Loading...
HomeMy WebLinkAboutC-2259 - Oasis Senior Citizen Center Improvements*, 0 February 1, 1982 CITY OF NEWPORT BEACH Environmental Landscape Contractors P.O. Box 1011 Apple Valley, CA 92307 OFFICE OF THE CITY CLERK (714) 640 -2251 Subject: Surety: Surety Insurance.Company of California Bonds No. 620071 Project: Improvements at Oasis Senior Citizens' Center Contract No.: C -2259 The City Council on January 11, 1982 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 of Completion has been recorded. The Notice of Completion was recorded with the .Orange County Recorder on January 20,.1982, Reference No. 82- 023615. 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 File City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 RECORDING RLUUtaI c++ BY AND MAIL CITY OF NEWPORT BEA6 82-023615 CITY HALL 3300 NEWPORT BLVD. EXEMPT NEWPORT BEACH, CA, 92663 1 OFOM11o6 dA NOTICE OF COMPLETION [.4 � JzO 12 PUBLIC WORKS 7'o All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on January 11, 1982 the Public Works project consisting of Landscape Improvements at Oasis Senior Citizens Center (C -2259) on which Environmental Landscape Contractors, P.O. Box 1011, Apple Vallev, CA 92307 was the contractor, and Surety Company of California was the surety, was completed. VERIFICATION I, the undersigned, say: Cl OF NE PORT BEACH % r G /G / /L /J 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 January 18, 1982 at Newport Beach, California. ublic Torks 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 January 11, 1982 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 January 18, 1982 at Newport Beach, California. Al2 City Clerk January 18, 1982 • 0 Lee A. Branch County Recorder P.O. Box 238 Santa Ana, CA 92702 Dear Mr. Branch: CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 Attached for recordation is Notice of Completion of Public Works project consisting of Landscape Improvements at Oasis Senior Citizens' Center, Contract No. 2259 on which Environmental Landscape Contractors was the Contractor and Surety Insurance Company of California was the surety. Please record and return to us. ld"iw," 4 � e,-< -�- � � -,4-, � -e �Z � Wanda E. Andersen City Clerk WEA:lr attach. City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 Janu* 11, 1982 CITY COUNCI AGENDA ITEM N0. /---/d l4� TO: CITY COUNCIL kL JAN 11 1982 , FROM: Public Works Department =y :.:: .::; ,' COUNCIL SUBJECT: ACCEPTANCE OF LANDSCAPING IMPROVEMENTS AT OAS I!RYNTYdR'- ­ ''ORT BEACH CITIZENS' CENTER (CONTRACT 2259) RECOMMENDATIONS: I. 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 landscaping improvements at Oasis Senior Citizens'Center has been completed to the satisfaction of the Parks, Beaches and Recreation Department and the Public Works Department. The bid price was $19,539.90 Amount of unit price items constructed 19,539.90 Amount of change orders 0.00 Total contract cost 19,539.90 Funds were budgeted in the Parks and Recreation Fund. The design engineering for the sprinkler system was performed by the Parks, Beaches and Recreation Department. The design for the land- scaping was prepared by Paula Bozea. The contractor is Environmental Landscape Contractors of Apple Valley. The contract date of completion was October 10, 1981 for the construction and planting stages. The contract date of completion of the maintenance period was a minimum of 60 calendar days after completion of the construction and planting stages. The construction and planting period was completed by October 10, 1981. The maintenance period was accepted by the Parks, Beaches and Recreation Department on December 10, 1981. Li /e4 Benjamin B. Nolan , Public Works Director KLP:rb CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 TO: FINANCE DIRECTOR PUBLIC WORKS FROM: City Clerk SUBJECT: Contract No. 2259 Description of Contract Improvements at Oasis Senior CitizenV Center Effective date of Contract August 25, 1981 Authorized by Resolution No. 11003 adopted on July 27, 1981 Contract with Environmental Landscape Contractors Address P.O. Box 1011 Apple Valley, CA 92307 Amount of Contract $19,535.90 4*/0-- C• /(/4zg(QlZi'l Wanda E. Andersen City Clerk WEA : 1 r City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 m id 5 o c-) z = O m 3 .n'• fr v c m Cro -S3 CD V) z V) 1. a F n F oc+�-3 . T T 7C O M M 7 -e (D O O h v o 6 'O C JF O c M CD I -S n IV o m 0 0 m v P rn fD fD J. C N N N C D N O w rF 7 n 3 n w o 0 N -+• 7 3 " v Cn w C+ v -h 0 o o o m c+r o m v-- ' p rr ID r) F- fl N �. o. 0 7 O 0 D : T O C 7 3 z -S O c(a f fD Z . J `^ ea1ed b�ort on� he shall be , P1 the City CZ V office ° 92663 until s jot Beach . CA which time 5 °� for , 1981+ at v` P CgLI FO�c� CITV.CLERK the City COUnC�1981 APP 8th d y of 3une this �- Andersen Wan Ca y' Clerk no cost tPents one set °f nt 3300 eWPort Boulevard, ective bidders public aW °rks Qepartme at 640_2281 Prose r at the office °f the 92663• ort Beach, CA Ken. neth 6 9 neer NewP tion, call Prof ?ct foC further informs r f 0 PROPOSAL L IMPROVEMENTS AT OASIS SENIOR CITIZENS' CENTER CONTRACT NO. 2259 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: PR la The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby pro- poses to furnish all materials and do all the work required to complete Contract No. 2259 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Construct irrigation system, complete in place, for the lump sum price of: Eight thousand three hundred seventy -seven Dollars and No Cents 2. Lump Sum Furnish soil amendments and prepare soil for planting, for the lump sum price of: One thousand four hundred Dollars N and No Cents PLANT MATERIAL 3. 2 Furnish and plant Metrosideros Tomentosus Each (multi- branched), 30- gallon size, for the unit price of: Five hundred forty Dollars and Sixty Cents Each $ 8,377.00 $ 1,400.00 540.60 $ 1,081.20 t T • PR lb NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 2 Furnish and plant Metrosideros Tomentosus Each (standard), 24 -inch box size, for the unit price of: Three hundred twenty -eight Dollars and Sixty Cents $ 328.60 $ 657.20 Each 5. 4 Furnish and plant Metrosideros Tomentosus Each (standard), 15- gallon size, for the unit price of: Seventy -five Dollars and No Cents $ 75.00 $ 300.00 Each 6. 13 Furnish and plant Mahonis Lomariifolia, Each 5- gallon size, for the unit price of: Twelve Dollars and No Cents $ 12.00 $ 156.00 Each 7. 138 Furnish and plant Agapanthus Africanus, Each "Peter Pan," one - gallon size, for the unit price of: Five Dollars and No Cents $ 5.00 $ 690.00 Each 8. 24 Furnish and plant Liquidambar Each Styraciflua, "Palo Alto," 15- gallon size, for the unit price of: Eighty -five Dollars and No Cents $ 85.00 $ 2,040.00 Each 9. 