HomeMy WebLinkAboutC-2553 - Desilting Basin Modifications & Contractor's Storage Yard at Big Canyon Reservoirr 0
CITY OF NEWPORT BEACH
December 9, 1986
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
FAV Engineering
17610 Beach Blvd., Suite 32B
Huntington Beach, CA 92647
(714) 644 -3005
Subject: Surety: Amwest Surety Insurance Company
Bonds No.: 1101627
Contract No.: C -2553
Project: Desilting Basin Modification and Contractor's
Storage Yard at Big Canyon Reservoir
The City Council on November 10, 1986 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
in accordance with applicable sections of the Civil Code.
The Notice was recorded by the Orange County Recorder on November 19,
1986, Reference No. 86- 568916.
Sincerely,
Wanda E. Raggio
City Clerk
WER:pm
cc: Public Works Department
{
3300 Newport Boulevard, Newport Beach
86 PLEASE RETURN TO: 8:568916 OFORD�FICIAt RECORDS
City Clerk /��? tz ��t • EXEMPT RECORDING REQUEST PLO CALIFORNIA
City of Newport Be ch GOVERNMENI'CODE6103 '2 so
3300 Newport Blvd. -- PM NOV 19'8
Newport Beach, CA 92663 -3884 / q
• � Q>4���t1n11„GY GOilNiv
NOTICE OF COMPLETION
+HO CONSIDERATION a -e +ce
PUBLIC WORKS P,
C14
I o All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on November 10, 1986 _
the Public Works project consisting of Desilting Basin Modification and Contractor's_
Storage Yard at Big Canyon Reservoir (C-2553)
on which FAV Engineering, 17610 Beach Blvd., Suite 32B, Huntington Beach, CA 92647
was the contractor, and Amwest Surety Insurance Company. 5405 Garden Grove Blvd., 11250,
was t i� l 0', was completed. Westminster, CA 92683
� EWCIj j0StO.
819a6vp
reigned, say:
VERIFICATION
CITY OF NEWPORT BEACH
, J �Z ,
Public Works Director
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on November 14, 1986 at Newport Beach, California.
✓! "[�Y7/ Iry ✓r+��.C'- . � ���w
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 November 10, 1986 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 November 14, 1986 at Newport Beach, California.
City Clerk
om rxK,-Ip
Ve In 3,- C*
CITI *OF NEWPORT 11ACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
November 14, 1986
County Recorder's Office
P.O. Box 238
Santa Ana, California 92702
(714) 644 -3005
Enclosed is the following document for recordation and return
to the above -named office:
Desilting Basin Modification and Contractor's Storage Yard at
Big Canyon Reservoir (C- 2553).
Sincerely,
C� • /t�
Wanda E. Faggio
City Clerk
3300 Newport Boulevard, Newport Beach
•
0
L
TO: CITY COUNCIL
FROM: Public Works Department
0
BY THE C ?I"i CJJNCii
CITY OF NE &ORT REACH
WN 10 1986
APPROVED
November 10, 1986
CITY COUNCIL AGENDA
ITEM NO. F -12
SUBJECT: ACCEPTANCE OF DESILTING BASIN MODIFICATON AND CONTRACTOR'S STORAGE
YARD AT BIG CANYON RESERVOIR (C -2553)
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days
after Notice of Completion has been recorded in accordance with
applicable sections of the Civil Code.
DISCUSSION:
The contract for the construction of the subject project has been
completed to the satisfaction of the Public Works Department.
The bid price was $ 91,500.00
Amount of unit price items constructed 88,797.35
Amount of change orders none
Total contract cost $ 88,797.35
Funds were budgeted in the General Fund, Account No. 50- 9297 -005.
The contractor is FAV Engineering of Huntington Beach, California.
