Loading...
HomeMy WebLinkAboutC-2211 - San Joaquin Hills Road and San Miguel Drive Traffic Median Landscape Development: Paving Only0 September 15, 1981 CITY OF NEWPORT BEACH Nobest, Incorporated P.O. Box 874 Westminster, CA 92683 Subject: Surety: Bonds No.: Project: Contract No.: The City Council on July subject project and auth Notice of Completion and Notice of Completion has OFFICE OF THE CITY CLERK (714) 640 -2251 Balboa Insurance Co. 102535 ` Traffic Median Landscape 2211 27, 1981, accepted the work of Drized the City Clerk to file a to release the bonds 35 days after been filed. Notice of Completion was filed with the Orange County Recorder on August 4, 1981 in Book No.14168, Page 33. Please notify your surety company that bonds may be release 35 days after recording date. Wanda E. Andersen City Clerk WEA:lr CC: Public Works Dept. City Ilall • 3300 Newport Boulevard, Newport Beach, California 92663 Please Return to:, City Clerk's Office City Hall 3300 Newport Blvd. Newport Beach, CA 92663 NO CONSIDERATION 41 J1 EXEMPT NOT1C C MP ,ETION PUBLIC WORKS BK 14168P0 33 7K+ to OFFMAL �ceMes 7AM 9 C> 1H M. GIIfM�ll . A6 4'84 A. to All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on Tema Int-h 19gl the Public Works project consisting of San Joaquin Hills Road and San Miguel Drive _ Traffic Median Iandscane Development: paving_ Only (Contract No. 2211) on which Nobest c or ed, p was the contr c,(p , and Balboa was the su wa9'completed. I, the undersigned, say: VERIFICATION CIT); OF NEWPORT ) BFACH Public Works Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on ,July 29th 1981 at Newport Beach, California. is 1,qorii irec or 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 July 27th, 1981 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 July 29th, 1981 at Newport Beach, California. City Clerk July 29, 1981 0 0 ' CITY OF NEWPORT BEACH Lee A. Branch County Recorder P.O. Box 238 Santa Ana, California 92702 OFFICE OF THE CITY CLERK (714) 640 -2251 Dear Mr, Branch: Attached for recordation is Notice of Completion of Public Works project consisting of San Joaquin Hills Road and San Miguel Drive Traffic ?Median Landscape Development: Paving Only, Contract No.,2211 on which Nobest Incorporated was the contractor and Balboa Insurance Company was the surety. Please record and return to the City Clerk's Office. Thank you, 14ANDA E. ANDFRSFN City Clerk 14EA: da Fncl. City flail • 3300 Newport Boulevard, Newport Beach, California 92663 Please Return to: City Clerk's Office City Hall 3300 Newport Blvd, Newport Beach, CA 92663 NOTICF. OF COMPLETION NO CONSIDFRATION PUBLIC WORKS I o All Laborers and Material Men and to Every Other Person Interested YOU WILL PLEASE TAKE NOTICE that on .Tina 1Orh 1981 the Public Works project consisting of San Joaquin Hills Road and San Miguel Driye___ Traffic Median landscape Development: Paving, Only (Contract No. 2211) on which Nobest, Incorporated, P.O. Box 874, Westminster, CA 92683 was the contractor, and Balboa Insurance Company _ was the surety, was completed. �JTY OF NEWPORT BEACH Pu lic Works Director VERIFICATION I, the undersigned, say: 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 July 29th 1981 at Newport Beach, California. ores 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 July 27th, 1981 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 July 29th, 1981 at Newport Beach, California. l City Clerk i • TO: CITY COUNCIL FROM: Public Works Department July 27, 1981 CITY COUNCIL AGENDA ITEM NO. -- eo SUBJECT: ACCEPTANCE OF SAN JOAQUIN HILLS ROAD AND SAN MIGUEL DRIVE TRAFFIC MEDIAN LANDSCAPE DEVELOPMENT: PAVING ONLY (C -2211) 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 planters and paving in the • medians of San Joaquin Hills Road and San Miguel Drive has been completed to the satisfaction of the Public Works Department. The bid price was $79,617.00 Amount of unit price items constructed 82,030.00 Amount of change orders None Total contract cost $82,030.00 The increase in the amount of unit price items constructed was primarily due to a greater area of the cobblestone pavement than had been estimated. Funds were budgeted in the Parks and Recreation Fund. The design was performed by Paula A. Bosza, Landscape Designer. The contractor is Nobest, Inc., of Westminster. The contract date of completion was June 30, 1981. All work was completed by July 3, 1981. • c J / � t �hC�liH Benjamin B. Nolan Public Works Director GPD:jd CITY CLERK NOTICE INVITING BIDS 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 30th day of Aori1 ,1981, at which t me sue— uch bid shall be opened and read af SAN JOAQUIN HILLS ROAD AND SAN MIGUEL DRIVE TRAFFIC MEDIAN LANDSCAPE DEVELOPMENT: PAVING ONLY Title of Project 2211 Contract No. $84,700 Engineers Estimate Approved by the City Council this 13r th day of April ,1981. Wanda E. Andersen 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, call Lloyd Dalton at 640 -2281. Project Engineer . CITY OF NEWPORT BEACH •; PR la PUBLIC WORKS DEPARTMENT PROPOSAL SAN JOAQUIN HILLS ROAD AND SAN MIGUEL DRIVE TRAFFIC MEDIAN LANDSCAPE DEVELOPMENT: PAVING ONLY Title of Project 2211 Contract No. 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 Instruction to Bidders, has examined the Plans and Special Provisions, and hereby proposed to furnish all materials and do all the work required to complete this Contract No. 2211 in accordance with the Plans (Drawing No. P- 5101 -S) and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 13,835 Construct 4" "Cobblestone" PCC pavement Square Feet 2 3 as @ Two Dollars and Twenty Cents $_ 2.20 $30.437.00 Square Feet 3,450 Construct "Sandblasted" PCC planter Linear Feet walls @ Ten Dollars and No Cents $ 10.00 $_34,500.00 Linear Feet 4,840 Construct 4 "PCC Mow Strip Square Feet @ Two Dollars and No Cents $ 2.00 $ 9,680.00 Square Feet 625 Construct Conduit Sleeves Linear Feet @ Eight Dollars and No Cents $ 8.00 $ 5,000.00 Linear Feet Contract No. 2211 cont TOTAL PRICE WRITTEN IN WORDS: Seventy -nine Thousand Six Hundred Seventeen Dollars and Nn Cents • PR lb S I RP RATED Bidders Name $ 79,617.00 April 30, 1981 S /John W. Behymer Date (Authorized Signature) CONTRACTOR'S LICENSE NO. 359622 TELEPHONE NUMBER (714) 894 -5000 CONTRACTOR'S ADDRESS P. 0. Box 874, Westminster, CA 92683 • • 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. 