Loading...
HomeMy WebLinkAboutSteiny & Company Inc; 1990-05-09; 3318 & 3333- 0” Fabruary 9* WPQ . ADDIGMfa’llM NO. 1 BZ~/PRoJEcT NO, 13333 0 3318 - WFIC SIQNM AT C3ZST”UT/MOl AND cER3ao/cARLsEaAP PloUm includm thi attadam4 addanduor in tha Natico to Biddari/Rsl~;rret Lor Bids yuu bava far &Am abovr grojwt, Thfm addandurn-roceipt aaknowladwad-aust blb attachmd to your PMpoleal FowBZd whetn your bid is aubrPftt8d. m WAF& FX.t&U poRmmG omrclHh aszuj Btta”&on t 2 RC~QF2EGlr’ ?!cSI,V OF AX- NO, 1 u L=as--L%m~ B&dlhr’ 8 afDgeJrm c -r- : e - ., ADDENDUM NO. 1 PROJECT NAME: TRAFFIC SIGNALS AT CHESTNUT AVENUE AND MONROE STRl CERREZO DRIVE AND CARLSBAD BOULEVARD PROJECT NOS. 3318, 3333 BID DATE: FEBRUARY 15, 1990 The following change has been made to Page 48 of the Technic Specifications for pedestrain ramps for the above project payment for pedestrian ramps shall be considered Ita separate Bid Itemll. considered included in the lump sum price for the traffic signals and no separ payments will be made. 0 Last paragraph: Change to: Payment for pedestrian ramps shall If you have any questions, please call me at 438-1161. CE*C4. Project Manager e 2075 Las Palmas Drive- Carisbad, California 92009-4859-(61g) 438-1 14 - * February 13, 1990 ADDENDUM NO. 2 BID/PROJECT NO. 3318/3333 - Various Traffic Signals Please include the attached addendum in the Notice to Bidders/Request for Bids you have for the above project, This addendum--receipt acknowledged--must be attached to your Proposal Form/Bid when your bid is submitted. RF:cj Attachment e \ 1 I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2 \-\QQ----. " Bidder's Signature - 4) 1200 Carlsbad Village Drive * Carlsbad, California 92008-1 989 - (61 9) 434- * ADDENDUM NO. 2 PROJECT NAME: TRAFFIC SIGNALS AT CHESTNUT AVENUE AND Morn( STREET, CEREZO DRIVE AND CARLSBAD BOULEVARD PROJECT NOS: 3318 AND 3333 ORIGINAL BID DATE: FEBRUARY 15, 1990 - TIME: 4:OO P.M. REVISED BID DATE: FEBRUARY 20, 1990 - TIME: 4:OO P.M, The following change has been made to Sheet 1 of the traffic sign plans for the Cerezo/Carlsbad Boulevard traffic signal. Pole Schedule: 0 Standard for Pole "C" 18-2-70 Change to: 17-B-2-70. If you have any questions, please call me at 438-1161. i PAT ENTE I P&$- Project Manager 1.q -17 -7 5) 0 2075 Las Palmas Drive- Carlsbad, California 92009-4859- (61 9) 438- E 1 I PROPOSAL 4 1 I t I I 1 T I E # 1 P ? I TABLE OF CONTENTS ITEM PAGI NOTICE INVITING BIDS 1 t BIDDER'S BOND TO ACCOMPANY PROPOSAL 8 DESIGNATION OF SUBCONTRACTORS 9 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY 11 BIDDER'S STATEMENT OF TECHNICAL ABILITY & EXPERIENCE 12 NON-COLLUSIVE AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID 13 CONTRACT 14 CONTRACTOR'S CERTIFICATION OF AWARENESS OF WORKERS' COMPENSATION RESPONSIBILITY 19 CONTRACTOR'S CERTIFICATION OF AWARENESS OF IMMIGRATION REFORM AND CONTROL ACT OF 1986 19 CONTRACTOR'S CERTIFICATION OF COMPLIANCE OF AFFIRMATIVE ACTION PROGRAM 1s LABOR AND MATERIALS BOND 2c PERFORMANCE BOND 22 ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION 24 RELEASE FORM 2; f SPECIAL PROVISIONS Supplementary General Provisions 2: Technical Specifications 3( 1 6 1 1 1 0 1 1 1 t. I I 1 I 1 1 t 1 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Sealed bids will be received at the Office of the Purchasi Officer, City Hall, 1200 Elm Avenue, Carlsbad, California, unt 4:OO P.M. on the 15 day of February , 1990, at which ti they will be opened and read for performing the work as follows CONSTRUCTION OF CERREZO/CARLSBAD BLVD . AND MONROE/CHESTNUT AV t TRAFFIC SIGNALS CONTRACT NOS. 3318 AND 3333 The work shall be performed in strict conformity with t specifications therefor as approved by the City Council of the Ci of Carlsbad on file with the Municipal Projects Department. T specifications for the work shall consist of the latest edition the Standard Specifications of Public Works Constructio hereinafter designated as SSPWC, as issued by the Southern Chapte of the American Public Works Association. Reference is hereby ma to the specifications for full particulars and description of t work. The City of Carlsbad encourages the participation of minority a women-owned businesses. No bid will be received unless it is made on a proposal fc furnished by the Purchasing Department. Each bid must accompanied by security in a form and amount required by law. 3 bidder 1 s security of the second and third next lowest responsj bidders may be withheld until the Contract has been fully executc The security submitted by all other unsuccessful bidders shall returned to them, or deemed void, within ten (10) days after t Contract is awarded. Pursuant to the provisions of law (Pub] Contract Code Section 22300), appropriate securities may substituted for any obligation required by this notice or for i monies withheld by the City to ensure performance under tl Contract. If Contractor elects to use an escrow agent, Sect: 10263 of the Public Contract Code requires monies or securities deposited with State Treasurer or a state or federally chartei bank in California. The documents which must be completed, properly executed, i notarized are: IC 1. Proposal 2. Bidder's Bond 3. Designation of Subcontractors 4. Bidder's Statement of Financial Responsibility 5. Bidder's Statement of Technical Ability and Experiencj 6. Non-collusion Affidavit 1 1 1 1 a ! I 1 1 a 3 II I 1 3 P 1 All bids will be compared on the basis of the Engineer's Estimatc The estimated quantities are approximate and serve solely as basis for the comparison of bids. The Engineer's Estimate is $122,000.00. No bid shall be accepted from a Contractor who has not bet licensed in accordance with the provisions of State law. TI Contractor shall state his or her license number and classificatic in the proposal. The following classifications are acceptable fc this contract: llA" or lrC-lO" in accordance with the provisions ( State law. The Contractor shall state his or her license numb1 and classification in the proposal. If the Contractor intends to utilize the escrow agreement includl in the contract documents in lieu of the usual 10% retention frl each payment, these documents must be completed and submitted wi the signed contract. The escrow agreement may not be substitut at a later date. Sets of plans, special provisions, and Contract documents may obtained at the Purchasing Department, City Hall, 1200 Elm Aven Carlsbad, California, for a non-refundable fee of $10.00 per se The City of Carlsbad reserves the right to reject any or all bi and to waive any minor irregularity or informality in such bids The general prevailing rate of wages for each craft or type worker needed to execute the Contract shall be those as determir by the Director of Industrial Relations pursuant to the Sectic 1770, 1773, and 1773.1 of the California Labor Code. Pursuant Section 1773.2 of the California Labor Code, a current copy applicable wage rates is on file in the Office of the Carlsbad Ci Clerk. The Contractor to whom the Contract is awarded shall r pay less than the said specified prevailing rates of wages to 2 workers employed by him or her in the execution of the Contract The Prime Contractor shall be responsible to insure compliance wj provisions of Section 1777.5 of the California Labor Code E Section 4100 et seq. of the Public Contracts Code, "Subletting ( Subcontracting Fair Practices Act." The provisions of Part 7, Chapter 1, of the California Labor CI commencing with Section 1720 shall apply to the Contract for wo A prebid meeting and tour of the project site will not be held Bidders are advised to verify the issuance of all addenda receipt thereof one day prior to bidding. Submission of b without acknowledgment of addenda may be cause of rejection of b t 1) I s; i II SI 1 e I b 1 I I II li I I P Y Bonds to secure faithful performance of the work and payment ( laborers and materials suppliers each in an amount equal to 01 hundred percent (100%) and fifty percent (50%) , respectively, ( the Contract price will be required for work on this project. The Contractor shall be required to maintain insurance as specific in the contract. Any additional cost of said insurance shall 1 included in the bid price. Approved by the City Council of the City of Carlsbad, Californi by Resolution No. 89-4/41 adopted on the 5F/ day of DECEM& 1989. ? Lt&?&, 2/ "p/LzkA- Aletha L. Rautenkranz, City filerk $*y y', l"t9e I 1 1 I I I I I I I 1 li I P I CITY OF CARLSBAD CONTRACT NOS. 3318 AND 3333 PROPOSAL t City Council City of Carlsbad 1200 Elm Avenue Carlsbad, California 92008 The undersigned declares he/she has carefully examined the locati of the work, read the Notice Inviting Bids, examined the Plans a Specifications, and hereby proposes to furnish all labc materials, equipment, transportation, and services required to all the work to complete Contract Nos. 3318 and 3333 in accordar with the Plans and Specifications of the City of Carlsbad, and t Special Provisions and that he/she will take in full payme therefor the following unit prices for each item complete, to wi I Item Description with Approximate Unit Item Unit Price or Lump Sum Quantity No. Price Written in Words and Unit Price Tot Traffic Signal at Monroe L.S. L.S. - b~, QQO* 1/-8 bo2,m*op b1 Street and Chestnut Ave.,g complete, in place, and b1 d rn//Ob d?&!.&w Lump Sum Dollars 2 Traffic Signal at L.S. L.S. - dSCYI/m.oo 5q,m.'0 5-$ Cerrezo Avenue and Carlsbad Boulevard, complete, in place, I Lump Sum Dollars I; Item Description with Approximate Unit Item Unit Price or Lump Sum Quantity No. Price Written in Words and Unit Price Tot 3 Three Exposed Aggregate 3 EA - 4 '7',80?. OB 7% f Street Lights on Carlsbad Blvd. between Manzano Dr. 3 and Palomar Airport Rd. complete, in place, and i I 1 I I 1 1 s I I 1 I 1 I P I d MA3//00 ALUiwL Db Total amount of bid in numbers: Price(s) given above are firm for 90 days after date of k opening. $L3D.+d7, Addendum (a) No (s) . I aW!L 2- has/have been receix and is/are included in this proposal. b i I I 1 B I I I 1 n I I ji - - T 1 1) 5 All bids are to be computed on the basis of the given estimate quantities of work, as indicated in this proposal, times the un price as submitted by the bidder. In case of a discrepancy betwe words and figures, the words shall prevail. In case of an err in the extension of a unit price, the corrected extension shall calculated and the bids will be computed as indicated above a compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or correctio may be crossed out an'd typed or written in with ink and must initialed in ink by a person authorized to sign for the Contract0 The Undersigned has checked carefully all of the above figures a t understands that the City will not be responsible for any error omissions of the part of the Undersigned in making up this bid. The Undersigned agrees that in case of default in executing t required Contract with necessary bonds and insurance polici within twenty (20) days from the date of Award of Contract by ci Council of the City of Carlsbad, the proceeds of check or bc accompanying this bids shall become the property of the City Carlsbad. Licensed in accordance with the Statutes of the State of Californ providing for the registration of Contractors, License No./U Classification(s) ,4 i C-I(I . The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of t I, City of Carlsbad is personally interested, directly indirectly, in this Contract, or the compensation to paid hereunder: that no representation, oral or writing, of the City Council, its officers, agents, employees has inducted him/her to enter into tl- Contract, excepting only those contained in this form Contract and the papers made a part hereof by its tern and That this bid is made without connection with any persc firm, or corporation making a bid for the same work, E is in all respects fair and without collusion or frauc Accompanying this proposal is / (Cash, Certified Check, Bond or Cashier's Chec for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of Section 3700 of 1 California Labor Code which requires every employer to be insul against liability for workers' compensation or to undertake se: insurance in accordance with the provisions of that code, i agrees to comply with such provisions before commencing . performance of the work of this Contract. 2. I 1 I I 11 I I s s I II 1 I P I The Undersigned is aware of the provisions of the State California Labor Code, Part 7, Chapter 1, Article 2, relative the general prevailing rate of wages for each craft or type worker needed to execute the Contract and agrees to comply wi its provisions. 448- 7800 t Phone Number - uthori e ignature eeM-*- I Date Date Authorized Signat1 m3 c%:3dLk~y Type df Organization i/-2 c -2 0 (Individual, Corporation, 01 List below names of President, Secretary, Treasurer, and Managc if a corporation; and names of all partners, if a partnership: Partnership) b (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALS MUST I ATTACHED) (Corporation) ** :: F : .* 1 STATE OF CALIFORNIA } ss hI 2 i COUNTY OF .?%>!? \)( f ('4 c\ 2 1 , \qqct before me, the undersigned, a Notary Public in and for saic , personally known to me (or proved to mc Secretary of the corporation that executed the within Instrument fA * On e fiV~~,t?4 (\\ PI g 3 State, personally appeared i>(>y-) LA,? 1') A]-+ El vJ b; on the basis of satisfactory evidence) to be the z w g X known to me to be the persons who executed the within % y Instrument on behalf of the corporation therein named, and ep Q acknowledgez to me that such corporation executed the within u I? instrument pursuant to its by-laws or a resolution of its board i J. ofdirector F WITNESS my hand and official seal President, and known to me to be e T E z signature -L)VlS_ qf R. Ek dEWb SW DIEGO COU~NNTY k& Comm. expires NOV ! .