for inductive loop detectors to be installed in a common cabinet shall have a minimum frequency difference of one kilohertz from any other sensor unit installed in the same cabinet. 0 0 SP4of5 Sensor units for inductive loop detectors, in the pulse mode, shall provide a contact closure of 100 milliseconds duration, plus or minus 50 percent. In multiple loop installation, all loop conductors to be connected to the same sensor unit shall be,wound in the same direction.. No more than 4 loops shall be connected to a single sensor unit. The ends of all loop conductors to be operated by each sensor unit shall be run continuous to the nearest pull box. The loops shall be joined in the pull box in combination.of series and parallel so that optimum sensitivity is obtained at the sensor unit: Final splices between loops and lead -in cable shall not be made until the operation of the loops under actual traffic conditions is approved by the Engineer. XI. SCHEDULING OF WORK Scheduling of work shall conform to the provisions of Section 86 -1.06, "Scheduling of Work" of the Standard Specifications and these Special Provisions. The traffic signal may be shut down between 8:30 A.M. and 3:30 P.M. to accommodate the pulling of new wires° The signal shall remain in operation at all other times during construction. The Contractor shall notify the City Police Department prior to the shut down. No additional compensation will be made for keeping the traffic signal in operation as specified above. Traffic signal systems shall not be placed in operation, including flashing operation, prior to commencement of the functional test period specified in Section 86 -2.14, "Field Tests," of the Standard Specifications, unless ordered otherwise by the Engineer. XII. PULL BOXES Pull boxes shall conform to the provisions in Section 86 -2.06, "Pull Boxes" of the Standard Specifications and these Special Provisions. Pull boxes to be placed in unpaved areas shall be placed with their tops flush with surrounding grade. XIII. FIELD TESTS Field Tests shall conform to the provisions in Section 86 -2.14, "Field Tests" of the Standard Specifications and these Special Provisions. Insulation resistance values for megger tests shall not be less than 10 megohms on all circuits, except for inductive loop detector circuits which shall have an insulation resistance value of not less than 100 magohms. XIV. SIGNAL FACES AND SIGNAL HEADS Signal faces and signal heads and auxiliary equipment, as shown on the plans, and the installation thereof, shall conform to the provisions in Sections 86 -4.01 to 86 -4.04, inclusive, of the Standard Specifications and these Special Provisions. • 0 SP 5 of 5 The first sentence in the first paragraph of Section $6 -4.04, "Signal Head Mounting" of the Standard Specifications is modified to read as follows: Bracket mounted signal heads, as shown on the plans, shall be supported by mounting brackets consisting of watertight assemblies of 1 -1/2 inch standard steel pipe of malleable iron, ductile iron or brass pipe fittings. Terminal compartments shall be bronze. XV. CONTROLLER The existing controller is a solid state, non- density controller, Automatic Signal T I­__!2., J in a Type R cabinet,.which includes three (3) type "SP" modules and two (2) type "S" modules (see phase section schedule on plans). All equipment inputs, outputs, and terminals shall be identified by the phase designations shown on the plans.. A ggle switch shall De pro' Xhd to place the cont ler an all rod rest con 'tion in the abs ce of to operate as f ows: Th signal c trol is tn with al detectors operate in the pres ce m e. with no to loop cupied,all vehicle p e i cations will in red. The quen c pation of area over any will call f mmediate greehe rel ed phase and reverting to w and r di ctly when tp is o nger occupied, sequenci to as own in ase diagrn affic d pedestrians are p sent in a phases. troller so functio so that the las activated ehicle phase wi 1 remagreen until an conflictin hase is called. This ope tion be made to funct n with nor adjustment made on site withou p tools or devices. See plans for special wiring of loops in phase A -1 function. DL LL + -C At: t: I:N. -;ziZT F C- orrec-i:or.s c—A c-ha,-,9es SkQ.4. red d e 7 - GA, P. Pi c W-A 2 r PZ jEC.T CKIG1n1EEZ b <.4C . JJN a zs, ,570 July 21, 1970 TO: CITY CLERK FROM: Public Works Department SUBJECT: TRAFFIC SIGNAL MODIFICATION AT THE INTERSECTION OF JAMBOREE ROAD AND SAN JOAQUIN HILLS ROAD, C -1261 Attached are four sets of the subject contract and the insurance certificates. Will you please have them executed on behalf of the city, retain your copy and the insurance certificates, and return the remaining sets to our office for distribution. h" I Gail P. Pickart Project Engineer GPP /ldg att. TELEGRAPH AOORESS TELEX 677-136 TELEPHONE 3852861 AREA 2131 0 0 Alllan T. �ehoh'Con I N C O R P 0 R A T E D Insurance 3200 WILSHIRE BOULEVARD Los Angeles, California s000a June 29, 1970 City Clerk City of Newport Beach City Hall, 3300 W. Newport Blvd. Newport Beach, California Gentlemen: You will find enclosed: ❑ Policy as requested. OFFICES CHICAGO -SAN FRANCISCO ANCHORAGE CORRESPONDENT6 PRINCIPAL CITIES II. S.A. AND CANADA Be: Stein & Company, Inc. ❑ Endorsement which should be attached to your policy. ❑ Renewal policy continuing coverage on same terms and conditions. ❑ Certificate copy of policy the original having been sent to the mortgagee. ❑ Loss Payable Endorsement. ❑ Duplicate copy of policy. ❑ Certificate of Insurance as requested., naming you as additional insured and with ten day notice by registered mail. El Very truly yours, A LEN T. ARCHER CO. K. Ki e KK /BFG /k Encl. cc: Steiny & Company, Inc. �. 'y v -.ice 0 0 CERTIFICATE OF INSURANCE CITY CLERK Date: `UNE 29,, 1970 • CITY OF NEWPORT BEACH Job: All Operations of the insured • CITY HALL, 3300 W. NEWPORT BLVD, INCL. TRAFFIC SIGNAL MODIFICATION • NEWPORT BEACH, CALIFORNIA INTERSECTION JAMBOREE RD. & SAN JOAIQUIN HILLS, ROAD. STEINY AND COMPANY, INC., ET AL, INSURED: STEINY & MITCHEL, INC., ETAL 221 N. Ardmore Ave., Los Angeles, California 1801 Mariposa Street, San Francisco, California 1401 Baxter Street, Anaheim, California THIS IS TO CERTIFY AS TO THE EXISTENCE OF INSURANCE WITH HARBOR INSURANCE COMPANY AS DESCRIBED BELOW: COMPREHENSIVE GENERAL LIABILITY INSURANCE INCLUDING AUTOMOBILE LIABILITY POLICY NOS. 106379 and 106427 HARBOR INSURANCE COMPANY EFFECTIVE FROM: 7 -1 -68 to 7 -1 -71 LIMIT OF LIABILITY: $2,000,000.00 COMBINED SINGLE LIMIT PERSONAL LIABILITY AND BROAD FORM PROPERTY DAMAGE LIABILITY INCLUDING GENERAL OPERATIONS, BLANKET CONTRACTUAL, OWNER'S AND CONTRACTOR'S PROTECTIVE, COMPLETED OPERATIONS, AND OWNED, HIRED AND NON OWNED AUTOMOBILE LIABILITY INSURANCE. THE FOLLOWING ENDORSEMENT IS A- TTACHED TO EACH OF THE ABOVE POLICIES "IT IS AGREED THIS POLICY MAY NOT BE CANCELLED NOR THE LIMITS OF LIABILITY REDUCED UNTIL THE COMPANY HAS MAILED WRITTEN NOTICE TO EACH CERTIFICATE HOLDER STATING WHEN (NOT LESS THAN TEN (10) DAYS THEREAFTER) SUCH CANCELLATION OR REDUCTION SHALL BE EFFECTIVE. DELIVERY OF SUCH NOTICE -ON BEHALF OF THE COMPANY SHALL BE EQUIVALENT TO MAILING." HARBOR INSURANCE COMPANY BY W. YK1,1,UWa For further informaiton contact: Agent: Allen T. Archer Co. - 3200 Wilshire Blvd. Los Angeles, California TELEPHONE (213) 385 -2861 SEE REVERSE SIDE JUNE 29, 1970 THE FOLLOWING ENDORSEMENT IS ADDED TO POLICY NO. 106379 AND 106427 ISSUED BY HARBOR INSURANCE COMPANY: IT IS HEREBY UNDERSTOOD AND AGREED THAT THE POLICY TO WHICH THIS CERTIFICATE REFERS MAY NOT BE CANCELLED, MATERIALLY CHANGED, NOR THE POLICY ALLOWED TO LAPSE UNTIL TEN (10) DAYS AFTER RECEIPT BY THE CITY CLERK OF THE CITY OF NEWPORT BEACH, CITY HALL, NEWPORT BEACH, CALIFORNIA, OF A REGISTERED WRITTEN NOTICE OF SUCH CANCELLATION OR REDUCTION IN COVERAGE. IT IS FURTHER AGREED THAT THE CITY OF NEWPORT BEACH IS TO BE NAMED AS AN ADDITIONAL INSURED ON THE PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE AS RESPECTS JOB KNOWN AS: TRAFFIC SIGNAL MODIFICATION AT THE INTERSECTION OF JAMBOREE ROAD AND SAN J6AgbiN HILLS ROAD, C -1261, PERFORMED BY STEINY AND COMPANY, INC. LIMITS OF LIABILITY FOR THIS ENDORSEMENT ARE AS FOLLOWS: BODILY INJURY $250,000 EACH PERSON $5000000 EACH ACCIDENT $500,000 AGGREGATE PRODUCTS PROPERTY DAMAGE $100,000 EACH ACCIDENT $500,000 AGGREGATE PROTECTIVE $500,000 AGGREGATE PRODUCTS $500,000 AGGREGATE CONTRACTUAL HARBOR INSURANCE COMPANY BY: W. F. W. Fellows RESC:LUTION: 7199 A w0'aTilpl (N Tit CITY <;:CURM Of TIM CIYX OF kM4 'C3 XT jy�tihiWING Al L�T FOR ?