359622 A Contr's Lic. No. & Classification April 30, 1981 Date NOBEST.INCORPORATED Bidder SJ,lnhn Rehvigna Vice Prpcidpnt Authorized ignature /Title 0 DESIGNATION OF SUBCONTRACTORS • Page 3 The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer.and as provided by State law. Item of Work Subcontractor Address 1. 11 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. NOBEST, INCORPORATED Bidder S /John W. Behymer. v' Authorized Signature Tirtieident FOR,RIGINAL SEE CITY CLERK'S FILE C�Y Page 4 Bond No.: L05- 027962 -65 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, NOBEST, INCORPORATED , as bidder, and BALBOA INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of 10% of the amount bid, not to exceed Ten Thousand and no /100 Dollars ($10,000.00 ), 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 SAN JOAQUIN HILLS ROAD AND SAN MIGUEL DRIVE TRAFFIC MEDIAN LANDSCAPE DEVELOPMENT: PAVING ONLY 2211 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 30th day of April , 1981. (Attach acknowledgement of Attorney -in -Fact) 96T. r,• J Commission expires June 8. 1984 NOBEST, INCORPORATED Bidder S /John W. Behvmer, Vice President Authorized Signature /Title BALBOA INSURANCE COMPANY Surety By S /Jean Pyle Title Attorney -in -Fact NON - COLLUSION AFFIDAVIT Page 5 The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this 30th day of April , 19 81. My commission expires: December 18, 1984 NOBEST, INCORPORATED Bidder S /John W. Behymer, Vice President Authorized Signature /Title S /Jan Moses Notary Public FOR _VGINAL SEE CITY CLERK'S FILE C� 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. NOBEST,,INCORPORATED S /John W. Behymer, Vice President Authorized Signature /Title 0 • Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Colleted For Whom Performed (Detail) Person to Contact Telephone No To be submitted NOBEST, INCORPORATED Bidder S /John W. Behymer, Vice President Authorized Signature /Title 0 CAN' CSI;, NEWPORT BEACH DATE May 29, 19981 - h TO: FINANCE DIRECTOR FROM: City Clerk OFFICE OF THE CITY CLERK (714) 640 -2251 SUBJECT: Contract Description of Contract San-Joaquin Hills Road and San Miguel Drive _Traffic _Median Landscape Development: Paving Only ------- - - - - -- - - -- -- - Effective date of Contract May._2?,_j- 983- Authorized by Resolution No. 10036 ado( -ed on 5 -11 -81 Contract with Nobest, Incor.por_ated Adress P.O. Box 874 Westminster,CA 92683 7vnount of Contract $79,617.00 WANDA F. ANDERSEN City Clerk 5 -8] ();Y 1!:,11 , ;3 :io O Nc�%janrl 1',nulcc;i<<I. Ac�rE���rt Bc:wh. (;ilii��ruc< 92)66:; • CITY OF NEWPORT BEACH • PR la PUBLIC WORKS DEPARTMENT PROPOSAL C SAN JOAQUIN HILLS ROAD AND SAN MIGUEL DRIVE (L� TRAFFIC MEDIAN LANDSCAPE DEVELOPMENT: PAVING ONLY - mif Title of Project Ti �, / 2211 Contract No. To the Honorable City Council •,�r�' City of Newport Beach r I //l 66 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: 6 The undersigned declares that he has carefully examined the location of the work, has read the Instruction to Bidders, has examined the Plans and Special Provisions, and hereby proposed to furnish all materials and do all the work required to complete this Contract No. 2211 in accordance with the Plans (Drawing No. P- 5101 -S) and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL N0. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 13,835 Construct 4" "Cobblestone" PCC pavement Square Feet @ -7 C.CJ c'� Dollars and / iilJP� I/ Cents $2,Z4D Square Feet 2. 3,450 Construct "Sandblasted" PCC planter Linear Feet walls $30437co @ / P h Dollars and Cents $ /P•OCD $3 Y,S00, eo Linear Feet 3. 4,840 Construct 4 "PCC Mow Strip Square Feet 7-- @ % C7 Gf� Dollars �— and Cents $ Z • 00 p $ f ,20 to Square Feet 4. 625 Construct Conduit Sleeves Linear Feet JJ, Dollars — and Cents $ $ 37S Linear Feet • • PR lb Contract No. 2211 cont TGTA �PRF WRITTEN IN WORDS: l wo jYlourav ycuv NuHcfr�ol�0,>{1wo Dollars and _ Cents I - 1T 1 Date �, tN CUP:Ptiis:ii a Bidders Name J orized Signa CONTRACTOR' S L ICENSE NO. ' j 5 9 (Q 22 TELEPHONE NUMBER rJ il_) P.D. Box 374 CONTRACTOR'S ADDRESS M'eatminliteL Cal. 92W Ll NSTRUCTIONS 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 1777.5 of the California Labor Code for all apprenticeable occupations. 5 Q(Q"ZZ 4 NOCEST, INCORPORATED Contr's Lic. N.. & Classification 1�dde Date Lgthorized Signature /Title V n 0 DESIGNATION OF SUBCONTRACTOR(S) • Page 3 The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer and as provided by State law. Item of Work Subcontractor Address 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 12. NO ®EST, INCORPORATED Bidder Authorized Signature it e V PY L°- S Vic n • 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 day of_7 19�. My?*� F: �✓'1 � niSES Ji1 n Jyi NOBLI -SI, INCORPORATED Notary Public i / —�f • 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. NOBE$f, INCO- IRPORATED ;✓ V I VIq?--5 • 0 Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year leted For Whom Performed (Detail) Person to Contact Telephone No NOGEST, INCORPORATED Bidder Authorize Signature /Title V �Y'� � BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, • Page 4 Bond No.: L05- 027962 -65 That we, Nobest, Incorporated , as bidder, and Balboa Insurance Company as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of 10% of the amount bid, not to exceed -Ten Thousand and no/ 100--------------- --- -- -- ----- ---- Dollars ($-10,000-00- ) 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 Landscape Development, Paving Only San Joaquin Hills Road & San Miguel Drive, Traffic Median e t 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 30th day of April 1981. Nobest,,.Incorporated Bi4d r / (Attach acknowledgement of Attorney -in -Fact) / �CiC/ � —f✓T� zed Signature /Title Balboa Insurance Company Surety By L Je� Pyle � Title Attorney-In-Fak STATE OF CALIFORNIA / ss: County of ORANGE On this 3Uth day of DOUGLAS J XEYWORTH it 19 . 11 before me a Notary Public in and for the said County of ORANGE State of _._- CALIFORNIA— ..., residing therein, duly commissioned and sworn, personally appeared Jean Pyle . . -. —._ .known to me to be the Attornrry•in -Fact of the Balboa Insurance Company, the corporation that executed the within instrument, and acknowledged to me that h 5 d the name of the Balboa Insurance Company O'creto and his ou,n name as At tome 1n- Fact. � r OF rl SEAL % - DUiIGL451 KEYvlOR!A ryYfi f � Y f -- wo i..