Loading...
HomeMy WebLinkAboutC-1405 - Balboa Island Alley Improvements 1971-72July 28, 1972 Damon Construction Company 11760 Wright Road Lynwood, California Subject: Surety : Houston Fire and Casualty Ins. Co. Bonds No. :39290 Project : Alley Improvements - Balboa Island, 1971 -72 Contract No.: 1405 The City Council on July 10, 1972 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after Notice of Completion had been filed. Notice of Completion was Bled with the Orange County Recorder on July 13, 1972 in Book No. 10221, Page 516. Please notify your surety company that bonds may be released 35 days after recording date. Laura Lagios City Clerk dg cc: Public Works Department ' REQUESTED BY 10832 -- / Fh� r 10221 516 PLEASE R�TU0.N cm CLERK `,$ I it "'<'J3A LP. BIOS, - ,pa!>rT gcACH RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA NOTICE OF COMPLETION 9:05 A.M. JUL 13 1972 PUBLIC WORKS J. WY11E CARLYLE, To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on June 23, 1972 the Public Works project consisting of Alley Improvements - Balboa Island, 1971 -72 (C -1405) on wincn _uamo was the contractor, and was the surety, was completed. I, the undersigned, say: y Houston Fire e CITY OF NEWPORT BEACH ublic orks Director VERIFICATION I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on July 11, 1972 at Newport Beach, California. VERIFICATION OF CITY I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on July 10, 1972 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on July 11, 1972 at Newport Beach, California. • r CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd Area Code 714 673 -2110 Date: July 11, 1972 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: Attached for recordation is Notice of Completion of Public Works project consisting of Alley Improvements - Balboa Island, 1971 -72 Contract No. 1405 on which Damon Construction Company was the Contractor and Houston Lyre and Casualty Ins. Co. was the surety. Please record and return to us. Very truly yours, Laura Lagios City Clerk City of Newport Beach LL: dg Encl. Date Mw 12- 1,972 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 0-1406 Project Alley IWYOVwffwlts - Balboa Island, 1971 272 Attached is signed copy of subject contract for transmittal to the contractor. Contractor: Lamm 0=txuCtJ m g;qR 9 Address: 11760 Wrigft Road, Lyrwood, Calif mia Amount: $ 70,170.00 Effective Date: may 10, 1972 Resolution No. 7673 Laura Lagios LL-.dg Att. cc: Finance Department [� oil CONTRACT NO. 1405 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR ALLEY IMPROVEMENTS - BALBOA ISLAND APPROVED BY THE CITY COUNCIL ON THIS 13th DAY OF MARCH, 1972 --�y? Laura Lagios, City Cl er1C y 1971 -72 CONTRACT NO. 1405 SUBMITTED BY: 11760 Wright Road A ress CL nw od California ity Zip o e (213) 636 -1243 Phone $70_.17 00 Total —Bt o rice 71{"! q It, CER41CATE OF INSURANCE This is to certify that the policies listed in this Certificate have been issued to the Named Insured by the Company designated below. This Certificate does not amend, extend or otherwise alter the terms, conditions or exclusions of such policies. Issued To (Name and Address) Ka ;r-F City,of Newport Beach ts;: City Hall zz tzizz 3300 W. Newport Blvd. Newport Beach, California Named Insured and Address: -Damon Construction Co. 11760 Wright Rd. Lynwood, California "a of Insurance Policy Number Policy Term Limits of Liability Bodily Injury Property Damage Workmen's Compensation CPJ 20541 5-6-71/72 Statutory $ 000 Each Person Employers' Liability $ 000 Each Accident $ 000 Medical - Each Person Comprehensive Automobile 5-19-71/ $ 250 000 Each Person Liability 1cc407785 5-19-74 zz $ 9f)() 000 Each Occurrence $ 1 OD 000 9 5 0 000 Each Person Comprehensive Genera) $ qf)n 000 Each Occurrence $ 100 000 Liability ICC 407785 5-19-71/ Aggregate Operations 00 $ 500 000 5 00 ' 0 fOO Aggregate Protective 5 000 I. 5-19-74 Including Blanket Contractual Liability Aggregate Completed $ $00 000 Operations and Products $ 500 000h Manufacturers' and Contractors' Liability 1cc407785 5-19-71/ $ 250 000 Each Person $ 000 Each Occurrence $ n lords' and $ -19-74 500 100 1000 T=: LL,ab', it Aggregate $ 500 000th $ 75() 000 Each Person Completed Operations and Products Liability 5-19-71/ $ 000 Each Occurrence 000 Aggregate 500 000 lcc 407785- 5-19-74 $ 000 Each Person $ '000 Each Occurrence $ '00 P! Contractual Liability Aggregate $ '000 4,:i Comprehensive Excess 000 Each Occurrence Combined Personal Injury and $ 000 Aggregate Indemnity rope Damage Description and location of operations and automobiles covered: Alley Improvements, Balboa Island 1971-72 (Contract No. 1405) The Company designated below will make every effort to notify the holder of this Certificate of any material change in or cancellation of these policies, but assumes no responsibility for failure to do so. UNITED STATES FIDELITY AND GUARANTY COMPANY tij ❑ FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC EMA il R. Date— April 13- 1972 By i N N (OVEP Gen, 348 (9-70) "It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled, materially changed, nor the policy allowed to lapse until ten (10) days after receipt by the City Clerk of the City of Newport Beach, City Hall, Newport Beach, California, of a registered written notice of such cancellation or reduction in coverage. "The City of Newport Beach is named as an additional insured per the terms, conditions, and exclusions of casualty endorse- ment number 608 attached. _ OWNERS' AND CON1&TORS' PROTECTIVE LIABILITY INSUIOCE ENDORSEMENT (COVERAGE FOR OPERATIONS OF DESIGNATED CONTRACTOR) The Company, in consideration of the payment of the premium, in reliance upon the statements in the declarations made a part hereof and subject to all the terms of this endorsement and of the policy not expressly modified herein, agrees with the Insured named In this endorsement (hereinafter called the Named Insured) as follows: Declarations Item 1. Named Insured: CITY OF NEWPORT BEACH 5/19/71 -74 ATTN: PUBLIC WORKS DEPARTMENT Item 2. Address: 3300 NEWPORT BLVD., NEWPORT BEACH, CALIF. Item 3. The Named Insured is: ❑ Individual ❑ Partnership EJ Corporation ❑ Joint Venture E*Othef (specify) Item A. Business of Named Insured: Item 5. The insurance afforded is only with respect to such of the following Coverages as are indicated by specific premium charge or charges. The limit of the Company's liability against each such Coverage shall be as stated herein, subject to all the terms of this endorsement having reference thereto. Classification Premium Basis Rates Coverages Limits of Liability Code No. Cost Per 100 of Cost Advance Premiums Bodily Injury $ 250 ,000 each person Liability $ 500 , 000 each occurrence 0 512 Property Damage $ 100 > 000 each occurrence Liability $ 500 ,000 aggregate Minimum Premiums: B.I. $ 16.0(); P.D. $ 11.00 $70,170.00 .029 AT AUDIT Wording of Classifications) (The rating classifications do not modify the exclusions or other terms of this insurance): 016 AT AUDIT Total Advance Premium $ .00 CONSTRUCTION OPERATIONS — OWNER — EXCLUDING OPERATIONS ON BOARD SHIPS. Designation of Contractor: DAMON CONSTRUCTION CO., INC. Location of Covered Operations: CONTRACT #1405 ALLEY IMPROVEMENTS BALBOA ISLE., CALIF. (SEE REVERSE SIDE FOR COVERAGE PROVISIONS) This endorsement, from its effective date, forms a part of the policy described below issued by the Company named therein. zlc UNITED STATES FIDELITY AND IFANTY COMPANY Secretary FI�DELIT AND GUARANTY IN URANCDERWRITE - d President P Countersigned by.._._.,........._1...,`..- �..'......__..... ....� ................_....... NASH INS . JLD Authorized pk68u6dliYef (The spaces below arelo be 'completed only if this endorsement is issued subsequent to the issuance of the policy.) End. No. 18 End. Effective Date 4/12/72 Co. I B.O. 11 40 Agency Code 4008 Policy Number 1CC 407785 Named Insured 1 DAMON CONSTRUCTION CO., INC. TRAN. LINE POL. EFF. DATE EXP. DATE STATE TERR, P. F. CLASS LIM. EXPOSURE P. F. COLL. L. PREM. R. PREM. COMM. MASS. S. P. F. D. CODE RATE MO, DAY YR. MO. YR. Caeurtry 608 (6 -67) 1970 Coding „„ 0 'Aiolwal Aogod awl wq;!m pouad Aopod aq1 auunp pue 108la4 alep angoaHa 941 la11e Pie uo smaoo 4314m aHewep Auad9ld 10 Ainfw Al!poq o; Awn swldde oouemsu! swl A1011UU31 !0O1117d 1N31A3S110aN3 A 'gllmajagl uol;oauuoa w pags!wn; luawdinba pue s;1ed 's!eualew sapnloul ,Iuom,, :aouemsul. slgl 01 aauaia;ai w Paso uagM 11,1O11111,1I0a IVNOI11aaV Al 'anuamndoo su0 10 lno Eulspe se palap!sum aq pegs suog!puoo lelauO awes a41 A!leiluelsgns of alnsodxa paleadal 10 snonuilm in lno awspe aHewep A>Jadoud pue Aunful Al!poq 4e 'Allpgeg s,Auedwo� aql ;o l!wil agl Hu!u!wlalap ;o asadind aql ioj— dl!l!gell aHewep AlladoJd pue Allllgell AWN Al!po8 loafmd goea of loadsal ql!m Ala ;eledos Aldde llegs 1!wil a;eHalHHe guns 'alnpagos aql w paleuisap sl ;oafad auo uegl alow ;I „aleJaiph, se suoweleloap 94; w palels Allllgell Gleulep Auadoud 10 liwp aq; paauxa low Ilegs sa!ldde aHelanoo slgl galgm of aHewep Alladold lie 10 asneaaq saHewep Ile 10; Auedwoo aq; ;o Qpcell lelol aql ' „a0uauun33o goea„ Hugoadsal uolslAOld anoge aql o; l9afgns „aauauun000 gaea„ of @IcImIdde se suogelwoap a4; w palels Al!I!ge!I aHewep Alladold to llwll aq; paaoxa;ou pegs aauauunom auo Aue 10 llnsal aql se suwlezlueElo 10 uoslad alow 10 auo Aq pawelsns aHewep Alaadold Ile 10 asmaq saHewep Ile 10l Auedwoo aql ;o Al!I!gew ielo; aql- 4!1!gell aEe ueo Alaad0ad %,amajimoc gaea„ of algealldde se suogeleloap aq; w pa ;els A;lligw.l Amfw Allpoq to l!wq aql paaaxa lou (legs amaaln000 auo Aue ;o llnsal a41 se suoslad alow 10 aml Aq pawelsns Amfu! Al!poq ;o asneaaq saHewep Ile 101 Auedwoo aql ;o A;iligell lelol aql ', uoslad wiea„ Hwloadsal uolsiAOld anoge aql o; laafgns ;nq !asuaimmo auo Aue ;o llnsal aql se uoslad auo Aq pawelsns Amfu! Allpoq 10 asneaaq saHewep Ile 10; Allllgell s,Auedw03 941 ;o l!wll ail sl „uoslad gaea„ 01 algeopdde se suogeleloap aql u! Palels Allllgell Amfu! Allpoq ;o llwg aql— (l!I!ge!1 Amful ANpoo :smogw se pal!ugl sl 41!lwe!l s,Auedwoo aql 'aHewep AUadoid 10 Amlu! Al!poq ;o ;unoaae uo IgOnaq slurs 10 spew swlelo (g) 10 'aHewep Alladold io Aanfu! Al!poq welsns oqm suopez!ue210 10 suoslad (Z) luawaslopua slgl lapun spamsul (1) l0 lagwnu aql to ssalpleh8 A11II8VII d0 S11WI1 III 'pamsul paweN 941 m; 1a2euew alelsa 1801 se 1Jug0e a114M uollenu8Elo 10 (pamsul paweN @41 10 aaAoldwa ue owl Jaglo) uoslad Aue (p) pue !gans se sapnp s!4 10 adoos aq; wi11m Hupoe alwm 1001@41 lapl0413ols 10 iolaailp 'laolpo angnoaxa Aue pue paleuHlsap os uo1Iez!ueH10 aql 'alnluaA ;wof 10 dlgslaulled 'lenplAlpw ue ueq; 10410 SO luawaslopua 5144 10 suol;elelaap 041 w pa;euElsaP sl pamsul paweN aq1 11 (a) 'gans se Allllgell slq of ;oadsal ql!m Aluo loq loalagl lagwaw 10 1aulled Aue pue paleuHlsap os aln:uaA lwof 10 dlgslau ;led ail 'aln;uan lumf 10 dlgslaulled e se luawaslopua 5141 10 suoileleloap a4l wl pa ;euH!sap sl pamsul paweN 941 11 (q) paleuHlsap os uoslad aql 'lenplAlpw ue se luawaslopua S141 ;o suo!lmloap a4l ul paleuHlsap sl pamsul paweN 6411! (e) molaq gllol las lualxa aql of luawaslopua slgl lapun pamsul ue sl Hulmollol awl 10 4oe3 a3UfISNI SNOS13d II Ao4od aql 10 uols!AO1d sluawAed Aleluaw - alddns aq; lapun p!e lslp 10; sasuadxa (Z) 10 j9ealu93 leluap!aw we lapun : U91) 49 Alle9sea • pamsul aql Aq pawnsse Al!I!gep (i) of loadsal ql!m 1woEaio; aql 10 hue 01 luap!9u1 uo1j1puo0 ;0 ;oe AN of 10 uwlnlonal 10 uolllagal 'uogaallnsw '1eM IIA!a 'palepap 1ou 10 laglagm gem of anp aHewep Aliadoid 10 AJnful Al!poq of (H) !loloelluoo paleuElsap aql Aq pamsul awl 10l pawloyad glom (V) 10 'lolluoi leolsAgd Huls!olaxa asodmd Aue 10; si pamsul aql gowm of se 10 pamsul a4; 10 Ioiluoa in Apolsn0 'am aql w Al1ad01d (g) 'pamsul aql Aq pasn Aliadoid (Z) 'pamsul aq1 o; paluai 10 Aq paldnaao 10 paumo Aliadoid (l) of aHewep Aliadald of (1) gseuluoo leluap!oul ue lapun pamsul aq Aq pawnsse Al!l!gep of Aldde low saop uoisnloxa slgl lnq pamSul 641 Aq luawAoldwa sIq ;o aslnoo aq; u! pue In Ina Hwsue pamsul aq; In aaAoldwa Aue of Amfu! Al!poq o; (a) 'Mel lellwls Aue lapun 10 'mw sll;auaq A141ges1p 10 uogesuadwoa luawAoldwaun 'uol;esuadwoo s,uawglom Aue lapun algell play aq Aew )a1nsul s!q se iaum Aue 10 pamsul a41 qoigm 10; uogeHllgo he of (p) loloelluw paleuHlsap aql Aq pamsul paweN aql lw pow1o11ad glom 10 uols!Aladns Ielauad uegl 1aq ;o 'saaholdwo slq 10 Aue 10 pamsul paweN Oil 16 uwsslwo 10 loe Aue In ;no Hwsue aHewep Aliadoid in Amfu! Allpoq of (o) .laafoid awes aql 10 lied a se ledlauud a 10; suol ;elado Hwwollad w paMua lolaelluoagns 10 1010e11uoa iagloue ueq; 1a410 uogen.ueElo 16 uosiad Aue Aq @so papualul sll of ;nd uaaq seq sasue aHewep 10 A1nfu1 aql gu!gm ;o lno I om s,loloelluoa paleuHlsap aq; ;o uogiod le41 (Z) is 'palaldwoo uaaq seq suogeiadd palanoa 041 10 