�tAPi I Ii3NZ -I� V- IGATTON AT TO INtEBSEC 100 Or WN JirA: Ulh Nnli MAW tlbiu JAS RD", ',X"VT tACT W. 1261 M&EAS, puAs"nt to ow notice inviting bids for work in connneetion with the t;rsffim''ignal modification at the intersect: on Of San Joac;uiQ Hills "ad aaQ Jamb ©re@ S,oads Contract No. 1261, in a0cor4atic:e via Zhc: Plams atte specifi- cations heretofore adopted, bids were roaolved on the 15th day of June, 1970, and uuilialy apen" and dsalared; and wan"r it appears teat VW lowest responsible bidder therefor is Steiuy saad C<lWaay, lac.. of. Los Angeles; MMs TMUYMO BE IT BESOLV:b by the City Council of the City of mawport Beach that the bid of Steiay and Cossp&ys ins., for the work in the amount of $150019.00 be accepted, and that the contrast for the cissi;ribed work be awarded to said bidder; BE IT f'iTRTRF R RESOLVED that the lkyor and City Clerk Are hereby Authorized and directed to cawrtur„e a Uontraat in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and Vat the City Clark be directed to :Furnish an executed copy to the suacessful bidder. ALOBM this 22nd day of June, 1970. Ai1E &T yor My M&OF uY PIPMvt,:- 777"T7- Fk FGA it o A 0 Sl TO: CITY COUNCIL FROM: Public Works Department SUBJECT: TRAFFIC SIGNAL MODIFICATION AT THE INTERSECTION OF JAMBOREE ROAD AND SAN JOAQUIN HILLS ROAD (C -1261) RECOMMENDATION: June 22, 1970 E -3 Adopt a resolution awarding the contract to Steiny and Company, Inc. for $15,019.00 and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: The following four bids were received and opened in the office of the City Clerk at 3:30 P.M. on June 15, 1970: Bidder City Total Steiny and Company, Inc. Los Angeles $15,019.00 E. D. Johnson and Company Anaheim $15,020.00 Sully- Miller Contracting Company Orange $15,478.00 Smith Electric Supply Stanton $15,576.70 The low bid is approximately 25% more than the engineer's estimate of $12,034.00. Gas Tax Funds are available for the project under the budget item for installing traffic signals. Steiny and Company, Inc. is a well established firm in the Southern California area. They have satisfactorily accomplished similar projects for the City during previous years. The project provides for the modification of the existing traffic signal at the subject location to accommodate the new portion of San Joaquin Hills Road that has been constructed in conjunction with the Park Newport Apartments. It also includes the construction of a left -turn lane in the existing raised median on San Joaquin Hills Road easterly of Jamboree Road. The plans were prepared by Raub, Bein, Frost and Associates of Costa Mesa. The estimated date of completion is September 1, 1970. eph T evlin lic W s Director /bg N x m n 0 �I iii �u�uu�w III, �Y �I�Il�uie� z M r, r A D T T n z n r 0 T r O z T_ x m i � H r Z M roA o '^ D m b y z W-2 �n v—o r 2t 0 d m m n op� D � Z Lt� _n C1 i f7� � I� J O r n m r� r c 3 3 D -c 1� ,. 'jj 4 *V OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 3:30 PM on the 15th day of June , 1970 , at which time they wi bTT a opened and read, for performing work — asfi�o Tows: TRAFFIC SIGNAL MODIFICATION AT THE INTERSECTION OF JAMBOREE ROAD AND SAN JOAQUIN HILLS ROAD CONTRACT NO. 1261. Bids must be submitted on the Proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the Proposal Form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The Contract Documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signatures and titles of the persons signing on behalf of the bidder. For Corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required and the Corporate Se7 Sha beT� aff zed - to a I - documents requiring signatures. In the case of a Partnership, the signature of at least one general partner is required. No bids will be accepted from a Contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The Contractor shall state his license number and classification in the Proposal. Plans and Contract Documents, including Special Provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. A non - refundable charge of $2.00 will be required for each set of Plans and Contract Docu- ments issued to others. It is requested that the Plans and Contract Documents be returned within 2 weeks after the bid opening.. The City has adopted the Standard Specifications for Public Works Construction (1967 Edition and Supplements) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Ave., Los Angeles, Calif. 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $2.00 per set. The City reserves the right to reject any or all bids and to waive any informality in such bids. • • City of Newport Beach, California Notice Inviting Bids In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract and has set forth these items in Resolution No. 6982, adopted May 12, 1969. A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). 5 -15 -69 CiIY OF FORT BEACH e PUBLIC WORKS DEPA#NT CONTRACTORS CHECK -OUT LIST ,y; J NO. NAME AND ADDRESS BID OPEN INO ..r)�-t,:.ic IS, iq 7p - -- _ PROJECT IPAi FIC SICI -i Ai_ (V1�DI r1 C. n- t10 J WORK- INO•DAYS 60 C,,dSC{ K CA,c.N D! 'i,! r_, _1_, -1. '. t`.`:.1EL 7-1r 1,.t ;:>F --)n / ✓1 K4f -cE DEPOSIT REQUIRED ENOI NEER`3 ESTIMATE 9 1) n0 !2o A J iY J .1 r.J ..�.7 •A Q V 1 1.1 14, kv <l U Z r- NO. NAME AND ADDRESS PHONE DEPOSIT REMARKS 1- w. Do i3 C0"P.1 r MA i%- /540 C CJ,rtUE12 AvahiU` Z - I A ciL O' Z. �1-4-%i j J✓ T r-{ F "i l _. L- S T 1� L G T' /7b�tvi u l j !! i L.D. ,Jo :, r-rs �.-t E Cor.�a Awl •; HAnJD DnLIVZP. -tD- - S-<, Ny A..,'J �%. 1401 Jas {,ci C2 •%�r..E:=T. 176- (ocl c -� 92,f o L iZ. 1 t J v i' lY .- Y 5. x07'12 K.3. -. Av,,r j i z Sl/L .V•1, 1. -... w.. �-.J ALT w.�I Ir {V �..J. %• 1SS Oj � FivG - Imo. O.Qo.t (.:2U L-j -2 -tS t S:Las, T:r.tC . of L Y..IA,v; c• ZZ67 C. p.a i -6017 _ C.olz., .. � I: �; 1_ i- /I >{:L C'.ALI Ft f -`IJ+a `•<b l.c , l'1. 11.3.1 . -.a r. .•,.. .{.-{ A�,uvc' L.i 1314,3 _� .1 NI.i LIG .. �.y :, i'.:. ✓ { -:'.O ,J Cwo PA rJ Y, a 13 534 -atald A I c b V3 a3; PQBLSC WORKS DE:PA NT CON RACTORS CHECK•OUT LIST 3 P \/I PROJECI J � L o BOD OPENONG WORKING DAYS (I . ...... DEPOSIT REQUIRED ENGINEER'S ESTIMATE I L No. NAME -:tKD ADDRESS PtfON-L DEPOSIT REMARKS low'! 70 -j" ro---qL12- t-,t c jc 7 71 "G, F-i CONTRACT NO. 1261 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS NEW TRAFFIC SIGNAL MODIFICATION AT THE INTERSECTION OF JAMBOREE ROAD AND SAN JOAQUIN HILLS ROAD Approved by the City Council on this 25th Day of May, 1970 Laura Lagios, ity IV rk • CITY OF NEWPORT BEACH, CALIFORNIA NbTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 3:30 PM on the 15th day of June , 1970 , at which time they wiTT 6e opened and read, for performing work as oTlows: TRAFFIC SIGNAL MODIFICATION AT THE INTERSECTION OF JAMBOREE ROAD AND SAN JOAQUIN HILLS ROAD CONTRACT NO. 1261 Bids must be submitted on the Proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the Proposal Form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The Contract Documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signatures and titles of the persons signing on behalf of the bidder. For Corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required and the Corporate Se Shall be affixed to aTT documents requiring signatures. In the case of a Partnership, the signature of at least one general partner is required. No bids will be accepted from a Contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The Contractor shall state his license number and classification in the Proposal. Plans and Contract Documents, including Special Provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. A non - refundable charge of $2.00 will be required for each set of Plans and Contract Docu- ments•issued to others. It is requested that the Plans and Contract Documents be returned within 2 weeks after the bid opening. The City has adopted the Standard Specifications for Public Works Construction (1967 Edition and Supplements) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Ave., Los Angeles, Calif. 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $2.00 per set. The City reserves the right to reject any or all bids and to waive any informality in such bids. City of Newport Beach, California Notice Inviting Bids In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract and has set forth these items in Resolution No. 6982, adopted May 12, 1969. A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). 5 -15 -69 A 0 Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Sunday, after having received notice that the contract is ready for signature, the proceeds of check or bind accompany- ing this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 111. It Z.