Loading...
HomeMy WebLinkAboutC-2419 - Pavement Pressure Grouting Program, Bay Avenue & Bayside Drive�J September 25, 1984 Hunt Contracting Co. 1627 Chico Avenue So. E1 Monte, CA 91733 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 Subject: Surety: Travelers Indemnity Co. Bonds No.; a,. 404 F 064 -9. Project: Pa�� Pressure Grouting Program Contract No.: The City Council on August 13, 1984 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice has been recorded. The Notice was recorded by the Orange County Recorder on August 21, 1984, Reference No. 84- 349233. Please notify your surety company that the bonds may be released 35 days after this recording date. Sincerely, GJowclNaia � f Wanda E. Raggio City Clerk WER:lr cc: Public Works City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 Please Return To City Clerk City of Newport Beach 3300 Newport Blvd. Newport Beach, CA 92663 -3884 9 1X=:="= V' 84- 349233 EXEMPT C1 NOTICE OF COMPLETION PUBLIC WORKS RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY CALIFORNIA -9 2 AM AUG 21'84 RECORDER 1'o All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on August 13, 1984 the Public works project consisting of Pavement Pressure Grouting Program C -2419 on which HL was the cont was the sw.4 I, ing Co., 1627 Chico Ave., So. E1 Monte, CA 91733 I Travelers Indemnity Co., 550 California St San Francisco, CA mpleted. 94104 >" Cm I r'VC% ( %CNP �p iF Ow say: CITY OF NEWPOR BEACH tO- Public Works Director VERIFICATION I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on August 16, 1984 at Newport Beach, C�fornia. (;a, I Public Works Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on August 13, 1984 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on August 16, 1984 at Newport Beach, California. /�/ e August 17, 1984 0 Lee A. Branch O.C. Recorder P.O. Box 238 Santa Ana, CA 92702 Dear Mr. Branch: • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (7141640-2251 Enclosed for recordation are two Notices of Completion of Public Works projects consisting of: 1. San Miguel Park, Contract No. 2358 on which Mathis Construction & Environmental Landscape were the Contractors and Allied Fidelity Insurance was the Surety. 2. Pavement Pressure Grouting.Program, Contract No. 2419 can which Hunt Contracting Co. was the Contractor and Travelers Indemnity Co. was the Surety. Please record both of these Notices and return to us. Sincerely, q z� Wanda E. Andersen City Clerk WEA:Ir Enclosures (2) cc: Public Works City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 I Please+ Rai city To . CIUr k, City of l`„ew,- ;crt ?v,-,h 3303 Newcort Ed. Newport f3ezV CA -zt.' 313 NOTICE,. OF COMPLETION PUBLIC WORKS Io All Laborers and Material Men and to Every Other Person Interested. YOU WILL PLEASE TAKE NOTICE that on August 13, 1984 the Public Works project consisting of Pavement Pressure Grouting P on which Hunt Contracting Co., 1627 Chico Ave., So. E1 Monte, CA 91733 was the contractor, and Travelers Indemnity Co 550 California St ,San Francisco, CA was the surety, was completed. 94104 CITY OF NEWPORT BEACH ,A,3t- Public Works Director VERIFICATION I, the undersigned, say: I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on August 16, 1984 at Newport Beach, California. Public Works Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on August 13, 1984 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on August 16, 1984 at Newport Beach, California. City Clerk ( j BY THE CITY COUNCIL August 13, 1984 CITY OF NEWPORT REACH CITY COUNCIL7AGENDA ITEM NO. AUG 131934 T0: CITY COUNCIL APPROVE)) FROM: Public Works Department SUBJECT: ACCEPTANCE OF PAVEMENT PRESSURE GROUTING PROGRAM (C- 2419) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: The contract for the pavement pressure grouting has been completed to the satisfaction of the Public Works Department. The bid price was $29,030.20 Amount of unit price items constructed 54,144.41 Amount of change orders 34,442.35 Total contract cost $54,144.41 Funds were budgeted in the General Fund, Account No. 02- 3397 -274. Two change orders, as approved by the Council on June 25, 1984, were issued increasing the total amount of grout placed. Due to summer traffic and parking requirements, the work on Say Avenue was terminated on July 6, with about one -third of the area remaining. This will be completed this winter. The design engineering was performed by the Public Works Department. The contractor is Hunt Contracting Co, of South E1 Monte. The contract date of completion was June 12, 1984. The basic contract work was completed by that date. The extra work was completed on July 6, 1984. e� ?4 Benjamin B. Nolan Public Works Director GPD:jd 0 ) BY THE CITY COUNCIL June 25, 1984 CITY OF NEWPORT BEACH CITY COUNCIL AGENDA JUN 2 51984 ITEM NO._:E- - �-�7 APPROVED TO: CITY COUNCIL FROM: Public Works Department SUBJECT: PAVEMENT PRESSURE GROUTING PROGRAM (C -2419) RECOMMENDATION: Approve issuance of a change order to Hunt Contracting Company to complete additional pressure grouting under Contract 2419. DISCUSSION: On March 12, 1984, the Council awarded Contract 2419, for pressure grouting under Bayside Drive and Bay Avenue, to Hunt Contracting Company (see attached memo and location map). Contract work began along Bayside Drive on June 4. Inasmuch as unanticipated sizable voids were encountered under Bayside Drive, a great amount of grout - -in fact, 125% of the entire contract quantity - -has already been placed. This has required expenditure of the entire budgeted amount ($34,000 under Acct. No. 02- 3397 -274). In order to complete work along Bay Avenue, additional funds and a change order are necessary. Staff proposes to use Acct. No. 18- 3397 -013, Re- surface Bayside Drive between Fernleaf Avenue and Marguerite Avenue, as the source of funds for the change order. The Bayside Drive resurfacing funds ($37,000) are presently scheduled to be carried over to F.Y. 1984 -85 and com- bined with a F.Y. 1984 -85 appropriation of $82,000 for Bayside Drive street and drainage improvements; however, if the recommended change order is approved, only the balance of the $37,000 will be carried over. It is estimated that approximately $28,000 of the $37,000 appropriation will be needed to complete the work. Hunt Contracting Company has agreed to of work for the base contract unit price. That hundred weight of grout in- place, is favorable t the unit prices of the other bidders ($18 - $39 e J, k4 Benjamin B. Nolan Public Works Director �_D: jd t. perform the extra quantity unit price, $14.81 per o the City when compared to per hundred weight). Ll 0 March 12, 1984 CITY COUNCIL AGENDA ITEM NO. F-3(b) TO: CITY COUNCIL FROM: Public Works Department SUBJECT: PAVEMENT PRESSURE GROUTING PROGRAM (C -2419) RECOMMENDATION: Award Contract No. 2419 to Hunt Contracting for $29,030.20 and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 A.M. on March 1, 1984, the City Clerk opened and read the following bids for this project: Bidder Bid Amount Low Hunt Contracting $29,030.20 South E1 Monte, California 2. James E. Lenihan $30,560.00 Torrance, California 3. R. E. Lenihan International, $39,965.00 Huntington Beach, California 4. Kiewitt Pacific $63,319.00 Arcadia, California The low bid is 15% below the Engineer's estimate of $34,000. Hunt Contracting, the low bidder, has not performed previous contract work for the City. However, a check with their experience references and the State Contractors' License Board has indicated that Hunt Contracting (1) has successfully completed projects for other Southern California agencies, and (2) has sustained no actions detrimental to their contractor's licenses.' The project provides for the filling of voids under portions of the concrete roadway of Bay Avenue and Bayside Drive, as shown on the attached sketch. This process consists of pumping a cement fly ash slurry under the roadway until the voids have been filled and a stable foundation for the road- way has developed. The process will also include the raising of roadway slabs to eliminate differential settlement and provide a smooth roadway. R1 March 12, 1984 Subject: Pavement Pressure Grouting Program (C -2419) Page 2 The repairs should reduce the rate of cracking and settling of the roadway. In addition, the repairs may help to alleviate noises and vibrations felt by residents adjacent to the roadway. Funds are available in the current appropriation for Balboa Peninsula Pavement Subsealing, Account No. 02 -3397 -274. The plans and specifications were prepared by the Public Works Department. The contract requires completion of all work by June 12, 1984. a"x J, k�'4 Benjamin B. Nolan Public Works Director SJL:jd Att. ��__ yl 99Y Cz f•""♦• /• E �, i II \ �. �7�/� rt , testa 5 -•11i f,a' !-e % 7£�*� �~ I +p`� � �� t�� I , a• �..� �t �.. � ice: /�� � ✓r4 ��.t S�J/ ` Tom. _l '�?w a ., t�r4nt. '`I '� ✓ /SI 7 ��� «��'�(((((y''�(yJJ,,'JJ��I- ]����9���ti Ll I••� 1 1 \' .[ y V �P �•.'Vk~ , r(��I'lyt CY .yri..t� T t,f7L;_� -�° .. 3° , �`�� � �� ✓A� C'"��,, \ \ �.. � 17. � ®fi JJ.�IW � r,; 7r�r� '31 �L � .r�.r��r . 11 t� tom_. � 1 : 1 � Down r � • � � , ~I I`^�I ``fe a1� �, Ii/ 1 ����(`f �If.rr ^r' J ],�J rl'ly • •mot ~?a -+' � w 1 r f'. a" .. �,_.;�y a iT9pJO.7 i/! "J•ai7 y I�5 '. P `L vc F'� '. I •. .r• i?t tt {.q;' CITY OF NEWPORT BEACH 0 C :\ P,PG;</ELT LOCAT /OryS sLALE /^'s,�200' C -2419 CITY OF NEWPORT BEACH DRAWN DATE I-/7 -a4 PUBLIC WORKS DEPARTMENT APPROVED PAVEMENT PRESSURE -4 GROUTING PROGRAM DRAWING NO. EXHIBIT 'a' 0 CITY OF NEWPORT BEACH P.O. BOX 1768, NEWPORT BEACH, CA 92663 -3884 OFFICE OF THE CITY CLERK (714) 640 -2251 TO: FINANCE DIRECTOR FROM: CITY CLERK DATE: April 4, 1984 SUBJECT: Contract No. C -2419 Description of Contract Pavement Pressure Grouting Program Effective date of Contract April 4. 1984 Authorized by Minute Action, approved on March 12, 1984 Contract with Hunt Contracting Company Address 1627 Chico Avenue So. E1 Monte, CA 91733 Amount of Contract $29,030,20 Aww& Wanda E. Andersen City Clerk WEA:lr attach, 3300 Newport Boulevard, Newport Beach h N w x c �r h a .