HomeMy WebLinkAboutC-1940 - Alley improvements, Balboa Island & West NewportC,
June 12, 1978
CITY COUNCIL AGENDA
ITEM NO. H -11
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: ACCEPT NCE OF AL1:EY.IMPR0VEMENT BALBOA ISLAND AND WEST NEWPORT, 1977 -78€
(C -1940
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file.a Notice of Completion.. -r
3. Authorize the City Clerk to release the bonds 35 days after
Notice of Completion has been filed.
DISCUSSION:
The contract for the improvement of alleys on Balboa Island and West Newport
has been completed to the satisfaction of the Public Works Department. (See attached
exhibit for location of alleys.)
The bid price was: $59,285.70
Amount of unit price items constructed 60,201.63
Amount of change orders None
Total contract cost 60,201.63
Amount budgeted in the General Fund, Street and Alley Account.
The design engineering was performed by the Public Works Department.
The contractor is Dyno Construction of Azusa, California.
The contract date of completion was June 11, 1978.
The work was completed by May 12, 1978.
Joseph T. Devlin
Public Wo ks Director
GPD:do
Att.
9
v
LLI
Z
Z
Q
v
Is
%N
Q
ALLEY /MGROVEMEAITS
OALCOA XS1 -AN0
/97 7- 7B
M� AL"" M 4" RWCOAI&TWUCTEp
Z
3
04"
'le
f
PJll
P� O OO V
,O.
V
O
7l P�, Off. O o�1F
+� sF
00P �S
D0P o °a
b� s
0 4�d
A4
26
V� AF
6
�s
s
y'
� 6
S
4'9
6
ALLEY 1MOAZOVGMCN7S
A1.4I7L 7b k AWCV.Wlraucr /O WC9T "OWAR24 r
/.977-7,0
C -1940
MAR 13 1978
By fho CITY COUNCIL
CITY OF PFWVM VACH
TO: CITY COUNCIL
FROM: Public Works Department
March 13, 1978
CITY COUNCIL AGENDA
ITEM NO. H -2f
SUBJECT: ALLEY IMPROVEMENTS -- BALBOA ISLAND AND WEST NEWPORT,1977 -78
(C -1940)
RECOMMENDATION.
Adopt a resolution awarding Contract. No. 1940 to Dyno Construction
for $59,285.70, and authorizing the Mayor and the City Clerk to
execute the contract.
DISCUSSION:
Three bids were received and opened in the office of the City Clerk at
10:30 A.M. on March 1, 1978.
Bidder
Amount Bid
1. Dyno Construction, Azusa $59,285.70*
2. Sully- Miller Contracting Co., Long Beach 75,616.00
3. Markel Cement Contracting, Inc., Costa Mesa 80,848.00
*Corrected amount based on summation of unit prices bid.
The low bid is 6.4% lower than the Engineer's estimate of $63,321.
Funds for this project have been provided in the Annual Street and Alley Resur-
facing and Reconstruction Program (Account Number 02- 3377 -015).
This project provides for the reconstruction with portland cement
concrete of four alleys on Balboa Island and four alleys in West Newport (see
attached exhibit for locations of alleys).
Dyno Construction has not previously performed work as a prime contrac-
tor for the City. However, a check of the references supplied indicates that
concrete work performed by Dyno for other cities was satisfactory and well prose-
cuted.
The plans and specifications were prepared by the Public Works Department.
The estimated date of completion is June 11, 1978.
t i
Josephs T. evl i n
( Public s Director
AB:jd
Att.
0
C
� M
-1-
P4�1
,�.
P
rF
�S
y'9
F
'gym
I's
\ F
1 -41
104
� O 4
1 d
S
/� 2s
A
Fd
d
y's
6
4'9
h
� A[(eYS Tb as ®rcawsfRUC r/O
ALLEY 1.NG.QOVGMEN75
WCST NOWLbQT
/9 77- 7®
C -/940
z I
1)
--I
Li
•
0
NJ
Ah -
j �(J
A jlt
D'-DOD
'3170 -l000J
Ef IqN,=Fl Z
--- —j C ff'nu
� All"S TO 45A
1,1% A
ALLEY IMIRROVEA4EAITS
OALa&A X34-'AA10
/977-7-S
C-19440
a
MAR 13 1978
By the CITY COUNCIL
cu. OF Nowp RT 9"CH
RESOLUTION NO. 929,q
0
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO
DYNO CONSTRUCTION IN CONNECTION WITH ALLEY
IMPROVEMENTS - BALBOA ISLAND AND WEST NEWPORT
1977 -78, CONTRACT NO. 1940
WHEREAS, pursuant to the notice inviting bids for
work in connection with alley improvements - Balboa Island
and West Newport, 1977 -78, in accordance with the plans and
specifications heretofore adopted, bids were received on the
1st day of March, and publicly opened and declared; and
WHEREAS, it appears that the lowest responsible
bidder therefor is DYNO CONSTRUCTION;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of Dyno Construction
for the work in the amount of $59,285.70 be accepted, and
that the contract for the described work be awarded to said
bidder;
BE IT FURTHER RESOLVED that the Mayor and City Clerk
are hereby authorized and directed to execute a contract in
accordance with the specifications, bid and this award on
behalf of the City of Newport Beach and that the City Clerk
be directed to furnish an executed copy to the successful bidder.
ADOPTED this 13th day of
Mayor
ATTEST:
City Clerk
March
1978
DDO /bc
3/8/78
.:; i'l/
FEB 13 1978
9y " CITY COUNCIL
CITY OF ""PORT MA04
TO: CITY COUNCIL
FROM: Public Works Department
•
February 13, 1978
CITY COUNCIL AGENDA
ITEM NO. H -11
SUBJECT: ALLEY IMPROVEMENTS -- BALBOA ISLAND AND WEST NEWPORT
1977 -78 (C -1940)
RECOMMENDATIONS:
1. Approve the plans and specifications for the subject
project.
2. Authorize the City Clerk to advertise for bids to be
opened at 10:30 a.m. on March 1, 1978.
DISCUSSION:
This project provides for the reconstruction with portland
cement concrete of four alleys on Balboa Island and four alleys in
West Newport (see attached exhibit for locations of project).
The estimated cost of construction is $63,300. Funds have
been provided in the current budget's annual Street and Alley Resur-
facing and Reconstruction Program (Account No. 02- 3377 -015).
The plans and specifications were prepared by the Public Works
Department. City crews have replaced the concrete sewer mains and
laterals in the affected alleys. The estimated date of completion is
June 11, 1978.
oseph
ublic
:jd
Att.
Devlin
ks Director
--j
W
Q
Z
V
Ilk
•
00
2
WQ
of
7t'Nt17 O/✓{>TJ9 3H1
Q
ti
V
J
✓ 0
0
V
u
gl-GEy /MPiQOVEMENTS
OA49O4 I54'-AA/C)
/977-749
Q
ALLOYS TO 106 (J5CON6Y.CUGTGp V
• •
W
Q
h
F O
'�s O
y' O
�6 O
� Q
wQ J
C
C � O O0P
� M �
�3 DOP�
w
m
V VV
PJ�
PJ11
6� OO
� ,a
d
\ �S
S
�4
�d
�S
.O
F6
�s
yid
d
�S
-l? 6
S
ll&
d
� AuaYS ra 4M AMFC4 /SrM"Cr /O
�s
rF
y'e
F
ef,
ALLEY 1MONQOV @MEN75
WCST .VOWLbRT
/9077-76
C -1940
4
June 26,1978
Dyno Construction
16731 E. Arrow Highway
Azusa, CA 91702
Subject: Surety . Covenant Mutual Insurance Company
Bonds No. : 006516
Project : Allay ruprovemente /Balboa Island b W. Newport;
Contract No.: 1940
The City Council on June 12, 1978 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 has been filed.
Notice of Completion was filed with the Orange County Recorder
on June 14, 1978 in Book No. 12715, Page 936. Please notify
your surety company that bonds may be released 35 days after
recording date.
Doris George
City Clerk
as
cc: Public Works Department
TO RECORDING
CITY C[.Fr ^,r REQUcST D By
CITr OF rvEtwr`ORT BEACH
301 NF1;rp; ,)RT BOULEVARD
NEWPpRT EFACH, CALIF. 92663
i 9466 BY,1271 5Pt 936
EXEM,pJ
�.; 2 RECORDED IN OFFICIAL RECORDS
OF ORANGE COUNTY, CALIFORNIA
NOTICE OF COMtLETION
PUBLIC WORKS
9:05 A.M. JUN .1 n 1978
LEE A. BRANCH, County Recorder
Jo All Laborers and Material Men and to Every Other Person Interested:
YOU WIL.L PLEASE TAKE NOTICE that on May 12, 1978
the Public Works project consisting of Alley Improvements /Balboa Island & W
on which Dyno Construction
was the contractor, and Covenant Mutual Insurance Co.
was the surety, was completed.
V ERIFICAT
I, the undersigned, say:
CITY OF NEWPORT BEACH
Public 1GV rks Director
I am the Public Works Director of the City of Newport Beach;-the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on June 13, 1978 at Newport Beach, California.
VERIFICATION 011 CITY CILERK
I, the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on June 12 1978 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 June 13, 1978 at Newport ?Beach, California.
'r
i
\
1977 -78
�V
i♦
CITY OF NEWPORT BEACH
CALIFORNIA City Hal,
3300 W. Newport Blvd
640 -2251
Date: June 13, 1978
Lee A. Branch
County Recorder
P. 0. Box 238
Santa Ana, California 92702
Attached for recordation is Notice of Completion of Public
Works project consisting of Alley Improvements - Balboa Island &
West Newport Contract No. 1940
on which Dyno Construction was the Contractor
and Covenant Mutual Insurance Companv was the surety.
Please record and return to us.
Very truly) yours,
Aoerli's George�
City Clerk
City of Newport Beach
Encl.
• i
CITY OF NEWPORT BEACH
Date April 17, 1978
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No. 1940
Project Alley Improvements /Balboa Island & West Newport
Attached is signed copy of subject contract for transmittal to the contractor.
Contractor: Dyno Construction
Address: 16731 E. Arrow Highway, Azusa, CA 91702
Amount: $ 59,285.70
Effective Date: April 17, 1978
Resolution No. 9293
L'C;��
A� Doris Geo e
Att.
cc: Finance Department
City Mall • 3300 Newport Boulevard, Newport Beach, California 92663
T �
CITY CLERK
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
ALLEY IMPROVEMENTS
BALBOA ISLAND & WEST NEWPORT
1977 -78
Approved by the City Cncil
thiss 1 jiebru�a"r 3th dayy, 1978.
ris George, City Cler
CONTRACT NO. 1940
SUBMITTED BY:
DYNO CONSTRUCTION
Contractor
16731 E. Arrow Highway
Address
Azusa, California 91702
City Zip
334 -0374
Phone
$59,285.70
Total Bid Price
T 1�
0 Page 1
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach,
California, until 10:30 A.M. on the 1st day of March , 978 .
at which time they 01 be opened and read- for performing wor as follows:
ALLEY IMPROVEMENTS -- BALBOA ISLAND AND WEST NEWPORT, 1977 -78
CONTRACT NO. 1940
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 S__ecr�eM or Assistant Secretary are required and Corporate Seal
sha—T1 be a_fi xed to all documents re— u ring signatures. In the case of a arTs tnersh3p,
the signature of at least one general partner is required.
No bids will be accepted from a contractor who has not been licensed in accordance with
the provisions of Chapter 9, Division III of the Business and Professions' Code. The
contractor shall state his license number and classification in the proposal.
One set of plans and contract documents, including special provisions, may be obtained
at the Public Works Department, City Hall, Newport Beach, California, at no cost to
licensed contractors. It is requested that the plans and contract documents be returned
within 2 weeks after the bid opening.
(cont.)
