HomeMy WebLinkAboutC-1519(C) - San Joaquin Hills Road Improvements from MacArthur Boulevard to 500' Easterly of Marguerite Avenue4k-
April 21, 1975
The Irvine Company
550 Newport Canter Drive
Newport Beach, California 92660
Attention: Mr. James Buckley
Subject Widening of San Joaquin Hills Road between MacArthur
Boulevard and Marguerite Avenue, 0-1519
CAS December 12, 1974, the City of Newport Beach received $35,868.00
for payment in full of Invoice 615. Therefore, we axe forwarding
to your attention Latter of Credit No. IC -6829 in the anaunt of
$36,000.00 and Amendment to letter of Credit No. IC -6829.
The enclosed letters were submitted by The Irvine Company as security
for their portion of the atom drain impxovmments on the subject am-
tract.
Laura l agics , C KCC
City Clerk
LL:dm
Enclosures
cc: Public Works
IRSEVOC'ABLE
DOCUMENTARY
LETTER OF CREDIT SARITY PACIFIC NATIONAIBANK
INTERNATIONAL BANKING DEPARTMENT
Post Office Box 7637 Head Office - Post Office Box 60402
San Francisco, California 94120 Los Angeles, California 90060
City of Newport Beach,
California
CABLE ADDRESS
SEPACBANK
Post Office Box 1791
San Diego, California 92112
Advised by XOMWAIL/03003p0through:
Direct to Branch
`f _ WE ESTABLISH OUR IRREVOCABLE LETTER OF CREDIT NUMBER IC- 6529. DATED June 19,1974 IN YOUR FAVOR
i
AT THE REQUEST OF The Irvine. Company, Newport Beach, California
AND FOR THE ACCOUNT OF Y11C93B1Ve6
UP TO THE AGGREGATE SUM OF Thirty Six Thou —nd six Hundred and N01100 United States Dollars
US$36,600.00).
AVAILABLE BY YOUR DRAFT (S) AT SIGHT 9AM xximmetc3poom DRAWN ON:
Security Pacific National Bank, Head Office, Los Angeles, California
sa _AND ACCOMPANIED BY THE FOLLOWING DOCUMENTS:
ii
1. Letter signed by The Irvine Company certifying that a draft is due and
a payable for storm drain improvements in San Joaquin Hills Road from
MacArthur Blvd., to Crocco Drive North, City of Newport Beach,California.
s_aa
1 '
I �
I
i
X61
f;S_.
XX
LATEST NEGOTIATION DATE OF THIS LETTER OF CREDIT IS June 19,1975, .
DRAFTS DRAWN AND NEGOTIATED UNDER' THIS,LETTER OF CREDIT MUST BE ENDORSED HEREON AND MUST BEAR THE CLAUSE:
"DRAWN UNDER SECURITY PACIFIC NATIONAL BANK LETTER OF CREDIT NUMBER f829 DATED June 19,1974."
WE HEREBY ENGAGE WITH BONA FIDE HOLDERS THAT DRAFTS DRAWN STRICTLY IN COMPLIANCE WITH THE TERMS OF THIS CREDIT
AND AMENDMENTS SHALL. MEET WITH DUE HONOR UPON PRESENTATION AT THE INTERNATIONAL BANKING OFFICES OF THIS BANK,
RX ](jj THIS CREDIT IS SUB
JECT TO THE UNIFORM CUSTOMS AND PRACTICE FOR DOCUMENTARY' CREDITS (1962 REVISION), INTERNATIONAL CHAMBER OF
COMMERCE BROCHURE NUMBER 222.
Or
�d'AetBorized S. ature
WHEN OPENED BY CABLE, THIS CREDIT IS ONLY AVAILABLE IF _ s
ATTACHED TO OUR CORRESPONDENT'S ADVICE OF CABLED / - >.•]F: (. z _
CREDIT, THE TWO CONSTITUTING EVIDENCE OF THE OUTSTAND-
ING AMOUNT OF THIS CREDIT.
"tr Authorized Signature
5182 ANG" EL FERRAL' °
Cx 2053 5.70 P.S. Assistant Cashier
til
, AMENOMENT TO (/
IRREVOCABLE DOCUMENTARY
LETTER OF CREDIT . \�••
SECURITY PACIFIC NATIONAL BANK
INTERNATIONAL BANKING DEPARTMENT
Post Office Box 7637
El San Francisco, California 94120
City of Newport Beach
California
Head Office - Post Office Box 60402
X0 Los Angeles, California 90060
DATE June 21,1974
CABLE ADDRESS
SEPACBANK
Post Office Box 1791
San Diego, California 92112
Advised byXXXMAILIMUMi through:
Direct to Branch
AT THE REQUEST OF The Irvine Company, Newport Beach, California
WE HEREBY AMEND OUR LETTER OF CREDIT NUMBER IC- 6829 - DATED June 19,1974
OPENED IN YOUR FAVOR AS FOLLOWS:
1. Documentation now reads: Letter signed by the City of Newport Beach certifying
that a draft is due and payable for storm drain improvements in San Joaquin Hills
Road from MacArthur Blvd., to Crown Drive North, City of Newport Beach, California.
ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED.
THIS AMENDMENT BECOMES AN INTEGRAL PART OF THE ORIGINAL LETTER OF CREDIT AND IS TO BE ATTACHED THERETO.
SHOULD THIS AMENDMENT NOT BE AGREEABLE TO YOU, PLEASE NOTIFY YOUR CUSTOMER IMMEDIATELY WITH ADVICE TO US.
f�
L
._pyf�Nro "zud Signature
Authorized Signature
05600 -2 3-7e P.S.
April 22, 1975
Roger's Gardens
2221 Fairview Avenue
Costa Mesa, California 92626
Subject: Widening of San Joaquin Hills Road between MacArthur
Boulevard and Marguerite Avenue, C-1519
On January 29, 1975, the City of Newport Beach received $10,481.09
for payment in full of Invoice 616. Therefore, we are returning
your Letter of Credit No. L74-56,223 in the amount of $10,321.09.
the enclosed letter was submitted by Roger's Gardens as securvity
for their portion of the work an subject contract.
Laura Lagios, CM
City Mark
LL:dM
Enclosure
cc: Public Works
N
N
�.' INTERNATIONAL
DIVISION
IRREVOCABLE UNITED CALIFORNIA BANK
LETTER OF CREDIT CAME ADDR =SS. UCALBANK
=.fit _ eL .=, e0% 5419t TERMINAL ANNE%. LOS ANGEL- MCALIFORNIA 90054
NO. 1�F4- 56,223 `J 405 MONTGOMERY STREET. SAN FRANCISCO, CALIF ORIN IA 94.104
AMOUNT 1010,321.09 _July 5, .__t 9__T4
'.t 'This credit has been advised by rRrmail throagh:
City of Newport ftli'O United California Bank
3300 Newport Boulevard Santa Ana Main #1809D
Newport Beach, California
Attentions Brace Barley
This is the mnh-10lien of the credit opened today by cable through our
above named corr cspcadem.
_ II is only a aloble ter st.A amount as has not already been availed of
under such cable ed,i o end may net 'be availed al at all unless attached to
Gentlemen: —s o part a! an, nmifim +Ion of wch cable advice. the
two j.,nlly constituting evidence A the ont,!m.d -n, rnuunt of this credt.
We hereby authorize you to draw on United California Bank, Los Angeles, California
at sight for account of ReW's Gardens, A (*ifornia Corporation, 2221
Fairview Ave.,.Costa Mesa, Califerwfs 92626 c17v�
up to an aggregate amount of Ten Thousand ""a yaedted� One and 09/100,0wited States
Dollars Q
Drafts to be accompanied by:
Your pigged statement that Roger'
it 6a a, California Corpora, has failed to
pay within 30 days after billings f r portion of the work covering Construction
of Driveway approaches, sidewalks t lights and wheal chair ramps on the souther'
aide of San Joaquin Hills Road Old 6 New MacArthur Boulevard, Newport Beach,
California under the Newport �t City Contract Bb. 1519.
O�
9
Drafts 'awn hereunder must specifically mention the number and date of this letter of credit.
The amount of each draft negotiated, together with the date of negotiation, must be endorsed on the reverse side of
this Letter of Credit.
We hereby agree with the drawers, eQUi Pill V16 P09SAT1193Mthat the drafts drawn under and in accordance
with the terms of this credit shall be duly honored upon presentation to the drawee, on or before June 20, 1975
Sincerely, Please forward the attached
v S» original letter of credit
to the beneficiary retaining
AUTHORIZED SIGNATURE AUTHORIZED SIGNATURE the copy for your files
Except as athe. wise s!a L,d bere.n, th s crntlit is suhjeU to the Umh.,m Customs and Practice for Documentary Credits {1962 Rc,., ani International Chamber of
Commerce Brachure No. 222.
I , • . •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
3300 W. Newport Boulevard
TO: City Clerk
ATTENTION:
Date June 28, 1974
SUBJECT: Widening of San Joaquin Hills Road between MacArthur Boulevard
and Marguerite Avenue, C -1519 (AHFP 713)
We are transmitting the following:
No. Copies Description
1 Letter of Credit Number IC -6829.
1 Amendment to Letter of Credit No. IC -6829.
Remarks:
The attached items were submitted by the Irvine Company as security for their
portion of the storm drain improvements on the subject contract. The Letter of
Credit is to be held until the work is complete and the Irvine Company has paid
for the work.
Copies to:
WBD:hh
Att.
By:
William B. Dye
Design Engineer
Ll
To: Laura Lagios
0
CITY OF NEWPORT BEACH
CALIFORNIA
April 16, 1975
Subject: Invoice #616 dated 11/25175 to Rogers Gardens
Full payment was received on January 29, 1975 in the
amount of $10,481.09.
nm
c;cy Hau
3300 Newport Blvd.
(714) 673 -2110
M V
0
To: Laura Lagios
CITY OF NEWPORT BEACH
CALIFORNIA mo
city Hall
3300 Newport Blvd.
(714) 673 -2110
April 16, 1975
Subject: Invoice #615 dated 11/25/74 to The Irvine Company
Full payment was received on December 12, 1974 in the amount
of $35,868.00.
�,.J
_ W'WC:mec .
9/22./60
AGREEMENT
THIS AGREEMENT, made and entered into this -, ci, day of rc 13 - 7v,4 .; F ,
19_74 , by and between ROGER'S GARDENS NEWPORT BEACH
a California Corporation
hereinafter referred to as "Subdivider ", and the CITY OF NEWPORT BEACH, a municipal
corporation, organized and existing under and by virtue of its Charter and the Constitution
and laws of the State of California, hereinafter referred to as "City ";
WITNESSETH:
WHEREAS, Subdivider proposes to subdivide land within the City of ,Newport Beach
to be known as Resubdivision No. 1401 and
Tract No. or esu ivision o.
WHEREAS, Subdivider proposes to construct street and other public improvements
in connection with said subdivision as required by the Newport Beach Municipal Code and
as hereinafter provided; and
WHEREAS, the provisions of Section 19.16.160 of the Newport Beach Municipal
Code provide for an agreement containing certain provisions as hereinafter s.et out;
NOW, THEREFORE, in consideration of their mutual promises, the parties hereto
agree as follows:
1. Subdivider agrees to complete all improvement work in accordance with plans
and specifications approved by the Public Works Director, including all improvements
required by the Municipal Code which were not specifically waived by the Planning Com-
mission or City Council in approving the subdivision, plus any additional improvements
required by the Planning Commission or City Council as a condition of approving the sub-
division. The conditions imposed by the Planning Commission or City Council are in-
corporated here by reference and made a part hereof as though fully set forth. Subdivider
-1-
0 •
agrees to complete said improvements within a period of /2- months from the date hereof.
2, Said improvements shall be completed to the satisfaction of the City
Engineer of City, and Subdivider shall pay the costs of inspection of said work in
accordance with the established schedule of charges for inspection heretofore adopted
and on file in the Director of Public Works' office.
3. If Subdivider shall fail to complete said improvements within the period
set out above, City may resort.to any security deposited by Subdivider in accordance
with Section 19,16,17D of the Newport Beach Municipal Code or call upon the surety for
Subdivider to pay for said improvements or to supply the money for the completion of said
improvements in accordance with this contract and the provisions of the Newport Beach
Municipal Code. Subdivider shall also be responsible for said improvements and the cost
thereof.
4, The time within which said improvements must be completed, as set out in
paragraph 1 hereof, may be extended by the City Council upon the request of Subdivider
when the City Council determines that circumstances justify an extension of time,
5. Subdivider shall file with this agreement with City a bond or other
security as provided in the Newport Beach Municipal Code in an amount of the Director of
Public Works' estimate of the cost of said improvements and the amount of inspection
fees which are not covered by any deposit made by the Subdivider for said fees, the
purpose of which shall be to assure full and faithful performance by Subdivider of the
work of construction of said improvements and payment to City of said inspection charges.
6. Subdivider agrees to indemnify and hold harmless City and its officers,
agents and employees from all demands, claims, losses or liability on account of injury
or damage to persons or property suffered or claimed to be suffered in, on or around
the subdivision by any person as a result of any act or omission by Subdivider or his
agents or employees between the date Subdivider begins work on the subdivision and the
date the improvements are completed and accepted by City.
-2-
IN WITNESS WHEREOF. Subdivider has executed this agreement and the City of
Newport Beach has caused its corporate name and seal to be affixed by its Mayor and
City Clerk thereunto duly authorized as of the day and year first above written.
Appr rd as to sufficiency:
a
1 ,f
' Ctty Manager'
Approved as t
City Atto'rnb)r
CITY OF NEWPORT BEACH
By /sy4�/w::_
Mayor
By
Ci tyJl erk
-3-
CITY
'S GARDENS NEWPORT BEACH
.'Herbert, Jr.,
e
SUBDIVIDER
AGREEMENT
THIS AGREEIENT, is made and entered into this /174
day of P4-e,6rq,6L'a , 1970, by and between THE IRVINE COMPANY,
a West Virginia corporation, hereinafter referred to as
"Subdivider ", and the CITY OF NEWPORT BEACH, a municipal
corporation, organized and existing under and by virtue of
its Charter and the Constitution and laws of the State of
California, hereinafter referred to as "City ".
WITNESSETH:
WHEREAS, Subdivider proposes to subdivide land
within the City of Newport Beach, to be known as Resubdivision
No. 284; and
WHEREAS, Subdivider proposes to construct street
and other public improvements in connection with said resub-
division as required by the Newport Beach Municipal Code; and
WHEREAS, included among these improvements is a
portion of the storm drainage system located in San Joaquin
Hills Road and MacArthur Boulevard and designated as "future"
on the approved improvement plans; and
WHEREAS, the parties hereto desire to execute an
agreement providing for the construction of a "future" storm
drainage system;
NOW, THEREFORE, in consideration of their mutual
promises, the parties hereto agree as follows:
1. Subdivider agrees to complete said "future" portions
of the storm drainage system in San Joaquin Hills
Road and MacArthur Boulevard, in accordance with
plans and specifications approved by the Public
-1-
Works Director. Subdivider agrees to construct
said improvements within a period of five (5)
years from the date hereof. Subdivider further
agrees to complete said improvements at an earlier
date if required and deemed necessary by the City.
2. Said storm drain improvements shall be completed
to the satisfaction of the City Engineer of City,
and Subdivider shall pay the costs of inspection
of said work in accordance with the established
schedule of charges for inspection heretofore
adopted and on file in the Director of Public
Works' office.
3. The time within which said storm drain improvements
must be completed, as set out in paragraph 1 hereof
may be extended by the City Council upon the request
of Subdivider if the City Council determines that
circumstances justify an extension of time.
4. Subdivider agrees to indemnify and hold harmless
City and its officers, agents, and employees from
all demands, claims, losses, or liability on account
of injury or damage to persons or property suffered
or claimed to be suffered in, on, or around the
resubdivision by any person as a result of any
act or omission by Subdivider or his agents or
employees between the date Subdivider begins work
on the resubdivision and the date the improvements
are completed and accepted by City.
IN WITNESS WHEREOF, Subdivider has executed this
agreement and the City of Newport Beach has caused its
-2-
corporate name and seal to be affixed by its Mayor and City
Clerk thereunto duly authorized as of the day and year first
above written.
Approved as to sufficiency:
City Manager
Approved as to form:
City Atff rney
THE IRVINE
By:
Vice residen— �-
By:
Assistant Secaetary ".\ \
CITY OF NEWPORT BEACH
By:
Mayor
Attest:
-3-
City Clerk
;)N'
THS:adw
10/23/70
May 19, 1975
McGrew Canstsurticn C::upwy►
P. 0. Box loftl
Santa Ana, Califernia 92711
r_
Subject: Surety American Employers' Insurance Company
Bard No. AA 71073 -66
Project San Joaquin Hills Fond Improvements
MacArthur Boulevard to Marguerite Avenue
Contract No. 1519
On April 28, 1975, the City Council accepted. the work of subject
project and authorized the City Clerk to file a Notice of Com-
pletion and to release bonds 35 days after Notice of Completion
has been filed.
Notice of Completion was filed with the Orange Ommty Recorder on
May 7, 1975 in Hock 11395, Page 1672. Please notify your surety
company that bonds may be released 35 days after recording date.
Doris M. George
Deputy City Clerk
DM: dm
cc: Public Works
+" RECORDING
REQUESTED By AN0
PLEASE S:TJRN TO,
LALI: t, : `C:: ^:', CITY CLERK
cff C
C ;;LiF. 92550
5979 0
�PhPT
C2
NOTICE OF COMPLETION
PUBLIC WORKS
u 11395PC 1672
RECORDED IN OFFICIAL RECORDS
OF ORANGE COUNTY, CALIFORNIA
9:05 A.M. MAY 7 1975
J. WYLIE CARLYLE, County Recorder
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on
the Public Works project consisting of improvement'.
MacArthur Boulevard to Marguerite Avenue
on which McGrew Construction
was the contractor, and Amer
was the surety, was completed.
I, the undersigned, say:
March 6, 1975
VERIFICATION
0m al
CITY OF NEWPORT BEACH
Director
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on April 29, 1975 at Newport Beach, California.
I, the undersigned, L
I am the City Clerk of the City of Newport Beach; the City Council of said
City on April 28, 1975 accepted the above described work as
completed and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on April 29, 1975 at Newport Beach, California.
>} ". SG1
! 0
CITY OF NEWPORT BEACH
CALIFORNIA City Hall
3300 W. Newport Blvd
Area Code 714
673 -2110
Date: April 29. 1975
Mr. J. Wylie Carlyle
County Recorder
P. 0. Box 238
Santa Ana, California 92702
Dear Mr. Carlyle:
Attached for recordation is Notice of Completion of Public
Works project consisting of San Joaquin Hills Road iarIDrovement8,
('iacArthur Boulevard to Marguerite Avenue Contract No. 1519
on which MC� COnstnxtiOn Company, Inc. was the Contractor
and = neri.can EMloyeml Insurance Company was the surety.
Please record and return to us.
Very truly yours,
Laura Lagios
City Clerk
City of Newport Beach
LL:
Encl.
CALIFORNI* PRELIMINARYf OT
IN ACCORDANCE WITH SECTION 1193. CALIFORNIA COME OF CIVIL PROCEDURE AND SECTION 4210. ALIFORNIA GaOY
(EFFECTIVE THROUGH DECEMBER 31, 1970) AND IN ACCORDANCE WITH SECTION 3097 AND 3098, CALIFORNIA
(WHEN SUCH SECTIONS BECOME EFFECTIVE JANUARY 1, 1971,1
YOU ARE HEREBY
(this must be furnished to construction lender — optional as
to owner or contractor)
If bills are not paid in full for labor, services, equipment
or materials furnished or to be furnished, the improved
property may be subject to mechanic's liens.
ORIGINAL CONTRACTOR or NOVEMBER 15, 1974
Reputed Contractor, if any Dated: �J —
/w ADMINISTRATOR
F(signatur (title)
MCGREW CONSTRUCTION COMPANY
P. 0. BOX 10941
L
SANTA ANA, CALIF. 92711 (Please note reverse side)
J
WOLCOTTS FORM 1510. Rev. 10 -71
CONSTRUCTION LENDER or
E
"LAMENT
Reputed Construction Lender, if any
NIL CODE
)_9
i.kik >_
(name of person or firm furnishing labor, services, equip -
(this must be furnished to construction lender — optional as
to owner or contractor)
If bills are not paid in full for labor, services, equipment
or materials furnished or to be furnished, the improved
property may be subject to mechanic's liens.
ORIGINAL CONTRACTOR or NOVEMBER 15, 1974
Reputed Contractor, if any Dated: �J —
/w ADMINISTRATOR
F(signatur (title)
MCGREW CONSTRUCTION COMPANY
P. 0. BOX 10941
L
SANTA ANA, CALIF. 92711 (Please note reverse side)
J
WOLCOTTS FORM 1510. Rev. 10 -71
CONSTRUCTION LENDER or
Reputed Construction Lender, if any
THE SINGER COMPANY, TRAFFIC
(name of person or firm furnishing labor, services, equip -
INFORMATION SYSTEMS
ment or material)
1077 EAST ARQUES
or ui
eqp
L
J
SUNNYVALE, CALIFORNIA1eb 94086es,
ment or material)
has furnished or will furnish labor, services, equipment or
materials of the following general description:
— FOLD HERE
TRAFFIC CONTROLLER, SIGNALS,
(general description of the labor, services, equipment or
HIGHWAY LIGHTING
_
material furnished or to be furnished)
for the building, structure or other work of improvement
located at: SAM JOAQUIN HILLS ROAD, CITY
(address or description of job site
OWNER or PUBLIC AGENCY
OF NEWPORT BEACH, CALIF.
or Reputed Owner (on public work)
sufficient for identification)
(on private work)
The name of the person or firm who contracted for the pur-
chase of such labor, services, equipment or material is:
CITY OF NEWPORT BEACH
rTRTsSnM
CITY CLERK
R jf)HNSnN, TNr-
3300 NEWPORT
P. 0. BOX 10040
NEWPORT BEACH, CALIF. 92660
L
J
SANTA ANA, CALIF. ( @ &LL
(address of above person or firm)
An estimate of the total price of the labor, services, equip-
- FOLD HERE
ment or materials furnished or to be furnished is:
(this must be furnished to construction lender — optional as
to owner or contractor)
If bills are not paid in full for labor, services, equipment
or materials furnished or to be furnished, the improved
property may be subject to mechanic's liens.
ORIGINAL CONTRACTOR or NOVEMBER 15, 1974
Reputed Contractor, if any Dated: �J —
/w ADMINISTRATOR
F(signatur (title)
MCGREW CONSTRUCTION COMPANY
P. 0. BOX 10941
L
SANTA ANA, CALIF. 92711 (Please note reverse side)
J
WOLCOTTS FORM 1510. Rev. 10 -71
lJ
0
For your assistance the following selected paragraphs of Section 3097
aru lrorea►ter ousted. Should you lore any doubt as ,tar the usefulness of flu to
yee aro urged to consult °► �+° California civil Code
year own atteroey, for year p"nues
"(a) es, every one under direct contract with the owner or one performing actual labor
for wages, every person who furnishes labor, se vice, equipment, or material for which
a lien otherwise can be claimed under this title, or for which n notice to withhold can
otherwise be given under this title as a necessary prerequisite to the validity
of arty claim of lieq and of a notice to
reputed owner, to the origin,) contractor, or reputed contractor, and to
Withhold, cause to re given to the owner or
lender, if any, or to the reputed construction lender, if any, a written o the con
as prescribed by this section. the construction
"(b) All persons having Preliminary notice
g a direct
one Performing actual labor with the owner, except the contractor or
r for wages, who furnish labor,
material for which a lien otherwise can be claimed on this title, or far which a
notice to withhold can service, equipment, or
requisite to the validity oP any clam given oiia tide, must, as a necessary
given to the construction lender, if any, pre-
'c' written preliminary notice as prescribed by to this the reputed construction llenderSeiffany,
"(C) the preliminary notice referred to in subdivisions (a) and b
later than 20 days after the c'aimant has Frst furnished labor,
materials to the jobsite ... ^ service, shall be given not
service, equipment, or
"e Service Person notice required under this section may be given by delivering same in the person to be notified, personally, or by leaving it at his address or
of business with some g the
certified mail, postage Prepaid addressed to the Place
at his residence or place of business address, at rsop, to whom notice
b is to mail, or
Permit on file with the authority issues a Person to whom notice is he be given
recorded pursuant to g building permit for the work, or at addrersg
whom notice was requlredJto'be servedfhs otfactualil the address of the person on
notice may be by first -class mail, registered mail, w certfied 'mail, addressed to such
jobsite, with the envelope setting forth the name of the owner or reputed owner, if
known, or if not Nnown, then merely "owner" or to the parson to whom
Withhold maybe given, if known, or if not known, then to "construction lender" notice
to
the original contractor, if Nnown, a notice to then to service is by registered or certified mail, nsery e i complete at the time of the deposit
of the registered or certified mail general contractor ". When
Of
Aff) Where
dollars ($400),
y subcontractor on a particular work
Secti
icensed under Chapter 9 (commencing with )00(7) Of Division on 3 thathcontractor
and Professions Code, to give the notice provided for in this section, constitutes
grounds for disciplinary action by the Registrar of Contractors,"
0
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No. 1519
Project �Loaquin Hills Road
4
Date July 23, 1974
Attached is signed copy of subject contract for transmittal to the contractor
Contractor: McQ w Constr ticn Co., Inc.
