Loading...
HomeMy WebLinkAboutC-2375- Sidewalk and Tree Replacement on Balboa Peninsula0 f . CITY OF NEWPORT BEACH Mayor Evelyn R. Hart Mayor Pro Tem Philip R. Maurer Council Members Bill Agee John C. Cox Jr. Jackie Heather Ruthelyn Plummer Donald A. Strauss May 25, 1984 FAV Engineering 16111 Beach Blvd. Huntington Beach, OFFICE OF THE CITY CLERK (714) 640-2251 CA 92647 Subject: Surety: Amwest Surety Insurance Co. Bonds No.: 1036349 Project: Sidewalk and Tree Replacement on Balboa Peninsula Contract No.: C-2375 11 The City Council on April 23, 1984, 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 of Completion was recorded with the Orange County Recorder on May 1, 1984, Reference No. 84-179154. Please notify your surety company that the bonds may be released 35 days after this recording date. Sincerely, Wanda E. Andersen CITY CLERK WEA:lr cc: Public Works City Hall 0 3300 Newport Boulevard, Newport Beach, California 92663 RECORDING REQUESTED PLEASE RETURN TO: BY AND Ma p City Clerk Gwermment Goo?60.'f City of Newport Beach 3300 Newport Blvd. Newport Beach, CA 92663-3884 84-179154 Lin 61�1f IDFM NOTICF, OF COMPLETION RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY CALIFORNIA -2 zs PM MAY IN /,• �j B PECORUEFrOUNTY PUBLIC WORKS EXEMPT C14 10 All Laborers and Material Men and to Every Other Person Inter 9� YOU WILL PLEASE TAKE NOTICE that on April 23, 1984 I he Public Works project consisting of Sidewalk and Tree Re lacem on B o Peninsula (C-2375) on wnictittAy tngineerim was the contractor, and was the surety, was cor Beach Blvd.. Huntington Bea ted. Westminster, CA 92683 VERIFICATION I, the undersigned, say: CITY OF NEWPORT BFACH Publit 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 . April 25, 1984 at Newport Beach, California. /Um Public Works 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 _April 23, 1984 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 April 25, 1984 at Newport Beach, California. City Clerk i 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714640.2251 April 26, 1984 Lee A. Branch County Recorder P.O. Box 238 Santa Ana, CA 92702 Dear Mr. Branch: Attached for recordation are three Notices of Completion consisting of: 1. Buffalo Hills Park and West Newport Basketball Courts, Contract No. 2417 on which Nobest Incorp & Nodland, R. L. were the Contractors and United States Fidelity & Guaranty Co., was the Surety. 2. Sidewalk and Tree Replacement on Balboa Peninsula,'G66trFict No. 2375',? on which FAV Engineering was the Contractor and Amwest Surety Insurance Co., was the Surety. 3. Oasis Park Development, Contract No. 2412 on which Sunrise Landscape Co. was the Contractor and Sentry Indemnity Co. was the Surety. Please record these and return them to us. Sincerely, Wanda E. Andersen CITY CLERK WEA:lr Attachments (3) cc: Public Works City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 C �r> BY THE CITY COUNCIL April 23, 1984 CITY Of NEWPORT BEACH CITY COUNCIL AGENDA APR 231984 ITEM NO. , l Y TO: CITY COUNCIL C FROM: Public Works Departmeni SUBJECT: ACCEPTANCE OF SIDEWALK AND TREE REPLACEMENT ON BALBOA PENINSULA (C-2375) 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 filed. 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 $ 48,609.25 Amount of unit price items constructed 49,712.78 Amount of change orders 1,090.64 Total contract cost $ 50,803.42 Funds were budgeted in the General Fund Account No. 02-8097-254. In Miramar Avenue the existing pavement thickness varied from 9 to 12 inches,rather than 6 inches as shown on the plans. This required extra removal effort, additional material to be disposed of, and importa- tion of subgrade fill. A change order in the amount of $1,090.64 was issued to cover this work. The design engineering was performed by the Public Works Department. The contractor is F.A.V. Engineering of Huntington Beach. The contract date of completion was April 23, 1984. The work was was completed on March 28, 1984. ' C! . x"Oz Benjamin B. Nolan Public Works Director GPD:do 0 0 CITY OF NEWPORT BEACH P.O. BOX 1768, NEWPORT BEACH, CA 92663-3884 OFFICE OF THE CITY CLERK (714) 640-2251 1k) -�7tiapc-�,7 d-lolky TO: FINANCE DIRECTOR PUBLIC WORKS FROM: CITY CLERK DATE: February 2, 1984 SUBJECT: Contract No, C-2375 Description of Contract Sidewalk and Tree Replacement on Balboa Effective date of Contract February 2, 1984 Authorized by Minute Action, approved on January 23, 1984 Contract with FAV Engineering Address 16111 Beach Blvd. Huntington Beach, CA 92647 Amount of Contract $48,609.25 katto& e ate Wanda E. Andersen City Clerk WEA:lr attach. 3300 Newport Boulevard, Newport Beach February..1 1984 .':z 3 TO: CITY CLERK FROM: Public Works Department SUBJECT: SIDEWALK AND TREE REPLACMENT ON BALBOA PENINSULA, C-2375 Attached are four.cope5 of the subject contract documents. Please have executed on behalf'`the City, retain your copy and the insurance certificates, and return the remaining copies to this department. Stephen J. Luy Project Engineer . SJL:em Att: n • "I am aware of and will comply with Section 3700 of the Labor Code, requiring every employer to be insured against liability for.Workers' Compensation or to undertake self-insurance before commencing any of the work." Date Signature FAV Engineering C-2375 9 NOTICE INVITING BIDS 0 Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 11:00 A.M. on the 12th day of January , 1984, at which time succ bids shall be opened and read for S e 2375 Contract No. $50,000 Engineer's Estimate Approved by'the City Council this )12th day of 9-eceernber,,� 1983 e". Lf//VQI ,� Wanda E. Andersen City Clerk 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, Newport Beach, CA 92663. For further information, callStephen Luv at 640-2281. Project Engineer • : PR 1.1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SIDEWALK AND TREE REPLACEMENT ON BALBOA PENINSULA CONTRACT NO. 2375 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 2375 in accor- dance with the Special Provisions, and will take in full payment therefor the following unit prices for the work, complete in place to wit: ITEM NO. QUANTITY AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 1. 5,870 Replace sidewalk Square Feet @ One Dollars and Ninety-five Cents $ 1.95 $ 11,446.50 Per Square Foot 2. 2,690 Remove existing parkway concrete Square Feet @ One Dollars and Fifteen Cents $ 1.15 $ 3,093.50 Per Square Foot 3. 105 Replace Type "B" curb Linear Feet @ Eighteen Dollars and Seventy-five Cents $ 18.75 $ 11968.75 Per Linear Foot 4. 695 Sandblast and cap existing curb Linear Feet @ Five Dollars and No Cents $ 5. OD $ 3,475.00 Per Linear Foot TOTAL PRICE WRITTEN IN WORDS: Forty-eight Thousand Six Hundred Nine Dollars and Twenty-five Cents $ 48,609.25 January 11, 1984 Date (714) 847-4102 Bidder's Telephone Number 435696 A Contractors Lic. No. & Classification ERING A. Villela, Owner d Signature/Title 16111 Beach Blvd., Huntington Beach, CA 92647 Bidder's Address • • PR 1.2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 5. 160 Sawcut concrete Linear Feet @ Two Dollars and Twenty Cents $ 2.20 $ 352.00 Per Linear Foot 6. 110 Tree removal Each @ One Hundred Ten Dollars and Ten Cents $ 110.10 $ 12,111.00 Each 7. 1,740 Replace 6" roadway pavement Square Foot @ Two Dollars and Fifty Cents $ 2.50 $ 4,350.00 Per Square Foot 8. 75 Install new parkway tree Each @ One Hundred Dollars and No Cents $ 100.00 $ 7,500.00 Each 9. 