The contract date of completion was September
was delayed by wet ground encountered at the Utilities
completed by October 16, ,11986.
k,44<—
Benjamin B. Nolan
Public Works Director
GPD:bjm
15, 1986. The contractor
Yard. The work was
l]
0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
(7141640 -2251
TO: FINANCE DIRECTOR
Public Works Department
FROM: CITY CLERK
DATE: July 15, 1986
SUBJECT: Contract No. C -25
Description of Contract Desilt
Storage Yard at Big Canyon Reservoir
Effective date of Contract July 14. 1986
i ,7
Basin Modification and Contractor's
Authorized by Minute Action, approved on June 23, 1986
Contract with FAV Engineering
Address 17610 Beach Blvd., Suite 32B
Huntington Beach, CA 92647
Amount of Contract $91,500.00
Wanda E. Andersen
City Clerk
WEA :Ir
attach.
City Hall • 3300 Newport Boulevard, Newport Beach, California 92663
C7
TO: CITY CLERK
FROM: Public Works Department
E
July 10, 1986
SUBJECT: DESILTING BASIN MODIFICATION
CONTRACTOR'S STORAGE YARD AT BIG
CANYON RESERVOIR, C -2553
Attached are four copies of the subject contract
documents. Please have executed on behalf of the City, retain
your copy and the insurance certificates, and return the
remaining copies to this department.
V
Stephen J. Luy
Project Engineer
SJL:em
Att:
• 0 CITY CLERK
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92658 -8915
until 11:00 A.M. on the 12th day of June , 1986,
at which time such bids sha T be opened and read for
DESILTING BASIN MODIFICATION
AND NTR TOR' RA RD YA AT BIG CANYON RESERVOIR
it e o Protect
ro�
PON
2553
Contract No.
$88,000
Engineers
Estimate-0
oil
� � P
��FORN/
%z,
Approved by the City Council
this 27th day of May , 1986.
an a E. Raggio
City Clerk
Prospective bidders may obtain one set of bid documents at no cost
at the office of the Public Works Department, 3300 Newport Boulevard,
P. 0. Box 1768, Newport Beach, CA 92658 -8915.
For further information, call Stephen J. Luy at 644 -3311.
Project Manager
9 •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
DESILTING BASIN MODIFICATION AND CONTRACTOR'S STORAGE YARD
AT BIG CANYON RESERVOIR
CONTRACT NO. 2553
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
P. 0. Box 1768
Newport Beach, CA 92658 -8915
Gentlemen:
PR 1.1
The undersigned declares that he has carefully examined the location of the work, has read the
Instructions 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. 2553
in accordance with the Plans and Special Provisions, and will take in full payment therefor
the following unit price 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 Mobilization
@ Ten Thousand Dollars
and
No Cents $10,000.00
Per Lump Sum
2. 30 Construct Type "A" P.C.C. curb and
Lineal Feet gutter (modified)
@ Twenty Seven Dollars
and
No Cents $ 27.00 $ 810.00
Per Lineal Foot
3. 1 Construct curb inlet L = 5.0' per
Each City of Newport Beach Std. -305 -L
@ Three Thousand Thirty Six Dollars
and
Eighty Cents $_3 , 036. 80 $ 3,036.80
Each
I U
i 7
O N N
y U
0 U t =
O ro 4�
U >1 C•;4-
L •r •r O
O .- >
a• r y r Y
ro a U a L
J ro ro O 3
yr- L U
}t 4J N r t
N C r N
W r-
0 -, I 34-
row O
O O r• +
O ro 0-0 U
M •C C C
y y ro to
C L Y w E
O 7 IV i
r N 4J y O
N C S- V W
U •r y O L
y V u y
!n y C a
W ro y
O O O = _
4J 4J 4J 4J
C L. i W m
O y 0 0 C
N O C N u
r 00 C
> CIL O
O E + •r
L y ro N
CL N O
>,c> u
y i y O
N > E n L
y O O
4- u y v-
O y = y
L- Y
y r N
L 7 i t N=
ro Q y i� C
yY•r O Y
ro L L ; •r U
O N ro
Et 3 y•r %-
ro u U >a+
r i C O C
. = O to L O
;4-•v au
�V
J
i
r
i
y
y
C
C
W
Q
M
LO
LO
N
M
•
•
PR 1.2
ITEM
QUANTITY
ITEM DESCRIPTION
UNIT
TOTAL
NO.
AND UNIT
UNIT PRICE WRITTEN IN WORDS
PRICE
PRICE
4.