T
��:r b. �..,�:__ " b.... i..'..:. � - r.�.�..al. ^y..�dc u.. d. ,f ae+�ac.= `. -i�l- '.. �'_�_ia�= aa,'. "y. 1Y`
0
Page la
The City has adopted the Standard Specifications for Public Works Construction
(1976 Edition) as prepared by the Southern California Chapters of the American
Public Works Association and the Associated General Contractors of America. Copies
may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles,
California 90034, (213) 870 -9871.
The City has adopted Standard Special Provisions and Standard Drawings. Copies of
these are available at the Public Works Department at a cost of $5 per set.
A standard "Certificate of Insurance for Contract Work" form has been adopted by
the City of Newport Beach. This form is the only certificate of insurance accept-
able to the City. The successful low bidder will be required to complete this
form upon award of the contract. (A sample form is attached for reference.)
For any required bonds, the company issuing bid bonds, labor and material bonds,
and faithful performance bonds must be an insurance company or surety company
licensed by the State of California. The companies must also have a current
general policy holder's rating of A or better; and a financial Category of at
least Class X as per the latest edition of Best's Key Rating Guide `Property -
Liability).
In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California
Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascer-
tained 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. A copy of said determination is available
in the office of the City Clerk. All parties to the contract shall be governed by
all provisions of the California Labor Code relating to prevailing wage rates
(Sections 1770 -1781 inclusive). The contractor shall be responsible for compliance
with Section 1777.5 of the California Labor Code for all apprenticeable occupations.
The contractor shall.post a.copy of the prevailing wage rates at the job site.
Copies may be obtained from the Public Works Department.
The City reserves the right to reject any or all bids and to waive any informality
in such bids.
,
0
Page 2
All bids are to be computed on the basis of the given estimated quantities of work,
as indicated in this Proposal, times the unit price as submitted by the bidder. In case
of a discrepancy between words and figures, the words shall prevail. In case of an error
in the extension of a unit price, the corrected extension shall be calculated and the bids
will be computed as indicated above and compared on the basis of the corrected totals.
The estimated quantities of work indicated in this Proposal are approximate only,
being given solely as a basis for comparison of bids.
The undersigned has checked carefully all of the above figures and understands that
the City will not be responsible for any errors or 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. 310833 Classification A -Cg
Accompanying this proposal is b'd
(Cash, Ce—rtiMd Check, Cas ier s Check or Bon
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.
334 -0374
Phone Number
March 1, 1978
Date
DYNO CONSTRUCTION
Bidder's Name
(SEAL)
S /Richard Uribe
uthorized Signature
Authorized Signature
Individual
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:
E
DESIGNATION OF SUBCONTRACTORS
0
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 subcontractors 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 subcontractors except upon
the prior approval of the Engineer.
Item of Work Subcontractor Address
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
�4h24z Signature
Type of Organization
(Individual, Co- partnership or Corp.)
FOR ORIGINAL SEE CITY CLERK'S FILE COPY Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, DYNO CONSTRUCTION , as Principal,
and COVENANT MUTUAL INSURANCE COMPANY , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent of
the Total Amount of the Bid Dollars ($ 10% ), lawful money of the United
States for the payment of which sum well and truly to be made, we bind ourselves,
jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden 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 1st day of
March , 19 78
Corporate Seal (If Corporation)
(Attach acknowledgement of
Attorney -in -Fact
. F r"MWR, „ '
DYNO CONSTRUCTION COMPANY
Principa
S /Richard Uribe
COVENANT MUTUAL INSURANCE COMPANY
Surety
BYS /Arthur J. Clement Jr.
TaL1et�tC3lev,in —Fact
x..
-r _�.,,. _ .�
E
Page 5
LUSION AFFIDAVIT
The bidders, by its officers and agents o epresentatives 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 agree-
ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH
whereby such affiant or affiants or either of them, has paid or is to pay to such
bidder or public officer any sum of money, or has given or is to give to such other
bidder or public officer anything of value whatever, or such affiant or affiants or
either of them has not directly or indirectly, entered into any arrangement or agree-
ment 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 materialman 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 inducement 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 whomsoever 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.
DYNO CONSTRUCTION
16731 East Arrow Highway
Azusa, California 91702
S /Richard Uribe
Subscribed and sworn to before me
this 1st day of March ,
19 78 .
My commission expires:
September 15, 1978 S /Natividad Gonzalez
Notary Public
Ll
FOR OGINAL SEE CITY CLERK'S FILE C(e Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
Tne undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 24 hours after the bid opening if he
is the apparent low bidder.
On file with City Clerk.
igned
0
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
0
Page 7
The undersigned submits herewith a statement of the work of similar character to
that proposed herein which he has performed and successfully completed.
Year
Com- pleted For Whom Performed (Detail) Person to Contact Telephone No.
1977 City of Baldwin Park City Engineer (213)338 -1181
1977 City of Carson City Engineer (213)966 -6215.
1978 City of Alhambra City Engineer (213)282 -5111
1977 City of West Covina City Engineer _ (213)962 -8631
S /Richard Uribe
Signed
+ Bond No. 006516
Page 8
LABOR AND MATERIAL BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted March 13, 1978
has awarded to DYNO CONSTRUCTION
hereinafter designated as the "Principal ", a contract for ALLEY IMPROVEMENTS
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond with said contract, providing that if
said Principal or any of his or its subcontractors, shall fail to pay for any materials,
provisions, provender, or other.supplies or teams used in, upon, for, or about the per-
formance of the work agreed . to be done, or for any work or labor done thereon of any
kind, the Surety on this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We DYNO CONSTRUCTION
as Principal, and COVENANT MUTUAL INSURANCE COMPANY
as Surety, are held firmly.bound unto the City of Newport Beach, in the sum of
FI7TY -NINE THOUSAND TWO HUNDRED EIGHTY- FIVE &701100. ** *_Dollars ($ . 59.285.7.0, ),
said sum being one- half of the estimated amount payable by the City of Newport Beach
under the terms of the-contract, for which payment well and truly to be made we bind
ourselves, our heirs, executors and administrators, successors, or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or
his subcontractors, fail to pay for any materials, provisions, provender, or other
supplies or teams, used in, upon, for, or about the performance of the work contracted
to be done, or for any other work or labor thereon of any kind or for amounts due
under the Unemployment Insurance Code with respect to such work or labor, that the
Surety or Sureties will pay for the same, in an amount not exceeding the sum specified
in the bond, and also, in case suit is brought upon the bond; a reasonable attorney's
fee, to be fixed by the Court as required by the Provisions of Section 4204 of the
Government Code of the State of California.
This bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 3181 of the California Civil Code
so as to give a right of action to them or their assigns in any suit brought upon
0
m
•
..
i
a
•
(Labor and Material Bond - Continued)
•
Page 9
this bond, as required by the Provisions of Section 4205 of the Government Code of
the State of California.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or the specifications accompanying the same shall in
any wise affect its obligations on this bond, and it does hereby waive notice of any
such change, extension of time, alterations or additions to the terms of the contract
or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 22nd day of MARCH 19 78
Approved as t for
Ci y to e URP
DYNO CONSTRUCTION (Seal)
Name of Contractor Principal
BY: ✓ ' / •ate. o[
Au'thorized Signatlifie and Title
Authorized Signature and Title
COVEN NT W= L TNS«ANCF .OMPm (Seal )
Name of Surety �� r
260 So. Los Rob]l�s.; �izite 214 d
(I ) /93 -- %ice /
Telephone No. of Agent
Iva
State of California
County of Los Angeles J ss.
On this 22nd day of MARCH , 19L8, before me personally came
ARTHUR J. CLEMENT, JR.
to me known, who being by me duly sworn, did depose and say: that he is Aftorney(s) -in -Fact of Covenant Mutual
Insurance Company, the Corporation described in and which executed the foregoing instrument; that he know(s)
the seal of said Corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed
by authority granted to him in accordance with the By -Laws of the said Corporation, and that he signed his name
thereto .lam lilce�authwc- it]L.��,
moo (Notary Public)
2d 1 579 1%
0 0
COVENANT MUTUAL INSURANCE COMPANY
Hartford. Connecticut
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS:
That COVENANT MUTUAL INSURANCE COMPANY, a corporation of the State of Connecticut, does hereby
make, constitute and appoint ARTHUR J. CLEMENT, JR.
its true and lawful Attorney (s)-in-Fact, with full power and authority, for and on behalf of the Company as surety,
to execute and deliver and affix the seal of the Company thereto, if a seal is required, bonds, undertakings, recog-
nizances, consents of surety or other written obligations in the nature thereof, as follows:
Any and all bonds, undertakings, recognizances, consents of surety or other written obligations in the nature
thereof in an unlimited amount.
and to bind COVENANT MUTUAL INSURANCE COMPANY thereby, and all of the acts of said Attorneylsl -in -Fact,
pursuant to these presents, are hereby ratified and confirmed.
This appointment is made under and by authority of the following provisions of section 12 of the by -laws of
the Company, which are now In full force and effect:
From time to time the board may impose such additional duties and confer such further authority upon any
or all of the officers as it may in its discretion determine including, without limitation or characterization,
authority to execute by facsimile signature or facsimile signatures, and deliver or cause or authorize any duly
appointed agent to deliver in the name and behalf of the corporation any policy, contract, bond, undertaking,
consent of surety, recognizance, general or special power of attorney, certification, attestation, or other instru-
ment, all with or without the seal of the corporation, but if under seal to evidence such seal by physical im-
pression or by facsimile or by any other appropriate method.
This power of attorney is signed and sealed by facsimile under and by the authority of the following resolutions
adopted by the Directors of COVENANT MUTUAL INSURANCE COMPANY at a meeting duly called and held on
March 12, 1973:
RESOLVED: That any bond, undertaking, recognizance, consent of surety or written obligation in the nature
thereof shall be valid and binding upon the Company when signed by the President or any Senior Vice President
or Vice President and duly attested and sealed, if a seal is required, by any Secretary or Assistant Secretary or
when signed by the President or any Senior Vice President or Vice President and countersigned and sealed, if
a seal is required, by a duly authorized attorney -in -fact or agent; and any such bond, undertaking, recognizance,
consent of surety or written obligation in the nature thereof shall be valid and binding upon the Company when
duly executed and sealed, if a seal is required, by one or more attorneys -in -fact or agents pursuant to and
within the limits of the authority granted by his or their power or powers of attorney.
FURTHER RESOLVED: That the signature of any officer authorized by the by -laws and the Company seal
may be affixed by facsimile to any power of attorney or special power of attorney or certification of either
given for the execution of any bond, undertaking, recognizance or other written obligation in the nature there,
of; such signature and seal, when so used being hereby adopted by the Company as the original signature of
such officer and the original seal of the Company, to be valid and binding upon the Company with the same
force and effect as though manually affixed.
IN WITNESS WHEREOF, COVENANT MUTUAL INSURANCE COMPANY has caused these presents to be signed
by its proper officer and its corporate seal to be hereunto affixed this 22nd day of March, 1973.
Attest: if� �, `G;'►'�
Assistant Secretary
STATE OF CONNECTICUT
ss:
COUNTY OF HARTFORD
COVENANT MUTUAL INSURANCE COMPANY
By A6
Vice Presid t
On this 22nd day of March in the year 1973 before me personally came Francis W. Palfrey, Jr., and James E.
Witkins to me known, who being by me duly sworn, did depose and say; that they reside in the State of Connecticut;
that they are respectively Vice President and Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY,
the corporation described in and which executed the above instrument; that they know the seal of said corporation;
that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority of their office under
the by -laws of said corporation, and that they signed their names thereto by like authority.
Notary Public
W : My commission expires March 31, 1978
CERTIFICATION
1, Vera C. Spitko, Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY certify that the
foregoing power of attorney, the above - quoted provisions of Section 12 of the by -taws and the resolutions of the
Board of Directors of March 12, 1973 have not been abridged or revoked and are now in full force and effect.