•r to }u F;;aN!,x otn blic in and or th ount o ��.� OR4 \GE CCCOry MY Cm- ,mission EXP. June S. 1984 ORANGE State of CALIFORNIA — l • - *BALBOA INSURANCE COMPANY 620 NFWPOPI CPNTPF f ti !'vt -. NEWPOAr 6:.A.CH CALI rt)ra,nA 92CO,- GPA__. POWER OF ATTORNEY VALID GENERAL POWER OF ATTORNEY ONLY IF NUMBERED IN RED Knott, All :Men hr These Presents, That BALBOA INSGRAN( 1. COMPANY, a corporation duly organized and rsisli;g under the laws of the State of California, and having its principal ofticc in Newport Beach, Oranee County. Cahfoniiu, does by these presents make, constitute and appoint .- JEAN PYLE of_ Anaheim and State of California _j,, true and lawful Attomer(s)tn -Fact, with (till power and authority hereby conferred in its amne, place and stead. to execute. acknowledge and deliver.... —_,_ ... ,. CONTRACT BONDS (S. B. A. Guarantee Agreement )=$249, 999.99; LICENSE F, PEP,%IIT BONDS - $50,000.00.MISCELLANEOUS - $50,000.00; CONTRACT BONDS - $SO,000.00; COURT BONDS - $50,000.00;_ FIDUCIARY BONDS - $50,000.00 "THIS POWER and to bind the Company thereby as tally and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby rauf'ong and cordinniug f;l that the said At tornes,(A -in -Fact may do in the premises. Said appointment is made under and by authority of the hallowing iesolution adopted by the Board of Directors of the Balboa Insurance Company at a meeting held on the 22nd day of March. 1961. "Be It Resolved, that the President, anv Vice- President, any Secretary or any Assistant Secretary shall be and Is hereby vested with till! power and authority to appoint any one or more suitable persons as Attorney(s)-in -Fact to represent and act for and on behalf of the Company subject to the following provisions: ".Sealion 1. Artornev -in -Fact. Attorney -in -Fact may be oivea full power and authority for and in the name of and on behalf of the Company. to execute, acknowledge and deliver, any and all bonds, raco'enirainces, contracts, agnte!nco Li of indefiutity and other conditional or obliaatuiy midertakings and any and all notices and ducuuients canceling or let nu flat lug die Company -s liability tliansnder, and any ntch imtrunienis a" executed by any such Attorney -urEact shall be binding upon the Cornpam as it signed by the President and .sealed and attested by the Corporate Secretary.' In, lt'imess IVhereraf. Balboa Insurance Qnupauy has caused these presents to be sinned by its Senior V1Ce President and its corporate seal to be hereto if fI)xcil This,._. Sth _._. day of �_. .._ January_­_ All, 1981 (k Inccra cte9 State of Ca;lfornla � o County Of. Change ) BALBOA t,ASrk'RAjXE fOy -IPANY � By On this 5th �„I✓ /January A.D , 19_81.._ , before nie : =fin, '"� -_ persnnuly carte William Palgu Lt to tie known, who, being by file duly sworn, did depose and say, DSission Viejo, California that he rcve.es m_.,._...�. _. J that he is Senior Vice President of BALBOA INSURANCE COMPANY, the company described in. and which executed the above inslrumeul: that he knows rite seal of said Company: that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors ofsaid Compan and that fie signed his name d roCla by like order. "°CST ' V -u tan Puhlit, w 2 e } 1, the undersigned Secretary of Balboa Insurance Company, hereby certify that the above and lore"'ing Is a full, eve and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the saol Power of Attorney is still in force and effect. And I do hereby further certify that the Certification of this Potver of Attorney is signed and seabed by f:reshn!ie under and by the authority of the following resolution adopted by the Board of Directors of the Balboa Insurance Cuutpany at a meeting duly called and held on the 24th of March 1972, and that said resolution has not been amended or repe;dcd: "RESOLVED, that the signature of the Secretary or any Assistant Secretary of this Corporation. and the seal of this Corporation, Wray be affixed or punted by facsimle to any cerriiicate to a Power of Attorney of this l'urpurauou, and that such printed facsimile signature and seal shall be valid and binding upon this Corporation." GIVEN under by hand and the seal of said Company, at Newport Beach, Cahtornia. [his_ 3Uth_ _ day. of April I 19 81 THIS POWER OF ATTORNEY EFFECTIVE ONLY IF ATTACHED TO BOND NO. L05- 027962 -65 B29Bi72 (; U �PCretary • . Page 8 NOTICE The following are samples of contract documents which shall be completed and executed by the successful bidder after he receives a letter of award from the City of Newport Beach: PAYMENT BOND (pages 9 & 10) FAITHFUL PERFORMANCE BOND (pages 11 & 12) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13,14 & 15) CONTRACT (pages 16 & 17) Since the City of Newport Beach will not permit a substitute format for these contract documents, bidders are advised to review their content with bonding, insuring and legal agents prior to sub- mission of bid. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction (latest edition adopted for use in the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. PA`:MENT BONG KNOW ALL MEN BY THESE PRESENTS.,.That tjas,L . r;2= 5 WHEREAS, the City Council of the City of Newport Sea --h, State of California, by motion adopted V,;y 11, 1931 has awarded to — OORr'' NOBEST, IWORAT;Ell a hereinafiter designated as the "Principal ", a contract for _ SM J4KNIN HILLS ROAD AND SAN MIGJEi DRIVE in the City of Newport Beach, in strict conformity with the Drawings and Specifics ions 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: =nd the terms thereof require the furnishing of a band with said contract, provic-Anc that if said Principal or any of his cr its subcontractors, shall :"ail 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 140BFs'T , wearoyAla*, as Principal, as Surety, are held firmly bound unto the City of Newport Beach, in the sum of !SEVENTY NWF-- M005XjQ1) 51' VPj a SEJEMTiEF -" ik oo Dollars ($ 79,047.x' _?, said sum,-being one -half of the estimated air&ount payable by the City of Newport Beach under the.terms of the contract, for which payment well and truly to be made we bird 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 Princioa-, 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 contracte? to be done, or for any other work or labc,- thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or