97 Furnish and plant Juniperous Sabina, Each "Tams," 5- gallon size, for the unit Twelve Dollars and No Cents $ 12.00 $ 1,164.00 Each t . PR lc ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10 11 12 13 14 15 21 Furnish and plant Pittosporum Tobira, Each "Wheeler's Dwarf," 1- gallon size, for the unit price of: Five Dollars and Fifty Cents $ 5.50 $ 115.50 Each 6 Furnish and plant Schefflera Each Actinophylla, 15- gallon size, for the unit price of: Seventy -five Dollars and No Cents $ 75.00 $ 450.00 Each 6 Furnish and plant Schefflera Actinophylla, Each 5- gallon size, for the unit price of: Fifteen Dollars and No Cents $ 15.00 $ 90.00 Each 34 Furnish and plant Coprosma Kirkii, Each 1- gallon size, for the unit price of: Five Dollars and No Cents $ 5.00 $ 170.00 Each 6 Furnish and plant Armeria Maritima, Each "Sea Pink," 1- gallon size, for the unit price of: Five Dollars and No Cents Lump Sum Furnish and plant flats of Armeria Maritima, "Sea Pink," as required to plant at 6 -inch O.C.. per the plans, for the lump sum price of: Seventy -five Dollars and No Cents $ 5.00 $ 30.00 $ 75.00 PR Id ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 16. Lump Sum Furnish and plant flats of Gazania, "Copper King," as required to plant at 8 -inch o.c. per the plans, for the lump sum price of: Four hundred Dollars and No Cents 17. Lump Sum Furnish and plant by hydroseeding Festuca Rubra, "Red Fescue," ground cover, approximately 32,000 square feet, for the lump sum price of: One thousand three hundred forty Dollars and No Cents MAINTENANCE 18. Lump Sum Maintain, water, and weed all plantings until established, for the lump sum price of: One thousand Dollars and No Cents TOTAL PRICE WRITTEN IN WORDS: Nineteen thousand five hundred thirty -five Dollars and Ninety Cents 262774 C -27 Contractor's Lic. No. & Classification July 13, 1981 Date 400.00 $ 1,340.00 1,000.00 19,535.90 ENVIRONMENTAL LANDSCAPE CONTRACTORS Bidder S Beaudy 4TPar7ker, Owner Authorized Signature /Title P.O. Box 1011 Apple Valley, CA 92307 (714) 242 -4949 Bidder's Address Bidder's Telephone No. ' * . 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. 262774, C -27 Contr's Lic. No, & Classification 6 -13 -81 Date Environmental Landscape ntractors Bidder S /Beaud� T. P ke Owner tcv Authorized Signature /Title • Page 3 DESIGNATION OF SUBCONTRACTORS 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 l.-Hydro-seed Sta -Soil /Corp. N Hollywood 2 BM 4. 5. 6. 7. 8. 9. 10. 11. 12. Environmental LandscaRp,,Contractors OA Bidder / S /Beaudy T. Parker, Owner Authorized Signature /Title Bond # 620003 -41 FOR IGINAL SEE CITY CLERK'S FILE Y Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, Environmental Landscape Contractors , as bidder, and Surety Insurance Company of California , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of 10 % of amount bid not to exceed six thousand Dollars ($ 6.000.00 ), 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 Oasis Senior Citizens Center Improvements #2259 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 25th day Of June , 19 -0. (Attach acknowledgement of Attorney -in -Fact) Elizabeth Joyce Greene. Notary Public Commission Expires June 1, 1984 Bidder c�(l�y 7 S /Reaudv T. PefrI Owne Authorized Signature /Title Surety Insurance Company of California Surety By Zane C. Greene 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. Subscribed and sworn to before me this 30 day of June , 19 My commission expires: December 3, 1982 ENVIRONMENTAL LANDSCAPE CONTRACTORS Bidder / S /8eaudy 14 r, Owner Authorized Signature /Title Vlaine Smith Notary Public > . • Page 6 FOR ORIGINAL SEE CITY CLERK'S FILE COPY 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. Environmental Landscape Contra tors Bi Mr , 6Z,4 S /Be� Parke. Own" er Authorized Signature /Title • . 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. 1980 Cal Trans L S & Irri ation Wilbur Jacques (714 ) 383 -4197 1979 County of Riverside Robert Miles (714) 653 -6021 1981 City of Fountain Valley Don Bryan (714) 963 -8321 1981 County of San Bernardino David Mercier (714) 383 -1086 Environmental Landscape ntractors Bid e-7r^ S /Bl�ud T Paf ker, Owner Authorized Signature /Title NOTICE The following. are samples of contract documents which shall be completed and 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 inithe 'City of ewport Beach), except as supplemented or modified by'the Special Provisions for this project. T r ? - a r� Bond N 620071 Page 9 State of California, by motion adopted 3uiv:''2I, Z 1"981, ;has awarded to:. Environme04.. andscaoe Contractors hereinafter :designated `as the - "Principal'', a contract for _ pROVEMENTS,�j bRSIS" IM CITIZENS' CENTER (C -2259) in the,:City. of Newport: Beach; in strict conformity with the Drawings and Specifications and other. contract docuwnts- 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,furcnishing of a bond with said contract, providing that if said.Prfncipal.`or any of his'o. its subcontractors, shall fail to pay for any materials, provisions,: Provender.,:.or, other supplies or teams used in, upon, for, or about the per- man force of the;work. agreed to. ;bW done, or for any work or tabor done thereon.of any kind, the Surety on.this.-bond.wiill'pay the same to the extent hereinafter set forth: NOW, THEREFORE,. We Environmental Landscape Contractors as Principal, and surety insurance company of California :as Surety, are held-firmly.-bound unto the City of Newport Beach, in the sum of Nineteen thousand five.limdredsthirty five and 90 / -------- ftH ars.($ 19,535.90 )� said sun I 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,. executoraand; administrators, successors, or assigns, jointly and severally; firmly by these presents. THE. US-f #IGATION IS SUCH, that if the above bounden Principal or his.subcontractors, fail to pay for any materials, provisions, provender, or other . supplfieS or teams, used;an, %upon, for, or about the performance of the work contracted to be done,, or for any ate mrk 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,&r.the: same, in an amount not exceeding the sum specified in the.bond, and also„ in rase 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 the Government Code of.the-Stat'of California. I This bond shall inure to -the benefit of.:any. and all persons, companies,: and: corporations entitled t€r if1� Maims under Section 3181 of. -the California . Civil Code so as to gi ve a rh 9irt of- to them or their' assigns i n aRY suit brought upon : ' Payment Bond t., -Vilnueul 't is required' by tM.-,Frovisions of.-Section 4205 of the Government Code of the State.of-'California. And.said Surety.,, for value received, hereby stipulates and agrees that no change, eztensi on. of tip, alterations. r additions to the terms of the contract or to the wco*.to:.4 performed thereunder or the specifications accompanying the same shall in anywise affect:its, obligations on, this bond, and it does hereby waive notice of any such change, extension ; oi'i<%e,; -alterations or additions to the terms of the contract .or w the work :0 to the specifications; In; the event ,W: any principal above named.executed this bond'as an individual, it is,;agreed that the death of any, such principal shalt not exonerate the Surety from its obligations: under this bond. IN WITNESS WHEREpF, this instrument has been duly executed by the Principal and Surety above named;' on the. , 3rd day of August 19 81 (Seal) ! Name of Contractor Princi a i fiorized S nature an Tit e 7 gs aiure and Title of Authorized Agent Attorney in FACT Zane C. Greene Boa 6498 Anaheim Cs. 92806 Tess o gent Page Payment Bond t., -Vilnueul 't is required' by tM.-,Frovisions of.