Address: 1502 poinsettia Street, Santa lia, CA 92701
Amount: $ 514,936.5o
Effective Date: July 23, 1974
Resolution No. 8294
Laura Lagios
LL-.dg
Att.
cc: Finance Department []
Note to George Pappas - Letters of Credit from Rogers Gardens and The
Irvine Company are in the ccntrect file in
City ClerRI3 office.
July 10, '
TO: CITY CLERK
FROM: Public Works Department
SUBJECT: SAN JOAQUIN HILLS ROAD IMPROVEMENTS FROM MACARTHUR BOULEVARD
TO 500' EASTERLY OF MARGUERITE AVENUE - CONTRACT NO. 1519
AHFP PROJECT NO. 713
Attached are the subject contract documents. Please have them
executed on behalf of the City, retain your copy and the insurance certifi-
cates, and return the remaining copies to this office.
John S. Wolter
Project Engineer
JSW:h
Att.
CONTRACT NO. 1519
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
SAN JOAQUIN HILLS ROAD IMPROVEMENTS
FROM
MACARTHUR BOULEVARD
TO
500' EASTERLY OF MARGUERITE AVENUE
AHFP PROJECT NO. 713
SUBMITTED BY:
Approved by the City Council this
13th day of May 1974.
Doris George, Deputy CiQ Clerk
CITY CLERK
MC GREW CONSTRUCTION CO., INC.
Contractor
1502 Poinsettia Street
address
Santa Ana, California 92701
City Zip
(714) 558 -7421
Phone
/$514,936.90
Total Bid Price Items 1 through 36
(Alternate "A ")
$493,564.90
Total Bid Price Items 1 through 32, and
Item 37 (Alternate "B ")
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PLANS AND CONTRACT DOCUMENTS
FOR
SAN JOAQUIN HILLS ROAD IMPROVEMENTS
FROM
MACARTHUR BOULEVARD
TO
500' EASTERLY OF MARGUERIIE AVENUE
CONTRACT NO. 1519
AHFP PROJECT NO. 713
ADDENDUM NO. 1
Notice to Bidders
Please be advised that the note on Page PR 7 of 7 of the Proposal has been amended
to read as follows:
NOTE: Designate the Traffic Signal Controller Supplier for Bid Items 27, 28 and
29 in the space below:
Please sign and show the date of receipt of this Addendum and attach a copy to your
proposal.
Benjamin B. Nolan
Asst. Public Works Director
May 29, 1974
Received by: McGrew Construction Co., Inc.
1502 N. Poinsettia
Santa Ana, Calif. 92701
Contractor
License No 268726
June 11, 1974 S/ Kenneth L. Oliver, Vice President
Date Signature
�� . • PR of
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SAN JOAQUIN HILLS ROAD IMPROVEMENTS
FROM
MACARTHUR BOULEVARD
TO
500' EASTERLY OF MARGUERITE AVENUE
CONTRACT NO. 1519
AHFP PROJECT NO. 713
1J:za!n
To the Honorable City Council
City of Newport Beach
3300 W. Newport Boulevard
Newport Beach, CA 92660
Gentlemen:
The undersigned declares that he has carefully examined the location of the work, has read
the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby pro-
poses to furnish all materials and do all the work required to complete Contract No. 1519
and will take in full payment therefor the following unit prices for each item, complete
in place, to wit:
ITEM
NO.
QUANTITY
AND UNIT
ITEM DESCRIPTION
UNIT PRICE WRITTEN IN WORDS
UNIT
PRICE
TOTAL
PRICE
1.
1
Clearing and grubbing
Lump Sum
@ Thirty Thousand Five Hundred
Dollars
and
No
Cents
$
30,500.00
$
30,500.00
Lump Sum
2.
2550
Construct 18" A.C.P.
(2000D)
L.F.
@ Fourteen
_Dollars
and
No
Cents
$
14.00
$
35,700.00
Per Linear Foot
3.
114
Construct 15" A.C.P.
(2000D)
L.F.
@ Thirteen
Dollars
and
Twenty -five
Cents
$
13.25
$
1,510.50
Per Linear Foot
4.
95
Construct 24" A.C.P.
(2000D)
L.F.
@ Twenty seven
Dollars
and
No
Cents
$
27.00
$
2,565.00
Per Linear Foot
s
L�
5. 2 Construct Type OL Curb Inlet,
EA. L =141, per C.N.B. Drawing 306 -L
PR [ of /
•
UNIT TOTA
PRICE PRIC
@ Sixteen Hundred Fifty Dollars
and
No Cents $ 1,650.00 $ 3,300.00
Per Each
6. 4 Construct Type OL -A Curb Inlet,
EA. L= 7' per C.N.B. Drawing 305 -L
@ Twelve Hundred Twenty Dollars
and
No Cents $ 1.220.00 $ 4,880.00
Per Each
7. 4 Construct Type OL -A Curb Inlet,
EA. L= 3.5' per C.N.B. Drawing 305 -L
@ Nine Hundred Dollars
and
No Cents $ 900.00 $ 3,600.00
Per Each
8. 2 Construct Junction Structure No. 1
OF per C.N.B. Drawing 310 -L
@ Eleven Hundred Dollars
and
No Cents $ 1,100.00 $ 2,200.00
Per Each
9. 1 Guard Underground Construction
Lump Sum
@ One Thousand Dollars
and
Cents $ 1,000.00 $ 1,000.00
ump Sum
10. 3 Construct Area Drain W /Parkway
EA. Grate
@ Three Hundred Twenty Dollars
and
No Cents $ 320.00 $ 960.00
Per Each
11. 126 Construct 4" (CL 150) A.C.P. water
L.F. line
@ Six _ Dollars
No Cents $ 6.00 $ 756.00
Per Linear Foot
PR3of7
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
12. 3 Construct 2" water service per C.N.B.
EA. Drawing 503 -L
@ One Hundred Sixty Dollars
and
No Cents $ 160.00 $ 480.00
Per Each
13. 1960 Construct 1 112" P.V.C. Conduit with
L.F. pull cord
@ Two Dollars
and
Twenty Cents $ 2.20 $ 4.312.00
Per Linear Foot
14. 3844 Construct Type "A" P.C.C. Curb and
L.F. Gutter per C.N.B. Drawing 105 -L
@ Three Dollars
and
Ninety Cents $ 3.90 $ 14,991.60
Per Linear Foot
15. 4044 Construct Type "C" P.G.C. Curb and
L.F. Gutter per C.N.B. Drawing 106 -L and
modified Type "C" P.C.C. Curb and
Gutter per Detail Sheet 2
@ Three Dollars
and
Sixty -five Cents $ 3.65 $ 14,760.60
Per Linear Foot
16. 79
Construct Type "0" P.C.C.
Curb per
L.F.
C.N.B. Drawing 106 -L
@ Two
Dollars
and
Eighty
Cents $ 2.80
$ 221.20
Per Linear Foot
17. 6000
Construct asphaltic concrete pavement
Tons
including prime coat
@ Ten
Dollars
and
Eighty
Cents $_10.80
$64,800.00
Per Ton
18. 14,400
Construct Aggregate Base
Tons
@ Three
Dollars
and
Eighty
Cents $ 3.80
$54,720.00
Per Ton
• • PR4of7
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
19. 25,800 Construct 4" P.C.C. Sidewalk per C.N.B.
Sq.Ft. Drawing 110 -L
@ No Dollars
and
Seventy -two Cents $ 0.72 $18,576.00
Per Square Foot
20. 7 Construct Wheel Chair Ramp per
EA. Detail Sheet 2
@ One Hundred Thirty Dollars
and
No Cents $ 130.00 $ 910.00
Per Each
21. 1 Adjust Manholes to Grade
E
@ One Hundred Sixty Dollars
and
No Cents $ 160.00 $ 160.00
Per Each
22. 4 Adjust Water Valve Manholes to
EA. Grade
@ Eighty -five Dollars
and
No Cents $ 85.00 $ 340.00
Per Each
23. 16 Adjust Water Valve Box to Grade
EA.
@ Forty -five Dollars
and
No Cents $ 45.00 $ 720.On
Per Each
24 15,000 Construct 4" P.C.C. Cobblestone
Sq.Ft. Pavement
@ One Dollars
and
Ninety Cents $ 1.90 $ 28,500.00
Per Square Foot
25. 2 Construct 6" P.C.C. Type II Cortmer-
EA. cial Drive Approach per C.N.B.
Drawing 112 -L
@ Three Hundred Fifty Dollars
and
No Cents $350.00 $ 700.00
Per Each
• PR5of7
ITEM QUANTITY ITEM UETUPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
26. 1 Construct Traffic Signal Modification
Lump Sum @ MacArthur Boulevard (S.H.73)
@ Twenty -five Hundred Dollars
and
No Cents $ 2,500.00 $ 2,500.00
Lump Sum
27. 1 Construct Traffic Signal System at
Lump Sum the intersection of San Joaquin Hills
Road with New MacArthur Boulevard
Fifty Nine Thousand Five
@ Hundred Forty Dollars
and
No Cents $ 59,540.00 $ 59,540.00
Lump Sum
28. 1 Construct Traffic Signal System at
Lump Sum the intersection of San Joaquin Hills
Road with Crown Drive North
Thirty -Eight Thousand Nine
@ Hundred Nineteen Dollars
and
No Cents $ 382919.00 $ 38,919.00
Lump Sum
29. 1 Construct Traffic Signal System at
Lump Sum the intersection of San Joaquin Hills
Road with Marguerite Avenue
Fifty One Thousand Eight
@ Hundred Four Dollars
and
No Cents .$ 51.804.00 $ 51.804.00
Lump Sum
30. 4 Reconstruct and Reset Survey Monuments
E. per C.N.B. Drawing 124 -L
@ Two Hundred Fifty Dollars
and
No Cents $ 250.00 $ 1,000.00
Per Each
31. 1 Fill Existing 24" C.M.P. W/2 Sack
Lump Sum Concrete Slurry
@ Five Hundred Dollars
and
No Cents $ 500.00 $ 500.00
Lump Sum
PR6of7
ITEM QUANTITY ITEM DESCRIPTION U TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
32. 1 Construct Street Light System per
Lump Sum Details Sheet No. 10
Twenty Six Thousand Four
@ Hundred Four Dollars
and
No Cents
Lump Sum
Sub -Total (Items 1 through 32)
ALTERNATE "A"
FILL CONSTRUCTION ALONG JAMBOREE ROAD
$26,404.00 $ 26,404.00
$ 471,829.90
33.
16,100
Unclassified Excavation
Cu.Yd.
@ Two
Dollars
and
Twenty -seven
Cents
$
2.27
$
36,547.00
Per Cubic Yard
34.
1,000
Pervious Sand Blanket
Cu.Yd.
@ Four
Dollars
and
Thirty -five
Cents
$
4.35
$
4,350.00
Per Cu i7 YarN
35.
100
15 -Inch Diameter C.M.P.
L.F.
@ Eleven
Dollars
and
No
Cents
$
11.00
$
1,100.00
Per Linear Foot
36.
3
Area Drain Including Pipe
EA.
@ Three Hundred Seventy
Dollars
and
No
Cents
$
370.00
$
1,110.00
Per Eac
Sub -Total
for Alternate "A" (Items 33 through
36)
$
43,107.00
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
ALTERNATE "B"
DISPOSAL OF SURPLUS EXCAVATED MATERIAL
AWAY FROM JOB SITE
37. 16,100 Unclassified Excavation
Cu. Yd.
One _Dollars
an
Thirty -five Cents $ 1.35
Per Cu is Yar
TOTAL PRICE FOR ITEMS 1 THROUGH 36 (ALTERNATE "A ")
WRITTEN IN WORDS
Five Hundred Fourteen Thousand Nine Hundred Thirty Six Dollars
and
Ninety Cents
TOTAL PRICE FOR ITEMS 1 THROUGH 32, AND ITEM 37
(ALTERNATE "B ") WRITTEN IN WORDS
Four Hundred Ninety Three Thousand Five Hundred Sixty Four Dollars
and
Ninety Cents
CONTRACTOR'S LICENSE NO. 268726
June 11, 1974
21,735.00
514,936.90
$ 493,564.90
McGrew Construction Co., Inc.
(Bidder's Name
S/ Kenneth L. Oliver, Vice President
Authorized Signature
CONTRACTOR'S ADDRESS 1502 Poinsettia Street, Santa Ana, California 92701
TELEPHONE NUMBER (714) 558 -7421
NOTE: Designate the Traffic Signal Controller Supplier for Bid Items 7, 8 and 29 in
the space below:
Singer Traffic Controls
(Nam of ontro ler Supplier)
1420 S. Village Way, Santa Ana, California
Address)
(714) 558 -2717 _
Telephone Number
Page 1
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach,
California, until 10:30 A.M. on the 11 day of June , 19 74,
at which time they will be opened and read, for performing work as follows.
SAN JOAQUIN HILLS ROAD IMPROVEMENTS
FROM
MACARTHUR BOULEVARD TO
500' EASTERLY OF MARGUERITE AVENUE
CONTRACT NO. 1519
AHFP PROJECT NO. 713
Bids must be submitted on the proposal form attached with the contract documents
furnished by the Public Works Department. The additional copy of the proposal form
is to be retained by the bidder for his records.
Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable
to the City of Newport Beach, for an amount equal to at least 10 percent of the
amount bid.
The title of the project and the words "SEALED BID" shall be clearly marked on the
outside of the envelope containing the bid.
The contract documents that must be completed, executed, and returned in the sealed
bid are:
A. Proposal
B. Designation of.Subcontractors
C. Bidder's Bond
D. Non - collusion Affidavit
E. Statement of Financial Responsibility
F. Technical Ability and Experience References
These documents shall be affixed with the signature and titles of the persons signing
on behalf of the bidder. For corporations, the signatures of the President or
Vice President and Secretary or Assistant Secretary are required an t3— he CCorpora —te Seal
shat be of ixed to—a-11 documents re— qu ring signatures. In the case of a arP tnership,
the signature of at least one general partner is required.
No bids will be accepted from a contractor who has hot been licensed in accordance with
the provisions of Chapter 9, Division III of the Business and Professions' Code. The
contractor shall state his license number and classification in the proposal.
One set of plans and contract documents, including special provisions, may be obtained
at the Public Works Department, City Hall, Newport Beach, California, at no cost to
licensed contractors. It is requested that the plans and contract documents be returned
within 2 weeks after the bid opening.
(cont.)
0 •
Page la
The City has adopted the Standard S ecifications for Public Works Construction
(1973 Edition) as prepare y t e out ern California Chapters of the American
Public Works Association and the Associated General Contractors of America. Copies
may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles,
California 90034, (213) 870 -9871.
The City has adopted Standard Special Provisions and Standard Drawings. Copies of
these are available at the Public Works Department at a cost of $5.00 per set.
A standard "Certificate of Insurance for Contract Work for City" form has been
adopted by the City. This form is the only certificate of insurance acceptable
to the City. The successful low bidder will be required to complete this form
upon award of the contract.
For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds,
and Faithful Performance Bonds must be an insurance company or surety company
licensed by the State of California. The companies must also have a current
General Policy Holders Rating of A or better, and a Financial Rating of at least
AAA as per the latest edition of Best's Key Rating Guide (Property - Liability).
In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California
Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach
has ascertained the general prevailing rate of per diem wages in the locality in
which the work is to be performed for each craft, classification, or type of workman
or mechanic needed to execute the contract and has set forth these items in Resolu-
tion No. 8090 adopted September 10, 1973. A copy of said resolution is available
in the office of the City Clerk. All parties to the contract shall be governed by
all provisions of the California Labor Code relating to prevailing wage rates
(Sections 1770 -1781 inclusive).
The City reserves the right to reject any or all bids and to waive any informality
in such bids.
Revised 12 -10 -73
Page 2
All bids are to be computed on the basis of the given estimated quantities of work,
as indicated in this Proposal, times the unit price as submitted by the bidder. In case
of a discrepancy between words and figures, the words shall prevail. In case of an error
in the extension of a unit price, the corrected extension shall be calculated and the bids
will be computed as indicated above and compared on the basis of the corrected totals.
The estimated quantities of work indicated in this Proposal are approximate only,
being given solely as a basis for comparison of bids.
The undersigned has checked carefully all of the above figures and understands that
the City will not be responsible for any errors or omissiuiia 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. 268726 Classification A
Accompanying this proposal is Bidders Bond
Cash, Certified Check, Cashier's Check or Band
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workmen's compensation or to
undertake self- insurance in accordance with the provisions of that code, and agrees to
comply with such provisions before commencing the performance of the work of this contract.
(714).558 -7421
Phone Number
June 11, 1974
ate
MC GREW CONSTRUCTION CO., INC.
Bidder's Name
S/ Kenneth L. Oliver, Vice President (SEAL)
Authorized Signature
Authorized Signature
Corporation
Type of Organization
(Individual, Corporation, or Co- Partnership)
List below names of President, Secretary, Treasurer and Manager if a corporation,
and names of all co- partners if a co- partnership:
Gordon E. McGrew - President
Kenneth L. Oliver - Vice President
Jesse J. Bittner - Sec'y.- Treas.
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. Electrical Grissom & Johnston Santa Ana
2. Concrete
T. J. Busby
San Bernardino, Calif.
3. Cobblestone Pvmt. Pattern Concrete Laguna Beach,Calif.
4. Underground Golden State Irrigation Walnut, Calif.
5. Engineering Innovative Consultants Newport Beach, Calif.
6.
7.
8.
9.
10.
11
12
McGrew Construction Co., Inc.
Bidder's Name
S/ Kenneth L. Oliver, Vice President
Authorized Signature
Corporation
Type of rganization
(Individual, Co- partnership or Corp)
1502 Poinsettia Street
Santa Ana, - California 92701
Address
_ - '•- -Y_ _ .�__ .. .. -ate..- z.v_..�_.s�.s G.��..:� }`t„ _
i�-
FOR AINAL SEE CITY CLERK'S FILE COPO
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, McGrew Construction Co., Inc.
Page 4
as Principal,
and
American Employers' Insurance
Company
as
Surety,
are
held
and
firmly bound unto the City of Newport Beach,
California,
in the
sum of
Ten
Percent
of the amount bid Dollars ($ 10% of bid ), lawful money of the United
States for the payment of which sum well and truly to be made, we bind ourselves,
jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden principal for the construction of
San Joaquin Hills Road Improvements from MacArthur Boulevard to 500' Easterly of Marguerite
avenue - LonLract no. .lol`! - Anrr Project —No, M.
in the City of Newport Beach, is accepted by the City Councir of said City, and if the
above bounden principal shall duly enter into and execute a contract for such construc-
tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting
Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from
the date of the mailing of a notice to the above bounden principal by and from said City
of Newport Beach that said contract is ready for execution, then this obligation shall
become null and void;. otherwise it be and remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the surety from
its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 11 day of
June 19 74
Corporate Seal (If Corporation) McGrew.Construction Co. Inc.
rincipa
By: S/ Kenneth L. Oliver, Vice President
(Attach acknowledgement of
Attorney -in -Fact)
June 11, 1974
Dona Delight, Nota Public American Employers' Insurance Company
5-0's—s on expires may 1, 1978 Surety
By S/ Marlene Baker
Ti
Page 5
NON- COLLUSION AFFIDAVIT
The bidders, by its officers and agents or representatives present at the time of
filing this bid, being duly sworn on their oaths say, that neither they nor any
of them, have in any way, directly or indirectly, entered into any arrangement or
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.
McGrew Construction Co., Inc.
S/ Kenneth L. Oliver, Vice President
S/ Jesse J. Bittner, Secretary
Subscribed and sworn to before me by
this 11th day of June ,
19 74 .
My commission expires:
October 2, 1977 Diane M. Hanson
Notary Public
6
FOR ORIGINAL SEE CITY CLERK'S FILE COPY
STATEMENT OF FINANCIAL RESPONSIBILITY
46
Page 6 ;
The undersigned submits herewith a statement of his financial responsibility.
The undersigned hereby acknowledges that McGrew Construction Co., Inc. is financially
responsible to perform to completion the construction of City of Newport Beach
Contract No. 1519, AHFP Project No. 713, San Joaquin Hills Road Improvements.
Prior to award of contract, McGrew Construction Co., Inc. to provide on request a current
financial statement.
McGrew Construction Co., Inc.
S/ Kenneth L. Oliver, Vice President
Signed
Page 7
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character
to that proposed herein which he has performed and successfully completed.
Year
Completed For Whom Performed (Detail) Person to Contact Telephone No.
1974 City of Orange $111,000 Gary Johnston 633 -2300
1974
City
of Anaheim
267,000
Don
Deacon
533 -5635
1974
City
of Villa Park
46,866
Roy
Stevenson-(Toups)
835 -4447
1974 City of Fullerton 25,000 Bob Eichblatt 525 -7171
1973 City of Garden Grove $425,000 Bob Inkster 537 -4200
McGrew Construction Co., Inc.
By: S/ Kenneth L. Oliver, Vice Pres.
Signed
,- BON O. AA 71073 -66
PREMW: INCLFRaP8
LABOR AND MATERIAL BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California by
motion adopted June 24, 1974
has awarded to McGrew Construction Co., Inc.
hereinafter designated as the "Principal ", a contract for San Joaquin Hills Road
Improvements from MacArthur Boulevard to 500' Easterly of Marguerite Avenue - Contract No. 1519
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 McGrew Construction Co.,.Inc.
as Principal, hereinafter designated as the Contractor and " " ""
AMERICAN EMPLOYERS' INSURANCE COMPANY
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
Two Hundred Fifty -seven Thousand, Four
Hundred Sixty -Eight and 45 /100ths ---------- Sollars ($257,468.45' )
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, oun 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.
1 Y Page 9
(Labor and Material Bond - Continued)
This bond shall inure to the benefit of any and all persons, companies, and corporation
entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to
give a right of action to them or their assigns in any suit brought upon this bond, as
required by the Provisions of Section 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 8th day of July
McGREW CONSTRUCTION CO. T' Seal.) ^ =
6eaii. -
T
Approved as to form:
City Attorney
This bond was.approved by the City Council
of the City of Newport Beach by motion on
Date
Attest:
City Clerk
(Seal)
ontractor
AMERICAN EMPLOYERS' INSURANC4SCL"PANY
ATTORNEY -IN -FACT
1)
It
;�.
;.
It
¢a
•
•
•y �OyO
q ,� r r •
i� `` ^Onowe
♦ l 8
q 1 ■ ■ii r'
a
r
q
3 3 T
n n n
q » E
u s
D
0 S T
O n =
i u
n c y
7 w
�c
o � °
y n
6
S N
n
= S
I n
3 a
n
0 0
S n
O
a
n
m
A_
n�
z ;
0
n o
K
N
M —
O n
_
e �
X =
4 c
N 0—
N'
O
O
0 1
i
4
o p
e =
3 r
roN
a
z o °
z
M y °
A
o� T;
D c c
Z n O
N � O
_
T = q
N O °
m F
T
A 0
D K 0 m o N
Z H 3
m
n 7. O 1
O c q n =q
a
D Z q
Z o a
< m
S 0 p 6 O
q p
» T o
° D o n
G Z N
N = q
O
n u —
° r —
N �
a =0 ° I
N i e
£ n O n
n N
O '4
a a
Z
M
O
p T
TI
O
O
� O
N
z
O
1
a
A
D
r
D
n
z
z
p
ie
r
r
m
O
O
m
m
1
dfOWER OF ATTORNE
KNOW ALL MEN BY THESE PKESENTS, that the AMERICAN EMPLOYER NSU RANCE COMPANY, a corporation
drily organized and existing under the laws of the Commonwealth of Massachusetts, and having ils principal office in the Qty of Boston,
Mau., path made, constituted and appointed, and does by these presents make and constitute, and appoint JOHN WATKINS
and MARLENE BARER both of Newport Beach, California
and each of them its true and lawful Attomey -in -Fact, to make, execute seal and deliver for 16d n iG t a1( ur t n d altbond,
or undertakings required in amounts not exceeding ONL MILLION AND NS,in A (f1,d0�.rbt6dn 8j DOLLARS
and the execution of such bonds or undertakings in pursuance of these presents, shall be binding upon said Company as fully and amply, to
all intents and purposes, as if such bonds were signed by the President, sealed with the corporate seal of the Company, and duly attested by
its Secretary, hereby ratifying and confirming all the acts of said Attorney -in -Fact pursuant to the power herein given. This Power of
Attorney is made and executed pursuant to and by authority of the following resolutions adopted by the Board of Directors of the
AMERICAN EMPLOYERS' INSURANCE COMPANY at a meeting duly called and held on the Twenty- seventh day of July, 1972:
Resolved: That the President, or any Vice - President, or any Assistant Vice- President, may execute for and in behalf of the
company any and all bonds, recognizances contracts of indemnity, and all other writings obligatory in the nature thereof, the
same to be attested when necessary and the seal of the company affixed thereto by the Secretary, or any Assistant Secretary; and
that the President, or any Vice - President, or Assistant Vice - President, may appoint and authorize an Attorney -in -Fact to execute
on behalf of the company any and all such instruments and affix the seal of the company thereto; and that the President, or any
Vice - President, or any Assistant Vice - President, may at any time remove, any such Attorney- m-Fact and revoke all power and author-
ity given to any such Attomey -in -Fact.
Resolved: That Attorneys -in -Fact may he given full power and authority to execute for and in the name and on behalf
of the company any and all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof,
and any such instrument executed by any such Attorney-in-Fact shall be as binding upon the company as if signed by the President
and sealed and attested by the Secretary, and, further, Attorneys -in -Fact are hereby authorized to verify any affidavit required to
be attached to bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and are alm
authorized and empowered to certify to a copy of any of the by -laws of the company as well as any resolution of the Directors
having to do with the execution of bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature
thereof, and to certify copies of the Power of Attorney or with regard to the powers of any of the officers of the company or of
Attomeys -in -Fact.