75 Install root barriers Each @ Fifty-seven Dollars and Fifty Cents $ 57.50 $ 4,312.50 TOTAL PRICE WRITTEN IN WORDS: Forty-eight Thousand Six Hundred Nine Dollars and Twenty-five Cents $ 48,609.25 January 11, 1984 Date (714) 847-4102 Bidder's Telephone Number 435696 A Contractors Lic. No. & Classification ERING A. Villela, Owner d Signature/Title 16111 Beach Blvd., Huntington Beach, CA 92647 Bidder's Address 9 INSTRUCTIONS TO BIDDERS • Page 2 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. of the California Labor Code for all apprenticeable occupations. 435696 A FAV Engine i Contr's Lic. No. & Classification Bidder January 11, 1984 _S/Fr nk A. Villela, Owner Date 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 1. Tree Removal Don Beck's Tree Service 1902 Catalina Ave., Santa Ana, M 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. FAV Engineering .`�r S/Frank A. Villela, Owner Authorized Signature/Title • For Original see City C`t's file copy. Page 4 BIDDER'S BOND 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 Forty -Eight Hundred Sixty and No/100 *******************Dollars ($ 4,860.00 ) 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 Sidewalk and Tree Replacement on Balboa Peninsula e 2375 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 11th day of January , 1984. (Attach acknowledgement of Attorney -in -Fact) S/Marilyn Kay Carlisle Notary Public Commission expires June 29, 1987 FAV En ineering _ er S/Frank A Villela, Owner Authorized Signature/Title AMWEST SURETY INSURANCE COMPANY Surety By S/Marcia D. Smith Title Attorney in Fact • . 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. F.A.V. Enqineeri Bidder A"� S/Frank A. Villela, Owner Authorized S gnature/Title Subscribed and sworn to before me this 11th day of January , 1984 . My commission expires: June 29, 1987 S/Marilyn Kav Carlisle Notary Public FOR*IGINAL SEE CITY CLERK'S FILE Co Page 6 I 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. On file with City Clerk • • 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. See Attached FAV En ineerin i S/Frank A. VI MIa. Owner uA thrized ;,nature/Tit e FAV ENGINIORING Civil Enginemng Planning • Dc.ign • Comvucfion . FRANCISCO 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 Direction General de Caminos force account, Guatemala. Guatemala Aggregate cost $3,000,000 Frank A. Villela, Project En- gineer/Builder 1966/67 E1 Rancho-Salama construction project. Frank A. Villela, Project Engi- $7,000,000. s-" ' neer 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 Tucurd potable water storage tank, construction modification. $$3,000. 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 FAVENGINEERIN� .FRANCISCO A. VILLELA. P.E. BRIEF SUMMARY OF RECENT PROJECTS. 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. ✓'"XM Frank A. Villela, Y.E. Contractor License No. 435696 FAV/fdt. December 1983 8iJ1 c. 1:'E Huntmgtun Beach, California 92647 USA 17131 892-0914 1714181;.1102 NOTICE Page 8 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: prove Procerty-Casualty. Coverages shall be a for a S 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 edi- tion adopted for use in the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. • PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That Page 9 Bond No. 1036349 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted January 23, 1984 has awarded to FAV Engineering hereinafter designated as the "Principal", a contract for SIDEWALK AND TREE REPLACEMENT ON BALBOA PENINSULA:- CONTRACT NO. 2375 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 ENGINEERING as Principal, and AMWEST SURETY INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of Twenty -Four Thousand Three Hundred Five E No/100Dollars ($ 24,305.00 *** said sum being one-half of the estimated amount payable by the City of Newport Beach under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the 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 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 In Payment Bond (Continued) Page 10 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 Principal and Surety above named, on the 25th day of January 1984 A ved as to fo Ci tyll A torney FAV ENGINEERING (Seal} Name of Contractor Principal JQA� Authorized Signature and Title Owner Authorized Signature and Title AMWEST SURETY INSURANCE COt4PAiJ Name of Surety 5405 Garden Grove Blvd., Westminster, 2A 92683 Address S ty Signature ani Title of Authorized Agent Marcia D. Smith, Attorney in Fact Same as above dress of Agent (714) 891-4778 Telephone No, of Agent STATE OF CALIFORNIA, COUNTY OF ORANGE SS. On January 25, i 984 , before me a Notary Public, within and for the said County and State, personally appeared Marcia D. Smith , known tome (or proved tome on the basis of satifactory evidence) to be the person whose name is subscribed to the within instrument as the Attorney in Fact of and for the AMWEST SURETY INSURANCE COMPANY, and acknowledged to me that he subscribed the name of the AMWEST SURETY INSURANCE COMPANY thereto as Surety, and his own name as Attorney in Fact_ n aiy r i i ,'{ 1 NpiARV PUOtiC ' A,f IL STATE OF CALIFORNIA ss. COUNTY OF ORANGE On this 25th day of January , in the year 1984 , before me Marilyn Kay Carlisle, a Notary Public in and for said County and State, personally appeared Frank A. Villela , personally known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to this instrument, and acknowledged that he executed it. WITNESS my hand and official seal. MARoFricia sLgt (Seal f�7 OTARYYNKPY UC-CAIFORNE Notary Publ in and or said County and State �.. NOTARY COUNTY RN1A Y `JSP �C ORAn:G_ COUNTY My Comm. .rpm; hme 29.198/, • • Page I1 FAITHFUL PERFORMANCE BOND Bond No. 1036349 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted January 23, 1984 e has awarded to FAV Engineering hereinafter designated as the "Principal", a contract for SIDEWALK AND TREE REPLACEMENT ON BALBOA PENINSULA - CONTRACT NO. 2375 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 Forty -Eight Thousand Six Hundred Nine and No/100 Dollars ($48,609.00 ***) , 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 if , n U Faithful Performance Bond (Continued):_ 0 Page 12 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 25th a day of January 19 84 Approved as to form: City ttorney FAV ENGINEERING (Seal) Name of Contractor rincipal) Authorized Signature and Title Owner Authorized Signature and Title AMWEST SURETY INSURANCE COMPANY -(Seal). Name of Surety - 5405 Garden Grove Blvd., N25-0 Westminster, CA 92683 Address of SurAty iature and litle of Authorized Agent rcia D. Smith, Attorney in Fact Same as above Address of Agent (714) 891-4778 Telephone No. of Agent STATE OF CALIFORNIA, COUNTY OF ORANGE ss, On January 25, 1984 —, before me a Notary Public, within and for the said County and State, personally appeared Marcia D. Smith , known tome (or proved to me on the basis of satifactory evidence) to be the person whose name issubscribed to the within instrument as the Attorney in Fact of and for the AM WEST SURETY INSURANCE COMPANY, and acknowledged to me that he subscribed the name of the AMWEST SURETY INSURANCE COMPANY thereto as Surety, and his own name as Attorney in Fact. NOIAM NOTARY PUBLIC STATE OF CALIFORNIA ss. COUNTY OF ORANGE On this 25th day of January , in the year t984 , before me Marilyn Kay Carlisle, a Notary Public in and for said County and State, personally appeared Frank A. Villela personally known to me (or proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to this instrument, and acknowledged that he executed it. WITNESS my hand and official