- i p ;A\[$: 9 \\/ yqvp\ Name (Typed or Pnnted) OFC-2058 .. ;*Fa: (Corporation) *. *** 1 ss 1 STATE OF CALIFORNIA hI g 1 COUNTY OF ~,~~t~'(~~J~> \ p;qp before me, the undersigned, a Notary Public in and for said , personally known to me (or proved to me Secretary of the corporation that executed the within Instrument, _- 21 ti-k-m If4 k\[ $! g On state, personally appeared b?\d. b\c c !1 !'rC ~1 on the basis of satisfactory evidence) to be the \ i(l - President, and g w known to me to be 8 I known to me to be the persons who executed the wlthln cr y Instrument on behalf of the corporation therein named, and & n acknowledged to me that such corporation executed the within m 2 1nStmment pursuant to its by-laws or a resolution of its board z a ofdirectors WITNESS my hand and official Seal k; & E Signature *- g ?I 7q ". .pir I(-\ b f'p,q .. L&,-Pi / 3.1 j K >kk: I\ )<;yy Name (Typed or Printed) OFC-2058 State of California County of Los Angeles On this 6thdaY of FEBRUARY in the year 1990 before me per appeared JEAN WILLCOX personalIy known to me (or pro1 me on the basis of satisfactory evidence) to be the person whose nl Subscribed to this instrument as the Attorney-in-Fact of SAFECO INSUR COMPANY OF AMERICA and acknowledged to me that he subscribed the of the said company thereto as Surety, and her own name as Attorney-in-Fa . LY A,....-_ --__ _I .. (Corporation) :*Fa: } ss. *. I* 1 STATE OF CALIFORNIA hl e--, - fl ' COUNTY OF _A~ko< ( .tncJ\b _- $1 k+\T \h \-\: ! , iG,C\() before me, the undersigned, a Notary Public in and for said , personally known to me (or proved to me Secretary of the corporation that executed the within Instrument, 21 - On State, personally appeared \>>'tj. b'ic t !I ?'ips F g ,,, on the basis of satisfactory evidence) to be the 3 i known to me to be 2 I known to me to be the persons who executed the within cr y Instrument on behalf of the corporation therein flamed, and 6 n acknowledged to me that such corporation executed the within c) z instrument pursuant to its by-laws or a resolution of its board 2 * of directors. WITNESS my hand and official seal. \'; \ ( <-, President, and TRACY D EKDOM NOTARY PUBLIC - CALIFORNIA *I? E 1 Signature '.,\qy? v *. 2"\_r ,LC \k . C' _, 113 ..- ;%,@.I.;.\ t 8) .-.'a .: ; 3.f ii ,< I ,< \,\ . $i;3y;p<\ e Lz Name (Typed or Printed) OFC-2058 State of California County of Los Angeles On this 6thday of FEBRUARY in the year 1990 before me per: personally known to me (or proT appeared JEAN WILLCOX me on the basis of satisfactory evidence) to be the person whose n: Subscribed to this instrument as the Attorney-in-Fact of SAFECO INSUR COMPANY, OF AMERICA and acknowledged to me that he subscribed the of the said company thereto as Surety, and her own name as Attorney-in-Fac f BID BOND NO. 623057 k *- BID DATE: FEBRUARY 15, i 9 BIDDER'S $OND TO ACCOMPANY PROPOSAL d - KNOW ALL PERSONS BY THESE PRESENTS: That we, STEINY AND COMPANY, .IN@. I Surety, are held and firmly bound unto the City of Carl: 1 California, in an amount as follows: (must be at leas1 i I Principal, and SAFECO INSURANCE COMPANY OF AMERICA f I ! percent (10%) of the bid amount) i 1 > I - for which payment will and truly made, we bind ourselves heirs, executors and administrators, successors or ass jointly and severally, firmly by these payments. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that i proposal of the above-bounden principal for: TRAFFIC SIGNALS AT CHESTNUT AVENUE AND MONROE STREET, CEREZO DRIVE AND CARLSBAD BOULEVARD. in the City of Carlsbad, is accepted by the City Council of City, and if the above bounden Principal shall duly enter and execute a Contract including required bonds and insu policies within twenty (20) days from the date of Awa Contract by the'City Council of the City of Carlsbad, being notified of said award, then this obligation shall become and void; otherwise, it shall be and remain in full forc effect, and the amount specified herein shall be forfeited t said City. In the event any Principal above named executed this bond individual, it is agreed that the death of any such Prin shall not exonerate the Surety from its obligations under bond IN WITNESS WHEREOF, we hereunto set our hands and seals 0 6tMay of FEBRUARY , 1990 =z. 9 Corporate Seal (If Corporation) STEINY AND COMPANY, INC. Principal c -II_ Title ATTORNEY-IN-FACT (Notarial acknowledgement execution by all PRINCIPA (Attach acknowledgement of and SURETY must be attach Attorney in Fact) d f. L (I . STEINY AND COHPLvJY8 INC. BALANCE SHEETS September 30, 1989 and June 30, 1988 \ . ASSETS 1989 1988 CURRENT ASSETS Cash $ 67Sr870 8 736r71 Notes receivable, affiliate (Note 7) 8158000 615,01 Contracts receivable (Note 2) 16,884,659 16,866,01 Costs and estimated earnings in excess of billings on uncompleted contracts (Note 8) 3,607,480 4,34880' Prepaid expenses and deposits 272,887 3884 Deferred income taxes (Note 4) -- 2086 Income taxes receivable 13,4a5 Total current assets 22,269,381 22, 624 8 9 PROPERTY AND EQUIPMENT (Notes 5 and 9) Land 1,O 26,345 1,026,3 Shop equipment 691,656 676,4 \ Autolaotive equipment 673,286 664,6 Furniture and fixtures 355,492 314,l Leasehold improwements 582,101 56812 38 92% 998 3,8S0,9 Less accumulated depreciation 1,925,868 1,60614 2,004,130 2,24484 Buildings 601,118 601~ OTHER ASSETS Refundable life insurance premiums (Note 7) 263,024 204,9 Cash surrender value of officers' life insurance, net of loans of $98,256 in 1989 and 1988 138,562 130, 2 401,586 335,l $24,6758097 $25,20485 The Note8 to Financial Statements are an integral part of these statemen 7 -2- STEINY AND COMPANY, INC. STATEMENTS OF INCOME Fifteen-Month Period Ended September 30, 1989 and Year Ended June 30, 1988 e 1989 (Note 10) Earned revenues $82,623,751 $76, 68 I 71,695,521 - Gross profit 10,928,230 7, Cost of earned revenues Other operating revenue 81,807 11,010,037 7, Selling expenses 489,375 General and administrative expenses 7,100,268 5, Operating income 3,420,394 1, 0 Other income (expense): Financial expense, net of interest income of $93,120 in 1989 and $45,065 in 1988 (10,122) Other income 110,010 Other expense (39,504) Income before taxes on income 3,480,778 1, Federal and State income tax expense (benefit) including effect of deferred taxes, 1988 $(3,668,094) (Note 4) 125,464 ! Net income $ 3,355,314 $ 1,r The Notes to Financial Statements are an integral part of these st 0 -3- STEINY AND COMPANY, INC. STATEMENTS OF RETAINED EARNINGS Fifteen-Month Period Ended September 30, 1989 and Year Ended June 30, 1988 e 1989 (Note lo) Balance, beginning $ 8,213,194 $6 1 $11,568,508 $8 - Add net income 3,355,314 _. - Balance, ending The Notes to Financial Statements are an integral part of these s a 0 -4- STEINY AND COMPANY, INC. STATEMENTS OF CASH FLOWS Fifteen-Month Period Ended September 30, 1989 and Year Ended June 30, 1988 Increase (Decrease) in Cash e 1989 (Note 10) CASH FLOWS FROM OPERATING ACTIVITIES Cash received from customers $82,412,115 $7: Cash paid to suppliers and employees (77,837,615) (71 Interest received 93,120 Interest paid (103,242) Income taxes paid (1,518,000) (: Settlements paid on lawsuits -- Increase in refundable life insurance - p remi ums (58 , 081) Net cash provided by (used in) (1 - operating activities 2,988,297 CASH FLOWS FROM INVESTING ACTIVITIES Proceeds from sale of property, Payment for purchase of equipment plant and equipment 10,000 (159 , 190 1 - (149,190) - Net borrowing under line of credit -- L Net principal payments on line of credit (2,700,000) (200,000) - Loan to affiliate (2,900,000) - Net cash used in investing activities a CASH FLOWS FROM FINANCING ACTIVITIES Net cash provided by (used in) 2 financing activities Net increase (decrease) in cash (60,893) Cash at beginning of period 736,763 Cash at end of period - $ 675,870 $ -- The Notes to Financial Statements are an integral part of these s a -5- STEINY AND COMPANY, INC. STATEMENTS OF CASH FLOWS Fifteen-Month Period Ended September 30, 1989 and Year Ended June 30, 1988 Increase (Decrease) in Cash e 1989 (Note 10) RECONCILIATION OF NET INCOME TO NET CASH PROVIDED BY OPERATING ACTIVITIES Net income Adjustments to reconcile net income to net cash provided by (used in) operating activities: $ 3,355,314 $ 1 - Depreciation 399,453 Gain on sale of asset (9,936) Bad debt expense 375,177 Decrease (increase) in: Accounts receivable (393,829) (3 Costs in excess of billings 740,615 Deferred income tax benefit 20,606 Prepaids (234,419) Refundable life insurance premiums (58,081) Cash surrender value of officers' life insurance (8r319) Increase (decrease) in: Accounts payable and accrued expenses (2,499,425) 1 Costs in excess of billings 2,693,367 Income taxes payable (1,412,829) e 20 , 603 Accounts payable, affiliate (3 Deferred taxes payable Total adjustments (367,017) (3 -- - Net cash provided by (used in) $ 2,988,297 $(1 - - operating activities The Notes to Financial Statements are an integral part of these s' a -6- STEINY AND COMPANY, INC. NOTES TO FINANCIAL STATEMENTS September 30, 1989 e Note 1. Significant Accounting Policies Accounting for long-term contracts: The Company recognizes income on long-term contract on the percentage-of-completion method. The percentage of completion is determined by relating the actual cost of work performed to date to the current estimated total cost of the respective contracts. At the time a loss on a contract becomes known, the entire amount of the estimated ultimate loss on bot short and long-term contracts is accrued. Changes in estimated profitability are recognized in the period in which the revisions are known. Costs and estimated earnings in excess of billings on uncompleted contracts represent the excess of costs incurred and profits recognized on the percentage-of-completion accounting method to date over billings to date on certain contracts. Billings in excess of costs and estimated earnings represent the excess of billings to date over cost5 incurred and profits recognized on the percentage- of-completion accounting method to date on the remaining contracts. Property and equipment: a Property and equipment are stated at cost. Property and equipment are being depreciated using the straight-line method over periods ranging from to 10 years for shop equipment; 2 to 6 years for furniture and fixtures; 2 to 5 years for automotivc equipment; 10 to 20 years for buildings; and over the applicable lease terms for leasehold improve- ments. Maintenance and repairs are charged to expense as incurred. The cost and accumulated depreciation 0: items of property and equipment retired or otherwi: disposed of are removed from the related accounts, and any residual values are charged or credited to 0 income . -7- STEIN AND COMPANY, INC. NOTES TO FINANCIAL STATEMENTS e September 30, 1989 Note 2. Contracts Receivable 1988 1989 Contracts receivable $12 I 370 I 159 $1 2,49 2,93! Retentions 4,530, 379 4 , 3 8 8 , 9 4 ‘1 16,900,538 16,881,886 doubtful accounts 15,879 15,875 Less allowance for $16,884,659 $16,866 100; The retentions receivable at September 30, 1989 include approximately $1,080,852 that is not expected to be coll within one year. Note 3. Line Of Credit The Company has available a $4,000,000 unsecured line of credit with Bank of America effective through January 31 1990. Borrowings under the line of credit bear interest the prime rate, with interest payable monthly. There we amounts outstanding at September 30, 1989. The amount outstanding at June 30, 1988 was $2,700,000. The prime interest rate at September 30, 1989 was 10.318. e Note 4. Income Taxes On September 30, 1988, the Company elected Subchapter S treatment pursuant to the Internal Revenue Code of 1986. Subchapter S Corporation, all Federal income taxes are pi personally by the stockholders. Accordingly, no provisic been made for Federal income taxes for the period ended September 30, 1989. If the election had not been in effe the Federal and State income taxes payable by the Corpor would have approximated an additional $1,300,000. The St tax rate for Subchapter S Corporations is 2.5%, therefore Company has a State tax provision of $125,464 for the yea September 30, 1989. 