Loading...
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