HomeMy WebLinkAboutC-1403 - Installation of traffic signals - TOPICS ProgramRECORDING REQUESTED .) 695
BY AND MA TO 9
City of Newport Beach LFft
3300 W. Newport Blvd.
Newport Beach, CA
NOTICE OF COMPLETION
PUBLIC WORKS
1 &
41 9K 1,9854PC 58
RECORDED IN OFFICIAL RECORDS
OF ORANGE COUNTY, CALIFORNIA
9:05 A.M. AUG 16 1973
J. WYLIE CARLYLE, County Recerder
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on December 21, 1972
the Public Works project consisting of Federal Aid Topics Project No. EHS -T- 3041(152'
Installation of Traffic Signals and Highway Lighting at Bayside Dr- Jamboree Rd-
Marine Ave Intersection- Newport Center Dr- Newport Center Dr East and West Inter-
section and Superior Ave - Placentia Ave Intersection (C -1403)
on which Steinv and Companv. Inc.
was the contractor, and General Insurance Company of America
was the surety, was completed.
V ERIFICA
I, the undersigned, say:
CITY OF NEWPORT BEACH
C Morks Director
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on August 14. 1973 at Newport Beach, California.
I, the undersigned, sa.y.
I am the City Clerk of the City of Newport Beach; the City Council of said
City on August 13 1973 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 August 14, 1973 at Newport Beach, California.
\\
a�
Y
J
0 0
August 27, 1973
Steiny and Company, Inc.
221 North Ardmore Avenue
Los Angeles, CA 90004
Subject: Surety General Insurance Company of America
Bonds No. 927971
Project TOPICS Traffic Signals (various)
Contract No.: 1403
The City Council on August 13, 1973 accepted the work of subject
project and authorized the City Clerk to file a Notice of Completion
and to release the bonds 35 days after Notice of Completion has
been filed.
Notice of Completion was filed with the Orange County Recorder
on August 16, 1973 in Book 10854, Page 581. Please notify
your surety company that bonds may be released 35 days after
recording date .
Laura Lagios, C. M. C.
City Clerk
dg
cc: Public Works Department
i
CITY OF NEWPORT BEACH
CALIFORNIA
City Hall
3300 W. Newport Blvd.
Area Code 714
673 -2110
Date: August 14, 1973
Mr. J. Wylie Carlyle
County Recorder
P. 0. Box 238
Santa Ana, California 92702
Dear Mr. Carlyle:
Attached for recordation is Notice of Completion of Public
Works project consisting of Installation of Traffic Signals-
TOPICS Program Contract No. C -1403
on which Steiny and Company, Inc. was the Contractor
and General Insurance Company of Americawas the surety.
Please record and return to us.
Very truly yours,
Laura Lagios
City Cleric
City of Newport Beach
LL:dg
Encl.
Date s._.._ " 3m"
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No, iyaj
Project 3 Iml&3a0
TOM Maw
Attached is signed copy of subject contract for transmittal to the contractor.
Contractor: SftiM awd 9mew, !np.
Address: :2I *904► Artf= +o Ava", Los k1p3M. G 900
Amount: $
Effective Date:
Resolution No.
No. T90i
LL-dg
Att.
cc: Finance Department [�
Laura Lagios
'00 .
SECTION D
PROPOSAL
FOR
ROAD IMPROVEMENTS
INSTALLATION OF TRAFFIC SIGNALS
AND
HIGHWAY LIGHTING AT
BAYSIDE DRIVE - JAMBOREE ROAD- MARINE AVENUE INTERSECTION
NEWPORT CENTER DRIVE - NEWPORT CENTER DRIVE EAST AND WEST INTERSECTION
AND THE
SUPERIOR AVENUE- PLACENTIA AVENUE INTERSECTION
CONTRACT NO. C -1403
FEDERAL AID TOPICS PROJECT NO. EHS -T- 3041(152)
CITY OF NEWPORT BEACH
CALIFORNIA
Project Plans: T- 5060 -S (6 sheets)
Completion Time: 180 calendar days
Bid to be received on May 16 1972 before ll :00 A.M.
LIQUIDATED DAMAGES $100 PER DAY
SUBMITTED BY:
STEINY AND COMPANY, INC.
Contractor
221 North Ardmore Avenue
Address
382 - 2331
Phone
$141.787.00
TOT L BID PRICE
D -1
G
L. i
PROPOSAL
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
ROAD IMPROVEMENTS
INSTALLATION OF TRAFFIC SIGNALS
and
HIGHWAY LIGHTING AT.
BAYSIDE DRIVE - JAMBOREE ROAD- MARINE AVENUE INTERSECTION
NEWPORT CENTER DRIVE - NEWPORT CENTER DRIVE EAST AND WEST INTERSECTION
AAD THE
SUPERIOR AVENUE- PLACENTIA AVENUE INTERSECTION
CONTRACT NO. C -1403
FEDERAL AID TOPICS PROJECT NO. T -3041 (152)
BIDDING SHEET
To the Honorable City Council
City of Newport Beach
3300 West 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, Special Provisions, and
Construction Details and hereby proposes to furnish all materials and do all the
work required to complete Contract No. C -1403 in accordance with the Plans and
Specifications, and will take in full payment therefor the following Lump Sum prices
for the work, complete in place, to wit:
NO. AND [MIT UNIT PRICE WRITTEN IN WORDS PRICE
1. Lump Sum Construct traffic signals and roadway
improvements at intersection of Bayside
Drive and Jamboree Road - Marine Avenue
(Location 'A ")
Forty Nine Thousand Seven
@ Hundred Seventy Five Dollars
and
No Cents
Lump Sum
2. Lump Sum Construct traffic signals and roadway
improvements at intersection of Newport
Center Drive and Newport Center Drive
East and West
(Location "B ")
$ 49,775.00
@ Forty -Four Thousand Two Hundred Dollars .
Fifty -Two and
No Cents $ 44,252.00
Lump Sum
F#B�A
UN
PROPOSAL •
BIDDING SHEET
IN
3. Lump Sum Construct traffic signals and roadway
improvements at intersection of
Superior Avenue and Placentia Avenue
(Location "C ")
@ Forty -Seven Thousand Seven Dollars
Hundred ixty and
No Cents
Lump Sum
TOTAL PRICE WRITTEN IN WORDS:
One Hundred Forty -One Thousand Seven Hundred Eighty Savepollars
and
No Cents
CONTRACTOR'S LICENSE NO. 197771 BIDDER'S NAME
.� �•
DATE 5 -16 -72 AUTHORIZED SIGNATURE /S/ Richard English.
Vice President
TELEPHONE 382 - 2331 ADDRESS 221 North Ardmore Ave.
Los Angeles, Calif. 90004
D -3
V._...
PROPOSAL
SIGNATURE SHEET AND AFFIDAVIT
All bids are to be computed on the basis of the given estimated quantities of work,
as indicated in this Proposal, times the unit price as submitted by the bidder. In case
of a discrepancy between words and figures, the words shall prevail. In case of an error
in the extension of a unit price, the corrected extension shall be calculated and the bids
will be computed as indicated above and compared on the basis of the corrected totals.
The estimated,'quantities of work indicated in this Proposal are approximate only,
being given solely as a basis for comparison of bids.
The undersigned has checked carefully all of the above figures and understands that
the City will not be responsible for any errors or omissions on the part of the under-
signed in making up this bid.
The undersigned agrees that in case of default in executing the required contract
with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal
Holidays, after having received notice that the contract is ready for signature, the
proceeds of check or bond accompanying this bid shall become the property of the City
of Newport Beach.
Licensed in accordance with the Statutes of the State of California providing for
the registration of Contractors „License No. 161273 Classification C -10
Accompanying this proposal is BIDDERS BO D
Cash, Certified Check, Cashier's Check or on
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workmen's compensation or to
undertake self- insurance in accordance with the provisions of that code, and agrees to
comply with such provisions before commencing the performance of the work of this contract.
P one umber l Bi3d s 11— ameMPANY, INC.