alts ail le pamsul paweN ail ;o ;legaq uo in Aq pawlollad aq of (siledai 1e a0ueualmew 'aalAias ueq; laglo) ;oafold ail uo >Imm Ile (1) 1al ;e Euuln000 aHewep Aliadoid 10 Amfu! Al!poq of (q) Oauuew ayguewgiom e w auop aq II!M loloellu0a paleuHlsap aql Aq pawo;iod quom' leg; Alueiiem a 61 Ajdde ;ou saop uolsnloxa slgl 1nq 49e4uo3 MINNOW ue 1da0xa ;uawaalEe 10 laeiluoo Aue lapun pamsul aql Aq pawnsse Allligep of (e) :Aldde 4ou saop luawaslopua s!ql SualSnlaz3 sluawalllas 10 sluawHpnf ;o 1uawAed Aq palsnegxa uaaq seq Alplgell s,Auedwoo aql In llwll algealldde aql ialle lms Aue pualap of in luawHpnf in wlel0 Aue Aed of paleHllgo aq lou llegs Auedwoo aql lnq 'lualpadxa swoop 11 se ;ms 10 wlelo Aue ;o luawalllas pue u01JE211sanul gans allow Am pue 'lualnpnei; 10 asle; 'ssalpunoiH ale ;ins aql In suopeHage aql In Aue ;! uana ' aHewep Aliadoid 10 Amfu! Allpoq gans 10 lunme uo saHewep Hwgaas pamsul 041 lsweae llns Aue pualap of AInP pue 14HU aql aneq pegs Auedwoj aql pue 'suollelado gans 10 uolslAladns !elauaE s!4 411M uogaauuoo ul pamsul paweN a41 10 suwsslwa 10 she (Z) 10 walagl paleuHlsap u014e901 aql le suolleleloap ail u! paleuElsap 101ae1luoa aq; Aq pamsul paweN 041 10; pawo ;lad suwlelado (1) ;o lno Eu!sue pue aouaim3a ue Aq pasneo 'sagdde luawaslopua swl galgm o; aHewep Alladold 10 Amfu! Al!poq In asneaaq saHewep se Aed of paleHllgo Ag2ol awooaq pegs pamsul aql go!gm swns Ile pamsul aq; ;0 llegaq uo Aed ll!m Auedwoo pull A11118VI1 39VWVa AINUOUd-3OV83AO7 A11I18VII AunrNI AIIaOS- 39VU3AO0 I COTIFICATE OF INSURANCE TO: Name and Address at nsure City of Newport Beach, City Hall Damon Construction Co. 3300 W. Newport Blvd. 11760 Wright Rd. Newport Beach, California Lynwood, California COMPANY AND EXPIRATION COVERAGE POLICY N DATE LIMITS OF LIABILITY Workmen's Compensation Employers Liability Fireman's Fund 17 Wp 143 81 41 7-1-72 WC - Statutory EL - Unlimited in California Bodily Injury Property Damage Comprehensive General Each Person Liability Each Occurrence Aggregate Comprehensive Automobile Liability Insurance Each Person Each Occurrence Excess Liability Insurance Automobile Comprehensive Physical Damage Ded. Collision Loss Payable to: Additional Named Insured: City of Newport Beach (address above) Location: All operations of the Insured. Re: Alley I Improvements, Balboa Island, Cont. #1405 The insurance afforded is sub'ect to all of the terms of the olio includ1r endorsements, applicable thereto. Notice of Conce lotion - In the event of cane ation or change in the above certified Coverages, the Company will give 10 days written notice of cancellation or change to: CERTIFICATE HOLDER ALBERT G. RUBEN & COMPANY, INC. This is to certify Coverage under the above policies. 1450 East 17th Street, Suite 216 Santa "�ina, iforn 92701 (OVER) By 0 "It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled, materially changed, nor the policy allowed to lapse until ten (10) days after receipt by the City Clerk of the City of Newport Beach, City Hall, Newport Beach, California, of a registered written notice of such cancellation or reduction 5.n coverage." Y • CITY OF NEWPORT BEACH • PUBLIC WORKS DEPARTMENT ALLEY IMPROVEMENTS - BALBOA ISLAND 1971 -72 CONTRACT NO. 1405 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: PR 1 of 2 The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 1405 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 41,100 Construct 6" thick P.C.C. alley Square Feet pavement @ One Dollars and Twenty Cents $ 1.20 $ 49,320.00 Per Square Foot 2. 18 Construct 6" thick P.C.C. alley Each approach over native soil @ Three Hundred Dollars and Nn Cents $ 300.00 $ 5.400-00 Per Each 3. 1,100 Construct 8" thick P.C.C. street Square Feet paving @ two Dollars and no Cents $ 2.00 $ 2,200.00 Per Square Foot 4. 720 Construct 6" thick residential Square Feet driveway approach in street areas @ One Dollars and fift Cents $ 1.50 $ 1,080.00 Per quare Foot Y • • PR2of 2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 5. 4,600 Construct 4" thick P.C.C. garage Square Feet approach in alley areas @ One Dollars and no Cents $1.00 $ 4,600.00 Per Square Foot 6. 1,900 Construct 4" thick P.C.C. sidewalk Square Feet @ One Dollars and no Cents Per Square Foot 7. 350 Construct variable height curb face Linear Feet modified Type "A" P.C.C. curb and gutter @ Six Dollars and no Cents Per Linear Foot 81 3,200 Construct 4" thick A.C. garage Square Feet approaches 1.00 $1,900.00 $ 6.00 $ 2.100.00 @ no Dollars and eighty -five Cents $-0.85 $2,720.00 Per Square Foot 9. 1,000 Construct variable thickness A.C. Square Feet feather join @ no Dollars and eight -fivg Cents $0.85 $ 850.00 Per Square Foot TOTAL PRICE WRITTEN IN WORDS (BID ITEMS 1 THROUGH 9): Seventy Thousand One Hundred and Seventy Dollars and no Cents $ 70,170.00 Damon Construction Company /s/ Gilbert M. Zavala Bidder's Name Authorized Signature CONTRACTOR'S LICENSE NO. 263 -773 CONTRACTOR'S ADDRESS DATE April 3, 1972 e • • Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:00 A.M. on the 4th day of April , 19 72 . at which time they will be opened and read, for performing work as fol o— wsS ALLEY IMPROVEMENTS - BALBOA ISLAND 1971 -72 CONTRACT NO. 1405 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents THAT MUST BE COMPLETED, EXECUTED, AND RETURNED in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required and the Corporate Seal shall be affixed to all documents requiring signatures. In the case of a Partnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. Plans and Contract Documents, including Special Provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the Plans and Contract Documents be returned within 2 weeks after the bid opening. The City has adopted the Standard Specifications for Public Works Construction (1970 Edition and Supplements) as prepared by the Southern Calffornia ChapteFs of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue., Los Angeles, California 90034, (213) 870 -9871) The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $2.00 per set. • • Page la City of Newport Beach, California Notice Inviting Bids In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract and has set forth these items in Redolution No. 7423, adopted May 17, 1971. A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). The City reserves the right to reject any or all bids and to waive any informality in such bids. Revised 12 -71 Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the works shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for.any errors or omissio„s on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. Classification Accompanying this proposal is Bidders Bond for Cash, Certified Check, Cashier's Check or Bond in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. 213- 636 -1243 Phone Number April 3, 1972 Date ri] ,Bidder's Name (SEAL) s Gilbert M. Zavala Authoriz Signature Authorized Signature Corporation Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: Bonnie Lee Zavala, President Robert Johnston, Vice President Gilbert M. Zavala, Secretary- Treasurer J. Robert Rull, General Manager .- Page 3 DESIGNATION OF SUB - CONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the sub - contractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these sub - contractors except upon the prior approval of the Engineer. Item of Work Sub - contractor Address 1. None 2. 3. 5. 6. 7. 8. 9. 10. 11. 12. Damon Consi: i u on C m n ` LJG r s )lame - LG /�t /s Gilhert (jti Zavala Authorized Signature T Corporation Type Of rganization (Individual, Co- partnership or Corp) • FOR ORIGINAL, SEE CITY CLER• FILE COPY Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, Damon Construction Company as Principal, and Houston Fire and Casualty Insurance Company as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Per Cent of Amount Bid Dollars ($ 10% ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of ALLEY IMPROVEMENTS - BALBOA ISLAND 1971 -72 (CONTRACT NO. 1405) in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 4th day of April , 19 72 Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) NOTARY PUBLIC: Carol Johnson Commission Expires June 24, 1975 DAMON CONSTRUCTION COMPANY Principal HOUSTON_ FI_RE AND CASUALTY INSURANCE COMPANY Surety u Title Attorney -in -Fact 0 NON- COLLUSION AFFIDAVIT 0 Page 5 The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrange- ment or agreement.with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or material - man which is not processed through said bid depository, or which prevent any .subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no induce- ment or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any. person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomesoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me by this _3 day of April 19 72 My commission expires: May 19, 1975 DAMON CONSTRUCTION COMPANY 11760 Wright Road Lynwood, California /s/ Robert Johnston Notary Public • FOR ORIGINAL, SEE CITY COK'S FILE COPY Page 6 ; STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. On file with City Clerk Gilbert Zayala 6 �,• i signed' DAMON CONSTRUCTION COMPANY Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. 1970 City of Newport Beach Pat Dunigan 1971 -72 City of Downey Bill Ralph 1971 City of Lynwood D. Rusech 1972 City of Compton George 011ie DAMON CONSTRUCTION COMPANY - /s/ Gilbert M. Zavala c ed • No Charge ;. • Page 8 LABOR AND MATERIAL BOND # HFC 39290 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach,'State of California by motion adopted A :IriI 11, 1972 has awarded to XV-I NI CJ;iSTRJCTIC:i CO: w X1Y hereinafter designated as the "Principal ", a contract for P:LLIEY i':: ?." 1'fc ; :fTS - 2AL'�J'0A ISLAND, 1'x71 -72 (CC"TrACT 40. 14,05) in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies or teams used in, upon, for, or about the per- formance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We DAMON CONSTRUCTION COMPANY as Principal, hereinafter designated as the Contractor and HOUSTON FIRE AND CASUALTY INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of .Thirty- Five Thousand Eighty Five_& NO /100 _OMD11ars ($.35,085.00---- - - - - -- ) said sum being one -half of the estimated amount payable by the City of Newport Beach under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or his subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee.; to be fixed by the Court as required by the Provisions of Section 4204 of the Government Code of the State of California. CERTIIPILD COPY 41NERAIL POWER, OF ATTOR KNOW ALL MEN BY THESE PRESENTS: That the HOUSTON FIRE AND CASUALTY INSURANCE COMPANY, a corporation of the State of Texas, pursuant to the following resolution, which was adopted by the Directors of the said Company on February 25, 1949, to wit: "RESOLVED that the President or a Vice President and Secretary of this Company be and they are hereby authorized and empowered to make, execute and deliver in behalf of the Company unto such person or persons residing within the United States of America, as they may select its Power of Attorney constituting and appointing each person its Attorney -in -Fact, with full power and authority to make, execute and deliver, for it, in its name and in its behalf, as surety, any particular bond or undertaking that may be required in the specified territory, or undertakings, and as to limits of liability to be undertaken by the Company, as said officers may deem proper, the nature of such bonds or undertakings and the limits of liability to which such powers of attorney may be restricted, to be in each instance specified in such Power of Attorney." hath made, constituted and appointed and by these presents does make, constitute and appoint R. A. COON its true and lawful ATTORNEY -in -FACT to make, execute and deliver on its behalf as Surety, bonds and undertaking, each in a penalty not to exceed the sum of EIGfiT HUNDRED THOUSAND (;800,000.00 ) DOLLARS and to be given for the following purposes only, to wit: Such bonds and undertakings for said purposes, when duly executed by one of the aforesaid Attorneys -in -Fact shall be binding upon the said Company as fully and to the same extent as if such bonds and undertakings were signed by the President and Secretary of the Company and sealed with its corporate seal. IN WITNESS WHEREOF, the HOUSTON FIRE AND CASUALTY INSURANCE COMPANY has caused these presents to be signed by its Vice President, and its corporate seal to be hereunto affixed and duly attested to by its Secretary, this 28th day of February 1s 72 ATTEST: HOUSTON FIRE AND CASUALTY INSURANCE CO. Secretary Sr. Vice President STATE OF TEXAS COUNTY OF TARRANT On this 28th day of February . 