HomeMy WebLinkAboutC-2440 - Irvine Terrace Park ImprovementCITY OF NEWPORT BEACH
March 7, 1985
OFFICE OF THE CITY CLERK
P.O. BOX 1768. NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
FAV Engineering
16111 Beach Blvd., Suite 206
Huntington Beach, CA 92647
Subject: Surety: Amwest Surety Insurance Co.
Bonds No.: 1050365
Contract No.: C -2440
Project: Irvine Terrace Park Improvements
The City Council on February 11, 1985 accepted the work of subject
project and authorized the City Clerk to file a Notice of Completion
and to release the bonds 35 days after the Notice has been recorded.
The Notice was recorded by the Orange County Recorder on February 20,
1985, Reference No. 85- 059342. Please notify your surety company that
the bonds may be released 35 days after this date.
Sincerely,
Wanda E. Raggio
City Clerk
WER:pm
cc: Public Works
\ 3300 Newport Boulevard, Newport Beach
,;PL.EASE.RETU�ZN TO: - -J RECORDED iN OFFC1A1 RE(�Rp; �kvt �� OF ORANGE COUNTY CALIFORNIA' Ciy Cerk -�i�,✓ �i%� , - ,�..r:,..r.
City of Newp rt B ach
3300 Newport Blvd. -215 PM FEB 20'85
Newport Beach, CA 92663 -3884
r a� (��f NOTICE OF COMPLETION ` Q " p WRW
11O 1ya3SI��C+EIi11�IJ1' PUBLIC WORKS
C13
10 All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on February 11, 1985
the Public Works project consisting of Irvine Terrace Park Improvements (C -2440 ) —
on which, FAV Engineer
was the contractor, and
was the surety, was cor
I, the undersigned, say:
/1.
Beach, CA 92
Grove Blvd.
CIT OF NEWPORT BFACH
Public Works Director
VERIFICATION
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on February 13, 1985 at Newport Beach, California.
Public Vorks Director
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on February 11, 1985 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 February 13, 1985 at Newport Beach, California.
mi
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
February 14, 1985
Lee A. Branch
County Recorder
P.O. Box 238
Santa Ana, CA 92702
Dear Mr. Branch:
Attached for recordation is Notice of Completion of Public Works
project consisting of Irvine Terrace Park Improvements, Contract
No. 2440 on which FAV Engineering was the Contractor and Amwest
Surety Insurance Company was the Surety.
Please record and return to us.
!Sincerely,
Wan�2� /�
Wanda E. Raggio
City Clerk
WER:pm
Attachment
cc: Public Works
3300 Newport Boulevard, Newport Beach
•
0
TO: CITY COUNCIL
•
BY THE CITY COUNCIL
CITY OF NEWPORT BEACH
FEB 111985
FROM: Public Works Department
SUBJECT: ACCEPTANCE OF IRVINE TERRACE PARK IMROVEMENTS
RECOMMENDATIONS:
February 11, 1985
CITY COUNCIL AGENDA
ITEM NO. F -21
1. Accept the work.
2. Authorize the City;Olerk to €i1e a Nonce of ;.G.�W le;ii,pn.,•
3. Authorize the City Clerk to r¢ha §� trie botdays after
Notice of Completion has been filed.
DISCUSSION:
The contract for the construction
Park has been completed to the satisfaction
• the Parks, Beaches & Recreation Department.
The bid price was
Amount of unit price items constr
Amount of change orders
Total Contract Cost
of improvements at Irvine Terrace
of the Public Works Department and
$78,174.80
icted $81,875.41
5,342.00
$87,217.41
Funds were budgeted in the Park and Recreation Fund, Account No.
10 -7797 -060.
The project contained an additive bid item which provided for replace-
ment of the existing asphalt walks with concrete. The quantity actually
constructed was greater than that estimated, resulting in the increase of the
"Amount of unit price items construction."
Two Change Orders were issued. The first in the amount of $750 pro-
vided for construction of handicap access ramps. The second, in the amount of
$4,592, provided for a change in the slope of the tennis courts and the required
650 cubic yards of earthwork to accommodate this change.
The contractor is FAV Engineering of Huntington Beach, California.
• The contract date of completion was November 8, 1984. The work was
completed by that date.
e ,
Benjamin B. Nolan Ronald A. Whitley
Public Works Director Parks, Beaches 8& Re eation Director
GPD:jd
(3S)
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
(714( 640 -2251
TO: FINANCE DIRECTOR
PARKS, BEACHES & REC. /JACK BROOKS'
FROM: CITY CLERK
DATE: June 13, 1984
SUBJECT: Contract No. C -2440
Description of Contract Irvine Terrace Park Improvements
Effective date of Contract June 8, 1984
Authorized by Minute Action, approved on May 29, 1984
Contract with FAV
Address 16111 Beach Blvd.. Suite 206
Huntington Beach, CA 92647
Amount of Contract $61,794.80 (plus possible additive of $16,380.00)
fit-•
Wanda E. Andersen
City Clerk
WEA:lr
attach.
City Hall • 3300 Newport Boulevard, Newport Beach, California 92663
1
.. l7
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, Newport Beach, CA 92663 until 10:00.A -M.
on the 17th day of May 19 84, at which time such bids
or
shall be opened and read f
IRVINE TERRACE PARK IMPROVEMENTS
Title of Project
ntract No.
167,000
Engineer's Estimate
without Additive Items
• •
•
•
\\
���FORNI
Approved by the City Council
this ?3rd. day of April 1984
Wanda E. Andersen
City Clerk
Prospective bidders may obtain one set of bid documents at no cost
at the office of the Parks, Beaches and Recreation Dept., 3300 Newport Blvd.,
11 Newport Beach, CA 92663.
For further information, call Jack Brooks at 640 -2271.
Project anager
! � 1
0 •
CITY OF NEWPORT BEACH
PARKS, BEACHES AND RECREATION DEPARTMENT
PROPOSAL
2440
Contract No.
PR1
To The Honorable City Council
City of Newport Beach
3300 Newport Blvd.
Newport Beach, CA 92663
Gentlemen,
The undersigned declares that he has carefully examined the location of the
work, has read the Instruction to Bidders, has examined the Plans and Special
Provisions, and hereby...proposes to furnish ail materials and do all the work
required to complete this Contract No. 2440 in accordance with the Plans and
Special Provisions, and will take in full payment therefor the following unit
prices for the work, complete in place, to wit:
i
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. Lump Sum Demolition, clearing and
grubbing
One thousand two
@ hundred fifty Dollars
-- and
Zero Cents $1,250.00 $ 1,250.00
2. Lump Sum Site rough grading
Two thousand five
@ hundred Dollars
�^ ' and
Zero Cents $2,500.00 $ 2,500.00
3. 3 Each Install area drains per
plans and specifications.
@ Four hundred forty Dollars
— seuen_— ____ "—
and
Zero Cents $ 447.00 $ 1;341.00
per each
4. Lump Sum Install drain lines per
plans and specifications
@ Nine hundred six Dollars
and
Zero Cents $ 906.00 $ 906.00
ITEM
NO.
QUANTITY
AND UNIT
ITEM DESCRIPTION
UNIT PRICE WRITTEN IN WORDS
PR2
UNIT _
PRICE
TOTAI
PRICE
_
S.
_
Lump Sum
Construct two (2) tennis
courts including fencing,
surfacing and appurtenances.
Forty thousand eight
@ hundred five Dollars
and
-
7pro Cents
.$40.805.00
$ 44,,805.00
6.
405 Linear
Construct P.C.C. mow strip
Feet
@ Six--------- - - - - -- Dollars
and
Zero—cents
$ 6.00
$ 2,430.00
Linear Ft.
7.
210 Linear
Construct P.C.C. steps
Feet
@ Twenty four-- - - - - -- Dollars
and
___ierc ._ Cents
$ _24-00
$ 5.040.00
Linear Ft.
8.
75 Linear
Construct P.C.C. curb wall
Feet
@ Seven-------- - - - - -- Dollars
and
Twenty_.Cents
$ 7.2.0
$ 540.00
Linear Ft.
i
9.
3450 Square
Construct P.C.C. Sidewalk
Feet
@ One ---------------- Dollars
and
Twenty Cents
$ 1.20
$ 4,140.00
ls r Square —Ft.
10.
103 Cubic
Furnish and place Conrock
Yards
N28 Sand
@ Twenty cavpn-- - - - - -- Dollars
and
Sixth Cents
$ ?7.60
$ 7.643,00
Per Cubic Yard
SUB -TOTAL (Items 1 Through 10) $
.a
' • PR3
TOTAL PRICE FOR ITEMS 1 THROUGH 10 (BASE BID)
Sixty one thousand eight hundred fifty two Dollars
and
------ ------- --- -- ---- --- ---- --- -- - -- --Zero Cents $ 61,794.80
ADDITIVE ITEMS
A -1 Lump Sum Construct basketball
court including
surfacing
Eight thousand two
$ hundred ninety Dollars
and
----- - - - - -- -Zero Cents $ 8,290.09 8,290.00
Lump Sum
A -2 8,400 Demo and remove remainder
Square Feet of existing A.C. walks on-
site and construct P.C.C.