iabo; °, that The Surety or Sureties will pay for the same, in an. amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the Provisions of Section 4204 of tine Government Code of the State 0 California. This bond shall inure to the benefit of any aid a1T persons, companies, and corporations entitled to file claims under Seciion.::181 of the California Civil Co £ so as to give a right of action to them or their assigns in any suit brought upon l Pay en* pond (Continued) this bond, as req:ired by the Provisions of Section 4205 of ':he GoverrFi_,t the State of California. And said Surety, for value received, hereby stipulates and agr. -eS ' ^,a_ _... _ extension of time, alterations or additions to the *_erms of the ccntvGci.,r work to be- .performed thereunder or the specifir.ations accompanying the any wises affect its obligations on this bound, and it does hereby waIN,e t• c such change, extension of time, aitera *_ions or additions'to the terms of th_ or td the work'or to the specifications, T In the event that any principal above named executed this bond as an in3ivid.: . it is agreed that the death of any such principal shall not exonerate the Surety i'r�m its obligations under this bond. .IN WITNESS WHEREOF, this instrumert'has been duly executed by the Principal and Surety above named, on the 2G day of MAY 19: V Authorized Signature and Titre VFIpPEPS If i�t3Ri1NCE CJPifLrFS y {Se9 name of Surety Vo. BOX Be4 Lc5 A LAH 17LS , CkLlF, Addross of Syirgty, �— i .i...< Appr ved as to form- Signature end l i i) e of _ Address of Agent City Attorney ?.ix 5 71 - =:60 telephone No. of Agent STATE OF CALIFORNIA, ss COUNTY OFOr�__ ON may. 26, -- 19 81 before me, the undersigned, a Notary Public in and for said State, personally appeared AMOWLEDGMT— Cwpenti *okotts F" nt -.tv. &M John W. Behymer known to me to be the _—Vice PresidP.nt. of the Nobest Incorporated _ the Corporation that executed the within Instrument, known to me to be the person who executed the within Instrument, on behalf of the Corporation, therein named, and acknowledged to me that Such Corporation executed the same. WITNESS my hand and official seal. Nobry Pealic in ad said Stab. SA' I f l °Ick ��- ORANGE CGUN7Y MY carom expires JUL AMOWLEDGMT— Cwpenti *okotts F" nt -.tv. &M John W. Behymer known to me to be the _—Vice PresidP.nt. of the Nobest Incorporated _ the Corporation that executed the within Instrument, known to me to be the person who executed the within Instrument, on behalf of the Corporation, therein named, and acknowledged to me that Such Corporation executed the same. WITNESS my hand and official seal. Nobry Pealic in ad said Stab. STATE OF CALIFOR.A!A ss: .....................COUNTY of LOS ANGELES On ..... MM .... ..... 20 1 �.9 1.1 ............... before me, the undersigned, a Notary Public of said county ....... `' /, t� p � Ap and state, per tonally appeared --- .------ - ----_DDdh.'1LD-- -E •...bF P P..---........---- ...... .... ..... .......... _........... __.- - -.... known to me to be the Attorney -in -Fact of the corporation that executed the within instrument, known to me to i,e the person who executed the within instrument on behalf of the corporation therein named, and ackno le l�fi „�p,,� „k6at �madnoemryornti9n executed the same. OFFICIAL SEAL s ^” _ LINDA D. YATES by' NOTARY F'U 6lIC CALIFORNIA _ • ..�1+1 �� �T�pr. ..... .�.• t > -pAL OFFICE IN x COUNTY o •\L• Public tdy Comnissicr, Expires April 30, 1482 inn„ m,,,,„ uwn wnn,n n ,nm„imuu,,nm „u,,,,,,,,,,,,,,,,, n,..... ...nnwnnn,w FAITHFUL PERFORMANCE BOND 1 a �;,t, s•:C . KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of Califr.r ^5'c•. :: motion adopted may 11, 1581, has. awarded to � NOBEST, INCORPORATED, hereinafter designated as the "Principal", a contract for SAN JOAWIN HILLS MAP AND SAN Nr l L DRIVE TRAFFIC MEC,IAN LANDSCAPE DEYELOPMENT: PAVING ONLY CC••2211 ) in the City of Newport Beach, in strict conformity with the Drawings and Speci4ica ions and other contract documents on file in the office of the City Clerk of the City; e= Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract ar_ terms thereof require the furnishing of a ,bond for the faithful performance c•f said contract; NOW, THEREFORE, We, NOSEST,, tmc000 Areb as Principal, and as Surety, are held and firmly bound unto the City of Newport Beach, in the sun o= SEVEWY WNE 1%OuSArib:Si4 NN'tL5 W*TEEN s oo /tots Dollars 1$ 7�, ,0'7 ^' said sum being equal to 100% of the estimated amount of the contract, to be :aid ;c the said City or its certain attorney, its 'successors, and assigns; for whir' payr:,er;t well and truly to be made, we bind ourselves, our heirs, executors and adnir. strat•Drs, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden rrinc"rcl, 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, a -,- ditions, and agreements in the said contract and any alteration thereof made as lt�r `n ,provided on his or their part, to be kept: Bind performed at the time and in the minner therein specified, and in all respects according to their true -intent and m_arrinn, and shall indemnify and save harmless the City of Newport Beach, its officers a.. ^.j a;entS , as therein stipulated, then this obligation shall become null and vo`d; rt =_rwise i shall remain in full force and virtue. And said Surety, for value received, hereby slipul•ates arrd agrees th:_t -^ c!. .:_,. extension of time, alterations or additions to the terms of tr =_ -ontract cy t_ ° :- work to be performed thereunder or to the specificat,ons.a- in any wise affect its obligations on this bond, apd it does :Jr._°ecy e;ai,e _d Faithful Performance Bond (Continued) i of any such change, extension of time, alterations or additions to t i,e tear- contract or to the work or to the specifications. In the event that any principal above naned executed this Do-16 it is agreed that the death of any such principal shall not e):jnei-Etc ter its obligations under this bond. T,N WITNESS WHEREOF, this instrument.has been duly executed by the Surety 'a bove-,named, on the 1 76 day'of HAY l Csf ST It';C(DRPOPA-rEb Name rf..,Contractor (Principal) Mlarized Signature and Title Authorized Signature and Title LXYELOMIS IMSURAOC-e- COHPA:IiZV Name cf Surety Addr ss of Surety Signature and Title of Ainhoir"I.