seal. (Seal) � t, �y MARILYDJl;AyC4RLISL'c Notary Public in andCr said County and State NOTARY PUBUO � CAUFORMA `4 ORANGE COUNTY P �-... - My Ccmm. E.pires lone 39.192: 0 9 AAfWEST SURETY INSURANCECOh1R9,'VY II�I����� 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 COR PORATION does hereby make, consrnute and appoint MARCIA D. SMITH ,is 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 seal of the company Ihlnclo if a seal a renuued, bonds, undertakings, recognizances or other written obligations in the nature thereof, as fnllows CONTRACT, LICENSE, PERMIT, COURT & MISCELLANEOUS BONDS TO $250,000.00 and to hind AMWEST SURETY INSURANCE COMPANY thereby, and all of the acts of said Attorneys -in Fact, pursuant to these presents, are herehy ratified and confirm(!d- This appointment is made under and by authority of the following prove cions 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 tacsnn:!e ander and by the authority of the following resolutions adop. ted 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 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, iecogni7ances, and suretyship obligations of all kinds: and said officers may remove any such attorney -in fact or agent and 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 6) 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 (I;) when signed by the president or any vice-president or secre,ary 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 (if a seai be required) by one or more attorneys -in fact or agents pur- 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 Secretary STATE OF CALIFORNIA, COUNTY OF LOS ANGELES — ss On this 171E day of SEPTEMBER A.D., 1981 , personally came before me 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. .':.-.. OFrOAL SEAL . CATHERINE THOMPSON ' �� NOTARY PUBLIC - 011100PISN • PRINCIPAL OFFICE M LOS ANGELES OMPM My Commissia EAp. No It. 1936 (SEAL) �Di-- Notary Public STATE OF CALIFORNIA, COUNTY OF LOS ANGELES — ss CERTIFICATE I, 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 AW -2 Westminster, CA this 25th dayof January 84 19_,. � �M1SUg1 / ' Secretary qIr 119i� City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED CERTIFICATE OF INSURANCE Page 13 Company A Letter FARMERS INSURANCE EXCHANGE ny B r_ ny C r_ ny D r_ ny E N 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 days' advance notice to the City of Newport Beach by regi ed mail, attention: Public Works Department. By: F Agency: FRED OUNDU AGENCY 69�to ssue 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: 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. H Policy MITS F LIABILITY IN THOUSANDS000 COMPANY TYPES OF INSURANCE Policy Exp. g. ro uc s LETTER COVERAGE REQUIRED No. Date Each Completed Occurrence Operations A GENERAL LIABILITY Comprehensive Form Premises -Operations Explosion & Collapse Hazard 1Xx Bodily Injury Property Damage $ 500 $ 500 $ 500 $ 500 Underground Hazard Products/Completed Operations Bodily Injury Hazard and Property x Contractual Insurance Damage Combined $. $ x Broad Form Property Damage x Independent Contractors x Personal Injury Marine Aviation Personal Injury $ 500 A AUTOMOTIVE LIABILITY ❑x Comprehensive Form Bodily Injury (EachPerson $ 500 ❑x Owned $ 00 o i y 63 y Each Occurrence ❑x Hired ro ert ama e Bodily njury an Property Damage ❑x Non -owned Combined $ EXCESS LIABILITY ❑ Umbrella Form Bodily Injury ❑ Other than Umbrella Form and Property Damage Combined $ $ WORKERS' COMPENSATION Statutor B andac EMPLOYER'S LIABILITY 100,000 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 days' advance notice to the City of Newport Beach by regi ed mail, attention: Public Works Department. By: F Agency: FRED OUNDU AGENCY 69�to ssue 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: 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. H • Page 14 CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. 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 (g ) Single Limit Bodily Injury Liability and Property Damage Liability Combined $ each occurrence $ each occurrence $ 5c�9 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:N A A EN N LA Project Tit a and Contract No. . This endorsement is effective 1/27/84 at 12:01 A.M. and forms a part of Policy No. 11294 76 26 Named Insured FRANK VILLELA Endorsement Ng") Name of Insurance Company FARMERS INSURA14C➢ By F.H. BNNfi Authorized Representative • CITY OF NEWPORT BEACH 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 liability arising out of operations performed by or on behalf 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. ( ) Multiple Limits Bodily Injury Liability Property Damage Liability fig) Single Limit $ each occurrence $ each occurrence Bodily Injury Liability $ 500 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:'je Proct itle an ontract o. This endorsement is effective 1/27/84 at 12:01 A.M. and forms a part of Policy No. 1481 21 91 Named Insured Name of Insurance Company FARMERS INSURANCE By. No. ve. • Page 16 CONTRACT THIS AGREEMENT, entered into tAsc day ofod 19o/ , by and between the CITY OF NEWPORT BEACH, hereinafter "Cit FAV Engineering , hereinafter "Contractor,"is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: SIDEWALK AND TREE REPLACEMENT ON BALBOA PENINSULA 2375 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: SIDEWALK AND TREE REPLACEMENT ON BALBOA PENINSULA 2375 Title of Project 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 Forty-eight Thousand Six Hundred Nine and Twenty-five cents ($48,609.25 ). 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 (f) Plans and Special Provisions for EWALK AND TREE REPLACEMENT no1 I$Q ROA I Title of Project v (g) This Contract. Y • Page 17 No. 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: Mord %moi '- 0 APPROVED AS TO FORM: Cit Attorney CITY OF NEWPORT BEACH CITY By Its CONTRACTOR CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR SIDEWALK AND TREE REPLACEMENT ON BALBOA PENINSULA CONTRACT NO. 2375 SECTION PAGE I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . 1 II. AWARD AND EXECUTION OF THE CONTRACT . . . . . . . 1 III. TIME OF COMPLETION . . . . . . . . . . . . . . . 1 IV. PAYMENT . . . . . . . . . . . . . . . . . . . 1 V. TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . 2 VI. CONSTRUCTION DETAILS . . . . . . . . . . . . . . 2 A. Sidewalk and Curb Replacement . . . . . . . . 2 B. Sawcutting Comcrete . . . . . . . . . . . . . 2 C. Tree Removal . . . . . . . . . . . . . . 2 D. Root Removal . . . . . . . . . . . . . . . . 2 E. Tree Wells . . . . . . . . . . . . . . . . . 3 F. Limitations of Construction . . . . . . . . . 3 G. Miscellaneous Construction . . . . . . . . . 3 H. Curb Repair . . . . . . . . . . . . . . . . . 3 I. Parkway Improvements . . . . . . . . . . . . 3 J. Planting of Parkway Trees . . . . . . . . . . 3, 4 & 5 VII. WATER . . . . . . . . . . . . . . . . . . . . . . 