-Section 4205 of the Government Code of the State.of-'California. And.said Surety.,, for value received, hereby stipulates and agrees that no change, eztensi on. of tip, alterations. r additions to the terms of the contract or to the wco*.to:.4 performed thereunder or the specifications accompanying the same shall in anywise affect:its, obligations on, this bond, and it does hereby waive notice of any such change, extension ; oi'i<%e,; -alterations or additions to the terms of the contract .or w the work :0 to the specifications; In; the event ,W: any principal above named.executed this bond'as an individual, it is,;agreed that the death of any, such principal shalt not exonerate the Surety from its obligations: under this bond. IN WITNESS WHEREpF, this instrument has been duly executed by the Principal and Surety above named;' on the. , 3rd day of August 19 81 (Seal) ! Name of Contractor Princi a i fiorized S nature an Tit e 7 gs aiure and Title of Authorized Agent Attorney in FACT Zane C. Greene Boa 6498 Anaheim Cs. 92806 Tess o gent @j \� 0 } :2aa•z F1d3 §£ �®) k / \ } ®\ e2� -\ (\ , k {� / 3 � m \`G\22 /d @pW,= ] @Q0aJ \ \ \�)/ &§ei )S § %j \ *w \ / ƒ \/\ ; *d$E» :] =eem cd ) $!/ §a g §»a §2� §£§} ±a } ±2g; \ \ \\ \ _\ \ � � r � . k Surety ,fin .4urance Company of California ']hs Dollop ara Sems SursN" Box 2430 La Habra, California 90631 HOME OFFICE IN LA HABRA• CALIFORNIA CERTIFIED COPY OF POWER OF ATTORNEY 233 Alow all men ly these presents: That Surety Insurance Company of California, a California Corporation, hav- ing its principal Office in the City of La Habra, County of Orange, State of California, pursuant to the following By -Laws which were adopted by the Directors of the said Company on the 9th day of April, 1969 and are now in effect, to -wit: "Article IV, Section 7(b). The President shall have power and authority to appoint Attorneys -In -Fact, and authorize them to execute on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity, and other writ- ings obligatory in the nature thereof, and he may at any time in his judgment remove any such appointees and revoke the authority given to them." Has made, constituted and appointed and by these presents does make, constitute and appoint Zane C. Greene Anaheim, California ............................................... .............................of ................................................................................. ............................... its true and lawful agent and attorney -fn -fact, to make, execute, seal and deliver for and on its behalf as surety, and as its act and deed, all of the following classes of documents, to wit: Indemnity, Surety and Undertakings that may be desired by contract, or may be given in any action or proceeding in any court of law or equity; policies indemnifying employers against loss or damage caused by the misconduct of their employees, official surety and fidelity bonds. THE AUTHORITY OF THIS POWER OF ATTORNEY IS LIMITED TO ONE HUN- DRED FIFTY THOUSAND AND NO /100 — ($150,000.00) — DOLLARS FOR ANY SINGLE BOND. THIS POWER OF ATTORNEY IS VALID ONLY FOR A BOND OR UNDERTAK- ING EXECUTED PRIOR TO DECEMBER 31. 1981. And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in La Habra, California in their own proper persons. IN W rrttttf�nnn OF, Surety Insurance Company of California has caused these presents to be signed by its duly aut `a &M i corporate seal to be hereunto affixed this ...... 5tf?............ day of.... !2gepi41f2K.......... 19.19... yJ SURETY INSURANCE COMPANY OF CALIFORNIA `C INCORPORATED d� o B JAN. 31, 1969 m' John F. Merril to President 5 I TE q F N } SS: COUN E On thisr].t,hday of. ...... December .................A.D. 19.8.1....., before the subscriber, a Notary Public of the State of California, in and for the County of Orange, duly commissioned and qualified, came John F. Merrill, President of SURETY INSURANCE COMPANY OF CALIFORNIA, to me personally known to be the individual and officer described in, and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposed and said that he is the officer of the said Company aforesaid, and that the seal affixed to the preceding instru- ment is the Corporate Seal of said Company, and the said Corporate Seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation, and that Article IV, Section 7(b) of the By -Laws of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the City of La Habra, the day and year first above written [@=NO =TARYA L ( ..........y .........._ ORNIA avis Notar Public i 25, 1984 CERTIFICATION I, th e undersigned, certify that I am the Secretary of SURETY INSURANCE COMPANY OF CALIFORNIA and that the Power of Attorbey remains in full force and effect, and has not been revoked; and furthermore that Article IV, Section 7(b) By -Laws of said company as set forth in said Poker of Attorney, are now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company ........................ EAL) 19..- 1..... Secretary W -05-02 (Rev."12-80) Bond # 620071 FA THFUL PERFORMANCE BOND `� Pag*41— i 'KNOW ALL MEN BY THESE PRESENTS; That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted_ July 27, 1981 has awarded to 9IR NI'AL LANDSCAPE CONTRACTORS hereinafter designated as•the °Principal", a contract for IMPROVEMENTS AT OASIS:SENIOR CITIZENS' CENTER (C -2259) 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,,' Environmental Landscape Contractors as.Principal, and SaretY Insurance Company of California as Surety, are held and .firmly bound unto the.City of Newport Beach, in the sum of 19 535.90 j,]inntrian thousand five hundred thirty five and 90 /----------- Sollars ($ , , 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 bnd.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,` execu"tors,..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 to all respects-according to their true intent and meaning, and shall:indemnify and save harmiess..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 : -, :� _AM ..r T -.. -_- of any such change, extension of tuns or additions'to the terms of the contract or to the work or to the s tons. ` In the ,event #hat Mo, 1 above named executed this bond as an individual, it is agreed that such principal shall not exonerate the Surety from its obligations under iN WITNESS WHEREOF, this instrument.has been duly executed by the Principal and Surety above 'named, on the d day of �„at 7g 81 (Seal} Authorized Signature and Title. Suretfa -m rance� any of Californiaof California (Seal) Name of Surety La Tess Hahra Calif., Of Sure z Mg ature and Title . df uthorized A Te nt At rney in Fact Zane C. Greene Box 6498. Anaheim. Calif. 92806 dress of Agent 714-634 -3326 634 -3326 Telephone No. of Agent, k �■ < �7 �27�§ ! &6 §2 • o ! ,- ! C) \a� \\ lEt,0 02 0 o �) \mi& IV ® /E {}/) «§ ( 0 � q aaE,® ? / Pz' O -W 0 --. o ;nfo. g«rb.g ° ■ ;E`f ; — CL; =a %r Et $' "0 'o ~ CLnC7. �7at3 ; 9 =E( m = ±.; •o a r 5 ƒ�I ƒ) �m ƒm" ti ? E ,•: )0 CL -.0 >E \ro $e� / \� EE&a ¥: 7 ©o , ten: } § ƒ$\' } \d j\ 0 TI i\ • i surely .insurance Company o f California -Me Dawn and sans Su"" Box 2430 I.a Habra, California 90631 HOME OFFICE IN LA HABRA. CALIFORNIA CERTIFIED COPY OF POWER OF ATTORNEY 2335 ✓lnow all men by tZese Presents: That Surety Insurance Company of California, a California Corporation, hav- ing its principal Office in the City of La Habra, County of Orange, State of California, pursuant to the following By -Laws which were adopted by the Directors of the said Company on the 9th day of April, 1969 and are now in effect, to -wit: "Article IV, Section 7(b). The President shall have power and authority to appoint Attorneys -In -Fact, and authorize them to execute on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity, and other writ- ings obligatory in the nature thereof, and he may at any time in his judgment remove any such appointees and revoke the authority given to them." Has made, constituted and appointed and by these presents does make, constitute and appoint Zane C. Greene of Anaheim, California ... ......................................... .... ..... its true and lawful agent and attorney -in -fact, to make, execute, seal and deliver for and on its behalf as surety, and as its act and deed, all of the following classes of documents, to wit: Indemnity, Surety and Undertakings that may be desired by contract, or may be given in any action or proceeding in any court of law or equity; policies indemnifying employers against loss or damage caused by the misconduct of their employees, official surety and fidelity bonds. THE AUTHORITY OF THIS POWER OF ATTORNEY IS LIMITED TO ONE HUN- DRED FIFTY THOUSAND AND NO /100 — ($150,000.00) — DOLLARS FOR ANY SINGLE BOND. THIS POWER OF ATTORNEY IS VALID ONLY FOR A BOND OR UNDERTAK- ING EXECUTED PRIOR TO DECEMBER. 