-1:. ! gert Approved as to form- Address of Agent "City Attorney (213) Telephone No. of Agent II STATE OF CALIFORNIA SS: .................... .........................COUNTY OF Los ANGELES On ................ HA. Y.. .U--- �- [Ml ..................... before me, the undersigned, a Notary Public of said county and state, per;,onally appeared .._._-----.--.—_ DOMALb ---E'- PAPP ----------- - --- ..---- - --- - ---- -- known to me to be the Attorney -in -Fact of the corporation that executed the within instrument, known to me to Le the person who executed the within instrument on behalf of the corporation t!icrein named, and "�• t! ^dL k� YATES NOT;.:2Y F:IOLIC CALIFORNIA FRZ t .7PAL OFFICC IN '•�'m/ LC•S nWLI.CS COUNTY My Commission Exp�mL April 30, 1982 _. _. - _.. ...- ...:....................... executed the same. Not'x Public ' STATE OF CKIFORNIA ss. j COUNTY OF QrAnge— _ —_ - -1 11N May 26, before me, the widersigned, a Notary Public in and for said State, personally appeared C i OFFICIAL Sr—AL '�. SALLY IJI.RICH 1 Il NOTAPY o,lel -C 7A!,IP ORN,, ORANGE COUNTY My comm. expires AIL 27, 1984 ACg10YILFDaYFNT— eprprNwr- wolcottl ipw tiF -1tA. 3M known to me to be the of the __ tvoeeST lncorpora —uu the Corporation that executed the within Instrument, known to me to be the person who executed the within Instrument, on behalf of the Corporation, therein named, and acknowledged to me that such Corporation executed the same. WITNESS my hand and official seal. ij i• i i' r ( t iy CERTIFICATE•OF INSURANCE ` Page 13 City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 - COMMERCIAL UNION Policy VLetter NOBEST INCORPORATED - . FREMONT I14DEMNTTY No. This is to certify that policies of insurance listed above and are in force at this tine, including.attached below have been issued to the insured named endorsement(s). '- COMPANY Policy Policy LIMITS OF LIABILITY IN THOUSAImS 000 LETTER TYPE OF INSURANCE No. Exp. ac Date occurrence Acareoato GENERAL LIABILITY - Comprehensive Form TOP Bodily Injury $ S A `,gyp Premises- Operations 11 /1/ 1 Explosion E Collapse Hazard 57 Property Omega $ $ 0 Underground Hazard ]1 Products /Completed- Operations 729 Hazard Yl Contractual Insurance Bodily Injury and Property f 500, = 500, Jp Broad Form Property Damage Dame a Coati nod fIndependent Contractors I Personal Injury Personal Injury $ -O Marine 500, 500, 0 Aviation AUTOMOTIVE LIABILITY B ygl:amprehensive Form CAE Bodily Injur f 66 Each Person y injury Each Occurrence D Owned 47 8/21/8R f \00MEN j{7 Hired 53 \ Pro art Dania e y n ury a Property Damage f 500, T] Non -owned �� Combined ERE 1p Unbrella Form 20 10 /10 AOdil Injury C 0 Other than Umbrella Form 3177 and Property $ 11000, $ 1,000, Dams a Cambined - URKE ta uto D and #WP80 0755 0 t EMPLOYER'S LIABILITY Accident NOTE: The Comprehensive General Liability or (and) Automotive Liability policy(s) is (are) endorsed with the attached City of Newport Beach Endorsement(s). - 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 certificate holder by nail. Att ntion: Public Works Department GOODMAN INSURANCE AGENCY INC. 5/6/81 By t r z epresentat ve cy. 1864 S. SANTA CRUZ - - WiTueRr 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, T ..,. _ '.r dam. "�_ • Page 14 I 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 to paragraph 1 of this endorsement shall be the limits indicated below for either Multi- ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability Property Damage Liability (X) Single Limit Bodily Injury Liability and Property Damage Liability. Combined occurrence E each occurrence 500,000.. E 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 Contr ct:,sttir. JQ G/�Vl rl/ �lf SiPiVw!-(' KC alvC Fre �� ' L 1 j-cdca -. k�S«10f D.e C � ye ontract a 2Zf1 This endorsement is effective 5/6/81 at 12:01 A.M. and forms a.part of Policy No. CAR 66 nv •53 Named Insured NOBEST INCORPORATED Endorsement No. Name of Insurance CompanyCOMMERCIAL UNION . -5 • Page 15 • CITY OF NEWPORT BEACH COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: \ , 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. O Multiple Limits - Bodily Injury Liability E each occurrence Property Damage Liability $ - each occurrence- ( $ Single Limit - .Bodily Injury Liability S 500,000. 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: L(t y 1lY ` n ,ry ggnn GeM t QL! e �'Icc�Lu �&&- Jvletpe ti Vg Title This endorsement is effective 5/6 /B1 . at 12:01 A.M. Policy No. m Named Insured Have of Insurai O 2211 fo;4s a part of- Tr—p, /T, " ,. _ . ,�. 4 :� �, .. ._,..., �.....,.. �__ti�u .. • Page. 16 CONTRACT THIS AGREEMENT, entered into this �ay of /i 19 , by and between the CITY OF NEWPORT BEACH, hereinafter "City, n NOBEST INCORPORATED hereinafter "Contractor is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: SAN JOAQUIN HILLS ROAD AND SAN MIGUEL DRIVE TRAFFIC MEDIAN LANDSCAPE DEVELOPMENT: PAVING ONLY 2211 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: SAN JOAQUIN HILLS ROAD AND SAN MIGUEL DRIVE TRAFFIC MEDIAN LANDSCAPE DEVELOPMENT: PAVING ONLY 2211 Title of Project Contract. o. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manher, 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 Seventy-nine Thousand Six Hundred Seventeen .($:- 79,617 '.DO ). This compensation includes 1 any loss or. damage arising from the nature of t e 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 t � .....'hT .. .w �:°i�- `3'x'4... �£`- .'%rev AHSd• z.. "..t+ a... .. v: xaS'.':..a s-'-' +L. sY.�: .':... � .. ..... «�:. a�i s.. mss-•' _ . ...1°f..v £!YY.e.� _ t 1 Page 17 (f) Plans and Special Provisions for SAN JOAQUIN HILLS ROAD AND SAN MIGUEL DRIVE TRAFFIC MEDIAN LANDSCAPE DEVELOPMENT: PAVING ONLY 2211 Title of Project Contract No. (g) This Contract. 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximiately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. . CITY OF NEWPORT BEACH ATTEST: 1 City Clerk APPROVED AS TO FORM: C ty Attorney %�— By Its _BQBEST, 1 f[� CITY CONTRACTOR STATE OF CALIFORNIA, r ss. COUNTY OF Orange I -- ON! May 262 19_ 81 before me, the undersigned, a Notary Public in and for said State, personally appeared John W. Be_h mmr known to me to be the » Vice of the Nnbeg Tn .nrnda .ems _ the Corporation that executed the within Instrument, known to me to be the person who exeruted the within Instrument, on behalf of the Corporation, therein named, and acknowledged �JF r 3C ALA to me that such Corporation executed the same, ORANGE COUNTY r ; , WITNESS my hand and official seal. ��•� rub My carom_ expires JUL 27, 1984 :) ..