(SEAL)
5 -16 -72 by: Richard English, Vice - President
Date Authorized Signature
Authorized Signature
A CALIFORNIA CORPORATION
Type of Organ zatIOn
(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. 0. STEINY, PRESIDENT, TREASURER, MANAGER
G. M. GEHAN, SECRETARY, VICE PRESIDENT
R_ENrlT4H VICE PRFSTnFNT
n A ..
FOR f* GINAL, SEE CITY CLERK'S FILE C6
PROPOSAL
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, STEINY 41ND COMPANY, INC. , as Principal,
and GENERAL INSURANCE COMPANY OF AMERICAL as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of TEN PER CENT (10%)
OF AMOUNT OF THE BID IN - - -- Dollars ($ - - - -- ), lawful money of the United
t
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
INSTALLATION OF TRAFFIC SIGNALS AND HIGHWAY LIGHTING AT BAYSIDE DRIVE - JAMBOREE ROAD- MARINE
AVE. INTERSECTION: NEWPORT CENTER DR.= NEWPORT CENTER DR. E AND W INTERSECTION AND THE
(152)
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 (1`0) days (not including Saturday, Sunday and Federal Holidays) from
the date of the mailing of a notice to the above bounden principal by and from said City
of Newport Beach that said contract is ready for execution, then this obligation shall
become null and void; otherwise it be and remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the surety from
its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 16th day of
May 19.72
Corporate Seal (If Corporation)
(Attach acknowledgement of
Attorney -in -Fact .
NOTARY PUBLIC:
STEINY AND COMPANY INC.
Principal
BY: RICHARD ENGLISH VICE PRESIDENT
Commission Expires 12/16/75 GENERAL INSURANCE COMPANY OF AMERICA
Surety
/s/
By E. J. MC KENNA
D -5
PROPOSAL
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, acrd 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
].—ISLANDS AND VARIOUS SANDOVAL PAVING CERRITOS
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
STEINY AND CPANY._INC.
6�3 ed r same
BY; /s/ Richard English, Vice President_ _
Authorized signature
D -6
A CALIFORNIA CORPORATION
Type of Organization
(Individual, Co- partnership or Corp.)
221.North Ardmore Avenue
Los An eles, California 90004
ress
9 PROPOSAL •
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
whomsoever to pay,,'deliver to, or share with any other person in any way or manner,
any of the proceeds of the contracts sought by this bid.
Subscribed and sworn to before me by
this 16th day of May_ ,
19 77
My commission expires:
February 17. 1975
STEINY AND COMPANY, INC.
BY; /s/ RICHARD ENGLISH, VICEPREISIDENT
/s/ Mary McClung
Notary Public
D -7.
PROPOSAL
CERTIFICATION WITH REGARD TO THE PERFORMANCE
OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT
TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING
OF REQUIRED REPORTS
The bidder X, , Proposed subcontractor , hereby certifies that
he has X , has not , participated in a previous contract or
subcontract subject to the equal opportunity clause, as required by
Executive Orders 10925, 11114, or 11246, and that he has X ,
has not filed with the Joint Reporting Committee, the director of
the Office of Federal Contract Compliance, a Federal Government't6ntracting
or administering agency, or the former President's Committee on Equal
Employment Opportunity, ail reports due under the applicable filing
requirements.
STEINY AND COMPANY, INC.
Company
By: /s/ Richard English
Vice President
it e
5 -16 -72
Date
Note: The above certification is required by the Equal Employment Opportunity
Regulations of the Secretary of Labor (41 CFR 60- 1.8(b) (1)), and must be
submitted by bidders and proposed subcontractors only in connection with contracts
and subcontracts which are subject to the equal opportunity clause. Contracts
and subcontracts which are exempt from the equal opportunity clause are set forth
in 41 CFR 60 -1.5. (Generally only contracts or subcontracts of $10,000 or
under are exempt.)
Currently, Standard Form 100 (EEO -1) is the only report required by the Executive
Orders or their implementing regulations.
Proposed prime contractors and subcontractors who have participated in a previous
contract or subcontract subject to the Executive Orders and have not filed the
required reports should note that 41 CFR 60 -1.7 (b) (1) prevents the award
of contracts and subcontracts unless such contractor submits a report covering
the delinquent period or such other period specified by the Federal Highway
Administration or by the director, Office of Federal Contract Compliance, U. S.
Department of Labor.
D-8
0 0
SECTION E
CONTRACT DOCUMENTS
FOR
ROAD IMPROVEMENTS
INSTALLATION OF TRAFFIC SIG14ALS
AND
HIGHWAY LIGHTING AT
BAYSIDE DRIVE- JAMBOREE ROAD- MARINE AVENUE INTERSECTION
NEWPORT CENTER_DRIVE- NEWPORT CENTER DRIVE EAST AND WEST INTERSECTION
AND THE
SUPERIOR AVENUE - PLACENTIA AVENUE INTERSECTION
CONTRACT N0: 1403
FEDERAL AID TOPICS PROJECT NO. EHS -T- 3041(152)
in and for the
CITY OF NEWPORT BEACH
CALIFORNIA '
Items to be executed after award'of contract:
Sheet No.
E -2 & 3 Contract
E -4 & 5 Labor and Materials Bond
E -6 & 7 Performance Bond
An insurance policy as specified in Section 1 -2.06, Legal Relations and
Responsibilities of the Special Provisions shall accompany contract.
These contract documents are not to be filed with proposal
e
E -1
CONTRACT
THIS AGREEMENT, made and entered into this day of lg? ,
by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the
City, party of the first part, aAd STEINY �D COMPANY. INC
hereinafter designated as the Contractor, party of the second part.
WITNESSETH: That the parties hereto do mutually agree as follows:
1. For and in consideration of the payments and agreements hereinafter mentioned
to be made and performed by the City, the Contractor agrees with the City to furnish all
materials and labor for the construction of
DRIVE EAST AND WEST
11116K3FU11U11 MU Inrr QUrr K1UK MYCIWG- rLIAULI111A M [I1ur. 1111[ ,3CL11U11 It. -14U.31)
FEDERAL AID TOPICS PROJECT NO. T- 3041(152)
and to perform and complete in a good and workmanlike manner all the work pertaining
thereto shown on the Plans and Specifications therefor; to furnish at his own proper
cost and expense all- tools, equipment, labor, and materials necessary therefor, (Except
such materials, if any, as in the said Specifications are stipulated to be furnished by
the City), and to do everything required by this Agreement and the said Plans and
Specifications.
2. For funishing all said materials and labor, tools and equipment, and doing
all the work contemplated and embraced in this Agreement, also for all loss and damage
arising out of the nature of the work aforesaid, or from the action of the elements,
or from any unforeseen difficulties which may arise or be encountered in the prosecu-
tion of the work until its acceptance by the City, and for all risks of every description
connected with the work; also, for all expenses incurred by or in consequence of the
suspension or discontinuance of work, except such as in said Specifications are expressly
stipulated to be borne by the City; and for well and faithfully completing the work
and the whole thereof, in the manner shown and described in the said Plans and
Specifications, the City will pay and the Contractor shall receive in full compensation
therefore the lump sum price, or if the bid is on the unit price basis, the total price
for the several items furnished pursuant to the Specifications, named in the bidding
sheet of the Proposal, as the case may be.
3. The City hereby promises and agrees with the said Contractor to employ, and
does hereby employ the said Contractor to provide the materials and to do the work
according to the terms and conditions herein contained and referred to for the price
aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon
the conditions set forth in the Specifications; and the said parties for themselves,
their heirs, executors, administrators, successors and assigns, do hereby agree to
the full performance of the covenants herein contained.
4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the
Plans and Specifications, and all amendments thereof, when approved by the parties
hereto, or when required by the City in accordance with the provisions of the Plans and
Specifications, are hereby incorporated in and made part of this Agreement.
E -2
�r
1�
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.
b. The Contractor shall assume the defense of and indemnify and save harmless the
City, the Director of Public`Works, and their officers and employees, from all claims,
loss, damage, injury, and liability of every kind, nature, and description, directly or
indirectly arising from the performance of the contract or work, regardless of responsi-
bility for negligence; and from any and all claims, loss, damage, injury, and liability,
howsoever the same may be caused, resulting directly or indirectly from the nature of
the work covered by the contract, regardless of responsibility for negligence.