31, 1981. And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in La Habra, California in their own proper persons. IN W rttmtnnn OF, Surety Insurance Company of California has caused these presents to be signed by its duly aut ri oPfteer; I corporate seal to be hereunto affixed this -_. - 5th.. .... .... day of.... peceiRber 19.10... yJ SURETY INSURANCE COMPANY OF CALIFORNIA `C INCORPORATED Y C7 )AN. 31, 1969 m' <rexident Merrill En S TE wtrN . A F NQ E } SS: On this.r].t1day of. ...... December .................A.D. 19.80....., before the subscriber, a Notary Public of the State of California, in and for the County of Orange, duly commissioned and qualified, came John F. Merrill, President of SURETY INSURANCE COMPANY OF CALIFORNIA, to me personally known to be the Individual and officer described in, and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposed and said that he is the officer of the said Company aforesaid, and that the seal affixed to the preceding instru- ment is the Corporate Seal of said Company, and the said Corporate Seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation, and that Article IV, Section 7(b) of the By -Laws of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the City of La Habra, the day and year first above written. t SE L , yy%, �R DAV S l ....... N..'..'. al..._^•- "•.... ..".- -'i ..•'.- '••••..J........Y .._........ C - CALIFORNIA is Notar Public COUNTY ires SEP 25, 1984 CERTIFICATION I, the undersigned, certify that I am the Secretary of SURETY INSURANCE COMPANY OF CALIFORNIA and that the Power of Attorney remains in full force and effect, and has not been revoked; and furthermore that Article IV, Section 7(b) By -Laws of said company as set forth in said Power of Attorney, are now in full force and effect. IN TESTIII%ONY WHEREOF, I have hereunto subscribed my name and affixed tth�h/7e/ �corporate seal of the said Company this„zoday of... .......................... 19... ...Se' —'� ietary 560 -05 -02 (Rev. 12 -80) • CERTIFICATE OF INSURANCE • Page 13 CERTIFIME, HOLDER INSURANCE Citlp F Newport Beach Company 3300 Newport Boulevard Letter A Newport Beach, CA 92663 ompany C APPLE VALLEY, CA., 92307 e Lettr Letter E This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time, including attached endorsement(s). COMPANY Policy Policy LIMITS OF LIABILITY IN THOUSANDS 000 LETTER TYPE OF INSURANCE No. Exp. ac Date Occurrence Aggregate GENERAL LIABILITY M(Comprehensive Form Bodily Injury $ $ ®(Premises- Operations ❑ Explosion & Collapse Hazard #56BX 8212 Property Damge $ $ XW Underground Hazard XW Products /Completed - Operations 11/11/8 Hazard Bodily Injury XW Contractual Insurance ❑ Broad Form Property Damage and Property Damage Combined $ 500 $ 500 X00 Independent Contractors ❑ Personal Injury Personal Injury $ E] Marine ❑ Aviation AUTOMOTIVE LIABILITY 1 )m Comprehensive Form Bodily Injury Each Person $ Q Owned Ag Hired. Non -owned #56BX 212 11/11/8 $ `\ o y Injury Each Occurrence Pro ert Dama e $ Bo i y njury and Property Damage Combined $ 500 EXCESS LIABILITY ❑ Umbrella Form Other than Umbrella Form Bodily Injury and Property Damage Combined $ $ 3 WORKERS' C NS N and EMPLOYER'S LIABILITY WN80 -15 245 1 11 81 Statutory 2,000 ac 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 mail, Agency: WARREN MULLIN INS. AGENCY at6 a "Is "sued uescription or 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: IMPROVEMENT AT OASIS SENIOR CITIZENS' CENTER #2259 Project title and contract number NOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded -by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. 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 (XX$ Single Limit Bodily Injury Liability and Property Damage Liability Combined d each occurrence each occurrence $ 500,000 each occurrence The limits of liability as stated in paragraph 3 of this endorsement shall not in- crease the total liability of the Insurance Company for all damages as the result of any one accident or occurrence in excess of the limits of Liability stated in the policy as applicable to Automobile Liability Insurance. 4. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: IMPROVEMENT AT OASIS SENIOR CITIZENS' CENTER, #2259 Project Title and Contract No.). This endorsement is effective 8/5/81 at 12:01 A.M. and forms a part of Policy No. 56C BX 8212 . B:AUDRY T. PARKER, DBA: Named Insured ENVIRONMENTAL LANDSCAPE CONTRACTORS Endorsement No. THE HARTFORD Name of Insurance Company By Authorized Represe0rative r. Page 15 CITY OF NEWPORT BEACH COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Comprehensive General Liability, the City of Newport Beach, its officers and employees are additional in- sureds but only with respect to liability arising out of operations performed by or on behalf 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 $ each occurrence Property Damage Liability $ each occurrence JXk Single Limit Bodily Injury Liability $ 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: IMPROVEMENT AT OASIS SENIOR CITIZENS' CENTER, # 2259 Project Title and Contract No. This endorsement is effective 8/5/81 at 12:01 A.M. and forms a part of Policy No. 56C BX 8212 BEAUDRY T. PARKER, DBA: Named Insured ENVIRONMENTAL LANDSCAPE CONTRACTORS Endorsement No. The Hattford Name of Insurance Company By Authorized Reoresen ati�`va ;/ ~ Page 16 = CONTRACT THIS AQR MENT, entered into this ay of 19 by and between the CITY OF NEWPORT BEACH, hereinafter "City, hereinafter "Contract , "is maw reference to e o ow ng facts: (a) City 'has heretofore advertised for bids.for the following described public work: IMPRUVEMENTS::.AT OASIS SENIOR CITIZENS'. CENTER 2259 i. Title of roject Contract No. (b) Contractor has been determined by City to be the lowest responsi- ble bidder on said pubic, work, and Contractor's bid, and the compensation set forth in this contracts. is :based' upon a careful examination of all plans and specificati.ont , by.Contractor, NOW, THEREFORE, the parties hereto agree as follows: 1 Contr4tor:shall furnish all materials and perform alI.of the work for the construction of the following described public work: IMPROVE14ENTS -AT OASTS'SENIOR CITIZENS' CENTER 2259 t e o Project Contract o. .which project is more fully described in the contract documents. Contractor sha11.':perform and - complete this work in a good and workmanlike manner, and in accordance with all of the contract documents, 2 As.fu11 compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of Nineteen thousand five hund d th'. five.d 1 ars nd`ninet cents ($ 19,535;90.. s c hsat�on Includes ` any loss or damage arising rom the nature oft 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. Ala 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). Certi,ficate:of Insurance and endorsements) y u t 1 ., , CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IMPROVEMENTS AT OASIS SENIOR CITIZENS CENTER CONTRACT NO. 2259 INDEX TO SPECIAL PROVISIONS SECTION PAGE I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. TIME OF CONTRACT . . . . . . . . . . . . . . . . . . . . . . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 IV. WATER AND ELECTRICITY . . . . . . . . . . . . . . . . . . . . . . 2 V. GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 VI. SOIL AMENDMENTS . . . . . . . . . . . . . . . . . . . . . . . . . 2 A. Ground Cover on Fifth Avenue Slope . . . . . . . . . 2 B. Turf and Ground Cover in the Parking Lot Area and Area on Northeast Side of Building . . . . . . . . . . . 2 C. Backfill Mix Around Trees and Shrubs . . . . . . . . . . . . 3 D. Fertilizing During Maintenance Period. . . . . . . . . . . . 3 VII. PLANTS AND PLANTING . . . . . . . . . . . . . . . . . . . . . . . 3 A. General . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 B. Trees. . . . . . . . . . . . . . . . . . . . . . . . . . . 4 C. Guarantees . . . . . . . . . . . . . . . . . . . . . . . . . 5 VIII. IRRIGATION SYSTEM . . . . . . . . . . . . . . . . . . . . . . . . 5 IX. MAINTENANCE PERIOD . . . . . . . . . . . . . . . . . . . . . . . 6 X. LANDSCAPING AND IRRIGATION SYSTEM STANDARD DRAWINGS. . . . . . . 6 • SP 1 of CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR IMPROVEMENTS AT OASIS SENIOR CITIZENS CENTER CONTRACT NO. 2259 I. SCOPE OF WORK The scope of work covered by this contract consists of constructing an irrigation system; furnishing and addition of soil amendments to the soil; preparing the soil for planting; furnishing and planting plant material; and the maintenance of plantings until established and accepted by the City. The contract requires the completion of all the work in accordance with these Special Provisions, the Plans (Drawing No. P- 5103 -S), the City's Standard Special Provisions and Standard Drawinos, the Standard Sp ci- icatUs for Public Works Construction, 1979 Edition, including supplements to ate. Copies of the Standard Specifications may be purchased from Building News, Inc. 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 870 -9871. Copies of the Standard Special Provisions and Standard Drawings may be purchased at t e Public Works Department office for 5 apiece. II. TIME OF CONTRACT The construction and planting stage shall be completed within 75 calen- dar days after award of the contract by the City. III. 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 additional allowance will be made therefor. Payment for all items of work not separately provided for in the proposal shall be included in the prices bid for other items of work. IV. WATER AND ELECTRICITY A. Water necessary for the completion of this contract may be obtained at no cost to the Contractor from available faucets at the Senior Citizens Center. If a larger flow of water is required than is available at the Senior Citizens Center, it shall be the responsi- bility of the Contractor to arrange for and to pay for such addi- tional quantity of water and /or size of water service. B. Electricity necessary for the completion of this contract may be obtained at no cost to the Contractor from available electrical out- lets at the Senior Citizens Center. If a larger electrical service is required than is available at the Senior Citizens Center, it shall be the responsibility of the Contractor to arrange for and pay for such additional quantity of electricity and /or size of electrical service. V. 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 any defects whatsoever. Any such defects shall be repaired at the Contractor's expense. VI. SOIL AMENDMENTS A. Ground Cover on Fifth Avenue Slope Al The ground cover area to be southwest of the parking lot and building shall be planted by hydroseeding. The following mater- ials shall be included in the hydromulch formula: AMOUNT PER ACRE 300 lbs. 12 -12 -12 commercial fertilizer 300 lbs. urea formaldehyde The following soil amendments shall be broadcast uniformly and thoroughly incorporated to a minimum 4 -inch depth by rototilling or equal: AMOUNT PER 1000 SQUARE FEET 4 cubic yards of nitrogen stabilized organic amendments derived from redwood sawdust, fir sawdust, or finely ground bark 15 lbs 12 -12 -12 commercial fertilizer 200 lbs. agricultural gypsum 15 lbs. soil sulfur C. Backfill Mix Around Trees and Shrubs The backfill mix for use around trees and shrubs shall consist of the following formula: 6 parts by volume leached surface soil SP 2 of 61 I 1 • SP 3of6 1parts by volume organic amendments described in Section VI. B. above 1 lb. 12 -12 -12 commercial fertilizer per cubic yard of mix 10 lbs. agricultural gypsum per cubic yard of mix 2 lbs. iron sulfate per cubic yard of mix Ben Franklin agricultural gypsum and not Gypsite should be used for both general landscape and backfill mix preparation. Following amending and prior to planting, including trees and shrubs, leaching irrigations should be made in the parking lot landscape areas in a manner that will pass a minimum of 6 inches of water through the surface soil zone. When the leaching program has been completed, an additional sample should be collected for a salinity determination by the City before planting is commenced. D. Fertilizinq Durinq Maintenance Period Beginning approximately 30 days after planting, Best Fertilizer Company 16 -6 -8 or equal should be applied at the rate of 6 lbs. per 1,000 square foot on a monthly basis. When plants have become well established, the frequency of fertilizer applications can be de- creased. VII. PLANTS AND PLANTING A. General Plant materials shall be furnished in the quantities, species and size described on the drawings. 2. Plants shall be symmetrical; typical for variety and species; sound; healthy; vigorous; free from plant disease; insect pests or their eggs; and shall have healthy, normal root systems, well filling their containers, but not to the point of being root bound. 3. All plant material shall be subject to the inspection and approval of the Engineer before planting. 4. Plants not approved are to be removed from site and replaced with suitable plants. 5. Fertilizers and soil conditioners shall be as per recommendations. 6. All 15- gallon trees shall be double staked with Lodgepole pine stakes and steel twist brace, Vit Co., Model 22 Lp or approved equal. 7. Preliminary grading shall be done in such a manner as to antici- pate the finished grade. Excess soil shall be removed or re- distributed before application of fertilizer and mulch. 8. Before and during preliminary and finish grading, all weeds shall be dug out by the roots and disposed of off the site. 9. Planting pits shall be excavated twice the diameter and twice the depth of the rootball. Back fill shall then be added as outlined in Standards and Specifications for planting Parkway Trees. 10. A depressed water basin as wide as the plant balls shall be prepared for each plant. They shall then be watered thoroughly, back filling any voids with additional prepared planting mix. 11. All ground cover areas shall be moistened prior to planting. 