19 72 , before me personally appeared T. P. GoStkowski Sr. Vice President of the HOUSTON FIRE AND CASUALTY INSURANCE COMPANY, with whom I am personally acquainted, who, being by me duly sworn, said: that he resides in the State of Texas; that be is Vice President of the HOUSTON FIRE AND CASUALTY INSURANCE COMPANY, the corporation described in and which executed the foregoing instrument; that he knows the corporate seal of the said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name as Vice President of said Company by like authority. SEAL ry Puwic, Tarrant unty STATE OF TEXAS jj Joan Lane COUNTY OF TARRANT f I, T. M. Cobb ,Secretary of the HOUSTON FIRE AND CASUALTY INSURANCE COMPANY, a corporation of the State of Texas, do hereby certify that the above and foregoing is a full, time and correct copy of Power of Attorney issued by said HOUSTON FIRE AND CASUALTY INSURANCE COMPANY, and that I have compared same with the original and it is a correct transcript therefrom and of the whole of the original. Said Power of Attorney is still in full force and effect and has not been revoked. IN WITNlf�JHEREOF, I havA P frprto set my hand and affixed the seal of the said Company at the City of Fort Worth this hh day of i9 72 . F.,. 1707 -A SEAL �s��,� Secretary S'............... eve." 0 1 STATE. OI, CALIVO:lNIA • SAN rRANCISCO • P'•''rtiD'� D Cox• 4i i cz �e of Au t.-hority . T"Is Is To CiLAi7i+Y, Tbal, pursaaut to the lusuraace Code of the Slate of California, m 2073 1' HOUSTON VIRB AND CASLALTI' I:;SLR:.:\CB CO::P.L \Y Of FORT WOATli, TEXAS , organized render the lams of TEXAS , subject to its Articles of Incorporation or, r olber fundamental orpiiixalioual documents, is hereby anlborized 10 lrausacl wlibin this Stale, sl1birel to all provisions of ibis Cerlificale, the follolviug elrsses of insltrauce: :rlRi A.?I: SUR: 2., i i; PL:1T3 GLASS, LIAL'IT,ITY, I;OIi:C: °.ki11S COt•iP :iSAto, 01, CO2,*'Olr/ CARR:zR LIa!UTY, B01UR AIM I. ACIi: ;BRY, BURGLARY, SPRT.N=Mj AUTOMOBILE and ' ZISCELLANZOUS as sic% classes are now or way hereafter be defined iu the lusurauce Laws of lb: Slate of Califorui:l.'.!l'' Thu CL•ilriFiCATE is expressly collllitlolled 7!1!011 the holder bereof now r11d herraf lel. being in f n!!,• ,' r.. r eompl,'arlce zvilb all, and 1101 ill viulaliou of any, of /be applicable laws and lawful reguiremculs made;': o !wider aulbority of lbe laws of !be Slate of California as lung as sucb lases or reguiremculs are in c,(l ccl and applicable, and as such laws alul rerluirerrleuh now arc, or way hereafter be changed or aulcudc.1.;'1. • I Ix W:rx: s WJ: <nLO:•, e/j, etrve as of the........? "r: ........ _.da;; f 6 , o -- ........SsPa. .83R......._......_......,. ....... ....,Ib.✓e /Jirein o , •• Set wy ha ad and chaser! my or lcial seal to be affixed tbts...r...::.:.r._ dayQf.....: ».. RICIiARD S. L. RODDIS .1r•,wl . / J �'•• •.! r '(1 !,r Jlrr.ann Glnnblbl,rr j I 1•. 1 h ' ' 4• No Q 1plim%.116.1 %Y11Il Ow Nevrei.111 Of Slaw ,111111 0. Irey'lee.i r Ur rn /1' 1716 �.di11 /O/h��I� L1 `� \•r +••11,11 i01NII C",W all 00. I'll )'•. .lire 11111.I1h'\ of 414% (;Cl Ui1N11' 111 /�111in11•u1, i•J,11,r1+ lu ,ill ht will aw it YMl;46%l,1 01 f/l1r Wr:,+ J\•Q, �u i 4114 Nlil i•\ .vo, ,I�• ,1'` :6 Nf lomllimil 016 Crnsieirw al AN1i041; q i.Nt\NS11t 10 ki,l e1 \v,rN+uts 071141 ul 1ie1 ,Ii.plWit111h\ illfi due 41414 \711 euulliuni rNllr410.1 IN...N\OL. �'r•q••.r!11.'. i STA`TF OF CALIFORNIA DZPAXTMcNT OF 1NSI 1407 MARKET STREET SAN FRANCISCO, CALIFORNIA 44107 April 27, 1971 RONAID REAGAN, Go,e,no, This is to certify that the Official Publication of the California Department of Insurance listing the "In- .surance Organizations Authorized By The Insurance Commis- sioner To Transact Business Of Insurance In The State of California During 1970" contains an inadvertent printing error in the reporting of Houston lire and Casualty Insur- ance Company. This certifies further that said insurer is a corporation organized under the laws of the State.of Texas with its Yo-me Office in the City of Fort Worth, and that it is licensed in the State of California to transact the classes of Fire, Marine, Surety, Plate Glass, Liability, Worlcren's Compensation, Common Carrier Liability, Boiler and Machinery, Burglary, Sprinkler, Automobile and Miscellaneous insurance, y �C.J'nGC .ice <- I > IN WITNESS 1• HEREOF, I have hereunto set my hand and affixed my official seal the day and year in this certificate first above written:. RICHARDS D. BARGER Insurance Commissioner By NVV OHN FABER Deputy �I ' ,1 r • • Page 9 (Labor and Material Bond - Continued) This bond shall inure to the benefit of any and all persons, companies, and corporation entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California, And the said Surety, for value extension of time, alterations to be performed thereunder or affect its obligations on this extension of time, alterations work or to the specifications, received, hereby stipulates and agrees that no change, or additions to the terms of the contract or to the work the specifications accompanying the same shall in any wise bond, and it does hereby waive notice of any such change, or additions to the terms of the contractor or to the In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Sure above named, on the 17th day of April , 19 Approved as to forme City Attorney This bond was approved by the City Council of the City of Newport Beach by motion on Da to Attest: City Clerk DAMON CONSTRUCTION COMPANY L--� (Seal ) Contractor HOUSTON AND CASUALTY INS�WgE COMPAY BY (Seal) R. A. COON ATTORNEY IN FACT (Seal). Acknowledgment — Attorney in Fact STATE OF CALIFORNIA COUNTY OF SAN DIEGO SS. On 17th of April , 1972, before me. the undersigned a Notary Public in and for the said County and State, personally appearedR. A. Coon known to me to be the person whose name is subscribed to the within instrument, as the Attorney -in -Fact of 140IISTON FIRE AND CASUALTY INS - IRANCE COMPANY and acknowledged to me that_he subscribed the name of DAMON CONSTRUCTION COMPANY thereto as principal and h IS own name as Attorney -in -Fact. IN- WITNESS WHEREOF, I have hereunto set my hand and affixed my official seat the day and year in this certificate first above written. M.mbSM W' I Notary Public in and for said County and State Notary Seal OMC %At SEAL CAROLJOHNSON NOIA,7Y PUBLIC CAUFOGNI ' s PRINCIPAI OFFICE IN < _ SAN DIEGO COUNTY My Commission Expires June 24, 1975 0 tr+ _, .. .... .. ..•.: -tea: i:. �. •.. q'ra. i.v�'. n1.7UU5"�L ^UW 9 DU .: ".`'14 ':4v_ {5.4tiU<;•1 ;''' 4�G• ..... •:i t. .S> '+:I:.i.,'' it _ 1 r'l: '.Yr•w•ii•... j : �i�yi•V �•: "'�•?"VJV 41rV iI'J VY•.i 1 r i+" fir'./ :! �/•i4'v•� 0.J VvVr , d �✓ .......i L.......: �'„ ..:..•.. .:::,:.. Deez3aoe: 27. 1971 ................ ............................... h,•:.....r., - •.••- ••.iGJS'_G1 ?-M AXD CASJAL:.°•.SStiBJ'XCE CGN7AYf .•- • -•••_ oj••••••••••••:J WORT,i /•...i:_1S ••- ••- .••• -- i1Js ban duty incorpora.e.'' Irder ou:d 8y JS itHe GJr iiiC iGIJS v! Lhc St::'.0 Oj . +exa" ................ .�JS St [SCS •: ajilfv j1R0i2 car)1orC.e p3ir'rs. i:Cs C 'r3:d -::%1, A:�:.�i•Jf• i10: less .han JII,-0.000, ir, ..:Si. tQ+:Va:Cli: CJ'.. •: rS t0 be able to kee,b and 'Jar Jortr :ts contruc.s, and has o.her- -a S, comp cd w:ih Ole ccr:ditiar.s yirascribed by :avand rc ::at:or.s eua,or :z :He car;,: :n corporate Ons .J be uecOled as So:e sure. :es Or, O.i.lJ,4:.: OGS giver, .0 04e Una.ed S.atc.S. ' eli; /O.V— .hi GJOrac.» ;.J;r.j•cry, .,,:bjec. :J the rt,;•v:.:�.ioas o)r .t /:Cs 'Jel�,:rirrtr.,, 5S:.:., ur.far. U.C. a: Y'LLJiLr(:il p'y :Ji Yi Se Ct:JRS v :J ]� Ojr .r'; :•! S Jjr t %ie ✓(.:idd b:J.es b0u d, to ticLajy H, soi sure :y Or. , st:pv: .ions, bJr;ds ::rd r- Jl.:itd:: Or fdy':i: fd.: J% the %aws of the Un:idd S':a to s. CO b2 ePYen w "ll Ori' Jr loOrd e: .. SUI'et:dS• i %iiS Cdr'.: /rC6.i StiOii i:�J�iri Orl the ill: rt it :�i dry Of yJnd____�?C 4r.ieSS s00ldr rwvoked. ./i• 1: :.. .... .......• . 1 JiLw here Ln.0 se; il'y hWg'., aid C"Used'he sede of / r I).: /1 64tH: o.f 'lid "F'e.JS;417 afj:x••d, on .ire da/ and yewr fist above wr: t.en. :1b,0.6 .It nccowa[m 4,v. J1 aJ ...�i, F.sca. Assistant Secretary r,vlacd � /sr . •. l:✓ ff:' riv: ih7✓.9G7ilf�JJd.'it�::4li:::is lyU�' Ja'++ 6iiY. �+: 7l Y3YSG' wI. kti•: SVa' S5' fISs4445Wff�G44" N�f: �iy '�1i4435'Y.GS'l�tir4kiiY�'ii.4nv :..: �. 4. • , r.......... � -emu •. . w .. • 0 . TREASU RY' DEPAR i ME• FISCAL SERVICIr WASHINGTON, D.C. W24. December 27, 19TI yr. Glenn B. Morris, ?resident houston Fire and Casualty Insurance Company ?. 0. Box 1809 Fort'Worth, Texas 76101 Dear Mr. Morris: Re: Application dated February 25, 197'. for a Certificate of Authority to Houston Fire and Casualty Insurance d Company, Fort Worth, Texas 9 There is enclosed a Certificate of Authority, dated today, authorizing the above -named company to qualify as an acceptable surety on recognizances, Gtitu_ations, bonds, and undertakings pes utteG or rewired by the laws of I United States. iIhis certi.fi.caCe rind the ui]dei.Jritl : :g ii:ltdti0 :: CGtab11G :eo ncrei:i are issued purGla.'1t t0 e above-cited app"i Cation Of i.ne coikp ny, and are subject to suer, investigation of the financial condition and affairs of the cozpany as .,ay oe directed by the Secretary of the Treasury. General i1stractions relating to periodic filing of financial reports with the Treasury and to other matters will be sent to you in a separate letter. Unless revoked at " earlier date, the certificate will expire on June 30, 1972. n)e underwriting limitation given under this certificate is $568,000.00 The lizdtation is 10% of the surplus as regards policyholders as of Decerrioer 31, 1970 after adjusteat as shown on the attac`.ed schedule. Very traly yvars, It Fiscal Assistant Secretary Attadcr„ent $526.00 Page 10 PERFORMANCE BOND 0 HFC 39290 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted April 10, 1972 has awarded to DAMN CONSTRUCTION COMPANY hereinafter designated as the "Principal ", a contract for ALLEY IMPROVEMENTS - BALBOA ISLAND 1971 -72 (CONTRACT N0. 1405) in the City of Newport Beach, in strict conformity with the drawings and specifications and other contract documents now on file in the office of the City Clerk of the City of Newport Beach. WHEREAS, said Principal has executed or is about to execute said contract and the terms whereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, DAMON CONSTRUCTION'COMPANY as Principal, hereinafter designated as the "Contractor ", and HOUSTON FIRE AND CASUALTY INSURANCE COMPANY As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of SEVENTY THOUSAND ONE HUNDRED SEVENTY &NO /10eollars ($70,170.00-- - - --), said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. Page 11 (Performance Bond - Continued) And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 17,b day of 19` !M oea i � Contractor BY: �l�� (Seal) R. A. COON ATTORNEY IW FINCT (Seat) Surety - Approved as to form: City Attorney 1 0 .1 M`16715M IOJI Acknowledgment — Attorney in Fact STATE OF CALIFORNIA COUNTY OF SAN DIEGO SS. On 17th Of April , 197-2, before me, the •Ta ,dorrigned a Notary Public in and for the said County and State, personally appeare[R- A CMN - known to me to be the person whose name is subscribed to tw= within instrument, as the Attorney -in -Fact of HOUSTON PTRR ANTI CASUALTY INS- URANCE COMPANY and acknowledged to me that —he subscribed the name @L- DAMON CONSTRUCTION COMPANY _ thereto as principal— and h IS own name as Attorney -in -Fact IN- WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and year in this certificate first above written. /_1_) Notary Public in and for said County and State Notary Seal *� X. OF SEAL CAROL L JOHNSON NO I.;, PUBLIC CALIFORNI �.. _ F:1fNCIPAt OFFICE IN '.nn' DIEGO COUNTY 'i My Commission Expires June 24, 1975 C)' RTIFIED COPY GNERAL POWER OF ATTOi2:7LY KNOW ALL MEN BY THESE PRESENTS: That the HOUSTON FIRE AND CASUALTY INSURANCE COMPANY, a corporation of the State of Texas, pursuant to the following resolution, which was adopted by the Directors of the said Company on February 25, 1948, to wit: "RESOLVED that the President or a Vice President and Secretary of this Company be and they are hereby authorized and empowered to make, execute and deliver in behalf of the Company unto such person or persons residing within the United States of America, as they may select its Power of Attorney constituting and appointing each person its Attorney -in -Fact, with full power and authority to make, execute and deliver, for it, in its name and in its behalf, as surety, any particular bond or undertaking that may be required in the specified territory, or undertakings, and as to limits of liability to be undertaken by the Company, as said officers may deem proper, the nature of such bonds or undertakings and the