This power of attorney is signed and sealed by facsimile under the authority of the following Resolution adopted by the Directors of
the AMERICAN EMPLOYERS' INSURANCE COMPANY at a meeting duly called and held on the Twenty - seventh day of July, 1972:
"Resolved: That the signature of the President, or any Vice - President, or any Assistant Vice- President, and the signature
of the Secretary or any Assistant Secretary and the Company Seal may be affixed by facsimile to any power of attorney or to any
certificate relating thereto appointing Attomeys -in -Fact for purposes only of executing and attesting any bond, undertaking, recog-
nizance or other written obligation in the nature thereof, and any such signature and seal where. so used, being hereby adopted by
the company as the original signature of such officer and the original seal of the company, to be valid and binding upon the com-
pany with the same force and effect as though manually affixed."
IN WITNESS WHEREOF, the AMERICAN EMPLOYERS' INSURANCE COMPANY, has caused these presents to be signed by
its Vice - President and its corporate seal to be hereto affixed, duly attested by its Secretary this 19th day of March 19 74 .
Au
COMMONWEALTH OF MASSACHUSETTS
COUNTY OF SUFFOLK SS.
17
AMERICAN EMPLOYERS' INSURANCE COMPANY
On this 19th day of March 19 74 , beforc six+ personally came John G. Thompson, Vice - President, and William D.
Bogar, Secretary of the AMERICAN EMPLOYERS' INSURANCE COMPANY, to rite personally known to be the individuals and officers
described in and who executed the preceding instrument, and they acknowledged the execution of the same, and being by me duly sworn,
severally and each for himself deposelh and sayeth, that they are the said officers of the Company aforesaid, and that the seal affixed to
the preceding instrument is the corporate seal of said Company and that the said corporate seal and their signatures as such officers
were duly affixed and subscribed to the said instrument by the authority and direction of the said Company.
sO1i' • . Robert L. Marzelli - Notary Publi .
(My Commission expires June 5, 1975)
CERTIFICATE
1, the undersigned, Assistant Secretary of the AMERICAN EMPLOYERS' INSURANCE. COMPANY, a Massachusetts Corporation, do
hereby certify that the foregoing power of attorney is in full force and has not been revoked: and furthemtore, that The Resolutions of
the Board of Directors set forth in the power of attorney are now in force.
Signed and scaled at the City of Boston. Dated this day of
( ta2a
A60903!
M�R
19
Assistant 5.,...m...
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
•
Page: 10
BOND NO. AA 71073 -66
PREMIUM: $2,825.00
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion.adopted June 24, 1974
has awarded to McGrew Construction Co., Inc'." " "
hereinafter designated as the "Principal ", a contract for San Joaquin Hills Road
from MacArthur Boulevard to 5001 . Ea!
lo. 1019 - AW Project No. 713
in the City of Newport Beach, in strict conformity with the drawings and specifications
and other contract documents now on file in the office of the City Clerk of the City of
Newport Beach.
WHEREAS, said Principal has executed or is about to execute said contract and the
terms whereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We, McGrew Construction Co., ,Inc.
as Principal, hereinafter designated as the "Contractor ", and
AMERICAN EMPLOYERS' INSURANCE COMPANY
As Surety, are held and firmly bound unto the City of New Beach, in the sum of
Five Hundred Fourteen Thousand,
Nine Hundred Thirty -Six dollard '& 90 /100 thdlollars ($ 514,936.90 ).
said sum being equal to 100% of the estimated amount of the contract, to be paid to
the said City or its certain attorney, its successors, and assigns; for which payment
well and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal,.his
or its heirs, executors, administrators, successors, or assigns, shall in all things.
stand to and abide by, and well and truly keep and perform the covenants, conditions,
and agreements in the said contract and any alteration thereof.made as therein provided
on his or their part, to be kept and performed at the time and in the manner therein
specified, and in all respects according to their true intent and meaning, and shall
indemnify and save harmless the City of Newport Beach, its officers and agents, as
therein stipulated, then this obligation shall become null and void, otherwise it shall
remain in full force and virtue.
Page 11
(Performance Bond - Continued)
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract or to the
work to be performed thereunder or to the specifications accompanying the same shall
in any wise affect its obligations on this bond, and it does hereby waive notice
of any change, extension of time, alteration or addition to the terms of the contract
or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual, it
is agreed that the death of any such principal shall not exonerate the surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety .
above named, on the 8th day of July , 19 7d.
Approved as to form:
v
uity Attorney
MCGREW CONSTRUCTION CO., = 1 (Se a -;)i_
r
'Seel'}
-- - - -.- -
Contractor
AMERICAN EMPLOYERS' INSURANCE
COMPANY (Seal)
Seal) = ;
i.
ATTORNEY -IN -FACT (Seal).=
Surety
• 0
0
z
0
1
a
z
a
r
D
n
z
O
E
r
m
O
Z
m
Z
1
i
f
e
Q
op•
z m
• N
O
Q
°
Or
rt
�Rj � •
S N
H
i
f :
00 >
♦i
o u
O
T•
nFl
'
�
3
°
— Nom•
m
n-
�zy
N
0—
r
D
°
Z o
m D
u
m
A
,
Q
< r
o
3
a
`o
N P
Z
N
A
O
�
OJ
Y °
v
N
A
i
"
D m
o o°
N
Z A
m u
3
]
a �J
n Z
o a
(1 \\
O
n
n
0 V\
3:
o
T
>
D Z
a ]
Z
i
�
m
< m
0
°. °
i
o
�
0 n
,
c 'a
o
N
O
Q
] N
6
"
E C
En
"
O
>
D
o 0
(p
u z
N
C
<
" o
c
0 6
Q 0
rt
]
rt
S E
N 9
Q
N
n
a
o
F n
• -n
z
0
1
a
z
a
r
D
n
z
O
E
r
m
O
Z
m
Z
1
OWER OF ATTORNE�
KNOW ALL MEN BY THESE SENTS, that the AMERICAN EMPLOYERS INSURANCE COMPANY, a corporation
duly organized and existing under the laws of the Commonwealth of Massachusetts, and having its principal oBrc in the (3:t of Boston,
Mass., hath made, constituted and appointed, and does by these presents make and constitute and appoint ,JOHN WATKINS
and MARLMM BARER both of Newport Beach, California
and each of e = and lawful y e execute seal and del its iver 61 .d
or undertakin gequiredin amounts not Attorney-in-Fact, 83 t S N
and the execution of such bonds or undertakings in pursuance of these presents, shall be binding upon said Company as fully and amply, to
all intents and purposes, as if such bonds were signed by the President, sealed with the corporate seal of the Company, and duly attested by
its Secretary, hereby ratifying and confirming all the acts of said Attorney -in -Fact pursuant to the power herein given. This Power of
Attorney is made and executed pursuant to and by authority of the following resolutions adopted by the Board of Directors of the
AMERICAN EMPLOYERS' INSURANCE COMPANY at a meeting duly called and held on the Twenty- seventh day of July, 1972:
Resolved: That the President, or any Vice - President, or any Assistant Vice - President, may execute for and in behalf of the
company any and all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, the
same to be attested when necessary and the seal of the company affixed thereto by the Secretary, or any Assistant Secretary; and
that the President, or any Vice- President, or Assistant Vice - President, may appoint and authorize an Attorney -in -Fact to execute
on behalf of the company any and all such instruments and affix the seal of the company thereto; and that the President, or any
Vice - President, or any Assistant Vice - President, may at any time remove, any such Attorney in -Fact and revoke all power and author-
ity given to any such Attorney -in -Fact.
Resolved: That Attorneys -in -Fact may be given full power and authority to execute for and in the name and on behalf
of the company any and all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof,
and any such instrument executed by any such Attorney -in -Fact .shall be as binding upon the company as if signed by the President
and sealed and attested by the Secretary, and, further, Attorneys -in -Fact are hereby authorized to verify any affidavit required to
be attached to bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and are also
authorized and empowered to certify to a copy of any of the by -laws of the company as well as any resolution of the Directors
having to do with the execution of bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature
thereof, and to certify copies of the Power of Attorney or with regard to the powers of any of the officers of the company or of
Attorneys -in -Fact.
This power of attorney is signed and sealed by facsimile under the authority of the following Resolution adopted by the Directors of
the AMERICAN EMPLOYERS' INSURANCE COMPANY at a meeting duly called and held on the Twenty- seventh day of July, 1972:
"Resolved: That the signature of the President, or any Vice - President, or any Assistant Vice - President. and the signature
of the Secretary or any Assistant Secretary and the Company Seal may be affixed by facsimile to any power of attorney or to any
certificate relating thereto appointing Attorneys -in -Fact for purposes only of executing and attesting any bond, undertaking, recog-
nizance or other written obligation in the. nature thereof, and any such signature and seal where so used, being hereby adopted by
the company as the original signature of such officer and the original seal of the company, to be valid and binding upon the com-
pany with the same force and effect as though manually affixed."
IN WITNESS WHEREOF, the AMERICAN EMPLOYERS' INSURANCE COMPANY, has caused these presents to be signed by
its Vice - President and its corporate seal to be hereto affixed, duly attested by its Secretary this 19th day of March 19 74
At
COMMONWEALTH OF MASSACHUSETTS
COUNTY OF SUFFOLK SS.
AMERICAN EMPLOYERS' INSURANCE COMPANY
On this 19th day of March 1974 . before me personally earn(- John G. Thompson, Vice - President, and William D.
Bogar, Secretary of the AMERICAN EMPLOYERS' INSURANCE COMPANY, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and they acknowledged the execution of the same, and being by me duly sworn,
severally and each for himself deposeth and sayeth, that they are the said officers of the Company aforesaid, and that the seal affixed to
the preceding instrument is the corporate seal of said Company and that the said corporate seal and their signatures as such officers
were duly affixed and subscribed to the said instrument by the authority and direction of the said Company.
,,, •�s,- :
n •f i
`W UU.Uq'/"o ;
• et
CERTIFICATE
Robert L. Marzelli -- Notary PubO.
(MV Commission expires June 5, 1975)
1, the undersigned, Assistant Secretary of the AMERICAN EMPLOYERS' INSURANCE COMPANY, a Massachusetts Corporation, do
hereby certify that the foregoing power of attorney is in full force and has not been revoked: and furthermore, that The Resolutions of
the Board of Directors set forth in the power of attorney are now in force.
Signed and sealed at the City of Boston. Dated this day of
3 �
9.�y!
9y+y...�_.1�
A60903.2 '�,.ss
19
A.caistant Re- ..t....
Page 12
CONTRACT
THIS AGREEMENT, made and entered into this 33,M.O day,of.. jo A
by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the
City, party of the first part, and McGrew Construction Co;, Inc.
hereinafter designated as the Contractor, party of the second part.
WITNESSETH: That the parties hereto do mutually.,agree as follows:
1. For and in consideration of the payments and agreements hereinafter mentioned
to be made and performed by the City, the Contractor agrees with the City to furnish all
materials and labor for the construction of
San Joaquin Hills Road Improvements from MacArthur Boulevard to 500'. Easterly of
'Marguerite Avenue Contract No..1519 AHFP Project No. 713..
and to perform and complete in a good and workmanlike manner all the work pertaining
thereto shown on the Plans and "Specifications therefor; to furnish at his own proper
cost and expense all tools, equipment, labor, and materials necessary therefor, (Except
such materials, if any, as in the said Specifications are stipulated to be-furnished by
the City), and to do everything required by this Agreement and the said Plans and
Specifications.
2. For furnishing all said materials and labor, tools and equipment, and doing
all the work contemplated and embraced in this Agreement, also for all loss and damage
arising out of the nature of the work aforesaid, or from the action of the elements,
or from any unforeseen difficulties which may arise or be encountered in the prosecu-
tion of the work until its acceptance by the City, and for all risks of every description
connected with the work; also, for all expenses incurred by or in consequence of the
suspension or discontinuance of work, except such as in said Specifications are expressly
stipulated tube 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.
u
Cl
Page 13
5. Pursuant to the Labor Code of the State of California, the City Council has
ascertained the general prevailing rates of per diem wages for each craft or type of
workman needed to execute the contract and a schedule containing such information is
included in the Notice Inviting Bids and is incorporated by reference herein.
6. The Contractor shall assume the defense of and indemnify and save harmless the
City, the Director of Public Works, and their officers and employees, from all claims,
loss, damage, injury, and liability of every kind, nature, and description, directly or
indirectly arising from the performance of the contract or work., regardless of responsi-
bility for negligence; and from any and all claims, loss, damage, injury, and liability,
howsoever the same may be caused, resulting directly or indirectly from the nature of
the work covered by the contract, regardless of responsibility for negligence.
IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the
day and year first above written.
ATTEST:
Approved as to form:
City Attorney
CITY OF NEWPORT;.BEACH, CALIFORNIA
5
cG g, (AsaST000T1QN_ &;;I :
Contractor _
(SEAL)
By: -
vice P¢ES�D1•s' -:
Title
war
Title
PL
s
. CITY OF NEWPORT BEACH •
CERTIFICATE OF INSURANCE FOR CONTRACT WORK FOR CITY
I „OORTAiT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPT ='3LE TO THE CITY
OF NEWPORT BEACH WITH RESPECT TO CONT ,SCT NO. 1519
Project Description: SAN JOAQUIN HILLS ROAD, IMPROVEMENTS FROM MacARTHUR
BLVD TO 500' Easterly of Marguerite Avenue AHFP Project No. 713
MISSION INSURANCE CO.
This is to certify that the
Name of nsurance Company)
has issued to McGrew Construction Co., Inc.
Name of nsurea
P.O.Box 10941, Santa Ana, California
(Address or Insure
the policy of liability insurance certified herein.
CITY CONTRACT ENDORSEMENT
This endorsement is attached to the policy described herein to assure compliance by
the named insured with the terms and provisions of the contract or other agreement(s)
entered into between the insured as contractor and the City of Newport Beach.
The Company amends the policy described herein as follows:
1. It is hereby understood and agreed that the policy to which this certificate
refers may not be cancelled or materially changed until thirty days after
receipt of registered written notice of cancellation or change by the City of
Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, Ca. 92660.
2. The City of Newport Beach, its officers and employees are hereby declared to
be additional insureds in the policy described insofar as they may be held
liable for injuries, death or damage to property excluding the sole negligence
of the City, its officers and employees. It is further agreed that any other
insurance carried by the City, its officers and employees shall not be contrib-
uting or primary with the insurance provided by this policy.
This policy includes at least the following coverages:
a.
b.
C.
d.
e.
r.
S•
Contractual or Assumed Liability, relating to contract(s) between the Named Insured
and the Certificate Holder named above.
Hired and Non -Owned Automobiles.
Contractors Protective Liability (When Insured engages Subcontractors).
Products Liability or Coi -..pleted Operations.
Explosion and Underground Hazards (when applicable).
Personal Injury Hazards.
Broad Form Property Damage.
.'_1 rine or Aviation (wF.an a olicable)
of Agency or Broker:_ QUINLAN INSURANCE, INC.
Ac: ress of Agency or Broker: 2101 San
Co; ^terStyraG by:
ti ve date of hf N s endorsement: 7/8/74
il)
c.
nHi11s Road, Newport Beach,Ca. 92660
iltie Company Representative
_ 19 , Endorsement No.
Policy Term
Limits of
Liab i it
Coverage
Policy No.
Each Occurance
(Minimum:
Aggregate
(Minimum:
$500,000)
500,000 Protectivi
)rk:nen's Compen-
ation
WCP12161A
4/1/74/75
$1,000,000 Products
500,000 Contractui
CC "PREHENSIUE LIAB.
Combined Single
Limit Bodily injury
or Property Damage
HAC012401
From3 /1/74
To: 3/1/75
$500,000
;nn_nnn Protective
10 0 Products'o
snn�+n� Contractua
Each occurence
This policy includes at least the following coverages:
a.
b.
C.
d.
e.
r.
S•
Contractual or Assumed Liability, relating to contract(s) between the Named Insured
and the Certificate Holder named above.
Hired and Non -Owned Automobiles.
Contractors Protective Liability (When Insured engages Subcontractors).
Products Liability or Coi -..pleted Operations.
Explosion and Underground Hazards (when applicable).
Personal Injury Hazards.
Broad Form Property Damage.
.'_1 rine or Aviation (wF.an a olicable)
of Agency or Broker:_ QUINLAN INSURANCE, INC.
Ac: ress of Agency or Broker: 2101 San
Co; ^terStyraG by:
ti ve date of hf N s endorsement: 7/8/74
il)
c.
nHi11s Road, Newport Beach,Ca. 92660
iltie Company Representative
_ 19 , Endorsement No.
V`
CONTRACT NO. 1519
{^ CITY OF NEWPORT BEACH
L' b PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
SAN JOAQUIN HILLS ROAD IMPROVEMENTS
FROM
MACARTHUR BOULEVARD
TO
500' EASTERLY OF MARGUERITE AVENUE
AHFP PROJECT NO. 713
Approved by the City Council this
13th day of May 1974.
oris George, Deputy Cit4 Clerk
SUBMITTED BY:
MCGREW CONSTRUCTION CO., INC.
Contractor ?�
1502 POINSETTIA 'STREET �-
SANTA ANA, CALIFORNIA 92701
Address
7-111 .558 - 7427'.
P one
i
Total Bid Price Items I t roug'
(Alternate "A ")
�G44-
Total Bid Price Items 1 through 32, and
Item 37 (Alternate "B ")
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PLANS AND CONTRACT DOCUMENTS
FOR
SAN JOAQUIN HILLS ROAD IMPROVEMENTS
FROM
MACARTHUR BOULEVARD
TO
500' EASTERLY OF MARGUERITE AVENUE
CONTRACT NO. 1519
AHFP PROJECT NO. 713
ADDENDUM NO. 1
Notice to Bidders
Please be advised that the note on Page PR 7 of 7 of the Proposal has been amended
to read as follows:
NOTE: Designate the Traffic Signal Controller Supplier for Bid Items 27, 28 and
29 in the space below:
Please sign and show the date of receipt of this Addendum and attach a copy to Your
proposal.
Benjamin B. Nolan
Asst. Public Works Director
May 29, 1974
Date
Received by: McGREW CONSTMiCT
1502 N. POII.;So' -r1A .. INC.
SANTA ANA, C.'._ff. 4 <701
LICENSE NO
Contractor
Sigtiature
KENNE W— L'.— OCIVER
Vice President
r
Page 1
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach,
California, until 10:30 _ A.M. on the 11 day of June , 19 74,
at which time they will be opened and read, for performing work as follows:
SAN JOAQUIN HILLS ROAD IMPROVEMENTS
FROM
MACARTHUR BOULEVARD TO
500' EASTERLY OF MARGUERITE AVENUE
CONTRACT NO. 1519
AHFP PROJECT NO. 713
Bids must be submitted on the proposal form attached with the contract documents
furnished by the Public Works Department. The additional copy of the proposal form
is to be retained by the bidder for his records.
Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable
to the City of Newport Beach, for an amount equal to at least 10 percent of the
amount bid.
The title of the project and the words "SEALED BID" shall be clearly marked on the
outside of the envelope containing the bid.
The contract documents that must be completed, executed, and returned in the sealed
bid are:
A. Proposal
B. Designation of Subcontractors
C. Bidder's Bond
D. Non- collusion Affidavit
E. Statement of Financial Responsibility
F. Technical Ability and Experience References
These documents shall be affixed with the signature and titles of the persons signing
on behalf of the bidder. For corporations, the signatures of the President or
Vice President and Secretary or Assistant Secretary are required an t -� he Coorrpoora�te Seal
sha- T be affixed to all documents requiring signatures. In the case of a arP tnership,
the signature of at least one general partner is required.
No bids will be accepted from a contractor who has not been licensed in accordance with
the provisions of Chapter 9, Division III of the Business and Professions' Code. The
contractor shall state his license number and classification in the proposal.
One set of plans and contract documents, including special provisions, may be obtained
at the Public Works Department, City Hall, Newport Beach, California, at no cost to
licensed contractors. It is requested that the plans and contract documents be returned
within 2 weeks after the bid opening.
(cont.)
C
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 omissiuii3 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. LICENSE No. 2687,>g Classification _I.? -
Accompanying this proposal is
c��err 7 C/
A Check, Cashiers 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.
D_14 - 558 - 7421
Phone Number
e
ate
MCGREW CONSTRUCTION CO.,
aioaer•s game,/ %jJ , _� - � --
r {SEAL)-_
AutTf00zed Signature
Vice President.
uthorized Signature
CO.�i�•297ro.✓
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:
CORDON E. MCGREW -PRESIDENT
L. :CE PRESIDENT
JESSE J. BITTNER - SECTY /TF.EA,S, ;
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. �G� GT.ei r.✓.�C �l�/JJ'a /ems ��/iaJ'f �t ��1 /�i✓ -4
2.. C�/ycecTc' TT �vr6y fsw f�ee,�q•P�� v, X91.8
3. �66/�I fie .�i..�T �qr >t.2.✓ �ne.2E�y C�9 6d�q 8c�sei�
a. l//JV Goce--7,0 �; /v�.�ff A,/9ZAruT,
5. �/�/F" //JG •�•P�iVG ?i�ivr/U.4Ti�/�E�o�J'd /fanis ,c/6wpae >i�.i/fci��/I
7.
8.
9.
10.
11.
12.
MCGREW CONSTRUCTION CO., INC.
Bidder's Name
�FIb TPFz �L19ft re
Vice President,
Type of Organization
(Individual, Co- partnership or Corp)
1502 POINSETTIA 'STREET —
SANTA ANA, CALIFORNIA 92701
Address
Bond, #3.
:.
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
. ' Page 4.
That we, McGrew Construction Co., Inc. , as Principal,
and American Employers' Insurance Company
as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
10% of the 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
Street Improvements San Joaquin Hills road MacArthur to Marguerite Ave.
in the City of Newport Beach, is accepted by the City Councio of said City, and if the
above bounden principal shall duly enter into and execute a contract for such construc-
tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting
Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from
the date of the mailing of a notice to the above bounden principal by and from said City
of Newport Beach that said contract is ready for execution, then this obligation shall
become null and void; otherwise it be and remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any principal above named executed this bond as an individual, .
it is agreed that the death of any such principal shall not exonerate the surety from
its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 11 .of..:/
Vii" -. _
June
1974
Corporate Seal (If Corporation)
(Attach acknowledgement of
Attorney -in -Fact
McGrew Co s ruct' n Co ,`- t. ti
lsrinci pal
—
iii r ien
American Employers` Insurance Company
Suret '
BY:.�y c lP2t�
Marlene Baker Attorney- in4ac.t
Surety
By
Title
:�:<_
�.,: .
�� �� - ..
.., � ,
i
�� J
�•♦Ni♦♦♦♦He
♦'< < ".'_'�vim e
♦ o
O~i ♦ y O b
♦ m T r 0
♦ x o M z� O c b
♦ 9 D f. V �Y '� a
♦m �. _ C;v b.
♦3�c .n
e � •
• Y •
♦
n
3
3
u
0
x
9
A
Ln
J
N
N
00
��
T
N
N
p T
O-
; 3
a a
H o
�S !D
n «
rc
N
F'
o
' 3
z °
G
�
D
o
N
m
N
A »
n
Z S
q
°
Z
� �
o
r A
Q
T
m a
v
I
A Z
-
q
N
m
A
O
'
A
'
C
a m
m
.
a o
N
r)
3
m
n z
" a
'
v s
Fr
D Z
Z n
q
a
m
o
:
n p
0
i
L
° D
s
o n
° Z
N
N
O
] q
o
f1
N
O
° O
O b
P
f o
q q
Z
O
a
A
s
r
a
n
Z
O
F
r
m
O
Cf
L
m
z
OWF'R OF ATTORNEY
KNOW ALL MEN BY THESE ' ENTS, that the AMERICAN EMPLOYERS'RSURANCE COMPANY, a corporation
duly organized and existing under the laws of the Commonwealth of Massachusetts, and having ils principal office in the C:�tt `of Boston,
Mau., bath made, constituted and appointed, and does by these presents nuke and mnstitute and appoint JOHN WATKINS
and NARLENS BARER both of Newport Beach, California
and each of them
s required and amounts not exceeding MILLIONwANDrNad /100 (,�1fN��nr�t�.�63 I�ti�tS
or undertakings g s f
and the execution of such bonds or undertakings in pursuance of these presents, shall be binding upon said Company as fully and amply, to
all intents and purposes, as if such bonds were signed by the President, sealed with the corporate seal of the Company, and duly attested by
its Secretary, hereby ratifying and confirming all the acts of said Attorney -in -Fact pursuant to the power herein given. This Power of
Attorney is made and executed pursuant to and by authority of the following resolutions adopted by the Board of Directors of the
AMERICAN EMPLOYERS' INSURANCE COMPANY at a meeting duly called and held on the Twenty- seventh day of July, 1972:
Resolved: That the President, or any Vice - President, or any Assistant Vice - President, may execute for and in behalf of the
company any and all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, the
same to be attested when necessary and the seal of the company affixed thereto by the Secretary, or any Assistant Secretary; and
that the President, or any Vice - President, or Assistant Vice - President, may appoint and authorize an Attorney -in -Fact to execute
on behalf of the company any and all such instruments and affix the seal of the company thereto; and that the President, or any
Vice - President, or any Assistant Vice - President, may at any time remove, any such Attorney -in -Fact and revoke all power and author-
ity given to any such Attorney -in -Fact.