0 -8- STEINY AND COMPANY, INC. NOTES TO FINANCIAL STATEMENTS e September 30, 1989 Note 4. Income Taxes (Continued) The provision for Federal and State income taxes, as re. the statements of income, consists of the following: Fe de ra 1 State Tota September 30, 1989 -- $125,464 $ 125 -- -- Current $ $ Defer red $125,464 $ 125 -- June 30, 1988 Current $2,765,846 $823,498 $3,589 Deferred (2,854,024) (814,070) (3,668 $ (88,178) $ 9,428 $ (78 Deferred taxes result from timing differences in recogn certain income and expense items for financial reportin! For the year ended September 30, 1989, no significant t differences occurred so there are no Federal or State deferred taxes. For the year ended June 30, 1988, the significant timinc difference occurred because the prior tax law allowed contractors to recognize income on contracts opened heft February 28, 1986 using the completed contract method wl generally accepted accounting principles only allowed r( to be recognized using the percentage-of-completion met1 Due to the provisions of the Tax Reform Act of 1986, a1 contracts opened after February 28, 1986 were accounted on the percentage-of-completion method for tax accounti purposes. During 1987, the Financial Accounting Standards Board i a new standard that required the Company to change its 1 of accounting for deferred income taxes. Deferred taxe represent the amount of taxes payable in future years a: result of timing differences at the end of the current year. Although required adoption of the new standard i, scheduled for calendar year 1989, the Company elected t comply for the fiscal year ended June 30, 1988 by recorc cumulative catch-up adjustment. e income tax purposes e -9- STEINY AND COMPANY, INC. NOTES TO FINANCIAL STATEMENTS September 30, 1989 0 Note 4. Income Taxes (Continued) The significant items that affect deferred taxes for thi fiscal year are the effect of recognizing profit for ta: purposes on contracts accounted for on the completed COI method and the cumulative catch-up adjustment to comply the new Financial Accounting Standards Board pronouncemc Differences in earned revenues reported by the completed contract method and the percentage-of-completion method California franchise tax deducted for financial statement purposes in the current year, not deducted for tax purposes until the General and administrative expenses due to the Uniform FASB 96 cumulative catch-up adjustment 1989 $(3, -- $ following year -- Cap i t a1 i za t ion Rules -- (1, $(3, -- - -- $ - e Note 5. Lease Commitments As lessee: The Company leases its operating facilities and certain construction equipment under non-cancelable operating leases expiring in the next four years. In most cases, management expects that in the normal course of business, leases will be renewed or replaced by new leases. The following is a schedule by years of future minimum rental payments required under non- cancelable operating leases that have initial or remaining lease terms in excess of one year: Year ending September 30, 1990 $ 842,672 1992 119,435 1991 395,374 1993 22,868 $1,380,349 a - 10 - STEINY AND COMPANY, INC. NOTES TO FINANCIAL STATEMENTS September 30, 1989 e Note 5. Lease Commitments (Continued) As lessee: (continued) Rental expense amounted to $1,604,417 in 1989 and $1,101,921 in 1988. Included above are amounts paid to a related party (see Note 7). As lessor: The Company leases part of its Orange County facility to another firm under a non-cancelable operating lease. The building is carried at cost of $601,118 less accumulated depreciation of $177,831. Minimum future rentals for the year ending September 30 are: 1990 $74,466 1991 74 , 466 1992 74,466 1993 74,466 Note 6. Employee Profit Sharing And Stock Ownership Plans @ On September 1, 1984, the employee profit sharing retire1 plan was terminated. All participants at that date becai 100% vested. The plan assets are to be held in trust uni normal distribution as specified in the original plan agreement . On April 12, 1976, the Company established a qualified contributory employee stock ownership plan (ESOP) coverii substantially all of its non-union employees. Employees eligible to participate after one year of service with vesting at 10% for each year of service. Contributions t the plan can be made in the form of Company stock or cast The Company is under no obligation to make contributions maintain the plan for any length of time and may complete discontinue or terminate the plan at any time without liability. Cash contributions to the employee stock ownership plan amounted to $564,273 and $495,599 for the years ended June 30, 1989 and 1988, respectively. The PI year-end has not been changed to Company's year-end of September 30. 0 - 11 - STEINY AND COMPANY, INC. NOTES TO FINANCIAL STATEMENTS September 30, 1989 0 Note 7. Related Party Transactions The Company rents facilities in Baldwin Park from Mr. J. Steiny, the Company's president and majority stockholder The Company also rents facilities in Los Angeles, Vallej El Cajon from the Steiny Family Trust. The facility at Cajon is a new lease effective September 1, 1988. The r expense amounted to $226,000 and $106,800 for the fiftee month period ended September 30, 1989 and year ended Jun 1988, respectively. Future minimum rental payments have included in lease commitments (see Note 5). The Company has had several transactions with its affili Computer Service Company, which involve purchases amount to $656,679 and $858,999 for the fifteen-month period en September 30, 1989 and year ended June 30, 1988, respec- tively, and outstanding accounts payable due the affilia. amounting to $245,608 and $225,005 at the above dates. ' Company had short-term notes receivable from Computer Se: Company amounting to $815,000 and $615,000 at September 1989 and June 30, 1988, respectively. The interest rate the notes is 9-1/2&. Interest income on the notes for t fifteen-month period ended September 30, 1989 and year ei June 30, 1988 amounted to $82,084 and $45,065, respectivl The Company has a split-dollar life insurance agreement i the J. 0. Steiny Insurance Trust. Under the terms of thl agreement, the Company pays the insurance premiums as thc become due and will subsequently be reimbursed when the insurance policy is terminated. The amount to be reimbui is classified as an Other Asset on the balance sheets. Refundable life insurance premiums as of September 30, 15 and June 30, 1988 amounted to $263,024 and $204,943 respectively. The Company allows its affiliate, Computer Service Compal to use part of its Orange County facility at no charge. e 0 - 12 - STEINY AND COMPANY, INC. NOTES TO FINANCIAL STATEMENTS 0 September 30, 1989 Note 8. Contracts In Process Comparative information with respect to contracts in pr follows: 1989 Expenditures on uncompleted contracts $90,533,644 $83 2 Earned revenue 95,941,084 8E 85 Estimated gross profit 5,407,440 - Less billings applicable thereto 98,717,892 - $(2,776,808) - $ - Included in accompanying balance sheets under following captions: Costs and estimated earnings in excess of billings on uncompleted contracts $ 3,607,480 $L and estimated earnings (6,384, 288) - 0 Billings in excess of costs (: $(2,776,808) - - $ Note 9. Contingencies Litigation: During the fiscal year ended June 30, 1988, the Company settled a complaint, filed in January 1987 for various violations of the trade regulations laws. The settlement provided for voluntary dismissal of all causes of action in consideration for payment of $375,000 to the plaintiffs. The settlement is reflected in the income statement fo the year ended June 30, 1988. e - 13 - STEINY AND COMPANY, INC. NOTES TO FINANCIAL STATEMENTS a September 30, 1989 Note 9. Contingencies: (Continued) Litigation (continued) The Company is currently the defendant in a civil I filed in April 1987, which charges the Company with various violations of the laws relating to trade regulation. Also, in the normal course of its busi the Company becomes involved in other litigation. Management and its counsel are unable to predict tk ultimate outcome of the claims and the amount of dz which could be awarded thereunder. The Company doe anticipate any material losses resulting from thosc claims. Note 10. Change In Fiscal Year The Company changed its fiscal year-end to September 3( The change resulted in fifteen months for fiscal perioc September 30, 1989 and twelve months for the prior per: 0 ended June 30, 1988. m - 14 - 1 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE The Bidder is required to state what work of a similar charactc to that included in the proposed Contract he/she has successful performed and give references, with telephone numbers, which wi enable the City to judge his/her responsibility, experience ai skill. An attachment can be used, if notarized or sealed. i 1 I 1 I 1 t :*Fa: 1 STATE OF CALIFORNIA *. E b I 1 1 E 1 fi I P t I L. I Date I IName and Phone' I I 1 I I , I I I 1 I I (Corporation) .. C e.* h 2 ~ COUNTY OF 'I&! h cci 0 undersigned, a Notary Public in and for sald , personally known to me (or proved to me Secretary of the corporation that executed the wlthln Instrument, ' X known to me to be the persons who executed the within 9 y Instrument on behalf of the corporation therein named, and &' 2 acknowledged to me that such corporation executed the wlthin u c instrument pursuant to its by-laws or a resolution of its board OFC-2058 I L 'I ' Q. u w Signature (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION MUST BE ATTACHED.) (CORPORATE SEAL) j NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMIITED WITH BID 0 State of Cal i fornia 1 ) ss. County of 1 Don McCliir~ , being first duly sworn, depo: (Name of Bidder) and says that he or she is Vice Preqident of Steiny and Company, Inc. the party making the foregoing bid that the bid is not made in the interest ( or on behalf of, any undisclosed person, partnership, company, associatic organization, or corporation; that the bid is genuine and not collusive or sh: that the bidder has not directly or indirectly induced or solicited any ott bidder to put in a false or sham bid, and has not directly or indireci colluded, conspired, connived, or agreed with any bidder or anyone shall refri from bidding that the bidder has not in any manner, directly or indirect' sought by agreement communication, or conference with anyone to fix the I price, or of that of any other bidder, or to fix any overhead, profit, or ci element of advantage against the public body awarding the contract of anyc interested in the proposed contract; that all statements contained in the 1 are true; and further, that the bidder has not, directly or indirectly submit his or her bid price or any breakdown thereof, or the contents thereof, divulged information or data relative thereto, or paid, and will not pay, fee to any corporation, partnership, company association, organization, ' depository, or to any member or agent thereof to effectuate a collusive or s bid. I declare under penalty of perjury that the foregoing is true and correct (Tit? e) (Name of Firm) # that this affidavit was executed on the z6 day of Lk-, 199 - - Signature of Bidder 9 19 - day of k ~ ;4' -+> i /'I 9, pi i' J Subscribed and sworn to before me on the ;A 1- (NOTARY SEAL) ,. a 3-90 3 I CONTRACT - PUBLIC WORKS PVf?l- , lW, by ar between the City of Carlsbad, California, + a m cipal corporatior This agreement is made this F day of (hereinafter called lcCityll), and whose pginciparface of business is 1083 Cuyamaca, El Cajon CA 92C (hereinafter called "Contractor". ) City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all WOI II 8 1 I I 1 I I 1 1 8 1 I 1 P I pinv and C v) Inc. t specified in the Contract documents for: CONSTRUCTION OF CERREZO/CARLSBAD BLVD. AND MONROE/CHESTNUT AVE, TRAFFIC SIGNALS PROJECT NOS. 3333 AND 3318 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provic all labor, materials, tools, equipment, and personnel t perform the work specified by the Contract documents. 3. Contract Documents. The Contract documents consist of th: Contract; the bid documents, including the Notice t Bidders, Instructions to Bidders' and Contractor: Proposals; the Plans and Specifications, the Speciz Provisions, and all proper amendments and changes mac thereto in accordance with this Contract or the Plans a1 Specifications, and the bonds for the project; all of whic are incorporated herein by this reference. The Contractor, her/his subcontractors, andmaterials suppliers shall provide and install the work as indicated, specified, and implied by the Contract documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise her/his subcontractors and materials suppliers of this condition of the Contract will not relieve her/him of the responsibility of compliance. b 4. Payment. All full compensation for Contractor's performanc of work under this Contract, City shall make payment to tl I 3 Contractor per Section 9-3 of the Standard SpecificatioI for Public Works Construction. The closure date for eac monthly invoice will be the 30th of each month. Invoices from the Contractor shall be submitted accordii to the required City format to the City's assigned projec manager no later than the 5th day of each month. Paymeni will be delayed if invoices are received after the 5th I each month. The final retention amount shall not 1 released until the expiration of thirty-five (35) da: following the recording of the Notice of Completion pursua: to California Civil Code Section 3184. i 1 8 1 I 1 I b 6. I I I II I 8 5. Independent Investiqation. Contractor has made Independent Investigation of the jobsite, the so conditions at the jobsite, and all other conditions th might affect the progress of the work, and is aware of tho conditions. The Contract price includes payment for a work that may be done by Contractor, whether anticipated ( not, in order to overcome underground conditions. AI information that may have been furnished to Contractor 1 City about underground conditions or other job conditio] is for Contractor's convenience only, and City does nc warrant that the conditions are as thus indicate( Contractor is satisfied with all job conditions, includii underground conditions and has not relied on informatii furnished by City. Contractor Responsible for Unforeseen Condition Contractor shall be responsible for all loss or damal arising out of the nature of the work or from the action the elements or from any unforeseen difficulties which m arise or be encountered in the prosecution of the work unt its acceptance by the City. Contractor shall also responsible for expenses incurred in the suspension discontinuance of the work. However, Contractor shall n be responsible for reasonable delays in the completion the work caused by acts of God, stormy weather, extra wor or matters which the specifications expressly stipulate wi be borne by City. 7. Chanse Orders. City may, without affecting the validity 1 the Contract, order changes, modifications and extra wo by issuance of written change orders. Contractor shall ma no change in the work without the issuance of a writt change order, and Contractor shall not be entitled compensation for any extra work performed unless the Ci has issued a written change order designating in advance t amount of additional compensation to be paid for the wor If a change order deletes any work, the Contract price sha be reduced by a fair and reasonable amount. If the parti are unable to agree on the amount of reduction, the wo shall nevertheless proceed and the amount shall determined by litigation. The only person authorized a t i 3 order changes or extra work is the Project Manager. TI written change order must be executed by the City Manager if it is for $15,000.00 or less or approved by the Cit Council and executed by the Mayor if the amount of tl change order exceeds $15,000.00. I I I I 1 B 8 1 1 8 1 U I 1 P 1 8. Immiqration Reform and Control Act. Contractor shall compl with the requirements of the llImmigration Reform and Contrc Act of 1986" (8 USC Section 1101-1525). t 9. Prevailins Waqe. Pursuant to the California Labor Code, tl. director of the Department of Industrial Relations hi determined the general prevailing rate of per diem wages : accordance with California Labor Code, Section 1773 and copy of a schedule of said general prevailing wage rates : on file in the office of the Carlsbad City Clerk, and : incorporated by reference herein. Pursuant to Californ: Labor Code, Section 1775, Contractor shall pay prevailii wagers. Contractor shall post copies of all applicab: prevailing wages on the job site. 10. Indemnity. Contractor shall assume the defense of, pay a: expenses of defense, and indemnify and hold harmless tl City, and its officers and employees, from all claims, 10s: damage, injury and liability of every kind, nature ai description, directly or indirectly arising from or : connection with the performance of the Contractor or worl or from any failure or alleged failure of Contractor 1 comply with any applicable law, rules or regulatioi including those relating to safety and health; except fc loss or damage which was caused solely by the acti7 negligence of the City; and from any and all claims, 10s: damages, injury and liability, howsoever the same may I caused, resulting directly or indirectly from the nature i the work covered by the Contract, unless the loss or damac was caused solely by the active negligence of the City. TI expenses of defense include all costs and expenses includii attorneys fees for litigation, arbitration, or other dispu- b I resolution method. 