-- :�•_,.-- mss- rf�� <:.; �_�,� AMOWLEDMENT— Cupamba%- Wakotts Fp !!a —Re. W Nohry Public in a said State. I. SCOPE OF WORK 0 CITY OF NEWPORT BEACH • PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS SAN JOAQUIN HILLS ROAD AND SAN MIGUEL DRIVE TRAFFIC MEDIAN LANDSCAPE DEVELOPMENT: PAVING ONLY (C -2211) SP 1 of 2 The work to be done under this contract includes clearing and grubbing; excavation and disposal of earth; installation of conduit sleeves; and construction of "cobblestone" portland cement concrete pavement, sandblasted portland cement concrete planter walls, and portland cement concrete mow strips. This contract requires the completion of work in accordance with these Special Provisions: the Plans (P- 5101 -S), the Standard Special Provisions and Standard Drawings for Public Works Construction, 1980 Edition; and the Standard Specifications for Public Works Construction, 1979 Edition and 1980 Supplement, hereinafter referred to as the Standard Specifications. Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, CA 90034. Copies of the City's Standard Special Provisions and Standard Drawings for Public Works Construction may be purchased for $5 from the Public Works Department. II. COMPLETION OF WORK The work to be done under this contract shall be completed within 30 calendar days from the date the City awards the contract. III. WORK AREA AND TRAFFIC CONTROL The Contractor may occupy a 12 -foot wide portion of the roadway adjacent to a traffic median where work is being performed, provided that he install traffic control in accordance with Section 7 -10 of the Standard Special Provisions. IV. PAYMENT Payment for incidental work, such as excavation and disposal of earth, installation of conduit sleeves, traffic control, etc. shall be included in the unit prices bid for each item of work in the Proposal, and no additional compensation shall be made. V. WATER Water for this work shall be provided free of charge by the City. The Contractor shall make his own provisions for water supply and application, and shall contact the City's Utilities Supertintendent, Mr. Gil Gomez, at 714/640 -2221 to arrange for the water service connection. VI. GUARANTEE The Contractor shall guarantee, for a period of one year after acceptance of the work by the City Council, all materials and workmanship against defect. Any such defect shall be repaired at the Contractor's expense. VII. CONSTRUCTION DETAILS A. Cobblestone Pavement 1. Concrete Portland cement concrete shall be class 520 -C -2500. 2. Color SP2of2 2a. Color hardener shall be a "Lithochrome color hardener" as manufactured by L. M. Schofield Co. of Los Angeles, California. 2b. Color wax curing and finishing compound shall be a "Lithochrome Colorwax" as manufactured by L. M. Schofield Co. of Los Angeles, California. 2c. Final color shall appear uniform throughout the surface area and shall match the existing San Joaquin Hills Road median island paving when the concrete is fully cured. 3. Pattern "Cobblestone" pattern imprint shall match the existing San Joaquin Hills Road median island imprint. 4. Workmanship "Cobblestone" pattern joints shall be straight and continuous without noticable swaying or offsets between dyes and with consistent depth of imprint. B. Conduit Sleeves Conduit sleeves shall be installed as indicated on the plans. Tops of sleeves shall be located below the finished paving surface in accordance with Detail K, sheet 5 of the plans. Sleeve diameters shown on the plans are to accomodate future installations of PVC irrigation laterals with couplings, plus 2" PVC pressure conduit with fittings and irrigation controller wires. Sleeves may run continuous through planter openings. Sleeve ends shall be capped in a manner satisfactory to the Engineer. Sleeves shall be schedule 40 PVC or heavier. TO: CITY COUNCIL FROM: Public Workq SUBJECT: SAN JOAQUIN DEVELOPMENT: RECOMMENDATIONS: 0 - May 11, 1981 J CITY COUNCIL AGENDA ITEM N0. By fhe Qj f Y CUUiVCIL CITY OF NEWPORT BF.gCH Department TILLS ROAD AND SAN MIGUEL DRIVE TRAFFIC MEDIAN LANDSCAPE PAVING ONLY (C- 2211) 1. Waive the informalities associated with Nobest, Incorporated's bid proposal. 2. Adopt a resolution awarding Contract No. 2211 to Nobest, Incorporated, for $79,617 and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 A.M. on April 30, 1981, the City Clerk opened and read the following bids for this project: Bid Position Bidder 1 Nobest, Incorporated 2 Luz Pina General Engineering 3 Santa Ana Valley Contractors *Bid contained mathematical errors does not change bid position. Bid Amount $82,442.00* $93,984.25 $97,112.35 Corrected bid total ($79,614) The corrected low bid is 6% below the Engineer's estimate of $84,700. Adequate funds are provided under Budget No. 10 -7- 797 -038. The low bidder's ( Nobest, Incorporated) bid proposal did not include completed "Statement of Financial Responsibility" or "Technical Ability and Experience References." Inasmuch as this data has now been submitted to the Engineer, it is recommended that the informalities associated with the Nobest, Incorporated, bid be waived. Norbest, Incorporated, has not performed previous contracts for the City; however, it is a well - qualified contractor who has com- pleted similar projects for other Southern California agencies. The project provides for construction of stamped concrete paving, planter walls and curbside mow strips in existing unlandscaped.medians on San Miguel Drive between Pacific View Drive and Spyglass Hill Drive and on San Joaquin Hills Road between MacArthur Boulevard and Marguerite Avenue (see attached sketch). F 0 0 May 11, 1981 Subject: San Joaquin Hills Road and San Miguel Drive Traffic Median Landscape Development: Paving Only (C -2211) Page 2 Plans and specifications were prepared by Paula A. Bosza, landscape designer, and because of funding limitations, were divided into two separate contracts by the Public Works Department. The second contract proposed to be awarded in July of this year, will provide for automatic sprinkling systems and plant materials within the medians. Work on the paving contract is to be completed by June 30. Benjamin B. Nolan Public Works Director LRD:jd Att. � oPo RL �a ff"�yJ V o� pc R' a\ � �_Liv�EY I i LOC4T 1. i r / F \� Y y LC 4Ly� ,ia0< 7 \ 0 F 1- W-1 N CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 5AN JDAI-'-.CIIN PILLS ROAD AND SAN M16LIEL DRIVE TRAFFIC MEDIAN LAND- ;CAPE DEV=LOPMENT - PAVING ONLY ice, ep i „'•)'Y .:;;. \V _rte\ h ` c' .. \iC 1 I ��.1 i 1 t✓ it I J2 \ \i O lt _:_ l� FJ : 1\:���I ,' - Tn w i rw/” L4,,, 77/7""' QEaCf T` Q! /OC r- I i \\ �( C4rvy II CRES> GR. ,I �l C�9NYOiv L. 1 Av'rZeAlnif,z C.7p coo �. ^r.