688
Place aggregate base
Tons
@ Seventeen
Dollars
and
No
Cents
$_17.00
$
11,696.00
Per Ton
5.
258
Place asphalt concrete base course
Tons
@ Sixty One
Dollars
and
Thirty
Cents
$
61.30
$
15,815.40
Per Ton
6.
86
Place asphalt concrete finish course
Tons
@ Sixty One
Dollars
and
Thirty
Cents
$
61.30
$
5,271.80
Per Ton
7.
97
Construct P.C.C. gravity retaining
wall
Lineal Feet
@ Eighty
Dollars
and
No
Cents
$
80.00
$
7,760.00
Per Lineal Foot
8.
415
Construct 6' chain link fence and
Lineal Feet
gates with barbed wire
@ Twelve
Dollars
and
No
Cents
$
12.00
$
4,980.00
Per Lineal Foot
9.
Lump Sum
Construct P.C.C. storage bunker
Thirtt
@ Fourteen Thousand One Hundred/ DM ars
and
No
Cents
$
14,130.00
$
14,130.00
Per Lump Sum
• • PR 1.3
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
10. Lump Sum Construct P.C.C. desilting basin
bulkheads
Eighteen Thousand Dollars
and
No Cents $18,000.00 $18,000.00
Per Lump Sum
TOTAL PRICE WRITTEN IN WORDS
Ninety -One Thousand Five Hundred
No
June 12, 1986
(714) 847 -2522
Bidder's Telephone Number
435696 A
Contractor's License No. & Classification
Dollars
and
Cents $ 91,500.00
FAV ENGINEERING
Bidder
Frank A. Villela - Owner
Authorized Signature /Title
17610 Beach Blvd., Suite 32B
dder's A dress
Huntington Beach, CA 92647
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. TECHNICAL ABILITY AND EXPERIENCE REFERENCES
except that cash, certified check or cashier's check (sum not less that 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.
The City of Newport Beach will not permit a substitute format for the
contract documents listed above. Bidders are advised to review their content
with bonding and legal agents prior to submission of 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.
The estimated quantities indicated in the PROPOSAL are approximate, and
are given solely to allow the comparison of bid totals.
Page 2
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 and omissionsin 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 sec.), 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.
435696 A
Contr's Lic. No. & Classification
June 12, 1986
F
Bidder
s /Frank A. Villela - Owner
Authorized Signature /Title
r
L
DESIGNATION OF SUBCONTRACTOR(S
. Page 3
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.
Subcontract Work Subcontractor Address
1. Fence Item 8 Golden West Fence Co., Inc. P.O. Box 946 Westminster, CA
92683
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
FAV ENGINEERING
Pidd�r
s /Frank A. Villela - Owner
Authorized Signature /Title
0 ORIGINAL SEE CITY CLERK's FIL *PY
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, FAV ENGINEERING
Page 4
as bidder,
and AMWEST SURETY INSURANCE COMPANY , as Surety, are held
and firmly bound unto the City of Newport Beach, Calfornia, in the sum of
** *Ninety -One Hundred Fifty and No /100 * ** Dollars ($ 9,150.00 * ** ),
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
Desilting Basin Modification & Contractors Storage Yard #2553
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 to said City 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 contract documents for execution to the above bounden bidder by
and from said City, 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 individual,
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 11th day
of June , 1986
(Attach acknowledgement of
Attorney -in -Fact)
S /Maril n Kay Carlisle
Notary Public
Commission Expires: 6/29/87
FAV ENGINEERING
Bidder __ "f'=J
S /Frank /A. Villela - Owner
Authorized Signature /Title
AMWEST SURETY INSURANCE COMPANY
Surety
By S /Marcia D. Smith
Title Attorney in Fact
5405 Garden Grove Blvd., #250
Westminster, CA 92683
r�
L
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
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.
FAV ENGINEERING
____UAder
S /frank A. Villela - Owner
Authorized Signature /Title
Subscribed and sworn to before me
this 11th day of June
1986 .
My commission expires:
6/29/87 S /Marilyn Kay Carlisle
Notary Public
0
• Page 6
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.