11. Insurance. Without limiting Contractor's indemnificatioi it is agreed that Contractor shall maintain in force at a times during the performance of this agreement a policy ( policies of liability insurance at least $1,000,000.1 combined single limit covering its operations, includi! coverage for contractual liability and insurance coveri: the liability set forth herein. The policy or policies shall comply with the special insurance instructions in the Supplementary General Provisions and shall contain the following clauses: I A. '*The City is added as an additional insured as respect operations of the named insured performed under contrac with the City." "It is agreed that any insurance maintained by the Cil shall apply in excess of and not contribute wit1 insurance provided by this policy.11 B 1 1 1 I I 1 I 0 I 8 I 1 P 1 B. t All insurance policies required by this paragraph sha: contain the following clause: A. "This insurance shall not be cancelled, limited or no] renewed until after thirty (30) days written notice h, been given to the City." B. "The insurer waives any rights of subrogation it has t may have, against the City or any of its officers ( employees. 'I Certificates of insurance evidencing the coverage requirt by the clauses set forth above shall be filed with the Ci. prior to the effective date of this agreement. 1 12. Workers' Compensation. Contractor shall comply with t requirements of Section 3700 of the California Labor Cod Contractor shall also assume the defense and indemnify a save harmless the City and its officers and employees fr all claims, loss, damage, injury, and liability of eve kind, nature, and description brought by any person employ or used by Contractor to perform any work under th Contract regardless of responsibility for negligence. b 13. Proof of Insurance. Contractor shall submit to the Ci certification ofthe policies mentioned in Paragraphs 10 a 11 or proof of worker's compensation self-insurance pri to the start of any work pursuant to this Contract. 14. Claims and Lawsuits. Contractor shall comply with t Government Tort Claims Act (California Government Co Section 900 et seq.) prior to filing any lawsuit for brea of this contract of any claim or cause of action for mon or damages. 15. Maintenance of Records. Contractor shall maintain and ma available at no cost to the City, upon request, records accordance with Sections 1776 and 1812 of Part 7, Chapt If t 1, Article 2, of the California Labor Code. Contractor does not maintain the records at Contractor principal place of business as specified above, Contract shall so inform the City by certified letter accompanyi the return of this Contract. Contractor shall notify t City by certified mail of any change of address of su records. .. (Corporation) :jf; *+ 9.0 } ss 1 STATE OF CALIFORNIA $ 1 CO"NTYOF\%Q pv:c\L 9 - !+ On Ap;\ % ae- , \Q%? * State, personally appeared 'plh?! bl<fb!A d .t', $ ; on the basis of satisfactory evidence) to be the 3 w known to me to be g x known to me to be the persons who executed the within k y Instrument on behalf of the corporation therein named, and 6 n. acknowledged to me that such corporation executed the within a 2 instrument pursuant to its by-laws or a resolution of its board WITNESS my hand and official seal before me, the undersigned, a Notary Public in and for said , personally known to me (or proved to me Secretary of the corporation that executed the within Instrument, F 1 .. , t c P President, and OFC-2058 , in the before me the undersigned a Votary Public in and ior said State perso -__-___ Jay E. Perry - Secreta9 , personal; irstrcm-nt on behaif oi iPe Corporation there,n named, and ackncniec L*'* On this 22nd daj of March, 1990 t STEINY AND COMPANY, IN?. hITNESS my hdno and oifiuar seal orm 222CA X-Rev 5 S2 1-_1_-- I 16. Labor Code Provisions. The provisions of Part 7, Chapt 1, commencing with Section 1720 of the California Labor Co are incorporated herein by reference. 17. Security. Securities in the form of cash, cashier's chec or certified check may be substituted for any moni withheld by the City to secure performance of this contra for any obligation established by this contract. Any 0th security that is mutually agreed to by the Contractor a the City may be substituted for monies withheld to ensu performance under this Contract. I 1 I 1 1 I I 1 I I 8 I 8 1) 1 18. Provisions Required by Law Deemed Inserted. Each and eve provision of law and clause required by law to be insert in this Contract shall be deemed to be inserted herein a included herein, and if, through mistake or otherwise, a such provision is not inserted, or is not correct inserted, then upon application of either party, t Contract shall forthwith be physically amended to make su insertion or correction. 19. Additional Provisions. Any additional provisions of th agreement are set forth in the "General Provisions" I1Special Provisions" attached hereto and made a part herec STEINY AND COMPANY, INC. I- (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALS b MUST BE ATTACHED.) (CORPORATE SEAL) 8 Title \-a e& uw c1w ATfoElNW City Attorney e, 4 d' da &y clekk Q \ -\ c ,. I- I 1 I r I # I, I I z I 1 t P I BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: That we, IC Principal , and , as Surety ai held and firmly bound unto the City of Carlsbad, California, in E amount as follows: (must be at least ten percent (10%) of the bi amount) for which payment will and truly made, we bind ourselves, 01 heirs, executors and administrators, successors or assigns, joint: and severally, firmly by these payments. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if tl proposal of the above-bounden principal for: t CONSTRUCTION OF CERREZO/CARLSBAD BLVD. AND MONROE/CHESTNUT AVE TRAFFIC SIGNALS PROJECT NOS. 3333, 3318 in the City of Carlsbad, is accepted by the City Council of sa City, and if the above bounden Principal shall duly enter into a execute a Contract including required bonds and insurance polici within ten (10) days from the date of Award of Contract by the Ci Council of the City of Carlsbad, being duly notified of said awar then this obligation shall become null and void; otherwise, shall be and remain in full force and effect, and the amou specified herein shall be forfeited to the said City. In the event any Principal above named executed this bond as individual, it is agreed that the death of any such Principal sha not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this - day of , 1988. Corporate Seal (if Corporation) 1 I Principa Surety BY Title (NOTARIAL ACKNOWLEDGEMENT OE EXECUTION BY ALL PRINCIPALS ATTORNEY IN FACT) AND SURETY MUST BE ATTACHE1 (ATTACH ACKNOWLEDGEMENT OF (CORPORATE SEAL) I DESIGNATION OF SUBCONTRACTORS The Undersigned certifies he/she has used the sub-bids of tl following listed Contractors in making up his/her bid and that tl sub-contractors listed will be used for the work for which tht bid, subject to the approval of the City Engineer, and . accordance with applicable provisions of the specifications ai Section 4140 et seq. of the Public Contracts Code - "Subletti] and Subcontracting Fair Practices Act." No changes may be made these subcontractors except upon the prior approval of the Cii Engineer of the City of Carlsbad. The following information required for each sub-contractor. Additional pages can be attacht if required: Items of Full Company Complete Address Phone No. I 8 I I g ?&~ *5%+ /b3 u* t 1 b a t Work Name with Zip Code with Area Cod1 /-74-(5 3q- y.5/& /, 2, 13 8 I s II I T I 1) I I DESIGNATION OF SUBCONTRACTORS (continued) The bidder is to provide the following information on the subbi of all the listed subcontractors as part of the sealed b submission. Additional pages can be attached, if required. Type of State Carlsbad Amount License & No. License No.* Bid ($ or % Contracting Business of i d-32 II I I I # 1 I r B 1 I I I c I 4?b I9 45- "5 2557 ' :$'; (Corporation) C. I. *.* 1 STATE OF CALIFORNIA ) ss hI !+ - On E Stat v1 kt on the basis of satisfactory evidence) to be the 2 W known to me to be a X known to me to be the persons who executed the within g y Instrument on behalf of the corporation therein named, and 2 p. acknowledged to me that such corporation executed the within a 2 instrument pursuant to its by-laws or a resolution of its board 4 a ofdirectors WITNESS my hand and official seal Signatu'w fib,?i c jJ i R t,p;dL ,~,~v,- =I pi 2qi : g ~ COUNTYOF i&u d undersigned, a Notary Public in and for said , personally known to me (or proved to me Secretary of the corporation that executed the within Instrument, q i LC. President, and e k $1 ,P /-- g 31 m/ qq) 3. <-<'&L -T 2 LE SAX DIEGO COUNTY FfiY comm. expires NOV 9, 1gg( Name (Typed or F'nnted) b OFC-2058 siyricu LUIILL~LL~. < lor3 &-WNXW (NOTARIAL ACKNOWLEDGEMENT OF EXCEPTION MUST BE ATTACHED.) Bidder't Complete Address h yaoa U ( ~\-s----- (CORPORATE SEAL) I Authorized Signature -? c P * I) .* 1 8 I I 1 1 I # 8 b B t On ~>r 1 il 1 II I .II BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY The Undersigned submits herewith a notarized or sealed statemer of his/her financial responsibility. A rTr4cHsz1 t {F; (Corporation) *. *.* I- ss I STATE OF CALIFORNIA ;' ,. ~ COUNTY OF $e\? bcQ9<2 -4 . - P,. ! SF,+.; \ , \+p before me, the undersigned. a Notary Public in and for sad , personally known to me (or proved to me Secretary of the corporation that executed the within Instrument, State, personally appeared' h7n. b'\P : ial '?- ' \,<a \I 14 5 : on the basis of satisfactory evidence) to be the 2 w s X known to r:e to be the persons who executed the within % y Instrument on behalf of the corporation therein named, and p? L acknowledged to me that such corporation executed the within a 2 instrument pursuant to its by-laws or a resolution of its board 2 U1 ofdirectors WITNESS my hand and official seal President, and known to me to be .- Ii r' 'k $' J& cr&d iyr q< g SignaturekJ U' iP ~2 k 4 2 1 7p>Lpb b.Ed)yv\ Name (Typed or Pnnted) OFC-2058 -3 c- I B A7 > Y I: SignaturG (NOTARIAL ACI~NOWLEDGEMENT OF EXECUTION MUST BE ATTACHED) ' (CORPORATE SEAL) 1). I * 4 a STEINY AND COMPANY, INC. FINANCIAL REPORT SEPTEMBER 30, 1989 a 0 a CONTENTS REPORT OF CERTIFIED PUBLIC ACCOUNTANTS FINANCIAL STATEMENTS Balance sheets Statements of income Statements of retained earnings Statements of cash flows Notes to financial statements 0 0 CERTIFIED PUBLIC ACCOUNTANTS 420 NORTH BRAND BOULEVARD, Suite 600 / Mail P 0 Box 1917 GLENDALE, CALIFORNIA 91209 / (818) 240-1437 / (213) 245-9251 / FAX (818) 240-0949 6 INDEPENDENT AUDITOR'S REPORT e To the Board of Directors Steiny and Company, Inc. Los Angeles, California We have audited the accompanying balance sheets of Steiny and Company, Inc. as of September 30, 1989 and June 30, 1988, and the related statements of income, retained earnings , cash flows for the fifteen-month period and year then ended. These financial statements are the responsibility of the Compai management. Our responsibility is to express an opinion on th6 financial statements based on our audits. We conducted our audits in accordance with generally accepted auditing standards. These standards require that we I and perform the audit to obtain reasonable assurance about whel the financial statements are free of material misstatement. AI audit includes examining on a test basis, evidence supporting 1 amounts and diclosures in the financial statements. An audit i includes assessing the accounting principles used and significi estimates made by management, as well as evaluating the overal: financial statement presentation. We believe that our audits provide a reasonable basis for our opinion. a In our opinion, the financial statements referred to above present fairly, in all material respects, the financial position of Steiny and Company, Inc. as of September 30, 1989 i June 30, 1988, and the results of its operations and its cash flows for the fifteen-month period and year then ended, in conformity with generally accepted accounting principles. ld November 15, 1989 -1- 0 MEMBER OF THE AMERICAN INSTITUTE OF CERTIFIED PUBLIC ACCOUNTANTS MEMBER OF ASSOCIATED REGIONAL ACCOUNTING FIRMS NO RIGHTS UPON TH EXTEND OR ALTER T exander & Alexander of California, Inc. 50 Wilshire Boulevard os Angeles, California 90010 COMPANY A WX 910-321-2907 ALEXLSA LSA SUB-CODE LETTER Transportation Insurance Compa COMPANY B LETTER COMPANY Steiny and Company, Inc. LETTER c COMPANY D P. 0. Box 8100 Baldwin Park, California 91706-0993 LETTER D NAMED ABOVE FOR THE PC ION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TC D OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY EFFECTIVE POLICY EXPIRATION DATE (MM/DD/YY) DATE (MMIDDIYY) ALL LIMITS IN THOU POLICY NUMBER GENERAL AGGREGATE GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY GL 900741 1503 07-01-89 07-0 1-90 PRODUCTS-COMP/OPS AGGREGA PERSONAL & ADVERTISING INJUR EACHOCCURRENCE FIRE DAMAGE (Any one fire) MEDICAL EXPENSE (Any one perso COMBINED SINGLE $ LIMIT BODILY INJURY $ BODILY INJURY $ CLAIMSMADE x OCCUR OWNER'S & CONTRACTOR'S PROT 1,000, TOMOBILE LIABILITY A SCHEDULED AUTOS BUA 4007411500 07-0 1-89 07-0 1-90 (Per person) X HIREDAUTOS X NON-OWNED AUTOS (Per accident) GARAGE LIABILITY PROPERTY $ DAMAGE OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION WC 7007411499 EMPLOYERS' LIABILITY S/J/N: 10183 Additional Insured Endorsemat/l?rimary Clause Attached EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL City of Carlsbad 1200 Carlsbad Village Drive Cmlsbad, CA 92008-1989 x - . POLICY NUMBER: GL 9007411503 COMMERCIAL GENERAL LlABl THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR a CONTRACTORS (FORM 5) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organizatfon: The City of Carlsbad Steiny Job No: 10183 I (If no entry appears above, information required to complete this endorsement will be shown in the Declar as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization showr Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. IT IS AG- THAT THIS EX3LIC-Y IS PWiY AS FESFECTS ADDITIOm INSURED AND ANY OTHER INSURANCE MAINTAIm BY THE ADDITIONAL INSURED IS EXCESS AND NONCONTRIBUTING WT"H THIS INSURANCE. 