7. It is agreed the improvement contemplated in the performance of this contract
is a TOPICS improvement over which the State of California shall exercise general
supervision; and, the State of California therefore shall have the right to assume
full and direct control over this contract whenever the State of California, at its
sole discretion, shall determine that its responsibility to the UniteA.5tates so
requires. In such cases, the State Contract Act will govern.
IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed
the day and year first above written.
ATTEST:
Fc a :P
N
City C
A oved as t orm:
City Attorney
E -3
CITY OF NEWPORT BEACH,_ CALIFORNIA
— `maa;yor
By:
By:
3TE1NY AND COMPANY, INC.
Contractor
(SEAL)
SECKETARY
STATE OF CALIFORNIA,
3
COUNTY OF LOS ANGELES
..............
OFFICIAL SEAL
Mary McClung
NOYARY PUBLIC - CALIFORNM
A PRINCIPAL OFFICE IN
LOS ANGELES COUNTY
i My Commission Expires Feb. 11, 1915
....... ...............................
.0
SS.
1
ON rune 9 , 19_72,
before me, the undersigned, a Notary Public in and for said State, personally appeared
rT- t,_ 5t-piny , known tometobethe
President, and rlAnn M GPhan , known to me
to be the _Secretary of
the Corporation that executed the within Instrument, known to me to be the persons who
executed the within Instrument, on behalf of the Corporation herein named, and acknowledged
to me that such Corporation executed the within Instrument pursuant to its by-laws or a
resolution of its board of directors.
WITNESS my hand and official seal.
PM& 6 Sep., WCOM FOM W- Rev. M w.up:ounr or uanmAn .rArron..r nwnueq cq...
EXECUTED IN FOUR CO*RPARTS � BOND #927971
Freni!m- charged for tnue
LABOR AND MATERIAL BOND r,",li is i , hied ;❑ chat Shown
on the Perfurmsnce B9.1d."
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California by
motion adopted May 22, 1972
has awarded to STEINY 8ND COMPANY, INC.
hereinafter designated as the "Principal ", a contract for HIGHWAY LIGHTING AT
BAYSIDE DRIVE - JAMBOREE ROAD- MARINE AVENUE INTERSECTION; NEWPORT CENTER DRIVE - NEWPORT CENTER
DRIVE FAST AND WEST INTERSECTION AND THE SUPERIOR AV NU - PIACENTIA AVENUE INTERSECTION (C -1403)
FEDERAL AID TOPICS PROJECT N
in the City of Newport Beach
and other contract documents
in strict conformity with the Drawings and Specifications
on file in the office of-the City Clerk.
WHEREAS, said Principal has executed or is about to execute said,contract and the
terms thereof require the furnishing of a bond with said contract, providing that if
said Principal or any of his or its subcontractors, shall fail to pay for any materials,
provisions, provender, or other supplies or teams used in, upon, for, or about the per-
formance of the work agreed to be done, or for any work or labor done thereon of any
kind, the Surety on this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We STEINY AND COMPANY INC.
as Principal, hereinafter designated as the Contractor and
GENERAL INSURANCE COMPANY OF AMERICA
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
SEVENTY THOUSAND EIGHT HUNDRED NINETY THREE
AND 50 /100 - -- Dollars 70,893.50 )
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 assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or his subcontractors,
fail to pay for any materials, provisions, provender, or other supplies or teams, used .
in, upon, for, or about the performance of the work contracted to be done, or for any
other work or labor thereon of any kind or for amounts due under the Unemployment Insurance
Code with respect to such work or labor, that the Surety or Sureties will pay for the same,
in an amount not exceeding the sum specified in the bond, and also, in case.suit is brought
upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the
Provisions of Section 4204 of the Government Code of the State of California.
E -4
(Labor and Material Bond - Continued)
This bond shall inure to the benefit of any and all persons, companies, and corporations
entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to
give a right of action to them or their assigns in any suit brought upon this bond,.as
required by the Provisions of Section 4205 of the Government Code of the State of
California.
And the said Surety,;, for value
extension of time, alterations
to be performed thereunder or
affect its obligations on this
extension of time, alterations
work or to the specifications.
received, hereby stipulates and agrees that no change,
or additions to the terms of the contract or to the work
the specifications accompanying the same shall in any wise
bond, and it does hereby waive notice of any such change,
or additions to the terms of the contractor or to the
In the event that any principal above named executed this bond as an individual, it is
agreed that the death of any such principal shall not exonerate the surety from its
obligations under this bond.
t ,
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety
above named, on the 316t day of. May 19-z2-.
STEIff AND COMPANY. INC. (Seal)
Seal)
Seal)
Seal)
(Seal)
GENERAL( IINSURANC/E CC"ANSF- OF AMERICA
BY: J I rr�U �Pi (Seal)
Davi N� Sax own — Atto y in Fact
p ved a40* '
A
City Attorney
This bond was approved by the City Council
of the City of Newport beach by motion on
Da to
Attest:
City Clerk
E -5
II' STATE OF CALIFORNIA,
_ COUNTY OF LOS ANGELES
i
OFFICIAL SEAL �
Mary McClung ;
� - NOTARY PUBLIC — CALIFORNIA !.
v1INCIPAL OFFICE IN
LOS ANGELES COUN7y )
My Commission E :Dices Feb. 17, 197
■ ■■■■ een........ u. ■uu•ouu■uuoo e
d Sec., Wokotts Fone 22)—Fev. 354
ss.
NN dune- 9 19_79,
before me, the undersigned, a Notary Public in and for said State, personally appeared
J . 0. St= , known to me to be the
President, and Glenn M. GeIaan , known to me
to be the — Secretary of
the Corporation that executed the within Instrument, kntiwn to me to be the persons who
executed the within Instrument, on behalf of the Corporation herein named, and acknowledged
to me that such Corporation executed the within Instrument pursuant to its by -laws or a
resolution of its board of directors.
WITNESS my hand and official seal.
ar X.R*tc a arwlwwaSt 1waoYCi{ cowl
w
ACKNOWLEDGMENT BY SURETY
STATE OF CALIFORNIA
ss.
COUNTY OF LOS ANGELES
On this 31St day of May , 1972 . , before me per-
sonally appeared David N. Saxton 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 wA........ ritten.
C FPO;RL SEAL = Public in the Sta e f alifo is
Count of L Angeles
r,
Notary Pu.ic- caworma y Los g
(Seal) _ Princi ?a! Office in =_
_ y•° Los AnSoles County _
S-760 RL 7/66 my Commission Expires December 16, 1975
Gwnonnwinumm�nnnnmwnwninuunnuunnnnuunninnmm�nnnuninnmT
w EXECUTED IN FOUR COU&ARTS • BOND #927971
Premium $532.00
PERFORMANCE BOND Subject to adjustment upon
completion of contract on final
KNOW ALL MEN BY THESE PRESENTS, That contract price.
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted May 22 f 1g72
has awarded to STEINY AND COMPANY, INC.
hereinafter designated as the "Principal ", a contract for HIGHWAY LIGHTING AT BAYSIDE
DRIVE - JAMBOREE ROAD- MARINE AVENUE INTERSECTION; NEWPORT CENTER DRIVE-NEWPORT CENTE VE
EAST AND WEST INTERSECTION AND THE SUPERIOR AVENUE- PLACENTIA AVENUE INTERSECTION (C -1403)
FEDERAL AID TOPICS PROJECT NO. T- 3041(152)
in the City of Newport Beach, in strict conformity with the drawings and specifications
and other contract documents now on file in the office of the City Clerk of the City of
Newport Beach,
WHEREAS, said Principal h4s executed or is about to execute said contract and the
terms whereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We, STEINY AND COMPANY. INC.
as Principal, hereinafter designated as the "Contractor ", and
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
ONE HUIO RED FORTY ONE THOUSAND SEVEN HUNDRED
FTrHTY SEVEN AND NO /100 - -- Dollars ($ 141.787.00. ),
said sum being equal to 100% of the estimated amount of the contract, to be paid to
the said City or its certain attorney, its successors, and assigns; for which payment
well and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his
or its heirs, executors, administrators, successors, dr assigns, shall in all things
stand to and abide by, and well and truly keep and perform the convenants, conditions,
and agreements in the said contract and any alteration thereof made as therein provided
on his or their part, to be kept and performed at the time and in the manner therein
specified, and in all respects according to their true intent and meaning, and shall
indemnify and save harmless the City of Newport Beach, its officers and agent$, as
therein stipulated, then this obligation shall become null and void; otherwise it shall
remain in full force and virtue.