• �, �\ ✓SAS; DRAWN.. '7r/ DATE APPROVED PUBLIC WORKS DIRECTOR R.E. NO" _ DRAWING NO. 9 0 RESOLUTION NO. 1.0036 A RESOLUTION OF THE.CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT (NO. 2211) TO NOBEST, INCORPORTED IN CONNECTION WITH THE PAVING OF SAN JOAQUIN HILLS ROAD AND SAN MIGUEL DRIVE TRAFFIC.MEDIAN LANDSCAPE DEVELOPMENT WHEREAS, pursuant to the notice inviting bids for work in connection with the paving of San Joaquin Hills Road and San Miguel Drive traffic median landscape development, in connection with the plans and specifications heretofore adopted, bids were received on the 30th day of April, 1981 at 11.00 a.m., and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is NOBEST, INCORPORATED. NOW, THERFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of NOBEST, INCORPORATED in the amount of $79,617.00 be accepted, and that the contract for the described work (Contract No. 2211) be awarded to said bidder; and BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. MAI 11 ADOPTED this day of Mayor ATTEST: City Clerk HRC /pr 5/11/81 Amitxr _ 2 _:._. _ I V• AWL 20, i961 i <Ubini INCORPORATED 12 IJ NESTUN AQ t1AHU=N OPUVE, CA 92649 The accompanying halance sheet of NOBEST, INCORPORATED as of rEbRU ARY 28, 1981 and the related statements of income and retained earnings for the period then ended have been compiled ov me. .A compilation is limited to presenting in the form of financial statements information that is the representation of management. 1 have not audited or reviewed the accompanying financial statements and, accordingly, do not express an opinion or any otter Torm or assurance on them. Management has elected to omit substantially all of the dis- closures (footnotes and the statement of changes in financial position) required by generally accepted accounting principles. if the omitted disclosures were included in the financial statements, they might influence the user's conclusions about the company's financial position and results of operations. Accordinqly, these financial statements are not designed for those who wre not informed abort such matters. Very truly yours, hco abd ASSET. Esn in .- ;k_s 8 on hand s 4.038 S et ent i on s 106.39z A courts rec. —trade 304.277 norK in � :ogress 24.869 gimp I oy e e�advanc es 200 h5woncEs to officers 24.109 iota! current assets rixed assets Construction equipment 49,030 Vehicles 34,820 Mobile rjdics 5,300 Urrice equipment 1,302 Less: Accun•, depreciation (39,685) Total fixed assets Uther assets Deposits 75 Prepaid interest 5,100 Prepaid Corp. income tax 5,100 Urganizeticn costs 1,091 Amort organization exp (472) Dotal other assets IUTAL ASSETS S 463, 887 50,767 10,894 S 525,547 SLL ACCOUNTANK' COMPILATION kLPOR hALIEW C. AND MAFIA DIANA 010, CP:1u, P1k:Wi'OUF IicACH, CA 42A60 J ro 1 Y, es c i nci) sp t x t 3. 2 D.) e 67,012 :J cer 3 employee loans 57,530 *_ate income tax 200 1 a, current I il-i I it ie q ------------ U! hzrt L11b ILI; ILS total other liabilities Dotal I. i,3bi I I ties ui OCKHOLL)E:j6l EOULITY CaE)ital stock 12.800 i r easm y, stock (8,100) qet ai red ec: rr) inos 80. 123 Net Income for period (4.695) ----------- Dotal shareholder equity i I'AL L!Ab IL 1*1 S AND I CC& 11 ODDF P3, EQUITY 44� , 418 0 447.418 80. 129 ------------ $ 525.547 COMPILATION RL.PORI cfAl.iLl� I., AN�;' AilA.1,11A !'!A?4A J! CPAj, lfl-M-OPI- Hi At -H. 0 .:1� c :o:ai i,even jes * °c cos sale_=. u i•,'iJ SS f'R CIF i I Indirect costs GROSS Pi, Af2GIN yen k Admin txpense lNet Income Before Taxes Prov for State income tx tvet income for period S 736,32' 736,323 674,962 61 , 361 17,834 43,527 61,066 (17,539) 0 $ (17.539) 100.0% 100.0% 91.7 8.3 2.4 5.9 8.3 (2.4) .0 (2.4) S 2.421,347 100.0 °0 2,421.347 IOO.G% 2, 156, 302 89. 1 __--- 265.045 10.9 58,899 21.4 206,146 8.5 290,640 8.7 (4,495) (.2) 200 .0 ------------ (4,695) (.2) - .. ACCOUNTANf�' COMPILATION PL.PnR7' A,ieT) r•IAI7IA !)IAf.A 01 it), CPAS, NI.WPOPT Hi ACC, CA Q,1660 ;ne r 5, 888 J ..t eSL 0 T01A_ $ 24.109 Less Accum de::reciation Construction equipment $ (18.281) `.'enic1es (20.309) 0frice equipment (735) mohile radios (360) IOIAL $ (39.685) prepaid interest r r epa id i nt er est S 185 Prepaid interest (32.16) 322 ~repaid interest (28.98) 348 ~repaid interest 4.038 214 ;ne r 5, 888 J ..t eSL 0 T01A_ $ 24.109 Less Accum de::reciation Construction equipment $ (18.281) `.'enic1es (20.309) 0frice equipment (735) mohile radios (360) IOIAL $ (39.685) prepaid interest r r epa id i nt er est S 185 Prepaid interest (32.16) 322 ~repaid interest (28.98) 348 ~repaid interest (30.65) 214 ~repaid interest 4,031 tUTAL $ 5,100 Accounts payable Accounts payable - trade S 263,894 '101 AL S 263,894 Accrued payroll taxes fed (,/ti and r ICA. $ ( 18,976) CA 22,211 :al w/H ta 6,358 U i 600 u 1 (309) U T A i0l'AL 5 - - -- -7,905 Accrueu interest Accrue(y 'Tit - R Nodland 5 2,282 :icL ACCCAINTA1J1-5' COMPILATION RLPORT C. AND rdARIA DIA11A UF10, CPA: , NE1VP(?i( "T H-ACli. CA 92660 c, C 1- C. ey 2:16.34) ":ye' soil !ian.d Contract payable( , ayai)le(167.87) Contract payable( 184.66) Contract payable 1 01 AL Notes payable U C b (90 days) U C B (147.89) . 101 AL Officer & employee loans Hobert Nocland John behymer Jack Guest F 'r H i I ey TOTAL Other notes payable Due o f t i c er s— R No dl and TOTAL ---------- 3, 02 3 $ 921 15,761 2,014 1,672 1,919 22,287 65,600 1,452 S 67,082 43,700 8,000 0 5,830 57.530 $ 0 ---------- $ SHE ACC:OUiqTAN*1'i' COMPILATION REPORT I'ALILa C. AAA r,tARIA DIAiqA O'll'O. CPAS, NLYWOPT HLACH, CA 92660 uirect cost cf sales ------------- - - - - -- `lv 571 r:ork in progress $ 28,418 3.86 $ 3.702 .15 Architect blueprints 0 .00 0 .00 bor:d expense 1,948 .26 15, 96 1 .66 Lirect labur 90.754 12.33 458;098 18.92 Union benefits 35,740 4.85 125,537 5.31 N_- rkmans comp insurance 9,846 i.34 39,762 1.64 General insurance 1,085 .15 11,426 .47 Employee travel, Iociging 0 .00 750 .03 Equipment ren Lai s 109,547 14.88 4 00. 