Over $500,000 Public Works Projects, Cities of Newport Beach,
in Valley, Norwalk Others 1983 -86
FAY ENGINEERING
S /Crank A. Villeia - Owner
Authorized Signature /Title
•
N O T I C E
• Page 7
The following are 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 8 & 9)
FAITHFUL PERFORMANCE BOND (pages 10 & 11)
CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12, 13, 14)
CONTRACT (pages 15 & 16)
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 submission of bid.
BONDING COMPANIES shall be acceptable as sureties in accordance
with the latest revision of Federal Reqister Circular 570.
INSURANCE COMPANIES shall be (1) licensed to conduct business in
California, and (2) assigned Policyholders' Rating A (or higher) and
Financial Size Category Class VIII (or larger) in accordance with the
latest edit'ion of Best's Key Rating Guide: Property - Casualty.
Coverages shall be provided for all TYPES 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 Specifications for Public Works Construction (latest edition
adopted for use in the City of Newport Beach), except as supplemented
or modified by the Special Provisions for this project.
Ll
ISSUED IN QUADRUPLICATE
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS, That
Page 8
BOND NO. 1101627
Premium: $2,080.00
(Includes Performance &
Payment Bond)
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted
has awarded to
June 23, 1986
FAV ENGINEERING
hereinafter designated as the "Principal ", a contract for DESILTING BASIN
MODIFICATION AND CONTRACTOR'S STORAGE YARD AT BIG CANYON RESERVOIR (C -2553)
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond with said contract, providing that if
said Principal or any of his or its subcontractors, shall fail to pay for any materials,
provisions, or other supplies used in, upon, for, or about the performance of the
work agreed to be done, or for any work or labor done thereon of any kind, the Surety on
this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We
FAV
as Principal, and AmwFST SURETY INSURANCE COMPANY
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
* ** Ninety-One Thousand Five Hundred and No /100 * **
Dollars ($ 91,500.00 * ** )
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, or other supplies,
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 Unemploy-
ment 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.
The bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 3181 of the California Civil Code
so as to give a right of action to them or their assigns in any suit brought upon
r
0
Payment Bond (Continued)
9 Page 9
this bond, as required by the Provisions of Sections 3247 et. seq. of the Civil Code of
the State of California.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or the specifications accompanying the same shall in
any wise affect its obligations on this bond, and it does hereby waive notice of any
such change, extension of time, alterations or additions to the terms of the contract
or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Princi pal and
Surety above named, on the ist day of July , 19 86
FAV ENGINEERING (Seal)
Name of Contractor Principal
Authorized Signature and Title
Authorized Signature and Title
AMWEST SURETY INSURANCE COMPANY :(Seal).
Name of Surety
5405 Garden Grove Blvd., #250
Westminster, CA 9 683
Address of Sure
/%
Signature and Title of Authorized Agent
Marcia D. Smith, Attorney in Fact
Same as above
dress of Agent
(714) 891 -4778
Telephone No. of Agent
LL.
\
E
j
/
/
§
§
L-.
_ \E E
• ;;{
} \§ ~
)Z
) ■!] ,
§g222 ----3
! LL4
k . ;k2
{) \�
2a�\
i§LA
\-/
u 2| k
� j \ }
) ] 2 °ogj!
\§E■
0 § !
®�§�7
3§
� \\
{a <u
§E
3J2
• Page 10
�n�t '.' - ~• ISSUED IN QUADRUPLICATE
G...i
FAITHFUL PERFORMANCE BOND BOND No. 1101627
Premium: $2,080.00
(Includes Performance &
KNOW ALL MEN BY THESE PRESENTS, That Payment Bond)
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted June 23, 1986
has awarded to FAV ENGINEERING
hereinafter designated as the "Principal ", a contract for DESILTING BASIN
MODIFICATION AND CONTRACTOR'S STORAGE YARD AT BIG CANYON RESERVOIR iC -25531
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
as Principal, and
AMWEST SURETY INSURANCE COMPANY
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
* ** Ninety -One Thousand Five Hundred and NO /100 * ** Dollars $91,500.00 * **
J.