E -6
I .
W
0
(Performance Bond - Continued)
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract or to the
work to be performed thereunder or to the specifications accompanying the same shall
in any wise affect its obligations on this bond, and it does hereby waive notice
of any change, extension of time; alteration or addition to the terms of the contract
or to the work or td 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 31st day of may , 19 72
N
Approved as to form:
My Attorney
STEINY AND COMPANY, INC. (Seal)
1)
kaeal)
(Seal)
GENERAL INSURANCE COMPANY �OF. AMERICA
W. /7Art �. �dtxnlilArn (Seal )
DAvid N. Saxton 'urety Attorney in Fact
r.
E -7
v STATE OF CALIFORNIA,
SS.
COUNTY OF LOS ANGELES
ON June 9
before me, the undersigned, a Notary Public in and for said State, personally appeared
J.0. Stei nv known to me to be the
:� \a \ \ " "��" +,••`•OFFICIAL SEAL -President, and Glenn M. Gehan
,known to me
Mary McClung C to be the Secretar of
NOTARYPUBLIC— CALIFORNIA: Steiny And Company, inc. _
® PRINCIPAL OFFICE IN the Cor oration that executed the within Instrument, known to me to be the persons who
. LOS ANGELES COUNTY ' executed the within Instrument, on behalf of the Corporation herein named, and acknowledged
my Commission Expires Feb. 17, 1975
..... a.... to me that such Corporation executed the within Instrument pursuant to its by -laws r a
resolution of its board of directors.
WITNESS my hand and official seal.
r
mrmw..cW�cm�.v�µ, ..c.. D w .' rp.. rv.m u. ..- w ry \DM1D1wLY DI 4y1DCAF \l/a ION \PY PPDDVCi\ CDP\. ...
ACKNOWLEDGMENT BY SURETY
• STATE OF CALIFORNIA
ss.
COUNTY OF LOS ANGELES
On this 31St day of May , 1972 , before me per-
sonally appeared David N. Saxton 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, 1 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 ritten.
:: r:::: ,r:::::::::r:::,rr:rrrrr:rrr:r
CIFFIC ?A!. SEAL R Notary Public in the State of alif is
CD \STANCE M. SHIFRIN = County of Los Angeles
notaty Public. cavornia
7 Principal Office in
t (Seal) _ „•' Los Angeles County
saso rst y /r. y commission Expires December 16, 1975
nn: InnllprrYlUpr: pnl0rpr�ppp�prXX1IMM11XY11µrryyurryYUI111Nlrul
0
M
TO: CITY CLERK
FROM: Public Works Department
U
June 20, 1972
SUBJECT: HIGHWAY LIGHTING AT BAYSIDE DRIVE - JAMBOREE ROAD- MARINE AVENUE
INTERSECTION; NEWPORT CENTER DRIVE EAST AND WEST INTERSECTION;
AND THE SUPERIOR AVENUE - PLACENTIA AVENUE INTERSECTION
TOPICS PROJECT NO. EHS- T- 3041(152)
CONTRACT NO. 1403
Attached are 4 sets of the subject contract documents. Please
execute them as soon as possible and return to my attention
for distribution.
,i:�WQA�
Don Webb V'�
Project Engineer
WBD /bg
Att.
CERTIFICATE OF INSURANCE
TO: CITY OF NEWPORT BEACH
Name and Address of Insured:
CITY HALL
STEINY AND COMPANY, INC.
3300 W. NEWPORT BLVD.
NEWPORT BEACH, CALIFORNIA
221 NORTH ARDMORE AVENUE
ATTN: MR. DON WEBB
LOS ANGELES, CALIFORNIA 90004
KIND OF POLICY
COMPANY AND
POLICY
LIMITS OF LIABILITY
Bodily Injury
Property Damage
POLICY NO.
PERIOD
Provided by Workmen's
A — Workman's
Eff.
Compensation Law State of
Nil
Compensation
Exp.
0— Comprehensive
Eff.
Each person S
Each accident S
Liability
(I) Automobile
Exp.
Each accident $
Eff.
Each person S
Each accident S
(2) General
Exp.
Each accident S
Aggregate S
Aggregate $
MISSION
INS, CO.
Eff. 10/1/71
Each person S *
Each accident S *
(3) Genera l•
HAC .11299
Exp. 10/1/73
Each accident S. * .
Automobile
-
Aggregate s *
Aggregate S *
Eff,
Exp.
Eff.
Exp,
Eff.
Exp,
REMARKS: *$1,000,000.00 COMBINED SINGLE LIMIT BODILY INJURY AND PROPERTY DAMAGE
IT IS AGREED THAT THE CITY OF NEWPORT BEACH IS INCLUDED AS AN ADDITIONAL INSURED AS
RESPECTS WORK PERFORMED FOR THEM BY THE NAMED INSURED.
IT IS FURTHER 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.
LOCATION: Highway Lighting at Bayside Drive - Jamboree Road - Marine Avenue Intersection;
Newport Center Drive- Newport Center Drive East and West Intersection and the
Superior Avenue - Placentia Avenue Intersection (C -1403) (T- 3041(152) -Job No. 824
- NC�;:IGf iiF E,4NC�tFJ1�+9N r- Vs�e- Nte- iruGRtior�.oi-tpG won+ paay{.iGS�- t�tatir>_the_GUeatcf raarBl latinelof-tlte_pnlicy_or-
- 90i1C484tER{ ).daj•G•WM1ItjeR AegI GG•-0 �iYGhpGGGilat l-0 n- NtLl�lle. giV .B[HLa�OLL.aLthe.addr°�s'ated above.
(See reverse side for additional provisions)
This is to c@rtify over e,under the above, licies. KINDLER LAUCCI & DAY
This certificate 0 insurance neli�ler affirmatively
or negatively amends, extends or alters the 1545 WILSHIRE BLVD., LOS ANGELES, CALIF. 90017
coverage afforded by the policy /ies indicated
1(Ir)c)_en, uucct a oAY
in this certificate.
Dated My fly 197211ja By E:Y n /�
INDUSTRIAL INDENOITY .COMPANY
IA STOCK COMPANY)
HOME OFFICE SAN FRANCISCO
NED
INSURED S TE I1Y E' ND COMPANY, I c .
221 TORT >; ARDIK)FRE AYENLIL:
LCS AhSv � L£S, ".% 90004
CERTIFICATE
OF
INSURANCE
CITY OF NEWPORT BEACH.
CERTIFICATE CITY HALL CERTIFICATE
ISSUED TO ISSUED BY .INDUSTRIAL INDEMNITY COMPANY
3300 W. NEWPORT BLVD, r C, BMX 7 in0
NEWPORT BEACH, CALIFORNIA
ATTN: MR. DON WEBB
INDUSTRIAL INDEMNITY COMrANY has issued coverage effective as of the dotes 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 I
POLICY PERIOD I
LIMITS OF LIABILITY
COMPENSATION
EFF ' T _ 7 r,
I
eJ O�C-- =509
A
STATUTORY CALIFORNIA COMPENSATION --
_ WORKMEN'S COMPENSATION
EXP T — ". —7 J
EMPLOYER'S LIABILITY—, $2,000,000 PER OCCURRENCE
COMPENSATION
EFF
STATUTORY COMPENSATION STATE(Sj OF
WORKMEN'S COMPENSATION
EXP
EMPLOYER'S LIABILITY - - -S PER OCCURRENCE
LIABILITY
EACH PERSON EACH OCCURRENCE
BODILY INJURY LIABILITY - --
AUTOMOBILE
EACH PERSON EACH OCCURRENCE
BODILY INJURY LIABILITY - - --
-
EXCEPT AUTOMOBILE
EFF
p
$ $
EACH OCCURRENCE
PROPERTY DAMAGE LIABILITY
Y
AUTOMOBILE
EXP
$
EACH OCCURRENCE AGGREGATE
PROPERTY DAMAGE LIABILITY - --
EXCEPT AUTOMOBILE
$ E
AUTOMOBILE PHYSICAL DAMAGE
COMPREHENSIVE
EFF
S
FIRE. LIGHTNING IN TRANSPORTATION
S
THEFT (BROAD FORM)
EXP,
f
COLLISION OR UPSET
ACTUAL CASH VALUE LESS DEDUCTIBLE
INLAND MARINE
EFF
EXP
EFF
EXP
Effective any toss under Automobile Physical Damage Coverage is payable us interests may appear to the
Named Insured and the Lienholder named below,
UENHOLDER
YEAR I TRADE NAME I BODY TYPE AND MODEL I SERIAL NUMBER
DESCRIPTION AND LOCATION OF OPERATIONS — (This certificate of insurance neither affirmatively or negatively amends, extends or allera the
coverage afforded by the policy described herein.)