Resolved: That Attorneys -in -Fact may be given full power and authority to execute for and in the name and on behalf
of the company any and all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof,
and any such instrument executed by any such Attomey -in -Fact shall be as binding upon the company as if signed by the President
and sealed and attested by the Secretary, and, further, Attorneys -in -Fact are hereby authorized to verify any affidavit required to
be attached to bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and are also
authorized and empowered to certify to a copy of any of the by -laws of the company as well as any resolution of the Directors
having to do with the execution of bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature
thereof, and to certify copies of the Power of Attorney or with regard to the powers of any of the officers of the company or of
Attorneys -in -Fact.
This power of attorney is signed and sealed by facsimile under the authority of the following Resolution adopted by the Directors of
the AMERICAN EMPLOYERS' INSURANCE COMPANY at a meeting duly called and held on the Twenty- seventh day of July, 1972:
"Resolved: That the signature of the President, or any Vice- President, or any Assistant Vice - President, and the signature
of the Secretary or any Assistant Secretary and the Company Seal may be affixed by facsimile to any power of attorney or to any
certificate relating thereto appointing Attorneys -in -Fact for purposes only of executing and attesting any bond, undertaking, recog-
nizance or other written obligation in the nature thereof, and any such signature and seal where so used, being hereby adopted by
the company as the original signature of such officer and the original seal of the company, to be valid and binding upon the com-
pany with the same force and effect as though manually affixed."
IN WITNESS WHEREOF, the AMERICAN EMPLOYERS' INSURANCE COMPANY, has caused these presents to be signed by
its Vice - President and its corporate seal to be hereto affixed, duly attested by its Secretary this 19th day of March 19 74
At
COMMONWEALTH OF MASSACHUSETTS
COUNTY OF SUFFOLK SS.
B,
AMERICAN EMPLOYERS' INSURANCE COMPANY
On this 19th day of March 19 74 , before me personally came John C. Thompson, Vice- President, and William D.
Bogar, Secretary of the AMERICAN EMPLOYERS' INSURANCE COMPANY, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and they acknowledged the execution of the same, and being by me duly swom,
severally and each for himself deposeth and sayeth, that they are the said officers of the Company aforesaid, and that the seal affixed to
the preceding instrument is the corporate seal of said Company and that the said corporate seal and their signatures as such officers
were duly affixed and subscribed to the said instrument by the authority and direction of the said Company.
r -.
moo
CERTIFICATE.
4a� f - I
Robert L. Marzelli — Notary Publi
(My Commission expires June 5, 1975)
I, the undersigned, Assistant Secretary of the AMERICAN EMPLOYERS' INSURANCE COMPANY, a Massachusetts Corporation, do
hereby certify that the foregoing power of attorney is in full force and has not been revoked: and furthermore, that The Resolutions of
the Board of Directors set forth in the power of attorney are now in force.
Signed and scaled at the City of Boston. Dated this 11 day of
3'aas l&
ASM3.2
June 19 74
Assistant Secretary
Page 5
NON- COLLUSION AFFIDAVIT
The bidders, by its officers and agents or representatives present at the time of
filing this bid, being duly sworn on their oaths say, that neither they nor any
of them, have in any way, directly or indirectly, entered into any arrangement or
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 sy1Qr_no before me by
this day of
19
My commission expires:
ofit'Ll A, /4/ N
Notary Public
xmrummummmiwwmuuxummw mmmmimnnnum
OFFICIAL SEAL a
DIANE M, HANSON
g m NOTARY PUBLIC c'
PRINCIPAL OFFICE IN
ORANGE COUNTY 3
MY 'Commission Expires lDctober 2, 1977
uwmoixxuxiwmwmmuunnuwnmmimmnnnwuuwwwununnwwwwnur[
to
I
0
a
Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility.
�.� U/%/J.€/e•/ /GNG� � Rt B� /�+'Eit�ou/G.f�669 %f//�T
/1 % — °�/�W G�/lJ�i- r/r%on C� .Z/✓G /J /�i/J,?/vc��i /%
,J�J7ti6% ' �foeh 7 GoMP /eft�o� %�C
�onJ'fr� -�%o � of _ Gift' of � �✓� -z✓z7 t3r�ci� � � �.-o r �`
P�io� 7 9r�✓H2/> o.0 Co�ficc/�%�6,2eru/�i,r7i*�cte�
MCGREW CONSTRUCTION. CO. ;1)R.
Vice President
Page 7
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character
to that proposed herein which he has performed and successfully completed.
Year
Completed For Whom Performed (Detail) Person to Contact Telephone No
W —
%9%'� C�d O eP/�N6X //� aaa � G/a/.2y �ifi�✓ f � X33 -Z.3o 0
/ 973�'- '=/ Z67 loo U 6--t'¢ con -5-63,r
l 97.E G� �y1.UGi✓ 62o�/P �z3 aq� �� .d .lnr� fpr .T..�J — 5�2o c,
gne
KENNETH r.—OCIVER
Vice President
G/G
/i / /�a /�i2� y6�ci6�
"ay d.�ev4 -- ,Jon <TV"n)
c/v
Bue� ✓��J��4�I` .SZS7,
l 97.E G� �y1.UGi✓ 62o�/P �z3 aq� �� .d .lnr� fpr .T..�J — 5�2o c,
gne
KENNETH r.—OCIVER
Vice President
• • PR 1 of 7
SAN
500'
To the Honorable City Council
City of Newport Beach
3300 W. Newport Boulevard
Newport Beach, CA 92660
Gentlemen:
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
JOAQUIN HILLS ROAD IMPROVEMENTS
FROM
MACARTHUR BOULEVARD
TO
EASTERLY OF MARGUERITE AVENUE
CONTRACT NO. 1519
AHFP PROJECT NO. 713
PROPOSAL
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 pro-
poses to furnish all materials and do all the work required to complete Contract No. 1519
and will take in full payment therefor the following unit prices for each item, complete
in place, to wit:
NU. AND UNIT
UNIT PRICE WRITTEN IN WORDS
PRICE
PRICE
1. 1
Clearing and grubbing
Lump Sum
0011 ars
t/
/ ✓G
and
Cents
ua
$3C� SAO '$
%Q
�'y SOV
Lump Sum
2. 2550
Construct 18" A.C.P. (2000D)
@
Dollars
✓
and
Cents
0
$ %� 0 $
Per Linear foot
3. 114
Construct 15" A.C.P. (2000D)
@
Dollars
✓
and
Cents
$
Per Linear Foot
4. 95
Construct 24" A.C.P. (2000D)
L.F.
.�
@
Dollars
`
and
Cents
$
7 /
Per Linear Foot
61
N
7.
1.11
0
10.
11
0 •
2 Construct Type OL Curb Inlet,
EA. L =14', per C.N.B. Drawing 306 -L
@ ollars
and
44o Cents
Per Each
4 Construct Type OL -A Curb Inlet,
EA. L= 7' per C.N.B. Drawing 305 -L
@ ollars
and
/vim Cents
Per Eac
4 Construct Type OL -A Curb Inlet,
EA'. L= 3.5' per C.N.B. Drawing 305 -L
@ /,47o�PC✓ Dollars
and
Cents
er ac
2 Construct Junction Structure No. 1
EA. per C.N.B. Drawing 310 -L
PR2of7
IXW( 3
$ $,JCJ_
$�G co $ ��OO •W
@ Do11 ars
and
Cents $
Per Eac
1
Guard Underground Construction
Lump Sum
@
Dollars
and
Cents
rump Sum
3
Construct
Area Drain W /Parkway
ET-7
Grate
@ yi5�ic
ht%G+E.O!'���7�y Dollars
and
Cents
Per Eac
126 Construct 4" (CL 150) A.C.P. water
L.F. line
@ J. X Dollars
and
416) Cents
Per Linear Foot
$ /00eO`
OG
$ 9, 0
12.
13
14.
15
16.
17
18.
0 0
AND UNIT UNIT PRICE WRITTEN IN WORDS
3 Construct 2" water service per C.N.B.
EA. Drawing 503 -L
RI
PR3of7
@ Dollars ✓
and Cents $ /60 �V $
Per Eac
1960 Construct 1 1/2" P.V.C. Conduit with
L.F. pull cord
@ Dollars
and
Cents
5' Cents
Per Linear Foot
3844 Construct Type "A" P.L.C. Curb and
L.T Gutter per C.N.B. Drawing 105 -L
@ T// C Dol lars
and yo $/�95/.
Cents $
Per Linear Foot
4044 Construct Type "C" P.G.C. Curb and
L.F. Gutteriper C.N.B. Drawing 106 -L and
modified Type "C" P.C.C. Curb and
Gutter per Detail Sheet 2
@ Dollars
and
Cents $
Per Linear Foot
79 Construct Type "D" P.C.C. Curb per
L.F. C.N.B. Drawing 106 -L
6r $ /5!76o bo
@ T�- Dollars
and
Cents $ Z - $ ZZ%
Per Linear Foot
6000 Construct asphaltic concrete pavement
Tons including prime coat
@ Dollars
and
Per Ton Cents
14,400 Construct Aggregate Base
Tons
@ Dollars
and
�� G� ✓7% Cents
Per Ton
$ /O.�o $ 20
$ 3 $ sy 7zo do
0 • PR4of7
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
19
9C
21.
22
23
24
25,800
Sq.Ft.
7
EA.
1
E77
Construct 4" P.C.C. Sidewalk per C.N.B.
Drawing 110 -L
@ Dollars
and
Cents
Per Square Foot
Construct Wheel Chair Ramp per
Detail Sheet 2
@ Dol l ars
and
Cents $ 130 $ 910 0
er Eac
Adjust Manholes to Grade
@ oti E /ir02 ✓�xfy Dol l ars
and
�U Cents
Per Each
$ /Ga $
4 Adjust Water Valve Manholes to
EA. Grade
@ Dollars ,f
and
Cents $
er Eac
16
A.
15,000
Sq Tt- T
Adjust Water Valve Box to Grade
@ Dollars ✓
and
Cents $ �%5� c� $
Per Each
Construct 4" P.C.C. Cobblestone
Pavement
@ ONti Dollars
and
/✓may �� Cents
Per Square Foot
25. 2 Construct 6" P.C.C. Type II Comner-
EA- cial Drive Approach per C.N.B.
Drawing 112 -L
Dollars
and
�{/v Cents
Per Eac
J
$ .�S a. OV
PR5of7
ITEM QUANTITY ITEM DESCRIPTION
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
26.
27
28.
29
30
1 Construct Traffic Signal Modification
Lump Sum @ MacArthur Boulevard (S.H.73)
@� P.�fy Fi ✓e /7' ,7z210�f-A52 Dol l ars
and
14& Cents $
Lump Sum
1 Construct Traffic Signal System at
Lump Sum the intersection of San Joaquin Hills
Road with New MacArthur Boulevard
_ 03
$ G .Sao
V,2Ty
@Fir>,i�/i��e7�w��✓.o� %.�� +c+�� Dollars ri
�- and S Yo'yQ.�
/YO Cents $ $ S9
Lump Sum
1 Construct Traffic Signal System at
Lump Sum the intersection of San Joaquin Hills
Road with Crown Drive North
@ s�rursr✓o /Ui�P�'Do11 ars
'—T and
/1/O Cents
Lump Sum
1 Construct Traffic Signal System at
Lump Sum the intersection of San Joaquin Hills
Road with Marguerite Avenue
�e J'
_may v�FT,cIcr,�9,1f•.S�vovl ✓'Doll a r s
and
/V_3 Cents
Lump um
4
EA.
Reconstruct and Reset Survey Monuments
per C.N.B. Drawing 124 -L
@ Dollars
and
Cents
Per Eac
31. 1 Fill Existing 24" C.M.P. W/2 Sack
Lump Sum Concrete Slurry
i
vv
@ Dollars
and eQ
Cents $ 5 Ga • -
Lump Sum
U"
• • PR6of7
TEM
NO.
QUANTITY
AND UNIT
ITEM DESCRIPTION—
UNIT PRICE WRITTEN IN WORDS
TOTAL
PRICE PRICE
32.
1
Construct Street Light System per
Lump Sum
Details Sheet No. 10
@ /c4e !`f J4
°(�*Dol tars
and
Cents
ou
Lump Sum
Sub -Total
(Items 1 through 32)
�o
47// Bey. �jD
ALTERNATE "A "�
FILL CONSTRUCTION ALONG JAMBOREE ROAD
33.
16,100
Unclassified Excavation
Cu.Yd.
@
Dollars
✓
and
Cents
$
Per Cubic Yam
34.
11000
Pervious Sand Blanket
Cu.Yd.
@
Dollars
% /fie7y ,�iie
and
Cents
$
Per Cubic Yard
35. 100 15 -Inch Diameter C.M.P.
L.F.
@ G� UFN Dollars ✓
✓� and
Cents $ // o _ b $ / /oa -°
Per Linear Foot
36. 3 Area Drain Including Pipe
EA.
@ ��nPO �`���% Dollars
✓O Cents $ $
Per Eac
Sub -Total for Alternate "A" (Items 33 through 36) $
ff/ /% .
PR7of 7
RI
ALTERNATE "B"
DISPOSAL OF SURPLUS EXCAVATED MATERIAL
AWYFRO JBSTE
37.
16,100 Unclassified Excavation
Cu. Yd.
@ Ci/L
Dollars
r
and
Cents
$
0C
Per Cuubiic Yard
TOTAL PRICE
FOR ITEMS 1 THROUGH 36 (ALTERNATE "A ")
WRITTEN IN
�WORDS
e,A4O /P¢ �ur�+yn //1�(INn`0 ✓QC�°n KD'/�d�KG/ r%TPP�
Dollars
f<✓e��y
and
�o
,
Cents
TOTAL PRICE
FOR ITEMS 1 THROUGH 32, AND ITEM 37
/
(ALTERNATE
"B ") WRITTEN IN WORDS
i�
Fars �r
and
710
�JP�/6rtfly
Cents
CONTRACTOR'S LICENSE NO. [_�ICENSE NO. 268726
Date
MCGREW CONSTRUCTION CO., INC.
Bi er s Name)
1502 POINSETTIA 'SilZEET
CONTRACTOR'S ADDRESS SANTA ANA, CALIFORNIA 92701 Vice President
TELEPHONE NUMBER - 558 - 7421
NOTE: Designate the Traffic Signal Controller Supplier for Bid Items 7, 8 and 29 in
the space below:
ame of ontro er Supplier)
�yz � S S l/i / /may � �,� / ✓ �- c.��ft �v �- � d �
(Telephone Number
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SAN JOAQUIN HILLS ROAD IMPROVEMENTS
FROM
MACARTHUR BOULEVARD
TO
500' EASTERLY OF MARGUERITE AVENUE
CONTRACT NO. 1519
AHFP PROJECT NO. 713
INDEX TO SPECIAL PROVISIONS
Page
I.
SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . .
. . 1
II.
AWARD OF CONTRACT . . . . . . . . . . . . . . . . . .
. . 1
III.
PERMITS . . . . . . . . . . . . . . . . . . . . . . . .
. . 1
IV.
COMPLETION OF WORK . . . . . . . . . . . . . . . . . .
. . 2
V.
CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK . . . .
. . 2
VI.
SHOP DRAWINGS, DATA ON MATERIALS AND EQUIPMENT,
AND SAMPLES . . . . . . . . . . . . . . . . . . . . .
. . 2
VII.
PAYMENT . . . . . . . . . . . . . . . . . . . . . . . .
. . 3
VIII.
CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . .
. . 4
IX.
PROTECTION OF EXISTING UTILITIES . . . . . . . . . . . .
. . 4
X.
GUARANTEE . . . . . . . . . . . . . . . . . . . . . . .
. . 4
XI.
FLOW AND ACCEPTANCE OF WATER . . . . . . . . . . . . .
. . 4
XII.
GUARDING UNDERGROUND CONSTRUCTION . . . . . . . . . .
. . 5
XIII.
CLEARING AND GRUBBING . . . . . . . . . . . . . . . . .
. . 5
XIV.
UNCLASSIFIED EXCAVATION, STRUCTURE EXCAVATION, AND
UNCLASSIFIED FILL . . . . . . . . . . . . . . . . . .
. . 5
XV.
PERVIOUS SAND BLANKET FOR EMBANKMENT CONSTRUCTION
ON JAMBOREE ROAD . . . . . . . . . . . . . . . . . .
. . 6
XVI.
MISCELLANEOUS RELOCATIONS . . ... . . . . . . . . . .
. . 6
XVII.
AGGREGATE BASE . . . . . . . . . . . . . . . . . . . .
. . 6
XV I I I .
ASPHALT CONCRETE . . . . . . . . . . . . . . . . . . .
. . 7
XIX.
"COBBLESTONE" PAVEMENT . . . . . . . . . . . . . . . .
. . 7
i.
0 0
m
ii.
INDEX TO SPECIAL PROVISIONS - Continued
CONTRACT NO. 1519
AHFP PROJECT NO. 713
Page
XX.
ADJUSTMENT OF WATER VALVE BOXES AND MANHOLE
COVERS TO FINISHED GRADE . . . . . . . . . . . . . .
. . 8
XXI.
SURVEY MONUMENTS . . . . . . . . . . . . . . . . . . .
. . 8
XXII.
EROSION CONTROL PLANTING -- JAMBOREE ROAD . . . . . .
. . 8
XXIII.
STREET LIGHT SYSTEM . . . . . . . . . . . . . . . . .
. . 8
XXIV.
RELATIVE COMPACTION . . . . . . . . . . . . . . . . .
. . 9
XXV.
STATISTICAL TESTING . . . . . . . . . . . . . . . . .
. . 9
XXVI.
TRAFFIC SIGNAL INSTALLATION AND MODIFICATION . . . . .
. . 10
m
ii.
II
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
0
SP 1 of 36
SAN JOAQUIN HILLS ROAD IMPROVEMENTS
FROM
MACARTHUR BOULEVARD
TO
500' EASTERLY OF MARGUERITE AVENUE
CONTRACT NO. 1519
AHFP PROJECT NO. 713
SCOPE OF WORK
The work to be done under this contract consists of constructing the southerly
roadway of San Joaquin Hills Road from MacArthur Boulevard to 500 feet easterly
of Marguerite Avenue; constructing traffic signal systems at the intersection
of San Joaquin Hills Road with New MacArthur Boulevard, Crown Drive (North),
and Marguerite Avenue; constructing a storm drain system; constructing a street
light system; disposal of the surplus excavated material by either Alternate "A"
or Alternate "B "; and other incidental items of work.
Alternate "A" consists of using the surplus excavated material from San Joaquin
Hills Road to construct a fill along the westerly side of Jamboree Road from
Eastbluff Drive (North) to future University Drive. Alternate "B" consists of
removing the surplus excavated material from 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 (Drawing Nos.
R- 5203 -S and R- 5232 -S); the City's Standard Drawings and Specifications; and,
where applicable, the California Standard Specifications, January 1973, and the
California Standard Plans, January 1973. The City's Standard Specifications are
the Standard Specifications for Public Works Construction, 1973 Edition. Copies
may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles,
California 90034, telephone (213) 870 -9871. Copies of the City's Standard Drawings
and Special Provisions may be purchased from the Public Works Department at a cost
of $5.
If there is a conflict in methods of measurement between the City's Standard
Specifications and the California Standard Specifications, the City's Standard
Specifications shall take precedence.
AWARD OF CONTRACT
All bidders shall submit bids for both Alternate "A" and Alternate "B ". The City
reserves the right to award the contract for either Alternate regardless of which
Alternate results in the lowest total bid.
III. PERMITS
A State Encroachment Permit will be required for the work within the limits of
MacArthur Boulevard (State Highway 73). The City has applied for this permit.
The contractor shall abide by the conditions imposed in the permit.
IV
VI
n
U
PERMITS - Continued
• SP2of36
A Coastal Zone Permit will be required for the fill construction on Jamboree
Road (Alternate "A "). The City will apply for this permit; however, the con-
tractor will be required to cooperate with the City by making reasonable adjust-
ments in the schedule and order of work on San Joaquin Hills Road to allow the
City the maximum possible time to obtain this permit. The award of the contract
on the basis of Alternate "A" or Alternate "B" will be based upon the status of
the City's permit application at the time of award of the contract. The possi-
bility does exist that the permit application status would change between the
time of award and start of work resulting in the actual construction of the other
Alternate. If such a change were required the contract adjustment would be made
on the basis of the unit prices bid for each Alternate.
COMPLETION OF THE WORK
The contractor shall complete all work on the roadway, street lights, storm
drain improvements, and traffic signal work at Location "D" within 90 con-
secutive calendar days after the date that the City executes the contract.
All other traffic signal improvements shall be completed within 150 consecu-
tive calendar days after the date the City executes the contract. The unclassi-
fied excavation and Jamboree Road fill with straw stabilization shall be com-
pleted by September 1, 1974.
CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK
Subject to the provisions in Section 6 -1 of the Standard Specifications, the
contractor shall begin work within 15 calendar days after the City executes the
contract.
The work shall be carried on at such places at the project and also in such order
of precedence as may be found necessary by the engineer to expedite the completion
of the project and minimize obstruction to normal use of streets and roads. Where
work has begun on any portion or designated part of the project, it shall be
carried forward to final completion as rapidly as practicable.
SHOP DRAWINGS, DATA ON MATERIALS AND EQUIPMENT, AND SAMPLES
a. General
The contractor shall furnish to the engineer such working drawings, data
on materials, and equipment and samples as are required for the proper con-
trol of the work, including, but not limited to, those working drawings,
data and samples specifically required elsewhere in the specifications and
in the drawings. All working drawings, data, and samples shall be subject
to review by the Engineer for conformity with the drawings and specifica-
tions.
Shop Drawings and Data Defined
Working drawinqs include without limitation, shop detail drawings, fabrica-
tion drawings, falsework and formwork drawings, pipe layouts, steel reinforce-
ment and similar classes of drawings. They shall contain all required details
and information in reasonable scale.
Data on materials and equipment include, without limitation, materials and
equipment lists, catalog data sheets, cuts, performance curves, diagrams, and
• • SP3of 36
SHOP DRAWINGS, DATA ON MATERIALS AND EQUIPMENT, AND SAMPLES - Continued
b. Shop Drawings and Data Defined - Continued
similar descriptive lists. Materials and equipment lists shall give, for
each item thereon, the name and location of the supplier or manufacturer,
trade name, catalog reference, size, finish and all other pertinent data.
c. Review and Revision
The contractor shall furnish to the Engineer for review three prints of each
shop drawing. The contractor shall properly check and correct all working
drawings and data before their submission, whether they are prepared within
his own organization or by a subcontractor or supplier. The shop drawings
shall be submitted at least 30 calendar days before drawings will be re-
quired for commencing the work. Within ten days of receipt of said prints,
the engineer will return one print of each drawing to the contractor with
his comments noted thereon.
If the drawing is returned to the contractor marked "NO EXCEPTIONS TAKEN,"
a revision of said drawing will not be required, and the contractor shall
immediately submit four additional copies to the engineer.
If the drawing is returned to the contractor marked "MAKE CORRECTIONS NOTED,"
formal revision of said drawing will not be required and the contractor
shall immediately submit five corrected copies to the engineer.
If the drawing is returned to the contractor marked "AMEND AND RESUBMIT,"
the contractor shall revise said drawing and shall resubmit six copies of
said revised drawing to the engineer.
If the drawing is returned to the contractor marked "REJECTED - RESUBMIT,"
the contractor shall revise said drawing and shall resubmit three copies of
said revised drawing to the engineer, as in the case of an original submittal.
Fabrication of an item shall not be commenced before the Engineer has re-
viewed the pertinent shop drawings and returned copies to the contractor
without rejection.
Revision indicated on shop drawings shall be considered as changes necessary
to meet the requirements of the contract plans and specifications and shall
not be taken as the basis of claims for extra work. The contractor shall
have no claim for damages or extension of time due to any delay resulting
from making required revisions to shop drawings. The review of said
drawings by the Engineer shall apply to general design only and shall in
no way relieve the contractor of responsibility for errors or omissions
contained therein nor shall such review operate to waive or modify any pro-
visions or requirements contained in these contract specifications or on the
contract drawings.
VII. PAYMENT
The unit or lump sum price bid for each item of work shown on the proposal
shall be considered as full compensation for all labor, materials, equipment,
and all other things necessary to complete the work in place, and no additional
allowance will be made therefor.
Payment for indidental items of work, not separately provided for in the pro-
posal shall be included in the price bid for other related items of work.
• • SP 4 of 36
VIII. •CONSTRUCTION SURVEY STAKING
Field surveys for control of construction shall be the responsibility of the
contractor. All such surveys including construction staking, shall be under
the supervision of a California licensed surveyor or civil engineer. Staking
shall be performed on all items ordinarily requiring grade and alignment at
intervals normally accepted by the agencies and trades involved. Payment for
construction survey staking shall be considered as included in the various items
of work, and no additional allowance will be made therefor.
IX. PROTECTION Of EXISTING UTILITIES
Known utilities are indicated on the plans. Prior to performing construction
work, the contractor shall request each utility company to locate their facilities.
Construction of the storm drain and structural sections will cause work to be
performed under and very'near existing sewer, gas, water, telephone, and elec-
trical lines. The contractor shall protect in place and be responsible for, at
his own expense, any damage to any utilities encountered during construction of
the items shown on the plans.
X. GUARANTEE
The contractor shall guarantee for a period of one year, after acceptance of
the work by the City Council, all materials and workmanship against any defects
whatsoever. Any such defects shall be repaired at the Contractor's expense.