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
0
Faithful Performance Bond (Continued)
• Page 11
of any such change, extension of time, alterations or additions to the terms of the
contract or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the Ist day of July , 19 86
FAV ENGINEERING (Seal)
Name of Contractor (Principal)
Authorized Signature and Title
Authorized Signature and Title
AMWEST SURETY INSURANCE COMPANY (Sedl)
Name of Surety
5405 Garden Grove Blvd., X6250
Westminster, CA 92683
Address of Surety -
Signature and Title of Authorized Agent
Marcia D. Smith, Attorney in Fact
Same as above
Address of Agent
(714) 891 -4778
Telephone No. of Agent
0
Lij
o,
0
$
(
§
k
/
§
)
\\�\
}
):
\
(
)})
\
§k�
)\
»
` /
\)J
eCA
u
)ƒ
\)
SwF.
00
\� }
Ogg
2
Kra±
�
§
{\
�()
<!a
®r!$z
3G2
;■e
• CERTIFICATE OF INSURANCE . Page 12
INSURANCE
City of Newport Beach
3300 Newport Boulevard
Company
A
TRUCK INSURANCE EXCHANGE
Newport Beach, CA 92663
COMPANY
Letter
Policy
FARMERS INSURANCE GROUP OF COMPANIES
g. ro uc s
Company
B
FARMERS INSURANCE EXCHANGE
NAME AND ADDRESS OF INSURED
Each
Letter
FAR ERS INSURANCE GROUP OF COMPANIES'
FAV ENGINEERING
Company
C
TRUCK INSURANCE EXCHANGE
GENERAL LIABILITY
x Comprehensive Form
Letter
Bodily Injury
FARMERS INSURANCE GROUP OF COMPANIES
17610 Beach Blvd., Suite 32 -B
A
Company
D
2/8/87
Property Damage
$500,000
Letter
x Explosion & Collapse Hazard
Huntington Beach, CA 92647
Company
E
x Underground Hazard
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).
;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 thereof, the•Insurance Company affording coverage
shall provide 30 da ' advance notice to the City of Newport Beach by
registered mail, ntion: Public Works Department.
RE
ze
ve
Agency FRED BRUNNER INSURANCE AGENCY
7962 TENTH ST., S -220, WESTMINSTER,CA. 92683
Date: 6/30/66 Telephone: 714 750 0990
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:
DESILTING BASIN MODIFICATION AND CONTRACTOR'S STORAGE YARD AT BIG CANYON RESERVOIR C -2553
Pro.iect Title and Contract Number
NOTICE: This certificate or verification of insurance is not an insurance policy and does not
amend, extend or alter the coverage afforded by the policies listed herein. Notwith-
standing any requirement, term, 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 terms, exclusions and conditions of such policies, including attached endorsements.
01
Policy
LIMITS OF LIABILITY IN THOUSANDS
000
COMPANY
TYPES OF INSURANCE
Policy
ExP.
g. ro uc s
LETTER
COVERAGE REQUIRED
No.
Date
Each
Completed
Occurrence
Operations:
GENERAL LIABILITY
x Comprehensive Form
Bodily Injury
$500,000
$500,000
A
x Premises - Operations
14812191
2/8/87
Property Damage
$500,000
$500,000
x Explosion & Collapse Hazard
x Underground Hazard
x Products /Completed Operations
Bodily Injury
Hazard
and Property
❑x Contractual Insurance
Damage Combined
$500,000
$ 500,000
x Broad Form Property Damage
x Independent Contractors
x Personal Injury
Marine
Personal Injury
500,000
Aviation
AUTOMOTIVE LIABILITY
❑x Comprehensive Form
Bodily Injury
$500,000
8/8/86
(Each Person
B
0 Owned
112947625
$
Bodily Injury
(Each Occurrence)
500,000
❑x Hired
Pro ert Oama e
500,000
Bodi y Inj7ury and
Non -owned
Property Damage
Combined
500,000
$
EXCESS LIABILITY
❑ Umbrella Form
Bodily Injury
❑ Other than Umbrella Form
and Property
Damage Combined
$
$
WORKERS' COMPENSATION
10/21/8
Statutory
C
EMPLOYERr'S LIABILITY
N0107431
WC
2,000,000
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 thereof, the•Insurance Company affording coverage
shall provide 30 da ' advance notice to the City of Newport Beach by
registered mail, ntion: Public Works Department.