Signed and sealed at Hartford, Connecticut, this 22nd day of MARCH 1978
'/`t 4 6i
Assistant Secre y
Bond No. 006516
• •Premium$ 5.34,00
Page 10
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted March 13. 1978,
has awarded to DYNO CONSTRUCTION
hereinafter designated as the "Principal ", a contract for
ALLEY IMPROVEMENTS BALBOA ISLAND & WEST NEWPORT CONTRACT NO. 1940
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We, DYNO CONSTRUCTION
zs Principal, and COVENANT MJTUAL INSURANCE COMPANY
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
FIFTY -NINE THOUSAND TWO HUNDRED EIGHTY -FIVE &70 /100 * * * * * ** Dollars ($ 59,28570 )
,
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, con-
ditions, 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.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or to the specifications accompanying the same shall
in any wise affect its obligations on this bond, and it does hereby waive notice
(Executed in Triplicate)
S
0 0
Page 11
(Performance Bond - Continued)
of any such change, extension of time, alterations or additions to the terms of the
contract or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 22nd day of MARCH 19 78 .
Approved s form:
ity tt neyt r
DYId c (Seal}
Name of Contractor Principal)
BY: I eRe Al /Z / / .4_ ! , 6 1,4
AutMorized Signature-and litle
Authorized Signature and Title
COVENANT MUTUAL INSURANCE COMPANY (Seal)
Name of Surety
26o So. Los Robles', Suite 214
i1) X93 - %1„7 �/
Telephone No. of Agent
N Q
0Q
o
m J
U c
O T
m C
q o'
in U
m
E
T
m
N
a
m
E
m
O
x
v
v-
O
T
i
ro
t7
N
N
2
c
u
a
F-
a
E
a
a
� m E
x
c m
� r
� O
C � m
m
O io L
d � +
LL
c m
T C 4 O
c 'o a +
rn m
o m p
+ o o
a
L p
•"z V
v E +
r
." ' 3
c 3 J
m
m -V '^ T
O C O m
a-
-0 -0 K L
� m •3
c u m u
o` y 0� c
-o v
m
_T C O
O
m O L.
E a
� 0 oc_ E
m
m m o
C O +
'd a �
> o m
0 V c
a m
3 E �� m
o
„ T
C m � •p
E � �
0 - t
..:
i;
i
• s
COVENANT MUTUAL INSURANCE COMPANY
Hartford, Connecticut
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS:
That COVENANT MUTUAL INSURANCE COMPANY, a corporation of the State of Connecticut, does hereby
make, constitute and appoint ARTHUR J. CLEMENT, JR.
its true and lawful Attorneylsl -in - Fact, with full power and authority, for and on behalf of the Company as surety,
to execute and deliver and affix the seal of the Company thereto, if a seal is required, bonds, undertakings, recog-
nizances, consents of surety or other written obligations in the nature thereof, as follows:
Any and all bonds, undertakings, recognizances, consents of surety or other written obligations in the nature
thereof in an unlimited amount.
and to bind COVENANT MUTUAL INSURANCE COMPANY thereby, and all of the acts of said Attorney(s) -in -Fact,
pursuant to these presents, are hereby ratified and confirmed.
This appointment is made under and by authority of the following provisions of section 12 of the by -laws of
the Company, which are now in full force and effect:
From time to time the board may impose such additional duties and confer such further authority upon any
or all of the officers as it may in its discretion determine including, without limitation or characterization,
authority to execute by facsimile signature or facsimile signatures, and deliver or cause or authorize any duly
appointed agent to deliver in the name and behalf of the corporation any policy, contract, bond, undertaking,
consent of surety, recognizance, general or special power of attorney, certification, attestation, or other instru-
ment, all with or without the seal of the corporation, but if under seal to evidence such seal by physical im-
pression or by facsimile or by any other appropriate method.
This power of attorney is signed and sealed by facsimile under and by the authority of the following resolutions
adopted by the Directors of COVENANT MUTUAL INSURANCE COMPANY at a meeting duly called and held on
March 12, 1973:
RESOLVED: Thatany bond, undertaking, recognizance, consent of surety or written obligation in the nature
thereof shall be valid and binding upon the Company when signed by the President or any Senior Vice President
or Vice President and duly attested and sealed, if a seal is required, by any Secretary or Assistant Secretary or
when signed by the President or any Senior Vice President or Vice President and countersigned and sealed, if
a seal is required, by a duly authorized attorney -in -fact or agent; and any such bond, undertaking, recognizance,
consent of surety or written obligation in the nature thereof shall be valid and binding upon the Company when
duly executed and sealed, if a seal is required, by one or more attorneys -in -fact or agents pursuant to and
within the limits of the authority granted by his or their power or powers of attorney.
FURTHER RESOLVED: That the signature of any officer authorized by the by -laws and the Company seal
may be affixed by facsimile to any power of attorney or special power of attorney or certification of either
given for the execution of any bond, undertaking, recognizance or other written obligation in the nature there-
of; such signature and seal, when so used being hereby adopted by the Company as the original signature of
such officer and the original seal of the Company, to be valid and binding upon the Company with the same
force and effect as though manually affixed.
IN WITNESS WHEREOF, COVENANT MUTUAL INSURANCE COMPANY has caused these presents to be signed
by its proper officer and its corporate seal to be hereunto affixed this 22nd day of March, 1973.
Attest: J, a�w Z'
Assistant Secretary
STATE OF CONNECTICUT
ss:
COUNTY OF HARTFORD
COVENANT MUTUAL INSURANCE COMPANY
By )
Vice Presid C
On this 22nd day of March in the year 1973 before me personally came Francis W. Palfrey, Jr., and James E.
Witkins to me known, who being by me duly sworn, did depose and say; that they reside in the State of Connecticut;
that they are respectively Vice President and Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY,
the corporation described in and which executed the above instrument; that they know the seal of said corporation;
that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority of their office under
the by -laws of said corporation, and that they signed their names thereto by like authority.
,,...hL.....
{'r M 0 TA N I .1, Notary Public
W ; ; n ; My commission expires March 31, 1978
CERTIFICATION
I, Vera C. Spitko, Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY certify that the
foregoing power of attorney, the above - quoted provisions of Section 12 of the by -laws and the resolutions of the
Board of Directors of March 12, 1973 have not been abridged or revoked and are now in full force and effect.
Signed and sealed at Hartford, Connecticut, this 22nd day of MARCH 19 78
xL
Assistant Secre y
0 0
Page 12
CONTRACT
THIS AGREEMENT, made and entered into this ! 7& day of 19ZZ,
by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City,
party of the first part, and DYNO CONSTRUCTION
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 & WEST NEWPORT, CONTRACT NO. 1940
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 to be 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
therefor 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 Dart of this Agreement.
0
•
Page 13
5. Pursuant to the Labor Code of the State of California, the City Council has
ascertained the general prevailing rates of per diem wages for each craft or type of
workman needed to execute the contract and a schedule containing such information is
included in the Notice Inviting Bids and is incorporated by reference herein.
6. The Contractor shall assume the defense of and indemnify and save harmless the
City, the Director of Public Works, and their officers and employees, from all claims,
loss, damage, injury, and liability of every kind, nature, and description, directly or
indirectly arising from the performance of the contract or work, regardless of responsi-
bility for negligence; and from any and all claims, loss, damage, injury, and liability,
howsoever the same may be caused,resulting directly or indirectly from the nature of
the work covered by the contract, regardless of responsibility for negligence.
IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed
the day and year first above written.
ATTEST:
L cs �o �f
City Clerk
_rte
By:
Appro d a to fo
torney I,
RT BEACH, CALIFORNIA
Contractor
(SEAL)
"1i tl e
e
PR 1 of 2
CITY OF NEWPORT BEACH
I'
PUBLIC WORKS DEPARTMENT
ALLEY IMPROVEMENTS
BALBOA ISLAND & WEST NEWPORT
1977 -78
CONTRACT NO. 1940
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300.West Newport Boulevard
Newport Beach, California 92663
Gentlemen:
The undersigned_ declares that he has carefully examined the locations 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. 1940 Jo 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
N0. -..
AND UNIT
UNIT PRICE WRITTEN IN WORDS
PRICE
PRICE
i 1.
22,670
Construct 6 -inch thick P.C.C.
alley
i
Square Feet
pavement
@ Two
Dollars
i
and
Eleven
Cents
$
2.11
$_47.833.70
E•.`
Per square foot
i
2.
1,190
Construct 6 -inch thick P.C.C.
alley
,.
Square Feet
approach over compacted native
soil
@ Two
Dollars
and
:.
Ten
Cents
$_
2.10
$ 2.499.00
Per square.foot
3:
780
Construct 8 -inch thick P.C.C.
street
Square Feet
pavement
@ Two
Dollars
and
Twenty -five
Cents
$_
2,25
$ 1,755.00
Per square foot
4.
1,400
Construct 4 -inch thick P.C.C.
.
Square Feet
garage approach in alley areas
@ One
Dollars
and
Ninety
Cents
$-1.90
$ 2,660.00
Per square foot
a
PR2of2
ITEM QUANTITY ITEM- DESCRIPTI N UNIT TOTAL
_NO_ AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
5. 200 Construct 4 -inch thick P.C.C.
Square Feet sidewalk
11
7.
8.
5
Linear Feet
1,000
Square Feet
580
Square Feet
@ One Dollars
and
Ninety Cents
Per square foot
Construct variable curb face
Type "A" P.C.C. curb and gutter
@ Ten Dollars
and
No Cents
Per linear foot
Construct 4 -inch thick A.0
pavement
L. N&Ti =AMMIeT7INiTi1
$ 10.00 $ 50.00
@ Two Dollars .
and
Sixty Cents $ 2.60 $ 2,600.00
Per square foot
Construct variable thickness A.C.
feather overlay
@ Two Dollars
and
Sixty Cents $ 2.60 $ 1,508.00
Per square foot
TOTAL PRICE WRITTEN IN WORDS:
Fifty -nine Thousand Two Hundred Eighty -five Dollars
Seventy and
Cents $ $59,285.70
March 1. 1978
CONTRACTOR'S LICENSE NO. 310833 -A -C8
DYNO CONSTRUCTION
Bidder's Name
S /Richard Uribe
Authorized Signature
TELEPHONE NUMBER 334 -0374
CONTRACTOR'S ADDRESS 16731 E. Arrow Highway, Azusa, CA 91702
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX
TO
SPECIAL PROVISIONS
FOR
ALLEY IMPROVEMENTS
BALBOA ISLAND & WEST NEWPORT
1977 -78
CONTRACT NO. 1940
Page
I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . 1
II. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK . . . . . . . . . . 1
III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2
IV.
TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . . . . . . . . . . 2
V.
NOTIFICATIONS TO RESIDENCES . . . . . . . . . . . . . . . . . . . 2
VI.
EXISTING UTILITIES . . . . . . . . . . . . . . . . . . . . . . . . 2
VII.
CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . . . . . . . 3
VIII.
WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3
IX.
GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3
X.
FLOW AND ACCEPTANCE OF WATER . . . . . . . . . . . . . . . . . . . 3
XI.
CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . . . . 3
A. Removals, Excavation, and Subgrade Preparation. . . . . . . . 3
B. Portland Cement Concrete . . . . . . . . . . . . . . . . . . . 4
C. Alley Approaches . . . . . . . . . . . . . . . . . . . . . . . 5
D. Adjustment of Various Walks, Landings, Fence Supports, etc. . 5
E. Existing Manholes, Utility Boxes, and Services. . . . . . . . 5
0 . SP 1 of 6
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
ALLEY IMPROVEMENTS
LBOA ISLAND & WEST NEWPORT
1977 -78
CONTRACT NO. 1940
I. SCOPE OF WORK
The work to be done under this contract consists of removing existing pavements
and constructing portland cement concrete alley pavement and approaches, side-
walk and street pavement at the ends of various alleys, and garage approaches,
and asphalt concrete garage approaches, join strips, and feather overlays;
adjusting manholes and cleanouts to grade, and other incidental items of work.