5 1 II III 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS 0 SIDEWALK AND TREE REPLACEMENT ON BALBOA PENINSULA CONTRACT NO. 2375 SCOPE OF WORK The work to be done under this contract includes (1) the removal of sections of sidewalk and curb which have been uplifted by street tree roots, (2) the removal and replacement of parkway trees, (3) the removal of interferring tree roots which have been uncovered by sidewalk and curb removals, and (4) the reconstruction of sidewalk and curb to conform with the elevations of existing improvements. All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions, (2) the City's Standard Special Provisions and Standard Drawings for Public Works Construction (1982 Edition) and 3 the Standard Specifications for Public Works Construction 1982 Ed.), including 1983 supplements. Copies of the Standar 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. AWARD AND EXECUTION OF THE CONTRACT The bidder's attention is directed to the provisons of Section 2-1 of the Standard Special Provisons for requirements and conditions concerning award and execution of the contract. TIME OF COMPLETION The Contractor shall complete all work on this contract forty-five (45) calendar days after commencement of the specific work or within ninety (90) calendar days after award of contract, whichever comes first. No work shall begin until a sche- dule of work has been approved by the engineer. IV. PAYMENT The unit price bid for 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 additonal 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. The substitution of securities for any payment withheld in accordance with Section 9-3.2 of the Standard Specifications is permitted pursuant to Government Code Sections 4590 and 14402.5. . SP2of5 V. TRAFFIC CONTROL AND ACCESS A. TRAFFIC CONTROL The Contractor shall furnish, install, and maintain in place "NO PARKING" signs (even if streets have posted "NO PARKING" signs) which he shall post at least 40 hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Depart- ment, Traffic Division at (714) 644-3742, for verification of posting at least 40 hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12 inches wide and 18 inches high; and (3) be similar in design and color to sign number R-38 on the CalTrans Uniform Sign Chart. The Contractor shall print the hours, day and date of closure in 2" -high letters and numbers. A sample of the completed sign shall be approved by the Engineer prior to posting. B. ACCESS Vehicular and pedestrian access shall be maintained at all times to residences adjacent to the project area; however, where conditions preclude such access for reasonable periods of time(as determined by the Engineer), access shall be restored as discussed in Section VI, F. VI. CONSTRUCTION DETAILS A. SIDEWALK AND CURB REPLACEMENT Sidewalk and curb to be replaced are indicated on the Replacement Schedule. and may be field -identified by red paint marks. Contractor shall remove and dispose of all AC patches adjoining those sidewalk panels to be replaced. B. SAWCUTTING CONCRETE Approximate linear footage of concrete sawing is shown on the Replacement Schedule. Should damage occur to the sawcut edge during or after removal, the damaged edge shall be removed further by additional sawcutting and replaced at no additional cost to the City. C. TREE REMOVAL The Contractor shall remove and dispose of those trees shown on the Replacement Schedule and field -identified by red paint marks. D. ROOT REMOVAL All tree roots within the proposed tree well area shall be removed to a depth of 36 inches below the adjacent sidewalk and curb. . • SP 3 of 5 after sidewalk has been removed in accordance with the Replacement Schedule, exposed tree roots shall be removed within the tree well area and within whatever contiguous area of sidewalk and curb to be replaced. Root removals shall not damage or increase damage to any improvements which are not to be replaced. Any such damage or increase of damage shall be removed by additional sawcutting and replaced at no additional cost to the City. E. TREE WELLS Tree wells shall be a minimum of 3z feet square on Miramar Avenue and a minimum of 52 feet square on Ocean Boulevard. F. LIMITATIONS OF CONSTRUCTION Sidewalk shall be reopened to pedestrians only on the day following its placement. Pavements subject to vehicle loads shall be barricaded during cure and reopened to vehicles on the fifth day following its placement. G. MISCELLANEOUS CONSTRUCTION The Contractor shall remove and reinstall street lighting pull boxes and water valve covers to grade at their original locations. The Contractor shall also remove and reinstall City signs at their original locations. The cost of removing, reinstalling and adjusting the above shall be in- cluded in the cost to replace sidewalk. H. CURB REPAIR The Contractor shall repair the existing curb by chipping away the fractured upper 1/2 inch, approximately, of curb cap. The exposed surface of the existing curb _shall then be sandblasted until all unsatis- factory concrete, laitance, coatings, stains, debris, and other foreign materials are removed. The exposed surface of the curb shall be air blasted thoroughly to remove all loose material, and coated with an epoxy prior to application of new pcc curb cap. Epoxy used to bond a new pcc curb cap to the existing pcc curb shall conform to State of California Specification 8040-01E-08 and be used in strict accord with the manufacturers printed instructions. Curb cap shall consist of Class D cement mortar per Section 201-5.1 of the Standard Specifications. I. PARKWAY IMPROVEMENTS The Contractor shall salvage any brick and flagstone in the parkway, in conflict with the work, and stack it neatly on the property adjacent to the parkway. The Contractor is not required to replace or adjust any improvements within the parkway except those previously mentioned under Section VI G. J. PLANTING OF PARKWAY TREES 1. A 24-hour notification shall be given the Parks, Beaches & Recreation Department prior to the initial installation of parkway trees for planting supervision. • • SP4of 5 2. Relative position of parkway trees shall be as shown on the Replacement Schedule. 3. Magnolia Grandiflora shall be planted on Miramar Drive and Cupania shall be planted on Ocean Blvd. All trees shall have a minimum container size of 15 gallons, be symmetrical, typical for variety and species, healthy, vigorous, free from plant disease, insect pests and shall have healthy, normal root system free from being root bound. Trees shall not be pruned or topped prior to delivery. Prior to planting,all trees shall be approved by the Park Superintendent. 4. All pits shall be dug with bottoms level, 36 inches square and with a depth 36 inches below the surface of the adjacent sidewalk. 5. Prepared soil mix for backfill of the pits shall consist of the following as supplied by American Landscape Supply Co., or approved equal. (a) 60% Fine Sand (#28 conrock) (b) 40% Nitrolized Fir Sawdust (c) 10 lbs. Agricultural Gypsum/cu. yd, of mix. (d) 2 lbs. Iron Sulphate cu, yd. of mix (e) 5-21 gram planting tablets per plant pit Note: Nitrolized Fir Sawdust shall have a minimum nitrogen content--o—f7%. Planting tablets shall be a commercial fertilizer in tablet form yielding 20% nitrogen, 10% phosphorus and 5% potash. The tablet shall be compressed and yield a slow release of nutrient over a 12 -month period. 