-7 3 Classification L^/ p Accompanying this proposal is /?, IS 2 %2&/) Cas erti ie Check, C Check or in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. STEINY AND COMPANY, INC. ELECTRICAL CONTRACTORS . 3 CL - t ELECTRICAL ENGINEERS Phone Number Lp8 ANGE , L . (SEAL) -�r z Date yT pe o1 rganization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: a="AND COMPAarv, INS% STEINY AND COMPANY. INC. aI 0 W$INY, PRES., TREAS., MGR. ELECTRICAL CONTRACTORS ELECTRICAL ENGINEERS R. ENGLISH; V. P. LOS ANGELES, CALIF. 90004 a . • 0 Page 3 DESIGNATION OF SUS - CONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the sub - contractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these sub - contractors except upon the prior approval of the Engineer. Item of Work Sub - contractor Address 2. 4. 10. 11 12 /t7iLL4 -94- f !1/I.itrv6C SRIMNY AND i ELECTRICAL CONTRACTORS ELECTRICAL ENGINEERS 22, {.OS ANGE , QrAI�IF, a�004 +-�t l� � dlE l2tt:L7 Authorized Signature 6h14 ifZ,'12A,11P 11" 11_'VCA71dN Type of Organization (Individual, - tnership or Corp) EINY `AND COMPANY INC, ELECTRICAL CONTRACTORS , ELECTRICAL �$ IRTAdAnomRE AVENUE ANGELES, CALIF. 90004 4 0 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, STEM AND COMPANY, INC. and GENERAL INSURANCE COMPANY OF AMERICA • '7F.e Pr¢minm Charged i -- ?,', 6ocd ':;included in G Page 4 on t1W Annual B0 o , Bond #623057 as Principal, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PER CENT (10X) OF THF. Ami)UNT OF THE nIn IN -- _Dollars ($ ---- - - - - -- ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of Traffic signal modification at the intersection of Jamboree Road and San Joaquin Hills Road Contract Number 1261 in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday and Sunday) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 15th day of l June - 19 74 , Corporate Seal (If Corporation) , (Attach acknowledgement of Attorney in Fact) By Title STEINY AND COMPANY INC. r5nc pa I i GENERAL INSURANCE COMPANY OF AMERICA Surety Jame�L mss- /L"l!/�f% ,� rader - - -- Attorney -in -Fact ,I ACKNOWLEDGMENT BY SURETY STATE OF CALIFORNIA ss. COUNTY OF LOS ANGELES On this 15th day of June 1 1970 , before me per- sonally appeared James A. Schrader known to me to be the attorney -in -fact of General Insurance Company of America, the corporation that executed the within instrument, and ac- knowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid County, the day and year in this certificate first above written. l - ........11l..;llllllllllb .,t:ni. W �� 'i Ai. FOSS Notary Public in the State of 'California - California County of Los Angeles Piincipni Office in ( Seal ) , LOS p••':cles County _AM7 eommissien Espires December 16, 1971 .. S-760 R1 7/66 .. r-• T ......._...... �LUU,wn;,auusxunu,ww4n Page 9 NON- COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrange- ment or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or material - man which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no induce- ment or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomesoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to be a me by c lye; � this / 5 day of , 19 70 . My commission expires: "/ & STEINY AND COMPANY, INC. _ ELCGTRICAL CONTRACTORS ELIECTRICAL ENGINEERS 221 NORTH ARDMORE AVENUE 7 o ar u is OrRC, •L 'cAL PAULA L. SCHM'ARTZ Q No rARY P,� LIC.CAL:. Of a NIA PRINCIPAL OFh CE LN My Commission LOS ANGELES COUNTY Expires May 21, 1972 Page 10 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. STEINY AND COMPANY, INC. ELECTRICAL CONTRACTORS ELECTRICAL ENGINEERS 221 NORTH ARDMORE AVENUE LOS ANGELES, CALIF. 90004 Page l0a 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. rJG ELECTRICAL CONTRACTORS' ELECTRICAL ENGINEERS 221 NORTH ARDMORE AVENUE LOS ANVELES, CALIF. 90004. , 4; 0 PRIof2 CITY OF NEWPORT BEACH TRAFFIC SIGNAL MODIFICATION AT THE INTERSECTION OF JAMBOREE ROAD AND SAN JOAQUIN HILLS ROAD CONTRACT 00. 1261 PROPOSAL To the City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92660 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 1261 in accordance with the Plans and Specifications and will take in full payment therefor the following unit price for each completed item of work, to wit: ITEM QUANTITY ITEM DESCRIPTION NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Modify traffic signal ��6HT rfiovS;j,�!) Fve' @ /Jye.d/LerDi� fy- civ� Dollars and Cj Cents $ o ump Sum 2. Lump Sum Remove existing P.C.C. curb and gutter; clear and prepare median for left -turn lane Dollars and d Cents $ $ L 7r6. Lump Sum 3. Lump Sum Remove, salvage, and reconstruct median irrigation system @ Dollars and O Cents $ Lump Sum 0 0 PR2of2 ITEM NO. QUANTITY AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 438 Construct P.C.C. curb and gutter Lineal Feet (Includes Type "A ", "B ", and transitional) @>/)�z&s- Dollars R.E. and Cents $ 3, 5Z e iL'nea Foot of 5. 280 Construct 13 -inch thick aggregate Tons base including subgrade preparation Dollars and Cents $ ,5� $ /.7-G0 0 y Per Ton 6. 110 Construct 5 -inch thick asphalt Tons concrete pavement including prime coat Dollars and Cents $ )6 ot $� Per Ton TOTAL PRICE WRITTEN IN WORDS (ITEMS 1 THROUGH 6): 2E26:k&-&/ rA�nvSA /,O N/N fit/ Dollars and (j Cents $ �, -; 6� 9, &0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 0 SPECIAL PROVISIONS FOR TRAFFIC SIGNAL MODIFICATIONS AT THE INTERSECTION OF JAMBOREE ROAD AND SAN JOAQUIN HILLS ROAD CONTRACT NO. 1261 I. SCOPE OF WORK SP 1 of 5 The work to be accomplished shall generally consist of, but not necessarily be limited to, the following: A. Furnishing, erecting, installing, modifying and restarting up a traffic signal installation at the intersection of Jamboree Road and San Joaquin Hills Road, and; B. The construction of asphalt concrete pavement widening for a left turn pocket in San Joaquin Hills Road. The contract requires completion of all the work in accordance with these Special Provisions; the City's Standard Special Provisions; the Plans; the City's Standard Drawings and Specifications; the California Division of Highways Standard Specifi- cations, January 1969; and the California Division of Highways Standard Plans, February 1968. The City's Standard Specifications are the Standard Specifications for Public Works Construction, 1970 Edition. II. COMPLETION OF WORK The Contractor shall complete all work on the contract within 60 consecutive calendar days after the date the City executes the contract. III. PAYMENT The lump sum price bid for the traffic signal modification at Jamboree Road and San Joaquin Hills Road, shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing and installing the system as shown on the plans and as specified. Full compensation for all additional materials and labor not shown on the plans or called for in the specifications or provisions, but which are necessary to complete the traffic signal work shall be considered as included in the lump sum price bid, and no additional compensation will be allowed therefor. Payment for all the work associated with the construction of the left -turn lane in San Joaquin Hills Road easterly of Jamboree Road will be made in the unit and lump sum prices shown in Bid Item Nos. 2 through 6. 0 • IV. TRAFFIC CONTROL SP2of5 The Contractor shall provide traffic control in compliance with Section 7 -10 of the City's Standard Specifications. One lane of traffic in each direction shall be allowed to flow through the intersection at all times. The minimum width for one lane of traffic shall be considered to be eleven (11) unobstructed feet. V. COOPERATION AND COLLATERAL WORK The Contractor shall cooperate with others in compliance with Section 7 -7 of the Standard Specifications. VI. WARRANTY All materials and equipment supplied on this job shall bear a 1 -year warranty so that any malfunction or other defect arising during said first year shall be promptly corrected by the Contractor at no cost or expense to the City. These warranties shall be provided in writing to the Contractor by the manufacturer(s), two copies of which shall be provided to the City by the Contractor. It shall not, however, be the Contractor's or controller manufacturer's responsibility to make the first service call on each occasion of trouble. The first call will be made by the City or City's maintenance contractor whenever service is apparently needed. If, as a result of examination made during initial call, it seems that warranty repairs or adjustments are required, the Contractor will then be asked to come to