limits of liability to which such powers of attorney may be restricted, to be in each instance specified in such Power of Attorney." hath made, constituted and appointed and by these presents does make, constitute and appoint R. A. COON its true and lawful ATTORNEY -in -FACT to make, execute and deliver on its behalf as Surety, bonds and undertaking, each in a penalty not to exceed the sum of EIGHT HUND °,ED THOUSAND (4600,000.00 ) DOLLARS and to be given for the following purposes only, to wit: Such bonds and undertakings for said purposes, when duly executed by one of the aforesaid Attorneys -in -Fact shall be binding upon the said Company as fully and to the same extent as if such bonds and undertakings were signed by the President and Secretary of the Company and sealed with its corporate seal. IN WITNESS WHEREOF, the HOUSTON FIRE AND CASUALTY INSURANCE COMPANY has caused these presents to be signed by its Vice President, and its corporate seal to be hereunto affixed. and duly attested to by its Secretary, this 2 8th day of February 19 72 ATTEST: HOUSTON FIRE AND CASUALTY INSURANCE CO. By: ' Secretary Sr . Vice President STATE OF�T12XAS COUNTY OF TARRANT } On this 28tby of February 1972 , before me personally appeared T. P • Gostk OWSki Sr. Vice President of the HOUSTON FIRE AND CASUALTY INSURANCE COMPANY, with whom I am personally acquainted, who, being by me duly sworn, said: that he resides in the State of Texas; that be is Vice President of the HOUSTON FIRE AND CASUALTY INSURANCE COMPANY, the corporation described in and which executed the foregoing instrument; that he knows the corporate seal of the said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name as Vice President of said Company / /b�y—like authority. SEAL o y Puoan blic, Tarrant Lane County, J STATE OF TEXAS COUNTY OF TARRANT 1, T. M. Cobb , Secretary of the HOUSTON FIRE AND CASUALTY INSURANCE COMPANY, a corporation of the State of Texas, do hereby certify that the above and foregoing is a full, true and correct copy of Power of Attorney issued by said HOUSTON FIRE AND CASUALTY INSURANCE COMPANY, and that I have compared same with the original and it is a correct transcript therefrom and of the whole of the original. Said Power of Attorney is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of the said Company at the City of Fort Worth this 17th dayof April 19 72 . Form 1307-A SEAL Secretary STATE OF CALIFORNIA RONALD REAGAN, Owvnm DEPARTMENT OF iNSURA )107 MARKET STREET r+•' ��f� SAN FRANCISCO, CALIFORNIA 94109 April 27, 1971 This is to certify that the Official Publication of the California Department of Insurance listing the 1-.n- , surance Organizations Authorized By The insurance Commis- sioner To Transact Business Of Insurance In The State of California During 1970" contains an inadvertent printing error in the reporting of Houston Fire and Casualty Insur- ance Company. This certifies further that said insurer is a corporation organized under the laws of the State.of Texas ;. with its Home Office in the City of Fort Worth, and that it is licensed in the State of California to transact the classes of Fire, Marine, Surety, Plate Glass, Liability, Workman's ; Compensation, Common Carrier Liability, Boiler and Machinery, Burglary, Sprinkler, Automobile and Miscellaneous insurance. i ,e. 1!.,f IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and year in this certificate first above written:. RICHARDS D. BARGER Insurance Commissioner By JHN `� gG O yr C,J"• .'� � FABER Deputy 1 t, TT+ .. -... "' .. ....... .. •iINyJ \V Nr�YY.I..Jll i�i iVV ^TVYYV�VV�.��\fJ'Irw \.�i4t / /Yil /. �Cr�iV�i'1 \'� /'iy\rY' /W VI.Ii, yyV .� :-�•Y 1 r' V,%Y •lVV trJJ V V Y '•/"•/ •V• w • At. r r/• ` I .. aJ L........:•M ..::.: v:. :.:: :. December 27, 1971 J................ ..............I................. r NODS :GN T73 AND CASUALTY \SURAN � v t,....f ..:.:. :, ... ... .. !...?Z:.......... of_ „_., 7 q.......I. m ... .......... has barn du :y incorpor .ed ui Ord of 'Ci:C lei ✓s S` thx v :i : :• r Texas a)•p Y4bf :nio cor'Drat p iozrs hcs G � :a: —::p, ire �, :2a. JJ not less :har, J2jJ, JOJ, a; .JSh or .is eQa:JOICr::, aJil2 r: rs to be able ''a keep and :el'JOrrr. •.ts cJnirae:f, 3rr.' 4as O:her- We eorrplied:✓ith the conditions prescribed by 1wecind re;u :e.ions uulhor :z :n; certain corporations to be accepted as sale sureties an ob:itra :ioris y:Ven .0 the United S.u.es. hereby al; :ir„r:,e ;.ro rli�r0'rv7.. A, t0 the a)' ih:s Je ✓,:r :2i :i, :SS:. r,: War u:a in acw0mce with v :0 s3 J/r Me 6 of :he United b:.., Code, :o q 4 : {Jx sat surety Jr. r :ca;fiia rocs, s :dpul4 ::Jr +s, Lands ;tote per - �4L : :da or r. :y'uirJd by she laws Of told MaWd States, LQ be V ;'Ven wish one Jr 7hord sure—;:s. This Cdf::fiC6rd Shail dw'jsiid On Tole :h: rt idtii day Of June— _ - -�7C - - -. un :dis Sooner rev"ed. MOb6 UF ACCOUaW O.Y. Oi %iq. XpYi. ::...... :...... :; ! hii-we herewn.v set iiry hnn : :, lM..' raata file seal of : ?.• l %,Iiryi r.wo;' 4 ( told ✓ Jd affi.>.,ed, on tiie dux un{, xeor first above written. �: h44!Y4r;4 �ytni :Yyiti! >G �r:4i�' :Sth'S %iscal Assistant Secretary ` . TREASUR ;Y DEPAR 7 MEN7 FISCAL SERVICE WASHiNGT0N, D.C. 20220, Mr. Glenn B. Morris, ?resident Houston Fire'and Casualty Insurance Company ?. 0. Box 1809 Fort Worth, Texas 76101 Dear yr. Norris: December 27, 1971 Re: Application dated February 25, 1971 for a Certificate Of Authority to houston Fire and Casualty insurance a Company, Fort Worth, Texas a here 15 CnC1DSed a Certificate Of Author-l. y, Qazea today, authorizing the above -named co :gpany to quaii�y as an acceptable surety on reco nizances, ztip'al0.tions, bonds, and undertakings permitted or required by the lams of the United States. This Certificate and the i n&erwriti_,-, g liI.litatioii esia:711 Shed herein are issued 7,;xsu.uit to t ::e above -cited applicatio.: of the company, and are stibJect to s1:6:. investigation of the financial condition and affairs of the Co;,,pany as nay be directed by the Secretary of the Treasury. General i�:s`.1 actio ns rela :Ln. g to periodic filing of financial reports with the Treasury and to other matters will be sent to you in a separate letter. Unless revoked at a:,. earlier date, the certificate will expire on Tune 30, 1972. nhe underwriting limitation giver, under this certificate is $568,000.00 The limitation is 10% of the surplus as regards policyholders as of December 31, 1970 after adjurtrmeat as shown on the attached schedule. Very truly yo:.rs, / ,` Fiscal Assistant Secretary Attachment "' / S'd'A'I'I: 01- Q/ LIIl0;l1IA E4 JDAL.Tj • SAX rRAN'CISCO Certi acate ox Authority 71ils Is vo Cl: a. Y, That, plrrsuallt to the Insurance Code of the State of California, NOUST0\ ..ilia AND CASUALTY I:ISURP.:NCE, CO: PtVY o/ BORT Y olmi, Tl;{AS Uis a'. I: 1 , organized under the lams o/ T13XAS , subject to its Articles of Ircorporaliou or; 1 other fundamental orsauizational documents, is hereby authorized to transact within this State, s!!b,'eet;, to all provisions of this Certificate, the following classes of insurance. FIRE., iL R1 — iE, i, PLATS GLASS LIRL'IhI.Y ;'IOR:C::1 i; • nr vo t IT nr r +� CARRILR LIABILi.Y, BOILER XID XACIi• MERY, BURGLARY, SPRI,XXM. MISCELLMEOUS as such classes are uoly or -may hereafter be defined in the Ilsuralrce Law; of the State of Californi:r,'•;r;'' I iUS CBllili'iCATE is cspressly coullitioued uliou the holder hereof now and hereafter being in f nll, cow plia -nce with all, and nut in violation of any, of the applicable laws and lawful renrlirewculs 'made.'.': ruder authority of the lalvs of The State of California as lung as ancb laws or regrriremcnts are ill eftccl and applicablo, altd of fuck lows and requirements now arc, or -nay hereafter be chaugea or amended.:'- •i Ix W:z xass \Ur:anso. , effective as of t he ......... ..... ............. _.da p. of -- . ........5sP.PFs... »...._ ...... _ ....... , 19.60..,1 have heres:wto 1 Set 7Ny IJallil r!/I(l Ca!!se(1 7liy (II1Ciad fe(/d to be a.\'C!l day of•.......• • •r -� �� /�' /yy�, �''l -. �V•p>�Jl Rlart (iIM11D S• L. RODDIS 1 IN I r.� l/ / mil• .. ,• •,( 1 lwbl,nff Qlrllniui•m.I i.,d. • �� r l' r1 ors. t.` i `' I I' .': I;•; Ou.liitipninq wild doe Or Sow 61multe tit¢ C.durP/f�41�i.1 C:0f;Nfdli41tl\ C :P. {r iq l`n'r'� �i 1'•'••.. . (Iff Ittu.11{t'f. or 1 '6.it C esi;i1gAle wi A1/llotl4 j. il+ilure 1w U.I 9r wid, d` A Vei„Uioo ai '6414 Collc swe 7Y i •414 w46 1'c till �.n• ,1 "l. ' Aft irV11411111 111% C ee11iilA111 wl A 4111Wf11y +I14e%IA1 44 10 1114 f'w1114410iA WA.ii 41 41W Api9il.A1 410 1Lr14lwe awl pia C 1 i;4i''; "•: ;i Cum Alllfli IIY /Y1111' • ' ,: �:; i 1,.i 1.' 1•� �' ,� rnall , 1. fa.••w.a•.��'i:n,,;...(1,.. 3, , I1h'wl la a.b "1'r Page 12 CONTRACT THIS AGREEMENT, made and entered into this day of 19 7z , by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and DAMON CONSTRUCTION COMPANY hereinafter designated as the Contractor, party of the second part. WITNESSETH-. That the parties hereto do mutually agree as follows-. 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of ALLEY IMPROVEMENTS - BALBOA ISLAND 1971 -72 (CONTRACT NO. 1405) and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the Plans and Specifications therefor; to furnish at his own proper cost and expense all tools, equipment, labor, and materials necessary therefor, (Except such materials, if any, as in the said Specifications are stipulated to be furnished by the City), and to do everything required by this Agreement and the said Plans and Specifications. 2. For furnishing all said materials and labor, tools and equipment, and doing all the work contemplated and embraced in this Agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be encountered in the prosecu- tion of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said Specifications are expressly stipulated tube borne by the City; and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the said Plans and Specifications, the City will pay and the Contractor shall receive in full compensation therefore the lump sum price, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the Specifications, named in the bidding sheet of the Proposal, as the case May be. 3. The City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to for the price aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the Plans and Specifications, and all amendments thereof, when approved by the parties hereto, or when required by the City in accordance with the provisions of the Plans and Specifications, are hereby incorporated in and made part of this Agreement. 0 9 Page 13 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the Director of Public Works, and their officers and employees, from all claims, loss, damage, injury, and liability of every kind, nature, and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence; and from any and all claims, loss, damage, injury, and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the day and year first above written. Approved as to form: CITY OFNEWPORT BEACH, CALIFORNIA ByeOFT 6r�� &. mayor Contractor (SEAL) �j By- Title By<� lit le 0 INDEX TO SPECIAL PROVISIONS FOR EY IMPROVEMENTS - BALBOA ISLAND CONTRACT NO. 1405 Page I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. COMPLETION AND SCHEDULE OF WORK . . . . . . . . . . . . . . . . . . . . . 1 III. TRAFFIC CONTROL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 IV. NOTIFICATION TO RESIDENTS . . . . . . . . . . . . . . . . . . . . . . . . 2 V. EXISTING UTILITIES . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 VI. CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . . . . . . . . . . . 3 VII. WATER .... ..............................3 VIII. CONSTRUCTION DETAILS AND PROPOSAL ITEMS 1. Pavement Removal, Excavation, and Subgrade Preparation . . . . . . 3 2. Portland Cement Concrete . . . . . . . . . . . . . . . . . . . . . 3 3. Alley Approaches . . . . . . . . . . . . . . . . . . . . . . . . . 4 4. Adjustment of Various Walks, Landings, Fence Supports, etc. . . . 4 5. Asphalt Concrete . . . . . . . . . . . . . . . . . . . . . . . . . 4 6. Adjustment of Utility Boxes, Manholes, Etc. to Grade . . . . . . . 5 7. Protection of Existing Property Line Monuments . . . . . . . . . . 5 8. Flow Diversion Around Manholes . . . . . . . . . . . . . . . . . . 5 9. Miscellaneous Portland Cement Concrete and Asphalt Concrete Patching . . . . . . . . . . . . . . . . . . . . 