Highway Lighting at Bayside Drive - Jamboree Road - Marine Avenue Intersection; Newport Center
Drive- Newport Center Drive East and West Intersection and the Superior Avenue - Placentia Avenue
Intersection (C -1403) (T- 3041(152) - Job No. 8246
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 31st day of May tq 72.
INIMIWJJAh+4PbbR'9ITY coMrANY
Producer AINDLER, LAUCCI S DAY ey a' 4
t %aJI R8 IS h5f11' , ., BY----- �91M�rii �iLTl lj�1 -
. 666...III Avr I
0
ARTHUR ANDERSEN & CO.
Los ANGELES, CALIFORNIA
To the Board of Directors,
Steiny and Company, Inc.:
We have examined the balance sheet of STEINY AND COMPANY,
INC. (a California corporation) as of June 30, 1970, 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
Company, Inc. as of June 30, 1970, and. the results of its operations for
the year then ended, in conformity with generally accepted accounting
1
principles applied on a basis consistent with that of the preceding
year.
Los Angeles, California,
October S. 1970.
ARTHUR ANDERSEN & CO.
n6
-ia
O O M -t
10
1 M
O
1 f
O
O
O
f f II
O O O N
M
I \D
In
1 ri
O
O
L�
1 W 11
O A P t0
N
1 -t
W
1 m
If\
O
N
I p 11
y
w
l
w
l
w
l •. II
OON.t
N
I O
O
1 ri
O
rT
I N u
O1,- Lr\ O
In
l W
-t
1 N
L�
L�
N
1 O\ If
N t- r+
N
1 M
Ifs
1
N
I-
1 O` 11
Q) q
1
bD
1
9+-m
1 w 11
r-i
1 N
1 N
I M II
KT
1
1
F,
M
1 fi} it
' 1
U
Ic
•
O
a`
rn
ri
O
M
W
z
h
H
W
W
x
w
U
z
¢
a
rn
4
V]
E
w
In
O
6
O
O 1- r
h
O
O M M
O
O L�
wt
D L`
L`
01
r1
�D
kiu
a
v
A
m
m
U
G
a
H
a
A
m
w
O
F.
a
a
r+
a
F,
m
a
a
N
Fr
m
V)
v
+.
0
F
tlll
a
.r,
a
a
P,
0
U
U
a
a
E.
F
ri
a m
Fl bD
m
bD O.-.
>a
Q) q
bD
9+-m
A
ro •+
F,
M
+1
m -4
FI
.
F,
o f
rl
ro v
U
i v ro 0
m
a
W Fl
G
0 H
a
{". -P .q m a
ro
-
v
a
Fl
r+ A
F+
N r, m CO A
9
>
m
bD v
a
U a
+'
S v 4' •rl
;:%
O
ho
9
v
C. U
0
.• H U F+ 9 O
m
\O
a
fi 9
•.+ O
•r+ •ra
O
q H Fl O a ro -P
Ili
+�
O
Al
•ri •r,
ro +.,
O
rl
U
r+
O a v Fl ly
ro
+�
9
+3
A-
0
m
-P
a
•rl+P P4 aaaa
0w
-P
m Fl
-I v
+>
m a
ro
v
+� m bD d r1
El
a
s
V)
bf)
bf)
U
v
v W
v
+'
F. 9 ro bl) F. F
H
0
9
FI
N
V v
x A
a
r+
•H
-P
0
O •r1 v N (a
m
-P
ri
z
v+
M
rd
a
a) a
r,
A
+� m
N
z
a -P ri m ro b,
0,
9
0
H
ro
14
FI ro
U
-P
a
•rl (D
r+
v
>> a a •rl r i a
•ri
a
-P
z 1
-P a)
r4
r
U
r+ x
a
-P r+ O a
a
P
m
R'i a)
r♦ ro
Fl
q d
m H
o
•rl
•rl a
E
co
P F1 +� a ,q
r+
a)
0
¢ d m
U
>,
a)
O Fl
a) a
U
r-i
m
A i-
O
W
m a) m ry x N
U
>
•ri
W r+ a
9
FI m
+�
U U
•r+ a
a
-P
a
U
Fl -P a) >a U U +�
O
CO P
•r+
;J! bD
1
U
+- aro
a0
•r (1)
,
¢
FI Fl FIA 0 0 0
w
orA
n >a
—m9
bD
ro a
•r+
a
a
s
H i;
7
H
d a N -P 4- q
FI
a
W 4
a s
9
a)
r♦ m
-P
1
F+
O
U d -P ro m m
d
a
P
z Fl m
m
v A
O
ro
•rl a)
a)
1
+'
+� U
9
W
or , m al
-P
P
H a
(1)
k U
?4
ri
O 9
A x
r 1
m
r
q q
0
w •rl H> a .q
d
m
N
0
¢ PI o
N
+�
q
m r+ a
a a
a
(1)
O
a) •rl
O
O >~, d FI r-1 +�
w
-P
y
a
H O
a
O
.. CO
w
(1) a
•rl +�
E�
x
0
Fl
m
U
•ra to U P o
q
ro
woo
19
A q
V) A
O
•r � m
14
O
a
P +
b0
7
+� d v m m 0
m
'
14 r+ m
•rl — m
W
v -P O +�
a)
U
-P
ro
0 a
9
H
m y rl m a -P
9f!
FA
bD
H O
C.
r-+ •r+ U m
+� f�
P
v
U F-,
•r+
9 P a m m
a
m
G N
Oro
m rr"
H +'
o
A r+ I, O
r. O
d
a)
+'
m
9
I-7
1 ro m F; - ro
a)
(1)
m
z 1
0
r+ 0 •r1
H
•rl
a •H ;:J U
a) o.
0
m
r-I 10
r,
¢
1 w •rl +- >) v
O
Fr
H
;
¢ �a 1
Yl
y ri 9
)-1 v
V
a
F. 0
r
OH
a a
a
R.
F NO 9+'+'
DOA1dO
0 I
w,q
P1
H r+
P
a CO r, W
Fl •rl
O
U
a
+� r.
v
W
m rl O v m a a
a
s
o
X o a)
r+
F a _
wpoPl•rloo
a
00
o
A
WrQLC\ -P wao
.�-,
w 1
U+�N
I
m;Ja,
6' a
P.
r+
V
M
O
H
W
fa Itl O >a E •1,
m
Ua
a
v w
O m •rl
I
v m
P�
of w co
'
A .t F 9 O ro
r+
P
a
N
H Fl
ro
F1 ro
(V
+'
+) 1b IN m
a r+ a U Fl
a
rl
a) H
0 H O
v
a 0 m
F
m
d 7 •ri U
Fl
W
W •rl i; a) ro
ro
9
F,
rg
14 +' +'
m
m i M
z v
F.