12. All ground cover plants shall be well rooted. 13. At the end of the maintenance period the Contractor and the Engineer shall have a walk through and any deficiency shall be corrected by the Contractor prior to acceptance by the Engineer. B. Trees 1. Condition: Plants shall 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. 2. Inspection: All plant material shall be subject to inspection and approval by the City, prior to planting. The City has the right to reject any item offered. 3. Tree planting operations: a. All pits shall be dug with bottoms level, the width equal to two times the diameter of the ball, and the bottom two times the depth of the container from which the tree is planted. b. Pits shall be backfilled with a thoroughly mixed "prepared soil ", to the bottom of the tree ball. When planting tablets are required, they shall be placed after placing the tree ball in the pit. Five (21 gram) planting tablets shall be evenly spaced around perimeter of pit on top of prepared soil. c. Set plants in center of pit, in vertical position, so that crown of ball will be level with finish grade after allowing for watering and settling and shall bear the same relation- ship to finish grade that it did to soil surface in original place of growth. SP 4 of"'61 d. Prepare a depressed water basin capable of holding 10 gallons of water. Water shall be applied in that quantity at time of planting. . y VIII E e. Each tree must be properly supported by two Lodgepole pine stakes or other material approved by the City. Stakes shall be a minimum of eight feet in length. Stake all trees at time of planting by placing stake in prepared hole and driving stake a minimum of 30 inches into soil. SP5of61 f. 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). 1) 8 -penny duplex nails shall be used to secure the brace to the stakes -two per side. C. Guarantees 1. 15- gallon tree shall be guaranteed as to growth and health for a period of ninety ('90) days after final acceptance of the contract by City Council. 2. Trees that fail to grow or are injured or damaged during planting operations, shall be replaced within 15 days after notification. Replacement material shall be guaranteed as specified as original guaranteed material. IRRIGATION SYSTEM A. All pop -up type sprinkler heads installed in shrub or ground cover areas shall be installed so that the top of the sprinkler is above finish grade. B. All pop -up type sprinkler heads installed in lawn areas shall be installed so that the top of the sprinkler head is flush with adjacent sidewalk or curb. C. In open seeded lawn areas set top of pop -up 3" above finish grade until lawn is established. Lowering all lawn heads by the Irriga- tion Contractor so that the top of the sprinkler head is 4" above finish grade shall be accomplished within 10 days after notification by City. 0. 120 -volt electrical power outlet at the automatic controller location shall be provided by the City. It shall be the responsibility of the Irrigation Contractor to make the final hook -up from the electrical outlet to the automatic controller. E. All main line pipe shall be schedule 40 and shall be installed at a minimum depth of 18 ". F. Teflon tape or teflon pipe dope shall be used on all pipe threads on all sprinkler wing joints and valve assemblies. G. This design is diagramnic. Irrigation Contractor shall avoid any conflicts between the sprinkler system, planting and architectural features. i ' 0 • H. The Irrigation Contractor shall flush and adjust all sprinkler heads for optimum performance and to prevent overspray onto walks, road- ways, and buildings as much as possible. This shall include select- ing the best degree of arc to fit the existing site conditions and to throttle the flow control at each valve to obtain the optimum operating pressure for each system. The Irrigation Contractor shall not install the sprinkler system on the drawings when it is obvious in the field that obstructions, grade differences or differences in the area dimensions exist that might not be brought to the attention of the City. In the event this notification is not performed, the Irrigation Contractor shall assume full responsibility for any revisions necessary. The Irrigation Contractor shall install all equipment and materials shown on the plans and in the details. IX. MAINTENANCE PERIOD When the landscaping and planting phase is completed to the satisfaction of the City, the City will accept in writing the landscaping and planting phase. Upon acceptance in writing by the City of the landscaping and planting phase, the maintenance period shall commence. The maintenance period shall last until all of the plantings are well established and growing to the satisfaction of the City and accepted in writing by the City; but in no event shall the maintenance period last less than 60 calendar days after acceptance in writing by the City of the landscaping and planting phase. I. LANDSCAPING AND IRRIGATION SYSTEM STANDARD DRAWINGS Attached to these Special Provisions are eight landscaping and irriga- tion system standard drawings numbered X -1 through X -8 inclusive. These standard drawings are hereby incorporated into and made a part of these Special Provisions. SP6of6 0440_I X-1 7, . .0 FINISH - rT- p �-- vp -4 �5"r^T ION E D E 3T.*A L NO �5 �Ltf \v Fm C OW7ROLLEK I N Q<-T^ LLA71 ON x-2 q►G1�l�,otf PI�LN p►GidrLlo N rooFvVrowMe x -s f t- X -4 r A .' I • X -5 A 0' 6 j� �,sAl.� �V hW2lkx g I �^p 0 '6 15-Lemw �46u� �I�iv X -6 \ . • • • FaV, f" i A/1 411i 0<-,V-m1,J, miy, it =1 Twl�� * ti & tAcef^l 100 X-8 e � PROPOSAL 0 PR la IMPROVEMENTS AT OASIS SENIOR CITIZENS' CENTER CONTRACT NO. 2259 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 Plans and Special Provisions, and hereby pro- poses to furnish all materials and do all the work required to complete Contract No. 2259 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Construct irrigation system, complete in place, for the lump sum price of: Eight Thousand three hundred seventy seven Dollars and no----------- ---------------- -- ---- -- - - - - -- -Cents 2. Lump Sum Furnish soil amendments and prepare soil for planting, for the lump sum price of: One Thousand four hundred------------ - - - - -- Dollars and no------------------------------------------ Cents PLANT MATERIAL 3. 2 Furnish and plant Metrosideros Tomentosus Each (multi- branched), 30- gallon size, for the unit price of: Fivo hundred fourty Dollars sixty cents- - - - - -- and -- -- - ---- - - -- --Cents $ 540.60 r� $ 8,377.00 a $ 1,400.00 v 1,081.20 0 Wa». ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 2 Each 5. 4 Each 6. 13 Each 7. 138 Each 8. 24 Each Furnish and plant Metrosideros Tomentosus (standard), 24 -inch box size, for the unit price of: Three hundred twenty eight Dollars and sixtY ------ ---- - ---- ---- -- ---- - - - - -- Cents Furnish and plant Metrosideros Tomentosus (standard), 15- gallon size, for the unit price of: Seventy five ----------------------- -Dollars and no--- -- -- ----- -- --- -- ----- ---- --- - -- Cents Furnish and plant Mahonis Lomariifolia, 5- gallon size, for the unit price of: Twelve----------------------- - - - - -- Dollars and no---- ---------- ------------- - - - -- -- Cents Furnish and plant Agapanthus Africanus, "Peter Pan," one - gallon size, for the unit price of: $ 328.60 $ 657.20 v' $ 75.00 $ 300.00 $ 12.00 $ 156.00 Five--- --- ---- -------------- ---- -- -Dollars and no-- --- -------- ------ --- ----- -- ---- Cents $ Each Furnish and plant Liquidambar Styraciflua, "Palo Alto," 15- gallon size, for the unit price of: Eighty five------------------ - - - - -- -Dollars and no ------------ - -------- ---- --- ------ Cents 9. 