6' sidewalk 321" thick
@ One------ - - - - -- Dollars
and
Ninet,Lfive- - - - - -- Cents $ 1.95 $16.380.00
Per Square Foot
FAV ENGINEERING
Contractor's License No. A435696 Francisco A. Villela
Bidder's Name
Date May 17, 1984
Authorized Signature /Title
Bidder's Address 16111 Beach Blvd., Suite 206, Huntington Beach, CA. 92647
Bidder's Telephone No. (714) 847 -4102
Y. . Page 2
INSTRUCTIONS TO BIDDERS
The following contract documents shall be completed, executed and received
by the City Clerk in accordance with NOTICE INVITING BIDS:
1. PROPOSAL
2-. INSTRUCTIONS TO BIDDERS -
3. DESIGNATION OF SUBCONTRACTOR(S)
4. BIDDER'S-BOND (sum not less than 10% of total bid price) -
5. NON - COLLUSION AFFIDAVIT
6. STATEMENT OF FINANCIAL RESPONSIBILITY
7. -TECHNICAL ABILITY AND EXPERIENCE REFERENCES
except that cash, certified check or cashier's check (sum not less than 10% of
the total bid price) may be received in lieu of the Bidder's Bond. The title
of the project and the words SEALED BID shall be clearly marked on the outside
of the envelope containing the bid.__
Bids shall not be received from bidders who are not licensed in accordance
with the provisions of Chapter 9, -Division IIi-of the Business-and Professions'
Code. The low bidder shall also be required to possess a City oTf Newport Beach
business license prior to execution of contract.
Bids shall be submitted on -the attached PROPOSAL. form. The additional
copy of the PROPOSAL form maybe retained by -the bidder for his records.
The estimated quantities indicated in the PROPOSAL are approximate, and are
given solely to allow the comparison-of bid totals -.
Bids are to be computed .upon the estimated quantities indicated in the
PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis-
crepancy between wording and figures, bid wording shall prevail over bid figures.
In the event of error in the multiplication of estimated quantity by unit price,
the correct multiplication will be computed and the bids will be compared with
correctly multiplied totals. The City shall not be held responsible for
errors or omissions in the PROPOSAL.
Contract documents shall bear signatures and titles of persons authorized
to sign on behalf of the bidder. For corporations, the signatures shall be of
the President or Vice President. For partnerships, the signatures shall be of
a general partner. For sole ownership, the signature shall be of the owner.
In accordance with the California Labor Code (Sections 1770 et seq.), the
Director of Industrial Relations has ascertained the general prevailing rate of
per diem wages in the locality in which the work is to be performed for each
craft, classification, or type of workman or mechanic needed to execute the con-
tract. A copy of said determination is available in the office of the City
Clerk. Ail parties to the contract shall be governed by all provisions of the
California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in-
clusive). The Contractor shall be responsible for compliance with Section 1777.5
of the California Labor Code for all apprenticeable occupations.
FAV ENGINEERING
435696 A FranciRca A- 1
Contr's Lic. No. & Classification Bidder
ma
y 12, loan
Date Authorized Signature /Title
r_ • Page 3
DESIGNATION OF SUBCONTRACTOR(S) .
The undersigned certifies that he has used bid(s) of the following listed
subcontractor(s) in making up his bid,and that the subcontractor(s) listed
will be used for the work for which they bid, subject to the approval of the
Engineer and-in accordance with the applicable provisions of the Specifications.
No change of subcontractor-may be made except with the prior approval of the
Engineer:and as provided by State law.
Item of Work Subcontractor Address
1. Tennis court slab Ernie Torez 5407 Josee Ave., Lakewood
2. Tennis court fencing Goldenwest Fencing
FAV ENGINEERING
Francisco A. Villela
Bidder
Authorized Signature/Title
t
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
• Page 4 %
That we, as bidder,
and 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 bidder for the cpnstruction of
.. 11 1 1 -- -title of Project ...... 11_ 11 ._ .. Contract No. -
in the City of- Newport Beach, is accepted -by the City Council-of said City and
if the above bounden bidder shall duly enter into and execute a contract for
such constiuctfbn and"shaTT execute and deliver the "Payment" and "Faithful
Performance" contract bonds described in the Specifications within ten (10) days
(not fhclud"ing Saturday Sunday, and Federal halidays)-from the date of the ---
mailing of a notice to the above bounden bidder by and from said City that said
contract is ready for execution, then this obligation shall become null and
void; otherwise it is and shall remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any bidder above named executed this bond as an indi-
vidual, it is agreed that the death of any such bidder shall not exonerate the
Surety from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this day
of , 19 .
(Attach acknowledgement of
Attorney -in -fact)
Notary Public
Commission expires
X
Title
Bidder
Authorized Signature /Title
ty
0 •
NON- COLLUSION AFFIDAVIT
Page 5
The bidder, by its officers and agents or representatives present at the time
of filing this bid, being duly sworn on their oaths, say that neither they nor
any of them have, in any way, directly or indirectly, entered into any arrange-
ment or agreement with any other bidder, or with any public officer of such
CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has
paid or is to pay to such bidder or public officer any sum of money, or has
given or is to give to such other bidder or public officer anything of value
whatever; or such affiant or affiants or either of them has not directly or
indirectly, entered into any arrangement or agreement with any other bidder or
bidders, which tends to or does lessen or destroy free competition in the
letting of the contract sought for by the attached bids; that no bid has been
accepted from any subcontractor or materialman through any bid depository, the
bylaws, rules or regulations of which prohibit or prevent the bidder from con-
sidering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman
°rom submitting bids to a bidder who does not use the facilities of or accept
bids from or through such bid depository; that no inducement of any form or
character other than that which appears upon the face of the bid will be sug-
gested, offered, paid or delivered to any person whomsoever to influence the
acceptance of the said bid or awarding of the contract; nor has the bidder
any agreement or understanding of any kind whatsoever with any person whomso-
ever to pay, deliver to, or share with any other person in any way or manner,
any of the proceeds of the contracts sought by this bid.
Subscribed and sworn to before me
this 17 day of May ,
1984.
My commission expires:
FAV ENGINEERING
Francisco A. Villeia
Bidder
AO* -
Authorized Signature /Title
j ��
\` .»
NOTARY PUBLIC • CALIiORNIA
ORANGE COUNiY
I MW
j ��
\` .»
NOTARY PUBLIC • CALIiORNIA
ORANGE COUNiY
CJ
Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 1 work day after the bid opening if
the undersigned is the apparent low bidder.
It
FAV ENGINEERING
Francisco A. Villpla
Aa -
Authorized Signature /Title
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.
1984 City of Newport Beach Mr. Steven Luy
1984 County of Orange (Landscaping)
FAV ENGINEERING
Francisco A. Villela
8i
AWiW
Authorized Signature /Title
• • Page 8
NOTICE
The following are samples of contract documents which shall be
completed and executed by the successful bidder after he receives a
letter of award from the City of Newport Beach:
PAYMENT BOND (pages 9 & 10)
FAITHFUL PERFORMANCE BOND (pages 11 & 12)
CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13, 14, 15)
CONTRACT (pages 16 & 17)
Since the City of Newport Beach will not permit a substitute
format for these contract documents, bidders are advised to review
their content with bonding, insuring and legal agents prior to sub-
mission of bid.
BONDING COMPANIES shall be acceptable as sureties in
accordance with the latest revision of Federal Register Circular 570.
INSURANCE COMPANIES shall be assigned Policyholders' Rating B
(or higher) and Financial Size Category Class VII (or larger) in
accordance with the.latest edition of Best's Ke Ratin Guide:
Property - Casualty. Coverages shall be provide for a ES OF
INSURANCE checked on the CERTIFICATE OF INSURANCE.
All costs associated with the specifications of these contract
documents shall be absorbed in the bid. Such specifications shall
include those contained in (1) each contract document and (2) the
Standard S ecifications for Public Works Construction.(latest edi-
tion adopted for use in the City of Newport Beach), except as
supplemented or modified by the Special Provisions for this project.
�7
Premium: $1,729.00
I *d in Quintuplicate
KNOW ALL MEN BY THESE PRESENTS, That
PAYMENT BOND
Page 9
BOND NO. 1050365
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted
has awarded to FAV Engineering
hereinafter designated as the "Principal ", a contract for Irvine Terrace Park
Improvements - Contract No. 2440
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond with said contract, providing that if
said Principal or any of his or its subcontractors, shall fail to pay for any materials,
provisions, provender, or other supplies or teams used in, upon, for, or about the per-
formance of the work agreed to be done, or for any work or labor done thereon of any
kind, the Surety, on this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We FAV Enginnering of 16111 Beach Blvd., #206
Huntington Beach CA 92647
as Principal, and AMWEST SURETY INSURANCE COMPANY of 5405 Garden Grove
Blvd., #250, Westminster, CA 92683
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
Eighty -Six Thousand Four Hundred Sixty -Five 6 No /100 ** *Dollars ($ 86,465.00
,
said sum being equal to 100% of the estimated amount payable by the City of Newport Beach
under the terms of the contract; for which payment well and truly to be made, we bind
ourselves, our heirs, executors and administrators, successors, or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or
his subcontractors, fail to pay for any materials, provisions, provender, or other
supplies or teams, used in, upon, for, or about the, performance of the work contracted
to be done, or for any other work or labor thereon of any kind or for amounts due
under the Unemployment Insurance Code with respect to such work or labor, that the
Surety or Sureties will pay for the same, in an amount not exceeding the sum specified
in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's
fee, to be fixed by the Court as required by the provisions of Section 3250 of the
Civil Code of the State of California.