5 • S SP 1 of 5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR ALLEY IMPROVEMENTS - BALBOA ISLAND 1971 -72 CONTRACT NO. 1405 I. SCOPE OF WORK The work to be done under this contract consists of constructing portland cement concrete alley pavement and approaches, constructing portland cement concrete or asphalt concrete garage approaches and sidewalk sections, adjusting utility boxes and structures to grade, and other incidental items of work. Also included is street reconstruction at the ends of various alleys. The work is located in various alleys on Balboa Island. The contract requires completion of all the work in accordance with these Special Provisions, the city's Standard Special Provisions, the Plans (Drawing No. A- 5060 -S) and the city's Standard Drawings and Specifications. The city's Standard Specifi- cations are the Standard Specifications for Public Works Construction. 1970 Edition, II. COMPLETION AND SCHEDULE OF WORK The contractor shall prepare a written schedule of work incorporating the following requirements: 1. All work shall be completed in the Balboa Island alleys by June 26, 1972. 2, The contractor shall start construction with Alleys 414 -A, 414 -B, and 418 -N and then proceed from the east to the west side of the island. This order of construction will be strictly enforced in order to reduce conflicts with the anticipated increase in traffic congestion after June 1. 3. Portland cement concrete garage approach and sidewalk sections shall be placed separately from Portland cement concrete alley pavement. 4. Twelve (12) consecutive calendar days will be allowed to construct the portland cement concrete pavement in each alley and the alley approach at each end of the alley. The alley approach shall be considered to include the adjacent portion of the street pavement to be reconstructed. 5. Ten (10) additional calendar days (for a total not to exceed twenty -two (22) consecutive calendar days) will be allowed to construct the 4 -inch thick portland cement concrete garage approach or sidewalk sections; the 4 -inch thick asphalt concrete paving and patchings and the variable thickness asphalt concrete feather. It is recommended that the Portland cement concrete garage approaches and sidewalks be constructed prior to the construction of the alley and approaches. III • • SP2of5 6. Due to the existing one way traffic pattern two parallel alleys may be in any stage of time. in the streets on Balboa Island, no construction or curing at any one In summary, the above requirements mean that the contractor will be allowed a maximum of twenty -two (22) consecutive calendar days to complete all the construction work in each alley. The periods specified for construction work include curing time for new Portland cement concrete improvements. This means that each alley and every garage approach with access from that alley must be returned to normal vehicular use within 22 consecutive calendar_ days from the day it is first closed to such use. The contractor must employ sufficient men and equipment to meet this schedule. If it becomes apparent during the course of the work that the contractor will not be able to meet this schedule, he will be prohibited from starting work in additional alleys until he has exerted extra effort to meet his original schedule and he has demonstrated that he will be able to maintain his approved schedule in the future. Such stoppages of work shall in no way relieve the contractor from his overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional men and equipment were required on the job. The contractor will be assessed $100.00 per day (including Saturdays, Sundays and Holidays) liquidated damages for each day in excess of the 22 consecutive calendar days allowed for 100% completion of the construction work in each alley and the alley's return to normal vehicular use. Additional liquidated damages, as covered in Section 6 -9 of the Standard Specifications, shall be assessed for failure to complete the project by June 26, 1972. The intent of this section of the Special Provisions is to emphasize to the contractor the importance of prosecuting the alley construction in an orderly, preplanned continuous fashion so as to minimize the time an alley is closed to vehicular traffic. TRAFFIC CONTROL The contractor shall provide traffic control in compliance with Section 7 -10 of the Standard Specifications. As necessary, streets may be restricted to one traffic lane, controlled by flagmen, during construction hours; but it must be restored to two -way traffic at the end of each working day and on weekends and holidays. IV. NOTIFICATION TO RESIDENTS The city will mail a preliminary notice to all residences affected by this work. Between 40 and 55 hours prior to closing a particular alley to vehicular traffic, the contractor shall distribute to each affected residence and business a written notice stating when construction operations will start and approximately when vehicular accessibility will be restored. The written notice will be prepared by the city and the contractor shall insert the applicable dates at the time he distributes the notice. Errors in distribution, false starts, acts of God, strikes, or other alterations of the schedule will require renotification using an explana- tory letter. This letter will also be prepared by the city and distributed by the contractor. V. EXISTING UTILITIES The contractor shall investigate and protect all existing utilities in conformance with Section 5 of the Standard Specifications. Known utilities are indicated on the Plans. Prior to performing construction work, the contractor shall be responsible for requesting each utility company to locate its facilities. VI VII VIII • • SP3of5 Construction of the alley structural sections will cause work to be performed very near existing sewer, water, and storm drain lines and their connections. The contractor shall protect in place and be responsible for, at his own expense, any damage to any utilities encountered during construction of the items shown on the Plans. CONSTRUCTION SURVEY STAKING Field surveys for control of construction shall be the responsibility of the contractor. All such surveys including construction staking shall be under the supervision of a California licensed land surveyor or civil engineer. Staking shall be performed on all items ordinarily staked at intervals normally accepted by the agencies and trades involved. Payment for construction survey staking shall be considered as included in the various items of work and no additional allowance will be made therefor. WATER The contractor shall make his own provisions for obtaining and applying water necessary to perform his work. If the contractor desires to use available city water, it shall be his responsibility to make arrangements for water purchase by contracting the city's Utility Superintendent, Mr. Tom Phillips, at (714) 673 -2110, extension 267, CONSTRUCTION DETAILS AND PROPOSAL ITEMS Pavement Removal, Excavation, and Subgrade Preparation Existing portland cement concrete or asphalt concrete improvements to be removed shall be sawcut a minimum of 2 inches deep along property lines, join lines, at the locations beyond property lines as shown on the Plans, or as directed by the engineer. Final removal at the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. It is emphasized that edges created by other means or final removal accomplished by other means will not be acceptable, and hard blow pavement breakers, such as stompers, will not be permitted on the job. The contractor shall prepare the Subgrade in conformance with Section 301 of the city's Standard Specifications. Payment for pavement removal, excavation, and subgrade preparation will be considered as included in the unit prices paid for the corresponding or associated items of new work. Portland Cement Concrete Portland cement concrete furnished for construction of all alley pavement, street pavement, alley approaches, garage approaches, sidewalks, and curb and gutter shall have a B or C gradation and shall attain a minimum modulus of rupture of 600 psi (tested in conformance with ASTM designation: C78 -49) within 28 days after placement. Portland cement concrete shall be securely barricaded immediately after placement and no vehicular traffic will be allowed thereon until beam tests yield a minimum modulus of rupture of 450 psi. 3 M 5 • • SP4of5 In view of the P.C.C. strength requirements described above and the schedule of work limitations described in Section II of these Special Provisions, the contractor may find it necessary to add additional cement, use special aggregates, or use admixtures to meet the specifications. The intent of these Special Provisions is that the contractor prepare his bid in conformance with these strict limitations and no additional compensation will be allowed for the extra materials that may be required to meet these conditions. The contractor will be permitted to use concrete pumping methods to facilitate concrete placement. Pumping concrete through aluminum pipe will not be permitted. Overhead screeds will be required at the flowline. A 12 -inch wide smooth trowel surface shall be constructed along the flow line (centerline) of each alley. The remainder of the alley surface shall be light broom finished. All sidewalk or drive approaches that extend beyond the street or alley right of way shall be deeply scored at the right of way line. Contact joints shall be constructed in conformance with the City of Newport Beach Drawing No. STD - 116 -L. Street joints shall be constructed where shown on the Plans. Alley joints shall be constructed in conformance with City of Newport Beach Drawing No. STD - 118 -L. Special care shall be taken to locate weakened plane joints at water meter boxes, power poles, and all other critical locations. Allev Aooroaches Portland cement concrete alley approaches shall be constructed in accordance with the City of Newport Beach Drawing No. STD -106 -L with the following exceptions: (a) Portland cement concrete shall be 6 inches thick and the 4 -inch thick layer of aggregate base will not be required. (b) Curb return radii shall be 6 feet unless otherwise indicated on the plans or directed by the engineer. Adjustment of Various Walks, Landings, Fence Supports, Etc. Brick, flagstone or other miscellaneous walks not constructed of Portland cement concrete or asphaltic concrete shall be adjusted to the new alley grades. Variable height 2 -inch redwood header fence supports will be installed where support is required at existing fences as indicated on the Plans. The cost of adjusting these walks, landings and redwood header fence supports shall be included in the various items of work and no additional payment will be allowed. Asphalt Concrete Asphalt concrete furnished for construction of 4 -inch thick pavement and variable thickness feather join shall be Type III -D -85 -100 in conformance with Section 400 -3 of the Standard Specifications. • • • SP5of5 A tack coat shall be applied in accordance with Subsection 302 -5.3 of the Standard Specifications. The cost of the tack coat shall be included in the unit price bid for the associated asphalt concrete. 6. Adjustment of Utility Boxes, Manholes, Etc. to Grade All sewer manholes, water valve boxes, sewer cleanouts; water meter boxes, and any other miscellaneous utility boxes shall be adjusted to finish grade prior to placement of portland cement concrete. In the event the utility box or structure is located in an area to be improved with asphalt concrete, adjustment to finish grade shall be made after the asphalt concrete pavement has been placed. No separate compensation will be allowed for this work. 7. Protection of Existing Property Line Monuments Many property lines are designated by "iron pipe and tag" as shown on the plans. Special care shall be taken during removal not to disturb the pipe location. Any monuments removed or dislocated during construction shall be restored by the contractor at his expense. 8. Flow Diversion Around Manholes The cost of constructing flow diversion channels around manholes at various locations as indicated on the Plans shall be included in the unit price bid for constructing portland cement concrete alley pavement and no additional compensation will be allowed. 9. Miscellaneous Portland Cement Concrete and Asphalt Concrete Patching The cost of the 8 -inch wide miscellaneous Portland cement concrete and asphalt concrete patching as shown in the typical alley section on the Plans and as required by the forming of Portland cement concrete alley pavement shall be included in the cost of the various items of work and no additional compensation will be allowed. E TO: CITY CLERK FROM: Public Works Department SUBJECT: CONTRACT NO. 1405 ALLEY IMPROVEMENTS - BALBOA ISLAND 1971 -72 0 May 1, 1972 Attached are the subject contract documents. Please have executed on behalf of the city, retain your copy, and return the remaining to my attention for further processing. 