0 e CG 20 10 11 85 Copyright. lnsurance Services Office, IN., 1984 I OPTIONAL ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between t City of Carlsbad whose address is 1200 Elm Avenue, Carlsba California, 92008, hereinafter called trCitytl and whose address is hereinafter called "Contractortt and whose address is hereinafter called ItEscrow Agent. I1 For the consideration hereinafter set forth, the Owner, Contract and Escrow Agent agree as follows: 1 I I I I 1 b I I I I I I t I 1 1. Pursuant to Section 22200 of the Public Contract Code t State of California, Contractor has the option to depos securities with Escrow Agent as a substitute for retenti earnings required to be withheld by City pursuant to t Construction Contract entered into between the City a Contractor for in the amount of dated (hereinafter referred to as the tlContracttl). A copy of sa contract is attached as Exhibit I1At1. When Contract deposits the securities as a substitute for Contrs earnings, the Escrow Agent shall notify the City within t (10) days of the deposit. The market value of t securities at the time of the substitution shall be at lec equal to the cash amount then required to be withheld retention under the terms of the Contract between the Ci and Contractor. Securities shall be held in the name c and shc designate the Contractor as the beneficial owner. Prior any disbursements, Escrow Agent shall verify that t present cumulative market value of all securiti substituted is at least equal to the cash amount of 2 cumulative retention under the terms of the Contract. The City shall make progress payments to the Contractor f such funds which otherwise would be withheld from progrc payments pursuant to the Contract provisions, provided tl- the Escrow Agent holds securities in the form and amoL specified above. 2. 3. Alternatively, the City may make payments directly to Esci Agent in the amount of retention for the benefit of the Cj until such time as the escrow created hereunder I terminated. I 4. Contractor shall be responsible for paying all fees for t expenses incurred by Escrow Agent in administering t escrow account. These expenses any payment terms shall determined by the Contractor and Escrow Agent. 5. The interest earned on the securities or the money mark accounts held in escrow and all interest earned on th interest shall be for the sole account of Contractor a shall be subject to withdrawal by Contractor at any time a from time to time without notice to the City. Contractor shall have the right to withdraw all or any pa of the principal in the Escrow Account only by writt notice to Escrow Agent accompanied by written authorizati from City to the Escrow Agent that City consents to t withdrawal of the amount sought to be withdrawn Contractor. i I I E I I 1 6. 7. The City shall have a right to draw upon the securities the event of default by the Contractor. Upon seven (7) da written notice to the Escrow Agent from the City of t default of the Contractor, the Escrow Agent sha immediately convert the securities to cash and sha distribute the case as instructed by the City. 8. Upon receipt of written notification from the Ci certifying that the Contractor has complied with a requirements and procedures applicable to the Contrac Escrow Agent shall release to Contractor all securities a interest on deposit less escrow fees and charges of t Escrow Account. The escrow shall be closed immediately UF disbursement of all monies and securities on deposit a payments of fees and charges. b I 9. Escrow Agent shall rely on the written notifications fr the City and the Contractor pursuant to Sections 4 to inclusive, of this agreement and the City and Contract shall hold Escrow Agent harmless from Escrow Agent's relez and disbursement of the securities and interest as set for above. I a 5 B 1 i ? I 1- 10. The names of the persons who are authorized to give writt notices or to receive written notice on behalf of the Ci and on behalf of Contractor in connection with t foregoing, and exemplars of their respective signatures a as follows: For City: Title E t I Name Signature Address 1 1 E 8 I I E P 6 E ? E For Contractor: Title Name t Signature Address For Escrow Agent: Title Name Signature Address At the time the Escrow Account is opened, the City a Contractor shall deliver to the Escrow Agent a ful executed counterpart of this Agreement. b IN WITNESS WHEREOF, the parties have executed this Agreement their proper officers on the date first set forth above. a For City: Title Name Signature Address For Contractor: Title Name Signature Address t RELEASE FOFtM THIS FORM SHALL BE SUBMITTED WITH ALL PROGRESS PAYMENTS D NAME OF CONTRACTOR: ? 1 PROJECT DESCRIPTION: PERIOD WORK PERFORMED: The above-named Contractor hereby acknowledges payment in full f all compensation of whatever nature due the Contractor for a labor and materials furnished and for all work performed on t above-referenced project for the period specified above with t exception of contract retention amounts and disputed clai specifically shown below. RETENTION AMOUNT FOR THIS PERIOD: $ 1 P 1 a DISPUTED CLAIMS I DESCRIPTION OF CLAIM AMOUNT CLAIMED The Contractor further expressly waives and released any claim t Contractor may have, of whatever type or nature, for the peri specified which is not shown as a retention amount of a disput claim on this form. This release and waiver has been ma voluntarily by Contractor without any fraud, duress or und influence by any person or entity. Contractor further certifies, warrants, and represents that a bills for labor, materials, and work due Subcontractors for t specified period have been paid in full and that the parti signing below on behalf of Contractor have expressed authority execute this release. DATED : b s1 I: ! @I I PRINT NAME OF CONTRACTOR DESCRIBE ENTITY (Partnership, Corporation, etc.) r BY i BY P I 1. E SUPPLEMENTARY GENERAL PROVISIONS 1-1 TERMS To Section 1-1, add: 1 A. Reference to Drawings: t Where words "shown, It "indicated, It "detailed, It Itnoted, I! "scheduled or words of similar import are used, it shall be understood th reference is made to the plans accompanying these provision unless stated otherwise. a J 1 L B. Directions: Where words "directed, 11 "designated, It Irselected, It or words similar import are used, it shall be understood that the directio designation or selection of the Engineer is intended, unless stat otherwise. The word "required" and words of similar import sha be understood to mean "as required to properly complete the wo as required and as approved by the City Engineer," unless stat otherwise. t C. Equals and Approvals: Where the words "equal, I! "approved equal, I! "equivalent , II and su words of similar import are used, it shall be understood such wor are followed by the expression "in the opinion of the Engineer unless otherwise stated. Where the words "approved," "approval f1acceptance,t1 or words of similar import are used, it shall understood that the approval, acceptance, or similar import of t Engineer is intended. D. Perform and Provide: The word Itperform" shall be understood to mean that the Contractc at her/his expense, shall perform all operations, labor, tools a equipment, and further, including the furnishing and installing materials that are indicated, specified or required to mean tl: the Contractor, at her/his expense, shall furnish and install t work, complete in place and ready to use, including furnishing necessary labor, materials, tools, equipment, and transportatic 1-2 DEFINITIONS I, m T 1 1. 8 I P 1 Modify Section 1-2 as follows: Agency - the City of Carlsbad, California Engineer - the Project Manager for the City of Carlsbad or his I approved representative 1E. 2-5 PLANS AND SPECIFICATIONS To Section 2-5.1, General, add: The specifications for the work are the Standard Sgecificatioi for Public Works Construction, 1985 Edition, the 1986 supplemen. and the January, 1986 Standard Special Provisions, hereinaftc designated SSPWC, as issued by the Southern California Chapter ( the American Public Works Association, and these Gener< Provisions. The Construction Plans consist of 2 sheet(s) designated as Ci. of Carlsbad Drawing Nos. 307-4 and 307-6. The standard drawin1 utilized for this project are the latest edition of the San Diel Area Resional Standard Drawinqs, hereinafter designated SDRS, issued by the San Diego County Department of Public Works, togeth with the City of Carlsbad Supplemental Standard Drawings. Copi of pertinent standard drawings are enclosed with these document To Section 2-5.3, Shop Drawings, add: Where installation of work is required in accordance with t product manufacturer's direction, the Contractor shall obtain a distribute the necessary copies of such instruction, including t (2) copies to the City. To Section 2-5, add: 2-5.4 Record Drawinqs: The Contractor shall provide and keep up-to-date a complete Ira built" record set of transparent sepias, which shall be correct daily and show every change from the original drawings a specifications and the exact "as-built" locations, sizes and kin of equipment, underground piping, valves, and all other work n visible at surface grade. Prints for this purpose may be obtain from the City at cost. This set of drawings shall be kept on t job and shall be used only as a record set and shall be deliver to the Engineer upon completion of the work. 1 1 I # It 1 t 1; b I II 1 1 a 1 ? I ! 4-1 MATERIALS AND WORKMANSHIP To Section 4-1.3.1, Inspection Requirements, General, add: All work shall be under the observation of the Engineer or h appointed representative. The Engineer shall have free access any or all parts of work at any time. Contractor shall furbi Engineer with such information as may be necessary to keep her/h fully informed regarding progress and manner of work and charact of materials. Inspection of work shall not relieve Contractor fr any obligation to fulfill this Contract. 1 I Modify Section 4-1.4, Test of Materials, as follows: Except as specified in these Special Provisions, the Agency wi. bear the cost of testing materials and/or workmanship where tl results of such tests meet or exceed the requirements indicated the Standard Specifications and the Special Provisions. The co: of all other tests shall be borne by the Contractors. At the option of the Engineer, the source of supply of each of 1 materials shall be approved by him before the delivery is startel All materials proposed for use may be inspected or tested at a time during their preparation and use. If, after trial, it found that sources of supply which have been approved do n furnish a uniform product, or if the product from any source prov unacceptable at any time, the Contractor shall furnish approv material from other approved sources. After improper storag handling or any other reason shall be rejected. All backfill and subgrade shall be compacted in accordance wi the notes on the plans and the SSPWC. Compaction tests may be ma by the City and all costs for tests that meet or exceed t requirements of the specifications shall be borne by the City. Said tests may be made at any place along the work as deem necessary by the Engineer. The costs of any retests made necessa by noncompliance with the specifications shall be borne by t Contractor. Add the following section: 4-1.7 Nonconforming Work The contractor shall remove and replace any work not conforming the plans or specifications upon written order by the Enginee Any cost caused by reason of this nonconforming work shall be bor by the Contractor. t 1 z I I I s 11 R t a I P 1 i? I I 5-1 LOCATION Add the following: The City of Carlsbad and affected utility companies have, by search of known records, endeavored to locate and indicate on t Plans, all utilities which exist within the limits of the WOL However, the accuracy of completeness of the utilities indicat on the Plans is not guaranteed. 