This bond shall inure to
corporations entitled to file
so as to give a right of acti
..:x '.- .s.u:;•�:'.$..�� _�..- �.,a= °'°n::t:ayS:':. d. ..,s.�::.:sc.: •t�.v.�::
the benefit of any and all persons, companies, and
claims under Section 3181 of the California Civil Code
)n to them or their assigns in any suit brought upon
t
i
r
A
Payment Bond (Continued)
Page 10
this bond, as required by the Provisions of Sections 3247 et. seq. of the Civil Cod#`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 Princip and
Surety above named, on the 1st day of June , 19
FAV ENGINEERING (Seal)
61
e oAo..- ✓4e_
Authorized Signature and Title
AMWEST SURETY INSURANCE COMPANY(geal}
Name of Surety -
5405 Garden G rovek Ivd., #-25-0_-'
Westminster, CA 2683 ti Ec=
Address of Sure
,Appfoved as 4 form: Sig6ature and Title of ut orized gent
UPI Marcia D. Smith, Attorney in Fact
Address of Agent
C ty Attorney (714) 891 -4778
Telephone No. of Agent
q
u
LU
}
§
\
0
\
�
§
j
§
)
J
2
(
\
§
k
0
|t®
\{k
\\
}\
\\
)}
Bk
/}§
&;k
.E�
�a2
223
}u
)2
0
;»
CL
\ \/
ee
]tea
( }\
/ \ \§(
)kk /\
» /(§}
, \/ \
z ®��
�
Issued Quintuplicate
Page 11
Premium: $1,729.00 FAITHFUL PERFORMANCE BOND BOND NO.-
'1050365
KNOW ALL MEN BY THESE PRESENTS, That
LY
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted.
has awarded to FAV Engineering
hereinafter designated as the "Principal ", a contract for Irvine Terrace Park
Improvements - Contract No. C -2440
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We, FAV Engineering of 16111 Beach Blvd.,
Huntinqton Beach, CA 92647
as Principal, and AMWEST SURETY INSURANCE COMPANY of 5405 Garden Grove
Blvd., #250, Westminster, CA 92683
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
Eighty -Six Thousand Four Hundred Sixty -Five and No /100 * ** *Dollars ($ 86,465.00 * *
said sum being equal to 100% of the estimated amount of the contract, to be paid to
the said City or its certain attorney, its successors, and assigns; for which payment
well and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal,
his or its heirs, executors, administrators, successors, or assigns, shall in all
things stand to and abide by, and well and truly keep and perform the covenants, 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 .
Page 12
Faithful Performance Bond (Continued)
of any such char, extension of time, alt ons 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,--
ds been duly executed by the Principal and
Surety above named, on the 1st °` Y of June 19 84
Approved as to form:
��j � LU,
City Attorney
FAV ENGINEERING (Seal)
Name of Contract incipal)
Authorized Signature and Title Ow-/ovV4
Authorized Signature and Title
AMWEST SURETY INSURANCE C0Ma0N;.jSealr1
Name of Surety = i
5405 Garden Grove Blvd., #2 -50-
_ -
Westminster, C 92683 v — < 'J
Address of Suret
Signature and Title of Authorized A ent
Marcia D. Smith, Attorney in act
Same as above
Address of Agent
(714) 891 -4778
Telephone No. of Agent
'x .
D
n
d
s
Q
C
C
L
3
_u
7
0.
A
z
W
E
10
v
W
U)
Q
z
U.
O
F,
D -:r
O 00
U m
a
O m
a C
a
v
Ia.
0
W
F.
d
ai O
C
3 v
o E
N
C
C
L
d
t
0
v
v
u
N
N
d
C
E udi
N L
3
O Q
N
L
u
L
f0 a
� o
u
u
c
w
v
u
W
L' N
W V.
�+ o
a
� N
T L
d
to �
� O
R �
ds
T �
C d
'o E
U
V
R
a
4
JZ n�
N2 }}a
�K�FM
V�CJVJ F
OK6V o
V
`i F)
9 )
D # =j
a w
4AIW63 1 Own mouth SUR.9NC rte 304P.4NY
6301 Oyvensmouth Avenue, Suite 304 FI�
Woodland Hills, California 91367
Telephone 213: 704.1111'
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS. That AMWEST SURETY INSURANCE COMPANY, A CALIFORNIA CO
PORATION does hereby make, constitute and apponi
14ARCIA D. SMITH
its true and lawful Attorney(s) im Fact, with full power and authority for and on behalf of the company as Surety, to execute
and deliver and affix the seat of the company thereto d a seal is requred, bonds, undertakings, recognrzanees or other written
obligations in the nature thereof, as follows
CONTRACT, LICENSE, PERMIT, COURT 6 MISCELLANEOUS BONDS TO $250,000.00
and to bind AMWEST SURETY INSURANCE COMPANY thereby, and all of the acts of said Attorneys in, Fact, pursuant to
these presents, are hereby ratified and confrtme•d. This appointment is made under and by authority of the following prow
%ions of the By Laws of the company, which are now in full force and effect:
Article 111, Section 7 of the By Laws of AMWEST SURETY INSURANCE COMPANY
This Power of Attorney is signed and sealed by facsun:!e under and by the authority of the following resolutions adop
led by the board of directors of AMWEST SURETY INSURANCE COMPANY at a meeting duly held on December 15, 1975.
RESOLVED that the president or any vice president, in conjunction with the secretary or any assistant secre
Lary, may appoint attorneys to fact of agents wilt) authority as defined or limited in the instrument evidencing the
appointment in each case, for and on behalf of the company to execute and deliver and affix the seal of the con
party to bonds, undertakings, recognizances, an(] suretyship obligations of all kinds; and said officers may remove
any such attorney -in -fact or agent and revoke any powet of attorney previously granted to such person.
RESOLVED FURTHER that any bond, undertaking, recognizance, or suretyship obligation shall be valid
and binding upon the company
lid when signed by the president or any vice president and attested and sealed (if a seal be required) by any
secretary or assistant secretary; or
(li) when signed by the president or any vice president or secretary or assistant secretary, and countersigned
and sealed (if a seal be required) by a duly authorized attorney in fact or agent; or
[ml when duly executed and sealed (if a seal be tequuedl by one or more attorneys-in fact or agents put -
suant to and within the limits of the authority evidenced by the power of attorney issued by the company to such
Person or persons.
RESOLVED FURTHER that the signature of any authorized officer and the seal of the company may he
affixed by facsimile to any power of attorney o certification thereof authorizing the execution and delivery of
any bond, undertaking, recognizance, or other suretyship obligations of the company; and such signature and seat
when so used shall have the same force and effect as though manually affixed.
IN WITNESS WHEREOF, AMWEST SURETY INSURANCE COMPANY has caused these presents to be signed by its
proper officer, and its corporate seal to be hereunto affixed this 17 TH day of SEPTEMBER 1g 81 ,
SURETYINSURANCE
� „9rn9,p
ry
STATE OF CALIFORNIA, COUNTY OF LOS ANGE LES - ss
On thlsU-Mclay of SEPTEMBER A.D., 1981 , personally came before fie RICHARD H. SAVAGE
and MARGE SCHNEIDER to me known to be the individuals and officers of AMWEST SURETY INSURANCE COM-
PANY,CALIFORNIA who executed the above instrument, and they each acknowledged the execution of the same, and being
by me duly sworn, did severally depose and say: that they are the said officers of the corporation aforesaid, and that the seal
affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers
were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation.
ORrCtAL”
CATHERINE M1111 ON
Wally Ptastrc • cAtWallis M
• �� PRItIC M offm M
LOS ANGELES CQall"If
...- Mr faretttist" Es*. 94 U. 11996
STATE OF CALIFORNIA, COUNTY OF LOS
G
(SEAL)
•__�s.0 Notary Public
ANGELES - ss
CERTIFICATE
1, the undersigned, secretary of the AMWEST SURETY INSURANCE COMPANY. a California corporation,
DO HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked;
and furthermore, that the provisions of the BY Laws of the company and the Resolutions of the board of directors set forth
in the Power of Attorney, are now in force.
Signed and sealed at We
AW -2
inster, CA this 1st day
1984 .
+su, op
re J/
Santary �.r�l G
0
-•- ��
CERTIFICATE OF INSURANCE Mh Page 13
• +wvwumc wrwreuw nrr vnuum wrcrv+ura
City of Newport Beach Company
3300 Newport Boulevard A F:A%kVhSVZ& ) WSuRAgt4
Newport Beach, CA 92663 Letter
Company B
NAME AND ADDRESS OF INSURED Letter E Q thfAS J NS J R A F+Ce
Pant C
Letter
Company D
Letter
ompany E
Letter
This is to certify that policies of insurance listed below have been issued to the insured named
above and.are in force at this time, including attached endorsement(s).
COMPANY
LETTER
TYPES OF INSURANCE
COVERAGE REQUIRED
Policy
No.
o icy
Exp,
Date
LIMITS OF LIABILITY
N THOUS
Ds 000
Each
g. ro uc s
Completed
Occurrence
Operations
A
GENERAL LIABILITY
x Comprehensive Form
x Premises - Operations
x Explosion & Collapse Hazard
x Underground Hazard
x Ps /Completed Operations
Hazard
x Contractual Insurance
x Broad Form Property Damage
x Independent Contractors
x Personal Injury
Marine
t� /�
0
�'r
'&
Bodily Injury
Property Damage
$
$b�
$
01
$ ��
Bodily Injury
and Property
Damage Combined
J
$A
100
$ ;�
Personal Injury
1��
pO�
$
Aviation
J
JL
\X1
AUTOMOTIVE LIABILITY
❑x Comprehensive Form
Q Owned
rL�}
`ylr
Q.O"p -'
V
Bodily Injury
Each Person
o y n ury
Each Occurrence
$
0000
5" &
�.
❑x Hired
ro ert ama e
Bodily injury an
Property Damage
�p
❑ Non -owned
Combined
EXCESS LIABILITY
❑ Umbrella Form
Bodily Injury
❑ Other than Umbrella Form
and Property
Damage Combined
$
$
WORKERS' COMPENSATION
Statuto
and
EMPIAYER'S LIABILITY
ac
Accident)
NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed
with the attached City of Newport Beach Endorsements.
CANCELLATION: Should any of the above described policies be cancelled or coverage reduced
before the expiration date therieof,the•Insurance Company affording coverage
shall provide 30 days' advance notice to the City of Newport Beach by
,.Vgistered mail, attention: Public Works Department.
By:
ve
Agency:
Description of operations /locations /vehicles: All operations performed for the City of Newport
Beach by or on behalf of the named insured in connection with the following designated contract:
Project Title and Contract Number)
NOTICE- This certificate or verification of nsurance Is not an insurance policy and does not
amend, extend or alter the coverage afforded by the policies listed herein. Notwith-
standing any requirement, tens, or condition of any contract or other document with
respect to which this certificate or verification of insurance may be issued or may
pertain, the insurance afforded by the policies described herein is subject to all
the teams, exclusions and conditions of such policies, including attached endorsements.