The work is located in four alleys on Balboa Island and four alleys in West
Newport.
The contract requires furnishing all labor, equipment, materials, transporta-
tion, and services necessary to complete all the work in accordance with these
Special Provisions, the Plans (Drawing No. A- 5088 -S), the City's Standard
Special Provisions and Standard Drawings, and the City's Standard Specifications
(Standard S ecifications for Public Works Construction 1976 Edition with 1977
Supplement copies of which are available at Building News, Inc., 3055 Over-
land Avenue, Los Angeles, California 90034, (213) 870 -9871. Copies of the
City's Standard Special Provisions and Standard Drawings may be purchased at
the Public Works Department for $5.
II. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK
The contractor shall comply with the provisions of Section 6 of the Standard
Specifications except as modified herein. The contractor's construction
schedule must be approved by the engineer prior to the start of any work, and
shall incorporate the following requirements:
1. The contractor shall complete all work on this contract within ninety (90)
consecutive calendar days after award of the contract by the City Council.
2. The contractor shall complete all work on each alley within sixteen (16)
consecutive calendar days after beginning work on that alley. The term
"work" as used herein shall include all removals, adjustments, and replace-
ments; construction of alley pavement, alley approaches, adjacent street
pavement, curb, driveways, sidewalk, adjacent P.C.C. or A.C. garage ap-
proaches and A.C. joins. Also included within the specified period is
curing time for the new P.C.C. improvements. (See Section XI.E for ex-
tensions allowed due to work to be performed by others.)
SP2of6
III
IV
0
0
In summary, this means that each alley and every garage approach with access
from that alley must be returned to normal vehicular use within 16 consecu-
tive 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 re-
quired on the job.
The contractor will be assessed $100 per day (including Saturdays, Sundays,
and holidays) liquidated damages for each day in excess of the 16 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 within the specified time.
The intent of this section of the Special
contractor the importance of prosecuting
pre - planned, continuous fashion, so as to
to vehicular traffic.
PAYMENT
Provisions is to emphasize to the
the alley construction in an orderly,
minimize the time an alley is closed
Payment for incidental items of work, not separately provided for in the pro-
posal, shall be included in the price bid for the various items of work, and
no additional compensation will be made therefor.
TRAFFIC CONTROL AND ACCESS
The contractor shall provide traffic control and access in compliance with
Section 7 -10 of the Standard Specifications and with the standards contained
in the Work Area Traffic Control Handbook (WATCH), also published by Building
News, Inc.
NOTIFICATIONS TO RESIDENCES
The City will send a preliminary notice to all residences affected by this
work. Between 40 and 55 hours prior to closing a particular alley to vehicu-
lar traffic, the contractor shall distribute to each affected residence 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 renotifi-
ation using an explanatory letter. This letter will also be prepared by the
City and distributed by the contractor.
VI. EXISTING UTILITIES
The contractor shall investigate and protect all existing utilities in confor-
mance with Section 5 of the Standard Specifications. Known utilities are
• . SP 3 of 6
indicated on the Plans. Prior to performing construction work, the contractor
shall be responsible for requesting each utility company to locate its facili-
ties.
Construction of the alley structural sections will cause work to be performed
very near existing sewer, water, gas, and communications lines and their con-
nections. 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.
VII. CONSTRUCTION SURVEY STAKING
Field surveys for control of construction shall be the responsibility of the
contractor. All such surveys, including construction staking, shall be under
the supervision of a California Licensed Surveyor or Civil Engineer. Staking
shall be performed on all items ordinarily requiring grade and alignment at
intervals normally accepted by the agencies and trades involved. Payment for
construction survey staking shall be considered as included in the various
items of work, and no additional allowance will be made therefor.
VIII. WATER
The contractor shall make his own provisions for obtaining and applying water
necessary to perform his work. If the contractor wishes to use available City
water, it will be his responsibility to make arrangements for water purchases
by contacting the City's Utilities Superintendent, Mr. Jim Frost, at (714)
640 -2221.
IX. GUARANTEE
The contractor shall guarantee for a period of one year, after acceptance of
the work by the City Council, all materials and all workmanship against any
defects whatsoever. Any such defects shall be repaired at the contractor's
expense.
X. FLOW AND ACCEPTANCE OF WATER
It is anticipated that surface and ground or other waters will be encountered
at various times and locations during the work herein contemplated. The con-
tractor, by submitting a bid, acknowledges that he has investigated the risks
arising from water and has prepared his bid accordingly. The contractor shall
conduct his operations in such a manner that storm or other waters may proceed
uninterrupted along their existing street and drainage courses. Diversion of
water for short reaches to protect construction in progress will be permitted
if public or private properties are not damaged or, in the opinion of the engi-
neer, are not subjected to the probability of damage.
The contractor shall obtain written permission from the property owner before
any diversion of water outside the project area will be permitted by the engi-
neer.
XI. CONSTRUCTION DETAILS
A. Removals, 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,
SP4of6 • •
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 removals, excavation, and subgrade preparation will be con-
sidered as included in the unit prices paid for the corresponding or
associated items of new work.
B. 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 -64)
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.
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 confor-
mance with these strict limitations and no additional compensation will be
allowed for the extra materials that may be required to meet these condi-
tions.
The contractor will be permitted to use concrete pumping methods to facili-
tate concrete placement. Pumping concrete through aluminum pipe will not
be permitted.
Overhead screeds will be required at the flow line.
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 medium broom finished.
All sidewalk or drive approaches that extend beyond the street or alley
right -of -way shall have a cold joint or if placed monolithic, a minimum
2" deep saw cut within 24 hours at the right -of -way line.
Alley joints shall be constructed as shown on CNB Drawing No. Std.- 141 -L.
Special care shall be taken to locate weakened plane joints at water meter
boxes, power poles, and other critical locations.
• • • SP5of6
Alley Approaches
Portland cement concrete alley approaches shall be constructed in accor-
dance with the City of Newport Beach Drawing No. Std. -142 -L with the
following exceptions:
Portland cement concrete shall be 6 inches thick and the 4 -inch thick
layer of aggregate base will not be required.
Curb return radii shall be as shown on the plans.
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 headers shall be installed where
support is required at existing fences and as indicated on the plans.
Existino Manholes, Utilitv Boxes, and Services
Sewer manholes, cleanouts and water valve boxes
The contractor shall adjust to finished grade all sewer manholes,
cleanouts and water valve boxes prior to the placement of portland
cement concrete pavement. In the event the structure or box is loca-
ted in an area to be improved with asphalt concrete, adjustments to
finished grade shall be made by the contractor after the asphalt
concrete pavement has been placed in a manner similar to that described
in Subsection 302 -5.7 of the Standard Specifications.
Water meters, boxes, and services
Existing water meters (and their boxes) that are not properly located
in line and grade as shown on CNB Stds. -140 -L and -502 -L will be ad-
justed by City utilities crews after the contractor has installed
the adjacent paving headers. Existing water meter boxes needing only
minor adjustment to finished line and grade shall be adjusted by the
contractor.
The contractor shall be responsible for any damage to existing water
meters, boxes, or services resulting from his operations. He shall
have any such damaged item repaired or replaced at his expense by a
reputable pipeline contractor or person qualified to do the work.
Cable television and other utilities' facilities
Cable television and any other utility company's
the improvement areas will be relocated as requi
finished grade by the respective owner after the
stalled the adjacent paving headers. Any damage
resulting from the contractor's operations shall
expense.
facilities within
^ed and adjusted to
contractor has in-
to these facilities
be repaired at his
SP6of6 • •
Effect on time of completion of work by others
The contractor shall allow up to two (2) days in each affected alley
for others to make the necessary adjustments described in paragraphs
2 and 3 above. The time of completion as specified in Section II of
these Special Provisions for each alley so affected will be extended
accordingly.
It shall be the contractor's responsibility to coordinate his work
with the work to be performed by others, and he shall provide suffi-
cient advance notice to the utilities involved so that the work will
proceed smoothly and within the alloted time.
RECEiV -0
J/ Com:�,caiC;
Deveio?,sent
6-1 MARK ! 19IU
0 0
�\ CITY OF NEWPORT BEACH
;CERTIFICATE OF INSURANCE FOR CONTRACT WORK
'i CONTRACT NO. 1940
CITY OF !
NEWPORT UEACH, This is to certify that the Company named below has
CALIF. Q Y P Y
iss o the Named Insured the policy of comprehensive liability
v��'0j; nce identified herein, hereinafter referred to as "Policy ",
=' endorsed said Policy as follows to assure compliance by the
Named Insured with the insurance requirements of the Contract
executed by the Named Insured and the City of Newport Beach,
(hereinafter, "City ").
1. The combined single limit for Comprehensive Liability
(bodily injury or death, or property damage) is not less than
$500,000 each occurrence, $500,000 aggregate protective and
contractual, $1,000,000 aggregate products.
2. Neither the Policy nor this Endorsement shall be
cancelled or materially changed until thirty (30) days after
receipt by City of written notice of such cancellation or change
by registered mail, addressed as follows: City of Newport Beach
C/o City Clerk, 3300 Newport Boulevard, Newport Beach, California
92663.
3. The City of Newport Beach, its officers and employees
are hereby declared to be additional named insureds in the policy
described insofar as they may be held liable for injuries, death
or damage to property arising out of or in connection with the
contract executed by the named insured and the City. It is further
agreed that this policy shall be primary and non - contributing with
any other insurance available to the City of Newport Beach, and
includes a severability of interest clause.
4. Contractual liability coverage applicable to the
contract referred to above, including the obligation to defend
City is included.
5. Exclusions relating to property damage arising out
of explosion, collapse, or underground damage (commonly referred
to as "xcu" hazards) are deleted, where applicable.
6. The Policy provides coverage for, but is not limited
to: Owned, Non -Owned and Hired Automobile; Products Liability -
Completed Operations; Premises - Operations; Contractors Protective
Liability; Marine or Aviation (when applicable); and Property
Damage.
This Endorsement is effective 3/23/78 when signed by an
Authorized Representative of
Name A o Insurance Company
and when issued to City shall be valid and form part of Policy
No. CCP 300 50 77 insuring RICHARD URIBE DBA: DYNO CONSTRUCTION CO.
Named Insured)
expiring 11/7/78
NAME OF AGENT OR BROKER CARROLL ASSOCIATES INS. INC.
ADDRESS - AGENT /BROKER 1786 W.LINCOLN AVE,#A ANAHEIi11
CALIF.
IMPORTANT: This is the only evidence of insurance acceptable to
the City. The person executing this Certificate is cautioned to
make certain that her has authority to execute this Certificate
on behalf of the Insurance Company
1
gCOrd, .
NAME AND ADDRESS OF AGENCY
CARROLL ASSOCIATES INS. INC. COMPANIES AFFORDING COVERAGES
P.O. BOX 2008 COMPANY
AKAN IM, CALIF. 92804 LETTER A FREMONT INDEMNITY INS. CO.
COMPANY B
(TTFR
NAME ANO FlODRi SS OI MSUREO
%JMPnnr —
RICHARD iTRIBE
DBA: DYNO CONSTRUCTION CO, coMRAN D
432 S.. WALNUT CREEK Pi ACE
WEST COVINA, CALIF. 91791 COMPANY
LETTER
This is to certify that policies of insurance listed below have been Ismw('tn the insured named above and are in force at this time.