O Fl rl x
v
9
P4
F m w A O A d
g
o
d
O w
¢ •r+ d
m
ro a
W +�
F,
U U r-I a
10
O
P'
1 +' O F U -P m
a
A
O
U O
H a 4
H
•rl -N
04 O
'P
U U •r+
cc
Izzo¢¢w
w
w
zz
1
wo
PA
o
¢
1
11
N
(310
-TH
1
t`
1
co II
t-
m
01-1
IN
u,
N I0
n w
'•. w
1
w
n 1
w 11
r-I
W 10
�o
\O
N
O I
N 11
�t
IrN G\
M
1
M
It\
O 1
Q` II
O
't
1
�o
N
r+ 1
fT 11
w
w
1
n
w 11
N
H
1
M
1
M If
ff
1
1
eF} 11
.D W C- % 1
I-
MN I 't 1
�oO
rl O MN i
L�N
1
In H ON H 1
%D
-t
.t t0 -It W I
Ir,
O
MM 1
WHO
fA 1
n
r-I
a)
O
r+
z
r+
o m
Q) a
0
r+ m F,
m
M
A bL bD
m
-It
a C. 0
y
69.
> •rl Fl
1..1
•ra q PI
'
bD
v FI
{•,
-
+a
r..
-P U a m
m
0
p)
•r+
m (1) m (0
-P
m
•rl
0
ro
F'. N a)
rl
-P
V)
}
U
;j
`-' ro r-I
m
a)
F
a
r+
ro a)
O
to
V) '
•r1
+s
U
m p P n
a
m
O
U
a
V
a
m
1 0
•rPl
Chi w 4�
U.
10
m
F,
1 n
•-a)m U U
+.
a v
a
w
w
r♦ a� F, a CO s
ro
a
a +� Fl
m
F
a
I> P^
0
N
O F, d
ro
W W
r+
•M F. X b +.
M a
Fr
IC v +'
P. r1
A
A a) a p q
H
W rg 54
ro
Wd
a
m.Naomm
p
cc a•r+
0
o
>
q m 04>
v
a
6 •r+w m
+1
Uw
•rl
o F, a m
O Of
w +> d +�
a
0
U
O
z N
a G T ro m
i
O
V)
m 0 m v
0
v
H
F
v
9 O O +�
A
+�
cd
r� f U
q
0
w
Fl
00 F U a)
m x
O
z a N
H+
(0
•rl w.H r-1
W v
E
4 •r♦ > v ro
U
O +�
V)
m
43 N ro a
Q
;I •rl Fl ri
U
'z a
4
+�
9 N rl v 0
•rl ro
H or+' 0 O
.¢
N
V3
V
•'� v O ,q
F •rl
E
�
-P FI H
r♦ a
-H
•rl a
1
z ,�
zA
O
a)w m•r+ q•r+a
w o
w m
U
F 0roA 010
m
0+ $4 m
m
z o
ao¢
%p
a
V) -c9
�Aa
a
Cd
o
U
W
U
a
v
A
m
m
U
G
a
H
a
A
m
w
O
F.
a
a
r+
a
F,
m
a
a
N
Fr
m
V)
v
+.
0
F
tlll
a
.r,
a
a
P,
0
U
U
a
a
E.
F
i
•
STEINY AND COMPANY, INC.
STATEMENT OF INCOME AND RETAINED EARNINGS
FOR THE YEAR ENDED JUNE 30, 1970
CONTRACT REVENUES
CONTRACT COSTS:
Materials
Labor
Purchased services and other costs
Gross profit, determined on a
percentage of completion
basis (Note 1)
SELLING, GENERAL AND ADMINISTRATIVE
EXPENSES
Income from operations (after
deducting depreciation and
amortization of $132,141)
PROVISION FOR FEDERAL INCOME TAXES, none of
which are payable currently (Note 1)
Net income ($14.44 per share of
capital stock) .
$6,288,034
3,209,863
2,249,732
$12,605,163
11,747,629
857,534
838,682
18,852
4,500
14,352
RETAINED EARNINGS, JUNE 301 1969 633,181
RETAINED EARNINGS, JUNE 301 1970 $ 647,533
The accompanying notes are an integral part of this statement.
U
0 0
STEINY AND COMPANY, INC.
NOTES TO FINANCIAL STATEMENTS
JUNE 30, 1970
(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, 1970, the Company
has refundable Federal income taxes of $95,000 resulting from the
carryback of the loss on contracts completed.during the year ended
June 30, 1970.
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
clerical employees. The Company's policy is to fund the pension costs
accrued and charge such costs to income. The cost of the plan for the
year ended June 30, 1970, was $16,300. There are no past service
liabilities under the plan, and vested benefits do not exceed the fund
balance as of June 30, 1970.
(3) The Company is presently engaged in processing contractual
entitlements under a contract, of which a portion ($208,000) is
reflected in the financial statements as of June 30, 1970. In the
opinion of management, these represent minimum amounts recoverable 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 $170,600 over the next five years, of which $51,700 is due
prior to July, 1971.
�2
« :. pure iaritiaq htft for t eAl
is Connection With !'ederai Aid �iCS Projesrt NO. ON T- 304ttlO #
installation of traffic signals sad highway "gbtlav at
0riverdhuoboree soodelsorims Aveamo iaten;sectiaat Sswpeq %- 4*nter i
Drive- tftwport Cep aarive omet and wssrt intoweeotle4j and the
superior Awes* -Pare atia kveove intersection, im ,ac*6r&uwo
with "a Plww° mad ppeoifiestione beretofore ice, biiio V to
`-res sivea ma the 1L60 day of bay, 1991, and pubuAly aroma sad _.
4saleredt and
VMFAMV it o tbat tba ]Lw~t ror►pmayiblo bidder
tbereloa is itolw # Co., Int. of Los Ansomeal
I". l7B uraw) ss -'xv *WQLVW by the Clw towaail _ i w
tho City of ]Nwpoot Beemb that On, bid of 8tstay i tdt.. Saq, por
the rork is tbo , amt of #Ml 0767 be ageoptode 04 that tbi
vantraot ter the described wo rk be std to said bidsas'l
sn tir rMM mowso that the Juror asks City Cl**
are hereby author"". and directed to a coatx"t is ae-
corden¢e rr#th the opooifiaattotte, bid MA tM* award on, mil!
of
the City o! , swyast
washo anti that taw
"Iw cuwk be diroot+oa
to
furalsh an oweasted
OWAD the ovedeas
biditc* . .
AQOf1!'BD thin 22*4 day of HU • 1972 •
a
•;4
PROPOSAL It
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
ROAD IMPROVEMENTS
INSTALLATION OF TRAFFIC SIGNALS
and
HIGHWAY LIGHTING AT-
BAYSIDE DRIVE- JAMBOREE ROAD- MARINE AVENUE INTERSECTION
NEWPORT CENTER DRIVE - NEWPORT CENTER DRIVE EAST AND WEST INTERSECTION
AND THE
SUPERIOR AVENUE - PLACENTIA AVENUE INTERSECTION
CONTRACT NO. C -1403
FEDERAL AID TOPICS PROJECT NO. T -3041 (152)..
BIDDING SHEET
To the Honorable City Council
City of Newport Beach
3300 West 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, Special Provisions, and
Construction Details and hereby proposes to furnish all materials and do all the
work required to complete Contract No. C -1403 in accordance with the Plans and
Specifications, and will take in full payment therefor the following Lump Sum prices
for the work, complete in place, to wit:
D UNIT UNIT PRICE WRITTEN IN WORDS
CE
1. Lump Sum Construct traffic signals and roadway
improvements at intersection of Bayside
Drive and Jamboree Road - Marine Avenue
(Location 'A ") h�"Dwa A"rs'
@�tiii� ids Dollars
and
N� Cents $ 4(4 lL'�
Lump Sum
2. Lump Sum Construct traffic signals and roadway
improvements at intersection of Newport
Center Drive and Newport Center Drive
East and West
(Location "B ")
-A� f�vxiVleed
@ f ' —TLVCr Dollars
and
�l/G Cents
Lump Sum
D-2
$ 4 f Z' so
I " .