81
E
A
I
Page 14
CITY OF NEWPORT BEACH
AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. With respect to such insurance as is by, the policy for Bodily Injury and
Property Damage Liability, the City of ach, its officers and employees are
additional insureds but only with respect t ability for damages arising out of
the ownership, maintenance or use of automobiles (or autos) used by or on behalf of
the named insured in connection with the contract designated below. The insurance
extended by this endorsement to said additional insured does not apply to bodily
injury or property damage arising out of automobiles (1) owned by or registered in
the name of an additional insured, or (2) leased or rented by an additional insured,
or (3) operated by an additional insured. The insurance afforded the additional
named insured(s) shall apply as primary insurar�: =and no other insurance maintained
by the City of Newport Beach will be called' to contribute with insurance
provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured
who is seeking coverage or against whom a claim is made or suit is brought,
except with respect to the limits of the Insurance Company's liability."
3. The limits of liability under this endorsement for the additional insureds named in
paragraph 1 of this endorsement shall be the limits indicated below for either Multi-
ple Limits or Single Limit, whichever is indicated by the letter x in the appropriate
box.
( ) Multiple Limits
Bodily Injury Liability
Property Damage Liability
( ) Single Limit
Bodily Injury Liability
and
Property Damage Liability
Combined
$ JbOi 0 a 0 each occurrence
$ ,5Tt 00 O each occurrence
$ each occurrence
The limits of liability as stated in paragraph 3 of this endorsement shall not in-
crease the total liability of the Insurance Company for all damages as the result of
any one accident or occurrence in excess of the limits of Liability stated in the
policy as applicable to Automobile Liability Insurance.
4. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department.
5. Designated Contract:
Project title and Contract No.).
This endorsementl/ is ytiv a /?0( I at 12 :01 A.M. and forms a part of
Policy No. L !r
Named Insured EIII(1JW8S 1A;& Endorsement No.
Name of Insurance
) pojopIM1,1C L
:
<:
CITY OF NEWPORT BEACH 0 Page 15
COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. With respect to such insurance as is afforded by the policy for Comprehensive General
Liability, the City of Newport Beach, its, officers and employees are additional in-
sureds. but only with respect to liabiiii z arising out of operations performed by or on
behaTi:'the named insured in connection with the contract designated below or acts
and omissions of the City of Newport Beach in connection with its general supervision
of such operations. The insurance afforded said additional insured shall apply as
primary insurance and no other insurance maintained by the City of Newport Beach will
be called upon to contribute with insurance provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured against
whom claim is made or suit is brought, except with respect to the limits of the
Insurance Company's liability."
3. The insurance afforded by the policy for Contractual Liability Insurance (subject to
the terms, conditions and exclusions applicable to such insurance) includes liability
assumed by the named insured under the indemnification or hold harmless provision con-
tained in the written contract, designated below, between the named insured and the
City of Newport Beach.
4. With respect to such insurance as is afforded by this policy, the exclusions, if any,
pertaining to the explosion hazard, collapse hazard and underground property hazard
(commonly referred to as "XCU "hazards) are deleted.
5. The limits of liability under this endorsement for the additional insured named in
paragraph I of this endorsement shall be the limits indicated below for either Multiple
Limits or Single Limit, whichever is indicated by the letter X in the appropriate box.
( j Multiple Limits
Bodily Injury Liability $�19e�e a each occurrence
Property Damage Liability $ qgjqj 0 each occurrence
( ) Single Limit
Bodily Injury Liability $ S'Y.ba O a 0 each occurrence
and
Property Damage Liability
Combined
The applicable limit of the Insurance Company's liability for the insurance afforded
for contractual liability shall be reduced by any amount paid as damages under this
endorsement in behalf of the additional insureds.
The limits of liability as stated in this endorsement shall not increase the total
liability of the Insurance Company for all damages as the result of any one occurrence
in excess of the limits of liability stated in the policy as applicable to Comprehen-
sive General Liability Insurance.
6. should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department
7. Designated Contract:
(Project Title and Contract No.
This endorsement is effective i, /_ i�_at 12:01 A.M. and forms a part of
Policy No. lyg/ At
Named Insured F ,d(/ 4L iNt1 R�"/ G Endorsement No._
Name of Insurance Company.
I tit to 0,wc+t
• ! Page 16
CONTRACT
THIS AGREEMENT, entered into this 10.4ay of , 19,
by and between the CITY OF NEWPORT BEACH, hereinafter "Cit an
FAV Enqineerinq , hereinafter "Contr ctor, "iss made with'
reference to the following facts:
(a) City has heretofore advertised for bids for the following
described public work:
Irvine Terrace.Park Improvements C -2440
Title of Project Contract No.
(b) Contractor has been determined by City to be the lowest responsi-
ble bidder on said public work, and Contractor's bid, and the compensation set
forth in this contract, is based upon a careful examination of all plans and
specifications by Contractor,
NOW, THEREFORE, the parties hereto agree as follows:
1. Contractor shall furnish all materials and perform all of the work
for the construction of the following described public work:
Irvine Terrace Park
Title
C -2440
Contract No.
which project is more fully described in the contract documents. Contractor
shall perform and complete this work in a good and workmanlike manner, and in
accordance with all of the contract documents.
2. As full compensation for the performance and completion of this
work as prescribed above, City shall pay to Contractor the sum of S ne
thousand eight hundred fifty two and no cents-------- - - - - -- ($ ht.79a.so 1.
This compensation includes (1) any loss or damage arising from the nature of the
work; (2) any loss or damage arising from any unforeseen difficulties or obstruc-
tions in the performance of the work; (3) any expense incurred as a result of any
suspension or discontinuance of the work; but excludes any loss resulting from
earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves,
and which loss or expense occurs prior to acceptance of the work by City.
3. All of the respective rights and obligations of City and Contractor
are set forth in the contract documents. The contract documents are incorporated
herein by reference as though set out in full and include the following:
(a) Notice Inviting Bids
(b) Instruction to Bidders and documents referenced therein
(-c) Payment Bond
(d) Faithful Performance Bond
(e) Certificate of Insurance and endorsement(s)
... �.,,. � .,.: ..._...:_...�:. -�. „_a,..�aa:...«.a'.�a�. -_. �.d. -,.. �; ..:,;,, _. _. :-- .;:.sue. •- �.:��. .�' -- .�
Page 17
(f) Plans and Special Provisions for
Trying Tarra�a Park Tmornvaments C -2440
Title of Project' Contract No.
(g) This Contract.
4. Contractor shall assume the defense of, and indemnify and hold
harmless, City and its officers, employees and representatives from all claims,
loss or damage, except such loss or damage proximiately caused by the sole
negligence of City or its officers, employees and representatives.
IN WITNESS WHEREOF, the parties hereto have caused this contract to
be executed the day and year first above written.
ATTEST:
Aty "Clerk
J
APPROVED AS TO FORM:
�...► ' l ... ��►:
I
CITY OF NEWPORT BEACH
By
yor S
FAV Engineering
By
Its
i
CITY
CONTRACTOR
CITY OF NEWPORT BEACH
PARKS, BEACHES & RECREATION DEPT.
CONTRACT NO. 2440
INDEX
TO
SPECIAL PROVISIONS
3 SECTION
PAGE
I.
SCOPE OF WORK . . . . . . . . . . . . . . . . . . . .
1
II.
AWARD AND EXECUTION OF THE CONTRACT. . . . . . . . . .
1
III.
GUARANTEES . . . . . . . . . . . . . . . . . . . . . .
1
IV.
PRE - CONSTRUCTION CONFERENCE . . . . . . . . . . . . . .
2
V.
PROGRESS MEETING . . . . . . . . . . . . . . . . . . .
2
VI.
TIME FOR COMPLETION . . . . . . . . . . . . . . . . .
2
VII.
PAYMENT . . . . . . . . . . . . . . . . . . . . . . . .
2
VIII.
SITE ACCESS AND WORK AREA . . . . . . . . . . . . . . .
2
IX.
WATER . . . . . . . . . . . . . . . . . . . . . . . .
2
X.
CONSTRUCTION DETAIL . . . . . . . . . . . . . . . . .
3
A. Demolition and Grubbing . . . . . . . . . . . . .
3
B. Existing Utilities . . . . . . . . . . . . . . . .
3
C. Site Rough Grading . . . . . . . . . . . . . . . .
3
D. Sub -Grade Preparation for Paved Areas . . . . . .
3
E. Concrete Walk, Steps and Miscellaneous Concrete. .
4
F. Tennis Courts . . . . . . . . . . . . . . . . . .
4
G. Chain Link Fencing . . . . . . . . . . . . . . . .
9
H. Completion Cleaning . . . . . . . . . . . . . . .
10
0
I. SCOPE OF WORK
. SP 1 of 10
CITY OF NEWPORT BEACH
PARKS, BEACHES & RECREATION DEPT.
SPECIAL PROVISIONS
IRVINE TERRACE PARK IMPROVEMENTS
C -2440
The work to be done under this contract consists of the construction of
improvements for Irvine Terrace Park which is located adjacent to and
south of Pacific Coast Highway between Malabar and Evita Drive.
The items of work consist of demolition, clear and grub, grading, con-
struction of two tennis courts complete with fencing, concrete walks
and children's play areas.
This contract requires the completion of work in accordance with these
Special Provisions; the Plans (P- 5118 -S); the Standard Special Provisio
and Standard Drawings for Public Works Construction, 1982 Edition; and
the Standard Specifications for Public Works Construction, 1982 Edition
and 1983 Supplement, hereinafter referred to as the Standard Specifi-
cations. Copies of the Standard Specifications may be purchased from
Building News, Inc., 3055 Overland Avenue, Los Angeles, CA 90034.
Copies of the City's Standard Special Provisions and Standard Drawings
may be purchased for $5 from the Public Works Department.