2 John Wolter Project Engineer JSW /bg Att. N 0 m i w� ;om NIA Z0 U w W 0: Z ~ O Fvw L. M I k. F W W Z n ��I������IIII�QIAII■19� ° ii1 III i14 Im 111111111111 rid ■■e ��i�I�i�1A��1�1� oi��n�n�m�en�i�m �l�illlYl191i1l11111111 I k. F W W Z n } d' Q 2 tl/ D m T 1� O Q Q 1 F F cn DC Z_ W Ili F1111111,111111 �mei i n �amunu EVE mklqm mmm ELIE �i@ ennv D J W W t n ff 0 CONTRACT NO. 1405 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR ALLEY IMPROVEMENTS - BALBOA ISLAND APPROVED BY THE CITY COUNCIL ON THIS 13th DAY OF MARCH, 1972 Laura Lagios, City C Tj 1971 -72 CONTRACT NO. 1405 6 SUBMITTED BY: tractor 11760 101&6!1y/r ,eZ Address city 0131 63� — �� C o — Phone X70, C) c Total Bid Pri e ` Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:00 A.M. on the 4th day of April 19 72 . at which time they will e opened and read, for performing work as follows: ALLEY IMPROVEMENTS - BALBOA ISLAND 1971 -72 CONTRACT NO. 1405 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents THAT MUST BE COMPLETED, EXECUTED, AND RETURNED in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required and the Corporate Seal shall eb mixed to all documents requiring signatures. In the case of a Partnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. Plans and Contract Documents, including Special Provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the Plans and Contract Documents be returned within 2 weeks after the bid opening. The City has adopted the Standard Specifications for Public Works Construction (1970 Edition and Supplements) as preparea oy the Soutnern California ap ers o t e American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue., Los Angeles, California 90034, (213) 870 -9871) The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $2.00 per set. Page la City of Newport Beach, California Notice Inviting Bids In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract and has set forth these items in Redolution No. 7423, adopted May 17, 1971. A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). The City reserves the right to reject any or all bids and to waive any informality in such bids. Revised 12 -71 Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the works shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for -any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. :2_G 3 - 7 -7 3 Classification Accompanying this proposal is 16 �,o Cash, Certified Check, Cashiers Check or Bond in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. Phone Number 3 Date Th IA o n 1 a 0&- t (2--d Bidddejr'sN Authorized Signature Authorized Signature 6L!�A Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: AelyLr_ LEE _2,402(_6 }aEi?f �OItiNS�a1,j 7-A) "A A S£c —Ik£A �ibEa� RuLL GEi, M01J ' ter ,a DESIGNATION OF SUB- CONTRACTORS Page 3 The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the sub - contractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these sub - contractors except upon the prior approval of the Engineer. Item of Work Sub - contractor Address 1. 2.. 3. 5. 9. 10. 11 12.. re Type of r�iation (Individual, Co- partnership or Corp) 11760 WkcGYT 11 44 0 Bond No. 19173 BID OR PROPOSAL BOND HOUST6N FIRE AND CASUALTY INSURANCE COMPANY P.O. Box 1869, Fort Worth, Texas 76101 KNOW ALL MEN BY THESE PRESENTS, That ..................................................................................................................................................................... ............................... as Principal(s) (hereinafter called the Principal) and the HOUSTON FIRE AND CASUALTY of Fort Worth, Texas, a corporation of the State of Texas, as Surety (herei ter ca Fed '0 CheTtAt Y are held and firmly bound unto City... of Newport.. Beach ) ...................................................................... ............................... (hereinafter called the Obligee) in the penal sum of ....... _ ............ Ten of Amount Bid (E 10% ) Dollars, for the payment of which, well and truly to be made, we bind ourselves, our heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. Sealed with our seals this ..... 4th ..............day of ......... _ .... April ............ ........................ , 1972........ WHEREAS, said Principal is submitting herewith a bid, or proposal, for alley improvements, Balboa Island, Contract -01405 NOW, THEREFORE, the condition of this obligation is such That if said Principal shall be awarded the Contract which said Principal has proposed to undertake, briefly described above, and shall, within the time allowed after notice of such award, enter into contract pursuant to such award and give bond for the faithful performance of the contract, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. PROVIDED, HOWEVER, That this Bond is issued subject to the following conditions: The Surety shall in no event be liable for a greater amount hereunder than the difference between the amount of the Principal's bid or proposal, and the lowest amount in excess of said bid, or proposal, for which said Obligee may be a e to award said contract within a reasonable time. Da dot r a H -17 ........... ............................... (goal) - - ........................ ._.. ................. ._ .............. .......... ......................... (seal) (seal) HOUSTO�FE AND CASUAL Y INSURA /NCE COMPAN By - _ ....^ ti_..% 11 ...:......_ ...........:.._._.. L .tea P Susan M. Tavaglione Attu is -fact l➢ Acknowledgment — Attorney In Fact STATE OF CALIFjORNIA SS. COUNTY OF �` On 'L- 19Z2, before me,�� a Notary Public in and for the said County and State, personally appearedY =� known to me to b9he person who name is subscribed to the witjhm instrument, as the Attorney -in -Fact of /i/ - t2�d�7 —Z/ , .- /L'77GY �l- fGG!43' � �il''.LU1Ct 1 -; E'.• fll�l•{AiILC_ -and acknowledged to me that --,,he subscrib d the name of principal_ and h-2. _A� own name as Attorney -in -Fact. IN- WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and year in this certificate first above written. Notary Public in and for said County and State thereto as Notary >ea1 = OFFICIAL SEAL Ff CAROL JOHNSON " yY NO ;AkRr PUBLIC CALIFORNIA9 PRINCIPAL OFFICE IN My Commission - SAN DIEGO COUNry Expires June 24, 1975 Ob: :iT1. : :;J COPY - , 0,{J1V:Ji4AL 1 V%VY 2wY' Vli'� AY jO L.i XNOW ALL MEN BY THESF, PRESENTS: That the HOUSTON FIRE AND CASUALTY iNSURANCE COMPANY, a corporation of the State of Texas, pursuant to the following resolution, which was adopted by the Direcw s o;. the said Company on February 25, 1948, to wit; "RESO -- VED :fiat the .resident or a Vice °resi;iu.: w.a' Sccretary of this Company be and they are hereby aathorizcd and empowered to make, execute and deliver i11 cei;ai.f of the Company unto sua'r person or persons residing within �, United States of America, as they may ;:elect its :owe; of Attorney constituting and appointing each, person its Attorney -in -Fact, wit:: full power »:d a.,- ..;city to rake, execute and deliver, for it, in its name and in its behalf, as surety, any part ,'cala:• bond or undarta.:ing that may be required :in the specifed territory, or undertakings, and as to limits of liability to be ur:dertaken by the Company, as said officars may deem proper, the nature of such bonds or undert »sings and the limits of liability to whiea such lowers of attorney may be restricted, to be in each instance specified in such Power of AtLorney." ..., , ..onscituted and appointed and by these presents does make, constitute and appoint. Susan M. Tavaglione ..s true and lawful ATTORN:.Y -in -FACT- to make, execute and deliver on its behalf as Surety, bonds and undertaking, each in a penalty not to exceed the a=, of EIGHT HUNDRED THOUSAND 800,000 ) DOLLARS and to be give;: for the following purposas only, to wit: Such bonds and undertakings for :,aid purposez, when duly executed sy one of the aforesaid Attorneys-in-Fact shall be binding upon the said Company as fully aad to t.ra same extent as if such bonds and undertakings were signed by the President and Secretary of the Company and sealed wit?r its corporate Leal. IN WITN`ZSS WE�RECF, the i:OUSTON FIFE AND CLSUAL ^_Y iNSURANTCE COI /fPANY has caused the:.e presents to be signed by its Vice President, and its corporate seal to be harounto .,Uxad and duly attested to by its Secretary, this 28th day of February .9 72 . :OUSTON :IRE AND CASUALTY INSURANCE CO. Secretary Sr • Vice President On *,is 28thday of February ?; 72 , be %ore ine personally appeared T . P . Gostkowski Sr. Vice ?resident of ...e IMUSTON FIRE "ND CASUALTY INTSUfiAR'CE CO +IPANY, with whom I am personally accivaintad, who, being by me duly sworn, said: Viet be resides in the State of Texas; that,be is Vice President of the HOUSTON FIRE AND CASUALTY INSURANCE COMPANY, the corporation described in and which executed the foregoing instruinent; that he knows t. -e corporate seal of the said Company; that the seal affixed to said l"ztr•ument is such corporate seal; that it was so a xed by order of the Board of Directors of said Company; and that he signed Ms name as Vice President of said Comp ry by like authority. SEAL 'otary PIIDt1C, Ta.rant County. ST-' TE OF T EXAS Joan Lane COUNTY OF TAitRANi , I T. M. Cobb Secretary of the IiOUS':ON FIRE AND CASUALTY INSURANCE CO,XPAti Y, a corporation of the State of Texas, do hereay certify that the above and fore--Gin.- is ii fu,i, true and correct copy of Power of Attorney issued by said L'OUSTON FIRS AND CASUALTY IXSUIZANCE COX'PAN`L, and that 1 have compared san-c %citl: the oziglnal and .t is a correct transcript therefrom and of t :lc wh oic of the original. Said Power of Attorney is still i n full force and erect and has not been revoked. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of the said Company at the City of Fort Worth this 4th day o.` April 19 72. ierm 1207 -A S AL Y Secretary S1ATE OF CALIFORNIA • RONALD DEPARTMENT OF INSURANCE 1107 MARKET STREET OFF� SAN FRANCISCO, CALIFORNIA 91103 April 27, 1971 } This is to certify that the Official Publication of the California Department of Insurance listing the "In- surance Organizations Authorized By The Insurance Commis- sioner To Transact Business Of Insurance In The State of California During 1970" contains an inadvertent printing error in the reporting of Houston Fire and Casualty Insur- ance Company. This certifies further that said insurer is a corporation organized under the laws of the State of Texas,, with its Home Office in the City of Fort Worth, and that it !i is licensed in the State of California to transact the classes of Fire, Marine, Surety, Plate Glass, Liability, Workmen's !' Compensation, Common Carrier Liability, Boiler and Machinery, Burglary, Sprinkler, Automobile and Miscellaneous insurance. �;l IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and year in this certificate first above written. lv'J'`dy�,� RICHARDS D. BARGER Insurance Commissioner By �¢ a t % L JOHN ��// , FABER Deputy • 0 TREASURY DEPARTMENT FISCAL SERVICE WASHINGTON. D.C. 20220 December 27, 1971 Mr. Glenn B. Morris, President Houston Fire and Casualty Insurance Company P. 0. Box 1869 Fort Worth, Texas 76101 Dear Mr. Morris: Re: Application dated February 25, 1971 for a Certificate of Authority to Houston Fire and Casualty Insurance Company, Fort Worth, Texas There is enclosed a Certificate of Authority, dated today, authorizing the above -named company to qualify as an acceptable surety on recognizances, stipulations, bonds, and undertakings perT�itted or required by the laws of the United States. This certificate and the widerwriting limitation established herein are issued pursuant to the above -cited application of the company, and are subject to such investigation of the financial condition and affairs of the company as may be directed by the Secretary of the Treasury. General instructions relating to periodic filing of financial reports with the Treasury and to other matters will be sent to you in a separate letter. Unless revoked at an earlier date, the certificate will expire on June 30, 1972. The underwriting limitation given under this certificate is $568,000.00 The limitation is 10% of the surplus as regards policyholders as of December 31, 1970 after adjustment as shown on the attached schedule. Very truly yours, 11 Fiscal Assistant Secretary Attachment �''/ �✓ ✓ %/%iii; ✓emu �L''G 4 .%% ✓ ✓./i�� ;%�%%,�.!i l :. : :.....•� .. «_ :a . December 27, 1971 ................ ............................... r —:- , `,- '''"'•'r` 'OUKON FIRE Atli CASUALTY PISURAME COQ ?A,IX: �.