XI. FLOW AND ACCEPTANCE OF WATER
It is anticipated that surface and ground or other waters will be encountered
at various times and locations during the work herein contemplated. The con-
tractor, by submitting a bid, acknowledges that he has investigated the risks
arising from water and has prepared his bid accordingly. The contractor shall
conduct his operations in such a manner that storm or other waters may proceed
uninterrupted along their existing street and drainage courses. Diversion of
water for short reaches to protect construction in progress will be permitted
if public or private properties are not damaged or, in the opinion of the engineer,
are not subjected to the probability of damage.
Contractor shall obtain written permission from the property owner before any
diversion of water outside the street right -of -way will be permitted by the
engineer.
Surface runoff water containing mud, silt, or other deleterious material from
the project area shall be treated by filtration or retention. in a settling basin
or basins, sufficient to prevent such waters from entering storm drains or the
bay. The contractor shall submit a plan for implementing siltation control con-
currently to the City and to the California Regional Water Quality Control Board,
Santa Ana Region (6833 Indiana Avenue, Suite 1, Riverside, California 92506,
Telephone (714) 684 -9330, Mr. Herrara); prior to commencing construction. Upon
approval of the plan by the City and the Board the contractor shall be responsi-
ble for the implementation and maintenance of the control facilities. The con-
tractor's attention is called to Subsection 7 -8.1 of the Standard Specifications
as regards project site maintenance.
XII
XIII
XIV
0
GUARDING UNDERGROUND CONSTRUCTION
• SP 5 of 36
Trench excavation and backfill shall conform to Section 306 -1 of the Standard
Specifications and these special provisions.
Guarding - the walls and faces of all excavations over 5 feet in depth shall be
effectively guarded by a shoring system, sloping of the ground, or other equiva-
lent means. Trenches less than 5 feet in depth shall also be guarded when
examination indicates hazardous ground movement may be expected.
The contractor shall obtain a permit to perform excavation or trench work from
the Division of Industrial Safety, State of California, prior to any construction.
The cost of providing all necessary information to obtain the permit and the cost
of complying with the provisions of the permit shall be included in the lump sum
bid for guarding underground construction.
CLEARING AND GRUBBING
This item of work shall include the clearing and grubbing
be done in accordance with Section 300 -1 of the Standard
material accumulated under this item of work shall become
contractor. It shall be his responsibility to dispose of
the job site in a manner and at a location acceptable to
The contractor shall exercise care in removing only those
unsuitable for use as roadway embankment.
of all areas and shall
Specifications. All
the property of the
the material away from
all cognizant agencies.
materials which are
Payment for clearing and grubbing required on San Joaquin Hills Road shall be
made at the lump sum price bid. Payment for the clearing and grubbing on Jamboree Road
shall be included in the unit price bid for unclassified excavation under Alternate
"A" (Bid Item 33).
UNCLASSIFIED EXCAVATION. STRUCTURE EXCAVATION. AND UNCLASSIFIED FILL
Roadway excavation shall conform with Section 300 -2, Unclassified Excavation,
of the Standard Specifications except as modified herein. Under Alternate "A ",
the surplus material from roadway construction and structure excavation on
San Joaquin Hills Road shall be used for fill construction on the westerly side
of Jamboree Road as shown on the plans. The fill on Jamboree Road shall be con-
structed in conformance with Section 300 -4 of the Standard Specifications.
The new fill on Jamboree Road is to be placed against previously constructed
embankment on relatively unstable ground. Prior to placement of the fill, the
contractor shall expose the existing sand blanket at the toe of the existing
embankment and extend the sand blanket as shown on the plans. The sand shall
conform to the requirements of Section XV of these special provisions. Any
surplus material shall be removed from the project site at the unit price bid
for unclassified excavation under Alternate "A ".
Under Alternate "B ", the surplus excavation from roadway construction and struc-
ture excavation shall become the property of the contractor and shall be removed
from the project site in a manner and at a location acceptable to all cognizant
agencies.
Under Alternate "A ", the unit price per cubic yard for unclassified excavation
shall include transportation to and compensation for furnishing all labor,
materials and doing all work involved in constructing the unclassified fill
on Jamboree Road.
• • SP 6 of 36
UNCLASSIFIED EXCAVATION, STRUCTURE EXCAVATION, AND UNCLASSIFIED FILL - Continued
Under Alternate "B ", the unit price per cubic yard for unclassified excavation
shall include compensation for disposing of the surplus excavated material away
from the project site.
No separate payment will be made for structure excavation and the incorporation
of any surplus into the Jamboree Road fill or removal of the surplus from the
project site.
XV. PERVIOUS SAND BLANKET FOR EMBANKMENT CONSTRUCTION ON JAMBOREE ROAD
The sand for the pervious sand blanket shown on the plans shall conform to the
following gradation:
Sieve Size
Percentage
Passing
4 inch
100
1/2 inch
60
- 100
No. 4
50
- 100
No. 8
15
- 100
No. 50
10
- 30
No. 100
0
- 20
No. 200
0
- 3
The sand blanket shall be placed in an uncompacted state by end dumping or other
approved means. Prior to constructing embankment upon the pervious sand blanket
it shall be graded to a relatively smooth surface.
XVI. MISCELLANEOUS RELOCATIONS
Water meter boxes and pull boxes within the median and parkways shall be adjusted
to grade concurrently with the construction of the sidewalk or "cobblestone" pave-
ment. Payment for this item of work shall be included with the various items of
work requiring the adjustment.
XVII. AGGREGATE BASE
Aggregate base shall be Class 3 and shall conform to the provisions for Class 2
aggregate base as specified in Section 26, "Aggregate Bases ", of the California
Standard Specifications and these special provisions.
The grading limits shall be 1 1/2 -inch maximum or 3/4 -inch maximum, at the option
of the contractor. Changes from one grading to another shall not be made during
the progress of the work, unless permitted by the engineer.
At least 65 percent, by weight, of the material retained on the No. 4 sieve
shall have at least one fractured face as determined by Test Method No. Calif.
205.
Aggregate base shall be delivered to the roadbed as a uniform mixture. Segrega-
tion shall be avoided, and the base shall be free from pockets of coarse or fine
material.
The provisions of Section 26- 1.035, "Adding Water ", of the California Standard
Specifications are superseded by the following:
XVIII
• W SP 7 of 36
AGGREGATE BASE - Continued
At the time aggregate base is spread, it may have a moisture content
sufficient to obtain the required compaction. Such moisture shall be
uniformly distributed throughout the material.
Aggregate bases shall be spread upon prepared subgrade by means of an approved
spreading device which will deposit a uniform windrow or layer and will provide
the required thickness within the tolerances specified.
Motor graders may be used during spreading and compaction operations. Tailgate
spreading by dump trucks will not be permitted except for spot dumping and in
areas not readily accessible to spreading equipment.
ASPHALT CONCRETE
Asphalt concrete shall be Type B and shall conform to the provisions of Section
39 of the California Standard Specifications and these special provisions.
The viscosity grade of paving asphalt will be Grade AR -4000. The amount of
asphalt binder to be mixed with the mineral aggregate shall be between 4 -1/2
percent and 7 -1/2 percent by weight of the dry mineral aggregate. The exact
amount of asphalt binder to be mixed with the mineral aggregate will be deter-
mined by the engineer. The provisions in Sections 39 -2.04A and 39 -2.04B of the
California Standard Specifications are superseded by the following:
At least 75 percent, by weight, of the material retained on the No. 4
sieve shall have at least one fractured face as determined by Test
Method No. Calif. 205.
Aggregate grading requirements for base course (lower 2 -1/2 ") shall be 3/4"
maximum (coarse) as specified in Section 39 -2.02 of the California Standard
Specifications. The asphalt concrete to be furnished and placed for the
surface course (top 1 -112 ") of the new pavement, shall be 1/2" maximum (medium)
as specified in Section 39 -2.02 of the California Standard Specifications.
Asphalt pavers shall be used for laying both the base course and surface course.
Each lane of the top course (surface course) shall be placed continuously
between terminals as directed by the engineer. Paint binder (tack coat) shall
be SS1 type asphaltic emulsion with a bituminous base grade of 60 -70 paving
asphalt, except where directed by the engineer to use another grade.
Prime coat shall be liquid asphalt grade SC -250 unless directed otherwise by
the Engineer.
In lieu of the rolling equipment required in Sections 39 -5.03 and 39 -6.03 of
the California Standard Specifications, the contractor will be required to
furnish rolling equipment in conformance with Section 302 -5.5 of the City's
Standard Specifications.
XIX. "COBBLESTONE" PAVEMENT
"Cobblestone" pavement shall be 564 -C -3000 portland cement concrete. Colored
hardener shall be Russet (A -24) "Lithochrome Color Hardener" as manufactured
by L. M. Scofield Company, Los Angeles, California. The minimum rate of applica-
tion of the hardener shall be 60 pounds per 100 square feet. Color wax curing
• . SP 8 of 36
"COBBLESTONE" PAVEMENT - Continued
and finishing compound shall be Russet (A -24) "Lithochrome Colorwax" as manu-
factured by L. M. Scofield Company, Los Angeles, California. Minimum applica-
tion coverage shall be 600 square feet per gallon of unthinned colorwax.
Sub -grade preparation shall conform to the requirements of Section 301 -1 of the
Standard Specifications.
Imprinting of the concrete shall be done in such a manner as to duplicate the
existing "cobblestone" pavement in place on the Jamboree Road Medians between
Pacific Coast Highway and Ford Road.
The final color appearance shall be uniform throughout the entire surface area.
All surfaces that are not uniform in color and surface texture will be rejected
and must be removed and reconstructed at the contractor's expense.
Measurement and payment will be in accordance with Section 303 -5.9 of the Standard
Specifications.
XX. ADJUSTMENT OF WATER VALVE BOXES AND MANHOLE COVERS TO FINISHED GRADE
Existing and new water valve boxes and manhole covers shall be adjusted to
finished grade in a'manner similar to that described in Section 302 -5.7 of the
Standard Specifications.
XXI. SURVEY MONUMENTS
The contractor shall install survey monuments conforming to Std.Dwg. -124 -L at
locations indicated on the plans, and in accordance with Section 309. The brass
marking plates shall be furnished by the contractor, but the scribing on the
marker will be done by others.
XXII. EROSION CONTROL PLANTING -- JAMBOREE ROAD
Straw stabilization shall be constructed on all exposed slope surfaces of the
Jamboree Road fill as specified in Subsection 308- 3.4.9(a) of the Standard
Specifications except as herein modified. Straw shall be spread at the rate
of 2 tons per acre. If stable bedding straw is used, it shall be spread at
the rate of 3 tons per acre. Payment for this item of work shall be included
in the unit price bid for unclassified excavation under Alternate "A ".
XXIII. STREET LIGHT SYSTEM
The street light system shall be in accordance with the applicable portions of
Section 307 of the Standard Specifications except as modified herein.
The street light standards shall be Type II -H conforming to City of Newport Beach
Drawing No. Std. 201 -L.
The luminaires shall be 250 watt color corrected equipped with a 240 volt photo-
electric cell and aerial ballast conforming to City of Newport Beach Drawing No.
Std. 201 -L.
Conduit shall be polyvinyl chloride of a minimum size of 1 1/4 inches.
Insulated conductors shall be copper with Type TW insulation of minimum 7/16 -inch
thickness.
The conduit shall be placed under existing improvements bt jacking or drilling
unless otherwise permitted by the engineer.
SP 9 of 36
STREET LIGHT SYSTEM - Conked
The circuit breaker for each street light circuit shall be placed in a weather
proof box with locking hasp, mounted on the side of the traffic signal controller
cabinet. Splices or connections shall be made at pull boxes with approved end -to -end
crimp type mechanical connectors. At least one foot of slack shall be left for each
conductor at each lighting standard and at least 3 -feet of slack at each pull box.
XXIV. RELATIVE COMPACTION
Whenever relative compaction is specified to be determined by Test Method No. Calif.
216, the relative compaction may be determined by Test Method No. Calif. 216 or 231,
"as modified herein," at the discretion of the Engineer.
The area, as stated in the test method No. Calif. 231, may be represented by one (1)
or more individual test sites at the discretion of the Engineer.
XXV. STATISTICAL TESTING
Statistical testing shall conform to the following:
Whenever both individual test results and moving average requirements are specified,
materials shall meet both requirements.
Individual samples tested prior to the first use of aggregates from each source,
or prior to the first use of aggregates after appreciable changes have been made
in aggregate processing procedures, shall conform to the limits specified for the
moving average.
Whenever the result of a moving average does not conform to the Moving Average
Limits, or an individual test result does not conform to the Individual Test Limits,
the production of that material shall be suspended until corrective changes have
been made by the Contractor and tests indicate that the quality of the next material
to be used in the work complies with that specified for the moving average.
Moving averages shall be computed as follows:
The moving average is the average of the two most recent test results representing
accepted material plus the test result being considered for acceptance.
The first individual test result shall be considered a moving average result also
and will conform to moving average limit(s).
Moving averages shall be rounded to the same number of significant figures as are
reported for individual test results. When the figure to be dropped is less than
5, round down; if greater than 5, round up; and if it is 5, round up or down to the
even number.
In computing moving averages, whenever an upper calculation limit value for an
individual test is stated in the specifications, the upper calculation limit value
shall be used in the calculations in lieu of any actual individual test result
which exceeds said upper calculation limit value.
The moving average for any one material does not necessarily have to be continuous
for the producer. At the discretion of the Engineer, a new moving average may be
started when there are periods of inactivity, changes in materials or processing,
or other significant changes.
0
• SP 10 of 36
SECTION XXVI TRAFFIC SIGNAL INSTALLATIONS AND MODIFICATION
a) Ceneral
The Contractor shall furnish all tools, equipment, materials, supplies,
and manufactured articles and shall perform all operations necessary to modify
existing and construct additional traffic signal and street lighting facilities as
shown on the drawings and as specified herein.
b) Reference Specifications and Standard Plans
1. Standard Specifications - Except as modified herein, materials and
installation shall conform to the California Standard Specifications,
January, 1973. All references in this section to "Standard Specifications"
shall be understood to be referenced to the California Standard Specifications.
2. Standard Plans - Except as modified herein, all references in this
section to " Standard Plans" shall be understood to be referenced to the
California Standard Plans, January, 1973.
3. Codes, Ordinances, and Regulations - All electrical materials and
equipment furnished and installed under this section shall conform to the
referenced regulations and codes specified in Section 86 -1. 02 of the
Standard Specifications and to all other ordinances and regulations of the
authorities having jurisdiction.
Whenever reference is made to the Code, Safety Orders, General Order,
or Standards, the reference shall be construed to mean the Code, Order
or Standard that is in effect on the day set for receipt of bids.
c) Description
Furnishing and installing traffic signals and highway lighting and sign
illumination systems and payment therefor shall conform to the provisions
in Section 86, "Signals and Lighting, " of the Standard Specifications and these
special provisions.
Traffic signal and highway lighting work is to be performed at the following
Locations:
Loc. A = San Joaquin (q) New MacArthur Boulevard
Loc. 15 San Joaquin 4 Crown Drive
Loc. C = San Joaquin @ Marguerite Avenue
Loc. D = San Joaquin C4 MacArthur Boulevard
f�1
U
d) Materials
SP 11 of 36
1. All materials furnished and used shall be new, except such salvaged
materials as specifically provided for on the drawings and as specified
herein. The material shall be manufactured, handled, and used in a work-
manlike manner to insure complete work in accordance with the Plans and
Specifications.
2. All systems shall be complete and in operation to the satisfaction of
the Engineer at the time of acceptance of the Contract.
c) Equipment list and drawings
Equipment list and drawings of electrical equipment and material shall
conform to the provisions in Section 86 -1. 03, "Equipment List And Drawings, "
of the Standard Specifications and these special provisions.
The controller cabinet schematic wiring diagram and intersection sketch
shall be combined into one drawing, and shall be supplied on 24" x 36" size
sheets and shall be drawn in sufficiently large scale to be clearly readable by
field technicians. Partial schematic diagrams of the basic cabinet wiring on
8 1 /2"x 11" sheets will not be acceptable.
The Contractor shall furnish a maintenance manual for all controller units,
auxiliary equipment, and vehicle detector sensor units, control units and
amplifiers. The maintenance manual and operation manual may be combined
into one manual. The maintenance manual or combined maintenance and
operation manual shall be submitted at the time the controllers are delivered
for, testing, or, if ordered by the Engineer, previous to purchase. The main-
tenance manual shall include, but need not be limited to, the following items:
(a) Specifications
(b) Design characteristics
(c) General operation theory
(d) Function of all controls
(e) Detailed circuit analysis
(f ) Trouble shooting procedure (diagnostic routine)
(g) Voltage charts with wave forms
(h) Block circuit diagram
(i ) Geographical layout of components
(j) Schematic diagrams
(k) List of replaceable component parts with stock numbers
The third paragraph in Section 86 -2. 04, "Equipment List and Drawings, "
of the Standard Specifications is amended to read:
SP 12 of 36
The ContraCIN shall allow 14 days for City te0ing, except testing of
control equipment, from the time the materials or equipment is delivered
to the testing facilities as designated by the City until notification of the
final results.
f) As -built Print
The Contractor is required to submit to the Engineer "As- Built" prints,
prior to the City accepting the installations. The prints shall indicate in red
all deviations from the contract plans, such as: locations of poles, pull boxes
and runs, depths of conduit, number of conductors, and other appurtenant
work, for future reference.
g) Maintaining Existing and Temporary Electrical Systems
Maintaining existing and temporary electrical systems shall conform to
the provisions in Section 86 -1. 05, "Maintaining Existing and TemporaryElect-
rical Systems, " of the Standard Specifications and these special provisions.
Highway lighting system shutdowns shall be limited to periods between the
hours of 7 a, m, and 5 p. m.
h) Foundations
Foundations shall conform to the provisions in Section 86 -2. 03, "Found-
ations, " of the Standard Spocifications and these special provisions.
Portland cement concrete shall conform to Section 90 -10, "Minor Concrete, "
of the Standard Specifications and shall contain not less than 5 sacks of cement
per cubic yard, except concrete for pile foundations shall contain not less than
6 sacks of cement per cubic yard.
i) Standards, Steel Pedestals and Posts
Standards, steel pedestals and posts shall conform to the provisions in
Section 86 -2. 04, "Standards, Steel Pedestals and Posts, " of the Standard
Specifications and these special provisions.
Thc first sub- paragraph of the third paragraph in Section 86 -2.04,
"Standards, Steel Pedestals and Posts, " of the Standard Specifications is
amended to read:
Standards fabricated from 3 -gage or thicker material shall be
fabricated from (A) sheet steel conforming to the specifications of
ASTM Designation: A 261, Grade D, or (B) sheet steel of weldable
grade having a minimum yield, after fabrication, of 40, 000 pounds
per square inch. Standards fabricated from 7 -gage or thinner material
shall be fabricated from sheet steel conforming to the specifications of
ASTM Designation: A 570, Grade C, or from sheet steel conforming
to alternative (R) above.
' . . SP 13 of 36
The chased outlet shown on the plans in the mast arm mounting plate and
in the arm mounting plate on the standard shall be 1 1 /2 "- mininnun diameter
and shall be smoothed after galvanizing to facilitate installation of conductors
without damage to conductor insulation. Installation of a chase nipple will not
be required.
All luminaire mast arms shall be the "short radius davit" type. The
davit radius shall not be more than 30 inches.
Standards and posts shall be fabricated in accordance with ASTMA 595
standards and shall meet the requirements of the Uniform Building Code of
the State of California.
Certain of the signal standards have special structural requirements clue
to extra loadings. Drawings, specifications and calculations relating to the
structural design of these certain signal standards shall be submitted in con-
formance with Section VI of these special provisions. Structural design of
these standards shall be determined by the manufacturer, and shall be warranted
capable of safely sustaining all of the intended loadings. The Contractor is
cautioned to obtain written authorization of the Engineer prior to ordering these
certain items of equipment, and none of these items may be incorporated into
the work until said authorization has been granted. Authorization will be con-
tingent upon the warrantee submittals of the manufacturer substantiating the
ability of these standards to satisfactorily perform as intended. Information
related to mast arm loadings and the necessary modification to provide elec-
trical energy to illuminated street name signs is attached herein.
j) Conduit
Conduit shall conform to the provisions in Section 86 -2. 05, "Conduit, "
of the Standard Specifications and these special provisions.
The seventh paragraph in Section 86 -2. 05C, "Installation, " of the
Standard Specifications is amended to read:
A No. 12 copper pull wire or a pull rope shall be installed in all
conduits which are to receive future conductors. The pull rope shall
be nylon or polypropylene with a minimum tensile strength of 500
pounds. At least Z feet of pull wire or rope shall be doubled back into
the conduit at each termination.
Conduit threads and damaged conduit surfaces shall be painted either
with high zinc dust content paint conforming to the requirements of Military
Specification MIL -P -21035 or with primer conforming to the provisions of
Section 91 -2. 01, "Zinc -Rich Primer, Organic Vehicle Type, " of the Standard
Specifications, except that the paint shall not be thinned.
Non - metallic type conduit shall not be used.
Rigid metal conduit to be installed shall not be used as a drilling or
jacking rod.
SP 14 of 36
Insulated bonding bushings Will be required on metal conduit.
After conductors have been installed, the ends of conduits terminating in
pull boxes and controller cabinets shall be sealed with an approved type of
sealing compound.
Conduit runs are shown in schematic form only. Actual installation shall
be done in the most direct manner.
k) Pull Boxes
Pull boxes shall conform to the provisions in Section 86 -2. 06, "Pull poxes, "
of the Standard Specifications and these special provisions.
Grout in bpttom of pull boxes will not be required.
1) Conductors and W i
Conductors and wiring shall conform to the provisions in Section 86 -2.08,
"Conductors, " and Section 86 -2. 09, "Wiring, " of the Standard Specifications
and these special provisions.
Conductors No. 8 AWG and larger shall be stranded (except service
conductors).
The first paragraph in Section 86 -2. 08A, "Traffic Signal and Multiple
Lighting Conductors, " of the Standard Specifications is amended to read:
Conductors for traffic signal, flashing beacon and multiple lighting
installations shall be UL listed and rated for 600 -volt operation. The
insulation for No. 16 AWG or smaller conductors shall be Type 'FF.
The insulation for No. 14 AWG and larger conductors shall be one of
the following:
(A) Type TW polyvinyl chloride conforming to the requirements
of ASTM Designation: D 2219.
(B) Type THW polyvinyl chloride.
(C) Type XHHW or Type RHW cross - linked polyethylene.
Minimum thickness of any of the above insulations shall be 45 mils
for conductor sizes No. 14 to No. 10 AWG, inclusive, and 60 mils for
No. 8 to No. 2 AWG, inclusive.
The second and third paragraphs in Section 86 -2. 08A, "Traffic: Signal
and Multiple Lighting Conductors, " of the Standard Specifications are amended
to read:
. SP 15 of 36
All conductors used in controller cabinet wiring shall be No. 22
AWG, or larger, with a minimum of 19 strands. Conductors shall
conform to Military Specification: MIL- W- 16878D, Type B or D,
Vinyl -Nylon Jacket or irradiated cross - linked polyvinyl chloride,
600 -volt, 115° C. , except that, at the Contractor's option, conductors
No. 14 AWG and larger may be UL Type THHN.
All conductors used in controller cabinet wiring shall conform to the
following color -code requirements:
(A) The grounded conductor of a circuit shall be identified by a
continuous white or natural gray color.
(B) The equipment grounding conductor shall be identified by a
continuous white color with one or more green stripes.
(C) The ungrounded conductors shall be identified by any color
not specified in (A) or (B) above.
The grounded conductor (signal common) terminal bus shall not be grounded
to the controller cabinet and shall provide a minimum of 10 terminals for conn-
ection of field conductors.
An equipment grounding conductor bus shall be provided in each controller
cabinet. The bus shall be grounded to the cabinet and shall be connected to the
metal conduit system or other approved ground with a No. 8 AWG or larger bare
grounding conductor.
The eleventh paragraph in Section 86 -2. 09B, "Installation, " of the
Standard Specifications is amended to read:
Conductor identification shall be provided under the following conditions:
(A) Where signal phase or circuit are not clearly indicated by con-
ductor insulation color and stripe as detailed in the conductor table
following Section 86 -2. 08, "Conductors, " or when identification stripes
are not available. Marking shall be as detailed in said conductor table
for special and overlap phases.
(B) Where metered and unmetered conductors occupy the same pull
box, the unmetered circuit conductors shall be identified, "UNMETERED-
STREET LTG ", "UNMETERED -COUNT STATION ", or as appropriate to
describe the unmetered circuit.
Conductors shall be permanently identified as to function. Identification
shall be placed on each conductor, or each group of conductors comprising
a signal phase, in each pull box and near the end of terminated conductors.
Identification shall be by direct labeling, tags or bands fastened to the
conductors in such a manner that they will not move along the conductors.
Labeling shall be by mechanical methods.
. SP16 of 36
Conductors shaP be spliced by the use of "C" shaped compression conn-
ectors as shown on the plans.
Splices shall be insulated by "Method B. "
Conductors for future phases shall be brought into the controller cabinet
Conductors shall be banded for identification of the future phase they will be
used for.
m) Service
Service shall conform to the provisions in Section 86 -2. 11, "Service, " of
the Standard Specifications and these special provisions.
Install Type II service with Type VII B meter and wiring. Circuit breakers
shall be rated 2516 higher than the expected load. Modify Type II service by pro-
viding 240 V. 20 anp circuit breakers for City lighting circuits.
n) Field Test
Field tests shall conform to the provisions in Section 86 -2. 14 of the Stand-
ard Specifications and these special provisions.