All bidders shall submit bids for the base contract items and for all
additive items. The City reserves the right to award the contract
for either the base bid, or any combination of additive items plus the
base bid. If additive items are included in the award of the contract,
the award will go to the lowest qualified bidder for the base bid plus
the additive items chosen.
II. AWARD AND EXECUTION OF THE CONTRACT
The bidder's attention is directed to the provisions of Section 2 -1 of
the Standard Special Provisions for requirements and conditions con-
cerning award and execution of the contract.
III. GUARANTEES
Besides guarantees required elsewhere, the Contractor shall and
hereby does guarantee all work for a period of one(1) year after the
date of acceptance of the work by the City and shall repair and replace
any and all such work, together with any other work which may be
displaced in so doing, that may prove defective in workmanship and /or
materials within the one (1) year period from date of acceptances
• SP 2 of 10
without any expense whatsoever to the City, ordinary wear and tear and
usual abuse or neglect excepted. In the event of failure to comply
with the above mentioned conditions within a week after being notified
in writing, the City is hereby authorized to proceed to have the defects
repaired and made good at the expense of the Contractor, who hereby
agrees to pay the cost and charges therefor immediately on demand.
IV. PRE - CONSTRUCTION CONFERENCE
The Contractor and his superintendent shall meet with the City within
ten (10) days after Award of Contract to discuss matters regarding
the execution of the contract, and the scheduling and conduct of the
work.
V. PROGRESS MEETING
The City may require job progress meetings during the process of
construction. The Contractor and any or all of his subcontractors shall
attend these meetings as directed.
VI. TIME FOR COMPLETION
The Contractor shall begin work within ten (10) calendar days after
the Execution of Contract by the City. All work shall be completed
one hundred twenty (120) calendar days after execution of contract by
the City. The time slated for completion shall include final clean -up
of the premises and surfacing the court areas.
VII. PAYMENT
The unit or lump sum price for items of work shown in the proposal shall
be full compensation for labor, equipment, materials and all other things
necessary to complete the work. Incidental items of work not separately
described in the proposal (i.e. traffic control, form work) shall be
included in the unit price for the various items of work.
5
VIII. SITE ACCESS AND WORK AREA
Special attention is directed to Section 7 -8 and 7 -9 of the Standard
Specifications regarding sitk maintenance and protection of existing
improvements.
IX. WATER
Water for this work shall be provided free of charge by the City. The
Contractor shall make his own provisions for water supply and applications,
and shall contact the City's Utilities Superintendent, Mr. Gil Gomez, at
(714) 640 -2221 to arrange for water service connections.
X.
0 • SP 3 of 10
CONSTRUCTION DETAIL
A. DEMOLITION AND GRUBBING
All demolition, clearing and grubbing shall conform with Section
300 -1 of the Standard Specifications. All cleared material shall
be removed from the site and disposed of in a legal manner. No
burning will be permitted.
EXISTING UTILITIES
The Contractor shall investigate and protect all existing utilities
in conformance with Section 5 of the Standard Specifications. Known
utilities are indicated on the drawings. Prior to performing con-
struction work, the Contractor shall be responsible for requesting
each utility company to locate its facilities. 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 drawings.
SITE ROUGH GRADING
The Contractor shall grade the site to the lines and grades shown
on the plans.
The lump sum price bid for site rough grading shall include but not
be limited to the required unclassified excavation and fill necessary
to bring the paved areas to sub -grade elevation. Utilizing the
material available on the site, this item shall also include all
costs involved with the removal and disposal of debris, trees,
vegetation, other deleterious materials and non - organic debris or
concrete encountered in the grading operation.
D. SUB -GRADE PREPARATION FOR PAVED AREAS
Paved areas include all p.c.c. pavement on grade. The sub -grade for
paved areas shall be prepared in accordance with Section 301 -1 of
the Standard Specifications except as modified herein or on the
drawings.
In addition to the requirements of this Section the subgrade within
the tennis court and basketball court areas and five feet beyond shall
be scarified and cultivated (if necessary cleansed) to a depth of at
least 12 inches.
Structural excavation and backfill shall be in accordance with
Section 300 -3 of the Standard Specifications.
The excavated and processed soils and other fill soils shall then be
replaced in uniform lifts (6 -8 inches thick), cleansed of all vegeta-
tion or debris, brought to approximate optimum moisture content and
compacted to a minimum relative compaction of 95 percent of the
laboratory standard. The laboratory standard is ASTM D- 1557 -70,
the 5 -layer method.
SP 4 of 10
CONCRETE WALK, STEPS AND MISCELLANEOUS CONCRETE
The concrete walk, steps and miscellaneous concrete construction
shall conform to the requirements of Section 303 -5 of the Standard
Specifications except the concrete shall be Class 560 -C -3250. The
Contractor shall clean up and remove from the premises all unused
material debris resulting from the performance of the work of this
section.
TENNIS COURTS
SCOPE
a. General. Because of the nature of this work, the contract
will be awarded only to a bidder with extensive experience in
the construction of concrete tennis courts or one who proposes
to use a sub - contractor with extensive experience in concrete
tennis courts. Accordingly, each bidder shall submit a list
of all the concrete tennis courts he or his proposed sub-
contractor has constructed in the last five years along with
his bid for this project.
b. Pre - qualification of Cement Finishers. The concrete playing
surface of the tennis courts shall be finished only by cement
finishers with at least five (5) years experience in the trade
and with extensive experience in applying the required finish.
Two weeks before starting to place the concrete tennis court
slabs, the Contractor shall furnish the engineer with a list
of names and qualifications of the cement finishers he intends
to employ on this portion of the work. The engineer will
review the list and approve in writing the employment of the
finishers who in his opinion are qualified. Only finishers
who are pre - qualified in this manner shall be employed on this
phase of the work. The names of additional finishers, together
with their qualifications, may be submitted in writing by the
Contractor from time to time. However, they shall not be
employed on this phase of the work until written approval has
been obtained from the engineer who will review the qualifi-
cations within a reasonable time.
2. MATERIALS
a. Forms. Wood, free of warps, smooth, straight.
b. Reinforcing Bars. Shall conform to Section 201 -2 of the Standard
Specifications and shall be placed in accordance with Section
303 -1.7 of the Standard Specifications.
c. Base. Base with 3/4 "maximum size aggregate.
d. Cement. Shall conform to Section 201 -1.21 of the Standard
p3 eciti"ications.
0 9
SP 5 of 10
e. Aggregates. Aggregate shall conform with Section 201 -1.2.2
of the Standard Specifications and approved by the Engineer.
To prevent spalling and popping on slab surface, all aggre-
gates shall be free of reactive materials.
f. Fine Aggregate shall consist of hard, strong, durable particles
of natural sand. Fine aggregate shall pass a 3/8" sieve and be
uniformly graded from coarse to fine with at least 90% passing
a No. 4 sieve, not to exceed 7% passing a No. 100 sieve, and
all retained on a No. 200 sieve.
g. Coarse Ay�regate_ shall consist of clean, hard, sound, durable
crusFied ro —ck or washed gravel, and shall contain not more than
5% by weight of flat, thin, elongated, friable, or laminated
pieces. Any piece having a major dimension in excess of two
and one -half (2}) times its average thickness shall be con-
sidered as flat or thin elongated. Coarse aggregate shall
have a specific gravity of not less than 2.50.
g, Mix Design (Per Cubic Yard)
Specific Strength
2000
Cement, Type
II
Cement, SKS
5
Cement, Lbs.
470
Sand, Lbs.
1340
No. 3 Gravel, Lbs.
1865
Water, Lbs.
325
Total Weight
4000
Water, Gallons
39.0
Water, Gallons /SK
7.8
Slump, Inches
4
Admixture
None
Mix Water, Gallons
39.0
3. FORMS
The Contractor shall notify the City 24 hours before such pour in
order that the City's surveyor may check all forms for location and
elevation.
The Contractor shall be responsible for correct placement of pipe
posts, reinforcing steel, removal of forms and protection of slabs.
4. REINFORCING STEEL
All reinforcing bars shall be secured to insure no movement during
the placing operations. Slab reinforcing bars shall be securely
tied and set on chairs to prevent movement during concrete placing.
At all times and at each location during the placing of concrete,
there shall be a competent representative of the Contractor present,
whose sole duty shall be the inspection of all reinforcement steel
and the maintenance of bars in their proper position.
• • SP6of 10
TRANSIT MIXED
a. Transit mix concrete shall be mixed for a period of not less
than fifteen (15) minutes. At least three minutes of the
mixing period shall be at the work site immediately prior
to discharging from the mixer.
Concrete shall be rejected if not placed in final position
within 45 minutes after water is first added to the batch.
c. Transit mixed concrete is not to be delivered to the site with
the total specified amount of water incorporated therein. Two
and a half (21) gallons of water per cubic yard shall be
withheld and may be incorporated in the mix before the concrete
is discharged from the mixer and mixing time shall be not less
than five minutes after such water has been added.
6. PLACING CONCRETE
a. Finished sub -grade and footing excavations shall be thoroughly
watered immediately prior to placing of concrete.
b. No concrete shall be placed without approval, and this operation
shall be carried on only in the presence of the Engineer. The
Contractor shall give 24 hours advance notice before placing
any concrete.
Once concrete placing is started, it shall be carried through
in a continuous, monolithic operation between predetermined
expansion joints as shown on the drawings. No construction
joints within the one -half (}) court slabs shall be allowed.
Under no circumstances shall concrete which has partially
hardened be deposited in the work, nor shall retempering
of concrete be allowed.
d. All concrete when placed shall be sufficiently tamped and man-
ipulated to insure proper compaction, elimination of air pockets
and flow around all reinforcing steel, embedded fixtures and
into corners of all forms.
e. The top .surfaces of all interior 8" x 18" concrete grade beams,
all perimeter footings and all post footings shall be troweled
to a smooth surface and painted with asphalt. Slabs shall not
be placed over footings or beams until 24 hours after application
of asphalt.
f. No concrete shall be placed during rain or dust storms. If such
storms should develop immediately after placement of concrete,
the finished concrete shall be protected by means of plastic
sheeting, canvas, "Sisalkraft" paper or other approved covering.