RE
ze
ve
Agency FRED BRUNNER INSURANCE AGENCY
7962 TENTH ST., S -220, WESTMINSTER,CA. 92683
Date: 6/30/66 Telephone: 714 750 0990
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:
DESILTING BASIN MODIFICATION AND CONTRACTOR'S STORAGE YARD AT BIG CANYON RESERVOIR C -2553
Pro.iect Title and Contract Number
NOTICE: This certificate or verification of insurance is not an insurance policy and does not
amend, extend or alter the coverage afforded by the policies listed herein. Notwith-
standing any requirement, term, 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 terms, exclusions and conditions of such policies, including attached endorsements.
01
. • Page 13
CITY OF NEWPORT BEACH
AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
I. With respect to such insurance as is afforded by the policy for Bodily Injury and
Property Damage Liability, the City of Newport Beach, its officers and employees are
additional insureds but only with respect to liability 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 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
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
( X� Single Limit
Bodily Injury Liability
and
Property Damage Liability
Combined
each occurrence
each occurrence
$ 500.000 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.
DESILTING BASIN MODIFICATION AND
5. Designated Contract: CONTRACTOR'S STORAGE YARD AT BIG CANYON RESERVOIR C -2553
Project Title and Contract No.).
This endorsement is effective 6/29/86 at 12:01 A.M. and forms a part of
Policy No. 11294 76 26 .
Named Insured FAV ENGINEERING Endorseme No. 1
Name of Insurance Company FARMERS INSURANCE GROUP BY F. .B NER
Authorized Representative
• • Page 14
CITY OF NEWPORT BEACH
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 liability arising out of operations performed by or on
behalf of 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 nold 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.
( ) Multiple Limits
Bodily Injury Liability $ each occurrence
Property Damage Liability $ each occurrence
(X) Single Limit
Bodily Injury Liability $ gno -non 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 damagesas 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
DESILTING BASIN MODIFICATION AND
7. Designated Contract: CONTRACTOR'S STORAGE YARD AT BIG CANYON RESERVOIR -
Project Title and Contract No.
This endorsement is effective 6/29/86 at 12:01 A.M. and forms a part of
Policy No. 1481 21 91
Named Insured FAV ENGINEERING Endors nt No. —I
Name of Insurance Company FARMERS INSURANCE GROUP By F.H.BRUNNER
OF COMPANIES Authorized Representative
CONTRACT
. Page 15
THIS AGREEMENT, entered into this day of , 19
by and between the CITY OF NEWPORT BEACH, hereinafter "Cit and
FAV_ENGINEERING , hereinafter "Contr ctor," s made with
reference to the following facts:
(a) City has heretofore advertised for bids for the following
described public work:
DESILTING BASIN MODIFICATION AND CONTRACTOR'S STORAGE 2553
Title of Project Contract No.
YARD AT BIG CANYON RESERVOIR
(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:
DESILTING BASIN MODIFICATION AND CONTRACTOR'S STORAGE 2553
Title of Project Contract No.
YARD AT BIG CANYON RESERVOIR
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
Ninety One Thousand Five Hundred & No /100 ($ 91,500.00 ).
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)
• 0 Page 16
(f) Plans and Special Provisions for DESILTING BASIN MODIFICATION
AND CONTRACTOR'S STORAGE YARD AT BIG CANYON S R
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:
City Clerk
APPROVED AS TO FORM:
.i
l
City Attorney
Name of C ntract r (Principal)
Ds✓•►o e
Authorized Signature and Title
Authorized Signature and Title
CITY
• • SP1of3
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
DESILTING BASIN MODIFICATION
AND
CONTRACTOR'S STORAGE YARD
AT BIG CANYON RESERVOIR
CONTRACT NO. 2553
I. SCOPE OF WORK
The work to be done under this contract consists of (1) constructing
desilting basin bulkheads, (2) constructing a storage bunker, (3)
constructing a storage yard, (4) constructing drainage improvements,
and (5) performing other incidental items of work within the limits
as shown on the plans.