97 Furnish and plant Juniperous Sabina, Each "Tams," 5- gallon size, for the unit Twelve- ------- ---------- ----- - - - - -- Dollars and no------- ----- ----- -- -------- - -- - -- --Cents 5.00 g 690.00 $ 85.00 $ 20++0.00 $ 12.00 $ 1164.00 • 0 PR lc ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10 11. 12 13. 14 15. 21 Furnish and plant Pittosporum Tobira, Each "Wheeler's Dwarf," 1- gallon size, for the unit price of: Five Dollars and fifty - ------ ----- ----- ---- -- -- ------ -Cents Each 6 Furnish and plant Schefflera Each Actinophylla, 15- gallon size, for the unit price of: 5.50 $ 115.50 Seventy five------------------ - - - - -- Dollars and no---------- --- ----- ------- ------- -- -Cents $ 75.00 $ 450,00 Each 6 Furnish and plant Schefflera Actinophylla, Each 5- gallon size, for the unit price of: Fif teen--------------------- - - - - -- Dollars and no-------------- ------------------- -Cents $ 15,00 $ 90.00 Each 34 Furnish and plant Coprosma Kirkii, Each 1- gallon size, for the unit price of: Five- -------- --- -- ---------- - - - - -- -Dollars and no----- ---------- -- -------- -- - - - - -- -Cents $ 5.00 $ 170.00 Each 6 Furnish and plant Armeria Maritima, Each "Sea Pink," 1- gallon size, for the unit price of: Five--- ---- -- ---------- ---- - - - - -- --Dollars and no--- ------ -- ----- -- --- - - - - -- Cents Lump Sum Furnish and plant flats of Armeria Maritima, "Sea Pink," as required to plant at 6 -inch O.C. per the plans, for the lump sum price of: Seventy five----------------- - - - - -- -Dollars and no---- -------- ---- ------- --- - - -- --- Cents g 5.00 $ 30.00 $ 75.00 V 0 PR Id ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 16. Lump Sum Furnish and plant flats of 6azania, "Copper King," as required to plant at 8 -inch o.c. per the plans, for the lump sum price of: Fourhundred----------------- - - - - -- Dollars and no------- ------ ------ -- ----- -- - - - - -- Cents 17. Lump Sum Furnish and plant by hydroseeding Festuca Rubra, "Red Fescue," ground cover, approximately 32,000 square feet, for the lump sum price of: One thousand three hundred fourty Dollars and no------- -------- -- ------- -- --- --- - -Cents MAINTENANCE 18. Lump Sum Maintain, water, and weed all plantings until established, for the lump sum price of: One thousand ------------- ---------- ollars and no---- -- -- -- --- --------- ---- -- -- --- Cents TOTAL PRICE WRITTEN IN WORDS: Ninteen thousand five hundred thirty five Dollars and ninty--------------- ------ ----- ------ ----- -------- Cents 262774, C -27 Contractor's Lic. No. & Classification 7 -13-81 V $ 400,00 $10340.00 t- $1,000.00 °' $19.535.90 Environmental landscape Contractors Bidder f., Owner .7 2/ Aut oriz gnature7ffle P.O.BOX 1011 Apple valley, Ca, 92307 (714) 242 -4949 Bidder's Address Bidder's Telephone No. N C INSTRUCTIONS TO BIDDERS 0 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. 2627740 C -27 Contr's Lic. No. & Classification 6 -13 -81 Date Phvironmental Landscape Contractors Bidder Owner `Authorized ignature Title 0 • 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 J.-Hydro-seed Sta -Soil /Corp. N. Hollywood 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Ehvironmental Landscape Contractors Bidder - er is Authors igni ure Ti't e i • • _cnd a 820003 -41 Page 4 KNOW ALL MEN BY THESE PRESENTS, That we, Environmental and Suretv Insurance comnan BIDDER'S BOND e Contractors of California as bidder, as Surety, are held and fire, bound unto the Cif of Newport Beach, California, in the sum of 10 r of amoun i not to excee six thousand Dollars ($5,000.00 ), 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 Actual damages, 75 cal. "days completion. GID UATr_ 7- 15-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 25th day of june , 1$1 . (Attach acknowledgement of Attorney -in -Fact) Nhviroruiental Iandsc,opq Contractors Owner Surety Insurance Company of California Surety i. ie L. reeve Ti_ tl -- ,orney in Fact 2 \\ \( 0 @\ \\ K \ j / : /)mw4 °)0 \l : \) \ \ _ : \\ \\2 ) \f#\ � §k)« »k'\& ) \o \2/ %\6?= |GOteG 3 / ; \-[ \ Cl : ~2j4/ \\ 3�'d .}Ie (2 |\ §f ®) $t /J£§G \ ,da \ Surety .in .4urance Company orb Catilornia Box 2430 La Habra, California 90631 HOME OFFICE IN LA HABRA, CALIFORNIA CERTIFIED COPY OF POWER OF ATTORNEY 2335 .JLnow all men 6,y tLse Presents: That Surety Insurance Company of California, a California Corporation, hav- ing its principal Office in the City of La Habra, County of Orange, State of California, pursuant to the following By -Laws which were adopted by the Directors of the said Company on the 9th day of April, 1969 and are now in effect, to -u•it: "Article IV, Section 7(b). The President shall have power and authority to appoint Attorneys -In -Fact, and authorize them to execute on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity, and other writ- ings obligatory in the nature thereof, and he may at any time in his judgment remove any such appointees and revoke the authority given to them." Has made, constituted and appointed and by these presents does make, constitute and appoint Zane C. Greene Anaheim, California ...................................... ................. .. ..........of ................................................................................. ............................... its true and lawful agent and attorney -in -fact, to make, execute, seal and deliver for and on its behalf as surety, and as its act and deed, all of the following classes of documents, to wit: Indemnity, Surety and Undertakings that may be desired by contract, or may be given in any action or proceeding in any court of law or equity; policies indemnifying employers against loss or damage caused by the misconduct of their employees, official surety and fidelity bonds. THE AUTHORITY OF THIS POWER OF ATTORNEY IS LIMITED TO ONE HUN- DRED FIFTY THOUSAND AND N01100 — ($150,000.00) — DOLLARS FOR ANY SINGLE BOND, THIS POWER OF ATTORNEY IS VALID ONLY FOR A BOND OR UNDERTAK- ING EXECUTED PRIOR TO DECEMBER. 31. 1981. And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in La Habra, California in their own proper persons. IN W rnfmnn� OF, Surety Insurance Company of California has caused these presents to be signed by its duly aut `ia oPPiCE7; i corporate seal to be hereunto affixed this ... ..5th ............ day of .... D2CemJ0eT $0 yJ n SURETY INSURANCE COMPANY OF CALIFORNIA �C INCORPORATED °. N JAN. 31. 