the site to effect needed repairs. All warranties shall begin at noon on the date of acceptance of entire job by the City. In the event any part of the traffic signal system provided as part of this job is inoperative during the warranty period and cannot be repaired in place, Contractor shall provide equivalent substitute materials and equipment during the time the City -owned materials and equipment are away from the site for repairs. VII. BONDING AND GROUNDING Bonding and grounding of conduit shall conform to Section 86 -2.10 of the California Standard Specification except as modified herein. All conduits shall be electrically and all other enclosures, and they enclosures. No bonding conductor that of an AWG No. 6 copper wire. VIII. CONDUIT bonded to each other where they enter pullboxes shall be bonded to the metallic frames of all shall have a current- carrying capacity less than Conduits shall conform to Section 86 -2.05 of the California Standard Specifications except as modified herein. Conduits shall be galvanized steel. Ells shall be factory made. Conduits shall be located at least 2 feet (in plan) from any pipeline or any underground structure not associated with the signal system, except where they must cross the runs of other pipelines or other underground structure. • IX. EQUIPMENT LIST AND DRAWINGS 0 SP3of5 Equipment lists and drawings of electrical equipment and materials shall conform to provisions in Section 86 -1.03 of the Standard Specifications and these Special Pro- visions. The City reserves the exclusive right to determine if alternative proposed equipment shall be acceptable. Bidders are cautioned to inquire of the City before bid time, the acceptability of proposed alternative signal or lighting equipment. Traffic signal controller cabinet schematic wiring diagrams shall have phase designations as shown on the plans. All equipment inputs, outputs and terminals shall be identified by the phase designations shown on the plans. In addition to the requirements in said Section 86 -1.03, the Contractor shall submit, for review, prior to wiring the cabinet, 2 copies of proposed cabinet layout showing location and spacing of shelves, terminal boards and external equipment, including dimensioning. The controller cabinet schematic wiring diagram and intersection sketch shall be combined into one drawing so that when the cabinet door is fully open, the drawing is oriented with the intersection. In lieu of being permanently sealed in plastic, the required diagrams shall be placed in a heavy duty transparent plastic envelope. X. VEHICLE DETECTORS Detectors shall conform to the provisions in Specifications and these Special Provisions. permitted to each sensor unit. Splices will ductors or lead -in cables. They shall be sp pullbox. All splices will be soldered. The in the pullbox. Section 86 -4.05B of the Standard A maximum of four (4) loops will be not be permitted in either loop con - liced together only in the appropriate loop conductor leads shall be tagged The installation and connection of multiple loop detectors in left turn pockets shall be as follows: A. Detectors shall consist of 4 loops designated as 1, 2, 3, and 4 respectively, beginning with the loop closest to the intersection. B. The loops shall be 6 feet by 6 feet with 9 foot spacing between loops. C. The two series circuits formed of loops 1 and 4 and loops 2 and 3 shall be joined in parallel. Conductors for inductive loop detectors shall be provided with 3/64 -inch minimum thickness insulation. In addition to the conductor specified for inductive loop detectors in Section 86- 4.05B(4), "Construction Materials" of the Standard Specifications, Type USE, cross - linked poly - ethylene - insulated conductors may be used. Sensor units for inductive loop detectors to be installed in a common cabinet shall have a minimum frequency difference of one kilohertz from any other sensor unit installed in the same cabinet. SP4of5 Sensor units for inductive loop detectors, in the pulse mode, shall provide a contact closure of 100 milliseconds duration, plus or minus 50 percent. In multiple loop installation, all loop conductors to be connected to the same sensor unit shall be wound in the same direction. No more than 4 loops shall be connected to a single sensor unit. The ends of all loop conductors to be operated by each sensor unit shall be run continuous to the nearest pull box. The loops shall be joined in the pull box in combination of series and parallel so that optimum sensitivity is obtained at the sensor unit. Final splices between loops and lead -in cable shall not be made until the operation of the loops under actual traffic conditions is approved by the Engineer. XI. SCHEDULING OF WORK Scheduling of work shall conform to the provisions of Section 86 -1.06, "Scheduling. of Work" of the Standard Specifications and these Special Provisions. The traffic signal may be shut down between 8:30 A.M. and 3:30 P.M. to accommodate the pulling of new wires. The signal shall remain in operation at all other times during construction. The Contractor shall notify the City Police Department prior to the shut down. No additional compensation will be made for keeping the traffic signal in operation as specified above. Traffic signal systems shall not be placed in operation, including flashing operation, prior to commencement of the functional test period specified in Section 86 -2.14, "Field Tests," of the Standard Specifications, unless ordered otherwise by the Engineer. XII. PULL BOXES Pull boxes shall conform to the provisions in Section 86 -2.06, "Pull Boxes" of the Standard Specifications and these Special Provisions. Pull boxes to be placed in unpaved areas shall be placed with their tops flush with surrounding grade. XIII. FIELD TESTS Field Tests shall conform to the provisions in Section 86 -2.14, "Field Tests" of the Standard Specifications and these Special Provisions. Insulation resistance values for megger tests shall not be less than 10 megohms on all circuits, except for inductive loop detector circuits which shall have an insulation resistance value of not less than 100 megohms. XIV. SIGNAL FACES AND SIGNAL HEADS Signal faces and signal heads and auxiliary equipment, as shown on the plans, and the installation thereof, shall conform to the provisions in Sections 86 -4.01 to 86 -4.04, inclusive, of the Standard Specifications and these Special Provisions. • SP 5 of 5 The first sentence in the first paragraph of Section 85 -4.04, "Signal Head Mounting" of the Standard Specifications is modified to read as follows: Bracket mounted signal heads, as shown on the plans, shall be supported by mounting brackets consisting of watertight assemblies of 1 -1/2 inch standard steel pipe of malleable iron, ductile iron or brass pipe fittings. Terminal compartments shall be bronze. XV. CONTROLLER The existing controller is a solid state, non- density controller, Automatic Signal No. ST 8285 in a Type R cabinet, which includes three (3) type "SP" modules and two (2) type "S" modules (see phase section schedule on plans). All equipment inputs, outputs, and terminals shall be identified by the phase designations shown on the plans. A toggle switch shall be provided to place the controller in an all red rest condition in the absence of calls to operate as follows: The signal control is to function with all detectors operating in the presence mode. With no detector loop occupied, all vehicle phase indications will dwell in red. The subsequent occupation of area over any loop will call for immediate green on the related phase and reverting to yellow and red directly when the loop is no longer occupied, sequencing to be as shown in phase diagram when traffic and pedestrians are present in all phases. Controller will also function so that the last activated vehicle phase will.remain in green until any conflicting phase is called. This operation will be made to function with minor adjustment made on site without special tools or devices. See plans for special wiring of loops in phase A -1 function. M A Corporation St_einy And Mitchel, Inc. �❑ A Co- partnership -- - - - --- - ---- -- - --- -- -•------- --- --- -- -- - - -- - - -- - -- — - -- - — (Name Most Correspond With Contractor's Licame in Every Detail) ❑ An Individual' !),,u -crP,u, OFrzcs ----------------- 221 North Ardmore Avenue _Los A_ngeles�__C4 C] Combination ° (stmet or P.O. Box) (City) (star.) (Zip Cod.) 90004 The signatory of this questionnaire guarantees the truth and accuracy of all statements and of all answers to interrogatories hereinafter made 1. Are you licensed as a Contractor to do business in California? ----- Yes.. License No ----- 1.6­1_2_7_3 Type. ----------- 2. How many years has your organization been in business as a contractor under your present business 13 Years - ---- ----- ................................. ----- ---- -- ------ -- ---- --- ----- --------- ------------------------ --- ---- --- -- -- ------ ----- - - - --- ------ ------ ----- - ---_- ----_--------------- = — 3. How many years experience in- .