Turn -on of the new traffic signal systems shall not be made on a Friday or
the day preceding a legal holiday. The City Traffic Engineer shall be notified
at least 48 hours prior to the intended "turn -on ".
The initial turn -on shall be made during the hours between 9:00 a.m. and
2:00 p.m. Prior to turn -on or change -over, all equipment as shown on the
plans shall be installed and operable. All louvers, hoods, and signal heads
shall be directed to provide maximum visibility.
The signal monitoring unit shall be tested in the field before "Turn -On"
A knowledgeable representative for the manufacturer or distributor of the
traffic signal controller equipment and components, exclusive of standard
conduit, and conductors, shall be present for the initial portion, first (Jay, of
the functional test.
Splices in the pull box adjacent to the magnetometer sensing elements
shall not be made prior to performing the megger test on the lead -in conductors
between said pull box and the controller cabinet field terminals.
Megger test shall not be performed on magnetometer detectors.
o) Painting
Painting shall conform to the provisions in Section 86 -2. 16, "Painting ",
of the Standard Specifications and these special provisions.
0 • SP 17 of 36
The last sentence of the sixth paragraph of Section 86 -2. 16, "Painting, "
of the Standard Specifications is amended to read:
Immediately after cleaning, all galvanized surfaces and all non - ferrous
metal surfaces shall be coated with Pre - Treatment, Vinyl Wash Primer,
Section 91 -2.07, followed by one prime coat of commercial quality zinc -
chromate primer.
The eighteenth paragraph in Section 86 -2. 16, "Painting, " of the Standard
Specifications is amended to read:
Signal heads, signal head mountings, brackets and fittings, outside
of hoods, pedestrian push button housings, pedestrian signal head
housings and hoods, and back faces of back plates, shall be finished
with 2 coats of Enamel; Traffic Signal, Dark Olive Green, Section
91 -4. 02, except back faces of back plates may be finished with 2
coats of Enamel; Traffic Signal, Lusterless Black, Section 91 -4. 01.
p) Solid -State Traffic Actuated Controllers
Solid -state traffic actuated controller units, cabinet, and auxiliary equip-
ment shall conform to the provisions in Section 86 -3, "Controllers," of the
Standard Specifications and these special provisions.
At Location 'A' install a Type 90 solid -state digital controller providing 5
phase modules in an 8 frame control unit. The cabinet shall be wired for future
standard dual quad operation as shwon on the plan.
At Location 'B' install a Type 90 solid -state controller providing 2 phase
modules in a 4 frame control unit. Interconnect circuitry shall be provided to
operate as shown on the plans.
At Location 'C' install a Type 90 solid -state controller providing 3 phase
modules in an 8 frame control unit. The cabinet shall be wired for future 6
phase operation as shown on the plan.
The third paragraph in Section 86 -3.01, "Controllers," of the Standard Spec-
ifications is amended to read:
Controller units, auxiliary equipment, and cabinet, fully wired, including
wiring diagrams and manuals, shall be delivered to the testing facility desig-
nated by the City.
The fifth paragraph in Section 86 -3. 01, "Controllers, " of the Standard Spec-
ifications is amended to read:
The Contractor shall allow Z1 days for City testing from the time the
cabinet is delivered to the testing facility designated by the City until
notification of the final results.
a SP 18 of 36
Controller units equipped with a "guaranteed passage time feature" shall
provide a method of omitting this feature without internal circuit modification.
Total added initial time shall be capable of being limited by an internal
circuit or front panel adjustment providing "Maximum Initial Green ".
The last sentence in Section 86 -3. 09E(li), "Simultaneous Termination, "
of the Standard Specifications is amended to read:
When this feature is provided by logic external to the controller
unit, means shall be provided to disable this feature without affecting
the normal operation of the controller.
Detector switching shall be provided between phases as follows:
Loc. 'A' = Phase A2 - Phase A4
Phase B2 - Phase B4 (Future)
Loc. 'C' = Phase A2 - Phase A4 (Future)
The third paragraph in Section 86 -3. 09E(2e), "Selectable Semi- Actuated
Mode, " is amended to read:
In modular controller units, the phase or phases to become non -
actuated shall be designated Phase A or such other phase or phases
as shown on the plans. Pedestrian operation shall be as specified
above for non - modular controller units. The minimum green period
for the modified phase shall be the pedestrian "WALK" period plus the
flashing "DONT WALK" interval or, if the pedestrian periods are not
available on the module, shall be the initial period plus one vehicle
extension interval. The controller unit shall rest in the modified phase
until released by an external command.
Subsection (5) (A) "Preset Gap Period," of Section 86- 3.09D(lb),
"Actuated Phase Section, " of the Standard Specifications is amended to read:
The extensible portion shall be held by successive or continuous
detector actuation until the time spacing between 2 successive actuations
exceeds the preset gap period. Termination of green interval by the
preset gap period shall not place a call for the terminated phase. The
preset gap period shall be adjustable from 0. 25 to 9. 5 seconds.
Subsection (5) (B) "Reducible Gap Period, " of Section 86 -3. 09D(lb),
"Actuated Phase Section, " of the Standard Specifications is amended to read:
The reducible gap shall be adjustable to allow one of the following
two options:
Option I
0 SP19 of 36
The reducible gap shall be capable of reducing from a pre-
determined adjustable value of at least 15 seconds down to at least
0.25 second.
The reducible gap period shall begin reducing (1) with initial
green if an opposing call has been placed, or (2) during initial
green when an opposing call is placed, or (3) during the extensible
portion when an opposing call is placed.
Option II
The reducible gap shall not begin reducing until a predeter-
mined adjustable time after the beginning of its associated phase
green. This timing range shall be adjustable between the range
of 15 to 30 seconds. The reducible gap shall begin reducing from
the pre -set gap value.
The length of time required to reduce from the maximum reducible gap
to the minimum reducible gap shall be adjustable from 10 seconds to at least
35 seconds in one second or less increments.
Termination of green by the reducible gap period shall place a call for
return to that phase.
The reducible gap period shall function like the preset gap period but
shall not be able to terminate the green until its length becomes less than
the preset gap period.
In addition to the methods specified in the 9th paragraph of Section
86 -3. 09G, "Mechanical Design and Component Quality, " of the Standard
Specifications, a center mounted actuating screw may be used to secure the
connector.
Type 90 controller units shall be capable of operating a minimum of 4
phases in a single controller unit frame. Type 90 controllers for 5 -phase
through 8 -phase operation may utilize one or 2 controller unit frames. The
Type 90 controller unit modules for 2 through 8 phases shall be identical
and interchangeable within the individual manufacturer's Type 90 controller
unit frames.
The second paragraph in Section 86 -3. 09J(I), "Flasher and Flasher
Relay, " of the Standard Specifications is amended to read:
Two circuit flashers shall be capable of carrying a minimum
of 10 amperes per circuit. Single circuit flashers shall be capable
of carrying a minimum of 20 amperes. Flasher case shall be
a 1 SP 20 of 36
grounded or double insulated. Flash transfer relays shall operate
in the 8 -pin Jones -type socket used in the California Type 200 con-
troller cabinet. A California Type 200 controller cabinet is available
for inspection at the Transportation Laboratory, 5900 Folsom Boule-
vard, Sacramento. Flasher relay coil current draw shall not exceed
200 milliamperes.
The flasher shall operate in the flasher socket used in the California Type
200 controller cabinet.
Solid -state switching devices shall conform to the following:
The switching device shall utilize zero -point switching, with
turn -on at the zero voltage point, t 5 degrees, and turn -off at
the zero current point, t 5 degrees, of the power line sinusoid.
Zero voltage turn -on is not required during the first half -cycle
of line voltage during which the input signal is applied.
The switching device shall be energized by a low -level signal
(saturated NPN transistor, 0 to 2. 0 volts, DC). A high -level input
signal (cut -off NPN transistor) shall cause the signal lamps to be
extinguished.
During normal operation (no circuit or one circuit energized),
the switching device shall not utilize more than 20 milliamperes
from a +15 to +24 volt DC source. The load switch shall not apply
more than 30 volts, peak, to the signal input line, nor shall the
input signal source be required to sink more than 10 milliamperes.
The switching device shall have a PRV rating of not less than 400.
Construction of the switching device shall be such that personnel
inserting or removing modules will not be exposed to live parts. Hand
pulls shall be provided.
A reed relay, rated for at least 10 million operations, may be used
in the input portion of the switching device.
The switching device shall mate with the socket shown on the plans.
Switching devices shall be capable of being mounted in a California
Standard load - switch rack. A California Standard load- switch rack is
available for inspection at the Transportation Laboratory at 5900 Folsom
Boulevard, Sacramento.
No other equipment within the controller cabinet shall use a socket
which will accept a switching device.
The cabinet shall contain a conspicuous warning against operation without
the monitoring device being installed.
W
a SP 21 of 36
A removable rigid metal cover shall be provided on the back of the police
panel to cover switch terminals.
Section 86- 3.071)(11), "Cartridge Fuses," of the Standard Specifications
is amended to read:
Cartridge fuses shall be installed in panel mounted fuseholders.
Fuse type and rating shall be as recommended by the fuse manu-
facturer for the type of load being protected.
Integral detector sensor units shall not be provided.
Rack mounted sensor units in the cabinet are acceptable.
Removal of the monitoring device shall not cause the intersection to go
into flashing operation.
The intersection shall go into flashing operation by operation of the
monitor unit if the controller unit fuse or monitoring device fuse is blown.
The first paragraph in Section 86 -3. 09K(5), "Special Timing, " of the
Standard Specifications is amended to read:
Each special timer shall have a range from 0 to 30 seconds.
Timing of the interval shall be adjustable in one second maximum
increments. Calibration accuracy shall be to the smallest select-
able setting if the line voltage is at any value from 105 to 130 volts
while the ambient temperature is between 0° F. and 160° F. Each
special timer shall be a plug- connected solid -state digital device:
with an indicator light to show when the timer is operating.
The eighth sub - paragraph of Section 86 -3. 07E, "Traffic Actuated
Controller Cabinet, " of the Standard Specifications is amended to read:
Field terminals shall be installed within 18 inches of the face
of the cabinet and shall be oriented for screwdriver operation
from the door opening. All terminals shall be a minimum of 5
inches above the foundation.
The second paragraph in Section 86 -3. 09L, "Solid -State Traffic
Actuated Controller Cabinet," of the Standard Specification is amended
to read:
In addition to the switches specified in Section 86 -3. 09J(5),
"Police Panel Switches, " an internal panel mounted "Signal - Flash"
switch shall be provided which, when placed in the "Flash" position,
shall provide flashing operation as specified in Section 86 -3. 03,
SP 22 of 36
"Flashing Operations ". When said switch is placed in the "Signal"
position, the controller unit shall resume control as specified in
Section 86 -3. 09H, "Supply and Auxiliary Voltages ".
The convenience receptacle shall have ground -fault circuit interruption
as defined by the Code. Circuit interruption shall occur on 5 milliamperes
of ground -fault current.
The last sentence of the sixth paragraph in Section 86- 1. 09L. "Solid -
State Traffic Actuated Controller Cabinet, " of the Standard Specifications is
amended to read:
The "ON -OFF" switch for the lighting fixture shall be the
following:
A door - actuated switch that turns the light on when the door
is open, and off when the door is closed.
Maximum cabinet door width shall be 44 inches. Slope on the roof of
the cabinet, as shown on the plans, will not be required.
The Contractor shall arrange to have a signal technician, qualified to
work on the controller, present at the time the equipment is turned on.
The controllers shall be capable of resting in "all red" when selected
by a manual selector switch.
The controllers shall be capable of performing as a "lane occupancy
controller" and as a standard "passage time" or "reducible gap" controller
by use of the various selector switches provided and adjustment of the
timing controls on the phase sections provided, and on the detector units.
The future expanded phase at Locations 'A' and 'C' will be operated with
individual controller modules for each phase. The future changes will be
accomplished on site by insertion of necessary additional modules and the
corresponding revision of related field wire connections on the terminal strip.
A harness shall be installed in each controller cabinet to enable emer-
gency installation of a pre -timed controller, a type acceptable to the City,
in event of failure of the Type 90 controller.
The cabinet and harness shall be wired to permit the solid -state controller
to be disconnected and the dial unit plugged in to produce the same vehicular
and pedestrian preferred phase sequence as shown on the plans. The harness
shall be connected to the field terminal board.
SP 23 of 36
All cabinet switches and auxiliary equipment shall be labeled with embossed
labels made from 6 mil polyvinyl chloride self- adhesive labeling tape with con-
trasting background.
Conduit shall be positioned in the controller cabinet foundation so that when
the cabinet is set the conductors will enter the cabinet between the door and the
centerline of the cabinet.
q) Traffic Count Station
At Location 'A' install a traffic count station in the Type "R" cabinet as
described in these special provisions.
At Location 'B' install necessary wiring and harnesses only for a similar
count station.
Sensor units and magnetometer detectors for traffic count station and the
installation thereof shall conform to the provisions under "Detectors" else-
where in these special provisions.
Sensor units shall be labeled as specified in the fourth paragraph of Section
86 -3. 08G, "Mechanical Design and Component Quality, " of the Standard Spec-
ifications.
A. Cabinet - All count station equipment shall be installed in the Type
"R" cabinet with the traffic signal control equipment.
B. Traffic Count Lane Summator - Each summator unit shall have:
1. Solid state circuitry throughout conforming to the provisions in
Section 86 -3. 09G, "Mechanical Design and Component Quality, " of the
Standard Specifications. Relays shall not be used. The power supply
for the summator shall be integral and shall operate from 120 volts
t 10 percent, 60 Hz power.
2. The capability to operate as specified from 0° F. to 160° F.
3. Immunity to line transients when tested in accordance with Test
Method No. Calif. 667.
4. Six input channels, two output channels. The summator shall
have the capability of producing one output pulse on any input channel.
In addition, it shall have the capability of producing 6 output pulses for
6 simultaneous inputs.
5. Input circuitry compatible with the output circuitry of the vehicle
detectors used with the summator.
. SP 24 of 36
6. An output that is a solid state switch and compatible with the in-
put circuitry of the traffic counter used with the summator. The solid
state switch shall have a minimum current rating of 500 rnilliamps in
the "on" state and a minimum breakdown voltage of 30 volts in the "off"
state. The output switch shall be protected to switch an inductive load.
The traffic summator shall be Traffic Data Systems, Inc. Model No.
CD2265 -2 or equal.
C. Traffic Count Recorder - Each recorder shall be a mechanical device
capable of producing a punched tape record of the vehicle count in terms of
a relay closure in a sensor or summator functioning as the input to the
recorder.
Each recorder shall operate on 120 volts (t 10 percent) 60 H•r, power,
shall be equipped with a 60- minute cam and shall have a tape capacity for
storing a 365 -day count.
The count to punch ratio shall be 10 :1. The punched tape shall be accept-
able for translation by existing City -owned equipment - Fischer and Porter
Automatic Translator. Model 50 TL1521.
r) Signal Faces and Signal Heads
Signal faces, signal heads and auxiliary equipment, as shown on the plans,
and the installation thereof, shall conform to the provisions in Sections 86 -4. 01
to 86 -4. 04, inclusive, of the Standard Specifications and these special pro-
visions.
The contractor shall furnish all lamps for traffic signal uiits.
The fourth paragraph in Section 86 -4. 01, "Signal Faces, " of the Standard
Specifications is amended to read:
All new vehicular signal faces, except programmed visibility type,
shall be of the same make.
The fifth paragraph in Section 86 -4. 01, "Signal Faces, " of the Standard
Specifications is amended to read:
All new pedestrian signal faces shall be of the same make.
The sixth paragraph in Section 86 -4. 01A, "Optical Units, " of the Standard
Specifications is amended to read:
SP 25 of 36
Reflectors shall be made of silvered glass or of specular aluminum
with an anodic coating. All relfectors shall conform to the provisions
of ANSI Standard: D -10. 1.
The third paragraph in Section 86 -4. 04, "Signal Head Mounting, " of the
Standard Specifications is amended to read:
At each signal location, unless otherwise shown on the plans, a terminal
compartment shall be constructed into the mounting brackets. Each com-
partment shall be fitted with a terminal block containing a minimum of 12
poles, each pole with 2 screw type terminals. Each terminal shall be
designed to accommodate at least 5 No. 14 AWG conductors. A raintight
cover shall be provided, giving ready access to the terminal block. The
terminal compartment shall be bronze Type 356 -T6 aluminum.
s) Detectors
Detectors shall conform to the provisions in Section 86 -4. 05, "Vehicle
Detectors, " of the Standard Specifications and these special provisions.
Output relays, if used, shall be normally closed.
Section 86 -4. 05B (3), "Sensor Unit Construction, " of the Standard Specific-
ations is amended to read:
Each sensor unit shall be housed in a metal case and shall be provided
with an integral power supply. All controls, pilot lights, meters, fuse -
holders, and connectors shall be mounted on the front panel. Sensor
units shall not interfere with the operation of other sensor units installed
in the same cabinet.
1. Loop Detectors
In multiple loop installations, all loop conductors to be connected to
the same sensor channel shall be wound in the same direction. No more than
4 loops shall be connected to a single sensor channel.
Section 86 -4. 05B(2), "Performance Characteristics, " is amended to read
as follows:
Loop sensor units shall provide an output closure for each vehicle
passing through the response area of the loop at speeds up to 75 miles
per hour and shall also provide an output closure of at least 10 minutes
duration when a vehicle, except motorbikes, is occupying the response
area of the loop. An output closure of at least 1 minute duration shall
be provided for motorbikes.
Loop sensors shall be self tuning.
�, • SP 26 of 36
Loop sensor units shall be Type B.
Type B sensor units shall provide an independent output for each of 4
separate inputs.
All input and output circuits for each unit shall enter via a connector
conforming to Military Specifications: MIL 31OZA22 -14i', Key M.
The connector shall have the following pin assignments:
Pin
Function
Yin
Function
A
AC neutral
L
Channel
4 loop
C
120 volts, AC+
M
Channel
4 loop
H
Chassis
Ground
N
Channel
1 Output
- Pos.
D
Channel
1 loop
P
Channel
1 Output
- Neg.
E
Channel
1 loop
R
Channel
2 Output
- Pos.
F
Channel
2 loop
S
Channel
2 Output
- Neg.
G
Channel
2 loop
T
Channel
3 Output
- Pos.
S
Channel
3 loop
U
Channel
3 Output
- Neg.
K
Channel
3 loop
V
Channel
4 Output
- Pos.
B
Channel
4 Output
- Neg.
The first paragraph of Section 86 -4. 05B(4), "Construction Materials, "
of the Standard Specifications is amended to read:
The conductor for each inductive detector loop shall be continuous,
unspliced, Type RHW -USE, No. 12 AWG, neoprene- jacketed or
Type USE cross - linked polyethylene insulated, solid copper wire.
Capacitors or inductors necessary for loop tunign shall not be mounted
external to the loop detector sensor unit.
The loop detector lead -in, from the field terminals in the cabinet to the
sensor unit, shall conform to one of the following:
(A) A twisted pair of No. 22 AWG, or larger, conductors conforming
to the requirements for cabinet wiring.
(B) A cable containing 2 No. 22 AWG, or larger, copper conductors
with each conductor insulated with 0. 014 -inch minimum polyethylene or
polypropylene. The conductors shall be twisted and the twisted -pair
shall be protected with a shield of tinned copper - brass, or aluminurn-
polyester. The shield shall be grounded at one end of the cable. The
cable shall be provided with a chrome vinyl outer jacket with a mini-
mum thickness of 0. 027 -inch.
Loop detector lead -in cable, from the pullbox adjacent to the loop to the
field terminals in the cabinet, shall conform to either one of the following:
' SP 27 of 36
(A) The cable specified in the third paragraph of Section 86- 4.0511
(4), "Construction Materials, " of the Standard Specifications.
(B) Two No. 12 AWG copper conductors with each conductor insulated
with 0. 035 -inch minimum, high molecular weight, heat- stabilized,
colored polyethylene. The conductors shall be twisted and the twisted -
pair shall be protected with a shield of tinned copper - brass, or
aluminum - polyester. A No. 16 AWG minimum, stranded tinned copper
ground drain wire shall be provided. The cable shall be provided with
a chrome vinyl outer jacket with a minimum thickness of 0.037 -inch.
If asphalt concrete surfacing is to be placed, the loop detector conductors
shall be installed prior to placing the uppermost layer of asphalt concrete.
The conductors shall be installed, as shown on the plans, in the compacted
layer of asphalt concrete immediately below the uppermost layer. Install-
ation details shall be as shown on the plans, except the epoxy sealant shall
fill the slot flush to the surface.
Loop detectors in left turn lanes shall not detect any vehicle in adjacent
lanes. Size of individual loops may vary from that shown on the plans.
The number of sensor units and lead -in cables required to achieve the
specified detection shall be installed.
2. Magnetometer Detectors
Control units for magnetometer detectors shall be provided with a time
delay feature which shall extend the vehicle call for an adjustable period
of approximately 0. 10- second to 3.0 seconds. The delay feature shall
not operate during pulse mode.
A separate channel shall be provided for each lane.
Separate control units shall be provided for each approach.
The Contractor shall test the detectors with a motor - driven cycle, as defined
in the California Vehicle Code, that is licensed for street use by the Department
of Motor Vehicles of the State of California. The unladen weight of the vehicle
shall not exceed 220 pounds and the engine displacement shall not exceed 100
cubic centimeters. Special features, components or vehicles designed to
activate the detector will not be permitted. The Contractor shall provide an
operator who shall drive the motor - driven cycle through the response or
detection area of the detector at not less than 3 miles per hour nor more
than 7 miles per hour. The detector shall provide an indication in response
to this test.
!' SP 28 of 36
t) Pedestrian Push Buttons
Pedestrian push buttons shall conform to the provisions in Section 86 -4.06,
"Pedestrian Push Buttons, " of the Standard Specifications and these special
provisions.
The pedestrian push button instruction signs shall be 9" x 12" in size.
On the Type B push button assembly the sign shall attach to and be securely
supported by the framework.
u) Pedestrian Signals
Pedestrian signals shall conform to the provisions in Section 86 -4.07,
"Pedestrian Signals, " of the Standard Specifications and these special pro-
visions.
Pedestrian signals shall be Type C or Type D.
In addition to other specified materials, the message plate may be 1/8
inch nominal thickness, glass fiber reinforced plastic.
The letters shall be a minimum of 4 1/2 inches in height.
Type C signals may use alternative tubing configurations.
Type C signals shall have letter stroke brightness level, contrast ratio
between letters and background, uniformity of brightness in the letters, and
legibility equal to that of the California Standard pedestrian signal heads.
California Standard Type B and Type C pedestrian signal heads are available
for inspection at the Transportation Laboratory, 5900 Folsom Boulevard,
Sacramento.
The third paragraph in Section 86 -4. 07A, "Messages, " of the Standard
Specifications regarding Type C signals is amended to read:
Type C signals shall conform to the provisions for Type B signals
except message plate and tubing shall be formed into an integral weather-
proof plug -in module with a molded case of 3/32 inch minimum white
acrylonitrile butadine styrene. The message module shall operate in
the California Type C pedestrian signal head. A California Type C
pedestrian signal head is available for inspection at the Transportation
Laboratory, 5900 Folsom Boulevard, Sacramento. The mdoule shall
not require the use of tools for insertion or removal.
The light source for Type D signals shall operate on not more than 120
volts.
•
• SP 29 of 36
The second sentence in Section 86 -4. 07J, "Tube Mounting, " of the
Standard Specifications is amended to read:
Tubing may be replaceable without disconnecting any wires.
The following type of screen shall be provided on Type C signals:
A 1 1/2 -inch deep eggcrate type screen eithcr of 0.020 -inch
minimum thickness 3003 H14 aluminum alloy or of 0. 030 -inch
nominal thickness polycarbonatc. The assembly shall be mounted
in a frame constructed of 0. 040 -inch minimum thickness aluminum
alloy or polycarbonatc.
The vertical spacing of the horizontal members shall be 1/2 inch
starting approximately 1/4 inch above and ending approximately 1/4
inch below the "DONT" and "WALK" legends respectively.
Additional members may be employed outside the 2 legend areas
for structural strength.
The eggcrate type screen shall be installed parallel to the face of
the "DONT WALK" message and shall be held in place by the use of
stainless steel screws.
The hood described in Section 86 -4. 07C, "Hoods ", of the Standard
Specifications will be required with the eggeratc type screen.
The screen and frame shall be anodized flat black or may be finished
with flat black enamel as specified in Section 91 -4. 01, "Enamel; Traffic
Signal Lusterless Black," of the Standard Specifications. Said enamel
shall be applied in the shop at the Contractor's expense.
v) Mercury Vapor Luminaires
Mercury vapor luminaires shall conform to the provisions in Section
86 -5. 01, "Mercury Vapor Luminaires, " and Section 86 -5. 02, "Mercury
Vapor Luminaires with Glare Shields, " of the Standard Specifications
and these special provisions.
9
• SP 30 of 36
Glare shields are not required.
The luminaires shall be provided with filters to filter the air entering the
optical assembly.
Mercury vapor lamps shall have a minimum average rated life of 24, 000
hours.
Luminaires for Locations 'A', 'B' and 'C' shall be provided with
color improved mercury vapor lamps, as shown on the plans.
Luminaires shall be provided with integral ballasts and integral photo-
electric controls.
w) Internally Illuminated Street Name Signs
Internally illuminated street name signs shall conform to the requirements
of these Specifications, the 'Plans, and Special Details No. 1. and No. 2 hercin-
afte r.
Illuminated street name sign fixtures shall be internally illuminated and
capable of producing a clearly visible message. Signs shall be designed for
mounting on signal mast arms as shown on the Plans.