COMPANY J roucv Limits of Liability in Thousands (000)
I Ei YER IYPL'Or INSURANCE POLICY NUMBER POLICY DATE IACN I AGOREGAIE
JCCURRF NCt
GENERAL LIABILITY
BODIIYINJlIRV R � F
❑ COMPREHENSNL FORM
PREMISES OPEP.ATIONS PROPERTY DAMAGF $ j $
❑ F %PLOSION AND I-OLLAPSL
IAZn up
❑ UN DF ROHUUNIJ wA1AR0
❑ PRODUCTS COMPLETED
OPERAIIONS He.7ARn FOUR INJURY AND
❑ CONIRACRIAi INSURANCL — —�� PROPEPI Y DAMAGE $ $
❑ BROAD FORId PROPERTY i L Lt �Y \ i; (JMF;:NiO
DAMAGE
❑ INUE PFNOf Ni CON (RAC ?CPS v
❑ PFRSCN AL INJURY \\ CoCCF
�' U // I'L I�SVNAL INJV 4l' $
AUTOMOBILE LIABILITY — Lei. 'I'L BODILY INJU(ty _
q ry HE ACS PI Ii50NI
❑ COMPRENENS VF FORM '"� ;J�S� BODILY INJURY $
❑ IN c ��NFN ✓P��Y OF O 3' I (EACH occORRENGL,
❑j
HIRE CtiGIF '.AOH 7� PRoPFPrrOA LCr $
l—J NCn._x'NFD F i1I D IRY ;YJ
EXCESS _..�
_ pOnL.v INII)RY ANA':
❑ UMRRE_I P FORM
�� 014E4 PTY DAMAG
TNAN UM[i LI
REA I' HOPI L
1 OMPINEO
IWORKERS'COMPENSATION
and
EMPLOYERS'LIABILITY WN 77 36213 11/10/78 $ 2,000,000
_4 OTHER
DESCRIPTION OF
ALL OPERATIONS OF THE NAMED INSURED SUBJECT TO THE TERMS OF THEPOLICY.
Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com-
pany will endeavor to mail wit_ days written notice to the below named certificate holder, but failure to
mail such notice shall impose no obligation or liability of any kind upon the company.
AND ADDRESS Or CERiinCA rr HOLGER:
CITY OF NEWPORT BEACH
3300 W,. NEWPORT BLVD.
NEWPORT BEACH, CALIF.
25 (Ed. 2 .77). .. _.. .
DATE ISSUED
MARCH 24. 1978
MAR 13 1978
By the CITY COUNCIL
wy of 1M9OM, K"H
RESOLUTION NO. -9293
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO
DYNO CONSTRUCTION IN CONNECTION WITH ALLEY
IMPROVEMENTS - BALBOA ISLAND AND WEST NEWPORT
1977 -78, CONTRACT NO. 1940
WHEREAS, pursuant to the notice inviting bids for
work in connection with alley improvements - Balboa Island
and West Newport, 1977 -78, in accordance with the plans and
specifications heretofore adopted, bids were received on the
1st day of March, and publicly opened and declared; and
WHEREAS, it appears that the lowest responsible
bidder therefor is DYNO CONSTRUCTION;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of Dyno Construction
for the work in the amount of $59,285.70 be accepted, and
that the contract for the described work be awarded to said
bidder;
BE IT FURTHER RESOLVED that the Mayor and City Clerk
are hereby authorized and directed to execute a contract in
accordance with the specifications, bid and this award on
behalf of the City of Newport Beach and that the City Clerk
be directed to furnish an executed copy to the successful bidder.
ADOPTED this 13th day of
yor
ATTEST:
City Clerk
March
1978
DDO /bc
3/8/78
E
L�
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
ALLEY IMPROVEMENTS
BALBOA ISLAND & WEST NEWPORT
1977 -78
CONTRACT NO. 1940
SUBMITTED BY:
$VAJ0 GoV-SlrZUXTIOV
Contractor
167.31 6. 4900 #1JY
Address
A z 06A CA. q1 702-
Approved by the City Council City Zip
this 13th day o February, 1978.
33 '1-D 37Y
' Phone
ris George, Eity Cler '7
JAS,' ass VA 13
Total Bid Price
i
5
0
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
Page 1
SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach,
California, until 10:30 A.M. on the 1st day of March , 1978
at which time they w�T be opened and read or performing wor as o ows:
ALLEY IMPROVEMENTS -- BALBOA ISLAND AND WEST NEWPORT, 1977 -78
CONTRACT NO. 1940
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 th o porate Seal
sha be a fixed to— documents re— q�ing signatures. In the case of a ar{s tnersh3p,
the signature of at least one general partner is required.
No bids will be accepted from a contractor who has not been licensed in accordance with
the provisions of Chapter 9, Division III of the Business and Professions' Code. The
contractor shall state his license number and classification in the proposal.
One set of plans and contract documents, including special provisions, may be obtained
at the Public Works Department, City Hall, Newport Beach, California, at no cost to
licensed contractors. It is requested that the plans and contract documents be returned
within 2 weeks after the bid opening.
(cont.)
0
0
S
Page la
The City has adopted the Standard Specifications for Public Works Construction
(1976 Edition) as prepared by the Southern California Chapters of the American
Public Works Association and the Associated General Contractors of America. Copies
may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles,
California 90034, (213) 870 -9871.
The City has adopted Standard Special Provisions and Standard Drawings. Copies of
these are available at the Public Works Department at a cost of $5 per set.
A standard "Certificate of Insurance for Contract Work" form has been adopted by
the City of Newport Beach. This form is the only certificate of insurance accept-
able to the City. The successful low bidder will be required to complete this
form upon award of the contract. (A sample form is attached for reference.)
For any required bonds, the company issuing bid bonds, labor and material bonds,
and faithful performance bonds must be an insurance company or surety company
licensed by the State of California. The companies must also have a current
general policy holder's rating of A or better; and a financial category of at
least Class X as per the latest edition of Best's Key Rating Guide (Property -
Liability).
In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California
Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascer-
tained 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. A copy of said determination is available
in the office of the City Clerk. All parties to the contract shall be governed by
all provisions of the California Labor Code relating to prevailing wage rates
(.Sections 1770 -1781 inclusive). The contractor shallbe responsible for compliance
with Section 1777.5'of the California Labor Code for all apprenticeable occupations.
The contractor shall post a.copy of the prevailing wage rates at the job site.
Copies may be obtained from the Public Works Department.
The City reserves the right to reject any or all bids and to waive any informality
in such bids.
0 !
0
0
Page 2
All bids are to be computed on the basis of the given estimated quantities of work,
as indicated in this Proposal, times the unit price as submitted by the bidder. In case
of a discrepancy between words and figures, the words shall prevail. In case of an error
in the extension of a unit price, the corrected extension shall be calculated and the bids
will be computed as indicated above and compared on the basis of the corrected totals.
The estimated quantities of work indicated in this Proposal are approximate only,
being given solely as a basis for comparison of bids.
The undersigned has checked carefully all of the above figures and understands that
the City will not be responsible for any errors or 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. a/ 08 3,3 Classification A - C Y.
Accompanying this proposal is k D61701
, Certitieo GhecK, Cashier's GhecK or
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workmen's compensation or to
undertake self- insurance in accordance with the provisions of that code, and agrees to
comply with such provisions before commencing the performance of the work of this contract.
,335 -0379(
Phone Number
`�WU 0 Co � St,� U�CT /OAI
Bid er s Name
(SEAL)
Authorized nature
Authorized Signature
D o
Type of Organization
(Individual, Corporation, or Co- Partnership)
List below names of President, Secretary, Treasurer and Manager
and names �oof�all co-partners ai /f,a co- partnership:
, Z;,6 LC1C__ A4-�
if a corporation,
Page 3
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies that he has used the sub -bids of the following
listed contractors in making up his bid and that the subcontractors 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 subcontractors except upon
the prior approval of the Engineer.
Item of Work
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Subcontractor
Address
Bidders Name
Authorized Signature
Type of Organization
(Individual, Co- partnership or Corp.)
ddress
E venant
III
0
COVENANT MUTUAL INSURANCE COMPANY
BID BOND
Approved by The American Institute of Architects,
A.I.A. Document No. A -3101 Feb. 1970 Edition)
Bond No.
EM
KNOW ALL MEN BY THESE PRESENTS, That we, DYNO CONSTRUCTION COMPANY
as Principal, hereinafter called the Principal,
and the COVENANT MUTUAL INSURANCE COMPANY, of Hartford, Connecticut, a corporation duly or-
ganized under the laws of the State of Connecticut, as Surety, hereinafter called the Surety, are held and firmly
bound unto CITY OF NEWPORT BEACH as Obligee, hereinafter called the Obligee,
in the sum of TEN PERCENT OF THE TOTAL AMO 7NT OF THE BID Dollars
(S 1 t1 & ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind
ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for ALLEY IMPROVEMENTS
( IN ACCORDANCE WITH THE ATTACHED PROPOSAL)
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with
the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or
Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt
payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter
such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the
penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith
contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise
to remain in full force and effect.
Signed and sealed this 1st day of MARCH 19 78
Witness
DYNO CONSTRUCTION COMPANY(Seal)
Principal
BY: lr,r
/�� Title
COV9NAIHf M INSURANCE /�fD/�j MPANY
By N v
ARTHUR J. CIUMENT JRItI( ney -in -Fact
q d1
�a
o
q J
U o
o T
o
w U
O
¢ O
Y f)
J
d
q
i.i
T
. I
T
O q
�
C
q m
V m ♦ 0
m
�
d �
q
l
µl
q
P
h
C i cc
T
0 a
z
+° : o o
W
+ o m a
£
a s o
sue._ •�
m
a q + m
x 1
N � q
m �
T C 2 p
V
U)
O q q q
m O �
s
rn m q o
c r o +
r a q
O
c 0
U
v c ••_T.
E � q
O
¢ O
Y f)
J
d
q
i.i
T
. I
r
0 0
COVENANT MUTUAL INSURANCE COMPANY
Hartford, Connecticut
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS:
That COVENANT MUTUAL INSURANCE COMPANY, a corporation of the State of Connecticut, does hereby
make, constitute and appoint
ARTHUR J. CLEMENT JR.
its true and lawful Attorney ls) -in -Fact, with full power and authority, for and on behalf of the Company as surety,
to execute and deliver and affix the seal of the Company thereto, if a seal is required, bonds, undertakings, recog-
nizances, consents of surety or other written obligations in the nature thereof, as follows:
Any and all bonds, undertakings, recognizances, consents of surety or other written obligations in the nature
thereof in an unlimited amount.
and to bind COVENANT MUTUAL INSURANCE COMPANY thereby, and all of the acts of said Attorney(s) -in -Fact,
pursuant to these presents, are hereby ratified and confirmed.
This appointment is made under and by authority of the following provisions of section 12 of the by -laws of
the Company, which are now in full force and effect:
From time to time the board may impose such additional duties and confer such further authority upon any
or all of the officers as it may in its discretion determine including, without limitation or characterization,
authority to execute by facsimile signature or facsimile signatures, and deliver or cause or authorize any duly
appointed agent to deliver in the name and behalf of the corporation any policy, contract, bond, undertaking,
consent of surety, recognizance, general or special power of attorney, certification, attestation, or other instru-
ment, all with or without the seal of the corporation, but if under seal to evidence such seal by physical im-
pression or by facsimile or by any other appropriate method.
This power of attorney is signed and sealed by facsimile under and by the authority of the following resolutions
adopted by the Directors of COVENANT MUTUAL INSURANCE COMPANY at a meeting duly called and held on
March 12, 1973:
RESOLVED: Thatany bond, undertaking, recognizance, consent of surety or written obligation in the nature
thereof shall be valid and binding upon the Company when signed by the President or any Senior Vice President
or Vice President and duly attested and sealed, if a seal is required, by any Secretary or Assistant Secretary or
when signed by the President or any Senior Vice President or Vice President and countersigned and sealed, if
a seal is required, by a duly authorized attorney -in -fact or agent; and any such bond, undertaking, recognizance,
consent of surety or written obligation in the nature thereof shall be valid and binding upon the Company when
duly executed and sealed, if a seal is required, by one or more attorneys -in -fact or agents pursuant to and
within the limits of the authority granted by his or their power or powers of attorney.