All work necessary for the completion of this contract shall be done in
accordance with (1) these Special Provisions, (2) the Plans (Drawing
No. D- 5170 -S), (3) the City's Standard Special Provisions and Standard
Drawings for Public Works Construction Edition), an ) the Standard
Specifications for Public Works Construction (1985 Edition). Copies of the
Standard Specifications may be purchased from Building News, Inc., 3055
Overland Avenue, Los Angeles, California 90034, telephone (213) 870 -9871.
A copy of the Standard Special Provisions and Standard Drawings may be
purchased at the Engineer's office for $5.
II. TIME OF COMPLETION
The Contractor shall complete all field work on this contract within sixty
(60) consecutive calendar days, but no later than September 15, 1986. No
work shall begin until a schedule of work has been approved by the Engineer.
III. PAYMENT
The unit or lump sum price of each item of work shown on the proposal shall
be considered as full compensation for all labor, equipment, materials, and
all other things necessary to complete the work in place, and no additional
allowance will be made therefor.
Payment for all items of work not separately provided for in the proposal
shall be included in the prices bid for other items of work.
Partial payments for mobilizaton shall be made in accordance with Section
10264 of the California Public Contract Code.
IV. CONSTRUCTION SURVEY STAKING
Field staking for control of construction will be provided by the Engineer.
V. WATER
9 SP2of3
If the Contractor desires to use City water, he shall arrange for a meter
and tender a $500 meter deposit with the City. Upon return of the meter in
good condition to City, the deposit will be returned to the Contractor, less
a quantity charge for water usage.
VI. SURFACE AND GROUNDWATER
Groundwater or surface runoff water containing mud, silt or other dele-
terious material due to the construction of this project shall be treated by
filtration or retention in settling basin(s) sufficient to prevent such
material from migrating into the lower reaches of the storm drain channel.
VII. CONSTRUCTION DETAILS
A. Asphalt Concrete
1. Base Course - -The base course shall be 3- inch -thick Type III -B2 with
5.2 to 5.8 percent AR 4000 paving asphalt.
2. Finish Course - -The finish course shall be a 1- inch -thick Type III -C3
with 5.6 to 6.0 percent AR 4000 paving asphalt.
Prior to placing the finish course, a tack coat of Type SS -1h
asphaltic emulsion at a rate not to exceed one -tenth (1/10) of a
gallon per square yard shall be uniformly applied to the A.C. base
course, and the Portland cement concrete edges against which asphalt
concrete is to be placed. The surface shall be free of all loose
material or dust when the tack coat is applied.
3. Patchbacks -- Asphalt surface improvements adjacent to any curb and
gutter to be replaced shall be removed and reconstructed by the
Contractor with the same type materials to an equivalent structural
section as the existing asphalt improvements. The cost of the
asphalt patchback shall be included in the cost per linear foot of
curb and gutter.
B. Chain Link Fence
Chain link fence, gates and barbed wire shall conform to Sections 206 -6
and 304 -3 of the Standard Specifications.
C. Storage Bunker
The costs for removal of existing encroaching improvements and the
construction of Type A P.C.C. curb and gutter, A.C. patchback, down
drain, bunker walls, bunker floor and base shall be included in the lump
sum cost to construct P.C.C. storage bunkers.
D. Desilting Basin Bulkheads
The cost for removal of existing encroaching improvements and the
construction of bulkheads, valves, drain, joint filler and sealant shall
be included in the lump sum cost to construct P.C.C. desilting basin
bulkheads.
• SP3of3
VIII. CONSTRUCTION SITE AND CONTRACTOR'S AREAS
During construction, and throughout the entire period of the contract, the
contractor shall maintain the premises in an orderly condition, free from
accumulation of waste materials, rubbish and debris. Upon satisfactory
completion of the contract and before acceptance of the work by the City,
the Contractor shall remove tools, equipment and materials and leave the
work site in a clean appearance.