This covering shall be provided on the job site prior to
placing concrete.
•
7. FINISHING
• SP7of 10
Finish course shall be brought to a true and even plane by two
wood floatings and two steel trowelings. Following this, the
slabs shall receive a fine, soft broom finish. Only skilled
workmen with 5 years experience in this type of finish are to
be employed in cement finishing work.
Cement finish shall be true to line, plane and elevations as
shown on the drawings. Finished concrete slab surfaces shall
not deviate from a flat plane more than 3/16 of 1" when tested
with an eight foot straight edge held in any direction. The
Contractor shall furnish and maintain in good condition an
eight foot straight edge for use by the Engineer.
c. Any slab showing a greater variation than the specified 3/16 of
1" and /or showing voids or separation of the aggregates and /or
showing a texture of variance to the accepted sample shall be
deemed defective and the entire slab to expansion joints, as
shown on the drawings, shall be removed and replaced with
concrete acceptable to the Engineer. Removal and replacing
defective work shall be at the Contractor's expense.
CURING
Immediately after finishing and final set, apply fog seal as
directed by City. After finishing operations, slab surfaces
shall be covered for protection from injury and for proper curing.
Concrete shall be kept continuously wet for a period of at least
14 days after being deposited. After the concrete curing period
the Contractor shall remove protective covering from the tennis
courts. No mechanical equipment shall be allowed on the courts.
TESTS AND QUALITY CONTROL
a. Aggregate and concrete testing will be the repsonsibility of
the City and will be performed by a Testing Laboratory to be
selected by the City after the contract has been awarded. The
Contractor shall notify the City of the location of the
proposed aggregate source allowing ten (10) days to determine
if source is acceptable.
b. Aggregates shall be tested for and shall pass the following
tests. Aggregates shall be sampled at their production source
and tested. They shall again be sampled and tested upon delivery
to the ready mix plant prior to placement. The tests are as
follows:
Tests
Test Method
Requirements
Gradation
ASTM
C136
ASTM C33
Specific Gravity
ASTM
C127 & C128
2.50 (Min.)
Potential Reactivity
ASTM
C289
Sc /RC 1.0
Soundness by Sulfate
ASTM
C88
8% Loss (Max.)
Organic Impurities of Sand
ASTM
C40
ASTM C33
SP 8 of 10
c. Samples of concrete shall be obtained by the molded cylinder
method. Three cylinders of concrete from each one -half tennis
court shall be taken. Each cylinder shall be given a number
and the point in the courts where the samples were noted
thereon. One cylinder of each set shall be tested at seven
days, another at 28 days and the third shall be held in reserve.
d. When subjected to a slump test for consistency, the concrete
shall not have a slump in excess of 4j ".
e. Job -Site Inspection: The City shall arrange for the perfor-
mance of the following tests:
Test Test Method Frequency
Slump ASTM C143 First load of each pour and when
taking strength specimens.
Compressive ASTM C31 One set of 3 per 100 cubic yds.;
strength minimum of one set per pour.
samples
Samples shall be tested for compressive strength; one at seven
(7) days and one at twenty eight (28) days per set.
10. CLEAN -UP
The Contractor shall clean up and remove from the premises all
unused material debris resulting from the performance of the
work of this section.
11. EXPANSION JOINTS FOR TENNIS COURTS
Expansion joints shall be filled with No. 90 silica sand and sealed
with DFC joint sealer.
12. PAINTING CONCRETE AT TENNIS COURTS
a. Application must be made by thoroughly experienced contractors.
Contractor must be able to show tennis court applications that
have been installed at least two years; and both material and
application must be completely satisfactory to the City.
b. The surface of all concrete slabs shall be cured six (6) weeks
before surfacing.
c. The cured concrete slabs shall be approved before any color
acrylic is applied. Application and mixing is to be in strict
accordance with Western Coatings Company play -on specifications.
d. Contractor shall lay out and paint tennis court playing lines
to the exact widths and dimensions as shown on the drawings.
Lines shall have sharp, clean edges.
e. Allow system to dry to minimum of two (2) days, warm weather,
before permitting play. Do not wash, hose down or sweep until
ten (10) days have elasped since final coating.
�
r
G
0
13. POSTS AND TIE -DOWN EYE
0 SP 9 of 10
Posts and tie -down eyes shall be installed where shown on plans.
The Contractor shall verify all measurements and he shall be
responsible for the proper working out of all details of a complete
installation.
CHAIN LINK FENCING
1. MATERIALS
a. Chain -Link Fabric. No. 11 guage 1 -3/4" mesh, hot - dipped
galvanized aft weaving. Wire pickets of which fabric is
made shall have a minimum tensile strength test of 70,000 pounds
per square inch based on the cross sectional area of the gal-
vanized wire. Galvanized steel fabric after weaving shall with-
stand twelve (12) one minute immersions under the Preece Test.
The product shall have a knuckled selvage along the top and
bottom.
I . Pie Framework. Standard hot - dipped galvanized steel pipe of
sizes shown on drawings, as herein specified and conforming
to the following:
Outside Diam. In Inches
3 -1/2
2 -7/8
2 -1/2
2
1 -5/8
Min. Wt. in Lbs /Ft.
7.58
5.79
3.65
2.72
2.27
c. Tops. Galvanized, apron base, cast iron. Dome type for terminal
and full gate posts; eye type for line posts.
d. Fittings. Malleable cast iron or pressed steel, unless otherwise
specified, hot - dipped galvanized, outside sleeve couplings.
e. Gates. Hot - dipped galvanized steel pipe frames, corner fittings
anfence fabric, cross braced and ball and socket hinged,
with spring latches accessible from both sides and fitted with
pressed steel bolted padlock hasps.
f. Posts. In the locations and of size indicated on the drawings.
2. INSTALLATION
a. Selvages. Top and bottom selvages knuckled.
b. Fabric. One width of fabric up to and including 12 feet.
SP 10 of i0
t
c. Top Rail. With couplings approximately every twenty (20) feet.
oup ings at least seven inches (7 ") long; one (1) coupling in
every five (5) shall contain a heavy spring to take up expan-
sion and contraction of top rail. The rail shall pass through
line post tops and form a continuous brace from end to end of
each stretch of fence. Top rail securely fastened to terminal
and gate posts by pressed steel connections.
d. Gates. Cross braced with two (2) three - eighths inch (3/8 ")
iameter iron rods with tightening device. Gates shall open
not less than one hundred eighty degrees (1800), but ninety
degrees (900) in either direction from closed position. Gates
shall be adjusted as approved by Landscape Architect. Openings
between gate and posts shall be less than diameter of tennis
ball.
e. Galvanizing. All metal, including bolts and nuts, shall be
hot-dipped galvanized to withstand twelve (12) one (1) minute
immersions under the Preece Test. The Contractor shall
furnish the Owner a manufacturer's certification statement that
the chain link fence fabric, fittings and all miscellaneous
metal parts meet requirements as herein specified. Welding
will not be acceptable in any fence construction components
after galvanizing.
Fabric Fastening. Fastened to line posts on court side of
fence with a ric bands spaced approximately fourteen inches
(14 ") apart and to railings with tie wires spaced approximately
twenty -four inches (2411) apart. Fabric shall be fastened to
terminal and gate posts with 1/4" x 3/4" stretcher bars which
shall have bar bands at a maximum of fourteen inches (14 ")
on center.
g. Guarantees. All fence materials shall be delivered to the work
si eTf nimum of ten (10) days prior to fence erection. From
said delivered fence materials, the Contractor shall furnish
the Owner samples of chain.link fabric, fabric bands, fittings,
etc. for testing. All materials which fail to meet requirements
herein specified shall be immediately removed from the work
site and replaced with acceptable materials.
It shall be the Contractor's responsibility to erect the fence
true to line and level, and with a taut fabric. Any fence
construction not meeting the City's approval shall be replaced
at the Contractor's expense with acceptable construction.
COMPLETION CLEANING
GENERAL
Contractor shall refer to Section 7 -8.1 of the Standard Specifications.
• CITY OF NEWPORT BEACH I*
Parks, Beaches and Recreation Department
BY THE CITY COUNCIL May 29, 1984
CITY Of NEWPORT BEACH
CITY COUNCIL AGENDA
MAY 2 91984
ITEM NO.� -3/�
TO: Mayor and City Council APPROVED
FROM: Parks, Beaches and Recreation Director
SUBJECT: .j-RffNE.TERRACE PARK IMPROVEMENTS (CONTRACT NO 2440)
Recommendations:
C - ati�o
(W)
Award Contract No. 2440 to FAV Engineering in the total amount of $78,232.00,
which includes $61,852.00 for all of the items included in the base bid, plus
$16,380.00 for the additive bid (A -2) item of concrete walkways; and authorize
the Mayor and City Clerk to execute the contract.
Discussion:
At 10:00 A.M. on May 17, 1984, the City Clerk opened and read ten bids for the
improvements to Irvine Terrace Park: / kt
DISJ -� OnC. ( I�C�SOu� alt t
�L>:L - ( A_ClAdditive u `
Bidder Base Bid 113 }2;1 Bid Item '
1. FAV Engineering $61,852 $16,380
Huntington Beach �-
2. R.G. Construction $64,981 $17,472
Santa Ana
3. Ferandell Tennis Courts $72,648 $15,251
San Diego
4. Gillespie Construction $80,225 $21,840
Costa Mesa
5. Wakeham Construction $86,161 $16,800
Fountain Valley
6. Western Contractor, Inc. $81,297 $16,212
Westminster
7. Challenge Engineering, Inc. $81,720 $12,180
Cypress
8. Nobest, Inc. $84,839 $14,700
Westminster
9. Valley Crest Landscape $88,214 $17,640
Santa Ana
10. Pacific Tennis Courts, Inc. $88,300 $23,772
E1 Toro
I
0
-2-
The low total price base bid is 13% below the Park Superintendent's estimate
of $67,000. Funding for award is proposed from the following accounts:
Description Account No. Amount
Irvine Terrace Park Improvements 10- 7797 -060 $67,300
Eastbluff Park Irrigation 10- 7797 -058 $11,000
(Transfer from)
A budget amendment transferring $11,000 from Account No. 10- 7797 -058 has been
prepared for Council consideration. This transfer will accommodate the additive
bid item of replacing the asphalt pathways in the park with long lasting concrete
walkways. Taking advantage of having a contractor in the area with the capability
of economically providing this change in walkways is desirable.