-r '•5 w n y 7 h 6 N 00 .n n 17 4 :E 8 a :7 m m rry -s •a C+ p £. Vli n+ d o �• ro (D Z ro�roma ofDaro�' T Q N C rr fD j w m ::r C) < K m O •O V � O � ro o ov +1. N M•� N aaamo n a c y cr rr 7 n s.s CL o 0 rowro -n Cr( v a w w CD N m n m •4 a x-+• n or°uro�j OCM0.W m°y.0,a +7ka O a Vi w n3E C J•O (4 -+d N "A o or =r `6nm -gym Q p -+• p a c* w x J.0 w o O n -+• Z cr cr -% a O mr 1 4 (QD J. N � Z C h • 9 1 sue. r CITY CLERK 0 NOTICE INVITING BIDS Sealed bids may be received at the off_i " f the City Clerk, 3300 Newport Boulevard, Newport Beac „ 92663 until 11:00 A.M. on the 1st day of March 1,0 . at which time suc'F�i bids shall be opened and reader 2419 Contract No. $34,000 Engineer's Estimate CYIFoaN/ Approved by the City Council this 13th day of February , 1984 ce, dk4� Wanda E. Andersen City Clerk Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663. For further information, call Stephen Lucy at 640 -2281. Project Engineer • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 0 PR 1.1 PAVEMENT PRESSURE GROUTING PROGRAM CONTRACT NO. 2419 1983 -84 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P. 0. Box 1768 Newport Beach, California 92663 -3884 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instruction to Bidders, has examined the Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 2419 in accordance with the Special Provisions, and will take in full payment therefor the follow- ing unit prices for the work, complete in place to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Traffic Control and Mobilization @ Eight Thousand Dollars and No Cents $8,000.00 $8,000.00 Lump Sum • PR 1.2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 2. 1420 One Hundred Weight (cwt) PCC pavement pressure grouting @ Fourteen Dollars and Ei ht-one Cents $14.81 $ 21.030.20 Per one hundred weight cwt TOTAL PRICE WRITTEN IN WORDS: TWENTY -NINE THOUSAND AND THIRTY Dollars and Twenty Cents Contractor s License No. & C ass fication Bidder's Telephone Co. 818- 444 -0547 (Bidder's S D. F. Gordinier, President Authorized Signature /Title Bidder's Address 1627 Chico Avenue, So. E1 Monte. CA 91733 0 . Page 2 INSTRUCTIONS TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL. form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the c6mparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis- crepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the con- tract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in- clusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. 367 30 C61 Contr's Lic. No. 6 Classification Date 2/29/R4 HUNT CONTRACTING COMPANY B idder S /D. F. Gordinier,President Authorized Signature /Title . . Page 3 DESIGNATION OF SUBCONTRACTORS) The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer.and as provided by State law. Item of Work Subcontractor Address 1. NQNF 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. SlD. F. Gordinier, President Authorized Signature Title • Original see City Clerk's Filoopy BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, Page 4 That we, HUNT CONTRACTING COMPANY , as bidder, and THE TRAVELERS INDEMNITY COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent of the total amount of the bid Dollars ($ 10% ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of Project PAVEMENT PRESSURE GROUTING PROGRAM Title of 1 in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 1st day of March , 1984. (Attach acknowledgement of Attorney -in -Fact) Martha J. Chase Notary Public Commission expires 4/9/85 HUNT CONTRACTING COMPANY Bidder S/ D. F. Gordinier, President Authorized Signature /Title THE TRAVELERS INDEMNITY COMPANY Surety By S/ E. S. Albrecht, Jr. Title Attorney -in -Fact • i NON- COLLUSION AFFIDAVIT Page 5 The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths,.say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever 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. HUNT CONTRACTING COMPANY Bidder S /D. F. Gordinier, President Authorized Signature /Title Subscribed and sworn to before me this 29th day of February 19 84 My commission expires; 9/20/85 S /Fay M. Johnson Notary Public 40or Original see City Clerk's F` Copy Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. On file with City Clerk. S /0. F. Gordinier, President Authorized Signature/Title FOR ORIGINAL SEE CITY CLERK'S FILE COPY Page • • 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 On file with City Clerk HUNT CONTRACTING COMPANY Bidder S /D. F. Gordinier, President uthorized Signature /Title 0 9 Page 8 N 0 T I C E The following are samples of contract documents which shall be completed and executed by the successful bidder after he receives a letter of award from the City of Newport Beach: PAYMENT BOND (pages 9 & 10) FAITHFUL PERFORMANCE BOND (pages 11 & 12) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13, 14, 15) CONTRACT (pages 16 & 17) Since the City of Newport Beach will not permit a substitute format for these contract documents, bidders are advised to review their content with bonding, insuring and legal agents prior to sub- mission of bid. BONDING COMPANIES shall be acceptable as sureties in accordance with the latest revision of Federal Register Circular 570. INSURANCE COMPANIES shall be assigned Policyholders' Rating B (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Ke Ratinq Guide: Property - Casualty. Coverages shall be provided for a TYPES OF INSURANCE checked on the CERTIFICATE OF INSURANCE. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction.(latest edi- tion adopted for use in the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. i Page 9 #'The Fremium charged for thb Bond is iuc!uded ia 6at Shown BOND NO. 404 F 0649 on the Per:ormance BonV PAYMENT BOND EXECUTED IN 4 COUNTERPARTS KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted March 12. 1984 has awarded to HUNT CONTRACTING CO. hereinafter designated as the "Principal ", a contract for PAVEMENT PRESSURE GROUTING PROGRAM - CONTRACT NO. 2419 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, 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 HUNT CONTRACTING COMPANY as Principal, and THE TRAVELERS INDEMNITY COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of FOURTEEN THOUSAND, FIVE HUNDRED FIFTEEN 9 10/100 Dollars ($ 14,515.10 ), said sum being one -half of the estimated amount payable by the City of Newport Beach under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal 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 3250 of the Civil Code of the State of California. This bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon • 0 Page 10 Payment Bond (Continued) this bond, as required by the Provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications, In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 26th day of March 19 84 HUNT CONTRACTING COMPANY i Approved City ttor ey F ncipal) — ithorized Signature and Title D. F. Gordinier, President Authorized Signature and Title THE TRAVELERS INDEMNITY COMPANY - - (Seal) Name of Surety 550 California S o gnmure HAAny J. ,i Attorney -in -Fact CORROON & SLACK INSURANCE SERVICES 70 South Lake Ave., Pasadena, CA 91101 Telephone No, of Agent (213) 796 -3888 U t a C b N \\ ? O + + \ C ?, sz: \ U 00k n u v m QI W U) 1 ,'' N N � al •yy W it m N -C� N C 4 al lj' : 'CJ W IG O A N ,tl C H u o a) U u ro 4° d �n v 04 (D FUi ro 'U A W .0 D j N w W fl, Liu I O., a! u4 F 4J c � U O ,a w b G14 E 1 E NS N W 2 O D N b >. 4 3 O q r �4c mFa Ho 3a' w° o o 10 tr' � i m 4 z c s4 a p44 B ro a N b Q, a N y s v > 0 3 w m Lv s° .: w w 4 a! O :') Vin. v u F ra. A4 j a) 4J A u o o m ro e e �> y N o U) U 0 A of 41 -H N E" 0 City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED .ER CORPORATION, ET AL COMPANY 1627 CH Pdf�l. NSURANCE COMPANIES AFFORDING COV Company A EMPLOYERS INSURANCE OE' WAUSAU Letter company B Letter Company C Letter Company D Letter Company E i o ++o, This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time, including attached endorsement(s). NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. G,NCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof,the.Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department. By: L Cf ,Gr ire h - Agency: CORROON & BLACK INSURANCE SERVICES Authorized Representative MARCH 26, 1984 Date Issued Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: PAVEMENT PRESSURE'GROUTING PROGRAM, CONTRACT NO. 2419 Project Title and Contract Number NOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. It Policy LIMITS OF LIABILITY IN THOUSANDS 000 COMPANY TYPES OF INSURANCE Policy Exp, g, ro uc s/ LETTER COVERAGE REQUIRED No. Date Each. Completed Occurrence Operations A GENERAL LIABILITY Form 2024- 5/1/84 Bodily Injury $ $ Premises - Operations oo- Property Damage $ $ Explosion & Collapse Hazard Ix 053189 Underground Hazard xComprehensive Products /Completed Operations Bodily Injury Hazard and Property IContractual Insurance X Broad Form Property Damage Damage Combined $ Soo $ 500 X Independent Contractors X Personal Injury Marine Personal Injury $500 Aviation A AUTOMOTIVE LIABILITY ❑x Comprehensive Form ❑ Owned ❑x Hired 2024- 02- 053189 5/1/84 Bodily Injury (Each Person $ $ / Bodily Injury (Each Occurrence Pro ert Dama e Non -owned Bo i y Injury and Property Damage Combined $ 600 EXCESS LIABILITY [] Umbrella Form Bodily Injury ❑ Other than Umbrella Form and Property Damage Combined $ $ A WORKERS' COMPENSATION EMPLOYERr'S LIABILITY 2014- oo- 053189 5 /1 /a4 Statutor r $soo, (Each Accident) NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. G,NCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof,the.Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department. By: L Cf ,Gr ire h - Agency: CORROON & BLACK INSURANCE SERVICES Authorized Representative MARCH 26, 1984 Date Issued Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: PAVEMENT PRESSURE'GROUTING PROGRAM, CONTRACT NO. 2419 Project Title and Contract Number NOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. It I � l f. • • Page 14 CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: With respect to such insurance as is afforded by the policy for Bodily Injury and Property Damage Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded the additional named insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The limits of liability under this endorsement for the additional insureds named in paragraph 1 of this endorsement shall be the limits indicated below for either Multi- ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability Property Damage Liability (xx) Single Limit Bodily Injury Liability and Property Damage Liability Combined $ each occurrence ch occurrence $ 600,000.00 each occurrence The limits of liability as stated in paragraph 3 of this endorsement shall not in- crease the total liability of the Insurance Company for all damages as the result of any one accident or occurrence in excess of the limits of Liability stated in the policy as applicable to Automobile Liability Insurance. 4. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: PAVEMENT PRESSURE GROUTING PROGRAM, CONTRACT NO. 2419 Project Title and Contract No.). This endorsement is effective MARCH 26, 1984 at 12:01 A.M. and forms a part of Policy No. 2024 -02- 053189 Named Insured XASLER CORPORATION, ET AL,HUNT CONTRACTING co.Endorsement No. A Name of Insurance Company EMPLOrERS INSURANCE of By ���< wAOSAU Authorized Representative CITY OF NEWPORT BEACH COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT it is agreed that: I. With respect to such insurance as is afforded by the policy for Comprehensive General Liability, the City of Newport Beach, its officers and employees are additional in- sureds but only with respect to liability arising out of operations performed by or on behalf the named insured in connection with the contract designated below or acts and omissions of the City of Newport Beach in connection with its general supervision of such operations. The insurance afforded said additional insured shall apply-as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision con- tained in the written contract, designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU "hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured named in paragraph I of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability $ each occurrence Property Damage Liability $ each occurrence W Single Limit Bodily Injury Liability $ 500,000.00 each occurrence and Property Damage Liability Combined The applicable limit of the Insurance Company's liability for the insurance afforded for contractual liability shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insureds. The limits of liability as stated in this endorsement shall not increase the total liability of the Insurance Company for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to Comprehen- sive General Liability Insurance. 6. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department i. Designated Contract: PAVEMENT PRESSURE GROUTING PROGRAM, CONTRACT NO. 2419 Project Title and Contract No. This endorsement is effective MARCH 20, 1934 at 12:01 A.M. and forms a part of Policy No. 2024 -00- 053189 Named Insured YASLLR CORPORATION, ET AL, EIUNT CONTRACTING COMPANY Endorsement No. c Name of Insurance Company EMPLOYERS INSURANCE OF WAUSAU Authorized Representative �- I LJ (f) Plans and Spec PAVEMENT PRESS Title of Projet (g) This Contract. J al Provisions for Page 17 No. 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximiately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. ATTEST- CITY OF APPROVED AS TO FORM: O rney NEWPORT BEACH Ma • Y CODT PACPING CCIVANY C trac r By Its D. F. Gordinier, President By Its CITY CONTRACTOR CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PAVEMENT PRESSURE GROUTING PROGRAM CONTRACT NO. 2419 1983 -84 INDEX TO SPECIAL PROVISIONS SECTION PAGE I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . 1 II. TIME OF COMPLETION . . . . . . . . . . . . . . . . . . . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . 1 IV. WATER ...........................1 V. TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . . . . . . . 1 A. TRAFFIC CONTROL PLANS . . . . . . . . . . . . . . . . . . 2 B. "NO PARKING" SIGNS . . . . . . . . . . . . . . . . . . . 2 VI. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . 2 A. PAVEMENT PRESSURE GROUTING . . . . . . . . . . . . . . . 2 & 3 B. MATERIALS . . . . . . . . . . . . . . . . . . . . . . . . 4 C. CONSTRUCTION SITE . . . . . . . . . . . . . . . . . . . . 4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS PAVEMENT PRESSURE GROUTING PROGRAM CONTRACT NO. 2419 I. SCOPE OF WORK ar t ut L+ The work to be done under this contract consists of pressure grouting the existing PCC pavement. All work necessary for the proper completion of the contem- plated improvements shall be done in accordance with (1) these Special Pro- visions, (2) the Plan (Drawing No. R- 5486 -L), (3) the City's Standard S ecial Provisions and Standard Drawings for Public Works Constr tcu ion (1982 Edition and 4 the Standard Specifications for Public Works Construction (1982 Edition), including 1983 supplement. Copies of the City's Standard Special Provisions and Standard Drawings may be purchased at the 157 corks Department or Five Dollars II. TIME OF COMPLETION The Contractor shall complete all work within ninety (90) calendar days follow- ing the date of award of the contract. The Contractor shall complete all work within thirty (30) calendar days following commencement of the specified work. III. PAYMENT The unit price for items of work shown in the proposal shall be full compensa- tion for labor, equipment, materials and all other things necessary to complete the work. The substitution of securities for any payment withheld in accordance with Section 9 -3.2 of the Standard Specifications is permitted pursuant to Govern- ment Code Sections 4590 and 14402.5. IV. WATER The Contractor shall make provisions for obtaining and applying water neces- sary to perform his work. If the Contractor elects to use City water free of charge, it shall be his responsibility to make arrangements by contacting the City's Utilities Superintendent, Mr. Gil Gomez, at (714) 640 -2221. V. TRAFFIC CONTROL AND ACCESS The Contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard Specifidations except as modified herein, and with the standards contained in the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. A. TRAFFIC CONTROL PLANS • SP2of4 The Contractor shall submit written traffic control plans to the Engineer for his approval a minimum of seven (7) calendar days prior to commencing any work. The plans shall incorporate the following: 1. The location and wording of all signs, barricades, delineators, lights, warning devices, temporary parking restrictions, and any other details required to assure that all traffic will be handled in a safe and effi- cient manner with a minimum of inconvenience to the motorists. 2. A complete and separate plan for each stage of construction proposed by the Contractor showing all items listed under 1. above. 3. Reopening of all traffic lanes upon completion of each day's work. B. "NO PARKING" SIGNS The Contractor shall furnish, install, and maintain in place "NO PARKING" signs (even if streets have posted "NO PARKING" signs) which he shall post at least 40 hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Depart- ment, Traffic Division at (714) 644 -3742, for verification of posting at least 40 hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12 inches wide and 18 inches high; and (3) be similar in design and color to sign number R -38 on the CalTrans Uniform Sign Chart. The Contractor shall print the hours, day and date of closure in 2 -inch high letters and numbers. A sample of the completed sign shall be approved by the Engineer prior to posting. VI. CONSTRUCTION DETAILS A. PAVEMENT PRESSURE GROUTING The Contractor shall pressure grout the existing PCC pavement at locations shown on the plans. Pressure grouting shall consist of filling voids beneath slabs and rais- ing pavement slabs. All pressure grouting shall be completed on Bayside Drive prior to any pressure grouting on Bay Avenue. Pressure grouting shall continue beyond the limits shown on Bay Avenue until estimated quantities have been reached. 1. Drilling and Spacing of Grout Holes Grout injection holes will be drilled in a pattern determined by the Contractor, but shall be no greater than 10 feet apart. They shall not be larger than 2 inches in diameter, drilled vertically and round. • • SP3of4 Holes may be washed or blown to create a small cavity, to better intercept the void structure. The Contractor, in developing his drilling pattern, should consider grouting on both sides of any cracks or joints. 2. Equipment and Procedure Grout shall be mixed in a grout plant consisting of a variable speed grout injection pump capable of a maximum pressure of 200 p.s.i., and a high speed coloidal mixer. A pressure gage shall be located immediately adjacent to the grout hose supply valve. An expanding rubber packer or hose connected to the discharge from the plant shall be lowered into the hole. The discharge end of the packer or hose shall not extend below the lower surface of the concrete pave- ment. The Contractor shall grout one hole at a time, on a slab. When grout appears at any longitudinal or transverse joint, crack or adjacent hole(s), or when slab movement is indicated, grouting shall cease. Immediately after the nozzle is removed, the grout hole will be temporarily sealed with a round tapered wooden plug. The wooden plug shall remain in place until the grout in the hole is not disturbed by adjacent grouting. Pavement slabs that are found to rock excessively shall be pressure grouted in such a manner that will result in their surface conforming to the plane of the surrounding pavement slabs. The upward movement of a pavement slab shall in no event be greater than 0.05 inch in relation to the adjacent slab. Pavement which has been raised in excess of the 0.05 inch allowable tolerance shall be ground or milled to the correct grade as directed by the Engineer at the Contractor's expense. In the event that the specified grout material proves unsatisfactory at any specific location, the Contractor shall cease pressure grouting at that location until he has received Engineer's approval for a substitute grout material. Substitute grout materials shall be provided at no add- itional expense to City. Pressure grouting shall not be performed during inclement weather, The Contractor shall take necessary precautions to prevent grout from being pumped or disposed of into any drainage or other opened struc- ture. Grout holes in slabs shall be finished flush with the pavement surface. SP4of4 At the end of each shift, the area shall be left in a clean, swept and neat condition. B. MATERIALS Grout shall consist of a mixture of Portland cement, fly ash and water in the amount to provide a grout flow time of 9 to 10 seconds as measured by California Test 541. Flow time measurements shall be taken at the direction and discretion of the Engineer, at no cost to the Contractor. Grout strength shall be a minimum compressive strength, at 7 days, of 750 p.s.i. No admixtures shall be used without written permission from the Engineer. Dry cement and fly ash shall be accurately measured by weight, if in bulk, or shall be packaged in uniform volume containers. Water shall be batched thru a meter or scale. 1. Grout material a. Portland Ceme One part Type V or Type II b. Fly Ash Three parts Class F or Class C as specified in ASTM C- 618 -80, except that the loss on ignition for Class F,fly ash shall not exceed 4 %. c. Water Fresh and free from deleterious material or organic matter. d. Definition of Units A One Hundred Weight (cwt) shall be defined to be 100 pounds (dry weight) of cement and fly ash as proportioned above. 2. Mortar Mortar for sealing grout holes shall be Class E or "quick setting" grout approved by the Engineer. C. CONSTRUCTION SITE During construction and throughout the entire period of the Contract, the Contractor shall maintain the premises in an orderly condition, free from accumulation of waste materials, rubbish and debris. Upon satisfactory completion of the Contract and before acceptance of the work by the City, the Contractor shall remove tools, equipment and materials and leave the work site with a clean appearance. 