..b
• PROPOSAL •
BIDDING SHEET
ITEM QUANTITY
NO. AND UNIT
ITEM DESCRIPTION
UNIT PRICE WRITTEN IN WORDS
TOTAL
PRICE
3. Lump Sum
Construct traffic signals and
roadway
improvements at intersection
of
Superior Avenue and Placentia
Avenue
(Location "CII)
�ti, y_Jy1 T,G/UUf�ivD
S /�9JZ� Sir/�Dollars
and
Cents
p.a
$�7G 0
Lump Sum
TOTAL PRICE WRITTEN IN WORDS:
6n16r 1jk1A -Ae60 r-AXf � o/%& 17kj&6 47149
Dol l ars
and
6 Cents cra
CONTRACTOR'S LICENSE NO. /6 /zip
DATE
i / / -
TELEPHONE 3f,2- -Z -331
D -3
STEINY AND COMPANY, INC.
BIDDER'S NAME
AUTHORIZED SIGNATURE
ADDRESS .g -rE1NY ANn COMPANY, INC.
ELECTRICAL CONTRACTORS
ELECTRICAL ENGINEERS
221 NORTH ARDMORE AVENUE
LOS ANGELES, CALIF. 90004
;.
• PROPOSAL
SIGNATURE SHEET AND AFFIDAVIT
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 estimate6'quantities of work indicated in this Proposal are approximate only,
being given solely as a basis for comparison of bids.
The undersigned has checked carefully all of the above figures and understands that
the City will not be responsible for any errors or omissions on the part of the under-
signed in making up this bid.
The undersigned agrees that in case of default in executing the required contract
with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal
Holidays, after having received notice that the contract is ready for signature, the
proceeds of check or bond accompanying this bid shall become the prope'r'ty 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. .4 1113 Classification
Accompanying this proposal is
, Lertltled GnecK, Gdsnler's GneCK 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.
Phone umber'
y
Date
t.. STEINY AND COMPANY, INC.
Bidder's Name
Authorized Signature
Type of Organization
(Individual, Corporation, or Co- Partnership)
List below names of President, Secretary, Treasurer and Manager if a corporation,
and names of all co- partners if a co- partnership:
STEINY AND COMPANY, -NC- '
J. O. STEIN , P
6, M. GEHAN, SEVY V. P.
• .gym Cho.g,.d for Phis
- F., �s ins:udad r, fhaf shown
PROPOSAL on iiia Annual Bid Bond:`
BIDDER'S BOND TO ACCOMPANY PROPOSAL Bond #623057
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 TEN PER CENT (10%)
OF AMOUNT OF THE BID IN - -- Dollars ($ -- - - - - -- ), lawful money of the United
r
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, •
Installation o�lrPafottcs of the above bounden principal for the construction of
signals and highway lighting a Bayside Drive - Jamboree Road - Marine
Avenue intersection; Newport Center Drive - Newport Center Drive East and West intersection
in the City of Newport Beach, is accepted by the City Council of `s 'M'Mi *, aWIrtfly
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 (1`0) days (not including Saturday, Sunday and Federal Holidays) from
the date of the mailing of a notice to the above bounden principal by and from said City
of Newport Beach that said contract is ready for execution, then this obligation shall
become null and void; otherwise it be and remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the surety from
its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 16th day of
May , 19. 72
Corporate Seal (If Corporation)
(Attach acknowledgement of
Attorney -in -Fact) .
By
Title
STEINY AND COMPANY, INC.
Principal .
BY:
GENERAL INSURANCE COMPANY OF AMERICA
Surety
X�e E. J. McKenna
Y C
D -5
ACKNOWLEDGMENT BY SURETY
STATE OF CALIFORNIA
L ss.
COUNTY OF LOS ANGELES
On this 16th day of May 1972 , before me per-
sonally appeared E. J. McKenna 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. j
nmuwwnnnrrwwnnwrminwwrwwmmnnn unnrw......
n OFFICIAL SEAL
1 _ CONSTANCE M. SNIFRIN Notary Puhlic in the State f -Cal'
notary public - canromle County of Los Angeles
Principal Ofiicc in
(Seal) Los Angeles County
My Commission Expires December 16, 1975 i
5-760 R 1 7/66 i nnwxwmwa�rxwwnwruwnnwrxnxrrmrnrnnwuwwrbwwwuwa
0
PROPOSAL
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, acrd 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
e vS
2.
3.
<.r,7�s
6.
7.
9.
10.
11.
12.
D -6
STEINY AND COMPANY, INC.
Bidder's Name
Autthor1 z i a' Lure
C'sxLiG� ifs /'O.Y/1i�261/��✓
Type of rganization
(Individual, Co- partnership or Corp.)
STEINY AND COMPANY It,'Q --
ELECTRICAL CONTRACTORS
ELECTRICAL ENGINEERS
221 NORTH ARDMORE AVENUE
ress
• PROPOSAL
NON- COLLUSION AFFIDAVIT
0
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
whomsoever to pay,,:deliver to, or share with any other person in any or manner,
any of the proceeds of the contracts sought by this bid.
Subscribed and sworn to before me by
this day of ,
My commission expires:
OFF�CIA4SERl "' �
' M'ary Mccluag
NOTARY PUR LIC - CA LIFO FNIA PRINCIPAL OFFICE IN. LOS ANGELES COUNTY, es Feb. 17. 1975 '
Mp Comc+4ssibn. .. .uu....�u��uu,
COMPANY. STE-.I—NY AND
/ 1 / eJ
D -7.
Ll
PROPOSAL
I]
CERTIFICATION WITH REGARD TO THE PERFORMANCE
OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT
TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING
OF REQUIRED REPORTS
The bidder ✓ Proposed subcontractor hereby certifies that
/
he has ✓ has not , participated in a previous contract or
subcontract subject to the equal opportunity clause, as required by
Executive Orders 10925, 11114, or 11246, and that he has ,
has not , filed with the Joint Reporting Committee, the director of
the Office of Federal Contract Compliance, a Federal Government'tCntracting
or administering agency, or the former President's Committee on Equal
Employment Opportunity,,all reports due under the applicable filing
requirements: '
ST91NY AND COMPANY, INC.
Company ,,►� //
TiRTe
� /lilP,r'i
Date
Note: The above certification is required by the Equal Employment Opportunity
Regulations of the Secretary of Labor (41 CFR 60- 1.8(b) (1)), and must be
submitted by bidders and proposed subcontractors only in connection with contracts
and subcontracts which are subject to the equal opportunity clause. Contracts
and subcontracts which are exempt from the equal opportunity clause are set forth
in 41 CFR 60 -1.5. (Generally only contracts or subcontracts of $10,000 or
under are exempt:)
Currently, Standard Form 100 (EEO -1) is the only report required by the Executive
Orders or their implementing regulations.
Proposed prime contractors and subcontractors who have participated in a previous
contract or subcontract subject to the Executive Orders and have not filed the
required reports should note that 41 CFR 60 -1.7 (b) (1) prevents the award
of contracts and subcontracts unless such contractor submits a report covering
the delinquent period or such other period specified by the Federal Highway
Administration or by the director, Office of Federal Contract Compliance, U. S.
Department of Labor.
D-8 .
s
2�
• 0
SECTION E
CONTRACT DOCUMENTS
FOR
ROAD IMPROVEMENTS
INSTALLATION OF TRAFFIC SIGNALS
AND
HIGHWAY LIGHTING AT
BAYSIDE DRIVE- JAMBOREE ROAD- MARINE AVENUE INTERSECTION
NEWPORT CENTER,DRIVE- NEWPORT CENTER DRIVE EAST AND WEST INTERSECTION
AND THE
SUPERIOR AVENUE- PLACENTIA AVENUE INTERSECTION
CONTRACT NO. 1403 '.
FEDERAL AID TOPICS PROJECT NO. EHS -T- 3041(152)
in and for the
CITY OF NEWPORT BEACH
CALIFORNIA '
Items to be executed after award Iof contract:
Sheet No.
E -2 & 3 Contract
E -4 & 5 Labor and Materials Bond
E -6 & 7 Performance Bond
An insurance policy as specified in Section 1 -2.06, Legal Relations and
Responsibilities of the Special Provisions shall accompany contract.