FAV Engineering, the low bidder, has performed previous contracts with the City
as the contractor who provided new sidewalks, curb and gutters on the Peninsula
with our tree replacement program. In addition, the listed subcontractor for
tennis court construction has successfully completed other similar projects for
municipalities in Southern California.
The project provides for the construction of two tennis courts, playground areas,
and walkways within Irvine Terrace Park.
The plans and specifications were prepared by Design Construct of Huntington Beach.
The estimated date of completion is September 1, 1984.
• i
CITY OF NEWPORT BEACH
PARKS, BEACHES AND RECREATION DEPARTMENT
PROPOSAL
2440
Contract No.
To The Honorable City Council
City of Newport Beach
3300 Newport Blvd.
Newport Beach, CA 92663
Gentlemen,
PR1
The undersigned declares that he has carefully examined the location of the
work, has read the Instruction to Bidders, has examined the Plans and Special
Provisions, and hereby proposes to furnish all materials and do all the work
required to complete this Contract No. 2440 in accordance with the Plans and
Special Provisions, and will take in full payment therefor the following unit
prices for the work, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. Lump Sum Demolition, clearing and
grubbing
0M7hoos ,J, Two 16"JIVIt
@ F;F'y Do liars
and
Zero /Cents $ 1,250.00 $#z5o.00
2. Lump Sum Site rough grading
Two Tkovsand.
@ Five hundred Dollars
and
7eroCents $.,500.00$ 2,300.00
3. 3 Each Install area drains per
plans and specifications.
Four hu..dreA,
@ Forty Semen Dollars
and
Zero Cents $ 447.00 q3 8.00
per each
4. Lump Sum Install drain lines per
plans and specifications
h;ne 6adre_� Six ---- Dollars
and
— zero Cents $ 906.00$ g06.OD
0 0
411
ITEM QUANTITY ITEM DESCRIPTION
UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS
PRICE PRICE
5. Lump Sum Construct two (2) tennis
@ One - -- Dollars
courts including fencing,
surfacing and appurtenances.
Foorty i-i%oosand
@ei�t 6gArej five _Dollars
7- lCgty— Cents $ I. 2 0
and
ze.q/Cents
$yo 0500 $468o3.0O
6. 405 Linear Construct P.C.C. mow strip
Feet
@ Six Dollars
and
_--- --zer-o /Cents $ 6.00 $ 4Z 3O.0o
Linear Ft.
7. 210 Linear Construct P.C.C. steps
Feet
@ Twenty floor Dollars
and
— zero /Cents $1q.00 $ 5,oyo. po
L inear t - -'�
8. 75 Linear Construct P.C.C. curb wall
Feet
@ Seven Dollars
and
j-iJer► fy� Cents $ 1.20 $ 50-0O
Linear Ft.
9. 3450 Square
Construct P.C.C. Sidewalk
Feet
@ One - -- Dollars
and
7- lCgty— Cents $ I. 2 0
$ yF /go.00
er Square K.
TO. 103 Cubic
Furnish and place Conrock
Yards
#28 Sand
@ TGlenty Seven— Dollars
and
5i +y Cents $ ,27.60
$ 38y3.00
Per Cubic Yard
SUB -TOTAL (Items 1 Through 10) $61,852.00
• • PR3
TOTAL PRICE FOR ITEMS 1 THROUGH 10 (BASE BID)
.5;X-ty cne tX0054.nd ecbhv hvtdrQj
+= V f y f00 Dollars
and
--- -vei-o1 Cents $ 61, 8 -52 • DO
ADDITIVE ITEMS
A -1 Lump Sum Construct basketball
court including
surfaci g
$L
E.1L,� �,�ariSdAs
a iwoJred Ar,: v y Dollars
and
— -- urd /Cents $ 9.2 9U.0o $ 90.00
Lump Sum
A -2 8,400 Demo and remove remainder
Square Feet of existing A.C. walks on-
site and construct P.C.C.
6' sidewalk 3P thick
@One Dollars
and
,tl,�7fy Fi'yr Cents $ 1.95 $ 16,3 0.00
Per Square Foot
Contractor's License No.A 435696 Frcsnclsco Alt. Villela►
(Bidder's Name)%
Date MdT 11 ; 1188
Authorized Signature Tit e
Bidder's Address 16111 SeacL Btv,j. 150i4, 106 gVntim,& %Semc� CA qz -1
Bidder's Telephone No. (7 14)8y7 --WOZ
• • Page 2
INSTRUCTIONS TO BIDDERS
The following contract documents shall be completed, executed and received
by the City Clerk in accordance with NOTICE INVITING BIDS:
1. PROPOSAL
2. INSTRUCTIONS TO BIDDERS
3. DESIGNATION OF SUBCONTRACTOR(S)
4. BIDDER'S BOND (sum not less than 10% of total bid price)
5. NON- COLLUSION AFFIDAVIT
6. STATEMENT OF FINANCIAL RESPONSIBILITY
7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES
except that cash, certified check or cashier's check (sum not less than 10% of
the total bid price) may be received in lieu of the Bidder's Bond. The title
of the project and the words SEALED BID shall be clearly marked on the outside
of the envelope containing the bid.
Bids shall not be received from bidders who are not licensed in accordance
with the provisions of Chapter 9, Division III of the Business and Professions'
Code. The low bidder shall also be required to possess a City of Newport Beach
business license prior to execution of contract.
Bids shall be submitted on the attached PROPOSAL. form. The additional
copy of the PROPOSAL form may be retained by the bidder for his records.
The estimated quantities indicated in the PROPOSAL are approximate, and are
given solely to allow the comparison of bid totals.
Bids are to be computed upon the estimated quantities indicated in the
PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis-
crepancy between wording and figures, bid wording shall prevail over bid figures.
In the event of error in the multiplication of estimated quantity by unit price,
the correct multiplication will be computed and the bids will be compared with
correctly multiplied totals. The City shall not be held responsible for bidder
errors or omissions in the PROPOSAL.
Contract documents shall bear signatures and titles of persons authorized
to sign on behalf of the bidder. For corporations, the signatures shall be of
the President or Vice President. For partnerships, the signatures shall be of
a general partner. For sole ownership, the signature shall be of the owner.
In accordance with the California Labor Code (Sections 1770 et seq.), the
Director of Industrial Relations has ascertained the general prevailing rate of
per diem wages in the locality in which the work is to be performed for each
craft, classification, or type of workman or mechanic needed to execute the con-
tract. A copy of said determination is available in the office of the City
Clerk. All parties to the contract shall be governed by all provisions of the
California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in-
clusive). The Contractor shall be responsible for compliance with Section 1777.5
of the California Labor Code for all apprenticeable occupations.
L435696 P
Contr's Lic. No. & Classification
M Qy
Date
Fr-olncisco A. vAgict
Bidder
Authorized Signature /Title
• • Page 3
DESIGNATION OF SUBCONTRACTOR(S)
The undersigned certifies that he has used bid(s) of the following listed
subcontractor(s) in making up his bid,and that the subcontractor(s) listed
will be used for the work for which they bid, subject to the approval of the
Engineer and in accordance with the applicable provisions of the Specifications.
No change of subcontractor may be made except with the prior approval of the
Engineer.and as provided by State law.
Item of Work Subcontractor Address
i
1.Teinnis court SIcs6 C-rnPe Toren 30407 -5asee e've Lau-waal
2.Tenn's yrt t-e" Cro enwest rear -e%��
3.
4.
5.
6.
7.
8.
9•
10.
11
12.
• Page 5
NON- COLLUSION AFFIDAVIT
The bidder, by its officers and agents or representatives present at the time
of filing this bid, being duly sworn on their oaths, say that neither they nor
any of them have, in any way, directly or indirectly, entered into any arrange-
ment or agreement with any other bidder, or with any public officer of such
CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has
paid or is to pay to such bidder or public officer any sum of money, or has
given or is to give to such other bidder or public officer anything of value
whatever; or such affiant or affiants or either of them has not directly or
indirectly, entered into any arrangement or agreement with any other bidder or
bidders, which tends to or does lessen or destroy free competition in the
letting of the contract sought for by the attached bids; that no bid has been
accepted from any subcontractor or materialman through any bid depository, the
bylaws, rules or regulations of which prohibit or prevent the bidder from con-
sidering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman
from submitting bids to a bidder who does not use the facilities of or accept
bids from or through such bid depository; that no inducement of any form or
character other than that which appears upon the face of the bid will be sug-
gested, offered, paid or delivered to any person whomsoever to influence the
acceptance of the said bid or awarding of the contract; nor has the bidder
any agreement or understanding of any kind whatsoever with any person whomso-
ever to pay, deliver to, or share with any other person in any way or manner,
any of the proceeds of the contracts sought by this bid.
Subscribed and sworn to before me
this 11 day of Mdy ,
19& .
My commission expires:
"1�C1nCi5c0 Ville-lo
Bidder
Authorized Signature /Title
Notary Public
0
• Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 1 work day after the bid opening if
the undersigned is the apparent tow bidder.
R
• • Page 7
I
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.