5- SHEET / ac-5 0 c CITY OF NEWPORT BEA( PUBLIC WORKS DEPARTMENT PAVEMENT PRESSURE GROUTING PROGRAM ell DRAWN_,; APPROVED PUBLIC WORKS DIRECTOR R.E. NOIZO_01; DRAWING No- R-5486-L 0 0 1 yG p,� 0 ® AREA TO BE M1\ sJJ yY \D pf i r' ,i' 9 It ol 5 •d m \ '�' , y.5 5 / t$• y ' 5,/EET ZOFS Ci -24I CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PAVEMENT PRESSURE GROUTING PROGRAM DRAWN S_Ti DATE 11-10 -w7 APPROVED PUBLIC WORKS DIRECTOR R.E. NO. 12-0426 DRAWING N0. R- 5486 -L SGP�E (1 P .l. V + Pi r�. 1 r, n Q �P � s.Yl � cc�l d `► r r � 4 f q Y % AREA ro 8.E PRESSURE SHEET 3 OF:s� ' CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PAVEMENT PRESSURE GROUTING PROGRAM C-2419 DRAWN S J L DATE I1-10- APPROVED ,/ i ,1� _ PUBLIC WORKS DIRECTOR R.E. NO. l t g06 DRAWING N0. R -5486- r- e „r f. 3 e 1 ' 4 ; ► ►4 � b i \`��' ' d `► r r � 4 f q Y % AREA ro 8.E PRESSURE SHEET 3 OF:s� ' CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PAVEMENT PRESSURE GROUTING PROGRAM C-2419 DRAWN S J L DATE I1-10- APPROVED ,/ i ,1� _ PUBLIC WORKS DIRECTOR R.E. NO. l t g06 DRAWING N0. R -5486- I 8 I ® AREA TO BE P,PE55lh?E 4ROUTEO 5NE Rv; CITY OF NEWPORT BEA( PUBLIC WORKS DEPARTMENT PAVEMENT PRESSURE GROUTING PROGRAM � A C -2419 - DATE 1 -17 - APPROVED /,I� /_// PUBLIC WORKS DIRECTOR R.E. NO. LaOi6_ DRAWING No. R- 5486 —L 9 \� o b V ® AREA TO .BE A 't✓ PRE55URE 6RO!/TED SHEET 3 OF6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PAVEMENT PRESSURE GROUTING PROGRAM r 3fALE �' /':200 m \ SEE A R.G. DATE L I8 APPROVED ,C_ CL PUBLIC WORKS DIREC R.E. NO.0 DRAWING NO. R -5486- { � � PR 1.1 I CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PAVEMENT PRESSURE GROUTING PROGRAM CONTRACT NO. 2419 1983 -84 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P. 0. Box 1768 Newport Beach, California 92663 -3884 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instruction to Bidders, has examined the Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 2419 in accordance with the Special Provisions, and will take in full payment therefor the follow- ing unit prices for the work, complete in place to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Traffic Control and Mobilization Eight Thousand Dollars and NO Cents $ 8,000.00 $ 8,000.00 Lump Sum • PR 1.2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1420 PCC pavement pressure grouting One Hundred Weight @ Fourteen Dollars (cwt) and Ei h -one Cents $ 14.81 $ 21,030.20 Per one hundred weight cwt TOTAL PRICE WRITTEN IN WORDS: Twenty -nine Thousand and Thirty --------- - - - - -- Dollars and TwentY - - - - -- -Cents 3�7 a 3 C..001 Contractor's License No. & Classification Date 2- a4 - R4 Bidder's Telephone Co. ?S-L4q"-0Sgq Bidder's Address 29,030.20 n-r QDmTf2 (acii N 6 (Bidder' Name) --_j Authorized Signature itle 'b P- C-l0(,A'%(%er PresIdenT' 9 INSTRUCTIONS TO BIDDERS 9 Page 2 The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON - COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis- crepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a genera partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the con- tract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in- clusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. 3c�7 ,2.3 n ContrContr —� o. && Classification Bid r Date Authorized Signature /Titl D .V. (!�Or& 0', ecI r�S i C�enT • • Page 3 DESIGNATION OF SUBCONTRACTOR(S) The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer and as provided by State law. Item of Work Subcontractor Address 1. NONE 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. r V 77 ` Authorized Signature Title Page 4 7t<r., ,,- n,; < ±n = ±' • • OND NO. 1009504 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, E1 Monte, CA 91733 That we, HUNT CONTRACTING COMPANY _ 1627 Chico Ave., South /_, as bidder, and THE TRAVELERS INDEMNITY COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT of the total amount of the bid Dollars ($"`10 lawful money of the United States for the payment of which sum well.and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of PAVEMENT PRESSURE GROUTING PROGRAM 2419 Title of Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. v In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 1st day of March , 1984. (Attach acknowledgement of Attorney -in -Fact) Notary Public Commission expires HUNT CONTRACTING COMPANY Bi der o THE TRAVELERS INDEMNITY COMPANY Surety BY Title E. S. Albrecht, Jr., Attorney -in -Fact ra �\ \ /\ 41 v ,/ / ~�. ] \ ) 4 a | §\s!f •e /:ws= j/ / >4 w` 41 41 00 4J a\ @\� E« t» §) 4J m " ;z2 /< /) /2 }\ ro \ \ \ \ \ \) \w {� / _0404] /__ %§)©° �) }/ . ; ») 3 o )\§§ { \ \�\ j )0M\QW 5\04!2§ ~�. ] \ ) 4 a | §\s!f •e /:ws= • • Page 5 NON- COLLUSION AFFIDAVIT The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed And sworn to before me this day of 19 IC-91. My commission expires: �LAOT- l _otgTIZACTI 6 G)MPAN1� Bidder Authorized Signature /Title 'p.�7. hre.sk[em- No ry Public FAY M JOFINSON f' h�oAnvrJeuc f jj i:fy �u .r,vv,•,:.:meq S_irsmbc?q. 198 ^, Vii., �LAOT- l _otgTIZACTI 6 G)MPAN1� Bidder Authorized Signature /Title 'p.�7. hre.sk[em- No ry Public 9 • Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. Enclosed please find Financial Statement of June 30, 1983 and Auditors' Opinion as prepared by Schluter and Ravin Certified Public Accountants. We would like to mention, in November of 1983 we became a fully-owned subsidiary of Kasler Corporation, San Bernardino, CA and our new fiscal year -end is October 31. We are not able, at this time, to furnish a more current Financial Statement, as it has not yet been finalized by Kasler's accountants. �u11T N� (kcT=I �I� CLpAN� B' der Authorized Signature /Title • • 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 SEE ATPAcHED LIST OF WORK OOMPLE!M a'nT omr �%�Naj Bidder orized Signature /Title,, v n n r r N Z O _ O co -n co O L (o m OD n N --I N m n C, (n p C7 3 h v r r m -( m m m a o A m z O_ Z L7 C- m w 0 0 L O I I I O C c W W W O Z V A N V W O m E 3 N w -o 3 L. E rr (n w 3 --A O (D w D w (D O (D Z w O O 3 (") ("") 3 m < n 3 E rr n< 3 w n- E v n m o- z 3 3 m O r+ cr m 5 Z n w (n rr rD C+ o -o N z rD w c O m (0 w (n 3 3 to a < w m w O r+ w 0 rF 0 w M m n w N m< w 3 CD m m CL o w Z m n n Z o_ E n .� a n o v. w (n n _0 —0 o w (o (o n o w 1/I c O O - w e — O- 0 n 0 (< " = C A n -� E Z w 3 m m c n 'S 7C M w m 'S O m 3 c0 J rF Z w (2" m 3 -•" m rr —:E (D m V m (+ N O V C+ n -, c (D • = D- C-) m �(n r+ co CD n = w f E (�v3 O -0 mL m(n -v IONS -iN CN VO n o n z• aw Jw n rrw ;-r: o O (n O O v w f z O�-. o OmE: m Or N OZm �-r+O -i O 0 p 10 N W m o o m m z m T A m .Tl C'1 .TJ OD r Z :1> W W AC O'S m Coo Aw n O C) n O C-+ N 3 O C) a (0 O 3 0G � CD O .-. '-I C-) X O L- n X N Cl w X 0 O X L C7 N m X Z O m 71Z Z A " )-. O V m �O C/)Tl n W'� NZ Z C7 Nm 1D ACT �� j.Tl O nOW W � NO O (< NN N 1 O Z A CD C') C:) O C) p I Z Z ER +A kH di +H N O C W V O W W O O co 3 C) O O W Ln a, W W C Z 0) - co o z --A (o rn C) o o -i ;13 p V N 0o n W (T O) (n -• -i C-) (n o j z V Z-h -0 � NC)C) -a Za (n C) W NC) Co 3 (1) c r o \m D- (D w r+CT w 1- \O (D O C+ CD w w \O -'X \C) w c'F O 7 C-) w X'O rh < N J V Z C) 3 7 E m 7- N C7 7 C1 C) • - w C) C+ C+" r+(< w A CO n fi r+ w m h(o m zl� I C+ DZ. S JC 00-S JZ (D << �O a- cow --q oom-I O A- (T W N co O In 3 w 0 -h D>lo I r+ -h co N� m WC)o O I Z C3 O C3 I a x -h c W (< n r+ 0" CO - o o (0 a- C) 'o J w rn w w z O? " p �. I -�S O C+ gym rt 0 D03 CD N a� I �Z� 1 co O w 0 w 1 nm m (D M0 CTO m O � n) n w +D Jo �< z m n i ww o i'ro n -V (o o n (o (o w x s• to cn C) o -• CD :E CD C) n Ao o rD m rn w x m ) w o V w V c(0 M- r+:3• rr o N O O E CO Lnm -rD mC) (n0S r+ m < m CD to t0 A C -h (G (1 3 E 7C 7z 0 (� m C) 'S O 0 I I Q 1 w (D (D O N C C + 0 r N O r r + C T m 0 O p r+ 3 W r0) moc') U) C -)ZE:C (O (n CNZo (nC 0 0=1 m -• w N0 w m U w —m r+ w r r+r+ 0 O(0 -D r+ ON <0N mnN -o w 3-SN JO w Oww -�. r+ << O w C+ O sr+ 3 S �E:7 D w -•ID •r+CDD Ad (D m• CD O 3 a Z (0 m 0 -1h m w 0_ m N O O Cr -5 m A w N O m £ n r O n 0 `< r+ rr z m C+ m -h r+ m " w -1 n n w (D M o r mo nT (err =J. ~) ~' n�roDO� mom• ➢ N M co W n� -o Z (0 tD E 7 O l0 N) c+(c� rD CD ()'I m �� 7 S CL -1 (0 w O N w N A Lrf v n n r r N Z O _ O co -n co O L (o m OD n N --I N m n C, (n p C7 3 h v r r m -( m m m a o A m z O_ Z L7 C- m w 0 0 iC) W W N J J O C CJ Vl J A O J Z T N J O O r "O -V N C . v. N n to ;10 a 3 n a fn tom. n Cam. � ;v 0 t . -I , -s C) w O O w 'o m 3 w 0 3 w 000-1 m m 0(D 0 N m c-) :E f m w a •3 QE - w 3 n •a 3 0 C .-o to 0 T 0) - 01 3 n . 3 0 3 3 0 C+3 w-0 S m N '0 C+ C+ C+ -• r C+ -S 'S C+ -S C+ to < �. Ct �. Z A �• w N N w-S Z w m m m n CD to < w O W Z rD N O O< (D w 3 d 3 C+ w -. C+ C+.• (D rY 3 w w T 3 (D w w. to "O d w (D m rD w rD -S (D w w N N f AOOC w ➢ m -5 ➢N3 C+ m O =tk AN 0 t • C) O N A� —W 3 C+ X 0 O 0 (D 0.< C. < -5 n 'O -• 3 m (D m F d J O w O (D 3 w (D Z O (D (D w V f (,)-c x 3 3 A J+ C+ 3 0 -s (D • a -i < (�. w m a w C+ -• -� d 7C • w (D w C+ 3 X -O 3 _5 C+ -S o. C+ C+ c+ N 0 n C+ I O co N V) S (D 3 m m -• m m 0 to rD c) c 1➢ 0 3 C+ "O Z 0 n 10 -1 3 w (O 0 1 -� C+ 0 C) Z T N N x 1 N O -+• (D C< 3 3 3 O J N ➢N ➢(nO co C) O N V O L -a ➢ --I rC)➢C t0 r V C7 Lo C m ➢C m m LO w m C+ VS \ - -5 3 C C.) 0 O o W o W a. w 3 i 3-5 3 C+ CL N T O m n C) 3 -5 VI CD wm ➢E to(A -o➢ Ln C-)x to LO C-) T £Oo -S 0 7C C+ O -�• Co z -i O 50� • C) O T O C 0 T O C 0 rn C) J o a w m m Z N o 3 N 3 Z V• N 3 Z N 3 Z V• N 3 z Z 0- •-+ N W N 77 O m V -1 W V T --I V-0 -I w V' -i --{ ow • m n w ➢ m ➢ w ➢ O •m ➢ O C) C) Z n nZ C) C-) :z C) C)Z C) m mnz m m0 O =F C) S <o S<O n 6x00 O z 3-+• Z 3-•• z 3-+• z 3-'• z on r) O C') - z X C) O o -1 O n -1 O n -i o n � o n o -I n £ ;o 3 0 ;;a 3 0 ;10 3 0 .70 o ;u 10 ;u N w N m C+ ➢ fi ➢ C+ ➢ C+ ➢ LD 7J ➢ N N (n -i m ➢ C-) m ➢ C) (D ➢ m m n C') W 0 n O � 3' O m --A . < --q � < -1 - < -i • (<D CD CD CD < N C- O �+ C) C) Z C) 3 Z C) 3 Z C) 3 Z T .T1 I C) ➢c O ➢c O ➢ c O ➢c O m m m m fA Vi iA Hi b4 c' F C) C➢ C) G �0 -S •w �.w . 0 w m z -•0 w w o Z w nw rD - 4A V N Ul O x -.'O O kD 00 O V C .-o to A T i0 O 5 O T �k O Z m a O V T -5 V • -s m O C O N N A ko b co W Oo to to T O V O O O O w N O O -• O N C) w➢ (n N m zf k C 7 r Z -0 ➢ r 2 3 C) -0 (:D r 3 70 T c' F C) C➢ C) G �0 -S •w �.w . 0 w m z -•0 w w o Z w nw rD - 3-o n--0 w C-) 3 (D Z 3 C') C+ 1 3 3< O Z 0 3 --= 0< x -.'O O -S 3 m -5 3 3 C+ w "O J co C+ d w C .-o to 3 C+C . 3 w - C C+ --h O CZ O 5 O T �k O Z m a m 0➢ w C+ ^S m( C+ -• O -5 V • -s m -h • = 'S -S (D -5 w n Z 3 T w n 1 CD 7 C C+C n •�C+m Vii CO)ztk 11 -N C17 ZykmC+ - 3w n N (DD 3 M o n n Omod0 m O -� n 0' h W - 0 C+ r• -o CJO3 -S 1 < C:) �. •-S < Nw W -+ AOOC w ➢ m -5 ➢N3 C+ m O =tk AN 0 t • C) O N A� —W 3 C+ X 0 O •T•-1= w A N TO -0 3 co -S w n NC+m I 3 -'$ O w m a mmi ➢ O T O =N- (< •--' .