6. Plants shall be set in the center of the pit, in vertical postion, so that the crown of the ball will be 4" below the finished grade of the sidewalk. Approximately 10 gallons of water shall be applied at the time of planting. Each tree must be properly supported by two Lodgepole pine stakes, or approved equal, a minimum of eight feet in length. Stake all trees at the time of planting by placing a stake in the prepared hole and driving the stake a minimum of 30 inches into soil. • . SP5of5 All trees shall be secured to stakes with a steel twist brace, as manufactured by V.I.T. Co., Model 22 1p, or approved equal. Eight penny duplex nails shall be used to secure the brace to the stakes --two per side. 7. Root barrier shall be Standard Preformed Planter #22-29-18P as manufactured by Deep Root Corp., or approved equal, and installed per the attached detail 1. VII. WATER The Contractor shall obtain and apply water necessary to perform the contract. If the Contractor desires to use City water free of charge, he shall make arrange- ments with the City's Utilities Superintendent, Mr. Gil Gomez, at (714) 640-2281 F- CD O Q of d an W W J � F ) W 2 � O to w U t0 to O m O to O U') O 00 O O O O O O O O a U � W m U CC Q E n -i = Q a N W X F- W J 2 0) 0) U C; N F- Z O +) C N Z 0) c c W Q W Q LU f 3 W O Q L f Z L no Zf c M Q Q O W J L L d w ^ K Y m j QU i 3 Q T i L L r r In 01 N Q 6 Y 1 � d d Y i L d d � 4J E L O 0) N O 0) O i N 0) o O O (D 0) O a) d i 0. i N i 0) Ol G L L i N 0) OL O. O. O O Cl d 0: O. i L IdO Y i 3 4- N CL 4- N 4- i 0_ 0. 4- W m 4- N N O O O d O O O U O • L \ i i -1 i O O E 3 w w 3 3 w 3 w w r0U N w Y c _ _ c c _ c 00 i O 0) O O 0) O 0)- ^ N C. O O •� U U r U 01 r U U NL) £ cU nU @i m U CPi (P� e? c @i c.. ":r r r r O r r r a U � W m U CC Q E n -i = Q a W W X F- W J 2 O W U C; N F- Z O F- W O Z Y F- J O W Q W Q LU f 3 W Q Ne f Z U no Zf N M Q Q O W J 0 UCL d w K Y J W QU 3 Q O - a^0 In 01 N + W N O: a U � W m U CC Q lL � J O U d J w C; z F- Z O w O W eD K O LU r N £ 4 Q K_ f Z $ r r N N N N N O N r '- N r O N m r LC) to O O 01 O n O O O m O O O -�t O O O V' r W Ot r 00 L9 N O t1 00 O n t0 OA tO cT O O O O V V' O O mr O O LC) 4m r t0 to O N O N O N O N r N r r I r N t0 O O O O O O O O O O O O O O O O N In N I -I O1 O N N N N N M M V to t0 t0 m c0 N V in to to Ln to LO In In to to In to to n �••• r r r r r r r I r r r r r r r r J REPLACEMENT SCHEDULE STREET CURB CURB SIDEWALK PARKWAY REMOVE INSTALL SAW- ROADWAY NAME & NO. REPLACE. REPAIR REPLACE. CONCRETE EXIST. TREE W/ROOT CUTTING PAVEMENT REMOVAL TREE BARRIER AT MIRAMAR DR. L.F. L.F. S.F. S.F. EACH EACH L.F. S.F. 1743 0 0 100 0 1 1 on West property line 0 1761 0 0 140 139 2 1 @ 15' from BCR on Miramar Dr. 1 @ 25' from BCR on L St. • 2000 0 46 250 0 3 1 @ 10' E/o water meter 10 1 @ 25' W/o water meter 2009 0 15 60 0 2 1 @ center of property 0 2013 0 0 0 0 1 1@ 10' E/o property line 0 2021 0 0 100 0 1 1@ center of property 0 2029 0 0 150 49 2 1 @ 15' E/o property line 5 2032 0 0 0 32 1 1@ 10' E/o property line 0 2034 0 0 0 23 2 1@ 10' W/o property line 0 2038 0 15 80 0 0 0 5 • 2101 0 6' 0 0 0 0 0 450 2105 . 9 0 0 0 0 0 0 225 2129 0 0 60 14 2 1 @ 10' E/o property line 0 2130 0 0 0 0 1 1@ 10' E/o property line 0 2136 0 0 0 0 1 1@ 15' W/o property line 0 2142 0 0 0 0 1 1@ 10' W/o property line 0 Total 15 271 2,412.5 636 49 35 55.5 675 Page 2 D REPLACEMENT SCHEDULE STREET CURB CURB SIDEWALK PARKWAY REMOVE INSTALL SAW- ROAD14AY NAME & NO. REPLACE. REPAIR REPLACE. CONCRETE EXIST. TREE W/ROOT CUTTING PAVEMENT REMOVAL TREE BARRIER AT OCEAN BLVD. L.F. L.F. S.F. S.F. EACH EACH L.F. S.F. 1500 62 0 515 450 3 1 each at 25' intervals 0 from st. light on G St. Total = 3 1504 0 35 125 0 2 1 @ 15 E/o st. light 0 1508 0 7 100 0 3 1 @ 15' W/o property line 10 1,440 . 1512 9 0 20 193 0 0 5 1533 0 0 80 195 2 1 @ center of property 0 1536 0 0 60 0 1 1@ center of property 0 1537 0 0 60 60 2 1 @ 14' W/o property line 10k 1540 0 0 0 44 0 1@ 10' W/o property line 0 1541 0 0 0 0 2 1@ center of property 0 1545 0 0 40 22 2 1 @ 12' E/o property line 11 1548 O 0 40 0 1 1 @ 8' W/o property line 0 • 1552 0 24 0 44 1 1 @ 10' W/o property line 0 1556 0 35 0 110 1 1 @ 15' W/o property line 0 1576 0 3 60 0 1 1@ 10' W/o property line 0 1588 0 3 40 0 1 1@ 12;' W/o st, light 0 1589 0 21 63 0 1 1 on easterly property line 0 1703 0 0 0 0 1 1@ 5' W/o property line 0 1713 0 0 200 0 2 1@ 14' E/o property line 0 Page 3 REPLACEMENT SCHEDULE STREET CURB CURB SIDEWALK PARKWAY REMOVE INSTALL SAW- ROAD14AY NAME 8 N0, REPLACE, REPAIR REPLACE. CONCRETE EXIST. TREE W/ROOT CUTTING PAVEMENT REMOVAL TREE BARRIER AT OCEAN BLVD, L.F. L.F. S.F. S.F. EACH EACH L.F. S.F. 1723 0 0 55 0 0 0 10 1726 0 0 80 0 2 1@ 10' W/o property line 0 1735 12 0 80 30 2 1 @ 10' E/o property line 10; 1740 0 35 60 0 2 1 @ 10' E/o street light 0 1746 0 35 60 0 0 0 0 1754 0 0 20 96 1 1 on Easterly property line 5 2000 0 0 185 94 4 1 tree @ 15' from st. light 10 on Ocean Blvd. 1 tree @ 20' from st. light on L St. 2005 0 0 40 154 2 1 @ center of property 0 2008 0 0 60 36 1 1 @ 10' E/o property line 532 2019 0 0 140 0 2 1@ 17' W/o property line 5 2024 0 O 75 0 2 1@ 15' W/o property line 0 2049 6 12 160 0 2 1 @ 10' W/o property line 0 300 2100 0 20 40 0 1 1 @ 15' E/o property line 0 2120 0 12 75 8 2 1 @ 10' E/o property line 0 2124 0 12 .75 0 0 1 @ 10' E/o property line 0 2137 0 0 120 94 2 1 @ 15' E/o property line 103-, Page 4 REPLACEMENT SCHEDULE STREET CURB CURB SIDEWALK PARKWAY REMOVE INSTALL SAW- ROADWAY NAME & NO. REPLACE. REPAIR REPLACE. CONCRETE EXIST. TREE W/ROOT CUTTING PAVEMENT REMOVAL TREE BARRIER AT OCEAN B VD. L.F. L.F. S.F.S F EACH EACH L.F. S.F. 2144 0 51 80 160 2 1 @ center of property 5� 2153 0 45 115 187 2 1 @ center of property 0 2156 0 9 143 50 1 1 @ 10' W/o property line 0 • 2157 0 25 30 83 1 1 @ 10' W/o street light 0 2164 0 40 80 193 2 1 @ 15' W/o property line 5 Total 89 424 3,176 2,303 59 40 103.5 1,740 0 Page 5 PAVEMENT OR SIDEWALK - GROUND LEVEL - CITY OF 4 NATIVE BACKFILL MATERIAL DETAIL 1 - INSTALLATION GUIDE DEEP ROOT CONTROL PLANTER ROOT BARRIER NATIVE BACKFILL PARED SOIL MIX DATE it T ITLE CONTRACT N ENGINEER'S B 1 D SUMMARY �G��t /'rrl•gr'U/q LOCATION TIME DATE BY / (:Wl) DATE � �x'GMaec-rvy� � C°anr�721� $HEFT OC ✓ E/Jf/i✓c:E7t/�J(l CWS 7,,l<ario 77 971?Ur7i11 v46 ITEM DESCRIPTION QUANTITY UNI AMOUNT UN T AMOUNT UNIT AP•YJUNT uN T AMOUNT unli nMu�rTl'' l c.'c '1At:" .:/ih-stnsC.✓ 58 o s, Z. 5o .95 /'y//F,.co -z, z() /.o.. ^[,bo 2,8o i)to/E Ex• .K . 'Mrir r Qr /. eo (o 0o p 0 /n� t: 1.25 /oZ .SC /n0 2 eo /O GF 9y 69.75 / r /U•ie / 5O.ea P. 0.•u /i l' /I , ,Da / go eg .U"D 4i75,OU ,r"D 4 17 O•LJU R Z.r'0 C,•U •3 .°e S .ET &oL .v O•ov 2.•20 2•60 1,60 it, 6.tD s,09 4 So.tv /, t•r: //o0,^a E8 L p NA / o• 0°O / D 2 /, ou 27.6A Pr i•8D / O.°u / n0ou O. �c l t)D.nr i 7 Y : G oq ODo 7•, SO q D•°n 0 Di0•t0 o e:• 2.50 2 O.au /N$ LL Tt ,7 55.°u y ILS'—!' ••,u v ,/D e A .t» One..o `'7•°3 ti r_ u 7.,$ E,a 4,7. 3 3'7 "—` 7,50 0 25 eo / ou 7 275o.2S EE 50,000 •° LDW X86 2 2ND S/,o7S.3e 3RD 55, 7?- t 4TH 577SOI.ou � �x'GMaec-rvy� � C°anr�721� $HEFT OC B I D SUMMARY / ?� �nins�Lp I.00ATI(�V TITLE cS'a i /K 'n �7rt� r<✓/c�emrnf on E .160. IG CONTRACT NO. Z ? 7.5 TIME ENGINEER'S ESTIMATE Sa,J:to DATE /-/G-mss/ BY E'h CHrD w� D {"E / /N4. oO /7 /U.•o oo �. / ,o, S. ...�� / U•a0 a.�� y o.ao /LSuO /z. 4Su•�o 7 S•so 700•°0 �,. _y r.ra COr/La5Tc lw ii+,vRL UN AMOU Z•b$ '5.73/•G0 /� 0,'.to /;.•� oo .,uu /.25 .v0 G S �I2•+� FC. / Gz9.3o S �. Z29.20 /'1•+� 8 s;D.w L>AmuN L'o�✓aT. ', UNIT Ah10UNT 2.50 /¢,G .S.r� o. a Z,/ 2.au /s.00 Ts95'.�� /y'.r0 /u 2.f�o 'ou 9oo.ou ,•'-v. as i ^ <lo .ra o G. 'o ao.� o.ry EA/fitJrE2.NJb Co. UNIT AM�JN'r 3.Z'i I tS3.Oo I.3y 3 Loo •b0 / //0 9 (0.7b 7 •'io . Y /ZS /�lo•a S oJ.:o 'o,qL G 0•BO 9z-614 b972•oo /ND /5 7&i9L//O�Ea7 �,vcE SuF G I1N T Z8o •4 /7. o .So ,7S /S , 4. SO S.yS o t Co A"KJIINT /loJ3o.ru 3 7G .0 /8Z7.Oa 7•SD 760 -to o .Sujqr. ovS .:�S 1 05 /n G'. r NvDGAN� R.L.' De A,< o GoriST �D nh�i+r 2259 •S �f.573•a_ /2 G•%' ;x.07.5 UNIT 9.5o 3.So 9• s /V.. 0 o AMOUNT ZO,S45.oa 9 r5.�� Io,z.7S 297. So o.Qo /S as 7 17.00 .75 z UN I7 3.85 70 /z.sS ��o Z.9a f ou oa 8 •W abi•n Z y D.