65 2 16.55 Asateriol 8 supplies 213,856 29.04 655,942 27.09 uutside services 17,212 2.34 86,076 3.55 Payroll taxeti 8 henef its 7,917 1.08 37,406 1.54 pub - contracts 183.297 24.89 334,944 13.83 utner 212 .03 7,915 .33 Less. ilork in progress (24,669) (3.38) (24,869) (1.03) ---- ',D AL 5 ---- ---------- - - - - -- 674,962 - -- - -- 91.67 ---- - - - - -- $ 2156.302 ---- - - - - -- - --- - - - - -- 89.05 Indirect costs bidding expense 5 596 .08 S 1,810 .07 Depreciation 0 .00 0 .00 Equipment Aepreciation 5,514 .75 18,940 .78 Lquinment - gas,oiI.repair 1,480 .2.0 2,011 .OB cquipmenl- rental 562 .08 5,196 .21 Payroll taxes B 1) enefits 64 01 64--'" .00 mall tools expense 60 .01 247 .01 tax, license, F. permits 531 .07 825 .03 iravel exl;ense 0 .On 107 .00 Irt:ck - f)::s,oil,reuair 9,027 1.23 28,437 1.17 i r� ";ck - rental .00 810 .03 iraval 0 OG 335 .01 u c -.e; `) .00 1 16 . Of) ---- 1AL s ---- - - - - -- 17.64 - - - - -- 2.42 ---- - - - - -- 58.899 ---- - - - - -- 2.43 & Admin k.:xoense 4dvertisir) 5 278 .04 Auf.o ex, ecru 1,429 i9 8,380 .35 e 0 .00 283 .01 uLc_ Aiv f- UMNLATi:i7J RtPDiti DI.,kNA ,.. 1U, CPP.�, i'+_.'rr'Oi,T ii:'A( H. CA 9 2560 �:Ot� I I 1� I SEE ACCGUNIANT:-,� COMPII-A'rl(.N M-PORT k'IA.LI it C. AND MANIA I)IA14A Olw. cijk;i. HLACH, CA 92660 --------------------- -x, enst� ---------------------- r- ::,-i I s 1.3 r i e s 6, 116 .81, -'2< 771 (lo e r.,c zi c; n 144 .02 35 i S S er 1,091 E r) me n t 516 .07 i 256 e i t h & welfare insu r 1,560 .21 1,550 . iJ6 n t E; I es� expense 9.506 1.29 21,716 .90 e r 1 3 accounting 2,499 .34 5,127 .3,1 L) f ic e supplies, expense I , 127 .15 2,432 -' .10 Officer life insurance 120 .02 199 .01 Officer SaIsr-Y 23,392 3.18 103,552 4.28 UrganizaLior) expense 0 .00 229 .01 uther comp., benefits 3,984 .54 3,984 .16 Uther general expense 72 .01 1,174 05 Other taxes & license 355 .05 5,385 22, Payroll taxes 2,768 .38 10,453 .43 Property taxes 0 .00 295 .01 Rent 3,800 .52 9,970 .41 Telephone 1,805 .24 4.353 .18 Union benefits 0 .00 0 .00 Utilities 324 .04 612 .03 i1 o - �k.mansl comp insurance 0 .00 0 .00 60i 28 0 .00 0 .00 66U 05 0 .00 0 .00 660 19 0 .00 0 .00 660 40 0 .00 0 .00 - IOTA!_ - - - - - - - - - 61 .066 8.29 - - - - - - - -- 210,640 8.70 SEE ACCGUNIANT:-,� COMPII-A'rl(.N M-PORT k'IA.LI it C. AND MANIA I)IA14A Olw. cijk;i. HLACH, CA 92660 THE NEW POR I ENSIGN PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF CALIFORNIA, County of Orange, 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 above - entitled matter. I am the principal clerk of the printer of the Newport Harbor Ensign newspaper of general circula- tion, printed and published weekly in the city of Newport Beach, County of Orange, and which news- paper has been adjudged a newspaper of general circulation by the Superior Court of the County of Or- ange, State of California, under the date of May 14, 1951, CASE NUMBER A -20178 that the notice, of which the annexed is a printed copy (set in type not smaller than nonpareil) has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates to -wit: April 15, 1981 ..... ......................... ........ I certify (or declare) under penalty of perjury that the foregoi is true and correct. Dated at Newport Beach, Cali Jrn /ia, thus 1 lay ofgpril 19.8j` Signature THE NEWPORT ENSIGN 2721 E. Coast Hwy., Corona del Mar, California 92525. _ -_- space for the Coact^ Clerk's Fliina Stamp A Notice Proof of Publication of Bid - San Joaquin Hills Landscape dev. PUBLIC NOTICE NonCE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Blvd., Newport Beach, Ca 92663 until 11 a.m. on the 3M day of April, 1981, at which time such bide shall be opam ad and pad for SAN JOAQUIN aUrS ROAD AND SANMIGUELDRIVE TRAFFIC MEDIAN LANDSCAPE DEVELOPMENT: PAVING ONLY CONTRACT NO. 2211 ENGINEER'S ESTIMATE: 584,700 Approved by the City Council this 13th day of April, 1981, Signed: Wan- da E. Andersen, City Clark. Prospective bidders may obtain o set of bid documents at no coat at the office of the Public Works Department, 3300 Newport Blvd., Newport Beach' CA 92663. For further information, all Lloyd Dalton, project engineer, at640 -2281. Publish: April 15, 1981 in The Newport Emigv. - NE669 PROOF OF PUBLICATION 7- 4095NG -0 _► I ' 3t) TO: CITY COUNCIL FROM: Public Works Department April if 1981 CITY COUNCIL AGENDA ITEM NO. F_ / 3 ORIGINAL SUBJECT: SAN JOAQUIN HILLS ROAD AND SAN MIGUEL DRIVE TRAFFIC MEDIAN LANDSCAPE DEVELOPMENT: PAVING ONLY (C -2211) RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 11:00 A.M. on April 30, 1981. DISCUSSION: The current budget contains an appropriation of $90,000 for land- scaping and automatic irrigation systems in traffic medians on San Joaquin Hills Road between MacArthur Boulevard and Marguerite Avenue, and on San Miguel Drive between Pacific View Drive and Spyglass Hill Drive. A sketch showing the project locations is attached. Plans and special provisions for this project were prepared by Paula A. Bosza, landscape designer, under the direction of the Parks, Beaches and Recreation Department. To achieve the requirement for low maintenance medians, the consultant included a substantial quantity of stamped concrete paving and planter walls in her design. Since the originally budgeted $65,000 was insufficient to provide for paving, automatic sprinkler systems and plant materials, the Public Works Department staff revised the plans and specifica- tions to provide for paving only under Contract 2211. The Engineer's estimate for the paving only contract is $84,700. A $25,000 midyear budget amendment has previously been approved to provide total current funding of $90,000 for the project. A second contract with an estimated cost of $60,000 will provide for automatic sprinkler systems and plant materials. This work will be included in the proposed FY 1981 -82 budget. The estimated date of completion is June 1, 1981. Benjamin B. Nolan Public Works Director LD:jd Att. O� � CPf y1�L P / e2l i t7 ✓' vc. pRaR Z�r+ Pt lw 0 ( P D��n ^ p5 p�. .OF.r R 6• v' aaP ! ooa" r p� ul y p o \ ti I �✓ ICU I I 2 ti w ✓4✓' 1 GOCA7; CITY .1J �f�J r'g� =b ,v<E �- SPORT C<PR /LY 2i V T /✓E[ 2,z v 5AN JOAQUIN HILLS ROAD AND SAN MIGUEL DRIVE TRAFFIC MEDIAN LAND- SCAPE 06.VEL0PMEN7 - PAVING ONLY I ( 1 Li LAKE% � f ✓c�K/Ft%.7T 6EdCF Ty . r� i i CA.vyG C/IP coo !/VTERNEGG.'� JCif✓GYiG 1 DRAWINQ NO. DRAWN DATE APPROVED PUBLIC WORKS DIRECTOR R.E. NO. DRAWINQ NO.