Sign panels shall easily swing open and closed, and shall be removable
for quick and easy maintenance without ase of tools.
The overall weight of sign fixtures shall not exceed 75 pounds each.
The Contractor shall submit shop drawings in accordance with Section VI
of these special provisions prior to performing any work on the signs. Drawings
shall illustrate the size and assembly location of components.
1. Reflectors - Finished surface of reflectors shall be acrylic baked
white enamel with minimum reflective factor of 86 %u. Design of the
reflectors shall provide even illumination of the entire surface of the
sign panels.
2. Sign Panels - Sign panels shall consist of a translucent lens and
Highway Green translucent plastic: film.
"Highway Green" color shall meet the requirements of Federal Color
Standard 595a (Color No. 14109) and Burcar of Public 12oads Color Standard
No. 4.
Colors for highway signs and detailed drawings of the standard capital
and lower -case alphabets are available on request from the U.S. Depart-
ment of Commerce, Bureau of Public Roads, Washington, D. C.
d
• SP 31 of 36
The weather - exposed layer shall be of green translucent plastic film
with cut -out letters. The nonweather - exposed layer shall be a translucent
lens. Both materials shall be laminated together so that the street name
messages will stand out in sharp permanent while -on -green contrast.
Translucent lens shall be white acrylated, glass fiber reinforced, and
shall have a thin coat of polyvinyl fluoride applied to one side of the lens
at the time of manufacture. The lens shall be a minimum of 0. 060 -inch
in thickness, having a 16, 740 psi tensile strength (ASTM -638), and 16, 670
psi shear strength (ASTM -732). The lens shall be shatterproof.
Highway Green translucent plastic film shall be of the polyvinyl chloride
type. One side shall be coated with pressure - sensitive adhesive for easy
application and adhesion to the side'of fiberglass having polyvinyl fluoride
film. The translucent plastic film shall have high resistance to water,
humidity and corrosion, and shall have a thickness of 0. 003 inch.
Light transmission factor of the sign panel shall be approximately 10
to 1, letter to background ratio brightness.
The sign panel assembly shall have a continuous extruded aluminum
frame along the edge of both sides of the panel and shall be provided with
vinyl gaskets to resist the entrance of water between frame and panel.
A catch shall be provided at the bottom of the sign panel and shall be
fabricated as an integral part of the frame.
3. Sign Messages - Letters shall be 8" upper case and 6" lower case
presented on panel length. specified.
Signs shall be double -faces with message shown on the Plan.
4. Gaskets - Gaskets between the sign panel frames and the fixture
housing shall be uniform and even textured and shall be of the closed call
sponge neoprene type.
Gasketing shall be adequate to resist the entrance of water between
the frame and the fixture housing.
Gaskets shall be neatly applied to thoroughly degreased, clean surfaces
with a suitable heat resistant adhesive which will not allow the gaskets to
slip at a temperature of 160° F.
5. Ballasts - Ballasts shall be of the high power factor type and shall
be capable of starting the lamps at 0° F. and above:.
Ballasts shall be rated at 200 milliamperes for slimline lamps.
Ballasts shall be listed by UL or Electrical Testing Laboratories for
outdoor operation on 110 -125 volt, 60 Hz circuits and shall conform to
the requirements of ANSI Standards C82. 1 and C82. 2.
SP 32 of 36
! 6. Lampho•rs - High voltage lampholders shall be listed by UL with
a rating of 1, 000 volts and shall de - energize the primary system of the
ballast when a lamp is removed. No live parts shall be exposed during
relamping.
The distance between the face of the lamphulders for each lamp shall
be designed to provide a compression of at least 0. 10 -inch on the spring -
type lampholder when the lamp is in place. The lamp shall have positive
mechanical and electrical contact when the lamp is in place. The socket
on the spring -type lampholder shall have sufficient travel to permit
installation of the lamp.
7. Lamps - Each fixture shall be furnished with two 72'1'12 cool white,
430 MA, slimline, fluorescent lamps which shall meet the requirements of
ANSI Standard C78.
Each lamp shall operate from a single -lamp ballast.
8. Terminal Blocks - All wiring connections in the fixtures and on the
ballast chassis shall be terminated on a molded, phenolic barrier type,
two -pole terminal block rated at 15 amperes, 1, 000 volts, and shall have
integral type, white waterproof, marking strips. All current carrying
parts of the terminal blocks shall be insulated from the fixture with
integral plugs or strips to provide an insulating value in excess of the line -
to- ground flash -over voltage. If sectionalized terminal blocks are used,
each section shall be provided with an integral barrier on ca side and
shall be capable of rigid mounting and alignment.
9. Fuses - Fuses shall be of the miniature, slow -blow type, with
appropriate current voltage rating.
Fuseholders shall be the panel mounting type with threaded or bayonet
type knob which grips fuse tightly for extraction.
10. Conductors - Conductors from ballasts to fixtures and fixture wire
shall be UL approved appliance wiring material (AWM) No. 16 AWG min-
imum, stranded, copper wire with 2/64 inch thereto- plastic insulation
rated 1, 000 volt, 90° C.
The manufacturer's name or trademark, wire sire, insulation type
letter designation and temperature rating shall be marked on the insulation
or a certificate of compliance conforming to the provisions in Section 6 -1. 07,
"Certificates of Compliance, " shall be submitted by the .manufacturer with
each shipment of sign lighting fixtures.
External conductor cables shall be 3- conductor Type SJT. Cables shall
be 6' long each and light gray color. Cables shall be shipped assembled
and attached to individual sign housings with a weather -tight screwed fitting.
Electrical conductors and ground shall be attached for use. Cables shall
attach to the pole end of sign housings on the median line at locations
specified herein.
• SP 33 of 36
Lampholder conductors shall be of sufficient. length to extend from the
high - voltage sockets to fixture terminal block. .lf splicing is necesseuy,
the splice shall be insulated to a rating equal to or greater than that of
the fixture wire.
Color coding shall match the coding of the ballast leads.
11. Weep Holes - Screened weep holes shall be provided at strategic
locations in the bottom shell of the fixture body to allow for drainage of
any condensation or accumulation of moisture.
12. Fasteners - All fasteners, screws, hardware, et( ., shall be of
stainless steel or aluminum, type 316 or 302.
13. Mounting Assemblies - The top shell of the fixture housing shall
provide for a full length interlocking adjustment for attachment to spec-
ially designed mounting brackets that shall have infinite adjuslnicnl
throughout the entire length of the assembly.
Hangers shall be bar stock with a 6" vertica] adjustment for leveling
after installation. Hangers and upper clamping assemblies shall be of
sufficient strength and bearing as to prevent rotation or deformation
under severe wind loading. The lower end of hangers shall provide for
controlled rotational movement of sign housings by means of bronze
sleeve bearings. The connection between hangers and mast arm clamps
shall present a minimum of 4 sq. inches common bearing surface.
14. Photocells - Electrical switching shall be by individual photocell
control. Photocells shall be mounted mid -point along the median line of
the top of sign housings, and shall be plug -in type.
15. Message - As indicated on the plans.
x) Photoelectric Controls
Photoelectric controls shall conform to the provisions in Section 86 -5.10,
"Photoelectric Controls, " of the Standard Specifications and these special
provisions.
The second paragraph in Section 86 -5. 1 OB(2), "Contactor ", of the
Standard Specifications is amended to read:
The contactor shall be either the mechanical armature type. or the
mercury displacement type. The contacts of the mechanical armature
type contactor shall be either fine silver, silver alloy, or superior
alternative material. The mercury contactor shall have a minimum
rating of 70 amperes.
f
• SP 34 of 36
Photoelectric controls shall be Type IV.
y) Ballasts
Ballasts shall conform to the provisions in S"cLion 86 -5. 1 3, "Ballasts, "
of the Standard Specifications and these special provisions.
Integral ballasts shall be provided.
r) Emergency ReplacernenL Controllers
Pre -timed controller units, cabinets and auxiliary equipment shall
conform to the provisions in Section 86 -3, " Controllers, " of the Standard
Specifications and these special provisions.
At each location a pre -timed controller shall be provided in the cabinet
for emergency replacement operation. The pre -timed controller shall have
21 signal circuits with not less than 12 intervals.
The seventh paragraph in Section 86 -3. 01, "Controllers, " of the Standard
Specifications is amended to read:
The period of time between notification to the Contractor of
equipment noncompliance and return of the corrected equipment
to the test site and also the required retesting period shall not
be considered part of the 21 day testing period.
The dust cover specified in Section 86 -3. 08D, "Motor and Dial, " of
the Standard Specifications shall be rigid and self - supporting,
aa) Interconnect
The interconnect conduit, conductors and appurtenances shall he in-
stalled in accordance with the Standard Specifications, special provisions and
as shown on the plans. The cost of 'installing conduit, conductors and appur-
tenances between Old MacArthur Boulevard and Crown Drive North shal'1, be included
in the lump sum bid item for Location "A ". 'Ihe cost of installing conduit,
conductors and appurtenances between Crown Drive North and Marguerite Avenue
shall be included in the lump sum bid item for Location "C ".
6" for 7' long signs
1, = 13' -0" max. for Type XVI and Type XVII
b = 17' -6" max. for Type XVIII, Type XIX, Type XXIV and Type XXVI
Photocell 0' -3" Clearance
A
3/8" x 2" Hanger a
a
�i
`SJT Cable and
b Elbow Fitting
(Showing Drip
Loop)
e
V
A
ro
j
(aecondulet on backside
a
c SECTION A -A
SP 35 of 36
A,55 SW,6ZY Of" s/crr/ ca1Wo0VX1 Mrs
(For Future Str¢¢f Nom¢ Siyns )
ly ¢ a SP 36 of 36
6 CQ
4
N
a; 6
N
V1 '11
N U)
N H N N
v u , O v H � r�
W W W iM W W Z. W \ \\
O G b v .b o
m
Jo \
b xa
U C N N
y 6 ro o on
~
�
0 ~ �it V
W N ti
i N
o ro ) NZ
i
a � �
-1
Y
CaC W -`1
ro "'
a
0�a ..._ i
0 L _
u
�n 0 7K
eV,
N o
N � V
DD N
0 a c y
O \
..m A bi
HU6wa
SEC /.4L DET,�/
8 1D S-UMMARY
TITLE QA/ �4�YJ /- U� /LL5 �f, Y� /i'G4�TH✓!r Id �T%�'ddllTlTG`.�fVE.,
CONTRACT N0. 151
ENGINEER'S ESTIMATE
/J�rEOA/.orE "B" 0"of 77.755
• 4:
:y
LOCATIONYiY
TIME
DATE
8Y FK-4 .D DAB
7 "' 479758 °
SHCET. 2. or Z -
SWAN
Q
- I a
r -rte
,,,'
. ,,,
�����s�
�■������
_
a
ME=
ter
T-
=M
MOM
WM
MIM
MOM
�r���
PM[
MWE
rAT
Fly
/ .ir,er�
Mf
. , _ =—'s-20
WMMOM=M
MW
MMMMO=M
MW
,cPGT .040
l*
6; D76
7 "' 479758 °
SHCET. 2. or Z -
B ID SUMMARY
T ITLE �4N [/D/1Q!i�if/�GL6 �O -c4�ryo� ro �/142�UirC� �dE
CONTRACT NO, 151 9
ENG INFER S EST IMATE
4,dre,,4pv/1>'B "ew OP44771 7.,50 °o
ol
LOCATICI
TIME �!• - --
DATE - : UIV
BY - -CHKD DATE
/
i
FAWA
SKEET
r -rte
,J, �r.���r�����r•�����
on
II��1
�
orl��'.iy'�
/ %a.�a�®
y`''am—
y�yy•'•�r��y�
wZ'
— � / -
®®
— // �•
��—
�--
11111111111111.—
i F.57m
W,--
-
-
-
-_�
Im
ION
UJIM
EmMl
i
SKEET
McGREW CONSTRUCTION CO.. INC.
REPORT UPON
FINANCIAL POSITION
FOR THE SIX MONTHS ENDED
APRIL 30, 1974
-- 0 --
ERICSON, KAESTNER & COMPANY
CERTIFIED PUBLIC ACCOUNTANTS
GARY H. RAESTNER, C.P. A.
ARTHUR H. ERICSON, C.P.A.
MARTIN M. COHEN, C.P.A,
JAMES L. STRINGER, C.P.A.
ERICSON, KAESTNER & COMPANY
CERTIFIED PUBLIC ACCOUNTANTS
1212 NORTH BROADWAY - SUITE 123
SANTA ANA,CALIFORNIA 92701
June 19, 1974
McGrew Construction Co., Inc.
1502 Poinsettia
Santa Ana, California
Dear Sir:
AREA CODE 714
TELEPHONE SS8-1661
We have attached hereto the following financial state-
ments of McGrew Construction Co., Inc.:
Balance Sheet, April 30, 1974 (Exhibit A)
Statement of Income and Retained Earnings
for the Six Months Ended April 30, 1974
(Exhibit B)
Statement of Source and Application of Funds
For the Six Months Ended April 30, 1974
(Exhibit C)
Schedule of Accounts Receivable (Schedule 1)
Schedule of Accounts Payable (Schedule 2)
Schedule of Selling and General and Administrative
Expenses (Schedule 3)
The accompanying balance sheet of McGrew Construction
Co., Inc, as of April 30, 1974 and the related statements
of income, retained earnings and source and application of
funds for the six months then ended were not audited by us.
Accordingly, we do not express an opinion on them.
The accompanying financial statements report the company's
income through estimates on the percentage -of- completion basis.
Only contracts which are in excess of 20 percent are included.
Yours truly,,
ERICSON, KAtSTNER & COMPANY
MCGREP7 COD ?STRUCTION COQ INC.
BALANCE SHEET, APRIL 30, 1974
(unaudited)
-- ASSETS --
CURRENT ASSETS:
Cash on hand and in bank ............................
$ 39,409
Accounts receivable:
Due on contracts (excluding retention)
$448,312
Contract retentions ....................
138,863
Total (Schedule 1) ..................
$587,175
Less, provision for doubtful accounts ..
12,236
Total accounts receivable (net) ...............
574,939
Costs and estimated earnings in
excess of billings on uncom-
pleted contracts (Note 1) ...... .................
53,036
Prepaid expenses:
Insurance ..............................
$ 14,641
Taxes and licenses .....................
1,850
Total prepaid expenses ........:...............
16,491
Deposits, etc . ....... ...............................
1,024
Total current assets ..........................
$684,899
PROPERTY - at cost (substantially all of
the company's operating equipment, automobiles
and trucks are subject to contracts payable
aggregating $63,381):
Operating equipment .... .................. $124,577
Automobiles and trucks ................... 90,442
Radio equipment 13,875
Office furniture and equipment ............ 12,037
Total . ............................... $240,931
Less, accumulated depreciation ............. 77,865
Total property (net) ........................... 163,066
OTHER ASSETS:
Organization expenses (net of
amortization) ...... ............................... 219
Total ............ ............................... $848,184
The accompanying letter and notes to the financial
statements are an integral. part o£sthis statement.
-- LIABILITIES --
CURRENT LIABILITIES:
Accounts payable:
Contract costs (Schedule 2) .........................
Operating costs ......... ...........................
Total accounts payable ...........................
Notes and contracts payable:
Insurance.contract ........................ $ 10,152
Stockholders 5,787
Total note and contract payable ..................
Long -term debt (portion due within one year) ...........
Taxes payable and accrued:
Federal income taxes ...................... $ 3,800
California franchise taxes ................ 1,000
Payroll taxes ............................. 1,620
Total taxes payable and accrued ..................
Accrued expenses:
Salaries and wages ........................ $ 9,513
Union health and welfare .................. 6,132
Other (insurance, interest, etc.) ......... 7,525
' Total accrued expenses ...........................
Billings in excess of costs and estimated
earnings on uncompleted contracts (Note 1) ..........
Employees' payroll deductions ..........................
Total current liabilities ........................
DEFERRED CALIFORNIA AND FEDERAL INCOME TAXES (Note 2) .....
LONG -TERM DEBT:
Contracts (due year ending April 30, 1975,
$36,470; 1976, $21,332; 1977, $5,579) ..... $ 63,381
Stockholder's loan (Note 3) .................. 61,133
Total ... ............................... $124,514
Less, portion due within one year ............ 47,697
Total long -term debt .......
CAPITAL STOCK AND RETAINED EARNINGS:
Capital stock - authorized 75,000 shares
of $1 each; issued 10,000 shares .......... $ 10,000
Retained earnings (Exhibit B) ................ 103,358
Total capital stock and
retained earnings .............................
Total ............ ...............................
EXHIBIT A
$502,319
7,214
$509,533
15,939
47,697
6,420
23,170
11,417
2, 243
$616,419
41,590
76,817
113,358
$848.184
The accompanying letter and notes to the financial
statements are an integral part of this statement.
McGREW CONSTRUCTION CO.. INC.
NOTES TO FINANCIAL STATEMENTS
APRIL 30, 1974
NOTE 1: Information with respect to contracts in process may be
shown as follows:
Costs on uncompleted contracts:
Direct costs ............................. $459,264
Indirect costs 16,100
Total costs ........................... $475,364
Estimated earnings thereon ............... 84,447
Total .. ............................... $559,811
Less, billings applicable
thereto ....... ........................ 518,192
Costs and estimated earnings
in excess of billings on
uncompleted contracts ................. $ 41,619
The above $41,619 is reflected on Exhibit A
as follows:
Costs and estimated earnings
in excess of billings on
uncompleted contracts .................... $ 53,036
Billings in excess of costs and
estimated earnings on
uncompleted contracts ................... 11,417
Costs and estimated earnings
in excess of billings on
uncompleted contracts ................... $_41,619
NOTE 2: For California and Federal income tax purposes, the Company
reports its income on the completed contract basis. The
deferred income taxes reflected in Exhibit A in the
amount of $41,590 represents the taxes on the increased
income arising from the use of the percentage -of-
completion method. Such income will be reported and
the taxes paid as the contracts are completed.
NOTE 3: The Stockholder's loan consists of two notes; one of $5,000
the other in the amount of $56,133. The latter is due in
annual installments of $11,227 plus interest at 5 %.
EXHIBIT B
McC >RE,9 CONSTRUCTION CO.. INC.
STATEMENT OF INCOME AND RETAINED EARNINGS
FOR THE SIX MONTHS ENDED APRIL 30, 1974
(unaudited)
CONTRACT INCOME .............. ............................... $1,708,902
DIRECT CONTRACT COSTS:
Labor and related costs:
Supervision .. ............................... $ 49,860
Direct labor . ............................... 115,799
Union health and welfare .................... 42,436
Payroll taxes ............................... 11,033
Workmen's compensation ...................... 12,134
Subcontracts .... ............................... 609,988
Material ........ ............................... 572,089
Equipment rental ............................... 97,350
Other.......................................... 3,566
Total direct contract costs ........................ 1,514,255
Remainder ........... ............................... $ 194,647
INDIRECT CONTRACT COSTS:
Salaries and wages ............................
$ 15,226
Equipment maintenance .........................
16,393
Depreciation . ...............................
18,473
Gas, oil and diesel fuel ......................
15,497
Other (shop supplies, insurance, etc.) ........
18,945
Total .... ...............................
$ 84,534
Costs allocated to work in process
November 1, 1973 ...........................
17,713
Total .... ...............................
$102,247
Costs allocated to work in process
April 30, 1974 (Note 1) ....................
16,100
Total indirect costs ...............................
86,147
GROSS PROFIT ON CONTRACTS .... ...............................
$
108,500
SELLING AND GENERAL AND ADMINISTRATIVE
EXPENSES (Schedule 3) ..... ...............................
67,316
OPERATING PROFIT ............. ...............................
$
41,184
OTHER EXPENSES:
Bad debts, interest expense, etc . ........................
61265
NET INCOME BEFORE PROVISION FOR INCOME TAXES ................
$
34,919
PROVISION FOR INCOME TAXES:
Federal income taxes .......................... $ 10,000
California franchise taxes .................... 3,200
Total provision for income taxes ................... 13,200
NET INCOME FOR THE PERIOD .... ............................... $ 21,719
RETAINED EARNINGS, NOVEMBER 1, 1973 ......................... 81,639
RETAINED EARNINGS, APRIL 30, 1974 (Exhibit A) ............... $ 103,358
EARNINGS PER SHARE .......... ...........:................... $ 2.17
The accompanying letter and notes to the financial
statements are an integral part of this statement.
49
McGRL ^i CONSTRUCTION CO.. INC. EXHIBIT C
STATEMENT OF SOURCE AND APPLICATION OF FUNDS
FOR THE SIX MONTHS ENDED APRIL 30, 1974
(unaudited)
SOURCE OF FUNDS:
From operations:
Net income for the period
Non -cash charges:
De reciat
(Exhibit B) .................... $21,719
pion ........... ...............................
Amortization ........... ...............................
Total from operations . ...............................
Increase in deferred Federal and California income
taxes ....................................................
Increase in long -term debt ... ...............................
Total source of funds .. ...............................
APPLICATION OF FUNDS:
Acquisition of property:
Automobiles and trucks ......................... $28,840
Operating equipment ............................. 21,187
Office furniture and equipment, etc . ............ 1,562
Total acquisition of property
and application of funds ...........................
INCREASE IN WORKING CAPITAL ... ...............................
The accompanying letter and notes to the financial
statements are an integral part of this statement.
21,394
tin
$43,173
4,800
10,702
$58,675
51,589
$. 2� 086
MCGR71 CONSTRUCTION CO.. INC SCHEDULE 1
ACCOUNTS RECEIVABLE, APRIL 30, 1974
(unaudited)
-- DESCRIPTION -- JOB NO. CURRENT RETENTION TOTAL
J. W. Klug Development Co. ........
34
260
Bob Douglas .......................
36
1,174
Standard Pacific ..................
38
284
J. W. Klug Development Co. .....—
39
912
Brattain Const. Co . ...............
40
3,407
J. H. Snyder ......................
53
108
Donald L. Bren ....................
54
36
Prelude Development Co. ...........
56
628
La Cuesta Verde ...................
59
1,494
Ponderosa Homes ...................
64
631
Standard Pacific .................
65
951
976
Griffin Development Co. ...........
66
45
38
McCarthy Co . ......................
68
(3,014)
C. W. Poss ........................
69 -a
342
Sheridan Bishop ...................
69 -b
79
Levitt & Sons .....................
*71
1,881
Donald L. Bren ....................
72
(134)
Donald L. Bren ....................
74
(200)
Donald L. Bren ....................
75
(87)
L. J. Davis Co . ...................
75 -a
441
Donald L. Bren ....................
76
18
The Wittenberg Corp ................
77
2
Robert S. Grant Corp . ..............
78
428
2,994
Delta Contractors .................
79
(186)
S & S Const . ......................
80
1,081
3,000
W. I. R. Developers ...............
81
295
14
Delta Contractors .................
83
102
Pacesetter Homes ..................
84
(966)
Gary Herman .......................
85
500
Pacesetter Homes ..................
88
861
Donald L. Bren ....................
*91
8,626
Robert H. Grant Co . ...............
92
58
1,090
Robert H. Grant Co . ...............
93
1,055
335
J
McGREW CONSTRUCTION_C_O.. INC.
-2-
ACCOUNTS RECEIVABLE, APRIL 30, 1974
(unaudited)
-- DESCRIPTION -- JOB NO. CURRENT RETENTION TOTAL
Robert H. Grant Co . ...............
94
2,339
2,466
Ponderosa Homes ...................
96
561 _
214
'
Pacesetter Homes ..................
97
(441)
Donald L. Bren ....................
98
14,056
11,720
All Coast Trading .................
99
205
Pacesetter Homes ..................
100
1,270
4,528
L. J. Davis Co . ...................
100
72
Brattain Const . ...................
101
20,204
3,454
Sofias Const. Co . .................
102
50
P. B. S. Corp . ....................
103
1,973
2,192
Griffin Co . ......................
108
4,370
309
Baxter - Griffin ....................
109
1,500
Donald L. Bren ....................
110
918
J & S Sign Co . ....................
113
156
L. J. Davis Co . ....................
114
(730)
City of Anaheim ...................
114
26,638
J. H. Snyder ......................
*116
8,627
2,337
Donald L. Bren ....................
117
4,045
3,072
Levitt West, Inc . .................
*119
6,883
239
Pacesetter Homes ..................
120
(1,126)
Griffin Development ...............
212
209
1,305
Griffin Development ...............
122
31,116
2,736
City of Fullerton .................
123
14,227
Dennis Smith ......................
*125
701
733
Broadmoor Homes ...................
*126
4,424
1,011
Broadmoor Homes ...................
*127
13,336
1,620
City of Tustin ....................
129
4,057
City of Seal Beach ................
130
4,735
Jezowski & Markel .................
130
417
Irvine Ind. Complex ...............
131
59,047
6,296
Irvine Ind. Complex ...............
132
64,116
6,981
So. Calif. Grading ................
132
369
iStone
Construction ................
133
16,822
Income Property Services ..........
*134
537
,r
City of Orange ....................
*135
74,268
8,252
10
-3-
NICGR�,�7 COP:STRUCTION CO.
INC.
ACCOUNTS RECEIVABLE, APRIL
30, 1974
(unaudited)
-- DESCRIPTION -- JOB NO.
CURRENT
RETENTION
TOTAL
Raja Engr . ........................ 136
16,847
862
17,709
Calif. Sierra Properties .......... 136
350
350
Irvine Company .................... *137
74,862
8,318
83,180
Presley of So. Calif . ............. *138
8,402
563
8,965
Rental .. ...............................
7,996
7,996
Totals ............