FURTHER RESOLVED: That the signature of any officer authorized by the by -laws and the Company seal
may be affixed by facsimile to any power of attorney or special power of attorney or certification of either
given for the execution of any bond, undertaking, recognizance or other written obligation in the nature there-
of; such signature and seal, when so used being hereby adopted by the Company as the original signature of
such officer and the original seal of the Company, to be valid and binding upon the Company with the same
force and effect as though manually affixed.
IN WITNESS WHEREOF, COVENANT MUTUAL INSURANCE COMPANY has caused these presents to be signed
by its proper officer and its corporate seal to be hereunto affixed this 22nd day of March, 1973.
Attest: f atw "•' �>�
Assistant Secretary
STATE OF CONNECTICUT
ss:
COUNTY OF HARTFORD
COVENANT MUTUAL INSURANCE COMPANY
BY / 'e)o'� �r A" ,
Vice Presid t
On this 22nd day of March in the year 1973 before me personally came Francis W. Palfrey, Jr., and James E.
Witkinsto me known, who being by me duly sworn, did depose and say; that they reside in the State of Connecticut;
that they are respectively Vice President and Assistant Secretary of COVENANT MUTUAL I NSU RANCE COMPANY,
the corporation described in and which executed the above instrument; that they know the seal of said corporation;
that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority of their office under
the by -laws of said corporation, and that they signed their names thereto by like authority. /��.��--••�� /
2 ?; �O TA Ay: L'. j Notary Public
m; ••— n ; - My commission expires March 31, 1978
49: PyBLtG rS'
' c0Iy...f...4'. CERTIFICATION
I, Vera C. Spitko, Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY certify that the
foregoing power of attorney, the above - quoted provisions of Section 12 of the by -laws and the resolutions of the
Board of Directors of March 12, 1973 have not been abridged or revoked and are now jn full force and effect.
Signed and sealed at Hartford, Connecticut, this 1st day of MARCH 19 78
Assistant Secre y
k r
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we
Page 4
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)
Principal
Surety
0 •
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 wady, directly or indirectly, entered into any arrangement or agree-
ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH
whereby such affiant or affiants or either of them, has paid or is to pay to such
bidder. or public officer any sum of money, or has given or is to give to such other
bidder or public officer anything of value whatever, or such affiant or affiants or
either of them has not directly or indirectly, entered into any arrangement or agree-
ment 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 materialman 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 inducement 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 whomsoever 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.
i
s
Subscribed and sworn to before me
this & day of ,*70.0C — >
19 7 r.
My commission expires:
S Y7S
ry F UNIC
Ewww�a►
�i01QIlE1
VAMai1/isl�t
- _ l
• 0
AM AWXM
let.
Page 6
iW
STATEMENT OF FINANCIAL RESPONSIBILITY
Tne undersigned. submits herewith a statement of his financial responsibility
or agrees.to submit a statement within 24 hours after the bid opening if he
is the apparent law bidder.
• 0
= 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.
7 >B
-7 ?S_ 724/
H 77 - dzi.
/99% � G� �,euciaa.) ~ ,• '� 96x- X63/
0
PTA
Ton
On
Zm
n7 AN
t rrr���L
1
�1
Fk t
{ 4
'
II
to
_ -
swan ud
I �
V
i� `:: ..s- ..:...;. ..
M V
V77
.... 1
1
1 i
i 1
A.
L
toy
All
4 y
yl
jy: 4
T
_ S
S
VAN
:
r
b :
All
qg
Ba
{Y
1i.._ Y
Y
-,ter- s �,�s..�� -,�,. � , � .e- '""... :
�^e� ^- -..s..
n
L�
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX
TO
SPECIAL PROVISIONS
FOR
ALLEY IMPROVEMENTS
BALBOA ISLAND & WEST NEWPORT
1977 -78
CONTRACT NO. 1940
0
Page
I.
SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . .
. . . 1
II.
COMPLETION, SCHEDULE, AND PROSECUTION OF WORK . . . . . . .
. . . 1
III.
PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . .
. . . 2
IV.
TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . . . . . . .
. . . 2
V.
NOTIFICATIONS TO RESIDENCES . . . . . . . . . . . . . . . .
. . . 2
VI.
EXISTING UTILITIES . . . . . . . . . . . . . . . . . . . .
. . . . 2
VII.
CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . . .
. . . . 3
VIII.
WATER . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . 3
IX.
GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . .
. . . . 3
X.
FLOW AND ACCEPTANCE OF WATER . . . . . . . . . . . . . . .
. . . . 3
XI.
CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . .
. . . . 3
A. Removals, Excavation, and Subgrade Preparation. . . .
. . . . 3
B. Portland Cement Concrete . . . . . . . . . . . . . . .
. . . . 4
C. Alley Approaches . . . . . . . . . . . . . . . . . . .
. . . . 5
D. Adjustment of Various Walks, Landings, Fence Supports,
etc. . 5
E. Existing Manholes, Utility Boxes, and Services. . . .
. . . . 5
• • SP 1 of 6
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
ALLEY IMPROVEMENTS
BALBOA ISLAND & WEST NEWPORT
1977 -7R
CONTRACT NO. 1940
I. SCOPE OF WORK
The work to be done under this contract consists of removing existing pavements
and constructing portland cement concrete alley pavement and approaches, side-
walk and street pavement at the ends of various alleys, and garage approaches,
and asphalt concrete garage approaches, join strips, and feather overlays;
adjusting manholes and cleanouts to grade, and other incidental items of work.
The work is located in four alleys on Balboa Island and four alleys in West
Newport.
The contract requires furnishing all labor, equipment, materials, transporta-
tion, and services necessary to complete all the work in accordance with these
Special Provisions, the Plans (Drawing No. A- 5088 -S), the City's Standard
Special Provisions and Standard Drawings, and the City's Standard Specifications
(Standard S ecifications for Public Works Construction 1976 Edition with 1977
Supplement copies of which are available at Building News, Inc., 3055 Over-
land Avenue, Los Angeles, California 90034, (213) 870 -9871. Copies of the
City's Standard Special Provisions and Standard Drawings may be purchased at
the Public Works Department for $5.
II. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK
The contractor shall comply with the provisions of Section 6 of the Standard
Specifications except as modified herein. The contractor's construction
schedule must be approved by the engineer prior to the start of any work, and
shall incorporate the following requirements:
1. The contractor shall complete all work on this contract within ninety (90)
consecutive calendar days after award of the contract by the City Council.
2. The contractor shall complete all work on each alley within sixteen (16)
consecutive calendar days after beginning work on that alley. The term
"work" as used herein shall include all removals, adjustments, and replace-
ments; construction of alley pavement, alley approaches, adjacent street
pavement, curb, driveways, sidewalk, adjacent P.C.C. or A.C. garage ap-
proaches and A.C. joins. Also included within the specified period is
curing time for the new P.C.C. improvements. (See Section XI.E for ex-
tensions allowed due to work to be performed by others.)
SP2of6 • 0
In summary, this means that each alley and every garage approach with access
from that alley must be returned to normal vehicular use within 16 consecu-
tive 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 re-
quired on the job.
The contractor will be assessed $100 per day (including Saturdays, Sundays,
and holidays) liquidated damages for each day in excess of the 16 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 within the specified time.
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,
pre - planned, continuous fashion, so as to minimize the time an alley is closed
to vehicular traffic.
III. PAYMENT
Payment for incidental items of work, not separately provided for in the pro-
posal, shall be included in the price bid for the various items of work, and
no additional compensation will be made therefor.
IV. TRAFFIC CONTROL AND ACCESS
The contractor shall provide traffic control and access in compliance with
Section 7 -10 of the Standard Specifications and with the standards contained
in the Work Area Traffic Control Handbook (WATCH), also published by Building
News, Inc.
V. NOTIFICATIONS TO RESIDENCES
The City will send a preliminary notice to all residences affected by this
work. Between 40 and 55 hours prior to closing a particular alley to vehicu-
lar traffic, the contractor shall distribute to each affected residence 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 renotifi-
ation using an explanatory letter. This letter will also be prepared by the
City and distributed by the contractor.
VI. EXISTING UTILITIES
The contractor shall investigate and protect all existing utilities in confor-
mance with Section 5 of the Standard Specifications. Known utilities are
it�9'
• • SP3of6
indicated on the Plans. Prior to performing construction work, the contractor
shall be responsible for requesting each utility company to locate its facili-
ties.
Construction of the alley structural sections will cause work to be performed
very near existing sewer, water, gas, and communications lines and their con-
nections. 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.
VII. CONSTRUCTION SURVEY STAKING
Field surveys for control of construction shall be the responsibility of the
contractor. All such surveys, including construction staking, shall be under
the supervision of a California Licensed Surveyor or Civil Engineer. Staking
shall be performed on all items ordinarily requiring grade and alignment at
intervals normally accepted by the agencies and trades involved. Payment for
construction survey staking shall be considered as included in the various
items of work, and no additional allowance will be made therefor.
VIII. WATER
The contractor shall make his own provisions for obtaining and applying water
necessary to perform his work. If the contractor wishes to use available City
water, it will be his responsibility to make arrangements for water purchases
by contacting the City's Utilities Superintendent, Mr. Jim Frost, at (714)
640 -2221.
IX. GUARANTEE
The contractor shall guarantee for a period of one year, after acceptance of
the work by the City Council, all materials and all workmanship against any
defects whatsoever. Any such defects shall be repaired at the contractor's
expense.
X. FLOW AND ACCEPTANCE OF WATER
It is anticipated that surface and ground or other waters will be encountered
at various times and locations during the work herein contemplated. The con-
tractor, by submitting a bid, acknowledges that he has investigated the risks
arising from water and has prepared his bid accordingly. The contractor shall
conduct his operations in such a manner that storm or other waters may proceed
uninterrupted along their existing street and drainage courses. Diversion of
water for short reaches to protect construction in progress will be permitted
if public or private properties are not damaged or, in the opinion of the engi-
neer, are not subjected to the probability of damage.
The contractor shall obtain written permission from the property owner before
any diversion of water outside the project area will be permitted by the engi-
neer.
XI. CONSTRUCTION DETAILS
A. Removals, 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,
SP4of6 • •
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 removals, excavation, and subgrade preparation will be con-
sidered as included in the unit prices paid for the corresponding or
associated items of new work.
B. 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 -64)
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.
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 confor-
mance with these strict limitations and no additional compensation will be
allowed for the extra materials that may be required to meet these condi-
tions.
The contractor will be permitted to use concrete pumping methods to facili-
tate concrete placement. Pumping concrete through aluminum pipe will not
be permitted.
Overhead screeds will be required at the flow line.
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 medium broom finished.
All sidewalk or drive approaches that extend beyond the street or alley
right -of -way shall have a cold joint or if placed monolithic, a minimum
2" deep saw cut within 24 hours at the right -of -way line.
Alley joints shall be constructed as shown on CNB Drawing No. Std.- 141 -L.
Special care shall be taken to locate weakened plane joints at water meter
boxes, power poles, and other critical locations.
•
Alley Approaches
• SP5of6
Portland cement concrete alley approaches shall be constructed in accor-
dance with the City of Newport Beach Drawing No. Std. -142 -L with the
following exceptions:
Portland cement concrete shall be 6 inches thick and the 4 -inch thick
layer of aggregate base will not be required.
Curb return radii shall be as shown on the plans.
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 headers shall be installed where
support is required at existing fences and as indicated on the plans.
Existing Manholes, Utility Boxes, and Services
Sewer manholes, cleanouts and water valve boxes
The contractor shall adjust to finished grade all sewer manholes,
cleanouts and water valve boxes prior to the placement of portland
cement concrete pavement. In the event the structure or box is loca-
ted in an area to be improved with asphalt concrete, adjustments to
finished grade shall be made by the contractor after the asphalt
concrete pavement has been placed in a manner similar to that described
in Subsection 302 -5.7 of the Standard Specifications.
Water meters, boxes, and services
Existing water meters (and their boxes) that are not properly located
in line and grade as shown on CNB Stds. -140 -L and -502 -L will be ad-
justed by City utilities crews after the contractor has installed
the adjacent paving headers. Existing water meter boxes needing only
minor adjustment to finished line and grade shall be adjusted by the
contractor.