5-4 RELOCATION Add : The temporary or permanent relocation or alteration of utilitie including service connection, desired by the Contractor for his/t own convenience shall be the Contractor's own responsibility, E 1 he/she shall make all arrangements regarding such work at no co! to the City. If delays occur due to utilities relocations whic were not shown on the Plans, it will be solely the City's optic to extend the completion date. In order to minimize delays to the Contractor caused by the failu of other parties to relocate utilities which interfere with t: construction, the Contractor, upon request to the City, may : permitted to temporarily omit the portion of work affected by t' utility. The portion thus omitted shall be constructed by t Contractor immediately following the relocation of the utili involved unless otherwise directed by the City. I I 1 SI 1 1 1 1 I 1 I i I c I ? I t 6-1 CONSTRUCTION SCHEDULE Modify this section as follows: A construction schedule is to be submitted by the Contractor p Section 6-1 of the SSPWC at the time of the preconstructi conference. No changes shall be made to the construction schedu without the prior written approval of the Engineer. Any progre payments made after the scheduled completion date shall n constitute a waiver of this paragraph or any damages. Coordination with the respective utility company for removal relocation of conflicting utilities shall be requirements prior commencement of work by the Contractor. 6-7 TIME OF COMPLETION The Contractor shall begin work within 10 calendar days aft receipt of the !'Notice to Proceed!' and shall diligently prosecu the work to completion within 90 consecutive days after the da of the Notice to Proceed. To Section 6-7.2, Working Day, add: Hours of work - All work shall normally be performed between t hours of 7:OO a.m. and sunset, from Mondays through Fridays. T contractor shall obtain the approval of the Engineer if he/s desires to work outside the hours state herein. Contractor may work during Saturdays and holidays only with t written permission of the Engineer. This written permission mu be obtained at least 48 hours prior to such work. The Contract shall pay the inspection costs of such work. f 1E 6-8 COMPLETION AND ACCEPTANCE Add the following: All work shall be guaranteed for one (1) year after the filing c a l'Notice of Completion1' and any faulty work or material discovered during the guarantee period shall be repaired c replaced by the Contractor, at his expense. 6-9 LIOUIDATED DAMAGES 1 8 1 I IE I Modify this section as follows: If the completion date is not met, the contractor will be assesst the sum of $ 300 per day for each day beyond the completion dal as liquidated damages for the delay. Any progress payments ma( after the specified completion date shall not constitute a waivt of this paragraph or of any damages. c 7-3 LIABILITY INSURANCE and 7-4 WORKERS' COMPENSATION Modify Sections 7-3 and 7-4 as follows: SPECIAL INSURANCE INSTRUCTIONS FOR CONTRACTORS Contractor shall procure and maintain for the duration of tl contract insurance against claims for injuries to persons ( damages to property which may arise from or in connection with tl performance of the work hereunder by the Contractor, his agent: representatives, employees, or subcontractors. If the insuran( is on a llclaims made" basis, coverage shall be maintained for ' period of three years from the date of completion of the work. T: cost of such insurance shall be included in Contractor's bid. T: insurance company or companies shall meet the requirements of Ci 1 Council Resolution No. 89-387. b A. Minimum Scope of Insurance Coverage shall be at least as broad as: 1. Insurance Services Office form number GL 0002 (Ed. 1/7 covering Comprehensive General Liability; and Insuran Services Office form number GL 0404 covering Broad Fo Comprehensive General Liability; and I i 2. Insurance Services Office form number CA 0001 (Ed. 1/7 covering Automobile Liability, Code 1 '!any auto"; and e i 3. Workers' Compensation as required by the Labor Code the State of California and Employers' Liabili Insurance. I P 1 1 B. Minimum Limits of Insurance Contractor shall maintain limits no less than: 1. Comprehensive General Liability: $1,000,000 combin single limit per occurrence for bodily injury a property damage. If the policy has an aggregate limi a separate aggregate in the amounts specified shall established for the risks for which the City or i agents, officers or employees are additional insured. 2. Automobile Liability: $1,000,000 combined single lim I I II I d E 1 C 1 I I 1 t i c t II per accident for bodily injury and property damage. 3. Workers' Compensation and Employers' Liability: Worker compensation limits as required by the Labor Code of t State of California and Employers' Liability limits $1,000,000 per accident. C. Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions must be declar to and approved by the City. At the option of the Cit either: the insurer shall reduce or eliminate su deductibles or self-insured retentions as respects the Cit its officials and employees; or the Contractor shall procu a bond guaranteeing payment of losses and relat investigation, claim administration and defense expenses. D. Other Insurance Provisions The policies are to contain, or be endorsed to contain, t following provisions: 1. General Liability and Automobile Liability Coverages: a. The City, its officials, employees and voluntec are to be covered as insured as respects: liabili arising out of activities performed by or on behe of the Contractor; products and complete operatic of the Contractor; premises owned, leased, hired borrowed by the Contractor. The coverage sh2 contain no special limitations on the scope protection afforded to the City, its official employees or volunteers. The Contractor's insurance coverage shall be prim? insurance as respects the City, its official employees and volunteers. Any insurance or sel insurance maintained by the City, its official employees or volunteers shall be in excess Contractor I s insurance and shall not contribute w: it. b. IE' c. Any failure to comply with reporting provisions c the policies shall not affect coverage provided t the City, its officials, employees or volunteers# d. Coverage shall state that Contractor's insuranc shall apply separately to each insured against whc claim is made or suit is brought, except wil respect to the limits of the insurer's liability 2. Workers' Compensation and Employers' Liability Coveragf The insurer shall agree to waive all rights ( subrogation against the City, its officials, employer and volunteers for losses arising from work performed I 8 t I 1 I 1 B I Contractor for the City. 3. All Coverages Each insurance policy required by this clause shall j endorsed to state that coverage shall not be suspendec voided, cancelled, reduced in coverage or in 1imi. except after thirty (30) days' prior written notice : certified mail, return receipt requested, has been giv to the City. E. Acceptability of Insurers Insurance is to be placed with insurers with a Bests' rating of no less than A:V as specified by City Council Resolution No. 89-387. b 8 F. Verification of Coveraqe Contractor shall furnish the City with certificates of insurance and with original endorsements affecting coverage required by this clause. The certificates and endorsement for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms provided by the City and are to be received and approved by the City before work commences. a Y I R RJ P I G. Subcontractors Contractor shall include all subcontractors as insured und its policies or shall furnish separate certificates a endorsements for each subcontractor. All coverages f subcontractors shall be subject to all of the requiremen 8 stated herein. 1 7-5 SURVEYING Contractor shall employ a licensed land surveyor or register civil engineer to perform necessary surveying for this projec Requirements of the Contractor pertaining to this item are s forth in Section 2-9.5 of the SSPWC. Contractor shall include cost of surveying service within appropriate items of proposa No separate payment will be made. I ? 1 7-6 WATER FOR CONSTRUCTION The Contractor shall obtain a construction meter for water utili2 during the construction under this contract. The Contractor sha contractor shall include the cost of water and meter rental with appropriate items of the proposal. No separate payment will made. 1 I ‘1 1 a I 8 s I I I t P I contact the appropriate water agency for requirements. T b B i I I II I I 6 I a I I 1 t I t I TECHNICAL SPECIFICATIONS b ? 1 TRAFFIC SIGNAL INSTALLATION - Furnishing and installing traffic signals ( payment therefore shall conform to the provisions in Section 86, "Signals & Lighting" the CALTRANS Standard Specifications, dated January 1988, and these Spe Provisions. EauiDment List and Drawings Equipment list and drawings of electrical equipment and material shall conform to provisions in Section 86-1.03, "Equipment List and Drawings", of the CALW Standard Specifications and these Special Provisions. The controller cabinet . schematic wiring diagram and intersection sketch shall combined into one drawing, so that, when the cabinet door is fully open, the drawin oriented with the intersection. The Contractor shall furnish a maintenance manual for all controller units, auxil equipment, vehicle detector sensor units, control units and amplifiers. The mainten: manual and operation manual may be combined into one manual. One copy of maintenance and operation manual shall be submitted to the City prior to installat The maintenance manual shall include, but need not be limited to the following it( I II 1 I I I B 0 I I I 0 I P 1 t (a) Specifications (b) Design Characteristics (c) General Operation Theory (d) Function of all Controls (e) (f) Block Circuit Diagram (8) Geographical Layout of Components (h) Schematic Diagrams (i) Foundations Foundations shall conform to the provisions of Section 86-2.03, "Foundations", of CALTRANS Standard Specifications and these Special Provisions. Portland cement concrete shall conform to Section 90- 10, "Minor Concrete", of CALTRANS Standard Specifications and shall contain not less than 470 pound cement per cubic yard, except concrete for pile foundations shall contain not less 564 pounds of cement per cubic yard. The Fifth Paragraph in Section 86-2.03, "Foundations", of the CALTWS Stan Specifications is amended to read: Trouble Shooting Procedure (Diagnostic Routine) List of Replaceable Component Parts with Stock Numbers b "Cast in drilled hole concrete pile foundations for traffic signal and ligl standards shall conform to the provisions in Section 49, "Piling", with ac requirements that standards shall not be erected until seven (7) calendar have elapsed after placing the concrete and that material resulting from dri holes shall become the property of the Contractor." 1. 1 Excess unclassified material resulting from foundations or grading shall become property of the Contractor and shall be properly disposed of. Conduit Conduit shall conform to the provisions of section 86-2.05 "Conduit" of the CALW Standard Specifications and these Special Provisions. Rigid metal conduit to be used as a drilling or jacking rod shall be fitted with suit; drill bit for the size hole required. Insulated bonding bushings will be required on metal conduit. After conductors have been installed, the ends of conduits terminating in pull boxes controller cabinets shall be sealed with an approved type of sealing compound. Heavy wall Underwriters Laboratories approved polyvinylchloride (PVC Sch. 40) con may be used in sidewalk and roadway areas provided the proper depth is adherec If the jacking method is used, a hole must be bored and prior to removal of the bc tool, the PVC shall be pulled back through the bored hole. Trenching installation of conduit shall not be allowed. Conduits shall be placec the existing pavement by boring or jacking as specified in CALTRANS Standar Specifications. Pull Boxes Pull boxes shall conform to the provisions in Section 86-2.06, "Pull Boxes," of CAL'TRANS Standard Specifications and these Special Provisions. Grout in bottom of pull boxes will not be required. E t I 1 E C 1 a 1, I I I I t 1 E P I Conductors and Wirins Conductors and wiring shall conform to the provisions in Section 86-2.08, "Conduct and Section 86-2.09, "Wiring," of the CALTRANS Standard Specifications and t Special Provisions. Vehicle detector lead-in cables within the controller cabinet shall be labeled with appropriate detector number identification that is shown on the construction plans. label shall be a permanent type. Conductors shall be spliced by the use of "Ct shaped compression connectors as sk in the CALWS Standard Plans. Splices shall be insulated by "Method B." I 1 Field Testing Field testing shall conform to the provisions in Section 86-2.14B "Field Testing," of CALTRANS Standard Specifications and these Special Provisions. Meggar test for traffic signal and lighting conductors shall be performed in the follov order: I I t Signals: After conductors are connected to signal head terminal, and bej connection to controller. Lighting: Before fuses are installed in fused splice connectors. Load side conductors in signal heads shall be disconnected from terminal blc 1 I during the test. The full cost for the Contractor performing this field testing in the presence of Engineer shall be included in the lump sum price for Traffic Signal and Street Ligh Installation and no additional payment will be allowed therefor. I I 1 Painting Painting shall conform to the provisions in Section 86-2.16, "Painting," of the CALm Standard Specifications and these Special Provisions. All paint is to be furnished and applied by the Contractor at his expense. Factory finish will be satisfactory for new luminaires and no further painting wil b 8 required. Steel poles and mast arms shall not be painted except that all cuts or damaged e shall be covered in accordance with Section 75-1.05, "Galvanizing", of the CALT€L Standard Specifications. I 4 1 1 1 I. Q 1 Si mal Con troller Model 170 traffic controller units, cabinets, and auxiliary equipment shall conform tc provisions in Section 86-3.11, "Model 170 Controller Assembly," of the CALTR Standard Specifications and these Special Provisions. The controller shall be equij with a CALTRANS local intersection control program 176 and a full complemer prom chips. The Contractor shall install the new Type 170 controller in a model cabinet. I Emergency Vehicle Preemption Emergency vehicle preemption shall be a modulated light signal detection system w shall conform to the details shown on the plans and these Special Provisions. I 1 1 a 8 1 I I I 1 I P 1 GENERAL - Each modulated light signal detection system shall consist o optical detector/discriminator assembly or assemblies located at the traffic si! Each system shall permit detection of Class I1 (Emergency) Vehicles. 