----- - - - -.- Electr ical __ __ ____ _______________ _ __ ___ construction work has your organization had: TYPO) (a) As a general contractor?-. °14- - ---------- ------ (b) As a subcontractor?...._... ----- 4-- ------- -----_------------------- 4. Show the projects your organization has completed during at least the last five years in the following tabulation: To assure maximum consideration for your prequalifrcauon rating, be specific as to the nature of the work your firm actually per /ormcd. YEAR TYPE OF WORK (Sec pages 2 and 3) (Give kind of Pavement) VALUE OF WORK PERFORMED LOCATION OF WORK FOR WHOM PERFORMED 1965 --- --E-- l-e-.-.-.c-.- t -r-----i-----c---- a--1 -- 287, 00___ __ Westwood-- ___- _- - -____ 1100_ G1endQn- .0 -orp. _- 1965 . " 487,423 00 Westwood Ar- dmoxe..- Coxp .... ...... . . . . ... 1965 ------ 436,607 00- ____,Burbank- - -- Lo.Qkheed.-Aircr- aft ---- 1966 - - ----- -- -- Traff .... 8 St. Lt. - -- -- ------ --- - -- --- -- _217x260:00 - - •- --- ---- --Garden Grgve- - -- -.. { Stata..of.-Cah.--•---------- 1965 -------- if " f " " " -- °---- --- -------- -180- ,053-_- 0 -0___ an__Feraq - S- ride. C.ity..- af..San- .F.ernand 1965 a n- ._- u._-- __- -n -..- 845 - 176 - 3.00Ca1deQQt't Zinn .,State.- of....Calif ------------ 1965 " " " " " 139,250- ,_00Sunny�l9- - ------ .. . . .. .State --- of -.. Calif.- ---------- 1966 -- -------6 Electrical___- ___ - ----•--- ---iiri - -- 336, 270 :,OQ_____Pt1.as.z.- - -- FI.,...L.A., eta.- ...City....of...Los..Ang 19 6 6 --- ------------ --•------------ ------------------------------- 1_, 0 3 3_, -3 5 - - -0 Q -_ - -Br. oadway...Stores raadway--Hale---.--------.- 1966 ) - 5.28_x.932 °QQ �'A.......�irport..... W.estern..AirC.i:..es 1966___ 7'Y'aff. Sig,__---- _St.Lt_, ____,373, 0_d 8, r.0- 0 -_... Santa.. Ana: -Fr.wy Stara--of- .Calif- .- .-- - - - - -- i966 1966 ii " " " " " n n n -t 113,7y$ OQ 31,8BG DO 07.- LA-21Q- 12_2114 Caldecatt--- Tttnr�-. JISU .2- .State -.of.- -Calif .tate--nf--Calif-•--------- -' 1967 Electrical °-------- ------ ----•- ----- --• ___- 340,5- 68- ,.00 -__ LQS-- f�ngeles- .-- - - - -., nited..Cali _ 19 -67 __;;-- 3- 78- ,084,- 0-0 - --) ... Angeles uta..Cluh..of._So_---Ca _l9 6 7 Ii ------ •- -- ----------- 17 -? .> a -2.4 -' Q Q ---Qrange--_---------- - ----- Westinghouse_,EC.ec...0 -- 19.67___?raff_,_ Sig:::.&_- St- t_ -.IAt_ ---- 2.95.,fi.0- 7...- OR.---YLes tan nd- -- ----- ---- ---- -City— of..-Los.. Angeles -19 6 7--- if ----- -- ---------- -•------ -- ­- -- -- - --22� a fi.Z4.,.O Q.- . -hqs.- Angeles torte-- -of..- Calif - ------ --- 19 -6 7 i, t ---- --- --- ---- -- -------- ----------- - � Marltebello---- -- --- -. tate o Calif 1968 Electrical 77quTid- ..f?u.s.-- C.a- .... -_ 1968 " --------------------- --- --- 12 0 01 -, 0 0.0__ 0 0 -_ - __Inglewood_______ •___ 1Ce t.. COO.k----------------- 19 6 8- 5-3-3 --------------- 66 .__ Lt . ____9 9.15 0 -0 : 0 0_ __Junigero_Fre y, -__ $- t?- te_._Qf- ..Calif--- ._ - -.. 1968 __St f i f " " " ------------- 101,000_ 00 Washington B1yd,.IQ &.- Ange1es.._County. 1969 Electrical 1 189 000. 00 Los Alamitgs______ -Io& Alritos..I3aca._ 19 6 9 "_ 220 , 0 0 0- 0.0•_ __Vernop , - - -CaZ l f -, - -S . L - - Motors ........ "- 1869 - -I •--•- --- __ 354,_000 00 Long Beach edelity - Federal ------------ -1969 - Traff, Sig. __- &__ St. __Lt. - -1 _-- -6�7 -, 40.0..00.._- 01rLA- .21QrEwy_ -_ *at e.-.of...Cal�f_.......... 1969 " 'f " " 107,000.00 South Gat it f So. Ga lu by " " " 1U4,bUU.UU U / — LA — Z.L U — r Wy AicaTe or 'al1r. 5. Have you or your organization, or any officer or partner thereof, failed to complete a contract ?. -N& I so, give details e For eo- partuerships, show the exact mme style of the firm, indicate whether a "general" or "limited" partnership, and Wt the names of all partners. Far combinato.. show the exact nemo style of the combination, and list the =an" of all members orparmen thereof. APPropriato 2,14a it or affidavits on pager 13 and 14 must be completed and executed. Where is based an a combination of several crganfadonr, show the ezperiexe, equipment, and financial resources of the combined organizations, (4) 0 eles lif Grp. �J Crack, O lang interest in any Erns presently prequalified with the State of California, show names thereof contro. I other lines of business are you financially interested? _....._.RUE_.._._...._.. Narrla the persons with %vhorn you have been associated in business as partners or business associates in each of the last five years ....... .. in - -bu-s-i-ness ---as --individ u al fronY-arch,1953 - to --- - -. - ............... ------- r!4—\7-a ------ U4 T-0 ... VJQ—Qg!Rqgr ---- 4% ----------- -------------- -------------- ----- ------------------------------------ — -,�rj_from December. 1968 to Present -------------- -1 ----------- : ----- - --------- -------------- -- -------------- -------------- ---- ----------- ----------- -- ----------------------- — ------ - ------------ - ------- - 9, What is the construction experience of the principal individuals of your present organization? INDIVIDUAL'S NAME PRESENT POSITION OR OFFICE IN YOUR ORGANIZATION' YEARS OF CONSTRUCTION1 EXPERIENCE 1 IN WHAT MAGNITUDE AND TYPE OF WORK I CAPACITY . ............. ------- Y. �.einy President I 2 0 _p:as Electrical All -ty D. Ei-seI n--rich u Dt-. Industrial omercial. ndustrial Commercial . - -- - ----------------------- - . Goodman -------- - u ..1.. -- ----------- -- -I --- --- - St-.---Lt.; --''Flee: .0. . ..C. -- ----------- - -�-1 nglish ------Gen. - ----S-- if -------------12 -6 ----------Traffic A -& --Sig. ---C - I I -E. - ------------[ - --------------------- ------------------- ---------------------------------------- ...................................................... ----------------------------- -------------------- -- - --------- - ------- -- ------------------------------------------- -- ------------- - ---- -------------------- ------------------------ ------ ---- -------------- -- - --... ----------- - --------------- ...... -- - -------------- -------------- --- -------- - ------ -- - ---, -....... ------------------------------------- ............ ------------------------------------------------- ----------- ------------------------------------------ - : ...... ......... - ------------------------ ........ --'- - -l--e--c- ----------- -------- -------- --------------- ----------- 10. List construction equipment owned by you in the following tabulation. It is preferred that like items be grouped as a single item but items may be detailed. Also, a separate schedule may be attached if desired.. QUAN - DESCRIPTION, NAME AND CAPACITY OF ITEMS 10 PURCHASE DEPRECIATION VALUE TITY I I I PRICE CHARGED OFF " V"A _12� ... --- 12 5 _ Mj_��jr_Qcpp .. �itaccessaries 1 63,6.86 -._00 - - - I - ---- ;- ----------------------- -------- --- ------------ ----------------------------------- .14_1- 8-5 CM Air Cojnp.-N/ja,q�zesqar.je-s ------------ ____150.1422 - -,0-011 -------------------- '5 I -Trenchers --- I --- -- - --- - ----- 9 ----- Concrete Saws 8,110 - on -d ------ --------- -to-2-719n--- Ladder Tr' T- Qn --- & --- V43.gn --- Delimi- .Qtbe eferred in - -.- ----------------- --2-7-, ----- ------------------------------- ------------------------------ — ------------ -------------- ------------------------ ------- A------ --- 2-Toa-Ladder --- Truraks ----------------- ----------------- ------------ -------- .................... --3 ------- --- 2-7-ca-Ladclex --- Trucks --- with --- PT.0 -Air ... Compr- zor ------ - ------------- --2 .......... 1-Man ... 9-314 --- Tom..D-el-ivery --- F-Pick-up --- Tr-ucl�s ----------------------------- -- a- --- -- � --- Car--. ------------------------------------------ - - - - ---------- -------------------- ------------------------------------------ ----------------- --------- Add irjo=ation as to the availabillty of other oquipme;.Z. Equipment Appraisal trust co...po.d with the ab.v* list. 9 ------------------------ 50 -,0 --- -- 1-i 6 --- - -- -.