Completed contracts ....................
*Uncompleted contracts ..................
Totals ............
r
$448,312 $138,863 $587,175
$254,391 $107,164 $361,555
193,921 31,699 225,620
$448,312 $138,863 $587,175
The accompanying letter and notes to the financial
statements are an integral part of this statement.
0
W
SCHEDULE 2
McG1_ 60NSTRUCTION CO.. I2C
ACCOUNTS PAYABLE, APRIL 30, 1974
(unaudited)
-- DESCRIPTION-- CURRENT RETENTION TOTAL
A & B Blade Rental ........................
306
Baxter - Griffin ............................
250
Busby Concrete ............................
17,711
Concrete Breaking Saw .....................
216
Calair Gunite .............................
Card Construction .........................
2,727
Conrock.... ...............................
78,105
L. J. Davis ...............................
112,762
D & L Construction ........................
1,140
Harold S. Edmondson .......................
(6,740)
Eldridge Equipment Rental .................
216
Fowler Equipment ..........................
285
Golden State Irrigation ...................
8,575
Grissom & Johnson .........................
455
Griffith Co . ..............................
18,025
Hamilton Rentals ..........................
752
Harrington Plastics .......................
266
Lloyd A. Henry ............................
1,829
Industrial Asphalt ........................
80,485
Jezowski & Markel- .........................
2,668
J & S Company .............................
(1,799)
Howard Johnson Construction ...............
426
K.D. Johnson Trucking .....................
3,968
Knipper's Rental Center ...................
1,018
DonL. Kruger .............................
1,407
Masonary Construction .....................
945
Industrial Weed Control ..................
823
Newman Backhoe ............................
588
Orange County Striping ....................
470
Owl Rock Cc . ..............................
2,688
Pat's Backhoe .............................
4,602
R. T. Patrick, Jr . ........................
1,235
Palmer McAnnis ............................
708
Ponderosa Homes ........................... ...
222
.
5,340
263
5,025
14,762
16,600
5
ilcGREW CONSTRUCTION CO.. INC_
-2-
ACCOUNTS PAYABLE, APRIL 30, 1974
(unaudited)
-- DESCRIPTION -- CURRENT RETENTION TOTAL
Pyramid Fence ..............................
Quinlan Insurance ..........................
Riley Soil Treat ...........................
Rodriguez Const. Co . .......................
Signal -Flash ...............................
Santa Ana Valley Construction ..............
Sheridan - Bishop Co . ........................
Seal Black .. ...............................
Lee Shellman ...............................
J. H. Snyder ...............................
Stephenson Equipment Rental ................
Steiny Co:... .. .............................
Sully- Miller ...............................
Republic Insurance .........................
Dennis Smith ...............................
Intermountain ..............................
Miscellaneous .............................
1,368
1,368
2,261
2,261
1,437
1,437
265 265
436
436
316
316
10,311
10,311
5,811
5,811
1,584
1,584
278
278
56,595
56,595
3,869
3,869
32,036
32,036
581
581
920.
2,094 3,014
1,960
1,960
669
199 868
Totals ...................$457,766 $_44.553 $502`19
The accompanying letter and notes to the financial
statements are an integral part of this statement.
t
McGREW CONSTRUCTION
SCHEDULE OF SELLING AND GENERAL AND
ADMINISTRATIVE EXPENSES
FOR THE SIX MONTHS ENDED APRIL 30, 1974
(unaudited)
SCHEDULE 3
Salaries and wages:
Officers ...................... ............................... $44,280
Less, amount charged to contract costs ....................... 14,760
Remainder ............... ...............................
Office........................ ...............................
Total salaries and wages ...............................
Depreciation ..................... ...............................
Legal and accounting ............. ...............................
Automobile expense ............... ...............................
Office expense and postage .......................
Employee benefits (group insurance, etc.) .......................
Rent............................. ...............................
Telephone ........................ ...............................
Taxes and licenses ............... ...............................
Dues and subscriptions ........... ...............................
Travel and entertainment ......... ...............................
Advertising...................... ...............................
Utilities........................ ...............................
Other ............................ ...............................
$29,520
13,308
$42,828
2,921
1,694
1,015
3,581
1,997
1,500
2,175
1,801
1,524
2,735
1,323
1,293
929
Total (Exhibit B) ....... ............................... $, 67.316
I
The accompanying letter and notes to the financial
statements are an integral part of this statement.
A
Nl,�_r�II�.�ONSTRUCTTON_ CQ.�_zN�
REPORT UPON
FINANCIAL POSITION
FOR THE YEAR ENDED
OCTOBER 31, 1973
-- 0 --
ERICSON, KAESTNER, MAC NEIL & COMPANY
CERTIFIED PUBLIC ACCOUNTANTS
1212 NORTH BROADWAY • SUITE 123
SANTA ANA, CALIFORNIA 92701
ERICSON, KAESTNER, MAC NEIL & COMPANY
CERTIFIED PUBLIC ACCOUNTANTS
1212 NORTH BROADWAY SUITE 123
SANTA ANA, CALIFORNIA 92701
TELEPHONE (7143 558-1661
January 7, 1974
McGrew Construction Co., Inc.
1502 Poinsettia
Santa Ana, California
Dear Sir:
We have attached hereto the following financial statements
of .McGrew Construction Co., Inc.:
Balance Sheet, October 31, 1973 (Exhibit A)
Statement of Income and Retained Earnings
for the year ended October 31, 1973
(Exhibit B)
Statement of Source and Application of Funds
(Exhibit C)
Schedule of Accounts Receivable (Schedule 1)
Schedule of Accounts Payable (Schedule 2)
Schedule of Selling and General and Adminis-
trative Expenses (Schedule 3)
The accompanying balance sheet of McGrew Construction Co., Inc.
as of October 31, 1973 and the related statements of income,
.retained earnings and source and application of funds for
the year 'the'n ended were not audited by us. Accordingly, we
do not express an opinion on them.
The accompanying financial statements report the company's
income through estimates on the percentage -of- completion
basis. Only contracts which are in excess of 25 percent
completed are included.
The above financial statements are in agreement with the
books and records of McGrew Construction Co., Inc. and the
requirements of Rule 58 of the California State Board of
Accountancy have been met.
Yours truly, �+ /
1L. /J�J�9J�.
A /��' a `jn'
d � V
ERICSON, KAESTNER, MAC NEIL & COMPANY
:l
I
BALANCE SHEET, OCTOBER 31, 1973
(unaudited)
-- ASSETS --
CURRENT ASSETS:
Cash on hand and in bank ............................ $ 23,037
Accounts receivable:
Due on contracts (excluding retention).. $ 511,292
Contract retentions .................... 100,491
Total (Schedule 1) .................. $ 611,783
Less, provision for doubtful accounts .. 12,235
Total accounts receivable (net) ............... 599,548
Costs and estimated earnings
in excess of billings on
uncompleted contracts (Note 1) ................... 17,477
Prepaid expenses:
Insurance $ 5,067
T axes... ............................... 2.153
Total prepaid expenses ......................... 7,220
Deposits, etc . ........ ............................... 1,292
Total current assets .......................... $648,574
PROPERTY - at cost (substantially all of
the Company's property is subject to
contracts payable aggregating $43,.939):
Operating equipment ........................ $ 103,390
Automobiles and -trucks ..................... 61,602
Radio equipment 13,014
office furniture and equipment ............. 11..336
Total . ............................... $ 189,342
Less, accumulated depreciation ............. 56.471
Total property (net) ........................... $132,871
OTHER ASSETS:
Organization expenses (net of
amortization) ...... ............................... 278
Total .......... ............................... S_7_$1.723
The accompanying letter and notes to the financial
statements are an integral part of this statement.
OK
EXHIBIT A
LIABILITIES --
CURRENT LIABILITIES:
Accounts payable:
Contract costs (Schedule 2) $456,433
Operating costs ......... ............................... 7,662
Total accounts payable .............................. $464,095
The accompanying letter and notes to the financial
statements are an integral part of this statement.
Notes and contracts payable:
Bank ........... ...............................
$ 30,000
Insurance contract ............................
1,180
Total note and contract payable .....................
31,180
Long -term debt (portion due within one year) ..............
38,957 .
Taxes payable and accrued:
Federal income taxes ..........................
$ 4,340
California franchise taxes ....................
2,471
Payroll taxes .. ...............................
909
Total taxes payable and accrued .....................
7,720
Accrued expenses:
Salaries and wages ............................
$ 11,802
Employees' profit sharing .....................
9,710
Union health and welfare ......................
9,442
Other (insurance, interest, etc.) .............
5,857
Total accrued expenses ..............................
36,811
Billings in excess of costs and estimated
earnings on uncompleted contracts (Note 1) ......:......
4,045
Employees' payroll deductions .............................
4,371
Total current liabilities ...........................
$587,179
DEFERRED CALIFORNIA AND FEDERAL INCOME TAXES
(Note 2) ................... ...............................
36,790
LONG -TERM DEBT:
Contracts (due year ending October 31, 1974,
$27,730; 1975, $14,426; 1976, $1,783 ..........
$ 43,939
Stockholder's loan (Note 3) ......................
61,133
Total ....... ...............................
$105,072
Less, portion due within one year ................
38,957
Total long -term debt . ...............................
66,115
CAPITAL STOCIZ AND RETAINED EARNINGS:
Capital stock - authorized 75,000 shares
of $1 each; issued 10,000 shares ..............
$ 10,000
Retained earnings (Exhibit B) ....................
81,639
1
Total capital stock and
retained earnings . ...............................
91,639
Total ................ ...............................
$781,723
The accompanying letter and notes to the financial
statements are an integral part of this statement.
UcS.�ON�mRUCT3Oyti�C�_
NOTES TO FINANCIAL STATEMENTS
OCTOBER 31, 1973
NOTE 1: Information with respect to contracts in process may be
shown as follows:
Costs on uncompleted contracts:
Direct costs .........................
$421,762
Indirect costs .......................
17,713
Total costs ........................
$439,475
Estimated earnings thereon .............
75,184
Total ..............................
$514,659
Less, billings applicable
thereto ............................
501,227
Costs and estimated earnings
in excess of billings on
uncompleted contracts ..............
$ 13,432
The above $13,432 is reflected on Exhibit A
as follows:
Costs and estimated earnings
in excess of billings on
uncompleted contracts .............. $ 17,477
Billings in excess of costs and
estimated earnings on
uncompleted contracts .............. 4,045
Costs and estimated earnings
in excess of billings on
uncompleted contracts .............. 13 _432
P $
NOTE 2: For California and Federal income tax purposes, the Company
reports its income on the completed contract basis. The
deferred income taxes reflected in Exhibit A in the
amount of $36,790 represents the taxes on the increased
income arising from the use of the percentage -of-
completion method. Such income will be reported and
the taxes paid as the contracts are completed.
NOTE 3: The Stockholder's loan consists of two notes; one of $5,000
the other in the amount of $56,133. The latter is due in
annual installments of $11,227 plus interest at 5 %.
0
EXHIBIP B
T+1C_R, ^7_nL STpUCTTON4_,_... _1V_C_
STATF24ENT OF INCOME AND RETAINED EARNINGS
FOR THE YEAR ENDED OCTOBER 31, 1973
(unaudited)
CONTRACT INCOME ............. ............................... $3,217,738
DIRECT CONTRACT COSTS:
Labor and related costs:
Supervision ............................ S 103,201
Direct labor ........................... 234,003
Union health and welfare ............... 81,103
Payroll taxes .......................... 27,119
Workmen's compensation ................. 17,808
Subcontracts .............................. 1,209,991
Material ... ............................... 912,522
Equipment rental .......................... 238,250
Other ...... ............................... 10,925
Total direct contract costs ...................... 2,834,922
Remainder ......... ............................... $ 382,816
INDIRECT CONTRACT COSTS:
Salaries and wages ........................ $ 30,553
Equipment maintenance ..................... 47,914
Depreciation .............................. 27,501
Gas, oil and diesel fuel .................. 21,231
Other (shop supplies, insurance, etc.) .... 33,607
Total ............................... $ 160,806
Costs allocated to work in process
November 1, 1972 ....................... 2,436
Total ............................... $ 163,242
Costs allocated to work in process
October 31, 1973 (Note 1) .............. 17,713
Total indirect costs ............................. 145,529
GROSS PROFIT ON CONTRACTS .. ............................... $ 237,287
SELLING AND GENERAL AND ADMINISTRATIVE
EXPENSES (Schedule 3) ... ............................... 132,754
OPERATING PROFIT ........... ............................... $ 104,533
OTHER EXPENSES:
Bad debts, interest expense, etc . ...................... 11,045
NET INCOME BEFORE PROVISION FOR INCOME TAXES .............. $ 93,488
PROVISION FOR INCOME TAXES:
Federal income taxes ...................... $ 32,008
California franchise taxes 7,588
NET INCO1
RETAINED
RETAINED
EARNINGS
Total pro
AE FOR THE
EARNINGS,
EARNINGS,
PER SHARE
vision for income taxes ................. 39,596
YEAR .... ............................... $ 53,892
NOVEMBER 1, 1972 ....................... 27,747
OCTOBER 31, 1973 (Exhibit A) ........... $ 81,639
......... ............................... $_ 5 -32
The accompanying letter and notes to the financial
statements are an integral part of this statement.
0
0
EXHIBIT C
TZcG�3IIaSO�S�Bi.L�'P�4��, =Ir7c z
STATEMENT OF SOURCE. AND APPLICATION OF FUNDS
FOR THE YEAR ENDED OCTOBER 31, 1973
(unaudited)
SOURCE OF P'tJNDS:
From operations:
Net income for the year (Exhibit B) ................ $ 53,892
Non -cash charges:
Depreciation ..... ............................... 32,463
Amortization ..... ............................... 119
Total from operations ........................ $ 86,474
Deferred federal and California income taxes .......... 31,567
Increase in long -term debt ............................ 220
Total source of funds ........................ $ 118,261
APPLICATION OF FUNDS:
Acquisition of property:
Automobiles and trucks $ 17,582
Operating equipment .................... 39,428
Office furniture and equipment ........, l,072
Total acquisition of property
and application of funds .................. $ 58,082
INCREASE IN WORKING CAPITAL ..............................
The accompanying letter and notes to the financial
statements are an integral part of this statement.
L)
`]
0
SCHEDULE 1
LcG3�yL�ONSSR3'__ TSpx C2_,�_IS
ACCOUNTS RECEIVABLE, OCTOBER 31, 1973
(unaudited)
- - - -__ -_- --- _-- - - - - -= -JOB --- _- __ - - - -- -- _ - - -_-
-- DESCRIPTION -- NUMBER CURRENT RETENTION TOTAL
J. W. Klug ...................... 34
Bob Douglas ..................... 36
J. W. Klug ...................... 39
Brattain ....................... 40
J. H. Snyder Cc . ................ 53
Donald L. Bren Cc . .............. 54
Prelude Development ............. 56
La Cuesta Verde ................. 59
Bauer Development Co. ........... 62
Ponderosa Homes ................. 64
Standard Pacific ................ 65
Griffin Development Cc. ......... 66
Leadership Housing .............. 67
McCarthy Co . .................... 68
Sheridan Bishop ................. 69 -B
Levitt & Sons ................... *71
Donald L. Bren .................. 72
Donald L. Bren .................. 73
Donald L. Bren .................. 74
Donald L. Bren .................. 75
L. J. Davis ..................... 75 -A
Donald L. Bren .................. 76
The Wittenburg Corp . ............ 77
Robert S. Grant Co . ............. 78
Delta Contractors ............... 79
S& S ........................... 80
W.I.R. Developers ............... 81
Delta Contractors ............... 83
Pacesetter Homes ................ 84
Gary Herman ..................... 85
Griffin Development ............. 86
Griffin Development ............. 87
Pacesetter- Homes ................ 88
$ 2,156
$ - --
$ 2,156
912
- --
912
3,408
- --
3,408
108
- --
108
36
- --
36
629
- --
629
1,848
- --
1,848
- --
1,050
1,050
586
3,324
3,910
15,272
- --
15,272
1,401
1,839
3,240
- --
491
491
5,670
4,380
10,050
79
- --
79
9,075
466
9,541
9,888
3,024
12,912
- --
2,580
2,580
1,693
1,693
7,742
2,810
10,552
441
- --
441
12,521
3,775
16,296
154
- --
154
7,727
3,136
10,863
3,499
- --
3,499
5,869
2,949
8,818
295
14
309
26,196
1,261
27,457
14,187
3,956
18,143
2,760
- --
2,760
1,100
1,401
2,501
- --
1,938
1,938
4,517
2,090
6,607
Balance forward $138,076 $ 42,177 $1.80,253
SCHEDULE I
ACCOUNTS RECEIVABLE, OCTOBER 31, 1973
(unaudited)
JOB
-- DESCRIPTION -- NUMBER CURRENT RETENTION TOTAL
Total (Exhibit A) .........
*Uncompleted contracts: .........
Completed contracts ;............
Other..........................
Total.....................
$511 $1Y00.491 $G 1_] 7II3
$155,205 $ 32,931 $188,136
345,600 67,5'60 413,160
10,4 °7 - -- 10,487
$ J.1.. 222_ $ Z1 U -U 3
The accompanying letter and notes to the financial
statements are an integral part of this statement.
Balance brought forward
$138,076
$ 42,177
$180,253
Donald L. Bren ..................
*91
25,253
5,534
30,787
Robert H. Grant .................
92
16,757
1,090
17,847
Robert H. Grant .................
93
3,101
639
3,740
Robert H. Grant .................
94
13,273
2,383
15,656
Robert H. Grant .................
95
- --
274
274
Standard Pacific ................
38
1,553
- --
1,553
Ponderosa Homes .................
96
52,833
4,170
57,003
Pacesetter Horaes .................
97
39,539
3,969
43,508
Donald L. Bren ..................
*98
40,464
16,699
57,163
All Coast Trading ...............
99
2,501
1,652
4,153
Pacesetter Homes ................
100
52,338
959
53,797
L. J. Davis Co . .................
100 -A
72
- --
72
Brattain ........................
*101
3,278
766
4,044
Sofia's Construction Co. ........
102
50
- --
50
City of Garden Grove ............
106
- --
8,377
8,877
•
Griffin Development .............
*103
17,148
1,353
18,501
Donald L. Bren ..................
110
19,256
1,836
21,092
City of Anaheim
111
14,271
- --
14,271
Coast Community College .........
*112
32,982
3,664
36,646
City of Villa Park ..............
*113
7,870
2,175
10,045
J'. & S. Sign Co . ................
113 -A
155
- --
155
Robert H. Grant Co . .............
*114
3,150
- --
3,150
Donald L. Bren Co . ..............
*117
15,985
2,274
18,259
W.I.R. Developers ..............
32
400
- --
400
Miscellaneous
10,487
10,487
Total (Exhibit A) .........
*Uncompleted contracts: .........
Completed contracts ;............
Other..........................
Total.....................
$511 $1Y00.491 $G 1_] 7II3
$155,205 $ 32,931 $188,136
345,600 67,5'60 413,160
10,4 °7 - -- 10,487
$ J.1.. 222_ $ Z1 U -U 3
The accompanying letter and notes to the financial
statements are an integral part of this statement.
McC13ELN�ONSTRTTC'TzON CO_ . INCA
ACCOUNTS PAYABLE, OCTOBER 31,
(unaudited)
1973
ocHPDU7 E 2
- ---- _.._,__...
-- DESCRIPTION --
CURRENT
RETENTION
TOTAL
A -1 Equipment Rentals ....................
$ 600
$ ___
$ 600
•
A & R Rentals ............................
1,820
-_-
1,820
A & B Blade Rental .......................
306
__-
306
Ameron Pipe Cc . ..........................
1,996
-_-
1,996
Sheridan Bishop ..........................
10,116
616
10,732
Baxter Griffin ...........................
4,666
- --
4,666
Busby Concrete ...........................
20,396
1,075
21,471
Bellows & Bellows ........................
164
- --
164
Card Construction Co., Inc . ..............
468
- --
468
Consolidated Rock ........................
5,790
___
5,790
Costa Mesa Water .........................
208
- --
208
Concrete Breaking Sawing .................
316
- --
316
Corona Rock ..............................
224
- --
224
Crooks Truck & Equipment Rental ..........
1,900
___
1,900
D & S Water Truck Rental .................
663
___
663
D & L Construction Cc . ...................
6,621
_ -_
6,621
L. J. Davis Cc . ..........................
60,206
16,521
76,727
' Harold S. Edmondson Cc . ..................
10,506
1,025
11,531
E1 Toro Materials Cc . ....................
424
___
424
Fowler Equipment .........................
285
_ --
285
Grissom & Johnson ........................
1,857
1,039
2,896
Griffith Co. Contractors .................
3,415
- --
3,415
Hamilton Rentals .........................
1,230
- --
1,230
C. Henry Trucking ........................
116
- --
116
Haley Trucking ...........................
708
- --
708
Industrial Asphalt .......................
72,445
- --
72,445
Industrial Weed Control ..................
237
- --
237
Inter Mountain Construction ..............
1,960
- --
1,960
J & S Cc . ............................ I...
1,463
173
1,636
Jezowski & Markel ........................
68,977
13,586
82,563
n- sippers Rentals .........................
2,672
- --
2,672
Landscaping Inc. (5 Star) ................
4,854
255
5,109
Livingston Graham, Inc . ..................
11,548
- --
11, 54B
R. 47. McClellan & Sons, Inc . .............
1,250
- --
1,250
Balance forward
$300,407
$ 34,290
$334,697
SCHEDULE 2
ACCOU14TS PAYABLE, OCTOBER 31, 1973
(unaudited)
-- DESCRIPTION CURRENT RETENTION TOTAL
Balance brought forward
$300,407
$ 34,290
$334,697
W. L. Marchand ..........................
3,859
- --
3,859
Martin Rentals ..........................
1,159
- --
1,159
Milo Equipment ..............
117
- --
117
Newman Backhoe Service ..................
1,379
- --
1,379
Owl Rock Products .......................
20,063
- --
20,063
Pats Backhoe ............................
4,665
- --
4,665
Plain- Lumber
255
- --
255
Ponderosa Homes .........................
222
- --
222
Riley Soiltreat .........................
4,066
- --
4,066
James Russell ...........................
2,141
- --
2,141
Rodriguez Construction ..................
6,993
1,109
8,102
Republic Insurance ......................
2,922
- --
2,922
Dennis Smith ............................
109
- --
109
Stephenson Equipment ....................
7,817
3,286
11,103
Seal Black ..............................
8,735
- --
8,735
sully Miller
44,722
- --
44,722
Signal. Flash ............................
200
- --
200
Superior Fence ..........................
152
- --
152
J. H. Snyder ............................
201
- --
201
Roger Van Oart ..........................
1,380
- --
1,380
Don L. Kruger ...........................
1,738
- --
11738
Miscellaneous . ..........................
4,446
- --
4,446
Total (Exhibit A) .................
417,748
38 685
456.433
0
The accompanying letter and notes to the financial
statements are an integral part of this statement.
SCHEDULE OF SELLING AND GENERAL AND
ADMINISTRATIVE EXPENSES
FOR THE YEAR ENDED OCTOBER 31, 1973
(unaudited)
SCHEDULE 3'
Salaries and wages:
Officers ............... ...............................
$
83,700
Less, amount charged to contract costs .................
27,900
Remainder ......... ...............................
$
55,800
Office .................. ...............................
20,341
Total salaries and wages .........................
$
76,141
Employees' profit sharing contribution ....................
9,710
Depreciation ............... ...............................
4,961
Legal and accounting ....... ...............................
3,735
Automobile expense ......... ...............................
2,451
Office expense and postage . ...............................
5,039
Employee benefits (group insurance, etc.) .................
3,987
Rent............................ ..........................
4,050
Telephone .................. ...............................
3,249
Taxes and licenses ......... ...............................
4,158
Dues and subscriptions ..... ...............................
3,091
Promotion .................. ...............................
6,768
Building maintenance ............ ..........................
1,086
Advertising ................ ...............................
2,662
Utilities .................. ...............................
718
Amortization ............... ...............................
17.9
Contributions .............. ...............................
183
Other...................... ...............................
646
4
Total (Exhibit B) . ...............................
$_)=3.7
=54;,
I.
The accompanying letter and notes to the financial
statements are an integral part of this statement.
JUN 24 W4 RESOLUTION NO. 829
By the CITY COUNCIL
CITY OF MA- &WftftT YGACFI RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT FOR
THE WIDENING OF A PORTION OF SAN JOAQUIN
HILLS ROAD, CONTRACT NO. 1519 (AHFP 713)
WHEREAS, pursuant to the notice inviting bids for
work in connection with the widening of San Joaquin Hills Road
from MacArthur Boulevard to 500 feet easterly of Marguerite
Avenue, in accordance with the plans and specifications hereto-
fore adopted, bids were received on the 11th day of June, 1974,
and publicly opened and declared; and
WHEREAS, it appears that the lowest responsible bidder
therefor is McGrew Construction Company, Inc.;
NOW, THEREFORE, BE IT RESOLVED by the City Council of
the City of Newport Beach that the bid of McGrew Construction
Company, Inc. for the work in the amount of $514,936.90 be accepted,
and that the contract for the described work be awarded to said
bidder;
BE IT FURTHER RESOLVED that the Mayor and City Clerk
are hereby authorized and directed to execute a contract in
accordance with the specifications, bid and this award on behalf
of the City of Newport Beach, and that the City Clerk be directed
to furnish an executed copy to the successful bidder.
ADOPTED this 24th day of
ATTEST:
City Clerk
Mayor
June , 1974.
DDO/bc
6/18/74