The Contractor may store materials and equipment in an orderly manner at the
construction site in those areas designated by the City Utilities
Superintendent, Mr. Gil Gomez (644- 3011).
IX. CONCRETE
Concrete for desilting basin bulkheads shall be Class 560 -B -3250, as spe-
cified in Standard Specifications Section 201 -1. Concrete for gravity
retaining wall, bunker floor and retaining wall shall be Class 560 -B -3250.
. *e 23, 1986
BY THE 0Y 0'0UHC9.ITY COUNCIL AGENDA
CITY OF NEWPORT 6FA&M NO. F -3(a)
TO: CITY COUNCIL JUN 23 1995)
• FROM: Public Works Department APPROVED
SUBJECT: DESILTING BASIN MODIFICAT E YARD AT
BIG CANYON RESERVOIR (C -2553)
RECOMMENDATION:
Award Contract No. 2553 to FAV Engineering for the total price of $91,500,
and authorize the Mayor and the City Clerk to execute the contract.
DISCUSSION:
At 11:00 A.M. on June 12, 1986, the City Clerk opened and read the
following bids for this project:
Bidder
Tntal Prira
Low FAV Engineering $ 91,500.00
2 Jerry Cross Paving Co. 100,485.79
3 Clarke Contracting Corp. 115,662.00
4 Pentaco Inc. & A. M. Galbreath 130,460.00
• The low total price bid is 4% above the Engineer's estimate of $88,000.
Funding for award is proposed from the following account:
Description Account No. Amount
Big Canyon Reservoir Improvements 50- 9297 -157 $50,000
Contractor's Storage at Big Canyon Reservoir 50- 9297 -005 25,000
Purchase Storage, San Joaquin Reservoir 50- 9297 -007 16,500
Total $91,500
The low bidder FAV Engineering, is a well - qualified general contractor
who has successfully completed other contracts for the City.
The project provides for the construction of additional desilting
basin bulkheads and a contractor's storage yard within the Big Canyon Reservoir
site. In addition, a storage bunker will be constructed at the Utilities
Department's 16th Street site.
The additional bulkheads may improve the effectiveness of existing
• desilting basins by providing additional chambers for decanting silt from water
which is annually pumped from the reservoir floor. The contractor's storage
yard will provide a specific area for equipment and material storage by City
contractors working in the vicinity of Corona del Mar. The storage bunker at
the 16th Street site will provide an additional materials storage bin for the
Utilities Department.
The plans and specifications were prepared by the Public Works
Department at the request of the Utilities Department. The estimated date of
completion is tember 15, 1986.
rCW— Benjamin B. Nolan
Public Works Director
(�3�)
•
(0)
BY THE CilY COUNCIL
CITY OF NEWPORT BEACH
MAY 2 7 1986
TO: CITY COUNCIL APPROVED
FROM: Public Works Department
May 27, 1986
CITY COUNCIL AGENDA
ITEM NO. F -14
SUBJECT: DESILTING BASIN MODIFICATION AND CONTRACTOR'S STORAGE YARD AT
BIG CANYON RESERVOIR (C -2553)
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids to be opened
at 11:00 A.M. on June 12, 1986.
DISCUSSION:
• The project provides for the construction of additional desilting basin
bulkheads and a contractor's storage yard within the Big Canyon Reservoir site.
In addition, a storage bunker will be constructed at the Utilities Department's
16th Street site.
The additional bulkheads may improve the effectiveness of existing
desilting basins by providing additional chambers for decanting silt from water
which is annually pumped from the reservoir floor. The contractor's storage
yard will provide a specific area for equipment and material storage by City
contractors working in the vicinity of Corona del Mar. The storage bunker at
the 16th Street site will provide an additional materials storage bin for the
Utilities Department.
The Engineer's estimate for the work is $88,000. Adequate funds are
available in the current appropriations for constructing Desilting Basins at Big
Canyon Reservoir, Contractor's Storage at Big Canyon Reservoir, and San Joaquin
Reservoir Improvements.
The plans and specifications were prepared by the Public Works
Department at the request of the Utilities Department. The estimated date of
completion is September 15, 1986.
mb r1
Benjami Nolan
Public Works Director
SJL:jd