�... .i ' .. ...................................... ............................... °f............:ORT KgRTENJ, i:_4S ............. has been duly incorporated under Cr;d by airtue of the laws o;` the State of- texas I possesses appropriate eorporcte powzrs, has a paid- up,capdtal of not less than S25o,000, vi cash, or its equivalent, appears to be able to 'keep and perform its contracts, and has other - waz coo 1:edwith the conditions prescribed by law and regulations auO.or :z :rig ccrta:r, corporations to be accepted as sole sureties or, obligations given to "tie United States. t...... ..._ r . .: ...�, ........:, hereby az; Uior :ze ar.,i en:powzr the aforesai caajlany, .;abjzct to the regu'atiors of this DeSartment, issued ..CCli1Y Q;d :,: accordance with .sections D to ij of Title 6 of the United Stares Code, to y ^uaaf/ as sale surety an recoffnizances, stipulations, bonds and ; :ra'zrra 'k :r, s per- p.;—c-, or r.squired by the lows of the United States• to bz given with on, orumre sureties. This certificate shall ewpire on the thirtieth day of Jure_ _ _ unless sooner revoked. T..000,Y :••OeA Yo. 3A -"02 .SUlUUL of ACCOUOItl D:P. OY Fla. Reu C. c........... :... :_ :.... 1 have hereunto set my hare,, and eausod the seal of Dci',artmer.t of the Tre.isury to be affixed, on &he day and year first above written. Fiscal Assistant Secretary T- V ✓`. f�IyWY•J IJ.' .•.n", .�/ FJ V'i :•YV tit VV G'! f'�a;r .y nyn �. A•.; :.., •-; ^� •e,�y. .1/,..:. �.,,/• ,t..�A fir, ... .•.�. ^ %VY�JV VN•.i ..r...y .r.Yi...,J VYV yyw•'1+�JY .J �Y �✓ ✓ %/%iii; ✓emu �L''G 4 .%% ✓ ✓./i�� ;%�%%,�.!i l :. : :.....•� .. «_ :a . December 27, 1971 ................ ............................... r —:- , `,- '''"'•'r` 'OUKON FIRE Atli CASUALTY PISURAME COQ ?A,IX: �.�... .i ' .. ...................................... ............................... °f............:ORT KgRTENJ, i:_4S ............. has been duly incorporated under Cr;d by airtue of the laws o;` the State of- texas I possesses appropriate eorporcte powzrs, has a paid- up,capdtal of not less than S25o,000, vi cash, or its equivalent, appears to be able to 'keep and perform its contracts, and has other - waz coo 1:edwith the conditions prescribed by law and regulations auO.or :z :rig ccrta:r, corporations to be accepted as sole sureties or, obligations given to "tie United States. t...... ..._ r . .: ...�, ........:, hereby az; Uior :ze ar.,i en:powzr the aforesai caajlany, .;abjzct to the regu'atiors of this DeSartment, issued ..CCli1Y Q;d :,: accordance with .sections D to ij of Title 6 of the United Stares Code, to y ^uaaf/ as sale surety an recoffnizances, stipulations, bonds and ; :ra'zrra 'k :r, s per- p.;—c-, or r.squired by the lows of the United States• to bz given with on, orumre sureties. This certificate shall ewpire on the thirtieth day of Jure_ _ _ unless sooner revoked. T..000,Y :••OeA Yo. 3A -"02 .SUlUUL of ACCOUOItl D:P. OY Fla. Reu C. c........... :... :_ :.... 1 have hereunto set my hare,, and eausod the seal of Dci',artmer.t of the Tre.isury to be affixed, on &he day and year first above written. Fiscal Assistant Secretary S'i A'TE 017 CALIFORNIA N? DEPARTMENT OF INSURANCE SAN FRANCISCO AMENDED Certificate Of .A.uthorlty Tms Is To CERTmr, That, pursuant to the Insurance Code of the State of California, HOUSTON FIRE AND CASUALTY INSURANCE CO11PANY 2619 of FORT WORTH, TEXAS , organized voider the lmtvs of TEXAS , subject to its Articles of Incorporation or other fundamental organizational documents, is hereby authorized to transact within this State, subject to all provisions of this Certificate, the followung classes of insurance: FIRE, IdARI1•1E, SURETY, PLATE GLASS, LIAD111 /ITY41 :'IORMIENtS CORPENSATION, C01,11ON CARRIER LIABILITY, BOILER AND MACIiINERY, BURGLARY, SPRIM=- R, AUTOIOBILE and MISCELLANEOUS as such classes are noty or may hereafter be defined itt the Insurance Laws of the State of California. THIS CERTIFICATE is expressly conditioned upou the holder hereof now and hereafter being in fill compliance with all, and not in violation of any, of the app licable laws and lawful requirements -made untler authority of the laws of the Slate of California as long as such laws or requiremeuds are in effect and applicable, and as such laws and requirements now arc, or 'may hereafter be ehmrged or amended. IN '\Vtll'NESS NVHEREOF, effective as of the --------- ?�! -------- _.day of- - ---------- - -_SEPTEMBER -. - - -, 19_66 -., I have hereunto set my hand and caused my o1ficial seal to be affixed this ... 29�th ----- (lay of -- -- SEPTEMBER ,19 r r., r .: —. Z. 'l t' ''i >+ RICH IRD S. L. RODDIS lm.rrnn Coma.i.aarrr %l 'Ip'il�..�'y�;.. t'!. 1 rL N —L :` Qwdilic.rtion with the Sccrrtmy of State tuust IK acauuplP.hcs as re.luired by the California Corporations Code promptly after isw.mre of Ibis Ccirilicate of Authority. F -idure w do +o will Iw a vi.,Ltion of Ills. Carle 5+•:..701 and wdl he grounds for trvnkin i; this Certilicatc of Aolhutit) pursu.utt ns the r•n•cn.utts utadr in the applic.ttitro therefor and the csntditions eunt.tined herein. . ro.y r11.7 nu..:, , u .. • n.• 61 ... f `'• '• P89e 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, and as Principal, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Dollars ($ ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of in the City of Newport Beach, is accepted by the City Council• of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this day of , 19_ Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) By Title ncipa Surety Page 5 NON- COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any 'public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrange- ment or agreement with'any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or material - man which is not processed through said bid depository, or which prevent any 'subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no induce- ment or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomesoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me by COub'� a l n bo Wl &o r R this _ day of 19 7'4— MY commission expires: i F C L SEAL ✓ % a! " ' R08ERT JOHAST 0 a y u 1C m -� NOTARY PUBLIC- CALIFORNIA LOS ANGELES COUNTY ' �,',o; „,. My Cal tniSSion Expires iAay 19,1975 11614 Atlantic Ave.. lynwoo6, Calit. 90262 ` • ROBERT JOHNSTON & ASSOCIATES ° CERTIFIED PUBLIC ACCOUNTANT 11614 ATLANTIC AVENUE LTNWOOD, CALIPONNIA 00282 NEWMARK 5-2903 December 30, 1971 Eamon Construction Company, Inc. 11760 Wright Road Lynwood, California 90262 i Gentlemen: The accompanying balance sheet of Damon Construction Company, Inc. as of November 30, 1971, and the related statements of income and expenses for the period then ended were not audited by us and accordingly we do not express an opinion on them. These financial statements are restricted to internal use by management and therefore may not include all disclosures required for a fair presentation. Sincerely, Robert Johnston, C.P.A. L' RJ:sh Enclosures 0 DAMON CONSTRUCTION COMPANY, INC. 11760 WRIGHT ROAD, LYNWOOD, CALIFORNIA BALANCE SHEET NOVEMBER 30, 1971 ASSETS CURRENT ASSETS Cash in Bank -First State Bank Accounts Receivable Market Securities -Cost Loans Receivable Inventory: Materials in Yard Small Hand Tools, Etc. TOTAL CURRENT ASSETS FIXED ASSETS (COST) Automotive Equipment Concrete Forms, Etc. Furniture and Fixtures TOTAL Allowance for Depreciation NET BOOK VALUE TOTAL ASSETS s EXHIBIT -A $ 2,777.00 36,800.00 2,175.00 5,700.00 1,900.00 1,500.00 14,776.00 13,041.00 2.758.00 30,575.00 11,228.00 $50,852.00 19,347.00 $70,199.00 LIABILITIES & STOCKHOLDERS' EQUITY CURRENT LIABILITIES Accounts Payable 5,500.00 Note Payable 30 Days 15,000.00 Payroll Taxes 792.00 Federal & State Income Taxes 375.00 Current Portion of Long -Term Liabilities 2,026.00 TOTAL CURRENT LIABILITIES $23,693.00 LANG -TERM LIABILITIES Equipment Loan -First State Bank (84.00) 924.00 11 " " " " (100.22) 1,102.00 TOTAL 2,026.00 Less Current Portion Due in 12 Months 2,026.00 TOTAL LONG -TERM LIABILITIES -0- STOCKHOLDERS' EQUITY Capital Stock (200 Shares @ $100.00) 30,000.00 Earned Surplus 16,506.00 TOTAL STOCKHOLDERS' EQUITY 46,506.00 TOTAL LIABILITIES & STOCKHOLDERS' EQUITY $70,199.00 Page 2 of 3 MMPAAtD WITHOUT AUDIT ROBERT JOHNSTON B ASSOCIATES . CERTIFIED PUBLIC ACCOUNTANT DAMON CONSTRUCTION COMPANU, INC. EXHIBIT- B STATEMENT OF INCOME AND EXPENSES JANUARY 1 1971 TO NOVEMBER 30, 1971 INCOME Construction Income - Completed Contracts $342,923.00 DIRECT COSTS Labor $142,040.00 Materials & Supplies 96,856.00 Sub- Contracts 21,207.00 Equipment Rental 10,998.00 Outside Labor 404.00 Union Benefits 18,872.00 Payroll Taxes 8,505.00 Depreciation 4,909.00 Insurance 10,275.00 Auto & Truck Expenses 15,054.00 License & Permits 1,627.00 TOTAL DIRECT COSTS 330,747.00 GROSS PROFIT $12,176.00 GENERAL ADMINISTRATIVE Advertising 191.00 Travel 75.00 Legal & Accounting 905.00 Office Supplies 1,015.00 Rent 2,325.00 Utilities & Telephone 3,333.00 Repairs & Maintenance 1,895.00 Miscellaneous 93.00 Interest 638.00 TOTAL GENERAL ADMINISTRATIVE 10,470.00 NET PROFIT, BEFORE INCOME TAXES 1,706.00 ** PROVISION FOR FEDERAL & STATE INCOME TAXES _ 375.00 NET PROFIT AFTER TAXES $ 1,331.00 ** NOTE # 1 The company prepares its financial statements on the "accrual" method of accounting (income is recognized when earned) which is in accordance with generally accepted accounting principles for contractors. However, the company files its income tax returns on the "cash" method of accounting ( income is recognized when received) as permitted by the Internal Revenue Code. Thus, where income is earned in one year and received in the following year, the income tax related to the income is postponed one year. PROFIT TAKEN ON FINAL COMPLETION OF CONTRACTS. Page 3 of 3 M[PAIR[O WITHOUT AUDIT ROBERT JOHNSTON S ASSOCIATES . CERTIFIED PUBLIC ACCOUNTANT 1 Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility, Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ALLEY IMPROVEMENTS- BALBOA ISLAND 1971 -72 CONTRACT NO. 1405 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: PR 1 of 2 The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby. proposes to furnish all materials and do all the work required to complete Contract No. 1405 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 41,100 Construct 6" thick P.C.C. alley Square Feet pavement @ 0 „a Dollars / and Cents $ /- old $ Per Square Foot 2. 18 Construct 6" thick P.C.C. alley Each approach over native soil Q @ � "O� Dollars % and Cents 60 oa Per Each 3. 1,100 Construct 8" thick P.C.C. street Square Feet paving @ 0 Dollars and Cents $ a?.O d $OQ ° Per Square Foot 4. 720 Construct 6" thick residential Square Feet driveway approach in street areas s'o @ (- �„ Dollars / and ✓ Cents $ Per Square Foot ' PR 2 of 2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 5. 4,600 Construct 4" thick P.C.C. garage Square Feet approach in alley areas @ Cry-Q, Dollars and �O cp� Cents $ / 00 $ (, 6 Per Square Foot 6. 1,900 Construct 4" thick P.C.C. sidewalk Square Feet o @ (irQ ��;, Dollars and j Cents $ U 6 $196000 Per Square Foot 7. 350 Construct variable height curb face Linear Feet modified Type "A" P.C.C. curb and gutter UG @ �, Dollars / and / Cents $ (� • O $ ©�a o ✓ Per Linear Foot —� 8. 3,200 Construct 4" thick A.C. garage Square Feet approaches @ /U� �� Dollars / and Cents $ $ ;2 e Per Square Foot 9. 1,000 Construct variable thickness A.C. Square Feet feather join @ w a Dollars and Cents $ 0.es� $ s'(J• oo ✓ Per Square Foot TOTAL PRICE WRITTEN IN WORDS (BID ITEMS 1 THROUGH 9): J Dollars an n Cets 0170 $ / 7 JDAft tJ Ca h1 Q I- C6 - Bidder's Name CONTRACTOR'S LICENSE NO. 2U -777 3 CONTRACTOR'S ADDRESS // 7L, 0 la.F Q.1 �Hutnorizea zignature�/ DATE ep s INDEX TO SPECIAL PROVISIONS FOR ALLEY IMPROVEMENTS - BALBOA ISLAND 1971 -72 CONTRACT NO. 1405 Page 1. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. COMPLETION AND SCHEDULE OF WORK . . . . . . . . . . . . . . . . . . . . . 1 III. TRAFFIC CONTROL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 IV. NOTIFICATION TO RESIDENTS . . . . . . . . . . . . . . . . . . . . . . . . 2 V. EXISTING UTILITIES . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 VI. CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . . . . . . . . . . . 3 VII. WATER .... ..............................3 VIII. CONSTRUCTION DETAILS AND PROPOSAL ITEMS 1. Pavement Removal, Excavation, and Subgrade Preparation . . . . . . 3 2. Portland Cement Concrete . . . . . . . . . . . . . . . . . . . . . 3 3. Alley Approaches . . . . . . . . . . . . . . . . . . . . . . . . . 4 4. Adjustment of Various Walks, Landings,.Fence Supports, etc. . . . 4 5. Asphalt Concrete . . . . . . . . . . . . . . . . . . . . . . . . . 4 6. Adjustment of Utility Boxes, Manholes, Etc. to Grade . . . . . . . 5 7. Protection of Existing Property Line Monuments . . . . . . . . . . 5 8. Flow Diversion Around Manholes . . . . . . . . . . . . . . . . . . 5 9. Miscellaneous Portland Cement Concrete and Asphalt Concrete Patching . . . . . . . . . . . . . . . . . . . . 