• O 22S 5TH 56, r9o• ° 6TH 6/, 7 (,.o5'7TH 62,9/3.00 8TH x <e3�454,70 xc,ar,a.ra 9TH 05, 97S•Z 10TH -73, qo$,0 Si,.rr 11TH �F �efuxafcrtb )b,,969,7,< i :J January 23, 1984 BY THE CM COUNCIL CITY OF NEWPORT BEACH CITY COUNCJL AGPDA ITEM N0. JAN 231984 TO: CITY COUNCIL n• FROM: Public Works Department `��M � SUBJECT: SIDEWALK. ANDREfi, REPLACEMENT ON. BALBDA PENINSULA (C -2375):T RECOMMENDATION: Award Contract No. 2375 to FAV Engineering for the corrected total price bid of $48,609.25, and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 A.M. on January 12, 1984, the City Clerk opened and read the following bids for this project: Low FAV Engineering 2 Van Winkle Construction 3 J.T. Garza Construction 4 J. Kovac's 5 George Dakovich & Son Inc. 6 Arm & Hammer Concrete Removal 7 . Damon Construction Co. 8 Walsh Engineering Co. 9 Industrial Fence & Supply Co. 10 Nobest Inc. & Nodland, R.L. 11 DeArmond Construction Total Price Bid $48,598.25 $47,349.32 $55,722.00 $57,501.00 $58,590.00 $61,736.05 $62,313.00 $63,519.80 $65,975.25 $73,408.05 $80,093.25 Corrected Total Price Bid $48,609.25 $51,075.30 $63,454.70 $80,069.75 The low bid is 2.8% below the Engineer's estimate of $50,000. Adequate funds are available in the current appropriation for Street Tree Replacement Program Account No. 02-8097-254. This contract provides for the removal and replacement or repair of approximately 5,600 square feet of sidewalk, 800 linear feet of curb and 2,000 square feet of roadway; and for the replacement of street trees as described below. The locations are shown on the attached drawing, "Exhibit A". An addi- tional 2,900 square feet of parkway concrete will also be removed, and salvage- able material will be placed on the adjacent private property. The work is necessary due to (1) the rglatively high exposure to per- sonal injury caused by parkway tree roots uplifting and displacing public im- provements; and (2) many public complaints of nuisance water ponding in the street as the result of root uplift. 0 January 23, 1984 Subject: Sidewalk and Tree Replacement on Balboa Peninsula (C-2375) Page 2. A total of 108 street trees will be removed from the parkway. They will be replaced by 75 15 -gallon Magnolia Grandiflora or Cupania street trees installed within PVC root barrier boxes. FAV Engineering, the low bidder, has not performed previous contract work for the City. However, a check with their experience references and the State Contractors' License Board has indicated that FAV Engineering (1) has successfully completed projects of a different nature for other Southern California agencies, and (2) has sustained no actions detrimental to their contractor's licenses. The plans and specifications were prepared by the Public Works Depart- ment. The estimated date of completion is April 23, 1984. Benjamin B. Nolan Public Works Director SJL:jd Att. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SIDEWALK AND TREE REPLACEMENT ON BALBOA PENINSULA CONTRACT NO. 2375 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 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 Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 2375 in accor- dance with the 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. 5,270 Replace sidewalk Square Feet @ One ---------------------------- Dollars and Ninety Five --------------------- Cents $ 1.95 $ 11.446.50 Per Square Foot 2. 2,690 Remove existing parkway concrete Square Feet @ One ---------------------------- Dollars and Fifteen ---------------------------- Cents $ 1.15 $ 3.093.50 Per Square Foot 3. 105 Replace Type "B" curb Linear Feet @ Eighteen _------------------- ---- DOIIars and Seventy Five -------------------- Cents $ 18.75 $ 1,968.75 Per Linear Foot 4. 695 Sandblast and cap existing curb Linear Feet @ Five --------------------------- DOItars and No ------------------------------ Cents $ 5.00 $ 3.475.00 Per Linear Foot • • PR 1.2 ITEM QUANTITY ITEM DESCRIPTION UNIT OTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 160 Sawcut concrete Linear Feet @ Two ---------------------------- Dollars and Twent-------------------------- Cents $ 2.20 $ 352.00 Per Linear oot 110 Tree removal Each @ One Hundred Ten ----------------- Dollars and ff0, i0 lif. ou Ten ----------------------------- Cents $ 110.00 $ 12.100.00 Each 1,740 Replace 6" roadway pavement Square Foot @ Two ---------------------------- Dollars and Fifty -------------------------- Cents $ 2.50 $ 4,350.00 Per Square Foot 75 Install new parkway tree Each @ One Hundred -------------------- Dollars and No ----------------------------- Cents $_1O0.00 $ 7,500.00 Each 75 Install root barriers Each @ Fif:ty Seven —----------- Dollars and Fifty --------------------- Cents $ 57,50 $ 4.312.50 Each TOTAL PRICE WRITTEN IN WORDS: Forty Eight Thousand Five Hundred Ninety Right ---------- Dollars � and y ba9.2 Twenty Five --------------------------------------------- Cents $ 45=598.25 4 (714) 847-4102 Bidder's Telephone Number 435696 A Contractor's Lic. No. & Classification Bidder FAV Engineering Authorized Signature/Title Frank A. Villela / Owner 16111Beach Blvd., Huntington Beach, CA 92647 Bidders Address • 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. 435696 A Contr's Lic. No. & Classification January 11, 1984 Date Bidder FAV En ineering Aut orized Signature/Title Frank A. Villela/Owner . Page 3 i 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. Tree Removal Don Beck's Tree Service 1902 Catalina Ave. Santa Ana, CA 92701 2. 3. 4. 5. 6. 7. i 8. 9. Bidder ,� FAV Engineering /n Authorized Signature/Title Frank A. Villela/Owner r 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, • Page 4 BOND NO. 1035688-5 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 Forty -Eight Hundred Sixty and No/100 "******* Dollars ($ 4,$60.00 ) , 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 Sidewalk and Tree Replacement on Balboa Peninsula 2375 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 11th day of J a n „a ry , 19$y. (Attach acknowledgement of Attorney -in -Fact Notary Public Commission expires Bidder FAV Engineering Authorized Signature/Title Frank A. Villela/Owner AMWEST SURETY INSU ANCE COMPANY... Surety Marcia D Smit Title Attorney in Fact STATE OF CALIFORNIA, COUNTY OF . ORANGE ss. On January 1 1 , 1984 , before me a Notary Public, within and for the said County and State, personally appeared Marcia D. Smith , known tome (or proved tome on the basis of satifactory evidence) to be the person whose name is subscribed to the within instrument as the Attorney in Fact of and for the AMWEST SURETY INSURANCE COMPANY, and acknowledged to me that he subscribed the name of the AMWEST SURETY INSURANCE COMPANY thereto as Surety, and his own name as Attorney in Fact. a NOTARY VUl Lac STATE OF CALIFORNIA ss. COUNTY OF ORANGE On this 11 -6 day of-T/lnJl-k49-Y in the yearJ/ �y before me Marilyn KayCarlisle, a Notary Public in and for said County and State, personally appeared F70(PA)K A. V/LLEL A 'personally known to me (or proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to this instrument, and acknowledged that +f executed it. WITNESS my hand and official seal. (Seal) oracc,t { n,o1 MARILYN KAY GARLI E r s NOTARYPU©UC CAUFOA.""" Notary Publ in and r said County and State 1ORANGE COUNTY My Comm Eapiro, Jew 19, 1987 0 E 9AI WEST SURETY INSURANCE C0AfPANY 6301 Owensmouth Avenue, Suite 304 Woodland Hills, California 91367 Telephone 213: 704-1111" POWER OF ATTORNEY I�! KNOW ALL MEN BY THESE PH ESE NTS. That AMWEST SURETY INSURANCE COMPANY,A CALIFORNIA COR PORATION does hereby make, constitute and appontf MARCIA D. SMITH its true and lawful Attorney(s) in Fact. with full I)OWOF and