Loading...
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