- . --------- 1581 -,_00 -- ..... ( --- �2.z-.90 ) --------- ---- ------------------- ------------- ------------- • • ` . .. .. . . (� ACOiZ07:liOn ✓0\T1iA'CT0 RaJ Ji� l E p / partner A Co- � ❑ t s11ip ❑ An Individual STET i �AY AND MITCH IN C] Combination Condition at close of business -------- ---..... - ......... --- :--- -- - - -- -June- 30,_--- _- •----- ------ 196.9._ ASSETS I DETAIL TOTAL Current Assets ;.Cash -------------- .---------- .-------------------- ___._._.. _ 2. Notes receivable ---------- .-- ----- ----- _-----.. _ _ 3. Accounts receivable from completed cc 4. Sums earned on incomplete contracts___ 5. Other accounts receivable_ ______________________ 6. Advances to construction joint venture: 7. Materials 'III stock not included in Item S. Negotiable securities ------- .------- .......--------- 9. Other current assets__ _______________________________ Fixed and Other Assets 110. Real estate ---- ---------------------------------- -- --------- ---------- ------------- ------------ --- 11. Construction plant and equi ­ m--e--n--t -_______________. Book Value - - --------------------- 12. Furniture and fixtures.__an leasehold _COSt- BOC 13. Investments of a non- current nature ....... .------ ........... ..........- ___._.... 14. Other non - current assets .... ------------------------------ - -. ------ - -.-.--------------- Current Liabilities 15. Current portion of notes and real estate encun 16. Accounts payable....... .___ 17. Other current liabilities.. TOTAL LIABILITIES AA'D CAPITAL exclusive-of equipment obligations Other Liabilities and Reserves 18. Real estate encumbrances.-;.. ...... ........... ...... 19. Equipment obligations secured by equipment ._.::.:.._ :... ... : ..... .... 20. Other non - current liabilities and non - current notes payable 21. Reserves .. Capital and Surplus 22. Capital Stock Paid Up_ ... ____ ..............-------...... __ .............. - 23. Surplus (or Net Worth)- $�..e`099. :.917...38.__ less___cos�, 'treasury stock purchased, 400,00 arQp TOTAL LIA:aiL= -•S AND CAPITAL. CONTINGENT LIABILITIES 24. Liability on notes receivable, discounted or sold ................... .. .... . 25. Lial):.ity on accounts receivable, pledged, assigned or sold........ 26. Li.:xuty as bondsman ....... ......... -°........... .................. -.... - ......... ------ 27. Liability as guarantor on contracts or on accounts of otheis,.... ?S. Other contingent liabilities ...... °...... -. ............. . ....._....... I................. 147 !.9 2 3,96 4241 571+ 79 670 +5.001_00._;! 754552. 54 � , 34t-! -S001.CO - - - -ii 479 484y29 -. -i .............. ................ — ------------ -- LH- -- is 11I000'00 - -- ------ ----- - - -- - 699 191738 -_. 7141917133 ........ - .... .............. 'A4,3891271189 } TOTAL COSTL\CENT LIADLITnlS ........................... .— ......jr...............�...._ Noav Show details under main hcndings in first column, extending totals of moin holdings to second column. Trade Receivables including $513,175.43 retentions. on billings, net of $13,000..00 reserve. The accompanying:notes.are an integral'part.of this. statement. N 0 r. 'Have any of the above been discounted or sold? i�r S tai J '-E-,!J fib', O A' On hand .... - -'-- - --- -- I Gesll: (b) Deposited in banks named (c) Elsewhere -- (state where) NAME Or TANK �a-- l,at-�_vi,il ;rl ed _Californ� oi- _America LOCATION DEI'OSIT IN NAME OF �_ngeles_ ______ Steiny & Mitchel . - - --- lale Steinv & Mitchel 30.00 c 147,952.32 -- ~------ -------- - - --- -_ --- -- -- Ah10UNT Inc. 82,704.12 inc. _ - I�-- -- - :c. 4G ,298. 83 IPc. 12,126.06 2 n NONE (a) Due within one year- - • -- --- -- - -- --- - -- - - ° --------- - -------- $- .... -------------- Notes Receivable: (b) Due after one year .__._.____- _- ____.___.__ -.._ -. --------- -------------------- -- - ---- -- - ----- $.__....._NONTE._- .._._. _ -- (c) Past due NONE RECEIVABLE FROM FOR WHAT DATE OF MATURITY HOW SECURED AMOUNT ----- ------------- - - - - -- - - -- =-- - - - - -- - - - =- - - - -- -------------------------- •- -t ---------------_------------- -- ---- -- --- ---- --- ------------ I --- ----- -- -- -------- - -- -- ------ -------- -------------- - --- - ------ - ----------------------- - - -- - �--= ------- ----•- ------ - ----- --- -- - f --------- - - - - -- --- ------- - ------ -- - - °- -------- - =. - ------ - = - -- --------------------------- ..L.------------ --------- - - - = -- = - - - - -- - -= ° - - --- --- ------- ---- ------ - -----•---------- TA R No If so, state amount, to whom, and Accounts receivable from completed contracts exclusive of claims not approved for payment 1119 .65 1 RECEIVABLE FROM I TYPE OF WORK AMOUNT OF � AMOUNT CONTRACT RECEIVABLE illiam Simpson Construction o_ Electrical $T+ 65 6�b`8 4�5 emainder, under 10 per cent i Electrical 2,108,627.90 Have any of the above been assigned, sold or pledged?-- __� - -__ if so, state amount, to whom, and # I Sums earned on incomplete- contracts, as shown by engineers' or architects' estimates__- ..__.- $1,104,762.27 RECEIVABLE FROM TYPE OF WORK AMOUNT OF CONTRACT I ANIOUNT RECEIVABLE illiam__SinDson_Construction Co. Electrical $4 -659 582 $ 375 833.6 emainder _,___uner10per__cent__ -__ ------------------------------ ------------------------ - -- ------------------------ •------------------ ----- - - - - -- Electrical___________ ------------------- - - - -- - - - - - -- -- v - - - -- - - - -t ------------------ - - - - -- -------- - - - - -= _ - - - - -- --------------------1---------------------------- .7.28_,98__4 l --------------------------- -------------------------------- ----- - - - - -- ._ -_ ., - - -- --------------- - - - - -- -------- - - - - -- --------- - ----------- __ - - - -- -. -. - - ----- ------------------ - - - - - -- -- - - - - -- --- ---- - ---- - - - - - -- - - -- --------- - - - - -- ------------------ - - - - -- - - i ------- .__ ------------ -------------- - - - - -- i --------------------------- -- - - --------- - - - - -- -------- ----------------- - - - - -- - Have any of the above been assigned, sold or pledged2__NO...... If so, state amount, to whom; and reason. ..... .. ..... ._--- ..- ._ - -_ - -. • List separately each itom amounting to 10 per cent or more of the total and combine em remainder, The accompanying notes are an integral part of this statement. {9j u 3 _r I I _ irOtiE i accounts receivable not from construction conuacts-•-.-_----°--_---_--__•--- _-- --- _- .---.---- _-- -...._ --... $-- ----- RECEIVARS.E FROM FOR WHAT WHEN DUL•' i A \SOUNT ..... . ......... ------------------- .------------------ _------------------ ------------- __- __- __- ._.-- _- _- __. ------ ----- ---------------------- __- __- ___.._.- _-- ____- __.._. .......................................... ....... .... ..... ...... ..... . . .. .. ------ .------- .....------------------- ......... ......... .----------------- +_.._--_._.__--__-_._-____-- .-___. ___.- _— ____'__- _-- _.-- .--------------------------------- .._ —_ r--- __... -._ _ . - -._. ._._ j---------- _------------------------------------ --------------- _------------- ------------------ What amount, if any, is past due ?- --- --------- ---- - -- $------�0= 1E..._ Assigned, sold, or pledged - - - - - ... - - - $ - VG \E - --- -- - --- - ---- -- - -- - -- - - .._.. - ----------- - 6 f Advances to construction joint ventures.--, ------------ - ­_­ $._.__._n0A'E TYPE Or What amount, if any, has been assigned, sold, or pledged? ---------------- --.-°--------- .......... ....... ._-- .--- ----- •-- ---__ --. $.- --._N ONE --- ----- ---- ---- -- ,l 1 Materials in stock and not included in Item 4 7 a For use on incomplete contracts (inventory value $-------- - - - - -- -- (b) For future operations (inventory value).._.. ------- -------- -_ -------------- -- $-- -..-._ ON (c) For sale (inventory value)_ --------------- --------------- --- -- ----- -------- --- - -- - -- $ -------- i- 10I--- -. VALUE DESCRIPT -SON QUANTSTY FOR INCOMPLETE F07 FUTURE I FOR SALE CONTRACTS OPERATIONS I What amount, if any, has been assigned, sold, or pledged ?..___ $ 1VQ�I ------ r Who has possession ? -- -- -- - - — - -- - -_ -- -- - -- - - -- — - - -- - - If any are pledged or in escrow, state for ,whom and reason........ ...... Ammmt nlnrirnA nr in nenmw - - .. MAXT" - Negotiable Securities (List non - negotiable items under Item 13) ®oo O (a) Listed—Present market value----------------------------------- ----- --- -- --- --- --------- ------ --- $-------------------- fit - - - -- -- ---- (b) Unlisted— present value ---- ------------- .--------- _. -------------- ----------- BOO HOOK VALUE P1tES1iN'f VALUE ISSUING COMPANY - CLASS' (ACTUAL OR ESTIMATED) UNIT PRICE AMOUNT UNIT AMOUNT __________________--__-_--------_--_..