The contractor shall be responsible for any damage to existing water
meters, boxes, or services resulting from his operations. He shall
have any such damaged item repaired or replaced at his expense by a
reputable pipeline contractor or person qualified to do the work.
Cable television and other utilities' facilities
Cable television and any other utility company's
the improvement areas will be relocated as requi
finished grade by the respective owner after the
stalled the adjacent paving headers. Any damage
resulting from the contractor's operations shall
expense.
facilities within
^ed and adjusted to
contractor has in-
to these facilities
be repaired at his
SP6of6 •
0
Effect on time of completion of work by others
The contractor shall allow up to two (2) days in each affected alley
for others to make the necessary adjustments described in paragraphs
2 and 3 above. The time of completion as specified in Section II of
these Special Provisions for each alley so affected will be extended
accordingly.
It shall be the contractor's responsibility to coordinate his work
with the work to be performed by others, and he shall provide suffi-
cient advance notice to the utilities involved so that the work will
proceed smoothly and within the alloted time.
T'
•
CITY OF NEWPORT BEACH
CERTIFICATE OF INSURANCE FOR CONTRACT WORK
CONTRACT NO.
This is to certify that the Company named below has
iscucd to the Named Insured the policy of comprehensive liability
insurance identified herein, hereinafter referred to as "Policy ",
and endorsed said Policy as follows to assure compliance by the
Named Insured with the insurance requirements of the Contract
executed by the Named Insured and the City of Newport Beach,
(hereinafter, "City ").
1. The combined single limit for Comprehensive Liability
(bodily injury or death, or property damage) is not less than
$500,000 each occurrence, $500,000 aggregate protective and
contractual, $1,000,000 aggregate products.
2. Neither the Policy nor this Endorsement shall be
cancelled ur materially changed until thirty (30) days after
receipt by City of written notice of such cancellation or change
by registered mail, addressed as follows: City of Newport Beach
c/o City Clerk, 3300 Newport Boulevard, Newport Beach, California
92663.
3. The City of Newport Beach, its officers and employees
are hereby declared to be additional named insureds in the policy
described insofar as they may be held liable for injuries, death
or damage to property arising out of or in connection with the
contract executed by the named insured and the City. It is further
agreed that this policy shall be primary and non - contributing with
any other insurance available to the City of Newport Beach, and
includes a severability of interest clause.
4. Contractual liability coverage applicable to the
contract referred to above, including the obligation to defend
City is included.
5. Exclusions relating to property damage arising out
of explosion, collapse, or underground damage (commonly referred
to as "xcu" hazards) are deleted, where applicable.
6. The Policy provides coverage for, but is not limited
to: Owned, lion -Owned and Hired Automobile; Products Liability -
Completed Operations; Premises - Operations; Contractors Protective
Liability; Marine or Aviation (when applicable); and Property
Damage.
This Endorsem r effective
Authorized Reksentative of
and when issu� Ci�s/J''1AAJrrall
No. _ "ztn9
expir
FA
when signed by an
valid and form part of Policy
NAME 0 B�BE9N8R
ADDRESS - AGE tj^1// /BROKE/FE
Authorized Representative
IMPORTANT: This is the only evidence of insurance acceptable to
the City. The person executing this Certificate is cautioned to
make certain that he has authority to execute this Curtificate
on behalf of the Insurance Company
Lorry bohlotzhouer
Mr. Richard M. Uribe
Dyno Construction Company
(A Sole Proprietorship)
16735 Arrow Highway
Azusa, California 91702
M- V 0two
0
Ceori2d Pubhc OC-COUTA10fli
The accompanying balance sheet of Dyno Construction Company (A Sole
Proprietorship), as of November 30, 1977, and the related statements
of earnings and proprietary capital and changes in financial position
for the eleven months then ended were not audited by me and, accordingly,
I do not express an opinion on them.
The accompanying notes are an integral part of these unaudited financial
statements.
Downey, California
January 18, 1978
n' �f CM 'V D /`' RECEIVED "N LERK PUBLIC WORKS 1913 MAR 71977 � 2 of
CITY OF BEACHNEWPORT BEACH 3 F.
1' CALIF. /
OF
11943 Paramount Boulevard, Downey, California 90242; (213) 862 -5126
0
DYNO CONSTRUCTION COMPANY
(A SOLE PROPRIETORSHIP)
UNAUDITED FINANCIAL STATEMENTS
November 30, 1977
C O N T E N T S
Page
ACCOUNTANTS' LETTER
1
UNAUDITED FINANCIAL STATEMENTS:
BALANCE SHEET - ASSETS
4
BALANCE SHEET - LIABILITIES AND PROPRIETARY
CAPITAL
5
STATEMENT OF EARNINGS AND PROPRIETARY
CAPITAL
6
STATEMENT OF CHANGES IN FINANCIAL POSITION
7
NOTES TO FINANCIAL STATEMENTS
8
UNAUDITED SUPPLEMENTARY FINANCIAL INFORMATION:
14
BILLED ACCOUNTS RECEIVABLE AGING AND
RETENTIONS
15
COST OF SALES (SCHEDULE 1)
16
CONTRACTS IN PROGRESS SCHEDULE
17
0
DYNO CONSTRUCTION COMPANY
(A SOLE PROPRIETORSHIP)
BALANCE SHEET
November 30, 1977
(UNAUDITED)
ASSETS
CURRENT ASSETS:
Cash (Note 2)
Accounts Receivable - Trade (Notes 1 and 3):
Billed
Project Receivables Unbilled
Retentions
Receivables - Employees (Note 4)
Inventory (Note 1)
Total Current Assets
PROPERTY AND EQUIPMENT (NOTES 1 AND 5):
Leasehold Improvements
Operating Equipment
Transportation Equipment
Office Furniture And Equipment
Less Accumulated Depreciation
Net Property And Equipment
Total Assets
0
$ 24,100
1,980
16,000
The Accompanying Notes Are
An Integral Part of These
Unaudited Financial Statements
- 4 -
1,692
26,761
40,926
1.297
70,676
16,732
$ 19,194
42,080
588
7,686
69,548
53,944
$123,492
E
0
DYNO CONSTRUCTION COMPANY
(A SOLE PROPRIETORSHIP)
BALANCE SHEET
November 30, 1977
(UNAUDITED)
LIABILITIES AND PROPRIETARY CAPITAL
CURRENT LIABILITIES:
Contracts Payable - Banks - Current Portion
(Note 5)
Accounts Payable (Note 6)
Accrued Payroll And Related Expenses
Accrued Expenses (Note 7)
Total Current Liabilities
NON- CURRENT LIABILITIES:
Contracts Payable - Banks - Net of Current
Portion (Note 5)
Total Liabilities
PROPRIETARY CAPITAL (NOTE 1)
Total Liabilities And Proprietary Capital
The Accompanying Notes Are
An Integral Part of These
Unaudited Financial Statements
swim
$ 6,573
2,336
1,426
3.239
13,579
8,784
22,363
101,129
$123,492
DYNO CONSTRUCTION COMPANY
(A SOLE PROPRIETORSHIP)
STATEMENT OF EARNINGS AND PROPRIETARY CAPITAL
For The Eleven Months Ended November 30, 1977
(UNAUDITED)
INCOME
COST OF SALES (SCHEDULE 1)
GROSS INCOME
GENERAL AND ADMINISTRATIVE EXPENSES:
Depreciation $ 246
Dues And Subscriptions 1,803
Insurance 3,277
Interest 972
Professional Fees 2,170
Sundry 3,375
Telephone 1,611
Total General And Administrative Expenses
NET EARNINGS (NOTE 1)
PROPRIETARY CAPITAL, DECEMBER 31, 1976 (NOTE 8)
PROPRIETORS' DRAWS DURING THE ELEVEN MONTHS
ENDED NOVEMBER 30, 1976 (NOTE 10)
PROPRIETARY CAPITAL, NOVEMBER 30, 1977
The Accompanying Notes Are
An Integral Part of These
Unaudited Financial Statements
- 6 -
$335,791
257,747
78,044
13,454
64,590
63,379
(26,840)
$101,129
•DYNO CONSTRUCTIG" - uMPANY •
(A SOLE PROPRIETORSHIP)
6� yfi�T�1;, 1��i�ilat ilsF��[ ef�FBf�:la[4�kn[9�: \1��Yy�iSiR!
For The Eleven Months Ended November 30, 1977
(UNAUDITED)
SOURCES OF WORKING CAPITAL
FROM OPERATIONS -
Net Earnings
Depreciation
Total From Operations
FROM OTHER -
Increase In Contracts Payable - Banks -
Net of Current Portion
Total Sources Of Working Capital
APPLICATION OF WORKING CAPITAL:
Purchase of Property And Equipment
Proprietors' Draws
Total Application of Working Capital
NET INCREASE IN WORKING CAPITAL
THE CHANGES IN THE COMPONENTS OF WORKING CAPITAL
ARE SUMMARIZED AS FOLLOWS:
INCREASE (DECREASE) IN CURRENT ASSETS -
Cash
Accounts Receivable - Trade
Receivables - Employees
Inventory
Total Increase In Current Assets
(INCREASE) DECREASE IN CURRENT LIABILITIES -
Contracts Payable - Banks - Current Portion
Accounts Payable
Accrued Payroll And Related Expenses
Accrued Expenses
Total (Increase) In Current Liabilities
NET INCREASE IN WORKING CAPITAh
WORKING CAPITAL, JANUARY 1, 1977 (NOTE. 9)
WORKING CAPITAL, NOVEMBER 30, 1977
The Accompanying Notes Are
An Integral Part of These
Unaudited Financial Statements
- 7 -
$ 64,590
8,198
72,788
1,506
74,294
25,259
26,840
52,099
$ 22,195
$ 4,950
21,580
588
3,486
30,604
(2,666)
(2,336)
( 168)
(3,239)
(8,409)
22,195
33,774
$ 55,969
0
0
DYNO CONSTRUCTION COMPANY
(A SOLE PROPRIETORSHIP)
NOTES TO FINANCIAL STATEMENTS
November 30, 1977
(UNAUDITED)
NOTE 1 Summary of Significant Company Commentary And Accounting Policies
General:
The Company, which is wholly -owned by Mr. Richard M. Uribe, is
engaged in construction activity primarily related to concrete
sidewalks, storm drains, ramps and retaining walls. The Company
has a C -8 California license (Concrete), number 310833.
Incorporation:
On November 15, 1977, Dyno Construction, Inc. was formed under
the laws of the State of California. The ownership of the
corporation will be 100% retained by Mr. Richard M. Uribe and
commenced operations on December 1, 1977 via the transfer of
most, if not all, of the assets, liabilities and capital. of
Dyno Construction Company (A Sole Proprietorship) to Dyno
Construction, Inc.
Accounts Receivable - Trade:
Accounts receivable - trade consist of billed and unbLlled
receivables as well as earned amounts retained by customers
pending satisfactory completion of the applicable contracts.
The Company records income on the percentage of completion
basis for financial reporting purposes. Unbilled receivables
consist of the excess of costs and estimated earnings to date
over billings on all contracts in progress as of month -end.
All contracts in progress are reviewed for cost over -runs
and, if total anticipated costs are expected to exceed the
contract amount, the over -run is treated as a current period
expense.
Inventory:
Inventory, stated at the lower of cost (first -in, first -out
basis) or market, consists of operating supplies and materials
on hand which are utilized in conjunction with the construction
activity of the Company.
See Accompanying Accountants' Report
- 8 -
0
DYNO CONSTRUCTION COMPANY
(A SOLE PROPRIETORSHIP)
NOTES TO FINANCIAL STATEMENTS - CONTINUED
November 30, 1977
(UNAUDITED)
Depreciation:
For financial reporting purposes, depreciation is provided on
the straight -line basis over the estimated useful life of the
assets involved - principally, 3 to 7 years. For income tax
reporting purposes, depreciation is provided by both the
straight -line and accelerated depreciation methods over the
estimated useful life of the assets involved - principally,
3 to 7 years.