-1 n-V= 'a•O w A- O C- T 00 (O C+ 0 J w C+ I O co N V) I C+ C ) O 1➢ • J -0 O�➢ C+ 0 C) Z T N N O O Cn J 3 N ➢N ➢(nO co C) O N V O L -a ➢ --I rC)➢C t0 r V C7 Lo C m ➢C w �• a . w -+. LO w m C+ VS \ - -5 3 C C.) 0 O o W o W a. w 3 i 3-5 3 C+ V Z 'O m N T O m n C) 3 -5 VI C) 1 O 3 A 3 N-5 N C+� T £Oo -S 0 7C C+ O O W O.Om TO TO T� NO J w(+w rtw 0 •m 1•F0 - vn-$m Loom Qcoozm m n w o A (° _. 0) (N)(°.o O (0 < (C+O1 rp-S O o Vn £ on r) O O 0 3 0 -h S w T 00 X O -h w➢ T N h T J CI) n�< m V J m o (D c-) -� W N J (D Ln CF m < • 7 N y C nC' CD O ro -A mz C) O z O T £ 0 z m rn cn � V C =N)Lnp C) ;-D,T < a N T) A 3 _O c+CS 3 z S C O -5 I O C N r+ m S m CD �• a 0 rF 1 I 1 1 O C O C7 tT O J O E a V-1 -+ -S n a rD CT 0- = S O -h < O m -1 w O C a • m r+ � c) � C r+ -h w V (T O m O lO W N r+to n •• O z rD W V N , O m 0 ch N 0 0 tO m CD S tO C rD N N co O d v IT rn rn n C+ ., E r+ V N r7 c+ -• In < S m w Qo r+ w N m m x 0 w E to w w V J V -< $ -' m m(D w O O w O a w CD 0. m C m m m rD r O O m m� '-5 C) �-'• w r+ w m 0 m (D E m0 0 -*70 O rF m O w S S O 0 < 0 m n S O r+ rF -' a O 0 N w d N n'O 'O n n N n m D F n n 3 O F yl r+ w X m C X Cr _ -' E r+ -� O m a m m m -••S n n E 0 o v a n.-.< S c m m 0< v. �o�,.� ) to CD --i CD w O m a + w C c tO O rD n �- S n n:. S Cl) c+ O o r+ o n V. n w N o O S O n -� m r+c0 '< -s s;� m m y sp -• rD 0 o c (n =. m o CD u V' a m O -+ m In In -1, 0. O S N -+ O m-5 X S m m �• m S w O 0 N 0 �3 O N m-5 m S CD w 0 n O O S O n 7 -5 O -5 t< a w r+'o O w C 0 0 1 c'+ t0 w 0 CD n- a n 0 Q. n m O c X w 1p O J c+ m -� -.-• O O n V m w< rD O 0<(D S a p w m'-5 C m N O t-+<< n O O to CD n .., w N E N rnlnvSm a rD Cr Jw -Tarr nv+ n � V rD n m O n O m w A m w (D •� r+ • O • N O n O 0 O rD m(D a O w S 0 r+ O cI O �. 0 m N CD r+ O O (SD C 0 n CSD rN+ ---0 N "p J w J S\ n J, J 1 . S O N O w O JC M m w O O a O- r+ N n O I A V O m 1 rr (D 0 O O to (D N rD m O' n N N m m m O -h = to r+ V m N (D m ID -5. m S w M S LO ti a w l N (D O S O n N N N w 0 1 rD -S m N'0 0 C-) l0 2 N O O 1 -n A M GS � O y _. 1-} S W C CD -- � N C N -• S O N O a S T M 3 CD u I O) O N 0 w l0 m -0 O n C) tm N -' C) 2 to (n 'O C) n t0 Ln --• CS S CS -o rnoc A C+ r+ o Am • CD - o rnoc w on - o CTOc O V - N3Z M N -. VS -gyp• V• rvmz UlO • z V• I Mz z w � V -1 N 07r0 -��• z w V V -1 O O r W v V -i w N �3 CPn t0 :5 m n K m(D - C A :E (CI D O -1 M 2: C-) h O r+) m S o .nz C-)zc) o •-+z c)zc) y = C) O 0 m CAl N 03 O- KO ! CUM 3 <O n-a� rrS 3 �- z o �G O 3 -.• z m 0 n C) O n -1 0mTI0) 0 X w 0 -1 z O n -I x rn O n -z-1 O O O .v W S N .• �. (D -+. 7 O 710 0 0 .'O O O .S7 A rr a m a w n m n -0 r+ n C-) -• m ,+ ;I:. W < O rD n C-) S nioC)o C)m D n r n w z m n � < --1 n n 0 -h -1 -i < --♦ w cn < -� N � r+ rD .-. a rno)t< o cn t0 r+ N W< O S O m rD .-. V O rD .-. a Vd • VV two z z c)O z nc o o rnrn ac G') i, Yc v7 O A• C) m m 7 O z Ef+ 4 4 b4 H+ H+ (n c O V W _ W N tT W T W 3 0 A w CT O (.n C -M O 00 V N cn W O) O O CT C) O m rn cn � V C =N)Lnp C) ;-D,T < a N T) A 3 _O c+CS 3 z S C O -5 S\ O C N r+ m S m CD �• a 0 rF S (P n 3 S O O w r, m �• Vl m O C7 tT O J O E a V-1 -+ -S n a rD CT 0- = S O -h < O m -1 w O C a • m r+ � c) � C r+ -h w n O m O m W N r+to n •• O z rD O O r+ n In S m n , O m 0 n N 0 0 tO m CD S tO C rD N 7 1-0) 0 r+NAM W CD j w (D Aw E CY -n O S m CS C+Y W D O c7l O S 7 3 O z •�• Z C) �-'• �• m0 0 -*70 O 3AOT3 -h rD • W 0- MmS O S N 7 O a (O • 1 a J r D n E3 C J N-• n V x- n M to t7 • X Y n o • << A (D (/) o to CD --i N W tO O rD n �- S O j -� c-+ m . w S (D 1 (D C -• w O O (O n l0 rF n C2 A n a V to S � C+ j N 0 �3 A n H r+ S c+ (< S UI O Cn co O< O W 10 O N u ,--• w V< 1 O 7C w N p n j C) •� C+ O 1 N A N O W r+ O W i m N'0 0 C-) l0 2 N O O r Vt CD (O ---1 -n A M GS (A z Z C S W C CD -- N C N -• S O N O a S T M 3 CD O w w a (D A S "O c+ O) O N 0 w N O CD O (D CD (n O C-) O« N In (b n w << A C+ r+ o o r+ a o> m C-) << -S 0 N M N -. w O W 3 o c N = m w C+ :3 j 0 0 w w N �3 CPn t0 :5 m n K m(D - C A :E (CI D O -1 h O r+) m S u S a O (D -0 E C7 O(D m O 0 rD C/I n-a� rrS o m ;o n C) � -o ° m om`+ m o rD 0mTI0) 0 no<<r+ Om a N O O N W S N .• �. (D -+. 7 O O C) to S O low -h O m a w W < O S C) Pi ko 0 ! n n cn� o .'. N � r+ a rno)t< o cn t0 r+ N W< O o : 3< m rD 0 a Vd • ev.= mC o ? i, rf n O A• m 7 O CL rn rn cn (n cn c Cl o O C 1 1 1 io o m m m co z no w O 00 2 O C n (D 2 3rt:: A A f -h S V• n .-+ 6) 3' 1] -+• S m <- --1 O -h 0) 3 3 0 -$'0 O �• W c (D (D -.0 O- 3_S O W ^$ 3 0 _• W C < --(O < W O C _ C+ Co 'O (D - (D N O (•h O V. c � h S J N (D h (D n X N -+. (D << W-0 h (D 3 W h C (D (D < (D N �. (D m � 3 IjE E� ]C < "S (D N h 3 W Ct N n h -S << W rD 1 �. rD N 3 W 70 Y j O Q 3 h 3 �.t0 -5 � W O Q. -="O r. N (rD t0 Z m h 37 3 h o --• c -� -,, o . n -� o o N O V. O 3 (D W 3 F N 7 W '-h 0 N t0 c< t0 (D W T -h n N 0_0 3 (D (D 3 W C 3 T J J -5 W Z n 3 W (D -5 h N W (D h "O 3 07 O n W .S n n -a, c+ n. 3 J '0 --0 N _, n N --h 3 3 7i • 3 •G C 3 3 n CD (D (D (D -S n C n - n 'O 3' C'F n W n" (D 1 O , C+ W O (D -S 0 � n -S (D 7 3 � . W W x . h t0 N n (D (D --+ 3 n t< O (D h F O N "D(A _Q C(n'0O t0(n --ten 3 �D N-+nS t.0 NC) nG "O --ir n A W O m --{ W• i O N O O n O Q) O C O O N D D W • O m O V Z Z-1 -+ r V3 OZZ V • N3Z m3 (.Jr 3 .] Z m 0 0(nm CO h O W N-I -i w V S--i CD O\ O n Otn;0 "+ O£ - X7 A m -+ T) `-+ W m D m m W (D .-+ ;,a w n wr x A3 n D CD C) N W W O n• n n ?< O (D (D w Cr W r--i = n 0 - . V x o .-) 5 -1 N 3 z 0) 3-0 v (D o z -4 x m rD x z 0 -0 0 O 0 -1 n o n x n n O c m .. w;o 3o A 3'3G (o o �u --+ V TJ n •-. m n n D z n t0 N O h(.J to D� z - rD -1 n< O TO -1 W t< N -i (D a (D W (P T: Q) n ( (') 3 Z: 3 n C m ac o c o (� a (o m 1 0 FA N � A W N A w D n w A m O) A 3 C. W O z O n J W O (T) A CD --{ 0 O O 0) -0 W n) -+3 < ON ;,aO Cr (nn (n (n <(Nn, 3G r O(D I h D W Z tort a \O 3 W (D V -'(D W O \n W (D )>\0 3 -.01 p C-) C+ n Cu W co C-) n -)3 3 20'0 3 0-n 1 3< W n3 n -3 n (D (D --• S Ct _5 -•• O. h 'O W d w (D h Z -+• n a tr (D + 1 • -S [+ ' 0 "S (D h CD N rD at U � 3 -V 7 -5 (D h rD -{ A ') N m (D a N •S -h . � W 3 z( • -S v cn A� 0 h Z • 3 0) 3 (n -' h O CL + O (D z C 0 . O -+ W O n S O S (D -5 Q O O m W 1-0 •S W v.-=T3 t< (D Ir _0 O-' NN -1 V. 1 m 3 t< O Z S C h w-S t7 = h C) C) h Z _S �. 3 O V) � O C+ T -1 3 (D ^ f•<< (D \ A Tt0 0 O N c+ 1 h *h m A _n to O • m ER mNn(.n W 1 Dom. 70 • �I CD CO �x 5o m 3 a W(O (D 2 n r N 00 mm�� ? ,2 -�. 0 � Win- 1\ A m -5 n 0) W W W i Nla -'-5 ID C) 00 1 ..+W 1 (D C+0 i •� n CO+ 1 IA O O 3 0 0 -� F 3' 00 tG -+ (D O Q \ O m tG •• ; •£ Ul3 g rn -� 0 1 ano m 1 W M W V 1 S n w 'S X n --' i S n 0 t< ^S << C) O a 0 3 w n O n C) N C, W C) N O O m 3 A 3 m to C(nom (nC CN (n C nCr W D C l0 c) 'o DC) r- ;a n W n <r co DC -1 W O C+ CT t•Y W O C+ h D W O W N W • c O O (S) O O O D 0) 0 0) -) - - O W 0) W. O W W 3 n N Y (./) V 3 n C N A W C W 3 n N -S N C+3 C+S 3h 3 Ct S CL (D Oh C) 3 C) a- Z SO CL<(D m (D m 1.0N \ m N W h C+ a (+n w(D \ T• 41 p - r� C) w3 -vno o O'< 3 DZ) A3 vn0 O Qr N O (D m W N O (D ACT O S N a co Z to (D O W (T - O -S (D O -h'0 A F V =h'c w (D O 7 n "O 3 0 1 0 (D 0-0 O -h V (D O 3 n- A -(D - C+ V Z h (D h W X C) -h -+ W W M -5 h CO C+ Z ? V t0 Z m Co C71 3 O W C C N + r c ov • CD o (D 0 90 0 nrnrr -) -S 3 0- yo 0 h '-h C+ -h T X C) -+1 D V Z W (D N (D T x O M �G W_ t< co M_ O 3 Cl) (n 3 W-< nz J S ar+C+a< h 1 to W dZ a W m <• • N J N _0 (D t0 (D to N N co 7 7 V Z O (D (D O V J j C+ N N \ rn 1 0 G) -i o n o h (+ rD m x n a -+• O < N O rD + t-+ (D 3 O rD cn to (n — C) O O)OC V N 3 Z w V T w m a n z n S K O O n -i � o CD m< (D H D (D rn 1 V O <� o (D S 0 7 N d N a O r+ rr rt (D o d ro x O C X n a �. (D ti (D rh o (D O m n O cm) 2 ---� O 01 C V N 3 Z W m D o n zI 0 0 (`DD Y < a(D O (D rn 1 V O W p N- O CY) C> C -�C V N 3 Z W V O i W m n S =r z n < O O =5 0 -i o po uD Cl < { M D(D W m 1� 3 n O mo-1 > n o c+ n O -1 < rD rD n CD x x a J d N (D rF I J 1 � co lD (n - C S -o O) OC w m D C�zn S < O 3 J• z C) n -i O o z N D n < (D n O z m b9 sa amo�drD ba s a X C) O r) 0 O o D d rD < (D (D < v -1 rD N p 0(D r+ N v (D D N d N X X v e+ 7 rr a J- 7 Z 0--s d N CD.- J• �. (D + A N J• a (D N D J. (D (D O �. O N t0 N fD p N- O CY) C> C -�C V N 3 Z W V O i W m n S =r z n < O O =5 0 -i o po uD Cl < { M D(D W m 1� 3 n O mo-1 > n o c+ n O -1 < rD rD n CD x x a J d N (D rF I J 1 � co lD (n - C S -o O) OC w m D C�zn S < O 3 J• z C) n -i O o z N D n < (D n O z m b9 sa v+ ba v o 0 cn v cn m o m v co N N A w O] A O w A o w nT0 IT O r o n -h c m o O v d N S I •- N N n • zc n :5 m N < C 0 CD nd O r- V VD�V (D C) C. < d 1+N M O) (D Z CD 0 << n AI= CF+ O M N N O ACo• -h M -s d O N 3 7 r+ C Z 7 co Cn O N U d (D C+ 000 Na d Z O w C+ A N Z C O 7 Vl (D fi C+ r :3 0-3 c n (D d rD O n t -h Dc:. n -40 • d J N d C-) =: C) -h 7c o a (D < Z (D o -S (D O Z Z •n TOZZn 0 0 0 0 O 1 N Z O) T,T7N �++ 1 0a. s N D O 0 O (D rr < o 0 h d CD D n p S A S O d 3 C C < (D 0 rh + O 3 a + N r N O rD CL • -1 f1 Z W (n- ON O n N O a ff+ I od rr A El Z r D 3 3 rn (D -S +rh 3 y0 Z c+ C) (D d (D o X -h . -h �o v y. 7 N d c--)DAx o r- 0 < 0- (D m o O D N d V Z rF n T O O • 7 is h C LLD ovm CL V •• d C C I N O N (D CD m 3 -5 z CO I -h i •. O A O q. ON N Z O C C ] O N << 3 d 7 to (n — p n N co C) d � a w N CO d Y O d -T (D A d (p (D z a O 7 N -h 0 rl O O c+ F (7 (D w D O C-) m 3 N d n< -1+o �'1�r�•0 V (D O (D (D N H rD N O --• W D 1 n-5 7 (D O (D 7 0 o Io = O ro O -D O- -h 0- CO o --+ -1rDsz0o boo k O Co _Z4 d N W� O 3 J OX:: V n w I rn D< 0 0 V OnC <'$ 3 O 3 (D S O ? W 1 Ol -h W N rD Q. w o A tD N - O [n (T d rD rF con N-o d sodrr A d Z (D rD Z O C N D h 0 C? O Z r+ n (D d N O � nc+ -hJ. d 3 J. N d 0 c 2 -i Ln c w C-) 0 z --1 D C-) --1 0 z O TI O J i i li G . G w r Ln �n w v N r o0 r w 0 o W W w o w rlU `' W P- N F O o� W 0 0 rl rt Ln+t tv 4 � wrSC Fl to rt u. ED F, 1, A. n fnw(p aR R+p� N O c�trSS �r O r' t F�� art rwi D I P. 1 r 1 rt HN (� ro rota {�cnro roln In HFm 9 ' . Or o N u, ,n N 7 U CN° ) o c-1 �O N F'• 000 'C) N ` w K7 N N V7 ro J �oOty+ �• � T .Cl O o O r to to torn +n r r m rn rn %.D v, N J J U n a% O O Ul O Ja O O Ql J w co r w N � -5 `°.0 �rS tn b7 Ww It t] q m W, 0 w �-q o� 13 K) rt K 7 a r 5 6 �(n �7m o'd �Lt 333N � NIN �M O M J In �8 O W N m O N o ko "gFj o irWaN-rt co \ N rni�Y(�£Ra C 0 r� rt r- N- o�'so E 00 rT Ln O M J ro n x O Nw. an OM 00 N K r I N CN) co F' �N H O (D7 o x M a rH O� A (D LO rn w�G @ m fu C o N w � to C) z o M b'�rrtn (]�o� q rt M M L �yo to co N a MR. wm 7 h' r0-n K (���((Ojjj0 p P. - NrJ !D O 1 0 [t , , rn M O (D r OD x lr�-w wV-toct no�ct zo o rrti+ S7 l ON ?? MF- �rt �a co c pp � w M z 1] O r cD !b N 1 r OD OD w 'l ul H w CO C- C) I 1 1 I O C • r r w� �] N r A =• W W r W O lY fU u- H R. U] 4 (n H. rt rt s rt- � in rt n (D rt (n HA q m rs a o co 10 b r rt rt w d rt rn rt- CA MH <D CHO (] N x z�CD ou 00 f�'h N O r H 00 Y 8 w F� E o Ln Ul ➢ W 0 N 3 O J O Z O .P N �O � ➢ O Oo O r --I CO m O r N P N W fi C N t!1 I�-� C] OlpC, N Fro( (zQ O rn N C]G M4` a H C f1 0 oN0 rt �'- O m m cn 1p tr'�rOF `C m rt o(7 SYC �i p (t I ao -+r_ O ( :Ot OH FYS- Z (D En i"S ((DA ft W r1i 7�, o Cn Q "0 ''f •O o Et N [�] �y co w r R~, rt x HCOLn9�Y.H onrrt H FOS o rt N O Y• Y In I w N pp�� (� CD Z O Jrt W Om0 rt'l m0 iC (D N I�O� Nil l0 h Q MO Y. N O (7 En cn O (n \ 1 N (p m N � ? F -- � ngv o N r+ u. cony �a7' o o R O (D 1 z O O (D rOS (p m �b °rr�t� -pro M Ul 01 C] N °, N �] o z °, rrt+ z rt H Ar. r En 0 (D @ W W 1 W W A A P A O • �0 �O •�D 00 O W W N 01 r E, En FOB, rw�r O N- (D J D O O m,at 0 w H. rmt 'tr3S �D H �D N O r- ry N rt ft LQ ft �S to �� �� N ;r, to �p = N N r rpm C W £ XS 3 F �Op �nr7 tv OH. �nM F, 5 .Trt 't r £ N m R+ N (n N fFa EO �J (p L. 0, i0��?? bQ rn d Dm rn8 1 rx °8 o too o PC o ° r con a C) 1; ;5r 9cn� n, 8� Hn 0 o ¢ <C) (n U �W oaf r W m co N O J U1 W Ql ul N N N N O r O J P O N O N O art" RnKn ���C) a "Y ry ppp��� C) ti J 2i M 0 (D (D M o1 M I N ''i K .70 � J o g a Fn n ca Fd 0 co M 4C Ul . 