--__-- _.- __- __.-J_-.-.- _.- -------------- -- ---- -- ------ --_.- _.._ -_ -------------------- ------------------- ------------------ - ------------------ _ ------------------ _------ __.-- .— .. —_ -_ __ -..:_ .....-_.__ - -_.__ }--------------------------- ------------ _--------- _-- .— ..........._......._.._ .._ - _.-- _- _- __j___...._..__ .___._._. �_.__- ._- _._ -__ _- .____----- _J___.. -_.__-_.. ._-- —___ --- --- . .............. _.._._ .....___._____._. -_. - _-- __.------------------------------------------------------ _.___- ___-- _- _- _._- .- - - - - -- _.___.__...J-..___ ............................. _._..- _- . -_. -. -------------- .___.__........_ I..__-- __--- _- _.-- _.._.__ -_. ----------------- ........ Who has possession ? -- -- -- - - — - -- - -_ -- -- - -- - - -- — - - -- - - If any are pledged or in escrow, state for ,whom and reason........ ...... Ammmt nlnrirnA nr in nenmw - - .. MAXT" - D A* RELATIVE TO LIA 3iLITO 70 AVIIOAf PA7 ABLL United California Bat --- - ---- - 61 en H. Mitche l - r. K e 670,500.00 - -- -- - - - -- -- - - - S7.CUi1ITY WilliN DUG 1 AMOUNT IE 'U, iW� Accounts Pa Y" ble: (a) Not past due --- -- - - -- --------------------------- ---- --- ---------- - - - - -- -- ---- ----- ----- -- -- --- - -- ---- --i - --- ------ TO WHOM PAYABLE (b) Past due --------- --------------------------- ........ ____ .................. _-- - - - - -- ---- -- -_...__.______-- _-- ______ - -. _ -_._ _- .___..__ -____ ._-- ___- ___- ______ - -_ __________________________________________________ _______________________________ 1 TO WHOM PAYABLE FOR WHAT L__ -__ ___ _...._.__- ____.__. ---------------------------- WHEN DUE AMOUNT Econolite DESCRIPTION FOR WHAT WHEN DUG Materials _r i _ ... __." L71PCLe. c DI�.._a.f.e.�fi1LY:$_..S..b.9 �.ai�_____________�.J.,., �...:,....... Various 393 115.54 •--- ------ --- -- -------------------------- Remainder, under ------ -- -- --------------- ------ - ----- - 10 Dercent Various - ....z- ------- - -- iVarious 1.032.202.14 7 Other current liabilities ----------------------- --------------------------- 1 Accrued interest, taxes, insurance, payrolls, etc. DESCRIPTION ------------------------------- I ----------------------------- I 754,552,5A AMOUNT ',✓ 1� I Real estate encumbrances -------------------------- ----- -- --- ----- --------- - -- --- h'VNE i9 Construction Equipment obligations (a) Total payments due within six months $..........: -. -NONE ION secured by equipment: (b) Total payments due after six months.... $ ........ ........... ................ TO WHOM PAYABLE HOW PAYABLE O° AMOUNT _-- - - - - -- ---- -- -_...__.______-- _-- ______ - -. _ -_._ _- .___..__ -____ ._-- ___- ___- ______ - -_ __________________________________________________ _______________________________ 1 ------------------------------------------------------------ __________________________________________________________ _ L__ -__ ___ _...._.__- ____.__. ---------------------------- 20 1 Other noncurrent liabilities and non - current notes payable...- ................_. .......................- ....... $.......3 DESCRIPTION FOR WHAT WHEN DUG AMOUNT _r i _ ... __." L71PCLe. c DI�.._a.f.e.�fi1LY:$_..S..b.9 �.ai�_____________�.J.,., �...:,....... , -------- ....:... --- ------ --- . j_L'a.r.a11'L.wed___ bar-. ��12 ___',.DItL}73ny_1_S___SDZE__.S U -QC ' i. olt3_ ex.,-- -subord.in- �tt0iu- a.:=- -ex.7., ............................ zted--- to--. no- 4e. .- payahla- _i.n..hank- _ArA..alsA - Q- -_any---fu :tLe:...__---_inaXlrt� ----.-----2:_�tQ lz i a __ ^•ads.. ands = bnncLing- -aFr.eemeiws......-- - -- -- -------------- -- - ----------_ 10 yg .................... -- ------ -------- .mount payable under covenant no�'to_= 60mp_ete. iannt,aI m-.. I sn :. 21 I Reserves .............. ........................... ---- ........................................... - ....... - .... -- ......... -------------------- $---- DESCRIPTION AMOUNT Federal Income Taxes Applicable to Uncompleted Contracts I 4082984':29 °°--- 11 Deferred Federal Income Taxes (Z�QtQ l)_ 70,500.00 22 Capital stocic paid up: (a) Common - ------- -- ........................... - .............. - -- ......... -------------------- --is 1 0 0 0---.-.0...0 (b) Preferred ------------------°--------------°----•----- --------------------- ----- °--- - .. ON ---°- --- ----- �-rZ Bpi, , i .JU ic'Sd UVSb L ul CdJ 1 C`.� � L,. Surplus (or Net Worth) --- ------s.to es7 - �P40.O.. OD J...IIO- ------------------ ° - - - - $- ° °--6 - ' 9 _ 7- . 3 8 TOTAL LIABILITIES AND CAPITAL •' In this space show amount and fRpunLry of inrtollmonl payments. • List rcparotcly each item amounting to 10 per cent or mom of the tom] and combine the mmainder. [121 The accompanying notes are an integral part of this statement. corporatiou, answer this: 15 10 0 0 ._0 0- ------------------ - tVhen incorporated rpor ted- - ----- ---- - -- -1 i� 4,_11U_ ---------------- what State -------------- ----.-...----- Cr ]112.P.Y'Z1i---------------- .____ President's name-. ----------- . ------------ J.--Q -------- Stein y-------------- Vice President's name_ ----- ---------- D ---- 0. Eisenrieh Secretary's name --- -__..__-. - B• R. Robinson Treasurer's name -- ---- ---- --- ---- -- --- J.. - ----- - - - --- -- If a copartnershi , saver this: Date of organization ----------------------------------- ------------------------------ State whether partnership is general, limited or association — - -- - - - - - --------------- _ ------------------- ----- -- - -- ---- Name and address of each partner: WHERE PREQUALIFICATION IS BASED ON A COMBINATION OF ORGANIZATIONS, THE AP?1\02RIATE AFFIDAVITS BELOW MUST BE EXECUTED FOR EACH MEMBER OF SUCH COMBINATION. AFFIDAVIT FOR INDIVIDUAL - ---- ---- -- - - - ---- ------------------ ------- - ---------------------- -------------_ business as- .-- --- - - -- - ----- -- - - - --_ -- ----- - -_. ..... ----------------------- --------------- -- (Nam- of individual) (Name of firm, if any) certi fes and says: That he is the person submitting the foregoing statement of experience and financial condition, that he has read the same, and that the same is true of his own knowledge; that the statement is for the purpose of inducing the State of California to supply the submittor with plans and specifications, and that any depository, vendor, or other agency therein named is hereby authorized to supply said State of California with any information necessary to verify the state- ment; and that furthermore, should the foregoing statement at any time cease to properly and truly represent his financial condition in any substantial respect, he wil ?refrain from further bidding an State work until he shall have submitted a revised and corrected statement. I certify and declare under penalty of perjury that the foregoing is true and correct. Subscribedat ---- - ---------------- ------ --------- - --------- -- -• ----- --------------- ------------------------- State of_ ------------- -------------------- - --- (City) (county) NOTE: Statement will be returned unless affidavit is on . ................ ........................ ................... 19........... complete in EVERY respect. (Date) --- -- ------ - ------------------- - ......... ---°---- ........................... --------- (Applicant must sign here) AFFIDAVIT FOR COPARTNERSHIP certifies and says: That he is a partner of the partner- (Name of partner) ship of .............. .................................. ............ ... .......... ... ................. : that said partnership submitted the foregoing statement of (Name of firm) experience and financial condiiiv" ;;. that he has read the same and that the same is' true of his own knowledge; that the statement is for the purpose of inducing the State of California to supply the submittor with plans and specifications, and that any depository, vendor, or other agency therein named is hereby authorized to supply said State of California with any information necessary to verify the statement; and that furthermore, should the foregoing statement at any time cease to properly and truly represent the financial condition of said firm in any substantial respect, they will refrain from fur- ther bidding on State work until they shall have submitted a revised and corrected statement. I certify and declare under penalty of perjury that the foregoing is true and correct. Subscribed at--------- - ------ -------------- ----., State of --------- - -- ------ ---------_-_--- -- - --- _, (city) (county) NoTE: Statement will be returned unless affidavit is on- ....... _ .................. ................. ..................19........... complete in EVERY respect. (Date) ---- ------ --=-- .......... ...................... ------ -------- °- °-- (Member of fl. most sign here) ' I is foregoing statement and affidavit are hereby affirmed. (Name of firm) - -.. _ ............ ......... .......... ...-- ----------- ------- (ACmaming members of 6rm sign Lam) (13] A • ARTHUR ANDERSEN & CO. LOS ANGELES, CALIFORNIA To the Board of Directors, Steiny and Mitchel, Inc,; We have examined the balance sheet of STEINY AND MITCHEL, INC. (a California corporation) as of June 30, 1969, and the related statement of income and retained earnings for the year then ended. Our examination was made in accordance with generally accepted auditing standards, and accordingly included such tests of the accounting records and such other auditing procedures as we considered necessary in the circumstances. In our opinion, subject to the effect of adjustments, if any, which may result upon ultimate settlement of the claims described in Note 3, the accompanying balance sheet and statement of income and retained earnings present fairly the financial position of Steiny and Mitchel, Inc, as of June 30, 1969, and the results of its operations for the year then ended, in conformity with generally accepted accounting principles applied on a basis consistent with that of the preceding year. Los Angeles, California, October 10, 1969. ARTHUR ANDERSEN & CO, 0 • ♦f O O too N 1 O -'t 1 _�r O O m I N II 00 H0 N to l ri O O H 1 L� It to 1 M O I M to N O 1 N II N m 00 I O m 1 O O i I (T II OL- NO\ n I n O m b b0 O .-. H >M \D -T N 'T I to , N M [� I 11 1 w 1 q A I n 11 H 1 N I M 1 �T 11 H r 6G, 11 O 0 0 L- ri O O O M W O ,c\ H O L H N N M ri N ri �O t m N I N u to 1 O u z m o H 1 0 O H 1 to n II xu+ 1 I H+ n W N HBO \O .I 4� M W HMSO �Y' I NM U a' n, L�00OH 1 c'h m � m 00) ,6 I O W M M 1 mLr\ ro v v ri u] FL rg , O cry H U q v O +� All L O q 2 H O u] wry M H m m m H Pg bD h0 tfr w H •H v o q ri H 9 +) q w •H m O m M v a) A +� m .H O ro q •LD +) En .y v �Y v ro m m O L.., w H a) m O m U] .N +) V m 0 v PI m O V w q bD F ii w w U v 1 •H q U bD 'd m H 1 0 N U O i� n `H w li ro 9 a +' F+ N E N v H P q 0 O q q ro W n i •N 'd w N A N P m � P P k 'd 2 6., > w 0 0 m. P,.H 0 0 •H o m r-I m 6 •N W m +d U w v + q rw7 9 o' ro ca rw1 O° u] V m m nv w v v g o � H q H v q o m P, 0 q t; w V E O W FI O W V 0 a) O z P, v E •H r4 cc P O 6 N g v v H y> •N z v 0 4� E •H Z A O N am) •Hri O P, P, O q Ivn I Q chi W CO U F, fy A U m R, O Sa w m z 0 co 0 0., H A P P a) v W E =) U) a o w U W U 0 ° A m v U q w H w A W •N A +) w 0 i) F, w a r+ w FI 00 W -V q •H q w 0 p4 w m v 0 O q to q M q w a 0 0 U U w Q) A H V] H H N m W F F, bD m m b b0 O .-. q A A H r ro M q q • •H + +) m m ,S4 H P P v q • •H r ro v V V r ro 0 v' w w H ( (s, F, q q 0 0 r-i w w q q i' A v v w ro w w a a) w F F H H A F FA v v q +> v v m A q O O H m m t to a) w w V V CO + +' 0 0 a) 4 4� •H ;j O O 9 v v q q09; . ",4owq o o + +gym . .O a a) a q qb 9 .. " q H F O w w ro +� N + +) O O A A M •H r ro O O v v H V V H H O O w a) F Fi 0 •d i i� 0 0 N N + +� H C Ci d d m + +) P PI • •H +) P, a) w w w w CO O O ( (1) a) • •d a a) + +- CO bD ; ;J rl q q C C!] b bD 0 00 rA A A + + w 0 0 H v v v v v w v v + +) s s gv\ro b bD c A H H 0 0 q q 9 9 N U U a) X X A w H H • •H + +) O O O O •H w a a) w m + +3 H H z z ' '•H • •H 6 • •cs w w 0 0 w i, A A + +' m y y z z P P+ _P r i m m •d p, E q q w w H H r ro H H fv 'd ^ ^-. U +� c cc r rl a) r r+ w w 04 • •H rl w •H C CO + +) z z ; ;j H + +) v • •H q U U H H N P PI O O" w q q m m c cr, v H H r ro �4 q q 0 m m rl o . .r1 • •H w E El m m q q s, +1 w ^ ^A H v v q q ¢ ¢�j m m U a v v o o ci a a) P U r ri m m A A +3 0 0 W W 0 0 a) m . .x ,x v v > > • •ri W W H a a) 0 a a) +� V V V . .H P1 P P,+) w w V V X X c c, +> v >> V V U -P o o w w c c, •H q t to v + +� co ro P P,0 H H v q q g gi FI t+A 0 0 0 0 0) v vH a a> c corm q q b0 r ro w • •H v c co w w r ri El q q H H ; ;j w v + +1 q p w w w w A A w c co q v v H H m_ 1 1 c c, O O V V q _P •d m m m ;j w w 7 7 z z z, m m m vA O + +� ro • •H a) (D + +1 U q q 0 04 0 a) w w i� • • f fi F F-I w a a) F, U U r44 H ( (1) q A A m H m m 0 0 0 0 q O O � � W W .H ;, ' 'n U A P C CO F F, f fi 4 4' P, O O Fi 4 9: m m H co w w w P, v v O O v v •H O O O O q 7 F Fl -4 +� W + +3 a a) w w H H O O (d O O O w wa-I a a) P, H H+�F! X X V V s s, m m U U H Hm V 7 70 q q10 W WooA09 �O ( (f] A A O • •H E; m H H O w w F F, H b bD z z + +) :j v m m m 0 >, v v q q A A P P, H n n m •H , , m O� W W v v + +' O +' N N U + +' T Ti _ _r' w q q H H a a) a) H m w w +1 0 E Ei ; ;I • •H S S4 � � b b0 H I I-+ O O q-i . .H U m + +) F! q v v U U ti • •H q q C4 v v m w ( (1) Q Q N N O ro m m q H + +' O A H H q 0 q q 0 v v i i' a a) q q a a f f ro m i is - 'u N N w w N N z z ^ 1 1 0 H � �j .H H • •H w • •H '.i U N N U r r4 v v H H rd f f, d d' , , w•H + +� y> v O F F, H H�:j 6 6 Xi 1 1 v H H G,' O a a v v -P 9a r ro s sti q q O O r r-I w w v w w 0 04 H H 0 O q q +' +' b bD A A ' 'd U U r ro -xi P PI F, 1'h H H r ri P w w w >;', W S Sv •H O V V R R + +) G. a a) W W W W ra O (1) m m w w w w w w O O N N r+ k k w W A A O P, • •H 0 0 d d r r, O O q q W W A .N - - p, q 0 S Sa U U +) N N I m p p v W 6 6 w w P, H H U U • •H O O H H W W f fq w '0 5 5, •H m b bD w w a a) O O O m • •H I U C CO m m v v G G. T T_ q g g o ro H q q P P, + +- o H H s s, ro c, r ro zti a a s s b b ca r ro � � w H w w U F, w • •H v v u u) H O O v w g g v £!J m P P, O ' 'd + +> P PI n w w 1 17 11 r .rl r H H H v v 9 q q •H V G G, w w w •H 0 0 a)10 ro 0 0 q q 8 8N a a44 + ro . I •H z v v F, O F F, H 8 a a) q q C C4 H H v W A O O A 0 C O O:J O O H . .4 .H q q m ' 'd w O , , � 1 1 +' O H U U +' CO w A A + O V V [f} H H P, Q Q H • +> a 6 6Y O O$A U U U •rl N N O m ]zU66P7 W W W W o oz d d U U P P m U U U q q a a U U H H I Q N N O O N �O 1 1 0 N N O O I I N II z to N N to H 1 1 O• N 1 1 N 11 L� m I i� N 0 ° A m v U q w H w A W •N A +) w 0 i) F, w a r+ w FI 00 W -V q •H q w 0 p4 w m v 0 O q to q M q w a 0 0 U U w Q) A H 4 0 9 STEINY AND MITCHEL, INC. STATEMENT OF INCOME AND RETAINED EARNINGS FOR THE YEAR ENDED JUNE 30. 1969 CONTRACT REVENUES CONTRACT COSTS: Materials Labor Purchased services and other costs Gross profit, determined on a percentage of completion "oasis (Note 1) SELLING, GENERAL AND ADMINISTRATIVE EXPENSES Income from operations (after deducting depreciation and amortization of $132,538) PROVISION FOR FEDERAL INCOME TAXES, none of which are payable currently (Note 1) Net income ($93.96 per share of capital stock) . RETAINED EARNINGS, JUNE 30, 1968 $5,768,976 4,049,818 2,174,234 $13,027,401 11,993,028 1,034,373 795,156 I 239,217 126,000 113,217 919,964 -- 1,033,181 DEDUCT- Cost of treasury stock purchased in November, 1968 4001000 - RETAINED EARNINGS, JUNE 30, 1969 $ 633,181 The accompanying notes are an integral part of this statement. i 9 ! 0 STEINY AND MITCHEL, INC. NOTES TO FINANCIAL STATEMENTS JUNE 30, 1969 (1) The Company accounts for income on contracts in its financial statements on the percentage of.completion basis. For income tax purposes, income is reported on the completed contract basis; income taxes applicable to the earnings on uncompleted contracts have been provided in the financial statements. As of June 30, 1969, no income taxes are currently payable. Deferred Federal income taxes relate to differences in the methods used for book and tax purposes in providing for depreciation. The Company provides depreciation on the straight -line basis for book purposes, and on the declining- balance method for tax purposes. (2) The Company has a pension plan for eligible salaried and clerip.al employees. The Company's policy is to fund the pension costs accrued and cnarge such costs to income. The cost of the plan for the year ended June 30, 1969, was $13,700. There are no past service liabilities under the plan, and vested benefits do not exceed the fund balance as of June 30, 1969. (3) The Company is presently engaged in processing contractual entitlements under a contract in progress, of which a portion ($208,000) is reflected in the financial statements as of June 30, 1969. In the opinion of management, these represent minimum amounts and additional amounts (which have been claimed) will also be recovered. However, the total amount recoverable under this contract is not presently determinable. (4) The Company has lease commitments on buildings and vehicles aggregating $191,900 over the next five years, of which $55,400 is due prior to July, 1970.