Income Taxes:
No provision for income taxes is reflected in these statements
as the business activity of the Company, on the cash basis, is
included in the personal income tax returns of Mr. Richard M.
Uribe, who wholly -owns the Company.
Federal Tax Credits:
The investment tax credit is taken in the first year an asset
is purchased and placed into operation. No provision for the
investment tax credit or the jobs credit is reflected in these
statements in that such credits are included in the personal
federal income tax return of Mr. Richard M. Uribe, who wholly-
owns the Company.
Proprietary Capital:
The proprietary capital of the Company is wholly -owned by Mr.
Richard M. Uribe who devotes his full efforts to the operations
of the Company.
Lease Commitment:
The Company leases its facilities, on a month -to -month basis,
from Mr. Richard M. Uribe, who wholly -owns the Company. The
monthly lease cost is $350.
See Accompanying Accountants' Report
- 9 -
0 0
DYNO CONSTRUCTION COMPANY
(A SOLE PROPRIETORSHIP)
NOTES TO FINANCIAL STATEMENTS - CONTINUED
November 30, 1977
(UNAUDITED)
MnTR ? r -1,
Cash consists of the following:
Lloyds Bank of California
770 South Citrus Avenue
Covina, California
(213) 331 -0741
Checking account number 0523 -00602
Savings account numbers -
05 2540306
05 2440296
Petty cash fund
NOTE 3 Accounts Receivable - Trade
Accounts receivable - trade consists o£:
Billed (Detailed Aging schedule
attached)
Project Receivables Unbilled
(Contracts in Progress schedule
attached)
Retentions (Detailed schedule
attached)
NOTE 4 Receivables - Employees
$ 14,794
1,900
2,000
500
L19,1
Amount Percentage
$ 24,100 57.3%
1,980 4.7%
162000 38.0%
$ 42,080 100.0%
Receivables - employees arise due to the operating requirements of the
Company and are generally on a continuous advance /repayment cycle.
See Accompanying Accountants' Report
- 10 -
0 0
DYNO CONSTRUCTION COMPANY
(A SOLE PROPRIETORSHIP)
NOTES TO FINANCIAL STATEMENTS - CONTINUED
November 30, 1977
(UNAUDITED)
NOTE 5 Contracts Payable - Banks
Contracts payable - banks consist of the following:
(A) Wells Fargo Bank, 900 Flair Drive, E1 Monte, California;
loan number 686- 030 - 20626; payable in 36 monthly install-
ments (11/76 - 10/79) of $116 including principal and
interest; 20.09% annual percentage rate of interest;
secured by transportation equipment costing $6,451; total
principal balance due of $1,997 of which $1,042 is considered
currently due.
(B) Security Pacific National Bank, P. 0. Box 4276, Pasadena,
California -
(1) Loan number 878 025 -346; payable in 48 monthly
installments (4/76 - 3/80) of $161 including principal
and interest; 15.99% annual percentage rate of interest;
secured by transportation equipment costing $6,502;
total principal balance due of $3,182 of which $1,414
is considered currently due.
(2) Loan number 878 200 -519; payable in 36 monthly
installments (7/76 - 6/79) of $156 including principal
and interest; 16.67% annual percentage rate of interest;
secured by transportation equipment costing $6,323;
total principal balance due of $2,183 of which $1,455
is considered currently due.
(C) Lloyds Bank of California, 770 South Citrus Avenue, Covina,
California; loan number 052171137; payable in 36 monthly
Installments (12/77 - 11 /80) of $266 including principal
and interest; 11.97% annual percentage rate of interest;
secured by transportation equipment costing $8,745 total
principal balance due of $8,000 of which $2,667 is considered
currently due.
(Financial institutions do not provide amortization schedules which
reflect the application of monthly payments to the principal balances.
Hence, the contract balances were computed using the straight -line
method of interest amortization.)
NOTE 6 Accounts Payable
Accounts payable are all current and no individual payable is in excess
of $1,000. Accordingly, no accounts payable aging schedule was included
herein.
Soe Accompanying Accountants' Report
- 11 -
0 0
DYNO CONSTRUCTION COMPANY
(A SOLE PROPRIETORSHIP)
NOTES TO FINANCIAL STATEMENTS - CONTINUED
November 30, 1977
(UNAUDITED)
NOTE 7 Accrued EXDenses
Accrued expenses pertain to various expenses which were incurred prior
to December 1, 1977 wherein the applicable invoices were received and
recorded subsequent to the closing of the records of the Company as of
November 30, 1977.
NOTE 8 Proprietary Capital, December 31, 1976
At November 30, 1977, certain adjustments were made to the proprietary
capital of the Company as of December 31, 1976. The following summarizes
the adjustments so made:
As of
December 31. 1976
Proprietary capital as previously reported
$ 60,354
Deletion of gross profit on contracts
not started until 1977 -
Accounts receivable
(21,000)
Accounts payable
15,000
Deletion of income tax estimate
deposit -to personal financial statement
( 1,000)
Deletion of income taxes payable -
to personal financial statement
4,000
Adjust accumulated depreciation balance
from straight -.line and accelerated
computation methods to straight -line
computation method for financial
reporting purposes
6,025
Proprietary capital, at December 31, 1976, as adjusted $ 63,379
NOTE 9 Working Capital, January 1, 1977
At November 30, 1977, certain adjustments were made as of December 31,
1976 which affected the working capital at such date - see also Note
8. The following summarizes the adjustments so made:
See Accompanying Accountants' Report
1.3 -
0 0
DYNO CONSTRUCTION COMPANY
(A SOLE PROPRIETORSHIP)
NOTES TO FINANCIAL STATEMENTS - CONTINUED
November 30, 1977
(UNAUDITED)
NOTE 9 Working Capita], January ]., 1977 - Continued
As of
December 31, 1977
Working capital as previously reported $ 36,774
Deletion of gross profit on contracts
not started until 1.977 -
Accounts receivable (21,000)
Accounts payable 15,000
Deletion of income tax estimate
deposit -to personal financial statement ( 1,000)
Deletion of income taxes payable -
to personal financial statement 4,000
Working Capital, December 31, 1976, as adjusted $ 33,774
NOTE 10 Proprietors' Draws During The Eleven Months Ended November 30 1977
Proprietors' draws during the eleven months ended November 30, 1977
includes approximately $12,000 which was used as the down payment on
the rental property, purchased in 1977, located at 16731. and 16735
Arrow Highway, Azusa, California 91702. (Reference is made to the
November 30, 1.977 Statement of Assets And Liabilities pertaining to
Mr. Richard M. And Yolanda Uribe.)
See Accompanying Accountants' Report
- 13 -
0 0
Lorry bchlotzhouer
C;er��(i2d nuhlic. G�1;",GOUnI,�ii!.
UNAUDITED
SUPPLEMENTARY FINANCIAL. INFORMATTON
The accompanying supplementary financial information, while not
essential to the presentation of the unaudited financial statements,
is submitted as additional analytical data which may be of interest
to management personnel of the Company, and any third party user of
the unaudited financial statements.
Downey, California
January 18, 1978
- 14 -
11943 Paramount Boulevard, Downey, California 90242; (213) 862 -5126
0 0
DYNO CONSTRUCTION COMPANY
(A SOLE PROPRIETORSHIP)
BILLED ACCOUNTS RECEIVABLE AGING AND RETENTIONS
November 30, 1977
(UNAUDITED)
A. M. Construction Inc.
10727 Leland Avenue
Whittier, California 90605
Mr. John Samarin
(714) 994 -3220
City of Carson
701 East Carson
Carson, California 90745
City Engineer
(213) 830 -7600
City of West Covina
1444 West Garvey Avenue
West Covina, California 91790
Mr. Alex Nichols
(213) 962 -8631
Totals
Percentages
Billed Accounts Receivable
Over Reten-
Total Current 90 Days tions
$ 4,100 $ $ 4,100
20,000 20,000 (2)
L24,100 $ 20,000
inn nT 01 nm
(1) Full collection is expected by the Company.
(2) Paid in December, 1977.
=F=
$ 4,100
12,000
4,000 (2)
c is nnn
DYNO CONSTRUCTION COMPANY
(A SOLE PROPRIETORSHIP)
COST OF SALES (SCHEDULE 1)
For The Eleven Months Ended November 30, 1977
(UNAUDITED)
Automobiles And Trucks
$ 9,024
Direct Labor
58,752
Depreciation
7,952
Equipment Rental
20,107
Insurance
9,829
Material And Supplies
97,054
Pavroll Taxes
4,852
Repairs And Maintenance
1,948
Small Tools And Equipment
2,207
Sub- Contractors
45,976
Sundry
46
$257,747
- 16 -
E-
U
F
v:
z
0
U
O
G1
�Qp
U
O
E
-
Y+c
�c
wQ
+aa
+o
�o-
E -�
6 -n
V
F v_c
i
,o
in 7
CV nn.g1
S z5-V
. =•
::0
Y ^8 +c
s
ao�:Y
[ -n
+E aan
.a
m
0
w
N
^Vm
�o
CD
i
f
1�
J
I
� tll r•II
I
H
I
�
yy
u w
Uf
O
O
G
O
G
O
IO
O
$E
v^
in
rn
I
Irn
NEu
N
7
a
0
IL
O
adW
wiCg4
Cl
H
S• -Y
uaa
ut
p{
s°
WdO�
O
I
I
O
v
0
o
"
l
V}
!
I
I
V}I
$
F
11
,as
O
O
!I
O
CO
w
iE�
Q
;
J
-E,
n0 ru
�
O
O
p
t
Nf W N
n
� Q y
.1•E-03
afi
O
O
—
Y
I
•
�a
V
as u
I
o
0
o
p
IM
O
I
•
+.'.o
Eoz
'
.p
'O•
M
� v
�
I
I
M
W
oq> • •
I
�
1
�`
2VC
O
glue
I
i
o
v^
Fu>
.Y
•O
H
Ir-IJ
Q
�
H
G
C
n
.
.- 4
N
E
L
W
cC
•o
N
u
O
•.i
ttl
•l H
H
N
W
N
H
H
u
G
.ti
H
O
�Y
I
N
N
Z5
7
H
s,
N
rn
Q
�g
L
H
W
UI
N
G
v1
U
U
N
w.
V
V
C
6
L
L
ro
.N
w
N
W
¢r
N
v7
r
O
L
.,
•rl
to
r
�.
V4
W
:I
L.I
E
G
W
N
w
O
m
w
ro
t
w
o
7
o
G
W
a,
T
v;
m
T
.�
ti
•N
H
H
H
N
.�
�y
Y-I
H
N
•M
N
G
N
f
I
I f
E
-
Y+c
�c
wQ
+aa
+o
�o-
E -�
6 -n
V
F v_c
i
,o
in 7
CV nn.g1
S z5-V
. =•
::0
Y ^8 +c
s
ao�:Y
[ -n
+E aan
.a
m
0
w
r3 I -p
a
f
N _r
r
r
o
rrr
� n
r SW
2 2
u!
L
y 3
0 '�Q
d
ao
J
N
wH
J
J
Q ,
any;
aW
F—oz
G
W
u
T
n
9
,
—!
j
{
H
i
+ll
z
i
a
Z
1
,4
�)
�
z
n
z
N
qp
1�6
N
�
-F
\5 0
of
°D -I
NI
$I
10l
2 u)
s-
0\I
N
M1of
mN-
o
-
I
Z
0
oP�oo,�o
�—�'QN
0
�U)
0
-
2�i=
lutiw0
Li
r
W
0
u
v
v°
u
LL
ti
Q
ti
_
�1
N
Ki
V
'n
iII--11
Fit
I
!I
i
d
Y
1
.i'
G
W
u
T
n