1 r qP O N co rt 7_ 3 �--' o' Fps,] �(£D(' r� O W (�f I ry = (0Dy N 1'S N f H ^G (� :3 F'i O N 01 k `� In w In �0 ` O r 1 I � O K FD'nl °fig � � rt C4 In FG Fw-' M 7 x M o x (H7 ft ("t lw w LO O O 14 -S) M M N � n C� O O C 0o A --I m O -n Imi cz cz nC) 3 O O Z H n n -i Q 0 T s_ O 7J a a r Ul r r J r r r !+ r N ° CD ° • o Eri r�1 rt a V G N Z w �r J �HH3 wr� � {p 8 mrm ro a8 o ft G F' � N w w N N N [ (D Fl 0 Fr a rGt � O F w �o c9 F, a G N 8 N 8 M O M rt n �rt�M �Sx a ty rt • �o US N J G n�i W �J w r C/A ��roff--11� om0�� wp• Ci N �v I-• J r r rn w m o r rn J r N 111 F-I m o o rn a v, vi O o o o co o 0 m R o " ON i (D w F rJ nw� w o5n n ;v°ns� o N N CA 4C Y ^ C7 r Y• N M �l C F-• O ° N orb° N ort rnrw °o art N C Ln Z N (I! r 3C �rt (m�� F a n Fl �i rr i1' b ° y r n a ~ m5 9 � wa O H. (D h7N rt x�C Np N M W, (D 7 OC r LP r In Oars (D W (D r 1 'CO) � w :0 ,"J. ul �1 r- N O rot- M M r iC n N N J S W (j w m r y '' N o awx rm N t5 0 O ,n z N b Fl Fl Ln� r �o � to C) C) rt r w O 0 ti M C h7r100 n m °m O (t M 6H.Ro H. N (D N N Er N r a W • N�rnt °ti�� rt r� tai m� O M a O ft Ft M Y• I n 0 m n Sro NrN � En (D r P. rr � fD rG-r wN N F"W ¢ r w 1. J G N 2 W � J HHH Wr3 O CD 9 (D 47 8 N m a 0 0 0 O m ,rt 7 (v N � -1 Fl g� o C) • N rn rt o N �n �yyN.. � 5 �P- rr �°� ft rt ��roff--11� om0�� wp• Ci N �v I-• J r r rn w m o r rn J r N 111 F-I m o o rn a v, vi O o o o co o 0 m R o " ON i (D w F rJ nw� w o5n n ;v°ns� o N N CA 4C Y ^ C7 r Y• N M �l C F-• O ° N orb° N ort rnrw °o art N C Ln Z N (I! r 3C �rt (m�� F a n Fl �i rr i1' b ° y r n a ~ m5 9 � wa O H. (D h7N rt x�C Np N M W, (D 7 OC r LP r In Oars (D W (D r 1 'CO) � w :0 ,"J. ul �1 r- N O rot- M M r iC n N N J S W (j w m r y '' N o awx rm N t5 0 O ,n z N b Fl Fl Ln� r �o � to C) C) rt r w O 0 ti M C h7r100 n m °m O (t M 6H.Ro H. N (D N N Er N r a W • N�rnt °ti�� rt r� tai m� O M a O ft Ft M Y• I n 0 m n Sro NrN � En (D r P. rr � fD rG-r wN N F"W ¢ r w 1. J G N 2 W � J HHH Wr3 O CD 9 (D 47 8 N m a 0 0 0 O m ,rt D 0 rri�z z o w � °x � ME: g� o C) • N rn rt o N to Ul N R7 w oX w ��roz N r hi fr rt� rr P 0 Z m 0 c cz cz co 0 Z -i n n m a, w W N N • In O � W N (4�e3�D � �• (�e31a�1 FCg� a '�� `� � � � `ra La ct ft �t ft rt F, (l1 o• m�n oo �ocrog[o�J � oro�'y7y� J CC N W (i yyO t,n y WC]i V] jJ! U� • C] }�{`.7�1?Y C� (QQ� WJ Y� y a N` O .7 zO• lU O 4 o n v H 0 w C H �• � � �O � N ko H N O o0 C w 0(D to to to to to Y Y Y W H co Co O F' N kO ko W J O N A N J O o W Un J O W 03 O O O A O V O � UI (] H qi hJ H (� b Cn b 1 O 'T7 to W �• �O 1 W yr- 1 W M\ O 6 ( O N (JY �C Qr1 O O '3 U w La F$ to G N UI U j�. UJ O W (L p O `.li �'S rah J 'A � r �1 rGl7 N P.+ � 1 Na. 7G• � � w G cn A N ,07' P• �y rt ° o •g �o 0) o drt W N W i n O O rt O O rt � N N O 'pfF•(- ln n rt N rt N O In Co Y tp J Y U N M O O �} O O N n I Ut h{ F' FY N m N W ((pp O co \ F• (D I- N r+ f ro �r'tF (� FS m D. F� rn a, QQ C, o h F-' ft O O W N\ (D m Q N rt N N ,pV)bYdtJ In i4u7, F-'C717 c7/� l0 N'L1 C7 �C-nt h1 C7 rUt1 ko0wis 10 H. t� O a, ID L1+ i '(�D? w�t+ � En O fD rt FS ("OD P� W OQ W rt (ym (tt 7D F �• m YitN N� �K (]NN! O� W 9 FS Oft W (n NM W O K � 7(wD ?� o fr'7f O Y W O t-' w O Y (n(pp !D {(']] 7 LA nom M M ko (DD M �r-h � M M �I1 U] O Ti Co � w• ° nr w r- O O n C> O A 0 z m 0 C m n O Z n n f TO: CITY COUNCIL BY THE CITY COUNCIL CITY OF NEWPORT BEACH MAR 121984 CL J rP LID � K4 FROM: Public Works Department SUBJECT: •: 2#T'1�':: RECOMMENDATION: March 12, 1984 CITY COUNCIL AGENDA ITEM NO ,_ ZJ Award Contract No. 2419 to Hunt Contracting for $29,030.20 and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 A.M. on March 1, 1984, the City Clerk opened and read the following bids for this project: Bidder Bid Amount Low Hunt Contracting $29,030.20 South El Monte, California 2. James E. Lenihan $30,560.00 Torrance, .California 3. R. E. Lenihan International, $39,965.00 Huntington Beach, California 4. Kiewitt Pacific $63,319.00 Arcadia, California The low bid is 15% below the Engineer's estimate of $34,000. Hunt Contracting, the low bidder, has not performed previous contract work for the City. However, a check with their experience references and the State Contractors' License Board has indicated that Hunt Contracting (1) has successfully completed projects for other Southern California agencies, and (2) has sustained no actions detrimental to their contractor's licenses. • The project provides for the filling of voids under portions of the concrete roadway of Bay Avenue and Bayside Drive, as shown on the attached sketch. This process consists of pumping a cement fly ash slurry under the roadway until the voids have been filled and a stable foundation for the road- way has developed. The process will also include the raising of roadway slabs to eliminate differential settlement and provide a smooth roadway. 9 0 March 12, 1984 Subject: Pavement Pressure Grouting'Program (C -2419) Page 2 The repairs should reduce the rate of cracking and settling of the • roadway. In addition, the repairs may help to alleviate noises and vibrations felt by residents adjacent to the roadway. Funds are available in the current appropriation for Balboa Peninsula Pavement Subsealing, Account No. 02- 3397 -274. The plans and specifications were prepared by the Public Works Department. The contract requires completion of all work by June 12, 1984. Benjamin B. Nolan Public Works Director SJL:jd Att. • W. . • %t vr7— 6�— a 4 IL jy 40 JI Aft, 42 JQQ I I _ 171. z U R"', , L 0 c V CITY OF NEWPORT BEACH CITY OF NEWPORT BEAT PUBLIC WORKS DEPARTMENT PAVEMENT PRESSURE GROUTING PROGRAM (;-2419 DRAWN q.. DATE APPROVED DRAWING No. EXHIBIT Authorized to Publisn Advertisements of au Inds including public notice$ by Decree of the Superior Court of Orange County, California, Number A -6214, dated 29 September, 1961, and A- 24831, dated 11 June, 1963. STATE OF CALIFORNIA County of Orange PubhC 4011ba Ad 110nq 7,.71 by lhh, of idar,l la W In mth 10 pica column Mdih I am a Citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the below entitled matter. I am a principal clerk of the Orange Coast DAILY PILOT, with which is combined the NEWS- PRESS, a newspaper of general circulation, printed and published in the City of Costa Mesa, County of Orange, State of California, and that a Notice of Notice Inviting Bids CITY OF NEWPORT BEACH of which copy attached hereto is a true and complete copy, was printed and published in the Costa Mesa, Newport Beach, Huntington Beach, Fountain Valley, Irvine, the South Coast communities and Laguna Beach issues of said newspaper for one QD}2x@C Kvwwffi*K=VRH the issu*) of February 15 , 198 4 198— , 198_ 198, 198— I declare, under penalty of perjury, that the foregoing is true and correct. Executed on yphr_ruary 1s 198 a at Costa Mesa, California. Signature PROOF OF PUBLICATION • C - aJ4 I � C] BY THE CITY COUNCIL CITY OF NEWPORT BEACH FEB 131984 APPROVED TO: CITY COUNCIL FROM: Public Works Department SUBJECT: ` Pte., ._ -. -V��'R(iGRAM {x`419)=; RECOMMENDATIONS: 1. Approve plans and specifications. 10 c- - ate► i� February 13, 1984 (3�� CITY COUNC4 AGEND ITEM NO. / 2. Authorize the City Clerk to advertise for bids to be opened at 11:00 A.M. on March 1, 1984. DISCUSSION: The project provides for the filling of voids under portions of the concrete roadway of Bay Avenue and Bayside Drive, as shown on the attached sketch. This process consists of pumping a cement -fly ash slurry under the roadway until the voids have been filled and a stable foundation for the road- way has developed. The process will also include the raising of roadway slabs to eliminate differential settlement and provide a smooth roadway. The repairs should reduce the rate of cracking and settling of the roadway. In addition, the repairs may help to alleviate noises and vibrations felt by residents adjacent to the roadway. The estimated cost of the work is $34,000. Funds are available in the current appropriation for Balboa Peninsula Pavement Subsealing Account No. 02- 3397 -274. The plans and specifications were prepared by the Public Works Department. The contract requires completion of all work by June 12, 1984. 41azl) )ez Benjamin B. Nolan Public Works Director SJL:jd Att. 7 Rill; t IL J- . zz- I'S Ag `%t, - , I t!"tr^C .. 4 I., . %�'='� .. „ "1! -." '4 �aj &TFj" ................ '31 CITY OF NEWPORT BEA( PUBLIC WORKS DEPARTMENT PAVEMENT PRESSURE GROUTING PROGRAM CITY OF NEWPORT BEACH f0C,4710M5 -� � 7--71-3--vaa, C-2419 DATE DRAWN ' -17 p g, C, -494 APPROVED ;Z DRAWING NO. EXHIBIT 'A' V'0 I I 0 c CITY OF NEWPORT BEA( PUBLIC WORKS DEPARTMENT PAVEMENT PRESSURE GROUTING PROGRAM CITY OF NEWPORT BEACH f0C,4710M5 -� � 7--71-3--vaa, C-2419 DATE DRAWN ' -17 p g, C, -494 APPROVED ;Z DRAWING NO. EXHIBIT 'A' V'0 I I r �i 1 t 'I i �i 1 t 1 F Al"i c kzi r �i 1 t 'I i �i 1 t 1 F 1' i' i 1 t HUNT CONTRACTING COMPANY AND SUBSIDIARY FINANCIAL STATEMENTS OF JUNE 30, 1983 AND AUDITORS' OPINION DONALD W. SCHLUTER. C.P.A. MICHAEL J. RAVIN, C,P.A. SHO YOKOTA. C.P.A. %LI R. KAKHSAZ, C.P.A. SCHLUTER & RAVIN CERTIFIED PUBLIC ACCOUNTANTS 3260 WILSHIRE. BLVD.. SUITE 2214 LOS ANGELES, CALIFORNIA 90010 (213) 384 -4377 MEMBERS AMERICAN INSTITUTE OF CERTIFIED PUBLIC ACCOUNTANTS To the Board of Directors and Stockholders Hunt Contracting Company and Subsidiary We have examined the consolidated balance sheets of Hunt ' Contracting Company and Subsidiary as of June 30, 1983 and June 30, 1982 and the related consolidated statements of income and retained earnings and consolidated statements of changes in ' financial position for the years then ended, our examination was made in accordance with generally accepted auditing standards, and accordingly included such tests of the accounting records and ' such other auditing procedures as we considered necessary in the circumstances. ' In our opinion, the accompanying consolidated statements present fairly the financial position of Hunt Contracting Company and Subsidiary at June 30, 1983 and June 30, 1982, and the results ' of their operations and changes in their financial position for the years then ended, in conformity with generally accepted accounting principles applied on a consistent basis. August 26, 1983 1 1 1 1 HUNT CONTRACTING COMPANY