5 a • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR ALLEY IMPROVEMENTS - BALBOA ISLAND 1971 -72 CONTRACT NO. 1405 I. SCOPE OF WORK SP of The work to be done under this contract consists of constructing portland cement concrete alley pavement and approaches, constructing portland cement concrete or asphalt concrete garage approaches and sidewalk sections, adjusting utility boxes and structures to grade, and other incidental items of work. Also included is street reconstruction at the ends of various alleys. The work is located in various alleys on Balboa Island. The contract requires completion of all the work in accordance with these Special Provisions, the city's Standard Special Provisions, the Plans (Drawing No. A- 5060 -S) and the city's Standard Drawings and Specifications. The city's Standard Specifi- cations are the Standard Specifications for Public Works- Construction, 1970 Edition. II. COMPLETION AND SCHEDULE OF WORK The contractor shall prepare a written schedule of work incorporating the following requirements: 1. All work shall be completed in the Balboa Island alleys by June 26, 1972. 2. The contractor shall start construction with Alleys 414 -A, 414 -B, and 418 -N and then proceed from the east to the west side of the island. This order of construction will be strictly enforced in order to reduce conflicts with the anticipated increase in traffic congestion after June 1. 3. Portland cement concrete garage approach and sidewalk sections shall be placed separately from portland cement concrete alley pavement. 4. Twelve (12) consecutive calendar days will be allowed to construct the portland cement concrete pavement in each alley and the alley approach at each end of the alley. The alley approach shall be considered to include the adjacent portion of the street pavement to be reconstructed. 5, Ten (10) additional calendar days (for a total not to exceed twenty -two (22) consecutive calendar days) will be allowed to construct the 4 -inch thick portland cement concrete garage approach or sidewalk sections; the 4 -inch thick asphalt concrete paving and patchings and the variable thickness asphalt concrete feather. It is recommended that the portland cement concrete garage approaches and sidewalks be constructed prior to the construction of the alley and approaches. SP 2 of 5 6. Due to the existing one way traffic pattern in the streets on Balboa Island, no two parallel alleys may be in any stage of construction or curing at any one time. In summary, the above requirements mean that the contractor will be allowed a maximum of twenty -two (22) consecutive calendar days to complete all the construction work in each alley. The periods specified for construction work include curing time for new portland cement concrete improvements. This means that each alley and every garage approach with access from that alley must be returned to normal vehicular use within 22 consecutive calendar days from the day it is first closed to such use. The contractor must employ sufficient men and equipment to meet this schedule. If it becomes apparent during the course of the work that the contractor will not be able to meet this schedule, he will be prohibited from starting work in additional alleys until he has exerted extra effort to meet his original schedule and he has demonstrated that he will be able to maintain his approved schedule in the future. Such stoppages of work shall in no way relieve the contractor from his overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional men and equipment were required on the job. The contractor will be assessed $100.00 per day (including Saturdays, Sundays and Holidays) liquidated damages for each day in excess of the 22 consecutive calendar days allowed for 100% completion of the construction work in each alley and the alley's return to normal vehicular use. Additional liquidated damages, as covered in Section 6 -9 of the Standard Specifications, shall be assessed for failure to complete the project by June 26, 1972. The intent of this section of the Special Provisions is to emphasize to the contractor the importance of prosecuting the alley construction in an orderly, preplanned continuous fashion so as to minimize the time an alley is closed to vehicular traffic. III. TRAFFIC CONTROL The contractor shall provide traffic control in compliance with Section 7 -10 of the Standard Specifications. As necessary, streets may be restricted to one traffic lane, controlled by flagmen, during construction hours; but it must be restored to two -way traffic at the end of each working day and on weekends and holidays. IV. NOTIFICATION TO RESIDENTS The city will mail a preliminary notice to all residences affected by this work. Between 40 and 55 hours prior to closing a particular alley to vehicular traffic, the contractor shall distribute to each affected residence and business a written notice stating when construction operations will start and approximately when vehicular accessibility will be restored. The written notice will be prepared by the city and the contractor shall insert the applicable dates at the time he distributes the notice. Errors in distribution, false starts, acts of God, strikes, or other alterations of the schedule wiTl require renotification using an explana- tory letter. This letter will also be prepared by the city and distributed by the contractor. V. EXISTING UTILITIES The contractor shall investigate and protect all existing utilities in conformance with Section 5 of the Standard Specifications. Known utilities are indicated on the Plans. Prior to performing construction work, the contractor shall be responsible for requesting each utility company to locate its facilities. VI VII. VIII SP3of5 Construction of the alley structural sections will cause work to be performed very near existing sewer, water, and storm drain lines and their connections. The contractor shall protect in place and be responsible for, at his own expense, any damage to any utilities encountered during construction of the items shown on the Plans. CONSTRUCTION SURVEY STAKING Field surveys for control of construction shall be the responsibility of the contractor. All such surveys including construction staking shall be under the supervision of a California licensed land surveyor or civil engineer. Staking shall be performed on all items ordinarily staked at intervals normally accepted by the agencies and trades involved. Payment for construction survey staking shall be considered as included in the various items of work and no additional allowance will be made therefor. WATER The contractor shall make his own provisions for obtaining and applying water necessary to perform his work. If the contractor desires to use available city water, it shall be his responsibility to make arrangements for water purchase by contracting the city's Utility Superintendent, Mr. Tom Phillips, at (714) 673 -2110, extension 267. CONSTRUCTION DETAILS AND PROPOSAL ITEMS Pavement Removal, Excavation, and Subgrade Preparation Existing portland cement concrete or asphalt concrete improvements to be removed shall be sawcut a minimum of 2 inches deep along property lines, join lines, at the locations beyond property lines as shown on the Plans, or as directed by the engineer. Final removal at the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. It is emphasized that edges created by other means or final removal accomplished by other means will not be acceptable, and hard blow pavement breakers, such as stompers, will not be permitted on the job. The contractor shall prepare the subgrade in conformance with Section 301 of the city's Standard Specifications. Payment for pavement removal, excavation, and subgrade preparation will be considered as included in the unit prices paid for the corresponding or associated items of new work. Portland Cement Concrete Portland cement concrete furnished for construction of all alley pavement, street pavement, alley approaches, garage approaches, sidewalks, and curb and gutter shall have a B or C gradation and shall attain a minimum modulus of rupture of 600 psi (tested in conformance with ASTM designation: C78 -49) within 28 days after placement. Portland cement concrete shall be securely barricaded immediately after placement and no vehicular traffic will be allowed thereon until beam tests yield a minimum modulus of rupture of 450 psi SP4of5 In view of the P.C.C. strength requirements described above and the schedule of work limitations described in Section II of these Special Provisions, the contractor may find it necessary to add additional cement, use special aggregates, or use admixtures to meet the specifications. The intent of these Special Provisions is that the contractor prepare his bid in conformance with these strict limitations and no additional compensation will be allowed for the extra materials that may be required to meet these conditions. The contractor will be permitted to use concrete pumping methods to facilitate concrete placement. Pumping concrete through aluminum pipe will not be permitted. Overhead screeds will be required at the flowline. A 12 -inch wide smooth trowel surface shall be constructed along the flow line (centerline) of each alley. The remainder of the alley surface shall be light broom finished. All sidewalk or drive approaches that extend beyond the street or alley right of way shall be deeply scored at the right of way line. Contact joints shall be constructed in conformance with the City of Newport Beach Drawing No. STD - 116 -L. Street joints shall be constructed where shown on the Plans. Alley joints shall be constructed in conformance with City of Newport Beach Drawing No. STD - 118 -L. Special care shall be taken to locate weakened plane joints at water meter boxes, power poles, and all other critical locations. 3. Alley Approaches Portland cement concrete alley approaches shall be constructed in accordance with the City of Newport Beach Drawing No. STD -106 -L with the following exceptions: (a) Portland cement concrete shall be 6 inches thick and the 4 -inch thick layer of aggregate base will not be required. (b) Curb return radii shall be 6 feet unless otherwise indicated on the plans or directed by the engineer. 4. Adjustment of Various Walks, Landings, Fence Supports, Etc. Brick, flagstone or other miscellaneous walks not constructed of Portland cement concrete or asphaltic concrete shall be adjusted to the new alley grades. Variable height 2 -inch redwood header fence supports will be installed where support is required at existing fences as indicated on the Plans. The cost of adjusting these walks, landings and redwood header fence supports shall be included in the various items of work and no additional payment will be allowed. 5. Asphalt Concrete Asphalt concrete furnished for construction of 4 -inch thick pavement and variable thickness feather join shall be Type III -D -85 -100 in conformance with Section 400 -3 of the Standard Specifications. ' SP5of5 A tack coat shall be applied in accordance with Subsection 302 -5.3 of the Standard Specifications. The cost of the tack coat shall be included in the unit price bid for the associated asphalt concrete. 6. Adjustment of Utility Boxes, Manholes, Etc. to Grade All sewer manholes, water valve boxes, sewer cleanouts, water meter boxes, and any other miscellaneous utility boxes shall be adjusted to finish grade prior to placement of portland cement concrete. In the event the utility box or structure is located in an area to be improved with asphalt concrete, adjustment to finish grade shall be made after the asphalt concrete pavement has been placed. No separate compensation will be allowed for this work. 7. Protection of Existing Property Line Monuments Many property lines are designated by "iron pipe and tag" as shown on the plans. Special care shall be taken during removal not to disturb the pipe location. Any monuments removed or dislocated during construction shall be restored by the contractor at his expense. 8. flow Diversion Around Manholes The cost of constructing flow diversion channels around manholes at various locations as indicated on the Plans shall be included in the unit price bid for constructing Portland cement concrete alley pavement and no additional compensation will be allowed. 9. Miscellaneous Portland Cement Concrete and Asphalt Concrete Patching The cost of the 8 -inch wide miscellaneous portland cement concrete and asphalt concrete patching as shown in the typical alley section on the Plans and as required by the forming of portland cement concrete alley pavement shall be included in the cost of the various items of work and no additional compensation will be allowed.