7 shall be capable of being detected at any range of up to 1,800 feet (550 met from the optical detector. The modulation frequency for Class 11 signal emitters shall be 14.035 Hz+ 0 Hz. f A. B. OPTICAL DETECTION/DISCRIMINATOR ASSEMBLY 1. General - Each optical assembly when used with standard emitters : have a range of at least 1,800 feet (550 meters) for Class I1 sig Range measurements shall be taken with all range adjustments on discriminator module set to "maximum". Optical Detector - Each optical detector shall be a weatherproof capable of being easily mounted on a mastarm. The housing shall 1 at least one opening threaded for 3/4-inch conduit, through whicl wiring shall enter. Each detector shall weigh not more than 2 pounds shall present a maximum wind load area of 36 square inches. Each detector shall be capable of receiving optical energy from one of axially opposed directions. The reception angIe shall be a maximur +6 degrees (12 degrees total included angle) measured in the horizc plane about the center axis of the light sensing element. The recer angle in the vertical plane measured about the center axis of the sensing element shall be maximum of 4 degrees above and 8 deg below that center axis. Measurements are to be taken at a range of 1 feet (550 meters) for each Type I1 emitter. All internal circuitry shall be solid state and electric power shal provided by the respective discriminator module. Cable - Emergency Vehicle Pre-emptor Detector Lead-in Cable conform to the provisions of Section 86-2.08, "Conductors," of the Stan Specifications and these Special Provisions. Emergency vehicle pre-emptor detector lead-in cable shall meet characteristics of IPCEA-S-61-402 or NEMA WC5, Section 7.4, 61 Control Cable, 75 degrees C, Type B. Conductors shall be 3 No. 20-7x28 stranded. I 2. b 3. I II. L li L Conductor strands shall be individually tinned. Conductor insulation shall be a low-density polyethylene material ha7 a minimum thickness of 25 mils. Conductors shall be color coded; 1 - yellow, 1 - blue and 1 - orange The cable shall have 1 No. 20-7x28 stranded, tinned, bare drain wire The drain wire shall be placed between the insulated conductors ar 3 t 1 1 shield, The shield shall be of tinned copper-brass or aluminum polyester tape 7 a nominal 20% overlap. The conductive surface of the shield shall b contact with the drain wire. Capacitance measured between any conductor and the other two con1 tors and the shield shall not exceed 48 picofarads per foot when teste 1,000 hertz. The cable jacket shall be a black PVC material rated for 600 volts 75c and shall have an average minimum wall thickness of 45 mils. The finished outside diameter of the cable shall be between 0.28 and of an inch. The cable jacket shall be marked up with the manufacturer's n: insulation type designation, number of conductors and conductor size, voltage and temperature ratings. Discriminator Module - Each discriminator module shall be designe be compatible and usable with a Model 170 controller unit and t( mounted in the input file of a Model 332 controller cabinet. In addi each discriminator module shall conform to the requirements of Cha I of the State of California, Department of Transportation, "Traffic Si Control Equipment Specifications," dated April, 1978, and to all addend thereto current at the time of project advertising. Each discriminator module when used with its associated detectors ! be capable of a) b) I 8 1 8 I I I I I 1 i t I I, 4. Receiving Class I1 signals at a range of up to 1,800 feet (550 met Decoding the signals on the basis of frequency: 14.035 Hz+ 0.266 Hz for Class I1 signals 8 4 c) Establishing the validity of received signals on the basis of freque and length of time received. A signal shall be considered valid c when received for more than 0.50 second. No combination of C' I signals shall be recognized as a Class I1 signal regardless of number of signals being received, up to a maximum of ten sign Once a valid signal has been recognized, its effect shall be held the module in the event of temporary loss of the signal for a per adjustable from 4.5 seconds to 11 seconds in at least 2 steps z seconds 20.5 second and 10 seconds 20.5 second. Providing an output that will result in a "low" or grounded condil of the appropriate input of a Model 170 controller unit. For C I1 signals the output shall be steady. i I 1 I 1 d) Each discriminator module shall receive electric power from the contrc cabinet at either 24 volts DC or 120 volts AC. Each channel, together with its associated detectors, shall draw not IT than 100 milliamperes at 24 volts DC nor more than 100 milliampere 120 volts AC. Electric power, one detector input for each channel one output for each channel shall terminate at the printed circuit bc edge connector pins listed below. Board edge connector pin assignment shall be as follows: m I A DC Ground C NC D Detector Input, Channel A R (NC) B t24VDC p (NC) E +24 VDC to detectors s (NC) F Channel A Output (C) T (NC) u (NC) H Channel A Output (E) v (NC) L Chassis Ground y (NC) M AC- z (NC) b I I I 8 3 1 1 P I J Detector Input, Channel B W Channel B Output K DC Ground to Detectors X Channel B Output N AC+ Slotted for Keying - (NC) Not connected; (C) Collector cannot be used by man1 (E) Emitter turer for any purpose Two auxiliary detector inputs for each channel shall enter each mo through the front panel connector. Fin assignment of the connector ! be as follows: i 4 1. 2. 3. 4. Auxiliary Detector 1 Input, Channel A Auxiliary Detector 2 Input, Channel A Auxiliary Detector 1 Input, Channel B Auxiliary Detector 2 Input, Channel B I 1 I 111 8 I I 1 I 1 8 1 P I Each channel output shall be an optically isolated NPN open collec transistor capable of sinking 50 milliamperes at 30 volts and shall compatible with the Model 170 controller unit inputs. Each discriminator module shall be provided with means of preven transients received by the detector(s) from affecting the Model t 1 controller assembly. Each discriminator module shall have a single connector board, shall capable of being inserted into the input file of a Model 332 cabinet shall occupy one slot width of the input file. The front panel of e module shall have a handle to facilitate withdrawal and the follov controls and indicators for each channel: I a) b) Three separate range adjustments each for Class I1 signal A three-position, center-off, momentary contact switch, position (up) labeled for test operation of Class I1 signals A "signal" indication and a "call" indication each for Clas! The "signal" indication denotes that a signal above the thresl level has been received. A "call" indication denotes th; steady, validly coded signal has been received. TI indications may be accomplished with a single indication la "signal" being denoted by a flashing indication and "call" 7 a steady indication. c) I, In addition, the front panel shall be provided with a single circi bayonet-captured, multi-pin connector for two auxiliary dete inputs for each channel. Connector shall be a mechanical config tion equivalent to a MIL-(2-26482 with a 10-4 insert arranger such as Burndy Metalock Bantam series, consisting of: Wall Mounting Receptacle, UTGO-10-4P with SM20M-1 plated pins. Plug, UTG6-10-4SN with SC20M-1 gold plated sockets; c clamp and strain relief that shall provide for a right angle within 2.5 inches (64mm) maximum from the front p surface of the discriminator module. , E 4 For Module 2 (5-13): Position Assignment 7 +24VDC From (J-13E) 8 Detector Ground from (J-13K) 9 10 11 12 Channel A Auxiliary Detector Input 1 Channel A Auxiliary Detector Input 2 Channel B Auxiliary Detector Input 1 Channel B Auxiliary Detector Input 2 i 1 1 I a 2-charnel module. Wiring for a Model 332 cabinet shall conform to the followin Slots 10 and 11 of Input File "I" have each been wired to acc Field wiring for the primary detectors, except 24 volt DC pov shall terminate on terminal boards on the rear of the Input 1 "I". Position assignments on the input file terminal boards arc follows: 1 I s I R 8 I 1 B 1 P I Position Assignment I-1OD I-1OJ I-11D I-11J I-1OE + 24 VDC to Detectors I-11E + 24 VDC to Detectors I-1OK DC Ground to Detectors I- 11K DC Ground to Detectors All field Wiring for the auxiliary detectors shall terminate terminal board TB-2 in the controller cabinet. Position ass ments have been reserved as follows: Channel A Detector Input, 1st Module Channel B Detector Input, 1st Module Channel A Detector Input, 2nd Module Channel B Detector Input, 2nd Module 1 Position Number Assignment 1 2 3 4 +24VDC From I-1OE 5 +24VDC From I-11E 6 Auxiliary Detector Input No. 1 Auxiliary Detector Input No. 2 Auxiliary Detector Input No. 3 DC Ground From I-1OK and I-11K w 4 C. SYSTEM OPERATION The Contractor shall demonstrate that all of the components of each sysl are compatible and will perform satisfactorily as a system. Satisfactory performance shall be determined using the following procedure: 1. i. I 1 I 1 1 I I I I I 1 1 I P I If Each system to be used for testing shall consist of an optical emi assembly, an optical detector, at least 200 feet of connecting cable a discriminator module. The discriminator module shall be installed in the proper input file of Model 332 controller cabinet. The controller cabinet, together 1 a Model 170 controller unit with the appropriate operating prograr Model 210 monitor unit and 120 volt AC power will be available. Tests shall be conducted using a Class I1 signal emitter and a dista of 1,800 feet between the emitter and the detector. All ra adjustments on the module shall be set to "Maximum" for each te! Each above test shall be conducted for a period of one hour, du which the emitter shall be operated for 30 cycles, each consisting ( one minute "on" interval and a one minute "off" interval. During total test period (a) the emitter signal shall cause the proper respc from the Model 170 controller unit during each ''on'' interval and there shall be no improper operation of either the Model 170 contrc unit or the monitor unit during each "off" interval. 2. 3. 4. b Signal Face and Sienal Heads Signal faces, signal heads and auxiliary equipment, as shown on the plans, and installation thereof, shall conform to the provisions in Section 86-4, "Traffic Signals Fittings" of the CALTRANS Standard Specifications and these Special Provisions. All signal faces and all arrow indications shall be provided with 12-inch sections glass lenses. All lamps for traffic signal units shall be furnished by the Contractor. Non-metallic vehicle signals may not be substituted for the type specified in Paragr 1, Section 86-4.01 (B), "Housing" of the CAL'T"S Standard Specifications. All vek signals shall be of the same material. rn 4! I I I I I I I I I I I I t I 5 Pedestrian Sign a1 s Pedestrian signals shall conform to the provisions in Section 86-4.05, "Pedestrian Sig Faces," of the CALTRANS Standard Specifications and these Special Provisions. Pedestrian signals shall be Type G with international symbols. Each Type G pedestr signal shall consist of a housing with front screen, a message plate and two light sour( each consisting of luminous tubing and power supplies for the luminous tubing. The message plate shall be 1/8-inch nominal thickness, ultraviolet-stabilized, prisma patterned polycarbonate plastic; 3/16-inch nominal thickness hammered wire-glass; 3/16-inch nominal thickness ultraviolet-stabilized, prismatic-patterned acrylic plastic. 