AND SUBSIDIARY Current Assets: Cash Contracts receivable Less: Allowance for doubtful accounts Life insurance proceeds receivable Other receivables Income tax refunds Inventory Prepaid expenses and deposits Costs and estimated earnings in excess of billings Balance Sheet A S S E T S Note 6] Note 11 Fixed Assets: Note 1] Construction equipment Autos and trucks Office equipment Less: Allowance for depreciation Other Assets: Cash surrender value, officers life insurance Organization costs See the accompanying notes. June 30, 1983 1982 $ 5,446 $ 20,057 956,201 1,170,889 [25, 000 ] [25, 000) 542,400 - 40,433 17,723 - 44,861 268,323 219,278 36,796 30,723 118,104 155 1,942,703 1,478,686 268,862 270,092 129,245 81,773 17,49 11,477 415,606 363,342 241,363 199,212 174,243 164,130 2,874 44,378 248 1,73 3,122 46,112 S 2,120.068 S 1,688,928 t i' I 1 i 1 LIABILITIES AND STOCKHOLDERS' EQUITY June 30, 1983 1982 Current Liabilities: Notes payable, bank Note 2] $ 169,800 $ 198,000 Accounts payable 342,288 615,682 Accrued payroll and related expenses 20,907 29,882 Accrued pension plan expense Note 8) 36,061 - Accrued income taxes 135,205 234 Other accrued expenses 34,872 40,273 Notes payable, officers 153,214 - Due to the Estate of Pierce R. Smith 563,683 - Billings in excess of costs and estimated earnings 6,657 95,060 Provision for anticipated loss on contracts Note 1] - 10,080 1,462,687 989,211 Liabilities Due Beyond One Year: Notes payable, officers Note 4] - 149,380 Due to the Estate of Pierce R. Smith Note 7 191,542 - Deferred income taxes Note 3 35,000 32,000 226,542 181,380 Commitments and Contingencies Notes 5.and 8] Stockholders' Equity: Common stock, issued and outstanding 85 shares 425 in 1982) at $100 par Note 7] 8,500 42,500 Retained earnings 422,339 475,837 430.839 518,337 See the accompanying notes. HUNT CONTRACTING COMPANY AND SUBSIDIARY Statement of Income and Retained Earnings Contract Revenue Contract Costs Depreciation Gross Profit on Contracts Sales of Materials Cost of Sales Gross Profit on Sales of Materials Total Gross Profit General and Administrative Expenses Schedule 1] Income from Operations Other Income [Expense) - net, including interest expense of $45,254 in 1983 and $47,604 in 1982 Income before Provision for Income Taxes Provision for Income Taxes Net Income Retained Earnings, beginning of year Officer's Life Insurance Recovery Stock Redemption Retained Earnings, end of year See the accompanying notes. Year Ended June 30 1983 1982 $ 4,006,179 $ 5,097,829 3,098,397 4,497,919 45,338 55,823 Note 13 862,444 544,087 11,219 56,464 7,671 48,599 3,548 7,865 865,992 551,952 619,338 420,969 246,654 130,983 68,466 r22,952� 315,120 108,031 Note 3] 144,00 14,000 171,120 94,031 475,837 381,806 Note 6] 496,607 - Note 7] F721, 225 - S 422,339 S 475,837 I 1 HUNT CONTRACTING COMPANY AND SUBSIDIARY i General and Administrative Expenses ,1 1 Compensation of officers $ 176,667 Salaries 132,803 Insurance 1 Defined Benefit Pension Plan expense 45,151 Repairs and maintenance 7,157 Rents 17,130 Amortization of organization cost 1 Travel and entertainment 13,147 Office supplies 9,090 Consulting fees 1 Professional services 28,477 Telephone 1 Taxes and licenses 30,867 Bad debt expense 35,285 Automobile expense 1 Utilities 3,864 Depreciation - autos and office equipment 1 Dues and memberships Other general and administrative expenses 1 1 i 1 i 1 i 1 See the accompanying notes. 1 Schedule 1 Year Ended June 30 1983 1982 $ 176,667 $ 80,000 132,803 87,054 36,852 33,727 45,151 - 7,157 11,039 17,130 19,275 1,486 1,486 13,147 9,398 9,090 9,839 3,801 19,093 28,477 47,629 25,150 22,928 30,867 16,902 35,285 20,950 14,643 9,893 3,864 4,523 2,694 2,024 9,133 6,894 25,941 18,31 �^ 619,338 S 420,969 HUNT CONTRACTING COMPANY AND SUBSIDIARY Statement of Changes in Financial Position Year Ended June 30, 1983 1982 Working Capital Provided by: Operations: Net income $ 171,120 $ 94,031 Items not affecting working capital: Depreciation and amortization 49,518 59,332 Increase in deferred income taxes 3,000 10,908 Working Capital Provided by Operations 223,638 164,271 Officer's life insurance recovery 496,607 - Due to the Estate of Pierce R. Smith, beyond one year 191,542 - Decrease in other assets 42,990 - Total Working Capital Provided 954,777 164,271 Working Capital Applied to: Purchase fixed assets, net of sales 59,631 8,497 Decrease notes payable to officers, due beyond one year 149,380 49,120 Decrease capital stock in redemption 34,000 - Decrease retained earnings in redemption 721,225 - Increase other assets - 5,721 Total Working Capital Applied 964,236 63,338 Increase [Decrease] in Working Capital [m sl $ 100.933 See the accompanying notes. I 1 HUNT CONTRACTING COMPANY AND SUBSIDIARY i Statement of Changes in Financial Position 1 1 See the accompanying notes. '1 year Ended June 30, 1 1983 1982 1 Increase [Decrease] in Working Capital by Components: Cash $ [14, 611 $ [1,291] Contracts receivable, net [214,688 212,614 1 Life insurance proceeds receivable 542,400 Other receivables 22,710 [80,866] Income tax refunds [44,861] 44,861 1 Inventory 49,045 57 151 Prepaid expenses and deposits 6,073 [20,208) Costs and estimated earnings 1 in excess of billings 117,949 [33,264 Notes payable, bank 28,200 [108,000 Accounts payable 273,394 43,639 1 Accrued payroll and related expenses 8,975 [246] Accrued bonuses - 75,480 1 Accrued pension plan expense [36,061 85,000 Accrued income taxes [i34, 97lj 2,949 Other accrued expenses 5,401 [40,273] 1 Notes payable, officers [153,214] Due to the Estate of Pierce R. Smith [563,683] Billings in excess of costs and 1 estimated earnings 88,403 [12,231] Provision for anticipated loss on contracts 10,080 flo, 080 1 Increase [Decrease] in Working Capital S [9.4591 $ 100.933 1 See the accompanying notes. '1 1 i Page 1 of 4 HUNT CONTRACTING COMPANY AND SUBSIDIARY Notes to Financial Statements June 30, 1983 NOTE 1 - SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES: Principles of Consolidations: The accompanying consolidated financial statements include the accounts of the Company and its wholly owned subsidiary, Hunt California, Inc. Significant intercompany accounts and transactions have been eliminated. Inventory: Physical inventory is located at the South E1 Monte and San Leandro Yards and at various job sites. The description and value of the inventory computed at the lower of cost or market at June 30, 1983 follows: 1 Fixed Assets: Job Sites Total $ 99,661 $ 2,785 40,212 37,619 44,932 28,805 83,518 S 69,209 S 268,323 Fixed assets are carried at cost. Expenditures for replacements are capitalized, and the replaced items are retired. Maintenance and repairs are charged to operations. Depreciation is calculated on straight line and declining balance bases. The assets estimated useful lives range from three to seven years. Contracts: Earnings on long -term contracts are recognized on the percentage - of- completion method in the ratio that costs incurred bear to total estimated costs. Earnings and costs on contracts are subject to revision throughout the terms of the contracts, and any required adjustments are made in the periods in which revisions become known. Provisions are made for the full amounts of anticipated losses in the periods in which they are first determinable. South San ' E1 Monte Leandro Yard Yard Bumpcutter blades $ 99,661 Saw blades 20,707 $ 16,720 Joint sealers 3,790 3,523 Miscellaneous 27,307 27,406 ' $ 151.465 7 6 1 Fixed Assets: Job Sites Total $ 99,661 $ 2,785 40,212 37,619 44,932 28,805 83,518 S 69,209 S 268,323 Fixed assets are carried at cost. Expenditures for replacements are capitalized, and the replaced items are retired. Maintenance and repairs are charged to operations. Depreciation is calculated on straight line and declining balance bases. The assets estimated useful lives range from three to seven years. Contracts: Earnings on long -term contracts are recognized on the percentage - of- completion method in the ratio that costs incurred bear to total estimated costs. Earnings and costs on contracts are subject to revision throughout the terms of the contracts, and any required adjustments are made in the periods in which revisions become known. Provisions are made for the full amounts of anticipated losses in the periods in which they are first determinable. Page 2 of 4 I 1 NOTE 2 - NOTES PAYABLE, BANK: The Company has a short term line of credit with Bank of America at interest rate of 2 percent above the prime rate. The note payable is secured by accounts receivable, contract rights, chattel paper, and inventory. NOTE 3 - INCOME TAXES: The tax effects of transactions are recognized in the year in which they enter into the determination of net income, regardless of ' when they are recognized for tax purposes. The accumulated timing differences are shown as deferred income taxes on the balance sheet. ' NOTE 4 - NOTES PAYABLE, OFFICERS: ' Annual interest rate on notes payable to officers is 10 %. NOTE 5 - COMMITMENTS AND CONTINGENCIES: The Company entered into a long term lease agreement at the E1 ' Monte facility through May 15, 1984. There are aggregate future rentals of $15,400 at June 30, 1983. The Company is involved in various disputes and negotiations arising out of the normal course of business. Management is of the opinion that these will not result in any material effect on the ' financial position or results of operations. ' NOTE 6 - OFFICER'S LIFE INSURANCE RECOVERY: In June, 1983 Mr. Pierce R. Smith, the Company's then President ' and 80% stockholder died. As the result a net amount of $542,400 of life insurance policies on the deceased life became due to the Company as reflected on the balance sheet at June 30, 1983. The ' face amounts of the policies, aggregating $650,000, were adjusted by the insurance companies, principally for the amounts of the loans outstanding against the policies. 1 The retained earnings account has also been adjusted (increased] by $496,607 to reflect the amount of the insurance recovery, after ' an adjustment for the cash value of such policies reflected on the Company's accounts at the time of the death. r ' Page 3 of 4 NOTE 7 - STOCK REDEMPTION: Upon the death of Mr. Pierce R. Smith, the Company's 80% stock- , holder in June, 1983, the stockholders agreement governing the redemption of such stock became effective. In accordance with the terms of this agreement the value of the stock at redemption was determined as $755,225 and is to be paid by the Company in the ' following manner: Amount to be paid currently, ' upon receipts of the life insurance proceeds see Note 61 $ 542,400 ' Amounts be 10 to paid over years in quarterly installments 1 *3: within one year 21,283 563,683 beyond 191,542 one year ' S 755.225 *� Simple interest at 9% is to be paid on the unpaid balance. The redemption reduced the Company's capital stock and retained earnings as follows: 80% of the amount of the capital stock [340 shares ] prior to the redemption $ 34,000 Reduction in the retained earnings 721,225 S 755,225 NOTE 8 - EMPLOYEES PENSION PLAN: Effective July 1, 1980, the Company set -up a defined benefit employees pension plan. Upon employees' retirement, as defined in the plan, total disability or other termination of employment, benefits are to be paid from the trusts. The Company also makes contributions, along with many other employers, to numerous union sponsored pension plans on behalf of certain employees in accordance with collective bargaining agreements. 