1969 m- Sohn F. Merrill President S TE 7 Jl SS: CO F E On this.5111day oL....... DeGelliher .................A.D. 19so...... before the subscriber, a Notary Public of the State of California, in and for the County of Orange, duly commissioned and qualified, came John F. Merrill, President of SURETY INSURANCE COMPANY OF CALIFORNIA, to me personally known to be the individual and officer described in, and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposed and said that he is the officer of the said Company aforesaid, and that the seal affixed to the preceding instru. ment is the Corporate Seal of said Company, and the said Corporate Seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation, and that Article IV, Section 7(b) of the By -Laws of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the City of La Habra, the day and year first above written EQN O'T CIA S1 AL l„�,LINDA RtDAVIS (... ....... .................. -..... :.... ....................y_...... ... TARY DUOL'C -CALIFORNIA Linda Rvis Notar Public OWA GE COUNTY i y comm. expires SEP 25, 1984 CERTIFICATION I, the undersigned, certify that I am the Secretary- of SURETY INSURANCE COMPANY OF CALIFORNIA and that the Power of Attorney remains in full force and effect, and has not been revoked; and furthermore that Article IV, Section 7(b) By -Laws of said company as set forth in said Power of Attorney, are now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company this:� S y of... 19... %... ..... ...... (SEpyj Secretary MO -OS -02 (Rev. 12 -80) 0 NON- COLLUSION AFFIDAVIT 10 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. /Yy�rory/17�°ilTi�L � rdLIG1�P VS Bidder Subscribed and sworn to, ore me this _ p day ofc , 19 -4. My commission expires: p I Notary Pub.�ic OFFICIAL SEAL a VLAINE SMITH NOTARY PUBLIC CALIFORNIA PRINCIPAL OFFICE IN SAN BERNARDINO COUNTY cORp mim EWIS DK A 198E 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. Environmental Landscape Contractors Bidder Omer Author ' ed Signature/Title w • . 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 (,fN Completed For Whom Performed (Detail) \ Person to Contact Telephone No. 1980 Cal Trans L/S & Irrigation ) Wilbur Jacques (714) 383-4197 1979 County of Riverside Robert Niles (714) 653 -6021 1981 City of Fountain Valley Don Bryan (714) 963 -8321 ��(„ iiJirS 1981 County of San Bernardino David Mercier (714) 383 -1086 r Fhvironaental Landscape Contractors rid der / Owner z Signature /Title • • • vUcy?.7, so July 27, 1981 CITY COUNCIL AGE NppA ITEM NO. F—,Z & TO: CITY COUNCIL FROM: Public Works Department and Parks, Beaches & Recreation Department SUBJECT: IMPROVEMENTS AT OASIS SENIOR CITIZENS CENTER (C -2259) RECOMMENDATION: Adopt a resolution awarding Contract 2259 to Environmental Landscape Contractors, Apple Valley, in the amount of $19,535.90; and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: At 2:30 P.M. on July 15, 1981, the City Clerk opened 11 bids for the subject project: Bidder Bid 1. Environmental Landscape Contractors, $19,535.90 Apple Valley 2. Wm J. Murray Jr. Landscaping, $19,877.00 Riverside 3. Active Landscaping, $20,156.50 Pomona 4. Flintridge Landscape Co., $24,438.72 Costa Mesa 5. Artistic Landscaping, $24,870.00 Downey 6. Allied Sprinkler Co. $25,963.80 Anaheim 7. Tracy & Haigh Landscape, $269465.00 Irvine 8. Amerco Industries, $26,785.45 Anaheim 9. Naturescapes, $31,086.45 Los Angeles 10. Cal Pac Landscape, $32,972.00 Anaheim 11. C. A. Redden $40,190.00 National City 0 do July 27, 1981 Subject: Improvements Page 2 The low bid is 49% less than the cost estimate of $38,500. The fact • that the three lowest bids are close together indicates that the low bid is realistic; that competition is very intense in this field; and that the cost estimate was too conservative. Funds for the project are included in the Parks and Recreation Fund, Account No. 10- 7997 -027. The low bidder is properly licensed and has done contract landscaping for public agencies such as CalTrans, the Counties of San Bernardino and Riverside, and the City of Fountain Valley. The sprinkler system was designed by the City staff and the land- scaping by a private consultant. The estimated date of completion of the sprinkler system and planting is September 25, 1981. The estimated date of completion of the plant maintenance period is November 30, 1981. The sprinkler system and landscaping will be installed on the slope abutting Fifth Avenue; in planters in the main parking lot; and adjacent to the northeast side of the multi - purpose building. Benjamin B. Nolan /'�•� Public Works Director KLP:jd Ronald A. Whitley Parks, Beaches & Recreation Director 0 RESOLUTION NO. 11na-A A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT (C -2259) TO ENVIRONMENTAL LANDSCAPE CONTRACTORS IN CONNECTION WITH OASIS SENIOR CITIZENS' CENTER IMPROVEMENTS WHEREAS, pursuant to the notice inviting bids for work in connection with the improvements of the Oasis Senior Citizens' Center (C -2259) and the plans and specification heretofore adopted, bids were received on the 15th day of July, 1981 at 2:30 p.m., and publicly opened and declared; and WHEREAS, it appears the the lowest responsible bidder therefor is ENVIRONMENTAL LANDSCAPE CONTRACTORS NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of ENVIRONMENTAL LANDSCAPE CONTRACTORS in the amount of $19,535,90 be accepted, and the contact for the described work (Contract No. 2259) 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 the City Clerk is directed to furnish an executed copy to the successful bidder. ADOPTED this 7th day of T„ T11, , 1981. HRC /bf 7/21/81 a\ 7 rk rrl z Z ri a mo--i - m iii n � Ng C 0 a L7 C 3 J N rk rrl z Z ri a mo--i - m iii n � Ng C 0 a L7 C 3 J Aft m z m m z A < I�It''g s 1 L7 C 31 3 J IV Y�I I� II All Mal EMEMMEMENE 1111111 m z m m z A < I�It''g s 1 L7 C 31 3 J W I / i m z z m M LUZ 1 Fn .. �D Ng 0 3 l NY SLIM M m z z m M LUZ 1 Fn .. �D Ng 0 3 l -100 / JUN 8 14k1 By ihs %.;iiY C Q4CIL CITY. OF NOWtO"T KACH TO: CITY COUNCIL June 8, 1981 CITY COUNCIL AGENDA ITEM NO. )c'-- / q FROM: Public Works Department and Parks, Beaches and Recreation Department SUBJECT: IMPROVEMENT AT OASIS SENIOR CITIZENS CENTER (CONTRACT NO. 2259) RECOMMENDATIONS: 1. Approve the Plans and Specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 2:30 p.m. on July 15, 1981. DISCUSSION: The 1980 -81 budget contains an appropriation balance of $48,547.32 from the Parks and Recreation fund to construct improvements at the Oasis Senior Citizens Center; these funds are proposed to be reserved for reappropri- ation in the 1981 -82 budget. The total project approved in the budget provided for landscaping, shuffleboard courts, and additional parking. A delay in a proposed land exchange between the City and The Irvine Company makes it necessary to delay construction of the additional parking lot. The shuffleboard courts have been held over to be included in a possible future project to construct a landscaped patio with over- head trellis. The Project Budget is as follows: Sprinkler System $20,000 Landscaping 15,000 Contingencies and Misc. (10 %) 3,500 TOTAL. $38,500 The sprinkler system was designed by the City staff. The landscaping plan was prepared by a private consultant. The estimated date of completion of the sprinkler system and planting is September 25, 1981. The estimated date of completion of the plant maintenance period is November 30, 1981. );�4 Benjamin B. Nolan , Public Works Director KLP:jo Ronald A. Whitley �" Parks, Beaches and Recreation Director Ll THE NEWPORT 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: June 10, 1981 ............ ...... .......... ...I ......... .. I certify (or declare) under penalty of perjury that the foregoingy true and correct. Dated at Newport B ch, Califomia, this 1 Qlay of JUn@ 1 81 Signature THE NEWPORT ENSIGN 2721 E. Coast Hwy., Corona del Mar, California 92625. 0 This space is for the County Clerk's Filing Stamp A Notice Proof of Publication of Improvements At Oasis Senior Citizens' Center #2259 PROOF OF PUBLICATION 7- 40MNG -0 �P