These contract documents are not to be filed with proposal
E -1
CONTRACT
THIS AGREEMENT, made and entered into this
day of , 19_,
by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the
City, party of the,first part, avid
hereinafter designated as the Contractor, party of the second part.
WITNESSET14: That the parties hereto do mutually agree as follows:
1. For and in consideration of the payments and agreements hereinafter mentioned
to be made and performed by the City, the Contractor agrees with the City to furnish all
materials and labor for the construction of
and to perform and complete in a good and workmanlike manner all the work pertaining
thereto shown on the Plans and Specifications therefor; to furnish at his own proper
cost and expense all. tools, equipment, labor, and materials necessary therefor, (Except
such materials, if any, as in the said Specifications are stipulated to be furnished by
the City), and to do everything required by this Agreement and the said Plans and
Specifications.
2. For funishing all said materials and labor, tools and equipment, and doing
all the work contemplated and embraced in this Agreement, also for all loss and damage
arising out of the nature of the work aforesaid, or from the action of the elements,
or from any unforeseen difficulties which may arise or be encountered in the prosecu-
tion of the work until its acceptance by the City, and for all risks of every description
connected with the work; also, for all expenses incurred by or in consequence of the
suspension or discontinuance of work, except such as in said Specifications are expressly
stipulated to be borne by the City; and for well and faithfully completing the work
and the whole thereof, in the manner shown and described in the said Plans and
Specifications, the City will pay and the Contractor shall receive in full compensation
therefore the lump sum price, or if the bid is on the unit price basis, the total price
for the several items furnished pursuant to the Specifications, named in the bidding .
sheet of the Proposal, as the case may be.
3. The City hereby promises and agrees with the said Contractor to employ, and
does hereby employ the said Contractor to provide the materials and to do the work
according to the terms and conditions herein contained and referred to for the price
aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon
the conditions set forth in the Specifications; and the said parties for themselves,
their heirs, executors, administrators, successors and assigns, do hereby agree to
the full performance of the covenants herein contained.
4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the
Plans and Specifications, and all amendments thereof, when approved by the parties
hereto, or when required by the City in accordance with the provisions of the Plans and
Specifications, are hereby incorporated in and made part of this Agreement.
E -2
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 Uorks, and their officers and employees, from all claims,
loss, damage, injury, and liability of every kind, nature, and description, directly or
indirectly arising from the performance of the contract or work, regardless of responsi-
bility for negligence; and from any and all claims, loss, damage, injury, and liability,
howsoever the same may be caused, resulting directly or indirectly from the nature of
the work covered by the contract, regardless of responsibility for negligence.
7. It is agreed the improvement contemplated in the performance of this contract
is a TOPICS improvement over which the State of California shall exercise general
supervision; and, the State of California therefore shall have the right to assume
full and direct control over this contract whenever the State of California, at its
sole discretion, shall determine that its responsibility to the UniteA.States so
requires. In such cases, the State Contract Act will govern.
IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed
the day and year first above written.
ATTEST:
CITY'OF NEWPORT BEACH, CALIFORNIA
By:
Mayor
City Clerk
By:
By:
Approved as to form:
City Attorney
E -3
Contractor
(SEAL)
Title
Title
LABOR AND MATERIAL BOND
KNOW ALL MEN BY THESE PRESENTS, That
4
WHEREAS, the City Council of the City of Newport Beach, State of California by
motion adopted
has awarded to
hereinafter designated as the "Principal ", a contract for
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of-the City Clerk.
WHEREAS, said Principal has executed or is about to execute said,contract and the
terms thereof require the furnishing of a bond with said contract, providing that if
said Principal or any of his or its subcontractors, shall fail to pay for any materials,
provisions, provender, or other supplies or teams used in, upon, for, or about the per-
formance of the work agreed to be done, or for any work or labor done thereon of any
kind, the Surety on this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We - - -- -- - - — -- — —
as Principal, hereinafter designated as the Contractor and
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
Dollars ($:
said sum being one -half of the estimated amount payable by the City of Newport Beach
under the terms of the contract, for which payment well and truly to be made we bind
ourselves, our heirs, executors and administrators, successors or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or his subcontractors,
fail to pay for any materials, provisions, provender, or other supplies or teams, used
in, upon, for, or about the performance of the work contracted to be done, or for any
other work or labor thereon of any kind or for amounts due under the Unemployment Insurance
Code with respect to such work or labor, that the Surety or Sureties will pay for the same,
in an amount not exceeding the sum specified in the bond, and also, in case suit is brought
upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the
Provisions of Section 4204 of the Government Code of the State of California.
E -4
1 �
(Labor and Material Bond - Continued)
This bond shall inure to the benefit of any and all persons, companies, and corporations
entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to
give a right of action to them or their assigns in any suit brought upon this bond,.as
required by the Provisions of Section 4205 of the Government Code of the State of
California.
And the said Surety;,for value
extension of time, alterations
to be performed thereunder or
affect its obligations on this
extension of time, alterations
work or to the specifications.
received, hereby.-stipulates and agrees that no change,
or additions to the terms of the contract or to the work
the specifications accompanying the same shall in any wise
bond, and it does hereby waive notice of any such change,
or additions to the terms of the contractor or to the
In the event that any principal above named executed this bond as an individual, it is
agreed that the death of any such principal shall not exonerate the surety from its
obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety
above named, on the day of. 19_
(Seal)
(Seal)
(Seal)
Contractor
(Seal)
(Seal)
F
(Seal)
Approved as to. form:
City Attorney
This bond was approved by the City Council
of the City of Newport beach by motion on
Attest:
r;
Da to
City Clerk
E -5
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted
has awarded to "
hereinafter designated as the "Principal ", a contract for
in the City of Newport Beach, in strict conformity with the drawings and specifications
and other contract documents now on file in the office of the City Clerk of the City of
Newport Beach,
WHEREAS, said Principal has executed or is about to execute said contract and the
terms whereof require the furnishing of a bond for the.faithful performance of said
contract;
NOW, THEREFORE, We,
as Principal, hereinafter designated as the "Contractor ", and
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
Dollars ($ ),
said sum being equal to 100% of the estimated amount of the contract, to be paid to
the said City or its certain attorney, its'successors, and assigns; for which payment
well and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his
or its heirs, executors, administrators, successors, or assigns, shall in all things
stand to and abide by, and well and truly keep and perform the convenants, conditions,
and agreements in the said contract and any alteration thereof made as therein provided
on his or their part, to be kept and performed at the time and in the manner therein
specified, and in all respects according to their true intent and meaning, and shall
indemnify and save harmless the City of Newport Beach, its officers and agent$; as
therein stipulated, then this obligation shall bdcome.null and void; otherwise it shall
remain in full force and virtue.
E -6
(Performance Bond - Continued)
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract or to the
work to be performed thereunder or to the specifications accompanying the same shall
in any wise affect its obligations on this bond, and it does hereby waive notice
of any change, extension of time; alteration or addition to the terms of the contract
or to the work or to' the specifications.
In the event that any principal above named executed this bond as an individual, it
is agreed that the death of.any such principal shall not exonerate the surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety
above named, on the day of 19�
M
Approved as to form:
City Attorney
(Seal)
(Seal)
(Seal)
Contractor
(Seal)
(Seal)
(Seal)
;. urety
E -7 . .
N
U
r 1
4-
O
T
Y
i
d
U
a
U
F
} W
d 3
Q �
f F
W N
Z W
W
< W
N ¢ �
W ix
Z 4
C
O a-
w w
— H �
z z
m I w w
U >
o ¢
¢ F
o z z
zoo
n .�
W 3 W
La La W
CC Z IL
O 1 =
ca f�`"
¢
7 CC I
2
Cl W
I
K Z
W W W
z w
O U Q
W F F
�C>2
m W
N d L
Y 3 Q
¢ w —
m z a
0
H
V,
z
w
w
z
cs
z
W
Am
Ah
4
O
F
W
W
S
unmm�mnm
�
umiuiiuu
��
�nnnm�
im
�Y�u11�inIWluli�I
�nAen■ene,■iu■
II�11�1111�I1
■■1
�6�mnunoe
■�
I�InlIII�IIMBIII
4
O
F
W
W
S