1 I 1 t i� I' I, Page 4 of 4 The Employee Retirement Income Security Act of 1974, as amended by the Multi - Employers Pension Plan Amendment Act of 1980, imposes certain liabilities upon employers who are contributors to multi - employer plan or upon termination of such a plan. The share of the plans' unfunded vested liabilities allocable to the Company, and for which it may be contingently liable, is not ascertainable at this time. Contributions to these plans of $208,950 in the year ended June 30, 1983 were charged to operations. 1 I' 1 1 1 1 1 1 1 1 1 1 i 1 1 1 DONALD W. SCHLUTER, C.P.A. MICHAEL J. RAVIN. C.P.A. SHO YOKOTA, C.P.A. ILI R. KAKHSAZ. C.P.A. SCHLUTER & RAVIN CERTIFIED PUBLIC ACCOUNTANTS 9230 WILSHIRE. BLVD.. SUITE 2214 LOS ANGELES. CALIFORNIA 90010 (213) 3e4-4577 To the Board of Directors and Stockholders Hunt Contracting Company and Subsidiary MEMBERS AMERICAN INSTITUTE OF CERTIFIED PUBLIC ACCOUNTANTS OPINION ON SUPPLEMENTARY CONSOLIDATED INFORMATION Our examinations have been made primarily for the purpose of expressing an opinion on the consolidated financial statements, taken as a whole, of Hunt Contracting Company and its subsidiary for the years ending June 30, 1983 and 1982. The accompanying supplementary consolidated information while not necessary for fair presentation of the consolidated financial position, results of operations, and changes in financial position in conformity with generally accepted accounting principles, is presented only for purposes of additional analysis. The supplementary consolidated information has been subject to the auditing procedures applied in the examination of the consolidated financial statements and, in our opinion, except as set forth in the succeeding sentence, is fairly stated in all material respects in relation to the consolidated financial statements taken as a whole. We do not express an opinion on estimates of ultimate profits on contracts in progress, nor estimates of future costs and revenues used in the derivation thereof presented in the following Schedules A, B, and C. August 26, 1983 A Schedule HUNT CONTRACTING COMPANY AND SUBSIDIARY Amounts Due on Contracts 30, 1983 I June , Completed Uncompleted Unbilled Contract Owner /Contractor Contracts Contracts Receivables Retentions Ball, Ball & Brosamer $ 13,248 $ 41,676 Brutuco Eng. & Const. 3 -515 $ 61,243 6 -722 18,926 Calfon Construction Co. 106,760 $ 3,015 3,626 State of California 118,806 13,533 ' Cambria Development 17,880 R. L. Chaides Const. 17,324 6,609 23,798 Condo West Corp. Engr. Structures of Wy 29,848 2,167 Ferrante Const. Co. 14,584 Basler Corp. 16,770 Matich Corp. 66,863 Sapper Const. Co. 1 -1552 138,031 4,968 3 -498 14,088 2,293 Sully Miller Const. 24,984 519 U. S. Gov't Naval 9,986 7,662 Williamette.Crushing Co. 25,196 4,035 ' E. E. Black, Ltd. 17,200 ' Under $10,000 90,965 5,811 - 33,787 $ 201,873 $ 577.54 S 16.879 $ 159.90 Schedule B HUNT CONTRACTING COMPANY AND SUBSIDIARY Contracts in Process June 30, 1983 Total Estimated Job Total Profit Number Description Contract fLossl 1 -1547 Sully - Miller, LAX, West Terminal $ 83,540 $ [15,000] 1 -1548 Engineered Structure of Wyoming - Rawlins 236,110 59,000 1 -1549 Calfon Const. - Camp Pendleton 149,012 41,000 1 -1550 Sully- Miller, LAX Terminal del 60,848 10,000 1 -1551 Caltrans - Atascadero 476,262 50,000 1 -1552 Sapper Const. - Fort Irwin Army Base 206,537 41,000 1 -1553 Ball, Ball, & Brogamer - AZ Dept, of Transportation 316,482 75,000 1 -1554 Matich Corp. - Palmdale Aircraft Facilities 96,988 38,000 1 -1555 Delgado & Sons - Caltrans 88,740 20,000 1 -1556 U. S. Army - Nellis AFB 1,995,200 40,000 1 -1558 Granite Const. - AZ Dept. of Transportation 339,794 68,000 3 -508 U. S. Naval Air Station - Moffett Field 224,555 27,000 3 -515 Brutoco Engineering - Alameda Naval St. 68,328 7,500 3 -517 Fiorito Bros. - Washington DOT 188,672 37,000 3 -521 Chades Const. - McClellan AFB 70,475 17,000 3 -522 Ball & Brosamer, Caltrans 52,185 10,000 3 -523 Ball, Ball & Brosamer - Stapleton Airport 344,097 51,000 3 -524 Ball, Ball & Brosamer - Caltrans 86,940 17,000 5 -1964 Willamette Crushing Co. - Caltrans 78,790 18,000 5 -1967 City of Torrance - Project 1982 -23 58,530 15,000 6 -741 M. M. Sundt Const. - Sky Harbor Airport 63,838 9,000 x -xxxx Various, under $50,000 105,953 22,300 $ 5.391,876 J_657.800 1 1 Billings in Costs and Profit Excess of Estimated Costs [Loss] Billings Costs and Earnings to to to Unbilled Estimated in Excess 6/30/83 6/30/83 6/30/83 Receivable Earnings of Billings ' $ 50,879 $ [15, 000] $ 30,174 $ - $ - $ 5,705 ' 23,950 8,065 29,848 2,167 - 106,287 39,745 143,017 3,015 _ ' 412,306 48,357 388,570 - - 72,093 150,125 37,587 187,712 - - - '1,728 - 1,728 - 1,728 1,728 39,125 25,079 66,863 2,659 - 10 - - - - 10 '91,273 12,022 95,633 7,662 - - 58,417 6,495 61,243 - - 3,669 8,108 - - - - 8,108 558 - 365 - 365 558 1 9,423 - 1,859 - 1,859 9,423 ' 38,093 6,817 24,640 4,035 - 16,235 575 46 46 575 ' �9p•8 7 S 164.167 S 1 031.698 S 16.879 S 6.657 S 118 104 1 t ,1 1 1 1 ,� 1 1 ;1 1 ,' 1 1 :1 1 1 1 Schedule C Page 1 '.of 3 HUNT CONTRACTING COMPANY.AND SUBSIDIARY Uncompleted and Completed Contracts Job Total Number Description Contract Uncompleted Contracts: 1 -1547 Sully - Miller, LAX West Terminal $ 83,540 1 -1548 Engineered Structure of Wyoming - Rawlins 236,110 1 -1549 Calfon Const. - Camp Pendleton 149,012 1 -1550 Sully- Miller, LAX Terminal X61 60,848 1 -1551 Caltrans - Atascadero 476,262 1 -1552 Sapper Const. - Ft. Irwin Base 206,537 1 -1553 Ball, Ball & Brosamer - AZ Dept. of Transp. 316,482 1 -1554 Matich Corp. - Palmdale Air- craft Facil. 96,988 1 -1555 Delgado & Sons - Caltrans 88,740 1 -1556 U.S. Army - Nellis AFB 1,995,200 1 -1558 Granite Const. - AZ DOT 339,794 3 -508 US Naval Air St. - Moffett Field 224,555 3 -515 Brutoco Engr. - Alameda Naval St. 68,328 3 -517 Fiorito Bros. - Washington DOT 188,672 3 -521 Chades Const. - McClellan AFB 70,475 3 -522 Ball & Brosamer - Caltrans 52,185 3 -523 Ball, Ball & Brosamer - Stapleton . Airport 344,097 June 30, 1983 Total Profit Inception through June 30, 1982 rLossl Income Cost Profit $ [15, 0003 59,000 41,000 10,000 50,000 41,000 75,000 38,000 20,000 40,000 68,000 27,000 7,500 37,000 17,000 10,000 51,000 1 i L, Current Period Estimated to Complete Income Cost Profit Loss Income Cost Profit $ 30,174 $ 45,174 $ [15,000] $ 53,366 $ 53,366 $ - 32,015 23,950 8,065 204,095 153,160 50,935 146,032 106,287 39,745 2,980 1,725 1,255 60,848 50,848 10,000 388,570 340,213 48,357 87,692 86,049 1,643 187,712 150,125 37,587 18,825 15,412 3,413 316,482 241,482 75,000 64,204 39,125 25,079 32,784 19,863 12,921 88,740 68,740 20,000 1,995,200 1,955,200 40,000 339,794 271,794 68,000 103,295 91,273 12,022 121,260 106,282 14,978 61,243 54,748 6,495 7,085 6,080 1,005 188,672 151,672 37,000 70,475 53,475 17,000 52,185 42,185 10,000 344,097 293,097 51,000 Schedule C Page 2 of 3 Completed Contracts: 1 -1530 Groves, Caltrans #11- 048194 $ 158,205 1 -1531 Kasler, Caltrans #07- 386644 94,556 1 -1535 Delgado, Caltrans #11- 144804 160,469 1 -1538 E. E. Black, Wheeler AFB 172,000 1 -1541 Kasler, Superstition Fwy 167,701 1 -1542 Owl, LAx Runway 25R 87,503 1 -1543 K. Barnett & Sons, Cannon AFB 75,350 1 -1544 Ball, Ball & Brosamer, Vandenberg AFB 437,156 $ [15,741] $ 137,648 HURT CONTRACTING COMPANY AND SUBSIDIARY 39,635 39,551 Uncompleted and Completed Contracts 78,313 105,302 61,947 June 30, 1983 149,640 134,532 [11, 455] Total Job 9,562 Total Profit Inception through June 30, 1982 Number Description Contract Loss Income Cost Profit Uncompleted Contracts: 3 -524 Ball, Ball & Brosamer.- Caltrans $ 86,940 $ 17,000 5 -1964 Willamette Crushing Co. - Caltrans 78,790 18,000 5 -1967 City of Torrance - Proj. B82 -23 58,530 15,000 6 -741 M. M. Sundt Const. Sky Harbor Airport 63,838 9,000 x -xxxx Various, under $50,000 105,953 22,300 'otal Uncompleted Contracts 5,391,876 657,800 - - Completed Contracts: 1 -1530 Groves, Caltrans #11- 048194 $ 158,205 1 -1531 Kasler, Caltrans #07- 386644 94,556 1 -1535 Delgado, Caltrans #11- 144804 160,469 1 -1538 E. E. Black, Wheeler AFB 172,000 1 -1541 Kasler, Superstition Fwy 167,701 1 -1542 Owl, LAx Runway 25R 87,503 1 -1543 K. Barnett & Sons, Cannon AFB 75,350 1 -1544 Ball, Ball & Brosamer, Vandenberg AFB 437,156 $ [15,741] $ 137,648 $ 132,393 39,635 39,551 27,872 78,313 105,302 61,947 [23,669] 149,640 134,532 [11, 455] 9,562 36,381 35,759 [1,651] 16,366 28,366 57,909 5,255 11,679 43,355 15,108 622 [12, 000] I r 1 r .r r r r �r 'r .r �r r r r ;r ,r r 'r r Current Period Estimated to Complete Income Cost Profit Loss Income Cost Profit $ 28,675 $ 21,858 $ 6,817 1,041,920 872,753 169,167 $ 20,557 $ 41,553 $ [20, 996] 55,005 27,049 27,956 55,167 20,209 34,958 22,360 61,137 [38, 777] 167,701 179,156 [11,455] 51,122 42,182 8,940 58,984 48,635 10,349 437,156 379,247 57,909 $ 86,940 $ 69,940 $ 17,000 50,115 38,932 11,183 58,530 43,530 15,000 63,838 54,838 9,000 105,953 83,653 22,300 4,349,956 3,861,323 488,633 i , i 1 1 i �1 1 �t �1 i t '1 i i i r ,i r Schedule C Page 3 of 3 j HUNT CONTRACTING COMPANY AND SUBSIDIARY Uncompleted and Completed Contracts June 30, 1983 Total Job Total Profit Inception through June 30, 1982 Number Description Contract FLOSSI Income Cost Profit Completed Contracts; 3 -477 NAS, Moffett Field $ 599,701 $ 202,555 $ 318,000 $ 229,546 $ 88,454 3 -491 Chaides, S.F. Int'l Airport 83,411 20,996 21,471 12,720 8,751 3 -493 Chaides, San Tomas Express- way 66,531 35,062 5 -1829 Manufacturers Life 290,120 2,144 212,407 203,526 8,881 5 -1902 City of Pasadena Rose Bowl 266,516 59,257 6 -722 Brutoco, Long Beach Airport 189,260 62,591 6 -733 Ball, Ball & Brosamer, E. Portland Fwy. 303,597 159,680 x -xxxx Various, under $50,000 853,421 231,532 4,472 6,47 f2,00 0 Total Completed Contracts 4,005,497 906,720 1,041,238 873,133 168,105 Total Contracts 1_9,..397.373 1.564.520 S 1.041.238 1323,M I_168_,105 Current Period Estimated to Complete Income Cost Profit Loss Income Cost Profit $ 281,701 $ 167,600 $ 114,101 61,940 49,695 12,245 66,531 31,469 35,062 77,713 84,450 [6,737] 266,516 207,259 59,257 189,260 126,669 62,591 303,597 143,917 159,680 848,949 615,417 233,532 2,964,25 2,225,64 738,615 S 4,006,179 $ 3,098.397 97 782782 $ 4,349,956 $ 3,861,323 J-4 88.633