1 message plates shall have a flat-back surface over the entire projected area except wh the symbols are located. The material used to mask the message plate shall be hard : durable and shall bond such that it will not flake nor peel when the message plate is use or is washed. The symbols shall be the only illuminated portion of the mess plate. The message plate shall be sealed to a polycarbonate case to form a dust tight i weatherproof module. The module shall contain and properly support the luminc t 1 1 tubing and power supplies. Each light source shall have a separate power supply. Each power supply shall reqc less than 30 watts with a power factor of not less than 90 percent over a range of in voltages from 105 to 130, at a frequency of 60 (+1) Hz. Each symbol shall not be less than 11 inches high and not less than 7 inches wide. Detectors Detectors shall conform to the provisions in Section 56-5, "Detectors," of the Stand CALTRANS Specifications and these Special Provisions. Loop detector lead-in cable shall be Type B. b Internally Illuminated Street Name Signs Internally illuminated street name signs shall conform to the provisions of Section 6.065 of the CALTRANS Standard Specifications. Internally illuminated street name signs shall be Type A. At Carlsbad Boulevard/Cert Drive: Two double-sided signs shall read "Cerezo Dr." and one single-sided sign sf. read "Carlsbad Blvd.". At Chestnut Avenue/Monroe Street: Two double-sided signs SI read "Chestnut Ave." and two double-sided signs shall read "Monroe Sty. w 1 Sims Signs shall conform to these Special Provisions, the Plans and the State of Califo Traffic Manual. The Contractor shall furnish and install signs as shown on the pl The signs shall be aluminum with a minimum .080 gauge thickness. AI1 signs shall reflective . New roadside signs shall be installed at the locations shown on the plans or wf directed by the Engineer, and shall conform to the details shown on the plans and provisions in Section 56-2, "Roadside Signs", of the Standard Specifications. Roadside sign panels shall be installed on new posts and a new traffic signal stanc mast arm at locations shown on the plans or where directed by the Engineer an( conformance with the provisions in Section 56-2.04, "Sign Panel Installation" of Standard Specifications and these special provisions. New posts shall be 1-3/4 : telspar. + I I I I I I 1 I 1 I I I t II High Intensic Discharge Luminaires Luminaires shall conform to the provisions in Section 86-6.01, "High Intensity Dischz Luminaires", of the CALTFL4NS Standard Specifications and these Special Provisioi 250W high pressure sodium vapor luminaires shall be provided with inttegral ball and integral photo-electric cells. Each luminaire shall be provided with an internal ballast assembly (including ball capacitor, and lamp starter unit). All connections from the ballast assembly shall made with a single multi-circuit connector or individual color-coded NEMA connectors. Field connections to the luminaires shall terminate on a barrier t terminal block secured to the housing. Glare shields are not required. The luminaires shall be constructed and installed in such a manner as to provide 1 I11 distribution with the outer edge of the luminaire's housing below the entire 1 sources and all glassware. The luminaire's optical assembly shall provide without the addition of external shield: a 90 degree cutoff with no significant light emitted above the horizontal. I, I Traffic Striping Striping, paint, traffic stripes and pavement markings shall conform to the provision: Sections 84-1, "General," and 84-3, "Painted Traffic Stripes and Pavement Markings,' the Standard Specifications and these Special Provisions. Sections 84-3.02, "Materials," of the Standard Specifications is amended to read: r: 4 Paint for traffic stripes and pavement markings shall conform to the follow It State Specifications: State Paint Specification Fast Dry Solvent borne - White, Yellow and Black Rapid Dry Solvent borne - White and Yellow Rapid Dry Water Borne - White, Yellow and Black 8010-51K-C 8010-5 IK-C 80 10-42L-3 ? I 1 I I 1 I I I 1 1 I I t i I Glass beads shall conform to State Specification No. 8010-515-22 (Type 11): Copies of State Specifications for traffic paint and glass beads may be obtained fi the Transportation Laboratory, Post Office Box 19128, Sacramento, CA 95819, (919) : 2400. The kind of paint to be used (solvent borne or water borne) shall be determined by Contractor based on the time of year the paint is applied and local air pollution con reel a tions. Solvent borne white and yellow paint shall be either the Fast Dry or Rapid Dry typr the option of the Contractor. Thinning of paint will not be allowed. Paint shall be tested prior to use or the manufacturer shall provide the Engineer \ a Certificate of Compliance in accordance with the provisions of Section 6-1 "Certificates of Compliance," of the Standard Specifications. Said certificate shall cei that the paint complies with the specifications and that paint manufactured to the ss formulation and process has previously passed State testing. A list of manufacturers 1 have produced paint meeting State specifications is available from the Transportal Laboratory. (Material supplied by manufacturers other than those that have manu tured approved paint will require complete testing.) The second paragraph in Section 84-3.03, "Mixing," of the Standard Specification deleted. The fourth and fifth paragraphs in Section 84-3.05, "Application," of the Stand Specifications are amended to read: I A one-coat 3-inch wide black stripe shall be painted between the two 4-i wide yellow stripes of a double traffic stripe. If the two 4-inch wide ye1 stripes are to be applied in 2 coats, the black stripe shall be appl concurrently with the second coat of yellow stripes. On new surfacing, pavement markings and traffic stripes (except the bl stripe between the yellow stripes of a double traffic stripe) shall be appliec , 2 coats unless otherwise shown on the plans. The first coat of paint shal dry before application of the second coat. On existing surfacing, pavement markings and traffic stripes shall be api in one coat. 4 I' r Traffic Stripin? Removal Traffic striping removal shall conform to Section 15, "Existing Highway Facilities," ol CALTRANS Standard Specifications, and these Special Provisions. Traffic striping removal shall consist of removing all obsolete traffic striping and legc within the project limits as directed by the Engineer. The Contractor shall neatly and thoroughly remove all of the traffic striping and legt by the sandblast cleaning method. Full compensation for traffic striping removal shall be considered as included in lump sum contract price paid for installation of traffic signal and safety lighting, am additional compensation will be allowed therefor. 1 1 I I 1 I Payment Payment for traffic signal installation shall be at the contract lump sum price and : be considered full compensation for furnishing all labor, materials, equipment, incidentals necessary to perform the work. The contract lump sum price paid for striping and signage shall include full compensa for furnishing all labor, materials, tools, equipment and incidentals, and for doing work involved in painting traffic stripes (regardless of the number, widths, and patti of individual stripes involved in each traffic stripe) and pavement markings, including necessary cat tracks, dribble lines and layout work, bike lane signing, complete in pl as shown on the plans, as specified in these specifications and the special provisions, as directed by the Engineer. b I I I I Pedestrian Ramm Pedestrian ramps shall conform to the provisions in Section 73, !'Concrete Curbs Sidewalks", of the CALTRANS Standard Specifications, dated January 1988, and tl Special Provisions. Payment for pedestrian ramps shall be comidered a separate bid item. I I t, I I + April 1, 1992 Steiny and Company, Inc. 1083 Cuyamaca PI. El Cajon, CA 92020 Re: Bond Release - Contract Nos. 3318 and 3333 - Traffic Signals - Cerezo/Carlsbad Blvc and Monroe/Chestnut Ave. Per instructions from our Engineering Department, we are hereby releasing the followin bond for the above-referenced project: Labor & Materials Bond No. 5252643 Safeco Insurance Company $65,213.50 The bond is enclosed so that you can return it to your surety. Assistant City Clerk Enc . c: Yvonne, Eng. 1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-28C Vel 1 t 1 I - DUN’ I SAY (Ir! _- Date a Reply Wanted UNO Reply Necessary ”i7”y+ Re: Bond Release - % @e& d 33/JaL, 25x3 /- , Our records indicate that the d+ Qcb bond for the above-referenced subdivision/project is eligible for release. We need your written authorizationlapproval for release. the status, and if release is 0.k. Please let me know Thanks, +.- // ’ 7.7 .a 4- dGgL + &&&. 4,g 6 PR A? SJYdL& 8 dt.p/Jro Y- AlGNER FORM NO 55-032 Approved: / date PV &L- / Pro j e& Inspector I Approved : Authorized y: Senior/tnspector //f/% date 3 Principal Inspector I December 27, 1991 Steiny and Company, Inc. 1083 Cuyamaca Place El Cajon, CA 92020 Re: Bond Release - Contract Nos. 3318 and 3333 - Traffic Signals Per instructions from our Engineering Department, we are hereby releasing the follow bond for the above-referenced project: Performance Bond No. 5252643 Safeco Insurance Co. of America Remaining 25% - $32,606.75 The bond is enclosed so that you can return it to your surety. &Ri- Assistant City Clerk Enc. c: Yvonne, Eng. 1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-2f3 i I c I I - DUN' I SAY@! ww U Date /~r _- / aReply Wanted ssistant: City Clerk ONo Reply Necessary [(J - m #s$Q 3.347 333. Re: Bond Release - - 64.: bond for the vk - Our records indicate that the above-referenced subdivisionlproject is eligible <or release. your written authorizationlapproval for release. Please let me know the status, and if release is 0.k. *..g low We need Thanks, ipUdk& &C?CJd$4 307, d&C*7r(L t. -+.* -+66/, AIGNER FORM NO PRII RELEASE APPROVED BY: - Inspeptor /e/ ? Seniop Inspscior &/?/ RELEASE AUTHORIZED BY: RELEASE APPROVED BY: - - Principal Inspector + w.?7 Date - li I %z I I - DUN I 3Hr) ’$! * _- &Cd&d *Py e2 V6L7 To //t - L a Reply Wanted Froin Karen Kundtz, Assista ONo Reply Necessary A,,,&,,, Re: Bond Release - Our records indicate that the d+Cb bond for the above-referenced subdivision/project is eligible for release. We need your written authorization/approval for release. Please let me know the status, and if release is 0.k. ,! CY c. - & d sz3/89c. J33 Y. .. Thanks, +: // ’ ;5/ d4gL /- -a &. C.J& AIGNER FORM NO 55432 *’ .Ze 5JJ2L& 4 drLJ/Jro PI Y- 1 119' W"?l I rl I I - ULJI\I 1 SAY e Date $&< / @Reply Wanted ssistant City Clerk UNO Reply Necessary h 33/P 3333 Re: Uond Release - -&a*.- & Y&z-* / *: k&g+-u& <59+--- bond for the Our records indicate that the &C-< &&i&, above-referenced subdivision/pi , - is OligiLle for release. We need your written authorizationlapproval for release. Please let me know the status, and if release is 0.k. Thanks, Yes&hc&E .&?ZJd& 3-3 dD4-7J- +.- /=?+4 rg Y- AIGNER FORM NO 55-032 I WI I t I I - DUN’l- SAYW! Date k .=4 ._ To + A. - a Reply Wanted From Kcen Kundtz, Assi ONo Reply Necessary Re: Bond Release - ,%?&&-, +$ C*&d.d3//C J333 Thanks, +: // ’ 71 /Y. , Our records indicate that the d+pcb bond for the above-referenced subdivisionlproject is eligible for release. We need your written authorizationlapproval for release. the status, and if release is 0.k. Please let me know d4LL-L /- 3442-L .A52526& $if dc.p/~ro + &L4.4//L PR Y- AIGNER FORM NO 55-032 I February 21, 1991 Steiny and Company, Inc. 1083 Cuyamaca El Cajon, CA 92020 Re: Bond Release - Proj. Nos. 3318 and 3333 - Traffic Signals Chestnut Ave./Monroe St. and Carlsbad Blvd./Cerezo Dr. The Notice of Completion for the above-referenced contracts has recorded. Therefore, we are hereby releasing 75% of the Performance Bond. Please consider this letter as your notification that $97,820 of Performance Bond No. 5252643 is hereby released. We are required to retain the remaining 25% for a period of one year. At that time, if no claims have been filed, it will be released. The Labor & Materials Bond, in the amount of 5252643, will be eligib for release on July 1, 1991. A copy of the recorded Notice of Completion is enclosed for your records. Xd& Assistant City Clerk Enc . c: Yvonne, Eng. __ 1200 Carlsbad Village Drive * Carlsbad, California 92008 - (619) 434-2E a 993 Recording requested by: ) 1 CITY OF CARLSBAD 1 1 When recorded mail to: ) 1 City Clerk ) City of Carlsbad ) 1200 Carlsbad Village Drive ) . ... Carlsbad, CA 92008 ) %ace above for Recorder’s Use NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the prope hereinafter described. 2. The full name of the undersigned is City of Carlsbad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsb( California, 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work of improvement on the property hereinafter described was completed October 22, 1990. 6. The name of the contractor, if any, for such work of improvement is Steiny a Company, Inc. 7. The property on which said work of improvement was completed is in the City Carlsbad, County of San Diego, State of California, and is described as follows: Trai Signals at the intersections of Chestnut Avenue at Monroe Street and Carlst Boulevard at Cerezo Drive (Project Nos. 3318 and 3333). The street address of said property is NONE. 8. VERIFICATION OF CITY CLERK I, rhe undersigned, say: I am the City Clerk of the City of Carlsbad; 1200 Carlsbad Village Drive, ( , 1990, accepted the abo 92008; the City Council of said City on described work as completed and ordered that a Notice of Completion be filed. December 11 I declare under penalty of perjury that the foregoing is true and correct. Executed on December 12, 1990 at Carlsbad, Califcrnia. CITY OF CARLSBAD City Clerk / w a ,L fl "T,/ December 12, 1990 Vera L. Lyle County Recorder P.O. Box 1750 San Diego, CA 92112 Enclosed for recordation is the following described document: Notice of Completion Project Nos. 3318 and 3333 Traffic Signals Steiny and Company, Inc., Contractor Our staff has determined that the recordation of this document is of benefit to the City; therefore, it is requested that the fees be waived. Thank you for your assistance in this matter. d& Assistant City Clerk Enc . ______ __ - 1200 Carlsbad Village Drive - Carlsbad, California 92008 - (619) 434-2 0 a Recording requested by: 1 1 CITY OF CARLSBAD ) 1 When recorded mail to: ) ) City Clerk 1 City of Carlsbad 1 1200 Carlsbad Village Drive 1 Carlsbad. CA 92008 1 SDace above for Recorder’s Use NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the prope hereinafter described. 2. The full name of the undersigned is City of Carlsbad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbz California, 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work of improvement on the property hereinafter described was completed October 22, 1990. 6. The name of the contractor, if any, for such work of improvement is Steiny a Company, Inc. 7. The property on which said work of improvement was completed is in the City Carlsbad, County of San Diego, State of California, and is described as follows: Tral Signals at the intersections of Chestnut Avenue at Monroe Street and Carlst Boulevard at Cerezo Drive (Project Nos. 3318 and 3333). The street address of said property is NONE. 8. VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad; 1200 Carlsbad Village Drive, , 1990, accepted the ab( 92008; the City Council of said City on described work as completed and ordered that a Notice of Completion be filed. December 11 I declare under penalty of perjury that the foregoing is true and correct. Executed on December 12, 1991 at Carlsbad, California. CITY OF CARLSBAD * b-7 &wm ,//g(w ,, ALETHA L. RAUTENKRANZ City Clerk