authority for and on behalf of the company as surety, to execute and deliver and affix the seal of the company thewto If a seal Is required, bonds, undertakings, reeogmzances or other written obligations if the nature thereof, as fnllows- CONTRACT, LICENSE, PERMIT, COURT & 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 herehy ratified and confirmed- Th, appointment is made. under and by authority of the following prove eons of the By Laws of the company, which are now In full force and effect: Article III, Secuon 7 of the By Laws of AMWEST SURETY INSURANCE COMPANY This Power of Attorney is signed and sealed by tacsun:!e ander and by the authority of the following resolutions adop. ted 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 attorneysinfact 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 and 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 W when signed by the president or any vice president and attester) and sealed lit a seal be required) by any secretary or assistant secretary, or Iii) when signed by the nresrde.ni or any vice pies dent or secretary or assistant secretary, and countersigned and sealed Of a seal be required) by a duly authorized attorney in fact or agent; or (iii) when duly executed and sealed (if a Sea; be. required) by one or more attorneys in fact or agents pur suant to and within the limits of the authoi ny 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 cer tihcatlon 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 79 81 ST SURETY INSURANCE COMPANY STATE OF CALIFORNIA, COUNTY OF LOS ANGELES — ss On thisl7THday of SEPTEMBER A.D , 1981 , personally came before mE 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. :`ir\BYS73N•\t17�7:7� SI_tKSIS19Yi'LS7J�SL9 (SEAL) f 0 I /L('�-Q1�1-wA -<,, Notary Public ANGELES — ss CERTIFICATE I, 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 Westminster, CA this 11th day of January 1984 AW -2 at r Insuaa,� � i` ��OPPOaa IrO -- Secretary �v 1 19r it-ro— •• OFFICIAL SEAL OF �� CATHERINE TWIN!" N NWARY PUBLIC • CALIFORNIA, PRINCIPAL OFFICE N r %i. LOS ANGELES COUPM ,eP N/ Commission EAP. "IL 1966 :`ir\BYS73N•\t17�7:7� SI_tKSIS19Yi'LS7J�SL9 (SEAL) f 0 I /L('�-Q1�1-wA -<,, Notary Public ANGELES — ss CERTIFICATE I, 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 Westminster, CA this 11th day of January 1984 AW -2 at r Insuaa,� � i` ��OPPOaa IrO -- Secretary �v 1 19r it-ro— • 0 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 I f — day of19 gq qp , My commission expires: U-Q^,(.AA L MA RILYN RAY OTA9�fu LIC C,N,A \h'—' CP,%G O Y \_y M, mor �. i.p rxs a <2 ,1 Bidder Authorized Signature/Title Not#y 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 low bidder. Bi der FAV Engineering Authorized Signature/Title Frank A. Villela/Owner i • 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. See Attached Bidder FAV Engineering Authorized Signature Tit e Frank A. Villela/Owner FAV ENGINORING Gull Engineering Pl.nnmg • Dc,ign • Comlruclion FRANCISCO 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 Direction General de Caminos force account, Guatemala. Guatemala Aggregate cost $3,000,000 Frank A. Villela, Project En- gineer/Builder 1966/67 E1 Rancho-Salamg 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. 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 FAV ENGINEERINfo Ay BRIEF SUMMARY OF RECENT PROJECTS. FRANCISCO A. VILLE.LA, 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 6531 Huntington Beach. Glif.mia 92647 USA 171418920914 171418:7-4102 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BID SUMMARY TITLEf /.,__, /!r 'a Trot eea/6c4z t LOCATION: City Clerk's Office o.. 16.liaa ?!e" ,,fu/a CONTRACT NO. C— 237S ff TIME //.'oo 41g4 DATE AMOUNT 3 CTI' s t� ,075.30 .z Authorized to Publish Advertisements of allds including public notices by Decree of the Superior Court of Orange County, California, Number A-6214, dated 29 September, 1961, and A-24831, dated 11 June, 1963, STATE OF CALIFORNIA County of Orange PUNIC Nollo. Adve ,Nn cove ed dy im 'Md.v. b W in 1 Pol .Nt. 10 M. column w th I am a Citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the below entitled matter. I am a principal clerk of the Orange Coast DAILY PILOT, with which is combined the NEWS -PRESS, a newspaper of general circulation, printed and published in the City of Costa Mesa, County of Orange, State of California, and that a Notice of Notice Inviting Bids CITY OF NEWPORT BEACH of which copy attached hereto is a true and complete copy, was printed and published in the Costa Mesa, Newport Beach, Huntington Beach, Fountain Valley, Irvine, the South Coast communities and Laguna Beach issues of said newspaper for one 4LRIt6B0[1 iXe *ff"i3ai*Fi3}Rhe issue(iy of , 198- 98_ 198— 198_ I I declare, under penalty of perjury, that the foregoing is true and correct. Executed on December 14 tgg 3 at Costa Mesa, California. Signature 0 � � LO c 37 PROOF OF PUSUCATiON c- a3-6 BY THE CITY COUNCIL December 12, 1983 (38) CITY OF NEWPORT BEACH CITY COUNCIL AGENDA DEC iz 1983 ITEM N0. / y T0: CITY COUNCIL FROM: Publ i c Works Department G4W.A SUBJECT: '?iiklfllF_LBfiIC ITNSULA j£ 2375) ; RECOMMENDATIONS: Approve the plans and specifications. Authorize the City Clerk to advertise for bids to be opened at 11:00 A.M. on January 12, 1984. DISCUSSION: This contract provides for the removal and replacement or repair of approximately 5,600 square feet of sidewalk, 800 linear feet of curb and 2000 square feet of roadway; and for the replacement of street trees as described below. The locations are shown on the attached drawing, "Exhibit A" An additional 2900 square feet of parkway concrete will also be removed, and salvageable material will be placed on the adjacent private property. The work is necessary due to 1) the relatively high exposure to personal injury caused by parkway tree roots uplifting and displacing public improvements; and 2) many public complaints of nuisance water ponding in the street as the result of root uplift. The destructive roots are usually from mature Ficus Nitida Street trees. 108 of these trees will be removed from the parkway. They will be replaced by 75 15 -gallon Magnolia Grandiflora or Cupania street trees installed within PVC root barrier boxes. Approximately 100 of the existing trees within the work area will not be removed in this contract. The Balboa Peninsula Point Association has reviewed the specification and replacement schedule and fully supports the project. The Association has also informed its membership of the project in its monthly newsletters. In addition, the City has sent letters informing the owners of property where parkway improvements are to be removed about the subject project. (See attachments) The Engineer's estimate is $50,000. Adequate funds are available in the current appropriation for Street Tree Replacement Program. Bid documents have been prepared by the Public Works Department. All jwor should be completed prior to April 23, 1984. Benjamin B. Nolan Public Works Director SJL:do Att. ; �:C— — 401A ZAf II Ii P ,,,,// N0. SO .5 IV Ao to P it a 00' C-7 D O� \, 4% Lic IN Pow PROJECT LOCATION CITY OF NEWPORT BEACH Y F OF NEWPORT BEACH CI WORKS DEPARTMENT — SIDEWALK AND TREE REPLACEMENT ON BALBOA PENINSULA DRAWN N APPROVED C-2375 DATE 10 - DRAWING NO, "EXHIBIT - A 0 CITY OF NEWPORT BEACH November 3, 1983 P.U. BOX 1768, NEWPORT BEACH, CA 92663.3884 PUBLIC WORKS DEPARTMENT 714/640-2281 Subject: Sidewalk and Tree Replacement on Balboa Peninsula (C-2375) Dear Property Owner: The