IQ BL( Y ONew� n Luy
1494 8wnt -/1
/71289llan,/ Sfv�.-o.bv)
FAV ENGINORING
-q, p Civil Engineering
1 Planning . Design 0 Construction
BRIEF SUMMARY OF RECENT PROJECTS.
*FRANCISCO A. VILLELA, P.E.
1. Design and Construction Supervision of Irrigation, Paving, Concrete Curb,
Gutters, Parking Lots: Downey Unified School District. Approximate Cost:
$355,000. Reference: Mr. Dale Wilson, Director M.O.T. Phone 213 923 6711.
2. Design and Construction Supervision of Water, Wastewater, Pumping, Treatment
Plants, Water Services, Water Mains, Streets and Freeways: City of Corona, Ca
Approximate cost: $7,000,000. Reference: Mr. John Grinrod. Phone 714
736 2372.
3. Design and Construction Supervision of Water Systems in general, Irrigation
and Landscaping for Medians: City of Norwalk, Ca. Approximate cost $750,000.
Reference: Mr. Fred Roos, ex- Director Public Works. Phone 213 941 5019.
4. Design and Construction Supervision of Landscaping and Irrigation of Median,
Pavement, Curb and Gutter at Telegraph Road, Santa Fe Springs. Approximate
cost: $290,000. Reference: Mr. John Price, Director Public Works. Phone
213 868 0511.
5. Construction of projects in Canada and abroad, ranging from Water Supply
Systems to Hydroelectric Plants. Approximate total aggregate cost:
$20,000,000.
Frank A. Villela is a professional Civil Engineer and Land Surveyor. He has
his own equipment and crew.
Frank A. Villela as a Project Manager maintains full control of the work from
beginning to completion.
Frank A. Villela, P.E.
Contractor
License No. 435696
FAV /fdt
December 1983
6331 .. Huntington Beach. Califomia 92647 USA 17111 892 -0914 1713) 837.3102
FAV ENGINWRING
-� Civil Engineering
Planning • Dcsign • Comtr ction
0 FRAP.CISCO A. VILLELA, P.E.
EXPERIENCE OF FRANK A. VILLELA IN CONTRACTING
1955/56 Road and bridge construction, province -wide, Nova Scotia Dept. of Highways
Nova Scotia. Approx. $500,000. Canada
Frank A. Villela, Design and
Construction Engineer
1958/63 Several highway and bridge jobs built by
force account, Guatemala.
Aggregate cost $3,000,000
1966/67 El Rancho- Salama construction project.
$7,000,000.
1967 Jurun- Marinala hydroelectric project.
$5,000,000.
1977/79 2 coffee processing and drying systems
on farms in Guatemala.
$43,000.
1979 Pananish concrete bridge.
$25,000.
1980 Tucuru potable water storage tank,
construction modification.
$$3,000.
Direccion General de Caminos
Guatemala
Frank A. Villela, Project En-
gineer /Builder
Frank A. Villela, Project Engi-
neer
Nat Harrison Construction Co.
Mr. Lester Sparks, Proj. Mgr.
Frank A. Villela, Project Engineer
Frank A. Villela, Builder
Farm Owners.
Frank A. Villela, Contractor
Miss Olga Riveiro, Mayor
Frank A. Villela, Contractor
Comments: The above - mentioned experience , 15 years, Frank A. Villela was directly
involved in design, purchasing of equipment and material, and construction to com-
pletion. Typical duties: design of concrete mixes from river gravel, construction
of reinforced structures, construction of water distribution systems, paving of roads,
construction of bridges, storm drains, sewers; payrolls, hiring of personnel.
December 1983
%)
C
. • Page 4
BIDDER'S BOND BOND NO. 1035688 -14
KNOW ALL MEN BY THESE PRESENTS,
That we, FAV ENGINEERING , as bidder,
and AMWEST SURETY INSURANCE COMPANY , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
Ninety -Five Hundred and No /100 * ^* *a,tiaa ** ** Dollars ($ 9,500.00 )+
lawful money of the United States for the payment of which sum well and truly
to be made, we bind ourselves, jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden bidder for the construction of
Irvine Terrace Park C -244o
Title of Project Contract No.
in the City of Newport Beach, is accepted by the City Council of said City, and
if the above bounden bidder shall duly enter into and execute a contract for
such construction and shall execute and deliver the "Payment" and "Faithful
Performance" contract bonds described in the Specifications within ten (10) days
(not including Saturday, Sunday, and Federal holidays) from the date of the
mailing of a notice to the above bounden bidder by and from said City that said
contract is ready for execution, then this obligation shall become null and
void; otherwise it is and shall remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any bidder above named executed this bond as an indi-
vidual, it is agreed that the death of any such bidder shall not exonerate the
Surety from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 15th day
of May , 1984.
(Attach acknowledgement of
Attorney -in -Fact)
Notary Public
Commission expires
X7
Title
FAV ENGINEERING
Bidder
Authorized Signature /Title
AMWEST SURETY INSURANCE COMPANY
5405 Garden Grove Blvd., #250
Westminster, CA,* 92683
Surety
Marcia D. —Smith
Attornev in Fact
}
§
\
§
}
k
v
b
(
�
9
2
/
2
§
%
M
§
\k
J
\§
2I
ak
2!
m
�
\
/\
�§
/\
/k
(
¥
§
\
!
\ \ \
Z\
}
�
)�
L
=
AAI WEST SURETY INSURANCE COAIPANY
6301 Owensmouth Avenue, Suite 304
Woodland Hills, California 91367
Telephone 213: 704 -1111'
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, That AMWEST SURETY INSURANCE COMPANY,A CALIFORNIA CDR
PORATION does hereby make, constitute and appouv
MARCIA D. SMITH
its true and lawful Attorneys) in Fact, with full power and authority for and on behalf of the company as surety, to execute
and deliver and affix the seat of the company theicto of a seal is required, bonds, undertakings, recogrsrzances or other written
obligations in the nature thereof, as follows,
CONTRACT, LICENSE, PERMIT, COURT b MISCELLANEOUS BONDS TO $250,000.00
and to bind AMWEST SURETY INSURANCE COMPANY thereby, and all of the acts of said Atiorneys-in -Fact, pursuant to
these presents, are hereby faufied and confnmed. This appointment is made under and by authority of the following provr
%ions of the By Laws of the company, which are now in full force and effect:
Article III, Section 7 of the By Laws of AMWEST SURETY INSURANCE COMPANY
This Power of Attorney is signed and sealed by facsmide -incier and by the authority of the following resolutions adop
led by the board of directors of AMWEST SURETY INSURANCE COMPANY at a meeting duly held on December 15, 1975.
RESOLVED that the president or any vice president, in conjunction with the secretary or any assistant secre.
tary. may appoint attorneys in fact or agents with authority as defined or limited in the instrument evidencing the
appointment in each case, for and on behalf of the company to execute and deliver and affix the seal of the com-
pany to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and said officers may remove
any such attorney -in -fact or agent anti revoke any power of attorney previously granted to such person.
RESOLVED FURTHER that any bond, undertaking, recognizance, or suretyship obligation shall be valid
and binding upon the company
(i) when signed by the president or any vice. president and attested and sealed (if a seal be required) by any
secretary or assistant secretary; or
60 when signed by the president or any vice president or secretary or assistant secretary, and countersigned
and sealed (if a seal be required) by a duly authorized attorney in fact or agent; or
(iii) when duly executed and sealed hl a sedl be required) by one or more attorneys in fact or agents put
suant to and within the limits of the authority evidenced by the power of attorney issued by the company to such
person or persons.
RESOLVED FURTHER that the signature of any authorized officer and the seal of the company may be
affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of
any bond, undertaking, recognizance., or other suretyship obligations of the company; and such signature and seal
when so used shall have the same force and effect as though manually affixed.
IN WITNESS WHEREOF, AMWEST SURETY INSURANCE COMPANY has caused these presents to be signed by its
Proper officer, and its corporate seal to be hereunto affixed this 17 TH day of SEPTEMBER 19 81
SURETYINSURANCE
wt �1•Mgq�,
. p
STATE OF CALIFORNIA, COUNTY OF LOS ANGELES — ss
On thislMday of SEPTEMBER A.D., 1981 , personally came before nie RICHARD H. SAVAGE
and MARGE SCHNEIDER to me known to be the individuals and officers of AMWEST SURETY INSURANCE COM•
PANY,CALIFORNIA who executed the above instrument, and they each acknowledged the execution of the same, and being
by me duly sworn, did severally depose and say: that they are the said officers of the corporation aforesaid, and that the seal
affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers
were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation.
„r OFFICIAL KAL
CATHERINE THOMPSON
NWAW PUBLIC. CALWOOM
LOSAMULESOO1MW
Nt Comnrini Eµ ■V IL Hills
(SEAL)
Notary Pub Lc
•
CITY OF NEWPORT BEACH
i
PARKS, BEACHES AND RECREATION DEPARTMENT
April 23, 1984
C
COUNCIL AGENDA
ITEM NO. F- 20
BY THE CITY COUNCIL
CITY OF NEWPORT BEACH
TO: MAYOR AND CITY COUNCIL
FROM: Parks, Beaches and Recreation Director APR 231984
1
SUBJECT: IRVINE TERRACE PARK IMPROVEMENTS (C- 2440)
RECOMMENDATION: 7
1. Approve the plans and specifications
2. Authorize.the City Clerk to advertise for
bids to be opened at 10:00 a.m. on May 17,
1984.
DISCUSSION:
RAW; mm
The 1983 -84 budget contains an appropriation to
provide the construction of two tennis courts and
a new playground area in Irvine Terrace Park. The
schematic plans have been reviewed and approved
by the Irvine Terrace Homeowners Association.
Funding for the project is City Funds:
Park and Recreation Fund $75,000
The project was designed by Design- Construct, Land-
scape Architects of Huntington Beach. The Archi-
tect's estimate for the project is $67,500. The
estimated date of completion is August 15, 1984.
A complete set of plans will be available in the
City Council Conference room.
A