City of Newport Beach, at the request of residents and the Balboa Peninsula Point Association, is preparing a contract to remove and replace parkway trees and concrete improvements on Peninsula Point. The parkway trees slated for removal (Ficus Nitida, usually) have a destructive root system which has up- lifted and displaced sidewalks, curbs, street pavement, and parkway pavement. Magnolia Grandiflora and Cupania (Carrotwood) will be replanted at many loca- tions along Miramar Drive and Ocean Boulevard, respectively, in lieu of the Ficus. The new trees will be installed within root barriers, which serve to eliminate future street tree root destruction. The intent of the.contract is to: (1) eliminate many tripping hazards and thereby improve safety for pedestrians and reduce claims against the City; (2) attenuate the uplift of concrete improvements to reduce ponding of drain- age water; and (3) clean up some of the unsightly broken concrete improvements on the Point. All work is to be done at no direct cost to the adjacent prop- erty owners. Included in the contract is the removal of all parkway paving which constitutes a tripping hazard according to decisions of courts of law in California. Parkway paving in front of your property falls into this category. Your pav- ing will be removed and disposed of, or stockpiled on your property if sal- vageable, at no direct cost to you. The parkway will not be repaved by the City, but may be redone at your expense subject to City policies. The City intends to advertise for bid in the near future so that work may be completed prior to summer. If you have any comments concerning this project, please contact me via telephone or letter no later than December 1, 1963. Very truly yours, Stephen J. Luy Project Engineer SJL:jd 3 3300 Newport Boulevard, Newport Beach Balboa panIlnada stn 7 1"� POST OFFICE BOX 826 A BALBOA, CAUFOI NE'k y^_oo 1 OCTCBER 1983 NEWSLETTER MICE * PGLICE *POLICE * PCLICE * PCLICE * PCLICE * PCLICE * PNCE * PCLICE Community Relations Off ice, CPficer Tom Little, would like to meet with the B.P.P.A. in November 1983. He hopes to bring our Area Watch Commander plus one of the dispatchers. He will discuss what plans are being considered and would welcome suggestions so that ive will be given better police/law enforcermt in the ledge area which includes Crean Front, Ocean Blvd., Yirarar, etc. The Balboa business area is also included in this. We are paying high taxes and I think we (B.P.P.A.) should demand that this should be addressed and corrective police action be instituted. By Charlie Bauman Note: The next B.P.P.A. meeting is an November 10, 7:30 p.m., Laguna Federal Savings and Loan, 600 E. Balboa Blvd. (upstairs). We Zook fonrard to hearing both yea' opinions and those of the police. The October B.P.P.A. Board meeting proved to be quite informative, Many different topics were discussed, first and foremost, the Board and members of the B.P.P.A.- would like to thank the following people who have helped shovel sand on our private beach. (There is still more to shovel if anyone would like to add his/her efforts.) Nisch thanks to: the Tom Gillman family, the Douglas Boyd family, Ted Clarke, Nancy Larner, Leonard Beidle, Skip Griggs, Charlie Bauman and those two young boys known as Joshua 'destling and Jessie Gillman. Thanks also to those of you who have helped but were unseen by those who reported back to me. WATCH FCR THE SPECIAL NOTICE ABOUT THE BIG B.P.P.A. HALLQllMN PARTY FM CUR YCUTH. KEEP OCTCBER 29 MEN. Mrs. Duggan, from our local library has offered to read Halloween stories. This is a very special treat, not to be sussed. Nancy Larner reported that the City of Newport Beach has looked over the Board's recoamiendations regarding street signs and that they are considering several of the suggestions. I -lore information to follow at the next B.P.P.A. meeting. The City of Newport Beach has informed the Board of future sidewalk repairs. Red marking on the sidewalks indicates areas to be repaired after the holidays. Tom Pendell has accepted the position of Vice President on the B.P.P.A. Board. Pat Eichenhofer will act as Ramp Chairman. We all thank both of you for volunteering your tine. Have a great month and we hope to see you a71 at the next B.P.P.A Board meeting. d Carol H. Westling, B.P.P.A. Secretary t • • FEBRUARY, 1983 NEWSLETTER • Ifn.aflaaia AWo iatiI CALIFORNIAPOST OFFICE BOX 82h1P BALBOA, URGENT TOP PRIORITY We need everyone's help immediately. Onx•pier and ramp has been totally destroyed by the recent storms. Members who have boats will not be able to use these facilities until they are repaired or replaced. These facilities are a great asset, even if you never use them. If your house is not on the bay, you can still offer all the boating pleasures that ggo with a bay front home via membership in our B.P.P.A. As you can see, it actually increases the value of your property. Quite a return on a $10.00 a year investment in the way of a membership fee. The association has had to pay for a new seawall the past year. This cost $7,200. Dock Maintenance runs $1,400 per year. The present facility can be 'glued together for an estimated $2,000. For $10,000 we can have brand new facilities with an expected life .)f about 20 years. We are getting more bids. The Board feels it is imperative that we act now. Funds must be raised. The association has $794.16 in the checking account and $2,366.14 in the savings account. You see the problem that is facing all of us. Here are some of the ideas that -were raised at the last meetings 1. Placing a surcharge on boat owners and general members. 2. Donations. 3. Loans made to the association by individual members. 4. Rummage Sale. 5. Host a 51L RTsd l0A race. All profits to go to the B.P.P.A. if you have some ideas, please contact a Board Member. Regarding the 5A and lOA race, please contact Richard Redmond. The Board feels that this activity may be the fastest way to raise the needed funds. Bill Gurr is trying to have 'Thompson at our next meeting to discuss the Thompson Flotation System. It is supposed to be new, very effective. easy to maintain and reasonable. Mr. Thompson will be at this meeting. Gloria Johnson - Membership- reports that we have 420 members of which 47 have registered their boats with us. Charlie Bowman - Police Liason - reported that we can all expect better ''pqoolice Protection since he has been able to establish a credibility as to -rhe problems in our specific area. We have been working with the City on our much needed sidewalk and curb repair. If funding is approved, work should begin in late fall or winter. Unfortunately, a great many of our larger trees will have to be removed. New trees will be planted but spaced differently. The project will be done over a period of several years. We are aware that there are differing views concerning our Peninsula trees so the B.P.P.A. Board will work closely with residents to try to keep problems to a minimum. The letters many of you wrote last fall have really helped. Thank you! we will keep you informed. if you have any questions, please call Elaine Linhoff at 673-8037 or Pat Eichenhofer at 675-2253. The Airport Commission will hold a Public Hearing concerning John Wayne Airport on February 22 at 7s00 P.M. in the Costa Mesa Community Center, 1845 Park Ave. CONCERNED? Attend and voice your opinion. Next meeting will be at 7;30 P.M. at Laguna Federal Savings and Loan, upstairs on Thursday, March 10th. Please be there, we need your input and support. -5-